Loading...
HomeMy WebLinkAboutWTR2700455(2) PROP. & BID SPEC - RENTON MUN. AIRPORT c,. TAT-4 5 5 C. IP the )rant that mutu&1 aarwnt cannot be -eglwed, eigreA aeatmrntr. detailing the grievance and apec'fic Lnrest 1pativa action -hall b, obtained by the Equal bploymant Oppurtwlty Off::er from the e-ploYes AM his sul:errisor. The Equal Empioymest Opportunity Officer shall draw upon -11 r-aourc s at his/her llmpn.sl, tnah Internally end those est"Affil to the City, to arrive at rscaa,aended cor...five action and eettlwn cbnditims. The Equal fJrployment Opportunity Officer shall ev" forward thew ste:em*ms 'long -ith his/her own investigation report and recomowed'- tions to the Nmyor's office for remlutlon within tan working days of the rac.lpt of the signed grievance statements. . 0. If lispovition estisfaetnry to nil parties is not reached within Me@ wrkl q - days of the Mayor's receipt of the grievance, the NeVor shall refer the grievance to the Renton NU•an Rlahts and Affairs CoessIssion for investigstim and resolutim, hm The procedure used by the Cosriuron shall be as outlined In udlesncs 1775. Proceedings of is Comols"Oti dull be 3c:aa*nted, and their decision shall ba final and bim.ng a eut"rt only to ravlev bT Ja stet, M,. R3 ghts COasalssim or through the JMic Sal ey• . All reports, de..✓' i.n cch*t dccusentation generated by the gnavescs pro- 'edwe -rat' be mintalnwf oy ti.e Equal paploymot Opportmity Officer as a cutter of 'eraensat :'cord. VI. p ID61.1YES fOR MINORITY AND rEHAli [?PIa1YPNNT The normal rsclvltrnt area for City amployws is det*raLLned to be as follows: 1. Per officials, administrators and professionals - King, Pierce, 5ncbomish and Kitesp Cowries. I. for teeha,_Lan-, protective esrvica workers, pera-profemetonuls, office and clam . worker&, skilled taft worker., service eaxnranesce work.,• - " COun1y. To dateraine possible underitiliration of women and minorities in the Cl,y'e work fotc., tha following statistics will be used: A. An analysis of the recruhtmant area for each eaployaant classification -a dsliniated above, includinq: I. Total work force: ,i 1. Percentage of minority and famsi• work force as compared to the total work force, 3. The mrtest r' unesploysent awing the minority a:td fas&le ur,omplcyed work force. Thew statistics will D• compiled tram the amwl asnpower Inforeatlm MU published by the washington stete Departaent of bpl.., 5&rurity. s. An &ARlysis )f the City's labor force by employment clasalfiution to ds"raine the placmeant of minorities and .. at all levels [noluding- 1. Ths total number of eyJoyws by employment classification In each dspert- rat, and the percentage reprecentati.,n of fades am ethnic minorities in *&cn classification. 1. The total numbor of esployws by employment classification for all dapatt- sent& combined, and the percentage rsptssentmtim of famalas aM ethnic mlmri,Ies 1. each classification. 3. The availability of promotable minority and feed- a ployw. within each departaent. a. The number and Job classifncetlm of esployesa, by departasst, who will retire w,thln the neat five years Including tan4t:ve retirement dates. 4 Thaw statistics will be compiled Ttom coaq�ute[leed data of ,sraanent eaployees, availsbla from the City's Mt. Processing Mp.,t nt, and effective 10 Jwe each year. - Based on the strtlatical analysis Outlined above, goals aM tfsetablem will W otab- limhed and lylamented. The statistical analyst* AM goals shall be av&losted and adlistad tanwlly to 7u17 AM the goals shall appear Ra attAchments her.to The ;"Is shawl be lire .01 ward overall f.mle and minority moloyesnt and tw-rd MrutlLntion �r concept:.cloy, within the &,stifle amployaent clamssficatioes. - 11,2 goals shall be established by the C'lty'a Personral Director and the Equal Mployment opportwlty Officer, am am" he resmonably attainable. -d- adi"maafim saw, m, mum w- .. r , u. _ , rn aJl�ldt"rllSY/I�P�'H'7wO:fir.Ya:i iRm. .. r 1. Mn"l revlly and analysis of each rployea•e lob pet[oreenc"euploysenr development enr readisems to gamuts a high@, poaltion. C. Identify ePetific positions for Mich e4•lnyaaa qualify and amours that w Oloct tM areandlnb of Civil 56rvlce Rulaa AM ,on contract tinge, t[an.ferm enJ r progotlons are waAe without dlscrlelnatlon and cn rM basis of qualrfi-atictu. D. Prwlds likilli tralntn9, mploywset orientation ..d 9uidonce to srsploYseo hired under any public employmAnc nt tend—. edu.:atlonal progro to 461lat than In "kints her. theetnNeLtion Into Fargo "'t agplcys*nt posltfona in 01Y.irr the public or w. conduct periodic training seeslona designed W iocrssw the ak111e slid r, an:'oaym6nt po:e[tlof emplOYse a m to al: deparesnts. "gist rp,oy"o thmogh "gloated, W g in dsveluping individual programs for car**r "VOLOP"nt. IV, LIAISON AND COORDINATION A. There --let many organ lut.ons vitally cml,ernef With equal Opportunity and fair treatkrnt of Ninorltiet, women, and the phy61cg1Iy, sensory and mot"Ily haMleaPPAdr and those that are o,ir 40, wh.M reeout So can or of valu*bl* 4661atene* to achieving the goals of thin vrogr". The City of Wnton *hall selntsin cans4nc contact and coordinate various ampscta of the Affirsa As Action Program with these organizations. In addition oo those idsetiflAd with r*spect W ra^.ruicltig, hiring, And @mployee development, working relationships *hall be egintatned with tha various civil, labor, AM minority organ.gations In the 91Paater Renton area. a. The City also racogni sa its rasponsl dlitiee to coyly with and Annul* that equal opportunity aM noMLactilination policies of State or raderal aggncics with which it Conducts buaLass at* cAiei*d nut. SPac/flull Y, the City of RenWn *1_11; 1. is r*gponglnle for sporting to the appropriate agencimm any complaints receiC'" Wed from lllae. any eploYaA City of Rent of, or as "I llcAnt for *aploYsont with an% on c "sctor or eubcortractor, sublaet Ur "seutive Order 1. Cooperate in mpaclAI compliance reviews or In investigations a r requestal. I. Carry out AAnetlons agalc@t cont:octorish and/or ntbecnvretor(al as required. e. "cure Itself and tha "army as part of the grant applicstlon process, that the gannral or prim contractors will not have suhmitted pre- packages bids ther deny open blddinq to minority or any other sub- contractor*. 5. yurnigh inforYtlon As requirW, yantalning min offirrti" Rattan file d0tsilinq Its efforts, with data*, W seat its x'mutownts under [recutiva Order 11246. All data ant' do Atation 9*nerarm, an a result of this Aff/rmettva Acttc.n Progrse shall be swd@ available to any Y*derAl at State agency for their re^!an upon request. V. GRIVIANNUE PROCItD M C The success of the Affirm,tive Action Progrso depends IArgetY on the attitude of the ecga t Lty aA wall ea the sploY". Opinion as W what con titutea fair and aquI opportunity and treatrAnt Any vary widely and grlevatwem try seavlt. fire [a .xing n[ gt* AM!1 ba ten immediately for Any gri*v.nc* arising from the Lmplemertat... .. tAlpam pragrsoO no e6 to Ylntaln the best possible soploy--supervisor AM city crl�urti cY -Alat•onah 1ps. A. The sopluyea shall bring any grlcvartc* to the m.tantiom of the 1Ao@dlate augn•Lsor or depart+ent hard, whit will lnvastl9ets Aa naeeavary to determlea the cause of the complai,t andstark with `he ampF,yM to effact an equltghle solution. A alnLmtrs of "we Ard a mAg3sum of to working lays AM" 66 Allowed for ccerillatloh. rw6-Y effort shall be mod* to resolve Jo difficulty at this level. hny AAWIWAa at this point Ma the option to Pura" the 91,16vanca thrc Wh eathod6 outlJred in bargaining •merit contracts or prxead with Stop S. m. If the difficulty 1* not raarrlv*d at Step A, the 6arvlcea of the sgtul soployanot Opportunity Officer stay be tmqu*st" by either party. The [goal soployment .lpportunity Officer shall Interview both parties, e,✓.nduet Addit Lcsei lnv"tl**tlon As n*reasety, And vern h4 in wrltln to born paroles mpproprlate correntive Action and settlement rrnMir onn within tan wnrkin9 days of the receipt of the grievance, mm""'Ons for reatonobla call** say ba granted At requset of both parties. _d_ a. Provide information and t make hiring decisions so that city&,anarara all eraffant. ...yanont personnel vhc sot forth Iv the Affirmative aat'On policy. P pP shall he con.Idetsd A. alroat tee. wire. end Other chary tt,naldarat ion *Mil a given to deaa mot reflmvt their participation gral defined hotel. at MAY time the City-g work force M work for" of the - men[ aims, M clty•s na[mml recrVlt- C. Provide Perlodlc training for managers and eu"rvlwrs an equal uppoaunl ty oprortuaf ty legislislation, ob)ectivos and conesp< of af[lrmetiva .ct:on. Such training shall encamps.. ague A epioysant practices, potential dlscvlml"tort' acts, end cu' eel "a"Aass, additional specific training will be provided tO any city Mployee charged with the responsibility of easurinq Compliance with the provisions of the City'* Afflreati" Action Program outlined horeln eontrac4te, sub- contractors and "ppl4u, that Perbinm to F D. Provide every now ea;.oy" with a q.ne...l orimAt.tlan to the City'a mmploy- ment operation, It* Personnel policies and practice,, eent benefits, daprPracticallocations and resources for informetlon. Each n.w apaloy" shall racerts • copy of the talc PlactlS Policy mod an .,planation of the type proceduts relating CMrl en4mto, 7n mddltlon to "I ganarel or-Sn4tion, each new employ" Shall recdve an owtlon by Ma/Mr soperviso[ specific to th< department by which he/she i, amployM, S, Pay sSlerleS in accardancm with job '"ponslbillty, administer fringe benefits squally to all employe" in accordance with labor contracts and ordinances, and amigo w overtime Work on an rl""fle "A r...n-�iaca.: story mask. P, Pacrult In such a manner a. tc make amployarnt opportwitlec k„own to the r greatest number of won and miroritlee possible within the why's nosmel >> ' 1 arms, Such rec"itma<t efforts will reeruitaant position openings to: include Cne distribution of non-PromotLoeal ^s� S_ :. The lAntor and ttla o[ticeo of the Washington stater Security lty Dapa[trmenntt dP{o ymant �n�t 2, brganiastlone which easier In the emplo wY6 1.. yl Di ec •Retied clam... " is deemed mpProprlate by the Personnel Director, boxed upon Job requirements end the t ci yPe end scope of placement ,ar,ic" Ofl,red by such otgani"Close. A listing of thew wgaslattone is available in 'he ,ity's Personnel office fo: r*viev, Its e i 1. Current city staff. Such dlstributlon shall be made by posting In the ►ersonnel office, the City Clerk's offlc*, the Street Department Offics, the Water Slop office, and the Park Maintenance Office, All city amployees will be Informed and periodically . ,.. . ' trlyded of the" locrt10.19. ,. Such odditinn,l rMr,itrnt measures as may be deemed epprogrists by the Personnel Director may be employed in addltion te tbeea mnurrated above. All mapleyYeant notlflcAtloe* shall include the statement •The City of mentor Is an agMAI opportunity employer. Woman and minorities era oncoursged to apply- and shall be distributed at least tan days prior to rho application closlnq dote. SupplmmaNatY hirl.q programs such as part-time tralmae, Intern, and public employment programs shall 47.ec be uWaCt to the Pq"I opportunity Program. r11, IMPLgYMSMT DMIA)Paprff rho hiring of minorltlo. and women on . fal and equitable heals 1f only the first step lr, affording equal employment oppor,lty, Skill development, pro♦otioms, SM ' equal non-dim- mthatory on-the-)oh treatment .to of equal importance to both ':M Individual a, -o the City. T s City shall undertake the followingw achieve employ" .')tab actlefectlon end fair tteataar:t and to more successfully utillr* woman and minority Persons in the Work forte. A. -cure that there will us ,o discrimination for reason of race, colori eteedn soar phy";-I, men41, or sensory handicaps; aya or marital status in regard to upgrading, promotion. d,mntlon. transfer, layoff or termination. Piploy" galevances arising from any amplOyasnt action alleged to have a discriminatory affect *hall recel" lmeadtets action uudor Section v herein. S, ba-telop a mk111 and Interest Inventory of employae, who can be used to lMntlfy suuacvleOVY awed '&A&Iarial position pCtgnt.al. This Potentiala us he identified throagh: 1. written statement. from ompluy*.s ln,ltcating their skills, education MA interest 1n adv.ncmeent to P,sitions of higher resp.nelbillty. • EXHIBIT "P" AIPIWATIVE ACTIOm PPOGBAM 1 CI If or Rurfro V The policy of the City of Manton is to promote and stford qua! treatment and service to all citizens end &sauna equal employment opportunity to all persons based on ability stud fitness regardless of race; creed; colon nations, origin; Max; physical, sensory or mental handicap, age, or marital status. In recognition of its obligation to prov". community leadership to overcome past circumstances which have either barred, not encouraged or discouraged representative minority and female . employment, the City of Manton Me initiated a Program of Affirmative Action designed to assure that the at -t and intent of this policy to realised. The tan minority as hex.in used shall include, but not be limited to, those identified as Blacks, Spanish-Amaricamw, hater-, end American Indiana. The spirit of the equal opportunity policy includes such per,ons is the physically, lensury, or mentally handicapped, and those betwmen the ages of 40 and 65, even though the emphasis ion upon minorities and females. The purposes of the Affirmative Action Program era to; 1) establis` employment . practices that will It" W and maintain a minority composition of the City of Manton week force that reflects that of the melor recruitment area(&); 11 Achieve and melntAln qultsble And fell utilization of minority end famal. e9z,lOy"6 at &li position lesela; h) promote an atmosphere of non-discrimination and fair tc"t t within city govsrrarntt el provide compliance with Rate and laderai equal opportunity requirements and regulations; 5) encourage and monitor equal employment opportunity florts on the part of contractors, subontractoru and suppliers doing business with the City of Manton. A This policy shall be made knrnr to all aployess, contractors, subcontractors, 1 and suppliers through distribution of handbooks, b..11otins, letter,, and personal contacts, conferences aid orientation .e.al.;.o. Signed &cknowledgmenu pladging cooperation shall be required of all department heads and supervisory personnel in the Cat) f Menton and, where appropriate, of all con sactors, subcontractors, And suppliers to whom this policy shall &;ply which include those with an &"rage Annual employment level of eight or mere permanent empl.tyesw or whoa contracts with the City of Benton attain a level exceeding i10,000. 1. PROK; m MESPONSU-- '" I. essure that the q• otovwent opportunity policy and the provisions of the Affirmative Action Ptog.to are carried out, on equal Employment Opportunity Offices shall be appoiated or deelgnsted by the Mayor. The officer shall be the foc..l point for the City's equal opportunity efforts and will advise and easier staff Mnd ` management personnel in all Better. relating to implementation of and caeplienca with the hf"restive Action bales, &M be responsible for the successful esecution of this program, utilizing the assists", of appropriate State and cep ty egemcUa and ,rganizations and maintain close 1141e00 with the Mayor and City CmwcII on the progreis of the program. The Pqua) Employment Opportunity Officer will new the respons ibllity to, ;t A. Initiate, coordinate, and walwte development of "a aity's plus and r progrw which arm drslgnsd to ensure that all current and prospective employees r.•alw the benefits of equal employment opportunities. ■. periodically audit the practices of the City and re<taead impromerntm in the Affirmetlw Action Policy to the mayor's Office and the City Coumcil. C. In,ur, that all members of management within the City are fully core of and their actions era in compliance with the intent of the Affirostiw Actim Policy per"Lalhq W equal employment opportunity. 0. P[orih conrinoang communication of the Affirmative Action Polley to amregmeant, employees, applicants for m ployment, and to out.lde orgamiaMtions performing services for the City. 11 O Wrm rrr PRACTICES The overall employment pr.cti... prm,lde the key to assuring equal employment oppostunttl.e and achieving on apprr irlate representation in the City's work fore. To achieve those objectives, the City of Manton shall undertake the following Aetions: A. Conduct periodic caries of all job descriptions to Masora that they accurately refl,et JtAb content and related ,kill and/or educational gualificv100V Mavlalons will ow sods am nacmasary to delete rq"um,,hts which are cot r,aannably related to 3 the task, W be perform". M CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY 4 ADOPTED b'y RESOLUTION NO. 2017 EXHIBIT "A" 'he policy of the City of Renton is to prorot* and ifford equal treaument and service to all ei.tissne and aasu•s agwhl vVZoynsnt opportunity to all persons based on ability and fitness mgnd:ess of race; creed; valor; national origin; sex; physical. **"cry or mental honiicars; cys; or aari.tal status. This policy shall apply to *wry aspect of •n?'cyment practicer, r ployea treatment and public contact. In keeping stth this pan:nciple the following guidalines are established and shall be the governing POIiey for all departments of the City of Rsnton. 1. EWLOA6Nr - Recruiting. hiring and �+pointea, t prsatices ehall be ao.dsoted eotc� of ability and fitness without regard to race; oator; creed;marital etatue. national origin; see; physical, sensory or mantaZ handicap; age; 2. PMIMJTIOR - po r* tion, downgrading, layoff, discharge and inter-d*pah•tmartat Cram or s LL be dependent on individual p*rformmtes and work .`arcs needs without regard to raas; a%Zor; orsad; national origin; sex; physical, seneory or mental hmdiamps; ape; or +rental states, njd uhammver applicable, in agreamant with waahi.ngton State Colacil of Cowty and City Employees, and in compZianov uith gOvaming CtiCMZ Service Laws and Regulations. MUM - All on-the-,lob training and city-suppvrtd aduoationcl OF ortunitiss *haIT-g;-a;ninist*rd without diacriminatian to *nCrnawge the fullest d*velopment of individual interests and aptitudes. e. SKRYTCN AND &?IOIKK CONDUCT - Ph* City shall deal fairly and equitably with all ci.Nuns st serves ma's oms it +"Ploys. City departaanta @hall snintain the poZioy that no laity facility shall be wad in the furtherance of any discriminatory, Practiaa. Nash official and employee shall be responsible to Carry out the intent and provisions of this Policy- S. ,WpeltITION NI" HUMAN RICRTS OfiWIZATIONS - The City shall 000p@rate to the JLll�,t ist*rKust n orpansatsans and cornmiasionu oanoarn*d with fair practices mud equal opportunity e.ploywent. Ouch org mtsa au include, but are not limited to the Renton Remn Rights and Affairs Conission, the State Re,roa Rights amsriseian, the Seattle Rush Rtphts Crmen:ssion, Seattle womans, Canmiesion, and the King County Area Agamey on Aging. g. AFFrA%jTIff AMON PROGRAM - To faoilr:tat* equitable reprasentation within the city war ono* assure eq+a2 wplaymrnt opportunity of minorities and women in City Lon@rnwent, an Affirmetiw Action praVro shall be initiated and maintained by the City of Fenton. It shalt be the responsibility and duty of all City Officials y and D*partsamt Reads to a.ry out the Polk'@&, guidelines and en-cacti" maaeurae as set forth by this pmgaom• r, CONTP.ACTORS, 0NLICATI09 - Cantraetore, suboont:,aetare and suppliers conducting hueinesa us t City o Benton shall affirm and subsertbe 'o the Pair Feac.ttdes and Non-Diserurrinctivn policies set forth therein. g. POSTING OF POLICY - Copies Of this policy shall be distributed to all city M aployea+, s�s�pmr in all oparttional documentation* of the City, including hid calls, and shall be prominently displayed in appropriate city fu.:ilitiss. COWUp"D IW by the City Coarse it Of the City of `anion, Washington this day REJWV CITY COUNCIL: CITY pzjrmmh .y Comcil arse dent — I<.ynr re . ♦ F Y ' Y CITY OF RENTON SUMMAPY OF FAIR PRACTICES POLICY 1 ADOPTED BY R£SOLIITION NO. 2017 EXHIBIT "A•• The Policy of the City of Ashton is to prosatS Sul afford squat treabernt aru! eSrv{ce to all citiS n" unit assess squat wnploysrent OPPortun'ty to all Iwrsone baosd arc 1 ability and fitmo-, regardless of Haas; cyear; color; nations, origin; s,s; Physical, Sensory or Rental handicaps; age; of saaritaL status. Tk{s policy Shalt apply to every b aspect of to esp oySS trsabrent and public contact. In keeping with this PriPu'V11 the fallowing guidelines are estdL'Ushed and shall, be the gowrn{ng poli.ry for all dcparp to of the City of Renton, 2. OPlOTILAT - Recruiting, hiring and appoinbent proaticse shall be conducted''J te4 sn t basis of ab{Zity and fitNess without regard to ass; ,glop; creed; BAional o 4in; set: phueioal. we, ar mar{tat status. !. IM - Prurotian, dowrprading, Layoff, disc trrsu�s LL be hags and intSr--deparbental _ depsMent cn individual Performcros and work force needs without hand{ e;tO aoae; molar: .treed; nuatirmat origin: se'; Physical, sSneory or mental cap age; or marital Status, and tsleruOW, 4Ppliaable, in agreement with brashington State Couarc:l of County cord Ci ycwm-:nng C{o{Z Service tons and Asgulotion, r &V bus, and in cmflianre with Z. TRAINING - ALL on-tho-lob training and city-supl.,rted eduoaf Sha ZT-G a�miStord without discrimination to S.icy tO^al opportuniriSs individual {nMrSete and aptitados. 's the flnlleet devstopmrmt of f. SNRPICB AND XWLOTLB CONDUCT - The Citl 'hall. deal fairly and equitably u..h aL! ata Z{serve a periwu it vVtoys. City dspa•awnts *halt Mainta{n the galley that no city facility SanZZ be "ad {n tlu fwthernue of any d{soriminotory Vract{ce. Nash official and e'rployw Shall be responsible to carry out the intent and Provision, of this policy. b. CLYIPRRATION NITN RON1R RIGRTS DM.'ARIZATIONS - VW City rholi cooperttte to the fyl2est utmt poSSv wtt a argrmata�j and c nwies{o,S aannernsd with fair PrraatLtss ad Squat opportunity eMtoternt. Such organisations inrclnde, but are r not Ziwited to the Rsnt m Au,an Rights and Affairs Cansr:Seion, the State ff m Rights Co-mission, the Spatz!* Numa Rights Comm:eSion, Seattle wosrens' CasSiseion, and the King Cuwnty Area Agency on Agin& N. APPIAMTIYB ACTION PRCGRAAI _wo fb fuellitats equitable ropre„ntatiom within the city n once assure equal srylayment opportunity of minorities mod women to the city o City City o sent, an AjJiamsti rr Notion Progr.se shall be initiated and mnintai.ned by f Penton. It Shall be the responsibility and duty of all City afJ{o{aLs ' ad 14Parbvnt Reads to 0 out the t a set forth by this progros. poltm.eS, guidelines and aornsotive measul,e 7. CONTRAMRS' OBLIGATION - Contractors, Subcontractors and suppliers conducting bw{rrsse mot hty a xenten Shalt affirm and r.becrib. to the Psir Practice, and sbn-IXscrisrinotion Policies Set forth therein. t A. POSTING Or POLICI - Cop{SS of this Policy shall be distributed to all city 4' ®yioyeee, sear• in all operational do.-, rations of the City, including bid caZls, ,md sha11 be prowinent,y displayed in appropriate city foeilitise. .'MfVPA[L IN ny the Clty f.Ountll of the C1tY Or Penton, Ns,hlngton NIs Of F,n.u.... 1976. C'STT or PPrr10N: RLNT'tw CITY C'OVNCIL- n.yn. I COOncll r-ee cent n '► i CITY OF RENTON mr GENERAL INDEX AND TABLE OF CONTENTS TO CONTRACT DOCUMENTS , Call for Bids Vicinity Maps Instruction to Bidders General Index and Table of Contents Summary of Fair Practices 'Certification by Proposed Contractor, Subcuutractor, and Supplier Regarding Equal Employment Opportunity Certification of Bidders Affirmative Action Plan "Certification of Equal Employment Opportunity Report °Non-Collusion Affidavit 'Minimum Wage Affidavit 'Bid Bond Form Special Provisions Table of Contents Special Nrovisions Technical Provisions Table of Contents Technical Provisions Standard Details Table of Contents Standard Details Bond to City of Renton 'Proposal Form 'Schedule of Prices Forms Agreement Construction Plans "These Documents Must Be Executed Prior To S—u5mltta o i T. ♦ t Y r INSTRJCTIONS TO BIDDERS I. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Ball, until 2�OC o'c:rck P.N. , WEDNESDAY MARSH 16 197; At this time the bids will be puulicly opened and read, after which the b'.ds will be considered and the award mode as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall bo submitted on the forms attached hereto. 2. The work to be done is s`.own on the plans. Quantities are understood to '.. be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that w:rk as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Director's Office. Bidders shall satisfy themselves as to the local conditions by 4. The bid price for any item must include the perrormance of all work necessary for completion of that item as described in the specifications. S. Tne Lid price shall be ,rated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid wil; govern. figures Illegible g� gores will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is dee.&ed advantageous to the City to do so. 7. A certified rheck or satisfactory bid Mnd made payable without reservation to the Director of Finance of City of )ton in an amount not less than St of LIM tote amount r shall acc .ny each bid proposal. Checks will be returned to unsuccessful bid..:_ immediately fallowing decision as . to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covoring the full amount of the work within ten days after receipt of ` notice of intention to award contract Should he fair to do the check shall be forfeited to the City of Renton as li or refusequidate-' daammaggee s-�, for such failure. S. All bids must be self-explanatory. No opportunity wirl be offered for oral explanation except as the City may reeaest further intonation on particular points. 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. i M VICINITY MAP FOR NTON AIRPORT WATER SY I f llirm IMPROVEMENTS nw ' pt� sr ' fp f nLrN I { " PHASE I LA ew�+�f�N R11 r+" L IIIiN n s TILT : AIRCRAti 1 n s J o + �1 • I/fiN If •.'+I Sid R•.Hn,. "` •� •l IfTw art of < $uf Sralrpn ' -y i Iwl« cr 1X� f L R M . • 131si Li +�I INt111SIRIAt AREA 31sr{r 177N8 at •�� ' S I Rw YIN IT 1 tRD at » I Ilnr•. {Sx w R Y a Rc ON < f 13)RD n plt � MJN!c,�141 r t .<. < i.NP(JNf r•1 r 3Lrw I {I i` N •Tw r 1 < (1175r"all <1 LTN IT 1 _ p / liw •TN ►L ^ t 1� 1l fr �4 tN � !1w t tl I aft"II. O Lr R fSw •1 .. > r14 } � PUNURY 4 rl.tl.S!rylyp t t ifl :I _ �J!•Myw < i i J wp/1 at �++ Nw 1+ fr 1 J II LT« IT. ML4 t y . » T )Ron-• ww sfp < Al •�, rt � < < M� 1!W R T Y= W R } •RM no fr IT I Ji «w 3 r s ~ 3Ro r L T AIR wLr nr Y {{ {* < S '. � L TI\\K YN y N 7N0 at 4 R N I NITW 4 t rf j ti f 'r RLNSON 1.f1IN I > )w' IMO W •R NION < r S r {r = i i fCNOOI , + wcj + p Y �♦ sp « • N os � ' r p h •'4 S 300 Y ♦ t t� •N`NONv Ow frN f11 J w uws « wr�i�� • SCHOOL • LrN �s • N ti fIN ♦ +\• Ji S 1 f . f �/ri LiL OM y tr 1r f � SrN 3•r S,M t • _ o r r tt � s 1 WIN 1W5 CALL Fou BIDS Sealed bids will be received until 2:00 o'clock Wednesday, V,areh 1' 1977, at the office of the City Clerk and publicly read aloud at 2:00 o' clock p.m, , same day, in the Fourth Floor Conference Room located at the Renton Municipal Building, 200 Mill Avenue South , folk,. the furnishing and install .tior: of approximately 70 LF of IS" galvanized iron water pipe, 1,525 LF of 8" ductile iron water pipe, and appurtenances for Phases I and 11 of the Renton Municipal Ai TSB Water System Improvome,:ts W-455. Bid proposals delivered in person will be received only at the office of the City Clerk in the Renton Municipal Building, Lids received aster the time fixed for op(-ning will not be considered. Plans and specifications may be obtained from the office of the Public Works Director upon receipt of a deposit of $10.00 for each x,set. The deposit will be fcrfeited, unless Plans and Specifications are returned in good condition thirty (30) days after data of bid opening, A charge of $2. 50 to cover postage, if mailed, will be' e .�required. The mailing charge will not be refunded. kv, A certified check or bid bond in the amount of five (S) percent of A ' the total amount of the bid must accompany each bid. Washington State Sales Tax shall be a separh:e bid item. The City reserves the right to reject any and/or all L' and to waive any and/or all informalities in bidding, The City of Renton hereby notifies all bidders that minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of racb, color, or national origin in consideration of an award. The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and assure equal employment opportunity based on ability and fi•ness to all persons regardless of race; creed; color; national origin; sex; physical , sensory or mental handicap; age or marital status. This policy shall apply to every aspect of employment practices , employee treatment and public contact. A. c ore�� ea tty —' C r.j 3 Date of 1st Publication: March 2, 1977 • Dote of 2nd Publication: March 9, 1977 Published in Daily Journal of Commerce: March 4 , 1977 • ,sr Y CITY OF RENTON BID PROPOSAL 6 SPECIFICATIONS WATER PROJECT #455 A Water Main Lnproyements for the Renton Municipal Airport Phases I 6 II a 8Y The furnishing and installation of IY' galvanized iron, 4" and 8" durtile iron watermain at the Renton Mu, ."pal Airport. Warren C. Gonnason, P.E. Public Works director lillill mill, e � 1 N -,r AWARQ�D----�--�. ) Co tract No, TO1� 4 ENGINEERING DIVISIO!V BID PROPOSAL & SPECIFICAT9ONS W - 4,55) RENTON MUNICIPAL AIRPORT WATER SYSTEM IMPROVEMENTS ., PHASE I a M CITY OF RENTON PUBLIC WOPKS DEPARTMENT MUNICI►Ai 6UILDING, 200 Mltl AVE. S RENTON, WASH. 98035 • (206) 235-1631 IA 4 11� in BEGINNING OF FILE i FILE TITLE ► _ G PROP . & BID SPEC - RENTON MUN. AIRPORT W-45 5 'v 4i m� o,vt A SPLCIAL PROVISIONS (CONT'D. ) SP-09 FAIR PRACTICES The Contractor shall be required to read and abide by "The iummsry w this Pair mentices Policy of the City of Renton" as incorporated in s this document. SP-10 AFFIRMATIVE ACTION PROGRAM The Contractor shall be required to read and abide by the City of- Renton Affirmative Action Program as incorporated in this document. SP- 11 NON-COLLUSION AFFIDAVIT The Contractor shall be required to execute a Non-Collusion Affidavit to satisfy the City that the bid offered is genuine, is not sham or • collusive, and in no respect or degree is made in the interest ar on behalf of any person , firm, or corporation not named in the proposal containing such a bid. SP-12 NONDISCRIMINATION IN EMPLOYMENT • Contracts for work under this proposal will obligate the Contractors and subcontractors not to d scriminate in employment practices . SP- 13 WAGE SCHEDULE • The prevailing rate of .:ages to be paid io all workmen , laborers or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule or prevailing wage rates for the locality or localities where this contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industry are by reference made a part of this contract as though fully set forth herein. Inasmuch as the Contractor will be held responsible for paying the prevailing wages , it is imperative that all Contractors familiarize themselves with the current wage rates before submitting bids based on these specifications . In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and su• h dispute cannot be adjusted by the parties in interest , including labor and management representatives , the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State, and his decisions therein shall be final and conclusive and bindingg on a parties involved in as amended. the dispute as provided for by RCW 39. 11.060 c� The contractor, on or before the date of commencement of work, shall file a statement under oath with the Owner and with the Director of Labor and Industries certifying the rate of hourly wage paid and :o be paid each classification 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 SP-3 f R I L v SPLCIAL PROVISIONS (CONT'D. ) SP-OS MATERI,ILS The Contractor shall supply all water tp e fittings ,A butterfly valves , cast iron valve boxes with their requiredr accessories , concrete blocking, shackle rods where required, valve markers , and all other materials necessary to make a complete water main installation. Precast valve vaults will be required for large gate valves . Cuntractor shall also supply all meters, meter boxes, and pressure reducing valves as required on this project. SP-06 PUBLIC LIABILITY ANO 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 -,ty. Said insurance • shall provide coverage to the Contractor, any subcontractor performing work provided by this contract , and the Cit . The City shall be named as an additional insured on said policy insofrr as .he work and obligations performed under the contact are concerned. The coverage as provided shall protect against claims for personal iniuries , including accidental death, as well as claims for property • damages which may arise from any act or omission of the Contractor, or the subcontractor, or by anyone directly or indirectly employed by either of them. The minimum policy limits of such insurance shall be as follows : • Bodily injury liability coverage with limits of not less than $100,000 for bodily injury, including accidental death, to any one person, and subject to that limit for each person, in an amount not less than t300 ,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 the endorsement naming the City as an additional insured, shall be provided to the City within a reasonable time after receiving notice of award of contract . PROOF OF CARRIAGE OF INSURANCE The Contractor shall furnish the Cz.ty.with satisfactory proof of carriage of the insurance required. SP-07 CERTIFICATION OF BIDDER:; AFFIRMATIVE ACTION PLAN • The C —rector must execute the Bidders• Affirmative Astion Plan Cert` _ation, Failure to execute this certificate will invalidate the I d. SP-08 EQUAL EMPLOYMENT OPPORTUNITY AFFIDAVIT ! The Contractor shall be required to execute the "Certification by Proposed Contractor, Subcontractor and Supplier Regarding Equul Employment Opportunity" form, as incorporated in this document.. He shall also abide by all riles and regulations as required by the instructions of the aforementioned form. SP-Z 1 � l s SPECIAL PROVISIONS GENERAL PROVISIONS SP-01 DESCRIPTION OF WORK The work to be per£orme, under this contract consists of furnishing materials , equipment , tools, labor, and other work or items incidental thereto and performing all work a:; required by the contract in accordance with the plans and specifications and Staneard 5 ecifica- tions , all of which are made a part hereof. P This improvement consists of the furnishing and insta:.lation of approximately 70 LF of lv," galvacized iron water pipe and 125 LF of 4" and 1 ,525 LF of 8" ductile iron water pipe, and appurtenances for Phase land Phase II of the Renton Municipal Airport Water System Improvements (W-455) . SP-02 DATE OF BID OPENING Sealed bids will be received by the City of Renton, Washington, by fiiing with the City Clerk, City Nall , Renton, Washington , until 2 :00 p.m. , Wednesday, March 16,1977 and will be opened and publicly read aloud in the Fourth Floor Conference Room. SP-03 TIME OF COMPLETION J The Contractor is expected to diligently prosec,ite the work to completion in all parts and requirements. The project shall be completed within sixty (60) calendar days from starting day of construction. s Provided, however, that the City Council shall have the right upon request of the Public Works Department , City of Renton, Washington, to extend the time of completion of said work. No extension shall be valid unless the same be in writing and accompanied by the wr?Lien consent to such extension by the surety vn the bond of the Contractor. i Time lost in replacing improper work shall not furnish any grounds to the Contractor for elaimink 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. 1 SP-04 CONSTRUCTION DIRECTION Construction direction and scheduling shall be as directed by the Engineer. Each segment of the project shall be completed before progressing tc the next portion. 1� SP- I Y. t ' SPECIAL PROVISIONS • TABLE OF CONTENTS Page SF-0) Description of Work SP-02 Date of Aid Opining SP-1 • SP-93 Time of Completion SP-1 SP-04 Construction Direction SP-1 SP-05 Materiais SP-1 SP-06 Public Liability and Property Damage Insurance SP-2 SP-07 Certification of Bidders Affirmative Action Plan SP 2 SP-08 Equal Employment Opportunity Affidavit SP 2 '9 SP-09 Fair Practices Policy SP-2 SP- 10 Affirmative Action Plan SP-3 SP- 11 Non-Collusion Affidavit SP-3 SP- 12 Nondiscrimination in Employment SP-3 SP-13 Wage Scheduie SP-3 SP-14 Standard Specifications SP ' • SP-15 Field Changes Sp-4 SP- 16 Failure to Meet Specifications SP6 SP-17 Protection of Public and Private Utilities Sp SP-18 Scheduling of Work SP- 19 Construction Conference SP-5 SP-20 Disputes and Litigation SP-6 • ( SP-21 Subcontractors SP-6 SP-22 Change Orders SP-7 SP-23 Surveys SP-7 SP-24 Overtime Field Engineering SP-8 SP-25 Hours of Work SP-8 SP-26 Public Convenience and Safety SP-8 • SP-27 Construction Signs SP-8 SP-28 Removing Traffic and Street Signs SP11 SP g SP-29 Construction Equipment SP-30 Size, Weight, Load Restrictions for Motor Vehicles SP 10 SP-31 Delivery Tickets SP 10 SP-32 Waste Site SP-10 • SP-33 Dust and Mud Control SP-1 SP-34 Payment to the Contractor SP-11 SP-35 Liquidated Damages SP-11 SP-36 Awarding of Contract SP-11 t . i X . � � p tn`t ate. d♦ �a { i;h. i� w♦ f e t f * aF f�`bgx ��'�'�,` Y'h�. °�y t_}�' �Y}r��♦�k ,µfq y M i y� G rox` 'k :,4v f} Irk.�',(.�rl"r �4e { X-' ✓+ti,2'�( ".�7� (' a t' �. . ♦I '� e. Y I 4 L�V"�, � t'.^ •L��.' f�(�e k�A{ � a � S.r v .,, �� •?At i y� 1} r SPECIAL PROVISIONS t t . t 1 u I r h, , v n f. i y � � 1 y' 610 BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bold in the amount off which amount is not less than five percent of the total bid. Sign Here 'r BID BOND Knits All Mar By These Presents: That we, as Principal, and as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of _Dollars, for the pnvment 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 that if the Obligee shall make any award to the Principal for according to the terra of the proposal or bid made by the Princ+pal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terns of said proposal or bid and award and shell give bond for the faithful per- formance thereof, with Surety or Sureties appruved by the Oblige:; or if the Principal shall , in case of failure to do so, pay and forfeit to the Ob lI gee the penal amount of the deposit specified in the call for bids, then this obligation shall be null a^d void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS --DAY OF 19 Principal -- - Surety Received return of deposit in the sum of S i ti � ON ?% NON-COLLUSION AFFIDAVIT h � STATE OF MASHIRGTON ) V )) COUNTY OF SS being duly sworn, deposes and says , that he is the identical person who submitted the foregoing -roposal or bid, and that such bid is genaine and not sham or col ._ _ve or made in the interest or on be- half of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the fore- going work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. , SiGN HERE: 1 Subscribed and sworn before me this day of , 19 "ry u�c-.n and for the a o residing at therein. �f t `. i i i L MINIMUM WAGE AFFIDAVIT FORM q � City Of Mwtdn 55 it COUNTY OF 1, the undersigned, having beer duly sworn, deposed, say and certify +� that in connection with the performance of the work of this project. I will pay each classification of laborer, workayn, or wKhanic employed in the performance of such work; not less than tl» prevail- ing rate of wage or not less than the minimum rate of wages as speci- fied in the principal contract; that i have read the above and ►ore- going statement and certificate, know the contents thereof and the substance as set forth therein is true to ay knowledge and belief. Subscribed and sworn to before me on this day of o ary-3ubrrc` n and for the State of Washington Residing at a w . 1 1 CERTIFICATIOF OF BIDDERS AFFIRMATIVE ACTIOw PLAN 3idder is to indicate by check-mark which of the following statements pertains to this bid package, and is to sign the certification for that specific statement: (� a) It is hereby certified that the bidder is exempt from the City's Affirmative Action Plan requirements because: ; "Average annual employment level is less thav eight permanent employees, and the total contract amount with thr, City during current year is less than $10,000." Company Date BY: Title oR b) It is hereby certified that an approved Affirmative Action Plan is on file with the City of Renton, and that said Plan specifies goals and timetables which are valid for the current calendar year. Company Date BY: _ i tit lie OR c) It is hereby certified that an Affirmative Action Plan is supplied with this Bid Package, Said Plan will be eu'.)ect to review and approval by the City as a prerequisite to the contract award, and it includes: 1) Present utilization of minorities and females by job classification, 2) Goals and Timetables of Minority and Female Utilization, and r 3) Specific Affirmative Action Steps directed at increasing Mi:ority and Female Utilization. any Date l- BY: Mile G; d) It is hereby certified that an Affirmative Action Plan will be supplied to the City of Renton within five (5) working days of receipt of notification of low-bidder status. Said Plan will be subject to review and approval by the City as a prerequisite to the contract aware, and it will include: 1) Present utilization of Minorities and Females by Job Classification, 2) Goals a,:d Timetables of Minority and Female Utilization, and s 3) Specific At:trmative Action steps directed at increasing Minority and Female Utilization. many bate BY: Title Rev. 9/9/75 t 1 d.y, `Ql J _.. • � OUP THE MONTH OF AFFIRMATIVE ACTION 'ACONTRACTOR SUBCONTRACTOR `rN r`, c<n'.wt wna. MONTHLY MANPOWER UTILIZATION REPORT Tv 1,e submitteo to the City's I-roje.,-t oals and Timetables (c minority ewploy- Engineer during the fourth week of each ment) as committed in Contractor's , month whll• contract is in progress. Prime Affirmative Action Ilan................. �'ontrsctor is responsible for obtaining dnd submitting all Subconteactor Reports. Contract Starting Date......... ......... 1, Tradw ran MONTNLV MAIFNO'Jmf Of EMKOyMEr<T Irw'a a.ae nn -- _ _ E. Th. C mmaawr f TMa 10.TatY o,aUwry Nary of Ctw"KIO, M w "'.I patat, Cyaa�<. <, a. <, a. <. �Mv No d '��w them., M + Subeonnteta corrplrt.nq e rrp,ft du .rq m., tan Tab: faaw 0nw �"ra afnerov Fa rrpr.urq Aar V at Mal Ern alalam pw.ad -NdieYw alevaw O.elr anaunr or roar convacN rirew 9t Teal Mann rota aNn.Malrrrn. ♦ iww TOIa S � + JaYn1aT<Ym ' Afmammaa E B.mr1M coTQlrbon WU of year rrpY Thaw" 4% on drn cen111t11 atwwvmw � Nmsw ) TtaMae 1 - -- ti ratmt of Ywr vrt,ra caml<wro Iodate' —r fat.1N1�.•rwr.\I{. �__ —. jai_._ _ TOI<I + raltfalav111w _ r Nuhn of Nrrr Nuw m mn orpac, for Mn irparrmf Wred, TM Matnr. Ti1N YIn.TifamMis. �--toW - --'T Two Y�r TOW Minormw AaarrMrra �•• _- —. Trwnw A.• rea aM.gtw •n vour contract "Tef<i-Wr-fi rii foTitYln'1Lnrr.i. "'X_ _-._f��lr ._ToiaT- NW.a povmoro ra en rho Prepared by: !Signature and Title ofDate Contractors kspresentmtive) Y. NO N rn tw nwr.r nuun, Reviewed by: (Signature and Title of to City official) Affirmative Actlor. taken (or proposed) to inCreabe minority rtgausvnt.rtton on I --Manent work, force: 1 r , rt4� J t CITY OF RLNTOK S INSTRUCTIONS FOR E.L.O. CONTRACT C(MIPLIANCE REPORTING 4i ' (RbF" Title ti Civil Rights Act; txccutive Order 1 L'06, and City Resolution 1605) 1. This City of Renton Equal Lmployment Opportunity i<cperting 1 System will apply to all contracts in excess of $10,000 awarded by the City, except for those contracts which invo've separate State highway Department or Federal E.E.O. Report requirements. (Sec attar d Sample Report Form - City of Renton) 2. EEO Relrorts are to be suhritted at the end of each month during t whi::h a contract is in progress. Separate Report Forms will be us..d by the Prime Contractor and by each Subcontractor. The Prime Contractor is responsible for obtaining, verifying and submitting tha -oports relatLig to Subcontractor LLO performance. All reports are to be delivered to the appropriate City Project Engineer, and will be considered a prerequisite to the processing 1 of Monthly Progress Payments. 3. In the event that a contractor is involved with more than one City Contract at a given time, each contract is to be reported separately. Under no circumstances will EEO statistics for multiple projects be combined. 1 4. Monitoring of GA Compliance will be related to the Goals and Timetables contained in the Affirmative Action Plan as provided by the Prime Contractor in connection with the bidding process. (The Prime Contractor should obtain an Affirmative Action Progrim from each of the Subcontractors.) Mien the City's Project Engineer J 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 rot negotiated, the matter will then be referred to the City's ELO Officer for further evaluation. A te-a-Jay "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. y 5 J Revised 1/3/71, � r •, 5 A. Q > a a�a �a� �aa� iR •a�; Yni ���ya�iayydd 0 g ilr3 9 QzB� a,�Si d�i�ia4 Qii a�ii��g3g � 6ys • s 9 `� �ii # s !F�' a�lrc� i �aQ "PraS Qgl;�c giE eY �= r �i� 9 � '• Q9�'�3id � �Y k rSS �:�.� � d' : Qod�i. i . 2'+,�. .y g• .�YQ6; ` : gga p ty YYB" • �tp a � `s`a���ai ���i � Y ¢�e � i ���l�rR4 # 3 k• a S �'� • .#= Y 8 7L a g t � ` L �� 1��� a �Y g `8 •�`do i � B � s � .^ 9 � Q' �so �ipaa a� ���� � Ya3�iiy•�y = ede �Y,SF� ��� � : a yyyyyyy til- :g y i� Hai" a 3� ��� � iik ii e � i aty hi ° y ei � ti E _ ATTIM9COIP I '1306A1T[LI SAT faith Yv�«e I{ OmacU ratY to c1.Yafautlm. .yow-AAa`aA 0 '� CSY9fI•Gil;w t S .wlatwtll..ti» IT M w ace- <wi. [a.w tat b pramwt uployY sttl tY[.m w wwM it fly Yg1Atad ]wwwa.Y w ]u1Y 1 et MPIcI/il.l rtp Aullx SiTYttetf In orbr for tb cif of bntm to 4 city O.PrtA.lt aft fl.PArtart r1Aw W U[iwtlU cw iwiOervUlaYti.v tar «cn Ytailwtlm i. Naa +aE c1Aw�1[...tim. taw wa.en Y rorract ury[.IT )YO -1Y.1• wUAw: ilVlT etA .ealill. in the Poi I.will nh.0 to tw, 10 1„uroratY) w o« woo., [w\nr, rnpx.l pffl[. (m .y Y.A Or "non .ttn A. IAPI I .ger of N[Y Pr yeN 1a to.. ......4�w<tu. VMarva\l.utim veil b mrr.cUl mp3f.YA ', i GOwtd PW 1O7O gwa.:f.Y am.n Anil w\mu. witl 4 Ktfwty rAti- tI" to rill r MK)I 4c..b.t IaPG. Z K -:« Aw Ktyr. LeOraI11.C3tY Of S.tb r.-Am1.Aw in"rC1gYw rK'N3tiYl[ .LY. PRYLS52GMIS <1N •w[.q. ..-,ay.l tY[gK l.0 t0[ P[nt.MiVYl y rAwawAmb<lm U taA Pptalatim e! Rio,�a.tr f. cnrt.gtll 0.3<. wiroraty bwe[U.rW • :� waro.111l AA to b PIKW i. tu. 'I..uficitim. tbtopl. "I will �serwY rApr.mt 1.1t .t ty sow,. city O A.. work UrcA. R .3 ,l.Y iris [P 31 la.c«[Ar 19Ro.riiA City will lrree«YAarlq myloYmnt en f`a-t Lit of tb total P[wae it airy wma (wrrv. 3..wf .w Y mtlelPtY <wrrovat a l.`CAMMIAY6 - wmlwttliYt:evi in NU e3A«afiPtim will b =e r•.11 b .YA U 'ly }Oqr w1AOraUAw W mplowew la Ll{ . ..iM Bath etfwre mtrtwa fwwll«. TM r ectM W lyloligl Pw tam tadKwywil tyltAw at o 1.rwul iwn4m Ah r.C. of Nrrowr to twi. QAwahunm a [ - ww..Jim Allow. will bA Await to wrtrt mYLY[a3iuUm or fm.lft tKMmiw y very -m w ACU.pU AwA." a..Y.1 turro[.. rich I. one, � 11 Oeclpwt 199Y. T.P IVi SLV rit1A1b i - <b fo:/wi.q WlA lW a<.ltm w[ta�tA t4i city of 11Ytm will wY. <e ca Kt umli•�Tlw SAIN3tt5 - Uy.3m[itY YSA IWAA w3urltY tmAlee w thirty Awn mai.Nti13Y<im Y mrl In this zl b Y A. ,arotKtlw M \c. tw.r YA[.. TirMWI i - t .Y )d cLui[lmtam by It yc.tpr t%C. wt..e Jn AwerV. .iY+,l.. hoe Pr .Yr in tnU :1«n hcu ion .M o.tAtwt. 'ww[anY U b birad by ?3 Owc.abr lW: ut\litatim 31 Jac An Attemt r l b Aw4 m .'VrrKt uidar- bl' wbee IwS w1n.�lano.atn. �� PAYLIAPEl�I\.Nll lnyr )m clY.if to Atim 1. h win, woo-ltin, temn NAo C,hq. aAw 'ngam .y in t nm, i of / tc cotrwct Oefa a 1. ty mle w ibrw mwya. goal mill im, to b waplayAai 6((1C1A1w {YAi.1w4AtKe 1 claI is NU ela«lliutiu. this .ul will b Awe [Y L WwwAiwi t 1 e 1SrS. Tb .;qul Curmww[ with a Jm mployAw. tK'IdlGlmw • I ffP3Q,' 3j1UiGj, low. PWlt\air .Yw wy.tur ic.ilY twwo hiltl by ua>♦.n. Jm.r- 0 YL 111 rAllm..rstL•. lEAw4ll.• r Yw mr Q (Or CK Ymr\tY flmr two ..'ItY YIK. Ytl twntj 3wwSiw 1 e n oY Awn umrttY Yl.. tyrrowe •vA[ raw to A.wx ft. AwPloyww. rr[ ywA[- At-a.pt. ..II ba[ PN.ytvfaua<wt C t i tKrvaC umrltaw' w Awl« to [ -t O.hclewclAw in Ui. cl.waa[ae[!m by a C1t4,TIK:w 31 OwcmG.r 1945. 3 1 � ? ^+a 1.0 craft i 1 SwfLL CANT Jt. uno,ty I.I. w niY non-u Ao ii, 1.;.. . 11 Y wyi ail i. >�i•wALtratr tyrPet YnI.LOtltameau LA tna. clwihUtim Ay 31 oY r u n turmwr i. mw wtplgw. fiwc•wbAi ival. ww:p. Alwwl 2.GIG XA Cz 1,104JwS AOrvICP.•yyttlltWlt[ An .wwip .nmyl tutm.er 0 fOYt wwA,l qw. is Mtwo is N\. maaunm. laAwe [eu[ t.r1A. tw wirolun . see en t wi.ru<llwt:^t The clay of woo Atli We c. v- w AL s.LwLYAwU W 7m ^Itl..fimt Y NAw.bIw wf[m[ t. grtect .::d.r utily[w:ion it �o .•11 b KtiwlY [wcrvat�t fof tow" wtt[v-lwvel ~ion. U :wf[A[t Ow"C.. Aw by 1 ba waiver I"-. M elver Ifva. Cywrwll alrlx.WL M !oC clAAwitimt. i 1woss: lweAw OnilA rwUi.p< RK:m[mnt uY P cwn4gwa to[ vn u 1 Yn.rati«. In. Pp.y♦1 w{Y J[ticiAl. w alinlwtwema and ptataulaY3. ehe eual f.. <te W.. RCwyyn. is 3%with A umLatY repr.Aawbtaw of lt. .toent, t of rave" l ALL.. N' n. PYrcw, Rat«P, w r.a :aeiip I. try:-toV.tT Y wit A.".e Raip <OwtY .a aimwllwh Y tilt [K[eytyg tad« fm tli.w cl.«ificKlm.. wficlw. 4 yiLie[rwvy. 1 { m)n[ r..a Ilww[ .[w foL al3 ntbr u _ 1 U yAi toad 4Awb :.pad Gw Utioo in tnw. cI.Awifi,,Ai « 1. 4S.1%.clwlroritimn�l: b „. P:otwAw3e.A1. 1 1 _ q 0 ay tl U lcy rwfl, An Y.35 Ytll•Ytim.'i Ybtiwicalr 0 I3 C 0 All aP1a w tiwwtwal" will owu1Wem eYYe 11Y withPegreew on!bt«tIw tAw.am AwnitarAai eml-..111. All rwtvNw A.. .waleElw for [a.l« in I r.wnl .at 1 U[ment 3 10 1 0 O.rlwa [waVl.r wo Ca now... tb PYiwutWAw. wl 0 0 N 3 1 - oMAMlmtml l 0 ) salad t ft ]I i r tad u Sw.�MrwAY1^em.Y+ ! 11 0 6 1t`OL l0 a3 S le 4 jjjjj f .�a. _ .�•.F. i l n TL'CHNICAL PROVISIONS (CONT'D.) iS-US YlY1AG iNA1bHl�.LS, OgLVtJ, AiQ FITTINGS, ETC. (CONT-D.) a. General (Cont 'd_) existing piping is necessary during construction, marerials used shall match the existing, subject to the approval of the Engineer. All pipe, valves , `ittings , and specials shall be for water working pressure as c.escribed in the following specifications and plans and shall conform to the requirements of the applicable sections of the A.P.W.A. Standard Specifications , as modified herein. b. Ductile Iron Pipe Ductile Iron Pipe shall conform to ANSI specification A21. 51 1965 1 (A.W.W.A. C1S1-76) Grade 60-42 - 10. Ductile Iron Pipe %hall he remenr lined and sealed in accordance with ANSI Speciflcatiea A21 .4-19 (AWWA C104-71) , 4" through 12" pipe shall be 1/16" cement lined and 14" through 24" pipe shall be 3/32" cement lin-d. • The pipe joints shall conform to ASA Specification A21. 11- 1964 ' (AWWA C111-64) . Pipe joints shall be rubber gasketed Push-On and/or Mechanical as required by he bid proposal description. Pipe thickness class =hall be as required by the bid proposal T description. ( C. Pipe Fittings Cast Iron pipe fittings 4" through 12" shall be Class 250 , as per AN,SI Specification A21. 10-1971 (AWWA C110-71) . Cast iron pipe fittings 14" through 24" shall be Class 150 and Class 250, as per ANSI Specification A21 . 10-1971 (AWWA CI10-71) . The class of fittings are described on the plan drawings. Ductile iron fittings may be used in lieu of cast iron Class 250 fittings. Mechanical Joiift fittings shall be as per ANSI Specification A21. 11-1964 (AWWA C111-64) . Flange joints shall be as per ANSI Specification A21. 10-1971 (AAWA C110-71) and shall be in accordance with ANSI B16. 1 , with A 1Z5 Pound drilling pattern. d. Ga a Valves Gate salves shall be cast iron body, non-rising stem, full bronze mounted with do:+ble disc gates . All valves shall be designed for a minimum water operating pressure of two hundred (200) pounds per square inch and shall conform to AWWA Specification C-5UO-51 and any subsequent modification thereof. Each valve shall be "0" ring type , provided with a standard square operating nut , and shall open by turning counter clockwise (left) . The valves shall be IOWA List a TS- 2 V w TLCNNICAL PROVISIONS TS-01 GENERAL STATEAENT 1'his se, tion, Technical Provisions , is devoted to features of on-the- site conditions which are peculiar to tho facilities to be constructed for k-;SS Renton Municipal Airport Water System Improvements. Articles, materials , operations , or methods mentioned herein or indicated on the drawings as being required for the project shall be provided by the contractor, and he shall provide each item mentioned or indicated and perform according to the coalitions stated in each operation prescribed, and provide therefor all • necessary labor, equipment and incidentals necessary to make a complete and operable installation. No attempt has been made in these specifications or plans to segregate work covered by any trade or subcontract under one specification. Such segregation and establishment of subcontract e limits will be solely a matter of specific agreement between each contractor and his subcontractors , and shall not be based upon any inclusion, segregation or arrangement in, or of, these specifications . The contractor and subcontractor in each case is warned that work included in any subcontract may be divided between several general specifications, and that each general specification or sub-head of • the technical specifications may include work covered by two or ere subcontracts or work in excess of any one subcontract. TS-02 STANDARD SPECIFICATIONS .All work under this contract shall in general be performed in e accordance with the applicable provisions of "Standard Specifications . for Municipal Public Works Construction" prepared by the Washington State Chapter, American Public Works Association, and in accordance with the requirements of the City of Renton, except as otherwise amended, modified, or specified in these Special Technical Provisions. Items of work not specifically covered in these Special Technical x 0 Provisions snall be performed in acccrdance with the requirements ` specified in the A.p.W.A. Standard Specifications , and in accordance Y'N with the City of Renton requirements. TS-03 PIPING MATERIALS, VALVES, AND FITTINGS, ETC. 0 a. General All pipe sizes as shown on the drawings , and as specified herein, are in reference to "nominal" diameter, unless otherwise indicated. One type of pipe as indicated below w 11 be considered for this project. All pipe shall be fabricated to fit the plan shown on the drawings. One type of pipe shall be used throughout the entire project except as necessary to match existing piping or as otherwise specifiel by the Engineer. Where relocation of or replacement of JI t. TECHNICAL PROVISIONS TABLE OF CONTENTS Page TS-01 General Statement TS-1 TS-02 Standard Specifications TS- 1 TS-03 Piping Materials , Valves, and Fittings , Etc. TS- 1 TS-04 Existing Utilities TS- 3 rF-05 Clearing TS- T.i-06 Saw Cutting TS-4 TS-07 pavement Removal , Trench Er.ca� ation, Bedding and Backl�ill TS-4 TS-08 Pipe Installation TS-7 TS-09 Restoration of Surfaces TS 9 IS-10 Testing TS- 10 T'S-11 Disinfection TS- 11 TS-12 Cleanup TS-11 TS- 13 Measurement and F4+ment rS-11 TS-14 Removal of Old Corcreie Foundation Floor TS-14 Slab TS- 15 0, S. 6 Y. Gate Vaive and VBLlt TS- tS TS- 16 City of Renton Met rs T'S- 16 £o 4 r. ay y, r' s` p,. q u; � 5 . r .Y a 1 R , YY �^ l A, t 5 r SPECIAL PROVISIONS (CONT'D.) SP-33 DUST AND MUD CONTROL The Contractor shall be respais ,ble for contrrlling .lest and mud within the project limits an] o any street •hich i., utilited by his equipment for the durat.iun of U e pproiect '?u .'untractor 4► shall be prepared to use wattring trucks, power st ders, and other pieces of equipment of deemed necessary by the Lngineor to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will he made for this section. A Complaints on dust, and or unsafe practices and/or property damegc to private ownership will be transmitted to the Contractor and prompt action in correcting rill be required. Written notice of correctior of complaint items till be called for should repetitive complaints be received by the City. 0 SP-34 PAYMENT TO IPE CONTRACIOR Payment to be made to the Contractor will be made in the manner outlined in Section 9 of the Standard Specifications . Payments shall be made in Casa warrants. Partial payments on estimates may dy ( be withheIT until wcrl progress schedules as described in Section SP- 18 of these Special Provisions have been received and approved. SP-35 LIQUIDATED DAMAGES a Liquidated damages for failure to execut+: the contract as specified and in accurdance with Section 8.08 of the Standard Sppecifications will be assessed as follows : One Nnndred Dollars (5100.00) per calendar d. y plus cost of inspection, supervision, legal expense and court costs incurred beyond said date. the cost of additional inspection and supervision shall be an amount equal to actual salary cost , plus one hundred percent ( 100%) for overhead and other indirect expenses . , SP-30 AWARDING OF CONTRACT Awarding of contract will be based on total sum of the Schedule of Prices . No partial bids wil '. be accepted. SP-11 r SPLCIAL PROV1Sl()Ni (CO':T'D. ) SP-30 SIZE, WL'IGHTO LOAD RESTRICTIONS FOR MOTOR VEHICLES All motor vehicles of the Contractor , Subcontractors , and suppliers shall strictly adhere to Ch. 46.44 of the Motor Vehicle laws of the State of Washington ( 1967 Edition 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 hauling vehicle is licensed. Any gross violation of these regulations shall be reported to the affected law enforcement agent . lR The Contractor is to furnish to the Engineer a listing of all haal "vvhIcIcS used on this projecL, libling the vehicle number, license number, tare weight and licensed load limits . SP-31 DELIVERY TICKETS I Al! 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 i.. after date of delivery of material. A f Payment will not be made for delivery tickets which do not show type of material, gross weight , tare weight , truck number, date and inspector's initials . Scale certification shall be submitted as early in the project as possible. Each weighing station snail maintain a record of the , trucks weighed, date and time, tare and gross weight and type of material . In isoleted cases where scale weight is not available, the inspector shall measure the truck volume and certify as to its full load delivery. Tickets that are not complete will not be accepted. SP-32 WASTE SUE • The Contractor shall conform to Section 4 .06 of Standard Specifications in regard to waste sites . The Contractor shall Lave the responsibility of obtaining tits own waste site. All work included in this section shall be considered r to be incidental to other items of woik and no further compensation will be made. The route, taken to the waste site shall be maintained solely by the Contractor in a manner as described below: The Contractor shall be prepared to use water trucks , power, sweepers , and related equipment as deemed necessary by the Engineer to alleviate the problem of lost spoils along the route. Prompt restoration of the route is mandatory. The City Park Department has available a site for disposal of clean dirt and broken concrete. Please contact the Park Director for information on the site at Lake Washington Beach "ark. SP- 10 it �s p Sill :lA1. PROVISIONS (CON71D. ) upsned to traffic at the close of each work day. 3• Where hazardous conditions exist, proper signing and barricading shall he provided as directed by the Engineer. Where, designated by the Engineer, the signs and harricades shall be supplemented by lanterns or flasher units during the hours of darkness. The Contractor shall notify the local fire and police departments in writing before the beginning of his operations so that these agencies may reroute their eeergeucy vehicles around the construction zone. S. Any asphalt concrete pavement , crushed surfa•:ing gravot base, or water required for maintaining traffic during the life of this contract shall be placed by the Contractor, immediately upon request by tte Engineer w, in the amounts designated. All costs involved in the above shall be considered incidental to other costs of worts, involved and no further compensation will be made. SP-27 CONSTRUCTION SIGNS The Contractor shall furnish an•.i instdil construction signs which conform to current 1971 M.U.T.C.D. Sign No. W20-1 , "ROAD CONSTRUCTION AH'AD," 36" x 36" or larger diamond, black lettering on orange background One (1) sign of the type mentioned above will be posted at each street entering onto the project site. All construction and detour signing shall conform to Part VI "Traffic Controls for highway Construction and Maintenance Operations" of the Manual of Uniform Traffic Control Devices . SP-28 REMOVING TKAFFIC AND STREET SIGNS The Contractor shall to responsible for maintaining all traffic and street signs. In the event it shall be necessary to remove a traffic or street sign, the Contractor shall notify the Director of Public Works , City Municipal Building, City of Renton, Washington, for all changes made . When the work has been completed, and prior to said area being open to traffic, the Contractor shall notify the s Public Works Director, City Municipal Building, City of Renton, NasYington, and obtain his approval of signing. r SP-29 CONSTRUCTION EQUIPMENT ' Drivers of motor vehicles used in connection with the construction of repair work shall obey traffic rules posted for such location in the same manner and under the same restrictions as provided for ( the driver! of private vehicles . SP-9 Y '4 � M P! 1l. PROVISIONS (CONT'D.) not within the limits specified in APWA Standard Specifications , Sec. 4.03, shall require a written change order before work may be done. The Contractor shall be responsible for acquiring the necessary change orders that are required by any of his sub- contractors . 5P-23 SURVEYS Section S.U6 of the Standard Specifications shall be amended by the addition of the following sentence : 'The Contractor shall notify the engineer a minimum of 48 hours in advance of the need of surveys." SP- 24 OVERTIME FIELD ENGINEERING When the Contractor performs construction work over the accepted 8 hours per day or 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 $20.00 per hour. The City shall have the ! sole authority in determining the necessity of having the overtime inspection, a�:d shall notify the Contractor of intent and said costs will be deducted from monies due the Contractor on each monthly estimate. SP-25 HOURS OF WORK !1 1 The working hours for this project will be limited to week days during the period from 8:00 a.m. to 5 :00 p.m. , unless otherwise approved by the City. If it the Engineer' s judgment should it become a safety hazard, the hours of work may be restricted. SP-26 PUBLIC CONVENIENCE AND SAFETY The Contractor shall, at his own expense, provide flagmen, shall furn' sh all signs , barricades , guards , construction warnings , and night lights in order to protect the public at all tines from injury as a result of his operations . If the Contractor should fail to maintain sufi:cient lights and barricades in tine opinion of the Engineer, the City shall have the rightto provide these lights and barricades and deduct such costs from payments due the Contractor. A plan for traffic control must be submitted for the Engineer's approval before the beginning of construction. The Contractor shall maintain detour routes and other routes used by his equipment hauling materials to and from the area. Appropriate portions of Section 7. 15 f,PWA) Standard Specifications shall apply to this contract . In addition the following Special Provisions shall apply: 1. There shall be at all time_: reasonable access to and egress from the business establishments and other properties adjacent to the project. 2. All road approaches and street connections shall be {' a SP- 8 r * ti ;I y . s SPLCIAL PROVISIONS (CONT-D. ) n In the event the Contractor is of thr opinion he will be damaged by ?i such interpretation, he shall , within three (3) days , notify the Engineer and the City Clerk in writing of the anticipat.:d nature and amount of the damage or damages. lime is of the essence in the giving of such notice. In the event an agreement cannot then be reached within three (3) days the City and the Contractor will each appoint an arbitrator and th, two shall select a third, within thirty (30) days thereafter. The findings and decision of the Board of Arbitrators shall be final and binding on the parties , unless the aggrieved party, within ten (10) days, challenges the findings and decision by serving and filing a petition for review by the Superior Court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1 . Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The Board of Arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure . • The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the B&.ard's majority opinion that the Contractor's filing of the protest or action :s capricious or without reasonable foundat';on. In the latter case, all costs shall be borne by the Contractor. The venue of any suit shall be in King,County, Washington, and if the Contractor is a nsa- resident of the State of Washington, he shall designate an agent, upon whom process may be served, be -"ore commencing work under this contract . SP-21 SUBCONTRACTORS A li.;t of subcontractors and suppliers that will be involved with this project shall be given to the Engineer for his review and approval immediately after notification of low bidder status , This list must be received by the Engineer before the contracts may be signed. SP-22 CHANGE ORDERS All additional work that requires compensation to the Contractor, for items for which prices are not included in the contract or is � a ti 1 a s a N SPECIAL PROVISIONS (CONT'DJ information a progress schedule diagram will be computed, plotted and a copy returned to the Contractor. Payment to the Contractor on any estimate may be withheld until such a schedule has been submitted and approved . Should it become evident at any time during construction that operations will or may fall behind the schedule of this first program, the, Contractor shall , upon request , promptly submit revised schedules in the same form as specified herein; setting out operations, methods , and equipment, added labor forces or working shifts , night work , etc. , by which time lost will be made up, and confer with the Engineer until an approved modification of the original schedule has been secured. Further, if at any time any portion of the accepted schedule is found to conflict with the contract provisions , it shall, upon request , be revised by the Contractor and work shall be performed in compliance with the contract provisions . Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has oeen provided by the Contractor may be withheld. Execution of the work according to the accepted schedule of construc- * tion. or approved modifications thereof, is hereby made an obligation of the contract . SP-19 CONSTRUCTION CONFERENCL Prior to the start of construction, the Engineer will call for a • r preconstruction conference. The Contractor and his subcontractors shall attend the preconstruction conference, the time, place and date to be determined after award of the contract . Subsequently a representative of the Contractor will attend a weekly conference with the Owner's representative to review progress and discuss any problems that may be incurred. a SP- 20 DISPUTES AND LIT16ATION Any questions arising between the Inspector and the Contractor or his superintendent or Foreman as to the meaning and intent of any part of the Plans and Specifications or any contract document , shall be immediately brought to the attention of the Public Works Director or his representative for interpretation and adjustment , if warranted. Failure on the part of the Public Works Director or his representative to discover and condemn or reject improper, defective i♦ or inferior work or materials , sha ' not be construed as an acceptance of any such work or materials , or the part of the improve- ment in which the same may have been used. To prevent di,iputes and litigation, it is further agreed by the parties heret3 that the Public Works Director or his representative • shall dutermi,ee the quantity and quality of the several kinds of work embraced in these improvements . He shall decide all questions % relative to the execution of the work and the interpretation of the Plans and Specifications. 4 P-f) SPECIAL PROVISIONS (CONT-D. ) A A opy of these Standard Specifications is on file in the office of the Public Works Director, City Halt , Renton, Washington, where '.hey may be examined and consulted by any interested party. wherever reference is oisde in the Standard Specifications to the Owner, such reference shall be construed to mean the City of * Renton, and where reference is made to the Engineer, such reference shall be construed to mean the Public Works Director, City of Renton , or his duly authorized assistant or assistants . SP-15 FIELD CHANGES Any alterations or variances frrrn the plans , except minor adjustments in the field to meet existing conditions shall he requested in writing and may not be instituted until approved by the Public Works Director or his representatives acting specifically upon his instructions . In the event of disagreement of tho necessity for ell such changes , the Engineer's decision shall br. final. SP-16 FAILURE TO MEET SPECIFICATIONS In the event that any workmanship does not meet the requirements or specifications , the City may have the option to accept such workmanship if the Engineer deems such acceptance to be in the best A interest of the City, provided the City may negotiate payment of a f lower unit price for said workmanship. d SP-1?!PROTECTION OF PUBLIC AND PRIVATE UTILITIES The Contractor shall conform to Section 5.09 of Standard Specification in regard to protection of public and private utilities . Location and dimensions shown on the plans for existing underground facilities are in accordance with the best available information without uncovering and measuring. The Owner does not guarantee the size and location of existing facilities. f shall be the Contractor's responsiLility to contact the GAS COMPANY; RENTON MUNICIPAL AIRPORT, MAINTENANCE DIVISION: 8OMG AT7'.'1F L'dRXPMTTW TffTj.TTTE,;-Div SION;CITY 6F'z,,�EMLL-R'A'PE}F I1EtT', TOTTE M1FANr PaAE1? �MPAA4'� a-'n�3—tFe-PGA16A-AF'1'ER MAR46M and ENTON MGTIULKI RTMEAT for exact leocations of { • t eir respective uti it�es . so, contact t e CABLE P COMPANY if necessary. SP- 18 SCHEDULING OF WORK So=tion 8.0, of the Standard Specifications shall be deletc,d and A th'> following inserted: i= Promptly after the award of the contract the Contractor shall submit for approval to the Engineer a progress schedule. From this r SP-5 % TECHNICAL PROVISIONS (CONT'D. j TS-07 PAVEMENT REMOVAL, TRENCH EXCAVATION, BEDDING AND BACKFILL CON" c. Excavation The Contractor shall inform and satisfy himself as to the character, quantity and distribution of all material to be excavated. No Payment shall he made for any excavated material which is used for A purposes other than those designated. Should the contractor excavate below the designated lines and grades without prior approval, he shall replace such excavation with approve-.' materials , in an approved manner anal condition, at his own expense. The Engineer shall have complete control over the excavating, moving, a placing, and disposition of all material , and shall de> >rmine the suitability of material to be used as backfill. All unsuitable material shall be wasted as specified. Excavation of every description, classification and of whatever substances encountered within the limits of the project shall be • performed to the lines and grades necessary for pipe, bedding and structures , and as indicated on the drawings. Temporary drains and drainage ditches shall he installed to intercept or direct surface water which may affect the promotion or condition of the work. All excavated .saterials not meeting the requirements for backfill and all excess materials shall be wasted as specified. Erosion control w shall be the responsibility of the Contractor and controlled where directed by the Engineer. No separate or extra payment of any kind will be made for storing, handling, hauling or manipulatio., of excavated materials . • The City Park Department has available a site for -isposal of :lean dirt and broken concrete. Please contact Park director for i' information on the site at the Lake Washington Beact. Park. d. Foundation Preparation and Bedding Foundation preparation shall be in accordance with he applicable provisions of Section 73, A. P.W.A. Standard Specifications , except that the bottom of the trench must be shaped to uniformly support the bottom quadrant of the pipe throughout its entire length. In case unstable or unsuitable existing material is encountered at w the trench bottom, the Engineer may direct the use of borrow bedding material in accordance with Section 73. 1.05 of the A. P.W.A. Standard Specifications . Wet trench conditions will not necessarily be considered as an indication of unstable conditions. The trench shall be de-watered and an inspection made by the Engineer to determine the suitability of the trench material. All costs for de-watering shall be the responsibility of the Contractor. Bedding material shall be as required for Bank Run Gravel Borrow. i TS-5 ti � A SPECIAL PkuVISIONS (CONT'D. ) A statement and any supplemental statements which may be necessary shall be filed in accordance with the practices and procedures by the Department of Labor and Industries . Prior to commencing work , each Contractor and each and evezy A subcontractor shall file a sworn Statement of Intent (SF 9881) with the Owner and with the Department of Labor and Industries as to the prevailing wage rate, including fringe benefits , for each job classification to be utilized. The wage rates thus filed will be checked against the prevailing wage rates as determined by the 1, Industrial Statistician of the Department of Labor and Industries. A If the w=ge rates are correct the Ind-,.:trial Statistician will issue an acknowledgment of approval to the Contractor and/or svbcorr.ractor 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 appro, xl will be withheld until a A correct statement is received. Each voucher claim submitted by a Contractor for payment on a project estimate shah state the prevailing wages have been paid in accordance with the prefiled Statement or Statements of Intent on file with the Departm-,nt of Labor and Industries as approved by • r the Industrial Statistician. Affidavits of Wages Paid (SF 9843) are to be filed with the State Treasurer, or the Treasurer of the County or municipal corporation or other officer or person charged with the custody and disburse. ent of the State or corporate funds as the case may be and two (2) ! copies of each affidavit are to be filed wi :h the Director of the Department of Labor and Industries , Attention: Industrial Relation, Division, 1601 Second Avenue, Seattle. Whenever practical, affidavits pertinent to a particular contract should be submitted as package. The Contractor shall also be required to read and execute t;i3 "Mil,imum Wage Affidavit Form" as incorporated in this doc-iment. SF 14 STANDARD SPECIFICATIONS The Special Provisions hereinafter contained shall supersede any provisions of the Standard Specifications in conflict therewith. • The Standard Specifications for Municipal Public Works construction prepared by the Washington State Chapter of the American Public Works Association, 197 Edition, shall be hereinafter referred to as the "Standard Specifications" and said specifications together with the laws of the State of Washington and the Ordinances and A Charter of the City of Renton, so tar as applicable, are hereby included in these specifications as though quoted in their entirety ( and sliall apply except as amended or super,eded by these Special Provisions. SP-4 S , l r 2_ t✓f i t 5 � •�- (t, CITY GP RENT(RI TECHNICAL SPECIFICATIONS 1 ±. , FOR 41 5/9-IN:11 BY 3/4-INCH, 1-INCH, 1 1/2-INCH, n 2-IF1CI! E COLD WATER.OISPIACKKENT TYPE (DISC OR PISTCH) (1 I . !;F.NERAL a water meters rhall br, the latest design of the manufacturer and conform °t to the standards of performance as outlined in A.W.W.A. Standards, C700-61T. Only meters manufactured by a well-established and responsi- ble firm will be considered. Consideration will only be given to those li asters manufactured wholly within the United States. Qalotstions will .5 only be received from those cuspanies Witt, a minimum of five years experience in the manufacturing of water meters, and es.h bidder must have a minimum of 100,000 meters of his latest design in aatsifartory Service throughout tL_ S. Meters shall be positive in action and shall register a fixed quantity o` water displacement for each nutation. V Is `a All meters Shall have an outer case with a separate measuring chamber in a, f' which the disc operates. The outer case shall be of bronze composition. Castings shall not be repaire,', plugged, brazed or burned in. 2. TEST NEQUIREML'N'rS• r. i1 All meters shall be guaranteed to operate under a workira water pressure f{f{f{ of one hundred and fifty (150) psi without leakage, loss of accuracy or damage to any part. ,4 All meters supplied under these specifications shall record flows within the aec'trocies named in the Standard Specifications of the American Water Works Association for cold water meters, d.sFlacoment type. A • REGISTER 13OX ! p -aster boxes and lids shall be made of bronze composition, with the name yLj4 of the manufacturer cast on the lid in raised letters. The serial number of the meter shall be plainly stamped on -the l'd. The lid shall be recessed and shell lap over the box so that dirt will be prevs:,ted from A.cu,ulating on the glass. The lens shall be heavy plate ox tampered K gloss, inserted from the. inside. » 4. REGISTER All meters shall ,.e magnetically driven, shall be equipped with "Straight Reading" registers, shall register in cubic feet and the register shall be sealed against internal and external water. The minims and maximum indication of the register shall conform to A.W.W.A. Specification C-700. I! fS- 16 1 i TECHNICAL PROVISIONS (CONT-D.) t� TS- 15 0. S. g Y. GATE VALVE AND VAULT This gate valve shall be installed in the Boeing Company 8" C. I . fire main. Its installation shall be coordinated with the Boeing t Company, Attn : Mr. Cliff Gurrisun, Plant (engineering, Phone 237-8820 . t� This valve shall conform to gate valve specification T.S. -03, subsection (d) Gate Valves , except that it shall be an outside screw and yoke with wheel handle (O.S. S Y) . The valve shall be ' IOMA List 14, or Mueller A-2483-6 , or Pacific States, or U.S. F Metropolitan, or Kennedy. t� This valve shall be installed in a precast concrete vault. This vault shall be or .",e equal to Concrete Cunduit Company vauit •577 LA with a 33211 eccentric diamond plate lid. l tt r • i TS•15 1 e In TECHNICAL PROVISIONS (CONT'D. ) Of US- 13 MLASUREMEN'I' AND PAYMENT (CONT''I).L W n. Furnishing and Installation of New Water Services The furnishing of meters , fittings , pipe , bones , pressure reducers , if required, and the installation, shall be paid for at the n applicable unit price for each, in place, complete, which shall constitute full compensation for the individual water service as detailed on the improvement plans and in conformance with all 1 manufacturers installation. The Contractor shall supply all 1 materials for the water service and pressure reducer if required. tr The unit price bid shall include all costs to make the connection ar4i',t. to the water main, furnish and install the water meter, and 111 pressure reducer if required, and connect the meter. The unit price bid also includes all costs to adjust the pressure reducing valves for proper operation. r� o. Furnish and Installation of Crushed 1�," Minus Base Course The unit bid price per ton for crushed lie" minus base course gravel shall constitute full payment for subgrade preparation, furnishing and installation , water, compaction, hauling and all other costs incidental to completion of the work as specified. TS-14 REMOVAL OF OLD CONCRETE FOUNDATION F: OOR SLAB In addition to required clearing and grubbing of the necessary areas for water main construction, the Contractor shall remove the old concrete foundation for the former Dominion Aircraft building on Phase 1 , map panel r3 of 3. The slab is approximately 97'x 75' , with an area of 7,300 sq. ft . The Contractor shail remove the slab and plug all existing sanitary sewer and water main services as required by the Airport Director. s The broken concrete and waste shall be disposed of as approved by the Engineer, at the Contracto 's expense. The site restoration shall be the same as for unpaved areas. See TS-09-C. The lump sum price shall be full compenation for concrete removal , utilities cut-offs , hauling, disposal , ituring, dust or erosion control , and restoration. The crushed 5/8" minus surface course shall be a separate bid item. The City Park Department does have available a dump site for clear dirt and broken Portland �emeut concrete. The site is north of the existing Lake Washington Peach Park. For information, please contact the City Park Department Director at 235-2560. I TS- 14 1 t a TECHNICAL PROVISIONS (CONT'D.) TS- 13 MEASUREMENT AND PAYMENT (CONT'D. ) P h. partial Furnishink and Reinstallation of Existing water ervrces The unit price bid shall include all costs to make the connection to the water main, furnish and install the water service, and R connect to the existing water meter. The unit price bid also p includes all costs to adjust or relocate the existing water meter, as required. i . Furnishing and Installation of Select Trench 8ackfili n Select backfill shall be measured and paiu for at the applicable contract price, per ton payment of which shall constitute full compensation for furnis ing and installing the material , in place, complete. n j . Furnishing and Installation of MC Cold Mix Asphalt Cold Mix Asphalt shall be measured and paid for at the applicable contract price, per ton, payment of which shall cunstitute full compensation for furnishing and installing the material in place, complete. M k. Furnishing and Installation of Asphaltic Concrete Surface AeMrration The unit bid price per ton for asphaltic concrete surface restoration shall constitute full compensation for the following: Roadway pat.hing: Asphaltic concrete patching sha: l be measured and paid for as per Section 54 of the Standard Specifications , payment of which shall constitute full compensation for the resurfacingy complete, including subgrade preparation, excludin he crushed rock base material , preparation of and cone cion to existing pavement , base course, tack coat , finishing, and all necessary incidental work. e 1 . Furnishing and Installing of Crushed 5/8" Mit,us Surface Course The unit bid price per ton for crushed 5/8" minus surface gravel shall constitute full payment for subgrade preparation, finishing, installation water, compaction, soil sterilization, hauling and all other costs incidental to completion of the work as specified. m. Furnishing and Installing Fire Hydrant Assemblies Fire hydrant assemblies shall be measured and paid for at the applicable unit price per each, in place, complete, which shall constitute full compensation for tee, valve, valve box , fire hydrant , shackling, blocking, drains , fittings , and all other necessary items for a complete installation. Fire hydrant spool runs shall be paid under a separate pay item. 1'S-13 TGCIINIC.IL PROVISIONS (CONT'D.) 1'S-13 HFASUREMEN"r AND PAYMENT (CONT'C. ) h. Furnishing and Installation of Water Pipe The price per lineal foot for installing of the water pipe, size , class, and quantity listed in the bid schedule, shall constitute full compensation for the water lino in place , complete, including: clearing, grubbing, stripping, all pavement removal , excavation, trenching, backfilling, foundation preparation, compaction, pipe laying, jointing, fitting installations , sheeting, shoring, dewatering, but excluding saw cutting, temporary restoration cement concrete and asphaltic concretc re>ur£acing or patchi.ig. c. Saw or Wheel Cutting 1 Saw or wF- ,, suiting shall be incidental to the contract . d. Furnishing and Installation of Gate Valve Assemblies a The unit price per each for furnishing and installing gate assanblies , size, class , and quantity listed in the bid schedule, shall constitute full compensation for the valve, valve box with extensions, if necessary, concrete valve marker, and for all other necessary accessories for a complete installation. " e. Furnishing and Installation of Fittings Fitting installations shall be incidental to the contract. f. Furnishing and Installation of Concrete Blocking " Concrete blocking shall be measured and paid for at the applicable contract price, per cubic yard, payment of which shall constitute full compensation for furnishing the material in place, complete. g. Furnish and Install 2" Blow Off Assemblies The furnishing and installing of 2" Blow-off Assemblies for either permanent installation or fur temporary flushing shall be inciden• to the project. d It. Partial Furnishing and Reinstallation of Existing Water Services The furnishing of the fittings and pipe necessary, and the reinstallation of the existing water services shall be paid for 3 at the applicable unit price for each, in place, complete, which shall constitute full compensation fur the individual water service' as detailed on the improvement plans and in conformance with all manufacturers installations. The Cohtractor shall supply all • materials for the water services . TS• 12 '* t 4 w TECHNICAL PROVISIONS (CONT'D.) a 15- 10 TESTING (CONT'D.) b . Pressure Test Prior to acceptance of the system, the installation shall be subjected to a hydrostatic pressure test of 300 psi , and any leaks or imperfections developing under said pressure shall be remedied by the Contractor before final acceptance of the. system. The Contractor shall provide all necessary equipment and shall perform all work connected with the tests and conduct said tests in the presence of a Utilities Division inspector. Insofar as r, practical , tests shall be made with pipe joints, fittings and valves exposed for inspection. c. Leaka a Tests Leakage tests may be required after the pressure test has been satisfactorily completed on the new pipeline or concurrently with the pressure test . The hydrostatic pressure for the leakage test shall be equal to 100 psi . TS- 11 DISINFECTION Disinfection of the new water system shall be requited prig to completion of the project and shall be in accordan.e with A.W.W.A. t Specification C601- 54 and Section 74 of the A.P.W.A. Standard fl Specifications and shall meet the acceptance of the State of Washington Department of Health. The initial concentration of chlorine in the line shall be 50 parts per million and this solution shall be held for a period of 24 hours. Disinfection of the entire water system installed or disturbed under this contract, including pipe, pipe fittings , valve ;, and appurtenances , is required to conform with the specifications staged herein. TS-12 CLEANUP During the time that the work is in progress ; the Contractor shall make every effort to maintain the site in a neat and orderly condition. All refi.se, broken pipe, excess excavated material , broken pavement , etc. , shall be removed as soon as practicable. Should the work not be maintained in a satisfactory condition, the t Engineer may cause the work to stop until the 'clean-up" portion of the work has been done to the satisfaction of the owner and/or 1 Lngineer. TS-13 MEASUREMENT AND PAYMENT a. General Unit or lump sum bid prices for all items shall include all cost for labor, equipment, material , testing, relocation and modifications to existing utilities , and all incidentals necessary to make the installation complete and operable . ' I'S- 11 A 1' A TWINICA1, PROVISIONS (CON'r'U.) f T" —09GENERAI- RBSTORATION OF SU RFACES (C.ON1'10 ) I a. Temporary Cold Mix Asohalt (Cont ,d f The unit price Lid per on of cold mix shall be full compensation I for all labor, equipment , materials , and all incidental costs necessary for furnishing and placing the cold mix. Airpor__ t� Roadway P, a�s. A minimum of 6" of IV minus crushed rock base will be used in all trenches prior to placement of any pavement restoration. All subsurfaces such as concrete under asphalt shall be replaced in like manner and thickness . All asphaltic patches shall be Class s asphalt. The Contractor shall be responsible for removal , temporary storage, and reinstallation of car wheel blocks on the Renton Aviation parking lot site . The Contractor shall contact Renton Aviation before work am give proper notification. Any work involved with wheel block removal and restoration an d log barrier removal and restoration shall be incidental to the project . r Crushed 5/s" Minus Surface Course A minimum of 2" of 5/s" minus crushed surfacing will be used to restore all unpaved areas. The surfacing material shall meet specifications of "Top Course" material in Sectioa 23 of the A.P.W.A. Standard Specifications . Installation and compaction of the Surface Course shall be performed in accordance with Section 15 and Section 23 of the Standard Specifications. 4 the gravel surfaced areas shall be sterilized with "Princepe" soil sterilizer or approved equal. The application shall be in accordance with manufacturer's requirertients. Compaction of the Surface Course shall be to e51 maximum density measured in accordance ✓ith Sectlon 13-3. 10E5 of the A.P ii,A, Standard Specifications. _S-10 TESTING a. General Hydrostatic pressure and leakagt tests on the new pipeline shall be made in accordance with applicable provisions of A.W.W.A. 1 C600- 54T or C603-64T and Section 74 of the A.P.W.A. Standard Specifications , except as modtCied herein. All equipment necessary to make the rests shall be furnished by the Contractor, and the Contractor shall conduct all tests under the supervision of the S Engineer, �t I S-10 .r 11XIINICAL PROVISIONS (CONT'D.) 1S-08 PIPIT INSTALLATION (1'0'YT'U ) X. Concrete Blockin Y (Cont 'd ) Provide approved duck lugs at all installations--do not shackle through bolt holes . Each installation consists of two rods on Opposite sides of the pip(-. . Shackle rod material shall be 3/4" • diameter Garb on steel bar material . Furnish approved couplings where required. Bars shall be shop cleaned of all loose mill scale, ditt , rust, oil or other foreign material by flame cleaning or power brushing and shop primed with Koppers Bitumastic Mill Undercoat. Store rods under cover and protect shop coating from abrasion. After installation paint rods and accessories with Koppers Bitumastic • No. 505 to minimum 15 mil . film thickness . The number of bolts and tie rods required per joint, size of rods and bolts shall be determined by the Contractor and reviewed by Engineering. h. 2" Blow-Off Assemblies Water main blow-off assemblies shall be constructed as shown on City of Renton "Standard Detail for 2" Blow-Off Assembly" as bound 111 in these specifications. e a Galvanized steel pipe and fittings shall conform to the requirements E • in Section 72 of the A. P.W.A. Specifications. Temporary blow-off assemblies will be installed where directed by the Engineer. i. Water Services • T;ie existing water services shall remain in service during construction of the new water main and until final acceptance of the required tests on the new main. Upon final acceptance of the new main, the existing services will be reinstalled or tapped into the new main, the meter boxes relocated • where necessary, or as directed by the Engineer. They shall be installed as per the City of Renton water service specifications as bound in this document. TS-09 GENERAL RESTORATION OF SURFACES • The basic requirements for sur:ace restoration are as follows : resds , streets , driveways , shoulders and all other surfaced areas , rf removed, broken, caved, settled or otherwise damaged due to installation of the i^provements covered by this contract shall be repaired and resurfaced to match the existing pavement or landscaped area as set forth in Section 54 of the A. P.W.A. Specifications , except as modified herein. ( a. Temporary Cold Mix Asphalt The Contractor shall place Cold Mix as directed by the Engineer. P TS-9 t TIAMNICA[. PROVISIONS (CONT'D. ) c TS-08 PIPI INSTALI.ATION (CONT'U I 1' d. Special Anchorage All free ends, bends , tees , laterals and any change in direction of piping shall be adequately braced and blocked to prevent movement from thrust by use of concrete thrust blocks , tie rods and joint 44 harnesses . Concrete thrust blocks must be poured against undisturbed ground. Thrust blocks shall be provided at all changes in direction of piping. In addition, all joints at bends or charge in direction, to a point at least three joints beyond the tangent point on either side of the bend, shall be provided with a positive locking device to prevent separation of the joint under full test t" pressure. The locking may be accomplished by use of tie rods and joint harness , subject to the prior approval of the Engiaoer. After the pippe has been joined, aligned and permanently bedded the joints shall be drawn up to assure permanent water-tightness but not so tight as to prevent flexibility to allow for some movement caused by vibrations , expansion and contraction. C. Valves and Valve Chambers f i Valve installation shall be in accordance with Section 75 of the A. P.W.A. Standard Specifications except as modified herein. All gate valves excluding those in pressure reducing vault shall include an 8" x 24" cast iron gate valve box and extensions . f. Connection to Existing Pipe and Structures Connections to existing piping and tie-ins are indicated on the ' drawings . The Contractor :oust verify all existing piping, dimensions and elevations to assure proper fit . the Contractor shall be responsible for the protection of all existing piping and appurtenances during construction, and shall take care not to damage them or their protective coatings or impair the operation of the existing system in any way. y The Contractor shall make all connections and tie-ins inder the direction of the City of Renton Utilities Division. :he Contractor must also provide any specials required to make a satisfactory connection. g. Concrete Blocking General concrete thrust blocking shall be in accordance with Provision 112. 14 of Section 74, A.P.W.A.. Standard Specifications. The City of Renton Standard Detail for general blocking is bound in these specifications . All free ends , bends , tees , laterals and any change in direction of piping shall be adequately braced, blocked or restrained to prevent movement from thrust by use of concrete thrust blocks where applicable and/or shackling (tie rods and joint harnesses) . TS-8 r TUHNICAL PROVISIONS (CONT'G, ) TS-07 PAVEMENT REMOVAL TRENCH EXCAVATION BED(IING 6 BACKFILL (CONT'D.) n I, Select Trench backfill (cont '� Any excavation in excess of the above requirements shall be replaced with the native material or select trench backfill , as directed by the Engineer and at the Contractor's expense. i The price per ton shall be full compensation for selecting the source, furnishing and placing the material as outlined in Section 26-2.01 of the Standard .Specifications . TS-0s PIPE INSTALLATION a. Gen-.ral Pipe installation shall be in accordance with Section 74 of the A.P.w.A. Standard Specifications , except as modified herein. 6 All buried pipe shall be laid upon prepared foundation or bedding material so that the bottom quadrant is uniformly supported through- out its entire length, as specified in Section TRENCII EXCAVATION, BEDDING AND BACKFILL. The depth of cover icr the b", 8" and smaller water mains shall be " 3' unless otherwise specified. The trench width shall be no greater than 36" unless soil condition requires wider widths. At the end of each working day, it shall be required that the end of the water main be plugged, the trench backfilled, cimpacted, and prepared for traffic with temporary cold mix asphalt. b . Laying and Jointing Ductile or cast iron pipe and accessories shall be handled iu such a manner as to assure delivery to the trench in sound undamaged condition. Particular care shall be taken not to injure the pipe lining and coating. Cutting of pipe shall be done in a neat , workmanlike manner with { an approved type mechanical cutter without damage to the pipe. Jointing shall be accomplished in accordance with manufacturer' s recommendations . c. Bends and Curves Deflection from straight line and grade, as required by vertical curves, horizontal curves and offset shall not exceed the maximum deflection per joint as recommended by the pipe manufacturer. If the alignment requires deflection in excess of the maximum 1 recommended, special bends or a sufficient number of shorter lengths of pipe shall be used to provide angular deflections with ,n the limits set forth. 7S. 7 A ' Il 1'LCIINICAL PROVISIONS (CONT'D. ) TS-07 PAVEMENT REMOVAL 'TRENCH f,XCAVATI `r, BEDDING AND BACKF'ILL (COW D.) ry e. french Backfill and Compaction (1) General : Excavated materials that are free from mud, muck , organic matter, roken bituminous surfacing, stones larger than 8 inches in dimension , and other debris , shall be used for backfill y except where otherwise required. (2) initial Backfill extending to a plane at least 12 inches along the crown o e p Pe shall be hand-placed, selected excavated material free from stones , hard IUM05 or other material harmful to the pipe. Initial backfill shall be placed around the pipe in layers not exceeding eight inches in depth and each layer shall be thor,4 ghly compacted by mechanical tampers to at least 951 ^f maximum dry deuaity at optimum moisture content as determined by Standard Proctor Compaction Test , ASTM Designation D698-58T, Rethod D. All works related to the testing of the compaction, including proctor tests and co•npaction density tests shill be by the Contractor at his expense. Four (4) compaction tests shall he taken on the water trench areas . The locations of the costs shall be selected by the Engineer. If or.s or more tests do not meet the specifications as stated above , additional tests will be taken as requested by the Engineer at [he Contractor's expense. All compaction tests shall be at the Contractor's expense. (3) Subse uent Backfill : All subsequent backfill understreet and shout er areas s a e placed in lifts not exceeding 8 inches in loose depth, and each lift compacted to at least 95 percent of rr.ximum dry density at optimum moisture content as determined by ASTEM Designation D698-58T, Method D. In-place density determination shall be made in accordance with ASTM Designation D1556-58T, e,,.cept as otherwise approved by the Engineer. Testing for compactions in the improved areas shall be in accordance with the tesring as stated in the section on initial backfill. (4) Payment : No separate or extra payment of any kind will be made for compac ion, wetting, drying, water, or processing of materials , but shall be included in the applicable unit price paid for the wat�•rline in place, complete. f. Select Trench Backfill Select trench backfili for the pipe shall consist of crushed or naturally occurring granular material from sources selected by the Contractor. The source and quality of the material shall be subject to approval by the Engineer. Select trench backfill shall meet requirements for bank run gravel Class "B" as outlined in Section 26-2.01 of the Standard Specifications . The horizontal limits for measuring select trench backfill in ( place shall be the site of the excavation except no payment will it ',e made for material replaced outside of vertical planes, 1.0 feet outside of and paralle? to the barrel of the pipe and not the bell or collar. I iti•b n THAINICAL PROVISIONS (CONT'D. ) *'< TS-05 CLEARING AND GRUBBING (CONT'D.) r• straight lines or to nearest construction joint, and shall be made with clean vertical faces. Removal of bituminous and concrete pavements and utilities shall be conducted in accordance with Section 52 , A.P.W.A. Standard Specifications , except as otherwise provided herein. Clearing and grubbing shall consist of removing logs and brush and cutting all standing trees at ground. All stumps shall be removed. Clearing and grubbing shall be accomplished in accordance with the applicable provisinns of Sertion f ' of the A.P.W.A. Standard Specifications . The limits of clearing and grubbing shall not go bayond the limits of the right-of-way or easements . TS-06 SAW CUTTING The Contractor shall sawcut all csisting asphalt concrete pavement and cement concrete pavement in Phase 11 or as directed by the Engineer. the depth of the sawcut shall be a minimum of ly inches for asphalt and 3 inches for concrete. Wheel cutting shall be made to the satisfaction of the Engineer. The method of saw or wheel cutting shall be approved by the Engineer. TS-07 PAVEMENT REMOVAL, TRENCH EXCAVATION BEDDING AND BACKFILL a. General Pavement removal , trench excavation, backfill , foundation preparation and bedding for waterline and appurtenances shall be in accordance with the applicable provisions of Section 73, A.P.W.A. Standard Specifications , except as modified herein. b. Pavement Removal • f • The Contractor shall inform and satisfy himself as to the character, quantity and distribution of all pavement removal . Removal of existing pavement shall cover all types and thicknesses of pavement. The contract price per lineal foot for "installation of water main" shall includ full compensation for cutting or line .frilling, breaking and removing all types and thickness of pavement encountered in this project. Neither separate nor extra payment of any kind will be made for storing, handling, hauling or manipulation of remove, pavement. a IS t t n 1LCHNICAL PROVISIONS (CONT'D.) 44 '15-03 PIPING MATERIALS, VALVES, AND FITTINGS, (Cont'd.) n - d. Gate halves (Cont'u.) 14 or Mueller A-2380 , or Kennedy, or Pacific States , or U.S. Metropolitan. All valves shall have concrete valve markers . The markers shall be Lundberg concrete pipe Company right-of-way markers State Highway Design or equal. e. Fire Hydrants Fire Hydrants shall be Corey Type (opening with the pressure) conforming to AWWA C-504-64 with a 6" inlet and a minimum M.V.O. of 5", two 211" hose nozzles with National Standard 7� thtcads per inch srd one 4" pumper nozzle with the new Seattle Pattern 6 threads per inch, 60o V. threads , O.D. thread-4. 875 and root diameter-4.6263, 14" pentagon operating nut and opening by turning counter clockwise (left) . Hydrants shall be constructed with mechanical joint connections unless otherwise specified in bid proposal description. Fire hydrants shall be of Traffic Type and Provision shall be made for drainage of barrel to protect units from freezing. Fire hydrants shall be such length as to be suitable for installation with connections to piping in trenches 3' deep unles, ztherwise specified. Fire hydrants shall be IOWA, Pacific States or approved equal. Approval must be obtained prior to bid openinr• f. Galvanized Iron Pipe Galvanized iron pipe shall meet or exceed Section 72-2.05 Steel Pipe as specified in the A.P.W.A. Standard Specifications , and Section 72-2.06 of the Standard Specifications . TS-04 EXISTING UTILITIES If, in the prosecution of the work, it becomes necessary to interrupt existing surface drainage, sewers , underdrains, conduit , utilities, or similar underground structures , or parts thereof, the Contractor shall be responsible for, and shall take all necessary precautions , to protect and provide temporary services for same. The Contractor shall at his own expense repair all damages to suc;j facilities or structures due to his construction operations , to the satisfaction �if the Engineer. The City does not warrant or is not responsible for locations of utilities, either field to^aced or located on the maps . City of Renton Utilities Division will repair or replace all damaged water services and meters et the Contractor's expense. TS-US CLEARING AND GRUBBING ( Pavement , or other street and road surfaces shall be cut only to the minimum width which will permit the proper excavation and bracing of the trench, and which will allow passage of vehicular and pedestrian traffic . All pavement cuts shall be made smooth, '1'S-.3 1 H I t I n TABLE I FZ5;1:,7E I Thrust at Fitting s,in FO,rLj_• Typf.cal Thrurt Rlock Lgcetion4 �� wiry ur n� r—Ia0 It" lastri 41 IY qsa ISM ISM IIO — !]0 1410 1>r Stu=—NO M.RO' J r�rL.• lW 71Y 14r 910 In 1♦M VM IW m I M VVa1 "m IM 1N r—to 4M MVO Visa sa low IN 410 Ms0 yr low— IN Kr $lt0 a=. . aM Mr rM as" am •J Ir no 9mNo law OW Zito sMr f M m4 UM 44fa 0°10 , N' o 14M 7aN halo Me IO= Uses IIrO II m rla 44r y IN If400 us44 I1r0 ftlo W __ rir 3Nr I0N0 ftr _ q�rY1 N"— SO tM rr0 14xr 7270 140 ism Ism 1I200 170 I10 V:M IC4M Ism MM M tt100 --rr0 M _ I)fr._. 4'�4er Ire _ ♦ seesso 10 _M tlf�011 1t1 10M ICON no :tlM 30400 Slit 103% M I0I40 4Sr0 Stir INN Hr,— r 1W00 4I4M 1]000.___ I17o f[■■■, 14a "m 4I4r !nr 137" ' r Ir fDlVO NIOG •4M Irr Epp _ l4]00 _ H100 _30x00 ._ IIM _ I j0 be Ulm Sim Ulm 14M 1 Ir rlr MIN rre 'Itm .� t Ir Orr 140r rro I4M M 0400 470r r^r If10t_ r"- M tll10 14t14 " i000G-____.fa0a Ir a1r0 Pat" 40Ir I'm Ir a14M ♦Sir Klr l41r Sr x OOM r4r fir t44r fe,... r Ism 1:70oi 11101) Sxxr _ 1r son ItO hM 7tr - M loom loom 01Ir_____ 414r .••• ' a� ' 7� r 11rr t"m IMoe 461Me arm I"m r n rM I1r M IIsm tIM0 114000 I01N TABLE II ;� baia eeerinn :gaffs in Lb a. Ft. T.. safe bearing loads given in the followtng table ate for horizontal thrusts when the Depth of over c"OY the pipe excccle 2 feet.. SAFE BLARIMJ LOAD R2r sq,Ft• 40 4XUC o-4 t, ".C. C 1,000 Sand 1,000 Send end gravel l'�0 bend and gravel carented with clay 4,000 Hare shale 10,000 4ln p.u¢k or past all thrusts ors restricted by piles or tie rode to ., solid foundations or by rerosel of suck or past and replaoawent with ballast of sufficient stability to resist thrusts. Blocking Page 3 V , e 9F A •t �t.Va�iN,`.d4,ell / N' t ` s g n,.,� • r - „q `,,�,, ' t- Y pD 1 ` }I �/�< ) l � Y �91 •� xi I a y�� Il�il - 0 ' p. l:A/1!'OlJ1T ION_ P3'il1A-TIOfI; Na•<imus operating proxeurc '- 1.5 x non(.l oIx`rat inq pressure c At ,a of concrete (Al - Thr t in _ T �+ 1 fiat, Mating bo d in (poondo/sq• ft.) SSR1. Maximus height of thrust block IKo ' Depth_ot LODUh Ln feet = h 2 2 Depth of concrete thrust Mock .. (Width of trench in feet)(outside disseter of pipe in fer-) -- 2 • r4 2 Maxima length of thrust block 0j.) ' 1AMttAL sight "MM Required xwoun. of concrete (cu. yd-) .k' (Height x depth x length)xO,037(A'im xiuxDc)xO.0370d t. JU P_IA 1. Problem: Calc(rlatim of the M,,,nt of concrete required to block a 900 bond in An 8' C.I. watermains the normal operating preawure in 7 the pipe will be 65 psi and the 9, 1.1 cavlitim in the area indicates send and gravel. 2• Solution Maximus ol,eratirq pressure - 1.5 x 65 . 97.5 Psi outside dieseter of 8" Pipe - 9.05 in. - 9 /i t 12 f ' "a is - Go to Table 1: The calculated maximm operat 97.5 psi, the table does not list this figure ad we take the first figure in sequence, being 100 Psi p.. an 8' waterpipe, having A maxima operating pressure of 100 pal. m we sae that the throat on a goo bend is 5,420 Pound for sand and -Go to Table 1[: Table II gives the safe bearing ; growl: 3,000 lbs/sq.ft- -Go to Figure I: Figure I indicates the Fmitim of the concrete g for blocking the 900 bond -Go to the specifications of the project and find depth of trench Ih) 3 feet Width of tranoh (W) 3 foot With the above "ambled infornatim we pr,x:oed to the tinal calcuiations' . I.W sq. ft. -Area of concrete (nl ' ?Must S�20 Safs searing Load 3000 -Waxia,a height of thrust block (H,) = DeI*h of t;M_gh - h ' I ' 1.5 ft. 2 2 2 -Depth of concrete thrust block !Dc) Dias -f Pitt IdI Width of trenC(I 1n faet—ff�Outside� ��- 2 3 _9.05/12 - 1.12 ft 2 1.'t [t. -Maximus length of thrust black (I.$) ' Araa of Concret4 1•BO^ Height. of Cmc. a, 1.50 -Required amount o1 concrete ' (HeightxDeptiuk,,ongt:r) x 0 03704 - (Ns, x x DC) x 0.03704 ' (1.5 x 1.2 x 1.1%) x 0.03704 ' 0.074 en.yd. Blocking Page 2 1 s STANDARD DETAIL FOR GENERAL BLOCKING CONCRETE BLOCKING SIZING °kOOEDURE A. GENERAL The amount of concrete required to anther horizontal bends, tees, and dead ends depends on the strength of the soil. The methods of placing concrete to keep the joint accessible is shown in Figure I. The area in square feet of concrete which at-at bear against the rr side of the trench is found by dividing the thrust in pounds sham in Table I by the safe bearing load of the soil as ahwn in Table II. P. CRITERIA - The sizing prxedure in for hor SzontaJ cr downward thrust only. - Height of the thrust block must be Lqual to or less than 112 the depth from the ground surface to the block rase. - The thrurt block hearing phase is approximately rectangular. - The concrete blocking shal' be as per APVA specification 74-2.14. C. Sy"POLS d= Outside Dismeter of lips in Feet T . Thrust in pounds at the fLttinq ('fable I) SHL• Safe Bearing road in PO=ds/sq. ff. (Table II) h e Depth of trench in feet W . Width of trench in feet A . Area of concrete which must bear against the aide of the trench in eq. ft. !Im. Maximum hoight of the thrust block in feet Dec Depth of the concrete thrust block to bearing surface in feet to. Maximum length of the thrust block in feet �wN.ra ax+w� Do yl �• 'p71t sYY!'• � 1 Blockim, Rage 1 r- T .�-i:....... Y \ ._. � CT N 16TN AT y ll \ N ?•TN 3+ Nf r [ Z cur lemwo Win CITY PARK DEPT. DUMP SITE \ Y CONTiCT PARK DEPT. DIRECTOF7 ' ► 1=. I iN FOR INFORMATION PH. 235-25A N( / V / iiA a S W V j y r t aO 9T1 I efN T ` 9 W ALl ym ` •IM11 1!W W 161 r K • I i a N . AIRCRAFT = ' s Ctelron t y T i It ■ ► 1 ;1 1 yl Q » _ 6 N[ INI/11SSTRIA] 4N1 a i7 •DT 'i i NW )lu tr ; 1\,It l cn ,N e1N U I • n or VICINTY MAP At a zi,4 PARK DEPT. DUMP SITE { � N )no It NN 1 [l M 1 -aWr,.,•�,na6b:4W.rt.M- ._-"�a.�pf.►atl2...... -... .. •.:- 1 r I/ f �CA' ( .!l .ROM NAT[N YM4 �I _ To 114s:4 wa1Ll c E IJ • 2�f•LV M011 RK fM1aW[ I • _ 2'SLOK _"LIE f[r4_L[_ IP: • •b4i: VT STOCNP•Y 00 c 2 GAU W ELL D Y.+/i 4asv •IEP+ai I I [ 2.6aly CI.OS( NNR[ _ S • 2• ••L':_w MJ vi.vlJU•ION cOrftlrN . Y6S 0 WNN INS -600 I 2" id Y MON fM[ 2's0s P .<Mf ,ate_ _ r 1 1 • Of .f Y10r _ ANDAR SPECIFICATIONS - 'CTrACN raLt f• • r[raLE •r - + L c•sr +NON Y[rEN 90. _ia•cIINQ t - �oa•wlc- SIIi PRESSURE REp1KlRS 1 i � r _ M It i n (� n ..R Cp.O.'R 'T}.. R' 'MRYf.I i c. ti MR kum i/M[C MV.AI c f9 LAMM ' •E mftn 0... M PPL" i PR.rM.a 1 'ILLYl� ..M 11M1.R CMIR.IG WRKM .40. 1 i ii.Ma Yvan _ ' .. iR.Ma ni .dime CG'wM (!At Rat • low M�rPO jcdm J-1/11 CITY o. .•.t o ..... ..... .......... ,, K.v: i'•Y� woon wv,** STANDARD SPClcmoTIUNcl CIIV Yb. W9fW i.R (f.wa o.rwc M.n.4.du� �'a•�' PRESSURE REDUCERS_ a' . , ; i 17 I b. L'LL 111 w 1L M A . .. Reduced Print P. w M. DO Not Scale I i .. Cw1oM�w. 0�0. IY:Eu.11 h.�a-af-T � uox w[ r.w[u s t T w[a .cw rM) I D. AWAt i. w.rC A.[5 .iTt� w.nw Y[[A M rM .� ..•AN •'•.,• i'1 A IDN t wo.r�a(.any n—•[r) r nes its F i 1 ♦2 WATER SERL'iCES I � MONSOON 40 z s \ I { •. SK.i FR,O yv.U GURr wut:.B I m eTRi w.w • 70uS.i Salt •j(arlit Clr•D { w.#uf• —��q •yKSte! ww Reduced Priest _ wYt•:[R . �pIS .pR tafY.p,Nw.• I DO Not Scale J •w4t wtTza SH cr. St•WTCY •. :xarT wi etR so. --i--------�-- ♦o..-�'.�.+.ereo'-- eT J•WC/JtD 5 •U SCR i0N— RltTp rw e ?• MIN SMALL INCLUDE FINISHED GRADE I � /— HYDRANT EXTEN ' WHEN NEEDED OLYMPIC FWAY • —OR EQUAL CI VALVE BOX 6' C.I. SPOOL —60 GATE VLLYE(FL•MJ) CONC 3/4'SHACKLE RODS BLOCKING— ' _S&NC BLOCKINO 11/2'WASHED GRAVEL L X•6' TEE •FU 16' 4' CONC BLOCKING I i HYDRANT HYDRANT GUARD POSTS SHALL it —1�— BE STATE OF WASHINGTON DEPT. OF HIGHWAYS DESIGN CIRCULAR 2' PRECAST CONCRETE GUARD RAIL RAIL POSTS. TWO(2) GUARD POSTS (MIN) SHALL BE SUPPLIED AND/OR INSTALLED GUARD POBT!TYP) 0 a ADDITIONAL POSTS MAY BE REQ'O BY ENGINEER FOR OPTIMUM PRO- TECTION FROM VEHICLES. ALL FIRE HYDRANTS AND GUARD POSTS SHALL BE PAINTED AS DIRECTED DY ENGINEER. 1 STANDARD DETAIL FOR HYDRANT ASSEMBLY 81 n- HYD. GUARD POSTS ti E w � STANDARD DETAILS 1 Table of Contents Standard Detail for Fire Hydrant Assembly SD- 1 Standard Detail for 3/4" and 1" Water Services SD-2 Standard Detail for 1�" and 2" Water Services SD-3 Standard Detail for 3/4 and 1" Pressure Reducers SD-4 Standard Detail for 2" Pressure Redacrrs SD-5 Vicinity Map City Park Department Dump Site SD-6 s l a t 1 L Qi J k9 .� STANDARD l «r -f �r t ry" w TS- Ib TECHNICAL PROVISIONS !CONT i S. S"RAINm (Cont.) steel. Strainers shall fit snugly and shall be easily removed. The effective straining area shall be as large as practicable and aP a sdnfmum double that of the meter main case inlet. 9. SEAL WIRE._tLOLES The register box screws, on all meters shall be drilled with not less than a 3/32 inch diareter hole for sealing. 10. REPAIR PARTS 16 The Contractor shall :=umit a complete list of parts with quotations effective for one year after award of the contract. 11. MAMUFAC7URER'S SPECIFICATIONS .� Bidder shall submit aIIletini, catalogs or other literature pertinent to the particular meter he proposes to furnish and shall also furnish an accuracy, registration and lose of pressure chart or curve, the pressure loss shill not exceai that sh•v for the following delivery. METER SIZE DELIVERY MAX. PRESSURE LOSS <s I (Inches) Gals. Per Minute Lbs. Per Sq. In. A.W.W.A. 5/8 x 3/4 20 1] 1 Inch So .� 1 1/2 Inch 100 20 2 Inch 160 20 i� i c ISIN r %* TS- 16 TECHNICAL PROVISTONS (CONT.) 5. M=R. CASING , All meters shall Lave an outer case with a separate measuring chamber in , nicb disc or piston operates. The outer case shall be made of a ) corroalc•n-resistant bronze composition. Castings shall not be repaired, ( plugged, brazed or "burned in". All meters shall be equipped with cast iron breakable frost bottoms fitted with replaceable plastic or approved 3 lining and be secured to the main casing by means of bronze bolts, brass nuts and washers. All meNrs (1" and underi shall be equipped with cast iron breakable ... (.� frost bottoms fitted with replaceable plastic or approved lining and be secured to the main casing by means of bronze bolts, brass nuts and washers. f i Also, motors (1 1/2" and 2") shall be of all bronze construction and of split case type. lh G. i1PASVRING CHANT The measuring chamoer for all meters shall be mus of bronze composition and shall not be cast as part of the outer casings. They shall be machined carefully and secured in position in the outer casings so that any slight distortion of the casiner, which might occur will not affect the sensitivity of the meters. Snap-joint construction is desired, but ' is not mandatory. 7. DISC 6 PISTONS Discs Shall be made , f hard vul<.,.,ized rubber, smoothly machine, of the highest grade and of material having as nearly the sure gravity of water as possible. They shall be fitted accurately in the measuring chamber, shall. operate Smoothly and freely. Disc piston shall consist of a Disc I i Plate and 2 Ball Halven and shall be equipped with a Thrust Roller and the measuring chamber s.,otted accordingly. 2f i Pistons shall be made of hard vuicanized rubber, smoothly machined, of j _ the highest grade and of material having as nearly the same specific gravity of water ss possible. They shall he fitted accurately in the measuring climber, shall operate smoothly and freely. Pistons shall be one piece a:.d may or may not have a pilot. The division plate may be of stainless steel, brass, or rubber coated. Y Where V. three piece measuring chamber is to he furnished, a one piece conical shaped disc with metal reinforced interior will be accepted. i is. STR1h INGM �1 All meters shall he provided with strainers. Strainer screens shall be made of heavy rigid perforate- sheet copoer, copper-alloy, or stainlos�' l 1'S-17 l oa. t.. • c ENDING OF C • . _ Mown A ... I r d a " 4 ' 4' - I . Contracts Other Than Federal-Aid 7 of 7 A IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City 'a erk and the Contractor has hereunto set his hand and seal the day an: year first above-wr':tten. A CONTRACTOR CITY OF RENTON py res I dentl Partner er Ifayvr ATTEST: ec,etary — My Clerk A dam— — �i-im Tame Individual_ Partn+rship Corp ation — A Corporation pi a-f oi'Tncorperation E! Attention: If business is a CORPORATIOY., name of the corporation snould be listed in full and both president and Secretary must sign 4h3 contracL, OR if one sign,.ture is pemitted by corporation by-laws, a copy of the by-laws shall be furnished to the city and made a part of the contract document. I If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name: ary one partner may sign the contract. 'f business is an INDIVIDUAL PROPRIETORSHIP, the name of the cwner should e) appear followed by deb/a and name of the company. f r ,> Contracts Other Than Federal-0'• 6 of 7 obligated to take i:meo:��e steps to correct aria remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contra '.or and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous da rtaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the i faithful performance of the Contract, including the payment of al persons and firms performing labor on ',he construction project under this Contract or furnishing materials in connection witn this Contract; dt said bond to be in the full amount of the Contract price as specified in Paragraph 11 . The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. • 11) The total amount of this Contract is the sum of which includes Washington State ` es Tax. Payments will be made to Contractor as specified in the a "gene. ,., conditions" of thi't Contract. J J �. 1 V' 5 of A Contracts Other Than Federal-Aid notice as neretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail , Hostage prepaid, A certified or registered mail , A 7) The Contractor shall commence performance of the Contract no later than • 10 calendAr days after Contract final execution, and shall complete the full performance of the Contract not later than 60 working days A from the date of commencement. for each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will he A the sun of One Hundred Dollars and No Cents ($100.00) as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. j7 8) Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility fcr faulty materials or workmanship. The Contractor shall be under the duty t0 remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of come (1) year from the date of final acceptance of the work, unless a longer period 1s specified. The City will give notice of observed defects as heretofore specified with reasonable promptness afte discovery thereof, and Contractor shall be 1 • m IN .y Contracts Other Than Federal-Aid 4 of 7 5) Contractor agrees and covenants to hold and save the City, its officer„ agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. Tnis hold harmless and indemnification provision shall likewise apply for or on a:count of any patented or un- patented invention, process, article or appliance manufactured for use • in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. 7► In the event the City shall , without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements nereunder. w 6) Any notice from one narty to the other party under the Contract shall be in writing nd shall be datee, and signed ty the party giving such notice or by its duly authorized representative of such party. Any such �w Contracts Other Than Federal_Aid subcontractors should violatr any of the 3 of 7 the Ci[ Provision; of this Contract, Y may then serve written notice upon him and his suret ( intention to terminate the Y of 1Ls Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of ,yny Provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this expiration of said ten (10) day Contract, shall , upon the Y period, cease and terminate in every i respect. In the event of any Such termination, the +serve written notice thereof City shall immediately i +` upon the surety and the Contractor, and the Provided, however the right to take over and perform she Contract, that if the surety within fif the serving — teen (i5l s 9 upon it of such notice of termination—v___�S after Contract or does not c does perform the ' �Ce-jRprfo^^.-fie thereof within thirty (30) days from the date of serving such notice, the City itself may take ov' the v,ork under the Contract and prosecute the same v by Contract o,• b to completion y any other method it may deem advisable, for the account and at the expense of the Contractor, and his liable to the City for any exc sure*.y shall be ess cost or other dams • City thereby. :n such event, ges orcasioned the the City, if it so elects, may, without liability for so doing. take Possession of and utii+ze in completing said Contract such materials, machinery, appliances, equipment, pants and other properties belonging 9 g to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. A Contracts Other Than federal-Aid 2 of 7 j and the construction installation performed and completed to the 9) satisfaction and the approval of the Ci+y's Public Works Director as being in such conformity with the plans, specifications and all require- ments of or arising under the Contract. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, a all of which are comp,)nent parts of said Contract and as fully a part thereof as if herein set out in full , and if not attached, as if hereto attached. • a) This Agreement i b) Instruction to Bidders c) Bid Proposal d) General Conditions e) Specifications f) Maps and Plans g) Bid « h) A, vertisement for Bids ji) Special Contract Provisions, if ny i • 3) if the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the r time specified in this Contract, or any extension in writing thereof, # or fails to complete said work within such time, or if the Contractor t shall be adjudged a bankrupt, or if he should make a general assignment • for the benefit of his creditor%, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his I of 7 CONTRACTS OTHER T41N FEDERAL-1111 40 { THIS AGREEMENT, made and entered into this , day of 19 _• f b and between THE C1lY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and _ hereinafter referred to as "CONTRACTOR." i WITNESSETH: ! 1) The ?.ontractor shall within the time stipu'oatad. (to-wit: within sixes (60) working days from date of commencement hereof as required by the Contract, 40 of which this agreement is a component part) perform all the work and 3 services required to be performed, and provide and furnish all of the {� labor, materials, appliances, machines, tools, equipment, utility and i transportation services necessary to perform the Contract, and small complete the construction and installation work in a workmanlike manner, in connection with the City's Fro,ject (identified as No. W-455 Yt for improvement by construction and installation of: Renton Munici al port Water System Improvements Phases i F• II . All the foregoing shall be timely performed, furnished, constructed, installed and c. npleted in strict conformity with the plans and spec- ificatiw,s, inclu'ing any and all addenda issued by the City and all g( other documents hereinafter enumerated, and in ful' compliance with all 1 Yi ( 6 applicable copes, ordinances and reguLtfcns of the City of Renton and { any other governmental authority having Jurisdiction thereover. it is further agreed and stipulated that all of sai; labor, materials, appliances, machines, tools, equipment and services shall be furnished t '� N • SCHEDULE OF PRICES ( (Note: Unit prices for all items, all eatensions and total amount of hid out be shown. sha, unit prices in both words and tiqurec and where conflict occurs Cho written or t9ped words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prlces to be written in words DOLLAI:S CTS. DOLLARS CTS. Ii 2 ea. F $ I Z" Water .Services with I2" Pressure Red.itrr Per Each I 12 2 Pa. Reinstallation of 2" and +� Smaller Water Services f f Per Each 13 130 Ton F & I Crushed 1%" Minus Rock I I IIi Base Course for Asphalt 1, Restoration If� 14 1 ea. F 4 1 &" O.S. G Y. Gate Valve 6 Misc. Fittings for Complete Installation in Precast ` t; ( Concret^ Vault f f Per Epchr— , Sub Total I` 5.41 Sales Tax TOTAL The undersigned bidder hereby agrees to sta.•t construe ion Work on this proje t if &war ed him within ten (10) days a d to (.om lete work within sixty (60) cons cutive calendar days from dat of exec tion rated this day of 1977 I Signed _ Title Address_—-- Phone l! I i I , 4 • SCHEDUU_ OF PRICES More: unit prices for aa: itesa, all extensions and total emow.t of bid must be a)own. Shaw unit prices in both words and figures 40 and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM Iw TN UNIT PRICED BID UNIT PRICE AMU' •T { 1 NO. '}UANT ITY unit Prices to be written in words DOLLARS CTS. DOLLARS CT5. a • I 10 LF F `v I 142" Galvanized Iron Water Pipe S $ i tr:+ gear Food wor s ( tgnres (figures { rL 52 Water � 2 1525 LF' F & 1 B" llI (TJ) Pipe S S� i $ er near cot 3 S ea F & 15y" MVO Fire Hydrant I Assemblies (MJ or FL) 5 s Ire:r Each a A A ea. F & I B" Cate Valves (MJ or „ FT,) with Cl Valve Boxes S— _ S er vac 5 5 Ct,.Yd F & I Concrete Blocking $ $ er u is Tar 5 225 Ton F & I Select Trench Backfil.l T er on 7 130 Ton F & 1 Asphaltic Concrete Surface Restoration r on -- e 60 Ton F & I Temporary MC !'old Mix —� { Asphalt ;!.ar„r=tinn s S Pe'r—ron 9 100 Ton F & I Crushed 5/3" Minus } Surface Course S ; - r - er on I ' { io bump Sum Zemoval of O d ,'(ncrete I 'oundation Floor Slab e S i Lump Sum i i v ROP OS AL • TO THE CITY OF RENTON RENTON, W1"HINOTON • Gen t1 a men The undersigned hereby certif _that _ has examined the site of the proposed work and ha read and thoroughly understand ` the plans , 1 specifications and contract governing the work embraced in this improvements and the method jy which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with tnt! money available, in accordance with the said plans, n specifications and contract and the foilcwing schedule of rate< end prices: a (Note: Unit prices for all item, all extensions, and total amount of bid should be shown. Show i uF•.;3. unit prices both in writing and in f19ures.) 6 1 1 Signature A , Address Names of Members of Partners`;ip. OP. Name of President of Corporation — fl Name of Secretary cf Corporation Corporation Organized under the laws of With Main Office in State o' aehingtor. at % L i�. T r BOND TO 1HE CITY OF ;iENTON KNOW ALL MEN BY THESE PRESENTS: a That we, the under;igred __ _--_-- as pr nc pa an _corporation orga—T zed and existing under tFe Taws o�'�5 a as a surety corporatign, and Qualified under the laws of the State of�7as�, g� ecoine as upon, bonds of contractors with municipal corporations, as surety are jointly an severally held and firmly bound to the City of Renton in the penal sum of S _ _ for the payment of which sun of, demand we Sind ourselves an� �r ccessors, s, administrators or personal representatives, as tt.e case may be. Reis obligation is entered into -,n pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at ,Washington, this day of 19_„ Nevertheless, ;hy conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2E35 oroviding for } (wwhich contract is reAr�regto e�ref_n_ci-n-J—i s—made spar—t-hiere7FTouT a ac e hereto), and WHEREAS, the said principal has accepted, or is about to accept, the said contract, and undertake tc perforrr the work *herein orcvided for in the manner and within the time set forth; NOW, THEREFORE, if the said shall faithfully perform all o> Prwmsigns o sa contrac in t e manner an 7 wiYT— in the time therein set forth, or within such extensions of time as may bo grar,t�,d under said contract, and shall pay all laborers, mechanics , subcontractors and mate,-!al , men, and all persons who shall supply said principal or subcortractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or prnoerty by reason of any careless- ness or negl'gence on the part of said principal , or any subcontractor in the perfor- mance of said ,Mori' , and shall indemnify and hold the City of Renton harmless from any damage or expense by -eason of failure of performance as specified in said cc,r,tract or from defects appearing or deve.oping in the material or workmanship provided or per- formed under said contract within a period of one year after its acceptance thereof by the C.ty of Renton, then and in that event 'his obligation shall be void; but other- wise it shall be and remain in full force and effect. APPROVED as to legality: — -- — Approved: — — S _ n -,i '• 1 nr 3 Y.r q hy LEGAL AND BID DOCUMENTS Al Y