Loading...
HomeMy WebLinkAboutWTR2700417 WHITMAN CT WATER MAIN � c- ,, W-417 • AWARDED.-- - TO i v • 1� 1 ��� �r� Ott v ENOINI ERINO DIVISION WATER PROJECT W - till BID PROPOSAL AND SPECIFICATIONS LIDO 288 • WHITMAN CT NE . CITY OF RENTON PUBLIC WORKS DEPARTMENT MU1 CIPAI WILDING. 200 Mr,l Avg S aINiON, WASH 9111033 • I2u'.' 233 263' r y 10. The required "PRESSURE TEST" hos been taken by At a pressure of PSI , f,r _ m'nutes, on V" The test : Failed , Passec Comments It. The required "PUR!TY TEST" has been taken by 0n Date of Reply Failed Passed Comments 12. Is there an Easement required? No If so, give dates for: Preliminary Submlttad Recorded And Recorded Number �tlf 4 13. This Project included 2 QQ LF of Q Cr Watermain n And .f� Gate Valves fir, Gate Volvos Gate Valves and Gate Valves, And all miscellaneous accessories for a total value of 1i r Also, ( Size !iP Make C Q type AJVb ilra Hydrants for e total value of $ 14. The transfer or "Rill of Sale" is in; Preliminary Submitted .1ecorded form.The recorded number IS. This project information was sent to the Utility Dept. for recording on and taken Into "plant" on 16. What drawings does the Water Shop have on File. Preliminary ✓ As-Built ✓ 1 y e t Form Completed on --!� — - city of Renton E Utility Department Project Form R 1 . Water Project B AA! 7! 7 Date Project F'o. given J1� - [rT r tzl. /r1ai�. 2. Project Description and location i (If CRy check 3. Developer's Fame _ Address . Phone M (If City check ✓ Engineer's Name _ - - %m Address Phone N �,L Contractor's Name (If City check c�n.S--- . . AddressYQ Phone N . eaCs y`tf 2' 4, Is there an ACTIVE Late-Comers Agreement in the project area? If so, give file Nano Recording Date ._ And Number {5, The Utility Department Work Order Numbers on this project are as follows: - -� f ✓ 6, what plans have been submitted? Preliminary As-Built 7. Nos an Estimate been Prepared for Protect If so, give Date Prepared And Total Amount of Estimate -'rw 8, if so, give Is there to be a Late-Come rs Agreement an this project dates for; Preliminary Sut^itted - Recorded and Recorded Number Date of "(pmPletion" _ 9, pate of "Start of Cocstructton" ,_ - f as m a BEGINNING OF FILE - - y 1 r SCOPE OF WORK r The work involved .ender the terms of this document shall be performed under the conditions of the Contract to construct a roadway section to be known as Whitman Court N.E., including curb, gutter and sidewalk and related storm drainage, street lighting, trenching for electrical and communication facilities, and installation of 6" C.I. watermain. This project shall include removal of two buildings; the installation of two (2) C.M.P. arches; removal of existing wooden fence; connections to existing storm drain; and fill as required to construct roadway as designed. This work is to be completed in conformity with the plans, specifications znd Provisions which are herewith made a pars of the contract documents. 1 r ATTACHMENT III (CONr.) Page 2 f agreement or other contract or understanding a notice, to be provided by the agency contra tang officer, advising the l.abr.r union or workers' representative of the contractor's coamftments under Section 202 of Executive Order No. 11246 of September 24, 1965 (as amended), and shall post copies of the notice in con- spicuous places available to employees and applicants for employ- mert. "(4) The contractor will comply with all provisions of Executiv, 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. Ir "(5) The contractor will furnish all information and reports required by Executive Order No. 13746 of September 24, 1965 (as amended) and by the rules, regulations, and orders of the Secretary of labor and the Secretary of Hovs?nP and Urban Development pursuant thereto, and will permit access to his books, records, and accounts by the Local Public Agency, the Secretary of Labor, or the Secretary of Housing and Urban De- velopment for purposes of investigation to ascertaimcompliance 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, C "terminated, or suspended in whole or in pert 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 c -rnded), and such other sanctions may be imposed and remedies r•tvoked 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 A,blic Agency, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchas, order unless exempted by rules, regulations, or orders of the Sekretary of I Tabor or the secretary of Housing and Urban Development pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965 (as amended), so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the local Public Agency, or the Department of Housing and Urban (, Development may direc` as a means of enforcing such provisions includit.g sanctions for noncompliance: Provided, however, That in the event the contractor becomes no ve vd 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. I f ATTACHWh1T III Contractor, Subcontractor, Supplier The City's Affirmative Action program extends to all those doing business with the City regardless of source of funds. Each supplier or contractor having 25 or more employees and/or contract in excess of $10,000 is required to: (1) Become familiar with the City's Affirmative Action Program; (2) Certify that they have their own Affirmative Action Program; (3) Provide a record of intent to 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 Executitq Order 11246 of September 24, 1965, as amended by Executive Order 1131/a 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 dis,riminate 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, anid that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. 6uch action shall include, but not be limited to the followirg: employment, upgrading, demotion, or transfer; recruitment or advertising; layoff or termination; rates of pay or other Fenn of compensation; and selection for training, including apprei.ticeship. 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. 11(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 receiv ! 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 tie has a collective bargaining ATTACIW??r 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 employment over a w timetable span of Sugust 1, 1972 through December 31, 1973. The 3.S% minority employment is based upon an average permanent payroll of approximately 31` employees. This percentage ill be re-evaluated in July of each y< The percentage goal is accomplished in the following manner: • ie !4 residency of all permanent City employees is plotted on a regional map. The area containing 8W. permanent force is analyzed maing existing cnesus and Rento.. School District data to determine the number and categories of minorities living in this area. Initially all the total minority population was determined at 3IA. 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 Piget 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 m.•asures described in the City's Affirmative Action program. ATTACHMENT lI C: City's Programs for Achievement of Goals The City of Renton has set forth a policy that they will make the necessary notification regarding position openings on the permanent staff through public a&artisement in the Greater Renton News and the Record Chronicle for two weeks prior to interview closure. C. 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 mun :ipalities 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 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 ndministratiou, The Facts, and Active Mexicans Development Center. The City employment applica- tion form has also been revised to reflect the equal opportunity employment sentiment. i All those in a position to hire, fire or transfer City employees have been instructed to use nondiscrimination in their ,judgment of personnel. All decisions relating to management-employee relationships will be reviewed by the City's E.O. Office for possible abuse of the City's Fair Practices Policy and Affirmative Action. Program. We have totally re-evaluated our job des,riptions within the City to insure that qualifications are realistic--that position criteria reflects . kill 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 '.o those individuals. a. Availability of minorities and females having requisite skills and experience in the labor area. 5. The extent of uremployment among the minority and female unemployed work force within the area. a. Perform an analysis of the City's labor force by job category to determine the placemer.t of minorities and females at all levels of responsibility. 1. The number of employees by job classification for each department in the city. 2. The availability of promotable minority and female employees within the City's offices and divisions. 1. The number and job classification of employees, by department, who will be retiring within t'•. next five years. This list is to include the tentative -` retirement for each employee. 0. The anticipated turnover of employees due to their inability to perform adequately, by job classification per department, and possible date for acticn. C. Establish goals and a timetable fot 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 „t least an annual basis. Although 1.. the primary concern of these goals is overall minority and female employment, they shall also include minority and female undar- utilization within specific job 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 Cmoortunity 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 Opportunity Officer. V 4 r . 4 i J r c .. sh information as required, maintaining an affirmative action file detailing its efforts, with dates, to meet its commitments under Executive Order 1!246. 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 Proqram depends largely or 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 ( implementation of this program so as to maintain the best possible employee-supervisor and city-community relationships: A. The employee shall bring her/hia grievance to the atten- tion of ne-/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. P. At the option of either party, the services of the Equal Opportunity Officer may be requested. The Equal Opportunity Officer shall intervie,,, both parties, conduct additional investigation as necessary, and recommend appropriate corrective action and settle- ment conditions. C. In the event that mutual agreement cannot be achieved ar.d binding SeApiutiorm is required by the city administration, signed statements detailing the grievance and specific investiga- tive action shall be obtained by the Equal Opportunity Officer from the employee and his suoer• . sor. The Equal Opportunity Officer may draw upon all reso'irres at his disposal both internally and those external to the City tc arrive at recommended corrective action and settlement conditions. The Equal Opportunity Officer shall forward these statements along with his own investigation report 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 committee. (This committee shall be selected from amonq City ennlcyees and consist of an equal number of management and staff personnel.) The Equal Opportunity 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 on1M by the State Human Rights Commission or through the judicial system. All reports, decisions, and other documentation generated oy the grievance procedure shall be maintained ly the Equal Opportunity Officer as a matter of permanent record. VI. GUIDELINES FOR MINORITY AND FEMALE EMPLOYMENT Fair Practice- and equal opportunity within City government cannot be fully realised until an 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 Rentor. shall undertake the action outlined in Section A and B below. As inequities are identified, corrective measures will be initiated as established in Section C. A. Determine the minority and female profile within the Renton employment area in which the majority of current employees reside. 1. Number of minorities per ethnic group in this area. 2. Generalized location of each minority group (i.e. any significant concentration within the area) . 3. Percentage of minority and female work force as compared to total work force for the entire area. k a r III. EMPLOYEE DEVLWPMEMT Ti,* hiring of minorities and womer. on a fair and equitable basis is only the first step in affording equal employment opportunity. Skill development, Promotions, and equal nondiscriminatory on-the- job treatment are of equal importance to both the individual and to the City. The following actions shall be undertaken to achieve r employee )ob satisfaction and Lair treatment and to more success- fully utilize women and minority persons in our work force. A. Assure that there shall be no discrimination for reason of race, color, creed, sex, age, or physical handicaps with regard to upgrading, promotions, transfer and demotion, lay off and termination of employees. Any action which might adveuely affect minorities or women will be brought to the attention of the Equal Opportunitv Officer. Employee grievances &rising from such action shall receive Immediate attention in accordance with Section VI. B. Develop a skill inventory for employees which can be used to identif- sucervisory and managerial level position potential. This shall be accomolishad by: 1. Obtaining from the employees a written statement as to their des.res, skills, and interest in higher paid Dositions. 1. Periodic review and anal-sis of employee development progress and readiness to assume higher positions. ( 3. Identif•, soecific positlons for which employee qualifies, and assure that requests for interieportmental transfers and Promotions are considered without discrimination. C. Actively encourage emnloyees to increase their skills and job potential through training and educational opoortunities. Offer guidance and counseling in developing programs tailored to (.. individual aotitude and desires, taking full advantage of programs offered by the State Department of Employment Security and Manpower Development Programs. IV. LIAISON AND COORDINATION l A. There exist many organizations vitally concerned with equal opcortunit• and fair treatment of minorities, women, and the physically hacdicauped, and those that are over 45, whose resources can be of valuable assistance to achieiirg the goals of this program. The City of Renton through its Equal Opportunity Officer shall maintain consrant contact and coordinate various aspects of the Affireativo ,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 in the greater Renton area. B. The City also recognizes its resnonsibilities to comply with and assure that equal opportunity and nondiscrimination policies of State or Federal agencies with which it conducts business are carried out. Specifically, the City of Renton shall: 4, 1. Be responsible for reporting • o the appropriate agencies any complaints received from any employee of, or an applicant for employment with any City f Renton contractor or subcontractor, subject to Executive Orden 11266. 2. Cooperate in anecial compliance revi-vs or in investi- gations as requested. 3. Carry out sanctions against a contractor(s) and/or nubcontractor(s) as required. 6. Assure itself and the agency as port of the grant application process, that the general or prime contractors will not have submitted pre-packaged bids that deny open bidding to minority or any other subcontractors. 1 �1 f•,., f E. Insure that all members of management within the City are fully aware of and in compliance with the intent of the Affirmative Action Policy pertaining to equal employment opportunity. f. Provide cnnt.nuing communication of the Affirmative Action Policy to sanagement, employees, applicants for employment, and to outside organizations Performing services for the City. II. EMPWYMENT PRACTICES The overall employment Practices provide the key to assuring equal employment opportunities anu achieving an appropriate representa- tion in the City's work force. The City of Renton shall undertake the following actions to achieve these objectives: A. Review all position qualifications and job description.. to insure requirements are relevant to the tasks to be performed. Revise as necessary by deleting requ,rements not reasonably related to the tasks to Se performed in order to facilitate hiring of - minorities and women who otherwise might not be considered. ( B. Pay and fringe benefits shall depend upon Ton rasoonsi- bility and along with overtime work be administered on e nondiscriminatory basis. C. Inform and provide guidance to those staff and management personnel who make hirin❑ decisions that apol)cstions for all vositions, including those of minorities and women, are to be considered without discrimination. And that all applicants shall be given equal onportunit-i regardless of lace, creed, color, national origin, sex, physical handicap■ or age. Primary consideration shall be given minorities, women, ..,d other definable groups at any time the City'■ work farce does not fairly reflect the membershic Of these groups residicg within the Renton employment area. D. Provide periodic training for managers and supervisors f; in equal opoortunity Objectives, making use of such programs as currently offered by the Intergovernmental Personnel Program Division of the U. S. Civil Service Commission and other agencies. E. Provide orientation for all r+w employees specifically emnhasizing how the City of Renton assures equal onportunity and the significance of the Affirmative Action Program. Encourage all employees and spew`wally minorities to avail themselves of t services rendered. F. Recruiting shall be accomolished in such a manner as to inform the greatest number of minorities and women possible in the Renton area of employment opportunities and to make known that such applicants are sought. As regards minorities a des- cription of each position shall be: t_ 1. Advertised in the various Renton area ethnic news media. W. Circulated to current staff and encourage present employees to refer minority applicants. 3. forwarded to schools in the Renton area with f, minority students. 4. Distributed to minority and human relations organiza- tions in the Rentcn area requesting referral pf qualified minority applicants. An up-do-date listing of these organize- tions and their spokesman shall be ,"intained by the EEO Officer and the Citv Personnel Director. These organizations r would be identified as, bu• not be limited to, the Urban league, Equal Opportunity Cen.ar, Nelda, Einstachopi, Etc. All employment notification shall include the 'Equal Opportunity Employer' statement and date of publication shall be at least five days prior to cut-off date for receiving applications. G. Programs such as apyrentice, aummer and part-time trainees, f intern, and other supplementary hirinq programs shall be considered in the same manner as full-time City positions and be subject to the provisions Of the Equal opoortunity and AM rmstive Action Programs. 1 } AF►IRMATIVE ACTION PRO,;RAm City Of Renton �. The Policy of the City of Renton is to promote and afford equal treatment and service to all citizens and aeauan equal employment opportunity based on ability and fitnees, to all persons regardless of race, creed, color, national origin, sex, Physical handicaps, or age. in recognition of its obligation to provide community leadership tc overcome past circumstances which have aither barred, not encouraged, or discouraged representative minority and female employment, the City of Renton has initiated 1' a Program of affirmative action designed to &,sure that the spirit and intent of this policy is realized. 1 The term minority as used herein shall include, but not be limited to, those identified as Blacka, Spanish-Anericanx, Asians, and American Indians. The spirit of the equal opportunity policy includes such persons as the physically handicapped, and those �. over the age of 45, even though the emphasis is upon minorities and females. The purposes of the Affirmative Action Program are to: 1) establish "Deployment practices that will lead to and maintain a minority compoe•.tion of the City of Renton work force that reflects that of the Greater Renton community; 2) achieve and maintain equitable and full utilization of minority and female employees at all Position levels; 3) promote an atmosphere of non-discrimination and fair treatment within city government; 4) provide compliance with State and Federal equal opportunity requirements and regulations. This policy shall be made known to all employees, contractors, subcontractors, and suppliers through distribution of handbooks, bulletins, letters, and Personal contacts, conferences and orien-tation session. Signed acknowledgments pledging cooperation shall be required of all department heads and supervisory personnel in the City of Renton and, where appropriate, of all contractors, subcontractors, and suppliers engaged in City-administered lrojects. Such contractors, subcontractors, and suppliers to whom this policy shall apply to shell include those with an average annual employment level of 25 and/or those who annually do basinees with the City of 1 Renton in an amount exceeding $10,000. I. PROGRAM RESPONSIBILITY To assure that the equal opoortunity poli^y and the provisions of the Affirmative Action Program are carried out, an Equal Opportunity Officer shalt be appointed or designated by the Mayor. The Officer f shall be the focal point for the City's equa. opportunity efforts and will advise and assist staff and management personnel in all matters relatinc to implementation of and compliance with the Affirmative Acti_a Plan, and be responsible for tee successful execution of this program, utilizing the assistance of appropriate state and community agencies and organizations and maintain close liaison with the Mayor and City Council on the progress of the program. The Equal Ocportunity Officer will have the responsibility to: A. Initiate, coordinate, and evaluate the City's pL,ns and retwgrams which are iesAgned to ensure that all current and p-os- 7ectivs employees receive the benefits of equal employment opportunities. B. Evaluate the Equal Employment Opportunity Plans and Programs of the City to ensure compliance with the Affirmative Action Policy. C. Coordinate the attention given to Equal Fmploynent Opportunity throughout the City. D. Periodically audit the practices of the City and recommend improvements in the Affirmative Action Policy to the Mayor's office. 1 4 - 'M 4 pP R�� SUMMARY or U� �2 fAIH PRACTICES POLICY of THE CITY Of R[N70M rr ADOPTED BY RESOLUTION NO. 1903 A �R� The policy of the City of Renton is to promote and afford equal treatment and service to all citlsens and .sour• equal employment opportunity Posed on ability and fitness to all persons regardless of race, creed, color, national origin, sex, physical handicaps or eq.. This policy shall apply to every .,pact of employment practices, employee treatment and public ^ contract. In keeping with this principle the following guidelines ere establ+shed and shall be the governing policy for all departments of the City of Renton. 1. EMPLOYMENT - Recruiting, hiring end appointment practices shell be conducted sal sly on the basis of ability and fitness without regard to r race, color, creed, national origin, sea, physical handicap or age. q. PROMOTION - Promotion, downgrading, layoff, discharge and lnter- departmentai transfer shall be dependent on individual performance and work force needs without regard 4, race, ..lot, creed, national origin, Res, physical handicap or eqe, and, whenever applicable, in agreement with Nashington State Council of County and City Employees, and In com- pliance Ith governing Civil Service Laws and Regulations. 1. ?RAINING - All on-the-Job training at. _ity-supported educational oppertunities shall ..e administered without discrimination to encoar,ge the fullest development of Individual interests and aptitudes. a. SERVICE AND EMPLOYEE CONDUCT - The City shall deal fairly and equit- ably with all citizens it serves and all persons it employs. City depart- wants shall maintain the policy that no city facility shall be used In rho furtherance of any daacrimin.tory practice. Each official and employee sh,JI he rssponslbls to carry out the intent and provisions of this policy. S. COOPERATION MI TN :/OMAN RIGHTS ORGANIZATIONS - The City shall eooper- et, to the fullest es[ent possible with all organisations And commission• concerned with fair practices and equal opportunity employment. Such organizations include, hot are not limited to, the State Human Rights Com- mission, file Seattle Human nights Commission. Seattle Monona' Cnamission and the Seattle Technical Advisory Committae On Aging. A. AfrTRMATr VE ACTION PROGRAM - To facilitate equitable representation wattin the city work force and assure equal employment opportunity of rinoritie, and women in City Government, on Affirmative Action Pregrsm shall be initiated and .r.intained by the City of Renton. It shall be the resp�nslblllty and duty of all City Officials and Department Hesds to Tarry oat the policies, qL1dellnes And corrective measures sa set 10r-th by this Program. 7. CONTRACTORS' OBLIGATION - Contractor,, subcontractors and :,rppllers conducting Du iness with the City of Ponton shall affirm end -ibacrl be to chw Fair Practices and Nan-Discrimination policies Set forth J.oroln. `. [. POSTING OF POLICY - Copies of this policy shall be distributed to all city employsos, shall appear in all operational documentations of the City, including Did call., and shall be prominently displayed in all cite facilittts. COMC'IRR[D IR by the City Council of the CI'y of Renton, Washington this iorhh day of ✓Ulu 1972. CITY it, RERT�/oNN/�t/J�//�/�� NENTON CITY COUNCIL IM ," ry Garrott,9 mayor Asti Clyne, QCncll Prof., ATT'E5T: Fro Teo N� elRon, City i =; t ' • LEGAL AND BID DOCUMENTS • • • ti � L.I.D. 28R w WIMMA.N COURT NORTHEAST w Summary of Fair Practices Scope of Mork Instruction■ to Bidder■ Call for Bids Certification by Proposed :ontractor Certification of EEO Repor�: Certification of Affirmati,,e Action Plan Non-Collusion Affidavit Minimum Wage Form Bid Bond Form Bond to City of Renton Proposal A Schedule of Prices Agreement Standard Specifications General Provisions Special Provisions Technical Provisions, Street M Technical Provisions, Illumiiation Technical Provisions, Water Standard Drawings w M r v s 1 � a_ ,t V . . 1 ; 1 I� i lPROdEC SIT 1 SOM .... I 'r - .M ...' i • ' T'. / � w•vw•w• I � � '� [� 1+-..�.L. L-t�{gy�II'. •,. .. •. _� _—r"-_"� � � ��� tom(, . r_. II i .. - clir oi; atrrror4 i ..l•�[ _�-y ! [..o�l.a[rYr+4 o[•wr•Y•r-ter. - - '1 `� •, VICINITY MAP I GW' . _ LID 288 i t �f L- WHITMAN CT_ . . . _ ..... � 1 1 .. - .ter.• .-_.. _.... ;rv" Jill k PROPOSAL • TO THE CITY OF RENTON RENTON, WA3$!INGTON antlemren: The undersigned hereby certif _ that _ _has examined the ,ite of d+ the proposed won; and ha _read and thoroughly underst,,nd.__ 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 t i complete the work embraced in this improvement, or at much thereof as can be completed with the money available, in accordance with the said pia(,;, specifications and contract and .ne following schedule of rates and prices: (Note: nhit prices for all items, all extensions , and total amount of bid should be shown. ;how J unit prices both ir. writing and in figures. ) I Signature Address Names of Members of Partnership: OR Name of Fresident of Corporation Name of Sew .ary of Corporation _ a" Corperation Organized under the laws of With Main Office in Stare of Washingtnn at v i i Al `rS y fj G �, O r FOR THE MONTH Of _ . AFFIRMATIVE ACTION — CONTRACTOR SUBCONTRACTOR �'n� CONb'°' wnrw ..... _..._ ..................... ........_ MONTHLY MANPOWER UTILIZA"ON REPORT I ^'�' NYrte -..._._._.. . ....................................... ..... 1 To be submitted to the City's Project Goals and Timetables (R minority employ- Engineer durin+; the fourth week of each went) se committee! in Cootractorts month while contract is in progress. Prime Affirmative Action Plan................. t C>ntraete in responsible for obtaining and sitmitting all Subcontractor Reports. .:ontract Starting Date......... ..... .... Iren" MONTHLT EIAN4IOUNi Of EMPLOYMENT a•Fewnt E To,r ;n TOHI rho COngw,T Nome of COnlrw;w w 0,6 propet Y. N. a i Y. IYMN;T NO M wwewN rtY;E;YIrtt Yrngrr 1&rocannctw cw.elM,q e,e nTpw; aurrry On art„ Tom EPrtrt. O;tw• AtsW En. � E. rYDW4ry arter W � Elev�w ter,Od rttYtala,tn W<Tr _... ........ _ — — AwetepeYn DMIw w.,,wrnt MYaur cenuwro T� — YO TMN Mrn Mwn1,- 1. TWYI 1pw E J9YrMPmw bnl,etOtl comdnwn do,,N rq,r..ron A/POMICO n inn cnnVq' 1 OI -- TOW awrwrvmOn , � I Y,.M ' Pwunt OI Tw1I tOwY ewIglPMe 6O,lNY7 tOtli . .HVrteylnHl 1 NuN.Or nl YNr NnN un m,. qo,m:, TMM M/nnq, TMN MM MN",. � O,U totY �YIrtYTrtIM fn,N M�nwrow A/PTOI;ePY _ -- , IMMY � 1 Me roes c .V,w cnIlloc; —FotM�finFn: To(iTOfh: nnn: ; - .--'Tote -Ted WMN wevblYrx Iq On Ini,',41rMn nE7 -�-�� Prepared Lye (Signature and Title of Date Contractors Representative) ,t ,,.,,•,w,nM,y ii7 Reviewed By: (Signature and Title of Date ' City official) Affirmative Action taken (or proposed) to Increase rinority representatioD on perman,mt work force; 1. 70 tv h < y► CITY OF RENTON INSTRUCTIONS FOR E.E.O. CONTRACT COMPLIANCE RLPCRTING (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 $10,000 awarded by the City, except for those contracts which evolve separate State highway Department or Federal F.E.O. Report requirements, iSev attached Sample Report Dorm - 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 r^ irts relating to Subcontractor EEO performance. Al! .-eports are to be delivered to the appropriate City Project Engineer, and will be considered a prerequisite to the processing of Monthly Progress Payments. S. In the event that a contractor is involved with more than one City Contract at a given time, each contract is o be reported separately. Under no circumstances will FED statistics for multiple projects be combined. 4. Monitoring of EEO Compliance will be related to the Goals and Timetables contained in the Affirmative Action Plan as pro%iJed by the Prime Contractor in connection with the bidding process. (The Prime Contractor should obtain an Affirmative Action Program from each of the Subcontractors.) When the City's Project Engineer is not satisfied with the EEO performance on a specific project, an attempt will first be made to resolve the problem by direct liaison with the Prime Contractor. If a satisfactory conclusion is not negotiated, the :natter 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 Action Steering Committee, and possible subsequent action by the City Attorney. Revised 1/8/75 BOND TO THE CITY OF RENTON 6i KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned is—principal ate` corpora on organ ze n and existing undere laws cT a o —as a surety corporation, and qualified under the laws of the State of-Aas ng on ecome surety upon bonds of 0 contractors with municipal corporations, as surety ire jointly and severally held and firmly bound t, the Ci ': of Renton in the penal sum of f for .he payment of wh i sun, n demand we bind ourselves an od ur successors,—Heirs, administrators or personal representatives, as the case mdy be. This obligation is entered into in pursuance of the statutes of the State of Washington, r, the Ordinance of the City of Penton. [fated at ___._.Wash ing*zn, this — day of 1°_�_ Nevertt,elass, the conditions of the above obligation t e such that: �. WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 proviling for 410, con roc is referred to ereein and is a pert hereof as thoughattached—~ hereto), and WHER the said principal has accepted, or is about to accept, the said contract, and under... to perform the work therein provided for in the manner and within the tine set forth; NOW, THEREFORE, if the said shall faithfully perform all c e-7 {b- provTsTonns oT seTJ-conTr-a-cf-Tn tTe mannnWr an w - in the time ttarein set forth, or within such extensions of tine as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and aaterial , men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said v:ork, and shall hold said City of Renton harmless from any ',oss or damage occasioned to any person or property by reason of any careless- ness or negligence on the part of said principal , or any subcontractor in the perfor- mance of said work, and shall indemnify and ho'.d the City of kenton harmless from any damage or expense by -easor. of failure of per`ormnce as specified in said contract or from defects appearing or developing in the material or workmanship provided or per- formed under seid contract within a period of cne year after its acceptance thereof by a the City of Renton, then and in that event this obligation shall be void; but other- wise it shal' be and remain in full force and effect. APPROVED as to legality: Approved: y r 1 rt:w« '• BID BOND FORM • Herewith fine deposit in the form of a c•_>rtified check, cashier's check, cash, or bid bond in the amount of f --which arw dnt is not less than five percent of the total bid. +• Sign Here —_ BID BOND Kiow Ail Man By These rresents: 46 That we, _ as Principal, and _ as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sun of Dollars, for ,he payme .t of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such th:.t if the Obligee shall make any award to the Principal for M accordin to the terms of the g 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 fcilure to on so pay and forfeit to the Obligee the penal amount of the deposit specified in the tail 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 par mid forfeit to the Obligee, as panaity and liquidated damages, the amount of this bond. SIMED. SEALED AND DATED THIS DAY OF 19 M i — rli�nc ppi-1 — Surely 19. Received return of deposit in the suns of a , , M N MINIMUM WAGE AFFIDAVIT FOW q City of Renton ss COUNTY OF I, the undersigned, having been duly sworn, deposed, say and certify M that in connection with the performance of the work of this project, i will pdy each classification of laborer , workman, or mechanic employed in th rformance of such work; not less than the prevail- , , rate of waS_ or not less than the minimum rate of wages as speci- fied in the principal contract; that i hrje read the above and fore- going statement and certificate, knr the: contents thereof and the substance as set forth therein is true to my knowledge and belief. M CONTRACTOR ea bscribed and sworn, to before me on this ---. day of 19 orf fury u c n an .or t:ri�e 3'f5tk o/ Washington Residing at NON-COLUISION AFFIUAYIT o a STATE OF WASHINGTON SS COUf.'Y OF S 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 or on be- half of any person not therein named, and further, that, the deponent has not directly induced or solicited any other Bidder on the fore- going work or equipment to Brut in a sham bid, or any other person or corporaticn to ref,ain 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 NEiU Subs, ;bed and swon-, before me this day cf _ 19 ko`fary 7-ublTc-Tn an TOr U EdTe o1 residing at therein. CERTIFICATION OF BICDERS AFFIRMATIVE ACTION PLAN Bidder is to indicate by check-mark which of Vie following statements pertains to this bid package and is to sign the certification for that specific statement: a) It is hereby certifier :hat an approved Affirmative Action Plan 1s on file with the City of Renton, and that said Plan specif'es goals and timeta,les which are valid for the current calendar year. �Lom W nY Date: By: —TTrtTe7-- OROR b) it is hereby certified that an Affirmative Action Plan is supplied with this did Package. Said Plan will he subject to review and eoprovai by the City as a pre- requisite to the contract award. and it includes: I� Goals S Timetables of Minority Manpower Utilization and 2i Specific Affirmative Action 5teps directed at in- creasing Minarlty Manpower Utilization. e.. ompany Uate: _ — ---- By: t e OR c) It 1s hereby certified that an Affirmative Action Plan will be supplied to t" City of Re.,ton within five (') working days of receipt of reeggistered-Rail notification of Irw-bidder status. Said plan will be subject to «� review and approval by the City as a prerequisite to the cot>a:t award, am it will include: 1)() Goals and Timetables of Minority Manpower Utilization and 2) c easing Minorriitty Manpowertive n stegs Utilization. at 1n- jlanpanY�-- i Date: BY: 1 r CEMYTCAnON OF E UAL 04PLOYTIENT OPPORTUNITf REPORT Certification with regard to the Performance of Previous Contracts or'Sub contracts subject to the Equal Opportunity Clause and Zbe fi.lin% a# 1! r{ 1 Reports. , ai The bidder __, proposed subcontractor /rseNly If t 'Ame 'y` has not —, pmrcicipated in a previous contract or aubcontracL subject to the equsl opportunity clause, as required by Executive Ord*" 10925, 111t6 nr 11246, and that he has , has not , flied with the Joint Reporting Commit as the Director of the Office of Psdlral Contract Compliance, A Federal Government contracting or administering agency, or the former President's Committee on •' Equal Employ ment Opportunity, all reports due ruder the anpticable ill lag requ- irmmts. .. a (:omPanY) AV: Data: Note: The above certification is required ty the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CPR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractor* only in ConnmeLlon with cont- racts and subcontracts which are subject to the ,equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are sat forth in 4l CPR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Pon 100 (EEO-l) is the only report required by the Execut- ive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have perticipatee in a pre- vious contract or subcontract subject to the Executive Ordars anJ have ant s+ flied the required reports should note that 41 CPR 60-1.7 (b) (i) prevent• the .ward of contracts and subcontracts unless such contractor submits a report covering the doliquent period or such other period specified by the Federal Highways Administration or by the Jiractor, Office of P*Jerai Contract Compliance, U.S. Department of Labor. w a � 1 s» CMIFICAr1011 BY P[nr*SLD CMMACTCR. SUBfDVMCTM AND SUPFLIM MAXIM CtAIA', DffgA1[NT OPPaTUNITY 11.,�e-':[ IT:mC trac[Or UAat_Ri= ia— n,iac This certification to regotred pursuant to Federal Executive Order 1'146. The Implementing rules and redulst ion provide the my bidder er pmepx Nc contractor, ar any of their proposed sutcontvc,urs and wppliers, +hall state as an Initial part ai the bid or orautiations of the contract ibether it has participated in any previous contract or subcontract sublet to the equal opportu- nity clouts A." if on, .bather it had filed 811 cmpliance nporta due under appllcshl* Instructions. The City has heretofore adopted desolation No. 1805 .nder date of July 100 1912 establishing a "Fair Practices Poli-ye, ea japla- an ed by m "Afftraative Action PmAram" therein nrablieh!.n8 and prosalgati" the pnllcy of the City of Renton to promote and afeard equal troatmeor and servi,e to all citimna and to assure equal aployaent opportatity based on ability and ''itnets to all persons rWordless of race, creed, color, national origin, ear, physical handled.. or age. This policy sho.1 like.lav apply to all contractors, subcontractors and suppliers couductin8 business with the City of Ramon who hn tart1 shall affin and aubserlbe to said preetices and pollotae. The afnreaentfanil provisions shall not apply to contracts or babcu'tnets for standard coaasrr- « ciel supplier* or red matertalt a firm or orRanintions with leas than 25 employees and/or contracts of Ices ttsn T10.000 bosi- nas par season With the rity. When the Coon rewtar/fusbsortrsctat/Supplier to required by the City of Renton to submit an Affinsdtivm Art lea Plan, the alo3- i am aurpteblo percentage of elroetty aplaym t will be that perestntage wd:ich is currently Herod in eAttochndot r' (city of Rector Coale and Timetables) to the publi*hed City of Renton AFflrertive .Action Pmgrs. The uadereignad roMractor therei'ar, cownntc, nlp.Ltas and agree. that during the perforedme of this contract he .iu. not aiseriaint* dgalnt any pardon in hiring, pruarting, discharging, copenasting or in any other term or condttton of nnplay- aear, by reason of Bach person'* race, creed, color, religion, ancestry or nTionl nrlgin as iplewnted by the "Affieonziw Artirm "ton". Contractor further marees that to will take affirntive and continuous action to mare full compliance with mud, Polivy and pro- Nrs to all renews; it being strictly understood and agreed that failure to comply with any of the Late* of said provision *hall be and ecntitute a aateri Yl breach of this contract. Contractor shall, upon request and/or es soon as possible thereafter, furnish unto the City only and Y:l inforeatinn and reports roimi"d by the City to determine whetter full compliance has men mean by the contractor with said p)ilcy and proar and coo- troc."r will Pamir arcade •o sis b accounts a ia, records and by the City for the purpose of Investigation to soeertl such <taspl'aece. Contractor further wArwmindges that he had received a true and c splete ropy of the City's "Pair practices Policy" and "Affirie- itw Action progrs". CONTRACT ID 4WICATUW 10 CERTIFICATION BY CONTRACTOR BUB0D+f111aCMR'S CERTIFICATION SUPFLU'R'S CEMMICAT1)N Supplier'. here: Add:-ewt Ampe.dw trial,Ices: Title: Phone: : _ _-•.__. w 1. Cuanertor{Bubdmtractur/Suppilr ham psrnlcipeted In a pruvicus runtrmc� or aahcomract snblert ) the lqual C4mactmity Clo.an. Yes ma [_� 2. Ceaplinnce reports sun req._re2 to be filled in ceaoectiad .lth surd contract or subcontract. via = No = i. Co: •'ac[or/BuhnnMtran<ur/Rupp far has filed all wonglimac, reports due under appllcatlor lnetruct<o.a. I"= No Ron Roqulnd Qpo a. If mrwor to /dew 3 Is '%,% pLaae ex1 ate 'n detail an .....we .Ind of It,:, certification. Certification - ^.'v 1090001 Ln above It trap she complete, to tie ben of aj grrrLdge and bvliaf. Noma and Title OF der Fla.. iaturw Revlsamd by City Authority: s 1 CELL FOR BID (Cunt.) w payment of sales tax on Contractor labor charges; b,�r sales tax will apply upon materials, equipment and supplies used or consumed in the performance of this contract. A � The Contractor shall include in his unit bid prices any compensating tax that � must be paid. See Section 7.09 of the Standard Specifications. 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 A on ability and fitness to all persons regardless of race, tread, color, national origin, sex, physical handicaps or age. This policy shall apply to every aspect of employment practices, employee treatment and public contact. A Delores A. Mead, ,:ity Dates of Publication: 1st Publication. June 20, 1975 2nd Publication June 27, 1975 • • 1 � • CIT" OF RENTON A CALL FOE BID WHITMAN COURT NORTHEAST N Sealed bids will be received until 2:00 p.M., July 7 , 1975 at the office of the City Clerk and will be opened and publicly rend aloud at 2:00 � P.M. same day in the 4th floor conference room, City of Renton Municipal Building, 200 Mill Avenue South, for ROADWAY CONSTRUCTION AND CULVERT IN- ST+.LLATSON OF WHITMAN COURT NORTHEAST. • Bid proposals delivered in person will be received only at the office of the City Clerk in Renton Municipal Building. Bids received after 2:00 P.M. , July 7 1975 will not be considered. The successful bidder will be required to adhere to the general requirements and covenants contained in the "Standard Specifications for Municipal Public Works Cf.nstruction," 1969 Edition, as prepared by tLe Washington State Chapter of the American P"lic Works Association. The work to be performed shall include furnishing all necessary labor, materials and e_,ipment, and performing all work required for construction of new roadway M as shown on plans and described in the specifications and su i other work as may to necessary to complete the project, all in accordance with the plans and specifications. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and form of contract documents may be obtained at the office of the Public Works Department at the Municipal Building, Renton, Washington for a deposit of 510.00 each set plus $2.50 to cover postage if mailed. The mailing charge will not be refunded. The deposit of $10.00 per each set of plans and specifications will be refunded upon return of the specifications in good con- dition w.thin thirty days after bid opening. A certified check or bid bond in the amount of Live (5) percent of the total aswunt of each bid must accompany each lid. Any bidder who withdraws hit 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 (90) days after the time fixed fcr 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 Fora, bound in a complete set of Specifications and Contract Documents. All items in this contract are a part of -he ccnstruction of a public road improvwnent as defined in Rule 171, issued by the Excise Ta*t Division of the Tax Commission of the State of Washington, and the Owner is exempt frog the , ti y �1' INSTRUCTIONI: TO BIDDERS w 1. Sealed bids for Prop,al will be received by the Citv of Renton at the city Clerk's office in City Hall until At th's time the bids will be publicly opened and read after whi;:h the bids will be considered and the award made as soon as pr&.tical. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be suhmitted 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 viII be based on field measurement of actual quan- tities and at the unit price tid. The City reserves the right to add to or elim- inate r ,rtions of the work as deemed necessary. 3. Plans may be examined and copies obtained at the City Engineer's office. Bidders shall satisfy themselves as to the local conditiors by inspection of the site. Work along highways must be in conformance with the applicable Co• nty or State !1 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 as described in the specificat,ons. A Where alternate material is bid, the bidder shall fully describe the material proposed, either in the bid proposal or supplementary letter attached to the proposal . 5. The bid price shall be stated in terms of the units indicated and as a total amount In the event of errors, the unit price bid will govern. illegible figures will in- validate the bid. 6. The right is reserved to reject any or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without re, rvations to the TREASURER OF CITY OF RENTON in an amount not lets than 51 of the total amount bid shall accompany each bid proposal . Checks will be returned to unsuccessful bidders immediately following decision as to award of contract. The check of the successful bidder will be returned provided Ire enters into a contract and furnishe• a satis- factory performance bone; covering the full .imount of the work within ten days after receipt of notice of intention to award contract. Should he fail , or fefuse to do M1 so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity w -ed for oral explana- tion except as the City may request further informat . "cular points. 9. The bidder shall , on request, furnish information to r to Lis financial and practical ability to satisfactorily perform the wcr. 10. Payments for this work will he in _ Cash Warrants WHITMAN CT WATER MAIN --- .: W-417 1 • GENERAL PROVISIONS • • • • STANDARD SPECIFICATIONS ■ 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 or Washington snd 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 to the Owner, such reference shall be construed to mean the City of Renton, lb and where reference is made to the Engineer, such reference shah be cons ued to mean the Director of Engyineering, City of Renton, or his duly authorized representative(s). f ~ , aI M A rw V wf Y �I (10) continued w and firms performing labor on the construction project under this contract or furnishing materials in connection with his Contract; said bond to be in the full amount of the Contract price as specified 1n Paragraph 11 . The A ;urety or sureties on such bond or bonds mu:t be duly licensed as a surety in the State of Washington. (11) The total amount of this contract is the sum of which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "general conditions" of this contract. n iN WITNESS WHEREOF, the City has caused these presents to be s1VW by its Mayor and attested by its City Clerk and the Contractor has bemoto set his hand and seal the day and year first above written. CONTRACTOR CiTY OF RENTON ATTEST: A !}.54 �A qi r A• j ti ' I L N�: (7) The Contractor shall caremcmce performance or the coiitraat no i +• '. later than ten (10) calendar days after contract firul execution T and shall complete the full performance of the contract not later than 30 working days from said date of comr,encemient. for each f A and every day of delay after the day of completion, it is hereby if , � y stipulated and agreed that the damages to the City occasioned by 1'1'^• i ,aid delay will be the ;um of (See Special provisions) as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. (d) 7either the final cert titate for paya,ent nor any provision in the r contract nor partial or entire use of any intallation provideai for by Rr . ,, this contract shall relieve the the Contractor of liability to respect to any express warranties or responsibility for faulty materials or workman- ship. The Contractor shall be under the duty to remedy any defects in the work and pay fcr any damage to other work resulting thoretrorm which shall c appear within the period of one 'l) year from the date of final acceptance ~ of the work, unless a longer period is specified. The City will give i notice of observed defects as heretoto-e specified with reasonable promptness after discovery thereof. (9) The Contractor and each subcontractor, if any, shall suhrmit to the City such schedules of quantities and costs, progress schedules, payrolls, reports. estimates, records and miscellaneous data pertaining to the contract as may be requested by the City from time to time. (1$ The Contractor shall furnish a surety bond or bonds a% security for lne f faithful performance of the contract, including the payment of all persons 1 10 commence performance thereof within thi tv (30) days from the date of 0 serving such notice, the City itself ray ta,e 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 accrunt 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, equipme+.t, plants and other properties belonging to the Contractor as may be of site of the project ar.J useful therein. !r (4) The foregoing provisluns are in addition to and not 1n limitation of any other rights or remedies .vailable to the City. (5) The Contractor shall Hold and save the City and its officers , agents, servants , and employees harmless from any and all liability of any nature or kind, including all costs and legal expense incurred by reason of any work on the contract to be performed hereunder, and for or on acccunt of s.y patented or unpatented invention, process, article nr appliance manu- factured for use in the performance of the contract, including its use by the City, unless otherwise specifically stipulated in this Contract. (6) Any notice from one party to the other party under the Contract shall be in writing ar4 shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by de- positing same in the United States mail , postage prepaid and registered. s t S « (2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of th!s agreement, consists of the following documerts all of which are componrrt parts of said Contract and as fully a part thereo' as if f herein set out in full , and if not attached, as if hereto mttached (a This agreement b In truction to bidders c Bid proposal d General conditions « Specifications (f Maps and plans (g did (h Advertisement for bids (i Spec al contract provisions, if any (3) If the Contractor refuses or fails to prosecute the work or any part there- of, with such diligence as will insure its completion within the time speci- fied in this contract, or any extensior in writing thereof, or fails to com- plete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver slali be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this contract, the City may then serve written notice upon him and his surety of its intention to termirate the contract, and unless within r' 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 determine 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 shag' 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 dyes not perform the contract or does not s y u rc f f. A THIS AGREEMENT, made and entered into this day cf _ i , 19. by and between THE CiTY CF PENTON. Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and r, hereinafter referred to as "CONTRACTOR". ' WI TNESSETH: �i• (1) The Contractor shall within the tfine stipulated, (to-wit: within Thirty " 30 working days from date of C01O11Vh1.411XInt hereuf d,, 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 Tabor, materials , appliances, machines, tools, equipment, ut, lity dnd transportation services necessary to perform the Contract, ani shall (omplete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as CAG No. 032-74 lfor improve- ment by construction and installation of: L. 1.0. 288 - Whitman Court N.E, Roadway Construction. _ All the foregoing shall be performed, furnished, constructed, installed, and completed in strict conformity with the plans and specifications, including M aiy and all addenda issued by the City and the other documents hern.inafter enumerated, it is agreed and stipulated that said labor, materials , appliances ,' machines , tools, egoiFment and services shall be furnished and the :unstruction r and installation be performed and completed to the satisfaction and approval of the City's Engineer as being in surf. conformity with the plans, specifications and all requirements of the Contract. M v SCHEDULE OF PRICES (Note$ U it Prima for all items, all aster*.:Una and total amount of bid rust ba shown. Show unit prlcas An both words and 0 gums and what& conflict occurs the written or typed words shall prevail.) ITEMAPPROX. ITEM WITH UNIT PRICED BIDUNIT PRICE AMOVMT NO. OUANTIT7" (unit prices to be written in words) DOLLARS CIS. DOLLARS CTS. TOTAL - SCum= I TOT-AL - SC14'.DUIZ aI TOTAL SCHEDULE III _ f TOTAL BID f' T4 I UNDIASIGMI.D RIDDIA IMMY AGRXZS TO START CONSTWCTIOM WORK ON THIS PRWWT, IF AMARDSI) HIM, WHEN DIRICTFD Alm TO CCIPIZM WITHIN THIRTY (30) WORKING DAYS APTIA STAP71MG CONSTRUCTION. M DATID AT THIS DAY or , 1975. Stawma TTTLii « NAM OF COMPANY& . ADDRSSS) STATR CONTRACTOR'S LICSNSIf CITY Cr RmTTOM WSIMCSS LICRNSf • N � b i , SCHEDULE OF PRICES SCHEDULE III Ices for all items, all cstensions and total aeoune of bid must bo shown. Shaw unit priceA Sr. both words and f:yvree F and where conflict occurs the written ox typed words sbe..) prevail.) ITEM APPROX. ITEM WITH UNIT PRICED AID UNIT PRICE �r AMOUNT NO. QUANTITY /Un_- -�ricrs t written in words,, DOLLARS CTS. DOLLARS- CTS. ~ I 515 L.F. Furnlsh and Install IS" C. I . I I . a I Cleas 2 (T,l.) Water Pipe ! er L.F. Words Fiqures r� 2 1 EA Furnish and Install 5" Minimum ! Valve Oa�--ninq Fire Hydran': Assemb? (M.J S 1 ;er EA — 3 2 C.y.. Furnish and Install Concrete bl ocking Cu. i ) eV r Cu. Yd. I I I TOTA. SCHEDULE III i i I '� 1 Y � AHEDULE OF PRICES SCHEDULE II (Notaf unit Prices for all rteam, all extensions and total mount of A bld must be shce+n. Sher w,it prices in both words and flgnres and where conflict occrre the written or typed words shall prevall.) ITEM APPROX. I ITE WITH trilT PR rrC,D BIGHT_ UNIT PRICE AMOUNT NO. GUAHTITY (Unit l'rixs to bs written in Words) DOLLARS CTS. DOLLARS CTS. F m � 1. 4 e>. Street light Standard - Stress � Spun :oacr•te S Par each won s) ((Figures) y �y 4. 4 Lt mast tin+ a' Per each 9. 4 Bit Luminalre - 175 w Mercury Vapor ext•rru.l Photo Cell Pis Bich �__..._-- 4. A ZA Light Pola reu•)istion Ig P•� eat t�."�.�...` to S. E EA Junction Box J-20 4 Per tech �! 4. RA ` Master Contactor Control - Cabinet r. 4 Poandation Pes taah 7. 920 L.P. Condait 1-1/3" Mlnianft $tire M i Per Lin, rt.� 1 I i I L. 1200 L.P. Conductor 010 - lnclru/ea 411 Connectors a ruses i Per I_ie.Pt. I 9. 505 L.P. Trench 1I"x40" i Per Lin. Pt. 10. W L.r. 'Utwh b"x24" Per Lsn....It. r i i I rrrAL acwzovu xx �__f ♦ 1 MUM Of PRICES SCHEDUL" I (Cont.) (Moto. Unit pric.i for all itemr, all emtenslons and tctrl amount of bid must be shown. Shur unit prices to both words and figures t' and who,,* m otlict occurs the written or typed words shell proved.) ITEM ' APPROX. I ITEM WITH UNIT PRICED BZD UNIT PRICE AMOUNT NO. �UAHTITY (unit Prices to be written .n words) DOLLARS CTS. DOLLARS CTS. is 25. 2 LA ,Adjust Traffic control Boxes Par t:►ct (words) fN gores) 26. 561 Y. PDadw►Y Borra- M j I PK CV. Yd. I TOTAL SCHEDULE I I � I I i I � sr I ' I ry SCHEDULE OF PRICES SCHEDULE I (Cont.) (Note: Unit prtces for all item, all extensions and .otal tawnt 01 Did hurt be shorn. Show unit Price.a in both words and figures and where conflict occurs the w.1tten or typed vcrds shell prevail.) ITEM APPROX. TITEM WITM UNIT PRICER BID UNIT PRICE AMOUNT MO. QUANTITY .(Unat Prices to be written In words) DOLLARS CTS. DOLLARS CTS. 13. 21 S.Y. CMent Concrete Driveway I Per sq. Yd� (Wo:ds) (Figures) 14. 1.62 L.P. 31'x5O" C.M.P. Arches S � For Lin ft. ' ) 15. 600 S.F. fax;k Rip-Pip Per Sq. i't. I T 16. 1 EA Catch Sarin - Type 18 $_ Per Each 17. ( 3 EA I Catch ear.in - Standard Type 1 i Per EeuL I ld. N L.P. 6" Concrete Pipe Per L.P. 19. 4 6A Conneot hn■ to Existing Pipe i Per Each 20. 16 EA Ad;ust Manholes — M j S Par Each 21. 4 M Mvawnt, Case and Coves Per Each 22. 1 EA Wheelchair Ramps i Per Each f 33. 106 L.F. Remove Exietitq Curb and Getter i Per Lin. Ft. 21. 60 S.Y. Asserie EslstltMl CM. :.one. iuiewl II i Per Eq. Yd. -....� ' .. + .�.-...`.r.�._. f rm SCHEDULE OF PRICES SCHEDULE. I (Mote: Unit prices for all items, all ertensions and total amount of bid most be shown. Show unit prices In both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. I ITEM WIC TN UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY CU'nic Prices to be written an Words) DOLLARS CTS. DOLLARS CTS. a• 1. t.wap Sus lbbilisa•Son Pei J.iap Sum (Nerds) (Figures) 2 LUNT Sum Clearing and Grubbing i Pet Lump Sum 3. 375 C.Y. Unclassified Pxcavat.io:, S Fer Cu. Yd. 4. 5 M Gal. water i S a Pat M. Gal. �-- 5. 100 C.Y. Sank Run Gravel — er $ {f Par cu. Yd. 6. 1 �00 C.Y. Embankment Compactics: $ Per Cu. Yd. a• 7. 360 T Ballast - 2-1/2' Minus I Per Ton 1 a. 190 T. Crusted surfacing Courst - 1-1/4" 4r Ninus S _ Per Ton -- 9. 70 C.Y. Gravel sackfill for Pipe Bedding Put !'u. Yd. 1 10. 256 T Asphalt Concrete Pavement S _ 11. 613 S.Y. Cement Concrete Sidewalk • i i�-- L2. 1155 L.P. Cement Concrete Curb and Gutter IPet Lin Pt. '~ ♦ 1 tom• f 06 SPECIAL PROVISIONS (Cont.) 04 STATE SALES TAX (Cont. _ If this project is other than a public road corstructioh, the Washington State Sales Tax shall apply and he a separate bid item. SURVEYS n Section 3.06 of the Standard Specifications shall be amended by the addition of the following sentence: "The Contractor shall notify the Engineer a minimum of 48 hours in advance of the need for surveys." OVERTIME FIELD ENGINEERING r 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 S12.00 per hour. The City shall have the sole authority in determining the necessity of having the overtime inspection, and shall notify r the Contractor of intent and said costs will be deducted from monies due the Contractor on each monthly estimate. DELIVERY OF Tiff".ETS 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 . a. By Truck Payment will not made for delivery 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. Each weigh station shall maintain a record of the truck number, time, date and weight of all truck; provi4ing material to the project. The weight list shall be mwintaineu in duplicate with one signed copy trans- mitted daily to the City by the scale attendant. In isolated cases where scale weight is not available, the inspector shall measure the truck volume and certify as t�. its full load delivery. b. By Other Means_ Method for measurement and payment for material brought to the site by any other means will be determined ,y 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 Ch. 46.44 of the Motor Vehicle laws of the State of e • SPECIAL PROVISIONS (Cont.) HOURS OF WORK • The workir, hours for this 9 project will be limited to week days during the period from _a.m. to _ p.rr , unless otherwise approved by the City. EXCAVATED MATERIAL SPOIL AREA/WASTE_SITE • The Contractor shall conforr to Section 4.06 of Standard Specifications in regard to waste site% All material designated by the Engineer to be wasted shall be hauler', dumped ■ and spread at the locations selected by the Contractor. so The Contractor shall have the responsibility of obtaining his own waste site. Ail work included in this section shall be considered to be incidental to other items of vork 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: w The Contractor shall be prepared to use water trucks, related Power sweepers, and equipment as deemed necessary by the City Engineer to alleviate the problem of lost spoils along the route. Prompt restoration of the route is mandatory. as OUST AND MUD CONTROL The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers and other pieces of equipment as deemed necessary by a* 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 tailed for should repetitive complaints be received by the City. STATE ;ALES TAx If ail items in this contract are a part of the construction of a p,iblic road improvement as defined in Rule 01 , issued by the Excise Tay Divis,.on of the State of Washington, the Owner is exempt from the payment of sales tax on all items. The Contractor shell include in his unit bid prices any comper:;.ting tax that r, must be paid. See Section 7.09 of the Standard Specification,,. v 1 � i CITY Or 'ENTON SPECIAL PROVISIONS i Special provisions hereinafter contained supersede any conflicting provisions of the standard specifications, and the foregoing amendments to the standard specifications are hereby made a part of this con* -t. 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 assis- tart or assistants. DF-SCRi; rION OF WORK, Thu work to be performed under this :ontract consists of furnishing materials, equipment, tools, labor and other work or items incidental thereto (excepting any materials, equipment, utilities or service, if any, specified herein to be furnished by the City or Others) , and performirg all work as required by the Contract in accordance with plans and specifications and Standard Specifica- tions, all of which are made a part hereof. DATE OF BID OPENING Sealed hids will be received by the City of tnton, Washington, by filing with the City Clerk, Municipal Building, Renton, Washington, until 2:90 o'clock P.M. , JULY 7, . 1975, and Mill be opened and publicly read aloud. TIME OF COMPLETION The Contractor is expected to diligently prosecute the work to completion in all parts and requirements. The project shall oe completed with thirty (90 ) working days. Provided, however, that the City Council shall have the right upon request of the public Works Department, C 'y of Renton, Washington, to extend the time of completion of said work. No extension shall be valid unless the some he in writing and accompanied by the written consent to such extension by the surety on the bond of the Contractor. Time lost in replacing improper work or material shall not furnish any grounds to the Contractor for claiming an extension of time for the completion of the work, and shall not release the Contractor from damages or liabilities for failure to complete the work within the time required. 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. Names 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. • SPECIAL PROVI'.r uS • Special Provisions Description of Work Date of bid 0penin:1 Time of Com;p'etion Nondiscrimination in Employment Notification of Cunstruction Hours of Work Excavated Material Spoil Area/Waste Site Dust and Mud Control State Sales Tax Surveys Overtime Field Engineering Delivery of Tickets Size, Weight and Lcad Restrictions Subcontractors and Suppliers Change Orders Preconstruction Conference Field Office Sanitation Facilities Project Construction and Identification signs (Roadway Projects Only) Line and Grade as Easement and Riqht-of-Way Land OrDvided by Owner Land Pr3vided by Contractor Restoration of Structures and Surfaces Side Semer Policy Traffic Control w Removing Traffic and Street Signs Soil Information Salvage Awarding of Contract Liquidated Damages Authority of the Engineer all ar 1 s SPECIAL i'ROVISIONS • V � M GENERAL PROVISIONS (Cont.) DISPUTES AND LITIGATION Cont. The venue of any suit shall be ti 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 oe served, before commencing work under this contract. ACCEPTANCE OF TEE WORK The Contractor shall notify the Engineer in writing of the completion of the work whereupon, the Engineer will promptly, b; personal inspection, satisfy himself as to the actual completion of the work in accordance with the terms of the contract, and shall thereupon rccorenenJ to the Owner that the work is acc(ptable. Final determination of the acceptability of the work shall be meat by the Owner. CONTRACT COMPLIANCE REPORTS - EEO The Contractor wil'. be required to complete and submit the following document before progress and/or final payments to the Contractor will be approved by the Public Works Director: City cf Renton Affirmative Action Report for Contractor/ Subcontractor (Month)y Manpower Utilization Report) The owner will furnish these fours 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 canes within the pro- visions of the equal employment 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 whether he, his firm, association, copartnership or corporation has participated in any previous contracts or sub- contractors subject to the equal opportunity clause and if so, whether or not he has submitted all reports due under applicable filing requirements. Failure on the part of the bidder to furnish the required certificate will be due cause for rejection of tf.e bid. If a contractor to whom an award is about to be made, except for lark of an Equal Employment Opportunity Report Certificate, refuses or fail& to promptly execute and furnish the required certificate within 10 days after notice by the Director of Public Workr that same is tacking from his proposal , the pro- posal guaranty, in form of bond, check, or cash which accompanied the bid, will be forfeited to the City. Whenever a contractor requests permission to sublet a part of any contract and such rontract comes within the provisions of the equal employment opportunity t regulations of the Secretary of Labor, revised May 21, 1968. he shall obtain this certification fran his proposal subcontractor and forward it together with such request. No subcontract will be approved before receipt of such certifi- cation from the subcontractor. � (J 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 Eroineer, the Contractor shalt he 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 1i 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. f- DISPUTES AND LITIGATION Any questions arising between tie Inspector and the Contractor or his Superintendent or Foreman as to the meaning and intent of any part of the plans and specifications shall bc immediately brought to the attention of the Engineer and will be adjust by him. Failure on the part of the City tigineer or his representative to discover and condemn or rejert bad or irfer/or 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 sama may have been used. t To prevent dlcputes and litigation, it 1s further agreed by the parties hereto that the Director of Enginee.-ing stall determine the quantity and quality of the several kinds of work e.braced in these improvements. He shall decide all questions relative to the execution of the work and the interpretation of the Plans and Specifications. In the event the Contractor is of the opinion he will be damaged by such interpretation, he shall , within three (3) days, notify the Engineer and the City Clerk in writing of the anticipated nature and amount of the damage or damages. In the event an agreement carnot then be reached within three (3) days the City and the Contractor will each appoint an arbitrator and the two shall select a third. The decision of the majority of the arbitration board shall be minding upon both parties and shall be delivered before any work is performed upon the feature in question. The arbitration shall be conducted in accordance with the statutes of the State )f Washington and court deCisions governing such procedure. The costs Of such arbitration shall be borne equally by the City and the Contractor unless it is the majority opinion that the Contractor's fitinq of the protest is capricious anr: without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. r GENERAL PROVISIONS (Cont.) w DEVIATION FROM CONTRACT The Contractor shall not make any alteration or variation 1r: or addition to I or deviation or omission from the terms of this contract without the written consent of the Owner. SUGGESTIONS TO CONTRACTOR Any plan or method cf work suggestcd by the Owner or the Engineer to the i Contractor but not sDacl fied or required, if adopted or followed by the Contractor in wnoie or in fart, shall be used at the risk and responsibi'ity of the Contractor; and the Owner and 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 layout as given by s,,,vey points and instructions, or if he becomes aware of any aiscrepancy 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 INFORMATION TO BE FURNISHED BY CONTRACTOR The Contractor ;hall furnish all drawings, specifications, descriptive data, [ certificates, samples, tests, methods, schedules. and manufacturer's instruc- tions as specifically required to the contract documents, and all other information as may reasonably be required to demonstrate fully that the G materials and equipment to be furnished and the methods of work, comcly with the provisions and intent of the specifications 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. DAMAGE TO WORK The work shad be under the Contractor's responsible case and charge. The t Contractor shall hear 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. If any such loss or damage occurs. L the Contractor shall immediately make good any such loss or damage, and in the s' event of the Contractor refusing or neglecting to do so, the Owner may itself or by the employment of some other person make good any such loss or damage, ant the cost and expense of so doing shalt he charged to the Contractor. PROTECTION OF COiiTRACTOR'S WORK AND PROPERTY The Contractor *lone shall 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. r 'b 'k w GENERAL PROVISIONS (,-ont.) ACT OF GOD "Act )f 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 t^e specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work, shall rot be construed as an act of God. SHOP DRAWINGS The term "Shop Drawings" shall refer to the pictorial descr'ption of the details of proposed materials, equipment, methods of instai ation, or other f, constrLCtion prepared by the Contractor, a subcontractor or a manufacturer and submitted for the approval of the Owner. OR E Where the term "Or Equal" is used herein, the. Owner, or the Owner on r recommendation of the Engineer, shall he the s•:le ,judge of the quality and suitability of the proposed substitution. APPROVAL The term "Approval" shall mean approval given by or given properly on the behalf of the Owner. WRITTEN NOTICE Written notice shall be deemed to have duly served if delivered in person to the individual , or to a par`oer of the firm, or to an o`ficer of the corporation of the Contractor o. Owner, or to an executive official if the Owner is a governmental body, or if sort by Registered United States Mail to the business address shown in the Contract Documents. CONTRACTOR'S PLANT AND EQUIPMENT The Contractor alone shall at all times be responsible for the adequacy, efficiency and sufficiency of his and his subcontractor's plant and equip- ment. The Owner shall have the right tt make use of the Contractor's plant and equipment in the performance of any work on the site of the work. The use of such plant and equipment shall be considered as extra work and paid for accordingly. t, ATTENTION TO WORM. The Contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he Is not personally present on the work, he shall at all reasonable times be repre- sented by a competent superintendent who shall receive and obey all instruc- tions or orders given under the contract, and who shall have full authority to execute the same, and to supply materials, tools and labor without delay, and who shall be the legal representative _�f the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. I w - GENERAL PROVISIONS (Cont.) A WAGE SCHEDULE Cont. 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 and/or subcontractor will be notified of the correct rates by the Industrial Statistician and approval will he withheld until a correct statement is received. Copies of wage rate approvals will be furnished the awarding agency, and the Contractor (and the prime Contractor in the case of a subcontractor) by the Industrial Statistician. e Each voucher claim submitted by a Contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the pre- filed Statement or Statements of Intent on file with the Department of Labor and Industries as approved by the Industrial Statistician. Affidavits of Wages Paid (SF 9843) are to he filed with the State Treasurer, {, or the Treasurer of the county or municipal corporation ur 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 ara to be filet with the Directs of the Department of Labor and Industries, Attnetion: Industrial Rel&V ns Division, 1501 Second Aven ,,�, Seattle. Whenever practicable, affidavits pertaining to a particular contract should ne submitted as a package. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall obtain and keep in force during the term of the contract, public liability and property damage insurance in companies and in form to be approved by the City. Said insurance shall provide coverage to the Contractor, any subcontractor performing work provided by this contract, and the City. The City shall he named as an additional insured on 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 suhcontractor, or by anyone directly or indirectly employed by either of them. The minimum nolicy limits of such insurance shall he as follows: Bodily injury liability coverage with limits of not less than $100,000 for bodily injury, including accidental death, to any one person, and subject to that limit for each person, in an amount not less than $300,000 for each accident; and property damage coverage in an amount of not less than $50,000 for each accident. A copy of the insurance policy, together with a copy Of tFe endorsement naming the City as an additional insured, shall be provided to tl:e City within a f. reasonable time after receiving notice of award of contract. PPOOF OF CAPRIAGE OF INSURANCE The Contractor shall furnish the City with satisfactory proof of carriage of the insurance required. a r GENERAL PROVISIONS (Cont.) SCHEDULING OF WORK (Copt, setting out operations, methods, and equipment, added labor forces rr working shifts, night work, etc. , by which time lost will be made up. and confer with the Engineer until an approved modification of the oriaina': schedule has been secured. Further, if at any tim^ any portion of the accepted schedule is found to conflict with the contract provisions, it shall , upon request, De revised by the Con- tractor and 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 me accepted schedule of construction, or approved modifications thereof, is hereb.t made an obligation of the contract. WAGE SCHEDULE The prevailing rate of wages to be paid to all workmen, laborers or mechanics ce employed in the performance of any part of 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 as determined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this contract as though fully set forth herein. ln,_jch as the Contractor wili be held responsible for paying the prevailing rs arize themselves with currentit is wage ratesative beforehat all submittingtbidsobasedmoni the these specifications. In case any dispute arises as to what are th prevailing rates of wages for w,rk of a siri'.ar nature and such dispute cannot be adjusted by the parties in interest, including lot-or and r.aragement revPsentatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State, and his decisions therein shalt be final and conclusive and binding on all parties involved in the dispute as provided for by RCW 39,%.96o, as amended. The ncement of Contractor. on oathrwithore thethe Ownertandfwithhtthe Director ofkLaborl ile a and Industries certifying the rate of hourly wage paid and to be paid each classifrcation of laborers, workmen, or mechanics employed upon the work by the Contractor or subcontractor which shall be not less than the prevailing rate of wage. Such statement and any supplemental statements which may be necessary shall 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 subcontractor shall file a sworn Statement of Intent (SF 9822) with the Owner and with the Department of Labor and Industries as to the prevailinq wage rate, including fringe benefits, for each job classification to be utilized. The wage rates thus filed will he c.+ecked against the prevailing wage rates as A the daare correct. the Indus ttriant l of Labor and Industries. if the wage rates r A GENER/,L PROVISIONS (Cont. ) i A FIELD CHANGES jContj 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 PRIVATE UTILITIES AND FACILITIES A The Contractor shall conform to Section 5.09 of Standard Specifications in regard to protection of public and private utilities. Location rnd dimensions shown or the plans for existing underground facilities are in accordance with the best available information without uncovering and measuring, Tha Owner does not guarantee the size and it-ation of existing facilities. It shall be the Contractor's responsibility to contact all public and private companies having utilities and/or facilities in the vicinity of the construction area. n PUBLIC CONVENIENCE AND SAFETY The Contractor shall, at his own expense, provide all sigrs, barricades, guards, construction warnings, and night lights in order to protect the G colic at all times from injury as a result of his operations. If the Contractor rr should fail to maintain sufficient lights and barricades in the opinion of the Engineer, the City shall have the rig' , to provide these lights and barricades and deduct such costs from payments due the Contractor. PAYMENT TO THE CONTRACTOR „ Payments to be made to the Contractor will be made in the manner outlined in Section 9 of the Standard Specificatiors. Payments shall be made in Cash Warrants. Partial payments on estimates may be withheld until a work progress schedule as described in these General Provisions has been received and approved, SCHEDULING OF WORM. r -- Section 8.01 of the Standard Specifications shall be deleted and the following inserted: Immediately efter execution and delivery of the contract and before the first partial payment is made, the Contractor shall deliver to the Engineer, an r estimated construction progress schedule `n form satisfactory to the Engineer, showing the proposed dates of commencement and completion of each of the various Pay items of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due to the Contractor in accordance with the progress schedule. The Contractor shall also furnish periodic itemized estimates ` 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 'ixing a basis for additions to or deductions from the contract. Should it become evident at any time during construction that operations will or may fall behind the schedule of this first program, the Contractor shall, upon request, promptly submit revised schedules in the same form as Sper.ified herein, 1 yY r CITY OF P.ENTON �^ GENERAL PRCYISIONS STANDARD SPECIFICATION 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 n 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 enti-ety and shall apply except is amended or superseded by these Special Prov", ;ions. 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 rAvn, r, such reference shall he construed to mean the City of Renton, and where reference is mach 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 in addiV on or shall supersede provisions of the Standard Specifications in c mfllct 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 PRFCEDF.NCF Where confli:ting 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 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 nirector of Engineering doer's such acceptance to be in the best interest of the City, provided, the City may negotiate payment of a lower unit price for said ma.eriat or workmanship. FIELD CHANGES Any alterations or variances from the plans, except minor adjustments in the field to meet existing conditions shall be requested in writing end may not be instituted until approved by the %blic Works Director or his represents- o t� S4 1�4'�rIJ, , TECHNICAL PROv ISIONS (Continued) n REMOVE EXISTING CURB AND GUTTER Where shown on plans ,r as directed ly the Engineer, the Contractor shall be requirse *o remove existirq concrete curb by using existing expansion joints f and whatever method deemed r., •,essary to complete removal and disposal. The unit t,id price per lineal foot shall be complete compensa Lion including labor and equipment and no further compensation will be made. REMOVE EXISTING CIMENT CONCRETE SIDENALR Where shown on plans or as directed by the Engineer, the Contractor shall be required to remove existing cement concrete sidewalk y using existing expansic,, joints and w'," fiver method deamcd neces6ary for complete removal and disposal. The unit bid price per square yard shalt be complete compensation including labor a,d equipment and no further compensation will be made. ADJUST TRAFFIC CONTROL BOXES Where shown on plans or as directed by the Engineer, traffic "pull" boxes [. shall be adjusted to grade and Renton Traffic Engineering Division shall be notified 24 hours prior to said adjustment. ROADWAY BORROW Borrow to be used for earthfill for roadway construction shall comply with C. Section 13-3.11 of the Standard Specifications. Sorrow pits shall be of a source ascursd .y the Contractor but source and quality shall be approved by the Engineer. The unit bid price shall include procurement, haul, and all labor, equipment and materials for placement and compaction per anscifications and no further compensation will be made. EARTH EMRAGrMENT CONSTRUCTION Earth embarkment construction shall conform to Section 13-3.10EI and 13-3.10E4 (Method �:) except successive layers shall be of one (1) foot depth. No compen- sation will be made for this item. SHOULDER BALLAST Where, in the opinion of the Engineer , additional work is required to maintain the backfill shoulder slopes, ballast conforming to "Ballast - 2-1/2" Minus" these specifications shall be placed and compacted. Unit prices for shoulder ballast and compaction shall be per "Ballast - 2-1/2" Minus" said no further cc Wnmation will be muds. 1 A TECHNICAL PROVISIONS (Continued) A The unit price for "Roc% Rip-Rap" she11 be per face square footage and be full compensation for furnishing all labor, equipment and materials necessary to construct rip-rap as specified and no further compensation will be made. P. CATCH BASIN - TYPE 1H Refer to Section 64 and Standard Plan Number 51 except as modified herein. Extra depth as required to connect to existing storm drain shall be included in unit bid price. Cast iron frame and grate shall be Olympic Foundry No. 5435 or approved equal. The unit price shall be full compensation for complete installation including labor, equipment, materials and additional grouting as required for watertight connection and no further compensation will be made. CATCH BASIN - STANDARD TYPE 1 Pefer to Section 64 and retail Sheet these specifications. Frame and grate shall be Olympic Foundry No. 5435 or approved equal. rho unit bid price shall be full compensation for complete installation including labor, equipment and materials and no further compensation will be made. CONNE:TIONS TO EXISTING PIPES Whore shown on the plans, or as directed by the Engineer, new drain pipes shall be connected to existing pipes. The Contractor shell be required to break into the pipe, uhapo the new pipe to fit and regrout the opening in a workmanlike manner. The now pipe will be hand grouted and finished flush with the existing pipe to cause no restriction to downstream flow and form a watertight permanent goal. The unit bid price for each connection shall be full compensation for all labor, equipment, excavation, materials and all incidental costs necessary to connect to existing pipes and no further compensation will be made. MHEELCFiAIR RAMPS Mhoolchair ramps shall be installed per details these specifications and as shown on drawings. The unit price shall he full compensation for all labor, materials, and equip- ment required for complete installation and no further compensation will be made. ti TECHNICAL PROVISIONS (Continued) 31" x 50" CORRUGATED METAL PIPE ARCH Section 60-3.01 to be amended a■ follows * .he Contrsctor shall not operate tra^tors or otter heavy equipment ovar the culvert until it has been backfilled as provided below. Backfill material shall be of selected material free from stones, frozen lumps, etc. and shall be placed under and around the culvert and thoroughly compacted in place. The trench shalt be completely filled equally on each side of the f1 cu)vert and the culvert covered to a depth of at least one foot with hand placed and compscted materials before the construction of the embarkment over the culvert is permitted to proceed in the usual manner. Pipe bedding shall be of Class "B" par Standard Plan Number 62 and paid under the a.,roprists unit bid price. Sackfill.ng shall be per :action 61-2.02 and Section 1-02.3(3) of the State of Washington Standard Specifications of Road and Bridge Construction, 1974 Edition. Co,mecting bands for CMP arch installation shall be of "Hugger Joint Type" of manufacturer's recommendation for watertight installation, type to be approved CD by the Engineer. Conne,.,tinq bands shall be considered as incidental to tht project and no compen- sation will be made. Backfill shall be paid under the unit bid price for select trench backfill as V defined in these specifications. Unit bid price for 31" x 50" CMP Arch Culvert shall be full compensation for complat• installation including labor, equipment and materials required and no further compensation will be made. V Rr.,Cr. RIP-RAP Rock Rip-Rap shall be place) so as to prevent any erosion of roadway, roadbed, waterway and creek banks as shown on construction drawings. :Two rock shall be hard, sound end durable. It shall be free from segregation, `r seams, cracks and other defects tending to destroy its resistance to erosion. Rock used shall ha,•e a der.sity of at !east 155 pounds per cubic foot. Each horizontal :ow of rock shall be seated and belling by tamping ballast material behind the rock. In addition, each rock shall be keyed Into adjacent rock 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 :nurse of roc,- as it is placed. Puck selection and placement shall be such that it shall withstand erosion duw to high water. Chinking of any space shall be requ)red to prevent entry of water. Rack used for rip-rep shall vary in size fr,m one-man rock to two-man rock, ex- ceptiny that necesaary fnr chinking and oeddinq. { A TV7HNICAL PROVI.IONS (Cuntin4ad• 4b B)12.�IAST_ 2-1 2" MINUS Tne snit price shall include all costs necessary for furnishing and placement including compaction, and shall :omply with Section 23-2.02 and 23-3.16A of the Standard Specifications including tools, equipment, labor and materials A as required and no further compensation will be made. LMXANYJMJT C.1.4PACTIGN It is anticipated that all new embankment construction require] on this project shall be made with material meeting the requirements of Bank Run Gravel - Class "B". Construction requirements, measuremait and payment shall conform to Section 15-2.01A excep• ing payment shall be by the cubic yard compacted which will include all labor, equipment and materials required for complete compaction of fill and no further compenaati�n will be made. CRUSHED LURPACING COURSE gushed surfacing course (1-1/4" minus) shall meet the requirements of Section 22 of the Standard Specifir.ationu. The Contractor shall select the source, but the source and quality shall be approved by the Engineer. Where additional "time" are required, the Lngineer may require 5/8" minus crushed rock. meeting aleclfications, in lieu of 1-1/4" minus at no change in unit price. The unit price per ton for Crushed Surfecina Cuurse (1-1/4" minus) shall be full compensation for all labor, equipment, materials and all incidental costs necee- sary to complete the work and no further compensation will be made. Ii GRAVEL FOR PIPE BEDDING - CLASS "B" Gravel for pipe bedding (pas gravel) shall have 1110e passing th, St.aadard 3/4 inch opening and not more than 3s shall pass the U.S. No. 2C, wet sieve) , 0-8% will pass the V.S. No. 8 sieve and 95-100% will pass the U.S. Standard V 3/e" opening with a minimum send equivalent of $0. Gravel for pipe bedding shall consist of crushed or naturally occuring granular materials from sources selected by the Contractor. The source and quality of material steal: be approved by the Engineer. V Class "B" bedding shall conform to Section 61-3.0382 of the Standard Specifi- cations. Pipe bedding material shall be placed to a depth of 4" below bottom of pipe or of sufficient depth to eliminate loading of bell and extend to spring line of pipe. V The bid price for bedding graval In place shall be full compensation for delivery, placement, and compaction and no further compensation will be made. 40 re TECHNICAL PROVISIONS (Continued, n ASPHALT CWCRETE PAVEMENT Asphalt Concrete Pavement (AR-4000) shall be in accordance with Section 34 of the Standard Specifications except as hervin modified. n Specification Designation AR-4000 Absolute Viscosity 0 140• F. poise 3000-5000 Kinematic Viscosity 0 27 ' F. CS, Min. 275 r Penetration at 770 F., NCO g/5 Sec., Min. 25 Percent of original penetration at 17" F, Min. 45 Ductility at 77" F. , CM, Min. 75 C Test on Original Asphalt Flat%.point, -snaky-Martens, dog. F., Min, 440 Solubility in Trichlorethylene Is Min. 99 Installation shall be any method determined .oy Contractor as adequate to place asphalt concrete and compacted to withstand loads imposed by vehicular traffic. Payment will be mu.de f r "Asphalt Concrete Pavement" per ton, which shall be full compenestion tQr furnishing all labor, equipment, materials and supplies required in thN ronstruction of asphalt concrete pavement, the furnishing and placing of asphalt tack coat, and all other work incidental to fulfilling the requirements described in section 5-04 and not not forth as bid items. No further payment will be made. CEMENT CONCRETE SIDEWALKS Cement concrete sidewalks shall be Class "a" as shown on Standard Plans detailed these specifications and constructed of air entrained concrete. Payment shall be fall compensation for all forms, raterials, equipment and labor required for complete installation and no further compensation will be made. CEMENT CONCRETE CURB AND (;t=ZP Section 40 of the Standard Specifications is revised to indicate that air-entrained concrete - Class "C" will be used for construction of curb and gutter. CEMENT CONCRETE DRI*TVAY C Section 41 of the Standard Specifications is supplemented by "a followings All cement concrete driveways shall be constructed of air-entrained concrete to a thickness of six (4) inches. F,; ,� N TECW11CAL PROVISIONS w MOBILIZATION Mobilization shall consist of all preparatory work and operations performed by the Contractor, including, but not limited to those necessary for the mw- ment of his personnel, equipment, supplies and incidentals to the project site for facilities necessary for work on the project: for premiums on bonds and insurance for the project, and for other work and operations which he must perform or costs he must incur before beginning production work on the various items on the project site. The liwp sum payment shall be full compensation fcr all of the above and any other incidental cost incurred by the contractor while performinq mobilization as specified and no further compensation will be made. CLEARING ANL GRUBBING • The 1,mp sum payment shall be full compensation for all labor and equipment required to remove from the site all buildings, trees, brush, fences and items of a similar nature which must be eliminated in order to facilitate roadway construction as designed. The disposal of all material shall be the complete responsibility of the Contractor. Any salvageable material shall become the property of the Owner and shall upon removal be im ediat,,ly lcaded A and hauled to the Owner's designated yard and there shall be carefully unloaded and neatly stacked or stored in th• area designated. L',LiSSIFIED EXCAVATION Unclassified exravation shall Include: roadway excavation, drainage excavation, yi ditch excavation and all other excavation as required and shall comprise all materials of whatever nature or ::haracter excavated within the confines of this project without further classification. This item shell consist of excavating the roadway, driveway appcoachee and all work necessary for the completion of cuts, embankments, slopes and roadway Is ditches, including disposal of all surplus material. All work shall be per- formed in accordance with the alignment, grades and cross-sections show, on the construction plans. The bid price shall include all labor, equipment, materials and tools required for complete excavation as detailed or as f'-ected by the Engineer and no further compensation will be made. BANE RUN GRAVEL bank Run Gravel - Clsss "B" stall conform to Section 26-2 of the Standard Specifications and shall be used to replace unsuitable material within the excavated roadbed where shown on plane or as directed by the Engineer and shall be compacted to 95% density. (gee "Roadwsy borrow" these provisions.) The unit price per ton shall be full compensation for all labor, equipment, materials, including compaction, and all incidental cost necessary for fur- nishing and placing this item. r t _ 1► ,G • • s TECHNICAL PROVISIONS s • 1 1 � SPECIAL PROVISIONS (Cont.) SALVAGE (Cont.) facilities shall , at the Engineer's discretion, he carefully salvaged and delivered to the City Yard. Any cost incurred in salvaging and deliverinn such iteris shall be considered incidental to the project and no cor,ipensation wily be made. iM AI;ARDING OF CONTRACT Awarding of contract will be based on total suia of all schedules of prices. • No partial bids will he accepted. l IDATED DAMAGES A Section 8.08 is amended as follows: Liquidated damages for fdilure to execute the contract as specified will be assessed as per following table: Contract Price Lislutdated Damages 0 - $ 50,000 S 50.00/working day S 50,000 - $1,50,000 $100.00/working day $150.000 - $250,000 $200.00/working day $250,000 and over $300.00/working day The above figures do not. include costs for inspection, supervision, legal expense and court costs incurred beyond �5ntract completion date. The cost of additional inspection and supervision shall be an amount equal to actual salary cost plus one hundred percent (100%) for overhead. 1:► AUThORITY OF THE ENGINEER The Engineer shall have sole authority to change and/or regulate work hours, methods or location of work to accommodate actual field conditions. V ♦ 1 SPECIAL PROVISIONS (Cont.) SIDE SEWER POLICY Cont. It is further understood and agreed :hat during the Contractor's guarantee period if there are any indications cf 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, snall rest with the Owner; however, if investigation of such failure conducted by the Owner disclose; that such failure is on the main pipe line, the Contractor shall make repairs 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: The Contractor small maintain detour Tjutes and other routes used by his equip- ment hauling materials to and from the area. In addition, the following shall apply: a. Two-way traffic and pedestrian access will be ^aintained as directed by the Engineer. b. Local police and fire departments ;hall be notified, in writing, prior to construction. c. Ingress and egress for local residents shall be maintained at all tines. 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 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 Cher 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 Division replace all signs necessary. The Contractor shall he responsible for the reolacement of all signs lost or damaged due to his neglect. SOIL INFORMATION The bidder shall make his own deductions and conclusions as to the nature of the materials to be excavated, the difficulties of making and maintaining re- quired excavations, the difficulties which may arise from subsurface conditions, and of doing any other work effected by the subsurface conditions and shall accept full responsibility. SALVAGE All salvage material es noted on the plans and taken from any of the discarded ti SPECIAL PROVISIONS (Cont.) RESTORATION OF STRUCTURES AND SURFACES- (Cont. and replaced after the trenches have been oackfilled. The lawn area shall then be cleaned, by sweeping or other means, of all earth and debris. The Contractor shall use rubber whee' equipment similar to the small tractor type backhoes used by side sewer Contractors for all work, includ- ing excavation and backfill , on easements 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. All construction work under the Contract on easements, right-of-way over private property or franchise shall be confined to the limits of such easements, right-of-way or franchise. All wor< shall be accomplished so as to cause the least amount of disturbance and a minimum amou^t of damage. The Contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays, and trenches shall not be left open for more than 48 hours. Damage tc existing structures outaide of easement areas that may result from dewatering and/or other construction activity under this contract sha' - be restored to its original condition or better. The original condition shall be established by 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 the expense of the Contractor. d. Streets. The Contractor will assume all responsibilitj for restoration of tFie su ace of all streets (travelled ways) used by him and damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Owner. The Owner will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. SIDE SEWER PULICY No side sewers will be installed until such 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 such section has been issued by the Cwner, The Contractor and the Owner understand and agree that following the issuance by the Owner of a memorandum, which memorandum 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 rearhes 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 repair to contractor-installed pipe line and appurtenances. e � i} A SPECIAL PROVISIONS (Cont.) EASEMENT AND RIGHTS-OF-WAY The Owner will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. LAND PROVIDED BY OWNER The Owner may provide certain lands, as indicated in _onnection 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 VROVvQED DY CONTRACTOR The Contractor shall provide with no liability to t"e 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 tmeporary works as re- quired by his operations. The Contractor shall confine his equipment, storage of materials and operation of his workers to those areas ;FoNn and described and such additional areas as he may provide. RESTORATION 0f_2 STRUf.TURES AND SURFACES a. General. All construction work under this Contract on easements, n qht- of-way, over private- property or franchise, shall be confined to the limits of such easement, right-of-way or franchise. All work shall he accomplished so as to cause the 'east amount of disturbance and a minimum amount of damage. The Contractor shall schedule his work so that trenches across easements shall not he left open during weekends or holidays aid trenches shall not he left open for more than 48 hours. b. Structures. The Contractor shall remove such existing structures as may be r- ,s•ary for the perfomnarce of the work and, if required, shall rebuild the s, ures thus removed in as ood a condition as found with minimum requirements as herein specified. He shall also repair all existing structures which may he damaged as a result of the work under this contract. c. Easements - Cultivated Areas and Other S,:rface Improvements. All culti- vated areas, elfhe`r agrf -uTtureT or awns, an otTier surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an eosement or private right-of-way, the Contractor shall strip top soil from Y:e 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 in burlap and replanted in their Original positions within 49 hours. All shrubbery or trees destroyed, or damaged, shall be replaced by the Contractor with material of equal quality at no additional c^st to the Owner. In the event that it is necessary to trench tnrough any lawn areas, the sod shall be carefully cut and rolled i 1 w SPECIAL PROVISIONS (Cont.) « SANITATION FACILITIES 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 shalt be made. PROJECT CONSTRUCTION AND IDENTIFICATION SIGNS ROADWAY PROJECTS ONLY) The Contractor shall furnish and install pre,,ect identification signs nn each, � end of the project one (1) week in advance of construction. The signs shall conform to the specifications as per attached sheets. One sign of each type shall be installed at each end of the project. Construction,>ign;. The Contractor shall furnish and install construction signs which conform to Part 6 of 1971 Edition of Manual of Uniform Traffic Control Devices for Streets and Highways, United States Department of Transportation - Federal Highway Administration. The cost of furnishing and placing all construction and identification signs shall be incidental to the project and no comnensation will be made. L1NF.S A71D GRADES the Engineer shall have the right to make reasonable changes in the grades as they are shown on the drawings. Grades will be established in the form of cff- set stakes at distances not greater than 50 feet, set in advance of the work. Whenever work is in progress, the Contractor shall have in his eaploy a worker competent to set hatter boards or other construction guides from the line and grade stakes given by the Engineer. Such employees shall have the duty and responsibility of placing and main- taining sucr, construction, guides. Batter boards set with an engineer's level shall be used for all lines set or a Srade of 0.50% or less, at least three sets of batter boards shall remain in place during pipe laying operations. If, tnrough the Contractor's negligence, any stakes shall be destroyed and require resetting, a sum shall be deducted from the Contractor's final payment equiva- lent to the extra cost in engineering required for such replacement. The laser method of establishing grade may be used providing: 1. pequest 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 50 feet and at least 3 times daily by conventional methods. 3. Proper anchoring of pipe is performed in locations where a box is being useu 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. 4 SPECIAL PROVISIONS (Cont.) A 517Ei WEIGH( AND LOAD RESTRICTION° (Cont.) Aashington (1967 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. k The Contractor is to furnish to the City Engineer a listing of all haul ` vehicles used on this project, listing the vehicle number, licens? 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 immedietel; after the contract has been awarded. This list must ba_ received by the "ngineer befor., the contracts may be signed. CHANGE ORDERS All additional work that requires compensation to the Contractor for items that prices are not included in the contract shall require a written change order before work may he done. The Contractor shall ue responsible for acquiring the necessary change orders that are required by any of his subcontractors. PRE-CONSTRUCTION CWFERENCE Prior to the start of construction, the Contractor, Engineer, all subcon- tractors, Utility Department, Telephone Company and other interested departments shall attend a preconstruction conference, time, place and date to be determined after awardance of the contract. Subsequently a representative of the Contractor will attend a weekly conference to , eview progress and discuss any problems that may he incurred. The time, place and date to be established at the preconstruction conference. FIELD OFFICE The Contractor shall provide a field office with heat, lights, telephone and ail weather automobile access and parking in a central lo:ation on the job site for the use of the Engineer, The field office should be of sufficient size to accommodate the inspector and allow Adequate additional roan for meetings of up to three (3) people. All expenses incurred in supplying the field office shall he considered incidental to the project. i � 1: w w i 1 CITY OF REN'C)N SPE, IFICATIONs 111, c GATE VALVES (3" thru 12' Gzte 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 t opetating 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 suu:c•e operating nut, and shall open by turning counter clockwise (left). The valves shall be IOWA List 14, or Mueller .A-2380. G+ GATF VA1.vES (14" thru 24") 'late valves shall be of tensile strength cast iron, non-rising stem, full bronze mounted with doable disc gates. All valves shall be designed for minimum water operating pressure of one hundred fifty (150) pounds per square inch and shall conform to AWWA Specification C-500-61, and any sub- sequent modification thereof. The pate valves shall be for horizontal installation on horizontal pipe. The valves shall be equipped with bypass valves, enclobed bevel gearing and grease case, tracks, rollers, scrappers, and standard square opera- ting nut which shall open by turning counter clockwise (left). c- The bypass valves shall conform to the specifications for 3" thru 121 C:.'e Valves. A. � f CITY OF RFNTON SPECIFICATUONS r PIPE 1`117INGS Cast iron pipe fittings 4" thru 12" shall be c Las 250, and 14" thra 24" shall be Class 150, as per ASA Specification .A21.1v-1964 (AMNIA C110-64) . :oints for fittings shall be Mechanical Joint as per ASA Specification A2I.11-1964 (AMNA C111-64). ".he above shall hold true unless called out o"herwise on the Plans or in the Bid Proposal. Any and all cost incurred in procu-ement and placement of all fittings and appurtenances are to be included in unit bid price per ear foot of pipe and no further compensation will be made. n CITY OF RENTON SPECIFICATIONS f CAST IRON PIPE Cast iron pipe 4" thru i7" shall conform to ASA Specification A21 .6-1970 (AWWA C106-70) and/or A21 .8-1970 (AWWA C108-1970) and snall 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 designeJ for a working Pressure 0 thru 300 PSI for laying condition B and 5 feet of cover. 14" thru 24" cast tron pipe shall conform to the above specifications eAcept designed for working pressure 0 thru 200 PSI , and 24" pipe shall he thickness Class 23. All cast iron pipe shall be cement lined and sealed in accordance with 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 3132" cement lined. The pipe joints shall conform to ASA Specification A21 .11-1964 (AWWA C111-64). Pipe joints shall be Push-On and/or Mechanical as required by the Bid Proposal description. DUCTILE IRON PIPE Ductile Iron Pipe shall conform to ASA Specification A21 .51-1965 (AWWA C151-65) Grade 60-42-10. Ductile Iron Pipe shall be cement lined and sealed in accordance with 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 3112" cement lined. The pippe joints shall conform to ASA Specification A21 .11-1964 (AWWA C111-4) . Pipe joints shall be Push-On and/or Mechanical as required by the bid proposal description. �. Pipe thickness class shall be as required by the bid proposal description. Unit price bid shall be full compensation for all :abor, equipment and materials _a necessary for complete installation including blocking at all Denas, tees and changes of direction. The pipe shall be installed 12 feet east (left) of center- line with a minimum 30 inches of cover. 1 7 • FIGURE 3 r CONTACTOR CABINET MERCURY TUBE hELAYS r k I I ;{ M' alr• M. I .I c•f1 a . w a.1 M •i /•CIO COrr11M 1. ' ppNc GIa•I• «an.cu I +• . aCr11 p C.•••.arryp , wMNl.apr• 1 .�•nawnry I ��""��'' 1 (,Ur l�ww •� { __� rur•OMpOa ,n,�, can aria' S 'aa i parr lU1CIM�p ��y._ I dp W �•L: K T N �y I WTK FM ON It•TGAAII 9 .' •T�a ', ♦,[ Y L PKAaa IN T. .owaa U«mwayW MpaaA �..r I --1T cc r•na a'. �'y}•". GM wlTr "I Irw wr I bpMw.T ^ v ww 19 AN awl rlwwlr p a •III u.r .I r • roll cUWPuIT CAN oath. ) GnpM.Tllw CAN aIINT N • • vt`►C T t` I •aaG WI wlTr O T"f •.• G %w s .t,.1,. • +i •aa o p«wp 0 rra MAW IT au rm.r io0•ur rtr CLAIA10111CO OP VMS COOMW l : YY'MYO :uw . ma pOrigolima Cow"rOY /rtW.w lcr (,�IYR M1 t `-0N MUa ram W+IAlIrO ' � MR10V r•I/N liv« /yfa NI/« ifllY1 1 + r FIGURE 2 ++ FLANGE BASE DQ --t10- --- Ir l/{• a MOLE IT YPI it FOR 1 ANCHOR DOLT! - e , �` II'all'a7/e•PLATE I 1 Msau•--- `i/ ,e• — II-In•ANCHOR_� V- SOLT CIRCLE HOLE FOR -- - -- PRESTRESSED , WIRE SELECT POLE NOTE: I. ALL STEEL ASTM 1-76. 2 ALL REINFORCING STEEL 1 I ASTM A-613 GRADE 40. • 0 3 GALVANIZE AFTER ASSEMBLY ASTM A-123 rrtf ��� SECTioN D-D •� TH •A •r •0. 7.04110 7-11/164 {-7/1{ ' 7.5M 7-7/9 ' 6-9/e ' {.OM {-I/e 6-I3/1{' 5-1/2 ' e.SM {-9/16• 7-1/14 ' 9-e/e0 _9.0N 6-1/2 • 7-1/4 ' 9-7/9• 40 f t } FIGURE I • POLE TOP MOUNT ARMS 'A' �^ S' e r�ERMM (NO TAPER) ?REMOVABLE T DIAMETER 0.1375'/FT.t ♦s ----POLL ARM`-`I I GA. STEEL POLE TOPDIAMETER S-I/6' 16 GA. ALUMINUM I_I/2'0 CABLE ACCESS POLE CAP WITH I' LIP HOLE AT EACH ARM iI GAUGE SYEEL POLE TOP MOUNT - � 64)3/6'0 PLATED BOLTS (ASTM A-325) I S,yA• _ _ INSIDE DIAMETER /^I rp 3- 7/16' 140yI r: THOLE 1 — _ , 1/6•L `TYPICAL 1 (- 1N'PLATE— 1 14)U2'aim SLOTS OCTAGON TY►EJ RQUMO TYPE Fll EMBED 3/0'0 it I BOLTS 1'-2' i is L: F 316t' 273.447' 36' •60OU ARM ONLY t r r 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 vibra- tory compactor. r CONTACTOR The Contactor shall be rated at 30 Amperes. The Contactor box shall be a weather tight box with approved faL,lities to mount on a luminair• pole. Conductors shall be wired from the Contactor box to the photo cell atop the luminaire. wosmMom - 5•• � 1 r 44 The inscription on the covers of the unction boxes shall be as indicated below: "STREET LIGHTING" or "LIGHTING" Bottom of box shall be lined with 6" of crushed rock. The cost for this crushed rock shall be considered incidental to the installation of a junction box and no further compensation shall be made. CONDUIT - TYPE AND CONSTRUCTION Installation of the conduit shall conform to appropriate articles of the National f- Electric Code, these specifications, and of the State of Washington "Standard Specifications for Road and Bridge Construction', t;72 Edition. Minimum sixe of conduit supplied by the Contractor for this lighting system is 1-112 inch. r Type of conduit used shell be a fileme.ic wound, continuous glees reinforced, Epoxy Duct (fiberglass reinforced Epoxy) . Bands of reinforcing fibers shall be wrapped around the duct such that there is a slight overlap 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 In less than 125 mircro inchee�, 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 184U pounds. Conduits terminating in standards or pedestals shall extend approximately two (2) inches and shall be buried a minim=, of 24 inches below finished grade. Conduits entering through the bottom � the junction box shall be located near the walls to leave the major portion of the box clear. At all boxes, conduit shall enter from the direction of the run. TRENCH 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 that the Contractor will be responsible for all necessary coordination required to allow the Installation of television cables, underground power and telephone. All trenching required for undergrounding will be a portion of this contract. No work shall be covered until it has b,•en examined by the Engineer. The earth which in filled around the tables and duct work to a depth of six inches over it shall be free of rocks greater than two inches tr. dfineter. This material shall 4 - 1 The prestressing wire shall have a minimvl ultimate strength of 234.700 psi for i =0, 220,500 psi for 1mm0, 206,000 psi for 9mm0. Initial prestressing force shell be the smaller of 70% of ultimate tensile strength or 60% of yield strength. Base covers or nut covers shall be used to cover the base plates or anchor bolt nuts. • Anchor bolts shall be hoop tyTs with the following dimension: l" x 30" x 4" They shall meet ASTM-A-307 specifications and shall be fully hot dip gal- vanized to meet ASTM A-153 specifications and shall be furnished with two (2) nuts and too (2) washers each. LUM,INAIRE HJUSING The housing of the fixture shall be sand-cast aluminum in natural aluminum M finish or die-cast aluminum in painted aluminum finish, and shall be mounted level Loth transverse and longitudinal as measured across points as specified by the manufacturer. The clamp or slipfltter shall be able to adjust at least five degrees vertical swing for the required leveling procedure. The refractor shill be accurately molded to give the Jesired asymmetric li;,ht ss distribution. The total complete operable luminalre assembly with ballast, lamp son wire shalt. not weig!.t over50 pounds. Glassware shall be heat-resistant, high-impact, molded, borosilicate type. The Contractor shall furnish evidence in writing to the Engineer that the luminaire s:anufacturer will maintain an adequate supply of lumdnaire maintenance components in this State as continuing stock shelf items before final payment will be made. r GROUNDING OF SERVICE Grounding at electrical services shall conform to requirements of the latest edition of the National Electrical Code and all applicable state ana local regulations. ~ FOUNDATION Foundation for stand ds shall — as per details on Standard Plans and Speci- fication Sheet J-17. r JUNCTION BOXES (PULL BOXES) The Ccnt.ac.ur shall provide and install junction boxes of he type and at the locatf )n specified on the attached plans. Junction boxes to be provider and installed for this project shall be Design B as indicated on the plans and shall conform to all specifications c >ntained in Standard Plan J-20. - 3 - w ILLUMINATION SERVICE AND SYSTEM Electrical service shall be 240 volts (2-wire), 60 cycle A.C. The electrical conductor required will be THW grade, 600 volt insulation, number 10 stranded vice. Conductors are to be appropri..tely color coded. The lum:.naires which are to be supplied by the Contractor shall have the follow- ing futures: (1) 175 watt Mercury Vapor lamp (color corrected) (2) Integral regulated high power factor ballast (voltage tolerance + 101). (3) Externally mounted photo cell. All connections she!'. be made in the street light pole base and shall employ an approved field applied quick disconnect kit. The kit shall be capable of being disconnected without damage and shall be equipped with an outer body which shall pr. vide 600 volt insulation. Provisions for a proper fuse shall be included. The entire assembly shall be constructed such that a watertight connection In formed to prevent moisture from reaching the fuse or the conductor. :onnections. The quick disconnect kit shall be. supplfed,wired l:i place and fused by the Con- tractor for every pcle installed. All materials shall be compatible with the copper conductor and Its insulation. The Contractor shall submit .amplab �f the connector proposed for use to the Engineer for approval. Also, this system shall incorporate an approved watertight contactor box with w circuit breaker and light test switch located in the control box. LIGHT STANDARD Lighting standard shall be a tabricated pre-stressed-spun, hollow concrete pole. The poles are to be centrifugally cast for uniform compaction and density. The round tubular 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. The proportions of water to cement shall produce a concrel : after steam curing, having a minlwum 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 compressive strength shall be 5,000 psi. Following the casting operation, the pole shall, be cured with low pressure ate" r (175'P. maximum) for an long as needed to rea,.h the necessary strength to allow handling and release of prestressing wires. The poles shall n^t be subjected to temperature changes of more than 20'F. per hour during the fitht two (2) Hours. Poles shall remain in outside storage for as long a period as needed for the concrete to reach the required compressive strength. 44 � a' A n�, TECHNICAL PROVISIONS A STREET LIGHTING SCOPE Of WORK - GENERAL n The plans and specifications this project are intended to describe an operable street lighting syste. complete including conductors, conduits, excavation, junction boxes, cone ste foundations, conduit fittings, splicing, megger test, photocells, and . • orial or equipment necessary for a complete and operational street lighting system. r The street light trench will be used jointly by television cable company, power company, and telephone company when they so have need for these faci- lities. )t will be the Contractor's responsibility to schedule trenching activities to coordinate with the utility companies mentioned above. STANDARr SPECIFICATIONS FOR STREET LIGHTING Installation of all portions of the street lighting system shall comply with the State of Washington Standard Specifications for Road and Bridge Constrrctlon, 1972 Edition. SOURCE AND QUALITY OF MATERIALS The Contractor shall submit to the Engineer a request for materials approval at the earliest possible date. Sources all required technical data should be submitted at this time. Material not approved will not be allowed on the job site. Substitution of specified material must be approved by the Engineer prior to ordering. INSPECTION AND TESTING OF LIGHT SYSTEM 4 The Engineer reserves the right to inspect the manufacturing process of the light standards. All provisions for this inspection shall be provided by the Contractor. Final inspection and Acceptance of installed material will not be givan until 4 final installation anel testing has been completed on the system. Approval to y install materials .%. equlpment must be obtained from the Engineer before in- stallation. Before final accep_ance, the Contractor shall field test the installation for continuity and a' nund of each circuit; installation resistance (megger test 4 between each ri.cuit and ground;; and function, to insure operation as speci- fied or intanded. Any faults 1n the system shall be corrected and retested. Cost for perfuming these tests and correcting the faults shall be paid by the Contractor. Megger test ahall be performed in accompaniment with the Engineer. d - 1 - f TECHNICAL PROVISIONS (Continued) MONUMENT, CASE A111 COVER led r Section 50-3.02 of the The pzecuteroficationencrete nlexcapt °s shall swdified hernt Standard Sp The monument shall be Renton concrete Products precast monument or approved equal. oe rtnt The cast iron case and cover shall be tha Washington State Highway Pa sa standard case and covar or apFroved equal. TM Contractor shall furnish monument, case and cover and shall excavate for installation afar roadway comPletioc• City fo•ces will set the monument and shall be notified a minimum of 24 hours Prior to excavation• �. the Contractor shall set the caul and After installation of the monument, to cover and grout with cement concrete the case Into the excavation, Engineer. the satisfaction of the be determined by tine Elated by the City prior to any Exact location shall ment of the monument excavation for place , case and cover. The unit price bid shall be camplete ll labor, equipment compensation for e and materials required for Procu'°IDent, exc ill be made. avation, case and cover installa- tion, grout and finish and no further compensation w �J f 4 a M 1 1 F' TECHNICAL PROVISIONS (Continued) P CEMENT CONCRETE PIPE - 6" DIAMETER Cement concrete pipe of six (6) inch inside diameter shall be used for connectinq to new catch basins and to existing storm drain.. See specific sections these specifications for connection to existing pipe. r , ,' „`•n ry Non-reinforced concrete pipe shall conform to A.£.T.M. designation C-14X i ,'t Table II (extra strength) except as otherwise provided. Joints shall be manufactured for use of Brant Rubber Gaskets or equal. Fittings shall be of the same material and class as the concrete pipe. �• The pipe shall be furnished and installed in acwrdance witl: Sections 60, 61 and 65 of the Standard Specifications except as modified herein. Six (6) inches of bedding material are required under all sewer pipe. Bedding material shall be of material described in these provisions. �- Section 61-3.05 shall include the following: The haul-placed backfill around the pipe and tj a point six inches above the crown shall be foot-tamped until it is unyielding. The remaining backfill, whether native material or borrow, shall be mechanically tamped with hand-operated mechanical or pneumatic tampers. All excavation, placing of pipe and backfilling shall be done in accordance with State of Washington Safety Standards for Construction Work, Part C of the latest edition. The unit price bid per linear foot shall �onstituta full compensation for all labor, ma'=erial, fittings, tools and equipment necessary for installation, including excavation, placing of pipe and mechanically tamping the backfill material, No further compensation will be made. AWUST MANHOLES Adjustment of existing manholes shall include the removal of existing cone section, frame and grate, top ladder section and any additional apparatus 4 including excavation necessary for work. This item shall include now manhole sections, ladder extensions and all other appurtenances required to elevate existing cone section to design grade. Ladder extensions and top section shell be grouted and fitted to match existing. V A minimum of cne (1) course of B" wide brick shall bu placed under frame for adjustment. Manhole sections, ladder, cone and adjusting brick shall be plar:ed in a workmanlike manner to conform to dimension and shall be rigid and grouted to form a watertight seal. 'The unit bid price shall include all equipme t, labor, meterials required for excavation, removal of existing mani.4le sections, plaoamn-t of new manhole sections, ladder, grouting, baekf.illing and compaction required to complete manhole adjustrent and r.0 further compensation will be made. i i , ..,� v 1 I J .? L U I t- I I 4 ENDING OF FILE FILE TITLE LID 266 .. 1 ' 1 s � e / -0l41d+/P G1o�QWIIL - / / kA pEPiN05 ON C!►' Jr / / / / r / r %QANS/TieN.IL .=//l!! SNAL L BL • G[wsTl✓C7ED .A/eNOL/7.i/icA[L!/ SfLfAlD 7D ha".D H✓/.T// EN/STi.I3 02. .,/EK/ Cl/.PB l407-FZe. /s "arc-✓�Py\.IrFNf,✓r Ac// Af � SEfTiGN A 1 � T YPICAL SIDEWALK DETAIL :eR,:o r2 4 E porIM1/4 R At Jo,n% W1/2'k 4"Etpons 7cem Cone Curb& Gutter Score Lroes T To ''� MC.ergalI fCurCdGurre• w 1/4"RArJo-rtslI1/2•x 4" Expanerioi—/1/4"R At Jom i ffl _ I .. I J —Score Lmes- "*"- width Of Sidewalk rl 1/2 k 4" E Wansion Material J 1/4' R At Joint* .. � G._1•i'k 4"Exp snuon Mate,.ol 1/4' R At Joi.lte 1/4"/Ft Slope 1/2 x 5 Expansion Moreno; 1,4 /FI SbDt I/2 R 2'R ,p'• Curb Return Only t/2 R 1 p %I ASAS Psr 4'. PO4roent As Per pions T Vondord Cem Con Cure 4 ParMwoy Standard Com Cori Curb &Gutter a Gutter SECTION A-A SECTION B-B GENERAL NOTES, Where The Sidewalk 1s To Be Placed Against The Curb d Gutter, Thr. Joint Shall Be A Cold Joint Expansion Material Shall Be Placed At All PT s 9 PC s Of All Curb Returns, And It Shall Be Placed At Every Fourth Sidewalk Panel. 'he Concrete Mix For Sidewalks Shall Conform To The Requirements Of Cross 501/2Y The May-mum Slump Shall Be 31/2` 4 +b'' - DETAILS - %TONO,bkQD CATCH BASIN 4ND CURB INLET w COST IMON FRAME AND COVER _ Ot.YMptC Fourgmse No 5455 i EXTENSION RING G0.�Y mT.7N! No. C15 - 15 oa Epps:.. ti elWc � D1�51N fJlJR9 INLET Ate! ■C TIO'..i B►S� SQCTIO r+� �7I{/►Y iTON! Nt7. CB- 15 Gcesv STotue No CB - IT � eat.. CgvraL of Ecv�.:._ -loom 1 - I .� - I'll r �rR w r Pam Exposm ,loin tnFl / EXPANSION JOINT(TVPI ell Is It r � �. F, EXPANSION JOINT-- \\�� Ex JOINT `.�45 1 , .'-:-'I•.^�---n ALTERNATE I r Dace TOP OF avING SECTION A_A , .,. _. . • I' a fxaAvfOro JOINT(TYP) LlV FINISHED TO I" RAD14 j \, •• N,,,r- \ i\/ r \s • ALTERNATE 2 �4ve MiN•1y.�4y GENERAL NOTES \� ,"ANTS lolnt##Poll bt•lotto al #norn cw o✓echo by In' Enq,ntlr MATERIALS SPon ell tatc,Nca LGnt CITY OF RENTON CONCRETE Snail w 14 oar Clas# S I -I/2) ENGINEERING DEPAR*MEN' Parllonn ctmtnl comcfele PROCEDURES Forms,Obunf,binq.nqan$ c.,,no,Fee faw.coiAM STANDARD— MEASUREMENT Fee cone antonaT,Inar nrta Placed Dtmno caro,na CEMEN i CONC DRIVEWAY 0= � PAYM[h' "Camtnl Conant JrrvtwT(rnmtntu,con)' Dtr SA ro DDE;I 41GNE DATE I N-fa_GASb CNECPED APPROVED_ _ Cif m nqr �-- 1 Tmho M 'see tN SaMeH Dnw4100 r c a.► a Y.a •V Woevee':a 1__I �I� ThIY.1•Int Jeep .w.cera,ny 1 Thf wY.aMr and to tlWfA%pa.,l ow Iat at," to be M ` t(.�• N%•'acted, Is t F �.__i_..� r_ I s' i • I _�J 1• a" ►aa%%%own �. .....y_� aM a1M• !O cii 7v pa'A .�aNN tli'ac T'eM'W � un'.(.r,nwl.fe .i a;eX �•b'f•pweww i ..nNee Nhar w.ae Ina.sal►'1. (point I i eba f•yn H.. ri a C..b l..na{Gr.do�1 .....+ qp.-.Twcronoa irga Sec+,on A•A ca. sJewolk, Soc},on 5.0 •. dM%r01 NOtas 1 ! tlal. o%utJAy ♦,Ise,wale bast' dun+my o.nt% shall be as s sewn tiilc tec,,M sale na+g ial shall 0%) by placed �� fhc sldawolk •/1.` amt nao 1,4M fr 11♦ ► Sect ron of orve weyy � o11ty retu•n�of Wcai•.aunt the wt biiirf� Shown on Standard Olenses 1 to IS All J%,nit plae,nq concrate. Shall be clean { edged w.th on edcar houmq a A, Rod.u% .:o�nt%chat yeGwt w.t1, the F,n,ahad ti.f:,ce fo.m1 %hell beA.tho♦ w.wl .. %toot and•hall meet e:t r toulr.menft of these 4pec,f.cat-ons. I 1 Cenerstl'Malt be clots S(IVe) o. 5(s.) ! pro4sdvroa,fa.f..rthor roewromaats far Corms, I - Fdrmsettinq.Plaanyy,fln;eh,ny fc r'.n1� oo na. sus than be as nvtl,nod,n these Spec.,,cd♦IeM F pQ4" C; I COMW Concrete Type A' m,Coont Cancrt#e S-dew .•alk,' par fouao yard. 1 Sldr•+olk 0Trfa•i,cameral Concrete S.dawalK pe. %auato verb Type.A, a Typi,e. ."fyfe'A,Tn.ckaned Edqe For 640w0�c' Per ilM"I 'Yel Stondord P1o;t No•14 t � t .Standard Drawings Pate III aolu .ryt.1.,WaiteN.•f Opera e.l W. ".. VIL 'Iol sew ..'as --ItlMfYl «Gwl19 1." IrN • 1Y41M VNO OY.Y yNw! 1nYv.q n•W••[YY!NYaa 9ISM [ IM wPIWlW [D+Nwr. •.OYReN 1Ll I.Af avN IW!NaW(p1,Y! lIMtO 1 LVwe Np ev llR /// .N ''•..Y\OY a,t0I.l1 opl., t•lpplY M tYM1i •YIO / j IKI IVYM {'w.prVp OYLMII r[C! i i e[CVYp wgLp.OYY{O pI IN YK(IOIIM { , I .arl.{r ce.cwllf r �,_ _• ri"KA= SOCTION /OR CURB 46.UTT111t TY/t A u MIRtUM Or.(w rYYY IY ! .. pY .p[ wNW�Cwc ISIyµ SEPT. vra,ON X•It _..� .-,'11M,df r.+ee+h � i� 4p•DF •OIYI tr� .ewM w lswp � 1 +w- I 1.•Iky �1 ewllFal f _ f ..0 eR..r o�Y y�gp' '`.•Z Lla.__..31+1La*- ""Tom ". 1 4••� n[ Llk% •pos ro N Wtp o..Y a Ru a.•♦ !.• bpi,- 60 jJO•.•1 wat I.e. r...11,0. I ION \ae w+.O Muwur Is OrM[-\D •v f4[ [warYU•! NY.•wr NN.+Ya YNIV— .1.1•to •YYV i0•+vf M+•r OVMI.MMI. +i 10 piv•tr04 YtYllt \ Wr1'•.rD ap Ctl.C'\p NpW+•+plR s�r�awr Iq Tw.' S40.IN•LMtr 1" tB weTa N.DIr ARDVMMY I is. NEC .EECbpYs sww.. r•RY N •M'hiLRv fql I.pt w-1 I t __i tRtetRAL MTA _,_ _ _Y�TYPICA� SEC. Tyr& A-1 �-.e...•w -.•-\' Nor E. �r�....�..-y. r er<r[Nr xrrlO r wI usf •..Y M+Y•YUYNOp (�' w T -T Mwa.\pp O. rwf p•W O�MNI.OY1 ��?Y�.e.waN+n{I .rtp+ I.wI n fp.a.•arfhD o•.I 1 i •" .r I � + r Ovgw epwrph. I 1 +NI YYIC,V_,L'h • e.•If.yW/rU Je+rl NIY V1 MRK.Nq� Vf . I e: 1. Jp+wIT S..O p!I.1.1 IT +e NL!!D 41 5•[ n:1 t111 i ." v w'. N.a.Ntl•K[p .1.1 4O.I....h+ var fIw(!I\ •'..IY •aI- Nw..\.a. _m.•f 1...aa w1 p.a•.. 1 W r. r.f w,•r.a i coal0 I1.< 1..1. 66 Fpp Yq •.a toNs pww La al• �YU Oi Y1 wL Iq ' k coal O. +.! co.gw[+ ., S. "at+•f!. Cernenr Concrete Curb 9 o.:Ye_It N...wu+NDWNr(Y11 oI .N!! w4.•,[.1+eY1 tM<411� rK.q<s�pN. <o.ul.e c.[•11 .O") qR siwj Gutter iyge A ••a f4(11t_IOw..a.w. uw+•.Mt.0 I•.....rt..oRr fc+n.f n.c+Ya, 6 Type*A-I' n.,NrW wf 1".a..,.of.+LY.L•Y1c w iRaN lain.•IrpYp 1 ( M•{W(1f I( CW�Ie.1YaR T•Y. Y pw+11p . ' Y!l \+Y pYI.bT Standard Plan NO 11 � STANDARD DRAWINGS i r a 4 SHALL INCLUDE �2'MIN FINISHED GRADE HYDRANT E _ WHEN NEEDED I• � OIYMPIC FNDRY • , —OR EQUAL CI WLVE BOX I E" C.I SPOOL —6" GATE VALVE.(FL•MJ) 3/44SHACKLE RODS cow, CONC. BLAWING— BLOCKING 1 1/2"WASHED GRAVEL X•6" TEE J•FL) 16" 4" CONC BLOCKING HYDRANT HYDRANT GUARD POSTS SHALL BE STATE OF WASHINGTON DEPT. OF HIGHWAYS DESIGN OF CIRCULAR 2' z' i 2 1 2 PRECAST CONCRETE GUARD RAIL POSTS OGUARD POST (TYR) O - ,STANDARD DETAIL FOR HYDRANT ASSEMBLY 8 1-Y , GUARD POSTS 4 ► ova M • FIGURE I '^mu�ims J4..CPund" jmj_ew.l Thrust !lock Incatietls is 12= Aft ,I T-M ISO I'm got 474 Ifs /fM luv ISM tit ^— 1x uit v7s uM sa _ sue} . .•` C"r- N'ylp.. ... 1 -la St•0 -BM NM f11 Ill M :IN!0 IW I 111 1M 17t0 _�110 IttO zit f-1M Isa Nit Im two Ill 111E salt 110 IVA 111 17a a'.1 ISM aM r'-W all '—Ou no all IN am Iefs IW nM Itt "if Jim1Mo Sets lrl- a as IfIsO--isle- uv to lass 14M )cW 1010 Ill 1130 Iasi 0 10 uN sa Ism Iba_ N!c _ UI0 Ill60 ISW llwoi low S3W aM 2010 IIto SIM I/II 1e0i41mO 1 Ill 1110E 1fW I}IN 1I10 100 _ 1)f00 tN00 Ism S)Io --I1'- M IMN sat 1130 7270 Ill ItaO um !AOs ))10 IM LW $ball 16M0 Nm _ t00 111a 3la0 I7600 MN 11 - M 11700 am Well Q70 " IN SI M 1t1M It7N 10000 ♦ -- �•, Ia 1'I,M M 71aimIONO 70 T IN ]p0 02 1SSM 111N 111N 11"-. M 1000 woo 11410 11000__- 11)N ■ + IN 32M 13M SON IfW ■�■t IN 13000 I'mI'mfiNO IN Ism NAM 20100 2100 r SO lls ' 11) Si 1{W100 IN M1N MIM 3"w IN o 1N 1)11� ISMO MMO IfSM — N"- !0-- {1100 )all • wN :m IN S/1M M]M $S,too {11N 1(I IN tl)M e7M0 171M 711M - f00 __ tsiN _M"M !!SM _1M00 M- M 4I{M I I7W 111M Six IN i1t01 ISSON 67101 N10t Ill I'lls 370N low aim - 30 e0 1MOI0 IIIM 11100 M"- M ::N0 It)M a1f11M Illf7N IM "W IN trim0N $ W 1f7m slow IItN 1IMM TAsu 11 Safe 9e087ina made in ib/5<L Ft. The safe bearing loads given in the following table ere for horizontal tllrua7-a when the depth of coax user the pipe exce^ds feet.. SAFE BbARInG WAD ";OIL Ib. oer SZ["y -Meek, peat. etc. fort Clay 11000 Band 2.000 -and and gravel 3,000 sand and gravel casented with clay 4,000 Hard shale 20,000 -' tin muck ar post all thrusts are restricted W by piles o_ tia coda to solid foundations or by removal of muck or peat and replacement with ballast of sufficient stability to resist thrusts. Blocking Page 3 ti 1 D. cAICOlwT7(1N l�(1..^.IONS Maxiaom operating pressure 1.5 x nomal operating pressure Area of concrete (A) 1�irugt in jw�uxfa = T • Safe Bearing toad in (Pounds/eq. ft.) SBI Maximtn height of throat block (He) _ nth of trench inert 7 h 2 2 Depth ..f concrete thrust hlnck (width of trench in feet) (outside dianoter of Dice in feet) 2 0a r-d w ■ Maximus length of thrust block ((TM) = Area Of Concrete - A Maxinue Height Me Required amount of concrete Ieu. yd.) (Height x depth x length)x0.03704=(HaxlexP.)xO.03704 M C. A7(AMP1E 1. Fr ls: Calculation of the asnunt of :oncrete required to block a 900 bend in an 8= C.I. watermain; the normal operating pressure in tis pipe will be 65 psi and the *oil condition in the area indicates send and gravel. 2. Snlut n: - Maxia)a operating pressure - 1.5 x 65 - 97.5 psi - Outside diseeter of R' pipe = 9.05 in. - 9.0i/12 ft. - Go to Table I The calculated maximum operatinq pressure is 97.5 psi, the table does not lint this figure su we take the first fiqure in sequence being 100 psi Fnr an R- waterpipe, having a saximm operating pressure of 100 psi, aee see Lhat the thrust on a 900 tend is 5,420 pounds. -Go to Table I1: Table II gives the safe bearing load for send and gravel: 3,600 lba/sq.ft. -Go to Figure I: figure I indicates the position of the concrete for blocking the 900 bend -GO to the specification& of the 1roject and find depth sr trench (h) 3 feet Width of trench (w) 1 3 feet With the above asseabl-d informatl,: we proceed to .he final calculations: -Area of concrete (A) 1.80 sq. ft. Safe searing Load 3000 -Maximum heigh• of thrust bloc[ (floc) = De_k&h of tren, h = 3 1.5 ft. 2 2 2 of concrete thrust block (Del width of trench in feet (w) - LALq',Qe Urameter of pigs id) 2 3 - 9.05/12 = 1.12 ft 2 -Maximum length of thrust block (ITM) Mea of Concrete _ A ].90=1.2 it. Height of Cnnc. He 1.50 -Requirsd asrnnt of concrete - (4er9htxOrpthxt.angth) x 0,03704 lRe x lm x Dc) x 0.01704 . (1.5 1.2 x 1 12) x 0.03704 - 0.074 cu.yd. Bln':kinq Page 2 • STANDARD DETAIL FOR GENERAL BLOCKING w CONC RETF. RII'R'KING 512INC: F'RCCEDUPE A. EN'ERA The amount of concrete required to anchor -horizontal bends, teen, and dead ends depends on the strength of the soil. The methods of A placing concrete to keep the joint Accessible is shown in Figure I. The area in agcare feet of concrete which must bear against the aide of the trench is found by dividing the thrust in pounds shown in Table I by the safe bearing load of the soil as shown in Table 1I. P. SRITCRIA As - The sizing procedure is for horizontal or downward thrust only. - Height of the thrust block must be equal to or less than 1/2 the depth frm the ground surface to the block base. - The thrust block bearing phase is approximately rectanqular. - The concrete blocking shall be as per APMA specification 74-2.14. C. sS_YMPnL, d s outside V.ameter of Fipe in Feet T - Thrust in pounds at the fitting (Table I) SPL f.efe Rearing JoAd in pounds/sq. ft. (Table III pepth of trench in feet w • Width of trench in feet A - A-ea of concrete which must bear against tL; side of the trench in sq. ft. K= Maxi.man neight of the thrust block in feet nc= ocpth of the concrete thrust block to bearing surface in feet 1TM- Max'-mum lengtS of the thrust block in feet erw.+n aww win 1 hl � h 1I► 4 v blocking Page 1 Y T is"} ' + OF RENTON SPECIFi.A?IONS IRE HYDRANTS Ifradit'se+nai Style) Fire Hydrants shall be Corey Type (opening with tae pre--sure) conforming to AWWA C-502-64 with a 6" inlet and a minimum M.Y.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, 0.0. thread-4.875 and root diameter-4.6263. 1 114" pentagon operating nut and openino by turn, rg counter clockwise (left) . Hydrants shall be constructed with mechanical joint connection: unless otherwise specified in bid proposal description. Fire hydrants she" be of Traffic Type and provision shall be made for drainagE of barrel to protect units from freezing. Fire hydrants shall be such length as t, he suitable for installation with connections to piping in trenches 3'6" deep unless otherwise specified. Fire hydrants shall be !OWA or approved equcl . Approval must be obtainEd prior to bid opening. Unit V d price for hydrant installation shall be full compensation for all fittings, valves, shackling and blocking necessary for complete assembly including all appurtenances and painting. � i