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