Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WTR2700315(1)
SUNSET BLVD. E. FROM NE 12 TIl ST. TO 13 8TH SE tip-315 IT ,� 11 q'' lt,,,. �. I, P F , M t^.. fi YF reserves the rf,,ht, upon approval of the City Council, to participate in the installs- { tion of any oversized water line extensions or additional or extra improvements relative to such installations. •:, i SECTION II: PRIVATE nATER - FIRE SERVICE: Services for fire protection - must be metered or detector chcck,i at the expense of the owner and fitted with such , f ixturec only as are needed for fire protection and must be entirely disconnected from those used for other purposes. The charges for such fire prop-Lion services are hereby establi •d as follows: Size of Line Charge Per Month 4 Inch $2.50 vt 6 Inch 3.50 , e. No charge will be made for water used in extinguishing fire if the owner or occupant of the premises where such fire occurs gives written notice to the office of the Superintendent within `an (10) days from the date of such fire. In no case will any tap be made upon any pipe used for fire service purposes or any tank connected therewith, nor shall toe use of any water b� ;ermitted through any fire service nor through any pipes, tanks or other fixtures therewith connected for any purposes except the exting- uishing of fire on such premises or testing flows for fire control purposes, SECTION III: Whenever any change in the use, occupancy or construction of any premises or purpose- as hereinsbove defined require any increased fire and .. hydrant protection, the owner, owners or person in charge of such prtatses shall proceed promptly coward securing adequate protection and all such installation or changes to be completed providing for such increased fire ptotection, prior to the 0 use or occupancy of such facilities, SECTION IV: Unlawful Conduct: It shall be unlawful for any person, firm or . S{ h corporation to own, occupy or use any b,dlding or structure as hereinsbove defined 1 In Sections B ,C 6 Ductless such building or structure is located within 165 feet of any fire hydrant. SECTION V: Violation - Penalties: Any person violating any provision or `} 3 term of this Ordinance shall_ upon conviction thereof, be punished oy a fine of not more than Five Hundred Dollars ($500.00) or by imprisonment for not more thanninety 4 (90) days, or by both such fine and imprisonment. SECTION VI: Severability: The invalidity of any article, section, subsection, pr"Isfon, clause ,r por.ion hereof, or the :.,validity thereof to any person or -3- )w <M or building Is used for school, church, rest home, hospital or multiple residential apartments (four individual apartment units or more) or any other glace of public assembly, and wheresoever located, shell, at his expense install or cause to be -. installed lirq hydrant or hydrants unless adequate add sufficient hydrants are located or accessible within 165 feet of any such building or structure. The number, locatloq, site and type of such hydrant or hydrants to be installed shall be as specified in the above paragraph B, further reference hereby had thereto, and all of such installation to be approved by the City Fire Department. - D. Fire Hydrants - Special Locations: In addition to the foregoing require- ments, additional hydrant or hydrants may be required or separately required in areas which ate being utilized for open storage of flommableproducts, including flameeb'le liquids, or other areas of special fire hazards with spacing and floor requirements based on the fire protection required in each instance; the nua-ber, size, type and locat%on a: hydrants for the aforesaid purpose shall be as specified in above paragraph B and all of such installations to be subject to the approval of the Fire Department. B. MultiRle Uses - Contract: In the event that the installation of any •.,.:gar, such fire hydrant or hydrants as above set forth, and :he convecting system pertaining ,�•'?s ` thereto, should benefit two or more properties then the owners of such benefited properties shall share the cost of such installation in the proportion of the benefits so derived. Whenever an owner is required to install such fire hydrant or fire hydrants under the provision of this Ordinance and which installation will benefit other properties not owned or controlled by such owner, ti.en in any such case soch o+mer may apply to the City for an agreement under the provision, of the t-airipal Water and Sewer Facilities Act" known as Chapter 261 of the Session Laws of 1959 and any such ,greement between such owner and the City shall run for a period not to exceed five (5) years and thus permit such owner to recover a portion of the cost of such initial installation from other parties in the event of any such future hook up or connection. Such contract shall further provide that the owner of any building or structure subsequently erected shall nor be permitn.ed, during the 'erm of the aforesaid contract, to make any hock up or connection to the C.ty's water system or to any such hydran, until such owner has paid his proportionate fair share of the initial cost of such installation as set forth in said contract. My such agreement entered into between such owner causing such installation and the City shall be filed for record with the Ring County .uditor's office and thereupon such filing shall constitute due notice of the terms and requirementa therein specified to all other parties. The City further -2- e fa>�:.lY� r,r�uuawrw���w:+anus �.a;....�_...�rry..�nr.wir�wrisw•fe�. - _ __`.'ee�f.Lr,ra�,��:�.W1leself�e ORDINUICE No. IS ORDIN.SCE OF THE CITY OF RENTON, wASHiNOTON, tiaNDINc SECTION 3.224 OF TITLE III (DEPARTMENTS) OF ORDIIt.HCE 140. 1623 ENTITLED "CODE OF GENERAL ORDINANCES OF THE CITY OF $ REYfON' RELATING TO FIRE PROTF.C1'ION, INSTALLATION OF HYDR,JCS, AUTHORIZING CONTRACTS AND PROVIDING PEN.,LTIES FOR THE VIOLATION THEREOF BE IT ORDAINED BY TFD: MAYOR AND THE CITY COUNCIL OF THE CITY OF REIrMN, 4ASdINCTON, AS FOLLOWS: SECTION I: Existing Section 3-224 entitled ' Fire Protection! of Title III (Departments) of Ordinance No. 1623 is hereby amended to read as follows: eMCti 3-224, as amended: A. The following provisions and regulations are adopted as part of the City's Fire Prevention program to abate existing fire hazards, to investigate the cause, origin and circumstances of fires, to inspect potential fire hazards, to control the means and adequacy of the construction and safety of buildings in case of fires, I:z within commercial, business, industrial or manufacturing areas and all other places to which ambers of persons work, meet, live r congregate, as hereinafter more particularly set forth. B. rice Hydrants in Commercial. Business, Industrial and Manufacturing Aree- The owner of any builtling herbafter. constructed or used, in the City of-Renton which building or structure is not located or accessible within 165 feet of any fire hydrant and such building or structure being located or situate in any area zoned and to be used, or actually used for any commercial, business, industrial or manufacturing purpose shall, at his expense, install or cause to have installed fire hydrant c: hydrants together with the necessary pipes, appurtenances and coanections in order to connect and hook on said hydrant or hydrant# to the City's existing water supply. The yr c*F r and location of such hydrants shall be in accordance with good fire engineering practice and standards, the sise, location, and construction to comply with the rules and regulations of the 'American Insurance Association' formerly known as the"National Board of Fire Underwriters, and all of such installations to be duly approved by the Fire Department prior to its acceptance thereof by the City. The aforesaid requirements shall likewise apply to any such building or structure as hersinabove defined which is hereafter anc^xed to the City of Renton. C. Fire hydrants in other Areas: The owner or party in control of any In building hereafter constructed/or annexed to the. City of Renton and which said structure -1- t i ing adequate supply, \Vhere the supply in a certain those that. in will seldoal add much to the available fire area nm.t lie iupfc%cd, it umy be more economical to supply. It for instance the syrttcut can supply .3,f)W provide storage than to lay a Ltrgc main. Where supply gallons of eater to pumpcts,and pressure is normally.50 must be provided for nets alias, storage in combination pounds, L"osting the pressure to W pounds will add with the new mains itist lhd may be necessary to pro- only 500 gallons. This, however, is the theoretical in• vide the quantities needed for fire fighting. crease; actually it may be considerably less, because Where it is essential that a fire flow of I,000 gallons consumption and leakage from the mains will increase a minute he available, it veill mean providing storage of also- 60,000 gallons for each hour this flow is needed. In This bulletin would not be complete without con- making all estimate of the capant'v needed, the draw- sidering th, :ndustrial plant's private yard hydrant down due to domestic eonsuniption must be allowed system. If there is such a system in his community each for. Therefore, it scents Lrst to figure 100,000 gallons chief and the company officers should look it over and for each 1,000 gallons fire flow for each hour of Jura- ltccome thoroughly familiar with it. Most of these have ,..., lion" On this basis, for an industrial plant needing hydrants and standpipes so located and un.ler such 3,000 gallons a minute for 5 hours, it might be well to ppressures as to permit good operation dint from the install a 1,5W,000 gallon storage tank. h drams. Pumpers should never be connected to one The modern pumper has proven its worth in provid- of these hydrants if the private system his its own p ing pressure, but in spite of this some firc dc�.artn:ents pumps and is intended to be rperated as a hydrant 1 continue to use hose streams direct imm hydrants.nts. A stream system. Por a pumper to take supply from such !! little figuring of the friction loss in hose rill quickly a system the result may W an inadequate sprinkler ' show that hydrant pressures, even as high as 100 supply and poor hand lines front the other hydrants Rounds, will nice=Sitate use of small and ineffective tips and standpipes. if streams of good react are needed. This means that Some of these yard hydrant sy-stcnns are extensions for serious fires soon:of the streams will be ineticctive in of the city system and may operate at low pressure. capacity or in reach,and when one or more pumpers are The installation of the hydrants in such cases is solely 1 put to work, all the hose streams direct from he- to provide additional properly spaced hydrants around !f drants will be seriously deficient. It should be•a the various buildings. Under this comlition it may be standing order that pumpers connect to hydrants,the posible exception of the fist dot: company ewith desirable to connect pumpers to tltese hydrants, but licit often the city main to the yar:l systcm will he only 6- might go direct to the fire and use the water in the inch in which cal<s: only sue or two pumpers can gal booster tank. Afterwards, if necessary, this company supply and the others will have ill be heated on lar6•cr should take a line from one of the puniliars located at a street mains. if any of the buildings arc sprinklercd it hydrant. must be the duly of one of tine firc companies to can- Some of the u-c;r Supply systems in which the nett to the siamcsc and give the sprinklers an adequate water is pumped, and there is no storage,are normally supply. `"•_ operated at pre sores of 40 to 60 wands and for tires the pressure is raged to 75 to 100 pouuls. This pro- There are cases vrhere a plant with a yard hydrant - ecdure is not considered goal practice coil has been system or a sprinkler system is heated in a part of the a abandoned in a considerable number of cities in which co where du distribution sy.:b:rn is vary weal:, it was formerly folloued. It puts a strain on the water and there are nearby ponds or rivers where pumper, pipes at just the time when it is essential that no breaks can take draft. Under these conditions never put a or leaks should occur. Several cases are on record pumper at a hydrant, but draft water from these other wheie this has occurred; in some cases the break was sources, If a.study of the plant and its water supply in- in the one main feeding the systent, thus icm:ing tilt dicate that it may be advisable to supply the sprinkler fire dcpartmart without water. There is no basis for system front a pumper drafting water, the water super- fire dcparlurnts continuing to fight fires with direct intendant and city and state licahh authorities should be hose streams or for water departments to raise pres- consulted concerting the possibility of pollution of the sure$on the system. municipal supply. If in fire fighting it becomes neces- It is not uticonunon for a fire chief to ask the water nary to supply the sprinkler system from a pumper superintendent to "boost tilt pressure" to give :note drafting water, the water superintendent and health au- water. Many cities cannot boost the pressure, and thorincs should be notified. t ':art: P. P. File Q)0 National Board of Dire Utdcrwritcrs to Natiuwd U,g,.wi:arinn uI rnpiml Stall. (vc In nnumz C,m.....n COMMITTEE ON FIRE PRCVENTION AND ENGINEERING STANDARDS EEwu A. VINCENT, 85 John Street, New York 38, N. Y. zoIIN A. NEAT-E, G,eul M...... Gbn Eglw, Revised March 10, 1452 Special Interest Bulletin No. 222 - WATER SUPPLY FROM THE FIRE SERVICE STANDPOINT The fire department is sitally intrrestcd in the water Two hose lines rich with 1!Y-inch or 1y$-inch n(jz- supply of its 000ntuniq•. This interest is not primarily zle tips will deliver bctwec:t 500 and (A0 gallons of in the supply works, !;ut in the amount of water which water. Three lines each with a 1-inch tip will give ". can be secured at any place in the occupied part of the about the same discharge.. The more common sizes of community, pumpers are those of SCK) gallons and 750 gallons ea- , The members of tits fire department, from the ctlicf Pacify, must 1,W)-gallon ut larger pumpers in service down to the urwcst member, %,ant to know: where hy. in rnwiv places. It is thus seen that deliveries of 5(y)to t drams are located and +whether they can set a full sup- 600 gallows a minute may Le required from any hydraut. ply for a pumper when they,connect up to a hydrant. Many water sy gems, started years ago, contain con- siderable 4-inch pd e f,r btr et mains. Some cities wad 't7" 'In get this knocelerlge, the fist step is to obtain from towns Continue to in,tall 4-inch pipe, but the generally the water departtneut an up-to-date nap of the distri accepted idea is th d 4-inch pq°•• should n„t be laid for I•s ;w,�`o�nr r butiun systcnb s!tuu'ing the size of the mains, the loca- mains supplying hvdrami. For flows of 500 to W)gal- lion of hydrants oral the connections to sprirkter Sys' Ions a minute the friction lu,s in a 4-inch pile with torts. Where there are it,a or more areas wr%e,l by Kurd interior condition is ]0 to 15 pound, per 10:)feet. different pressures, such as a Low Service and a Hng t Froul this it can be readily seen that with 40 to 60 Service, tile, location of the do isiun gate vales should u uli pressure a 4-inch dead-end main more than 300 be shown on the limp. :In added supply can often be ,I 40U feet long will not deliver supply t» a pamper. obtained in the lower service by opening these divt;ion If the main is I'd front iwrth cars the pumper vrnuid 1•e ,;v ,n• ,^ 5+:,+ � '. gale.. Tile actual work of epnnn& tile.(' gate' should able to get (W g:diuns Cleo though the total lrngtit IV left to the enter drparu icl t u 1pinwces, one or more is up w 2,000 fret, 1,,n if two pumper; wcrc put to of whu:n should re.pwnd to ail seesaw tires• work. one or both of them wou!d get an insuff.cknt On sonic maps it is possible to insert at each 11 supply. drant the nonual pressure at that point, but if the 111311 The thouglu -,which it is desired to bring out is tlat is too small these data can Ix typed and studied by the wlw.c 1-iach pipe is in use more than one puu:per can melt sit they will have kuuwledge of the pressure to be acl.imi le used to advantage, and any others should go expected. to hydrants on larger mains even though lor,o'r he,,, At some cities and towns a flow test has been run at Inv-, might be necessary l each hydrant by the water department, and the by- %Vhere bmldu g, are protected by auton: sprin- pj! drants•have Icen given a distinctive marking to show kler, and the sprinkler yste:n is suppled from the whether the hydraut col deliver uture than 500 gallwis muucip:d water systln, it is ob6ous that if the din- i or more than 1,000 gallons what flawing fully o;>':n. tribution,system around the building is not strong, This is of wnsirknhle value,trot even if all the hedrant; any water taken by pumpers from dyd,ants win; can individually deliver over 1,C00 gallons it d,nor eat result in a lowering of pressnre•s to a point where life necessarily indicate full adequacy for a fire requiring the sprinklers will not get an adequate supply. For thin use of several hydrants. To get tlik kncwleuge, and it reason it is especially essential wherever there is a Olould be obtained at locations of large or important question of weakness in the distribution system, that buildings, it is necessary to run a flow test using see. the fire department should always lay in to the Siamese eral hydrants as indicated in Special Interest Bulletin cmmecti,m of the sprinkler system at least one line of No. 42. hose and maintain about 150 pounds pressure. Tile It is of considerable value to both the water and the water discha.ged through the opened sprinklers will du fire departments tohave recorded at each fire sm[pc:n, rnuc•Il nnxe effective work than the water used through 1 tilea land tine.pres,ume carried in the mains at various times of the day. This can be obtaiucd by installing a recunling The. `•atpnnil Board of Fire Underwriters recom- pre.ssure gage, but where one is not available Loud rec- mends that &inch piece he installed in all areas of a city ords can be obtained by hourly readings of an ordinary except near the high value districts where 12-inch gage. This pressure gage must be on a separate sere- should be used. The increase in cost is not excessive Kit pipe, not the one used to supply the fire station. The carrying capacity of an &iach main is six times These pressure gage readings are of little value unit,; that of a 4-inch and twice that of a &inch. they are studied slid com:pared with previous ones. A The provision of storage nn the distribution system is continued lowering of the presstre front year to year or of particular iuterv:,t to fire departmcmts. This stor- a heavy drop in pressure between night and day,or der- age may be prnviderl in the form of ele.v;oc,l tanks or ing times wlntl people are watering gardens and lawns, reservoirs at grade with pumps dclivrrie.g Olio the ;lis- is a dclm;(r indication of inadequate capacity of the tributi,m Fvstenl. In many pl,rs the ulstallitinn of maims supylyulg the area. such sturagc may IV the oldy feasible uwan+ of porn! (over) .r• National Board of Fire Underwriters to National Orga,rmiau of Copilot Stori: Fire lmruun,e Cany,nniea Eaisblis(scd io IOtG) COMMITTEE ON ENGINEERING W.F.MALLALIM. 85 John Street New York 5II N. Y. CEO.W. a0ey11. � Wurat Masanr s s Cases Eatsesar December 31, 19-17 Bulletin No. 258 WATER DISTRIBUTION SYSTEM DESIGN tt'; ' r rr r When water mains are laid the basis of the distribution maximum area v,be served by pipe lines feeding them is a system for the next hundred years is established. For tt:at square approximately 600 feet on a side, with a hydrant at reason it is not economically sound to consider only the each corner and an intermediate one between corners. ,'- present or immediate demand which may be placed upon the On the above basis, a gridiron of pipes not less than 6- - mains. Lven though a community is zoned as to occupancy, inches in dian;eter ar.d with a length Letsveeu cross-conji— bright and area of the buildings, there is no assurance titans not axcecding 600 feet would normally be sat'Ma, pry that this zoning will stand for all time. In fact there are for the usual dwelling house area. The atenor pipe i:pes innumerable cases where residentially zoned areas have could be of the sere size or smatter as they won a Lo ` been changed to mercantile or manufacturing areas. needed only for domestic tonsuapticm; this is on the as- - - Modern motor fire department apparatus is more efficient sue.:ption that nc-inal wa:cr pressures would be about 60 than tLe steam fire engine, and individual de:-.ands of as pounds and cold be maintained under sprinkling bads. much as 1000 gaitons may be required from any one of the To make such an arrangement effective there must be a hydrants in service in a community, well laid out system of primary and secondary feeder, providing 12-inch or larger pipe in squares approximately ; The term "gridir<m" is sometimes used to describe the -.. at:work of mains supplying hydrants and mak:eg up a one-half mile to the side. disari''auticn system; the following, as a general definition Developments along the edges of a distribution system or of the term, is offered. exlenslocs to ad.1i:i01s bcyord the existing mains can not A gr'dlron system is an arrangement of 6-inch and larper be expected to bclude this arrar..rrucnt A secondary loops water mains in the general design of a grid,so is that ample of 12-inch pipe adeq.:a:c}y supp ic l s iced•:r mains,nor avid quantities of water can Le obtained through adequate dis- they consist of e0mp'rte (cops of 6-inch pipe, not exceeding .. . tribution of it drams. The spacing of parallel mains and 600 fee, to a side. It is therefore LOfh a matter of svitdom the distance between cross-nmisa will depend upon site of and of economy to use 8-:n�r p:pe or lints supplying %"i, hydrants in dwelling house areas, and 1_inch for all a:1di- pipe and pre-tire, with due regard to spacing of hydrants '. which in geneal should not be more than 300 feet apart. tional distributers in rsercanti!c and manufacturing sections. a f On the above basis, the National Marle Under,Marled of Fire Und The gridiron under consideration should include only males - supplying hydrant. and not such as are installed for writers, in its rccornmcndat'ons for municipal protection, domestic supply only, has inserted the following: t A thousand gallon flow tbrough a Finch pips may be That the following be adopted as the standard mini• considered as averaging, over life can, a fri...:nn loss of mum sac of mama used for hydrant supply for all future I .- y wnstru.tion: i - fire pounds in a hundred feet. This, in connection with the a. For residential districts, &inch• 6-inch to be used losses in the arteries and secondary metiers, is often execs• only where it completes a Food gridiron and in no site for lengths of 6.10 feet, particularly in residential areas Casa in blocks 600 feet or more in length. where the secondary feeders may be only 8-inch and are 6. For mercantile and manufacturing districts, 8-inch seldom mote than I0•inch or 12-inch, often not looped. and 12•inrh the former to be wed only in sections A study of conditions in American cities, based upon where it complete, a rroud gridiron, and the latter for long lines not crop-connected. $01 fire Sow tests as conducted by the National hoard of , 1 Fire Underwriters during the past forty years, has shown The above fa no: Intended to convey the idea that every s • that cities grow slow!y, first in one direction and then in street must be provided with an 8-inch or a 1.vn h water another, and sometimes with extensive open area; belwccn main; using such a reconemcada i as a basis I:r mains the new development and the older part. Even in such which will provide proper hydrnt distribution a: one to cities as Gary. Indiana, where more or less definite pima each 1squar nyet o feet of residential area and to etch could be laid down before the city was occupied, it is not 80,000 square feet of long d:c and manufacturing are:, it possible to control development, and therefore extensive a evident that many beg dead ends or extensive 1o�^ps areas are without a complete gridiron. can be used and adequate fire Sot. will be available. Suit- able domeatit cupi0y can be obtained with small lines; j In spite of the extensive use in the past of 4-inch and many 1 KA'S aru using 2-inch or 4-inch pipe for the 11 6•inrh pipe for gridiron purposes, the prr.ent tendency domestic feeds. in many cities is to lay no pipe less than 8-inches in any The City of Scathe, Washington, through the adoption new development. With an 8-inch pipe, a flow of 1000 gal- of 8-inch as the minimum supply of hydrants,list developed ` lon, can be obtained at the end of a 2000-foot dead end a strong gridiron even though some dead ends are 2500 feet with a loss of only 25 pounds, and where pressures are long, and other tines are in loops of 45n0 feet; of the total high, a fair supply for any pre cn;;ine can be obtained at supplyingh hams, 6i cr cent is 8-inch. Alan the end of a 5000-foot dead end of 8-inrh pipe. pipe y� D' y other cities have ado.mcd E-inch as the minimum sire, since t For fire protection in a residential area there should be 1916 the Pcrccntr;e 4f 8-inch pipe in the system s-applying { a dfitribution of hydrants on a ratio of one to each 120,000 the Distrirt of Columbia has increased from 25 per cent to square feet of area. To properly supply these hydrants the over 44 per cent. s 1fiy S� Iti e BEGINNING OF FILE FILE TrnX� . fV C ' L�/ �•3�•� Sunset W vd- E E I cJ+ to 13$ Av e-. S.E xl, W'':.. s April 30, 1970 W.C. Bogart Dartrict Engineer Washington State Highway Department 6431 ^orsor. Avenue South Seattle, Washington 98108 Rat CS 1713 (SR 9001 116th Avenue S.E. to 138th Avenue SE Utility Re-location L-3531 l-020-1 Gentleman, The City of Renton :,sa reviewed the plans for SR 900 and has decided to authorize the State Highway Department to direct the location Project Engineer to nerform the required engineerinq per Renton Specifications, and include the relocation of water and never in the states contract. The City would like to review the plans and spaeificatioo« prior to final approval of Contract nocurants. As mentioned In your letter, thane are certain areas where main relocation will be required becauso of depth. In these azsaa within the corporate limits, the City would like to have the option of supplying new pipe to be inrtalled by the StateL Contractor. we understand that in areas outside the City, the City would be olligated to pay for the installation as well as supply the material. if further information is required please _ontagt this office. very truly yuuzs. ,tdck wilk:m City Engineer M,m ems swum" "WWI City of RentL.,n March 13, 1?70 Page Two 3) The City of Renton can direct the State to engineer and include the work in the Staters contract for the vertical adjustments to appurtenances_ of the existing facilities (e.g., manholes, water valves, water meters, valve chamuers, fire hydrants, etc.). The City may request preliminary engineering funds to design the water and/or sewer main relocation to be included in the Staters contractor. Your expeditious reviev and decision of accomplishment of relocation of the above mentioned facilities mould be greatly appreciated. We are a'so enclosing repro- ducible prints of the project per your request. Very truir yours, M. C. BOGART, P. E. DiistI t En� eer �Vw J014N cERKCHITZ District Utility Engineer JHM:eJ cc: Mr. Herron Mr. Long M' . Bentley f STATE OF WASHINGTON DANIEL J. aVANa. Uoyewwow 0110. WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS Drrlc[ ar DISTRICT [aawn.w Doz.AICT NO. 1 .431 cow[ON Ay/wy[ bUTM SKAr _c ae roe r!a nth i„ 19J0 City of Renton City hall Renton, Washington 980;5 Attention: Mr, Jack Will CS 1713 (SR 900) 116th Avenue S. Ea to 138th Avenue S. E. Utility Relocation Gentlemen: L-3531 F-020-1 ( ) Mr, John Herron of our office met with your staff Tn March 11, Ia70 to discuss Although most of the facillt{ts owned by the City of Renton and affected by the above noted project. facilities will not be affected to the point that re- , location will be required, adj_stments will be requited to accommodate the proposed vertical alignment, It was felt also that the cover over some of the existing water mains may not s truction of be su. 'icient to protect said mains during con- f the widening and may require lowering, The City would possibly anticipate increasing the size of the mains should they be layered which would constitute a betterment to the facilities. This particular project will be turned over to District 7 upon completion of the P56E plans. Since the State is responsible for relocation costs of City_ owned facilities witnin the corporate limits of Renton and the City is respon- sible for costs incurred out.ide the corporate limits, our office will need to know how you wiso to handle the relocatior, and adjustments of these facilities. Following are three alternatives ',.oat are available Tor consideration. I) The Clty of Renton could .engineer all required relocation and perform the relocation with their own forces or select a contractor to perform the relocation by competitive bidding. (If this alternat"ve ;s selected, lease request preliminary engineering funds to cover eo- ts of Preparation of contract plans and specifications.) <} The City of Renton can request the State to direct the Location Project Engineer to perform the required engineering and include the relocation in the Staters contract to be performed by the Staters contractor. (Should the City decide on this cho:ce, our office will r'eouire a letter stating the City of Renton so directs the State to proceed on this basis.) �3J 104� t03� i �'7J 1Z0� 1Z. ",�d �l-l; 2X+Sm Z7G) .. ..m.t.ilfi�fi A.L51tY M 7- _ v15� - �e1G %4 i S �` !4 a -'Z,3-S trY S. Lrrs►3 �' 2 A0 L�••s LJ- . 4-70' ' � s . �a►s tsro� Lo 1 L�wo 1Z�. 2.1 C���.+SE^' gtyu9 S, Z�3Cab Fbac Lirs� S. 4Z0' Lf V-=me -r A•. a4c> t t4 t is 9-¢ v I eu2. A.-.a Qs S . Pore. ��r 5EJ G."Z3 -S l.'C NL.,`G 7m-.4 e R, ..> Esf-t T l v eF W amr. cs.i tJL..L L. N '5t7 l+l y sen , eL'C ©'PL W l...Nj F!z"T rt aceAwm .gym c. t+i.,y ; Tw tc- Lo-r-� tea S20 ?81 Z S �•►r-t t t= T f?-O CAL5- &.72J 0 Ulm ,:2 ,? 3crc P VWv zn� se, S"c,Q Ali• �aw� g�� 4-�'s-S l�'t w� 'Q-C. Nw�r do" Z. S w . C o P S. w s L y %?A W cAD t Z8 0� 5�.-,sir Z 3�ooa ire.>-c as Po cz w . 4Z0 5!Sj g or.,o 4"23 t t.tie ST m z, o f C c,= s. 46� vv ,LW'tio+J ,F, Gm I ,� Owl. (raro 2, D.1.7L. 3/7/14 (11/2W69), Transrdttal. of aprroved right of mW plans tc Utilities, "State Obligation") 'or Awther details regarding tus proposed construction, please contact the rojeet Engineer xs. Dave Jolly 'is may be reached at 15015 Main Street, Bellevue; SH 7-3953 Very truly yea► W. C. B03M, P. E. District 7ngineer (AMAJC.e*-- JORR BERKOWi7 z JMfi:vn District Utility Engineer con Mr. Matchette Mr. danacam _. 1 i t D.l.FL. 3.7.14 (11/24/6?)(2) STATE OF WASHINGTON DANIEL J. EVANS. Govemmon WASHn:GTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS OFFICE OF DISTRICT ENGINEER DISTRICT NO. 1 �. 6411 CORSON AVENUE SOUTH J SEATTLE 9610E January 16, 1970 t City of Penton City Hall Renton, wnshin3ton 98055 C•3. 1713 SR goo 116 Ave. S. E. to 138 Ave. S. E. Attn: '•Sr. Jack Gilson Utility Relc�ation L-3h31 Gentlemen: inclosed are re>reducible plans of proposed ccnstruction of the above-mentioned project on whic,. certain - your facilities may require relocation or adjust- ment. :his project is tentatively scheduled for advertising in April, 1g71. In the evert your facilities are effected, the following shall app3,v: The State will be :es,,onsible for all costs actually incurred for re- locating those • '.lilies '.plat exist oi. private property, therefore a utility agreem, ill! be necessary. In accordance with the provisions of Uie Dureau of Public Roads Policy and Procedure Lonorandum 30-4, you may be reimbursed for the pre'lnira y engineering to cover actual and related indirect costs for preparation of plans and estimate of cost covering the utility relocation. In order to begin ?rocessi...; a preliminay engineering agreement, it is requested that you slbmit an estimate of cost covering the work of prelLd-nary en,,,ineering, as stated above. No work pertainli; to the engineering or construction may be started until authorized by this. office. Please submit the appropriate permit, franchise, or franchise amend- ment with your application. D.Lrl. 3.7.14 (13AV69) t circumstance, shall not affect the validity of the rematnder of this Ordinance or the Validity of its application to ocher persons or circumstances. SECTION VII: imy and all Ordinances or parts of Ordinances in conflict herewith are hereby repealed, SECTION VIlI: This Ordinance shall he in full force and effect from and after its passage, approval and legal publication. PeSSED BY THR CITY COUNCIL this ?__«_day of September, 196Z Helmie Nelson, City Clerk APPROVED BY 7HE MLYOR this day of Jept b r, 196 Donald .1. Custer, Mayor A PPROV,04S TO FORM: 10 retard M. She lan, City Attorney !i .� :t,.apwe ' Date of Publication: $rF j.'� :f3 R 1 f $4 rs,iarves the right, upon approval of the City Council, to participate in the installs- t!. ,y oversized water line extensions or additional or extra improvements rela. _va O'a such installations, 5EM_ ON II: PRIVATE WATER - FIRE SERVICE: Services for fire protection must be metered or detector checKed at the expense of the owner and fitted with such fixtures only as are needed for fire protection and raust be eocirely disconnected from those used for other purposes. The charges for such fire protection services are hereby established as follows: Size of Line Charge Per Month { `..F.gt' 4 Inch $2.50 S 6 Inch 3.50 No charge will be made for water used in extinguishing fire if the owner or occupant of the premises where surh fire occurs gives written notice to the office of the Superintendent within tCn (10) days from the date of such fire. In no case will any tap be made up-., any p1p., used for fire service purposes or any tank connected therewith, nor shall the use of any water be permftted through any fire service nor through any pipes, tanks or other fixtures therewith connected for any purposes except the exting- uishing of fire on such premises or testing flows for fire control purposes. SECTION III: Whenever any change in th_ use, occupancy or construction of any premises or purposes as hereinabove defin_d require any increased fire and hydrant protection, the owner. owners or person in charge of such premises shall proceed promptly to�rard securing adequate protection and all such instal'ation or 1 changes to be completed providing for such increased fire protection, rrior to the use or occupancy of such facilities. SECTION IV: Unlawful Conduct: It steal. be unlawful for any person, firm or F coc;oratiun tc own, occupy it use any building or structure as neretnabove defined In sections B ,C 6 O unless :uch building or structure is located within 165 feet of any fire hydrant. SECTION V: Violation - Penalties: Any person violating any provision or term of this Ordinance shall, upon conviction thereof, be punished by a fine of not more than Five Hundred Dollars ($500.00) or by imprisonment fcr not more thanninety (90) d.ays, or by both such fine and imprisonment. SECTION VI: 5everabilj�y: The invalidity of any article, section, subsection, provision, clause or portion hereof, or the invalidity thereof to any person or :: �, tt ,+ •� � e :,yit � � �� �; A+•anlss!i;ty ;�r= ,aalr; - 1 ^ or building is used for school, church, rest home, hospital or m AtLple residential apartments (four Ludividual apartment units or care) or any other place of public 3 assembly, and wberesoeoer located, shall, at bit expense Install or cause to be installed firq bydrant or hydrants unless atequars add sufficient hydrants are located or accessible witbin 165 feet of any such buildini, or structure. The number, locatiaq, s else and type of such hydrant or hydrants to be installed shall be as specified in the above paragraph B, further reference hereby had thereto, Sad all of such installation to be Ap-roved by the City fire Department. D. fire Hydrants - Special Locations: In addition to the foregoing relui:e- ments, additional hydrant or hydrants may be required or separately required in areas which are being utilized for open storage of flammsbleproducts, including flammable W, liquids, yr other areas of special Fire hazards with spacing and floor requirements based on the fire protection required in each instance; the number, size, type and location of hydrants for the aforesaid purpose shall be as specified is above paragraph B and all of such installations to be subject to the approval of the Fire Department. '+ E. Multiple Uses - Contract: In the event that the installation of any r such fire hydrant or hydrants as above set forth, and the connecting system pertaining i I thereto, should benefit two or more properties then the owners of such benefited " properties shall share the cost of Such installation in the proportion of the benefice so derived. Whenever an owner is required to install such tire hydrant or fire hydrants under the provision of this Ordinance and which Installation will benefit other properties not owned or controlled by such owner, then in any such case such owner may apply to the City for an agreement under the prow. 'onb of the 'Municipal Water and Sewer facilities Act" known as Chapter 261 of the Session Laws of 1959 and any such .greement between such owner and the City shall run for a period not to exceed five (5) years and Chu, permit such owner to recover a portion of the cost of such Initial installation from other parties in the event of shy such future hook up or connection. Such contract shall further ptovide that the owner of ...ry building or structure subsequently erected shall not be permitted, during the term of the aforesaid contract, to make any hook up or connection to the City`s •ater system or to any 94rir hydra:+ until such owner has paid his proporc..00ate fair share of the rnitial cost of srch installation as set forth in said contract. Itny such agrees•ert entered into between such owner causing such installation and the City ,hail be filed For record with the Ring County ..uditor's office and thereupon such filing shall constitute due notice of the terms and requirements therein specified to al: other parties, The City further -2• 1 t ORDINam N0. AN ORDIN,,NCE OF THE CITY OF RENTON. wASHINOTON, txENDING SECTION 3-224 OF TITLE III ()EPARTMNTS) OF ORDIN,NCE No. 1623 ENTITLED "CODL OF GENERAL ORDINANCES OF THE CITY OF RE:FION" REL4TING TO FIRE PR(>TkX,-i'U)N, INSTALLATION OF HYDR..NPS, AUTLORIZING CONTRACTS AND PROVIDING PENALTIES FOR THE VIOL.TION THEREOP BE IT ORDAINED BY THE MAYOR AND TH3 CITY COUNCIL OF IRE CITY OF RENTON, 4ASHMT(N, AS POLLOWS: SECTION I: Existing Section 3-224 enritl. ' ' Fire ProtectionY of Title III (Departments) of Ordinance No. 1623 is hereby amended to read as follows: SECTIOb 3-224, as amended: w A. The following provisions and regulations are adopted as part of the g Cityle Fire Preventirn Program to abate existing fire hazards, to investigate the cause, origin and ci:cumatances of fires, to inspect potential fire hazards, to control the means and adequacy of the construction and safety of buildings in case of fires, within com ercial, business, industrial or manufacturing areas and all other places '. .o which numbers of persons work, meet, live or congregate, as hereinafter more particularly set forth. B. i'ire Hydrants in Commercial, Business. Iciustrial and Manufacturing dyer• The owner of any building hereafter. conaLructeo or used, in the City of-Renton which building or structure is not :ocated or accessible within 165 feet of any fire hydrant and such building or structure being located or situate in any area zoned and to be used, or actually used for any commercial, business, industrial or manufacturing purpose shall, at his expense, install or cause to have installed fire hydrant or hydrants together with the necessary pipes, appurtenances and connections in order to connect and hook on said hydrant or hydrants to the City's existing water supply. The amber and location of such hydrants shall be in accordance with good fire engineering practice and standards, the wise, location, and construction to comply with Cho rules and regulations of the "American Insurance Association' formerly known as the"National Board of ;ire Underwriters, and all of such Installations to be duly approved by the Fire Department prior to its acceptance thereof by the City. The aforesaid requirements shall likewis^ apply to any such building or structure as hereinabove defined which is hereafter annexed to the Ciry of Renton. C. Fire Hydrants in Other Areas: The owner or party in control of any In building hereafter constructed/or annexed to the ('ty of Renton and which said structure -1- 9 CUT, citcumvtance, shall not affect the validity of the remainder of this Ordinance or the val.idlty of its application to other persons or cireumstane Is. SECTION VII: i.ny and all Oriinances or parts of ordinances in conflict herewith are hereby repealed. SECTION VIII: This Ordinance shall be in full force and effect from and after its passage, approval and legal publication. rat, PeSEED BY THE CITY COUNCIL this day of September, 196d w � Helmie elaon, City Cie APPROVED BY THE ?VYOR this day of "P. r, 1968. . &Y/ - Donald J. Custer, Mayor ++ APPROVEp?AS TO FORK: '�/fir Gerard N. S e lan, City Attorney Date of Publication: SEP `t p w 3 $4 u, c i SUNSET BLVD. E. FROM NE 12TI-I ST. TO 138TH SE W-315 Vole Xl - All #30 Page 2 and the roving of earth , and the construction of streets , roads , highways , etc. , o.ntc� fy tue state of Vzlshington. The term ineluc'rrs Ule Sa1C' of or charge c;:de for all service activities rend-red in respect to such con- strueLLt;, repairing, ctC. , regardless Of Whether or not Such scrvire; are othcrr:fsc dcf1"cC as "sale" by CC:' 82.04.0eo or "sales at retail " by RCW 82-04.050. Hence, for exarple, such service rhar,,es as engineering fees , architectural fees or supervisory fees are within the term when the services are inclined arithin a contract for the construction of a building or structure. The fact that the charce for such services nay be shown separately in bid, contract or specifications d(jes not establish the charge as a separate item in cu,:,puting tax liability. SPECULATII'P LUiLCZRS. As used he the tern "specrlative builder" means one who construct; buildings for sale or rental upon real estate owned by him, a .d the terms "sells" or "contracts to sell" include any agreement whereby an ire-nadiate right to possession or title to the property vests in the purchaser. wunts derived from the sale of ,eat estate are exempt from the business and occupztion tax. ;RCW 82.04.390). ConSequently, the procee a of sales by speculative builders of conple.ed buildings arc not subject to such tax. no Char a as the r con tax aaply to such sales, since such a sale involves no charge made for constructian for a consumer but the price paid is for the sale of real :state. Ys,;ever, wtcn a speculative builder sells or contracts to sell property upon which he is presently Constructing a building, all construction Cone subse- quent to the date of such ! ale or contract constitutes a retail sale and that portion of the sales price allccable to Construction done after the agreamen t shall be taxed accordingly. Consequently the builder ,uust pay `uUSi- ness and occupation tax under the Retailing cl.:Ssificatior, on that part of the sales price attributable to construction done subsequent to the agree- O t, and shall also off the sales price. collect SLICS tax from the buyer on such allocable part Speculative builders rust pay sa1Ls tax upon all materials purchased by them paid wi and on all charges r„a de by their 511;,ConLractors. Deductions for such tax th respect to materials used or charges made for that part of the construction dcre after the contract to sell the building should be claimed by the speculative builder on his tax return; in accordance with Rule 101, } subheading Pu,.Chases for Dual Purpases. .r BUSINESS AND OCCUPATION TAX Price contractors are taxable under the r.atailing classification,-and sub- price. r contractors under the Nholesaliny classif'catlOn upon the gross contract price. RETAIL SALES TAX Prima contractors are required to collect from consumers Lire retail sales taz aoasurcd by the full contract price. AUt11NiSTRATiK RULING State o. dashington - Dzpartment of Re,:nue Olympia Vol. XI - AR .?0 Issued July 20, '971 _ Effective July 1 , 1971 Rule 170 (WAC 458-20-170) CGGSTRUCTiNG AND REPAIRING OF NEW OR EXISTING BUILDINGS OR OTHER STRUCTuRrs UPON REAL PROPERTY DEFINITIONS As used herein: The term "prima contractor" means a person engaged in the business of per- fo..ing for eonsurars, contracts for the constructing, repairing, decorating or ir..proving of new or existing buildings or other structures under, upon or' above real property, either for the entire work or for a specific portion thereof. The tem. includes persons who rent or lease equipment to property Wm=rs for use in respect to constructing, rewiring, etc. , buildings or structures upon such property, when the equipment is operated by the lessor. The word "subcontractor" means a person engaged in the business of per- ',)rr.inq a similar service for parsons other than consumers, either for the itre worn, or for a specific portion thereof. The term incluJas pr-rsors who rent or lease equipment to prime contractors or subcontractors for use in respect to constructing, repairing, etc. , when such equipment is operated by the lessor. !"hen equipment or other tangible personal property is rented witiout an Operator to contractors, subcontractors or others, the trans- action is a sale at retail (see RC,I 82.04.040 and 82.04.050) . The terms "prime contractor" and "subcontractor" include persons nnrforzin; labor and services in respect to the moving of earth or.cip;ring of lend, cleaning, 'fumipating, razing, or moving of existing buii;rngs or structures eve. th,,ch such services may not be done in connectirn wit', a contract involving the constructing, repair` T, or altering of a new or existing building or structure. Thr terns a o include person-, constructing streets, road;, highways , etc. ; owned by the state of Was'iington. The tern "buildings or Otter structures" means everything artificially built up Or composed of parts joined together in score definite manner and zttached to real property. It includes not only buildings .in the general and ordinary sense, but also tams, fences, conduits , culverts, railroad tracts , tunnels. Over;.tad and undercround transmis=ion systcr:s, monuments , retaining walls, piling and privat6y owned bridges, trestles, parking lots, and pavements for foot or vehicular traffic, etc. The term "constructing, repairing, decorating or improving of new or ex- isting buildings or other structu^es ," in addition to its ordinary n:nm ng, includes the installing or att.ching of any article of tangible personal property in or to real property, whether or not such personal property 5e- cm,s a part of the realty by virtue of installation, We clearing of land t R6LE 170 —'CONSTRUCTING A;'D RFPAIRINS OF NEW OR CXIS7I11C BUILDI:xs O OR OTHER STRUC7URES UPON REAL PROPERTY Amended July 1, 1971 to Include construction of streets, roads, highways, etc., owed by the State of llashinCton. Prime contractors are required to collect the retail sales tax measured by the full contr^et price. The .Nzendment includes any contract for the readjustment, recunstruelion or relocation of the facilities of any public, private or cooperatively owned utility or railroad In the course of building, repairing or :provjez a street, place, road, etc., which Is owned by the State of Washinrton and the test of which readjustment•, reconstruction, or relocation is the responsibility of the State of Aashtngton whose street, place, road, etc , is being built, repaired or Improved. OSyecific ezamplea applicable to readjustment, reconstruction, or relocation Of utility facilities are as follows: TAX APPLICABil,i:'t Highway lliphway Not Owned By State Owned w srcte he readjustment of utilities by their cwn tortes at our expense (No sale a%de) NO NO The resdjuat:aeut of utilities by a contractor procured by the utility at our expense YES (170) NO (171) The readjustment of utilities by r. our contractor at our rcpense YES (170) NO (171) The readjustment of utilities by our contractor at the utilities expense YES (170) YES (170) O , Vol . xi ti? E71 . page RETAIL SALES TAX, lac retail sales tax applies upnn the- sale to such contractors of all r.;aterials incluJir,q prefabricated and precast items , equipment and sup- plies used or consua._d in the p:rformanee of such contracts. The rota" l sales tax does not apply upon any portion of the charge made by such contractors. The sales tax does not apply to charges r.1ade for labor and services which are exempt from business tax as indicated above. USE TAX The use t::x applies to the use by all contractors of all materials including prefabricated and precast items, equipment and supplies upon which the retail sales tax has not been paid. This tax also applies in respect to articles produced or manufactured by them for comnerciai use. (See Rule 134.) The use tax dons not apply in respect to the use of any sand, gravel , or rock to the extent of the cost of or charges made for iabnr and services perfo rz.:ed in respect to the mining, sorting, Crushing, screening, washing, hauling, Lrd st0c0ilio9 such sand, gravel , or roci;, when such sand, gravel , cr rock is taken `re-i a pit or quarry which is owned by or leased to a county or a city, and sucl: sans, gravel , or rock is either.(1) stcc%piled in said p:t or quarry I or place-ent er is placed on the street, road, place, or highw4y of the county or city by the county or city itself (i.e. . by its owr cmpleyees) , or (2) sold by the count;, or city to a county or a city at actual cost for place,,ent on a street, road, place, or highway owned by the county or city. This cz_-;tion shall not apply to the use of such m�tcrial to the extent of the Cost of or charge made for such labor and services , if the material is used for other than public road purposes or is sold otherwise than as here indicated. (For tier of'unpaid taxes on the retained percentage withheld or pubic ic;prove:ent contracts, see Rule 217.) STATE OF W SHINGTON - DEPARTMENT OF REVEiIUE Vol . XI - AR 01 Page 2 sortin;, crushino scrt•oning, washing and hauling of sand, gravel and rock and street lighting Laden trot a publje pit or quarry. It also includes the conotrueti,;q Crcf road systci;s , even though portions of su:h systems al o are used for purposes other than street and road lighting; also the constructing Of a dr;;inara syste,l jn streets and roads , even though such system is also used Or the Carrying of set:aq:: Provided, That the drainage facilities are Sufficient for Cisposa'. of tht noreial runofr of surfae^ r,,tcrs from fire particular streets and rods in which the system is constructed or an ordi- y re e:; .-.ce ilr, the ce�sirue:ion of a corbired surer system is incorporated b, refaracca in the contract and tha contract or s;;eciftcations clearly indi- cate that the s}•stem is designed and intended for t:he disposal of ea normal runo!f Ct surface rraLars from the streets and roads in which the system is constructed. � The `t. r,w includes any contract for the readjustment, reconstruc location of the ;acititics of any public, tio., or re- utility or railroad in the course of building,private or ad strcct, place, toed, etc. , which is owned by a municipal corpor;iion ,• i pblttiCa' s;.bdirision of L e state or by the United S".a!es , the coot of which readjust.er.t, reconstruction, or relocation is the rasponsibiliiy of the public authority tritesa- street, place, road etc. , is being built, re- paired or irprovad. It '-I50 includes building or repairing mass transpor- tation facilities o:rncd by a muncipa, corporation or political subdivision Of t,te state or by the Unricd States. Except as pro•;idcd above• the term does +•ot include the constructing of crater, rains, teicphone, Lclegraph, electr`eal parer, or other conduits or lines jr, or above streets or roads, unless such potter lines becora a part of a street or road liS.;ting systr.-i as aforesaid; nor does it include the constructing o, sec:age disposal facilities, nor the installing of sewer pipes fors ni•tation, unless the installation thereof is within, and a part Of, a street or rood drainage system. BUSINESS MD OCCUPATIOV TAx Such contractors are taxr•ble under the. Public Road Construction classifi- cation upon their total contract price. The business and occupation tax does not apply to the cost of or chary, race for labor and scr:ices pc,•forrted in ,-espect tO the mining, sorting, crushing, sereenir„ trashing, hauling, and stockpiling of sand, gravel , and roc,, Wien such sand, gravel , or rock is taken from a pit or quarry which is owned by or leased to a county or city and such sand, gravel or rock"is a, Stockpiled in said pit or quarry for placement on the street, road, or higluray by the county or city itself using its ovrn employ-cs . Or b, placed on the street, road, or highway by-the county or city itself usin9 its Own e,aployces, or C. sold by the county or city at actual cc- for to another county or city .. for rod use. s ADMINISMATIVE RJLING State of tla; ,n9ton - Department of Revenue Olympia Issued J, 1y 20, 1971 Vol . Rl _ Al f31 Effective July 1 , 1971 Rule Ill (t.AC 453-20-177) BUILDMG, REPAIRING Of, iMPROVING STREETS, ROADS, ETC. , HRICH ARE WNED Of A ;:J;ilC;PAL G11iPORATIDN OR POLITICAL SUGOIVISIOU Or THL STATE OR BY 'fHE UNITED STATES AiIO WHICH ARE USED PRIMARILY FOR FOOT OR VEHICULAR TRAFFIC FIEFINITIONS As used herein: l The word "contractor" roans a person engaged in the business of building, repairing or iwrrovin; any street, place, road, highvray, easement, ri;nt of way, mass public ,ransportation terminal or parin ng facility, bn dge, tunnel , or trestle which is owned by a municipal corporation or political subdivision of the sta;e or by the United States end evhich is used to be used pririjriiy for foot or vehicular traffic, either as a prime cer,- traetor or as a subcontractor. It does not include persons vho merely se' 1 or deliver road n3terials to such contractors or to the public authority whose property is being ioproved. It also does not include persons vino con- struct streets , roads , etc. owned by the state of Washington. (Sec Rule 170 for the tax liability cf such par;o,s. The tern "street, place, road, high;:ay, etc." is used in the ordinary sense that the eo„bination of such words iciplies. 'It includes docks used primarily by ferry beats operated in connection witn a street, road or hianway, but Goes not include railroads, wharves, moorings, hallways , catw•al"cs , or run- ways , aprons or taxiways for the landing, take-off or movement of airplanes within airports or landing fields; nor does it include ferry boats, even though the ferry be oparated in connection with a street, road or highway. It includes roads and walks which are not open to the public generally, but which may be restricted to use by the military or by employees of a depart- ment or instrumentality of the United States. The word "place'• means only an area similar to a street or pedestrian walk , such as thoroughfares in various cities designated "places" for the pur;.ose of preserving the continuity of street names or hoire number ; generally , a street of shorter 1^ngth than others. The term "building, repairing or im-roving of a publicly o,;ned street, place, road, etc. ,•' includes clearing, grading, graveling, oiling, paving and the clecning thereof; the cons trotting of tunnels , guard rails , fences, walks and drainage facilities, the plr.nting of trees, shrubs and flowers therein, the placing of street and road signs, the striping of roarlrays ,. and the painting of bridges and trestles; 4 also includes the wining, Mr. Jack Wilson, City Ergineer City of Renton Fc' rua•y 23, 1971 Pere Nc, 2 If it is deemed to be in the best interest to the public to have the State's contractor perform any of the relocation of your fa,alities or make provisions fo- your future facilities, please provide this office with the information immediately. It is anticlpatod that the utilities will perform relocation of their own facilities at their oon expense. However, if a utility qualifies for reim- bursement in accordance with Bureau of Public Roads Policy and Procedure Memorandum No. 30-4, dated February 14, 1969, a preliminary engineering estimate must be submitted to this office as soon as possible, and an agree- ment will be prepared fo: the reimbursement. If there are any questions regarding these procedures, please contact Mr. R. W. Lambert of this office, telephone GL 5-2800, Extension 245, Copies of tiighway Resolution 2224, Public Roads memoranda, and permit forms are a,ailable from this office at your request. your early acknowledgment of this request will be greedy appreciated. Very truly yours, E. I . ROBERTS, P.E. District En sneer /�sY�s�� H J. SEMENOCK, P.E. District Utilities Engineer EIR:ssd RWL Encl . STA1E OF WASHINGTON t awnm i. .rwe s. .evuoe i WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS omce nr oieuicr 9n4lale0 s eaar.o r e+ua w.va.,eero.oeu � ' February 23, 1971 Mr , Jack Wilson, City Engineer City of Renton Renton Municipal Building Renton, Washington 98055 CS 1713 SR 900 Attention: Mr. Ron Olson 116th fve.S.E. to 138th Ave,S,E.Renton ' Utility Relocation City or Renton Gentlemen: The State is preparing plans for the widening of SA 900 from 116th Avenue S.E. to 138th Avenue S.E. in Renton. Tne tentative advert 'sing date for this construction is December of 1971 . Since the time of our last correspondence with you, this project has been stated down due to higher than anticipated right of way costs. 'he proposed right of way for this project ties been decreased along most of the project. Two sets of righ% of way plans foi this area are enclosed for your information and use. Please color code the right of way plans by showing your existinq facilities in green ar,d your proposed relocated facilities in red, Pod rt.urn one set of the color coded plans to this office, Please indicate on the plans the size of the facility involved. Preliminary contract plans will be for- warded to you as soon as they are available. It is hereby requested that all public and private utility facilities within the State's right of way be removed, relocated, or adjust.4, in compliance with Highway Resolution 2224, prior to the Freeway construction. If it is necessary for any of your facilities to remain or to be relocated within the State's right, of way, a permit or franchise must be obtained In accordance with Chapters 43.32 and 47,44, Revised Code of Washington. For your convenience, you may obtain the current detailed design and right of way Information from the plans engineer, Mr. A. T. Sme'ser of 10506 N.E. 4th St., Bellevue, Washingtoa, 98004, telephone GL 5-2800 Ext. 283. OWN o�by y bz Sy/ 3w V5y.l y+r 6b v�^ ry�,td pobd5 4�(.� 5 a NO J,VM $�9rvYN7 G SS'^7S'U ONV Ld30 A�"N 3Ab15 Y'llr� 7N'133U" u�311 I L - 3 — i asva (Xfl3W '73I330- 931NI WASHINGTON STATE HIGHWAY COMMISSION DWARTMENT OF 4:1314WAYS Interdepartmental Communication office at................................................................... Date..................... ................ To......_..........................................._..............._..._... ...... From................................._........................................ Subject.... R!G?..?..)..........................................................................._............................._........ ....._............. coat — Ott` to reimburse the Statnt as act forth in proposed construction, for salvaged items, materials, xorit and betterment which is City obligation. No preliminary engineering is to be considered — assume even split. Plane & Est. — State to determine quantities, cost, bettcrment, etc* and include same in specs., contract plans and a�+rsemont. — Cite to supply esticates for their work k determine location of all meters, etc.. Additional note": 1) Cost per �ict tnppiry is appr. $ 21.50/hr. and j hr./tap 2} 7L • be betterment from exiatirg 2" to proposed 8" water main from N.... 12th St. to 3) '4 c areas are outside City 0 rporate Limits and soar facilities o'.all uo first time in area 4) "oat mains exist witlh /vx¢`` ) " Of CETtiI cover (Lv,�� f2 .l�f � 3U" 51 Y. . adj. plena ,rare sent from Jolly's o:fice to Dist. 7 Plans office. 'do do not 'nave set. 6) For any plane transmittal to the City, the City requcat. 22" X 34" dimensions lils /r L'ru�ils—/)nn't l/andlu {{'!lG pnry . . .. , , Y f 1 j WAii'iiNGTON STATE HIG%WAY COMMISSION DEPAPTMID43 OF HIGHWAYS Inter-departmental Communication Office Dam....................Juix.? ......... TO.............Fiie............................._............. __. ,......... +i From.......Buzlinger.e............. Subject._cs.1.7.13........SR 9W . W._ ..._.._.__�............_. ._..._..._.. ....... ..................................................... 116th Ave. S. �'. to 13gth Ave. s. E. '.:atcr A Serer Relocations City of Renton Proposed Agreement A mcotinr ••xes hold in this office on July 14, 1970 to duacuss C. of R. � .£ relocation pronoseis and proposed agreement. .he followirr were in attendence: f '` Ron Clson — City of Renton John, Herren — Dist 1 Utilities Larry Sullivan — Dist 7 Plans 6rlin ,riggs — a a Semcnoek/Pang/Burlingame — Dist 7 utilities Olson brought set of sopias and plans showingt in pert, City's cxistirg ar.d propoccd ;lsns. These were left with us — s. plaa to be returned of our convenience. CUTLTSE OF DISCUSSIONS 'rlork — Ststo's contractor to do •,cork of ad;usttreZ or eon&tructirg all water lines. 21,!Z to do wet tap connection&, meter installations, shutting off of existing maims and removing existing facilities such as fire hydrants, meters, etc.. YAterials — State's contractor to furnish all materials relative to their work. City to furnish materials required to perform wet tap$. - i. 6. �ry , STATE OF WASHINGTON DANIEL J. EVANS. oovRRNOR i, District I i 7 z Realignment 1969 �.rNf ti I++ WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS `}tv orncs or DISTRICT •NDINRu DISTRICT N0. t eu, CONRON RVRNus souTN { -.I . ♦ '� n ,�. ;' SEATTLE *SIDS J,,• MrY '•, May 28, 1970 D1�tiNN� Yrf City of Renton City Hall Renton, Washing•on 98055 CS 1713 (SR "0) _ e Attention: Mr. Jack Wilson/ 116th Avenue S. E. to 138th Avenue S. E. Mr. Ron Olson Utility Relocation L-3J31 F-020-1 ( ) Gents amen: On May 26, 1970 the above noted project was formally transferred from District I to District 7 of the State Highway Department. All further correspondence regarding this project should be directed to Mr. Harry Semeno:k, District 7 Utility Engineer, 10637 N. E. 8th, Bellevue, Washington, his telephone number Is GL 5-2800. Very truly yours, W. C. BOGART, P. E. District En lneer JOHN BERKOWITZ District Utlllcy Engineer JHH:ej cc: Mr. Herron Mr. Bentley Mr. Roberts/Semenock, Dist. 7 Mr. Jolly Mr. Bedell/Pagett Mr. Andreas All Assistant Directors WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT Of HIGHWAYS Inter,O ice Communication Date.. TO...._ix.-.1atiroedta.�.ir... ar=ac_................... 0 From_..T..L..,iaax.../... i..._..-..uuL .............. Subject.-:.. .................... .. Tra..WlUsd bs .*oidu, as sr ow #@jS,ls:ns M.477r!'nati m of an *c following plans for tar city of ,rslon .Ater Iep{.r vo, ;on .Isom: L lea carvists art of P.S. '- planar "A 9m ( ap"). Y. 7 OtOots a114rs,ant puns for p pamilon of Un VKUtisr hrxwrant. ',hv City uall ,lnos om the !lens t'rir rrWlra ruts for nr.�srlins s1d othor C:I.atrosUam and m'Justmm•a, and retl,rn 00;19s to me far ircor orati >n into otr eontraet plans. Wilk c%G Kok !r a �t BE SURE YOU'RE RIGHT, THEN GO AHEAD November 3, 1971 Department of Highways Osstrict 07 10637 N.E. 8th Street Bellevue, Washington 98004 Attention: Al Anderson. Permits and Franchises Re: Watermains in SR900 from N.E. 12th Street to 138th Avenue S.'.i. Gentlemen: Enclosed are the substantiating materials with regards to the required main size to be installed in SR900. They are as fellows: 1. Cortprehensive Lard Use Plan 2. Portion of Renton Zoning Map 3. Zonlnr Mq►st 4. Washington Surveyinq and Retina bureau Letter fated October 29, 1971 5. National Board of Fire 'erwriters, Standards for Water Distribution System Design 6. City of Renton, Ordinance #2434. dated September 27, 1g68. Also enclosed are materials substantiating the equipment rental rates and employee benefit rates as called out in the project cost estimate submitted last Thursday, October 28th, in your office. If more infommaticii is required, oieate contact this office. Very truly yours, Jack E. Wilson, P.E. city Engineer on Olsen 'kilities Engineer RO:sn Encl. t": INTER-OFFICE MEMO ;h; Ron Olsen DATE November 3, 1971 FROM: Ted Bennett RE; Fringe Benefit Rate Per our conversation, our labor fringe benefit rate is 27% and is broken down as follows; Social Security 5.2% Retirement 6.1% Industrial Insurance .9% Medical Insurance 1.4% Life Insurance .3% Vacation 5.5% Sick Leave 3.3% Holiday 4.3% 27.09 Material fringe charges reflect the relationship between storeroom operating costs and the value of material handled through the storeroom. This has been billed at the rate of 15% of the material involved in recent years. cc: Gwen Marshall FIRE INSURANCE AND APPURTENANT COVERAGES vu..uuu ' •RANCN M..CII A L...• •V I L O I.. 1pl.Nl • •..11. ..oG • •...I.w•... • . •O. • I .• L. 11<LA SEAT ME, WASHINGTON 9E111 .......•.... c.v....,n... IAcoNA • .,,...Loo October 29 197, ' Mr. Ron uisen Utility Department City of Renton Renton, Washington 98055 Re: Water project 315 (E.R. 900) Dear Mr Olsen: this office has reviewed the plane for the above project .ad concur with the mein ;ize indicated as Ainimum size that should he installed. It should be understood that when these areas are build up under the present zoning the fire flows required could be larger then these mains could supply. i Very truly yours, ( ' L. A. Leonard, Ch! Ehgineer Public Fire riotecniun Department LL/cg 1r' PROJECT NO. W-315 UTILITIES DEPARTWir CITY Or RENION WORK (RDFR NO. WASHINCTON DATE SUBMITTED 10-27-71 DATE COMPLETED Possible DEPARTMENT W5ter DESCRIPTION OF WORK Retapping in Water Services NECESSITY WCRK TO BE DONE BYi City Forces 0 Contract Others ITEM QUANTITY UNIT COST AMOUNT 3/4" Copper Pipe .65 Ft. 1" Copper Pipe 9' I Ft. 3/4" Corporation Stop 4.43 Ea. 1" Corporation Stop 7.90 Ea. 3/4" Angle Stop 5.01 Ea. 1" Angle Stop 8.24 Ea. 3/4" Angle Tail Piece 2.13 Ea. 1" Angle Tail Piece 2.29 Ea. 3/4" Union Coupling 2.13 Ea. 1" Union Coupling 2.48 Ea. TOTAL COST APPROVED BY 9:Uf. OF UTILITIES DATE AP?h Cf,' D i PROJECT NO. W-315 Part 1 UTILITIES DEPARTMENT CITY OF RENTON WORK ORDER NO. WASHINGTON DATE SUBMITTED 10-27-71 uATE COMPLETED DEPARTMENT Water DESCRIPTION OF WORK STA 116+06 to STA 139+45 in SR900 ^� (Material Only) (Existing Water) NECESS!TY WORK TO BE DONE BYt City Forces Contract 0 Others �] ITEM QUANTITY UNIT COST AMOUNT 8" C.I. 'dater P`pe 2339 LF 2.10 7250.90 6" C.I. Water P 'pe 180 LF 2.18 392.40 8" Gate Valves (MJxMJ) 2 EA 129.63 259.26 6" Gate Valves (FLxW) 7 EA 79.96 559.72 8" x 24" C.I. Gate Valve Boxes 8 EA 13.80 110.40 8" x 6" C.I. Tee (MJxFL) 7 EA 70.42 492.94 6" x 4" C.I. Reducer (PExSE3, MJ) 1 EA 19.80 19.60 4" C.I. 450 Bend (MJxMJ) 1 -A 19.84 19.84 6" C.I. Solid Sleeve (MJ) 1 EA 26.61 26.61 4" C.I. Solid Sleeve (MJ) 1 EA 18.83 18.83 6" L.I. 22-1120 Bend (MJxMJ) 1 EA 28.34 28.24 6" C.I. Plug (T.J.) Tapped 2" 6 EA 12.74 76.44 5" MVO (Corey Type) Fire Hydrant 1 EA 260.46 260.46 4" C.I. Plug (T.J.) Tapped 2" 1 EA 10.95 10.95 Fire Hydrant Guard Posts 2 EA 13.25 26.50 Misc. Shackle Rods 80 LF .32 25.60 Conc. Blocking 5 CY 22.00 110.00 S?lect Back Fill Material 860 CY 2.32 1995.20 (No Resotraticn) Sub Total 11674.19 TG7AL COST APPROVED BY 'UPI. OF UTILITIES DATE APPROVED EQU.PMENT AND LABOR RATES 1971 ADMINISTRATION Field Supt. (B.P.) @ $6.5827/Hr. Foreman (A.R.) @ 5.6827/Hr. Engineer (R.O.) @ $5.5673/Hr. Account (T.B.) @ $7.0442/Hr. CREW Equipment Operator II (J.C.)@ 4.0134 Equipment II (J.6.) @ $4.3558 Crewman (D.M.) @ $4.3558 1 (K.M.) @ $4.3558 " 1 (B.H.) @ $4.1538 I[ (L.S.) @ $4.9558 Maintenance Man (B.S.) @ $4.1538 Approximately 20% would be added to labor rates for city employee benefits. ELU21 MENT E 38 (67 Hopto Bdckhoe) @ $6.25/Hr. E 35 (66 John Deere Wheel Ldr, w/B.hoe) @ 4.50/Hr. D 24 (62 Ford 1 1/2 T. Dump) @ $1 .S0/H;. 0 29 (66 Chev. 4 yd. Dump) @ ;2.50/Hr. C 37 (67 Chev 3/4 T. Pickup) @ 0.75/Hr. C 38 (67 Chev. 3/4 T. P1,, -Kup) @ 0.75/Hr. C 39 (E7 Fors' 3/4 T. Pickup) @ 0.75/Hr. S 64 (Whacker Tamper) @ 7.75/Hr. S 72 (3" Homelite Diaphram Pump) @ 9.00/Hr. S 21 (58 Ingersoll Rand Compressor) @ 5.00/Hr. The above rates are for 1971 and are from "City of Renton" equipment rental fund. Rental rates also at,ached. CITY OF PENTON - EQUIPMENT RE14TAL FUND RENTAL PATES EFFECTIVE AS OF JANUARY 1, 1971 Page 5 of 5 Vehicle Life MEMO ONLY No Description Primary User Years Fer.tal Depreciation Total Per Mile Per Hoar S-6 54 Kohler Light Plant St. maint. 15 $ 5.00 $ 5.00 $10.00 4.50 S-8 53 Grace Chip Spreader St. :faint. 15 2.00 8.00 10.00 3.75 S-9 54 CHttE Diaphram rump - 4" St. Maint. 5 7.00 8.00 15.00 15.00 5-10 58 Ford Marlowe P•-,=p-Trl.Mtd-4"St. Maint. 5 10.00 30.00 40.00 40.00 5-11 64 Hmelite Chain Saw St. Maint. 10 3.U0 2.00 5.00 1.00 5-15 Miller Curb Mach. St. Maint. 10 7.00 8.00 15.00 15.0C � 5-21 58 Ingersoll Pand Compressor Water 7 30.00 5>_0C 0 „- i an , r�.anp St. Maint. d�� 5 S.GO 10.00 15.00 5.75 water 4 s__---7:eo---3,-e4 -_ .•9D - 5-36 61 Tel-Go Tanper St. Maint. 10 5.00 10.00 15.00 7.75 5-37 61 Jaeger Air cmpressor St. Maint. 7 30.00 55.00 85.00 5.00 5-38 61 HcMelite rmnp - 3" Water 5 10.00 10.00 _20.00 9.00 S-41 --GTTC• . r_c .e .ra1 er pra;i� 62.-Maim 8.00 7. 00 15.00 2.25 S• 63 Aeroil Tar Kettle Trailer St. Maint. 20 2.00 3.00 5.00 5.00 5-43 64 ME Paint Striper Traf. Engr. 15 8.00 7.00 15.00 .50 5-52 66 Tennant Line P.emover Traf. Engr. o1 6.00 4.00 10.00 10.00 5-53 _ 67 Flex. 15 -Inwpr ,'odcor- water 50.00 30.00 80.00 .G SQ�. 5-56 68 ML11^r Aspnalt saver St. 6.aint: _5 7.00 18.00 25.00 2.5C 5-58 66 Marlm.e rang - hs" water 5 7.00 3.00 _ 10.00 Mar owe Farm-7Ta" Water ,_ 7.00 3.00 10.00 b-Ti 69 Was er Tamper St. Ma:.nt. 10 5.00 10.00 15.00 7.75 5-61 69 Wyco Generator water 15 1.00 2.00 3 r0_ 1.00_, S-•62 69 Homelite Dia-pram F•scp-3^ St. t4aint. 5 5.00 30.00 15 �? 9.00 5-63 69 ME Paint Stripper Trams. Engr. 15 8.00 7.00 15.00 .50 /C 4 68 4acker Tamcer water 10 5.00 10.00 15.00 7.75 _ 5-65 69 Stow Concrete Saw U �, Traf. Enq, 15 2.00 3.00 5.00 4.00 i C-54 69 Lodge JT. Pickup Garage 7 90.00 •75 5-54 68 A&L Pressure Washer Garage 10 HR 2.00 _ CITY OF RENTON - EQUIPMENT RENTAL FL?;D RENTAL RATES EFFECTIVE AS OF JANUARY 1, 1971 Page 4 of 5 Life ME'`70 crn,Y C Vehicle r !^.i le Fer Hour No. Deeari tio.^. pri.nasv User 'fears Rental De rp eciation Total P-r $170.00 TS-19 70 2-wheel Cycle Police 3 $95.OG $75.00 .27 M-20 70 2-wheel Cycle police 3 95.00 75.00 170.00 •27 12.25 E-2 40 Chev. Oil Distr. St. Maint. 15 20.0C 0.00 50.00 6.25 E-5 54 Int'1. Sgt. Trk, Shovel St. Maint. 10 170.OG 100.00 270.00 22.00 E-9 56 Sew �ulvi-Mixer St. Maint. 20 50.00 30.00 80.00 3.75 E-10 57 Bros. Pneu. Roller St. Maint. 15 110 10.00 E-17 50 Huber Grader St. Maint. 10 45.00 65.00 .OG 5.50 St. Maint, 10 205.00 140.00 345.00 E-21 i0 Michigan Loader 360.00 6.25 F 74 Ma +•ou aackh4E.-_-__. .. Water 10 _ 185.00 755.00�_,_,__.__ -- - 7.50 St. Maint. 10 50.00 55.00 6.25 -c-27 Topeka Hiway Mower St. Maint. 30 50.00 55.00 1G5.00 E-31 64 4 T. Roller 510.00 6.25 E-32 64 Austin Grader St. Maint. 10 220.00 290.00 440.00 4•50 -/ 270.G0 E 35 66 Jr Deere "heel Ldr w/B/Hoe Water 7 240.00 200.00 3•11 -- E 37 6" Case -onstviction King -_ Water _. 10-- 170.00 190.OG 360.00 6.2> _ ^ „• ., water 6.00 HortQ QQ St. Maint. 730.00 380.00 1,110.00 .20 U-39 67 wayne Sweeper 100.00 E-40 68 Cushman Truckster Pkg. Control 7 65.V0 35.00 125.00 200.00 325.00 4.25 5.5 E-41 60 Multihoe Backhoe St. Maint. 0 4G0.00 0 E-42 68 A.C. Loader St. Maint. 10 145.00 255.00 75.00 4.50 E-43 68 General 1 T. Roller St. Faint. 10 55.00 20.00 510.00 E.25 E-44 68 Cat 120 Grader St. Maint. 10 20.00 215.00.00 335.cn 12.50 E-45 53 int'l ready Mix roller St. Maint. 10 165.00 20.00 235.00 100=00 •20 E-46 70 Cushman Truckster Pkq. Control 7 .20 7 65.00 35.00 100.00 1-47 7u Cushman, Truckster water 200.00 16.75 E^40�70 Topeka Hiway Mower St. Maint. 10 12G.CO 80.00 1,110.00 6.CG E-49 Mobil Sweeper St. Maint. 5 730.00 380.00 7.00 8 .00 155.00 235.00 8 E-50 70 Ford Paint Striping Mach. Traf. Engr. 10 5.00 100.00 185.00 12.00 E-51 70 Int'1 Jet Sewer _ Water 15 i i A r x `el y .. CITY 0£ RENTON ' EQUIPMENT RECTAL FUND RENTAL RATES page 3 of 5 EFFECTIVE AS OF JANUARY 1, 1971 Life MEMO ONT 11 Vehicle PT No, Des^zi lion inar^ user Years Rental De zeciation Total Per toile Per flour V_i 75 -55 69 Dodge }T. Pickup Traf. Engr. 7 $50.00 $40.00 $90.00' ,7_ - C-56 69 Dodge }T. Pickup Traf. Engr. 7 50.00 40.00 90.00 .75 M C-57 69 Dodge $T. Pickup St. Maint, 7 50.00 45.00 95.00 �,- Water 7 50.00 45.00 95.00 ._.�..6�__. . �58 70 Dodge 1 T__Flatbed`_._.______- _.--.____.__ .___.__._.._.. 59 70 Ford 4T. Pic.cup St. Maint. 7 35.0C 30,60 65.00 .60 -60 70 Ford 4T. Pickup Airport 7 .60 35.00 30.GG. 65.00 C-61 70 Ford 4T. Pickup Engr. 7 �"' E- 4,.., L- E- E- C/D-7 67 Chev. Van Civil Defense 7 40.00 45.00 85.6r; .21 E- E- F_ 65.00 135.0G 220.00 21.55 E- -20 60 Ford Sewer Eciuctoy: St. Maint. 10 225.00 2.50 E- Water 7 140.00 85.00 2.50 -21 60 Ford 4 •:d Dian 140.00 85.00 225.OG E- D-22 60 For 4 yd Dump St. Maint. 7 225.00 2.50 St. Maint. 7 140.00 55.00 L-23 62 Fczd 4 yd D mp 7 55, -- E_ 50 i _,n Pater 225.OD 2.50 St. Maint, 7 140.00 85.00 2.50 D-25 63 Chev. 4 yd Dump 140.00 85.00 225.00 E- D-26 65 Dodge 4 yd Dung St. Maint. 7 2.50 E- st. Maint, 7 140.0C 85.00 225.D0 E- D-27 65 Dodge 4 yd Dunp 225.00 2.50 E_ D-28 66 Chev 4 yd Dump st. Maint, 7 140.00 85.00 22>.00 2�50E- � '�y�'^yy . 7 14P.00 85.00 2.50 D'29 66 Chev 4 d Dun 225.00 E- D-30 E6 Chev 4 yd D�.anp St. maint. 7 140.00 85.00 110.00 1.00 E- D-31 67 Chev 1 T. Flatbec w/Eioist St. Maint. i7 60.00 60.00 50.00 110.00 8.50 E. D-32 68 Chev 2 T. Flatbed Parks 400.00 7.00 E• St. Maint, i 22C.00 180.00 D'33 70 Ford Flusher E• E• Ed .27 E. M-17 67 2-wheel Cycle Police 3 95.00 75.00 170.00 27 M-18 68 2-wheel Cycle Police 3 95.00 75.00 170.00 ♦.A 1 I • CIT7 OF RENTON - EQUIPMENT RE[7TAL FUND RENTAL RATES - a EFFECTIVE AS OF JANUARY 1, 1971 Page 2 of 5 Vehicle Life MEMC (,')tLY No. Description Privar✓ user Years Pental Depreciation Total rer • il Fer Hour 6 Trk B-12 65 ford VIIn w/Hoist Trai. Engr. 12 Hoist $80.00 $100.00 $180.00 .73 5-13 65 Iraveall Engr. 7 40.00 45.00 85.00 .21 E-14 67 Cher. Van Traf. Engr. 7 40.00 45.00 $5.00 .21 B-15 67 Ford 9 Pass. SIX Pool 7 40.00 40.00 80.00 .19 B-16 68 Chev. 6 Pass. SW Park 7 40.00 40.00 80.00 .19 i B-17 68 Chev. Van Engr. 7 40.00 45.00 85.00 .21 B-18 68 Chev. 9 Pass. SW Planning 7 40.00 40.00 80.00 .19 B-19 68 Chev. Van Engr. 7 40.00 45.00 85.00 .21 r B-20 68 Chev. van Engr. 7 40.00 45.00 85.00 .21 ! A-21 69 Dodge Van Traf. Engr. 7 40.00 45.00 85.0n .27. -3 41 Dodge Wrecker St. Maint. 10 60.00 35.00 95 00 5.75 C-25 60 Ford C,T. Pickup Purchasing 7 35.00 30.00 65.J0 .60 C-26 60 Stude $T. Flatbed Park 7 50.00 40.00 90.G^ .50 C-30 63 Dodge 1 I. Flatbed park, 7 50.00 45.00 95.00 1.00 C-31 66 Ford_�T_Fickup____. Water 735..00 30.00 65.00 .60 C-732 66 Ford �T. Platted, water 7 50.00 40.00 90.00- .50 C-33 67 Chev. 4T. ..^ick;)p Park 7 35.00 30.00" 65.00 --�- - __-- - - .GO - - C-34 67 Chev. 11:. Pickup Park 7 50.00 40.00 90.00 .75 C-35 67 CheV. •:r. Plckup Building 7 35.00 30.00 65.00 .60 C-36 67 Chev. }T. Pickup St. Maint. 7 50.00 40.00 90.00 .75 C_.37 67 Chev. IT. Pickup hater 7 50.00 40.00 90.00 7 � 5-.38. . 67 Chev. •ZT. Pickup water 7 50 On 40 00 90.00 .75 Pickup Water 7 50.00 40.00 9^.nr ,75 T L90 68 ❑atsun Pick..n Water 7 �O.Qq 30.00_ _- .50 C-92 68 Chev. U/atez,__ 7 50.00 40.00 jc..r.0 ___________ .75 �43 68 Chev_1 T. flati:ed water 7 S0.00 45.00 95_00 _ 1_.00 C-44 68 Chev. $T. Picla=p St. Maint. 7 50.'f0 40.00 90.00 .75 '. C-45 68 Chev. �T. Pickup St. Maint. 7 5( . )0 40.00 90.00 .75 5 Trk C-46 68 Ford Aerial Ladder Trk. Traf. Engr. 10 Ldt 85.00 140. 0 225.00 .50 WASHINGTON STATE HIGHWAY CGMMISSION inter DEPARTMENT Of HIGHWAYS departmental Communication oxce at ytII-It Date ..._._._....... ................. ....... Frorn......_..p�._!. ........................... Sabjeet._..,�•.T alter Une i7- YK ......_........_ 16th ............._. Avs. S.E. to 138th "-"'............................... Ave. S.E. _.... ..._...._..._....... A "•afire: wes hel v end^tt,t were f HI , »Aucust 31, Ig;rt, In the Plans offl o of 0,strict ). the follgrtm,. A. T. Smeller H• J. Semenork District 7 J. I. suit(, " to • Ike i an ,r rr ntzs R, Olson 'r n City of Renton TAe ^betfn� S yelled to determine the status of the C rj~j5t��e� °^ SwasR 900 within the limt 4 of S,f, end 136th Ave, Prepo$ad rtY of it S.E.SE State contra weterlire The State hefr.. ct uetwMn aSOms changes will he anecessare for relo<at ion costs 'it_ In the City "'its, an 9e1 had recurred In R/V and des Ion and they 10 the construct irn, rather than tie Sate the city new would prefer that pr• Olton requested and contractor, o so ►'th X sections and he Would tprepa,ePPlans •red *atd the latest tmeat and :lan shoot$, clone The pf.n eetime of th proposed relocation PrOPO showing aewunt for staa tpart c�The Uttll tit�$ Section Provided by hlm to the Donor. Would draw up an • City of Renton En 1 9tMnlent cnstructl 9 neering Dept., thr or Dlstr;c�)relating to street work andh ,r, 6'• Grant, to coordi illumlrytlon, with the P yes other Section MJL:eed cc: Mr, Ron Olson ✓ , Mr, M. Granty, Utilities A rood t3xaneple to the Best Safety Sermon STATE OF WASMINGTON WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS .11I K G•oraTRICT•nGln[[a Seotember 22, 1971 Bert McHenry, P.E. Assistant City Engineer Municipal Building Renton, Washington 98055 CS 1713U SR 900 116th Ave. S.E. to 138th Ave, S.E. L-3531 Dear Sir: The attached 8 sheets of SR 900, 116th Ave. S.E. to 138th Ave. S.E. are transmitted as requested by Mr. Ron Olson of the Renton Water Department. If we can be of further assistance, Please contact us, �I 'T=N1UN Ve- truly yours, REc.. .. E. 1 . ROBERTS, P.E. bcr District Engi err EpGkNt,1.gj%G A. T. SMELSER. P.E. Plans Engineer JLS:ps Attach. r„ VOi . Xl - P,R.6'30 Page 3 Th; retail sales tax doe:: riot apply to charges made for j.:nitorial ;rrvices nar for the mere leveling of land used in coaniercidl farming or agriculture. The tax does apply, ho.iover, in respect to contracts for cleaning septic tanks or tiic exterior malls of buildings , as well as to earth moving, land elearin; and the razing or moving of structures , whether or not such services are perforn:ed as i• -idents of a contract to construct, repair, decorate, or improve buildings or structures. Sales to prirc contractors and subcontractors of materials such as concrete, tic rods. lu-der, finish hard'aare, etc. , which hCCOma part of the structure bring built or irproved are sales for resale and are not subject to the retail sales tax. Sales of form lumber to such contractors arc sales for resale ;.rovid^d t'^.at such lumber is used or to be used first by such persons for the calding Of concrete in a single contract, project or job and the fort lc-ber is thereafter incorporated into the product of that same con- tract project or job as an ingredient or component thereof. Sales of form lusher nst so incorporated as an ingredient or component are sales at retail. Tte .retail sales tar. applies upon sales and rentals to prime contractors and subcontractors of tools , machinery and equipment, ar.d consumable supplies , such as `and and machine tools , cranes, air compressors, bulldozers , lubri- cating oil, sandpaper and form lumber which are prinarily for use by the ccntract.r rather than for resale as a Component part of the finished Structure. The retail sales tax applies upon sale; to speculative builders of all tangi- ble perso.al property, including building materials, tools , equipment and consu abie supplies and upon sales of labor, services and materials to specu- lative builders by independent contractors. USE TAX The use tax applies generally to the use by prime contractors and subcon- tractors cf tools, machinery, equiprent and consumable supplies acquired by the- priz.arily for their own use and u;or. which the retail sales tax has not baen paid. This includes equipment and supplies purchased in a foreign state for use or consumption in performing contracts in this state. The use tax applies S:nerally to the use by speculative builders of all tangible person- ,; property, including building materials, purchased or acquired by them - without payment of the retail sales (see also Rule 173). STATE OF. WASHINGTON - DEPARTMENT OF REVENUE DI3Hibut,d by the 1m4,,,anajaf Asiociano, of Fi_e C___h"i+ t•v 5'^rri•.!_A_..oug_r_m,,:t. F. P. File Q90 L �- s_ American Insurance tissoc;ation ENGINEERING AND SAFETY DEPARTMENT ' 85 John Street, New York, N. Y. 10038 June, 1965 Special Interest Bulletin No. 285 WATER SUPPLY—PUBLIC PROTECTION AND PRIVATE PROPERTY In recent years :here has lecen cratsiderabke develop- hydrants. Fur further details see the Standard for Out. < merit of large land tracts far industrial parks and corn- side Protection. NFPA No. 24. plexes,shopping center,,and multiple housing. Some of tt'hcre public ureter supplies are not available, as is this deyclI"ent, particularly of industrial parks, shop- ordinarily the case in rural areas,the availability a;well n • f ping centers, aml garden type apartments has taken as acce.,Abihty of surface suPplics, such a., river;, r kes, place Ilinewly annexed or previously undeveloped mmi made p,mds, eta shoed le determined; and the areas, sonic, particularly or vmltipic housing, has taken fire department, or an employee fire brigade, should lace in the older built-up Portion of the cif " s P D t Y,fit eonuec- plan to u.,c such supplies wien needed. : Lion with or as a result of urban renewal. it is preferable that buildings be of fine-resistive r (i All too fregncutly decebpmient planners do not dc• emntrtttlon, but regardless of the type of construction, Vote sufficient att.nti,m to providing an adequate and ullere large building areas are hivoleed or the Xcu- � A , eiiably water .ni)lA for fire department use. This may panes hazard warrants, the installation of aut<nnitic �a + Icad to fewer hi lrants than needed fix effective fire sprit l.ier t rotectiun should be setioudy considered. In I A fighting.resulting an exu..uvcly imag Luse lays,or rimy addition, ,-andp 4w, should be provided in the taller lead to generally imult,wate water supplies,or to both. buildings. "'here 1wic private fire protection Facilities Stich Bond-ten, as nu 1,cTn proven tune and [tune are cost:died, hydrae I, biundd be provided near fire de- y again•ran scrum he hamper fire d. cartnicat operations. parnnent conntctiuns for tot.vvm rem ent use by fien. lkeause of the jocatinr of nn.ty'(if these complex. ,Sec Standard far t ire Mlertusent Connections (•ir tometlutes remote frmn the nearest rare station,delay in Sprinkler and Stan Ipip• Systems. NF•PA No. 23) K _ ruai by the fire dy,arut ar 1 lee., c of long response The mstaltatiuu of a prna•c fire alarm system, in adds- , dl.ranee, or other rea,c n has also l,caw an important nun to municipal Ir„sts m arby, is worthy of consid- adve- e factor Ili some in Lances. [ration.Willer main.in shopping centers and industrial areas Lack of good access tr, tl,n innvediate vieiaity of should fir not smaller than R-inch and pueferab!y a ilmirm,nt group wry•. and i n ttt buddirgi Is a current minimum of 12-inch: R-ineh .11"ukl he insmlid only fire deparuurnt problem, Set back building insull"ceut u _ where it cranplelcs a go,xl griditun: larger size main, drivt way., inacces,ible interior courts, fe•uing cr ,rails, could fie ❑veded depending ul>)n the size, CoIntrction, am, mmnun hilt parking hinder, host laying !add,,ring, layout. and occupancy of the buildings. tow of m.i-ter -Ir,am apl,bance., and i.cce,i to hrdranti. . In multyrle honsing dcvebgments at least R-inch pipe In „ d,I'll to nulizc as;ubd,ir fire fighting facihtiei should be installed. (.: :h to lies uud only where h nu,.t tiFecnrely. it i, th.tt the fire department .-- completes a good gridiron, and then only up to G00 fort he th r r ghlp familiar v:nh the buildings and the pri- in ILugth betwrcu iruterconnecting rains; larger sizes, cats t„n pri.n ide,.l. Pei iodic pre-fire planning in. equaling those suggested fur industrial districts might yxcii,n, by the Are department are necessary. These be needed in unne cases. sh„add Ix sni,plenlented by diicn.s+ions at mrrxer and 14yMants Amid be spaced sc, that short hoie lays annpany sch„d: at which the fire ground olxrationi can to employed and so that there are a sufficient rune rem be worked out Sketches of buildin±s and pr,ptnies her of hydrants svithvt a reasrmable distance if, obtxu ingxxtcd shutting the various features that would be -' the quantities of water needed to handle a scrims fire. rip a.sMance in planning fire operations sh,add Ix pre. In industrial area, and shuppiv; centers, bsdrants pared. Fvr pr„pertics protected by automatic sprinkler ' should he a natximm�i of 300 feet apart and so heated or stands ipe ,,,tens, XFPA pmnpfilet S11 1, "Fire that all buildings iu the complex can be reached by Department Ulnrations in Protected Proprrtics should comparatisoy, short host, lays from more than one he helpful. hydr:ult;. spacing should be the same far large indi- The fire dt s,rL.,xw ehemkl determine the quantities victual buil(linf{s of itehistrial or inercantile occupancy. of water acairahhc from hydrants. particularly when on In multiple bnusing nevcfnpmcnts hydrants should be private prgwrty and bapplicd by mains rot under spaced not more than 5W fret apart, with additirmil direct c,onrol of the municileility. hydrants located as may lie necessary to permit all .ode, tShilc the foregoing comments have been directed to Of the buildings to le icachcd by lino lays of 400 It t. a few spxcific occupancies, they also ap Ay to in,titu- dfam)•of these develnpm cIlts ma).be several hundred limos, office buildings, hotels, motels, ant other similar feet hark room a public orect, Cltde• these conditions, stmcture• The comments are necesarily g,neral iI it is probahk:that hydrant,and the mains t„ which they na ore since each project must be hat'-fled a:: an iudi- t tannoet will have to be iu,t;dlcd nn InI%ate pv party, re. vidual basis in accordance with goon engineering judg- quirirg cooperation letwern music pal. officials and the trent. prvpertI owner: ant agretntrats made should include See also Special Interest 1pnlletins \as. 222, 258, details ontlimlig regxmsihility for m,tullation, in,P c- and 266. tent. avd mauu,nauce n( Iydrants. It is articuharly important that hydrant, o, D ]ore:: 7 hi+ ,Apv rep:acrs 9b^=sal hntttl pnilotiu 2S, px ) t (rrivalt property Ire in- 2n5 entitled pas Ayyiianeri—f..oeati,:u data, Set trmbsr 25, spected and maintained on the some basis w public 1950. F'RWECT NO. W-315 Part 4-continued UTILITIES DE;ARTIZUT CITY OF REN"1011 WORK ORDER NO. WASHIN(17014 DATE SUBMITTED 11-16-71 DhIE CU.'.0 11-16-71'LETED DEPAkT;:EF:T WATER DESCRIPTUa1 OF WORK Sunset Blvd. N.E. (SR900) STA 168+80 to STA 18:+85 (no restoration) (existing water main) UECESSITY WORK TO BE DONE BYz Ctty Forces ® f State Highway widening pro _ct contract L� t Others O ITEM :UA1tIITY 1 ;IT COST AMOUNT 6" C.I. Plug (T.J.) Tapped 2" 1 EA 5 12.74 S 12.74 5" MVO Fire Hydrants (MJ Conn) 3 EA 260.46 7b1 .38 Fire Hydrant Guard Posts 6 EA 13.25 79.50 ) Misc. Shackle Rod 150 LF .32 48.00 Conc. Blocking 5 CY 22.00 110.00 Select Backfill Material 700 CY 2.32 1 ,624.00 S i ti 5UB TOIAL COLT S 17,520.05 APPROVED r;Y F SUPT. OF UTILITIES DATE AF?ROVED y. r F'dOsECT NO. W-3h Part 4 UTILITIES DE:ART1VLNT CITY OF REFITOI .a;�.. WCkK ORDER NO. WASH11jCT01i DATE S48MITTrD 11-16-71 11-16-71 DATE CUMPLETLD DEPARTI:;ENT WATER DESCRIFTICM OF WORK Sunset Blvd. N.E. (SR900) STA 168+80 to STA 183+85 (no restoration) (existing water main) IiECESSITY WORK TO BE DONE BYs State Highway widening p, iject City Forces !tea Contract _ Others ITEM QUANTITY U: I COST AI.fOG1IT - 12" Ductile Iran Water Pipe 1915 LF 5.59 10,704.85 8" Ductile Iron Water Pipe 195 1 LF 3.47 676.65 6" Ductile Iron Water Pipe 94 LF 2.48 233.12 12" Gate 'valve Assenboy (MJrMJ) in cons. vault 2 EA 600.00 1 ,200.00 " 8" Gate Valve (MJxFL) I 2 EA 124.42 248.34 p 8" Gate Valve (M MJ) 1 EA 129.81 129.81 6" Gate Valve (MJxFL) 4 EA 79.96 319.84 4" Gate Valve (p1JxFL) 1 EA 52.65 52.65 8" x 24" Gate Valve Boxes 8 EA 13.P,0 110.40 12" C.I. Cross (Ail MJ) 1 EA 139.83 139.83 12" x 8" C.J. Cross (MJxFL) I EA 163.00 163.00 12" x 6" C.I. Tee (rJxFL) 4 EA 121.25 485.00 12" x 4" C.I. Tee %'MJxFL) 1 EA 143.19 143.19 12" x8" C.I. Reducer (PExM,i, ;EB) 1 EA 47.71 47.71 12" C.I. 22 1120 Bend (F1JxMJ) 1 EA 73.92 i3.92 8" G.I. 22 1120 Bend (fU xM) 1 EA 1 38.71 38.71 6" C.I. Solis' Sleeve (Lp, Kj) 1 EA 26.61 26.61 12" C.I. Plug (T.J.) Tapped 2" 2 EA 25.25 50.50 8" C.l. Plug (T.J.) Tapped 2" 1 LA 19.80 19.80 TOTAL CCi>T _ AFrRMED CY OUPT. OF UTILITIES_ DATE APPROVED FROJECT NO. W-315 Part 3 UTI LIT IEZ; DE;AkTMINT CII-Y OF PE;.7011 WORK ORDER NO. WASi1II1(70N DATE SU➢,dITTtD 11-16-71 DATE CO!.IPLETED 11-16-71 DEPARTNEZ WATEP DEGC:t!: OF W AK Sunset Bled. N.E. (SR900) from STA 154+48 to STA 168+80 (No Restoration) (Existing water mains) 11hCESSITY WORK TO EE D(N:E BY. State Highway widening project City Forces Lam' Contract Q OthTGC� ITEM 1UA11TI7Y U,:IT COST AMOUNT 12" Ductile Irei Water Pipe (T.J), CL2 1432 LF 5.59 S 8,004.88 8" Ductile Iron Water Pipe (T.J.) 80 L.F 3.47 277.60 6" Ductile Iron Water Pipe (T.J.) 80 LF 2.48 198.40 12" Gate Valve Assemblies (MJxMJ) in conc. vault 1 EA 600.00 603.00 10" Tapping Gate Valve (MJxFL) 1 EA 238.78 238.73 8" Gate Valves (FLxMJ) 2 EA 124.42 248.84 6" Gate Valves (FLxMJ) 3 CA 79.96 239.88 12" x 10" C.I. Tapping Tee 1 EA 249.37 249.37 12" x 8" C.I. Gross (MJxFL) 1 EA 163.00 163.00 12" x 6" C.I. Tee (MJxFL) 3 EA 121 .25 363.75 5" MVO Fire L'ydr. its 2 EA 260.46 520.92 10" x 12" C.I. Reducer (PExhU, LES) I EA 60.60 60.60 12" C.I. 45' Bend (1dJxMJ) 1 73.92 73.92 6" C.I. 45' Bend (M1xMJ) 1 LA 28.34 28.34 6" C.I . Solid Sleeve (MJ) I 1 EA 26.61 26.61 8" C.I. Plugs (TJ) Tapped 2" 2 EA 19.80 39.60 6" C.I. Plugs (T.J.) Tapped 2" 1 EA 12.74 12.74 8" x 24" C.I. Gate Valve Boxes E EA 13.80 82.80 Fire Hydrant Guard Posts 4 EA 13.25 53.00 Misc. Shackle Rod 200 LF .32 64.00 Conc. Blocking 5 CY 22.00 110.00 Select Backfill Material 5C0 I CY 2.321 1 , 160.00 SUB TOTAL CMT $ 12,817.03 APFRUJED ➢Y SUPT. OFF UTILITIES __ DATE APPROVED }130 'ECT N0, WW_315 Part 2 UTILITIES UEiARTNJ:I$ CITY OF RE147UJ WORT, ORDER NO. WASHINCTUJ DATE SUDLiITTED 11-16-71 DATE COUPLET) 11-16-71 DEPARTI.04T WATER DESCRI:';lr�il OF WORK Sunset Blvd. N.E. (SR900) from Sta 139+45 to STA 154+48 LESS STA 142+45 to STA 143+30 (no restoration) (some existing Water Meins) NECESSITY WORK TC yt DUNE BYt { State Highway wider,ino project City Forces rContract O':hers ITElA UAIVTITY C:.!T Cx3T AMOUNT 12" Ductile Iron Water Pipe (T.J.) ,CL 2 1418 LF 5.59 7,926.62 8" Ductile Iron Water Pipe (T.J.),CL 2 85 LF 3.40 289.00 6" Ductile Iron Water Pipe (T.J.) ,CL 2 42 LF 2.48 119.04 10" Tapping Gate Valve (KJ x FL) 1 EA 238.78 23E.78 8" Gate Valve (FLxMd) 2 EA 124.42 248.84 6" Gate Valve (FLXMJ) 2 EA 79.96 159.92 8" x 24" C.I. Gate Valve Boxes 5 EA 13.80 69.00 12" x 10" C.I . Tapping Tee 1 EA 249.37 249.37 12" x 8" L.I. Cross (MJ x FL) 1 EA 163.00 163.00 12" x 6" C.I . Tee (MJ x FL) 2 EA 121.25 242.50 5" MUD Fire Hydrant (2 in Part 1) 4 FA 260.46 1 ,041.PA 10" x 12" C.I. Reducer (PE0.3, LEG) 1 EA 60.60 60.60 12" C.I. 450 Send (hUxMJ) 1 EA 73.92 73.92 12" C.I. Solid �)lee4e (MJ, LP) 1 EA 51.60 51 .60 Fire Hydrant Guard Posts 8 EA 13.25 106.00 Misc. Shackle Rods I 120 LF .32 38.40 Conc. Blocking 5 CY 22.00 11C'.00 Select Backfill Material 600 CY 2.32 1 ,392.00 SUB TOTAL COST S 12,580.43 APPROVED P.Y SUPT, OF UTILITIES DATE APPROVED PROJECT NO. W-:Sly Part 1 UTILITIES DE;ARTA1NT CITY OF RE6T01I WORK ORDER NO, WASHINC701: DATE SLPSMITTED 11-16-71 DATE COS+PLETED 11-16-71 - DEPARTI.T.NT WATER DESCBI:TIC41 OF WORK Sunset Blvd. N.E. (SR900) From STA 116+06 to STA 139+45 and STA 142+45 to STA 143+30 (no restoration) (existing water mains) NECESSITY WORK TO HE DONE HYt State Highway widening City Forces C7 Contract o Others IIEM )UAr.T ITY 1:-"T COST AMOUNT 12" Ductile Iron Water Pipe, CL 2 (T.J.) 2424 LF 5.59 13,550.16 6" Ductile Iron Water Pipe CL 2 (T.J.) 180 LF 2.48 446.40 12" Gate Valve Assemblies (MJxMJ) 3 EA 600.00 1 ,800.00 in cone. vault 6" Gate Valve (FLxM 7 EA 79.96 559.72 8" x 24" C.I. Gate Valve Boxes 7 Ef, 13.80 96.60 12" x 6" C.I. Tee (MJxFL) 7 EA 121.25 848.75 6" x 4" C.I . Reducer (PExSEB,MJ) 1 EA 19.80 19.80 4" x C.1. 450 Bend (MJxfU) 1 EA 19.84 19.84 6" C.I. Solid Sleeve (MJ) I 1 EA 26.61 26.61 4" C.I. Solid Sleeve (MJ) 1 EA 18.83 18.83 6" L.I. 22 1120 Bend (MJx^'J) 1 EA 28.34 28.34 6" C.I. Plug (T.J.) Tapped 2" 6 EA 12.74 76.44 5" MVO (Gorey type) Fire Hydrant 1 EA 260.46 260.46 4" C.I. Plug (T.J.) Tapped 2" 1 EA 10.95 I0.95 Fire Hydrant Guard Posts 2 EA 13.25 25.60 Misc. Shackle Rods 80 LF .32 25.60 Conc. Blocking 5 CY 22.00 110.00 Select Backfill Material 860 LY 2.32 1 ,995.2 SUB TOIAL COST $ 19,92U.3 APrR07ED nY CUPT. OF UTILITIES DATE APPROVED 4, . PROJECT NO. W-315 Part 4-continued UTILITIES DEPARTMENT WORK ORDER N0. CITY OF RENTON WASHINGTON DATE SuBMITTE0 11-16-71 DATE COMPLETED 11 16-71 DEPARTMENT WATEn [(no ESCRIPTIOJJ OF WORK unset Blvd. N.E. (SR900) TA 168+80 to STA 133+85 restoration) (existing water main) CESSITY WORK TO BE DONE BYsate Highway widening project City Forces Im Contract Q Others p ITEM UANTITY U!:IT COST AMOUNT 6" C.I. Plug (T.J.) Tapped 2" 1 EA § 12.7E § 12.7E 5" MVO Fire Hydrants (tAJ Conn) 3 EA 260.46 781 .38 Fire Hydrant Guard Posts 6 EA 13.25 79.50 Misc. Shackle Rod 150 LF .32 48.00 Conc. Blocking 5 CY 22.0 110.00 �. Select Backfill Material 700 CY 2.32 1 ,624.00 APPROVED 3Y SUB TOTAL COST § 17,520.05 :XPT. OF UTILITIES )ATE APPROVED FROJECT NO._ W-315 Part 4 UTILITIES DE.'ARTWi T CITY OF R.EhTON WORK ORDER NO. WASHINCTON DATE SUBMITTED 11-16-71 11-16-71 DATE CL#4P ETED DEPARTMENT WATER DESCRIF'TIOIJ OF WORK Sunset Blvd. N.E. (SR900) STA 168+% to STA 183+85 (no restoration) (existing water main) NECESSITY WORK TO BE DONE BYs State Highway widening project City Forces Contract CJ Others ITEM IQuAtfriTy UNIT I COST AMOUNT 12" Ductile Iron Water Pipe 1915 LF 5.59 10,704.B5 8" Ductile Iron Water Pipe 195 LF 3.47 676.65 6" Ductile Iron Water Pipe 94 LF 2.48 233.12 12" Gate Valve Assemboy (MJxMJ) in conc. vault 2 EA 600.U0 1 ,200.00 8" Gate Valve (MJxFL) 2 EA 124.42 248.84 8" Gate Valve (MJxMJ) 1 EA 129.81 129.81 6" Gate Valve (MJxFL) 4 EA 79.96 319.84 4" Gate Valve (MJxFL) 1 EA 52.65 52.65 8" x 24" Gate Valve Boxes 8 EA 13.80 110.40 12" L.I. Cross (All MJ) 1 EA 139.83 139.83 12" x 8" C.I. Cross (MJxFL) 1 EA 163.00 163.D0 12" x 6" C.I. Tee (MJxFL) 4 EA 121.25 485.00 12" x 4" C.I. Tee (MJxFL) 1 EA 143.19 143.19 12" x8" L.I. Reducer (PExMJ, SEB) 1 EA 47.71 47.71 12" C.I. 22 1120 Bend (MJxKJ) 1 EA 73.92 73.92 8" L.I. 22 1120 Bend (M)xMJ) 1 EA 38.71 38.71 6" C.I. Solid Sleeve (Lp, Mj) 1 EA 26.61 26.61 12" C.I. Plug (T.J.) Tapped 2" 2 EA 25.25 50.50 8" C.I. Plug (T.J.) Tapped 2" 1 EA 19.80 19.80 TOTAL COST APPROVED BY SUPT. OF UTILITIES DATE APPROVED PROJECT NO. W-315 Part 3 UTILITIES DEPARTMENT CITY OF RENTON WORK ORDER No . WASHINCTON DATE SUBMITTED 11-16-71 _ DATE COMPLETED 11-16-71 DEPARTMENT WAT - DESCRIPTIC34 OF WORK Sunset Blvd. N.E. (SR900) from STA 154+48 to STA 160+80 (No Restoration) (Existing water mains) NECESSITY WORK TO BE DONE Sys State Highway widening project City Forces �7 Contract Others ITEM UANTTTY UNIT I COST AMOUNT 12" Ductile Iron Water Pipe (T.J), CL2 1432 LF 5.59 $ 8.004.88 8" Ductile Iron Water Pipe (T.J.) 80 LF I 3.47 277.60 6" Ductile Iron Water Pipe (T.J.) 80 LF 2.48 198.40 12" Gate Valve Assemblies (MJxMJ) in conc. vault 1 EA 600.00 600.00 10" Tapping Gate Valve !MJxFL) 1 EA 238.78 238.78 8" Gate Valves (FLxMJ) 2 EA 124.42 248.84 6" Gate Valves (FLAT) 3 EA 79.36 239.88 12" x 10" .I. Tapping Tee 1 EA 249.37 249.37 12" x 8" C.I. Cross (MJxFL) 1 EA 163.00 163.00 12" x 6" C.I. Tee (MJxFL) 3 EA 121.25 363.75 5" MVO Fire Hydrants 2 EA 260.46 520.92 10" x 12" C.I. Reducer (PExMJ, LEB) 1 EA 60.60 60.60 12" C.I. 450 Bend (MJxMJ) 1 EA 73.92 73.92 6" C.I. 45' Bend (MJxMJ) 1 EA 28.34 28.34 6" C.I . Solid Sleeve (MJ) 1 EA 26.61 26.61 8" C.I. Plugs (Ti) Tapped 2" 2 EA 19.80 39.60 6" C.I. Plugs (T.J.) upped 2" 1 EA 12.74 12.74 8" x 24" C.I. Gate Valve Boxes 6 EA 13.80 82.80 Fire Hydrant Guard Posts 4 EA 13.25 53.00 Misc. Shackle Rod 200 LF .32 64.00 Conc. Blocking 5 CY 22.00 110.00 Select 8ackfill Material 1 500 1 CY J 2.32 1 ,160.00 SUB TOTAL COST S 12,817.03 APPROVED PY "UPI. OF UTILITIES. DATE APPROVED.- PROJECT N0. W-315 Part 2 UTILITIES DEPARTMER7 CITY OF P.ENTON WCRK ORDER NO. WASHINC-70N DATE SUBMITTED 11-16-71 DATE COMPLETED 11-16--71 DEPARTME6"r WATER DESCRIPTIC14 OF WORK Sunset Blvd. N.E. (SR900) from Sta 139+45 to STA 154+48 LESS STA 142+45 to STA 143+30 (no restoration) (some existing Water Mains) NECESSITY WORK TO BE DONE BYt State Highway widening project City Forces contract L-7 Others LJ ITEM N.TTY UN-T COST AMOUNT 12" Ductile Iron Water Pipe (T.J.) ,CL 2 1418 LF 5.59 7,926.62 8" Ductile Iron Water Pipe (T.J.) ,CL 2 85 Li 3.40 289.00 6" Ductile Iron Water Pipe (T.J.) ,CL 2 48 LF 2.48 119.04 10" Tapping Gate Valve (K] x FL) 1 EA 238.78 238.78 8" Gate Valve (FLxMJ) 2 EA 124.42 248.84 6" Gate Valve (FLXK1) 2 EA 79.96 159.92 8" x 24" C.I. Gate Valve Boxes 5 EA 13.80 69.00 12" x 10" C.I. Tapping Tee 1 EA 249.37 249.37 12" x 8" C.I. Cross (MJ x FL) 1 EA 163.00 163.00 12" x 6" C.I. Tee (K] x FL) 2 EA 121.25 242.50 5" MUO Fire Hydrant (2 in Part 1) 4 EA 260.46 1 ,041.84 10" x 12" C I. Reducer (PExKI, LEI) 1 EA 60.60 60.60 12" C.I. 450 Bend (K1%MJ) 1 EA 73.92 73.92 12" C.I. Solid Sleeve (141, LP) 1 EA 51.60 51 .60 Fire Hydrant Guard Posts 8 EA '3.25 106.00 Misc. ShaO le Rods 120 LF .32 38,40 Conc. Zlocking 5 CY 22.00 110.00 Select Backtill Material 600 CY 2.32 1 ,392.00 SUB TOTAL COST E 12.580.43 APPROVED BY 5UPT. OF UTILITILS DATE APPROVED _ PROJECT NO. W-315 Part 1 J iLI7IES DE(ARTf/&N7 CITY OF REt7rCN WORK ORDER NO. WASHINCTON DATE SUBMITTED 11-16-71 DATE COMPLETED 11-16-71 DEPARTMENT WATER DESCRIPTION OF WORK Sunset Blvd. N.E. (SR900) From STA 116+06 to STA 139+45 and STA 142+45 to STA 143+30 (no restoration) (existing water mains) NECESSITY WORK TO BE DONE BYc State Highway widening Clty Forces Q Contract r-] Others L-1 ITEM QUANTITY I UNIT COST AMOUNT 12" Ductile Iron Water Pipe, CL 2 (T.J.) 2424 LF 5.59 13,550.16 6" Ductile Iron Water Pipe CL 2 (T.J.) 180 LF 2.48 446.40 12" Gate Valve Assemblies (MJxMJ) 3 EA 600.00 1 ,800.00 in conk. vault 6" Gate Valve (FLxMJ) 7 EA 79.96 559.72 8" x 24" C.I. Gate Valve Boxes 7 EA 13.80 56.60 12" x 6" C.I. Tee (MJxF'-) 7 EA 1121.25 848.75 6" x 4" C I. Reducer (PExSEB,MJ) 1 EA ii.i.D 19.80 4" x C.I. 45" Bend (M)xMJ) LA 19.84 19.84 6" C.I . Solid Sleeve NO 1 EA 26.61 26.61 4" C.I. Solid Sleeve (MJ) 1 EA 18.83 18.83 6" C.I. 22 1/20 Bend (MJRM)) I EA 28.34 28.34 6" C.I. Plug (T.J.) Tapped 2" I 6 EA 12.74 76.44 5" MVO (Corey type) Fire Hydrant 1 EA 260.46 260.46 4" C.I. Plug (T.J.) Tapped 2" 1 EA 10.95 10.95 Fire Hydrant Guord Posts 2 EA 13.25 26.6 Misc. Shackle Rods 80 LF .32 25.6 Conc. Blocking 5 CY 22.00 110. Select Backfill Material 86) CY 2.32 1 ,995.2 SUB TOTAL COST 8 19,920, APFROJED BY SUPT. OF UTILITIES DATE APPRCIVED P METER CREW RATS FOR WATER SERVICE REPLACEMENTS METER CREW AND EQUIPMENT Crewman II (L.S.) @ 4.9558/Hr. Crewman II (R.N.) 8 4.8981/Hr. Crewman I (K.M,) @ 4.3558/Hr. Crewman I (R.R.) @ 4.3558/H^. E37 (67 lase Const. King) @ 3.50/Hr. C37 (67 Chev. 3/4T. Pick.-up) @ .75/Hr. S64 (Wacker Tamper) @ 7.75/Hr. The average time required for service relocation is 3 hours. t W-31S (11-16-71) Sun;rt. Blvd. N.F. (SR900) ESTIMATE ON MATERIAL AND INSTALLATION OF WATER MAIN IN SR900 PARTS 01 and 93 FOR STATE HIGHWAY DEPT. Part 1 Material Estimate $19.920.30 Installation of 2604 LF of 12" water main 15,624.00 At $6.00/L.F. (Labor and Equipment) Part 3 Material Estimate $ 12,817.03 Installation of 1592 LF of 12" Water Main at $6.00/L.F. (labor and equipment) 9,552.00 Sub Total $ 57.913.33 Administration 10% 5,191 .33 5% Sales Tax 2,895.67 $ 66,600.33 NOTE: Water service connections or relocations not included in above estimate. Oak �. the ba:.is of race, color or national origin in its choice of contractors and will include all of the non-discri.nination provisions set forth in Exhibit "C" attached hereto and by this reference made a part iivreof in any such contract or agreement. IN WITNESS WHEREOF, the parties hereto have executed this agreement or, the day and year first above written. CITY OF RENTON BY:,�CPif.� L!1[L Title: Mayor STATE OF WASHINGTON r' WASHINGTON STATE IGHWAY C ISSIO(N ay � xCAI Assistant Director for Highway Deve opment APPROVED AS TO FORM: 3: I ^ 9 By: As5r9tin Q.rney General r Gc3036 - 4 - 1 i � n writing by the State, and that reimburscment will bi limited to those c,usts incurred subsequent to the date of such notification, IV LEGAE RELATIONS The City does hereby release and agree to save and hold the State harnless from any and all causes of actions, suits at law or equity, or claim or demands, or from any liability of any nature growing out of the performance of this agreement on the part of the City. The City hereby grants and conveys to the State the right of antry upon all land which the City has 'nterests, within the right of way of the said highway, for the purpose of improving andlor constructing S. d highway. No liability shall attach to the State or the City by reason of entering into this agreement, except as expressly provided herein. V EXTRA. WORK In the event unforeseen conditions require an increase in the work of 25% or more whicn is to be accomplished in connection with the facility adjustment herein proposed, this agreement will be modified by a written amendment covering the Increase in work. In the event it is determined that any chahge from the statement of work contained in this agreement is required, approval trust be secured from the State prior to beginning of such worn . adhere the change is substantial , written approval must be secured. Reimbursement for increased work and/or a substantial change in the statement of work shall be limited to costs covered by a modification of the agreement or a written change, or extra work order approved by the State. VI WORK BY CONTRACT If the City enters into a contract or ag--cmant with a contractor to perform the work provided herein to be performed by the City, the City for itself, "s assigns and its successors in interest; agrees that it will not discriminate on 3 ;ti � Mw accordance with and as described in the specifications marked Exhibit "A" and the plans marked Exhibit "D" attached hereto, and by this reference made a part of this agreement. II PAYMENT All of the costs of re.ucation of the facilities of the City are the obligation of the State, The State, in consideration of the faithful performance of the work to be done by the City, agrees to pay the City actual direct and related indirect costs accumulated in accordance with a work order accounting procedure prescribed by the Division of Municipal Corporations of the State Auditor's office. Part;al payments may be made uoon request of the City to cover costs incurred, and are not to be more frequent than one (1) per month. ID°/ of the amount claimed may be withheld until the final payment voucher has been audited and approved for payment, at which time, the total amount due will be paid. It is agreed that payment of any partial cl.im wili not constitute agreement as to the appropriate- is of any item, and that at the time of final settlement, all required adjust- ments will be made and reflected in the final payment. In the event that such final adjustments constitute an overpayment to the City, the City agrees to refund such overpayment to the State. During the progress of the construction and for a period not less than th-ee yt.:rs from the ,ate of final payment to the City, the records and accounts per- taining to the construction of the project and accounting therefore, are to be kept a•✓a: lable for inspection am audit by representatives of the State Department of Highways and the United States. An itemized estimate of cost for the work to be performed by the Utility under this agreement is marked Exhibit "8" attached hereto, ane by this reverence made a part of this agreement. III AUTHORITY TO BEGIN WORK AND SCHEDULE OF WORK The City agrees to schedule the work herein referred to and perform said work in a prompt and efficient m .. ner. The City agrees not to commence work until receipt of notice to begin work _ 2 - AGREEMENT THIS AGREEMENT, .Wade and entered into this -3t'A'day of Deterrber 19 between the State of Washington, acting through the Washington State Highway C"'amismuft Commissinn and tho Director of Highways, by virtue of RCW Chapter 47. 12, herein- after called the "State" and the City of Renton, with a local address of City Hell, 200 Mill South, Renton, Washington 98055, t- �inafter called the "City"; WHEREAS, the State is planning the construction or improvement of State Sign Route No. 900, 116ih Ave. S.E. to 138th Ave. S.E., and in connection therewith, it is necessary to remove and/or relocate or construct certain City facilities, as set forth in the attached plans, and WHEREAS, it is deemed to be in the best public :nterest for the City, as owners of said facilities, to perform the work of removing, adjusting, and/or relocating the facilities with the agreed stipulation that a credit is not due for the value of the expired service life of the facility being replaced due to the construction of the replacement facility, and WHEREAS, the City has a compensable interest in its facilities and right of way by virtue of being located on City. streets and the State is obligated to reim- burse the City for the relocation of these facilities, and the City 's obligated for the cost of any relocation requirrd for facilities not on easements or City streets. NOW THEREFORE, in consideration of the terms, conditions, covenants a-1 per- formances containod herein, or attached and Incorporated and made a part hereof; IT IS MUTUALLY AGREED AS FOLLOWS: I GENERAL Bureau of Public Roads' Policy and Prjr lure Memorandum 30-4, dated February 14, 1969, and amendments thereto, determine and establish the definitions and applicable standards for this agreement and payment hereunder, and said memorandum are incorporated hereby and made a part of this agreement for all interts anc purposes as if fully set forth herein. The City shaii furnish all labor, materials, equipment and tools required for and do all work in removino and/or relocating all of the City facilities, in q' tr. McHenry a Rek;drdinq the -proposed agre?rlenr on the relo^anon of c. r':,,�r. Y . water mains, etc. , this agreemen also approved as tj 1egal form except for the follo� a. It appears that in Vi '_ -some of the City ' util.itie are locate! City liMlu; and others outside. It ni 71t 'Ielpful If this be ?k spelled out to avoid any confusion. i We presume that you have checked out the total " timated co-it to the City anti find it real -Ole nd proper and that all funds for these ex; ture:s :,ave been duly budgeted. In 1 3rugrarh II 3, we again auggest tihe words "acueotance uy the City" in addition to "billing." ' C. ReR31ling paragr3ptl IV, it should be spelled out that this work -y the ;Mate will Le at no cost to �* the City. :c< If we can Lc: of dny furt:.er help to you in this matter, pleae advise. We r,. w Yours very truly, c7erard N. Shellan City Attor-ey w i�J:IId Y 1 e k . n rss JV aF z. koL ti `tip v \/ ►}' t OFF'l/ I;U F T I I F.('IT 1' Al"1'It 12N Fa' • ItF:Y'I'u N,�1".1ti111♦t;•1'U�' ., UL o POST OF/ICI 80L 626, 100 ?No Stilt BUILDING. N(N ION, NAIMkI IUN ""' ALPINk 56616 664428 N.SN[LLAN, CITY ATTOFNLY r< t JNNN N.FAIN. JN.•ASSISTANT CITY ATTUNNLY OAT CLIIIAI Ito It i•L Jack Wilson City En,-ineer i i >Y City f31i1 Renton, dashington n. Mr. Bert :lciienry Office of City Engineer' Cif . hall `-" Renton, Washington R c w ;la•. Gentlemen: .�y. •, This is to con:t-r:.l our t�.re ':one �onv.:r:rativn of Re , trdillrrI the docu rrents brofirt to our' ofice yc 'terday r-. - gardirl; ,r s. r the r:ropo,,ed agree-!ent with th,: State on Sunset Blvd. and >outh tau and South Jrd Street our ;corments are as 1 Th.! II r -emcnts arc✓tda for tr;e City to r�.imburse r II i the Stat,, for the actual cost of the ;cork and we assume thosc amoun., are GtPlled out. to indicate axactly what the Star is doing. Furthermore, in pars-rash II haynent should be made to the State ugor: coa;pletion "and acceptance" of the work. 2. You misfit want to check to determine what the trust fund in the sot,+ of $1,000.06 ie, designed for and whether the State may charge such a fee if it is for nevi,.w only. '3 . Reyardina para�ratn IV, aeoi:t pi. ^lent. i to mad,? after t',e work has beer, com_:leted and al- , - �le ;-till do not apvrecicte the remainder of- - IV but the State apl;arently hs the ri,*ht to munica due the City from other fund._, .ne•�* cur ri.,ht€ul obligationo . In T•.aac th�I Its unly entitled to 51,000.00 h(:Ld in the tructJ' - then that particular clause maker 11ttl� sent 4. Rcgarding paragraph V, tha agrecm+ent -rovidl,s f,)i I hold harmless provision in favor "I LYI.r State. Au5timinl, the State does not do any of the physical work, exe.cpt review, tne,rt Lhi.^ cl..rua e woul,i b acceptable; otherwise it t;hould Ito, rvwr ;Jt.n since the CL*y should not .let as an insurer 1'or the State. erne-. 1 wx W-315 (11-16-71) Sunset Blvd. N.E. (SR900) ESTIMATE Oil ATERSR900 PARTS I1 I INSTALLATION OF WATER MAIN nd 43 FOR STATc HIGHWAY DEPT. Part 1 $19,920.30 Material Estimate 15,624.00 Installation of 2604 LF of 12" water main At $6.00/L.F. (Labor and Equipment) s Part 3 S 12,817.03 Material Estimate Installation of 1592 LF of 12" Water Plain 9,552.00 at $6.00/L.F. (labor and equipment) Sub Total $ 57,913.33 5,791 .33 Administration 10. 5; Sales Tax $ 2,895.67 m•" ,, $ 66,600.33 i NOTE: Water service connections or relocations not included in above estimate. a-s1<io,NrIJ.l(Jri to. _ ,��� P (� ti S'L_C\1fY...1211.??( i0 ..{_. .�.�;:P.. [.r:..�cl._P.tri. f .__� t i•...r• p 1 �F.i r:.... �F�1 • .r ]].';... nl '�.,`( IO uTll 1201 urn ' .k'st Vill K/ Is I„WIL ..'Y( ` i0 .0- ._2L'.L°i9...( Y' .r,°.r_: �; ���• .1 ~ 2 �• •• �•� S. NSLC I v.,.Ttl 2:4 ._:_,' .:._cotfcn tire • -_�__ ',� rMny days) .. . ..I _ ( ut;1:ty prapares PScE ) �j`/ r .f • y raturnne• rcrm ayrrnnd ) J< ureeutnd ) ;Y.r„m move ) , /� ,/r/ /��.Li C2 v/rc' t� Qa�Y.. lvu f • . PROJECT NO._ UTILITIES DEPARTMENT r',Y OF R.E14TON WORK ORDER N0• UASHINCTON DATE SUBMITTED DATE COMPLETED DEPARTMENT DESCRIPTI':�: OF WCRK NECESSITY WORK TO BE DONE BYo City Forces Contract O Others ITEM \\ QLANTITY UNIT COST AMOUNT 5 r�vu Y,a4 NYuaA rs CyNJ C ,,N Cl T.ul J l 4 LA µvonr�r C-- /LvJ P� SrS zJ C'A M•Sc . Sn.«ve a 2.�05_ SSv CI' _ J �µC CJla7CK.N(e. yJ CY �j- 5005C; 3Ac64 Frw TOTAL COST APPROVED BY OUPT. OF UTILITIES DATE APPROVED PRG,7ECT NO. UTILITIES DEPARTVENT CITY OF RElJTCN WORK ORDER NO. WASHINU7CN DATE SUBM:TTED DATE COMPLETED DEPARTMENT DESCRIFTIOid OF WORK NECESSITY WORK TO BE DONE BYI City Forces C7 contract a Others M-1 ITEM UANTITY UNIT COST AMOUNT 12" [4 C•I TGG (,-IxFL_) 1 EA to"r /2" C• 1. 2Eo.,cc2 ( PC rv+» 1_E6J -- (F^ 124x C.I. fuo,c <ECGe: < P-'IJ_ , CA (o` x 4" C.I. acv cc.2 (PE rmj, 1 CA 8" C. 1. 17-12 ` cacao C ,n,, (�•' C. 1. 45 (moo .-,j..., % 1 eA G,. CA zZ1 I{ENQ / o�) (v 1J1 I CA 4" C.1 . 4-s' tZA 12 C's. SOLIO LP-) 1 LM i `' cA 4.. C.1. SONO SL&fJ6 6-94 ..p / 1 CA 12•• C.I. PwG (r.j .) TA/PEO L' Z. C,, L'• (,. 1. 0L44S LTA) tAP('c* =•. Ca 4" @. 1. PL46S �T.),� 7nfwu.. 2." f ti+ TOTAL COST APPROVED PY SM. OF UTILITIES _ DATE APPROVED T.. PROJECT NO._,J' 315 UTILITIES DEPARTMENT r,TTY OF PENTON WORK ORDER NO. WASHINGTON DATE SUBMITTED_ DATE COMPLETED DEPARTMENT DESCRIFTI014 OF WORK NECESSITY WORK TO BE DONE BYt City Forces Contract Others ITEM QUANTITYJ UNIT I COST AMOUNT I:b" 0.4LT,L6 IRON WATC2 P,PE CL.Z (T J) 71$y LF C6 DNCTILE IRON WATgQ PIS CL.i. (,T.J) 3(00 LF (� DVLT,LG 1RON WATG2 PleG ^ CL.Z CT3) '15'Z LF � I 12" GATE VALUG ASSCmOB C LO I EA IA CDNC VAULT. 13" GATe VALJ6 C FL A (s^ GATE VALU L ( rl�, x n J I EA (o' (,ATG VAW6 (FL e 2j EA 4" GATC VAW6 (FL-4 w4_ 1 EA , CFL.r✓1 J 7- LA Ip' TAPP,Arb �ATe UAW- e g"c i4 " C.L GATE 1JALVG 130XS ,Z(, EA I2"r ID [.I. TAPP,N(r TCt Wol 2 FA Cf2c SS CALL. YIjI) 1 EP I IZ x 8 G .I. 61�) C40LS Cv.:. ,: Cam, cA It" xOo" P._ 1 T6E Mix FL TOTAL COST APPROVED DY "UPI. OF :TILITIES DATE APPROVED STATE OF WASHINGTON 0U11n J. •v.wa. .oY...o. 4 Y"lATp 4 Y� rHl ttla9 t'� WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS OFFICE or onrwry semn[.W YItI.ICI FO 1 IO.W Ir . .1M REu1 ..11fYY1.W..MI..,..N0. November 26, 19j1 City of Renton City Hall 200 Mill South Renton, Washington 98055 Attention: Mr. Jack Wilson City Engineer CS 171301 U SP 900 116th Ave. S.E. to 13bth Ave. S.E. Waterline Relocation City of Renton Agreement No. GC 3036 Gentlemen: Transmitted herewith are the oriqinal and two copies of the proposed Agreement GC 3036, pertaining to the City of Renton, water main relocation, covering the work in the above referenced area. Please secure execution on behalf of the City of Renton and return the original and three signed copies for final executior., 'ndicating the number of copies required for your distribution. Very truly 'ours, E. I . ROBERTS, P.E. District Engineer-7 i EIR:esd -t ALA H. J. SEMENOCK, P.E. Encls. District Utilities Engineer 4► , . J .R i. .-• r� lv-3'S �'' INTER-OFFICE MEMO TO• %h. chellan DATE 11 26L-1 FROM City Clerk's Office -Jx ' �bC RE. Agreement-Water line relocation SR900 116th S.E. to 138th S.E. The State Highway Department has requested we expedite title agreement no later than December 6, 1971. Would you please check for us. Thank you fF dT w I i I i I i I i January 2t , 1972 Ma:hfngtm `tote highway Commission Mpartrtt. ;. if Highways 0ffl,c of District Engineer District. No. 7 10506 M.E. 4th Street eellavue, Washington 98004 'r Attention: N. J. Semenock, 0lstrirt Utilities Engineer Re: CS 171301 U SR900 116th Avenue S.E. to 138th Avenue S.E. Utility Manhole Adjustment (within City) City of Renton Agreement 'to. GC 3044 Gentlemen: The City agrees to incorewrate the utility adjustment plans Ins' de the City limits from anproximate STA A3917+60 to STA 1606401 as detailed and outlined in the State's proposed nlans and specifications for SR900. The City als agrees to perform nornal maintenance on the completed facilities, once these facilities are put in service, and further agrees to assume full responsibility for the continued maintenance of these facil- ities Won the compl -tion of the vertical adjustment. it is understood that all of the costs of the adjustments of the City facilities ate the obligation of the State and the State agrees to assume the costs for the items of work detailed on the plans, and the State agrees to n� provide all construction engineering, supervision and inspection mlat>d to the State's obligation, with the exception of the costs for those improvements tl on the side streets and also outside the City limits of Renton, as previously sgreed to be the responsibility of the City of Renton, specifically in th,. l area called out above. Very truly yours, r PJ rector Di Enoineering ' i MW 1 i STATE OF WASHINGTON DANI[L 1. EVAN& aOv uxO. too'n"?" • S WASHINGTON s'rATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS OrwlCt Or DIS"ICT INO1N[M Ol.e[iCi w0 f ,O[C.M.[ T..l .ET Y January 18, 1972 City of Renton City Hall 200 Mill South Renton, Washington 98055 Attention: Mr. Jack Wilson City Engineer CS 17130 U SR 900 116th Ave. S.C. to 138th Ave. S.E. Utility Manhole Adjustment City of Renton Agreement No. GC 3044 Gentleme, : Transmitted herewith for ;our distribution, I original counterpart and I duplicate copy of Agreement No. 3044, as per your verbal requeat of December 15, 1971. This agreement was fully executed on January 7, 1972. Very truly yours, E. I. ROBERTS District Eng, eer Encls. J EMENOCK D1 rict Utilitie3 Engineer •v aG•Oit at f!•Oa9a taa Coo 102a48a •iolf0oot ON1417NI0N7 19101 af•oltas i�•oa+a1la 0041010888 •aal[Gaot oaltYa1N11111••• 039aba0t Sao at9aitt 00.0taaClt Ot•a•6at S331AN32 ON! IN9110 ON tl)7N I9Nf•• tl�tl•0A tla0a9aa 10oosta% ofa4e Y3[f•Ot [f•03f+s 10ool tall 0446e Al" talives 0NllAY1NI"Olvid •00•19 A911f10 1"itd9" 00.09 WAIN i0•a0!/9 40.01909 Of•q0 fsfY9M] ON9 933IAY28 YthAO a fig*A •Loafs 00.00f !l•Lf ffl01N91 1391N 00•a! [f•n ll AQ•t!l 60400♦ tl]Oa•lf Os•9A4af OOa0a0a/ 00•f9• s �N191NU 1NyNYImal soots N4lA9ANOdfN9Y/ 000et f]fY a] 0A. 2321AM32 Y]N10 Coact al•tfa lOaNlfs Y4•olaft Goatee l321atdtle •7]N919f 12M9tl CYlfljNl 0LA ON sliiti NQIl9IYd0Y4laf9 "lid oMldX] Nol "al 943110 *ON AW 033V Is sou 1[4146]70 Aa N1NON /NIY27Niwil !t Ad" 0 dknA 4#"AV SMA312 A113 lilt XM 3 AAI] 7NA !0 f3I4AQ �_ tti iPtlCi aF wNt o��RE _ 1lTt C17T HJilgfr T -RUa D DE►T It EItGINi1RINs -- NONTN of OEcstiot ►st1E n 2 ACrQ.Wv MOt OESCNIPTION tX►ENO MTV APPROPRIATION EXPEND TTO ENCUMPRANCt b"A"CE 6Sa900900096 gtSINCERIN& l 10•00*00 AOMINIS74ATIVE SUPPORT 10900 PERSONAL GERVIC&G 21.0. SALA47ts AND WAGEo 10777,73 030697000 610079997 617910 t 13#00 PERSONNEL 5ENEFITS - RETIREMENT 1t&.16 10646000 10I1tfl& 633t711 .► On PICA N9?6 1►391t0t 10196a51 lost%& OS PR&PAIO ME6ICAL 93900 %Sloco $96900 36906 Or INSUSTRIAL INSURANCE 39984 150000 1a9963 119o14 06 LI¢1 INSURANCE 5969 51400 81051 19&1Cs ••• 296t77 3/661900 2091697• 764024 PERSONAL SERVICES 470169000 (W0796033 14161067 x z 10900 SUP►l.IE& I( 11900 OFFICE SUPPLIES 500.00 690006 lag% 500900 692906 1994 30#00 OT494 SERVICES ARE :NAROES `- J2000 COMMUNICATION 1S0900 150.00 11900 TRANSPORTATION 01 CONPEPENCES AND S►ECIAk. SCMDOLING 300905 IS9930 100970 = Or gQU1PN&NT RENTAL *Ot00 710o0/ 720t00 ! 6066 60400 19010900 919930 100970 `- '"— 36*00 INSURANCE 103 00 1&l9w g090o 15900 REPAIRS AND MAINTENANCE 150900 48#89 101.11 62900 ',IACELLANEOUS avess 360900 351964 1966CR 6 OTHER SERVICES AND CNAR*Es &lost losyst00 106SAt91 algal? --" 66AOMINiOTRATIVE SUPPORT 1*154,08 49t511f00 070968921 IL382172 10.00#00 ENO MIRING PLANS AND SERVICES 10900 PERSONAL SERVICES 11990 SALARIES AND WAGES 51762975 \ 166t110t00 149/lest&& 1o005t4SCR 12000 0VER7INE 13900 PERSONNEL SENEFIT5 at RET1RtNENi 359.59 60666900 lt696076 18179#16 OR FICA 941936 6t640000 50910619 519981 OS PREPAID RtDICAL L54900 *1016o06 18946*00 166900 of INDUITRI►L INSURANCE goofy* 10110oos 1#025015 l06t&* 06 LIFE INSURANCE ]town 379*99 7?4a66 :916 604P 10178091 14t730009 111554974 1#175016 6 PERSONAL SERVICES 6#901066 1600gsoo00 16197931661 &soot lotov &UP►LIts 11tc , OFFICE *UP 198 500601 696919 5902 alto* OPERATING W►PLIEs 3:-9s0 :1500t00 11167917 1110631 k 13000 410412S AND MAINTENANCE SUPPLIES 1N6ss 157t73 66017 C " - ;*Vrit"_`:, =.-J.-..._.`.�; _ �`..r..:..Y.s.......r•..+.r��sllir+'�' "YJIN ---"""6.1" �r OFFICE OF t:/E Cltr CL[!TK FUND 0 r, OGIT puw&Rk0 1971 CITY CLERN! REMRT y__ _ _ NerrN_pi OEC.._1•a0 -_ VASE, Z4 i ACCOUNT NO• DESCRIPTION tXPENO "TO e t6!•A7 AFFROP3RrlIAAGTI*&@N@ [X [MD32 S@ 3!i•r! SALANCI OUPPLI90 t19.7-, Z'Oioo OLN[.R_ALRmt&AND CMARGE3- - -- 33.00 TRAM!►CRTATIONof COUIPNENT RENTAL 445,00 5ril0.00 5s113.10---- — - 33.00 RVAIRi AND MAINTENANCE 490.00 50A.tlC ♦P•00 M1ICELLANEDU@ 6A1.07 fi.li • OTHER iERVIC[@ ANO CHARGES 17.50 600.00 1l3.ttl 30i.7a ilE.iO 6•APO.00 SrGN•i3 77P•@7 60.00 CAPITAL OUTLAY — — 6e.00 MACHINERY AND (OUIPM[Nt ]15.00 La60.00 !rAlA.03 • CAPITAL OUTLAY 215.00 20460.00 2 H EA•03 --I - 70.G3CR Ia•M 70.53Cp ••ENGINEERINi PLANS AND U RVICti 11J•274.00 lA5.7E7.10 sRl3•i>' -a. 7.0•l.73 r — •••ENGINEERING 9r749.30 PtP0301.00 Pit•5!1•!• RlSf. 7 � 1 10. 7(A.S7 TOTAL ENlINE(RINi ls7N.i0 lotiiol•o0 P11•ill.Rtl ♦93.17 i 1o.tsA.ss r i P • r•rATi. - - r•.... �► OFFICE OF THE CITY CLEM ._ FINES.0 DEFT 1{ [NRTNES m 1971 CITY CLIRKS REIbRT. I i ACCOUNT NO• DESCRIPTION IMPEND RTD APPROPRIATION t9PEND tT• ) SSt.00.00.00 ENSIN[IR1M6 [11iWISRAh[t 10.00.00 ADIWISTRATIVE 96"ORT r , 10.00 K MNAL SERVICES 13.00 PERSONNEL BI MPITS ►1t101,aA 13.00 ►ERSOMM[L SEMEiITf -- - ------ Ol RETIREMENT 106•79 10616•00 983.9A ) of FICA 1,3{t•00 Mt•06 03 PREPAID MEDICAL i,11O•l6 ti1.N 1NDUfIRIAL INSURANCE OS i1•�0 4311•00 361.00 69.00 LIFE 1ya 150.00 $7.07 5t•98 ► eA {iR wrc__ ••• 1660 .7 3.641.00 It629099 -- �----10031.01 • PERSONS. SERVICES 1 I� L 7.1.6) � 67,1aS•00 '�,711•a8 7,6t6.17 _.. i � -t0s.4Il--- w►►.1cR _ . _ -_ _ t1.60 9FFICE SUPPLIES T1.17 --- 500.00 6!a•O6 1 • SUPPLIES 1.96- 500.00 ♦li.06 1.94 1' I 20.00 OTHER KRVICEe AND CMAROIS = ---22#ba_--- CQIMUNU SAII QA-.___ _.laL.IIA 1 SO.II0..---- _33.00 TRANSPORTATION _ - 1 01 CONFERENCES AND SPECIAL IC40OLIN6 300.00 199.30 of ESUIFN[NT RENTAL t00.>0 60.00 720.00 660.00 60.00 ••• 60.00 100t0.00 $59.30 160.1p0 1NauRArrc ___ _-- _2DS.60 181.OD_ tII,D4 - 38.00 REP►IRS AND MAINTENANCE !� - 62•e0 MISCELLANEOUS 350,00 63,06 101.11 • OTHER SERVICES AND CNAROa4 Sl•E6 350.00 3t3.O6 024.44 9,75 J - 141•E6 1,373.00 LSN•t8 10a•7{ i 1 --------�eACMINl{IIRSIlYt_>.YP208.7_.__ _tAl9a.8e _ 419,111.00 20.06.00 f.NOINEEwiNS !'SANS AND SERVICES 10.,10 PFRSONAL SERVICES - 11.0,1 SALARIES AND WAGES St 966•91 lA6•tI0,00 1430 N6.1! t,773.8) Y --.it na ' 13.00 PERSONNEL ,ENirlrs �-_ - _-- ---_ 0I ofTIREn #47 378.St 48696.00 J0047.15 L63f•a•S f 03 FICA 6sA00•OD 5,586.88 903.17 ( OS PktPAID MEDICAL 16••00 I.Of ,.oO 1:694000 U1.00 0S INDUSTRIAL INSURANCE 1.210•00 754.43 65{.{7 } N 11FE iMtU1LANCE ----- )loll 37D90D 3!L►Z__ ia.aa •.• i63.7A ` ( 16,)10.00 SIt315•S9 at156.17 • PERSOhAL SERVICES 6#588.31 1608950•00 154#8111.96 b lt8•QA , ( 1e.00 3100, 116 ___. I ti •00 OFFICE aUPPL1S9 -- --- tt•00 D►ERAT!No SUP ",so 500.00 494096 E. _.._....__-_. I3.00 REPAIRS AND I►!TENA.NCE Si1FF 9060111 2t5D0•UO 1,!{t•87 39f•67 lN•y l.lq Z*,SS 250.00 191.73 6 - 1SHINGTON STATE HIGHWAY CON, SION } CONTROL SECTft)N TAX TABLE CONTOOL SALES CON7004 SALES SI CTION TAX It StC110N TAX; `j KING COUNTY(Coat.)................ 170700 5 KING COUNTY jCont.) ........._........... 172703 5 170703 5 172704 5 1 17070G 5 172800 5 IM100 0 IM00 5 170000 5 173000 5 170102 5 173 A0 5 r 170905 0 173200 5 171000 5 173300 5 171002 0 113400 5 171005 5 173401 0 171100 5 173106 0 t 171104 0 173407 0 171106 G 173408 5 171191 5 1735CO 5 , T 171200 5 173600 5 01202 0 173700 5 171300 5 17J800 5 171301 0 173801 0 171301 0 173802 5 "J 171400 5 173900 5 171401 0 174000 5 171403 0 174002 0 171500 0 174004 0 171600 5 1740G5 0 171602 0 174006 0 1717GO 5 174100 5 _ 171702 0 174101 0 171800 5 174102 0 171801 0 IV 200 5 171802 0 174300 5 171891 5 174303 5 r✓ 171500 5 174364 5 _ - 171901 0 174:CO 5 172000 5 174401 5 772003 0 174432 5 172100 0 174500 5 771200 5 174502 5 172202 5 174506 5 172400 5 174dC0 5 '— 172401 C 174606 G �••;- 172500 5 1746CS 0 172501 5 174700 5 172506 5 17470, 0 172600 6 174702 0 177700 6 r- � STATE OF WASHINGTON WASHI r V STATE HIGHWAY ,COMMISSION ENGTONG`NE�RIN� D£pT DEPARTMENT OF HIGHWAYS OIIIC[OI OItTNICT{NOIN[LII OILTIIICt NO f Ltll{Y VII -..MIOOTO. HOO. ;:eccmt(-r 73, 1971 City of Renton City Hall 200 Mill South Renton, Washington 91055 CS 1713 sh 900 Attention: Mr. Jack Wilson llbth to 139th City Engineer City of Renton Agreement No. GC-3036 ,,ertlemen: We are transmitti ;, herewith for your distribution one original counterpart and one duplicate ropy of Agreement No. rC-3036 as requested by you on December 7, 1971. This agreement via fully executed on December 17, 1971. This office wishes to thank the City of Renton for its cooperation in expedit- ing the oroce-king of this document, without which the full execution could not have been ac )lished so soon. The tentative :elvertising date has been delayed f*om January 10 to March 97, 1972, dire to unforeseen problems in the acquisition of rigats of way. Very truly yours F. I. ROBERTS, P.E. ML3trirt Eng eer ZIR-kg ALA Encls. ��ff OCK•, E. strict Utilities Engineer Y EXHIBIT "8" E UIPMENT MAINLINE AND CROSSINGS i It is estimated that equipment cost, amount to $2.00 per linear foot of pipe p ` i , installed. The following equipment and rates are to be used: E 38 (67 Hopto Backhoe) Ci $6.15/Hr. E 35 (66 John Deere Wheel Ldr. w/B.hoe) Ia 4.50/Hr. D 24 (62 Ford 1 1/2 T. Dump) a@ 1 .50/nr. D 29 (66 Chev. 4 �d. Dump) ik@ 2.50/Hr. C 37 (67 Chev. 3/4 T. Pickup) .kz 0.75/Hr. C 38 (67 Che:. 3/4 T. Pickup) C 0.75/Hr. C 39 (67 Ford 3/4 T. Pickup) @ 0.75/Hr. S 64 (Whacker Tamper) ii 7.75/Hr. S 72 (3" Homelite Diaphram Pump) C. 9.00/Hr. S 21 (58 Ingersoll Rand Compressor) (Z 5.00/Hr. The total linear feet of pipe installed . 4213 Sub Total - ($2.00) (4213) v $8,426.00 METERS It is -estimated that three hours are required to relocate each meter. The following equipment and rates are to be used: E37 (67 Case Const. King) P 3.50/Hr. C37 (67 Chev. 3/4T. Pick-up) (P .75/Hr. S64 (Wacker Tamper) 0 7. /Hr. Total cost per hour 512.00 The cost per meter . (3) ($12.00) . 36.00 The total number of peters to be relocated - 28 Sub Total - ($36.00) (28) - 1 ,008.00 Total cost of Equipment 9,434.00 Sub Total (Materials, Labor and Equipment) - - - - - - - - - - 66,742.47 Engine r.ng and Contingent es (a iW4 - 6,674.25 Total cost to State $73,416.72 38 - EXHICIT "B" i EXHIBIT "F" LABOR MAINI.INE AND rROSSINrlS It is estimated that labor costs amount to $4.OG per linear foot of pipe installed. The following personnel and wage rates arc to be used: Equipment Operator 11 $5.0134 Equipment Operato, II 4.3558 Crewman 1 4.3558 I 4.3558 4.1538 II 4.9558 Maintenance ran 4. 1538 The total linear feet of pipe installed • 4,213 feet + Sub Total • ($4.Od) (4,213) $16,852.00 METERS It is estimated that three hours are required to relocate each meter. following wage rates are to be used: Crewman It P $4.9558/Hr. Crewman li 4.8981/Hr. Crewman I 4.3558/Hr. Crewman I 4.3553/Hr. Total cost per hour • $18.5655 The cost per water meter - (3) a $18.5655 - $55.6965 The Total number of meters to be relocated 28 Sub Total • 55.6565 x 28 • $ 1,559.50 Sub Total - Labor - - $18,411.50 Overhead Cd 21% - - - - - - - - - - S 4,971 .11 Labor Total • - - - - - $23,382.61 Overhead is made up as follows: Social Security 5.2Y Retirement 6.1% Industrial Insurance 0.9,/ Medical Insurance 1 .4`l, Lire Insurance 0.3% Vacation 5.5% Sick Leave 3.3% Holiday 4.3[, 27.0% - 28 - EXHIBIT "E" EXHIBIT "B" ESTIMATE OF COST The following estimate of cost covers the relocation costs for State's obliga- tion areas as shown in Exhibit "4 ", Plans as Parts I and III . MATERIALS MAINLINE AND CROSSINGS a; QUANTITY UNIT ITEM COST AMOU N7 3855 LF 12" Ductile Iron Water Pipe T.J. 5.59 $21,555.04 80 LF 8" Ductile Iron Water Pipe (T.J.) 3.47 277.60 277 LF 6" Ductile Iron Water Pipe (T.J.) 2.48 686.96 4 EA 12" Gate Valve Assemblies (MJ x MJ) 600.00 2,400.G0 in conc. vault I EA Id' Tapping Gate Valve (MJXFL) 238.78 238.78 2 EA 8" Gate Valves (FLxMJ) 124.42 248.84 - 10 EA 6" Gate Valves (FLxMJ) 79.96 799.60 1 EA 12" x 10" C.I . Tapping Tee 249,37 249.37 1 EA 12" x A" L.I. Cross (MJxFL) 163.00 163.00 10 EA 12" x &' C.I . Tee (MJxFL) 121 .25 1 ,212.50 3 EA 5" MVO Fire Hydrants 260.46 781 .38 1 EA 10" x 12" C. I . Reducer (PExMJ. LES) 6o.60 60.60 1 EA 12" C.I . 4go Send (MJxMJ) 73.92 73.92 1 EA 6" C.I . 45 Bend (MJxMJ) 28.34 28.34 2 EA 6" C.I. Solid Sleeve (MJ) 26.61 53.22 2 EA 8" C. I . Plugs (Ti) Tapped 2" 19.80 39.60 6 EA 6" C.I . Plugs (T.J.)Tapped 2" 12.74 76.44 13 EA 8" x 24" C.I . Gate Valve Boxes 13.80 1,790.40 1 EA 6" x 4" C.I . Reducer (PExSEB, MJ) 19.80 19.80 1 EA 4" x C.I . 450 Bend (MJxMJ) 19.84 19.84 1 EA 4" C.I . Solid Sleeve (MJ) 18.83 18.83 I EA 6" L.I . 22 1/20 Bend (MJxMJ) 28.34 28.34 1 EA 4" C.I . Plug (T.J.) Tapped 2" 10.95 10.95 6 EA Fire Hydrant Guard Posts 13.25 79.50 280 LF Misc. Shackle Rod .32 89.6o 10 CY Conc. Blocking 22.00 220.00 � < 1360 CY Select Backfill Material 2.32 3, 155.20 (No Restorat:on) Sub eo'al - - - - $32,766.67 METERS e 1121 Ft. 3/4" Copper Pipe .65 $ 728.65 - 68 Ft. 1" Copper Pipe .91 61 .88 27 Ea. 3/4" Corporation Stop 4.43 97.46 I Ea. I" Corporation Stop 7.90 7.90 27 Ea. 3/4" Angle Stop 5.01 135.27 I Ea. 1" Angie stop 8.24 8.24 27 Ea. 3/W' Angle Tail Piece 2. 13 57.51 1 Ea. I" Angle Tall Piece 2.29 2.29 27 Ea. 3/4" Union Coupling 2.13 57.51 I Ea. I" Union Coupling 2.48 2.48 Sub Total - - - - - $ 1,159.19 Materials Total $ 33,925.86 IB - EXHIBIT "B" 1 ILM EXHIBIT "A" SPECIFICATIONS ` ) SPECIAL CONSIDERATIONS SALVAGE All material removed by the City shall oe reclaimed or disposed of by the City and shall be Credited to the State in accordance with Bureau of Public Roads' Policy ano Procedure Memorandum. 30-4. T, e City shall furnish written notice to the State for the time and place the materials will be available for inspection, COMPLIANCE The City agrees to comply with all applicable requirements of the State .. I y which shall be in accordance with Washington State Highway Commission Resolution c No. 2224 and amendments C,ereto, and said resolution and amendments are hereby incorporated in and made a part of :his agreement for all intents and purposes as if fully set forth herein. MAINTENANCE The City agrees to assume full responsibility for the continued maintenance of tie relocates facilities. TIME FOR 'OP PLETION The City agrees to Complete the relocation of their facilities as provided under this agreement, at the earliest possible time so that no interference or delay will result for the State's contractor. - 2A - CXHIBIT "A" e 7 `tYr EXHIBIT "A" SPECIFICATIONS AND SPECIAL CONSIDERATIONS The work proposed under this agreement contemplates the removal , acjustment andlor relocation of certain facilities as described nereln. WORK TO BE PERFORMED BY THE STATF Inspection WOe,K TO BE PERFORMED BY THE UTILITY The City will construct a 12-inch water train, with appurtenances, between approximate H.E.S. 116+06 to N.E.S. 139+45 (part I as shown on Exhibit "D") and =. between approximate H.E.S. 154F48 to H.E.S. 168+80 (part 3 3s shown on Exhibit "D") j located approximately 5 feet right of the I:ft curb line. The City will do all the water meter adjustments between approximate H.E.S. ++ 116+06 to M.E.S. 139+45 and between approximate H.E.S. 154+48 to H.E.S. 168+80. t INSPECTION AND ACCEPTANCE All of the City's construction operations, as provided under this agreement, shall be subject to inspection by the State. Final acceptance of the work shall be by payment of the final and complete itemized billing certifying that all the work has been done and upon recommenda- tion o: the District Engineer, Department of Highways, Bellevue, Washington. BETTERMENTS 1 The adjustment of the City's facilities, as required herein, does not con- stitute a betterment as def inad in Bureau of Publi: Roads' Policy are Procedure Memorandum 30-4 and is not included in the estimate of cost , In certain areas, the replacement facility is of larger capacit,, tl -n the { I existing facility. The r^.placement facility is not considered betterment as City 2 Ordinance No. 2434 dictates that when an existinq facility mast be replaced, the replacement facility must comply with the r ,les ane r, ,f the "American Insurance Association". The size and capacities of , art facill�y are a minimum, as required for water distribution systems b, ociation. The State is obligated as set forth under PPM 30-4, paragraph 3d, 9c(I), (2) and 9d. IA - EXHIBIT "A" r>, SUNSET B,L-V"D. E. FROM NE 1.2TIJ ST. TO 1 33gTH SF_ STATE OF WASHINGTON el1Nf[L J. EVANS. oov[NNo[ f[W WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS Q111C9 0/PuoTNCT ENo1...N NN[[.1NO 1V. U•[[[. [[LL[Y V[ W..ONINO.ON 1[001 April 10, 1972 City of Renton Municipal Building 200 Mill Avenue $0. Renton, Washington 98055 Attention; Mr. Ronald L. Olsen CS 171301 U SR 900 116th Ave. S.E. to 138th Ave. S.E. Waterline Relocation City of Renton Gentlemen; Agreemert No. GC-3036 We wish to acknowledge receipt of your two letters dated April 3, 1972, wherein you requested oar concurrence of minutes taken at a meeting held March 27, 1972, In your conference room, and also your request for our approval of an addition of four crossings to facilitate fire hydrants, at a later date. Please be adv;sed, we are in agreement with the minutes of the meeting. Als), we have reviewea the requirements for the Standards as set forth by the ci`.y ordinances and fire underwriters. Therefore, you are hereby authorized to include the additional crossings in the forthcoming bids. All reimbursement for these crossing:: will be in accordance with the subject agreement. Very truly yours, E. 1. ROBERTS - ' District Engineer ��1J .�''TfrE'sciclY� H SEMENOCK istrict Utilities Engineer C/IY JED;esd 0f RFNrQH APR -IR „ _ Sa April 3, 1972 Washl"ton Sate Highway Commission Detartmant of Highways Office of Dietri4vt 2"ineer District 97 10506 N.S. 4th :t. 961brum, Washington 96004 Attentions S. 1. &emaeock Subject, CS 171301 U. eR900, 116th Ave. SS to 136th l,w. M, Waterline Relocation, City of kenton, Agrommat No. OC 3036. r4Mtl4man. The City of Renton has decided to bid the installation of the water- line in Um above refarenoed project, cue to the shortnase of time before your street oenatructim. Ilease acknowledge if this meats with your approval. Also, attached herewith is a Copy of the notas takes at a mestimg, March 27, 1972, with Mr. Jo:_s Deputy of your office, with regards to the above request. Very truly yours, jo'k E. Wilsv , ..a. Director of Engineering .one:A a. Olson Office MWinear FM#Mp Attedb t Apri' 3. 1)72 Washington State 1119hway Commission Department of Highways Office of District Engineer District 07 10506 Y.E. 4tn Street Bellevie, 'Washington 98004 Attention: H. J. Semenock, P.E. District Utilities Engineer Re: CS 171301 U. SR900 116th Ave. S.E. to 138th Ave. S.E. Waterline Relocation, City of Renton Agree^rnt 4o. SC 3936 Gentlemen The Citv of xonton ,could like to request the installation of four additional street crossings for future hydrant locations to be included in the approved Dlar of the abcve referenced project. These additional water main crossings are in accordance with the City ordinances and fire underwriters requirements as previously submitted to your office. These locations would be on the south side of Sunset at STA 119+20, STA 124+85. STA 132+20 anw' STA 168+00. These additional crossings would be typical and Include the following materials for crossing: 3"x6" C.I. tee (MIxFL). 5" Cate Valve (FLxMJ), 70 LF of 6" C.I. pipe, and 6" C.I. plug (TJ) tapped 2". These additional future hydrant location, were requested by the City of Renton Fire Chief. 8erause of the tine element involved, your immediate attention to the above request would be gratefully appreciated. Vary truly yours. Jack E. Wilson, P.E. Director of Engineerinq Ronald L. rlls Office Engineer RLO:sn I 7 b� ..-.......... .... I .. r l C• .EIU Inr C. w1< r ;tr to oitn-.- r ,,o/r :.I t•d 6.L A$r o+v Mcy •.' Ftr O fry PNllr 'Mrrcl' TH( p(r.EFr+C H7 LiNf R•. :nevi�, nij ¢N<.+rr6 wai r 7 .9.j CR$1ir . Cy LY1 r.,-^Ors e � r'I^✓_^r .:4: F.L 1.o N.`t, n C..Sr ., �•�Ouc_�, .G:, nNLr lrc p, i�9TF HrG uv!,�� .._L' ngr ; r',: r•. [,/: �r i. Sar>nLrJ Fr( !'.144 la.:hr G41:CR rlE lF.9n Ki 6ilP 9e A rtr i+ AWr., 1 : , _FL 9r-} S tit) L 10 1, Gil r A. , :a q,.C. I:er inn ✓anVl /Cer ,,^,F FC11" ( r.�:N 71,/r1Je .r< I t r , - a- 1 A� Ci7J ;rr i ' ,CUN51//.':) /:/•. :.LO CV r'):tn '.. ^V ':r; ... n +.L' 3 +ir/�/•.� yrt ri r- -7/)T!'S /H A 4A77 F.R riI A7. 7111:Y w/LL GC p/J eo"Iri/)rT , r 6) :• r/+ .' f:itf•1..J I'i'/ r: 7 -TQ)_'/�///'� //✓T//QA/.}N%/U!.( `A♦ C� Ir +-•1' r//4- 4r1n:.E , t'Lr+ Grr,J 5. It HAFT. ell(ILS . OF, Tt,F co/'T AI., 1;.1: IT0 .'tilt ';TA"rC N16 NVHI,y :if/1Tt C(7y Per 9✓Ei 7i F,,p qj�j J(OR/f 9 I ICA,.• O 40 'LO VJOMAe E ) e 7P9N5/1/75 757/1F C/T•"✓ HH AY7/fC?/.Y M!P.V 7o OJ 70 VJCdw'Y sJ (i1LLINQ VROrFyJCf-L, - - 'Aj. 'r//7//O✓T AF'.^..J,/rIL 7r/f. . -L.£V,owiff':u.. ZC •i � tl i. G+rl/ 'FVr2 f+- .. .. :!L J/. It A,,:r _ LA>vILVCA curl_ _:'N :.. . /:rr'£ F.nr t♦/^,lT.9n JF 7"c - C �r•I G it d , TKf,HjV44+AT n+/./ P' ^.G i !P� 1 L7 IO IO L r T•15 I^ �c rn• /+n!'y C r:"I r f Ill U/l frf 71F ✓R >✓JG>^//r _4 FnrA r_L41+ .0 r// t. . T rI P _.)JnTf 4; wP'te" TNF_ ("U!n)l :VILL V/♦T 5 SU - �lLf4T1•'/'.S Ca,1 C E f. rr C7 T+fe .01,! .JP4a P(2a 1GL l:FJ .LSL +a :> rT:)Y Gy J:r 4 L 19 r T F R. A .1w r R-,7 7 S + it Jr �Y r i : P\ A I 'r A 77F'1'I it/I4r I : ! 1'1. rot Ll /' 'r 4J.rD� r-1 .tsC W� vry�, ��r)•�: JI /�. (a fart"RAL n'E N1CVa GF _7 q7C rl lCeuaauY Yon rr i Urr CC T 13LvL W/ :1 (s fl rj,al 1,,qr Ui 4M740t4 , ':T' .. .. -_I. n.,Lt. y TU T1rG C e 1'T,•ry .'rl r(CAT.cM S IN 7R.LP'r t TL1 TbL 1';daL rrlGu wx N: r•-:;fy VlQ b• I .. a: ;.rs�•-.-r; .,yc Tc l'e . c_r.. _ ^scs.'.,s•r.�/nIG . ZZ M�. [D!•Pgr l,cl,_ .: CY � r,.C L � . "' ;L A:4� _;.. Cli .'r 07 v4GC I,O ^V r'E i - 3'OLLcwS . Fy nckr u.i T.a'na. rg r.• �a vn TnE RG nL tc.:. . .JM1 F FLP�.r:�.✓ 1/1C^�'� :, bNT ('H �f.,C1/ rTa sr _wrv,xrt T_ a;.f:r )v n,✓ - L/tGer/R'a Quf� 5n nlc i:� v:r ) W-S1S ti Much 24, 1972 Tor Bert McHenry, Utilities Engineer Frans Hon Olsen, Utilities office Engineer Subjects U.A.B. Project N8-1-1J2 (14) N.E. Sunset Blvd. TLe construction of this street widening project will requiro the reloca- tion of the existing watermains and the installation of new supply connection in Sunset Blvd. N.E. from N.E. 12th St. to 138th Ave. S.E. The design of the new main size was based rm tii,: 'csign requirements of the State Highway Uepartment (20 year highway and the Washington survey and rating bureaus, design requirement (which are a part of the City of Renton, Water Utilities, ordinances) a copy of which is attached. Due to the design location of the new water main, where relocation of existing mains occured, the State Highway Depnrtmcnt requested the City install the new supply connection to save later excavation and provide adequate flow. The total estimate of .material on this project, tax included, is $65,979.70. (Material estivate attached.) The total estimate for installation of the main, :ulply corc:ection and tie-ins, tax includ' a, is $50#343.60. (This figure was based on 7,992 LF of installation at $6.00/LF.) Relocation of existing water services estimate is $3,800.00. Total cost of the project, tax included, is $120,129.30. The State Hi,;hway Depart- ment is providing $60,809.00. This would leave approximately $59,320.30 of the cost of the utility relocation for the City of Renton. We request the UAB/Forward Thrust provide the $59,520.30 parti.cipating cost for work involved in relocating and providing materials for the Utility adjusanent necessary in this project in order to bid this work. Adjustments and replacement S.W. of N.E. 12th are not included in the above costs. The work involved in that area will be performed by City utility forces and billed in -rccordanre with normal activity billing. The- need for bidding th- w•.rk N.E. of N.E. 12th is due to the cost being in excess of $5.000 in materials and works an,I the water utility has insufficient personnel to provide adjustments required in that area. itOrpp , STATE OF wARMNOTON Of PI OF U&JN 6 Ih6U;1F�f.. DEPARTMZNT OF LABOR AND INDUSTRIES 01 M w"eY AFFIDAVIT OF WAGES PAID 1HIr 1 t773 On Public Words Contract Awarding Agency. City of Renton ..._...---•---...._...._.._. Contract Number tA0 1981-72 - N.E. Sunset_Elvd... sr.......... .._ Date Contract Awarded May 17 197Z _.. _..._._...._. Date Contract Completed 10/29/52 County in Which Work Performed King Location within County. Rantsai.._Mash. STATE Or WAS-INGTON Wait a .Statement of Intent Filed? Yes V No p COUNTY OF......_&itK-...___......__.._..-_.-._.._�• In carnplisince with RCW 39.12.060 I, the undersigned, :ving a duly authorized representative of _Tsai Oo1wL,tbrttuetlo�_Os.a_._ .�.7770_lww3a_ (Oaaa..w ar weeeWee lwl _._ Addieail e ............._A � g 0 do hereby certify that th a following rates of hourly wage and hourly fringe benefits have been paid to the laborers, workmen and v.,,echanics employed by me upon the project a. ^rlbed above and that no laborer, workman or mechanic has been paid less than the "prevailing rate of wage as determined by the Indus- trial Statistician of the Department of Labor and Industries. List below each classification of labor employed by you upon the project described above and the rate of hourly pay and hourly fringe benefits paid to each classification. In addition, if apprentices have been em- ployed, list their names and/or registration numbers and their stages of advancement. Classification of Labor Rate of Rate of Hourly Hourly Pay Fringe Benefits Paid ntnr.r 7.s9' 1.6e gbwel Oper. - 14 Td. IleeNwe Oper. - 60 RP 7.66 1.16 Loader Oper. - 3 Yd. 7.p 1.16 Doser Oper. - Under D9 7.", 1.16 Oiler 7.02' 1.16 pipelayer 5.63, 1.15 Laborer 3.35 1.15 Trk. Driver - 10 TO. 7.32 l.OS Noes: Attach Additional Sheets as Needed. _. ..F.MM-_,....�.....aQ ,., 1_.M..�. + b Subscribed and sworn to before me 1'Il.wi this...._. day of ._,Taguary I hereby certify that aieerding to the tease vistas and fri.nse bo efics bzrain csorn to the Drecailutg w.;!, qu o of RCW 39.12,04C ha,o Lc a ra Jst;c lit» C. To d "" -'"oa Notary &M W to sad for ilitNa d weMMstatt, ;ly{p,g- Or 6 IYDfJ'. A Noun M waim a me. Dste:l -i.. ..1 ... .. .. -1 INSTRUCTIONS reMr+ed � 1. Pursuant to RCW 39.12.040 copies of this form must be completed by the contractor and each of his sub- contractors. 2. Complete this form in triplicate and have it notarized. 3. Submit all forms for crNification to: Industrial Relations Division. Department of Labor and !ndustries. General Administration Building, Olympia, Washington 9SU4. 4 File a certified copy with the Awarding Aged CONTRACTORS ARE RESPONSIBLE FOR OBTAINING AND FILING AFFIDAVITS of the SUB- CONTRACTORS. This is required by law and payments can not lawfully be made until such affidavits are filed. erATe OF wAaxlNaTON DEPARTMENT OF LABOR AND INDUSTRIES DEP1, Of LAOUR 6 INOUSi AIi> «rNnA. w.d.aa EMENT OF INTENT TO PAY PRFIrAILING WAGES (1 n 1 ON i UBLIC WORKS CONTRACT U JUN 7 1972 Awarding Uency City of Banton U1 8 WRdN toiarU$i Contract Number CW 1981-72 - N.Z. Stmset Blvd. BT .... ... Aa•e Contract Awarded Bay 17. 1972 JUN 141972 county In which wart PW..rn...I KLOS I Lneatior within County lost __._. .. ................._ STATE OF WASA xrTON f Prim, Contractor m* COltwcio *Kwtrllctllmwi.ftaa,..2R. }dd. County of King J In compliance with Chapter 39.12 RCW, 1, the nndemigned, being; a duly authorized representative o: 1r4gAft. Coluccio Construction Co., inc. 7778 Bev- .d Park Ave. B., Seattle, Wash. 98118 I C4nlmdar nr Sups nnvn'Ln r i A R1r,II; do hereby certify chat in connection with the performance of v irk on the public works project above described commencing Approx. 6/19/72 , 19 , the following rates per hour for each classification of laborers, workmen and mechanics will be paid and no laborer, workman or mechanic so employed upon such work will be paid less than the prevailing rate of wage as determined by the Department of Labor and Industries as specified in the principal contract. CLARBITICATIOi: Or LARGft ftATr.OF RATE Or IIOIIft1.Y PAY rat aGE BrRL I rA Plumber 77" 7.59 Yrl4 1.68 Shovel Oper. - 14 Yd. 7.63 .91 Backhao Oper. - 60 BY 7.41 .91 Loader Oper. - 3 Yd. 7.63 .91 Doer Oper - Under D9 7.23 .91 Oiler 6.77 .91 Pipeioyer 5.40 1.05 Laborer 5.10 1.05 Trill. Drier - 10 Td. 6.87 1.03 NOTE: Attach dltivnal sheets as Needed PRANK COLOCCLO CCOSTRUCf>oDR CO., INC. .nna,a,ee rvv....mau..r Subscribed and sv orn to before me this 5th day of June 19 72 Norary Public in and for the State of Wdahingtm. rsiding in Washington. The purpose of this statement is to provide evidence of intent W comply with the prevailing wage requirements of Chapter 39.12 RCW. IT IS A PRELIMINARY FIL!NG ONLY and cannot be construed I application for certification by the Director of Labor and Industries that the prevailing wage requirements as set forth in RCW 39.12.040 have been satisfied. THE ABOVE STATEMENT OF INTENT TO PAY PREVAILING WAGES IS #pDr(xluce This space reserved for Director's approval �"' o bor A Induetr os SOian toBEFORE FINAL SETTLEMENT CAN BE MADE inh :i ublic wo s project it will be necessary for the contractor, and any subconttac evidence of certification by the Director that prevailing wages including fringe benefits have been paid to each classification of laborers, workmen or mechanics employed on said project. Form S. F. 9843 "Affidavit of Wages Paid". or a similarly constructed form should be submitted for the Director's certification. These forma are available upon request from any office of the Department of labor and Industries. PROGRESS PAYMENTS: Each voucher claim submitted to an Owner by a contractor for payment an a p:oject estimate shall state that prevailing wages have been paid in accordance with the pre-filed statement of statements of intent on file with the Department of Labor and Industries as approved by the Industrial Statistician. rOMPLETE AND MAIL ENTIRE SET FOR APPROVAL TO: industrial Relath.rns Division, Department of labor and Industries. General Adinfrastraticm Building. Olympia, Washington 98.501 CONTY.ACTOes. wsrtu s"a AP►WNMU sTATEaITHTs As T "CAVs (A Aw,am1kC(Y{, �p!■^ET�nCry(tT i�N f.'Or t 01� NIII.NTI1i At. RTA'r,.'rn IAN Mrarwd by nrp.HrnwnU s.I.ea.e011—e/-440. Februery 25, 1972 Washington State Highway Comedssion Department of Hiqhway Office of District Engineer District N7 10506 N.E. 4th Street Bellevue, Washington 9dUU4 Re: CS 17001 U SR900 116th Avenue S.E. to 130th Avenue S.C. Utility lanhol! Adjacent City of Renton Agreement GC. 3044 Dear Sin: This is to confirm the fact :het the City of Rentor will relocate existing water meters outside the City limits prior to, or in conjunction with the State's construction in SR90D `.rset 91vd.N.E.). If further information is requireo on the above project, please contact this office. Very truly yours, Jack E. Wilson, P.E. Director of Engineering RLO:mj utilities Office Engineer w STATE OF WASHINGTON D\Nifl J. Lv1Nf, oo.ueu. li) WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS O/IICf OI OMMICT fNO1N[f• I...F•lt.T.e.TltfT .tLLfVV[ A.\MIII.IVII.NO. ebraar-; 2h, 1972 City of Renton City Hall 200 Mil: South Asnto% Washin,jwn ?8W5 Attentions Mr. Jack 'dilson CS 171301 U SR 900 City Engineer 116tn Ave. S... to 138th Ave. S.R. Utility Manhole Adj. City of Renton Agreement GC 3044 Gentlemea: It is the understanding a£ this office that the city of Renton will be relocating the city water meters that are outside the city limits. Also it wa3 our under- standing that the me'�ers would .he relocat-d, if possibl^, prior to any staters vork in the area that wrnQd affect those (rater meters. If the cit:, is still in agreement with tha above matter please verl£y by a letter stating same. Very truly yours, E. I. R059RTS Diatrict E�aaineer �i�GGfcf CiL ., JC AlAsps strict Utilities Fngineer Encls, d n( 'S 3 :. r - _ City of Renton January 20, 1972 Page No. 2 All of the costs of the adjustments of the City facilities are the obligation of the State and the State agrees to assume the costs for the items of work Detailed on the plans, and the State agrees to provide all construction engineer'.ng, supervision and inspection related tc the State' s obligation, with the exception of the costs for those improvements on the side streets and also outside the City limits of Renton, as previously agreed to be the responsibility of the City of Renton. Please respond to the above request at your earliest convenience. If you have questions un the above matter, please contact Mr. Al Anderson at GL 5-2800, Ext. 246. Very truly ]yours, E. I . ROBERTS District Engineer t�u nrt�C, ALA:esd IVStriSEjt-0Uti EEIN R Encls. lities Engineer cc: utilities STATE OF WASHINGTON o•NIEL I. XVANO. Oonuon sfv..r�rr. y A 4. �AnN WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS o/rica or ouv..cT ENGINEER on+nm wo m/o/n •.nN mm O[LL/Y V[ M/>NIw OTON//DO/ January 20, 1972 City of Renton City Hail 200 Mill South Renton, Washington 98055 Attention; Mr. Jack Wilson P City Engineer { CS 171301 U SR 900 116th Ave. S.E. to 138th Ave. S.E. Utility Manhole Adj,jstment (within City) City of Rentnn Gentlemen; Agreement No. GC 3044 Attached is one set of plans and specifications stamped, "As submitted to Head- quarters", an the above referenced pruiect. Please return a letter of approval of the ro' lowingt 1 . To incorporate toe above plans as a part of Agreement GC 3044, entered into between the State a.id the City of Renton. (This agreement rovers the vertical 6djustm..nts of those City facilities outside the City limits, occupying the State right of way by virtue of permit or franchise.) - 2. Specifically give approval to the State to vertically adjust the City facilities bounded by the right of way of SR 900, within the City limits of Renton, as per the attached plans and specifications on the above referenced project. The City of '.[on has agreed that the cost for certain improvements to the side streets, which are not included in the above request, shall be the City's complete responsibility. The City agrees to perform normal maintenance on the completed facilities, once these facilities are put in service, and further agrees to assume full responsibility for the continued maintenance of these facilities upon the completion of the vertical adjustment. rs i ' "'Ilijlll"' 0 7 dJJ/A C e. z,zeys Ni✓fi✓e7i�'� 1i✓{t,,'�%�'J/ i2"`-/ �� G/li "ttN GOL SOr Q�r, h!/ bl�'P N• C/ J) liv // JU�� U/!✓� i.S 1 'j f j�j�9 ', c�:oL/1 , :J ?s� L L ✓ i � Fil Ail r. n I Z .. .��h , . � �'9n I I. � -. _j .. r4S'' S.'•.'•:>'r-j ?/�;��:Z, �1.i .•� �' • :/ r e G�� ..�j ... i" 1^%�� /O�C/Jf✓�� .�. /I ��/.,/ � ... J yam.' /�J �_. i city of Renton Affidavit of Publication Watermain Installation #Date .f Did ONenina, May 3 atWetl•C as will 6a�nelvea nn- "' r.Ya STATE OF WASHINGTON, NaY i, IY:2, nr tAe .coca n1 th« Rl.ya Ch 6a o'do k Llirly rr. al KING COUNTY—SS. in th6 f.u<Ch rlYgrll." •nme 1 ce room Incurnd at tAe t emml L unM1Y•1 aullalnR. Ed.D}III Avn- < ,� N;}Zt�n �I'%r "r The undersigned. on oath states that he is on - •.t u.Ya. x n;. i" s. 1:-. in, ,n authorized representative of The Daily Journal of Commerce, a, la t]Joh Ay; a h P"n- "a a><mr.ono. may a daily newspaper, which newspaper is a legal newspaper 'h oRtunna rrpm the .roue of of general circulation and it is now and has been for more the lobo F,nRlne« lD r McnrYt or °,a.pmn "r it , r than six months prior to the date of publication hereinafter uni«y`v°me,"""n;�'o h« r^•r«i°a� referred to, published In the English'language continuously are relumea In .�'n;:��;;� °," as a dilly newspaper In Sedttle, King County, Washington, mtru , ^r odd and it is row and during all of said time wss printed in an Y<mn; A urea <n<e. .r old bona office maintained at the aforesaid place of publication of '" th. th o t"t or r e` ISI nr r this newspaper. The Daily Journal of Commerce was on the nl r 1n r.,nr a o nl N thr bla "U ` """'Nino < n old 12th day of June. 1941. approved as a legal newspaper by Mu i nRt in- Tr,r <hal In, ,na rnr< bla°,j the Superior Court of Kin County. 7T< Illy rurve th rtynr 1r. S ref<rt •nY a"a r.r an rIa «na eo 'In Rny Rnarur a i" marl- The notice in the exact form an,iexed, was published in `�' In ,11,R regular issues bf The Daily Journal of Commerce, which was h'. All iamb .I. )1p f 1. hv.�1r°rn, Rate 9RIMn, rI.., r, wl❑ regularly distributed to its subscribers during the below 't, -. farnbhed by the Col JTI9L3t3F. NI"' C1, Stated period The annexed notice. a..Ip r.lerk + . .... ... ...._ w Dal pe Iy pr".o�n^enl o(nl`nm me a« itO�rjC� 0 ...II,�17 Gllla�.. 1'""Y Aira rl. U]P' ....-........ _ ADrll P2 )9 1. t5ir01-n) I , ... ...........- ....... ..-.... .. ......... ... ..... was published on 'ipri1 .21,_2 1972 1 fa l / ................ Subscribed and sworn to before me on •t,;;,; , .pr i.l 2.i,__1)7.2 . ....................................................... n,ary Puailr In, the St." Rr or.liln,.a. r•nidinle In Rattle IN"b' af7 tf Y4M ru t tlen nm r (m • opbn wWe In tarn" iW b M W!! I.. bt A r,., .yry restRY MY 4 .PaPC .r. 10plrlwr or al. rt"aU rF--•r 9aia C I TY OF REN TON NO. DATE 4/20/72 REQUISITION DEPT Water Maintenance TOTAL AMOUNT ! ACCOIUlT�_ UAR 401 VENDOR ACCOUNT s 3021 542/13/6311e1 AMOUNT FWT lot Pacific water Works Supply co., Inc. q ACCOUNT I•— ACCOUNTS 3011 542ZI3193 (18) AMOUNT J 290G First Ave. S. OTY QTY DESCRIPTION IN DETAIL L Seattle, WA 98134 f Ono 02Rental of Tapping Machine (2 @ $60.00) 120.00 r 1 I 120.00 126.00 PUOO ❑ PURCHASING TO ORDER I , 4UTH. 8Y _.�`�� �- iJV i R { . ITY OF RENTON N0. DATE 4/20/72 REQUISITION DEPT_Water Maintenance TOTAL AMOUNT 302 542 1 ACCOUNT • / 3/63 GAH 90% VENDOR(18) AMOUNT_._ FWT 10% Pacific Water Works Suooly ACCOUNT* 301 1542/13/63 (18) AMOUNT 2900 First Ave. S. CITY DESCRIPTION IN DETAIL Seattle, Washington 98134 - 12 Smith-Blair ►313 12"x2" Saddles 189.60 6 Smith-Blair 0411 Flex Coupling ="1 27.60 12 2" Galv. Iran 900 Bend i5.00 ' 6 2"x24" GaIv. Iron Nipple 16.56 12 12"X12" Galv. Iron Nipple 23.88 i 12 2"x6" Galv. Iron Nipple 8,64 1 26 C.I. Gate Valve Boxes 366.50 i y 2 12"x10" C.I. Tapping Tee and Tapping 10" Gate Valve (MJ) 3010.00 i 2 12"x1U" C.I. Reducer (MJxMJ) 132.00 i x I 1789.86 _ 1879.37 PURCHASING TO ORDER _ AUTH BV � _ -• I i i INTER-OFFICE MEMO , TO: Shirley K.nney DA CE April 19, 1972 FROM: Ron Olsen RE: The following sum of $42,260.40 should be reduced from th amount of the encumbered funds on requisition #19173 due to the fact that these materials will be charged to the V.A.B. Project 8-102 (14) 0304 N.F. Sunset Blvd. Street improvement. AUaMNT YD 302. S4t/,3/C.3 (tt) tVa6 so% ► ]O) Rur 10% This should be accomplished as per our conversation a week ago in Ted Bennett's office. Thank you. RO:pep cc, Bert McHenry I r � ^ INTER-OFFICE MFMO TO: Purchasing Det.rtment DATE April 19, 1972 FROM: Pon Olean RE: Please have delivered from Pacific Stites Cast Iron Pipe Co., 211 6th Ave. N., Seattle, NA 98103 as per a portion of materials ordered on requisition 019173 (based on materials bid dating January 27, 1971), the follwi q: c { 7200 L.F. of 12" Ductile iron water pipe (T.J.) Class 42 @ $5.59/L.F. ---------- $40,248.00 Tax �2 g12.40 $42,260.40 U a;, A2, 1? 67 +1 2-(5 it The following wateria. is to be charged to UAB Project 8-1-102(14) •309 N.E. Sunset Blvd. Street improvement. ACWOANT 0302 641/13/43C,$) W.f a. 96% +aoi s4z/ >/4sCU FvJr i0% If you have any questions, please contact this office ccl Dart NcAsnry G. QII.�l� C`f yJa<IL c.�_J t<'P • I As per material bid awarded by City Council ::arch 13, 1972 N0. 4/19/72 C 1 T Y O F REN TON ' DATE REQUISITION TOTAL AMOUNT DEPT Water Maintenance UAB 90% VENDOR ACCOUNT • 3021 542/13/63 [181 AMOUNT FWT 10% Pacific water works Supply Co. trc. ACCOUNT* 3011 542/13/61 (18) AMCUNT �- 2900 First Ave. S. - CITY DESCRIPTION IN DETAIL Seattle, WA 98134 _ 6 12" Gate Valve (MJxMJ) 1517.70 6 2" Gate Valve (SXS) 17R.50 i C 6 B" Gate Valve (FLxMJ) 739.80 1 8" Gate Valve (MJxMJ) 128.45 i y 21 6" Gate Valve (FLxMJ) 1«3.20 1 4" Gate Valve (FLxMJ) 59,30 6 5" MVO Fire Hydrants XuX (MJ Conn) 1434.00 2 6 Fire Ilydrant Extension Section 359.82 I I I - 6080.77 304.04 ^ 1 6384.81 ❑ "'7RCHASIN6 TO ORDER 'yL� '� u.. _ AUTH. BY 4e , I As per material bid awarded bt Cli+yFoyol R ttk,* VWh 13, 1972 N0. DATE 4/19/72 REQUISITION o N TOTAL AMOUNT DEPT Water Maintenance _ UAB 90% VENJOR ACCOUNT * 302 1 542/13/(,1 (18) AMOUNT FWT 10% Pacific States Cast Iron Pipe Co. ACCOUNT* 3r,l 542/13/63 (lsv) AMOUNT 211 6th .+venue N. OTY DESCRIPTION IN DETAIL Seattle, WA 98109 1 6" C.1. 22S0 Bend ('IJr"4J) 25.30 1 4•' C.Z. 450 Bend (M.JxMJ) 17.80 ' F + lY 12" C.I. Solid Sleeve (MJ, LP) 49.35 I 3 6" C.I. Solid Sleeve W, LP) 71.40 1 4" C.I. Solid Sleeve (MJ, LP) 16.95 2 12" C.I. Plug (T.J.) upped 2" 45.00 ' 3 8" C.I. Plug (T.J.) Tapped 2" 51.90 } 13 6" C.Z. Plug (T.J.) Tapped 2" 142.35 i 1 4" C.I. Plug IT.J.) Tapped 2" 6.80 I i 1 i i 6951.00 347. 7298.55 PURCHASING TO ORDER LOTH BY C a �w4 �:IXet Y As per material bid awarded by City Council March 13, 1TY2 NO. C I T Y O F R E N T 0 N '�•" tip. v1 DATE 4/19/72 - REQUISITION TOTAL AMOUNT k ; DEPT. Water Maintenance VENDOR - UAB 90% ACCOUNT S 302 L542/13/63(18) AMOUNT fwT 10% Pacific ACCOUNT* 3C1 ,542/13/'63(18) _ AMOUNT 211 6th Avenue N. OTY DESCRIPTION IN DETAIL Seattle, washingtcn 98109 0 ' LF 8" Duct. Iron Water Pipe, CL 112 X3X (T.J.) 125 .4 0 LF 6" Duct. Iron Water Pipe. CL #2 (T.J.) 1692.40 7 1 12" C.I. Cross (All MJ) 146.00 i 3 12"xB" C.I. Cross (MJxFL) 502.95 21 12"x6" C.I. Tee (MJxFL) 2i00.55 1 12"x.4" O.I. Tee (MJxFL) 104.20 11f 1 12"x8" C.I. Reducer (PExMJ, SEE 46.30 1 b"x4" C.I. ReOucer (PEXMJ, SES) 17.75 2 12" C.Z. 450 Bend (MJx11J) 131.10 1 12" C.I. 227o Bend (MJxMJ) 65.55 1 8" C.I. 2250 Bend (MJxMJ) 35.65 6" C.I. 450 Bend (MJxMJ) 25.3 100 0 PURCHASING TO ORCER AUTH. BY INTER-OFFICE MEMO TO: S':i_1 :y Kinney DATE April 19, 1972 FROM: Pon Olsen - - RE: -The following sum of $42,260.40 should be reduced from the amount of the encumbered funds on requisition #19173 due to the fact that these materials will be charged to the U.A.B. Project 8-102 (14) 0304 N.E. Sunset Blvd. Street improvement. ACLOWN? < 302 54s/W(A3 CIC) V*6 Za% Y 301 FNr. /. This should be accomplished as per our conversation a week ago in Ted Bennett's office. Thank you. RO:pmp cc: Bert McHenry I i R \ ! \ vT•ev SUNSET BLVD. WE. , - U A 8. PRc'JffC7" FAAT INTER-OFFICE MEMO I TO. Purchasing Department DATE April 19, 1972 FROM: Pon Olsen RE: Please have delivered from Pacific States Cast Iron Pipe Co., 211 6th Ave. N., Seattle, WA 98109 as per a portion of materials ordered on requisition #19173 (used on materials bid dating January 27, 1971), the following: j + i 7200 L.F. of 12" Ductile iron water pipe (T.J.) " Class #2 @ $5.59/L.F- ---------- $40,24E.00 ' Tax 2,012.40 . $42,260.40 - The following material is to be charged to LAB Project 8-1-102(14) #309 N.S. Sunset Blvd. Street improvement. ACLOWNT 4W30Z 54s/I3/63(_1s) u.A.6. 90% *301 s42i /esL e) For. 10% If you have any questions, please contact this office^ - OL I 1 cc: Bert McHenry April 17, 1972 TO: Ron Olsen FR019: Gert l:ci:enry, Utilities Engineer SCUM; U.A.J. Project Request - N E. Sunset Blvd. Water Adjustments i r In accordance with your memo of lurch 24, 1972, dater Project 11-315. we i. concur in the need for adjustment and will reserve the $59,320 for our particip- ation costs in the utility adjustment work. Li,IC We realize this estivate is subject to rateridls and installation bid ara re^uires correction notice upon completion of the contract work. Please provide estimate of adjustment work which will be billed anainst the proicct that is to be provided and charged by Water Utility personnel cn areas not covered by this contract. w I. j3ert F!.McHenry, ��'i-- - bHMc:mJ cc: Dick Houlhton Vince Lee .Arm ......._.. ,. OF It1, L J• i THE CITY OF NENTON 3}, Y !NICIPAL BUILDING 200 MILL AVE. SO. RENTON,WASH.98055 W AVERY GARRETT, MAYOR • DFPARTMENT Cc ENGINEERING q 4V JACK E. WILSON — DIRECTOR 4rFD SEPSF'�� April 13, 1972 Washington State Highwal Commission Department of Highways Office of District Engineer, L'strict #7 10506 N.E. 4th Street Bellevue, Washington 98004 Attention: H. J. Semenock, P.E., Diatrict Utilities Engineer Subject: CS 171301 U. SR900, 116th Ave. S.E. to 138th Ave. S.E. Waterline Relocation, City of Renton, Agreement No. GC 3036 Gentlemen: i As per our conversation with Mr. John Leputy of your office, the City of i Penton would like to request the following change order to our agreement #GC 3036, due to the change ir scope of the project in that the City is bidding the installation prior to the time that the State's contractor will begin the widening project. The changes read as follows: Add .o the Existing Agreement: 1. The furnishing and installation of ( 7) blow-off assemblies, at an estimated cost of $150.00 per each, for a total estimated value of $1,050.00. 2. The furnishing and installation of approximately 50 cubic yards of cement concrete pavement restoration at an estimated cost of $20.00 per cubic yard for a total estimated value of $1,000.00. 3. The furnishing and installation of approximately 100 square yards of asphaltic concrete pavement restoration at an estimated cost of $7.00 per square yard for a 31 estimated value of $700.00. . Because of the time element invo. ..do your immediate attention to the above request would be gratefully appreciated. Very truly yours, Jack E. Wilson, P.B. Director' of Engineering u 01.yn 0,04./.. Ronald L. Olsen Office Engineer RLO:pmp I. 4d s M% „ R r'F� 01. f C.ty of Renton, Utility Dept- PRESSURE TEST FORM - kti Water Project Name of Project ;! + f This test was taken on fs minUCGS• At a pressure of '+ �` _PSI , for The test "Failed" �—on — —' "Passed" on Comments: ;rr ffa /sw+ f> ; — d i'ay 5, 1972 Washington State Highway Commission Department of Hiq,ways Office of District. Engineer District f7 10504 N.E. 4th Street BELLEVUE. Washington 98004 Attention: H. J. Semenock, P.E. District Utilities Engineer Re: CS 171301 U. SRg00 Moth Avenue S.E. to 138th Avenue S.E. Waterline Reloution, City of Renton Agreement #CC 3036 Gentlemen: Enclosed ora copies of the bid tabulation for the water main aQiu, ent and relocation for N.E. Sunset Blvd. (SR900) for your inspectrzn. The like y the low bidder, theFrannkdCoiucciouConstruction Cc, Inc., withha lowtbidtofo$44,168.25. If further information is required please cantact tlNs office. Very truly yourg, Jack E. Wilson, P.E. 0 nector of Engineering lbna san RLOcsij Utilities Office Engineer Attach. WWI CITY OF 0N NO DATE 6/21/L REQU1511-ION TOTAL AMOUN'. OF PT r • �_. VENOOP ACCOUNT 1 +02 ISG+/l UAl U& ACCOUNT a_ a1_. f OTY DESCRIPTION IN DETAIL (, `,• 12 atita-glair 0312 12"x2" BOW" i 6 ith-glair 9a1I llc� Cooplin� �� d r `�___.--------...--.----- 12 2. 6aly. Iran 9& aand " -- 6 2'x26' "lv. Iran MS le 12 2'x12' Caly. Iron pipple .J___ --. 12 2'x6' Wv. Iran Mipple _ '- 26 C.I, Gate Vale* 90xee _ 2 12'x10' C.I. Tapping TN and Tapping 1n" Gate Valve (MJ) - O1 2 12'x10' C.Z. Reducer (MJWJ) ___ 132.00 1879.37 OPURCMAS" TO ORDER AUTH BY 9 L UAL F�� 9({ i i f. s As pat wateilal bld awarded el C1 y `iy rcW a cpO Ill 19r. NO cl ed -- DATE aLLVnl_ _ C REQUISITION TOT:1L AMOUNT DEPT w t.i M& t.....IQd y� VENDOR-___ ACC(YINT 0---i0}I_.N�f}}K�yA► AMOUNT_._ ---- n" 10% deter--Mark►-i'WP1Y...G.riae� ACCOUNT*--- AMOUNT-- --._.— _ylaa-Ylsat- - -- OTY nf9CRIPTION IN DETAIL II i1�41 lad T; ---- Is 5 ' lia.K. 11" i• oydrant B _— } a PURCHASING TO ORDER AUTH Rv '— NSS .7L s d r AS POW watdC"l bid Warded bC OAlp rCoQr4dI WVWq rAWIi 13, 1972 No GATE ufanP REOU151ff - rpTAl_ AMOUNT DE►T "%W Sri&aaW e. U" folk VENDOR ACCOUNT • 1 AMOUNT �� --- PVT 100 ACCOUNT• AMOUNT j Ky OTT. DESCRIPTION IN DETAIL `im • Q,Z. 230 Mad (*YA% )i _ .30 •ead iLbd4n.( 17.80 ' LP) 49.35 • ' .T '� 71.60 Solid nova (NJ, LP) i 16.95 m- - 12' C.1. Pl Tapped 2• --u% 45.00 I r C.I. PS (T.J.) fdffed 2'. 51.90 15 G• C.Z. P1 (T.``J.) Tapped 2" 10 ?S 142.35 Aa 1 d• C.I. Plug (jai) Tapped 29 „ 0.90 ---- 6 1�45 14- .D PURCHASING TO ORDER AUTH BY u � b��az 73to �S H PF, _ r _- Aa par material bid awarded el,: ql 00 F ,4 ' '40 DATE A/asm REQVISM T`)TAL AMOUNT d ' DEFT (c �' VENDOR __ DAB 40% — ACCOUNT AMOUNT-- ACCOUNT - AMOM CTY DESCRIPTION IN DETAIL - 3" yy 760006 3c ofpa n •a :n . .y 760 a M ✓ 7GL 1 S` 1 lras. C.I. Red (Ea,w.r 1 G.X4. C.I. Pad .r 1 ---- 2 12- C.t. ♦S° e.ne aJ MJl 1 jr C.S. II12 0 amd ( %IXKJ) I a• C.I. 2W band (WxILJ1 i---_-- _--- 1 P C.I. .S° sand (NJrIIJ) -- _-- OPURCHASING TO ORDER AUTH BY __._ -- wall► '`' , yay 8, 1972 CITY OF RENTON OFFICE OF THE CITY CIJ= BID OPENING, NAY 3, 1972 2:00 P.N. Installation of a 12- D.I. Woternain in N.E. Sunset Blvd. from N.E. 12th St. to 138th Ave. S.E. UAB Project 8-1-102-0 4) (Y-315) BID BIDDER DEPOSIT BASF BID SALES TAX TOTAL BID Frank Coluccio Construction Co. Bid Bond $42.065•00 $2,103.25 $44,168.25 7778 Seward Park Ave. South `rattle, Mash. , 98118 Edstonds-Stevens, Inc. Bid Bond $42,503.00 $2.125.15 {44,628.15 P. 0. Box 504 Woodinville, Mash., 98072 Lindbrook Construction, Inc. Bid Bend $43,734,00 $2,186.70 $45,920.70 'r P. 0. Box 1076 20215 64th West Lynnwood, Wash., 98036 j United Contractors Co. Bid Bond 6591005.00 $2,950.25 $61,955.25 t 470 South Kenyon St. Seattle, Wash., 98108 $551905.00* $2,795.25 658,700.250 Rovers Construction Co. Bid Bond 667,800.00 03,390.00 $71,190.00 16239 Aabam Blvd. South Seattle, Wash., 98148 Engineer's Corrcrtiona W_ 31 ; ,m STATE OF WASHINGTON m NIEL J. EVA&&, r.or..«o. inrr� t , r yr/�; WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS OFFICE OF DISTRICT ENGINEER Gurno «o T m uwa ru«r«am«Gee. April 15, 1972 Mr. Jack Wilson City Engineer City of Renton Renton Municipal Building Renton, Washington 93055 CS 171301 u SR 900 Attention; Ronald L. Olsen 116th Ave. S.E. to 138th Ave. S.E. Waterline Relocation t City of Renton Dear Sir; Agreement No. GC 3036 we wish to acknowledge receipt of your letter dated April 13, 1972, wherein you submitted added items due to the fact that you will contract installation of the proposed waterline relocation. Also a set of bid proposal for N.E. Sunset Blvd. from N.E. 12th St, tc 138th Ave. S.E., which contains the auove referenced agreement. Please be advised that this is written confirmation of our verbal approval of April 17, 1972, to advertise this contract on April 19, 1972, with the added items included. Very truly yours, E. I. ROBERTS JED:esd District Eng�ineer strCK , stricctt Utilities Engineer -r Alift qPp fp ,.., i � I �J .'*qua� n i �/':' i n p�•, Jy'd T7I I , - - 7k pL 111-7 I y �I _ f , i Y 1 a I a I I ! ^ Y .... . .... lh/ n.w►lU lMl.hrn WU 6.w+ � � ... .. _. 3< Y:v�sg o� /T �t�i.�t �iRDfR6� rssudD N Gsdp c l r 41-4 Aj Mf 1 I I R Gnre Bax rro �' - 1, i f I I _—I E ; I •'N I� G tl i p I w tl s t � y low y oF yy 2 �• ti r I �,�kalNz I q _ 17k- AP l 1 3 AAA 71 �! ,! '. D� � I � � I J iI! ♦�f�'1d e ? I to ,I ! i l yn rMw M17f WYr.r.M-6t1N Onw ScH�AutE ailj�TJRl.�i �rCA,6.EE0, �susv 1 //�S9 , j ON . GUO. f. ;jli�✓j d'67f;_ p Sri „Alll �f � ryI iV,4 n�Ol' -J `. .. . L �. .:G✓� ly Vl �:�98� .. l9 c3c "X,0" �2._ hcOucd (j. T.ri�J) .. z 13. ✓ _.A ..6.YI �. I� II I y I .. I ,.'� �� .• �t7 30 0. ;r,; IR Y j u , Zr F, FIT fr r I A,f r / r• � U Fh —1�L1 A + I. 1 � , Y9 p�9 ji ! ay,•5 :Y��IY9 __f ? 9Y � ay�Y j � I_. �'��' i f7. a7f� 1 ^�� 1 I If 1 I Ott r �.G✓�Ga _-1 tGJ Get! j I - i ' -- { � - - .. - . . i u ' I jo I `I I. ti +tiM1 FL 325 Rea. 10/14/70 Co:ltmot No, C.A.O. IVJI-72 NOTICE OF COMPLETION OF ?UBLIC WORKS CONTRACT To: Excise Tax Division DR+41 Dearrrr 12, 1972 Audit Section Tax Corwdssion a Olympia, Washington Do Not Use EYca: C1tY of Mntam Assigned to: xualaiw 2.11dlal 200 xi11 aware ii. Date Assigned: aeaton, NA 99oss P.W.". Numtart Dates Gentlemen: ':otice is hereby even relative to the completion of contract or project described below: Description of Contract . CA6 19e1-72 Water Main Pdtustmont, and Aalxati n .'cr • k. a. Suwaet bled. Contrw;torss Name s Rawk Colueei�% C.entructloa Co., Inc. Contractor's Address t 7771 fiOWa9d Jerk Ave. i., Seattle, WA 913119 Date Work Commenced : JIJM 12, 1972 Date i4ork Completed i Now. 20, 1972 Date Work Acoeptedt sec 111 1972 Surety or Bonding Company : aawral Ineurewee Crapen,, .,f ;,aerie* StawleY T. Scott a C.,., Inc. Agent's Address : 2112 baetIfte Ave, a., Seattle, waehlwytew Contract Amount : m e2.06S.On Amount Disbursed $ 3q,7Sti.01 1k wleti,e : (3,795.50) Amount Retained : Sales Tax 11913.44 Total Total 0.0.3-2.90 By Disbursing Officer - Finance Director THREE COPIES OF THIS NOTICE MUST BE COMrLETED BY THE DISBURSIM OFFICER AND MAILED TO TiE DEPARTMENT OF REVENUE AT OLYMPIAD WALKINGTON IMMEDIATELY AFTER ACCEPTANCE OF THE WORK DONE UNnER THIS CONTRACT. 110 PAYMENT:; SHALL BE MADE FROM RETAINED FUND UNTIL RECEIPT OF DWOMNTIS CMIFICATE, AND h ACCORDANCE WITH SAID CERTIFICATE. pecemWr 11, 1973 moaorabls AYery Garrett, mayor members of The City Council Subject, water jr03act w-315, CAG 19i1-72 N. S. sunast Blvd. (U.A.B. a-1-102(14)) Gontlmen, S�uaitted hererith and recow""a3 for psymept is the final *9%'Wcs do* Fcanh Colu.eio Construction Company :cr work performed on tha 12" Voter win in a. a. Sues". Blvd. from N. 3.. 11th S*swt to 133th Ave. S. B. The smomt due t) .0atrsctor is iti,024.42. This contract was completed On %ovaabar 2L, 1972, and Wrepted by the Utility and FAginearing Deperi3a n" on (wcmc.sr 11, 1972. .t is recommarWed that the City Council eccept completion y of Dscm:+er 13, 1972. If, after 30 days, no lisms or claims are filed against this pto3ect sad proof of payment of tax liabilities is received, tt 1s recommended the retaimsd mount of .3,926.95 be paid the Contractor. "A above is to be paid from the following accounts: (Final Batimste) U..3 90f 6302-542/17/63(18) $7,221.94 FT 10% s30l-542/11/63(18) LULL $3,024.42 (detairage) u.'2 90% 9302-542/13/63(19) $3,444.25 FT lot 9301-542/13/63(19) '.? 332-jq_ gory '.rely yours, Dort H. McHenry, F.D. Acting 0lrootor Of ft9iaeering aichard C. Roughton :Cting utilities vagineer �or►iX/-k?r02 .a . SEP22191i t WASHINGTON STATE HIGHWAY COMMISSION Shut of y Department nl IhghWA)'s Chonpa .de' I Data �"'Z2_— CHANGE GIRDER Order — ❑ O•d.,.d by En..nur underrtea�rymagrxf�XRNf00%1bt%EI%% --___ _ _.__.__ Agreement G suyo RS-125 QChong. p.opo sed by Conr•at•e _ The City of Renton Muniripal Bldg. Enda,aed br --- -_ ___- 200 Mill Ave. Sc. urwem.F'nn v... Renton, Washington 98055 Attn: Ron Olson SR 900 n'le U-020-1 (6) eeu..,we".In,S...", uhee.......d, CS 171301 U 116th Ave. S.E. to 138th Ave. S.E. —� By _ _ __ Water Line Re Iocati on DESCRIPT'ON OF WORK Yet/ w, rde•ed to puferm the follawln, d.+v"h.d wo.k upon receipt of on i,,'.d coat/ of+ma than,.e de• You are hereby ordered to place 1211 of Class B Asphalt in lieu of furnishing and installing concrete for pavement restoration at a cost of $25.00 per cu.yd. The new cost for placing Class B Asphaltic cr,crete for pavement restoration is $8.00 per sq. yd. All wo•h, ma Wools end .aawaman' to be 11 acco•dunae with the provisions of the Standard Epeaff,ca Dons and Spatial Praviaiens In,the 'Ype of con mucoon envoi wd. DISTRICT ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATED NETCHANGE FiTIMATED CONTRACT APPROVAL AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE ®HEADQUARTER• 7 D '13 343,W APPROVAL E 7..f, 4iL• , ! r- f -(3 4/(e.-1 L E -f3OC� E DISTRICT USE HEADQUARTERS USE APiyfI CVAL REr, MMEI A£D APPROVED: �' ojrm -IR, r • rr ,'ssmar Rl�Gmrtra mGAba.rh U,,. ®AP L RgECCOrMMENDE!: — PPft OVED DISTRICT E BY.' kw ror 421.(A) arvl sto 4//72 : Septeaber 11, 1972 dashin ton Str.te Highway Commission Department of Highways office of District Engineer District #7 10506 N. E. 4th Street Bellevue, 4A 98004 Attentions H. J. Semenock, District Utilities Engiwer Gentlemen: Re: CS 171301 U. SR 9UC 116th Ave. S. E. to 138th Ave. S. E. Waterline RalOeation, City of Renton Agreement 4GC 3036 Due to the exiatim„ traffic conditinna and by the other construction in and around Sunset Blvd. N. E. it has been discussed with our con- tractor, Frank Coluecio Construction Co., about the possibility of replacing the original concrete restoration with 12" of Class 3, asphaltic concrete restoration. This would told the traffic shut dawn to a minimum. The above would require a change order to ttem #9, fumish and lir stall concrete blackinu '�I $25.00 on cu A to fun:ish and install 12" thick asphaltic concrete, Class B, restoration ,a $9.00 one aq yd. If the above meets with your approval, plaane advise as soon es possible. Very truly yours, Bert Mclionry, F.-. Acting Director of Engineering Ronald L. Olseu Utilities Office Engineer nb r AV^ � { Frank Coluccio Construction Company, Inc. SEWEE'S, WATEEMAINS, UTILITIES 7778 SEWARD PARK AVENUE SOUTH SEATTLE, WASMINGfON 981IS Phone ►Arkwoy 2.3306 Septrnber 7, 1972. City of Renton City Hall Renton, Wash. Attention: Ronald L. Olsen, Utilities Office Fngineer. Gentlemen: In re: Water Project No. 315 N. E. Sunset Blvd. Concrete Replacement Due to existing ccndition3 caused by multiple construction jobs, we will replace tht concrete removed for watermain installs- " tioi under the above contra^t with twelve inches of blacktop, in two lifts, at a price of $8.00 per s.y. This in lieu of the concrete replacement item at $25.00 per c.y. Please advise as soon as possible whether or not this meets with your approval. Very truly yours, FRANK COLIJCCIO CONSTRUCTION COMPANY Vice-Preeident. VC/swr ri r r � r N '" N 7 2. fi , - - �__ _ _ � q ' i � � '. � ' � � . w . .-_ �_ _ _ 7,k� ;. +. '� �. _. .i/ ..,�,� . _ ' r � � a 02 tK I-t11r 19 e 00 1 ef$ f L 4t, 1 s ��les j j �JJ Lj Lo r CS 55 v 8!£ � I � I C —t ;L sTA 40 Srp7c- 139 * 45 S7A 139* 45- t� C 2 J .a N STA i`S4 + 4-t y ST h E fo � VN * P i ;i S�IA/SET BtJp /JE — SR 5"l5 -LMDiN(r Pope z7.SS <<) 2(eS8 - Tr. ,N S'/ti 16T Rbv TA l /nNw� Md CNrHC (S) 20I SQ Cc) ZG4S - MArERryl `C`S) 2-&N 0 J i r 0" 7 r I ONE ME IMM CI } We , Lk 24 SC 40 N/ e ca W r. ....• ♦..VY.Ii /1►1• � IWH�wrV•IwINNNWVI�.iI +'z�yu:W. i >;, :.. .. .. . . f'Y wYeervv.�rt�•Yyy. City of Renton, Utility Dept. 1 PRESSURE TEST FORM Water Project Name of Project W-.1 �� - ''-" �""o� NFfy* '"�. �`' ✓l>D This test was taKen by /✓/a�`: on st- At a pressure of % SD PSI , for 1 S minutes. The test "Failed" on "Passed" 7. on Comments: M «r _ ;._:. .a.�.,..r��.♦I��AY ��'kY�'a1Y�11�r/IIAi\NY"M�YRYIYIUIYMI���NM'M YI�'Nu�N ( MG �nMM�'111� � r WM Alp 10AMOIL41"'li Aft ..a, tMTRUCTIONS TO BIDDERS .1. Sealed bids for proposal will be received by the City of Renton at the vf£ice of the Renton City Clerk, Renton City Hall, until 2:00 o'clock s.n., Wrdnesuay, May 3, 1972. At this time the bids will be publicly opened •nu read, after which the bids will be considered and the award made ae early as practi- cable. No proposal may be changed or withdrawn after the tine set for receiving bids. Prole^als shall be submitted on the forms attached hereto. 2. The work to he done is shown on the plans. Quantities are under- stood to be only approximate. Final payment will be baeed on fiel.i me�.surement of actual quantities and at the unit price bid. The City reserves the right to add to or eliminate portions of the work as deemed necessary. 3. Plans may be examined and copies obtained at the City Engineer's Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for coral- tion of that item as described in the specifica- tions. 5. The bid price shall be stated in terms of i:he units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to .ive informalities if it is deemed advantageous to the City to do co. 7. A certified check or satisfactory bid bond made payable without reservation to the TREASURER OF CITY OF RENTON in an amount not less than 5% of the total amount bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfact.o::y performance bond covering the full amount of the won'.: within t-n days after receipt of notice of intention to award c-n- tract-. Should he fail, or refuse to do so, the check shall be foz,e-ted to the City of Renton as liquidated damage for such failure. R. All bids must be self-explanatory. No opportunity will he offered for oral explanation except as the City may request further information on particular points. GENERAL BID S SPECIFICATION TASLE OF CONTENTS Scope Call for Bids Vicinity Nap Instructions to bidders General Table of Contents Special Provisions Table of contents Technical Provisions Table of "ontenta Bid Bond Fran Bond to City of Renton Form Spacial Provisions Non-Collusion Affidavit. Form Certification of Nondiscrimina ion in EmFlotment Form Minimum wage Affidavit Form Technical Provisions Standard Detail for Genera: Blocking ,. andard Detail for Precast Valve Ch::mber Standard Detail for 2" Bypass Valve Assembly Standard Detail for Hydrant Assembly A Hydrant Guard Posts Standard Detail for 2" blow C't Ass�nbly Proposal Form Schedule of Prices Agreement Construction Plans rev CALL FOR BIDS Sealed bids will be received until 2:00 o'clock P.M., Wednesday, May 3, 1972, at the office of the City Clerk aid publicly read aloud at 2:00 o'clock P.m., sane day, in the fourth floor conference roan located at the Renton Municipal Building, 200 Mill Avenue South for the installation of a 12" D.I. WATERMAIN in Sunset Blvd. N.E. from N.E. 12th St. to 138th Ave. S.E. Plans and specifications may be obtained from the office of the City Engineer upon receipt of a deposit of $10.00 for each set. The deposit will be forfeited, unless Plans and Sp., ificatidns are returned in good condition thirty (30) days after date of bid opening. A certified check or bid bond in the amount of five SS) percent of the total amoui,t of the bid must , company each bid. Washington Str.:e Sales Tar. shall be a separate bid item. The City reserves the right to reject any and/or all bids and to waive any anal/or all irformalities in bidding. All ductile iron pipe, fire hydrants, gate valves, fittings will be furnished by the City. Helmie Nelson, City Clerk bate of 1st Publication: Wednesday, April 19, 1972 Date of 2nd Punlicat.'.on: Wednesday, April 26, 1972 Published in the Daily Journal of Commerce: Friday, April 21, 1972 Friday. Apr.1 28, 1972 - _ f w j. [a0,wits\1 Q* ma R ♦ .r. 3 W_ b1111s YiGkNfTY MAP rw PRO JEG f Vl E 00000�i a k e � < ,� urrr s► � r AM ��t 4h CITY OF RENTON BID PROPOSAL AND SPECIelCAT'.7NS WATER PROJECT #315 Y WATER MA.`.N AnJUSTMENT s RELOCATION FOR N.E. SUNSET BLVD., U" PROJECT 8-1-102-(14) Y The installing of a 12" Ductile Iron Water .lain in N.E. Sunset Blvd. from N.E. 12th St. to 138th Ave. S.E. Jack E. Wilson, F.E. Director of Engineering r 'r n0� ENGINEERING DEPARTMENT WATERMAW ADJUSTMENT 5 RELOCATION FOR N. E. SUNSET BLVD. >r UAB PROJECT 8- 1-102 -04) FROM N.E 12 th ST to 138th Ave. S.E. (W-315) CITY ENGINEER'S OFFICE • RENTON.WAF3HINGTON MUNICIPAL BUILDING 700 MILL AVE.SO. RENTON,WASH.9SO55 735-2631 r � t C.O. Furnish G Instal As " .�p,� 01 Surface Restorati�wj 12alt - �. 8.00 i 0 ►372.thick in lieu of Item tll - _ 1.808.00 i • C.C. Change Order I Sub Total Z 1 (IG 7. SO $ 38,269.50 + St Sales Tax 1 1 O$l.l$1 1,913.48 Sub Total 6 j LL�7TO .a4 4L,182.98 Less 10% Ret+ge i j 3 826.95• Sub Total 36,356.03 I Contractor: Less Anomt P#eviously Paid ; $ 28.331.61 j i • Frank Coluccio Construction Co. Inc. 7778 Seward Park Ave. S. f ! Aaoalt this 8 'tioate IS 8,024.42 Seattle, HA 98118 I It- I 1 1 f 1 l \� r a ��� 1 :11 1 F.\1;1 \F:I?li � 1!I Flfl� IiF� fl1\. `•11�N1�/; 1'1!\ MUNICIPAL BUIIDINI"i, RE NTON WASHlNG'G\ +8 J'S 735- 2631 W-315 Watermain .Adjustment and Relocation Y.E. Sunset Blvd. PROGRESS E� !IMAI Conv,:n CAG 1981-72 Fstlmote No FINAL Dore 12-17-77 - :.neer-Lof _..1— I t g Ali -Y �— LAST ESTIMATE THIS ESTiMAI_� Item Description --- -- - --- - — -- t P Unit Unit Pnce _ Total _ Quant.l-t�Tot3; { E>R54 12,SS2.oo t c F ttl Install 1?" D.I. tdater Pipe L,F. 3.2$ tthS 29t936-+9- 7;18pInstall 8" D.I. Water Pipe L.F. 1 5.00 �� 7�BASA9 4 .DO 3. nstall 6" D.i, Water Pipe L,F. 6.00 I S� �'. ,liQ t ---- - ---_; fit• - l,gw.aa - +. Install 1"" Cate Valve FA 330.00 Assemblies fj a. + Install 8" and smaller Cate FA 25.00 114- v. + 409,99 Valve assemblies 19 475,pp 6. j Install Fire 'tydrant BA 100,00 f 3 �•899:A6 10 1,000.00 { i Assemblies 1 7. Furnish 6 Install Fire llydrnnt P_A i 25.00 Q 1 -------0 0 0 +' Guard Posts furnish E Install °" B'ob-off FA 160.00 7� AL 14 2,240.00 Asscr�blies 9. Furnish h Install Concrete I C.U. YDj 30.00 C/ Ate- + , Blocking / 1_ _ 16 480 00 + i i 1 12N Cb_. 10. IFurnish 5 Install `;Chet Back- ! TON 1.50 Lla 9T8':9� I ;19 326.50 fill Aatert.+l vv�� (1•-11. I Furnish h install Concrete CU. Y0. 25.00 { 0 0 0 to 0 T i Surfaco Restoration 12. Furnish 3 Install asphaltic so. YD 4.00 O 0 ------� 166 S6 664.00� ' surface Restoration T T • r 12 S32 ,ao 21 C°b7• 90 3 -7s 3 � � 40. co ag337 so A ¢ 00, 00 3SQ. 00 boo , 00 9� G . oa 21 0 , OD 3L8'. Sa I G72. 00 �ST� -srYt4 S" 4-, 5S 0 . 0 4- �7r" o a2wa.o r G p � r ' tzGot o1,4 2-2 �7J G . $X f3i►1 t oS 1N41A'��rT�A,� . i. z; 1' 1 304 , fsl 74(o. 74 - 26 g,4Z 0 . i 'a E f Y _ _ a f � ' ' _ .. . -�. � ., `, �::: � . - , , . . „ ._- , ti � _ � � � - _ _ •r '� . . � - � -� -- � _. . � � � � .. \ Y � � � 1 t _ --�, _ LL � � .{ �� ��-: i r �.. 4 � � _ � n 1 . t 4 1 DATE rye_cmber 12� ' 1972 TO: Gwen Marshall , Finance Director FROM: Bert H. McHenry, Acting Director of Engineering SUBJECT: Estimate No. 2 , Contract No. CAG 1991-72 Project: N. E. sunset Blvd- (UAB 8-1-102(14)) 2 (Final) Submitted herewith and recommended for payment is Estimate No.for work performed by coluccio Conatrsction Co. f 28,331.61 Mount previously paid Contractor $ 2,982.2- 8�_ Amount previously retained s 94�4.6_7 Amount retained this Estimate (to beUAB allocated 302/542/13/63519 )following accw )nts FT 10% 301/542/13/63,18 1 s 8,o24`42 Amount due Contractor this Estimate f_4D,142.98 GRAND TOTAL is $ s,o2"!42 which The amount due the Contractor this Estimate _— is to be paid from the following accounts: '+ 11.98 UAB 901 302/542/13/63 ( 11 � ao2.44 FT 10% 3011542/13163 ( 18) BHMc:mJ atehard C. :+' SUNSET BLVD. E. FROM NE 12 TH ST. TO 138TH SE W-31.5 t SPECIAL PROVISIONS (CONT.) SP-26 °IZE HEIGHT" LOAD RESTRICTIONS FOR MOTOR VEHICLES (Cont.) Any gross violation of these regulations shall be reported to the affected law enforcement agent. The contractor is to furnish to the City Engineer a listing of all haul vehicles used on this project, listing the veticle number, license number, tare weiqht and licensed load limits. SP-27 DELIVERY TICKETS All delivery tickets that are required for the purpose of calculating quantities for payment must be received by the Engineer at the time of delivery. No rAyment will be made on tickets turned in after date of delivery of material. Payment will not be made for delivery tickets which do not show type of material, gross weight, tare weight:, truck number, date, and inspector's initials. Scale certification shall be submitted as early in the project as possible. Each weighing station shall maintain a record of the trucks weighed, date and time, tare and groae weight and type of material. In isolated cases where scale weight is not, available, the inspector Shall me, ure the truck volume and certify as to its full load deliv- ery. SP-2.9 WASTE SITE The Contractor snall conform to Section 4.06 of Standard Specifications in reg.ird to waste sites. The Contractor shall have the responsibility of obtaining his own waste site. A.1 work included it this section shall be considered to be incidentar. to other items of work and no further compensation will be made. The route ttken to the waste site ahali be. maintained solely by the Contractor i,. a manner as describea below: The Contractor shall be prepared to use water trucks, power aweepers, and related equipment as Seemed necessary by the City Engineer to alleviate the problem of lost spoils along the route. Prompt restora- tion of the route is mandatory. SP-29 DJST AND MDD CONTROL The Contractor shall be resporsible for contro]'t.ng dust and mce within the protect limits a �d on any $tree* which is utilized by his equipment EP-Page 10 a}w► .�, SPECIAL PROVISIONS CONT.) SP-22 PUBLIC CONVENIENCE AND FAFETX (Coot. B. Local police and fire departments shall be notified, in writing, prior to construction. C. Access and egress to local residents shall be maintained at all times, with special attention given to business properties. All costc invclved in the above shall be considered incidental to other costs of work involved and no further compensation will be made. P-2, CONSTRUCTION SIGNS The Contractor shall furnish and install construction signs which conform to current City of Renton Sign No. T-38 "CAUTION, CONSTRICTION AHEAD," 24"x24" diamond, black lettering on yellow background. One (1) sign of the type mentioned above will be posted at each street entering o,ito the project site. All construction and detour signing shall conform to Part V "Traffic Controls for Highway Construction and Maintenance Operations" of the Manual of Uniform Traffic Control Devices. SP-24 REMOVING TRAFFIC AND STREET SIGNS The Contractor shall be responsible for maintaining all traffic and street signs. In the event it shall be necessary to remove a traffic or street sign, the Contractor shall notify the City Engineer, City Hall City of Renton, Washington, for all changes made. When the work has been completed, and prior to said area being open to traffic, the CC.,n- tractor shall notify the City Engineer, City Hall, City of Renton, Washington, and obtain his approval of signing. SP-25 CONSTRICTION EOUIPMENT Drivers of motor vehicles used in connercion with the construction or repair work shall c` y traffic rules posted for such location in the same manner and um - the same restric'.ions as provided for the drivers of private vehicles. SP-26 SIZE, WEIGHT, LOAD RESTRICTIONS POR MOTOR VEHICLES All motor vehicles of the Contractor, Subcontractors, and suppliers shall strictly adhere to Ch. 4C.44 of the Motor Vehicle laws of the. State of Washington (1967 Edition and amendments thereof) in regard to size, weight, and loads of motor vehicles. Payment will not be made for any material that is delivered in excess of the legal weight for whi-> 'he vehicle is licensed. SP-Page 9 ss SPECIAL PROVISIONS (CONT.)_ SP-20 OVERTIME FIELD ENGINEERING When the Contractor performs construction work over the accepted 8 hours per day or 40 hours per week, or on any City holiday, and the work re- quires inspection, then the Contractor shall reimburse the City at the rate of $12,00 per hour. The City °hall have the sole authority in determining the necessity of havinc, the overtime inspection, and shall notify the Contractor of intent and said costs will be deducted from monies due the Contractor on each monthly estimate. SP-21 HOURS OF WORK The working hours for this project will be limited to week days during the period from 8:00 A.M. to 4:00 P.M., unless otherwise approved by the City. SP-22 PUbLIC CONVENIENCE AND SAFETY The Contractor shall, at his own expense, provide flagmen, shall furnish all signs, barricades, guards, construction warnings, and night lights in order to protect the public at all times from injury as a result of his operations. If the Contractor should foil to maintain sufficient lights and barricades in the opinion of the Engineer., the City shall have the right to provide these lights and barricades and deduct such costs from payments due the Contractor. A plan for traffic control must be submitted for the Engineer's appro- val before the beginning of construction. The Contractor shall main- tain detour routes and other routes used by his equipn+nt hauling mater- ials to and from the area. Attention is directed to applicable portions of Section 7.15 of the Standard Specifications. In additicn the following special provisions shall apply: A. Traffic and pedestrian access will be maintained as directed by the Engineer. 1. One lan: each way to be available 7 days a week between the hours of 4:O1) P.M. and 8:00 A.M. 2. One way traffic (one lane) may be permitted between the hours of 8:00 A.M. to 4:00 P.M. Monday through Friday provided that a minimum of two £la;men be used. 3. Under no circumstances may the road be closed in both directions for any extended period. SoP-Page N SPECIAL PROVISIONS (CONY.) SP-16 WAGE SCHEDULE (Cont.) the Contractor and/or Subcontractor will be notified of the correct rates by the Industrial. Statistician and approval will be withheld until a correct statement is received. Each voucher claim submitted by a Contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the prefiled Statement or statements of Intent on file with the Department of labor and Industries as approver by the Industrial Statistician. Affidavits of Wages paid (SF 9843) are to be filed with the State Treasurer, or the Treasurer of the county or municipal corporation or other officer or person charged with the custody and disbursement of the State or corporate fends as the case may be and two (2) copies of each affidavit are to be filed with the Director of the Department of U,bor and Industries, Attention- Industrial Relations Division, 1601 Second Avenue, Seattle. Whenever practicable, affidavits pertain- ing to a particular contract should be submitted as a package. SP-17 SUBCONTRACTORS A list of subcontractors and suppliers that will be involved with this project shall be given to the Engineer for his revi ew and approval immcdiately after the contract h4s been awarded. This list must be received by the Engineer before the contracts may be signed. SP-Pi CHANGE ORDERS All additional work that requires compensation to the contractor for items that prices are not included in the contract rhall require a written change order before work may be done. The Contractor shall be responsible for acquiring the necessary change orders that are required by any of his sut�ontractors. SP-19 SURVEYS Section 5.06 of the Standard Specifications shall be amended by the ,addition of the following: The surveying on this project will be done by State Highway Department personnel and the Contractor shall notify the State Highway Department Inspector a minimum of forty-eight (48) hours in advance of the need of surveys. The information to be supplied is the street center line location and grade, the cut or fill ul to sub- grade at the point of the water line location, and the location of all proposed culverts. S P-Page7 o nvCIA1 PTL Ot1S ICONT,I SP-1 DISPUTES AND LITIGATION (Cont.) designate An agent, upon whom process may be served, before commencing work under this contract. SP-1u WAGE 9,HEDUIE The prevailing rate of wages to be paid to all workmen, laborers or mechanics employed in ills performance of any part cf this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all Contractors familiarize themselves with the current wage rates before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by *he parties in interest, including labor and management represents- tiver, the matter shall be referred for arbitration to the Director of the Department of Libor and Industries of the State, and his deci- sions therein shall be final and conclusive and binding on all parties involved in the dispute as provided for by R.C.W. 39.12.060 as amended. The Contractor, on or before the date of commencement of work, shall file a statement under oath with the owner and with the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of laborers, workmen, or mechanics employed upon the work by the Contractor or subcontractor which shall be not less than the prevailing rate of wage. Such statement and any supple- mental statements which may be necessary shall be filed in accordance with the practices ane procedures by the Department of Labor and Industries. Prior to commencing work, each Contractor and each and every subcon- tractor shall file a sworn Statement of Iutent (SF 9882) with the owner and with the Department of Labor and Industries As to the pre- vailing wage rate, inc'uding fringe benefits, for each job classifica- tion to be utilized. The wage rates thus filed will be checked against the prevailing wage rates as determined by the Industrial Statistician of the Department of labor and Industries. If the wage rates are correct, the Industrial Statistician will issu^ an acknowledgment of approval to the Contractor and/or Subcontractor with a copy to the awarding agency (owner). If any incorrect wage rates are included, SP-Page 6 SPECIAI, PROVISIONS (CONT. SP-14 CGNSTRUOPION_CONPE t�ENC Prior to the start of construction the Engineer will call for a pre-construction conference. The Contractor and his subcontractors shall attend the pre-construction conference, the time, place and date _ to be determined after awardance of the contract. Subsequently a representative of the contractor will attend a weekly conference with the owner's representative to review progress and discuss any problems that may be incurred. SP-1.5 DISPUTES AND 1STIGATIOti Any questions arising between the Inspectc and the Contractor or his Superintendent or Foreman as to the meaning and intent of any part of the plans and specifications shall be immediately brought to the atten- tion of the Engineer and will be adjusted by him. Failure on t:ie part of the City Engineer or his representative to dis- cover and condemn or reject bad or inferior work shall not be construed as an acceptance of arty such work or the part of , iml.rovement in , which the same may have occurred. To prevent disputes and litigation, it is further agreed by the parties hereto that th,-. City Engineer shall determine the quantity and quality of the several kinds of work embracers in these improvemen j. he shall decide all questions relative to the examttion of the work and the interpretation of the Plans and Specifications. In the event the Contractor is of the opinion he will be damaged by such interpretation, he shall, within three (3) days, notify the City Engineer and the City Clerk in writing of the anticipated nature and amount of the damage or damages. In the event an agreement cannot then be reached within three (3) days the City and the Contractor will each appoint an arbitrator and the two shall select a third. The decision of the majority of the arbitration board shall be binding upon both parties and shall be delivered before any work is performed upon the feature in question. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing ruch procedure. The costs of such arbitration stall be born • equally by the City and the Contractor unless it is the 1,,,,J ,rity opinion that On Contractor's filing of the protest is capricious and without reasnnabie foundation. In the latter case, all costs shall be brine by the Contractor. The venue of any suit shall be in King County, Washington, and if the Contractor is a nor.-resident of the State of Washington, he shall jP-Page 5 Ask SPECIAL PROVISIONS (CWr.j SD-Ll FAIIdi RE TO MEET SPEC IfTCATZfXIS(Cont.) if the City Engineer deems such acceptance to be in the best interest of the City, provided, the City may negotiate payment of a lower unit price for said workmanship. SF-12 PROTECTION OF PUBLIC ANU PRiVATF. UTILITIES The Contractor shall confirm to section 5.09 of Standard Specifications in regard to pr)tection of public and private utilities. Locatd on and dimensions shown on the plans for existing underground facilities are in accordance with the best available information without uncovering and measuring. The Owner does not guarantee the size and location of existing facilities. It shall be the Contractor's responsibility to contact the GAS COMPANY, TEIEPHONE COMPANY, POWER COMPANY, ana the RENI"ON WATER DF.PAPTMENf, and ' RENTON ENGINEERING DEPARTMENT, for exact locations of their respective utilities. SP-13 SCHEDULING OF WORK Section 8.01 of the Standard Specifications shall be deleted and the following inserted- Promptly after t.,e award of the contract, the Contractor shall submit for approval to the Engineer a progress schedule. From this informa- tion a progress schedule diagram will be computed, plotted and a copy returned to the Contractor. Payment to the Contractor on any estimate may be withheld until such a schedule her been submitted and approved. Should it become evident at any time during construction that opera- tions will or may fall behind the schedule of this first program, the Contractor shall, apon request, promptly submit revised schedules in the same form as specified herein; BL: ting nut operations, methods, and equipmert added labor forces or working shifts, night work, etc., by which time lost will be made up, and confer with the Engineer until an approved modification of the original schedule has been eseured. Further, if at any time any portion of the accepted schedule is found to c<nfl.ict with the: contract provisions, it shall, upon request, be revised by the Contractor and the work shall be performed in compliance with the contract provisions. ,layments of any further estimates to the Contractor after such request :s made and until an approved modified schedule has bean provided by the Contractor may be withheld. Execution of the work according to the accepted schedule of ceistructfon, or approved modifications thereof, is hereby made an obligation of the contract. SP-Page 4 SPECIAL PP40MIONS (CONT.) SP-07 NON-COLLUSION AFFIDAVIT (Cont.) to satisfy the City that the bid offered is genuine, is not sham or collusive, and in no respect or degree is made in the interest or on behalf of any person, firm, or corporation not named in the proposal containing such a bid. SP_08 N2UDISCH7mTNATION IN EMPLOYMENT Contracts for work under this proposal will oLlig..- the Contractors and subcontractors not to discriminate in employment practices. SP-09 STANDARD SPECIFICATIONS The Special Provisions hereinafter contained shall supersede any pro- visions of the Standard Specifications in conflict therewith. The Standard Spec.fications for Municipal Public Works Ccnstruction prepared by the Washington State Chapter of the American Public Works Association, 196) Edition, shall be hereinafter referred to as the "Standard Specifications" and Said specifications together with the laws of the SG.te of Washington and the Ordinance& and Charter cf the C'ty of Rento,„ so far as applicable, are hereby included in these Specifications as though qupteG in their entir-ty and shall apply except as amended or superseded by these Special Provisions. A copy of these Standard Specifications is on file in the office of the City Engineer, City Hall, Renton, Washington, where they may be examined and consulted by any intere, ted party. Wherever reference is Trade in the Standard Specifications to the Owner, n such reference shall be construed to mean the City of Renton, and where - reference is made t,, the Engineer, such reference shall be construed to mean the City 'ngineer, City of Renton, or his duly authorized assis A . - tant or assistants. iP-10 FIELD CHANGES Any alterations or variances from the plans, except minor adjustments in the field to meet exiting conditions shall be requested in writing and may not be instituted until approved by the city Engineer or his representatives acting specifically upon his instructions. In the event of disagreement of the necessity of Such changes, the Engineer's derisicn shall be final. SP-11 FAIU);(F. TO MEET SPECIFICATIONS In the event that any workmanship does not meet the requirements or specifications, the City may have the option to accept such workmanship eP-Page 3 i /rA SPECIAL PROVISIONS (CONT.) SP-05 TIME OF COMPIETION The Contractor is expected to diligently prosecute the work to comple- tion in all parts and requirements. The project shall be completed within forty-five 145) calendar days excluding day of starting. Provided, however, that the City Ci,,.: il shall have the right upon request of the Engineering Department, City of Renton, Washington, to extend the time of completion of said work. No extension shall be valid unless -:.he same be in writing and accompanied by the written con- sent to such extension by the surety on the bond of the Contractor. Time lost in replacing improper work shall not furnish any grounds to the Contractor for claiming an extension of time for the completion of the work, and shall not release the Contractor from damages or liabilities for failure to complete the work within the time required. SP-06 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shell obtain and keep .n force during the term of the contract, public liability and property damage insurance in companies and in form to be approved by the City. Said insurance shall provide - coverage tc the Contractor, any subcontractor performing work provided by this contract, and the City. The City shall be mmmed as an addi- tional insured on said policy insofar as the work and obligations performed under the contrac' ire concerned. The coverage as provided shall protect against claims for personal injuries, including acciden- tal death, as well as claims for property damages which may arise from any act or emission of thu Contractor, or the subcontractor, or by anyone directly or indirectly employed by either of them. The minimum policy limits of such insurance shall be as follows: Bodily injury liability coverage with limits of not less than $100,000 for bodily injury, including accidental death, to any one person, and subject to that limit for each person, in an amount nct less than $300,000 for each accident; and property damage coverage in an amount of not lose than $50,000 for each accident. A copy of the insurance policy, together with a copy of the endorsement naming the City as an additional insured, shall be provided to the City within a reaso:.able time after receiving not"ce of award of contract. PROOF OFgWIAGE OF INSURANCE The Contractor shall furnish the City with satisfactory prof of carriage of the insurance required. SP-07 NON-COLWSICd*i AFFIDAVIT The Contractor shall be required to execute a Non-Collusion Affidavit SP-F,age 2 PAS. SPECIAL PROVISIONS: JjENERAL PROVISIONS SP-01 DESCRIPTION OF WORK The work to be performed under this conrract consists of furnishing certain materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equiln,en L, utilities or se:vire, if any, specified herein to be furnished by tte City or Others), and performing all work as required by the contract in accor- dance with plans and specifications and Standard Specifications, all of which are made a part hereof. - This improvement is subject to the installation of a 12" Ductile Iron water main and related facilities, in conjunction with the reconstruc- tion and widening of Sunset Blvd. N.t. (SR 900) by the State Highway Department. The contractor should work in conjunction with the State Highway Department. SP-02 DATE OF BID OPENING Sealed bids will be received by the City of Renton, Washington, by filing with the City Clerk, City Hall, Renton, Washington, u,i`.il - 2:00 o'clock P.M. Pacific Daylight Time, May 3, 1972, and will be opened and publicly read aloud in the fourth floor conference room. SP-03 MATERIALS SUPPLIED The City of Renton shall supply all water pipe, fittings, fire hydrants, gate valves, and cast iron valve boxes wit.. :^C- required accessories. The contractor shall supply all other material such the pre-cast concrete vaults, concrete blocking, shackle rods, fire hydrant guard posts, valve markers, and all other materials necessary to make a complete installation. The water pipe shall be strung at the trench site and all other materials will be stockpiled at the Highlands Reservoir site (N.E. 12th St. at Newport Ave. N.). It shall be the contractor's responsi- bility to pick up the stockpiled materials and transport thmn to the job site. SP-04 CONSTRUCTION BY PORTIONS It may be necessary to install this main in portions dre to the State Highway Right-of-Way acquisitions and the highway construction schedule. The starting location for this project will be at the intersection of Sunset Blvd. N.E. and Union Ave. N.B., first progressing to the Past and subsequently to the West. SP-Page 1 TABLE OF CONTENTS (CONT.) SP"CIAL PROVISIONS Section Description _Pane SP-23 Construction Signs SP-9 SP-24 Removing Traffic and Street Signs SP-9 SP-25 onstruction Equipment SP-9 «< SP-26 Size, Weight, Load Restrictions for Motor Vehicles SP-9 ' SP-27 Delivery Tickets SP-10 SP-28 Waste Site SP-10 SP-29 Dust ant. Mud Control SP-10 SP-30 Payment to the Contractors SP-11 SP-31 Liquidated Damages SP-11 SP-32 Awarding of Contract SP-11 t 5 i TABLE OF CONTENTS SPECIAL PROVISIONS SECTION DESCRIPTION PAGE , SP-01 Description of Work SP-1 SP-02 Date of Bid Opening SP-1 SP-03 Materials Supplied SP-1 SP-04 Construction by Portions SP-1 SP-05 Time of Completion SP-2 SP-06 Public Liability and Property Damage Insurance SP-2 SP-07 Non-Collusion Affidavit SP-2 SP-08 Nondiscrimination in Employment SP-3 SP-09 Standard Specifications S -� SP-10 Field Changes SP-3 SP-11 Failure to Meet Specifications SP-3 SP-12 Protection of Public and Private Utilities SP-4 SP-13 Scheduling of Work SP-4 dP-14 Construction Conference SP-5 SP-15 Disputes and Litigation SP-5 S1-16 Wage Schedule SP-6 SI-17 Subcontractors SP-7 SP-18 Change orders SP-7 SP-19 Surveys SP-7 SP-20 Overtime Field Engineering SP-8 SP-21 Hours of Work SP-8 SP-22 Public Convenience and Safety SP-8 1n9trUCtionS to Bidders (Cont.) 9. The bidder shall, on request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in cash warrants. �.i r1 n SPF_CT�A�T7i::H2+ICJAl��4CVTJLCRI' ii:;ti21 MEASUREMENT AND PAYHENT-(CGNT.) ... -ate Valves 12" gate valve assemblies shall be measured and pale C. r it -I,. applicable unit price per each, in place, oomplete, Phich .lu< cor- i'-r� �✓ '.: stitute full compensation for the concrete vaults and al:. of.Ac necessary accessories for a complete lnetallati.oi. Note; City Lo supply only the :2" gat: valve and nataA.aj. £Cc _ •.,� pass valve assembly. :he A" and smaller gate valve assemblies shall be measured and pc1:i at the applicable unit price per each, in place, complete, which ar'uJ.I. constitute full compensation for the valve, valve box with extenr,_c: if necessary, concrete valve marker, an, for all other necesea:;, accessories for a complete installation. Note: City to supply only the valve and valve box. d. Fire Hydrant Fire hydrants assemblies shall be measured and paid for at t. cable unit price per ^ach, in place, complete, whirl± shall constlt+•'[e full compensation for Las, valve, valve box, spool, fire hydzant, shackling, installation of blocking, bracing drains, fitt?suls, sire. ,.I ry ;at ^ other necessary accessories for a complete Installation. Note: City to supply only t' tee, valve, valve box, apr.'t1. &-o fi'rrx hydrant. + �`ws e. Fire Hydrant Guard Posts �r L tr Fire hydrant guard poste shall ee measured and pa:iu ° a tt:.: t j.'. cable unit price per each, in place complete, which wsal+ f,;ll compensation for a caaplate installation. + �xw t. Fittings '" '"•" Y t•itting inrtallations shall be incilental x., tt,e c,urr.cr ;r.. Q. 2" Blow-Off ASS mbl7 Th.: iurnisLIng and instal latior, of bloar•-off esuesab_.'. for at the applicable unit prico per each, in olace shall constitute full coapeneati.o: for plug u_ cap :nipped iron pipe, 2" gate valve, valve boz, ^" gulp. 000 lead t^i�h hnle, 2" x 2y" adaptar (.TPiX none) w. '. * c� p one c'ta.ia, and .,c... and all other necessary aac:ear:-::cic,n fw a i:c"np1,.r,' t.nstn7.iT'•' SPECIAL TECHNICAL PROVIoIONS crorrr_Z TS--Q7 TESTIVG COOT.) c. Leakage Tuts (co:,t.) satisfactorily completed on the new pipeline or concurrently with the pressure teat. The hydrostatic pressure for the leakage test shall ),a equal to 100 psi. TS-08 DISINFECTION Disinfection of the new water system shall be required prior to com- pletion of the project and shall be in accordance with AWWA speciflea- tion C501-54 and Section 74 of the A.P.W.A. standard Specificationa and shall meet the acceptance of the State of Washington Department of Health. The initial concentration of chlorine in the line shall ire 50 parts per willion and this solution shall be held for a period of 24 hours. Disinfection of the entire water system. installed or dishurbed under this contract, inrluding pipe, pipe fittings, valves and appurten- ances, is required to conform with the specification stated herein. TS-09 CLEAMIP During the tL_c t:iat the work is in progress, the contractor shall make every effort to maintain the site in a neat and orderly condition. All refuse, broken pipe, excess excavated material, broken pavement, etc.., shall be removed as soon as practicable. Should the work net be main- tained in a satisfactory condition, the engineer may cause the work to stop until the "clean-up" portion of the work has been done to the satisfaction of the owner and/or engineer. TS-10 MEASL'RFmtTr AND PAYMENT a. General Unit or lump suns bid prices for all itwns shall include all costs for labor, equipment, material (if include�u, testing, relocation and modifications to existing utilities, and all incidentals necessary to make the installation complete and operable. 1). Water Pipe The price per lineal foot for installing of the water pipe, size and quantity listed in the bid schedule, shall constitute full compensation for the water line i,, place, complete, including: clearing, grubbing, stripping, all pavement removal, excavation, trenching, backfilliru, foundation preparation, compaction, pipe laying, jointing, fitting installations, sheeting, shoring, dewatering and temporary restoration, excluding cement concrete and asphaltic concrete resurfacing or ;:atching. TS-Page 10 Oak . MPRCTAL TECtQ:I�AL PP.OVISLgL (C •:T.: TS-06 RESTCM TIC44 GF $UAFACES (CGMTrj, 'f. Crushed Rock Surfacing (cont.)_ u.8. Standard Sieve Size %bV Wt. Passim 1-§" square opening 200% 1" square opening 70-95% Y' square opening 35-701 $200 lot max. water shall be added during rolling opuratruns as necessary to secu_.d IN required compaction. The crushed rock may be spread in one layer and small be adequately bladed and mixed to obtain even distribution of the rock. Alternate blading an3 rolling shall continue until the required finish se ze and density is ontained. The crushed rock shall be compacted t at least 100 percent maxim= dry density at optimum moisture conton... Water shall be added as necessary during blading and rolling opera- tions to obtain the required compaction. g. Temporary MC Cold Mix Psnc.alt MC Cold premixed asphaltic concrete ahali be required in some areas for temporary patching on this project, where damned necessary by the Enci- near. 4v 4Y T_07 TESTTN7G a. gmttral If;drostatic; pressure and leakage tests ,,n a new pi.mline shall be. i �"' "r�ryp w'at-y� �„�,• made in accordance with applican_e provis ^ of AWWA C600--54T or ,,r 1( k^•1, r 1v y' C603-64T and Section 74 of the A.r.W.A. S and Srec.f-ications, except as modified herein. W .r 4M gMr All equipment necessary to make, the teats shall be furnished by the .:ortractor and the contractor shall conduct all roars under the super- vision of the engineer. ' b. Pressure Test Prior to acceptance of the system, the installation shall be subjected b } to a hydrostatic pressure test of 25u psi, and any leaks or imperfec- tions developing under said pressure shall be remedied by hie contractor before final acceptance of the system. The contractor shall provide all necessary equipment and shall perform all work connected with the tests and conduct said tests in the presence of a Utilities Department Inspector. Insofar as practical., tests shall be made with pipe joints, fittings and valves exposed for inspection. C. Leakage Tests Leakage tests may he required after the pressure test has been TS-Page 9 Awk SPECIAL TECt¢YICA L pR0VXkjC 25�GM+F•1 TS-06 LtE_�Towjr ON OF BO,RpAC3�^B�t(A7T;� d. Asphaltic Concrete Surfacing (Cont,) Base course material shall meet the requirements get crushed rock surfacing. forth herein for Asphaltic concrete shall be hot plant-mix, conforming to Section 34, aA.P.W.A. penetration Pen Penetration Standard Specifications, Class B. Asplmlt cement shall have i of 85 - 100 and shall meet the requirements set forth n applicable tiona. provisions of :Section 27, A.P.W.A. Standard Spec.ifica- e. Portland Cement Concrete Surfacing The finished patch shall match the existing thickness of the conorets surface over 4 inches of crushed rock base coarse. Before ojacement of the Portland cement concrete patch, the base course material shall be shaped to the sane Section and slope as the finished grade and compacted tg 100 percent maximum dry density a: optimum moisture content as detexmi.ied by Standaro Proctor compaction ! test, ASTM Designation D698, Method D. After the subgrade for the - " - `- to line and grade, the cement pavement has been nt patc., and ^be placed, compacted and struck Off tothe grade pavement patch shall be. placed, accordance with grade o£ the adjacent paysmant in thepertinent revisions of Section. 37, Standard Speci- fications. Baas course material shall meet the requir,nmente met forth herein for :w4 �crushed rock surfacing. Portland cement concrete shall be class s 114) • High- cement may be required at the option, of the engineer. ngth . M + f. Crushed Pack Surfacing Existing shoulders, and existing gravel surfaes shall be resurfac:,d with crushed rock so that a minimise finished thickness of 4 inches is obtained. The finished surface shall match the slope,Of the existing surface. crown and grade Materials and placing shall be in accordance with the applicable pro- visions Of Section 23, A.P.W.A. Standard Specification& except as modified herein. Ballast and maintenance rock will not be. required. Crushed rock aurfacinp shall in all respects yet the requirements set forth in Section 23-2.01, A.p.W.A. Standard Specifications, except the crushed material shall beat the following gradation: TS-Page e SF ECIAL 2.E'WTCA;, �t TS-06 FXST`CRATICN CF SURFACES a. i eneSal Due to the fact this work is being perforated Jr. cor,juncticn with the State widening croj+-ct, the e;;tent and type of restoration will be decided by the State Highway Engineer or his delegated representati,,e. Basic Requir,mt.nts for surface tea.oration are as ,llas: Roads, streets, driveways, ;shoulders and all othe- surfaced areas, reiov•d, broken, caved, settled or ettierwise damaged due to installa- tion GI the improvements covered by tnis ontract shall be repaired and tea lrfaced to match the existing pavwment o. Landscaped area as set fort„ in these specifications and as qualified above. The ends and edges of the patched and resurfaced areas shall meet and match the existing surface and grade, and shall terminate in neat, even lines parallel to, and at richt anq.les to the roadway. No piece- meal patching or repair will be allowed. Damaged, disturbed or other- wise a"fected areas as 1efined shall have edges of existing pavement trimmed back to provide clean, solid vertical faces, free from 1..ose material. 1,11 ta.,porary surface restoration where no bid item is provided sha21 oe incidental. to the contract. b. Areas to be Resurfaced (11 Existing asphaltic concrete surfaces shall be patched with asphaltic concrete over a crashed rock base course. (2) Existing Fortl.and Cement concrete surfaces shall be patched with Portland Cement concrete to match existing. c. Private Driveways •^a Y Private driveways, walks, end other surfaced areas shall be repaired, ; patched and resurfaced as required for cSe type of surfacing encoun- tered. ° d. Asphaltic Concrete Surfa--inq The finished patch shall provide a {..^-imam thickness of 2 inches or �••"-�• ~ asphaltic concrete over A inches o- rushed rock t.se course. Before placement of the asphaltic concrete patch, the base course material shall be shaped to the same section and slope as the finished tirade and compacted to 100 percent maximum dry eenaity at optimum moisture concert as determined by f,tandard Proctor compaction test., ASTM Designation D698, Method ➢. The asphaltic, concrete patch shall be placed over the base course so as to obtain a minimum thickness after compaction of 2 inches, and shall match existing 0urfacina. The asphaltic concrete shall Ix, rolled and cross-rolle.9 to obtain thorough compaction. TS-Page 7 S pECLAI, T1w;HN 1CAL PROVISIONS (CONS'.) TS-05 PIPE INST4LLATION f. Valves and Valve Chssibez's coat. All valves shall have ccacrete valve markers with distances clearly marked as required by the Engineer. Note: Only Gate valve and 2" P_ypass Assembly materials to be supplied by the city. g. Fire Hydrant Assr� bjl'es Fire Hydrart Assembly installation shall be in a,;ccrdanr_e with Section 77 of the A.P.W.P_. Standard Specificatione. The Fir Hydrant Assembly shall include: 12" x 6" C.T. Tee (MJ x FL) , 6" Gate valve (FL x MJ), W' C.t_• Pipe Spool (PE x PE), 5" MVO Fire Hydrant (MJ Co=ect_ion), P" x 24" C.I. Gate Valve Box, and 3/4" Shackle Rod with accessories, and hydrant extension where called for tly Engi- neer. Fire hydrant guard post shall be installer where deemed necessary by the City Ergineer, and/or shown on the constructior 01a:15. 'fhe City of Renton Standard Detail fcr hydrant assembly and +, Irar-t guar:+ posts is bowed in these specifications. Note: Only the Tee, Gate valv., Pipe, Fire Hydra::t, Gate Valve box, and Hydrant ^xtension will be supplied by the City. It. 2" Plow-Off Ass:nnoii�s . . Weter main blew off ass: bliss shall he constructed as shown on City of Renton "Standard retail for 2" Blow off Asscmhi�" as bound in these specifications. Galvanized steel pipe and fittings shall conform to the requirements ir, Section 72 of the APWA Specifications. Note: Contractor shall supply all matezial for the Now Off Assemblies. i. Concrete Flockira General concrete thrust blocking shall be in accordance with Provision 02.14 of Section 74, A.P.W.A. Standard Specifications. The City of Renton Standard Detail for general blocking is bound in these speci£i- catioes• TS-page 6 •M EPUCIAL TFCHMCAL PROVISIONS (CONY.) TS-05 PIPE INSTALIATI,JN (CONT.) d. Sgecial dnchasaae (coat.) piping shall be adequately braced and blocked to prevent movement iraa thrust by use of concrete thrust blocks, tie rrAs and joint harnesses. Concrete thrust blocks must be poured against undisturbed grand. Thrust blocks shall be provided at all changes in direction of piping. In addition, all joints at bends or changed in direction, to r. point at least three joints beyond he tangent point on either side of the band, shall be provided with a positive locking device to prevent selaration of the joint under full test pressure. The locking may be accomplished by use of tie rods and joint harness, subject to ttie prior approval of the engineer. After the pipe has been joined, aligned and permanently bedded, the jointb shall be drawn up to assure permanent water-tightness but not so tight as to Prevent flexibility to allow for some movement caused by vibrations, expansion and contraction. e. Connections to Existing Pipe and Structures Connections to existing piping are i- dated on the drawings. The con- tractor must verify all existing pi, dimensions and elevations to assure proper fit. 'a w The contractor must also provide any adapters, nipples or other specials required to make a satisfactory connection. The City of Renton Utili- ties Department shall make connection to existing mains. The contractor stall he responsible for the protection of all existing piping and appurtenances during construction, and shall take care not to damage then or their protect'..e coatings or impair the operation of the existing system in any way. f. Valves and Valve Chambers Valve installation shall be in accordance with Section 75 o: the A.P.W.A. Standard Specifications except as modified herein. 6" and B" Gate Valves shall include an 9" x 24" cast iron gate valve box and extensions if required by the City Engineer. The 12" gate: .,alve assembly shall include: 12" Gate Valve (Mi x M.J), 2" Bypass Valve Assembly, and a precast concrete vault. The City of Renton >tandard Detail for "Precast 12" Gate Valve Chanter" and 2" bypass assembly are bound in these specifications. Valve chambers shall be in accordance with Section 76 of the A.P.W.A. Standard Specifications except as modified by details bound in these specifications. TS-Page .A , _EC'IAL TECHNICAL PROVISIONS (CONT.� TS-04 TREIICH EXCAVA`."ION, BEDDING AND hACKFILL (CONT.) e. Select Trench Backfill (oont. The Drice per ton shall be full compensation of selectipg the source, _ furnishing and placinq the material as outlined in Section 26-2.01 of the Standard Specifications. TS-Oi PIS INSTALIATIUN a. General lips installation shall be in accordance with Section 74 of the A.P.W.A. Standard Specifications, except as modified herein. All buried pipe shall be laid upon prepared foundation or bedding material so that the bottom quadrant is uniformly supported throughout its entire length, as specified in Section TRENCH EXCAVATION, BEDDING AND BACXFILL. .,. The average depth of cover for the water :Hain shall be V 6" , end the trench width shall be no greater tha,. 36" except at valve chamber locations. I. laying-and Joint, in< Ductile iron pipe aid accessories sha: m. handled in suoh a manner as to assure delivery tc the trench in souun undamaged condition. Particu- lar ,;are shall be taken not to injure the pane lining and coating. Cutting of pipe shall Le done in a neat, workmanlike maru:ar with an approved type mechanical cutter wi�t,out damage to the pipe. Jointing shall be acco.-iplished in accordance with manufacturer's recoi.- mendations. c. Rends and Curves Deflection from straight line and grade, as required oy vertical curves, horizortal curves and offsets shall not exceed the maximum deflection per joint as recommended by the pipe manufacturer. If the alignment requires deflection in excess of the maximum recommended, special bends or a sufficient number of shorter lengths of pipe shall be user', tc Pro- vide angular deflections within the limits set forth. d. necial Anchorage. All free ends, benas, tees, laterals and any change in direction of TS-Page 4 SPECIAL n_CHNICAL PRWrl$1ONS (CONT.) TS-04 TRENCH EXCAVATION BED-JING ANt_B�CKFSLL (CR12'.1 d. Trench Backfill and C_mpaction (1) General: Excavated materials that are free from mud, muck, organic matter, broken bitumi.n,.us surfacing, stones larger than 8 inches in dimension, and other debris, shall be used for backfill except where otherwise required. (2) Initial Backfill extending to a plan¢ at least. 12 inches along the cram of the pipe shall be hand-placed, selected excavated material fret from stones, hard lumps or other material harmful to th. pipe. Initial backfill shall be placed wound the pipe in layers not exceeding eight inches in depth, and each layer shall be thoroughly compacted by mechanical tampers to at least 95 percent of maximum dry density at optimum moisture content as determined by Standard Proctor Coo:paction Test, ASTM Designation D698-5fff, Method D. (1) SuDseguent Backfill: All subsequent backfill under street and ^houlder areas shall be placed in lifts not exceeding 8 inches in loose depth, and each lift compacted to at least 95 percent of maximum dry _ density at optimum moisture content as determiner' by ASTM Designation D6a8-59T, Method D. In-place density detcrminati.on shall be made in accordance with ASTM Designation D1556-58T, except as otherwise approved by the c.ngi neer. ;4) Payment: No separate or extra payment of any kind will he made for ccmpxtion, wetting, ervine, water. or processing of materials, but i shah'_ be included in the applicable unit price paid for the waterline in place, complete. „y e e. Eelect Trench Backf ll -- - Sele..t trench backfill for the pipe :,;,all consist of crushed or naturally occurs ing granular material fram sources selected by the Contractor. The aource and quality of the material shall be subject to approval by the Engineer. Select trench backfill shall meet requirements for bank run gravel class "B" as outlined in Section 25-2.01. of the Standard Specifi- cations. The horizontal limits for measuring select trench backfill in place shall be tie aide of the excavation except no 1,aymcnt will be made for material replaced outside of vertical planes, 7..5 feet outside of and parallel to the barrel of the pipe and not the bell. or collar. Any excavation in excess of the above requiranents shall be replaced with the native material or select trench )>ackfill, as directed by the Engineer and at the Contractor's expense. TS-Page 3 i' y.aW. GPECIAL TECHNICAI- PROVISIONS (CONE) TS-04 TRENCH_EXCAVATION, BEDDING ARP BACKFILL a. Greve rap Tench excazation, backfill, foundation preparation and bedding for waterline and appurtenances shall be in accordance with the applicable provisions of Section 73, A.F.W.A. Standard Specifications, except as modified herein. b. Excavation The contractor shall inform and satisfy himself as to the character, quantity an.: distribution of all material to ire excava�od. No payment shall be made for any excavated material which issued for Furposes other than those oesignated. Snould the contractor excavate below the designated lir.ea and grades without prior approval, he shall replace such excavation with approved materials, in an approved manner and condition, at his own expense. - The engineer shall nave complete control over the a,,cavating, moving, placing, and disposition of all material, and shali determine the suitability of material to be used as backrill. All unsuitable mater- ial shall be wasted as specified. £xcavation of every description, classification and of whatever sub- stances :ncountered within the limits of the project shall be performed to the lines and grades necessary for pipe, bedding and str,4c!.ure,- and as indicated on the drawings. femporary drains and drainage ditches shall be installed to intercept or 3.ire. t surface water which may affect the promotion or condition of the work. All excavated materials not .eetinq the requirements for backfill and all excess materials shall be wasted as specified. No separate nor extra payment of any kind will be made for storing, handling, hailing or man.pulation of excavatel materials. c. Foundation Pre ration and EeddiM.1 Foundation preparation shall be in a.ccozdance with the applicable provi- sions of Section '3, A.F.W.A. Standard S?ecifications, except that the bottom of the trench must be shaped to uniformly support the hottcm quadrant of the pipe throughovt its entire length. In case unstable or unsuitable exi.stinq material is encountered at the trench bottom, the engineer may direct the ase of borrow 1)add4.ag material ir. accordance with Section 73-2.05 of the A.P.W.A. Standard Specifications. Wet trench conditions will net necessarily be consiJ, as an indication of unstable tonditioos. Bedding material shall be m. required for Bank Run Gravel Borrow. TS-Pape 2 aY4 r ';PECIAL TECi N rAL PROVISIONS TS-01 GENE& _'TATEMENT This .section, Special Technical Provisions, in devoted to features of os the-site conuitions which are peculiar to the facilities to Le corn structed for W-31a. Articles, end some materials, operations, or methods mentioned herein or indicated on the drawing< as being required for the project shall be proviried by the contractor, (except material which is to he supplied by the City of Benton - see Special Provision SP-03) and he shall provide each item mentioned or indicated and perform according to the conditions stated in each operatic:, prescribed, and provide therefore all necessary labor, equipment and incidentals necessary to make a complete sod opera- ble installation. No attempt has been made in tt,ese specifications or plans to segregate _ work covered <y any 'trade or subcontract under one specification. Such segregation and establishment of subcontract limits will be solely a matter of specific agreement between each contractor and his suhcon- tractors, and shall not be baseC, ul> n any inclusion, segregation or arrar,gement in, or of., these specifications. The contractor and Lab- contractor in each case is warned that work included in any .sabcontract may be divided oet-ween several general specifications, and that each general specifi:rtion or sub-head of the technical specifications may include work covered by two or more subcontrtcta or work ii. excess of any one subcontract. TS-02 STANDARD SpdCIFICATIONS All work under this contract shall in general be performed in accordance with the applicable provisions of. "Standard Speriftcatione for Municipal Public Works Construction" prepa_ed by the Washington State Chapter, American Public works Association, and in accordance with the require- ments of the City of Renton, except as otherwise amended, modified, or specified ii, these Special Technical Provisions. Items of work not spe^ifically covered in these Special. Technical Previsions shall be _ . purforuied in accordance with the requirements specified in the A.P.W.A. Standard Specifications, and in accordance with the City of Renton requirements. TS-03 EX?STING UTILITIES If, in the prosecution of the work it becomes necessary to interrupt existing surface drainage, sewers, urderdrains, conduit, utilities, or similar underground structures, or parts thereof, the contractor shall be responsible for, and shall take all necessary precautions, to pro- tect and provide temporary services for same. The contractor shall at his own expense repair all damage to such facilities or structures hue to his construction operations, to the satisfaction of th. engineer. TE-Page 1 .» TABLE OF CONTENTS SPECIAL TECHNICAL PROVISIONS Sectior_ Description taae TS-01 General Statement +, ... TS-J2 Standard Specifications 1 T3-03 Existing Utilities 1 TS-04 Trench Excavation, bedding and _ Backfill 2 TS-05 Pipe installation. 4 TS-05 Restoration of Surfaces 7 TS-07 Tenting 9 - TS-08 Disinfection 70 : SS-09 Cleanup .10 TS-10 Measurement snd Payment 10 1p� . :r . Is1 As. SPECIAL PROVISIONS (CONT.) SP-29 DUST AND U CONTROL (ContZ for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers and other pieces of equipment as deemed necessary by the 8ngineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints on dust, mud or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting will be required. Written notice of correction of complaint items will be called for should repetitive complaints be received by the City. SP-30 PAYMENT TO THE CONTRACTOR Payments to be made to the Contractor will be made in the manner out- lined in Section 9 of the Standard Specifications. 0ayments shall be made in Cash Warrants. Partial payments on estimates may be withheld until work progress schedules as described in Section SP-11 of these special provisions has been received and approved. SP-31 LICJIDATED DAMAGES Liquidated damages for failur: to execute the contract as specified and in accordance with Section 8.08 of the Standard Specifications will be assessed as follows: One Hundred Dollars ($100.00) per calendar day plus cost of inspection, supervision, legal expense and court costs incurred beyond said date. The cost of additional inspection and _ supervision shall be an amount equal to actual salary cost, plus one •;r' hundred percent (100%) for overhead and other indirect expenses. SP-32 AWARDING OF CONTRACT Awarding of contract will be based on total s m of all schedules of prices. No partial bier '11 be accepted. Sp-Page 11 stir z/s F,.-r . yy�rcn� Re%cot/an {�/ork DescriPt/ors : Move ex/sE/a9 31 'Rt. CL exisivny by✓ /eaatio/n' ,J I A art 7ro!!ie Curb Spec Cer, --Tyne A B/ock Tro/'/%c Curb ,P//,y ; 00 o 451,90 — ryoe 1 Q �Fi•e f1yOrQ.. doc/r!/// r�/ih Rcloco t'/o// ej TrofTc /s/ond 3S'�po'/aJ To poi/, Sheaf 7 � 8A. O!Cuib -• I , _ i 900 - rr►s' /713 �• }, Fire {/yJ.onr Re/acaEion ${t/3 `� Desch Eioir: !L/ove e7ittm h d. from ZZf Ri• eo ArrRi. q ;'�,�1 + ��- 1 �\ � Fire /,/j�✓ient' � � :.•. \ •t•: i i Ta!!lc �'7ype A Block "'•`� � �l� \ "� � .•'o � �'�!`, Tromc Curb % -.`._._ •�-1' ��1 ` B"i v N��� .ice /� ' �,��' _ . tt. IAt Igo ers i '; .Pai3eD, Tia!!ic Is/ono' i��L7sts+// .rhssy`_Z_ 11 I ..... , ..u .*.re+ r •t�..wv. .��..r..��w.r!rar..,«naw��.MNH.rar.�Mtr M��w 0. 414040+r .. . .. . . r . .ire. .. . . . . .. . .. �.... . .... .� .. ..... M Cy01F Rli�vfr rJ� i. THE CITY OF RENTON MUNICIPAL BUILDING 200 MILL AVE.SO. RENTON,WASH.98055 AVERY GARRETT,MAYOR a DEPARTMENT OF ENGSNEMNG e �TEO SEP<ILO March 16, 1973 Jam✓ Mr. John Deputy State Highway Department, Utility Div. 10506 N. E. 4th Street Bellevue, WA 98004 Subject: Sunset Blvd. (SR 9001 Hydrant Relocation Dear John: The cost estimates for the three (3) hydrant relocations are as folla+a: Station "}i" 20+68 RT S 311.68 Station 107+15 RT 996.11 .-. Station 112+80 RT _ 463.26 Total Cost $1,770.94 The above includes material, labor and equinnenr to complete the projects. May I remind you that these are estimates only and may vary by field conditions. Very truly yours, Warren C. Gonnason, P.E. Public Works Director i Richard C. Houghton Utilities Engineer RCH:sp s7JWVLWTJVT7w=AffJAw11 WIN- •-r ..�. ..r. .ugat 111 41111111111 Czy r " `APR `s 1 Tz MAR 2 91973 � 4, `— WASHINGTON STATE HIGHWAY COMMISSION COMRIOINAL Department of Highaavx Owe 3/21/r3 ord« CHANGE ORDER NVmbor O.do.d 6 Enpirrwwr wnda to,., of ❑ Chenpo pnpoud by Conr,na er t ++.y of Unton End....d by Rienconr 'asi7in;-ton 9'055 I --- — RfenTions flick i?ou�i on _._.__.. . .�w __ .—. l,.,r SR /00 a, T.H. .In rl-020-1� cow./P ..b S.Y::.A.n..V.l.ed' 1 with to 133th ?ei.ton 'at,rlino relocation DESCRIPTION OP WORK ......... .,...._............_... /A `,.. You or.mdnod 10 Oorfnrm th. fobowinS d..cdb.d work vpon nrw:pr of an epp.r..n ropy of thn cho",f#e,dwr: �x To relo,;ate three (3) _ire ?iyuran:a a, aiscuosed with your ins.,ector and as t' shown on the attached pians. �* , * The reimbl.rement will be at actual cost for all labor material and eg foment I as stated in your letter dated 1ereh lei" 1973. F a" o ;r817 1 !I C I t All week, maoriol.and m......menl le bo n wcrerdonp w:1h M.pre ri.fen.of 1h. Slende.d Sp.clf ironon•and Sp.cml P.orl.iom for It. rV •of comlmcrion enrol wd. DISTRICT ORIGINAL CONTRACT r#RRENT CONTRACT ESTIMATED NET CHANGE ESTIMATED CONTRAC f APPROVAL AMOUN' P AMOUNT I THIS ORDER TOTAL AFTER CHANGE 13ME ADOUAk TERS �3 5oo r;r) 73 500.P 1 '7'i.1 �5 "170.9t1 APPROVAL S "" S w S 11 _ DISTRICT USK "RADQUAR'FRS US[ + AP VAL COMMENDED APPROVED. Y a.l ....n. 0.+1 Aur. r nv.....for .r.enr L M.urr6 Pw/e APPROVAL RECOMMENDED ❑APPROVED tD I DISTRI INE V ` \ 197 s I Dan "o '!7 Assistant Director for Highway Developmvlt wr e M 4440 003 xcn x[0 /TS q L I —evsoa. lee• Lladbr-* Caestruetion United contractor. Co. $aware cauttretiw Cod $04 be, 470 South Kenyon street$, 16239 tuba= OAi�� r.0. Sect 1076 Seattle, Mash. "Too �' South 967072 20215 64th west Seattle, Mash., 9it4i ! 19HM00d, wash. 98036 UNIT UNIT UNIT UNIT UNIT 1! UNIT UNIT TOTAL. PRICE TOTAL. PRICE TOTAL. PRICE TOTAL r _ law $210600000 0 C44-- �,00s _ $6.00 $43�� 720A 30 1t22p.00 7Sbeii 7�0 0 2t76000 .00 t - - 00.00 3,000.00 00 4o ao 920 _ aw _ f f 0 1+OID+OG SOeOD 900.gp1120o�oD - 1rd00.00 r00 20500.00-- 0 2.Scp• t —t—?ip.40_. 700.00 11,30ow _600e00 !_ lA77901) -- Sia i 2.50 i•SSO.C$ 2100 ! 6 ¢W_e00 l�6 6i d0 $00.00 _ 40.00 �.00 70 S.600.00 650.00 6P.ww- K2elo3.00 I K3,7}t.Qc $ 2rt1f.1S 2s1i6.70 _��� 3��_ Mryd$i.1S $I,Ss920.70 {Sis700e2S {71.190e00 A.. BID TABULATION FOR (11-315) rma Colueole �. Construction Co, Me Ilm D.A.B. 8-1-102-(14) 7778 Seward Park Avenue ■.R. SONSAT BLVD. From N.Y. 12th St. To South 138th AYr. S.N. Seattle. Nash., "I Is OF �& II •�/vnia_h a Install # ( ITEM QUANTITY I UNIT UNIT UNIT PRICE TOTAL PRICE 1 Imet&U 12■ D,I. Water pi0a 7200 LI �3.�f O •3.A0 • Z 1041tall r D.1, water Pipe 360 Ir 5.00 10800,00 2,00 w►tsr Pipe 540 L/ 6.00 N2/A.OD- 1,40 i tf 1Cl1TlAMAMblL__--T---C ►> L- maw 2.100 ago _ how- p R1,_AaeemEb __ 6 A 1100,00 600,00 m.OD_ I T ! I fbdraat 0sed Poets_— -- 12 A 25_,00 30D,0D - 8 91,004tf A"06]r_— _ 10 A 160.00 1,600A0 160e00 k I Com rate 8lealdo¢ 20 CD US 30.00 _ 6mmA0 3 AD 10 / & I select srakfill 3420 ?m 1.50 50130000 01,w 11 / t I Cement Comereets Restoration 80 CO YM 125.00 2L000 45e� 12 I Ir I Asomaltis Csnsrste Restoration 180_30 1D 4d?0 720e8/ 3450 I 9U6 TOTAL — "2,06s.00 _ 5 7. 5ALE5 TAX 20103.4 TOTAL A 166.25 Page 4 responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work ieaulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period in specified. The City will give notice of observed defects as heretnfore specified with reasonable - promptness after discovery thereof. (9) The Contractor and each sub-contractor, if arty, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaf,,rng to the contract as may be re- quested by the City from time to time. - (10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the contract, including tl,e payment of all persons and fires performing labor on the construction project under this contract or furnishing materials in connection with this contract; said bond to be in the full amount of the Contract Price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. (11) The total amount of this contract is the sum of which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "general conditions" of this contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above written. GONTRACTOR CITY OF RENTON Mayor ATTEST: -- - —� City Clerk 4r. r' . t Page 3 r said contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. (4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. (5) The Contractor shall hold and save the City and its officers, agents, servants, and employees harmless from any and all liability of any nature or kind, including all costa and legal expense incurred by reason of any work on the contract - to be performed hereunder, and for, or on account of any patented or unpatented Invention, process, article or appliance manufactured for use in the performance of the contract, including its use by the City, unless otherwise specifically stipulated in this Contract. (6) Any notice from one party to the other party tinder the contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing ear, in the United States Mail, postage prepaid and registered. (7) The Contractor shall commence performance of the contract on the day of 19_, and shall complete the full performance of the contract not later than 45 calendar days from said date of commencement. For each and every day of delay after the day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of One Hundred Dollars (S100.00) , as liquidated damages for each such day, which shall be paid by the Contractor to the City. (8) Neither the final certificate of payment Par any provision in the con- tract nor partial or entire use of any Installation provided for by this contract shall relieve the Contractor of liability in respect to any express warrantien or pool (a) This agreement (b) Instruction to bidders (c) Bid proposal (d) General conditions (e) Specifications (f) Maps and plans (g) Bid (h) Advertisement for bids (1) Special contract pro-islons, if any (3) If the Contractor refuses or falls to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this contract, or any extension in writing thereof, or fails to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall he appointed on account of the Contrac.or's insolvency, or if he or any of his sub-contractors should violate any of the provisions of this contract, the City may then serve written notice upon him and his surety of its intention to terminate the contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the contract shall cease and satisfactory arrangement for the ..orraction thereof be made, th.s contract, shall, upon the expiration of said ten (10) - day period, cease and determine in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contrac- tor and the surety shall have the right to take over and perform the contract, provided however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the contract or does not commence performance thereof within thirty (30) days from the date of servlrg such notice, the City itself may take over the work under the contract and prosecute the same to completion by contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess coat or other dam,.ges occasioned the City thereby. In such event the City if it so elects may, without liability for so doing, take possession of atd utilize in completing THIS AGREEMENT, made and entered into this ^_ day of 191 by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter refereed to as "CITY" and _ hereinafter referred to as "CONTRACTOR". ., WITNESS EI H: (1) The Contractor shall within the time stipulated, (to-wit: within1�� calendar days from date of execution hereof as required by tha Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the tabor, materials, appliances, machines, toots, equipment, utility and transportation services a necessary to perform the Contract , and shall complete the construction and stallation work in a workmanlike manner, in connection with the City's Project (identified as No. 315_) for improvement by construction and ?:R t installation of: 12" Ductile iron water amain in Sunset Blvd. N.E. from N.E. 12th St. to 138th Ave. S.E. r i All the foregoing shall be performed, furnished, constructed, installed, and completed in strict conformity with the plant and specifications, including any and all addenda issued by the City and the other documents hereinafter enumerated. T•,t+L It is agreed and stipulated that said labor, materials, appliances, machines, tools, equipment and services ,hall be furnished and the construction and installation De performed and completed to the satisfaction and approval of the City'ss Engineer as being in such conformity with the plans, specifications and all requirements of the Contract. (2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents all of which are component parts of said Contract and as fully a part thereof as If herein set out in full, and if not attached, as if hereto attached: ii SCHEDULE OF PRICES (W-315) Approximate Item Quantity [a;scriotior Unit Frice Total Price 10. 3420 TONS Furnish and Install Select Backfill Material _._. __ I. Per Ton (Figures) 11. SO CU.YD. Furnish and Install cement Concrete Surface Restoration Per Cubic Yard 12. 180 SQ.YD. Furnish and Install Asphaltic Concrete Surface Restoration Per Square Yard Subtotal 51 Sales Tax TOTAL Sy THE UUDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT IF AWARDED HIM, WITHIN TEN 0 0) DAYS AND TO COMPUTE THE WORK WITHIN FORTY-FIVE (45) CONSECUTIVE CALENDAR DAYS AFTER. STARTING CONSTRICTION. DACE: THIS DAY OF 1972 SIGNED: TITLE: ADDRESS: Owl. -SCHEDULE OF PPICEs (W-315) - Approximat-e Item Quantity LescriDtiOn Unit Price Iota] Price 1. 7200 f,F Install 12" Ductile Iron, Claea II, (T.J.) Water Pipe :. F•;r L.F. (Words) (Figures) 2. 360 LF Install 8" Ductile Iron Class II, (T.J.) Water Pipe Per L.F. 3. 540 LF Install 6" Ductile Iron Class II, (T.J.) Water Pipe + fr Per LF f'p'�,,^' 4. 6 EA Install 12" Gate valve Assemblies in Conc. Vault Per Each - 23 lnatall 8" and Smaller Gate Val ,rr Assemblies " e, *"; �_� 5 ' yI• j'... Per Each A G. 6 EA Install Fire Hydrant Assemblies Per Each 12 EA Furnish and Install Eire Hydrant Guard Posts Per Each 8. 10 EA Purnidh and Install 2" Bla Off Assembly Per Each 9. 20 CU.YD. Furnish and Install Concrete Blocking Per Cu. Yd. i /ems _f_N.�-:_AI.. ^6`r�tQ1ICAL.PBAVIa�C�7_-: lCOIPI',1 _ =s3:m.rE craw rwr .: �+ CLF.-OL'C-_31ockina -r..;c•:aFb blocking shall bs measured and paid for at the applicable con- ::rnet price, per cubic yard, ,raymenL of which shall constitute full c.uoereatipn for furnishiru; the material in place, cmplete. x:.ecc Tranneh dackfill .;.tier iroapkfill shall be measured and paid for at the zpplicable con- "n-act price, per ton, payment of which shall constitute full compensa- t.oa Cor furnishing and installing the material, in place, complete. !r Cg51 b1i Y. hsnita7 t, ' AU: .0 Cold mix asphalt req-tLred for temporary restoration shall be 1_1ai2catal. to the contract. .. :Gau- ACJ.ngq cr Patching of Cement co ere a �°A -:_ ianr concrete resurfacing or patching shall be measured and raid for at the appli.aable contract price, per cubic yard, as per Section "r ' of the Standard Specifications, payment of which shall consti- •:a+:e "till compensation for the resurfacing, complete, including sub- t "Mde preparation, and all necessary incider.t'al work. a . heaurfacing or Patching cf Asphaltic Concrete -x al'"ic concrete patching shall he measured and paid for at the rpplicable contract price, pei scivare yard, as per Section 78-3.01 of •:ire Standard Specifications, payment or which shall constitute full pmx3nsation for the resurfacing ccmplate, including anbgrede prnpara- {. irspa-ratioa of and vonneCtion to existing oavemenfs, base course, �A,k +at, finishing, and all necessary Incidental work. TS-Pape 12 T` �w JU).v 6, 19" waahington ^o'atn Highway Commission Office of oictrict e2mgiewer 1OS06 N.S. 4th Street hotlevue, wA 9WrI4 Aso Ck: 1713 U SR 900, 116th Ave. b.i. to 138th Ave., water line Relocation, City of Renton, Ayreement No. GC 3036 Attn, H. J. Seesnock Gentlemen, Following is the information you requested in your letter of Jun... 29, 1073: 1. The des-:ri)tioa and site of the project H.S.B. 116.6 to H.H.S. 163,SS. 2. The Fedor41 Aid i-toject u miber U-020-1(6)-1472. 3. The dote on whiff the agreement was executed one the dote on which the earliest item of billed "gem* was incurred: Agreemaait was executed on December 17, 1971, earliest lots billed exnonse incurred June 21, 1972. 4. Data on which the last work wee performed or the last item of exeeos , we incurred, October 20, 1973 +' S. Location where the records and accounts bills<! can be audited, Utility Depsrtment. Renton Memiclpai hldg., 200 mill Ave. fi., Renton, WA 90953 6. No programs billings were Submitted. :mr surwxy &also invoice 3471 was the oply billing sulm.ittao and it had attached thereto a complete breakdown of costs. 1 trot this answers your questions satisfactorily and will allow you to exps-- dite poyment of out invoice. sincerely, waterworks Utility ,. . .;. banaett ?ccounting Supwrvlaor mef Ham Olson;/ 1 WASHINGEVN SJAIE HIGHWAY COMMISSION I J � L:.Il.n,w,r,. �. UC?r�li LtiltrvF OF HIGHWAYS s --� Q f ell r Office of Orstr ict Enpmeer• 10806 N.E. 4th Str6et ' i ' Bellevue.Wsc:hrnpton 98004 r rune 29, 1973 ax "/ city of Ren+on-Utilities Dept. 200 Atilt Avc. So. Renton, Washington 98055 C 1713 U SR 900 Attention: tm Olsen 116th Ave. S. E. to 138th Ave. dater Line Relocation City of Rent:a Agreement No. GC 3036 Dear Sir: Ste a.e in receipt of your final billing, however, additional information is required before processing procer"as can be initiated. Your fim.1 billin- mu,t be in accordance with 3ureau of i'ublic Roads PP;1 30-4 dated February 14, 1969. This PPM requires the final billing to show the following: 1. The description and site of the project. i 2. The federal-aid wro3^ct num ®r. {a 3. The dates on which the anre.nment was executed and the date on w];ich the earliest item of billed expanse waa lneurred. 4. The date on which the last work was perforned or the last item of billed expense was incurred. I 5. The location where the records and accounts billed can be audited. 6. The final bill must be arran?ed to show all costs incurred including a breakdown of any previously submitted pro-reZs billings. If you have uy questions concerning this billing, please contact Fir. G. L. 3dwards of this off: :1, at 45r4109. Very truly yours, E. 1. ROKERTS r,L_,:r¢g District EaOneer � r /t Fi• :3'st2�7'JOCIC D strict Utilities I.neineer John N.Rupp beuman IHroIJ K'aifh Omer lergmon LwrW Neam A.H.i'arr r/ Hamid l_eoelac Y.r.N rr..en WdW WAS EQUIPMENT (CANT.) TOTAL. EQULPMENT.... .. . . .. ... . .. . . . . . . . . . . 5 1,813.17) TOTAL HATFRIAL, LABOR 6 EQUIPMENT. . . . . . . . . . ... $64,772.88 Relocation of Three (3) Fire Hydrants In Accordance with Change Order No. 2 to Agreement No. GC 3036 WO 2817 Relocate Three (3) Hydrants Labor $ 282.96 Overhead @ 272 76.40 Hatertal 724.25 Equipment 155.75 Total Cost to Relocate Hydrants.......... $ 1,239.36 Engineering 729.60 TOTAL COSTS - ACREEMEN7 NO. GC 3036 $06,741.84 MATERIALS (CONT.) QUANTITY UNIT ITEM UNIT PRICE TOTAL Total Materials - Mainline 6 Crossings........ . $32,487.32 WO 267 deters 984 FT 3/4" Copper Pipe $ .69 S 678.96 505 FT 3/4" Copper Pipe .64 323.20 76 FT 1" Coloer Pipe .97 73.72 90 FT 1" CcpFer Pipe .79 71.10 146 FT 1" Copper Pipe .75 109.50 29 EA 3/4" Corporation Stop 4.95 143.55 4 EA 1" Corporation Stop 7.73 30.�2 28 EA 3/4" Angle Stop :.76 161.28 3 EA 1" Angle Stop 8.24 24.72 24 EA 3/4" Angle Tail Piece 2.40 57.60 3 EA 1" Angle Tail Piece 3.53 10.59 37 EA 3/4" Union Coupling 1.95 72.15 9 EA 1" Union Coupling 2.62 23.58 2 EA 3/4" Plastic X Pipe Adapter .47 .94 2 EA 314" Airplane Clamps .30 .60 3 EA 3/4" X 1" Bell Reducer .68 2.04 1 EA 1" X 3/4" Bushing Reducer .53 .53 1 FA 1" Ga1v. Coupling .49 .49 1 EA 1" Male I.P. X Male Plastic Adaptor .72 .72 1 EA 1" Airplane Clamp .32 .32 5 EA Concrete Meter Box 4.11 20.60 1 EA 3/4" X 6" O.D. Saddle 4.45 4.45 6 EA 3/4" 900 P1. Ell .81 4.96 5 EA 1'4' 900 ]hand Galy. 1.31 6.55 2 EA IY' • Nipple,; .28 .56 1 EA lli" X 8" Hippie .39 .39 14.5 FT IY' Galy. Pipe .51 7.39 1 EA 1V Angle Sto_r 20.67 20.67 1 EA 1' " Corporation Stop 18.38 18.38 1 EA Saddle X 2" 13.71 13.71 1 EA 2" X IY' Bushing 1.58 1.58 1 EA 3/4" Plasti- X Pipe Adapter v/Clamp .62 .62 1 EA 1" 90o P1 Ell .66 ..,6 4 EA Concrete Meter Box 6 Lid 8.32 33.28 2 EA 1 1/4" X 3/4" Bell Reducer .79 1.58 1 EA Tee, 1" X 1" X 3/4", Galy. 1.62 1.62 1 EA 3/4" X 1 112" Bend 2.89 2.89 48 YOS Pit Rj,n 2.25 108.00 2 TONS Black Top 8.76 17.52 Total Mate-ial - Meters........................ $ 2,051.32 $ 2,051.82 TOTAL W'6R1ALS........... ..................... $34,539.14 .F►. LABOR WO 2675 Installation of Mainline by Contractor - Frank Coluccio Construction Co. $ 2,2750.0 WO 2678 Crossings Roo Rate Total Equipment Operator II 43 $5.14038 $ 221.04 Crewman I 19 4.69038 89.12 Crewman. I 32 4.74807 151.94 Crewman I 65 4.48269 291.37 Cre�.man II 26 5.02500 130.65 Crewman II 8 5.08269 40.66 Laborer 4 4.33846 17.35 Foreman II 28 5.80961 162.67 Foreman II 8 5.86730 46.94 Total Labor - Crossings $1,151.74 WO 2676 Meters Crewman 11 46 $5.08269 $ 233.80 Crewn", 1I 68 5.02500 341.70 Crewmen 1 164 4.69038 769.22 Crewman I 87 4.74807 413.08 Crewman 1 162 4.48269 726.20 Laborer 43 4.33846 186.55 Equipment Operator II 84 3.14038 431..79 Foreman II 16 5.80961 92.95 y • Foramas II 20 5.86730 117.35 Total Labor - Meters $3,312.64 Total Labor - Crossings d Meters. . . . . . . .. . .. .. $4,464.38 +. . Overhead - 27%............ . ... ........ . .. ..... 1,205.38 TOTAL......................... .......... ...... $ 5,669.76 TOTAL LABOR. . ..... .......... . .. ... ... . .. .... .. $28,420.64 EQUIPMENT WO 2678`Crossings Hours Rate Total C-37 3/4 T Pickup 15 .75 $ 11.25 C-38 3/4 T Pickup 14 .75 10.50 C:-34 3/4 T Pickup 20 .75 15.00 C-63 Flatbed 32 .90 28.80 0-29 4 Yd. Dump 2 2.50 5.00 0-35 4 Yd. Dump 20 2.50 50.00 E-37 Case Const. King 14 3.50 49.00 E-38 Hopto Backhoe 33 4.45 146.85 E-52 John Deere Loader 26 4.30 111.80 S-64 Wacker Tamper 9 .40 3.60 I Total equipment - Crossings.............. $ 431.80 WO 2676 - Meters C-37 3/4 T Pickup 50 .75 $ 37.50 C-38 3/4 T Pickup 76 .75 57.00 C-39 3/4 : Pickup 70 .75 52.50 C-43 1 T Flatbed 12 1.00 12.00 C-63 Platbed 101 .90 90.90 u-35 4 Yd. Dump 18 2.50 45.00 E-37 Case Const. King 64 3.50 224.00 E-38 Hopto Backhoe 70 4.45 311.50 E-52 John Deere Loader 89 4.30 382.70 S-21 Ingersol Band Compressir Fit 2.10 130.20 S-58 1's' Marlowe Pump 1.9 .50 9.00 5-60 Wacker 'tamper (1969) 9 .40 3.60 S-64 Wacker Tamper (1968) 44 .40 17.60 S-72 3" Homelite Oiaphrem V'ump 12 .65 7.80 Total Equipment - Meters.............. . $1,381.30 BILLING FOR CERTAIN UTILITY WORK IN ACCORDANCE WITH AGRELNENT NO. GC 3036 UQ ARTITY UNIT _! IlEA i;:JIT PRICE TOTAL____ MATERIALS WO 2665 Mainline 3856 FT 12" D.I. Cl 2 Pipe $ 5.87 $22,634.72 75 FT 8" D.I. Cl 1 Pipe 3.66 274.50 651.5 FT 6" D.I. C1 ^2 Pipe 2.61 1,700.42 4 EA 12" Gate Valve Assemblies: 1.2" Gate Valves (MJxMJ) 265.60 1,062.40 4 EA 2" Gate Valves (SxS) 31.24 124.96 8 FA 12" X 2" Saddles 16.59 132,72 4 EA 2" Glex Couplings 4.83 19.32 8 EA 2" Galy. Iron 900 Bends 1.31 10.48 4 EA 2" X 24" Galy. Iron Nipples 2.90 11.60 8 EA "" X 12" Galy. Iror. Nipples 2.09 16.72 6 EA 2" X 6" Galy. Iron Nipples .76 6.08 2 EA Tapping Tee 6 Gate Valves 12"CI 530.23 1,060.50 2 EA 3" Gate Valves (FLxMJ) 129.47 258.94 14 EA 6" Gate Valves (FLxMJ) 83.16 1,164.24 2 EA 8" F1 Ring Gaskets .411 .82 14 EA 6" F1 Ring Gaskets .34 4.76 128 EA 3/4" X 3" Machine Bolts 6 Nuts .36 46,08 1 EA 12" X 8" C.I. Cross (FLxMJ) 176.14 176.14 14 EA 12" X 6" C.I. Tee (MJxFl,) 115.03 1,610.42 <" 3 EA 5" MVO Fire Hydrants (MI) 250.95 752.85 2 EA 12" X 10" C.I. ReQLcer (MJ) 69.30 138.60 1 EA 12" C.I. 450 Bend (NJ) 68.83 68.83 - 1 EA 12" C.I. 22SO Bend (MI) 68.83 68.83 1 EA 6" C.I. 450 Bend (Ml) 26.56 26.56 1 EA 12" C.I. Solid Sleeve 51.82 51.82 3 EA 6" C.I. Solid Sleeve 24.99 74.97 q. 1 EA 4" C.I. Solid Sleeve 17.79 17.79 2 EA 8" C.I. Plugs Tapped 2" (TJ) 18.16 36.12 rF 5 EA 6" C.I. Plugs Tapped 2" (Ti) 11.50 57.50 18 EA 8" X 24" C.I. Gate Valve Boxes 13.42 241.56 1 EA 6" X 4" C.I. Reducer (PExMJ,SEB) 18.64 18.64 2 EA Hydranc Extensiona 24" 82.45 164.90 1 EA Hydrant Extension 12" 62.97 62.97 +' Total Material - Mainline...................... $32,097.% $32,097.96 WO 2678 Crossings 51.5 FT 6" D.I. Pipe TJ $ 2.61 $ 134.42 2 EA 6" 900 Bends MJ 29.13 58.46 1 EA 8" 22L," Bend,MJxFL $8.10 88.10 1 EA 6" X 6" CIxST Trans. Cplg. 29.86 29.86 38 FT 3/4" Tie Rod .48 18.24 4 EA 3/4" Tie Bolts 1.25 5.00 a EA 3/4 X 3" Mash. Bolts 6 Nuts .36 2.88 1 3A 8" Ring Gasket .41 .41 21 YDS Pit Run 2.25 47.25 2 SKS Cement 2.37 4.74 Total Material - Crossings... .. ........ ........ S 389.36 389.36 Total Materials - Mainline 6 Crossings. . . . .... . $32,487.32 a i CITY OF RENTON—UTnXrrES DEVI% REN E SUR11TIR'S SUB 200 Mill Avenue So., Renton, Washington 96055 DEFT Phone 295.2527 PLIA5E RETURN THIS STM W'TH REMRTRN" MAKE CHECKS PAYABLE TO CITY Tk EASURER 200 Mill Avenue So., Renton, Washington 9BOSS DATE a SC NDRI'r' `ALES BILL 3471 SUNDRY SALES BILL NO 3471 'w� '.3y c•ituiSlien At' .. J. 3emen:..ck-?6. iir. E �- Cff: _. . .. :ct Ln.,-inners , ... ' 5trret rt-.. Xst. Eng. He 11e VU: t. l"ton ge Diet. .,7 I- s. .. ., AMOUNT DUE 45=,741.t4 SE6el.d4 s + tiC 2675 1. ..e '"'th Av-. . Wd 2676 a R.'vl ti.... �•; .. stun -.:.' ng 'cr ctility weir.: ir. 1vc.+ -3s:ut0 n•un L .i-C}o 4 s ) I ' I i ti I I � r < c pit sin 4A -7t i F111C NV�r1^K'r /ZIC LUCA7ION �^µnr� Rn1AL j i _ GrG,�• 76, 6e0qoLL ^,J) 2 ; _ C,L AbAorvn5 A,u ;(Fk �6'rJ.#1 to G S, 9:L lb _ -3/,, 1( ly'e IMAcu 6*1.7'S .a2_ r/K A oi- r-f 5 ? 2 lbr 3/t (-I#- Run 7.6g z Gr' Alp(, ',451kir5 G8 C,1. T vrvH Pl,-k 5000E Mc Coln a1/ Ir �248 f - /OWA IIYO 2l /f/�rCHStiy 3y'yS - ... AI �LZ � ,f( Thd 11,7 ------------------ n /ikrl mi- Cos r lG QUlPMCH fi .S' 2 11041 li@540r1 I lfovA -- � J . 176 1f6Pro not — G lwOAS — 3)• So ` - �3 / P/c k up D- 3 5 l 0v� f 7"Ork — a la•�^5 — I$.OU 5-GY t T^ MPrrt -- � /fnnS — IS• So lf4�tP• C�5'I --2• JFb02 1 dAc1, C11A00kn1, — G lfo a5 — N31 �•� 061,04 J4X%y G //o - 027. 62 OIL]. HU heit d�6"�� 7GrhL lABoR •��C. `/ 2 MNren/ALJf 4 33,93 } L70-IPAP.7 82.0o h 4A&A Pc,91 q ^2 N f 15'Io ufrinuCAQ ! 60 .4 C " 11AN)) 707-AL � yG3. 28 F!O // vOPnAir Rt LGCA7//Il+, 'I � :N � , Rr ,AAA rreRlAl Soc / o St/tty/-F (Au ALI -- 2 3/,, 7 /r /344 r 5 /,yr 2 31, 7/a nc,n (C,,vNe, ruA 36 / C 7/[ ADD 7,C r y SFr _ � " CJ 7v/oo, n/ht 19. 3 ff � a . V a � 1 - a { 244 V01 /30e CuwO / G - 47� 76TA4 MA)KI,K ISO. �S �WuiPM�w>,- If • 3 S n�P�o Noe _ y - /lAS C 63 P/tkuP y-/)AS — P-3 S DjA%P l - 144 — 41 7- So .5 7Ai%PeA j //n <h rouly. 747Ac b/ Sy, ob 0" dACK C14APmhN L��i11M (�UlL`l y l,Aj gitL la/c,clktn — y r,ns _� 1n�i`n Tc,7A� p -5 Y.00 Q roC ZOU " — Sq. 00 Mon 51.06 See r"A4, 8 ,270.9 / epU FV 'l)� 707AI '057- V 3 U Fl f2C IfYcAAN r Ari v e A ri v&y Mnr� j /_rAPv/wc AL itciA/kc RC Ad �s.00 e., 7A0i,k4CY 71Zlc (All, A AL ) 1S3, 3y r, 7APAruG WY. rAl /( A4 l I3,S, oq A+Aclr N*Lf'5 f �/ 02 _ ( r' A /k6 6g5krr5 CIE 3vLw ,G8 e,l• AVAvr4A rMo• 1( fL) 31, 9i G " c,(, t3t r..o 1r40IN6& 3. 7 'Y c ,/• tyrok Plvc " x,Yapr. !9, 3 XL roh a+,c, A+ l F y3C lOwL HY0 fAr, �1.cfs -------------- 51 uJ4 76tA4 J"Afjtnla Goa , 9q TA � 3 . 3f 7vtA � lesr IF 1131< IZQu�Px�rwr : S• � l , coMnnrssoA _ l irn --- $,o B- 3 7 . Popre Isar cats 37 S o Pick uo - a1) RS — 1.2 ,0c) p. 35 r Dump Inuck- 2 Im, — 15-c' e, 5- dti / 7AAn✓en — 3 /+n5 /z4'an ccST 1�795, c0 � A136R L/z ,zy +JACK CljkYr rrns 3c • gG V�ONIy r�'uny �— dc.nS —' .3c • yc C� lti lluLlli4•rl _ gr.as 9 ,Gy 2 r,ns �---- — TahL tnriaR /f4wP. 85.0 L, LARaA _ l�C . r6 f �1k� lug ruTnx Ac , a torAJ Co5r 1Y1U, 1( 7-arA4 3 IovoaAti T RCLuOA'Z/rk5� 5rA . l07 1'/S n 7 5 r,4 n r -- — 414 3-2 9 (71)hkb 70rnl 1, 770. 94 C/Vt i g C057, MA'l V4AY 0&, ^1nrra,n< PAict5 ve Po5518LI C14RK6c5 " Tirr /elKcp • ()will /5 aK� ti �ti �Sri� HTtj I March IF, 1973 Mr. John Defuty state 4ighway Department, Utility Div. 10506 N. E. 4th Street. ■ellevua, WA 99004 Subject, Snnset Blvd. ,,,P 900) Hydrant Relocatlon Door John, The coat estimates for the three (3) hydrant relocations are ss Jolla , Station "R" 20+6S RT S ?11.63 Station 107+13 RT 996.11 Station 112+80 6T 463.25 Total Cost $1,770.94 The above includes material, labor and equiraent to cm! lets the {ro.jects. may I ramind ycu that these are estimates only and may wry by field conditions. Very truly yours, Warren C. Connamon, 1.E. rublic WoO.s Director Richard C. Boughton utilities Engineer 11CB i e/ 313 Fi.e Nydr; t yVo�k DescriPt/oar Move CX1,5617y hy� C� Cx/S�in9 /ryd. /oaa2�/o1 sl jam/ - — infed 7-roi is Dalloi/, 5hse7' � � �j End Cons/iac/iar� i O o. • - -- -t nL �— 7`,oe A B/ock Toflii' Caib - Fire /-lydrant _ 'N / y� • /� ,Po'Pf. /�Z�80.J' / 7. J''.FpO'iUJ TO / O'.?odut-To �' / B.F Uf Curb Ro1sed AsahoJi r r,,c -- /,i Island, See Oefoi/, 5haad 7 �SO � C M 4 n 't a ri r � } ,w �r • y � r . ( t ENDING • F FILE Iq '66 s FILE TITLE A . i M r t r �..d z/.d .. . _ . aids - - 6.0, •, Fo�zf<r o.oZ%sr. I _ t ' z - < _Y«� . nsll . .H/•. 1 A 'A �T9 2/� 'fd WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS In ter-departmental Communication Office at BeTO Date.......... .OG CAdEr_.12........................... pro"'........ Subject...........................................CS..11.134.................... 116th Ave, S,E, to 138th Ava L-3531 -� '- Renton Water Meter Box An existing meter box located on 116th Avenue S, E, in front of the n convalescent home must be adjusted flush with the proposed sidewalk. Y a The box walls are made of concrete block and t.. top is steel slate. If the wails are cut down to match the slope Of the sidewalk, the cover may be too short in the 7.0' direction. The cover plate con_ taans a removable inspection door. - - " We request that a definite commit •ent be obtained from the ` Renton as to what is needed and why will accomplish this work. of ` t 2 project re in the final stages of completion and it is imperative h' fi .r that we receive this information as soon as Possible.for this project to Plans Review p We will trans- .x�"t `t October 22, 1971. � h RLH; s st,tiv, cc: Pla.s b Contracts .C. 1�<r.....44 /c N•s�r' !t/K.L<- !'!a+-� �`^J[- A Good Example to the Beat Satetp Sermon }.n 4 tr r N Y MG'fiNat3 pp' wAT6R _ G/,Nf' IAIS`-AOLi,r�. Su/ tqg G<' /YA 7E-X/AG FYCA - Aff.D 7e .DE fl•:Eu A : 1�/�r, Fi� 4 ;((( �. ✓Y SVI rABCE A C jr cam •+�ACTE,> Glf+'S /M4Jn :BOSS/N(y OR Sun SET sVGM A4 AT NoNOROf d .ram L c_ CE' a P[`v c. yT AN-tic IPATE N`Avv TPAr is PRos4LIE MS v✓ 0 eN IvoGe e 5 /-rr,Npowe ?. - fGttGMAA/ ETe, ,, SUR✓Lry-S MuSr LtE foNl':_CfE' fa ND PRECfSE � ; : r; ,. fUR SET-r/N F- ir 14YDRAN7;{,> (�r<UE 7-0 P. CoopWK,grioN o . SYArt aR C.ofyTR ^CToP 1vF3- ED 70 `. ;; ,•� .... . ... - .,. k� PgEPA To SJTE - CRCEKS - PoGES arc , ` L�F t wATEK 1'fAi1v Ye qE' ALO " /)uR/IV(, `VS7A[.4"�,4 :..x. .I HAFry w1LL pjTEStNr P1RoBLEMf/j / r A >,DEkS — C, — 2�' Gne VA �� •, wA`rER SE'Ru/C ES To o6r Rc NE w@'au wtTr+ Go 0-fE7l �uSME.73 Odt ?CY7 E.D r,/ N DE JL' H / 41/Ay W AT E.R, !-1 A -'� r0 B.67_ rE.' T'ED i9 ti-0 pwr � T^ Coe S So c t Iry/cI y C/ r./ t?t" Co..NEt_re IIf HI v17 LAr /wG Cie ew f I > is SuG I- /JA-r- A4t L Pc'F c / Nf Avc welch' L:E DOMF FAR ,gHeAD oF- cun/-rRActol� /P,E PIN r"► Dfttn_..No_embar 28`, 1973 Gwen Marshall. Finance Director tt•-,N- Ronald Olsen, U*aity Office Engineer water project 315, Sw,set Blvd. M.E. (SR 900) , Water M-in Relocation Gwen, Attached herewith is a check in the amount of $1,592.85 which represents an overpayment of sales tax on the installation of the f water main by the Frank Coluccic Construction Co. t This money was ariginall, paid out of the following accounts: t f 90% U.A.B. 302/542/13/63 (18) $ 1,433.56 101 F.W.T. 301/542/13/63 (18) 159.29 $ i,592 85 This money should Le placed back in the same accounts as shown above. �4 1. —t — k i,i i:1 mx�• Ted 1+.mnett �. Frank Coluccio Construction Company, Inc. SEWERS • WATERMAINS • UTILITIES 9eM EMPIRE WAY SOUTH SEA'-,Lk, WASHINGTON 98118 1206) 722.5306 ' INO November 2i, 1973 City of Renton Public Works Department Municipal Building Renton, Washington 98055 Attention: Ronald L. Olsen, Utilities Office Engineer i Gentlemen: �. Re: Water Project #315, Water Line Relocation, Sunset Blvd. N.F. Per your letter of October 17th, 1973, regarding the t` Sales Tax on the above project, we have taken a refund from -- ! the State of the 5x Sales Tax in the amount of $1913.48, less the Use 'fax payable on the material of 52 on $6412.60, or $320.63, making a net refund to you of $1592.85. This refund is, of course, subject to future audit by the State of Washington Department of Revenue, and we have so endor.ed the check. Very truly yours, FRANK COOLUCCIO CONSTRUCTION COMPANY Office Nana;er. awr encl. Fro u. III 40v �'4 PUB..:c OLFT. C1.1 f Or f._ JdWIN ti. f _ lath, CITY OF RMOId—UTMITIF,S DEPT. MASURI.R'S STUB Cedor Rive,Pork — Renton — Phcne BA 6.5150 RENTON W)LITILS DEFT. MAKE CHECKS PAYAi F TO CITY Ifef-ASUP,[2 DATE June 15, 1973 Cudar Rivcr Part P.,nfon. Wa:-in3ron SUNDRY SALES BILL No. 3471 SUNDRY SALES BI: L t.o. 3471 _ rWach. State P.i:7L .y Commission f Attention: Jerr. F,dvarde wact,. State Nirha�ay Ce::.:,ir.•.ion Attcution: Jerry Edwards Office of Dit,iri L Enginerrs D.tst. #7 Office of District Engineerc Diet. *7 V. t, g• 10� r'. ,:. J J th t. ) •, r . tcc_.�sy.r I-B-I.l.-vre. W, hington 98^J4 I� AMotwl DUE r6% 653.46 L65e658.46 wo 2665 I #CS 171301 U. SR SDD 1 w0 2675 116'_h Ave. S.F. to 13P,th Ave. g.E. w0 2676 wator I•iun Reuo vtinn, City of Renton NO Vj& A6reewcnI.: 9GC 3036 r 3 Billinr; for certain utility work in accc,cdz:nc, with 7•r.,.:r,rnf 1vr i�Lail•Attarhea. by ;og 46 h 865,65 ,46 Loss /d `7 ra,toar _4":4 a ... . . . .. . S'fC1Ta: t.✓errtlwy" fLMl�od� � �59041L� '. i i I! I p I S. S. SILL 3471 ,tv.� �e Av - .*v ItINWON SIAIL , iLnurf J L.ur, 'I,n,rlpryV HIGHWAY COMMISSION J4 [)IPAKI.kIfNI UI IIIG11\'\'A\S Olympia. Wan,n p gcn BB504 OOa (2O6) 753-6003 p,yrw' November 21, 1)73 rX, City of Renton Municipal Building 200 Mill Avenue South Renton, washEn_oton 98055 Re: CC-3036, RS-125 3671 Gentlemen: Enclosed is a State warrant to the aeouat of S5q,092.61 for work covered by Agreement CC-3036. Ten percent of the project costs, or $6,565.P;, is retained per agreement, pending, verification of actual costs by our auditors. Very truly yours, G. H. ANDRrWS Director c- Piphwaye By:; J.MILLIG N Finance Offirer GNA:.TM!t1d STATE OF WASHINGTON OFFICE OF STATE iREA51RER OLYMMA WAARANT NO. 1.1a )�),J'ot. bl ', se657 1 St i Tom:ONWOF = PAY THIS AMOUN7 ♦4 XCv - PY YM1 X_ 1.t KCNTON CITY TNEASUFtR 405 11 126 173 "+'r' i9,092 161 MUNICIPAL BUILDING 200 MILL AVENUt SOUTH RENTUN WASHINGTON 98055 tV t16OMIU, - 'I11AW11AWLL'W10 .'d I Mnu:.ei ,• L a C 1wf3 5:;7t: PW "4 AMN r r p THE CITY OF R.ENTON MUNICIPAL B:SILOING 2)OMILLAVE.SO. RENTON,WASH.9W55 �9n tp' AVER V GARRETT,MAYOR Q PUGLICWOR:(SDEPARTMENT Oq aka` Warren C.Gonnasoa, Director Octobe' �2, 1973 Frank Coluccio Construction Co. Inc. 7778 Scw.,rd Park Ave. S. Seattle, ..°rshington 98118 Attention: Alberta Subject: Water Project 315, Water Line Location Sunset Blvd. N.E. Y`I d1" ,��`. Gentlemen: o yr� It has come to the attention of this office that during tsle Y-cessing of our bill to the State Highway Department for the cnrutru,.:ic.: of the water ; +Az line in Sunset Bled. N.l.. that the City has mistakenly paia saies tax y^.� where it has not applied. The "rats-ili twa kffle� t-TEitvxax�-.�-ss_.43.r}--»-emeuw>=.F+aid. f r *-x '• you ..installation chargac.- z It is my understanding that you have paid the state the ta.x Sue on this ` job already, it is therefore requested that you submit a claim to the bureau of Revenue with the statement that the ta : was rr'aaver G_ntly inclu- ded in the total estimate. v -r The state portior. of the total contract was S?l,Co7.50 hl ucl $1,083.38 (58 Sales Tax) . Thie $1,083.33 represents the portion inadvertently paid to the state in error. Enclosed is a letter received by the City from t:Le State: highway Department stating this i- in conflict with Rule 171 ft Pr ,p-171) . The person to contact at the Department of Revenue is Doi ++:-r:'cxs ton, hi<aring officer, 753-5567. If you have cmy questions, please contact this office. Very tnily yours, !s Warren C. Gonnasc;i, V.P. Public Works Director konalu L. ulsen utilitles Office i+ngin%::,_ RdOl pmp r' r'' ;x Y dl •.4It 'Na n•.wr i-' !rani[ Coltixncto Corutructio. C3., Inc. 7778 Sward Park Ave. S. Seattle, weshingtm 99118 Attention, Alberta Subjects Water Project 5714, %star Line Rs:oretl.c, - '.s Latta-- is to Clarify my previous letter doted Oetrber 2, 1971 With regard to the state riles tax on the oformentioued ester main project. the entire project falls i:i the category of a utility replacement duo to a street project, Which weld masso by ib:le 171 (WAC 438-20-171), that the City wAlld not be liablm for state sales tax on the labor portion of the iMtalla- tlan. The City paid a total of 01,91S.48 against the Se Sale* Tax bid ices, based on the total aon,ract price of $4r•.192.48. The only sal&@ tax payment which is a legal requl:Seem by Rule 171 is that portion of the $1,913.48 which Was actually incurred by the ccntraatcr When purchasing material items. please Arras" to snlq,)ly a list of tho&@ items, With purchase price and esles tax cant, togethot Wit], a rebmbursemaat check for the total determined as an over-psymene of tax by the City. The City Will segregate that amount that was to be bi.led to the State for their participation in the project, upon the return of the tax acniea o.nLd in srror. w0t4v alas •ralwod is a copy of the final estimate for this project. City supplied the bear material for the project. If you haw any other questions places contact this office. Thank you. Very truly yours, Richard C. HO%btm Utilities angimser Ronald L. 01een Utilities Office 2ngineer R10aprp amelesure WASHINGTON STATE small, HIGHWAY COMMISSION / ► overnor G.H.Andrews`Oirecfw lEvans-0irectof � CIMEtiI i)r HK;H WAYti h Office of District Engineer Ofetrict 7 1O606 N.E. 4ch Street Bellevue,Weshingtcn 98004 October 3, 1973 w l i 197; City of Renton - Utilities Department 200 Mill Avenue South Renton, Washington 98055 C.S. 1713U SR 900 116th Avenue S.E. to 138th Avenues �r Attention: Mr. Ron Olsen Water Line Relocation " iat City of Renton Agreement No. GC 3036 Gentlemen: Enclosed for your information are copies of Rules 170 and 171 as requested by Mr. Ron Olsen of your office relating to the applicability of sales tax to work done under agreement No. GC 3036. Also, please find enclosed a page from the Washington State Hiqhwly Commission + - Control Section Tax Table indicating no sales tax for control _ection 17130) . "y The agreement Emits were within this control section, Very truly yours, E. 1, ROBERTS - District Epgineer / ii�- / OCK E ls[n ct a[ilities Engineer _ 10637 N.E. 8th Bellevue, Washington GLE:st Enclosures lnhn N,Rupp('hauman Herold Waist Bake, Iwna R^am A.H.Faker Herold 1.Beulac same l.e.au wan,w.u, see+,�. ar.m,m,n ...rcery 1 k �R THE CY Y 014 R!"A g o MWP ,COPAL BUILDING 200 MLL .VE SO hENT73 J,WASH.98055 is Op �. AVERY PUBLIC WORKS DEPARTMENT , Warre,, C Gonnason, Director 09gTFD SEPIE"o 1atober. 2, 1973 Frank ColucCio Construction Co. Inc. 7778 Seward Park Ave. S. , stattle, Wash_ngton 98118 Attention: Alborta '( _ Subject: Water project 315, Water Line Locst .r: Sunso' 11r%�. =a.li. tt{• r'Tr �1 Gentlemen: n it has come to the attention of this office thai luring t':c prozessing of our bill to the State Highway Department foe ne :onstru: i.an o? the wafer „ya,�+4, line in Sunset Dlvr.. N.P. that the City has ;ai:,t -Kenly Iw.d sc.l_a tax ' where it has not applied. The State Highway Department will not Lilo City .lie amount pai+ for tax in your installation charges. 1x= It is my understanding that you have paid the Fru+-e the t,v due nn this c;s . job already. It is therefore requested that submit _-,7aiw to the Bureau of Revenue with the statement that 1 .+ +.a.. was rvc:-tontly inc1L- A.. ded in the total estimate. F�The State portion o; the total contract rns 13.38 (St `t Sales Tax) . This $$1,063.38 represents the y,i, .n inadvertently paid to the state in error. Enclosed is a le2te1l received by the City frrr '!:<r State Highway Department a,ating this is in • onflict with Rule 171 'W,� i-20-1':1 Tho person to contact at: the Depar Want of Revenue is 0`,l ston, FtL .r:ing officer, 753-5567. It you have any questions, please contact uJ, -ice. very t: �Jy yours, Warren Cbnnas�n, Public iork:" Directcr �� . C. Ronald L. Olsen TJtJ,li Ls Office 'tngillL REO:pinp s 3 WASHrNCTUN SPATE '-�-- -� J , Evans'C;ph HIGHWAY COMMISSION r: !I Andr, lL G.fARTMENT Of NIGH WA15 ,- - Office:of District Enyinee,.- ❑.ttr.ct 7 IL;506 N.E. 4th Street GG116vu0.Wauh,npton 9BOO4 ---� t September 27: 1973 City of Renton - Utilities Dept. ' 200 Hill Ave, So, Renton, Washington 96055 Cs 1713U SR 940 116th Ave. S. E. to 13L'c , Ave, Water Line Relocation City of Rcnton Attention: Mr. Run Olsen Agreement Nu. GC 3036 y. Dear Sirs: This office is presently processing your billing for LLc aLovo subjece agreement, however, there exists a billing discrepancy requiring adjustment before this bill can be transmitted to headquarters for payment. Under item hV02675 a total amount of $22,750.88 j,e indicated as payruent for "Installation of Mainline by Contractor'*. This a unt includes the cos; of sales tax and herein the discrepancy; sales tax cannot � applied i this particular Casa as application would be in conflict with Rule li7l,(WAC 45e�-20-171). It is, therefore, requested teat item 61J02675 be adjusted accordingly, reflecting the actual cost of construction without the inclusion of any sale; to;,. The original billing is enclosed for ail necessary adjustments. Should you have any questions regarding this matter please contact i,r. Edwards of this office, phone 455-7110 or 455-7109, for assistanc,: , Very truly yours, E. I. ROBERT" District nyinuer J, SEHF' it EngincL, 10637 H Bellevue, ,+ i .:...r/f:15ia'..S^^^.WNa::..r:�16.:.�..-',:a.f&:...a, . �—= ,, a.wr,rewlu., r..-...Clsr.,...-,r.:.:...�..�.:r.,T.R�tI�,�G71Mv.�Yv„rrr'r►ew.rda.,,hr.r SUNSET BLVD. E. FROM NE 12TIl ST. TO 13 8TIl SE W-315 AVE ;I. TJ E. CITY CI` '$' ' To_a 1 _Tot _ � Suh al i E9LIPldte I Tst.3I 3asic ' ',ujusted TOTALS THRUTOTAL• —� cnrticn bni•; Qaarttit of of !! j Unit unit Price TN[S ESTIMATE LAST ESTIFLITE ;OfAL Y I Quantity Group Price 1i= Per Grcu r.- __ 1 - P� ,an. Amount Ouan. 4:T .,:a, .,; s Ea. • 13 - i mount 6 Quan. —k-aL.-j- eq. - 1 1 r 1 _ �_-- .61 r - - -263.55 LF iC00 A ` r t i3 .C:�c :. '.-1 's•• i LF 630 ---- \ _ 26 - - _P3__ 146.67 — -- s 2 I 1 26 43 i- - 1 _ i r-----i 75.76�. .44 LF 1�- c 2p -- - _ - - _—._ - - _ ! 1 30 P6 880 7 - . 1 3O y - - � 4 2 T5 C,rc>>:, 2" F 7965 - 2 521 04 r! - 1 i 1 1 85I 1.•.22 3 448.4 --- _ 2 i.ES P3 - ---� _ -_ 99 2. Fib • \ i 1.781. G Cuit, 2-112 }i 1 r .. " LF - } � - 3.33 i 9 42 I ` 85 3 3s Rr,—�------- t-- -- -- T � � • LF 1 4 5 � 2.99 �► --_..--_ 13 Traf°{c SiGnal :lireL.S. _ I 9 86 f / I L.S i 1 4712.0 '" 31^7.09^ +.._> _ 2 4712.00 1601.91' -i- - >`_ � tr ! i? Street Light Aire `2 LF I 4000 .22 { St, reet ire 4 LF 19000 - �I a T 25'' — t -09 �- f °6 + LFT .20'- ---=- - -13 i. .07 600 2 ; ^e attached data sheet - Includes advance pay,,,*n for +.•� _ - . • � } -{Yy�},.�_�,._y.�, conduit Ira.erisl. •aii 's +..h,?.is:. `+ri��A1.+N1}.TC'a;"wi.�`• �. �r nL_ t ' - t 5 c r;77�uf psi CITY OF RE71TO14 SU'.SET Dl�'O-�ED_•IG;1CS AVE. N.E: TO EAST CITY LIMITS {- - -- - 6 PROMS SIGNALS, STRELT LIGU-;GT', AND,RLLATED 1':ORK ES,I!.ATE n,. I DATE November 10 2 Pa i� d -' ,roun. I - SF,^iC of I3rticinating Item, Price --- - -_ ' TOPICS ! :r. ^ - ' e` n'rt;.i^atin^ Iten Price 1 Ci'„ s artici;atin, Portion City of. id ;rice i.e. ';on-Particioatina) City —T_'---- --r--- ---_-- - �L —.; T Sub-Total I Estimate Ts •atP TOTALS TYRO TOT', riotion Unit of Tait Unit WIS ESTI'ATE LAST S7 "A I of Group Uri mt Price T Quanti ,i Haan*itv 1 nrrcP �.. ^r Grnun) ouan - I^ro n `i�"'1 ^-l; 'cunGaticr,. Ea. - Leant Haan nuao ^- t DATE,, eV 226.00 76.9C -- -- — i .� un 2 Srgnai Pole Foundation, Ea, $ ' 1 2'r•09 . _ 149.02 —.__ -- - - b'0" Cezp 2 226.00= 7c.9g +' 3 ; Pedestrian Post Ea. i 16 - 1 Foundation I ___.._ Go.00 -� i 2 E?.00 23.16 - a Signa. Controller Ea. 4 _t _ - ,201 .00 _ 132.54 _ - - — — i Foundation 2 201 .09 . (J.46 — It----i 5 Si^r. Pole Foundation Ea. 1] 121.00 - * ---- --- r _ _ r f5 o,. 2 129.06'- 43.9A - - - --- - - — — - - b Street t. oht Pole Ea 5 _ l Foundation, 3'0' Deep 3u.?4- r— � 7 Street sight Pole _ Ea. � _ 1^^.n4 71 22 cunda_ion, <'J' 0eep - 4 - -- 1 J� 3� 7O " •1 3 Gall mount °racket Ea '- - - - --- --- - - :-- I . . 5 1 2 - t 3 1'2,terpCyQ-c•or Ga Z- - --- 1--� 114_ .00 - ?1 .77_ - .ir raa ion c ail 23 fr - .10 Tyne I --- — — _ _ . _- -- :. - i—_ _ i pp. L UY,� 4 - - CITY OF REWON CONTRACT PPOCRESS SCHEDULE � rj 3 PROJECT # C.A.G. 42060-72 SUNSET BOULEVARD IMPROVEMENTS EDMONDS AVENUE N.E. TO FAST CITY LIMITS ' - f CONTRACT i ACTIVITY AMOUNT SFPTEMBER OCTOBER I NOVEMBER DECEMBER JANUARY FEBRUARY MARCH APRIL MAY Trenching, +nder4round 1. , Duets 6, Junction Bases $70,423.00 {�. Complete 20 40 t � , 1 on5 - --- �. Cop- ,ate Foundations -ai Bases =�141089- Go Complete ---- 10 ( 60 30 Ar..e unt S 1,500.00 $ 6,500.00 S 4,089.00 , dare Pulling $13.410.00 2 Complete 50 50 Amount Master Contractor $ 21806.00 s T Complete 100 A.:..ount $2,8G6.CU Til -ic signals $18,348.00 n C lets 10 40 90 Amount $2,OOC.OU $7,000.00 9.348.00 Street Light Poles $14,2Q7.00 _ �.. S Complete 30 70 Amount VAr $10,293.00 ,. iscellaneous and h Clean -lip $ 2,(119.37 t C lecc `� 100 Amount /3,soo" 9 ez7o a-0 o4p 3 2.010.37 37 f i. ._ .. ..� .........rw-.ae.w -"AM�yF.lM4iTMP+.'I:`iol+Y.t+w.wY+.: ��M+i! WYYM1".R4�111MW��' •.u.u.. BEGINNING OF FILE FILE TITLEZY SunSe� 'l ,vc) . Vrorn - �a 13B}ti Ave. S � � ry j 1 Now I w CITY OF PENTON N.E. SUNSET BLVD. - EMKOS AYE_ N.C. TO EAST CITY LIMITS PROGRESS SIGNALS. STREET LIGHTING AND RELATED N04K ESTIMATE NO. _ 2 _ DATE 14 VEM&ER__30.1171 Paid By is Group i - 65.^4E of Participating item Price TOPICS Group 2 • 34. 65 of Participating item Price City Group 2A • 100`I of (01d Price less Participating Portion) City Group 2B = l0ci of Bid Price (T.e. Non-Particinatinc) City 1 1+ Total Sub-Total - -' (Mid Estimate Tstimate I basic Adjusted t TOTALS 71'RU I TOTAL THIS LSTIMATE LAST ESTIMATE i TO DATE Iitem! Uescription Unit of of Group Unit Unit trice - . _ _ _ ,;_ _ ,; uan'ity ^uantity Price ;7 Der Group) Juan. Wm unt Ouar. l-iount Nan. W u'�t - ) Signal Pole Foundation, Ea. 8 1 _ 226.00 149.02 7'0" Deep 2 226.00' 76.98 i Signal Pole Foundation, Ea, V 1 226.00 149.02 { 6'0 Ueep 2 ;26.0`i 76.98 " w 3 Pedestrian Post Ea. 16 1 66.00 44.E4 Foundation 2 68.00 23.16 r { 4 Signal Controller `.a. 4 1 201.00 132.54 Foundation 2 2D1 ,00 68.46 5 Sign Pole Foundation La. 1 1 129.00 85.% 2 129.00 43.94 6 Street Light Vole Ea. 5 1 91 .00 60.01 Foundation, 3'0' Jeep 2 9).00 30.99 1 Street light Pole Ea. 61 1 108.00 71.22 i Foundation, 4'0' Deep 2 .. 108.OD 36.78 _ 8 Wall Mount Bracket Ea. 6 - 1 253.00 166.83 2 M.N . 86.17 - 9 Master Contactor La. 2 1 12a,O0 81.77 . Cabinet Foundation 2 124.00 42.23 10 Type 1 Junction &,x Ea. lG7 a 96 4369.00 96 436800 1. 96 2256.00 46 2256.00 A 77 SUPPLEMENTARY DATA SHEET FOR.TEMPORARY RECORDING OF ADVANCE CONDUIT HATER..., PAYMENT I Ec to E. City Limits tay_ 6. ' I0 ;NTITY TYPE OF PRICE TOTAL GROUP ADJUSTED CONDUIT TOTAL BID BALA3CE INSTALLATION ITE" COIDUIT PER 100' PRICE PAID UNIT PRICE ITEM PRICE TO BE PAID WHEN PRICE - PER (S PER GROUP) (COND. I7 PL.) INSTALLED LINEAR FOOT (TOTAL) �12 iL 0' 1" dia. $24.93 $399.68 1 _ $ 263.55_ $ 970.64 S 707.59 j' 2 136.13 501.36 365.23 i 13 I 630' I 1 114" 32.71 222.43 1 146.67 564.40 417.73 } , dia. 2 75.76 292.40 216.64 14 16,820' 1 -�-112" 39.03 $6,564.85 1 S4,323.86 14,465_20 10,136.34 dia. 2 2,-235.99 7,000.80 5,164.81 i 15 7,965' 2" dia. 52.15 4,153.75 1 2,738.98 9,387.90 6,648.92 4 2 1 ,41a.77 4,847.85 3,433.08 116 130' 2 1/2'" 80.98 105.27 1 69.42 432.90 363.48 ff dia. 2 35.85 223.60 187.75 ' 17 ! 85' 3 1/2" 137.67 1i7.02 1 17.16 254. 15 176.99 dia. 2 39.86 130.90 91.04 t ti. i i .. c P f; p } .NE SU SET BLVD - Li 1NDS AVE NE TO E. CITY LIN, ;tST JA ~1 1, 173 _ ItATE Gam. P"GE.5 1 ' Total Sub-Total± g Estimate Estimate Basic j Ad usted TOTALS THRL'Bid { � ! TOTAL 1 Item; Description 1 Unit °{ of Unit { Unit Price THIS ESTFlATE LAST ESTI".1TE T1) DATE Quantity Quantity Groupl Price I(k per Group) Quan. Amount Quan. Amount Quan. , Amount 43 Street Light Pole Ea. . 65 1 ° 1 176.00 lio.05 1 I . ITG—Do 44 Street Light Pole 262.001 - 172.76 - ---- t Double Davit 62.00 E9.24 45 Warning Sign Ea. Installation ' i 1611.00,00I062.f, ? 16111 S4G.71 { —� ---�-----,4 TOTAL GROUP 1 (TOPICS) TOTAL G^.OUP 2, 2A, 2s Ii fat 5.3 4 NON_PtRTICIpQjING 4, c53.9� 1 GRAND TOTAL .77 LESS AMOUNT RETAINED 00'a $o to S100,000) �I4� I L _over S100,000 ) fi �, �q g( I Sg- S I AMCUNT DUE CONTRACTOR i i i I : f s # { i Yi SL".iSET BUD ' EOItDS AVE HE TO E. CITY LIt1IT" r J+�N I ? ' '►'S 'LSTIMIAVE NO. I PAGE 4 _ Total Sub-Total � TO THRU TOTAL Estimate Estimate Basic Adjusted ` ' THIS ESTIMATE LAST ESTI ATE TO DATE )] gid of of Lnit Unit Price Item Description Unit j Quantity Quantity Group Price {% per Group) I Quan. Amount Quan. Amount Quan. Amount fr* ' rench and Backfill, 4. LF � 4235 41 1 49 380 28 24 3 24" aide, 42" Vicep 4 75 2 _ .40 .167 880 146.d6 4175 i 1 .42 _I.4Y ?30 ii-. i ry Q GO 2b 1 .91 1.91 �238*75 --� f 25 23F-' s k34 Trench and Backfill, LF ! 2643 2643 1 49 ___ 323i' 30" Wide, 42" Deep 2643 2 .49 ^167 - 2643 2A 1.66 1.66 t 35 Select Cackfill Ton 4 3 1 8.50 _ 5.60_ 3_ 2 8.50_1__. 2.90 -. - 1 2A 8.50 ' 8.50 36 1 Controller Cabinet Ea. 4 1 299.00 197.L` _ 2 299.00 101.84 - -- i 37 Master Contactor Ea. 2 1 1403.00 -925.14 I and Cabinet 2 1403.00 47).86 I -- - I 33 ' Traffic Signal Pole, Ea. 8 1 542,00 Type 9-1 2 542.00 94.61 1 39 Traffic Signal Pcle, Ea. 7 1 582_0 3E3 77 I I { Type D-1 I 2 582.00 193.23 40 Traffic Signal Pole, Ea. I I 1 582.00 383y77 Type E-1 2 582.U0 i 198.23 41 Pedestrian Pushbutton Ea. 67 1 �5•=�}_---31 -4 - ~' `� and Sign 2 5.30 1`81 (! I -- 42 I Pedestrian Pushbutton Ea. 16 - - 2 59.00 20.10 i � Post s� • [4E-SUI6Ei BLVD - MION'DS AVE NE TO E. CITY LIB ; ESTIt,A7E Hi. { - PAS"c 3 _ - Total Sub-Total TOTALS THRU TOTAL Estimate s-F Ltmate Basic Adjusted THIS ESTIHATE LAST ESTIIIATE TO DATE Bid of of Unit Unit Price i Item Description Unit Quantity Quantity Group f Price (a per Group) Quan. Amount Quan. mount Quan. "wit 23 ` Street Light Wire €10 LF Soo 1 12 .08 ! 1 2 { .12 .01 24 Street ht hire =14 Lf 1030 { 1 .081 .05 2 0811 — .03 25 { Interconnect .Are 11/C I if 8500 1 .60I 40 0 _ 2 1 .60 .20 it 26 i Warning Sign Wire LF 1300 1 .131 .09 I 2 .131 .04 { 27 ! Vehicle Detection Loop i LF 3240 1 .591 .39 1 .59 .20 11 { 28 Trench and Backfill , LF 5030 11 60 19.38 12" Fide, 13" Deep 3610 2 49 167 "= 29 Trench and Backfill , LF 45_9 d" d 1 32 I 18" Wide, 18" jeep d4 4 2 i 49 .1167 ( 4464 2A r '9i _ .23 It1 ab 2s I R� 1 --7 j 30 Trench and Backfill, LF 1165 1 1165 1 1 1 .491 3 _ I 24" Wide, 24" Deep I 1-,b5 1 2 1 .49 .167 11 1 1165 2A 56 _ .56 i I 31 1 Trench and Backfill, LF I 60 ii .49 .323 12" Wide, 42" Deep 60 2 it .49 i67 60 2A I - .91 .91 1, 120 2B 1.40 1.40 i 32 Trench and Backfill , LF 450 450 2B 1 .58 1 .68 18" Wide, 42" Deep x . j d — — i a 1 `5 I1E SC':SET lil'; .L a:"iDS AVE i1E To E. C.Tf Lk f'- ',r,'' �•' ESTIMATE RO.__I ' JAN 1-7 , J PAGE 2 _ I! Totai 1 Sub-Total _ 1{ I TOTALS THRU TOTAL Estimate �s[u:ate Basic ' Adjusted i THIS ESTIFLITE LAST ESTIMATE TO DATE Di of i of I Unit i Unit Price -r --y Iter riotion Unit', Cuantity ; Quantity Group Price {(a per Group) ; 'ivan. Amount Quan. Amo_it ^,uan. � stunt ------ t - - -- .-_ ? 64.00 43 50-� -- -- - - _ 11 Trr. .. . 'wl-lion Sox 1 Ea. '- 15 i - Q IZ " . t, 1' ) LF 1600 } i 1 92 _-- oi_- ---- _ 263.55 ----_• 1 31 136.13� 13 Gnu:,. '.-1 r4" LF 680 t 1 _ T 2G�_--_ _ R3 146.677 --- ---- --_. ' 2 1.26 ' .43 -i - 7- S i- --T--- ' C. 920886:T2 S51.9t 432g_ Ci 20 '4 +50.^" LF ! 16820 1 1 .3n _-- _ 1 .31 .44 ;. q 20285.02 2, 55. t ! 4 2 O{ 252 c 1 15 :ondui-, 21+ I LF i 7965 - ---- -- -1 1 .35 1 .22 _ 3c% I "r44.tov^; 2^ 3E Q8 r�St. • 348� $� I l� #' -- - 2 - 1 '85-fj--- 63 �SO � 1,781.22 .384.631 1414 , E-7 1 'i'4 -AO' -. - r ^ i6 Con,•'.uit, 2-112" LF 130 �l --s.o5j 3.33 69 42 y °4 �� I 2 5.05 ' 1 .72 35.85 — 1 17 Cc^.uit, 3-112" j LF 1 85 139.86At L.S. 1 i 4712.r 3107 C9 IS—Traffic Signal Aire I L. .j f I , 1 2 4712 00i 1604 al 19 ; Street Light ;:ire 2 LF 4000� 1 , 33I _ �2 y-�._- _ 2 30 i 11 ZO 1 Street Light 1:ire =4 LF 19000 j 1 25 ; _16 J ��-25 r 21 i Street Light l:!re =6 ; LF 6000 1�.200i __ 13 .20 1 .07 I! 22 Street Light sire y5 ( LF fi 6000 F_1 .151 :- i • See attached data sheet - includes advance payment for conduit material. ' MY OF PG;TON `,ZIT BLVD. - E ^S AVE. N.E.- TO EhST CITY L"1ITS e'"'' 1_`.arLSc:ai PROGRESS SIGNALS, STP ELT LIf,1;TIGG AGD RELATED `:ORK 1A nl i7, I Q^3 DATL 3leumlp __ Paid G_v j ! 7row) 1 = C5 94" of Participating Ite : Price- _ - TOPICS 1 rouo -^ = 34 n(,' c° icinating Iten Price City ! roup 1 - of i c ^rite less '=articiratirn Fcrticn) ! City I IrouP Cc - 10)'' of Price (i .e. ;,on-"artici.: ing) City i �� —�—� Total Sub-Total _ Bid i Estimate Estu ate i basic . +djus*Pd �- TOTALS TtIRL' TOTAL �iter escri-io^. , Unit of of ,rouD ; Unit Onit ^rice THIS ESTI`Y+TE LAST ESTI:ATE — TO DATE i Quantity nuantity Price n_r Group) '+uan 4:runt nuan. Amount r Nan+ nIcjnt 1 Sicral r21e Foundati,- . Ea. - )) 2 226.E 76.9� 2 Signal Pole F un ati_ Ea. F 1 22C.00 _ 1_.19 02 ___ _ _. I- -- ----- - ------ n" Leap -_ j 6 - p ' 2226.00 7G.4o !! j '; 3 j Pedestrian Post Ea. 16 1 6^,.00 ` 44.-4 ' � r � Foundation � 2 6?.00 23.16 4 i Signal Controller Ea. I 4 1 201.00 132.54 Fcurdation --_ -- _ , 2 201.0-^ 6c 46 '-�— ! 5 Sicn Pole Foundation Ea. 1 1 } - -- -_ - 2 4"S09_ -437-3a - -- - l ---- — - ._;- Street Licht Pole Ea. 1 5 1 91 ,010 6( .01 9 Foundation, 3'0' De=p I 2 91 00 '0.09 - — - — - --"-- 7 Street Light Pole Ea. 1 61 71 .22 1j Foundation, 4'0" Peep i 2 108.DO 36.18 - 8 ; ::all "cunt Bracket Ea. ' 6 1 253.00 1F•E,8 17- Ea. 2 3 9 t'aster Contactor ; 124.00 81`71 1 1 Cabinet Foundation ! 124.00 h2.23 I 10 ( Type I Junction Box Ea. 101 T, if f, • / r u + y DATE November 14, 1972 TO: Owen Marshall , Finance Director FROM: Bert H. McHenry, Acting Director of Engineering % SUBJECT: Estimate No. 1 0-72 Project: Sunset Blvd N.E.Contract Signalization06d Illumination • Submitted herewith and recommended for payment is Estimate No. 1 for work, ;. rrformed by Rainier Electric Co. "-- Amount previously paid Contractor 3 0 Amount previously retained 3 0 Amount retained this Estimate 5 1,542.48 Amount due Contractor this Estimate $ 13,887.99 TOTAL $ 15,424.77 f The amount due the Contractor this Estimate is $ 13,881 99 ,i to be paid from the following accounts: 'JA B 110% 301/542/13/63 (18) FT $ 12,493.79 1 TOTAL S 13,881.99 i i BHMc:mj �c ` _.=�_ cc: Project Control DATE November 14, 1972 TO: Gwen Marshall , Finance Director FROM: Bert H. McHenry, Acting Director of Engineering 1 SUBJECT: Estimate No. 1 Contract No. 2060-72 Project: Sunset Blvd. N.E. Signalization 8 Illuminatirun f i Submitted herewith and recommended for payment is Estimate tlo. 1 for work performed by Rainier Electric Co. { Amount previously paid Contractor $ 0 Amount previously retained $ 0 Amount retained this Estimate $ 1,542.48 Amount due Contractor this Estimate $ 13,881.99 TOTAL $ 15,424.17 t The amount due the Contractor this Estimate is 5 13,881 99 to be paid from the following accounts: UAB 90% 3„2/:)4</7.3/63 (18) $ 12.493.79 , FT 10% 301/542/13/63 (18) TOTAL $ 13,881.99 '. lY BHMc:mj — cc: Project Control ! T �f r' , t Ilwnr� qM M , I*T:...,M,.,,y • lr.y .4'.,w-af:,#�yuq' 1 r r.dv�l1 'e. a �fi.WYl1Y+/1"�+/{+fY .. q. ' o } Y i t zt Dlvi. SUPPLEl,'V;TARY DATA SHEZT FOR TEMPORARY RECC-JI7iu OF ADYl iCE CONDUIT t,ATERIf:. PAl! -ZNT � La. to E. Cizi Limits s • tt is 32D V AITiTY TYPE OF PRICE TOTAL GROUP ADJUSTED CWDUIT TOTAL BID BAtt, CE I' S ITEPI � . CO DUIT PEP. 100' PRICE PAID UNIT PRICE ITEM PRICE TU 6E FAIO kR�t PRICE CE? t (COV. IN PL.) INSTALLED L'.l t I (% PER GROUP) 4. I° dia, 1 S21.93 $399.63 1 S 63.55 $ 970.64 S l'.C? { 2 136.13 5D1.36 a 5.23 1] 6SO' 1 1/4" 32.71 222.43 1 146.67 564.40 417.73 dia. 2 75.76 292.40 216.64 11 1 '2" e j 39.03 .6,554.85 1 $4 3 3_°6 14,465.20 10,136.34 s ' !! dia.' f i 2 2,235.99 7,400.80 5,164.81 •.- . _ c - 'i5 2.738.98"'7,96i 2 dia. 52.15 4.153.75 1 ,1 �3,Ri�p e ) i 2 1.414.77 130, 2 1/2" 80.98 105.27 1 69_42 432.90 363.43 :A i.v ..-t . i dia. 2 35.55 223.60 181.75 t .7 85' 3 1/2" 137.67 117.02 i 77.10 254_15 176.99 ,^ ; dia, 2 __-39.86 130.90 91 -04 -w). I rE SUNSET BLVD - EOM MS AVE NE TO E. CITY LIM, LSTkMTE W. PAGE 5 __— LLstwate l C -Total Estir.:ate Gasic Adjusted ! TOTALS THOU TOTALTHIS ESTIVATE LAST ESTIi'ATEBtd of Unit Unit Price TODATE Item Description Unitty Quantity Group Price {% per Group) �uan. Amount q Quan. Amount i Quan. i A^-cun-- t j 43 : Street Li pole Ea. 65 1 l7A C0; 1 ic.05 _ 59.95 44 Street Light Pole Jcuole Davit 262.001 172.7 c6 f _ _ 2 00 L 69.24 I , + 45 Sarning Sign Ea.� i 1E11,CC 1062_29 . _ 1 __ tl Installation -- I � i 1 '{ 1 9.189.58 11 . TOTAL GROUP 1 (TOPICS) ! + TOTAL GPOUP 2, 2A, 28 6,235.19 GRAM TOTAL 15,424.77 11 ' LESS AMUNT RETAINED —r i lob $O 10 5 to 1,542.4R a ! ( 5. over I O 1 ' AMOUNT DUE CONTPACTOP. �� I ! — n 73,081.99 i 1 . 1 . M UZn ELYD EDKONDS AVE NE TO E. CITY LIMIT- u.G.s+ ;Ira !E.*t * •2 ESImlE hO. PAGE 4• ` Total Sub-Total , Old Es u..ate Estimate Basic Adjusted ! TOTALS THRU TOTAL of of Unit Unit Prire THIS ESTIHATE LAST ESTI'mATE TO DATE Itec. Description Unitj Quantity Quantity Group Price f % per Grou t i P P) Quan. Amount Quan, fawunt Quan. Ataunt 33 Trench and Backfill. Lf 4235 31 49 1 Z4" iiiie, 42° eep i 4175 2 .49� 323 880 2R4.2�4 i ,16i 880 146, I � 4175 2A 1 ,42 �_ 1 .42 I 60 2B 1.91� 1 .91 �238,75 34 ( Trench and ackfill, LF — r 30" Wide, 42 ' Deep � 2643 2643 —; i�44- '12� .- 49 ;. 2643 2A 1,66 1.66 _ — -- 36 1 Select Backfill Ton 4 1 8 50�_5.60 i 1Oil — —_L_-2a I_ 2-94- - — { i----- _ 8.50 — 36 Controller Cabinet Ea. � 4 1 2S9.00 197.16 + 2 299.00 IC .84 ?7 Ma ter Contactor Ea. 1 --i;- -- -------+�—_ E and Cabinet 1 14Q3_Q0q—_125.14 i 2 1403.00 1 477.86 f 38 Traffic Signal Pole, Ea. I 8T`'2 ---- ` 1554422.,0J 57,39z _ I �184.61 li e y _ 39 Traffic Signal Pole, Ea. ? 1 582.00 383.77 Type 0-1 _ i 2 532.00 79§ 23— '� 40 Traffic Signal Pole, Ea. 1 ` 582•r $83 77 --��- i ,e E-i ' F32. 19C 23 41 i Pedestrian Pushbutton and Sign l 5•�� 3 49i1 Tii 42 Pedestrian Pushbutton Ea. l 16 , _ _—e Post 2 59.nO _390 � S9.U0 20.10 }i E NE t. CITY LI:`. y,..�.,.j:.ae-� ?A E3 � , Total Sub-Total Estimate Estimate Basic Adjusted TOTALS TtiR;! TOTnL . ' VIP 'jd of of Ulit Unit Price THIS ESTIPIATE LAST ESTMATE TO ;aiTE o Itw, Description Unit Quantity Quantit Group Price i Per Gr p oup) Quan. Amount Quan. Acauunt Quan Amount •> 23 1 Street Light hire 410 LF S00 1 .12 �4 S'.re-t L,"t wire =13 LF i -- t ' $ ` !! ! Z5 _ Interconnect ";ire 11/0 LF 8500 1 .60! .40 I 2 60 ! 20 Y 26 1 harning Siqn dire LF 13p0 21 { Vehicle ;)election Loup LF 3240 � s t 1 .59 .39 :l 1 54 20 f ! 4 L3 Trench and Backfill, LF 5030 ! — — _�� �' 12" hide, 18' Deep "a ' 60 19.X' 3010 2 .49 .167 ---+ ' ! 29 ,; Trs,ch and 63ckfill, LF 4529 e i 1 18' hide, 13" Deep 4 4 .49 . 167 1 4484 2A .29.781 23 k — An c 33 i Trereh and Backfill, 2 I LF 1165 1165 Deep 1 49 c3 1 2C" hide. 4" 1165 — -- _ i 1 1155 ?A 56fi .56 s 31 Trench and Eack;`]l, f LF l00 60 1 49 .323 I i 12" bode, 42" eep ! 60 2 _eq :- 60 2A 1 I 20 26 0 1:43 --- _ I 4 1 32 Trench arq + a l;fi l t, LF 0 ! 45 4; 28 1 .68 1.68 utcp I ;i' � � .fir, � i• ; � �Y� _ > I . E i - i R NE SUNSET BLVD - EDMONDS AVE HF TO E. CM LIMITS ESTIMATF ND, f PACE Z -- ------- --•---_ `'' r - To-gal Sub Total- —_—_-� -- - - lr ----- ' Estimate �s�ii�s-1-! 1 Basic ! Ad�usteo TOTALS THRU TOTAL isle ! of of Unit Unit Price THIS ESTIMATE LAST ESTIMATE TO DATE lts? Description Unit quantity Quantity 1 Croup Price �(f per C T- +--- --' t i ►oiRp} Quan. • Mount ?uaa. Miount Sen. . AmoRmt yp 41 1Y T Conduit, ;unction Box Ea 15 i 2 69.00 23.50 1 LF 1600 1 .92 61 � �'1 O 515,,75 t 90 - 1 — 93 31 l0 1 1 6 2.oq 901 3f0. - a0 ' ?18.77 ,; 13 Conduit, 1-1/4" LF 68C 1 l.26 83 0 '5 230 141 31 10 208.11 30 34Q 42 _ --- : .43 30 72.98 10G r 07.49; ' 3D 0.47 6 14 Conduit, 1-1/2,' LF 16820 1 1 .39 .86 102.".2(a 14(054 13 19.E 1 1 .301 44 .L4(v35 1455.9z 533q."Si4t054 a77& 15 Conduit, 1` LF 796i I + _ 1-- -• . 1.85 . _. 1.22 1 18$ l G53.G1 45 87 8S3;4Y - 2 1 .85 63 t _ .- . _._ = 853.87 4500 .3 51 41 E�59� 4 a4 90 t1 tt _ 16 Conduit, 2-1/2" lF 130 5.051 3.33 i 42 f 2 S.051 1 .72 �� E35 f 17 1 Conduit, 3-1/2" LF 85 1 4.53 2.99 � - - .,a�I 89.86 18 1 Traffic Signal Hire L.S. ' 1 4712.001 -3107. _ 2 1712.00 . 1604.9 - 19 Street Light Wire /2 LF 4000 1 •33 __ 22 1 20 ! Street Light Hire /4 LF 19000 - --- -_.---- - 1JJ i _ .. 09 21 Street Light wire ;6 LF 6000 1 t _- 13 y" AL 07 - 1' , ? L22 Street Light afire 08 LF 1 6000 ; , � ---`•l�f t I -� d CITY OF RENTON Est zF i N.E. SUNSET BLVD. - EDMONCS AVE. N.E. TO EAST CITY LIMITS j PROt ', SIGNALS, STREET LIGHTING AND RELA En "IRK 1- ESTIMATE 16. 3 DATE -,Atk Paid By r Group 1 - 65.941 of Participating Item Price TOPICS Group 2 - 34.06t of Participating Item Price lily Group 2A - 1000. of (Bid Price less Participating portion) City Group 26 - 100% of Bid Price 0 Hen-Participating) City IA id -�J— EsE�ite {;a+ate Fasic Ad usted TOTALS TI�U TOTAL 1 Item Description �ifiit of of Group Unit Unit Price _ THIS ESTIMATE _ LAST E57IMATE _ TO DATE 1 Quantity Quantity Price (E per Group} loan. 1 hwunt Quart, an. Y - t _ -- - - ` - Qu n. A�o1HetT- i 1 Si T tole Foundation, Ea. B - - a 1 _ 226.00 149.0? 7'0- DeeD i 2 726.06! 76.98 1 } 2 Signal Pole foundation. 326.00. 149.02 { f 6 0. Otep 2 226.00 76.9R `- - -- 3 iPedestrian Post Ea. 16 1 66.00, 44.84 Foundation 2 68.00 23.16 ,M y 4 Signal Controller Ea. 4 - 1 -1 1.00 132 54 t - rt Foundation 2 20 M.001 68.46 5 Sign Pole Foundation Ea. 1 1 2 _ O6 6 Street Li t Pole Ea. 5 - 1 91 .00 ' 0. 1 i 1 -4 134.�i1 Foundation, 3'G' Deep 2 91.06; 30.99 - i 1 7 ttreet Light Pole Ea. 61 1 - 108.00. 71.22 -- - famWtlon, 4'C Deep - * - -. ..---- -. �- ---- --- 2 108.00 36.78 -- -- -� it = 8 Wall Mount Bracket Ea. 6 i 253.00 __ }66.83 _ - J 2 253.001 86.17 -- _ -._ f9 Master Contactor Ea. 124.00; 81 .77 Cabinet Foundation 2 124.00 42.23 �- - - - i� to ' type z Junctipn Box i Ea. i 10743�8-ou� A R -- —, is _ _1 . — 2�56.0o qF jzz��. y ." r .y { .r Com�a�tsoM 1, a NE SUNSET BLYD - ED1gfdS AVE HE TO E. CITY LIMITS JAt4 1 "7 ESTIMATE NO. 2 PAGE 5 Total Sub-Total I EsRui to Es- t mate Basic TOTALS TNMI TOTAL - !Bid of of unit Unit Price THIS ESTIVATE_ LAST ESTI11M TO BATE ' Ilts Baaerlotion Unit Quantity Quantity Groups Price (% per Group) �Q�wn,T Amount _�_- � t t r 1 - - Quan A�aunt 45 StrMt Light Pole Ea. 65 1 176.00 116.05 c Z 176.00 59.95 ._ .._ - r - --- - •— — A t i 4t Street Light Pole - Ea. 7 I 1 _ 262.W 172.76 Double Davit I r 262.00 139.24 — r �45 ' Morning Sign Ea. 1 1 1E11 .pO T06..29 {- - '- Installat,on 2 1517 .00 548.71 - y I + , TOTAL GROUP 1 (TOPICS) �A TOTAL CROUP 2, 2A, 28 u i 5, 545. 25 y G,-z 5 NON-PARTICIPATLN GRAND TOTAL 1, '5 15, 4 '1 � • il iQ(o,199 . �3 . -- n LESS AMOUNT RETAINED (10% so to $i no,00o) - 3, 1 � 2 . i 2 I, 5 4 1. 8 ! - 4, (0 13. 9 ( 51 over $100,000 AMOUNI UUE CONTRACTOR z8, 18 9. 10 1 30, iC1 1! 4 2, 1 19. O f I i ; i r ! 1s ME SUW T BL" - EMMS AVE ME TO E. CITY LIMITS ESTY' ATE NO. Z PAGE 4 1 � a Total Sub-Total Es Nall Estimate Basic Adjusted TOTALS THIN TOTAL - ` Bid i of at unit Onit Price THIS ESTIMATE LAST E„(MATE TO PATE j' ttwn; Description Unit Quantity Quantity Group Price (t per Group) Quan. I Amount Quan, j Alwount - --- 1 l 1 33 Trench and Backfill, LF 4235 �iZ: 1 49 . 323 < 735 E g3. 4 F +Sao ; e�. 2i I &A 5 I, 24- Wide. A2" Deep 41Z5 2 .49 .-- 167 <^ 4 - » 7_ , a8 �5 3i3 ". 70 y9 �L 361 be* TI 4175 2A 1.42 1 42 t7 88s7 .q , e0 3fo1�iT O �- -- - 60 26 1.51 1.91 hI i _O .i. c 1' ,i--i r i 134 Trench and Backfill , LF 2643 2643 1 .49 323 `7 3 • 7 �' +n� 3t.^ 30' Wide, 42" Deep 2613 _ 2 .49 .167 .. cz^, 5 , L . ox -i73T `- - _:643_ ; . _ LA 1.66 166 h 'c? -i _ � oq.s2 _ 35 ! S-elect Cackfi11 Ton a 3 1 - B.SQ 5.6n j j = " 3 2 S.S0 ?.90 1 2A 8.50 8.50 36 Controller Cabinet Ea. 4 1 299.00 197.16 i 2 299.00 101 .04 37 Master Contactor La. 2 1 1403.00 925.14 1 and Cabinet 7 1403.00 477.85 j - j 38 Traffic Signal Pole, Ea. n 1 542,00 351,39 Type B-1 2 542.00 164.61 » * - i 39 Traffic Signal Pole, Ea. _ _1 -; 582.OQ 383.71 Type D-1 ,1 2 582.0 19S._7 - - 40 Traffic Signal Pole, La. 1 1 - 582.04 383.77 q - Type E-I 2 582.00 148.23 -- - -- .. :; �.--- - - -- ---j { 41 Pedestrian 'dshbuttoo Ea. 61 r - _- - _j 5.30 3.49 + and Sign �- 2 5.30 i.el - � -- j. __- -_ -•- � - j 42 Pedestrian Pushbutton Ea. 16 �_ 1 59.00 38.90 Post 2 59.00 20.10 'i I ,11 I JAN HE SUNSET BLVD - EDMAWS AVE NE TO E. CITY LIMITS ESTIVATE NO. L PAGE 3 - --- - q Basic I Adjusted ] uantit I 1 _ { -Total Sub -Total Est I TOTALS THRU TOTAL • aita � sit Bid of of Unit Unit Price �,,TMIS ESTIMATE LAST ESTIMATE TO DATE Item 0escrictiea Unit O y Quantify Group Price (x per Orou I pI I Qwn. ; Mount Quan. Amount guar.: .Mount 23 ' Street Light Wre 010 LF - 500 1 12 0$._ 2 .12' 04 11 - 24 I Street light lore ii4 LF 1000 1 .03 .OS 2 .08 .03 - - i 25 Intercon-ect Wire 111C LF 8500 1 _ 60 40 i _ 1 2 60 .20 26 Warning Sign Wire LF 1 1300 1 - .13 09 1 ' 2 .13 .04� I _ ± i 27 Ve:Acle Detection Loop LF 3240 1 59 .30 � 1 .59• 28 -- Z8 Trench and 6ackfill, LF 5030e:IQ 1 .49 - 321_ ' 152� 991 ei !v0 9 ?6 t5$2 �,�.44 12" Wide, 18" Deep 3610 49 .167 15�2 254 . ; 1 rc� t0.- t5$ 2 2o4. iQ1 1420 26 A'; 49 1 29 Tren , and Rackfill , LF 4529 _.4464 1 .49 . 373 18" Aide. t " Deep ---.44$4 2 .49 _ .161. �20ro8- 34; 20v$ 345. �Csj 4484 2A .29 .29 20�p+ . 5 4. tout S94. 7z l _ i 45 26 10 . .71 30 Trench and Backfill , LF 1165 f 1165 1 .49 .323 ~855 ���• '� 855 . . i 1 24" Wide, 24' Deep 1165 _ 2 .49 .16) 856 14 ti. ^v 1 1165 ? ZA .56 i .56 @ SS 4 S-' i 31 Trench and Backfi l l, LF 180 50 1 49 T 23 12" Wide, 42" Deep 60 _ 2 _ 49 is1 t I 60 2A 41 91 - 120 28 1.40 , 1.40 - - 32 i Trench and Bdckfilt , LF 450 450 29 1 .68 + 1.68 .$.00. i 18" Wide, 42" -eep i00 I�g Ii. . t N p 00 10� !�y P ..r � 1 Rf �R 4 ��aar -eN JAIJ l"1, �3 _ NE SiNISET BLVD - EOIONDS AVE NE TO E. CITY iIMITS ESTIIMTE NO. Q PAGE 2 ------ Total ' j Sc 1 Estimate �Ti� I Basic ( Adjusted ' I'. TOTALS THRU TOTAL 1 {MA of of I ! Unit Unit Price THIS E� STIMATE LAST ESTIWITE TO DATE I Idali Description Unit 0uanttt Quantit y Price i = p - _ . Ouan. Mount QWf ?_ A.ie�wt t y y I Gnoap ( per Grou ): Quan. � Amount I 11 TAW III Junction Box Ea. 15 t Z- - 6209 ; 45.`W 4 . -- i 2 1 69.001 23.50 lE Conduit, 1" LF 1600 1 t 92 _ 61_ _ qO 39 99 40 92 ' 31 90 I 1 0. s 2 —• 1 T3 Conduit, 1-1/4" LF 680 1 1.26 .83 _ ; 0D I bl "l4 - - - 2 1 .26 . 43 14 Conduit. 1-1i2" LF IWO � _1 1 .30 86 9OQQ �7_8 4q }. u1 'J . 48$J.' l0019 10�'q.2ro F 2 l 1 .30 .44 909Q 2818 8 1 9 20 2$^ I .01 1001'L? 115 Conduit, 2" LF 7965 ( 1 1 .85 ; 1.T2 3b5O Si 97.go 850 3�i$3.F$ g3p0 2 1.85' .63 oSo; 14 s1 .G3 ~ 860 -4 50- St �-16 Conduit,* 2-I/2" LF ! 130 _ 1 5.05 3.33 2 5.05 1 .72 ! 17 lnnduit, 3-112 LF 85 i _ 4.53�_ 2.99 i 18 Traffic Signal Wire L.S.1 t 1 i 4712.00? 3107.0 t 200 T60$ 9� - j 19 Street light Mire /2 LF 4000 1 _ .33 . 22 _ - -- - --- _ _ ___ . -__ . - ; -_ __. _ 2 .33 .11 fZO i Street tight Hire /4 LF 19000 1 .25 . _._ .16 2 - .25 .09 21 , Street light Wire /6 LF 6000 1 1 —�?0,' . .13 -- --- - 1 22 Street Ltght Wire 08 LF WO 3 J AD _�14 rt 2 - t CITY OF RENTON N.E. SUNSET BLID. - EDlONDS ME.—N.—L. TO EAST VTTY_LIMITS_ a SIGNALS. STREET LIGHTING AND RELATED WORK ESTIMATE ND. DATE maid By--, ' 7- _ Group 1 • 65.01S of Participating Item Price TOPICS Group 2 34.06S of Participating item Price City Group 2A • 100% of (Bid Price less Participating Portion) ± City _- Group 2B - l(6'f of Bid Price (ire lion-Participating) city i l t oa ! Sub-Total `— Sid T � --�---- ----,�--— - - —_- ----------•---1 I 6110 to ! Estimate Basic Adjusted ! N TOTALS THOU TOTAL Item Description unit of of +' "IS ESTIMATE _I LAST ESTINAn TO OATE Group Unit Unit Price _ _ Quantity ^uantity i arice I(t per Group) t 0uan.I Amount pyan--T Appun Quan. i SirgMaal Pole Foundation, Ea. ; 8 1 226.00r 149.02 - t U' Deep 226.00t 16.98 (_ ^-- Y Signal Pole foundation, Ea. 8 1 226.00 149.02 6'0` peep 2 226.00 76.98 - 1 � 3 , Pedestrian Post Ea. 16 • _ 1 _ ' 6B4O0 • 4A.64 ! Foundation r 2 _ 68.00 23.16 4_ ' 1. �1 t : Signet Controller Ea. 4 I ' � � r 42.54 Foundation - ` 203.00 68.46 S j Sign Pole Foundationi29a.00 { i Street Light Pole Ea. 5 f 1 91.00� 60.01 Foundation. 3'0' Deep - - -- ------_ i - - - 7 Street iont Pole Ea, c 108 OQr 71.22 J Foundation, 4ion. 4'0" Deep �' lOBs00' 36.78 i Wall Mount Bracket Ea. 6 __- 1 .. 253.00 _ 166.83 _ i - 00 , 86.17 i' — I --- ----- -�-- - -- --- -- --� - + 9 Master Contactor Ea. 2 _�,,00 � 81 2-3 Cabinet Foundation !-2 1ft.0d� 81..77 _ ) 10 j Type I Junction Box Ea. 107 -*— t 4!p Y;S4boo --- 9r, t -- _ - -� f 93tos.ao i r223(o_O0 `t'to IL 4 DATE Decubpr 1;-,_j^7Z_ TO: Owen Marshall , Finance Director FROM: Bert H. McHenry, Acting Director of Engineering 1 SUBJECT: Estimate No. _� Contract No. Project: Sunset Blvd. N.E. Signalization 6 lllunindtibn� Submitted herewith and recommended for payment is Estimate No. _2 for work performed by Rainier Electric _ Amount previously paid Contractor 8 13_F31 Ag Amount previously retained g 1,542.48 Amount retained thi! Estimate S _ 2,r17.53 T (to be allocated from the following accounts:) LAB 90". 302/`.42/13/53(18) FT 10. 301/541/13/63(18) F Amount due Contractor this Estimate 5_26J523.27 GRAND TOTAL ; 2!,H9�lS The amount due the Contractor this Estimate is S which is to be paid from the following accounts: UAB 90% 302/542/13/63 (18 ) S 23.375.43 FT 10: 301/542/13/63 (13 ) 2,652.92 r r�.. E c-c � , i3�88Z.Z9 Ave- to E. City LimitsEdm e Btra. SUPPLEMENTARY DATA SHEET FOR TEMPORARY RECORDING OF ADVANCE Ed�onds Ar CONDUIT MATERIAL PAYMENT Page 6 �ID QUANTITY TYPE OF PRICE TOTAL jlTEtl CONDUIT PER 100' PRICE PAID AWLISTED CONDUIT TOTAL BID _ UNIT PRICE BALANCE INSTALLATION N PER GA") (�,P4�`�L.) TO BE PAID WHEN PRICE - PER IRSTALLED LINEAR FOOT `112 1600. 1" dia. $24.98 f399.68 (TOTAL) f J 1 f 263.55 - _^ $ 970.64 f 707.09 2 136.13 '- .4419 13 $01.36 365.23 10,6702 .2w 680' 1 i14" J 32.71 222.43 1 - dia. t2. 146.67 564,40 417.73 .6144 276 2"-40 - fO.9317 4 16,820' 1 1;2" I 39.03 216.61 .3173 f6,564.85 14,466.20d1a. I 1 10,136.34 2 99 7.400.80 5,164.81 SO.9097 5 7.%S' 2" die. j 52.15 4,153.75 1M I 2.736.E _ q4*42 6.971.44 2 1.414.7401 7 -- - 1 S,OFi,A3 3,604.06 fi.3285 130' 2 1/2" 80.98 105.27 1 .4625 I die. 69.42 432.90 --- 2 35.85 223.60 363.48 - $4.2441 2.nl6 (i7 85' 3 112" 137.57 137.75 111.02 ' di a. I _ 77.16 254.15 1JG." 2.0793 - i- J 2 �- 39.86 130.90---1 91.04 $3.1533 1.W40 NE SUMET *QYO - WOOS AVE NE TO E. CITY LIMITS ESTIMATE 40. PAGE 5 i Total i Sub-Total . . _.. _ - -, Bid 1 E131Wto ><t a Item Unit of y of I110i � Adjusted ; THIS ESTPiATE TOTALS THRU TOTAL Descriotion Wantit WARti , Unit Price _ + LAST ESTIMATE TO OATS - -. r - tJ- GrouP. Price (t Der Group) Ouan. Amount ._ QUan. Mount -loan. Aenunt �.43 Street Light Pole ! Ea. . 65 1 tI6.011 116.05 i - ! 116.00- 59.95 . ++ Street Light Pole - Ea.Doable Davit 262,C0 T _, 172.76 r — , 20.00 89.24 D6 I Warns Si - - t 1 )Ell l_p0 IOF.^.2 ^! inst�allatnon Ea. 1 p 1L1Y.00 548.21 w IS 749.51 9, 24,938.oq TOTAL GROUP 1 (TOPICS) TOTAL GROUr 2, 2A, 2B $ 14,803.78 6, Z 35.19 1p 21�038.97 YON-PAPTICIPATIMG Si&TOTAL # 5gs!5z27 � 15,424.77 >� � 45,7TT.oL MRANDU�PAyN£NT EST.aI - # 1076.4b ITEM Mo 15(It%) # � 1, 076.4b SRNiD � PE Z9,475.83 o,Br3t1P 4',076.44 44,�OO.rp IESS ANOIR^ NEiAi.'�EU (10% So to S100.000)510 Z,9gT.55 S I, 542.44 } ( 5% over 0,D00 ) 4,410.o6 AMOUNT 011E CONTRACTOR 26, gZ$ 25 13,S$?,29 40,41Q W3tA4YN01T JF EST MA";E�i COR{tbcmb EsTMAtt a2- I I i, nrr ME SUNSET 8tifD - EMMS AVE NE TO E. CM -1MITS ESTIMATE NO. 2 r PAGE 4 M Total Ete Sub-Total Bid Estimate Basic Adjusted TOTALS Tf1P.0 TOTAL Item Of of Unit Unit Price THIS ESTIMATE. LAST ESTIMATE TO tb1TE _ Oescriptien Ur.It Quantii;T ! Ouantity Group: Price Mount Ouan. Amount Haan - -- -- - _ (i: per Dn,up} Juan. - . 33 Trench and Backfill. LF 4235 - --,. Ma>•nL i 24" Wide, 42" Deep ��-+ -1 •49 .323 2610 %43.03 - S8o 2fi4 ?1} 344o 127.21 i 2 .49 . .167 2610 435.91 990 141,Ab 3490 592.83 Z 1.42 1 .0F >lYtilO a70c.zo . %g0 ; 1249.60 3190 4155.t1 t-1f fi0 2B 1.91 1.91 235 44945 1�5 28.75 3L0 617 60 1 34 Trench and 8ackfill, LF 2643 2643 1 .49 30" Wide, 42" Deep 2643 2 .49 .167 1027 f 1•72 1017 331. 72 �. 1 1 1 :E.4L_f )A t �•6 i 1 66 �OZT ! 704.82 ' i027 17f. 7 �� _ 1 oL7 170 35 Select oackfill Ton 4 - a LR ' 8 f l S 6n 85 I i82-TS - f ids tat. 3 2 8.50 2.90 NNN -- 1 2A 8.50 5.5C 36 Controller Cabinft Ea. 4 1 299.00 197.:6 Z 299.CO 101.C4 37 Mister Contactor La. [ 1 1403.00 925.14 and cabinet ? 1403.00 477.85 38 Traffic Si9nai Pole, Ea. B 1 542.00 357.39 Type B-1 2 542.00 184.61 - 39 Traffic Signal Poie, Ea. 7 1 582.00 383.71 TPoe D-1 582.0" 1it - r 40 Traffic Signal pole, Ia. 1 1 5820J 383.77 -- ^Tope E-1 532.00 198.23 - ---- 41 Pedestrian Pushbutton Ea. 61 1 and Sign 5,30 3,40 - 2 5.3e 1 Pl + - { 42 Pedestriar, Pushbutton Ea. 16 1 59.00 38.90 Post i 2 59.00 20.10 d ME SUNSET BLVD - ECtMS AVE YE TO E. CITY LIMITS ESTIMATE NO. 't PAGE 3 Fid Total I Sub-Total j • Estia�te ( �st�to Basic Adjusted TOTALS THRU TnTAL of of Unit Unit Price THIS ESTIMATE LAST ESTIMATE TO JATE Description Unit Ouantity Quantity Group Price -(Z per Group) ,: Guar. Aunt Quan. Amount uan Amount ~2^a _ Strv"et Light Wire /10 LF 500 1 .12 OCB - - . . 2 .12 Oq 1. 24 Street light Kire 014 LF 1tuQ 4 1 .08 .06 t 2 .06 o3 25 Interconnect Wire it/C LF r.500 1 .60 .411 f 2 .60 .20 26 Warning Si i Wire LF 1300 1 _ 73 Og - .13 .04 27 Vehicle Detection Loop LF 3240 1 .59 .39 - -- 1 .59 .20 ^ 28 Trench12" W and 18" Deel. LF 5030 3610 1 .49 , ,3z 1521 411 61 60 1539 1 s;2 510,gq r t2" Wide, 18" Deep 3610 2 .49 1420 2B .49 .49 t52Z 251}. i? 60 roA2 1Sit lbd•19 2S ; Trench and Batkfill . LF 4529 4464 le" Wide, iB" Deep 1 .49 323 Z069 667 % 667,% 44gc 2 49 167 _ 2068 345,36 tope 345.36 { 4484 2A .29 .29 35 2B .19 30 Trench and Batkfill , Lf 05 I1-- 1 49 24° Wide, 24' e .323 5 5 293.09 sus 2%1.09 • 1: i h,5 2 49 167 %q5 , 49 47 rD6 141.Q7 c 'T "'T-azo' i�t�iry�k 1 - -iF_ -1630s, �Qi.so 31 Trench and Batkfill , LF , 0 50 1 1 L4.6.3 I2" Wide, 4"' Deep 60 2 .49 ' 1�7 > 60 2A .91 .91 120 2B 1.40 1.40 32 Trench and Batkfill , LF 450 4 1 50 2B 1.68 i 1.68 100 yP 16$.00 r ' NE SUNSET BLVD - EDMptIpS AVE NE i0 E. CITY LIMITS ESTIW.-E No. 2 PACE 2 "--- I Total i SuD-Total J - •- ------ Bid n _ Ei f0wte s - - - - � � Basic R 1' TOTALS THRO _ TOTAL �te�1 Description Unit of of unit unit PrTHIS ESTIMATE I'Quantity Quantity Group Pricc 1(Y oer grou LAST ESTIMATE TO DATE I1 Type III Junction box PSG` Quan. Amount Juan. + Ea. 15 ; 1 69.00 . . - .-_ Amount vuan. Acqun• _ 69,00 . .45,W _ d i Conrutt, t. LF 1600 1 23,50 13 Conduit 1 114 3 �g3 ' 31 - +. 90' 39. 77 263.55 3 32 tF - 20. 55 146. 90 30 . �0 90 t36. 13 1- 90 156.68 14 Conduit. 1-i,'7 2 1 -2G A- h 100' 67 100 20%. 1t LF 16620 .. .- -_ 31. 73 0 7576 1 1.30 ' S458.49 # m �o t07.4q 4880.72 9os9. 9049 ! 15 Cnn3uf C, 2` LF 7965 ` - 1.3n ' 1e 9099' 2818,97 W 2511.04 ' 0' 15 33q.2t 1 s5, t .z: 3650' 3197.40 +� _ Q� 941 2 1 .85 .63 3449.44 1," 65o 6.645.94 �15 Conduit, 2-1/2' LF ' 130 3650' 1661. 63 * 1781.22 i�`iS- - i 1 5 J5 ; 3.33 # �G6o 3432.85 2 5.05 I i .72 69.42 69-4z {i 17 conduct, 3-1/r' * 3515 LF 95 1 _ 4.53 35.g5 2.99 * 77J 6 2 4.53 133 -77-14 18 Traffic Signal Ni re L c i 1 4712,00 3107.09 39•$6 2 47t2,00 1604.91 rf 19 Street Light wire 02 LF 4 ! { 1 .33 22 _ -- 2 .33 11 - ZO Street Light Hire 14 LF 190010 1 , 2 .25 i_. .25' 2I Street tight Wire t6 LF 6000 .09 - 1 .13.20 22 Street Light hire f8 LF 6000 -1 _ _ . 1 --: .15t _ 2 15 .10 .05 'See attached data sheet - includes advance peyment for J conduit mater'al. I, K SQkW BLVD - EDMUNDS AVE !E TO E. C1T1' LIMITS -- - ' 4YI"IINTf �0. .o PAW 3 rabtvatY 5, 1973 1 Total Sub Total - t Total ( �- ---- - $� { + Est-Taste st ar of Basic _ . Adjusted 1VTJIIS TEt r Ito' Description Itnit Qwntit ,, Unit Unit Prtce T141S ESTIMATE .AST ESTI TOTAL 1' QU t.ty pNy! Priee Y - TO DATE t Yin - per Group r Qwn.T Ae>ount Qwn.t3 Street Ligh 680 j -- . _ _ Qusn Amount 24 Street Light Mire 014 ! LF 1Qp --f - ---- - ! - - 06 fe j Intercauret wire 11/L I L► - --- -- Y _ _ -- --- 40 -- - -- z 26 warning Sign Mire LF 1390 1 .137_ .09 -- I 27 Vehicle $etection Loop LF 3m .59 i - - {' 2$ Trearh and .20 Backf111, lF - - r 6Qi0 ('10 9YL __ 32. ~- Ar wide, 1B' Deep 6az zxo z9 - ) FF Y 3L;i0 "' _ _ 3111 _1t00!___. 3�1_3796 _ 1 1_-. -__ 491 . ltl 682 113.89 3114 111 4;. —' -- - ------�— 49.. �--- -- - - -S20.o3 it 37s6 92 �. 29 Trench and Backfill, LF 4529 -� ----.�-_-__ - - _ 63 } )$• W/de, 18" Deep i — �;_-__.... Z� _Sw_ 109.82__ -3376 �1•y57•i2 ` 2'.-._'---+5�s••-- 340 �56_7a_ 3676 1L187.3� •29 29 _340 98 e0 3336 — 967.N 3676 pN ` 13.90 TTrench and Backfill. Ze' Wide 24" pee LF 1165 - T -- -- - -- 1 1 4 D I -- -i..4.. ,)23 Ass _ 276.17 ass ( ii 1155 _ Lc91t-. 567 3Q i42.79i 1 31 I Trwwli and Backfill, - i - e l a�a�_ lUQ4 12Q _ 126.00 16 . -i_ .f7A.�L._Lf 180 4 �J( y'�`��� i W Wide, 42• 1 2a,. P - ---40 - - 167 S t -- I -46 32 Trench and Aackfill,t - --- -- - _ T- LF 4SO - ! 188 Wide, 42" Deep � ` .68 1.68 ;I! _ - -�--- _.�_ _--� --45D 1 L_ »a 62e.22 -- -- _ 323 75 _36��0 L574 9U.32 2 .49 .167 26.23 ---- 75- .2�5 2A 1.19 '5 12.25 75 12.S3 i 9 1.19 75 •19.25 7S , 89.25 i - MVO - EOMOMOS AVE NE TO E. C177 LIMITS Mellon EIT�M MD. ' a 2 r rnnuzy s, 1873 Total -----�— Sub-TotalETOTALS THRU TOTAL �"d # t Essoate Ts iil-e i Basic ' Ad)ustad— ---- --- — It4!( Oescri"tioN �iti of of i Unit Un!t Price THIS ESTIMATE LAST ESTIMATE TO DATE 1 QNetity Quantity 6egrp Priced her Group) Quan. Arlunt Quan. Amount Qum III .lunct'00 Bo: ; Ea, - -- -- -- -- - - t -- 4 2 } Q1rl�it, 1 LF 1 1600 1 .92 .61 •640 292.92 aoo u7,o7 - -. •640 _ 146_ll 800 319.77 .13( for it. )-1/4' tF GOO _ - --- 4 -1.140 -q64 -i i 1. _ _ _ • 70 43.00 330 SM _—"�— _ —{--- 2 1.26 3 i,• 70_ 22`21 330 ,__180.47 400O�y�g 'E 14 Gaduit4-1/2' LF 16820 1 _ l.;A —.S6 1977. 1.186.00 i14054 1a 11g.a 1 1 30 - 34 - __-1 -- -.q._ 4c 1_ DVS. 1 1477 612.{8--_--T 4654_ 6,775.R0 '16.631 '7,398.28 10 � ��"2• LF 796s 1 1.85 _1.;2 6720 E3GA72Jy7 e•333• 71� 6 4I.�Sr.sSei I 2 1.06 3 �• 20 32S.80 I' 6387 4,304.90 t 7,107 4.630.70 U Cwi*it. 2-1/20 LF 1303.33 - - - — - -- -- - --- - __ t +SOS 1.72 • -� -- Y 6 4L� I i + -- - -- --)- A.53 2: . 3ses _3s.e5 M 17 ar�t, 3-1/Y � L' BS --- -- —l�� a 1t Traffic S111611 tare L.S. 1 712.00 31 ( „ 2 1W4.jTj )ti Sb"t UOAC Wire /2 !F 4000 • - - -- -- _ .33 20 Street Aght Mire /4 LF 19000-4 i -- 1 _ --- --- —. 2 � 21 Areet LiOMt Yin /6 LF i000 - - - -- --- — 22 Street U#t WiretF - —- - 2 -- .OS _ 1 CM 0f WWt)Nt • `} rFa N.E. S011SET tIYB. ---- -----__ ��MS AYE 1�•E• T� EAST CITY LIMITS SIGNALS, S yV-4: STRUT LIWTIK A110 RUSTED 11M DATE February s, 1973 : - + ty fiid 61.14E of Yirticipa '' it iricg - ___ _ Group E • 34.X% of ►articipa 1 It ►rice LCS j "` f Y� z Grow PA 100E of (Bid Price �.; Qow ?Q • 100% of Bid Price sil ►artphie„g tit '•on) y Olt r T I Total Sub-Tool ' - T- r �' lei► "' . '' t Este -Fs i�ia"1'i t - i Baste t _—_—_ f -- 4�►riao t Un1t I Qiwt1� paOf' j Beoe� I LMI unit Price _ ESTMATE LASS ESESTI}4 711 3 fjrpwtioa --s —rice (I per ira+P) 'MAR.-- oua ( Amt —r r . Ea. ( t _1 '. MOO � I A•e�lt (latg 1 t 26 6 - -- fQ}i VA. Y - -S — -431: 0' 0e* i 1 .. 1 9 SOW 1.61 08. 32 2a 279.o4 - >trTj, —i^.e"•s! ; _.. — 76 70_ J7` 1 276.96 9. 4 . 32 ` .r176.����jjj 86.17 -- i�Mt.IKiieedKiP►'� � 6a. Z,. � .� 1 �-.� ---- --- �� 24.OR *r" = J�lSligU ire' 4. 107 96 4,268.00 g6 "4.218.00 1. .•f` ' - _�.�. ,_ 9 6 k2 6.00 Ate_�A . 96 1. .00 ..- " ;� ,wt. - r n. �Yfr�i �G A W V fr TO: :.wen Marshali, iven+.a Director T FOM; tE:t k. nerd„ -t v Director , .: . L-.,i :ate MO. tr",.. -? .0 to taS�Cjt1l.ImitS - Sign, it:_tion 8.-111uwuinati�r>--- Sw; ;:ted t,trrer.iti c. . , r .c: for pdy .: i>11 ._t • ',.,y l / to '.rk .!,L rrv ._. 1,53 FI 6kl h4 a. CJi .L- J � � i. 1J1iUr 1r.• ,L'•: w . .r Amount due Cur .. _. ... e.t'•natc > —13,799.76 — K 1AL 60.233.33 0• The anoint due ti:e ortraL .r t :`s Esti. a:-' $ 13,799./G which is to be paid fran the %i i(-.:tr)j a•xounts: -- — — AB 90': 30-1/511. :; 13 ' i 12,419.78 T ICY 301/;41; 's 18i S., 1.379.98 sF_ CHMc:,n i , i us:DWHI 86'6L£`l -- t $t 1sr!:7S/l0£ %Ol 12 — 8L'6lb`Ll _f Fl 5.'ItV70£ 1!06 f?Yr nut tooij Clcd aq 01 st 44" — �C:fi;.l.'£t S . arp junouw a41 ££ •££7'09 9L'66Le£i < .;aw:i'a :n] anp 3un01IN Ae � 90`G6Oro Ho Ov f�c. 6 V a --` ' -- - -- ._•�L,'!9c I? n3 FUli^� '. .,� , < r Jo} . . ,-.r-. . pa;•,• ,ES _ Z �r-•q-uotZr-i �.; - ( �� � ZSE1 0l �, .•( n ,b^.j �, u . gin; ?rq, ;�a f _ { if;- �01�aJ tG ` i f.•nati y N 1-'a; 01 i, v 4 ,tip XF TO E. CITT LIMt?S s January 29. 1973 F --- ! Total Sui-Tora-1'r i is iih �a't�saLe 1 Basic ! Ad3a tcd 10, TOTALS T.-:U tt of of s ils+it j Urit price 781S SHMATE LAST ESTIMAT( sNon I i3eit Qoaatlty Quantity wcup s Price {Y par r' =^? ! t"san AmouaS Quan. Aaous>r T +QrW, ,_ . t `Ea. is Pale I� Pots - Ea: 7 t _262.00. 17" it Y62.00 _ 69.24 - _ 2 161UT b03 71 1 -' 6,440.51 Minus Overpayment Est. 02 -12.92 s TO;AL WOUP 1 (WICS) 6.42 7.59 $24,938.09 i!S 31 ,2SE.SB t sx jMinus Overpo-'mat Est. 02 M 7 829-08 ;21,03H,57 r TOTAL GROUP 2, 2A, 28 4 — -- 3 28,�57.65 N!1'i-PAITILIPAT�'fi------.--- - 1,828.68 _ .'' 14-256.27 45.9)7.06 Plus Underpayment Est. 12 + 1 ,076_46 — 1,076.46 3 E0,232.33 RAIiD TOTAL __. _ l5. 44.9Q0 6n LESS Attklft RETAINED -- tCi 20 to 5100,OG0) - 1,5 33.27 4,490.06 (1 k 023.73 5 cvar 510D000 ) SutT unt D6V 0 73.7S9-43 40,410.54(Usted Plus Un,erpayment Est. i 6 Z .30 40,410.24 (Paid i AMOUNT DUE CONTRACTOR - 3 13.799.76 e A4i ~' $ r -VMS A&E ',. TO E. CITY Ll TITS January 29. 1973 r t Total Sub-Total - ;-- . -._ _ . . T Eslihaiie Estimate Ba"ic i Ad!usted !, THIS ESTIMASk LAST ESTIMA1 TOTALS TE I TO AL _ of f Unit Unit rice ilt --E I#aa; ascription Unit . Quantity Quantity Broap� Price {S Per Group) Qvae. A�cur.t - '-Qnen. 1 Amount -� - -- ff -�- `. - - �-Vuen Aco>mt 33 trewh i.,d Sackfill. LF 4235 _ 4i7§�j y q9 3�� i 505 163.12 i 3490 1.127 27 �i3995 _ 1 ,290,39� I 2'i" _.i_e. 42" Q�p '� j i y317S ? ? 15j ;i 505. _j 84.34 3490 5R'.63 .3905 557.17; 1,42 505 --i 717.10 3491 i . 4.955M ,39?5 --- - . 91 30 57.30 36C 637.60 ;90 744.40: f 33 i 7rpa., a"td 8attfill. IF ! 2643. _ 2643 : 1 4; 2 ''1347 435.06 1027 f_ , 331.72 237a - 30" 1?ida, 42" 6eep 2643 _ ? 41, 1367 . 1347 224.95 1027 765 1.c5 16�_ 347 . -1 _ 2.2 6.02 a 1027 1,704.82 .W4 3 944a4 ! t' 35 1 Select C;C Sii • icn -t ? ) i.r^, r 85 182-ZS 105 t82_i5� } { - 2 ; 2. ,2 14.11 2.52 . 9�i 2.52 7.31 _ 35 Controller Cabinet _Ea, i.. 4 1 7- 299.00 191.16 --- __.2 .41 - 1T3. f { 2-52 ] 20.41 173.49 p 2 ! 299.do 101 84 -h - - 1 1140300 925.14 [17 Master C�tattor Ea. 2 i � ana Cabinet 2 1403.,Cn 477.86 - - - -38 T-af'ic Ssg-.nl Pole, j Ea. 8 i7pr 1 5.12.00 357.39 B-1 2 542.00 184 bl i 39 , Traffic Signal Pale. I Ea. 7 1 c. 82 -- - - - .00 393 77 } "� i Type D-1 2 5s2.00 198.23 40 Traffic Si;sal Pole, r Ea. ; i -- Type E 1 1 582,00 383.77 58? 198.23 € 31 ; Pedestrian Pushwtton Ea, 61 !f and Saga 1 :- 1 _ _5.30 3.'3 s_.._-,. _ 2 5.30 1.81 __.-- - 's2 ! Pedestrian Pushoutton Ea. 16 ;__„1 _59.00 38.90 Post t i 2 59.00 2tf.10 - ] 1 Y t J - R . fi. S AVE %E TO C. CM LIMITS . •.<. . January 29, 1973 Z lotai Est,ate - st m� Basic ! Adjusted ;j TOTALS THRU cf ut unit 0,1it Frio �' TH1S FSiI!L1TF, LAST ES_TIMA E TO DATE ;.escri.tIul. Unit Ouan.it �- -'- _ � ---- y Quantity Group Price '(" per Group) i Quan. Amount ?uan. r Abunt rllamtDt ' 23 S_' ; Liq`t wire 010 LF j 500 -- 1 :12 4(! t -- f ..iy`t :'ire 414 LF LOCO 1 P OS .03 ' 35 T :^rect Hire I11C LF i 6500 , i Sign hire LF 13CO 1 la C9 1� G4 - 27 Yehicle Cetection Loop LF 3240 1 59 3q. 1_ .59 20 28 Trench and 8ackfill, LF ; 5030 T a57q__, _ ) -_ ,49 ._. . .323 '1532 494.84 1582 510.99 3114 1 00 5 ^ t 12 lade, 18" Deep ! 14,0 Z8 ,49 :19' �`32, 255.84 i 1582_ _- 264.19 313 1- _ 29 Trench and 8ackfill . LF l 4529 �ggg4 1. ,323 _ , 409.56 2068 J67_96 .- 3356 1' 52 18" Wide. 18" Deep _4g84. _ 2 .157 a268 - _.. 211.76 2068 345.36 • 3336 $ .1 - ?' 2� .3336 . -.. . 967.44 _ omitted - -oQii:ed. 3336 95Z.44i �n84 A 1 3 Trench and Backfitl. LF ilf5 1165 7 323 40 - .12.92 895 239.09 855 - 'Z-7 24^ Wide, 24" C-ep liu5 2 167 _8 5 ' 17p r_ - 40.__ - __6.68- 895 -� 3�gA9.S7 11 1.05 . 1 OS �. lE ]fia f $8 :18 M 31 I Trench and 8aekf i i t, LF 180 40� _1_ t 323 i 12" Vide, 42' Deep 6� 2 .4v It7 _ __— tl __ i )eeo 450 'Ii 120 l 1.40 450 ; W i B-_�e_L 200 1 - 336.00 Trench and 8ackfill� L .f : omitted100 omL 18^ hide. t —J 11- - - ` - ENXIMS Al is TO E. CITY LIMITS 8 January 29, 1973 t h � Total i Sub-Total Estimate -rarm-Alz Basic �Adjustcd — - �— TOTALS 1NRU TOTAL Of I Of ! Unit � ' THIS ESTIMATE LAST ESTIMATE 0 DATE Unit )'rice T eft a' scrirtfon unit' Quantity Quantity 6r price '(S per Group)! Quan. A+aount _ AOouunth-- n.1 Amount '1 Junction Gaz ` Ea. ' 1S i —269 0�^ 23j50 - - - - f 1 _�.� _. LF 1600 - i t _ __92 —_61 '_ 710 313.75 '` 90 303.32 $q0 611,9i_ - --- _-_t__ .-_ i__,_ _ 3�i 710 162.09 ` 90 156.68 800- _ _318.71 ' Cordcit, 1-1 4" � LF i �"-'- -.— - -- ---L . . - _ - ( / 680 1 _1_.26 _ _ _ .83 230- . - _141.31 `. 100- ---20$,]1 30 ? i_ ._ 1?,98 .' 1; 0 107.49 353 - i4�42 LF 16820 + _1 1.30i r6 463� 2,780.;9 ` 1!019 - 10.339.21 14,654 : 13..14.30 -- .44 4635 ._ 1�435,69 .' 10019. - 5.339.91 _14AH_;_�5.715.80 15 { Cond;:ft, V 1� LF G 7965 1 1.85 1.22 2737 1,688.15 ,` 36SO 6,645.94 �44w. 1_$,an-99_ I 1 _ -- 2 1.85 ` 63 2737 872.05 ` 3650 3.432.85- 6.387 4.304.90 I6 1 CerdulL. 2-i/2" ! lF 130 ^1 -_ S._C_5 _ 3.33 _ 69.4 i - L S. 1.72 » +— _ — - -- - 35.85 --_ 35.85 i 17 i Ccndui:, 3-1J2" LF 85 1 d,53 2.99 4.53 13 s Traffic Signal Wire _ L.S., 1 4712.00 3107.09 - 471 ,00 1604.91 _... 1 19 Street Light Wire f2 i LF i 4000 3; -�- - --- - - i ' 2 331 - _ll -- ) 20 i Street Light Wire t4 LF 19000 I —�Y I T .25 i .09 21 _ met Light Wire /6 LF VV 6000 Z --- --� -- - - -1-- -- --�-- ---tom i rtat Light Wire 08 LF 6000 -- — a -r _ . _ CITY OF RMTOH nESUNSET. BLVD. - E+3?_D DS AVE. H ;_TO EAST CCTV LIMITS LL�r.a SIGNALS. STRW LIGHTING AND RELATED WORK 3 -- DATE January 29, 1973 'Paid Ey - wimr, i a 65.P4% of Participating Item Price TOPICS Grrrp 2 - 34.M of Participatrng item Price City i 2A - IM! of Old price Tess Participating P,)rtion) city rPlur, 28 • !CC% of Bid Price (T�K' 11oa Partictpatira) I City Total TOTALS yR Estimate + psi,^a a Fa;ic Aejusted T U TOTAL _ r Description Unit of ! of Grcup unit Unit Price THIS LSTIKiTE LAST ESTIMATE 70 DATE -- TI - -- - r --- Ouantity ',uantity price '(I per Group; . fivan. Amount Own. vaunt QL1 .1- ACIOrnt� 1 Sisal r;�le FounJati -�, -a. y 7'0" Ct,-" - - 2 226.00' 76.4" -i z 2 '; Signal Pole Fwndatizn, Ea. £, _ �- - 226.00 149.0: 6.0" Ue" - - . . . . { 2 r.26.00 ' J6.9R - -J - - -.- . 3 Pedestrian Post Ea. 16 1 68 DO 44,E4 -- I t Founution 2 59 b0 23.16 -- i _ 4 Signal Controller Ea. 4 1 _ 201.00` 132.54 - -V- Foundatian I �2 201 .00i (3.46 _ — 5 ! Sion Pole Found3tion Ea. I 1 1 _ , 850.60 __ 1 .290.00 _- ( i 2 1 .290.M 439.40 i . Suet U*t pole Ea. 5 1 91.00 60.01 1 rouMatiom. 3'0' De-p - -2 91.00 30.99 T t -±-�- 7 �tre3t Liot Pole Ea. 61 L 1 1^^.00 11.22 Faa atien, 4'0' Deep 2 1C9.00 36.78 G 8 Val) Munt Bracket Ea. 6 i � - T^ r 1 2..3.00 1F5,93 9 Master Contaeter Ea. 2 _1.- 124.00 51.71 Cabinet Foundation 2 124.00 42.23 10 J Type 1 ,htnct(cr &: Ea. )G? _h a 96 4.36 00,' 96__ 96 2,256,00� 96 j2.256 00 a r 1 s { JAW 19, ' 73 WE SUNSET GLYO EDMUNDS AYE NE TO E. CiTY LIMITS ESTIMATE MG. PAGE 5 Total Sub-Total ? -- Esltwte _Es_tTpajj DdSiC Adjosted TOTALS 1HRU TOTAL �lir of of unit Unit Price THiS ESTIMATE ° LAST ESTIMATE DATE Its D�scri�tlon U"tt ' Quantity QwntitY i Nrool Price (1 per 6rou0) }�Nraa, �Qrin, AMMit _ �A�IWM�t Quell. Amu i3 I Stswt tight Pole ! Ea - { t _ 176 00. _116.05 {{ t Shwt LiN4t Polo - Ea. ' 1 l 262.00 172.76 (46 - ' 11bnsta Sign I Ea. ' 1 1 1E11 .00 .052.29 I i Installation � i611 .00 548.71 24,1?38• o4 3ij13G6. Gaai1 TOTAL GROUP i (TOPICS) (c.4 Z't. 59 `1 Th;s Esf 7 0Ca9 DCo — - --- TOTAL GROUP 2a, 29 --�_5 !� _9 5 q NON-PARTILIP I!!fi-.— _ -. ? 8_x$ ��M-- -- GRAND TOTAL __9sl _-A 3$ 3 9 4,9 C)a• (a ro o. 2 3 3.33 I r 15. 3 37-. 73 11 LESS AMOUNT RETAINED — 1, 3�{ 3. 4 0 ' (10% $0 to $100.000) 8 4 8 T !11 4 s3 90. 0 to — to 023. 3 3 i L (-51 over S100,900 ) 1,S 3 3 2'( { AMOUNT DUE CONTRACTOR (Q• "74 $4 2a 3 0,00 A I } r `Jc.i K SUNSET IM - MOM AVE NE TO E. CITY LIMITS ESTHMTE N6. _ l ;.W -- - - - - - -- - --- _ _ -- , E.eta 3e Sub-Total T - + �- T3TALS TIIAu TOTAL i Estimate Basic Adjusted P 18id ` of of Unit Unit Price THIS ESTIMATE �i�-LAST ESTIMATE _ TO OAfE r33 m Description Unit Quantity Ouantity Group . Price (% per Group) 2uan.i Mount �i Qwn. Amount Aft N Trench and Backfill, LF 4235 4g d 3t3 22.74 i 3615 I G? S r aj Z4' Wide, 42' Deep - Y 323 Y * t o '4 3a5 1 ,,90__ .49 , 167 380 t 63. 4C� 13b 5 c03• ?BSI G+ 07.t7 1 .42 1.42 -- 53�."o _5 15 . 1 B5.50 3Ro3r rmZr2.90 60 28 1.91 1.91 _, 7 _. . _ - - - _1 _ b_ �9 .os <'�5 ; 448., J 39 �44•+�O f 34 Trench and Backfill . LF 2643 2613 1 1 •49 323 Via, 435. 08 ; i02-7 33+•72 1211.14 ; 766.80 30' Wide, 42' Deep 2643 2 .49 167 13g7 22.9.951 io27 i ti . 51 � 237� , 3yr,. 2bl3 2A 1.65 ; 1 66 1397 , 23� ,024" io21 7oy.82 ' 2'431 4(1 35 + Select Gacafill Ton -- 3 8.1` 2 a3 i----O� •� $�iI ' �-* 5 3 A 75 50 5.50 1. 252 14.11 7z.s: ._ 1 ' 3 2 8.50 2.90 < 5 2 ' 7.51 i 12.5 2 �. 7. 1 2A 8.50 8.50 g i 1 .4 - 20• 3 cr <0.41 173.411+ 36 Controller Cabinet Ea. 4 1 299.00 197.15 + 2 299.00 101 .B4 7 I F { 37 Master fontactor La. t 1 1403.00 925.14 + 1( 1403.00 477.65 - j 38 Traffic Signal Pole, Ea. 1 542.00 35J.39 1 Type B-1 2 542.00 184.61 + _ 39 Traffic Signal Pole, Ea. - 1 5F^•00 383.7J j i Type D-1 ; 2 SulA� 198.23 .._ _.._t-- - - - - •✓• - .-'--. i 40 Traffic Signal Pole, La. 1 1 - •.582.00 383.77 y - - - --- - Type E-1 2 5E2.00 198.23 � - "-'"'� , • 1, 41 Pedestrian Pushbutton Ea. 61 ,_ i 5,30 1.49 ' and Sign 2 5.30 i 42 Pedestrian Pushbutton Ea. lb 1 59.00 38.90 » u i Post 1 2 59.00 20.10 4- ,, M 11 Ezz l/tii <C �AN 1 $, 75 ME SUNSET BLVD - EOMMS AVE BE TO E. CITY LIMIITS ESTIMATE 00. PAGE S i Total-- rSub-Total 1 ESttT.te sit mute ' Basic Adjusted rLS THRU TOTAL r- THIS ESTIAATI i rSTIMATE TO DATE Bid of of Unit Unit Price _ Il4r Cescription Unit Quantity Quantity Group Prlee +(i per Group) �Quan-G Amoun6 ;_eon. ' A�pyntn Amovo; I i f3 Street Light Wire i10 LF 590 - 1 2 .12 .00 24 I Street Light hire 014 LF IOOG -i 1 .08' .05 — + 2 .D8• .03 I._.. _. 25 Interconnect Wire 111C LF 8500 1 .60 .40 i 1 L .60 2O t - 26 Warning Sign Wire LF 1300 1 _- - •13 .09 2 04 13 . � 1 27 Vehicle Detection Loop LF 3240 1 59 39 i - Y 32 _ 1 .59 2n i -28� Trench and Backfill, LF 5030 _.101. ._• 1 .44_ - .323 ` 994.84r (552 5i0. 49 51 14 �C5 83' ? 12" Wide, 18" Deep 3610 2 .49 .167 t : 532 255. 4t 15 �. B � 3 :. 2 4 -50103f 29 Trench and 5_ckfilP. LF t529 + 4464- _ 1 ,49- 167 56i 2Olc$ Cab7.9lo 33/0 10�7^7.52 i a. 18" Wide 18' Dee .. .� a 7fo 2Oio 8 S4,h. 3, 33i-Ga 2 44M 2A �3 .29 -� .. 3�07.7Z 2�,$ `aa,72 93AC, ? �1..4S _ 45 2B .78 .79 - . .- _ .. ._ i_ _ - a —-—• - - 4tt _ 30 Trench and Backfill , LF 1165 _1165 1 .49 .323 40 - _ 555 276. 17 - 355 Z7 17 ' i 24" Wide, 24" Deep 1 N5 _2 A9 ,_ 167 —gyp - SSS 14q.;q 55S 142 t'? 1165 _ 2A ' .56 , 56 1 855_ _ 4-$•pJ 53s 4- - L t 2D Sir . � 31 french and Backfill , LF ! 180 1 _ 60 _ ' 1 .49 .323 1 12" Wide, 42' Deep 60 _ + 2 _ .49 ' .167 60 2A .91 91 32 Trench and Backfill, LF i 450 i 450 26 1.68t 1.68 100 1(0$•00 'l 100 ;Cog,00, i_ L 18" Vide. 42" Deep SUNSET BLVD. E. FROM NE 12TH ST. TO 138TH SE W-_ 15 R WWI NU0 - EOMS AVE tiE TO E. CITY l: .:TS aaun3h 32, 1973 � llg. .6 -- - _ _ Tetai rSuC-Total TOTALS THRU TGiltl Est late 4 sit oats Basic Adyusted TWiS ESTIINTE _'.AST ESTHRU TO 00TL--: 6F I o1 Unit Unit ►rice r -ftw Description -SUN Quantity Quantity Group Price N per Group) Oven. Amount Quae. Allaent Ailollpt 93 Sbom light Wire 110 LF Sop -- - �- --'12 .04 - I - --- -- 7.4 ! Street light Wire 014 LF low --�- 1 .08' .05 lnterconirrct Wire it/C if 8500 1 _60 .4p_ - -- j -- -- - - - 1 26 Warning Sign Wire LF 1100 ,09 1 27 { Vehicle Detection loop LF I 3240 1 -'--- .59 -__ .39 28� Trench am tackfill. LF r St130 { - 3,919 1,f33.SStl.e19 1.=33.S9 P 3610 2 49" 167 3,019 637.76 3.a1! Q7.» 1420 ' -- {�-�-- -l. LF 810 261.63 3,676 - l.la7.34 4.486 1' Z9 TieMh and Qactfilt, � LF 1 4529 4$4 a.__1. _�:_ .�13 _ ' 13• wide. 18" Deep + M"�_ -i4i- 16� -810 _ 135.27 3,676 613.l0 4.486_ N.T7 II _ -_4484 1 _ 2A .29 ! _ .29 810 - - 234.*J y 3,676 Zr066• 4 ._-�• 45__ r3l 0 t Trench and Sockfill. LF 1165 - ]1¢5 _i t49; _ , 23_ 3J2 . 97.55 855 6.}7� 24' W1do, 24` 0eep t i _,49!-1- iei __loz So.43- : 855 147.»: 1,157 193.22 1t { 1 r__-1165 __YA .1 .56 1 56 -902 169.32 b 8 l71.l01 __l,li7 647 t Trand pd Bscttill. j 2g3S s lo s75it ae�.7o s74 0 70 I lF i 180 60 .491 .167 2- r lr w4., 42• oe.p 6o es .167 - - 60 ZR a 91 - - 91 -� f 40 i - 1.40 - 32 Trench and Backfill LF 450 - 450 28 1.681 I 1.68 - ve 1 944.33L 374 166.32 18• Wide, 42" ileep -.19 .32� .- _.. .. .r_.__75 2 .49 .167 » 12.53 75 1.1.53. ' 2a 1.19 1.19 7s 89.25 76 e9.33 LA Tsai Sao - Umm A7E K Vp 1. Cm LT14ITS 6 P4reh 31. 1973 .e �^ • • , •.r A 9: •. 1 fff j Total S6b-Total t j Est ate -num-au Basic ! TOTALS THAU { .4 of of Unit U�i�iLsP ite THIS ESTIMATE LAST ESTWTE TO GATE ' a Seal Oescription Qaantiq I Qeant price per Group) Qwn. Amount Quan. ; &Nnt Qom. .- 6>elitt a Jixiloa. Box j Ea. iS 69.00 _23_50 12Y 2 cacondo-it`1- L•^^F--��F---16006000 t �.92 .61 22 9.72 2,440 ! 899.89 1462 ^ .•�O�i61 .31 22 5.02 1."0 .a6a.89 1a62 'a69:90 ibmdult. 1-11,40 tF rr _ 680 1 26 $7 400 392.42 400 392.42 t 2 1.26 - T3 aoo 202.68 aoo .W r '14 Coodmit..1-1/20�- i LFt 16UO I. 1.3G 1 .86 11159 ,9181.13 i16,760 14,383.19 17919 13.`.,zi.32 2 1.30 44 1.159 502.15 116,760 j -7,428.24 17919 7.9346" iS Condit, 2• LF 7%5 1 1.85 I 34.57 1 1 0033 . 9.791S,". } -_� � 1.22 926 0 7,10-1 8,f64.7-- 1.85 6 t 926 431.09 7,107 4.630.70 0033 S,06L7f 16 Condult. 2-1/20 LF 130 --- - 1 6,05 3 33- 21 7S.36 1' 69.42 27 1e4r.98 I i i 2 5.051 1.72 27 39.03 ' I 35.8S 27 7a.e4 t 17 j Condeit,-3-112- LF 85 �- 1 4.53 2.99 _ I �77.16 ».1 __ _ 32.06 39a66 >j it r Traffit Signal Mire L.S. -- - - - _ 1 4712.00 3107.0 _ I - II 2 471 1604.9 -- !!" if Street Light Mire /2 LF 4000 1 .33 2 .33 1' 20 Street Light W n 14 lF 19000 �- ' 1 - .25 t .10 --- - - - 2 .09 { 21 Street Ligbt Wire 16 LF 6OC-1- 0 V 1 _ 20 -_1 .07 22 Street light Wire IS LF 6000 i 2 , r Ale tom- !I.E. SU T EL1q� Etc 9 A E n+ nQrtr .WITS j e SIGNALS sl T LIGIITIMS AND-OWEC jonT3. i DATE dar•A 31, 1971 " . •1`�,- 7 .. ey F:?�=jp �.94s or P,reitipatfay �'l;.P,•tea_E • 34.069 ofJarttctp9 ft Prica f � < � > 109Eof (bid PMca �ttltiPatlalTort}on) n 100Eof 8}d Pr}carng)TotalSub-TotePtsbe ' t �of area �\ Baste +ldtaated of tl! ESTIlMTE DAIS TNIpI 1 Goaatity Quanti �P unit Unit Price LAST EST2RATP. • ��.�y Pr1ce (i par Group) 9uan. Amount 4 !a ��'1 --e — — _ •y.•,wt}a• an. i �t Y • +y`A®tP 226.00 149.02 5 7isau �°TO . "t s Z >)fOnaT.P�'i MLiM• i Ea. 8 )W.90 26.OD 6 rftt , 149.32 7 xi ;FMadtMfa 7_ 330005Wa 1 i Ea. , { 2201. Cfi� 13t St _ _ ► -a ' ^ 5 � � Y 1i91aV• T�7-- 1 60 0 .h l'alwdt l0 coo _1f _ 91. _ -- s 300.05' 7LMw. 108.pppp s lsass-_ s lsass ' �` 1bIT.9looat ! — 08_00� - as 4.49a.as U w •at i ` 1 , + watlrt FA. s _ _S• . - 1S'.12 4 ftStar C4IEa. �t�tbfuet ioYndaLlot 1 124. 1. 7 _ ----- _ --�—� 24. 73R I .1Mctioe In Ea. 107 +i �5 • _ � . �_ ( j Z3 . — ,9a 4.1se.00 9a b=sa.a DATE ar h M 1 i TO: y Gwen Marshall, Finance Direeter .p 44 .' ' FROM: Warren C. Gonnason, Otractor of Public Works SUBJECT: Estimate No. 6 , Contract No. ..LflCcz060-72 • . is Project:y N.E. Sunset Blvd g rn+is Aveelr N . - - Ees : City Limits - si9na11zattan end-i7Tun�netiun - - ------------------------- Svbwittac herewith and recorEnended for+ Payment is Estimate No. for wore performed by RAIN, FR cirrTRtr rt AmoOt previously paid Contractor $ 70, 09 ' Mount previously retained S 7.804.12 j`1' Amount retained this estimate S _ 1,063.92 - . (to be allocated from the following accounts:) UAB 90% 302/541/33/63(18 ) S 957.53 FT 10% 301/541/33/63( ) S 106.39 Amoura due Contractor this estimate S_ 9,575_25 i GRAND TOTAL $ 29.680.38 The amourr. due the Contractor this Estimate is S__2��75.25 _ , which 1 is to be laid from the following accounts: Ud curt 302/541/33/63(18 ) S 8,07.73 ►T IIIS 301/541/33/63( 18) f� 957.52 :f7 6 t3 , CHARTER 118,LAWS OF I9liS { CITY OF RENTON CERTIFICATION y 1: ,, THE VEEEAOCO(0 TF T NIr HAn TT YNE� -' it �f MALiT 01 IED,WI• TN1T 1M tl4TEa 6L9 MNe 'µ •!``M I1111IIMi MFD, Yq� ``IlrrerE .rne•a(D OE 11e LAEW CLAW oA JU AE Pug AND O AID V,L0E Ty7 TAE [LA W N A 11Y Pug AND YNND TWAT I ,4�E • €'� _ AEAnE1 ♦ME C 11 Or ACI M. AND TWAT 1 •r ,t , Eilo CL&11111 TO ADTMENT E YE CrAb/T.M , 1 ! / •��1/�/I� R � + rT •r VL IL �wwa�a��ala .l_J L 1 <sJ1•,.-+,wra.w+.'.. r�yws• :•.0.0. ,. r Mr. M DATE March 12, iS73 TO: Gwen Marshall , Finance Director FROM: Warren C. Gonnason, Director of Public Works SUBJECT: Estimate No. 5 , Contract No. CAG-2060-72 Project: N.E. Sunset Blvd.-Edmonds Ave. N.E. ________________________________________ to_ iti City_ Limttp_Signa?iFatlon_E_I1-Ty'nilnation Submitted herewith and recommended for payment is Estimate No. _5__ for work performed by RalnieC Ekctric Amount previously paid Contractor $ 64,811.35 Amount previously retained $ 7,201.26 Amount retained this estimate $ 602.86 Ito be allocated from the following accounts:) UAB 90% 302/541/33/63( 18 ) $ _542.5Z — FT 10% 301/541/33/63( is ) $_¢1L29 Amount due Contractor this estimate $ 5,425.74 GRAND TOTAL $ 78,041.21 The amount due the Contractor this Estimate is S 5,425.74 which is to be paid frora the following accounts: '— UAB 90. 302/541/33/63( 18 ) ; 4_,883.17 FT 1", 301/541/33/63( 18 ) $� 542.57 CHARTER 116, LAWS OF 1965 CITY OF RENTON CERTIFICATION i, Twt uw09A IGMO 00 w[AO. CII*�Ir V6011 I[w(ALTYp 01 II0JUAY TWAT THE YAT[WALI Mh06 ww[[[ LAIOATIlIMltaNIDAS 0[,C41/[0 ,CES �,i0[.k�Mq I" Two CLAW is A JUIT, DUI AND YYIAIO O0NIAT.Ow "AIN'T Y" Gh Cr k[w1pw, Ak0 TMAT I am 1 0Tw001990 TO AIIHINTICASo ARE CM"IT TO 'A'O CL NL:sn ( e NE ET-OLVQ - a"1110S ATE ME TO E. CITY L?NITS _ ESTIMATE AD, s PACE S 3-1-73 ---� -- - - � 3_r - T T ----� --�- J"d I ! tat T ttT ----- of l ? Bash i Adjusted TOTALS TiCg1 ' Description unit ~ Unit Unit Price THIS ESTIMATE LAST ESTIMATE TOTAL �1I.nNtf QnMctfy GeV" Price (% per Group) QnwTT-A nt — TO ATE Gran. Amount --- 1S Stits.t Light Pole Ea. i 65 - - T+Ae.wt 1. t _# � 1 176.00' 116.05 ' -_ 'I - - r K hreet light Pol• - -- -}- - Vfi.00 59.95 -__ ; 0-- I Double DiW 7 1 262.00172.76 89.2�+ yt,rpi ey Sign t . . 1 - - _.ipsglletfof _ 1611 .Dp 1062.291611 .OGTOTAL GROUP 1 (TOPICS) 3,635.83 36,610.51 . ) ' TOTAL GROUP Z, 2A, 28 NON-PARTICIPATIIIG __,-- - 2.392.77 35,402.1f3 37,794,87 GRAND TOTAL 6.028.60 f 72,012.61 78.041.21 LESS AMOUNT RETAINED __ _-- -- --- — (10% to to SIo0,000) - 602.86 - —'--- ( S% over $100,-o00_j — - 7.201.26 - 7,804.12 A1MIUMT DUE CONTRACTOR 5,425.74 61,811.3i 70,287.09 Y WN SUArl BLYO !tlXtMOS AVE ME TO E. LITT LIMITS 3-1-73 §i ESTIMATE MC S __ PAGE 4 - -------- �--' Total r Sub-Total i A TOTALS THRU 10T1t Es" to Estiftte } Basic Adjusted iy THIS ESTIMATE ! LAST ESTIINTE TD OAn _ 91d of of Unit Unit Price - --- - ItE: Description Unit Quantity i Ouantity i GraYp : Price (S per Group) P, %an. i Ataount Own. Atawnt j !iT _ A�atat - - 1 _ - -- 33 Trench and Backfiii, LF 4235 ♦17S �. �-�- .49 . _ i?3 _ 47�7. 1 .�3?,Z9 ;24, Wide. 42' Oeep -At� -_i,T.._. 1 .41 167 ai47 792.75 1 417S 1 _- 1,4; 1 ,4: 47476.7�.74 y .60 -i- Z• 1,91 1.91 108 206.28 850 33 Trench and Backfill , LF 2643 26�3 1 .49 .323 2555 825.69 20" Nide. d2" OeeP _ 64� 2 49 167255569?A 1.66 l 166_ 115 2555 1.211.3J tSelect 6ackfi' 1 Ton 4 3 1 8,50 5.60 132. - 181.56 3 2 8,50 2.90 32. , _. 94.06 t1 2A B.SO 8.5080. 686.98 � 3t controller Cabinet Ea. 4 1 299.00 197.16 t 1 - - i -i--- ' 2 299.00 10 .84 Mister Co 477 ? 1403.00 .86 ntactor La. 2 1 1403.00_'- . . M and Cabinet 1 1J7 38 Traffic Sigaai Pole. Ea. 8 t 542.00 !. 357.39 2 542.00 184.61 ! 35 Traffic Signal Pole, Ea. 7 1 582.00 2 582.00 198.23 "rPr 0- 1 40 Traffic Signal ?nle, La. 1 1 582.00 383.17 Type E-I 2 5811.00 198.23y- 41 Pedestrian �'ushbwtton Ea. 61 _ 1 .- 5.30 3.49 - i - and Sign 2 5.30 I.el 1 12 Pedestrian PhM icn _a. 16 I 59.n0 38.90 us +- - Post ? i r.€'S �i l ME SUBSET BLVD - LIft MDS AVE ME TO E. r'TY LIMITS J-1-73 _ ESTIVATE K. 5 PAGE 3 '—�--�--_-'- I - ._ .� 1 . -_' -- - -- -- -- -- --- - - - -- _...--'-----'- ----�1 T s Total Sub-Total ' Es TOTALS TMA11 TOTAL t 11d of of oof ? Unit Unit PriceNis ESTIVATE- LAST ESTIRM TO 141E li item: Description Unit Quantity Quantity group Price !(% per Troup) Qwn. A�oant �. Qww. Aft � R 1!3 Street Light Wire /lo ! LF 5DO t .12.12' - - --- 24 i Street Light Wire 114 LF ff 1000 I � -,08 OS • - — -- Interconnect Mire ll/C LF 8500 i 60 .40 i -- - , l - - i .20 _ - - 26 Warning Sign Wire LF 1300 1_-- .13 .09 04-- - - - - - -Loop LF 3240 i 59`- - 1 E7 MM1t1! Detection l - 39 i I ; L .1 - W 20 - 24 I Trench and Backfill, LF 5030 3610 .49` _ 323 23 7.43 . 3,796 1,226.12_ -9a414 1,239.5E r 12' It�de, 18" Deep 3610 2 .49 . 167 r 23 3.84 3,796 633.92_ 3.819 637,76 1420 28 ,49! .49 29 Trench and Backfill . LF 4529 �_� 3,676 1,187.34_ 3,676 1,157.31 18' Wide. 18" Deep 4484 2 49_ _ ,167 3.676 613.90. 3,676 613.90 j --N84 20 29 .29 _ 3,61E 1,066.04 3,676 1 06b_Ot_J _ _ 45 tB .79 . . 7S i ti -i----- --_ - --b JO Trench and Backfill , LF 1166 �_ _-1165 1 49 .323 855 276.17 855 2I6.32 ' ! 24• Wide, 24" Deep 1165 2 .49 .167 y 1 f ! 1165 1. 2A 56 ` 56 I' 78.80 855 142_'9 855 i - t � E55 d78,80 855 g8.80� 1.05 , 1.05 294_ 308.70 .TA 31 ` Trench and Backfill, LF 180 i 6Q_t _ - 1 _- 49 , 323 }- 280 2St_D0 _ _5J4 602 12' Wide. 42" Deep ? - 69 -: 2_ .49 ' .167 ;I - ( 1 2$ 1.40 • 1.40- ! -tf0` 3E TewcA ind lactfill, LF ; 450 450 28 1.68� 1.68 1N Wide, 42' peep ! 574 964.32 574 %4.32 1 49 .323 75 24,23 75 24,23 2 .41 6 3 31 ' d HE SUBSET BLYO - iDMM AYE ME TO E. CITY LIMITS ESTIMATE 110. 5 PASS 2 - _ I Total ; Sub-Total I - - - EMI' ate j S p 1 r- -��} Bid Basic ��usted � _--_.`-- ---- ISu LS THRU TOTAL item Oescriptiun Unit Quantity of y ! royp Price """'t irks INIS ESTIMATE ESTIVATE TO DATE Quantity 6 ( per Group) , Quan. l Mount Amount .. .. LTII�e.rril�lllt it Type Ill Junction Sox Ea. 15 4S.50 - - -- _-- _--- -- 12 69.00 23.50 eonduft, 1 LF 1600 , . }.92 1 1 ,040 899.89 1 ,440 1 899.89 - _ f 1 1 ,440 Conduit, 1-1 464.88 1 .440 464.88 2 26 42/t• 1 LF 680 i 1 1.26 ' ¢3 - - •�- - ___ ; 100 392 w 400 392,42 It Conduit, 1-1/2" LF 16820 400 202.68 300 zw-66 -_ 1 1.30 _ _.86 w 129_ 77.39 16.631 _ 14.305.80 _16,760 ]4,383.i9. 15 Conduit, 2` 1..30� 41 +► 129 _ 39.96 _ 16�631. - 7,388.28 - 16,760 7,428.2E lF 7965 _1 1.85 1.22 a .63 �� - I 1,I-U7 8.964.71. _ 7,107 _- 8,W.71 16 fondutt, 2-1/t" LF 130 I 7.107 4,630.70 7,107 <,630.701 3.33 • I~ 2 fi S 05 1 .72 - r 69.42 - U.42 LF 85 i' Conduit, 3-1/2" --- - f { 35.85 _ 4.53i 299 w + - ` • 77.16 1 - � . �--_ ----{-- 39.86 �.16, 18 Traffic Signal Wire t_S• 1 4712.n0 .0 4 -+� 16049 2 . 1112.00' -160�.9� 19 Street Light Wire !2 LF 4000 f- -1 33 .22 2 .33 .11 - - '0 Street Liaht Hire 0 LF 19000 i - 1 -- 2 25 _ .09 21 Street Light Dire 06 LF 6000 �" C 1 '2 Street light :;ire 08 LF SOpO t� � 2! Is �A i CiTY OF RENTON r N.E. SUII'ETiLnamrS AYE. W.f. --0 EAST CITY_L_IMITS ZA�I SIGWILS, STREET LIGHTING AND RELATED WORK 5 ,. DATE 3-1-73 ' 6f 1 65.S4S of PartictPatie9 ILea Price Paiu By � 6roup 2 • 34.065 of ParticipatiI4 Ite% Prica i TOPICS j Group M - iODS of (Bid Price ►_t Participati , i city I Craw 28 • 100% of Bid Price (fw ^! Porti,v , Cit NRA-Partictpatinq) City it. -T---------- -- j - Total -- t It 8"Criptift sE of Safes a Fasic Adjusted 1 ? TOTALS Th'RU I TOTAL Unit Quantity Ouantft Group Unit Unit Price _ n1S ESTIMATE LAST ESTCATE TO OATS it 8y trice (1 Der 6rnuD1 rt an. .,�,rc urtOuan.ipwdatlM. Ea - j 22G OO 149 02 "� __._ale Foundation, Ea.eep IL 226.00 149.02 Z 1 ,C43.14 2 276 00 ' 76.g8 E 7 1,043.14 an post 7_ 538.86 Fo�fation Ea. t6 1 68.00 44.84 _ k 7 538.86 2 68.00' 23.16 - 4 ! Uri -two*]top Ea. 4 . ._ - - to-owmM . ,._ 1 . _-. 201.00 132.54 _ 2 201.00 r 68.46 S Siva b>! F41M�atton Ea, - . f- 1_._- ---- - _ - ».._ 2 .1.290.00 _ 439.40 Street U��MMt Pole Ee. 5 FouMasfSo. 3'0' Deep 1 _ . 91.00: 60.01 a-2 91.0U. 30.99 S 300.05 5 300.05 T Street I/MB hie Ea, 61 5 154.95 FoueIatien, 4'0" Deep L _l 108.00 71.22 31 2.207.82 5 154.95 • i W411 2 108.00 36.78 2.279.04 k t3 4.486.86 #'bust Bracket 6 31 1,14C.18 32 1,176.96 , Ea. 3 2,317.14 j 1 H 253.00 166.83 2 K3.00 M.17 9 Master Contactor Ea. `2 Cabinet Foundation -1_ 1124'00 81.77 it 2 124.00 42.23 1 10 Tom! t Junction Box Ea. 107 " - �g Qp q5 5p T -A - _ 69:OC ' Z3:50 % 4.368.00 96 4,.368.00 - - -_ 96 2,256.00 % 2.256.00 r 15 W , DATE Febrnary 20 1973 - TO: Gwen h.rshall, Finance Director Warren C. Gonnason, Director , . ; .iblic Works FROM: B2N1Ls11KXVfdFTlNYry SKtx �%rxator.>:oRrBRgtnaextnp SUBJECT: Estimate No. 4 , Contract No. r_Ac-2o6o-72 Project: N. E. Sunset Blvd. - r.,?mon:s Ave. N_ Y. to 'ast City Limits - Signalization jand _llumiration Submitted herewith and recommended for payment is Estimate 40. 4 for wcrk performed by Rainior Electric Amount previously paid Contractor $ 34,210.00 Amount previously reta!ned $ 6,023.33 Amount retained this Estimate $ 1,177.93 (to be allocated from the following accounts:) UAH 90% 302i541/33/63( 18) $ 10G9.14 FT 10% 301/541/33/63( 18) $ 117.79 Amount due Contractor this estimate $ 10,601.35 GRAND TOTAL $ %2,012.61 The arount due the Contractor this Estimate is $ 10,601.35 which is to be paid from the following accounts: UAB 90% 302/541/33/63( 10 $ '),�41.71 FT 10% 301/541/33/63( 19 ) y t,oa0.14 BFiMC:sn ME IN j..,fj"..w . r :� February 5, 1973 r - i. ~i of TOTALS Ift ' ,�{t Oms THIS II YTE LAST ESTI TOPc r aw *+w) 4 ibis Iy, A�oYnt I v�a�, 1t 16 OS i — — .76 4E1RIMitaa 1: V` - 7� ` TOTAL CROUP 1 (TOPICS) 5,2N.83 !32.365.68 36r610. TOTAL GROUP ? —�jj . U. 6.53�.95 N 29.067.65-P.�RTIGIPAT�, ---•--CNN 35,902.10 ` TOTAL _ 11.779.28 r 60.233.33 I 72,012.61 as LESS ANOUMT RETATf1E0 (10% $0 to 41W.000) SI om $100.000 ) -1,177.93/ -6,023.33 1 �7`. •201.26 � 1 10•601.35 , .� - 54,230.00 64.4U.3S ATE NE TO E. CITY LIAITS 1lri,7r. ! 'V "�S"a-_... . February 5. 1973 . { Total Sub-Total �t - v Estimate Basic Adjusted TOTALS THRU 1�(1 Oi of Wit Unit Price S ESTiMIITE LAST ESTIMATE TO MfE itw anctlptien Unit ► Qaantity Quantity or** Price is POW G 000) @wa. Aamaut Qaan. Awe" LF 4235 �Rf111 99 ----Si[ _..�_ 762 242.90 _ 3S 1,290." alp Oaa' 7 S /6 .17 �74 7 ' 7s 1.t 067.Ba_ 3 S_. -S 672.90 6747. 71 ' _ --'-----'-- -- - --- - - --- _._.._. -._ 460 878.60 0 766.90 8S0 ,q 1.623.SO 31 TPwxb AN flactftl l, t LF U43 - "- -- - - - _ 30 Mid! 42 -149 131 58.46 2237�6 766.80 2555` .26 • ' • P �. .fiLlL zsss 6 .69 1 ect NatkfiII Tin ; -4 �_ 2-15 3 14_. __s7 - zsss as is 71i2 16 ._ 5.60- --21. Q _ 167.s3 2.s 14.11 32 -�°Sl*::66 i . . .9Q __i� 29.42 _ad�77 _ _�.S _.. _ 7.31 32. .OB ----t - 60.41 S33y69 i 20. 173.49 a0.a� ' "6.98 !6 C4bltir Cabiaxt Ee. s j 111 - - - -_ .QO-� 147.16 I2 -- 37 ' Poster Cmatactor I Ea. j Y .. l�Ott # 925.1 and I inet- i - y 2- 14033..0 47.86 - --- ----- ' - Traffic Signal PolEa. _ -----"� II a 2. - --�----- I Type it-1 `� C 64.61 F 3g TiTypeo-jignal Pole. Ea. 7 1 + .--- _ �82 00 198. e0 44 Traff Sigel Pole. Ea. 00 - 1 TYpa E-1 - n. ►eddstrian PusMwttan Ea. 61 - --� -- _! _ -,___•. -�- and Sign I 2 i - 81 42#OOSW40 PasMuttoo Ea. } �1690 2 coo Y0 10 -- t _ - -- 9 ' . , k NE SUNSET BLVD - EDMONDS AVE NE 70 E. CITY LIMITS ESTIMATE 40. ►ACE d 's ! Total Sub-Total !0� EsETiWte Estimate i Bat ic Ariustri !' TOTALS THRU TOTAL �F a of of Unit Unit Price THIS ESTU'JATE LAST ESTIMATE _ 1: :: HATE ' Item' Description Unit Quantit Quantity Group Price (I per Group) (Juan. Mount 'Juan. 1 Mount �QrurT Amm r _ ti 33 Trench and BackfilT, lF 4235 41I5 t t 49 474_7 1 ,533.28 i a787 1 ,533.21 24• Wide, 42" Deep 1II� .49 .167 :,4747- 792.75 4717 �_]g� - ! -- VI_ 1.42 1,42 4747 6,740.74 494f1 � 740.74 60 2B " 1.91 1 .91 958 , 1 ,829.78 1 a58i 1,8Z9.78 34 Trench and Backfill, LF 2643 2643 1 .49 .323 2555 825.27 2555 ; 825.27 30" Wide, 42' Deep 2N3 2 C; 161 2555 426,69 2555 . 6 2A 1 s6 1.66 N ,2555 _4.241.30 1} 2555 4"241_ f 142 t.--_305.30. _ 182 35 Select 6ackfill ion 4 3 1 - 8.50 5.60 ;2,44 1E1.56 1 32.44{ - i 2 8 50 2.90 32,44 94.06 32.44� 94,0 1 2A 8.SO P.50 80.82 686.9° 1 80.82 686.98: 36 Controller Cabinet Ea. 4 1 299.00 197.16 + - 2 299.00 IOI .Ba h 'J " - --y 31 Master Contactor Ea. 2 1 ;140300 4 925.14 and Cabinet 2 '1403:00 477.86 -i 38 Traffic 5lgnai Pole, Ea. 6 1 542.00 357.39 Type B-1 2 542.00 A.61 39 Traffic Signal Pole, Ea. 7 1 582.00 383.77 Type D-1 582.01.' 40 Traffic Signal 7o1e, La. 1 1 582.00 3d3.77 Type E-I 2. 582.00 198.23 41 Pedestrian `ushbutton Ea. 51 _ 1 _ 5,30 3.49 J and Sign 2 5.3^ 1,81 42 ' Pedestrian Pushbutton Ea. 16 � 1 59.00 36.90 +^ Post 2 59.00 20.10 ! A--.-.�._____.,,1 F� t- NE SUNSET BLVD - LUMONDS AVL NE TO E. CiTY LiMiTS ESTIINT% 00, 8_ PAGE 3 i Total i Sub-Total " Eit�mate Estimate Basic Adjusted TOTALS THRU TOTAL Bid of of Unit Un1, Price THiS ESTIMATE LAST ESTIKkTE TO DATE Item Description Unit Quantity Quantity ; Group Price (Z per Group) , Wan. Amount Roan. Amount nuaf, Amount - - r , T3 Street Light Mire /10 LF 500 1 1 .12 .04 500 40.00 500 40.00 2 .12 .04 _ 4 500 20.00 500 � 20.00 24 Street Light Wire 114 LF 1000 1 .08 .05 1F . 2 .. .06 .03 „ S Interconnect Wire 11/C LF 8500 1 .60 .40 j ? .60 _20 i 26 Warning Sign Wire LF 1300 1 .13 .09 _ . 13 04 _ 27 j Vehicle Detection Loop LF 324U I _ 1 _59 _ .39 1 .5g' .20 i g 28 Trench and Backfill , IF 5030 3G10__., l .49._ .323 3,917 1,265.19 3,917 1 ,265.19 12" 'aide, 18" Deep r- 3610 2 .49 .167 3,917 654.14 3,917 654.14 - - 1420 28 .49 49 24 Trench and Backfill. LF 4129 _ 4,527 1 ,462.22 4,527 1,462.22 18" Wide, lb Deep -4464 2 .49, .167 4,527 _ 756.01. 4,527 756.01 4484 2A .24 .29 4,527 1,312.83 4,527 1,317.83 45 28 ,78 �a 30 Trench and Backfill . LF 1165 r - _ 1165 _ 1 .49 ,323 1 ,157 373.71 1,157 373.71 24" hide, 24' Dee,,, 1161 __2 A9 , .167 1 .157 193.22 1 ,i57 193.22 1 I lIFi5 2A .561 .55 '; 4 1 ,157 - 647.92 1 ,157 641- 92 25 1.05 1 .05 574 60Z,70_. 574 602.70 31 Trench and Backfi1' , LF ! 180 60 1 _ .49 , .323 is 12' Wide, 42' Dee, I 60 -2 .49 ' 167 ± 00 2A .. .91 Pi _ j 120 28 1.40 1.40 u Trench and Backfill, LF 457 450 28 1 .681 1.6.8 I 574 964.12 574 964.32 - IS' Wide, 42" Deep 1 .49 .323 75 24.23 75 24.23 2 .49 .167 75 12.53 75 12.53 2A 1.19 '..19 75 89.25 75 89.25 4 r. ,tip, ItTrU ILJ. ESTIMATE W. 8 PAGE 2 Total SuG-iotal Bid Eittmate Aft-maw" sale Ad1usted 10TALS PiRt item of of .nit Unit Price T!!!S LAP ATE 'AST L'TIKATE Descri Description Unit lluantfty Quantity Grou:, 'ricr {„ per rice 7uzn. Anawnt � „nn. ",!.v,.•a•,t ;ua� „. 11 Type III Junction :.oa Ea. 15 4 69.00 45.5C 69.0n 23.h0 12 Conduit, I, LF 1600 I .52 tl 156 72.80 1 ,457 911.82 %A23 984.62- 2 g` .3' 156 37.49 1,467 471.'!4 1 ,623 508.53 13 Conduit. 1-1/4" !F 5x0 r 1 1 .2.. 83 2 1 N, 1 + 406 396.?1 Q06 39E. 11 14 Conduit, L 1 .37 q'6 204"5e 4116 204.53 ls;,lt! l .CE 2 1:1,929 15,45E-92 IP.029 15,QS°,32 i4 15 Crrlduit, [" Lr 74u} 111.029 7.97S.79 18.029 7,978 7? i.0£9 9,:;32 22 3,060 9,R32 22 F 16 Conduit, "-ij2' F 1_0 ,060 5,173 R'i ;1,060 5,'17i3. 3D 2 1 29 159.58 29 150 58 17 Ccnduir , , }/2' IF 29 77 77 29 77. 77 11'S3 2 '} ' 52 185.28 52 135.2R 4.57 S4 t 18 Trafr ;; S;Qnal 'Aire 1.�. 1 471 ie 52 95./1 52 95 7' 1fa16 .141 f 14 Street light hire 07 if 4000 1 20 Street light Wire r4 IF 19n410 <f . If 8,030 1 ,224.80 3,900 G74.?:! 11,930 11906.81 8,03n 722.70 3.9no 351.00 11 ,931 1 ,073.70 11 Street Light ;.Ire ~6 EF 6000 1 20, 13 6,169 2 7 801.84 5,168 801.84 6,168 431.76 6,168 431.76 22 :.creel Eight sire Ib lF 6000 i .1(. . I' 4,970 497.00. 1 4,970 497. 00 4,970 248.50 4,97n 243 50 `SEE ATTACHED DATA SKEET - includes advance pay!oent fnr conduit material . i CITY OF RENTON N.E. SUNSLT BLVD- - EDPSLIDS AVE.N.E. TO EAST CIT► lTMI7_ PiIOGRE3S SIGNALS, STREtT LIGHTING AND RELATED WORK ESTIMATE M0. 8 _ DATE 'lay 31 , 1973 'Paid By Group 1 • 65-M of Participatinq Item Price TOPICS Group 2 - 34.06T of Participating Item Price City Group 2A • 100: of (Bid Price less Participating Portion) City Group 28 - W% of Bid Price (t:e. ion Participatine) City +Bid ; lotal Sub-Total Estate Ts_Mi ti basic Adjusted TOTAL` TI'RU TOTAL Description Unit of of Group ltrit Unit Price 1S ESTIMATE LAST ES7TNATE TO DAR GuantitY uantity Price (; Per Group) near, �rount Quart. A�nunt u'-n. tincunt i Signal Pole Foundation, Ea. 8 1 ?26.00 149.92 7 0" Deep 2 ??6.00 76.98 8 1.490.21 8 1 .490 21 2 Signal Pole Foundation, L). B 8 769 79 8 769 19 6.0" Deep 1 ?26.01 1/.9.Qi 8 1 ,192.16 8 11192 16 76.00 76.96 8 615.84 8 615 84 3 Pedestrian Post Ea. i6 1 66.00 44.34 Foundation 68.00 23.16 4 Signal Controiler Ea, 4 1 4 201.00 132.5 3 397.62 Foundation 2 201 .00 2. 3 397.62 3 205.38 3 205.38 5 Sign Pole Fowwat n Ea. 1 1 1290.00 850.60 1 850-60 1 850.60 .__ 2 1?90.00 439.4R 1 439 40 1 439.40 Street Light Pole Ea. 5 } 91 .00 60.01 5 300 05 5 300 05 + Foundation, 3'0' Deep 2 91.00 30.99 7 Street Light Pole Ea. 61 5 154-95 5 154-cs5 2 108.00 36.7R Foundation, 4'0" Deep 1 108.00 71.22 63 4,486.86 63 4,436.86 8 Wall `kwnt Bracket Ea. 6 � 1 253.00 165.83 63 2,317.14 £3 2,317.14 2 253.00 , 86.17 9 "+aster Ccntactor La 2 1 124.00 P1 .7? 2 163.54 Cabinet Foundation 2 174.00 42.23 2 163.54 2 84.46 _ 10 Type I Junction Box Ea. DJ1 96 4,36S.00 0 96 4,368 0 96 2,256 Ori 96 2.256 1 ' k4 E ''S r e'� �,df t. i1J}: T 1'"V DATE TO: Gwen Marshall , Finance Director R FROM: Warren C. Gonnason, Director of Public Works SBJECT: Estimate Ilo. _ a_ 'ontrac : No. CAG-2060-72 Project: N.E. S, ,,et Blvd.-Edmonds Avenue N_E. -------------------- ------------------------------------------------------------- Submitted herewith and recormended for payment is Estimate No. for work performed by Amount previously paid Contractor 9,252.98 Amcgpt previously retained $�_�� Amount retained this estimate $_____ 605.59 -- (to be allocated from the following accounts:) ) ' UAB 90% 302/541/33/63(18 ) FT 10% 301/541/33/63(18 ) Amount due Contractor this estimate S______5,450.30 __ E GRAND TOTAL � a 4, The amount due the Contractor this Estimate is $ 5,450.330� _ which T is to be paid frorl the following accounts: , UAB 90`, 302/541/33/63(18 ) $_ _—__4.z45_ ZZ__— S 54 .03 gyp , FT 1':°: 301/541/33/63(18 ) CHARTER 116, LAWS OF 1965 CITY OF RENTON CERTIFICATION I TNf 1NGFMIDNEO "- Xf PERT CERTIfT uNDEP PENA(TT Of P[RJYWv, 'MAT T,R: YOEP A!S XIT •EFN ,U NNISNEC, THE SERv1G([ XFNDEPED ON TX[ EAROR P[RfORYEO A5 OE SCRIBED NEN(IN,INO TXA TN[ CLAW Y JUST, OUE AND UNPAID OLLI[ATION A41AIN[T 169 C11♦ Of RS X1pJ1, •ND TNRT JY RUTXORR[D TO All'NENTIC[R NND (f RTIE1 TO SAID slc.eo .� sn it j. t N.E. Sunset Blvd. SUPPLEMENTARY DATA SHEET FOR TEMPORARY RECORDING OF ADVANCE CONDUIT MATERIAL PAYMENT Edmonds Ave. to E. 6ity Limits Page 6. BTDN I QUANTITY I TYPE OF I PRICE j TOTAL GROUP ! ADJUSTED CONDUIT TOTAL BID BALANCE T INSTALLATION CONDUIT PER 100 I PRICE PAID UNIT PRICE ITEM PRICE TO BE PAID YHF` i PRICE - PER (r PER GROUP) (COND. 1N PL.) INSTALLED LINEAR F007 ----�- «_ { (TOTAL) ,12 1600' 1" dia. $24.98 I 5399.68 1 ; 263 55 1 E 970.64 S 707.09 4419 yF--•--It-• 2 136.13 501.36 365.23 1`` F'"' - 3283 680' 1 1/4" 32.71 222.43 t 1 i .6144 dia. 2 175.76 56a,40 417,73 i $0.9317 292.40 216.64 j .3173 14 16.820' 1 1/2" 39.03 $6,564.85 1 $4.328.16 14,465 1 .2C 10,136.34 dia. 5999 f 2 2,235.99 7,400.80 5,164,81 S .:J97 ( .3098 i 115 7.965' 2" dia. 52.15 4,153.75 1 2,738.98 9.716.42 6.977.44 .8760 - $1.3285 2 1,414.77 5,018.83 3.604,06 1 ,4525 t6 130' 2 1/2" 80.98 J5.27 1 1 69.42 432.90 363.48 12.7986 ` dia. 2 35.85 223.60 187,75 $4,2441 1 .4455 117 85, 3 112" 137.67 117.02 1 71.16 254.15 176.99 (2.0793 1 dia. 2 39.86 130.90 01,04 $3.1533 -- -- --- 11.0740 E 31�ET trlYO EL`'%W An NE TO E. CITY LIMITS ��STlpkTE lb. 7 PACE S - - i Total Sub-Total Est Wte at ma Basic TOTAL of of I unit Unit Pricep) I' THIS ESTIMATE IASTAESTIMATE To DATE Adjusted Gr Qwn. . Amount oaaaiptton Ile1t Quantity QWetify I Groap Price (1 per 6rou Ihan.T Amount Ouan. Amount 4�1 Se"t,tlght pole E Ea. 65 i 1 176.00 116.05 31 3,597.55 31 i 3,597.55 j 3 176.00 59.95 T 4 4 31 - - _ -- 1,858.45 31 1 ,858_;,45 K SAh'eer a Oav Pole - Ea. 7 1 262.00 172.76 Doable Davit 262.00 84 24 - 46 1hraing Sign Ea. i 1 1 _ 1E11 .00 106..29 Installation f 2 1611 .60 548.71 7 { TOTAL GROUP 1 (TIPICS) 2,511.76 46,998.11 49,504.93 TOTAL GROUP , 2A, 26 1,337.59 41 ,682.21 43.019.80 NON-PARTILIPATIKai _ GRAND TOTAL -- 3,849.35 88,680.38 92,529.73 LESS AMOUNT RETAINED Y (10% $0 to $100,000) - 384.94 - 8,R68.04 - 9,252.98 v _ �( 51 over $100.000 ) .I E .►t" ANOINT 011E CONTMCTOR 3,464.41 79.812.34 83,276.75 � M y T r ME SUMSET BLTD - EOlfMS AVE NE TO E. CITT LIMITS 13TTIMTL M0. 7 _ I'm 4 `- -� - Total Sub-Total-' V - `- HTWte Estimate Basic Adjusted 1 TOTALS THRU TLTAL R� of of Unit Unit Price THIS ESTIMATE LAST ESTIMATE TO LATE Jim 33 Trawoh ard8ack11, - Jnit . Quantity Quantity Group Price (2 p1 ; Quan. Amount Own. Amount Quan Asioant _Descriptiony y Per Group) - _ w LF - 4235 _ a1I5_ Y___L. q9 3Z3 4.747 1 ,533.23 4,747�_1,533.2E! 249 little. 42' Deep �IZ� . - 4 •167 14J47 1 792 75 ;4.7a7 I92.t5y a1_7�- y_ 7A 1 .42 1 .4Z .,4.747 6.740.74 t4.747 �. 6.740.74j 6D i 2R 1 .91 1 .91 958 1,829.78 9% 1 .829.78' � 34 Trance ad Lackfill, LF 2643 2643 1 .49 .323 2,555 f325.27 ` ,2,555 - 5 21 30• Mide, 42• Deep 2643 1 2 .49 .167 .. 2,555 426,69 Z 555 } b=fi a 1.66 , 1.fi6 + 12.555 4,241.30 42,555 4 244.30 b 2. ` 14Z 3Qri30_ , 1 3 35 Select Backf111 i Tcn 4 3 _ 1 8.56 5.a 32.44 181,66 32 1�1.46i + 3 2 . 8.50 2JO _ 32.44 94.08 32.44 94.gR 1 2A 8.SO 8.50 80.82 686.98 i 80.82 6M.98 36 Gantreller Cabinet Ea. ♦ 1 299.00 197.16 2 299.00 101.84 1 1 37 ; faster t nttactor La. 2 i _ 1 1403.00 ._ 925.14 V and 2 1403.00 477.66 36 Traffic Signal Pole, i Ea. 8 _ 1 502,00 351.39 _ � Type B-1 ' � r 2 � 542.00 184,51 -{ Traffic 119na1 Pole. Ea. 7383.77 Y.. r 1 SR2,00 383 77 r 58&.00 198.23 1 40 ! Traffic Sigmal Pole, Ea 1 1 582.00 383.77 TYR E_1 2 562.00 198.23 - _ . 41 1 y Pedestrian Prfytton Ea. 61 _ 1 5.30 3.4, and Sign 2 5.30 1 .el F42 Irladestrlam Pasmutton Ea. 16 I_ _ 1 59.00 38.90 f 'Post i 2 59.00 20.10 4 " 111 i , BE �i ET BLY9 - EM MDS AVE NE TO E. CM LIMITS ESTll�li>; /0. PAGE 3 Total SuE-Total Estimte �sFTiaLe i Basic t Adjusted TOTALS THRU TOTAL BN J THIS ESTIMATE LAST ESTIMATE TO DATE of 0f ; Unit Unit Frlca _ -- - J4e�' Descrtptioe unit 1 Quantity QuantiV Group Price (S per Group) Q*n. Mount Quin. ! Amount ^uan.. A�ornt t3 ! Street Light Wire flO 1 LF S00 Z__: _ 12 , T 2 77 .0�4 y 24 Street Light Mire 014 LF iOOD 2 .08 .03 _ - ! Interconnect W!" 11lC LF 8500 i 1 __60 .40 26 Warning Sign Wire LF 1300 1 __- 13 n9 j 1 2 .13 .04 1 27 geMcle Betection Loop LF 3240 1 59 39 ___� 1 59_ 20 2Bi j T h and Backfill , LF S030 - _ 1 -.,43, An 98 31.65 * 3,819 1 ,233.54- 3,917 1 ,?65.19 - j2' Wide, 18' Deep 3610 2 _ .49 .167 r 98 16.37 3,819 637.77'L 3,917 654.14 26 49 .49 I , ! Trench and Backfill LF 4529 fi- ] 40 3?3 A 41 13.24 4,486 1 ,448.ORf 4,527 1 ,-462.27 18' Nide, 18" Deep 44A4 -� 49 , 167 Y-__ -_- 41 6.85 4,486 749.16; 4,527 756.01 4484 2A- 29 29 41 111.89 4,486 1 ,300.94 4,527 1,312.83 45 26 .79 .'9 3u T;a+icn and Backfill, LF 1165 1 .49 323 1,157 373.71^ 1,157 373.71 24• Ride, 24' Deep _ 1165 1 2 49 167 1,157 - 193.22 1 ,157 193.22 1165�"?A .51 .56 1,157 _.. _ _ 647.92 1,157 647.9Z_ t 1 .0°, 1 .05 1, 574 602-I3__ _ 574 602-:0_ 31 1 Trench and Backfill, LF ( 180 6Q_ 1 .4v .323 _ 1 120 WW-, 420 Deep er 2 .49 .iF7 , 60_ -A 91 .91 I C 120 2U 1.40 1.40 -" 32 Treed► and Backfill, LF 450 I 450 28 1.68i 1 .68 574 %4.32 574 964.32 iV Vide, 42" Deep 1 .49 .323 75 24.23 75 24.23 2 .49 .167 75 12.53 75 12.53 2A 1.19 1.19 75 89.25 75 89.25 K SUVW BLVD - EDMO DS AVE ME TO E. CITY LIMITS ESTIMATE NO. 7 PAK2 ' �tal� Sub-Total -___- _-.. --- . _ _ _- ------------_ ___ 7 awmate S ire - I Bazic AAqq��usttd I TOTALS THRU TOTAL Na of ' of I Unit Upit price -THIS ESTIMATE I' LAST EST_IMATF_ _ TO DATE Its Description Unit Quantic �(( up); quan. • Amount nuan. Amount Dwn. ' Amount p � y ' Quantity Group � Price i per Group)! ti T*e III Junction Boa I Ea.; 15 j i 6Q� i- 2 t 69.00 [.t 50 ~1 12 COiMatt, 1' LF I 16% i 1 .92 .61_ • 5 ( 7.21 1,462 909.61 1 ,467 911.82 { : h- ,.14 1 .461 469.90' 1 ,467 � 471.04 �( Conduit, 1-1/4• LF 68p - + ` : ! 1 lj3 _ 6 f _ 3.69 COO 392.42 406 39E.11 } - - 43 • 6_--J _ 1 .90 40C 202.68 406 204.5P l4 Conduit. i-1/2a LF 1 16820 1 1 i 1.30 .86 110 94.60 17,919 15,364,32 18,029 15,458,92 _ 110 _ 48,40 17,919 7.930.39 18,029 1 978.7 - 9 �.. - - - 15 Condrft, 2- LF 7965 i 1 1 1 .22 _j7 t- 32.94 8,033 9.799.28 8,06n 9,832,22 r - 2 1. .63 27 1 17.01 8.033 5.061 .79 8,060 5,C78.8D IS CMNatt, 2-1/2" LF - 130 1 1-� !:. 3.33 - 2 5.60 27 1d4.98 29 _ 2 1.72 • -- -1 -- . _ 2- _ 2.89 _ 21 78.8& 29 77.77 M 4. i) Comdait, 3-1/2 - ^- LF� --85 - 1 - 4.53 2 99 +52 - 1 55.?5 - 39.86, 52 145.]3 is Traffic Si9a1 L•S-1 - 141 2.7100 --- 1604.3T ----- - _� _ - -- ; ---r- •- -- - -It Street i Street Light Wire I2 LF 4000 1 ' f 1 20 Street Light Wire N LF 19DOO -- - -- -- -- T - -00 t - j ' - -- - - - 3 900 624. � .09 3.900 351.00 t 3.900 351.00 ?i Stint Light Mire ►6 I L BOOB 1 .07 --� - - i------ +- 2Y Street light Mire f8 LF GB110 •OS DATE µ Nay 7, 1971 Mtj VIA 10: Ilwen Marshall, Finance Director FRDM: Warren C. Gonnason, Director of Public Works S118JECT: Estimate No. 7 , Contract No. CAG-2060-72 Project: N.E. Sunset Blvd.-Edmonds Ave. M.E. Submitted herewith and recommended for payment is Estimate No. 7 for work performed by _Rainier Electric Amount previously paid Contractor S 79,812.34 Amount previously retai:ed S 8,868.04 Amount retained this estimate $ 384.94 (to be allocated from the following accounts:) tM 90% 302/541/33/63(18 ) $ 346.45 ^___ FT 10% 301/541/33/63(18 ) $ 38*49 `— Amount due Contractor this estimate $ 5.4r,4.41 GRAND TOTAL $ 92,`29 '73 The amount cue the Contractor this Estimate is $ 3 4a;4.41 which is to be paid from the following accounts: IAAR 90: 302/541/33/63( 18) FT 10Z 301/541/33/63( 18) S_346.44 'r CNARfER I IS, LAWS OF 1965 CITY CF RENTO1J CERTIFICATION T.[ UNKRS'GNCD DD N[NC[T cENTIrT UNDVI r[NNUY or r[NJUNr TN,T rNt sL*vus D[(N / NNLNV, rB[ L[ N[N Dv,t[f Di NiD ON S �I Y[MONY sOH CEMA D NCN[�N,nNO TN1 T.t CLAW It A JUST. Out "0 UNPbO 't DAY'** ISNINSY TN[ CITY DI NF 0N• AND TeAT , As UT.UNi[[p TO Au' ILMT NC SAID CtNTIIT TV SAID t_Tf1W VL:se r. a�yX• •KC-, �3 341�ET-0.LO - El`'aiDS AVE ME TO E. CITY LIMITS ' t�T'iATE AD. -� Ileaeh 31, 1973 PACE 5 ----- ' Tc to l E3Lfrite ileitc i Vait PP TOTALS TWU f rice THIS ESTIMATE LAST ESTINAU TONE > It=k Ontriotioe i unit oxtity Quantity Cr9ep Ace '(! per Group) Q9an. Asnunt Quao. hwwd u SOwt Light Pole Ea. + 65 1 176.00 11b.05 11 i 3,59'.55 I - - 31 3,51T.� _.00 31 j 1.858.45 1 -- 31 . 1,8 j4S M -- -._ Street Light Pole - Ea. 7 1 262.00 772.76 Double Davit W.00 89.24 iS ' Warning Sign Ea. i 1__ 1E11 .00 1062.29 1as411at:on 2 1 1Gi7 .00 5;8.71 1 - TOTAL CROUP 1 (TOo1CS) 6,751.83 I 40,246.3446. + h TOTAL GROUP 2., 2A. 28 W NQN-PARTURAillti M 3_897.34 e 17,794.87 41.492.31 r GRAD TOTAL iR 10.629.17 k! 78,041.21 II 80,6110.38 ( C LESS AMOUFIT RETAINED (10% $0 to $100,000) (-5% Over S100.000 )._ --- - --1,063.92 q -7.904.12 +i AMO V51 DUE CONTRACTOR 9.375.25 70,237.09 7}, 112,34 4 RE URMI BLVD - ERW.YC5 AVE 41 TO E. CITY LI1I175 'rcA 31, 2973 �ft_ EST WTI 40. s PAGE 4 t . iotal Sub-Total - - _ .__� __._ —_ - r — Bl1 ET15MO EstlFate 9asic Rciustee " j TOTALS THRU 6 70TAt of of unit nit Price THIS E�TTMATE IwST ESTIMATE L TO MtE Stan 3esc►ipttor ,nit Quantity Quantity Group- Price ?2 Dnr 6roa0; Qyan Aa>dnnt Oaen, f Aaoaft— QBM. Raai4at i _ _ 1 33 Treerh and Backfill, tF 4235 24' Bide 42' �� 1 -' .49 --- -- an ,�' aia7 I 1,S3i 2s � 4747 l.s7a.35 pees• — -- - 4147 "ff"" 7!2 TS 14 s:a� 1 4Z 4;c;. 3.3to 71 47iY E ---- - - 60 2B'- 1.91 1 41 _._ _ 9'9 + i- 3< TrencL aak Fackti!1, sf 2643 1- _ 44 'Z3 - 2,ss -- 925 26 2Ss5 r—his.2t K' ,tide, 4,' Deep '— '513 • os'� _-2 .[43 !S) 55' ! 426 1Je - 4J 241 35 SwI - Tan eatt FacR.i:! - -- JAC 44 _ ,2 6e:.9a 80.a2. , aa44.Pa 1 36 Controller CeC+nrt Ea. 4 i 299.¢: 197.:C t 31 ras?e► Contactor Ea. 2 ! 14S3.J0 _ - ana ?Civet77.c.6 - - -- -+.- ! 39 '-st•=c S' Er �na! Pole. . r _ :e:.85 rx-f Traff"t Signs! Pelt, Ea. F40 .ass,c 51 bl� -- - --- - -- - - 1 Bae' Ea. 1 -r i 'rx E-1 41 Pe?estri4r :"m*tty. Ea. ' 42 Peoestrian Ousttm t— Post s s a i 79 Pow a �TJS111 T1 16 11*01DS AVE ME To E. CIT7 LIMITS „- r s -1z sex 818E i , Tet41 Sub-Total _ 84r Es�i>ite Estiarte _� - jtd" Description of of Basic I Ad}usted TM1S ESTTti4TE TOTALS THRU unit Quantity Quanti>Y Unit Unit Price LAST EST1lMTETom 8eM9' Priee i f .. . Ts'4Moll.and Backfill. - - -- ��, Pe�6'°eV) loon. A�wk�, Qwn. To ?A` Mtde, 42- Dey -_1116 �_ _4g — �_k_ QiM. 4— 4747 1.533.- - �— 1 47.47 1, 28 - - _ '� 47 34 TrearA aed Backfill, - --�� }- - - - L 47t7 7S t 30 Wide, 420 Oeop 2643 -- _ �_- ! {- -,49 ij _ 825.27 2555 8_5.27 3S ! Select Bielcfill--- Ti4- S.66R t.2413Q_ _ x CQ"Mler Cabinet - i "^ ' - ---8.50 _ �41" 6 66 4 Z � 117,16 37 Master _ - tentacto- Ea. . - - and CWnet 2 _ z f _— 2 1403 ___477.86 3Y Traffic Si tt - - - ' 4na1 Pole, t Type g_1 Ea - F --t ! 542 00 184.61 - 3D Traffic Signal role. Ea. -t _ _ _ ` - ' T _ 7 _ 2j501.73 2 SC1. Type D-1 7 ! l 3Qt•7 _ _� __ - -- 1.292.27 40 ; TT�iE-�LBMI h ei . 1 � _ ( I 7 �.292.2 _ r 00 _L_. - -- --6 1 6 — 6 1.189.30 - - - -- s _ 61,189. 41 f Pedestrian _ - '__ i1 . . _ - OO r i .23 j_- 1T and Sign ttM t -� � 190.23 1 I j 2 S. _i.. _ 3 4� ;I ""- -- 198.23 Pedestrian Puskbutton t 1.81 Post Ea, - 16 -.'f.- - 1 3 ( 4 ,_ �� DLND - Ed10fOS Ai` IF TO E. CTTr LIMIn ` _ lMif 7 a ' , -� As, r Total SuD Totaj - _ Est wte Oaserlpttae of of �,*,CT�4lusted T11i5 ESTIIMTE TOTALS 111MTOM _ _ 1- Owntity j Quantlgr 8se , Mt! N per'r1p �_ LAST ESTIINTE �+n• Aebret Owe. TO MTf . p . 3te� UBMt Wre i110 I LF Spp �- - +) _ _ r ....._ Owl► wet wlwt 24 Street light Wireii14 2 .04 Lf 1000 -- -i - - � 20.00 Spp 20' ---:� _` a .- -- - Ieterceeeeet tare 11/C - `- __ALF 8500 - Z r- _-- 40 + 8.300 ; 3.320.0_O1 8,�p - 3MO.00 Wrnio9 Sf9e Wra i 1300 - - _. * 8>300 1,660.00 8.3_00 1.660.00 - i -- -- 2- - - 27 rehtcle 8etettien Loop - �- - -- �- - S9 _ I �--• _-L _ 3,751 1 ,46-- 2 .59' p -0 0 3,T51 1.462.89 i751 3,751 ' 750.20 p- Z• Trench and 9atkfill, LF _ - --fi _ 0 - 3 - - �" Wde, 18' Deep - --- a 750.20 3610 -- 3,917 1,Z6S.lo 3,917 -1,265,19 28 49 - _ - - - .49 A - i - L 3,917 654.14, - — 654.14 29 TrMxh and Backfi'1 , i---r `.. :_.,��.._.-. .._. - - -- - -. _ - - -- - 180 Wide, 18" Deep LF I 1529 1 __ _. _ _ l'- 2_ pA.S _ _ j� --+- 4.SYZ_ 1 ,462--22-.�327 162 22_ _ - --- 24 29 ---r - - 4.SZ7 u - - 2 -- _ 78 . 4.57 1• _ i . -- 7 .t7 j 756�07 i T Backfill , r i 24• Wide, 2d" peep LF 1165 165 49 } 11 2A , 56 , - _ .157 --Lp�22. 1_,j57 177 793.22 �31 1 Trench and Backfill, LF 180 1.05 1.05 _ j - ' 7_ j12• We, 42• Deep t � 1 4911 _ .323 -� _ 574 .; 647.92, _wA Y.S 1 11 i- -t 49 * - STA_ 60 j-- 161 - - �j- >t Trench and Backfill, LF 450 450 -- - —� - 180 de, 42• Deep ! 1.68 1.68 - 5;4 964.32 574 t 964.32� .167 75 1T 23` TS -fun 1.19 75 75 89.25 75 g ;25 r ar Y� UNOW AVE ME TO E. CITT LIMITS I W ! I Total SeC-Tttel } EstTiate s ( Basic asted TOTALS TNRA Tb�AI °f of Unit Unit Price TNIS ESTIMATE ! LAST ESTIMTE TO DATE Description Unit Quantity Quantity Group i Price (i per 8 _ i row) Quan.�Asount Quan. Amount aWnT Atnawt 1 M.TyBe III Junction a= Ea.i is _ --- -- - J _ 'Mutt, 1 --- - - - LF 1600 i 1 92 .61 1,t23 9at.62 1 .623 984.62 3 Gosdait, 1-1/P - - ! _ - --_ 1 .623 _ 508.53 1,623 508.53 i 1 },26 - • 406 396.'2 {06 , 396.12 2 1.26 3 406 204.58 {u6 204. 1 - Coadeit, 1-1I2" - I LF i6a20 1 _ 1.3p 86_ 18.029 15,{58.9Q 18,024 15,{58.92 , CI _ -- -' --�_- ._-_ _ _ 1 18.029 7.978.79' 18,029 ; 7,978.79 is i Conduit. 2• -, Lf i �7965 - - 1 1.85 1. 8,060 ' 9,832.22 .060 9,832.22 ,- 1.85 � ----- ------- y 16 8.060 51078.60 8.060 5.078.901 I cons.tc, z-in' LF . 13o -- �- - s.ee - - ' _ -�.33 _ _29 150.58 29 150.58 i 2 5.05 1.72 • ' 24 ; 77.77 29 77.77 -- LF 8s 1 4.53 2.99 * -r SY 185.28 52 i S2 ' 95.71 52 95.71 18 �reffic Signal Wire - -- i 4712.00 19 light Y1ra IZ?- LF�i0p0 --- --�i--- 2 33 .11 20 Street Light Wire N LF + 19009- -- - -- 1 - - _ s --_� __� 11.930� 1,9084- t,930 - i 11 ,9301 1 ,073.70II 11,930 1,073.70 - - - - -21 Street Light Yire 16 LF 60pp i -- 1 _-1 6,168 801.84r 6,168 80j - +--= 07 6,168 431.76i 6,168 431.76 ; 22 !tt light Wire 08 lF Fi000 {91.071 4,970 4 ti i - -- - - --- 2 ) OS i,970 248.50 {,9T0 248.50 ' • Set attached data sheet - includes advance paysent for conduit material. r n ti - a ; a.' •fir ��. _ +.�,... � ,�, - v G1Tf OF iEMTON SIiM U, 31W tl eNTIi M REi{TtTI; ;r w DATE 7-31-73 . ' a . r- - --- k•-- -- -- Paid r •t �,. iioq 1 ` 6i.M of Partictpa 1u Group 2 a 34.06. of Particfpa r 3*ow M • 100% of (Bid Pries f► 1NPet>� w1/p�) QrOW 29 0 100% of Bid Price ( Plo{-Partitfpt)rp) a ,'� T- To�ta1--i Sup-Total ttrl Es}Tiate Basfc �. 7'BRALS TNtaf L It( tlaaM►tloa Cult of of A41Wt�d 4X ESTiMRTE EAST ESTIIMTPI: TO a� -%It Mott ►rip _ Quaotitr wanitb i Price (f Per Woy� _%a- Aeoeet Own. Aeeeat Qeao.: 1 Sift Eve ipnaotfoa. Ea. � 8 � T M 159:02 � _8- -_1 .49n.21 8 .2 T' 8 769.79 8 it 6ignat. lbie iwndatlee. Ea. ; Q�. - - i.; -- - - - - 6'0' 1 DA ' 8 _1,192.16 8, l6 r f 1 26. 76.96B 615.84 i 3 Pedesfri4a PWt Ea. 16 -I— FS44oe 4 51611H~MGaOIrNi�! Ira. i32M -3 327_0!" • 4 • r S 1 A 46 1 0.46 S 'd;.38 4- 5 slip Pelt V� — ' i t39.4o 1 p_ ' t l!!Yt Pole p s _i -� -- - - ' . 300.06 5 O5 j� 1� Q� - -5 154.95_ S� 164_ 7 S w"t Liss 4'0• ow L. ! 61 - --� 4 36.73 86 • 4 hall Ntwt trecirt Fa. 6 - ` 63 sT7.14 63 2 17.14 56.17 9 MasLer 6ontacter Et. ! 2 -- 12_4.00f 8 7 2 163.54 2 16 .S4 C4Noet iwodattoe 1 4. 0 -`j2 2 84.46 2 84.46 U top t Jretta [twt�i Ea. `10796rt 23 3� 96 56.00 96 , �L'FPtIME!iTFRr D AT4 SHEET FOR 1FMPORAR° RECORDINS OF A'JYANCE CONDUIT MATERIAL PAYMENT °a=1e 6. + 'BID JLLAW IT+ 7.PE OF 1 PRICE I?rp C:YiDU:T PFR10O' oRrtcAcA1D GROUP ADJUSTED CONDUIT TOTAL HID r-_. -- -_ UNIT PRICE BALANCE INSTALLATION ITEM PRICE .; TO BE PAID NHE PRICE - PER PER 4ROUP) 'CO',0. ,N PL - -------.--_-.___ -��_ INSTALLED � LINEAR FOOT 12 160D' 1" dia. S24,98 ,TOTAL; ; 330.9.68 3 263.55 S 970.64 S 707,09 .4a19 - -�� 2 136.13 501.36- -- -- 680' .23 7 _ 22 83 . 222.43 1 did. 146.67 564.40 417.73 .6144 - - 2 75.76 292.40 2 ' SO.9317 - t 16 p20, - - $fi 1 i '2" 39.03 �- - - - -- y ---- -_ 16.64 .3173 did. ,564.85 1 $4,328.86-_------_.- -- _--._. 2 2,235.99 ]4,465.20 10,136,34 5.164,81 97 tI 59997.400.80 S0.9O - ,3098 5 7,9fi5` 2" did. 52.15 4,153.75s- 1 2,739.98 9.716.42 6.977.44 .8700 ---__ ___ T 1,410.Tr 5.018.83 S1.32H5 - 16 130- --2 112„` g0.98 105.27 -- 3.604.06 _ 45T5 1 432.90 did, 69.42 + 363.48 �2,7986 17 '-'-c-------- ------� ---- 35.85 223.60 187.75 $4.2441 1 8- 3 1. 2" 137.67 1:7.OT 77.16 -� 1.4455 dia. 254.15 176.99 �2.0793 S - 2 --- 39.86 130.90 91 M S3. 1533 --- s 9 e n[ wnou Kul - u VA+o n,c K w c. i.YTP�t4ff�a ----+- ESTTMATE ND. � _ "- PAGE S ---T_..._ _ - - I i -1 Total ! Sub-T, tar Bid Est�ayte �stina4 ' Basic Adjusted TOTALS THtU I TOTAL of of Ueit Unit Price THIS ESTIMATE LAST ESTIMAATE -� TO GATE Iti O9no ptien Un+t Quantity Quantity i�p�) ►rice (>; per 6 -- - -_- - r0u9� Qwn T Aanunt %an. Amount Qit uan T—A�nwt u i SYIBI IIBDt file f Ea. i 65 --- _� 176-OD'' _ S9.45 116 OS 23 176.00' {_ 2,669.15 31 34597.S5S4 1 6.266.701 f1I j 2 -' —�-_— M Street Ibl- ! - Ea.-- - 23 1,3'8.85 31 1.858.45 S!,_ 1 .00 172.76 Doublea Dlat Dealt �- } 26226s 00 — + _ 1 691.04 91.0N 1Yrnt S1 _-- n9 Es. 1 lEll •00 1062.19 Installatiti on 1 1611 .6 ' 548. -- - ` i 4 TOTAL GROup 1 (TOPICS) — I1,177.27 j S3.4St.S7 I 64,635.84 TOTAL GROlO T, 2A, 2B S,718.73 IS,I27.0S S0,81S.78 fN N -PARTIL1PATllPi _ — a - — � GRA10 TOTAL 16,896.00 � 98,c45.62 � 115,I81.Fi, f LESS AMOUNT RETAINED 91S.S1 9,8S8.57 10,771.08 1 (15% "or So t$100 0$1000 )0 ) AM101AR DUE CONTRACTOR S 15,980.19 = 99,727.05 : 101,707.S/ c 3TDRTF EAOa15 AVE NE TO E. CITY LIMITS PAK 4 -. 'T-TOt&I r- r-- -F Sub-iotal Ewe r Estimate 1 Basic Adiusted Description Un/ti of Unit THIS ESTIMATE IOTAIS THRU TpT�Qwatf Unit Price LAST ESTIMATE TO DATE tf 41 wantity i 6naW Price (! per 6rtgp) lwn. spa h.and Backfi l l. LF 4236 - -T q nt Town. Amount Wide, 42• peelT. __ _� 9 �I 4-,� - --1_t. 4t - -._..16z _ _ - 4717 1,533.281T47_ . 33i2- - ,; 4747 792.75 1717 792. Z/ 4� 1, 474i34 _--_ .__ --t -- h----- -r_-. --F 1.91 1.91 .._ _ f_. _ . � ! 6,740.71 - 17-�.. %.7 r*mde, 42•kf0e�p LF 2643 � -2"3 - .49 r r 95a1,s29.74 60 SQ ' 1,629.32 ss -- 149 167 - ._ - _ i 25 82S.27 ! 2555 a25.2 _ __ _ - 8ackfill '� l 66 2555 -026.69 '�T 2H 5 - 1 2555 . 2555- - -�r }L � :__. � { ..._ . '1 _ :__. 1.2-_ -u41.30 _. 25551..2t1_30. 2.90 3244 181.66ler cabinet ! 4 i - !_ { S.SO 8.50 80.82 1 86.983Lr 1 294.00 197.16 _.- } 82 9 686 8 94,."__ __ 2 - 80 82 ,299.60 101 ,84 Cwtactor _ E . - r . --_-a#lnet 2j _l1403.00925.1b!-_ - - 2 '1403.08 4)7.86 r 39 i Traffic Si -` J - T B-1 gnat Pcie, Ea 8 + _ -� 1. Ir 2 542.00 357.39 184.61 __ 7 . -�_._ 2501.73 3g Tnffie Signet Pole, + ! `- Ea. ) ' - r T3ge 0.1 i 1 %R.00 - -- -_ ___ . C- -- 1292 27 7 r 2 582 on 383.71 1 6 t. 21Q2 63_ Traffle SigNl Role, _ 178.23 r _ -._� 7 1292.27� . . 6 _ 1189.3t 2�y3���� ��?� Type E-1Sa2.o0 - _ 4 1ha9�38 41 i Pedastrlan Pusyatton r �, - i 2 W.00 198.23 _7 1 198.77 and Sign + 61 - - --- �-_..1 5.30 3.4 �----- - 1 198 23 2T'-5.34 9 _ _ i - - a hdesttiaa hsAMrttan + Ea. ! 16 i - 1 l.el -- �rast - i 59.00 38.9059. -- - - Jf i . , ME SUNM ESTIMATE Y D - EDi1M AVE NE70 E. CITY LIMITS PAGE 3 -- _-� Total_ FSu Total Bid j Est"wLe �fiin�e ( Saslc� Jldsosted _ TOTALS ThHU 9 TOTA: Oescrlpti0a Ito/t 1 anti Of Unit ' Unit Price THIS ESTMTE LAST ESTIMATE R TO OATi r---- ----- ---- tr Qwetlty GTOW Price 'I per Group) Own. A.ow -T -- _ ; _ Quan. i AijDY mare.' Aabunt n Street Light Wire f10 - LF " f _ 12Y .48. .12 04 24 ! Street Light tare #14 LF 1000 -�� - - r 5 - - S00 40.00 S� 14.11Q 1 08 OO : . 20.00 _ p 2r 10 .05 - _ .08 .03IS lntercOM=t IIIM 111C LF 1 8500 I - fi0 .40 _ 8.300 i 3320.00 _ .20 0 - 8.300 _ 3,320.00 ►� 1 _-____i_ 2__ 60 18,300 26 Mrning Sf�n Wire - lF 1300 1 .13 - - - 1.660.0q 0 _ 8.300 1.6w.00 13- 09 _ _ . - -- .04 27 raAicie Yetectiee Loan if 3210 t i- 1- .59 .39 �� 59 .20 - - 2i 1' , TFucA aad fackrtxtilWide , LF 5020 - 3� i ! 3!' M _3610 p - ,43 167 r t 3,917 1,265.19 3.417 - : 1.26S.19 14?0 28 .49 •49 - 3,917 651.14 3.917 ' +- oSl.11 29 Trench and Backfill. LF - - 18• aide, IS- peep 4529 1 _.49 . .323 14484 _ _ 2 .44_ -.167 - -- 4,527 I AU.22 . _ 4,S27 1.W.22 i 3 4_ 2B 2S 481 4.S27 . _ 7S6.01 4,S27 ; . 756.01 5 .78 .7$ --�-- - a."1 1.312_83 4.,;27 _1,312_aS Trench and Backfill , LF�1165 - il¢5 1 49 - - 24" Wide. 21" Deep 1165- .323 1,157 373.71 1,157 _ 373,71 2 _ _ 49 " I4 1i65 1 _ .56 567 - - - - - 1.1S7 .. -193-22 l,li7 31 Trench and 8ackfil1. { -` ].OS l.0 -- ; H 1,153 ----"7.92 1,1S7 f .. "7.W i 12" Wide, 42` Deep LF 180 i EO_ 1 .49 , _ .323 S74 602.24 _WA -r 602-70. 60 2_ .49 .917 _ +- '� 1 60 2A 91 - . - - f - - �--� ---- - - -i 20 2B 1.40 ' 1 .40 - n } --- t' 31 � Trench and Backftll � - r 18' Wide. 42" peep LF 450 450 2B 1 .681 1 .68 - i S74 961.32 574 964.32 .49 .323 73 24. 75 2 .t9 .167 23 24.23 2A 1.19 1.19 - 7S 12.53 75 12.S3 7S 09.2! 7S 89.25 VSET BLVD - EDIIOWS AVE WE TO E. CITY LIMITS ESTIMATE h0. 9 PA , 2 Total T-Sub-total lfdl {{! I EstTiata ( s r i Basic ' A�s TOTALS TNW AL 1M( Description - �tlntt of of I Unit Uait pricy THIS ESTIMATE �' LAST ESTINITE TO DATE WentitY GwniiiJr ! P Price i 7------ + per i�� Quan. Mount I. Ouan. - t q -! Tj7e [I1 JunctieM, 8au� � Ea. , �' - ---- -- - �t--T- 1 2 i9.00 24j:� - ---i Amount 12 - - -- r - - -- - fonts/t. ) -- - - - • � LF � }ipp 92 bl -- -- 1 1,623 -_ -- �� _t� { -:IT- _.--- -- - - _-�. 981.b2 1,623 - 4R1.62_ 13 Gondeit. 1-)/�' !F i�- i.� _--- -_.__. 1.62_3_ 508.53 623 1 } 2i - 1 Sp".�� — _ 106 396.11 406 .( 2g6.12-.. ' 2 1.Z6 -- 3 —j- 11 Comduit, i_112 ' -r LF 16620- -— { - - - 406 2oa.58 105 2Dl Sa j ) 1.30 i ---= - 18 0)9 , 15,458.92 . 18,029 ,15,45i.y2,! - Z .44 - t - - _' - - -- -- t-- - -is i Coaerfi* 2• }I- 796S I.8S 7987 79_2 1 1s,nzs �wjy 8,060 _9,832.22 8,060 9L832_22 1 18 Condrit• 2-1/20 LF i I ,_._: .--. €€ - 8.060 - S.078.80 8,060 5,07^.60 --r S.OS • _—) — - t -- �- 29 150.58 _ 29 loose }7 Camdrlt, 3-1/2' 1 - - } - .-- - i._. - - -_ - _ 77.77 29 77_77 LF 85 1 ice, •4.53 _ Z.49 • - - - - - f —+ Q • - - - -_ --1a5 28 . _52 i__.1a5.21 Tf Treific Signal wire E L.S.! - - - - _ -_--- . --- -- 52 95.71 i S2 35 71 11 14712.001 31 7 f Street Light Wire 02 1 LF 4000 _- - - -_ - t -_- +- 33331 20 street Light Wren i Lf i16 _—_ •� ;___ 11.930 .- -1,908.80..11.930 1.96a.80 21 Street LISYt Yirc 16 _ f LF 6000 1 - - - - - _ 11,930 1,073.7011.930 :. 1-073.70 i 2! Street L19At Wire p LF 411.76 05 1.97It - -'�_00 --�-- - --- 4,970 i 2414k.S0i 4.970 I 248.50 *See attached data shoot - includes a,!van-e Payment for conduit material. — sN Z CITY OF RENTON +��-- N.E. SUNSET BLYO. - f�OM05 AVE. N E TQ EAST CITY LINiTS SIGNALS, STREET LIGHTING AND RELATED NW t 9 v - �� DATE 9 •ti: . , *--- --- - - -- — hid 9y i+or< 1 65.Sdf of Partictpa j -ItW Price TQpItS x: Croup 2 34,06f of PartitiptVMft-P4rtiC*tjnq) ts Price city s ' Orvw 2A - 100s of (Bid Priderarticipetftljortla,) city • t Grosp 29 - iODf of Bid Price city ;pl IT id ' Ta oaSeD-Total€mite t s a i Basic ` Lristihmm Ue/ of of AM ESTIMATE LASSTESESTIINT! TO DAtF _ A411Kted TpFA1 S •`'' Q of GrOw Jnit Unit Price 1 ( per 6 1 /e f9oodstls. Ea. - f-- aniib - Price f - row) Mluan. !Mount Ouan T Aownt Quan ANret� - 1 , I j 1_ 226.00 149.02 4 ------r-- ---- _ '''(�^�--'�--_�y li'IgT %I* f/sndetiM- i (a, 7 } .__.....�. .._"`.. __ _r tt - _ 8 769.79 _a 76?.79, �98 y a 1,192_16 6 - ) I,192 161 __ 8 615.84. 8 T- 615.841 3 1 PedeslPlea post i a4Nl�ien Ea. I li 44.81 ! - - -- t. 23.16 _` 201_,,E�` 1t2.54 _ _ , - -- -. 397.62 _ —3 _ - 397.62,, _ _ ! 2 201OOr 68.46 �3 Pole - —= -- _ i 3 205,38 3 205.38 5 1 � 1 1 1290.00 850.60 - ___ - — —. - f--- 1240.80 439.40 _ __ -_ } 950.60 1 + rsa.00. t# Nse Pole Le. !j —"� --{- '•' _l. -432.40 1 _ 439.40_ -�,-- 3�0� � i 1-� -91. - Sj0.91 -- t- - i .t_ 300 0s s_ -_ 3Da.0s 7 { ��peie -_^7----t } _--- -- - --'�----- —..-- -- --.s 154.95 - s _ IS4.95 1 Oi. it f 36.78�- _63_ ..��486.86; IlitP.!9ai*t 9pi1! ; �• , ` -t---- ..__ 63 33),14 63_ i 2i31+.14 iiik - + a-- - k -- r -- -- U f>IMwT�;wNYl1Mt � - 1 1 124 - - ---r—_.__ - -- {-- _ - — ----• 163.54 2 163.SIj 84.46 2 81.46-I >�e i druetiaN 0eN + Es. 107 1 45 gyp _ _ � a_oo 96 _ • r-- - 368_Olk -t-- ---- —�-- - --- - - - % 2,256.00 % 2,25b.00y lVo re -- PE R /Ns rRac r/e . F,ea/a yN�. �� G'y 7754 C-oiYe AE GawvE,QsATia-N v/✓ 7- /a -73 � IV E, SdvsC r BLvo. PX66,QE.3'S E ri 4,,4 CG -y0-73) 7AW- UN/T Pk'/CE. (357. 37) s7lotllP --heal! 7 / VT/LL OF .ZSO/. 73 j /7` 4'105- cHil A'GE'O 7-o ,7-s6/. 72 /N TNe TXis Fsr/rise r2 Co G. vM N JN,y T47rAL S JVAIL-p 91fl-4ANG4E ov7 LU/T%/tic T- Go��vG B,+cK AIVP C a*X,5 c r/✓vG 7NE TO: Cwen Marshall , Finance Director FROM: Marren C. Gonnason, Director of Public S:19JECT: Estimatp No. ci L -2060-72 Project: L ._` J ,WC::UI, ti.l?. -------------------------------------------- ------ - . -------------^ f Subnitted herewith and recor cn nced for nayment + '. ,ti,,.ate No. I for work performed by R,INIER i r Amount previously paid Contractor 5 _ _ :13,727.05 Amount previously retainer $ 9,858.51 Amount retained this estimate g 935.Sz (to be allocated from the following acrr . ,... :, UAD 90tib 302/541/33/63( i8 ) FT 103 301/541/33/63(i8 ) Amount due Contractor this estimate 15,980.471 GRAND TOTAL c lc>,4s1.51 The amount due tre Contractor this Estirite is 5 I::,Dt0.47 , wiIir_h • is to be paid fror,, the fcllowiwi accounts: UAD F07; 302/541/33/63(18 ) 5 11,332_43 FT 1;:, 301/541/33/63(IS ) , 1,598.04 __ r 1 CITY OF I THE VNOEOL:r.O •:rtw f -'..]Lu PEMIETT 6NN155 PEMf.., ( •,i r, nav(({ LIPS"' 6*Q 4�,n> u+u,.44�'Tf t•rT^iKiT 604STWT ME Is AC,tY f4 �1,410N.rrALp 1111 1 Am AUTNGOISED TP ao ,,,,,fKATE Au0 OZ'IT''V/ TO GArA CLAW SIGNED VL:sn r . 5�a.r Y � v � ti ti' ak O'� r'.1�}� d' mil{, l ��• �' �.. Fit 4, r l a V. 1 I W .O N W .D ♦ ' j N ' N to O M a �p :o W 14 *00 b ' V • ur w 1 /. •�.. +(Y� �+I•• � .�,. � + W W � � 1. •war i' r' M ' � t. h� Oft q �- 34 fj (o �o o '� � �wlw. . it if it x 4N ' '� •-' jy�� r f i 1 DATE TO: Gwen Marshall , Finance Director FROM: Warren C. Gonnason, Director of Public Works SUBJECT: Estimate Nr _' '.t(1s)Contract No. OA62060-72 Project: --- ._SUNSLI BLVD. --------------------------- ------------------------------------------------------- Submitted herewith and recommended for payment is Estimate No. FINAL(/3) for work perf,rmed by kainier Eloc[ric Co. — Nnount previously paid Contractor 144,730.03 Aj,ount previously retained $— 121810.5J {amount retained this estimate (to be allocated from the following accounts:) UAB 90% 302/541/33/63( -- ) S_.= FT 10% 301/541/33/63( 18 ) Amount due Contractor this estimate _ 72293.43 GRAI:D TOTAL 65{287.86 The amount due the Contractor this Estimate is > 7,2s which is to be paid from the following accounts: UA3 905 302/541/33/63( -- ) 7,293.43 FT 10: 301/501/33/63( 18 ) CHAMR 116, LA':.'3 C, 1003 CITY OF K'�iJTON C4+(i:11W4rlON i.M "Was:Cu[0 W NC—"Li {' MY, MOM I[NKTY OT T[046Nv1 THAwt. [{�M I�MMIf Nit, TN{ Lf OM [MTONW[o At L C*,L" V" 'W,UIO 7 fN[ GIfY H A JV37, DO[ A9J 14114fTiMM ♦ A"$, THE cliv of "UNA, GLJ 1"T 1 A S10 TO •VTM[Mi46Tf "a C[MI SAID fio CLM uur. f10M[[ L� ,✓,� VL:sn 1 ;1 i k f 17 i Edmonds Ave, to E. City Limits R.E. Swiset Blvd. SUPPLEMENTARY DATA SHEET FOR TEMPORARY Rtt MING OF ADVANCE CONDUIT MATERIAL PAYF�NT Pace 6. 610ITEM QUVIT1TY TYFE OF PRICE TOTAL GROUP ADJUSTED CONDUIT TOTAI BID BALA'7LE 11STALLATT0.9 CO`IDUIT PER 100' PRICE PAID UNIT PRICE ITEM PRICE TO BE PAID NHEN PRICE - PER (S PER GROUP) (COND. IN PL.) INSTALLED LINEAR FOOT (TOTAL) Z 12 1600' 1 1" dia. $24.53 ; ^9.G3 1 $ 263.55 $ 97D.64 $ 707.C3 4419 2 136.13 501.36 365.23 i0.6702 "83 �13 630' 1 1/44 32.71 222.43 1 146.67 _ 564.4D 417.73 .044 dia. 2 75.76 202.40 2i6.64 =D.9317 04 io,S_0' 1 1/2" 39.03 $6,564.85 1 .3i73 I $4,328.85 14,465.4-0 10,136.34 i dia. 2 2,235.99 7,400.80 5,164.81 $0.9097 5933 "098 15 7,965' 2" dia. 52.15 4,153.75 1 2,738.98 9.716.42 6,477.44 .8760 2 1,414.71 5,018.83 3,604.06 $1.3285 .4525 t .6 130' 2 1/2" 80.98 105.27 1 69.42 432.90 363.48 2.7986 dia. 2 35.85 223.60 187.75 $�•2441 1 44- 5---4 L �17 SS' 13 1/2" 137,61 117.02 1 _ 77.16 254.15 176.99 J2.0793 dia. 2 39.86 ]30.90 91.04 $3.1533 t� 1.C740 _ 1 ) it n� .,1 Ak ME TO E. CITT UNITS T EST2VATE 00. 11 ►ACE S +-- i � irows seal EiNotej ' TOTAL 1� Yncrlrtton tiett of i of limit UWeltPrice THIS ESTIMATE LAST ESTIMATE TO DATE �t ict>j ' Owaatr lea►' Price (s par s,vuP) Uwn. Amount—_ WM-7 t- Qean. Apt 43 SIlyt,.►tght Pole— i Fa. . 65—L _) 176.00� 116.05 _ 14 1 ,276.55 54 6,266.70 65 7 5� 1 t + 11 _ . 659.45 54 I 3,237.30 - -". ;igg�zsi D"Iv �v1Pols Ea. + 7 I 1 _ 262.00_ -172.76 !j— -- 513,28 4 691-04 __7__ f ---�------� '�b'f� 89.24 - �- -f -- K teg Sign Ee. 1 , � qQpp 22�� 4. _ ._356_96 „ -- Iesallition548. [TO TAL GROUP 1 jTOPICS) 8,710.31 66,231.27 i� 74,941.b8 {� TOTAL GROUP 2, 2A, 2B 4,508.46 T S MQN-PARTILI!'ATillfi - - — � 51 ,664_4.. 06,172.91 GRAND TCTAL 13,218.77 117.895.72 1 131 ,114,49 M r LESS AMOUNT RETAINEC -- - - — (l0i s0 to s100,000) - 660.91 10,894.79 11 ,555.70 L 5 over $100,000 , AMOUNT WE CONTRACTOR $ 12,557.86-� $ 107,000.93 S 119,558,79 t 8T171 TE SLRrAl Yli 1� ENDRDS AVE ME TO E. CITY LIMITS To to) 1- Srb-Tatai 1--- r -- - - --- _ _ __ __T�_ $ 4 1 ElZaa Estimate Basic Adiusted TOTALS THRU TO Ttea Description Um/t et Unit Unit Price THIS ESTitNTE LAST EST1144TF TO O11TE Quantity Que ttty firm*i Price (% per sroa P) Qwa. Aaowrt Own. Amount Qum. Aamatat 33 Trearh end Backfill. LF - - ---- f 24" Wide, 42- ' • _-- --- - + h_4747 4 1-533.28 T - - - -4-4747 792.75 1 -41174742- _ I92_7 - - 9 1 4747 1 6.740.74 4LQ- 34 t Trench &N Backfill, ( LF 1 S43 ;, t '- - - i 958 1,829. 95�8 1 1,` 30- Mide 42- Deep it i- 49 3Y� 1 _ _.49 16� 2555 1 _,.825.27 2555 V 825_27 _ r- -� ._.1.66 .�. 1.fi6 f - 426.69 255 35 Select Backfill -- NN - --�L.241.30 25i5 *vM i L . . .-3- - _--�_ 0.60 5.60 - ---- - - - ..---1� 05_3t1 _ i _2- _440 2.90 If - ; 32.44_ ..- - 181.66 7 XJ4 6: - r - --' 2A 8.50 8.SC u 32.44 94.08 32.44 36 ( Controller Cebimet - - - - 0 82 Ea i 4 i t 299.00 197.16 _ 4 788.64 - - -' 8 98 .98{ ' 2 1 299 i -� 7a8.64 - - + --- - t 101 .84 4 407.36 - 37 NASLer Cantactor ; mad Ca0tnet + Ea 2 1 i 1403.00 i • r _� 407.36! 925. 4 - -- - _ - 477.86 1 2 11403.661 !► -i in Traffic Si - lnaI Pole. Type 8-i 8 1 542.00 357.39 a . _ 1 357.39 Ea. 2 542.00 184.61 2s50,.73 8 29.12 Ea. 39 - - - --� I 1 184.61 7 �T10-1f4Pui pole, + - ._ 383.71 - - { 7 -t 582.0� - - --1.292. _ $ LL 1 27 .471T.86 » 1 - - - r 2 1 SR2.Of) 198.23 1 - 1J . _ 40 i Trat It Sipal Pole Ea + - - --If 2 { 383 fi r . 1 -+ . - -- 6 1,189_38 7 1 198.23 Tgpe E-1 t_�.00 383,77 -t _ �387.fi - - 1 2 582.00 198.23 41 Pedestrian PusAbatton Ea. 61 4 1 - --196.23 i 148.23 and Sion - _ .. 5,30 3. h { - - -- -- - __ -- 1.81 1 42 Padestrlaa hsMatton Ea. 16 1 59.00 38.90 13 S05 70 " - r- - -j�- - _ 4-_ --� Tbst _ 2 59.00 20.10 V ( .- _ 13 F- SOSJO 13 26130. - 13 _,261.30 i f ME SUNSET BLVO - EOM MS AVE ME TO E. CITY LIMITS ESTTPMTE 1M0. 1L PAGE 3 TOTBid ao1 1� a To 1l ! Basic r AdJusted TOTALS THRU t - Ila= Descripttoa Unit Of Unit Unit Price THIS ESTIMATE_ MAST ESTIMATE _ WafNgr %mit,P QroYC Price�N per Gromp) �' wan. Awount - _ TO DATE 23 Street Light wire /10 LF Qua". Afew-- ..-- _ .04 - t 16.2Il. t 5� J 40.00 -- 24 Street Light Wire 014 lF ��`- - ^'•-�-__ __ 1 __._`_ 14l0- 57'60-4 -500 1- 20.00. -, 1, i ! `�OQ - 7.98 94D 77.lIO- O3 266._ 13.30 !6 Interconnect wire )1/C - LF i _-_- - _ _ - 266 I l --L- ---+�;__ -_ .40 1642 656.80 3,320.00 N 9 912 3.976.80 = - 300 - 2 _60' PO 1642 8 +-- '26 Mrsrfeg Sign Mire LF 1300 i - - T �' _-- rr 8,300 1 ,660.0() _. 9 942 1 09 825 74.25 +-- - 825 7t_ss_ 21< MMiclf Betection Loop LF 32t0 - �- -- -� 825 0 f 54 33 825 1t.0O._ - �+ 5_.-.y? _-_ � T-fil � -3,751 1,462.89 - - 3,904 ' 3 >��nd Backfill, LF _ 0 � � �I . i 12' W de. 18° peep +--L--�.. .49, _____. - - ` ? _ 30.60 LL� 3 J51 750.20 3.904 78C.B0 1 _ 10 _ - .94i _ .167 3.417 1,265.1g- 3,W7- ; ii3i51p .49' - 49 -----___ 3,917 654.14 „ 3.917 Trench and Backfill. - - • -4i4.1t { 18• wide, 18" Deep if 4529 4 .4 -- - - -ir - _ --1 - tgl .32 -4,527- 1 4345 _- -- L_-_-,t9 _ 'T-' - . 9,527 . _ -_56_01 - 4 527_ 7{ {_ . 27 56.m _ .71 t- 52Z . 1.312.8i. .__l.SZZ 1,3 A ! Trench and Backfitl, LF - _ - --- '_- 1165 24` wide, 24" Deep 1_ Af _ I166 -'49 -- y 1,157 373.LL r 3T3-� 9w -4 56� r-1.1S7_ u ' >fl f iri n-h and Backfi l l 1.5152. -64 j Is LF 180 j 2g t 1.05 . - 1 .� f 647.92 1 12' Wide. 420 peep' i - - •.602.T0_ u 49t . - - - - - -91 T. rfntll and Backfill. LF +- - - ------ { _ 450 I50 { - -- 18• Wide, 42" Oeep 211 1.681 1.68 574 964.32 574 %4.32 - 2 67 75 24.23 75 24.23 2A 1.19 75 75 12.53 75 12.53 75 89.25 r I - UUMS AVE K I$ E. CITE LIMITS 4 2 TT�tai i Sub-Total Ind '� Eat�mate F is T��a � TOTALS TMPJJ { Basic sled oMAL W 1t�1 Description unit Quantit I of of unit Un t lrla THIS ESTIMATE LAST ESTIVATE TO WE 7 } Quantity I Crp+ Price Mr 6rouP) Wan. Amount War. A�wnt Q14•. , AAMt L T i1 T]7e I11 .lunetiom 8eit I Ea. - IS 69.00 2 69.00 23.50 12 C, em t. I% ; LF ' 1600 -T 1 92 - .61.31 - �^ 1_fi23 1.623 99t.62 3 i Conduit, 1-1/4• - -� - --- ---- 1,623 508\53, EF I 6m 2 -1.26 -- 406 - Tt /3 406 204.58 4 204.58 U Coedeft.. t-1/2" LF 16620 _ L 1_ .30 .86 18,029 : _ 15t458. --�_- �- -- ... __-_. ...__.. - 1.30 iS Conduit. 2 LF 796S 1 1.85 �1.�;2 i 2 1 .85 33 — 16 Conduit. 2-1/2' lF 130 -��,- 88,060 _5 8,0601 SQ 1 5.05 3.33 29 r .078.80 150. S.05 --- a - - ---- _ _� 2 17 Lomdrit. 3-1JY -- -j- lF�---- 85- 1 4.53 2. � '- - --77'77- Is Tn f is Signal Mire j l.S.! - 4712.00 _ 31 1 -- -- t-- --- -- --- -- - y- - { - - - - -- ---- ---L _ i 1! Street light wire /2 LF 4000 33 �--Light Mire-- - - --/4 + - ---i._ _ __ . S606 6?6.66 I _ 5606 616.66 YO ! Street Lf f IWW 1 I . - — - �" --- I }-- - - 09 - 1sD21.g6 1 1 �i - 6406 976.54 _ 1%930 I.OZ3.7 18,336i- 1.650,E 21 Street Light Wire /6 LF 6000 - - + 1 - -- -- i T 13- f -61.62 -6.168 -- Va 2Y Street Light Y1re /�8L (�0 - 1 + — _474 -�- 33�g - �� 76E: 6L642 ' --46U4..94 Y -- -- 1H im 0 .15 --- I 1018 50.90 4,970 248.50 5,988 299.40i �o 5 CITY OF RENTON - "p N.E. SUIISET BLYD. - U ONOS AVE. N E TO EAST CITY LIMITS 1 11 I SIGNALS, STREET LIGHTING AND RELATED WM • DATE October 31, 1973 a r Grow 1 - 66.S4i of Participating Itofa.Price -- - — �Ie , !� Group 2 - 34.06i of participat item Price Yrorp 1A 100% cf (Bid Price Pa ici City d k ity �wP 29 • lOOi of 81d Price ( Nn.Partticisit�in ion) city 3 Total Sub Total ttow _ ''� ` CRY tloo �sE�ato t sa ' lasic I Adj utod TOTALS THRU = of of nW ESTIMATE LAST ESTIMATE TO GATE ` * Onft I irwP Unit tlalt Price - --- _ aaM'.it3r ?aantlty Price (i per Croup) quan. Mount Outn. T Awornt - --_ . .-- i 1MMP'fluMrtieo. &. f 8 ] _. 22t. 142.02 Quas. -Anount �` T 6 96 49ti,21. -8.- 8 769.79 j S1�a�'�1Ra f ldatift, Ea, i 11 --- — ` 8 769.79 - 4 GO Wig— _ _ ladeslPi�! t Ea. t 16--t-- - �- - t -- - - - - --8 ___615.8i _ Fa - 615.81� w�FR*cn i -- It MOT -,84 _- 12 538�OB 12 �-�`--- 2A_16 12 _ 01 2n.� -- 12- �. 2� ` I ! 1 �14 -- - - -� 530.16 -4 E can i� 5 #ble 1M Ea I--? i `-�f�M.90 850.60 - __ �- _.2850.f0 • -i--'27�3L.8r 1 --� 1 4� _ 1 850.60 ; 1 VI — f0 01 ---- _— S 300.Q5 -- 439.40 05 7 t 10 hlo D. i 7 . . 4'N' 0Mp 1 i - - 4• oo 36.7 -- !i W1J 1 # so CO& Ei. 6 -- +—_._ _—_ --- 2,317. 2,317.14 63 14 63 �86. 7 �`44O_ --- ( Cl�_9e i! 7 .11met1iaA 6s ++ •• !! jr �j 2_.1 84.46 2 i a4.46 iOl - 4.368. 368•aq 42 — 96_-- --Z afi 00 96�21256.Ga DOTE 10-31-73 TO: Gwen Marshall , Finance Director FROM: Warren C. Gonnason, Director of Public works SUBJECT: Estimate No. 11 , Contract No. C. AG 2060-72 Project: N.E. SUNSET BLVD. ---------------------------------------------------------------------- Submitted herewitn and recommended for payment is Estimate No. 11 for work per'ormed by RAINIER ELECTRIC Amount previously paid Contractor $ 107,000.93------ F 10,894.79 *mount previously retained $ — Amount retained this estimate $ 660.91 - (to be allocated from the following accounts:) UAB 90% 302/541/33/63( 18) $ 594.82__ FT 10% 301/541/33/63( 18) $ 66.09 _ Amount due Contractor this estimate $ 12,557.86 GRAND TOTAL $ 131 ,114.49 The amount due the Contractor this Estimate is $ 12,557.86 which_i is to be paid from the following accounts: UAB 90% 302/541/33/63( 18) $ 11 ,302.07 FT 10% 301/541/33/63( ,d) $— 1 cr,.79 • 14 adjustment made to agree with Finance Department Record of Payment. CHARTER 116, LA113 OF 1965 CITY OF RENTON CERTIFICATION yiag"ONE.II 00 NCRCR, CPTHr U40410 TS`RaVI C I A .1(a 0 MNTMI TTNN(( ``ItY��RR 'VIT Du[C wD AO OKIYiION I/NIN/T TNl CITY 01 R[NTON. RM 1"47 1 AN pTNOO4f] TO •uTH[NTI" MO C[RTVT TO MN Ct=MT--� [IDN[O�L. ��s'r YL:sn r 7i5- • E .. l •" sE Yy Ezra ri ------------- - DATE_ Y,urlust 7 1973 i TO: Gwen Marshall, Finance Director FROM: Warren C. Gonnason, Public Works Director SUBJECT: Estimate No. 10, Contract rJo. CAG 2060-72 Project: N.E. Sunset Blvd. Submitted herewith and recommended for a J a' p yment is Estimate No. for work performed by RA` INIER r_ECTUC CO, - 10 ' Amount previously paid Contractor-per bid item list 4 Amount previously retained $1 )— 4.- 707.54 — Amount retained this estimate '_'10 .774.08 120.70 (to be allocated from the followingy accounts:) IJAB 90% 302/541/33/63(18) S 108.63 FT 10% 301/541/33/63(18) �2.07 ' Amount due Contractor this estimate-per bid item list E 2,293.39 GRAQ TOTAL S 117,895.71 The amount due the Contractor this estimate per bid item list is $2,293.39. but the actual warrant payment is to be increased by 20 to $2,293.41 - this will correct a 20 deficit in amount paid to Contractor on previous Estimate 09. The adjusted warrant amounts for the $2,293.41 payment to the Contractor are:- FTB $2,064.07 0% 301/541/33/63(18� 2.29.34 (Also - the Grand Total as of the previous Estimate 9 should have been $115,481.62) Retainage allocation records should also be revised to show S915.51 total retained on previous Estimate /9,instead of $915.52: (the individual account adjustment should be against the 302 account, to list $823.96 instead of $823.97). CHARTER 116, LAWS OF 1965 CITY OF RENTON CERTIFICATION PC"At7V L%PERJURY.D 00 THAT INC YATISV NTtry IIIAIt UNDER Y EAN iUD rviSME O, HE YERYL.CS AENDIHRO 04 THI tAb DR PEMPOnIEO AS Ot SCNiR{0 HEREIN,AND TNAT THE CLAIM Ib A JUST, OY11i�� AMD oranUNPAIAmuD DSliOA IIDN AUTHORIJt0 S TD IEAUTY(Ni�CAi{NANO CJIIIY IO SAID CLAIN, S bIDN7a7- i T^, c N.E_ Sunset Blvd. SUPNLEN WARY DATA SHEET FOR TEMPORARY RECORDING OF ADVANCE CONDUIT MATERIAL PAYMENT Edmonds Ave. to E. City Limits Pig* 6. T JBID QUANTITY TYPE OF ' PRICE TOTAL _ f GROUP' ADJUSTED CONDUIT TOTAL BID BALANCE INSTALLATION',ITEM CONDUIT I PER 100' PRICE PAID UNIT PRICE (ITEM PRICE TO BE PAID WHEN PRICE - PER (Y PER GROUP) COND. IN PL.) INSTALLED LINEAR FOOT (TOTAL)_ t 12 1600' 1" dia. $24.98 i $399.68 1 $ 263.55 - t 970.64 f 707.09 .4419 2 136.13 501.36 365.23 50:6702 .2283 !13 j 680' 1 1/4" f 32.71 1 222.43 1 146.67 564.40 _ 417.73 .6144 { dia, i C 2 7!. - 292.40 216,64 $0.9317 .3173 14 16.820' 1 1/2" 39.03 $6,564.85 1 $4.328.86 14,465.20 10.136.34 5999 dia. I 2 2,235.99 7,400.80 5,164.81 15 7,965' 2" dia. 52.15 4.153.75 1 2,738.98 9.716.42 6,977.44 .8750 -- { _ _ 1 2 1,414.77 5.018.83-- - 3,604.06 1t � .4525 16 130' 2 112" 80.98 105.27 1 69.42 432.90 363.48 2.7996 din. i - -- -- --- -- ---- - - $4.2441 2 3S.85 223.60 187.75 .4455 17 85' 3 1/2" 137.67 117.02 1 77.16 254,15 _ 176,99 2.0799 2 39.86 - 130.90 - ---91,04 --� f3.1533 dia. 1.0740 r i F� . r TE Ail. 1 brUft AE NE To E. C17T UmITs tAi'aE b , , 9 i1 T 11 Total { ES"-� t Basic Ayostw TOTALS TIM `T of of Upit Urlt Price THIS ESTIVATE LAST ESTMTE Too oawriptlon volt Qogtlty Q10MMY Yep1M Price '(S Per Gvwp) Qraa. Aativat Oman. Aasant Qaan, 11rIR1t tl Stfy%itgat Pole Ea. 65—�-- 1 176. 1116.05 54 6.266.70 54 . 6.1611 O I - 44 ¢4 3,2.37.30 i loaf tote - Ea.� 7 1 Zi2.00' 172.76 4 691,64 1 Double DavitT�1 .24 - - - -- --- - -- - -t - --- f 4 356,96 4 356,-% Id lbro1aP Sign Ea. , i 1 1611. -- Instal,ation __��_�QQ 2- 611 00` A$5� ` - —� ----- - 1,595.43 64.635.84 66.231.27 f ' TOTAL 61OOP 1 (TOPICS) - — _ -- '���---TOTAL GROUP 2, 2A, 28 818.66 50,845.78 l 51,664.44 10-PARTILIPATIM ----- GR11H0 TOTAL ,4 2,414.09 1 115.481.62 I 117.895.71 LESS AMOUNT RETAINED —� (10: $o to =100,000) - - - 120.70 1 - 10.774.08 10,894.78 ( 5% over $100,000AOMW ) DUE CONTRACTOR 2.293.39 104.707.54 107,000.93 a � i -- i AS s4 .. '� ' •• IMF N.L. SUNSET BLVn - EDMONCS AVE. N.E. TO EAST CITY LIMITS FSTIMATE NO. _ PACE 5 Total I SuD Total — --- --- --- - — f Basic j Ad it Est�ce s ma lusted TNIS ESTIMATE TOTAL TNRU Description IUnit of of Untt I Unit Price TOTAL Price LAST ESTIMATE TG DATE Quantity Quantityro (. per Group) Qw-�mount Quan. Amount Qum. Ar• vnt [TOTAL GROUP 1 (TOPICS) /5.832.05 7S. /49.(oG 90, .1;w 7/ ks' 'OTAL GROUP 2, 2A, 28 NON-PARTICIPATING g, /70.63 _56 4_'59 0 ' GRAND TOTAL Zd, 00 2 68 ! /33, 6 o j Y$' 157, wa. 674� LESS AMOUNT RETAINED (t to ,000 00,000) 5% over $100 /, Zoo.13 /! zeo 40 i2, J7940.s3 f` � 5S ) AMOUNT DUE CONTRACTOR 71 .?✓ * /2/, 927,r8 /44, 7aT0 c Ado 2,368 72 ro:21, a2.ss 9�rc�c.,,iT OT,QZ2/UlTiat�iT c Tv cG,t/'.eAc'7ee i N.E. SUNSET 11LY0 - Edeends Accrue N.E. to Tact City Lirits ( Estimte No. "PI^ Total "1 -T 1C TOT Bid �EsT1a�+ to s sr BeU tc I Unit THIS ESTIMATE LASTAESTf 4lTE O L Tor Itma � Description unit I of of i 1M+it Price TO fn, :te ;X per Group�uantitY Quantity Group Qoen. Mounts Quan. Asawnt Qwn. M.mt 43 Street Light Pale , Ea. j 65 176.00 115.05 - - - - t6-o 7Sa3.2s ';'F a 7std2s� -- I-�_- 2 1116.00 59.95 - -- 3_d A6. 7S ys a 3, 44 Stree� Light Pole - Ea. 7 1 f 26?? QO 17?,7 Double Davit _ 2 262.00 89.24 7p r-zo91 Warning Sign T - - - - 7 v s24`I 70 Ales r 45 Installation Ea. 1 1 i1611.DO 1062.29 - - - T -- { _ - moo. -- 2 1611.00 - 3002 Tree -h CO i (Ref. Item 34) LF ' 200 ---- ---- 2{ 2.15 2.15 - --- -- - Chg size 4 type of - __ ----_-- --CO / ---- S -�93 Sign pole found LS _1900.00 _-�93.06 [s _ _ �-- i _ 2 - 900.00 - 30i.51 t s -deG.sa CO • Modify Traffic Sign °ol a Found LS f452.00 1 452.00 298.05 [,S 2fB as - LS 198 eS -----�-- _--- _sue 452.00 153.95 is 1 753. ss -- Street Lite (113+251 EA $325.00 CS /ss9s CO / i 1 - 325.00 214.3f - 2 325.00 lio.69 �/.o iro.s! Ia rre BF CO/8 frosswal k Sign Ea 26.0 1 17.70 11.67 ZG o l 303 4z - --1 _1 - }-- 2 17.70 6.03 Z6.0 /S6J:t /Se.7.4 C019 1/2-3/G width loop LS $825.G- 1 825 544.01 S Sal -- _2 825,00 280 !9 <s a8o _ -C6 1 1/2- 2 112 Depth- lF 3921 LF Lil - 392/ S7 -Cuts 3t 3LstBYi .14 '05 92/ /Ir - -- T9di CO / 0 Temp Pavement Rector LF 9624p 1 2.21 1.46 !!e 9 3,S3t w I a t ion 1 i 3789 S, ji i 9 NCO/1Q Perm Pavement Rector LF 975 - 2 2.21 _75- 137e9 2 p4Y.75 -- 3789 2�y ?S1 1 _t_ 5.15 3.40 87S i 2/97So• _ 97S 2�9>>en-1 a t t o,: � B7S f 7 J /.5.3/ 2S 11- � 87S /,53'd ce - 9 t2_ — -r-Teal _---T--- ,- -- — - — �Srb-Total ! t EMM. I C Adjusted i1tlG1 Estimate Basic of I of E Unit ! unit price THIS E5T1lil►TE _ - JIST ESTIMATE Tq BBTE It"we Oescription unit QrantftY i Qwntity 6roopl Price t! porGroup) Aran. -Amount li Qean. Amount - WM. hoax p I Tran@l.and Bacbfi l l.^ LF�-4235 ! - - --�--- ago ��SSl. :8 4707 >.. - 24 Vida, -2* OW 1 Z5 - - --- ivi o I--_ 41l . - --- -µu»60 � i.xc 3e e7 31 ' Trench and 9aekt111. lF 2iW ' -7y55 " 30• Uide, It 4t 1 Si_ - -- - -- - --- -- - - •- --. - . 3.1�_ Arz o rot 35 Select Backfill - Tq� ` E-----�-- - ��-+ - .�,�_ �. - - -- iiuL�' ems' .. i ^_ t __.�- __-_-- -- -- - 1 j 2A a. , E.SO ___- patL 2t i P.143.it ' 3ACl6l tl�Gt 36�Cantreller Cabinet ; Ea. 4 MAQ-t --197.16 - -- N _ s o- - _Yoh t. as �- -- ---' r 2 299.00 i 101.84 37 Paster Gentactor Ea. 2 i 1 h403 and C*Inet 2 t1403. 477.86 r Pe 1acS :rz t o -, 3► ! Traffic Signal Pole, Ea. 8 1_ 542. I•! � - { Type B-1 2 542AD 184.61 39 Traffic Signal Pole. Ea. 7 1 582.00 3d; 7 _- 7Q-y_I, lJ1[. t 7- Tyfq 0-1 I ! -� 582.00 198.23 i -F— - w z o /. 3J7 e.i z . 40 ! Traffic Sl8aa1 Pole, �Ea.a. 1 ! OQ .7i -o_ 3 -- Typo E-1 ! 1 I 2 �582 00 19d.23 41 Pedestrian PrsMrttM Ea. 6' - - r- 1� 5.30 r�L49_ and Sign 2 5.30 42 Pedestrian Pesbbrt=n ; Ea. 16 Post 2 59.00 20.10 13-e S41 Jro /J.e 1 2a1. -- - - - - -1 _ l- - - -- -_ __ ; l � R � X / PACE 3 T_T \_ —---`- -� - --- —1;- - - - it, rSui-To 1 - 1 --�---- - -- ----- - __ VLI Eststt m-te i Basie Aq�usted OTILLS III Tub,D/d ofUnit ` Unit Price THIS ESTIMATEST ESTIMATE TO VI IMm Description Unit I Quantit. Qwntlq Brag Price (S per Group? n. Amount� I a. r Amaet Qwmt3 Street Light Wire 010 I LF SOO M " } — t -- -- 24 i Street Light Wire 114 LF 1000 05 r- •W 1 —A3 A _ IS ! letercasect Wire 1IIE y- Ur -96pp — - - -' _ Zas - ' -rLs -I r __0 _-- _ ff✓z f)f do i fflz S.f _ 20 fi -+— ---w 13 G9 ve �_ 9 OIIer ftl2 �. 26 i iArninq Sign Wire LF 1300 { - -- ers atis —�- 27 Vehicle 'Detection Lonp LF -3240 1 --- -� - i 9 -2D _.. . _— 1 26 Trench and Backfitl Lf 5030 12' Wide. 18" Deeps ( 10 __ ---. - - 49 --- 167 3li7 rs�s -39iJ _ 29 Trench and Backfitl, lr 4529 4464 - _ .32L t4=7 Ica. ssz7 i8• Wide. 18" Deep 4 2 _ 7u _N84 .29 --j--- a 4sz7 - — — >ti /,3 -aft 1 40tTl7 3 30 Trench and Backffll. LF 1165 -- -- 24 Wide. 24 Deep i_ 4 -. _ - 37,3.7/ • " + M 4 _ ___ _ 161 1 iis7 /!fir_ ti 7 1165 _ �6 _ t /1S7 �a� ..//-:r7 - t 1.05 . _ _ 1.05 31 I Trench and Back`111, LF 180 60 _.49 _.",23 - -1 120 Wide, 420 Deep I 6 .167 - _ 32 Trench and Backfitl, LF 450 --- -- -- -- — — 18" (fide. 42" Deep I - �a l0ia32 h 57v 73 LA.23 7 2 8 .167 7S - iZ. , 75 / A r•i�e I. i9e __ --- is e9zs 7s re r• •s iIL" - U1ONM AVE ME TO E. CM LIMITS s. -- 1 Total Sub-Total --Total Sub-Total -sun-xi AA��yy� AL stagy I of of Daft _wait price TNCS ESTIMATE UIST ESTIMATE TO DATE9escrlFtiw_ gait Quantity + Qwntltr �royp Price Mr Group) Quan. Aeount !! Quan. Amount Q1iin. . Aoorat tip II! Junction. Bo: I Ea. is _ 2Io /, ols.ov 9i.o_ � *4se,Lo. 2 69.00 — �.50 ! I4o Sfe.�• ~AG.o, �— -- - - --� LF i 1600 � •92 .61 + _ _ — � �/f_?9 i 1'10. 03• /i?3_ 990.03-y` 13 Gondolt, 1-1/4' —1-- /G23 ' !F I �01.26 _- 33f.lB 11. C4aduit..1-1/2• LF 1fiD20 3 4e4Ti7s.�s too /} „c�� x i 1 LSt .� I/B,o?f ; /Sse1.94 4toP! /s.se4fd„/ is - �- 7, 131.7i /1.ot9 7, 13,d�7f� lF 7965 8.oe,e 9.d33.z0 se4o 1.`-Od.?o _ 3 iii /2.�— — -- __ aGo i j 077 so Q oGo 6,677 Bo LF 130 1 f.05 _ 3.33 — ---� --- __ _ ! 5.05 1 J2 �G S7 PS 9 S7 17 Conduit, 3-1/2" lP �y I af.ea z7 9f.ds � 1 4.53 Tom` ' _52 Ow 5L i �o�o� Sz_ if Traffic Si Inal N1re L.S.I -- -- — --- - -- I 2 7,2:00 31 /.0 3./o7 of . /.0 3 A 709 Q l9 I Street light Nine /2 LF I 4000 - - 1 33 �S6ro 233.3? Sbori /,?31.3� .33 I1 20 Street Light Wire 11 LF i 1g000 2 — •� B.33f 2.933Ai /B.iC3G :Z,! .7i .23 -- -- 2i Street light Wire /6 LF i D .13 07 22 Street 4.1Eht Hire !8 LF 6000 —� fiL42 4Ga 90 Gcoz erba le'j II 10 39da sm g. .05 3lll 2!l..Ie s916 I !ff Ie I 4 ue &2, Jira, / SIVKS. S t101►I1iim DATE a: q.:.w _ ors kid dr Grow I • 66-M of Partieno ice ICS� Group! a 54.06% of Participa t ty + R arrow 1h - 100% of (Bid Print- c Wien) tt 4r Woo t °+P � + o X ` ?00* o► old ?rice Total Sr' -To ' afl1 ; EsfTiTtt me ` Basic Adjusted 2 .*, 111igts TI�i r i ! �aaM►tom unit of of 1 8a p Unit Wit Price _ ESTIMATE 4Ati1• EST 10 b at an Qetity Qean+i� y Price (>< Per GrokWj 'titan. Mount Otian. AeEdt+t Qrn: FgrntlatiM. 76.98 t Si9net..PoTe FetitYdatiee. Ea. I 8 14 01_ e.e i, .rr u s s 20-00 76.98 �.o r_Ws le 4 6 j ¢�a i.a _s_t.i0 i .o- --S3d. � 3 Pedest►iae feast Ea. li _ 1 �1. -- -- — 6bai� — i2.o- - 277 f� 4 Siami cootreller 1 201:WT1a2 - _ Feent(atiee , ( 68. 277,At 4 ¢ 5 Slap POIetriktort Ea. ' 1 t 1390,00. 550.6p — r E4 $ Mot Pole Ea. ti t 91. 60.01�_ - -.----T-41 . oF r �-0' Deep 9 . 7�.it9 ist cs % _7 t L PrltHa. 71.2�fM.thmn. 4-0' Dw 36.75z3�7. /v � 4oea 9! 6_.r boso. 8 00 , Wil MatAt 8rec4t Ea. 6 .00 86 �_o. Si7.ozj MOD 6.0' ' i-•L 9 i MastRr 6ontatbr Ea. 2 7 — net Fdn/atioa ! ( J 1 .001 42.2 a d✓!i ' Z•� la Type I Jmtion aox Es. 107 +r r _ DATE I a t^ Y TO: Gwen Marshall, ►1n•..:e O,rector FAW.- Warren t. Gonnason, Director of ►ublle Mork$ StNWECT: Estimate No. JI—, Contract No. L{•WO-It Project! _N .1llvd.__ —..a.i --------------- ........................................... Submitted herewith and recommended for payment is Estimate No. 12 for work performed by Rainier Clectrlt Amount previously paid Contractor 3,ly.aa8 9 Mount proviously retained Amount retained this estimate (to be allocated from the following accounts:) UAS 90% 302/S41/33/63( - ) 1 FT 10% 301/541/33/63( 18 ) S 1,324.83 Amount due Contractor this estimate T_ ilarZ4 GRAND TOTAL Tho amount due the Contractor this Estimate is 1 ss v1-sac . whiNi! is to be pats from the following accounts: L'a1 901 302/641/33/63( - ) __ ' .• FT lox 301/54./33/6308 eadRna Is$,LAWS Or 19" CITY Of Mv Cu"W1C11" r u,► so+1 a.eaae AS Yl:$n SUPPLEMENTARV DATA SHEET FOR TEMPOKARY RECORDING U '^vWCE CONDUIT MATERIAL PAYMEAT Are. tO E. City Limits 6. 0 Vl1ANTITY I TYPE OF• PRICc TOTAL T GROUP ADJUSTED CONWIT TOTAL BID BALANCE INSTALLATION ITEM CONDUIT PF,R 100' PRICE PAID i UNIT PRICE ITEM PRICE TO BE PAID WHEN PRICE - PER t I (Y PER GROUP) (COND. IN PL.) INSTALLED LINEAR FOOT (TOTAL) % 2 1600' 1' dig. $24.98 $399.68 1 f 263.55 f 970.64 f 707.09 .4419 2 136.13 501.35 366.23 0:6702 .2283 3 680' i 1 1/4' 32.71 1 222.43 1 _ 146.6/ _ - _ 564.40_ 417.73 $0.9317 .6144 dig. ' 2 75.76 292.40 216.64 .3173 4 16.820' 1 1/2' i 39.03 $6.564.85 1 $4,328.86 14,465.20 10.136.34 � j - - - - - -- dig. 2 2,235.99 7,40C.80 5,164.81 f0.9097 .3098 5 7,965' ; 2" dig. 52.15 ',153.75 1 2,738.98 _--9,716.442 _ - 6.977.44 .8760 - ! i 1 -2 1.414.77 5.018,83 3.604.06 - - f1.3285 .4525 6 130, 2 1/2' 80.l6 105.27 1 69.42 432.90 363.48 2.7986 i dia. - - `- --- - -- - - $4.2441 - 2 35.85 223.60 187.75 1.4455 7 85' i 3 1/2' 137.67 117.02 1 77.16 254.15 176.99 2.0723 i dig. r ----- -- - - - -- f3.1533 l 1 i 1 2 39.86 130.90 91.04 - 1.0740 i i i N.E. SUNSET BLVD - EOM04DS K. N.E. TO EAST CITY LIMITS ESTIMATE NO. FINAL PAGE 5 Bid Total Sub-Total Basic Adjusted Item EstTW to sstimaFe THIS ESTIMATE TOTAL THRU TOTAL Description unit of of Unit Unit Price LAST ESTIMATE TO DATE Quantity Quantity Group Price '(S per Group) -- — it _ -Quan.- Amount Quan. Amount Quan. Amount �I CJ�1 MAST ARM wj0a6 L g I I I )Sao o IIdG+.92 LS 1 It86 92 LS 1i".92. 1� . } 2 I e00.00 a' ' 08 S to 13 o$ 413 o6 'i Cb II PCSAW Cur-LleTECT- I __ I IQ050 125.62 L le S 12S. t LS � i2S C.2 i- ION 1poa_ Ne 12Tw LS ? 190.50 6q. 8B LS �.a.88 LS i4.88 !` Cb`II .dODmcy oc -.I,e� + I 89000 586. 87 LS t86 67 LS 584871 DET6CnJu LOOP L S 1 * 2 840 Co 303. 13 L. S 303 13 .. LS 303 t3 I 11 TOTAL GROUP 1 (TOPICS) �. .4Z8loS 9.0, 9Bi Z/ 9s, 4✓0 34� i TOTAL GROUP 2, 2A, 2B , NON-PARTICIPATING 3, 049 6s" GG, 5�28.85 eo9,077.So is GRAND TOTAL 7477S.0 /S7, j LESS AMOUNT RETAINED N (10% $0 to $100.000) 38.3g7 s3 i3, 2�440 5% over $100,000 ) ; AMOUNT DUE CONTRACTOR > 291. 43 /44, 79-0. 03 � 152 003.44 r N:c. SUNSET BLVD - Edmonds iipanue N.E. to Eact City Limits Esti,:ate No. ®11 --- - Total to '"0LQ1 I An12c ! Adjusted , LAST�ESTINATE THN TOTAL { Unit Price 4IS ESTIMATE TO DATE Item Description Unit of of Price (% per Grcupt - ' Quantity Quantity Group Quan. Amount Quan 1 unt :an. 1 Amount 43 Street Light Pole Ea. 65 1 176.00 116.05 GS o 7. 5G3 15 as o Z Sod 15+ 2 176.00 59.95 1, 45.0 B94 75 45 a 3.8 A6.75 44 Street Light Pole - Ea. 7 1 262.00 172.76 7 e zoy3l 7.0 / 1o9.3Z _ Double Davit 2 262.n0 89.24 7e Gpa Q,B 7o s.4SI 45 Warning Sig Ea. 1 1 1611.00 1062.29 i.e i oa:Y.Y9 �f ..p j S,OG2 - - Installation ! 2 1611.00 548.71 1 i o S4B 7/ „ ? / 0 -s4g 71 i CO f2 30x42 Trench LF 200' (Ref, item 34) 2B 2.15 2.15 20 a3o.00 Too 43e.00' Cog size A type of 1 ,-$900.00, -593.46 LS S93.aG /_S -S93.41, CO 04 ciTn pole Found LS 4900.00 2 -900.M -306.54 /_ 5 _ 304.g4 cs - 3o4.5Q I Modify Traffic Sign CO /6 LS 5452.00 1 452.00 298.05 os{ Pole Found 2 452.00 153.95 4 [ s isd 9S i �-S i53 9s I_CO /T Stree! l.ite (113+2f) EA $325.D0 1 325.00, 214.31 i.o Zi4..r/ i 2 325.00; 110.69 1 i o sio a59 i 0 /io 69 { IC0/8 Crosswalk Sicr Ea 26.0 1 17.701 11 .67 pG.o loT42 �.o { Bo3dL � 2 17.70 6.03 u 26.0 iSs 7g Z6 0 /S6 78 CO/9 1/2-3/8 width loop LS $825.00 1 1 825.00, 544.01 2 825.00 280.99 n G S 2Bo 99 c S ?B0 99 rco /9 1 1/2- 2 1/2 Depth- LF 3921 LF 1 .14' 09 i3f2/ Ast 89 992i -45289Cuts 2 14 OS /9&.cts/110 Temp Pavement Restor- LF 3624 1 2.21' 1.46 3799 s,swr4 37e9 S;S3/?9 a*.ion 2 2.21 .75 I 37B9 2,8a/ 7S 1 ,9789 2,Bo/7Sr' I0/1d Perm Pavement Restor. LF 8ii 1 5.15 3.40 Z,97Seo? ation 2 5.15 1.75 B;S 5.f/ ZS B7.5- %-53/ZS� t i yM • y!Z + o•Er of/93 Y — _ ( 00 6-t- ---_ 1- - - � ------ `3 --• i - - — --- , I ae `WEI oL•Sos' , o Ei� � � l 9! i '03 mgim4ls�d A t s�zf 76YS c tg !j t9 t ! _ mils a►• _v4•i// fir, Z !9v/� 1e - i1'� j-OC - --_ F t9 mI .1 INUM Sr-d 'it tt } '- £ D6 • o * --- sit El w1als 11 19'LIE 1/ i s_L /9,zor i v L h 96 l _ 10Q 8S l ! l-U adu � ..o c — 00'�S L m3 1 'mtod IVUGIS 3"AUL R gFyl�'i og il'9to ` - oP 9'W Zf5 C - - t-e 0"1 WW7 7AV7Z_Ojp_g-7o SGrist QO*ZK — 14— 8m3 'm Od lm&Fs�l13m+1 �C- CO — �w 63 -An3na" aril Is 6�iRPL ai ovayri ' - oY _-- 3l'16l ��z l F f 1 m3 lamt9m9 !K I R issas'R 3'Zflrs . We e i �e•at�R �i _ �_� _ __Si'3�__ '_b3�. t_ _�_�_l tool t scow I wmo .QE' _ - EiIZ Al 'ttuv mi an P Va I/s [fLi A4 slit 2"* Al it R w — 40" VV% 10mm'At 4afh! 40 Nmas 4t�mMo Amu IVAND t Ks" my ut 3lwKw lilt! 3lV"3 SiIL V* f vY ,sal # AD 7 ; tom, Omtsw tfm1� mi 41s3 * ., Sumll Lm '3 C a 3W d+ I --c—T_ ve , ' iml yz r- - - --- i— sue-- ___ L„ z -� - _ - 6L'tZ SL iJ'08' ` .Zf �PUI .fl �ItW3" Pw 9M+1 Zi Qt_1 dw wit 0 1--�-- of• — t of - 09l !1 •t t 11 8 Pw 1� tt So*I- t -1 gZ - _ ''''���JFFFFrI"rrrFFFr� ai IP Aaap .fZ •aPlR ./Z vf'o L86% /t'iLf L9ii LS"!o/ 4 oil 9911 it 'lltll31B D� Y3�+ Iif 4 1 Fosb Y L SO : bo-ct�-L9I•z 62'�� _ YZ f IoY c2Sb . �,o - �Ac daa0 .8162* Lt" / a w�► r:s+b. , 2so s — 9,rs -- iZSt J1 j 4M ! j. -- ---- ,---_ _�. ' eaih�. vo/ ooil. oo/ i *COW , <iZ► !/'OS—+mot `t/fE ool ti' - �Olff �d�0 Al '�N-_M 1 v Lizo si's�s•. tiff os Yf oos 1'dE' 0lof it-� MAP" }W *w"l 1 S o3y18 /J!J oJ1 oft OotF oI! vY� 3 , 4 — ---- — — - -;"-_ OZ '-_ _ K l "t MZt it ` MQ1 !�i3v�Mll �NKMt 12 4 gS•AN/y- 04F&r if'! v�C/ 1 i�` 9• t t -- - a . oo9i oe s ' ooyB .ct yp. Saw At go Sit 60 l' OM !1 ++M mil= �1�811 ' 9? ob- v 7o" Vol A06 It 76u pZ•. a oR' E ' itis vi'!Ls i• JOsi " — - •'. Or _ om 11 wlt o1µ i>•fllb+ lj fi oDOI tl ili gain �+34 vo" tq an 14 3 1r 'Rb JWAW (104 •W ty 63JAd & At } Atwara AWN" 4m - -� 04414+rlt 71af1 t � � Jp �,, ♦* 31YM11S3 l4Yl UUMS3 SOL a1s p�►�tbY i �8 i mw SWIO1 ` L l . y I �tiMol®s N TO E. CM LIMITS " Toui Sob-T utul TOTALS Tmwi Ei�3aste Fstfiil�i Basic Ads THIS ESTUW-E LAST ESTIMATE 16. of of 1 unit it Ma _;i�erfRtlw wt Qra�.itr gwntitr , &V" Price sK Bewp Qani. Mwat Qwa. IVooat &*Pit I/lalnit B� Ea.j is -" _-�-- ?s.o s4uo-oo +IYFF� 2 i9.u0 -23.5b /2fo.o_ of LF is" Bit .61 aW Jv _ o!/.JS = � - LF . 13. , 1+i N LF ss0 — -- 1 l.IDSwG i' "&-Ill 2i 3 95 /ffOS .Oo(I /sd.sM Of/ ASl1sd� 1- 14 ip'voltc" -112! I LF 1=0 l 1.30 _.86 Yo ' i72o /I1a2f is,6.04'1f Ae►ssf N 1.30 t0 BBo !/6bZf :' f�2.:i iQ+el/ '9 f01liB C-- 15 toadlll� _ - LF I *S 1 1.85 1� K _— I 1.86 3 scr;e i S o7l.I^ 6vi: 3,oY7�.IIo� . tf 5W^tl. 2-1/2`i LF 130 _ ^1 5.05 S 33 i76 stt.o --t Is. �G� 1r+ncos , -- � 4 E 5.05 V fiAeir�i. 3-1/2- LF �� 1 4.53 a -AB.47 .o i5l.o ?s7-.t!f 1s �rrffic Silmal Wee L.S. - 1 712.00 )2" '_-- a 1! 3te"N Liot mlre I2 LF ! 4000 t s? lP.�o t! Ssol. .,-zai.�z �6024 7Y 4 - -"— _lt- " ::92e •vs Yo s�o�. `is. _- ;,o2s 1 Stret4 0 L13At w» /4 tF+i9000�— _ "ld+► .t7si rs a c t,fs3:�6 _f it too .wt o -- I - _,x - o� t•92e S3./6 �/-8,334 sse.pe T.�f,ZiO j.TYt.ye = 21 Areat Ltsbt Piro /6 LF ` 6000 T 1 -- sseP -ds3.sL stil '" " I-F-^t i .20 .0 l GGOP 46s. 9e +"40Z 3i strrt'i t Y1» ie LF 6000 1 EgYri 'slra►o 2 1S .05 1 { SUNSET BLVD. E. FROM NE 12TH ST. TO 138TIJ SF F•je i 'h'r• P 2 � CITY OF RENTON • + BID PROPOSAL AND SPECIFICATIONS i WATER PROJECT #315 7 WATER MAIN ADJUSTMENT 6 PELOCATION f.J FOR N.E. SUNSET BLVD., LAB PROJECT B-1-102-(16) 1�( 4 t 1 ri J i i J ri i8th ' of a 12" Cuctile Iron Watar Main Blvd. from N.E. 12th St. to j , Jack E. Wiloon, P.F;. i Director of Encim,Prmq ' M ... .� 1 m i p v Y A 1 (a A � , t BEGINNING OF FILE FILE TITLE N E 12 t Ave S . E 1 I CBTFi.TIH'ICATE OF INSURANCE in affect on date of lhis cartiRceb, arranged by a SrrA1�TL�Y T. SCOTT & CO., INC. Oslo as..uue. /lore. ]a. om lux.WYlatnaT.on 98300 1 This is toCertify 1 Iha insurance described below .4 been arranged for the Insured designebd in this cewfiFKeq. Any raquiuin.menh or provisions in any tora or agreement between the Irou.ed and any other person, Ram or corporation will not be construed es enlarging, altering or amending the definition of irnand a any other terms or conditions of this certificate or the imuraof ncs designated.Such insurance.subject to the limih i , the e this hcrr:k exclusions, ns ipprovisions, conditicm and other forms thereof, is in fun force end affect e Noma of insured FRANK COLUCCIO CONSTRUCTION COMPANY Address of insured 7778 Seward Park Avenue South, Seattle, Washington 98118 �''lµjWMeraxono,a_ow.Tom a.sarea APRIL 1,1973 CLP 7243507 bim.rr Imvnr IT PACIFIC INSURANCE COMPANY bpi MI. No -.-` 100,000,00 000.00 Each Oct 1300 000 00 Lim;h fEach ream �300_ Eapir —ral. Ne bur Inwnn —Each Nnw 1 Each Oecemece Lvnih t 300 w..,...t. T i t 100,000.00 Each r t 300 000.00 Each Oc gmaa. s � - - - - "r" I.,.,c"W, I.a age._salaia.ese APRIL 1,1973 ppl, Ho CLP 7243507 primary I,,,v,,,.._UNITED PACIFIC INSURANCE LIkPANY E,p; - lOfi.000.G0 Each paraan i 3pQ 000.00 Each Ocwn.n<e L:mlfi t-- rd. No Eauu Imum— 6pih Lim;h t-- Each rAraaa f Each Oc<amnu T nl {100.000.00 300r000.00 Each Ocwnenc. EacF panes L__ a,- a.mas. abarh I.wwr.—clear na Ana.Wl. IL 1 1973 110651 ■■■ HeRRnR INCIIRANr'4 rnNDAh1Y Eap APR Pal, No Idm.n laamr SO_OOO,OD cn nf10_OO Eaeh Occumnu i Aggnq.b rd. Ne 6car Imnr—_-- EaP�'�— Lia;h t�.—cn--�-��� Each OGcumnu i __.Aygreq.h Total iJs+.+s+a.+ —b_ah Ckcv 0 000.00 __�\ea.g.re Orman,o...e.N.Nah sawra••A—Aosaawb0a CLP 724350i FACIFIs. acstRaNrE COlPANY E,p.,a APRIL 1 1973 Pal. Na ►Am.ry Imam Li.7,, { SO QOO.�.—_EacA Occvmnu Pd. No— Each Occur,anu 50 pO0.00 EacF Occ= 'bed a: follows including In accordance with the above. the insurance coven the operetluns ...d locatioyns described �y�c contractual habillty coverage with respect to any contract orsagreement eb ects 4atein wrmain Adl3aetaient Kano clusions. conditions and other provisions of the �nsurence. D Relocation for North East Sunset Boulevard, Water Project No. 315. At least ten (10) days prior written notice of cancellation or reduction of this Insurance shall be given to the below named holder of this Certificate. InIn 1s agreed that the City of Renton Renton, Washington, is named as an additional It , 1 assured as respects the above described operdtions. ronce rance This cr.Iff gate b not o policy and does not nfford any in afforded b coverage thee this or policies referred to hoe«s not in any way omvnd,extend,alter or vary the cmooge Y po Y Pr Except as specifically provided for in this cemficote, Inc Insurers shall hews no duty to notify bile party to j N who this certificate is addressed as to any change in, or cancellation of the insmancaf and shall not be m responsible for any failure to do so. 41`rwlc1WTiolt m. a.aorr• a, CO., steo. Deb may 2of 1972 of Rent To City Renton Municipal Building � W rl ) ' Address 200 Mill Avenue South E. W. Scott Ill Renton, Washington 98055 r i r i BOND TO CITY OF RENTON r DM ALL MEN BY THESE PRESENTS: a That we, the undzrsigned ?gA_wr nilrrrIO -^-NSTA 'TION COMPANY. a Washington o ration 7778 Seward Park Avenue South, Seattle ,Washington 98118 Cgar ne pa , an etir otution organrxe VW existing under the awe o the tate o Woahin ton as a surety corpor- stion, and qualified under the laws of the State or Yas Ington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of S 44,168.25 for the pay- mat of which sum on demand we bind ourselves and our succ-ssors, heirs, a3iidistrators or personal representatives, as the case may be. i This obligation is entered into in pursuance of the statutes of the State of Washing- ton, the Ordinance of the City of Renton. Dated at o`_, Washington, this %r �G day of ',A4, 19 J Novertheless, the c,nditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. or by Council action of the City of Renton, passed 19 t—tea or and City Clerk of said City of Renton have let or are about to Zet to —the sai IS I �Wabovs bounden Principal, a certain contract, the said contract being n ere gar act No. 315 and providing for Watarmain Alivatment and Relocation for North East Sunset Boulevard 0 " . l eord.aet s re err to eretn an is ma e a part ereo as thou atta a ereto , and WHEREAS, the said principal has accepted, or is about to accept, the said contract, and ` sndertake to perform the work therein provided for in the manner and within the time set forth; ' FRANK COLUCCIO NOW, THEREFORE, if the said CONSTRUCTION COMPANY shall faithfully perform all Of the provisions of said contract In the manner and wit Tint e time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub-contractors and material, men, and all persons who shall supply said principal or sub-contractors with provisions and supplies for the carrying on of saw work, and shall hold said City of Renton harmless from any loss or damage occasioned to now ' person or property by reason of any carelessness or negligence on the part of said principal, or toy sub-contractor in the performance of said work, and shall idesnify and hold the Clip at Renton harmless from any damage or expense by reason of failure of performance as spa4. tied in said contract or from defects appearing or developing in the material or worimemaMip proviasd or performed under said contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. A►PROM as to legality: FRANF COLCOLUCCIO CONSTRUCTION Cl"ASR _ Approved: GENERAL INS2MCE COM[ANT OF 11e2CA LL_ E. W. NCott, Attorney- n-vact r BID Dow POOR jb,.twtth find "Posit in the form of a cart d cheek, eukiers check, cash, or bid bond is the amount of t wbich amount is not less than five partner of tbi total bid. Sign Here _ RID 500 t Know All Men By These Presents That we, FRASr mril T ram-11TV11r'r1nm r Nv y u� t,a ,sr,.., r-..�:.r t.,o_- as Principal, and FNFRAT TNIATRkNCE COMPANY OF AMERTrA as Surety, are he's and firmly bound unto the City of Renton, as Obligee, in the penal am of y ee*FIVE PPo rnw ![Zl OF TOTAL ANOINT OF B114*i Dollars, for the aI payment of which the Prtnctpal and the Surety bind themselves, the.r heirs, executors, administrators, successors,and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obliges shall make any award to the Principal for Installation of a 12" D. T. NATERMA14 in Sunset Blvd. N. F. from N. E. 12th St. to 138th Ave. S. E. according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and eater into a contract with the Obligee in accordance with the terms of said proposal or bid am award and shall give bond for the faithful per- formance thereof, with Surety or Sureties a roved by the Obliges; or if the Principal shall, in case of failure so to do, pay sac .fait to the Obligee the penal amount o• the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the obligee, as penalty r •d liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 3rd DAY OF May 11 72 FRANK COLUCCIO CONS CT N COMP Principal nc al Vice-President GEN�N +S iRAC10EfDOMPANY OF AMERICA uwrr f R. E. Fortenbachor, Attorney-in-'act i � 3 19 » f Received return of deposit in the sma of 3 _ 1 7 � , T 1 TABLE OF CONTENTS SPECIAL TECHNICAL PROVISIONS Section Des-riLion Pace TS-01 General Statement 1 TS-02 Standard Specifications 1 TS-03 Existing Utilities I TS-04 Trench EXOaVatien, Redding and Backfill 2 TS-05 Pipe Installation 4 TS-06 Restoration of Surfaces 7 r TS-07 Testing 9 TS-08 Disinfection 10 TS-09 Cleanup 10 tTS-10 measurement and Payment 10 t t' TABLE OF CONTENTF, (COAT.) 1 s SPECIAL PROVISIONS Section Description Pat SP-23 Construction Signs SP-9 SP-24 Removing Traffic and Street Signs SP-9 SP-25 Construction Equirment SP-= SP-26 Size, Weight, Load Restrictions for Motor Vehicles SP-9 ^� S1-27 Delivery Tickets SP-10 ® SP-28 Waste Site SP-10 Y SP-29 Dust and Mud Control SP-10 SP-30 Payment to the Contractors SP-11 SP-31 Liqu;dated Damages SP-11 SP-32 Awarding of Contract SP-11 i 1 1 TABLE OF CONTENTS 1 SPECIAL PROVISIONS 1 SECTION DESCRIPTION PAGE SP-01 Description of work SP-1 SP-02 Date of Bid Opening SP-1 SP-03 Materials Supplied SP-1 SP-04 Construction by Portions SP-1 SP-05 Time of Completion SP-2 SP-06 Public Liability and Property Damage Insurance SP-2 _ SP-07 Non-Collusion Affidavit SP-2 SP-08 Nondiscrimination in Employment SP-3 SP-09 Standard Specifications SP-3 SP-10 Field Changes SP-3 SP-11 Failure to Meet Specifications SP-3 :P-12 Protection of Public and Private Utilities SP-4 SP-13 Scheduling of Work SP-4 Sp-14 Construction Conference SP-5 SP-15 Disputes and Litigation SP-5 Sp-16 Wage Schedule SP-6 SP-17 Subcontractors Sp-7 SP-18 Change Orders SP-7 SP-19 Surveys 6P-7 ' SP-20 Overtime Field Engineering SP-8 S^-21 Hours of Work SP-8 SP-22 Public Convenience and Safety SP-8 k GENERAL BID b SPECIFICATION � �- 1 TABLE OF CONTENTS j t t 1■ as}F • 1 Scope Call for Bids vicinity Map Instructions to Bidders General Table of Content. Special Provisions Tab'a of Contents Technical Provisions .able of Contents Bid Bond Foam Bond to City of Renton Form special Provisions Non-Collusion Affidavit Form Certification of Nondiscrimination in Employment Form Minimum Wage Affidavit Form Technical Provisions Standard Detail for Cer. i Blocking Standard Detail for Precast valve Chamber Standard Detail for 2" Bypass Valve Assembly Standard Detail for HyPrant Assembly & Hydrant Guard Posts Standard Detail for 2" Blow Off Assembly Proposal Form Schedule of Prices w Agreement Construction Plans ` r �1 1 jn 4 1 y yam! :M wY . M e CERTIFIED COPY OF CORPORATE ABSOLUTION OF , -�': ; FRANK COLUCCIO CONSTRUCTION COMPANY x I, J. N. COLUCCIO, do hereby certify that I am the Secretary of Frank Coluccio Construction Company, a Washington w corporation, and that at a meeting of the Board of Directors, K ' duly held in accordance with the Articles of Incorporation and Bylaws of said corporation and at which meeting a quorum n6 f € was present and acting throughout, the followi-ig resolution " "ors + was unanimously adopted by the corporation, to-wit : i � f "RESOLVED: That Frank ColiIccio , the President; " Vincent Coluccio, Vice President; J. N. Coluccio, the Secretary; and Vincent Minice, Assistant j Secretary, or any of them, be and they are 7 ' each hereby authorized to make, execute and deliver on behalf of this corporation any and all documents, papers , contracts and instru- ments of every nature whatsoever that they, or any of them, may consider necessary or appropriate in connection with the affairs of Nis corporation, including, but without limi- tation by reason of specification, the signing of contracts, bonds , and other assurances." Y I further certify that said resolution has not in any way been amended or revoked. DATED at Seattle, Washington, thisday of 197jt. l I r' y i 101 � c — 5.00 CrrY OF RCNTON 345.72 ' 1972 BUSINESS WCf►MOU ( FRANK J)LUCCLO CUMSTRUCTION JD. , Mr. 1178 Sewrd Part Aw. S,,utt Seattle, Va. 98118 Underground i`\ iI it iea Inr.w W,rY\..,..,�.. Iw \D,\t ., f..Uf �.•\"f. Ww Y e•�f\�M ffw NMu M i.,4 •. 'A.u... a.f..ur.' Cuw I M1 V .r frtr. e,f�.•w • ^I». W .fffr ,. •n, ,.\n ,Y �An,Yw y r •.r n�\r Lw� �Y Mr owf\II Mfw P\r C.f.\ M Or1,.f•.\\ I . Y � �+.� Y Y .2/i3/11 OTIefiR D..f IeeUfD .* D•.,.. °••• STATE OF WASHINGTON SUSIN/SS {MO ►OOP/1SION$ AOwlNISTRATIONi POOP{{SIONAL DIVISION R{O.�CONTRAG TOR�GNI/O�l y COWCCIOrPR&NK CONS' CO ■ 7716 S{KAOD PARK A' ! $0 S{RTTL{ /A oRl l• 223 Ol 6660 ,Instructions to ➢idders (Cont.) 1. The bidder shall, on request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be mate in cash warrants. 7 1 1 t : l l i � �Y INSTRUCTIONS TO BIDUER5 ! i 1. Sealed bids for proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:00 j o'clock P.M., Wednesdal, May 3, 1972. f At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as pract_ cable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are under- stood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add to or eliminate portions of the work as deemed necessary. 3. Plans may be examined ani copies obta-ned at the City Engineer's Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifica- tions. 5. The bid price shall be stated in terms of the units indicated an(; as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. i 7. A certified check or satisfactory bib bond made payable without /■ reservation to the TREASURER OF CITY OF RENTON in an amount not less than 5% of the total amount bid shall accompany each bid proposal. Checks sill be returned to unsuccessful bidders immediately following I decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award con- tract. Should he fail, or refuse to do so, the check stall be forfeited to the City of Renton as liquidated damage for such failure. B. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. i w..— �..... �.... M �� �.. a..► �r rk� ���.. ' .fir - .i..r w, ir.a rr .a �..J apt 1.... Slf Ma•a.+Its ` ulv. scow I - CITY OF NENTON ENGPNEWRINO D111IITM[NT - � VICINITY MAP ---CLAW— ; y0111w l♦ �+^..!ram. �.--�y i y� � � PRQJECT SIT x lu t4lK scwom ' ' Fy�t�•f a -i �, 1 4 Y' �'IL . . ,.1. .. P .,, . 5, ♦ i. 11 �_ � •; 'li. 1; ' T' f i�. ,�r �_.r r .; !' i fx 4 . 1 i e 1 d 1 ' a r 6 Ik f I:I I I _CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT. _ _ She bidder represents that he �C/' has, participated in a previous contract or subcontract subject to either the equal d .-, opportunity clause herein or the clause contained in Section 301 Z of Executive Order 10925; that ne has, /_/ has-&", filed all r. required aompllance reports; and that representations indicating submisslcn of required compliance reports, signed by proposed sub- contractors, will be obtained prior to subcontract awards. b ✓� f M FRANK CCLUCCIO CONMUCTION COMPANY. yn ■ Company n by rti V•(,tI //t�n�Cm�" Title a Dt zO (The above representation need not be submitted in connentfon Vitt: contracts or subcontracts which are exempt from the clause.) D.1.F. 14.43 L � e 1 I 1 OR a :a NON-COLLUSION AFFIDAVIT r STATE OF WASHINGTON ' SS COUNTY OF 1✓^ .15 )f being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on be- :,Alf of any person not therein named, and further, that the Jeponent has not directly induced or solicited any other Bidder on the fore- going work or, equipment to put in a sham bid, or any other- person or ,J corporation to refrain from bidding, and that deponent has not In any manner sought by collusion to secure to himself or co any other person any advantage over other Bidder or Bidders. SIGN HERE: FRANK COLUCCIO CONSTRUCTION COMPANV,�' Subscribed and sworn before me this day of __ . o ary u c n an or t o %%ate-x OT residing at �A therein. y Y r SPECIAL. PRQVIS ION6 (CONT.1 `,.• SP-2g LUST Mr)lR1D�C�TTPnL Cnnt. for the durati on of the project. The Contractor shall be prepared to wee watering trucks, rwer sweepers and other pieces of equipment as deemed neecesary by the Engineer, to avoid creating a nuisance. • Dust and mud control shall be considered as incidental to the project, �. and no compensation will be made for this section. Y w � Complaints on dust, mud or unsafe practioe■ and/or pr,.perty damage to pri• ato, amer=hip will Le transn.ltted to the Contractor and prompt action in cerr, ti:ig will be cec.nired. written notice cf correction of corplsi• t iaa will be called for should repetitive complaints be i recciv..d by th.2 City. i SP-J(i PAYmVIT TO TM; CCM'fPACTCR Payments to be made to the Contractor will be made in the manner out- ` lined in Se.:ticn 5 of the Standard Specifications. Payments shall be mar?e iii CC`_h W),rrtnts. Partial pafinen a on estimates may be withheld P until work pra;ress schedules as described in Section SP-11 of theae special provisions has been received and approved. kE:IL Ig24D)TgM DAMAGES Liquidated damegns for fa:.lure to execute the contract as specified and in accordance with Section 8.08 of the Standard Specifications will be aascssad as follows; one Hs dyed Dollars ($100.00) per calendar day plus cost of inspection, supervision, legal expense and coot coats 1, incurred beyond amid dau. The cost of additional inspection and supervision shall be on amcmt equal to actual salary cost, plus one ■ hundred percent (100i) for overhead and other indirect expenses. i SP-32 Aw*RDING OF CO IRA"'I' 1111 Awarding of contract will be based nn total sum of all schedules of 1 prices. No partial btis will be accepted. ■ r SP-Page II e Q ^' SPLCIAL PROVISIONS CONT.) SP-26 SIZE. WL•iGp•_il.�AD RESTRI:PIONS POR MOTOR VEHItIES (Cont.) f F9 Any gross violation of these regulations shall be reported to the !- , ia affected law enforcement agent. s The contractor is to furnish to the City Engineer a listing of all haul vehicles used on this project, listing the vehicle number, license n•:umber, tare weight and licensed load 'limits. SP-27 DELIVERY TICKETS All delivery tickets that are required for the purpose of calculating 7 quantities for payment must be received by the Engineer at the time of delivery. No payment will be made on tickets turned in after date of ry delivery of material. ! 1 Payment will not be made for delivery tickets which do not show type f J of material, gross weight, tare weight, truck number, date, and inspector's initials. I Scale certification shall be submitted as early in the project as possible. Each weighing station shall maintain a record of the trucks weighed, date and time, tare and gross weight and type of material. In isolated cases where scale weight is not available, the inspector shall measure the truck volume and certify as to its full load deliv- ery. P-2� WASTE SITE The Contractor shall conform to Section 4.06 o: Standard Specifications y in regard to waste sites. The Contractor shall he a the responsibility of '^g his own waste site. All work included in this section shall be co..s..dered to be incidental to other items of work and no further compensation will be made. The route taken to the waste site shall be maintained solely by the Contractor in a man,cr as described below: The Contractor shall be prepared to .Ise water trucks, power sweepers, and related equipment as deemed necessary by the City Engineer to Alleviate the probl .m of lost spoils along the route. Prompt restora- tion of the route is mandatory. SP-29 DUST AND MUD CONTRGL The Contractor shall be responsible for controlling dust and mud within the project limits and on any street wnich is utilized by his equipment .. ..r 'BP-Page 10 J Y e. Ip WtY Fyi e "y1'o QSPECIAL PROVISIO_;S (CONT.) SP-22 PORL.Tr' CCMVbT7IENCE AND SAFETY (Cont. t B. Local police and fire departments shall be notified, in writing, prior to construction. C. Access and egress to local residents shall be maintained at all times, with special attention given to business properties. � . . . All costs involved in the above shall be considered incidental io other costs of work involved and no further compensation will be made. t SP-23 C(MSTRUCTIOF SIGNS ` i The Contractor shall furnish and install construction signs which conform to current City of Renton Sign No. T-38 "CAUTION, CONSTM)CTION AHEAD," 24"x24" diamond, black lettering on yellow background. One (1) sign of the type mentioned above will be posted at each street entering onto the project site. All construction and detour signing shall conform to Part V "Traffic r'. . Controls for Highway Construction and Maintenance operations" of the Manual of Uniform Traffic Cor.trol Devices. SP-24 REMOVING TRAFFIC AND STREET SIGNS The Contractor shall be resp,:rsible for maintaining all traffic and 3 street signs. In the event it shall be necessary to remove a traffic or street sign, the Contractor shall notify the City Engineer, City Hall City of Renton, Washington, for all changes made. When the work has been completed, and prioz to said area being open to traffic, the Con- , tractor shall notify the City Engineer, City Hall, City of Renton, Washington, and obtain his approval of signing. SP-25 CONSTRUCTION EOUIPi'ENT Drivers of motor vehicles used in connection with the construction or repair wcrk shall obey traffic rules posted for such location in the same manner and under the same restrictions as provided for the drivers of private vehicles. h 6.SIZE WEIGHT LDAD RFSTRICTIONS FOR MOTOR VEHICLES All motor vehicles of the Contractor, Subcontractors, and suppliers _ shall strictly adhere to Ch. 46.44 of the Motor Vehicle laws of the State of Washington (1967 Edition ar,d amendments thereof) in regard to ■ size, weight, and loads of motor vehicles- ■ Payment will not be made for any material that is delivered in excess as of the legal weight for which the vehicle is licensed. SP-Page 9 ^` w4 q JJi I V � I SPECIAL PROVISIONS (CONY-) i SP-20 OVERTIME FIELD ENGINEERING ., When the Contractor performs construction work over the accepted 8 hours er day or 40 hours per week, or on any City holiday, and the work re- +. quires inspection, then the Contractor shall reimburse the City at the rate of $12.00 per hour. The City shall have the sole authority in determining the necessity of having the overtime inspection, and Shall notify the Contractor of intent and said costs will be deducted from monies due tho Contractor on each monthly estimate. SP-21 HOURS Oe WORK t�t The working hours for this project will be limited to week days during I the period from 8:00 A.M. to 4:00 P.M., unless otherwise approved by I the City. SP-22 PUBLIC CONVENIENCE AND SAFETY The Contractor shall, at his own expense, provide flagmen, shall furnish all signs, barricades, guards, construction warnings, and night lights i in order to protect the public at all times from injury as a result of his operations. If the Contractor should fail to maintain sufficient lights and barricades in the opinion of. the Engineer, the City shall n have the right to provide these lights and barricades and deduct such costs from payments due the Contractor. A plan for traffic control must be scbmitted for the Engineer's appro- val before the beginning of construction. The Contractor shall main- tai,. detour routes and other routes used by his eauipment hauling mater- ials to and from the area. Attention is directed to applicable portions of S,, tion 7.15 of the Standard Specifications. In addition the following special provisions shall apply: A. Traffic and pedestrian access will be maintained as directed I by the Engineer. 1. One lane each way to be available 7 days a week between the hours of 4:00 P.M. and 8:00 A.M. 2. One way traffic (one lane) may be permitted between the hours of 8:00 A.M. to 4:c0 P.M. Monday through Friday provided that a minimum of two flmlmen be used. 3. Und3r no circumstances may the road be closed in both directions for any extended period. 1 r,--Page 8 0 SPPjf IAI. PP.OVISIQNS COM_.-1 . 1I SP-16 WAGE SCIMMIE_(Cont. MMM the Contractor and/oz Subcontractor will he notified of the correct rates by the Industrial Statistician and approval will he withheld until a correct statement is received. each voucher claim submitted by a Contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the prefiled Statement or Statements of Intent on file with the Department. of IAInY and Industries as anprcved by the Industrial Statistician. Affidavits of Wages raid ISP 9843) are to be filed with the State Treasurer, or the Treasurer of the county or municipal corporation or 1 othei nfficor rr person charged with the custody and Disbursementt of the state or evrporate funds as the case may be and tru 12) copies of t.1 each affidavi are to be filed with the Director of th . Department of t Labor and I:Austries, Attention: Industrial Relationu Division, 1601 Secxd Avenue, Seattle. Whonever practicable, afiiea,lita pertain- ing to a particular contract should be enbmitted as a lKsknge. I. SP- 7 FURCOHTRACTnRS I A list of subcontractors and suppliers that will he involved with this project shall be given to the engineer for his review an3 approval immediately after the contract has b<,en awarded. This list must be received by the Rin3ineer before the contracts may be signed. SP-18 O11AwCFl OIL G'; All additional work that requizws compnnsstion to the Contractor for items that prices at- not included in the contract shall require a written change orue< before work may be done. The Contractor shell be responsible for acquiring the necessary change orders that are required by any of his au6contractors. SP-19 SURVEYS section 5.06 of the Standard Specifications shall be amended by the audition of the following: The surveying on this project will be done by State Highway Department perronnel and the Contractor chal3 notify the State Highway Department Inspcctr.i a minimum of forty-night (48) hours in advance of thn nead of surveys. The infonaut on to Ire supplied is the street cent-r 3inn loceti,cn and grade, the cut or fill up to sub- grede at the point o the wrter li,,e locaticm, and the lccetim of all proposed rul.vurts. �! S P"Pargc7 9 � L RPt:CTat PP OVISZ�. (CONY _1. M SP-15 DISPUTES AND LITIGATION (Cont.) M1 designate an agent, upon wham process may be served, before commencing work under this contract. SP-16 WAGE Sr MDCIF. Jit i .The prevailing rate of wages to be paid to all workmen, laborers or I � mechanics employed in the performance of any part of this contract shall be i.n accordance with the provisicns of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this contract will be performed as determined by the Industrial statistician of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it is imperative that ell Contractors familiarize ,- themselves with the current wage rates before submitting bids based r , on these specifications. In case any dispute arises as to what are the prevailing rates or wages for work of a similar nature and such dispute cannot be adjusted t by the parties in interest, including labor and management representa- tives, the matter shall be referred for arbitration to the Director " of the Department of labor and Industries of the State, and his deci- sions therein shall bt final and conclusive and binding on all parties involved in the dispute as provided for by R.C.W. 39.12.060 as amended. The Contractor, on or before the date of commencement of work, shall file a statement under oath with the Owner and with the Director of Labor and Industries certifying the rate of hourly wage paid And to be paid each cl.assificati. of laborers, workmen, or mechanics employed upon the work by the Contractor or subcontractor which shall be nut less than the prevailing rate of wage. Such statement and any Supple- mental statements which may be necessary shall be filed in accordance with the practices and procedures by the Department of Labor and Industries. Prior to commencing work, each Contractor and each and every subcon- tractor shall file a swop. Statement of Intent (SF' 9882) with the owner and with the Department of Labor and Industries as to the pre- vailinq wage rate, including fringe b• nefits, for each job classifica- tion to be utilized. The wage rates thus filed will be checked against the prevailing wage rates as ietermined lry the Industrial Statistician of the Department of Labor and Industries. If the wage rates are correct, the Industrial Statistician will iss,re an acknowledgment of approval to the Contractor and/or subcontractor with a copy to the awarding agency (^waer). If any incorrect wage rates are included, SP-Page 6 1 w fi N SPECIAL PROVISIONS (CONT.) a M .5P-14 CONSTRUCTION CONFERENCE Ml Prior to the start of construction the Engineer will call for a 1 pro-construction conference. The Contractor and his subcontractors shall attend the pro-construction conference, the time, place and date to be determined after awardance of the contract. Subsequently a A representative of the Contractor will attend a weekly conference with a the Owner's representative to review progress and discuss any problems that may be incurred. SP-15 DI!,PUTES A1;D LITPIATTON Any questions arising between the Inspector and the Contractor or his !� Superintendent or Foreman as to the meaning and intent of any part of a the plans and specifications shall be immediat^ly brought to the atten- tion of the Engineer and will be adjusted by him. Failure, on the part of the City Engineer or his representative to dis- cov^r and condemn or reject bad or inferior work shall not be construed as an acceptance of any s,ich work or the part of the improvement in which the same may have occurred. To prevent disputes and litigation, it is further agreed by the parties hereto that the City Engineer shall determine the quantity and quality of the several kinds of work embraced in these improvements. He shall. decide all questions relative to the execution of the work and the * interpretation of the Plans and Specifications. In the, event the Contractor is of the opinion he will be damaged by such interpretation, he shall, within three (3) days, notify the Citj, Engineer and the City Clerk in writing of the anticipated nature and amount of the damage or damages. In the event an agreement cannot then be reached within three (3) days the City and the Contractor will each appoint an arbitrator and the two shall select a third. The decision of the ma',rity of the arbitration hoard shall be binding upon both parties and shall bo delivered before any work is performed upon the feature in question. The arbitration shall be conducted in acc, 'dance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the majority opinion that the Contractor's filing of the protest is capricious one without reasonable foundation. In the latter came, all costs shall be borne by the Contractor. 4 The venee of any suit shall be. in King County, Washington, and if the Contractor is a non-resident of the State of Washington, he shall SP-Page 5 SPECIAL PROVISIONS (CONY.) + ■ " SP-11 FAILURE TO MEET SPECIFICATIONS(r_ont.) M if the City Engineer deems such acceptance to be in the best interest of the City, provided, the City may negotiate payment of a lower un-t price for said workmanship. SP-12 PROTT ION OF PUBLIC AND PRIVATE UTIIITIES The Contractor shall conform to Section 5.09 of Standard Specifications in regard to protection of public and private utilities. Location and dimensions ahown on the plans for existing underground facilities are in accordance with the best available information without uncovering and measuring. The Owner does not g,iarantee the size and location of existing facilities. It shr.11 be the Contractor's responsibility to contact the GAS COMPANY, TEIEPWME COMPANY, P¢VER COMPANY, and the RENTON WATER DEPARTMENT, and RENTON ENGINEERING DEPARTMENT, for exact locations of their rerpnrtive utilities. SP-13 SCHEDULING 'ir WOR& Section E.01 of the Standani specifications shall be deleted and the fallowing insertmei: Promptly after tl: a;,;rd of the contract, the --lontrsctor shall submit for approval to th, i;n,:ineer a proc;resa schedule. Prot this informa- tion a progress scheuulo diap..,m will be computed, plotted and a copy returnod to tl.v ^.cncfaC'or. laymrnt to the Contractor on env estimate may be withheld until such a s.:hedulc has been submitted and approved. Should it become; c,i ent at any time during construction that opera- tions will or may f0 1. behind the schaAule of this first program, the JContractor shall, utnn request, rrampkly snhmi.t revised schedules in the same form ac specified herein$. setting out operations, methods, and equilment added labor f,-rues of Working shifts, night work, etc., by which time lost will be mado up, and confer with the Engine•r until an approved mor.:i`ieatinn r,r the original schedule has boons'cured. Further, if at any time:, any portion of ti.e accepted schedule is found to conflict with the cont.r.'u:t. provisions, it shall, upon request, be revised by the Contractor and the wodc shall (» performed in rompliancs with the contract provisions, payments of any further estimate" to the r Contractor after such regvest is made and until an approved mexifiod schedule has been provided by the Contiartar may be withheld. ;v,ccution of the work according to the accepted schedule of consttuctinn, r approved modifications tyc_o,.f, is hereby made an obligatiee I" rho contract. rSP-Page 4 r 1 SPPF.'rAL PRO` ISIONS (C IT ,. .,P-07 NON-COLII,SION APTIDAVIT (Copt.i to satisfy the City that the bid offered is genuine, is not sham or collusive, and in no respect or degree is made in the interest or on behalf of any person, firm, or corporation not named in the proposal containing such a bid. SP-08 NONDISCRIMINATION IN FMFLOYMEN'C Contracts for worK under this proposal will obligate the Contractors and subcontractors not to discriminate in employment practices. SP-09 STANDARD SPECIFICATIONS 3 The Special Provisions hereinafter cor• ained shall supersede any pro- }� visions of the Standard Specifications in conflict therewith. 1 The Standard Specifications for Municipal Public works Construction !� prepared by the Washington State Chapter of the American Public Works Association, 1969 Edition, shall be hereinafter referred to as the "Standard Specifications" and said specifications torjether with the laws of the State of Washington and the Ordinances and Charter of the City of Renton, so far as applicable, are hereby inc)aded in these * specifications as thouqh quoted in their entirety and shall apl._y {Nl except as amended or superseded by these Special Provisions. A copy of these Standard .Specifications is on file in the office of the City Engineer, City !!all, Renton, Washington, where they may be examined and consulted by any interested }.arty. Wherever reference is made in the Standard Epecifications to the Owner, such reference shall he construes to mean the City of Renton, and where reference is made to the Engineer, such reference shall he construed to mean the City Engineer, City of Renton, or his duty authorized assis- tant or assistants. SP-10 FIELD CHANGES Any alterations or variar,res .from the plans, e,="pt minor adjustmenta in the field to meet existing conditions stall be rcq(losted in writing and may not be i.nstiutited until approved by the City Engineer or his representatives acting apecificAl).y upon his in$" ctions. In the event of disagreement of the necessity of such 01h 1"es, the Engineer's decision shall be final. 5P-11 FAILURE TO MEET S;PP,OIP,j�CAT fN ' In the event that any workmanship does not meet the requirements or specifioations, the City may have the optir,n to acr,ert such workmanship } SP- Pane 3 EWA- g . SPECIAL PROVISIONS (CONT.) SP-05 TIME OF COMPLETION , !l1111 The contractor is expe^ted to diligently prosecute the work to comple- tion in all parts and requirements. The project shall be completed within forty-five (45) calendar days excluding day of starting. p Provided, however, that the City Council shall have the right upon 1A1 request of the E,nineering Department, City of Renton, Washington, to extend the time of rnmpletion of said work. No extension shall be r valid unless the same be in writing and accompanied by the written con- sent to such extension by the surety on the bond of the Contactor. M Time lost in replacing L,.nroper work shall not furnish any grounds to the Contractor for claiming an extension of time for the completion of the work, and shall not release the Contractor from damages or liabilities for failure to comillete the work within the time required. SP-06 PUBLIC LIABILl'i'! AND PROPERTY DAMAfE INSURANCE The Contractor shall obtain and keep in force during the term of the contiaet, public liability and property danage insurance in companies and in form to be approved by the city. Said insurance bhall provide (,Jg coverage to the Contractor, any subcontractor performing work provided by this contract, and the City. The City shall be named as an addi- tional insured on said policy insofar as the work and obligations ` performed under the contract are concerned. The ooverage as provided shall protect against claims for personal injuzie+ , including acciden- tal death, as well as claims for property damages which may arise from anv act or omi:rsion of the Contractor, or the ..ubcontractor, or b, anyone directly or indirectly employed by either of them. 7 The minimum policy limits of such insurance s:iall he. as fOJJaws: J Bodily '..n jury liability coverage with limits of not less than $100,000 f '. bodily injury, including accidental death, to any one person, and subject to that limit for each person, in an amount not less than $300,000 for each accidentp and property damage coverage in an amount of not less than $50,000 for each accident. A copy of the insurance policy, together with a copy of the endorsement naming the City ae an addit. mal insured, shall be provided to the City within a reasonable time after receiving notice of award of contract. PROOF OF CARRIAC'P OF INSURANCI ' The Contractor shall furnish the City with satisfactory proof of carriage of the insurance required. ^a P-07 NON-COI.LUSION AFFIUAVTT The Contractor shall be required to exocute a Nor,-Collusion Affidavit SP-Page 2 _FECIAL PKYVISIGNS ■ GENERAL PROVI`ION` t■f SP-01 DESCRIPTIOri OF W01% The work to be performed under this contract consists of furnishing certain materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipent, utilities or service, if any, specified herein to be furnished by the City or Others), and performing all work as required by the contract in accor- dance with plans and specifications and Standard Specifications, all f of which are made a part hereof. This improvement is subject to the installation of a 12" Ductile Iron water main and related facilities, ir, conjunction with the reconstruc- _ ti(.., and widening of Sunset Blvd. N.E. (SR 900) by the State Highway Department. t The contractor should work in conjunction with the State Highway Department. SP-02 DATE OF 8ID OPENI?r, Sealed bids will be received by the C".y of Renton, Washington, by filing with the City Clerk, City Hall, Renton, Washington., until 2:00 o'clock F'.M. Pacific Daylight Time, May 3, 1.072, and will be opened and publicly read alcud in the fourth floc.r conference room 'LP-03 MATERIALS SNPPILED The City of Renton shall supply All water pile-, fittings, fire hydrants, gate valves, and cast iron valve boxes with their required accessories. The contractor shall supply all other material such as the pre-cast concrete vaults, concrete blocking, shtekle rods, fire hydrant guard posts, valve m,.rkers, and all other materials necessary to make a complete installation. The water pipe shall be string at the trench site and all other materials will be stockpiled at the Highlands Reservoir site !N.E. 12th St. at Newport Ave. N.) . It shall be the contractor's responsi- bility to pick up the stockpiled materials am transport them to the ' job site. Sp-04 CONSTfd)cTIO BY PORTION: ' It may be necessary to install this msin in portions due to tt_ State Highway Right-of-Way acq,:isitious and the highway construction schedule. The starting location. for this project will bo at the intersection of ' Sunset Blvd. N.E. and Union Ave. N.B., first progressing to the East and subsequently to the west. SF-Prye 1 (. SPECIAL TECHNICAL PROVISIONS (CONT.) TS-10 MEASUREMENT AND PAYtC-77T (CONT.) h. Concrete Slockir_m, Concrete blocking shall be measured and paid for at the aopl.icable cnn- tract price, per cubic yard, payment of which shall constitute full ^n^..4" For furnishing the material in place, complete. i. Select Trench Eackfill 1 Select backf£11 shall be measured and paid for at the applicable con- tract price, per ton, payment of which shall constitute full compensa- tion for frrnish4c<. and installing the material, in place, cawplete. j. MC Cold Mix Asphalt All. MC Cold mix %sphalt required for temporary restoration shall be incidental to the ^ontract. k.. Resurfacing or Patching of Cement Concrete Cement concrete resurfacing or patching shall be measured and paid for at the applicable catract price, per cubic yard, ae per Section 78-3.01 of the Standard Specifications. payment of which shall consti- tute full compensation for the resurfacing, complete, including sub- grade preparation, and all necessary incidental work. 1. Resurfacing or Patching of Asphaltic Concrete Asphaltic concrete patching shall be measured and paid for at the applicable contract price, per square yard, as per Section -8-3.01 r! the Standard Specifications, payment of which shall constitute full compensatiov for the resurfacing camplate, including subgrade prepara- tion, preparation of and connection to existing pavements, base course, tack coat, finishing, and all necessary incidental work. r e r i� g ■ °1S-Page 12 tt r 1 SPECIAI. TECEMTCLI (•hoVI SIUNS (C'kiT� TS-lo MEASUN%MNT ANL PAYMENT-(CONT.) C. Gate Valves 12" gate valve assemblies small be measured and paid for at the applicable unit price per each, in place, complete, which shall con- atituto full compensation ''or the concrete vault; and all other necessary accessories for a complete installation. Note: City to supply only the 12" gate valve and material for the 2" by- pass valve assembly. 1 The 8" and smailer gate valve asse,^blics shall be measured and paid for at the applica` a unit price per each, in place, complete, which shall constitute fc compensati.ui for the , lve, valve box with extensions, if necessary, concrete valve marker, a.,d for all other necessary ■ accessories for a complete installation. 3 Note: City to supply only the valve and vale= box. d. F1=e N dY rant 3 Fire hydrants as emblies shall Le measured and paid for at the appli- cable unit pricy. per each, in place, complete, which shall constitute full compensation for tee, valve, valve box, spool, fire hydrant, shackling, installation of blocking, bracing drains, fittings, and all s other necr�sary accessories for a complete inatallation. y Not,.: City to supply only the tee, valve, valve box, spool ano fire A hydrant. a. are Hydrant Guard Posts Fire hydrant guard poats shall be reasured and paid for at the appli- cabla unit price per each, in place complete, which shall constitute full compensation for a complete installation. f. Fittings Pitting installations shall be incidental to the contract. g. 2" Blow-Off Assembly The furnishing and installation of hlcw-ofi assemblies shall be paid for at the applicable unit price per each, in placr. cvaplete, whi, , {t, shall constitute full compensation fcr plug or cap tapped 2"x 2" galy. f: iron pipe, 2" gate valve, valva box, 2" galy. 900 bend with 44" drain hole, 2" x 2�" adapter (IPTX Huse) with cap and chain, and meter box, and all other necessary accessories for a caml.lete installation. TS-Page 11 '- ) , i r SPFCIAL TECHNICAL PROVISIONS (CONY.) TS-07 TESTIN; (CONY. _ C. Leakage Tests (cont. satisfactorily completed on the new pipeline or concurrently with the pressure test. The hydrostatic pressure for the leakage test shall be equal to 100 psi. TS-08 DISINFECTION Disinfection of the new water system shall be required prior to com- pletion of the project and shall be in accordance with AWWA specifica- tion C501-:;4 and Section 74 of the A.P.W.A. Standard Specificati,,nf a„d w� shall meet the -f th- ctnr� nf wrvhin^,:c;. Department of �+1J HPel,h. The initial concentration of chlorine in the line s'...'. be 50 parts per million and this solution shall be held for a period of 24 hours. Disinfection of the entire water ovatem installed or disburbed under this contract, including pipe, pipe fittings, valves and appurten- ances, is required to conform with the specification stated her..+in. TS-09 CLEANUP During the time that the work is in progress, the contractor shall make every effort to maintain the cite in a neat and orderly condition. All. refuse, broken pipe, excess excavated material, broken pavement, etc., shall be removed as soon as practicable. Should the work not be main- tained in t satisfactory condition, the engineer may cause the work to stop until the "clean-up" portion of the work has been done to the satisfoc Lion of the owner aml/or engineer. q TS-10 NFASUFW.MENT AND PAYMENT J7 a. General Unit or lump sum bid prices for all items shall include all costs for labor, equipment, material (if included), testing, relocation and modi -,ations to existing utilities, and all incidenteis necessary to make the installation. Complete and operable. b. Water Pipe Tim price per lineal foot for installing of the water pipe, size and quantity listed in the bid schedule, shall constitute full compensation for the water line in place, COIT1,1-_te, including: clearing, gtvbbing, stripping, all pavement remove+., excavation, treo.ohing, backfilling, foundation preparation, compaction , pipe laying, jointing, fit.t. ,,q installations, sheeting, shoring, dewatering and temporary restoration, egoluding cement concrete and asphaltic concrete resurfacing or ;.atching. i'f Ts-Page 10 fPECIAL TECHNIM PROVISIONS (CONT.) T: -06 PESTORATION OF SUPFACES (COWT.1 1 'f. (.rushed Rock Surfacing (coot.) ' f U.S. Standard Sieve Sizo ry Wt. Passing 1-'," square ..peni 100i I" square open). 70-95% 4" square opening 35-70% f200 IN max. Water shall be added during rolling operations as necessary to secure required compaction. The crushed rock say be spread in one laver and shall be adequately bladed and mixed ^o obtain even distrilution of the rock. Alternate bla,!inq and rolling shall continue until the required finish surface and density in obtained. The crushed rock shall be compacted to at leant 100 percent maximum dry density at optimum moisture content. Water shall be added as necessary during blading and rolling opera- tions to obtain the required compaction. g. Temporary MC Cold Mix Asphalt MC Cold premixed asphaltic concrete shall he required in some areas f:r. temporary patching on this prejact, where deened necessary by the Engi- neer. i. ZS-r,7 TESTIIN a. en al Hydrostatic pressure and leakage Mesta on the new pipeline sh411 be made in accordance with applicable provisions of AWWA C600-54T or C603-64T and Section 74 of the A.P.W.A. Standard Specifications, exceP, as modified herein. All equipment necessary to make the tests shall bs furnished b: t' contractor and the contractor shall conduct n11 teats under t.-e super- vision of the engineer. b. Pressure Test Prior to acceptance of the system, the installatt.on shall .,e subjected to a hydrostatic pressure test of 250 psi, and any leaks or imperfec- tions developing under said pressure shall be remedied by the contractor before final acceptance Of the system. The contractor shall provide all necessary equipment and shall F form all work (- nested with the tee's and conduct said tests in the presence of a Utilities Department Inap-ctnr. Insofar as practical, tests shall be made with pipe joints, fittLngs and valves exposed for inspection. c. Inakagc Teats Icakage tests may be required after the pressure test has been TS-Pa.(e 9 SPECIAL TEC'HNt(A1_r--VISIONS CCNT.1 TS-06 BESTORATCON OF .SURFACES (CONT.) M� d. Asphaltic Concrete Surfacing (cont.) ■1 Baee tours, mat vial shall meet the requirments set forth herein for crushed rock surfacing. 1 Asphaltic concrete shall be hot plant-mix, conforming to Section 34, A•P.'d.A. Standard Specifications, Class B. Asphalt cement shall have ��yyy1 a p r., -rat.on of 85 - 100 and shall meet the requirements set forth r.1 in ap( licable provisions of Section 27, A.P.h'.A. Standard Specifics- ttons. e. Freticud Cenent Concrete surfacing The 'iuishad patch shall match the existing thickness of t c.rcrett surface over 4 inches of crushed rock base course. Beftre placement of the Portland cement concrete patch, the base course material shall be shaped to the same section and slope as the finished -.,ra.ie and compacted to 100 percent maximum dry density at optimt moisture contt.nt as determined by Standard Proctor compaction test, ASTM Designation Dt98, Method D. After the subgrade for the pavement has beer. compacted and constructed to li.it• and grade, the cement concrete pavement patch shall be placed, compacted and struck off to the grade of the adjacent pavement in acv+rdance with thepertinent provisions of Section 39, Standard Speci- fications. rt Base course material shall meet the requirements set forth herein for t crushed rock surfacing. 1 Portland cement concrety shall be Class 5 (14) . High-early-strength cement may be required at the option of the engineer. f. Crushed Ro.:k Surfacinq Existing s` oulders, and existing gravel surfaces shall be resurfaced Iy with crushed rock so that a minimum finished thickness of 4 inches is fi■i obtained. The finished surface shall match the elope, crown and grade y� of the existing surface. 1 Materialu and placing shall be in accordance with the applicable pro- is visicns of Section 23, AP.M.A. Standard Specification axcept as modifier herein. Ballast Ind maintenance rock wily n, be required. Crushed rock surfacing shall in all respects we®t the requirements not forth in Section 23-2.01, A.P.W.A. Standard Specifications, except the crushed material shall beet the follolang gradation: "-page 8 y srECIAL TECHNICAL PkpVISZr7N5 (CONT.) TM"06 RESTORATION OF SURFACE.`; ■ a. General Due to the fact this work is being performed in conju•ction with the State widening project, the extent and tyke of restoration will be decided by the state Highway Engineer or his delegated repro._„I.s,:as. Basin Requirements for surfaces restoration are as follows: Reads, streets, driveways, shoulders and all other surfaced areas, removed, broken, caved, settled or otherwise damaged due to installa- tion of the improvements covered by this contract shall be repaired r and resurfaced to match the existing pavement or landscaped area as +1 set forth in _here specifications and as qualifie2 above. The ends and edges of the patched and resurfaced areas shall meet and match the existing surface and grade, and shall terminate in neat, even lines parallel to, and at right angles to the roadway. No piece- msal patching or repair will be allowed. Damaged, disturbed or other- wise af;ected rreaa as defined shall have edges of existing pavement trimmed back to providn clean, solid vertical faces, free from loose material. All temporary ^urtace restoration where no bid item is provided stall be incidental to the contract. b. Areas to he Resurfaced (1) Existing asphaltic concrete surfaces shall be patched with asphaltic concrete over a crushed rock base course. (2) Existing Portland Cement concrete surfaces shall be patched with Portland Cement concrete to match existing. ! c. Private Driveways S ■■■ Private driveways, walks, and other surfaced areas shall be repaired, patched an,! resurfaced as required for the type of surfacing encoun- tered. d. Asphaltic Concrete Surfacinu The finished patch shall provide a minimum thickness of 2 inches of asphaltic concrete over 4 inches of crushed rock., base course. before placement of the asphaltic concrete patch, the base course material shall be shaped to the same section and slope as the finished grade and compacted to 100 percent maximum dry density at optimum moist re content as determined by Standard Proctor compaction test, ASTM Designation D6g8, Method D. The asphaltic concrete patch shall be places .:ver the base course so as to obtain a minim m thickness aftc. compaction of 2 inches, and shall match existing surfacing. The asphaltic concrete shall be rolled and cross-rolled to obtain thorough compaction. i TS-tage 7 x SPECIAL "f". IC1`.L I'ROVIsION�_LcONf.) TS-05 PIPE INSTALLATION (CONT.) f. Valves and Valve Chambers (cunt.) / All Valves shall have concrete valve markers with distances clearly »! _ marked as required by the Engineer. N ' ' Note: Only Gate Valve and 2" Bypass Assembly materials to I.e supplied t� by the City. I g. Fix. Hydrant ABSelmhlieS. k :Ire Hydrant Assembly installation shall be in accordance with Section 77 of the A.P.W.A. Standard Specifications. The Fire Hydrant Assembly shall Include: 12" x 6" C.Z. Tee (MJ x FL), 6" Gate Valve (FL Y NJ), 6" C.Z. Pipe Spool (PE x PE), 5" MVO Fire Hydra:,t (NJ Connection), B" x 24" C.I. Gate Valve Box, and .3/4" Shackle Rod with accessories, and hydrant extension where called for by Engi- neer. Fire hydrant guard post shall be installed where deemed necessary by the City Engineer, and/or shown: on the construction plans. The City of Renton Standard Detail for hydrant assembly and hydrant guard posts is bound in these specifications. Mote: uniy the Tee, Gate Valve, Pipe, Fire Hydrant, Gate Valve Box, and Hydrant extension will be supplied by the City. h. j_B_ lcw-Off .assemblies Water resin blow off assemblies shall be constructed as shown on City of Renton "Standard Detail for 2" Blow Off Assembly" as bound in these ■ specifications. Galvanized steel pipe and fittings shall. conform to 1■� the requirements in Section 72 of the APWA Specifications. Note: Contractor shall supply all material for the Blow Off Assemblies. i. Concrete Blocking General concrete thrust blocking shall be in accordance with Provis:.on #2.14 of Section 74, A.P.W.A. Standard Specifications. The City of Renton Standard Detail fo: general blocking is bound in these speeifi- cations. r TS-Page 6 SPSC7AL TKCN1iTCAL PROViSInNS (COgT.) Ts-05 PIPL I^STALIATIC7N (CONT.) d. frecial Ancho-ace (tong Piping shall be adequately braced and blocked to prevent movement from thrust by use of concrete thrust blocks, tie rods and ioint harnesses. Concrete thrust blocks must be poured against undisturbed ground. Thrust blocks shall be provided at all changes in direction of piping. In addition, all joints at bends or changed in direction, to a point at least three joints beyond the tangent point on either side of the bend, t- shall bt provided with a positive locking device to prevent separation of the joint undor full test pressure. The locking may be accomplished b_, use of tie rods and joint harness, subject to the prior approval of the unglxueer. After t)ie pipe has been joined. aligned and permanently Ledded, the joints shall Le drawn up to assure permanent water-tightness but not so tight as to prevent flexibility to allow for some movement caused by vibrations, expansion and ccntracti,m. e. Connections to F;xistinu Pipe ann Structures Connections to existing piping are indicated on the dzawings. The con- tractor must verify all existing piping, dimensions and elevations to assure propez fit. The contractor must also pzovide any adapters, nipples or other specials required to make a satisfactory connection. The City of Renton Utili- ties Department shall make connection to existing mains. The contractor shall be responsible for the protec on of all existing piping and appurtenances during construction, and shall take care not to damage them or their protective coatings or impair the operation of the existing system in any way. f. Valves An4 Valve Chambers Valve installation shall be in accordance with Section 75 of the A.P.W.A. Standard Specifications except as modified herein. 6" and 8" Gate Valves shall include an 8" x 24" cast iron gate valve box and extensions if required by the City Engineer. The 12" gate valve assembly shall include: 12" Gate Valve (NJ x HJ), 2" Bypass Valve Assembly, and a precast concrete vault. The City of Renton Standard Detail for "Precast 12" Gate Valve Chamber" and 2" bypass assembly are bound in these specifications. Valve chambers shall be in accordance with Section 76 of the A.P.W.A. Staadazd Specifications except as modified by details bound in these wp specifications. i TS-Pays 5 SPECIAL TECi471CAL PROVISIVdS_ CONT. TS-04 TRENCH EXCAVATION, BEDDING AND WtCKFILL CON-,. C. Select Trench Ba"�fill fcont.i Vie price per ton shall be full compensation of selecting the source, furnishing and placing the material as outlined in Section 26-2.01 of the Standard Specifications. TS-OS PIFE INSTALLATION a. Cnera] Pipe installation shall be in accordance with Section 74 of the A.P.W.P. Standard Sre ifiea Ci_ns, except as modified herein. All buried pipe shill be laid uvon prepared fo%rtdation or bedding material so t1 she bottom quadrant is uniformly 6upported throughout Its entire length, as specified in Section TRENCH EXCAVATION, BEDDING AND BACKFILL. The average depth of cover for the water main shall be 4'6", and the trench width shall be no greater than 36" except at valve chamber locations. b. lAyir:a and Jointirw Ductile iron pipe and accessories shall be handled in such a manner as to assure daiivery to the trench in sound undamaged condition. Particu- lar care shall be taken not to injure the pipe lining and coating. Cutting of pipe shall be done in a nea , workmanlike manner with an approved type mechani.cai cutter without damage to the pipe. Jointing shall be accomplished in accordance with manufacturer's recw- mendations. r c. Bends and rurvrs [i Deflection from straight line & grade, as required by vertical curves, ■ horizontal curves and offsets shall not excead the maximum deflection per joint as reca'mended by the pipe manufacturer. If the alignment requires deflection in excess of the maximum recommended, special bends or a sufficient number of sh.,rte. lengtha of pipe shall be used to pro- vide ai,gular SCflmc�Lota within the limits set forth. d. tPecial Anchorage All free ends, bends, tees, laterals and any change in direction of TS-Page 4 ,■ SPECIAL TECHNICAL PROVISIONS (coNT.l n-O4 TRLIKH EXCAVATION, BEDDING AND BACKFILL (t;fM1'.) d. French Backfill and com ticn 'R+) (1) General: Excavated materials that are free from mud, muck, organic matter, broken bituminous surfacing, stones larger than 8 inches in dimenpion, and other debris, shall he used for backfill except where • otherwise squired. (2) Initial Backfili extending to a plane at least 12 inches along the crown of the pipe shall be hand-placed, selected excavated material ` free from stones, hard lumps or other material harmful to the pipe. Initial backfill shall be placed around the pipe in layers not exceeding eight inches in depth, and each layer shall be thoroughly compacted by mechanical tampers to at least 95 percent of maximum dry density at optimum moisture content as determined by Standard Proctor Compaction Test, ASTM Designation D698-58T, Method D. (3) Subsequent Backfill: All subsequent backfill under street and shoulder areas shall be placed in lifts not exceeding 8 inches in loose depth, and each lift compacted to at least 95 percent of maximum dry density at optic= moisture content as determined by ASTM Des gnation D698-58T, Method D. In-place density determination shall be made in accordance with ASTM Designation D1556-58T, except as otherwise approved by the engineer. (4) Payment, No separate or extra payment of any kind will be made for compaction, wetting, drying, water, or processing of materials, but shall be included in the applicable unit price paid for the waterline in place, complete. e. Select Trench Backfill Select trench backfill for the pipe shall consist of crushed or naturally occurring granular material from sources selected by the Contractor. The source and quality of the material shall be subject to approval by the m� Engineer. Select t: _h backfill shall meet requirements for bank run 17i gravel Class "B" as outlined in Section 26-2.01 of the Standard Specifi- cations. The horizontal limits for measuring select trench backfill in place shall he the side of the excavation except nc, payment will be made for material replaeeu outside of vertical planes, 1.5 feet outside of and parallel to the barrel of the, pipe and not the bell or collar. Any excavation in excess of the ab a requirements shall he replaced with the native material or select trench backfill, as di.recred by the Engineer and at the Contractor's expense. Ti:_yaye . SPECIAI. TECHNICAL PP0VISI0N§(C(M7f.) TS-04 TBENCN EKCAVATION, BEDDING AND BACKFILL A. General Trench excavation, baCKtill, foundation preparation and bedding for waterline and appurtenances shall be in accordance with the applicable provisions of Section 73, A.F.W.A. Standard Specifications, except as modified herein. b. Excavation The contractor shall inform and satisfy himself as to the character, quantity and distribution of All material to be excavated. No papnent shall be made for any excavated material which issued for purpores other than those designated. Should the contractor excavate below the designated lines and grades without prior approval, he shall replace such excavation with approved materials, in an approved manner and condition, at his own expense. The engineer shall have complete oontrol over the excavating, s,oving, placing, and disposition of all material, and shall determine the auitibility of material to be used as backfill. All unsuitable mater- ial shall be wasted as specified. Excavation of every description, classification and of whatever sub- stances encountere,4 within the limits of the project shall be performed .0 to the lines and grades necessary for pipe, bedding and structures, and as indicated on the drawings. Temporary drains and drainage ditches shall be installed to intercept or direct surface water which may affect the promotion or condition of the work. All excavated materials not meeting the requirements, ror backfill and all excess materials shall be wasted as specified. No separate nor extra payment of any kind will be made for storing, handling, hauling or manipulation of excavated materials. c. Foundation Preraraticn and Bedrim Foundation preparation shall be in accordance with the applicable provi- sions of Section 73, A.P.W.A. Standard Specifications, except that the bottom of the trench must be shaped to uniformly support the bottom quadrant of the Pipe throighout its mtire length. In case unstable or unsui,.a. s existing material is encountered at the trench bottom, the engine) may direct the use of borrow bedding material in accordance wit , Section 73.2.05 of the A.P.W.A. Standard Specifications. Wet trench conditions will not necessarily he considered as .an'indication'of r- stable conditions. Bedding material shall be as required for Bank Pun Gravel Hereon. �j TS-Page 2 SPECIAL TECBNICAL PROVISIONS TS-01 .;ENERAL STATEMENT This scetion, Special Technical Provisions, .is de,oted to features of on-the-site conditions which. ire Peculiar to the facilities to be con- structed for W-315. Articles, and some materials, operations, or methods mertioned herein or indicated on the drawings as being required for the project shall be provided by the contractor, ;except material which is to be supplied by the City of Renton - s(e Special Provision SP-03) and he shall provide each item mentioned or indicated and perform according to the condi*ions statel in each operation prescribed, and provi,le therefore all necessary labor, equips-nt an-1 incidentals recescary to make a complete and opera- ble installation. No etteaot has been mode in these specifications or plans to segregate work c--vered by any trade or subcontract under or : spucificeticn. Such segregation and establishment of subcontract lie -,a will be solely a matter of specific agreement between each c,ntrr_eter and his subcon- tractors, and shall not be based urun any inclusion, segregation or arrangement in, or of, these specifications. The contractor and sub- ccntractor in each case is wsrr.ad that work included iu any subcontract may be divide,3 between seve,.l general specifications, and that each general specification oz oub-head of the technical specifications may include work covered by two or more subcontracts or work in excess of any one subcontract. TS-02 STANIARD SPECIFICVTLO_ S, All work under this contract shall in general be performed in accordance with the applicable provir.ions (�f "Standard Specifications for Municipal Public Works Construction" prepared by the Washington State Chapter, American Public W,,rke Association, and in accordance with the require- ments cf the City of Renton, except as otherwise amended, modified, or specified in these Special Technical Provisions. Items of work not specifically covered in these Special Technical Provisions shall be performed in accordance with the requirements specified in the A.P.W-A. Standard Specifications, and in accordance with the City of Renton requirements. TS-03 EXISTING UTILITIES If, in the prosecution of the work it becomes necessary to interrupt existing surface drainage, sewers, underdrains, conduit, utilities, or similar underground structures, or parts thereof, the contractor shall. be responsible for, and Shall t2ke all necessary precautions, to pro- . ■ tect and provide temporary services for same. The contractor shall at ■■ his own expense repair all damage to much facilities or structures due to his construction operations, to the satisfaction of the engineer. '4. 7a Page 1 a MINIMUM WAGE AFFIDAVIT FORM City of Renton rss COUNTY OF 7 L, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of tt.e work, payment for which this voucher is submitted, I have paid the following rate per hour for each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement � • and certificate, know the contents thereof and the substance as sc• forth S �. therein is true to my knowledge and belief. FFPANK COLUCCIO /CONSTRUCTION CCMPANY ec—_ C --ea,.-Gt•l� CONT OR -l� Subscribed and sworn to before me on this day of 19 Notary Public in and or the State o - Washington f. Residing at t f � ENDING : . OF FILE FILE TITLE ' 151 vd • E Vrom IV E 17 - 1313w7v SE Page a responsibility for faulty arterials or workmanship. The Contras c: shall be ' under the duty to remedy any defects in the work and pay for env damage to other work resulting therefrom chfeh shall appear within the period of one il) year from the date of fin✓' aucptan-• of the work, unlesr, a longer period is specified. The 1 City will give cotice of 0served defects as heretofore specified with reasonable A promptness after discovery thereof. (9) The Contractor and each suh-contractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, ;ayr-lls, reports, estimates, records and miscellaneous data pp_rtaiiicng to the contract as may be te- questsel by the City from time to time. a (10) The Contractor shall furnish a surety oord or bonds as securlty for the t faithful performance of the contract, including the payment of all persons and firms performing jor on the construction pros-ct under this contract or furnishing materials in connection with this contract; said bond to be in the full amount of the Contract Price specified in Paragraph 11. The surety or sureties on such bone'. or bonds one be duly licensed as a surety in the State of Washington. (12) The total amount of this cont Fo contract is the cum of rtv:- our Theus arld One Hundred Sixty Eight and 25/100 (f44,164Mr 1ch includes Washington State Sal : Tax. Pje -mts will be made to Contractor as specified in the "general conditions" of this contract. IN WITNESS WHEUOP, the City hot caused these presents to be signed by its mayor and attested by its City Clerk and the Contractor has hereunto Set his hanO and seal the day and year first above written. A ii CONTRACTOR CITY OF RENTON Frank foluccio Construction Company, Inc. A Waeh1 a nn rnrpnratinn for ATTEST�• �f. 1C�� State of Washington License: 223-01p4860 Afre ee y Clark ` City of Renton License: 345-72 fff rage 3 M sold eont'ect such materials, machinery, appliances, equipment, plants and other properties belcnging to the C�,ntractor as may be on site o. the project and useful therein. (6) The foregoing provisions are in addition to and not in limitation of M any other right! or remedies available co the City. �'S) The Contractor shall hold and =ave the City and its officers, agents, server-s, and employees harmless frog, any and all liability of any nature or kind, r inciading all costs and legal expense incucrxd b, reason of any work on the contract to be performed hereunder, and for, or on account o: any patented or unpatented invention, process, art.cle or appliance mavuf..ctured for use in the performance of the contract, including its use by the City, unless otherwlr specifically stipulated in this Contract. (6) AM notice from one party to the other party under the contract shall be in writing and shall be dated and signed by th.. party giving such notice or by its duly a•ithorized representative of such party. Any such notice as heretofore specified &hall be given. by personal delivery thereof or by depositing same in _ the United States Nail, postage prepaid and registered. (7) The Contractor shall commence performance of the contract on the til, , 19 7,�.-''� and shall complete the full performance of ' da, of _..., _��e.__� the contract not later than 05 calendar days from said data of commencement. For each and every day of delay `ter the day of completion, it is hereby stipulated ' asd agreed that the damages to the City occasioned by said delay will be the sum of QnLJWndr1drwllare /tlnn.no) , as liquidated damages for each such day, r'd ch es'. .11 be paid by the Contractor to the City. (8) Neither the final certificate of payment nor any provision in the con- tract nor partial or entire use of any installation provided for by this contract shall relieve the Contractor of liabi' ity in respect to any express warranties or t ialw y w Pop s �1 (a) This agreement (b) Instruction to b'dders (c) Bid propisal i (d) General t mditions (a) Specifications (f) Maps and plans (g) Bid (h) Advertisement for bids (1) Special contract provisions, if any (3) If the Contractor refuses ar fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified Se this y contract, or any extension in writing tht eof, or fails to complete said work wiu._n i. such time, or if the Contractor shall be adjudged a bankrupt, or if he should sake a II general assignment for tht benefit of his creditors, or if a receiver shall be appointed on account of [ht Contractor's insolvency, or if he or any of his sub-contractors 1 should violate any of the pr- visions of this contract, the City may then serve written notioP. upon him and his surety of its intention to terminate the contract, and unless 1' e.thin ten (10) days after the serving of such notice, ouch violation or non-compliance of any orovision of the contract shall cease and satisfactory arrangeme.1t for the torre, thereof be made, this contract, bhall, upon the expiration of said ten (10) day period, cease and determine in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contrac- tot and the surety shall have the right to take over and perform the contract, provided however, that if the surety within fffteen ( days after the serving upon it of such notice of termination does not Qerform the contract or does not commence perfirmance thereof within thirty (30) days from the date of serving such notice, the City itself my take over the work ut,der the contract and prosecute the same to completion by contract or by any other method St may deem advisable, for the account and at the expanse of the Contractor, and his surety shall be liable to the City for any excess cost or ocher damages occasioned the City thereby. In such event the City if it so elects may, without liability for so doing, take possessiou of amd utilise in completing TSIS AGREENF.Xf, made and entered into this tjL1 Y-8ay of �• 197�-y HHH by and between IME CITY OF RENTON, Washington, a municipal -.orporetion of the . � State of Washington, hereinafter referred to as "CITY" and Frark Coluccl_o Washington Corporation QCOnStUrC tlOn CO!q�any, Inc., a hereinafter referred to as "CONTRACTOR". W I T_ N E S S E T N: Q (1) The Contractor *hall within the time atipu)ated, (to-wit: within �S calendar day* from date of execution hereot aa_ t :yulred by the Contract, of which this agreement is a component part) perform all the work and servIces required to be performed, and provide ano furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and tn- stallatlon work in a workmanlike manner. in connertion with the City's Project (identified as WATER Pau.3cT No. 315 ) for improvement by construction and Installation of: 12" Ductile Iron water main in Sunset Blvd. N.E. from v.E. 12th St. to 138th Ave. S.E. Y1 All the foregoing shall be performed, furnished, constructed, installed, and y .omplated to strict conformity with the plans and specifications, including any and all addenda Issued by the City and the other documents hereinafter enumerated. It is agreed and stipulated that said labor, mareriala, appliances, machines, tools, equipment and services *hall be furnished and the construction and installation oe performed and completed to the satisfaction and approval of the City's Engineer as being in such conformity with the plans, specifications and all requirements of the Contract. (2) The alorusld Contract, entered into by the acceptance of the Contractor's bid end signing of this agreement, consiata of the following documents all of f� which arm component parts of esld Contract and as fully a part thereof as if t! barsin set out it full, and if not attached, as if hereto attached: f� c . y_ SCHEDULE OF PPICE: �f (W-315) 'i■.. ApproxLaate It Itap Quantity De4cr)_ption Unit Price Total Frig. L� 10. 3420 TONS Furnish and Install Select l Mate�jt�1 ckfil Ar ie l it•l'2t CPws7i 7- ¢�eGIO` / Per Ton G (Figures) e .1. 80 CU.YD. Furnish and Install Cement C ncrete Surface Restoration \ djtL'd4z&f-ice S.ZS-'s E1'000=� J i. Per (' Yard 12. 180 SQ.YD. Furnish and Install Asphaltic • Cgperete Surface Restoration auk G�I.I�QiI.L�• 3. " - _ 5 7.Zr I - .r Square Yard JC Subtotal z St sales /p31� Tax !�� i TOTAL .�4w THE [UMMIOIM BTI)DER HEREBY ArJ=S TO START CONSTRUCTION WORK DN THIS Pmaw.'T r? AMA1@D ZIA, MI'.HIN TEN M) DAYS AND TO COMPLETE THE WORK W;THIN FORPY-?IVE (45) 0=SMVFM CALENDAR DAYS AFTER STArTING C`OONNSSTJUCTION DAY OF /'( 1972 �Y FRANK COLUCCIO CONSTRUCTION COQMPANY, SIGNED: TITLE•_ ADDREss:FRANK COLUCCIO CONSTRUC ION CO. ` 1778 SLVIARD PAAK AVE. $0. _ SEATTLE. WASH. 98118 'SCH^WLE OF PRICES (W-315) r Appzbx Sma�.s Quantity Description Unit Price Total Price 1. 7200 LIP install 12" Ductfle Iron, Clas�C G_ e- IIr. (T J.) at*r ipe V Per L.F. (Words) (Figures` 2. 360 IF Install B" Ductile Iron Class I (T.J.) Water Pipe Per L.F. 3. 540 L_P Install 6" Ductile Iron Class _ II/ (T.JJ.) Water Pipe Per LF + 1. 6 EA Instal. 12" Gate Valve -�epembI�a in Conc.'.V it .0 / .lua!!ZA jb•s ■ Per Each G -- j S. 23 EA Install B" and Smaller Gate .� v ve Asasnblies Pet Ea w' 6. 6 Ell Install Fire Hydrant r: �embllyy •�....,�t,Lcd ds..f.�..:.u� s�o o`� ,�6o v=" � Per Each ii. 7.. 12 Ch Furnish and Install Fire Hydrant Guarg Posts ✓ Per EacorG, a. 10 EA Furnish and Install 2" Blow Off Asymbly e s 10, t/6ns Per Each 9. 20 CU.7D. Furnish and Instail Concrete Blxking �� 0/ L' $'3 -� Per CU. d. i i PRJPOSAL 4 r TO TIM CITY OF RENTON RENTON, MASHINGTCF Gentlemen: the undersigned hereby certify that m.0 hastexamined the site Of the proposed work and ha v c� ra�ad an�horoug�TiTy underst:+nd the plans, Specifications and contract governing the work embraced in this improvement, and the i method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as mush thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, ` an'Ttotal amount of bid should be shown. Show unit prices both in writing and in figures.) yr FRANK ,ALUCVO CCN4"U+CTION COMPANY, OM r. Signature2� e— FRANK COLV^,C10 CONSTRUrVOR C& iAddress 1/18 yf WARn PARK AVE. 80. Names of Members of Partnership: OR Name of President of Corporation_ ZZ' �i/ Name of Secretary of Corporation C^6-4-,.e � . Corporation Organized under the laws of 2�0 With Main Office in State of Washington at _ i CURB OR SDEWALK WATER MAIN \ GATE VALVES PLUG WITH 2 TAP \\ 2"BLOW OFF \ ASSEMBLY BEHIND CURB OR SIDEWALK r APPRO% ZI X!6aIS METER BO%---� 1 b VALVE BOX— 2 r 2 1/2 ADAPTER(IPT+ HOSE) „ ` WITH CAP B CHAIN r BLOCK END OF MAIN S 1/-PLUG 2"GALV P1DE WITH 2"TAP GALV. 90'ELBOW WITH I/4"DRILLED HOLE WATEAMAIN < GALV. PIPE 2" GATE VALVE � �6"- 2 GALV. PIPE (CI BODY B 2" OPERATING NUT; STANDARDOR RDETAIL / 2 " BLOW OFF ASSEMB1_Y i � JY SHALL INCLUDE �2" MIN --FINISHED GRADE HYDRANT EXTENS WHEN NEEDED OLYMPIC FNDRY - OR EQUAL Cl MLVE CUX 6" C.I SPOOL -6" GATE VALVE IF L• MJ) CONC. 3/4"SHACKLE RODS BLOCKING- - ' CONC. '•'. 1� BLOCKING C 1 1/2"WASHED GRAVEL --X" 6" TEE 6AJ"FL) 16" 4" CONC BLOCKING J HYDRANT HYDRANT GUARD POSTS SHALL BE STATE OF WASHINGTON DEPT OF HIGHWAYS DESIGN OF CIRCULAR 2' L 2' 2 2' �Sj$ST CONCRETE GUARD RAIL II' OGUARD POST (YYP) O J STANDARD DETAIL FOR y HYDRANT ASSEMBLY 81 f HYD. GUARD POSTS If n �. + l � 1 1 • .�k9 V450 i MATERIAL LIST 1 - 12" GATE VALVE (MA ELEVATION VIEW 2- 2" 90° ELL(IPc)(TYP) I 3- 2" GATE VALVE( C.I. BODY) ( 2" OPERATING NUT) 4- 2" NIPPLE ( IPS)( TYP) ` 5- 2" DRESSER COUPLING 2 4 PLAN VIEW i STANDARD DET/"I_ FOR 2 BYPASS ASSEMBLY FOR 12" GATE VALVE I i 1 yAIM Till OLYMPIC FNDRY CASTING • 5822 W:TH TYPE D—� LID OR EQUAL - 1 CONC. RINGS BLOCK OR BRICKS (TYP) MOTAR(TYP) -- °D i �r . v. z 60 ^ to to ej X Q I" in y *W EXFANW NI I JOINT MATERIAL N" STANDARD DETAIL FC R i CONCRETE VALVE CHAMBER FOR 12" GATE VALVE -- - -- ihruo of 1iMin01 in Pounds --011�00 Pounds P1r Sq.Wt Inch Of Wale.Pressor! 61w , w O�f�a may. 15Me^II ZT7d 3" 100 1220 1724 931... 474 ISO lam 1no IOm a19 30 Is1O ..•0 1230 621 1 —100 1"10 ----3750 w 151 1 ISO m2D — 2160 1550 76 m0 2350 3330 I60 919 r'-100 3430 3120 2f6 1500 ISO 41W 51100 .140 1600 _ 36 1750 9710 1931 1050 9"-100 f56 6l0 SOW 3a70 130 amo Wit a3W 2720 900 — f910 _ 11200 a06 3090 m"— SO— Will 1360 7611 3130 100 10300 Hill 7990 Wm .1 .i. SC'xw ISO 11300 15900 6520 IIOO _ 26 123M 17400 9450_ 4910 12-- 6 13000 If500 m66--�5390 — •� 1 a 1 1066 1200 5720 171r!Y ('T:1s 150 15900 3256 12200 6210 `f% 26 172M 7700 7N6 1336 i720 16"— 6 lum 263W 1436 7270 16 INOU 29000 15200 7740 no 3160 30600 I65o0 --aw 200 2336 32900 1796 9013 A 16 6 24000 33900 1/16 9370 " 16 2576 36300 197W loom -- 130 279M 3916 213DO 10900 200 303M_ 129DO 23200 11000 lr— 6 200M 42/6 23000 11700 16 32100 4966 266M 13700 I6 36700 69500 2667 1376 y-- y 26 39300 S4100 2936 116n 70' 6 36700 5196 2116 Issm --- ISO 3970f 5616 3N6 1f500 ISO 43000 67000 300 14800 mo 17100 6 a70 7636300 195M 24""— So 523W 74DW -- IOD6 7WO 16 S6800 6o76 43500 22200 ISO 91700 27300 47200 2416 m0 98]00 %100 $2200 26600 -_--__2_00 .. 30-- 60 _ /21M I V 000 6: 70 226 16 89200 125000 975UD 3116 __ ISO 96700 137NO 74000 37700 , 26 106oM 150M0 81100 41400 3a" 5^ — 11900^-'—.__.167WO 1016 42100 16 1190 0 10706 w=c IN6 FAOIWJ� 1 ISO 339000 If7000 107000 N36 990 152000 1110D0 IICOW $9]6L JAJ�s i i r STANDA ;70h �7AIL GENERAL BLOCKING 7 SUNSET BLVD. E. FROM NE 12TH ST TO 138TH SE W-315 I MATERIALS ISSUED o n CITY OF RENTON W$LTERWORKS UTILTI w o N. �6 TO STOREKEEPER: STOREKEEPER: UNIT .--- o.�...r if.rdwny,..ti.mi w GUANI UNIT •cco��M MATERIAL COST MNT o z r r If I -- o V Q i fif fifnM �—' I_ 0 MATERIALS ISSUED "TY OF RENTON NATERWORKS UTILFTY w o N. -_-AZl4--Z To STOREKEEPER: D.r.«m.riw•��.r»�«�= _ _—___-_ UNIT ouANi' UNR AceoYM MATERIAL COST AMOUNT pEWEEfD NYWEE-�_Q+L147— 7 o u _ a • I — f, 7, I CITY OF RENTON MATERIALS ISSUED 0.w., WATERWORKS UTILITY w o a. '6, 77 TO STOREKEEPER: OUAM ACCOYM UNIT Y Otuvsss0 UNIT wuM w MATERIAL COST AMO�UNTT v o v — a — ..y f .► 1`op� i MATERIALS ISSUED S 0 N. CITY OF RENTON WATERWORKS UTILITY w 0 w. 9 77 TO STOREKEEPER: 2A j77 t �rf 0.4...M b.'_,".mb•a14 S1� -- ouAM UNRT Account MATERIAL POSUNFT AMOUNT OWVA�l O ccou COST 'o t ^✓ z _ z z .o V r / A1.v.r.WYyYw k�•,� j Aµ. • AY r.,w a wr r r _ � Y t . �� .r.. .wi � ��.�• �r•��rl��y�INrYJNa'l]t�f1/3"]�)YJ?]Jl YVIIIU.Oyyll]]'A•�Jw 1'�VL TI Jet H' 11✓JTI]TI� � T/.•'HI�r%YJg1,1)� � •� N° D E P A R T MI E N T WORK ORDER-DISTRIBUTION R E NT O N t M AI' F. RIAL ----T ---7 ISSUED RETURNED NO. SIZE KIND 1 1 S i k -- I ESTIMATED COST INSTALLED BY CITY ❑ CONTRACT ❑ _CONTRACTOR SUBDIVISION -- WORK STARTED WORK COMPLETED REMARKS PROJECT NO._ �3iS---- DATE— ` L4y4 I97L— NAME—_---__—__— ADDRESS .-- -- SaEOFMETER NO.__ .MAKE--- —READING-- -- ACCODUTTNO -� NATURE OF WORK AND DIRECTIONS: _ orwu.Ar,CIV -Nii Ktnrr9'AL rUx. A✓p�i y ��;�rUt C. CM MOO GO 04 :.wv s! r &W V Nl FROM T N Sir, TD SUPT. SIGNATURE E' - , . NY ORIGINALCIT � OF IT M E N T WORK ORDER-DISTRIBUTION R E NYT O N D E P A R `tATERIA1. _ T— ISSUED _i— RETURNED NO. i SIZE . KIND:_. . s _ f - - { I y 1 Lai y . FFF { r INSTALLED RT CITY CONTRACT IJ , 1 wr xrt ESTIMATED COST SU3DIVISKNI CONTRACTOR WORN COMPLETED WORK STARTED REMARKS.— - DATE IuW 7Z PROJECT NC. NAME ,- ADDRESS —READING ACCOUNT NO SIZE OF METER _NO. MAKE_NATURE OF WORK AND DIRECTIONS: VIG _,_---- /OM ST LL — n. rs10 GTY 1N SLUV4 To�Y TO 13 Ate' SC SUPT. SIGNATURE jwm� r r � y � egF {ry �f$ BEGINNING OF FILE a FILE TITLE _ 11$d A� SUNSET BLVD. E. FROM NE 12TH ST. TO 13 8TH SE «--'315 I I • DISTRIBUTION SHEET •. ORDER 1 L EMPLOYEE & Hit, TOTAL to, HR. TITLE RATE DATE TOlo HOURS AMOUNT "o RATE DATE mouft Ah'3UNT s ►a �aaQa ►a ,. N:\ : :aa:Z ��`° �►� _ �aa►Z►ia►•►•a� �►��►►a► a►a►' ►►�a►►►aaa �ot, ��a� ►►►► �► aa►► as ► vK►•► ►►a►►►►►►a a►a►►►�aa. TOTAL TOTAL r MATERIALS ISSUED CITY OF RENTON WATERWORKS UTILITY w o N.._^�6 7_Z _ TO STOREKEEPER: -'rlo�7y3 l31 ve Y Ddn..IM 4Eslq nwr,ia a�/a C K C __ ..— _ — ._ owilm UNR •ttoum — --- MAT RUL COST AMOUNT DEwoED wurue 457 A - 8 7 I I AM.n,,,.w,:N r.r�./N In N sniN n A6s..•pvwi,i.n Ii11N W �. «' H � " MATERIALS ISSUED s o .. CITY OF RENTON WATERWORKS UTILITY w o N.._ -7 � 77 TO STOREKEEPER: JALKS n v/ISLAY c Z UNIT ouArn. I WIT ACCOuwI MATERUI COST AMOUNT DEWERED HUIN[E , �/ ^ •, Al ;/1 C, b, P Y ti -97 / o 97 to koj g,46Y II _ —y L A / M...mM.rrl rwwsN q1..N.Wlll.n /.M/./�f I�� .r/nNM fhn.A •� / ' CITY OF RENTON MATERIALS ISSUED o N. -_ _- WATERWORKS UTILITY w o No. . 7 TO STOREKEEPER: °ir OUANT •ccoUNT UNIT NUMtEE UNrt MATERIAL COST AMOUNTAk i DEW EftP — _ _ -- a - 1 ow a # 42 0 Y Cm OF RENTON MATERIALS ISSUED s o No WATERWORKS UTILITY IN O N.._�2��J6��I� _ rO STOREKEEPER: QUANffuvfEol UNIT hNuwt MATERIAL CONSi AMOUNT 9s JJJ J VOS Ty" a �. 5- 7G O } u J/ " _ r S v v I —_ � r __ ......Yr.......�rr.r. r...�...�._.. r.......w..�........... ...... o�..rp�.ry✓Y III IAT.itr .,,.f.y.11/sY 1L1I1{T11T Y^.),Ih 11n..�.... ... / a i 4 e s t DISTRIBUTION SHEET WOIXI TITLE RATE DATE TOTAL HR. TOTAL HOURSIAMOUNT RATE DATE HOURS AMOUNT MW -49 TOTAL TOTAL �..�... : 1 CRY OF RENTON MATERIALS 153UED - o NO — WATERWORKS UTILITY w o rw. C.77 TO STOREKE.PER: �OEUANT WE+w� U Acncu�OuwW UNff --`-� --- MATERIAL COT AMOUNT 7 3 ` l � ,`_C- -- 1 s 1 O _ G Z . ♦M..�«11 r.eri..�i.Ms�••.diri.. I � N IW - � r r CRY OF RENTON MATERIALS ISSUED D WATERWORKS UTILITY w o TO STOREKEEPER: Mk..•MMi4.�.p o Au Nr ACCOUNT UNIT DeuvEttO UNITNDMNt COST MATERIAL AMOUNT _ -76 2 1f O7- ryPy o' c1 v IT w � A sy..E�r,;,vp �yl •OOLIsL rrw'1+c•� "� � u,w Z. '� � A�. CRY Of RENTON MATERIALS ISSUED WATERWORKS UTILITY S A //b rpo w o N. 26 77 — TO STOREKEEPER: _' 2, -x- DE rvsOUW 'D UNIT ANCum* — MATERIAL CGS AMOUNT V _ z Z I j dc ' r Yw.�.1w..irrwM»p.,A..MW. �Mv .A.A./w.M. W I AM. A. W •MM-iRO���D,7 . tw�M—J�Q-.d-..... d�.J h..e _ Kc a f r CITY OF RENTON MATERIALS ISSUED WATERWORKS UTILITY TO STOREXt:EVER: _..- Ou•N, ♦CCOUM — -- UNIT n[uvssen UNTf Nu•w[ — __ MATERIAL — COST AMOUNT -� 'oo - u ♦M•. 1.wbr--w//pw .eediwn ! ♦M�/y�� 27 • / t e. .r Yy _ _ i CITY OF RENTON MATERIALS ISSUED s o +w. WATERWORKS UTILITY w o N. y6 77 TO STOREKEEPER: /,� 8 �_ ss-4 A p(•). (� I� oaw aJ �Y _ wl•«r.s.x..;.y..w.ut� �a.�ar C Ou♦rn. UMT ♦ccouM UNIT MATERIAL COST AMOUNT • i 3ssy $� T _ 2 0 V z — � a —1 Avw• ..�•ri.rr.r�w I •i./r?�"� b Y u M .S7L dea CRY OF RENTON MATERIALS ISSUED o WATERWORKS UTILITY 3 EruL Sri 1 �Q f w o N. 26 77 TO -&4 STOREKEEPER- W. �� D. •.I.x..w.ar.wia J'1'cta.0 cc _ _STATOv D.a ?Y /OYAN� T A(COUM 'UNIT UNIT s -- MATERIAL _ COST �I AMOUNT ' -- - - . Z _ A'1/ I'/ r.2 . u A4w. ��•wt.M i.ped mM.Ib. __�beyyw..; �� a Ab. N sird CITY OF RENTON MATERIALS/f�ji�ED - s 0 N. _ WATERWORKS UTILITY d TO STOREKEEPER: f O D �( ®1iCt'rY I l M F..,M b11wW•aa.rl a�_L� � D'a � 1-y 7` oYAW UNIT ACCOYNI MATERIAL UNR AMOUNT ' olme"D NUNMI _ COST - 3j. ` o -- z ---- — "z 3 0 A►....NN•, I�w�1..1'M'M.M,r.A•iM/. I A;��/R� Ty.y_ ly CITY OF REWON MATERIALS ISSUED WATERWORKS UTILITY w D TO STOREKEEPER: STOREKEEPER: D�lir�.Mr leU��ip wa►yid 4 ._ ONr- +� _Y 9[o UNIT Aw[9 MATERIAL UNIT COST AMOUNT 1 441 Of tMr wl rNNr �t9/ 96eruMrRy� {il �.-116e r.Aw .. k tyMd thnM _S� C.TY OF RENTON MATERIALS ISSUED s D w WATERWORKS UTILITY w D nN ?6 7 - TO STOREKEEPER: Dµ /7 Z D�Lrri M.tix..i,y�.M.�d r O o UNR ACCMNT MATERIAL — _ —1 UNIT COST AMOUNT DtWI9E0 NUMJtt o v z 0 Vi Q i AbvA Xy 1Mrn9W. DNN A � ti' CITY OF RENTON ~ MATERIALS ISSUEC WATERWORKS UTILITY !•, +'+ '' / TO STOREKEEPER: * J vNsi r ` 13 P D.4rA.IW blbwiryiwN.MN — QL Ar11 �trw • -_�^'!—�" 'J.�- L.-_-- rQuern UNtt AC-OUNI MATERIAL UNIT AMOUNT DsunnD Nuws. _ COST 1ti I,S MZ , � o V P •rYrW.Niw 'n—M AW..IA`blM/I�be OF CITY OF RENTON MATERIALS ISSUED 5,0 w WATERWORKS UTILITY w D w. 2C 7 TO STOREKEEPER: p SA _ D.Ar..�.be„� .,.wNr)TR /8/ >6 L �4�------ OUAW UNIT CCOUW MATERIAL UNIT AMOUNT oluvi"D NUw l —_—__ COST A.,^ --- - I ,i -- Z 0 1 < DISTItIBUTIAL WCRtK ORDER • WORK ORDER U Nam TOTAL MR IAMOUNI EMPLOYEE& HL DATE TOTAL LINT RAT*f DATE HOURS TITLE RATE HOURS � ►•a�►•aaaZaa� . Tom TOTAL Al _ a►► �►►►►► tea►a►a►► Z.a. �►aaa �ZZ� .a►.n a► •avoa CITE OF RENTON MATERIALS ISSUED ^ o.N. _________ . -_- - -- WATERWORKS UTILITY IT D w._j TO STOREKEEPER: '7 i D.u...A»h•.. ' 1 , :DTI/ S%:.ici RLV�.1'/' ow._ _'�dt—.—.---_.. OU•M ACCOUNT UNTT MALE RIAI c o,T COST AMOUNT DEUVEEFD NUMEE• _ EE t�l� -- w, r %r a y L y a r i f�'4eP rrF. iY7 1 .. 1. ♦ 'SFr i. CITE/ OF RENTON MOTERIALS ISSUED t o w n Q.. WATEKWORKS UTILITY w.o.w._ TO STOREI(EERERUMT cJ y '��n� ,` �`/ o,�, 7_ —�—•_ .__ ((, .Y.li .rolls+�p msbrrol b �f-, —���-•� _�- 3/{ ow'�' UNIT ' ACCoum MATERIAL COST AMOUNT OtuvNM Nuwn -- ,YZ f�%f i Ag e nN••�n-w{w,rol,♦a.�i.M�1n/�,.�d by"w. •M..p.uMn y. •f ' �I ,r�/�1 w li f CRY, OF RENTON MATERIALS ISSUED ,.o w WATERWORKS UTILITY i0 STOREKEEPER �/' r+ J 81vp NC kow.'gnvw.wl b STA T/,:w, /�,[; f- n�i o«._ �'-.1 Ouart — .—cca T --- - -'— —UNIT r UNR MATERIAL AMOUNT s[uv[[[o noM[[[ _ COST w y —+ V .be.•iwer..al.« '"N��n ysed ne�nan AMr...rMrwMw�M ( NF• ��' w. �. • ((li 1Y n. y r rr CITI( OF RENTON MATERIALS ISSUED WAtERWORKS UTILITY Tp STOREKEEPER: WAM. ACCOUM y REwtdRo VWlf cos N��fEf MATERIAL I COST ANOUN'r J _ ,j it � ! ;� x • r Jt�{ 1 7TT I i y 1 Y �4 .yi A riN I Awvl/Mui�NnFlW or ��I, �� ^-_.�..�• � 'v f' ' I CI1jj�Y OF,RENTON MATERIALS ISSUED WATERWORKS UTILm TO STOREREE►E6 r'� W OMi..11M 1.Ma+riMj.nr.r iol N �� �( � I���U41�L 'I 1 /•r r. OsM_�__�_ .._. �oeuvs UNITACCOUM up Muwul I MATERIAL _CST AMOUNT5 _-r T YDj pjl Ay i a M 9..d mM�rrorr 11b..rhrrbilien FIW OY Abr. I a IA Y� 1 0 FeF 1 / Y S Iir 1 - rtF JET. w NN�oP •.D U.V VC> JU WJ V UAL V V W U++ % K rv�-r g- M71, D E P A R IT M E N T WORK ORDER-DISTRIBUTION Q E TN CON --- T —T-- ISSUED - --'--RETURNEIT, NO. SRE KIND t t ' J 4 4 ESTIMATED COST INSTALLED BY CITY ::C'.tfRAC. , CONTRACTOR SUBDIVISION WORK STARTED WORK COMPLETED _ PROJECT NO. J t "- - DATE_ I -r..-_. _._- 19 _. NAME---- ADDRESS- ------ -- j SIZE OF METER -NO. MAKE _--READING ACCOUNT NO.-- ' NATURE OF WORK AND DIRECTIONS:_ t i %vI •i tl / -. I r v `ram* ..} 1 i l SIIF' IURE '. J J{Y N+ 6 OP!;N^I. j. .. D E P At IT T E N T WORK ORDER-DISTRIBUTION R E N(T ^K 'Ct: RI .i1.: Jy —�— ISSUED RETURNED NO. SIZE KIND S $ � � r b. IV i ESTIMATED COST - INSTALLED BY CITY CONTRACT CONTRACTOR________ SUBDIVISION -- _ - WORK STARTED WORK COMPLETED REMARKS - (l6 PROJECT NO. IAJ 3h. _ _ DATE 77 :x.y L ' SIZE OF METER -NO.— MAKE--------READING - —ACCOUNT NO NATURE OF WORK AND DIRECTIONS. ANO :uZ ILXISlQ13__SITY__.I1,1. �r.N sc T 0Qa-« • F w, } i 1 i 1 O. ORDER DISTRIBUTION WORK ORDER N& i1��7 �► EMPLOYEE a HL TOTAL MR. TOTAL TITLE RATE DATE HOURS AMOUNT . ATE DAIF HOURS AiAOUNT aaaaaa.•►►a aaa ► aaa too � �►aa�►aa ►�aa►�ia►�►a ,aaa aaaaa .�,a►�►�a��i� a►►�a►►►a wa •a► aa►�►iva►�� , ►aa►►a►►aa ����a� aa►►� ►►a►►a�►►a tea• ► ►ate ►� ►�►�. A ►►►►►►aa► aaa►a ►.a �.aa►►►►�►aa ►aaaaa►aa► ►►►aaa, ► . �►ti►►►a�" aaaaa Z► a► �aaa►�a►► ►►►�a► S ► 1 TOTAL TOTAL S C rY OF RENTON MATERIALS ISSUED 1,0.M.. WATERWORKS UTILITY W.0.w. 'O SCOREKEEPER: Q 7y. 0.4..r M�.bllNinq n.Yri.1IL![,Q�•Ll.�� _ 0 QUAM ACCOUM U OlWFffD UNIT _fNMlff NR MATERIAL COST AMOUNT � U A — s _ o z Z q 0 A►w. r..w+.i M pd p•fD.. • n Ln ANvnM Y 7 Q +r R • t y! • r CITY OF I(ENTON MATERIALS ISSUED W,ITERTNORKS UTILITY IN o.w. 2,677 TO STOREKEEPER: 5 D.r46 s �_. o4W .ccour+r UNIT UN MATERIAL AMOUNT DEUY�END _ _ RUIN II COST i y zi-a O r ! ¢ 5 rw kar a L�� f.^/w"Ans DP I AM},iE.M YMJL EV-d A -r. > �An CJTY OF RENTON MATERIALS ISSUED WATERWORKS UTILITY 2G77 7 GG Cj w o w. 'my TO STOREKEEPER: /'' f ,74 .l � f� D.4..r M blr...rE nrMrl IE a�_ �J• • owED. UNn AtcoDEtt MATERIAL COST AMOUNT DELWIND MUwEE _ '..yr.. yl Zrr O a g: :- . d�.E..E w.bib. I Ae:.�.w.y7 rr �� A►... .w _44.L., 1 , 'y I• r i ¢ /• 9Y 11 3. 01 3 9. 0 0 • 3 a 9 5 5 5. 9 6 4i t •rx l 1 M' „ to Y • u� I s J VVUKK UKULR DISTRIBUTiON SHEET WORK ORDER No. MONT14-S t\ EMPLOYEE & HIL DATE TOT.4 AMOUNT to HR. TOTAL 4 TAL TITLE RATE HOURS RATE DATE HOURS AMOUNT .\N 7�1 ,N N \1NNN \\[\N TOTAL TOTAL CITY OF RENTON MATERIALS ISSUED WATERWORKS UTILITY w o TO STOREKEEPER: UNIT •crown MAtl RIAE UNIT AMOUNT oruve�o rwrer COST C _Tell l ✓ l— " , R 1" ✓ lynch 3., ANC a .�— ✓ 7 � — -- — o ll 1,Z 0 i CSM 1 r"pI`` 1 _. Wr..rrrl..si. in�wi wnM'». A 1 CRY OF RENTON MATERIALS ISSUED 1 o WATERWORKS UTILITY q MO"N.. TO STOREKEEPER: /~ u.e..,e..bi,.., .y n..N.NI w - //!/ �• / Der � _/ ACCOUM UNIT WAM otuveno UNITNVM�l� MATERIAL COST AMOUNT 3 r Irk �,Ti fur ✓ 9 4 _ — U r o 1!( o Nil Mw.wwairl...w.N N M"e ewiw. Ab�wa M • !�/ . byre c", �-•--r y J /j rv,. K D CITY OF RENTON MATERIALS ISSUED WATERWORKS UTILITY TO STOREKEEPER: «««s uNrt ' uNR � MATERIAL AMOUNT i OEWEEED HUMNf ___ COST �_ j Amp CA 6 .f i 4.f. i 4� s r•. f p a I —1 I y / � �,�.--e�>�- -Jar--J •�.•_ " . �, �� A I I fi CITY OF RENTON MATERIALS ISSUED o a. t WATERWORKS UTILITY t 7 r 7 TO STOREKEEPER: __— D.M..r ouAW UNIT Accoum MATERIAL UNIT AMOUW DEi UVEM MUW!! p cost ET 0 v_oe4! E -- 7 7 � — � - , o TjA Alwt _ - �� nf • Fj L Aww.�.w,.i.wwd w+a.h!i.n A►y,T,w+N b I e... 12 I I 4 CITY OF•RENTON MATERIALS ISSUED s o WATERWORKS UTILITY 4 S n _ w o N. TO STOREKEEPER: D.A...w.�wa.y rN•wl Ar - — OUAM ACCODM T—_ __ _^-- UNIT \ Dgwfuo UNIT MATERIALMATERIAL COST AMOUNT r si � �,• .. � P�+ � ✓ r .C.1. ellv ✓ r s — v z I. , ii 3 Af ALP Lf- Y 0N4ifr'� '�- A�-<P• 'AI 1 t; A Nf n A,rle•A l��X ✓. 1' Ai- wrNrrl r.wrN NM wMigw AYw �L / b 4 i 1 • `f MATERIALS ISSUED CITY OF RENTON WATERWORKS UTILITY /J ( ) y w o N. TO STOREKEEPER: 7 — o.n.., UNIT AMOUNT oua"+ accou"r MATERIAL COST •Z s _ aY a►...wp..,.1 rur.M y M�""a'�" � aa..y�wqy.Rl � /,f / ' /� � � 1 { -IDS • r I£ 1 I+9` f MATERIALS ISSUED CITY OF RENTON WATERWORKS UTILITY C 4Z W o N. TO STOREKEEPER: "�. T OUANi UNIT MATERIAL COSTAMOUNt DE WfRfO NVAN[E _.___..I E � a — AAer e E 3 r CITY OF RENTON MATERIALS ISSUED WATERWORKS UTILITY Qs�-- W O.Ma TO STOREKEEPER: kfg SUaN�(('�Y[�JjLVP O.b...�.kib.iry w.4.�N i. ST^ � /D',J:�_X_3_—__-- U.0�! Y—•--- ._ UNIT osovwot UNIT 'NU°--: MATERIAL COSY — AMOUNT._... am r r Lb«r �, N�.s.w pMlti.n. lsro...M+NilwnlaydM —_ A r CITY OF RENTON MATERIALS ISSLIED S D Hu WATERWORKS UTILITY ¢ V{ . IN.!C r ' wo TO STOREKEEPER: D�l'v-<s y+ ?N 1A of I,3,� •� %i. _)..� owNr 7 UNR AccouNr MA TFRIAI AMOUNT - � i DIWfRD NUMNf __ _ COST ` U Z r Agr &L V hw[ __14LQJLLIIJLS L�_ y 4�r��rMid• xr N� �M..�µwi.w IiIh11� y 4w"Y // y=,+A• Y,1Y I M CRY OF RENTON MATERIALS ISSUED o WATERWORKS UTILITY yy w o TO STOREKEEPER: Ift Sv1wSY,' D✓<���. I�/Z D.w—L �Derr.. .�(... ,-*—.WANT. M A T E R I A t n ACCOUM UNIT UNIT ._.,..� x NUNxS _ _ COST I --- -- ! i i AMI A►w�rN+wMn fi1W YI_____... AYE d� ._.n"- i r 1 1 i i i MATERIALS ISSUED --"— CRY Of RENTON WA fFRWORKS UTILITY �. ] won. TO STUREREEFEM a 1 r0._1:-21 I L. ---•- h� UNR UNff AccoUnr iMATERIAL GOSf I", AMOUNT plow o l 'T_n ��-- — �...._ 'U _ I l M l Y i MATERIALS ISSUED CIN OF RENTON 1 WATERWORKS UTILITY W.0.W. - L' TO fTORER lme: aA..,b l.M..ip.wna N UNIT owAtt 00 Acceufn MATERIAL oeuvem UNIT wawa COST O �., ref• _ ,"'7, �...:...�.�_,T � 4 .;�" V�r" " � tti R�r I I� Yl r.rnN. MM MMj.. AMrA rAuL:WwLII./►� / // . ok 5 r C I • CITY OF PENTON MATERIALS ISSUED WATERWORKS UTILITY E ` t w o N. _ �• _:' __._ TO STOREKEEPER: WUYIIM 4Mw:wF rwti•,NN�.�._ --�/L—��.�..L.—l/ii�Q_�r� OM -a!e_r'—_.�r�—._.� _ OUENI. ACCOUMI — UNIT � —_-- DF�rvEFEO UNITNUNFFF MATERIAL COST AMOUNT 4 -�.��� � ff( Ill 1 11— �' ► ��------ i Yw��N•MI ��/p,F/In/M1•M.�M. ♦y.•p.Ngi�n EY"M+j�(�F—�/.'y(L(t./f.� E'M~-�,}1i�H�—�—� f•�;/� =s'`1��+6..�. �Y+. V CITY.OF RENTON MATERIALS ISSUED O — WATERWORKS UTILITY . N ZCc ?lp TO STOREKEEPER: / r— wc.«M.w�w..s....�a 1. — �se�Q�itifl l�l'•L+ o.»_. R9 ?Ti _— �— — osuvEwty UNIT �N�4ms MATERIAL NIT AMOUNf� COST 00 3,• --F� y_k � 7 _ 6 0 V y0 ,0 1 CITY uF RENTON MATERIALS ISSUEDl fi s O WATERWORKS UTILITY / ? w O N. 1&76. _ TO STOREKEEPER: '/� (� .•.{--{/,('�1 o a ,�i ow Nr �CCOUM MATERIAL_------ UNIT AMOUNT NR Oeuvssso __ Nuwes COST _ - _ � t u I• � I i --- . . ✓ 9 0 0 14 Is i SynN � s w� qq rj P'' I I i S ttt •s cJNulh ipVO.-ih(� �-ihhh5A O�00 V(p vi rl�o�N'1 v O tsi O vi ri V lrl Nrntl ei v) ' .� v y } } t DISTRIBUTIONWORK ORM NO. Tim TE TOTAL EQ. MR. L HOURS AMOUNT RATE DATE I HOURS TTOTA-IAMOUNT Tc us ►:�,,G►�.. �. tea►• ►►•►'►� NN TOTAL TOTAL .�.� L.Z.• .�.Z.. .\ . L ELM CRY OF RF.NTON MATERIALS ISSUED s w. WATERWOR S UTILITY fi' �J r '0 IN 0 TO STOREKEEPER. /1 N� wbr..M.MMw�.F ,.r.�.i« .�✓�, /�.k/SILL �' _ °." �-(d'` L ouAr,* UNIT Atcou MATERIAL UNIT AMOUNT OUWFFE9 MUAEMF COST cb L /, nn JlM fl�G r, . I7C. 2 ue FJ Wir Z , Ab...nul 41 r.ew. t../ i.IN. A CRY OF RENTON MATERIALS ISSUED t2EA. WATERWORKS UTILITY j FK }� We Ya. F 74' TO STOREKEEPER: cr' OREwWO UNR NYwArtR --- MATERIAL UNIT COST • AMOUNT T- y 1-1 76 `o I o i env h i L* pi d CITY CF RENTON MATERIALS ISSUED WATERWORKS UTILITY /v "- r "5 w.o w.--jL 7r --.-- TO STOREKEEPER: A+ A . 6rAjX I r-72 1_..S__ S )At'1Ll_..� hC OUANE. VNrt ACCOUNT MA1ERfAl UNrt AMOUNT ofuvtm nuwu x 0 V AyR.R ri.l rwirN iw N /' A ~ / / MATERIALS ISSUED Sow --- --- CITY OF RENTON WATERWORKS UTILITY w o /. TO STOREKEEPER. D.w�d=LR-7 U.b...R.NMinp R..N.N11A ;,1N ar>r /!!d/p_-lYL UNIT AMOUNT OU-ANI UNITAccouNE MATERIAL COST 1 DFUVEREo wiwmo p - It 0 b 77 fl! -- - a Z Z D a + Y...—.,.u.wl T lwm ''H,• u1 CfTY OF RENTON MATERIALS ISSUED WATERWORKS UT!LfTY wow. t r / • `� ;' TO STOREKEEPER: Deft OUAM Umj "ccoun1 MATERIAL UNR AMOUNT oeuvsno 4uwsR _ _ - COST _ ya U �e " r wp I il ' "Me rrMrl res4 in N�bNiliw "der - -- "b"� �I • ti n MATERIALS ISSUED s o CRY OF RENTON WATERWORKS UTILITY i r' •, wows -- 1 TO STOREKEEPER: / 7 - wc...*.axwirhm.4.ri4 41 � � I•(' Der��� . —� ou•N1. UNIT •ccoua MATERIAL — COS AMOUNT .�".. oeuvsRso HUMnR COST Fit. t � E_ ---- — r•,Par r _,�LI r I ���; , Y r, o fj _ V Q r,N• i 1ATERIALS ISSUED w CRY OF RENTON WATERWORKS UTILITY 7nl 11 1.28781 P f 1 w o TO STOREKEEPER: LA 1 L wT to owNr UNIT I •aouNr --- - MATERIAL —T COST AMOUNT 1 DEuvEODI Nuwl[f --ii -- 3yyL1!_ I°LCt — i ' o —j z 0 S,, _ MATERIALS ISSUED S.o N. — CRY OF RENTON WATERWORKS UTILITY w o N. �.LG------ w,P�`39G 7G 2c -7 TO STOREKEEPER: Dur__6-=f-d-=L-7 n UNIT AMOUNT ou•la UNIT wm"l MATERIAL COST z 3A tfG 2,4 �— zI - V •Yar.nrrrrl r•rwI M� ,dv,« I fi L , � -- _- �, >.... 1 1 f � / , } t i 1 i 4 r I ,` � � i i - a- - i � . . . . . . _ 1 I I f i 4 l a K '� � j r b 1 _L n , - --- � - , - _r DISTRIBUTION SHEET19 I ,!TLE TOTAL mR. TOTAL ,ti TOTAL mom \ � C`a �a�� � ���►•a�a � • aaaaaa.a •a. �iaa► o a►►Z►►a� , � - j .a y 2 w 11 1 X r Y w • • •DiSTRIBUTION SHEET L w i " CRDrk l4w , " K • EMPLOYEEw • y • • AMOUNT •• w HOURS AMOUNTATE � Wz K- �iTWAL A CITY OF RENTON MATERIALS ISSUED /`.oN.. WATERWORKS UTILITY / 4 �/ W.0.N.-.— ' C ----- J TO STOREKEEPER: a4� MA � - QYA AC[UYM COS O NT UNRTERIAI D[1rvENi R0 T NUN COS ._ _— .. . _b...y. 2S0 -�E G �/r ✓ )y- imm- " 113aoj6ur, fie, z imiamIi emop ✓ a'. g J 1 o F V .7 34 r Pew Pl& J Abon wMwid... N w•pM wM{Iron I ---ire..na.+IYon u.a br ___ _ rol .r.d ^ �' • l s a `.I q �i f CITY OF RENTON MATERIALS ISSUED WATERWORKS UTILITY wo.N.. ,G TO STOREKEEPER: _.,ILvON�//'P� -- D.brn.Mnlolb.�ngwn4riN4 UNIT oYANY AttouM —._—_ MATERIAL AMOUNT .,' . wuvf ND NIT NYAYEE _ � J I ' ss..A CITY OF RENTON MATERIALS ISSUED o WATERWORKS UTIIRY ! J j _a 4 � w o TO STOREKEEPER: o.,...Mo .u. y.....iI r71p�1a __ v ouArar UNIT �ccouw MATERIAL UNIT AMOUM oeuvflto wu•fn C',ST r _ f . vl-v f n 'e�_Ew14 ,04 __fl z y a t J PF,'n P h( — �T, Ab. .r►F wW. w•.d rwAw. AM•...pYMi..ww►, A w by fyrd 14 fi fi A F I • CITY OF RENTON MATERIALS ISSUED r\E.D.No WATERWORKS UTILITY / j W.0.w. 1 (0it TO STOREKEEPER: D.Er.i dr l.Ik.ii ftrldY 3Sa '7 Ato Seim: --- 1 cWNi. {M�1 •CCCOM MATERIAL UN TV I AMOUNT DEWERO NUNrE COST_ C(A(S f S 7't] 1 419 f7N266 ANG ?1 R . ✓ .Z O Lf... Z z 3 sWW rwi.�,-N-E. 4 a...d N" •b.+.r"..4.f Il.d b,giww I / ( Cy� • I I el •7 w f t ENDING OF FILE FILE TITLE 3AS yr ' • v r i I - �_..-.--.. �...r....v,,,.ry.-..eu�.l�i..,�na,»asa+�'xa'YnY.:J.sl�a14[�•�t..rir�...�' � - w' I ' r r WORK ORDER DISTRIBUTION SHEET O' �' - TOTAL 14R. TOTAL MR. DATE HOURS AMOUNT 11EMPLOYEE DATE AMOUNT �ia►\a►► w►a TOTU ►aaa�►► a►aa ►►►�►�` �" a �'` aLa►�aa� �i\�i•►�.�ia \►aa \a ► ►�i iaa�aa \aaa C�\a� a.•. ..\. as ?►�� , • t* t . ++§Yr r,a' r • • I ORDER WORK IBUTION �, t ►aa�i�a►►► � ���a►►aa► .aaa�a►•� aa►���SC�` aaaaa►►�ia ac��a►aa►a� •. aaaaa�aa �-�+ ` �i►aaa� SHEET TOTAL TOTAL TITLE RATE DAI E HOURS AMOUNT DATE AMOUNT HOURS \a►\\ �►� ; ah; a;�aa a TOTAL TOW C) • M :J CITY OFIRENTON MATERIALS ISSUED , o w __--- WATERWORKS UTILITY /1/J t w0 74 'O STOREREEPER: L.�;.,.rM bliwp�n.r•isl 1 7` 1'o S.1U.US�8�//1 N i o•• oUAW T "ccoum -- — — UNIT AMOUNT \ NUVENo w wuu� MATERIAL COST 1/ -- 6 ti o •u ..- Y.r. •wf+M:, ar,/i6. �Mv. rfN --- --_�__ M✓off—� b MATERIALS ISSUED s o w. CITY OF REW— WATERWORKS 1TY J ✓ w o w _ ;?G 76 TO STOREREERER: UNIT ."x *UAW •ccowJr MATERIAL COST AMOUNT aluviac. UNIT wUyr" O 1 ,, z C _ 7 V� ` LD � V { t, Y "» s S,—J bt j CRY OF R4NTON MATERIALS ISSUED WATERWORKS UTILITY W O.N. TO STOREKEEPER: OUAM NI o[w[no UNIT T U ACCOUNT NUAu.l+ MATERIAL COST JMlUNI Y L21, �aa ., y b V 2 i 0 j _ 4 1� AM+rraw. I na«. d m+fd sYided I_-- AYw N�INn I ►v I A -. �� JI sw. i "RY OF REMRON MATERIALS ISSUED .ATERWORKS UTILITY w O zl6 TO STOREKEEPER: q f^ O ��U6 N•t "' D F. 2 Z—UNIT — o.w..,dr.fNy,.;r•�b.�al b_-.E�3�=— J 4�u�s _ OUAN+. UMT Acco w MATERIAL COST AMOUNT 0lwEnO NUAY![ _ • U.c, / 9S o -- z 40 v Q [ iy Iw1M �r fipd.—Jar=-a�.I�_—_� 1 ford.. +I y r CRY OF RENTON MATERIALS ISSUED H.� _- WATERWORKS UTILITY w o.N.. Ak 7" TO STOREKEEPER:ws...q.«w.Wr9a /Yp,000 ( y u Q �� oa. /h /•.O��Y oUAw i—UNR MATERIAL occmw _. UNITj AMOUNT 0l WEEED rawE! COST A , v �U 1 0 _ — V V k CRY OF RENTON MATERIALS ISSUED s 0 N. — WATERWORKS UTILITY « o N. TO STOREKEEPER: oUANT . UNR Accoum MATERIAL —�NR AMOUNT ✓ — nlwElEc ! COST S- 7G 1 0 V ol • �Y I r; ♦ .tiT.�� �r R g 1��5 •Y�'T + 9 " - ..s...wf.�.��......_...,.._a a.... �...��....�-. ,. i t c • Or�u1M•1..� .. M • r fY 1 wi Pf _ D Nn r • i : WORK CP.DER DISTRIBUTION m OVAR HL TOTAL -'&MPLOYEE A, TOTAL AMOUNT DATE HOURS DATE H04JRS RATE TITLE RATE Wl �aa�ti tea►► :�\ �a�a��\ a .� TOTAL TOM �aaa►�\�iZ�i Z� a.� . aa ►a\. a ' - - - Al- WORK ORDER- �-�WORK EMPLOYEE A, HR. TOTAL HR, TOTAL DATE AMOUNT DATE AMOUt TITLE RATE Hl.URS '4c" RATE HOURS .. Iraqi►\ a�a ` ►a`�1a►\\►ila \ \►► V, �1a �a�a �\ \,�\\\ �sly ►\►\ lot C� ��4.: a •.a � \►Ti a► � a - � �i�►�a \\N \��,►a Gc� :►aiai�� Z►► '►�► a \a a\a ►\a TOTAL TOTAL V ►�►►►►a�ia c� \a�iV y x ," CITY'OF RENTON MATERIALS ISSUED WATERWORKS Ul,UTY 1` y NOW TO STOREF.EEPER: q o.i...•.a�b.Mv,wa.iMa �3�0 ^�L/A!_'"���Up /V'�� ow.—L 1--!�1—� cut Nf ACCOma — -- — UNIT UNIT MATERIAL AMOUNT D!U`'FKD NUMFit --___ COST ram. 24N, _ r -- - -- --- -- - Z a V V Am a CITY OF RENTON MATERIALS ISSUED o N.._ WATERWORKS UTILITY TO STOREKEEPER: T� D.lir..AH MNwiny�+ari.l N D.N OUANI --_r"-- — UNIT ACCOUNT MATERIAL UNI AMOUNTDEUVFHD NUMHf COST O z _ � k I A►n .�i.E..d swlif.. A fi1M M A v I MATERIALS ISSUED so N.. _ — CITY OF RENTON WATERWORKC UTILITY w o N. TO STOREKEEPER _--- '---- —T—UNrt OUANI. UNIT MATERIAL MATERIAL ! COST AMOUNT DEUvEHD NUNHE _ _i --I z / rt ZdlP Y/V t /y L °° Z _ V V I TrodAY... .1 in .A ..o~ I q.d Lam—.-1 E�A..A..•y"j"a j�+y�p � s` � � � eA r � CITY OF RENTON "MATERIALS ISSUED Nu WATERWORKS UTILITY D.rr.. bu..•ly n�.E..1M M—� w D.N.. TO STOREKEEPER: '�S� _— LS2JAS- L - y _ QUA UNIT ACCOUNT MATERIAL UNIT AMOUNT DEUVINED' NUAVHE COST — V � I aw A i.l r d i �Abr. nib a I� I N E. S:E..d__�..La f4 _. !. 1 CITY OF RENTON MATERIALS ISSUED WATERWORKS UTILITY w o N..—_�_LelS� TO STOREKEEPER: 2.,r7UNIT D.Irr..M.blb.:�N mel.rnl N -�T�-.�_s-_�--0�•� D�-� ouANl UNITACCouNT — MATERIAL COST AMOUNT OfWEEFD NVAIE[E - „ n .• 1�5E1- C — � z 2-y L �-4:i•_W,77 ° u • 3• "u Abr....NrN...wrN wMnb. A � EI A .. 1 �Edr� I I CITY OF RENTON " MATERIALS ISSUED WATERWORKS UTILITY 1U STOREKEEPER: ,�rJL�1 A LC QUA Accoum oeuvcttD Huwtt MATERIALU IT UNIT J . p COST AMOUNT Co - IF z j — z { r^ _ o V f f�� t.i S � I f:ITY OF RENTON MATERIALS ISSUED s o N. WATERWORKS UTILITY i TO STORE%E:HER: r --s -CteYaY.uiTv�,t. Da. _-- I .. OY4Nl. V VR •CCOUHt - Dtuvse� HUMett MATERIAL COST AMOUNT 77 [. Zs~ T T o _5 j ?� o - —1 •M.. a...�� p.s,awwn �M. -- M s ,e,