Loading...
HomeMy WebLinkAboutSWP271559RENTON, WASHINGTON BID PROPOSAL SPECIFICATIONS FOR INSTALLATION OF STORM SEWER TRUNK IN NORTH Sth STREET-BURNETT AVENUE NORTH GARDEN AVENUE NORTH 7-3/-G9— 4 Jack Wilson City Engineer �� 1�-' 4, 1,4%, @ i DAM1[1 JS a o v2R100* STATE OF WASHINGTON NOR DIVISION OF PROFESSIONAL CICPNSINCB THIS C[RTWI25 THAT TH( ►ERSON NAMED HERON IS LICENSED AS PROVIDED BY LAW AS A GENERAL CONTRACYOR BOWERS CONSTRUCTION Cc) 90WERSOANTQN T041EiRMANN=• 16139 ANeAUM 400 SO SEATT« wA 98148 ACCa►N NUMBER - —� EXPIRATION OAT[ ^ 0 MYgat fora OUat/0A N AUG 4 1 / .0A -V 1 Sr —MEOW- 7- 77 TI • ry PARK PAR5i ri i-Ap ILI. a IE Li. --a ZL NOTICE OFICHANGE IN DATE OF ,ID OPENING 'ALL FOR BIDS , Sealed bids will be received until 2:00 o'clock P.M. Wednesday, July 2nd, 1969, at the office of the City Clerk and publicly read aloud at 2:00 o'clock P.M., same day in the first floor conference room located at the Renton Municipal Building, 200 Mill Avenue South for the STORM SEWER ON NORTH 5TH STREET FROM GARDEN AVENUE NORTH TO BURNETT AVENUE NORTH. The work will constitute providing labor and equipment to install approximately 1590 L.F. of 24 inch and 20 inch C.M.P. (Pipe to be furnished by the City of Renton), 6 manholes, 1500 cubic yards Select Backfill Material, 300 Cubic Yards Bedding Gravel, together with all necessary appurtenances. Plans and specifications may be obtained from the City Engineer upon receipt of $10.00 for each set. The deposit will be forfeited unless Plans and Specifications are returned in good condition within thirty (30) days after bid opening, A certified check or bid bond in the amount of five (5) percent of the total amount of bid must accompany each bid. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities in the bidding. mie Nelson, City Clerk Date of 1st Publication: 18 June 1969 Date of 2nd Publication: 25 June 1969 Published in the Daily Journal of Commerce: 2 Oth of June ow 4. , INSTRUCTI•uNS TO BIDDERS • 1. Sealed bids for Proposal will be received by the City of Renton at the City Clerks Office in City Hall until Z A 1969. At this time the bids will be publicly opened and read after which the bids will be considered and the award made as soon as practical. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add to or eliminate portions of the work as deemed necessary. 3. Plans may be examined and copies obtained at the City Engineer's Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. Work along highways must he in conformance with the applicable County or State regulations. 4. The bid price for any item must include the performance of all work and the furnishing of all material necessary for completion of that item as described in the specifications. Where alternate material is bid, the bidder shall fully describe the material proposed, either in the bid proposal or supplementary letter attached to the proposal. S. The bid price shall be stated in terms of the units indicated and as a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation to the TREASURER OF CITY OF RENTON in an amount not less than So of the total amount bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfieted 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 further information on particular points. 9. The bidder shall, on request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payments for this work will be in 1:::2zc At 4(4101"/^d,-s %ems A,UG 4 90 QF-1 In order to assist the City of Renton in properly evaluating construction bids from time to time, the following information should be submitted to the City at or prior to the bid opening, to determine the bidder's work experience and financial responsibility to satisfactorily complete the project. The information thus submitted will be treated on a confidential basis by the City officials. The form should be filled out in its entirety and if any additional or explana- tory information is to be submitted by the bidder, an extra sheet may be added for said purposes. If any essential information is omitted, the City reserves the right to reject such bid. CONTRACTOR'S PREWLIFICATIM FOR,", Submitted to. C 17-X OF L/IITDAI BY: / AI-I-D/V T: 6 D 061fS Gf%� &W61-ff%.Q� 71Dr�1 �i9�yA--R h x An Individual Principal Office: /�")3 EXPERIENCE QUESTIONNAIRE 1. How many years has your organization been in business as a general contractor under your present business name? `1 y2 S 2. How many years' experience in fJAO Odn) &wrigs construction work has your or anization had: (a) As a genera contractor (b� As a subcontractor 2 yids ? 3. in '�Ihat expe.�ience has your organization had in construction of public rovements? Mlr,V - r , M 1_Z1Z3, am L.3� P.,Z 3. so /9 d(�.� u/, s O&d f/W I/ S��2c iQ 1�,51,/ Sazsr/t q7 "A D fl g H i�f ad m<�,'-- S �Pr, q� k / /Vo eDVN rV 9 ,1, 7 /s' ff5`S • o J�,Ps a ��i�i c� 0 GTj i q 6 j 7' y D F i��73 rr�' '_ y 4. !-!hat other projects has your organization completed? Contract Amount Class of Work tlhen Completed Name & Address of Owner f — - " 4 d D ��(,%i C4�/✓ CBI j6 NfGsT/�O, Ser�i'rfr� ----#-2-P31 ax_ — _ � f�/ 733 s�wAc-ram sY.sr�n� ft�i9y� i967 /s-�i✓G'- ��dN�'y; �c��A,� n,�c,sJ . _.,[�.1 � • � - l,J A7'�i4' srA-r�enl. E7L f� PR/ t . � 9/ � /S"�' Gd.�� 9 %. _ �5' ram. L_ L.C� !/{i'� l o-fl 5� 7 a & 3 d' �" v 8G' cv �1 r�� S9si �Yj Sg rv.9s'�ig�/// , i 6 TY�rY�fi'a1/A/�� Lr vuc S7c1 er4 t>rs� y 0 -off ,�Trz�" e ;"-Y, f 77, � S �r/Q s JOffe J 9G c� i S� i 1,4 :r QF-2 5. a) [lave ,you ever failed to complete any work awarded to you? Ald if so, where and why? _ b) Have you ever been unable or prevented from fully completing any job which required a bonding company or �ird parties to take over and complete the project? If so, please explain fully. 0 6. List at least two corporations, individuals, cities, counties, or states for whom you have performed work during the last five years, and the name of the individual to whom you refer. rwT l Ot ��_�Tr� . ���i�%L��— ✓%;�/�1/�i � �l/Y of �NdfyiC' W . �N� ��-�-�-�-r� �i✓2ii►/��i) - �f�Prn/Y .I���,n//✓�S 1� ��t%/� /l� �/�)R�- /�!r' f: vOS/fi�s� 7. What is the construction experience of the principal individuals of your organization: Individual's Present Position Name or Office Yrs. of Construc- tion Experience Magnitude & Type of Work In What Capacity? 8. List the major items of equipment which you own or which will be available for use on the proposed work, / Nopro --�;-o-v a H-1plfoz)�,ic QAf,�(yog , / JOHAI DtE-��EZo/o CRAWLik "ADe.-iIT: / JOHn/ R��Lr D . ' o rc: � v C),, e_LQ�LL-T- P/CK_,Ve f WI�U� 7-ICKyP ���/�`iP7 /✓A��, Ctz ar'trSSn Z v- 9. List below the contracts which you or your company or corporation have engaged in during the previous 10 years that required court action for settlement. L-�� �' sr ,�i�/ c�� or"V 0641AI&E 41VP atAAIC-C L-sS ,. Mr P/eWC-51 S6177z,-.VtV, A AUG 4 SM BOWERS C.�0N*Sa 10,TTION COMPANY 182.39 AMMAI!M (30MAVAI'M SO'JYH ,• 1 SrkTTLF. .%,AL'N!N(;ToN 4)0148 B AIAIZCE SHrE'!' May .31., '1.969 Curm-nt Assets: :L'{ .90 Cash in Bank �0"00 Cash on Hand Accounts R,eceiva� 2e--Trade 2.8977.59 Trvenl"07 6h8.77 1 ?nit5. 72 L7I�e at.:i26'11tS flt•�O.C'� �.OSE:►'4es tiBaLi. C;S't;St� Loan' ,� 38673.48 Fixed Assets! Heavy Equipment Rf?� �rf.;'7.CP Faui;.rr�nt •?1 fir ,.3 Less Tteserve for I��1reci�zt:an '•'15.51 34931.-69 TWAL Fl7,FL AS4,ET5 MAL ASSETS L AblUTIES & CAPITAL Gwrent Liabilities: .Accrued Taxe3 Payable ?Q�:3.68 ;tecrued ;,coount.s PVabie, �r,r..7.62 Notes FVable, BarJc AL(Y).on Notes Pa�,able, FAnipment (in 1 pr. ) �918-1)3 ,accrued Payroll _._. 349_:95 T,JCP 3L CURRENT LIABIL111 7S 2�309.39 Notes Payable (a_f'ter 1 ,,r.) 10700.00 Rotes ;'gyable, i,quipmert (,after I yr) 3?_;0.31. TOTAL NON-CUR:'ZFVT LIABJ IlTIP:S � 13► U. 1. TOTAL LIABILITIES 39259.70 Capital, 12-31-68 Investments in Business Profit and Loss, 1969 TOTAL CAPITAL TLVAL LIABILITIES AND CAKT AL 29533.o4 g995-V, 353 96 73605.37 91gX5.17 AUG 4 10 ANT OIL T . i' BALANCE Sk- 74,1' May 31, 1969 t _... 1 -0. 63 x•��t -all :° Cit 1.70.00 .,ccojints roce,�.v.xnle Junt) 1020.00 ;oj.ea v lra (Peal Y,state) ia3a� 1:"i ,ate . ('4)le VaY'1f%N (2('va^res) t)COn.��fJ . a; 3pI P. �Tfi1 J.ElY,y (c 3CR'Ea S `: ��+0. l'O }ia bar'en' `3. i7t' ii t, _ acres) I(xXx— .1�� 1rlLawi :. ].t'001 00 6, "Bu�ricn. E�)�;h <:;e. :.; acres) 11r`VC^0(',. 7. i7 tJ..".'-ail, R:�ii.•^..e , l��. ti �lif: • J• �w 1i.'l.'1 1.00 8. MaI,le hi.:11s.. L'ot 2500.(Y) Othibr AssFts House Troilar 2.6-? J. m Timber 5rq).00 Livestock & Barn 2?44.W4 Autoo 900.00 Furniture 07).00 t U ,: cellarte ou's 1f-)o . 0C1 TOTAL PERSONAL TOTAL BUSINK35 ASS ;T`'-1 TOTAI, ASSM LIAkTTJTDFS & CAPITAL - .Accounts Payable i21;..39 Real Estate Contractsa 1. Maple Valley (20 acres) 1(Y)23.98 3. Des Moines Reach !,ot 4755-85 h. Burien, S. 176th 6811-4.17 6. Burien, 8th Ave. S. 6tw.00 7. Burien, House, ?th Ave. S. V?100).rK) 9. Burien,, `' n 141")th Pl. 1.0760. 5 2 Real Estate Taxes 562.00 TOTAL L1AJ3IIJT1F-S TOTAL CAPITAL TOTAL LIABILITIES AND CAPITAL 315-4).; - 2 5 53137.93. 1.32653.71 lg Lc?I.52 AUG 4 IM ti QF-3 In lieu of completing the Financial Statement below, the Contractor may submit a copy of his latest audited Financial Statement with the notation that the information therein container' is true, correct and comolete. CONTRACTOR'S FINANCIAL Sy -'tTEMENT Condition at close o-. husin -s 19 ASSETS 1. Cash, including cash on hand, in banks, and elsewhere ........ $ _ 2. Notes receivable ........................................ .... T 3, accounts receivable from completed contracts, exclusive of claims not approved for payment 4. Sums earned on uncompleted contracts as shown by Engineer's or Architect's estivate, including retained percentage ..... 5. Accounts receivable other than construction contracts ....... b. Deposits for bids or nthPr guarantees _._. 7. Interest accrued on loans, securities, etc . ................. 8, Real estate ................................................. 9. Stocks and bonds ............................................ 10. Materials in stock not included in Item 4 ................... 11. Equipment, book value ....................................... 12. Furniture and rixtures, boo!: value 13. Other assets ................................................ Total Assets ............. $�� LIABILITIES 1. Notes payable .............................................. 2. Accounts payable ........................................... 3. Real estate encumbrances ................................... 4. Other liabilities .......................................... 5. Reserves ................................................... C. Capital stock paid un...................................... 7. Surnlus (net worth) ....................................... Total Liabilities ........... CONTI�!GENT LIABILITIES 1. Liability on notes receivable, discounted, or sold ........ $ 2. Liability on accounts receivable, pledged, assigned, or sold.............................................. 3. Liability as bondsman .................................... 4. Liability as guarantor on contracts or on accounts of others........................................ 5. Other contingent liabilities ............................ Total Contingent Liabilities ... $ 5C-c— i9T7-ACH ED 7::---11V 4A1'L l /91- S7-29T,! V1WE 1/'1- The undersigned hereby declares that the foregoing statements are true and that the foregoing financial statement is a true and accurate statement of the financial condition of said firm. Dated at Sf�AmL 6 W19511i41al-Z9A/ this day of \IUL 19 �q. Organization �^ �rldG 196® By QF-4 Bidder's Affidavit AFFIDAVIT FOR INDI.V.IDUAL STATE OF fV ) ss. COUNTY OF %< / A/9— ) I , 14 /I TOiL� 7- 16),t2 'S , being duly sworn, depose and say that the foregoing financial statement, taken from my books, is a true and accurate statement of my financial condition as of the date thereof, and that the answers to the interrogatories contained therein are true; that the statements and answers to the interrogatories of the equipment questionnaire are correct and true as of the date of this affidavit; and that the statements and answers to the interrogatories of the fore- going experience questionnaire are correct and true as of the date of this affidavit. Applicant must also sign here Subscribed and sworn to before me this :�Pj day of ✓(IL V 19 r� My commission expires C)cr"-r- �, I71 a 1 .Lr: p�G 4 1969 AFFIDAVIT FOR COPARTNERSHIP STATE OF ) ss. COUNTY OF OF-5 1, being duly sworn, depose and say that I am a member of the firm of _ and that the foregoing financial statement, taken from the books of said firm, is a true and accurate statement of the financial condition of said firm as of the date thereof, and that the answers to the interrogatories contained therein are true; that the statements and answers to the interrogatories of the equipment questionnaire are correct and true as of the date of this affidavit; and that the statements and answers to the interrogatories of the foregoing experience questionnaire are correct and true as of the date of this affidavit. Member of firm must also sign here Subscribed and sworn to before me this day of 19 My commission expires Notary Public AUG 4 10 QF-6 AFFIDAVIT FOR CORPORATION STATE OF } ss. COUNTY OF ) I, being duly sworn, de- pose and say that I am of the _ the corporation described herein and which executed the foregoing+ statement; that I am familiar with the books of the said corporation showing its financial condition; that the foregoing financial statement, taken from the books of said corporation, is a true and accurate statement of the financial condition of said corporation as of the date thereof, and that the answers to the interrogatories of the equipment questionnaire are correct and true as of the date of this affidavit; and that the statements and answers to the interrogatories of the foregoing experience questionnaire are correct and true as of the date of this affidavit. (Officer must also sign here Subscribed and sworn to before me this day of 19 My commission expires Notary Public BID DOND FORM Herewith find deposit in the form of a certified check,ca.shi.ers check, cash, or c.c> bid 'bond in the amount of $ &�'? 5 of the total bid. Know All Men 'By These Presents: That we, BOWERS CONSTRUCTION CO. and which amount is not less than five percent Sign Here 14, -,, 1 , / cc`fti UNITED BONDING INSURANCE COMPANY as Principal, , as Surety, are held and firmly bound unto the City of Renton , as Obligee, in the penal sum of FIVE PERCENT (5%) OF THE TOTAL APdOUNT OF CONTRACTOR'S BID Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that,if the Obligee shall make any award to the Principal for Install Storm Sewer Trunk, N. 5th Street from Garden Avenim No. to Burnett Avenue No. , City of Renton according to the terms of the proposal or bid ra de by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terns of said proposal or bid and award and shall give bond for the faithful per- formance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthi•rith pay and forfeit to the Obligee, as ;;malty and liquidated darL3ges, the amount of this bond. SIGNED, SEALED AND DATED THIS 2nd DAY OF July 19. 69 BOWERS,CCO1qSTRUCT CO. Principal UNITED IN CE COMPANY Surety Attor ey- n-Fact 19� .Suzy � Received return of deposit in the sum of $ BOND TO CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned _ e .� u-o C c Lu GGv, 01;-a as principal, any: w corporation organize and existing under the ? 2tis of the State , as a surety corpor- ation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sirm of $ 1 E.S. for the pay- ment of which sum on demand we bind ourselves and our susses ors,`he irs, a3inistrators or personal representatives, as the case may b--. This obligation is entered into in pursuance of the statutes of the State of Washing- ton, the Ordir..pnce of the City of Rentoa. Dated at �..-,..._.:�, ["asl::.ngton. this � � day of 19 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. or by Council action of the City of Renton., passed , 19 , tFie Mayor and City Clerk of said City of Renton have let or are abowit to let to the sarTj��L� ftta�ove bounden Principal, a certain contract:, the said contract being numbered and providing fofr7 � — - (which contract is referred to herein and is made a part hereof as though attached ereto , and WHEREAS, the said principal has accepted, 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; NOW, THEREFORE, if the said .��� f �E Cg,shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and material, men, and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in th-a performance of said work, and shall idemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as speci- fied in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Penton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. APPROVED as to legality. Approved:-- jf_ 4, --- _ GAR a . /.S-12 - &9 O\ n m*%%vSA.00., Ic, ON&CO.—M.H.MAHTIP 417 SECOID AVENUE % SEAT71E. WASHINGTON 98119 --......... ,' +•: -%746 F STREEY. ANCHORAGE, ALASKA 99501, AT 4 63UO 21I$534 CERTIFICATE OF INSURANCE This is to certify that the insurance described below has been arranged for the Insured designated in this certificate. Any re quirements or provisions in any contract or agreement between the Insured and any other person, firm or corporation will n, be construed as enlarging, altering or amending the definition of insured or any other terms or conditions of this certificate ( the insurance designated. Such insurance, subject to the limits of liability, coverage. hazards, exclusions, provisions, conditior and other terms thereof, is in full force and -f+ect a, of the elate this certificntrx was issued. Name of 'Insured BOWERS CONSTRUCTION CO. Address of insured 16239 AMBAUM BLVD. SOUTH, SEATTLE, WASHINGTON Bodily Injury Liability Insurance --Other Than Automobile P,ima,, Insurer UNITED PACIFIC INS. CO. Expires 7-20-70 Pot. No. CLP_.1_1. 7 51 1- Limits S . 1a), OOO. 00 Each Person S 300, 000. 00 Each Occurrence $ 300,900.00 -- _ -Aggrega Excess Insurer Fxoi,es Pot No. Limits S Fach Person S Each Occurrence b Aggrego Total S Each Person Each Or•,,,enre $ Aggreria Bodily Injury liability Insurance —Automobile Primary Insurer UNITED PACIFIC INS. CO. Fxr,res 7-20-70 Pal No. CLP 117151 Limits S _ lOOl OOO. 00 Each Person S 300, 000. 00 En, h Occurtence Excess Insurer Exrnre6 Pot No Limns S- _ Eoch ? Ench 1rr,:rrence Total S Fnrh per ^ S. Fach occurrence Property Damage Liability Insurance —Other Than Automobile Primary Insurer UNTTED PACIFIC INS. CO. Lmits S 50, 000. 00 Each Cr, r•er.ce Excess Insurer Limits S Each Oc,.r,ence Total $ Ench Occurrence Property Damage liability Insurante—Automobile Primary Insurer UNITED PACIFIC INS. CO. limits S 50,000.00 Earn Occurrence Excess Insurer Expires 7-20-70 Pol No CLP 117151 5v1, 000.00 - - _Aggregate Expires Pol No. - -- - --- — - -Aggregate Aggregate Expires 7-20- 17 0 Pot No CLP 117151 Expires Pot No - _ Limits $ Each n, c , e ,re Total S Each Occurrence Workmens Compensation. Including Longshoremen's and Harbor Worker's Act Insurer - Expires - Pot No. ._ Emp. Liability Limit Each Accident In accordance with the above. the insurance cove, the operations rind locations descrihed as follows: Installation of storm sewer true{ in North 5th Street - Burnett Avenue North, Garden Avenue North, Renton, Washington. This certificate is not a policy and does not afford r7ny insurance coverage. Nothing contained in this certificate shall be con strued as extending coverage not afforded by the designated insurances or by endorsement thereto. In the event of cancellation of the insurance as shown herein the issuing company will give TEN (10) __ _ day written notice by mail to the holder of this certificate. DAWSON & CO.. INC. Date July 21, 1909 To City of Renton Renton Municipal Buil ling Address Renton, Washington 93055 By_ BOND TO CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned _ Boi,,,ZR;� coNLT1,uCTToN rn as principal, an,. UNITED BONDING E corporation organize and existing under the laws of the State of r , as a surety corpor- ation, and qualified under the laws of the State of Washington to ecome surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal stye of $ 1;',22 for the pay- ment of which sum on demand we bind ourselves and our successors, heirs, a3ministrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washing- ton, the Ordinance;ef the City or Renton. Dated at G �c x� Washington, this day of 19 ram_ _ Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. or by Council action of the City of Renton, passed 19 , the Mayor and City Clerk of said City of Renton have let or are abciit to let to tie sa�nowers �or.struc nbe+ above bounden Principal, a certain contract, the said contract being num ere and providing for _ Tnatal?ati_nn of _Storm :',Pwer Tr,,,s z,- North 5th Stre-t.-Rurnet.t. Avenue NQ1;t4 Garden Averaie North (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said principal has accepted, 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; NOW, THEREFORE, if the said Bowers Construction Co. shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and material, men, and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in the performance of said work, and shall idemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as speci- fied in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Fenton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. APPROVED as to legality: Approved: COUNTERSIGNED: DAWSO#'� rTN By: - --t _ e ' Feeident Agent, Seattle, Washington INS CL COMPANY ,,, ( h , A,, ! �osJh Scudder, Attorney--in-Fact UNITED BONDING INSURANCE COMPAN r CP -50602 HOME OFFICE: &DIANAFIOLIS, INDIANA Irrevocable Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THFSE PRESENTS: That the United Bonding Insurance Company, a Corporation duly organized and existing under the laws of the State of Indiana and having its principal office in the City of Indianapolis, Indiana, does hereby nominate, constitute and appoint: ten orVIIII&S 24vi C. 1you& •r Bolen lovnaaa•r W. JosephX. tseadd•r,ofr8•attl*, Wassias oatos or idria !1. Y•rar •r its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed (provided an individually numbered copy of this Power of Attorney, specifically authorizing the execution of the bond or undertaking is attached to such bond) any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship (NOT INCLUDING bonds without a fixed penalty or financial guarantee) provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sure of: PIT, RUMD3Xn THOUSAxa ($500,000.00) voLLAi<s ego This Power ofowing Board of Directors ofenUtedaBonding Insurance Company at a mceeting dulyecalled and he and by tuthority on the 21st dayof thef oflApril, lution adopted by the "Article VI, Section 7. The President shall have power and authority to appoint, or delegate to other Corporate Officers, the appointment of ... Attorney (s) -in-Fact, and authorize them to execute, on behalf of the Company as Surety, bonds and undertakings, recognizances, con- tracts of indemnity, and other writings obligatory in the nature thereof; and he may at any time in his judgment remove any such appointee(s) and revoke the authority given to them; but if the President issues certified copies of such Powers of Attorney stated to be irrevocable within a designated period, such authority shall continue until the Expiration Date specified in such Certified Copies of Power of Attorney; and with respect to any Certified Copy of any Power of Attorney, the signatures of any issuing or attesting officer, and the seal of the Com ma be affixed to such Power of Attorney or to any certificate relating thereto, by facsimile; and such facsimile signatures and facsimile seals shall be valid and binding on the Company, in the future, with respect to any bond, undertaking or instrument of suretyship, to which it is attached." IN WITNESS WHEREOF, United Bonding Insurance Company has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officers this 1 i day of THIS POWER CAN BE USED ONLY ONCE Al r� AND IS VOID IF ALTERED OR NOT USED By, UN 3 1_97n Expiration Date UN TED BONDING INSURANCE COMPANY. STATE OF INDIANA j SS: W t grl Q )} COUNTY OF MARION 'o .` President On this 2 ZA day of 1 *A A. D. 19-6-9-, before the subscribed, a Notary Public of the State of Indiana, in and for the County of Marion, duly commissioned and qualified, came FRANK I- WRIGHT of UNITED BONDING INSURANCE COMPANY, to me personally known to be the individual and officer described in, and.who executed the original of the preceding instrument, and he acknowl- edged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the original imtr unent is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly fixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article VI, Section 7 of the By -Laws of said Company, referred to in the preceding instrument, is now in force; and that this preceding Certified Copy of said Power of Attorney, with Company's Corporate Seal imprinted thereon, is irrevocable prior to the aforesaid date limiting the time within which it may be used. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City Indianapolis, the ryear first above written. • g Notary Public, Marion County, Indiana My commission expires December 29, 1969 CERTIFICATION STATE OF INDIANA SS: COUNTY OF MARION I, Bok K. Park, as Assistant Secretary of the United Bonding Insurance Company, an Indiana Corporation of Indianapolis, Indiana, do hereby certify that the above and foregoing is a full, true and correct copy of a Power of Attorney issued by said Company, and said Power of Attorney is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, affixed the Seal of said Company, in Indianapolis, Indiana, on e--_�_-- day of_---- - - ------ , 19--- � � Assist ant Sevetary Form C-225 R2 CEP TIFICATIO"' OF NONDISCRIMINATION IN EMPLOYMENT The bidder represents that he /_7 has, 2= has not, participated in a prei,ious contract of subcontract subject to either the equal opportunity clause herein or the clause contained in Section 301 of Executive Order 10925; that he /% has, /% has not, filed all required compliance reports; and that representations indicating submission of required compliance reports, signed by proposed sub- contractors will be obtained prior to subcontract awards. by Date Company Title (The above representation need not be submitted in connection with contracts or subcontracts which are exempt from the clause.) D.I.F. 14.43 City of. Renton ss COUNTY OF MINITM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour for each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. CONTRACTOR Subscribed and sworn to before me on this day of 19 ,AUG 4 10 Notary Public in and for the State of Washington Residing at THIS AGREEMENT, made and entered into this day of 19 by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of l-dashi ngton , hereinafter referred to as "City" and ti, � hereinafter referred to as "CONTRACTOR". W I T N E S S E T H: 0 ) The Contractor shall within the time stipulated, (to -wit: within 1 calendar days from date of execution hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equip- ment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's project (identified as No. ) for improvement by construction and installation of: a6gL2= All the foregoing shall be performed, furnished, constructed, installed, and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and the other documents hereinafter enumerated. It is agreed and stipulated that said labor, materials, appliances, machine, tools, equipment and services shall be furnished and the construction and installation be performed and completed to the satis- faction and approval of the City's Engineer as being in such conformity with the plans, specifications and all requirements of the Contract. (2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents all of which are com- ponent parts of said Contract any; as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: (a) This Agreement W Instruction to Bidders I ) Bid Proposal (d) General Conditions (e) Specifications (f) Maps and Plans (g) Bid (h) Advertisement for Bids (i) Special Contract Provisions, if any Page 2 (3) If the Contractor refuses or fails to prosecute the work or anv part thereof, with such diligence as will insure its completion within the .ime specified in this contract, or any extension in writing thereof, or fails to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his sub -contractors should violate any of the provisions of this contract, the City may then serve written notice upon him and his surety of its intention to terminate the contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the contract shall cease and satisfactory arrangement For the correction thereof be made, this contract, shall, upon the expiration of said (10) day period, cease and determine in every respect. Tn the event of any such termination, the City shall immediately serve written notice thereof upor the surety and the Contractor and the surety shall have the right to take over and perform the contract, provided however, that if the surety within fitteer, (15) days after thf, serving upon it of such notice of termination does not perform the contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the contract and prosecute the same to completion by contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his stirety shill be liable to the City for any ex-cess cost or other damages occasioned the City thereby. In such event the Cite if it so elects may, with- out liability for so doing, take possession of and utilize in completing said contract such as materials, machinery, appliances, equipment, plants and other properties belong- ing to the Contractor as may be on site of the project and useful therein. (4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. Page 3 (5) The Contractor shall hold and save the City and its officers, agents, servants, and employees harmless from any ind all lia"iliLy of any nature or kind, including all costs and legal expense incurred by reason of any work on the contract to be performed hereunder, and for, or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the contract, including its use by the City, unless otherwise specifically stipulated in the Contract. (6) Any notice from one party to the other party under the contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid and registered. (7) The Contractor shall commence performance of the contract on the day , 19 and shall complete the full performance of the contract not later than . c� calendar days from said date of commencement. For each and every day of delay after the day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of as liquidated damages for each such day, which shall be paid by the Contractor to the City. (8) Neither the final certificate of payment nor any provision in the contract nor partial or entire use of any installation provided for by this contract shall re- lieve the Contractor of liability in respect to any express 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 (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof. (9) The Contractor and each -sub -contractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the contract as may be requested by the City from time to time. Page 4 (10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the contract, including the payment of all persons and firms performing on the construction project under this contract or furnishing materials in connection with this contract, said bond to be in the full amount of the Contract Price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington, (11) The total amount of this contract is the sum of e n aa °TC"'�� which i Washington State Sales Tax. Payments will be made to Contractor as specified in the "general conditions" of this contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attesting by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above written. CONTRACTOR -70AJ r� THE CITY OF RENTON r Mayor ATTEST: City Clerk AUG 4 %9 PROPOSAL TO THE CITX OF RENTON REN'fON, WASHINGTON Gentlemen: The undersigned hereby certif DES that HC— has examined the site of the proposed work and ha 5 r.eacl andthoroughly understand S the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writingandin figures.) �+ �O Gt�ER S C�'nlfr,PC/c 71dA1 C A . Names of Members of Partnership: OR Name of President of Corporation Name of Secretary of Corporation ._7 Signature�-- 7 Address Corporation Organized under the laws of With Main Office in State of Washington at .40(, 4 10 APPROXIMATE ITEM QUANTITY SCHEDULE OF PRICES DESCRIPTION UNIT PRICE TOTAL 1. 1140 L.F. Install 24" C.M.P. Per L.F. 2. 450 L.F. Install 20" C.M.P. Per L.F. 3. 6 Each Storm Manhole , /cam oz) PerEach in Place 4. 1500 Cu.Yds. Select�ll Material '0^- $ Per Cu. Yd. in Place S. 140 Sq. Yds.- Ag2halt Pavement Patching ri - /I Z! , 5- $ -5. $ Per Sq. Yard 6. 35 Sq. Yds. Concrete Pavement Patching �), III es $ - c $ 4es S ; 0 0 Per. Sq. Yd. 7. 12S Tons 8. Lump Sum 9. 300 Cu.Yd Cold Mix Patching i /. A �1,e s $ /o , a o $ Per Ton Metro Connectickh Lump Sum Bedding Gravel eY T' Cu. Yd. /'?G' a !J!i TOTAL AMOUNT OF BID $ 'e'�/ G4 THE UNDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT, IF AWARDED HIM, WITHIN TEN (10) DAYS AND TO COMPLETE WITHIN THIRTY (30)CONSECUTIVE CALENDAR DAYS AFTER STARTING CONSTRUCTION. DATE,- = �, / %� /� THIS DAY OF 1969. SIGNED: TITLE:��-L ADDRESS: AUG I r , NON -COLLUSION AFFIDAVIT STATE OF WASHINGTON ) SS COUNTY OF ) M being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on be half of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the fore- going work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. SIGN iERE: 4-7 Subscribed and sworn before me this 7- N O day of L- 19T Notary Public i a d for the St of to t, resid ng at VA_ ,,-t t he ' e i n. AUG � 19 SPECIFICATIONS The Specifications to be followed for this project will be the "Standard Specifications for Municipal Public Works Construction" 1969, prepared by the Washington State Chapter of the American Public Works Association as adopted by the City of Renton. ;J( 4, 1 4 SPECIAL PROVISIONS 1. The Special Provisions hereinafter contained shall supersede any provisions of the Standard Specifications in conflict therewith. 2. Public Liability and Pronerty Damage Insurance: The Contractor shall obtain and keep in force during the term of the contract, public liability and property damage insurance in companies and in form to be approved by the City. Said insurance shall provide coverage to the Contractor, any subcontractor performing work provided by this contract, and the City. The City shall be named as an additional insured on said policy insofar as the work and obligations performed under the contract are concerned. The coverage so provided shall protect against claims for personal injuries, including accidental death, as well as claims for property damages which may arise from any act or ommission of the Contractor of the subcontractor, or by anyone directly or indirectly employed by either of them. The minimum policy limits of such insurance shall be as follows: Bodily injury liability coverage with limits of not less than $100,000 for bodily injury, including accidental death, to anyone person, and subject to that limit for each person, in an amount not less than $300,000 for each accident; and property damage coverage in an amount not less than $50,000 for each accident. A copy of the insurance policy, together with a copy of the endorsement naming the City as an additional insured, shall be provided to the City within a reasonable time after receiving notice of award of contract. Proof of Carriage of Insurance: The Contractor shall furnish the City with satisfactory proof of carriage of the insurance required. 3. Nondiscrimination in Employment. Contracts for work under this proposal will obligate the Contractors and Sub- contractors not to discriminate in employment practices. 4. Adverse soil conditions may be encountered within the area due to the water table. Extra compensation will not be made for the adverse conditions that may be encountered and Bidders are directed to consider any extra costs in sub- mitting prices for the items of work in proposal. Utilities S. It shall be the Contractors responsibility to contact the Gas Company, Telephone Company and Renton Water Denartment for exact locations of their respective utilities. 6. Lines and Grades: The City Engineer shall have the right to make reasonable changes in the grades as they are shown on the drawings. Grades will be established in the form of offset stakes at distances not greater than SO feet, set in advance of the work. Wherever work is in progress, the Contractor shall have in his employ a man competent to set batter boards or other construction guides from the line and grade stakes given, by the City Engineer. a i l � If '_ Special Provisions (Cont.) Such employees shall have the duty and responsibility of placing and maintaining such construction guides. Batter boards set with an engineer's level shall be used for all lines set on a grade of 0.50% of less, at least three sets of batter boards shall remain in place during pipe laying operations. If, through the Contractor's negligence, any stakes shall be destroyed and require resetting, a sum shall be deducted from the Contractor's final payment equivalent to the extra cost in engineering required for such replacement. The Contractor shall arrange his work in such manner as to allow a reasonable time for the setting of stakes for the next phase of his operation so that his work will not be delayed while waiting for construction guides. 7. Traffic Maintenance and Protection The Contractor shall make provision for handling the local traffic on streets which are being subjected to the installation of sewer lines. The Contractor shall be required to maintain the routes which are used by his equip- ment to and from the project area. The Contractor shall place and maintain, during the construction, sufficient quantity of proper lights, barricades, and flagmen as may be deemedinecessary to maintain the flow of traffic. If the Contractor shall fail to maintain sufficient lights and barricades in the opinion of the City Engineer, the City shall have the right to provide these lights and barricades and deduct such costs from payments due to the Contractor. 8. Dust and Mud Control The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment. The Contractor shall be prepared to use watering trucks, power sweepers and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and Mud control shall be considered as incidental to the project, and no compen- sation will be made for this section. 9. Gravel for Pipe Beddin Gravel for pipe bedding shall consist of crushed or naturally occurring grandular material from sources selected by the Contractor, but the quality shall be approved by the Engineer. Gravel for pipe bedding (Pea Gravel) shall have 100% passing the U.S. Standard 3/4 inch opening and not morethan 3% will pass the U.S. No. 200 (wet sieve), 0-8% will pass the U.S. No. 8 sieve and 95-100% will pass the U.S. Standard 3/8-inch opening, with an minimum sand equivalent of 50. Pipe bedding shall be 4" deep. The bid price for Bedding Gravel per cubic yard in place shall be full compensation of selecting,transporting, and compacting the Bedding Gravel. No further compen- sation will be made. AUG 4 1%9 Special Provisions (Cont.) 10. Backfillin¢ of Pipe Trench No work shall be covered until it has been examined by the Engineer. The earth which is filled around the pipe and to a depth of six inches over the top of the pipe shall be free of rocks greater than two inches in diameter. This material shall be hand tamped most meticulously so as to obtain the highest density possible. The remainder of the trench shall be backfilled in uniform layers -not to exceed 12" in depth -and it shall be compacted to 90o optimum density using a vibratory compactor. Where in the opinion of the Engineer the native material is not suitable to be returned to the trench, it shall be wasted and the trench shall be backfilled with select trench backfill. Select trench backfill shall meet the grading requirements of Bank Run Gravel Class "B" as outlined in Section 26-2.01 of the Standard Specifications. Select trench backfill shall be paid for as per Special Provision #11. Excavation The Contractor is advised to adhere to the Section entitled EXCAVATION, Section 61-3.01 and Section 61-3.04, CRIBBING AND SHEETING, of the Standard Specifications. The Contractor shall, at the end of the days work, backfill the sewer trench to crossection of the Street or ground and barricade the area so as not to endanger vehicle or foot traffic which might use the street during non -working hours. All cost for backfilling, compacting and wasting of unsuitable material shall be absorbed in the unit bid price for sewer pipe in place. No further compensation will be made. Trench width -for Corrugated Metal Pipe -shall be governed by the following table: TYPE SIZE WIDTH @ CROWN OF PIPE Storm Sewer 20" 4.0' Max. Storm Sewer 24" 4.0' Max. The volume of excavation beyond the trench width stated in the above table shall be replaced with select trench backfill at the Contractors expense. Select trench backfill shall be paid for by the cubic yard in place to fill the width of trench in the above table. 11. Select Trench Backfill for Pipe Select trench backfill for pipe shall consist of crushed or naturally occurring granular material from sources selected by the Contractor. The source and quality of the material shall be approved by the Engineer, Select trench backfill for pipe shall meet requirements for Bank Run Gravel Class "B" as outlined in Section 26, 2.01 of the Standard Specifications. The price per cubic yard in place shall be full compensation of selecting the source, furnishing and placing the material as outlined in Section 26-2.01 of the Standard Specifications. 0 Special Provisions (Cont ) 12. Corrugated Metal Pipe All corrugated metal pipe will be furnished by the City of Renton and stockpiled at job site for installation by the Contractor, All other material not provided for but clearly intended for will be furnished by the Contractor at no extra cost to the City of Renton Fittings shall be of the same material and class as the pipe. The unit price bid per linear foot for each size of corrugated metal pipe shall constitute complete compensation for all labor, tools, and equipment necessary for its complete installation; including trenching and backfilling and connections to new or existing storm sewers. 13. Concrete Pavement Patchin Park Avenue North is to be repaired as per Standard Plan No. 18 Alternate "B" Typical Patch for rigid pavement (Cement Concrete Pavement)and Section 54. High Early Strength Cement Class 6.5 as per Standard Specifications Section 37- 2.01 F will be used with a maximum slump of 1 1/211. This patch must be poured no later than 9:00 o'clock A.M. to allow necessary set up time so normal traffic flow may resume on Park Avenue at 3:00 o'clock P.M. the sameday. The unit price bid per square yard for Concrete Pavement Patching shall be full compensation for all labor, materials, equipment, amd incidentals necessary for the completion of the work as specified. 14. Asphalt Pavement Patching Asphalt pavement patching will be done at the intersection of Burnett, Williams, Wells, Pelly, and Garden and shall conform to Standard Plan No.18 (Typical Patch for Flexible Pavement) and Section 54. The unit price bid per square yard for Asphalt Pavement Patching shall be full compensation for all labor, materials, equipment and incidentals necessary for the completion of the work as specified, 15. Cold Mix Patching The balance of the trench is to be brought to grade as per Section 10 of Special Provision and the edges cut vertical and in straight lines, then place 2" of cold mix in the trench. The unit price bid per square yard for Cold Mix Patching shall be full compensation for all labor,,materials, equipment, and incidentals necessary for the completion of the work as specified. 16. Maximum Patching Width The maximum patching width in trench area will be 5 feet. Any patching done beyond this limit will be done per Special Provision 13, 14 and 15 as they apply at the Contractor's expense Special Provisions (Cont.) 17. Metro Sewer Connections A connection is to be made from the existing Sanitary System to the Metro Eastside Interceptor at North 6th Street and Burnett Avenue North per detail. It will be the responsibility of the Contractor to contact Metro, 24 hours before construction begins on this portion of the project. The lump sum bid for this item shall constitute complete compensation for all labor, equipment, materials and incidental costs necessary for the installation of the connection to the Metro Sewer. 18. Hours of Work The working hours for the installation of the storm system in North Sth Street are left to the Contractor except that North -South Street shall be closed before 8:30 A.M. or after 3:00 P.M. 19. Waste Site The Contractor shall have the responsibility of obtaining his own waste site. All work included in this section shall be considered to be incidental to other items of work and no further compensation will be made. The route taken to the waste site shall be maintained solely by the Contractor in a manner as described below: The Contractor shall be prepared to use water trucks, power sweepers, and related equipment as deemed necessary by the City Engineer to alieviate the problem of lost spoils along the route. Prompt restoration of the route is mandatory. 20. Payment to the Contractor Payments to be made to the Contractor will be made in the manner outlined in Section 9 of the Standard Specifications. Payments shall be made in Cash Warrants. 21. Storm Manholes Manholes shall conform to Section 63 of the Standard Specifications and City of Renton Standard Storm Manhole Detail, The location of manholes shall be staked in the field by the Engineer. A minimum of 1 course of 8" wide brick shall be placed under the frame for adjusting. The bid price for Storm Manholesshall be full compensation for all labor, equipment, materials, including adjusting frame to final grade, and all incidental costs neces- sary for furnishing and placing storm manhole. p�1G 4 Special Provisions (Cont.) 22. Pavement Sawing -Cement Concrete The Contractor shall saw existing cement concrete pavement at Park Avenue North. The depth of the saw cut shall be a minimum of 1 1/2 inches and such additional depth as may be required to effect a uniform break. The unit price bid per linear foot for Pavement Sawing -Cement Concrete shall be full compensation for all labor and equipment and all incidental costs necessary to accomplish Pavement Sawing -Cement Concrete. AO�, 4 10 tj Pant, 208 Standard Drawings ASPHALT CONCRETE OR BITUMIOUS PLANT MIX REPLACEMENT PATCH REMOVE LOOSENED ASPHALT L� TRIM VERTICALLY EXISTING ASPHALT PAVEMENT / EXISTING RIGID BASE 4„ 4" CUT SHALL BE VERTICAL AND IN STRAIGHT LINES A, DIRECTED, CONCRETE EXISTING CONCRETE PAVEMENT 1 COMPACTED CRUSHED ROCY, ------t+tt-- TYPE No. 2, WNEN ORDERED BY THE ENGINEER I COMPACTED TRENCH BACKFILL 16— A LI T E R N A T E A' ASPHALT CONCRETE OR BITUMINOUS CUT SHALL BE VERTICAL PLANT MIX PAVEMENT REPLACEMENT,,, — AND IN STRAIGHT LINF`. PATCH THICKNESS OF EXISTING AS DIRECTED PAVEMENT PLUS 2" CUT WITH PNEUMATIC PAVEMENT CUTTER EXISTING CONCRETE EXISTING ASPHALT — — PAVEMENT PAVEMENT \ EXISTING RIGID BASE �— WHERE WIDTH OF PATCH IS LESS THAN a' L\ COMPACTED SELECT MATERIALS WHERE PATCH IS 4' OR---- / MORE IN WIDTH t i COMPACTED TRENCH BACKFILL— — 8 6" I:" VARIABLE 12" 6" 8" _ RIGID PAVEMENT WITH ASPHALT_ —CEMENT CONCRETE PAVEMENT — CONCRETE SURFACE A L T E R N A T E B' T Y P I C A L P A .I C H F O R R I G I D P A V E M E N T ASPHALT CONCRETE OR BITUMINOUS PLANT MIX REPLACEMENT PATCH 6" MIN EXISTING OIL MAT -� COMPACTED SELECT MATERIAL EXISTING ASPHALT CONCRETE T Y P I C A L P A T C H F O R F L E X I B L E P A V E M E N T GENERAL NOTE: CONCRETE MIX SHALL BE CLASS 6.5(1-1/2)H.E.S. OR CLASS 50 -1/2) WHICHEVER IS SPECIFIED. PAYMENT "CEMENT CONCRETE CLASS ( ) FOR PAVEMENT PATCH", PER CUBIC YARD. 'ASPHALT CONCRETE CLASS 'B' FOR PAVEMENT PATCH", PER TON "BITUMINOUS PLANT MIX FOR PAVEMENT PATCH", PER TON EXISTING BASE TRENCH BACKFILL DO NOT SCALE Pavement Patching pUG Standard Plan No. 18 :ASJMIG OL`l. ;:C)Zl( S�3ZO AIDJUSTMEAJT 12" MAX. CO1JE P2ECAST sec-T%OQ STE P 3/4" DEFOR.MEC, B AIR LADDE Q r,," m 1 "71 r, G" M Ika. - 'STORM MW�HOLE I,fO SCALE Pe.EGAST t3A.SE SECTkoo CA.5T IKI PLACE WE, 4 00 rok r AuTou ` 1 •� � � � C.14.C�. l51 � - g . , _�__ ' , , t3ow ee5 Co►ssTRcxtto� •�•� c`' ` � rs ',R4. �1 � `� � 1 — �, (Q �� Yr� \ /\ Q �` � �-.Q►�� :r -: '7Y'�'.43 f,-,., STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES- OLYMPIA WASHINGTON DANIEE J. EVANS GOVERNOR H. J. PETRIE DIRECTOR DIVISION OF WIXISTRIAL INSURANCE DYAM S. $TOO#=, SUrERVISoft November 24, 1969 City of Renton Renton Municipal Building 200 Mill Avenue South dcnton, Washington 95035 Gentlemen: This is to certify that Bowers Construction .o., 16239 Ambaum SouicvarJ, SCatL1e, wr,silin;••cc,-n ?irm No. 2549231 has made payroll report and paid premiums due the Accident and Medical Aid funds of the Department of Labor and Industries covering storri drains, 501 Street, :;Sty o` Menton. Very truly yours, SUPERVISOR OF INDUSTRIAL INSURANCE } . L(tar ; C)ief, Underwri.tin�; Section je zc: Bowers .;onstr. Co. •`---- a - s STATE OF WASHINGTON OLYMPIA WASHINGTON DIVISION OF INDUSTRIAL INSURANCE Ll DEPARTMENT OF LABOR AND INDUSTRIES DANIEL J. EVANS GOVERNOR H. J. PETRIE DIRECTOR City of Renton Renton municipal Building 200 Mill Avenue South Renton, Washington 98055 DUANE S. STOOKEY, SUPERVISOR November 24, 1969 Gentlemen: This is to certify that Bowers Construction Co., 16239 Ambaum Boulevard, Seattle, Washingtr,i, Firm No. 254,231 has made payroll report and paid premiums due the Accident and Medical Aid funds of the Department of Labor and Industries covering storm drains, 5th Street, City of Renton. Very truly yours, SUPERVISOR OF INDUSTRIAL INSURANCE By H. �.. Wooffd ,«< Chief, Underwriting Section je cc: lovers Constr. Co. G C 578 072 640 Form 2474—DUPLICATE Reg. No.. ............................................... Revised 9-30-68. DISBURSING OFFICER Department of Revenue of the State of Washington Contractor: Bowers Construction Company PWC N." 16127 16239 Ambaum Road South Seattle, Washington 98148 Certificate of Payment of State Excise Taxes by Public Works Contractor We hereby certify that taxes, increases and penalties due'Sr Ar eci e d4e4rO44e abo�named contractor under Chapter 180, Laws of 1935, as amended, with respect to the following public works contract: Storm Sewer Trunk — North 5th Street Burnett to Garden ..................................................................................................................................................................................................................................................................... City of Renton ............................................................................................. together with all other taxes, increases and penalties due from such contractor, have been paid in full or are readily collectible from other sources. This certificate is issued pursuant to the provisions of Chap. 60.28 RCW (Chap. 236, Laws of 1955), for the sole purpose of informing the state, county or municipal officer charged with the duty of disbursing or authorizing the payment of public funds to said contractor that the Department of Revenue hereby releases the state's lien on the retained percentage provided by Chapter 60.28 RCW for Excise Taxes due from said contractor. This certificate does not release said contractor from liability for additional tax which may be later determined to be due with respect to the above mentioned contract or other activities. November 18, 1969 Datedat Olympia, Washington................................................................................................... DEPARTMENT OF OF THE STATE OF WASHINGTON l/ Certifying Officer Jack J. Gilbert Auditor J,dy 15, 1969 McDonough Construction Co. 13249 Northrup i,r„ y Bellevue, tiwa. 98004 Re t City of Renton Bid Aware: TnstaUation of Storm Sm-yer Trunk N. 5th St. -- Burnett Ave. N. Garden Ave. 11. Lear Sirs: The Renton_ "its' Council at its regular meeting of July.7, 1969 has accepter' the lour bid of Borers Construction Co., of Seattle on the above -captioned Jxparovement in the sum of $16,481.00- We thank you for your interest and your bid. Very truly yours, CITY OF RENTON Dielmi.e T. Neison City Clerk WN/mm July 15, 1969 Frank Coluccio Co., Inc. 7778 5(r,*ard Park Ave. S. Seattle; Wa. 98118 Tie t City of Renton aid Award Inmtallat ion of Store Sev7er Trunk N. 5th St. - Burnett Ave. N. GDrden Ave. N. Dear Sirs The Renton City Council at its reCular meet-ng of July 7, 1969 has accepted the lcnf bid of Bmiers Construction Co., of Seattle on the abave-captioned inprovwwnt in the sum of $16,481.00. We thank you for your intere it and. your bic.. Very tryly yours,, C= OF Helmie i 1. Nelson City Clark I N/M July 15, 1969 �►llieon Imo:. 9?17 Portland Ave. Tacoma, Wa . 98445 Re: pity of Rontou Bid Ixarc! Inst all o tion of Storm Serer Trunk N z 5th St. - Burnott Ave. N. Garden Ave. N. Dear Sirs; The Renton City Council at its regular meeting of July 7, 1969 has accepted the low bid of Boners Conotruction Co., of Seattle on the above--c4ptioned improvement in the sum of $1.601.00. 'Be thank you for your interest and your bid. Very truly yours, CITY OF RENTON Helydo W . Nelson City ileak KNIX/M July 151, 1969 Bowers Conatructior, Co. 16239 .Ambaum Blvd. 3. Seattle, Wa. 981148 P4 Bi,! Ward - City of Rex:ton Install,=-tion of Stoxin "Iewoz• Tr,,A, N. .5th St. -- Burnett 2,v e . -i-- Garden :_ve. N. DE3z--- Sirs Tha Renton City C cuncil at its rsgular meeting of July 7, 1969 has accepted your 10m3 bid on %he :bove-captioned improvement it -the total stun of $16,W.00. Undated Perform&rr.e Bond and required insurance together with a COPY of your state contractorle license :should be filed} rith the City Clerk in order that contract doctaments may b completed. Your co-Lzrtesies in early transmittal of the dooumer.+e per cpocifi- cati.ons will be appreciated. 'Jo are enclosir4? herewith an a=licati�.n for City of Fenton business licenses should be completed :Lrld ret,,.Tned to this office with the proper fee. Please do not hesitate to ,give us a call if further Lnfoxnatio2 is r equirel. So..ry truly yours, City Helmie W. Nelson City Clark R M/r, Enc . 7 7, ZS RENTON T AUBURN Al.pina 5.1515 CHerry 4-/ L TEmpie 3.8822 RAINIER ASPHALT PAVING CO. MAPLE VALLEY HIGHWAY POST OFFICE BOX 444 TAG 5 9 7 RENTON, WASHINGTON No. 98055 Date 19 Sold CUSTOMER'S P.O. NUMBER jc(ec UAN. UNIT . DESCRIPTION UNIT PRICE AMOUNT LBS. MC COLD MIX F ' TONS STANDARD MIX NS SCHOOL MIX " TOPEKA MIX " SHEET TOP MIX STATE SPECIFICATION CLASS ASPHALT TREATED BASE GALS. EMULSION CU. YDS. CRUSHED ROCK TAX CLAIMS FOR ADJUSTMENT MUST BE,) CCOMPANIED BY THIS TAG. RECEIVED ABOVE N GOODMmMR _ BY X TOTAL PRINTED BY THE BTANDARD RE918TER COMPANY. U. 9. A. re- f RENTON it AUBURN ALpine . 1515 • C , TEmple 3.8822 RAINIER ASPHALT PAVING CO. MAPLE VALLEY HIGHWAY POST OFFICE BOX 444 TAG 5945 RENTON, WASHINGTON NO. 98055 CUSTOMER'S D8t P.O. NUMBER Sold to:��,6LIS.70 QUAN. UNIT - DESCRIPTION UNIT PRICE AMOUNT LBS. MC COLD MIX TONS STANDARD MIX N 5 SCHOOL MIX " TOPEKA MIX " SHEET TOP MIX STATE SPECIFICATION CLASS ASPHALT TREATED BASE GALS. EMULSION �tlf. . CRUSHED ROCK • tax CLAIMS FOR ADJUSTMENT MUST BE ACCOMPANIED BY THIS TAG. I RECEIVED ABOVE IN GOOD dRDER By TOTAL PRINTED BY THE STANDARD REDIBTER COMPANY. U.B.A RENTON PLANT 4 RENTON TUKWILA AUBURN ALpin. 5-1515 CHerry 47816 TEmple 3.8822 RAINIER ASPHALT PAVING CO. MAPLE VALLEY HIGHWAY POST OFFICE BOX 444 NOG 3 9 7 RENTON, 98 WASHINGTON CUSTnMFR"S Date 9 P.O. NUMBER _ _. - Sold to. Addres Job— QUAN. UNIT . DESCRIPTION UNIT PRICE AMOUNT LBS. MC COLD MIX TONS STANDARD MIX y SCHOOL MIX " TOPEKA MIX " SHEET TOP MIX STATE SPECIFICATION CLASS ASPHALT TREATED BASE GALS. EMULSION CU. YDS. CRUSHED ROCK T-x CLAIMS FOR ADJUSTMENT MUST ACCOMPANIED BY THIS IS TAG. RECEIVE B /E IN GOOD ORDER By I TOTAL MINTED BY THE STANDARD RE013TER CDNRANY. U. 9. A. RENTON PLANT RENTON ' TUKWILA AUBURN A,Lpine 5.1515 CHerry 47816 TEmple 3.8822 RAINIER ASPHALT PAVING CO. MAPLE VALLEY HIGHWAY POST OFFICE BOX 4" TAG 6088 RENTON, WASHINGTON NO. 98055 CUSTOMER'S CJ Date P.O. NUMBER Sold Address Jo QUAN. UNIT - DESCRIPTION UNIT PRICE AMOUNT LBS. MC COLD MIX - TONS STANDARD MIX " SCHOOL MIX " TOPEKA MIX " SHEET TOP MIX STATE SPECIFICATION CLASS ASPHALT TREATED BASE GALS. EMULSION CU. YDS. CRUSHED ROCK TAX CLAIMS FOR ADJUSTMENT MUST HE ACCOMPANIED BY THIS TAG. RECEIVED ABOVE IN GOOD ORDER 11�1 tJ `4Y/'r TOTAL pmwrD !Y T VANDA fte" R comp N . Mkk �� RENTON PLANT RENTON TUKWILA % AUBURN ALpine 5.1515 CHerry 4-7816 TEmple 3.8822 RAINIER ASPHALT PAVING CO. MAPLE VALLEY HIGHWAY POST OFFICE BOX 444 A 610 4 RENTON, 9805INGTON Sold Add Jo QUAN. UNIT - DESCRIPTION UNIT PRICE AMOUNT LBS. MC COLD MIX TONS STANDARD MIX EE SCHOOL MIX EE TOPEKA MIX " SHEET TOP MIX STATE SPECIFICATION CLASS ASPHALT TREATED BASE GALS. EMULSION CU. YDS. CRUSHED ROCK TAX CLAIMS FOR ADJUSTMENT MUST BE ACCOMPANIED BY THIS"I RECEIVED ABOVE IN'GQDI1 ORDER By TOTAL PRINTED BY THE BTANDARO REGISTER COMPANY. U.B.A. RENTON PLANT RENTON TUKWILA AUBURN 'Alpine 5.151.5 CHerry 4-7816 TEmple 3-8822 RAINIER ASPHALT PAVING CO. MAPLE VALLEY HIGHWAY POST OFFICE BOX 444 TAG 6161 RENTON, WASHINGTON NO. 98055 CUSTOMER'S P.O. NUMBER Sold t0 '�Rp Add J Date 19 /1^ QUAN. UNIT - DESCRIPTION UNIT PRICE AMOUNT LBS. MC COLD MIX TONS STANDARD MIX " SCHOOL MIX " TOPEKA MIX " SHEET TOP MIX STATE SPECIFICATION CLASS ASPHALT TREATED BASE GALS. EMULSION CU. YDS. CRUSHED ROCK TAX CLAIMS FOR ADJUSTMENT MUST BE ACCOMPANIED BY THIS TAG. RECEIVED ABOVE IN GOOD ORDER BY v I —77- ' n TOTAL PRINTED BY THE BTANDARD REG15TER COMPANY. U.9. A. RENTON PLANT RENTON. TUKWILA AUBURN Alpine 5-1515 go CHerry 4-7816 TEmple 3.8822 RAINIER ASPHALT PAVING CO. MAPLE VALLEY HIGHWAY POST OFFICE BOX 444 A 6338 RENTON, HINGTON 9805 CUSTOM ER'S P.O. NUMBER Sold to Addre RJR Date' QUAN. UNIT - DESCRIPTION UNIT PRICE AMOUNT LBS. MC COLD MIX TONS STANDARD MIX " SCHOOL MIX " TOPEKA MIX " SHEET TOP MIX STATE SPECIFICATION CLASS ASPHALT TREATED BASE GALS. EMULSION CU. YDS. CRUSHED ROCK TAX IN GOOD ORpER J MUST BE ACCOMPANIED v /( r CLAIMS FOR ADJUSTMENT RECEIR�� BY THIS -TAG. BY j I /� TOTAL FRINTFD BY THE STANjB- REGISTER COMPANY. U.S.A. RENTON PLANT RENTON TUKWILA AUBURN Alpine 5-1515- CHerry 4-7816 TEmple 3.8822 RAINIER ASPHALT PAVING CO. MAPLE VALLEY HIGHWAY POST OFFICE BOX 4" TAG 6 4 9 5 RENTON, WASHINGTON NO. 98055 CUSTOMER'S Datey— � 19 P.O. NUMBER 1-r Sold toGfi'�-`%` Add QUAN. UNIT - DESCRIPTION UNIT PRICE AMOUNT LBS. MC COLD MIX �— TONS STANDARD MIX " SCHOOL MIX " TOPEKA MIX " SHEET TOP MIX STATE SPECIFICATION CLASS ASPHALT TREATED BASE GALS. EMULSION CU. YDS. CRUSHED ROCK TAX CLAIMS FOR ADJUSTMENT ACC MUST BE BY TFtS'rAG.OM PANTED RECEIVED BOY IN GOOD R R //(///y�' W BYL/�` TOTAL B TE0 By THE 19"AwD REGISTER COMPANY. -A ,� RENTON PLANT RENTON TUKW ILA AUBURN Alpine 5-1S1S CHerry 4.7816 TEmple 3-3822 RAINIER ASPHALT PAVING CO. MAPLE VALLEY HIGHWAY POST OFFICE BOX 444 TAG 6532 RENTON, WASHINGTON NO, 98055 CUSTOMER'S P.O. NUMBER Sold is Date t-19 QUAN. UNIT - DESCRIPTION UNIT PRICE AMOUNT LBS. MC COLD MIX TONS STANDARD MIX " SCHOOL MIX " TOPEKA MIX " SHEET TOP MIX STATE SPECIFICATION CLASS ASPHALT TREATED BASE GALS. EMULSION CU. YDS. CRUSHED ROCK A X CLAIMS FOR ADJUSTMENT MUST BE ACCOMPANIED BY THIS' TAG. --By RECEIVED AB YE I GOOD ORDER y ,� / TOTAL PR,MA"Y TIE STANDARD K*19TER COMPANY. U. e. A. / piENTON0 TUy 4-7 • AUBURN ALpine 5•1575 CHarr 4781u TEmple 3-8822 RAINIE R ASPHALT PAVIN- CO. MAPLE VALLEY HIGHWAY POST OFFICE BOX 4" TAG 6400 RENTON, WASHINGTON NO. 98055 CUSTOMER'S - P.O. NUMBER _ Date 19 Sold to Add Job UNIT - DESCRIPTION UNI1-TR CE AMOUNT fQUAN. d� �,w LBS. MC COLD MIX' - TONS STANDARD MIX " SCHOOL MIX � I " TOPEKA MIX " SHEET TOP NIX STATE SPECIFICATION CLASS ASPHALT TREATED BASE GALS. EMULSION CU. YDS. CRUSHED ROCK CLAINIS FOR ADJUSTMENT RECEIVED fBGVE IN GOOD O DER �,� o1 s1,,,,,oa — � s i -. ) . TOTAL BY THIS TAG. I BY A,U n�wra er recrrr.noceo ncaieru correwr. o.c... I I L_ • 0 BOWERS CONSTRUCTION COMPANY 16239 ANGAUM BOULEVARD SOUTH SEATTLE. WASHINGTON 90148 CHERRY 4-e411 FINAL STATEMENT October 7, 1969 City of Renton Storm Sewer Trunk, N. 5th Street Burnett Ave. N. to Garden Ave. N. ITEM DESMPTION QUANTITY TWIT TOTAL INSTA= PRICE 1. 24 " CMP 1140 L.F. $ 3.40 $ 3876.00 2. 20" CMP 451 L.F. 3.00 1353.00 3. Manholes 6 ea. 470.00 2820.00 4. Select Backfill Material 1691 C.Y. 2.00 3382.00 5. Asphalt Pavement Patch 1621S.Y. 5.00 812.50 6. Concrete Pavement Patch 39 S.Y. 13.00 507.00 7. Cold Mix Patching 97.25 Tons 10.00 972.50 8. Metro Connection . 100 % 1830.00 1830.00 9. Bedding Gravel 266 C.Y. 4.00 1064.00 Extra: Hook Existing Storm Line into New Manhole 3 ea. 25.00 75.00 Total $ 16692.00 Less 10% Retainage .- 1669.20 Sub -total 1 0 2. 0 Less Previous PVMnt _ 12460.05 Total Amount Due This Estimate $ 25b2.75 i 0 97&)AVIT dF K40S PAID i City of Renton .�,w,_„�„ Storm Se:..-er Trunk, N. 5th Stree lea N,,�to Garden_e, N. State of Washington Coasty of Aim I, the vnftrsigned, being a duly authorized representative of Bamers Ccnatrretion COpWV, 16239 Ambaims Blvd. S., Seattle, Washington, 98149, rho hereby certify that, in the performance of work in connection with the above contract, a public improvement projedt, no laborer, workman, or mechanic has been paid less than the prevailing rate of wage or leas than the arS�, imun rate of wage as specified in the principal contract. -�'� :U 2WgJ.� Co s , ct].RII Y By Subscribed and sworn to me this _7th day of _ ober Notary Public In and for the State of • dashington residing in the State of Washington. PRG�RESS EST/AA%TE STOl?M SE14/E!� BOGf/,6�e-5 CD/V,ST P/4'OJ EC 7- / 9 Q EST/A-'4 TE lN.i. GD/17-RAC 7TO,P /VOR7W .ST`'' S rRZE 6- 7- 0,4 iE Qcr- 8 /969 IT�iYI�DESC.e/.�T/ON�AW�,PiP LAST. ESTiYI�TOTA4 TWX/ T £ST/1� TO TA,C /. NSTACLovelr 1/40 .3,876,6b /,/,qO 876 .00 2. 3. I/INSTA,GL 2D"C/i7P /YIANf/o,C,E` 450 L 7, 3S0 .00 2, S ZO .Oo 6 4;va�. 2, B 20. 00 .41 B.4 C.�F/LPL Z � � C. / 7 d / -3 40 0 .00 /!0 9/ .3 39 2 .00 /00 �00.00 / co 2 . a e/ Z . 50 COLD XV/X 0,4 87 , Zf 2 Slo SO 7 .00 9 7. At2 7,v. d 7.? . -50 ; 024 .Oo 9 7 . 2S /0o % 244.. S. F. /D. lV4 rFO WIYAI 8ED011V6 G,QAV 830='l / 8 90 .00 4"C.Y. /064 .Oo eOAI,c/EC T/G)tIS Z.S. 7S . 00 SUB - 7-07-AL /G, 61 9 2 , 00 /O Sl/B - TTL AEY77WNFD i, L 9 2 0 ,41Wr. R,PEk! PA/0 12,460.05 4 /N T. DUE CO/Y2'RA c Tope Z, S 2 . ?S PRC*RESS EST/�7E S TORN AoW,C;e,5 corllfT T 9 D ca1177RACTO.AF NORTH ST" STEPEET OA %E QcT. 8 /969 I T�"iY! OEsC.e/PT/OiV N? PAP LAST. ESTiYI. TOTAL IN.ST,4,LL 25f'eW, 3!!E!PL.f //40 .3, 87G ,cb T.y/.S £ST/rl 450 ,EO `r 74-- / 7 d / 02 .OD 1691 .6. 7. COLD /V/X P,4 00 87 7.2 , 40 -j9 9 -7. 2S S. /YlET,PD CONK. 834=L /DD 9. 8EDD/1V6 6,QAV 4 e-- C. Y. 2 5l. ; 0 2 4 . aCI 264. /D. L'OrtiW676 T/GWS L.S. TO TAIL �876 00 3s3 , 00 2, B 20.00 3 39 2 .00 C6/2 .5O S07.00 9 7 1064.00 7S .00 ,5 l/B - TO TAZ- /O .S!/B - TTL -Pf TA/NFD /, ` 6 9 2 0 ,4IWT. R,PEt . PA/D /2, 460.05 A/W T. 9UE C0zV-neACTo e Z, S 2 . 7S P.9G�RESS EST/�7E STO,QM SFl�E-f� BG'Gt�,E,�S C ,4lj77 T / 9 D EST/A+7A T,E 1. TRACTo,e NORTH S'N ST.QEEr GATE I TEAY/ DEsC.e/PT/ON �j�N/T �,P L AS T. ESTM. TD TATA,C / / 4 O .3, 8 7l. , 6v 2. 3 . INSTALL 2,9?W,0 AY�ANyaCE SPIOW T CONC. PATC,� COLD /Y!/X R,4 �To EA 5 9--s 5711 3 "J'. A92 7,v. 450 40 / 7 0 / / O o 9 % , ZS /, 35 0 .00 2, S ZO . DO (0 2, B ZD . 00 -3 40 2 .00 1691 .3, 38 2 -00 S. .5,00.00 39 177. 2S /DO % SO 7.00 6 7. d �-Z . Sd l83o po BEDD/NG G�PAv 4e--C.Y. 2 S& 9. /D. POrt/A146 i /q�S .S UB - TO TA,C. /O% SUB- TTL ,PETA/NED �, !r 6 9 ZO ,41Wr RlPE!! PAAO 4 M T DUE COW-neA C To e Pf�G�RESS EST/�TE S TO19�I 5Z-WZ-�r' 3t!52W,C-,e,5 ZWIVf77 EC T" / q Q Z757-1 +-/A TE rlN.t ZDIV77R4CTOe /1/OR7W S'"" STiPE"E7- GATE' fir. 8, /969 _ - IT��Yl -- - r-5ee/PT/O/V -- N/T Pie LAST. ESTiYl. TOTA,C. Tf//S FST/1� TO TA.0 1140 00 2 . INST,4LL 20�C/!lP 3��,C. f So 3 . /Y Ais�yoCE QT0-EA �0 2, B ZO , 00 (0 2, A 00.00 5P11,4Z T / 70/ .3409 .00 169/ .3,382 .c0 57 /0 0 .5 DO , 00 CONC. PATC,il _09 7. CO.LD IVIX R4 ,V 71-1. 87 , 2,�' d 7.2 -60 9 7 .25' 9 7 2 . SO S. �E'T,Po CONK. 7830p�5 /oo % /830.00 /D. L'DrU�c/EC T/G}1!S .SUB — TOTAL /G, 6 9 2 , 00 /O S!/S- TTL e,--7WNE29 G 6, 9 20 A/YIT. R.eEV PA/D 12,460.05 41W T. DUE CONTiPACToR October 8, 1969 Honorable Donald Custer, Mayor Members of the City Council Gentlemen: Submitted herewith and recommended for payment is the final estimate due Bowers Construction for work on the North Sth Storm Sewer. The amount due the Contractor is $2,S62.75. This Contract was completed on October 7, 1969 and accepted by the Engineering Department and Street Department on October 8, 1969. Acceptance by the City Council as of this date is recommended. If after 30 days no liens or claims are filed against this project and proof of payment of tax liabilities is received it is recommended the retained amount of $1,669.20 be paid the Contractor. Very truly yours, Jack Wilson City Engineer JW:m "elll L14 �. %X.r�,; � '� F-r�tiy� t-'mac-,!.,�' �-•� u.'� � �%, /J�6 `: C.c--,ci Gl-��Gc,d) Y..es..� FI-325 Rev, 9-1-55 File ',,To: 170tice of Completion of Public Works Contract To: Excise Tax Division 'lets Audit Section Tax Commission From: Gentlemen: Olympia, Washington _Do Tot Use�________�_ Assigned To: Date assigned: P. W. C. Dated: Date of Claim: Notice is hereby given relative to the completion of contract or project described below: Description of Contract Contractor's Name Contractor's Address Date Work Commenced Date Work Completed Surety or Bonding Company Agent's Address Contract Amount Additions Sales Tax Total • %) of G Date Work Accepted: iiN, 7E,'7> GYn OivCo �S�J,E'9/1GE �o 16,L/6'/. oc� • "� C9.2 . Amount Disbursed: � /5, 02 z 50 Amount Retained ; / lol0 9.20 Total : $y �� 69 Z •GD 0 Disbursing Officer THREE COPIES OF THIS NOTICE MUST BE COMPLETED BY THE DISBURSING OFFICER AND MAILED TO THE TAX COMMISSION AT OLr`PIA, WASHINGTON IlIvEDIATELY AFTER ACCEPT.NCE OF THE WORK DONE UNDER THIS CONTRACT. NO PAYMENTS SHALL BE MADE FROM RETAINED FUND UNTIL, RECEIPT OF COMMISSION'S CERTIFICATE, AND THEN ONLY IN ACCORDANCE WITH SAID CERTIFICATE. PUBLIC WORKS CONTRACTS - LIEN FOR EXCISE TAXES -- FINAL PAYUENT RCiAT 60.28.040 (sec. 4 chap. 236, Laws of 1955) The amount of all taxes, in- creases and Denalties due or to become due under Title 82, ACV from a contractor or his successors or assignees with respect to a public improvement contract where- in the contract price is five thousand dollars or more shall be a lien prior to all other liens upon the amount of the retained percentage withheld by the dis- bursing officer under such contract, and the amount of all other taxes, increases and penalties due and owing from the contractor shall be a lien upon the balance of such retained percentage remaining in the possession of the disbursing officer after all other statutory lien claims have been paid. RCW 60.28.050 (sec. 5 chap. 236, Laws of 1955) Upon final acceptance of a contract, the state, county or other municipal officer charged with the duty of disbursing or authorizing disbursement or payment of such contracts shall forth- with notify the Tax Commission of the completion of said contract. Such officer shall not make any payment from the retained percentage fund to any person, until he has received from the Tax Commission a certificate that all taxes, increases, and penalties due from the contractor, and all taxes due and to become due with respect to such contract have been paid in full or that they are, in the commission's opinion, readily collectible without recourse to the state's lien on the retained percentage. RCW 60.28.060 (sec. 6 chap. 236, Laws of 1955) If within thirty days after receipt of notice by the Tax Commission of the completion of the contract, the amount of all taxes, increases and penalties due from the contractor or any of his successors or assignees or to become due with respect to such contract have not been paid, the Tax Commission may certify to the disbursing officer the amount of all taxes, increases and penalties due from the contractor, together with the a- mount of all taxes due and to become due with respect to the contract and may re- quest payment thereof to the Tax Commission in accordance with the priority provided by this chapter. The disbursing officer shall within ten days after receipt of such certificate and request pay to the Tax Commission the amount of all taxes, increases and penalties certified to be due or to become due with respect to the particular contract, and, after payment of all claims which by statute are a lien upon the retained percentage withheld by the disbursing officer, shall pay to the Tax Commission the balance, if any, or so much thereof as shall be necessary to satisfy the claim of the Tax Commission for the balance of all taxes, increases or penalties shown to be due by the certificate of the Tax Commission. If the con- tractor owes no taxes imposed pursuant to Title 82, RC14, the Tax Commission shall so certify to the disbursing officer. Pf7G�RESS SST/iL�TE S 7-0/91W -5Z-WZ ;' 3Dli�,E,�S C�N`S'T P/QO,j EC 7- IV 77R.4 C To,e NORTh/ ST" S TEPEE T v,4 TE -_ T�� DEsC.e /P T/OiV N/T P,P LAST. ,CSTW , I TO TA IL 7WI- ' 457,57- l T4 Ti9.0 /. I/VSTAIL Z4'YA1 34�L ./r �G 3 Fr 7G . U 3:3, 8 Z . IN.STA,C 4 20 ?W10 3 �-�,L . F Us Za / �S� , a G `�� ( .. .; -3 3. a r- 20 G u G �- .57. �4SPI141- 7- 7 CoGD /i�/X .�,4 .lO �' T.v J• a �' 7 C? 7, ?� - �� i , 5� 2 5-1 is "� a Aa 9.. BEDD/NG 6kAI/. 4 �� �. Y. .S UB - TO TA.L io svB - Tr- ,PE"TA/NFD A/YIT. PeEV PA/D z 46 o AIW T. DUE Ca/VTRACT°' R 7, j/-, ­7 • September 9, 1969' Honorable Donald Custer, "tayor Members of the City Council Gentlemen: Submitted herewith and recommended for payment is Estimate No.l for the construction of the 24 inch storm line in North Sth Street from Burnett Avenue North to Garden Avenue North. The amount due the Contractor is $12,460.05. Very truly yours, Jack Wilson City Engineer Jw:m 0 September 9, 1969 Fionorable i!onald Custer. ?favor `lemhers of the City Council dentlenen: Submitted herewith and recommended for payment is Estimate N'o.l for the construction of the 24 inch stoma line in North Sth Street from Burnett Avenue North to Garden Avenue North. The amount due the contractor is $12,46n.05. Very truly yours, Jack Wilson City Engineer JW:m August 5, 1969 Bowers Construction Co. 16239 Ambaum Rd. S. Seattle, Washington 93148 Re: Stonn Sewers in N. 5th St - Burnett to Garden Dear Sirs: There will be a pre -construction conference held at 10:00 A.M. Friday, August 3, 1969 in the 4th Floor Conference Room, City hall, for the above named project. The contracts for said project have been completed and you should receive your copy very soon. Very truly yours, RCH.mj Richard C. Houghton Office Engineer 8 7. 25 8 72 so S!O /O Z.4 se l 3S' st �S 22.:�\i05�� 1� 2.A I r I ` � - f -5 7 -5Z IVZ 1 7- EC 7 IqO Try OA TF ree-�6- 7- TA C-571* TO TAe 1'i�%Y/ r U£5��.��•QT�Oti' �IAZTDk.!,L46 T 0 76 A 3. 7e:9 -4,5P4,1 Z 47 10z:2 SOO-C,,41 13 e725 9 72 so 56, /0 Z4 00 7 7 -, 441- 7-1 eY 1,14�7' P41Z) 13 5o . - -- —4- 'e, - :: . ti..um" aramma 101 olivetti underwood programma 701 olivetti underwood programma 101 olivetti underwood programma 101 olivetti underwood programma 101 olivetti underwood program N r� W A w rn oo cu CD w (n A c W co O� CD A A A N -a CA O O N U) -j O A 1 A A A O A. Ut Cr U) p cn O U) r N Co O O O O —7 O Ul O A (_7) (-,n O 0 0 O A CT O C� O O O U) O U) O O N f-+ O O CT O ' ,d O O A O p D T m T1 X. D � D p n n b O N O O-< O (n Cn O (.n (n O Cn Cn O V) V) C. (n V) O cn V) C. V) (l7 O N V) C W Co CT 0 O O W t O O (D ' r O N (!1 C C Pf?�RESS Tz- S 7-0191W -5Z IVZ� �a/✓r.PACTo,� AIOR7'1-71 ST'�' STiPEET DATE: f - Q - 4 LAST. £STi". I TOTAL T-�r�1-5- £S T/V. TO TA.0 --- /KS7-41L 24 387� o / % o / S. SP11,,4/-7 f rell'5 Z. 7. Co.LD /V/X R4MP AV a'T.�! -- — _g T, 87Z, ► $O ao S UB - 7-0774L 13,944 - SD_ /O Sl/B- TTL-PE"TA/NE-D At /3 fr 4� S A /YIT. PEE-V PAAO AMT. DUE COWrRAcTo BOWERS CONSTRUCTION ComPANY 16239 AMBAUM BOULEVARD SOUTH SEATTLE. WASHINGTON 98148 CHERRY 4-8411 STATEMENT September 9, 1969 ITEM DESCRIPTION 1. 241, CMP 2. 201' CMP 3. Manholes 4. Select Backfill. Material 5. Asphalt Pavement Patch 6. Concrete Pavement Patch 7. Cold Y x Patching 8. Metro Connection 9. Bedding Gravel Extra:Hook Existing 6" Storm Line into New Manhole City of Renton Storm Sewer Trunk, N. 5th Street Burnett Ave. N. to Garden Ave. N. QUAUTITY INSTALLED UNIT PRICE 1140 L.F. $ 3.4o 451 L.F. 3.00 6 ea. 470.00 -1726 C.Y. 2.00 135 S.Y. 5.00 0 S.Y. 11 87.25 Tons 10.00 30 % 1830.00 281 C.Y. h.00 3 ea. 25.00 Total Less 10% Retainage Sub -total Washington State Sales Tax, 4.50 of Total TOTAL, 3876.00 1353.00 2820.00 3452.00 675.00 0.00 872.50 549 . o0 1124.00 75.00 14796.50 1479.65 $ 13316.85 665.84 Total Due Contractor,This Estimate $ 13982.69 . STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIE DEPT. OF LABOR & INDUS.RIES p 2 0 ENT L,7 N PUBLIC WORKS O TRACT OF INTENT TO PAY PREVAILING WAGES AUG b 19�9 Awarding Agency... City of Renton ----------............................................... Contract Number..5t0fe................ OLYMPIA. WASHINGTON Date Contract Awarded ... July --- -...1*6%........................................................... County in Which Work Performed ......... U118..................................................... Location Within County ........ RentQr1.,...W.-whington... ---------------------------------- Prime Contractor. BQwe.ro...Crono.tru.C..t OXL..Cromp.arw.................................. STATE OF WASHINGTON SS. Countyof ............. Ning..................................... In compliance with Chapter 39.12 RCW, I, the undersigned, being a duly authorized representative of Bowers Construction Company, 16239 Ambaum Blvd. S., Seattle, Washington 98148 ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- (Contractor or Subcontractor) (Address) do hereby certify that in connection with the performance of work on the public works project above described commencing..__ Auk... 31............................. 1969.........., the following rates per hour for each classification of laborers, workmen and mechanics will be paid and no laborer, workman or mechanic so employed upon such work will be paid less than the prevailing rate of wage as determined by the Department of Labor and Industries as specified in the principal contract. RATE OF RATE OF CLASSIFICATION OF LABOR HOURLY PAY FRINGE BENEFITS Laborer: Ditchdigger, Clean-up, Flagman $ 4.60-` $ 0.64--' Pipe -layer 4.90,— 0.64f NOTE: Attach Additional Sheets as Needed --B ownrs...Construction...Comp"W ..................................................... (Company ame) By-- ..................... (Authorized representative) Subscribed and sworn to before me this....... .�!l...day of.....Au��.................................................. 19......69.. ............................... Notary Public in and for the State of Washington, residing in Washington. The purpose of this statement is to provide evidence of intent to comply with the prevailing wage requirements of Chapter 39.12 RCW. IT IS A PRELIMINARY FILING ONLY and cannot be construed as application for certification by the Director of Labor and Industries that the prevailing wage requirements as set forth in RCW 39.12.040 have been satisfied. THE ABOVE STATEMENT OF INTENT TO PAY PREVAILING WAGES IS APPROV This space reserved for Director's approval *"'' Departlalt of La or & Industr7.�� Ind St iaianej BEFORE FINAL SETTLEMENT CAN BE MADE in connection with any public works project it will be necessary for the contractor, and any subcontractor to produce evidence of certification by the Director that prevailing wages including fringe benefits have been paid to each classification of laborers, workmen or mechanics employed on said project. Form S. F. 9843 "Affidavit of Wages Paid", or a similarly constructed form should be submitted for the Director's certification. These forms are available upon request from any office of the Department of Labor and Industries. PROGRESS PAYMENTS: Each voucher claim submitted to an owner by a contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the pre -filed statement or statements of intent on file with the Department of Labor and Industries as approved by the Industrial Statistician. COMPLETE AND MAIL ENTIRE SET FOR APPROVAL TO: Industrial Relations Division, Department of Labor and Industries, General Administration Building, Olympia, Washington 98501 CONTRACTORS, DISTRIBUTE APPROVED STATEMENTS AS FOLLOWS: (PINK COPY) ORIGINAIr-AWARDING AGENCY (BLUE COPY) DUPLICATE —PRIME CONTRACTOR (YELLOW COPY) TRIPLICATE —SUBCONTRACTOR (GREEN COPY) QUADRUPLICATE —INDUSTRIAL STATISTICIAN ( Retained by Department) 8. F. No. 9882—OS-4-89. .JJaW 3 AYTJLDAYIT CF WAGES PAIM s Renton on _. Storm Sewer Tiunk N. th Street - Burnett Ave. N. to.Garden Ave. N. SUU of Washington COMt7 of KiM9 I, the Uaftrsigned, being a duly authorized representative of Bovere Construe ion CorRPanY, 16239 .Ambavm Blvd. S., Seattle, Washington, 98148, do hereby certilY that, in the performance of work in connection with the above contract, a public improvement project, no laborer, worleran, or msehanic has been paid less than the prevailing rate of wage or less than the nir,, imam rate of wage as specified in the principal contract. "orrmany: BgMrs Constructs _n Company Subscribed and sworn to me this: 8th 44y ox.f Sember �_ 19`9--_ otary Public In and for the State of • dashington residing in the :Mate of Washington. OFMAL a �fAO*, CAPITIA- 0q, OFFICE OF THE CITY CLERK . RENTON, WASHINGTON RENTON MUNICIPAL BUILDING, RENTON, WASHINGTON 98055 BA 8-3310 June 5, 1.969 Daily Journal of Commerce 83 Columbia St. Seattle, Wa. 91101 Re: City of Renton - Call for Bids Storm Sewer on North 5th St. from Carden Ave. N. to Burnett Ave. N. Dear Sirs: We are submittinp herewith City of Renton Call for Bids on the above -captioned improvement to be published on Friday June 13, 1969 and Friday June 20, 1969. Please furnish affidavit of publication in duplicate. Thank ,you for your courtesies. Very truly yours, CITY OF RENTON Helmie W. Nelson City Clerk Enc. HWN/mm CALL FOR BIDS Sealed bids will be received until 2:00 o'clock P.M. Wednesday,June 25th, 1969, at the office of the City Clerk and publicly read aloud at 2:00 o'clock P.M., same day in the first floor conference room located at the Renton Municipal Building, 200 Mill Avenue South for the STORM SEWER ON NORTH 5TH STREET FROM GARDEN AVENUE NORTH TO BURNETT AVENUE NORTH. The work will constitute providing labor and equipment to install approximately 1590 L.F. of 24 inch and 20 inch C.M.P. (Pipe to be furnished by the City of Renton), 6 manholes, 1500 cubic yards Select Backfill Material, 300 Cubic Yards Bedding Gravel, together with all necessary appurtenances. Plans and specifications may be obtained from the City Engineer upon receipt of $10.00 for each set. The deposit will be forfeited unless Plans and Specifications are returned in good condition within thirty (30) days after bid opening. A certified check or bid bond in the amount of five (5) percent of the total amount of bid must accompany each bid. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities in the bidding. Helmie Nelson, City Clerk Date —o of l s t--Pub I i c'— won Date_ n 2A�—Puisi#�a'eiart-- �$ 3un� —i�69 Published in the Daily Journal of Commerce: 13th June 1969 20th June 1969 DEPOMENT OF LABOR AND INDUSOES 01 'P August 18, 1969 Bowers Construction Co. 16239 Ambaum Boulevard South Seattle, Washington 98148 Re: Firm No. 254,231 Gentlemen: We have been notified that you have been awarded a contract on behalf of the City of Renton, Renton Municipal Building, 200 Mill Avenue South, Renton, Washington. This contracL calls for installation of storm sewer trunk, North 5th Street Burnet: Avenue, North Garden Avenue North in King County, Contract No. CAG 1513-69. All work under the jurisdiction of the Workmen's Compensation Act on this contract is to be reported by your firm under classification 1-1 which has the 1969 rates of $.0976 per workman hour for industrial insurance and $.041 per workman hour for medical aid. We are enclosing a supply of our forms for your assistance in securing a release and certification that prevailing wage rates have been paid on this contract. Enclosure cc: City of Renton Very truly yours, SWERVISOR OF INDUSTRIAL INSMANCF. BY, H. Woodard «< Chief, Underwriting Section INTER —OFFICE MEMO TO: Mrs. Helmie Nelson. Cit)j Clerk FROM: R. Lyman Houk, Engineering Department RE: DATE June 5, 1969 Please advertise the enclosed Call for Bids on the storm sewer at North 5th Street from Garden Avenue North to Burnett Avenue North in the proper paper and in the Daily Journal on the dates indicated in the Bid Call letter. R. Lyman ouk RLH:mj nAp4wL i 6VAM9 6Ov p"oR STATE OF WASHINGTON Okv��toK pr pAQrfi63;GMAT LICENWIA3 YN1�3 I'('RT{►1L3 THAT THC PQNfi1N hA,./F() .'tRCGnI '�. L N`iF 7 AL PR(` e i3ENIR4L CONTRACTOR lOMSRo' CONSYRUCT I ON CQ DON@RtrANTON ?PIER4ANNI 1*i39 Amsom NOD �o SEATT66 WA r96C 4A �rwTAI ON -- .pYf�13 'J1i1 -'oa �--J L Q a 0 0 L a� a c m O 0 j 1140 6 6840.000 V s S AO m a, 5.75 S 0 L Q 450 S a 2587.50 AO 0 0 6 S a 400 S 2400.00 AO ti a� 1500 S _0 3 S 4500.00 AO CIO 140 S L 6 S 0 840.00 AO L 0 35 S 0 3 10 S L a 350.00 AO z 0 125 S 9.5 S 0 1187.50 AO O CT3 1 S 1500 S 1500.00 AO 0 L Q 300 S 0 3.5 S 0 1050.00 A L a� a 100 s ti 1.5 S 150.00 AO 0 ro 21405.00 Fa 21405.00 EO o, 0 L Q 0 SCHEDULE OF PRICES APPROXIMATE ITEM QUANTITY DESCRIPTION UNIT PRICE TOTAL 1. 1140 L.F. Install 24" C.M.P. Per L.F. 2. 450 L.F, Install 20" C.M,P. Per L.F. 3. 6 Each Storm Manhole Per Each in Place 4. 1500 Cu.Yds. Select Backfill Material Per Cu. Yd. in Place 5. 140 Sq. Yds. Asphalt Pavement Patching Per Sq. Yard 6. 35 Sq. Yds. Concrete Pavement Patching Per. Sq. Yd. 7. 125 Tons Cold Mix Patching r0 $ $ Per Ton 8. Lump Sum Metro Connection DSO U $5 $ Lump Sum 9. 300 Cu.Yd. Bedding Gravel Per Cu. Yd. TOTAL AMOUNT OF BID S O $ THE UNDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT, IF AWARDED HIM, WITHIN TEN (10) DAYS AND TO COMPLETE WITHIN THIRTY (30)CONSECUTIVE CALENDAR DAYS AFTER STARTING CONSTRUCTION. DATE THIS DAY OF 1969. SIGNED:- TITLE: — ADDRESS: a INTER -OFFICE MEMO TO: Helmie Nelson, City Clerk FROM: Engineering RE: Bid Call Publication DATE June 16, 1969 Please advertize the enclosed Call for Bids on the storm sewer at North Sth Street from Garden Avenue North to Burnett Avenue North in the Record Chronicle on the dates indicated in the Bid Call letter4 also contact Daily Journal of Commerce reflecting new bid date. Thank you. Richard ghton r r• June, 16, 19 o" Daily Jo;arnal of Commerce 83 Columbia St. Seattle, Wa. 98101 Re: Notice of Change in Date of Bid Opening City or Renton - Call for Bids Storm Sewer on N. 5th St. from Garden Ave. N. to Burnett Ave. N. Dear Sirs: We are resuciioittin�; herewith City of Renton Call ror Bids on the above-- aptioned improvement to be published on Friday June 20, 1'� 69 . The Record Chronicle inadvertently omitted the legal publications fro-n their paper and onsequently we must t-s,hedule to meet thc li, al : equiremente. We would appre, iate an article in your, n(.we se tion allin,. attention to the --tjan; a of date ioc Renton bi openings. Please furnish a,'fi-zvit o ' publi.4tion in ipli ate. Thank you !'oar your courtesies. Very truly yours, CITY OF RENTON Helmie W. Nelson City Clerk Fne. HWN/mm ( c: J. Wilson, hnoineerine Department c c: V. Church, Pw,chasing Departw'nt BURROUGHS CORPORATION ­ V "-de4o-'-� ©TODD DIVISION t_ Form G524 REPRODUCIBLE 0 Initials Date Prepared By Approved By r cr 5 _...0e........__� ...clime_....._. ----------- ----- ..___._. _._. "-"-,-'I _- -__.._..__.._.._._..__.._......____...___..._.___..._.............__.___. _. I x ( n ) ( G 1 ( H ) (7) (H) ( Q ) ( 10) If 1 i ) (1 2) ( 13 ) � .�>�.��.rl�____ ��.��/1ta__ _/�?�.._..�_. ____ ._.��/� �� asp. PM ra _.._' .,.___ _______ _._____.._..... .._...__....._.__..._....._...............................__._'___....._........_...._ .__...................._......._. ..._.___..._..._...__..._...___'__.....__._._.__._._._..._..___...__........_._._._.___._.......,.__....._................ _ ..hR.,R...!f...S.tC..t.....�1....�...._....._._ .wR.MRd r N _ _...______...._._._..._...._.._...._....__.._....._.._._. __.._._.__._.__._.._........_..__........ _ € 1 i € f f _ f , € € € f € f € I _ , f € x € .....Q..L_.. = -------- _a -----'I i 4 _�._....�.._. _ ___.......y.._ g ....... t x ( € 5 I 5 i € [ € € € 6 i i I ....... ._.__...______ __._...........__....._....._..........._.............._....._..._.__._._.__......,....,.,._....._...,..............._._...._._.._._'___ € € ._....._..�a_...r..._., f € € a ) f € ) € € ra R f g € x -}� � i = 'F 4 i € € � = 4 $ g .... i _.. .__. .._. _. ._ i..__.f...... .___..„_.. ......_. i...._f _.. ..._ € € = € € € € € € = € € f € € 8 ? f 3 € € € € f f € ? i ( 3 3 � 10 10 € AL • ( i € f € = f € € € S _... ... .. ._.___L.__ �Ai ._.__...__•......... •...._...•.............._...............................m_•__'____.__._.__'__......_....................__'____._. f .f � .t.... �E. -i i -, Y` i $ e 3 3 q '€-- g € 3^ A -'i' i- -`x' --[ ' ' f ^.w....^�...• oaf � f € _.�....,& .....�. € e ! � x = = f = x x f € i f f i € f I Q = [ € € f x f f f i _ ( € ( ? i € € 3 1 - - - --- ----- ---------------------- g € i i 15 15 € _ f € € € € € € € ? f -A i € € f _ f x x = x x _ _ x { 17 f e x= x e € g € a f € f € € € f f 6 f f f ._�. __.....__...__... .__'__'_'__..,,..___._..._..._..._...._.,..._....._.,....,..._...,.,.__._._.,_._._..._.....__..._............_....._......_..... = x _....._._.._._._a._._ x ` _ _.._.ra..._.f._......_.......... _ __....__.�._. ` _ ..._.v.......a....._ € ..._...._... _._..__.-& • s 19 �a •Y 3- € I }. i I g _ It € _ _ f x x € ! f € € f Y i ti 21 g- a v g g 9 f a\ I € _ e € = _ 22 f € f € I z € ._,._.__.._.._._._....._....._...........................m_...... ._.__._......._ ..._. _........, a..............,...... ..._..._........ _..._ ....S.. a �a. � r _ a -2- r ._ = i ....._x...., 1...... _... .... ...,a-.,...._..,.c...,._; 4 ._ _•"`a_'_ _ i f ! € - ----- -- - --- � E x 24 i ? ...... ------ ...... __£ = ...... ....... ....... I L-1-- € . ...... . x x f ` € € i € _ 25 , , € f 25 t f € € € € x e f ? x e e € `• _ € 26 j 2 I f 4 € E x € e f I f € f € € € € i i e x f e f e �j € = f x _ 0 € € I € ? € f € e , f _.. a v a r .............. ._...._.,..tea..._ ..._a..... � a t x a x 28 e t ? € f = .� "4 q ..._..�...... _ _...g.......�............ _...i i ""�'""Y'•'• �._. e f 2 ...__. ._.__._._._....._............._....._............._....._..._._..._................._....._.__...._._..__....__.._......._.................................._... ... _ .a a g € € j 29 € + ........._ .�.. j .f....aa�___ _. ..__ _ . € S '� ' ? € __•r 30 € € 30 11 = x x _ _ x i x f x x r= = x € i � ? i _ € i € € _ 33 ...... ........................ x e : x =. = = i e ? e x= 33 f x �✓ x = € 34 s a x s x s x r i 14 _._. ............... _..__.._._. - € _ '__ _. ...... __. g I _ . . 35 € f, 36 € € = s € € f f a6 ? I i._... i_..... _ € _ _ i € _ _ € _ .,.�2 .,...__...__._.__. ._._._._.__..•....._....._..._..................._._......_.........._...__'"__.._.__._.___.___..._...,._..._......._........_ .,. _._._.._._.. _....._ -c f _._..�._._ ...... v .............. ......_....,........... x a..._. ..............,..._ x = _..._.___..._.,......................................., .........,...._,._ g € ...... _.................._........ •F € .........._ ......._.. �£ = i a.._. �..._. .....,_....... � b i old.. ...,..,.,..,. x _._..1. _..._..........,._ g = x __'__... ..... ! .........,.,..__........,........� •T 1 _ x .g....... .�......a... -� ....� . ....�....._.q_.,. s i _ ( 78 f € f 39 x ,9 _ � j 40 0 _ € f 1 K f i x � g f f F P i i I I � € . € € a 2 i � ., € € € e € € € g •C w € € ', 1 € f --. Y € ! f f x = € 1 + _... __ _..a__. _ ......�.... ••••( ._1 ."_ ••_•9__... € _._.3..._. € S ...._),..... ..._ F I g 42 , x x x = x i = i s f € x: i i ..... ...... f x € .. .. - ----- 4z' € - € 4311 x I i x _ i € 13