Loading...
HomeMy WebLinkAboutWTR2700310 W-289 WELL #8 - Cedar River Park WTR-9 1 #1 Corre.;pondence -- --2-�? T ,f �u BEGINNING FILE TITLE 'WOO LY _ I OTR A a Y Stirev� f Na O(t aSL �NnA�1 -- YYN'�1' sNfbolCC��� . ! GBj Z�fj � t W � � I _ I � i f (rt s I � 8s rr�M �>3d2 t f r 25! 33Zs --1 7' -s.r GY.F 1 I kJ 1 ai. � G 2 r C.B.O'Z � � �� .�.t�.•,c., 0 DNS w do g� xsl co, � r f�ap »,rf/- t{'•�cn �'' Hw l,�o_na�fd :/.yi .rt ^•iJ d „ } ® i } s e Pr G,4// rt3 1 I { 1 I Grp i } xNNy 7!' ` 7Toe f-forrs T f � i i � It E f 4 I i✓ J ns "n1>.. ? f 1,6 61 �67 9 ,2 nl uo/� I 6 1 -j fs' - �/ 1 "� '� t2 '���� - 1 �N + • ply f �'. ® -f //• r — � ��cu, I �'rt_�e�r SD fW 1 i ��m�' oV��.Pj,:. $rQ• I � ye.6E hoe + I Tj� CQ �a � 1 . �� ez � � ��'��� �f, c, s. Ig.7G ,3' Iu� �.u� w. pp -� ' }}��.. _ • I � _ . 4 G�'�S �G./7 TfT C.T. 18 s9 g' i,�., f'✓,c. 5 � , �.z8 a,�,o A �� Itiu, FV,G. E.E•j �o.r� � To:��(.- � 6. 15 I 7 ` C.,�. c,r � i � �.�8 � � � r, t-.u,� � , �� � i SG I f j � w ll� / /7d v I 0 CORNELL, HOWLAND. HAYE$ & MERRYF7ELD E N G I N E E R S •No P L A N N E R S IOOAN $UIIOINO • 300 UNION SI.fil SIIIIII WI$.INGION 14IC' IIIIINONI ♦If0 C001 )4y)0N-0I)s OINeI OIFICfi IN IOIr1I N0 IO ISf • co"Ad 111 SO4.767 14 July 1967 Mr. Jack Wilson City Engineer City of Renton City Hall Renton, Washington 98055 Engineering Services for City Park Well No. 8 Dear Jack: We have previously discussed the desirability of developing a new supply well and at your request enclose herewith the draft of a contract between the City and ourselves to perform the required engineering services. Under this contract we would propose to agree with you the location for the new well; draft the water right application to the State; design the well ana prepare contract documents; evaluate bids and recommend award of contract; supervise construction; supervise well capacity tests and submit written report recommending production capability of the well with estimated costs to complete the well for production. We appreciate the opportunity to submit this proposal and are ava;lable to discuss the proposed contract with you at aey time. Respectfully submitted, CORNELL, HOWLAND, HAYES 6 MERRYFIELD Antony 8. Barnes ABB/dc Enclosure: Proposed Contract 10 Ili, CITY FNGI\i::KH*S OFFICE • RENTON.\h•ASI111GTON $At%welt\ON CITY Mal CEWN eftira Plal. NENTON wp "H TON SWH•.LPNE S Xba Y Y? I July 17, 1967 Y Honorable Donald W. Custer, Mawr Members of the City "ouncil •Pntlomen: Tie :Dater consumption within the City has been increasing at a substantial rate recently and this increased demand will re- quire the demlopment of additional Water within the Cora Area by next Summer. The Utility Driart!mnt has cons.dered various areas for a now well and the most desirable location appears to be with- in Cndar ttimr Park adjacent to the Maple Valley Intorclunpe. Tt wouid to desirobin from the ritvTs t point of view to ha- Fin demrlopment of a new well imoodiately. Attached is a Proposed ACreenent between the City and the Firm of Cornell, Hrnrisnd, Hayns and Merryfield to provide the necessary Engineering services in connoction with this Froposed project. Tt Ls the recommendation of the f.rginsering Department that this Propasnd agrcemcnt be referred t�, the City Attorney and the Fire and Water ^oronittee •or reconme :ation. Very truly yours, n . 404k Wilson City Fmt-inser i. JW/da Att. cc: Mayor uater Charles nelaurenti City Attorney l f p AGREEMENT TO FURNISH ENGINEERING SERVICES TO THE CITY OF RENTON, WASHINGTON FOR WATER SYSTEM IMPRCVENENTS THIS AGREEMENT made and entered into by and between the CITY OF RENTON, I Washington, hereinafter referreq to as "CITY" and CORNELL. HOWLAi10, HAYES G i MERRYFIELD, INC., a professional engineering corporation, hereinafter referred to as "ENGINEER". WITNESSETN: Article I. CITY hereby agrees to employ ENGINEER and ENGINEER agrees to perform engineering services, as hereinafter more particularly described, relating to the estdhlishment and construction of a drilled water well In the City Park adjacent to Maple Valley highway in the CITY CF RENTON to be known t as City Well No. S. all as more particularly described hereinbelor,. Article 2. The specific services which the ENGINEER agrees to furnish are o as foilows: I A. DESIC,IIS 1. Prepare cd,aplete general and detailed plans a"' '"cif icatio"% for construction and detailed estimates of co. 2. Obtain approval of the plans and specifications from the Washington State Department of health, and other State aq_encies as may have jurisdiction. j. Prepare forms for construction proposals, advertisements, con- structi-n contracts and bonds, subject to the approval of the CITY. 0. SUPERVISION Or CONSTRUCTION k 1. Furnish sufficient eopir. of plans and specifications for obtain- ing bids and for the construction. 2. Seeeive and tabulate construction and/or materials proposals; report the results to the CITY; and assist in awarding the contracts for construction and/or materials. 1 j, mutt with representatives of the CITY when requested • ' neces- sary for consultation or conferences. �. m -I- 4. Furnish general supervision of the contractor (s) work by making periodic visit; to the site to observe the progress and quality of the executed work and to determine in general if the work is proccedinq in accordance with the Contract Documents. On the basis of the on-site observations, the ENGIEEER will inform the CITY of the progress of the work, will endeavor to guard the CITY against defects and deficiencies in the work of the contractor, am may disapprove work as fail inn to conform to the Contract Documents. This general supervision of the construction will not relieve the wnstructiun contractor from maintaining full responsibility for the techniques ar.o sequences of construction, the safety precautions incident thereto, and for performing the construction work in accordance with the Contract Documents (the general supervision by the ENGINEER is to be distinguished from and does not include Supervision Ly a Resident Inspector). S. Prepare mnnthly progress pay estimates nn Clic work, and submit sane: to the CITY for approval and payment. 6. Make a final inspection n1 the construction jointly with representatives Of the CITY and submit a final report to the CITY upon which final settlement and termination of the construction eontractr. can be based. 7. Submit to the CITY, upon completion of the work, two complete sect of plans of the work as it is finally constructed. B, Submit to the CITY, upon completion of the well pumpinq test, a written report on the test and a preliminary cost eStiItate .,1 of the facilities necessary to provide a producing well. C. FIELD WORK �•}a,_,,, h.l t -� �.+q--+ -s- � : , I. Supervise the pumpine test of the drilled well and furnish, the personnel and equiprient required tw obtain field information necessary to determine the capacity of the well. .. Provide miscellaneous services, not stipulated elsewhere in this AgrecnMnt, when requested by the CITY. Article 3. As consideration for providinq engineering services, the CITY agrees to pay the ENGINEER as follows: A. For the services enumerated in Articles 2-A, 2-B-1, and 2-8-2. a fixed lump sum fee of $1,500.00, 6. For the services enumerated in Articles 2-8-3 through 2-D-8 and Article C, the amount of the PICANEFR'S Payroll Costs (as defined in Article 5-A) expvndrd for the service-., plus sixty percent (60',.) of such Payn+ll fn:t'. (sir general nveflmnd, plus twilly'livr prrtrnt (25%) for fee. ON'- direct expenses In connoctlon Uwrewith, including mileage at the rate of trn cents ($0.10) per mile. a-. ti n., ,-ED - ,-- — C I .s Article 4. Payment of the fees to the UiCINEER as provided for in Article 3 is to be mace as follows: A. Within twenty-five (25) days after the last day of each month during which engineering services as prescribed in Articles 2-A, 2.8-1, and 2-0-2 hove Seen in progress, the ENGINEER'S estimate of the value of the work accomplished by the ENGINEER durirj the month, except the total of such monthly payments shall not exceed ninety percent (902) of the applicable lump sure amount prescribed it Article 3-A. Within thirty (30) days after completion of all services provided under Articles 2-A, 2-B-1, and 2-B-2, the applicable lump sum amount less the monthly payments previously made to the ENGINEER. B. Within twenty-five (25) days after the last day of each Mn during which engineering services as prescribed in Articles 2-e-3 through 2-8-8 and Article C have been provided, the ENGINEER'S estimate of the value of the services rendered during the month. Article 5. It is further mutually agreed by the parties hereto: A. That the ENGINEER'S Payroll Cnsts are defined as the amount of the wages or salaries of the ENGINEER'S employees working on the project, plus fifteen percent (15V of such wages or salaries to cover all taxes, contri- butions, and insurance premiums measured by or applicable to such wages or salaries, such as, but not limited to, workmen's compensation insurance, social security, State and federal unemployment compensation insurance, public liability and property dauoge insurance, medical-hospital insurance, salary continuation insurance, and pro rata allowances for vacation, sick leave, and holiday pay. D. That if payment of said fees and charges or any portion thereof is not ncdc within the period specified in Article 4 above, interest on the unpaid balance thereof will accrue nt the rate of six and one-half p. reent per annum and become due and payable at the time said overdue payments are made. C. The CITY reserves the right to furnish the field survey personnel which may be required for design information or assistance in staking or i nsptt Lion of twm it uciiun. -s D. That the CITY may at any time suspenu or abandon any portion of the improvements designed or specified by the ENGINEER, and the CITY shall pay the ENGINEER for the services rendered for such suspended or abandoned work up to the time of suspension or abandonment, the payment to be based insofar as possible on the schedule of fees as established in this Agreement, or, where the Agreement cannot be applied, the basis shall be the amount of the ENGINEER'S Payroll ' ,sts (as defined in Article S-A) expended for such services, plus one hundred percent 0 00%) thereof, plus nut-of-pocket expenses. E. That the CITY shall pay for advertisements for bids, buildinn or other permits, licenses, etc., as may be required by local, Scate, or Federal authorities and shall secure the necessary land, casements, and riqhts-of-way. F. That insofar as the work under this Agreement may require, the CITY shall furnish the ENGINEER existing maps, field survey data, and other surveys presently available or required for the work. G. That if the engineering %pork covered in tnis Agreement has not been completed on or after the expiration of a three-(3-) year period from the date of execution of this Agreement, the CITY or ENGINEER may, at the option of either, on written notice, request n renegotiation of Article 3 to allow for changes in the cost of services. Such new schedule of compensation is to apply only to work performed by the ENGINEER Y , r delivery date of such written notice. In the event tee CITY and ENGINEER. cannot agree on a revised schedule of compensation, each shall select an arbitrator for that purpose, and the two so selected shall choose a third arbitrator. The com,ensation as determined by the three arbitrators or a majority Of them shall then become the basis of compensation to be Paid tl,c ENGINEER for work performed after the del ivory of the notice herrin provided. H. That this Agreement Is subject to revision by the ENGINEER if It has not been executed by the CITY by December 1, 1567. -4- I 1, That this Ag•eement is to be binding on the heirs, successors, and assigm 4 the parties hereto and is not to be assigned by either party without first obtaining the written consent of the other, AYp1*kE-6. IN WITNESS WHEREOF, the parties hereto each herewith subscribe the same in triplicate this day of . Iq CITY OF RENTON, a municipal corporation By By CITY CORNELL, HOWLAND. HAYES G HERRYFIELD, INC. DY �—VICL-PRESIDENT �T�LLc lAD, ')... .:c. s Af='�$r2. / V,." -� h. � ('n+,i ..'�.' -V `-J r*•y,n. (p �i;t.G i bv�L -r #AA# October 2, 1967 Raaereble Daeld Canter, mqw Masdare at tls City Cooemil ass Repast of the rile MA ileter Committee Ordlsaws 1. Dfds an Pater Project `r-W and WA5 It im tle recomeaftWon of tba Firs and WhIsr Csrdttee Mad tho City n+dimw that the lw bid lur OMMSI Pipmllom Commiraotim for W-W to the accost of $4,m mad tbs low bid by M.C. rreet Casahaosttes far WAS in tba asemct of $8,917.46 be m000ptad wA tbet the Mayer and City CLnb be aullswimed to sisa tbs eamtwata upm approval by the City Waver. 2. Costrsat for De igm of Von /8 bebsosm the City mad CoypoU, RwLmd, Rsyss we Mcreyflold. It is Wo, reoommmdstim of the Fire and pater C4=dttee and Un City Engineer that tbs atteebod agreement be a?pncvod and out the Mayor and City Clark be amtberieed to sign saes. Tko agrosesst box boom approved .s to fxs by the City Atter mar. M,EMMT 10 FUOIIU UGINEERIM6 SERYICES•�� ��Dr TO Thl � C 1► CiT, OF REMTON, yASh1y1GT0e FOR Ono SYSTEM Ip pOVERENTS THIS AMEMKI e►aa aad tmterW Cato by aad bttween the CITY Of REMTN, yeshlept0e. 11trelNltN referred to as 'CIT,' aOd CMLl, "CMANO. NAM • i{aRYFIFI.D, lNC•• tM corporettcn, hereinafter re- a professiocat OMiaeer forrec to as EpGlkw, . Y 1TpESSET N_Article 1_ CITY Mrtby ogre" to employ EVAIMEtR and ENGINEER asraK to perfOA MyAppering services. as titre/naftor Wort particularly dtscribed. rtlatinq to the estAbllshesnt Ua constriction of a irillad water wall 1n adjacMt to Maple galley highway in the CITY OF MOTON M tree r,tty part known AS art yell No. b. all as aura specifically described heraiKAOr' to furnish Ar t I t._ The SpeLific sarvir" which the ENGINEER agrees ary as follows A. ULSIGh$ al and ostailod plans and apecificaticrs 1. prepare ;,0,ap1eU S potfor Cbeairoct/nn Ala MGtiad aKtisattes of cost. 2, obtain 4"Proval Of the P and speclflcros the Nash of - and other S 10,toe Stall oat%rtaNM Of 4K1G, Stott agenctK as eay Nvt jurisdicti0e. refson- pre(,are tons for construction proposals, advertisemel s, 3. c on struction contracts are Whds subject to the APPM f the CITY. y, SIRERVISION OF MSTRUCTILN 1. Furnish sufficient copies of playa and scecifleatloas for ob- tail"I bids aN for the of and tabulate 0ss1s tcelee ptabulatecaestructtee And/or �, R rteriela PM OS"' the rtabula to tee CITY, and assist in over" the Wntracts for ColtrllGttal aad/br MUr1Als• /1/ AGREEMENT TO FiSOQili LNGiNE£ItIN6 SUMES CITY, Of MMON, MUINGM /olD7 L/ FOR WATER SYSTE.r II4PROVE0 NTS THIS MAElENT rue and entered into Ay and bctwemwe the CITE Of RENTON, Yashiptoh, hereinafter referred to as 'CITY sni CC'RNELL, HOWLAND, HAYES S MAYFIELD. INC., a Professional "Insorip concretion. hereinafter ra- frrde to as MINLER' . YiIAiSSITH: Article L. CITY hereby agrees to aeploy ENUNEFR and ENGINEER agrees to Perform angisraring services, as hereinafter more particularly describe., relating tc the establishment and construction of a drilled water well in the City Park adjacent to Haple Volley Hijimmay in the CITY OF AEOMM to be known as City well No. ti, all as sore specifically described Mreinbalow. Artier Y. The specific services '.hich the ENGINEER agreas to furnish are as follows. A. DESIGNS i. Prepare complete goewal ..nd detailed plans and srnifications for constrarticn arai de..:ilod estimates of cost. 2. Obtain approval of the plans aiA specifications from the Yash- inglea State Department of stealth, and other State agencies as may have 3urisuiction. 3. prepare forum for construction proposals, advertisements, con- struction canliacts am bonOS. sub3eCt to tie APPMVQI Of the CiTY. Y. SLPERVISION OF CONSTRUCTION 1. Furnish sufficient copies of plans and SOKIfiCatons for ob- taining bids am for the Construction. 2. Racal" and tabulate construction sea/or materials proposals report the results to the CITY, and assist to mw►diag the contracts for constrin:tion aid/or materials. ill 0 ar t#+k wto arsx'tsf• wart by f �,►i+p► � cad �{p , rM«'��y\tatiM tOatx' tM� ifwe tM or- tlo0 *+' if i i Myn tar � pd is t (Sia{ , yiaa�tacttse 00 a''y "stk"` tt* CoT* � q�y ~i lPi�'IK�r G'�yP.^�'���i�Ir4 t k* Aw-" 't4q ICE)p "1 t % {{r for ttlf'4Af � t4 �ff21OK ttMr°;O f SY�t{tfa %oo 'p 'wWool oJ�t�ygf ;sY°rf Y °ftiaa'; Mi tb yqSIN f M wr wyNA` ,�jaww-t;ono t`,'4f4n t thf taw t*a ii u"Am t f"d tar+ diets wti • tativk► of'Ot ttaat allo. oayMdk. ""`t.'t f" rsPr°'S11 flu1, VtC40 lttioa �f�l y Cooto ir4 'A°t, o„ycx.t�' ,� appa (t tf yaliayt(Wt' it to 00 of tag � lstt6R ftaWRAT. %Aq *6 CSit, yi'a t<�tt ' vv;°& a "rwi « to ;arY s Hrt 4tr g i` {clas raG tp e,itSsd MftObo0 {i+ta '011- .�piS,irAitt Mifea t4'a !fl0 �►eI^ara t ifs ` S$4 erica d.tsu+ �t(P'1'� a ' �yrf�1 aM�i�R.carvir��tad ��ti� {arricM• "�1 i �f�i{� . ,Pa tja r�i1M? A 2�\. .ad 2.6'2' a iv, 4 �0fr 6% t° CM6S a. toS is MtiGNs 2 Z g.f .ad GSt ' to �yhf fN Z 11, 04 �ct1GA S ffY"% ��.0 *gloi rra srf*Gasc+l fao�°pia hrurMP" jai j ,z� (aq.to) pmr mite It Is ostie.Led that tbm OWN* be far Cream se=01r will not exsaed 4I.800.00. Mticl. i,, Payment of the fen to the EN I"p as proviCed for 1n Artiste 3 it to be Mde as biierk: A, ilispia twety-tire (IS) dayti after rthe ellost day of each meotA, e0cb %No ..A Arttt�r a-i t. etur'z-#•3 Mva berg �_ tea EISUM01 estMrto of tht value of the actor Plisbee by tho EtKit W dsrirp the wash, *xcopt the total of ago m1mlYp t�yments shall net exce %intoU'to I perio", " the a.plicoble laop am amount Pftw in Artica within thirty (30) d" after Compton" of all serv/eos doh pq Articles ". 2-11-1, end 2-1-1, too wpli- owyAta amt late Owmoatit! resbNA>K pMieusly Yda t9 the EIIii m. a. Within tiaaty-f1w (2b) days after the last 4Y or e60 moth dw'im0 bbitk troo9iiemaring soc}lsox at Proscribed. prpsiddo. this V4j%NFEit'i atiM*A OOOf tM vat a of the services rebdered durinq the month. ArtiGlj rt. it is further mutomy N"od by the Partta bertae= A. That she Ej4I4j R,S Payroll Costs are defined is the amovht of ,t" mpss,ow,salaries of the E*111 U'S maploym rating " the Protect, Pius fifteen percent (lb%) of such vagrs cr salarios to cover all taxes. soatr ,tions: amd insurance Premiums MAS" 'ay or a""Cabla to such tmgst or salaries. such as. but not limited to, wrkaan's COMPSM atien ir- ewaaca, public liability aad Dropar'tY 404fs insurance. social security, State and Federal unsmploymaht compensation 17suranu, madiCal-"Wital ihawance, salary continuation i^tufopee, and pro rate allaances for ife4tgmn, sick leave, am holiday pay. a. That if paymnR of said fee and charges or ary pardon thereof is opt "do ri%hin tie lltrrW specified is Arttcla a &bow, into,axt on she vnpait balaosa thereof - 'll aCcrw at the rate of six ►ad oM-half ParcaaL (a 1(a) pa' abiaas a CON aut and psyabie at tho time said A 4W-1 2 Paye0lll {I\ 1AVfr ..P4. i too C. TM Cttf raserras oa � Ns 9 �torHttM+riot ar sfslstoau la aM avY �yrtiet Psirsa°a1 With � to r� r gycNM• or sutAf4 toriooV tics of C 04 all <aY of ow tlaa � ��1R.tII. D. � M d�M�'� f�{�raaM�a° {°�r�.,..aatb�►t� '`t of tan top" for tat sarai K ob000- t NO'N" M tied, of rslos le o{ {'Kt as actoblisMd %ux1l Vol sins sis Nrk ➢ to semo t tDQitadl the Etib.a Oa tM obtMlo t rant as based AM°tar R fti tat defivtd Aa to at, or. +t' �Oso}} tC� am) in taia P9r EME1wEts t `l Ape tM terriCie-. plat cat tandrad sM}1 to sat }ding srticle 44-14) astRasss kat MW"oa t5taatats tar %Aos. bui er gpraof, pies ®ut-af- s*koll pay rtgsirad fa by loco oStott nd k. loot tlbAS may be cthtr VOr itsc.licamo, sAt �aM1sary lava. aat 0010 ar taa ttw t n. �irad. {saaro} tttthoritAM .. tots O Mw• ana ri9ott of Wyt Aotpfae A UM► Mirk WOslat 'Acid oojSturvay f. Vl hiss {,a WOO r�Nireo for +r•M,vork Ms not tea, r Gt}y sMttatlY triillAr}° t tay1r(,A in W1s 99resat year at from Kbtr sorw9s the ,topAMa of o three-Ztl 1a the o. }Mt it Nitration E lysi,nay. at ytra �Mlo " to, of t ooµnt. tM rl" %etiot of yotitla a tM �u ,{ p+Rwtiea at Mt1a• most • 10 ooputa of aepaa ,�sisa o{ sitW. �yriotoT'too pp{t o{ tx.eicat• Sut t;6L�sfp dt,. detisarY for cvanWs porfcrift Md.t'y tat 4LLo coanot to t}taw ojv to work tM nt two Gltr � alac aM �{. tatioa is to ;Loa notice. So tKv s.,s}l t �'+Ara ,satica• E site of tuc In of assoe' t0 SrtaclJ° shill 00 o rtslsaa saw two toomat oaafos.. + y41 t� �°rdt �' ,BsttYst'1 s�ii ,tNr iwrl0 mid rt c 6T� Mt mct kA �r 1. 146l- snjais°ri. rygii° ii 1MM ^ q tW g1ZY �trq °n va M,tA tl tiC°8� µ. OXV Srf t ii g1vata1 *C it it jet q`tt, , ♦� is `�CUIS;Pt ortiis Tito* OR � !� i14 W asA ssi/4n° ,t licit ODLs'tit� siF� ti :dlM �Fsgi°a 61�_.en ti�°'rtir• ttY I tom i tA°�S8` s situ aituN' its s�sgrAl" it'0 #t��% . is ..,01* 10 t0 1R ttp � ���� V98T. satti ° ,fi NT °f pltips� i�N 1° triBt%o Ltd G 7�. L i 1 v•r K� µ ,0, t _Gu i October 9s 1967 Causll, IWaeg� W ee sei %Wrynelg Lope D"Idl 900 Usisa street 9sattlao Washington 9MM Dear 31 1 TMv letter is yow aummwisatian to prooesi, with the design at w6n ih as per Apsranb CJ.O. Ift-67. very truly )once, CSiY OF sacra look Wilson city bwinmr JWI= CORNELL. HOWLAND• HAYES & MERRYFIELD E N G I N E E R S •..c P L A N N E R S IOGIN IYIIDING • !)0 UNIDN ]111FI • Sf♦]I.! FISx'MGtON ♦r101 If ll]F ON] Ar!♦ C0 1 }01/fl• ]0]] or.ff 01/If rS M •01•tIND •O•)f COIVrtl l•S �+ S-4790.1 12 October 1967 Mr. Jack Wilson City Engineer City Nall Renton, Washington 98055 City Park Well No. B Dear Jack: C.A.G. 1204 - 67 We appreciate receiving your authorization of 9 October to proceed with the design of Well No. & We plan to start the design almost immediately and should be ready to advertise for bids within 6 - 7 weeks. 1 will be visiting your office in the near future, but would appreciate a layout plan of the City park and its proposed develop]nent as soon as possible so that we can consider the best location for the well. Very truly yours, CORNELL, HOWLAND, HAYES b MERRYFIELD Antony B. Barnes ABB/dc ,(.A. Gducl✓io Wall Dril/�'�T9 (,'o . CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF WELLS 8 & 9 CITY OF RENTON WASHINGTON NOVEMBER 1967 CORNELL, HOWLAND, HAYES & MERRYFIELD Engineers and Planners SEATTLE CORVALLIS 80'SE PORTLAND 'JAR 18 T `'w CA.G. 12ys -47 Y, UNITED PACIFIC INSURANCE COMPAN\ CERTIFICATE A MLMPEN OF UNITED PACIFIC INSURANCE GROUP HOA'E OFFICE TACOMA, WASHINGTON OF INSURANCE le Fiji,rI oe Ome of TAis(m,ficufr This is to certify that the policy described below has been Issued by the UNITED PACIFIC INSURANCE COMPANY, as insurer, only to the insured named below. Any requirements or any provisions in contracts or agreements between the 'Insured and my other person, firm or corporation shall not enlarge, alter or amend the definition of Insured or any of the terms, conditions, exc luslons, or limnafmns of the policy described below. That policy, subject to all of Its limitations of liabllln., coverages, ho:a.ds, exclusions, provisions, condu,ons and other terms, is in lull for... and effect as of the date this cer+,f,cote was issued. None of Insured 1) L. 1. Otodlo 6 tthel A. Gess"a dM L. R. 16eed1.0 Vail 9r111In4 Ponpeny Address of insured 601 Le-Lai-Wep Northeast - Twomise Wuhinston Policy Number W 101510 Effective 12-29-61 Espires 6-1-68 CJy&AB[S Ti1T OF LIABILITY SIPLTNSE LIMIT MAN', NEay Ispry AalomlabJe S100F000. Lachpers^, W0r000. facn occurrence Liability Omer loan Autor obde F100p000. Lace gene- 100pow. fieh OEcurmnte T266p000. Ali thosutls _._Ow ted Operatwna r hperty 11"at, AWomo ile E 20600. face Oct.ne ize lability Other tan AutwgbiM Sit Etypetei twh Occuvaee Ilm ptab[M r'EpreEate $MCIE LIMIT FLAN. BeddT Injury UNnItF AutonlwUe T Loch ort. Ne OIne�l4an Autovobee ento S A e ate Prgerry Oaoate liabgiry S Ea-^Ocean RE'E In accordance wish she above, the captioned policy insures the liability of the insured named above arising from (1) operations by or on behalf of the Insured, ar (7) premises or property used by ar on behalf of the insured in connection with such operations, subject, however, to all the provisions, exclusions and limitations of the policy In connection With the toasteattii of wells 46 6 09. The policy provides, under the Insuring Agreements, contractual liability coverage with respect to any contract or agreement wholly in writing. Such contractual coverage is subject to all the excl usions, conditions and other provisions of the"I.,y Thi, certificate is not a policy and of Itself does not afford any Insurance. Nothing contained In this certificate sf AI be construed as extending coverage not afforded by the policy shown above or as affording insurance to ,ny insured not named above. Except as specifically provided for In this certificate, United Poclfic Insuronce company has no duty to notify the party t0 whom this certificate is addressed as to any changes or cancellation of the polio and shall not be responsible for any failure to do so. Date 12-29-61 11 ✓1 To City of Menton D, Itte. {attar., �. Address Washington Cauvtr signed It leesld L. {Aback. 1tieY llBNger 694 5-67 CERTIFIED COPY Know all Men by thQ" Presents: Tho, MARYLAND CASUALTY COMPANY, a corpora- non created by Ind existing under the lows of the State of Maryland,of Baltimore City, Maryland, in pursuance of the authority set forth in Section 12 of Article V of its By-lows,from which the following is a true extract,Ind which Section has net been amended nor rescinded: 'The Chairman of the IIII d a the President or any Vice-President may,by w,itten instrume der nt un Me attested corporate seal, appoint ottorneys-in-fact with authority to execute bonds, policies, recognizonces, stipulations, undertakings, or other like instruments on behalf of the Corporation, and may outhorize any officer or any such attorney-in-fart to affix the corporate seal thereto; and may wild or without cause modify or revoke any such appointment or authority," does hereby nominate,constitute and o arm H. T. HANSEN, H. THOINALD HANSEN, JR.li T. DUREN, EDN. I. ArK H. NCNILLAN and ROBER F. SILAPLEY, each with full power to act alone, of TACONA State of WASHINGTON to make, execute, seal, and deliver on its behalf as Sum its Attorney l s,s.in-Facri zances, stipulations, undertokm9s,and other like instrume ty nisnd as ..s o<r and deed, any and al bond Such bonds, recognizcnces, stipulations, undertakings,or other like instruments shall be binding upon said Company as fully and to all intents and ppurposes as if such instruments had been duly executed and acknsti edged and delivered by the authorized off)pn of the Company when duly executed by aforesaid attorneys in fact. any one of the This instrument supersedes power of attorney `ranted if. T. Hansen, IL. Thorwald Hanson, Jr., H. T. Duren, Edw. I. Bros and II. Mc9illan, dated January 29, 1965. In w6nm Wbend, MARYLAND CASUALTY COMPANY has mused these presents to be executed in its name and on its behalf and Its Corporate Seal to be hereunto affixed and attested by its officers thereunto duly authorized, this..._.......,_..._.._..._`i • LN •r ... 19._6Z,at Baltimore City,Ma .. ............................_....................day of.......__..........P.._............._.._............_. Maryland. ATTEST: (CORPORATE SEAL) MARYLAND CASUALTY COMPANY Isggned) Kathryn B. Young Albert H. Ma .... _ 1- 1......._........__......_._. STATE OF MARYLAND l V�•Prea;dmt' BALTIMORE CITY On the_ eth ._._...day of September ,A. D., 19....67 before the subscriber, a Notary Public of the State of Maryland, in and for Baltimore City,duly commissioned and qualified,came,...,,_..._ H„-MN1c•y Vice-President, and Kethrya B. Y•Lsnf secretary, of MARYLAND CASUALTY COMPANY, to me `Assistant _._ in, toad vrhp executed the Preceding personally known,and known to be the ofNcxs described pr ng instrument; and they each acknowledged the execution of the same; and, being by me duly swam, they several) and each for himself deposed and said that the rem Offices in said y p Y respectively hold the mid Corporation, as indicated,Co that the Seal affixed to the preceding instrument is the Corporate Seal d otpomtfhe and that flu said Pursuant to Seal, and signatures uthoriza as such officers,were tl�:y affixed and subscribed to the said instrument pursuant to all due corporate authorization. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal,at Baltimore City,the day and year first above written. (NOTARIAL SEAL) (signed)....._._...C.3atR.t..R.....R1.-..R.e.. P.er......_...._.................._. My commission expires Notary Public. r_ CERTIFICATE = 1, an Assistant Secretory of the Maryland Casual Company, d the aforesaid copy of the Power of Attorney with the original now on file among the records of the at I hHome Officeave of the Company and in my custody, and that the some is a full, true and correct copy,and that the Power of Attorney has not been revoked,amended or abridged,and is now in full force and effect. Given under my hand as Assistant Secretary, and the Seal of the Company, at Baltimore City, Md.,this S ......29th_.._...._.... day of DeCoMbeir A.D., 19.67._ stall yttepry,.... 1 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS. that we L. R. Gaudio '.c 11 Drilling Company as principal. and Mryland Casu'elty Company a corporation, duly authori-..ed to do a general surety business in Weshing ton, as Surety, are jointly and severally held and bound unto the City of Rcrton, '.-ashington and 20/100tha in the sum of Twenty Six Thousand Nine Hun re neteen Dollars ($ 26,919.210 1, for the payment of which we jointly and severally bind ourselves, our heirs, executors, administrators successors, and assigns. firmly by these presents: THE CONDITION OF THIS BOND IS SUCH THAT WHEREAS, L. 1<. Gaudio hell Drilling Com»any Contractor as Principal herein. on the 18th day of January 14i8 entered into the Contract with City of Renton, .r'ashington the Obligee herein. which Contract consists of Advertisement tot Bids. In. formation for Bidders. Proposal, General Conditions. Contract for Constru. Lion, Specifications. and Plans. all as hereto attached and made a part hereof whereby said Principal undertakes to do all labor. furnish all plant and equip ment. and furnish ail material in accordance with all the terms and conditions set forth in said Contract Documents. and to promptly make payment for all labor, services. material, and s+ims due the State Industrial Accident Fund or equivalent, the Collector of Internal Revenue. and the Treasurer of the State of Washington; and to save harmless the Obligee from any claim there. for and to save harmless the Obligee from any claim for damages or injury to proper,y or persons arising by reason of said work, as set out more fully in said Contract Documents and to do and +,erform all things in said Contract Documents required, in the time and manner and under the terms and condi [ions therein set forth and in conformity with all laws. State and national applicable thereto. NOW; THEREFORE, if said Principal herein shall promptly pay ail persons furnishing labor. services and material, and industrial Insurance Bond -I - W. Premium and Medical Aid Premiums or equivalent, and Social Security t and Unemployment Compensation, to him anl to his subcontractors, or to their assigns, on or abo� . s-.id work and shall, commencing with the date hereof and continuing for one ear after the date of written notice of final acceptance of the work, save .armless the Obligee, its officers and agents, from all claims therefor, or from any claim for damages or injury to I roperty or persons arising by reason of said work. and fall, in the time and manner, and under the terms and conditions prescribed. well and faithfully do, perform, and furnish all matters and things as by them in said Contract undertaken, and as by law. State and national. prescribed then this obligation shall be void: but otherwise it shall remain in full force and effect. PROVIDED, HOWEVER, that this Bond is subject to the following further conditions. (a) All materialmen, And all persons who shall supply such laborers, mechanics. or subcontractors with material, supplies, or provisions for carrying on such work, shall have a direct right of action against the Principal and Surety on this Bond, second only to the right of the Obligee under this bond, which right of action shall be asserted in proceedings instituted in the appropriate court of the State of Washington, and insofar as permitted by the law of Washington, such right or action shall be asserted in a proceeding instituted in the name of the Obligee to the use and benefit of the person, firm, or corporation instituting such action and of all other persons, firms, or corporations having claims hereunder, and any other person, form, or corporation having a claim hereunder shall have the right to be made a party to such proceeding (but not later than one year after the date of written nonce of final acceptance of the work) and to have such claim ad+udicated in such action and judgment rendered thereon. (b) In no event shall the Surety be liable for a greater sum than the penalty of this Bond, or subject to any suit, action. or proceeding thereon that is instituted later than one year after the date of written notice of final acceptance of the work. (c) The said Surety, for the value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obli gations on this Bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the Contract or to the work or to the Specifications. Bond .2- W IN WITNESS WHEREOF, the parties hereto have causeu this Bond to be executed in Tacora liashinaton this 18th say of January 19 68 (SEAL) L. R. Gaudio Well Drilling MAL) (SEAL) L. R. Gaudio, O mez (SEAL) P cipal Witnesses: J Ma land Canttalty SEA L) (SEAL) EdN I, (SEAL) Surety Attorney—in—Fact Countersigns ae• BY Resident Agent The Attorney-in-Fact (Resident Agent), who executes this Bond in behalf of the Surety Company, must at•ach a copy of his power-of-attorney as evidence of his authority. sass Bond -3- W L. R. GAUDIO WELL DRILLING COMPANY BIDDER'S CONSTRUCTION.RECORD Past Five Years DATE CONTRACT WITH DESCRIPTION OF YORE 1961 Layne Pacific Inc. 1 large diameter deep well 1961 Lakewood Water District 1 1962 Lakewood water District 1 1963 Lakewood Water District 1 u x 1964 Lakewood Water District 1 1964 Lakewood Water District'. 1 196� Lakewood Water District 1 1962 Clty of Port Orchard 1962 South Seattle Water 1963 West Tacoma Newsprint 1 1963 City of Puyallup 1 1964 City of Puyallup 1 1964 Carling Brewing Company 1 1964 Army Engineers - Fort Lewis 2 " " wells 1955 City of Tacoma 1 " " " will 1960 1 1964 196 « n u 1 « x « n 1967 Fruitland Mutual Water Co. 1 BID BOND KNOW ALL MEN BY THESE PRESENTS, that L. R. Gaudio, an individual, dba L. R. Gaudio Well Drilling Co. hereinafter called the Principal, and Maryland Casualtsv Company a corporation duly organized under the laws of the State of. i_arylc. having its principal place of business at Baltimorein the State of Maryland and authorized to do bus'aess in the State of Washington, as Surety, are held and firmly bound unto the City of Renton hereinafter called the Obligee in the penal sum of PROPOSAL FIVE PER CENT (5%) TOTAL AMO'tJ. OF / Dollars ($ for the payment of which, well oral truly to be made, we bind ourselves, our hei- , executors, administrators, successors and assigns, jointly and severally, firmly by these presents. The condition of this Bond is such that, whereas, the Principal herein is herewith submitting his or its Bid Proposal for construction of Wells 8 and 9 said Bid Proposai, by reference thereto, being hereby made a part hereof. NOW, THEREFORE, if the said Bid Proposal submitted by the said Prin ipal be accepted, and the Contract be awarded to said Principal, and if the said Principal shall execute the proposed Contract and shall f3rnish the Performance Bond as required by the Bidding and Contract Documents within the time fixed by said Documents, then this obligation shall be void, otherwise to remain in full force and effect. Signed and scaled this llth day of December 19 67 L. R. GAUDIO WELL DRILLING CO, Principal L. R. Gaudio Well Drilling Cc ountersi tied: Owner m cstrna..d>Rr NANs E'i a ROW LANO. INc. MARYLAND CASUALTY COMPANY t6wd"1A.a.M.`r.d•;�m. Surety N ll``JJ+++++����� ntl s..�,s••.o.•✓"+'� A ttortorney-fn-F-a-c-e--['jFG-dw—Z. Broz The Attorney-in-Fact (residen' Agent), who ex:cutes this bond in be. half of the Surety Company, must attach a copy of his power-of-attorney as evidence of his authority, area Bid Bond -1- W t CERLFIED COPY Know all Men by these Presents. That MARYLAND CASUALn COMPANY,a carper• Lion created by and existing under the lows of the Slate of Maryland, of 9olYemore City,Maryland,1n puqumA of tM authority set forth in Section 12 of Article V of its By-lows,from which the following is o true extract,orid which Section has not been amended nor rescinded: "The Chairman of the Board or the President or any Vice-President may,by written instrument under the attested corporate seal, appoint at»rneys-in-fact with authority to execute bonds, policies, recognizantts, stipulations, undertakings,or other like instruments on behalf of the Corporation, and may authorize any officer or any such attorney-in.fact to affix the corporate tool thereto;and may with or without must modify or evoke any such appointment or authority," does hereby nominate,constitute and a olnt H. T. HANSEN, H. THORWALD HANSEN,. JR, H. T. DUREh, EDW. 1, BRST H. MdAILLAN and ROBERT F. SHAPLEY, eac�i. - - with full Power to act alone, . Of TACOMA r WASHINGTON - _ .. State a. �!s Attorney s-in.Foct to make, execute,sea),and aelrver on,its behalf as Surety, and as its Oct ono deed any and ali bonds, wogni I� zones,stipulations,uncertokingt,and other like Instrumonts. 1 Such bonds, recog.,izonces, "Pulations,undertakings,or other like instruments shall be binding upon said Company as fully and to all intents and purposes as if such instruments had been duly executed and acknowl• edged and delivered by the authorized officers of the Company when duly executed by any one of the aforesaid attorneys in fact. This instrwnent supersedes power of attorney granted H. T. Hansen, H. Thorwald Hansen, Jr. , H. T. Duren, Edw. I. Broz and H. McMillan, dated January 29, 1965. In Witness Whereof, MARYLAND CASUALTY COMPANY has mused these presents to be executed in its nume and on its behalf and its Corporate Seal to be hereunto offixet¢�,and attested by its officers d,ermmr duly authorized,this..._._......._..._._,_ilth ......._,.. . _..........-_...-day of......._.__?.ePiembOr_.,_.v,,.__.,19._51,m BaMmore City,Maryland. ATTEST: ICCRPORATE SEALI MARYLAND CASUALTY COMPANY (Signed) Kathryn B. Young (SigniAlbert H. Walker Assistant Secretory. Vice-President. STATE OF MARYLAND SAtTIMOFE CITY } ss. On this_. gth .......day of__._. September., A. D., 19 b?befora the subscriber, a Notary Public of the Sio»of Marylortd,in and for Bainmore Gry,duly egmmissioned and qualified,came..._....__ -,,,_..., Albert.,_H Welker. _ ,.__. Vice-President, and Kathryn B._YOUng Assistant Secretary, of MARYLAND CASUALTY COMPANY, to me personally know,,and known to the officers described in, and who executed the preceding instrument; and they each acknowiedged the execution of the some; and, being by me duly sworn, they severally and each for himself deposed and said that they respectively hold the offices in said Corporation as indicated,that the Seal affixed to the preceding instrument is the Corporate seal of said Corporation,and that the said Corporate Seal, and thslr signatures a such officers,were duly affixed and subscribed to the said instrument pursuant to all due corporate authorization. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal,at Baltimore City,the day and year first above written. (NOTARIAL SFALI (signed)..,, .;lagett RReimer__ _ _ Notary Public My commission expires __..du3.X 1s, 1969 CERTIFICATE I, an Assistant Secretary of the Maryland Casualty Company,do hereby certify that I have com;ared the aforesaid copy of the Power of Attorney with the orlgmol now on file among the words of the Home Office of the Company and in my custody, and that the same is a full, true and correct copy,and that the Power of Anomey ` has not been revoked,amended or abridged,and is now in full force and effect. 3 Given under m hand as Assistant Secretar y,ry, and the Seal of the Company, at Baltimore City, Md.,this Oe llth.......�_day of__.___December ,,..,....._..._.A.D., 1967.. CITY OF RENTON s WASHINGTON CONTRACT DOCUMENTS for the construction of WELLS 8 AND 9 hh hh Consisting of: Form of Bid Bond Advertisement for Bids Form of Proposal Form of Contract Form of Performance Bond Information for Bidders Special Provisions General Conditions Special Specifications Standard Specifications Plans A]!h Cornell, Howland, Hayes b Merryfield Engineers and Planners Seattle, Washington Noverber 1967 Record No. S4790.1 copy No. 7 (; JAN 1 P k TABcE OF CDNTcNTS Page BID 8014D Bond 1 ADVERTISEMENT FOR BIDS Adv. I PRJPOS,II Proposal 1 LF ITRACT Fd: CONSTRUCTION Contract 1 PaRFORMANCE BOND Bond 1 gFORMATION FOR BIDDERS Info. General Description of the Project I Contract 'Documents I Plans I type of Proposal 1 Preparation of Proposals 2 Washington State Sales Tax 2 SuLmission of Proposals 2 Telegraphic Ib.ificatiun or Withdrawal of Proposal 2 Did Security 2 Conditions of Work 3 Payments 3 Award of Contract 3 Basis of Award 3 Execction of Contract 3 Perforimnce Bond 4 Failure to Execute Contract and Furnish Bond 4 Time of Completion 4 SPECIAL PROVISIONS Sp. Prov• Specification Fmmlat I Revisions to Information for Bidders I Revisions to the General Conditions I Location and Plans I Payment of Not Less Than Prevailing Wage Pates I Substitution of Materials 2 Termination Because of a National Emergency 2 Delays and Extension of lime Claims Notice of Claim for Delay Ito Waiver of Rights 3 Acceptance of Final Payment as Release 3 • PREVAILING WAGE SCALE Wage Scale AFFIDAVIT OF WAGES PAID r JAN 18 %8 ����— I - - M TABLE OF CONTENTS (Cont'd.) Page GENERAL CONDITIONS Gen. Cond. Definitions I Contract Documents 1 a The Engineer 3 The Contractor and His Employees 5 Progress of the Work 12 Payment 16 , SPECIAL SPECIFICATIONS Sp• Spccs. Foreword 1 DIVISION I - GENERAL REQUIPEMEIITS IA. General Revui rements 1 DIVISION 2 - SITE WORK 2A. Drill tole 3 28. Furnish and Install Well Casing 6 2C. Furnish and Install Well Screen 8 2D. Grout Seat 2E. Well Development IC IF, Pumping Test 11 2G. Disinfec,ion 13 2N, Cleanup 14 DIVISIONS 3 thru 16 - Not Used. PLANS 0- - - BID BOND KNOW ALL SEEN BY THESE PRESENTS, that hereinafter tailed the Principal, and a corporation i,uly organized under the laws of the State of having its principal place of business at in the State of and authorized to do business in the State of Washington, as Surety, are field and firmly bound unto the__ _ hereinafter called -he Obligee in the penal sum of Dollars I$ 1, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, adnrlmstrators, successors and assigns, jointly and severally, firmly by these presents. Ti,: condition of this Bond is such that, whereas, the Principal herein is herewith submitting his or its Bid Proposal for said Bid Proposal, by reference thereto, beinr nereby made a part hereof NOW, THEREFORE, if the said Bid Prc iosal submitted by the said Principal be accepted, and the Contract be awarded to said Principal, and if the said Principal shall execute the proposed Contract and shall furnish the Performance Bond as required by the Bidding and Contract Documents within the time fixed by said Documents, then this obligation shall be void, othe: .e to remain in full force and effect. Signed and sealed this day of_ , 19_ Principal Countersigned: Surety Restaent Agent By Attorney-in-Fact - The Attorney-in-Fact (resident Agent), who executes this bond in be- half of the Surety Company, must attach a copy of his power-of-attorney as eviderce of his authority. !AN 18 1968 FW Bid bond -1 - ,f �, Zvi./ ADVERTISEMENT FOR BIDS Elated proposals for the construction cf Wells 8 and 9 addressed to the City Engineer, City hall, Renton, Washington 98055, will be received at the office of the City Clerk, City Hall, Renton, Washington 98055, until 5:00 p.m., Pacific Standard Time, on the 11th day of December 1967, or presented to the City Council by 8:00 p.m., Pacific Standard Time, on the Same day, and then will be publicly opened and read in the City Council Chambers at Renton, Washington. The w..rk contemplated consists of drilling two 24-inch cased wells to a depth of approximately 85 feet, furnishing and installing well screens, and developing and 'est pumping the wells. Plans and Specifications may he examined in the office of the City Lngineer, City Mall, Renton, Washington 93055, or at the office of Cornell, Howland, Hayes 6 herryfield, Engineers and Planners, 830 Logan Building, $00 Union Street, Seattle, Washington 98101. A copy of said Documents may be obtained at the Engineer's office at 830 Logan Building, 500 Union Street, Seattle, Washington 98101 upon a deposit of Twenty-Five Dollars ($25.00) for each Document. The full amount of the deposit will be refunded if said Documents a,e returned in good condition within fifteen 0 5) days after the award of the Contract. Each proposal must be submitted on the prescribed form and accompanied by c certified check or bid bond payable to the City of Renton, Washington, in an amount not less than five percent (5%) of the amount bid. The successfu: Bidder will be required to furnish a bond for faithful performance of the Contract In the full amount of the Contract price. The right is reserved to reject any or ail proposals, to postpone the award of the Contract for a period not to exceed thirty (30) days, and to accept that proposal which is to the best Interests of the City of Renton. Dated this 21st day of November 1967, CITY OF RENTON, WASHINGTON By Mrs. Helmie Nelson, Cie— y�Clerk R RRR Adv. -1- JAN 18 1963 PROPOSAL To: The Honorable Mayor and City Council City of Renton City Hall Renton, Washington 98055 The undersigned, hereinafter called the Bidder, declares that the only persons or parties Interested in this Proposal are those named herein; ;hat this Proposal is, in all respects, fair and without fraud; that it is made without collusion with any official of the Owner; and that the Proposa' is made without any connection or collusion with any person making another pro- posal on this Contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project; that he has personally lospected the site; that he has satisfied himself as to the quantities involved, includ- ing materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents; and that this Proposal is made according to the pro- visions and under the terms of the Contract Documents, which Documents are hereby made a part of this Proposal . The Bidder further agrees that he has exercised his own judgment regarding the interpretation of subsurface information and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his conclusions. The Bidder agrees that If this Proposal is accepted, he will, within seven (7) calendar days after notification of acceptance, execute the Con- tract with the Owner in the farm of Contract annexed hereto; and will, at the time cf execution of the Contract, deliver to the Owner the Performance Bond required herein; and will, to the extent of his Proposal, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete the work in the manner, in the time, and according to the methods as specified in the Contract Documents and required by the Engineer thereunder. The Bidder further agrees to begin work within ten (10) calendar days after the date of the execution of the Contract and to complete the con- struction, in all respects, within shirt} (30) calendar days for Base Bid Well 8 and a total of forty (40) calendar days fur both Base Bid Well 8 and Additive Alternate clel: 9 together after the date of the execution of the Contract by the Dvner. In the event the Bidder Is awarded the Contract and shall fall to com- plete the work within the time limit or extended time limit agreed upon, as more parties lariy set forth in the Contract Documents, liquidated damages Proposal -1- 1968 jpN 1 8 shall be paid to the Owner at the rate of FIFTY DOLLARS ($50.00) per day until the work shall have been finished as provided by the Contract Documents. Sundays and legal holidays shall be excluded in determining days In default. The Bidder further proposes to accept as full payment for the work pro- posed herein the amounts computed under the provisions of the Contract Documents e and based on the following lump sum or unit price amounts, It being expressly understood that the unit prices are independent of the exact quantities in- volved. The Bidder agrees that the lump sun prices and the unit prices repre- sent a true measure of the labor and materials required to perform the work, Including all allowances for overhead and profit for each type and unit of work called for In these Contract Documents. The amounts shall be shown in both words and figures. In case of a discrepancy, the amount shown in words shall goQvern BASE BID - WELL tl Item Total for Item Move in and temporary facilities for the lump sum price of Dollars and Cents ($ ,,,, �r,� j complete $ .w„y 2A. a. Drill 30-inch Nominal Diameter Hole, 20 linear feet, at the unit price of S"i rty Collars and Cents ($ 'D OU ) per linear foot $ 6nn Mn b. Drill 24-inch Nominal Diameter Hole, 65 linear feet, at the unit price of TswwW f1�e Dollars and Cents IS )5_nn ) per linear foot $_I�fi cs on Proposal -2- Item Total for Item 28. a. Furnish, install, and remove 30-inch temporary outer Casing, 20 linear fee:, at the unit price of Tan _Dollars and no Cents $ 10,00 per linear foot $_ 200,00 V Furnish and install 24-Inch Drive $hoe at the lump sun price of T'�r•e hundred ninety ftve _Doi tars and no Cents ($__ 3e5.00 ) complete $ 3ee,nn C. Furnish and install 24-Inch inner casing, 88 linear feet, at the unit price of Fifteen Dollars and nc _ Cents Per linear foot $_1 12n,00 d. Furnish and install 22.-inch lower casing, 15 linear feet, at the unit price of Fifteen Dollars and no Cents ($ 15.00 ) per linear foot $ 225.00 e. Withdraw 24-inch inner casing to expose well screen and remove, 45 linear feet, at the deductive unit price of Six Dollars and no Cents per linear foot $ (270,pC) D v 1968`1i . Proposal -3- Cy! L/wr•/VUCU��, Item Total for Item 2C. a. Furnish and install Johnson stainless steel well screen, 24-inch Telescope size, less screen fittings, 30 linear feet at the unit price of - 0" hrndrad slaty Dollars and no Cents ($ 160.00 ) per linear foot S ►,600.00 b. Furnish and install well screen fittings, consisting of one set of lead packer and welding ring for 24-inch Johnson screen, at the unit price of rwn hundrad *Ighty Dollars and M Cent> (S IM.M ) per set S 2D. a. Furnish and place grout seal between 30-inch outer temporary casing and 24-inch inner casing, 22 linear feet, at the unit price of rive Dollars and no Cents ($ 5.00 ) per linear foot S 110,00 2E. A. Furnish and install equipment for developing the well; disassemble and remove the same for the lump sum prirf of alp Chain Dollars and Cents (S nr. chorea ) complete S Iro charm - Proposal -4- Item Total fo' Item It. Develop the well by means of surge plunger or other approved means, 48 hours at the unit price of Thirty Dollars and no Cents (s M.fA ) per hour 2F. a. Furnish, install , and dismantle test pumping equipment, and test pump the well for the first 8 hours of test at the lump sum price of Five nundrad forty Dollars and ne Cents 0 complete b. Additional test pumping after first 8 hours of test, 48 hours at the unit price of 'hlrty Dollars and no Cents ($ ) per hour s I ,+4'•.rn 2G. a Disinfection of the well for the lump sum price of r'+ysnty fiw Dollars and ^n Cents complete s 7S.In �roposel -S- ` Item Total for item 2N. a. Cleanup of construction area and capping well for the lump sum price of One Hundred Dollars and no Cents ($ 100.00 ) complete S 100.o0 TOTAL FOR WELL 8 $ 12,W. n0 amaaa��� Washington State Sales Tax (4.5g) $ 579.60 TOTAL BASE BID $ 13,►5q,6n (WELL 8) ADDITIVE ALTERNATE A WELL 9 The Bidder further proposes to accept as full payment for the work pro- posed for Additive Alternate A the amounts computed under the provisions of the Contract Omwents and based on the following lump sum or unit price amounts, it being expressly understood that the unit prices are independent of the exact quantities Involved. The Bidder agrees that the lump sum prices and the unit prices represent a true measure of the labor and materials required to perform the work, Including all allowances for overhead and profit for each type and unit of wore called for in these Contract Documents. The amounts shall be shown in both words and figures. In case of a discrepancy, the amount shown in xords s)iai) govern. Item Total for Item Move In and temporary facilities within half mile of Well 8 for the lump sum price of +,, charge Dollars and Cents ($ 40 eharga ) complete 2A. a. Drill 30-inch Nominal Diameter Mole, 20 linear feet, at the unit price of Thirty Dollars and no Cents Is 30,00 ) per I near foot $ 600.00 Proposal -6- Item Total for Item D. Drill 24-inch Nominal Diameter Hole, 65 linear feet, at the unit price of Twenty fl re Dollars and no Cents • (S 25.00 ) per linear foot $ I. 25.00 28. a. Furnish, install , and remove 30-inch temporary outer casing, 20 linear feet, at the unit price of Ten Dollars and no cents ($ 10.00 ) per linear foot $ NO On Is. Furnish and Install 24-Inch Drive Shoe at the lump sun price of Thrrze humdr d ninety fly, Dollars and Tin Cents ($ LOS_Ott ) complete 5 c. Furnish and Install 24-i,ch inner casing, 88 linear feat, at the unit price of flfteen Dollars and M Cents (S I9_00 ) per linear foot $ - d.. Furnish and install 22-inch lower casing, 15 linear feet, at the unit price of rtftren Dollars and Cents (S tc no ) per linear foot $ 2fS_ro H� •, 8 1968 //' Proposal -7- Item Total for Item e. Withdraw 24-inch inner casing to expose well screen and remove, 45 linear feet, at the deductive unit price of Six Dollars and no Cents (S 6.no ) per linear foot S (27G.On) DE U IV 2C. a. Furnish and install Johnson stainless steel well screen, 24-inch Telescope size, less screen fittings, 30 linear feet at the unit price of One hundred sixty Dollars and no Cents (S 1 0.00 ) per ilnmar foot S 4_POn_no b. Furnish and install well screen fittings, consisting of one set of lead packer and welding ring for 24-Inch Johnson screen, at the unit price of Tun hun drwA wl e!^tv Dollars and no Cents ($ �Pn.On ) per set 5 +cO-n0 2D. a. Furnish and place grout seal between 30-inch outer temporary casing and 24-i.rch inner casing, 22 linear feet, at the unit price of Fl vw Dollars and „� Cents (S c nn ) per linear foot $ Iln_nn Proposal -8- Item Total for Item 2E a. Furnish and install equipment for developing the well; disassemble and remove the same for the lump sum price of No char" Dollars and Cents ($ No there, ) complete S—_ Mn r•h.�`_ b Develop the well by means of surge Plunger of other approved means, 48 hours at the unit price of L rt.. Dollars and nn Cents ($ s� nn ) per hour S I �LLn nn 2F. a. Furnish, install, and dismantle test Pumping equipment, and test pump the well for the first 8 hours of test at the lump sum price of ri,,n r ty Dollars and Cents (S chn rn ) complete S b. Additional test pumping after first 8 hours of test, 48 hours at the unit price of Thl,e Dollars and _ as Cents per hour S - 11440 00 Proposal i Item 2G. Total for Item a. Disinfection of the well for the lump sum price of Seventy flea Dollars and no — Cents is 75�_I complete 2N $ 75--�_ a. Cleanup of construction area and capp,n, wel! for the lump sum price of One hcndred Dollars and no Cents (S Complete IDo•7rt ) compl -- S TOTAL FOR WELL 9 S 12 9An nn Washington State Sales Tax (4.5g) S TOTAL ALTERNATE A BID S Ij L5a hg The right is reserved to accept or reject .he Proposal for Additive Alternate A as is to the best interests of the Dwner. It is agreed that if the Bidder is awsrded the Contract for the work herein proposed and Shall fail or refuse to execute the Contract and furnish the specified Performance Bond within seven O) calendar days after receipt se not urity ideposi deposited acceptance of his Proposal, that, in that event, the bid security deposited herewith according to the conditions of ttn Advertisement for Bids and Information for Bidders shall be retained by thv Oworr as liquidated damages; and it is agreed that the said sum is a tair measure of the amount en damage the Owner will sustain in case the Bidder shall fail or refuse to enter Into the Contract for the said work and 'o furnish the Performance Bond as specified in the Contract Documents. Bid security in the form of a certified check shall be subject to the same requirements as a bid bond. If the Bidder is awsrded a construction Contract on this Proposal, time Surety who will provide the Performance M�•rvland EMAIL' �^d will be - t ;.4fDanv - �_ whose a xr,ess is aueet S o Street �}fJt1,IM ty The nax o1 s State the Bidder who Is subml tti nq this Progsnl !; 1. It. Caudlo Wall Orlilln Co. `----�-- RIIIB business at 601 Le-Lou-We Drive N.E. TacomaS treat ,Washington 98122 , P roposa ICtq--' -- State — which is cce address to which all comcunications concerned with this Proposal art with t•ne Contract shall be sort. The nares of the principal officers of the corporation subr.i.ting this ?rc.o sal, or of the partnership, or of all persons interested in this Proposal _ ircipals are as follows: lif Sole Proprietor or Partnership; - ,ass hereto the undersigned Ius set his (its) Farad trls ZLY -- _ ._certcer 19 67• t 941rature of Bidder .itle (if Corporation) In witness whereof the undersigned corporation has caused this instru.:.ent to be executed and its seal affixed oy its duly authorized officers this -� day of 9_ Name of Corporation fly Title Attest Secretary nwnc JpN 18 Proposal -II- -- i CONTRACT FOR CONSTRUCTION THIS CONTRACT, made and entered into this —d—Aday of Janu ry I9U_, by and between the City of Renton, Washington, a municipal hereitafter called the "Owner," and L. R. Gaudio Nell Drillin Com n 0 oI Le Lou-Wa Drive A.E. Tacoma Washinator hereinafter called the ntractor. WITNESSETN: Said Contractor, in consideration of the sum to be paid him by the said Owner and of the covenants and agreements herein contained, hereby agrees at his own proper cost and expense to do all the work and furnish all the ma- terials, tools, labor, and all appliances, machinery, and appurtenances for City of Renton Wells 8 and 9 to the xtent of the Proposal made by the Contractor on the day of ~d^ � 19 all in full compliance with the ontract Documents referred to here n. The "Advertisement for Bids,", the si d copy of the "Proposal" made by the Contractor on the /.' da of , � m� [ 1964 the full executed "Performance bond " the "Information for Bidders,tr-the "Special Provisions," the "General Conditions," the "Specifications," and the "Plans," which consist of 2 sheets entitled "City of Renton, Washington, Wells 8 and 9", Drawing "o. E4790-I , dated November, 1967, are hereby referred to and by reference made a part of this Contract (as fully and completely as if the same were fully set forth herein) and are mutually cooperative therewith. In consideration of the faithful performance of the work herein embraced, as set forth in these Contract Documents, u.d In accordance with the direction of the Engineer and to his satisfaction to the extent provided in the Contract Documents, the Owner agrees to pay to the Contractor the amount bid as adjusted in accordance with the Proposal as determined by the Contract Documents, or as otherwise herein provided, and based on the said Proposal made by the Con- tractor, and to make such payments in the manner and at the times provided in the Contract Documents. The Contractor agrees to complete the work within the time specified herein and to accept as full payment hereunder the amounts computed as de- termined by the Contract Documents and based on the said Proposal. The Contractor agrees to indemnify ind save harmless the Owner from any and all defects appearing or developing in the workmanship or materials per- formed or furnished under this Contract for a period of one (1) year sfter the date of the complete performance of the said Contract and the fintl settlement thereof. JAN l a L*A Contract -1- It is agoced r at the time limit for the caiplation of the Contract, based upon the Proposal, shall be the ,9& day of ly a. In the event that the Contractor Shall of it to complete the wort within the time limit or the extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be Computed at the _ rate of FIFTY DOLLARS ($50.00) per day. Sundays and legal holidays shall be excluded in determining days in default. - IN WITNESS WHEP,EOF, ve, the parties hereto, each herewith subscribe the same th;s /,Q/� day of (� A.D., 19 a. CITY ' ENTON, WASHII TON C" CLP" Ti 046 Y' p Crj Font rac to sy Title Approved as to form: City Attorney nnnn Contract -2- i PERFORMANCE BOND KNOW ALL MFN PY" THESE PRESENTS, that we L. ^ tam4io Well rillInil Conpony as principal. and Ka!yIand Casualty con,nnv a corporation, duly authoris,ed to do a general surety business in Wa_hmg ton, as Surety, are je;ntly .nd severally held a.id bound unto the rl ty of Renton_. N.yhinstea in the sum of Twenty Sb* uaa Ynsed Nlne siuDdrof N and Nineteen a 20/I00 Dollars ($ ffi'ULjQ For -r tot payment of which we-jointly-and severally bind ourselves, our heirs, executors, admmtatrators, successors, and assigns. firmly by these presents: THE CONDITION OF THIS BOND IS SUCH THAT WHEREAS, L.tt, reudle, ball ^r1111in rneeany Contractor as Principal herein, on the day of 19 entered into the Contract with the city or Penton, ueshlartm the Obligee herein. which Contract consists of Advertisement for Bids. In- formation for Bidders. Proposal, General Conditions, Contract for Construe tion, Specifications. and Plans, all as hereto attached and made a part hereof. whereby said Principal undertakes to do all labor, furnish all plant and equip ment. and furnish all material in accordance with all the terms and conditions set forth in said Contract Documents: and to promptly make payment for all labor. services, material• and sums due the State inaustrial Accident Fund or equivalent, the Collector of luternal Revenue. and the Treasurer of the State of Washington; and to save harmless the Obhgce from any claim them for and to save harmless the Obligee from any claim for damages or lnlurN to property or persons arising by reason of said work• as set out more fully in said Contract Documents and to do and perform all things in said Contract Documents required, in the time and manner and under the terms and cond: tions thereto set forth, and in conformity with all laws, State and national. applicable thereto. NOW, THEREFORE, if said Princi; :! uc• ahall promptly pay all persons furnishing labor. services and magi,a ..nd Industrial Insurance Bon-? -1- W. �l ' Premium and Medical Aid Premiums or equivalent, and Social Security and Unemployment Compensation, to him and tc his subcon•ractors, or to their assigns, on or about said work: and shall, commencing with the date hereof and continu:ng for one year after the date of written notice of final acceptance of the work, save harmless the Obligee, its officers and agents. from all claims therefor, or from anv claim for damages or injury to property or persons arising by reason of said work; and shall, _ in the time and manner, and under the terms and conditions prescribed, well and faithfully do, perform. and furnish all matters and things as by , them in said Contract undertaken, and as by law, State and national, prescribed then this obligation shall be void; but otr erwi se it shall remain in full force and effect PROVIDED, hOWEVER, that this Bond it subject to the follow,ng further conditions (a) All materialmen, and all persons who shall supply such laborers, mechanics, or subcontractors with material, supplies, or provisions for carrying on such work. shall have a direct righ•. of action against the Principal and Surety on this Bond, second only to the right of the Obligee under this Bond, which right of action shall be asserted in proceedings instituted in the appropriate court of the State of Washington, and insofar as permitted by the law of Washington, such right or action shall be asserted in a proceeding instituted in the name of the Obligee to the use and benefit of the person, firm, or corporation instituting such action and of all other p^rsons, firms, or corporations having claims hereunder, and any other person, form, or corporation having a claim hereunder shall have the right to be made a party to such proceeding (but not later than one year after the date of written notice of tinal acceptance of the work) and to have such claim adjudicated in such action and judgment rendered thereon. (b) In no event shall the Surety be liable for a greater sum than the penalty of this Bond, or subject to any suit, action, or proceeding thereon that i instituted later than ore year after the date of written notice of Etna. acceptance of the work, (c) The said Surety, for the ':eiue received. hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obli- gations on this Bond, and it does hereby waive notice of any such change, extension of time. alteration, or addition to the Contract or to the work or to the Speci: cations. Bond W CERB FIED COPY r Know all Men by these Pretends: That MARYLAND CASUALTY COMPANY, a corpore. Lion created by and existing under me lows of the State of Maryland, of Boltimora.City,Maryland, in pursuance of the authority set forth in Section 12 of Article Y of its By-lows,from which the follownhg is a true exnocn,and which Section has not been amended nor rescinded- o The aoirmon of the Board or the President or any V'ice•eresident may,by written instrument under �+ the anestsd corporate seal, appoint attorneys-in-fact with authority, to execute bonds, policies, reaognaonces, stipulations, undertakings, or other like insnuments on behalf of the Corporation, and may outhonf a any officer or any such anomey-in-fact to affix the corporate seal thereto: and may with or without cause modify or revoke any such appointment or authority, does nenel)y nominate coa and oFca,n• H. T. HANSEN. H. THORNALD HANSEN, JR. , H. T. DUREN, $ st rote DM. I. BROL, H. MCMILLAN AND ROBERT F. SHAPLEY, each with full parer to act alone, of TACONA State of WASHINGTON its Attorney s -Fats to make,execute seal,and deliver on its behalf as Screty, and as 1, act and deer. , and all bonds. necogni. :antes. stipulations, undertakings,and other like instruments. Such bonds, re_ogn.cans, stipulations, undertakings, or of , like instruments shall be binding upon said Company as fully and to all intents and purposes as If such Instn:ir once had been duly executed and ocknowl. edged and del,vered by the authorized officers of the Company when duly executed by any ene of the aforesaid attorneys in fact. This instrument superser'es power of attorney granted It. T. Hansen, It, Thorwald Hansen, Jr., It. T. Duren, Edw. I. Broz and it. Mclilillan dated January 29, 196S. In witness Whereef, MARYLAND CASUALTY COMPANY has caused these presen•s to be executed in in name and on its behalf and its Corporate Seal to be hereunto affixed and attested by In officers thereunto duly authorized, this Bth day of._.__.... .. September , 19 67,at Baltimore City,Maryland. ATTEST: (CORPORATE SEALI MAI IAND CASUALTY COMPANY (Signed) Kathryn..B. .Young..........__._. By (Signed)... ..Albert I1.. Witter.__..... _..-._._ Auistont Secretary. Vice-President. STATE OF MARYLAND ss. BALTIMORE CITY On this Ith day of September ,A. j_, 19 67before the subscriber, a Notary Pvbhc of the State of Maryland, in and for Bal!imort lty,duly commissioned and qualified,came . .... Albert Ii. .Walker ...... Vice-President, and Kathryn 6. Ymung. Assistant Secretary, of MARYLAND CASUALTY COMPANY, to me personally known,and known to be the officers described in, and who executed the preceding instrument; and they each ocknawiedged the execution of the some: and, being by me duly sworn, they sederally and each for himself deposed and said that they respectively hold the offices in said Corporation as indicated,that the Seal affixed to the preceding „istrument is the Corporate Seal of said Corporation,and that the said Corporate Seal, and their signatures as such officers, were duly affixed and subscribed to the said instrurent pursuant to all due corporate authorization. IN WITNESS WHEREOF, I haw hereunto set my hand and affixed my Official Seal,at Baltimore City,the day and year first above written. (NOTARIAL SEAL) (Signed) '13g4tt R. Reimer Notary Public. My commission expires CERTIFICATE I. on Assistant Secretary of the Maryland Casualty Company,do hereby certify that I have compared the aforesaid copy of the Power of Attorney with the anginal now on file among the retards of the Home Office of the Company and in my custody, and that the,tame is a full, true and correct copy and that the Power of Attorney Kos not been revoked,amended or abridged,and is now in full force and effM. Given under my hand as Assistant Secretary, and me Seal of the Company, M Baltimore City, Md.. this 29th day of December I, ,fk D., 19_67 teaar tr.. see. a -w "./� /v 4 INFORMATION FOR BIDDERS 1. General Description of the Pro ett. A general description of the vo rk to be done is contained in the Advertisement for Bids. The scope 1s indicated on the accompanying Plans and specified in applicable parts of these Contract Documents. Contract Documents. Tt:e Contract Documents under which it is pro- posed to execute this work consist of the material bound herewith. These Contract Documents are intended to be mutually cooperative and to provide all details reasonably required for the exerution of the proposed work. Any person contemplating the submission of a proposal and being in doubt as to the meaning or intent of said Contract Documents should request of the Engi- neer, in writing, an interpretation thereof. Any interpretation or change in said Contract Documents will be made only in writing, and a copy of such Interpretation or change will be mailed or delivered to each person receiving a set of the Documents. The Cumer wi:t not be responsible for any other explanation or interpretations of .,aid Documents. 3. Plane. Where the Plans are photographic reductions of the iriglnal tracings, the amount of reduction is indicated by a note on the Plans. Full- scale prints of reduced Plans may be obtained for the amount stated in the Special Provisions, �. Type of Pro oral. A. Unit Price. Where the Proposal for the work is to be submitted on a unit price basis, unit price proposals will be accepted on all Stems of worn. set forth in the Proposal, except those designated to be paid for as a Imp sloe. The estimate of qu.ntities of work to be done is tabulated in the Proposal and, although stated with as much accuracy as possible, is approximate only and is assumed solely for the basis of calculation upon which the award of Contract shall be made. Fnyment to the Contractor will be made on the measurement of the work actually performed by the Contractor as specified in the Contract Documents. The Owner reserves the right to increase or diminish the mount o, any class of work as may be deemed necessary, unless otherwise specified In the Special Provisions. t. Lump on a lurp sum bbasi u s, a si glae lump aum the p price osal fshall or ebe submitted work is to bins the hmltted appropriate place. The total mount to be paid the Contractor shall be the mount of the lump awe Proposal as adjusted for additions or deletions resulting from changes in construction. The Bidder shall furnish, in the space provided in the Proposal, a �eakd•wn of his lump sum bid. c. Imp Sum with Eaulpmeor Selected gmer. Where the Proposal for the work to submitted on a lump s-m basis with equipment to be selected by thhee Owner, a lump am price shall ba submitted in the appropriate place ar ' separate price proposals shall be submitted for listed items of equipmer. as produced by different manufacturers and - .all include the cost of installation. The Imp sum Proposal shall not lncluoe these listed items or cost of their installation. The total mount tr. be paid the Contractor d Info. -1- IAN W shall include the price bid for the listed items of equipment to be furr.ished as selected by the Owner, plus the amount of the ltap am Proposal, as adjusted for additions and deletions resulting from changes in construction. Bidder .hall provide a bieakdowo of the lump am as specified hereinbefore in b. 5. Preparation of Proposals. All blank spaces in the Proposal form must be filled in, in ink, in both words and figures where required. No _ changes shall be made it t,,e phraseology of the forms. Written amounts shall govern in cases of _iscreoanc,, between the amounts stated in writing and-- the Mpi ate stated in figures. Any proposal •11 be deemed informal which contains omfasions, erasures, alterations, or au...tions of any kind, or prices uncalled for, or in which any of the prices are obviously unbalanced, or which in any manner shall fail to conform to the conditions of the published Advertisement for Bids. The Eidder shall sign his Proposal in the b)ank space provided therefor. Proposals made by corporations or partnerships shall contain names and addresses of the principal officers or partners. If the Proposal is made by a corporation, It must be acknowledged by one of the principal officers thereof; if made by a partnership, by one of the partners. b. Washington State Sales Tax. Washington State Sales Tax shall be paid by the Contractor as required by the laws and statutes of the State of Washington. and shall be separately shown in the Contractor's Proposal in the space provided. 7. Submission of Proposals. All proposals must be submitted at the time and place and in the manner prescribed in the Advertisement for Bids. Propoa:" must be made on the prescribed Proposal forms, bound herewith, and submitted intact with the Contract Documents. Each proposal most be submitted in a sealed envelope, so marked at to indicate its contents without being opened, and addressed in conformance with the instructions in the Advertise- ment for Bids. g. Telegraphic Modification or Withdrawal of Proposal. Any bidder may modify his bid by telegraphic communication ar any time prior to the scheduled closing time for receipt of bids, provided such telegraphic com- munication is received by the Owner prior to the closing time. The telegraphic communication should not reveal the bid price but should state the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. Any proposal may be withdrawn prior to the scheduled time for the opening of proposals either by telegraphic or written request, or in person. No proposal may be witndrawn after the time scheduled for opening of proposals, unless the time specified in Paragraph 12 of this Information for Bidders shall have elapsed. 9. Bid Security. Proposals must be actoinanfed by a certified check drawn on a bank in good standing, or a Bid Bond issued by a surety company authorized to issue such bonds in the State of Washington, in an amount not less than five percent (5%) of the total amount of the Proposal submitted. Info. -2- W This check .,. 'd Bond shall be given as a guarantee that if awarded the Contract, the successful Bidder will execute the attached Contract and furnish a properly executed Performance Bond in the full mount of the Contract price within the time specified. The Owner reserves the right to retain the lid security of the three lowest bidders until the successful Bidder has signed and delivered the Controrr and furnished a one hundred percent (1002) Performance Bond. Upon failure of the successful Bidder to sign and deliver said Contract and Performance Bond within the specified time, the next lowest bid may be accepted at the Owner's discretion, whereupon the above instructions and requirements will apply to the said second bidder. bid security of all bidders, except the three lowest, will be returned Promptly after the canvass of bids; bid security of the three lowest bidders will be returned within three (3) days after the ^.ontract has been executed or other disposition made thereof in accordance with the provisions stated herein. 10. Conditions of Work. Each bidder must inform himself of the con- ditions relating to the execution of the work, and it is assumed that he will inspect the site and make himself thoroughly familiar with all the Contract Documents. Failure to do so will not relieve the successful Bidder of his obligation to enter into a Contract and complete the contemplated work it strict accordance with the Contract Documents. Each bidder must inform himself on all laws and statutes, both Federal and State, relative to the regular execution of the work, the employment of labor, protection of public health, the protection of private property, fire protection regulations, access to the work, sales tax, and similar requirements. Particular reference is made to Chapters 39.04, 39.08, 39.12 39.20, 39.24, 82.08, and 82.30, Revised Code of Washington, the provisionr, of which, where applicable, a hereby incorporated as if fully set out herein. 11. Ljments. Monthly payments for the work performed will :,a made b-v the Owner as specified in the General Conditions, unless otherwise modified in the SpFcial Provisions. 12. Award of Contract. Within thirty (30) calendar days after the opening of proposals, the Owner will accept one of the propoaale or will act in accordance with Paragraph 13 of this Information for Bidders. The acceptance of the Proposal will be by notice, in writing, mailed or delivered to the office designated in the Proposal. 13. Basis of Award. The award will be made by the Owner on the basis of that Prop=al which in its so.`e and absolute judgment will best serve the interest o, the Owner; where projects are paid for ii part by Federal Aid, the award will be made on the basis of that Propose . submitted by the responsible Bidder submitting the lowest acceptable Proposal. The Owner reserves the right to accept or reject ary or all proposals, and to waive any Informalities and irregularities in said proposals. 14. Execution of Contract. The successful Bidder shall, within seven (7) days after receiving notice of award, execute the Crntract hereto attached. Info. -3- IN f. M- - 15. Performance Bond. The successful Bidder shall file with the Owner at the time of execution of the Contract, a Performance Bond of the form bound herewith in the full amount of the Contract price. The surety company furnishing this bond shall have a sound financial standing and a record of service satisfactory to the Owner and shall be authorized to do business In the State of Washington. The Attorney-in-Fact (Resident Agent) who executes this Performance_ Bond in behalf of the surety company must attach a copy of his power-of- attorney as evidence of his authority. A notary shall acknowledge the power - as of the date of the execution of the surety bond which it covers. 16. Failure to Execute Contract and Furnish Bond. Should the successful Bidder fail or refuse to execute the Contract and furnish the Performance Bond, then the bid security deposited by sa'd Bidder shall be retained as 11 idated damages by the Owner; and it is agreed that this said sum is a fair estimate of the amount of damages the Owner will sustain in case the Bidder fails to enter into a Contract and furnish bond as herefnbefore provided. Bid security deposited in the form of a certified check shall be subject to the same requirement as a Bid Bond. 17. Time of Completion. The ties of completion of the work to be performed under this Contract is the essence of the Contract. Delays and extensions of time may be allowed In accordance with the provisions of the General Conditions. The time allowed for the completion of the work is stated 1n the Proposal. A. Recistration Requirements for Contractors. All bidders, includiu,. general contractors and specialty contractors, SHALL 6E REGISTLRLD AS CO:.- TRACTOBS by the State Department of Licenses in conformance with Lite ro- quirements of applicable parts of Chapter 77, RCW, (An Act Providing for the Registration of Contractors). ease Info. -4- W SPECIAL PROVISIONS _ The Contractor's attention is directed to GENERAL REQUIREMENTS, which contains other special directions that are pertinent to the project. SPECIFICATION FCRMAT. Where "command" type sentences are used thrnugh these Contract Documents, it shall be understood that these refer to and are directed to the Contractor. REVISIONS TO INFORMATION FOR BIDDERS. The Information for Bidders of these Contract Documents are hereby revised as follows: Page 1 , 4. Type of Proposals - Add: The Proposal is divided into two sections, Base Bid Loll 8 and Additive Alternate A Well 9. The bid items in both sections are based on the respective sections of the Special Specifications. The City reserves the right to accept or reject Additive Alternte A fer drilling Well 9 which will be located within half a mile of Well 8 and readily accessible to a drilling rig. REVISIONS TO THE GENERAL CONDITIONS. The General Candmtions of these Contract Documents are hereby revises as follows: Page 6, Article 0-3.d. Fire Insurznce is hereby deleted LOCATION AND PLANS. LOCATION. The location of the work is siown on Drawing Ito. E4790-1, Sheet 1 of 2 of the Plans. PLANS. The Plans for the construction of Wells 8 and 9 consist of 2 sheets, each entitled "City of Renton, Washington, Wells 8 and 9" and dated November 1967. PAYMENT OF NOT LESS THAN PREVAILING WAGE RATES. The Contractor shall pay not less than the prevailing rate of wages in accordance with Washington RC6' 39.12 020. Certificates of wage payments by tee Contractor shall be submitted to the Owner in accordance with ACV 39.12.040. A sample copy of the Wage Cer- tification Form is appended to these Special Provisions. These forms shall be provided by the Contractor. The Schedule of Minimum Hourly Wage Rates as determined by the Washington Department of Labor and Industries Is appended at the end of these Special Provisions. The Owner does not guarantee that labor can be procured for the mini- mum wages set forth in the Wage Scale. The rates of wages listed are minimum only, below which the Contractor cannot pay, and they do not constitute a representation that labor can be procured for the minimum listed. It will be the responsibility of the Contractor to ascertain for himself the wages above the minimum set forth that he may have to pay. Sp. Prov. -I- �AN 18 1%° ��� t SUBSTITUTION OF MATERIALS. Ali workmanship, equipment, materials, and articles tnoorporated in the work covered by this Contract are to conform to the Specifications. Whenever in the Specifications any ae terlai, article, device, product, fixture, form, type of construction, or process is indicated or specified by patent or proprietary name, by name of manufacturer, or by _ catalog number, such Specifications shall be damned to be used for the purpose _ Of establishing a standard of quality and facilitating the description of the material or process desired This procedure is not to be construed as elimi- nating from ccxpetition other products of equal or better quality by other manufacturers where fully suitable In design, and shell be deemed to of followed by the words be "or as approved" or "or approved equal." The Contractor may, in such case, submit ccfVlete data of the Engineer for consideration of another material, type, or process, and if the Owner's approve) is obtained (in writing), purthase and use the item, type. or process, which shall be substantially equal in every respect to that ro indicated or specified. The Owner will be the sole judge of the substituted article or material. No substitute materials she It be used unless approved in writing. TERMINATION BECAUSE OF A NATIONAL EMERGENCY. In the event that work a this project is term hated by order of a competent Governmental authority because of A national emergency, the Owner or the Contractor, each at his option, with or without the consent of the other, may, upon seven (7) days' written notice, stop work or terminate the Contract. The Contractor shall recover payment from the Owner for all work executed, but in no event :hall the Contractor he allowed any sum or sums in addition to those above specified, except that a reasonable profit may be allowed upon the work actually executed. in no event shall the Contractor oe allowed any damages or any anticipated profits whatsoever. DELAYS AND EXTENSION OF TIME. In addition to the conditions for extension of time as set forth In Section E of the General Conditions, no extension of time will be considered for weather conditions known to have previously occurred In the area in which the work is being performed, unless the total precipitation during any two (2) aonth period exceeds the recognized normal for these months by twenty percent (20%) or more as determined by the I1.S. Weather Bureau Climatological Data. CLAIMS. In any case where the Contractor deems extra compensation is due him for work or materials not clearly covered In the Contract or not ordered by the Engineer as an extra as defined herein, the Contractor shall notify the Engineer, in writing, of his intention to make claim for such compensation before he be ins the work on which he bases the claim. If such notification is not given or t e bkk near is nct a ore proper acilities by the Contractor for keeping strict account of actual cost, then the Con- tractor hereby agrees to waive the claim for such extra Cartpensation. Such notice by the Contractor, and the fact that tie Engineer has kept account of the cost as aforesaid, shall nut in any way be Construed as proving the validity of the claim. In case the claim Is found to be just, it shall be allowed and paid for as an extra as provided herein for extra work, or It shall be allowed and paid under a supplemental agreement to be entered Into between the parties to the Contract. Sp. Prov. -2- NOTICE OF CLAIM FOR DELAY. If the Contractor intends to file a claim for additional compensation for a delay caused by the Owner at a particular time, he shall file a Notice of Claim with the Engineer within seven (7) days of the beginning of the occurrence. The Notice of Claim shall be In duplicate, in writing, and shall state the circumstances and the reasons for the claim, but need not state the amount. No claim for additional compen- sation will be considered unless a Notice of Claim has bean filed with the Engineer in writing, as stated above. NO WAIVER OF RIGHTS. Neither the Inspection by the Owner, through the Engineer or any of his employees, nor any order by the .Owner for payment of money, nor any payment for, or acceptance of, the whole or any part of the work by the owner or Engineer, nor any extension of time, nor any possession taken by the Owner or Its employees, shall operate as a waiver of any pro- vision of this Contract, or any power heroin reserved to the Owner, or any right to damages herein provided; nor shall any waiver of any breach in this Contract be held to be a waiver of any other or subsequent breach. ACCEPTANCE OF FINAL PAYMENT AS RELEASE. The acceptance by the Contractor of final payment shall be and shall operate as a release to the Owner and Engi near of all claims and all liability to the Contractor for all things done or furnished in connection with this work and for every act or neglect of the owner and others relating to or arising out of this work. No payment, however, final or otherwise, shall operate to release the Contractor or his sureties from any obligations under this Contract or the Performance Bond. weave Sp. Pro:. -3- /. PREVAILING WAGE SCALE The following minimum wage rates shall apply for Wells 8 and 9, County of King, Renton, Washington, 1 November 1967. JOB CLASSIFICATION Per (lour Operating Engineers Drilling machines, core, cable, rotary and exploration 5 5.65 Oilers 4 86 Fringe Benefits Health and Welfare 0.25 Pension Fund 0 3U hi.0 h Wage Scale -I- 6N ' P1968 R I.Na.MY--0L—Iaw.S-Be ...sa� STATE OF w:aSBINGTON DEPARTMENT OF LABOR AND INDUSTRIES AFFIDAVIT OF WAGES PAID On Public Works Contract Awarding Agency_ ............... Contract Number _ _.... .. ___.._ Date Contract Awarded. _.____.._. . .. County in Which Work Performed.. Location within County STATE OF WASBIN(frON COUNTY or. . Its. In compliance with RCW 39,12.040 I, the undersigned, being a duly authorized representative of ICaabarkr or Sub r ertwl (AaarMl do hereby certify that in rnLnectlon with the performance of work on the public improvement project above described for the period ending.___......._____.-._.____._......._ _..____..._.._._, 19__......._...r the following rates per hour for each classification of laborers, workmen and mechanics have been paid and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wage as specified in the principal contract. WAS A STATEMENT OF INTENT FILED". Classification Of Labor - Rate of Fringe Benefits Hourly Pay Paid Nora: Attach Additional Sheep as Needed. ICmyaey tram»I Subscribed and sworn to before me By Tiau this_........ ..__..........._Bay oL.___.__....._...._....__. Notary Public in said for the State of Washington, er�tling in Waahistgton. This space rem,red fcr Director's certiaeation. Pursuant to RCW 39.12.040 copies of this term must,be completed by the contractor and each of his sub-contractors and filed by the eontractor with the state treuuren ar the treasurer Of the menty or municipal corporvtion or other officer or Person charged with the custody and disbursement of the state or corporate funds aiplicatle,to the contract under and yursuanl to which ppaayyment a made,and with the Director of the Departn.ent of Labor and Industries. CONTRACTORS ARE RESPONSIBLE.FOR OBTAIN- ING AND FILING AFFIDAVITS of their SUB-CONTRACTORS. This is required by law end raymenta on not lawfully be made until such aladavita are Bled. JAN 18 GENERAL CONDITIONS A. DEFINITIONS A-1. Contract Documents. The "Contract Documents" consist of the Advert eemeot or Bids, the oposal, the Contract, the Performance Bond, the Information for Bidders, the General Conditions, the Special Provisions, the Specifications, and the Plans, including all modifications thereof incorporated into the Documents before their execution. Tess form the Contract. A-2. Owner. Wherever the word 'Owner" occurs in these Contract Docu- ments, tie word shall signify the person, persons, corporation, or others who authorized the preparation of these Contract Documents and who will receive the bid proposals and ultimately neg�tiate the Contract with the Contractor for the work included in these Contract Documents. A-3. Contractor. Wherever the word "Contractor occurs in these Con- tract Documents, the word shall signify the party Or parties contracting wit the Owner to perform the work as outlined and contemplated in the Contract Documents, A-4. Engineer. Wherever the word "Engineer" occurs in these Contract Documents. the word shall signify the firm of COM111, hcvland, Hayes E Merry- field, which has been designated by the Owner to be in charge of the work, acting either directly or through their duly autho^ized agents. A-5. Written Notice. Wherever the term "Written Notice" occurs in these Contract Documents, the term stall signify a written c mmunication delivered in person to the individual, or to a member of the firm, or to an officer of the corporation for whom it is intended, or if delivered or sent by registered mail, to the last business address known to him who gives the notice. A-6. Work. Wherever the word "Work' occurs in these Contract Documents, the wo;X—asarl signify all material, labor, tools, and all appliances, ma- chinery, and appurtenances necessary to perform and complete everything specified in the Contract Documents or shown on the Plane and such additional items of labor, material, and equipment, not specifically indicated or des- cribed which can be reasonably inferred as belonging to the item described or Indicated and as required by good practice to provide a complete and satisfactory system or structure, A-7, Bidder. Wherever the word "Bidder" occurs in these Contract Documenta, the word shall signify any person, firm, partnership, or corpo- ration submitting construction proposals on this project, B. CONTRACT DOCUMENTS B-1. Intent of Contract Documents. The Contract Documents are comple- mentary, an what s called for by any one shall be as binding as if called for by all. The intent of the Documents is to include all labor and material Gen. Cond. -1- / W ,1QN 19 1969 , (except specific items to be ft�mished by the (hwner), equipment, machinery, and transportation necessary for the proper uxecution of the work. Materials or work described in words which su asplied have a well-known technical and trade meaning shall be held to refer to sich recognized standards. 9-2. Inconsistencies and Omissions. Where inconsistenoies exist between the Sped Speci cat ons and any of er part of these Documents, the Special Specifications shall govern. When inconsistencies exist between the Special Provisions and any other part of these Documente, except the special Specifi- cations, the Special Provisions shall govern. Any discrepancies, omissions, or errors, found in the Contract Docu- ments or differences between the site conditions and those indicated in the Contract Documents shall be reported to the Engineer immediately. The Engineer will correct, in writing, such omissions or errors, within a reasonable time. B-3. Alterations. The Owner, without invalidating the Contract, may order extra worTc office changeE by altering, adding to, or deducting fro the work. All such work -hall be executed under the conditions of the original Contract, except that claim for extension of time and payment for extra work caused thereby s:xll be adjusted at the time of ordering such change. If work is deleted by change orders, the amount of the Contract shall be adjusted at the time of ordering such change. In giving instructions, the Engineer may order miner changes in the work not involving extra cost and not inconsistent with the purposes of the struc- ture; but otherwise, except in emergency endangering life or property, extra work or deductions from the work shall be performed only in pursuance of a written order from the Owner, signet or countersigned by the Engineer, or a written order fr-m the Engineer stating that the Owner has authorized the deduction, extra work, or change; and no claim for additional payment shall be valid unless so ordered. If the work is reduced by alte-ations, such action shall not constitute a claim for damages based on loss anticipated profits. 8-4. Verification of Data. It is understood and agreed that the Con- tractor has, by careful examination, satisfied himself as to the nature and location of the work; the conformation of the groird; the character, quality, and quantity of materials to be encountered; the character of equipment and facilities needed preliminary to and during the prosecution of the work; the general and local conditions; and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this Contract, shall affect or modify any of the tens or obli- gations herein contained. Co ies to he Kept on the Work. The Contractor shall keep one copy _ of the Contract ocuments on the work, in good order, availal_a to the Engineer and to his representatives. B-6. Copies to be Furnished. The Engineer will furnish to the Con- tractor, on request and free of charge, six (6) copies of the 'outract Documents s .d six (6) sets of fall-scale Plans. Additional copies of Gen. Cond. -2- W Contract Docurents or rians say be obtained on request by paying the actual cost of reproducing the Contract Decumwnts nr Plans. B-7. Ormgs DreriDs. All Plans, Drawings, Specifications, and copies t!ereor sof t Engineer are nis property. They are not to be used on other work and, with the exceptil- f :he signed Contract set, are to be returned to biro on request at the __np!e:ion of the work. 111 models are the property of the Omer. C. THE EMGIMEER C-1. Authority of�tne �!oe". The Engineer sW I be the Owner's reprexn� tat w :tea ng the constructlun and he shall observe the work in progress on behalf of the owner. He has authority to stop the work whenever such stoppage -.ay be necessary to :nsura the proper execution of the Contract. He shall also have authority to reject ali work ann materials which do not conform to the Contract. To prevent disputes awd litigation, the Engineer will, within a reasonable time after their prescotation to him, make decisions, in writing, on all claims of the Omer or the Contractor and on all other matters relating to the execution ant progress of the work or the interors- tetior of the Contract Documents. The Engineer's estim;tes and decisions shall h the condition precedent to the right of the Contractor to any action on the Contract and to any tight to receive additio-al money under Contract. The Engineer shall. not have the author ty to order changes in the work or extra worx, except as provided in Article B-3 of these General Conditions. C-7. E inaer's Representatives. Assistants may be placed in charge of various port imam of t work by the �gineer. It is understood that such assiatat;e shall have the power, to ..,e absence of the Engineer, to ?ssue .nstructiocs and make decisions within the limitations of the authority of the Engineer. The authority of such assistants shall, however, be limited to the particular portion or phase of the work to which they are assigned and by the particular duties assigned to them. C-3, rn action. The Engineer and his assistants, if any, will observe the wow to t extent necessary in the Engineer's judgment to determine that the provisions of the Coutracc Documents are being properly fulfilled. Al). materials furnished and work performed under these Contract Documents will be subject to rigid inspect-on. The inspection of the work done shall not relieve the Contractor of nis obligations to furnish materials and perform acceptable work in conformance with these Contract Documents. C-e. Ra meted Material. Any material condemned or rejected by the Engineer or s tut or inspector because of .m:.-onformity with the Contract Documents shall be removed at once from the vicinity of the work by tie Contractor at his own expense, and the same ^hall not be used on the work. C-5. UnnoticeDefects. Any defective work or material that may be discoaere q t e EL Weerbefore the final acceptance of work, or before final payment has been made. or during the guarantee period, shall be removed and replaced by work and materials which shall conform to the pro- visions of the Contract Documents. railu^e on the part of the Engineer to condemn or reject bad or inferior work or materials shall not be construed to imply acceptance of such work or materials. Gen. Cold. -3- ` . C-e. k__ight tc.Nataiu I�arfeet Vork. If any part or portion of the Work done or maatterral furoishhedduun ear th a Contract shall prove defectivea and not in accordance with the Plan and Specifications, and if the imper- feetiou in the same shall not be of sufficient magnitude or importance as to make the work dangerous or undesirable, or if the removal of such work will create conditions wh'.ch are dangerous or undesirable, the Owner stall have the right and authority to retain such work but shall coke such deductions is the final payment therefor as may be Just and reasonable. C-7. Lines and Grades. Lines and grades shall be furris,wd by the Engineer, as provided �K Special Provisions, unless otherwise specified. Contractor shall provide sta!:ec and such ordinary labor as may reasonably be required by the Engineer to assist him in ouch work. Whenever necessary, work shall be suspended to Pe-titso- omplishment of this work; but such suspension will be as brief as practicable; and the Contractor shall be allowed ro extra cospeasation therefor. The Contractor shall give the Engiceer :Vpie notice of the tine and place where lines and grades will be needed. All stakes, marks, and other information shall be carefully pre- served by the Contractor; and in cases of their care'!-ss or unnecessary destruction or removal by him or his employees, such stakes, marks, and Other information shall bar replaced by the Engineer at the Contractor's experae. The Contractor shall be responsible for the transfer to the struc- ture of the lines and gradec as mt by the Engineer. C-B. Approval of Wor�:iin Draw�inga. The Contractor shall submit, in quadru"m cats, to the Engu•ee' rya epprovrl, such shop or working drawings and/or catalog cuts for fabricated items and manufactured items (including mechanical and elertrical equipment), required for the construc- tion. Drawings shalt be submitted in sufficient time to allow the Engineer not less than ten (10) regular working days for examining the drawings. These drawings shall be accurate, dietinets and complete, and shall contain all required information, including satisfactory identification of items, units, and assemblies in relation to the Contract drawings and Specifications. Unless otherwise approved by the Engineer, shop drawings shall be sub- mitted only by the Contractor, who shall indicate by a signed stamp on the drawings, or other approved means, that he (the Contractor) has checked the shop drawings, and that -he work shown in accordance with Contrac. require- ments and has been checked for dimensions and relationship with work of all other trades invclved. The practice of submitting incomplete or unchecked shop drawings for the Engineer to correct or finish will not be acceptable; and shop drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not ccmplying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in tSe proper form. When the shop drawings are approved by the Engineer, two (2) seta of Prints will be returned to the Contractor marked "Ioproved," or "Approved as Corrected." If major changes or corrections are necessary, the drawing may be disapproved and one (1) set will be returned to tho Contractor with Gen. Cond. -a- W such changes or corrections indicated, and the Contractor shall correct and resubmit the drawings, in quadruplicate, unless otherwise directed by the Engiieer. No changes shall be made by the Contractor to resubmitted shop drawings other than those changes indicated by the '.ngineer. The approval of such drawing:: and catalog cuts by the Engineer shall not relieve the Contractor from responsibility for correctness of dimen+d.ons, fabrication details and space requirements, or for deviations from the .,On- tract drawings or Specifications, unless the Contractcr has called attentiot • to such deviations in writing by a letter accompanying the drawings anra the Engineer approves the change or deviations in writing at the time ,f r.ub- mission; me shall approval by the Engineer relieve the Contractor from the responsibility '-or errors in the shop drawings. When the Contractor dons call such der;-,rions to the attention of the Engineer, the Contractor shall state in his letter whether or not suet ieviations i1volve any deduction or extra cost adjustment. C-9, Detail Dre.inws and Instructions. The Engineer will furnish, with reasonable promptness, additional instructions by means of drawings c, other- wise, as are necessary for the proper execution of the work. All such drawings and instructions will be consistent with the Contract Documents, true develop- ments thereof, and raasonably inferable therefrom. D. THE CONTRACTOR AND HIS EMPLOYEES D-1. Facilities and Sanitation. The necessary sanitary conveniences, proper y sec uded from public o seviation, shall be erectei and mainta_ned by the Contractor at all times while men am employed on r e work; and the use of such sanitary conveniences shall be strictly enfor--d. The iocation of such conveniences shall to approved by the Engineer. The Contractcr shall provide a building where workmen may take their lunches, charge clothes, and for similar usage. He shall provide first-aid equipment and other facilities as ate or may be required by the lam ; of the State, City or Town, and County in which the work is to be done. D�-2�. �Re�ce�lion of Engi^user's Directions. The superintendent, or other duly authorsed—re!preeastat ive o the Contractor shall represent the Con- tractor in hi3 absence; and all directions given to him shall be as binding as if given to the Contractor. Important directions will be confirmed in writing to the Contractor. Other directions will be so confirmed on written request in each case. D-3. Insurance. The Contractor shall not cQM5rrce work under this Contract until he has furnished the Owner with satisfactory proof of insurance specified herein: • a. Compensation Insurance. The Contractor shall maintain during the life o? this ontract, oTl rumen s Compensation Insurance or equivalent for all his employees employed on tnis work; and he shall require any subcon- tractors to provide similar insurance for all said subcontractors' employees, unless said subrvntrrctaro' employees are covered by the insurance maintained by the Contractor. Gan. Cord. -5- W JI1N 1 } b. Public Liebilit• and Pro rt Dama , Insurance. The Contractor shall maintain c rimy naurance age net 3eath o njury to persons, or damage to property, during the life of this Contract; said insurance in such form as will protect Contractor and Owner from all claims as above pro- vided, in the following amounts: (1) Public LiaLility Inaumr,ce not less than S101,000 or n ur as to any one peraun, including aceideutal death, and not less than 5:00,000 for any one accident. , (2) °roperty )aMb6l Ineuranc_ not less than $50,000. The Contractor's Public Liability ane Property Damage Insurance shall provide the primary coverage on all claim; arising out of the performance of the Contract. c. Insurance Cover a for Special Conditions. When the construction is to be accompl s e w_t in e t rig .-o -way of t e State Highway or a public utility requiring special insurance coverage, the Contractor shall conform to the particular requirements. The Contractor shall include in his liability policy all endorsements than, the said authority may require for th., pmtection of its officers, agents, unployees, and interests. Insurance coverage fir special conditions, when required, shall be provided as set forth in the Special Provisions. d. Fire IRe_ .range. Fire nsurance coverage. when required, shall ed be provid as eel fnMh in the Special Provisions. D-a. ?erformance Bond. The Contractor shill furnish a surety bond of the fit ,eluded herew th, in an ax, .t at least equal t• the total amount of the P:^opcsal, as security for the fai,nful performance of the Contract c.nd the payment of all persons anpplying labor and materials for the construction of the work. Said bond shall be issuer by a surety company authorised to issue such bonds in the State of Wash. ton and must in all respects be satisfactory and acceptable to the G%nev. The bond shall be in force for one (1) year after the date of written notice of final acceptance of the work to cover all guarantees against defective workman hip and materials. 0-5. Correction of Defective Work After Final Acce ta::ce. All work, inc!.IQIZy the design or mechanical and electrical components of equipment and/or design of packaged control, systems which are furnished as a compu:st cf equipment, shall be guaranteed for a period of one (1) yea- against defects in materials and workmanship. The Contractor herby agrees to make, at his own expense, all repairs or replacements necessitated by defects in materials Or workmanship supplied by him that become evident within one (1) year after the date of written notice of final acceptance of the work. The Contractor also agrees to hold the Owner harmless from clair.s of any kind arising from damage due to saiO defects. The Contractor shall make all repairs and replace- me, ,s promptly upon receipt Of written orders for same from the Owne If the Coi.-rector fails to make the repairs and replacements promptly, the Owner may do the work, and the Contractor and his Surety shall be liable for the coot thereof. Any additional requirereats for the prv,iect relative to correction of defsucive work after final acceptance are set forth in the Special P-ovisions. Gen. Cond. -6- W D6. fi,perictendence. The Cri—ractor shall keep on the work, during it.. progress, a c.rmpetent superintendent and necessary assistants, all satisfactory to the Engineer. The Contractor shall give efficient supe-- vision to the work, using his beat skill and attention. The superintendw, shall not be changed, except by cons* of the Engineer, unless the superin- tendent proves to be unsatisfactory t� the Contractor and ceases to be in his employ. D-7�Es toyees. The Contractor shall employ only uapet^nt, skillful men to do the wor-cam, and whenever any person shall appear to the Engineer to be incompetent or to act in a disorderly or impreper manner, such person shall be removed from the work immediately upon written notification from the Engineer and shall not be employed on the work again, except by consent of the Engineer. The Contractor shall at all time enfore. strict discipline and good order among his employces. is Contractor shall comply with all labor rules, wage scales, and regulations, incic.'ing rxndiscriminatory laws, of the Government of the United States, the State, City or Town, and County which the work is to be done. D-e. Kateri:.la and A lieces. Unless otherwise stipulated, the Con- tractor -hall prov de and ;gay or all materials, labor, water, tools, equipments light, power, tray Ration, and other facilities necessary for the execution and completion of the work. Unless otherwise epecified, all materials shall be new, and both workman- ship and m mials shall be of good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. D-9�Safe i Precautions. The Contractor shall take all necessary pre- cautiors�For tr.sa et7employees on the work and shall comply with all applicable provisions of federal, State, and municipal safety laws and building codes to prevent accidents or injury to per, -•s on, about, or adjacent to the premises when the work is being per ied. The Contractor shall without further order, pro-•ide and maintain at oil times during the progress or temporary sutpensirn of the work, suitable barricades, fences, signs, signal lights, and flagm,n as are necessary or required to insure the safety of the public and those engaged in the work. The operations of the Contractor, for the protection of persons, and the guarding against hazards from machinery and equipment, shall meet the requiremeats of the applicable State laws and the r,rrrent safety regulations ac set forth in "Safety Standards for Construction" and "General Safety Standards" publishedby the Department of laver and Indsstry, Olympia, Washington. The work shall be so conducted ;hat -o liability will accrue under the safety las, of the State of Washington. D-10. Protection of Property. The Contractor shall continuously maintain adequate prote ct'on of all bis work from damage and shall protect the Owner'* property and the property of others from injury or lc;s arising in connection with •:his Contract. He shall make good any such damage, injury, or loss, except as may be due directly to errors in the Contract Documents -aused by agents or employees of the Owner. He shall adequately protect adjacent property as provided by law and in the Contract Documents. Gen. Coud. -i- W In an emergency affecting the safety of life or of the work or of adjoin- ing property, thn Contractor, without s^acial instruction or au'horizetion real the Engineer, is hereby permitted to act, at his discretir. . to prevent such threatener` loss or injury; and he shall so act, without appeal, if an, instructed or authorized. Any compensation claimed by the Contractor on account of emergency work shall be determined by agreement or arbitration. D-11. Unforeseen Difficulties. The Contractor shall protect his wrk and maNrtals from damage see to t a nature of the work, the elements, care- lessness of other contractors, or from any cause whatever until the completion _ and acceptance of the work. All lose or damages arising out of the nature of the work to be done under these Contract Documents, or fmm any unseen obstruc- tion or defects which may be encountered in the prosecution of the work, or from the action of the elements shall be sustain'. by the Contractor. D-12. eermits anse5. The Contractor shall keep himself fully inforee�a a21 locandl ord I.icemaces, State and Federal laws in any canner affecting the work herein specified. Pe shall at all times comply w?th said ordinances, laws, and regulations, and protect and indemnify th• nmer and its officers and agents againrt any claim or liability arising fttm or based on the violation of any aunt . ws, ordinances, or regulations. Permits and licenses of a temporary n_ure necessary for the prosecution of the work shall be secured and paid for by the Contractor. Permits, licenses, and vasese•ts for permanent structures or permanent changes ill existing facilities shell be secured and paid for by the Owner, unless otherwise Specified. D-13. access for Inspection. The Contractor shall furnish, without extra r, ergs, the necessary test pieces and samples, including facilities and labor for obtaining the same, as requested by the Engineer. When required, the Contractor shall furnish certificates of teats of materials and equipment made at the point of mtnufacture by r recognized testing laboratory. The Engineer and his representatives shall at all times have access 'o the work wherever it is in preparation or progress, and the Contractor shall provide facilities for such accesa and for inspection, including maintenance of temporary and permanent access routes. If the Specifications, the Engineer's in-trl,ctions, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection. If the inspection is by authority other than the Engineer's, the Engineer shall be giver timely notice of the date fixed for such inspection. Inspections by the Engineer will be promptly made, and where practicable, at the source of supply. If any work should be covered up without approval or consent of the Engireer, it shall, if required by the Engineer, be uncovered for examination at t.re Contractor's expense. Re-examination of questioned work may he ordered by the Eug meet; and, if so ordered, the work shall be uncovered by the Contractor. If such work be found in accordance with the Contract Documents, the Owner will pay the cost of re-examination and replacement. If such work be. found not in accordance riti• the Contract Documents, the Contractor shall correct the defective work at no additional cost to the Owner. Gen. Cond. -8- 1i D-14, Royalties and Patent$. The Contractor shall pay all royalty and license sea. e s al a end all wits or claims for in_ringement of any patent rights and shall save the Owner harmless free lose or acoount thereof, except that the )wrer shall De responsible for all such loss when a particular process or the product of a party tiler oanu£acturer or menu- . facturers is specified; but if the Cottractor has infomation that the ,. process or article specified is an ir. :ingement of a patent, he shall be responsible for such lose unless he promptly gives such information to the • Engineer or the Owner. D-15. Indemnity. The Contractor shall irdwnify and says harmless the Owner from and against all losses and a:i claims, demands, peymenta, suits, actions, recoveries and judgments of every nature and desc-iption made, brought, or recovered against the Owner by reason of any act or omission of the Contractor, his agents or employees, 11, the execution of the work or in guarding the same. D-15. Releeae of Liens. on public pmjrcts, neither the final payment nor any part o t .e retained percentage shall become due until the Contractor shall submit to the Owner a signed affidavit, satisfactory to the owner. stating that to far as Is (the Contractor) has knowledge or intonation, all accounts for materials, labor, and ine'dentals in connection with work have bean paid in full. The form of affidavit shall be satisfactory to tht Owner. When the owner is other than a public agency, neither the final payment nor any part of the retained percentage shall become due until the Contractor shall submit to the owner a complete release of all lima arising out of this Contract, or receipts in full in lieu Ihereof, an3 an affidavit that so far as he has knowledge r information, the -eleaaea and/or receipts include all the labor and material for which a lier, could be filed; but the Contractor may, if he is unable to furnish a release or receipt in fall as provided above, furnish a bond satisfactory to the Owner to indemnify his against any lien. If any lien remains unsatistiad after all payments are made, the Corr 'rector shall refund to the owner all monies that the latter may be compelled to pay in discharging such a lien, including all costa and a reasonable attorney's fee. D-1'. SubcontroctinK. The Contractor shall, as soon as practicable after�tho -execut ono t e Contract, notify the Engineer, in writing, of the names of the subcontractors proposed for the principal parts of the work and for such others as the Engineer may direct, and shall not employ any that the Engineer may within, a reasonable time ohJect to as incompetent or unfit. The Contractor agrees that he is as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them ar he is for the acts and emissions of persons directly eaployed by him. Nothing cortained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. Can. Cond. -9- w •w) 18 D-18. Contractor's Ri ht to Sto Work or Teomisate Contract. If the sock soul stoppe un cr an o er o any authoritcourt or other for a period of three (3) months, through no act or fault Of theContractor y or of anyone employed by his; or i� the Engineer should fail to issue any estimate for payment within fiftman (15) days after it is due; or if the Omer should fail to pay the Contractor within thirty (30) Jays after the _ time specified in Article F-2 any are certified by the Engineer, then the Contractor may, upon fifteen (15) days' mitten n3tiee to the Owner and the Engineer, stop Work or terminate this Contract and recover from the Dmer payment for all work executed and any loss sustained uFvn any plant or material and reasonable profit and damages, unless said default has bean remedied within said I". D-19. Taxes and Charges. The Contractor shill pay a State sales tax on items as require by t e laws and statutes of the State of washingtor. The Contractor shall withhold and pay any and all withholding taxes, Mather State or -ederal; and pay all Social Security charges and also all State Unamplo:ment Compensation charges; and pay or cause to be withheld, ac the case may te, any and all taxes, charges, or fees or sums whatsoever, which an now or may hereafter be required to be paid or withheld under any laws. D-20. Requirements of Washington La- for Public Contracts. a. Paymvees on Public Works. The hourly wages to be paid ent of Preailing We ., Rat to laborers, workmen, or mechanics,--upon all Public Works Of the State, cr any county, municipality, cr political subdivision created by its laws, shalt to not less than the prevailing rate of wage for an hour's work in the same trade or occupation in the locality within the state Where such labor is performed in accordance with the provisions of A.C.W. 39.12.020. The above provisions does not apply to workmen or other persons regularly employed on monthl: or per diem salary. The "Prevailing Rate of Wage" shall be. the rate of hourly wage and overtime paid in the locality to the majority of workmen, laborers, or mechanics in he same trade or occupation. If there is not a majority in the same trade or occupatio.: paid at the same rate, the average rate of hourly wage and overtime paid to such laborers, workmen, or mechanics in the same trade or occupation shall be "t prevailing rate, If the wage paid by any contractor or subcontrac.or to laborers, Workmen, or mechanics on any ptblic work is based on some period of time other than an hour, the hourly wage shall be mathematically determined by the numbs: of hours worked in such period o` time. The "locality" shall be the largest pity it.. the county whemin the physical worl, is be. 19 performed. The ;timer does not guarantee that labor can be procured for the minimum wages sec forth in the Special Provisions. The rates of wages listed am minimum only, below which the Contractor cannot pay and they do not constitute a representat?on that labor can be procured for the minimum listed. It will be the responsibility of the Contractor tc ascertain for himself the wages above the minimum set forth that he may have to pay. Gen. Cord. -10- W b. Re uiremen's for Affidavit of we as paid, Before payment is made by or onsubdiv behalf of t . State, or airy county, mun cipality, or political Contra'Bloc. create„ by its laws, of ry Sian or sums due on account of a Contract for a public improvement, shall be the duty of the State Treasurer, or the Treasurer of the Codty or municipal corporation, or other officer or person charged with the custrxry and dispersewwnt of the State or corporation furx)s applicable to the Contract under and p4t•suant to which payment ib made, to reouire the Contractor and each and every •, subcontractor of the Contractor or a subcontractor to file a statement (affidavit) in writing, In a form satisfactory to the officer, co-tifying the rate of hourly wage paid each classification of laborers, workmen, or mechanics, employed by him upon such work and further certify that no laborer, workmen, or mechanic, employed by him upon such public work ;ins been paid less than the prevai_ .�g rate of wages, or less than the minizu, rate of wage specified in the Contract. The said certificate and statement shall be verified by the Oath of the Contractor or Subcontractor, as the case may be, that he has read such statement and certified subscribed by him and knows the contents thereof and that the sane is true to his knowledge, all in accordance with the provisi,ns of R.C.W. 39.12,040 am R.C.w, 39.12.0b0. c. Arbitration of wage Disputes. On public work projects in the State of wash ington in case any dispute ariws a: to what are the prevailing rates of wages for work of a similar nature to that contemplated under the Contract, and such dispute cannot be adjusted ! •tie parties involved, the matter shall be referred for arbitration 'o th, "_.`actor of VA Department of Labor and Industries in ,he State in ac-,rda, :e with the provisions of R.C.W. 39.12.C60, and his decision shall final d, ESnergency Overtime, It is a part of th, public policy of the State of Washington that all public work "by r,ntract or day labor done" for it or any political subdivision created b, its laws shall be performed in workdays of not more than eight (8) hours each, except in cases of extraordinary wnergency. No case of extraordinary emergency shall be c. t- strued to exist in any :ase where other labor can he found to take the place of labor which has already been employed for eight (8) hours in any calendar day. All work lone by contract or subcontract on any building, or improve- ments or works on roads, bridges, streets, alleys, for the State, or any county or municipality within the State, shall be done in normal workdays of eight (9) hours; however, the provisions of R.C.W. 49.28.010 through 49.28.030 provide that in cases of extraordinary emergency, such as danger to life or property, the hours for work may be extende,i, buy in such case the rate of pay for time employed in excess of eight (8) hours of each calendar day shall be one and one-half times the -ate of p-:y allowed for the same amount of time during eight (8) hours' rvice. And for this purpose R.C.W, 29.28.010 through 49.28.030 is _ a part of this Contract and shall be :.ncluded in subcontracts or agreements for w,,11, done for the State or any county or municipality within the State. a. Ere to nt Yre:brenca Given tc Residents of Mashi ton. All contracts lot by the State or any department t ereo or any county, city, or town, for the erection, construction, alteration, demolttiun, or repair Gen, Cond. -11- 1 W IAN 18 of any public building, structure, bridge, highway, or any other kind of Public work or improvement the Contractor, Subcontractor, or person in charge thereof, shall give preference to Washington residents as employers in accordance with the pro,,-aior,s of R.C.W. 39.16.olo, and shall pav not less than the prevailing wages for the specific type of construction as determined by the U.S. Department of Labor in the city or county where the work is to be performed, Perm "resident" es used in this section shall ^jean any person who has been a bona fide resident of the State of Washington f•-.r .� a Deriod of ninety (90) days prior to such employment. Provided that in the contracts involvivg the expenditure of Federal aid funds, this seer ou ' shall not he enforced in such a manner to conflict with or be contrary to the Federal Statutes, Rules and Regulations prescribing a labor preference to honorably discharged soldiers, sailors, and marines, or prohibiting as unlawful any other preference or discrimination among the citizens of the United States. E. PROGRESS OF 7HE WORK E-l. Deginni.ng of the Work. Before work shall be star+:ed and arterials ordered, the Contractor 5 ali meet and consult with the Engineer relative cc materials, equipment, and all arrangements for prosecuting the work. The a Contractor sha.Ll commence tte work contemplated undo hese Contract Docu- ments within zen (l0) days after the date of executi,z,, the Contract, unless otherwise notified by the Engineer, and shall c .p1eU the work within tiie time specified in his Proposal, :2 being exp;essly understood and agreed that the time of beginning, rate of progress, and time of completion of the work are of the essence of this Contract. E-2. Prosecution of the Work, The work shall be prosecuted at such time, and :n or on such part or parts of the project as may be required, to complete the project as contemplated in th,. Contract Documents and the approved construction schedule. It is expressly understood and mutually agreed between all parties to the Coitract that the Engineer shall not determine cr he re- sponsille for construction methods. T ie Contractor shall perform the work and take such precautions as tie m.ry dee., necessary to complete the project so all work will be _a conformance with the Contract Documents within the Contract time. If the Contractor desires to carry on work at night or outside the regular hours, he may submit application to the Engineer ; but he shall allc. ample time to enable satisfactory arrangements to be made for inspecting the work in progress. If granted permission, he shall light the different parts of the work in a manner satisfactory to the Engineer and shall comply with all regulations of the city and State. E-3. Schedules and Progress Reports. Prior to starting the construction, the Contractor seal urn is the Engineer for his approval a schedule or schedules of expected progress of the work under the Contract showing approxi- mately the dates on which each part or division of the work is expected to be start'd and finished. The progress schedules shall be submitted regularly and shall cover a tim, period satisfact^ry to the Engineer. The Contractor Gen. Conn. -12- W shall elan forward to the Engineer, as soon as practicable after the First day of each month, a summary report of the progress of the various parts of the work under the Contract in the shops and in the field, stating the existing $tat's, rate of progress, estimated time of completion, and cause of delay, if any. E-4. Aasi ®ant. Neither party to the Contract shall assign the Contract or sublet t as a whole without the written consent of the other; nor shall the Contractor assign any monies due or to become due to him hereunder without the previous written consent of the Owner. E-5. Omer's Right to Do Work. if the Contractor should, in the opinion of the Engineer, neglect to prosecute the work properly or should neglect or refuse at his own cost to take up and replace work as shall have been rejected by the Engineer, then the Owner shall notify the surety company of the condition, and aften tau (10) days' written notice to the Contractor and the surety coapany, or without notice if an emergency or danger to the work or public exists, and without pre;udice to any other right which the Owner may have under the Contract, take over that portion of the work which has been improperly executed and make good the deficiencies and deduct the cost thereof from the payments then or theran_fter due the Contractor. E-6. Owner's Ri hr to Terminate Contract. If the Contractor should be adjudged a bankrupt; or if he should make a general assignment for the benefit of his creditors; or if a receiver should be appointed on account of his insolvency; or if he should persistently or repeatedly refuse or should fail, except in cases for which extensica of time is provided, to supply enough properly skilled workman or proper materials; or if he should fail :� make prompt payment to subccntrrctors or for materiel or labor; or persistently disregard lave, ordinorces, or the instructions of the Engineer; or otherwise be guilty of a substantial violation of any provision of the Contract or any laws or ordinance; then the Owner, upon the certifica-ion of the Engineer that sufficient cause exists to justify such action, may, witiwut prejudice to any other right or remady, and after giving the Contractor and Surety seven (T) days' written notice, transfer the employment for saia work from the Contractor to the Surety. Upon receipt of such notice, such Surety sh-12 enter upon the premises and take possession of all materia:s, tools, and appliances thereon for the purpose of completing the work included under this Contract and employ, by contract or otherwise, any p-raon or persons to finish the work and provide the materials therefor without termi- nation of the continuing full force and effect of this Contract. In case of such transfer of employment to such Surety, the Surety shall be paid in its own name on estimates according to the terms hereof without any right of the Contractor to make any claim for the same or any pa-t thereof. In lieu of the foregoing, if the Omer so elects, he may terminate the employment of the Contractor and take possession of the premises and cf all materials, t00)e and appliances thereon and finish the work by whatever method he may de. tpedient. In such case, the Contractor shall not be enticed to receive any further payment until the work is finished. ?f the expense o: completing the :ontract, including compensation for additional nanagerial and admini..trative services, shall exceed such unpaid balance, the Contractor Gen. Cond. -13- W ,;AN ! f Shall pay the difference to the Omer. %a expense incurred by the Owner, as herein provided, and the damage incurred through the Contractor's default shall he certified by the Engineer. E-7. Dale sand Extension of Time. If the Contractor he delayed at any t a ' progress of the work any act or neglect of the Owner cr the Engiaee c of any employee of either; or by any separate contractor employed by Owner; or by chrnges ordered in the work; or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties, or any causes beyond the Contractor's control which justifies the delay, then the date far completion of the work shall be extended. Within a reasonable period attar the Contractor submits to the Engineer a written request for an extension of time, the Engineer will present his written recommendation to the Owner stating his opinions on whether or not the delay justified an extensiot of time; and, if no, the number of days "tension due the Contractor. The Omar %ill make the final decision on all requests for extension of vise. No such extension shall be made for delay occurring molt than seven (7) days before claim therefor is sad* in w_iting to the Engineer, to the case of a continu+^.g cause of delay, only one claim is necessary. If no schedule or agreement stating -e dates upon which supplemental drawings shall be furnished by the Enginae: :s made, then no claim for delay shall be allowed the Contractor on ac wont of failure to furnish drawings until two (2) weeks after demand f such drawings, and then not unless such claim be reasonable, This section does not exclude the recovery of damages for delay by eirner party under other provisions ir. these Contract Documents. E-g. S uidatad Dam�ge�s. Should the Contractor fail to complete the work, or aay pert t erof`,in the time agreed upon in the Contract or within such extra time as may have been allowed for delays by extensions granted as provided It. the Contract, the Contractor shall reimburse the Owner for the additional expense and damage for every day, Sundays and holidays excluded, that the Contract remains uncompleted after the date of completion given in the Contract. It is agreed that the amount of such additional expense and damage incurred by reason of failure to complete the work is the Ier dim rate stipulated in the Contract. The said amounts are hereby agreed upon as liquidateo damages for the loss to the Owner on account of expense due to "v employment of engineers, inspectors, and ,,ther employees after the expiration of the time of completion, and on account of the value of the operation of the works dependent thereon. It is expreesly understood and agreed that this amount is not to be considered in the nature of a penalty, but as liquidated damages which have accrued against the Contractor; and the Omer is authorized to d*du.t the amount of such damages from any monies du* the Contractor for work perfat+ed or -._cerial furnished under this Contract; and the Contractor and his Sure.iea shall be iialle for any excess. E-9. Other Contracts. The Omer reserves the right to let other contracts in connection w th this work. The Contracts shall afford other contralto-s reasonable opportunity for the introduction and storage of their materials aur: the execution of their cork and shall properly connect end coordinate his work with theira. Gen. Cond. -la- W If any part of the Contractor's work depends, for proper execution or results, upon the work of any other contractor, the Contractor shall inspect and promptly repo- to the Engineer any defects in such work that render it unsuitable for such proper execution and results. His failure to sn Inspect and repc.-t shall constitute an acceptance of the other contractor's work as fit and proper for the reception of his work, except as to defects -• which may develop in the other contractor's work after execution of his work. E-10. Use of Promises. The Contractor shell confine i,is apparatus, the storage of materials, and the operation of his workmen to limits shown on the Plans or indicated by .aw, ordinances, permits, or directions of the Engineer, and -hall not unreasonably encumber the prmises with his materials. The Contractor shall provide, at his own expense, the necessary rights-of-way and access to the work which may be required outside the limitr. of the I-er's property. The Contractor shall not load or permit any par, of the structure to be loaded with a weight that will endanger its safety. E-11. Use oLjORELeted Portions. The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions may not have expired, but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost of the work, or delays the completion of the work, the Contractor shall be entitled to extra compens� ion er an extension of time, or both. Should such condition or con- ditions prevail, the Contractor shall submit his claim for additional compen- sation or er.tencion of time, in writing, to the Engineer. The Engineer will review the claim and present h'.s recommendations to the Owner in writing. The Owner will make the final decision on the claim. E-11. ti,ng and Patching. The Contractor shall do all cutting, fitting, or patch ng 's work t at may be required to make its several parts come together prop v and fit it to receive or be received by work of other contractors shown upon or reasonably implied by the Plans. Any defective work or material, performed or furnished by the Contractor, that may be discovered by the Engineer before the final acceptance of the work or hefore final payment has been made shall be removed and replaced or patched, a- the Engineer may direct, at the expense of the Contractor. E-13. Cleani Un . Cleaninq up shall be a continuing process from tt• start of tha ZrT to final acceptance of the project. The Contractor shall, at all times, at his own expense and without f,rrther ord.r, keep property on which work is in progress free from accumulations of waste material or rubbish cauued by mployees or by the work, and at all times during the construction period shall maintain structure sites, rights-of-way, adjanert property, and the surfaces of streets and roads in a safe condition for the Contractor's workers, and the public. Accumulations of waste materials that might con- stitute a fire hazard will not be permitted. Upon completion of the con- struction, the Contractor shall, at his own expense, remove all temporary strut^ores, rubbish, ar., waste materials resulting from his operations. Gen. Cord. -15- Y ,AN 18 136b r. PAYMENT F-1. Basis of Payment. In consideration of the faithful perform.... of all the covenants, stipulations, and agreements in this Contract to be kept and performed by the Contractor, the Owner covenants and agrees to pay the Contractor the amount bid as adjusted when so stipulated in the Con- tractor's Proposal on the basis of the unit prices named in the Contractor's Proposal for the work actually performed as determined by the final estimate of the Engineer, together with any amounts due for extra work not classified under the items listed in the Contractor's Proposal as provided in Article F-3 Of these General Conditions; less any deduction for failure to complete the work within the time specified; and less any deductions for claims and assagm paid by the Owner due to acts or missions of the Contractor and for which e is liable under this Contract. F-2. Partial Payment. So long as the work herein coa.racted for is prosecuted iF accordance with the provisions of this Contract, the Engineer will, on the last two (2) days of each calendar month, make an approximate estimate of the proportionate value of the work done and of material furnished or delivered upon the Owner's property at the site of the work up to that date. If the Contract price is determined on a unit price basis, this Progress payment will be made on the basis of these unit prices. If the Contract price is determined on a lump sum basis, this payment will be ma:!* on the basis of an estimated cost schedule, covering the entire Job. which shall be prepared by the Contractor and approved by the Engineer before the start of the work. The amount of said estimate, after deducting ten percent (10►) and all previous payments, shall be dae and payable to the Contractor not more than ten (10) days after the last day of said month, except where the Owner is a municipality whom laws require the approval of each payment by a Council or similar body; in which case, the amount of said estimate shall become due and payable ten (10) days after the first meeting in the following month scheduled for approval of such payments. The ten percent (10►) deducted, as above set forth, shall be withheld by the Owner to insure faithful completion of the work under the terms of the Contract Documents and as a fund for the protection and payment of any person or persons, mechanic, Subcontractor or materialmen who shall perform any labor upon this Contract or work thereunder, and all persona who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with respect to taxes imposed pursuant tc R.C.W. Title 62 which may be due from such Contractor, end to provide a fund for the payment of any claims which may accrue against the Owner because of some act or mission on the part of the Contractor. Furthermore, on dll contracts fox the constrcc:ion, reconstruction, mainte�anee, or repair of any public work in the State of Washington, except Federal projects, no payment will be made to the Contractor until he files with tee Owner the signed Nave Certification Form certifying that he has paid not less than the prevailing rate of wages as required by _ F.C.W. 39.12.00, as set forth in the Special Provisions. Nothing contained in this article shall be construed to affect the right, hereby reserved, to reject the whole or any part of the aforesaid work should such work be later found not to amply with any of the provisions of the Gen. Cond. -16- W Contract Donments All estimated quantities of work ;or which programs payments have been made an suf ea.t to review and correction on the final estimate. Payment by the Owner and acceptance by the Contractor of progress payments based on periodic astimate� of quantities of work performed shall not, in any way, constitute acceptar of the estimated quantities used as the basis for computing the amounts a progress • ;ments. F-3. Extra Work. Any work necessary or req.rired to carry out the intent of these ^ontract Documents by changes clearly not indicated in the Contract Documents or which cannot reasonably Le inplied from the intent and meaning o' the Contract Documents shall be paid for at the unit price +greed to in the Contract Documents. If tnis extra work cannot be classified under any of the items for which unit prices are listed in the Contractor's Propcsal, it shall 1a paid for as extra work at the rate agreed to in writing between the Contractor and the Owner prior to the time of commencing such extra work. If such method of payment cannot be agreed upon prior to the beginning of the work, then such work shall be performed by the Contractor on the basis of furnishing labor and material at costs and labor rates in effect at the time the work is accomplished. A labor l,urden of twenty percent (20%) of the total wager, paid shall be allowed to cover workmen's compensation, unemployment insurance, public liabili insurance, health and welfare, and all other unemployment insurance or miscellaneous costs on work performed directly by the Contractor. An additional allowance of fifteen percent (15%) shall be allowed to cover profit, superintendence, and general expense on the total of labor and materials, including labor burden on work performed by the Contractor. On subcontract work the allowance to the Contractor for profit, : uperintendence, and general expense shall be ten percent (10%) of the subcontractor's bill for such work performed. A breakdown of the Contractor's costs involve- in any approved extra work shall be submitted to the Engineer within thirty (30) days after said extra work has been performed. No payment will be made for extra work billed and submitted to the Engineer after the thirty (30) day period has expired. No extra work shall be performed by the Contractor. except in an emergency endangering life or property, unless in pursuance of a written order, as provided in Article B-3. F-4. Final Payment. Upon completion of the work, the Contractor shall notify the Engineer. in writing, that he has completed nis part of the Contract and shall request final payment. When the work has been completed to the •--tisfaction of the F.ng?neer, he shall submit a certificate of acceptance of the completed work, together witn a final estimate of the amour+ due the Contractor under tnis Contract, less any amo t to be withheld by caner to insure guarantees, as may be provided in the Special Pro - vi.e- upon approval of this final estimate by the Owner and receipt by the Owner of the signed affidavit or release required under Article D-16, and within ten (10) days after the time limit for the filing of all liens shall have expired and after receipt of the tax .ommissioner's certificate, tee Owner shall pay to the Contractor all monies remaining due him under the provisions of these Contract Documents. fi Gen. Cond. --1^- 1 w JAN ; P ;968 t eowever, on contracts for public works construction within the State of Wasnington, final payment of the retained percentage will not be made until thirty (30) days after final acceptance by the Omer. After the expiration of the thirty (30) day period, and after ^ecoipt of the tax commission's certificate, the reserve in excesa of a dum sufficient to discharge the taxes certif it as due or to become due by the tax ccmmiawion, and the claims of materialren and laborers who have filed their claims, together with a sun sufficient to defray the cost of foreclosing the liens _ of such claims, and to pay attorneys' fees, shall be paid to the Contractor. , The provisions of this article shall supersede any other conflicting pro- visions on contracts for public work construction. Final payment shall be _ made in accordance with R.C.W. Chapter 60.26 and R.C.N. Chapter 60.28.010, as last amended by Chapter 238, laws of 1953. furthermore, on all contracts for the constructicn, reconstruction, maintenance, or repair of any public work in the State of Washington, except Federal projects, final payment will not be made to the Contractor until he files with the Owner a signed affida�.t of wages paid, certifying that he has paid not less than the prevailing rate of wades as required by Washington R.C.Y. 39,22.030 and F.C.W. 39.12.040 as set forth in the Spacial Provi3lors. F-S. Materials Delivered to the Jobsite But Not Io rated lr, the Mork. NontL y progreas payments w3 include compensation or ntwater-a s rece ved on the site during the pay period but not incorporated in tH work, providing they are properly stored ai,d protected and the Contractor submits to the ' Engineer, in writing, seven (9) days prior to the end of each pay period, a list, with costs supported by invoices from suppliers for such materials on the job for which tha Contractor feels credit is due. Payments for material delivered to the site and not incorporated in the worx during the pay period shall be understood to �e advance payments for the Contractor's convenience. Final payment will lade only for materials actually incorporated in the work. Upon acceptanc if the work, all materials stored on the site for which advance payments have an made, unless otherwise agreed upon in writing, shall revert to the Contra .r and all remaining advance payments on materials shall be deducted from the final payment for the ..ork. Advance payments by the Owner fnr material- on the site, but not in- corporated in the work, shall not be considered as acceptance by the Owner and shall not relieve the Contractor from his responsibilities. AAA4 Gen. Cond. -18 N SPECIAL SPECIFICATION'. Foreword: The Contractor shall furnish all labor, materials, and equipment necessary or required to col, fete the work, in all respects, as shown on the Plans or as hereinafter specified, or both. The numbering • system employed in these Special Specifications is used throughout the Contract Documents. Each section is divided, where applicable, into A, r Scope; B, Materials; C, Workmanship ; and D, Payment. This method is em- ployed to facilitate the work of the Contractor in preparing his Proposal , and in following the Special Specifications during the construction. When references to the following capitalized abbreviations are made, they refer to Specifications, Standards, or Methods of the respective national association. Abbreviations listed herein but net mentioned in the Special Specifications shall be disregarded. AASHO Ame ri Can Association of State Highwav Officials ACI American Concrete Institute AFBMA Anti-Friction Bearing Manufacturers Association AGA American Gas Association AGMA American Gear Manufacturer's Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute r` AMCA Air Moving and Conditioning Association 'O ASCE American Society of Civil Engineers QASHRAE American Society of Heating, Refrigerating and Air-Condit;or- ing Engineers, Inc. M ASME American So�.iety of Mechanical Engineers ASTM American Society for Testing and Materials AWA American Water Works Association AWS American Welding Society AWPA American Wood Preservers' Association CBMA Certified Ballast Manufacturers Association DFPA Division for Product Approval of the American Piywood Association Fed. Spec. Federal Specifications !EEE Institute of Electrical and Electron;cs Engineers, Inc. IFCEA Insulated Power Cable Engineers Association JIC Joint Industry Conferences of Hydreulic Manufacturers NEC National Electrical Code NE-AA Natinnal Electrical Manufacturers Association NESC National Electric Safety Code NLMA National Lumber Manufacturers Association OECI Overhead Electrical Crare Institute RLM RLM Standards Institute, Inc. $$PC Steel Structures Painting Council TEMA Tubular Exchanger Manufacturer's Association UBC Uniform Building Code UL Underwriters' Laboratories, Inc. USA (ASA) United States of America Standards +titute (formerly American Standards Associa ion) WCLIR West Coast Lumber Inspection Bureau Sp. Specs. -I- / -I- 14N 1 b I The numbers ano letters following 'a abbreviations denote the Associattor's serial designation for tc Specification or Standard to which reference is made. Unless a pr ticular issue is designated, all references to the abr e Spec;ficatio..,, Standards, or Methods shall, in each instance, he understood to refer to the issue in e�fect (including al' amendments) on the date of the Advertisement for Bids or the Invitation for Bids. Standard Specifications, when referred to herein, except .he above. r are found at the end of the Special Soeclficat;ons. v a,tam Sp. Specs. -2- _2_ IA. GENERAL REQUIREMEN'.5 The Contractor's at, ntlon Is directed to the Spacial Prevlslons, which contain other special requirements that are Pertinent to this project. SITE INVESTIGATION AND REPRESENTATION. The Contractor acknowledges that he has satisfied himself as to the nature and location of the Work, the gen- r eral and local conJitions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, wate electric power, roads, and uncertainties of weather, river stages, or similar physical conditions at the site the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the Work and all other matters which can in any way affect the Work or the cost thereof under this Contract. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials to be encountered from inspecting the site, all exploratory work done by the Owner, as welt as from information presented by the Drawings and Specifications made a part of this Contract. Any failure by the Contractor to acquaint himself with all the available information will net relieve him from responsibility for estimating properly the difficulty or cost of successfully performing the Work. The Contractor warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the Work In a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of Its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated In the Contract and (2) the Contract expressly provides that the responsibility t'ierefor is assumed by the Owner. Representations for which liability is not expressly assumed by the Owner in the Contract shall be deemed only for the Information of the Contractor. INFORMATION ON SITE CONDITIONS. All information obtained by the Engi- neer regarding site conditions, subsurface information, groundwater elevations, existing construction of site facilities as applicable, and similar data will be available for i spection at the office of the Engineer upon request. Such information is offered as supplementary information only. Neither the Engineer nor the Owner assumes any responsibility for the completeness or interpretation of such ,upplemenlary information. When a log of test borings showing a record of the data obtained by the Engine,r's investigations of subs.-.face conditions is included as a part of the Contract Documents, said log represents only the opinion e' the Engineer as to Elie character of the materials encountered by him in his test borings and is included only for the convenience of the biddtrs. TEMPORARY WATER. No water is available at t>- ct site. 'he Con- tractor shall make his own arrangements to obt- i water and sh.+ll pay all costs. TEMPORARY ELECTRIC POWER. Make .•ricel power for use during the construction period and pay all�cost Sp. Specs. IA - I JAN 1 9 191:8 SANITARY FACILITIES. The Contractor shall provide and ma;ntain such sanitary accommodations for the use of his employees end those of his sub- contractors as may be necessary to comply with the requirements and regula- tions of the local and State departments of healt. and as directed by the Engineer. RESPONSIBILITY FOR DAMAGE TO EXISTING STRUCTURES. Where any existing ' structures or facilities which are intended to remain are daraged by the m Contractor during dermlition or construction, the Contractor shall promptly repair or replace the damaged portion or facility at ao additional cost to the Owner. STORAGE OF MATERIALS. Materials shaft be so atorad as to insure the preservation of their quality and fitness for the work. When considered necessary, they shall be plated on wooden platforms or other hard, clean surfaces, and not on the ground, and/or they shall be placed under cover. Stored materials shall be located so as to facilitate prompt inspection. Private property shall not be used t r storage purposes without the written permission of the owner or lessee. CONTRACTOR'S EXPERIENCE, The Contractor shall have not less than five (5) years acceptable experience in drilling and developing wells with diameter of 24 inches or morn, 100 feet deep, and with a capacity of 3,000 gpm or more. If required, the Contractor shall submit experience records e the Engineer with other pertinent Information that will Indicate ability to satisfactorily perform the work, The Contractor shai, demonstrate that he has available the necessary equipment in good working order to satisfactorily complete the work. The City shall have the right to reject any Bidder's Proposal on the grounds of apparent lack of experience or availability of equipment. Sp. Spars. IA - 2 -2- W-289 WELL #8 - Cedar River Park WTR-9 2 #1 Corre:,pondence .�J s 2A. DRILLED HOLE A. SCOPE This section covers the work necessary for drilling the hole and test l�nqMr alignment, plumbness and roundness, comp ate. B MATERIALS ANI E LIPMEHT. The Contractor shall provide the wel! driiiing rig, we—Tl_to_o :-und a other equipment for drilling, developing, and testing al gniaht, plumbness and sundress of the well , All equipment shall r be in good condition and properly maintained • TESTING EQUIPMENT. Plumbness and alignment ;ne'l be tested by lowering to the bottom of the well a section of ppe 40 feet long, or a dummy of the same length. The outer diameter of the plumb shall not be more than I/2-inch smam:er than the inside diameter of that part of the casing or hole being tested. If a dummy is used, it shall consist of a rigid spindle with three rings with diameter not less than W-inch smaller than the inside diameter of the casing The rings shall be truly cylindrical and shall be spaced one at each end of the dummy and one rinc in the center thereof The central member of the dummy shall be rigid so that it will maintain the alignment of the axis of the ring, C. WORKMANSHIP. GENERAL Drill the well where specified or required with sufficient accuracy to meet the requirements for alignment, plumbness an! out-of-roundress. All work shall be of a quality permitting installation of the required casing s -es. Employ a thoroughly competent and experienced driller who shall be constantly present during all operations at the site of the work if the Con- tractor cannot be presen• himself continuously, DRILLING Drill by the percussion method. In general , the casing shall be driven ahead of the hole, but in no case shall the hole be driven more than 2 feet below the bottom of the easing, PLUMBNESS AND ALIGNMENT, Test the we it for plumbness and alignment after grouting. Should -he Gummy fail to move freely throughout the length of the casting or hole, or should the well vary from the vertical in excess of one quarter the smallest inside diameter of that part of the well being tested per 100 feet of depth, or beyond limitations of this test, the plumbness and alignment of the well shall be corrected by the Contractor at his owr expense Should he fail to correct such faulty alignment or plumbness, the Engineer may refuse to accept the well, The Engineer may waive the requiremerts of this paragraph for plumbness if, in his judgment: (a) the contractor has exercised ail possible care in constructing the well and the defect is due to circum- stances beyond his control; (b) the utility of the completed well will not be materially affected; and (c) the cost of necessary remedial measures will be excessive. In no event will the provisions of this oar graph with respect to alignment be waived, The Contractor shall notifv t:me Engineer three (3) days Prior to performing the test, Sp . Specs. 2A - I IAN IB 3°" -3- y PROTECTION OF WATER QLALITy IN WELL. Take such precautions as are necessary during the construction period to prevent contaminated water, gasoline, or other substances from entering the well, either through the opening, or by seepage through the ground surface WELL LOGS. Furnish daily a detailed log of the drilling of the well. The log shall describe briefly the material e%ountered, the presence or absence of water, as well as the location and character os any special strata, treatment of unconsolidated formations, and other features, and indicate the ' exact position of setting of the bottom of the casing. Xeep the log up-to-date with the progress of the well, and a copy open at the drill rig for inspection by the Engineer. At the conclusion of the drilling, furnish the Owner a com- plete log of the drilling and formation treatment The well log shall contain no less than the information shown on the sample log bound herewith. AQUIFER SAMPLES. Take a representative sample of the aquifer at each 5-foot level or at each change In formation, or both. Take samples by a bailer, suction bucket, auger bucket or a core barrel Washed, jetted, or rotary samples will not be acceptable The method and procedure of sampling shall be approved by the Engineer. Each sample shall be approximately I gallon in vol une, After the sample Is taken, it shall be thoroughly mixed in a pile without washing, then halved and quartered and two final samples taken from two of the quarters. The final samples shall each be at least 1 quart in volume. Place each sample in a suitable container and label with the date, the level that it represents (i.e., 30 feet to 35 feet), and depth from which the sample was taken. Forward sample! taken from the 24-inch wall immediately to the Engineer. These samples will be sent for analysis for designing the well screen and the Cont-actor shall have no claim for delay for the period of time required to receive the well screen. D. PAYMENT. MEASUREMENT. Drilling will be measured in linear feet of well drilled to the nearest one-half-foot. 30-INCH DIAMETER HOLE. Measurement for the 30-inch diameter hole drilled shall be the vertical distance below the ground level, as establisheo by the Engineer, to the bottom of the 30-inch temporary casing as placed. Payment will be made at the unit price stated in the Contractor's Proposal. 24INCH DIAMETER HOLE. Measurement for the 24-Inch diameter hole drilled shall be the vertical distance below the bottom of the 30-inch temporary casing as placed and the bottom of the 24-inch hole drilled. Payment will be made at the unit price stated In the Contractor's Proposal , TESTS FOR ALIGNMENT. Tests for alignment will be considered part of the drilling work and payment for drilling will be full compensation for all work specified under this item. Sp. Specs. 2A - 2 -4- DAILY DRILL REPORT CITY OF RENTON, WASHINGTO14 Date Well No Location: Depth of Well Start of Shift feet End of Shift feet Depth of Casing Start of Shift feet End of Shift feet Size of Casing -inch diameter Depth to Water (below top of casing) Start of Shift _feet End of Shift feet Log of Materials Encountered Depth Description From o Remarks: (Character of drilling, miscellaneous work items, ,eather, change in w+,ter level, bailer tests, etc.) Use other sidz or more comments. S g�—e_._. A Rxrt Sp. Specs. 2A - 3 g. IAN 2B. FURNISH AND INSTALL WELL CASING A. SCOPE. This section covers the work necessary for furnishing and installing well casing, complete. B. MATERIALS. CASING. Casing shall be steel of the minimum thicknesses, weights, and , diameters specified below and Shall meet the requirements of ASTM A 53. All sections of pipe shall be joined by ..elding. Nominal Size Thickness Weight Per Foot (inches) (Inches) (Pounds) 24 0.375 94.6 22 0.375 86 6 20 0.375 78.6 18 0.375 70.5 16 0.375 62.6 12 0.375 49.6 WELDING ROD. Wei( g rod shall be of correct classification for each application and shall m the requirements of ASTM A 2'* WELDS. Welded joints shall have one side 45-des -vel butt joint welds with 3/32-inch root opening and 1/8-Inch reinforcin, bead on outer side. C. WORKMANSHIP. CASING. After the 30-inch outer casing has been sunk to the depth indicated on the Plans, sink the inner 24-inch casing to the full depth of the well, as deten.,ined by the Engineer. After installation of the well screen, withdraw 24-inch casing to its correct position relative to the top of the well screen and according to the instructions of the well screen manufacturer as approved. :remove the outer casing when cement grout is placed. Raise the outer casing in a workmanlike manner in accordance with these Special SDecifi- cations and the direction of thu Engineer. All casing removed from the well shall be the property of the Cortractor and shall be removed from the site at his expense. WELDING. Welding shall be don.• by skilled operators. The welding techniques employed, appearance and quality of welds made, and the methods of correcting defective work shall conform to the code for Arc and Gas Welding in Building Construction of the American Welding Society and to the Standard Specifications of the American Institute of $teal Construction, as applicable. Surfaces to be welded shall be clean and free from loose scale, rust, grease, paint, and other foreign material, except that mill scale which will with- stand vigorous wire brushing may remain. A light film of linseed oil may likewise be disregarded. No welding shall be done when the temperature of the base metal is lower than 0 degrees F. Finished members shall be true to line and free from twists. Sp. Specs. 20 - 1 -6- D. PAYMENT. MEASUREMENT. Casing will be measured in linear feet to the nearest one- half-foot. 30-INCH OUTER CASING. The limits for measurement will be the verti- cal distance between the ground level, as established by the Erg I mar, and the bottom of the 30-inch temporary casing as placed. Payment for furnishing, m installing and removing the 30-Inch temporary casing will be made at the unit price entered in the Contractor's Proposal. 24-INCH INNER CASING. The limi' s for measurement will be the verti- cal distance from the finished top, as established by the Engineer, down to the bottom of the inner 24-Inch casing initially Installed to the bottom of the well. Payment for furnishing and installing the 24-Inch inner casing will be made at the unit price entered in the Contractor's Proposal. Separate payment will be made at the lump sun price entered in the Contractor's Proposal for the 24-inch drive shoe. Credit shall be allowed to the City for 24-inch casing withdrawn and recovered after exposing the well screen. Measurement shall be the actual length of 24-inch casing recovered for which payment had been made to furnish and Install. Credit shall be allowed to the City at the u.it price entered In the Contractor's Proposal and shall be deducted from other payments due to the Contractor. 22-INCH LONER CASING. The limits for measurement will be the cal distance few the bottom of the �,11 screen, down to the L .ttom of the 22-inch casing. Payment will be made at the unit price entered in the Con- tractor's Proposal . •fee Sp. Space. 29 - 2 -7 2C. FURNISM AND INSTALL WELL SCREEN A. SCOPE. This section covers the work necessary for furnishing and instaMg the well screen, complete. B. MATERIALS. WEII SCREEN. The well screen fhatl be a wire-wound, continuous slot ' telescoping screer with a nominal diameter of 24 inches. The screen shall be ' fabricated of stain'ess steel and shall be a Johnson wail screen. The screen shall be fitted with a lead packer top connection to fit the 24-inch casing specified. The bottom of the screen shall be fitted with a welding ring to accommodate the nominal 22-inch lower casing. It Is an_ieipated that 30 feet of well screen will be required. The Owner reserves the right to increase or deer Ase the length of screen or to eliminate the screen entirely if the aquifer characteristics, is encountered, indicate such modifications to be desirable. C. WORMANSNIP. WELL SCREEN INSTALLATION, Install the screen in accordance with the man,facturer's recommendations and with normal accepted practice. Lower the screen into place inside the well casing and pull the casing back to the location determined by the Engineer. D. PAYMENT. ;CREEM. Payment for furnishing and installing the well screen will be made at the unit price stated In the Contractor's Proposal fo. the number of feet actually installed. FITTINGS. Payment for furnisting and installing the screen fittings will be made at the lump sum price stated in the Contractor's Proposal . M1 mM14 Sp. Specs. 2C - 1 -8- 2D. GROUT SEAL A. SCOPE. This section covers the work necessary for the grout seal, com- plete. B. MATERIALS. PORTLAND CEMENT. Portland cement used in the performance of work under this section shall meet the requirements of ASTM Specifications C 150, Type I or Ill. SAND. Sand used In the grout seal shall be clean, durable, and suitably graded for the application. A sample shall be submitted to the Engineer for approval prior to use. C. WORKMANSHIP. GROUT, The grout shall be proportioned of one (1) part portland cement and two (2) parts sand with a water content of not more than six (6) gallons per cubic foot of cement. PLACING. Secure the Engineer's approval of the method of grout place- ment. No 1rthod will be approved that does not specify too forcing of grout from the bottom of the space to be grouted toward the Surface, The annular space between the Inner casing and outer casing and the void created by with- drawing the outer casing shall be grouted to the surface of the ground. The grouting shall be done cons h rously and In such a manner as will Insure the entire filling of the annular space In one operation. The casing shall be withdrawn in such manner that the bottom of the casing is always at least one foot below the surface of the grout In the annular space. Grout shall be added as required throughout the withdrawal operation. No drilling operations or other work in the well other than withdrawing the outer casing will be per- mitted within 72 hours after the grouting ceases. D. PAYMENT. Payrient for all work specified under this section will be made at the unit price per linear foot stated in the Contractor's Proposal for the vertical length or grout in place. Measurement for payment purposes wilt be the vertical distance from 2 feet below the bottom of the 30-Inch outer casing, before withdrawal, and ground level as established by the EnTineer. Sp. Specs. 20 - l 9 JAW 18 F �/ 2E. WELL DEVELOPMENT A. SCOPE. This section covers the work necessary for the development of the ;;el 1, complete. The word "development" as referrc these Special Specifications, - means the removal of the silt and finer v .,at particles from the aquifer around the well screen to produce a natural filter of coarse and uniform gradation. B. MATERIALS. Furnish a solid type plunger suited for a 24-Inch casing or as approved. C. WORKMANSHIP. After the well screen has been installed and exposed, the well sh-a- be Willy developed by means of surge plunger and bailer, or by other means approved by the Engineer. The development work shall be conducted until the well can be pumped to its maximum capacity w;thout pumping sand or silt. The Engineer shall judge when the development Is complete. Bailing or sand pumping the well after the pumping test shall also be included under this section. D. PAYMENT. INSTALL AND DISASSEMBLE EQUIPMENT. Payment for furnishing, Installing, and removing the equipment for developing the well will be paid at thn lump sum price stated in the Contractor's Proposal. HOURLY DEVELOPMENT. Payment for development of the well will be made at the hourly rate for development stated In the Contractor's Proposal . The Contractor will not be paid the hourly rate for development during the time the equipment is not actually In use In the development of the well, or for any equipment repair, or for any time, in the opinion of the Engi"mr, that the development procedure Is not being accomplished in accordance with these Special Specifications, his direction, or both. 1d{,d Sp. Specs. 2E - I -10- 2F. PUMPING N� G' TEST A, SCOPE. This section covers the work necessary for testing t:•. •roll, complete. 8 MATERIALS. TEST PUMP. Furnish and install a test pump and driver with all neces- sary appurtenances capable of pumping at least 3,000 gallons per minute from a pumping depth of BO feet and a discharge pressure of 2 t Provid e (gde on the discharge side of the pump a suitable throttling device to Pumping at variable rates down to 500permit g Pumpingshallplate with prime mover of ample powe r, controls, appurtenances,bandashall be capable of being operated without Interruption for a period of 48 hours. DISCHARGE PIPE. Furnish, install, maintain, and operate 50 feet of discharge piping for the pump unit of sufficient size to conduct the water being pumped. The City will dispose of the water by laying a 16-Inch above- ground pipeline to the Cedar Rive_ MEASURING DEVICE. Provide approved orifice plate or flow meters capable of measuring the pump discharge within plus or minus 2 percent of flow rates from 500 gpm to 3,000 gpm. DEPTH GAUGE. An airline complete with gauge, hand pump, or motor driven compressor, and check valve shall be provided. The gauge shall be accurate within I psi. The airline shall be securely fastened to the pumping unit and shall terminate approximately 5 feet from the end of the suction pipe. C. WORKMANSHIP. TIME OF TEST. Install the test pump, flow Mae Suring devi^e, well draw- down apparatus, and all other equipment incidental to the pumping test after the well has been pumped clear of sand and silt and the depth of the well ac- curately measured. The Contractor shall install the pumping equipment in the well complete and ready for operation. He shall then run a preliminary pumping test of approximately one hour duration on the day prior to the prolonged pumping test ordered by the Engineer to check the operation of all equipment and to estimate the production capability of the well. The Contractor shall include all costs of the preliminary test in his price for setting and removing the test pump, DURATION OF TEST. Operate the pump continuously without interruption at such rates of discharge and for such periods of time as directed until the ground water table has stabilized in form. The Engineer shall judge when this condition is attained. The final test shall then be run fora period of up to 48 hours as determined by the Engineer. If a final test is Interrupted more . than 5 minutes per 24-hour period, the Engineer, at his discretion, may order the test started over again at no additional cost to the Owner. The test shall be made under the direction of the Engineer. Sp. Specs. 2F - I 11 .'AN 1 P 1966 INTERMEDIATE TESTING FOR WATER PRODUCTION. Throughout the drilling operations accurate records shall be maintained of the static water elevation in the well. Daily measurements shall be made at the beginning and ending of each day's drilling operation. Based upon the changes In static water eleva- tions, the Engineer may request a capacity test prior to the completion of the hole. Upon completing the intermediate capacity test to the satisfaction of the Engineer, drilling shall be conti.tued as directed by the Engineer. , CLEARING OF SAND AND SILT. If considerable quantities of sand, or silt, or both, are pumped out of the wail during `M test, the Contractor shall discontinue the test and resume wall deve-pment. The Engineer shall be the sole and absolute Judge as to whether such additional development is necessary. 0. PAYMENT. Payment for work required mtder this Item shall be made at the Tump sum annT unit prices bid in the Proposal. Each Intermediate test for water production shall be made at the unit prices for the continuous capacity test as stated in the Proposal and as specified below. One lump sum amount shall be paid for removal, Installation, and con- ducting the first 8 hours of the continuous capacity test. Time for the capacity test after the first 8 hours shall be paid for at the unit price per hour bid In the Proposal . Time for payment for pumping test shell be deter- mined by the Engineer and shall be the actual time of pumping continuously, or pumping for shorter periods where directed by the Engineer. These payments shall be considered full compensation for all work specified under this item. In case of shutdown of a continuous pumping test due to equipment break- down or similar cause, oo payment will be made for pumping time prior to shut- down. PRELIMINARY TEST. The Contractor shall Include all casts of the prelim- inary test In his price for setting and removing the test pump. ewer Sp. Specs. 2F - 2 -12- 1G- DISINFECTION A. SCOPE. This section covers the work necessary for disinfecting the well, complete. 0. MATERIAL. The chlorine solution used for disinfecting the well shall be a of suZE—Woume and strength and shall be so applied that a concentration of at Isatt 50 ppm of free available chlorine shall be obtained in all parts of the well. C. WORKMANSHIP. After the well has been completely constructed and tested. Tt she b�a tfiroughly cleaned of all foreign substances. The inner lining shall be thorrughly swabbed, using alkalies If necessary to remove oil, grease, or joint dope. The well shall then be disinfected with the chlorine solution as specified. Chlorine solution shall be prepared and applied in accordance with the directions of the Engineer, and shall reins in in the well for a period of at least 4 hours. 0. PAYMENT. Payment for the work specified under this section will be made at theT u�sum price stated in the Contractor's °roposal . aitss Sp. Specs. 2G -13- ,aR 2H. CLEANUP A. SCOPE. This section covers capping of wall and abandoned holes and cleanup 07 site, complete. B. MATERIAL. WELL CAP. Provid e th inch thick plate with a I-inch threaded plug installed in the tenter off the plate. - C. WORKMANSHIP. The cleanup shall be done at the completion of the project. LAPPING. Continuously weld capping plate to casing after the well t.ac. been approved by tht Engineer. PLUGGING AND CAI`PING ABANDONED HOLES. Plug or cap abandoned or rejected wells. Fill holes with clay, drillings, and Cuttings, a mixture of clay or drillings and cuttings and Portland cenent, or other approved materials. The well shall be capped in an approved nanner. CLEANUP OF CONSTRUCTION AREA. Upon completion and acceptance of the well, remove from the si •e all cuttings, drillings, debris, ,snd unused materials, all pipe, fittings, tenpora ry drainaOe fittings, temporary construction buildings, and other miscellaneous items resulting from or used in the opera- tions. Replace or repair any facility which has been damaged dur:ng the construction work. Restore the site as nearly as possible to ginal it•. ori condition If Well 9 is ruled in a City Park, the Contract little dis;u rbance as possible and, is or o cause as subject to th n requirement, the City will restore the area to Its origina; condition. 0. PAYMENT- Payment for work required under this Item will bp included in the lump sum price bid in the Proposal. Such pa,mvnt ohall h,• i t ion for ,ill work specif i�d cinder this t AAA A sp. Specs. 2" - 1 -14- IT �eS W�LL� ed '"fHRCADEO PCub Y4O"NCrA.PV PLAie _�GG - V 0 r —_ WeLDED�L 9rN0 V�� -aWaeLE GTA I WELL A*.V t REV.•4$1kR ___- oROUND duRM11Ce [leearr R E AR r ceMENr GROUT i Ih /VE p- )-A R K RGELOW O'CASbb isU 1 — l r - -9C-IMC0 r'aa itARY AprrR �jpLl OG ReMOVEL` Arrea rLACEMEMT z4^aO. ar scour �� r rRoracr LecAp 2I-INCH 0.0 CUTER G8rti6 1 r WUL Mo.a ry LAAD PACKsm I Poor I r car *OVC 950rrOM CF I DRIVE SHOE I JCNNSON reLGSCVI'c :IZE ' q SrAWLES5 STEEL SCREEN O I 24'C:AMZ7"&R OB V 1 1 iyP1,25 r32 i I I I .. cep —•-�... 1 WELDING R.W6 V/Cl.�lf 'Y 1IAA 1 H O�D.Lowsm _ q ! ! LCweR :AerNO /` 200, -- -„ 1 I � I 1 I .Ask Nb'X ec. 70 2 N }"rr NY CITY OF RENTON. WASHINGTON CONST.4ZUCT1Oh/ PEZQfLS x" R CA,M, WELLS NO a NO �WQLL5 NO 8 G ti`Q 9 LOCATION NAP I CONSTRUCTION DETAILS VO SCA E �6.5 +c•re As ieoww woveuNi rw> r o ASF ColitLL NOWLANI,NAYEA a NUNTNEO E4790-1 WELL _No. 1 WELL No. 2 WELL !JO. 3 - 7 wutT rLooR Sc - OLAW. l90-� iRAV£L - O Ctnr IG J WCA311* GRAVEL 15 iti d"�n3/M^a Af�Vfx 22°LA!!NG 1009t 6R4VL-t GRAVEL ii;. ►EA PJL 3RAVPL GRwVlL �' - a• Q p0✓LOtR Q t; j 32 SD i ,t •i�iii El BNJO1 O.GVLi TIGHT S 10 C GRAVEL 471 • GRAVEL ili;i BAND 6 PE jNi'CAefh'8 J• � 4CWrAWNG bYAV6L GR VLro l ;a Q�ROCKS 0KWVeL .�1 ji iii I its 'IGNT N0 �.'� A -_ 7e C GRAVEL sa e2 es e:--- Py �CD4 GRAVt1 'n CLUE CLAY es — oa CITY OF RENTON, WASNINGTON WELLS NO ! A NO V DEMIS DE EEISIING HELLS L215 - .o sc�ie .o.ewes� I t .13E CONNELL,low"NN.RATES aNENNTFIfU E4790-1 b I • • - CORNELL, HOWLAND HA ` . YE8 dp MERRYFIELD E N G I N E E R S eno P L A N K E R S {OOAN IUI(pINO • 300 LLNION AREA CO • SN/I{f. WASM1rNCiON ♦11`1 - � / l[/N :Of Y11(•S - OIMI/ Q,/IC[S IM. /Ol1t4H0 • IOti[ S-4790.1 3 November 1967 City of Renton City Eall Penton, 1135hington 98055 For engineering servicrs through 25 October 1967, in connection with the Design of Well No. B. Engineer's Estimate of Value of Wcrk Completed to Date $348.6o p"T.y* r9E . . . . . . . . . . . . . . . . . . . . . . S348.60 cas a a assW"U nee.le Osaier, aty.r usWws of thy our Caaatl w. Dripa of Won We. 6 Pew~ lstlmts No. I n20.605 AroftleA lie. UOM ii Oast3ansa. It is tl.a raesmradaiisd of an &dtMasdat Dopwtmwt ttt lid %Aa attach ostlwto do OoMU, >. "W-mi. s to ew utlsompumdwvtew ffm AmUMA i • cos oator mgpV in Color ■tsor raft, fte saaw& dsa rAis au is $366.60. Thts bilunt is In aoCW4 as vitA Uo /os of we sposoad. VOT trais y"re, Sark Yilsm "Sky 14vivaar J141me i I CORNELL, HOWLAND. HAYES & MERRYFIELII E N G I N E E R S ... P L A N N E R S • IOGIN IU•IDINE Son LMiJN nil!!( • 'f.r li, Mi'i X�h G'JII 91�0 tf ti,MO N{_ .if. "J>! ]llfil. Ii35 JrNn of I•cis "N .Jn:.vD muse cci+-un 3-17�0,1 i 10 Noyaobe• 1967 "111 Journal Commerce�71Y of Commerce rM I%G d; Columbia Street Seattle, Wshlailton 96104 Gentlemen% Enclosed Is an mwrtlssmaet for Bids for the eonstruetlon of Melts S and 9 for the City of Renton, Washington- M111 you plea" run this advartlse^oent on Wednesday, 22 NoveoLer 067. }lease sand the stateDlant for this sarvl.e to the City of Renton, Cl-- hall, Renton, Washington 589i5• very truly yours, CORNELL, HOWLAND, -AYE$ a NERRYFIELD Antony S. Barr•ts ASS/& Enelosuret Advsrtisemant for Bids ;fee: City of Renton, Washington CORNELL, HOWLAND, HAYES A. MERRYFIELD E N G I N E E R S •. ._ o L A N N E R S IOo01 IYIIOIMC • 30, 'N10. S11111 • 11.1111. w03.!NCI1N •I'C� 1[lrinOMt All, C"t 7:H 17. 3021 OCN11 01IICH IN IO A"AND • 101f1 • C01101t �= S-4790.1 10 November 1967 City of Renton City Mall Renton, Washington 98055 Attention: Mr. Jack Wilson City Engineer Contract Documerts - Wells 8 and 9 Dear Jack: We unclose for your review and approval a draft copy of tie contract docu- ments for the abose wcrk. Certain sections are marked for your particular attention. We are planning to print the documents on Tuesday, 14 November, and would appreciate any comments you may have by that dare. Also enclosed for insertion in the official local paper are copies of the advertisement for bid. We will arrange for publication on. 22 November In the Seattle Dail�Journa l'of Commerce only. It Is believed your local paper is published on twn—�F— Hg{v ing Day,23 Noventxr. Very truly yours, CORNELL, IIC'.., ND, HAYES L MERRYFIELD Antony B. Barn" ABB/dc Enclosures: Bid Advertisement (1N) Draft of Contract Documents (1) aa.�.etaf u. 19e� VW Maim or v atOtt),Cwoy j 1M i Color uVar raft Mall ammunrn AWm-i"tlaa L frsp"U%UZ Ngraatad to OaU, for Old. for No drllliq or a rail is Coiic *Isar Ark. TM OII*jar{ad dab of W opwri+it L Maa.aker U, 1%7. rM umdy Tom, dank num CW Nam • 4 CORNELL. HOWLAND. HAYES & MERRYBIELD ENGINEERS PLANNERS {CLAN (UIID/NL • 300 UN+OH 5S1[SS • f[f1111. wefniNGfON •[i01 lII NNONL Af(A CODF ]Ef/e3e )e]3 OINII 011l'l5 /N lOf1(INB fO1S[ COfVAlllf 147lD,1 29 Navaater 1967 State Departaefft of Health 1523 Smith lower 506 Second Avenue Syattle, Washington 9Binl Gentleman! We enclose for your review and approval one copy of the Contract hmumants for Wells 8 and 9. City of Renton, Washington. your prompt review would be greatly appreciated so any netasssry chants, Of additions can be made before the bid opening 11 December 19R7. ►lease ell us If you he" any questions. Very truly yours, CORNELL. HOWLAND, HAYES S MERRYFIELD Antony R. Names ADD/djp nclosure: Contract Documents (copy Mo. 8 ) cc Mr. Jack Wilson, city Enginasr, City OTTenton 0 CORNELL, HOWLAND. HATES & MERRYFIELD s-4790.1 5 December 1967 City of Renton City Hall Renton, Mashingt,n 98055 For enninecring services from 26 October through 14 November 1967, in connection with the Design of Nell No. 8. Engineer's Er imate of Value of tlnrk EompleteA to Date $ 1,000,00 Less Previous Billings 348.60 AMOUNT DUE . . . . . . . . . . . . . . . .5 651.40 cal 1CORNELL, HOWLAND. HAYES & MERRYFIELD ENGINEERS ANc PLANNERS fA GIN ru Ito,NG • Sao UNION All It • $IA nit WA5"f Np.ON Yt 101 I1 1 1 1N0 4 F- AI,A Coe, 101142I.1.21 .I.,1 pIf ICrl JN 100 MANY DOi If I COtYA1tPS r s-.79o., 8 December 1967 Mr. Jack Wilson City Engineer City of Renton City Ha!; Rc.,ton, Washington 98055 Bid_ Opening - Wells 8 L 9 Dear Jack: We enclose for your use a reproducible of the Engineer's Estimate and bid tabulation far the at.ove. You will note that we have provided for separate bids on Well 8 and Well 9 and brought these to one total on the tabulation, but not in the contract proposa'. It is suggest-, that the bids are first checked for bid bond and power-of- attorney correct•y submitted, and proposal signed and dated on page ll, the total base bid, including State Sales Tax, could then be, read for Well 8 from page 6 and for Well 9 from page 10. If you had a small tabulation made up for these two figures and a total, it would probably suffice for the Council. The bids are of course on a unit price basis for most items. There a e four sets of documents out to bidders as follows ;audio Tacoma Meyer Kirkland Richardson Tacoma Stanfill 5panaway We are requiring certain experience and equipment availability (Sp. Specs., page 2) as part of the overall evaluation to recommend award. We have had a call from H. 0. Meyer on the pay items, particularly 2.8.e., but feel there is no ambiguity. It is possible that his bid may be accompanied by a letter to clarify his understanding, but, subject to its contents, we do not feet that this will amount to a qualified bid. In his discussion with me, I indicated this. No interpretation or revision was made, and therefore other bidders have not often contacted. Very truly yours, CCRNELL, HOWLAND, HAYYEES It MMERRYFISLO R zr..y lam?. V^A . Antony B. Barnes ABD/dc r � CORNELL. HOWLAND, HAYES & MERRYFIELD ENGINEERS •No PLANNERS IOG{N {U IONG UNI ON ION ST.111 • t({•IlF 1Y♦;' ��N 1r101 1t1(iI•CN1 .1//. CC p: :0{f!3{ 3031 (.tM(I OIiiC(1 iM ie 111{Np • rO 11( • (91V 11{'1 S-4790.1 13 Der 1967 Mr. Jack Wilson City Engineer City of Renton Citf Mall Renton, Washington 96055 Construction Bids - Wells d and 9 Dear Jack: We have reviewed the three bids received by the City on II December 1967 and enclose a bid tabulation. All bids were accgmp,.nied by bid bonds and powers- of-attorney. The bid of H. 0. Meyer Drilling Company. Inc. , was c companied by a letter giving their interpretation of two items of the Proposal. In our opinion the letter was not intended to be a qualification of the bld and is therefore accept- able. Their interpretation of Item ZB.e is correct, but we anticipated a deduc- tion to allow partial credit for casing reco%:red from the hole, as bid by the other two bidders. Meyer Drilling entered a unit price of $240.00 per linear foot for forty-five (45) linear feet for a total addition of $240.00. In our opinion this was an unintentional error for a lump sum addition of $240.00 rather than $1C,800.00. The lesser amount has been entered in the bid tabulation. The letter from Meyer Drilling Con.pany, Inc. also interpreted Item 2C.1b (not 2D.b as stated at the letter heading). The interpretation is correct. The pay items in the Proposal do not exactly match the particular description of work to be performed, but we have discussed the matter with Mr. Meyer to confirm that his understanding and the basis of his bid are correct. In our opinion neither of the matters raised by Meyer Drilling Company, Inc. affect our recommendation of award. Gaudio Well Drilling Company is low bidder on both Well No. 8 and Well No. 9• We have experience of their work and equipment and In our opinion they meet the experience requirements set out in Special Specs. IA-2, last item. Their bid was accompanied by a list of clients for whom they have performed work with some of which we are acgdainted. We therefore recommend that the Proposal of L. R. Gaudio Well Drilling Company be accepted in the amount of Twenty Six Thousand Nine Hundred Nineteen and 20/100 Dollars ($26.919.20), final payment to be computed on a unit price and lump sum basis as bid. The Engineer's Estimate was $34,036.00 as shown on the bid tabulation. � i • Mr. Jack Wilson City of Penton 13 December 1967 Pape It is rect nded that the City authorize work to start on Well No. 8 as soon as the contract is executea ana reserve the right to proceed with Well No. 9 as soon as final arrangements are made between the City Departments to enable Well No. 9 to be drilled. We usually send a bid tabulation to all bidders after the Council declsion and we can discuss the procedure for notifying the award after the Council meeting. Very truly yours, CORNELL, HOWLAND, HAYES b�MERRYFIELD 41-t wI I ( �.t c.— Antony S. larnes ABB/dc Enclosures: Bid Tabulation Bid Documents (3) V Dommm 15, 1967 Rcoorable Dooald Costar, Kavar Kw,bmv of the City Couneil 5a, 'Design of Yell F6 Pronmee No. 7 n2oAg Ar"amat N6. M-6T -;entlemnl 1% 1a tM roagmOsdatioo of the $ inwrtnt Departowt that tha attached steNrsat ter $651.40 dw Correll, Rorlando NO M 4 VIN I Laid:M appro"d far 7aynsnt. This paywrrt is for earvica/ port, a an prepeseI well #6 aM ", and is is oonmli+nee with the asrs MvA botom I:M City and MIA tug. rsry truly y ours, Wilson City Rrviw w JW+Le Y N.. ... � CORNELL, IIOWLAND. HAYES & MERRYFI ELD E N G I N E E R S •no P L A N N E R S rOOeM iUrIONG soe utlrON 3]/efr aN!rl f, wNSN NGrOM vlrer ]flf/NONt. e1fA Co f•.../et•-]... r O]NN prCfi rM. IOIIl1we 1051 • C01Yi 11 r3 S4790. 1 26 December 1967 Richardson Drilling 219 South 115th Tacoma, Washington City of Renton - Wells No. 6 & 9 Gentlemen: The City of Renton has awarded the Contract for the above work to the low bidder L. R. Gaudio Well Drilling Company of Tacoma. Your bid bond will be returned by the City after execution of the Contract. A bid tahulation is enclosed and, on behalf of the City and ourselves we wish to express appreciation of your interest in submitting a bid. Very truly yours, CORNELL. HOWLAND, HAYES & MERRYFIELD Antony B. Barnes AB3/cak Enclosure: Bid Tabulation tt: Jacl Wilson, C ty Engineer. air -R- -- 1� stu ,I. U IGoc C yiy IUtl, -r-__._ _ I UNIT - ?EY1 Df T M I UNtT QUANTITY PRICE TOTAL PRICE TOTAL PRICE TOTAL r pR CE IOTAL 4 E TOTAL PIKE TOTAL Ato aM�1 P 1 Irt �•. , i ti, + _ I UI - _'�� .Y_ __-� �_Y__. i Dr 11 Sflol o.cuj ::U00 Zi0.0 _ _.+ 30 rx,fi n m. diam, I t i2.rU 04C be 3 _15 JOl-- J00.U0 b L24 _ Inch nom dia- m. �... ._`n Ii NZ0.00 .�yjy.,011 2..OVr l..ii.Vli _11L 70 IF.,.. and install ...lot -a nc temP• outer vas R - -} f-- 2O 22.00 990 Ab 10 OQ-.� 2pb 00�- -I U lUu Oo 35.0 - L F k 1 drheshoe - '_L5 _ _ 94f Ou 42�.4 - a 11 ttwh Tanner raaini - - I 1 88 18.00 584,00` 15 0�, 1�32U OU 1 f u0 .. 108 OU 14 00 1 212.0 - - d 2 meh loner cai(ni '_i ( Ii 16.Oa �40 ISQ- 225 DO�._ld Ub tlU 00 1 0 Withd w 4- casina (DEDUCTI4 1 L.1. 9S 9.DU -05,OO1 In-_ .. Scr nand Fittmis --�_ --' _�� 6 00_ 47�00) _.. 24D 00 7_001 24' IF4,50 4 935,f`0 _ IbU 004f 800.0o I]i. I.0 .. I110 UD 18,l 5r re it1r .1� _ . �_. T 331.f0 280.W I'IU.DO -� 1.1. GG L0.00 d4E ff _ _ ZE IMeel PGg Weil -- -- - - -' '$'�---�• -.__. �- - - a Farn Inat.i +emove a ui - 0,00 2 0. b I De,,rI.l,f4%hears hr. 48 15.00 31 bNv.00 30.0 't M0.00 28.W 1 3N. 2 .0 2 2F t..t Pam test 8 h LS B00.00 54 4 6 Add, reel hr. 48 35.00 1,680.Or y0.0 1 N0.00 50.00 1 440.00 25.00 11200,0 LG Dian/ection LS 0 .0 ;75.0 O.a ! 0 Cleaml k e . Siell- LS ' ,00 - 100.00 gn 0 .�. TOTAL WELL 8 16 98'3,00 12,B80.00 14 Z75.00 --� i- - --- - -- W h Stale Sale_-Taa 4.4 -_ 742 00 _-i _ __ _ _. - # I _ -a-5-472 TAL BASE BID 30_- 17 Z 00 Il,sj 60 - f 7 -- WELL 9 _�_J_ Move in and temy. IarFlit:ea L5 _ _ 800.00 LA St. Well a 485.00 Z`-__ 13.:4clu TOTAL WELL 9 _ I6,U`S-.nn )2,880.00 13 8 - _. _ �- __ _Wash. Slate Sales Taa 4,5 714,00 _57g.00 -y1 ti2S. - _- .TOTAL [SASE BtD - ._-_. - - 16 8 2 09 - '-___ i 1�'S2+ TOTAL BID W ELLS e A 9 (Lnriadini Washingtoo State Sales 3axl 34,031, 00 126 919.t0 0 S -,_ _._("JrY OI I+E Y NTO . W ISIJIYl:7_ P. W.ili P kk ql___ 0. Bid Opr.,ng 4'.UDpm IX:ember I I. 1')67 TABULATION OF BIOS ' Comes trd IIYU n. Ly § 1.OD. 1,1 Ei..r,d n. Prop.„J .. Lm�p Sam addcive �iuuum '- I• 1 1H11 CORREII.i4RL1p,BaRE3 8 PIk RRr FIEIi F� g.47•.f.( llj 4 • -� CORNELL. HOWLAND, HAYES & MERRYFIELD ENGINEERS .ND PLANNERS 10G/N /VilDNO • !DO UNION {}If}, • S(/}}lf, M/�N INO}ON !/101 � OfNf/ 01/IC]S INr Ip]f IINO • /O,{] • COIYAtIIS I \ 1 Sa79o, 1 26 December 1967 H. O. Meyer Drilling Company 64Z4 Lake Washington Blvd. N.E. Hirklana, Washington 96033 City of Renton - Wells No. 8 & 9 Gentlemen: The City of Renton has awarded the Contract for the above work to the low bidder L.R. Gaudio Well Drilling Company of Tacoma. Your bid bond will be returned by the City after execution of the Contract. A bid tabulation is enclosed and, on behalf of the City and ourselves we wish to express appreciation of your interest in submitting a bid. Very truly yours, CORNELL, HOWLAND, HAYES & MERRYFIELD Antony B. Barnes ABB/cak Enclosure: Bid Tabulation. (/ Jack Wilson, City Engineer. C033N;'.LL. HOWLAND. HAYES & MERRYFIELD ENGINEERS .No PLANN LRS IOO.N IW t0iN0 • f00 YN:DN . fl.ftll w.f xNO fOx H:II f[tf Ix ON3, 1[IA CO fOdf P 3193 lo.sr O!M[I 01(!C[S :M. IOIIt.MD • {Off COIYat'1 S-4790.1 3 January 1966 City of Renton City hall Renton, Washington 98D55 For engineering services from 25 November through 25 December IW, in connection with the Design of Well No. &. Fee as Per Contract 5 1,500.00 Less Previous Billings 1,000.00 AMOUNT DUE . . . . . . . . . . . . . . . . . . .5 500.00 cas OFFICE OF TILE CITY ATTORNEY P RFNTON,W AMMINOTON roar WWt sow a ]So inn aVr f eu'laMR.R[MroM.WA%&HhC10M aoee a kj a Kre 06e4016 a 6100 ,Ur•ATYRRMtY lOMw L PASS,Aft,PSVSreMr GTY errplM" JSm»ry 5, 146a Mrs, Mal"a 6yaon City Hall Renton, vasbinF;tm Re: C"traot for Drilling tell• aP and 4 bar Hr]wia s to 044of liver Park You hesuled us a day or two ago the Contraet Daedlanta in the abo wo matter. -e notice that the Contract term Is difta"ent Crow the one Previously used red Sw would sawat that in the futon. "lost speeial situstlau requirinf different kinds of contract, tha old faro be used Sines It contstns pcevtetoaS for intertiag the t• cortroct price ea well as the herd haraless efreemant which ens , , canteimd in the "Contrast for Canatrwettaq" In this matter. CLb, .a we can approve the contract ea tr fors, w world eleo SwPgast that in the future the public liaDlllty Insuranec be at least :100.000/'i300.000 in ltau of 000.000/w.0m. In fact. in contracts for constrwction isnalving greater risks the insurance caverSgs Should probably be $100.0001t500.000 far bodily injury, and not loss than 5100,000 on property Carte. If ve oaR be of Soy furthar help p1n," let us we rsrtn i M�rritlyly yasra,-� Carord M. Hhllan rStF:c tnc. cc I lever City tTfimer January 8, 1%8 Honorable Donald Custer, Kayw !embers of the City Comoil Roo Design of Well 18 Fiml 6stimte Pbam I 712o-605 Agremont No. 12M.67 Uentleesat It to the racomandation of the Engineering Dspartrent that the at"Wied fLr1 peymat for Pham I of the abom referenced project be approved for pageant. The mount due Cornell, Howland, dayes end Nerryfield radar this estinats in $57).00 and to in accordanm with the agreeaant between the City and mid firs. Very truly yours, � i r Jack..Wilson C Sty,%winew JWesc CORNELL, HOWLAND• HAYES & MERRYFIELD E N G ( N E E R S .N. PLANNERS 30 aAN fVIl01M0 • S00 VNION all Lrt • 5fA...F. rv.{NiNplpq il(a) lt(f la ON h. A33A 101, 20111,E-1.13 O3F31 OIII CfS IN IOIrL{NO • IOI33 CO.Y.{ll'a SA>y0.t 11 Jaswery 1%8 Seattle - King County health Dept. Fuh lic Safety Betiding 619 )rd Avenue Seattle, Washington 98M), Attention: Mr, Bill Ltoning Cl!x of Renton - Welis Nos 8 6 9 6antleaen: We enclose contract documents for construction of the above wells together with a when"Onad site plan giving their oroposad locations. It Is Intended to drill wall No. 8 iaeedlately and Well No. 9 In about three month$+ tine. We world tberofore appreciate approval of Weil No. B location end construction pronosais as soon as possihle. Approval has also been requested from the State Department of Seattle, Very truly youn, CORNELL. MOWLAND, HAYES t MERPyrIELO Antony R. 64rne• ADD/djp Enclosure: Contract Docusents (Copy No. II) Site plan (2) — cc Nr. Jack Wilson, Rentc City Enqineer • s QOBNELL. HOWLAND, HAYES & MERRYFIELD E N G I N E E R S NNo PLANNERS IOOAN IUI LpING SOY UNION Slllfl I111131. WA1.'.GI0N 1.101 SIIf Ix ONt: AIl6 fOpP•]06/114 3175 o5xt1 of11065 1N IOLSANO • 10111 [OIVASl15 $Y/90.1 n Jr-r.n 196e State Department of Health 1527 Snitn Tower 506 Second Ave-tue Seattle, Washington 98101 City of Renton - Wells Not. 8 6 9 Attention- Mr. AI Cote Gentleeen: Furthr- to ou- letter of 29 Movepter 1967 enclosing contract doculmnts of the above for approval, and our c=lephone -°onversation of 10 January, we enclose a site plan givinn dlnenslons to locate the two wells. It Is the Intention to drill Well No. 8 Immediately and Well No. 9 In about three months' tier. We would therefore ippreclate approval of Well No. 8 loce- tlon and constructlon proposals as soon as possible. We are planning to meet with Mr. Llening, Soothe-King County Health Department, on site on 12 January 1968. eery truly yours, CORNELL, HOWLAND, HAYES 6 MEARYFIFLC Antony A. Sarno% AS8/djp Enclosure: Site plan (2) r cc: Mr. Jack Wilson, Renton City Engi near AL _h X AVE n 1371 O� 40 v/ A3 xs1 �J! / C E 0 A R .MINI �tp y \\\ P PR K I / /A os TPEES I // CITY hAL., �`. �Do°•. CITY OF RENTON, WASHINGTON WELLS NO 8 3 9 :oe.rt �ow,..re ..+e5 x Mrurrrt o � r L R. GAUDIO WELL DR;.I-ING CO. 601 L•L+•®.ML N.E VAwJy 742M TACO" WASHLY6rON 964^:i January 15, 1968 Cornell, Howland, r.ayea d Karryfleld Loga^. Building 500 Anion Street seattle, Washington nttcrtion: sr. Dares Gentlemen: This letter will confirr: our telelp one conversatlor. regarding an 8-1nch t_-t well for the City of Renton. The L. R. Gaudio Co..- ... shall drill and case an fl- inch test hole far - followlr.i, prices: Drill and case 8-ira: .:ole at . . . 413.0E per foot urnish 1 (one) 8-inch drive shoe . 30.00 sack. Perforate 30 feet of 8-inch casln-z 3/8 X 2" perforations . . . . . . . 90.00 We thank you for t:= cc?portunity of submitting this proposal. If we car: be of fur.i-,r ;.elp, please call. Yours truly, L. 3. Gaudio !�r1111ng Co., By LAG/eg iONh H.RO8.h5uN RP[O Y.IIORLRTf IOnN Y.NOil[ _ MMIL MOIIL.YIYTN �•��r=M 0Q2C • ASSJCIATES, INC. GRr UND WATER GEOLOGISTS 1315 SOUTH 58TH STRLLT• TAOOMA, WASMiNGTON Y8408 • GRELNPi[w 4-6631 7Z,_a.`V Memo to: Cornell, Howland, Hayes & Merryfieia Logan Building Sth 6 Union Seattle, Washington Ati: Mr. Barry Barnes Subject: Well comaletien recomme:cancsy-_ Penton We;_'<. _3/SE-17F). We were requested to inspcc: the drilling project at :he above s..- i-d recommend final construction. ...a writer visited the lob or, Janus :., :96d when :he drdiers had the sole and casing down,to 79 feet. The driller ciscussed the progress of the job and the drilling samples were analyzed. The most productive aquifers a boulder and cobcle formation with a very small amount of sand, granules and pebbles. This formation reportedly lies between 66 and 92 feet (26 feet thickness). The static water level is reportedly at 24 feet below ground. Accordingly, we recommend setting a 200-slot stainless steel screen between 66 and 92 feet. The screen diameter s`oald be 24-inch nominal (20 3/4- ,nc'.: I.J.) and fitted with a lead packer to be swedged against the 24-inch casing. �•. The casing should be jacked back to not more that. 66 1/2 feet allowing at least a half-foot overlap. The bottom of the screen should have a welding ring to which a flush-welded tail pipe of up to five feet length can be set. A tau pipe base plate should be: firmly welded on and the assembly should have s.itable I owering fittings and centering guides attached. We recommend mechanical swabbing for development. Because of the nature of the formation, there will probably be a considerable amount of develcpfng time necessary. It may become advisable to use an air-lift pump and double-disc packer if the swabbing type of development is not fully satisfactory. Memo to: - 2 - January 16, 1968 Cornell, Howie•d, Hayes 6 Verryfield Future Considerations We understand that the well's yield may be set as high as 5,000 gpm and that a second nearby well is planned. The ground water is probably under water-table conditions and there are suspected hydrologic barriers caused by the valley sides of Cedar River. In such a situation, a careful hydrologic anal- ysis must be made to determine the direction and quantity of recharge. We would advise that adequate hydrologic information be gathered and analyzed 'before con- structing a second production well. ROBINSON, ROBERTS 5 ASSOCIATES, INC. Ground-Water Geologists By— / John B. Noble, Geologist JBN/sr ✓ / GORNEF.I,. ROoryAND. EiekYE6 do MSRRYFIELD E N G 1 N E F A 5 AN. F• L A N N E R S IPLaw IV • "I UM�nH ""It SIAtI[F- YES N.N.i t ON .I It,hON[ I Al.ttl NDO F•'9Cf'St +t Of YAlf 15 _ OfY[t JIIiCIS.IN t S-1rt9d.,� t 1H JanuerY Y!� ; Tea bUi Le-Lom-" Ptecs M.E. Iscams, 4401ngton 5dti2 sentient oporrst.__.---ttob-ill Your DrayOaet SaCed IS 'WN"ry 15" for ertlllnp an d-Inch ohaarvatl with on for ;he £ltY of dsston hee wsu approve "acpalerwa"atwithj t d ail reiovant reauirr ,vrk on the kasla *f yoer pr""al and pants of Your t:ontract with the CitY Co drill Pali Mo. d. Ina latton of the oaearvatioh "oil will be staked out ay the City at your x {'egw0 t. Very truly yours, COOWLL, NOYLAtid, hOES i rURVY190 MtonY 6. torsos "b(dc y cu Mr. lack M41D40. City Englosar, R4"W I� i r 1 i cl n n d r Is 30 JC /LF 20 IF (oCO OQ r ,.9 rr r dram __�- 125-a/ LF 82 LF � Z oSU al . - i!' -:�..i.. t•.`:'.n. Mlh r rd s�u5 1 *10.00/ LF .ZO LF �JC CU LF i t 425.Co LF go Oo tt, : i , . . i - * :LSo (Se L .S. Iibo..><r 5.00 / IF io LG 100,00 + Nf- +34 N0) 1.020 Cc. Soo cc. L.S 54c.,;o 'dd, t,•.+ ti 3J.L^J/NQ 11.6 He,. :Ly4.0o co.oe iu E ( v. " - + IOC .Go L..S IOo CO ri• _. .�. :. ao1 . 913 41%C `CASE All .IT/IF I09 L-F 1 41"1 .Oi' 2. f • 1 }}99 pfw4yl.LC ; ti: Gc; 4•S. 40 cc 3 ocarc.w*e w-tF aF '6 LA}NL n y� cc L.S Ta i AL- 06769%JOT1ON u.c L,- 1-5 3'7.0 NOTc. jNz CJNS'au T,cN Ot Wf'LI_ C.JNTIM6tFmr LIFONJ T!+f J,=E A^,Nb E'k0CorF^cC0 OF of 19 c$ 4.9/n LFL'. 10Y, /t..�A,NAGE' /1 snc NIT OVG TO-1 CORNELL, HOWLAND, HAYES & MERRYFIELD ENGINEERS INo PLANNERS IO OIN IV IIDINO • $00 UNION Sr1(!1 $111I1(. FIlNINOION 18101 f 1111NON1. ♦f11 COD$ 2061421.3I2S 0IN11 OIIKtS IN: 10111IND • 10111 • CO$YI(llS 504.0 --"— —� 22 January 1968 Mr. Jack Wilson City Engineer, City Hall Renton, Washington 98055 Construction Contracts Dear Jack: C'.ty of Renton We have studied the letter dated 5 January 1968 from the City Attorney to the City Clerk and would make the follm:ing comments. It has been our intent over the years to build up a set of documents which will apply to all types of worK with, the minimum of moaification for individual cases. This has resulted in the contract documents which apply to Wells 8 and 9, the same contract form as for the earlier Mt. Olivet Pump Station. We make use of a standard contract form which is referenced to the Contractor's specific proposal and other parts of the documents. By so doing we are able to recelve alternate bids and achieve other flexibility. The contract form does not in itself have the contract price, but this is contained in the Contractor's Proposal. We would suggest that the provisions of the hold harmless agreement nantioned by the City Attorne; are included in Article D-14 and 0-15 of our standard General Conditions of Contract, a copy of which is enclosed. If it is your wish that the public liat ility insurance provic ions be increased, this can be easily done in any future contract documents we prepare. Any revistooD to our standard docurm nts can be made at your request. Very truly yours, CORNELL, HOWLAND, HAYES 6 MERRYFIELD Antony 0. Barnes ASOIdc Enclosure; Extract, Co2M General COnditiCN15 D-la. Royalties and Patents. The Contractor shall pay all royalty and license fees. he snarl efcnd all suits or claims for infringe,,:ent of any patent rights and shall save the Owner harmless from loss on account thereof; except that the Omer shall be responsible for all such loss when a particular process or the product of a particular manufacturer or manu- facturers is specified; but if the Contractor has information that the process or article specified is an infrinZement of a patent, he shall be responsible for such loss unless he promptly gives such information to the Engineer or the owner. D-15. Indemaity. The Contractor shall indemnify and save harmless the Omer from and against all losses and all claims, demands, payments, suits, actions, recoveries, and judgments of every nature and description made, brought, or recovered against the Owner by reason of any act or omission of the Contractor, his agents or employees, in the execution of the work or in guarding the same. D-16. Release of Liens. On public projects, neither the final payment nor any part of the retained percentage shall become due until the Contractor shall submit to the Owner a signed affidavit, satisfactory to the Owner, stating that so far as he (the Contractor) has knowledge or information, all accounts for materials, labor, and incidentals in connection with work have been paid in full. The form of affidavit shall he satisfactory to the Omer. When the Owner is other than a public agency, neither the final payment nor any part of the retained percentage shall become due until the Contractor shall submit to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and an affidavit that so far as he has knowledge or information, the releases and/or receipts include all the labor and material for which a lien could be filed; but the Contractor may, if he is unable to furnish a release or receipt in full as provided - above, furnish a bond satisfactory to the Owner to indemnify him against any lien. It any lien remains unsatisfied after all payments are made, the Con- tractor shall refund to the owner all monies that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonab)e attorney's fee. D-17. Suhenntractirg. The Contractor shall., as soon as Practicable after tic execut—�n of the ConYrac;, notify the Engineer, in writing, of the names of the sulcontractors proposed for the principal parts of the work and for such others as the Engineer may direct, and shall not employ any that the Engineer may within a reasonable time object to as incompetent or unfit. The Contractor agrees that he is as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly r indirectly employed by them as he is for the arts and missions of persons directly employed by him. Nothing contained in the Contract Documents shall create any contractu.l relation between any subcontractor and the Owner. C.en. Coral. -9- W Fni',�l i -'+- -� CORNELL, HOWLAND. HAYES R: MERRYFIELD ENGINEERS •+o PLANNERS ,oeatl .Y,ra,NO HtI$ 10o Ms - r<oor lssvf u u l.ss le,4 c,oM H1p, A. o ren o„�ce, ,x +osr,.vo so,$, Corr u,,s s_4790.2 5 February 1968 City of Renton City Hall Renton, Washinuton 98055 For engincerino services from 25 Pecenber 1967 through 24 January 1968, in connection with the Supervision of Well tic. B. Total payroll cost charged to project: Engineer S 112.46 Technician 5.06 Office 19.06 — 13=0 Plus 60% Feneral Overhead _28_, 6'6 Plus 251 Engineering Fee 54.64 S 273.20 Expenses: outside Services (Robinson) 81.100 Printing Transportation 22.50 Postage .78 _ 110.6R awunT 0Pf . . . . . . . . . . . . . . . . . . . . . .. . S 383,88 cas L.0 Gaudio Well Drilling, WELL DRILLING CONT"CTOR 601 Le-LouWa Plea N. 1. TACOMA, WASHINGTON WAvedy 7-9256 Date Fey_-1r__19.� Fw_—___ CZ TY OF RYa'i'( w A4*fts_ Job Lontion.._.M�tj,l Ito. 8 - Contrast dates * 1_ f1.,,10 _ . oewc..M. awnwa. Item love In ! temporary facilities Y.C. Item 2t, a, Drill 30`. 20 linear feet at 130.00 per foot 600 00 b, Drill 24 82 linear feet at 25.00 per foot 2050 00 Item 2B a. Furnish, install t remove 30" casing at $10.Co ft 200 00 b. Furnish, Install 24" drive shoe 395 00 c. Furnish k Install 24" casing - 95 ft. at 15.00 1425 00 d. Furnish k Install 20" casing - 10 tt, et 15.00 150 00 95' total; 70' left In - 25 tt. •t 46.00 per foot _( 150 Op) Item 2C a. Furnish G Install Johnson Stainless Steel Screen 24-inch diameter, 26 feet at $160.00 per foot 4160 00 C. Furnish k install screen fittings L.S. 280 Go Item 2D a. Furnish k place grout Beal, 20 feet at $5.00 ft. 100 00 Item 2E a. Furnish ! install equipment for developing and remove same R.C. b. Develop by means of surge plunger Jan. 17 - 6 hours to _ 9 " 19 _ 9 w 22 - tc r oure at i30.00 per hour 1020 00 Item 2F a. Furniei.,install,dis¢..antle test pump and test first 8 hours L.S. 540 00 b. Additional test pumping after first 8 hours of test: Jan. 31 - hEur Feb, 1 - 8 2 - 1 " ours a 430.00 per hour 285 00 Item 2H a. Cleanup of construction area and cap well L.S. 100 00 Sub-total 11155 00 Washington State Sales Tax 4.5¢ )011 98 Total 1165798 Recommended for Payment: S;9ned 1�.3 � I .�I___. Antony 8. Baines Cornell, Howland, Hayes L Merryf;eld Date 11 Fehr ary 1968 L. Gaudio Well Drilling 4b. WELL DRILLING CONTRACTOR 601 Le-Lou wa Ware N E. TACOMA, WASHINGTON WAvedy 7-9256 Dalu_—_ Februarn_S,_19_f Pp CITY OF RrVTr1W job n—Pity of Renton 8e Observation Well ae mr ypgm sal 1/11�Q$_____ O\e011NTpM TOTAL NO T\Ni. 109 feet of 8-inch hole drilled and caned at 413.00 per foot 1417 00 1 only 8-inch drive shoe 30 I00 Perforate 30 feet of 8-inch casing L. S. go loo Sub-total 1537 00 Washington State Sales Tax 4,5% 69 1 Total 16o6 t7 Recommended for Payment: Signed "a.-t -- . ` Antony . Barnes Cornell, Howland, Hayes E Merryfield Date 13 Febru,ry 1968 • • CORNELL, HOWLAND. HAYES & MERRYFIELD ENGINEERS MNn PLANNERS LOGIN IU1IOfMG • Ito UM�ON 57111r • Sfl rrlf •IS.�NGION 1I1�I I!l!•MON[ IIfI COD! ....... II.I o r,r1 orncn M .GInIMn 90.$1 . COQvl Lu-S S-4790.2 13 February 1968 Mr. Jack Wilson City Engineer City hall i;enton, kashington 93U55 Uear Jack: i:ell Go. 8 - Gaudio Contract we enclose invoices from L. R. Gaudio t;ell Drilling Company for drilling tell No. 6 and the 8-inch observation well. The costs for well �,o. 3 are in accordance with the Contract with the City and for the observation well are as proposed in Gaudio's letter dated 15 January 1968. 41e recommend payment to the Contractor as follows: :ell i,o. c : 11,656.98 Uservation G211 5 1 ,606.17 TOTAL 4 15,263.15 (inclusive of 'Washington State Sales Tax) This total payment for the completed ball 'io. 3 and observation well compares with our estimate of : 11,23U.0U for Well �;o. 8 alone. Fayr,ent should not be made until the Contractor has satisfied the requirerients of Articles c-16, 0-20 and F-4 of the Lontract. is are preparing our report on the well and will make recommendations on equipping it for production. It is our opinion that the City has obtained a well with a capacity of at least 3,000 g.p.m, as intended. t:e recommend that ::ell :';o. 9 not be drilled until the fall of this year after experience of operating ';c. 8 has been obtained. Very truly yours, URNELL, IAWLAND, MYES a MERRYFIELD Antony L. Barnes ABB(cas Enclosure: Gaudio Invoices (2) cc: L. R. Gaudio well Drilling Cenpany `J1Yif. �'pr 8 ti trl" CAJna ter tNit �• ' ct En9tosor%ng �r•fitis t J"A tat t8'20.605 g rtn4r00s "o. n9 to �nf,fin: att plsati�t erg 1nt 4 Of *6 �. ass• ram"'"" tar s of It is tt+:Y,tsMk'ir.atM ttr* �prM the nttec�4` y,ou"66 YrutV Your s Pitk. td �s S46 - Virl Revs vorrytts e Lf t,9tr Honorable Donald Custer, Mayor Members of the City CoaPC11 Re: Def:gn of Well Mo. 8 Gentlemen: The drillint and ests havelPro proved OflWall s to De an has bWCOWlr� and the DW 9 need gr.M7Tthe nens at&U the to dls'On %hou)0 bepumon9to coonnstruuc - This project is to this year's budget and. if possible, this mm well will be in production this suemwr. It is tM r+cokmemdation of the Engineering geparhrat that a consultant be retained to design the station end prepare plains lad specifications for bid call. Very truly yours. Jack Wilson City Engineer JW:mc CORNELL. HOWLAND. HAYES & MERRYFIELD E N G I N E E R S P A N N E R S teal. /U :01NG • >p0 i'• +- 'r.-', w,;� ♦.."e :e';' 1, or«rr or ,r.rrc�N •a r'.. .. ,a.,.r• . ...... i S-4790.2 28 February 1968 Gty of Renton City Hail Renton, Washington 96055 Attention: Mr. Jac: Wilson City Engineer Gentlemen: Transmitted nerewith is our report or, drilling and testing Well No. 8 (Cedar River Park). The detailed drilling log and pump test data are bound in the report. It Is our opinion that the well should Le eevipped to produce 3,000 gallons per minute and, if possible, be available for the so-'nmer of this year. The degree of interference with the existing welts 1, 2 and 3 in Liberty Park which will be caused by the ner� well will not be serious. however, operational experience and 1`1=1d data from the 8-inch observation well will be necessary before a new Well No. 9 can be located to ensure adequate production without serious interference with wells 1, 2, 3 and B. Very truly yours, CORNELL, HOWLAND, HAYES d ME.RRYFIEL0 Antony B. Barnes Project Engineer ASS/cas 0# ..) at STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES OLYMPIA WASH11"GTON DANIEL J EVANS GOVERNOR H. J. PETRIE February 29, 1%5 City of Renton City Hall Renton, 'aahington It: C.A.O. 124$-67 Gentlemen: This is to certify that L. S. Gaudio Well Dri211ng Co., 601 Le-Lou-Wa Place A R 4 has made payroll reportand�pidpredn¢¢ums,duetheAcci]g n9 3a nd Medical lgidlffnds of the Department of Labor and Industries covering well 11 11 Very truly yours, SUPARVISOR OF INMMTAL IA504AAC6 A A. Woe�i�d kk Chte ti, UndeMt[in6 Section cc: L. A. 0"Ato Well billies Co. CORNELL. HOWLAND. HAYES & MERRYFIELD E N G I N E E R S 11 P L A N N E R S IOGIN 8.110 No • foe NN ON sN[1, ' "....t w1:- ","MONI •111 <OOI SOe1.21.3.11 O fNN .111113 iN -.11.O , ""I . <01.1,. 5-4190.2 'I wren i9� Mr. Jack Wilson City Engineer City of Renton City Hall Renton, Washington 98055 Well No. 6 Dear Jack: We enclose for your records four (4) copies of our report on the above well together with the daily drilling reports by L.R. Gaudio Drilling Company. If you require additional copies of the report, they will be prepared at your request. Very truly yours, CORNELL, HOWLAND, HAYES & MERRYEIELD Antony B. Barnes ABB/dc Enclosures: Report Copies 2 - 5 Gaudio Drilling Reports REPORT ON DRILLING AND TESTING WELL NO. 8 (CEDAR RIVER PARK) CITY OF RENTON WASHINGTON Q Copyright February 1968 by Cornell, Howland, Hayes L Merryfleld Engineers and Planners Seattle, Washington Record No. S-4790.2 Copy No.�� DRILLING AND TESTING WELL N0. 8 (CEDAR RIVER PARK) AUTHORIZATION By letter dated 9 October 1967 from the City Engineer, the writers were authorized to prepare plans and specifications for construction of the well; obtain approval of the State Department of Health to the proposal; recommend award of the Contract; provide general supervision of construction; conduct a test of the well; and report to the City. - PURPOSE The purpose of this report is to place on record the history of the drilling contract performed by L. R. Gaudio Drilling Company of Tacoma; report on the construction and testing; and recommend the facilities to be provided for a permanent producing well, DRILLING AND CONSTRUCTION The location of Well No. 8, the observation well and the existing City wells Nos. 1, 2, and 3 are shown on Figure I bound to this report. The drilled hole for Well No. 8 was 102 feet deep and a log of the strata is given on Figure 2. Also shown on the same figure is the log of the 8-inch observation well whicTi was an addition to the original contract. Wall No. 9, included as an option in this contract, was rot drilled at this time. Construction details of the two (2) wells are shown on Figure 2. The Contractor moved in on 8 January 1968, and drilled 102 feet of 24-inch cased hole by 12 January, A 200-slot stainless steel Johnson 24-inch O.D. telescope size screen, 26 feet long with 24-inch lead packer and 20-inch bell bottom, was delivered to the site by 17 vanuary. After adding 10 feet of 20-inch casing tail pipe the screen was installed the vame day, and was set between 66 feet and 92 feet. The well was developed for 6 hours by surging and withdrawing the 24-inch casing to 86 feet. On 18 :,nuary the casing was withdrawn to 75 feet and 9 hours of development produced an estimated two cubic yards of sand. Development was continued on 19 January for 9 hours with the casing pulled back to 69 feet. A further 10 hours of development were performed on 22 January and the 24-inch casing was withdrawn to a shoe depth of 67 feet. The lead packer was installed, the space between the 24-inch and 30-inch casings cemented for 20 feet depth and the 30-inch casing withdrawn. The 8-Inch observation well was drilled north of Well No. 8 to a depth Of 109 feet between 23 and 26 January. It was cased 8-inch for the full depth with Mills knife perforations 3/8" by 2" from 60 feet to 90 feet, foot holes around, one feet apart vertically, -1- PUMPING TEST, The test pump was installed on 29 January with 75 feet of column and 70 feet of 318-inch airline. The City laid a temporary above-ground 16-inch cast iron pipeline to the Cedar River and the Contractor installed an orifice plate at the discharge end. A cor lnuous chart Ovate: level recorder was :nstall.ed or. the observation well and charts maintained from.. 26 January to 3 February to determine the effects at that location of the existing wells 1, 2 and 3 and the new Weil No. 8. The trace from the charts is reproduced as Figure 4. Preliminary test pumping was conducted on 30 January from 2 p.m. to 3 p.m, with discharge up to 2,150 gallons per minute to help develop the aquifer. Following the trial run on 30 Jar f, the pump test was conducted on 31 January from 8:00 a.m. to 4:35 p.m. .ne existing City wells 1, 2 and 3 were not operated between 8:00 a.m. and noon on 31 January in order to assess the effect of the new well on the Liberty Park wells. Throughout this period there was some evidence of very slight interference. Cetween noon and 12:30 P.M. all three Liberty Park wells were started and remained in continuous operat.on until the pumping test ended at 4:35 p.m. A tabulation of field data is included in this report and the conclusions to be reached from this and the water elevation trace at the ohservation well on Figure 4 are dis- cussed below. — INTERPRETATION OF PUMPING TEST DATA. The test data in Table I is plotted on Figure 3 as a rectangular plot drawdown curve. It will be noted from the form of the curve that development of the aquifer continued throughout the pump test because the erawnnwr, tended to get somewhat less with increased pumping rate up to 3,320 gallons per minute. The well had a specific capacity of 150 gallons per minute per foot of drawdown after eight (8) hours. Specific capacity is a measure of the capability of a well and its numerical value will normally decrease with either increased rate or time of pumping. The specific capacity of Well No. 8 is not as high as the Liberty Park wells and it is believed the new well draws water from beneath a layer of comparatively tight sand which partially isoiates the top aquifer from which the Liberty Park wells obtain water. There is obviously some hydraulic connection between the Liberty Park wells and the observation well which is illustrated by the trace on the recorder charts reproduced in Figure 4. Within the accuracy of airline measurements at Wells I and 3 only slight Interference from Mal: No. 8 was detected. It must be appreciated that the scale Of the recorder measurement is Such that the trace on the charts is quite sensitive to movement of the groundwater sur,`ace. -2- Well Ne. 8 was fur.her developed for eight (8) hours on 1 February and for one (1) hour on 2 February and the specific Capacity improved to aboJt 200 gpm per foot of drawdown at 3,325 gpm. At the end of this time only a few grains of sand were being pumps:. It is therefore concluded frca. the pumping test and subsequent development that the well will have a specifi. capacity of at least 150 when pumped for 24 hours at 3,000 gpm. The corrtsponcing drawdown would be 20 feet and, with a static level of 25 feet below ground surface, the pumping level would be 45 feet. We therefore recommend that the well be equipped to produce 3,000 gallons per minute and that the bottom of the pump bowls be set at approximately 60 feet witn a short suction pipe. IPTERFRETATIuN OF DATA FROM LEVEL RECORDER ON OBSERVATION WELL. A water level recorder was installed on the observation well to Investigate the effect of pumping Well No. 8 and to date mine its zone of influence with respect to the existing City wells and a future well if located close to the observation well. The recorder was installed on 26 January and recovered on 3 Feoruary and the trace obtained fron its charts is reproduced in Figure 4 in this report. Figure 4 has oven prepared primarily for comparison with conditions when Well tio. 8 is operating as a producing well in order to help locate a new Well No. 9• The trace on Figure 4 is an Inverted record of the movement of the ground- water level at the observation well. It will be seen that the level s sensitive to the operation of Liberty Park Wells 1, 2 and 3• However, it is believed to be more sensitive to operation of the smaller Well Up. 3 i1,600 gpm) than to either No. 1 (2,000 gpm) or No. 2 (3,000 gpm) or both together. Furthor study is necessary with the Liberty Park wells cycled for observation. The apparent effect at the observation well from pumping Wel, No. 8 at up to 3,250 gpm for foul (4) hours and continuing at that rate with Wells 1, 2 and 3 producing an additional 7,000 gpm for four (4) hours on 31 January was to lower the water table by less than 18 inches. Additional charts should be taken at the observation well when 'Jell No. 8 has been equipped for production. Changes in barometric pressure, flow in the Cedar River ar,b tidal fluctuations can all have an effect on the groundwater level in the area. -3- WATER QUALITY. A sa.^,,le of water nas been analyzed and found chemically suitable for munic"pal water supply. A copy of the analysis is bound in this report. WATER 7Ft6PERATLPE. The tempe-ature of water fro- 'el! �o. 8 is 52°F., the same as from Well No. 3, but 34 iigher than from No. i and No. 2. This would tend to suggest that Nos. 3 and 8 draw fron a deeper aquifer but Nos. I an- 2 are also close to the colder Cedar Raver at L0°F. The difference in temperature may only be a function of distance and time of travel from the river. RECOMMENDED PUMPING EQUiPMiNT. It is recommended that all pumping and electrical equipment oe installed witlin a pump station, the external appearance of wiich has regard to the future developme ,t of the City Par_ L''el) Pump and Motor. The punp should be of the vertical turbine type with 440 volt hIll,ow11hatt electric motor. :object to refinenert of compu- tations a 250 h.p. motor will he required. Supervisory Con Zr , The pump should be operated by an extension of the existing super sory control system. Meter. All water pumped Prron the well should be metered to maintain a system "ovate. balance" and to conform to State regulations. Discharge Pipeline. Tne location o`' Well No. 9 will not be decerm fined until operating experience has been gained with No. 8. It is therefore recommended that a 16-inch pipeline be laid from Well No. 8 southwest to the trunk mains in Noi,ser Way. A pipeline to Mt. Olivet reservoir should be deferred until Well No. 9 is located. Baste Line to Cedar Piver. It is probable that the new well will continue to develop a small amount of sand during its initial operation or after being idle for a perioo. In Order to prevent this sand from entering the distribution system and to provide surge protection, it is reconr -nded that a 12-inch aste pipeline be )aid to the Cedar River with appropriate surge control equip;.ient. Tnis line would not he subject to fu'l system pressure and might be asbestos- cement subject to further investigatior. PRELIMINARY COST ESTIMATE - PUMPING FACILITIES. The estimated cost of the pumping equipment and pump station at current contract constriction prices is $50,000.00 exclusive of engineering, administration charges or sales tax. To this should be added the cost of the )6-inch discharge line to the distribution system and the 12-inch waste line to the City River. -4- CITY OF RENTON WELL NO. 8 PUMPING TEST DATA TABLE I 31 .January 1968 � c w , u n rya n 1 " Fi n c 1 [ a > O•-c� O u 3� c R E MARK S M w v. � o ue o a— Ew-� mcV �•: w .ui Z�a i $e w 1- O 3 A. M. -- --__-- - _ — Wells 1, 2 E 3 all off at 7`•20 a.m. 7:45 -- 25.15 -- -- -- -- S.W.L. Below El. 46.15, top of casing. 7:50 -- '- -- -- -- No. I S.W.L. 19ft; No. 3 S.W.L. 8 ft. 7:59 0 -- -- -- -- -- Started pumping 10" orifice; 1211 pipe 8:01 1 37.5 12.35 Discharge dirty 1,200 rpm 8:03 4 38.0 12.85 19 2,150 Discharge dirty 8:11 12 38.2 13.05 Discharge dirty 8:18 19 38.3 13. 15 Discharge dirty 8:25 26 Discharge clearing up 8:27 28 -- -- -- -- -- No. I S.W.L. 19-1/2 'eat 8:30 31 I 38.4 13.25 19 2,15G 1,200 rpm increased Q gradually 8:33 34 50.0 24.85 very dirty 1,650 rpm • 8:34 35 53. 1 17.95 37 3,000 very dirty 8:38 39 53.0 27.85 Sand, very dirty 8:40 41 52.6 27.45 Sand, very dirty 9:04 65 50.0 24.85 43 3,250 Sand, very dirty 1,650 rpm 9:35 96 48.3 22.15 44 3,260 Clearing up; still sandy 9:40 101 -- -- -- -- No. 1 S.W.L. 19-1/2 feet 10:00 1_I -- -- -- -- -- No.) S.W.L. 19-1/2 feet; No. 3 S.W.L. 8 ft. 10:10 131 47.7 22.55 44 3,260 53' Clearing 1,650 rpm 10:30 151 Air Temp. - 11:15 196 47.3 22. 15 45 3,300 Clearin 38". CcJar River 40', 11:20 201 No. 1 S.W.L. 10-1/2 feet City of Renton Well No. 8 Pooping Test Data Table 1 31 January 1968 (cont.) T u 1 — q— as M Q� 1 0 E o t O Y � .+ c — am v2 Y c •- f E Y E u Y L q v Y v x vY bxa «a RE MA RK S W10 211 No. 3 S.W.L. 8-1/2 feet 11:4 221 47.0 21.85 44 3,26o 1,550 rpm 12:0 246 -- Started No. I S.W.'.. 19-1/2 ft. P.L.+ 34 ft. 12:1 251 Started No. 2 12:2 261 47.1 21.95 44 3,260 12:25 266 Started No. 3 S.W.L. 8 ft. P.L. + 14-1/2 ft. t 2:3 271 No. I P.L. 32.5 ft. I Z 2 5,300 gpm 1:35 336 47.25 22.05 44 3,260 No. I P.L. 32.5 ft. I e 2 5.300 gpm 1:4 341 45-1/2 3,320 1:45 346 No. 3 P.L. 15 ft. at 1,650 gpm I:'0 351 46.6 21.45 2;3 396 46.6 21.45 3:25 446 46.6 21.45 3:30 451 45-1/2 3,320 52° Char 3:35 456 No. I P.L. 33 ft.; 49'F.; i d 2 5,100 gpm 3:55 476 No. 3 P.L. 15 ft.; 52°F.; 1,570 gpm . 4:00 481 46.6 21.45 No. 1 P.L. 33 ft.; 1 b 2 5,200 gpm 4:25 506 45-1/2 3,320 Stopped No. 2 4:27 508 No. I only 2,100 gpm; PA, 25-1/2 ft.; system 75psi 4:2 509 Stopped No. 1 4:29 51') No. I S.W.L. 22 ft. and rising 4:30 511 No. 2 started on automatic + 3,600 gpm 4:31 512 No. I still off 4:35 516 46.6 21.45 Stopped Test pump at no. 8 4: 4B 519 Stopped No. 3 4:40 521 No. 3 started on automatic 1,650 gpm NOR?IWES'T LABORARIES APPLIED INDUSTRIAL RESEARCH StAFf JrfµMTLWy:ASTM.ACS-A!O1.f.A,CI.A.$K�A.O.CS-Atl.I-N.SPE.-ACJ.L E00 LAMES STREET • SUTTEE, WAENINaTOV mE1GA . TELEPHONE MA. 3.0460 RepoEt to: Correll, Bm+iand. Hayes A Narryfiald Date: c ebrU:-}• 9 !_ . 1.6a Repo" on: War= Analysis Lab. Na C o..: IBEtSPIFICA"IO:tE 1. 8t:atce. Kath. ollcvial W-11. 100E Beep :plc tcicen 1-31-63 a: :!Uaicipal Supply P7YSIC�u C31�.1CP_!.I8TZC8 Sample 1 CeM color Scale) 1 Torti-lty 12.0 Dissolved Salida 109.0 fn,!ICNL cwT,-=CTE(; S^ICS pb 7.5 Silica, S102 a0.2 .t.b Iron, Fe 0.08 -- Calcium, Ca 16.2 O."'i ):egnealum. K^, 3.8 0.513 potassium + Sodium as Na 19.6 0.853 Y.ae„aaoaa, MS less Than -. 0.01 Hydroxyl, 03 !:Ono -. Canasta, CO3 fora -_ Bircarbcaatc, DCo3 84.1 1.412 Sulphate, $04 8.7 0.131 Ciloride, CL 13.5 0.331 Nitrate Nitrogen as J 0.17 .- Phosphate. PO4 "a Than -- 0.01 Fluoride, Y Sea;; •. Frco CO2 4.5 .- Normal Carboaxa Aiksliuity as cam, vor.a Bicarbonate Alkalinity as CaCO3 70.6 Total Zardaess as C-0O3 56.1 Nos Carbarate HArdaaaa as C 003 None Hardness clessiiiaatiea iediam Lard (FaA^.e: 50-IN MI) Y,6'.TfB'UT LA801AT03iE5 //'''' Clv"Q J. Amutiachor ONyO � • I ' ^ Y ,.' wt:l fK3J ^� i I I 4 t B E R T Y I I -INCH 1�! OBSERVATION t FARK I / ,S WELL CEDAR I I r 1v � S°6�RIV ER FARK 00 1 F 1" • too' ' i (' i SWELL N0. 8� 1 I CITY HA'. wfus NO I,j f FIGURE 1 CITY OF RENTON, WASHINGTON WELL NO 8 LOCATION MAP 4790.7 fE B4 UAFl ]vpB Y :M4 4 GIfM: ntr Y :D f.Nb Y G,VIr a. „• . I kiMt M.IHI WM!MJ .^AMIti ' Yr1v RAH4, 3WO Wfv[l.XulbM4 11 r ' ), CAf.Nb r e _.r1.f,Nb �tYrnMii it� Mr a r s4x. -. n_rr• u aDH.YMIYY VMF RKIl1 •I.!^l_OI! XHe' __ bt At )G !. t OYq+ie OMu r101e I WELL NO. B B-INCH OBSERVATION WELL NOI TO SCALE NOT TO SCA:E FIGURE 2 CITY OF REN'ON, AASH!NGTON WELL LOGS & CONSTRUCTION DETAILS ! u 0 z a v Y N O 0 2150 3260 GPM 3320 GPM ..�i G GPM � a > 11 6{ W W LL + 1 Z Z 3 O 30c 300 - 400 500 25 --- „, 300 o ACCUMULATED MINUTES FROM : 59 AM 31 JANUARY 1968 FIGURE 3 CITY OF RENTON, WASHINGTON PUMP TEST - WELL NO 8 HYDROGRAPH 3320 5PfCl'K CAPACJVOP uas AT 3320 GPM n 31.93 •'""' ,pr 150GPM/Pt DRAWDOW^1 ref, : PFBR WRr t96D Ali ' tr T f i � tl { jT1 I ► IIII � �• � I i � i � ( � C!v q tlu1OM. ryl.few610N EIE"h- •N 9-Mc" OSSERWNON WELL ) MROa(fRK ERFfbW A SEA-TA[ MRIgT r r ++II I : FL-325 1". 9-1-55 File No: Ce ,1ia:;TCt1 O FMIC aUJa rneiM= To: Excise Tax Division Date: Audit Section Tax Ccrrission Olympia, "ashingtcn Frcr: City of Renton Do Hot Use — City Hall Assigned to: Cedar River Park Renton, Washington 98056 I Date Assigned: F.W.C. Dated: Late of Claimt Gentlemen: Cotice is hereby given relative to the completion of contract or project described below- Description of Contract -CAG 1248-67-(W-289) Construction of Well i6 for City of Renton.There will be supplemental report at a later date on the acceptance of additive alternate well 09 if done. Contractors Name : L.R, Gaudio Well Drilling Company Contractor's Address - 601 Le-Lou-Ha Place Y.E., Tacoma, Washington Pate Vork Cormenced -January 3, 1968 (well P8) Date "ork Sompleted : February 1, 1968 (Well 08) Date cork Acceptedfeb, 28, 1968(Well t8) Surety or Bonding -omyany ; Maryland Casualty Comany H.T.Hansen,H Thorwald Hansen. Jr.,H.T. Duren, Edw. Broz, Agentts Address : H.MCKJllan and Robert Shapley-Attorneys-Tacoma, Wash. Contract Amour,- 11,155.00 Amount Disbursed: '11,936.83 Additions 1,537.00 Amount Retained 1,326.32 Sales Tax 571.15 Total : 13,263.15 Total $13,263.15 By Diaburaing Officer THREE COPI.S OF THIS NOTICE „UST 8E CO6PLi.T'LD SY T4E I c3URSINO OFFICER AND MAILED To THE TAB COid.ISSIOIJ AT OLYlpIA, Y'ASHINGTON II 14EDIATELY AFTER ACCEp .NCE OF T'HE WORK DONE UNDER THIS CONTRACT. NO FAMeITS SHALL BE HAD:. FRO i RETAINED FUtU) UNTIL RXEIPf OF ?liIS3 4MIS CERTIFICATE, AND THEN ONLY YN ACCORMCE I4ITH SAID CERTIFICATE. PUBLIC '"oms CONTRACTS - Ll--i' FCR 17CISE TAXES -- FINAL PAY='T RCl^ 60.2a.C40 (sec, 4 chap. 236, Laws of 1955) The amount of all taxes, in- creases and penalties due or to become due under Title 82, WC from a contractor or his successors or assignees with respect to a public improvement contract where- in the contract price is five thousand dollars or more shall be a lien prior to all other liens upon the amount of the retained percentage withheld by the dis- bursing officer under such contract, and the amount of all other taxes, increases end penalties due and owing from the contractor shall be a lien upon the balance of such re'.-imed percentage remaining in the possession of the disbursing officer after all other statutory lien claims have been ,Aid. RCV1 60.28. C50 (sec. 5 chap. 236, Lai+s of 1955) Upon final acceptance of a contract, the state, county or other municipal officer charged with the duty of disbursing or a0hnrizinL disbursement or payment of such contracts shall forth- with notify the 'ax Commission of the completion of said contract. Such officer shall not make any payment from the retained percentage fund to any person, until he has received from the Tax Commission a certificate that all taxes, increases, and penalties due from the contractor, and all taxes due and to become due with respect to such contract have been paid in full or that they are, in t e commission's opinion, readily collectible without recourse to the status lien on the retained percentage. RCI' 60.26.060 (sec. 6 chap. 236, Lava of 1955) If within thirty days after receipt of notice by the Tax Commission of the completion of the contract, the amount of all taxes, increases and penalties due from the contractor or any of his successors or assignees or to become due with respect to such contract have not been paid, the Tax Commission may certify to the disbursing officer the amount of all taxes, increases and penalties due from the contractor, together with the amount of all taxes due and to become due with respect to the contract and may request payment thereof to the Tax Commission in accordance with the priority provided by this chapter. The disbursing officer shall within ten days after receipt of such certificate and request pay to the Tax Commission the amount of all taxes, increases and penalties certified to be due or to become due with respect to the particular contract, and, after payment of all claims which by statute are a lien upon the retained percentage withheld by the disbursing officer, shall pay to the Tax Commission the balance, if any, or so much thereof as shall be necessary to satisfy the claim of the Tax Commission for the balance of all taxes, increases or penalties shown to be due by the certificate of the Tax Commission. If the contractor ones no taxes imposed pursuant to Title 82, R7 , the Tax Commission shall an certify to the disbursing officer. March 11. 1968 H.L. Woodard. Ci:iaf State of Mashinpton DeparLmnt of Labor end Industries Underwriting Section Olympia, Washington 98501 Re: phone Conversatlon sating March 11. 1968 Dear Mr. Woodard: The L.R. Gaudio well Drilling CiAepany, 601 Le-Lou-Wa-Plate N.E., Tacoma, Washington, firm t143,?I15 has completed to the satisfaction of the City of Renton tha construction of Well 18 (8ase bid of Contract) and we have received your certification that he has complied with your requirements. This is to 'Inform vow *Met the contract as-a-wiwle 11 not car plated. There is an altex to Well 19 to be constructed. The construction of Well i9 is coetingtet upon the operating experience of Well /8 during the swamr cf 1968. If Well /9 is constructed, a supplemental report will follow. If more information is needed please contact this office. Very truly yours, Ronald L. Olsen Water fnginser RLO:mc CORNELL. HOWLAND. HAYES A MERRYFIELD E N G I N E E R S ..._ P L A N N E R S 5-4790.2 11 March 19511 Mr. Jack Wilson City Engineer City of Renton City Hall Renton, Washington 98055 Well No. 8 Dear Jack: We have received from, L. R. Gaudio Well Drilling Co. the following which are forwarded for your records. Affidavit of Wages Paid Statement of Intent to Pay Preva 'ing Wages Water Well Report - Well No. 9 (2 copies) .1 - Observation Well (2 copies) It is understood that the original copy of the Release of Liens was mailed from Olympia to the City on 29 February. We have received verbal assusrance from Mr. Gaudio that he would be prepared to drill Well No. 9 in the fall at the price submitted in his proposal, despite the delay. We suggest, therefore, that the contractor be paid all money due for Well No. 8, and the observation well when this has been approved by the State agencies, but that the contract not be closed out. This would be preferable to rebidding Well No. 9. Very truly yours, CORNELL, HOWLAND, HAYES 8 MER^YFIELD Antony B. Barnes ABB/dc Enclosures: As listed •. I - STATa OF WAa®MrTTOr DS<•A n"XT Or LABOR AND DM qT%= ATEMSW OF INTENT TO PAY pREVkUANIG WAGES ON VtjKAC WORILS CONTRACT w..rd+as,*9111..__ W cAndxt A.ataea�S.IF.yY.Ntt[�.1�$�...._1.3�Y--- County N wwea work Perbo otlixg-- .•- _. f h arat rA wttaln Cmrotr- mail-.10.-8- t ♦ 1lall_DrIlliatS Pisa.Cmtr.Oor.La...Ra..b�tfdia.-. STATa W Watmu"w f.. County of--fu=*- a duly satharized rep Teeentative Of In comphance with Chapter 39.12 RCW. I, the wtdersignetl,being Y L..-ff. aatrii a,fall-Srillirg �ailiaC� ti41-.yt-.lo"tiMt_PIA Sacnwa.Jfn.y$922 do hereby oettb`y trat in erection with the pertOrTnalim of work nn the public imPT`r"esrwttt -_- 19-0_ . the following rates samara Q____._-_._ pTo>eCt above described cnmmenrtng---.---�------ pain and no laborer, nr „aw work will be Paid less than the prevailing rate of per hour for each classification of laborers. workmen and mechanics will workman or mechanic an employed upr ified in the principal contract. wage Or. Lea than the minimum Cate Of wage as epn' "ls w� aOL:'�tYwPAY A.t .or tAaoa $5.6c .25 * .30 = .55 Driller ♦.86 .25 * .1.0 = .55 oiler rou. wtt ra A3et t«wt 9n,, .s r.eded 1, 5. -tiauAl-' a11.4ri111t>G-D�9»X_ GBY.... Subscribed and sworn to before me this._-..�{- 9 py E;:; fa tM StW of .m. r wa iw Wbhiaatt:a provide evidence Of intent to comply with the prevailing wage ,� purpose of this atateoltat is to p WARY FILING ONLY and cannot be requirements of 39.12 RCtt', IT IS A PRELIMINARY L RY and Industries that the Prevailing requtiw ation by the Director cons'tnxd as a of t;supts applicaUor' Ica certifk 39.t2, bor Mo have been satisfied. wage requirements as set tacit!,in RCW u var TO: O'rO`°'c' 'O py WAILI°IG WAGES IS TUM ABOVE STATEMENT OF INTENT 1 �PROtF'El pepartaatrt of Labor i InduaLfiM Ind r. tietician 4 t943' �anY pu6lfc Works Proms it will BEFORE FINAL WITLYMENT CAN BX Me.DE to to evfy pu ceetitieatia, by the be necessary for the cr tracto,, and any subcon6W to each classlficatfon of Director that ptvailtg wages including tnnge berietfts haee been P°� '•Affidavit Of ...''age$ laborer workmen or nWChanhs employed on card PTOIeCt Form S. F. ctor' 4orTo should be subutitted for the DiTectoi s CMIif,Catidl. 'I"iuse Paid rr a similarly constructed from any office of the pepernnent of Label and Indastrise- totTns are available upon raq submitted to an owner by a contraetor for payment Each voucher claim Pam in accordance with the pre-filed PROGRESS PAYMENTS:shy: }rave been on a project esetmate shag state that prevailing wades ent of Latxx and Irtdusu'les as approved Or Statements of intent on file with the DePaTt+r by the Initustral Stati.ctfeian. SET FOR APPROVAL AND D4STIlIgIT'170N TO: COMPLETE AND MAIL, ENTIRE Edith L.Norman,Industrial Statistics VDe n iriowngtori �lor and Itrdthatriae, 1161 grad Avenue, Seattle, a.n.R•.IaD--fie-chew.aan—a-� mrs of W"MNOTo.V x DIFAmmm OF LABOR AND D'1DUSTRM AFFIDAVIT OF WAGES PAID \ r On Public Works Contract Awarding Agency_. . .!t11r1.9S IIfIlLGII----_..__.�_..v._.. Contract Number_... Date Contract Awarded_._Daa Mt§r/8.,1 M County in Whtoh Wank Pwtamwd__...Lt" _... Location within County_._well Ra_ STATE OF WASHINCTON COUNTY Or In compliance with RCW 39-12.040 I, the undersigned, zing is duly authorized representative of _LA_RA_A&Ud.14_Ye11.SIr1111ug..L4,__661 lCbee•ser s see 3 tw4aeowL4-y]<..Ii.14. Tacolue. .Ito. 98922. ... lsl IA°°+esl do hereby certify that in cotmection with the performance of work on the public improvement project above described for the period ending.__ _.Re..kruarl_.2_---_,­1_.1 19_-68_., the following rates per hour for each classification of laborers, workmen and mechanics have been paid and no laborer, workman or mechanic so employed upon such work has been paid less 'han the prevailing rate of wage or less than the minimum rate of wage as specified in the principal contract. WAS A STATEMENT OF INTENT FILED?_.._RFl__..—.. Rate o ripe Benefits CinsriPcatim of tabor f Fri Hood., Pay Paid Lrlller ft .6; .25+.3Os .55 011er 4.86 .25+00sr .5� Nort Altarh Adddlnnat sheet/ u Needed. 1..._B._Gaud1n wl1._Drij1lx4 Go. �N/eq.l Subscribed and sworn to before me BY �Gl.r:.Ct .(Qtrpe.r) Ilb1.1 this.. aaa� I hereby oertiry that aocotd Sng to the aye rates and fringe beneflta herein acorn to the Pre ailing wage requirerents of RCe 39.1f.040 Lave h-en sac.!sf:ed. _ __........ .- ?. J. P7TRIE, D'.^,';CTOR ;Votary the feAwaahlayton, DEPARTUNT OF LABOR k 1.DUSTRIFA siding b �J nwte:.;�.------�_�'�...By:y[rf-�JLg"bb1.�.- This space reserved for Directors eeruM1e. Pursuant to RCW 39 12.040 copies of thus form must be completed by the contractor and each of his nub-mntrpcWra and filed by the contractor with the state treseurer.or the treasurer of the munly or municipal corporation w other,officer or person charged with the custody and disbursement of lbe stab or mroofete funds applicable to the contract under and pursuant to w m which payment mnde,and with the D+reMar Of flit Depatttnent of labor and Industries. CONTRACTORS ARE RESPONSIBLE FOR OBTAIN- ING AND FILING AFFIDAVITS of Ellett SUBCONTRACTORS. This Is required by law and payments can not lawfully be made until such AMdarits are filed. ' WATER WELL REPORT • F.k On mal and not Cnpy .ne STATE OF WASIQNGTON 1Ae Wa�nl Wat<r Reaurcn APotrc<lbn Nam. vLN z�C MY Holler.Cnp� (t) OWNER: (11) N WELL TESTS: N m,p eoen 4 W1swIWO i xo n}y.b�Mr} Cit<i dell.__. __ — ----- -"--._ pllm)n rN<n,_.-.. R lMrOgm m10re 6n Renton Y41ahi"ton __--` (2) LOCATION OF WELL: Observatio "-_ c,.np_�in3 flvner.Nmwr u snr well . fame atw««ro wnm pmnD ta,<ke oPi r.N<r ie.e1 --- mWrrN Hare wm mD m.amr i«a; r a i.A we ei.um..Imrn e,<vpm tiewrOW'IYpll Pzme Wren Invi Tank W,tn ts«' ArtW.p bow Dete _. —.." la) TYPE OF WORK (check): Test well �'r"'e'01"}" -°'«•c"°n`b•t•nw'm ems+ C Y ❑n Na,W.0 G u<pewn,_ eeamatmm�y 9 At},Mop❑ (a. / WRLL tr.wnangnmt.de.rnae meren.1 and ii « r<In n.m f I. LOO: MDN drlllea h. ➢spN q mmLMee nil,.. A. 1OMom/«,rrmme ❑❑ T1Mutto WtneNtf i❑j Apurigere W1 LCeae(4) P"POSED LN3E (cheek): EL r�.n"ew" «rv°««fe aNsme+ah,.w`_bfN_AmTabWs xrwe,ANrwtm STALD_CASING A-.rwte mA—mme o.,-dMcrruN�ae l.Nn«r n_m.« n.r=N.r_w.e.•}ein,< derw.1w<1n<0 d,s1WIeC<.«t/Nmb._mne�m}p..e.r.m.we.rn c W.WwI r;8 �._--- -L-0 1 12�-ff mwn tn.m 0 n.rp 1Qy ff. ene< �B{..n�A k �a���t_ sosa ya (7) PEr"RATIONS: PMoretee+ O Ym Owe TYA t- ,a.e xllle xn ra_ — t — _ .elEt of pe.<mnttqu m es - - '-��----- m _ 4 holes w<mr.tm..nom 60 n.m 90 it around D.ne},um,.Irom t ft, rercorauom tram apart pennrauonr imm r.to a — L- mnm,rww — +-- /5) SCREENS: WWI e<r«n fzyblle@ C Tie mid.) Nre U4m.. Blq We am from. n.b H. Wow=k NaNea uk.n. aw we set nom Jan 23 Ip CamPksN J--"e��eat n b a (0) CONSTRUCTION: (13) PUMP: AnnuW<Idr«'s W«anll vie.,gekea} 0Yes E S0 it Name .I pn+'n u nvN Dt ea from I} }o }z ham'. A.P. N'«•mdb u',1 Drortded+ Q Yea 1 Nn Te what depth} n. Well Druler's Nmlesemt: rn44N"Nn4 mntam unwebk.Ncr} 'i Yee Thla well w« MUM umler MY Jun,dicAou and this rep,In i> ❑�° true T;pe of la the bev,.1 TY k a,M,1.6 rod belief. wu,n _ lleptA of Nrata It<mea or ee.xN ztrm,q} NAale L. .It.. (}a}' Well Drilling Co, 110) WATER LEYELS: 'P,nc nr romn..uoni IrtD.dr pnni� stmic ie«i _24 -.n brdr we-wgaee Mt.1�26�68 Addro, 60.�..lee!JAal).:Ma Fj,,j,E...Tacosa, Yn. 984P2 xa< acdnnNke b r (supwdt y R4Qardar late welded on <weR ON1kri- -sp v.ne N<.t easing L+termr IVe...._223 02r$85_...little.. ..Feb._21 . 1•,,168 /.F.Na,sxu-�Rer.asdi-aaa-ale.sates ' AaD1T1o11AL 4111LTt/W Nmicsie EYf W.F �sree 10, tsf6 soWorabie OmId Caster, Mayer ptabers of the city Council bs Wiling of liall No. O gentlam: The drilling of well No. O was ceWplm_"A Jammy 17. Iw and the developing Wad testing were ooWplew, to Jasmery Gist. Tke protect was accepted as curlew by the EnglWWerieg OrWrtwlst on February Loth. It is the recow.4"tion of the 9*gft l of gtWM�af1t *At this project Oat IM unottof be accepted be author UO ize%hrlpio t to LA.. Uadlo Well Brining Compaq. it after Fl days We liens or Claim :re filed agdmt this protect anc upon proof of plymant of tea 110111t1Wa. It Is racoer erndad that the retained aawwI of $1.3ft.St be M/d tWe COWtrWetor. Wry truly your, ClRTIFIFO C8 mff Jack wilsoo CitF EaglWer dM°e Dt NIEL J.EVANS N; 7-4 [" STATE OF W'ASHINGTON OF' HFA3�T�? O�IY LM NOi I .-.� C....._.._.:a7WIUCMGLTM BUILDING.OLYMPI4.WASHINGTON 1lSOf SEATiLE REGIONAL OFFICE 1309 Smith Tower Seattle, Washington 98104 Mar h 18, 1963 The }ignorable Fayor and Members of the City Council City Hall Renton, Washington 98055 Subject: Renton, Washington Contract Documents Wcll Sites and Construction of Wells 8 and 9 Gen-,.le men: The subject contract documents for t'te above project received in this office December 1, 1957 together with a supplementary map of proposed sites for Well No. 8 and Ne11 No. 9 received January 12, 1968 have been reviewed. In accordance with 248-54 MAC, they are hereby APPROVF.ni PROVIDED that this approval does not include approval of the site designated for Well No. S. Very truly yours, H. WALLACE LANE, K. D. Acting Director Health, by: A. G. KOCH District Engineer Sanitary Engineering Section AGK:vus cc: .g County Nealtn Department K ng County "'lannin8 Coa.Ici;;sSon Co rnall, He Rand, Hayes G Hertyfield r � Al NER_4r, 9 / Ire.8 rl Cite i r Fu 2171—DUPLICATE Reg.No. _ ""Wed a-IS-SS. DISBURSING OFFICER Tax Conuaission of the State of Washington CmtEattae: L. :l. GA=Q ML 'aRna11t1i CCWXa ; PWC --N° 12624 001 LD-IM-'+•a F1ace a NOW,%. ':aahiagton Certificate of Payment of State Excise Taxes by Public Worki, Contractr* We hereby certify that taxes. increases and penaloes 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. together with all other taxes, increases and penPlties due fro-n such contractor,have been paid to full or are readily collectib um other sources. This certificate is Isi. , pursuant to the provisions of Chap. 6028 RCW iChap, 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 ^ommission hereby releases the state's lien on the retained percentage provided by Chapter 6028 R-..W for Excis. Tax^_s due from said contractor. This certificate does not release said contractor from liability for additional tax which may be later determined to be due with respect to the above mentioned contract or other activities. Dated at Olympia. Washington. ....,..,. :....:. 1{i.4.--..._.__.....___..___..._._.._..,_.._.._......... _.__._........._.. TAX COMMISSION OF TnE STATE OF WASMINGTON -r::.: uil2�rte Aaditos• April le, Yase IMl.abr 9s�eld Oseur. ceder Ilan. tf the city cosncll asstiassor Aetadled and ro=WWWed ft plsast see tar hilts Wslntad to onrsisas }woriAd for well No. Ace/tr elver Part. 7w int*00 o moll, is the wome of $I.OSe.fO aaPrasests the heel pay rne. eaelad, twom sad morryfleld far terviaes is casoestien with the $162 do us soon firs s aervia�d dstl e pumps"the tps" Station'`t dsslp for hall ft. e. vary trel) )ream. Jack Wilson JWic N° 1834 OR;GINAl. D E P A R IT M E N T WORK ORDER-DISTRIBUTION RC IT E NYT OOF N MATERIAL —R—.` NO SRF KMS ISSUED --= RETURNED ESTIMATED COST __-_— INSTALLED RY_CITY ❑_ _ COMRACT CONTRACTOR _— SUEDIYISKYI WORK STARTED 'YORK COMPLETED REMARKS.. --..�-�-�, PROJECT NO. - _.__. DATE. C NAME _._..- ADDRESS___ _. SIZE OF METER- . ..-.._......_NO. __MAKE.- ..__._.._.READING _. ..... ---ACCOUNT NO_—.-.-! NM:• . W WORK AND 04MCnoms.. SU►T.'�fGNAT _I May 16, 1969 L.R. Gaudio Noll Drilling Company 601 Le-Loa-Ma- Place N.E. Tsec". Muhin,,oa 99622 Re: Well 06 and e9 in the City of Renton rear Mr. Gaudio: This is to inform you that 7N11 s9 will probably not be drilled this ynar, and if it is, it will probably not be done until early winter. It is our suggestion that Your resent bond be cancelled and that at such time when it is decided a proceed with the drilling of Well s9 a maw bmd can be arrange, 'or. If further information is requi7 , please contact this office. V.. truly yours. Ronald L. Olsen rater Engineer RLO:■ m: }knsen i Rowland Inc. r• n 0 --- - 26 19 69 Attached certificate of iesurdwce 9orl L. R, . AIN'LN Gaudio Well Drilling Co, effective 6/1169 ROWIA.O, Ih�, AT; Location indicated by check mark Puget Sound Hank Building X Tacoma, Nashington, 98401 /M DSPY,BY lw 901 Tower Building Seattle, Washington, 98101 7 217 Henry Dlilding City of R erton Portland, Oregon, 97204 R e nton Washington 98055 3.20 Hush Street San Francisco, California, 94104 L -� 3-40 9/66 Bev. RE!11RKS G ENUOiIIM: (CLn '�1]1/. !ay 26 to 633 Attached certificate of io.s"Clr L. R, -. V Gaudio Well Drilling Co, effective 6/l/69 FROM: PANSEN `' ROWIA\D, INC. AT- Location indicated by check nark Puget Sound Dank Ruildine x Tacoma, lashington, 98401 raw DEMBY lw 901 Tower Building c S Seattle, Washington, 98101 City of RenMq 7 277 Nervy Building R erton -- Portland, Oregon, 97204 Washington 98055 120 Bush Street L San Francisco, 6alifornia, 94104 J 5-40 9/68 Rev, r UNITED PACIFICa INSURANCE COMPANY ♦ MEMBER OF U INSURANCE GROUP CERTIFICATE HOME OFFICE TACOMA,WASHINGTON OF IN8URANt^.E \\t Is Effect ue Dore of T2is CerMfinte This is to certify that the policy described below hes bean Issued by the UNITED PACIFIC INSURANCE COMPANY, as Insurer, only to the .,,.red named below. Any nawnmants or any provisions In contracts or agreements between the insure) and any Other person, firm ar corporation shell not enlarge, alter or amend th• definition of insured or any of the leans, conditions, exclusions, or limitations of the policy described below. Chat policy, su'Iect to all of its limitations of liobdity, coverages, hazards, exciveions, provisons, conditions and ether rarms, is in Full jars, and effect as of the dose this certificate was issued. 11 L. F. GAIC10 a S—VIEL A. CA7P-_O -BA L. R. GAI,7:C ':•TT:, _--_LLr7; Name of insured M_CYiTAT'Y Address of insured 601 LE—WU-i:A 'C''.^.:?',A.i'!', A'x."'4. WAS''_rN.f711OT Policy Number "LP 116066 Effective 6-1-E9 Expires 3-1-70 __._CMRA6, I SWISS RcT INT MULTIPLE LIMIT PLAN sa1A, Inpry Fschfnaai S �T,'n0. foot,Oson.onet Lability otne,Ma,Wetmore j lrr,rm. Fx,Pe-urn S ;frY).�,000. Earn O'cmgnce S 21GsCMI . Afret.,N'Suc9- tP^7rj•R Oeerr.�x; PnSerry henP Ammetnte S �O,IX)O. Each OA,mrclae LMenY oma non dummtoue f?;$'f J8'-. £'; Facn Occunem, i ':C^.' f OFFRK Aie•elve SINQU LIMIT PUN Soddy IPNny lnbniry Autanabile f Each g[!preMe Prseel,Barrel,lnbilny ODer Mm AutamaMle S fa-h lkremace S 01"N"te In accordance with t ro above, the captioned policy Insures the liability of the in Wrod named above ansmg from (1) operations by or on behalf of the insured, or (21 premises or property used by or on behalf of the Insured in connection with such operations; subject, bowt,vo, to oil the provisions, exclusions and limitations of the policy T roOt;,rBm_n., C'"%:'idZ.S The policy provides, under the Insuring Agreements, contractual liolyda, coverage w'th respect to Croy Centro or agreement wholly in writing. Such centractua! coverage is subject to all the emdusions, conditions and other provisions of me policy This certificate is not a policy and of itself does not afford any insurance. Nothing cantomei in this certificate shell be construed os extending coverage not ofiorded by the policy shown above or as affardiag insurance to any Insured not named ibove, Except as specifically provided for in this cartdic• i Pacific Inwmnce Company has no duty to noely the party to whom this certificate is addressed >e t ar•ancallation of the patsy and shall not be responsible 'or any failure to do to. Data „TE 1, 196? n,}�, 4 v'wIpLM�Ni-- To ;Try 0? R770 a esieE«. RF..nIi01', t:AS''TYIG'^tl?: e • Address Countersigned by esev,. vi P^:1AL^ L. �?.iOR, 3W.Ah'CF. flA'tAGER 469� A5-67 ENDING F FIL FILE TITLE WTI- R lJ.=LL C\edaie