Loading...
HomeMy WebLinkAboutWTR2700360 MONSTER RD. - NW OF S 7TH t &1 25 W-360 i I� I. PJSTOMEN S COPY BLACK RIV R QUARRY, INC. NOR SOUTH 1401h SSATTUI, WASH., 961TR ` ` :. SPruce 2-4620 VAT IL ■:LL ApG�— 1� 1MIGt YYYNR • � .�++wor w W A.Min sw pww, NK. ..ti..ry p. ,/� ._ wlr f i�lr Yoi M.Yr.+�I'av4 r w TN. b MINUS _ 1 MAN 1' MINtM 2 MAN I% MIINUSS ;1 MAN ���.,�s � 1 end LARGER OROSS WEIGHT LOS. � TRUCK VAIGHT IS& Tax NET WEIGHT LSS. O iOw YARDS TONS 1tacG L'f i 1 1 CUSTOMER'S COPY BLACK RIV R QUARRY, INC. 6M SOMH 14M sums, w"H., 95178 l SPruce 2r4620 ►at �5�� •unwat • 1 r.MM w i.Y ■ALR OM OYIIrY, MIL,rw.iM 1w AVNUS 1 Try.&Wlr -TI r. RYII{/S ._ 2 MIW 3 _ M@N1S 4 LA*= 9 = CMJSS WfIGMT 165. d0o_ yy w�o�_ _ TRUCK 1AIlKilff LK Tm _— NET addsolddl& TMd — i Y TONS nco 70370 '► M 1 + CUS70ME" Cor, BLACK RIVER QUARRY, INC. •RW sot'" 1toeF : SEAMR, WASH., 90179 t SPruce 24620 l •.at GATE_._• \1 If si�y,�oenrll _ T I�sI w frr TL►►w wl.w.rr ww.e r....�.a � z SrJ6_ _._.L18fc6Sd.L�. 1f` MINUS I MAN 10 MINUS_ 1 J2 MAN w ms 2 MAN_ _ 2%" m Atend URGE50vR -- �..� -. -- GROSS WiJGW LBS. I _ TRUCK WOW .Les. Tr t— NET WOOM IRS. teMl YARDS TONS IIscG X 70262 7f..i ..IJ 6tRi ♦ ti s ' cusroMER-S :GPV BLACK ._ RIkRQUARRY, INC . "0W SOUTH 1401h6SEATTLE, WASH. 9Eve SPruce 2 MTN !/LLl/LL wDOR���� _ T 1WM YYY.ffP TqL- 1....NOI ti 1,�1/RR[tAi1f UY�pi AMC. titi..►M/r MINUS _ 1 MAN �I T 1" MINUS 14S" MINUS 3 MAN 4 LARGER GRM WEIGHT IOS. TRUCK %Rc;HT US. -- NET WEIGHT LAS_ Twl YARDS TONS R[co X 4 1► CUSIOMER'S .,� ._...._ BLACK RIVER QUARRY, INC. {.' 6WS SOUTH 14ft SFATM, WAMt., 98178 t t Spruce 2�620__j z �. t'tlt_�_ TIIYi11 YYYY. —cmuomffo RJlK RUCK f 0 0s-1f Vnr.uc{ AXO NT _ ifMINUS I MAN 1" MINUS Y MAN —f I%- S MAN 2Yf' A frd LARGER TRM IMf*W LSS. Tn NE WOOHT UK YAWS TONS weep X � k 4 CUSTOMER'S COPY BLACK RIVER QUARRY, INC. 6S±W SOUTH I400h MATTES, WASH., "17S sPf CQ 2-4620 `� ^y Z. I rtva wvwn. j 1 y+r�ggff r MAI M MAt; tw"4 G"W, ,RK..�..iy M wltr tT-i4 rr1 hlrrt ra P " w r wwr --._2 1 f,mmomag n*01 "c"R1 Rocx 011110,01—LA21 Mt _ 11" MINU6 I MAN 4 MAN 1 w mum 13_ MAN 2SS" and LARGER a*055 wE1GHT Les. TRUCK W2fGHT 1W. Tax NET WEIGHT 185. ---�-- T" YAfmB I TONS_ R;=, X L32C '74vi/ L _RI CD$IOMER'S COPY BLACKiti2O UARRY, INC. SouTN 1SEATTLE, WAM., w17e WN ���TaM'Urk Kb�wry AYY.ti Y Yt wwM H O N h Y MRyUS -I.-MAN -- J" MINUS 2 MAN IK" Mf 3 4WI LARGER —. ORGR,S WE1GM LSS. TRUCK WEIGHT 165. � '—'_ NET WLI6IfT L88. Terri YARDS TONS auA x s ti BLACK RIVUARRY, INC. NOS SOIM 14MASM., 98178 !*� SPruce 24620 1 w+MDi M 0. Mvv ne. w r.r•1.a�.»r4.b n......G 2 � R .x� 11GC1f[aY O x" MINUS I MAN ---_ _ I" MINUS 4 MAN ----�-- 3 MAN rs:. 4 and LARGER .. .. WEIGHT LBS. —WEIGH USS. _ tax -- MET www US_ - Taal YARN TONS aaw X l CUSTOMER'S COPY BLACK RIV R QUARRY, INC. iW! SOUTH 14Mh SSAT'LE, WASH., "in c 1 SPruce 2-4620 nYrt.F ./11�T�.Y Yri Mriy MM/M�h M�I .�.• 1fP ANNUS I MAN _ I" ►MNUS 2 MAN W MINUS 3 MAN _ GxOR6 WEIGHT LBS. TEUCK WEIGHT L". Ta NET WEIGHT LIG. YARos TONS o La' 7�29�_7 low _ n CUSTOMER'., COPY BLACK ;RIV R QUARRY, INC. 65M SOUTH 14 ., SEATTER, WASH.. "17i 4 � 1 SPruee 2"4620 tO.I .M e. A Z!e_1Ye �r�r `R T11Y4t MUMW REe ..ram- Mlrr.i"i+«.+wRiN w M+►wr Y.T.q.a � —C R 4 1,"JL R C C_ ( _II O C K tom' JI ��_ rli rY YO MT_ tf" MINUS_ T I MAN _ i" MINUS 2 MAN _ 14Y" MRyUS 3 MAN 2%- AN IA 4_" LARM — — _f(A. O r.� "m Wow LRS. / y T.R NET WEIGHT ies. G' O Q TMd I YARDS TOMS x 0? 1 ti � CUS70MEB'S (.Op( BLACK RIVER QUARRY, INC. NOR SOUTH 14" SiA'rM, WASH, 99171 l SPruce 2.4620� s . p, � uer.wiw.— i wrw. iw ow rwr.w�water r n r.�+.. 110 jK s r in •MJ N�-T_ MWNLIS 1 MAN I_MINUS T MAN T I%- Aw" _ 9 MAN v end LARGER OWN WEIGHT LBS. TRUCK WFJWfT LBS� NET WEIGHT LM YARMM TONS nsce. i cuaiOMRR s core BLACK RIV R QUARRY, INC. 6aoR SOU1H I4prh ` ) SEArTUl, WASH., 98178 t SPruc® 24620 _ SSn xAOr w:m no wi ml t�l[ MAN I" MINUS 7 MAN 1S4^_MINUS S MAN 7!h" l,Y � and LARGER GWSS WEIGHT TRUCK WEIG►!► Las. '— tag NE7 WRIOHT Las. ad Taaw YARDS ipNs�" ■v_n XX _ v 1 4 . 4 z r� r� BEGINNING r OF FILE f • FILETMJE • • L' • • o x VIPEI to N YrrI.t ;' IF �( j• • � f� ` 1 • . I f dot Z yo ♦Y ' ` � ' I 1'nntl}Iljyil ' i I Ili -40, 1 ill o- b ,,, , i a , t 1 In � ♦ ° PROJECT 51-rE w aoof lip • '� ` � • o sr�. 41••SQ / / Ile I� CITY O INTQN ENGIN9901NO DCPANTNCNT / YICI N I TY MAP W P_# 360 1 s ti f, X' y C11Lt POA HYT19 ,., Swaled b1ds will be coceiveo 4ntiS i c'clocx P.M., Hedn April 12, 1972, at the office of the CiLy '36.—k and lebllsal,. - rOW aloud at 2r00 o'clock P.M., Sane day, In the fourth confax0o" Zoom located at the Rentca mmicfaai Mill t+retue South for the installoW an of a . in Mmatftr Aaaad S.M. at the apgmxiasate 1 + axtended. Plats and speciYfoaci bm: City Aevintex upon z 79w deposit Will 6e ' an retuned in gwkt .mtl�l s d char& ox W d bons! in "ka tote:. asoemt of the hid uVwx «.rahL?Wton Stastts SaleS lax e11t11 be a 2bs City awSerr" the sigdsr. to i'afeot Hap Waive 'Any and = ell faffozmaiitiee t:, kiaai+{� a pipe, we 11 316 furnisiaSQ' tl of let ubliration: Ol 2nd PabliratiaM. Woenenday, Aps Qsaurnil of C tOq a CITY OF RENTON BID PROPOSAL AND SPECIFICATIONS WATER PROJECT A360, "MONSTER ROAD S.W." a The Furniahinq and Installing of a 12" Ductile Iron Water Main in Monster Rrad S.W. at the approximate location of S.W. 7th St. Extended. Jack E. Wilson, P.E- Director of Engineerinq LLD A„PSOCIATED SAND b. GRAVEL 4 COMPANY, INC. NRM DIVISION P'l. BOX 0870 • 185W SOUTHCENTER PARKWAY TUKWILA, WASH W188 SEA TILE . 12061 240 28M -o.. 5/3+ DEI IY£PY P.p� R*ntoll M.IL IMG ADDRESS ADDRESS .CUSTOMER COOP W260 00 CUSTOMER'S M, W ORDER Ro. CYHOME. PP�ak �a1EE00�.a r}'•.. RL91lE NUMBER MRILINB ,tom ',��syw�. . ADOIIdt6 __.. .. C.O.O. Jw LHAAyt. :AM APPROVED YAUCK NO. R''SRRE tt.b ioem Xa2 Yohalt 8 oo 92 ao 5/15 _ 5.60 5/17 - SoM a1I 'ME$ H YOUR INVOICE. NO OTHER BILL BE SENT. SUB TOTAL 9 2 W STATE BALES TAX ,ECEIVED BY STATCMFYT 14 ZTON DEELIVERYTICKE? MIDWAY - 13T ��� CWAY AT Ok . n..c ---- • MAPLE VALIEV � .y.•.3 +. P.O. 00X 909-MENTON. WASHINGTON. p i.P.►MJ-�G.._. BA 6-1000 • fJ4 J100 .1/0f ~ AOC. • __—CAu�� .Ilh NO. • I.NAUL pA}[107 T1.:KFT �XAN.20 R!f>t a C UAL O..OR1•ASIY[MhUvlll Vwjw . 'w.'e r.•.And UM[n2l sTb 1 _ lYllr Awcuw O WY y s �I1• � - �' t/1 ---1--' z —1, T LTWT WN <M.S W •IIN �f Ot IOZZ RQ IIAf�.� egO�.0 MOi Nvtlu a�� Nl1Mel �� fxTAA= Y++ -- NAUL N•tN VN L"D J vA•o• 3 .T• N IAKT coNcarT O/x 10l GLVk NIA •_�� _NU ,, OIUY[{, f x X10' rffrA •A• 450 �kL_1 cu,. es000 - !1 OOMtAIRiR CORP. «. of muss R Rw Toro TAX •Ah•.A0of0 w TOTAL a - .�„_ •waNAr 7 C115'GMEg� cCoy BLACK RIV R QUARRY, IN . 6808 SOUTH 1401h ® • I— SEATTLE, WASH, 98178 I;a r�a�cc�— { �— L__ SPruce 24620 — oA rL ♦Aucx norgll +n ei 1 A RVA 4iny WALLI. INC �/ l C RV\NLp ROf.R w toy MINUS " - RN n� - 1 MAN ��_MOSINI MINUS 7 MAN _ 1 r5" MINUS 3 M,+N 2%- MINUS d nd _e_ LARGER _ GROSS WEIGHT LBS.LICK WEIGHT _LBS. Tux MET WEIGHT lBS. � ---- --- Twd YARDS iONS p ' � .�R q 7f�rwf .r/ • s ti . r,USTUNCR'S (:`.)V'/ BLACK RIV R QUARRY, INC. 6608 SOUTH 140th SEt.TTLE, WASH, 98178 l � SPruce 2Poo 4620 r7Z ant L AnOR[// _ MICR UJYR[II �I t y«'ROn w hRl/h uan nv0 pY/,nV. NIC. �1[r .a .I a Ind 66r/ .Y.NR� '• Nr IM'rI. _C0U/N[0 ROCR 0ROCRL�V ROK_��Rt�r _ •_ UN._ 7i=MINUS 1 MAN 1" MINUS 2 MAN l yi_MINUS 3 MAN 21/2" MINUS L 4 and LARGER GROSS WEIGHT LBS. _ — TRUCK WEIGHT LBS. Tao NET WEIGHT LBS. Total ---- i YARDS TONS RL<o. X > • � s t :USTOMEk:5 cup • BLA& RIVER QUARRY, INC. • i ME SOUTH 1� SEATTLE, WASH., 9E178 1 • SPru�Is k24620 DAn .1 A ' Nt NMN fff T0 � • NN1w .rZW NM �lFMI.N1\ MNN.'4 M w NNNNiR CNU HI O IIOG _ 110G tl[FY NO N 'A" MINUSall 1 MAN 1" MINUS 2 MATS IIA" MINUS 3 MAN 2%" MINUS I c d LARGER GROSS WEIGHT LES. f TRUCK WEIGHT LBS. Tar NET WEIGHT LBS. O TMd YARDS , TONS I�— �cco. X 71 +► to ".� _. . CUSTOMER'S COPY BLACK RIVER (QUARRY, INC. 680E SOUTH 140* SEAM, WASH., "179 1 SPrucs 2-0620 nx.r�w.0 • i n gTiY ♦orL m i MINUS 1 MAN _ 1" MINUS _ Y MAN 1%" MINUS 3 MAN 2%" MINUS I and LARGER CAM WEIGHT LOS. TRUCK WEIGHT LSS. Toe_ NET WEIGHT LSS. Ted _ YARDS ITONS eryco. X � � r CUSTOMER'S COPY BLACK RIVER QUARRY, INC. 6M SCUM 14(%$ FiPruce k2462=0 ATTLE, WASH., "178 __PATE 1. SILL AODEEM O� jg, �� �I Trlua.wu.w NAQ 2I Vq . __ all�..7 1Z.Y wN iM4y—nowt /w CKC•MED O 0 K .Y KO nr nc AMOc1NT 1fi MINUS I MAN 1" MINUS 2 MAN nj*jh- MINUS 3 MAN y2%" MINUS A and LARGER GROSS WEIGHT MS. TRUCK WEIGHT LSS___ — d — Tax _1 . N[T WEIGHT LOS. Tad YARDS TONS "CO. V 1 y CUSTOMEws COOP BLACK RIVER QUARRY, INC. 6rW SOUTH 7AOIh I. SEATTLE, WASH., "17e ` SPruce 2-4620 !�'- /1� 19 / eo�e el 1NYCR NV[Ml. A, T MI...TWt sM 4FW a«r�r rr nM� nocRuv 00 Mt1. —ou" %" MINUS 1 MAN 1" MINUS 2 MAN _ I%" MINUS ' 3 MAN 214" MI snd LARGER _ GROSS WEIGHT M. 40or 710 TRUCK WEIGHT LBS� Tm NET WEIGHT LES. Total YASW Tow . *=* _ 1 s ► k, - CUSTOMER'S COPY BLACK RIVER QUARRY, INC. GM SOUTH 140th SEATTLE, WASH., 99178 f SPruce 2-4 LAT _-IY YILL ADO�[YY �_ - TS� �,�� `q TT.YCII MYYAI AA �1 w M C A!LY N[ N O C Y AMOUNT Tf�MINUS 1" MINUS 2 MAN 19i- AUNUS, 3 MAN 2Y+" and LARGER -- GROSS WEIGHT Ufa TRUCK WEIGHT LOS. Tax NET WEIGHT LOS. T" -- 'YARDS TONS Rt x -I ' 70331 � i F ..USTOMEn S CO-1 - BLACK RIM QUARRY, INC. 6M SOM 1401h SEATME, WASH., 99178 Sf YUC@ 2-462/ �. -- nu AeoKa:e _ 1 ys MOT x W er elvn OLAm, IKe. .�rlb w1W Y�.Y bYh 4MIy wr MN�M1 d'H�IwM• AO C K�r 11'J C K lCY n Ljift,y AY MA" MINUS 1 MAN _ I" MINUS 2 MAN 1%11 MINUS _ 3 MAN i MINUS end LARGER GROSS WEIVIT I.BS.jt, .VMX WEIGIiT LISS. . Tell _ W WEIGHT I&S. _ Tehl y. YARM TONS ax R7dfi.- 9fs.t __�_ _ ti i SPECIAL PROVISIONS CONT.' SP-04 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE (CONT. _ provided shall protect against claims for personal injuries, including accidental death, da well as claims for property damages which may arise firm 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 rot 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 loss than $300,000 for each accidents erd property damage coverage in an amount of not lees than $50,000 for each accident. A copy of the insurance policy, together wi -n a 7opy of the endorsement naming th. -".ty 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-OS NON-COLLUSION AFFIDAVIT The Contractor shall be required to execute a Non-Collusion Affidavit to uatisfy the City that the bid offered is genuine, is not scam or collusive, end in no respect or degree is made in the interest or on behalf of any person, firm, or corporation not named in the proposal containing such a bid. SP-06 NONDISCRIMINATION IN EMPLOYMENT contracts for work under this proposal will obligate the Contractors and subcontractors not to discriminate in employment practices. SP-07 STANDARD SPECLFICA'flOr'S The Special Provisions hereinafter contained shall supersede any pro- visiais of the Standard Specifications in conflict therewith. The Standard Specifications for Municipal Public Works Construction prepared by the Washington State Chapter of the American Public Works Association, 1969 adit£on, 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 aye 7 1 SPECIAL PROVISIONS GENERAL PROVISIONS SP-01 DESCRIPTION OF WURK The work to be performed under this contract consi_9ts of furnishing certain materials, -quipmeut, tools, labor, and other work or Items incidental thereto (excepting any materials, equipment, utilities or service, if any, specified herein to be £urrished by the City or Others) , and performing all pork as required by the contract in accord- ance with plans ano specificaticis and Standard Specifications, all of which are made a part hereof. This improvement is -ubject to the installation of a 12" Ductile Ircn �. 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, Renton, Washington, until 2100 o'clock P.h. Pacific Daylight Time, April 12, 1972, and will be opened and publicly read aloud in the fourth floor conference roan. SP-03 TIME OF COMPIETION The Contractor is expected to diligently prosecute the work to ^cmpl.e- tion in all parts and requirements. The project shall be completed within thirty (30) calendar days excluding day of starting. Provided, however, that the City Council shall have '_he right upon request of the Enginaering Department, City of Penton, Washington, to extend the time of completion of said work. No extension bhall be valid unless the same be in writing and accompanied by the written :onsent to such extension by the surety on the bond of the Contractor. Time lost in replacing '_=proper 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 not release the Contractor from damages or liabilities for failure to complete the wor): within the time require 1. SP-04 PUBLIC lIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall obtain and keep in force during the term of the contract, Vublic 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 performing 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 obliga- tions performed under the contract are concerned. The coverage as ti 4 BOND TO CITY OF RENTON B710M ALL WN BY THESE PRESENTS: That we, the undersigned rA61NK Ong uAQi/1 04n, 1rA&grin& �407Pii7NT y 1 as pr nc pa , an SLUda, onvoistion organizedY.. and existing under the laws o t s tate o , as a surety corpor- ation, and qualified under the laws of the State o as ington to become surety upon bonds of contractors with municipal corporations, as surety a-e jointly and severally held and firmly bound to the City of Renton in the penal sum of $ /3_.Tas���r :or the pay- ment of which sum on demand we bind ourselves and our successors, hairs, a4ministrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Mashing- w. ton, the Ordinance of the City of Penton. Q' Dated at ,S„ Washington, this L? f!_may of .4L� 19 J?. Nevertheless, the conditions of the above obligation are such thati WHEREAS, ander and pursuant to Ordinance (or Resolution) No. or by Cowcil action of the City of Renton, passed Vic, 19 Zc�Tie�f7iyor and Ci•y Clerk of said City of Renton have let or are about to to t e saidA above bounden Principal, a certain contract, the said contract being n ere /1 LQrER ��GJLCLre and providing for z� w�a o ...<L //„va .� tee"1 •n/, lr ri i�74r jp�ytr;F4 A41W _T !��' / _ /in.�,_n/�. .b 1_ r SG)_ _ _ ! .✓✓_ 1 (wftim contract is referred to herein a d is awe a part hereot as though attached ersto) and WHEPMAS, the sale principal has accepted, or is about to accept, the said contract, and mmdertake to perform the work therein provided for in the manner and within 'he time set forth; i<. NOW, IMEREPORE, if the satd iPAN.!' hfully perform all of the prcivisions of said contract t e manner an wit in thi ti rein sot 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 su.rply •, said principal or sub-contractor with provisions and supplies for the carrying on of said { work, and shall hold said City 0' Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub-contractor in 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 u opwA- fied in said contract or from defects appearing or developing in the material or wmsbommaNp provided or perfoimed under said contract within a period of one year after its atcmptemme thereof by the City of Renton, then and in that event this obligation shall be void; bt otherwise it shall be and remain in full force and affect. APPIOVED as to legality: IIA4.manna is y ,(Lrrr Apptvved: •�,4 040 � y CID BOND FORM d Kr Mtdl id. •,:' Stan Here RID BOND Know All Men Ry These Resents: That w, FRANC f',nl.nrrtn ItYSi il"1•iOR iLl.�p�.H . uaahinernn rinrparA,4nw , AS principal, and GM9VRAT- ] MSiiRAYrR VIWPAMY ne AM1127rA _ as Surety, are held and flrvily bound unto the City of Renton, as Obligee, in the penal sum of ***FICR NCR r= (S) nv IYrr�IT9T-gTn*** DoilArs, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, adetaistrators, succossorm,and a*signa, Intntly and severally, by these presents. The condition of this obligation is such that if the Ohllgee shall make any award to the Principal for Water Project No. 760, Monster Road Souk 'rest according to the terse of the proposal or bid made by the arincipal 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 per- formance thereof, with Surety or Sureties approved by the Obligee; or if the srincipal shall, in esme of failure to 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 null and void; otbervise it shall be and react in in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liqui ed damseas, tU amount of this bead. SIGNED, SEALED AND DATED THIS ;2 DAY OP Ni le is FRANK .'.000IO CONSTF,USJ'If)- COIfANY Principal .:e- es t GENERAL INS tCE COWANT OF Ai Wit r Surety W 41rtl E. W. Scott, Attornsy-lm-Ywt Anril. 1.2 ►t72 Received return of deposit to the sum of t � t CWl P`I0A,= OF INSVRANCZ in effect on date of this certificate. arranged by 'ANLEY T. 9100= & CO., UNTO. e93e aseetlAtm Ave. Z. resettle.vv shsngton 9BlOe This is to certify that toe insurance d4wribed below has been arranged for the Insured designated in this certificates. Any requiremenN or pro„is•, in any contract or agreement between the Insured and any other parson, firm or corporation will not construed as enlarging, altering or nnand,ng the definition of insured or any other terms or eortdi•iara of this certificate or the insurance aaGgnated. Such insurance,subject to the limits of liability, coveraget. heards. exclusions, pr .61cos, conditions and other terms thereof, is in full force end effect as of the date this certificate was ill, Name of insured FRANK COLUCCIO CONSTRUCTION COMPANY Addrw of insured 7778 Seward Park Ave. So., Seattle, Washington %My I.lem,u.Mft b...w.—nee 7w Aww.lm P,;mny Inver UNITED PACIFIC INSURANCE C0f¢ANY Ep.,.APR- 1._1Q13 Po1. No CT 7941507 L;mih i 100,000-00 _.6ch vano. "00-Q 0.00 —E.ch o«.rrence f 300 000.00 __Aggea•%x Nn Umih {.___ .Pith Pan.n{____.___fact• Occ.rranu {— A"."I. To41 t 100.000.00 loch Parton f 300.000.00 _-,_.ach occ.mnc. {_.300.000.00 __Aegr.aana aseN Wan wbma Mwrw.-Aatwwl. Primary ,,n.ra,JIW137D P C-LElf ih'NIRAMa UWPANS _E.p•nr.APR- 1 1971 .Poi. No C1.P 726AS117 L:,.ih L.1M�-6ch p.non 1. 300_ML_W—E.,h Ocun,.nc. E.. Iewer— _______._ E.p; ^_Id. N Lsmsh --__Each p..,on {-_____loch Occwe.0 TeZ oct.ronca I..awtr a.r.se,t b"I...eaa.-Gee Thaw Wxxx&W1. MlmsrY t_ 11971 ►ol. No1106S1 IJmih {_S�rEw10 M 6<h Occ........ {_S0�_._._Ag9r•9•.s bus, '.ever__ _ E.p;e._—----- t/a Limit, { 6ch Gccwenca { _J,9q,.q.ta Tell {_ SA f1Iw1 M loch Occ.,enu f 5O MD_M — e A.aasta P.Pw v ewe.u.wwy Ne,s.ss-Aw.ea6ea ►rim.ry Ie.e, INTT�en PAr7P7r iNCsta A_NCE CDHFAAy E.O,. A2FL--] I923--N. Na n 72113507 Lh.sh E Sn_.n_6.ch Ou.".nc. Eww Invest—__-------. E.p;et_ Pel. No_--- UWA% f--- _6d Occ.a..c. TeNI t Sn_QQQ_M loch O<c.rexu In accordance w;th the above, the insurarca covers the operations and locafirns described as follow; ocludirg contractual liability coverage with respect to nn, contract o, agreement wholly in writing, subject to all the ex clusiem, conditions and other provisions of this insurance. As respects Cityss Project Nc. 360, construction and installation of a 12" Ductile Iron cater main in Monster Road S.W. at the approximate location of S.W. 7th St. extended. At least ten (10) days prior written notice of cancellation or reduction of this Insurance stall be given to the below named holder of this Certificate. It is agreed that the City of Renton is usual as an additional assured as respects .the abi;rve described operations. his certificate is not u pubcy and does not offerd any insurance coverage this certificate of insurance does Prot in any way amend extend,alter or vary thn coverage afforded by the policy or policies refereed to Main. Except as specifically provided for in +is romhcate the in, or, shall have no duty to notify the parry to whom this certificate :s addressed as to env change ,n, or ronrellor,on of the insurances and shall nor be responsible for any failure to do so. Date April 26, 1972 BTANCv1nY T. ®OOTT 00., IteO. to City of Renton Address City Nall Renton. Washington eT_____ o III N. E. Cook 1 4is, fb TABLE OF CONTENTS SPECIAL TECH14ICAL PROVISIONS Section pcacrirtiyn Page TS-01 Genorai Statement 1 TS-02 Standard Specifications 1 TS-03 Existing Utilities 1 TS-04 Clearing and Stripping 2 TS-03 Trench Excavation, Bedding and backfill 2 TS-06 Piping Materials, Valves, and Fittinas TS-07 Pipe Installation TS-08 Restoration of Surfaces TS-09 Testing TS-10 Disinfection 13 TS-11 Cleanup 13 Ti'-12 Measurement and Payment 13 t TABLE OF CONTENTS (CUNT.) SPECIAL PROVISIONS Section Description Papa SP-24 Size, Weight, Load Pestrictiens for Motor � Vehicles SP-g SP-25 Delivery Tickets SP-9 SP-26 Waste Site SP-10 SP-27 Dust and Mud Control SP-10 SP-28 Payment to the Contractor SP-10 SP-24 Liquidated Damages SP-10 SP-30 Awarding of Cocitract SP-11 TABLE. OF CONTF•ITS SPECIAL PROVISIONS Section Description Pace- 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 Non-Collusion Affidavit SP-2 aP-05 Nondiscrimination in Employment SP-2 - SP-07 Standard Specifications SP-2 SP-Os Field Changes SP-3 SP-09 Failure to Meet Specifications SP-3 + SP-10 Protection of Public and Private Utilities SP-3 SP-11 Scheduling of Work SP-3 SP-12 Construction Conferance FP-4 SP-13 Disputes and Litigation SP-4 SP-14 Wage Schedule SP-S SP-15 Subcontractors and Suppliers SP-7 SP-16 Change Orders SP-7 SP-17 Surveys SP-7 SP-Is Overtime Field Engineering SP-7 SP-19 Hours of Work SP-7 SP-20 Public Convenience and Safety SP-7 SP-21 Construction Signs SP-s SP-22 Removing Traffic and Street Signs SP-S SP-23 Construction Equipment SP-9 GENERAL BID 6 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 Technica♦ Provisions Standard Detail for General Blocking Standard Detail for Precast ✓aloe Chamber Standard Detail for 2" Bypass Valve Assembly Standard Detail for Hydrant Assembly r, gydrant Guard Posts Proposal Form Schedule of Prices Agreement construction Plans CERTIFIED COPY OF CORPORATE RESOLUTION OF FRANK COLUCCIO CONSTRUCTION COMPANY I, J. N. COLUCCIO, do hereby certify that I am the , Secretary of Frank Coluccio Construction Company, a Washington corporation, and that at a meeting of the Board of Directors, duly held in accordance with the Articles of Incorporation and Bylaws of said corporation and at whicF meeting a quorum was present and acting throughout, the following resolution was unanimously adopted by the corporation, to-wit : "RESOLVED: That Frank Coluccio , the President; Vincent Coluccio, Vice President; J. N. Coluccio, the Secretary; and Vincent Minice, Assistant Secretary, or any of them, be and they are each hereby authorized to make, execute and deliver on behalf of this corporation any and j all documents, papers , contracts and instru- ments of every nature whatsoever that they, or any of them, may consider necessary or appropriate in connection with the affairs of this corporation, including, but without limi- tation by reason of specification, the signing of contracts, bonds , and other assurances. I further certify that said resolution has not in any way been amended or revoked. DATED at Seattle , Washington, this day of 197A. t 1 1 1 i RFNTON 1 Z 187$ BU41.V1:44 a•ac1r� FK.UNK IXUL CC-,, ()INSTRUC11CAl rb. , '716 Seulyd K-1k A-, S- 1th Seattle, WA. 48118 Uoaetgruvnd Vtilitles L•+•Iw w rM q�.,.e.e rr .Cur •r ■xw wu..., uuw a y •I� l�r �•Hbx •r ^leb ♦ 'w.uw Mf.AOx1' CYWI 1 r •+�I twx.w r lw�y 4n r•o Ie .r ,I11, Iy na. fY.� f�.� r1 .a n�. d x4, mn UMu .r a•uux � ew .. I ..�,.�VeLLrY1 ♦ r. 4• un•Is i.�.w...�„w.�.rru�il Yv�,rwi�•.rlw�r s~i i•1I `b �• r � u.rt IAwte 2M171 fii•s,s•ar+ti�r��r.n..r�� � "' 'r•- "' STATE OF WASHINGTON AUS'NISS AND ►ROPOSS17v3 AOMJNISTRATIONA ►ROi1/110NAL 01V1110N A/pt CONTRACTOA■G/N1RAL COLUCCIO,FRANI CONST CO 7 •A 71MAR0 ►Aar A, ! SO MATT I! /A volts t 460_ Oft 0 11 fir•�►:.rw — - l t t Instructions to Bidder.3 (Continued) 8., oral explanation except as the City may request further information on Particular points. 9. The bidder shall, on request, furniah information to the City as to his financial and practical ability to satisfactorily perform the work. 10, Payment for this work will be made in cash warrants. y r `.i e s ,Y L'• 4 INSTRUCTIONS To BIDDERS 1. Sealed bids for proposal will be received by the City of Fenton at the office of the Fenton City Clerk, Renton City Nall, until 2:00 o'clock P.M., Wednesday April 32, 1972. At this time the bids will be publicly open;,.i and read, after which the bids will be considered and the award made as early as practi- cable. • No proposal may be changed or withdrawn after the time set fw- receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities ors understood to be only approximate. Final payment will be based on field measure- ment 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. 1. Plans may be examined and copies obtained at the City Engineer's Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must inclvte 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 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 certified check or satisfactory bid bond made p - ••ithout reser- vation to the TREASURER OF CITY OF RENTON it ur - .uu,.< 488 than 5% of the total amount bid shall accompaLy eac:� bid proposal, 'pecks will be returned to unsuccessful bidders immediat.ly followirg decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refaae to do so, the check shall be forfeited to the City of Renton &a liquidated damage for such failure. S. All bids must be self-explanatory. 110 oppoz.unity will he offered for � ti �I I I I SPECIAL TECHNICAL PROVISIONS Tfi_O1 GENERAL STATEMENT This section, Special Technical Pro•d.sions, is devoted to features of 'on-the-site conditions which are peculiar to the facilities to be I constructed for W-350. Articies, materials, operations, or method, mentioned herein or in?+ca- ted on the drawings as being required for the project shall be pry ded by the ^nntraotnr, and he shall provide each item mention?d or indica- ted (of quality or st,bject to qualifications noted), perform ao^ording to the conditions stated in each operation prescribed, and provide therefore all necessary 1-bor, equipment and incidentals necessary to make a complete and operable installation. where a manufacturer's name is given t.-.e 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 wo.'c covered by any trade or subcontract under one specification. Suc. ■sgz�gation ant establishment of subcontract limits will be solely a natter ',f specific agreement between ea!', contractor and his subcon- tractcre, and shall net be based upon any incl"ion, segregation or arrangement in, or of, these specifications. The contractor and sub- contractor in each case is warned that work included in any subcontract may be divided between several general specifications, and that each general specification or suy-head of the technical specifications n_ , include work covered by two or more subcontracts or work in excess of any one Eibcontract. ` TS-02 STANDARD SPECIFICATIONS All .cork •nicer this contract shall is 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 Renton, except as othen;ise amended, modified, or specified in these Special Technical Provisions. Items of work not specifically covered in these Special Technica: Provisions shall be performed in accordance with the requizements specified in the A.P.W.A. Standard Specifications, and in accordance with the City of Renton re- quirements. TS-02 EXISTING UTIISTIES If, in c= ;ution or the work it becamas necessary to interrupt existing :. ..face 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 pro- tect and provide temporary services for same. The contractor shall at his own expense repair all damage to such facilities or structures due to his conStructicn Operations, to the Satisfaction of the engi.nee:. TS-Page 1 � k a f MINIMUM WAGE AFFIDAVIT FORM, City of Renton A'z �, ss COUNT- )F 2" S. the undersigned, having been duly sworn, depose, say and certify that in connecti:n 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, row referrrd to and by such reference incorporated in and made an integral part hereof, for all such employed in the Ferfcrmance of such work; and no laborer, workman or mechanic so emoloyed upon such work, has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and fo.-going statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FRANK COLUCCIO CONSTRUCTION COMPANY. CON'rRAC?OR Subscribed and sworn to before me on this ay of Notary Public in and for the State of ! Meshington Residing at 1 i CERTIFICATION OF NONDISCRIFn NATION IN EMPLOYMENT The bidder represents that he has, / / hes-nai. participated in a previous contract or subcontract subject to either the equal opportunity clause herein or the clausp, contained in Section 301 • of Executive Order 1U925; that he has, /i has--ews, filed all required compliance reports; and that repreaentations indicating submission of required compliance reports, signed by proposed sub- contractors, will be obtained prior to subcontract awards. FRANK CO!UCCIO CONSTRUCTION COMPANY, Company by_� Title 7.2 _ T Dete , (The above representation, need not be submitted in connection with contracts or subcontracts which are exempt from the clause.) D.I.F. 14.43 1 NON-COLLUSION AFFIDAVIT STATE OF WASHINGTO" ) SS COUNTY OF l cr�c c c r _, ,t e 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 genuina 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 ridding, and that deponent has noL in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. SIGN IIERE: FRANK CCL!,'CCIO CONSTRUCTION COMPANY, Subscribed and sworn befe,re me this /?C L day of taL_. oA tar/yob c in and Tor the State C ( 2✓ residing at therei .. , SPECIAL PROVISIONS CONT. SP-29 LIQUIDATED DAMAGES (CONT.) plus cost of inspection, supervision, legal expense and court costs incurred beyond said date. The cost of additional inspection and supervision shall he an amount equal to actual salary cost, plus one hundred percent (100%) for overhead and other indirect. expenses. EP-30 AWARDING OF CONTRACT Awarding of contract will be based or, total sum of all schedules of prices. No partial bids will be accepted. SP-Page 11 4 r' SPECIAL PROVISIONS. (CONT.) SP-26 WASTE SITE The Contractor shall conform to Section 4.06 of Standard Specificatiom in regard to waste sites. Tk. Contractor shall have the responsibility of obtaining his own waste site. All work included in this section shall be considered to be incidental to other items of work and no further compeneation will be made. The route taken to the waste site shall be maintainer; solely b} 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 along the route. Prmpt restoration of the route is mandatory. SP-27 DUST AND MUD CONTROL The Contractor shall be responsible h;r controlling dust and mud within the project limits and on mly street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use waterin-I trucks, power sweepers and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Duet 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 ccrrectiug will be requized. Written notice of correction of complaint items will be called for should repetitive complaints be received by the City. SP-28 PAYMENT TO THE CONTRACTOR Payments to be made to the Contractor will be made in the manner out- lined in Section 9 of the Standard Specifications. Payments shall be made in Caen Warrants. Partial payments on estimates may be withheld until work progress schedules as described in Section SP-11 of these special provisions has been received and approved. SP-29 L12UIDATED DAMAGES r 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 H•andred Dollare ($100.00) per calendar day SY-Page 10 y r •r SPECIAL PROVISICNS CONY,_. SP-22 REMOVING TRAFFIC AND STREET SIGHS (CONT.) or street sign, the Contractor shall notify the City Engineer, City Hall City of Renton, Washington, for all changes made. When the work has been completed, and prior to said area being open to traffic, the Contractor shall notify the City Engineer, City Hall, City of Renton, Washington, and obtain his approval of signing. SP-23 CONSTRUCTION EQUIPMENT • Drivers of motor vehicles used in connection with the construction or repair work shall obey traffic rules posted for such location in the same manner mid under the same restrictions as provided for the driers of private vehicles. SP-24 SIZE, WEIGHT, LOAD RESTRICTIONS FOR MOTOR VEHICLES All motor vehicles of the Contractor, Subcontractors, and suppliers shall strictly adhere to Ch. 46.44 of the Motor Vehicle laws of the +i°{ r State of Washington (1967 Edition and amendments thereofl i,r regard to A�_ size, weight, and loads of motor vehicles. { Payment will not be made for any material that is delivered in excess of the legal weight for which the vehicle is licensed. n Any gross violation of these regulations shall be reported to the affected law enforcement agent. The contractor is to furnish to the City Engineer a listing of all haul vehicles used on this project, listing the vehicle comber, license number, tare weight and licensed load limits. SP-25 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 he made on tickets turned in after date of delivery of material. a: Payment will not be made for delivery tickets which do not show type of material, gross weight, tare weight, truck m.miber, date, and inspector's initials. Scale certification shall be suimitted as early in the project as possi- ble. Each weighing station shall maintain a record cf the trucks weighed, date and time, tare and ryross weiq%t and type of material. In isolated cases where scale weight is not avaii.atle, the inspector shall ' measure the truck volume and certi:y as to its full load delivery. Jz Page 'J �. C SPECIAL PROVISIONS (CONT.) SP-20 PUBLIC CONVENIENCE AND SAFETY �C:7Nf. A plan for traffic control must ne B,,bmitted 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 and from the area. Attention is directec to appl1.Cable portions of Section 7.15 of t::e Standard Specifications. In addition the following special provisions shall apply: A. Traffic and pedestrian access will be maintained as directed by the Engineer. i. One lane each way to he availanle 7 days a week between the hours of 5:00 P.M. and 8:00 A.M. 2. One way traffic (one lane) may be permitted between the ho:'rs of 8:00 A.M. to 5:00 P.M. Monday through Friday provided that a minimum of two flagmen be used. 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 construct+.on. C. Access and egress to local residents shall be maintained at all times, with special attention given to business properties. All costs involved in the above snall be considered incidental to other costs of work in^olved and no further c.xmpensation will be made. SP-21 CONSTRUCTION SIGNS The Contractor shall furnish and install construction signs which con- form to current City of Renton Sign No. T-38 "CAUTION, CONSTRICTION AHEAD," 24"x24" diamond, black lettering on yellow background. One (1) sign of the type mentioned above will be posted at each street. entering onto the project site. All construction and detour signing shall conform to Part V "Traffic Controls for Highway Construction and Maintenance Operations" of the Manual of Uniform Traffic Control Devices,. SP-22 REMGVING 'TRAPFIC AND STh!?ET SIGNS The Contractor shall be reaponsible fcr maintaining all traffic and street signs. In the event it shall be necessary to remove a traffic ECIPJ. PRn SION.S (CONT.) SP-15 SUBCONTRACTORS 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 appro+.al immediately after the contract has been awarded. This list must be received by the Engineer before the contracts may be signed. SP-16 CHANGE ORDERS All additional work that requires cemipensation 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 chanrte orders that are required by any of his subcontractors. SP-17 SURVEYS Section 5.06 of the Standard Specifications shall. be amended by the addition of the following sentence: "The Contractor shall notify the Engineer a minimum of 46 hours in advance of the need of surveys." SP-18 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 ra- quires inspection, then the Contractor shall reimburse the City at the rate of $12.00 per hour. The City shall have the sole authority in datermining 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 o- each monthly estimate. SP-19 HOURS OF WORC The working hours for this project will be limited to week days during the period £res,, A.M. to 5:00 P.M., unless otherwise appro-ed by the City. SP-20 PUBLIC CONVENT .:E AND SA!E'TY The Contractor shall, at his own exkense, provide flagmen, shall furnish all signs, barricades, guards, construction warnings, and right lights in order to protect t'ie public at all times from injury as a result of his or rati.ms. 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. SP-Faye 7 �. 1 SPECIAL PROVISIONS AC SP-14 'SAGE SCHEDULE (CONIT.) 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 on all parties involved in the .sputa as provided for by R.C.W. 39.12.060 as amended. The Contractor, on or before the 341 w of coYmmencarent of work, shall file a statement under oath with the Owner and with the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of laborers, workmen, or mechanics employed ` upon th- work by the Contractor or suucontractor which shall be not less than the prevailing rate of wage. Such statement and any supple- mental statements which may be necessary shall be filed in accordance with the practices and procedures by the Department of Labor and Industries. Prior to ca=encing work, each Contractor and each and every subcon- tractor shall file a sworn Statement of Intent (SF 9882) with the Owner and with the Department of tabor and Industries as to the prevailing wage rate, including fringe benefits, for each job classification to be utilized. The wage rates thus filed will he checked against the prevailing wage rates as determinod by the Indus- trial Statistician of the Department of Labor and Industries. If the wage rates are correct, the Industrial Statistician will issue an acknowledgment of approval to the Contractor and/or Subcontractor with a copy to the awarding agency (Owner) . If any incorrect wage rates are included, the Contractor and/or Subcontractor will be notified of the correct rates by the Industrial statistician and approval will be withheld until a correct statement is received. Each voucher claim submitted by a Contractor for payment nn a project estimate shall state that prevailing wages have been paid in accordance with the profiled Statement or Statements of Intent on file with the Department of Labor and Industries an approved by the Industrial Statistician. Afiidavits of Wages Paid (SF L)M3) are to be filed with the State 'treasurer, or the Treasurer of the county or municipal corporation or other officer or person charged with the custody and disbursement of the state or corporate 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, Att"ntion: Industrial Relations Di-4sion, 1601 Secono Avenue, Seattle. Whenever practicable, affidavits pertain- ing to a particular contract should be submitted as a package. :�P-Paye 6 SPECIAL YROVZS19NS (CO)iT.) SP-1.3 DISPUTES ANL LITIGATS6N (CONT. of the several kinds of work embraced in these improvements. fie shall decide all questions relative to the execution of the work and the interpretation of the Plans and Specifications. In the event the Contractor is of the opinion he will be damaged by such interpretation, he shall, within three (3) days, notify the 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 thirJ. The decision of the majority of the arbitration board shall be binding upon both parties and shall he 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 opinion that the Contractor's filing of the protest is capricio; ; and without reasonable foundation. In the latter case, all ousts shall he borne by the Contractor. The venue of any suit shall be in King County, Washington, and if the Contractor Jr a non-resident of the State of Washington, he shall designate an agent, upon whom process may be served, before commencing work under this contract. SP-14 WAGE S--gEDUL3 The prevailing rate of wages to be paid to all workmen, laborers or mechanics employed in the performance of env part of this contract shall be in accordance with the provisions of Chapter 39.12 PCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this contract will be performed as determined by the Industrial Statistician of the Department of labor and Industries are by reference made a part of this contract as though fully set forth herein. Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it is i,nperative that all Contractors familiazize themselves with -� curr-nt wage rates before submitting bids based on these specif;u<tions. In case any dip,iute arises as tc what are the prevailing rates of wages fcr wort of a similar nature and such dispute cannot be adjus- ted by t:,c _..rates in interest, including labor and management -P-i`age 5 ti } fl1=;AJ. PROVISIONS (CONT.) SP-11 SCNEDUISNG OF WORK {CCWT.L Promptly after the award of the contract, the Contractor shall submit for approval to the Engineer a progress schedule. Fro this informa- tion a pragregs 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 ;>ecome evident at any time during construction that opera- tions will or may fall behind the schedule of this first programs, the Contractor shall, upon request, promptly submit revised schedules in the same form as specified herein; setting out operations, methods, and equipment added labor forces or working shifts, night work, etc., by which time lost will be made up, and confer with the Engineer until an approved modification of the c ,iginal schedule has heen secured. Further, 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 . rk shall be performed in comnliance with the contract provisions. Pay snts of any further estimates to the Contractor after such request is cads and until an approved modified schedule has been provided by the Contractor may be withheld. Execution cf the work according to the accepted schedule of construction, or approved modifications thereof, is hereby made an obligation of the con- tract. SP-12 CONSTRUCTION CONFERENCE Prior to the start of corstructimi the Engineer will call for a pre-construction conference. The Contractor and his suhcontractorr shall attend the pro-construction conference, the time, place and date to be determined after awardance of the contract. Suhsequently a representative of the Contractor will attend a weekly conference with the Owner's representative to review progress and discuss any probl: s that may be incurred. Sr-13 DISPUTES AND ISTICkTION Any questions arising between the I,uapector and the Contractor or his Superintendent or Foreman as to the meaning and intent of any part of I he plans and specifications shall be immediately brought to the atten- tion of tLe Engineer and will be adjusted by him. Failure on the part of the City Engineer or his representative to discover and condemn or reje, . bad or inferior work or 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 SP-Page 4 1 � SPECIAL PROVISIONS (CONT.) SP-07 STANDARD SPECIFICATIONS 1COWT. except as amended or superseded by these Special Provisions. A copy of these Standard Specifications is on file in the office of the City Engineer, City Hall, Renton, Washinqton, 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-08 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 instibated until approved by the City Engineer or his representatives acting specifica'.ly upon his instructions. in the event of disagreement of the necessity of such changes, the Engineer's decision shall be final. SP-09 FAILURE TO MEET SPECIFICATIONS In the event that any material or workmanship does not meet the require- ments cr 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 lower unit price for said material or workmanship. Sr-l0 PRMECTION OF BUBL.JC 1912 PRIVATE. UT—T--M'IES The Contractor shall conform to Section 5.09 of Standard Sperificstio:u 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 beat available information without uncovering and u.easurinq. The Owner does not guarantee the size and location of existing facilities. It shall be the Contractor's responsibility to contact the GAS COMPANYp TE:ZMVE COMPANY, POWER COMPANY, ar,d the RF.NTO:7 WATER DEPARTMENT for exact locations of th-ir respective utilities. P8 11 SCHEDULINQ OF WOW Section 8.01 of the Standard Specifications shall be deleted and the following inserted: Si—Page 3 t >,t 1 f: r , SPECIAL TECHNICAL PRMISIONS (CONT_j TS-12 MEA. REMENT AND PAYMENT (CONT. „ c. Gate Valves (cont.) all other necessary accessories for a cmplete installation, r. Fire_r-Yr_ant 11,-0 hydrants assemblies shall be meaa red and paid for at the applica- ble unit price per each, in place, ccr,plete. *.:.,ic), shall constitute full compensation for tee, valve, valve box, spool, fire hydrant, shackling, ins callati.on of blocking, bracing drains; fittings, and all ether necessary accessories for a complete installation. e. Fire Hydrant ^mod Pests Fire hydrant guard posts shall be measured and paid for at the appli- cable unit price per each, in place complete, which shall constitute full compensation for a complete installation. f. Fittinae Fittings shall be measured and pai,i for at the applicable unit price per each, in place complete, which shall constitute full compensation for fitting, shackling where necessary, installation of block, and all rther recessrrg accessories for a complete installation. g. 2" Blow-Off Assaably Blow-off assemblies shall be paid for at the applicable unit price per each, in place complete, which shall constitute full compensation for plug or cep tapped ? , 2" galy. iron pipe, 2" gate valve, valve box, 2" gaiv. 900 bend with S" drain hole, 2" x 21l" adapter (IPTX Hoae) with can and chain, and meter box, and all other necessary accessories for a complete installation. h. Foncre�Blocki . Concrete blocking shall be measured and paid for at the applicable con- tract price, per cubic yard, payment of which shall constitute full compensation for furnishing the material in place, complete. i. Select Trench Backfill Select backfill shall bw measured and paid for at the applica:le con- tract price, per ton, payment of whi.rh shall constitute full compersa- tion for furnishing and installing the material, in place, complete. TS-Pose 14 Am i I SPECIAL TECHNICAL PRPVISIONS (C(NPD.' TS-10 DISINFECTION Disinfection of the new water systtn shall be required prior to com- F.etion of the project and shall be in accordance with AWYA specification C601-54 ar.J Lection 74 of the A.P.W.A. Standard Specifi- cations and shall meet the acceptance of the State of Washington Departmc t of Healtn. The initial concentration of cholorine 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 contr t, including pipe, pipe fittings, valves and appurtenances, is required to conform with the specification stated herein. MS-11 CIBANUP Wring the time that the worF is in progress, the contractor shall make every effort to maintain the site i.l a neat and orderly condition.. All refuse, broken pipe, excess excavated material, broken pavement, et,., shall be removed as soon as practicable. Should thn work not be main- tained in a satisfactory condition, tt , engineer may cause th, work to stop until the "clear.-up" portion of the work has been done to the satisfaction .f the owner and/or engineer TS-12 MEACIIAEMENT AND PAYN,^NT a. ren�ral Unit or lump sum, Lid prices for all items shall in-lude all costs for labor, equipment material, testing, relocation and modifications to existing utilities, and all incidentals necessary to make the installa- tion romplete and operable. b. water Pipe The price per linear fo-�L for furnishing and installing of water pipe, size and quantity liste8 ir, the bid sch_dule, shall constitute full oompensation for the water line, in place, complete, including: clearing, grubbing, stripping, all pavement removal, excavation, trench- ing, backfill, found-ticn praparation, compaction, pipe, pipe laying and jointing; pipe blocking and bracing, cheeping, shoring, anC dewater- ing; fittings, removal of existing pilAnn; connections to exist ng piping; all ourface restore.tion, exel�:di.ng crushed rock resurfacing, concrete and asphaltic concrete resurfacing. c. Gate Valve" 17" gate valve assemblies shall be measured and paid for at the appli- cable unit price per Each. in place, complete, wni_h shall constitute full compensation for valve, bypass valve, concrete vault; and TS-Page 13 1 ti SPECIAL TECHNICAL PROVISIONS (CUNT.) TS-08 RESTORATION OF SURFIfCG' (C,'1NT.J. f. Crushed Rock Surfacing (cont.) 6„d mixed to obtain even diet^ibution of the rock. Alternate blading and rclling shall cont'nue 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 rclling operations to obtain the required compaction. 9. T�mporary MC Cold Mix As nhal t MC Cold premixed asphaltic concrete shall be required in some auras fur temporary patching on this project, where deemed necessary by the Engi- neer. TS-09 TESTING a. eneral Hydrostatic pressure and leakage tests an 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 Specifications, ex- cept as modified 'herein. All equipment necessary to make .he tests shall be furnished by the contractor and the contractor shall conduct all tests under the super- vision of the engineer. b. Plesevia Test Prior to acceptance of the system, the installation sh 11 be subjected to a hydrostatic pressure test of 250 psi, and any leaks or imperfec- tims developing under said pressure shall bP remedied by tie contractor before final acceptance of the system. The contractor shall provide all necessary equipment and shall perform all work connected with the testa and conduct said tests in the presence of a Ucil_ties Department Inspector. insofar as practical, tests shall be made with pipe joints, fittings and valves exposed for inspection. c. Leakage Tests IPakage tests shall be made after the pressure test has been satisfac- torily coeplrted on the new pip .ine or concurrently with the pressure test. The hydrostatic pressure for the leakage test shall be eqt+al to 100 psi. TS-Page 12 SPECIAL TECHNICAL PROVISIONS_jC0:rr.) TS-08 PESTORATION Of SURFACES CONT. e. Asphaltic Concrete Sarfscinc ;coot.) 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 ccmpactt•d to 10C percent maximum dry density at optimum mois- ture contect as determined !r,• Standard Proctor campactio - test, A.rfM Designs- -on D69., Metnod 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 obtain thorough compaction. Base course material shall meet :one requirements set forth herei•.t for crushed rock surfacing. Asphaltic concrete shall be hot plant-mix, conforming to Section 34, A.P.W.A. Standard Specifications, Class B. Asphalt cement: shall have a penetration of 05 - 100 and shall meet the requirements set forth in applicable provisions of Section 27, A.P.W.A. Standard Specifications. f. Crushed Rock Surfacing E Existing shoulders, and existing gravel ;,urfacss sb,ll 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 1 of the existing surface. t Materials and placing slall be in accordance with the applicable pro- i visions of Section 23, A.P.W.A. Standard Specifications except as modified herein. Ballast and maintenance rock will not be required. Crushed rock Qurfacing 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 me,:t Lhe following gradation: U.S. Standard= +ve Size t Wt. Passing 1-+i" square opening loot r l" square opening 70-95% square opening 3S-70t #200 lot :max. Water shall ;,e added dur.inq rolling operations as necessary to secure required compaction. The crushed rock may he snread in one layer and shall be adequately bladed L TS-Page 11 e a S�I:CIAL TECHNICAL PROVISIONS (COrn.) TS-07 PIPE INSTALLATION (C(m i. Concrete Slocki- cons. Renton Standard Deta.�l for general blocking is bound in these specifi- cations. 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 installatirn of the improvements covered by this contract shall be repaired and resur- faced tc match the existing pavement or landscaped area as set forth in these specifications. The ends and edges of the patched and resurfaced areas shall meet and match the existing surface and grade, and shall terminate in neat, even linrs parallel to, and at right angles to the roadway. Nc piece- meal patching or repair will be all:m-,4. Damaged, disturbed or other- wise affected areas as def'-ed shall have a-.ages o� existing pavement trimmed bsck to provide clean, solid vertical faces, free from loose material. b. Areas to be Resurfa,;ed fl) H]d sting asphaltic concrete surfaces shall be patched with asphaltic concrete over a crushed rock base course. (2) Existing shoulders and existlna nravel surfaces shall be repaired with crushed rock surfacing. c. Private Driveways Private driveways, walks, and other surfaced areas shall be repaired, patched and resurfaced as required for the type of surfacing encoun- tered. d. Maxim= Patching Width The maximum patching width in trench area will be 5 feet. Any patching done beyond this limit will be done at the Co.,cractor's expense. t e e. A9phaltic Concrete Surfacing The finished patch shall provide a minimum thickness of 2 inches of asphaltic concrete over 4 incheb of crushed rock base course. TS-Page 36 } SPECIAL TECHNICAL PROVISIONS (^OPR'. TS-07 PIPE INSTALLITT--ON (CONTO f. Valves •and Valve chambers (cont.) 6" and B" Gate Valves shall include an B" x 24" cast iron gate valve box and extensions if required by the City Enainear. The 12" gate valve assembly shall include: 12" Gate Valve (MJ x MJ), 2" bypass Valve Assembly, and a precast concrete vault. The City of Renton Standard Detail for "Precast 12" Gate valve Chamber" and 2" by- pass assembly are bound in these specifications. Valve chambers shall be in accordance with Section 76 of the A.P.W.A. Standard Specifications except as modified by details bound in these specificationa. All valves shall have concrete valve markers with distaices clearly marked as required by the Engineer. g. Fire Hydrant Assemblies Fire Hydrant Assembly installation shall :,e in accordance with Section 77 of the P . A.A. Standard Specifications. The Fira N rant Assembly shall include: 12" x 6" C.I. Tee (MJ x FL), 5" Gate valve (FL x NJ), 6" C.I. Pipe Spool (PE xPE), 5" MVO Fire Hydrant (MJ Connection), F" x 24" C.I. Gate 4alve Box, and 3/4" Shackle Pod with accessories, and hydra-t extension where called for by F.rgi neer. Fire hydrant uuard post shall be installed where deemed necessary by the City Engineer, and/or shown on the construction plans. The City of Renton Sta.ioard Detail for hydrant assembly and hydrant guard posto is bound in these specifications. h. 2" Blow-Off_Assedrblies Water main blow of assemblies shall be construttod as shown on City of Renton "Standard Detail for 2" Biow Cff Assembly" as bound in these specifications. Galvanised steel pipe and fittings shall conform to the requirements in Section 72. of the APWA Specifications. The Gatti, Valve and C.I. Plug shall conform to the applicable specifications bound in this document i. Concrete Blocking t General concrete thrust blocking shall be in accordance with Provision A2.14 of Section 74, A.P.W.A. standard Specifications. The City of TS-Pago 9 R , its (SPECIAL TECMICAL PRCVISICNS (CONT.1 TS-T PIPE INSTAII IC..N (CONT.Z C. Bends and Curves Dcflertion fran straight line and grade, as required by vertical curves, horizontal curves and offsets shall not exceed the maximum defle( Aon per joint as recartneuded by the pipe manufacturer. If the alignment requires deflection in excess of the maximum recrnmmended, special bends or a sufficient number of shorter lengths of pipe shall be used to pro- vide angular deflections within the limits set forth. d. Speenial Anchorage All free ends, bends, tees, laterals and any change in direction o: piping shall be adequately braced and blacked to prevent movement from thrust by use of concrete thrust blocks, tie rods and joint harnesses. Concrete threat blocks must be poured &gains- undistrubed ground. Thrust blocks shall be provided at all changes in direction of piping. In addition, all joints at bonds 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. :he locking may be ac^omplished by use of tie rods and joint harness, subject to tl.e prior approval of the engineer. After the pipe has been joined, aligned and permanently bedded, the joints shall be drawn up to assure permanent watertightness but not so unfit as to pre-vent flexibility to allow for some movement caused by vibrations, exf+nsion and contraction. a e. Connections to Sxiating Pine and Structures t Connections to existing piping are indicated on the drawings. The con- tractor must verify all existing piping, dimensionr and elevations to a9etre proper fit. The cmitractor must also provide any adapters, nipples or o.her specials required to make a satisfactory connection. The City of Ran' a utili- ties apartment 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 .hall take care not to damage them or their pratectice coatings or i.mpai: the operation of the existing system in any way. f. Valves and Valve Chambers Valve installation shall he in accordance with .section 75 of the A.P.w.A. Standard Specificati,ms except as modified herein. TS-Page I 1 SPECIAL TECHNICAL PROVISIONS (CCWf.) T$-06 PIPING MATERIALS, VALVES, AND FITTINGS (CONT.) e. Fire Hydrants (Traditional Style) (cont.,_ Fire nydrtnts shall be of Traffic Type ani provision shall be made for 3inage 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 306" deep unless otherwise specified. Fire hydrants shall be IOWA or approved equal. Approval must be obtained prior to bid opening. f. Pipe Fittings Cast iron pipe fittings 4" thru 12" shall be Class 250, as per ASA Specification A21.10-1964 (AWWA C110-64� . Joints for fittings shall be Mectanical Joint at per MA Specification - A21.11-1964 (AWWA C111-64) . The above shall hold true unless cr.'.led out othen ise on the plans or in the Bid proposal. TS-07 PIPE 1NFTALLATION A. General Pipe insta"ation shall be in accordance with Section 74 0: the A.P.W.A. Standard Specifications, except as modified herein. All buried pipe shall be laid upon prepared foundation or bedding material so that the bottom quadrant is uniformly supported throughout its length, as specified in Section TRENCH EXCAVATION, BEDDING AND B) 'ILL. The „tinge depth of cover for the water main shall be 416" feet, and the trench width shall be no greater than J6" except at valve chamber locations. b. Layin0 and Jointino Duttile iron pipe and accesso.tes shall be handled in such a manner is to assure delivery to the -rench in sound mndamaged condition. Particu- lar care shall to taken not to injure the pipe l .ning and coating. Cutting of pipe shall be done in a neat, workmanlike manner with an approved type mechanical cutter without damage to the pipe. Jointity shall be accomplished in accordance with manufacturer's recom- mendations. TS-page 7 SPECIAL. TECfINICAL PPOVISZONS (CONT.) TS-06 PIPING MXTERIAi , VALVES, AND FITTINGS WONT.) b. Ductile Iron Pine (cont.) The pipe joints shall conform to ASA Specification A21.11-1964 (AWWA C111-4). Pipe joints shall be _ubber gasketed Push-On and/or Mechanical as required by the bid proposal description. Pipe thickness class shall be as required by the bid proposal descrip- tion. ` c. Cast Irop Pine Cast iron pipe 4" thru 12" shall conform to ASA Specification A21.6-1970 (AWWA C106-70) and/or A21.8-1970 (AWAA C108-1970) and shall be thickness Class 22 designed to ASA Specification A21.1 method of design using a modulus of rupture of 45,000 PSI and a tensile strength of 21,Oo0 PSI. The cast iron pipe shall be oezigned for a working pressure 0 thru 300 PSI for laying condition B and 5 feet of cover. All cast 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 1/16" cement lined. The pipe joints shall conform to ASA Specification A21.11-1964 (AWWA C111-64). Pipe joints shall be Push-On and/or Mechanical as required by the Bid Proposal description. d. '.:ate 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 AWWA Specification C-5^0-61 and any subsequent modificat)_nn thereof. Each valve shall be "0" ring type, provided with a standard squmre operating nut, and shall open by turning comter clockwise (left). The valves shall be IOWA List 14, or Mueller A-2380, or approved equal. Approval must be obtained prior to bid opening. e. Fire Hydrants (Traditional Style) y Fire Hydrants shall be Corey Type (opening with the pressure) conforming F1 to AWWA c-502-64 with a 6" inlet and a minimum M.V.O. of 5", Two 2 1/2" 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, 6^'JV. threads, O.D. thread-4.875 and root diameter-4.6263, 1 1/4" pentagon operating nut and opening by ti.rning counter clockwise (left). Hydrants shall be ronstructed with mechanical joint connections unless otherwise specified in bid proposal description. TS-Page b � 4 r . SPECIAL TECHNICA?. PROVISIONS (CON;.) TS-05 TRENCH EXCAVATION, BEDDING AND PACKFIL;. CJP:T. e. Select Trecch ',Mill (cone.) Engineer. Select trench backfill shall meet requirements for ban), run gravel Clasa "B" as outlined in Section 26-2.01 of the standard Specifi- cations. The horizontal limits for measurir:g select tren•:. backfill i . place shall be the side of the excavation except no payment will 1.a made for material replaced outside of vertical planes, 1.5 feet outside of and parallel to the barrel of the pip.: and not the bell or collar. e An} 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 c mpeneation of selecting the source, furnishing ar.d placing the material as outlined in Section 25+2.01 of ccc! the Standard Specifications. TS-OF PIPING MATERIAIZ, VALVES, AND FITTINGS a. General r All pipe sizes as shown on the drawings, and as specified herein, are in reference to "nominal" diameter, unless otherwise indicated. n One type of pipe as indicated below will be considered for this project. 333u All pipe shall be fabricated to fit the plan and profile shown on the drawings. one type of pipe shall be used throughout the entire project except as nonessary to match existing piping. Where relowation of or replacement of existing piping is necessary during construction, mater- ials used shall match the existing, subject to the approval of the engineer. All pipe, valves, fittings and specials shall be for a minimum wate- working pressure of 150 psi, and shall conform to the requirements of the applicable fections of th,. A.P.W.A. Standard Specifications, as modified herein. b. g'- '.le Iron. Pipe Ductile Iron Pipe shall conform to ASA Specifirati n A21.51-1965 (AWWA C151-65) Grade 60-42-10. Ductile Iron Pipe shall be cement lined and sealed in accordance with ASP. Specification A21..4-1964 (AWWA Ci C4-6.4), 4" thru 12" pipe shall be - 1/16" cement lined. TS-Page:. JI y 1 SPECIAL TECHNICAL PROVISIONS (CONS.) TS-05 TRr_NCH EXCAVAR'ICN. BELUING AND AACKFILL (CONY.) d. Trench yackfill and Compaction_J£ont,.J (2) Initial Backfill (cont.I 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 per cent of maximum dry density at optimum moisture content as + determined by Standard Proctor Compaction Test, ASTM Designation J 0698-58T, Method D. (3) Subsequent Backfill shall be the remainder of the trench backfill, above the initial backfill, and shall be carried to elevations t such as to receive the proper depth of surfacing materials, as appli- cable. ) Improved Area:.: All subsequent backfill under street and !!! shoulder areas shall be placed in lifts not exceeding 8 inches in loose depth, and eac:: lift compacted to at least 95 percent of maximum Or density nt optimum moiscare content as determined by ASTM Designation D698-50T, Kethod D. In-place density determination shall be made in accordance with ASTM Designation 0155a-58T, except as otherwi33 appro- ved by the engineer. Unimproved Areas shall be all areas in the natural state or cr_he vise tndeveloped, where slight Subsequent settlement of 'he back-, fill can be tolerated, and shall include wooled and turfed ar<.es, pas- tare land, and all of-her areas in a wooded or undeveloped state not adjacent to existing structures. Whereevet 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 backfil; may be mounded over to compensate for the settlement. Trenches over wl.' excessive settlement does occur steal. be regraded and restored to mot-, .mturAl yr: (4) Payment! No Separate or extra payment of a .ind will be made for compaction, wetting, drying, water, or processing of, mater- ials, but shall be included in the applica lc unit price paid for the watarl.i.ne in place, complete. e. Select Tre:,ch Backfill Select trench backfill for 'he pipe shall consist of crushed or naturally occurring granular material frfm sources selected oy the Contractor. The source and quality of the riterial shall be subject -o approval by the Ti;-Page 4 1 SPECIAL rECHNICJ,L PROVISIONS (CONT.) =.05 TRENCH EXCAVATION, BEDDING AND BArK FILL (CMrro)_ b. Excavation The contractor shall inform and satisfy himself as to the character, ,t quantity and distribution of all material to be excavated. Pro payment shall be made for any excavated material whicY isused for purposes other than those designated. Shovld the contractor excavate below the designated lines and grades without prior approval, he shall replace - such excay .cion with approved materials, in an approved manner and cond'.tion, at his own expense. f The engineer shall have a mplete control over the excavating, moving, f placing, and disposition of all matey-al, and shall determine the , suitability of material to be used as backfill. All uneuitable mater- ial shall be wanted as specified. Excavation of every description, classification and of whatever sub- stances encountered within the limits of the project shall be performed to the lines and grades �.ecessary for pipe, bedding and structures, and as indicated Dn the drawir gs. Temporary (trains and drainage ditches shall be installed to intercept or direct surface water which may affect the promotion or c�^3ition of the work. All excavated materials not & meeting the requirements for backfill and all excess materials small be EE wasted as specified. No separate nor extra payment of any kind will be made for storing, handling, hauling or manipulation of excavated mrt:erials. C. Foundation Preparation and Bedding I Foundation preparation shall be in accordance with tYa applicable provi- sions of Section 73, A.P.W.A. :standard Specifications, except that the bottom of the trenc must he shaped +,, uniformly support tie bottom 4 quadrant of the pipe throughout its entire length. In case unstable or unsuitable existing material is encountered at the trench nottca, the engineer may direct the use of borrow bedding i material in accordance with Section 73-2.05 of the A.P.W.A. Standard Specifications. Wet trench conditions will nit be considered as un- stable conditions. Bedding mtterial shall be as required for Bank Run Gravel Borrow. d. ^.Tench backfill and Compaction (lt General: Excavated materials that are free from mud, muck, organic mat•er, broken bitaminocs surfacing, stones larger than 8 inches in dimension, and other del ris, shall be used for backfill except where otherwise required. (2) Zniti4l Rack a1 extending to a plane at least 12 inches along the crown of the p(pe shall be hand-placed, selected excavated material free from stones, hard lumps oc other mate del harmful to the pipe. TS-Page 3 7 [. SPECIAL TECMtICAL PROVISIONS TS-04 CLEARING AW) STRIPPING it. General Whenever the construction crosses grassed, turfed, sodded or landscape. areas, the sad and topsoil shall be stripped and stockpiled separately from the rest of the excavated material, and shall be salvaged for reuse to restore the Brea to its or.iginAl condition. All plants, :reel shrube and other planting in landscaped areas shall be ralvaged or a- • placed ' It Shall be the contractor's responsibility to contact each owner s, ',` affected, prior to c smnencement of constructicn operations affecting - that owner, and make arrangements for the satisfactory protectic and Y restoration of the items to be removed or otherwise disturbed. b. Clearing and GEI Linn ' Clearing and grubbi g shall be accomplished in accordance with the applicable provisions of Section 12 of the A.P.W.A. Standard Specifics- tions except as otherwise provided herein. No separate ror extra pay- ment of any kind will be made for clearing and grubbing, but will be ir.oluded in the applicable unit price bid for the waterline in place, complete. c. Stripping (1) General: Al. areas to be excavated shall first be stripped of all topsoil, grass, sod and other material not prescribed under Clear- ing and Grubbing. All stripped and removed material shall be wasted, except as othsrv.sc .equired. �. (2) Removal.of Existing Pavements and Street Improvements: Pave- sent, or other street and road surfaces shall. be cut only to t:la mini- c mum width which will pezmit the proper excavation and bracing of the trench, and which will allow passage of sehicula.r and Fw -atrial. traffic. All paA.anent cuts shall i- - made smooth, btraig,t lines or to nearest construction joint, and shall be made with clean vertical faces. } ReIROval of bituminous and concrete pavements and utilities s: .11 be conducted in accordance with Sec' ion 52, A.P.W.A. Standard Specifica- tions, except as 0t1'erwise Pr-..vided hereft. TE-05 TRENCH_EXCA.ATICM. BEDDING ^NC BACXF LJ a. General. Trench excavation, backfill, foundation prp .,cndlnc for waterline and appurtenances shall be in a^cc• th thi applicable provisions of Section 73, A.P.W.A. Standard Spec. raticros, except as modified herein. 7 Page 2 f MONSTER RD. - NW OF S 7TH ��--= W--360 T "W r Page 6 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. 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 F, City such schedules of quantities and costs, progress schedules, payrolls, rapurts, r, estimates, records and miscellaneous data partai«.ang to the contract as may he re- quested by the City from time to time. RGGG, (10) The Contractor shall furnish a surety bond or bonds as security for the / falthf-il performance of the contract, including the payment of all persons and firms ft performing lahor in the construction project. under this contract or furnishing materials in connection with this contract; said bond to be In the fu11. amount of the Contract Price as specified in Paragraph 1L The surety or sureties cn such bond or bonds must be duly licensed on a sweaty in the State of Washin1ton. (11) The total amount of this ccntract is the sum a�L./ M•«,e E' hlfh includes Washington Ststo Salon Tax. Psyrnts exl be and, to Coot actor on specified in the "general oonditlons" of this contract. 1� IW WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand f� and sesl the day end year first above written. 00 MACTOR CM of M/MYOM 7.A yw`^/MrDP [eAOtrLATOW. /I A,TTUTs 7Gt ZL< ♦ t A4 Page 3 said contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. (4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. (5) The Contractor shall hold and rave the City and its officers, agents, servants, and employees harmless from any and all liability of any nature or kind, Including all coots and legal expense incurred by reason of any work on the contract to be performed hereunder, and for, or on account of any patented or unpatented invention, process, article or appliance manufactared for use in the performance of the contract, including its use by the City, unless othervts¢ specifically stipulated in this Contract. (6) Any notice from one party to the other party ender the contract shall b^ in writing and shall bt sated and signed by the party giving such rotlre or by Its duly authorized representative of such party. Any such notice as heretofore ,pecifled shall be given by personal delivery thereof or by depositing same in the United States Fail, postage prepaid and registered. (7) The Contractor shall commence performance of the contract on the day of and shall complete the full performance of the contract not late than 30 calendar days from said date of commencement. For zach and every day of d. jy after the day of completion, It Is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of One Hundred Dollars (5100.00) as liquidated damages fur 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 con- tract nor partial or entire use of any installation provided for by this contract shall relieve the Contractor of lisbi.ltty In respect to any express warranties or i 1 Pap 2 (a) This agreement (b) Instruction to bidders (c) Bid proposal (d) General conditions (e) Specificattons (f) Maps and plans (g) Bid (n) Advertisement for bids (i) Special contract provisions, if any • (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 fella to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed of account of the Contractor's insolvency, or if he or any of his sub-contractors should violate iy of the provisions of this contract, the Cloy may the., serve written notice upon him and his surety of ice intention to terminate the contract, and unless within ten (10) days after the serving of such notice, such violation or non-complianec of any provision of the, contract shall cease and satisfactory arrangement for the correction thereof be made, this contract, shall, upon the expiration of said ten (10) day period, cease and determine to every respect. In the event of any Much termination, the City shall immediately serve written notice thereof upon the surety and the Contrac- tor and the surety shall have the right to take over and perform the contract , provided however, that if the surety within fifteen 0 5)_ days after the serving upon it of such notice of termination does not pei..rform the contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the contract and prosecute the same to completion by contract or by any ocher method it may deem advisable, for the account And at the expense of the Contractor, 4nd his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event the City if it so elects may, withoe.t liability for so doing, take possession of and utilize in coapletin` \ 1 7 of 19�=-� THIS AGREEMENT, made and entered into this � day b and between THE CITY OF RENfON, Washingtcn, a municipal corpotroon of,the State of Washington, hereinafter referred to as "CITY" and frank Colucclo Construction Coaggn Inc . a Washington torporktl0fsrefnafter referred to an "COV',rRACTOR". W I T N E S S E T R: r J (1) The Contractor shall within the time stipulated, (to-wit: within required b the Contract, ,,. calendar days from data of execution hereof a r perform all the work and servtees ✓L� of which this agreement is a component Fart) /7 required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, squlpment, utility and transportation services necessary to perform the Contract, and shall complete the construction and tn- stallation work in a workmanlike manner, in connection with the City'@ troleet M, No. 360 ) for improvement by construction and (identified as f 6-w at the installation of: _ a lY" Ductile Iron avatar main in Monster Road�__— ameoXimate l;,cstion of S.W. 7th St, extended — E �-- All the foregoing shall be performed, furnishes, coortructed, installed, and ` e plans enA specifications, Including any completed to strict conformity with the sod all addends issued by the City and the other documents hereinafter enuesreted. It is agreed and stipulated that said labor, materials, appllancos, machines. tools, equipeout and services @hall be furnished and the construction and installation be performed and compl@ted to the @acUlaction and approval of the city's gngtmeer as ns. specifications bola{ is such conformity with the pla and all uquirasmnu of the contract. (I) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this s{reemant, consist@ of the following documents all of sMicb an component part• of said Contract and as fully a part thereof es it ►ereia ssc out in full, and if not attached, as if hersto attachede 1 4 h . bY7RDUIE OF PRICES (CONT.) APPROXIMATE QUANTITY _ DE5CRIPTION UNIT PRICE TVIAL PRICE ,10. 280 TONS Furnish 6 Install Select Trench Rackfill �i:.c.diGL�cv r i.C�-� J..,� 5 /J� S `lt a�� ✓ Per Ton tl 11. 5 TOMS Furnish 6 Install MC Cold Mix As Per Ton 12. 60 TORS Furnish i Install crushed Roc1�.&urfuing Material 3�� $ i.J. _d_ia//a_.ei $_ Per Ton 13. 340 SQ YD Furnish 6 Install Asphalt Pav ant Restoration ,,� ✓ $ Pea Square Yard (Words) (Figures) Subtotal 8�z 5s Sales �- T ax $ 6 3 TOTAL Sy SD✓ ✓ : THE UNDERSIGIMD BIDDER HBREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT, IF MGUMD HIM, WITHIN TEN (10) DAYS APO TO CQIPIZTE THE WORX WITHIN MOM f4ti1 "I gB'_UTIVE GIQiDAR DAYS AFTER STARTING CONSTRUCTION. - WTB: r�z� TN IS DAY OF 1972 FRAfV M Consr CT� SIGMBD: ....s-a--� -t..•C-fib ADDRESS:__7 7 7,5 t,. M SCHEDULE 11 fv LID-269 (W-343) APPROXIMATE j�_dDAMFITY DESC.'+2 PTI017 ____ UNIT PPICR PRICE 1. $64 L► Furnish 6 Install 12" Ductile. Iron, Class II (T.J.) Water OR 4---L 7 76 Per L.F. (Words) (Figures) 2. 2 EA Furnish 6 Install 12" Gate Valve (NJ x HJ) Asswsbl.es, inc}u41nq rote va�jlt� � Per Each S. 2 1 % Furnish 6 Install Fire Hy ant Assgptlie� s�trr�.✓.iC.....�1.���a.lCa.es s�p�= sL`L<o`� Per Each 4. 4 E)1 Furnish 6 Install Fire 9y ant Guard Poste eo eo Par Each S. 1 EE Furnish 6 Install 2^ B)aw-off 1ngwably / Per Each i 6. 1 EA Furnish 6 Install 12" C.I. Toes Per Each IWords) (Figures Furnish 6 Install 12" C.I. Plums or Cap e� i• ! Per Bach d Furnish 6 Install 12" C.I. 6o1id Sloe" (L.P.) Far Each r 9. 7 CO YD rs ah one;ata locking Per Cubi Yard 1 t PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Gentlemen: The undersigned hereby certif that �� . haviexamined the sate of the proposed work and na . t. rea anJthoroug}ily un erst:nd 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 following schedule of rates and prices: (Note: Unit prices for all items, all extensions, anitotal amount of bid should be shcwn. Show unit prices both in writing and in figures.) HANK CCLUCUO CONSTRUCTION COMPANY, ) / _.�.Signature �, .. I(",t HANY, COLUC"IO rl%S TIVF CO. Address 7/70 5t.W4k0 P?RS Avi Ad. Ramos of Members of Partnership: OR Name of President of Corporation . ,�� 'a e C' a Name of Secretary of Corporation. �1 e-e, � Corporation Organized under the laws of -t/l .tltI/I •L. t r-.�- With Rain Office in State of Washington at i i , t► � to 2" MIN SHALL INCLUDE � _FINISHED GRADE � HYDRANT EXTENSI WHEN NEEDED OLY "PIC FNDRY - OR EOUAI_ C I - VALVE BOX 6" C I SPOOL -b VALVE(FL•MJ) CONC 3/4"SHACKLE RODS BLOCKING- �; 4' _ _ CQNC. .:1; _ _�_ BLOCKING "-I I/2"WASHEi) GRAVEL X• v" TEE " J•FLl ." 16' 4" CONC BLOCKING I I ,,- ,,-HYDRANT HYDRANT GUARD POSTS SHALL BE STATE OF WA' HINGTON DEPT. OF HIGHWAYS DESIGN OF CIRCULAR I2' 2' 21 2 PRECAST CONCRETE GUARD RAIL 'III POSTS __ 0 GUARD POST (TYP) x STANDARD DETAIL FOR HYDRANT ASSEMBLY 8� HYU. GUARD POSTS ♦ ti \ CURB OR \ SIDEWALK WATER MAIN ", GATE VALVES PLUG WITH 2 TAP \ \ \ 2'BOW OFF � \ ASSEMBLY BEHIND CURB OR SIDEWALK APPROX 21z16x15 METER VALVE BO\ 2 K 2 1/2 ADAPTER I IPT% HOSE) WITH CAP B CHAIN BLOCK END OF MAIN 2"GALV PIPE i PLUG Wll H 2"TAP - 2 GALv 90• ELBOW � WITH 1/4 DRILLED HOLE r - WATER MAIN 2_GA!_V PIPE ` 2"GATE VALVE 1-fi- 2"GALV PIPE ICI BODY B 2" OPERATING NUT) STANDARD DETAIL. FOR 2 " BLOW OFF ASSEMBLY ♦ U 45° MATERIAL LIST -- '--- I - 12m GATE VALVE (MJ) ELEVATION VIEW 2- 2" 900 ELL(IPS)(TYP) pi 3- 2" GATE VALVE( C I. BODY) 2" OPERATING NUT) 4- 2" NIPPLE ( IPS)(TYP) "--- 5- 2" DRE?SER COUPLING ;. 2 ° 3 - 4 of r PLAN VIEW STANDARD C'ETAIL FOR 2" BYPASS ASSEMBLY FOR 12" GATE VALVE OLYMPIC FNDRY. CASTING ft S822 WITH TYPE _D � LID OR EQUAL T , CONC RINGS_BLOCK _ OR BRICKS (TYR) i MOTAR(TYP) m 1 i0 f "a I4 N q " r' X N 4 JOINT MATERIAL O x-- STANDARD DETAIL FOR CONCRETE VALVE CHAMBER FOR 12" GATE VALVE e � ti Thrust of Fittings In Pounds r Of 100 Pounds Psr SqI Inch a1 Wat9r►rasitura 'rss" Im s4 w1 N M. M,M{ Mw 711-- osm"t 9ww - IW /w/ 2"—I00 1220 1720 121 474 ISO 1200 I990 1070 $19 _ A i610 1270 12X _ 02O 4 - 100 two 2750 1400 790 IS0 2070 2010 19110 790 2M 2750 2270 11/0 off or--too tMM —sim »7o IS00 ISO 4100 5/00 2140 I/W - 2M 1/70 �710 L20 Soso }'-la 9110— 9210 JIM 2570 ISO h90 9170 1210 2720 - 200 2M0_ M7410 11200_ 1950 11 80 20 13WO "to 2010 100 101W LOIN 7190 6020 AW .s, • .:7.sr_.19. 'A 11700 Ism 1020 4400 - ..�. •. 2M 12700 174M _ 9450 4 10 _ jr- SO 14600 19500 - 11200 $790 - 130 11100 205M IIM 4210 IN 15700 244M I23W 6210 2M 1720 26300 143W 7770 N"- 60 11600 26A00 15200 1270 IM I100 29000 1/1M 7710 I60 211M WON low $44 � u 2M 22700 729M 179M $M ` I9"- SO 2o0W 27900 11400 0370 �7� ,�►�a. 100 2170 29IW 197W 111000 \�'y-� t- pla♦ai7 I ;: 200 271M 42900 21200 1010mo l _ 150 202M "400 21300 121ro_ , - lo"-- SO 70M0 42400 270M 11100 ISO 26000 495W 21100 Wool b.21. ' 2M 21200 SIIW I9700 119M _ U {: 30 - N 06700 �- 51900 7110U 112M IW Wool 54100 203W ISWO 1 W 17M0 60000 02M0 16600 2M PIM 67000 640 19W0 •: f1 - 50 S27W 710W O 201W 2W $62W MO 2CM0 2'._70 t IS0 61700 672W 47200 241DO ! Q _2M W 692 991M 522 Sffi01 _ 26E00 •" 71-- so 12100 117000 f21W 01100 • " 100 an" I290M 41 NIW ISO 967M 127010 11000 27700 too IO600 11M00 �11W 11100 � M".. 10 IIMM 111M0 90W0 40100 110 '270W 17900/ O11900 19/00 120 171020 197000 107140 6170M It6 -- }10 If011O }t1000 0W S41 STANDARD DETAIL FOR GENERAL BLOCKING r ,RPECIAL TECHNICAL PPOVISI(N-! (CONT,) TS-12 MEASUREMENT AND PAYMENT SCC!tT.,2, j. , Cold MJ4_AsLh&lt MC Cold Mix Asphalt shall be measured and paid for at the applicable contract price, per too, payment of which shall constitute full caa- pensation for furnishing and installing the material in place complete. k. Crushed Roe Surfac_ ing Mat.,riai Crushed rock surfacing material shall be measured and paid for at the ' applicable contract price, per ton, payment of which shall constitute full rompensation for furnishing and installing the material in place complete. 1. hwsurfaeirg of Asoha l.�ie Concrete Asphaltic concrete Atching shall be measured and paid for at the applicable contract price, per square yard, payment of which shall constitute full nampensation for toe resurfacing canplete, including subgrade preparation, preparation of and connection to existing pave- ments, base course, tack coat, finishing, and all necessary incidental work. T:i-"4 r� a4 :=t OV R14,� THE CITY Uri RENTON MUNICIPAL WILDING 200 MILL AVE.SO. RENTON,WASH.gem AVERY GARRETT,MAYOR • DEPARTMENT OF ENGINEERING i Sepr¢mber 7, 1772 Honorable Avery Garrett, Mayor ' Members of the City Council RE: Water frojeet W-360 (Monster Road) ;p Gentlemen: The City has completed the above referenced project as pez y agreement 0 CAG 1940-72 with King County tufAic Works, Green River Flood Control Zone. s a t Under this agreement the City Utility haz :'inanced the prcjece our, of 401-534/32/64, Capital Oitlay. Und of the terms of. the contract, Kir County has now reimbursed the City the total / amount of $13,559.25. We request that the unanticipated revenue in the amount of $13,559.25 be. re-anrr Driated into 401-534/32/64, Capital Out- lay. - very truly yours. Bert H. Mce�nry �ti .;�,• Acting Director of Engineering RCH:pmp _ •, � _ ♦ E CITY OF RENTON, WASHINGTON ORDINANCE NO. 2 7 y{ WHEREAS the City of Renton, Washington has been reimbursed by King County certain funds used to finance Water Project W-360 (Monster Road) , and WHEREAS it is n%•cessary and advisable to re-appropriate such monies into the belowmentioned fund for budgetary purposes , NOW THEREFORE THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DO ORDAIN AS FOLLOWS: SECTION I: The City Clerk is hereby authorized to provide for the following re-appropriation, to-wit: UNTO: Account No. 4C1-534/32/64 , Capital Outlay: $13,569.25 SECTION 11: This Ordinance shall be effective upon its passage, approval, and five days after its publication, unless otherwise provided for hereinabove. a PASSED BY THE CITY COUNCIL this /e? -day of September, 1972. -PLC z�-u-- /kt-�" Helmie Nelson, Z�it'y Lierk 1.114 APPROVED BY THE MAYOR this - day of September, 1972. I 111 A /A rery Garrqtt. mayor ApPTved as to form: lyAM ell Getard' M Shellan, ty Attorney WIT W111ON UAIJ '9i Y a� C j� August 21 . 1972 Department of public 4Jorks King County 900 King County Administration Building Seattle, WA 99104 Attn: Mr. Larry Gibbons, Hydraulics Division Subject: Water Hain installation Agreement on Honster Road 5.11. (C.A.G. 1940-72) rr Gentlemen. This is to inform you that the water main installation en Vonster P.oad S.W. is now coapleted. Enclosed is the final Da✓ cstimate tr the contractor �a�, �;;�•; for the accu 1 installation. In the amount of : 13,102.11 additional costs as per agreement are as follows: $ 374.00 Engineerino Peat. 50.14 Clerks Oi?ice _ 25.00 Attorneys Oi'fice S 457.14 T+ 1 City Lharges The totr:l cost as per arreenent fat .,�e taeer main installation was S 13,559.25. This a:'� ant lass the advance pay;a:or; of S 13,5C .P; leaves a balance due the City of S 55.20. If this amount could Dlease be forwarded the City the late Loners charges can be estaStiLhed and put into effect. If you h,:✓e any questions please contact this office. Vary truly vnurs, ^rt W. ke!tonry, P.E. sting Director of Engineering i'„aald L. 01srn RLO-99 ,,illties Cffice Engineer Enclosure t ti.. •an..,�.r�. � Qricuv 04 GITY TREASURER ' S RECEIPT 1V'4 3427 IK6[IKO IOA 1r�LL���l ll��d M DOROTHEA S. GOSSE,TT all rn.a fj 1 =October 20, 1972 TO, Goan Marshall, Finance Director FAMIt it. Houghton, n'nginaering Lepartment. _ As you know, we have had *me 13,000+ dollars appropriated into our {61/53a132/FC account u uzceu revenue. to have k<'IDe interdepartmental bills which suet be Paid from this account at this t4se. hlsasa drr whatever is necessary to acemplish the following, iey to, 8nginasring Dept. $374.00 Clerk's Office 58.14 City ➢ttorn*y 25.00 Thanks. sp M1 Y f 1 x �M1 fi f' a r 4. rI WTED THIS _day of = 1972. CITY OF RLATON, a Municipal Corporation KING COUNTY By: �C .l`i _. Ry: �Clyo� ounty cut,ve By: -C� r . /. �.. Llty 4 t Approved as to Form and Legality: ifputy rose�ng Forney �— ApproveA as tp f is King County, Washington day of Mir � 19 � FF An2o� ain r. s a City Attorney City of Renton. {/ AGREEMENT This agreement made and entered into this ,Lj- _ day of 1972 by and between the CITY OF RENTON, a municipal corporation of the State of Washington, hereinafter referred to as "City", and King County Department of Pub is Works, hereinafter referred to as King County; WITNESSETH: WHEREAS King County i; presently the owner and user of certain real property in the City of Renton, as shown in red on that certain map attached hereto designated "W-360 Proposed 12" Water Main - Monster Road S.W. from .Ste 35+25 to Ste 43+51) located south of Sunset Blvd. W. , marked Exhibit "A" and thereby made a part hereof, which property of King County is legally described as set forth on Exhibit "B" attached hereto and thereby made a part hereof. and WHERE+S King County is unable to directly handle construction and inst2llatici of the water main; and it is in the best interest of the City that such work be gone under its directior supervision; and WHEREAS the installation of said Pater main is in the public interest and in furtherance of public health and safety; NOW THEREFORE, IT 1S HEREBY AGREED AND COVENANTED BY AND BETWFEN THE AFORESAID PARTIES AS FOLLOWS: 1. The City shall cause to have installed a twelve inch water main with necessary appurtenances on the extension of Monster Road S.W. froe. Sta 35+2S to Ste 43+50 located south of Sunset Blvd. W. ; and to that end the City shall: (a) Design and engineer the water main installation (b) Prepare, let, and administer the contract for installation. 2. Prior to commencement of construction, King County shall pay unto the City funds for installation of the water main pursuant to an estimate of such cost computed by the City and submitted to and approved by King county iuch installation cost shell include the installation costs of the water main and anpurtenances necessary for complete installation, and the roadvay restoration. 1 a:to:� 27, 7872 To: Finance ')Opt.--Jaen Pringle PP.OMn Dick Houghton, Engineering Department ✓ tlease forward a check in the mount of $25.00 to City Attorney for eerviaee on W360 (see attached bill) . • ray from 401/974/32/6f. sp Attactean! t y June 26, 1971 Xing County Flood Control Rom 976 Xing County Administration Pldg. Seattle, WA 99104 Attention* George wannamaker ,antlemen: elsase find enclosed a check in the aseouet of mrQ.S0. This is per Ring County - City of Renton Agreement CAG 1940-72. This le for Container Corp,ration connection to rater main Gn Monster Road. Very truly yours, Warren C. Gcnnason, Y.B. 1uDlic work* Director �Uchard C. WA ghton Utilities engineer AC H I PMP enclosure r`. .t« r June 15, 1973 T n Ted Gannett, Utilities DC artAQnt ?tuft, Richard Houghton, Utilities Engineering C d=ject: Diobuus®cnt/Container ^crporat.ion chock s- ease find enelo ed a cheek Iran Container Corporation in the amount ° o.' $22,431,40. This check is to be depwitea and dlsburacd as f"11 ow n check in the amo,u:t of SG,582.30 in favor of King Count/ undar Late-Ccmer Agrorment CAG 1940-72. 2 A chcck In the amo,mt of $4,459.00 in favor of Matto un&,r "+ �± Lato-Corer. '-grecmcnt CAG 1944-72. 3 The remaining 531.235.00 to be dai,c-ited into the vtil i.ty �;- fund and al-crorriated as a;,c^es revenue into a maintenance account. See colt' attached. Lease return checks to this office and they vial be forwarded to the roper recipient wrier cover latter. Tl.anks. 3(tt:1wD .1.1 tsebusnt .. ♦ 1 DANIEL J. EVANS . 1 wlu;..r. C mr<ie; c.....,. 1\�3y�lJ{�/J/J STATE Or WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES General Administration auddmq OLYMPIA 70501 —__-------__.____ -- m1nNON Or INDUSTRIAL INSUMNCC milaw S. am, SUPWISOS Noweaker 22, 1972 TO am IT lay COKE": mailed to City of Menton 11/27/72 Re: W-360. CAG 1960-72 Gentlemen: Vis is to certify that Frank Colueelo Construction Co., Inc., 7778 Seward Park Ave. South, Seattle, Washington, Firm No. 201,169 has made payroll report and paid premiums due the AccidfiL and Medical Aid funds of the Department of Labor and Industries rovering watermalnf and sewer. Very truly yours, SUPERVISOR OF INDUSTRIAL INSURANCE IF ' XA'L. Wood r Chief, Underwriting Section kit � 1 Frank CoItKdo Constew ion Company, Inc. SrAM, WATWW"NS, UTILMIS 7778 SEWARD PARK AVENUE SOUTH SEATTLE, WASNINGTON 98118 Phone FMkwey 2,:S06 ns December 12, 1972 City of Renton 200 Mill St. Renton, Nash. Attention: Mr. Ron Olson Oent l esuen: Herevith is our copy of Department of tabor and Industries clearanci on the Monster Road job. Yours truly, ' r PRAW COLUC:IO CONSTRUCTION CO., I110, Off lee Mwpr AR:jp N M g K ENV,DEC 1,,1972 1 ti � August 21, 1572 Deparunent of Public Work,, King County 900 King County AL'ministration Building Seattle, WA 98'04 Attn: Mr. Larry Gibbo.is. Hydraulics Division Subject: Water Rain ir�staliation Agree ant on 1:jrster Road S.1% (C.A.G. 1"J-72) Gentle,-.en: This is to inform you that the water izin Installation on Ccnster Foad S.W. is now completed. Enclosed is the final pay estimate to the contractor for the actu 1 installatien. In the amount Of 3-tS.IAZ,II additional costs as per agreerient are as follows: $ 374.09 Engineering Dept. 58.14 Clerks Office 25.00 Attorneys Office S 457.74 Totaf'Ctty tharges The total test as per agreement for the rater main installation was S 13.559.25. This amount less the advance payr;snt of S 13,504.05 leave; a balance due the City of S 55.2f. If this amount could please be forwarded the City the Late Comers charges can be established and put into effect. If you have any questions olease contact this office. cry truly yours, y e ,�* ;;ort H. Mci'enry, P.E. Acting Director of Engineering ronald L. Risen ALO:gg utilities Office Engineer °closure 1 ♦e July 7, 1972 Honorable Avery Garrett . 'Mayor Members of _'. City Council RE: Water Project W-360. CAG lg6n-72 Gentlemen: Submitted here with and recommended for payment is the final estimate duo the Frank Coluccio Construction Co for work perfornied on the 12" watermain in Monster Road S.N. The amount due the con- tractor is $11 ,791.90. This contract was completed on June 30, 1972 and accepted uy the Utility and Engineer4nq Departments on July 5, 1972. It is recom- mended that the City Council accept completion as of July 1% 1972. If after 30 days no liens or cla ms are filed against this project and proof of paymeui of tax Iiabilities is received. It is ^ecommendee the retained amount of $1,310.21 be paid the con- tractor. Very truly yours Qr7� -53.4/sc/44 Bert H. McH@nry, P.E. Acting Director of Ergineerinq IN � ij July 7, 1972 Frank Coluccio Const. Co. 7778 Seward Park Ave. S. Seattle, WA 98118 ATTEMa Vincent Coluccio RE: CAG 1460-72 (W-360) Monster Road S.W. Watermain Gentlemen: This is to inform you that the City of Penton accepts the followinq on the above referenced project: (1) The water valves and fire hydrants ipstelled in said project. (2) The installation and oressur« tests performed on said installation. (3) The restoration of Monster Road. (4) The sanitation tests performed on said water main. 'lery truly yours Bert H. McHenry, P.E. Actinq Director of Ennineering 99 T—onaTaT. Olsen Utilities Office Engineer O 1 e..MCL J.CrI1M1�.. ��f J STATE OF WpSMINGlON DEPARTMENT OF REVENUE ' S1 OLYMPIA 98504 /J•� i' J u1y Li, 1972 Y ' City of Renton City Municipal 81dg, 200 Mill Avenue So. Renton, Washington 96055 Re: Frank Coluccio Construction Co. Reg. No. C578 025 601 Gentlemen: We acknowledge rccelpt of FL 315, Notice of Completion of public Works Contract, RdACI�6D-72, Furnish and installation of :2" ductile iron water amount of Approx. 8501.E", completed by the above main in Mors ter $12,478.20 mentlOned subject in the Please be advised that since the principal amount is less than 2 Will not be necessary to obtain a certificate from the Department of Revenue sh Owing that all taxes have been aid S 0,00is i is accordance with the P in respect to the contract. Ibis is in p toviaions of Chapter 60.28 RCW. Very truly yours, DEPARTMENT OF REVENUE AUDIT REVIEW i Ralph E. Radcliffe, RER:Ir Audit Reviewer 1 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES AFFIDAVIT OF WAGES PAID On Public Works Contract Awar ong Agency J _ ' Contract Numbor - Date Contract Awarded . .. . .. Date Contract Complctnd July 10, 1972 County hi Which Work PlIrftlrrned Location within County STATE OF WAEHINGTON l Was a Statement of Intent Filed? Ycs 7 ai. COUNTY OF-..........-.......King ......._....._..._...... In compliance with RCW 39.12.040 I, the undersigned, being a drily authorized representative of R_Kgpk co>urcto_Canstruction co .......Inc.._. 777.S...S .xaxd..Park. Ave.S.- aS tittle. Wash... ..9@318 .__._. Icoatrsrtor or aubccnio cton do hereby ct..ify that tht.• followings rates of hourly wage and hourly fringe benefits have been paid to the laborers, workmen and mechanics employed by we upon the project de..crihed above mA that no laborer, workman or mechanic h❑s bc-vri paid less than t',e "prevailing rate Of wage" as determined by the Indus- trial Statistician of the Dcparhnent Of Tabor and Industries. List below each classification of labor enil>loyed by you ulam the project described ahoce and the rate of hetu'ly Hay and hourly fringe benefits paid to each classification. In addition, if apprentices have been em- ployed, list their names anchor registration numbers and their stages. of advancement. Classification of Labor Rate of Rate of Hoorlp Hourly Pay Fringe Benefits Paid Shovel Operator - 1_ Yd. 7.63 .91 Backhoe Operator - 60 hp 7.41 .91 Loader Operator - 3 Yd. 7.63 .91 t Dozer Operator - under D9 7.23 .91 Oiler 6.77 .91 PSoelayer 5.40 1.05 Laborer 5.10 1.05 Truck Driver - 10 Yd. 6.87 1.03 *�• }', Pluaube r 7.29 1.54 r t t. i \mc: Attach Additional Sheets a Needed, AN'! CQL@OCib trt:STH I T'T IQW CO., INC. �lt uafp.nY al' ai liv.. President Subsuribed and sworn to before me �L1e1 this _ 14th, ...day of. July.. 18_72 __. tag 1 Sofa+!t r'ubbe in and for the State of Washington, ' residing in Washington. , fur 1/In I•. 'i .rrltlu'alu.n. INSTRUCTIONS. 1. Pursuanl: to RCW 3912.0.10 rulno', of it, train nw.t ire completed by the contractor and each of Ili% pub- ' contractors. Y. Complete ilu:< fill,,, in U;plirntc -ntd have it notarized. 3. Suhmii all for ins fill rerlilit•atnm lo. lnlhl.,triA livlatlon� llivlxion, Depm".mcnl of Lal><n• and Industries, Gcnerrid Adru ll'tr Lion tfinl+limp. Ulyngr.a. Wa:,hinglon tilhSui. 9. File a cYrtifkKi cIt nlw With the AW=ndulg Ai,om _ _. CONTRACTORS ARF. RI ,f'ONSIRI,t f'011 OBTAINING AND`) FILING AFFIDAVITS of the SUN CONTRACTORS, This is reyatred li,v law and payments can not lawfully 1.• made until such afllda ws [A"d Frank Coluccio Construction 'ompany, Inc. SEWERS, WATEEMAINS, UTILITIES 7779 SEWARD PARK AVENUE SOUTH I SEATTLE, WASHINGTOrI 98118 Phone PArkwoy 2.5306 .tuly 21, 1972 • IyT l( Q k rK Pity of Renton 200 Mill St, `- Renton, Wash, 1; In P.e: Monster Rd, S.W. - Water Project R960 Centlemen: r Enclosed in Affidavit. of Wages Paid on the nbove contract. Sincerely yours, PRANK COLUCCTO CONSTRUCTION CO„ TNC, t+" i Office M.inarcr AR:1P 1 NM FL 325 Rev. 10/14/70 Contract No. C.A.G. 1960-72 WCRK� CONTRACT To: Excise Tax Divi::ion: Date: Audit Section Tax Commission 017mpia, Washington Do Not Use crom: CITY OF RENTON Ascigned to: CITY MUNICIPAL BUILDING 200 Mill Ave. S. Date Assigned: Renton, WA 98055 P.W.C. Number: :ate: Gentlemen: Notice is hereby given relative to the completion of contract or project described below: IY-scription of Contract CAG 1960-72, Furnish and installation of 12" ductile Iron water main in Monster Rd. S.W. App,^ox. 850LF Contractor's Name Frank Coluccio Construction Co. Contractor's Addrere 7778 Seward Park Ave. S. Seattle, WA 98118 Date Work Commenced May 15, 1972 Date "Work Completed June 30, 1972 Date Work Accepted: July 10, 1972 Surety or Bonding Company General Insurance Company of America Agent's Addrecs Contract Amount 12,861.00 Amount Disbursed % 11 ,791.90 Additions (382.80) Amount Retained : 1 ,310.21 Sales Tax 623.91 Total 13,103,.11 Total s 13,102.11 Acting Director of Finance THREE COPIES OF T!D:S NOTICE MUST BE COMFLETED BY THE DISBURSIHO OFFICER AND MAII.ED TO THE DEPARTMENT OF REVENUE AT OLYMPTk# WASHINGTON IMMEDIATELY AFTER ACCEPTANCE OF THE WORK DONE UNDER THIS CONTRACT. NO PAYMENTS SHALL 3E MADE,, FROM RETAINED FUND U14TIL RECEIPT OF C A 0 i CCORDANCE WITH SAID CERTIFICATE. 1 INTER-OFFICE MEMO TO: T'LO EFNNETT r='NANCIAa,. WPr FROM: RONALD 0L!;tnl (q r.L,r / IEIJG orr.('c, SUB.Ir:CT: CtAa V-*ft_ u.)- 3WO V, ArErL-vh AIN INS rAC CA?-,O. ON MoNsren. ao i,,, _ CAG Lou FIN;L COSTS ARE NOW BEING COMPILED FOR VAkk. .p./ C AC. Ic14o 72 Please list below any costs your office may have incurred or may incur on this prn�ect, and return the, original of this form to the Engineering Department at your earliest convenience. Thank you for your cooperation in this matter. Attorney's Fees S Bond Counsel City Attorney Contract Engineering Franchises Inspection Fees Permits Other i City Clerk L:j([ . /1�r X 'r City Treasurer's Costs rjr,.,,�.,,,,c.e, � ',k .J. rV L`. � r ♦ �1 f1 mailing 'YT4s"7f(�it+-..K-•.lr+. —,V// � Interest on Warrants Other Street Department Utilities Department Other Costs TOTAL $ t INTER-OFFICE MEMO \ TO: ATFQaNEvS (Price CATreN ' jcHN PA,N l FROM: RONALJD OLSEN Lq T,LI'rV OFFICE / SUB.IECT: 4oi.1t0e. W - 3tpo WA-I ca LMA,N INS ALIATIOW ON "Lw4siC2 AD. FINC.L COSTS ARE NOW BEING COMPILCD FOR CA 6 1940- 72. Please list below any costs ;,our office may have Incu-red or may Incur on this project, and return the ori9inal of this form to the Engineering Department at your earliest convenience. Thank you for your cooperation in this matter. X Attorney's Fees $ Bond Counsel City Attorney Contract Engineering Franchises Inspection Fees Permits Other _ City Clerk City Treasurer's Costs Mailing Interest on Warrants Other Street Department Utilities Department Other Costs TOTAL $ I � it INTER-OFFICE MEMO TO: Attorney's Office (ATTEN: John Pain) FROM: Ronald Olson, Utility Office SUBJECT: W019111111111W. W-360 Water Main Installation on Monster Road S.W. + FINAL COSTS ARE NOW BEING COMPILED FOR 111M. NO. CAG 1940-72 Please list below any costs your office may have incurred or may Incur on this project, and re,urn the original of this form to the Engineering Department at your earliest convenience. Thank you for your cooperation In this matter. Attorney's Fees r.•e ti t y- Bond Counsel City Attorney �� - .c--cam. -- •�i.7� contract r Engineering Franchises _ inspection Fees Permits Other City Clerk City Treasurer's rn5t5 Mailing Interest on Warrants Other -- Street Department Utilities Department Other Costs TOTAL st G p p r y n tl x} { IT sr ob 1 1 } i ti y 1� 4 F •� h 41 1 I 1 0 o 1. F } INTER-OFFICE MEND TO: Shari Norris, Engineering Dept. FROM. Ronald Olson, Utility Office SUBJECT: m4tw. No. W-160 Water Main Installation on Monster Road S.W. FINAL COSTS ARE NOW BEING COMPILED FOR ~. NO, CAG 1940-72 Please list below any costs your office may have incurred or may incur on this project, and return the orioinal of this form to the Engineering Department at your earliest convenience. Thank you for your cooperation in this matter. Attorney's Fees $ Bond Counsel City Attorney Contract Engineering Franchises Inspection Feet i Perm;is Other City Clerk City Treasurer's costs Mailing _ Interest on Warrants Other .reet Departmenr Utilities Department Other Costs TOTAL s -----.._.__.__------- -'--- ♦ y OV JI'le I THE. CITY OF RENTON R MUNICIPAL BUILDING 200 MILL AVE.SO, RENTON,WASH.DOM gg Y d AVERY GARRETT,MAYOR • DEPARTMENT OF ENGINEERING A �P r August 21 , 1972 Department of Public Works King County 900 King County Administration Building Seattle, WA 98104 Attn: Mr. Larry Gibbons, Hydraulics Division Subject: Water M,A n installation Agreement on Monster Road S.W. C.A.G. 1940-72) Gentlemen: This is to inform you that the water main installation on Monster Road S.W. is now completed. Enclosed is the final pay estimate to the contractor for the actual installation. In the amount of $ 13.102.11 additional costs as Der agreement are as follows: $ 374.00 Engineering Dept. 58.14 Clerks Office 25.00 Attorneys Office $ 457.14 Total City Charges T`,e total cost as per agreement for the water main installation was $ 13,559.25. This amount less the advance payment of $ 13,504.05 leaves a balnce due 55.20. If s amount the1City the tLate lComers ty of fcharges can bei established uand ld please put into effect. If you have any questions please contact this office. Very truly yours , Bert H. McHenry, P.E. Acting �Director off EEnngineering 0 oe Ronald L. Olsen RL0,89 Utilities Office Engineer t•URCMAse ORt — QU, .IASE ORDER N0. 812 6 9 OFFICE OF PURCHASING NOTE: PURCHASE ORDER ..; AND E 531 KING COUNTY COURT Iq USE REQUISITION NO. MUST AP-EAR ON SEATTLE, WASHINGTON 98104 ALL INVOICES, DkLIVERY SLIPS, PACKAGES, ETC, 7 DATE Sept. 6, 1972 _TO City of Renton/Municipal Bldg, DEP I.REG. NO. 200 Mill Avenue South 59709 Renton, WA 98055 QUOTATION BY J BID NO. BILL. Office of Budgets and Accounts SNIP' Public Works-Hydraulics Div. TO 400 Ring County Courthouse TO Roam 976 1. C. Admin. Bldg. Seattle, WA 9111104 _ _Seattle,_ WA 98104 e FM. .w.1 1 .,1 r.A rr .'c_ .11 .—,�n net 00330-74-30202-42568-003-53108 , 9-6-72 I'm EUANTnr TMM, DESCRIPTION YNIT PRICE AMOUNT 1. Final Payment for water .. ain instellat on per agreement on Monster Road S.W. (C.A.G. 1940-72) payable to the City o Renton. $55.20 I ENTER THIS ORDER ' T TO TERMS r,EREgN AND CONDITIONS AND PROCFAORES ONQRE jkt E SI BY T NO DELIVERIES ACCEPTED UNLESS ACCOMPANIED BY PACKING SLIP OR WAYBILL FOPM)OI1/ 1 • / . 4 CITY OF DFNTON OFFICE OF THE CITY CLERK BID OPENING APRIL 12, 1972 2:00 P.M. Fourth Floor Conference Room Installation of a 12" D.I. WATERK41N in Monster Road S.W. at the approximate location of S.W. 7th Street extended r fill) IIFPOSIT BID SALES TAX TOTAL BID onstruction Co., Inc. Bid Bond $12,861.JO $643.05 $13,50a•05 Avenue South BIDDER Bowers Construction Co. Bid Bond $15,491.20 $774.56 $16,265.76 16239 Ambeum Blvd. South Seattle, Wash., 98148 i t � � ti $'MeV TG 74 c t< April 20. 1977 Dill Grant, Chairmen members of the Public Works Committee i Dentl einen: it is the recom. :,4tion of the Engineering Department that the City accept the low old of $13,504.D5 submitted by Frank Coluccio ConatrllCti- . Oompar, , Tnc. , for the installation of a 12" water main in Monster Road S.W. Very traly yours, i Director of Engineering e ruRCMABIl oR ee Pl HASE ORDER N0. 7 712 0 OFFICE OF PURCHASING NOT-: PURCHASE ORDER NO. AND REOVISITION NC. MUST APPEAR ON SEAT Tt E, MAiMINGTON 9A104 E. KING COUNTY COURT 1 ALL INVOICES, CELIVERY SLIPS SE OI PACKAGES, ETC. I- 1 DATE April 24, 1972 _TO City of Roston DEPT.REO. NO. 5970J Municipal building Roston, Mash. 98055 QUOTATION BY L J BID NO. BILL. KC at6�4_i,)Cw2 K_ Office of budgets h Accounts SHIP• Green Rink Fla" Control Zons ♦400 K. C. Courthouse District To beattle, Mash. 981" TO . P1 Pump Olant - Job 4-45220-425i$ Activity Code 39 T t.u) - Y.�U<FT NO. ��- ---- .Ti fir' - , _ 00330-74-30202-042568-003-53108 I 4124/72 ITEM _ _woom"TT U.1 — DEitRIIT10N_ UNIT PRICE A Oc"T Construct a twelve inch water Main with 413,504.05 necessary appurtsncas on the aitenaion of Monster Road 5. W. per attached agrooeant L4 I ,r{ 'U'I M'Y CARU'-C 344-W3G 'f Pud•.IC M.✓Ta rc �?Y. I i I I ENTER THIS OR UBJECT TO TERMS HEREON AND CONDITIONS AND PROCPOURES ON RE)6�RSE S E. NO DELIVERIES ACCEPTED UNI.ESS ACCOMPANIED @Y PACKING SLIP OR WAYBILL rowu oom..�x srni 1 i r •J'34:7 nstruction Company, Inc. Frank Colucao Co sr**M, WATERAIAINS, UTIlITIFS 7778 SEWARD WTAVENUE DN SOUTH SEATTLE, ASH NG Mons ►Ahwoy 2.53" April 26, 1972 City of Renton City Helua'h. Re: Monster Rd. S.W. Renton, Watermain Attention: Mr. Ron of eon Gentlemen: Returned herewith are the fa lluwing: C11Y OF Rr�11�,N RE^ 1, Contract APR 2 b 1972 2. Bond FNGINEEM16 OFPL 3, Certificate of Signatures q COPY of City of Renton Business License and State of Washington Contractor's Liceoae 1 g, Certificate of Insurance + The bond should be dated in accordance with the date used y on the contract. We true, you find the enclosed to be in order. Sincerely yours, i INC. FRA1K. COLUCCLO CONSTRUCT iON CO., Office Xg sger j AR:SP 1 He1aAe Nelson, C1tY Clerk May 2, 1972 Richard C. Houghton. Office Engineer Bid proposal and Specifications -Water proJect A?hU "monster Road S.W.° Dear He1mlR: Core aid ttrans ito dhe C4,ty Ra�iread , copies yforsigning the by thecontract MaypTwit, and contractor. Constructlo Thank You. Koi:"d Attach. IWER-OFFICE MEMO 1'O: Dal Nnaett, rShlie Merka kdaiwiatratar DATE Jja1, 1*71 FROM: aelale ■elaon RE: C,a,O. 1960-72 raraish and install rater main Koester Ad. a.a. rleaSe adVlae 11 the attached, above-Caytioaed Contrast Seats with your approval. aelnia ccf Dick Houghton A STATE Of WASHINGTON DEN OF LAMB & li. )11 DEPARTMENT OF LABOR AND INDUSTRIES atvwru wsr+ D _j� 'R�ATEMENT OF INTENT TO PAY PREVAILING WAGES MAY S b 11 ON PUBLIC WORKS CONTRACT IDEPt. OF LA OR e: I Awarding A Cicy_o...Bepton .......... J f I f, Number.... Ago"__ .......... a .Y wA� _ ET Contrart Number D v .._.. h1�41 j '�i;I?2 Date Contract Awarded.__S1.?,172.......... ..... .. _.... J ll 1 County in Which Work Perromled .[l,ys, ........ ].oration Within County......VsHatent.................._............ .... Prime Contractor.. Frank,..iPAUCC�,O._r.�l/tntOt, }A CO.STATE OF WASKINGTON Y. County of....._.K11A8........._._....,_._-. _- In compliance with Chapter 39.12 RCW, I, the undersigned, being a duly authorized representative of _..._Fronk_.44.1uccio. ConetroCtlOR.._QR,....._ a.__.ZtZ6_.O&w. .+ lrax:s. ,lirR....B.........5eat.tll.-.Wash......_98118 iCa'deactp or eutwornaetcr) (/adr.ss) do hereby certify that in connection with the performance of work on the public improvement project above described commencing. _........aPD[ox.._..iLtl72._..._....._.__.., 19...__..._, the following rates per hour for each classification of laborers, workmen and mechanics will be paid and no laborer, workman or mecuairic so employed upon such work will be paid less than the prevailing rate of wage or less than the minimum rate of wage as specified in the principal contract. L'LASIRrICArION OF LABOR RATE OF RATE OF HOURLY PAY FRINGE BENEI'I119 Shovel Oper - lg Yd. 1.63-' .91 Backhoe Oper - 60 hp 7.41 .91 Loader Oper - 3 yd. 7.63- .91 Dour Oper - under D9 7.23' .91 Oiler 6.77, .91 Pipelayer 3.40 1.05 Laborer 5.10, 1.05 Trk. Driver - 10 yd. 6.87 1.03 tm - Plber 7.29" 1.54 NOTE. Attach Additional Sheets as Needed. ... r.FAtQS QDLUQCXQ aQnS.TBJCTLQN-_GQ.._L� ......... By�4Zt ma) _.. Subscribed and sworn to before me thig...!kth ...-..day of _.._...1A;<Y �.. -� ....... Notary blie in and for the State of Washington, "siding in Washington. T'he purpose of this statement is to provide evidence of intent to comply evith the prevailing wage requirements of Chapter 39.12 RCW. IT IS A PRELIMINARY FILING ONLY and cannot be construed as application for certification by the Director of Labor and Industries that the prevailing - wage requirements as set forth in RCW 39.12.040 have been satisfied. TO:._ _ (Awarding Age:xY/Owner) THE ABOVE STATEMENT OF INTENT TO PAY PRLVAQFjiaPG WAGES IS DepaisAntrit of-Labor 6 Tridustrjt6o L8 latiotan �t�t � itBEFORE FINAL SETTLEMENT CAN BF MADE in Conn iu it' any tic work prowill be necessary for the contractor, and any subcontractor produce evidence of certification by the Director that prevailing wages including fringe benefits have been paid to each classification of laborers, workmen or mechanics employed on said project. Form S. F. 9843 "Affidavit of Wages Paid". or a similarly constructed form should be submitted for the Directors certification. These forms are available upon request from any office of the Department of Labor and industries. PROGRESS PAYMENTS: Each voucher claim submitted to an owner by a contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the pre-filed statement or statements of intent on file with the Department of Labor and Industries as approved by the Industrial Statistician. COMPLETE AND MAIL ENTIRE SET FOR APPROVAL AND DISTRIBUTION TO: Edith L. Norman, Industrial Statistician, Department of Labor t and Industries, 1601 2nd Avenue, Seattle, Washington 98101 ♦ �1 IBp VL CWYI 0VM1CATFPRaa1r CONTRAACTOR iYCI.I.OW COPY, TLRLIfATI AIVa('ONTgACTON 1GREg9 COPYI eVABaVPLICATX-1NOUST1UAi.STATISTICIAN Frank Coluccio Construction Company, Inc. HW10, WATNMAINS, UTKMU 7776,SEWARD PARK AVENUE SOUTH SEATTLE, WASHINGTON 98118 ., /haw /Arkway 2.5306 May 22, 1972 C1ty of Fenton City Hnll. Ramon, W.iah. Subject: Monster Rohd S.W. Contract Gentlemen: Enclosed is the Statement e£ Intent to ea; Prevailing Gages on the above contract. Sincerely yours, FRANK CDLUCCIO COMMUC TION OD., INC. office NavAger 1P CITY OF RENTOW RE.. MAY 2 31912 ENGINEERING ULYT. I DEPARTMENT OF LABOR AND INDUSTRIES May 23, 1972 Frank Coluccio Conscructiou Co., I= 7778 Seward Park Aveswe South Seattle, Washington 98118 Be: Firm No. 204,169 V Gentlemen: Y We have been notified that you have been awarded a contract on behalf of the City of Fenton, Office of City Clark, City 9a11, Renton, washi&Stoa. Thir contract calls for water main installation on the Monster Rood S. W. at 7th Street S. t . in Renton, Ling County, Contract No. CAG-1960.72. 0 All work under the jurisdiction of the Workmen's Compensation Act on this contract is to be reported by your firm under classification 1-1 wh:cb has the 1972 rates of $.1934 per workman hour for industrial insurem_e and $.0686 per workman hour for medical aid. We are enclosing a supply of our forms for your assistance in securing Iu�:J a release and certification that prevailing wade rates have been paid on this contract. very truly yours, SUPFRv:SA OF INDUSTRIAL INSURANCE 7�,n yi 7t «'s ComCroat Clark lla oocloeere cc: city of Kanto& � V may 21 1972 Sowers Construction Co. 16239 ambau■ Bled. South Seattle, Washington, 981e6 Res Installation 12" U. I. Water Main in Monater Road S.W. at S.W. 7th Street Sstended Oentlemens The R*nton City Council at its regular resting of May 1, 1972 has accepted the low hid of Frank COiucctO Construction Co. , Inc. , on the anoea•-oaptlonad improvement, in amount of 313, 504.05. We thank you for your interest and your bid. Vary truly yours, CITY OF REUTOH Helmis M. Nelson City Clark HWN/m 1 r W 34D k/lyl G/ May ] , 1971 F-rank r_oluoclo Construction Co. , Inc. 7770 Seward Park Avenue South Seattle, Washington, Rolls aentlemea: The Renton City Council at its regular meeting of May 1. 1972 has accepted your low Did on the installation of a lt' D. S. water Main in Monster Road S.W. at the approximate location of S.W. 7th Street extendeA in the smonnt of $13,504.05. The Engineering Department will contact you concerning this contract. very truly yours, ::ITY OF RENTON Heinle V. Mel-son city clerk HMM/m R[NT� L � Sol to ,fF. GINEE�N� 0EPI e FC!* * MUNICIPAL BUILDING. RENTON WASHINGTON 98055 235•2631 W-360-Monster Road S.W. (Water 'lain) PROGRESS ESTIMATE Controc1_tQf.1G6U.72 _ Est,moteNo ..Eival Dote ..,I,jg 7, iy72 54t>et.,Qi �_ LAST ESTIMATE - THIS ESTIMATE Item Descr otion Unit Unit Price Quantity Total Ouallit Totol 1 Furnish and install 12" D.I. w ater pipe __ -.__ - �_F• _9�� -_-_-- -_---�- _-864 $7t116.00 2 Furnish and install 12" gate, valve assemblies_- Ea. 700.00 --_-�- --__-- 2 1 ,400.00 3 Furnish and install fire hy- drant Ea_ 700.00 -_ - 2 1240..00 4 Furnish and install fire hy- drants quard�gjts Ea. 25.00 - ---. 4 100.00 5 Furnish and install 2" blow-off Fa 1C0.00 1 160.00 .assembly ---- - - - - 6 Furnish and install._ 12" [.i. Te __ ate_ 150,0n _ --�_ -_- 1 __ _ 15, .00 7 Furnish and install 12°CAI^Ca Ea�T 40.00 - _. 7 �__4D.D0 8 Furnish and install 12" C.I. l 75.011 Solid Sleeve-_i _ Ea. _ 75.00 - 9 Furnish and install concrete 4 120.00 Mocking-^ Cu. Yd 3n.n0 -- ---- --- -- ln Furnish and install select tree h Ton 3na.50 backfil l on -1_50 - 11 Furnish and install MC cold 11 .6 116.00 mix asphalt ---- - Ton __- 12 Furnish and install crushed 64.5 193.50 rock surfacing_-- Ton 3.00 13 Furnish and install asphalt pavement restoration Sq. Yd. -3rOn --� '- -- 214.4 - 643_2D a Sub To al - - - -, ,- S12r478.20 5" Sat s Tax 623.91 Tot 1 Less 0:. Retaineg - --!_-- _ 1,310.21 Amounil This Estim tt I i I } ti I CiTI ENGINEER'S OFFNIA HEN'r41N, W4SH!NGTO14 { MUNICIPAL BUILDING. RENTON WASMINGION 98055 !.+ W-360-Monster Road S.W. (Water h41n) PROCRESS ESTIMATE Contract GAG11"o._70 E.hmote No Una, Uota A,Ap 7• IQ" QMaot,lwaf-1 _G LAST ESVIWATj _ TN�S�� Meta etcrip�ion Unit Priu Quontif T taI LQ#' 7Mtlf 1 Furnish and install 12" b.I. t r nice I F. 4•J2_ —_— _ 7 :Qo _ ` 2 Furnish and iostail 12'' gate ;At ._— _ Fa. 700.00 2 1 400. 3 Furnish and install fire hy- r % 414 lshlits Ea. 100.00 I 4 Furnish and install fire hy- 1 _ 4 rd s _J Ea. 25.?0 4 100.Vo 5 ' Furnish and install 2" blow-off 6 F isl and ins at ii 12 .I. T Ear _150.90 _ 1 F rni h and install 120 _C.I. Ca Ea. 40.00 T a Furnish and install 12" ,C.I. — elid Sleeve Ea. 75.00 1 9 Furnish and install concrete bIoCkin _ _ Cu. Yd. 3C.00 4 @ Furnish and install select tren h I backf+li Ten 1.5n 203 I fltpnish and install MC cold mix asphalt Ton 10.00 11.6 furnish and install crushed rack surfacing fon 3.00 Furnish and install asphalt —� Itavtttvent restoration 54• Ydd —3.00 —� 214.4 i j Sub To al — --- +— _ Siwa$._ 1 5% Sat Tax ` P _ Totj 1 Less Retaink9l t Naoun This Fstift to a • i 1 SPECIAL, PROVISIONS GENERA.!. PROVISIONS SP-01 DESCRIPTION OF WORK The work to be performed under this contract consists of furaishing certain materials, equipment, tools, labor, and other work or items incidental 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 acccid- ance with plans any apecifl.cations and Standard Speci£icationa, 21'_ o ,ar�ich are made a pars heroof. This improvement is subject to ;:he installation of a 12" Auc;'.il.+ Irc.: water main and related facilities. SP-02 DATE OF BID OPENING Sealed bids will be received by the City of Renton, Washington, bar fili.ul with the City Clerk, City Mall, Penton, Washington, until 2:OO o'clock I.M. Pacific Daylight Time, April 12, 1972, and will opened and publicly read a;oud in the fourtl, floor conference roan. SP-03 TIME OF CO.IPLETION The Ccntr> ;tor is expected to dili,iently prosecute the work to eaap%- tion in a. l parts and requirmnents. _'ho project shall be caapleted within thirty (sO) calendar days excluding day of starting. Provided, however, that the city c'�uncil shall have the right upor, request of the Engineering Department, City of Renton, Washington, t. extend he ti,ie of completion of said work. No extension shall bo valid unless the same be in writ ig and accompanied by the written consent to such extension by the surety on the .,oral of the Contracto Time lost in replacing improper work or material shall act furnish any grounds to the Contractor for claiming an extension of time for the completion of the work, ana shall not release tha Contractor fro.: - damages or liabilities for failure to complete the work within the time required. SP-04 PUBLIC LIABILITY AND PR02ERTY 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 subco,-tractor performing work provided by this contract, and the City. The City shall be nVned as an additional insured on said policy insofar as the work and obliga- tions performed under the contract are concerned. The coverage As SF-Page 1 ti t -idaw" 'INI ME 4ASl.E OF CONTENTS (CONT.) SPECIIL PR(.VISIONS -action Descri =ion Page SP-24 Si.e, detght, „Oad Restrictions for Motor Venicles SP-9 SP-25 Delivery Tickets SP-9 SP-26 Waste Site SP-10 SP-27 Dust and Mud Control SP-10 SP-28 Payment to the Contractor Si -10 SP-29 Liquidated Damages SP-10 SP-30 Awarding of Contract _IP-ll X TASLF. OF CONrETITS SPECIX, PROVISIONS Section Descriotior. SP-01 Description of work SP-1 SP-02 Date of Hid Opening SP-1 SP-03 Time of Completion SP-1 EP-04 Public Lianillty and Iroperty Damage Insurance SP-1 SP-05 von-Collusion Affidavit SP-2 iP-06 Nondiscrimination in Employment SP-2 SP-07 Standard Specifications EP-2 SP-08 Field Changes SP-3 SP-09 Failure to !fleet Specifications SP-3 SP-10 Protection of Public and Private Utilities SP-3 SP-11 Scheduling of work SP-3 SP. 12 Construction Conference SP"4 SP-13 Disputes and Litigation SP-4 SP-14 Wage Schedule SP-5 SP-15 Subcontractors and Suppliers SP-7 SP-16 Change Orders SP-7 SP-17 Surveys SP-7 i SP-18 Overtime Pield Engineering SP-7 SP-19 Hours of work SP-7 S'- 0 Public Convenience and Safety SP'7 SP-21 Construction Signs SP-E :P-22 Removing Traffic and Street Signs SP-0 SP-23 Construction Equipment SP-9 Y TABLE. OF CONTENTS SPECIAL TECM41CAL PROVISIONS Section Description Page TS-01 General Statement 1 TS-02 Standard Specifications 1 TS-03 Existing Utilities 1 TS-04 Clearing and Stripping 2 TS-05 Trench Excavation, Bedding and Backfill 2 TS-16 Fipiuq Materials, Valves, and Fittings 5 TS-07 Pipe installation 7 TS-08 Restoration of Surfaces 8 TS-09 Testing 9 TS-10 Disinfection 13 TS-11 Cleanup 13 TS-12 Measurement_ and Payment 13 - f y:. ,. 11 n. r Y V mot,, T i M:.�.-��..__/K ..t. •......�( '+q' .js. � r R , T w t i 1 " PROJECT SITE N O NN ON '. RROIKSRRR{R. pRRAM _YSN• VKI N 11Y MAP ti ti t9'' GENERAL BID 6 SPECIFICATION TABLE OF CONTENTS Scope Call for Bids Vicinity Map Instructions to Bidders General Table of Contents Special Provisions Table of Contents Technical Provisions Tabhr of Contents Bid Pond Fora Bcrd to City of Renton norm Special Provisions Non-Colluaion Affidavit Form Certification of Nondiscrimination in Employnent Form Minimum Wage Affidavit Form Technical Provisions Standard Detail for General Blocking Standard Detail fo. Prr- , lalve Chamber Standard Detail for 2" Bv,ass Valve Assembly Standard Detail for Hydrant Assembly 6 Hydrant Guard Posts Proposal Form Schedule of Prices Agreement Construction Plans instructions to Bidders (Continued) B. oral explanation except as the City may request further information on particular points. 9. The bidder shall, on request, furnish information to the City as to hi., financial and practical ability to satisfactorily perform the work. 0. Payment for this work will be made in cash warrants. 4 L INSTRUCTIONS TO BIDDERS 1. Sealed bids for F. posal will be received by the City of Renton at the office of the Rentcn City Clerk, Renton City Hall, until 2:00 o'clock P.M., Wednesday April 12, 1972. • At this time the bids will be publicly opened and re :d, after which the bids will be considered and the award made as early as practi- cable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be sulm.itted on tha fo,ms 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 measure- ment of actual quantities and at the unit price bid_ The City reserves the right to add to or eliminate portions of the work as teemed { necessary. 1 3. Plans may be examined and copies obtained at the City Fngineer'e tt Office. T.idders shall satisfy themselves as tc the loc11 conditions by inspection of the site. 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 iter. as desericed in the specifications. Where alternate material is bid, the bidder shall fully describe the material proposed, eit' in the bid proposal or supplementary letter attached to the propo 5. The bid price shall be Stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will iovern. 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 :Is City to do so. 7. A certified check or satisfactory bid bond made payable without reser- vation to the 'TREASURER OF CITY li .ENTON in an amount not less than 55 of the total amount bid shall accompany each bid proposal. Checks will be returned to unsucceesfu. bidders immediately following decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the pork within ten days after receipt . notice of intc,tion to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damaqe for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for , �r .,pry i CALL FOR BIDS Sealed bids will be received until 2:00 o'clock P.M., Wednesday, April 12, 1972, at the office of the City Cierk and publicly - read aloud at 2:nn o'clock P.M., same day, in the fourth floor conference room located at the Renton Municipal Building, 200 Mill Avenue South for the installation of a 12" D.I. WATERMAIN in Monster Road S.W. at the approximate lacation of S.W. 7th St. extended. Plans and specifications may be obtained from the iffice 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 care..fied check or bid bond in the amount of five (5) percent of the total amount of the Lid 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 informalities in bidding. All uuctile iron pipe, fire hydrants, gate valves, fittings and appurtenances w+.1' be furnished by the Contractor. i He Lmie Nelson, City Clerk Date of let Publication: Wednesday, Marca 29, 1972 Date of 2nd Publication: Wednesday, April 5, 1972 Published in the Daily JourYial of Commerce: Friday, March 31, 1972 Friday, April 7, 1972 r �r CITY OF RENTON BID PROPOSAL AND SPECIFICATIONS WATER PROJECT #360, "MONSTER ROAD S.W." 9 i The Furnishing and Installing of a 12" Ductile Iron Water n in Monster Road S.W. at the approximate motion of S.W. 7th St. Extended. Jack E. Wilso:., P.S. Director of Engine�rinq ' � ti April 12, 1972 Vaily Journal of Cotmerce 83 Columbia tot. Seattle, 4iaskington 98104 Ly„R Re; City of Benton - Crll for Bite Installation 12" U.I. watermain Sunset Blvd. O.E. from N.E. 12th to 138th S.F Gentlmen: V � c� ti We are nuunitting herewith City of 1tenton Call fur Bids on ° o the auove-captioned ecuipnent to Ire puol..ahec on Friday, April 21, and iririay April 28, 1972. �n Please furniou affidavit of publication in duplicate. Thank you for ;our courtesies. very truly yours, CITY OF BENTOM Aelr+l. Nelson City Clerk llNn/c, Enclosure cc: anginearin.! Lapt. y April 13, 1972 De{*Ztmant of Tublic Works ' King County 90o Ring County Administration D149. Seattle, WA 99104 Attention: Mr. Larry Gibbons, Hvdraulice Givibion Subject: wotermain Installation Agreement on Monster Road "W- pentlsmen: Enclosed is a copy of the bid tabulation for the installation of the 12' water main in Monster Road. The low bidder on this project was The Frank Coluccio Construction Company at $13.504.05. The bids hsrc: bean checked by the Engineering Uepartmant and are correct. This tabulation will be submitted to the City Council on t:onday, April 17, 1972 for action. The Council will probably esnd it to Committee for its recommendation and could be ready to os award6d by April 24, 1972. By this time, Ring County should have a check in the amount of the low bid ($13,V4.05) autaittsd to the Ctty as per our agreement, eating March 1, 1972. If you have any 9uasticns, Plaaae contact this office. Vary truly yours, Sack S. Wilsw, 1- 2-Director of enginooring Ronald L. Olsen office Engineer RLOipop imlosure 1 l� April 17, 1972 CITY OF RI•NTON uF"TCE OF THE CITY CLERK BID OPENING APRIL 12, 1972 2:00 P.M. Fourtt.. Floor Conference Boom Installation of a 12" D.I. MATEFMAIN in Monster Road S.M. at the approximate location of S.M. 7th Street extended BIDDER BID DEPOSIT BID SA1ES TAX TOTAL BID Frank Coluccio Construction Co., Inc. Bid Bond $12,861.00 6643.05 n73 Seward Park Avenue South Seattle, Wash., 98118 Bowers Construction Co. Bid Band $15,491.20 VTi.% 816,265.76 16239 Ambaum Blvd, South Seattle, Wash., 98148 t MONSTER RD. - NW OF S 7TH -�•��--� W-360+ 3D_LI_Air_ TE•HNIC:.L PRO'JI zUNa TS-01 GENERAL STATEMENT This section, Special Technical Pro.isions, is devoted to features of on-the-site conditions which are peculiar to the facilities to be constructed for W-360. Articles, materials, operations, or methods mentioned herein or ir.,dica- ted on the drawings ab being required for the project shall be provided by the contractor, and he shall provide each item mentioned or indice.- ted (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 in given the words "approved equal" shall be considered a part thereof except where no substitute to 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 Surd establishment of subcontract limits will be solely a .natter of spe^ific agreement between each ;entractor and his subcon- tractors, and shall not he based upon any inclusion, segregation or arrangement in, or of, trese specifications. The contractor and sub- contracsor 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 by two or more subcontracts or work in excess of any one subcontract. TS-02 STANDARD SPECIFICATJONS All work un,ter 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, Amsricau Public Works Associatirm, and in accordance with the require- ments of the City or Renton, except as otherwise amended, modified, or Specified in these Special Technical Provisions. Items of work not speeifi,:ally covered in these Special Technical Provisions shall be performed in accordance with the requirements specified in the A.P.W.A. Standard specifications, and in accordance with the City of Penton re- quirements. 1K-03VXJ9TING UTIjJTIES If, in the prosecution of the work it becomes necessary to interrupt existing surface drainage, sewers, underdrains, conduit, utili,.es, or similar underground Structures, or parts thereof, the contractor shall be responsible for, and shall take all necessary precautions, to pro- tect and provide teml,orary services for same. Thn contractor shall at his own exp. r, a repair all damage to such facilities or structures due to his construction operations, to the satisfaction of the engineer. I TS-Page 1 1 r ,ut�c r=: a"[ 1.3\ it !t t{ TABLE OF CONTENTS U .SPECIAL TECHNICAL PROVIS20lJS 2;ect (if, DesPri PL O Pore %w **�}; TS-01 Generrl Statment M: ' . r TS-02 Standard Specifications TS-03 Existing Utilities � r `a To"-04 Clearing and Stripping s«C A TS-05 Trench Excavation, Bedding and Sackfill TS-06 Piping Materials, Valves, and fittings TF-07 Pipe Installation TS•08 Pestoration of Surfaces TS-Oi Testing TS-10 Disinfection TS-11 cleanup TS-12 Measurement and Payment f, F A 14" lj w- gyY, SPECIAL PROVISIONS CONT. SP-29 LIQUIDATE - ES (COFT plus cost of inspection, supervision, legal expense and court costs incurred beyond said data. 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-30 AWARDING OF COMPACT Awarding of contract will be based on total sum of all schedules of prices. No partial bids will be accepted. SP-Page 11 SPECIAL PROVISIo4S (COMt.l SP- 6 'r)ASTE The Contractor shall confo m to Section. 4.05 of Standard Specifications in -egard to waste sites. The Contractor shall have the responsibility of obtaining his own waste site. All work included in this section snall he considered to be incidental to other items of work and ❑o 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 along the route. Prompt restoration of the route is mandatory. SF 7 OUST ANr, MUD Col1TP0L The Contrsctor shall be responsible for controlling dust and mud within the project limite and on any strect which is utilized by his equipment for the durati.m of the project. The Contractor shall be prepared to use watering trucks, power sweepers and other pieces o. equipment sa deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control shall be considered an 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 tranamitted to the Contractor and prompt action in ecrrecting will be required. written notice of correction of complaint items will be called for should repetitive complaints be received by the City. SP-2, PAYMEW To THE COTRACfOP. Payments to be made to the Contractor will be made in the manner out- lined in Section 9 of the Standard Specification. Payments shall be made In Cash warrants. Partial payments of estimates may be withheld until work progress schedules as described in Section SP•11 of these special provisions has been received and approved. SP-29 L24uIDATEf DAMAGES Liquidated damages for failure to execute the c<mtrsct 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 SP-Page 10 SPECJAL PROVISIONS (CONT.) SP-26 WASTE SITE The Contractor shall co:iform to Section 4.06 of Standard Specificatiuns in regard to waste si. es. The Contractor shall have the responsibility of obtaining his own waste Site. All work includ^'. in this section shall be considered to be incidental to other items of work and no further compensation will be made. The route taken to the waste site shall be maintained solely by the Contractor in a manner as described below: The Contractor shall be nrepared to use water trucks, power weepers, and related equipment as ceesed necessary by the City Engineer to alleviate the problem, of lost spoils along the route. Prompt restoration of the route is mandatory. SP-27 DUST AND 14UD CONTROL The Contractor Shall be responsib.6 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 r-oi,tractor Shall be prepared to use watering tru�Rs, 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. Complaintr, 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-28 PAyMNT 11O THE CONTRACTOR Payments to be made to the Contractor will be made in the manner out- lined in Section 9 of tt,a Standard Specifications. Payments shall be made in Cash warrants.. Partial payments of estimates may be withheld until work progress schedules as described in Section SP-11 of these special provisions .us been received mid approved. SP-29 LIQUIDATED D'J4AGE3 Liquiiated damages for failure to execute the contract as specified and in accordance with Section 8.08 of the Standard Specifications will be assessed as follower One Hundred Dollars ($100.00) per calendar day SP-Page 10 Sfl:^— IAL PRpvxgoNs (CONE,) SP-22 RPIq 11NG TRAFFIC AND STREET SIGNS (CONT L or street sign, the Contractor shall notify the City Engineer, City Hall City o Renton, Washington, fcr all cha]ules made. When the work has been completf ed, and prior to said area being open to traffic, the Contractor shall notify the City Engineer, City Nall, City of Renton, Washington, and obtain his approve, of signing. SP-23 CONSTRUCTION EnnIpMEN, Drivers of motor vehicles used in connection with the construction or repair work shall obey traffic rules posted for such location in the same manner and under the same restrictions as provided for the drivers Of private vehicles. SP-24 SIZE, WEIGHT, LOAD RE.SiRICTIONS FOP. MOTOR VE iCiYB All motor vehicles of :he Contractor, Subcontractors, and suppliers shall strictly adhere to Ch. 46.44 of the Motor Vehicle law , of the State of Washington (1967 Edition and Amendments thereof) in regard to size, weight, and loads of motor vehicles. Payment will not be made for any material that is delivered in excess of the legal weight for which the vehicle is licensed. Any gross vloluticn of these regulations shall be reported to the affected 'Aw enfoxa ment agent. The contractor is to furnish to the City Engineer a listing of all haul vehicles used on this project, listing the vehicle number, license number, tare weight and licensed load limits. rPZ2Ld DELIVERY TICKETS All delivery tickets that are required for the puri..ose of calculating quantities for payment must be received by the Engineer at the time of delivery. No Payment will be made on tickets turneo in after date of delivery of material. Payment will not be made for delivery tickets which do not show type of material, gross woight, tare weight, truck number, late, and inspector's initials. Scale certification shall be submitted as early in the project as possi- ble. Each weighing station shall maintain A record r,f the trucks weighed, data and time, tare and grors woight A-id type of material. In isolsted cases where scale weight is not available, the inspector shall mesaur, the truck volume and certify as to its full load delivery. sp`Paga '3 s A SPF.CIAI. PROVISIONS {CONY ) SP-20 PUBLIC CONVENIENCE AND iAFZTy {CONY.) 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 and from the area. Attention is directed to applicable portions of Section 7.15 of the shall apply: Standard Specitiaations. In addition the following special provisions A. Traffic and pedes rian access will be maintained as directed by the Engineer. i. One lane each way to be available , days a week between the hours of 5:00 P.M. and 8:00 A.M. 2. One way traffic (one lane) may be permitted between the hours of 8a00 A.M. to 5:00 P.M. Monday through Friday proviled that a minimimi of two flAgmen be deed. 3. Under no circ:mstances may the road by closed in bath directions for any extended period. S. Local police and fire departments shall be notified, in writing, prior to construction. Access and egress to local residents shall be maintained at all times, with special attention given to business properties. All costs involved in the above shall be considered incidental to other costs of work involved and no further compensation will be made. SP-21 CONSTRUCTIOti SIGNS The Contractor shall furnish and install construction signs which con- form to current City of Renton Sign No. T-38 "CAUTION, CONSTXJCTION AHEAD," 24"x24" diamond, black lettering on yellow background. One (1) sign of the type mentioned above will be Posted at each street entering onto the project site. All construction and detour signing shall conform to Part V "Traffic Controls for Highway Construction and Maintenance Operatione" of the Manual of Uniform Traff Control Davices. SP-22 REMOVING TPAYFIC 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 SP-Page 8 SPECIAL PROVISIONS (comr.) SP-15 SUBCONTRACTORS AND SUPPISERS A list of subcontractors and suppliers that will bs involved with this project shall be given to the Engineer for his review and approval immediately after the contract has been awarded. This list must be received by tj.r Fngineer before the contracts may be signed. SP-14 CfC.NGE OFDEAS ' All additional work that requires cempensation t, the Contractor for items that prices are not included in the contract shall require a written change irder before work may be done. The Contractor shall oe responsible for acquiring the necessary change orders that are required by any of his subcontractors. FP-17 SURVEYS Section 5.06 of the Standard SPOcifications shall be mended 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-18 O"VERTIME FIELD ENCINEERIt�i., When the Contractor performs construction work over the accepted 8 hours per day or 40 hours per week, or on any City holiday, an,: the work re- quires inspection, then the Contractor shall reimberee the City at the rate of $12.00 per hour. The City shall have thn sole authority in determining the necessity of haviL,q the overtime inspection, and shall notify tha Contractor of intent and said costa will be deducted from monies due the Contractor on each mo;,,_hly estimate. SP-29 110URS OF WOFT The workinq hours for this project will be limited to week days during the period from 8;00 A.N, to 5100 P.N., unless otherwise approved by the City. AP-20 POBLI,O C0 MNIMjgP "-TD SAFETY The Contractor shall, at his own expanra, provide flagman, shall furnish All signs, b46rricadee, 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 fall to maintain sufficient lights and barricades in the opinion of the Eaqinaer, the City shall have the right to provide these lights and barricades and deduct such costs ifOm payments due the Contractor. v-Fagc 7 f SPECIAL PROVISIONS (COW.) S?_14 WAGE SCHEDULE (CONT.) representatives, the matter shall be referred for arbitration to the Direct r of the Department of Labor and Industries of the State, and his decisions therein shall be final and conclusive a. inding on all parties involved in the dispute as provided for by R.C..i. 39.12.060 as amended. Me Contractor, on or before the date of commencement of work, shall file a statamont under oath with the Owner and with the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of laborers, workman. or mechanics employed upon the work by the Contractor or subcontractor which shall be not less than the prevailiny rate of wage. such statement and any supple- mental statements which may be necessary shall be filed in accordance with the practices and procedures by the Department of Labor and Industries. Prior to commencing work, each Contractor and each and every subcon- tractor shall file a sworn Statement of Intent (SF 9882) with the - Owner and with the Department of Labor and Industries as to the prevailing wage rats, including fringe benefits, for each job classification to be utilized. The wage rates thus filed will he chocked against the prevailing wage rates as de -mined by the Indus- trial statistician of the Department of Labor and Industries. If the wage rates are correct, the Industrial Statistician will ismue an acknowledgment of approval to the Contractor and/or Subcontractor with a copy to the awarding agency (owner) . If any incorrect wage rates are included, the Contractor and/or subcontractor will be notified �f the correct rates by the Industrial Statistician and approval will be withheld until a correct statement is received. Each voucher claim submitted by a Contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the profiled Statement or Statements of Intent on file with the Department of Labor and Industries as approved by t)ie Industrial Statistician. Affidavits of Wages Paid (SP 9943) are to be filed with the State Treasurer, or the Treasurer of the county or municipal corporation or other officer or person charged wit!, the custody and disbursement of the state or cnrporate funds as the case may be and two (2) copies of each affidavit are to be filed with the Director of the Department of Iabor and Industries, Attention: Industrial Relations Division, 16C1 Second Avenue, Seattle. Whenever practicable, affidavits pertain- ing to a particular contrac* should be submitted as a package. SP-Page 6 SPE('IAL PPOVZSIONS (CO1:T ) b?-i3 DISfl.TE3 ANU LITIGATION (COt7T ) of the several kinds of work embraced in these improvements. He shall decide all questions relative to the execution of the work and the interpretation of the Plans and Specifications. 2n the event the Contrsbtor 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 damahe or damages. In the event an Agreaaent cannot then be reached within three (3) days the City and the Contractor sill each appoint an arbitrator and the two shall select a third. The decision of the majority of thw 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 botme equally by tha City and the Contractor unless it is the majority opinion that the Contractor's filing of the Protest is capricious and without reas-,noble 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 designate nn agent, upon whom Process may be served, before commencing work under this contract. SP-14 WAGE SCHEDULE The Prevailing rate of wages to be paid to all workmen, 1.-borers or mechanics employed in the performance of any Part of this contract shall be in accordance with the provisions of Chapter 39.12 %;W, as amended. The roles and regulations of the Oepartmant of Labor and I1,dustriem 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 payino, the prevailing wages, it is imperative that Ili Contraators familiarize thmssehves with the current wage rate oefore submitting bids based on theme specifications. In case any dirputo arias. s,, to what are the prevailing rates of wages for work of A similar nature and such dispute cannot ba Adjus- ted by the parties in interest, including labor and management , z: 5 P-F•iya 5 ,Aj .r �L semen. PROVISIONS (CONT.) SP-11 SJHEDUIS:7G OF WORK (C(MTJ Promptly after the award of the contract, the Contractor shall submit for approval to the Engineer a progress achedule. From this informa- tion a progress schedule diagram will be computed, plotted and a copy returned to the Contractor. Payment to the Contractor on any estimate may be withheld until such a schedule has been submitted and approved. Should it become evident at any time during construction that opera- tions will or may fall behind the schedule of this first program, the Contractor shall, upon request, -comptly submit revised schedules in the some form as specified her,.. r setting out operations, methods, and equipment added labor forces or working shifts, n_,jht work, etc., Ly which time lost will be made up, and confer with the Engineer until an approved moc ifrcation of the criyin*1 schedule has been secured. Further, if at any time any portion of the accepted schedule is found to conflict with th contract provisions, it shall, ,.pon request, be revised by the Contractor and the work Phall be perf(,rmed in compliance with the contract provisions. Payments cf any further estimates to the Contractor after such request in 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 ';hereof, it hereby made an obligation of the con- tract. SP-12 COt.sm)cTioN CONFERENCE Prior to the start of construction the Engineer will call for a ore-construction conference. The Contractor and his subcontractors shall attend the pre-construction conference, the time, place and date to be lotera,ined after awardance of the contract. Subsequently a representative of the Contractor will Atteno a weekly conference with the Owner's representative to review progress and discuss any problems that may be incurred. S_ P-13 DISPU .0 AND 14TT,IG TION Any questions arising between '-ie Inspector and the contractor or his Superintendent or Foreman as co the meaninn and intent of any part of the plans and specifications shall be immediately brought to the Atten- tion of the Engineer and will he adjusted by him. Failure on the cart of the City Engineer or his representative to discover and condemn or reject bad or inferior work or 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 SP-Page 4 ♦ 1 SPECIAL PROJISICNS SP-07 STANDARD SPECIFICATIONS (CONT.) except se amended or superseded by these :special Provisions. A copy of these Standard Specifications is on file in the office of the City Engineer, City Hall, Renton, Washington, where they may be examined and consulted by any 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 Penton, or his duly authorized assistant or assistants. SP-08 FIELD C'LANGES Any alterations or variances frue 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 representatives acting specifically upon his instructions. In the event of disagreement of the necessity of such changes, the Engineer's decision shall be final. SD-09 FAILURE TO MEET SPECIFICATIONS In the event that any material or workmanship does not meet the require- ments or specification.,, the City may have the option to accept much material or workmanship if the City Engineer deems such acceptance to be in the best i.,teramt of the City, provided, the City may negotiate payment of a lower unit price for said material or worknanship. SP-10 PROTECTION OF HJnJC AND PRIVATE UTILITIP.S 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 beat available information withm,t uncovering and measuring. The Owner does not guarantee the size and location of existing facilities. It shall he the Contractor's responsibility to contact the GAS COMPAt, TEIEPHONE COMPANY, POWER COMPAN', and the RENTON WATER DEPAPTIC" for exact locations of their respective utilities. SP-11 SCHEDULING OF WOLCC Section 8.01 of the Standard specifications shall be deleted and the following inserted: SP-Page 3 ^ .. i r SPECVPL PROVISIONS_(CWT_f SP-04 PUBLIC LIABIISTY AND PROPERTY DAMAGE INSURANCE (CONT.) provided shall protect against claims for persona'_ injuries, includi.r.0 accidental death, as dell as claims for property damages which may arise from any act or cc:esion of the Contractor, or the culecontractor, or by anyone directly or indirectly employed by either of them. The minimum policy limitr, ov such insurance shall be an folloaas Eodily injury liability coverage with limits of not Isar than $10 ,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 each aocidentt arid 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 taro endorsement naming the city as an additional insured, shall be provided to tho City within a reasonable time after receiving notice of x.;ard of contract. PRDOF OF CARRIAGE OF INSURANCE The Contractor shall furnish the cite "'tb rinti:;f:.erory prooi of , carriage of the insurance required. SP-05 NON-COLIJISION AFiZDAVIT The Contractor shall be required to uXecuto a Non-Collusion Affidavit to satisfy the City that the bid offered i.; gonuine, is not sham or collusive, and in no respect or degreo is made in the interest cr on behalf of any person, firm, or corporation not named in the proposal containing such a bid. SP-06 NO`JDISCRIMINATION IN FMPLOYMEWii' Contracts ror work under this pruponal will obligate the Contractors and subcontractor:; not to d"crimina*e in employment practices. SP-07 STANDARD E.PECIFICMf NS The Special Provision:: hereinafter contained shall supersede any pro- visionn of the Standard Specifications in conflict therewith. The Stande_d Specifications for Municipal Public Works Construction proparet ' ; the Washington State Chapter of the American Public Works Associatirm, 1969 Edition, shall be hereinafter referred to as the "Standara .,pecificAtions" 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 Sf-rage z r . MENNEN SPECIAL TECHNICAL PROVISIONS (CONY.) TS-12 MEASUREMENT AND PAYWIT (CONY.) C. Gate Valves (Cont.) all other necessary accessorie: for a ccmplet. installation. . d. Fire Hydrant Fire hydrants assemblies shall be measured and paid for at the applica- ble unit price per each, in place, complete, which shall constitute full compensation for tee, valve, valve box, spool, fire hydrant, shackling, installation of blocking, brac4iq drains, fittings, and all other necessary accessories for a complete installation. e. Fire Hydrant Cuard Posts k[� 7 Fire hydrant guard posts shall be measured and paid for at the Appli- cable unit price per each, in place complete, which shall constitute full compensation for a complete installation. + r+M ' Y f. Fittings Fittings shall be measured and t t "ng paid for at the applicable wit price per each, in place complf -e, which shall constitute full compensation .` - for fitting, shackling where necessary, installation of block, and all other necessary accessories for a complete installation. g. 2" Blow-off A--IgmLly Blow-off assemblies shall be paid for at the applicable unit price per ' each, in place complete, which shall constitute full compensation for - pl-g or cap tapped 2", 2" galy. iron pipe, 2" rate valve, valve box, ' 2" galy. 40o bend with 4" drain hole, 2" x 2V adapter (iPTX Hose) with cap and chain, and meter box, and all other necessary accessories for a complete installation. h. C.mcrete Blocking concrete blocking shall be measured and paid for at the applica , con- tract price, fair cubic yard, payment of which shall constitute full compensation for furnishing the material in plact, complete. i. Select Trench Back£ill - Select backfill shall be measured and paid for at the applicable con- tract price, per ton, paymer:t of ,which shall constitute full compensa- tion for Furnishing and installing the material, in place, complete. Tl-Page 14 SPECIAI. TECiRUCAI. MWISIONS (CCJNTD. TS-10 DISINFECTION Disinfection of the naw v,ater system shall he required prior to com- pletion of the project and shall be in accordance with AWWA specification CGO1-54 and Section 74 of the A.P.W.A. Standard Specifi- cations and shall meet the acceptance of the State of Washington Department of Health. The initial concentration of cholorine is the line stall be 50 parts per million and this solution shall be held :or a period of 24 hours. Disinfection of the entire water system installed rr disturbed eider this contract, including pipe, pipe fitti-gs, valves and appLrtenances, is renuired to conform with the specificati�n stated herein. TS-11 ClEAKUP 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, etc., shall be removed as soon as practicable. should the work not be main- tuin^d in a satisfactory condition, the engineer may cause the work to stop until the "clean-up" portion of the work has been done t, the satisfaction of the miner and/or engineer. TS-12 NEASUPENENT AND FAW ENT a. General Unit or limp sum bid prices for all items shall include all costs for labor, equipwr•nt, material, testing, relocation and modifications to existing uti_ities, and all incidentals necessary to make the installa- tion complete and operable. - b. Water pipe The price per linear foot for furnishing ant, installing of water pipe, size and quantity listed in the bid schedule, shall constitute full compensation for the water line, in place, complete. including: clearing, grubbing, stripping, all pavement removal, excavation, trench- ing, back ill, foundation preparation, compaction, pipe, pipe laying and jointing; pipe blocking and bracing, sheeting, shoring, and •gewater- ing; fittings; removal of existing piping; connections to existing piping: all surface restoration, excluding crushed rock resurfacing, concrete and asphaltic concrete resurfacing. c. Gate Valves 12" gate valve assemblies shall be measured and paid for at the appli- cable unit price per each, in place, complete, which shall constitute full compensation for valve, bypass valve, concrete vault; and TS-Page 13 SPECIAL TECHNICAL PROVISIONS (COM.) TS-DA RL"5TORATION Of SURFACES (_OhT. f. Crushed Hock Surfacing (cont.) and mixed to obtain oven distribution of the ro<^k. Alternate blading and rolling shall continue until the required finish suitace and density is obtained. The crushed rock shall be compacted to at least 10G percent naximur dry density at optimum moisture content. Water shall be added as necessary during hlacing and rolling operations to obtain the required compaction. n. Temporary MC C21d Mix Asphalt MC Cold prmiixed asphaltic concrete shall be required in sane areas for temporary patching on this project, where deemed necessary by the Engi- neer. TS-09 :SSTINC, a. General Hydrostatic ,,ressure and leakage tests on the cow pipeline shall be made in accordance with applicable pro7isiors of AWWA C600-54T or C603-64T and Section 74 of the A.P.W.A. Standard Specifications, ex- cept as modified herein. All egipment necessary to make the tests shall be furnished by the contractor and the contractor shall conduct all tests under the super- vision of t,ie engineer. b. Pressure Test Prior to acceptance of the system, the installation shall he subjected to a hydrostatic pressure test of 250 psi, and any leaks or imperfec- tions developing under said pressure shall be remedied by tle contractor before final acceptance of tile. system. The contractor shall provide all necessary equipment and shall perform all work connected with the tests and conduct said tests in the presence of a Utilities Department Inspector. Insofar as practical, tests shall. be made with pipe joints, fittings and valves exposed for inspection. c. Leekaye Testr Leakage tests shall be male after the pressure test has been satisfac- torily completed on the new pipeline or concurr=ntly with the pressure test. The h/drostatic pressure for the leakage test shall be equal to 100 psi. TS-Page 12 SPECIAL TECFLNICAL PROVISIOIS (CONT.) ^_5-08 RESTORATION OF SVRFACES (CONT.) e. Asphaltic Con rete Surfacing (coat.) 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 mois- ture contect as determined by Standard Proctor compaction test, A&TM Designation D598, 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 obtain 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 Section 34, A.P.W.A. Standard Specifications, Class B. Asphalt 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 resurfaces with crashed rock so that a rainimum finished thicknuss 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 herein. Ballast and maintenance rock will not be required. Crusted 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: D.S. Standard Sieve Size 8 by Wt. Passing 1-Y' square opening 100s 1" square opening 70-95% 4" square opening 35-70% #200 10% max. Water shall be added during rolling operations as necessary to secure rer(nired compaction. The crushed rock may be spread in one layer and shall be adequately bladed TS-Page 11 bPECIAL TECHN4CA PROVISIONS (CONY. TSTS=07, PIPE INSTALLATION (CON'T.)_ i. Concrete Plockina (tong) Penton dtaridard Detail for general blocking is bo.. in these specifi- cations. TS-OR RESTORATION OF SURFACES a. General koads, a-reets, driveways, shoulders and all other surfaced areas, ranoved, broken, caved, settled or otherwise dacaged die to installation of the improvements covered by chi:. contract shall be repaired am resur- faced to :hatch the existing pavement or landscaper area as set forth in these specifications. The ends .,r7 edges of the patched and resurfaced areas shall meet and match the existing surface and grade, and snall terminate, in neat, even lines parallel to, and at right angles to the roadvay. Nn piece- meal patching or repair will be. allowed. Damaged, disturbed or other- wise affected areas as defined shall have edges of sxistirg pavement ,:rimmed back to provide clean, solid vertical faces, free from loose material. b. Areas to be Resurfaced (1) Existing aaphalti.c concrete surfaces shall be _patched with asphaltic concrete over a crushed rock base coarse. (2) Existing shoulders and existing gravel surfaces shall be repaired with crushed rock surfacing. c. Private Dri.vewa-s Private drivcw;ays, walks, and other surfaced areas shall be repaired, patched and resurfaced as required f r the type of surfacing encoun- tered. d. Maximum Patching Width The maximim 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 Surfaeina The finished patch shall provide a minimum thickness of 2 inches of asphaltic concrete ov^r 4 inches of crushed rock base course. TS-Page 10 SPECIAL TECHNICAL PRD'✓LSIONS (CONT.) TV-r,7 PIPE INMLIATION�CONT.), .. Valves and Valve Chambers (cont. 6" and 8" Gate Val:ee shall include an 8" x. 24" cast iron gate valve box and extensions if rea,..ired by the City Engineer, The 12" gate valve assembly shall include: 12" Gate Valve (MJ x MJ) , 2" Bypass Valve Assembly, and a precast concrete vault. The City of Renton Standard Oetail for "Precast 12" Gate Valve Chamber" and 2" by- pass assembly are bound in these specifications. Valve chambera shall be in accordance with Scct' n 76 of the A.P.W.A. Standard Specifications except as modified by details bound in these specifications. All valve : shall have concrete valve markers with distances clearly marked as required by the Engireer. g. Fire Hydrant Assmoblies Fire Hydrant AFsenbly installation shall be in acc;xdance with Section 77 of the A.P.W.A. Standard .^.pecifi.cations. The Fire Hydrant Assembly shall incluc ,: 22" x 6" C.I. T-. (MJ x FL), 6" Gott Val'we (Fl. x MJ), 6" C.I. Pipe ocol (PE xPE), 5" MVO Fire Hydrant (MJ Coreection), 8" x 24" C.I. Sate valve Lox, and 3/4" S:tackle Rod with acceee-oriel, and hydrant extension where called for by Engl.- 'leer. Fire hydrant . uard post shall be installed where deemed necessary by the City Engi.n,er, aeai/or shown on the construction plans. The City of Fenton :standard Detail fo- hydrant assembly r11 hydrant guard posts is bound in these specifications. i,. 2" 619L+-off Assemblies Water main blow of assemblies shall be constructed as shown on City of Renton "Standaru Detail for 2" 9iow Off Assembly" as bound in these specifications. Galvanized steel pipe and fittings shal.. conform to the requirements in Section 72, of the APWA Specifications, The Gata Valve and C.I. Plug shall conform to the epi.licable specifications bound in this document i. Concrete Bl.xkin�j General concrete thrust blockinu s)wll be iri acenrnanca with Provision N2.14 of Section 74, A.P.W.A. Standard Specifications. The City of TS-Page 9 SPECIAL TECHNICAL PROVISIONS (CGNT_-1 TS-07 PIPE MTALIATION (CONT.) c. Lends and Curves Deflection from straight line a .r'. grade, as required by vertical curves, horizontal curves and offsets shall tot ex^eed the maximum deflection per joint as recummended by the lips manufacturer. If the alignment requires deflection in excess of the maximum recommended, special bends or a sufficient number of shorter lengths of pipe shall be used to pro- vide anqular deflecrions within the limits set forth. d. Special Anchorage All free ends, bends, tees, laterals and any change in direction of pipinc., shall be adequately braced and bloa:ked to prevent movement from thrust by use of concrete thrust blocks, tie rods and joint harnesses. Con^rate thrust blocks must be. poured against undis'rubed ground. Thrust blocks shall be provided at all changes in direction of piping. In addition, all joints at bends or changes in direction, to a point at least t!a^e joints oeyond the tangent point on either side of the bend, shall be p ovided with a positive locking device to prevent separation of the je nt under full test pressure. The locking may be accomplished by use of t°.e rods and joint harness, subject to t.xe prror approval of the engineer. After the pipe has to joined, aligned and l:ermanently bedded, the joints shall be draeni ui a+sure pnzmannnt water-tightness but not so tight as to prevent flexibility to allow for some movement caesed by vihrata.onz, expansion and contraction. e. Connection to Existing. Pine and Strupturea Connections to oxisting piping are indicated on the drawings. The con- tractor must verify all existing piping•,, dimensions and elevations to assure proper fit. The contractor must also provide any adapters, nipples or other specials required to make a satisfactory conne,:tion. The rity of Renton Utili- ties Departwent shall mace connection to existing mains at contractor's expense. The -ontractoz shall be responsible for the protection of all existing piping and appurtenances during construction, Arid shall take care not to damage them or their protective coatings or impair the operation of the a..'_^�inq system in any wa;. f. valves And Va Ive CtuMnLbers Valve installation shall he in accordance with Section 75 of the A.P.w.A. Etandard Specifications except as modified herein. TS-Page R � 4 w SPECIAL TECHNICAL PROVISIONS (C'ONT.Z TS-06 PIPING MATERIAIS, VALVES, AND IITTI NGS (CONT.) e. Fire Hydrants (Traditional Style) ;cunt.) Fire hydrants shall be of Traf.ic Type and provisivr shall be made for - drairage of barrel to protect units from freezing. Fire hydrants shall be such length as to be suitable f,,r installation with connections to piping in trenches 3'6" deep unless otherwise specified. Fire hydrants shall be IOWA or approved equal. Approval must be obtained prior to bid opening. I. Pipe Fittings Cast iron pipe fittings 4" thru 12" shall be "lass 250, as per ASA Specification A21.10-i964 (AWWA C110-64). Joints for fittings shall be Mechanical Joint as per ASA Specification A21.11-1964 (AWWA C111-64) . The above shall bold true unless called out otherwise on the plans or in the Bid Proposal. TS-07 PIPE INSTALLATION a. General Pipe installation shall be in accordance %ith Section 74 of the A.P.W.A. Standard Specifications, except as modified herein. Ali buried pipe shall be laid upon prepared foundation or bedding material so that the bottom quadrant is uniformly supported throughout its entire length, as specified in Section TRENCH EXCAVATION, BEDDING AND EACKFILL. The average depth cf cover for the water main shall be 406" feet, and the trench width shall be no greater than 36" except at valve chamber locations. b. Laying and Jointing Duttile iron pipe and accessories shall be handled in such a manner as to assure delivery to the trench in sound undamaged condition. Particu- lar care shall be taken not to injure the pipe lining and coating. Cutting of pipe shall be done in a neat, workmanlike manner with an approved type mechanical cutter withovt damage to the pipe. Jointing shall be accomplished in accordance with manufacturer's recom- mendations. TS-Page 7 SPECIAL TECtA7ICAL PROVCSIONS (CONT.) TS-06 PIPING' MATERIALS, VALVES, AND t'ITTINGS (CONT.) b. Ductile Iron Pine (ront.) The pipe joints shall conform to ASA specification A21.11-1964 (AWWA C111-4). Pipe joints shall be rubber gasketed Push-On and/or Mechanical as required by the bid proposal description. Pipe thickness class shall be as required by the bid proposal descrip- tion. c. Cast Iron Pipe Cast iron pipe 4" thru 32" si.n11 conform to ASA Specification A21.6-1970 (AWWA C106-70) and/or A21.8-1970 (AWAA C108-1970) and shall be thickness Class 22 designed to ASA Specification A21.1 method of design wing a modulus of rupture of 45,000 PSI and a tensile strength of 21,000 PSI. The cast iron pipe shall be designed for a working pressure 0 thru 300 PSI for laying condition ? and 5 feet of cover. All cast iron pipe Shall be cement lined and sealed in accordance with ASA Specification A21.4-1964 (AWWA C104-64), 4" thru 22" pipe shall be 1/16" cement lined. _ The pipe joints hAall conform to ASA Specification A21.1.1-1964 (AWWA , C111-64) . Pipe joints shall be Push-On and/or Mechanical as required by the Hid Proposal description. d. Gate Valves Gate valves shall be raft iron body, non-rising stem, full bronze mounted with double disc gates. All valves shall be designed for a minimum water operating ;,ressure of two hur.3red (20n) pounds per square inch and shall conform to AWWA Specification C-500-61 and any subsequent modification , thereof. Fach valve shall be "0" rirn, type, provided with a standard square ,.peratinq nut, and shall open by turning counter clockwise (left). The valves shall be IOWA List 11, or Mueller A-2380, or approved equal. Approval must be obtained prior to bid opening. e. Fire Hydrants (Traditional Style) Fire Hydrants shall be Corey Type (opening with the pressure) confosmine to AWWA C-502-64 with a 6" inlet and a minimum M.V.O. of 5", Two 2 1/2" 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, 60OV. threads, O.D. thread-4.875 and root diameter-4.6263, 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. -TS-Paye 6 1 SPECIK TECUNICAL PROVISSIONS (COtIT ) TS-05 TRENCH EXCAVATION, BEDDING AND f_A47 LL iCONT.) e. Select Trench Hack fill (cont.) Engineer. Select trench backfill shall meet requirements for bank run gravel Clas3 "B" as outlined in Section 26-2.01 of the standard Specifi- cations. 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 atove 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 canpensatica of selecting the source, furnishing and placing the material as outlined in Section 26-2.01 of the Standard Specifications. T_-06 PIPIN(' MATERIALS, VALVES, AND FITTING• a. General - All pipe sizes as shown o,i the drawings, and as specified herein, ere 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 drawings. One type of pipe shall be used throughout the entire project except as necessary to match existing piping. Where relocation of or replacement of existinq piping is necessary during construction, mater- ials used shall match the existing, subject to the approval of the engineer. All pipe, valves, fittings And specials shall be for a minimum water working 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. Ductile Iron Pine Ductile Iron Pipe shall conform to ASA Specification A21.51-1965 (AWN. C151-65) Grade 60-42-10. Ductile Iron Pipe Shall be cement lined and scaled in accordance with ASA Specification A21.4-1954 (AWWA C104-64), 4" thru 12" pile shall be 1/16" cement lined. TS-Page 5 SPECIAL. TECHNICAL PROVISIONS _ LUIr. TS-05 TRENCH FXCLVATION, BEDDING AND BACKFILL (CONT.) d. Trench Backfill and Commotion (cont.) (2) Initial Backfill (cent.) Initial backfill shall be placed around the pike L.n layers not exceeding eight inches in depth, and each layer shall be thoroughly compacted by mechanical tampers to at least 95 per cent of maximum dzy density at optimum moisture content as determined by Standard Proctor Compaction Test, ASTM Designation. D698-58T, Method D. (3) Subsequent Backfill shall be the remainder of the trench backfill, above the initial backfill, and shall be carzied to elevations such as to receive the proper depth of surfaginc materials, as appli- cable. Improved Areas: All subsequent backfill under street and shoulder areas shall be placed in lifts not exceeding 8 inches in loose depth, any each lift compacted to at least 95 percent of maximum dry density at optimum moisture content as determined by ASTM Designation D698-58T, Method D. In-place density determination shall be made in accordance with AS-M Designation D1556-58T, except as otherwise appro- ved by the engineer. Unimproved Arcas shall be all areas in the natural state or otherwise undeveloped, where slight subsequent settlement of the back- fill can be tolerated. and shall include wooded and turfed areas, pas- ture land, and all other areas in a wooded oz undeveloped state not adjacent to existing structures. Whereever 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) Payment: No separate or extra payment of any kind will be made for comcaction, wetting, drying, water, or processing of mater- ials, but shall be included in the applicable unit price paid for the waterline in place, complete. C. Select Trench Backfill Select trench backfill for the pipe shall consist of crushed or naturally occurring granular mat rial from sources selected by the Contractor. The source and quality of the material shall be subject to approval by the TS-Page 4 1 ► a'rt?4;1 My 1 ✓5� SPECIAI. TECHNICAL PROVISIONS (CONT.) TS-OS TRENCH EiCCAVATION, BEDDING ANL BACRFILL (CONY.) 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 material which isused 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 materials, in an approved manner end condition, at his own expense. The. engineer shall have complete ^ontrol over the excavating, moving, placing, and disposition of all material, and shall determine the suitability of material to be used as backfill. All unsuitable mater- ial shall be wasted as specified. Excavation of every description, classification and of whatever sub- stances encountered within the limits of the project shall be performed ` '• to the lines and grades necessary for pipe, bedding and structures, and as indicated indicated on the drawings. Temporary drains and drainage ditches shall be installed to intercept or direct surface water which may affect - tbe promotion or condition of the work. All excavated materials not meeting the requirements for backfill and all excess materials shall be wasted as specified. No separate not extra payment of any kind will be made for storing, handling, hauling or manipulation of excavated materials. �, .• c. Foundation Preparation ar�d Beddino Foundation preparation shall be in accordance with the applicable provi- sions of Section 73, A.P.W.A. Standard Specifications, except that the bottom of the trench must be shaped to uniformly support the bottom quadrant of the pipe throughout its entire length. In case unstable Pr unsuitable existing material is encountered at the " trench bottan, the engineer may direct the us- of borrow bedding •; r material in accordance with Section 73-2.05 c? the A.P.W.A. Standard Specifications. Wet trench conditions will not be considered as un- stable conditions. Bedding material shall be as required for Bandc Rung " Gravel Borrow. d. T'-ench Backfill and Compaction (1) General: Excavated materials that are free from mud, muc,., organic matter, broken bituminous surfacing, stones larger than B i-,ehes in dimension, and other debris, ohall be used for barkfill except where otherwise required. (2) Initial P,ackfill extending tc a plane At least 12 inches along " the crown of the pipe shall be hand-placed, selected excavated material free from stones, hard lumps or other material harmful to the pipe. : . TS-Page 3 i h ti SFECIAL TECHNICAL PROVISIONS„ (COkTT.) t TS-04 CLEARING AND STRIPPING a. Gg era i; Whenever the construction crosses grassed, turfed, sodded or landscaped EE 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 stall be salvaged or re- 1 placed. It shall be the contractor's responsibility to contact each owner so a:fected, prior to commencer- nt of construction operations affecting that owner, and make arrangements for the satisfactory protection and i t„ �dlr 9 rY p restoration of the items to be removed or otherwise disturbed. i *rKY >t b. Clearing and Grubbing - ( Clearing and grubbing shall be aecemplished in accordance with the r applicable provisions of section 12 of the A.P.W.A. Standard 3pecifica- tions except_ as otherwise provided herein. No separate nor extra pay- ment 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, complete. c. Stripping (1) General: All areas to be excavated shall first be stripped of !. •f% all topsoil, green, sod and other material not prescribed u.ider Clear- ing and Grubbing. All stripped and removed material &hall oe wasted, oxcept as otherwise required. (2) Removal of Existing Pavements and :Street Improvements: Pave- ment, or other street and road surfaces shall be cut only to the mini- mum width which will pemnit the proper excavation and bracing of the trench, and which will allow passag , of vehicular and pedestzial traffic. All pavement cuts shall be made mouth, straight lines or to nearest construction joint, and shall bra made with clean vertical faces. Pemoval of bituminous and concrete pavements and atilities shall be conducted in accordance with Section 52, A.P.W.A. Standard Specifica- tions, except as otherwise provided herein. TS-05 TRENCH EXrAVATICN, BEDE) NG ANU IfACKFILL a. General i Trench excavation, backfill, foundation preparation and bedding for waterline and appurte:�ances shall be in accordance with the applicable provisions of Section 73, A.P.W.A. Standard ".pecifications, except as modified herein. 'fS-pane Page Two (2) If y= , have any questions regarding this matter, Please contact Mr, ' .irry Gibbons of the Hydraulics Division, King County Department of Public Works (344-3874), V/erry�truly yours, JEAN L. O PAIN, P.E. Director JIM WOO:LtG: low )nclosures: Agreement (3 copies) i 1 JrAN L. 099FAIN t it ilq' • I w % J DEPARTMENT OF PUBLIC WORKS KING COUNTY STATE OF WASHINGTON goo KING COUNTY AOMINISTFATION OUILUING "- SEATTLE WASHINGTON 96104 February 24, 1972 a 5 � City Council City of Renton ,� - / c_^• /9S ° /.i Municipal Building Renton, Washington 98055 Gentlemen: King County in behalf of the Green River Flood Control Zone District requests your assistance in the construction oonster approximately 865 feet of 12-inch water main along Road in Renton, Washington as shown in the attached proposed agreement, The Green River Flood Control Zone District and the Soil Conser- vation Service have pearly completed the construction of the P-1 { pumping Plant near the mouth of the Black River in Renton, v ;:„.�3;• Washington. This water main is necessary since there is no I,aPply eed of domestic water adjacent to the pumping pWenbelie®eetainceournthes or the needs of adjacent property owners, water main when completed will b, turr.ed over in title to the r'ity of Renton, that it would be in thn best interest of thandisuper- Renton, if it were to handle the drsign, vision of this main. Therefore, we have prepared and are enc using three copies of an agreement for your execution, which states that you will handle the desiKn, construty. Since and itLlsction of this main is designed and will be refsbursed by King County. to service adjacent property owners t some future date, we have also included in this agreement a 15 veal, late-comers clause, WE have discussed this agreement with your Public Works Lepartment and hope it is satisfactory, We would appreciate your early exec ul;lon of this agreement so the Moster Road construction of the water main cat) be n completed while w would is closed for the extension of the MiInster Road bridge. also appreciate your retur::ing two r;f the executer) copies to this office, V M♦reA !, tf�l 9apartMnt of 0ablla clerks 000 rluC County kdnirlrtratiea &mildlaw Rerttir, snenlaptoc fllod Attn. Mr. Joan L. oedpaln, P.S. rlrooter 0eatiensa, go rater• barewliA two .aooatad copies of agreonent ,fCRO lf40-F3t between Cke City of Mastln and Kier Coratg aopartaonr of rnbllo wo:)'a wbleb ppp*Vidos far installation '�f a twelve loon water aaln an the asteeslaa of Monster Road S.W. , from Rto J/#lE to *to 4:#fO, lo*atod &OYtL of sonsot Blvd, W. resr-e very !rely, Clrr or &&sfos oolmle W. &.loan ;-1tv Clerk ssA/dm Eoolossrea (?) at? City Engineering Diraosos t Public works rdalalstretor 1 r pF R4L; Y � T V 'z, OFFICE OF THE CITYCLERKE:. RNTON. WASHINGTON Mo ^� RMW MUNICIPAL BUILDING, RMITON, WASHINGTUN 98055 BA 8-3310 •+• �n01+41e March 3, 1972 Department of Public Mork& 900 King County Adminixtratlon Building Seattle, Washington 98104 Attn, Mr. Joan L. De Spain, P.E. Jiroctor Gentlemen, We return herewith two executed copies of agr�omant (CAG 1940-72) between the City of Renton and King County Department of Public Works which provides for installation of a twelve 1hch water main on the ortonriin of Monster Road S.W. , from Ste 35+2! to $to 13+;0, located South of Sunset Blvd. W. yours very truly, crrr or nxxroM bids W. 'Soo City Clot* KWW/dm Sncloeurss (2) "' NENiON car City Snglrooring Director Public Works Administrator M�ia 6 1972 't(,r('tit.di hir VEYY Nnrcil 23, 1972 _....,,., Daily Journal of Commerce R3 Columbia :t. Seattle, Washiagton 98104 Pe: Cell for Bids - City of Penton Iratallation of 12" D.I. Wate-main Monster Rd. S.W. at S.H. 7th St. Ext. Caen t lemen: vie are submitting herewith City of Penton Cell. for bids or. the above-captioned improvement to be published on Friday, March 31, and Friday April 7, 1972. Please furnish affidavit of publication in duplicate. Thank you for yoar courtesies. Very truly yours, CrTY OF Ps MON Helmie W. Nelson City Clark HWN/Iu cc: Eng. 1 r W _a` tarrn 28, 1972 Metro Municipality of :-ietropolitan Seattle 410 Wes4 Harrison St. Seattle, Waah. 98110 Attention: Ar. CBarlea V. Gibbs, Executive uirector Re: Renton Water Main Bxteneion Agreement - C.A.G. 1944-72 Dear Xr. Gibbs: We are enclosing herewith nine copies of the above-captioned agreement executeduy the city of Renton which you forwarded to our Engineering Director on March 17. Also enclose('. is certified copy of the Renton City Council meeting excerpt of minutes of lebruary 28, 1972. Upon execution by tee runicipality, plertse forwarfl 3 copies for our records. very truly yours, CITY OF RENTO`: Helmie W. Belson City Clerk HWN/m Sac. cc: Engineering Director 1 Page 4 responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear with'n the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of .. served defects as hererofore specified with reasonable promptness after discovery thereof. (9) The Contractor and each sub-contractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertal.:cng to the contract as may be re- quested by the City from time to time. (10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the contract, including the payment- of all persons and tirms performing labor on the construction project under this contract or furnishing materials in connection with this contract; said bond to be in the full amount of the Contract Price as specified in Paragraph 11. The surety or sureties on sueh 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 wade to Contractor as specified in the "general conditions" of this contract. I.4 WITNESS WHEREOF, the City has caused tnese presents to be signed by its ^ Mayor and attested by its City Clerk and the Contractor has hereunto set his band and seal the day and year first above written. CONTRACTOR CITY OF RENTON Mayor ATTEST: _ Jliy Clerk 1 Page 3 said contract Such materials, machinery, appliances. equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful ; therein. (4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. (S) The Contractor shall hold and save the City and its officers, agents, servants, and employees harmless from any and all liability of any nature or kind, including all costs and legal expense incurred by reason of any work on the contract to be performed hereunder, and for, or cn account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the contract, including ita use by the City, unless otherwise specifically stipulated in this Contract. (6) Any notice from ore party to the other party under the contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States I9ail, postage prepaid and registered. (7) The Contractor shall commence performance of the contract on the day of 19A, and shall complete the full performance of the contract ,) later than 30 calendar days from said date of commenremert. For each and every day of delay after the day of rompletion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of Ore Hundred Dollars (Sin0•DDi , as liyeldated damages for each such day, which shall be paid by the Contractor to the City. (6) Neither the final certificate of payment nor any provision in the con- tract nor partial or entire use of any installation provided for by this contract shall relieve the Contractor of liability in respect to any express warranties or � r top T (a) This agreement (b) l.nstruction to bidders (c) Bid proposal (d) General conditions (a) Specifications (f) Maps and plans (g) Bid (h) Advertisement for bids (i) Special contract provisions, if any (3) If the Contractor refuses or fails to prosecute the work. or any part thereof, with such diligence an w'11 insure its completion within the time specified in this contract, or any extension in writing thereof, or fails to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general. assignment for the benefit of his creditors, or if a receiver shall 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 such notice, such violation or non-e0mr1lance of any provision of the contract shall cease and satisfactory arrangement for the correction thereof be made, this contract, shall, upon the expiration of said ten (10) day period, cease and determine in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contrac- tor and the surety shall have the right to take over and perform the contract, provided however, that ii the surety within fifteen (.1.5) days after the serving upon it of such notice of termination does not_perform t_e contract or does not comeence performance thereof within thirty (30) days from the date of serving uch notice, the City itself may take over the work under the contract and prosecute the same to completion by contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event the City if it so elects nay, without liability for so doing, take possession of and utilize in cooyleting : THIS AGREEMENT, made and entered into this day of _, 191 by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and _ hereinafter referred to as "CONTRACTOR". W I T N E S S. E T H: (1) The Contractor shall within the time stipulated, (to-wit: within 10 (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 perfonred, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utillt) and transportation aervlces necessary to perform the Contract, and shall complete the construction and in- , stallation work in a workmanlike manner, In connection with the City's Prn4,ect (identified as No. 360_) for improvement by construction and i installation of: a 12" Ductile iron water main in-Monster Road S.W. at the i1pproximate lcx:ation of S.W. 7th St. extended All the foregoing shall be performed, furnished, constructed, installed, and completed in strict conformity with the plane and specifications, including any and all addenda issued by the City and the other documents hereinafter enumerated. It is agreed and stipulated that said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction and installation ae performed and completed to the satisfaction and approval of the City's Engineer as being in such conformity with the plans, specifications and all requiremenra of the Contract. (2) The aforesaid Contract, entered into by the acceptance of the (7ontractor's bid and signing of this agreement, consists of the following document$ all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1 SCHEDULE OF PRICES (CONT.) APPROXIMATE ITEM. QUANTITY UESCRIPTION ,UNIT PRICE TOTAL PPICF. 10. 280 TONS Furnish t. Install Select Trench Backfill Per Ton 11. 5 TONS Furnish b Install MC Cold Mix Asphalt $ Per Ton 12. 60 TONS Furnish s Install Crushed Rock Surfacing Material Per Ton 23. 340 SQ YD Furnish & Install Asphalt Pavement Restoration Per Square Yard (Words) (Figures) Subtotal S 5% Sales T as $_ TOTAL 5 THE UNDER:+IGNF.D BIDDER HEREBY AGREES TO START CONSTRUCTION WOIIX ON THIS PmJECl, AWARDED HIM, WITHIN TEN (10) DAYS AND TO COMPLETE THE, WORK WITHIN SIXTY (60) JSECUTIVE CAIEEDAR DAYS AFTER STARTING CONSTRUCTION. DATE: THIS DAY OF 1972 SIGNED: _ TITLE• . ADDRESS: _ SCHEDULE OF PRICES LID-269 (W-343) APPROXIMATE STEM QUANTITY DESCRIPTION UNIT PRICE _TgTAL PRI<_£ 1. 864 LF Furnish , Install 12" Ductile Iron, Class II (T.J.) Water Pipe Per L.F. (Words) (Figures) 2. 2 EA Furnish a Install 12" Gate Valve (MJ x MJ) Assemblies, including Concrete vault 8----- Per Each 3. 2 EA Furnish h install Fire Hydrant Assemblies Per Each 4. 4 EA Furnish & Install Fire Hydrant Guard Posts Per Each 5. 1 EA Furnish F Install 2" blow-Off Assembly Per Lach 6. 1 EA Furnish 6 Install 12" C.I. Tees (All MJ) S S S Per Each (Words) ^� (Figures 7. 1 EA Furnish a Install 12" C.L. Plugs or Caps Per Each 8. 1 EA Furnish 6 Instal, 12" C.I. Solid Sleeve. (L.P.) Per Each 9. ? CO YD Furnish Concrete Blockinq S S S Per Cubic Yard SPECIAL TE^:if.I(AL PROVISIONS(CONT.1 TS-12 MEASUREMENT AND PAYMENT CONT.) j. _W�. _9 Mix Asphalt - MC Cold Mix Asphalt shall be measured and paid for at the applicable contract pe price, r ton, pa «.ym ent of which shall constitute full com- pensation for furnishing and installing the material in place complete. k. Crushed Rock Surfacing Material Crushed rook surfacinq material shall be measured and paid for at the applicable contract price, per ton, payment of which shall constitute full compesation for furnishing and inscallinq the material in place complete. 1. Resl,rfacinc of Asohaltic Concrete Asphaltic concrete patching shall be measured and paid for at the applicable contract price, per square y...-d, payment of which shall constitute full compensation for the resurfacing complete, including subgrade preparation, preparation ai and connection to existing pave- �.f.. ments, base co�jrse, tack coat, finishing, and all necessary incidental work. TS-Page 15 1 � JOHN D. SPELLMAN JEAN L. pMPMN clnccTon COUNTY EXECUTIVE { }. M1 DEPARTMENT OF PUBLIC WORKS KING COUNTY. STATE OF WASHINGTON 900 KING COUNTY ADMINISTRATION BUILDING —S'EATTLE, WASNINUTON 98104 t f January 19, 1972 I Af` 1 Mr, Ronald L. Olsen I Engineer Water Utility 200 Mill Avenue South Municipal Building Renton, Washington 98055 Dear Mr, Olsen: Reference is made to your telephone discussion with Mr. Larry Gibbons of my staff on Januar; 14, 1972, regarding your draft of an agreement between the City of Renton and King County and your cost estimate for installing a 12-inch domestic water line along Monster Road. We have reviewed this agreement and cost estimate and found them satisfactory provided the following changes are made as shown in red on the attached agreement, We recommend your pro- posed plan be revised to show the stub for the 1-inch water line leading to the Black River Pumping Plant. vory tt/ruly yours, C��!,C WBG VO" LLIAM B. GIL�,E81 — /r LRG:mm Division Engineer Division of Hydraulics Enclosures: Estimate Agreement GTY OF RENTON f'R,ECEib' :A) 30 2 i 1972 OfP.L �'JOHN D. 9 / � JEAN L. Dal/AIN UTFVF I oletcrow K 1NG co *UNTT DEPAF.TMENT OF PUBLIC WORKS KING COUNTY. STATE OF WASHINGTON 900 KING COUNTY ADMINISTRATION BUILDING — SEATTLE. WASHINGTON 99104 February 15, 1972 Mayor Avery Garrett City of Renton Municipal Building Renton. Washington 98055 Honorable Sir: (' Reference is ma to our di ssions with Mr, Ronald Olsen of your staff co erning aqr gi'eement between the City of Renton and King County f con�tr�6 1ng a 12-inch water main along Monster Road in Se ti T3, ownship 23 North, Range 4 East, W,M„ We are enclosAng th ee copies of an agreement for your execution. We would appreIriate your returning two executed copies of this agreement to tnQ_ ng County Department of Public Works, Hydraulics Division. If you have any questions regarding this agreement, please contact Mr, Larry Gibbons at 344-3874. Very truly yours, /JEAN L, D PAIN, P.E. Director J LD WBG:LRG: lmw Encls: Agreement (3 copies) Page Two (2) If you have any questions regarding this matter, glease contart County Derartment Mr. Larry Gibbons of the Hydrsulics Division, King Y of public works (344-3974). Very truly yours, 1 L. AIN, P.S. G Director JLD pgG:LRG: law $pclomures: Agreement (3 CoPima) f M Yy LLMAN Iva I. .. e ' RIN6 COYNiT i Y DEPARTMENT OF PUBLIC WORKS i KING COI'NT7. STATa OF WASHINGTON *OD KING COUNTY ADMINISTRATION ■UILOINo SEATTLE WASH INGTON 98104 • d February 24, 1972 ZO City Cowell � v e�t. City of Renton �� municipal Building �,a� Renton, Washington 98055 Gsntlewea: O �� r , King Count in y Y tsbalu of the Green River Flood Control Zone -prDistrict requests your saat8tance in the construction of ad in Rentoately , feet of 12-inch water wain along monater agro in Renton, Washington, as shown in the at',ached proposed agreeMsat, The Green River Flood Control Zino District and the Soil Conner- vation Service nave nearly completed the construction of the P-1 l4i8 p1 ng Plant near the Mouth of the Black River in Renton, Washington, This water yin In nocessary of domestic eater adjacent since there is no supply to the Pumping plant to weal our needs water t.tre needs of adjacent property ownare, We believe, since the water win when completed will be turned over in title since the City of Renton, that it would be in the float interest of the to City of Renton, if it were to handl the design, construction Pad super- vision Of this Main. Therefore, we have prepared and rre enclosing three copies of an agreement for your rxecutton, which states that You will handle the design, construction and inspection of this main and will be reisburced by King County. Since this main is designed 1 to servlre adjacent al-o Included in this agreemeopertynt owners at some fut;;re date, we have have discussed this s agreement a 15 year Lts-camera clause, We hope it is satisfacto�aement with your Public !'orks Department and We Would appreciate your early constrtrJetioa of execution of this agreement so the the water main can be completed while monster Road is clOusd for the extension of the Mon office. ster Road bridge, We would also appreciate your returning two of the executed copies to this wVJ� AA / V , Y + T Page Two (2) If you have any questions regarding this sots-r, please contact Mr. Larry Gibbous of the Hydraulics Division, King County Department of Public Works (344-3874). Very truly yours, BAN L. AIN, P.B. Director JLD WBG:LHG: Isv Enclosures: Agreement (3 copies) � r JOI�e. lesi.{.AeAN «.. �_' w/-3•w0J A L DeaPAIN aw+11/111 e�VTrvt � to�ar.roM MINE CyyO LINTY g T +T DEPARTMENT OF PUBLIC WORKS KING COUNTY. STATE OF WASHINGTON 1 too KING COUNTY ADMINISTRATION BUILDING — SEATTLE WASHINGTON 98I04 fi February 24, 1972 A � 44 !1& City Council -J�� � , City of Renton 4 a> 3 Municipal Building ?o� Renton: Washington 98055 u Gentleman: yRing County in behrlf of the Green River Flood Control 'Lone District requests your assistance in she construction of approximately "S feet of 12-inch water main along Monster Road in Renton, 'Washington, as shown in the attached proposed Mgt eemeat. The Green River Flood Control Zone District and the Soil Conser - vation Service have nearly completed the construction of the p-1 Pumping plant near the mouth of the Black River in Rector, i Washington. This water main to necessary since there is no supply 1 of domestic water adjacent to the pumping plant to meet our needs or the needs of adjacent property owners. We believe, since the water main whin completed will be turned over in title to the City of Renton, that it would be in the beet interest of the City of Renton, if it were to handle the design, construction and super- vision of this main. Therefore, we have prepared and are enclosing three copies of an agreement for your execution, which states that you will handle the design, construction and inspection of this main and will be reimbursed by Ring County. Since this main is designed 1 to service adjacent property owners at some future date, we have also included in this agreement a 15 year late-comers clause. We have discussed this agreement with your public Works Department and hope it in satisfactory. We would appreciate your early execution of this agreement so the construction of the water main can be completed while Monster Road is closed for the extensioa of the Monster Road bridge, we would also appreciate your returning two of the executed copies to th1.s office. 1 Parcel C A tract of land in the Southwest Quarter (SW4 of Suction Thirteen (13) . Township Twenty-three (23) North, Range Four (4) East, W.M. being parts of Government Lot Six (6) . Tracts Twenty-eight (28) , Thirty (30) , Thirty-one (31) of Renton Shorelands Second Supple- ment and adjacent parcels more particularly described as follogs: Commencing at the Southwest corner of said Section Thirteen (13) . thence South eighty-seven (87) degrees, twenty-six (26) minutes. forty-eight (48) seconds (87026 '49") East cne thousand. two hundred seventy one and seventy-four hundredeths (1271 . 74) feet in and along the south line of said Section Thirteen (13) : Thence North to the north margin •f County Road No. 24-23-4-1 . (known as the Steel Hill Road or Monster Road) which is the true j point of beginning: Thence North to the boundary line between said Tract twenty-eight (21) and Tract twenty-nine (29) ; Thence South fifty-seven (57) degrees, fifty-four (54) minutes, twenty- seven (27) seconds (57054'27") West on and along said boundary line to a point which is common to Tract Twenty-eight (28) , Tract Twenty-nine (29) and Tract Thirty (30) ; Thence South eighty seven (87) degrees, thirty three (33) minutes . ten (10) seconds West two hundred twenty-four and eighty-two hun- dredths (224,82) feet on and along the boundary line between Tracts Twenty-nine (29) and Thirty (30) ; Thence North eighty three (83) degrees, thirty sever. (37) m)nutes, thirty three (33) seconds West on and aloug said boundary line four hundred seventy five and seventy eight hundredths (475.78) feet to a point common to Tracts Twenty nine (29) Thirty (30) , and Thtrty- one (31) ; Thence continuing North eighty three (83) degrees, thirty-seven (37) minutes, thirty-three (33) seconds Nest eighty eight and eight hun- dredths (88.08) fee*, on and along the boundary line between Tracts Twenty-nine (29) and Thirty-one (31) ; Thence South sixty-three (63) degrees, five (05) minutes , fifty (50) �t seconds West ninety-two and fifty-six hundredths (92.56) feet more or leas on and along said boundary between Tracts Twenty nine (29) and Thirty-one (31) to the easterly margin of said County Road No. 24-23- 4-1 ; Thence easterly on and along said easterly and northerly margin of said County Road to the true point of beginning. 1 EXHIBIT B Parcel A A tract of land in the Southwest Quarter (SW}) of Section Thirteen (13) . Township Twenty-three (23) North, Range Four (4) East , N .M. , being a portion of Tracts Twenty-two (22) , Twenty-three (23) . Twenty- four (24) and Twenty-five A (25A) in the plat of Junction Addition to Seattle; Tract Twenty-nine (29) in the Plat of Renton Shorelands 2nd Supl. and adjacent parcels, more particularly described as follows: Beginning at the Southwest corner of said Section Thirteen (13) , q thence South eighty-seven degrees, twenty-six minutes, forty-eight seconds (87026'48") East one thousand, two hundred aeventy-one and seventy-four hundredths (1,271.74) feel on and along the south line of said Section Thirteen (13) ; thence North. crossing County $oad No. 24-23-4-1 (known as the Monster Road) and continuing to a point on the boundary between said Tracts twenty-eight (28) and Twenty- nine (29) . which is the true point of beginning, thence North to a point identified by coordinates N. 176.671.00 and E. 1 .651425.69 of the Washington State Lambert grid coordinates (North Zone) ; thence North one hundred seventy-five (175.00) feet to a point ; thence West two hundred eighty and sixty nine hundredths (280.69) feet to a point ; thence South fifty-nine degrees, fifty-three minutes, forty- seven seconds (59053'47") Nest three hundred seventy-seven and fifty- two hundredths (377.52) feet to a point ; thence South fifteen degrees. forty-six minutes, forty-one seconds (15046 ' 11") East one hundred eighty-four (184) feet more or less to a point which is on the bound- ary line between Tracts Twenty-nine (29) and Thirty (30) ; thence easterly on and along the south boundary line of said Tract Twenty- ) nine (29) to the true point of beginning. Parcel B A tract of iand in the Southwest Quarter (S41) of Section Thirteen (13) , Township Twenty-three (23) North, Range Four (4) East, W.M. , being portions of Lots Twenty-four (24) and Twenty-five A (25A) , Junction Addition to Seattle; Tract Twenty-nin- (29) , Renton Shore- land& 2nd Supl . and adjacent parcels of land m,.re particularly _ described as follows: Beginning at the NW corner of above described parcel A which is further identified by Coordinates N 176.656.65 and E 1,650,818.40 of the Y Washington State Lambert Grid Coordinates (North Zone) . Thence along a line bearing S. 74013119" W. to an intersection with the easterly margin of County Road No. 24-23-4-1 (known as the Monster t Road) . Thence southeasterly along said easterly margin of said County Road to the intersection of said easterly margin with the south boundary of said Tract 29. Thence easterly on and along the south boundary of said Tract 29 to a point which is on the boundary line of said Tract 29 and Tract 30. Thence N. 15046'41 " W. 184 feet , more or less , to the point of begin- ning. e to i I.. . EXHIBIT "A " Z� I 1 J • . •7 , ass • I fr XI ,• . A \ PRGIECT LGCA7/ON � n PROPOSED 12 " WATER MAIN -MONSTER ROAD' S.W. from STA. 35+-25 'to STA. 43+50 4 r a. CATE0 THIS I i day of _ F -/ 1 g72. CITY OF RENTON, a Municipal Comoration KING COUNTY By: _. By: n yo r- unity cut've Approved as to Fom and Legality: eepu y secuting AlSorney" Approved as tp f Iris King County, Washington day of l9Ar , 197t2 o ,n R. Fdin4Jr. ASWlat&ftt1 City Attorney City of Rcnton. S A s i t 3. y„; of this agreement, to make or cause to he made extensions to or additions to the g . s,ws4: above improvement, and to allow service connections to be made to said extensions Via, or additions, without liability on the Dart of the City. 10. No person, firm or corporation shall be granted a permit or be author- ized to tap into, hook up or L-se any of the facilities covered by this 4greement, except as provided in Section 9 above, during the pzriod of fifteen (15' ;ears from date hereof, without first paying unto the City, in addition to any and all other costs, fees and charges made or assessed for each tap, hook up or use, or Jfor the eater main facilities construction in connection therenith, a share of the )) J total costs of installation as provided in paragraph 4 above. Ail such contributions to the cost of installation so received by the City shall be paid out by it unto J King County under the to rnrs of this agreement within sixty (60) days after receipt thereof. furthermore, in case any tap, hook up or connection is made into the watenaain instalied hereunder, without such payment having been first made, the legislative body of the City may cause to have remov. ,1 such unauthorized tao, nook- tip or connection, and all connecting pipe or related accessories located in the. facility right-of-way, and dispose of such unauthorized materials so removed, without any liability on the part of that City whatever. It is further agreed and covenanted that upor expiration of the term of this agreement, to wit: fifteen (IS) years from the date hereof, the City shall be under no further 00ligation to collect or pay any further sums unto ring County. i1. the decision of the City Engineer or his authorized representative in determining or cpnpuLing the amount due from any benefitted owner who wishes to hook up to such irp rovement, shall be final and conclusive in all respects. i2. This agreement shall be placed on record in the King County office of Aec)rds immediately upon execut'rn, hereo-, and all costs of recording shall be the responsibility of King Cown' y. 2. 3. Within thirty /30) days of completion of the installation as -ertified by the City to King County, King County shall reint ;e the City for engineering costs, costs of contract administration , and all other costs pertaining to a complzte main installation. However, unless previously approved by the County, the City will be responsible for any increase in the installation costs above the City's estimate. Should actual costs be less than the City's estimate, then King County shall be reimbursed in the amount of such difference. 4. The City certified that the total estimated cost of installation of the water main will be in the sum of $13,291 .13. Based on said total amount of cost, ; the cost per frost lineal foot of said improvement shall be employed to determine the pro rata reimbursement 20 King County by any owner of real estate, who did not contribute to the original cost of such improvement, and who subsequently (wishes to tap into or hook unto or) makes connection unde- latecomer Lgreement tc use said ` r; w t facilities, all subject to the 'aws and ordinance, of the City of Rentor, and the "1 Provisions of this agreement. (r the event the total actual cost of the nstallation shall be different from that set forth hereinabove, then this agreement shall x duly amended to set forth the total actual cost thereof. 5. The City shall have all rigtt, interest and title in and tc said water main as insta.led, and all appurtenances and accessories thereto, free from any and all claim of King County. 6. The City shall accept and maintain the said water main as part of its present water main system, upon approval thereof by the City's Engineer or Superintendent of Utilities following inspection and acceptance of said installation. 1. King County shall execute and deliver unto the City all documents that may be reasonably necessary to fully vest title in the Cite to the water main, appurtenances and accessories thereto. B. Mill County shalt pay unto the City such service or other charges as are presently or may be iiposed by crdinances of the City of Renton from time to time applicable to like users of the same class . 9. The City eserves the right, without affecting the validity of the tens 1 AGREEMENT 1� This agreement made and entered Into this 3 1972 by and between the CITY OF RFNTON, —.1 day of f a munlcioal cor Ems__ Of Washington, hereinafter referredPonatfon of , to as State e efnafter referred to as Kin Public Works, h r "City and g County Y Oepartepnt of King County; 1 t WHEREAS KingMI7NESSE7H: County is presently the o In the City of Renton, as s wrier and user of cArtafn real pro art a' hown in red on that P" y W-36O Proonsed 1?„ certain men attached hereto designated Wier Main _ %nst'ir Road S. from . located s > oath o+ Sunset B)vd. W, sta 35+25 to Ste 43+50 hereof, marked Exhibit "A" and thereby made a . which property of King County is 1 aart Exhibit 'B" et legally described as set forth on attached hereto and thereby made a part hereof; and WHEREAS King County is unable to directly handle trstalletton of the water main constructfon and j ' and It is in the best interest of the CitY that � such work be do under its direction en done WHEREAS suPervfsion; and and in ►►yyff i the installation Of said water minis in fhe ouhiic furtherance of public health and safety; Interest NOW THEREFORE, IT IS HEREBY AGREE. AND COVENANTED 9Y AFGRESAID PARTIES AS FOLLOWS: AND BETWEEN THE I. The City shall cause to have Installed a twelve inch wafer main with nKessery app rte an o the extension of Monster Road S.W. from Ste 35+25 to Ste 43+5!' located south of Sunset Blvd. W• ; and to that and the Pity shall: (a) Design and engineer the water main Instailation (b) Prepare, let, end administer 2. Prior to c the contract for installation. theonnencament of construction, ring Count) shall Pay unto such City funds for Installation of the water main pursuant to an estimate of such cost comrPuted by the City and Submitted to end approved by King County. Such Installation cost shall include the installation costs of the water main and appurtenances necessary for complete installation, and the roadway restoration. 1 ti In in ENDING x _ OFF1 FILE TMJE , r 4 f �1 W-360 PRCJECT NO. UTILITIES DEPARTN:GT CITY OF RENTCN WORK ORDER NO. WASHINCTON DATE SUBMITTED 9-13-71 DATE COMPLET01 DEPt" - WATER DESCRIPT"al OF WORK 12" Wate • main in Monster, Road S.W. from Sta 35+25 to Sta 43+50 (material only estimate) taECESSI WORK TO BE DONE SYr City Forr Green River Flood Control Project and contrect C] Container Corp. Others C1'7 TTEN, UANTITY U1:I1 CXT AMOUI." 12" D.I. (Class 21 Water Pipe I 860 LF 5.70 : ,902.00 12" Gate Valve Assemblies 2 Ea 500.00 „0OO.0O (Conc. vault included) 12" C.I. Tee (All M.J.) 1 E3 134.00 134.00 12" C.I. Solid Sleeve (L.P.) 1 Ed 56.00 I 56.00 12" C.T. Cap or Plug (M.J.) 2 Ea 30.00 60.00 Fire Hydrant Assembly (5" MVO) 2 Ea 507.00 1 ,014.00 2" Blow-off Assembly 1 Ea 75.00 75.00 SUB TOTAL $ 7,241 .00 5% Sales Ta I 352.Cb i 3 TOTAL CO57 $ 7,603.05 APPROVED BY PT. OF UTILITIES_ DATE APPROVED 1 � L { 1 I PRCUSCT NO. W-36jL ___ UTIL:TIES DEPARTMENT WORK, CRDEH no._ CITY OF P.EN7oN WASHINc70N DATE SUBMITTED apt. 28. 1971 DATE COMPLETED DEPARTI&M Water DESSC.R_IPTIOd OF WChK Proposed 12" Water Main in Monster Road S.W. fro... Sta 35+25 to Sta 43+50 Located South of Sunset Boulevard W. f NECESSITY WORK TO BE DONE BY& i Property Owner Request City Forces Q7 contract Others may, — TiEM UANTITY UNIT COST Aj;664 12" G.I. Class 2 Water Pipe 865 LF 8.50 7.352.5i 12" ate Valve Assembly 2 EA 650.00 1.300,00 12" C.I. Tee (All MJ) 1 EA 145.00 145.00 I12" C.I. Solid Sleeve (LP) 12" C.I. Cap cr Plug (MJ) EA 65.00 65.00 2" Blow Uff Assembly I 2 EA 15.00 70.00 1 EA 8. .00 85.00 5" MVO Fire Hydrant Assembly 2 _A 590.00 1 ,180.00 Conc. Blocking 3 CY 30.00 90.00 Select Trench Backfill 280 Tons 1.75 490.00 Asphalt Pavement Restoration 52 Tons 15.00 780.00 Sub Total 5% Sales Tax 11,557.50 ' 10A Cortinger.ries 8 Overhead 577,831 ,155.75 TOTAL COST 13,291.13 APPROVED ply SUPT. OF UTILITIES--__ DATE APPROVED A ,Ln PROJECT NO.JIU 9 —•— UTILITIES DEPARTMENT CITY OF RENTON V4W CRDER NO. WASHIN TON DATE SUB6UTTED S!,{A 28, 1971 DATE COMPLETED_ DEPAMENT Wa gr DESCRIPT?OH OF WORK Proposed 12" Wate- Main in Monster Road S.W. fro,a Sta 35+25 to Sts 43+50 Located South of Sunset Boulevard W I I NECESSITY WCP 10 dE DONE Sys —� Property Owner Request City Frcea -r--1 contract O Others CZP ITEM __ NTIME-Al AMOUNT 12" ',.I. Class 2 Water Pipe R6y 7 352.50 12" Gate Valve Assembly 2 1,300.00 12" C.I. Tee (All MJ) ' 145.00 12" C.I. Solid Sleeve (LP) 165.01 12" C.I. Cap or Plug (MJ) ? 70 00 2" Blow Off Assembly 1 JFA 85.00 85.00 S" MVO Fire Hydrar Sembly ° Sgq.00 1.180.00Conc. Blockinq 3 30.90 90100 Select Trench Backfi!l 2bo 1.75 490.00 Asphalt Pav"- nt Restoration 52 15.00 780.00 Sub Total T577.88 557.50 5% Sales Tax I 10% Contingerr�rPs overhead155.75 f I TOTAL COST 13,291. APPROVED BY CUP7. OF UTILITIES _ DATE APPROVED i 4 � 1 2XHI81T ' A40 zc Zi 24 SA i ---Ae:a�v-ao'ivEo- I �� m n m \ PROJECT LOCAT/ON e � A J y� W- 360 PROPOSED 12 " WATER MAIN -MONSTER ROAD' S.W. from STA. 35+25 to STA. 43+50 Parcel C A tract of land in the Southwest Quarter (SWD of Section Thirteen (13), Township Twenty-three (23) North, Range Your (4) East, W.bt- being parts of Government Lot Six (6) , Tracts Twenty-eight (28), Thirty (30) , Thirty-one (31) of Renton Shorelands Second Supple- ment and adjacent parcels more particularly described as follows: Commencing at the Southwest corner of said Se,:tion Thirteen (13) , thence South ei hty-seven (87) degrees, twenty-six (26) minutes, forty-eight (48� seconds (87026'48") East one thousand, two hundred seventy one and seventy-four hundredeths (1271.74) feet on and along the j South line of said Section Thirteen (13) ; Thence North to the north margin of County Road No. 24-23-4-1 (known as tie Steel Hill Road or Monster Road) which is the true point of beginning: Thence North to the boundary line between said Tract twenty-eight (28) and Tract twenty-nine (29) ; Thence Souta fifty-seven (57) degrees, fifty- four (.54) minutes, twenty- seven (27) seconds (57054'27") West on and along said boundary line to a point which is common to Tract Twenty-eight (28) , Tract Twenty-nine (29) and Tract Thirty (30) ; Thence South eighty seven (87) degrees, thirty three (33) minutes, ten (10) seconds West two hundred t",, -four and eighty-two hundredths , (224.82) feet on and along the boundary line between Tracts Twenty-nine (29) and Thirty (30) ; Thence North eighty three (83) degrees, thirty seven (37) minutes, thirty three (33) seconds West on and along said bounk..ry line four hundred seventy five and seventy eight hundredths (475.78) feet to a point common to Tracts Twenty nine (29) , Thirty (30) , and Thirty-one (31) ; Thence continuing North eighty three (83) degrees, thirty-seven (37) minutes, thirty-three (33) seconds West eighty eight and eight hundredths (88.08) feet on and along the boundary line between Tracts Twenty-nine (29) and Thirty-one (31) ; mA..4" Thence South sixty-three (63) degrees, five (05) fee4v fifty (50) seconds West ninety and fifty-six hundredths (92.56) feet more or less.6n and along said boundary between Tracts Twenty nine (29) and Thirty-one (31):_*T the easterly margin of said County Road No. 24-23-4-1; Thence southeasterly•on and along said easterly and northerly margin of said County Road to the true point of beginning. �► 1 EXHIBIT B Parcel A i' A tract of land in the Southwest Quarter (SWD of Section Thirteen (13) , Township Twenty-three (23) North, Range Four (4) East, W.&I. , being a portion of Tracts Twenty-two (22) , Twenty-three (23) , Twenty- four (24) and Twenty-five A (25A) in the plat of Junction Addition to Seattle; Tract Twenty-nine (29) in the Plat of Renton Shorelands 2nd Supl. and adjacent parcels, more particularly described as follows; Beginning at the Southwest corner of said Section Thirteen (13) , thenc "outh eighty-seven degrees, twenty-six minutes. forty-eight seco (8702611811) East one thousand, two Lundred seventy-one and seventy-four hundredths (1,271.74) feet on and along the south line of said Section Thi-_ren (13) ; thence North. crossing County Road No. 24-23-4-1 (known as the &Toaster Road) and continuing to a point on the boundary between said Tracts twenty-eight (28) and Twenty- nine (29) . which is the true point of beginning; thence North to a point identified by coordinates N. 176,671.00 and E. 1,651425.69 of the Washington State Lambert grid coordinates (North Zone) ; thence North one hundred seventy-tive (175.00) feet to a point; thence West two hundred eighty and sixty nine hundredths (280.69) feet to a point ; thence South fifty-nine degrees, fifty-three minutes, forty- seven seconds (59053 '47") West three hundred seventy-seven rod fifty- two hundredths (377.52) feet to a point : thence South fifteen degrees, forty-six minutes, forty-one seconds (15046'41") East one hundred eighty-four (184) feet more or less to a point which is on the bound- ary line between Tracts Twenty-nine (29) and Thirty (30) ; thence easterly on and along the south boundary line of said Tract Twenty- nine (29) to the true point of beginning. Parcel B A tract of land in the Southwest Quarter (SW D of Section Thirteen (13) , Township Twent) -three (23) North, Range Four (4) East, W.V. being portions of 7 +ts Twenty-four (24) and Twenty-five A (25A) , Junction Addition to Seattle; Tract Twenty-nino (29) , Renton Shore- lands 2nd Supl. and adjacent parcels of land more particularly described as follows: Beginning at the NW corner of , !,ove described parcel A which is further identified by Coordinates N 17C,656.65 and E 1,650,818.40 of the Washington State Lambert Grid Coordinates (North Zone) . Thence along a line bearing S. 74013'19" W. to an intersection with the easterly margin of County Road No. 24-23-4-1 (known as the Monster Road) . Thence southeasterly along said easterly margin of said County Road to the intersection of said easterly margin with the south boundary of said Tract 29. Thence easterly on and along the south boundary of said Tract 29 to a point which is on the boundary ILie of said Tract 29 and Tract 30. thence N. 15046 '41" W.L84 feet, more or less, to the point of begin- ning. i` EXHIBIT 'A '• r y ;i to too 1. . \•�s _� 'p23 er BAN DONE------ ---------- D _ rn e PROTECT LOCATM"'_� n f W- 360 _ i PROPOSED 2 " WATER MAIN - MUNSTER ROAD! S.W. from STA. 35+25 to STA. 15+50 is 1 y STATE ur WA�,!T N :TON ; �4 COUNTY Or K I N (i ) On thie: day personally appear-- before me and and to me known; to he the _ respectively, of the municipal corporation that executed the within and foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said municipal corporation, for the Uses and purposes therein mentioned, and on oath a that they were autnorized to execute said insttrulnent an th t the seal affixed is the seal of said munic' al co o ion. ;IVEN under my hind and official seal this day of , 1971. NOTAR in an or t e tate cZ Washington, residing at Renton. 413 ss. this day personally appeared before me _ and / and to me known to Dh respectively, of the corporation that executed the within. and foregoing instrument, and acknowle�ed \ instrument to be the free and voluntary act and deed cf said cor*p\ation, for the uses and 5 purposes therein state that they were mentioned, and on oath ' authorized to execute said instrument, anti that the seal affixed is the seal of said corporation. day GIVEN under my hand and official seal this i J 1971. s y k r t�1.0 to cY California, sidirJ at _ ,;My commis expires:___`__ __ -- 4 - 3. 10. No person, firm or corporation shall be granted a permit or be authorized to tap into, hook up or Use any of the facilities covered b this igreef,ent, e;ccept as provided in Section 9 above, during the period o% Mr years from date hereof, without first paying ijr.to the City, in addition to any and all other costs, fees and charges made or assessed for each tap, hock up or use, or for the water main facilities construction in connection therewith, a share of the total costs of installacion as provided in paragraph 4 above. All such contributions to the cost of installation se received by the City shr'1 be paid out by it unto Y,ing County under the terms •j chis agreement within sixty (60) days after receipt thereof. Furthermore, in , , any tap, hoox up or connection is made into the watermain installed hereun,t. without such payment having been first made, the legislative body of the City may c,!:so to have removed such unauthorized tap, hookup or connection, and all connecting pipe or related accessories located in the facility right-of-way, and dispose of such unauthorized materials so reroved, without any liability on the part of the City whatever. It is Zlrther agreed and covenanted that upon expiration of the tem. of this agreement, ' S years from the date hereof, the City shali be under no further to-wit: ti'iw l __� obligation to collect or pay any further sums unto King County. 17. The decision of the City Engineer or his authorized representative in determining or computing the amount due from any benefitted owner who wishes to hook up to such improv^ment, shall be final and conclusive in all respects. 12. ThiL agreement shall be placed on record in the King County Office of Records immediately upon execution hereof, and all costs of recording shall be the responsibility of King County. DATED THT� ay of 197X, CITY OF RENTOii, a Municipal Corp. KING CCUNTY BY:_ BY: Mayor -- BY: APB>R��eb qs To t:o¢n� P•.D �E Ci.a '.,TY 2. 3. Within thirty 00) days of completion of the installation by by the City to King County, King County shall reimburse the City or engineering costs, eocts of contract administrationIkSil Pr, , and all other costs per wining to a mP1etE main installation, iu s ° PP "`�J 6-,46 C,.. ♦-\ -b,a C.es�I w►•tea Ltia C' ' .. • costs be less than the City's estimate, then King County s 71 be reimbursed rsedal a the amount of such difference. 4. The ..ity certifies that the total estimated c t of installation of the water main will be in the sum of $73,291.73. Based o the cost per front lineal foot of said improvements al said total amount t cost, the pro rata reimbursement to Kin 1 be employed to determine g County by any o er of real estate, who did not contribute to the criyinal cost of such improvement and Who subsequently to tap into or hook unto or) makes connection u der rlatecomer agreement to usefacilities, all subject to the laws and ordin ces of the City of Penton and the provisions of this agreement. In the event he total actual cost of the installation shall be different from that set forth her inabove, then this agreement shall be duly amended to set forth the total actu 1 cost thereof. 5. The City shall have all nigh interest and title in and to said water main as installed, and all appurtena es and accessories thereto, free from any and all claim of Kirg County. 6, the City shall accept a d maintain the said water main as part of its present \rater main system, upon pproval thereof b the Cit y y' Engineer c Superintendent of IItllitie; f lowing inspection and acceptance of said installation. >. King County shall xecute and deliver unto the City all documents that may be reasonably necessar to fully vest title in the City to the water main, appurtenances and access ries thereto. 8. King County hall pay unto tine City such service or other charges as are presently or ma be imposed b f y ordinances of the City of Renton fro? time to time 'plicablc t like users of the sane class. 9• The C ty reserves the right,urithout effecting the validity of th? terms Of this air��e ,ent, to make or cause to be made extensions to or additions to the above improvec,ant, and to allo�r service conrcctions to be made to saiu extensions or additions, without liability On the part of the City, AGREEMENT This agreement made and entered into this day of s , 79N by and betv:een the CITY OF RENTON, a municipal corporation of the State of Washington, hereinafter referred to as "City", and King County Departnent of Public Works, hereinafter referred to as King County; WITNESSETH: WHEREAS King County is presently the owner and user of certain real property in the City of Renton, as shown in red on that certain map attached hereto designated "W-360 Proposed 12" Water Main - Monster Road S.W. from Sta 35+25 to Ste 43+50 'acated scuth of Sunset Blvd. W. , marked Exhibit "A" and thereby made a part hereof, which property of King County is legally described as set forth on Exhibit "B" attached hereto and thereby made a part hereof; and WHEREAS King :ounty is unable to directly handle construction and installation of the water main; and it is in the best interest of the City that such work be done under its direction and supervision; and WHEREAS the installation of said water main is in the public interest and in furtherance of public health and safety; NOW THEREFORE, .T IS HEREBY AGREED AND COVE-NANTED BY AND BE%EEN THE AFORESAID PARTIES AS FOLLOWS: 1. The City shall cause to Fave installed a twelve inch water main with necessary appurtenances on the extension of Monster Road S.W, from Sta 35+25 to Ste 43+50 located south of Sunset Blvd. W. ; and to that end the City sh411: (a) Design and engineer the water main installation (b) Prepare, let, and administer the contract for installation. 2. Prior to commencement of construction, King County shall pay unto the City funds for installation of the water main , :s!a>it to an estimate of such cost computed by the City and submitted to and approved by King County: Such installation cost shall include the installation costs of the water rain and appurtenances necessary for complete installation, and the roadway restoration. e it FROJECI NO. W-250 UTILITIES DEiARIMI-Ur CITY OF P.EN"ION WORK O1DER NO. WASAINUMI DATE SUBMITTED.5=rt .28, 19 1 DATE COt.2LE,ED DEPARTf.EU7 Water DESCRTPTIah OF WvRK Proposed 12" Water Main in Monster Road S.W. from Sta 35+25 to Sta 43+50 Located South of Sunset Boulevard W. NECESS LTY WORK TO BE DONE BYt City Forces r I Property Owrer Request contract r--71 Others ET4 �R ITEM UANTITY U::7 C ST AMOUNT s l 12" C.I. Class 2 Water Pipe 865 LF 8.50 7,352.50 12" Gate Valve Assembly 2 EA 650.00 1 ,300.00 12" C.I. Tee (All MJ) 1 EA 145.00 145.00 1?" G.I. Solid Sleeve (LP) 1 EA 65.00 65.CO 12" C.I. Cap or Plug (MJ) 2 EA 35.00 70.00 `f 2" Blow Off Assembly 1 EA 85.00 85.00 5" MVO Fire Hydrant Assembly 2 EA 590.00 1,180.CO Conc. Blacking 3 CY 30.00 90.CO Select Trench Backfill 280 Tons 1 .75 490.00 Asphalt Pavement Restoration 52 Tons 15.00 7"Loo Suh Total 11 ,557.50 5% Sales Tax 577.88 10% Contingencies & Overhead 1,155.75 1 i TOTAL CCMT 13,291 .13J AFrROJFD BY :UPT. OF .-ATE APPROVED--. F