Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WTR2700343(1)
RAILROAD PROTECTIVE LIABILITY FORM HARBOR INSURANCE COMPANY NAME OF INSURANCE COMPANY I DECLARATIONS BURLINGTON NORTHERN, TNC. ITEM 1 . NAMED INSURED: (SEE ENDOkSEMENT i1) � 1 ITEM 2. POLICY PERIOD: FROM DUNE 15, 1971 TO JUNE 15._ I 1072 12:01 A,M.. STANDARD TIME, AT THE DESIG- NATED JOB SITE AS STATED HEREIN. j ITEM 3. THE INSURANCE AFFORDED IS ONLY WITH RESPECT TO SUCH OF THE FOLLOWING COVERAGES AS APE INDICATED IN THIS ITEM 3 BY A SPECIFIC LIMIT OR LIMITS OF LIABILITY, THE LIMIT OF THE COMPANY'S LIABILIT', AGAINST SUCH COVERAGE OR COVERAGES SHALL BE AS STATED HEREIN, SUBJECT TO ALL THE TERMS OF THIS POLICY HAVSNG REFERENCE THERETO. COVERAGES LIMITS OF LIABILITY EACH EACH PERSON OCCURRENCE AGGREGATE A. BODILY INJURY LIABILITY $ 750,000.00 $1,500,000.00 NOT APPLI'_ABLF B. PROPERTY DAMAGE LIABILITY & NOT $ 750,000.00 $1,500,000.00 C. AND PHYSICAL DAMAGE 70 APPLICABLE PROPERTY ITEM 4. NAME AND ADDRESS OF CONTRACTOR: DIORIO CONSTRUCTION CO 2821 SOUTfi 200m SEATTLE. WASHINGTON d8118 ITEM 5. NAME AND ADDRESS OF GOVERNMENTAL AUTHORITY: CITY OF RENTON MUNICIPAL BUILDING RENTON, WASHINGTON 98055 ITEM 6. DESIGNATION OF THE JOB SITE AND DESCRIPTION OF WORK: - I - HU 8159-1 FORM AASHO ((MODIrIED) 1 ♦ ti Ica�wa,:..:45+";A�➢.`Y41fip:iaeM„id";�ru.�f6:d.I�Mye:.v:�.� 1�4YG�i. ,•,. ley ENDORSEMLNT NO ASSURED BURLINGTON NORTHERN, INC. ET AL I RRocucER JLWN BERSON, INC. CERTIll 'E111107 THa EFFECTIVE own or THIS E.'ooSSEMENT n JUNE 15, 1971 No TvrE or wvERAaE BAII.iI(M PNDTSCTIVE LIABILITY j NAMED INSURED ENDORSEMENT IT IS HEREBY UNDERSTOOD AND AGREED THE NAMED INSURED IN THE DECLARATIONS IS AMENDED TO INCLUDE THE FOLLOWINGt 1. BURLINGTON NORTHERN, INC. AND ANY OTHER RAILWAY COMPANY USING THE PROPERTY OF SAID RAILWAY COMPANY WI2d ITS PERMISSION 176 EAST 5TH STREL'T ST. PAUL, MINNESOTA 55101 2. THE CHICAGO, MILWAUKEE, ST. PAUL AND PACIFIC RAILROAD COMPANY AND ANY OTHER RAILROAD COMPANY USING THE RAILROAD COMPANY'S PROPERTY WITH ITS PERMISSION 098 UNION STATIOF, CHICACO, ILLINOIS 3. OREGON—WASHINGTON RAILROAD i NAVIGATION CO. AND ITS LESSEE UNION PACIFIC RAILROAD CO. 732 PITTOCK BLOCK, PORTLAND, ORRGON 97205 %6YNINO HI RI IN CONTAINED SNAIL BE HELD TO VARY ALTER WAIVE OR EEYENO ANY 0I INC TERMS, CONDITIONS. OR LIMITATIONS OR INC ROLICY TO WHICH THIS ENDORSEMENT IS ATTACHED OTHER THAN AS ABOVE STATED. SWC" • CRAWFORD HARBOR INSURANCE COMPANY SWETT 6 CRAWFORD SEATTLE, WASHINGTON MI, 16TH ,A'I2f NF., 1971 •.w.n Iw.rH.I w MM. GRIOINAL ENDORSEMENT l >ax ' ENDORSEMENT INcuww BURLINGTON NORTHERN, INC. ET AL Ne. 1> _ rwoouccR JOHN BEESON, INC. vowcT THE[rILCTIVL OATS DI TN16[NUORSLHLNt 15 JUNE 15, 1971 NO 111107 Trn or covcwwoc RAILROAD PROTECTIVE LIABILITY IT IS HERESY UNDER.STOO:O AND AGREED THAT THE FOLLOWING CHANGES ARE MADE A CART OF THIS POLICY: PArE 6, PARAGRAPH 2 (SECOND LIND) , RECORDS OR IXFORMATION RELATTNr TO THE SUBJECT MATTER OF THIS INSUTIMICE. PAGE 7, PtT?AGRAP!I 4 (LINES 8 AM) 9) , JESTPUCTION OR LOSS OF ' ALL PROPERTY OF ONE OR MORE PERSONS OR ORGANIZATIONS, PAGE 7, PAP.ACRAPH 5 (FIRST LINE) , SEVERABILITY OF I%;TF.R*,STI, PAGE 8, PARAGRAPH 8 (THIRD UN-NUMBERED PARAGRAPH) , COVERAr,E C (FIFTH LINE) , LOSS IS FILED AND THE AMOUNT OF LOSS T�3ETER- MINED AS PROVIDED IN THIS POLICY. y; PAGE 10, PARAGRAPH 16, (SECOND LINE) , BY ANY OTHER PERSON ,, SHALL NOT EFFECT A WAIVER OR A CHANGE IN 7[ ` PART OF THIS POLICY OR ESTOP THIS COMPANY FROM ASSERTING ANY RIGHT UNDER THE TERMS OF THIS POLICY; 1 , ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. T f* NOTHING M[A[IN CONrAM[O\HALL 81 N[LO TO WRY ALTER WAIVE OR CRTCND ANY Or TN[ TLy}}�' CONDITION[. ON IUIITwbONI Of THE ro1.ICY TO WHACK TNI[[NDORA[N[NT 16 ATTACHCO OTHER THAN AS A"V4 ATAT[o. :.:IWET'T ;O CRgWFOR® HARBCR INSURANCE COMPANY e.T.e SEATTLE, WASHINGTON "" 16TH JUKE* 1971 RY- - —= .YTIA.111 u n....... "V[AA+-[ Hr.[•.n r[r mA,l neln•uu eunnR.. ,�... 1 13 i IT IS UNCERSIOOD AND AGREED THAT COVERAGE A, BODILY INJURY LIABILITY, UNDER INSURING AGREEMENTS 1, 15 AMENDED TO READ AS FOLLOWS: , 1. Coverage A Bodily Iniury Liability To pay on behalf of the Insured all sums which the insured shall become legally obligated to pay as damages because of bodily injury, sickness, or disease , including death at any time resulting therefrom, hereinafter called "bodily injury," either (1) sustained by any person arising out of acts or omissions at the designated job J. site which are related to or are in -onnection with the work described in Item 6 of the Declarations, or (2) sustained at the designated job site by the contractor or any employee of the contractor, or by any employee of the governmental authority specified in Item 5 of Che Declarations, or by any designated employee of the insured, whether or not arising out of such acts or omissions. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. EFFECTIVE DATE OF THIS ENDORSEMENT IS: JUNE 15, 1971 ATTACHED TO AND FORMING PART OF NO. 111107 ISSUED TO:. BURLING'.00N NORTHERN, INC. ETAL I r GATED: 6-15-71 HARBOR INSURANCE CONBANY #. SWLTT U CRAWFORO By s 1 i e ir. l' ENDORSEMENT no. C>4 � + INSURED BURLINGTON NORTHERN, INC„ ET AL „DOUCE" JOHN BEESON, INC, [ roLICY TM[EFFE-C.TIV[DATE nl TNI[[NWR[[MENT 1{ JUNE IJI 1971 NO. 11110 TVA[Of COVERAGE RAILROAQ PROTECTIVE LIABILITY I IT IS UNDERSTOOD AND AGREED THAT THIS POLICY DOES NOT APPLY UNDER COVERAGES A, B AND C TO BODILY INJURY OR PROPERTY DAMAGE ARISING j OUT OF THE DISCHARGE, DISPERSAL, RELEASE OR ESCAPE OF: (1) SMOKE, VAPORS, SOOT, FUME ACIDS, ALKALIS, TOXIC f CHEMICALS, LIQUIDS OR GASES, WASTE MATERIALS OR OTHER IRRITANTS, CONTAMI14ANTS OR -POLLUTANTS INTO OR UPON LAND, THE ATMOSPHERE OR ANY WATERCOURSE OR BODY OF WATER; BUT THIS EXCLUSION DOES NOT APPLY IF SUCH DISCHARGE, DISPERSAL, RELEASE OR ESCAPE IS SUDDEN AND ACCIDENTAL; (4) OIL OR OTHER PET} OLEUM SUBSTANCE OR DERIVATIVE (INCLUDING ANY OIL REFUSE OR OIL MIXED WITH WASTES) INTO OR UPON ANY WATERCOURSE OR BODY OF WATER, WHETHER OR NOT SUCH DISCHARGE, DISPERSAL, RELEASE OR ESCAPE IS SUDDEN AND ACCIDENTAL. ti NOTNINO N[REIN CONTAINED•MALL•[ N[LO TO VAXV. ALTER. WAIVE OR EATEN. ANY 01 TN[ T[ANf. CONDITION\. DE LIMITATION{ M THE /OIICY TO WMICM THO[NOOAS[NENT IA ATTACHED OTrRA THAN AS ASDVE STATED. G2A ��r.p pp(�77 NARYOR INSURANCE COMPANY �n SEATTLE, WASHINGTON rME ISTiI D.r eT .TUNE, 1971 „_ �5�.__. ArrNewaas AENHAE„.nrt 'It JUUMB DISURANCE COMPANY 4201 WILSWR6 BOUL,VARO LOS ANGELLS CALIFORNIA TOOee (A Stxk InEuymnee Company, Mein called The Compm.y ) A". Fah she our" named m the dselmmiw. mad.A pat of this pobc, Ihmvsl). Is can.t"'.. n w Ihm paym.n,el rb Pre.i.m am In .L . own the Fe.MnN m the d«braces to povWs rxurmce w the ImurN as accord.reh the mane stated m the d«larabms mid In the donimos m mrochN MrNe mId Worpmn.d m this polo, titmM o the ultMrmeo&ane, GENERAL POLICY CONDITIONS A CANCELLATION. Thu polis, may be came.IMd by the nam.d =or" by xnAndsr thereof to the company tar mwx.nabx m by olmlmp 1a be someonY writhe Sense .Iau" when th.rvaleer the carlceltnim shall be,Nr«bve This play may IN cancelled by the oomyauy by SembW W Ne banned mwmd a, Ili add me,shown at this Peisy wrislen.once stating when mot less lbon Na days Ibrsallsr samh oone.11mrm 1hoR be eltsebr. The mall," of abbine ore alol.wsd shall W rv"lnvn, wool of sots. Th. Iwo of if. xrmndv, it rh. .Ilsctive duty IN ce ssllmsan star"an rb moew shop beeosss tM AM of the poby pr1pA Uebr.,, IN such wntN. Ursa .lass, by Ili noes" anon" or by In*company ON, be puwafoel to males, It Ili mod Iseu•" connote wom.d w.mmme shall be commll" in wcmdaxe With the customary short tat.tabu and pree.du,o 11 the company corns,.. mKoisel wsmsum shall be caeput" pop rasa Pr.mlom odrv.lmem may b mail* come, a1 line I,. ,arc.ilation is NIecW ar n some « pmbnable of so calssNabam Immense "our.. bu, • ymsnl or sod., el unsam" premium W non or 'mod... el ceoc.11au et B CNAN®. The rooms pl fFL' gbey shall as be Wmv"a.ohm,". ..C.p1 by wdorsemsal Ieso" 1.losses is pall of this gisy. NMR,by the dot, autha- m.1 ,.pre«ntnrr. of the apse,, E ._ This pixy .hall nos b axrgns l a Whole a an part ."haul Its,iswwn It.. eI in. notation, a, p. ..N mi«d U K.« 1f 1-. O low, of or dam". I. progrly sur.r"on«.me.d by r nyalw, act.N Tor-,rK .xanx. mod war, I.blban, somo„«sos auhlury or u..rgd green o1 mama) Ian, or canbecahsn by nd.r of any mtblur awhaa, son corn". E This '.',once is mades and aaeps" subWct to all the ye"Kne, namdlllaos and wnranb. set forth hernm most many bores m gp.nsi msen. gnash d breto, it of whsh a,e Ian he cosudiaed as incorporamd bons aha any, parium. o, cors humm apP.nm, o any form• a wdm«mwN arambd for.« {{{ which it., Ins gLCy w«aian. swat" above .ball sapnssde .uch policy pr ,i ms. in « far as Ili, a, inanlwtan, tbmwah IN WITNESS WHEREOT, The Nathan I«wage Cantons, has caused ,his policy 10 be N,eNd by IN P,«idanr mail i«ref a,, but 1b policy.halt ant be bedul, wRan the emmpan, ueW. no.l.rN,n.d by is duly authors" mpr..enlatm at Ili company �, LELAND B SWETrT IOHN C. SPENCER sr.,nmr DECLARATIONS - M o BURLINGTON NORTH RN, INC. ET AL NO Ly/ win N NO " A L (Bill ENDORSEMENT II) N N L ALA 176 EAST STH STREET D A - PAULeMDUMOTA 55101 Q�F lo.N.TIpN NLM AeeN{YeTW. IN «.�«« RAILROAD PROTECTIVE LIABILITY eaLNYwlminamess«IroYwnNWOI«- nn/OR eNbasss. NT4 .t. «N« T.C." .L YO. ...a WMaIMp. « AS PER FORMS Q Awe/oA emeoNe ... .!sell .tar..me corrLNclmo LNowo N». now 1S. 1971 "M 15d 1f77 ems tsu OI AN,LTANDARO TIME A-TML mLACL OF LOCATION OF RIG"I11"R PREMIUM TOTA4 t� 9 O; 10500e00 5C VO COATS0 • D oet14� �0 y NARAOR INwunCE COMPANY 1(1 by •,ry SEATTLE, WASHINGTON -NI 16TH b., r" JUNE, 1971 A�nIOR-ro Ne PRmrpr.v ylv2 DUPLICATE ORIGINAL Nu toad—ten Igo a-es,LN Is.," � . . / J � ¢ * ' ƒ u $ $ ' HARBOR ' ' COMPANYHOME OFFICE \ r . k \ � � » £ . R � � 1 � R � \ � � f E � • ,� . . . / ? % _..__ .. __. _._..__. __. .___—_ '�"�l'1�/`o�o�a�o•!n✓J��t�A�i��i^<s,.�i�T%i�4�_O�o•!l�uw�{ir.oro• � CERTIFICATE OF INSURANC' I I I 11 Certificate Issued To: City of Renton 9 City Hall Renton, Washington 98055 iAttn: Ron Olson, Engineering Department O I Name of Insured: Di0rio Lons,ruction Co., and as �e respects the Project described below: b THE CITY OF RENTON This is to certify that the insurance indicated hereunder has been issued and is in full force and effect on the effective date of this cerrif'cate. AMOUNTS OF tlMlrS COVERAGES PROVIDED 1. $1 ,000,000,00 Excess Public Liebility and Property Damagc Liability Insurance Policy 2. 3 I 4, NAME OF INSURANCE COMPANY POLICY NUMBER EXPIRATION DATE 1. The Insurance Cunpany of the 439-1254 12-17-72 Ip State of Pennsylvania ..YEXt 2 3. 4. Description of item, location, or project to which this certificate applies: Watermain Project LID 269, W.P. 343 I i Ten (10) days' written notice of cancellation or redu,.tion in amounts of insurance shall be given to the above named holder of this certificate. Date of Issue: June 21 , 1971 JOrSeeffle, *CO ANY By / ZOOS East Roy Street Washington 98102 EA 2.7344 s ♦ V CERTIFICATE OF INSURANCE 4 Certificate Issued To: City of Renton Q Renton Municipal Buliding Q Renton, Washington 98055 � 19 C UB d,r. � Name of Insuredt DiOrio Construction Co„ and the City of Renton is named as additional assured as respects e 6I the project described below This is to r -tify that the insurance indicated hereunder has been issued and is in full force and effect on the effecti,-...ate of this certificate. AMOUNTS OF LIMITS COVERAGES PROVIDED I $1001300,000 - Bodily Injury Comprehensive General and auto liability $5C,000 - Property Damage 2. G 3. i 4 I� NAME OF INSURANCE COMPANY POLICY NUMBER EXPIRATION DATE 9 Glens Falls Insurance Company CLC 02-70-02 7-1-7! 1Y 2. 3. 4. Description of item, location, or project to which this certificate applies: CAG-I8',i-71 -- LID 269 Water Project Y343 S.W. 43rd Street Ten (10) days' written notice of cancellation or reduction in amount-, of insurance .hall be given to 1Y the above named holder of this certificate. Date of Issue: June 1, 1971 JOMN ON�NY By: , IDOS East Roy Sheet Seattle, Wis ingfon 981n'' EA 2a344 t ♦ rl BM TO CITY OF REWM DM ALL MEN BY THESE PR.SENTS:` That we, the undersf;nod Q,i.m �Q,�_ >_3'..11:...__ Oft as principal, »n ,�, v .,r,..F .'�„nn. c•;,.irt..,., cornoration organize and existing under tXe law o t e State o T-7 as a surety corpor- ation, and qualified under the laws of the State of wosfiingtOn to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and a firmly bound to the City of Rentor in the penal sum of $ for the pay- ment of which sum on demand we bind ourselves and our successors, heirs, a winistrators or Personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of dashin ton, the Ordinance of the City of Renton. Dated at Win,,.. _, Washington, this _.�,. day of 19 Nevertheless, the conditions of the above obligation are such that: �— WHEREAS, under and pursuant to Ordinance (or Resolution) No, or by Council action of the City of 4enton, passed 19 Ma Mayor and City Clark of said City of Renton have let or are about to e� t to the sai�t�< <� c the above - bounden Principal, a certain contract, the said contract being numbered S4 3 and providing foz •0. (which contract is referred to herein and is made a part hereo as t bug attac a ereto and WHEREAS, the said principal has accepted, or is abqut to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said .2. Q �Qio._Lle.. �oshall faithfully-perform all ' of the provisions of said contract n the manner�an wtt in t e time thereincet forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub-contractors and material, men, and all persons who shall supply said principal or sub-contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage nccssiomed to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub- ontractor in the performance of said work, and shall idemnify and hold the City of Renton hairless from any damage or expense by reason of failure of performance as speci- fied in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one ,'year after its acceptance thereof by the City of Fenton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. APPROVED as to legality: iii C Iye lac•, a Ce Approved: _ :pH'; r: flFFGON •�CimtlLlfrik,�F/w:7 { � ti p.p�Q�p+O�Q�ll�40✓I�O'IhG�O�PO✓I�O 4�' `4 BID BOND AMOUNT: S/v of the at.ached bio a 6 KNOW ALL MEN RV THESE PRESENTS, a That the undersigned Principal and Surety are held and firmly bound umo :. Treasurer. City of Renton ! as Obhyee in the penal amount of the deposit specified in the call for bids the payrrrent of which the Principal and the Surety bind themselves, their heirs,executors,administrators, successors and assio^q. - jointly ano severally, by these presents. The condition of the obligation is such that if the Obligee shall make any award to the Principal for - LID 269, Water Project 343, southwest 43rd according to the terms of the proposal or bid made by toe Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee, or if the Principal shall, in case of failura so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be nu!I i 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 and liquidated damages the amount of this bond. SIGNED. SEALED AND DATED THIS 19th.�"y of Mav 1971 _____ PRINCIPAL SURETY DI ORIO CONST 10/1�CMPANY_ 13 Arrdrry Frr Patricia A. Beeson SPECIAL 'ECHNI,X PROVISIONS 1LONT. TS-04 CLEARING AND STRIPPING a. General Whenever the ccnstruction crosses grassed, turfed, sodded or landscaped areas, the sod and topsoil shall be stripped and stockpiled separately from the rest of the Pxcavated material , and shall be salvaged for re-use a to restore the area to its original condition. All plants, trees, shrubs and ether planting in landscaped areas shall be salvaged or replaced. It shall be the contractor's responsibility to contact each owner so affected, prior to commencement of construction operations affecting that owner, and make arrangements for the satisfactory protection and restora- tion of the items to be removed or otherwise disturbed. b. Clearing and Grubbing Clearing and grubbing shall be accomplished in accordance with the appli- cable provisions of Section 12 of the A.P.W.A. Standard Specifications except as otherwise provided herein. No separate nor extra payment of any kinJ will be made for clearing and grubbing, but will be included in the applicable unit price bid for the waterline in place, compelte. c. Stripping (1) General : All areas to be excavated shall first be stripped of all topsoil , grass, sod and othe material not prescribed under ,I%aring and Grubb;ng. All stripped and removed material shall be wasted, except as otherwise required. (2) Removal of Existin Pavements and Street Im rovements: Pavement,or of eT r street and roa sur aces s a, cut onTy to the minimum width which will permit the proper excavation and bracing of the trench, and which will allow passage of vehicular and pedestrian traffic. All pavement outs shall be made smooth, straight lines or to nearest c.,istruction joint, and shall be made with clean vertical faces. Removal of bituminous and concrete pavements and :tilities shall be con- ducted in accordance with Section 52, A.=.W.A. Standard Specifications, except as otherwise prcvide� herein. Removal of concrete pavements, all surfacing materials and improvements will not be paid for separately, but will be considered as incidental to the work and included in the applicable ,nit price paid for the furnishing and installing of water main. TS-005 1RENCH LXCAVA?ION, BEDDING AND 3fJFILL a. General Trench excavation, backfill , foundation oreparation and beddino for water-, TS-Page 2 � ♦+ y SPECIAL TECHNICAL PROVISIONS TS-01 GENERAL STATEMENT This sectir-, Special Technical Provisions, is devoted to features of on-the-site conditions which are peculiar to the facilities to be constructed for L. I.D. #269. Articles, materials, operations, or methods mentioned herein or a indicated on the drawings as being required for the project shall be a provided by the contractor, and he shall provide each item mentioned or indicated (of quality or subject to qualifications noted), perform according to the conditions stated in each operation prescribed, and provide therefore all necessary labor, equipment and incidentals necessary to make a complete and operable installation. Where a manufacturer's name is given the words "approved equal" shall be considered a part thereof except where no substitute is permitted. No attempt has been made in these specifications or plans to segregate work -overed by any trade or subcontract under one specification, Such segrL,atson and establishment of subcontract limits will be solely a matter of specific agreement between each contractor and his subcen- tractors, and shall net be based upon any inclusion, segregation or arrangement in, or of, these specifications. The contractor and subcontractor in each case is warned that work included in any subcontract may be divided between several general specifications, and that each general specification or sub-head of the technical specifications may include �,ork covered by two or more subcontracts or work in excess of any one subcontract. TS-02 STANDARD SPECIFICATIONS All work under this contract shall in general be performed in accordance with the applicable provisions of "Standard Specifications for Municipal Public Works Construction" prepared by the Washington State Chapter, American Public Works Association, and in accordance with the require- ments of the City of tenton, except as otherwise amended, modified, or specified in these Spacial Technical Provisions. Items of work not specifically covered in these Special Technical Provisions shalt be performed in accordance with the requirements specified in the A.P.W.A. Standard Specifications, and it accordance with the City of Renton requirements. TS-03 EXISTING UTILITIES If, in the prosecution of the work is 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 snail take all necessary precautions, to protect and provide temporary services for same. The contractor shall at his own expense repair all damage to such facilities or structures due to his construction operations, to tine satisfaction of the engineer. TS-Page 1 � y MINIMUM WAGE AFFIDAVIT FORM u City of Renton ss COIMiY OF K I, thtdersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour for each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified ' i in the principal contract; that I have read the above and foregoirg s—tement and certificate, know the contents thereof and the substance as set h therein is trup to my knowledge and belief. CONI'RA(:TOR //�/�r��r• /a��/r� �,�b Subscribed and sworn to before me on this day of 19 7i t — ' Notary Public InI,:Od for the 5tate of Washington Residing at 4 h� f CERTIFICATION OF NONOISCRIMINATION IN EMPLOYMENT The bidder represents that he � has, L7 has not, rarticipated in a previous contract or subcontract subject to either the equal opportunity clause hetain or the clause contained in Section 301 of Executive Order 10925; that he has, (= has not, filed all required compliance reports; and that represontations indicating submission of required compliance reports signed by proposed sub- contractors will be obtained prior to subcontract awards. i f COMI`ANY . BY i TITLE /t rr/ !sI ate (Tha above representation need not he submitted in connection with contracts or subcontracts which are exempt from the clause.) O I.F 14.43 NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ) • ) ss COUNTY OF ) r being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on be- half of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the fore- going work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, a:14 chat deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. SIIG/JN HERE: 1.a�.%.i�tt/ o�..�s.•r/.ice Subscribed and sworn before me this 7 day of , 19 7/ ~A G' ft - o ry Pu c rMy n or e�"tate--off— w .q residing at . therein. 1 4� t QU Kyle IEe 10-.-9) ALG 661a NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT (RROAD FORM) This endue:unreni, -r...", 10 A lunaoo,,,w71 forms a parr of potty No. 111107 11 isk Issued to DUPJ.1N(; Oti NOaMIi:;:-., It7Ca -7'T AL iULRAt)R INSUHAOCE CHIP U l by it Is agneed that the Policy does"I apply: I. Under any L•abudy Coverage, to blu,y, ack nos, disease death or dabbgCOOn (a) wish respect 1. which on insured under the si is also an insured under a nuclear enat'g, I"WO VOICY issued by Nuclear Energy Liability Insurance Association, Mutwl Atomic Energy Laall Ulymmrite•s Or Nuclear Insurance Associabon of Ceneda, or would be an inured under any such polar but for ds Cermmaion uprs eahaushen of its limit of liability; a lb) resulting from the hexardous properties of nuclear material and obi respect 10 , of (11 any persona orgamnbon is required ro maintain hnvxiat forma " Punuanr rn the Atome Em:rgv AU of 195a, a env law smendalory rru!reo(, or f21 the mwfed is, o had the .Olfc, nnf heen issued would be, entitled to indemndy hives the UUrried States of America, o any agency, thereof, under An,ayeemem entered in,. by the United Stints of America, Y agent, thereof, with a" Parson or oreanieabon. 1!. Under any Med!eel P.Ifyi nts Coverage, or under any Slowlentil Paymenn prat pion relating to immediate medicel or surgical relief, to expenses incurred ti reyped to bodily in!.,y, sickness, disease or death resulb w front the hanrdous m pperbes of nuclear material and ansmq out of the Operation nt a nuclear facility by am person ga ti III. Under any L1abd,ty Ceverage, to injury, sickness "We". death or destruction resulting from the Mcafdous Properties of nuclear material, it y ofsera insured or (2) nas been (at the nuclear mat"ial (1) is sr any nuclear fxibry owned b or red by ar on ce toll of, an discharged or dispersed therefrom; ,,ceased, florid, bns- a (b) the nuclear material is contained in spen, fuel o. wale at any time posussed, handled, used, P pprled or disposed of by Or on behalf of an insured; or C) the Injury sickness. disease, de-Nh or destruction anus our oi^henlurenenCei9�ration ,by an ,use ofd of ryany nuclear facility Cr equipment in connection with the Pla`br q- COnfnuabin, ifs leromries or Possessions or Censds, this but if such facility is loured within the United States ♦mesa, evclus,on 10 applies li only to injury to or destruction of property at such nuclear facility. Is/. As used m this endorsement ruse or sxplosive Properties, ,,keunt", prgas9tee" include odioacbve, "eeei.W material- moans source mate •al, special nut ur material Ofbgpnduct mutebal; -alliance "aFee yal resselaer �eatadii and "►ileted a9 trsaarwl" hate the Meanings g,.en therm in Chat Abel Energy Aar of 1954 a or u l el law t or fuel co theoent', solid or bond, whah has been oiled a apoud w requlwn m s a/eM/wY'mesrn any fuel element or uel<anp, nuclear reacor, abort b an rm•i "wadi" means any waste material (I I containing hypfoduct ma.enal and 12, rewibl. bon the oiler y Y pat rn Organixsii.m of any nuclear fKd^y included within 'he definition of nuclear fecd,ty order Paragraph la) or Ib) thereof; ,,..,kw faeiluY" means (a) any nuclear, reactor, to) an, equipment Or day ice designil or used for 11) seperebrng +he isotopes If uraniwn or plutonium, i prraeaamg Or of lu mg spear lus 1, or (3) hand,ng, processing or pKkesing�suq, thic any here such eguWn^enr or device is W ice or ,1.no or device used tw the prucessinq, fab,,a,bp or all of special nuclear malenal f al de time rural amnanr of such material in Ihe custody of the mwred at the promises toted consists o a <cnlims more then 25 grams of p;.tWruM or uanium 233 sir any combmeh,n thereof. or mare Ihan 250 grams of uranium 235, di I of waste Id aror lwe,l env baton, excagb,n, premiu, or piece prepared m used for the "Of age or silos+ and includes the site on which ab, of the breq,inq is located, all rpeuboos ronducted on such site and a,tl pemius used for su'h operations; rti chain reaction Or "ead w raaaeet" means any apparatus designed ci used to sustain nuclear hsinn m a ulMuppo M to contain a Voice( mass of fisuctr la material, , sir „ '., includes all tones of radioactive With respect to r,o,, to or defblacfron Of property, the word "itr at cnfaminalrn of Properly. :.p�;::{Yr! Ii73t7RlddC7.3 COMPANY rule/FTT & CR,AWFOR0 - - ld� AufMn1u10.Wieflnblive mot,. IF THE NAMED INSURED CANCELS, EARNE) PREMIUPa SHALL BE COMPUTED IN ACCORDANCE WITH THL CUSTOMARY SHOPT RATE TABLE AND PROCEDURE. IF THE COMPANY CANCELS, EARNED PREMIUM SHALL BE COMPUTED PRO RATA. PREMIUM j ADJUSTMENT MAY BE MADE F:THER AT THE TIME CANCEL— LATION IS EFFECTED OR AS SOON AS PRACTICABLE AFTER CANCELLATION BECOMES EFFECTIVE, BUT PAYMENT OR TENDER OF UNEARNED PREMIUM IS NOT A CONDITION OF CANCELLATION. a 19. DECLARATIONS.—BY ACCEPTANCE OF THIS POLICY THE NAMED INSURED AGREES THAT SUCH STATEMENTS IN THE DECLARATIONS AS ARE MADE BY HIM ARE HIS AGREEMENTS AND REPRESENTATIONS, THAT THIS POLICY IS ISSUED IN RELIANCE UPON THE TRUTH OF SUCH REPRESENTATIONS AND THAT THIS POLICY EMBODIES ALL AGREEMENTS EXIST— ING BETWEEN HIMSELF AND THE COMPANY OR ANY OF ITS AGENTS RELATING TO THIS INSURANCE. I ATTA'.HED TO AND FORMING PART OF POLICY NO. 111107 ISSUE) TO: BURLINGTON NORTHERN, INC. ET i>L DATED: 6-16-71 HARBOR INSURANCE COMPANY BY_L (AUTHORIZED REPRESENTATIVE) HU 8159-1 ( 11 OF II ) FORM AASHO (MODIFIED) f i 9. INSURED'S DUTIES IN EVENT OF LOSS, COVERAGE C.- IN THE EVENT OF LOSS THE INSURED SHALL: i (A) PROTECT THE PROPERTY, WHETHER OR NOT THE LOSS 1S COVERED BY THIS POLICY, AND ANY FURTHER LOSS DUE TO THE INSURED'S FAILURE TO PROTECT SHALL NOT BE RECOVERABLE UNDER r THIS POLICY; REASONABLE EXPENSES INCURRED IN AFFORDING SUCH PROTECTION SHALL BE DEEMED INCURRED AT THE COMPANY'S REQUEST; (B) FILE WITH THE COMPANY, AS SOON AS PRACTI- CABLE AFTER LOSS, HIS SWORN PROOF OF LOSS IN SUCH FORM AND INCLUDING SUCH INFORMA- TION AS THE COMPANY MAY REASONABLY REQUIRE AND SHALL UPON THE COMPANY 'S REQUEST, EX- HIBIT THE DAMAGED PROPERTY. 10. APPRAISAL, COVERAGE C.- IF THE INSURED AND THE COMPANY FAIL TO AGREE AS TO THE AMOUNT OF LOSS, EITHER MAY, WITHIN 60 DAYS AFTER THE PROOF OF LOSS IS FILED, DEMAND AN APPRAISAL OF THE LOSS. IN SUCH EVENT THE INSURED AND THE COMPANY SHALL EACH SELECT A COMPETENT APPRAISER, AND THE AP- PRAISERS SHALL SELECT A COMPETENT AND DISIN- TERESTED UMPIRE. THE APPRAISERS SHALL STATE SEPARATELY THE ACTUAL CASH VALUE AND THE AMOUNT OF LOSS AND FAILING TO AGREE SHALL SUBMIT THEIR DIFFERENCES TO THE UMPIRE. AN AWARD IN WRITING OF ANY TWO SHALL DETERMINE THE AMOUNT OF LOSS. THE INSURED AND THE COMPANY SHALL EACH PAY HIS CHOSEN APPRAISER AND SHALL BEAR EQUALLY THE OTHER EXPENSES OF THE APPRAISAL AND UMPIRE. THE COMPANY SHALL NOT BE HELD TO HAVE WAIVED ANY OF ITS RIGHTS BY ANY ACT RELATING TO APPRAISAL. II . PAYMENT OF LOSS, COVERAGE C.-THE COMPANY MAY PAY FOR THE LOSS IN MONEY BUT THERE SHALL BE NO ABAN- DONMENT OF THE DAMAGED PROPERTY TO THE COMPANY. 12. NO BENEFIT TO BAILEE, COVERAGE C.-THE INSURANCE AFFORDED BY THIS POLICY SHALL NOT INURE DIRECTLY OR INDIRECTLY TO THE BENEFIT OF ANY CARRIER OR BAILEE, OTHER THAN THE NAMED INSURED, LIABLE FOR LOSS TO THE PROPERTY. - 9 - HU 8150- I (9 OF 11 ) FORM AASHO (MODIFIED) 1 TO THE COMPANY OR ANY OF ITS AUTHORIZED AGE'VTS AS SOON AS PRACTICABLE . IF CLAIM IS MADE OR SUIT IS BROUGHT AGAINST THE INSURED, HE SHALL IMMEDIATELY FORWARD TO THE COMPANY EVERY DEMAND, NOTICE, SUMMONS OR OTHER PROCESS RECEIVED BY HIM OR HIS REPRESENTATIVE . 7. ASSISTANCE AND COOPERATION OF THE INSURED, COVER- AGES A AND B.-THE INSURED SHALL COOPERATE WITH THE COMPANY AND, UPON THE COMPANYIS REQUEST, ATTEND HEAR- INGS AND TRIALS AND ASSIST IN MAKING SETTLEMENTS, SECURING AND GIVING EVIDENCE, OBTAINING THE ATTEND- ANCE OF WITNESSES AND IN THE CONDUCT OF SUITS. THE INSURED SHALL NOT, EXCEPT AT HIS OWN COST, VOLUN- TARILY MAKE ANY PAYMENT, ASSUME ANY OBLIGATION OR INCUR ANY EXPENSE OTHER THAN FOR SUCH IMMEDIATE MEDICAL AND SURGICAL RELIEF TO OTHERS AS SHALL BE IMPERATIVE AT THE TIME OF ACCIDENT. �. ACTION AGAINST COMPANY, COVERAGES A AND B.-NO ACTION SHALL LIE AGAINST THE COMPANY UNLESS, AS A CONDITION PRECEDENT THERETO, THE INSURED SHALL HAVE FULLY COMPLIED WITH ALL THE TERMS OF THIS POLICY, NOR UNTIL THE AMOUNT OF THE INSURED'S OBLIGATION TO PAY SHALL HAVE BEEN FINALLY DETER- MINED EITHER BY JUDGMENT AGAINST THE INSURED AFTER ACTUAL TRIAL OR BY WRITTEN AGREEMENT OF THE INSURED, THE CLAIMANT AND THE COMPANY. ANY PERSON OR ORGANIZATION OR THE LEGAL REPRESENTATIVE THEREOF WHO HAS SECURED SUCH JUDGMENT OR WRITTEN AGREEMENT SHALL THEREAFTER BE ENTITLED TO RECOVER UNDER THIS POLICY TO THE EXTENT OF THE INSURANCE AFFORDED BY THIS POLICY. NO PERSON OR ORGANIZATION HALL HAVE ANY RIGHT UNDER THIS POLICY TO JOIN THE COMPANY AS A PARTY TO ANY ACTION AGAINST THE J- SURED TO DETERMINE THE INSURED'S LIABILITY. BANK- RUPTCY OR INSOLVENCY OF THE INSURED OR OF THE IN- SURED'S ESTATE SHALL NOT RELIEVE THE COMPANY OF ANY OF ITS OBLIGATIONS HEREUNDER. COVERAGE C.-NO ACTION SHALL LIE AGAINST THE COMPANY UNLESS, AS A CONDITION PRECEDENT THERETO, THERE SHALL HAVE BEEN FULL COMPLIANCE WITH ALL THE TERMS OF THIS POLICY NOR UNTIL 30 DAYS AFTER PROOF OF LOSS IS FILLED AND THE AMOUNT OF LOSS IS DETERMINED AS PROVIDED IN THIS POLICY. - 8 - HU 8159-1 (8 OF 11 ) FORM AASHO (MODICIED) � ti LIABILITY STATED IN THE DECLARATIONS AS APPLI- CABLE TO "EACH OCCURRENCE" IS, SUBJECT TO THE ABOVE PROVISION RESPECTING EACH PERSON, THE TOTAL LIMIT OF THE COMPANY'S LIABILITY FOR ALL SUCH DAMAGE ARISING OUT OF BODILY INJURY SUS- TAINED BY TWO OR MORE PERSONS AS THE RESULT OF ANY ONE OCCURRENCE. r� 4. LIMITS OF LIABILITY, COVERAGES 8 AND C.- THE LIMIT OF LIABILITY UNDER COVERAGES B AND C STATED IN THE DECLARATIONS AS APPLICABLE TO "EACH OCCURRENCE" IS THE TOTAL LiAIT OF THE COMPANY'S LIABILITY FOR ALL DAMAGES AND ALL LOSS UNDER COVERAGES B AND C COMBINED ARISING OUT OF PHYSICAL INJURY TO, DESTRUCTION OR LOSS OF ALL PROPERTY OF ONE OR MORE PERSONS ORGANI- ZATIONS, INCLUDING THE LOSS OF USE OF ANY PROPERTY DUE TO SUCH INJURY OR DESTRUCTION UNDER COVERAGE 8, AS THE RESULT OF ANY ONE OCCURRENCE. SUBJECT TO THE ABOVL PROVISION RESPECTING "EACH OCCURRENCE, " THE LIMIT OF LIABILITY UNDER COVER- AGES B AND C STATED IN THE DECLARATIONS AS "AGGREGATE" IS THE TOTAL LIMIT OF THE COMPANYtS LIABILITY FOR ALL DAMAGES AND ALL LOSS UNDER COVERAGES 8 AND C COMBINED ARISING OUT OF PHY:'I- CAL INJURY TO, DESTRUCTION OR LOSS OF PROPERTY, INCLUDING THE LOSS OF USE OF ANY PROPERTY DUE TO ' SUCH INJURY OR DESTRUCTION UNDER COVERAGE B. UNDER COVERAGE C, THE LIMIT OF THE COMPANYIS LIABILITY FOR LOSS SHALL NOT EXCEED THE ACTUAL CASH VALUE OF THE PROPERTY, OR IF THE LOSS 14 OF A PART THEREOF THE ACTUAL CASH VALUE OF SUCH PART, AT TIME OF LOSS, NOR WHAT IT WOULD THEN COST TO REPAIR OR REPLACE THE PROPERTY OR SUCH PART THEREOF WITH OTHER OF LIKE KIND AND QUALITY. 5. SEVERALTY OF INTERESTS, COVERAGES A AND B.-THE TERM "THE INSURED" IS USED SEVERALLY AND NOT COLLECTIVELY, BUT THE INCLUSION HEREIN OF MORE THAN ONE INSURED SHALL NOT OPERATE TO INCREASE THE LIMITS OF THE COMPANYIS LIABILITY. 6. NOTICE.-IN THE EVENT OF AN OCCURRENCE OR LOSS, WRITTEN NOTICE CONTAINING PARTICULARS SUFFICIENT TO INDENTIFY THE INSURED AND ALSO REASONABLY OBTAINABLE INFORMATION WITH RESPECT TO THE TIME, PLACE AND CIRCUMSTANCES THEREOF, AND THE NAMES AND ADDRESSES OF THE INJURED AND OF AVAILABLE WITNESSES, SHALL BE GIVEN BY OR FOR THE !NSURED - 7 - HU 8150- 1 ( 7 OF 11 ) FORM AASHO (MODIFIED) * ti CONDITIONS (THE CONDITIONS EXCEPT CONDITIONS 3, 4, s, ,7, 8, 9, f0, fi AND 12, APPLY TO ALL COVEf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bILITY STATED IN THE DECLARATIONS AS APPLICABLE TO "EACH PERSON" IS THE LIMIT OF THE COMPANYtS LIABILITY FOR ALL DAMAGES, INCLUDING DAMAGES FOR CARE AND LOSS OF SERVICES, ARISING OUT OF BODILY INJURY SUSTAINED BY ONE PERSON AS THE RESULT OF ANY ONE OCCURRENCE; THE LIMIT OF SUCH - 6 - HU 815Q-I 6 OF 11 ) FORM AASHO (MODIFIED) I (4) ALL REASONABLE EXPENSES, OTHER THAN LOSS OF EARNINGS, INCURRED BY THE INSURED AT THE COMPANY 'S REQUEST. IV. POLICY PERIOD, TERRITORY. THIS POLICY APPLIES ONLY TO OCCURRENCES AND LOSSES DURING THE POLICY PERIOD AND WITHIN THE UNITED STATES OF AMERICA, ITS TF,RRITORIES OR POSSESSIONS, OR CANADA. EXCLUSIONS THIS POLICY DOES NOT APPLY: (A) TO LIABILITY ASSUMED BY THE INSURED UNDEP ANY CONTRACT OR AGREEMENT EXCEPT A CONTRACT 05 DE- FINED HEREIN; (B) TO BODILY INJURY OR PROPERTY DAMAGE CAUS%f' IN- TENTIONALLY BY OR AT THE DIRECTION OF THE NSURED; (C) TO BODILY INJURY, PROPERTY DAMAGE OR LOSS 'WHICH OCCURS AFTER NOTIFICATION TO THE NAMED INSURED OF THE ACCEPTANCE OF THE WORK BY THE GOVERNMENTAL AUTHORITY, OTHER THAN BODILY INJURY, PROPERTY DAMAGE OR LOSS RESULTING FROM THE EXISTENCE OR REMOVAL OF TOOLS, UNINSTALLED EQUIPMENT AND ABAN')ONED OR UNUSED MATERIALS; (0) UNUEl? COVERAGES PROPERTY DAMAGE ORIL6SS,A THE ND LSOLE PFOXIMATEILY JURY, CAUSE OF WHICH IS AN ACT OR OMISSION OF ANY IN- SURED OTHER THAN ACTS OR OMISSIONS OF ANY DESIG- NATED EMPLOYEE OF ANY INSURED; (E) UNDER COVERAGE A, TO ANY OBLIGATION FOR WHICH THE INSURED OR ANY CARRIER AS HIS INSURER MAY BE HELD LIABLE UNDER ANY WORKMENIS COMPENSATION, UN- EMPLOYMENT COMPENSATION OR DISABILITY BENEFITS LAW, OR UNDER ANY SIMILAR LAW; PROVIDED THAT THE FEDERAL EMPLOY�RSI LIABILITY ACT., U.S. CODE ( 1946), TITLE 50 SECTIONS 51-6D, AS AMENDED, SHALL FOR THE PURPOSES OF THIS INSURANCE BE DEEMED NOT TO BE ANY SIMILAR LAW; (F) UNDER COVERAGE B, TO INJURY TO OR DESTRUCTION OF PROPERTY OWNED BY THE NAMED INSURED 09 LEASED OR ENTRUSTED TO THE NAMEO INSURED UNDER A LEASE OR TRUST AGREEMENT. - 5 - HU 81= -I (M OF 11 ) FORM iASHO ( �DIIFIEO) 1 ' T�'•(� u(' .f,n et� 1. (D) CONTRACT.-THE WORD %C=JTRACT" MEANS ANY CONTRACT OR AGREEMENT 7 CARRY A PERSON OR PROPERTY FOR A CONSICERATION OR ANY LEASE, TRUST OR INTERCHANGE CONTRACT OR AGREEMENT RESPECTING MOTIVE POWLR, ROL- LIAG STOCK OR MECHANICAL CONSTRUCTIUN EQUIPMENT. III . DEFENSE, SETTLEMENT, SUPPLEMENTARY PAYMENTS. J WITH RESPECT TO SUCH INSURANCE AS IS AFFORDED BY THIS POLICY UNDER COVLRAGES A AND B, THE COMPANY SF''LI_: (A) DEFEND ANY SUIT AGAINST THE INSURED ALLEGING SUCH BODILY INJURY OR PROPERTY DAMAGE AND SEEKING DAMAGES WHICH ARE PAYABLE UNDER THE TERMS OF THIS POLICY, EVEN IF ANY OF THE ALLEGATIONS OF THE SUIT ARE GROUNDLESS, FALSE OR FRAUDULENT; BUT THE COMPANY MAY MAKE SUCH INVESTIGATION AND SETTLEMENT OF ANY CLAIM OR SUIT AS IT DEEMS EXPEDIENT; { (B) PAY, IN ADDITION TO THE APPLICABLE LIMITS OF LIABILITY: ( I ,' ALL EXPENSES INCURRED BY THE COMPANY, ALL COSTS TAXED AGAINST THE INSURED IN ANY SUCH 5U1T AND ALL INTEREST ON THE ENTIRE AMOUNT OF ANY JUDGMENT THEREIN WHICH ACCRUES AFTER ENTRY OF THE JUDG- `+ENT AND BEFORE THE COMPANY HAS PAID (At TENDERED OR DEPOSITED IN COURT THAT PART OF THE JUDGMENT WHICH DOtS NOT EX- CEED THE LIMIT OF THE COMPANY'S LIA- BILITY THEREON; (2) PREMIUMS ON APPEAL BONDS REQUIRED IN ANY SUCH SUIT, PREMIUMS ON BONDS TO RELEASE ATTACHMENTS FOR AN AMOUNT JOT IN EXCESS OF THE APPLICAB' ' ' IMIT OF LIABILITY OF THIS POLICY, WITHOUT OBLIGATION TO APPLY FOR OR ,,RNISH ANY SUCH BONDS; (3) EXPENSES INCURRED BY THE INSURED FOR SUCH IMMEDIATE MEDICAL AND SURGICAL RELIEF TO OTHERS AS SHALL BE IMPERA- TIVE AT THE TIME OF THE OCCURRENCE; - u - HU 61 C:0- 1 4 OF 1 1 ) FORM AASHO �MODIFIFUI 1 ► Fisheries and Game Hydraulics Project Approval = R DEPARTMENT OF GAME DEPARTMENT OF FISHERIES 600 North Capitol Way General Admin. Building Olympia, Washington 08501 March 5e..1971_...... Olympia, Washington 08501 ,a.date for eorr[.pond.nc. ent.r.nee, E Yatermain CrossiaB Unnamed Tributary-Mill Cr.-Black R.-P ,umUlit A. i Typ.of P.JWJ condense.ayM.a) This approval is given to City.of Renton, City Municipal Building, Renton, 31n..._90033 _. to perform the requested project work which is covered by the Lew of the State of Washington, Section 75.20.100 of Chapter 75.20. The work may be conducted subject to the following provisions 'a 1. LOCATION: Work performance is limited to the noted area, DWt., Rec.36, T2311,_146, W.M.__ Ring County ._ ._� ----._. ........._. _ 2. TIME LIWrrATION. April 1, 1971 to August 1. 1971 i C 3. ENCLOSED CARD IS TO BE FILLED OUT AND RETURNED AT LEAST 7 DAYS BEFORE ACTUAL STARTING PATE. 4. SPECIAL PROVISIONS: ._._...- ....... _._____-_..._._._.—.._ ._..___.. A a. Conduit alignment within the high hater fiva channel ehe11_b!_xiRhia_15.__�._. degrees of perpendicular to the stream aliCnment It. Conduit shall be installed at sufficient depth and in such a manner ae to f R _ av0ld subsequent disturbance to the strewn bed, C. Trench excavation operation is to be isol.aced from the flowinR,atNan_bLth� E Ims:allation of sleet piling or similar mechanism. _�._...._..... ...._.._.�_._,.__.—___.. d.—Equipment may operate in the water in the area isolated from the flowing stream by the installation of sheet pilint or similar mechanism. F a. Trench shall be backfilled with clean, well-rounded, uniformly-graded, Sramular — istelal, ranging in size from } to 4 inches. ! le Upon completion of the project, stream banks shall be reatcred to their origins —ronflguratlon and suitably protected to prevent erosion .. ... __ L5. Water quality is not to be silted or degraded to the detriment of fish life during these operations. C 6. Under no circumstance is there to be created a block to stream flow or fish passage. 7. Debris from this project is to be rrn-.oved and disposed of by burning or placing beyond high water flows. This approval is to be available on the job site at all times and Y -T the provisions closely followed by the operator conducting the work. CftJR:tjc Th. enmmt of Iuherlee .nd to o p rt nt of r. .erve h. right to make further re.uhru.n, It daeneeds nmeeMry fYr ppeeop e the yroNetlon of %A IW Thu .Irprovul [r tad n the i t a of �Yurle.PeMw'bat only, and these departments csn,we M held WON fYl Y prYwee Md.�4. -high Injot cur .e a rnWt of this prolM.t �-r -a. ' _ _ Director �ui • �y��c�ovrt.0 , Director rrAaafaaT»n na►ARTY[Nr 01 GANL WAOa bW ON nff•AR'/ME 0I nsnzalg$ Failure to comply with the provisions of this approval ..r.s•.rw-os-a-s[. shall ronshtute a gross misdemeanor. 1 1 1 } SPECIA.L TECHNICAL PROVISIONS (CONT.) TS-12 MEASUREMENT AND PAYMENT (CONT.) 10. MC Cold Mix Asphalt MC Cold Mix Asphalt shall be measured and paid for at the applicable contras- price, per ton, payment of which shall constitute full compensation for furnishing and Installing the material in place complete. 11. Crushed Rock Surfacing Material e Crushed rock surfacing material shall be measured and paid for at the applicable )ntract price, per ton, payment of which shall constitute full compensation for furnishing and insta;ling the material in place complete. 12. Resurfacing of Asphaltic Concrete and Cement Concrete Asphaltic concrete and cement concrete patching shall be measured and paid for at the applicable contract price, per square yard, payment of which shall constitute full compensation for the resurfacing complete, including subgrade preparation, preparation of and connection '4o existing pavements, base course, tack coat, finishing, and ail necessary incidental work. TS-Page 14 a� � ti SPECIAL TECHNICAL PROVISIONS (CONT.) TS-12 MEASUREMENT AND PAYMENT (CONT.) Also included in price per linear foot for the furnishing and installing of casing pipe should be any costs such as: special railroad insurance requirements, possible railroad inspection and flagging costs. (See Special Provisions SP-05, SP-06, SP-07). 4. Gate Valves 12" gate valve assemblies shall be measured and paid for at the appiicable unit price per each, in place, complete, which shall constitute full compensation for valve, bypass valve, conc. vau't, and cone. valve marker and 8" gate valve assemblies, valve, valve box with extensions if necessary, and conc. valve marker; and ail other necessary accessories for a complete installation. 5. Fire Hyd, :lt Fire hydrant. assemblies shall be measured and paid for at the applicable unit price 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 other necessary accessories for a complete installation. 6. Fire Hydrant Guard Posts Fire hydrant guard posts shall be measured and paid for at the applicable unit price par each, in place complete, which shall constitute fill compensation for a complete installation. 7. Fittings Fittings shall be measured and paid for at the applicable unit price oar each, in place complete, which shall constitute full compensation for fitting, shackling where necessary, installation of block, and all other necessary accessories for a complete installation. 8. Concrete Blocking Concrete blocking shall be measured and paid for at the applicable contract price, per cubic yard, payment of which shall constitute full compensation for furnishing the material in place, complete. 9. Select Trench Backfill Select backfill shall be measured and paid for at the applicable contract price, per ton, payment of which shall constitute full compensation for furnishing and installing the material , in place, complete. TS-Page 13 SPECIAL TECHNICAL PROVISIONS (CONT.) TS-10 DISINFECTION Disinfection of the new water system shall be required prior to completion of the project and shall be in accordance with AWWA specification C601-54 and Section 74 of the A.P.W.A. Standard Specifications and shall meet the acceptance of the State of Washington Department of Health. The initial concentration of chlorine in the line shall be 5C parts per million and this solution shall be held for a period of 24 hours. Disinfection of the entire water system installed or disturbed under this contract, including pipe, pipe fittings, valves and appurtenances, is required a to conform with the specification stated herein. TS-11 CLEANUP During the time that the work is in progress, the contractor shall make evpry effort to maintain the site in a neat and orderly condition. All refuse, broker. pipe, excess excavated material , broken pavement, etc. , shall be removed as soon as practicable. Should the wo.•k not be main- tained in a satisfactory condition, the engineer may cause the work to stop until the "clear.-up" portion of the work has been done to the satisfaction of the owner and/or engineer. TS-12 MEASUREMENT AND PAYMENT 1. General Unit or lump sum tid prices fnr all items shall include all costs for labor, equipment, material , testing, relocation and modifications to existing utilities, and all incidentals necessary to make the installa- tion complete and operable. 2. Water Pipe The price per linear foot for furnishing and installing of water pipe, size and quantity listed in the bid schedule <hail constitute full copensation for the water line, in place, fete, including: aqueous crossing, clearing, grubbing, stripping, all ,avement removal, excavation, trenching, backfill, foundation preparation, compaction, pipe, pipe laying and ,jointing; pipe blocking and bracing, sheeting, shoring, and dwatering, all surface restoration excluding crushed rock resurfacing, concrete and asphaltic concrete resurfacing; fittings; removal of existing piping; connections to existing piping. 3. Casing Pipe The price per *linear foot for furnishing and installing of casing pipe, size and quantity listed in the bid schedule, shall constitute full compensation for the casing pipe, in place, complete, including: boring pit preparation; clearing; grubbing; stripping; all pavement removal ; excavation; trenching; backfill ; foundation preparation; compaction; pipe, pipe boring and ,jointing; pipe blocking, bracing and capping; sheeting, shoring, and dewatering; and all Incidental work necessary. TS-Page 12 +► k SPECIAL TECHNICAL PROV1SIOh5_ CONTJ TS;08 RESTORATION OF SURFACES LCONT.) Water shall be added during rolling operations as necessary to secure required compaction. The crushed rock may be spread in one lajer and shall be adequately bladed and mixed to obtain even distribution of the rock. Alternate • blading and rolling shall continue until the required finish surface and • density is obtained. The crushed rock shall be compacted to at least 100 percent maximum dry density at optimum moisture content. Water shall be added as necessary during blading and rolling operations to obtain the required compaction. 9 Temporary MC Cold Mix Asskhalt Cold premixed asphaltic concrete shall be required in some areas for temporary patching o-, this project, where deemed necessary by the Engineer. TS-09 TESTING a. General Hydrostatic pressure and leakage tests on the new pipeline shall be made in accordance with applicable provisions of AWWA C600-54T or C603-64T and Section 74 of the .C.P.W.A. Standard .pecificat,ons, except as modi- fied herein . All equipment necessary to make the tests shall be furnished by the con- tractor, and the contractor Shall conduct all tests under the supervision of the engineer. b. Pressure Test Prior to acceptance of the system, the installation shall be subjected to a hydrostatic pressure test of 250 psi , and any leaks or imperfections developing under said pressure shall be remedied by the contractor before final acceptance of the system. The contractor shall provide al] 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 ex- posed for inspection. c. Leakasle Tests Leakage tests shall be made after the pressure test has been satisfactorily completed on the new pipeline or concurrently with the pressure tes :. The hydrostatic pressure for the eakage test shall he equal to 100 p.s i . -S-Page i1 „ 1 � r SPECIAL TECHNICAL PROVISION; CONT J_ d. Maximum Patching Width The maximum patching width in trench area will be 5 feet. Any patciing done beyond this limit will be done at the Contractor's expense. e. Asphaltic Concrete Surfacing The finished patch shall provide a minimum thickness of 2 inches of asphaltic concrete over 4 inches of crushed rock h .e course. • before placement of the asphalti:. concrete patch, the base course material shall be shaped to the same section and slope as the finished grade and compacted tj 100 percent maximum dry density at optimum roisture content as determined by Stnadard Proctor compaction test, ASTM Designation D698, Method D. 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 surfacing. The asphaltic concrete shall be rolled and cross-rolled to obta^n thorough compaction. Base course material shall meet the requirements set forth herein for crushed rock surfacing. Asphaltic concrete shall be hot plant-mix, conf Ming to Section 34, A.P.W.A. Standard .Specifications, Class B. Aspnalt cement shall have a penetration of 85 - 100 and shall meet the requirements set forth in applicable provisions of Section 27, A.P.w.A. Standard Specifications. f. Crushed Rock Surfacing Existing shoulders, and existing gravel surfaces shall be resurfaced with crushed rock so that a minimum finished thickness of 4 inches is obtained. The finished surface shall match the slope, crown and grade of the existing surface. Materials and placin shall be in accordance with the applicable pro- visions of Section 21, A.P.W.A. Standard Specifications except as modified herein. Ballast and maintenance rock will not be required. Crushed rock surfacing shall in all respects meet the requirements met forth in Section 23-2.01, A.P.W.A. Standard Specifications, except the crushed material shall meet the following gradation: U.S. Standard Sieve Size % by Wt. Passing 1 1/2" square opening 100% 1 square opening 70-95% 1/4" square opening 35-70% y200 10% max. '.S-Page 10 CAPE IAL TECHNICAL MVISIONS COAT. h. Aqueous Crossin Installation of the water main crossing of the drainage channel shall conform to the specifications of the fisheries and Game Department as bound in this document. I . Casino of Watermain Under Railroad Tracks Installation and material for the casing pipe for the watermaln in the railroad right-of-ways shall confcm to the specifications as called out in the crossing permits which are bound in this document. a e J. Concrete Blocking ■ General concrete thrust blocking shall be in accordance with Provision a2.14 of Secticn 74, A.P.N.A. Standard Specificatl3ns. Tne City of Rentor Standard Detail for genera: blocking is bound in these specifi- cations. i TS-06 RESTORATION Of SURFACES a. General Roads, streets, driveways, shoulders and all other surfaced areas, " removed, broken, caved, settled or otherwise damaged due to installation of the improvements covared by this contract shall be repaired and resur- faced to match the existing pavement or landscaped area as set forth in these specifications. The encs and edges of the patched and rev .faced areas shall meet and match the existing surface and grade, ono shall terminate in cat, even lines parallel to. and at right angles to the roadway. No piece- meal patching or repair will be allowed. Damaged, disturbed or otherwise affected areas as defined sha'l have edges of existing pavement trimmed back to provide clean, solid vertical faces, free from loose material. b. Areas to to Resurfaced (1) Existin as haltic concrete surfaces shall be patched with asphaltic concre over a crushes rocT—base course. (2) ExistiS_shoulders and existin ravel surfaces shall be repaired with crusha rocT wrf_8C ng. (3) Ex;stiny29rtland cement_concrete surfaces shall be repaired with port land nd c otent ccnccrete tc rnat—�thc existirq. c. Private Driveways Private driveways, walks, and othcr surfaced areas shall be repaired, patched and resurfaced as recuircL for the type of surfacing encounterea. rS-Page 9 � k SPECIAL TECHNICAL PRC'/ISIONc (CONT.) TS-07 PIPE INSTALLATION CCN7., e. Connections to Existirg Fipe and Structures Connections to existing piping are indicated or, the drawings. The con- tractor must verify all existing piping, dimensions aro elevations to assure proper fit. The contractor must also provide any adapters, ripples or other specials requirec to make a satisfactory connection. The City of Renton Utilities Departmert shall make connection to existing mains at contractor's a expense. The contractor, shall be responsible for the protection of all existing piping and appurtenances during construction, ano shall take care not to damage them or tte'.r protective 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 of the A.P.iC.A. Standard Specificatons except as modified herein. 6" and 6" Gate Valves shall include an 8" x 24" rast iron gate valve box and extersions if requ',red by the City Engineer. The 12" gate valve assembly shall include: 12" Cate Wye (fkl x MJ), 2" Bypass Valve Assembly, and a precast concrete vault. The City cf Renton Standard Detail for " Frecast 12" Gate Valve Charter" and 2" bypass assembly are bound in these specifications. Valve chambers shall be in accordance with Section 76 of the A.P.W.A. Stenuard Specifications except as modified by details bound in these specifications. All valves shall have concrete valve markers with distances clearly marked as required by the Engineer . g. Fire H�drart Assemtlies Fire Hydrant Assembly installation shall be in accordance with Section I of the A.P.W.A. Standard Specifications. The Fire Hydrant Assembly shall include: 12" x E" C.I. Tee (MJ x FL). 6" Gate Valve (FL x Kii, 6" L.I. Spool (PE x PE), $" M,VO Fire Hydrant (MJ Connection). 8" x 24" C.I . Gate Valve oox, and 3/4" Shackle Rod with accessories, and hydrant extersior where called for by Engineer. Fire hydrant guard post shall be installed where deemed necessary by the City Engineer, and/or shown or the construction plars. The City of Renton Standard Detail for hydrant assembly and hydrant guard posts is bound in these specifications. TS-Page 6 � ty NOW SPECIAL TECHNICAL PBOVISICNS (CONT.) TS-07 PIPE INSTALLATION a. General Pipe irstailaticn shall oe 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 cr bedding material so that the bcttorr. quadrant is uriformly supported throughout its entire ie length, as specified in Section TPENCN EaCA.VATIGN, BEDDING AND BACKFILL. The average depth of cover for the water main shall be 4 V feet, and the trench width shall be rc greater thar 36" except at valve chamber locations when; pipe will have 4'6" cover. b. Lajing and Jointing Ductile iron pipe and accessories shall be handled in such a manner as to assure delivery to the trench it sound undamaged condition. Particular care shall be taken net tc ir.JurE the pipe lining and coating. Cutting of pipe shall be Gore in a nest, workmanlike manner with an apprcved type mechanical cutter without carnage to the pipe. Jointing shalt be accomplished in accordance with manufacturer's recom- mendations. c. Bends and Curves Deflection from straight line and grade, as required by vertical curves, horizontal curves and offsets shall not exceed the maximum deflection per Joint as recommended by the pipe manufacturer. If the alignment re- quires deflection in excess of the maximum recommended, special bends or a sufficient number of shorter lengths of pipe shall be used to provide angular deflections within the limits set forth. d. Special Anchorage All free ends, bends, tees, laterals and any change in direction of piping shall be adequately braced ano ticcked to prevent movement from thrust by use of concrete thrust blocks, tie rods and Joint harnesses. Concrete thrust blocks must be poured against undisturbed ground. Thrust blocks shall be provided at all changes in t4irection of piping. In addition, all .joints at bends or changes it direction, to a point at least three ,joints beyono the tangent point on either side of the bend, shall be proviCed with a positive locking oevice to prevent separation of the Joint under full test pressure. The locking may be accomplished by use of tie rods and Joint harness, subject to the prior approval cf the engineer. After the pipe has been .joined, aligned and permanently bedded, the Joints shall be drawn up to assure permanent water-tightness, but not so tight as to prevent flexibility to allow for some novement caused by vibrations, expansion and contraction. TS-Page 7 1 1 k SPECIAL TECYNICAL PROVISIONS (CONT.1 TS-06 PIPING MATERIALS, VALVES, AND FITTINGS c. Gate Vslves Gate valves shall be cast iron body, non-rising stem, full bronze mounted with double disc gates. All valves shall be designed for a minimum water operating pressure of two hundred (200) pounds per square inch and shall conform tc AWWA Specification C-500-61 and any subsequent modification thereof. Each valve shall be "0" ring type, provided with a standard square operating nut, and shall open by turning counter clockwise (left) . The valves shall be IGWA List 14, or Mueiler A-2380. d. Fire Hydrants Fire hydrants shall be Corey Type conforming t^ AWWA C-502-64 with a 6" inlet and a minimum M.V.O. of 5", Two 2-i/2 hose nozzles with National Standard 7-1/2 threads per inch and one 4" pumper nozzle with the new Seattle Pattern 6 threads per inch, 1-1/4" pentagon operating nut and opening by turning counter clockwise (left). Hydrants shall be constructed with mechanical joint connections unless otherwise specified in bid proposal description. Fire hydrants shall be of Traffic Type and provision shall be made for drainage of barrel to protect units from freezing. Fire hydrants shall be such length as to be suitable *or installation with connections to piping in trenches 4'6" deep unless otherwise specified. Fire hydrants shall be INA or approved equal. Approval must be obtained prior to bid opening. e. )ipe Fittings Cast irotr pipe fittings 4" thru 12" shall be Class 250, as per ASA Specification A21.10-1964 (AWWA C110-64) . Joints for fittings shall be Mechanical Joint as per ASA Specification A21.11-1964 (AWWA C111-64). The above shall hold true unless called out otherwise cr the pldns or in the Sid Proposal. f. Steel C sing Pige. The ;tee1 casing pipe shall conforq to the railroad specifications, as bound in this document. TS-Page 6 { ti Y SPECIAL rEL :NiCAL PROVISIONS CONT. TS-05 TRENCH EXCAVATION, BEDDING AND BACKFILL (Cole The horizontal limits for measuring select trerct, backfill in place shalt " be the side of the excavation except no payment will be made for material replaced —tside of vertical planes, 1.5 feet outside of and parallel to the barrel of the pipe and not the bell or collar. a Any excavation in excess of the above requirements shall be replaced e with the native material or select trench backfill , as directed by the Engine3r and at the Contractor's expense. The price per tun shall be full compensation of selecting thai source, furnishing and placing the material as outlined in Section 26-2.01 of the Standard Specifications. TS-OS PIPING MATERIALS, VALVESL AND FITTINGS a. General All pipe sizes as shown on the driswings, and as specified herein, are in reference to "nominal" diameter, unless otherwise indicated. One type of pipe as indicated below will be considered for this project. All pipe shall be fabricated to fit the plan and profile shown on the draw- ings. Pro type of pipe shall be ured throughout the entire project except as necessary to match existing piping. Where relocation of or replace- went of existing piping is necessary during construction materials used shall match the existing, subject to the approval of the engineer. All pipe, valves, fittings and specials shall be for a minima water work- ing pressure of 150 psi, and shall conform to the requirements of the applicable sections of the A.P.'A.A. Standard Specifications, as modified herein. b. Ductile Iron Pipe Ductile Iron Pipe shad conform to ASA Specification A21 .51-i966 (AWWA Ci51-65) Grade 60-42-10. Ductile Iron Pipe shall be cement lined and sealed in accordance with ASA Specification A21.4-1964 (AWWA C104.64), 4" thru 12" pipe shall be 1116" cement liner, and 14" thru 24" pipe shall be 3/32" cement lined. The pipe joints shall conform to ASA Srecification A21.11-1964 (AWWA C111-4). Pipe joints shad be rubber gasketed Push-On and/or Mechanical as required by the bid proposal description. Pipe thickness class shall be as required by the tid proposal description. TS-Pace 5 1 1 .,_.U11 . v� SPECIAL TECHNICAL PROVISIONS (CONT.)_ n TS-05 TRENCH EXCAVATION, BEDDING AND BACKFILL (CONT.) (2) Initial Backfill extending to a plane at least 12 Inches along the crown o e D pe s all be hand-placed, selected excavated material free from stones, hard lumps or other material harmful to the pipe. Initial backfrli 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, is determined by Standard Proctor Compaction Test, ASTM Designation D698-58T, Method D. (3) SubsegaenI Backfill shall h ! the remainder of the trench baekfiil, above the Tt%1 backfill, and shall be carried to elevations such as to receive the proper depth of surfacing materials, as applicable. im ro_ved IN All subsequent backfill under street and shoulder areas s�iaT Tie paced in lifts not exceeding B inches in loose depth, and each lift compacted to at least 95 percent of maximaar dry density at optimum moisture content as deteremned by ASTM Designation 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. Unim roved Ares shall be all areas in the natural state or otherwise u ^ve op w ere slight subsequent settlement of the back- fill can be tolerated, and shall include wooded and turfed areas, pasture land, and all other areas in a worded or undeveloped state not adjacent to existing structures. Wherever the pipe line passes through unimproved areas, the subsequent backfill shall be deposited in lifts of approximately 12 inches loose depth, and each lift shall be compacted by a Method acceptable to the engineer to a density such as to minimize subsequent settlement. Where subsequent settlement is anticipated, the backfill may be mounded over to compensate for the settlement. Trenches over which excessive settlement does occur shall be regraded and restored to meet natural grade. (4) !&w1_t: No separate or ext a payment of any kind will be mod* for eOmpaci:on, wetting, drying, water, or processing of materials, but shall be included i the applicable unit price paid for the water- line in place, complete. e. Select Trench Backfill Select trench backfill for the pipe shall consist of crushed or natura11.4 occurring granular material from sources selected by the Contractor. The source 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 im Section 26-2.01 of the Standard Specifics- tions. TS-Page 4 a a �k , s p �d SPECIAL TECHNICAL PROVISIONSACONT. TS;05 _TRENCH EXCAVATION, BEDDING AND BACKFII._ �CONT. line and appurtenances shall be in accordance with the applicable provi- sions of Section 73. A.P.W.A. Standard Specifications, except as modified herein. tl b. Excavation a a The contractor shall inform and satitf) himself as to the character, quantity and distribution of all material to be excavated. No payment shall be made for any excavated material which is used for purposes other than those designated. Should the contractor excavate below the designated dines and grades without prior approval , he shall replace such excavation with approved materials, in an approveu manner aid condition, at his own expense. The engineer shall have complete :ontro' over the excavating, moving, placing, and disposition of a,l material , and shall determine the suitability of material to be used es backfill . All unsuitable material shall be wasted as specifi d. Excavation of every description, :lassif+cation and of whatever substances 1 encountered within the limits of the project shall be performed 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 require- ments for backfill and all excess materials shall be wasted as specified. No separate nor extra payment of any kind will 5e made for storing, handling, hauling or manipulation of excavated materials. c. Foundation Preparation ano Bedding Foundati;nn preparation shall be in accordance with the applicable provisions of Section 73, A.P.W.A. Standard Specifications, except that the bottom of the trench must be shaped to uniformly support the bottom quad- rant of the pipe throughout its entire length. In case unstable or unsuitable existing material is encountered at the trench bottom, the engineer may direct the use of borrow bedding material in accordance with Section 73-2.05 of the A.P.W.A. Standard Specifications. Wet trench conditions ,.irl not be considered as unstable conditions. Bedding materiel shall be as required for Bank Run Gravel Borrow. d. 'reach Backfill and Compaction (1) General : Excavated materials ;hat are 'ree from mud, muck, organic maw, broken bituminous surfacing, stones larger 6hon 8 inches in dimension, and other debris, shall be sed for backfill axcept where otherwise required. TS-Page 3 I aW r y ro- .t S SCHEDULE OF PRICES (CONT. ) „ La APPROXIMATE :TEM QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE 20. 300 50 YDS Farnish b Install Asphalt PaveawAf Restorat n j s j�:es� P�ouare Yard Mors � (Mures) i Subtotal -y0 5% Sales Tax $ 9 wr. TOTAL s 5i S� THE UNDERSIGNEL BIDDER HEREBY AGREES TO START CONSTRUCTION WOPK ON THIS PROJECT, IF a- AWARDED HIM, WIL'IN TEN (10) DAYS AND TO COMPLETE THE WORK WITHIN SIXTY (60) CONSECUTIVE CALENDN^ DAYS AFTER STARTING CONSTRUCTION. I Pr1 u, DATE: THIS l`r DAY OF 1971 , k SIGNED: TITLE: ADDRESS: ot lwwk Fl- ram`" r 'aY run+ tiR.e �' rcu ° � '�`�1 Ar��� �;`y`�`✓, ��it '-�� giag JIM SCHEDULE OF PRICES (CONT.) APPROXIMATE ITEM UANTITY DESCRIPTION UNIT PRICE TOT PRICE 10. 4 EA Furnish & Install 12" C. I. Tees (All M11) f!EadhyWo�"ILL �/ $ Per c or (Figures) 11. 9 EA Furnish & Irstal1 12" x b' C.I Te s 'MJ L 1.?/S ate sea } $ i� .aN f CSC . Per Each 12. 5 EA Furnish & Install 12" C.I. Slugs qr Ca05 + �Z o Per Each 13. 9 EA Furnish & Install 8" C. I. Blind F n s f �'- f f.s0 f Pe"&Ln 14. 1 EA Furnish & Install 12" C.I. C 'C Solid a Per C 15. 5 Cu YOS Furn s C ncrete lack yj o. as f f 3c oC f Per Cubic Yard 16. 350 TONS Furnish & Install Select Sre h Ba 'l1 Per Ton 17. 25 TONS Furnish & Install MC Cold Mix alt As f .✓ Q�wr� . S �p . aO f a7�ci . 00 Pe on 18. 420 TONS Furnish & Install Crushed Rock Surfacing Mat al Per n 19. 10 S( YDS Furnish & Install Concrete Paveme o%a 42o J S P� are Yard a ------------ SCHEDULE OF PRICES LID-269 (W-343) APPROXIMATE DESCRIPTION UNIT PRICE TOTAL PRICE ITEM JANTITY 1 . 5600 LF Furnish 6 Install 12" Ductile Iron, Class II (T.J.) Water Pipe Peer or s 2. 360 LF Furnish A Install 12" Ductile Iron, Class III (M.J.) Water v Sir4s.L'L` >' -to s 2 975. o Pew 3. 125 LF 3%8" Thick. Steel Casing pip* (2 Bores Per 4 8 EA Furnish 6 Install 120 Gate Valve (W x MJ) Asse*lits, inclu In oncr to {au�t s �pL, o o f q��0 $ Per c S. 9 EA Furnish a Install S. Bete Val e ( x ) e lia . 9 S /(c0•oU /o 'oD >j Per ac 6 9 EA Furnish i Ins tell Fire Hydr nt Ass Iles S 7�• Pir ac ), 19 EA Furnish I install Fire Hydra a Guard Post* f p c 11 EA Furnish 6 Install 1Z ' C.I. 22�2" Bends (MJ x MJ) p,`C' SIrO. iU s. Per Each 9. 1 EA Furnish 6 Install 12" C.I. 460 S nd$ Pir Lec - r 41 1 y t� PROPOSAL To THE CITY OF RENTON RENTON, WASHINGTON Gentlemen: The undersigned hereby certif . that {_ has a amined the site of the proposed work a.id ha L.1� re anJthoroug y un�—ers—tand he plots; specifications and contract governiug the work embraced in this improvement, and the a 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 such thereof es 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, a=otal amount of bid should be shown. Show unit prices both in writing and i� figures.) Signature( Address r C1lL4' Names of Mmmhmes of a.+"SMANWNW ip: t Name of President of Corporation Name of Secretary of Corporation_ Corporation Organized under the laws of With Nain Office in State of Washington at_ I � 2" MIN SHALL INCLUDE I -L FINISHED GRADE HYDRANT EXTENS__ WHEN NEEDED s OLYMPIC FNDRY. -OR EQUAL C.I \ALVE BOX 6" C.I SPOOL —6" GATE VALVE(FL• MJ) 3/4"SHACKLE RODS .::N CONC. CONC .. �.�. .;:.. . BLOCKING- , .,._p - — *;� BLOCKING • T ' 1/2"WASHED GRAVEL �X•6* TEE FL) •�.`: u 16" 4" CONC BLOCKING HYDRANT .:. HYDRANT GUARD POSTS SHALL BE STATE OF WASHINGTON DEPT. OF HIGHWAYS DESIGN OF CIRCULAR 2' 4 2' 2 PRECAST CONCRETF GUARD RAIL �— POSTS. 0-GUARD POST (TYP) 0 STANDARD DETAIL FOR HYDRANT ASSEMBLY 8 HYD GUARD POSTS iI r 2" BYPASS ASSEMBLY DETAIL 2'6ole ✓a/ve /2" ram Yo/v 2'Oresrei Conp/inq 0 MATERIAL LIST ----- 5- 2" Nipples //PS) --- 2- 2" so E/(r //PS) / 2" bole lrobr(C/ /2"Operabnq nut) / 2" Dresser Coup/i;7q PLAN VIEW INSTALLATION Dry lap when possible, waler main 95° I ELEVATION VIEW � 4 OLYMPIC FNDRY CASTING • 5822 WITH TYPE D—� LID OR EQUAL CONC. RINGS BLOCK OR BRICKS (TYP.) MOTAR(T YP) o r , I• 6' F to � � 1 +;+ N f I /4r E)CPYWSIDN TvI a JOINT MATERIAL. o STANDARD (DETAIL FOR CONCRETE VALVE CHAMBER FOR 12m GATE VALVE ♦ ti Thrust of 01"Inps In Pevnds at 100 pounds Per SquPro in:h of Watcr pressure f'e eft e 45 R f'—Iw 1220 1720 231 474 ISO 1330 low 1020 bit 200 1610 tat 2270 __ 1230 4"-100 is40 _ — :750 14w 759 iw JIM 26611 15W Too 3N "so 3330 Iwo sit r—IN 3930 3420 7930 ISO& lw 4100 am 3140 1600 700 rw E 3630 Is50 r—Iw 67t0 wl0 W40 2670 ISO 9980 Ion $340 2720 no 7910 11200 _ 6430 31M IF— 50---9620 139N 7510 u3o 0„ IN 10300 146N logo 4020 � . - - Iw 113W 159N 8620 NN — 2w 12300_1'400 9450 4810 IT•— 10 00 195 O i0600 tea 100 14W0 20bW 11200 5700 Rfd.'+- �• i¢i4C i ISO 17200 1$ 2 24400 132N 20 200 1$900 _1N00 12200 0 14"— w 166N 263W 143N 7270 Iw Is9W 28000 15200 7740 ISO 21600 30600 16500 8440 7w 233W23N 32903 I1i00 ww 16'— so 340N 3J9N IB4N 00370 wo 100257w 36300 19700 100w !w 27800 35400 21300 1B9N ZN 33100 42600 23.:0 __ 11100 100 32300 45500 200 1300 Iw 0W 35 541W 26000 12700 ydflp 200 7t74o 541N 29393N .4900 w"— w 39700 5i100 3t100 155w g to 430N wlw 32900 ISSN 71 150 47400 670W 323N 16sN- 200 474w 670N 363N _ 105N 34-- a0 $2300 740N 4000 2010 LOU 3W0 0300 435w 222N IN 91700 97300 47200 241w 3N 50200 96400 522N 266W 30__ W t24N :17WO 63600 .— 7f2W • IN 110200 12y000 67Y2 Now tw %tN 37000 40W 31700 6„ 36"-- w 119W0 117N0 070W 100 12700 1790w 990 494N lw MON 1t70N 1160M 6430 200 1530w if t000 1160W f9300 STANDARD DETAIL FOR GENERAL BLOCKING +p t � k i 1 T. At 3•Za• P /I 46id.;....1`: r it - - - __'" ' mow- -}.. _' li...'► i :► _EXHIBIT - X LIM ul�uc+nsfhif j C. M. Sr. P. & P. RR. f T as! rttl' rt n 17 .. a t O igal Cp!v .tr., Tt" rrraaeG Sn 5: 1.F, g}+ O.1'lS" _a.;ry r1Fe to 1, !�a tall. er borlrr COAST OIV1$ION me iaeklnv f.ve t erte:nt 6.3 1.25 t d!t•.` of ewel Y 1 rllwrtnce true sJ! to t-.r or rwaly M 6 R' vtiul optntlorn aMtt not oust lava for eon pit Mpaltt4 U' Metar Um Uaevrcnsal.tt . ner: 12'• 14' fro-tenter lire of r o bt atoerr than .ryt yip! to M avala0 t atY, 6)• the Ciy K llleten st ulti eanerett IallMnaa. M T .LIG r ! t roa . cw..n sua > I{ 'GO' .Ion i �= i �t-:l�._rti IV9 It «EJt No.lO61Y ��I y to T w fill� In air,of termination in my manner herein provided the Lloenses"AL have no claim or redrw of my character agaiest the Railroad by reason of such termination, remo✓el of laid pipe or rarmrstico of the pamisse nor shall such ter ionamn release the from my obligation or liability .f the Lieaosse hereunder with repast to my matter or thing occurrhtg prior to eu.I,ten,uhan.n. 13. The terms and conditions of this agreement shall be binding upon and the benefits thereof shall accrue W the hetn,executors,administrators,successors and manses of the respective Parties herein, but the Licensee ehW not reign the mine or my liable thereunder without the written consent of the Rellroad having been Eras obtained.In the event the RaUnro shall permit my other ni4ned mmpeny or compmaia W use Its mid right of way facilities or premises, each other user or users shall haw the Meat of the provisions inde mnity demnity end rebels from UahWty inuring to the Railroad hareunder,with the a"affects m If ch other user or users were parties hereto. 14. The tests "gallroad" as used in this agreesent is intended to refer to and include ChEcago, Milwaukee, St. Awl and Pacific Railroad Coepany and Ualon yac:fic Railroad Company, but it is understood that the Mliwaukee Coapany or the Union Company, seeing separately shell be entitled to avert or enforce in their can, bo ulf as against the Licensee any right or privilege hereLit reserved W the "Aal.leocl", Lrcempatttve of whether the itilvaube Canpsny or the Union Company Joins therein or not; Provided further. that mither the Milraube Co"my nor the Union Compsoy shell. _ mo as Peters ly assert or enforce any such right or privilege when such action mall interface or conflict with so right or privilege of the MLlwaulus Gmpany or the Union Cmpmy hereunder. Jf�t , IN WITNUS WHEREnK,the parties baeam have tmented this ornament the day and year Ant abose Written. CHICAGO, MILWAG'KEE, ST PAUL AND PACMC RAILROAD COMPANY. Attest: raei Messes. SMOW OSUMMI-WSKIWTCg GILgdU h NWICATICM s C IMTM r .. Oar .ever gg31,1dR_CO�MY ._� By Attest: _.__.... .._ _.._._.___. -- --- TWO gsrsran CITY OF M1MI'a Ia = MW or A� and 1 l213K a•r 62000 Wedgma BY Armor Sa...scary M.nlcipal euildiy A1d[ns' Raamn_ tell ahimL= atlSf FORM APPROVED t dl~ safe t1mrN Ae` Mae .p.6g.uaa r 4 a The Licensee shall beer the entire and erpm" incurred in eennectlon with the occutruetia, muntemm�ce, renewal a.id removal of Auld pipe, including all cost Arad expense incurred by the Railroad In cennsetwn therewith for WI work performed and materials used,and for eup"vjmw,and' on.All work Of installation,attention.maintenance and removal of said pipe within the iimite of the right of way of the Railroad stall be done by the License under the supervision,and W the satisfaction of,the superinterWevt of the Railroad,and m whom shall be dome by the Licemes upon the p.emism of the Railroad without first notifying said.uperinterident of Llcersee's desire w to do,provided that the Railroad may perform an Y work by it desmed heeessmry W support any of its track'while such work is being done and any work nw winery in j reviews the track and roadbed W their former coMitlen,or any other work by it deemed necessary to W dote upon its right of way by remsor.of the Installation.alteniton,maintenance or removai of said pips,and the licensee.Rees to repay to the Railroad promptly ups the rendition of bills therefor the coat of ail such work w done by it."Coat"an used in thin agreement shall mean all assignable wets,plus 10% on all labor items to cover elements of oepeme not capable of'gat wxrtaintnent,and shall include charges for trans- poroation of man aid material at tariff rate and store expense on material. 7 The said pip.and all parts thercif, whether within or without the limille of the pvreNeev of the g Railroad,shall be constructed and at all times maintained,repaired,renewed and operated In such manner as to muse no interference whatwever with the constant,continuous,and uclowtruptd use of the tweets, na }actlitw,property and promises of the Railroad.both as refunds operation.maintence,repair.&M whew. als.or how mr otmelioh by the Railroad.Nothing shall be done.or suffered to be done,by the Licensee at any time that wf11 in any manner interfere with or impair the ueefulnssa of any trmka,impmvemenb,o-other ! fadh a ti.s,haw or herfter maintained upon acid railroad pr<mines,or in any way interfere with,obstruct or endanger, raLroW operation thereon;and if at any time the Railroad shall be of the opinion that the pray enm,condition or use o!said pip in;.ray one interferes with the operation of the railroad,or sty use which Ne Railroad desirss to make of its property,it may forthwith require the Lkensss W reins,slier or repair Mid pip,or may remove,alter or repair the same at the cat of the Iim men. s 8. Where boring and locking operations are required an the right of way of the Railroad, the head ings from which the,, boring AM puking operations are performed shall be located not lesa than 1.25 times the depth in feet from the Wee of the rail to the bottom of the trench,plus 9.h feet,from the center line of so operated track. measured at right angles W the center line of the track 9. The Railroad shall have the right mt any and all times to tree or lower its grade, to make such changes In its existing track or tracks,roadbeds.'twetures and facilities or In the present ytiMards thereof WO W 00 a ,et,maintain and operate such additional roadoeds. tracks. structures and fac.lities on mad right of way and over and across mid pip sa from time to tim 't coy elect and may do whatever is tome. sary to enable it to use said railroad premises for sal lawful vvia yyeoseees:sold the Licensee agree&at Lkmses'a wad met,end within can days after written moue from the RaOrad w to do,W remove mid pipe or male much changes in,ad titions to or changes in the locttiod thereof,as may In the judgment of the Railroad be necommonY W conform to the changes,intentions or two,romtructiob by the Railroad.If the Llasnans shall : fail w to do the Railroad may.if It w elects.in addition to any other remedy which it may have, nmae mid Dip or malts such changes in,additions to or changes in the kcstion thereof u are neeeaeary, for mid yyuur�yyoa.eee.sad the LWsrure agrees W pay promptly upon rendition of bad the cat thereof.Prodded,that the Ralbvad may in any event at id election do any of much work required to be done upon Ito right of wm with- out notice and for all.huh work the Licensee likewise agrees to pay promptly upon rendition of bill tad ceat thveo{.All the terms,conditions and stipulations herein expressed with reference W the construction.amin. teens,repair.renew K r removal of said pipe in the lougon above described shmR apply W tar same u rebated, changed or n..fited within the contemplstion of thin erction. 10 The licenae hereby Frantrd is subject to the superior title of the Railroad to its said property and to all other outstanding and superior right&If any,and the Licensee shall not by reach of the license h Shouted acquire or mssert any title or claim of title to my of mid property adverse to the title of them read or its successions,and upm any abandonment of the use hereby authorized or urn any termlnstim of UM llamas hereby granted.such title shah remain W the Railroad,its fuccesw-r.and asslgta,free and Nee of all rights or calms of the lr<mm& 11 As a mateeN consideration to the Railroad for entering into thin agreement.and without ankh the Rallwad would not enter into name.the Lkemwm egress W.and hereby does,release,ihdemhCy and cove harmless the Railroad. Its 0171•;ern.aycuts and employe& from and against any aid ell liability. tom, cost. damage,expevm.action and elsims for wreenal injuries, including death, regardless of cause, suffered by MY person whomsoever while upon the Raiiroad'a premises ir. connection with the construction,operation. tvaintaeance,repair.renewu or removal of mid pipe.or for personal injuries,including death,suffered by any person whomsoever a for or arising out of usenege to or destruction of property of any party wnoma> ever,including the portion hereto,in any manner arising out of nr caused or contributed W by the existence, presenc&construction. maln[ens rocs.condition, operation,rsplr,renswu, use or removal of add pip& 12. Thu license may be terminated by the Railroad forthwith for any breach of any of the covenants or egnwetnenu herein contained to be performed the Loensre.aid this right In N addition W any other rights at law Or in equity Arising by r Ion of s:.-e.branch. Failure W terminste fa any such breach shad out eerWtute a waiver of any fun•- sch.The righte of the Licstum shad ;an terminate in case Lim m, shd ehudon the IN of said PIP, o sal W use the come for a period of one year The Railroad may aim without mass revoke and termmat W s Manus by gluing thirty days'notice is writing.wiled to the Lieeosev At the addrasa noted below the so eture of the Licensee hereW.Should suJ pipe be permitted W be In bad mdr or condition In the judgm it of the Railroad, for Any continuous period of twenty-four houm, the Wlhoad may Rkewim revoke V.r license without notice Within tin days eta any terminstiOm of this agreement the Lbnays shall emove sal property if the Li n from that portion Of the right of-my of the Radrumd hot occupied b' he roaM a track.,and shad metcre W the Wldaction of the Railroad supartetsndeet the min rv,:.t of way W Be good coin:ition sa it WO fro at the th"St mnsW<•.ion of mid pipe, aM if the IJamem f Ws no W do the Railroad may do such wort of removal will restsaatl•o at the cat and expense of the:lnsare. The Railroad may at In,option upos g� %at the cost and e Of the I.itenp,remove the portion of mid pipe baled Oldss W/egeBlWi W tracks.end r ev mid roadbed W sa good condition u it wee in at the UM d lha MMNWoriea of a ND& It may permit the Lvsrum te do much work of rersuvu and tntorttloh Begat the same wiron ttf 16s—h rod's supsrlhtendnet. 1 rlA T~.aa,Gina Quay nrpa PIM LINH A6'YESKINr THIS AGREZMXNT,made and entered into this the day of 19 by and between CIIICAGO.MILW AUKEE.RT PAUL AND PACIFIC RAILROAD COMPANY.a 1IIsePWn CerpmsaLme.herainaffar refwred toes tlial�0�pt "F.iltraukee Company" and j0CUN-I4k&HDCI'01 kALLMO A NAVIGATION CONANY, an Oregon corporation, and its Les"a, UNION MCIFIC tlDe WAD C11I1111111NY, a l'tAh corporation, herelnSt"t collectively Misread to as the "Odom Compaq," acid Milwatshme Company and said Union Company, hereinafter collectively called ""lire"" end CITY OF RMfON IN THS COUNTY OF KING An STAT{ OF WLSHUMON. a .hereinafter called the"Licerisee," (if more than now . besides.said term and all lai.guage heroin referring therein shell be interpreted to the plural and refers pintly aid seventy to such limua ). WITNESSETH That WHEREAS,the licensee deeiree the right to fhatall, maintain and operate a certain pie upon, along and nod"the RaUrc d's premises at or rear Andover, King (')only, We hington to be used for the purpose hereinafter set forth. NnW,THEREFORE, the parties mutuail) agree se follows- 1. The Railmod,for aryl in consideration of the payment ,.red coverunts hereinafter mentioned to be made,kept and perfonned by the Licensee,does hereby hrenst, id permit eau'.Licensee to construct install. and thereafter durin.e the term hereof to maintain and ofe—ret mover, along and AWaa the "ilrvad's property in the manner and subject to the terms and aoaditwos herein provided,A certain pipe to be used only for the purpose of a voter 1 ins .In the location or to atbY ,Sown by the yol lc,r line between points lettered "A - g" upon the map attached hereto, marked "Exhibit X".dated September 9, 1970 (Kx. No. 10617) And made a part hereof.The boundaries of the railroad right of way Are lashed As shown by the bsry deal, No two dot lines. 2. The said pipe shall be of Class I1 Ductile Iron and have a diameter of net to exceed 12 A 20 inches. At all points where said pipe pews,hearth the roadbed or UWAs the same Ahall be installed and maintained at su,h depth that th" top `said pipe, or any casing which may contain it Ahail be not less than 6 fast,matured vertically,below the Lase of the mile of Any such trarY. The said "ter lit+ stall cluster of a evolve inch (12") Class Ii Du,tile iron carrier Pipe placed i"Lie a twenty inch (20") steel a:aelog pipe, else feet (6') below bees of rail, extending ind,.tneAtt the right-of-very and track of the "ilroad at Andover, Washington, bstvae: the points lettered 'A 5", as shove on Lxhibit "I" Yid September 9, 1970. The specifications for estsrids and the constn..[ior. procedure shell " as nit- lined in yellow color on the se - E.rabit "V. E. Tie word"Pipe"whatever ,,"d herein,not otherwise herein modified,chill tr constrvtd to main all of the pipes ahnve described And the wings And other one ings and all appurtenances thereof. a. This Agreement shall be effective from and after the date hervol'and ahall eon taim in full form and sheet until terminated in some its of the ways hereinafter provided. "151 i"ukee Company" Fifty pQooliars (950.00) S. The Liomew shall pay to thdlgMFAkgupon execution of this agreement the sum oO'ZUOQQSBrJ= to cover th"rant of preparation thereof.The liceri a shall pay all aaeemrnaata or take which may be Assessed or Irv,"%runs[or ran account of said pipe.err the us:thereof and shall indemn fy and ov harrnle m the Railroad and the Railrwd's property from and against my and all lums or claims Mi aemunt of Any moth sYY u or;axes 1 _ "ATER PVE Noe. i!ol,a.,.r CNO Nat'(hlgtoN Northern Inc.,wn n.Nw NUN R.d. r c.w ..e,r•-„ an 0► Rom, a11Saa we srriims oafiYo fa NaeLapT ALLlafoo, tomes,, easeiaeta, 96055, •Ynra YaollaYasw Yr�a-•"[1r t lbLar Tt!eep 11Y, enlelYlta mfernd itbV Oal6ag isnuese tb O!>dea tk~, a" Mlaar rim Masks at its emumW Y Nara, 31110 at'T Osa . Naakiaatm M befaYba r sreq stifles M VIM 46 assba V evba MW Lim a tea plat borate aaoRSd, method Esikrt •a', as V riL ae[aaaNns ohasahe.ssL s set awaar. a ?me vw .. •o. .M.lei b..np.•n.. III .I J rN Na.,...e R. —C.... I.,re a n.w •,......a to eaUYa ($10ee0( rf hill tam, _ ,/ether teen L.I.D. Assessments in comlattion with the waterline, the sua5oet or this plot. vlY nl a.r vnd•.v. went..Non n.r Y:•.,.d w•a[ a.a y •^� P. r 1r •n .:ivu°•n Ln. .v.M.+Jrr<. eA .w.e d[Av,•er VieA I. A m•^• a n Vile[ rA rr IJC'.IN, r el •.TFrr Ya., Ir kid MY Ndl rn n.+F r. e'Ye Iwq Cxpm.a•pN.I r•,n igr•mluN.•Po.Ye,A 0 Ae<NI. 1 ,5i z fvl TIN NNe eu J.11 N hen N vr.rr..,tnaly. ,Lur 1.. 1 N d.[ sl. eNwnmN,.heir, eNor.0 t wets, J ho m1 r a.l d N/1•e I r.•[ T • urn mt,ee,p nemNnr I Re bF"C'm V i r Nerb+Fed"of o. Yr, I IAe..r4 le II 4e Nee Ir Re I+.Y....4.A .. It v<A,rwM Prnlrr•I—I I P.r R«IM Cer•Mr cel een.•Nd Y[,g.• 4n VI.w4, Nn J n•.• u NNNa dew wu,Penn .,,I Nr l..,I h .Noel w••.4w[.IIN vPr:U rw MI[w I IY.dw d.Y wIA R. +q b.reYr ,11 n.m d•wrau. All+r4 w•.'—'p Pw.nm Jell i. I& n Ved.bN.."Ve. fY.•r4.. n de meat d Me p Yen f,rryr Norm Nn d 0.Re , ,Ys N.iw ere•I 'a,Iw• Yd Yei41 .A d 1 bee r...•...r.4 A,wo Tw Dl 1. S.rr•nrNNn•II P.I.vr..-h.Jeii A[i..d.r Jn. .rr .. •dr •AN 1 'Mae.m Nao. l'sr Nr.NN, a rwv,n wr^•ar [I uNd n de+ 4 .4 n NeN .d lit tiNrIJ N.Id 1.1• pet.N.u<Fen .IY ra,ew•Ield•uNa Net,«[A—,.11.NeY.r..1.Neel:.,... rlr.r N a.le r,r d M,e• w r an—'et-0 NJ umd teas 61 I.W.NwN d pb d.rNl,NNr I.4.'I,Ins, r Fe Vide•..w+A.rAw r wtl+.+A d.Nrer N w Mrem.w el rw.«InN d R.Il+er Ce.I.nr, III A,rrP NM 6.1.It.Im.e•de Nemami nil P.rn.lee n A.—.*I A.n,wn".1.N. i (11 N e1i. m.d•r. Nle m meth enr..rn.,r ni.......d.u.N[.I�•...A«Ier< •N. .w-N. I" •r.M dew Nr4 d mr Lw.�rN w dN. n<en.ri.<•Im.IA ed beiI"..'v4dw.r de nweu•I R.i1M C.rm.rr r'Nr r q./reNar,Pe,lgr CaIYr Mr nw.n d.le"dw.F, .r el mavmN.vrb(.[•ery N R.."C— ! .1 .r�' Me:n.,w,l r".Va''n ..,Ir.:n.w.el.min ,r. <.e .IN.,M d.-1. ( I a Vi•w Zl+q ClerMr N..a ..'N I—Ve.•N.Il..rn a nalw•n,r 4dr,MiM M.N.tl d e wonrmr rNM[MirNw,rperr,Nw.lim w CNN wI rNnml 1 Nid 1 il,In.nir«Nor YrrY a.Ir.rila I l.r t 1 1.PrMeeY WII Wr A—up.—.n[ �I N Re I.N C.Hr"Ir wJ Ilery,n6 er in•PYI,•N.«a,N.Re,i,Cate," Hill Yra Pwee..1 de Yxr.N<ur•1 wJ II•Nrn,r.....1—.^ere., d P.—New. ill M wN et... wd Ylwl YN Ie,w.M xVimw.a I—ANII let in P.r..I.Jr j.1.). 7K(g1Ir.rn•..,of... •der,.e N<.I.r.N dell rra r met r w•.ewM.'w rl J.md• t, • el'-, te"I ... M •d,...NIr vI.e.Ilwr r.r..nNe".1 Re it •wr.loa PrbF C r Few•,1, 1 . n xmb, nlllw1 rY4..N exw r•er[...Rv:l.et Mw.Y Yd.... I el de.,w..na'm.Ae.:. n It be1F d pee....+<1Nt,w4r.m d Je er.he'd • r.d N d.Red ,. a d.I«w.med."..' .wN.,et.N. IN Prw,rM lyreN'4rdrr •A•11 A.ro N , Noesl R..MY 4..A R el.ed p:n.r.n wd dl Nee r areeR.'.s••.1YiL, ,d•.n,w�w Noel+e.aA..A«ear e,VIN , .....P,e.e..I.el .a Ce.err. 4 Ir, v.•YY d•r d.r cr P«IwwA)«I.r rM mve w•Neww er Yr+dr,dine.ep«r a Nwm.N w..w. MVi r.whirr.,eteN dVi N,n.used Re I..,C..,—, .PMvb d 11 IN.IrriN.uM NAi:A re!y[il:ri...n W.. ••Ivn. S.PMINY N.11 we nettle,.,oes,"IN,.Ir,e.l..d•uI le.-,.I—emv.It el Re.lw,C*1-1 .. Tb M.0"I veM.wrul M.+led N Pn IM 6qY . .0.,C1,n •. ,d.1.01 w u..N d.N MMI N AN,Nor.ew Ire ."Net N.w.Nei bn..n e,N.•U,r Fr d.Nowt,el nm,Y Y m. V,w M q.nxY a do Now.tNN1.n p..ANwN.N, Re.LN 'mremw,wy Ird+rdr.yes Pw.eIMN lee.ut PYNIYe: -4 w Net d.w1 e M.P PwuM del root.d.P,w•nN d R•.Ler C..Pr rs d«r bw•,w.r 11 J ). T' ,P.,.ye N were/ NM N I.m n Imua.Yd li<m N..d mr. •..r.Nn rrrM N"I.I.Ce.Mnr IV.."A. ..• uM".0, N I.e,IIeN IN.IuawN. S Li.ledI1NY MViII N aN.M[•N,r N1,•.r varl nr in �Yki�w dmMr�e<u'rviv. 9• sa s0/WlY... N11 SLY eta�4 IIt at^rife a limo b►laI a 1411 the sLp tSr W sat or U" eta am"?Lae or asla Ia— 1Lt to laeimvLne Ia'OaStaaa forg g,aaal SWISS to aYANaMta of said Dana 11a. M WITMESS"EREOF M.pwil..A....... n.•a ..«.Noe.A., 19th [<. Nn rci'I, Ie 7L IORLINOTON NORTHERN INC •r'OSNeal*"W son" ad Osrrm" MNYr Y.4.J PweAt. — iL�..c '• W AMAIN .ter:.7"../J ..• (.j .!/:. r.� 2��y .'19 1 � 1 Y + + 4 r a . B A • � 1 A This is to state that I am satisfied with the restoration of n4' prooerty which was used during the construction of a watermain located at S.W. 43rd Street and West Valley Yighway (S.O. . '0, L.I.D. 269, Water Project number 343, and ' hereby release earl A Diorio dba, Diorio Construction Co. (contractor) from any further liability with respect to my property. Date Pmper y owner p rt A Tess o proper�Y owowner jp�n� i t property owner s sr5nre k r •. ;�.. w. _�^-__-'.gym=.,.�4.. _ _.....�-- �� �uNwu�:fn eu�� unfc; �o V I a; :+ M1n i..:EK, c;LAuO�W/ILII• • � � i � '' ,I 98c4a 2'7 j w. ;� kct�� ir�J�oTMEN'( CO Tul<WlLAB wA,H �MW I 91 A CLACICY� Pi.aK Co. „yh 1 J � I G4EA7 HpRYHllit3 kf '9r7p`" 4c:. utjroN ST, i I�. O F:Ee1TON, Wn�it, qy�'!.i �` i� �-• � i k S Cf cr Li LL SD ` AJf NE. Ll Z c SArn E, u,/Asq. 981t5 Pnk cL;f 2- 3� I J �I H JOWt 7 n 44IU AC ; fZLCt tt 2 Z' \ i` wG l J uu,rFA i V i C :.. L, W. v4uEY i.t;,jr�TpN, wa 0.SS H. �i8 � ^s x n t a ' l�V ( /o � / ,� /� hil QiCL .��.� � _� 41•N (� � � �L ° .,�, y o �� \� � �1C n i4 P-• �� t , ci -�. � �L'b •o MF tr1,..L:e;6 A ?!1CP 4 / C-CATTLE, WA-41 9911$ ! u Q. I 413 S Ia4"' t I &EAT'TLG ✓✓A fJ, -7$1(c$ 1 '!� 3i1N � 111 Yi I `A `f CARS&LLA B:ZoS, INC. 22 G't 5, 14G T" ST 4 ~GAIT LS , WASH. 98t(aS, r AF N W. 36 — 2 3— rat #, a. ;y4K, b:�A�t"'yw'' 1 wwyF .+s�1tS�::'ta•.m`*`r +^"^'.�•-}2^dL?; ,;� ,`�, 40 c ti Mr ZO Llj 1 4 �ri;al•g7 7 � s� s Y�tL 1 � l• �F 4 W I PSI ` 1 9PC�a„�� F,e wrt¢ d 1 !C <: � ,�ffQ. A4V� Il G• � � ') • 3 .�� i ��yv V j �v ^� � ' p = .-.._.�,.. -�.+era aa.G.Jt:.._ ...__..�.._�_—_--•s-•.s-z `' �� aRV,�1�'C 0 } Ic �v 'w � �j rYl `L 7• I a� W 40 —ii ai"Sr 1 + rl p8 14 )G, 13�I•�M ltxl Pa •+/` 4AIN DFI��� IS'..F:WQ� Wh it• q$ND i�, C!11• ..�'�{((t tJ!'1 •.t U .{ r Qiu7 CCU A IC ,:• ' i,. 41mr -e'i�^n':.vs►a A.;. ., y. 9.' u7? YO fvU ✓� ✓t y'+Ly3is ' t✓' aat`aA Y�yy��ti L' ,.r, Lal /^ Q• G' {r�r(✓✓•``I '/1G1`� .c t d '":::. 'u ` �� 'f Qua 1{l �'.,•, .� � IIY 7� - (J�}4f} 1�K.',� Y/ W � '§. a 4,0 • • iu� -� do !A _ (�(? _ldje M % 7 5siv ii�./ 1�` , y '•� s (nn ?�, Igo .on,..s.vi� :. .�.- 13330 L_} � ,.) l ('� `•� -�,.'� til,,.•rl� �N .UbnARd iiEtlftY ' ,r JF•�$ Ri. "t � 1 I xis (j nv � I 1 I I 'Yr v c1� 1 LpTT© M, w. RENTOH, WA511, C f),2tCL. IF zG� a ' 4 L q /y 1 14, a �, yea > ° " � N Irr s IIL y 1 wC. V, i �r•f� SJ.O __ F3 SL1D, wAsN• 1 98 10 1An 1 w�, l CS-'/6l445 't���V � . �U. 7 •K�1S to", 7�_ ..�.L U.. 4U 4U II GU � ✓G I, _,ir `� Y • FF ' r. <.� b GCS ( '{ 1 . � •11 li f \ i _;17) .• s. nu •r�♦00•f L Lp_J^ :r+ ` } ..:✓'44 frl NT I i 3 M D C W plrE f. ¢ArraN 1 x 4t 11 j, r ,olo 1 f M2dRGEr2 KOGvN Yi "Cl� m r`.. , 1 fl I (n 3 1 v I A L�2sON ,jUUi r•! •II `-� - 6 r'4TCV,SPS f3l.Y 14 r r,ro�, w.;ll gduu d L 1 7l G1 p6r / S I itlr 1 N 1 crj J+d'1 r1 ( . s0.•./ /7, o / ( r R. , ram i -u— 1»•...�« .r ✓ `.i W. 4 3 RD. ST �.�—y� l Iii3a o7— r ( C L A1 fA a —'—'--- UOIIATION `.. . ADAMS oRD 17/ri I `p `o c sro i 7 ° 1 L 14 r fso l 'rAY LO7 w4:. AN0ZlL50N KATNE2YtJ T C{/AG!ceL- N 4-� 1 RT I , BOX 6% A404RtJ WASH 46002. !ry n" Vl f TAx "T as 37 A46642SON KATot;ayN T, Rr I , SOX G9G C�3+acct it ANC:uRN� tn/AS!{• 4$0p2 , II ' � ,�, •� 1 V TAX LOT #I. 38 i..j 1 j'i NAVEL F •` S� s li8 S.W. 43v ST, /1 RGNTON, WASH it 1� \ ��, L i 'TAX LJT it ::? ' (30v1 wl M / I . S.W, 4SU 5T 1 RGN7pN, 6VA511. ggaSs TAx LOT 3k 53 GO'.41 wrL04A {nacc� rr b J 2124- S.W. 43nn $T o ((( RCNTOW , WASN• .. p 0 � � 1 1 1tf i AX LOT o 14 19AD612O MOPIZIS' ft. jfnru.CL. IS3 5, q3 cl KG'Jr, tA/ASN. 4ffo3i \ ` i^.x LCT # 13 o iISRMAN CNAEL E. ' �PtiRccL rJ IL 1 Lrl s 2103 5, I so k NrprJ, WASN. 980 IG.97 1,.4 i / 1 W J TA< LOT 'J: .4.� 1 Q �J� ..l• 34D�? /v;OR(2'S H• H LL JT h/Asd, "1•AY LOT 10 LiADGf. D MJf:215 N, �86fA 4cCL f4 (2� f 't/ '.1� �IV 'a !r '" KCNT , NASr1 '7liJail � < r 1, 'AA Lor `i II ws-. ' .EL k,%ilDALL. �r=nr,�CL r1ENrorJ , WASP gg0s5 Ti1X Lor m 59 HUNT THE20N C CPAIi«� tk 14� ' 4 ,, T. "]222 5, 180T" 1 .26rirarJ , W.Asi. 98055 •'z' , � f `TAX LOT G1TrZS:Jj Fr--!), S, 4 L !r SSN. ' 1 r+ G f3ox 239 ReNTDi rJ, WASH. RHOS. 7AX LOT ik 'J C.r? 12GrIS F60 5 w L AS:>N• C(d K�c� Ho t A c Box r16N7uN � WI.S{{ 91OSS M � �� 1 {Nr N �f f s.� •, r "5�� �frm8 3YY u r Al � Jl �� rr rr t 1 xe . Y3 U d u y^ Page i10) The Contractor shall furnish a surety bond or bonds security �r the a faithful performance of the contract, including the payment of all persons and firms performing cn the construction project under this contract or furnishing materials in a connection with this contract, said 'Mond to be in the full amount of the Contract Price as specified in Paragraph 11. The surety or su,. ties 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 `SEVENTY EJ(;HT THOUSAND I=IJE )dUNDRED NINETY TvJO ANOS1pou,grn078-5g2_;e)_, 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 attesting by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above written. CONTRACTOR THE CITY OF RENTON Mayor , i� ATTEST: nof0,; a .,�,.eh. r�j Lyity'Clerk Page 3 (5) -he Contractor shall hold and save the City and its officers, agents, servants, and emoloyees -,armless from ao.v avid all liabiIILy ur" any n)ture or hind, including all costs and iegal expense incurred by reason of any work on the contract tr, be performed hereunder, and or, or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the contract, including its use by the City, unless otherwise specifically stipulated in the Contract. (6) Any notice from one party to the other party under the contract shall he 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 thereo` or by depositing same in the United States mail , postage prepaid and registered. (7) The Contractor shall commence performance of the contract on the da 19 ZL, and shall complete the full performance of the contract not later than 60 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 tv said delay will be the sum of One N�ndred Dollars (51p0 pQ ) , as lic,.idated damages for each such day, .jhich shall be oaid by the Contractor to the City. (8) Neither the final certificate of payment nor any provision in the cc-tract nor partial or entira use of any installation provided for by this contract shall re- lieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. Tht 'ty will give notice of observed f defects as heretofore specified wilth reasonable promotness ai;er discovery thereof. } (9) The Contractor and each sub-contractor, if any, shall submi . to t':e City such schedules of quantities and costs, prnoress schedules, payrolls, renorts, estimates, records and miscellaneous data pertaining to the rnntract as may be requested by the City from time to time. 1 Page 2 (3) If the Contractor refuses or fails 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, cr f-41s to complete said work withir, such time, or if the Contractor shall be adjudged a ba. -rupt, or f he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor', insolvency, or if he or any of his sub-contractors should v'olate any of the provisions of this contract, the City may then serve writ':en 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 `or the correction thereof be made, this contract, shall , upon the expiration of said (10) day period, cease and determine in eve,y respect. in the event of any such termination, the City shall Immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the contract, provided however, that if the surety within fifteen (15) days after thn s?rvina upon it of such notice of termination does not perform the cont dot or does not comr +nce performance thereof within thirty (30) days from the date of serving such notice, Oo 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 ' is surety shall be liable to the Ci'v for any a cess cost or other damages occasioned the City thereby. in such event the fit,, if it so elects may, with- out liability for so doing, take possession of and utilize in compietino said contract such as materials, machinery, appliances , equipment, plants and other properties belong- ing to the Contractor as may be on site of the project and useful therein. (4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 44 1► P 0 1 THIS AGREEMENT, made and entered into this Aay of L 19 1 by and between THE CITY OF REiTMI, 1ashington, a municipal co oration of the State of Washington, hereinafter referred to as "City' and nl C7Rf0 CCINSTi1NC (ION C 01-IPANY hereinafter referred to as "CONTRACTOP.''. WITNESSETH: 0 ) The Contractor shall within the time stipulated, (to-tilt: within =D (ten) calendar days from date of execution hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appiianLes, machines, tools, equip- ment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's project (identified as L.I.D. 269, WP No. 343_) for 4mprovement r by construction and installation of: a 12" Ductile Iron water main in S.W. 43rd Street from Oakdale Avenue S.W. to SR 181 (West _Valley Highwaf) and in SR i81 from S.W. 43rd 4fy{;' ri Street north to City of Renton and Tukwilla City Limits. All the foregoing shall be performed, furnished, constructed, installed, and completed in strict conformity with the plans and specifications, including any and all addenda issued ,'' . by the City and the other dccuments hereinafter enumerated. It is agreed and stipulated0. that said labor, materials, opplrances, machine, tools, equipment and services shall be furnished and the construction and installation be performed and completed to the satis- faction and approval of the City's Engineer as being in such conformity with the plans, specifications and all requirements of the Contract. (2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid `y and signing of this agreement, consists of the following docu+r,?nts all of wh� are Com- ponent parts of said Contract and as fully a part thereof as f herein set out in full , and if not attached, as if hereto attached: (a) This Agreement (b) Instruction to Bidders (c) Bid Proposal (d) General Conditirrs (e) Specifications (f) Maps and Plens (g) Bid (h) Advertisement for Pi,:, (i) Special Contract Pro,,is an3 ti y SW 4 3 RD ST. (S 18 0 TH ST) OAKDALE AV STa TO IIEST W--.l43 TABLE OF CONTENTS (CONT,) SPECIAL PROVISIONS Section Description Page SP-24 Overtime Field Engineering SP-9 SP-25 Hours of Work SP-9 SP-26 Public Convenience and Safety S)-9 SP-27 Construction Signs SP-10 SP-28 Removing Traffic and Street Signs SP-10 SP-29 Construction Equipment SP-10 SP-30 Size, Weight, ' oad Restrict'ons for Motor Vehicles SP-10 SP-31 Dei;very Tickets SP-11 SP-32 Waste Site SP-11 SP-33 Dust and hard Control SP-12 SP-34 Payment to the Contractor SP-12 SP-35 Liquidated Damages SP-12 SP-36 Awarding of Contract SP-12 a 'r TABLE OF CONTENTS SPECIAL PROVISIONS Section Description Page SP-01 Description of Work SP-1 SP-02 Date of Bic! Opening SP I SP-03 Time of Completion SP-1 SP-04 Public Liability and Property Damage Insurance SP-1 SP-05 Railroads SP-2 SP-06 Special Railroad Lia,• ty and Property Damage Insurance SP-2 SP-07 knilroad Requirements SP-3 SP-08 Fisheries an" Game Department Requi-ements SO-3 sP-,.) Easements SP-3 SP-10 Releases SP-4 SP-11 Non-Collusion Affidavit SP •4 SP-12 Nondiscrim`nation in Employment SP-4 SP-13 Standard Specifications SP-4 SP-14 Field Changes SP-5 SP-15 Failure to Meet Specifications SP-5 SP-16 Protection of Public and Private Utilities SP-5 SP-17 Scheduling of Work SP-5 SP-78 Construction Conference SP-6 SP-19 Disputes and Litigation SP-6 SP-20 Wage Schedule SP-7 SP-21 Subcontrr:tors and Suppliers SP-8 SP-22 Change rders SP-8 SP-23 Surveys SP-9 1 w ti GENERAL BID & SPECIFICATION TABLE OF CONTENTS Scope Call for B-ds Vicinity Map Instructions to Bidders General Table of Consents Special Pruvisions Table of Contents Technical Provisions Table of Contents Bid Bona Form Bond to City of Renton Form Special Provisions Non-Collusion Affidavit Form Certification of Nondiscrimination in Employment Form Minimum Wage Affidavit Form Technical Provisions Fisheries and Game Department Permit Railroad Permits Standard Detail for General Blocking Standard Detail for Precast Valve Chamber Standard Detail for 2" Bypass Valve Assembly Standard Detail for Hydrant Assembly & Hydrant Guard Posts Proposal Form Scheduie of Prices Agreement Construction Plans jMLL a w ti Instructions to Bidders (Continued) 9. The bidder shall , on request, furnish inforriation to the City as to his financial and practical ability to satisfactor+'y perform the work. 10. Pay, its for this work will be made in cash warrants drawn upon the "Local Inipru,effent Fund, District No. 6�9'r— A J �YShA t r� ' l 1! INSTRUCTIONS TO 31DOERS 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 o'clock P.M. , Wednesday May 19, 19 71. At this time the bids will be publicl;; opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawr after the time set for receiving bids Proposals shall be submitted on the foals attache; hereto. 2. The work to be done 's shown on the Mans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add to or eliminate portions of the work as deemed necessary. 3. Plans may be examined and coolies obtained at the City Engineer's Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. Work along highways must be in conformance with the applicable County or State regulations. 4. The bid price for any item must include the performance of all work and the Furnishing of all material necessary for completion of that item as described in the specifications. Where alternate material is bid, the bidder shall fully describe the material proposed, either in the bid proposal or supplementary letter attached to the proposal . 5. The bid price shall be stated in to mis of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidzte the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous tc the C' '., to do so. 7. A ce tified cherk or satisfactcry bid oond made payable without reservation to the TREASURER OF CITY OF RENTON in an amount not less than 5% of the total amount bid shall accompary each bid proposal. Checks will be returned to un- succe;sful bidders immediately following decision as to award of contract. The ca,eck of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail , or refuse to do so, the check shall be forfe ted to the City of Renton as liquidated damage for such failure. 8. All b^ds must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particulaA paints. r 'n f . ' ' •!fit':�as�ta ���*.�rles � F STATE OF WASHINMN P i1 S51'7NAL ?CFvtl!,r, r.1NTRACT'IR i.A lil CU'.S t NUC tI•IN CJ LI '141'T CrnS7 Cr 2*21 So 2nOT« F SEAYTLE a s-lea J ✓ems�, CCOYYT Mu4g�r � t+r+e+r is; n T #7r , FEE $ 25.00 C= OF RENTON 1335 _71 1971 BUSINESS LICENSE Carl A. M rlo, dba DioRlO =STRCCTION CO. 2821 200th Water Main wattle, W4ahlocto+ 9M88 Llpo.»Lu —1. .yphnhoe r« dtr 0R..W. tuu.«.L-... In uwra.m IO [N nr el.W., ., Yitl. V. •) „ ,. r.r.i.uw.ro,eap.<.. .i N)�tn all r°«CitYe�o W Orepn o...ne aal.Lo.and rv�.Hee. gy1tr.04 p M Jllwo"Dlroe ❑er..ee N.r..na.r. Lrlvdmr ..a:n,.e Q w st er o«vn.rs. . .pea b W lwtLW°.peter.fx tN.w.o/ewvt.ror er.nr auLNn/r�m�.trv�e�.u�nb�w a�w ar r.aea.. w_✓ra mrr c.rxY T . M 1 C�t� of Tukwila "f Gty of{ems+o .'t y } LID - 269 BOUNDA* LINE I i i 5W 43RD 5T •,, — r .r ( city df ► mt M Cl T Y OF R E N T ON ENGINEERING DEPARTMENT VICINITY MAP L.I.D. # 269 (W-343) L`11�6gEU o. R. 01 f:ATE _ I FILF NO DRAWN - CN[CKID 1 CALL FOR BIDS Sealed bids will oe received until 2:00 o'clock P.M. , Wednesday, May 19, 19.1 , at the office of the City Clerk and publicly read aloud at 2:00 o'clock P.M. , sane day, in the first floor conference room located at the Renton Municipal Building, 200 Mill Avenue South for the installa- tion of a 12" D.I . 'WATERMAIN IN S.W. 43rd St. fron Oakdale Avenue S.W. to SR181 (West Valley Highhay) and in SR 181 from S.N. 43rd St. North to the City of Renton and Tukwila City limits. Plans and specifications may be obtained from the office of the City Engineer upon receipt of a deposit of $10.00 for each set. The deposit will be forfeited, unless Plans and Specifications are returned in good condition thirty (30) days after date of bid opening. A certified check or bid bond in the amount of five (5) percent of the total amount of the bid must accompany each bid. Washington State Sales Tax shall be a separate bid item. The City reserves the right ti reject any and/or all bids and to waive any and/or all informalities ii bidding. All ductile iron pipe, fire hydrants, gate valves, fittings and appurtenances will be furnished by Contractor. femeeN��, City L4erk Date of 1st Publication: Wednesday, May 5, 1971 Date of 2nd Publication: Wednesday, May 12. 1971 Published in the Daily Journal of Commerce: Frida; May 7, 1971 Friday May 14, 1971 r +Ir AM C1TV OF RENTON BID PROPOSAL AND SPECIFICATIONS LID - #269 WATER PROJECT N343 S.W. 43rd ST. i' The Furnishing and Installing of a 11" Ductile 'ron Water Main in S.W. 43rd St. from Oak ale Avenue S.M. to SR181 \'West Valley Highway) and SR181 from S.W. 43rd St. North to the City of Renton and Tukwila City Limits. Jack Wi'son City Engineer , s ( I 1 CN J I � � � 11 ; I 'I , I r ' i ' � • f4 1la � � f g + ♦I �. � + � � I 1 f� I I .. I I I �) ``fit __- 1 I fI _.�}_....—..-t. .. ..t..,i..i • .. _ y, W MCI I g + 1 { , 111 pp -ice' _ f r n rn • t I -i A i w rIt ; z --PJ•- �1 — — � 41—� a EL Q*Y '.t � • i , {r i. ., � ..'; � I L y � i to N-W t, ` ,�,• C I`M Sr P r G RR Co RR C. r.. / aft �Jq .., -b r I F h ' � •, 7 J d.r i b I f { f l y Now N _— J.I Y nrar+rttaa.e,e 4 ' I.I 4w F i all 80' Eoamswr (ft.) <Ln .,... M.<I(..hf f w I •! 4swyv nsrrorr � R • �' t I f CITY OF! RENTGN 1, •, y I �_ CITY OF KEPtT Q f�u(.swfryhcwY.'w►i wwrM ww. - = H.i.<rnt Lwow tf•wMNw ru+.s J SCALE ' - 4O s �f � 1 I` o JR Reduced Print + CITY OF RENTON I Do Not goal* 5W. 43'° ST. - CITY OF KENT 01, ---- • j$R� w co OvIJ� 1 i �x fix_ f / i 11 • �� ! � •_- � . � ! y..•„ r..f..�. - _ J r ]Citl t f s_ C1Tr OF 11f NTOM _ _.__-._rrrtrnrw<r.r'..rfwrw err.r•mr -...rwtq - � v .-'.�. — •ww�Hnw�w• cc�ww www• 5CKC: r.M' r, ;��a ��TQ� a'H LID0269 1N43 '57 AND x` L 5R IRI t i5E5 �...• .ems _ :....,< .... ._� . P7s■I�Z , � I —'r— --- - - �— - -------- --------}---- --- — t�— - -max-- ,�;.< - - 1 I LID - !269 ( WP -3 ' I---- ; -- ' I f SW. 43"° ST ANG- SR 181 � 4 `ey H s# V wy) r , Er • (J/// 1�i IIS { I � �,/ � .. .,-.. . .•,. . M + olv � Cam: J * r S S■/ , I -- ! PR?JECT SITE _,L f CITY OF RENTON , ASHINGTON ' UTILITY ENGINEERIN DEPT. 1 , � • Y ` f 1,41[i-lid-il' f I `lI I \ JACK WIISON, PE. I CITY ENGINEER --- i 1 � I { ♦ I f Y BEGINNING OF FILE P FILE TITLE / ps ♦ ti SPECIAL PROVISIONS CONT. SP-33 DUST AND MUD CONTRCL The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers and other pieces of equipment is deemed necessary by the Engineer, to avoid creating a nuisance. Dust and oud contr ' shall be considered as ircidental to the project, IF and no compersa*.ion will be made far t^is %ectisr.. Complaints on dust, mud or unsafe practises and/or property damage to private ownership will be transmitted to the Contractor and prompt actio.i 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-34 PAYMENT TO THE CUNTRACTOP Payments to be made to the Contractor will be made in the manner outlined in Section. 9 of the Stancard Specifications. Payments shall be made in Cash Warrants drawn upor the°Local Improvement Fund, District No7697 Partial payments on estimates may be withheld until work progress schedules as described in Section SP-17 of these special provisions has been received and approvea. SP-35 LIQUIDATED DAMAGES L'quidated damaces for failure to execute the contract as specified and in accordance with Secti, l 8.08 of the Standard Specifications will be assessed as follows: One hundred Dollars (SIOO.00 per calendar day plus cost of inspection, supervision, legal experse 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 hundred percent (100%) for overhead anc other indirect expenses. SP-36 AWARDING OF CONTRACT Awarding of contract will be posed on total sum of all schedules of prices. No partial bids will be accepted. _'-Page 12 1� 1 1 ,� SPECIAL PROVIfIONS CORT.i SP-30 SIZE, WEIGHT, LOAD P.ESTRICTIOd'S FOR MCTGR VEh1CLE Payment Oil not be made fcr ary material that is delivery,• in excess of the ',e5ai veight for which the vehicle is licrnsee, Any gross violation of these regualtiors shall b reporteC to the affected law erPcrcement agent. The contractor " furn•sh to the City Engineer a listing of all haul ehtcles used er his project, listing the vehicle number, license number•, tare weight anc licensed load limits. SP-31 DELIVERY TICKETS All delivery tickets that are required for the purpose u` ;aiculating quantities for cayment must be received by the Engineer et the time of delivery. No payment 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 , cross weight, tare weight, truck number, date, and inspector's initials. Scale certification shall be submitted as early in the project as possible. Each weighing stat,on 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 insperter shall the truck volume and certi as to its full load delivery. SP-32 WASTE SI"E The Contractor shall conform to Section 4.0E of Standard Specificatians in rep. -d to waste sites. The Contractor shall have the responsibility of obtaining his own waste site. All work., include4 in this section shall be consdiered tr be incide•tal to other ite.,a of work and ro further compensation will be made. The route taken to the waste site shall oe maintained solely by th4 Contractor in a manner as describ• d below: The Contractor shall be prepared to use water trucks, pover sweepers, and related equipment as deemed necessary by the City Engineer to alleviate the problem of lost spoils along the route. Prom.t restoration of the route is mandatory. SP-Page 'l 1 � SPECIAL PROVISIONS (COP SP-26 PUBLIC CONVENIENCE AND SAFETY (CONT.) 3. Under no circum,Lances may the road by closed in both directions for any extended period. B. Local police and fire department> shall be r,(,tified, in writing, prier to construction. C. Access and egress to local rest . nts shall be naintained at all times, wi!h special attert-.cn given to business properties. a ,11 costs involved in the above shall be considered incidental to other costs of work involved and nd fUrther compensation will be made. SP-27 CONSTRUCTION SIGNS The Contractor snall furnish and inste" construction signs which conform to current C: :y of Renton Sign No. T-38 `.AUTION, CONSTRUCTION AHEAD," 24"x24" diamond, black lettering on yellow background. One (1) sign of the type menticr.eo above will be 6csted at each strr_et entering onto the project site. All construction and detour signirg snail conform to Part 'V "Traffic Controls for Highway Construction and Maintenance Operations" of the Manual of Uniform Traffic Cortrel Levicxs. SP-26 REMUL ITNG TRAFFIC APT STPEEi SIGNS The Contractor shall be responsible for maintairinc all traffic and street signs. in the event it SY'Ali De necessary to remcve a traffic or street sign, the Contracto, sr,all notify the City Engineer, City Hall . City of P.enten, eashirgten, for all changes made. When the work has been completed, and prior to sair' area being coen to traffic, the Contractor shall notify the City Engineer, City Hall, City of Renton., Washingte , and obtain his approval of signing. SP-29 CONSTRUCTION F. LQ 'IPFENT Drivers of motor vehicles used in conr.ectici. with the construction or repa'r work shall obey traffic rules posted for such location in the same manner and �ndr; the same restrictions as rrcvided for the drivers of private vehicles. SP-30 SIZE, WEIGHT, LOA' :STF:CTIONS FOR NOTCR VEHICLES M l motor vehicles of the Contractor, Subcortrarto s, and suppliers shell strictly adher, tc Ch. 46.a4 of the Motor Vehicle laws of the State cf 14ashir.gtor '067 Editicr and emendnents thereof) in regard to size, weight, and loads of mctcr venicles. SP-Vaye iU 1 SPECIAL PROVIf:ONS (COMT.) SP-23 SURVEYS Section 5.C6 of the Standard Specifications shall be amer,ded by the addition of the followirg sentence: "The Contractor shall notify the Ergineer a oinimum of 48 hours it advance of the reed of surveys." SP-24 OVEPTIME FIELC ENG'NEER: , Wher 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 requires a irspection, they. the Contractor shall reimburse t . City at the rate of $12.00 per hour. The City shall have the sole authority it deterr'ning the necessity of having the overtime inspection, and shall notify the Contractor of intent and said costs will be deducted from monies due the Contractor on each monthl; estirrate. SP-25 HOURS OF WORK The working heirs for this project will be limited to weei days during the period from 8:CC P.M. to 5:CC P.M. , unless otherwise approved by the City. SP-26 PUBLIC CCMVENIENCE AAC SAFETY The Contractor shall , at his own expense, provioe 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 Contracte —ulc fail to ma4rtain sufficient lights and barricades Ir the opinion a Engineer, the City shall ha, e the right to provide these lights an; uarrscades and deduct, such costs from payments due the Contractor. A plan for traffic control must be submitted for the Engineer's approval before the beginning of construction. The Contractor shall maintain detour routes and other routes used by his equipment hauling materials to ano fron the area. Attention is ,iirected to applicable portions of Section 71 .15 of the Standard Specificatiors. In addition the followirg special provisic. s shal' apply: A. Traffic and pedestrian access will be maintained as directed by the Engineer. 1 One lane each way to be available 7 days a week betweer; the hours of 5:30 P.M. :nd 8:00 A.M. 2. One way traffic (one lane) may be permitted between the hours of 8:00 A.M. to 3:30 O.M. Morcay through Fricay proviaed that a minimum of two flagmen be used. SD-Page 1 �r e SPECIAL PROVISIONS (CONT.) SP-20 WAGE SCHEDULE (CONS Prior to commencing work, each Contractor and each and every subcontractor shall file a sworn Statement of Intent (SF 9882) with the Gwner and with the Depar nt of Labor and Industries as to the prevailing wage rate, including fringe berefits, for each job classification tc be utilized. The wage rates tnus filed will be checked against the prevailing wage rates as determined by the Industrial Statistician of the Department of Labor and Industries. If the ware rates are correct, the Industrial Statistician will issue an acknowledgment cf approval to the Contractor and/or Subcontractor with a copy to the awarding agency (Owner) . If any incorrect wage rates are included, the Contractor and/or Subcon a actor 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 cn a proj,ct estimate shall state that prevailing wages have been paid In accordance with the prefiled Staterno.t or Statements of Intent on file with the Department of Labor and Industries as approved by the Industrial Statistician. Affidavits of lvaces Paid (SF 9843) are to be filed with the State Treasurer, or the Treasurer of the county or municipal corporation or other -fficer or Derson charged with the custody and disbursement of the state or cor- porate funds as the case may be and two (2) copies of each affidavit are fo be filed with the Director of the Cepartment of Labor and Industries, Attentiu— Industrial Relations Division, 160, Second Avenue, Seattle. Wherever ptact' le, affidavits pertainirg to a particular contract should oa submiLi.-J as a package. " :" SUBCDNTRACTGRS AND SUPPLIEPS A list of subcontractors and suppliers that will be involved O th this project shall be given to the Engineer for his review aid approval immediately after the contract ilas been awarded. This list must be received by the Engineer before the contracts may be signed. SP-22 CHANGE HERS All additional ,;ork that recO,e> compensation to the Contractor for items that prices are nct included in the contract shall require a written change order before work may be done. The Con' -tor shall to responsible for acquiring the necessary change orders a., are recuired by any of his subcontractors. ;P-Page 8 e SPECIAL PROVISIONS (CONT.) SP-19 DISPUTES AND LITIGATION CONT. 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 such procedure. The costs of such arbitration shall be borne equa,ly by the City and the Contractor unless it is the majority opinion that the Contractor's filing of the protest is capricious and without reasonabie foundation. In the latter case, all costs shall be borne by the Contractor. The venue of any suit shall be in King County, Washington, and if the Contractor is a non-resident of the State of Washington, he shall desig- nate an agent, upon whom orocess may be served, before tormenting work under this contract. SP-20 WNGE SCHECULE The prevailing rate of wages to be paid to all w, _n, L-.00rers or mechanics employed in the performance of any part -1 this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. Tha 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 pre- vailing wages, it is imperative that all Contrac' .rs familiarize themselves with the current wage rates before submitting bids based on these specifica- tions. In case aml dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot ue adjusted by the parties in interest, including labor . maragement representatives, the matter shall be referred for arbitra,,vn to the Director of the Department of Labor and Industries of the State, and his decisi�ts therein snail be final and conclusive and binding cn all parties invclvc: , t the dispute as pro- vided for by R.C.W. 39.12.060, as amended. The Contractor, on or before the date .r commencement of work, shall file a statement under oath with the Owner and with the Director of Labor and Industries certifying the rate of vurly wagr. paid and to be paid each classification of laborers, workr:.n, or mechanics employed upon the work by t.ie Contractor or subcontract.)r which shall be not less than the pre- vailing rate of wage. Such s* ement and any supplemental statc,oents which ,nay be necessary shall be filet in iccoidance with the practices and pro- cedures by the Department of Labor and '^rustries. SP-Page A fb 3 Gw. SPECIAL PROVISIONS SP-17 SCHEDULING OF WORK CONT-J be made up, and onfer with the Engineer until an approved modi°ication of the origina hedule has been secured. Further, if at any time any portion of tht :epted schadule is found to conflict with the contract provisicns, it shall , upon request, be revised by the Contractor and the work shall be performed in compliance with the contract provisions. Payments of any further estimates to the Contractor after such request is mace and until an approved modified schedule has been provided by the Contractor may be withheld. Execution of the work according to the accepted schedul= of construction, or approved modifications thereof, is hereby made an obligation of the contract. SP-18 CONSTRUCTION CONFERENCE 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 cusiference, 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-19 DISPUTES AND LITIGATrJN Any questions arising between the Inspector 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 attan- 1 tion of the Engineer and will ,e adjusted by him. Failure on the pert of the City Engineer or his representativb to discover and condemn or reject bad or inferior work c • materials shall not be construed as an acceptance of any such work or material , or the part of the improvement in which the same may have been used. 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 imorovemerts. He shall decide all questions relative to the execution of the work a„d the inter- pretation 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 Cie in writing of the anticipated nature and amount of the damage or 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 thud. SP-Page C i * 4 n, SPECIAL PROVISIONS (CONT.) SP-14 FIELD CHAi,GES Any a'terations or variances from the plans, except minor adjustments in the field -o meet existing conditions shad be requested in writing and may nct be instituted until approved by the City Engineer or his repre- sentatives acting specifically upon his instructions. In the event of disagreement of the necessity of such changes, the Engineer's decision shall be final. SP-15 FAILURE TO MEET SPECIFICATIONS In the event that any material or workmanship does not meet the requirements or specifications, the City may have the option to accept such material or workmanship if the City Engineer deems such acceptance to oe in the best interest of the City, provided, the City may negotiate payment of a lower unit price for said material or workmanship. SP-16 PROTECTION OF PUBLIC AD PRIVATE UT:LITIES The Contractor ,hall conform to Section 5.09 of Standard Specifications in regard to protection of public and private utilities. Location and dimensions shown on the plans for existing underground facilities are in accordance with the best available information without ur-.overing and measuring. Tme Owner does not guaiantee the size and location of existing facilities. It shall be :he Contractor's responsibility to contact the GAS COMPANY, POWER COMPANY, TELEPHONE COMPANY, OLYMPIC PIPELINE CO. , ORILl3A-WAT7— CCb Y, and the RE5 ON WATER DEPARTMENT 'or �t ocations o their respective utilities. SP-17 SCHEDULING OF WOR" Section 8.01 of the Standard specifications shall be deleted and the following inserted: Promptly after the award of the contract, the Contractor shall submit. for approval to the Engineer, a progress schedule on a form furnisL, J by the City. From this information a pros-ss 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 has been submitted and approved. Should it becane evident at any time during construction that operations will or may fall behind the schedule of this first program, the Contractor shall , upon request, promptly submit r'vised schedules it the same form s specified herein; setting out operations, methods, and equipment added labor forces or working shifts, night work, etc. , by which time los'. will SP-Page I ka " r! 44 6 9 MUMM �lx 44 SPECIAL PROVISIONS (CONT� -` - fa v . SP-10 RELEASES The Contractor shall furnish, before final acceptance, a written release from the property owners of each property disturbed or otherwise inter- fered kith by reason of construction pursued under this contract. Should the release be, in the opinion of the City, arbitrarily withheld, then the City may, in its sole discretion, accept that portion of the work involved and cause final payment therefcre to be nade. r ; 1,4 d�ti SP-11 NON-COLLUSION AFFIDAVIT The Contractor shall be required to execute a Non-Collusion Affidavit " f to satisfy the City that the bid offered is genuine, is not sham or collusive, and in no respect or degree is rnaue in the interest or on behalf of any person, firm, or corporation not named in the proposal , containing such a bid. SP-12 NONDISCRIMINATION IN EMPLOYMENT 1 Contracts for wort: under this proposal will obligate the Contractors and subcontractors not to discriminate in employment practices. SP-13 STANDARD SPECIFICATIONS 6{ The Special Provisions hereinafter contained shall supersede any provisions f TM of the Standard Specifications in conf' irt therewith. ! The Standard Specifications for Municipal Public Works Construction pre- pared by the Washington State Chapter of the American Public Works Association, 1999 Edition, shall be hereinafter referred to as the "Standard Specifications" and said specifications together with the laws of the State of Washington and the Ordinances and Charter of the City of Renton, so far as applicable, are hereby included in these specifications as though quoted in their entirety and shall apply except as amended or superseded by these Special Provisions. A copy cf these Standard Specification, Is on file in the office of the City Engineer, City Halt , Renton, Washington, where they may be examined and consulted by any interested party. Wherever reference is made in the Standard Specifications to the Owner, such reference shall be construed to mean the City of Renton, and where « reference is made to the Engineer, such reference shall be construed to mean the City Engineer, City of Renton, or his duly authorized assistant or assistants. SP-Page , SPECIAL PR01'ISIONS (CONT.) SP-06 SPECIAL RAILROAD LIABILITY AND PROPERTY DAMAGE INSURANCE (CONT.� The policy limits shall be not less than $750,000 for all damages arising out of the bodily injuries to or death of one person and, subject to that limit for each Person, a total limit of not less than $1 .500,000 for all damaa>s arising out of the bocily injuries to or death of two or more person;, in any one accident, and regular property damage liability insurance Providing for a limit of not less than $750,000 for all damages to or destruction of property, in any one accident, and, subject to that limit, a total (or aggregate) limit of not less than $1 ,500,000 for all damages to or destruction, of property during the policy period. A copy of the insurance policy, together with a copy of the endorsements naming the railroads and the City as an additional insured, shall be provided to the City within a reasonable time after receiving notice of award of contract. PROOF OF CARRIAGE OF INSURANCE The Cvntra:tor Shall furnish the City with satisfactory proof of carriage of the insurance required. SO-07 RAILROAD REQUIREMENTS The Contractor shall comply with all of the requirements of the railroad pipe line agreemenLS and permits, as enclosed in thi; document, and shall be responsible for any costs, such as: insurance requirements, passible railroad inspections, flagging costs, etc. , as called for in the above mentioned agreements. The Contractor shall notify the railway division superintendents two (2) working days prior to construction on the railroad right-of-ways. SP-06 FISHERIES AND GAME C-PARTMENT REQUIREMENTS The Contractor shall comply with all of the requirements of the Fisheries and Game Department Hydraulic Permit, as enclosed in this document, for the watermain crossing of the unnamed creek 450 feet east of the railroad tracks on S.W. 43rd Street. SP-09 EASEMENTS Adequate easements rave been acquired for the construction of the facilities under this contract. If the Contractor should require additional easements, or extra widths adjacent to existing easements then ne a!-re shall be responsible for ootaining easements, as required, from the owners of the property. All costs involved shall be bone by the Contractor. SP-Page 3 � a .. .. _. .. KsRW `. •. MY. H.yti.(w^' I i.l�'.A�Ln.Wv^ H... i'. • x . � . �. ':. is I.. pQ ir�3 • SPEC.P'_ PP.OYISIONS CONT. SP-04 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE (CONT.) accidental death, as well as claims for property damages which may arise from any act or omission of the 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 not less than $30C,000 for each accident: 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 as an additional insured, shall be provided to Vie City within a reasonable time after receiving notice o' award of contract. i1007 OF CARRIASE OF INSURANCE The Contractor shall furnish the City wits satisfactory proof of carriage of toe insurance required. SP-05 k%LROADS The term 'railroad" as used in the Special Provisions and Special Technical Provisions is intended to refer to and to include the Burlington hirthern, Inc. , the Chicago, Milwaukee, St. Paul , PL:ifiC hdilroad Comp,.,y, and Union Pacific Railroad Comoa';, but it is under- stood that the Burlington Northern, the Milwaukee Company, or the Urion i Pacific Company acting separately shall be entitled to assert or enforce in their own behalf any rights or privileges as specified in their pipe line permits. SP-06 SPECIAL RAILROTD LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall obtain and keep in force during constructic,: on the railroad right-of-wa_s, special public liability and property damage insurance in companies and in form to be approved by the City. Said insurance shall provi le coverage to the railroad companies, the Contractor, any subcontractor performing work provided by this contract, and the City. The railroad companies and the City shall be named as an additional insured on said policy insrfar as the work and obligations perfumed under the contract ari concerned. The coverage so provided shall protect against claims fnr persona': i,ljuries. including accidental death, as weil as claitas for property damages which may arise from any act or omission of thr Contractor, or the subcontractor, )r by anyone directly or indirectly employed by either of ti•em. Cp-Page 2 y - F 1► o NOW Vf. r� . SPECIAL PROVISIONS GENERAL PROVISIONS SP••OI DESCRIPTION Of WOR!< The work to be performed under this contract consists of furnishing materials, equipment, tocls, labor, and other work or items inci- deltal thereto (excepting anv materials, equipment, utilities or service, if ary, specified herein to be furnished by the City or Others), and performing all work as required by the contract in accordance with plans and specifications and Standard Specifica- tions, all of which are made a part hereof. This i provement is subject to the installation of a 12" Ductile Iron water main and related facilities. SP-02 DATE 0. BID OPENING Sealed bids will be received by the City of Renton, Washington, by filing with the City Clerk, City Hall , Renton, Washington, until 2:00 o'clock P.M. Pacific Daylight Time, May 19, 1971, and will be opened and publicly read aloud. SP-03 TIME OF COMPLETION The Contractor is expected tc diligently orosecute the work to completion in all parts and requirements. The project shall be completed within sixty (60 calendar days excluding the day u, starting. Provided, however, that the City Council 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 the same be in writing and accompanied by _e wriY:en consent to such extension by the surety on the bond of the Contractor. Time lost in replacing improper worK or oaterial shall not furri any grounds to the Contractor for claiming an extension of time for the _ompietion of the work, and shall not role se the Contractor from damages )r liabilities for failure to complete the work within the time required. SP-04 PUBLIC LIABILITY AND PROPERTY DP`sAGE INSURANCE The Contractor shall obtain and keep in force during the term of the contract, puhlic liability and property damage insurance in companies and in form to be approved by tha City. Said insurance shall provide coverage to the Contractor, ar subcontractor per- forming work provided by this contract, and the City. The City shall be named as an additions' insured on said policy insofar as the work and obligations performed under the contract are concerned. The coverage as provided shall protect against clairs for personal injuries, including P-Page 1 ti l). ,rrr, ri` , .3WFi t<3d`dfrh':'" TABLE OF CONTENTS SPECIAL TECHNICAL PROVISIONS Section Description P_go TS-01 General Statement TS-1 TS-02 Standard Specifications TS-1 TS-03 Existing Utilities TS-1 TS-04 Clearing and Stripping TS-2 TS-05 Trench Excavation, Bedding and Backfitl TS-2 TS-06 Piping Materials, Valvei, and Fittings TS-S TS-07 Pipe Installation TS-7 TS-08 Restoration of Surfaces TS-9 TS49 Testing TS-11 TS-10 Disinfection TS-12 TS-11 Cleanup TS-12 TS-12 Measurement: and Payment TS-12 y Stiff 4 3 RD ST. (S 18 0 TH ST. ) OAKDALE AV SW TO WEST SP-17 SCHEDULING OF WORK (CONT. ) be made up, and confer with the Engineer until an approved (sodificatior, of the original schedule has been secured. Further, if at any tirrk any portion of the accepted schedule is found to conflict with the :ontract provisions, it shell , upon request, be revised by the Contractor and the work shall be performed in compliance with the contract prev"lions. Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has been provided by the Contractor may be withheld. Execution of the work according to the accepted s.htdule of construction, or approved modifications thereof, is hereby made an obligation of th- contract. SP-18 CONSTRUCTION CONFERENCE Pridt to the start of construction the Engineer will tali 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. Subsequentiy a representative of the Contractor wilt attend a weekly conference with the Owner's representative to review progress and discuss any problems that may be i,icurred. SP-19 DISPUTES AND LITIGATION Any questions arising between the Inspector and the Contractor or his Superintendent or Foreman as to the meaning and intent of any part of the plans and specifications shall be immediateiy brought to the atten- tion of -he Engineer and will be adjusted by Failure on the pert of the City Engineer or his representative to discover and condemn or reject bad or inferior work or materials shall not be construed as in acceptance of any such work or materiel , or the part of the improvement in which the same may nave been used. * 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 imorovemarts. he shall decide all questions relative to the execution of the work and the inter- pretation of the Plans and Specifications. In the event the Contractor is of the opinion he eiil be damaged by such interpretation, he shell , within three (3) days, notify tno City Engineer and the City Clark 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 ar arbitrator and the two shall serer a third. o-Pa;e SPECIAL PPOVISIONS SP-14 FIELD CHANGES Any alterations or variances from the plans, except minor adjustments in the field to meet existing conditions shall be requested in writing and may not be instituted until approved by the City Engineer or his repre- sentatives acting specifically upon his instructions. In the event of disagreement of the necessity of such changes, the Engineer's decision shall be final . SP-15 FAILURE TO MEET SPECIFICATIONS In the event that any material or workmanship does not meet the requirements or specifications, the City may have the option to accept such material or workmanship if the City Engineer deems such acceptance to be in the best interest of the City, provided, the City may negotiate payment of a tower unit price for said material or workmanship, SP-16 PROTECTION Oc PUBLIC ANO PRIVATE UTILITIES The Contractor shall conform to Section 5.09 of Standard Specifications in regard to protection of public and private utilities. Location and dirensi.ons shown on the plans for existing underground facilities are in accordance with the best available information without uncir eying anc 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, POWER COMPANY, TELEPHONE COhIPANY, OLYMPIC PIPELINE CO. , ORILLI7�,`� an the k N W _P PAIN? for exact ocatlons o their res— p@1ve utilit e� SP-17 SCHEDULING OF ilORY Section 8.01 of the Standard Specifications shall oe deleted and the following inserted: Promr' y after the award of the contract, the Contractor shall submit for � roval to the Engineer, a progress schedule on a form furnished by the City. From this information 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 has been submitted and approved. Should it become evident at any time during construction that operations will or may fall behind the schedule of this first prograr, the Contractor shall , upon request, promptly submit revised schedules it the same form as specified herein; setting out operations, methods, and eouipment added labor forces or working shifts, night worx, etc. , by which time lost will SP-Page 5 SPECIAL PROVISIONS (CONT.) SP-10 RELEASES The Ccntractor shall furnish, before final acceptance, a written release from the property owners of each property disturbed or otherwise inter- fered with by reason of construction pursued under this contract. Should the release be, in the opinion of the City, arbitrarily withheld, then the City may, in its so'e discretion, accept that portion of the work involved and cause final payment therefore to be made. SP-11 NON-COLLUSION AFFIDAVIT The Contractor shall !,e required to execute a Non-Collusion Affidavit to satisfy the City that the bid offered is genuine, is not sham or collusive, and in no respect or degree is made ;n the interest or on behalf of any person, firm, or corporation not named in the proposal containing such a b'd. SP-12 NONDISCRIMINATION Ili EMPLOYMENT Contracts for work under this pr^^osal will obligate the Contractors and subcontractors not to discriminate in employment practices. SP-13 STANDARD SPECIFICATIONS The Special Provisions hereinafter contained shall supersede any provisions of the Standard Specifications in conflict therewith. The Standard Specifications for Municipal Public Works Construction pre- pared 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 together with the laws of the State of Washington and the Ordinances and Charter of the City of Renton, so far as applicable, are hereby included in these specificatiors as though quoted in their entirety and shall apply except as amended o" 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 interested party. Wherever reference is made in the Standard Specifications to the Owner, such reference shall be construed to mean the City of Renton, and where reference is made to the Engineer, such reference shall be construed to mean the City Engineer, City of Renton, or his duly authorized assistant or assistants. k SP-Page 4 SPECIAL PRO'JISIONS (CONT. ) SP-06 SPECIAL RAILPOAD LIABILITY AND PROPERTY DAMAGE INSURANCE CONT. The policy limits shall be rot less than $750,000 for all damages arising out of the bodily injuries to or death of one person and, subject to th:t limit for each person, a tctal limit of not less than $1,500,000 for all damages arising out of the bodily injuries to or death of two or more persons, in any one accident, and regular property damage liability insurance providing for a limit of not less than $750,000 for all damages to or destruction of property, in any one accident, and, subject to that limit, a total (or aggregate) limit of not less than $1 ,500,000 for all damages to or destruction of property during the policy period. A copy of the insurance policy, together with a copy of the endorsements naming the railroads and the City as an additional insured, ;hall be provided to the City wit^ir a reasonable time after receiving notice of award o" contract. PROOF OF CARRIAGE OF' INSURANCE The Contractor shall furnish the City with satisfactory proof of carriage of the insurance required. SP-07 RAILROAD REQUIREMEN'S The Contractor shall comply with all of the requirements of the railroad pipe line r-reemer,ts and permits, as enclosed in this document, and shall be responsible for any costs, such as: insurance requirements, possible railroad inspections, flagging costs, etc. , as called for it the above mentioned agreements. The Contractor shall notify the railway division superintendents two (2) working days prior to construction on the railroad right-of-ways. SP-08 FiSHERIES AiZ GAME DEPARTMENT RE;UIREMENTS The Contractor shall comply with all of the requirements of the Fisher es and Game Department Hydraulic Permit, as enclosed in this document, for the watermain crossing of the unnamed ^"*k 450 feet east of the railroad tracks on S.W. Ord Street. SP-09 EASEMENTS Adequate easements nave Deem acquired for the construction of the facilities under this contract. If the Contractor should require additional easements, or extra widths adjacent to existing easements then he alone shall be resDonsioie for ootaining easements, as required, from the owners of the property. All costs involved shall be borne by the Contractor. SP-Page s SPECIAL PROVISIONS (CONT.) SP-04 PUBLIC LIABILITY ARD PROPERTY DAMAGE INSURANCE (CONT.) accidental death, as well as claims for property damages which may arise from any act or omission of the 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 `ollows: Bodily injury liability coverage with limits of rot less than $100,000 `or bodily injury, including accidental death, .o ar; one person, and subject to that limit for each person, in an amount ne7, less than S300,000 for each accident; 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 as an additional insured shall be provided to the City within a reasonable time after receiving notice of award of contract. PROOF OF CARRIAGE OF INSURANCE. The Contractor shall furrish the City with satisfactory proof of carriage of the insurance required. SP-05 RAILROADS The term Technical Provisaensaisu intended sed in hto5 refer'topecial r and ston include s and p al the Burlington Northern, Inc. , the Chicago, Milwaukee, St. Paul , Pacific Railroad Company, and Union Pacific Railroad Company, but it is under- stood that the Burlington Northern, the Milwaukee Company, or the Union Incific theirCown behaifianyarightsaor privilegesll be nastled to specifiedsint or theirnpipe line permits. SP-06 SPECIAL RAILROAD LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall obtain and keep in force during constructio,i on the railroad right-of-ways, special public liability and property damage insurance 1n companies and in form to be approved by the City. Said insurance shall provide coverage to the railroad companies, the Contractor, any subcontractor performing work provided by this contract, and the City. The railroad companies and the City shall be named as ar additional insured on slid policy insofar as the work and obligations shell protecter the against claims for personalct are dinjuries coverage so accidental death, as well as claims for property damages which may arise from en any act or orission Of indirectlyhemployedcbyreitherhofsubcontractor, them. SP-Page 2 4 SPECIAL PROVISIONS GENERAL PROVISIONS SP-01 DESCRIPTION OF WOPK The work to be performed under this contract consists of furnishing materials, equipment, tools, labor, and other work or items inci- dental thereto ,excepting any materials, equipment, utilities or service, if any, specified herein to be furn'shed by the City Or Others) , and performing all work as required by the contract in accordance with plans and specifications and Standard Specifica- tions, ail of which are made a part hereof. This improvement is subject to the installation of a 12" Ductile iron water main and related fa-111ties. SP-02 DATE OF BiD OPENV6 Sealed bids will be received by the City of Renton. Washington, by filing with the City Clerk, City Mall , Renton, Wasn,19ton, until 2:00 o'clock P.M. Pacific Daylight Time, May 10, 197. . and will be opened end publicly read aloud. SP-03 TIME OF COMPLETION T;ie Contractor is expected to diligently prosecute the work to completion in all parts and requirements. The project shall be completed within sixty (60) calendar days excluding the day of star*lnq. Provided, however, that the City Council snail have the right upon request of the Engineering Department, City of Renton, Washington, to extend the time of comcletion of said work. NO extension shall be valid unless the same be in writing and accompanied by the written consent to such extension by the surety on the bond of the Contractor. Time lost in replacing improper work or material shall not furnish any grounds t0 the Contractor for claiming an extension of time for the completion Of the work, and shall not release iv Contractor from damages o, liabilities for failure to comolete the work within the time required. SP-04 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall Obtain and keep in force during the term of the contract, public 14a4411ty and property damage insurance in companies and it form to be looroVed by the City. Said 'nsursnce shall prov'de coverage to 'he Contractor, any subcontrsct, r par- forming work provided by this contract, and the City. The City shall be named as an additional insured on sold Policy inskfar as the work and obligations performed under the contract are concerned. The coverage as provided shall protect against claims for Personal injures, including .P-Pape a 51► ti TABLE OF CONTENTS SPECIAL TECHNICAL PROVISIONS Secticn Description Pam TS-01 General Statement T' i TS-02 Standard Specifications TS-1 TS-03 Existing Utilities TS-1 TS-04 Clearing and Stripping TS-2 TS-05 Trench Excavation, Bedding and Backfill TS-2 TS-06 Piping Materials, Valves, and Fittings TS-5 TS-07 Pipe Installation TS-7 TS-08 Restoration of Surf.-ces TS-9 TS ^9 Testing TS-11 TS-10 Disinfection TS-12 TS-11 Cleanup TS-12 TS-12 Measurement and Payment TS-12 ,f TABLE OF CONTENTS (CONT. ) SPECIAL PROVISIONS Section Description Page SP-24 Overtime Field Engineering SP-9 SP-25 Hours of Work SP-9 SP-26 Public Convenience and Safety SP-9 SP-27 Construction Signs SP-10 SP-28 Removing Traffic and Street Signs SP-10 SP-29 Construction Equipment SP-10 SP-30 Size, Weight, _oad Restrictions for Motor Vehicles SP-10 SP-31 Delivery Tickets SP-11 SP-32 Waste Site SP-11 SP-33 Dust and Mud Control SP-12 SP-34 Payment to the Contractor SP-12 SP-35 Liquidated Danages SP-12 SP-36 Awarding of t,o^tract SP-12 TABLE OF CONTENTS SPECIAL PROVISIONS Section Description Page SP-01 Descriptic, Work SP-1 SP-02 Date of Bid Opening SP-1 SP-03 Time of Completion SP-1 SP-04 Public Liability and Property Damage Insurance SP-1 SP-05 Railroads SP-2 SP-06 Special Railroad Liability and Property Damage Insurance SP-2 SP-07 Railroad Requirements SP-3 SP-08 Fisheries and Game Department Requirement.: SP-3 SP-09 Easements SP-3 SP-10 Relc -es SP-4 SP-11 Non-Collusion Affidavit SP-4 SP-12 Nondiscrim`nation in Employment SP-4 SP-13 Standard Specifications SP-4 SP-14 Field Changes SP-5 SP-15 Failure to Meet Specifications SP-5 SP-16 Protection cf Public and Private Utilities SP-5 SP-17 Scheduling of Work SP-5 SP-18 Construction Conference SP-6 SP-19 Disputes and Litigation SP-6 SP-20 Wage Schedule SP-7 SP-21 Subcontractors and Suppliers SP-8 SP-22 Chanle Orders 3P-8 SP-23 Surveys 'P-9 f GENERAL BID 6 SPECIFICATION TABLE OF CONTENTS Scope Call for B-ds Vi;inity Map Instructions to Bidders General Table of Conrerts Special Pruvision; Table of Contents Technical Provisions Table of Contents Bid Bond Form Bond to City of Renton Form Special Provisions Non-Collusion Affidavit Form Certification of Nondiscrimination in Employment Form Minimum Wage Affidavit Form w Technical Provisions Fisheries and Game Department Permit Railroad Permits Standard Detail for General Blocking Standard Detail for Precast Valve Chamber Standard Catail for 2" Bypass Valve Assembly Standard Detail for Hydrant Assembly 8 Hydrant Guard Posts Proposal Form Schedule of Prices Agreement Constructicn Plans 1 Instructions to Bidders (Contin.red) 9. The bidder shall , on request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payments for this worx will be made in cash warrants drawn upon the "Local Improvement Fund, District No. w.. a INSTRUCTIONS TO 3IDOEFS 1. Sealed bids fo• proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall until 2:00 a' cluck P.M. , rieanesday May 19, 1971 . At this time the bids wall be publicly opened and read, after which th,t bids will be cons'dered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for r^ceiving bids Proposals shall be submitted on tho forms attached hereto. 2. The work to be done is shown on the plans. Quantities are mderstood to be only approximate. Final payment will be based on field me ,,urement 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 examir,ed and copies obtained at the City Engineer's Office. Bidders shall satisfy themselves as tc the local conditions by inspection of the site. Work along highways must be in conformance with the applicable County or State regulations. a. The bid price for any item must include the performance of all work and the furnishing of all material necessary for completion of that item as described in the specifications. Where alternate material is bid, the bidder shall fully describe the material proposed, either in the bid proposal or supplementary letter attached to the proposal . S. The bid price shad be stated in terms of the 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 waive informalities if it is deemed advantageous to the City to do so. 7. A certi `4ed check or satisfactory bid bond made payable without reservation to the TREASV R OF CITY OF RENTON in an amount not less than 51 of the total amount bid shall accompany each bid proposal. Cheeks will be returned to un- successful bidders immediately following decision as to award of contract. The check of the :uccessful bidder will be returned provided he enters into a contract and fum:ishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail . or refuse to do so. the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explahatory. No opportunity will be offered for oral explanation exceyt ds the City may request further information on particular points. ti I Y A � t r r _. DY IU'AYII�D •� 1 _ - -- - - Y � r ' , �--:..kD�26: 3GU±J DitR�7 =��•.. 1 ' Y ' ! T f 0 F REIV i 0K' _ NGINEERING DEPARTMENT VICINITY MAP r L.LD # 269 (W- 343 �- SG0.LC QDD � CHHC KED - �._ nnrioovco.._- - •.. - ONEGT J . .or k � ^� I I i SPECIAL TECHNICAL PROVISIONS (CONT.) TS-04 CLEARING AND STP!PPING a. General Whenever the construction crosses grassed, turfed, soJded or landscaped areas, the sod and topsoil shall be stripped and stockpiled separately from the rest of the excavated material , and shall be salvaged for re-use to restore the area to its original condition. All plants, trees, shrubs and other planting in landscaped areas shall be salvaged or replaced. a It shall be the contractor's responsibility to contact each owner so affectel, prior to commencement of construction operations affecting that owner`, and make arrangements for the satisfactory protection and restora- tion of the items to be removed or otherwise disturbed g :f44 b. Clearing and Grubbing Clearing and grubbing shall be accomplished in accordance with the appli- cable provisions of Section 12 of the A.P.W.A. Standard Specificationsi , except as otherwise provided herein. No separate nor extra payment of any kind will be made for clearing and grubbing, but will be included in the applicable unit price bid for the waterline in Place, compelte. IM c. Stripping 'I) General: All areas to be excavated shalt first be stripped of y all topsoil , grass, sod and other material not prescribed under Clearing and Grubbing. h. , stripped and removed material shall be wasted, except as otherwise regjired. (2) Removal of Existing Pavements and Street Improvements: Pavement, or otTier street and road sumaces--sF��e cu, any the mini width which will permit the proper excavation and bracing of the trench, and which will allow passage of vehicular and pedestrian traffic. All pavement cuts shall be made smooth, straight lines or to nearest construction ,joint. and shall be made with clean vertical faces. Removal of bitumiro�s and concrete pavements and ctilities shall be con- ducted in accordance with Section 52, A.P.W.A. Standard Specifications, except as otherwise provided herein. Removal of concrete pavements, ail surfaciig materials and Improvements wili not be paid for separately, but will be :onsidered as incidentel to the work and included in the applicable unit price paid for t;re furnishing 1 and instal:ing of water main j TS_05 TRENCH EXCAVATION BEDDING AND ACKFILL a a. General Trench excavation, backfill , foundation Preparation and bedding for water- TS-Page 2 i 1 i SPECIAL TECHNICAL PROVISIONS TS-01 GENERAL STATEMENT This section, Special Technical Provisions, is devoted to features of on-the-site conditions which are peculiar to the facilities to be constructed for L.I.D. N269. Articles, materials, operations, or methods mentioned herein or be indicated on the drawings as being reouired fur the project shall provided by the contractor, and he shall provide each item mentioned or indicated (of quality or subjact to qualifications note.^.), perform according to the conditions stated in each operation prescribed, and provide therefore all necessary labor, egcipment and incidental necessary to make a complete and operable installation. Where a manufacturer's name is given the words "approved equal" shall be considered a part thereof except where no substitute is permitted. No attempt has been made in these specifications or plans to segregate work covered by any trade or subcontract under one specification. Such segregation and estaolishment of subcontract limits will be solely a matter of specific agreement between each contractor and his subcon- tractors, and shall not be based upon ani inclusion, segregation or arrangement in, or of, these specifications. The contractor and subcontractor in each case is warned that work included in any subcontract may be divided between several general specifications, and that each general specification or sub-head of the technical specifications may include work covered oy two or more subcontracts or work in excess of any one subcontract. TS-02 STANDARD SPECIFICATIONS_ All work under this contract shall in general be performed in accordance with the applicable provisions of "Standard Specifications for Municipal Public Works Construction" prepared by the Washington State Chanter, American Public Works Association, and in accordance with the require- ments of the City of ienton, except as otherwise amended, modified, or specified in these Spacial 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 Specif'cations, and in accordance with the City of Renton requirements. IS-03 EXISTING UTILITIES :f, in the prosecution of the work it becomes necessary to interrupt existing surface drainage, sewers, under rains, conduit, tilities, or similar underground structures, or pats thereof, the ;ontractor shall be responsible for, and shall take all necessary precautions, to protect and provide temporary services for sime. The contractor shall at his own expense repo r all damage to such facilities or strut -ures due to his construction operations, to the satisfaction of the eng'nea-. TS-Page 1 MINMUM WAGE AFFIDAVIT FORM City of Renton ss COUNTY OF I, the undersigned, having been duly sworn, depose, say d certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour for each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by s •ch reference incorporated in and made an integral part here)f, 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; th,,t ; have read the ,.hove and foregoing statement and -_ertificate, know the contents the--•eof and the substance as set forth therein is true to my knowledge and belief. CO', RACTOR Subscribed and sworn to before me on this day of 19 Notary Public in and for the State o Washington Residing at 1 1 a- CERTIFICATION OF NONDISCR!MINATION IN EMPLOYMENT The bidder represents that 'oe `J hes, [7 has not, 7articipated in a previous contract or subcontract subject to either the equal opportunity clause herein or the clause contained in Section 301 of fxecutive Order 10925; that he u has, (�::7 has not. filed all oeguired compliance reports; and that renresontatious indicating s4bnois5ion of rcquired compliance reports. signed by proposed sub- r.mtractors will be ohtained Arlo' to sr,,contract awards. COMPANY BY: .ITL Dot, (The above repres..ntation need not to submitted in connection with contracts or subcontracts which are excmpt from the clause. ) D 1 .17 14.43 1 b NON-COLLUSION AFFIDAVIT STATE OF WASHINOTON ) 1 SS COUNTY OF ) being duly sworn+ deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on be- half of any person not therein named, and further, that the deponent has nut directly induced or solicited any other Bidder on th^ fore- going work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person u^y e;vantage over other Bidder or Bidders. SJuN HERE: Subscribed and sworn before me this day of _ 19 ofary ub is in and for t e Stace o residing at therein. w' . BOND TO CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned —,'eoi•jrurution organriea- as principal, an as a surety corpor- and existing under t o laws of t o State o ation, and qualified under the laws of the State o Washington to ecome surety upon bonds of contractors with municipal corporations, as sure ty are jointly and seversllYfoTl the npay- firmly bound to the City of Renton in the penal sum of 8 a min•.strators or ment of which sum on demand we bind ourselves and our successors, eirs, - personal representatives, as the case i•ay be. This obligation is entered into in pursuance of the statutes of the state of Washing- ton, the Ordinance of the City of Renton. Dated •t Washington, this day of , 19 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution or by t e Mayor and City Clerk Council action of the City of Renton, sassed y the above of sand City of Renton have let or are about to et to t e sag nu bounden Principal, a certain contract, the said contract being num ered and providing for (which contract is referre to erein an is made a part nfrvulas t ough ___,cTe_FFereto7, and WHEREAS, the said principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provide] for in the manner and within the time set forth, NOW, THEREFORE, if the said shall faithfully perform all of the provisions of said contract in t e manner and--within time therein set forth, or of the such extensions of time as may be granted under said contract, and shall pay all an laborers, mechanics, sub-contractors and material , men, d all persons who shall supply said principal or sub-contractors with provisions and supplies for the carrying on of said cork, and shall hold said City of Renton harmless from any loss or damage occasionee.. to anv person or property by reason of any carelessness or negligence on the part of said principal, or any sub-contractor re the performance of said work, and shall idemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as speci- fied in said contract or from defects appearing or developing in the material or workmanship thin a period of one year after its acceptance provided or performed under said contract wi otherwise sb it by the City b of faRe ton, then and ino that aevent this obligation shall ne void; but all rema APPROVED as to legality: Approved: ;;ID BOND FORM Herewith find deposit it Oe form of a certified check, cashiers check, cash, or bid bond in the amount re' $ which amount is not less than five percent of the total bid. lion Here BID BOND Know All "en By These Presents: That we, _ __as Principal , and , as Surety. are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of _ Dollars, for the payment of which the principal and the Surety bind themselves, Lteir heirs, executors, administrators, successors and assigns, jointly and severall by these nresents. The condition of this -)blioat s such that if the Obligee shall make any award to the Principal for according to the terms of the proposal or bid made by the principal therefor, ar.d the Principal shall duly make and enter into a contract ,ith the Obligee it accor- dance with the terms of said proposal or uid and at-lard and shall give hand for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall , in case of failure so to do, pay and forfeit to the Obligee the Denal amount of the deposit specified in the call for bids, then this obligation shall be null and void: other;vise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liouidated damages, the amount of this bond. S,GNED, SEALED AND DATED THIS `DAY OF-- Principal Received return of deposit in the sum of S _ 1 4 SPECIAL PROVISIONS (CONT.) r SP-33 DUST AND MUD CONTROL The Contractor shall be responsible for controlling dust and mud within the project limits and or any street which is utilized by his equipment for tha duration of the project. The Contractor shall be prepared to use wate•ing trucks, power sweepers and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud contrbl 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-34 PAYMENT TO THE CONTRACTOR Payments to be made to the Contractor will be made in the manner outlined in Section 9 of the Standard Specifications. Payments shall be made in Cash Warrants drawn upon the"Local Improvement Fund, District No"o97 al—rfiT payments on estimates may be withheld until work progress schedules as described it Section SP-17 of these special provisions has been received and approved. SP-35 LIQUIDATED DAMAGES Liquidated damages for fai'.ure 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 hundred percent (100%) for overhead anc other indirect expenses. SP-36 AWARDING OF CONTRACT Awarding of contract will be based on total sum of all schedules of prices. No partial bids will be accepted. SP-Page 1Z SPECIAL PROVISIONS (CONT.) S -30 SIZE, WEIGHT, LOAC PESTRICTIONS FOR MCTOP VEhICLES (CONT.) Payment will not be mace for dry material that is delivered in excess of tte 'e5al v,e;gtt for whicr the vehicle is licensed. Any Gress violation of these regualtions shall be reported to the affected law en%rcement agent. The contractor is to furnish to the City Engineer a listing of all haul vehicles used or. this project, listing the vehicle number, license number, tare weight and licensed load limits. SP_31 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 payment 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 meter'al, 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 gross weight and type of material. In isolated cases where scale weight is not available, the inspector small measure the truck volume and certify as to its full load delivery. SP-32 WASTE SITE The Contractor shall conform to Section 4.D6 of Standard Specifications in regard to waste sites. The Contractor shall have the responsibility of obtaining his own waste site. All work Included in this section shall be consdiered to be incidental to other items of work and ro further compensation will be made. The •route taken to the waste site shall be maintained solely by the Contractor in a manner as described below: The Contractor shall be prepared to use water truCKS, power sweepers, and related equipment as deemed necessary by the City Engineer to alleviate the problem of lost spoils alorg the route. Pronct restoration of the route is mandatory. SP•Page ll e * ti SPECIAL FPCVISIONS (CONT. SP-26 PUBLIC CONVENIENCE MID SAFETY (CONT.) 3. Under no circumstances rr_y the road by closed in both directions for any extenced period. 6. Local police and fire departments shall be rctifled, in writing, prier to construction. C. Access arc egress to local residents shell be maintained at all times , with special attert,,cn given to business properties. All costs involved it the above shall be considered incidental to other costs of work irvol,ad and no Further compensation will be made. SP-27 CONSTRUCTION SIGNS The Contractor shall furnish ar.d instell construction signs which conform to current City of Renton Sign No. T-36 "CAUTION, CONSTRUCTION AHEAD," 24"x24" diamond, black lettering on yellow background. one (1) sign of the type menticneo above will be posted at each street entering onto the project site. All construction, and detour signing shall conform to Part V "Traffic Controls for Highway Construction and h.aintenance Operations" of the 1**, Manuai of Uniform Traffic Control Cevices. SP-26 REMOVING TRAFFIC AND STPEEI 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 nas been completec, and prior to said area being coon to traffic, the Contractor shall notify the City Engineer, City Hatt, Citv of Renton. Washington, and obtain his approval of signing. SP-29 CONSTRUCTION EOUIPPENT Drivers of motor vehicles used it connection with the construction or repair work shall obey traffic rules posted for such iccation in the same manner and Ender the same restrictions as Frcvided for the drivers of private vehicles. SP-30 SIZE, WEIGHT, LOAL PESTPICTICNS FCR MOTOR V,. 'ICLES All motor vehicles of trs Contractor, Subcontractors, and suppliers shall strictly adhere to Ch. 46.44 of tha Voter vw cle laws of the State of Wash4rgtor (1967 Editicr and emendments thereof) in regard to size, weight, and loads of motor vehicles. SP-Page 10 y SPECIAL MlISI0N5 (CONT.) SP-23 SURVEYS Section 5.06 of the Standard Specifications sha'' be amended by the addition of the followirg sentence: `he Contractor shall notify the Ergineer a minimum of 48 hours ir, advance of the need of surveys.,, SP-24 C,EPTIM'E FIELC ENGINE R1% Wher the Contractor performs construction work over the accepted 8 hours per dey or 40 hours per week, or on any City holiday, and the work requires rspecticr, then the Contractor shall reimburse tr.e City at the rate of E12.0) per hour. The City shall have the sole authority in determining the necessity of having the overt me inspection, and shall notify the Contractor of intent and said costs will be deducted from monies due Lhe Contractor on each monthly estimate. ; -25 K0UR5 OF r10RY. Tie Irking hours for this project will be limited to week days during the period from S:CU A.N. to 5:CO P.M. , unless otherwise approved by the City. SF-26 PUBLIC MWENIENCE ANC SAFETY 'he Contractor shall, at kis own: expense. Proviae flagmen, shall furnish all signs, barricades, guards, corstructicr 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 fail to maintain sufficient lights and barricades it the oP'ricn cf the Engineer, the City shall have the righ' to provide these lights eni barricades and deduct such casts frorr paymerts due the Contractor. A plar for traffic control must be submitted for the Engineer's approval before the beginning of construction. The Contractor shall maintain detour routes and other cutes used by his equipment hauling materials to Ana from the area. Attention is directed to applicatle portions of Section 7.15 of the Standard Specificatiors. In addition the followirg special provisions sha1*, apply: A. Traffic and pedestrian access will be rraintaired as directed by the Engineer. 1 . One lane each way to be available 7 days a week between the hours of ;:30 P.M, and 8:00 A.M. 2. Cne way traffic (one lane) may, be permitted between the hours of 8:00 A M. to 3:30 c.M. Morday through Friaay provided that a minimum of tNo flagmen be used. SP-Page 9 114 f SPECIAL PROY;SIONS CONT. SP-20 WAGE SCHEDULE (CONT.) Prior to c,.mmercing work, each Contractor and each and every subcontractor shall file a swarn Statement of Intent (SF 9882) with the Owner and with the Department of Labor and Industries as to the prevailing wage rate, including fringe berefits, for mach job classification tc be utilized. The ware rates taus filed will tie checked against the prevailing wage rates as determired by the Industrial Statistician of the Department of Labor and Industries. If the wa,e rates are correct, the Industrial Statistician will issue an acknowledoment cf approval to the Contractor andlor Subcontractor with a copy to the awarding agency (Owner). If any incorrect wage rates are included, the Contractor and/or Subcontractor will be notified of the correct rates by the Industrial Statistician and approval will be withheld unt l a correct state^ier.t is receiveJ. Each voucher claim sibmitted by a Cortractor for payment I a project estimate shall state that prevailing wages have been paid in accordance with the prefiled Statement or Statements of Intert on file with the Department of Labor and Industries as approved by the Industrial Statistician. Affidavits of Wages Paid (SF 9843) ari to be filed with the State Treasur ,r, or the Treasurer of the county or municipal corporation or other officer or person charged with the custody and disbursement of the state or cor- porate funds as the case may be and two (2) copies of each affidavit are to be filed with the Director of the Cepartment of Labor and Industries, Attention: Industrial Relations Divisi;n, 16C1 Second Avenue, Seattle. Wherever practicable, affidavits pertairir9 to a particular contract should be ;ubmitted as a package. SP-21 SUBCONTRACTCRS AND SUPPLIERS A list of subcontractors and suppliers that will be involved with this project shall be given to the Engineer for his review and approval immediately after the contract has beer. awarded. This list must oe received by the Engineer before the contracts may be signed. SP-22 CHANCE ORDERS All additional work. that recvires compensation to the Contractor for items that prices are nct included in the contract shell require a written change crcer before work may be done. E The Contractor shall to responsible for acquiring the necess.ry change orders that are required oy any of his subcontractors. SP-Page 8 e i ti a?-lb A SPUTES :AND :ITIGA7IOR (CON'i., The decision of the majority of the arbitration ooard shall be vindirg spun 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 such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the majority epirion that the Contractor's filing of the protest is capricious and without reasonable foundation. In the latter case, all costs shall be aorne by the Contractor. The venue of any suit shall be in King County, Washington, and ;f the Contractor is a non-resident of the State of Washington, he shall desig- nate an agent, upon whom process may be served, before commencing work under this contract. SP-20 WAGE SCHECULE The prevailing rate of wages to be paid tc all workmen, laborers or mechanics employed in the performance of any part of this contract shall be in accordance witi 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 J 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 pre- vailing wages; it is imperative that all Contractors familiarize themselves with the current wage rates before submitting bids based on these specifica- tions. 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 Idjusted by the parties in interest, ` ling labor and maragement representatives, the matter shall be refer or arbitration to the Director of the Department of Labor and Industries of the State, and his decisions therein shall be final and conclusive and binding on all parties involved in the dispute as pro- vided 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 ._.:h classification of laborers, workmen, or mechanics employed upon the work by the Contractor or subcontractor which shall be not less than the pre- vailing rate of wage. Such statement and any supplemental statements which �- may be necessary shall be filed in accordance with the practices and pro- .edures by the Department of Labor and Industries. 'P-Page 7 } Fisheries and (same :r Hydraulics Project Approval R DEPARTMENT OF GAME DEPARTMENT OP Ff[iHEttEa 600 North Capitol Wav General Admin. Building Olympia, Washington 98501 . . Harsh. 5,....1971._._. Olympia, Washington DWI rttee eats for r,rrrreond,me rrrrr. o E Wateraain Crossing Unnamed Tribut:4ry-11111 Cr.-Rlaek R.-Otnlso 4 Ra_. i Type cf Pm)wV IDl.tnrp erw.ml This approval is given to City of Renton, City ftnicigal Huildiug, Rsatoa....Wm.._....M35 A __ _ _ . a perform the requested project work which is covered by the Laws of the State of Washington. Section 75.20.100 of Chapter 75.20. The work may be conducted subject to the following provisions 1. LOCATION: Work performance is limited to the noted area, d*s rt - --NWt get`36, T23N. R41:, U.M. King County,.. L TIME LIMITATION: _April 1, 1971 to August 1, 1971. 3. ENCLOSED CARD IS TO BE FILLED r-UT AND RETURNED AT LEAST 7 DAYS BEFORE ACTUAL STARTING DATE. 4. ni'ECIAL PROVISIONS A a . Conduit alignment within the high water flow chaariel shall be, withia_15_,_....... degrees of perpendicular :o the stream alignncnt. b. Coadoit shall be installer at sufflctcnt depth and in such a manner ae is R _ - o __ e�O1d aubsenuent uisiu:barcc to the stream bed. C. Trench excavation operation Is to be isolated from the flowing etreesl by the . E installation of sheet piling or similar mechanism. it. gSutpment may operate in the . ater in the area isolated from the flowing streae by the installat ton of sheet piling or similar mechanism. F e. Trench shall be backfilled with clean, well-rounded, uniformly-graded, sraattlar iaterial, ranging in st-C trot. % to 4 inches. f. Upon completion of the project, stream banks shall be restored to their ortgiaa Uconfiguration and suitably protected to prevent erosion J 5. Water quality is not to be silted or degraded to the detriment of fish life during these operations. 6. Cnder no circumstance is there to be created a block to stream flow or fish passage. L 7. Debris from this project is to be removed and disposed of by burninj or placing beyond high water flows. This approval is to be available on the job site at all times and Ythe provisions closely followed by the operator conducting the work. Tr.De>.ron.1t nt Il.h•rle. .nd the Dep.rlmmt m G,me rnrrv♦ th,marl b m furtael r onelohr If dr.r n.r.I,.ry for io �,r II.CM for n of aN IIh Thtr vpDror.l �r jnat.r M a* Inr<IM of Il.nrnn llr l liver—ly na tA...aP•n,n•nt• rrn,url b held y N y Proy.Ily ame bleb onto uraur a . I.wlt of tMe Pr-o7Hyet. ...�+ /Aty. C • /o�� , Director ... ".C._ARTNIE T or r . Director wAearr102'ON DEPAIITM[NT Or r.AHE wAaMaGT7N D[PApTNE GI I181 [RI[6 Failure to comply unth the pr ri.,iorw o/ this approval .Alali ronsttlute a gross 1i demeanor. A r SPECIAL TECHNICAL PROVISIONS CONL.j TS-12 MEASUREMENT AND PAYMENT (CONS 10. MC Cold Mix Asphalt. W Cold Mix Asphalt shall be measured and paid for a• the applicable contract price, per ton, payment 04 which shall constitute full compensation for furnishing and installing the material in place complete. 11. Crushed Rock Surfacing Material Crushes rock surfacing material shall be measured and paid for at the applicable contract price, per ton, payment of which shall constitute full compensation for furnishing and installing the material in place complete. 12. Resurfacing of Asphaltic Concrete and Cement Concrete Asphaltic concrete and cement concrete patching shall be measured and paid for at the applicable contract price, per square yard, payment of which shall constitute full compensation for the resurfacing complete, including subgrade preparation, preparation of and connection to existing pavements, base course, tack coat, finishing, and all necessary incidental work. S TS-Page 14 r ♦ 4 e i i _v?►1fk SPECIAL TECHNICAL PROYI510No CONT � � •� � a+i ���yf:;;5 r .hr;'!�7"�t... ,v a TS-12 MEASUREMENT AND PAYMENT (CONT_--j Also included in price per linear foot for the furnishing and installing of casing pipe should be any costs such as: special railroad insurance requirements, possible railroad inspection and flagging costs. (See Spec'al Provisions SP-05, SP-06, SP-07) 4. Gate Valves 12" gate valve assembles shall be measured and paid for at the applicable unit price per each, in place, complete, which shall constitute full ' compensation for valve, bypass valve, cone. vault, and cone. valve , marker and 8" gate valve assemblies, valve, valve box with extensions N eol if r. cessary, and cone. valve marker; and all other necessary accessories p` for a complete installation. ° 5. F_i •e Hydrant Fire hydrants assemblies shall be measured and paid for at the applicable unit price per each, in plate, complete, which shall constitute full compensation for tee, valve, valve box, spool , fire hydrant, shackling, installation of blocking, bracing, drains, fittings, and all other necessary accessories for a complete installation. 6. Fire Hydrant Guard Posts Fire nydrant guar,, posts shall be measured and paid for at the applicable unit price per earn, in place complete, which shall constitute fill compensation for a complete installation. 7. Fittings Fittings shall be measured and paid for at the a alicable unit price per each, in place complete, which shall constitute full compensation for fitting, shackling there necessary, installation of block, and all other necessary accessories for a complete installation. 8. Concrete Blocking Concrete blocking shall be measured and paid for at the applicable contract price, per cubic yard, payment of which shall constitute full compensation for furnishing the material in place, complete. 9. Select Trench Back_fill Select bockfill shall be measured and paid for at the applicable contract price, per ton, payment of which shall constitute full compensation for furnishing and installing the material , in place, complete. TS-Par 13 �4 JP 4 1 G 'SKI h- . ...... law lr SPECIAL TECHNICAL PROVISIONS CONT_j r TS-10 DISINFECTION Disinfection of the new water ,ys*em shall be required prior to completion of the pro,,""t an(' shall be in accordance with AWWA specification C601-54 and Section 74 of the A.P.W.A. Standard Specifications and shall meet the acceptance of the State of Washington Department of Health. The initial concentration of chlorine in the line shall be 50 parts per million and this solution shall be held for a period of 24 hours. Disinfection of the entire water system installed or disturbed under this contract, including pipe, pipe fittings valves ana appurtenances, is required to conform with the specification stated herein. TS-11 CLEANUP During the time that 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, at:. . shall be removed as soon as practicable. Should the work not be main- tained in a satisfactory condition, the engineer may cause the work to stop until the "clean-up" portion the work has been done to the satisfaction of the owner and/or engine, . TS-12 MEASUREMENT AND PAYMENT k 1 . General Unit or lump sum bid prices for ail it,'ms shall include all costs for labor, equipment, material , testing, relocation and modifications to existing utilities. and all incidentals necessary to make the installa- tion complete and operable. 2. Water Pipe The ,rice per liner foot for furnish'-- and installing of water pipe, size and quantity listed in the bid s A e, shall constitute full compensation for the water line, in pla - ., complete, including: aqueous crossing, clearing, grubbing, stripping, all pavznent removal , excavation, trenching, backfill, foundation preparation, compaction, pipe, pipe laying and jointing; pipe blocking and bracing, sheeting, shoring, and dewatering, all surface restoration excluding crushed rock rasurfacing, concrete and asphaltic concrete resurfacing; fittings; removal of existing piping; connections to existing piping. 3. Casing Pipe The price per linear foot for furnishing and installing of casing Pipe, size and quantity listed in the bid schedule, shall constitute full compensation for the casing pipe, in place, complete, including, boring pit preparation; clearing; grubbing; stripping; all pavement removai; excavation; trenching; backfil', ; foundation preparation; compaction, nips, pipe boring and jointing; pipe blocking, bracing and capping; sheeting, shoring, and dewatee%ing; and all incidental work necessary. TS-Page 12 a i" .v SPECIAL TECHNICAL PROVISIONS (CONT J TS-08 RESTORATION OF SURFlACES CONTJ Water shall be added during rolling operations as necessary to secure required compaction. The crushed rock may be spread in one layer and shall be adequately bladed and mixed to obtain even distribution of the rock. Alternate bladirg and roiling shall continue until the required finish surfaceat and density is obtained. The crushed rock shall be compacted 100 percent maximum dry density at optimum mols:ure content. Water shall be added as necessary during blading and rolling operations to obtain the required compaction. g, Temporary MC Cold Mix Asphalt `C Coid premised asphaltic concrete shall be reauired in some areas for temporary patching on triis project, where deemed necessary by the Engineer. TS-09 TESTING a. General 04 Hydrostatic pressure and leakage tests on the new pipeline shall be made in accordance with applicable provisions of AWWA C600-54T or C603-64T and Section 74 of the A.P.W.A. Standard Spec;fications, except as agdl- fied herein. All equipment necessary to make the tests shall be furnishes h_ the con- tractor, and the contractor shall conduct al' tests under the supertision of the engineer. b. Pressure Test Prior to acceptance of the system, the installation shall be subjectei to a hydrostatic pressure test of 250 psi , and any leaks or imperfections developing under said pressure shall be remedied by the contractor before final acceptance of the system. '(he contractor shall provide all necessary equipment and shalt perform ail 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 ex•• peed for inspection. . Leaks a Tests Leakage Casts shall be made after the pressure test has been satisfactorily hydrostatic pressure pipeline the '.eak gactestrshalllbe cquath the lrtosure 100 Fes i . The S-Page 11 1 SPECIAL TECNNICAL PROVISIONS CONT. d. Maximum Patching Width The maximum patching width in trench area will be 5 feet. Any patching done beyond this limit will be done at the Contractor's expense. e. Asphaltic Concrete Surfaciny The finished patch shall provide a minimum tnickness 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 densit .t optimum moisture content as determined by Stnacard Proctor compaction test, ASTM Designation D698, Method D. 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 surfacing. The asphaltic concrete shall be rolled and cross-rolled to obta n thorough compaction. Base course material shall meet the requirements set forth herein for crushed rock surfacing. # ' Asphaltic concrete shall be hot plant-mix, conforming to Sect,on 34, A.P.W.A. Standard Specifications, Class B. Asphalt cement shall have applicabieiprovisions of Sectio shalland 27, A.P.W.A.r n ts set forth in Standard Specifications. f. Crushed Rock Surfacing Existing shoulders, and existing gravel surfaces shall be resurfacev with crushed rock so that a minimum finished thickness of 4 inches is ob:eirad. The finished surface shall match the slope, crown and grade of the existiml surface. 'iviisionslofaSectioni23,sA.I.W6A.hall be iStandardaSpecifications applicable aspro Crruushed rock ified esurfaccilnlga shall ast dinaaile respects mintnance cmeetl l not be d the requirements eNt forth in Sectio 23-2.01, A.P.W.A. Standard Specifications, except the crushed material shall meet the following gradation: U.S. Standard Sieve Size % b,Y Wt. Pessi 1-1/2" square opening 100% 1" square opening 70-95% 1/4" squr.re opening 35-70% f200 10% max. TS-Page 10 n p E i SPECIAL TECHNICAL PP.0VISLM_jCO Lj h. Ags"us Crossin Installation of the water main crossing of the drainage charnel shall conform to the specifications of the Fisheries and Game Department as bound in this document. 1. Casing of Watermain Under Ra''road Tracks installation and material for U e casing pipe for the watermain in the railroad right-of-ways shall confcrm to the specificaticns as called out in the crossing permits which are bound in this document. J. Concrete Blocking General concrete thrust blocking shall be in accordance with Frovision b2.14 of Secticn 74, A.P.W.A. Standard Specifications. The City of Rentor Standard Detail for general blocking is bound in these speciri- caticns. TS-08 RESTORATION OF SURFACES a. General_ Roads, streets, driveways, shoulders and all other surfaced areas, removed, broken, caved, settled or otherwise damaged due to installation of the impinvemants covered by this contract shall be repaired and resur- faced to match the existing pavement -r landscaped area as set forth in these specifications. The encs and edges- of the patched and resurfaced areas shall meet and match. the existing surface and grade, and shalt terminate in neat, even tines parallel to, and at right angles to the roadway. No piece- meal patching or repair will be allowed. Damaged, disturbed or otherwise affected areas as defined she", have edges of ex'sting pavement trimmed back to provide clean, solid vertical faces, free `rom loose material. b. Areas to to Resurfaced (1) Exi�stin�_as�h_a_ltic concrete surfac,> ,hall be patched with asphaltic concrEta over a crvshei rncF'Ibse course. (2) Existing shoulders and existir�4ravel surfaces shall be repaired crus roc ' sur�ac� (3) Existir"gtiand ceirentconcrete surfaces shall be repaired with port a�ceeent cncrete to ma..c�t eF existrrq. c. Private Driveways Private driveways, walks, and otter surfaced areas shall be repaired, patched and resurfaced as required for the type of surfacing encountered. w TS-Page 9 d y 4\yl Sp t SP_"IAL TECHNICAL PROVISIONS jCONT.1 TS-07 PIPE INSTALLATION (CCN7.) e. Conrections to Existing F{ eland Structures Connections to rxisting piping are indicated or. the drawings. The con- tractor must verify all existing pipins, oimensiors and elevations to assurr proper fit. The contractor must also provide any adapcers, ripples or other specials required to cake a satisfactory connection. The City of Renton Utilities Departmert shall make crnmectien to existing mains at contractor's expense. The contractor shall be recponsible for the prei.ertion of all existing piping and appurtenances during construction, anc snail take care not to damage them or their protective 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 of the A.P.k.A. Standard Specificatons except as modified herein.. 6" and 8" Gate Valves shall include an 8" x 24" cast iron gate valve box and ertersions if requirei by the City Ergineer. t The 12" gate valve assembly sia': include: 12" Cate Valve (FiJ x M)), 2" Bypass Valve Assembly, anc a precast concrete vauit. The City of Renton Standard Detail for " precast 12" Gate Valve Ckanber" and 2" bypass assembly are bound in these specifications. Valve chambers shall be in accordance with Section 76 of the A.F.H.A. Standard Specifications except as modified by details bound in these specifications. All valves srYaii have concrete valve markers with distances clearly marked as reoutred by the Engineer. g. fire Hydrart_Nssemblies Fire Hydrant Assarily installation shall oe in accordance with Section 77 of the A.F.M.A. Standard Specifications. The Fire Hydrant Assembly shall include: 12" x E" G.I. Tee (MJ x FL) . 6" Gate Valve (FL x ►1i; . 6" C.I. Spool (PE x PE). 5" MVO Fire Hydrant (M) Connection), e" x 24" C.I . Gate Valve box, and 3/4" Shackle Rod with accessories, and hydrant extension where called for by Engineer. Fire hydrant guard post shall be installed where teamed necessary by the City Engineer, and/or shown or the construction plans. The City of Renton Standard Detail for hydrant assembly and hydrant guard posts is bound in these specifications. TS-Page 8 i . ti SPECIAL TECHNICAL PhOVISICNS CONT.r M' TS-07 PIPE IHSTALLATICN a. General Pipe irstallaticn shall to ir, 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 uriforml supported throughout its entire length, as specified in Section TRENCH EXCAVATIGN. BEDDING AND BACKFILL. The avr-rape depth of cover for the water main shall be 4'0" feet, and the trench width stall be rc greater their 36" except at valve chamber locations where ripe will have 4'6" cover. b. Laying end Jointing Ductile iron pipe and accessories shall be handled in such a manner as to assure delivery to the trend it sound undamaged condition. Particular taro shall be taken net tc injure the pipe lining and coating. Cutting of pipe shall be core in a neat, workmanlike marner with an cpprcved type mechanical cutter without damage to the pipe. Jointing shall be eccoirp�ishet in accordance with manufacturer's recom- mbndations. r,. Bands and Curves Deflection. from straight line and grade, as required by vertical carves, horizontal curves and offsets shall not exceed the axiom deflection par ,joint as recommended by the pipe manufacturer. If the alignment re- quires deflection in excess of the maximum recommended, special bends or a sufficient number of shorter lengths of pipe shall be used to provide angular deflections within the limits set forth. d. Special Anchorage All free ends, bards, tees, laterals and any change in direction of piping shail be a0e4uately braced end ticcked to prevent moverert from thrust by use of concrete thrust blocks, tie rods and ,joint harnesses. Concrete thrust blocks must be poured a. A nst undisturbed ground. Thrust blocks shall he provided at all changes in direction of piping. In addition, all joints at bends or changes in direction, to a poirt at least three joints beyond the tangent point on either side of the bend, shall be provided with a positive locking device t� prevent separation of the joint under full test pressure. The locking may be accomplished by use of tie rods and joint harness, subject to the prier approval of the engineer. After the pipe has been joined, aligned and p-rirenently bedded, the joints shall be drawn up to assure permanent water-tightness, but not so tight as to prevent flexibi'ity to allow for some movement caused by vibrations, expansion and contraction. TS-Page 7 r 1 � SPECIAL TECFNICAI PRCVISIONS I.CONT. TS-06 PIPING MATERIALS, VANES, AND FITTINGS c. Gdte Valves Gate valves shall be cast iron body, non-rising stem, full bronze mounted with double disc gates. All valves shall be designed for a minimum water operating pressure of two hundred (200) pounds per square inch and shall conform to AWVA Specification C-500-61 and any subsequent modification thereof. Each valve shall be "0" ring type, provided with a standarq square operating nut, and shall open by turning counter clockwise (left) . The Ives shill be IGWA List 14, or Mueller A-23W. d. Fire Hydrants Fire hydrants shall he Corey T ' . '�eN}OraKelg' "yAWWA C-502-64 with a 6" inlet and a mininaaa M.v.C, of 5", 7,1' 2- /2" hose nozzles with National Standard 7 /� threads per inch and ort 4" pumper nozzle with the new Sadttle Pattern 6 threads per inch, 1-1/4" pentagon opar4tin. nut and opening by turning countar clockwise (left). wy:rants shall be constructed with mechanical joint connections unless otherwise specified in bic proposal description. Fire hydrants shall be of Traffic Type and provision shall be made for drainage of barrel to protect units from freezing. Fire hydrants shall be such length ai to be suitatle for installation with connections to piping in trenches 4'6" deep unless otherwise specified, Fire hydrants shall be IOWA or approved equal. "pproval must be obtained prior to bid opening. e. Pipe Fittings Cast iron pipe fittings 4" thru 12" %hall be Class 250, as per ASA Specification A21.10-1964 (AWWA C111.44). Joints for fittings shall be Mecharical Joint as per ASA Specification A21.11-1964 (AWWA C111-64). The above mall hold true unless called GLt otherwise cn the plans or in the Bid Proposal. f. Steel Casing Pipe The stal easing pipe shay' conform tc the railroad specifications, as bound in this document. TS•Page 6 i SPEI AL TECHNICAL PROV!SIONS_ICONT. TS-05 TRENCH EXCAVATION, BEDDING ANC BACKFILL ICORT.) The horizontal limits `cr meesuring select trench ba.kfill in place shall be the side of the excavation except no payment will be made for material replaced 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 above requirements shall be replaced with the native material or select trench ba(;kfill , as directed by the Engineer and at the Contractor's e. sense. The price per ton sha0 .he full compensation of selecting the source, furnishing and placing tre materiai as outlined in Section 26-2.01 of the Standard Specifications. "S-06 PIPING ;rATERIALS, VMVFS, AND FITTINGS a. Cnneral All pipe sizes as shown on the drawings, and as specified herein, are in rofere,ice to "nominal" diameter, unless otherwise indicated. Ora type of pipe as indicated below will be considered for this project. All pipe shall be fabricated to fit the plan ano profile shown on the draw- ings. One type of pipe shall be used throughout the entire project except a& necessary to match existing piping. Where relocation of or replace- wit of existing piping is necessary during construction, materials used shall match the existing, subject to the approval of the engineer. All pipe, valves, fittings and specials shall be for a minimum water work- inpi Pressure of 150 psi, and shall conform to the ragcirements of the applicable sections of the A.P.W.A. Standard Specifications, as modified herein. b. Ductile Iron Pipe Ductile Iran Pipe shall conform tc ASA Specification A21.51-1966 ;luNA CIV-65) Made 60-42-10. Ductile Iron Pipe :hall be cement lined and sealed is accordance with ASA Specification A21.4-1964 (AWWA C104-64), 4" Lnru 12" pipe shall be 1/16" cement linen and 74" thru 24" pipe sh;il be 3/32" cement lined. The aipe joints shall conform to A A Specification A21.11-1964 (AWWA riil. 4). Pipe joints shall be rutber gasketed Push-On and/or Mechanical as nj. uired by the Sid prrrosal description. Pipe thickness tines shall be as required by the tid propcsal description. t TS-Pate 5 i � y SPECIAL TECHNICAL PROVISIONS CnNT. ) TS;05 TREKH EXCAVATION, B:DOIN6 AND BACKFILI CONT.) (2) Initial Backfill extending to a plane at least 12 inches slong •he crown o77t-Fe pipe sVji! 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 Stanaard Proctor Compaction Test, ASTM Designation 13698-58T, Method D. (3) Subsequent Backfill shall be the remainder of the trench backfill, Zove the�nit ei backfill , and shall be carried :o elevations such as to receive the proper depth of surfacing materials, as applicable. Droved Areas: All subsequent backfill under street and shoulder cress `snaTTbe placed in lifts not exceeding 8 inches in loose depth, and etch lift compacted to at least 95 percent of max*w, dry density at oltimum moisture content as determined by AS1M Designation D698-58T, Method D. In-place density determination shall be made in accordance with ASTM Designation U1556-58T, except as otherwise approved by :he engineer. Uninproved Areas shall be all areas in the natural state or otherwise undeveToP7W wTiere slight subsequert settlement of the back- fill can be tolerated, and shall include wooded and turfed areas, pasture land, and all other areas !n a wooded or undeveloped state rot adjacent to existing structures. Wherever the pipe lint pasies thrsugh unimproved areas, the subsequent backfill shall be deposited in lifts of approximately 12 inches loose depth, and each lift shall t+e compacted by a method acceptable to the engineer to a density such as to minimize subsequent settlement. Where subsequent settlement is anticipated, the backfill may be mounded over to compensate for the sattl~t. Trenches over which excessive settlement does occur shall be regraded and restored to meet natural grade. (4) gent: 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 water- line in place, c volete. 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 •ource 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 26-2.01 of the Standard SwA fica- tions. i TS-Page 4 ♦ f, SPECIAL TECHNICAL PROVISIONS (CONT.) /y TS-05 TRENCH EXCAVATION, BEDDING AND BACKFILL CONT. line and appurtenances shall be in accordance with the applicable provi- sions of Section 73, A.P.W.A. Standard Specifications, except as modified herein. b. Excavation The contractor shall inform and satisfy nimseif as to the character, quantity and distribution of all material to be excavated. No payment shall be made $or any excavated material which is used for purposes other than those designated. Should the contractor excavate below the designated lines and grades without prior approval , he shall replace such excavation with approved rateriais, in an approved manner and condition, at his own expense. The engineer shall have complete control over the excavating, moving, placing, and disposition of a' 1 material , and shall determine the suitability of i,laterial to be used as backfill . All unsuitable material shall be wasted as specified. Excavation of every descr'ption, rlassification and of whatever substances encountered within the lim•'ts of the project shall be performed to the lines and grades necessary for pipe, bedding and structures, and as indicated cn the drawings. Temporary drains and drainage ditches shall be installed to intercept or direct sur+ace water which may affect the promotion or condition of the work. Al excavated materials not meeting the require- ments for backfill and all excess matt Aals 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. Foundatior Pre;oration ,and Bedding Foundation preparation snail be in accordance wit^ the applicable provisions of Section 73, A P.W.A. Standard Specifications, txcept that the bottom of the trench must be shaped to uniformly ;upport the bottom quad- rant of the pipe throughout its entire length. In case unstable or unsuitable existing material is encountered et the trench bottom, the engineer uy, direct the use of borrow bedding material in accordance with Section 7. -2.05 o' the A.P.W.k. Standard Specifications. Wet trench conditions will nct be considered as unstable conditions. Bedding material shall be as required for Bank Run Gravel Borrow. d. Trench Backfill and Compaction (1) General : Excavated materials that are 'ree from mud, muck, organic ma ter, broke❑ bituminous surfacing, stones larger than 8 inches 4., in dimension, and othea debris, si,all be used for backfill except where Otherwise required. TS-Page 3 .. _ siapg6lYiit ' c ♦ yr SCHEDULE OF PRICES (CONT.) APPROXIMATE ITEM QUANTITY DESCRIPTION _ JNIT PRICE TOTAL PRICE 20. 300 GO YDS Furnish A Install Asphalt Pavement Restoration S __ f •/•i S //deb °d Per Square— Yard Wor scr ( figures Subtotal S 7* " So• i 5% Sales Tax S ? 74.2 - TOTAL $ 7A,5d 9 :�,re) THE UNDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT, IF AWARDED H,M, WITHIN TEN (10) DAYS AND TO COMPLETE THE WORK WITHIN SIXTY (60) CONSECUTIVE CALENDAR DAYS AFTER STARTING CONSTRUCTION. DATE: THIS DAY OF 1971 SIGNED: TITLE: ADDRESS: ___ _ F • 44 ix. 1 SCHEDULE OF ?RICES (CONT.) APPROXIMATE DESCRiyTIUN UNIT PRISE TOTAL PRICE ITEM UANTITY -- 10. 4 EA Furnish & Install 12" C. I. Tees (All MJ) per ac or s ( gures 11 9 EA Furnish & Install 12" x i" C.I. Tees (MJ x FL) f /35. per�cn 12. 5 EA Furnish & :rstall 12" C•I• Plugs or Cabs f f Per ern 13. 9 EA Furnish & Install B" C.I. Blind Flanges f 0 Per ac 14 1 EA Furnish & Install 12" C. I. Solid Sleeve (L.P.) $ $— ac Ir Per 15. 15 CU YDS Furnish Concrete Blocking f= f ,`So.3 _ Per Cubic Yard 16. 350 TONS Furnish & Install Select Trench Backfill S Per on 11. 25 TONS Furnish & Install MC Cold Mix Asphalt ; /` p. — f _ Per rTn-�-----'_— 1g. 420 TONS Furnish & Install Crushed Rock Surfacing Material a 6,� S ,Liao_. — se -- -- Y S Per .o—T n 19, 0 SO YOS Furnish & Ir,stall Concrete o Pavement Restoration S /� ^� S_ /�• Per square 'yard iwsJ SCHEDULE OF PRICES LID-269 (W-343) APPROXIMATE ITEM QUANTITY DESCRIPTION _ UNIT PRICE TOTAL PRICE 1. 5600 LF Furnish b Install 12" Ductile Iron, Claa,j II (-.J.) Water $,p e S ^. $ 44, Se Per or s ( gures 2. 350 LF Furnish b Install 12" Ductile Iron, Class III (M.J.) Water Pipe o_ $ E E?. rs $ 1 �s Per . — 3. 125 LF Furnish b Install 20" O.D. 3/8" Thick, Steel Casing Pipe (2 Bores) $ e Per 4. 8 EA Furnish & Install 12" Gate Valve (Md x MJ) Assemblies, including Concrete Vault Per Each 5. 9 EA Furnish b Install 8" Gate Valve (FL x FL) Assemblies. Per Each 6. 9 EA Furnish G install Fire Hydrant Assemblies °s Per Each 7. 19 EA Furnish b Install Fire Hydrant Guard Posts S iT ,t $ 1BJ Per 8. 11 EA Furnish b Install 12" C.I. 22-1/2" Bends (MJ x MJ) 3 990. ' s s Per Each 9. 1 EA Furnish b Install 12" C.I. 450 sends (MJ x MJ) Per ac e ♦ t PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGION Gentlemen: The undersigned hereby certif that has examined the site of the proposed work and ha read anTltoroug ly un erstand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the fol'owing schedule of rates and prices: (Note: Unit prices for all items, all extensions, ane3 total amount of bid should be shown. Show unit prices both in writing and in figures.) Signature _ Address Names of Members of Partnership: OR Name of President of Corporation — Name of Secretary of Corporation_ Corporation Organized under the laws of - with Main office in State of W:.shington at —— o!w.' r•:•, 2" MIN -SHALL INCLUDE FINISHED GRADE � � HYDRANT EXTENSi_ WHEN NEEDED r OLYMPIC FNDRY. - OR EQUAL Cl VgLVE BOX V 6" C.I SPOOL -6" GATE VALVE (FL" MJ) CONC, 3/4"SHACKLE RODS j BLOCKING- BLOCKING 1.1/2"WASHE_D GRAVEL L X• 6" TEE J•FL) 16" 4" CONC BLOCKING 4 , HYDRANT HYDRANT GUARD POSTS SHALL BE STATE OF WASHINGTON DEPT OF HIGHWAYS DESIGN OF CIRCULAR 2' 2' 4 2 2' PRECAST CONCRETE GUARD RAIL I O (� POSTS. CJARD POST (TYP) I ' STANDARD DETAIL FOR HYDRANT ASSEMBLY a HYD. GUARD POSTS 2" BYPASS ASSEMBLY DETAIL 90°E// 2"6ole No/ve .-2"O-ewer Coyo%ip a MATERIAL LIST 5 2" Nivv/er //PSJ -- ?- 2` 9o- E//s //PSJ /- 2" Gale ✓o/re/C/ gwJ /P"operating r1u11 /- 2" Dresser CeuP/,nq PLAN VIEW INSTALLATION Dry lop when oesrib/e, 2`in ,voter main q�n ELEVATION VIEW i u OLYMPIC FNDRY. CASTING ft 5822 WITH TYPF D LID OR EQUAL CONC. RINGS BLOCK ` OR BRICKS (TYP.) MOTAR(TrP)�- +: . ,. t0 1 N 1: j r: 1 - _� X JOINT MATERIAL 1 14.1 4-0" 4 MIN. I STANDARD DETAIL FOR CONCRETE VALVE CHAMBER FOR 12' GATE VALVE I ♦ ti Thrust at Fittings In pounds at 100 pounds per$qusw&InA of Welcr Pressure '� strl Ab[.n ii 55dn' 31u dm Aw p5 Sad Y'-100 1220 1720 231 574 ISO 1330 INC 1090 619 200 1110 2270 I230 6N V--100 I950 276C 1590 739 ISO 2020 2960 15W 710 200 2350 3330_ two Sit P'--Iw 3930 55x0 29w Ism ISO 5100 Nw 3150 Ifw 200 5730 6710 3630 19-W Y'-loo150 6N0-- 9270— 5060 2729 ISO 7910 12W 5N0 2720 ego i910 1uw 4030 nW IO'-- so MN 139W 7510 NN lw 10300 15tw 7690 ww 150 11300 1SSW 0620 4400 _ fw_Il2_w i7w0__--9550 i6i0 --{'1 'fl--« 100 15600 206w 112W $709 O.TYTk ,: ('T.4 ISO ISM 225w 12M 6210 200 w 3400 13100 6720 —T4 - SO --I9600 2i7W I4300 7270 \ lw I9w0 29000 13200 1740 ISO 21600 30100 16500 9550 4 200 233W 32900 _I1w0 9060 It"- 50-2500300 I950G ow 1wL�t� I100w UW 237 397 197w 1000C 200 395w 2:3w n I09 xw MW • I n300 529W _ 2r_oeltwo I9"—SO 30M 525w 23CW II100 iw 323w 55600 29700 12600 4wo — 150 3woo 59500 26w0 137w noNJ00 $1iw M±w 15900 W'— so 36700 Sign- Uloo 153M Iw 397W Nlw 303w 13500 ISO 53000 6011100 3290 161W ---. too575w '!00 60 35300 _ 19500_ 24''- A 523W 740w_--90M 20501) .•• Iw 56M Sasm New MOD ISO 61700 $7300 9:200 2Uw _200 6920 _ M400 5:200 26M 30__ 30 t39w 117 07!0 M -.-32200 yLdCd 100 9/3w 12S Ow 63 36400 I50 96700 1370fn 79000 377n 7T.MA- 7 'tcST 2w Imm IS00A 911w 515w - N"-- w 127NO 17"m $6900 96100 IN 127w0 179000 t6900 59900 ISO 139OW 1970n Wool) 5/300 Sw 152000 fISW0 1f60w 393w STANDARD DETAIL FOR GENERAL BLOCKING I ! J •-is a• 30za" .. f i EXHIBIT - X r -� :saw 3� f C. M. ST. P. & P. RR CO. I 1 f ct11e :>vn 11ne, e.t. O.17" tr:ev.e In 5: L.F. 1p• Steel csa!m �ipr• ..`. O.ITS" �•etre ripe tc f :newl.d by Dort"d COAST DIVISION I me Jae.i:r fnae t Deset n[ 6.3 ;%s a Oept.`. of east R. vertical elearane. fn, SA m tan of c.a lnr pip 6. Excavation for Dore nit Ti+parll 12' hater LIM Dlater '"'um oi,rftloae aAel1 not D[ eioa.r Nan W rre. center fie, of t•ae6. by Lbe Clp of RwAm at S. IfDV U. faa'nn plpe to be 'Nled sit`. ll' Nits anerete Oe14De11. Sr T. ' �. MOmer KIM taallntl�9_ 3 tt a:•nct L. a�+w r�A�9 ip Ex No.10619 �� ir r IL ear of termiruatbn in sitY manner herein provided the Lkeusee Mall have no eWm or redrew of my tlt&r~Agalrt the Radon, by resaon of such termination, removal of said pipe or restoration of the 6ppus�llsseas,not shall such rertw oltlor release the 14es from say obllgatmn or Dabllity of the l.lnmess h;Wo n1W respect to an/matter or thing occurring prior to such termination. IB. The terms sad Conditions of this agreement Wag he binding upon and the benefits thereof Wall atolm to the hefty,executors,adminlsvatore,auteaswvs and ari(ru of the iespis: "parties hereto but the Lieenr shall not auym the same or any eights thereunder without the mitten eossnt of the Railroad having been Beat obtained.In the avant the Railroad snail permit any other railroad company or oempgW to use Its rid right of may facilities or premises, such Other user or users shall ben the bne t of the provisions;of indamdti sad raisins from liability inuring to the R.JhaW hereunder,with the same dact r N sgeh other osis,ar Deese more parties haste. 14. She tan "Railroad" as used U, this sgreawnt is intended to refer to sad include Chlcagor etilvaukae, St. Paul and Pacific Railroad Company and Union Pacific 10i1rw4 Company, but tc is understood that the Milwaukee Company or the Union Company a:tin& separately shall be entitled to assert or enforce in their ovo behalf as against the Licensee any right or privilege bersin re"rwd to the "Asllaoed", irraspactiw of whether the Milvaukse Company or the Union Company )olns therein or mt; provided further, that wither the Milvaukse Company nor the Union Company stall sty sepaPtely assert or enforce any sucb right or privilege when such action shell inwrfsre or conflict with any right or privilege of the Milvaukae Company or the Union Company hereunder. �i IN WITNEW WHEREOF,the parties hereto ha:a o.ecuted this Agrsamset&be day and t esr pest&hew Virtues. CHICAGO, MILWALK=ST.PA UL AND PACMC RAILROAD COMPANY, By lkemtmy IMMOf#-MLSMItGfd MIIlWD 6 IYYIG&TI4t COMMM Irrom rat � rn Con nresrw _ ■fit Anders By Title benferr, CM Q m t= nl Sty COUNTY or g1�f.lI1G.A1mSLSJ<.IYJMglttrrr'rm .__ Llcewea BY— Aghast Title Secretary N.ni,ipal Building Address: . BWt[on Yashin.eon 980tS FORM APPROVED J.,..0 ia. talsaMtr /n y[ K�1 aA11tLa -per-�,Z-.{...q,rM. .P.r g,aa OD P . s i role tr.rerw i g. The Licimme shall bear the entire cost And exp-nae mcu,red in connection with the constrvcna,afainteMae.renewal and removal of said pip., including all cost and expense incurred by the Raflrom m me amnectmn therewith for all work performed and materials u.ed,and for supervision and I p.All wain If taWtb ,LLtent`On n ,mate onvme and removal of mid pipe within the limits of the rllht of..,of the Railroad shall be done by the Limome under the supervision. and W the aatldaetlon of,the superintendent d the Ialirood.and no work eh.11 be done by the Limnene upon the premisse of the Railroad with dro:notifying mid MuPerioteuden t of U"AWY dea•-, so to do,Provided that the RaJ+theoad my perform Sinus work by it dammed mrmauT te support&ray c'its tracks while such work is heme dons Sad any work ,n resume the trot and rombed a their former condition,or any other workby it deemed to he w cocain Ira right of way by reason d the installation,dteRtim, nuslntermas or removal of old P W the lacensSe agrees t>repay to the Railroad prome.tly upon the rendition of bilk therefor the Dist of&L' such work so done by it."Cost"As used in thus agrnmoot shall nvao all Assignable cos&.plus 109t of all labor items a corer elements Of expense out capable of eaaet aaarl"mosolk Mod Shall include charges for trans por"'oun Of main and mMterial At t• •- •ca and Acorn"Mew on matreiaL 7. TTe said pipe,AM all parts thereof.whether within or without the limits a the gtrmeas of'a Railroad,ahaP be constructed and At all times maintained,repaired,renew gr renewed and*Mated in such man w cs to cause m interference whatsoever with the mMi t.oentmmous, And uninterruptd use of the to Aa, f&c:litim,property And pnmhim of the Railroad.both As regard&*pers'L:...mn!ri..,ena.RpLLR and re vw. Al&m new maet•ttetion by the Railroad.Nothing shell be dons or suffered to be dons,by•"._, r&eo of any time that Will to any t usensr Interfere with or impar the umfulase of my trades,t'aprovememe,or•,titer facilitiee,now or hereafter maintained upon mid railroad pre nkrs.or in Any way:nterfeR with,aberrurt or mdamir.railroad Operation thereon;and If at any time the RaRrosd&hall be of the opinion thust the preA Arm,rend;t,on or use of laid D:Pe a Any w&Y inbril with the ooppeer&tion of the railroad,many um whkh the Railroad desires to trams M its property.it may forthwith+quire the Lnnaea to remove.&Iter or repair cold Plpe.or may Rrou",alter Of repair the same at the cost of the Licenses. S. When boring and lacking openctog are required on the right of way of the Railroad, the head.mg,from which the boring and lacking operations are performed&hail he lased nut ley than 12e tuna the depth on fat from the base of the nil to the bottom of the trmeh,ppIIw g.6 feet,from the cants line d m *pentad track, measured at right sr,Yle+a the meta Has d [As track. 9. 77us Railroad shall have the right at any and all timm to ride r lower Its grade, to make such changes.e its attar track or traka,roadbeds,structures and facilities or In the present etanda,is themd Rod a non&tru se ct,maintain and operate such additional r ,Ada, in ka Atrurture, AM fadlitiea on mid right Of SAW over and S and Lamm said said pipe as from time m time it may elect And may do w4 baver is nee► ary to enable It tc use said railro&d Premises for all lawful Durpose�;ad&the lAomem agtew at L oamese's sole re OWL sold within m days after written notice from the Ksilrod so to do,to remove mid carppse a mid sarb changes In,additions a or changes in the location thereof.As may In the judgment of the Railroad he necessary to conform a toe chan�,alterations or new construction by the Rsllroad. U the LlcenAee shill (a m m do the Flatimed maY.ti t m elects.in addition a say other remedy rose it may k remora mid Pipe r make such changes on,additions to or chmgm m the acatkn thereof as Are nemm"y for old PO Team W the Lcacsm agrees to My promptly upon rendition of bill the cost thereof provided,that the BallroRd my In soy avant at Its election do any of such work required W h upon its does up its right of with• cot rotia and for W such work the Licensee likewise agrees W pay promPtlY upon renditiw of b0l the cost thereof.All the teymA,conditions And stipulations herein expressed vtth reference a the eoostruetion msln. tesMee repair renewal removal of Will pipe in the location above described&h&R apply to the samr As relocated,changed or not dined within the contemplaNnn of this section. 10 The lit ones hereby granted sex subject to the superior title of the Ill to Inc aid property ad&to all ether outstaMing And superior rights,if any.And the IJmmes shill not b))ramen of the Ihmse hereby grand sego or mmi t my title or clam of title to MY of sold property mymm to the title of the Rd& amid ar its succesmrR and upon any abandonment of the use hereby wiN.rhed or upon spy tssmbsatloe erg the Yves hereby granted.such bile,hLLl RmRm In the Railroad.its sueosmre and snips,!sea spA gl&gr of aY rights err elalms of the Lemim, 11. As a nuterisi consideration to th. Railroad for entering into this agrv, ent ad& without which the Railroad would not enter onto same.the License agrees to,ad&hereby does.Rki indemnify mid am heraelsm the Rdleud.tte Otters,agents and empioyes from and against any sod all lability.low cost, dam MM QxPse,wttkm,and claims fur perseMi injuria, including lath. RgRrdlea&of cause, mffend by W poem p'hateesser weak upon Ne nits premise, in connection nth the construction,ooiywcrnRtbn, eeWtaenm,repair,ressmal or removal of Will Pipe.Or for persons;injuries,in•ludinR death,suffered by a spa pmew shou rer m for or arising out of damage m or destruction of property of my party whom* eleel.feadestleg thM herein.1n any manner arising out of car numd or contributed to by the existaas, peerage, maintensooe,ce uon, operation,repair,renewal. use or removal*f saki pipe. IL 'hil lianas may be tfrn noted by the Railroad forthwith fin any breach of an of the mveMe4 r Msesaab he rem eonalss am d to a performed by the L OMmAi. d this right be in addltkat he col Other rlghes at iv r fit equity Sr,. name of such breach.les jca to to mlua for Spy such bemeh aba Oct ass dMet a eR1rw of My ft t ivs breach.The rights of toe Lf rem,shall Alm termlnsie in case Llemr Ma abeedm the Me of mid,•es or Iml t i on the mess fin R period of one year The Railroad my Also witbmte mvOkdmWt "is this license bygiri'tr thirty days'notka in writing.mailed bothe Lkmew at the address mad below t 14mature of the Licroaee herein.Should said pipe be Permitted to be in bad crime w condition m the j'•dramot of the Railroad, for my continuous period of twenty-four home, the YMiirad n Rkewks n mks the limmee without notice Within an days after my LermlMtbe of this sgrseamt W Lk'sere..all remove All property of the UeMuwa from that portion of the right d way d the Rafhu&d at omtr//sad by the—dbed or tracks.And Ahall rest.a the satisfaction o!the Rai road's MoperatMdat the raid right Of"Y In we god condition As it was in It the time of mMtructk n of wad pips, OW K the Lases"fain m to do the Railroad may do such work of removal Rid netomtkn at the cost and saya&m Of the Lreesse.The Railroad may at Inc Option upon Any termtnstkn,at the cost and egpmm of the LAND ,reODre the portion of said pipe lasted under said nMbed,track or tracks,and resume mid roadbed to as Bud mMitkie A,It woe m at the e tim of the mnatnuticn cf mid calvpee,� m it may Pat t the Lierea bt do IN*lost r d temovLL apt rssfmntfm undr the supwision of the R&Rrvd's si psrlptMOml. i r.saet+-u•.r+w cos oowt PIPE LINE AGREEMENT 7'III8 ACREEMIENT',male end entered into this the by avd between CHICAGO,ernd b u 8T.PAUL AND PACIFIC BAII.ROAD GOet'.ticn.Fere+nefbt rat COMPANY,• I�bep.py YSIJOip L NA9IG1SIQ1 Ct117NNy, an Oregon cot 1111vatrkee LwIMaY" and OXXGgt-tiNgN 8Oap cum M • Otah co[pnnttov, hereln-ft"Iollec tivelyln ternd to yI the '•iyjnMM LoeJanY," uid Mil eraulrae Cwpeny and Bad union Cwpany. ben SvatWr col lectlw3 c "b41toW" and LISP Jr iIrCON IN SNX co,LTISY Or XIM MD gTAlI OP I'�fN31L74Xt. Y allad 1. term and all Isnguape herein reterrin8 th�m eliallr W�the"Lieene,m;' (tt Moore than tax m+tlY to cwh licevaey). be int0tPreled in uhs planw and relere WITNESSETB WKERRAS.the IAMMI vd under the RWrod�spuremieee at raw Mduv�i wl. minIsim and operate a amain MID. apo� Xing Couaty, washlagt" to be uud for the purpeee harefufter set foYth. NOW. THEREFORE, the partite muttWly agree follova; me&.k��ReL'roed.!nr aell im m-eidentlon of the pyme.+M and mvenante bertinefbr mentioned k he Dsrformed ter[Ae Linnaa,duex nrrehY I:aax and permit yid Licenser to mnstroet,betas, and thereafter duri.+.e the term Aereof m memW, and "Para[, under, alone and to c the 4 bla y ^rupetSY b the manner and-ablest en the term-and oovditiora hen.➢rovided,a attain Di[' to be used OWY for the Duryye of a water I lne sheave 1•r the yal]ow line between Dolnb lettered ",A .8 the!oration vow Uhl map ctta<had hereto. - g" W kxatfoy AM made a �rted "Exhibit X",dated 8epcerbar 9, 1970 (Xe. No. 30617)end two wt U aa, ut The Aom'darlee";Exhibit ntlrosd rIXAt of waY are!Dated u shown by the Mo. 061 hea 2. The said pipe sha8 be of LLn II Ducclle iron Of net to eansd II 6 10 It% At all po,nte where yid i end have• ltameter I""ahall be iutald and maintained at such lge➢th that th➢oe D�`eee Hoesch the.dadAed or verb the nvtaiv IC sha11 b opt ley thap -oD u!su,A .it.., i.r ar. such peel L feet,vteuured veltitahY. Mlow the base �he rwk of aq The said wear lint xi+sll concise If a twelve Inch (11") Llu+ 3I Ductlb iron cattle pope placed loads a twenty inch (20") steel uc ln$ Pipe, -la feet (6') Mloe Aaae of nil, extendro{ unMr= h the tight"t"' and cock of the 9a[lroad q Aa"d So Ye-Wr 9,n, between the polrts latrared A - g�:, as shorn On Xxhlblt 'T" 4ue 9e pteaWi 9, 1970. The -Pocltications for —ter ial- and tlae tons[ruction Procedure sWll be ex out- 1lved In ye11w Coler on CIA slid Exhibit V.. 8. TSe Went, 'yyip-"wherever used ne"in.not otherwiae herein mtdlgy,Ine11 b anstrued to ateen all of the ptyr-abort dw[rlbed and the rasing,and bile o(r,mmga and all Wpurtanaaae thereof. a. Th4 a,,a,,aati street until termbatMre wshall be ono eriortivethe'n from,uw!after theprov Jab hereut aed shall oontinw b/all floe and ere of Ys henbdter hNd. g" Lanes ahaG Wr to tEdLlmeYsupon e��iuniioe of tAL beast'the•vat rat afras "Of e mmst the curt ot0o tar, )preparation theof.The Litmty.s1y11 par all aeeesemepb or text whky _MMn d t but or ran account of yid➢Ipe,or the use theeeo!and shall Indemmfr end yva g of,mrz ib Or t e a Droperty from and acwtat an/and all liege ae rtmma op aeenunt 1 1, 1 "1 ky -,TER PIPE 66660664 ya PERMIT. --_.-_ yap AY.N6L,89t /6digtmm Ymrtherm Inc., .ro:..h.u11N R•...r(s+,m,.^...e,ee^^ CllN A N>•L�, TM sEmla stltr .flew v stoiatNal stdLllms, m..ta, rsshtmgtw 9635E .r... wNN.h A.r4JbnIMNw<YPNr.•wiwlra�. � �Lm+ h.,osl•w ev IM Pw .. . arts[ Nip ltaa hamairttt�rahJM d •r •Lmailitlr•, star tM rl/ al q t the a7 omww"afti srtt the* weNtom clew[, W sW Yes tsslata at l sts E.tlaq r Nsmmw, pas �V r M L.lrl M aaMv.m.ur 9T1 T a lr h6 w them dam" ur Lsr dlepr os ur Ya Nmimt Move"omYlatml, USES" lhi:Q slt •l•, am c/ this �wamr tllrata L.% . N\vt try. rA�.rr.� .e.. .rA.yn•..^,,w .. ... Nth-r.R......Con.<p I.,IN'.Fn.,r rM o^el 7r yT3tm (*,e" tm Ys ftu Gloom, ,/ethw than L.I.O. Assessments in comloctian with As wstarlir• Om subject of this psssit. .N..0 w...—1....._.Mx..,M I•• .e 1•............., .^erF.„Lan... a..1.ry r row[•. .M..'th.• <A.M•rM.w:1 Mrw.IMP IN J,•An" m e R.,I..,C....., •ri ON•<I .,.�p•.w uMwr F.�.]0�d r< . • n.,c..•ih•Y...• l.r ep•µ p M•W. L 1.1 T4 Re,"....M1 N V b. .x b Pw.••« w LJ F ban wean 1.nN. M.< n N , , .r.,N. M<rMiN..•imrwy.w .•w•.d.,w:d I•<In.� `F.Di.,m LN•w•wrLw,•I Mw I.N Groy�r.tll<M14 Mx rwM<w tl 0N, \•wd CrMI.•.d Iw Ie.A Fxnm 0owr••w..II VVN R•ilwr Crrwy M«uwYJ rF, b Ma .i M N et yn uyN.IN..0 row.Pat, aO M M•NLnNa Nwl NrN wIMN i M ONIINI y <I•y Mw M•pnyN,RxbN C<n.Nnr vJl r.M rhw wplu..All«r\M.w.Iw'\•Pwl„r µdl 4 4wn N IhFMNn r.r•n• 114 rMnF•q M • bmN d 4 .ru vN C•.Mr wJ Iw .vJwN«M p1w[ r N�FIw•Fr, M~M r [�\•r N'I.y.T.D•,.�w MMMw•.wJ.r•I RI•R Ir.a,Grow[MNI MK M rrFA•.... eN •JP•wl b..aw«w y N.�.MI.,w r.Mme wan wr,.l«.J w M.w\w 1•ryI N 1 hit uY,•NI r r:,AM.««.[Aw.eNx:.Iw,w nwrN•MINN•I w.N dww N 4MIr•/,NJ M<IIIIIN N ..N.N•M,r N•r�NNF,•wu, •1 N.M Mr«l,w.mreryn al•►rIIJ1M, N W Nan•.,Fw m .F.M n.l e,wn Nlp.M M.r.nniN,I. iwrs...w•.l M ro11roN N R.II.N C III+1 ,N. W II M Nn...M.NNN el o-Z,th nr M.war hw.in N•.J�J • • .,.aw• IN N.M«Nan Mw p••.w erNl.w man dwN<,wlwrxywF,s I, N•xJ lN,la.. Aw\r N r M wNY N..r.M..K.I M 4M4 ...b.dm. . • •M p:11ae111N.rr.FNMr••M.,N.p x NII..,C•rowI fv F w NrN,.Frr RNI.Ff C•NM•...r.w�r.M.Wh.MAr11,RxMrvN N NF<p•NNx, M<IxwN MINM<N Fw RNMN CN• Nw•w rrxFel N•wwx NY Iwx x N.uy.,n mY�ry w•i F:wy w•N.•iw Np r••emwNHJ+1M M w•i. ' I<I Iw M•s•R<i1.N Cn.,wY M•n•'•^pw .q.w.:/i wMN 8yiw,w N rnp«My r IYM.JN,M MF MIN d ye. MrNow.rpN.bv<Nw,rNxr,NrNrm,«�wlww<.,mA•Nw«I•1 prJ l.<III.1p\Y NMx,,- p[MNI Ix Jw Fwyµ 2(.1.PNw•NN<MIl W.M<ywN�w<.n.d 1• Ax .N C..,.nv(w wµ IIMrM N i.y..NN F.NIN.Rwr:.ry GyNr .1',MaY awixN N M...MgrN a al•usA II• M^F>r ^ ,.cram,w1N,wJ FNwI,N..•11 M w0 FWwM wJ.EMI yFl].M wro....r•.••d•J 1.".rw.,.W y(0/.I.rIM M•••hid Molni..•hall m•a.•q r.r ..woo ro M•.. .r d..y.M wil...d r r .r,a N R<.IM) My Or ..FNxiw Nd w nJwn,b ,nJ.«•Ao.w.axl.N C,.Fw•Mr ..N.J,.M[NN.e nliinF,•.<Y,Nd.•Aw r.M•r.I Rr law G^rr.w Nry fRr.A NIM,4,M (\i..=N fact""... AN.\.+[MrwM�h.ld F.,wly ••d inM 1 W:M •w M M•wM' JN.N. J I mar M . .ro11N� nrol wb<F.. N.SY Mnrr,.d n M.rnui�u-/R..bry C.yrr,•w•N al yN r ]..I.�r Mw ther..:.I M,.I r.r.,rNA W ION,..I MN.NN.I,me,.Moo rNN.N N., N... W ha,wl,ar w N M 1.•wr,..sr 4.�.,r C.s wi rMrO I Nan.M M o.. Nm rhiJr 'J Aw.00— A x N•I« MrM L•ow". S.P. .MNI......1.r.uip Mu,wwu.:Mr.M wi,,.w[r<N•N a.IN,Grow,. MN.h.MII«W 11 W r.J b,41 Iw.,G.r.w, +.rlw•C..iNr •N•r«M.,lµ,1.Mr•NIF MI.-.A N N,Ilan. M. .1 mia �96! JN, ^•I.e...ahw A w.w.l Nl:w 4 1 r A M•N.NM 1 wan N M rw1M.Urw M.NI.•iw 1 M I_ N n m,•hid nn.<wr R..IwN WrN•N I.rM.i,L.y. Px.i•w FN IN,wINN wJ x M NI N M.rrw•I.r .6.11•. .M.Ir•n.N,•!9sdvry CV.Fr,b�.:.INww,M•."�'— • I �N.Ndii�L + TAq pNil b,nw•N.\rw M .. I« .and e[m....J wan,hwl.l.•.rmr.a M wil.N Cx.•mr.Hp..,M 1 wa N.w.A1A NM[II �.IN...1. I.LN 4.u.NN.MII M.NNrvmJ.• •.e M N. < d Jmv A M. Ly TI• m.••.< CAM innlatpLtrt3a hwd ammrt live'. an aid t tlw W aWllt pLAs or to" jaetims flt to islmmoruo awww" rep sNPwri Galt to saWtmu m of aslla No* use. IN RITMeSS WERCOF the r.N1..MN n«WN the M.i•MI• ltth N,N rjrchI io 71. N66LI66TON 66mT6N6m INC. •�e��Oaltmawa wwr«...Nww.ro N Pw.uw.. LI' 1 ti^ 1 n • i ' 1 h • i _ rlj+ArArY tRlNlrrT�,� 1 i I _ • i as ILA 1,t T'y i 1 Roduaod Print no .Not seat*' C ` D£TA1L (EASEMENT AREA AT INT1 'SEaim 5CA1E 1'•20' ! ' I L SEE SHEET 3 -. C Iry 6 14i NTON I - •r�.r•sw•r• sr+ur..rN• T :; Y TAN . i 1 M ww _ STATE �,,,,•� INI 'deduced Print Gr� �Z� X Do Not Scals op V C1TY ^F TUKMLA \ �, 4F T7 Oi R[NTON ����swa «teYra was�w,waw♦ � � rwrs5W a T i a CITY OF RENTON 1� \�, ��►�� SCALE 140 \ Reduced Friat�irY .rss•� 1n3+�M S�3Clf_' rarr .,jr,.' / r Do Not Beale �` • .tt.•�iff7it�= e I �� �� __ � I YrI' rV(mil✓! , ..�_ •�"'� f� i )� ;-{_.--�—�� r• .-era Jli� Rrver S = TY G T l!KWILA ' 4k" I I S 5 4 r j tL 'I1 +M? W7 ST ANC i i _ - - C:7Y OF RIENTpN SCALE 1 40 Y Reduced Print ~ 1. no Not Seals - Z 71 AVE. S. i � � •It i U i 1 �% i Js- t ' i - s � 1 j ir _ c� Ln1N C� 0,)v {\ JI,�•F I�Y�I t. 7� ,lJ� �� [~�I Tsar• atifloft 1 Grae,, '' �2G7 SN�4aeST i er S i CITY OF RENTON a a S i I a ; _.�J`� ( 5. r *M T r 5W. ,; 43 5T. Iteduced Print t �. 90 Not scale //i uTr oa RENro" ` •• N �' SCALE 1'- 461 i_ Ii ( war wtwwra 3�i....wi w♦ c`r r CITY OF KEN T T _ Y . 1 i - i x l __ - j _ 1 it Nor i r J I r , f 72"' ACE. S.TT �I + 1 AA 01 i I }. .h t � � � � I • V• r. � � t I i � -� • . s E i 1 � f -I � ` ' � I � f 1 i . �7 �I -' I I , lIl c I �! i^—.►i:.rw+l.re. I N --- I 2 {� 'I�1 ' I • O tiNIM�b•II f �p- Ck^� `a P ♦ P RR G I 1 r G M11�•.1Y/.-N r c �•• • ' liun RR.G 144 ' y i au `� i t � I I 1 f I ( • � H 10 Z O 00 a -- p — { I p p ---- 1 i !I 1 ! { 1 I I � c,h•1� ... I�r � en I ,I " .o I I r }i 1 i •.( /f'r rI sa br.. I� �! �Yww�I.YM's'1 � '} IP cl OF' RENTON f { I � CI7Y CF KcNT 4 f.a rrn..(«r.r..•.(..e'rw•w � � .w kJ uwlx..«.wew.t•as.w ruw Ms: J • I f i � sea..e.a ryas ` C TY OF RENTON Wot seal. C1TY OF KENT JA ■ c , / + fY r yT r� 40. --- _ }r OF 11ENTON xA�€` ''° XTAIL A -A. � :sj p i tI OZ69 = 43w5T AND l m r ti I , i I r it LID - 269 - R '� I' I \ F SW. 43 ° ' SR I ST.� ,►Mo I ( est Va'`ey Hwv) Ij T — a � -- L -- Ll p I � -PR J CT SITE I + f { T T� 1 ]py 1 I CITY OF RENTON ASHINGTON UTILITY ENGINEERING DEPT. JACK WILSON , PE. �Y !J - CITY ENGINEER -I Page 0 0) The Contractor shall furnish a surety bond or bonds a. security f r the faithful p^!rformance of the contract, including the payment of all persons and firms performing on the construction project under this contract or furnishing materials in connection with this contract, said bond to be in the full amount of the Contract Price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. (11) The total amount of this contract is the sum of , which includes Washington State Sales Tax. Payments will be made to Contractor as specified :n t„ "general conditions" of this contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attesting by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above written. CONTRACTOR THE CITY OF RENTON Mayor - ATTEST: City Clerk VW A Page 3 (5) The Contractor shall hold and save the City and its officers, agents, servants, and employees `�armlegs from any aad all liability of any nature or kind, including all costs and legal expense incurrroc by reason of any work on the contract to be performed hereunde -, and for, or on. account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the contract, including its use by the City, unless otherwise specifically stipulated in the Contract. (6) Any notice from one party to the other party under the contract shall he 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 therec- or by depositing same in the United States mail , postage prepaid and registered. (7) The Contractor shall commence performance of the contract on the day _, 19 _, and shall complete the full performance of the contract not 'later than 60 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 b; said delay will be the sum of One Hundred Dollars iSLrflL L01 , as liquidated damages for each such day, which shall be paid by the Contractor to the City. (8) Neither the final certificate of payment nor any provision in the contract nor partial or entire use of any installation provided for by th s contract shall re- lieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship, The Contra^tar shall he under the duty to remedy any defects in the work and pay for any damage to o+hPr work resulting therefrom which shall appear within the period of one (1) year from date of ` nil acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof. (9) The Contractor and each sub-contractor, if any, shall submit to the City such schedules of quantit es and costs, preoress schedules. payrolls, reports, estimates, records and miscellaneous data rertaining to the contract as may Le requested by the City from time to time. f ti 01'� Page 2 (3) If the Contractor refuses or fails 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 fat ,. to ccmplete said work within such time, or if the Contractor shall he adjudged a bankrupt, or if he should make a general assignment for the benef t of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his sub-contractors should violate any of the provisions of this contract, the City may then serve written notice upon him and his surety of its intention to terminate the contract, and unless within ten (10) days after the serving of suci� notice, such violation or non-compliance of any Provision of the contract shall cease and sat'sfrctory arrangement `or the correction thereof be made, this contract, shall , upon the expiration of said (10) !ay period, cease and determine in every respect. In the event of any such termination, the City shall immeliately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perfe-m the contract, provided however, that if the surety within fiftee� lSL days after t"n servinc upon it of such notice of termination does not_p r rm the contract or does not commence Performance thereof within thirty (30) days from the date of serving such noti,:e, the City itself may take over the work under the contract anti oro.,ecute the same to completion by contract or by any other method is may deem advisable, for the account ,end at the expense of the Contractor, and his surety shall be liable to the City Tor an, excess cost or other damage; occasioned the City thereby. In such event the City if it sn elects may, with- out liability for so doino, take possession of and utilize in con:fleting said contract such as materials, machinery, appliances, equipment, plants and other properties belong- ing to the Contractor as may he 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. 4► z THIS AGREEMENT, made and entered into this _____day of r 19 _i by and between THE CITY OF RENTON, Washingtor , a municipal corporation of the State of ,Jashington, hereinafter referred to as "City and hereinafter referred to as "CONTRACTOR'. WITNESSETH: (1) The Contractor shall within the time stipulated, (to-wit: within 10 (ten) calendar days from date of execution hereof as requir,,d by the Contract, of which this agreement is a component part) perform all the work and services required to be Performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equip- ment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's project (identified as L.I.O. 269, WP No. 343 j for improvement by construction and installation of: a 12" Ductile Iron water main in S.W. 43rd Street from Oakdale Avenue S.W. to SR 181 (West Valley Highway) anu in SR 181 from S.W. 43rd Street north to City of Renton and Tukwilla City Limits. _ All the foregoinq shall be performed, furn'shed, constructed, installed, and completed in strict conformity with the plans and specifications, inclucing any and all addenda issued , by the City and the other documents hereinafter enumerated. It is agreed and stipulated that said labor, materials, appliances, machine, tools, equipment and services shall be furnished and the construction and installation he performed and completed to the satis- faction and approval of the City's engineer as being in such conformity with the plans, specifications and all requirement, of the Contract. (2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents all of which are com- ponent parts of said Contract and as fully a part thereof is if herein set out in full, and if not attached, as if hereto attached: (a) This Agreement W instruction to Bidders Bid Proposal (d) General Conditions (e) Specifications (f) Maps ana Plans (9) Bid (h) Advertisement for bids (i ) Special Contract Proviiin• +. y SW 4 3RD ST. (S. 18 0TIl ST. ) OAKDALE AV SW TO W-34 3 WEST r j V� 3L srs�. z If 7 e, xQ 1 i OAP 7 y C �C_ ". Z �/� CD zCDOCDC) = 41.E 3�g i al' 2 - 1S�Z5dxa�3353�� = 3 �. G£ 73,E l _ - 4 f T n Y 1 �r i s. r IS I � t f - -- - -1 t � � f I I i l0 im i I i I I i I� I f J _ J I i ZT 4' CJ�._yC�y =az 6n7IT I �� { > ,w o 1 ti 4 SZ 'J I W i 1 4Y t�l Q Cs.4-2 r J 61,5� = tFSei£8� Qbc�o4 SS� n `oGoGStCSt+4 Y f r � . t +' - E �7 1, y1'. (J LP 838.9 J Cc�c 83333 i 3 78_Z' C o 4,67) �� �co3333�7 207 523. E3s PROJECT NO. r-tat C 0 1601 UTILITIES DEr"ARTMEN7 CITY OF REr7TON WORK ORDER NO. WASHINUTON DATE SUBMITTED 7.74_711 DATE COMPLETED DEPARTMENT Water' DESrRIP71014 OF WORK Equivalent 6 xin in S,W. 43rd Street F, SR 1R1 14ECESSITY WORK TO BE DONE BY, City Forces [__) Contract G� Others ITEM QUANTITY I UNIT I COST AMOUM F 6 I 6" C.I. Pipe SR13 $4.75 27,611.75 F 6 1 6" Gate VLIves R a. 125.00 1,00n.00 F G I Fire fydrsnt Assemhli,s 10 a. 575.00 5,750.00 Misc. Fittings Lump S 500.00 500.00 Cone. Blocking In .u.Yds 30.00 300.00 Select Backfill 1300 u.Yrs 2.50 3,250.00 Asphalt Street Restoration 50 ,Yds 6.00 3nn,00 Boring 6 Casing Lump S 7,000.00 Pipe for Bridge Crossing Limp S 3,500.00 Sub-Total (1) 48,nll.75 i 51 Sales Tax 2 445.�q i Sub-Total (2) 51,357.34 1SI Fngr. G Incidentals 7,703.60 TOTAL COST $5n,060,14 A9rRVJED BY JUFI. OF UTI1.I7IES DATE APPROVED 1 PROJECT NO. A-343 (LID 265) UTILITIES DEIARTMIEGT CITY OF RENTOU WORK ORDER NO. WASHIN(7't; DATE SUBMITTED_ 7-24-70 DATE COMPLETED DEPARTMENT WATER DESCR:PTI011 OF WORK 12" Main in S o. 43rd Strect and in SR 191 , 14ECESSITY WCRK TO BE DONE BYs City Forces 0 L.I.D, 269 Contract Others ITEM UANTITY U!:IT COST AMOUNT 12" D.I. (Class I1) Water Pipe 5813 LF SS.SS 32,262.15 Installation of 12" D.I. Water Pipe SR13 LF 3.00 17,439.00 12" rate Valve Assemblies with Vault 8 La. 660.00 5,280.00 8" Gate Valves (FL x kil) 7 Ea. 125.06 875.00 12" C.I. Tees (All �V) 4 F.a. 139.00 556.On 12" x 8" C.I. Tees (MJ x FL) 7 Pa. 135.O0 945.00 12" C.I. 22 1/2' Bends (MJ x MJ) 4 Ea. 77.00 3o8.On 12" C.I. 4S' Bends (MJ x MJ) 2 Ea. 77.00 154.00 12" C.I. Plugs (w1J) 4 Ea. 24.00 96.00 Fire hydrant Assemblies 10 Ea. 554.00 5,540.n0 Installation of Hydrant Assemblies 10 Ea. 75.00 75n.0n Concrete Blockis^ 2S C.Yds 30.n0 750.00 Select Backfill 1300 C.Yds 2.50 3,250.00 Asphalt Street Restoration 50 S.Yds 6.00 300.00 Cate Valve Boxes 7 Ea. 14.00 98.00 Furnish 4 Install 90 LF of 7T"xS/16 Stl Casing (28 LF of which is bored only) L.Sum 4,110.00 Furnish 6 Install 80 LF of 20" x S/16 Stl Casing (7S LF of which is bored only) I L.Sum 4,915.n0 , Furnish 8 Install 126 LF 12"Stl Pipe for Bridge I Crossing L.Sj 5,000.On _ Sub-Total (1) I 8T.-628.15 5E Sales Tax 4,131.41 Sub-Total (2) 8A,7Sn.S6 IS% Engr. 6 Incidentals 13 013.93 99.773.49 TOTAL COST APFF(NED BY LU;T. OF UTILITIES DATE APPROVED 4 5.:......:::M:::::::: SY SSSS:iN .I..N.....N.N..... N::::�.:•NN. .N..Nw;;� Y.Y • ::x:.1.....NN..........M...N. ; .. .N.. ::5: air - � � •�i�i. .�:�::a�::::»::::;.;:::�sa:... •::::::::::�::^,::.. N.N. ;aiNNN:.M •��.ISIS:.N....SS .NI.NN......N.N..... �3 a . - 1 � . I aC NNu q..Y.NY..S .N......:• .: � b .::MH:Y �..y ff M..:ISNNN.N ••:5:.•::.S:.SNI•� SS.N�:: N.N :::..NN.t:N:S;•;,:M... ` ::::.. 5:.....:5..::�...l•.IN S••.•;..•N.S\•Y.:S.•NSNS�MS:1 ...«.:.N.NIf.L:_.�... .NSI...S.IS•...:::NN I:.:. N..N...:.....•N...NNN.I..NN..•NI...SSNN.N.NM;.•S:�NM.... 4 rl x::::::::..:.......................... • � .;:=a i.•r .N.•::SS::S: «SS NSS:41A SINSSI N •. N.. ii!!.. I ST 1 ' i .' 1 ' . . EA I i s % SCHEDULE OF PRICES (CONT. ) APPROXIMATE c. ITEM_ QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE _ 20. 300 SO YDS Furnish & Install Asphalt Pavement Restoration $ $ _ $ Per Square Yard Words (Figures Subtotal $ 5% Sales Tax $ TOTAL $ THE UNDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT, IF AWARDED HIM, WITHIN TEN (10) DAYS AND ;� COMPLETE THE WORK WITHIN SIXTY (60) CONSECUTIVE CALENDAR DAYS AFTER STARTING CONSTRUCTION. DATE: THIS DAY OF 1971 SIGNED: TITLE: ADDRESS: k i i V X. x 1.a { Ll dr 1. f �5 i ti do G4 �-��'-( � o'i �� Ste. ��.o• � TL 3p 3�3 �>4:(7-5 3x CO I IL Og�7 s 1 -7 9 3(4}ZZLF- ti r A� hi 0 1.40 ICX> VI fv 0 N n. n W P O r �s CDC v C n� i I G. Y 11 1 r, � „� yy .YnYY wi�r M' ��. -r� _,. � j �, �: � ��. kl '� �:, � • i � � � • f t ,_.. ...; .,,fix„-.:. _ � r i i- w k ��Fi. � _ . . . _ _. . r r .:�n � YG .� ro s ? [ Td , S i 5 V 3 S 9� � � � f� � a � � #, r � a4�ii � � P�4�4��� f n� '+i ��.e � A� � �.h j yid, 7 ^ r^k j ldhiY�L dA a° � � y^Frd � ro r r,,� � ^ !� � r F'" "��ryx �� �r �y�a�� '� A}w t� � } r_' � v� g y_„t�y�,a V x "�'a� � Y m�'wr� �F,� ..� i —"'y} e +— r p�{f�'I,d"h�`�'f a ywCslf� gr..dx �a� fin �, � � t t �' � `�`" r �.n y'_ ,�r. �> ,,:' �, t �� _. s x 1 p�) 1 is .. I Il�r� t f!!! .,Yp nip yiT YA . �P © 3co 3 —4 r Ll I � I OOI A f 1 r 1 ...+A6N �1��'Ir.��` vV• v I 19 V °' 81 +4 �1 t m n1 ro 6 N to fi � it 91 m 3 p UIIA 19 Q 1'� P . .�y IZ n —T -------i --�--- p i N LA 0 v i c� � !f 5 q N .9 Ki I N to i- sl o -z i i N - " 9 ti lop owl n A Ito TOO o� I Orr_ IN i 41 00 z S _. c �4Zr ,,,'jjj)(OOSB;;�53 10. (41. pO&6P4alo'7, �4 !L�l (41 '.3�) = 4. 15 oo== 4 Z = � ti � t 1 vja1 M� IV t I t } ; i f-- �G'�C aZ. L�=zOf�jit7c"J C�G7 � c L '7�a�1 i I". 1 e q u Al �� il V -•._• 1Z'3a °m1 ' y 1 -7t 3QZ- O I_.0 Z 3 ( ZI J C7nlo�ol06�� S4 4 i ZC>1 CACp>5 �A j u C.+r- 1" • 40� . , I 1 I �j a I� t ��( IZZZ cx�a3�a'S' L I L.> Cram" n� Q m Cl P P J J�( 00 l .. '. A _ c �-��t..` o�t� �-- 7�L ,`3Z.b z � t- -� L� i _f.:+.tom ) ����9�0) !E���Sec�O'� �OOOOS�O �' ��� L�6 I �� t. ,.� ,t . .� �' 3 i !� �� iti y :� �i ' ;I I r e t i i 3 �� � ' � r r ,nNsl 0 N — 9 MR o °poo I � 0 oz�' is Ij -F 7 I i i j I t I 3a o LL J � 7 \t Ju (A N .0 ooJ (aNLf y Ala A ,4W Y If > r _ t y I 3 f3 x; �Z o �I y - -a_( Z3:( OCIv(oCap&-7 � _ y7 N 44� w i� n � h. 4 ff { qq21 Pp �. i LIP I ,Ytxk� ,r I N , 6` P t� aobb�rv7� = 45, ♦ 4 od �v v y xi d N !y 0 0 r 2 P f � 0 IsB.ag ? I �� (1 tot �1(OOB�S+`y33 � = 4a 9cS� i)ce ..�� o� fi- s _Z I r �nNs 0 i � 000 3 I I u 1000 O7Z 1 ,� �� � . ., .�. ;� :�-� - i ,tq �, µ J�" � �I � � � �I r �nN� � � ,� _ - 5 p u n ,� ,� � � �F1 �} �' � � � i � �� , n � �i � � � � � 1 � N '� g ( � I �1 � p1� 0 3 I I I $ � ,� ��,v ;1 � i i i � � � � t ' I �1� v �/ � o� � aF 0 oz, � n �, z�" a e n'g.2v",itYtrrfullarr'lu.grn�.nr•I/Irinsv rl bnngv/rlru'n/�/.1v W....+v�. �.nr..r•nw�.rn 4o..ua aYrlJf 11I7l Illrll Il-1J t• 1.'r NllMll YlL'11)atlL lrT lll)An.)>/ 31.711. #'/ ' 1 r '8 -•r T ( 1 �'Lo 44. 08 �g3 �Iz ♦ y �j Ul Q C Uti N Ul _��' � �' 14 LID - 269 ( WP -� 4SW. ST AND SR 181 st Va_y ;ey Hwy) • _ PRpJtCT SITE I - I - I I �- T 1 ! CITY OF RENTON , TDEPT SHINGTONUTILITY ENGINEERIN �_. i ) I JACK WILSON PE. i CITY ENG.NEER 4 C�t'y of Tukwila !, # City OF Rente., d /+-6Lt we rouwwir LINE I w 5W 43 5T. j � IM C1ty of Ken+ d �: CITY OF R E N T O N ENGINEERING DEPARTMENT VICINITY MAP 1_1D # 269 (W-343) OfeihhRO I R iI OATC _ Irile N' 4Mi41tl�I1G. . � _.. fcw�.h r.��__. rids Wrt �. .►rN�4..,y.. 1 Instructions to Bidders (Continued) 9. The bidder shall, on request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payments for this work will be made in cash warrants drawn upon the "Local Improvement Fund, District No. iv i ,qtr .ih r �tT➢t i INSTRUCTIONS TO ''3IODFRS 1 . Sealed bids for proposal will be received by the City of Rentor at the office of the Renton City ,clerk, Renton City Ha'l ur 2:09 o'clock P.M., Wednesday May 19, 1971 . At this time the bids will be publicly opened and read, after which the bids will to considered and the award n0e as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and unit price bas City necessaryves the right to add to or eliminate portions of the work deemed 3. Plans nay be examined and copies obtained at the City Engineer's Office. bidders shall satisfy themselves as to the local conditions by inspection of the site. Work along highways must be in conformance with the applicable County or State bgulations. 4. The bid price for any iten, must include the performance of all work and the furnishing of all material necessary for completion of that item as described in the specifications. dhere alternate material is bid, the bidder shall fully describe the material proposed, either in the bid proposal or supplementary letter attached to the proposal. 5. The bid price shall be stated in terms of the units 'ndicated 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 waive informalit.es if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation to the TREASURER OF CITY OF RENTON in a'1 amount not less than 5.4 of the total amount bid shall accompany each bid proposal. Checks will be returned to un- successful bidders immediately following decision a; 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 recelot of notice of intention to award refuse to do so, the shall be forfeited ttoctthe City lofhRent n asrl liquidated check dated damage for suchfailu re. S. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further info•,mation on particular points. 1 CALL FOR BIDS Sealed bids will be received until 2:00 o'clock P.M. , Wednesday, May 19, 1971 , at the office of the City Clerk and publicly read aloud at 2:00 o'clock P.M. , same day, in the first floor conference room located at the Renton Municipal Building, 200 Mill Avenue South for the installa- tion of a 12" D.I. 14ATERKAIN IN S.W. 43rd St. from Oakdale Avenue S.W. to SR181 ('.Jest Valley Highway) ai.J in SR 181 from S.W. 43rd St. North to the City of Renton and Tukwila City limits. 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 Specifications are returned in good condition thirty (30) days after date of bid opening. A certified check or bid bond in tie amount of five (5) percc the total amount of the bid must accompany each bid. Washington State Sales Tax shall be a separate bid item. The City reserves the right to reject any and/or all bids and to waive any and/or all infonaalities in bidding. All ductile iron pipe, fire ,ydrants, gate valves, fittings and appurtenances will be furnished by Contractor. HeHe mi� City Clerk Date of lst Publication: Weunesday, May 5, 1971 Date of 2nd Publication: Wednesday, May 12, 1971 Published in the Daily Journal of Commerce: rriday May 7, 1971 Friday May 14, 1971 { ...,v t CITY OF RENTON BID PROPOSAL AND SPECIFICATIONS LID - #269 .:INTER PROJECT N343 S.W. 43rd ST. The Furnishing and Installing of a 12" Ductile Iron Water i,%in in S.W. 43rd St. from Oakdale Avenue S.W. to SR181 ('West Valley Highway) and SR181 from S.W. 43rd St. North to the City of Renton and Tukwila City Limits. Jack Wilson City Engineer /ra. LID - 269, M-343 SATE INSPECTOR", REPORT ITEM DESCRIPTION QUANTITY COMMENTS 1 F&I 12" D.I. , CL.2, 'date Pie T_J. _ 2 &I 12" D.I . , CL.3, Water Pipe (M. '. 3 &I 20" O.D. , Stl . Casing 4 &I 12" Gate Valve Asserrs. (M.J.) 5 H 8" Gate Valve Assens. (F.L.) 6 &I Fire Hydr. Asserm. 7 &I Hydrant Guard Posts 8 &I 12" C.I. 22 1/2° Bends (M,J.) 9 7&1 12" C.I. 05° Bends M.J. 10 &I 12" C. I. Tees (M J.) 11 F&I 12"x8" C.I. Tees (M.J.xF.L.) 12 &I 12" C.I. Plugs or Caps 13 _ &I 8" C.I. Blind Flanges _ &I 12" C. I . Solid Sleeve (L.P. ) Ij 7urnish concrete blocking 16 7&1 Select Trench Backfill 17 &I MC Cold Mix Asphalt 18 &I Crushed Rock Surfacing 19 &I Concrete Pavement Restor. 20 &I Asphalt Pavement Restor. I REMARKS: F & I - Furnish & Install P05TEU BY INSPECTOR DATE � 1y L1^ - 269, d-'543 SATE INSPECTOR'S REPORT ITEM DESCRIPTION UAl1TITY COMMENTS 1 F&I 12" D.I. , CL.2, Water Pipe (T.". 2 SI 12" D.I . , CL.3, Water Pipe (M.J. 3 &I 20" O.D. , Stl. Casing _ 4 &I 12" Gate Valve Assems. (M.J.) 5 &1 8" Gate Valve Assems. (F.L.) 6 r&I Fire Hydr. Assems. 7 &1 Hydrant Guard Posts 8 &I 12" C.I. 22 1/2' Bends (M.J. ) 9 &I 12" C.I. 45° Bends M.J. 10 &I 12" C.I. Tees (FI.J.) 11 &I 12"xB" C.I. Tees (M.J.xF.L. ) 12 F&I 12" C.I. Plugs or Caps 13 &I 8" C.I. Blind Flanges 41 12" C. I . Solid Sleeve L.P. to 7urnish concrete blocking 16 &I Select Trench Backfill 17 11 MC Cold Mix As halt 18 &I Crushed Cock Surfacinc 19 41 Concrete Pavement Restor. 20 &I Asphalt Pavement Restor. REMARKS: F & 1 = Furnish & Install POSTED BY INSPECTOR GATE ♦ ti •rrNr Y• .YIwMNM•IrrN.H...r...r• r.+r."NMI111 ,. . i. LID - 269, W-343 DATE INSPECTOR'S REPORT ITEM DESCRIPTION (DANTITY COMMENTS 1 IU 12" D.T. , CL.2, Water Pie 'T.J. 2 61 12" D.I . , CL.3, Water Pipe (M.J. 3 3I 20" O.D. , Stl. Casing 4 11 12" Gate Valve Asserts. (M.J.) 5 8E 8" Gate Valve Asserts. (F.L.) 6 81 Fire H dr. Assets. 7 61 Hydrant Guard Posts 8 81 12" C.I. 22 1/2° Bends N.J.) 9 41 12" C.S. 450 Bends FLJ. 10 7AI 12" C.I. Tees (M.J. ) 11 8I 12"x8" C.I. Tees (M.J.xF.L.) 12 791 12" C.I. Plugs or Caps 13 41 8" C.I. lit Flapoes _ 14 41 12 C.I. Solid Sleeve L.P. urnish concrete blocking 16 81 Select Trench Backfill _ 17 81 MC Cold Mix Asphalt 18 81 Crushed Rock Surfacin�c _ 19 61 Concrete Pavenent Restor. _ 20 61 Asphalt Pavement Restor. REMARKS: I - Furnish d Install POSTED 8Y INSPECTOR DATE a � U0 2� ^' 1 .-C u fi y. J a _ _ r, I M t.�YJ 26q I I i I I I , G , I J i I ,1 i :-y r A t 9d) 3' ! J 00ti, N p 4�-v . 01) j N CnNill 1� ) 1 C 1 W 9 G ! u 0 � m r m s CALL FOR BIDS Sealed bids will be received until 2:00 o'clock P.61. , Uecoesday, May 19, 1971 , et the office of the City Clerk and publicly read aloud at 2:00 o'clock P.M. , same day, in the first floor conference roola located at the Rentor 14mi,.p,,l 3ailding, 200 Mill Avenue South for the installa- 1 on of a 12" ... WATERMAIN IN S.W. 43rd St from Oakdale Avenue S.W. to "1i181 (West Valley Highway) and in SR 181 from S.W. 43rd .... North to the City of Renton and Tukwila City limits. 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, un1'!ss Plans and Specifications are returned iq good condition thirty (30) days after date of bid opening. .+ certified ct,4ck or bid bond in the amount of five (5) percent or the total amount of the bid must accompany each bid. Washington State Sales Tax stall be a separate bid item. The City reserves the right to reject any and/or all bids and b: wai,. any and/or ali informalities in bidding. All ductile iron pipe, fire hydrants, gate valves, fittings anc ;.p appurtenances will be furnished by Contractor. a r tq, it i He mie Nelson, City Merk Date of 1st Publication: Wednesday, May 5, 1971 Date of 2nd Publication: Wednesday, May 12, 1971 Published in the Daily Journal of Commerce: Friday May 7, 1971 Friday May 14, !971 f �A l M •Y y,1 �V �p 41 �k JF i £ fix."f t v l I Jl pl M 4" Ti r -� CITY OF RENTON BID PROPOSAL AND SPECIFICATIONS LID - #269 WATER PROJECT 0343 S.W. 43rd ST. The Furn'shing and Installing of a *,2" Ductile Iron Water Main in S.W. 43rd St. from 'akdale Avenue S.M. to SR181 (West Valley Nighwav) and SR181 from S.W. 43rd St. North to the City of Renton and Tukwila City Limits. Jack Wilson City Engineer MOM V i� W•, !y �I 77 1j Imo? e 1 • d 3'Lp f I s; .. _. � _. _ -- . ._ . . ._ 'fir''_^--.-f••.--... �•,,,�r` :. e r r WET - - I _C. [,I. ST. P. & P. RR CO a'a .�uctl It •rtn lft�, ..t D.?T er.c teed 1n 58 LJ, M• Sgal C'afev r11', •.t. 0.171' '�r.n' off !,tall-1 bf borin( COS ST DIVISION 1 an! Jaekiry fro• , neaol ne 6.5 1.25 + O•pt` r• rn'12�. Vtrti ul —"'—'— �-�• (' amarytca ftoo BA to top Of 149 vv Pea' 6' [cca.ntim for bore it Poe PIW 12' aatar Lim Uneer •+:v lcap opentloc' ah'11 not bf elonar van 14' frc center lire of track, '07 tLe City of Imtm ri S. lODtt St. -_ hick cone r.ta bklknea•l. pip- S.. '. :3 K a. L t. Mdo�e R..p6. Rash wtnq..._.... ron., __... ern.•n, .. note .u!nR ^7 to M asd ed dt. l2 , ` � � •atD :w.r .liY7.... 1. er:n tr a.•:.e.c.:a. f 1701Ex No.10617 1 yaalslaesaw s"aw"heaAll�.aiWML,Y.<T[P IIP( *Q"lOhahOO,, YI1. p EN/I)Eviof Northern Inc.,\., ,n Fw <IIN Pa 4y f<m wb r•.r. ONE Or SENIOR, Oman Esso sfRr WrNw /s Holmes" mullol , snlw, wasumbom 9ft3, M..md•r u11N Pvw,.,w.re em,rmn..nv.. and wlnN•.1wdW4•rN,J.y1w�wYgNIrNIL.wY-. wIw �r, Q lYfQtet K as tY -laallltlmse, sorer � rlrb er q or Ua latlsq &z;lWW=tkl tha swtaee swat, Me sa6ar Ne rsab at Eta sallanR at sadly, non oawy, N..ntnet'an to be ]NwW sl mwwf sutlw gn VIM K es rsr lw Saran►an L as .m tam wiut b"O"aanelfal, weld EAE1la Ae, ad 4 "a s'amam'omme ougote sabas s fast sled. TA.r mwnr:.n r,lyn.Own rA.allwlp..r a: N Z�, u ran N..w.•.4..LN C..,.N I..M...xw,•rM..w el tan llart ($10.00) for lAw U11I /sthw thm L.I.D. Itssessamots in connection4p.with the water.1m, the subject of this Permit. th.np rM w.1 ANY. In,r Mt.Ad�LA:.Irrn,Pr. ....N.1� •oe I'% :y R%.. nm. . n • ,.OM•e •'Yen rM,nYnNP�sY•'., Ca ,r.o�. wYw.n.MII m nt.ry N.bru p.,l.y c.wrmY .n,Ar'N r.q,r,tr.x uNv Paayr NA b MNe!^ 3.IN T\.wn<.sN .MII be Yrn b rw 1KwnN.n, 'in IN.p M n.•n.,N1 a M. n I<M,rmrnm < ur a Nwrr, .Prm:r,m.,nlmme.,rW r vl sl.n1d TA.Nr,—Yrv.nrmAnr NaR.,bN Ce....Y rnr 11 Lnd..Aw rxnm 1 ylr l M wM wll Y Yn.A 4.•IwY Csrn,,.N Ix w<A wrFm PwwrMw n,ll HY 4.:Ivy C.wMY rl•...IiwN1 y.r I.. 4.M.nvb 1 Ian .11 M o<NN uv.al wN M..u, y.PYw.r•w.,II M M.Nl,rnvN vn nr.AM wI1N uIM:'I M. .eNa yO.<Ian.Mm M.Nuwy, .Y GnHnY 11 ryq M..urllu..111..[\wrwnNr LY Pv.,,nw oA.11 Y Ian. F..r-elan wbrnFL.r.MYe N M.wan IKnM N M p,.i yn SwrmrwMr N R. GwPwY MI•e van.Mu rA rlwl Nw.w[;n,.Mmy/iA M W T., nM x NYe TM Diris M SIw mYnr I4u LN CswrO ANI Mw NN woNrN1. .iM wN.relol N. <nwv �i Nw..•bl••NnM1.o�Nn;ena.« •N.n tln L .M . Io<...nl•�IIb mt ���,00 w..w•.nrmr IwN L. eAmr.oll exim.( .I lr,lrnuo wlw,q'•Mr rwoml oNNMw,r new<mnrrN+vM M.yKN w�•w nnn Im,r A�Mnr wrlir N rMli.�INNV.f R.i{.N C.1.", pl.1 dtd dal Y M.n,1...ymw al Oww.n..,n Mo wwnv bwN pK�IN. , 1014rn w IrAw.I MY• A wFw.y eAmr. INwwl,,r rN.ew. of N,l l.tl,r.•l..LY •.•o1w r .,N. PY InN1.N xr P1wYr Crn;x•.v YMw.M.Arn1,.A.n4':P.rwl on mY.Ewan rNM1 wM M.•NI,IKrwr N R.;I.y C.v o r IR.i1wY CMMY Nwn. ..rY,N In:I..,rAw ll.,ww �nyNrw w loh,M L M.rw•N.I[ .r •rnx<wM,NP.ir•YwHM,w,nrotwl<.,W w1 1, ,I I. Ilriw LY NMY r'ry Yw•N 1 jar'n PwoY.N• =1oy. .M!I b.,,rA.oywu:n<u N by Ru LN GywY Ids wA(61pp v M.r.<rlw..•,.u.FnIwY GwmY [IIII le<M w 'rw N rA...<n IN Is�•n rx.A IA,Pp r u roo•M yn 3. ...OW e. .xu1w .Ms YM W. )«:pN w..•rw.Pl r.M✓H.1 M<In:w.Fell ,..mY r,w lmN.M.•ulr*:' u.rm< 1 Rvlwl C.w.••Y.o•M. r M.wbN. Yxnlw.m!rs•nyrlaY MI w.Awwlw.4NI.NC =F.n d yw MI .ry\,and.Mr Y.Wh.l 4siNy Carywrr^I M.w.IY of i1.r1 rM.M., 1 Aw:nlu<io.r.v b.M N wr.m..i.dN•p.w4Pw a Mo Iwr...Avers,oK nwN LY rAr Km<n.d M.Iw.riu Mn AwLY Yonr.1. (YI Prn.m.Aw.LY brMxr w,.n Ivor re.cl lw,lur.a,Mo,y. o IrwrM y ..Y Gw fA.[Avo'—.4.nhuM 4Ru.wb mqlG pwnmuY 1.Y M/w1 iw M.ra.bivl..l PoaPNA]x.b M.wud Y...nrn 1 wY.Mr rNINN NwrY x[..Y.mw AP.N� Mr✓Ian I x 1.1"M.r. r H.sl 4.il,rq C.MwY.VNorY N M.A M..<.•n,u..M.Ai[A wN ISAu:w.n r,nrN .w•r. r•3.P wirrw a•NI H —1.1 r. •,p Mi.rrnir xrMrr Mo m,rrM a n •.1 Rohl'Gw✓w1Y. b. M.M+In.MII mW 1.1�M.;MNI Ly 4vbq G+rw•Y.40Ivo«GorHq Nw.w.M.ri*r y rwwnY.Mu Iw.Ir K w1 r•M•,Pan IA.Pr,nL.l �y �) dN�n e.,N,Aw by P r. .1 I.li,.ry r by w 1 x LY M.N.lint of n.r,w M rA. ^ T..YIr.nM 1 rR.rls. N in MY..aF n .4u LN Cr IwM..r11 uPl P nnlrr..Fw .Y W.r h. 4.1 M.rr•n.r P.rwuw..MllN .M.Vw dR.d.K CKI . ur le<wr.w. rNWi•,w.�_nY ).TA:.Nw•r r.,,w1 1.rr1[,< r. Ian....w1 I,[m..r.,l mr.Aw.Nler.Lrwr.1 Lr 4.,I.N Cw.Nn1.NK,InL rA. p..Jy.yw•.A:Q •Mu. y orN. t.SId Y<.111 .Fell Y[ ,rwrN•r <rHr'wvrN • N Nn[I A M. I,[ Wool" sm ywueatta heal rEwl V. V. Er Fn*$%w rail flsem ler4NE Joe IKula a Use Laslas a *1 sss6 GIW from 00 all at atr end orle fur of sail•tad " flit to EREIarrlq lowlands for warwai frlar is aaarllmmaian of sell flea jinn. ' r,......... •.«...•O.,• 19tl 1.,.1 March, 1, 71 SURLINOTON NORTHERN INC. nY ■1 an/ ommormsem RIIwNN,N,1/wNN..I r.I,nlrp.: 1 1 1 L.. .al�Y In rase of termtnat-n in any mother herein provided the Licenses shall have no claim or redress of any charartar againat the Railroad by ressin of such termlrution, removel of Said pipe or reatoratwn of the arniave,nor shall w.h Wrminetion rel� es ae the Licenme from any obligation or liability of the Licens Hereunder with respect to any matter or thing occurring prior to web termination. 13, The terms and renditions of the agreement shall he binding upon and the bereft,thereof shall accrue to the nine executors,sdmdnbtrstor,,successor,and midgets of the respective parties hereto, but the Licensee ehdl not sari the same or say rights thereunder without the written consent of the RaUroso having been Am obtained.In the event the Railroad shall permlt any other realrw d company or cvmpaNes to uSe its said right of way facilities or)remises, ouch other user nr users this, have the benefit of the nzw isimo of Indemnity Shut release from lability inuring to the Railroad hereunder,with the am ffect as If ch other user or users were parties barrio. 14. The tits "Mil road" as used I. this agreement is intended to rater to and include Chicago, Milwaukee, fit. Paul and Pacific asilresd Coapany and Union Pacific Amllrwd Ce.pavy, but It is understood that the Milwukes Company or the Unlen Company acting Separately *hall be entitled to assert o: enforce in thelr own behelf as agsivst the LicenSe* arty right or Privilege her*lo rs..rv*d to the "aaflread", irrespactlw of whether the Milwaukee Ca net; pony Milwaukee CCh Union or the Unijoion "Pangtherei or Provided further, Clot ertcher the Milwukea Caapsny nor the Union Corpasy ,hail so SePsrg"IY assert or enforce any wch right er Privilege Ahen Such action shall Interfere or conflict with any right or Privilege of the Milwaukee Company or the Un1-n Company hereunder. IN WITNESS WHEREOF,the parties nereta have executed this sg vientent the day e d year first above written. CHICAGO, MILWAUKEE,RT.PAUL AND PACIFIC RAILROAD COMPANY, by_ Attest: .._ __.._........_.__._._.__.._ Gomm ma ae..re> OiGON-W"KI tGTON PAILRUk[ 6 NAVIG'lON CO I&M resrtr trr li IG GSLRO►D CQ�.._.._.___ TIMIS mare CM A Marrow IS To COORfy Of A*%r .X0&-A AS!1dZ rANSKIW-*"' uaaaaa s by�__ Attest: title Ser teary tfunL_ipml aullo' ,q Address: Pinion. Washing. )BOSS "was FORM APPROVED Saw / .( _ �uan eon.dddill).S Ls�1;L�_� �'Sa'PAAM RR S�f W MM EI �'44s�.l�.. :`r�;:,�, ` 6. The Licensee shall bee-the entire coat and expense incurred in connection with the ennatr�cion. maintenance, renewal and nmara;of sail pipe. Indudmg all drat and expense incurred by the.Railroad is connection therewith for all work performed and matertvls used,and for supervision aid in.wtjon.rill work of installation,alteratt on.maintenance and removal of said pipe within the limits of the right of way of the Railroad shall be done by the Licensee under the suparylaiom,and to the satisfaction of,the superintendent of the Railroad.and no work shall be dom, 'y the Licamare upon the promises of the Railroad without first notifying said superintendent of Li"tdse a remire An ro do,provided that the Railroad may perform Any each by it deemed necessary to s ipport any of its tracks while such work la being done and any week necessary W maw"the track and roadbed to their fnnner condition,or any other work by it deemed necessary,to be doss urwn its right of way by reason of the installattrh,alienation,maintenance or removal of rid pipe.and the Licensee agrees to repay to the Iailroad pro..,Uy upor. the rendition of bills therefor the cost of v!I such work sit done by.,."Cost"as used in this ereement shall mean all assignable caste,plus 101A ran ell labor items m cover elements of exlwnm not capable of exact rcertainmsnt.and shall include charges for teane- portatbn of men and material at tariff nwa and store expense on mstat 7. The mid pipe,and all parts thereof.whether within or without the limits of the preenirea of the Railroad,sUl be constructed and at all times maintained,repaired. renewal and operated In such manner as W cause no interference whatauever with the mnnt,en continuous,and uninterrupted car of the track$. facilities,property and premises of the Ra road.both As resection operation,maintenance,repair and renew. ala.or new conatruction by the Railroad.>,thing shall be done,or suffered W be done.by the License,at any time that will in any manner interfere war or impair the umfulmes of Any tracks.improvements,or other facilities,now or hereafter maintained upon said railroad premises,or in any way interim with,obstruct or examiner.railroad n;.emtion thereon;and if at my time the Railroad shall be of the opinion that the pres- ence,condition or use of said pipe in any wn, interferes with the operation of the railroad or Any car which the Railroad desires to make of its pmpwly it may forthwith require the Licensee to remora,alter ar repair said pipe,-r may remove.alter or repair the same at the cost of the Unmeva, 8. Where boring and jacking operations are required on the right of way of the Railroad, the head- ings from which the boring and jacking operations an performed shall be located not ter than 1.25 times the deptk in feet from the tsar of th, roil to the bottom of the trench,plus 6.5 feet,from the canter line of an operated track, measured at right angles to the enter lire of the track. g. The Railroad shall have the right at any and all times to raise or lower Its tirade, to make such change In its eristing track or ire:ka,roadbeds.structures and fatoilltim or in the present standards thereof And•o obstruct,maintain AM operas such additional roadbeds, tracks, structures and farditiom on mid right of way and over and acrom mid pipe As from time to time it may elect and may do whatever is noon, . mry W enable it W use mid railroad p-emi• • r all lawrul purposes;and the Licensee agrees,at Llmace,o sole cost,and will in ten dare after wri r • :e'raw the Railroad so to do,to"move said pipe or make such changes in,addition.to or changes in Le ioeatkld than. I,as may in the judgment of the Railroad be sewe, necessary no con4mm to the changes,alto roa or A.w oretruction by the rtailnad.If the Licensee shall fail Ad,to do the Railrvm.:may,If it All elects.in addition to any other remedv which It hey have, "move mid ploa or make arch oranges in.additions W or chengm in the location thereof m are meeseam 'or mid purposes and the Li mines Agrees to pay promptly upon rendition of bill the cost thereof.Provided,last the Itai royal nay in any event at its r!ertion do any of each work required to be done upon Its right of way with- out notice soldfor all each work the Licensee Usww agrees to pay pmmptl ipon rendition of bill the cost thereof,All the terms,conditions and stipulations herein expressed with reference to the construction,main- teianes,repir.niiewal nr removal of said pips in the location a.nve described shall apply to the mine As relocated. changed car raidified within the contemplation of this section. 10. The Ikense hereby granted is subject to the superior title of the Railroad to Its mid property and to all other outstanding mil superior rights.If any,and the Ucroses shall not by moon of the license hereby granted Acquire o:assert any title or claim of title to any of said property adverse to the title of the jil mad or Its Automatons.And upon any share ancient of the use hereby authorized or upon any termination of the license hereby granted,such title so—I remain Is the Railroad,its$ueeesrna and amigm,free and chair of all rights car claims of the Lk dram. Il. As a material consideration to the Railroad for emering into this agreement.and without which the Railroad would not enter in n same,the U"nsse agrees W.and hereby does.release,indemnify and eve harmless the Railmad.its oMcerm,Al and employee, from an4 against any sod all liability. Idea coat. damage,expense.actions and claim.for twrmnal injuries. including death, ngardkse of muse. suffered by any person whomsoever while upon the silroad'e premism in connection with the construction.operation, mainbarm- -epair, renewal or removal of mad pipe,or for personal injuries,including death,suffered by a iy pvrA, - meowver or far or arising out of damage W or destruction of property of any pony whomwa� o-oar,inci.... .a the parties hereto.in any manner,arising out of or caused or contributed to by the existence. pre,r once,construction. malnteaulm. condition,operatinn,repair,:enewal,use or"mwvat of said pipe. 12 This hirenae may be terminated by the Railroad forthwith for any breach of any of the covenants or ag"em.nts herein contained to be performed by the Licensee,and this right Is in additive to any other ugh to At Is or in Nutty arising by reason of such breach.Failure to terminate for any such breach shall not constitute a waiver of Any future bre:wh.The rights of the Lieenem,shall also terminate in we Uawi$ee .hall abandon the on of mid pipe or fail to use the same for a period of one year. 7'he Railroad may also without taus revoke And terminate this dream by giving thirty days'notice In writing,mailed W the Llcaeaes at the address noted below the signature of the Licensee hereto.Should said pip be permitted to be In bad order or condition in the judgment of the Railroad, for any continuous per" of twenty-four hours, the Railroad may like aw revoke thin license without notice. Within ten days after, ary termination of this Agreement the Licensee shall remove all property of the Licensee from that portion of the right of way of toe Rt.:ins l out occupied by the roadbed no tracke.And shall restore to the satisfaction of the Railroad', supenu[erdent the sad right of way to as gno'I condition me it was In at the time of construction of mid pipe, and if the l leenem fail.ro to do the Railroad may do such work C removal and restoration at the cart and expense of the Licensee.The Railroad may at its option upon Any termiratan,at the cost and expense of y the Licenser,nano•a the torion of mid pipe lembAl under said roadbed,track or tricks.and restyre mid roadbed to m good mnd.tiun as it was in at the time of the construction of said plppee Or it may permit the Unreses to do such work of removed Aad wtontbn under the suPe ill m of the Ralkead's suparistemd®t Aw srwwrw,.ras� stir ::"+cos» . . _ _ •—`•-w..,e�".wawruwa,r.. -r— -w—.._ —:. . -•_ r....•inlek:el�ra.YeA:'�a•a•:ruera�- .,..u,.-ar.r atu'rrrr.wa.wa cure PIPE LINE AGREEEIE.NT THIS ACREEIIENT,made and entered Into t"a the day of 19 by and between CH:CAGO,MILWAUKEE ST.PAUL AND PACIFIC RA 0AD COUPANY,•iViaamWn Corpuntfon,herelna[W rdetndmueha l)�t "Kileaukse Company'" and OUGON-ASHINGTOm RAILEMD 6 1HVICATION COIRANY, an Oregon corporation, and it, Ias,es, UNION IMClylb 41L- RDaD COIy11NY, a Utah corporatlon, uealrwfter collecolvely refereed to as the "Uaioa Company," aid Milwaukee Company and Said Union Company, beniwfter collectively called "Railroad" and CITY OF MWON IN THE COIIHTY OF EINC AND STATE OF YABHINGTOI. hereinafter called the"Lieensae," (if more than now licenser.Said term and alllanguage herein referring thereto shall be interpreted in the plural and refer, jointly and severally to such licensees). W(TNESSETH That WIIEREAS,the lioeneee desires the right to install. maintain and operate a cert.dn pipe upon, along aad under the Raut"oad's premises at or near Andover, King County, Washington to be used for the purpose hereinafter set forth. NOW, THERL:,IRE, the parties mutually agree rs follows; I. The Railroad,for and In conelderstlon of the payments and covenants her-inafter mentioned'o be nm,de.kept and performed by the Lice:see,dove hereby license and permit said Lit"msee to run trust,install, and thereafter durfnr 'he tenn hereof to maint,in and opsMW order, along and across the Railroad', prmerty in the Mann and subject to the terms .nd corditlov,herein provided,a certain pipe to hr used oniy fo-the purpose of a war ILw ,1n the location or locations shown by the yellow line between points lettered "A - S" upon the map attached hereto, marked "Exhibit E'4 dated September 9, 1970 (Rx. No. 10617) anted mad,a part The boundaries of the railroad right of way arc located m shown by the heavy dash two dot lines, 2. The acid pipe shall he of Class 11 Ductile iron and have a diameter of not to exceed 12 6 20 inches.At all points where said pipe passes beneath the roadbed or track,the same"I he installed and maintained at such depth that the top of said pipe, rr any emir{which may conlein it,shall be not Was than o feet,measured vertically,below the base of the rails of any such track. The said eater line shall consist of a twelve inch (12") Class 11 Ductile iron ca"Let p , placed inside a twenty inch (20") steel :^sing pipe, six feet (6') below bee of nil, extending underneath the eight-of-way and track of the Ballroad at Andover. Washington, between the points lettered 'A - B", as shorn on Exhibit "'Y-" dated Septosher 9, 1970. The specifications for waterials or ' the construction procedaxa shall be as out- lined 1. ysllw color on the said Exhibit "K". S. The word"pipe"wherever used herein,not otherwise heroin mcm if d,shall be construed to Man all of the pipes above desmbed and the cros ra and other ruverhigs and all appurtenances thereof. 4. This agreement shall be effective fmm and after the data hrr.mf and shall continue in full force am effect until tennifeted in some one of the ways hereinafter provided. "Mllwauue Cmgamy" Fifty liars ($SO 00) b. The Licensee shall pay to thmVtEdE11[upon execution of this agFort the sum of >r1XWM to cover the cost of preparation thereof.The Licensee shall pay all ame:mrente or taxes which I. MY be assessed or levied against or on ur,unt of sold plpe.or the use thereof and snail Indemnity and are MMr harmless the Railroad and the Rr'Iroad's property from ant agairst any and all liens or claims on account of any seek aesesmwnb or taus. )Y fT 7 JL _ 4 wwr sit ILI �- - - -- 1 1 i F -1C..Mptf'!'�1SwwhT Y!ljltyh!-y` _ —•---_— t � ' a j e "4 -.— ,--•-_- 1 i � y 1 ° R Print Prin • 130 Not Scale F,01--WL OfEA5,rNf1WAREAATINTER5£CTIONSCAL£ I'•10' £E 5HE£T 3 I CITY OF RENTON �(Mif[[.13l.ARTY[41T L� [ 2,; 5 W 4y T AN, -- -------- -- Q __ _ _�-r--------- .-- -----ems T !- --�------- ----- ' F -r.N�+NCN,rureret ra•� �' tee. f�.... �"M�•� I � �� i 57ATE + Reduced Print d P " Do NoR Scale q \ i i � 3 �$� Ci-"Y OF TUKN/tLA SCArL { -40' CITY OF RENTOV_1 4LD*1'GS --I W� 43 W:5T ANL 1.5R_ (WEST YALLFY Hwy) I (LJTY OF RENTON / \ f o \ I ;A f� f � ! it�u[wuf>r�/xf) I L..:ft ff In ld[J Pteduced Print i Do Not Scale e are= CITY OF TUKWILA ryer , CITY OF RENTON fVO1Ml[OINO O[�OOTY[MT 1D a JoO sr. AND R IRI 'W£ rVAIIPV MYYY I i 9w WA I 1 s I IL ^ im ��/ .1.. ,y„y/D+w orb ]t• I''h4 I O w♦ j 1 1 � w. II-� •ab' I ^ I t+ ` 1 � 5 , I • � 1osR-L, _ � ' `�•, SW ' 43 S. 160" 5T.) r hor- I < < ry '1 a Ab � II Y. I d 7aL` " CITY OF KENT Ow pump ti • a' I 1 I I I + I 1 I w MIT — IT-I-ITTTI — " I ' , T�I I I �z Y 17 I j 4 nV'S EL RWY u • P + P RR Co 1 i 1 I I I r MSSOn y,p•N L.^._,_..��.+ � :____-��•,}.l o � 1 IYoflllOtl RR .i � R I.. l. . x.ax• .nv.xp... OY,m}. C. H 1 '. � • aOaHsl_� � 4Y 'f^ Y.�f ASP I �, I I _•.• I • , ' � I i ; i 1 � i '. ` � ; ��...NJ/J•M llw Hal d .b I I I �. ./,.. � eII i. � � a P•I CMYr G-Yn Ftnw k li ' 7I 0 a '•1 w ox ro I rJl � I i M II k I i I I I i I � ' j • � I I I i 1 1 pp z � a 'z ..,'.Y, �... � I tR i j I Ln s J n:tr.tx.ITlKr f>✓.....+...rl/r.. / , * f i .t-ir r.Y YAMDI i� 1 LF-• y ��-----��-- _.- _ _ 1tIL A- • fF I 4 UTY OF! :7w W I CITY OF KENT LLJ I:Yt C[If]t4rI1<R.t rf.'N fMAtrN1[�+ L Ir0/h C(I]] �[ryKltf/.TJM/t•IW'tt.WIN MI SCALE 140 .uw nc rxr rwtt// Irtr/t/tw tv,�u.ts -. yaa e ! = neduced Print CITY OF RENTON Ail Do Not Scale ' } SrT --- - ------- — ------1 r , / --_— _ i 5W. 43" Sl. CJTY OF KENT n \ I �4 � , [ w+[pr -- ---"---- .. ' sae . ,.�r'rp•' ; . »Tt I • .�i. ; � I TI yit � � t 4 I — a+ .._._. _.__. _ _- _ -.[rwrs{tl.w�•ww«r/N rot afrt •{r{vj--- � - F R E h T O N- -- CITY p -. {�� R [M{�M[[{IM{ D[1�♦{l Y[MT ]'� D _T 1 AIL AI�2x263't�T AMD ay 5R181 M SW 43RD ST. (S. 180TH ST. ) OAKDALE AV SW TO W--343 WEST SPECIAL PROVISIONS CONT. SP-10 RELEASES The Contractor shall furnish, before final acceptance, a written release from the property owners of each property disturbed or otherwise inter- fered with by reason of construction pursued under this contract. Should the release be, in the opinion of the City, arbitrarily withheld, then the City may, in its sole discretion, accept that portion of the work invo'ved and cause final payment therefore to be made. SP-11 PION-COLLUSION AFFIDAVIT The Contractor shall be require.' to execute a Non-Collusion Affidavit to satisfy the City that the bia iffered is genuine, is not sham or collusive, and in no respect or dtgree 's made in the interest or on behalf of any person, firm, or corporation not named in the proposal containing such a bid. SP-12 NONDISCRIMINATION IN EMPLOYMENT Contracts for work under this proposal will obligate the Contractors and subcontractors not to discriminate in employment practices. SP-13 STANDARD SPECIFICATIONS The Special Provisions hereinafter contained shall supersede any provisions of the Standard Specification: in conflict therewith. The Standard Specifications for Municipal Public Works Corstruction pre- pared 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 together with the laws of the State of Washington and the Ordinances and Charter of the City of Renton, so far as applicable, are hereby included in these specifications is though quoted in their entirety and shall apply except as amended or supers,aH by these Special Provisions. A copy of these Standard 1�necifications is of file in the office of the City Engineer, City Hall , Renton, Washington, where they may be examined and consulted by any interested party. Wherever reference is made in the Standard Specifications to the Owner, such reference shall be construed to mean the City of Renton, and where reference is made to the Engineer, such reference shall be construed to mean the City Engineer, City of Renton, or his duly authorized assistant or assistants. SP-Page 4 � ti SPECIAL PROVISIONS (FONT.) r.a _ SP-06 SPECIAL RAILROAL LIABILITY AND PROPERTY DAMAGE INSURANCE (CONT.1 The policy limits shall be not less than $750,000 for all dr-ages arising out of 'tie bodily injuries to or death of one person and, subject to that limit fur each person, a total limit of not less than $1,500,000 for all damages arising out of the bodily injuries to or death of two or more persons, In any one accident, and regular property damage liability insurance providing for a limit of not less than $750,000 for all damages to or destruction of property, in any one accident, and, subject to that limit, a total (or aggregate) limit of not less than $1 ,500,000 for ail damages to or destruction of property during the policy period. A copy of the insurance policy, together with a copy of the endorsements naming the railroads and the City as an additional insured, shall be provided to the City within a reasonable time after receiving notict if award of contract. PROOF OF CARRIAGE OF INSURANCE The Contractor shall furnish the City with satisfactory proof of carriage of the insurance required. SP-07 RAILROAD REQUIREMENTS The Contractor shall comply with all of the requirements of the railroad pipe line agreements and permits, as enclosed in this document, and shall be responsible for any costs, such as: insurance requirements, possible railroad inspections, flagging costs, etc., as called for in the above mentioned agreements. The Contractor shall notify the railway division superintendents t. a (2) working days prior to construction on the railroad right-of-ways. SP-08 FISHERIES AND GAME DEPARTMENT REQUIREMENTS The Contractor shall comply with all of the requirements of the Fisheries and Game Department Hydraulic Permit, as enclosed in this document, for the watermain crossing of the unnamed creek 450 feet east of the railroad tracks on S.W. 43rd Stroet. SP-09 EASEMENTS Adequate easements have been acquired for the construction of the facilities under this contract. if the Contractor should require additional easements, or extra widths adjacent to existing easements then he alone shall be responsible for obtaining easements, as required, from the owners of the property• All costs involved shall be borne by the Contractor. SP-Page 3 t y n , SPECIAL PROVISIONS(.CONT ) SP-04 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE CONT. accidental death, as well as claims for property damages which may arise from any act or omission of the 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 not less than $300,000 for et i accident; 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 as an additional insured, shall be provided to the City within a reasonable time after receiving notice of award of contract. PROOF OF CARRIAGE OF INSURANCE The Contractor shall furnish the City with satisfactory proof of carriage of the insurance required. SP-05 RAILROADS The term "railroad" as used in the Special Provisions and Special Technical Provisions is intended to refer to and to include the Burlington Northern, Inc. , the Chicago, Milwaukee, St. P il , Pacific Railroad Company, and Union Pacific Railroad Company, but iu i, under- stood that the Burlington Northern, the Milwaukee Company, or the Union Pacific Company acting separately shall be entitled to assert or enforce in their own behalf any rights or privileges as specified in their pipe line permits. SP-06 SPECIAL RAILROAD LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall obtain and keep in force during construction on the iilroad right-of-ways, special public liability and property damage insurance in companies and in form to be approved by the City. Said insurance shall provide coverage to the railroad companies, the Contractor, ary subcontractor performing work provided by this contract, and the City. The railroad companieq and the City shall be named as an additional insured on said policy insofar as the work and obligations performed under the contract are conc,rned. The coverage so provided shall protect against claims for personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor, or the subcontractor, or by anyone directly or indirectly employed by either of them. ..i SP-Page 2 SPE-,IAL PROVISIONS GENERAL PROVISIONS SP-01 DESCRIPTION OF WORK The wor', to be performe7 under this contract consists of furnishing materials, equipment, tcols, labor, and other work or items inci- dental thereto (excepting any materials, equipment, 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 accordance with plans and specifications and Standard Specifica- tions, 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. 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 , kcnton, Washington, until 2:00 o'clock P.M. Pacific Daylight Time, May 19, 1971. and will be opened and publicly read aloud. SP-03 TIME OF COMPLETION The Contractor is expected to diligently prosecute the work to completion in all parts and requirements. The protect shall be completed within sixty (60) calendar days excluding the day of starting. Provided, however, that the City Council shall have the right upon request of the Engineering Department, City of Renton, Washington, to extend the time cf completion of said work. Ho extension shall be valid unless the same be in writing and accompanied by the written consent to such extension by the surety on the bond of the Contractor. Time lost in replacing improper work or material shall not furnish any grounds to the Contractor for claiming an extension of time for the completion of the work, and shall nut release the Contractor from damages or liabiliti>a for failure to complete the work within the time required. SP-04 PUBLIC LIABILITY AND PRGPERTY DAMAGE INSURANCE The Contractor shall obtain and keep in force during the term of the contract, public liability and property damage insurance in companies and in form to be approved by the City. Said insurance shall provide coverage to the Contractor, any subcontractor per- forming work provided by this contract, and the City. The City shall be named as an additional insured on said policy insofar as the work and obligations performed under the contract are concerned. The coverage as provided shall protect against claims for personal injuries, including SP-Page 1 TABLE OF CONTENTS SPECIAL TECHNICAL PROVISIONS Section Description pa9e TS-01 General Statement TS-1 TS-02 Standard Specifications TS-1 TS-03 Existing Utilities TS-1 TS-04 Clearing and Stripping TS-2 TS-05 Trench Excavation, Bedding and Backfill TS-2 TS-06 Piping Materials, Valves, and Fittings TS-5 TS-07 Pipe Installation TS-7 TS-08 Restoration of Surfaces TS-9 TS-09 Testing TS-11 TS-10 Disinfection TS-12 TS-11 Cleanup TS-12 TS-12 Measurement and Payment TS-12 ♦ t KT ... a•Yd;'4dp r:'JI: a d:t.;... F� TABLE OF CONTENTS (CONT.) —. SPECIAL PROVISIONS Section Description Page ,�P-24 Overtime Field Engineering SP-9 SP-25 Hrurs of Work SP-9 SP-26 Public Convenience and Safety SP-9 SP-27 Construction Signs SP-10 SP-28 Removing Traffic and Street Signs SP-10 SP-29 Construction Equipment SP-10 SP-30 Size, Weight, Load Restrictions for Motor Vehicles SP-10 SP-31 Delivery Tickets SP-11 SP-32 Waste Site SP-11 SP-33 Dust and Mud Control SP-12 SP-34 Payment to the Contractor SP-12 SP-35 Liquidated Damages SP-12 SP-36 Awarding of Contract SP-12 , ♦ 4 t ., 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 Time of Completion SP-1 SP-04 Public Liability and Property Damage Insurance SP-1 SP-05 Railroads SP-2 SP-06 Special Railroad Liability and Property Damage Insurance SP-2 SP-07 Railroad Requirements SP-3 SP-08 Fisheries and Game Department Requirements SP-3 SP-09 Easements SP-3 SP-10 Releases SP-4 SP-11 Nun-Collusion Affidavit SP-4 SP-12 Nondiscrimination in Employment SP-4 SP-13 Standard Specifications SP-4 SP-14 Field Changes SP-5 SP-15 Fail,ire to Meet Specifications SP-5 SP-16 Protection of Public a^d Private Utilities SP-5 SP-17 Scheduling of Work SP-5 SP-18 Construction Conference SP-6 JP-19 Disputes and Litigation SP-6 SP-20 Wage Schedule SP-7 SP-21 Subcontractors and Suppliers SP-8 SP-22 Change Orders SP-8 SP-23 Surveys SP-9 r GENERAL BID & SPECIFICATION TABLE OF CONTENTS Scope Call for Bids Vicinity Map ' Instructions to Bidders General Table of Contents Special Provisions Table of Contents Technical Provisions Table of Contents Bid Bond Form Bond to City of Renton Form Special Provisions Non-Collusion Affidavit Form Certification of Nondiscrimination in Employment Form Minimum Wage Affidavit Form Technical Provisions Fisheries and Game Department Permit Railroad Permits Standard Detail for General Blocking Standard Detail for Precast Valve Chamber Standard Detail for 2" Bypass Valve Assembly Standard Detail for Hydrant Assembly & Hydrant Guard Posts Proposal Form Schedule of Prices Agreement Construction Plans BEGINNING OF FILE . •. - i'Y1rr . . SPECIAL TECHNICAL PROVISIONS CONT. _ TS-05 TRENCH EXCAVATION, BEDDING AND BACKFILL (CCNT.) The horizontal limits for measuring select trench backfill in place shall be the side of the excavation except no payment will be made for material replaced 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 above requirements shall be replaced with the native material or select trench backfill , as directed by the Engineer and at the Contractor's expense. The price per ton shall be full eompersation cf selecting the source, furnishing and placing the material as outlined in Section 26-2.01 of the Standard Specifications. TS-06 PIPING MATERIALS, VALVES, AND FITTINGS a. General All pipe sizes as ,flown on the drawings, and as specified herein, are in reference to "nominal" diameter, unless otherwise indicated. One type of pipe as indicated below will be considered for this prc;;oct. All pipe shall be fabricated to fit the plan and profile shown on the draw- " ings. One type of pipe shall be used throughout the entire project except as necessary to match existing piping. Where relocation of or replace- ment of existing piping is necessary during construction, materials used shall match the existing, subject to the approval of the engineer. All pipe, valves, fittings and specials shall be for a minimum water work- ing pressure of 150 psi, and shall conform to the requirements of the applicable sections of the A.P.W.A. Standard Specifications, as modified herein. b, stile lrnn pioe Ductile Iron Pipe shall conform to ASA Specification A21 .51-1965 (AWWA C151-65) Grade 60-42-10. Ductile Iron Pipe shall ue cement lined and sealei in accordance with ASA Specification A21 .4-1964 (AWWA C104-64), 4" thru 12" pipe shall be 1/16" cement lined and 14" thru 24" pipe shall be 3/32" cerriert lined. The pipe joints snal`1 Co—.rm. to ASA Specification A21.11-1964 (AWWA C111-4). Pipe joint, snail be rubber gasketed Push-On and/or Mechanical as required by the bid proposal description. Pipe thickness class shall be as required by the tie proposal description. TS-Pare 5 SPECIAL TECHNICAL PROVISIONS CONT.) TS-05 TRENCH EXC1.lATION, BEDDING AND BACKFILL (CONT.) (2) Initial Backfill extending to a plane at least 12 inches along the crown o t e>�pip salt be hand-placed, selected excavated material free from stones, hard lumps or ether materi, harmful to the pipe. In'.tial backfill shall. oe placed around the pipe in layers not exceeding eight inches in depth, and each layer shall be thoroughly compacted by • mechanical tamper; to at least 95 percent of maximum dry density a: optimum moisture content, as determined by Standard Proctor Compaction Test, AST! Designution D698-58T, Method D. (3) Subsequent Backfill shall be the remainder of the trench backfill , a[ TTFi initial backfill , and shall be carried to elevations such as to r«eive the proper depth of surfacing materials, as applicable. Improved Areas: All subsequent backfill under street and shoulder areas shall be placed in lifts not exceeding E inches in loose depth, and each lift compacted to at least 95 percent of maximum dry density at optimum moisture content as determined by ASTM Designation D698-58T, Method C. In-place density determination shall be made in accordance with ASTM Designation 01556-58T, except as otherwise approved by the engineer. Unimproved Areas shall be all areas in the natural state or otherwise undeveloped, where slight subsequent settlement of the back- fill car be tolerated, and shall include wooded and turfed areas, pasture land, and all other areas in a wooded or undeveloped state r;t adjacent to existing structures. Wherever the pipe line passes through unimproved areas, the subsequent backfill shall be deposited in lifts of approximately 12 inches loose depth, and each lift shall be compacted by a method acceptable to the engineer to a density such as to minimize subsequent settlement. Where subsequent settlement is anticipated, �^e backfill may be mounded over to compensate for the settlement. Tre, es over which excessive settlement does occur shall be regraded and restored to meet natural grade. (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 water- line in place, complete. e. Select Trench Backfill Select trench backfill for the pipe small consist of crushed or naturally occurring granular material from sources selected by the Contractor. The source and quality of the material shall be subjec': to approval by the Engineer. Select trench backfill shall meet requirements for bank run gravel Class "B" as outlined in Section 26-2.01 of the Standard Specifica- tions. TS-Page 4 1 SPECIAL TECHVICAL PROVISIONS. (CONT.) TS-05 TRENCH EXCAVATION, BEDDING AND BACKFILL (CONT.) line and appurtenances shall be in accordance with the applicable provi- sions of Section 73, A.P.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 payment shall be made for any excavated materia' which is used for purposes other than those designated. Should '.me 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 control over the excavating, moving, placing, and disposition of all material , and shall determine the suitability of material to be used as backfill . All unsuitable material shall be wasted as specified. Excavation of every description, classification and of whatever substances encountered within the limits of the project shall be performed 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 require- ments 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, hauling or manipulation of excavated materials. c. Foundation Preparation and Bedding Foundation preparation shall be in accordanL: with the applicable provisions r' Section 73, A.P.W.A. Standard Spec- . 4cat4ons, except that the bottom of tK. trench must be shaped to uniformly suppur` the bottom quad- rant of the pipe throughout its entire length. In case unstable or -nsuitable existing material is encountered at the trench bottom, the engineer may direct the use of borrow bedding material in accordance with Section 73-2.05 of the A.P.W.A. Standard Specificaticns. Wet trench conditions will not be considered as unstable conditions. Bedding material shall be as required for Bank Run Gravel Borrow. d. Trench Bacxfill and Compaction (1) General : Excavated materials that are free from mud, muck, organic matter, broken bituminous surfacing, stones larger than B inches in dimension, and other debris, shall be used for backfill except where otherwise required. TS-Page 3 t SPECIAL TECHNICAL PROVISIONS (CONT.) TS-04 CLEARING AND STRIPPING a. General Whenever the construction crosses grassed, turfed, sodded or landscaped areas, the sod and topsoil shall be stripped and stockpiled separately from the rest of the excavated material , and shall be salvaged for re-use to restore the area to its original condition. All plants, trees, shrubs ' and other planting in landscaped areas shall be salvaged or replaced. It shall be the contractor's responsibility to contact each owner so affected, prior to commencement of construction operations affecting that owner, and make arrangements for the satisfactory protection and restora- tion of the items to be removed or otherwise disturbed. b. Clearing and Grubbing Cle,.;ing and grubbing shall be accomplished in accordance with the appli- cable provisions of Section 12 of the A.P.W.A. Standard Specifications except as otherwise provided herein. No separate nor extra paymert of _y kind will be made for clearing and grubbing, but will be included in the applicable unit price bid for the waterlire in place, compelte. c. Stripping (1) General : All areas to be excavated shall first be stripped of all topsoil , grass, sod and other material not prescribed under C'earing and Grubbing. All stripped and removed material shall be wasted, except as otherwise required. (2) Removal of Fxisting Pavements and Street Improvements: Pavement, or o—t Pr street ur roa sur aces sna71 t only to the minimum width which will permit the proper cxcavation and brdcing of the trench, and which will allow passage of vehicular crd pedestrian trr fic. All pavement cuts shall be made smooth, straight lint. nr to nearest construction joint, and shall be made with clean vertical faces. Removal of bituminous and concrete pavements and utilities shall be con- ducted in accordance with Section 52, A.P.W.A. Standard Specifications, except as otherwise provided herein. Removal of concrete pavements, all surfacing materials and improvements will not be paid for separately, but will be considered as incidental to the work and included in the applicable uto t price paid for the furnishing and installing of water main. TS-05 TRENCH EXCAVATION, BEDDING AND BACKFILL a. General Trench excavation, backfill , foundation preparation and bedding for water- TS-Page 2 � y SPECIAL TECHNICAL PROVISIONS. TS-01 GENERAL STATEMENT This section, Special Technical Provisions, is devoted to features of on-the-site conditions which are peculiar to the facilities to be constructed for L.I.D. i1269. Articles, materials, operations, or methods mentioned herein or indicated on the drawings as being required for the project shall be provided by the contractor, and he shall provide each item mentioned or erform according tto the conditions stated ed (of qualit or tino each loperation sprescribed. and provide therefore all necessary labor, equipment and incidentals necessary to make a complete and operable installation. Where a manufacturer's name is given the words "approved equal" sell be considered a part thereof except where no substitute i ttted. No attempt has been made in these specifications or plans to segregate work covered by any trade or subcontract under one specifization. Such segregation and establishment of subcontract limits will be solely a matter of specific agreement between each contractor and his subcon- tractors, and shall not be based upon any inclusion, segregation or arrangement in, or 0°, these specifications. The contractor and subcontractor in each, case is warned that work included in any subcontract may be divided between several general specifications, and that each general sjecification or sub-head of the technical specifications may include work covered by two or more subcontracts or work in excess of ary one subcontract. TS-02 STANDARD SPECIFICATIONS All work under this contract shall in general be performed in accordance with the applicable provisions of "Standard Specifications for Municipal Public Works Construction" prepared by the Washington State Chapter, American Public Association, and in accordance with the require- ments of the City of Renton, except as othenwise 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 t" 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 take all necessary precautions, to protect and provide temporary services for same. The contractor shall at his own expense , epair all damage to such facilities or structures due to his construction operations, to the satisfaction of the engineer. TS-Page 1 t4 xa� ' Y" { y: c4' 5 SPECIAL PROVISIONS SP-33 DUST AND MUP CONIROL The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment 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 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. 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-34 PAYMENT TO THE CONTRACTOR 'j Payments to be made to the Contractor will be made in the manner outlined in Section 9 of the Standard Specifications. Payments shall be made in Cash Warrants drawn upon the"Local Improvement Fund, District No-.-Y97 fartia p—payments on estimates may be withheld until work progress schedules as described in Section SP-17 of these special provisions has been received and approved. SP-35 LIQUIDATED DAMAGES Liquidated damages for failure 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 hundred percent (100%) for overhead and other indirect expenses. SP-36 AWARDING OF CONTRACT Awarding of contract will be based on total sum of all schedules of orices. No partial bids will be accepted. SP-Page 12 1 � y yl a V 8 SPECIAL PROVISIONS CONT. SP-30 SIZE, WEIGHT, LOAD RESTRICTIONS FOR MOTOR VEM CLES (CON7.) Payment will not be made for any material that is delivered in excess of the ieyal weight for which the vehicle is licensed. Any gross violation of these regua'tions shall be reported to the affected law enforcement agent. The contractor is to furnish to the City Engineer a listing of ail haul • vehicles usea on this project, listing the vehicle number, license number, tare weight and licensed load limits. SP-il DELIVERY TICKETS All delivery tickets that are required for the purpose of calculating quantities for payment must be received by the Enaineer at the time of delivery. No payment 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 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 delivery. SP-32 WASTE SITE The Contractor shall conform to Section 4.06 of Standard Specifications in regard to waste sites. The Contractor shall have the responsibility of obtaining his own waste site. All work included in this section shall be consdiered 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 rontractor in a manner as described below: The Contractor shall be prepared to use water trucks, power sweepers, and related equipment as deemed necessary by the City Engineer to alleviate the problem of lost spoils along the route. Prompt restoration of the route is mandatory. SP-Page 11 z SPECIAL FP.OVISIONS (CONT.) SP-26 PUBLIC CONVENIENCE AND SAFETY CONT. 3. Under no circumstances may the road by closed in both directions for any extended period. 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 prope ties. All costs involved in the above shall be considered incidental to other costs of work involved and no further compensation will be mane. SP-27 CONSTRUCTION SIGNS The Contractor shall furnish and install construction signs which conform to current City of Renton Sign No. T-38 "CAUTION, CONSTRUCTION AHEAD," 24"x24" diamond, black lettering on yellow background. One (1) sign of the type menticnea above will be posted at each street entering onto the project site. All construction and detour sign'rg shall conform to Part V "Traffic Controls for Highway Construction and Maintenance Operations" of the Manual of Uniform Traffic Cortrol Devices. SP-28 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 Engir er, City Hall , City of Renton, Washington, for all changes node. When the work has been completed, and prior to said area being open to traffic, the Contractor shall notify the City Engineer, City Hall , City of Renton, Washington, and obtain his approval of signing. SP-29 CONSTRUCTION EQUIPMENT Drivers of motor vehicles used it connection with the construction or reoair work shall obey traffic rules posted for such location in the same manner and under the same restrictions as providea for the drivers of private vehicles. SP-30 SIZE, WEIGHT, LOAD RESTRICTIONS FOR MOTOR VEHICLES All motor vehicles of the Contractor, Subcontractors, and suppliers shall strictly edhere to Ch. 46.44 of the Motor Vehicle laws of the State of Wa,hir.gtor (1967 Edition and amendrtents thereof) in regard to size, weight, and loads of motor vehicles. SP-Page 10 1 d 1 sitd�YviiYiliii ,xxr r.dnwr r illr '' SPECIAL PROVISIONS (CONT.) SP-23 SURVEYS Section 5.C6 of the Stancard Specifications shall be amended by the addition of the following sentence: "The Contractor shall notify the Engineer a minimum of 48 hours in advance of the need of surveys." SP-24 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 requires 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 the Contractor on each monthly estimate. SP-25 HOURS OF WORK The working hours for this project will be limited to week days during the period from 8:00 A.M. to 5:00 P.M. , unless otherwise approved by the City. SP-26 PUBLIC CONVENIENCE ANC 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 fail 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 submitteo for the Engineer's approval before the beginning of construction. The Contractor shall maintain detour routes and other route: used by his equipment hauling materials to and from the area. Attention is directed to applicable portions of Section 7.15 of the Standard Specifications. In addition the `ollowing special provisions shall apply: A. Traffic and pedestrian a_cess will be mairlained as directed by the Engineer. 1 . One lane Pyrh way to be available 7 days a week betweer. the hours of 3:30 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 3:30 P.M. Monday through Friday provided that a minimum of two flagmen be used. SP-Page 9 {�t���l�1ff�1 IID'7.itr.7�iw 7 fy Y Y II*k 1 1 r � a SS\.yet . f t , < SPECIAL PROVISIONS (CONT. ) SP-20 WAGE SCHEDULE (CONT.) Prior to comrencing work, each Contractor and each and every subcontractor shall file a sworn Statement of Intent (SF 9882) with the Owner and with the Department of Labor and Industries as to the prevailing wage rate, including fringe berefits, for each job classification 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 issue an acknowledgment cf approval to the Contractor and/or Subcontractor with a copy to the awarding agency (Owner) . If any incorrect wage rates are included, 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 Cortractor 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 approved 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 cor- porate funds as the case may be and two (2) copies of each affidavit are to be filed with the Director of the Department of Labor and Industries, Attention: Industrial Relations Division, 1601 Second Avenue, Seattle. Wherever practicable, affidavits pertaining to a particular contract should be submitted as a package. SP-21 SUBCONTRACTORS AND SUPPLIERS A list of subcontractors and suppliers that will be involvea with this project shall be given to the Engineer for his review and approval immeoiateiy ,after the contract has beer, awarded. This list must be received by the Engineer before the contracts may be signed. SP-22 CHANGE ORDERS All additional work that requires compensation to the Contractor for items that prices are not included in the contract shall 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 subcontractors. SP-Page 8 { SPECIAL PROViSIONS(CON1. SP-19 DISPUTES AND LITIGATION (CONT.) 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 quest;on. The arbitration shall be conducted in accordance 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 and without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. The venue of any suit shall be in King County, Washington, and if the Contractor is a non-resident of the State of Washington, he shall desig- nate an agent, upon whom process may be served, before commencing work under this contract. SP-20 WAGE SCHEDULE The prevailing rate of wages to be paid to all workmen, laborers or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.'2 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 pre- vailing wages, it is imperative that all Contractors familiarize themselves with the current wage rates before submitting bids based on these specifica- tions. in case coj di-pvte arises as to what are the prevailing rates of wages for work of a similar natui� and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State, and his decisions therein shall be final and conclusive and binding or, all parties involved in the dispute as pro- vided for by R.C.W. 39.12.060, as amended. The Contractor, cn or before .'ie date of commencement of work, shall file a statement under oath wit^ - ,e Owner and with the Director of Labor and Industries certifying the r�te of hourly wage paid and to be paid each classification of laborers workmen, or mechanics employed upon the work r by the Contractor or subcontractor which shall be not less than the pre- vailing rate of wage. ' ,ch statement and any supplemental statements which may be necessary shall be filed in accordance with the practices and pro- cedures by the Department of Labor and Industries. SP-Page 7 1 1 stir �_ , __ i i SPECIAL PROVISIONS (CONT.) SP-17 SCHEDULING OF WORK CONT.J be made up, and confer with the Engineer until an approved modification of the original schedule has been secured. F,jrther, if at any time any portion of the accepted schedule is found to conflict 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. Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has been provided by the Contractor may be withheld. Execution of the work according to the accepted schedule of construction, or approved modifications thereof, is hereby made an obligation of the contract. SP-18 CONSTRUCTION CONFERENCE Prior to the start of construction the Enqineer 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 ontract. Subsequently a representative of the Contractor will attend a weekly conference with the Caner's representative to review progress and discuss any problems that may be incurred. SP-19 DISPUTES AND LITIGATION Any questions arising between the Inspector 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 the part of the City Engln,�er or his representative to discover and condemn or reject bad or inferir,r work or materials shall not be construed as an acceptance if any such work or material , or the part of the improvement in which the same may have aeen used. To prevz-+ 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. Ile shall decide all questions relative to the execution of the work and the inter- pretatior of the Plr.ns 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. SP-Page 6 f fo , SPECIAL PROVISIONS (CONT.) SP-14 FIELD CHANGES Any alterations or variances from the plans, except minor adjustments in the field to meet existing conditions shall be requested in writing and may not be instituted until approved by the City Engineer or his repre- sentatives acting specifically upon his instructions. In the event of disagreement of the necessity of such changes, the Engineer's decisic.i shall be final . SP-15 FAILURE TO MEET SPECIFICATIONS In the event that any material or workmanship does not meet the requirements or specifications, the City may have the option to accept such material or workmanship if the City Engineer deems such acceptance to be in the best interest of the City, provided, the 1,ity may negotiate payment of a lower unit price for said material or workmanship. SP-16 PROTECTION OF PUBLIC AND PRIVATE UTILITIES The Contractor shall conform to Section 5.09 of Standard Specifications in regard to protection of public and private utilities. Location 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, POWER COMPANY, TELEPHONE COMPANY, OLYMPIC PIPELINE CO. , ORIL-CIA- ATE COMPANY, and the RENTON WATER'DEPARTMENT for exact loratTons of their respective utilities: SP-17 SCHEDULING OF 'WORK, Sectiui. ° 01 of the Standard Specifications shall be deleted and the following insectad: Promptly after the award of the contract, the Contractor shall submit for approval to the Engineer, a progress schedule on a form furnished by the City. From this information 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 suc.i a schedule has been submitted and approved. Should it become evident at any time dur?ng construction that operations will or may fall behind the schedule of this first program, tYe Contractor shall , upon request, promptly submit revised schedules in the same forn as specified herein; setting out operations, methods, and equipment added labor forces or working shifts, night work, etc. , by which tire lost will SP-Paoe 1 SCHEDULE OF PRICES (CONT.) APPROXIMATE ITEM QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE 10. 4 EA Furnish & Install 12" C.I. Tees (All M)) Per Each (Words) ( gures S 9 EA P -. a :nsta?. 12" x 8" C.I. lees (MJ x FL) 8 > _ 8 Per Each 12. 5 EA Furnish & Install 12" C.I. Plugs or Caps Per Each 13. 9 EA Furnish & Install 8" C.I. Blind Flanges 8 Per ac 14. 1 E." Furnish & Install 12" C.I. Solid Sleeve (L.P.) Per -F—a cF— 15. CU YDS Furnish Concrete Blocking Per Cubic Yard 16. 350 TONS Furnish 4 Install Select Trench Backfill 8 Per Ton 17. 25 TONS Furnish & Install MC Cold Mix Asphalt 8 --- Per T—__------- 18. 420 TONS Furnish & Install Crushed Rock Surfacing Material Per Ton 19. 10 SO YDS Furnish & Install Concrete ?avement Restoration PerTquar�e a d- 1 1 SC;'EDULE OF r"'CES LID-269 APPROXIMATE ITEM QUAkTITY — _ DFSCRIPTION UNIT PRICE TOTAL PRISE 1 . 5600 LF Furnish & Install 12" Ductile Iron, Class II (T.J.) Water Pipe r __ _ Per or s ( guriTf esT— $_____ 2. 350 LF Furnish & Install 12" Ductile Iron, Class III (M.J.) Water Pipe $ _ $ $ Per 7 3. 125 LF Furnish & Ir•stall 20" O.D. 3/8" Thick, Steel Casing Pipe (2 Bones) Per L.F. 4. 8 EA Furnish 9 Install 12" Gata Valve (h1J x MJ) Assemblies- including Concrete Vault $ — $ Per Ea- ch 5. 9 EA Furnish & Install 8" Ga:e Valve (FL x FL) Assemblies. Pe-r Lam 6. 9 EA Furnish & Install Fire Hydrant Assemblies $ PeracTi - 7. 19 EA Furnish & Install Fire Hydrant Guard Posts $ $----- $--- Per ac�— 8. 11 EA Furnish & Install 12" C.I. 22-1/2" Bends (M., x MJ) & $— Pe.' Each 9. 1 EA Furnish & Install 12" C.I. 450 Bends (MJ x MJ) — Per Each-- , % y Page 3 (5) The Contractor shall hold and save the City and its officers, agents, servants, and elsoloyees harmless from aay and all liability of any nature or kind, including all costs and leoal expense incurrec by reason of any work on the contract to he performed hereunder, and for, or n account of any patonted or unpatented invention, process, article or appliance manufactured for use in t.,e performance of the contract, including its use by the City, . less otherwise specifically stipulated in the Contract. (6) Any notice from one party to the other party under the contract shall he in writing and ;hall he dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail , postage prepaid and registered. (7) The Contractor shall commence performance of the contract on the day _, 19 _, an.i shall complete the full performance of the contract not later than 60 __ calendar days from said date of commencement. For each and every day o: delay after the day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said ielay will be the sum of One Hundred Dollars ($100.00) , as liquidated damages for each such day, which shall be paid by Oe Contractor to the City. (8) Neither the final certificate of payment nor aFry prevision in the contract nor partial or entire use of any 4n• tallation provided for by t;.is contract shall re- lieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall hE under the duty to remedy any defects in the work and pay for any c.,nage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is spec fied. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof. m(9) The Contractor a ' each sub-contractor, if any, shall submit to the City such schedules of quantities and costs, prooress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the contract as may be requested by the City from ' ,rre to time. f THIS AGREEMENT, made and entered into this _day of 19 ___1 by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of ''ashir.gton, hereinafter referred to a! "City" and hereinafter referred to as "CONTRACTOP'. WITNESSETH: (1) The Contractor shall within the time stipulated, (to-wit: within 10 i_�n) calendar days from date of execution :ereof as required by the Contract, of which this agreement is a component part) perform all the work .d services required to be performed, and provide and furnish all of the labor, materiels, appliances, machines, tools, equ`p- ment, utility and transportation services necessary to perf,. ,m the Contract, and shall complete the construction _ id installation work in a workmanlike manner, in connection with the City's project (identified as L.I.D. 269, WP N3. 343 ) fcr improvement by construction and installation cf: .a 12" Ductile Iron water main in S.W. 43rd Street from Oakdale Avenue S.W. to SR 181 (West Valley Highway) and in SR 181 from S.W. 43rd Street north to City of Renton and i_kwilla City Limits. '11 the foregoing s'iall be performed, furnished, constructed, installed, and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and ther documents hereinafter enumerated. It is agreed and stipulated that said labor, materials, appliances, machine, tools, equipment and services shall be furnished and the construction and installation be performed and completed to the satis- faction and approval of the City's Engineer as being in such conformity with the plans, specifications and all regiirements of the Contract. (2) The aft-esaid Contract, entered into by the acceptance of the Contractor's bid snd signing of this agreement, consists of the ful sowing documents all of which are com- ponent parts of said Contract and as fully a part then-.)f as if herein set out in full, yea J not attached, as if hereto attached: (a) This Agreement (b) Instruction to Bidders (c) Bid Proposal (d) General Conditions (e) Specifications (f) Maps and Plans (9) Bid (h) Advertisement for Bids (i) Special Contract Provisions, if any iPECIAL TECHNICAL PROVISIONS (CONT.) TS-12 MEASUREMENT AND PAYMENT (CONT. 10. MC Cold Mix Asphalt MC Cold Mix Asphalt shall be measured and paid for at the applicable contract price, per ton, payment of which shall constitute full compensation for furnishing and installing the material in place complete. 11. Crushed Rock Surfacing Material Crushed rock surfacing material shall be measured and paid for at the applicable contract price, per tan, payment of which shall constitute full compensation for furnishing and installing the material in place complete. 12. Resurfacing of Asphaltic Concrete and Cement Concrete Asphaltic concrete and cement :oncrete itching shall be measured and paid for at the applicable contract price, pei ,quare yarn, payment of which shall constitute full compensation for the resurfacing complete, including subgrade preparation, preparation of ana connection to existing pavements, base course, tack coat, finishing, and all necessary incidental work. TS-Page 14 SPECIAL TECHNICAL PROVISIONS (CONT.) TS-12 MEASUREMENT AND PAo4ENT (CONLj Also included in price per linear foot for the furnishing and installing of casing pipe should be any costs such as: special railroad insurance requirements, possible railroad inspection and flagging costs. (See Special Provisions SP-05, SP-06, SP-07). 4. Gate Valves 12" gate valve assemblies shall be measured and paid for at the applicable unit price r1er each, in place, complete, which shall constitute full compensation for valve, b_,pass valve, conc. vault, and conc. valve marker and 8" gate valve assemblies, valve, valve box with extensions if necessary, and conc. valve marker; and all other necessary accessories for a complete installation. 5. Fire Hydrant Fire hydrants assemblies sha!1 be measured and paid for at the applicable unit price per each, in place, complete, which shall constitute full compensation for tee, vs' r valy_ box, spool , fire hydrant, shackling, installation of blocking, tracing, drains, fittings, and all other necessary accessories for a complete installation. 6. Fire Hdrant Guard Posts Fire hydrant guard posts shall be measured and paid for at the applicable unit price per each, in place complete, which shall constitute fill compensation for a complete installacion. 7. Fittin s Fittings shall be measured and paid for at the applicable unit price per each, in place complete, which shall constitute full compansatio'i for fitting, shackling where necessary, installation of block, and all other necessary accessories for a complete installation. 8. .rete Blocking Concrete blocking shall be measured and paid for at the applicable contract price, per cubic yard, payment of which shall constitute Lull compensation for furnishing the material in place, complete. 9. Select.-Trench Backfill Select backfill shall be measured and paid for at the applicable contract price, per ton, payment of which shall constitute full compensation for furnishing and installing the material , in place, complete. TS-Page ;3 4 � r SPECIAL TECHNICAL PROVISION:; CONT. TS-10 DISINFECTION Disinfection of the new water system shall be required prior to completion of the protect and shall be in accordance with AWWA specification C601-54 and Section 74 of the A.P.W.A. Standard Specifications and shall meet the acceptance of the State of Washington Department of Health. The initial concentration of chlorine +n the line shall be 50 pa-ts per million and this solution shall be held for a period of 24 hours. Disinfection of the entire water system installed or disturbed under this contract, including pipe, pipe fittings, valves and appurtenances, is required to conform with the specification stated herein. TS-11 CLEANUP c During the time that the work is in progress, the contractor shall make every effort to maintain the site in a neat and orderly curuition. „A I refuse, o+oken pipe, excess excevated material, broken pavement, etc. , ,,•, fi ` shall be removed as soon as practicable. Should the work not be main- tained in - satisfactory condition, the engineer may cause the worksrtia a to stop until the "clean-up" portior of the work has been done to the satisfaction of the owner and/or engineer. x TS-12 MEASUREMENT AND PAYMENT +ta„ 1 . General f Unit or lump sum bid prices for all items shall include all ^osts for labor, equipment, material , testing, relocation and modifications to ex?sting utilities, and all incidentals necessary to make the installa- tion coA,plete and operable. 2. Water Pipe The price per linen , foot for furnishing and installing of water pipe, size and quantity listed ir, the hid schedule, shall constitute full compensation for the water line, n place, complete, including: aqueo crossing, clearing, grubbing, stripping, all pavement removal , excavation, trenching, barkfill, foundetion preparation, compaction, pipe, p;pe laying and ,jointing; pipe blocking and bracing, sheeting, shoring, and dewatering, all surface restoration excluding crushed rock resurfacing, concrete and asphaltic concrete resurfacing; fittings; removal of existing piping; connections to existing piping. 3. Casing Pipe The price per linear foot for furnishing and installing of casing pipe, size and quantity listed in the bid schedule, shall constitute full compensation for the casing pipe, in place, complete, including: boring a pit preparation; Tearing; grubbing; stripping; all pavement removal ; excavation; trenching; backfill ; foundation preparation; compaction; pipe, pipe boring and jointing; pipe blockir+g, bracing and capping; sheeting, Ooring, and dewdtering; and ail incidental work necessary. TI-Page 12 t � >r SPECIAL TECHNICAL PROMIONS CONT. TS-08 RESTORATION OF SURFACES (CONT.) Water shall be added during rolling operations as necessary to secure required compaction. The crushed rock ri�v be spread in one layer and shall be adequately bladed and mixed to cbtain even distribution of the rock. Alternate blading and rolling shall continue until the required finish surface and density is obtained. The c.^ished rock shay be ceapacted to at least 100 percent maximum dry density at optimum moisture content. 'dater shall be added as necessary during blading and rolling operations to obtain the required compaction. g. Temporary MC Cold Mix Asphalt MC Cold premixed asphaltic concrete shall be required in some reas for temporary patching on this project, where deemed necessary by the Engineer. t TS-09 TESTING a. General Hydrostatic pressure and leakage tests on the new pipeline shall be made in accordance with applicable provisions cf AWWA C600-54T or C60'-64T and Section 74 of the A.P W.A. Standard Specifications, except as modi- fied herein . All equipment necessary to make the tests shall be furnished by the con- tractor, and the contractor shall conduct all tests under the supervision of the engineer. b. Pressure Test Prior to acceptance of the system, the installation shall be subjected to a hydrostatic pressure test of 250 psi, and any leaks or imperfections 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 perform all work connected with the tests and conduct said tests in the presence of a Utilities Ocoartment Inspector. Insofar as l practical , tests shall be made with pipe joints, fittings and valves ex- posed for inspectl_n. c. Leakage Tests Leakage tests shall be made after the pressure test has been satisfactorily completed on the new pipeline or concurrently with the pressure test. The hydrostatic pressure for the leakage test shai' be equal to 100 p.s.i . TS-Page 11 SPECIAL TECHNICAL PROVISIONS (CONT.) d. Maximum Patching Width The maximum patching width in trench area will be 5 feet. Any patching ' done beyond this limit will be done at the Contractor's expense. e. Asphaltic Concrete Surfacing The finished patch shall provide a minimum thickness of 2 inches of asphaltic concrete over 4 incnes 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 moisture content as determined by Stnadard Proctor compaction test, ASTM Designation D698., Method D. The asphaltic concrete patch shall be placed over the base course so as to obtain a minimum thickness after compaction of 2 inches, and sh3ii match existing surfacing. The asphaltic concrete shall be rclleO and cross-rolled to obtain thorough compaction. Base course material shall meet the requirements set forth herein for crushed rock surfacing. Asphaltic concrete :hall be hot plant-mix, conforming to Section 34, A.P.W.A. Standard Specifications, Class 8. Asphalt cement shall have a penetration of 85 - 100 and shall meet the requirements set forth in applicable pro%isions of Section 27, A.P.W.A. Standard Specification:. f. Crushed Ruck Surfacing Existing shoulders, and existing gravel surfaces shall be resurfaced with crushed rock so that a minimum finished thickness of 4 inches is obtained. The finished surface shall match the slope, crown and grade of the existing surface. Materials and placing shall be in accordance with the applicable pro- visions of Section 23. A.P.W.A. Standard Specifications except as modified harein. Ballast and maintenance rock will not be required. Crushed rock surfacing shall in all respects meet the requirements set forth in Section 23-2.01 , A.P.W.A, Standard Specifications, except the crushed material shall meet the following gradation: U.S. Standard Sieve Size ro�b Wt. Passing 1-1/2" square openinq 100% V. square opening 70-95% 1/4" square opening 35-70% 9200 10% max. TS-Page 10 SPECIAL TECHNICAL PROVISIONS (CONT. h. Nyueous Crossing Installation of the water main crossing of the drainage channel shall conform to the specifications of the Fisheries and Game Department as bound in this document. i . Casing of Waternain Under Railroad Tracks Installation and material for the casing pipe for the watermain in the railroad right-ef-ways shall conform to the specificatiors as called out in the crossing permits which are bound it. this document. j. Concrete Blocking General concrete thrust blocking shall be in accordance with provision h2.14 cf Secticr 74, A.P.H.A. Standard Specifications. The City of P,ertcr Standard Detail for general Hocking is bound in these specifi- cations. TS-06 RESTORATION OF SURFACES a. General Roads, streets, driveways, shoulders and all other surfaced areas, removed, broken, caved, settled or otherwise damaged due to installation of the improvements covered by this contract shall b ! repaired and re.,ur- faced to match the existing pavement or landscaped area as set ferth in these specifications. The ends ar,d edges of the patched and resurfaced areas shall meet acd match the existing surface and grade, and shall terminate ir. neat, even lines parallel to, and at right angles to the roadway. No piece- meal patching or repair will be allowed. Damagea, distorted or otherwise Tested areas as Wined shall have edges of existing pavement trimmed back to provide clear., solid vertical faces, free trcm loose material. b. Area,, tc te_P.esurfaced (1) Existing_asphaltic concrete surfaces shail to patched with asphalt.c concrete over a crushes rgc'Fbase course. (2) Existing shoulders and existin ravel surfaces shall be repaired with crushed roTc surf acing. (3) Existing_portland cement concrete surfaces shall be repaired with portTarfierc.ent concrete to matct the existing. c. Private Driveways > Private driveways, walks, and other surfaced areas shall to repaired, patched and resurfaced as required for the type of surfacing enceunterec. TS-Page 9 SPECIAL TECHNICAL PP.OV_SICVS CONT.) TS-07 PIPE INSTALLATION CCNT.J e. Connections to Existirg Pipe and Structures Connections to existing piping are indicated or, the drawings. The con- tractor must verify all existing piping, dimensions and elevations to assure proper fit. The contractor must also provide any adapters, ripples or other specials required to make a satisfactory connection. The City cf Renton Utilities Department shall make connection to existing mains at contractor's expense. The contractor shall be responsible for the protection 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 existirg system in any way. f. Valves and Valve Chambers Valve installation shall be in accordance with Section 75 of the A.P.6.A. Standard Specificltons except as modifie.: herein. 6" and 8" Gate Valves shall include an 8" x 24" cast iron gate valve box and extensions if required by the City Erqineer. The 12" gate valve assembly sha'1 include: 12" Gate Valve (M8 x MJ), 2" Bypass Valve Assembly, and a precast concrete vault. The City cf Renton Stardard Detail for ' Frecast 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.r.«.A. "1101 M, Stanuard Specifications except as modified by details boun3 in these specifications. ,E All valvr; shell have cone etc valve markers with distances clearly marked as required by the Engineer. o. Fire Hydrant Assemblies Fire Hydrar` Assembly installation shall be , accordance with Section 77 of the A.P,II.A. Standard Specifications. The Fire Hydrant Assembly shall include: 12" x 6" C.I. Tee (W x FL), 6" Gate Valve (FL x 11d) , 6" G.T. Spool !PE x PE), 5" MVO Fire Hydrant (M Connection), P" x 24" C.I. Gate Valve Box, and 3/4" Shackle Rod with accessories, and hydrant extension where called for by Engineer. rire hydrant guard post shall be install r :where deemed necessary b, the City Engineer, and/or shown or tha c ,nst•:,ction plaor . Tne City of Penton Stardard Detail for hydrant assembly and hydrant guard posts is bound in these specifications. TS-Page 8 b t SPECIAL TECHNICAL PFGVISIONS CONT. TS-07 PIPE INSTALLATION a. General Pipe installation shall be in accordance with Se-*.ion 74 of the A.P.W.A. Standard Specifications, except as modified herei. . All buried pipe shall be iaid upon prepared foundation or bedding material so tnat the botton; quadrant is uniformly supported throughout its entire length, as specified in Section TPENCH EXCAVATION, OEDOINC AND BACkFILL. The average depth of covc,• for the water main shall be 4'0" feet, and the trench width shall be ro greater than 36" except at valve chamber locations where pipe %'ll have 4'6" cover. b. Layieg and Jointing Ouctile iron pipe and accessories shall be handled in such a manner as to assure delivery to the trench it sound undamaged condition. Particular care shall be taken net to injure the pipe lining zed coating. i Cutting of pipe shall be Gone in a neat, workmanlike manner with an approved tvpe mechanical cutter without Gamage to the pipe. Jointing shall be accomplishes' in accordance with manufacturer's recom- mendations. c. Bends and Curves Deflection from straight line and grade, as required by vertical curves, horizontal curves and offsets shall not exceed the maximum deflection per joint as recommended by the pipe manufacturer. If the alignment re- quires deflection in excess of the maximum recommended, special bends or a sufficient number of shorter lengths of pipe shall be used to provide angular deflections within the limits set forth. d Special Anchorage All free ends, bends, tees, laterals and any change in direction of piping shall be dequately braced and blccked to prevent movement from thrust by use of rer.urete thrust '.locks, tie rods and joint harnesses. Concrete thrust blocks must to poured against undisturbed ground. Thrust blocks shall be provideu at all chandrs in direction of piping. In addition, all joints at bends or changes in direction. to a point at least three joints beyond the tangent point on either side of the bend, shall be provided with a positive locking device to prevent separation of the joint under full test pressure. The locking may be acccmplished by use o'r tie rods and joint harness, subject to the prior approval of the engineer. After the pipe has been joined, aligned and permanently bedded, the joints shall be drawn up to assure permanent water-tightness, but not so tight as to prevent flexibility to allow for some novement caused by vibrations, expansion and contraction. TS-Page 7 � k SPECIAL TECHNICAL PROVISIONS (CONT. TS-06 PIPING MA.rtRIALS. VALVES, AND FITTINGS c. Gate Valves Gate valves shall be cast iron body, non-rising stem, full bronze mounted with double disc gates. All r c shall be designee nor a minimum water operating pressure if two hundrO (200) pours per square inch and shall conform to AWWA Specificatroo C 53U-61 and any subsequent modification therecr. Each valve shall be "0" ring type, provided with a standard square operating nut, and shall open by turning counter clockwise (le) t). The valves shall be IGWA List 14, or Mueller A-2380 d. Fire Hydrants Fire hydrants shall be Corey Ty,e conforming to AWWA C-502-64 with a 6" inlet and a minimum M.V.O. cf 5", Two 2-1/2" hose nozzles with National Standard 7-1/2 thread; per inch and one 4" pumper nozzle with the new Seattle ^Etter•. 6 threads per inch, 1-1/4" pentagon operating nut and opening by turning counter clockwise (left). Hydrants shall be constructed with mechanical ,joint connections unless otherwise specified in bid proposal description. Fire hydrants shall be of Traffic Type and provision shall be made for Irainage of barrel to protect units from freezing. Fire hydrants shall be such length as to be suitable for installation with connections to piping in trenches 4 W deep unless otherwise specified. Fire hydrants shall be IGWA or approved tqual . Approval most be obtained prior tc bid opening. e- Pipe Fittings Cast iron pipe fittings 4" thru 12" shall be Class 25C, as per ASA Specification A21 .10-1964 (AW6A C110-64) . Joint; for fittings shall be Mecharical Joint as per ASA Specification A21.11-1964 (AWwm C111-64). The above shall hold true unless called out otherwise on the plans or in the bid Proposal. f. Steel Casing Pipe The steel casing pipe shall conform to the railr.iac spec?fir-"- as bound in this document. TS-Page 6 SW 4 3'RD ST. (S. 18 d TH ST. ) OAKDALE AST SW TO W—3 4 3 WEST ,. -.,. �, .l �., � „ J I fad e S = Rc�..� F-.7C�s7 � ti ! / i � j �n r� I i f ! w� �•w �•�l slwavvWSJ ulr■rrnssrisu=uril.m /"ill b:".�ur��n•xrisut►asus••*a rr�•'ffSonr�•ruiarr«..y.wi-•r�nr�ra.�• ll�1r . " 1 p r p 1 M d).iltKdt101 rO1Jt�iL'lnn izJ'1Lt'111I1]f ty�rrnLs..n..�tn�r�>wn_-��•• . ....: r.»tl'N})►s1.t Jet).us'i,)l Ytt� � _ A 23 i a 2Z2 +00 41l i 221+00 214 1 a//fso 1 1 1 I 1 1 I � � t ITl I � - I � a a OF FILE BEGINNING __---. �.Y ICI Ii�/y'w It"J 1•N)it^I�t�Ys'���� r I j Or � I I 1;Ile I I '•. ' A A I 1 /74/"o jr,.-__ r L � ^ rbrd- i /7fsttiO 34 ! ! ; yk, .........♦..a a..,.m. fr♦w♦ruN . . �{*1♦.n .♦r..•♦r... ...�........u♦♦ ♦ • 1 I r I 6 I Ape z" � /��cxi/• J= I r 6/i r 'reG 1� a c h / Cad/t' 3� t../e i✓ 11Xis II�;. r pr Now, qll pi t •rMYYY1w YI1\In1Y.1I1111/\I'.\11"1111.tirsrin1111 w\I1/MIIwr...w\M......... ..I.. ....... w..w .1I./n/rrwnw\.\Ir.w.�\I/IIn111\w�11\YIn111/IYIM/II\11111.111'.A II Iw vw1�1• i I r yo/r8, ass_ ' vV11v I /� CaG/e dr,6s/4ui 6X,•5� f/v. TI.S. �`:.k,. )y�•C�b/, sErt7a/oru 1=.ar;ft. E/✓, i,9 'f�ivl ,�"e.✓r iz✓t•.odle". =E /ck✓lr,.E/ !M1 .. �Lslee/ Gssiay saec.sw �"✓,:c� lr'.96/v r ' /4 ce/% UML f t e f� /dGr Zrp t"• eI °I Bi /E5/ 11 of * ti r � /y Cd lad ar 4"..�?.9 n /�"ev6/e 3` o'c%.✓ Fx.sf. E/r z// r IN M1� � b 4` e a 0. i e . �.:,k,,, _ � , ,,. , .. _ _ .. . . . �;, k 1 1 it W.�� tp�'•rtt)t-►�J/►1ARI►Al�'I►'K'ISb'1.[►Cl1L.lLbU/11Ift►t)lly A',lI))l'►'•)'t')')p�►1F'l)►{ID)))►).4� r " '�1V�1/1NL)1)Iu/Ie/I//t Us y, N� f•.. _{PCi y p S1Y rM 1 � +3 r ,ter d I3 11. +A 1., i+tele.caA/c afzr/s a�prala�i;y t'/rb� , / 7de Lab/e, ea6/e Zr Be/»w Ex:sF, /y r le%, l'ob/a 3°6a/ew Ex/ef /f le%, c>6/� 1 1 J. r I I � r i - i Y f 1 � l , t �► M \\ G j\ d yy�� All" 4' «« cG } � } . \ , k 1p i. , r;y r t •, '1 .v9:.J l�:UJtl r .'l lY: � - � � � x � "7: !tl t7]l�' •7 tl'iiTD y - f , PON rm r - �j� ErlC.c*iC . �dlf'tr. 1%�•!!w ?�`v L - � tI `d^-•1!?h_::`J!C dl'GS�OF'�.''/s �A� '�" .�.vfi, f n� -. 'H i Aa !'�' {i3.4/.. 'r<T�':E ;_•.9"'n�.r L'NG�FR J S k _ r� � Pk'u•! t" ,�- - �/ L`.eII .C.Sif/�(c.� 'f Js /T. YA / J/ i �.. '�1 ` .yam � $" ib ^..�'" d� ✓�LY�.• f''{S!/.<<. i��l_GR Y.'.v L' f�P�aP� - M Q'.[_a y, .�+�rh �''N..!!•�!�!6s7 /�/PoVM + 4.�' -. .�?. . A Nast 'r,pta rc .zots �i I 27f 'd D t7'A • Ar4 /t ZZ?= •40� 70 /^/v'- G1NE A"`- .:'90• /_ ( . . - ., i } 1 - � � .ti. e '. !tP✓��'a{`mac: _ SYd`H`.�n3 _ iV e ,. .•rim .., LC/. !4 �'t-->. c./95T „r+ / - r`/+g/l�E r�J � .S�✓'1+�7F SIYEEYS Q.!• i I rI"1 S/ Poo LL 7 � � .ru/r y3f�d nr � f:,/ li✓.kN / r 32i a.F// .<s�� / "F tic. C.7 �•/.�/ ��b"�L ny�,.j k/,� +ra c�ln ���•n f rn�� •Sr/ ! �,i,�fA�/ �a / a i w •-.d ,-, l�w7�//( I J7�- '��� �/7fr L •' J N/ 3'oh /(.•j .y / ✓ C` .C. f aY/ L ,��•-� /,..Load �..�rys> � ->r . r �,�•,-r, , Call fS o.d Lon. boa 4 3 y� i l-•:ram fy73'i_ �aN+'.a'5��7 � •7�f NA NO,f�ri{5�.�_ T�f�� •A CN j'IJ� �'✓^''"sue' 4-= .... -...'J ' v: /. .+r7 ->:. ', - � t !� V` +'l'✓ • ^<J) - t "TAW te _ r= y CURVE FORMULAS �A �, �, Dr '+'•�-� �. n IF I R :T cut. J 1 ChwJ Jed. -rhwdr = tadn d i L-T tan f i Tan 1,hoed def. Pq . The aquirr od any dixtama, dilirl"I by twice the radi,% Gill equal the dkt erc f.i tantmnt w,urve.very ready. Tu find angle for,Filea dieted,aml ohgketion. v Ruk 1. \lultipy the//nen livtamr by.u17i5('let.for I'far I ft.) � F aml divhk gitrn deflectim E the pnxluct. h Ruk S. \dolniply gimn deflection h>5i•A,am1 Jithk the pn.lu,;! L _ ( ,._E 1 , the Riven diauccr. To 5ndp fora given angle aml 11Mtmm. Idnh iplc th, by.ul;.t5,larI the the peroduct by the tlixtamz. rz J 7 ` 6ENERAI DATA Rlcar\vr:t[TataxoL[x. Square the attitude, divide by twire the f1.. Ktf';pG4 471a,d- N. Tf'37=ti base. :\Jd nnoi iem to L..d for hyymen he - 'T '' driven I,,,w Into.Alt.lmt orsoo. _& trn+.5-tnXS by-[, �.Ga .'�14 - /7. urA4!'Y, -2 vj -ZC14 Git.'n llcf, In.,.\lr.d5.a5++nal�;.ltg ual-yu5=yh.a7S�Ratr. ^� /� [rr„ein Arm ea:mq.lr•,.nru; in laxt,.a{5, r� L�rki•gt"Iglzr - ur v� CC4"i. -Ph 1-144f T„ find 'fin:.al Rad in one mile of 1racA: multiply weight per yanl ?R� ,d/,Gs%o - —rE. ?-O by Ill lad divide by 7. ' MCI -M dl un' 42t j Lxvnl.ivr;. The correction for rAtue, and refraction, in feet N e . 'crvk4e (.t{.erXf4 •'?, %(, -f'P 7 lad derimalX of frrt v=eyual to 0.574 d1,where itis the disunce in miles. per, �l i.r' 7.T 3 The curnv'tion for nlrvawre aline is edmely,fd'. The cvinbiaed ear• '✓�v�(AS (/.9r^.-1 -(t�/i5/�. .^Jr1�. :�iiS �+'fa Z-Gry♦ Milos is negatim PNfroco t mean a dt, i , ee are the e.quwes of e,various _ , enmI and u=he pMm,and ff bse theaum of tthe probable error of er-the (`r(,.e .. U,fP((.T - f''fN r d-,2E Ii'p� , en,es and a=the numlwr d oheen2tione,then the prubahle error of the v •a rravn - �0.674N Idal, �tC 9AH�-✓oat' - '� S4ifcti �..e T, ' l�Av15 — •'�'ill'v�!�FE R.?. —.23.��-� MiNUT[S IN O[CIMAtf O►•DEGREE - I .M.. .din] a1' :7..t tl' • `w 1 da:Lf 0 .3-1.7 n :•1 31 ..YYYI a .-ua1 a ^ t 1 l ayyr q fra Ta :,:1 a .:an u im; K y\ `(-El. 11 tPS, Not �4lSE^iT 1 JIBX2 N :Ait 14 ,1„.1 Y .Stlsf N .7341 At JOIL E R. Awe' i lM:tt 1{ .35nn as t{ .:'*l N Ixr 4 .UXn N .:M6T tt f At .aX.i M 7A; N 9 .tuir IT .Stilt t7 1 tt .61n] 11 723 {T a .IY.T3 M .4"Ito ♦ft 1 ati .sill 1a 4.o .Itan to .tail !a 11.' se .o 1 Y IfT r la .tW u .Sttl >A M nMq N ITKI • I —` 1NCN[S iN O[CIM LS OF A FOOT 1-IU tit I lie � .elf Y r F+ : - .aat ,n4 W. rlllp .mad ,a�11t MIT .O„ifl A J]IW a t ,__ _�` .11tl 4Im data t10i anal Tltn 839i UII'] «,, 3 UC 6, 9cl _.. . . . . ._.. -. .. -- __. n s �I,3y _ ZY.3�i ��; _ ___ ., �� , ti § n {t � �y . . __.._ a•$ x i „riff ida. � pp y.P','. �pan..d �' ` � A �� � o p_ar��`�f {{,.,p, ' �� Id S. 1 AY .. .. • I Y 1 1 � ( F �� �f' .$A I ; I I I ' cL , 14 Y i J „sg i i 4. ax v l.s s"f., I y I �4 ��c�6/P z t [3s/nu E'r.i>' .-., � I i � -- � -, :. �. I , . � � r;. ��'+'kr � " I � � 3 �Y 1 .�� �, i _ � .. n i�eab a b= lj��ow FCC .Sf c � 4, " �� _ � I �. '. � �' Y���e , a ; . � � i � � i I � � I i � � j ,� ;- � � I �%i, '' s ��..`R.::sa �.i[. 1 y�'�. �,i�*�1 id ,. >'a ..'.�; >'P, # '+ : ; �: is%ts o ys 1 s� i i Iss�so k- -yL—_ ca6/o f z-da/alw Ek,'s iii� /v ca6� Lz' Se%fdFr. I ry i i i I/v cob�e i I++ I 1 I � , I r j i 1 i vim} I tom- Y t 3yy(L' P . YY 6l 4 e trams n?a Bi/.I I) Orr � ra y(� /Y Grf./e Z� Pr/aw fRiu� e � •��r�}'pi - tv.C-0 s Be/.w Ex;d /✓ Ca`�E 3 ` Be/ou E�rS/ AV I a C F.,Ary s ` •J i w 1 1 b A 11� � /.�r.L.w».ryr o,•�rs,w.�i,>r„s,.ya ..�.-.r„r:�',�,s.a-....-� a r �, r � • .. /s i A,7�o, iz<re�• � lit tILw a---�—�_._ _ra,....,�-,.tea.... -1-._____� ..-- _ - •-� R , . � � 1 ; � ,� + - -..ems. i _ .rr�.-�.c ... �s'3E�� _L...� • _ � 1 _ s'i hl r t Reduc®d Priest Do Not Sewle 1 ds ,1 D£TA1L Of EQS£NEW AREA AT 1N.T£85£CT10N + � 5:ALE 5£E SHEET 3 lao \ + � CITT OF 11¢NTOK 1 is; 6 / A ' J P 14-1 L+ Al1 � ii /eye it /I f 21 �LS'J ,�, � ✓' w 4 c lit / , Reduced prs<at ^cam DO Not SCALI• l4 �e i CITY OF TUKWILA ` \ F I w s i • CI T O' --TON . [MOIM[!O'• �[�e[M♦ it 1 tID�IGD 5n •�L AND SH lal !W'L3T Y�L7 N WY I } is t s CITY OF RENTON j SCALE 1.40 \ _ � Reduced Print 1 I Do Not Scale y 57qTf -s-. �- CITY OF TUKWILA .�s CI rY OF R[NTON sw�iw[u�w• e[�wwr�[wr D 5T AND NWy I I CITY OF RENTON �. 72"' 4VE. 5. Al SCALE I .40 Rodueod Print Do Not meals � I i Y e ; , 71" AVE. S. I I t to 3 tit -- yVywwM.R - .. . • ..-. 1 yw "fY 1 . f �II�y 'v1 'i/- CIT' OF RE HM NTON } 5TAT[ . trtfrt_tert et..•-rtr♦ *2q, 5 W 430 5T Al(D CITY OF TUKWILA w`��- CITY- OF RENT ON �,jAALLA� � . �` a'Y! �4— -- 7 - - _.1 _ � �_ f. �__-- -.:. _ ._ _ w_J"' - __ 1. ! --ram ...�a'► - . .. _ t N }pit _ '3f.Ss� t arR.:y.,eY�,xl�- -. n't'...ici'9',� a �- ♦.ta� �`� •-'ay.i �— •-. i :. _.—C Ni8u'" ST,) , :a,.ts ,. SW. 431 ST . y Q A*lns*i Prins +' aO Wot 840alo 9t Y CIT Of R N ENTO - ';, .ALE i' • 46 _ >......,.. •'69�W s3m T AN i CITY OF KENT '�_.___ �. _.. � _ �T _ _- _..__T— _ - -- .. ...•—r�1'—w.."' tea..__— .l 1 t- . - _.� ' _ rrwaa7-iG—riW�� ---- - �._ �_ _ � -' __'. _ �� ..� �—�n.a s-•a Trs.".wi.'a�_. ._ ._ \ -+s 1 ( i r I __ ,,,� 1 .��'.`_ ♦ ` I�.�an. i -e. f t-+' � 'lam � - � t—� - t _ _ r �•wsa�.�sr �� ,� i AAwMw.�._ INNMI• 1 f r _ p m,-� � t� elf ® / aS ! n oaf i C17Y OFF RENTOv I 3 :—� - .�.__,.—.��'3i�i,�.=ri:--i,_.—__�_�_ •e _T.._—.. -• — �.—.i � W • i0n."di 4C ' y :ITY OF KENT I Q ^-• �y[r.wy,2.,.r<r,..r.Y'w,.q UW _. - t. ___ � . j] •/.arfu. .wsw:t'rwliw r✓•M+: � _ _j i SCALE I'• 40' i Q Reduced Priest R is 1 r ;R CITY OF RENTON Do Not scale ? • ` y — — �s� 1 .j— _ � _�_�!'•yre_rr� _ _•1'eaarira 1' _ _ : D/-M.V AYI C;TY OF KENT 5 N. 43 ST, �i - 0 • � iRMY A � _ - t i Rr —�1•_ 1 �� �ee•• � : .n p' r ��..•�..�.rr ?nfe+ag+y iHln'KL i N r OITV Or RENT ON 1 _ •'--. .._— .. _.wseue•r.C'rw� --•Maawwww-rra..._ —J r� }� j � _ - I iNG Y((R M• Df a{RtYIM♦ IETAiL A-A !? "� I L ID r25 4.3"S7 AND 4A _ 5R!8! (M5 V•t! _ 'Y) +' I7r� e2 a . ' � t , ����--...���///� may. ;.a v _ ..- .._.. i—.�L.TYGv=_ -- • - I Ask LID - 269 � ( WP - 3 1 ^ 43 ST AND SR 18i ( ` pest Valley Hwy) - a - . Tl: ,4; PRQJECT SITE 4 : w CITY OF RENTON , Ac-HING?O ' i UTILITY ENGINEERING DEPT. JACK WILSON , PE.� ; CITY ENGINEER � � r !H � S iZ•t; .� .eke � <,.�e� r �'�dm 1 ;�, a,.ors��•�� �'- . � - 1L ,fF^Sd"{��.-c,�� ���p� jam;✓y J, ys7Dtr>,1�,� ANr� } 2rv� o � ono on f tit n r.f?�O� ! - ���'• 1-E t.�': .Y+AS!1/� Sll J"i*L,'a7, �.3' M.G t ffl , L-,..4j Iz !l t s4,y 'Y V ` 1 'yI_ •ply �--:`�''�_ ! � r' c7'It ttI V y 9f, _L !- t b-3W(.,v.,•7 eV �. jw AL es } A� _ _ - '�$d�t. �l-'jam _ �.� i s•1'ac �fi.•eti�`r�i��ffi^.�s...g�...:' y l�J Y� i i .�f:'r"eE`iG', �.LE`tfr ^rS t,. t /2'•' i.�. 'C�.. EJ ,�' CA-tT � - E L1.PA - - - 7! 7t'O/ - 4-A'� iAr� :. c ... ..z... NO. �'.. F�o4; � j.M��X1.fE.!:✓3• FO.e ff�^-rT 1.!'KC 'y_ JET `^v! Ls?St NydeA N✓.� Tie6 r!✓A.:vc :..n4 , 19'`"'�7 �NS�ar1iN3 4vnx.D �yi�r� �!✓E - t trL �,* r? /?i�.:;��j,.I,p��� �g,rr26 :`76,ekeGs, r�JNR� j.�'N7�/N:s �/7/•7P r 1 T c,N 4E� r ��� rc. .. •. �Wt ,3 ...---�'--d .?•' QAIr Il.4L✓�_._.-.--sTjv ��g•+ur 6. J ... ` _ , 1 '. Q. f lit: ��• '_� j ZZt4{� � ++�.:;.� --•___ C'n3" 7 �?. -S'f of=gig 'd.i,G .cer ry��d a � Cb+ r r psi C'N,pl7� Lr/^ yn Q�+L�1=• tvi-,�ni '47)rry.._Aa &3 22s ` ar's /sin ` ' L ' . - G � ...N' _ ."�f✓f 1+a'PJY7 ._z:,tr� t e fly.'1I ^ ♦ �fir_. - _. _ J.s'1/W �N>x; �.J-r�v J "'.•.:i=t .! .;.., -sr-." >e.�'. ^•o 'i� ?3.� . :,, _- emu.. �•?--Y,^.' `�.bi ,SPYf t ''7'7+C•�'{Q '1�I"' li(j 3;�g � G..r�2. -:b .�>+t�rr-, �o C' r•.ar � , ... - WI I _- t K t ;ti r