Loading...
HomeMy WebLinkAboutWTR2700098(1) W-98 HIGHLAND 1.5 MG RESERVOIR COVER WTR-11 1 #1 Generul Correspondence & Contract writer II sieAa9e f�eil�t%n BEGINNING OF FILE FILE TITLE 9cwwo. n I . 5 706 pesos cooR � � &eiVeR&Lv • INTER-OFFICE MEMO • Date From: Departmental Account No. To: —" --�:r- - Expenditure Account No. -• . . _.. :.�,� JU2'�w1 .:21 Jp-n. :0 19L', u11f1 lti 1;:.@ nt ^• ,m d 26th. }' v CITY OF RENTCK WA.S@ICToN xskd bid, wIH ye[ecslw I'd =0 510rr P.M., MO.&Y. FebrvarY 7. 1966,at the City CITY Clerk-,Mice.City Hall, fimvm. Wasidngim, w pm_ Voted to for City caeo id Until 8900 P.NL, of tie same day rot the constryction of a roof or. an exlsHrte 1.5 mH- ,I- gall" "Sol, reservolr, LROAL NOTIM At this time tiw bids will N CALL FOR R71jg Publicly apetnd and read, CRT OF RENTON. The principal Items of work H'ASHIMTON are da:Nr.ILNHngandametion "wa nd bids will be received of precast,Prestressed car "A" 5:00 P,al., Monday,Feb- chore girders, shm'.,and Sol- fixity - 19nt, at the City Stuns, teal Washington, or preaefted ealavaNaSd per.n web Clerk's Office,City Hal:,Rep- .eel roof jclse:, emf 22,O0p to the City Council mill 8.00 alasse feet at aluminum roof- P, at,, of the same it,, for the in'. construction of a reef On an Plans and sWcUleations exilaug 1.5milllorwim4ater :nay be obtained from the City reservoir.At this time Ihebida nginee, at it. City[Lou.as, will he Publicly 4Nneo and Md. 'ram Caisal p. The Principal items of wo:k �e ng�Y r• are the furnishing and ereclkm Richard L. Yyallf.2200 Cast- ' Pretest, Prestresa an. Like Hex,l on deeetrle,up c reds glMers, abuts and cal. eb of $05.00 per set. Theho rows,JOP joists, and 22,0•.ve quael jess t[ will b: tO specE tar root falu, and rwfft a4wre nss She plans end by illace- feel of aluminum rmtkg, eons arc returned by Match Plana and Specifications -. ft a may 1466. De obtained from the City F.n- glnee, at the City Hall, or Hach bid shall he accom- from CeoaW❑rag Engineer, Panted by a mni(bd dick or Ricwrd F,H'olff,UN LIStlake satisfactory bid bond, made East, Seattle, Spam deposit of payable to the City Tr'easur- $25.00 Per set.The deposit will If, k to amount of 5 per be forfeited unless the Plants cons of de bid. The Sate and S viflcallons are returnee Sates U. shall be stated as by March], ilicc, Each bid shall be, accom. • sapbe bid item, The bid Pawed by a certified cheek or lgroslt will be wrfeited to satisfactory bid tmd, made ea:City it IM suuessful bid- payable to Ne City Tre ry,mT :ter falls to enter into,signed in the amount of 5 Per Bent of contract within ren days after the bid. The State Sales Tax notice of award- shall Ip Staled as a separate A perlurnWteu and surety bid Item. The bid deposit will bond in the off ammnt a the be forfeited to the City If the ul bidder fads to enter rontrac[ helll he sequli'ed at sm ceeefInto a argued contract within ten the time of entering taro the days after notice a awatc. contract. A Performance and surety No bid may be withdrawn bond In the full ;mows of the ater the hour net for the opm. contract will ta rxlared at the kg, a before award at car Hone o: entering into the con- tract. Itnlcst the award Is tract• delayed for a periodexceed- No bid may be xithdmwn kg 00 days, Award will be after the finer Set far the oPen- Iq,orbeforeawardof ord'act, bald on the lowest a bey. u ihm"(he award:s delayed fur bid, of vfilch the Cowmll wW a Perlw eateedkg 20 daps. be the judge, TYe City re. Award will be based mlhelow- somes the right to reflect any Sad u.J beet bid, of which the or W bids and to waive any Council will be the Paige.The aT an kformalRlos in thebid. City tasarves the right to mixt ding any Or all bids and to waive any or all IMonna hies In the CITY OF RENNIN of",. lkimb Nelson CITY OF RENTON City Clerk NNmto Nabma City Clerk P ubt l as e(4-AL Tpe Renton Wbgalaid ill he T Ranson FMerprise .finuary 19 sew 26, Enharpries Jmra y 19 and 26, I 19gg, I4GD, February the V66 Honorable remold Castor, YAWW Mewbora of the =1tT Cauasi: Rau Rids on Hi4h ands Reservoir Hoof Oatleunu It is the rooaswadatier of the Tire and Water C,roittee asd the City minor •aat the Ise MA of Western Stalls Oartruotiea Caepsq is the t, I seat of 16le01Y.13 for aeeorlm ill RUb- Iaoda Rssorvelr w asoepW red that the Mayor and City Clark to abtLariaed to sign the oontraot upon approval or the City Attorney. city Engineer Fire and water �owdtt" UNITED oACIHC INSURANCE COMaANY CERTIFICATE !!! '•+ OF INSURANCE •• •. .LSIY,,.; >T,4T1.s C. C.I :1 6J„ L;C. ]ALL H.6. 41111 ♦_ CL'2 '.2._J 1.1..66 -L CO VERAG�l LI.91L1T♦ .. � J.i ..uJ. I;J PROPERTY Df M.GE CMTSTIWCTI,4u Or A L '. •ni:': e.SS21:iC AT I'M X11i .1., x,,, •:LLLI'J,1 ^.ALI.a: rESE.:V.)L: t CA3MLLATItd1 OU CIL%= ,.ILL a ula&I .r..•, :;.i;L„ LL.::ZI?L�A:L ltJ:��::. t.. Ll1Y t ..l,L'C t.i rnif ♦ _h'�•..��n•.•.r+T.n.-'• .ittl. q'!h Aail:t�'1•'.i 0.69 i6A :»rnf tiu. it)�:753 trt : .: gp s + FE8 29 _v _ ueTn.wcA lac �. r I • df `" RfDlRVOIR flit — � r M J � � O i i BUD AK S S SYO.AVE 171 CO P sT Aq �EIt-../i q -ti z VICINITY MAP ��.- - CITY OF RENTON PROJECT W- 98 ROOF FOR EXISTING 1 .5 M .G . RESERVOIR BID PROPOSAL AND SPECIFICATIONS CONSULTING EN4INEER RICKARD E. WOLFF 2200 EAVLUE AVE EAST _ SFATTLE, WN.EA-3-3334 CITY OF RENTON ROOF FOR EXISTING 1 .5 M.C. RESERVOIR - IN HIGHLANDS � �— PROJECT W-98 Table of Contents Instructions to Bidders Rid Proposal General Conditions Specifications: 1 .0 SPECIAL CONDITIONS 1 . 10 Scope of Work 1 .20 Time of Completion 1 ,30 Protection of Existing Structures 1 .40 Cleanup 2.0 SITE WORK 2. 10 Scope 2.20 Fill 3.0 REINFORCED CONCRETE 3. 10 Scope 3.2C Materials 3,30 Placing and Finishing Concrete 3.40 Miscellaneous Embedded Steel Items 4.0 PRECAST CONCRETE UNITS 4. 10 Scope 4,20 Details 4.30 Curing 4.40 identification and Marking 4.50 Erection and Joining 5.0 PRESTRESSED CONCRLTE GIRDERS 5. In Materials 5.2J Fabrication 5.30 identification and Marking 5.40 Erection and Joining 5312-D CITY OF RENTON �[ v Ate.. ROOF FOR EXISTING 1 .5 M.G. RESERVOIR - IN HIGHLANDS FFc PROJECT W-98 Table of Contents 6.0 STRUCTURAL STEEL AND ROOF JCISTS 6. 10 Materials 6.20 Fabrication 6.30 Erection 7.0 ROOFING AND SIDING 7. 10 Materials 7.20 Fabrication and Installation 8.0 MISCELLANEOUS 8. 10 Hollow Metal Doors 8.20 Concrete Catch Basin 8.30 Concrete Pipe 8.4G Asphaltic Concrete Paving 9.0 MEASUREMENT AND PAYMENT 9.01 Site Work 9.02 Formed Reinforced Concrete 9.03 Precast Concrete Units 9.04 Prestressed Concrete Gircer 9.05 Structural Steel 9.06 Roof Joists 9.07 Aluminum Sidinn and Roofing 9.OB Hollow Metal Door 9.09 Concrete Catch Basin 9. 10 Furilsh and Install 6" Concrete Pipe 9. 11 Asphaltic Concrete Paving 5312-0 INSTRUCTIONS TO BIDDERS • � -x idC70 I . Sealed bids for the construction of a roof for an existing Ftl C. s 1 .5-Mllllon Gallon Reservoir located at 12th Avenue N. will be ^eceived by the City Council , Renton, Washington, at the City Hall until 8;00 p.m. , February 7, 1966. The envelope containing the bid shall be plainly marked on the outside as "Bid on Roof for Existing 1 .5 M.G. Reservoir" and with the name and address of the bidder, 2. Each bid shall be accompanied by a certified check, or bid bond by a rel lac le surety company, made payable to the City Treasurer, Renton, Nashington, in an amount not less than 5L of the amount of the bid. Checks wi . l be returned to the unsuccessful bidders immedlateli after decision as to award of the contract. The check of the successful bidder will be returned provided he enters into a contract and provides a satisfactory per- formance bond for the full amount of the contract within ten days after notification of award. 3. B'ds shall be submitted on the forms enclosed herewith. The work to be done Is shown on the plans and described in the SDeciflcati0ns. Quantities are understood to De approximate. Final payment will Se based on field measurement of actual quantities. Attentior is invited to the "Measurement and Payment" section of the specifications which defines the work to be included under each bid Item and the basis for measure- ment. 4, 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 will govern. Illegible figures will Invalidate the bid. 5. The right is rese-ved +o reject any or all bids and to waive Informalities if it is deemed advantageous to City to do so. 6. Bid proposals shall stare the ti ^e of beginning work and the timo of completion. 7. The State Sales Tax of 4,2�ot "a amounts bid shall be stated separately. Tax free items sham, not be inclutlao In the tax computations and shall be ic'ent; tied on the bid, or in or accompanying letter, 8. Note that the successful bidder is required t0 submit for approval : Names of mafor subcontractors, fabrication drawings, and other Items as stated in the Specifications. 9. Payment ter the wore will to in cash and will be Oared on monthly estimates of tho work c.mptcted. 5312-0 RID PROPOSAL ROOF F30 EX!ST106 1.5 M.G. RESERVOIR - IN NIGIILANOS ' PnOJECT N-98 The Honorable Mayor and Council City of Renton Washington Gentlemen: the undersigned hereby certM es that he has examined the site of the proposed work and that v has read and thorougily under- stands the plans, specificatiots, and contract governing the work. It is further understood that the Contractor is to furnish the materials , labor and equip rent necessary for the construction of a complete structure except as otherwise specifically stated in the plans and specifications, and that the costs of the same are included in the prices quoted hereafter. Accordingly, the undersigned proposes and agrees to undertake and complete the work as set forth, in the time and at the prices ouoted as follows: Onit iten Quantity_ unit Description Price Amount 1 1 L.S. Site work S 450.00 2 75 C.Y. Fovued reinforced concrete i33 ro j,j]S,00 3 8 Ea. Precast Concrete Columns. 16" x 20" i : place moo i_(P72.o( 4 4 Ea. Precast Concrete Struts, 10" x 20" in plat 1lS'.00 ,ICI oc?00 5 b Ea. Precast Concrete Struts, 10" x 16" in place 17�i.00 � o 6 12 Ea. Prestressed Concrete Girder, 982.0o jLJA4�p in place 1 3,900 Lb. Structural Steel 8 t L.S. Open Web Roof Joists 5312-D s+,� LPµ glo Pttat•0 o1a _ ��' aleµ , 1R6 M.O. RESERY 1.1 Root' f0R Ex15t PRI4ECt N.,96 pnit �..� � am �t. �t 0olnuo 51d1ng r�i{h �"g'� 9 21.100 S0 N011c'� y{etal Doo .ia'"' �lS OD 2 Es. fro** Csict' :�� es cyst i60. Co"crate 0[? tt fornlsh "slat all 6° M 2} I,j. concrete ncre to o 12 G Co S� Y. ASOh°tom q -3 160 S' Ps�1^9 suelot Solos 'Tog. 5{ete TOt AI- p10 Mlth';n calendar a Qf ee 10 rlL 'Jthtnh worded the and to cco^irrct'the ror 190,18 ,r• 01 the gel endar at* Ot the �p' for S t 1 °r m� daYy tf�M a , tn,r_nh Ghts eeAyn A{ta4ned V gr It 0 o4 ahttln. a ,_may✓` Sres*'rof p1d yhtl+e. •s of er l �eCr t.y'Ak ✓"�.� �t _r'ncnay yy12'o GENERAL CONDITIONS 4En v I6 I. Interpretatior, of Phrases: a, whenever the word "Owner" is need in this contract, it shall be understood to mar. the City Council, Commission, or Individual having Jurisdiction over the work and which Is a party to the contract. t. whenever the word "Engineer" is used it shall be understood as referring to the Engineer employed by the OWM,, or his representative on the Job as the case may be, whenever the words "directed," "permitted," "considered necessary,' or words of like import are used, It shall be understood that the direction, permission, order, etc, of the Engineer is intended; similarly, "approval.," "satisfactory," "acceptable" shall mean approved satisfactory, or acceptable to the Engineer. c. The word "contract" will be understood to include all the terms, stipula- tions, and covenants contained in the Bid Proposal, General Conditions, Specifications, Plans and Bond. d. whenever the word "Contractor" 1s used it stall mean the person(s), co- partnership, or corporation who has agreed t) perform the work cuv,:red by the contract, or to his legal representative. During the absence of the Contractor, the Job superintendent will be considered to be the Contractorta representative unless otherwise designated by the Contractor. II. Rights and Responsibilities of the Owner: a. Ins action: 1t Is mutually agreed that the Owner, through its agent the Eng near, s .a 1 inspect the work during the construction to determine Its acceptability, conformance to plans and specifications, quantities of work performed, and other functions requisite to securing a satisfactory, workman- like Job. The Contractor shall lurnlsh reasonable aid and 3"313tanee as required by the Eng.veer, or lnspect.r, for *.he proper inspection of the work and measurement of quantities, b. 11 ht of Entr ; The Owr.er reserves the right to construct or Install such cc la sera works ea It may desire during the period of this construction. Such work will be done with as little hindrance or interference as possible with the Contractor. The Contractor agrees not to Interfere with or prevent the performance of such work or to claim any extra compensation or damages by delays or hindrances which may be caused, c. Cha es A1Leratlons an8 Extra korY: The Contractor agrees that the Owner may make such a test ons as t may ser fit In the line, grade, form, dimensions, Plan or material of the work either before or after the beginning of construction. If such alterations diminish the quantity of the work to be done, they shall not constitute a claim for damages or anticipated profits on the work that may be dispensed with. if they Increase the amount of work, such Increase shall be Paid for see ording to the quantity actually done, and at the prices established for such work under the contract. However, if such changes make useless any work already done, or material already furnished or us"A in said work, the Owner sh._ll recompense the Contractor therefor. GC-1 No work, shall be regarded as extra work unless it Is ordered in writing Engineer and with the agreed price for the same specified in Bald ordeerr,� the vided the price Is not otherwise determined by this contract. All claimspfor extra work shall be r.ade before the work is started, and a statement of the cost of the sar.e.shal: be made within 30 days after completion of the extra wor4 d. D�iscre,aanncles i n,,,+salons: It Is further agreed that It is the intent of C 1'n s coot tact that all mudt be done and all material must be furnished in accordance with the beat practice. Ih the event of any discrepancies between the plans and speclfleatlons, or otherwise, or In the evert of cny doubt as to the meaning of ary portion of the contract, specifications or plans, the Engineer shall define which is Intended to apply to the work, and the Contractor shall be bound by such declsiw... Any work or material not hereir specified but which may be fairly implied as 1�cluded in the contract, of which the Engineer shall be the judge, shall be none or furnished by the CW Aractor without extra charge, e, Estimated Quanllties: This agreement, including the plans, specifications, and estimate, Ss intended to show clearly all work to be done and material to be furnished hereunder. The quantities are approximate and are to be used On.- as a basis for esrlmating the probable cost of the work and for comparing the Proposals offered for the work. It 1s understood and agreed that the basis for payment shall be the actual amount of work done and the material furnished. f. Lines Grades: The allgremnt and grade shall be as shown on the plans, and as staked in the field by the Engineer, The Contractor shall give the Engineer ample notice of the time and place where the lines and grades will be needed. All stakes, marks, etc, shall be carefully preserved by the ^ontractor. Any constructior. stakes or property survey stakes moved, removed or destroyed shall be replaced where required by the Engineer at the expense of the Contractor. g. Securing of Franchises Easements RI has-of-Na ; The Owner for the pup. pose o this construction agrees •� secure Bud ranehises, permits, easements and/or rights-of-Way as are necessary for the permanent lacatlon and operation Of the pipe lines, The Contractor shall be furnished copies of such agreements as affect construction operations, The Contractor agrees to secure these special permits, easements or agreements Of a temporary nature as may 1w desirable due to the conditions of construction, h, fist imates and I ments; .m estimate In writing will be made by the t7ulinc er once a month of he amount of work done and material furnished. In- cluding material delivered on the ground to be used In the completed cork, and of the value thereof in terms of the contract. The Owner will pay the Contractor 85% of this estimated value, and whenever the contract shall be completed, and when said work and material shall be accepted by the owner, a careful and detailed estimate shall be made of t.ne value Of all wark and material furnished and the Contractor shall be paid for this amount within thirty-five (351 days, provided, however, that claims for labor and material, taxes, damages, royalties, or otherwise have been satisfied, ['antis] and final payments will be made in cash, L,I,D, warrants or bonds, 39 stated in "Information to 83uder3" or In "Special Conditicns" of the speclfl- catlons, GC-2 i, Extra Mork: If during the performance of this contract the Engineer shall order n-wring other work done or materials furnished which cannot be classi- fied under the unit prices of this contract, the Contractor shall perform such work and furnish such material and shall be poid therefor the actual cost plus ^ 15% in addition thereto, The actual cost is defined to include the coat of allfM2-T,..` labor, equipment and materials necessary for the performance of the extra work, including aw extra expenses ircurred directly on account thereof, end also the wages of foremen and the expenses attached to the Contractor's liability in- surance covering the labor so employed. Equipment rental rates used in arriving at the actual cost shall be the prevailing rates, or the latest pub- lished 1OC schedule of own,rshlp expense. Actual costs shall be substantiated by attaching copies of invoices, certified copies of payrolls, or other documentary evidence of cost, with billings for extra work. All claims or bills fnr extra work shall be submitted mce—oly for the preceding period. No additional allowance shall be made for overhead cnarges, general superinten. dence, general expenses, contingencies, or depreciation of equipment. III, Rights and Responsibilities of Contractor: Personal Attention of Contractor: The Contractor shall give personal attention to the faithful prosecut on and cimpletion of this work and shall be present either In person or by duly authorized r:,,resentative on the site of the work continually during its •^ogress. tr Contractor's Address; The Contractor shall designate in his proposal an address to Se wr tten notices pertaining to this contract may be sent, and shall immediately notify the Owner of any change in such address. Delivery of such notices to the address designated shall constitute receipt by the Contractor. h9quObservance of Laws and Ordinances; The Contractor shall conform to the re- nts o t franchises covering work along State and County Highways and to the state and local laws pertainirg to this work. d, Protection against Negll,�ence and Damages: The Contractor agrees during ttie performance of tha work to to a a necessary precautions and to place pro- per safeguards for the prevention of accidents, including barriers, lights, and warning signs. The Contractor shall take proper means to protect property which might be injured by any process of construction, and he shall be liable for any claims for damages In connection with the construction work, The Contractor shall carry adequate insurance policies covering public liability, p.operty damage, workman's compensation, and fire insurance to protect the Owner from liabilities that might occur d,ming the life of the contract. Jh•never it Is necessary in the course of construction to remove or disturb culverts driveways, roadways, pipe lines, or other existing improvements they shall be replaced to a condition equal to that existing before they were so removed or disturbed. Access shell be provided across private driveways and roadways during the period of construction, in such manner as to not constitute a hazard to the people who use them. All construction operations shall be conducted in such manner as to interfere as little as possible with the normal procedure of traffic. Where desirable to minimize hazards or expedite traffic, or when directed by the Engineer, flagmen shall be stationed to assist the public past the construction work. OC-3 i e, Protec ti on�t alne�t Cleia.3 for ].aDor and Material; The Contractor agrees that he w1 1 Sndel-- mnify and save harmleas the Owner from all claims for material., furnished or work done under this contract. It is further agreed that he will �'*f,u .� furnish the Owner satisfactory evidence that all persons who have done work or�jFt furnished material under this agreement have been duly paid for such work or material. In case such evidence Is demanded and not furnished, such amount as may in the opinion of the Owner be necessary to meet the claims of the persons Cy aforementioned, may be withheld from the money due the Contractor Until satis- factory evidence Is furnished that all liabilities have been fully discharged, f, Assi nment and SuDlettl The Contractor r;rees that he will not sublet the a oresald wort or the If; of material, and that he will not assign by power of attorney or otherwise any portion of said contract unless by and with the previous consent of the Owner. The granting of such consent by the Owner shall not in any way relieve the Contractor of his prime responsibility for the performance of the work including the work done by subcontractor, S. Abandonment: In case the Contractor shall abandon the work and fail, or refuse,e, to caomence it again within 10 days after not Sflcatlon, or if he shall fall to comply with the orders of the Engineer or with this agreement, then and in that case the sureties on the bond shall be notified and directed to complete the same, h. Time and Order of Com let ion: It is the nearing and Intent of this con- tract, unless o erw_se eras ter specifically provided, that the Contractor Shall be allowed to prosecute his work at such times, in such order or prece- dence, and In such manner as shall be most conducive to economy of canatructlon, Provided however, that the order and the time of prosecution shall be such that the work shall be completed as a whole within the time of completion hereaiter designated; provided also that when the Owner IS having other work done, the Engineer may direct the time and manner of constructing the work under this contract so that conflict will be avoided and the various works being done shall be harmonized, The Engineer will arrange all such work so as to avoid as far as practical all unnecessary inconvenience and expense to the parties concerned. Extension of completion, time will be granted only upon submission of a request in writing to the Engineer stating the condition necessitating such extension, at least two weeks before the expiration of the contract time, Determination as to whether or not an extension of time shall be granted will be at the discretion of the Engineer, subject to approval by the Owner. The completion time shall be as stated in the Bid Proposal. The date of the contract shall be the date the document was signed by the Contractor, but not later than ten calendar days after the date of the Notice of Awa-1 of Contract by the Owner. I Flans end SPNIfic at ions Accessible: The Cont.actor will be furnished cop es o pans end spec f cat-ono a shall keep one copy of the same con- stantly accessible on the job. ,fy arotection of Finished or PartSall Finished Mork: The Contractor shall De 'apona b e or a foie d or pestle ly finished work until the entire contract Is completed and accepted by the Engineer. Estimates of partial payment shall not release the Contractor from such responsibility, GC-4 k. 1lefects and Their �,emedlea It is agreed that If the work, or any par, thereo or aryr aaterial ^ought on the ground for use in the work shall be deemed by the 14tineer as unsuitable or not in conforricy with the specifics. f retie do m, the Contractor shall forthwith remove such material and rebuild, or Af' otherwise remedy such work, so that 1t shall be contract. In fY21 accordance with this t The Contractor warrants that all material furnished, and all construction cork performed are free from defects and are correctly adj as a complete operating agates usted to perform properly , as set forth 1n plans and specifications, "or a period of One year after firal acceptance of the work. Any defects 1n the: construction work performed under this contract showing up, or discovered, within this t'me shall be made good by the Contractor at no expense to the Owner. 1. Sanitation; Necessary sanitation conveniences for the use of workmen on the Job, properly secluded from public observation shall be constructed and malntained by the Contractor. QC-5 Specifications 1 ,0 SPECIAL CONDITICt:'; f<: 1 . 10 Scope of Mork The work to be performed u>der this contract consists of the construction of a roof for an existing 1 .5-million gallon water reservoir. The existing reservoir is a paved basin type structure lined with a double 4-inch concrete slab, The main features of the new wo•k are: reinforced concrete footings, precast concrete members, prestressed concrete girders and nalvanized open web roof Joists for the structural framing, aluminum roofing and grating and reinforced concrete walls for the enclosure of the reservoir. The details of the work tp be performed are shown on 'Drawing 5312-0, sheets I to 5 inclusive, dated April 26, 1961 and described in these spacfticatlons. The attached vicin 'cy map shows the location of the work, The City will provide the water for construction at no cost to the Contractor. 1 .20 Time of Completion The work snarl be comp eted ad the reservoir ready for service not later than Jure 15, 15L�i. .30 Protection cf Exls tiny S�ru of ures The existing I .A-rllllun .4eilrn reservoir structure, the adjacent 2-mlllicn gallon reservoir, the ,,mptouses and all other existing fac, litles shall he protected at all times during the construction period. Particular care shall be used to prevent damage to the reservoir concrete li^.inq. The maximum allowab'e loads or The exfstina concrete slabs shall be: 8C00 osf. 'or uniforml,: distrlbutea loads and 3000 lbs. for wheel loads 1 .40 Cleanup At the comp!etiun of ti,e work before final acceptance by the C l-y, the reservoir shall be cleaned and thorougnly washed down with a sol-fl.:;r cortaining 50 parts par million of chlorine. The Contractor shall remove all materials and eduipment from the reservoir area act' dispose of all trash and debris. The reservoir area shall be graded to a smooth, neat surface. Cleanup shall also he defined to include the furnis`ing of satisfactory evioenCe that bills for materials and labor, and that claims of the Tax );vision and the -,apartment of Labor and Industry have Doer satisfied. 5312-C Specifications t': - 2.0 SITE wORN G 2. 10 Stope The work covered by this section includes the procurement, hauling, placement and compaction of suitable borrow materials for construction of an access ramp to the west side of the reservoir berm as shown on the site plan. The site work shall also include minor repairs to the existing curb wall with cement concrete. 2.20 fill The construction of the access ramp and the additional fill around the existing embankment shall be made with naterials from approved borrow sources. Borrow material is not avallatle at the site but is obtain- able within a two mile radius, or less. To be suitable, a sand containing sufficient fines or clay for good compaction Is best. Excessive clay or organic material will not be acceptable. Rocks over a Inches In diameter and woody materials shall be removed. The fill shall be placed in layers Individually compacted by machine travel . Moisture shall be contr011edfor maximum density within practicable limits. All surfaces shall be trimmed to smooth, Straight planes of the proper slope. 3312-0 Specifications 3.0 REINFORCEO CONCRETE ' 3. 10 Scope The work covered by this section includes all cast-in-place t7 concrete for column footings, girder supp.,rts at curb, abut- ments, and walls and concrete steps, l41scel !a,e,uS embedded C� steel item_- are also included. 3,20 Materials Concrete: Portland cement concrete shall be pronortioned with not less than 5-1/2 sacxs of cement per cubic yard, Aggregates Shall be clean, hard and free of weak or deleterious particles. Coarse and fine aggregatws shall be proportioned to secure a plastic workable mix with 4-inch slump maximum. The concrete shall have a compressive strength of not less than 3,000 psi at 28 days. One set of three cylinders will be taken by the Fnglneer from each day's pour for testing con`ormance to these requirements. Any concrete found deficient shall be removed dnd replaced without cost to the City. Reinforcing: The reinforcing steel shall be iotarmediate or hard grade bars deformed in accordance with ASTN-A 305. Mini^um lap for reinforcing bars shall be 24 diameters but not less than 12 irches. Nars shall be securely fastened In place and at the designated spacing, The Contractor shall submit placing drawings for the reinforcing steel Showing dimensions, bar Schedules and ben:ino details for tho approval of the Engineer. Details shall be in accord- ance with the A.C. I . Code. 3.30 Placing and Fini�i ina Concrete Forms shall be of strong material firmly braced and supported, true to line and grade as shown in the drawings and tight to prevent 1055 of grout. Surfaces that will be permanently exposed shall be formed with 3/4-i-.ch water- proof plywood. Chamter all corners with bevele. strips, Any excess excavation underneath f0cting5 shall be filled with lean concrete to the propel grade. All water shall be removed tram the excavation before placing concrete. Forms shall be clean and reinforcing steel shall be free from rust, scale and oil . No concrete shall be placed without prior approval of the forms and of tills reinforcir , by the Engineer. Concrete shall be placed in forms without seareoation and vibrated with mechanicrl vibrators. 53Q-D Speciflratlons f 3.30 Placing and Finishing Concrete (contd.) * Newly placed concrete shall be protected against damage and properly cured. Remove forms after concrete has properly set. Remove below grade forms before backfilling. Cut ties I Inch back of the finished surfaces and fill , patcr and finish surface pits, gravel pockets, form marks and any other defect as directed by the Engineer. Construction 'hints shall be located as shown on the draw- ings. Construction joints in the end walls shall nave shear keys and be finished with V edgws. The construction joints in the new walls shall match t-�„ existing curb joint. Expansion joints shall be made of 3/4 preformed expansion joint filler sealed with hot poured asphaltic compound similar to the existing joints sealer. Roughening of the existing concrete slabs where required shell be eCcomplished by chipping hammer. The roughened surfaces shall gave undulations approximately 1/4-inch in depth. The chemical compound for bonding the new concrete steps to the axisting slope slabs shall be Chem Seal CS 2707 as marufactured by tb3 Chem Seal Corporation of America. The bonding compound shall be mixed and applied strictly accord- Ing to the manufacturer's recommendations. 3.40 Miscellaneous Embedded Steel Items Stee. plates e" x 8" x 1/2" thick with 1/2-inch round bar anchors shall be set at the top of the end walls for supperting and connecting the roof joists as shown In the drawings. Door frames set in the concrete wall shall be made of 8- incn steel channel with 1/2-inch anchors at 2 feet o.C. and I" x 5/8" steel door stop. All exposed exterior surfaces of the steel items shall be pained with I coat of red lead-linseed oil primer and 2 finish coats of oil paint. All steel Items and structural steel not embudded in concrete and exposed to the interior shall be thoroughly cleaned and zinc coated by hot dip galvanizing after fabrication of the unit. 5312-0 Specifications 4.0 PRECAST CONCRETE UNITS .. 4, 10 Scope The work covered by this section Includes the fabrication .. and installation of precast concrete columns and struts. `�-- Ali provisions of Section 3.0 of these specifications C shall apply to precast concrete axcept as specified hereafter. 4.20 Details Fabrication and placing drawings shall be submitted for approval . All details of jointing, inserts and anchors shall be as shown on the plan_. Fabrication tolerances shall be: main reinforcement location 2 1 /4-inch, cross section i 1 /8-inch, length 1 1/4-Inch, 4.30 Curing Curing by steam or other accepted process may be employed to accelerate the hardening of the concrete and to reduce the required time of curing, provided that the compressive strengtn of the concrete at the time of erection be at toast 2,500 psi . 4.40 Iaentificati,-n and Marxlna All precast concrete snits ;hall be Clainly marked to indicate to.j top of the member and Its locati-n and orientation in the structure. IJentification marks shall be duplicated on toe placing plan. 4.50 Erection and Joining Precast units shall be so stored, transported and placed that they will nit be sver-stressed or oamaged. Precast concrete members shall oe braced and supported during erection to Insure proper alignment and safety, and such bracing and support shall be maintained until there are adequate permanent connections. The top reinforcement shall be co^Iected by welding as detailed on the drawinns. All e,• dino of reinforcinn bars shall be performed by welders qualified by tests as pre- scribed by the ^',mericen Welding Society. Each completed connection shall be inspected and approved by the Engineer before filling the Joint with fast-in-place concrete. The size of aggregate for the cast-in-place joints shall be 3/4-inch maximum and the slump 3-inch maximum. The roughened surfaces of the precast members shall be coated with neat cement slurry immediately before placing the fresh concrete for the joint. 5312-0 _; eCit�CatiCns 5.0 PRESTRESSED CONCRETE GIRLERS_ 5. 10 Materials prestressed concrete shall have a minimum compressive strength of 6000 psi at 28 days and of 480C psi at the me time of transfer of stresses. ' pretension steel shall be 3/8-inch seven-wire strands, uncoated and stress-relieved, conforminc to ASTM A416.57T or latest revision. post-tension steel shall be uncoated, stress-relieved, high-carbon rounc wires conforming to ASTM A421 .56_T. Unprestressed reinforcing steel shall be intermediate or hard grade bars deformed in accordance with AStM A 305. Concrete and grout admixtures shall : e approved by the Engineer. Calcium chloride admixtures shall not be permitted. The bearinc- cads for the end support, shall be neoprene • ubber, 5/4-Inch thick minimum, of ire dimensions shown on the drawings. 5.20 Fabrication The girders shall be fabricated in a plant having previous experience on comparable structures and approved by the Engineer. Fabrication drawings Shall be subml *ted for approval. The drawings shall show all the structural features of the girders, the method of prestressinn, and post-tensioning, the strand release sequence, the steel ins-]rts and the lifting loops. They shall also snow the size, location and number of strands and wires. The manufar`_•rer shall SubTit t^ the Engineer certified Copies Of tests On each day s concrete and on each lot of steel used for the girders' fabrication. The manufacturer shall also furnish certificates on all prestressing opera- tions including tension and elongation of steel. The size of the girders shall be as shown in the drawings wl to steel location tolerance i 1 4-inch , cr•:,ss sect inn dimensional tolerances of + IF8-i.,;o, length tolerance t 1/4-Inch. Add 0.0)8-inch l,or font of length of the girders to compensate for the shortening due to prestress and shrinkage. Steel plates 112-inch thicl,, or dowels for support of roof Joists shall ae set on the girder extrados as shown on the drawings. 5312-D vFe. ' Specifications 5.20 Fabrication (coctd) Lifting loops provide) at the ends of +he girders shall be of the same size, material and s+rength as prestressing _ strands. Tney shall have a lifting angle of 45° minimum k A_ and shall extend +c within 3 inches clear of the bottom of the r.irder. The ends of the prestressing steel shall bed recessed in the girder, and the recess filled with a water- proof compound and covered with mortar. All pertinent provisions Of Sectior 3.0 of these speci- fica+Ions shall apply to the prestressed girders. Inspection by the Engineer of the plan+, materials and workmanship, before and during fabrication of the girders is required. The Contrac-or small give proper notice and allow full facilities for this i-specticn. 5.30 Identification amc Markinq All prestressed girders shall be. plainly marked to indicate their location and orientation in the structure. Idenri - ficatlon marks shall be duplicated on the placing plan. 5.40 Erection and Joininq Prestressed girders shall be iept in an upright position at all tines and lifted by means of the lifting loops. After installation on the bearl,q pans the girders shall be positicnec true to line and plLmh. The top reinforcement at the column joints shall be connected to weldinn with backup steel angles to secure continuity in the !oined birders. The joint shall be completed with cast-in-place concrete as specified In paragrapr 4.50+ 5312-0 } Specifications 6.0 STRUCTURAL STEEL AND ROOF JOISTS fyc � � +456 6. IJ Materials <. All structural steel shall conform to AStM-A7 for structural ry,J grade. Open web roof joists Shall b, Bethlehem "j" series r4t't as fabric.fed by Arc Welding Manufacturing Co. , Seattle, or approved equal , and shall conform to the Steel Joist Institute requirements and have current approval of the Steel Jofst Institute. The Contractor shall furnish evidence of such approval , If required. Arc welding electrodes shall conform tc the American Welding Society Specification's latest edition. 6.20 Fabrication Shop drawings shall ne submitted for the approval of the Engineer. Snop drawings shall give all the necessary Informa- tiOn and details for the fabrication, erection, and firishing Of the structural steel members and roof ,joists and shall be based on A, I.S,C. Specifications. Shop connections shall be welded. Structural steel units, roof yeists And accessorl as shall b2 hot dip zinc galvanized after fat"Ication as per ;eattle City Light �:Ompnny standards. Mata.rial and workmanship at all times shall be subject to the :nsaection of the Engineer, The Contractor shall allow fuii faciiitles for shop inspection. 6,30 Erection Handling and erection shall conform to the A, I.S.C. specifi- cations and code of standard practice for the structural steel members and 10 the Steel Joist Institute requirements fcr the open web foists. Roof 'gists shall be connected to the steel Dearing plates at the supperts by two 1/' inch stud bolts, Bridging shaft Consist of continuous horizontal 1/2-Inch round bars, one bar at top chord and one bar a+ bottom chord, attached by welding, or by equal m.,Cnaelcal mea-s a+ the IoCatiOns shown on the drawings. Touch 4V elf agrasicns of galvanized surfaces with approved tine Chromate primer and paint. 5312-C Spec if l colt ions 7.0 ROOFING AND SIDIr,C A ,#b 7, 10 Materials 4` Aluminum roofing and sldi ng shall be Alcoa V-Beam 4-7/8-in61t- __ pitch by 1-3/4-Inch depth by 41-1!8-inch width, 0,040-Inch thick, stucco finish, na+ural color. Flashing shall be formed with flat industrial aluminum sheets 0.040-Inch thick, stucco finish, natural color. Perforated flashing shall be formed with aluminum perforated sheets, 0.024-inch thick, Stucco finish, natural color. Closures shall be aluminum or preformed rubber as manufactured by Fabricatea Products Company, west Newton, Pennsylvania, or approved equal . Fasteners for securing aluminum roofing and siding to the structural supports shall be Type 305 stainless steel self- tappimg screws, No. 14 by I Inch with hexagonal head Type "2" and 5/8-inch O.D. composite aluminum and neoprene washer. Fasteners for side laps and for securing flashing shall be aluminum sheet metal screws No. 12 by 3/4-inch, slotted panhead Type "A". Where fas-ening to concrete is required, expansion shields shall be used. All materials shall be subject to the Engineer's approval , 7.20 Fabrication and Installation Shop drawings giving all necessary information for the tabrication and erection of the roofing, siding arc flashing shall be submittac for approval . End laps for roofing shall be 9-inch; side laps shall be one corrugation. Fleshing side laps shall be 4 inches minimum. Fasteners to structural supports shall be at every valley for sheet end support,- and at every other V valley for inter- mediate supports. Siding and flashing fasteners shall be at 12-inch maximum spacing. Formed flashing shall have a minimum bend radius Of 1/16 Inch. All aluminum surfaces in contact with concrete shall be back painted with a heavy coat of bituminous paint. Keep aluminum from direct contact with ungalvenized structural steel by means of an asphalt impregnated tape. Closures shall be installed wherever required to prevent birds and animals from entering the reservoir. Aluminum sheets shall be stored on end In a dry place to avoid condensation. They shall be kept clean of materials which might cause staining such as mud, concrete, cement, lime and strong chemicals. 5312-0 Specifications 6.0 MISCELLANEOUS 8. 10 Hollow Metal Doors A 6-toot by 4-foot, 1-3/4-Inch hollow metal swing double door, flush type, shall be installed at each end all of �L the reservoir as shown In the drawings. The doors shall he as manufactured by Fenestra, Inc. , Detroit, Michigan, or equal . Hardware shall be bronze US26D f!nish and shall Include 1-1/2 pair 5-inch by 4-1/2-inch hinges per leaf, top and bottom bolts for inactive leaf, tee latch and padlock hasp. Doors shall receive one shop coat of baked-on metallic primer and two finish coats of oil paint. Doors shall be set plumb, square and true, and adjusted to operate perfectly. 8.20 Concrete Catch Basin A precast concrete catch tasin, 2 feet by 2 feet approx- imately, with cast iron frame and grate shall be Installed on the existing reservoir embankment at thn location shown on the drawings. 8.30 Concrete Pipe The drain line from the embankment catch basin shag e constructed of 6-Inch concrete pipe. The concrete pipe and fittings stall be of der.se, Impervious, high strength concrete material , well-vibrated and with a smooth Interior unreinforced and shall conform to latest ASTM - C 14. Joints for the concrete pipe shall be made w;th cement mortar. Trench shall have a uniform grade to provide support along the barrel of the pipe. Bell holes shall be provided. Trench shall be free of water until backfilled. Selected soil , free of large rock, shall be tamped under the , .pc up to the springline ano the pipe covered with 12 Inches of selected eackfill before the remainder of the backfill is placed. If moisture conditions make good compaction for support impossible to obtain, the Contractor shall provide pit-run sand backfill to the middle of the pipe. Backfilling of concrete pipe shdll not be permitted until cement in pipe joints has completely set. Connections to the existing 10-inch concrete pipe drain line shall be made in a neat workmanlike manner. 5312-D Specifications 8.40 Asphaltic Concrete Pavino Y The existing berm shall be graded and sloped to a 3-foot gutter and paved with 2 Inches of hot mixed, hot laid asphaltic concrete as shown on the plans, The �dDrth side gutters shall slope to the existing paved area, and the South side gutter shall slope to a concrete catch basin, The asphaltic concrete mixture, and placing, shall , In. 0 form to State Highway Department Specifications for Type I-I. The material shall be compacted by rolling while hot, with addition or removal of material as necessary to obtain a smooth draining surface. The areas to be paved shall be sterilized with a permanent Poison, "Pentex" or equal , before laying the asphaltic concrete pavinc, 5312-D `•Pecificatlons 9.3 MEASJRE 'ENT AND PAYMENT CCC qpf 9.01 Site Work (Bid Item 1 ) J The lump sum bi<' for site work Shall Include the Cost of all ' ' labor, material , and equipment fcr procurement, hauling, Placemen' :om• action of borrowed materials, and fine _grading, to the construction of the access ramp. It shall also include minor repairs to the existing concrete curb wait and any other work Incidental to the completion of the job not specifiCally included In Other bid items. The basis for payment will be the lump sum bid for site work. 9.02 Formed Reinforced Concrete (Bid Item 2) The bid price for 'armed reinforced concrete shall include the costs of break ;,-,. existing concrete work as required, excavation, form work, reinforcing steel , concrete, strip- ping, finishi••d, curing, backfill and protection and every other accessory necessary to complete the concrete work in a workmanlike and satisfactory way. It shall specifically Include the furnishing and setting Of miscellaneous embecded steel items, dowels and bolts, the construction of expansion joints, .0 roughening of ;he axlsting concrete surfacer and the _onnection of the new wort, to the existing structure. It shall also include the replacement of joint sealing compound and the repair cf the exisiting concrete work where removed or damaged because of the nee construction. The basis for payment wiil be the computed cubic yards of concrete In place to the dimensions shown On the plans or subsequent mod i f i Cat i onS thereof. 9.03 Prat Conrrete Units (Bid Items 3, 4, 5) The bid prices for precast concrete Column and struts shall include the cost of all la.'or, materials and equipment for the fabrication and erection of the precast members, Includ- ing steel Inserts, bolts and dowels, temporary shoring and bracing and retnfcrcing steel connections. The 'rice for the column Shall al5c !nclude the Croutiny, the reinforce- ment and cast-in-Place concrete collar at the joint with the Spread footing. The price for the IQ-incn by ZJ-inch strut shall also include the additional reinforcement, the cast- in-p '3ce concrete and the welding at the joint with the abutment. The basis for payment wilt be the number of columns and struts In place hnc permanently !;:fined. 531d-C .. . Specifications 9,04 Prestressed Concrete Girder (Bid Item 6) rr .- The bid price for prestresse, concrete girders shall include the cost of ail labor, materials and equipment for the fabrication rid erection of the girders, InCI, dininsertsg st ..el It shall also iocpude•tlaidd additional steel connectior5• _ e addltl onel relnfo' ceeent and cast- in-plate concrete at ",a joints with the columns. The basis for payment will be the number of girders in Plate ant permanently joined, 3,05 Structural Steel (Bid Item 7) The bid pride for the structural steel shall include the cost of all labor, material and equipment for the fabrica- tion and erec•lon of the steel members ether rn an ine open web root joists. It shall include shop and field welding, galvanizing, anchor setti-q and grouting as required. The Oasis for payment will be the calculated weight in pounds Of steel in place conforming to th,, plans and specifications. 9.06 Poof Joists (Old Item 8) The lump sum trip for the open web roof mists shaft include thl- cost of all labor, material and equipment for the f 8:imitation and or C-ion of the jolt' . It shall include shc'. and flelc welding, caivanizin^ and all accessories necessaryt riggers, bridging It i'�all also include the concrete sU to the 'mists erection, pia>es on tha center span girders, pparts ant bearing The basis for paymen+ will be the 'umP sum bid for oven web roof joists in place conforming to the plans and specifications, 07 Fluorin m :idled and pOoflng laid Item 9) The bid price for aluminum siding and rc afing 5n all include the cost of all labor, me;arials and equipment fer the fad-lCat(On and installatitn• It shall Include flashing, faseen.ers, closures, painting, caulking and every other accessary necessary to complete the satisfactory way. JOG in a workmanlike and The basis far payment will be the computed square feet of a luminvm siding antl r-Otinu n,easur;,d in place. 5312-0 Specifications LOB B Hollow Metal Door (Bid Item 10) TTo ", & The bid price for the hollow metal door shall Incl „de all costs of labor, materials and equipment necessary for the ` fabrication and installation of the doors. It shall Include the hardware and the painting. ' The basis for payment will oe the number of doors Installed. 9.09 Concrete Catch 9asin (Bid item 11 ) The bid price for precast concrete catch basin shall 'nclude the cost of all labor, materials anc equipment for furnish- ing and installing a concrete catch basin with cast Iron frame and grate conforming to the plans and specifl-iflons. It shall include the excavation and baCkfiil as required and the connection of ♦he drain line. The basis for payment will be the number of catch basins installed. 9. 10 Furnish and Install ')-inch Concrc °i a (Biu Item 12) The bid price for 6-inch concrete pipe shall include the cost of furnishing, placing and jointing the pipe and fittings, the Connection to the existing drain, trenching and backfilling and any other incidental work necessary for the construction of the new drain line as shown on the plans. The basis for payment will be the lineal feet Of concrete pipe measured in place. 9, 11 AspnaltiC :Oncrete having (Bid item 13) The bid price fcr asphaltic concrete paving shall include the cost of grading 1`1.1. existing berm, the sterilization c? the area to be paves and the furnishing and placing of th.• hot mixed asphaltic concrete. Toe basis for payment will be the scuare yards of paving actually placed. 5312-D MM TO C17Y OF RENTON KNOW All. MEN 9S TIM PR ESWrs: That we, the waders'mod l' s ae p1 nc pal, and corporation organized and existing under the laws of the tate of , as a s',:rety corpor- ation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as s•:rety are ,jointly and severally held and firmly bound to the City of Renton in the penal sum of $ for the payment of which sum on demand we bind ourselves and our successor, administrators or personal representatives, as the case may be. This obligation is entered into in pursrance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at , Washington, this _ day of , 19__ Newrtheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. or by Council ac,..on of the City of Renton, passed , 19 , the !Mayor an rCity Clerk of said City of Renton haw let or are�t So let to the said the above bsanden Principal, a certain contract, the said contract being num`..x.red and providing for (whichcontract is referred to herein and is made a part hereof as though attached hereto), and WfP,7iEAS, the said Principal has accep.cd, or is abiut to accept, the said contract, and undertake to perform the iirk therein provided far in the manner and within the time sat forth; NOW, ::irt::FYYiE, if the said shall faithfully perform all of the provisions of said contract in the manner and'with- in the time therein set forth, ur within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub-contractors and material, men, a d all persons who snul supply said principal or sub-contractors with provisions and supplies for the carrying on or said work, and shall hold said City of Renton narmless fro.:, any loss or damage occasioned to any person or property by reason of any carelessness ur neCligonce on the part of said principal, or any sub-contractor in the performance of said work, and shall indemnify and hold the City of Renton harraess from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or woricnanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but other- wise it shall be and remain in full force and effect. Approved as to legality: Apprdnds fC� THIS AGREEMENT made and entered into this ,7. 1� o +/_�, dsy of -- ..t�....-�—t,y� yam' 19 .. , by and between THE CiTY OF REITON, Washington, a municipal corporation 9 „Mi of the State of :lashinrton, herel after roferred to as "CITY" and n _ �..-_•:f�._...'. . , hereinafter referred to as "COYfReCTOR". NIT1; ESSET if t (1) The Contractor shall within the time stipulated, (to-wit: within calendar days from date of execution hereof as required by the Contract., of which this agreement is a component part) perforc all the work and services required to be per- formed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services neres-ary to perform the Contract, and shall com,:lete the corstruction and installation won: s a workmanlike manner, in con- nection with the City's Project (identified as 1. je No. for improvement by construction and installation of; e All the foregoing stall bo performed, furmahed, constructed, installed, and completed in strict conformity with the plans and specification.-, including any and all addenda issued by the City and the other documents hereinafter enumerated. It is agreed and stipulated that said labor, materials, appl:­ces, :achine, tools, equipment and services shall be f•anished and the -onstruet.an an-_' installation be porforned and completed to the satisfaction and approval of the C`ay's Engineer as :,sing in such sonformit• dith the plans, specifications and all requirements of the Contract. (2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and : ign�ng of this agreement, consists of the `allowing documents all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attache Page 2 (a) This alleonant (b) Instruction to biddors ,.i. (c) Bid proposal (d) General conditions (a) Specifications (f) "Sps and pLmrs (g) Did (h) :ldvartiment for bids (i) Special contract provisions, if any (3) If the Contractor rofuses or fails to ;Worccute th, work or a.V part thereof, with such diligence as will Insure its ca^xpletion within the ti.-ie specified in this contract, or any extension in writ.: thereof, or fails to cotxplete said work within such time, or if tho Contractor shall be adjudged a bankrupt, or if he s..uiild ,Hake a Cenral assignment for the 'aenefit of his creckitors, or if a receiver s:ull be appointed on account of th^ Contractor's insolvency, or if he cr any of iris sub-contractors should violate any of the provisions of this contract, the City may then serve written notice upon him and !,is suroty of its intent: m to t at+inate tae contract, and unless within ten (1C) da}m after the servi,7 of s_;h :,..,tice, snc.:l v'olation or non-compliance of any provision of the contract shall case a:.:� sat.c.actory arrangement for the correction thereof be nude, this contract, shall, upon the expiration of said (10) day period, cease and deter}ine in eery respect, Ia the event of any such ternination, the City shall immediately Cerve written notice t.':ereof upon the varety and the Contractor and the surety shall have the right to take over and perform ',lie contract, provided however, that if the surety wit::in fiftecr (1,) days after the serving upon it of such notice of termination does nut perform the contract or does not conaence foriiance thereof within thirty (30) days fi ar, the date of serving such n.,tice, the City itself nay take over the work under the contract and prosecute tie sacra to completion by contract or by any other method it mad dorm a-r sable, for i1.0 account and at the ox- pense of the Contractor,and !ifs surety skull o^ liable to the. City f cr a:y, ozcess cost or other damages occasioned the City thereby, In such event the City if it so e_oeia may, without liauiliiy for so doing, take possession of and utilize in completing Page 3 said contract such materials, machinery, ap-,.-_'-ances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. Ar4 -.. (u) The foregoing provisions are in addition to and not i-n limitation. of any other rights or remedies mailable to the City. (5) The Contractor shall hold and save the City and its officers, a,-,onts, servants, and employees harmless-Ernn. any and all liability of any nature or kind, including all costs and legal expense incurred by reason of any work on the contract to be performed hereunder; and for, or on account cf aV patented or unpatented lay.artion, process, article or appli-ance :a is factlared for use in the performance of the contract, includ- ing its use by the City, unless otherwise spsciflcally stipulated in this Ccatract. (6) Any notice from one party to the otter ;art;- under tos ceetract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorised representative of such party. A.tr such not'cc as heretofore s::ecifind shall be given by personal delivey thereof or by :lepositing ones in the ❑nitod dtates Mail, postage prepaid and registered. (7) The Contractor shall commence porfo.,anco of the contract on the - day 1,c,. t r�l19 , and shall complete the full per_or-anco of the contract not later thrum Icalendar sys from said rate ci' :,a:%,wxenen!. ?or each and every day of delay after the ''a;- of completion, is hereby stipulated and agreed that the damages to the City occasioned by said delay sill oe the sum. of as 14quidated damages far each such day, which shall be paid by the Contractor to the C:t;:. (3) Neither the final cert"4 ate o° a,^=e !:nr arr; on to the contrast nor partial or entire use of any installatio:. ;rovias„ t.,. .'ems cca].ra_t 57:all re- No 4 lieve the Contractor of liability in respect to an; e3cpzy:ss warranties or responsibility for faulty materials or worfaoanahip. The Contractor shall. be under the duty to remedy any defects in the work and day for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date .f 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 aoy, shall euomit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, racords and miscellaneous data parts. iing to the contract as nay be requested by the City from time to trme. (10) The Contractor stall furn;sh a suety bond or bonds as seta:Ay for the faithful performance of the contract, including the payment of all persons and firms perfom,4_V, labor on the construction project under =his contract or furnishing mater- ials in connection with this contract; said bond to be in full amount cf `he Contrac Price as specified in Paragraph 11. The surety or sureties cn such bond or bonds must be duly licensed as a surety in the State of Wash:n,ton. (ll) No total amount of this contrget is the sum off , which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "goneral conditions" of this contract. I'; WITNESS WIE.MF, the City has cauaed these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hardunte set his hand and seal the iay and year first above written. 1f;7Ra--rOR Tlir. CITY OF Ngl•7fON MVor attest: t— •':,l�yac.,: f �v 11ork Richard sal. WoM nee ucwa,awsc Apr !A•13WA x1rch 17, 196b x: Wesgsn 9tmees ConstsVotioa Cc. P.O. Box 99 Ballnroe, We". AR: Manton Aseervoir Dear Sir: daturtrld herewith arm submittals for open web oists, brtlomg. and str"CWral steel rh:oR have ea ohaokedand corrections noted oa the prints. Two hinges per leaf on the steel sours should be sufficient and the specification is accordingly modified. go rdi the bridging between joists it is belisM theJ" nuad is" would be structurally suffieiemk exempt for the possible pbjoctioa to ma"ing betwasn joists. Before recommending a elrye to the 1j" x lj" x 1/80 angle tyyppes, please furnish em with • quotation on the diffe.^ence in cost, if any. Stool doors will be approved upom receipt of • steel craft catalog. please submitt another copy of the steel joist layout. We only rec "d four. Note that the backu^ angles for the Connections of the girders to the struts were omiCted from your submittals. No approval is required. roan truly, 4.4. wolff oe Jack Wilson Co tAshg Anglaeer ilgY/hP i 9 14 w _ RICh€wd H. N oUf rwe.: .a.vhnne.. � CQ�V��� [NFar.I�R iG'1fJ.W.:NIN6I�MIC+ G>f7� March 23, 1966 41gr�. �GF11EE'?ING DEpi., Western States Con&tructivn Co. 15611 M. g. 4itt Overlake Park Bellevue, Wash. Bear Sir: We are rataraimg 2 copies of the precast concrete colu&a 4et4kils. they are approved subject to corrections of the elope of the girder supporting angle. We are also forxardtng to you an ap- proval of the design nix for cunt in place cor.cret8. Your& t.^aly, d, d. Wolff Coalsulting hmgineer C-C J&sx Wilson LJL/BJS Richard H. 'Wolff l ZO AMWO1-.m /t1Dla4fJL ilHB ENBINf£F' yEMiE.WMhih�rtON IEIM Merch 31, 1960 Western States Construction Co. P.J. Box 99 Bellevue, Mash. Hh Retts *seevo:r , Bear Sir: « Returned herewith are submittals for precast struts and girders. Ulympian Stone drawings, sheet 2 thru 5 are approv- ed, subjeat to corrections as noted. Please notify our office one day prior to pouring of precast units. Yours truly, L. J. Lucke R. F. Wolff CC. Ja s Wilson Consulting gagineers LJL/NJS t Y R#chem E. Wolff/ aeo..m.s aveaeF u.. CON£UL17Ak, [NBFNlLR some w.w•rurow nr:e • Fri aai� A.,r;l i. 1966 RG(:7 TVA lanIsrLMu 1.5 M.C. RT "Voles IN THE HIGHLMS M WECT W-94 +yIRAM SMUTH Nu. 1 Contrectort Weutarn States Construction Co. P.O. Box Syr 6a].leres, eeah. % Unit ,item Quantity �i Description Cwmn. Prise API 2 56 C.Y. Formed Rs- lU0 i33.v;O 7,"S.0J infarced concrete ftb-Total + 4.0 ,iales Tax �112.62 Total 76A.12 iu5�e i ke ca inap 1„1 Total amount due contractor this estimate 46.596.70 a. S. Wolff CocsultinR Md<ineer April 6, 13" Maosro►lo Donald Ow*w, Mayor MrMn of the City Goo mail Ometlo $ Submitted hsrertth and resommoIdod for payment is Projross satinate Me. 1 for covortua the ril;hiaods Asserroir. nw aanunt duo •.tm cantractar, *Ostorn Otates Construction Campaay, is $6,596.fi. Very traly yours, Jack Hileon city Pe161rrer JVIM •' '^ ' It COA'6AIM EVOWER xUnti wsxwglal Nm Nr,sum Naa 2. 1966 CITY Ul ANUTU& ROUP +A >cWTIls'C 1.5 1LG. AaswuiA llt TPE WGULAUS PIKA WT M-98 CatttraCt3rt Western States Conatruet on Co. P.J. box 99 bal_evue, wesbinAton Item 9"TAtit U,qu .$eccipt.an SCiail. �git P ca �o,uNt I 1 L.S. .te kort 50 4SU.JU 225.VU 2 70 C.'1. Porasd Rs-Inr Caaereta 100 i33.uu 9,310.UU 11 1 Each Precast COLC. Caton bsalu 7s 273.ou RiJ6.2i Value of Mork coMplated "tats 3&1e8 T&A (1i2%) TOL41 10,150.38 Leas lj5, :atainaAo -1.522.S6 Total aaoust dus Contractor S,o2';.52 Lees Previous Payments MV0,70 2bt4l &Mount duo Contractor This eatiaets 2,U31.12 K. 16. holff Conrialtind Engine, uq Sa lfli AssowlL Awwid Cushsra 11Arr A - of ahs City G~il its lotimise go. 2 for aigMumb B.«+woir loot Omtlmmt 9shaittod hwwtf* and rasswMd for yr..t f: wodtosa U%iosta so. 4 fsr sovw4 t. tho RUhlaaN °tr. Tsr owww► dss tha 94alas CCestraot'M CssWW' W"U data is 52�031.12. Toy trub Jbnla� Jack WUMI City ^-Sisslr Jaws Rloha.l d L. Wolff % ,M �V�O AVtw:t WT �COV MrrAG EA*WZ 9R �FATn.,WASMI"M"%wV L tW 111,. June. 1, 1966 CITI (w RINTOU ROOF F08 EXISTING 1.5 M.O. MUT018 in Ta fam485 Pi(i n W-98 D,y RMS ESTIMATE &, 3 CoAtraetart WeeterP StateA Conat. Co. P.O. 301 99 Belletae, YuhinEt.,n } Unit u4m Quantity Unit Qescriot;og CORP- P:io* A=Mt 1 1 L.S. Site Work 50 490.00 225.00 2 73 C.Z. Formed Ae-Inf. concrete l00 .3).D10 9,709.00 3 8 ]each Precast Concrete Col. 85 209.00 1,421.20 4 4 Each Precast concrete struts 85 275.00 935.00 5 6 sh Praeaet eoncreta struts 85 170.00 867.00 6 12 Each Precast concrete sirdar 97 982.00 11,430.48 7 LWO IRS. Structural Steel 40 .52 911.20 8 1 L.S. Open roof joists 75 11,565.OU 8,673.75 10 2 Each Metal Door & frame 15 252.0 75.60 11 1 Each Precast coat. catch basin 100 275.00 275.00 12 25 L.F. 6" Concrete pipe 100 6.00 150.U0 Value of Work Completed $34,573.23 * 4.2% State sales tax 1.432.08 TOTAL )6,U25.31 Less 15% AstainaEe 5.403.60 Total Amount Due Contractor 30,621.51 Less Previous Payments 8.027.82 TOTAL JXOUAT DUN THIS ESTIMATE 321,993.69 Richard A. Wolff Cons*l%&M Z ne4r „: Jme be 14ti6 Hemamble Deeald Cesbps mWw Nanbers of the City Coomil Rsi 'retinete No. 3 for Hithlaads Uft,reir Roof contlserne Subeittod bnwitb and recarrnded for payment i. progvss stimaN Ho. 3 for cooering the Highland Reser"ir. The allomt due the contractor, postern Statoe :onetructioa Company, this dsto in $21„d MY. Peary trey pools„ Jn.-k 'lilsm L,cy F14r Lnbar JnO.Y' r Jww to, lW Hmonhls Umsld Oustsr� 'ayysT mKiboTs of the City COUMU ttsttdlssstt Sub dttsd hsr*K U ud nm m4wA6A rW t•7wt is €attimts U. 1 for exWisrsriW ssrvtow provi&A by Yr. Plohsttl tiOUT 1a omnssbim with novsrla Yish},sods 'r. ssmimt des We dais L MOOD Vasq kalf Yount Richard E. Wolff i, CO"UL rWG EAUMEER SYiTLL W.SIHMOlG1 MIN !Au 333U July 20. ' A6 Xr. Jack Wilson City of Renton Cedar River Park Renton, Wash. Door Jack: I made a final inspection of the reservoir cover job yesterday and was Satisfied with the cleanup and general job completion. The only item I found that had been overlooked was the bolt latches on the top and bottom of the fixed leaf of the access doors. This was called to Nr. Irwin's attention, and will be taken cart of. It did not warrant holding up his final payment. If the job is satisfactory to you, I would appre- ,iota receiving the balance due on my contract for supervisory inspection. I am returning the master key which you loaned to ae. It has been a considerable satisfaction to me to watch the growth of your city, in which I had some part. I hope that sue.., partici)stion in your problems may continue. Your Wyly, kichard E. Wolff Supervisory inspection fee, Highlands Reservoir roof $1200.00 Less Previous Payment 20 00 Balance Due $480.00 Richard E. Wolff /' seem ta�n.�e•ses„s ewe CONSULT/NO EN6lNEER see Ens wAswxrosow niot E.n 3M- duly 20, 1966 I hereby certify that the wOrK has been com- pleted in conformance to plans anc specifications and recoe.�send that it be accepted. That if after 30 days no lien- or Claim* are filed against the work, and on proof of payment of tax liabilities, that the retained amount of $9001.82, be paid. Richard E. Wolff Consulting Inginaer Richard E. Woiff / N0 GS I•ft •VlNY!G9t / CON&ATWO £N8/NE_,r sGmt, w•sNiNOtoN rorq eery aaaa. July 20, 1966 CITY OF EENTGM E00F AM ILI6TINa 1.5 M.3. REjj3tVOIH IN THE HIONLANDJ PROJECT Y-98 FINAL PR00HE.95 ti rues Contractors Ysatern .itatea Construction Co. P.O. Doi; 99 ttl1ttyv an Byyelieti:v, Washingtcn 'garT_ I. .rite wor LAMRBU 2 75 G.T. ,'ormed Re-Inf. concrete IOU 133.00 9,975.0u 3 B Each Precast Concrete Col. 100 214,00 1,672.00 4 4 Each Precast Ccncrets .trots 100 275.Ou 1,lUo.W 5 6 Lech Precast Concrete ctruta i00 170.00 1,U20.OU 6 12 Each Precast Concrete Oirdera 100 982.00 11,784.00 7 3900 LBS. ,tructural •tool 100 .52 2,02B.OU B 1 L.S. irosn Roof doiats 100 11.565.OU 11,565.00 9 2lo00 :,-F. Alum. aiding & Roofing 100 .84 18,228.00 10 2 14ch Metal Doter A:h•aar 100 252.DU 5".0U 11 Bach Precast Concrete Catch 8aa.100 275.Uu 275.00 12 '..F. 6" Concrete Pipe 1W 6.00 250.00 13 -.f. Asphalt Pa-ting 1U0 4.76 744,W Value of Work Completed TOTA� State .3slsa Tax 451.512.60 Less 15% Retainap TOTAL AKWNT DYE CUNTRACTUR ,M I*" Previous Payments 30,62i.51 TOTAL AMUYNT DOH THI-, k.:TIMATE 2.,USA.BU d► 9om.wo n.rld lWw. Radar Mewtere of the City COWAU OAtlaoon: ,'4441-te-: i.n.eaitt, and r.¢a.udod for pgwnu to flop ltaal adt mi* dao uoetars Swas amatrnotir ;.aepaw for roofing fin K* aodobeast^air. ftm Majaat has toes omplotsd and IwcepU. M the "Sty flevow l to raac+mooded. r" des the comb~ this dsw to $W,085.30. if after 70 days no Bono or alaico an filed ageiast the work, end an proef of MM t of tat liaMlitioo. it to ro*w""O r ! that the wtaiaed emmit of $903"LI.2 be paid to the ^.a:trVc.tor. In a-,Ai.tian, it is the rawwmjdatiaa that the gwainln, aruunt of $480.m due ;:r. Riahmd waft for nor. am rwAgafd m this pro- raid. aor tre4 y9wa, jo .fusee: ` "ltj �a�.trr:ar J`J:-M . l cY - * 1 Lt. .► 4 J teV�hedd 9 6 SSPLCAT'E Reg. No. C1�9-1 DISBURSING OFFICER Tax Commission of the 'State of Washington Contractor: VESTERN STATES CONSTRUCT ION CO. PWC ND. 9212 P037 OFFICE Box l7 BELLEVUE, 4A3NINGT0N Certificate of Payment of State Excise Taxes by Public Works Contractor We hereby eenl:y that taxes, increases and penalties due or to become due from the above named contractor under Chapter 180, laws of 1935, as amended, with respect to the following public works contract: ROOT FOR C1.15TING 1.5 M.G. RESERVOIR PROJECT W4 CITY Or REKTOK 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 Tax Commission herebv releases the state's lien on the retained percentage provided by Chapter 60.28 RCW f.:Excise Taxes due from said .contractor. This certificate does not release said contractor from liability for additi,.1e1 tax which may be later determined to be due with respect to the above mentioned contract or other activities. Dated at Olympia, Washington. AoausT 2, 1966 TAX COMMISSION OF THE STATE OF WASHINGTON CfwRIons JACK 4. MIUMAT, HYOID+ STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES OLYMPIA WASHING70N J. FVANS GOVERNOR A. L. WILIE DIRECTOR EppYar 2, 1fN 20"mn ma o=mz: Re: Highlands Project W-96 ,entlemen: This is to certify that Yaatara States CoWtrwtLw Co., P.O, an 99, 1411aww, ems., Firm No. 196,045 has made payroll report and paid premiums due the Accident and Medical Aid funds of the De rtment Of Labor and Industries covering roof gas- atmetiae for a•iae t.! R.i, 2044'nair at tWtaa. Yaahingtoo. Very truly yours, SUPERVISOR O1 t>•l UZAL tip By . .. . ...li<.�/ H. L. Woodard Chief. Undawriting Secti On ate tip . • • `eeo STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES OLYMPIA WASHINGTON DAN 1. ; I VA,�, ypyERNOR A. L. NILIE DIRECTOR tePtember 2, 1966 To Wqt IT Nkv 000CM1 tr. Withleeee Project W-98 Gentlemen: This is to certify that Western steceo Coeatructiw Co.. P.O. aft has made payroll report and aid F prexi=s due the Accident and Medical Aid funds of the 17epartment of Labor and iniustries covering roe! ew- atreettw !ee e:tieti24 1.3 M.O. bwrvatr at twtw, Waahlasew. Very truly your$, 6argavuft or 10MaLi, IngO1MCt Y. L. Maaiatr ale � ' reMtrrttly teetiar V. y a • tics off ol:,tion ilt To: Fxclsc :`+x 9ictai oa ^.t Sept. 7,1966 ;"A it Se T:x Cocm^.issi�n 01y&pisy k�ah ington ^n To From: -- City of Benton Assigned To: City f all Renton, `.ash. Date nssip P• a°• C. Datedt Date of Claim, r ecr.oc.. te`.� _ a -set;- river relitive to t}rc completion of contract or pfO,,•ct. ,.. Ocs':rlption of Contr.,- toof for existing 1.; Y.C. -lexervoir Proiect a_98 Ccntrr+etar's ':: . 'd�.stern Stateaq Construction Co. COP, -actor's Address ; "r'.0. Sox 99, Bellevue, ,;ash, Date 'or-: .:.r„geacad :arch 7, 1966 D-a• d : duly 20, 1966 , .At, '=ork Accepted: July 2„ Sur : aci. ic Insura nce moo. Are mire 38 C •:,. . c2,D1'.13 Amount Distursed: Add itlans Ataovnt Retain<:d Sales Tax Tot':: fl.. Distursirg 'ffi r :F—WE OPISZ OF THIS NGTTCS M,ST SE ^r,,FLETFS OFFIC:Z AND uATIED TO 741— SAX A - . . .3HIN;TON I`ADI..TaY ; AC'FPT NCE OF .`; K D' . ... -. . N,.-?,l._ - I I S��RoCC fRicotj ENDING QF FIL'z — 93 Hi"?A La I .5 AllG kes u. Coto �R � I GeveotaL