Loading...
HomeMy WebLinkAboutWTR2700367(2) S 3RD ST. FROM BURNETT AV S - RAINIER V S W-36 7B INFORMATION F.A.No..._.. Contract Na. CAv_.- .. JUNE Ici �. 1917- �. h0 JNL`! 2.* date of mnnact :.AL Station 1'38 RA11,0Elt to Station 13�'O EWMI&M /W6_4& Began principal classes of work: - CLP,rl OF WORK PATE low }A/Z �1ATe2 MAIN I"SrHcvATIWv ,c all iS�Z I List below prime contractor, subs, material suppliers, bonding company, adjoining or otYrlapping contractors, federal. state, county or city personnel or utility, railway, board or cvvnmiiit:�;9m <.. representatives through which liaison has been made: NAME AGENCY ADDRESS PHONE NO. FRANK COI UCCIO CONST_ (7O" 7�-!8 Sc'�JA�O PAarc AVE. 5 SCA77tC �vASli 9g11$ na1 Pam StTfg_ -- - NI!,.vr qt _�3 ACANT NOTE ^N F`ACt< cF _S�kET AT-II'ACt,�I)�. ..._ _—....._. I SPEC T( =>. C-"'03 PC �.'av c �L1h Ot,SEJ�l. U BEGINNING FILE TM �N Mg9- L t —_- _ ther: '1"J40N - COO(_ - RC,ZILL : - CofN -MESA,( Jut,y t57z, r c rnueO AA'jw c itcot F g_.QMC7 I/doN 1..�.OTEit — fy14Tu S N try S f7CS AS L[.l �X1-4 A rG(,Y �. o{ $ C 1. wHI6.2 '.^Fins iN SOw Tt 5 oc ai epwimet7 A- S S&-CO' [A ifLC ---ram.-- _ -- f --------- SIGN: All mtriaa made D ---_� .. otherwise indicated b otthhera�sil above 4t t $ to mtry. r .lnatux ad}aemt Wi rat (..looney JwiY �0 i572 0 IN T6R n+ Yi(f ry S�WtS/tS dal le — I NSTAt45/� 7Z Lr s'S- 11� 0.1. WA7Ca- MAi _.__��". ti 'out SOr 7H Si0 C` _�-- F bMQNCT7 AVE i 56�rtT /3Ar`t F� _ tt QCGt udt:'n I i h -� SIGN: All en: made by oeramt aiLoed above uniaa otherwie indicated EY other akpmture adjacent 12 to entry. -milk- l►tet: FM2 - - F0.�Owv e✓? J4w 7, I9'7z- dal to --��—_ LF Il.. — 111. W4tM P.fel` .w. S 3A" ST ♦00 �--- Tu 7.0 *no SEcecr {3ACKf.ti wag n awt20!) n ALSO ON µpRTN S,pE CG S, Aftla.K-,, Ar&_,y 59 CF of 8 C.1. +✓wr[Z P"ol' ♦eo 6 LF ,{ b� C.1 ✓Ar1;2—y.M 42 —fJ _ SIGN: All mtrka made by penOn Signed above unim utharwue indicated by other signature adlaeent 11 to entry. r AIMLS ather: FA a- _ ,Iojl, _ �22G4Y T4uQ50414 ____ 'fNST4•(L`/) 6" a. 4• e.L •,/4re2 pst A✓a S AS - - --T .___zt. #-F r,S- 84crc , �+f \ OE r puR�P ♦NO ,)ATtfL pi nQ 1,f .f 0. C.• — eF LAG/rN A�F S SIGN: -- All e3bids made b7 W-Me Signed above rmleas Ual W*I" Indicated by Other siSnalwe adjacent } y ------�— �— >=N(1• -ti/Altai - Q/jy}$ZY I,JC-OKeS DiA.! � -r.•v i, 19�Z IuS'�•<<ao 37t,c .< ` .. C.l w•ran. ?�tt �ti wH�.TaanrH -- Aft: 5. Nae-ry S1o6 ay�T�LI` l�Viaa�Ed A�Sil O SAS 4 C.i, wA ra ram. P.PL. - nl�''Wl. l.C`.An NV oc sfrE AFrC2 LUh(le w[e y.nlq e _ SIGN: All entries made by person shoed above unless eWeewya jMMW by other sxgtmttw adjacent -- they: FaiQ G/i,QaY lk"NE 30 197Z - • day date —_NCTak6p AW40K 73 LF MC g' Cl worFz ✓yO:M1! N NO C,ea..rcD ;I rc wIL- Kowa w� w3:w s8 LcT 1pKyF. i_ ✓"IA%C/L.A o� Ti�ncy , i _ SIGN: AR entriee rlade b+ pear signed above unlesr atherwioe tndlated by otbac siput: adjacent Bather: F-41R— TN ,•,,pay .IVNF 29 1971 d°y dab -cwr.t ryA,u rNST.nu.w T,on< •r 5:97,pv 20tLY - NO. t+44f,7 4fLnDY drecY Z727 12" Dt/C 7'lE 12 N VATE2 i.n OVA( TV STAT,or( ',13+ 00 SE<-ECT 1�,LL ATL`rt,,al waS ytlt f t[. f i ��awv SIGN: M entri made by person signed above unless otherwise indicated by other signature ad)atxnt ther: rA'� wt-PnCCWv 29, I97z d°y date _ meN ✓'LAta( !/JS TAIIA i�M1 �. SfiarfoN 1v+r-14 AH D �,A`1H7 ur Y 414 a,F .f 1 Z" ww ran -1 e N -ro srsnoy -0 t2g W 9TC-2 iNL w.9,5 �.EE /1F � i 'TI nCN . SIGN: All entries made by person signed above unless otherwise Indicated by other signstive adiacent to 00 eather: SKo c2S T Bs�4y x.n 27, r57z dap __ T'd2��'� GJNST2KCT� .v � A T -- APPnbr.—,A nr y 4Ko u�C7 3-7 LP f Z" D 1 /a7E2 PPG 7 S7AT pw! y'14 gl-rs.T C'�C u.F��l r:grcR�n. WBS R6Gi i.,exc7 "o —. - T(LiJJC K, AF- SIGN: � a above v JMA ndicated by ottwr signature adjacent a, .. .. 77 7 eather: '�''�^'ta-S Mo«o�y "NrJ6 14, i'i7L day - - SuxAotTw eo«Si Q S74 Q•SN AP iNS'y,tiSo 44ftia+u..+4recy .3'?R LP .� W' OJcT jew-a wq*€2 . 14, ro SrwnoK Z r iO TUt< T/ICs" u WAS 64tKG Caen w�rF{ _— C7 4 SIGN: All enMes made by person signed above unleas othervriae ladioated by other signature adJacent to entry. W ether: Sua�E2s rat ogv .denE 13, 14�� day da sT,o/)TVO .QT STAT'uz Ce ha(o ANO IncT.o1.�E0 .tiPPnn�r l.vq rE�y - 5= l_F f i 2" a.l. .,,N rc2 ?loE T'.. Sr_AT/o. 8� SS —�- !NE CG^IT/LQCTUQ (jgrKPiII:O W p IT t"T 806,CP'CL "0Tr," NO W.aS 2C ESrtO TO QE- CcCAl^rc TOE SAcu.F' ✓"Id rC5a,A` U -0 GN FOST PO(LTiON AN7 1'bEAL INtTq. $EIEc K14 CJ— MA TCrLll.g t_, I N 1 T R L.$p (3E GtN[SE �F nlc- /ZA.Ny w'6R TN C2 iNCcwNTE.�p SIGN: All emd_ ,O Op Petaon ds"d above unless by other Manatune adjacent -- -a C�.oupy Ti,waS JuN� ia�2. _ STAKTEQ \NSTat U17eCN AT RA1Ne/L y,� S, S7A. if 3S( AN7 Ih� TAt�('�) 40il1.✓rr,.�rt rE Y 4GQ LF 'F 12' 01 —JATGC * JOE 'i'� SraT,oiy (.+uG. Bnc Kra«'-� T4EuCH r�4Tf 7AL i SIGN:All mtrim made p7 ixr ri<oea above tmle -- otherwise indtnrd D7 other eipwtu adjormt q to mtrT. Weather: any date Men ' Paul 4rsino— Superintendent i Curtis Link— Operator " _ i Eric Allen— Fjwbcr Steve Puhich— Lalrora' �rnie Cyvtcher— Truck Driver Frank ursi.no-- Operator Gary Perfset— Plumber _ Bill fang— Operator s Bob Dertin.— Laborer Peter 7^11ells— fuck Driver Jack Dry— :lumber + Pob K Dovell— 14uek Driver � - - Jchn Froge ent— Simerintcmdemt I - ---- George Krogstsrt-- Pipe Layer ? Bud Horns— TrucF: Driver Fay Graeber— Lsl,orer Lm Gsngsditm— Operetor Hovard Cooper-- Oiler. Eruiptment I-1130 ..are I-966 5oering I-I/2 Yard Dyne Foe I-666 Loering -- I-Durp -- .. 2-I-ion Flat Beds — I-ureter Truck I-Fcrd Ppvment breaker I- 966 Londe — I-'900 Air CaTreesor SIGN: All mtries made by persan signed above .,Wm otherwise indicated by other sipvhure adjaeent to entry. ' , A . •/ U mot` ENDING f 1 19 OF FILE FILE TITLE CL" n .•ter--...l---- .— .. e�. .. _ .�.... ._ _.. ... .ice y i ft .4I�Ai rani•Ja�,�q ------ t-%o -ne - •NS To _ wt�1E q0�/G 1 _ I _ ^ti ak �- _-__-�—� --- - -- SIGN' All entries mace by pm—, signed above unless ther.,, indicated by utb, sipNtY adjacent 25 nk i t Or aAY AAA c_, PN1.TY rle�ts (,art i SIGN: -- —__ F All c.trift made by person signed aboea lnku I othem-i.. indicated by other sigmtme idjaeaet --- 24 to entry s' Ea.l N NYllr 4ns Yw•el+itin• S.n.Y WMwrm MIeE BwCTf InOt OGL'n L ��--� N Na T a,- Ma Rrfr.r,wWw. L,.„ NARK D aLlle r�..Ir,aRap N X .mr.,.Mlw+esx'...eo. 1 fYx..n Ylaaaaaya wMYa.rwlr. O • nM.wrr.wr..�r+ems W rwa.�LRrr A. T rw uslgp M. Tv..., —v__-- LAaRo 1,�allq OwTECOLLECTED m I DMf ANAL VIiD n. ,i �n a _ Von LN i nay r ve" lRw OF WOV If.O NLEME.R Larrplu SyWnral I aIIX M IN it NAE CO LLECTS ._ NAME TWA fRSYsTEM -� fvsTtm Am"ESS —�_--_ —� LOCATON WNf NC$AaWLfW SCOLt FCTED ILu.MN.m. cngr S Wn,q 1 COLLECTEDBY Nnn. —_ TYPE I t AN "Na" A" R1unR-rpal 21 IIEDwITLM w 3( a SYSTEMM - Conmuniry rCefnfLMrtial 'RfawWEq -� SEND REPORT TO 1Pum Fuu Name,Addfa.l and 2m Cold _��--�- - 0-7 g --a'. ^F". . WASHiNGTON __-- 1'_•Sur Lx.r, 2, yy..n. 31 iS, i. a Pu4'1111fdj 9l.�Coa anon .--p .— O mEv..l Va+ItNnl Warer _ Ilan 'Naro i fNeW.MNn a��a � IS lTH S A LE A iOLIVR O ___-- -- PR E VIOUS.NON CONFJRMINO SAMPLE 1 OYR, N" -- IF YES,C I V E PREVIOUS LAB.NO. _-- SYSTEM cK wVYfo+ +nklne LVamT Sa.-,me..,.._.. _.._. ;[s _�--�� _ QNbne. L,Chlonnanan, `.Fnfrxnorr: FiL„r,nnuon (_)Oiber fSDfoify, _ LABORATORY RESULTS ♦SEE REVERSE SIDE FOR INTERPRETATIONS __ aAWWwiEIwPv VEr. DRINKING WATER.NEW MAINS 4WtMMiNG..Tf.WATin _ I MAN P --- r----�_� PUS NGRT'0M,II0TAL aORTIONS L. -_ —' E O'5SATISFACTORV4 2.2% ' TOrar c.: I 'V.T liSUNSATISI tORY 2.20 N51INASA ISFACTORy 51 FECAL COLac.'+a s f YSf]HSATISF KTORv E ~ ••Y UNS.LfI$F#CTOPY fB O1_i �►" wW.� _� 55 Uk LTISFKTORY +KOfJ "�"-- i E son signed above finless '---- feMr. WT[RMEVEP MI r L1N lS tlpv u."Iicb Ether silRfature Bd)nil .. , e vv/`�/Lr. _-a- Nn M MY C3 31 'If �i -"Now - V/ATER SYSTEM COPY 1 i THY �LIY.r( - y-- Er.w x wrw.pr A +' 4 J pATErI rV 0-MI,w-* _ Re.r Tewt..Lr rM.,wlw t. f _ AKTFRKKOGKAL AMArr bri R Yr.aYtiw Yrweaw Tw..r,e9��Aq.Yw reew� N __ t v,r....KLaeFeatirn ra....+Ew O .. ..:.- E �.Mpe...,..r...x..,.•.err w. : lilitY i - -� r•IEF• M,R, E I Tiio EL��Or �ii RIAFwA NuMa svw...i I caiiiri R�liE - Y MATj Ir SV$I(M / �•r "S'em. fwf5$ 1 ~'-- ll1CI,gR SE,i MF$wMlFxAt f(1L lFCTFD:,.eeaw•m .cnq.,$tAp ea, 1 L I CljllElf-EO Sv .Nenr, TYPE OF I .MP n,<�PN « IMujIrW PnvNS _.�_ SYSTEM Comm,•mq 7 'CP•nnw<,N ur l R«,dRmA SEND HLPORT TO IP, F�ii kame.Add,«s a=d Z,Code, WASHINGTON VRCETv E - --` --� 1 &„ta o -W.;: Sln v...< P.'c�wv1 9_ O111M moth" TYw �F SAMPLF-.s r � 1 O ..^ 9 n Y:arE• 3!�yFMW Mem O�Swlmm.ng , I',I c�v _ .. -'Poi N6 aLe V A rSP! fV R �PREIOUSS,NN CONOMI .SAtlLE > 1 Y. N, IF YE4.GIVE?REVIOVS LAS.NO. M'v lar nYmq WHe.SYmP,n ___. _ None. I,_,Chl;wPyt,o, '._1FiNrn,p,. �:FIv„•IaejwT. Vj LAOORATORY ♦SEE REVERSE SIDE FOR IPITEIVRETATIONS44M *ar EEEn..s.RITART V(,, OPi NRIMG M.Yi6P.NEN W:h$. I RYIrRRG WATER - - aSUTW4 T(Mv<21' I w_ •Offal FLATE fOVMi__�,a tSUR6A T,Si KTOAT TE--_) .. i SRrSIITI{EKTMr 6 t ,_ FOCAL jpLljpRj/ 3 ' 1S VN6ai,SFKIORT ST - EAR___.-._ OF__._ S V$~TISFKTOAr IA IY s: a - S,S JkSATISEACTOl1♦ )ripL,, �— "TRATEi-w-p, rYL RN ]R Slgnie above uT,le$s _ � Yi an(>wPaarFww__ OAR 0Ep1YgO COElLETEO Iw sm"ture adta<rnl F, n: PIE4 rY Sa°"L WF r w4W4 r � a I WAVE• E111ei 1N...Dnry +• srnW Ts« aW.N WWAw4n+•iw � -----�-.__ II AN.YLWS Ed t 0.���.gMO W111F.aQ,n�NN rax LML oft -------------- MNa1 W.M«14Ta'n'yY. Ey y II ww _ Iti p{p ---- �� COIIECTEAV fI D.NUNf FrVWw A'eNwel C"T'Y` _ M MF OE WAiEN SYSTEM - -- -a-Vr0oo SV)IEM owgl S �'-- -�---� _ EDCA T.LN WNF NF SA..pIE WA$COILFCifO I1...nnm. nn....,.n n. n. r _ COlLf OLEO av LN«n.l- _ TYPE OF :. MUD¢fPY SYSTEM T�CwNDwmry w 2'- 'CSm+IWrtiN of 3i hrvab SENO REPORT TO- IP.mt Fp0 Name.AoWeas anD 2 N�ieFleq WASHINGTON - _-__-- U CE Tt PE :.r•. —� Slv,.,y. a Pi,,,heobp VC)ce"ftnnlon T v3 'SATii• V OMLeF i W.", 3( INeeL MNn SLFIm+m +faGiS SC..i .'ch 6�, u 7(, SEaWWEef 9 D9 s 11" ' 1 S adP� ^B aech rvay _1/ �iT'/) PRE V IOUSANQN CONFpq MI NG SAWLf> IF YES,GIVE PREVIOUS LAS.1, 1 .1YPs 0, ,No —_- - - SVS E f A uT'l�kL only fm mi;.- - - ',_lNDrle; (.,)C mason, - B Wnv SamPiPa1 )Olhw 1SpFL'd') :..1RIM1aL•^ `'FlNwrdElOn, _ �.---- RE M4R'R9-IgVarM�F LA80RATORV RESULTS �'---- �_������ SEE REVERSE SIDE FOR INTERPRE rATIONS� L .- x.w wnFg.sann.gv-V t.J OgiNt+Iw WATER.NEaE yAlh3 i3W'NNISG WAtEg Nf -- �/ PCQ.PORTIOFgiTOtAL POgTDNS u . L i ov OiI SATI%AL fONYC]]I 101.E P:nrl - 2'lUN3ATSFACTOgv 3+ FECAL COUEUN t ]/S VNSgTISEACIJRV 9] + MPN Mf "'-- f.'s wvTaFACTo.•r+sai: ,�_ LS YNaw TI%ACSOq • _-E-' S+aDU — E NITRATES I�e=i ^ +f rLi�nEft YN —•-._- � EM DDLOEpEsi Lane DATE IEEfXIYED GATE tOM!LElEO NI+IEAAe.f-1a-lI.T_B 11,[� --- � ' ♦ EBa 9-4Kw1 CI tubreo vi!ljUa[LaNlbYat 13wnLC � �'�...-. T: TR T'lA l:^PY it � I I , I I � J i I C r � a a F City of Renton, Utility Dept. 3 PRESSURE TEST FORM Water Project Name of Project gs' n a z This test was :iken by '� on t At a pressnre of PSI , ror i� ��:; minutes. N :g — o The test "Failed" ,,.1,—�_ V Oil A A v „Passed" I' On r V Comments: r 10 It ! illllllllllllllllhlillillllliil ► � � i POW !T: t�12 d WAR^+ SV dv7 date e'C7i'./tJ FLV S4rN4 �.yTG2 �^'LarN --' f - SIGN: All mtrtee made by person signed above unlaya to mtrue Indlutea: Mother signature adracMt 19 to Mtry. i s r t P.tilac.Y c t „µ..r Its Hip day 44v4tat r �___ (i42NE 77 O� 4 oRry C,OE of N✓C '- SIGN: All entries ma by txrrm aiLned� All by alw utberwise indicated by other signature adjacent to entry. i y t CLtA't - NOT WJN/Jgy C. � day Ww — WS>q u(l> Alf eYrK 4q L.'- oG of 4' C.1. wA 5 oaf ,N So..r.f SlU6 f=,RG NVUn.ou� > of fe.w.T'V3rS q �C — Ct4 0, 40 Na1Tq 3 DOE .n r ry y ^<7 lF- o Cn C. wgr?<2 Ar S7A r9 +Sfo �--- SIGN: i entries made by oerawr signed# _ - o.berwix indicated by otberft ahoy �� 17 N entr,. stjoct;tre ad)acent r f R FAKL Ar t. AII Fa•o�v Jury i4 �• �.i. ww rGr2 ..yw,N AND +'tO24rC wJ$. S. SbV Tel •.rO G' Of S 3"� ST AMr� INL TALLF.A 'a. F�lii HNn uw ry rS AT 51A O� 43 rJURrN Ci4� OF wHrrwoa7N q✓,� g A.v O iT S1.! Ow1'Q _��_--- Ncrzrr-� S�nC o� •-�o2n�t w�E. S. ---_ rr Gtv r[JrAcCS :NsrO .co — AAg2JK �p {•F uF �" P.i. vwrcri 4a& S Su•a TN S�C_uT S� Os 31' __.____�—.��.K. - J.: _ STGN. th entr made b, p.Other sinned above omen oNerwix intlicated by other ai`oature ad)aront 16 to entry. #, FAA A-0 (0>— day Ar STw (,alp SLATTUCb. A✓C S, , NU4T'q—_T Al+D wr 53�F .f —�—�. 4 Q.l wATfjt_ Y�Ap�I Py� r 2-7 LF e� •} �'.l wArf2 H'Iq�N rrt --'— —___ Tu C;OE 4 is e.: y1 _ J +war SIGN: All entries made by pcIUMI a othrrwiee indicated by other sipwtare adjacent to entry. ;i parrs - coC ther: � w�=on.ESoo{ JN4V 12 i9K day date �'� INS T1llG] 6f1 Li �{ 4- e s-s wAre.2 PIPE •Nq I" lP L � �'.I wArGtL.-�rw IH bN4ti C 7 T A./C S •. — cCtS�1 rSsCti Fru uu�nao N-'A«C.O 2 F aC- H YM+J TS Rr w.En T Sri �-- — — SIGN: All mtrim inade by perwn alpred above on:eu othot a indicated by other u d b adleamt to entry. b w S 3RD ST. FR011 BURNETT AV S - RAINIER AV S W-36 7B ''ISf `-+ c i GENERAL BID b SPECIFICATION { TABLE OF CONTENTS i Scope Call for Bids Vicinity Map Instructions to Bidders General Table of Contents Special Provisions Table of Contents Technical Provisions Table of Contents Bid Bond Form bond to City of Renton Form Special Provisions Non-Collusion Affidavit Form Certification of Nondiscrimination in Employment Form Minimum Wage Affidavit Form Technical Provisions Standard Detail for General Blocking Standard Detail for Precl t Valve Chamber Standard Detail for 2" Bypass valve Assembly Standard Detail for Large Valve Chamber Standard Detail for Butter My Valve Chamber Standard Detail for Hydrant Assembly k Hydrant Guard Posts Standard Detail for 2" 'la.ow Off Assembly Stsrulard Detail for 3/A" and 1" Meters Standard Detail for IY and 2" Haters Proposal Form Schedule Of Prices Aqreament construction Plans H 4 rz A t i 1 CERTIFIED COPY OF CORPORATE RESOLUTION ' OF FRANK COLUCCIO CONSTRUCTION CO4MPA14Y ' I , J. N. COLUCCIO, do hereby certify that I am the Secretary of Frank Coluccio Construction Company, a Washington 1 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 Lt which meeting a quorum was present and acting throughout, the following resolution was nn:animously adopted by the corporation, to-wit : <"•1' ' "RESOLVED: That Frank Coluccio, the President; Vincent Coluccio, Vice Presider.,; J. N. Coluccio, the Secretary; and Vincent Minice, Assistant 1 Secretary, of any of them, be and they are each hereby authorized to m. ke , execute and deliver on behalf of this corporation any and all documents, papers, contracts and instru- ments of every nature whatsoever that they, a; or any of them, may consider necessary or appropriate in connection with the affairs of ,1 this corporation, including, but without limi- tation by reason of specification, the signing of contracts, bonds , and other assurances." 1 I further certify that said resolution has ncpc in any way been 1 amended or revoked. HATED at Seattle , Washington, this �j day of „ + 1 � 197g. 1 1 _ c Y 7A� S.O0 CITY O► • ) 2167F, ■USINFCLxth FRANK WLI1CClu UCTIt♦ UC./:78 Saw[d Pa[ S-liSeattle, We. 98Underground 1ftLlLties Wrr W W�r r,�•at6: •rL••N TO. ft. Z W°./ CYw %&= M a..I... W .J �•�M• .1.YI dU lWr .M W�Mr . •J �I` Y r•ter.,• I,MwJ ••I.�.-•r. ,.,J•a•0 •Mru .l a.M..• ♦ r.,r••r.•r r L •� m r qt' DAM O101ILMD al"�Alm M; °••'." ' •-•1 STATE OF WASHINGTON !ul1N!SS.. ENO ►R01!!!i0"1! fONtNIfTRaT10N, iR0P!1fI0NRI 01V1110N11 . Rl0. CONTRACTOarGOM!!aL COLVCClOsPRANK :ONST CO 77TS SIMAR0 PARR A' l 50 SIATTLI we 'all$ w...-. ri.•s.e,sr al J 221 Ol NIO_J OBI p; 7! i wn dMwr•WON.411NINA 1 INSTRUCTIONS TO BIDDF,RS r - 1. Sealed bids for proposal will be received by the City of Renton at the 4 office of the Renton City Clerk, Renton City Nall, until 11,00 o'clock A.M., Wednesday, May 17, 1972. At this time the bids will be Puhlidly i pened and read, after which the bids will be considered and the award made as early as practicable. f y No proposal may be changed or withdrawn after the time set for receiving A bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. ;1uanti.ties are understood to ~ be onlyapproximate, Final �a � . Payment will be based on field measurement of actual quanitities and at the unit price bid. The City reserves the right to addor to eliminate portions of the work as deemed necessary. 3. Flans may be examined and copies obtained at the City Engineer's Office. . .. '- Bidders shall satisfy themselves as to the local conditions by inspet- IL tion of the site. '7 4. The bid price for any item must include the performance of all work -a necessary for completion of that item As described in the specifications. � 5. The bid price shall ke 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 fig,tres will invalidate the bid. 5. The right is reserved to reject any and/or all bids and to waive infor- malities if it is deemed advartageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reserva- tion to the TREASURER OF CM OF RENTON in An amount not lees than 5% of the total amount bid shall a.company each bid proposal. Checks will be returned to unsuccessful bidders immediately following decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes A satisfactory ° mane bond covering the fu7.1 amount of the work within ten days after r receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the :ty of Renton as liquidated damage for such failure. S. All bids must be self-explanatory. No opportunity will be #aired for -a oral explanation except as the city may request further inforsation on particular points. 9. The bioier shall, on request, furnish information to the City as to his financia: and practical ability to satisfactorily perform the work. 10. DayAant for this work will be made in cash warracts. t° I 1 � —t •� rl li .` r t Ir. tsar. r • r ,♦ a 1 M J 11 � T r ,a.q.,•,I. 1 ` �t! -�: +�� �!�„�'R was �`'• =MIF fire/} f 14 r ; ti y Y I A♦ `; • l}�� s ^� i y 5V lye !-.: � *f •�{� (. ♦ I _ t � . l ♦ 1 r F a A. '4 N r^ Ft,n. y i 1 a a� .CITY OF RENTON y9 IBID PROPOSAL. AND SPECIPiCATI NS WATER PROJECT 367B i a WATER MAIN ADJUSTMENT i RELOCATIONS FOR SOUTH 3RV bTREET, UAS PROJECT 8-1-102-(18) i i LJ n The inetallLyq of • 12' Ductile Iron Water Main in South 3rd Street from Burnett Avenue South to Rainier Avenue South Jack E. Wilson, P.B. Director of rMinearing e t ' ' �E. • M4 . i rt 1 , t BEGINNING OF FILE FILE TITLE -;k L,"7- 13 - S . 3 ° S� _ % Ave . S. +* Rai nitr Ave +► r t SPECSI,L PROVISIONS (COt7T•) 7 9P-16 WAGE SCHEDULE ( F The prevailing rate cf wages to b9 paid to all workmen, laborers or mechanics employed in the perforvmwe of any part of this contract shall be in accordance with the provisions of chapter 314.12 RCN, as amended. The rules and regulations of the P. p rt+ ent 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 tabor and Industries are by reference made a part of this contract as though fully set forth herein, Inasmuch as the Contractor will be help responsible for paying tl.e pre- vailing wags, it is imperative that all Contractors familiarize them- selves with the current wage rates before submitting bids based on these A specifications. In case any dispute arises as to what are the n,evailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Depart- ment of Labor and Industries cf the Ftate, and his decisions therein shall be final and conclusive and binding on all parties involved in the dispute as provided for by R.C.W. 39.12.060 as amended. The Contractor, on or before the date of commencement of work, shall. file a statement under oath with the Owner and with the6Director of Labor and Industries certifying the rate cf hourly wage paid and to be paid each classification of laborers, workmen, or mechanics employed upon the work by the Contractor or subcontractor which shall be not - less than the prevailing rate < wage. such statement and any supple- mental statements which any be necessary shall be filed in accordance with the practices and procedures by the the rtment of Labor and Industries. • a Prior to commencing work, each Contractor and each and every subcontrac- tor shall file a swoa, Statement of Intent (SF 9882) with the CXner and ' with the Department of Labor and Industries as to the, prevailing wage .- rate, including fringe benefits, for each jcb classification to Le - utilized. The wage rates thus filed will be cl.ecked against the prevail- ing wage rates as detenined by the industrial Statistician of the De- partment of Labor and Industries. If the wage reteu are correct, the _ Industrial Statistician will issue an acknowledgement of approval to the Contractor and/or Subcontractor with a copy to the awarding agency i0wmer). 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 voucicer claim submitted by a Contractor for payment on a project r r SP-Page 6 er SPECIAL PROVISIONS (COW. 1 SP-14 CONSTWCT'ION CONFERENCE (Copt.) of the Contractor will attend a weekly confierence with the Owner s representative to review p -ress and discuss any problems that may be incurred. SP-15 DISPfMS AND LITIGATION Any questions arising between the Inspector end the Contractor or his Su;xrintendent or Foreman as to the meaning and intent of any part of the plans and specifications shall be imoediately brought to the atten- tion of the Engineer and will be adjusted by him. a_ Failure on the part of the City Engineer or his representatives to dis- cover and condemn or reject bad or infericr work shall not be construed a an acceptance of any such work or the past of the improvement in .ieh the same say have occurred. 7• To prevent disputes and litigation, it is further agreed by the parties hereto that. the City Engineer shall determine the quantity and quality of the sevoral kinds of work embraced in these improvements. He shall decide al: questions relative to the execution of the work and the interpretation of the Plans and Specifications. In th vnt the Contractor is of the opinion he will be damaged by such i. .pretation, 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 withil. -hree (3) days the City and the Contractor will each appoint an arbitrator and the two shall select a third. The decision of the majority of the arbitration board shall be binding upon both;yarties and Shall be delivered before anv 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 procwau.a. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the majority opi.n. nn that the Contractor's filing of the protest is capricious and without reasonable foundation. _ In the latter case, all costs shall be bonne by the Contractor. The venue of any suit shall be in King County, Washington, and if the Contractor is a non-residert of the State of Washington, he shall. designate an agent, upon whom process may be served, before commencing work under this contract. i i SF-Fage 5 1 4 i r ., SPECI :I. PROVISIONS (CONT-) SP-12 pRorECTION of PUBLIC AND PRIVATE. UTlLITIF•S (Cont.) .. .• The Contractor shall conform to Section S.(Y) of Standard specifications in regard to protection of public and private utilities. Location and dimensions shown on the plans for existing underuround facilities are in accordance with the best available information with- out uncovering and measuring. The Owner does not guarantee the size and ■ location of existing facilities. It shall be the Contractor's responsibility to contact the GAS COMPANY, Tf_LEPNt;d IE COMPANY, FOWER COMPANY, and the RENTON WATER DEPARTMENT, and nNTM ENGINEERING DEPARTMENT, for exact locations of their respective utilities. SP-13 SCHEDULING OF WORK Section >1.01 of the Standard Specifications shall be deleted and the followin,- inserted: �F Promptly after the award of the cc tract, the Contractor shall submit s' Ifor approval to the Fngineer a progress schedule. From this informs- a tion a progress schedule diagram will be computed, plotted ,Ar:d A ccpy ,,.•'-r j retarned to the Contractor. Faynent to the Contractor on an, .•b`imate # may be withheld until such a schedule has been submitted and approved. Should it become evident at any time d"ring Construction that opera- tions will or way fall behind the schedule of this first program, the " Contractor shall, upon request. promptly submit revised schedules in the same torm as spsci"ied hereini setting out operations, methods, and 1 equipment added I&kor forces or working shifts, niuh' irk, etc., by e which time lost will kr made vp, and confer with the F (neer until an approved modification of the original schedule has be, rcurcd. Fur- " t..er, if at any time any portion of the ac"pted ache,. .e is fo, 1'; to conflict with the contract provisions, it shall, upon request, r,e ' revised by the Contractc_ and the work shall bo performed in canpli.er.. with the cm.traet provir-ions. Faymenty of any further estimates to the Contractor after such request is made and ❑ntil an approved modified schedule has been provided by the Contactor may be withheld. Execution of the worn according to the accepter sehe..ule of construction, or f approved modifications thereof, is hcr,l.y made an obligation of the co' tract. SP-14 CONSTRUCTION CONFERENCE Prior to the start of construction the Enr•:ne.r will call for a pre- construction conference. The Contras vu and: his sutcrcntractors shall attend the pre-conetructi.Cn conference, th, ime, place and date to Lc • determined aftcr awardance of the contract. Su),sAdueotly a cepresentati SP-Pa:(o ) 1 ' SPECIAL PROVISIONS (CONT.) SP-08 NONDISCRIMINATION IN EMPLOYMENT Contracts for work under this proposal will obligate the Contractors and subcontractors not to discriminate in employment practices. SP-09 STANDARD SPECIFICATIONS •� The Special Provisions hereinafter contained shall supersede any pro- visions of the Standard Specifications in conflict therewith. ■ The Standard Specifications for Municipal Public Works Construction y■- prepared by the Washington State Chapter of the American Fvblic Works _ • Associrtion, 1969 Edition, shall be hereinafter referred to as the "Standard Specifications" and said specifications together with the laws of the State of Washington and the Ordinances and Charter of the City of Renton, so far as applicable, are hereby included in these specifications as though quoted in their entirety and shall apply except as amended or superseded by these Special Provisions. .1 copy of these Standard Specifications is on file in the office of the City Engineer, City Hall, Renton, Washington, where they m..y 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 assis- tant or assistants. If SF-10 FIELD CHANGES `. Any alterations or variances from the plans, except minor adjustments in the field to meet existing conditions shall be requested in writing and may not be instituted until approved by the City Engineer or his representatives acting specifically upon nia instructions. In the event of disagreement of the necessity of such changes, the Engineer's deci- •)e Sion shall be final. s SP-11 F'AlIURE TO MEET SPECIFICATIONS In the event that any workmanship does not meet the requirements or specifications, the City may have the option to accept such workmanship if the City Engineer deems such acceptance to be in the best interest of the City, provided, the City may negotiate payment of a lower unit price for said workmanship. S P-Page J >•tt,.ad Ia A L q SPECIAL PROVISIONS fCONT.) E $P-05 TIME OF CCMPIETION (Cont.) extend the time of completion of said work. No extension shall be )° valid unless the same be in writing and accompanied by the written con- sent to such extension: by the surety on the bond of the Contractor. Time lost in replacing improper work shall not furnish arty gr,,,nds to the Contractor for claiming an extension of time for the teen c .ion of the work, and shall not release the Contractor from damages liabili- ties for failure to complete the work within the time required. SP-06 PUBLIC LIPAILITX AND PROPERTY DAMAGE INSURANCE Cho Contractor r!:all 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 providn coverage to the Contractor, any subcontractor performing work provided by this contract, and the City. The City shall be name] as an additional insured on said policy insofar as the work and obligations performed un- der the contract are concerned. The coverage as provided shall protect against claims for personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor, or the subcontractor, or ty anyone directly or in- directly employed b, either of then. The minimum policy limits of such insurance,. shall be as follows: Bodily injury liability coverage with limits of not less than $100,000 for bodily injury, including accidental death, to any one person, and I subject to that limit for each person, in an amount not less than $300,000 for each accident; and property damage coverage in an amount of not less than $50,000 for each accident. A copy of the insurance policy, together wit. a c,A:y of the endorsement naming the City as an additional insured, al.all be provided to the City within a reaso,,able time after receiving notice of award of contract. PROOF OF CARRIAGE OF INSURANCE l The Contractor shall furnish the City with satisfactory proof of carriage of the insurance required. SP-07 NON-COLLUSION AFFIDAVIT The Contractor shall t.� required to exec A ,. .. :ollusion Aff i3avit to satisfy the City that the bid offered is ir.. , ie, not sham or collu- Siva, and in no respect or degree is made iu the interest or on hehalf of any person, firm, or corporation not nr.mr d in the proposal containing such a bid. sp-Yage SPSCIAL PROVISIONS GENERAL PROVISIONS SP-01 DESCRIPTION OF WORK The work to be performed under this contr-ct consists of furnishing certain materials, ui eq pment, tools, labor, and other work or items incidental thereto (excepting any materials, eq.,irment, 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 acc<.r- dance with plans and specifications and Standard Specifications, &I.- of which are made a part hereof. This improvement is subject to the installation of a 12" Ductile Ircn water main and related facilitlb, in S. 3rd Street from Rainier Ave. ' South to Burnett Avenue South. SP-02 DATE OF BID OPENING Sealed bids will be received by the City of Renton, Washinaton, by filing with the City Clerk, City Hall, Renton, Washington, until 11:00 o'clock A.M. Pacific Daylight Time, May 17, 1972, and will be opened and rublicly read aloud in the fourth floor conference room. SP-0, MATERIALS SUPPLIED The City of Renton shall supply all water pipe, fittings, fire hy- drant:%, gate valves, and cast iron valve boxes with their required accessories. The contractor shall supply all other material such as the pre-cast concrete vaults, concrete blocking, shackle rods, fire " hydrant guard posts, vale markers, and all other materials necessary to make a complete installation. The water pipe and all other material will be stockpiled at the City of Renton, Water Shop, located at lot Avenue North and Burnett Street. SP-04 CONSTRUCTION DIRECTION The starting location for this project will be at the intersection of S. 3rd Street and Rainier Avenue South and then progressing to the East. SP-05 TIME OF COMPLETION - � The Contractor is expected to diligently prosecute the work to comple- tion in all parts and requirements. The project shall be completed within thirty (30) calendar days excluding day of starting. Provided, however, that a City Council shall have the right upon request of the Engineer�nq Department, City of Renton, Washington, to FP-Faye I i 1a 1 j�tj4M 0� VYaL�I i ii7 iVA i.� O� 4�e v V i�1i'Val in affect on data of this certificate, arranged by errA rainy T. BCO/I°Ie & CC., INC. Y 91p 7OYtlalcse Ave. l0. t3e,ttL1�.Wslehtn(LOn 9Blp® Thin is to certify that the insurence described below has been arranged for the Insured designated in this cortif+icate. Any regairementt or provisions in any contract or agreement between the Insured end any other person, firm or corporation will not be construed as enlarging. altering ar emending the definition of insured a any other terms or conditions of this certificate or the insurance designated. Such inswance,subject to the limits rA !iability. coverages, hazards. exclusions. provisions. conditions and -•'her terms thereof, Is in full force and affect as of the data this certificate was issued. Name of inured FRANK COLUCCIO CONSTRUCTION COMPANY Address of;nvured 7778 Seward Park Avenue South, Seattle, Washington 98118 I.e,he"Ib alft ho w o,-err lam Mtomobft allll r:,e.n UNITED PACIFIC IOSEMANCE COMPANY bp,.APRIL 1. 1973 p., No_CLP 7243507 Unsit t 100,000,00 tied Pa,e. t300.000.00 E«h OccwM,cs i 300,000.00 Aeeaaate bc.Y Inn,wr_._ - fop Iel. No A Ll. ;h f Eed hnex t_ _-EMF 0'..no G S —_- asansoms Total Pence-a0n OOO 00 h o t 39Q_WO h esNN W.•V WMlly Irrrr.-.e1.eYaM A ruin., I.,.r IMTTHiI PACTFTC TNCImAKCV CQMIPANY bn;, ,aver,.1 -131?Pal. No MP 7243507 L.Yih t.1.QQ.000-f -E.d Ionian a 300'DOn-DD _bch O".,snc. Ef4Y Ne Ueih E-.—_._ Eod Inwn t—---_-Each Occ,rnanco Teaal a lO0.000.00 Each pane+ 300.000.00 6<F 0..miece Pna.rtr Iseeaos LMaae,1.-a,a.r Lose M` sees. - Pr1Ya, l..vror NAHBOH INSURAtlC=MANY E.Pi.AW 1 , 1973-Poi. No_11Q&U___ Ueih I--so Occur,.. . (�S1�QQQiQQ__—_.—_ .• bee,. Ironer --bl' -- Jol. N.-- Limits i _-Each Occi n nis. { .� 10I01 f Vl_000.OI s..a, Occur. bass,v feteo,t buy tres-.,-AM,seeY. [Addnmt r am, In.arar IINTTRn PACTFIC IN&URAUCE COMPANY bpi, APRIL—L 12ap i. No CLP 7243}07 e ni t 50-�0-� bed Clccsnsnce 6pj n _______Pal. Ne__-_ EWY IrWM_.. ' ieth 11 Exch Oc",w." .` o% a 50.On0.00 r,.F occ nu - cordance with the above, this insurance coven the operations and locations described as foilows including nNuel liability cove,ege wlrh respect to any contract or agreement wholly in writing, subject to all the ex- ons, conditions and other provisoes of the insurance. As respects Watermain Adjustment and ocation for S. 3rd Street. leaat tea (10) days prior written notice of cancellation or reduction of this urance shall be given to the below named holder of this Certificate. is agreed Lhat the City of Renton, REnton. Washington, is noosed as an additional ured as respects the above described operations. This certificate a not a policy and does not afford any insurance coverage. This certificate of insurance does iin any way omend, extend,alter or vory the coverage offordird by the policy or policies referred to herein. pt as sponflcoily provided for in this certificate, tl:e Insurers shah have no duty to ratify the party to m this certificate is addressed as to any change in, or cancellation of the insurances and ,boll not be responsible far any failure to do w Y Date June for 1972 ®TANL1oY T. ■OOZ"I' • 00., r290. CITY OF RENTON Municipal Building nct 200 Mill Avenue Southrv_Renton. Washington 98055 E W. Scott fh r, p .- C �l. Aq BOND TO CITY OF RENTON - IDIOM ALL MEN BY THESE PRESENTS: p That we, the undersigned FRANK caLuccro rQNSTgUCTInN r)MpANy Wnohingr.,n r..,p, ,-r4.n. 7778 Seward Park Avenue as principal, CEN N s Aea Rrrw corporation organise ► and existing under the aws o� citste o as a surety corpor- ation, and qualified under the laws of the Stat�shington t�ecom surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of S 46.0"j,12 for the pay- �` meet of which sv an demand we bind ourselves and our successors, a rsF� a�istrators or personal representatives, as the case nay be. This obligation is entered into in pursuance of the statutes of the State of Washing- ton, the Ordinance -of the City of Renton. I a.Y -� Dated at 1. r•— Washington, this y%��day Of A, 19 Nevertheless, the conditions of the above obligation are such that: ". WHEREAS, under and pursuant to Ordinance (or Resolution) No. or by Council action of the City of Renton, passed 19 ttwe-1 yor and City Clerk of said City of Renton have let or are about to e�T to the sa= the above bounden Principal, a certain contract, the said contract being numbered p,& B-i-i020A)Nn_w31s7 and providing for vatermain adjustment and relocation fcr S. 3rd Street naWch contract is__rs`?ee_r_rQ to herein and is made a part hereof as though attached hereto). and WHEREAS, the said principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the tier set forth; SIP NOW, THEREFORE, if the said PRANK COLUCCIO CONSTRUCTION . shall faithfully perform all of the provisions of said contract nee maner andwit n i 7"We therein sot forth, or within such extensions of trma as say be granted under said contract, and shall pay all laborers, mechanics, sub-contractors and material, men, and all persons who shall supply said principal or sub-contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage xcastonad to any person or property by reason of any carelessness or negligence on the part of said principal, a, or any son-contractor in the performance of said work, and shall idesnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as speci- fied in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. APPROVED as to legality: FRANK COLUCCIO CONSTR 09u _ Approved: GENERAL 'S ' i aHF OF AKIVCA rw By: R. N. Scott, Attorney-in-Fact 1 BID BOND romm VArwith find deposit in the fors, of a certified check, cashiers check, cash, or �M bid bond in the amount of S_ which amount to not less than five percent of the total bid. Sign Here BID Bi'ND -----` Know Ali Men By These Presents. That we, FRANK COLUCCIO CONSTRUCTION CO*JANY, a Washington Coryoration as Principal , and GENERAL INSURANCE COMPANY CF AMERICA as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal am of '. ***FIVE PER CENT (5I1 OF TOTAL AMOUNT BIDae• Dollsrs, for the Payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators. succassors,end assigns, jointly and severally, by these presents. < The condition of this obligation is such that if the Obligee shall make any award , to the Principal for the installation of a 12" D.I. WATERMAIN in South 3rd Street from burnett Avenue South to Rainier Ave..ue South according to the terms of the proposal or bid made by the mrincipai therefor, and the %riocipal shell duly sake and enter into a contract with the Obligee In accordance witn ,.�• 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 Principal shall, in case of failure so to do, isy and forfeit to the Mil igee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it at-all be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the £ amount of this bond. 3IGNED, �EALF..0 AND DATED TNIS 17 DAY OF May __, 19 rs FRAN'Y�LUC�IO� TRUCTION COMPANY ?rincipml PresLdaet GENERAL INSURANCE ComrANT Or Amarr-A p 4of{ ty 2 �5 M Robert F. Knudson 14 'Received return of deposit In the sum of 1 BID BOND FORK :Y B)reslth find deposit in the fors of a certified check, cashiers check, cash, or M bid bond in the a ,un' $ which amount is not less than five percent y of the total bid. Sign "e_ BID BOND r` Know All Men By Theme Presents: That we, FRANK COLUCCIO CONSTRUCTION COMPANY. a Washinxton Cgjpetatioa_, as Principal . M and GENERAL INSURANCE COMPANY OF AMERiCA as Surety, are s f� held and firmly bound unto the City of Renton, a• Obligee, in the penal sus of Aa a**FIVE PIER CENT (5%) Of TOTAL AMOUNT gin*** _ Dollars, for the % payment of which the srincipal and the Surety bind themselves, their heirs, executors, administrators, successors,and assigns, jointly and severally, by theme presents. ?'» The con..ition of this obligation is such that if the Obligee shall nuke any sward e to the Principal for the Installation of a 12" D.I. WATERMAIN in South 3rd Street from Burnett Avenue South to Rainier Avenue South * according to the terms f the proposal or bid made by the erincipal therefor, and the .d Principal shall duly wake 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 Principal shall, in came of failure so to do, pay and forfeit to the r,4119ee the panel amount of the deposit specified in she c+.: for bidet, the.1 this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety *bail forthwith pay and forfeit to the Ohligee, as penalty and liquideted damages, the amount of this band. /I SIGNEr,, iEALF..D AND BATED TNIS 17 DAY OffjRy 19_ rZ_. PRAN}1' COLU IO�C0�1$TRUCTION :OMPANT i, Principal PnsfMmt GENERAL IINNSURANCE COMMPANY Of AIMIG sty ' bart E. Knudson 19 1Vc*ivsd return of de,,osit In the sure of f f 7 . 7 TABLE OF CONTENTS SPECIAL. TECHNICAL PROVISIONS f 7 y Section DeacriDti9n P.agp— TS-01 General Statement Tc-1 TS-02 Standaro Specifications TS-1 TS-03 Existing Utilities TS-1 TS-04 Clearing TS-2 TS-05 Pavement Removal, Trench Excavation Bedding and Backfill TS-2 TS-06 Piping materials, Valves, and TS-4 r Fittings TS-07 Pipe _nstallation TS-5 w TS-08 Water Services TS-R TS-09 Restoration of Surfaces TS-8 TS-10 Testing TS-9 TS-11 Disinfection TS-9 TS-12 Cleanup TS-le �i TS-13 meas.irament and Payment TS-10 �a 1 t� TABLE OF CONTENTS SPECIAL PROVISIONS a SECTION DESCRIPTION _PAGE PSP-23 Construction Signs 8 SP-24 R.movinq Traffic and Street Signs 9 SP-25 Construction Equipment 9 ■ SP-26 Size, Haight, Load Restrictions for Motor 9 G Vehicles SP-27 Delivery Tickets 9 SP-28 Waste Site 10 SP-29 Dust and mud Control 10 V SP-30 Payment to the Contractors 10 SP-31 Liquidated Dmages 11 SP-32 Awarding of Contract ti E s� rir C i C' TAR' OF CONTENTS S:'ECIAL PRCVISIONS PAG-*�=� PtiSC RI PTI ON E SP-)l Description of Work 1 SP-02 Data of Bid Opening 1 SP-03 Materials Supplied 1 SP-04 Construction Direction 1 SP-05 Time of Completion 1 SP-06 Public Liability and Property Damage Insurance 2 SP-0' Non-Collusion Affidavit 2 SP-08 Nondiscrimination in Employment 3 SP-09 Standard Specifications 3 SP-10 Field Chanqes 3 SP-11 Failure to Meat Specificationu 3 SP-12 Protection of Public and Private Utilities 4 S'13 Scheduling of Work 4 SP-14 Construction Conference 4 SP-15 Disputes and Litigation 5 SP-16 Wage Schedule 6 SP-17 Subcontractors 7 k SP-18 Change Orders 7 SP-]i Surveys 7 r� SP-20 Overtime Field Engineering 7 ii SP-21 Hours of Work 8 i� SP-22 T,iblic Convenience and Safety 8 1 � r :s dPECIAL, TEC'HNICkL PROVISIONS tCONT.` - TS--06 PIPING MATERIAI£ VALVES AND FITTINGS (Cont.) materials, valves, and fittings shall conform to A.P.w.A. Standard Speci- ficaticns M,d shall be in accordance with the city of Renton Requirements. All pips, valves, fittings, and specials shall be for a mi,,imum water working pressure of 150 psi or as revised by City of Rentor standards, and shall conform to the requirements of the applicable sectiors of the A.P•...A. Standard Specifications. Zt2 PIPE INSTALLATION Y''. Pipe installation shall be in accordance with Section 74 of the A.P.W.A. Standard Spec-ifications, except ar vodified herein. buried 4pipe shall be laid upon prepared Foundation or bedding matarial so that the bottom quadrant is uniformly supported throughout Its entire length, ae specified in section TRENCH EXCAVATION, BEDDING A"D BP=pl,,L. • The average depth of cover for the water main shall be 4.6", end the trench width shall be no greater than 36" except at v-1lve chamber loca- tions. b. 1"ing and Jointing Ductile iron pipe and accessories shall be handled in such a manner as to assure delivery to the trench in sound vndamagen conditi.un. Particular care shall be taken not to injure the pipe lin'_ng and coating. Cutting of Elpe shall be done in a neat, workmanlike manner wit.`, an f■ approved type mechanical cutter without damage to the pipe. }, Jointino shall be accomplished in accordance with manufrct, rer•s racy- msndations. c. fiends and Curves Deflection fry straight line and grade, as required by vertical cures, horiaontal curves and offsets shall not exceed the maximum deflectio,. per ' . joint as rscossmssxiad oy the pipe manufacturer. If the alignment requirq defletti in excess of the maximum recommended, special bends or a sufficient number of shorter lengths of pipe shall be used to provide d arxrylar deflections within the limits set forth. ., TS-Page 5 P. i I 1 } i SPECUL TE;C tM LCAL PRovsSztxlS (IX)Mf.) TS-OS PAVEMENT RF"OVAL, T;+J:NCN EXCAVATIU� Aebt)4W; AND AACKFILL Cont. e. Trenc back i11 and Cannacti on_(cont tests shall be selected by the Engineer. If one or more tests do not meeo­ the fipecif icatione as stated above, additional tests will 1 + taken as requested by the Engineer at the Contractor's expense. (3) r5ubsec.us _C k it : All subsequent backfill under street and shoulder areas si,all be placed in lifts not exceeding 8 inches in :u)se depth, and each liit compacted to at least 95 percent of maximum dry density at optimum moisture content as determined by A6TM Desionation ,769A-58T. Method D. In-place density determination shall he made in A accordance with ASTM Designation 67556-5RT, except as otherwise approved by the engineer. Testing for compactions in the improved areas shall be in accordance with the testing As Stated in the section on initial ba. k- fill. (4) Payment: No separat, or extra payment of any kind will be made for compaction, wetting, drying, water, or processing of materials, but shall be included in the applicable unit price paid for the waterline in Place, complete. f. Select Trench Aackfill Select trench backfill for the pipe shall consist of crushed or naturaliy occurring granular material from sources selected by tl .atractor. The source and quality of the material shall be subject to appr„val by the Engineer. Select trench b,ackfIll shall meet requirements for bank run gravel Class "A" as outlined in Section 26-2.01 of the Standard Specifi- cations. The horizontal "rite 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, 1.0 feet outside of and )arallel to the barrel of the pine and not tLe bell or collar. Ary excavation in excess o: 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 cuytiahall l,t full compensati:m of selecting the source, furnishing, and placing the material as outlined in section 26-2.01 of the Ptandard Eiwcifications. ■ TS- 06 PIPING PATERIAL.-, VAJ.lP$, A141) FM'IW;$ J All pipe sizes as shown on the drawings, and as specified herein, are in reftren.e to "nominal" eiameter, unless otherwise indicated. All Piping TS-F'age 4 ('r t i SPECIAL TBCMdZ<:AL PROVI5IOt7�5 aratENT (cont.) TF EI7CR EXCAVMTIGN iEDDING AND BACYXIL, (Cont.' c. E�avation (cont.l the lines and grades necessary for pipe, bedding and structures, and as Indicated on the drawings. Temporary drains and drainage ditches shall be installed to intercept or direct s.irface water which may affect the prcaotion or condi.tiae of the work. All excavated materials not meetimi 1 the requirements fcr backfill and all excess materials shall oe •waste3 ■. ae specified. No separate nor extra payment of any kind will be made for storing, hanulinge hauling or manipulation of excavated materials, • d. Foundation Preparation and 6eddina Poundation preparation shall be fn accordance with the applicable provi- ; lions of Section 73, A.P.w.A. Standard Specifications, except that the bottom of the trench must be shapea to uni.fozwly support the bottom quadrant of the pipe throughout its entire length. In Cass unstable or unsuitable rxisting material is encountered at the Sri trench bottom, the engineer may direct the use of borrow bedding material ;n accordance with Section 73-2.05 of the A.P.w.A. Standard Specifica- tions. wct trench conditions will not necessarily be cons-dered as an indication of unstable conditions. The trench shall he de-watered and an inspection made by the engineer to determine the suitability of the trench material. All costa for de-watering shall tea the responsibility of the Contractor. Bedding material shall lw, as required for Bank Run Gravai Borrow. e. T.rwteh Backfill�lis] Compac;tis (1) ::enerall Excavated materials that are fx from mud, muck, organic matter, hroken bituminous 9urfacinq, stones larger than 8 Inches c In dimensfon, and other debris, shall be used for backfill except where ' othezwise required. (2) initial eackf111 -tending t� a plane at least 12 inches along then crown of the Lips shell be hand-).laced, sel8cteo excavated material + free from a'ones, hard lumps or other material harmful to the pipe. Initial backfill shall be placed around the pipe in layers not exceeding eight inches in depth, and each ,ayer shall he thoroughly cmmpe^ted by msrhani..al tampers to at least 95% percent of : aximmm, dry density at Optimum moisture content as det,,rmined by Standard Proctor compaction Test, ASTM Designation D698-58T, Method D. All works related to the testing of the compaction, including proctor tests and compaction den- sity tests shall he by the contractor at his expense. Three compaction tests shall be taken on the water trench areas. The locations of the TS-Page 3 1 ti � S"PF,CIAIMX2 IC p(m520Ns fCONT� -.. ITS-04 Cruam gnvr ,. _ 1 Pavement, or other street and road aurfacea shall he cut only to the minimum width which will permit the proper excavation and bracing of the trench, and which will allow passage of vehicular and Pedes`rial traffic. t All pavement cuts shall be made smooth, straight lines or to nearest con- struction joint, and shall be made with clean vertical faces. r ' Removal of bituminous a:;d concrete pavements and utilities shall be con- 9 A.P.N.A. Standard S except ae otherwise provided herein. pecifications, ducted in accordance with Section 52, * }'S-0$ PAVErmW,f RRN V—PL TRENCH EX.^,AVATION, EF.DUING AND k yx / J LL f' u` a. generate Pavement removal, trench excavation, backfill, foundation preparation and •. bedding for waterline and appurtenances shall be in accordance with the applicable provisions of Section 7„ A.P.W.A. Standard Specifications, except As modified herein. �. b. Pavement Removal The contractor shall inform and satisfy himself as to the character, quantity and distribution of all pavement ,gnnval. Removal of existing Pavement shall cover all types and thicknesses of pavement. The con_tract price per lineal foot for "installation of water main"include full compensation shall for cutting or line drilling, breaking and ! removing all types and thickness of pavement encountered in this project. Neither separate nor extra payment of any kind will be made for storing, handling, hauling or manipulation of removed pavement. c. Excavation EThe contractor steal) Inform and sati himself as to the character, Qcantity and dim tria.ation of all mat. 1 to be excavated. No payment shall be made for any excavated mAteri.l which is used for purposes other than those designated. Should the contractor excavate below the designated lines and grades without prior approval, he shall replace such excavation with Approved materials, In an apprcved manner and con- ditior, at his own expense. The engineer shall have complete control over the excavating, moving, placing, and disposition of. all material, and shall determine the suite- �; bility of material to be used as backfili. All unsuitable material shall be wasted as specified. Excavation of every description, classification and of whatever substan- ces oneow,tered within the limits of the project rhal.l be perfonrad to TS-Page 2 / SPECIAL TECNNICAI. rR(mclONs IS-()I GENERAL STATEMENT This section, Special Technical Provisions, is devoted to features of S on-the-site conditions which are peculiar to the facilities to be con- ] strutted for W-367B S. I'd Street, U.A.B. Project MB-1-102(18). f e- hlticles, and some materials, operations, or methods menticned herein or indicated on the drawings as being required for the project shall be provided by the contractor, (except material which in to be supplied by the rity of Renton - see Special Provision SP-03) and he shall prov{de each item mentioned or indicated and perform according to the conditions n+, sta':ed in each operation prescribed, and provide therefore all necessary labx, equipment and incidentals necessary to make a complete and opera- t ble installation. No attempt has been made in these specifications or plant to segregate work covered by any trade or subcontract under one specification. Such ' segregation and establishment. of subcontract limit, will be solely a matter of specific agreement between each contractor and his subcon- tractors, and shall not be has•td upon any inclusion, segregation or arrangement in, or of, these specifications. The contractor and subcon- tractor in each case is warned that work included in any subcontract may be divided between several general apecifications, and that each general specification or sub-head of the technical specification- may include work covered by two or more subcontracts or work in excess of any one subcontract. TS-02 STANDAFP. fiPt.'CIFICATIONS All work under this contract shall in general be performed in accordance with the applicable provisions of "Standard Specification for Municipal Public Works Construction" prepared by the Washington State chapter, American Public Works Association, and in accordance with the require- Monts of the City of'Ronton, except as otherwise amended, modified, or specified in these Special Technical Provisions. Ttems of work nor spe¢ifieally covered in theoo Special Technical Provisions shall be pertorinhl In accordance wrth the requirements specified in the A.P.W.A. Standard Specifications, and in accordance with the City of Ren, n requirements. TS-03 EX1UTINh UTILITIF:: If, in the prosecution of the work it becomes necessary to interrupt existing surface drainage, sowers, undordrains, cor""it, 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 dam#ule to such facilities or structure# due to his coastruction operations, to the satisfaction of the engineer. TS-Page I t iw.. MINIMUM WAGE AFFIDAVIT FORM j City of Renton State of Washington ss COUNTY OF King 1, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour for each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such wor� has been paid less than the prevailing rate of wage or less than the mi,imum rate of wages as specified in the principal contract; that - have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FRANK COLUCCIO CONSSTRRUUCCTIONN COlIPVry .ONTO KA('TOR vice-Ms. Subscribed and sworn to before me on this ata day of r,,,,e 19 72 Notary Puhlic in a�for the State o Washington Residing at Seattle . � bt j CERTIFICATION OF NONOISCRIMIMATION IM EMPLOYMENT ptN� The b/daer represents that he LU has, L= has not, -articirated to a previous contract or subcontract subject to either the equal Opportunity clause herein or the clou a contalned in Section 301 1 of Executive Order 109251 that so has, Q has not, filed ■II required compliance reports; and that representations inAlsiting submission of required compliance reports, signed by proposed sub- contractors will be obtained prior to suhcontract awardf. PRANK COLD CCAM Y ■ BY: [. w IT�— Vice-Prlcideet June S 1972 ate (The above representation need not he submitted in connection with contracts Or subcontracts which are exempt from the clause. ) o I.F 14.43 1 r Fy. �Afy'r. .w NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ) w SS COUNTY OF Ring ' r VSncent,f,Q uccio. Vice President being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on be- half of any person not therein named, and further, that the deponent has not dire,tly induced or solicited any other Bidder on the fore- going work or equipment to put in a sham bid, or any other person or corporatio to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. SiGN HERE: FRANKTLUCCIO CONSTR UC T ION COOMPANY _ Vice-President Subscribed and sworn before me this 5th day of _.luue .Ir 19 72 o ary u c n ai or th to Washington residing at Seattle _ therein. r A j i ap nSPECIAL PROVISIrjRS (COHT L Sp_3� ^AYHET7T TO THE CCkJTRAf'TOR (font.) outlined in Section 9 of the Standard Specifications. palleenta shill be made in Cash Warrants. Partial payments on estimates may be withheld ! r• until work progress schedules as deacribed in Section. EP-11 of these L special provisions has been received and approved. SP-31 LirVIDA'IED DAMAGES Liquidated damages for failure to execute the contract a specified and in accordance with Section 8.08 of the Standard Specifications will be assessed as follows: One Hundred Dollars ($100.00) per calendar day Plus cost of inspection, supervision, legal ex ` ^• "J2y`eg pease and court coats in- c,rred beyond said date. The cost of additional inspection and supervi- sion shall be an amount equal to actual salary cost, plus one hundred v Percent (1001) for overhead and other indirect expenses. :':',F=32 AWARDiYG OF CONf�^'r X ' Awarding of contract will be i,ased on total sum of all schedules of Frices. No partial bids will i;e accepted. aP-Page 11 p.. k i., n SPECIAL eAMSIdNS (CONT.) 1 P-27 DELIVERY TICKETS Cont. Payment will not be made for delivery tickets which do not show type R SMPectoz�• initials. It material, gross weight, tare weight, truck number, date, and show V Scale certif:eation shall be submitted as early in the project 4 Possible. Each weighing station shall maintain a record of the trucks Sighed, date and time, tare and gross weight and t In isolated cases where scale weight is not available, the inspector u Shall measure the truck volume and certify as to its full load delivery. + a .. $?-2 WASTE srIE . The Contractor shall conform to Section 4.06 of Standard Specifications In regard to waste sites. The Contractor shall have the responsibility of obtaining his own waste sits. All work included in this secti..., shall be considered to be incidental to other items of work and no further compensation will be J 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 ]'At spoils along the route. Prompt restora- tion of the route is mandatory. `y SI 29 DUST ANU MUG COtTfFiGL The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment .. for the duration of the project. The contractor shall be prepared to use watering trucks, power sweepers and other pieces of equipment as 1. deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints on dust, mud or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in eorreati:ig will be required. Written notice of correction of complaint ftURS will be called for should repetitive complaints be received by the City. M-10 PAYMFNT TO---._ '!7E CONTRAC. TOR Payments to be made to the Contractor will be made in the manner SP-Page 10 � r 5, A M tPFCIAL PROVISIONS (C(MS.) �?'�3 CCNSTR[k.R101 S1C�NS_ (Cont.) 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 VI "Traffic ' Controls for Highway construction and Maintenance Operations" of the � Manual of_UJ2Lform Traffic Control Dev e . y SP- 24 REMOVING TRAPRIC AND STREET SIGN15 6 The Contractor shall be responsible for maintaining all traffic and 9 street signs. In the event it shall be necessary to remove a traffic ■ or street sign, the Contractor shall notify the City Engineer, City Roll, City of Renton, Washington, for all changes made. When the work has been completed, and prior to said area being open to traffic, the cm- tractor shall notify the City Engineer, city Hall, City of Renton, Washington and obtain his approval of signins. SP-25 CCNSTRCTION EOUIPMgg Drivers of motor vehicles used in connection with the construction or repair work shall obey traffic rules posted for such location in the some manner and under the same restrictions as provided for the drivers of private vehicles. SP-26 SIZE, "EIGHT LOAD RESTRICTIONS FOR MOTOR VEHICLES All motvr vehicles of the Contractor, Subcontractors, and suppliers ".� rhall strictly adhere to Ch. 46.44 of the Motor Vehicle Sawa of the State of Washington (1967 Edition and ame.idments thereof) in regard to size, weight, and loads of motor vehicles. �? Payment will not be made for any material that is dhlivered in excess of the legal weight for which the vehicle is licensed. t� Any gross violation of these regulations sl.all be reported to the 6 affected law enforcement agent. The contractor is to furnish to the City Engineer a listing of all haul vehicles used on this Iroject, listing the vehicle number, license num- ber, tare weight and liceived load limits. SP-27 DEId VERY TICKETS All delivery tickets that are required for the purpose of calculating quantities for payment must be received by the bnginser at the time of delivery. No payment will be made on tickets turned in after date o! r` deliver, of material. 4 _ � P-Page 9 f} k f r _., SPECIAL PROMSTUNS (CONT.) f .kP-21 HOURS OF WpFZC • Ths working hours for this project will be limited to week days during the period from 8:00 A.M. to 4:00 P.M., unless otherwise approved by the City. ro so SP-22 PUBLIC CONVENIENCE AND SAFLTY The Contractor shall, at his own expense, provide flagmen, shall furnish all signs, barricades, guards, construction warnings, and night lights in order to protect the public at all times from injury as a result of his opericions. If the Contractor should tail to maintain sufficient lights and barricades in the opinion of the Engineer, the City shall a have the right to provide these lights and barricades and deduct such costs from pe.yments due the Contractor. A plan for traffic control must be submitted for the Engineer's approval before the beginning of construction. The Contractor shall maintain detour routes and other routes used by his equipment hauia,ng materials to and from the area. Attention is directed to applicable portions of Section 7.15 of the Standard Specifications. In addition the follorinq special provisions shall apply: A. Traffic and pedestrian access will be maintained as directed by the Engineer. 1. 'two lanes to be available 7 days a week between the hour& of 4-00 P.M. and 8:00 A.M. 2. One lane may be permitted between the hours of 8:00 A.M. to 4:00 F.M. Monday through Friday. 3. Under no circ,metances may the road be closed for any extended period. B. Local police and fire departments shall be notified, in writii:q, prior to construction. C. Access and egress to local residents shall be maintained at all tines, with special attention given to buainesr' properties. A:1 costs involved in the above shall be considered incidental to other coats of work invol ned and no further compensation will be mode. SP-24 CONST7iljCTION SIg2ls The Contractor shall furnish and install construction signs which con- form to current City of Renton Sign No. T-38 "CAUTION, CONSTRUCTION AHEM," SP-Page 9 'A} 4 "t +� SPECIAL PF.nvIslc •_ SP-16 WAGE 5CHNLULF (Copt.) estimate shall state that prevallimj wages have been paid in accordance with the profiled Statement or Statements of Intent em file with the Department of Labor and Industries as approved by the Industrial Statiatician. M Affidavits of W&9e8 Paid (SP 9843) are to be filed with the State Treasurer or the Treasurer of the county or municipal corporation or other officer or person charged with the custody and disbursement of the state or corporate funds as the case may be and trio (2) copies of each Affidavit are to be filed with the Director Of the Department of Labor and Industries, At-tention: Industrial Relations Division, Avenue, Seattle. Whenever practicable, affidavits r 1601 Second Giculaz contract should be s pe taining to a par- r as a package. SP-17 EV_ BC�.mys .. A list of subcontractors and suppliers that will be involved with this , project shall be given to the Engineer for his review and approval immediately after the eontrac has been awaraed. This list must be received I,y the Engineer befor< the contracts may be signed. SP-1, 8 am" OPJ)EM' All additional work that requires compensation to the Contractor for 'Lass that p>ices are not included in the contract shall r written change order before work may be done. cKluire a The Contractnr shall be responsible for acquiring the necessary change order& that are required by any of his subcontractors. SP-19 SURVEYS . Section 5.06 of the Standard 40cificaticns shall be amended by the Addition of the following sentence; "The Contractor shall notify the engineer A minimum of 48 hours in advance of the reed of surveys." SP-20 -9MR-T- 9 plELD EIIOIREERIdC When the Contractor performs construction work over the accepted 8 hours per day or 40 hours per week, or on any City holiday, and the work re- quires inspection, than the Contractor shall reimburse the City at the rate of $12.00 per hour. The City shall have the sole authority in determining the necessity of having the overtime inspection, and mall notify the Contractor of intent and said coats will be deducted from monies due the Contractor on each monthly estimate. C SP-Paoe 7 r i I �— FINISHED GRADE SHALL INCLUDE 1 . HYDRANT EXTENSI6A"" WHEN NEEDED OLYMPIC FNDRY- - OR EQUAL Cl , u4LVE BOX y 2 • S' C.I SPOOL —6° GATE VALVE (FL y MJ)CONC ), ■ 3/4"SHACKLE RODS BLOCKING - -- • ' CONC r•.'1� t © .,, BLOCKING i5 • 11/2"WASHED GRAVEL `_X^ 6" TEE J•FL) ! 16' 4" CONC BLOCKING " f 1f r! HYDRANT HYDRANT GUARD POSTS SHALL # BE STATE OF WASHINGTON DEPT OF HIGHWAYS DESIGN OF CIRCULAR I2' b —2' I 2' PRECAST CONCRETE GUARD RAIL N POSTS. I �y L(—)-GUARD POST (TYP) O 4 STANDARD DETAIL r1FOR HYDRANT ASSEMBLY a HYD GUARD POSTS 1 3 f 'P I 112MIN--- VAULTVAULTCONSTR'ICTION AND I 3'Mw REINFORCING SHALL BE • � 24'MIN. 7 AS FOR LARGE VALVE 18 MIN ; CHAMBER •- O i'.'• 4n. .. •r,•. 0io r •• LID 19MIN. O � � !'•: LID AND RING SHALL BE O I,/•� � OLYMPIC FNDRY • 5822 O�.i�T- i WITH TYPE D LID OR EQUAL 24"MIN. so r .A - .. .. 18"MIN. • T \ is 'flN STANDARD DETAIL. FOR BUTTERFLY VALVE CHAMBER lb,8 UP t 1 OLYMPIC FNDRY 7 12' M'N A CASTING • 5B22 WITH TYPE D .t . LIO Ok EQUAL 1 Ol— ' A. 1-7 DW 1 a? >^ j y, LADDER IRON 16 0.C ' 2• � 24' — - �� '' R " 3'-S" MIN — Z4 s MODE ALL CONC. Cl. 5(I.1/2') — ' r , r LI y A 24 MN �' 11/2"ANNU- " f LAR SPACE ��_1-7•+r��� i I IT _ g" :: 3/4" EXPA- NSION JOINT MATERIAL -I50" F OR 16" 9 VMLVESI _ 510BARS 124"66F30, T-�T�-- 4 CTS t SECTION A—A _EXTRA BARS 5 4) BARS 6"CTS. EXTRA BARS STANDARD DETAIL FOR LARGE VALVE CHAMBER '4 ti 45' If MATERIAL LIST I - 12" GATE VALVE (MJ) ELEVATION VIEW_ 2- 2" 90* ELL(IPS)(TYP) 3- 2" GATE VALVE( C.I. BODY) ( 2" OPERATING NUT) ,; • ----- 4- 2" NIPPLE ( IPS)(TYP) "� 5- 2" DRESSER COUPLING Q, 2 3 nl 4 It. ' trr - PLAN VIEW STANDARD DETAIL FOR 2 3YPASS ASSEMBLY FOR 12" GATE VALVE � 4 1 OLYMPIC FNDRY CASTING % 5822 WITH TYPE D LID OR EOUAL d CONC RINGS BLOCK OR BRICKS (TYR) MOTAR(IYP)� — m — I RT r r 'tom' 1� # X /4"EXPANSION N ° 'o+ JOINT MAW*& o i All I 4 MIN 4" 4'�----- 4" r 1 STANDARD DETAIL t FOR j CONCRETE VALVE CHAMBL'R FOR 12" GATE VALVE 't« ! wry r R Thrust of Fittings In Pounds at 100 Pounds po,Square Inch of Woter Pressure '•b R{Iw T,n 60 e. 95.•7 2211M- ",fN Zia psi An,(M, 64n 1'. 2nd r-100 1220 1720 931 474 U1 ISM 1960 1020 S19 2W 1610 2270 1230 629 6 —100 1560 2750---._1490—.�. 759 •y! - - ISO JIM 29M 1550 790 , 20o 2350 3330 iPM 919 r-100 3M 5920 2930 I5 TYPICAIsm ISO 6100 6900 3140 1600 ' — Soo 6710 6710 3630 1150 THRUST BLOCK LOCATIONS r �s 1"—ISO 1560 $310"M 5090 1720 ) —_ $g �t ISO 7910 q70 $340am 30" 300_ 7910 II2011 6050 1090_ n! /0" 50 1620 13M ISO 3930 100 low 1961.0 7190 6020 ISO 138M 15900 0600 400 x00 12100 17400 9950 8910_ --- ••• 17"— >D 11100 19500 10600 5390 —n+' •` (�V 100 46M 20600 11200 5700 ►701"'T� �} (((*+".9 ��,. . r'�� z � ,1 E6p96PtC -.15 -- / 2W 13200 60 7 I200 196 1 72 200 210 S{ 19 SO Ism 216300 143M 7270 � ,S 100 INN 29000 15200 7760 ° ISO 22WO 20600 16s00 8990 w 200 23300 32900 178C0 woo 16"— 50 29000 33800 10400 $370 100 25PW 39300 19700 10000 1S0 rnol 39600 21300 10900 ---— 200 low 42900 23200 Moo y 19"— :0 30M 624W 23000 11700 ISO 35000 95600 36f00 l2700 — 20n 38300 99300 293M :119W .4 250 36700 56100 29300 we 70"— 50 M]00 51700 M100 19300 --- .•. 2010W1:i1:lEooa 100 397M 56100 30300 ISM ISO 63000 $0900 32900 16600 200 67409 97WO 36300 18500 11 W:::!50 S230a 76a00 80000 R0100 A too swa 9C300 97.A0 22200 150 $1700 1?300 47200 24100 IN — 60200 96400 522M _ _ISM 10"-- SD 12900 I1]000 p100 72300 _too 19200 1210M 61300 39900 t` - r ISO M700 137000 74000 37700 200 106000 Ism 11100 61/00 7/ - SO 111000 1790M 96900 96100 4 Y, e IIcaSO I37000 197000 96900 4600 {F■� /S ISO 152000 I97000 116000 59300 f00 15M00 275000 116000 59300 4 r Typical Usage of Above Chart 1 ■■ Example: A 12" diameter water main operating ;i+. at a water pressure of 150 psi , requires, for a 900 bend, a thrust block of concrete weighing 22,500 �a' 1. lbs. s. ( I Cubic Foot of Concrete - 147 lbs. ) ( 1 Cubic Yard of Concrete =3969 lbs. or Approx. 4000 lbs.) S0 the required concrete necessary to block the above 900 bend would STANDARD DETAIL be 22,5000 divided by 4,000 or approximately 5.6 cubic yards FOR GENERAL BLOCKING si SPECIAL TECHNICAL PROVISIM (g((M .). ■■ w ,TS-13 ME3ISUREMENT AND �A)2E (;ont.) J. Furnishing and Installation of Crushed Rock Surfacing The furnishing and installinq of all crushed rock surfacing material required in the :street restoration shall be incidental to the contract. k. Furnishing and Installation of PC Cold Mir. Asphalt NC Cold Nix Asphalt shall be measured and paid for at the applicable contract price, per ton, payment of which shall constitute full compen- sation for furnishing and installing the material In place complete. 1. Patchir..q of Cement Concrete Cement concrete resurfacing or patching shall be measured and paid for At the applicable contract price, per cubic yard, as per Sectim 54 of the APWA Standard Specifications, payment of which shall ca;st£- tute full compensation for the resurfacing, complete, including sub- grade preparation, and all necessary incidental work. E M. Patching of Asphaltic Concrete y Asphaltic concrete patching shall be measured and paid f.r at the applicable contract price, per ton, as per section 54 of the standard Specifications, payment of which shall constitute fell compensation for the resurfacing complete, including subgLada prepara- tim, preparation of and connection to existing pavements, base course, tack coat; fi-nishing, and all necessary incidental work. n. Partial Furnishing ana Reinstallation of Existing Water Servieea The furnishing of the fittings an pipe necessary, and the reinstalla- tion of the existing water services shall be paid for at the applicable unit price for each, in place, complete, which shall constitute full compensation for the individual water service as detailed on the Improvement plans and in conformance with all manufacturers installa- tions. The Contractor shall supply all materia3s for the water services. The unit price bid shall include all costs to make the connection to the water main, furnish and install the water service, and connect to the existing water meter. Ttie unit trice bid also includes all come to adjust the existinq -dater mp.tnr, as required. 1 ■ T Page 12 * k SPECIAL TECHNICAL. PROVISIONS (CoWT) TS-13 MEAS^REM1•:13T AND PAYMENT (Cont. C. Partial Furnishing and Installation of Gate Valve Aasembligs (coot.) constitute full compensation for the concrete vault= and all other rece- .� Seery accessories for A complete installation. NOte: City to supply only the 24" Butterfly Valve. d. Installation of Fire Hydrant Fire hydrants assemblies shall be measured and paid for at the appli- cable unit price per each, in place, complete, which shall constitute full compensation for tee, valve, valve box, spool, fire :.ydrant, Shackling, installation of blocking, bracing drains fitti 9 , nqe, and all. other necessary accessories for a complete installation. Note: City to supply only the tee, valve, valve box, spool and fire hydrant. G. rnishira and Installation cf Fire Hydrant ward Posts. 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. IMtallation of Fittings Fitting installations shall be incidental to the contract. g. Furnishing and Installation of 2" DIM Off Assembly The furnishing and installation of 'ow-off assemblies shall be paid for at the applicable unit price pee each, in place complete, which shall constitute full compensation for plug, or cap tapped 2", 2" galy. iron pipe, 2" gate valve, valve box, 2" galy. 900 Fend with 4" drain hole, 2" x2li" adapter (IPTX Hose) with cal; and chain, and meter box, and all other necessary accessories for a complete installation ' h. Furnishing and Installation of Concrete Blocking 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. Furnishing and installation of Select 'Trench_Backfill Select backfill shall be measured and paid for at the applicable con- tract price,per cu.yd.payment of which shall constitute full ccapensa- tlon for furnishing and installing the material, in pla.:e, complete. �- TS-page 11 1 } SPE:C�I,AL 'TECHNICAL PROVISIONS (CONr.) ,. r TS-12 CIEANUIP - During the time that the work is in progress, th,, 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- tained in a satisfactory condition, the engineer may cause the work tc • stop until the "clean-up" portion of the work has been done to the ■ satisfaction of the owner and/or engineer. TS-13 MEAS_ URF.MENT AND PAYMf.Nl' a. General ' 9 Unit or lump aum bid prices for all items shall include all costs for labor, equipment, material (if included), testing, relocation and mo0ifications to existing utilities, and all incidentals necessary to make the installation complete and operable. ' b. Installation of Water Pipe The price per lineal foot for installing of the water pipe, size and quantity listed in the bid schedule, shall constitute full compensation for the water line in place, complete, including: clearim, grubbing, stripping, all pavement removal, excavation, trenching, backfillinq, foundation preparation, compaction, pipe laying, jointing, fitting installations, sheeting, shoring, dewatering ane. excluding temporary restoration, cement concrete and asphaltic concrete resurfacing or patching. C. Partial Furnishing and Installation of Gate Valve Assombliea i (1) The R" and ema. ier gate valve assemblies shall be measured and paid for at the applicable i,At price per each, in place, complete, which shall constitute full compensation for the valve, valve box with extensions, if necessary, concrete valve marker, and for all other necessary acceraories for a complete installation. Notes Citv to supply only the valve and va:.ve box. (M Ir gat, valve assemblies shall be measured and paid for at the applicable unit price pis. each, in place, complete, which shall constitute ful'. compensation fox the concrete vault; and all other necessary accessories for a comq .cte installation. �+ Ns,�s•. City to supply only the 12" gate valve and material for the 2" bypass valve assesshly. (3) 24" P�itterfly valve assemblies shall be measured and paid for " at the applicable unit price per each, in place complete, which shall ! TS-Page 1P s { SPECIAL TECHNICAL PROVISIONS (CONT.) TS-09 RESTORATION OF SURFACES (Cont b. TeroorarV MC Cold Mix AARhalt MC Cold premixed asphaltic concrete shall be required in some areas for temporary patching on this project, where deemed necessary by the Engi-- neer. .r5-10 TESTING a• imskmL Hydrrstatie pressure and leakage tests on the new pipeline shall be made in accordance with applicable provisions of AWWA C600-54T or C603-64T and Section 74 of the A.P.W.A. Standard Specifications, except as modified herein. �. All equipment necessary to make tl,e tests shall be furnished by the contractor anc the contractor ahal) conduct all tests under the super- a� vision of the engineer. b. ffEesjyre.TeSt, Prior to acceptance of the system, the instalration shall be subjected tc a hydrostatic pressure test of 250 psi, sno any leaks or imperfec- tione developing under sail pressure shall be remedied by the contractor before final acceptance of the system. The contractor shall provide all necessary equipment and shall perform all work connected with the tests and conduct said tests in the presence of a Utilities Department Inspector. Insofar as practical, tests shall be made with pipe joints, ■■ fittings and valves exposed for inspection. • C. 1-10k492 Tents ■ leakage tests may be required after the pressure test has been satisfac- torily completed on the new pipeline or concurrently with the pressure 1 test. The hydrostats- pressure for the laaka;e test shall be equal to 1CO psi. TO-)I DISINFECTION Disinfection of the new water system shall be rsqui ed prior to comple- tion of the project and shall be in accordance with AWWA Specification C601-54 and Section 74 of the A.P.W.A. Standard Specifications and shall meet the acceptance of ate State of Washington Department of Healta. The initial concentration of chlorine in the line shall be 50 parts per million and this solution shall be held for a period of 24 _ hours. Disinfection of tha entire water system installed or disturbed under this contract, including pipe, pipe fittings, valves and appur- tenances, is required to conform with the specifications stated herein. ^S-Page 9 SPECIAL TECHNICAL PROVISIONS jCUMr 1 TS-07 PIPE INSTALU 'ION Cont.Z h. 2" Blow-Utf Aa. sanbl'es cone 1 Renton "Standard Datail for 2" Blow Off Assembly" as bound in these speciflcatin"s. Galvanized steel pipe and fittings shall conform to the requirements in Section 72 of the APWA Specification&. �- Note: t.ontractor shall supply all material for the blow of: Assemblies. Ii• 9pacrelt Blocking •• General concrete thrust blocking shall he in accordance with Provision 02.14 of Section 74, A.P.W.A. Standard Specifications. The City of Renton Standard De Lail for general blocking cations.-D8 W is bound in theme apecifi- r TSATER SERVICES M■ The existing water services shall remain in service during constructien 'of the new water main and until final acceptance of the required tests on the new main. Upon final acceptance of the new main, the existing services will be reinstalled or Capped into the new main and the metes boxes relocated where necessary, or 'u directed by the Engineer. They shall be installed as per the City of Renton water service specifica- tions as bo„nd in this document. r TS-09 RESTORATION OP �::nfACES a. General. Due to the fact this work is being performed in conjunction with the street wideninq project, the extent and type of restoration will be decided by the Engineer or his delegated rerrear-ntative. Basic Requirements for surface restoration are as follows: Roads, streets, driveways, shoulders and all other surfaced areas, removed, broken, caved, settled or otherwise damaged due to installa- tion of the improvements covered by this contract shall be repaired and resurfaced to match the existing PAveaem nt or landscaped area as set forth in Section 54, of the A.P.W.A. Snecifications. r. T.i'Payp v 4 SPECIAL TFxHNZCAL PROVISIONS (CONY 'y - TS-07 PIPE INSTALLATIOF: (Cont.l f. VO1Vea and Valve ChMbera (cont_j, and a 2" Bypass Valve Assemhly, -nd a precast concrete vault. The City of Renton Standard Detail for. "Precast 12" Gate Valve Chca:aer" and 2" bypass assembly ate bound in thee^ specifications. Valve chambers shall oe in accordanca with Section 76 of the A.P.W.A. Standard Specifications except as me,dif Ned by details bound in these specifications. Note: Only Gate Valve and 2" Bypass Assembly materiels to be supplied by the city. Contractor to supply all ether necessary materials. Y (3) The 24" Butterfly Valve Assembly shall include: 24" Butterfly 1' Valve (MJXMJ) and A cons,;ructed concrete vault. The City of R+.nto-I ! Standard Details for Large Valve Chamber and Butterfly Valve Chamber are bound in theme specifications. i Valve chambers shall be in accordance with section 76 of the A.P.W.A. �7 Standard Specifications except a, modified by details bowed in these apecificaticross. Notes Only Butterfly Valve to be supplied by the City. Contractor to supply all other necessary materials. g. g re H drant Assemblies Fire hydrant assemblies installation shall he in accordance with Section 77 of the A.P.W.A. Standard Specifications. The Fire Hydrant Assembly shall include: 12" x 6" C.I. Tee (MJ x FL), 6" .Ate Valve (FL x MJ), 6" C.I. Ptpo Spool (PE x PF.), 5" MVO Fire Hydrant (MJ Connection), 8" x 24" C.I. Gate Valve Box, and 1/a" Shackle r Nnd with accessories, and hydrant extension where called for by Engi- /, nee r. Fire Hydrant guard poet shall be installed where deemed necessary Sy the City Engineer and/or sham on the construction plans. The City of Renton Staneurd Detail for hydrant assembly and hydrant gu.:rd posts is hound in these specifications. Note: Only the Tee, Gate Valve, Pipe, Fire Hydrant, Gate Valve Box, and Hydrant extension will be supplied by the City. h. 2" Bln+-off Assemblies Ww.or main blow off assemblies shall be constructed as shown on city of TS-Page 7 ['PECI'I. TECNNIC'A7 PROVISIONS (CONT.' ' -07 PIPF INST)LI2T ON Conti d• Special Aachoraae All free ends, bends, tees, laterals and any change in direction of Piping shall be adequately braced and blocked to prevent movenent frog thrust by use of concrete thrust blocks, tie rods and joint harnesses. Concrete thrust blocks ,at bo poured against undisturbed ground. Thruat olockM shall be provided at all changes in direction of piping. �- In adeition, all joints at bends or changed in direction, to a point at least three joints beyond the tangent point on either side of the band, 46 shall be provided with a positive locking device to prevent_ s of the joint under full test pressure. The locking may be accomplished by use of tie rods and joint harness, subject to the prior approval o the engineer. After the pipe has been joined, aligned and permanently bedded, the joints shall be drawn up to assura permanent water-tightness -: but not so tight As to prevent flexibility to allow for some movement caused by vibrations, expansion and contraction. e. Connections to Existing PS oe and Structures Connections to existing piping are indicated on the drawings. The con- tractor must verify all existing piping, dimensions and elevations to &Mauro proper fit. The Contractor r,Jt also provide any specials required to make a satis- factory conndcti.on. The City of Renton Utilities Department shall make connection to existing mains at the Contractor's expense. The Contrac- tor shall also be required to help the City forces with the connection At the discretion of the engineer. The contractor shall be responsible for the p, ,tectim of all existing piping and appurtenances during construction, and shall take care not to damage them or their protective coatings or '.,pair the operation of the existing system in any way. f. elves and Valve Chambers Valve installation shall be in accordance with Section 75 of the A.P.N.A. Standard Specifications except as modified herein. (1) 8" and smaller gate vt.lves shall include an R" x 24" cast iron ga- A valve box and extensions if required by the City Engineer. Note: Cate valve and 8" x 24" coat iron calve box to be suppled by the City. (2.) The 12" gate valve assembly shall include: 12" gate valve (NJxNJ), TS-Page 6 MENOMINEE 4u'�F f •� ' nJ ENDING OFFILE FILE U • R • ` • , • I r , a I Flowww Now I 1Y' Y t • 4 Page 4 raaponafb111ty for faults materials or workmanship. The Cortractor shall t. Iunder the duty to tweedy any defects in the work and n- r any damage to other is work resulting therefrom which shall appear within , d of cne (1) year from the date of final acceptant, of the work, unless a longer per!od is specified. The City will give notice ct observed defects as heretofcre Specified with reasonable prompriess after dis^.ovary thereof. (9) The Contractor and each sub-contractor, if any, shall submit •o the • Citysuch schedules of ? quantities and coats, progress schedules, payrolls, reports, 1 estimates, records and miscellaneous d>ta pertal,.ing to the contract as may be re- quested by the City from time to time. ;10) The Contractor shall furnish a 3urecy bond or bonds as "curity for the . faithful performance of the contract, Lncluding the payment of all pezaons-. and firms t 8 4 perferning labor on the cnnatruction project rider this contract or furnishing + r materials in connection with this contract; said bond to be in the full amount of 7 r the Contract Price as apecitied in Parsgraph 11. The surety or sureties on such - a bond or bonds must be duly 1. .eased as a surety in the State of Washington. t ' Fort Six Thousand Fort(lli The total amount of this contract is the sum of Y Y , Five Dollars and 13/100 ($46,045.13) which includes Washington State Sales Tau. Payments will be made to Contractor as opec!f led in the "general concttions" of i this contrac... .s IA WIT14ESS WHZREOP, the City has caused these presents to be signed by its r Mayor and attested by its City Clerk and the C,.,crsctor has hereunto set his hand and real the dsy and year first above written. i= «e . Giwi'RACTOR CITT OF w.y Frank�_ Col�/�l1ccio Construction Company, Inc. q 1eQgpg_Cnmera tam �.. 7)jkrli(/�1+�4� Mayor ATTEST: T to of ng on #ezj-u1=3 u city Curk City of Renton L-cense: 345-72 a 4 -- - Pale 3 said contract such materials, machinery, appliances, equipment, plants and other properties belonging to the L:ontractor as may be on site of the project and useful 7 therein. f6) The foregoing provisions are in addition to av:l not in limitation of any other rignts or remedies available, to the City. ,- (S) The Contractor shall hold and ea-+e the city and its officers, agents, servants, and employees harmie•.= from any and all liahility of any nature or kind, . including all costs and legal expense incurred by reason of any work ea the contract ~� to be performed hereunder, and 'or, or on account of any patented or unpatented Invention, process, Article or nppliance manufacrnred for use to the performance of the contract, including its use by the City, unless otherwise specifically r stipulated in [hi:, Contract. j (6) Any notice from one party to the other party under the contract shall - .f be in writing and shall be Cited and signed by the party giving such notice or Fy its d0 y authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by deposit!. 1 aame in g the United States Mail , postage prepaid and registered. r 3 - N (7) The Contractor shall cosmen_e performance of the contract on the :29=day of '�,�c13, 19 7 , and shall complete the full performance of , the contract not later than 30_ calendar days from said date of commencement. " Far each and every day of delay after the day of completion, it is herebv stipulated and *greed that 6,e damages to the City occasioned by said delay will be the sum of One Hundred Dollars (S100.00) , as liquidated damages fer each such day, which shall be paid by the Contractor to the City. 4 (8) Nei-1,er the :.nal cartificnte et payment oar any provision in the con- tract nor partial or entire use of r.nv i—.tallation provid for by this contract r shall rel c the Contractor of liabitir-. in respect to any express warranties or w r s y e .. � t (a) This agreement (b) Instruction to bidders (c) Bid proposal (d) General conditions (a) Specifications (f) Maps and plans (g) Bid 1 I, (h) Advertisement for bide (1) Special contract provisions, if any (3) If the Contrac .r refuses or fails to prosecute the work or any part thereof. With such diligence as will insure its cot., ,etion within the time specified In this sa f contract, or any extension in writing therei , oc falls to complete said work within such tier, o* if the Contractor shall be -djudged a bankrupt, or if he should sake a •� ._genera) assignment for the benefit of his creditors, or if a receivar shall be appointed ,a<. d or account of the Contractor's insolvency, or if he or any of his sub-contractors r' rbould violate any of the prcvisions of this contrac�, the City tay then serve written notice upon his and his surety of its intention to terminate the cmtract, and unless w Me rY a -within ten (10) days after the serving o" such notice, such violation or non-cospllence i of any provision of the contract shall cease and satisfactory arrangement for the _ correction thereof be s• this contract, shall, upon the expiration of said tan , .day period, cease and detum.ne 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 :o take over and perform the contract, provided howe,ez, that if the suety within fifteen_ 15 days after the serving upon it of such notice of termination doge not perform the contract oz Coee not eoe•ence o:rforman=.. thereof vt bin thirty (30) days from the date of serving such notice, the City itself any take over the work under the contract and prosecute the save to completion by ' emntract or by any other method it may deem advisable, for the account and at the ssipsere of the Contractor, and .is surety shall be liable to the City for any excess cost or other damrgu occasioned [ne City thereby. In such event the City if It so VF, slects msy, without liability for en doing, take possession of and utilize in completing t y THIS AGREEMM, made and entered into this day of ac, 1.9 by and between THE CITY OF RENTON, tlashingtoa, a municipal corporation nk Coluccfo Construction State of Washington, heral,.fter Corporationeferred to as "CITY" and '•CONT RA/"f0R". GOeVany, Inc. , a Washington he referred to as -- N I T N (l) The Contractor shall within the time stipulated, (to.-wit: within 40 _ calendar days prom date of execution hereof as n•q+iced by the Gn,tract, at of which this agreement is a component part) perform all the work and services and provide aid furnish all of the labor, materials, required to be perforseO, P appliances, machines, tools, equipment, utility and transportation services necessary to ytrturm the contract , and shall complete she construction am in- contract , stallation work in a a workmanlike manner, for connection ctth the Clty's Yrelect r~ for improvement by construction and (identified a UAB 8-1-107(18TIo. W367E ) :ustallatlon of: S• 3r 8sinie A^enue Sou" to Burnett Avenue So••th ___—__— installed, and shell be performed, furnished, constructed, A.`.1 the foregoing including any y plans and speclficat Una, cc 4Plevel in strict conformity with the p and all addenda issued by the City and the other documents hereinafter enumerated. It Sa agreed and stipulted that said labor, materials, ap apliances, machines, tools, llation De equipaa,t and services shall be furnished and the construction and 1°et Engl neer as performed and complete d [n the satlaf act ion and approval of the City' if tcatlons and all requirements of the being in such conformity with the Plans, Spec contract. Contractor's .� (y) The aforesaid Contract, entered into by the acceptance of the y and signing of this agreement, cons lets of the follow bid ing documents all of ,j which are compocenl par's of said Contract and as fully a part thereof if u J as if hereto attached: bevel., set out in full, and it not attached, f s� l fah �i 1 [tl + 'aRl ee rtN �Y �SYT' i r yi Afl F act June 1, 1972 4, PRICE AND (W-367B) r, +q OUTI_TY REVISZONS TO S CfiEWLL 0 PRICES 1'J•E ytM APPROXIMATE ryf�E �,pY D.E�RZ FR'I(k) c'li 120 LF UNIT MIC5 T2xa MAZ E Install 24" Ductile Zton, Ci.Pl w t T.J.) Water Pipe Y}' r FC :-teen Doll]Zp� Per L.P. (W)rds) 2250 LF Install 12• Water Pipele Iron, CLM2 rx (Eight W lars c 85i f^t r • 3 470 LT Install 6^ '$. --.—.�._ {p Cast Iron (T.J.) Water Pipe r.. a Ten Dullars 6 Per LF i—.10�[,.2 4,700,00 . 2 Furnish 11 Part a ;{ Install BY,tterfl V 1 Cone. VauIt Y Valve As in ;T l-hundred Dollar i • Per 14 t 0 Cu.'fd, . Furnish and Install cement Concrete Surface RestoratlOL luf� ?"1.lars) Per . d---'"- $ 50 00 0 15 140 TONS •s Furnish and Install Tamp. Cold Mix Asphalt Surface Restoration ♦1 2i ht Dollars) i Per Ton $--.— 8.00 Total of Revised Items M Total of Items Not♦ Revised Contract Sub-Total5,24 St Sales Tax Contract Total L-4,292.63 "••(� UNDERSIGNED BI' R HEREBY AGREES TO Tiff' "§ 45. 1N TiB; +CHEDUI,E `ICZS 1F ThIS PRO AlY]VE REVISIONS AND QUANTITY RE PROJECT IS AWARDED FQN. 0(xTIONS 1 DATE ♦ _THIS rj iN DAY OF JUN E--,�1972 Signed and sea iad before r 5th day of June, 19972. me this L 7 TITLE Vice-President II,�,, ''II __ ADDRESS 1778 S '—_ r !rotary Pubi l.c Sn and for tCe ward Park of Waahinpton, resld Sn Ave So. S et Seattl e, S w Battle, Wash Sngton 98118 K c 1: SCIMULE OF PRICES i1 (W-367E) UNIT TOTAL cea!!r?r �vcrnr PTION FarCE PRzrE I L� 3 Zk y�{n. latlon of 15' Water Sarvica S / Tar Each 19 2 EA Rains latlon of 1" Water Eervlca Ate:- 0 Per Rae% s 59 � � Subtotal � g. 5• Saltl Tax ' TOTAL </ � i 20M 9, jt7SiY Aapa" TO START CONSTRUCTION W ON TRIS i' 7 T Ii 1 D&Yi AND To COlIPLETE THE '.IOPF MI'ITH lNlN THIR (30 TY (l0! CON- 1 smcwfm CNLAU M L • 1'lµTLMG ppiBTRUCTIGN. =I � _DAY OF 1912 I111" G ' FpAtIK COLUGCI0C6NSTRUMoM C'D�r� , SIGNED: w+, AWRLSS: .. 7778 SEWARU PARK AV[. GO. f.� r Y g S ,.T S(IZOU[E OF PRICES (w-3615) UNPT fain 1R2 10 O1 instal Tirs Hydrant ius`bilee •• /boo For Each 30 8 to ►areish and Install Fire Hydrant * guard Post/ e $ -2per- Tar 3^06 11 2 Ba Tarnish and Install 2• Elow-off 9S rer Each 12 2C CY Tarnish and ::nsull Concrete Block- .. � r oa- �� Per Cab Yards 13 1060 CY Tarnish and Install Select Backfill 1 Mayrial oo •• Per Cabin Yards ld 130 CT Tarnish and Install Cent Concrete surface R4r o+ra_ 1rn— '• ,�fv5o,•- . J 1! 240 Tons Tarnish and install Asphaltic Conc. / s4rfwe Lee rats - �.e •• % + Pei Ton it 16 20 Y PALnetallation of/� 3'/4 -•pMeter e For .. Ber.}ae 1T 6 a �spata;7aesaa of I• �,aur yo.� .. per Bach ti R ; , y t? S.'igDULB JP PRICES 1M�767B) + -EMIT TOPAL APPROOFI?WrE - "�( g1AN1 STY -E`C RIPTION — • 2 280 LF Install 24" Ductile Ir:n, class [ l .J.) Water Pipe �� �♦ ,. . Pet L.F. (words) (Figures) a y 2360 LP Install 12" Ductile iron. --lass lI 'r ,7,) water Pipe 3 580 LF install R" east Iron iT.j.) Water Pipea/ sO' ee- 1 JrYf / 3 Per L.F. 4 760 LP 1"ttall C'ast iron IT-J.) Water + =i &—�— -- Per L.F. 5 80 IF Install 4" Cast iron ('P.J. ) wat"r ,• eI Pipe Per L.F. 6 2 EA furnish :n Part and Install 24" sutterfly Valve Aseanblies in , ✓ �oru�1V its._../ $ .t e•e- s�..rr-"_ Per Each r .7 4 EA futnish in Part and install 12" ra opts valve As.eablies in Cone_- .' i1 v.v a da.GCg.�c%_ 4 £Lo- Per Ex,h g 15 to install 8" and small'r cat" Valve f "1 Fer F.a w G� •t M i A ` p f e ;d Y k Y e PROPOSAL TO CME CITY OF PENTCN RENTON, WASNINCTON Gentlemen: The undersigned hereby certif that K - haseexamir-d the site of the proposed work and ha Y e rZ6 and fThcroug ly u� ;t:nd the plans, specifications a.id 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 ar can be • completed with the money available, in aceerdan:e with the said plans, specifications ++ and contract and the following schedule of rates and prices: +1 (Note: Unit prices for all items, all extensions, = � anJ—total amount of bid should he shown. Show unit prices bcth in writing and in figures.) Signatu.-e�-a-..�/L i Address YRawx rninrnn rntmonl7lnw ra 7778 SLWARD PARK AVE. SO. Names of Members of Partnership: SEATTLE, WASH. galls 4' Nam of President of Corporation . 7� �«C.< <'.t<.e Name of Secretary of Corporation ;y, It:<cc--c Corporati.�, Organized ender the laws of ; CLdzc�,�I .x y 4 With Main Office in State of Washington at ul } �l1 x L ry` f 46 i i 1 o d d \ 1 � b � P M 1 arV M 4•.r Rwrzaced Print w, ,d j VW M*fV L C wW rYt an DO Not Scale e, cor4r.,w. ear +a...a h wou — J 11 C101! �w1Y MOr IMAR[ ] (1 �V Mf1 5w'rrG) L, ll Lv glob YrQCA RrS Vwby.! Y .l l O. w[M T O N e, wr�u[ wut YKYC JorA .JTl 1 rVi.V ..........A C ..o rsus rns_.. wr rtr ero 5�AN0 �A N rr Lrs+ Nag .�ru a w•rnc . sl'i 1 I .2 WATER 5ERVICC5 L worm (rCM n•�. .) Juts )'M '- -- M, (.rY ✓� {R•IV1 [01111111fi 1 ( 4 eves, 'j` I 1 f 1 t i ue4••p•.or t i 1 t A, iV4T FbW $Wi(( ClM► MY(t�CP fG >TTC\INNIN A� xlr( S1RN�S(gNCT CLIII�I MI�;C,LLfP �_ GDR AS![STOy WIN Reduced Priest '..' L'. C:RfORMpN y�pF 1 IAU[Il(R M'ly��y , I (pR LOST'R@i M�,N i (• COP"* PPE TVIC R .wIABLf1 --1 no Not Scale AW t FIFTER SbC i CaD RR(U NIETLR AS R. RIO } L 1 T r O f R t N T O N IAST IIgN M[T(p m(, Q\TMRI[ r ylll 1 fa .P ED STR((TS <' caeRLTe rTTea TIOA --j STANDARD -SPECIFICATION K pNr -,+uMngEO STREET} IOR 3 T —� '.i WATER A%tCE5 T '�V11R CAIaLaW ! MVFUER N iSgyp YCt1� 7 *Fe — IB Fz P - a � 4 I {a yl CURB fAi WATER MAIN \ HGATE VALVES PLUG WITH 2r7AP /� 2'BLOW OFE—/ _ ;pit ASSEMBLY L \ 9EA ND CURB OR SIDEWALK fi 18t � APPROX. 21 x16xI5 METER BOX---' VALVE BOXY n \_2y 2 1/2'ADAPTER(IPT+ HOSE) ;; r BLOCK END OF MAIN WITH CAP 9 CHAIN I 2'GAW PIPE PLUG WIT:1 2*TAP 2'GALV. 9C° ELBOW LWITH i/4'ORILLED HOLE v / !r TER MAIN 2=GAtJ PIPE 2' GATE VALVE [— 2"GALV. PIPE w (C1. BODY A 2 LG=ERATING NUT) STANDARD 0' �l. FOR BLOW OFF ASSE.., l r-=