Loading...
HomeMy WebLinkAboutWTR2700455 RENTON MUN. AIRPORT - W-4 5 5 PHASE I & TT - BID __ _ h CONTRACTOR IN►ORMRTICN SHEET ,e A Renton ronstruction Co. Inc. 14829 S.E. 128th St. Renton, Wash. 9405S Telephone 772-2085 or M-1692 Wash. State Contractors license f 223-01 RE-NT-OC-0252AN _e City of Renton L:.cense E See application Enclosed. dp e • w t EM All AWAROEO M,. A Conlrecl No.CAG.iG(L_L,/ TO kFN .T coo, I�f,IC, iL INEERINQ DIVISION 81D PROPOSAL 9 SPECIFICATIONS W - 455 RENTON MUNICIPAL AIRPOR'7* WATER SYSTEM IMPROVEMENTS PHASE I a Z • w y CITY Of IIENTON PUBLIC WORKS DEPARTMENT MUNICIPAL WILDING, "0 MILL AY* S NINON, WASH. "053 • 1206) 235.36'.1 r ti ril v f BEGINNING OF FILE FILE TITLE W - 14 ,55 �a ti � .. SEE ATTAr.bMtR I UMOLRMILIIATIOM L—O%sAt({ IaAIA tY JW r' zvICAT Iw ' Aet.elsfort Is &%it" r or )W Clasaifleatlm. W pt[s[nt swlaMe ut>lttltim rG IFTICWE Ass A A18'1AT 3kA - IA oA1or for tM iity Of Aontw •c -0-rw< .0- aYs[uttlltlttm by ASK W lata. this fora will bo uPdatel January : aM July 1 of u[L1WUw le this}ob Clomrirfluuaii, tiw wsn lati. .irorltyl Ass aN wwnt. Aac# Tad+. rbo IWOWieol Wirr[rAL .lw hN otltlatics m uAYlutf ll Yt:s fw Nch rlo will nsod to he Apiw.d to prcrtM, with w awlaN rmxr r at ih+r ask,lolnn .It, drpo"wro" IF 7ab cWNtiwtir obi it Ass aMAl"l. an Nw Porseral Offlcs fw rawltl. PrA lY.fi n Nu m hu<Im, 11 .NsitiwIlw rill r• cwrNW y Il t AS tar 1M0. '1luliflMlrarn .M ww[atls. rill w KCIw1Y .Nr.itN r,. fall ra[ap[iM tl tMy oc..i.. G0AI.8 FOR 1576 ThmM!Essigs . - .. awNP sYYi tI..D[ rthi for i profssal.. .ft"TMA rr fowrr At 1y rI at tim :0tl1 sY 11N3 w of K Y it. Y1m arl.>ra. rNNI Wnt rsty [11T1i trl.a lli >tsoloo, 1 rAb to N P1Kw .a UIN claNi[iwtiY. AIN pl call 't RlploMm rtrMarma t 7-2 is W paN.i c of or CrArAn. v is f.rr.. 2 a. J ai M[ieY Y attsleM aY 1l Oacrar IMO irlcity tat.rrt 7.1t of uu fmfrl t Clcr o[ fl tt w,A forco. ta 10 7ttiu StT6 to city will ,EEK Y s irokicl arlryawt a of lac[ slot of to total ys+rrt ceff hs. f oCIYs8 - TfisQA, ... t tl..n m 1.a his llflwtam .,I, he w .low A W .+lQ9M will twat. bead la tl wt".fit EwA st of 10 .r,ME, o le 19R • WEEK . A. effort wilrttln ods to r Tea uw o[ tunet.r iO this is w hi`ca)r to vary low ho atl o's,tto 17E willMait. bo M to A•All tsar slwlelw MA r.11. .l[ ty1M of ueYrutl3iY[lm as will r W. to cwrwt urWrut:lltlt Ms of lrla tKen+clay y 31 weo.Mr 1•9f. Tb. ptlltlm tYaw1N allay. anraN annYl trtKY.+ seta 1. ON. Fin Y[AM GOA" TR`TitTlw ]PrvIOLF � revs s ..ty Ws, EKE. sr.lty lr1Y. .Y "'Ity ron- :ba miN tool. 1Mic.W ftta pu t`. cttY of Asr'.tw will Ylo to ce K< writ, lritl ;" m Os ssyl.'ad M or... tlni[. ssr:.r.. T>rwtrr aN•ar for: rAa.rat>titltlm W lab cWuflcatlm by 11 Ob sobs. 1.W. YaN m .,Naw arnwt i e par 1., 1. ter , lf>wtla. .M .4 -If~ will r Asksto ro.rss wYr- tormra. Mr.. to bo hllal by 31 Gcaw.a IMO, :rt.liuttsn by Jl wcNOAr INs. R^Y IIAt{ pAfN WI[85::W1S - f.. 'ah rlawlfl[set. I. orostrAd wi A prNr rs>4 a of slot /on#la. Ain. Itrn-Ain. Turn tlw son. oN s>mr1.Y r1. atl AV. Ys,AE �.-,Ylt. Amos to 1. wp:o/Y to [r ,E,t ,Hri, In tht. clYYtiutian f'. rl rail N Mt br Il Ootrbar U(Hcul• a A0.4ilauat0[s 1 • 1 0 loss. Tb Yn. i.r.i ..to 1. how IraaaalfLals 1 1 0 0 TNso pv.ltlon. how. el.tOrtc.111 ASY tall, y rare. tatYr- urilrNtirn tdantat.. . DrH f + tw n Y[wr tYalr. two YYr:[T •K.Lw, Yt trYty- 4MAlr1Na 0 • 0 0 hs rMn-ri.mltY rlso. rorwwer .wrws. faw arlrYwa w. Year. Atisy.n rill M tre[sUw Mn.w l a 1 0 rY to r rut D>wrlutl YG .1 A. Y ...... dob.t.Lw. :n this ciwlTi4KIM y fl wcrbor 1995,, srar4aotew•LASAa 0 4 1 > wllwKlNIW 1 0 t • tF[LL®CKYT - Qls sovilarod c0 cer[Kt yrWrv[\IIYtu+n lD 4Y rbaY[>ca:w Dy :: PK[ior rW. AN'M ara.I Ylllod ar.tt 1 z 0 0 tu+wwr is r wop!WAS. YntwAYYlrYs 1 • 0 0 YLv1C4MlW e1NCt An A...A sowsI trrro..r .f twit kkployo.a is rtN ir. ul[ LC� MAMC6 L(MfS .)Yuriutiw.iwrA,y.f.. :ri., its s ....I is AEAYd to .". •0OArw"Lisat>w. [.lawn .>13 w Ktl.1, IAr N1tM for threes -rt., 1.1 p -. t1aY tU —olkii Y11[lAoiiA• fb. City of Arwn rill aW .wry pessIkl. offwt to oerroet yiWArutl l:z.t lrM in b, 31 oN l IN . all IrvsorY W )ro clseslfiwol wl by 31 O.cAabs. Ins. 7tsrall 14rltl3 1.N4 by jo1 .ladsitlwtir tnclydom TMN 4u1. rcpr.ara eNzuatwm t A," p.+v'YN.N fo, rm.n AM tlarlitiN. fw rf tluLL. .M Mwrl.tu.... aM plrGraoY1• -Ao tl.] for the erlrsrat et ssw is pt^yls Y{t 19.1s with A . it, r.irdrnt.tlm of 't, rrcwnlrl n4 chic fwr-!w11t1 Yaa of 6M. IILA- aattyip. Nte. II.f1-1I., ployco, rttNp,AM froMtsh as too rN altment YN for rNw Y.Ifiwti•Mr. K.M Cwnt, i. CM r)nr r mt�Mt aIN fw All otlsr lob a1..s-I:.ut>r. Tris Ctfl[WA [ .tiLLotrataro 1 • I J pool fwr ftlal. rpoAw.stlm •nrtNN rI..Yf1C.t.nn. Is •S.Is. a'Y[1tlN will Y MafNs-1. t 7 0 ArrJ3.All t9 sfAm an salt ut..11 utl. p..Ya.w feral A,.,.art All goals1 M tlrtols Will w 'psaY lahl.lfo rIM TNhuclr 0 11 0 4 wr tm ash work'" All n.<rd. u. arollYls for I.L. en tA. YNwDuf o!!Ne Psatottiw w+wics 1 30 1 0 4unM vwHr srAitl hwN. IYrptaNlYs1 0 0 1 1 ,ffimKlYlcal A 0 A 11 Yi11M Ctaft A 0 e Nr,lw/Malsttl.ar:. 3 00 _0 0 TVTAL 10 is s I• In CM event Chat mut,yl agreement c&nmt W ssM wed, Slgd eUtamenta d*ealllnq the 9rlwwnoe es sed &pactfle lnrsstlyativs act ion snail ea obtalryd by the Equal bpioymennt Gpportunity officer loos the eployea :M Ala supervisor. TM both internally And th,.. Ytarmel toll dray apon ell nenu-c*e at hie/het oLP:nl, action and a,ttlatortt M City, to arrlva at is,Oreeded cp rnctive roawrd ooncicions. rho Equl T43oymset Opportunity Molter rNll taea &tAtammnts elorq With his/her Om in Officer report Aid rec.ritmda_ then$ to the Melon'" .talcs for nroluclon rltAln t ten worklny days of thethesigned qrl rianw *utrwnnt c. :'serlpt of D. If disposition sst'&f&cwry to all parties Is not rNohad Within rive Wo,klrfg day$ of the mayor'& ncelpt of the grlsgnG, the IYynr Mail refer the grlw&nos to the Mntnn Haman aiohts and Affairs ci eja$!m for Lnwmtlg&tlon and eaenlutic r. The procedure -sod M the •]„�lYlon Mall he *s outlined In ovdlllAnoe 2775. Pit wdings o[ eM COnly to t vi r doeumeneM, Aid their dmclalon *hall Am final and biM., subject only to rwlwe by the 5,&te Human Right, Coral a&lon or tnrrsugh to lydici rl rYAcr. All r,W,t,, decisions - d of Mr document..tion "",..red by the grieven, . ced¢r* shall be Yintallyd by th, yqual amploytent opportunity officer 7erAWAmt tat Pro Of u • recw of VI. ulllDrLIMS /t'R hI1bRITY "auiu nyuyllEhT TM normel recrultmmt ate& for city raploysse is d tarminAd to be as rollover 1. fir offlcl&U, ealn Ltretors AM professionals - ring, 'tarts, 51whosish aM witsep counties. �• ►or technicians, protective service workers, p,r&-profssalonala, ol[lea rin clarity. corkers, &killed \raft workers, srvlw mekntMWrC* workers ring County. To datermine Possible is LLiatlon of the folioed inq $tat Utla worn end minorities in the i:lty'& Work f,rca, will be used: A' shove,. i Of the wnas [ e u r Lm o th reultnt Brew del Lnleted for each anploya a ynt cl,a$Scat Lon &a I. Total work force: I. Percentage of s,,or1t, AM "Add- Work force as \ I•ared to the total Work force) n* 1. The *aunt of uss$pt oyment work rorct. eeonq the minority aM ea fyle voeeployed The" statistics w111 be corrlad fry the am"I iia power Information beta publlohed by '1fR Washington Store bapartment of raploym,nt 5*cwrity. •• An analysis of the City', hoot force by eaplol:Sry \lsY1fluUon to datarmio. ment of A,:Mrltie* &.M women at all Ievsl& Lncl Mlny: th, Pl&ca 1 The total "esbor of weployea& by employment cl,sslficat(cn In each dspart_ meet, end the par-r.4ga representation ,• femelsf AM sthnte minorities In each cl Ymlfication. 7 men\total number'Mthe f mp en employees by employment cllyelflcat,em for all dopert_ laercentaga tspr*sm r t&tlen of earls, andethnic minorities in each classification. 1. The availability of Proemt AGla minority AM femela gapl fY Within MCA dewrtmeat. a. The number end lob riess.ficatlon of re rrttre within the nest oi sgloy*ee, by d tr will w years reel Ming tantari v* q[lreeme ret data,. T1•ia* e'&tl@tic* will be cnapiled from CO""rlaed dat& of perewyent enjoys", wallahle free the, city's [ate Proteamiag bpsrt,A,t, aM Afreettvr i0 Juna each year. R&W m the e4ttatLcAl analysis Outlined above, Beals wM timetables will ea Amtab- 1tShed &.d itplamentsd. The vtatutic&1 Analysis AM goals stall be *vaivat*d AM rdlu*ted ammlly in July am the malt alyll appear As attachments hereto The 9^*1s shall be dlrActed toWArd overall feeds and minority maploymmit And toward uM*vut1113Atim or eomentrattm within the apeelfic employment claamlflcatione. Tin "'a Shall oe essabli$Md by the City's Personnel Dirac• . ask! "a Equal Gployment opportunity officer. &rid *hall be reamc,bly &ttalnmbls. fe vA" w 1. Annual review And analysis of each waploy*s'. rplvrMsnt devel• lob pgIver position ..pmsnt AM resdln.v. to anew • hl9igr po*ltlon. C. identify vtthl r *pmcl ffc Poscivilion* for • eMp byre qualify Aad ass urea that n th, coax re lots of civil Servlca uses she on Son eon, act tern, tresmfers and Froexrt lum ben "do Without cilecrlwimAtlon send or, the basis of queliflgtlons. 0. Provide ski'le training, osploymont orientation and guldens, to rµoy". h—d under any public m ployont or tabor educational progrr to assist then In suklnC the transition into perosct @AploysOnr positions In afther rho publla or Private feetor, t. Conduct purloeic rrainlnq sessions designed to tnc[rr the skills ass, as rployment po..ntlal of OWIOyese .n all dolartaents. Assist rplo;rs through ccunsslinq, .a rquestad, In d,v*loplog 1M'vld.1 prglrs for Carlos development, N. UAI60M AND CCGhOIMATIOM e A. Then ealat "my orq,niz tlor viglly come with Aqu rtunit end fair trostaent a' Miswrlti*,, Inseam, AM the el opp Y hendl cappad, Yd thcs physic l'.y, sensory and Mntelly that Are over 60, rhos raswrce, eon be of velut'aL sea latent. 'A to achlwinq the goals of "in ntogrr The City of Renton shall Min•e:n conotaot 1( contact aM coordlnato varloua gp,,to of the Afflnstivn Action Progu, r the,. organ)stiona. In Add)rlrm ono r"j /danl.lfl.4 with respect to r*crulaM, hirlrq, and rhploy*a drvaoprnt, working relationships @hall be MlrtaiMd with the various v civil, labor, and minority orgenis@ti ha in the grMtar Pynton ono, A. The City also rotor tls@ its reepotulbll)tlrs to� 1 with end assure that .r� equ4A "Pie vtductY nM ncMiacrislwticn pollcl*s of $"to or red,ral s"ncies with III s business are carried oat. Sp@r:iflcdly, the City of Ransom shall: 1. ae responsible for reporting to twv tpproprl&ts p*rclas any oneDlsints r.c.lvad fro, Any employs of, or In Arplicant for saployme It with any City of Renton contractor or subcontractor, sublrt to taseutive Ordor 11716 7. Cooperate in special casplianec reviews or In Snvestlgatlora as renuasted. 1. Carry Out vanctiona against contractor(,) ens/ass sulcrontraeto[I*i as required. e- Arurs itgelf and the aganry &a part of the glut application yrocoss, that the 9"aral or print co"t[actors will rot nee oulrltted Dre- package@ bids that deny OPOr: bidding to siw rsty Or any other aub- contractors. S. Purnlsh lnfOrwatla as r equlead, maintaining An affSnestiN sotlon fll. detailing drutiN L M4 b r of forts 117e 6. with dsb.x' tc vet its coal talents uMer All date end douur,*ntatlnh gons[&ted so a result of rht, Afflrotly* Action Progress shell be end. assllebl. to Any radarsl or State agency for their Fast" upon regrst, V. GPIrvAICL VA Irwxu lT* success of its kffiraatlss Action Prgrr depends largaly on the attitude of the c.anunity am wall ss the ONNOY". Opinion as to what omstlt,,te. fair And aqual oppOrtunity and tt"bM e't ry vary wtdoly send griwsne*s My n.ult. The foll"lty steps Mall as taken lredlat"Y for env 9risvar-4 arlsiM fra the impleMst ties of this progress so as to M1ntAln the best po@*"lO saployw-rpervlrr end city_C Martity rel",orsh pg. A. The rployr shall bring any 9rl"anco to the &ttontlon of the lradlato suprelaot or departn.nt head, who will lnvwtigste r necessary to dottralM the cause of the compla!nt AM work With the .rytoy,o to *ffeat an equitable solutlr. A sinLIM o/ five and A Mass of ten working day. 0011 be allowed for conailistjO . r"ry effort shall be Mr to resoiv* the difficulty At this level. Any eMplgs at this ptdnt hea the option re pores the -""Act through Mthad, outlimAd Ln b.rgelnlM colt contract. or Process with Stop a a. If the difficulty Is not osolvad at Stop A, the srvia&* of the equal taployesnt Oppertunlcy Offices My be reque.tad by elther party. The tgu,l /arloyetnt "$pnttaaity Offlcor shall interview both party,, conduct eddltlosl 1mvsAtly.tlOx &a n,N,rry, and fecoason, in writing to both part/*& appropriate corrective action And settlement conditions "thin tan worklM days of the rrolpt of the gtiwanv.. trtsn./ono for reasonable cause My be gtint*d at request of both portio..t 1 1 f, pmvede lnforeetion and g,Id4res to all staff aM "na went ^ rats hiring decicione So that that era Aware all applicants atoll M tparsonool who Oneldsr*d are set forth in the Affirwtiva Action policy. priest, rWAlderatlon shall hegaea to mllpllt"s, w, on AM o "d ther grgwp@ If defl herein at any it" the City's wort, force IS r caw not reflect their grt11IWI,1h In the work force of the City'. AOttAI ro...it- Asset area. f C. pmvede grlMlc [rd Ring *or sar.pere and supervisors In equal opportunity objectives and the concept of sffireativs action. Such toioing shall encompass .gush Opportunity legislation, esployrent practical, potential descrtairatory acts, And 0 cultural Awareness. Additional sca"fla training will be provided to any -try wployae 1 charged Nth the rempomib.Itey of Assuring co@yllan" with the provisions of the City•. A!tirma Its Action progrm outli.eed heroin thet pertains to contrsctors, sub- r. tractor. am c^pplltre. Provide every nw oaploy" with a general orientation to the city'. wploy- T, eant ogratlon, its grwonal Wlicies and practical, mployeent benefits, departpant locations and resources for Informtlon. Each nw mploy" shall receive a coal;• cf the fair practices policy AM an explanation of the grlsva=was p-ocadure relating therrto. In addition to tl nemrA7 orientation, each me seploy" @hall receive on Orientation by his/her @ugrvlsor specific to the d*pertmet by Mich h*/She is —played. S. PAY .Alan*@ In accordance with job res, .Oslbllity, Administer fringe em.fit. *pally to all employees in sccorAance with labor contracts s,M ordinances, And &&clean overtly work " " equitable and n-dlscrlmimtory bear.. F. Ycrutt In such . Inner at to rats rployeent opportimi%j*a brown is the greatest ruelar of warn and millOrlti*s Possible within the City'. norml recrult"nt Ara. bush recruirynt efforts will Include the disn.rltufla, of Senn-prgrotictal position ar nipa to. 1. rho Renton and Seattle offices of the msti"ton Star@ employment Aecur:ty Dep.rtoont; [. Or^r..l AationA -deich oalot I. the euplotmant of affected classes as is dowsd .ppropriete by the POC"A"l Director, based upon job tequlre"nts s.J the type and scobs of plscambt "rrlpA offered by ewh organflAtio". A I/stlnq of the,* organlal.Ons is available in the r,lty'@ porsonnel o/tip for redw. 1. Current city staff. Such distribution Shall M "ado ty posting 1, the personnel office, the City Clork'S Office, the Street Dogrtr*nt office, the later Step office, .rM the park lainten ance Office. All city r.plof"s will be Snfor"d aM griwicelly reslMsd of than locat on.. ouch addltt•,ml raurulteent "source a& my be dewed appropriate try the personnel Director my A apployed in addlt�on :o twos* envwrafeA Above. All wplOyynt notifications roll include the stetam@n1 "it,@ city of lepton is an aqual opportunity aaployar, women and minorities are on+,ureged to Apply" and Shall ua distributed at least ton days prior to tPo Application closing ds". Supplwentary hiring prcgram aw% Is gri'tlaa tetra@, intern, and public eaploymot program *hall mlY be @rotWt to tht W"I Opportunity prWrm. ill. OpI.OVlQlll DIVCILwta1R The hiring of minorities and wo"n nn a fait uM equrimml@ were is only the Lrot step in affordinq equal eap:oyeenc opportunity. Skill doweloparet, prmtlons, and equal non-di ecr latnAtory on-the-job troatmat are of equal /aporMnu to both the individual and ,@ the City, The City ..It undartaks the follwing to achieve "ploy" Job satisfaction and fair tr"tasnt and to Aare suoeessfuily utilise waon srd minority perK01. in the work for,@. A. Ms+re that there will M no dl @orlrl ns tier for reason of race, mlon "reed, sax; physical, menall. Or Sensory hAMieaq, age or earlbl status In regard to uprradt". proactlor,, dalotlen, transfer, layoff or CSrwl"tion. alploy" grievances still" frm env oopinysant Action alleged to have a dlscrlael"tnry Affect "all receive laredisto action v er Sactlon v hotels. D. Develop a all It and interest inventory of wploysee Mich car la vow m id*nofy supervisory med "n"orial position potential. nil potwtlal eholl be Identified through, 1. written s'atement. truss mploym@e lMicstln, their akilla, education and Interest In Advsnesynt to rv,.ltrons at h!ghsv re.ponolbllltf. 1 '2' 1 N ArrTOWATIVP ACTIJe Pkt,ch,w CITY 0Y A..P' t it Service Is to 'rosette bcead onThe ta lltyo ty MfC� Aaw Renton aqusl aeDlgYYnt A.W stCord pwl treatment and pblf feel, esneyrov dew t4l aNndlcales.go, WYrltsed, -010rtY"'Jonalli porigin, .. 9 tlon to GI -1 a .,*it at MrrM, at wcco�nl nit Ieadalship to stus. 7n rerggp,ltion o[ Its saDtoYeent, the a[ ou�ayed or disco owrco.a post circuY uragM rapreseatetly tsncaa M1Oh never to ew•ue Chet Y of t ntot N. LnxtutM a s eannrity and fsYler + TM q4 wtM spirit aro lnbn[ I. is °[ aff LrY•iw ect! l danr,l fiM es ROrlty ere Mreln °f [h - Ml1cY le reallyM. on dealvned alecte, AeerLcaneMylena` .M but rot he I it M to, those of the Ttryel Spen1M- t.11 I'll I y �nufwn yria lot�W+:�ts �t:so at lusMerrM cpseraf nx,lwnQ 65Dt Na an'. eensspirit nly or purpoPractice' the' vI of esd taflrestlre A,'tly, Proq[se evM theugh ty Michels Ilia[ wall 1 ..e to, 1 work [e[ce t At Carl that asime'. • elrorl ty c ) -At s+ploYYnt Y1n41n py3 t.b11 .nO (ftill t the YlO! recN1 °-DOr lt1M o/ the city Of Yn4y, position lawla, ll Al utL11..[lun of elnoa tw om,(a)I it eMlsee eM within clt p,Oeoto an ataospart of ran *"la espl°ysea at Y 9overneenf; .) ya ovlY -d/scrir.:.etion Aa f dl l syulsesente etid eeguler lan., 5) see�llAaa rtth $ta eir tyetnsat efforts on the pert of con oiragc and Ce sad Federal tracG vupr, Realtor equal "PI eWAl °pD°rtunity the City of Ynton. vrcre and .0 D oYYnC opportunity •• TAI' policy shell rake:. doing bA.1Mse ri to and .uppitav througa dietr~de Lnar0 t4 rwloyoos, vntx.cton. coAtacts, confnencee and butlon o• AAndbooL., subcon4actore, orientation ....lane, bullet ln., Atcare. 'ad Persons cooparaclon .hell be to gl:nd of ell 61 signed •ctnoa went the City uppliersoto~qpe tntm 6 ' - are Appropriate, f III contras superrredsoorry tDnrsoAMlgln hop ya+nt level of eight Policy shell app1Y vA_ch -elude [ha�•1 subcootr.ccor., am to ('Ity of Renton attain a lava!eexc re pd", ant ereployes. or "'.4 Coat a A+aual eroding 510,000. N vita the l' PAOG)tAM At9D0e97SlLITY r. Tot t4 that i Pyual et l0YMat ODVortunitY polls he Art for C`DDolntpM:ilrode elgnetM eby ted tM oY I AA The•O/� ayeAnt pOOpportualty Of the y s oSTort unit cat .furl:eenAgsea•rt Dereonnel In .It tiara trelerlend to 11 advise be the focal point rise the A[flraatIV* and easier staff ass, of CAI Actiun Plan, end be roe splasacntatlon of am co.pl lan°. • VrprY, utl ltaln9 the eser eranca of paaelble for the eucgselul eAecutlon and organlxa[lone eM Ylnta In Clo.. iLi appropriate State And a progeau of 4ta prugrse. am r1[r. Ma Re essunity scale. rsapoY lb111 ty to: Tier tqusl dpl cyNnt 0pportunity+Ofca[trlll have the the Cool A. tMlbenefit,hrdesig designed ts, that Ud y'. plan. and recalprogr..� Mich era de.ldina to AM"A,." daverinpynt c[ the city'. sof puel e.pl oYesnt andopportunit L.. proepaotiva eraployse. Periodically audit the practices of the City AM roc to the Afflrytiw a Action rocy to th. ...... Off ace Andtl t4and Ciyrnv.s.S[e C. Insure cast .)1 ..bary wall. Polled the/r aetluu are in cespal of ...Otae.At vtthln the City at. fully scare 0 per4lnlnq to equal eeployt opportwith the y e.n ntw n t Of the AfflrYtlre Actam t Provider , utng YnnageY casestAlcatlon of gt, �espl ybos we f t ehe!Cam. for aaployeernt, and to outeida orgMlse the Atfiraatlw llotlon POIIC ci!ne parto[wl or r 1 J 71. LN•UtsMWr ORPCPICr9 The overall eeplaYeent practices Dr"14# the uerurt opport""As AM echt.vl ra neY to y ra 1 To Achieve these cb7aetlwa,an aVDroprlAse Per the City of P.etan .Mtatlon tvWrlt�.O 4tfer,:e. eM11 uroart". the tonnes" a Ions, 1 M Aside bConduct And lreler/dY of al sroordWuc.pt lMs to they ectutately ra(1 will necessaryrelated .k 11: eau++ '-Mc the tasks to be parfotvad,to de1Ce ragv"AA"t. vhl"b Are not fr.arsaYbly ~LtM to NJ I 1. Nn ul revise and coal •! � Y • re each aut -00UM b.G Per r posit, eaPlnymant Aevatolmanc and [e&dlnew to egyma • hfgMr poAltlon. C. Idvntlf specific PoNtlons for stitch awPloyess qu,Iify and esaw, lhe, within the Lrto of Civil � "c"ce Rules end wn.on con s en and on the tract tom , trenafer, and prometlons my%era smd 044a Without disc rialnatl Gef• of �quA4(lwtfons. O. Provide skills training, eaPlcyasnt orientation and quidar.ce to eyloye&a m hlLed undet Any public auplaysent or tar.dam educational Prngrm to assist th. In king pe ..itlon into re,ntnt esp;nysant peeltlwn, in eith, - the public 0, p ' rlvate htrr. [. (,rduct periodic tralninq Sessions designed ro increase the Ak,:A, and IR ' c leeyl in9,��e`t1a1 0[ , in dps Ln All deparceentn. Assist asployeeS through equated, in dwQ oping lMlvlJual Program for career development. N. LIAI8 AND CWaDINATIM A. There fur treatment o se!taalrocle a"y organist lots vitally concerned with equal opportunity and tfes, w h, And the physically, sens.rry and mantally handicap2rdr and those that are over 40. whose rsr.wrcae can be of valuable ams!Sterce to achleving Lt. "Ala of this progrr. The City or Penton shall AsInt,in constant contact end coordinate various Aspects of the Afflrm.civa Action progres with thew o[ganiunions. Sn sddltlou to chow identified with rquo t to recruiting, AI[lyal, sets eyleyme. derel i.eaant, Ner.`.inq relatlonshlpv Snell inYinteinad with the various civil, labor, And "Ourlty organisation. in the greater Renton area. P. The City also reCryntssS its I-OPnnaibilities to coyly with mAd bSw[a that which Lt coruct• which opportunity And "Aw'" le'rlalnatn Poltclau of State or Federal agencies with business are carried out. Spec"lca"Y, the City of Renton shall; . 1. he for reporti re&o true• ng to the Appropriate oyenoLe any coyLln ts received true any ayloyss of, or an appLunt for eyloyarmt with any City of aar on c0nt104[ or Subcontractor, subject to aascutivs Order 1 I2A6. •., y ww ]. Cooperate in special cgliance ris or in investigations as j requested. J. Carr) oat sanctions against contractor(s) and/or sul,ro_ treccor(a) .a required. a_ Assure itself and the agency as part of the grant application proee&s, that the general or prise contractor. will not have sWaltted prs_ psiksge. bids that deny nown blddinq to minority or any other sub- as contractors. S. furnish Information as required, maintaining An affirmative action file detAlling Its efforts, with date&, to "At its co itints under enetotive Ocder 11246. All data and docummntatl,in generated me a result of this Affirmative Action Program ehall be made available to any Federal or State agency fop their revlee cpon request. ep v. rd::VA11CP PPO VWA1a The we q of Ina Affirmative Action Program depend, Iargaly on the a itede of led camanity es sell Ne the mrploy". Opinion ss to what constitutes fair and equal oppert"ley end trewtaamt mAY vary widely and griwewes may result. The fo11wlnq steps shall be taken fesed a"'y for any grlwmnce arising from the iylawnt,tton of this program ac as to asin"In the Mat possible ampleyes-aupeewiWr and clty- coAswnlcy relec'onehlps. A• The �VIOV" Shall bring any grievance to the attenti,r of the Sd i� tate aeParvi.or or deportaant heed, ato rah Investigate AS necessary to da"MIM the cause Of the coaq+iafnt and work with the OWIcyw to Affect an squitmbls wlutloa, y A edn"A'i of five and A awls" of tin working day. shell be allowed for ronollfw Ron.rwry effort shall be mTds to es,Ivs the difficulty at ,,. I*.*,. Any wplryw at this Point MS thw option to µire" the grievance through. wttods out.'ined in bargaining unit contracts or proceed rlth step a. A'h a. If the difficulty is not Owjvad At Step a, the ""Lose of the kias, Rmp)oyment OPPort"ity Officer key be req"eted by sithar party. The cTaj bbployament OpPomilil.ty Office: shall _nts[vlw both Parties, conduct additional Investigation as necesesry, and recomm" in writing to both parties appropriate eoireetlwe action AM e.ttlrent conditions within ten we rking days of the receipt of the grtevwca. Lrt.ralona for reasonable cmvae may be grant" at request of both parties. wl -3- 'da 1 APPIMNTM ACTION PRJGmaa CITY OP ■a"E m • The imsllcy Of the city of Penton le to promote aM afford *goal te",laMt and evevlce to all Citls*" aria amours equAl employment opportunity to all persona based a: Ability ua fitneam regardless of race, read, color, natloodi origin, war o physical, "Amory or word' heMl"Il sgsl Or mArltml status. In recognition of its bII9eithe t;wood, = to provide cosaunity leadership to ovencoma past circumotanred which new W r", not encauaged or discouraged representative alacrity Anti tape,*Ss OpPloyaS C nt, the ItY of pentcn ham Initisted a ptograa of mrflrotl" "tin dtslg"d to *tact* that Ns spirit and lnternt of this Policy is roslltW. The race altuyrltY Av broth used dull include, but not be ltalt*d to, thoSe Jdaitiflod as blacks, Spanish-AR*71,MS. Asians, and Asurlcan Indians. Th. spirit IJf Of the equal opportunity Policy includes much persons as too physlcoliy, *en"ry, or mantal It, brdlcApPW' and those between "a Amos of al and 6S, Soon thir'" the sepheals Ie upon alnoeinie, so] false lam. Th* Purpossa of the Affirpetivo Action Progr" sea to: 1) u,tAbllsh employment d ' Practices that ' mil le I, and malntSln A alno[ity ccewpnaiti= of the City of Motion ark force that reflects that cf web major recruitment aram(s)i 2) achieve Me "in"in *quitula and Lill utllisstlOn of mincrity and 0serle Apl.rywe awe all �• potlllea levu*; )l peo"ra en mraoophA" of non-di*<r�i"tlon W lair trwtaent r1Nln city pow nr*n4 el provide compllAnce milt, Stars AM ?*data, al O E r sequirtAirts And regulations; 5) encourage SM monitor equal runny ty sffortm On the part of contractors, s qua' employment business s Subcontractors and euppl sere doing Dar insas with ,E the City of Motion This P011cy Mali be =Ada ■nnmal to ill SRloySec, contractors, sabcam&'ca•n,W Suppliers through distribution of herocuob, bulletins 1Stts.m. AM persorml coatscte, cOnfsrsncse and o,lentstion ""ions, of goad acknowledgements a, pledging o*oiarat.on shall b required of all dsparernt bads and swe"Isory, poreoraal In the Ctty of Root= Moo Mere appropriate, of all contractors, subcontractor„ AM qukplleto to w11oa this prj icy sha,l spDly Mich Include those with So Ivera.A Annual saployynt level of 01411t or more permanent employees or Mo*e c=tracts with the Cit•. of Renton attain A 1*A01 etcoodlnq $10,000. 1. '%GA RESRa6IdILl'" To &'Sure that the aquAi W*IOY"nc opportunity pe.jl y and th. providers of the Affirmative Action Program are carried out, on Equal W10l Sent roportnihty Officer ,hail be Appointed Or designated by the mayor. ra officer STa" be ':la focal point for the City.' *q"l opportunitY efforts AM will edvi*e 19A ai.slst ALff amid N marieqsevnt p'W"Al In ell petters rsl*tlnq to ImpI~r,ta iv of ar4 ctmpllanco with the Alflrsstlw action Plan, end b responsible for ts.a *occessful S"cuti= Of this program, util Uli,q tau m ,IxrMc* of appropriate Eta" one, caamunity agencies and! Organization, real maintain cl"m alai*On With 1b mayor And C'.ry Ccin.Il on the progresm of the progra. The Equal Oyloypent rXpoltunity ulflcAr will he" the ramp=slr,tlitr to, A. Initiate, coordhnmta, end evaluate dMelnpaent of the .tty-s plans AM A� Progrses Mich us designed to Scours that *I1 current aM prnoparrlw SAPIOySso 1e0*1R the be"flta of oq"l iploy mot opportunities. s. Psricd'CSIIV Audit the Practims of tau City and -,rsatmeed LSVV vem"to in the Afflrmative Actt" Policy tO the ftyor'm Olfic* and the City Councll. C. Insure that all mast-,• of su:neq*"at within the City are fully ."so of AM their **time are in caSpll"cS with the lntant • the Arfirvetive Action M Policy pertaining to gual imploy"nt opportunity. D. ►revive r=clnulng c,amUnllmtLnr, of the Affirmativ* Adtl= Policy wen maneq*a*nt, a,ploYwa, *Pplimnes for "ploySent, old to "told* irl,"f"tl=a performing Service* for the Clty. IT. WIAY1611f PM Icr* 7 TTe ov*esll aep4oypent practiced provide the toy co &'earinq equal mploYmAnt _ cppnrtmlltiee and sch-'*vinq a', appropriate roire"ntatim in the City*s work form. To ochi*,,S chase Objective,, ' e City Of pentnn stall undertake the following actions, A. Cone"' periodic revive Of All job Mecripti=s to users tfat they Accurately cefl"t job content and related skill and/,, td catio"1 ,uelllicat lone. Mvlslon* will he coeds as necessary to delete rquilwn's Mich are not rossunably related to tt.m •amid ra be palfilraW. .R CITY OF RENTON t SUMMARY Op FAIR pRACTICRS POLICy AbOPTfC BY RPSOLUTYON NU. 2017 'Auk t F.XH187T "A^ policy "' the City of Rentan {e to Pnonr.'te and nfforW to aZl OLtisens aM aeswe squat srplOyrrnegt opportunii to abC t{t _ •yual all t•satnent n n esmorm or mra Lslvadioaps age, of acer pur'led;tatty'; Tatlowi o pans oared aan ne{oaL e; a yse.net pmahcss, e"q'Loyss treatment anc!pubZGCccy eha1Z apply to sw,y In A--Ping with this Pr(n,.iP,, the fall.win taot. e the gon�'n "W Pai{ay for OZt departments Of Od city of Renton.tobt ish,d t. ?'ftu7ASRT - and shall be raoG y on t gi'e. abt°Zi tyt and appoin tMpmotie" shot' be mnduated . r'nat or( a fityse without physical, senw,ry NaTd to epos: color; cued; 2. P haroHoap; cps; or mp(tal eta tranel'ar* 6ZI.b Pn'+rotiOn, 'kfteW^"nt'W, Layoff. disaharp tw. hand tows;o rass; and orzar; creed;natiionalYorigin. ee., e �iforo rts shout ZMvhmnyton Slats Coup Iaaf fO y ,cod C ~pr aDP ZParble,Zinsa eryirent,eat�th t g nn6 Civil Srru{ae LW' and R ty r�2ayNs, and in a""Plianrs uri•h eruLatians. d. NAZR/RC - All on-the-,{ob training and ci _ upPorted ebenat{ogal ehaLf�s--o�,r{n{ere.vd without discrGri, ty s indiv(dual ints»ete nation to onernart ap�ortemi etas coed aPKtudse. W she fullest dove topnent of e. .NRRyfIZ y%r'u'fLd CORIX/CT - T/u t��tyilt deal fairly coed coati tably with all t °iCi -,-- Potr e uoy Unt ro city faallLt�IM1 L be used :r. the City depar"ts ehaZZ Praot t rook itylff fall #Mint4in the and •„yloyu shall L• ns r+meas ° dier+•Lwrirn Cory pmuCsipy of this pal[,:y, ponsibls to carry Out the in tent a• COO:CX17lOR Y'TR Rt7MR RICRTE 0AGARfyATLGy3 - Ag City shall wt�ices and oPPorteoet ty t. ��00"isetone ocnaa•ydtwith fr.:r fullest a and equal M s4 t� tha Renton Nun, Nghts a 4 A Cog isat{One tnoI•.ds, but are Ca•re(fiffm the leatete N~ Ri Ilaire Ca•enieeion, the State Runge Right King County Arva Agency on A ghee *entesion, Seattle yarns• giv- i'a.'niseian, and the e. APPrfimTIyr ACTION p o{ty wr orae a ROCRAM fa faaititate equitable I htC'.yr{uerrsesnt, an AffiAOeqw Aaampl oy+rnE apporew"ty of-iMrit4;quit tj. hl ty f Renton. It shalt be the 4pagrn" ehail be initiated and saintainesd b 0 as eeind �(rrnc Reads to carry out the po iai." {ty ,od duty f alI City Olrtda Gy forth 6y this yrr>gnyn. guidelines and cart otius weaRurve ). ar,UCZVRJ' OrLI?AT bwinese u.e a Contractors, eubaonttwb m and supptiere condaotin6 and Ron ty O Renton shall affim and cub"'.(be to the pair •ere•eination poLtuise eat forth therein. pmOte:ars pO'71,15 LY MLI't _ enpiaype, i�p�ot, {aptel cf this poll'ynlwrneal, dGeribvesd to a21 city bid cans, and shall be pmerinenpy deep yed {n appmpr•(ab oity faryaLLtt,ss,tV `',R•,r^'-P a M the City Couna•it or N%e cily of Penton. RsehinQton this 1976. crnt w P6lrlgh Pre" Crrr LAIWIL, 1 ti ► CITY OF RENTON GENERAL, INDEX AND TABLE OF CONTENTS i TO 1 CONTRACT DOCUMENTS i 1 Call for Bids Vicinity Maps Instruction to Bidders General Index and Table of Contents Summary of fair Practices "Certification by Proposed Contractor, Subcontractor and Supplier Regarding F.qual Employment Opportunity *Certification of Bidders Affirmative Action Plan *Certification of Equal Employment Opportunity Report •Non-Collusion Affidavit "BidtBondOum rm wFoAffidavit Special Provisions Table of Contents Special Provisions Technir_ai Provisions Table of Contents Technical Provisions Standard Details Table of Contents Standard Details Bond to City of Renton "Proposal Form •Schedule of Prices I:urms Agreement • Construction Plans R i z i *These Documents M am tO T ust Be Executed Prior To - • INSTRUCTIONS TO BIDDERS f I. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:00 o'clock P.M., WEDNESDAY MARCH 16 1977 At this time the bids will to publicly opened and read, after which the 1 bids will to considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. w 2. The work to be done is shown on the plane. Quantities are understood to r be only approximate. Final payment will be based on field measur:iment of actual quantities and at the iviit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessar; . S. Plans may be examined and copies obtained at the Public works Director's Office. bidders shah satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item gust include the performance of all work necessary for completion of that item as described in the specifications. { S. The bid price shall be stated in terms of the units indicated and as to a ,! • total amount. In the event of errors, the unit price bid will govern, j Illegible figures will invalidate the bid. 6. The right is ressrved to reject any and/or all bids +nd to waive informalities if it is deemed advantageous to the City to do so. • 7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finence of City of Renton in an amount not less than St of the tote amount b ids a accompany each b.d oroposal. Checks will be returned to unsuccessful bidders immediat-cly following decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance 1 bond covering the full amount of the work within ten days after receipt cf notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral ') explanation except as the City may request fu. her information on particular points. 9. The bidder shall, upon request, furnish information to the City as to his financial and practical 615ility to satisfactorily perform the work. 1 10 Payment for this work will be made in Cash Warrants. 1 s ti ' qI VICINITY MAP FOR ,AIRPORT WATER Sy T 1:lrN IMPROVEMENTS g • \ ir+M1�RMt i y1. G i d p ' IIIfN 9r 16 !t w s ns•N .; < _ f PHASE I f norN 1 I{ N N i YN'u (�p� ��• _ * G , n)r« n { 'I{J,l AIRCRAFT f 11{y" at 1d VOhn ` a of {r 1 + + 1)1f1 {T '7C1 N f 17R/{t -NLUSTRlµ AREA < a- I" {" at t NW YIN IT <{ ON � Y MV NrC i4•A1 1NrN fI VAdwl'ONT (a1 61 $I) N .IN 7, I err 11 < 0 TN t 1 I{ 3 NW It 1,{rN I iRe.r«"n,..� e , l)U NARY N Nw IIrU U W � < � Tin {~' IT ! � b I •1. WAY y14 Nw, � f Illl r N W ,{Kl iN0 N 'Rhrrw, a fW 1 .IINTONam N143. ac Nook �14� t .T r i • f y� r Nl w Vw i. N NI h!rr\ ♦NTNONv { !Iw 6rN f 11 d� .Nr)v191r .fCNOOI , f ♦rN p W N ♦ n 'IVi1N } < s\ srN sr Is J� i o at • CALL Ft)R BIDS Sealed bids will be received until 2 :00 o'Llock Wednesday. ;arch 16, 1977, at the off:ce of the City Cle-k and publicly read aloud at 2:C0 u'clock p.m. , same day, in the Fourth Floor Conference Room ^�'► boated at the Renton Municipal Building, 200 Mill Avenue South , fo-the furnishing and installation of approximately 70 LF of III- galvanized iron water pipe , 1,52S LF of 8" ductile iron water pipe, and appurtenances for Phases I and 11 of the Rent')n Munlc±pal Airport Water System Improvements W-4S5. p Bid proposals delivered in person will be received only at the office of the City Clark in the Renton MunicipAI Building. Bids received after the time fixed for opening will not be considered. �i. Plans and sgecificatic, e may be obtained from the office of the p Fublic Works Director upon receipt of a deposit of $10.00 for eacL sct. The deposit will be forfeited, 11004% plans and Speci.ficatlons are returned in Quod condition thirty (30) days after date of bid opening. A charge of $2. S0 to cover postage, if mailed, will be Y required. The mailing cherg,i will not be refunded. A certified check or hid bind in the amount of five (5) percent of the total amount of the bid must accompany each bid. Washingtoa State Salrs Tax shall he a separate hid item. ?C the City reserves the rig!:t to reject any and/or all bids and to • waive any and/or all informalities in 4idding. The City of Renton hereby notifies all bidders that minority y business enterprises will be a lorded full opportunity to s, -4t bids in response to this invitation and will not be discrimivattd against on the grounds of race. color, or national origin in of consideration of an award. The policy of the City of Renton is to promote and afford equal treatment add service to all citizens and assure equal employment opportunity based on ability and fitness to all persons regardless of race; creed; color; national origin; sex; physical , sensory or a mental handicap; age or marital status. This policy shall apply to every aspect of employment practices , employee treatment and public contact. ielore3 A`ma,41tv4lr Date of 1st Publication: March 2, 1977 Date of 2nr' Publication: March 9 , 1977 Published in Daily Jolirral of Commerce : March i , 1977 44 Y Y t'. r d I f i CITY CF REYrO:; BID PROPOSAL & SPECITICATICS;; ` 4 WATER PROJECT N455 1 t f Water Main Improvements for the Renton Municipal Airport 6 Phases I 6 II The furnishing and installation of 1V galvanized iron, 4" and 8" ductile iron watermain at 'he Renton Mulucipal Airporz. it Warren C. Gonnason, P.E. nublie Wcrks Director �t i '� 1 ,1 n r NON-COLLISION AFFIDAVIT A STATE OF WASHIN6TON )) SS ti COMITY OF A'i�✓ c �.. BiP�c f being duly sworn, deposes and says, that he is the identical person ? woo submitted the foregoing proposal or bid, we that such Lid is genuine and not. Shaw. or collusive or made in the interest or on be- half of anv person not therein nand, and further, that the deponent has not directly induced or solicited any other Bidder on the fore- going work or equipment to cat in a sham bid, or any other pe-son or corporation to refrain from bidding, and that deponent has not in any owner sought by collusion to secure to himself or to any other pew on any advantage over other Bidder or Bidden. SIGN HERE: f Subscribed ar.d sworn before me this �r ,day of 19 7 Z re u c � an nor -le TfaEc of -112�,— residing at u �. l 1 CERTIFICATION OF BIDDERS AFriRMATIVE ACTION PLAN Bidder is to indicate by check-nark which of the following statements pertains to this bid package, and is to sign the certificacicn for that specific statement: LDa) It is hueby certified that the bidder is xem"t from the City's Affirmative Action Plat, requirements because: f "Average annual e1p10ymant level is less than eight permanent employees, and the total contract amount with the City during the currant year is less than $10,000." Company Date BY: OR IVI b) It is hereby certifies that an approved Affirmative Action Plau is on file with the City of Renton, and that said Plan specliies goal: and timetables which are valid for the current calendar year. t wPMy opt*_ BY: is..�.gc -1 __ i......G..-!� 'fitu - OR c) It is hereby certified that an Affirmative Action Plan is supplied with this Bid Package. Said Plan will be subj ,a to review and approval by the City as a prerequisite to tie contract awe-d, and it iarludes: 1) Present utilization of minorities and females by job classification, 2) Goals and Timetables of Minority mad Female Utilization, and 3) Specific Affirmative Action Steps directed at inc- iasing Minority and Female Utilization. nanY Nate BY: --- T ?R J) It is hereby certified that an Affirmative Action Plan 'sill be supplied to the City of " mton within five (S) working days of receipt of notification of low-bidder status. Said Plan will be subject to review and approval by the City as a liras sisite to the contract award, and pl will include: 1) Present utilization of Wrorities and Females by Job C.assiiicatio.t, 2) Goals and Timetables of Minority and Famale Utilisation, and 3) Specific Affirmative Action seeps directed at increasing Minority ! and Female Otilizatinn. *{ Company ate+ BY: 1 as � I r: rif:c Affirmative Action Steps Page Three 0. :he contractor shall continually monitor all personnel activitie3 to ensure that his EEO policy is being parried out. » ertion We shall continually monitor all personnel activities to ensure that our EEO policy is being carried out. P. The contractor shall solicit bids for subcontracts fron available minority subcontractors engaged in the trades covered by these Bid Condit1wise including circulation of minority contractor associa- tion*. We shall solicit bids for subcontrac ram avaiiab=e m nor .ty eubcor.tractar� engaged in the trades ivered by tne:.a Bid Conditionsq including circulation of minority contractor associations rti R s i Kir ^.peoific Affi-mRtive ',rtlon -ceps Page Too q r . The co-a ractor shall make specific and constant personal recruit- ment efforts directed at all minority organizations. Action We anticipate adequate minority personal will be avail- able from pertinent unions to fill our requirements. H. The contractor shall make specific, efforts to encourage present x minority employees to recruit their friends and relatives. ption We shell make specific efforts to encourage present minority employees to recruit their friends and relatives. 1. The contractor shall validate all man specifications, selection requirements, tests, etc. AUJI.W No written, cx z ate given by Renton ::onetruction Co. . Inc. as a requirement for employment. Man epee ificat ions. selection requirementst and taste are not subject to race, religionp sexo color, or national origin. i J. suummerntractor and vacatioonnl me everemp oymentytoffort to minorityprovide after-school. youths . We shall mako every effort to provida after-school, summer and vr4oation employment to mirnrity youths. K. The partie pate tor 3hall in as oc:ationop on-the-job trair+ing programs. ing opportunities and AAccttiioonn Wo g Shall develop on-the-job training o?portunities and f psrt�cipate and assist in any association or employer- m* training programs relevant to our employaes' need consistent . with our obligations under this program. L. The contractor shall continually inventory and evaluate all minor- ity personnel for promotion opportunities. We shall continually inventory and evaluate all minority S personnel for promotion opportunities and encourage minority employees to ■sek such opportunities. The H. class- ificator shall ions, do noteha e2atdiscri.minatoryp es, job class- effect 10 b�- We shall oaks aura that a,ei.iority practices, job clasaifi- cations, etc. , do not have a discriminatory effect. P The contractor shall make certain that all facilities and company activities are non-segregate A. i • Actjn5 We shall make certain that all facilities and company act v ties are non-segregated. , i TiENTO C0NS1TIUCTI0N COMPANY, INC. 14829 S.h 1281h Sl. Renton,washinpm 9f105'i 772.2085 or 255-MS SPECIFIC NNFIRMATIVE ACTION STERS A. The contractor shall notify community organizations that the con- tractor has employment opportunities available and shall maintain records of the organizations' response. Action We shall notify community organizations that we have en- ployment opportunities available and shall s.a.irltain records of the organizational response. y. The contractor shall maintain a file with regard to minority workers. A&tt= We shall maintain a file of the name and addresses of each minority worker referred to us and what action was taker, with respect to each such referred worker, and if tha worker was rot employed, the reason therefore. If such works: was not sent p to the union hiring hall for referral or if such worker was not eMloyed by us, our file will document this and the reasons therefor*. C. The contractor shall promptly notify HOD if the union referral process has impeded Renton Construction Co., Inc. efforts to meet his goal. AgJ12u We shall promptly notify the Depertmen. of Housing rvd Urban Development when the union or unions with whom we have a collective bargaining agreement has not referred to us a minor- ity worker sent by us or we have other information that the union referral process has impeded us in our efforts to meet our goal. D. The contractor shall participate in training programs in the area, espoeially those funded by the Department of Labor. Ac We ahall participate in training programs in the area, esspeciially those funded by the Department of Labor. $. The contractor shall disseminate his EEO policy within :his own organization. We shall. disseminate our EEO policy within our own organi- zation t the policy,o and cbyn specific g v�aff areview nd lwith minority oyee �emgloyees osting of - i p. The contractor shall disseminate his EEO policy externally. We shall disseminate our EEO policy oxternally by inform- in, the per' inent unions of our EEO requirements and informing and discussing the policy with all subcontractors and suppliers. 41 r 1 ti k f, IIENTON CONSTRUCTION COMPANY, INC. 14829 S.F;. 128th St. Renton.Washin;ton 98055 772-2085or 255 7098 * S NOTICE TO ALL EMPLOYEESt r Renton Construction Company, Inc, is an "Equal Opportunity Employer'. This means that our company not only does not discriminate with regard to race, religion, sex, color, or national origin] but further. is interested in helpi minorities upgrade themselves to qualify for skilled be. It is the policy of Renton Construction Company, Inc. to assure that applicants are employed, end that *aployeas are treated daring oaployment, without regard to their race, religion, sex, color, or national origin. Such action shall includes employment, upgrading, demotion, or transfer) re- cruitment or reoruitment advertisingF layoff or termination, rates of ppky or other forms of eompensationg and eolection for trainir including apprenticeship. preapprenticeship, and/or on-:a*-Job training. Wo are Interested in apprentices for skilled positions and will help in reforrin� such interestel persons for Enroll- sent in available training programs. s Bruce L. could Renton Construction CompaiWo Eno. lip 1, • RENTON CONSTRUCTION COMPANY, INC, � 14829 N E. 1 28m Sr Renton,washrnglon 98055 772.2085 or 255-7099 I i r k It is the policy of Renton Constructinn Company, Inc. to assure that applicants are employed, and that employee:; sre treated during employment, without regard to their race, religion, sex, color, or national origin. Such action shall SnClUdel employment, upgrading, demotion, or transfer) re- cruitment or recruitment advertisingi layoff or tereinationj rates of pay or other forms of eompen- sationl and selection for training, including apprenticeship, 7reapprentic9et1.p, and/or on-the- job training. ' / t i Hruce L. Gould President f• l• J • r � 4 REVTON CONSTRUCTION COMPANY, INC . t4829 S-E 1 28th St. Renton.Wash! gto 98055 772-2085 or 255.7098 � b t � Goals and Timstableca t ; We plan to utilize the following percentage of sanhours for minority employseee Until 6-)0-V SI. % k� k� 4 I i� i 4 4 +, 1 r {��N�1'ON CANSY{tUC�'IAN COMPANy, INC. ' fie 143t29 S E. ;K;n 9�555 Renton.' a 172-7085 or 255-7t1`1R 1 GOALS & TIVE'PABLFS a & A FIRMATIVE ACTION PLAN FOR TAINORIT`' HIRING t r L 0. t 1 i* CERr1rICATI0h SY PROPOSEC CONTRACTOR, SUDCOWTRACTOR AND GU"LISR REGARDING zQLAL XMLOTNFM vFFUji JNITY n/ 7DA/ CQ�JSTtarCLi�^/ Cu /N L zt act Nn- -- aea O r M ORtrKtt[ i SONS + Thia e*relf ic.t ion i• required sucawnr to federal Executive order :1246. The i,plmentang rules And regulations Provide that any bidder or prospeetrvs contractor• Or or tatt of oos ohsthepcontractrdiOt1O'�itoMa oral suppliers, shall state as an initial part Of the bid or Mq d or subcontract participated in any previous centre subject to the e,luOi Opportunity clause: and, if se, rMtner it Ms filed all cosplisnce reports due under applicable instructions. The, City has heretofore Adopted Reaclution 2017 under data of 2-9-4 extending v -Fair URI practices Policy', •a ixtplsxtented by an 'Affirmative ACtie:, Program' theraln standing the policy Of the City of RentonPromote o" Off tydandufitnessal �0 Olant t persons regardless req rdless to all i If Face, creed,she and to acorror, Osployhont opportunityage, or ltkevire +pPlyn toaall contractors rwbcontractore Orel Suppliers cooductiog business ritni choC[ty oMll N ntoniwho in turn ll n•On&" "I'm atcacts�ori bseubcon to ttactid tr for standces ardpclommerelal suppliaricies. The te on raw Pvterle's or firms or orgsaisations wFth less then Might a P1oYOOa Oz contracts Ot loss roan 910,J00 ( business per anntxt with the City. Mlier , to &a the When the ofntrnton to ironic aroAffiinat/val Action plan,hereinafter the minumas acceptable rpsrcentsger Ofuminorbity the City eiidlT/ment6ampWoMet will bee thatppercenntd Cl cyiot isncur entlrxativton �AGC/or,t ProghMsmt 1' IClty of Renton Goal• of this contract M will [rot di acrlmaM tt against any person in hiring, Prcmot/[tq, ells.:•,.:glnq, cextpenutinG Tlis undersigned contractor therefore ovsaants, stipulates and agreet that during the performance CONS ns or any any other to srxr condphysition •*nsory oYxtOntrl hand cape.nt, by toOocns pot" status as implemented by religion. Y• ... the 'Affirotiv* Action Program'. on Contractor further agrees that he will take Affirmative rtractlntunde:staodi and tagreed r that l failure i to with such policy and P'o0iam in all tespsctu ll Bing Y comply with any cf the terns of raid Provl slots shall be and conatf'cUtr • xtaerc 111 breach nt this contract. Contractor atoll, upon rwquoAt and/or as sown as po OalblO tMresf ur, tarnish nceunt has the City any and the all informations nd reports e orpol policy by am and the ycon'.to rsctori will hper permit &cost*tl nise books, records and contract :y the City for the purpose of investigetlon to ascertain such compliance. Contractor `.urther ackCtWlyd *s that he has received • true and -+mP lore copy of the G tY's -Fair practice• Policy' and 'affirmative Action Program'• on sac en ca.io CONTRACTOR SUSCON7'AIICTOR___ SUP►LIES �_ CERTIFICATION sY: ' NAME: JQfAyrrY✓ 11DCRESS: �f�u CC �+ • +Lid . NEPRESLNTATlK6i lei �f y 7� p PHONE: _.2 � � TITLE;_ /'if lJl[l,•i 1, Contractor/Subctnrt•nitY/Clpipuseer hes,Qarticlpated in a prev iaYs contract or subcontract wDJeet to the Egwl Oppa lS 2. Compliance sports were required to be filled in connection With such contract or subcontract: _ Yes __No me r R Pvtrrq/it . �. Contractor/Subcont r,}etar/supplier Ms tiled all Compl lance rpocta due undr- ppl teat ion inst• ietions: Yes _No t lease explain is detail on Favors* aids of this certification. 1. It anew¢ to it" 1 is 'No', D e end uelisf. CERTIFICATION: The information above is true and compl Ots to the M l O at of my knowdg pears tYW ' .. - T 7r _ . 0s to ---�9nature . Reviewed by City ActhoritY:_—.----_---__ �---- i FOR THE MONTH Of ..................................... ' AFFI^.MATIVE ACTION ��N�< enn•n Yu aw ....................................... �. CONTRACTOR SUBCONTRACTOR r.or N•ww ...._....................... MONTHLY MANPOWER UTILIZATION REPORT , Goals and Timetables minority emploY' To LH1 submitted to the City's Pru)ect meat; as committed in Contractor's Engineer during the fourth week of each Affirmative Actior, Ilan.... ..... ......... month while contract is in progress. Prime - g contractor in responsible for obtaining and ..ontract Start`n date.................. submitting all slibcontaactor Keports. i rEJn You MONTHLY MAN NOuAs OF EMr1.OYMEN7 a Y mp, P Told 10.TOM hwe.0d or+ -' 1 Y. F. ro.^o•'tr No.ofomsm,ata. ►• rn•rMoup ft o wv TM cm,, , NE Of Co vw w o- Ttn ww•ef Ck"WN N atARw,nwfo- rnngNvne Mu report c,rrr,C Mn OWNA�'' NtwM ftR aMEtw •po-hM AwM � weYlfwn /irtlwEf rwuM - JE1rt1rrlRfr+ '� __ ._... ..._. ..__.. ..._.. NM _— ApmwlLtE �. byN.wnount of roar contact: T1M11M 7tNM MMfnf. 1Naf Wn.Mw,hr+- ♦ TWO TsrtM AFYefarfltEA HHO N � � - r E+n rt,•tb ccrrpl•unn tbtE N VWr nc.4 TAr� �- , TM �,� __-- m awrR.F+eM+ '� Arwo-tN•E _- —_- Ta+rr - r•.c•nt of roar ,rwt cunp:rtw:o d•rN TM HLhM M NwMH. of N•w Now M ,ro+ �.o�Kr rw rh,f r•por:�ny pn'aa! late M••.tta rar MfnTi nl,rL — v - Te aRtrlwrR•.• _ lww Mrrun.haf TrMaM Aa You aW�q:wf �n rarr cMlrFtf TeiiT rf. +p•hM wor�aor,f 1w en Mrpb ufro-y7 Uata ,^�! prepared bY1 (Signature and Title Contractors kepresentative) -,' Date N,aview.u. 6Y: (signsh`r! � :,tle of City offic.Lal) on in permanent Affirmative Action taken for proposed) to increase minority rej,reaentati work force: r 1 . CITY OF RENTON IYSTwxrms FOR E.L.O. CONTRACT COMPLIANCE Ri;i'ORTING (REF: Title VI Civil itlghts Act; Cxecutive Order 11:46, and City Resolution 1905) I. This City of Renton Equal LmPloyment Opportuni-:y Reporting System will apply to all contracts in excess of $10,000 awarded by the C")ty, except for those contracts which involve _separate Sta_c highway Department or Federal E.C.O. Report requirements. (Se,- attached Sample Report Form - City of Renton) I ,� 2. EEO Reports ere to be submitted at the ena of each month during wnich a contract is in progress. Separate Report Forms will be used �,y the Prime Contractor and by each Subcontractor. The Prime Contractor is responsible for obtaining, verifying and submitting the reports relatiilg to Subcontractor VLO performance. All reports are to be delivered to the appropriate City Project Engineer, and will be considered a prerequisite to the processeng of Mcmthly Progo•ess Payme,its. ) i 3. In the even: that a contractor is involved with more than one City Contract at a given time, each contract is to be reported separately. Onuer no circumstances will EEO statistics for mult'.ple projects be combined. 4. Monitoring of EEO Compliance will he related to the Goals and Tin-tables contained in the Affirmative Action Plan as provided a by the Prig Contractor in connection with the bidding process. (The Prime Contractor should obtain an Affirmative Action Program from each of the Subcontractors. ) When the C'ity's Project Engln^er 1 is not satisfied with the rEO perfurmance on a s)weific project, an attempt will first be mxde to resol�c the problem by direct liaison with the Prime Contractor. If a satisfactory conclusion is not negotiated, the matter will Ellen be referred to the City's EEO Officer for further evaluation. A ten day "show cause" will be sent to the Cont--Ector before r.,,y further referral of i• 4 problem to the City Affirmative Ac,ioa Steering Committee, and possible subsequent action by the Cxty Attorney. V r✓ Revised I/8/7S A Sf „ KIOIII,I l: COntr.cle[. ptlYontrctm. >up{'ur alaca.Iw Calla' m. .12” of tyn.rr ?a, l%f f. mil, W q rpn frllap. rgrlge..N, r orwt. of fM noel.W.y of Ll1of .m er bµ nwy ta(.c\ty'a lft,rrt,w mt.M rr.Irr o,tfN. to .Il tier .V; er PeNl" gM Jrlagf wwlmapll, prElr( W(.1., af0 .,11 wMlt .rasa City ryaralro of note. of [u.tl/. LI<n Elio,an o. con ia:R.r nlr�l.N. ntn e.y to it tool., tarn"•, gm ccolptl b, tap lavl Mop l_c ANpy. W ream" of 1 N[rMnt .•Flayp.. ur Wow Moo, Ovnu1(t. Irltn ctw .... .t t.an . I..n..,Ohl Is"gopaW'salrb g4lool .(y oC r..tf. OM !tarn Mo. , 'EIN Im oorpuNn of i. rwnrN to 11 a� f—I. [ [rith that C,1,1. .11f irrUw Mtatll Vlopf Y� ' M Na'1r4W f pyl l.h. .Ito .V[•. ry:N. elgyllbOA., .M •.rear.. =1 P'> ,w W CLty .Ail, . -opy eC (4 oln T[(irYtvw Pctlr Mrlpr N: ,1 googol • lo, In VI/~at of try et((µ tow mgprly'.I.Ira n(n M. nrr E,wal/t Ml:on r/rmG e( a t/Pr m -fpp"Y q rg""al W uhG.vit "lYJpp I. Non big `i.YMp of enu cpparN[ m non Ny OI p9(n r91n, r/NL4s, nr arse lap .f[IYYIt aM . �oI,, of tA. floss.. g((irrUw gcewn R ff_Ipw, cM. rmtrwt r r ': Nlw 1fVA Ywr t,l! NY • Nr.o aria o, Drcv,Gal r r.11N. t.ruM(N. or o, f.r14Y In [Wy w If art 1 oleo, my• .N91fle .v Oct ty A , .,. 1g pia of alto 1- <n. cona.CEaF.0 My o, 4c1mN to,.p. l for r9rtmr Oft sI,,. aago f ggly ngpenN .M prose o pat s' "' rcgr -fly 'too sl r llty list, as In ctcr1.Pw nW prm Ppf(N Elt,lal.N .n Ifcor,w ao,. m, 11?os N 1 rf.rl a alto. laic , of mn-toytRµc. .r1 r.mva! (to, W. /llr �IIL<Y list, mt1t IN wool".. of Ira t.. r/Pyl. W .oM ocm,ils, f.sawatlool.111.6 of r \agar .sty cf apt. Ntlm ara? Cawar wt.c\plcy, pA rglr•JtN Nan all , WIlly G•rn.•r.eN raYiflN IgyaYN N m.r1w/ In Ywraaw 'srwr m. 11?..of Mp...Ogr la, Iosa to Wr- 43eTret Vprnr<lalty olfltfr Wt w/tr uclw rw mmg"l.a, 7 apµa/Nl of by "Is. ..Wis.,., c1 o14.1 of tga wrr.tuy .f War, list, NoNWY of roar. r "go" r.. Yr.) HIILr glassy. of go Cla ll.ao, say r wtoralPN q f rA.rP of Dr.rIW. p.(oaaanr•, eoppllut(f r/•Jort1, uWN1N".t 11, lw god Nr p W .Cal-t -)id, Gm.M W !m,.nt rmtnrt. J,!fl fp, tannwta fal a'xiN. LM l: YlMn,a...1 N(/la..fo, IL too 111 part or W Y ar /Zy n tr.ct n "..11.o, eras. mba. ggaYted q "I*.. '.N10iN.. rglalr.a t, Opt 12wroll o,olN rmt.ct. !or rn toes :Iolw .r. v' orwr. of tr nofineay of llopg, la Wl yen[/Wr of googol" goo Vfaas Calls, 1 t. W r- atlw ,•rInlsz . 'm of y ot.r., ?a, lost. N IaaMN am ?N of W:aaw "., r, lia" of Nits.! pfMr gall! of d.. o 11, t.", tr C.0 ( W rocllttw 24, 1opar. paralpa. Wo,o,,,. Y o Norm .all rnrlo0., m t[g . recta H, :%: IN a.p.p.11, irr wan Norn.r..g nil r bNlo, v#N aNL •1W qr/rat W •upcm4.ctor.. t1,a Io:1.tv.M Drwanaru .(6�muwtr r wNsl. Tr cpa.mtm .Ill W goon . ,Ess alto f.ppct •parLg CM pr(.rweg o/ tills :mlrlct. W. cm(r n ov /Y®VNt m pvrrN o.yf all SON LEVEL ra111< 1pelac" or W rpr.- ..tV( Ntwt .. [alley. Elsa of I 1, W rrpY, agr.Inp.At all, II.ICr goo Yr.at Yfla'If vaC11 fl) lip rant'Ntor Yl.. mt G1.C[Iaiw.(/ .'(aln.l P.I.. . ImIY.IN a✓l".. lot IY,ncnag,l l.nL• Y[W:,tN, IIMNr. {rt 1u l.r rpleyr.t Mr.VN of rla. solar rel a9am, w., W oat loml oaN.9 tort W Its�.ap re[YSWKm r.[..m .I la�•llog o, plan m .LTN/..10, Italala» Tr tm_-...r .111 tN1 .frtrp[tiw .cam N .r(N,N Wr W (r all of g.�lor, I(.l Wt .., .r.t of I•Yp11r yn to m W U.pta, to nl s, r Vlo•. wwalfw aggro tall East caw/Y`.wM rr1 ax, r ay,M ragAII.A.t, tth aot ( Emil NY l.,Mrt fly plltN tW Wa ip N4! • P Iltlwt. tY molar tPg to WI. r.e coot, •llll1. NP. Il .n1o1111 YI.,P. 9VCn •Cram aril In4.Nq of [r anitN 4tIW1..al Nag Wt net a 11utN to w roll laYLN' •'.rlgnal,r, vqr Nl [ fg•nnan ,.r[ylpam[ or .w.rC/1MI I.WE m •1rpM[:wu ratan 'ffrtlM, n1 otrl fmY of CCggl maclm! .1 Mlaoam f01 trays, pay aperYtlwMl M. FL.. Too :I'll. W go,lo to p/t (e avAopl[•I— p1.[M, w.111D1f �loy.It M .1y3:;eon for .ylayrnt nn•a.» ,. w D(w 1aH pr Wr 11'a w¢ir tuttp tm pronumg et V.b II Ma,rcnbo,um cl.ua/ It, Tm cyoa'.aroo .All. is all goI.'tgt,om or aMfvtl•grnn for .yl(•Y... plea!/ q o, m —0- �' ty Vanturtor. ..... .Ml .1, o.,.L,nN .wsir.nt• g111 "" mn.\wnt\m fm ayl-.Yrnt nlmrl 'ware to [.n. ml.r, ,.l Nto,, ass, or rt,mal mLIW. I.) Tm ollnlg.m •Ili arl to la,:n lab, roam or rwn•o,4aw of slat,.'. ltn M\r(. go ass a N m l/ tlw rypP1N '11"' o M oral tgltr.tl Yr V /t- gtlrt" a rtlx, ter peo,la•a by tr g1acY cont.prt\r ofaco,. "Will" rm loin. orlon w am1/n' ram. -Ella of tr cmttato('. .a ass.. w4r sact:on 20? of bor9taw new( r. Ill" of tiytoopar A, 1%• (a. a omNp. •m •all pat om1e. of too mtln In rMo,lcaoul Dl.re. Lo1(!Wl/ to No1.No. am rplacmt. Via Nplo/rnt. H) Tr lrt•rctor Will coyly .,W all Drovlpml of rwcitsw U.yr 9. 1111f or ty(l was r ?r. 1965 IN .rmN) " of (M rVln ffIJ11[\dp. yl n awn} cM.n .f Wo tatrayry '( 1Jpor gasp tN [IC'etlry of IMplm r J.YA brat. .al tAop omtr.ctw nil t. ttlgl, .11 afelost.on W InColt. ,.Nana q a J •v 1 � IS ♦a A k RENTON MUN. AIRPORT - PHASE I II - BID W-455' y n J,r3S r f,k 1 ay fit '� ��� � '.'�y� ��i'. C •i i :�n'�Y�tjx� 1 'rT " •1,: u�.M r 21 , v SPLCIAL PROVISIONS (CONT'D. ) c statement and any supplemental statement : which may be necessary shall be filed in accordance with the practices and procedures by the Department of Labor and Industries. Prior to commencing cork , each Contractor and each and every I subcontractor shall file a sworn Statement of Inten,. (SF 9682) 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 wash rate.; as determined by the Industrial Statistician of the Departrocnt of Labor and Industries . If the wade rates are correct , the Industrial Statistician will issue an acknowledgment of approval to the Contractor and/or 4i subcontractor with a copy to the awarding agency (Owner) . If k any incorrect wage rates are included, the Contractor and/or I subcontractor will be notified of the correct rates by the Industrial Statistician and approval will be withhold until a correct statement is received. Each voucher claim submitted by a Contractor for payment on a project estimate shall state the prevailing wages have been paid in accordance with the prefiled Statement or Statesants of Inteat 1 on file with the Department of Labor and Industries as approved by q. ( the Industrial Statistician. Affidavits of Wages Paid (SF 9843) are to be filed with the state 3' Treasurer, or the Treasurer of the County or municipal corporation or other officer or person charged with tae custody and disbursement ) ; of the State or corporate funds as the case may be and two (2) copies of each affidavit are to be filed with the Director of the Department of Labor and Industries , AttenPion: Industrial kelations Division, 1601 Second Avenue, Seattle. Whenever practical, affida,lits pertinent to a particular contract should be submitted as package. M The Contractor shall also be required to read and execute the ; "Minimum Wage Affidavit Form" as incorporated in this document. Mfef SP-14 STANDARD SPECIFICATIONS 'The Special Provisiors hereinafter contained shall supersede any provisions of the Standard Specifications in conflict therewith. The Standard Specifications fcr Municipal Public Works Construction prepared by the Wa.+hington State Chapter of the American Public Works association, 19; Ee tion, shall be hereinafter referred to as the "Standard Specifications" and said specifications together with the laws of the State of Washin a and the Ordinances and Charter of thr. City of Renton, so f s applicable, are hereby included in these specifications as ,agh quoted in their entirety I and shall apply except as amended o. iperseded by these Special Provisiec.s. { it SP-4 4 � .'x A SPI.!:!4L PROVISIONS (CONT'D. ) e SP-09 FAIR PRACTICES POLICY � . The Contractor shall be required to read and abide by "The Summary of Fair Practices Policy of the City of Renton" as incorporated in 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 Aitidav t to satisfy Lite (:!L,l that the bid offered is genuine, is not sham or ' collusive , and in no respect or degree is made in the interest or on behalf of any person, firm, or corporation not named in the proposal containing such a big'. SP-12 NONDISCRIMINATION IN EMPLOYMENT Contracts for work under this proposal will obligate the Contractors and subcontractors not to discriminate in employment practices. SF- 13 WAGE SCHEDULE E1 The prevailing rate of wages to be paid to all workmen, laborers of mechanics employed in the performance of any part of this contract shall be in accordance with the provisions o .` Chapter 39. 11 LCW, 1 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. t Inasmuch as the Contractor will be held responsible for paying the Prevailing wages , it is -mperative 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 such dispute cannot b� 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 'binding on all parties involved in the dispute as provided for by RCW 39. 12.060 ' as amended. The contractor, or. or before the date of commencseient of work, shall file a statement under oath with the Owner and with the Director of Labor and industries certifying the rate of hourly wage paid and to be paid each classification of laborers , workmen, or mechanics employed upon the work by the Contractor or subcontractor which shall he not less than the prevailing rate of wage. Such i. SP-3 i t i., I n SPECIAL PROVISIONS (CONT'D. ) SP-05 MATERl.1LS The Contractor shall supply all waterpipe, fittings , gate or butterfly valves , cast iron valve boxes with their required accessories , concrete blocking, shackle rods where required, valve markers , and all other materials necessary to make a complete water main installation. Precast valve vaults will he required for large gate valves . Contractor shall also supply all meters , meter boxes , and pressure reducing valves as required on this project . 'm ~ SP-06 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall obtain and keep in force during the term of the contract public liability and property damage insurance in companies and in form to be approved by the City. Said insurance „ shall provide coverage to the Contractor, any subcontractut performing work provided ty this contract , and the City. TFe City shall be named as an additional insured on said policy insofar as the work and obligations performed under the contract are concerned. The coverage as provided shall protect against claims for personal injuries, including accidental death, as well as claims for property „ damages which may arise from any act or omissic• of the Contractor, or the subcontractor, or by anyone directly or indirectly employed by either of them. The minimum policy limits of such ins rnce shell be as follows : Bodily injury liability coverage with limits of not less than $1001000 for bodily injury, including accidental death, to any ante person, and subject to that limit for each person, in an amount not Tess than $3C0 ,000 for each accident ; and property damage coverage in an amount of not less than $50 ,000 for each accident. t �' 4 A copy of the insurance policy, together with a copy of tha i endorsement naming the City as an additional insured, shall be S provided to the City within a reasonable time after receiving notice of award of contract. PROOF OF CARP.IAGE OF INSURANCE The Contractor shall furnish the City.with satisfactory proof of carriage of the insurance required. a Sp-O7 CEk1IFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN The Contractor must execute the Bidders' Affirmative Action Plan Certification. Failure to execute this certificate will invalidate the bid. SP-08 EQUAL EMPLOYMENT OPPORtUNITY AFFIDAVIT The Contractor shall be required to execute the "Certification by Proposed Contractor, Subcontractor and Supplier Regarding Equal Employnent Opportunity" form, as incorporated in this document. he shall also abide by all rules and regulations as required by the instructions of the aforementioned form. SP 2 1 1 w ff }� 1 SPECIAL PROVISIONS .� GENER `L PROVISIONS �RI SP-01 DESCRIPTION OF WORK_ The work to be performed under this contract consists of furnishing materials , equipment , tools , labor, And other work or items incidental .. thereto and performing all work as required by the contract in i accordance with the plans and specifications and Standard Specific*- t tions , all of which are made a par'. hereof. f This improvement consists of the furnishing and installation of approximately 70 LF of 14" galva,Aized iron water pipe and 125 LF of 4" and 1 ,525 LF of g" ductile :.Ton water pipe, and appurtenances �? fur Phase Iand Phase iI of the Aenton Municipal Airport Water System �t Improvements (W-455) . } Ii SP-02 DATE OF AID OPENING ' If Sealed bids will be rece;veJ by the City of Renton, Washington, by 1 filing with the City Clerk, City Nall, Renton, Washington, until ' 2 :00 p.m. , Wednesday , Mar(.h 16 , 1977 and Will he opened and publicly read aloud in the Fourth Floor Conference Room. j} SP-03 TIME OF COMPLFTiJN t The Contractor is expected to diligently prosecute the work to completion n all parts and requirements . The project shall be completed within siAty (60) caleniar days from starting day of construction. • Provided, however, that the City Council shall have the right upon request of the lublic Works Department , City of Renton, Washington, to extend the time of comppletion of said work. No extension shall be valid unless t;ie same be in writing and accompanied by the Written consent to such extension by the surety on the bond of the ! � Contractor. 'lime lost Li replacing improper work shall not furnish any grounds to the Contractor for claiming an extension of time for the completion o the work, and shall not release the Contractor from damages or liabilities for failure to complete the work within the time required. SP-04 CONSTRUCTION DIRECTION yu Construction direction and scheduling shall be as directed by the r Engineer. Each segment of the project shall be completed before progressing to the next pottion. l Y 1 O SPELIAL PROVISIONS i TABLE OF CONTENTS page SP-01 Description of Work SP-1 ! 4' Si'-ol Date of Bid Opening SP-1 SP-03 Time of Completii.n SP-1 t SP-04 Construction Direction SP-1 SP-05 Materials SP-2 j SP-06 Public Liability and Property Damage Insurance Sp-2 It{ w SP-07 Certification of Bidders Affirmative Action Plan SP-2 SP-08 Equal Employment Opportunity Affidavit SP-1 SP-09 Fair Practices Policy eP-3 SP- 1.0 Affirmative Action Plan SP-3 SP-11 Non-Collusion Affidavit SP-33 SP-12 Nondiscrimination in Employment SP-3 SP-13 Wage Schedule SP SP-14 Standard Specifications SP-15 Field Changes Sp-5 SP-16 Failure to Meet Spec' cations SP-j { � SP-17 Protection of Public and private Utilities SP-S SP-18 Scheduling of Work SP-S SP- 19 Construction Conference SP-6 SP-20 Disputes and Litigation SP-7 t SP-21 Sutcontractci� SP-7 SP-22 Change Orders SP-8 SP- 23 Survey:, SP 8 SP- 24 Overtire Field Engineering SP-S SP-25 Hours if Work SP-8 SP-26 Public Convenience and Safety SP8 SP-27 Construction Signs SP-9 1 SP-Z8 Removing Traffic and Street Signs SP-9 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-11 SP-33 Dust and Mud Control SP-11 SP-34 Payment to the Contractor SP-11 SP-35 Liquidated Damages SP-11 SP-36 AWardii:g of Contract � r i a r r }. lr s 'q ...• ! g ur+ � � �� �d'r1 + k�m dt��s i n� Qtl �) r ! iy )...� _a r ,. � � �a ,� 5 { I!1 n }S "M"% ;�, J� klw jj22�X i'Jf+ `"Y`` rL Y„ y, .� � Id• Y &k r I ! 1j, A8 •r a� F fX � Y �4 , SPECIAL PROVISIONS 6�+ A4 ' 1.i�1L i, L �ytlw I r :alb , r I t A S S, � 4 ! , CERTIFICATE OF INSURANCE 't TM is to c0dt Soft p c*Was a I'm C whicsfe hap, men,ssw9 a tw 43wo Mnwet*tk C'"J r d"4"uo iMs Cerhf"te t>JK ee1 ne1111 tn.t.'d or NMerr:se serer the te«.rs, :uartaer to, tedttvsa A sfKh p",n Is feew, b elano eN earnu " e i w CITY OF RBNTOK ee. Renton Municipal Building 200 Mill Ave. B. �• Ranson. MA 90055 tlMae MNiN N'1 teeee: — — ! ROIIUM ODMSlp7CffON OD.. INC. at al '. 14M N.S. 120th St., Seaton, VA 95055 j to 'ef __' MtM Refa YNe of laeeaee ^� of .. I E:1YpIr:' tuMbry f �__ Eel kN1eM � <" 1 eeeee Lots" � iCC A11.875 1-2-77 to 7e WW rya.:.. wwN►a i __�300 otm t�a u_ f 000 y Cmgwoho n.,e cewm fago tin otcc_eece UX A11G75 i 1-2-77 to 78 'so" he.w•AeweM__{i 000' Sea sewerres�1Neer Ip etMe keeefM ,f 000 to a ys 8 ❑tieteeYM lWnr:ry Afeeph Ga1MM ,• �t o►onlem ese P We f 000 mumsonee r e1 f OtNneae -- < :M1 c4dm en' tandih y 000 4 ---' - Down', fAO" ad y Rice 0nwn„e 7w*lee' tub I" hW f 006 WWN,�pnwn we f _-_ .000 W eeawwe f -�0 S ,� u i•eWrts t ' 000 111 1000 ' tuN.aan lial-ty f ,000 tee ht,neeu _ 1 �__.._+.W .. ��-_ cow the"" sues f ._ ,00t tee.daw"co 4Myrry f _ f ay atlNestee.week , CM C9 Sdipll Is named u an additional lneurad on thiK +olio inaofar ae it W do week Mi all.igatiooe performed under Contract Y-455 Renton MKwicipal Airport Nlaiat System lmprovaaauta Phase I A II. t Tm Calm Msig"home rill ,nW eery of x, to mGlr the M0e1 01 144 CerbhCet< 01 Nt rNtenel ChenRr on w Cer0H#ton of Ihe,e PlAcm ►, � y GM af110M M eMpN"4 for to ure to do so. ® NAY/ SIATGS Y19fl,RTY All GUARANTY COMPANY • ❑ Fww w NG4NTY NlfiNlm MNM'NM 1m, N& 1Jrr�� s Rl_ 26, 1977 �' C, 7;41410fIGkO lVA4*1, ,}as y fLa fIi IIJD �� t k n _ r r> �e-fo-�o rsr•-ar1M->r a-csr °� taro wa,vW/t • �yMrW LMI1�T_ J . e �w•x�s SSOff Mh MOlM]tl ' l4 Mitzi is 6Lfbl `r "1 03 MOfIlmol5h03 MOIN]tl ' •. 1T03M39-801314u"62 Y �. F MEMORANDUM OF ACTION 1 TAKEN By BOARD OF DIRECTORS OF RENTON COf'STRUCTIOA CO. , INC. Without Meeting March 4, 1975 .6. _.t.., REoton, Washington We, the undersigned, beinq all the directors Of Renton Con- struction Co. , Inc. , hereby tale :he following action without sleeting: The directors of the corperation hereby resolve that the president of the corporation shall have the authority to enter into and sign all contracts and documents O tion. n tuhalf of the corpora- There being no further action to be taken, the directors i hereby affix their signatures. • grace L. could - ores ,Ou - -- • ut _ Christ ne Or t .r ' rA SNI NG:6N STA i[- A}X N0 CITY OE RENTON 100 MILL AVENUE SOUTH RC%To" , MASHI,GToN TSO55 [AS IC.E V11 ONLY WISHINT`TON SLATE LICENSE ,v � •/ ■[nE WAI APPLICATION FOR AWIAL BUSINESS LICENSE COO[ LNfMCEMfN ROYAL CA IOI�j M1M10(j LICENSE DUE JANUARY 1ST OR UPON OP(NIN6 DATE OF BUSINESS, FEE MJST ACCOMPANY APPLICATION FILE ORIGINAL rI TM CITY t1TLt S, CMAP*U 1, COCL OF G[NUAI ORDIM- I COPY FOR TOUR RECOROS 15, .ITT of ACNTTIN. PLEAS! TYPE OR PRINT ALL INFORMATION i. BUSINESS NAME IM — J• BUSINESS AOORES., J. PHONE 1 WMB� STREC [�— _� _ h. MAILING ADDRESS ZIP tna, S. KIND 01 _ 7'0 C WSINl SS IM DiTA IL __• ,t..rL C7 , r � i . S. ow- CMCCF ONE: i"DIVIDUAL OWN[0 ►ARTMERSHIP LIST 'ME NAM[, TITLE, R[SID[NC{ AOplfS AND CORPORATION OP Tile all"r►MTM[!S OR CORPORATION OFFICERS. J. OP[NIN6 DATE or BUSINESS IN RENTON 1 1.1. IICtNfL NO. NAVE VOu EvER MAD A RENToN BUSINESS LICENSES P _« 1 ' IS' BUSINESS FORMERLY OPERATED BT r ' 11, LIC. N0. _ I 10, INSERT BELOW THE TOTAL NLNNEA Of EMPLOYEES (INCL�,DING OVN1Rf), LICCMSC F[!, PENALTY FEE if ANY, AMC THE TOTAL SEE DEM IN Of fERMINING 70E LlCEwSE FEE, BUSINESSES LOCAI(O OUTS10[ THE CITVSHILL 1 NC LUC•E ONLY THOSE EMPLOYEES PERFORMING ANY P0%fION Of THEIR DUTIES WITHIN THE CITY f�►LlTCFS �ItC PCE NU. EFI►L OY 1:Li LIC[NS! rEt Yew LTr TOTAL f[E OUL A. I THROUGH O S 1G.00 _ Y- 6. 6 THROUGH 10 50.00 1 Il THKOUGN 20 60.00 ---�-- 1. 21 THROUGH PLVS SE. SO P[R EMPLOYEE OVER 71 IN NVHBCR L. 101 THROUGH 700 570.00 ` - — ' PLUS $1.75 PER [MPLovLE OVLR 161 IN NUM@0 F. 201 OR MORE SOIL Cp _ I' PLUS $1.00 /90 EMPLOVEF �• �' OVER EB1 IN NINyLR EMPLOVEES WORKING MORE THAN Old n.OVSAND SI■ PENALTY SCHEDULE FDA FAILURE TO PAT MUNDQFD (1600? HOURS PER ANNVM, !NCLUOING LEGAL HOLIDAYS AND VACATION TIN[ DURING THE TWELVE (I0) YIIMIN JO DAYS Of DATE ONE. MONTH PERIOD VPnM WMICM TMC 1.I:1N1[ FEE IS COMPUTED DELINQUENT SHALL BE CONSIDERED P"NAM(NT EMPLOYEES; T,iOSE LAIC FEE • WORKING LESS THAN ONE TMOUSAhD Six HUNDRED (1600) HOURS, IMCLVDING LEGAL MOLIf1ATf ANO VACATION E M! 10 DA"S AFTER DATE DILL ..................56 SNAIL BE CONSIDERED TEMPORARY EMPLOYEES. Ih 1 LO DAYS AP 7lR DATE W1 .................FOB DETERMINING TML LICENSE I[[ 70 BL PA SO THE TOTAL Ito DAYS AFTER DATE EVE .. ..'••IS$ NVMB[R Of EMPLOYEES SMALL BC COMPUTED ;T ADDING TO- ISO DAYS AFTER DATE WE ........ ........ •JOB 6ETM/R THE NUMBCA Of ►14HANENt EMPLOYEES AND ?NE "••••••• .JSB MIPWIER Of TEM1011AnY EMPLOYEES. tNE LATH* FIGURE COMPUTED GOMO ID IS AND NG THE TOTAL ARAM ROWS (!NCIUDIhG 1 "'Lilly CERTIFY TWAT THE STATEMENTS FJBNISNCD 110A1 NOL IDArS AND VACA/IBM TIME) W0RKE0 BY ALL AT ML ON inli APPLICATION ARL TOVL AND COMPL{T1 TEMPORARY EMPLOYEES, IT ON1 THOUSAND Six MUNWRED TO THE EST OF MY RNOWLIOS[, 1 600), f76N16 ri �. r f"CRICAN FIDEl-7Y fINE INSURANCE COWANY < - aaNea, Mr Im. 1 . POWER Of ATTORNEY � •�M,r M a lY'TllgE R@fEN'fS Thar IN Anrrcsn i,dally Fw III,I,ralat C,agwy..Co,PpalAm a W � " ndKPW W RN Eord Wn`���oRlu n A'wdeurv.Sr,u of!b.YM pr�rv,r In�Iv fdb.uE:...Imnn. "IRs.,,dr1 d d1<NId fomPwY oa Ihs I xIA dal'of f#Iaal.1469,m r11 ��' ri I`+ v "iN. h.YdaAI,a w Yka Iraaal. n olmr u/flCrr Jrgn.NO W a. Swd EaaulNa:9 !M ma Aaa 4� Ns a-"MIRY-N WAM ,ea9N W debgl to ,+ra P of.rr.rwy"Moom*l a AtwwylRf W"Et4r, .i rorWr we a act, "Mm" may rhI firm INN In Went, dda,kaAP alb.9aaWM OW oppeb1 y.T. KOMOUrEK mod"'. 1 C. BAU14ANN sodlw C 1 HUMAN of Sf,ETTU. WAx1UME70h • W WI(W M40a,rllf+•/a1 -M 1911 pore ad malr"wane to AN a .Ilan W mew, a N/•,..cna,N"w"a"*W&AIM a n1 b"(-W a n,a:and 404,a Wine, Sfe,Ill<aMY snd`*'a" a,"Na"ba `"Now-6 "IA"90^.t IAbmmr""..r IM Smsh Mw m ne M Nr Ad.da a ,mmx,1 eW•.rw.dMa 120DAM W IN"ay.m<rrme:nel-1 l'A I.too u,u,boo"I of art Corgwy.too,A be*"W a a la IN r aAra1.W to bml AMPRKAH EIIKIITY PIRA DOURANCE COWAMY:MeW ry J d Mi aN a/ad MrawdyPaM,F9rN.nr Io rh,rr MNxI. n<henW r„IEM W CrAIWrKNA. a 1:1%71S 5 WIQr".aee Anvoloo l F"q Fw inauux.roe"e y hawed Mna Paaa1 N M Net W PraYwr wUa vi.4mo m.Nd IN C,1p*m.SyI W yA INN".dRay. No AMLRICAM FWFAM FILE WtaA*,l COk@Mry - ` RnMrl 1.KdaNdY,Vkl.lralRar EEad d mm Yea 1 . clay of Maine ( a A d6 No lq of ft R--)•, 1976 W,.,t IM W.,Aa, ,WrNO P.Mc III ate SUN 9f Nee Yak a PdaaN tiara to IN a a W l doe""fir muse,**NRlallmw d W yuYdr,d .wa Rli<rl 1.KMOWY a/dM ANW*M ri&w/Ia fA I aN N! RY ti tldhduY odd!o7fµ<r dm,6w h.na,W K'WWWAwdw pw he w dNa!0/W IekneMalFld M, e..cuNwr a the wn end he."W me",'aM.6pmgmdgm*/ 1 Co."" rw<u,E end IMI III.Nal allixsA m dN paced, g bwnw.a,Y as�Lrl all CM+NF.W IM Nd r�rp u.0 Ceul.nA Iynslure a,• „Ilan wn AWr MilawW aMFial wEM EEY bAa1RERr M r NMauy.•W AK!onna n(rI;C,,Id fn•m;rsrxn anJ Iiw M,reaiuNor dIMdC Y M RlakElllrlMN,awa1.•rur a Ian aalaaY•IFb,N N M ESBlYIONY WW"OF,I Rer,Mranw NI my hand,W Afb..d my a(Rwl eat a Weadmry.W"Yak 11111 *'md par d wwham. N011,y AIbM �J i MINA LAKRJ.i.WSKI NOTARY fUR1X,Sum,M Mar Yak W. 1&9745,u ' OINIIn<d m h,wo ro9nry ('ommro IN fAPNa M.edl 60,1976 aim of""Yak I Oaw of Mwau I a_ (ERTIFIC ATF 11do rMrMd.4CNIerr of AMfRKAN fIfJElf Ilk f Ikf INSI;RA'lrE MWANY I aak eoMom di. SNW N NOW Yn,k, DD HU"Y(k R TIFY l.el Ilw moped.sold nlsciNd G,r<,a A,Molloy W Cayllums a 1b 4aMNNY nm,NN Nof9R fnru W NI nw ban re,nYed..,M nm No M,um,. Ra91aa.Cf lr laud a Dim ws.a w faM a IM aufk;sN of Au,haN y.:,,nor n IncC 0.19 W lanht a Ur Ildaa(like o/dIe f9mPMf..1 Wwdbvey.Ntr YnrY.DrrW Y,Y lat nl MaaYh • AmaWn aa,dlay KN Karr AS I..., 1 MCMICAA rnnm r>t DINa,RAM ICOW► `A HROUGH SURETY INSURANCE SERVICES y�OR_DfD-tDpfDt-r 1 ao BM *"ALL mi sr TMM PRTSFNTS:TIN>M.,_. Pawm ConnucTr011 co. .r T.,WrWd,%M Y MOMM M rm`NT rn DIWDDAHM 0DIVANT . "a dab"VAN YtMa'd*X hd4.TWk and..*AA dw4br rY Ww>d.__ m S1wwr,Ww w k d immly IN...W t h C_R OP RTMTMI YASDIMRrf01 _ T•dlW.tt,r LuLv Ad—nK Rf"�T-01"fR.'TOTAL AICUT-0.-fl�i:d:70r'R117p2D— TM11LC ,T1W5AJD AID M0 -___-.__DCLLAM,I..dW.t.WW1 d Y i11dHd 6..t.W M A.Mn.., a t✓r RWI...W:Of WINK!ttr d w.t>Y NI d rWv> be W.d..Uw.Md Pdo*d:W Swot, eud tINWmslw., dwk m no of dwk M.t>.u>eWbn,1tdNW1>gt)M,w'a...f.WM W JiIw.amDl'and .r.WwLlt,ov lww wWusa. THE CONDIT"OF THU ODLWATIOM L:JCH, dtd, i;Uw Jolts..Mll wit.my.Wwd a w PUASC : A Ii or TI!E WIDTDR MUNICIPAL AIRPORT WATER STSTCM IM►ROrCML11T. 1 ` i •�W a Y is Of tAMe RKn..d>INid wed.M dw PtYeyat utW.M.>W Y PMRRInI dyl M'wd. eM 4ke m s e 00#- WIN ID.DNIW..>WemN>e.KMIN Z I=qjW>YM C WWWN , ++M..IN.Wd tw w t.Wy.t NwkwnW>tact trIN Y Al�.'N Ri�JfTf er Y04N0 CCMAMt, .. , SW v w.m.ow Saw">7..MIm 4mpmmd INK Y C1DW.W:>II Ww N.»RWI Adt.M tw>d kliwo w a oo,R..b ID•Q "w-Y d•w""-bmh Y 4W..MY i INT WMMi d tld •.V tM aw.MT of tW 1,014 Aw t Oki"Ym d>D Aw WWI WWd.>4 o wlmeW M"I b ak rma.u Ad'+bo Wd.H.et. 3tm4d.IS"WM DOW tYw .._. 1SFf _.___.. d•TN RchTCR Cn STRUCTIOM pro. .OL.A.AtM:OD1.R.n s.inW.An.I z i ff NINIKM WAGE AFFIDAVIT FORM i City o` Renton r tf t , COMITY 9F /f'/61 G I S 1, the undersigned, having been duly sworn, deposed, say .red certify11, t that 1n connection with the performance of the w+rk of this project, i{ I will pay each classification of laborer, workman, or mechanic to a in the eap ye performance of such work; not less than the prevail- ing rate of wage or not less than the minimum rats of wages as spec+- fled in the principal contract; that i �„sva read the above and fore- ' going statement and cert111ute, know the contents therm and the substance as set forth therein is true to sW knowledge and belief. ix CORTRACTUR .,;bscribed and sworn to before me can this day of Q/t s1i _ 1912. O?ti • rioury u n an orT - aTe of RWashington Residing of , a • a► i 11 tt ` 4Y fi91iA,LI�e.. I b p TECHNICAL PROVISIONS (CONT'D. ) I TS-03 PIPING MATERIALS,_ VALVES, AND FITTINGS, ETC. (Cont'd.) • d. ('ate Valves (Cunt'd.) 14 or Mueller A-2380 , or Kennedy, or Pacific States , or U.S. , Metrol:olitan. All valves shall have concrete valve marker. The markers shall be Lundberg concrete pipe Company right-of-way markers State Highway Design or equal. i e. Fire Hydrants Fire Hydrants shall be Corey Type (opening with the Pressure) cocforming to AWWA C-504-64 with a 6" inlet and a minimum M.V.O. of i 5", two 2y" hose ,iozzles with National Standard 7% threads per inch d and one 4" pumper nozzle with the new Seattle Pattern 6 threads per i inch , 600 V. threads , C.G. thread-4.875 and root diameter-4.6263, lk" pentagua ;perating nut ana opening by turning counter clockwise (left) . Hydrants shall be constructed with mechanical joint t connections unless otherwise specified in bid proposal description. I Fire hydrants shall be of "traffic Type and prevision shall be made for drainage of barrel to protece units from freezing. Fire hydrants shall be such length as to be suitable for installation with ' connections to piping in trenches 3' deep unless ctherwi:e specified. Fire hydrants ates cr ;ae obtained ovPd equal . Approl must b f. Galvanized ?-on pipe Galvanize iron pipe shall meet or exceed Section %-Z.GS Steel, Pape as specified in the A.P.W.A. Standard Specifications , and • Section 72-2.06 of the Srandard Specifications. TS-09 EXISTING UT1LITiES If, in the prosecution of the work, it becomes necessary to urface drainage , sewers , underdroins, conduit, interrupt existing s s utilities, or similar underground structures , or parts therecf, the Contractor shall be responsible for, and shall take all necessary ? , precautions , to protect and provide preaatrsalltces damages to for suchm The Contractor shall at his own expenseP g facilities or structures due to his construction operations , to the t satisfaction of the Engineer. The City does not warrant or is not • responsible for loca*ions of utilities , either field located or located on the maps . City iterof Renton UtilitieF s expense.ill repair or ece all damaged rvices TS-05 CLEARING AND GRUBBING i Pavement, or other street and pread surfaces shall he cut o andnly brto acing the Ainimum width which will er-mit the p p er pUf be edtstrtrenian traffla.and whAll Pavementi�:h will ocuts�%hallsage obevmadeu_emoothd, , a IL�.nNIL.0 rI<uYf<:.a:;i (CONT'D. ) Ih-U1 P1111NG MAILKIAL ), VALVLa, AND HI rINGS, ETC. (CONT_D.) 33 i a. General (Cunt 'd..l `+ .existing piping is necessary during construction, materials use,' j shall match the existing, subject to the approval of the Ln/,ineer. j All pipe, valves . fittings, and specials shall be for wate working pressure as described in the fellowing specifications and plans and shall co"iform to the requirements of the appl4c:.ble sections of the r A.P W.A. Standard Specifications , as modified herein. b . Ductile Iron Pipe � . Ductile Iron ripe shall conform '.o ANSI Specifica:ica A21.51-:965 (A.W.W.A. C151 .76) Grade 60-42-10. i Ductile Iron ?ipe shall he cement lined and seated in accordance with ANSI Specification A21 .4-19 (AWWA C104-%) , 4" through 12" pipe ,py shall be 1/16" cogent lined and 14" through 24" pipe shall be 3/32" cement lined. • The pipe joints shall conform to ASA Sfecification A21. 11- 1964 (AWWA C111-64) . Pipe joints shall be rubber gasketed Push-On and/or +tyt Mechanical as required by the bid proposal description. s— Pipe thickness clays shall be as renui -�d by the bid proposal des ription. c. pipe Fittings ` � �_ 'J Cast Iron pipe fittings 4" through 1Z" shall be Class 2SO , as per ANSI 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 C110- 71) . The class of fittings are described on the plan drawings. Ductile iron fittings may be used in lieu of cast iron Class 250 fittings. Mechanical Joint fittings shall be as {per 1NSI Specification A21. 11-1964 (AWWA C111-64) . Flange joints shall be as per ANSI Specitication A21. 10-1971 5 (AWWA C110-71) and shall be in accordance with ANSI B16. 1 , with • 12S Pound d:iiling pattern. ) d. Gate Valves (late valves shall be cast iron body, non-rising stem, full bronze mounted with double disc gates All valves shall be deoundsd per a ( a minimum water oparatir.g pressure of two hundred (200) p p square inch and shall conform to AWWA Specification C-SUO-61 and i L any subsequent modification: thereof. Each valve shall be "0" ring type , provided with a stendard square operating nut , and shall open by turning counter clockwise (left) . 'I'he valves shall be IOWA List ft TS- Z .F 1 d`bt-x�i. I a I'BCNNICAL PROVISIONS d ♦ TS-01 GENLRAI. SIATEMENI S , This se( tion, Technical Provisions , is ed to feature, of on- the- 7 site conditions which are peculiar to the racilities to b•_ tr i constructed for W-455 Renton Municipal Airport Water System Improvements . Articles , materials , operations , or merhodt 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 .ndicated and perform according to the conditions stated in ea.::n operation prescribed, and provide therefor all necessary labor, equipment and incidentals recessory to make a complete and operable installation. i g" No attempt has been male in these specifications or plans to segregate work covered by any trade cr subcontract under one specifics•ion. Sich segregation and establishment of subcontract A limits will be solely a matter of specific agreement between each , contractor and his subcontractors , and sLal: not be based upon any inclusion, segregation or arrangement in, or of, these specifications. The contractor and subcontractor in each Case warned that work 1 'ncluded 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 more subcontracts or work in excess of any one subcontract. i I TS-02 STA' DARD SPECIFICATIONS All work under this contract shall in general be performed in f: s accordance with the appiic 'ale provisions of "Stanuard Specifications for Municipal Public Works Construction' prepared by the Washington State Chapter, American Public Works Association, and in accordance t with the requirements of the City of Renton, except as otherwise amended, modified, or specified in these Special Technical Previsions . } Items of work not specifically covered in these Special Technical 3 A Provisions shall be performed in accordance with the requirements II specified in the A.P.W.A. Standard Specifications , and in accordance l ith the City of Renton requirements. 1S-03 PIPING MATERIALS VALVES AND p17TINGS,_ ETC. ♦ a. General M All pipe sites as shown on the drawings , and as specified herein, are in reference to "nominal" diameter, unless otherwise indicated. Y One type of pipe as indicated below will to considered for this pro)ect. All pipe shall be fabricatrd co fit the plan shown on the drawings . One type of pive shall be used throughout the entire project except as necessary to march existing piping or as otherwise specified by the Engineer. Where relocation of or replacement of J I ik • TECHNICAL PROVISIONS TABLE OF CONTENT'S • Page 0 TS-01 General Staement T'S-1 TS-02 Standard Srec:ficar.ion• TS- 1 , TS-03 Piping Mat,:• .als , Valves , and Fittings , Etc. TS- 1 TS-04 Existing Utilities TS TS-OS Clearing TS• 3 �.' TS-06 Saw Cutting TS-4E . ♦ TS 01 Pavement Removal , Trench Excavation, Bedding and Rackfill TS-4 TS-08 Pipe Installation TS- 7 TS-09 Restoration of Surface; TS-9 TS- 10 Testing TS-10 TS-11 Disinfection TS- 11 • ( TS-12 Cleanup TS- 11 TS-13 Measurement and Payment TS- 11 TS-14 Removal of Old Concrete Foundation Floor Slab TS- 14 TS-15 0. S. € 1 . Cate Valve and Vault TS-15 TS-16 City of Renton Meters T::-16 d 1'! i i . � K � ,y �A r e4 • i Y.) A If ,J'• � y �xA ,5 r • A w.ry i. �` � ` fM# # r r r r A r e t i. e , \ • ra • ab .KI 11 W . ��"x•{ � vy v e� `.J I 1 • A�`� I r�J � r ! • F t r � SPECIAL PROVISIONS (CONT-D.) SP-.;? DUST AND MUD CONTROL t The Contractor shall be responsible for controlling dust and mud 6 within the project limits and on any street which is utilized by 11 his equipment for the duration of the pproject. The Contractor ; ® sha11 be prepared to use watering trucks , power sweepers , and other pieces of equipment as deemed necessary by the Engineer to avoid creating a nuisance . Dust and mud control shall be considered as incidental to zlce project, and no compensation will be made for this section. � 6 Complaints on dust , mud or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting will be required. Written notice of correction of complaint items will be called for should repetitive complaints be received by the City. SP-34 PAYMENT TO THE CONTRACTOR Payment to be made to the Contractor will be made in the manner outlined in Section 9 of the Standard Specifications . Payments shall be made in cash warrants . Partial payments on estimates may 111PPPj ( be withhe=unLTl work progress schedules as described in Section SP-18 of these Special Provisions have been received and app rt ved SP- 3S LIQUIDATED DAMAGES Liquidated damages for failure to execute the contract as specified and in accordance with Section 8.08 of the Standard !, Specifications will be assessed as follows : One Hundred Dollars ( $100 .00) per calendar day plus cost of inspection, supervision, legal expense and court costs in. urred beyond said date. The cast of additional inspection and supervision shall be an amount equal to actual salary cost , plus one hundred percent (1001) for overhead and other indirect expenses . SP-36 AWARDING OF CONTRACT Awarding of contract will be based on total sum of the Schedule of Prices . No partial bid; will be accepted. I ti y` SPECIAL PROVISIONS (CONT-D. ) {' 4 SP-30 SIZE, WETt;HT� LOAD RESTRICTIONS ;:OR MOTOR VEHICLES All motor vehicles of the Contractor , Subcontractors, and suppliers f shall strictly adhere to Ch . 46 .44 of the Motor Vehicle laws cf the Stat» of Washington f19t' Edition er.d amendments ther: .;fi in !! regard to size, weight , and loads of motor vehicles. Paynent 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 ' ,:ems affected law �nforcewent anent , The Contractor is to furnish to the f;tgineer a listing of all haul vehicles used or, this project , listing the vehicle number, license number, tare weight and licensed load limits. ' . SP- 31 DELIVERY TICKETS All delivery tickets that are required far the purpose nf calculating quantities for pay, must be received by the EPgineer at the time of delivery . No p., ..ent will br made on tickets turned in after date of delivery of material. ; ! Payment will Put be made for delivery tickets which do not show type of material , gross weight , tare weight, truck number, date and inspector's initials . Scale certification shall be submitted as early in the project as possible Each weighing station shall maintain a record of the t >s trucks weighed, date and time, tare and gross weight and type of material. In isolated cases where scale weight is not available, the inspector shall measure the truck volume and certify as to its full load delivery. Tickets that are not complete will not be accepted. SP-32 WASTE SITE The Contract;;- shall conform to Section 4.06 of Standard Specifications in regard to waste sites . The Contractor shall have the responsibility of obtaining his own 'r waste site. All work ;c,c.luded in this section shall be consldrred ! to be incidental to other items of worx 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 descrined below: ! The Contractor shall he prepared to use water trucks. power, sweepers , and related equipment as Acemed necessary by the Engina+er ( to alleviate the problem of lost spoils along the route. Prompt restoration of the route is mandatory. The City Park pepar�ment has avaitabJr, a s?.tc for disposal of cicin j * dirt and broken concrete. Please contsct the Park Director for information on the site at Lake washirgton Bach Park. SP- lu r ;SIF ti +�I t p t '' ".'. ""V"e��'t 'tY e 'k' n �' , " ,A `r= eVq • » y:. v'A n, ,^_r9;.n:'Aa•�' `,u � M+'6 � :. s , rPLCI Al, PROVISIONS (CONTID. ) * opened to traffic at the close of each work dvy . 3 . Where hazardous conditions exist, rroper signing and barricading shall be provided as directed by the Engineer . Where designated ty the Engineer, the signs and barricades shall be supplemented by lanterns or yy 0 flasher units daring the hr,urs of daiknes,. 4 1 4. The Contractor shall notify the local :ire and police departments in writing before the beginning of his operations so that these agencies may reroute their emergency vehicles around the ronstruction zone. a S. Any asphalt concrete pas•Fment, crushed surfacing ravel base, or water required for maintairink traffic Juring the life of this contract shall be placed by the Contractor, immediately upun request by thr t.npineer in the snrouuts designated. All costs involved in the about shal , be :onsidereJ tncide,a ai to other costs of work involved and no further compensation will be made. SP-27 CONSTRUCTION SIGNS s --- — — a '. .� The Contractor shall furnish and install construction signs which conform to current 1971 M.U.T.C.Ii, Sign No. W20- 1, "kOAD CONSTRUCTION AHEAD," 36" z 36" or larger diamond, biark lettering on orange backgrounl. One (1) sign of the type mentioned above will be posted at each street entering onto the protect site. All construction and detour s gning shall conform to Part VI "Traffic Controls for Highway Construction and Maintenapce Operatio❑s' of the Manual of Uniform Traffic Control Devices , SP-28 REMOVING TRAFFIC AND STRF.E'." SIGNS A The Contractor shall be responsible for maintaining all traffic and street signs . In the event it shall be necessary to remove a traffic or street sign, the Contractor sholi notify the Director of Public Wurks , City Municipal Building, City of Renton, Washington, for all changes made. Alien the work has been completed, and prior to said area being open to traffic, the Contractor shall notify the 1 Public Wo6 s Director, City Municipal Building, City of Renton, Washington, and obtain his approval of signing. SP-29 C0I4s1'RUCIION hQUIPMEN'f Drivers of motor vehicles used in connection with tht construction of repair work shell obey traffic rules posted for such location in the same manner and under the same restrictions as provided for ( the drivers or private vehicles . * SP-9 M i IM SPECIAL PROVISIONS (CONT'D.) i { � u not within the limits specified in APWA Standard Specifications , S Sec. 4.03. shall require a written change order before work may !} be done. The Contractor shall ne responsible for acquiring the necessary change orders that are required by any of his sub- i contractors . ' SP- 23 SURVEYS o , * Section S.06 of the 'standard Specificatiuns shall be amended by a A the addition of the C ,llowing sentence: The dvancecof shall notify the engineer 3 minimum of 48 hours in advance of the need ( 4. of surveys ." # k' SP-24 OVERTIME FIF.Lll ENGINEERING 1 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 $ 10.00 per hour. The City shall have the sole authority in determin.ng the necessity of having the overtime inspection, and shall notify the Contractor of intent and said F costs will be deducted from mories due the Contractor on each monthly F estimate. F' r SP-25 HCURS Op WORK U 1 The working hours for this project will tic limited to week days during the period from 8:00 a.m. to 5 :00 p.m. , unless otherwise approved by the City. If in the Engineer's judgment should it become a safety hazard, thc hours of work may be restricted. SP- 26 PUbLIC CONVENIENC,, AND SAFETY — f The Contractor shall , at his own expense, provide flagwen, shall furnish all signs , barricades , guards , construction warnings , and night lights in order t > protect the pub''-ic at all times from injury as a result of his operations . If the Contractor should fail to maintain sufficient lights and barricades in the opinion of s the Engineer, the City shall have the right to provide these lights ' and barricade 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. shall apply Pnrthiss of contract. I 7. 15 n addition)the Standard fellowingcSpeciialens shall apply � ) Provisions shall apply: If 1. There shall be at all times reasonable access to and ( egress from the business establishments and other prop^rties adjacent co the project . 2. All road approaches and street connections shall be • "� 1 i U SPECIAL PROVISIONS (CONT'D.) ((i F In the event the Contractor is of the opinion he will be damaged by • such interpretation, he shall , within three (.3) days , notify the Engineer and the City Clerk in writing of the anticipateu nature and amount of the damage or damages. Time is of the es•;ence in the giving of such notice. to the event an agreement cannot then be reached within three (3) days the City and the Contractor will is each appoint an arbitrator and the two shall select a third, within thirty (30) days thereafter. The findings anti decision of the Board of Arbitrators shall be I final and binding on the parties , unless the aggrieved party, within ten (10) days , challenges the findings and decisica by ! • serving and filing a petition fur review by the Superior Court of 7 . King County, Washington. The grounds for the petition for review ,; are limited to showing that the findings and decision: f , c—J 1 . Are not responsive to the questions submitted; i4*,,. 2. Is contrary to the terms of the contract or any It component thereof; 3. Is arbitrary and/or is not based upon the app_icab:e ' facts and the law controlling the issues submitted to arbitration. i The Board of Arbitrators shall support its decision by setting forth • in writing their findings and ccnclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washirgtor and court decisions governing :uch procedure. • The costs of such arbitration shall be borne equally by the City , and the Contractor unless it is the Board's majority opinion that *_ the Contractor's filing of the protest or action is capricious or without reasonable icundation. in the latter case, all costs !1# shall be borne by the Contractor. • Washin ton , and if the venue of any suit shall be in Ktng.County, R , the Contractor is a norms-resident f theState ofb Washington, b•_ e shall designate an agent , p o process ore commencing work under this contract. t • SP-21 SUBCONSRACTORS A list of subcontractors and suppliers that will be involved with this project shall be given to the Engineer for his roview and approval immediately after notification of low bidder status . This list must be received by the Engineer before the contracts • may be signed. -22 CHANGE ORDERS All additional work that requires compensation to the Contractor for items for which prices are not included in the contract ar is 0 SP-7 d 2 i . i SPECIAL PROVISIONS (CONT'DJ � �t information a progress schedule diagram will be :caputeo, plotted and a copy returned to the Lontractor. 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 2 � V operations will or may fall behind the schedule of this first '' ' program, the Contractor shall , upon request, promptly submit u revised schedules in the same form as specified herein; setting out operations, methods , and equipment , added labor forces or wurkir.g shifts , night work, etc. , by which tame lost will be made } , up, and confer with the "ngineer 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 revise,: by the Contractor and work ahall be performed in compliance with the contract provisions . Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has been provided by the Contractor may ne withheld. Execution of the work according to the accepted s hedule of construc- tion, or approved modifications thereof, is hereby made an obligation of the contract . t SP- 19 CONSTRUCTION CONFERENCE I � i Prior to the Start of construction, the Engineer will call for a preconstruction conference. The Contractor and his subcontractors shall attend the pre_onstruction conference, the time, place and J 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 roview progress and discuss any problems that may be incurred. SP- 20 DISPUTES AND LITIGATION 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 Planr and Specifications or any contract document, shall be immediately brought tc the attention of the Publi: Works Director or his representative for interpretation and adjustment, if warranted. Frilure on the part of the Public Works D:rector or hi, representative to discover and condemn or reject imprope-, defective or inferior work or materials , shall not be construed as an accep-ance of any such work or materials , or the Part of the improve ment in which the same may +rave been used. To prevent disputes and litigation, it is further agreed by the parties hereto that the Public Works Director or his representative shall determine the quaw ity 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. , `i P 1 +1 f t SPOCIAL PROVISIONS (C(,'N'C`D. ) j r A copy of these Standard Spec iiications is on file in the office of the Public Works Director, Ctty liril , Renton, Waslington, where they may be examined and consulted by ,iny interested party . !am. Wherever reference is made in the Standard 'specification. to ( � the Owner, such :ef.,rence shall be construed to mean the City of Renton, and where reference is made to the Engineer, such 1 • reference shall be construed to mean the libl: c Works Director, City • of Renton, or i„s duly authori..ed assistant or assistants. SP- IS FIELD CHANGES Any alterations or arlar.ccs from the ;:!ins , extent minor adjustments in the field to meet existing conditions shall be requested in writing and may not be instituted r+ntil approved by the Public i I Works Director or his representatives acting specifically upon his 91 instructions . In the event of disagreement of the necessity for { such changes , toe Engineer's decision shall be final. SP-lb FAIIUP.E TO MEF7 SPECIFICATIONS In the event that any workmanship dues ..ot meet the requirements or specitications , the City may haze the option to accept such w,�rkmansnip if the Engineer deems such acceptance to be in the best interest of the City, provided the City may negotiate payment of a ` lower unit price for said workmanship. SP-17 PROTECTION OF PUBLIC AND PRIVATE UTILITIES en The Contractor Shall conform to Section 5.09 of Standard Specification: in regard to rrotection of public ant private utilities . pe Location and dimensions shown on the plans for existing u.iderground facilities are in accordance with the best available information without uncovering and measuring. The Owner does not guarantee the (1y site and location of existing facilities. y( It shall be the Contractor's responsibility to contact the GAS rUMPA1i'Yi R17NTON MUNICIPAL AIRPORT, MAINTENANCE DIVISION; BOMG XTWCXM. =pCKATTM ,TITTLTI'TEg-TjVTTrW CTTY 3F SF.TTTi. "WArEF VpTXTrprp7;—PL'LEpiT VL COMPA -f6REli'C Vp,N ; an t e TER "ErXrrt %TT a OMTRIR7TIMOR N1 for exact--_ocr.tions•`k ied rr—respectivr uti ittes. so, contact i e CABLE TV COMPANY it necessary. I + SP-i8 SCiIFDULING OF WORK i P Section 8.01 of the Standard Specifications shall be deleted and the folicwing inserted: Promptly after the award of the contract, the Contractor shall submit for approval to the Enginear a progress schedule. From this r I I'ECHNICAL PROVISIONS (CONT'D. ) � rt IS-07 PAVEMENT REMOVAL, TRENCH LXCAVATiON, BEDDIN_ AND BACKFII.L C . Excavation I The Contractor shall inform and satisfy himself as to the character, quantity and distribution of all material cc fie excavated. No payment shall be made for any excavated material whict. is used for ■ t purposes other than tt.ose designated . Should the contractor ( P � excavate beluw the designated lines and grades without prior approval., he shall replace such excavacion with approved materials , f 1 in an approved manner and condition, at his owr eApense. The Engineer shall have complete control ver the excavating, moving, t placing, and disposition of all material , and shall determine th- x suitability of material to be used a. haci.fill. Ail unsuitable a material shall be wasted as specified. Excavation of every description, classification and of whatever substances encountered within the liiaits of the project fhall be performed to the lines and grades necessary for pipe , bedding and structures , and as indicated on the drawings . lemporarl' -rains and drainage ditches shall be installed to intercept or direct surface water which may affect the promotion or condition of the work . Ail excavated materials not meeting the requirements for backfiil and all excess materials shall be wasted as specified. Erosion control k, ( shall be the responsibility of the Contractor and controlled where t directed by the Engineer. l No separate or extra payment of any kind will be made for storing, E` handling, hauling or manipulation of excavated materials . t The City Park Department has available a site for disposal of clean dirt and broken concrete. Please contact Park Director for information on the site at the Lake Washington. Beach Fark. d. Foundation Preparation and 3edding Foundation preparation shall. be in accordance with the applicable provisions of Section 73, A. P.W.A. Standard specifications , except that the bottom of the trench must tie shaped to uniformly support the bottom quadrant of the pipe throughout its entire length. lu case unstable or unsuitable existing material is encountered at the trench bottom, the Engineer may direct the use of borrow bedding material in accordance with Section 73. 2 .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 a,t 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 fvr Rant; Run Gravel Borrow. 1 TS S 1 CTS- Ib TECHNICAL PROVISIONS fCONT.) i. Kgy CAGING All meters shell have an outer case with a seperate measuring chamber in which disc or piston operates. The outer case shall be made of a corrosion-resistant bronze composition. Castings a`p,il not be repaired, Plugged, brazed or "burned in". All waters shall be equipped with cast : 5 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. _ I All meters (1" end under) shall be equipped with cast iron breakable frost bntt z fitted W th replaceable plastic or approved lining one. be secured to the main casing by means of bronze bolts, braes nuts and washers. Also, meter.' (1 1/2" and 2") shall be of all bonze construction and of split case type. �" 5. ga[.$VRING CNAImLR i The measuring chamber for all meters shell be made of bronze composil-lon 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 / e-ry slight distortion of the casings which might occur will not affect l the sensitivit of the meters. Sna Y p-joint construction is desired, but is not mandatory. DISC i PISTM Disco -hall be made of heed vulcanized rubber, smoothly machine, of the highest grade and of material having as nearly the same gravity of water as nosslble. They shall be fitted accurately In the messurimi chamber, shall op to smoothly one freely. Disc piston shall consist of a Disc Plata and 2 sell Halves and shall be equipped with a Thrust Railer and the measuring chamber slotted accordingly. Pf.atons shall be made of hail vulcanized rubber, smoothly machined, of r•d�'` the highest grade and of material having as nearly the a -.ne specific gravity of water as possible. They shall be fitted accurately in the measuring chamber, shall operate Smoothly and freely. Pistons shall be one piece and may or may not have a pilot. The division Plate may be of stainlua steel, bran, or rubber coated. Wher" a three piece measuring chamber is to be furnished, a one piece conl,al shaped disn with metal reinforced interior will be tccepted. 9. HTINAZNERS q + All meters shall be provided with strainers. Strainer screms shell iw• made of heavy rigid perforated sheet copper, copper-alloy, of stsfnlnex TS- 17 � 1 )', . It. ."IT7 OF kBUTfM TI:CNNtCAL SPELIFIC%TIGNS .�L1-L!!nv 31 -tNr•N .1.dNy_��?w=N, . z-INCH CGLn WAMt. SP 'tMLwr-m±L jusc 2k '7F.TENS I . cfNE;RA Water meters shall be the latest design of the manufacturer and conform to the standards of performance as outlined in A.W.W.A. Standards, C700-61T. only meters manufactured by s wall-established and responbi- ble firm .ill be coreidered. Consideration will only be given to these meters manufactured vhcily within the united States. Quotations Will only be received from those companies with a minimum of five years experience in the Manufacturing of Water meters, and each kidder muse have a minimum of 100,000 meters of his latest design in eatsifactory service throughout the O.S. Meters shall be positive in action and shall registers fixed ywntity of water displacement foam each notation. All meters shall have an outer case with a separate measuring charnar in which the dlac operates. The outer case shall be of bronre composition. Castinga shall not be repaired, plugged, brazed or burned in. 2. TEST N VUIRM'NTS. All meters shall be guaranteed to operate under a working water pressure e of one hundred and fifty (150) psi without leaka -, loss of accuracy or damage to any pert. All meters supplied under these specifications shall record flows within the accuracies named in the Standard Specifications of the American Water Works Assuciation for cold water meterse displacement type. 1. RP.GSST$k 5001 j ) Register boxes and lids shall be made of bronze compositior., with the name of the manufacturer cast on the lid in raised letters. The serial number ` of the meter shall be plainly steeped on -the lid. The lid shall be j - recessed and shall lap over the box so that dirt will be prevented from ( 1} accumulating on the glass. The lens shall be heavy plate or tampered glass, inserted from the inside. ,. RFjdl§ j All meters shall be magnetically Iriven, shall be squipped with 'Strcight ! Resdino• registers, shall register in cubic feet and the register shall be sealed against tnternsl ar.d external water. The minimum and maxim= indication of the register shall conform to A.W.W.A. Specification C-700. 'rS•it I TECNNiCAL PROVISIONS (CONT-D. ) >" TS- IS O. S. B Y. GATE VALVE AND VAULT This gate valve shall be installed iu the Boeing Company 8" C. I . fire main. Its installation shall be coordinated with the Boeing '-;. Company, At t n: Mr. Cliff Garrison, Plant Engineerire , Phone 13" 882U. a This valve shall conform to date valve specificatiun T.S. -03, subsection (d) Gate Valves , except that it shall be an outside screw and yoke with wheel handle (O.S. E Y) . The valve shall be IOWA List 14 , or Mueller A-2483-6, or Pacific States , or U.S. Metropolitan, or Kennedy. v This valve shall be installed in a precast concrete vault. This vault shall be or be equal to Concrete Conduit Coanany vault 0577 LA with a 332P eccentric diamond plate lid. 1 i I 1! ' I I J I TS-15 s 5 JC 9- "fir• + jr,p 41 *��Sdr + r. •'V r r ; u, r i i IECIINICAL PROVISIONS (CONT'D. ) TS 13 MEASUREMENT AND PAYMENT n. Furnishing and Installation of New water Services The furnishing of meters , fittings , Pipe, boxes , pressure reducers, if required, and the installation, shall be paid for at the g applicable unit price for each, in place , complete, which shall constitute full compensation for the iridividual water service as detailed on the improvement plans and in :onformance with all ; manufacturers installation. The Contractor shall supply all materials for the water service and yressurc reducer if required. 3 4 The unit price bid shall include all costs to make the connection to the water main, furnish and install the water aster, and i pressure reducer if required, and connect the meter. The unit price bid also includes sil costs to adjust the pressure reducing tv k valves for proper operation. 4 - x B o. Furnish and Installation of Crushcd W' Minus Base L±urse The unit bid pricy per ton for crushed ly" minus base course gravel shall constitute full payment for subgrade preparation, furnishing and installation, water, compaction, hauling and a:l x other costs incident.1 to completion of the work as specified. TS-14 REMOVAL OF OLD CONCRETE FOUNDATION FLOOR SLAB 1 ;.. 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 I , map panel s3 of 3. The slab is approximately 97'x ' , with an area of 7 ,300 sq. ft. , The Contractor shall remove the :, lab and plug all existing sanitary sewer and water main service: as required by the Airport Director. t The, broken concrete and waste shall be disposed of as apprnved by the Engineer, at the Contractor's expense. p The site restoration shall be the same as for unpaved areas . r See TS-09-C. 'rho lump sum price shall be full compensation for concrete removal, utilities cut-offs , hauling, disposal , storing, dust or erosion I c:ntrol , and restoration. The crushed 5/81, minus surface course shall be a separate bid item. The City Park Department does have available a dus:p site for clear dirt and broken Portland cement concrete. The site is north i existingof the k please contact theCity Washington Park. information, Park Department Director at255-2560. TS• 14 11 1 TUCIIXICAL PROVISIONS (CONT'D.) i TS- .IS M-ASURLMENT IJJD PAYMENT (C'ONVC .) • h. Partial Furnishing and Reinstallation of existing Water Services ont The unit price bid shall include all costs to make the connection to the water main, furnish and install the water service, and • connect to the existing water meter. The unit price bid also includes all costs to adjust or reloc ,te the existing water meter , as required. i . Furnishing a nd Insrallation of Select 'french Backfill • Select backfill shall be measured and paid for at the applicable contract prico, per ton payment of which shall constitute full 11 compensation for furnishing and installing the '.3terial, in place, complete. j . Furnishin and Installation of MC Cold Mix Asphalt • Cold Mix Asphalt shall be measured and paid for at the applicable i,��.=,.;,•, contract price, per ton, payment of which shall cons•itute full T compensation for fuar.i:ping and installing the material in place, complete. • k. Furnishin and installation of Asphaltic Concrete Surface es ors on —` I: The unit bid price per ton for asphaltic concrete surface restoration shall constitute full compensation for the following: a Rca.iway patching: Asphaltic concrete patching shall be moaaured and paid for as per Section '4 of the Standarc Specifications, payment of which shall constitute full compensation for the resurfacing t complete, including subgrade preparation, excluding the crushed rock base material , preparation of and connecrion to existing pavemoi;t , base course , tack coat , finishing, and all necessary incidental work. 1 . Furnishing and Installing of Crushed 5/8" Minus Surface Course The unit bid price per ton for crushed 5/8" minus surface gravel 4 shall constitute full payment for subgrade preparation, finishing, installation water, compaction, soil sterilisation , hauling and all other costs Incidental to completion of the work as specified. m. Furnishing anJ Installing fire Hydrant Assemblies 4 Fire hydrant assemblies shall be measured and paid for at the Poplicable unit price per each, in pl-ice, complete, which shall Q constitute full compensation for tee, valve, valve box , fire hydrant , shackling, blocking, drains, fME ittings , and all other necessary items for a complete installation. Fire hydrant spool runs shall be paid under a separate pay Item. � a a r d i TECHNICAL PROVISIONS (CONT'D, r IS- 13 MEASUREMENT AND PAYMENT (CONT'D.) b Furnishing and Installation of Water Pipe The price per lineal foot for installing of the water pipe , size, A class , and quantity listed in the bid schedule , shall constitute full compensation for the water line in place, complete, including: • clearing, grubbing, stripping, all pavement removal, excavation, trenching, backfilling, foundation preparation, compaction , pipe laying, jointing, fitting installations , sheeting, shoring, i dewatering, but excluding saw cutting, temporary restoration, cement concrete and asphaltic concrete resurfacing or patching. • c. Saw or wheel Cutting Saw or wheel cutting shall be incidental to the contract. d. Furnishing and lnstallation of Gate Valve Assemblies • Me unit price per each for furnishing and installing gate assemblies , size, class , and quantity listed in the bid schedule, shall constitute full compensation for the valve , valve box with extensions , if necessary, concre'c valve marker, and for all other necessary accessories for a complete installation. - - • 1 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 vard , payment of which shall constitute full compensation for furnishing the material in place, complete. S. Furnish and Install 2" Blow Off Assemblies The furnishing and installing of 2" Blow-off Assemblies for either permanent installation or for temporary flushing shall be incidental to the project . h. Partial Furnishing and Reinstallation of Existing water Services The furnishing of the fittings and pipe necessary, and the reinstallation of the existing water services shall be paid for at the applicable unit price for each, in place, complete, which shall constitute full compensation for the individual water service as detailed on the improvement p4ans and in conformance with all manufacturers installations. The Contractor shall supply 811 materials for the water services. 1S- 14 J•51:,�. J y fu s'i T • .. '`° �n•r. <aJ'.. , LF.CIINIt:AL PROVISIONS (CONT-D.) 'IS- 10 TESTING (CGN'f'U.) ( + b . Pressure Test Prior to acceptance of the system, the installation shall b, subjected to a hydrostatic pressure test of 300 psi , and an, Leaks ! or imperfections developing under said pressure shall be remedied by the Contractor before final acceptance of the system. rho Contractor shall prcvide all necessary equipment and shall r perform all, work connected with the tests and conduct said tests in the presence of a Utilities Division inspector. Insofar as N practical , tests shall be made with pipe joints, fittings and valves exposed for inspec,:ion, j C. Leakage Tests Leakage tests may be required after the pressure test has been satisfactorily completed on the new pipeline or concurrently with the pressure test . The hydrostatic pressure for the leakage test shall be equal to 100 psi . , TS- 11 llIS1NFEC'fICN Disinfection of the new water system shall be required prior to completion of the project and shall be ire ac •ordance with A.W•W.A. Specification C601 - 54 and Section 74 of the A.P.W.A. Standard Specifications and shall meet the acceptance of the State of Washington Department of Health. The initial concentration of f chlorine in the line shall be 50 parts per million and this solution shall he held for a period of 24 hours. Disinfection of the entire water system installed or disturbed under this contract, including pipe, pipe fittings , valves and appurtenances , is required to conform with the specifications stated herein. TS-12 CLEANUP During the time that the work is in prggress , the Contractor shall make every rffort to raintain 'he site in a nest and orderly condition. All refuse, broken itpe, excess excavated material, broken pavement , etc. , shall be removed as s.jon as practicable. Should the work not be maintained in t satisfactory condition, the i • Engineer may cause the work to stop until the "clean-up" portion of the work has been date to the satisfaction of the owner and/or Engineer. TS- 13 MEASUREMENT AND PAYMENT a. General ( Unit or lump sum bid prices for all items shall include all cost for labor, equipment , material , testi.tg, relocation and modifications to existing utilities, and all in�Adentels necessary to make the installation complete and operable. E TS-11 . l 1'LCHNICAL PROVISIONS (CONT'0.) ` TS-09 GLNLRAL RESTORATION OF SURFACES CONT'L`. ) } a. 'temporary fold Mix Asphalt (Cont 'd ) f The unit price bid per ton of cold mix shall be full compensation for al'; labor, equipment , materials , and all incidental costs necessary for furnishing snd placing the cold mix. h . Airport and Roadway Patches A minimum of 6" of lk" minus crushed rock base will be used in all trenches prior to placement of any pavement restoration. All suhsurfaces such as concret, under asphalt shall be replaceA j't in lik manner and thickness. { All asphaltic patches shall be Class H asphalt. 4 The Contractor shall be responsible for removal , temporary storage, and reinstallation of car wheel blocks on the Renton Aviation parking lot site . Ina Contractor shall contact Renton Aviation before work and give proper notification. Any -ark involved with wheel block removal and restoration and log barrier removal and restoration shall be incidental to the pro?ect. 0 C. Crushed 5/8" Minus Surface Course A minimum of 2" of 5/8" minus crushed surfacing will be used to restore all unpaved areas. The surfacing material shall meet specifications of "Top Course" material in Section 23 of the A.P.W.A. Standard Specifications . i Installation and compaction of the Surface Course shall be performed in accordance with Section 15 and Section 23 of the Standard Specifications. The gravel surfaced areas shall be sterilized with "Princeppe' soil sterilizer or approved equal . The application shall be in accordance with manufacturer's requiresients. Compaction of the Surface Course shall be to 9S/ i-aximum density { measured in accordance with Section 13-3. 10E5 of the A.P.W.A. k Standard Specifications. TS- 10 TESTING a. General Hydrostatic pressure and leakage tests on the new pipeline shall be made in accordance with applicable provisions of A.W.W.A. C600-54T or C603-64T and Section 74 of the A.F.W.A. Standard Specifications , except as modified herein. All equipment necessary to make the tests shall be furnished by the Contractor and the Contractor shall conduct all gets under the supervision of the 0 Engineer. TS- 10 v t e• ILCHNICAL PROVISIONS (CONT'D. ) I'S-oa PiPL 1NSTALLAr104 1l:ON•1'D. I 4r g. Concrete Blocking Cont'd. Provide approved duck lugs at all installations- -Jo not shzckle through bolt holes . f:ach installation consists of two rods on ' apposite sides of the pipe. Shackle rod material shall be 3/4" diameter curb on steel bar material . Furnish approved couplings 4 where required. Bars shall be shop cleaned of all loose mill scale, i dirt , rust, oil or other foreign material by flame cleaning or power brushing and shop primed with Koppers Bitumastir. Mill Undercoat. Store rods under cover and protect shop coating frum abrasion. After installation paint rods and accessories with Koppers hitumastic 40 No. SOS to minimum iS 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. 1" Blow-Off' Assemblies I Water main blow-off assemblies shall be constructed as shown on City of Renton "Stanaard Detail for 2" Blow-Off Assembly" as bound in these specifications. j Galvanized steel pipe and fitting, shall conform to the requirements !! in Section 72 of the A. P.W.A. Specifications . Temporary blow-off assemblies will he installed vitere directed by t the Engineer. i . Water services 1 The 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 clipped into the new main, the meter boxes relocated A where necessary, or as directed by the Engineer. rhey shall be installed as per the City of Renton water service specifications as bound 1n this document. TS-09 GENERAL RES1.ORATION OF SURFACES s The basic requirements for surface restoration Lre as follows: roads , streets , driveways , shoulders and all other surfaced areas , removed, broken, caved, settled or otherwise damaged due to installation of the improvements covered by this contract shall be repaired and resurfaced to match the existing pavement or landscaped area as set forth in Section 54 of the A.P.W.A. Specifications , 0 except as modified herein. ( a. Tomporar�Cold Nix Asphalt •- r The t:vntractor shall place Cold Mix as directed by the Engineer. I TS-9 r n- t F 6n Al;1" +�M"-Mil f ?t- .� ^, 'fLit:llNl':AL PkOVIS10NS (CONI''p. ) �E TS-08 HPI: INSTALLATION (CJNT'D� Y4 d. Special Anchorage ; ; All free ends , bends , tees , laterals and my change in Jirection of piping shall he adequately braced and blccked to prevent movement ] ', from t:arust by use of concrete thrust blocks, tie rotes and joint iR harnesses. Concrete thrust I-locks musc be poured aCainst undisturbed ground. Thrust blocks shall be provided at all changes in direction of piping. In addition, all joints at bends or change ' in direction, to a point at least three joints bevcnd the tangent point on eithtr site of the bend, .halt be provided with a positive locking device to prevent sepatatrin of the joint umler full test j pressure . The locking may be accoaplished by use of tie rods and joint harness , subject to the prior approval of the Engineer. After 777 the pi pa has been joined, alig:. d aid permanently beddad tie joints } ' shall be drawn up to assure permanent water-tight-iess bat not so tight as to prevent :lexibility to allow for some aovtmenc cauaed by vibrations, expansion and contraction. v e. Valves and Valve Chambcrt. A Valve installation shall be in accordance with Section 75 of 'he A. P.W.A. Standard Specifications except as modified herein. f • All gate valve> excluding these in p-essure reducing vault shall include an 8" x 24" cast iron jets valve box and extensiors. ( j f. Connection to Existing Pipe and Structures Connections to existing piping an,l tie- ins are indicated on the 41 drawings. The Contractor must verify ,11 existing piping, dimensions and elevations to assure proper fit . a The Contractor shall be responsible for the protection of all existing piping and appurtenances during construction, .nd shall take care not to damage them or their protective coatings or 10 impair the operation of the existing system in any way. :0 The Contractor shall make all cunnections and tie- ins under the direction of the City if Renton Utilities Division. The Contractor must also provide any specials required to make a satisfactory connection. g. Concrete Blocking i General concrete thrust blocking shall tie in accordance with Provision 1'2. 14 of Section 74, A.P.W.A. Standara Specifications. The City of Renton Standard Detail for general blocking is bound in these spe:ificaticns. All free ends , bends , tees , lateral:: 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 g where applicable and/or shackling (tit rods and joint harnesses) . TS• 8 r 'I'IiCHN1CAL PRO, 15[ONS (CONT'U. ) 15•07 PAVLMEN'I' REMOVAL, TRENCH EXCAVATION, BEDDING b HACKFILL (CONT,D•) j ` ! C. Select Trench Backflll (cont 'd.1 j i .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. f w T(,c price per ton shall be full compensation for selecting the source, furnishing and placing the material as outlinod in Section 26-2.01 of the Standard Specifications. 1 TS-08 PIPE INSTALLATION r a. General 1 Pipe installation shall be in accardance with Section 74 of the A.P.M.P.. Standard Specificatic,us , except as wadifiad herein. ` t Ai: buried pi a shall be laid upon prepared foundation or bedding material so that the bottom quadrant is uniformly supported through- out its entire ' gth, as specified in Section TRENCH EXCAVATION, BEDDING AND BA( ... iLl.. The depth of cover for the 6" , 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, cowpacted, a and prepared for traffic with temporary cold mix asphalt. b. Laying and Jointing Ductile or cast iron pipe and accessories shall be handled in such a manner as to assure delivery to the trench in sound undamaged condition. Particular care shall be taken not to injure the pipe lining and coating. Cutting of pipe shall be done in a neat , workmanli,' e manner with an approved type mechanical cutter without damage to the pipe. Jointing shall be accomplished in accordance with manufacturer's recommendations. c c. Bends and Curves Deflection from straight. line and grade, as required by vertical curves , horizontal curves and offset shall not exceed the maximum 1 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 within the limits set forth. l TS to � t IWINICAL PROVISIONS (CONT-D.) TS-U7 PAVEMENT_ REMOVAL, TRENCH EXCAVATION BEDDING AND BACKFILL (CONT'D.): c. 'french backfill and Compaction � (1) General : Excavated materials that are free from mud, muck , d organic matter, roken bituminous surfacing, stones larger than 8 9 inches in dimension, and other debris , shall be used for backfill except where otherwise required. Y t (2) Initial 8ackfiil extending to a plane at least 12 inches j along the crown of the p pe shall be hand-placed, selected excavated material free from stones , hard lumps or other material ` harmful to the pipe. Initial backfill shall be placed around the 3 4 pipe in layers not exceeding eight inches in depth and each layer shall be thoroughly compacted by mechanical tampers to at least 951 f of maximum dry density at optimum moisture content as determined by Standard Proctor Compaction Test , ASTM Designation D698-587, Method D, All works related to the testing of the compaction, including proctor tests and compaction density tests sl-all be by the Contractor at his exp ench ense. Four (4) compaction tests shall be :« taken on the water tr areas . The locations of the tests shall be selected by the Engineer. If one or more tests do not meet the specification, as stated above , additional tests will be taken as requested by the Engineer at the Contractor's expense. All compaction tests shall be at the Contractor's expense. 0 (3) Subsequent Rackfiil : All subsequent backfill under street and shcul erd— areas s a e placed in lifts not exceeding 8 inches it loose depth, and each lift compacted to at least 95 percent of I maximum dry density at optimum moisture content as determined by ASUM Designation D698- 58T, Method D. In-place density determination 0 shall be made in accordance with ASTM Designation D1556. 58T, except as otherwise approved by the Engineer. 'resting for compactions in the improved areas shall be in accordance with the testing as stated ii the section on initial backfill. r (4) Payment ; No separate or extra payment of any kind will be 4 made for comion, wetting, drying, water, or processing of materials , but shall be included in the applicable unit price paid for the waterline in place, complete. f. Select Trench Backfill i Select trench backfill for the pipe shall consist of crushed or I 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 be made for material replaced jutside of vertical planes, 1 .0 feet outside of and parallol to the barrel of the pipe and not the bell or collar. J TS-6 i t ti, rin is M�F{ {W. 'D r y� TECHNICAL PROVISIONS (cONT'D. ) T'S-05 CLEARING AND GRUBBING (CONT''D. h '-- straight lines or to nearest co. structior joint, and shall be made with clean vertical faces . ; Removal of bituminof.s and concrete pavements and utilities shall b� conducted in accordance with Section 52 , A ^.W.A. Standard h Specifications , extent as otherwise provided herein. Clearing and grubbing shall consist of removing logs a.ad brush and cutting all standing trees at ground. All stumps !hall be removed. • Clei. -in and grubbing shall be accomplished in accordance with the applicable provisions of Section 12 of the A.P.W.A. Standard Specifications. The limits of clearing and grubbing shall not go beyond the limits of the right-of-way or easements. TS-06 SAW CU'I'I1NG • The Contractor shall ..awcut all existing asphalt concrete pavement ! and cement concrete pavement in Phase II 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. 1'he method of saw or wheel cutting shall be approved by the Engineer. i T'S-07 PAVEMENT REMOVAL, TRENCH EXCAVATION, BEDDING AND BACKIILL a. General Pavement removal , trench excavation, b2ckfill , foundation preparation and bedding for waterline and appurtenances shall be it. accordance with the applicable prW. ovisi ons of Section 73, A.P. A. Standard Specifications , except as modified herein. f , b . Pavement Removal tl The Contractor shall inform and satisfy himself as to the character, ouantity and distribution of all pavement removal. Removal of existing pavement shall cover ali types and thicknesses of pavement . y The contract price per lineal foot for "i.nstatlation of water main" shell include full compensation for cutting or line drilling, breaking and removing all types and thickness of pavement encountered in this project. ( Neither separate nor extra payment of any kin.i will be made for storing, handling, hauling or manipulatier. of removed pavement . IS- 4 ,. 4 1 ti � t f7 l • 1:1: IOT n» n i LEG L AND BID DOCUMENTS it1 4 } } t♦' 9.. r.. "S C pi r • I t TABU I F1G"1 W: I ' Y :j'.rusc YIa.�t Fi tt lOn.�s in Pnyyin�J.+ Typigal_Thrust Block Locations M Rm OY Ya M Yf nM� � t-IN nN IsN ql ham-_ R' IY Ust IOM iq1 Ois ----99 1% nI1 I=; _ 1190 _630 1jff-pY O -1st IW flN Iwn 1169 IN M nw ION N0 n0 _UN NN _-_ION /10_ \ < r'-/A stst N30 Stay ISM 1 1st too N0O 310 ION _ 30 IfN ni0 NN IM \ '� s--IN ON Nis 'no10 --2679 t IN Nq Wye no flN ` ( •. ✓� MI Ilan stN NN !T 1P- N Nil IONO t. an ,r ISO WIN eeo Ism am IN IINO 'NW am "m so ILX _ Vn0 wb NIO ra"� '• Ir'._ ,I0 INDO iMeO Alan --N00 r� 111 IN INq Mast IInO The IN INN Ulm1qq CIO - - M I1700 2,100 l7+N nN U'- N 111" Ulm IaNO Iris i ll.,. IN INN mm 16200 TN p IY 7On [on 30M NW MIO- IN UUM 3r IfON { 11 M 11000 nNo INN • IN nm N0M IO1N , x 1st rim "AN LIM I'AO IN 30010 aw) 11100 INN 1 IN ONN 400E 11130 ISIN Y;, 1st Simarm SIM WN 111N NO 1gOs wlq nNo _utN.. f7Fl(rNNRa N•'— N N7N uw p�N uwoa WIN WM IN am aasS.��N0 nsas INN ag nlN 0 nm 11N/ 1 . 62M 1w011 IOOon. �_.nt0u IN NNO s1 Ulm . IN most sl TWO am 2 M 1N Alas most Iw Ns Na mN .NN M'-. N am MI MIND,, {f100 "-- tilOY IN Is so I'Na was/ I" Ir1GN first Ol am N 'IM lessee _-INO 01IN_�IWO of--- N " TWO gist NIN IN I!>NI I97M NNO Il.N IN 110000 10)0N 1010N 61]N 1st Is"m tI NN IIsm i1M0 TARli I I „ IW Safe Bear Loads In Lo/Sg. Ft' The safe bearing loads give.1 in the following table are f,,r horiro+tal thmsts when the depth of rover over the pipe exceeds 2 fast. SAFE BLARILG "0 SOIL .. L. xi 5q.Ft. M -Muck, peat, etc. 9 .ctt Clay 1,006 nano 2,(100 Sand u.d gravel 31000 Sand and gravel committed with clay O,nOr) (lard shale In,ono •fn suck or peat all thrums are restricted by piles or tie rods to solid foul.datioro or by removal of suck or peat and replacement with ballest of sufficient staLility to resist thrusts. i♦ docking Page 3 x V le ( a h. CAM�1 IAT(CI P%p ATX0Q&' ' waxi•w operating pressure - l.S x normal operating pressure Area of crn..rete (A) = TQrus[ Safe Hearin load in (Pounda/q. It.) SBL i maximkn Might at thrust block (M.) = Dewth of treach Sn feet -1 h 2 2 twpth of concrete thrust, hloek = (width of trench in feet)(outside disaster of p��e in Eentl w'° 2 1 db ti3 3 2 Maximum Imuth of thrust block (la) - Area of Grata ' Q maximum Haight us Required lmonnt ut cmctet.e (cu. yd.) - (weight x depth r length)x0.03704-(HaxleXV,)x0.03704 1. Probes: Calculation of the amount of concrete required to block a 900 hand In an s' C.I. retermai r+ the normal operating pressure in TT1 the pipe will be 65 psi and the soil condition in the area indicates sand and gravel. 2. SO u mximra operating pressure - 1.5 x 65 ' 97.5 psi wtsids diameter of 0" pipe ^ 9.05 in 9.05/12 It. - Gc to Table 3: The calculated raxiauw operating pressure is 97.5 psi, the table does not list this figure an, We take the first II11 figure in sequence being 100 psi For an B' waterpipe, having a esuimra operatirq pressure of lGQ psi, ve sea that the thrust on a 900 bend is 5,420 pounds. -;o to Table 12: Table II gives th.• safe bearing load for sand and gravel: 3,000 lba/q.ft. -Go to Figure I r figure I indicates the position of the cmcrete for blocklnq the 90o hand .Go to the specificatirx+s of the project and find wpth of trench (h) 3 feet Y . Width of trench (w( - 3 feet with the. above assembled Information we Proceed to the final cslcuUtioce: -Area o: : Vete (A) Thn+st. 5420 1.90 eq. ft. Safe hearing load 3000 -waxLa Might of thrust block 06) - DepjLh of tLfA (k. - h } - 1.5 ft. 2 2 2 -Dapth of concrete thrust block (Dc) Width of trench in (eat (Ml -_ Yu t-Oiemetsr 91 Pios (d) 2 2 -mxiaa length of thrust block (Ion) - A £a_,gt,CanlCr�iq -� ' 1-4¢1.2 ft. weight of Cane. M, 1.50 -Required ssomt of concrete - (welyhtxDepthnLagth) x 0.03704 - ll� x L. x Dc) x 0.03704 - (1.5 x 1.2 x 1.121 x 0.03704 0.074 cu.yd. 1 Blocking page 2 v y 3. t , 1, ,f 1rrl' �in,N'pkt r e>�+>ah5q �dx�kn�� w � "� Y71�'"��i "' �}r $'i• �� i. � M }x l pa IkY t �ye,JpZ` Fr � v i� 8 � pR, yJ A STANDARD DETAIL FOR GENERAL 6LOCONG • c'(-W.RCTE BU)CKll A. GCT7R PA I. ' The am. t of concrete required to Anchor horizontal bsnds, tame, and dead ends dr,ends on the str with of the soil. The methods of placing concrete to keep the joint accessible Is shown in Figure I. The area in square feet of cmcrete which must bear against the ■ side of Me trench is found by dividing the tbrust in pounds shown in Table I by .he safe hearing load of the soil as shown in Table IL P. CRITE NIA - The sizing procedure is for horizontal or downward thrust only. - Height of the thrust block must be rngual to or less than 1/2 the depth from the ground surface to the block base. - The thrust block hearing phase is approximately rectangul.r. - The concrsta blocking shall be as par AWA sg.scificatlor, 74-7.14. • l(� r. SYMBOLS d. Outside Di•.aeter of tipe in Feet T • Thrust in pounds at the fitting (Table 11 SBL• Safe bearing Lad in pounds/sq. ft. (Table III h e Depth of trench in fast • (Width of trench in feet A . Area of concrete which must hear against the aide of the trench in sq. ft. 0.• Maximum Might of the thrust block in feet Dca Depth of the concrete thrust block to hsmrinq surface in feet L• Maximum lrngth of the thrust block in feet s ra m✓e w<i yy �F h • w i i Blocking Page 1 j � 4 1 »I« N j{IM w V < z 2 a IT �< N( TOTM W ,111 AW.MC41 MAIM\ t =ul A[Ort "❑I!M a CITY PARK DEPT. DUMP SITE 1, a ; CONTACT PARK DEPT. RECTOf FOR INFORMATION PH. 235 25� " term ► _*vw 3 I IY R '1\,.ill'- ♦ ,i J /mot \ f Ei M�[EI MT ,I�r�� n ( i/ N O z � P " s K t ue�� - s AIRCRAFTld by Y i 1'oKrtl 10 < Sib Sbl,pn fimrk tT� If ltt t1No if" � [ M t a S G! i Y MirMi, IAA+ :,�i Y A.IM'UwT [ " AT. +'i ♦ ini AT I 1 It n [ s VICINTY MAP • '• r PARK DEPT. Dump SITE i Nw V a n w w ♦ • • ♦ • a 'a N e � o OA VI FROM *Art*MbN� F E ----L� To"WIN M[T4{ CA ItN. 6n.d — —MY..d • Ltil'/ NON ML .-.___. _a___ VUN�LK[� • _' [LOH YiLIt ILNLLL 1!t . 4riL[ IIi alOONNiN-1O0 1� t I'SAW WILL 1 O T.114' GILv 0Kl".A•a-- I [ L'4Lv tLOtt 11 ML/ L' M[IMK KG YiLYt • YNION C9IMLINt . mum NNNINI IW 1 i t $ALY ONION_ {IT_ N L• tKY TLL Y_tNTKA'L..-.. _- 1 NLY MON M3: NI N' _WN:[ .NNb. -ON u^ d"O.N•N Y�• b... ft t t'. OWGAIV wsrlNc _ _ _ _ I ►JN RD UFICA IONS .. N 1 N[TLOCN WLI I►1 . r[w_Lt I!f___ titT INON NIT[N ION Li\�[ �OIYYNL- /IIL 1 Z PRE$'t11R[. R[OUCLR$ 4 ' J s cb D 'hf% J / s 0 � 1 -0 � rAOM wiwq MpM L � f t�T - le. e•.,r a..n A son cmFw•rE •YYR R• "M• • .re wn• ow =ww� rw." c )w twcx rwm •rw. M•NHu Q w uwrw) D .Y.i_�. IY�.i •wawa •uwwe • M/Yur 00046M Y•Ma, W" LMON(Mul.aw wucM r•aa stowt aaera tat To" � MAtt fMIM�gM . iIM. M! JOwI. J-/TI _� �^ n.. • s.nr•.. J K. •'4 r �•. •wawa W"W" -- 1ST .•• LI ,A qM K r� •sYcoca wra �►[ • •awu,c isr),_ ' Il♦ PRE-5tAiRE PLDUCtA5 � ..•�Nn+ �stw aaa (arr�) �_ ew.unc •aarw•aui � -..i=—,.�".:. ------------ 1 ti t, i � I I I Reduced Print A fav wAir sn•l!! c.A.. .tln..att DO NOt scale • cai�en�otl faar w4Wl w .OW —� J b•Ml. tll RY f.L ••• 1 ( t IY roll VM) Croft 4A.s tlbw lt/R[ ! (� .te APrt� C� . or • w+� O. Awn Yw[!� rAcv! JOKE .J ff2• � , •.......,.. .......... ! ~! caW MAItA u{.P �. cKl qyn tIRU fi OY,tIIC . Urt Ar ---Y-- —+--' i '.2 rwrEp SENwUS __ _ M M.r Diu ueE.ltlltL�tfi_j_ ♦� 1 I 11 1 . I � I (pq !'4l NfY Siff.!! G.i NWLLIf fN ltfrKC C.�M.tu:f � ewlan••w e,'-"'y•�--F-M iueR s� �Y+�Lstef wyf Reduced Priat t, i collet fff[ � is Lm bF Y..F _� W i[R Slp► ... - DO NOt z!o -------� S C L►d O t tM+.tR f1Y �T _ Qf\Nf� f tli. tli'S 6 vlitR rnA .---� WlYtf n NNf i \ oe.. .YF^'ftWtO Motif I•• ITER j6RvK(!, � fYYyLf w-HNo � I fq ffRtlLf TtI _--�"�-L - �� 1 , 0 i n I 2' MIN SHALL INC(_UDE �-FINISHED GRADE HYDRANT EXTEN WHEN NEEDED OLYMPIC FNDRY. -OR M AL C.I W.VE Im ` o C.I SPA -6'GATE W K (FL•MJ) CONC, 3/4'SHACKLE RODS BLOCKING- '`!:1. .�.:► _QNC .• ' ". BLOCKING L 1 1/2'WASHED GRAVEL L%• 6' TEE PFU 16' 4' CONC BLOCKING HYDRANT HYDRANT GUARD POSTS SHALL BE STATE OF WASNINGTON 17EPi, OF HIGHWAYS DESIGN Of CIRCULAR2 PRECAST CONCRETE POSTS. GUARD RAIL IL2' TWO(2) GUARD POSTS (MIN) SHALL n BE SUPPLIED AND/OR INSTALLED `--GUARD POST (TYP) 0 ADDITIONAL POSTS MAY BE REO'D BY ENGINEER FOR OPTIMUM PRO- TECTION FROM VEHICLES ALL FIRE HYDRANTS AND GUARD POSTS SMALL BE PAINTED AS DIRECTED BY ENGINEER STANDARD DETAIL FOR HYDRANT ASSEMBLY g 5D-1 HYD. GUARD POSTS 71 STANDARD DETAILS 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 ly" and 2" Water Services SD-3 Standard Detail for 3/4" and i" P.ressure Reducers SD-4 Standard Detail for 2" Pressure Reducers SD-5 i Vicinity Map City Park Department thump Site SD-6 { 1 a r K, STANDARD DRAWINGS d rtr°r7j�'„u„> f 1 r 'y ( TS• 16 TECVNICAL PROVISICdS ICONT. ( H. STkAIN8R5 1�-ont.) steal. Strainers shall fit snugiv and shall be easily removed. The effective straining area shall be as large as practicable and as a minimum iouble that of the meter main case inlet. 1 . . . 9. SEAL WIRE HORS • The register box eczews, on all meters shall be drilled with not lera than a 3/32 inch diameter hole for sealiaq. 10. REPAIR PARTS The Contractor shall submit a complete list of parts with quotations ,.r . effective for one year after award of the contract, t� , 11. MAHVF,ACIVRER:S SPECIFICATIONS Riduer shall submit bulletins, 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 t pressure lose shall not exceed that shown for the follosinq delivery. 14:TEk SIZE DELIVERY MAX. PRESSURE LOSS (Inches) Gals. Per Minute Ihs. Per Sq. In. A.W.W.A. 5/8 x 3/4 20 11 1 Inch 50 15 1 1/2' Inch j0o 20 2 Inch 160 20 G «� ,. ♦ 1k y `r 4 Xi, z . y. J ti 1 i (n l Y s � Contracts Othtr Than Federal-Aid 7 of 1 IN WITNESS WHEREOF, the City has caused these presents tc be signed by its A Nayor and attested by its City Clerk and the Contractor has hereunto set his hard and seal the day and year first above-written. A CONTRACTOR CITY OF RENTON e resp '��� -- en rc► r n ATTEST: Setrat+ry t�`{�yZTtrTc— dib/a RENTON CONSTRUCTION CO. , INC. Firm a�R w* Individual— Partnership __ Corperatic-i R _ A Weshingto, Corporation ate orTncorporaticn +S Attention: y if business is a CORPORATION, name of the corporation should be listed to full and both President and Secretary must sign the contract, OR if o.�e signature is permitted by cc-peration by-laws, a copy of the by-law. shall be furnished to the city and made a part of the contract document. Y If business is a PARTRERSHiP, full na— of each partner should be listed followed by d/D/+ (doing business as) ,.nd firm or trade name; any one partner may sign the contract. If Cutin!ss is an INDIVIDUAL Pr.,IPRIETORSHIP, the name of the owner should appear followed by d/b/a and naa,e of the comp-ny. V 1 M rya a Contracts Othe: Than Feder.]-Aid 6 of J obligated to t&P immediate steps to correct and remedy any such defect, r fault or breacn at try sole cost and expense of Contractor. • 9) The Contra:tor and each subcontracirr, If any, shall submit to the City such scnedules of quantities and co ts, progress schedules, payrolls, reports, estimates, records and miscellaneous lata parta to the a Contract as may be requested by the City from time *o time. r 10) The Contractor shall furnish a surety bond or bonds as security fa the i faithful performance of the =ontract, including the payment of All persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified ) in paragraph 11 . The surety or sureties on such bond or bonds must be F duly licensed as a surety in the State of Washington. • 11) The total amount of this Contract is the sum of Thirty Thousand _` 4 One flundred Sixty Eight s 22/100 ($30,168.22) , which includes Washington State Sales Is Payments will be made to Contractor as specified in the "general condi.fors" of tnis Contract. t k !; 5 of 7 Contracts Other Than Federal-Aid notice as heretofore specified shall be given by personal delivery thereof or by depositing Sam in the United States mail , postage prepaid, ' certified or registered :nail. 1) The Contractor shall commence performance of the Contract no later than 10 calendar dais after Contract final execution. and shall complete the full performance of the Contract not later than 60 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sun of One Hundred and No/100 ($100.00) as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the finai 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 for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one ( I ) year from the date of final acceptance of the work, unless a longer period is specified• The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be % / Contracts Other Than Federal-Aid 4 of 7 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify sarre from and against any and all claims. actions, damages, liability of every type and nature inciuding all costs and legal expenses incurred by reason of any work arising under or in connection with 0e Contract to be performed hereunder, including loss of life, persona) injury anc/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in acv way relating to this Contract. This hold harmless and Indemnification provision shall likewise apply for or on account of any patented or un- i patented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically t D y provided for in this Contract. � In the event the City shall , without fault on its part, be made a party t d1 < � to any litigation commenced by or against Contractor, then Ctntractor shall proceed and hold the City harmless and he shall pay all costs, R expenses and reasonable attorney's fees incurred or Paid by the City , In connection with such litigation. Furthermore. Contractor agrees to i Pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of anv of the covenants, r provisions and agreements hereunder. y 6) Any notice from one party to the other party under the Contract shall be to writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such , r k Contracts Other Than Feceral-Aid 3 of 7 i a subcontractors should violate any of the provisions of this Contract, j the City may then, serve written notice upon him and his surety of its 10 intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of 5y. any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall , upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perferm the Contract, provided, howaver , that if the surety within fifteen 15 da s after M the serving upon it of such notice of termination does not perform, the Contract or does not commence performance thereof within thirty (3)) days from the d. '. of serving such notice, the City itself may take • over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the accoint and at the expense of the Contractor, and his surety shall be at liable to the City for any excess cost or other damages occasioned the City thereby. In such event. the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing ar said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. W 4) The foregoiig provisions are in addition to and not in limitation of b any other rights or remedies available to the City. OMOO t � Contracts Other Than Federal-Aid 2of 1 and the construction installation performed and completed to the satisfaction and the appru.tl of the City's Public Marks Director as r 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 q, bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full , and if not attached, ac if ) hereto attached. � " i a) This Agreement + b) Instruction to 3idde',s c) Bid Proposal i n d) General Conditions e) Specifications f) Maps and Plans C , g) Bid + d h) Advertisement for Bids i) Special Contract Provisions, if any w 3) If the Contractor refuses or fails to prosecute the work or any part `R, thereof, with such diligence as will insure its completion within the time specified in this Contrcct, or any extension in writing thereof, or fails to conolete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment i for the benefit of his creditors, or if a receiver shall be appointed } on account of the Contractor's insolvency, or if he or any of his . _., �.".�.^-• _ ...�.:.�.�r... ,_z �`a..-air asr,�`."�tL�.' e`$d1Y! �1. F 1 it I I of CONTRACTS OTHER THAN FEDERAL_ID THIS AGREEMENT, made and entered into this t5t- day of Q' 19Z2, by and betwee THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and Renton a Washington Construction Co. , inc. , Corporation , hereinafter referred to as "CONTRACTOR." +K Y a' WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within sixty (60) { working days from date of commencement hereof as required by the Contract, t' of which this agreement is a component part) perform all the work and e services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall i i . complete the construction and installation work in a workmanlike manner, in cnonection with the City's Project (identified as No. W-455 for improvement by construction and installation of: _ Renton tlunl, Airport alter System Improvements Phases I and it ' All the foregoing shall be timely performed. furnished, constructed, installed and completed in s.rict conf• -aity with the plans and spec- ifications, including any and ail addenda issued by the City and all 9 other documents hereinafter enumerated. and in full c0mpli8nce with all applicable codes. ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. it is 1 further agreed and stipulated that all of said tabor, materials, Knew appliances, machines, tools, equipment and services shall be furnished MCI A► f t SCHEDULE OF PRICES (N9te, W"t prices for all 1t4r, all extensions and total mount of Did suat be shown. Show unit pfiasa an both words and flqure4 and where conflict occurs the written or typed words shall prevail.) IT:M APPROX. ITEM wlTm UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY rUhit Pries to be w.itten in Wordej DOLLARS CTS. DOLLARS CTS. :l 2 ea. F 6 12" water Services with 2" Pressure Reducer T ach —+ a 12 2 as. Reinstallation of 2" and SmWer water Services For Each -JOO For i l3 130 Ton F 8 I Crushed 14" Minus Rock I Base Course for Asphalt Restore ion of 14 1 ea. F f I B" O.S. & Y. Gate Valve 8 Misc. Fittings for Complete Installation in Precast Con ete Vault Ifou ray Each ISub Total �� c S.It Sales Tax °TOTAL i p The uidersigned bidder hereby agrees to start construc ion i ork on this proje t if awarded his within ten (10) days • d to coggqlete work within sixty (60) Consecutive calendar days from dataof ezec�tion Dated this day of , 19f7 Signed Titla Address IV,? 7 S oe . 7r Phone _ 772 - rn� now i I I i r i c SCHEDULE 0 PRICES � (Mode+ fA,lt prlae for a21 Mess, all extensions and total amount of Old nest O. shown. dhow Wit prlom In both words and figures cad whom conflict occurs the written or typed words shall prevail.) ITEM AFFMDX. YTBM WITH UNIT PRICED B10 11t1IT PRICE AMOUNT tIAMT 00. ® ITY remelt Prlcow to aw write in words DOLI.AFS CrS. DOLLA1,G CTS. 1 70 LF F $ I 1%" Galvanize Iron NatAt Pipe For Linear root uo"�r sJ ;t guras fiiures 1 S2S LF F 8 I 8" DI (1J) Cf. S2 Water S Pipe ,., f"L ! �— Sj� ,— j ! 0P07Z near root s� �+ I I 3 S ea. Y 8 ' Sh" MVO Fire Hydrant Asse lie : (MJ or FL) Per Each i 4 on. F { I B" Gate Valves (MJ or FL) tth Cl Valve Boxes ! $ 300 f Xoo e For Each S S Cu.Yd F { I Concreto Blocking ! 20 — ! 00 or Cutlic Tara 6 1Z5 Ton F { I Sele t Trench sackful Fir" on ` 7 130 Ton F { I As haltic Concret± Surface storation .f _ . f_ ! 30 ( Per Ton 8 60 Ton F { I Temporary MC Cold Mix Asphalt Re torstion e lip-Glra�� P r Ton '— Y 9 100 Ton F 4 I :rushed 5/8" Minus Surfs 0 Cowse er Ton 30 Lump S .m +moral of Old Concrete i oundation Floor �Slao i Lump Sum `. o fd PROPOSAL s TO THE CITY jF PENTON AI RENTA, WASHINGTON _ ., , '• Go,tl emen: The undersigned hereby atrtifrf) that HIE has examined the sitr of � ,* the proposed work and ha read and thoroughly understand— the plan, . m. specifications and contract governing th- work embraced in this improvement, and the method by which payment will be made for said work: and hereby propose to 9 ' undertake and complete tha work embraced in this inprovemer.t, or as much thereof as can be conpleted with the aoney availAble, in accordance with the said plans, specifications and contract and the following schedule of rates and prises: ffil (Note: Unit price, for all Item, all extensions, and total amount of bid should be `:»n. Show 1 unit prises both in writing and in figures.) Signature -- i Address Now of Members of partnership: r OR Nave of President of Corporation ;e 1 �r..r l• __ Name of Secretary of Corporation Corporation Organized under the laws of With Main Uffice In State of Washington at —(fieiZ Sf /JI' .tee Now ' i • y. — n./. .�.. .- .ram. - .. - ».... r .. • -.. _. . ._. 1.�. . I E ». rM.is•W AMIENIDAN FIDELITY r181 INSURANCE CCMFANy awaamMar.Mrw ram FDIYIN OF A77011NEY r A AKMW w rr AL MEN W r'M 1�nDM:TYI Oo Marm F 1 mr4m PAMW amwW Mfakry Fkarm,pmm ,ft jW.CatmWrWa aAapM►y w MwM r ilrraaa rGR W TNa.ap,i[a d Nw Yaa.Mrwwl m GR AtlwIMM MmGRaMa, C^aMrs'�GR iAm at d AMawT.IFN,m Ml: —14 FMaWu1,WNW YrMwlYml.a aWw•Mlles{/IWNL L.Ym Arid FM"*'C 4101 ra aMLJ WY,Wmmft.m Mr` wmM wM NMmM a Farr Of Maamy araNaWO a ANrryrFw M►raMMa. AIm m wFOaaM a mW aroma a"MwM Aw aw m Wes,'M huft WAIW amaam Mw Wod y.T. CONOVFZIK MWW 1.C. S4UldANM of YATTIA,VADm167TO! ry ■Mw W rawM wmmw6)4owad,Will, Mi Faaw MM m, I biaby malrrd r r~.am"mM mink m 11104 anwm,MOMMIMilt m/44w he m IMAMT.ma a Ir We mM Am/,■/i w tpMllm►mM may m 6=6 aaaad IIMaM TAs'uAMMaY1MMYe of Wa GRr DMrw AAwYraMmm r m aeaMrr a1W b rim NM AbOMMMAN FmEIRY F4!D/WAMOM�ANYY raw AMwplaAk MNaa,MMmM a Ow Wm.fr.and M/of .w rMal�aa.w aaab Ma/DN r amMwaf. M VMM WHOM",Wa AWA16M FMIWV Ka rrmar C40OW 111140111011 hw Imwr N M MMr by as N IIMIAw m low YlminadmM.me■GgrsA aw r to kaM iLL �� AYEDCAM FmOJIY/W Dm110ANdCJIfAMY / M — Yes rMw YaA awwrw.. } a On dW Swl Aq of Madb 1975, raw W.Malmdw,M Nary PwM of Wa LMm r Nw yea,Is Md GR GR r, I dMaw Aar III L r el+NM,aw a ftN.lwrA rGR&nd TaAMi/Iaa pw Mw C9@WAN mwp&MNA laoau mmwIOWrNJ W byW** ,damaaMKr kA 0 00 GESom:M Mw'M/A w OMPRIV L"d Awl M w rw,rot mrM y w MMT mmm AAa t I r1 MaM•MaM d aw csmMaa�,adrC am co,p . hd"Mar GR010 M M m wen d* %W aM r w In bad Mr Marmara by GR aM' )WA Mkwam ad w MMFIMwa d mad O SA hb alY.d W C40anbw 1 Y.M w aY r w pMwMy law"WAIL r Mw r Smaa. fAMFmMtlm wN 9 w GR nawMMm of Old Cwi. Y. ah W m IN TTtTOMpiY SJMW F,I Yaw kMwiM MM my had.mA lifted mM nfBdw mM M maaflmy,Nw.YOt GR Ali r yaw ales.auaw. . � 1 w.. Navy Paw J L ALDMA Z KAT1OM NVTADY FMr.J w raw Tat W MO~739 OmEwMd IN Nrm C®MY CaawWdm 1aVrm a"10,1976 awr atHIM Yma l C rF aMNmw ( m CIERTIFICATE go midodpwit,aw.Mrr of AImRICn 4 FMSLM FEE PFAALAMCS COWAWV.awk wawrHee r w Nna of Nw uk,DO HUM CIDTWV 6M w Mmyc-A.ad waAr Fww.d AMMOMmy mw MSAMow MM Awkamy mwrM Is Ai Wa.MN Yw mM lam Ma.aIAM.and IwMMma.am w a..Yrm r w a mM r Dues � YUM,a rM Mlrm Y+•CmaDrr N Aamaay,w MIw•a Mw. D'Md MMd SwNw a Wa Maim am"r w Mrlgmy.a•wAry,Nn Ya .Owed AW TArMq OM wrck A D..Ifry m i'4 AmMom 4aarp' • NA a9 w I.) w 1 T 1d .M 1+ i 1 � 3 BON NO NO, 04-6 2a23`i3 ) BOND TO THE MY OF RFN70N i 3 KNOW ALL HEN BY THESE PRESENTS: I That we, the undersigned R)art'OR LOMMUCTIrAi CI).,INC as pnncipa^', as AiiL�N FIDTT FIRR INSi1RAKCE Co1_ARY_ �orycra on organ(tta anC existing ruder Iaws o ne $foie-T— o MW from s a surety ccrporatior and qualified ruder the laws of he State cf as�ingT fo`6acawe`iurety upon bonds of I contractors with miricipal corporations, as surety are jointlyy and severally held and ) firmly bound to the City of Renton in the penal sum of ; for :he payment oT which sun on demand we bind ourselves an o - -uccessors, . e rs �� m administrator or personal representatives, as the case may be. This obligation is entered into in pursuance of Vie statutes of the State of Mash;ngtor, i5 the. Ordinance of the City of Renton. Dated at BEATAIZ ,Washington, this 24TH day of mARCR 19 77—_ Nevertheless, fire conditions of the above obligation are such that: r 17. WHEREAS, under and pursuant to Ordinance (o. solution) No. 2295 provldteg for .—WAW FROJZCT µSS - VAM MAIN aWROVEMtnTB FOR THE RENTON NONICIPAL AIRPORT It. --- Tw _Fj contract s re c�re�i Zo eeiein anrTis�na�e a pares reo as .ou r a &a_iaJ—' ea hereto). and WHEREAS, the said principal has r=:eoted. or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; 0 NOW, THEREFORE, if the said MTOH COHBTRUCTIOR 0D.,jNC shall faithfully perform all oT_ e_`pr_o­vTsTo—ns of said con rac n'IFe Winner an d in the time therein set forth, or within such extensions of time as my be granted under said contract, and shall pay all laborers, mechanics , subcontracturs and material , men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless {i from my loss or damage occasioned to any person fir property by reason of any careless- ness or negligence on the part of said principal , or any subcontractor in the perfor- man,m of said work , and shall indemnify and hold the City of Renta,, harmless from any damage or expense by reason of failure of performance as specified in said cLnt, ct or from defects appearing or developing in the material or workmanship provided or per- formed ender said contract within a period of one year after its acceptance thereof by " City of Renton, then and in that event this obligation shall be void; but other- wise it shall be and remain in full force and effort AP Av VEO as to lity RENT'GN CONS: mrC A.ppro4d: l 1 t" �- AMKI10411 YMEL171 i IMUSAWR CUMAK J. bamaur. - AttorneT-1.,-Paat i