Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WTR2700388
BENSON RD. FROM EAGLE RIDGE DRIVE TO <` W- 3 8 8 INTERSTATE 4,05 OVERC'ROS S TNG � w TABLE OP CONIEYPS SPECIAL PROVISIONS SECTION DESCRIPPION PAGE SP-01 Description of Work SP-02 Date of Bid Opening l SP-03 Materials Supplied 1 SP-04 Construction Direction 1 Sp-05 Time of Completion SP-06 Public Liability and Property Damage Insurance 2 SP-07 Equal Employment Affidavit 2 ' SP-08 Fair Practices Policy 2 SI'-Os1 Affirmative Action Program 3 "v SW10 Non-Gnllusion Affidavit 3 SP-11 Nondisrrlmination in Employment. 3 SP-12 Standard (,yecificatione 3 SP-13 E'feld Changer 3 SP-14 Failure ) Meet Specifications 4 ' SP-15 Protection of Public and Private Utilities 4 SP-16 Scheduling of Work 4 SP-17 Construction Conference 5 i SP-IA Disputes and Litigation 5 1 SP-19 Wage Schedule 6 SP-20 Subcontractors 7 SP-21 Change Orders 7 SP-22 Surveys 7 SP-23 overtime Field Engineering 7 SP-24 }burs of Work 7 SP-25 Public Convenience and Safety 9 GENERAL L'ID R 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 Equal Lmpl.oyinent Opportunity Form City of Renton Fair Practices policy City of Renton Affirmative Action Program Non-Collusion Affidavit Form Certification of Nondiscrimination in Employment Form Minimum wage Affidavit Form Technical Provisions Standard Details for General Blocking Standard Detail for Hydrant Assembly R Hydrant Guard Frosts Proposal Form Schedule of Prices Agreement r Construction Plans f Irk I GFESNER &: BROWN, INC. GENLRwL Ilr[LINa CONSTRUCTION 11026 - 142NM SOUTHEAST RENTON, WASHINsTON We096 AL 6-5046 . 9A6-1763 November ?2, 1972 CERTi= COPY OF CORPORATE REOLUTION OF GETTER & BROWN, INC. I, :AIRY L. MC MiRY9 do hereby certify that I am the Secretary of Cesner & Brown, Inc., a 4a4nington corporation* and that at a meeting of the 3oard of uixctors, duly hold ir. accordance with the Articles of Incorporation and Bylaws of said Corporation and at which meeting a quorum was present and acting throughout, the following resolution was unanimously m adopted by the corporation, to-wits "RLSOLVEDs THAT Phillip C. Cosner, the Presidents Ardyn L. Brown, Vice President$ and Cary L. McHenry, the Secretary, or any of them, be and they are each hereby authorized to slake, execute and deliver on behalf of this corporation any and all documents, papers, contracts and instruments of every nature whatooever that they, or any of thy way consider necessary or appropriate in connection with the affairs of this corporation, including, but without limitation by reason of specification, the signing of contracts, Lands, and other assurances." I further certify that said resolution has not in any way been amended or revoked. 1 DATZD at Renton, Washington, this 22nd day of November, 1972. r .. ...._ ._............. .. f REGt CONTOACTIR+SPECIALTY GESNER / SROMN INC 11025 1v1ND SF 4ENTw IAA glm77 r _ -� ,CC�4N1 NYWew l,/Mwl✓lNf Glry rL ! 223 .21 i C ((r CITY or .II.INt" OCCN NMA'k _._ ,w,weww11025 1Lb1d AY1._S.. - •*•^r wt.vrr..INv_tam _ n.K � �„�,N��UnderRrnd.. Uti ttr Comtr. 'H4 C.4 R l 19'2_. _ tl NO/T Twwly N Oft. Ow VW N Mw OtWwIM hl... 1 t r INSTRUCTIONS TO HIDDCRS (CONT.) 9. The bidder shall, on request, furnish information to the City as to his financial and ,Tactical ability to satisfactorily perform the work. 10. payment fur this work will bp made in cash warrants. ti. r Ar INSTRUCTIONS TO RIDDCRS 1. Sealed bida for proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City hall, until r 2:30 o'clock P.M., Wednesday, November 1, 1972. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practic- able. No proposal may be changed or wiehdrawn after the time met for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done, is shown on the plans. Quantities are unders'ood to be only approximate. final payment will !w based on field measure- ment of actual quantities and at the unit price bid. The City reserves the right to add or to elimip^te portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the City Cngi:eer's Office, bidders shall satisfy th,-meelves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the bpecifica- ,., tions. A. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible 01F'ures will invalidate the bid. 4. The right is reserved to reject any dnd/3r all bide and to waive Informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfaetory bid bond made payable without res- ervation to the DIRECTOR of rINAtN:C Or CITY OP RCNTON in an amount not less than 6i of the total amount bid shall accompany each bid proposal. Checks will tie returned to unsuccessful bt.ders immediately following decision as to award of contract . The check of the suc- cessful bidder will he returned provided he enters into a contract and furnishes a satisfactory Performance bond covering the full amount of the work within ter, days after receipt of notice of inten- tion to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. a. All bids must bt Felf-explanatory. No opportunity will be offered for oral explanation except as the City may request further informs- tion on particular points. i . I AM /ow Ow•fib uw ..5.•.=afyynf0 1 / r' d�lr A11NOIA 09£ -M ns.n YJ)O ONI•�lamlems I• w NOIN39 /O AA- 17 f / I / / / / g / 1311SI 1c3P0 d \ O / � I I / of. I � I �' ♦ I w 1 f w I , I f Y Sealed Lids will be received until 2:30 o'clock P.M., Wednesday Nov. 1, 1972, at the office of the City Clerk and publicly read dloud at 2:30 o'clock P.M., same day, In the fourth floor con- fereru.,e room located at the Renton Municipal Building, 200 Mill Avenue South for the installation of an S" C.I. WATERMATN in Benson Road South from Eagle Ridge Drive to Interstate Highway #405. Plans and specifications may be obtained from the office of r the City Engineer upon roceipt of a deposit of $10.00 for each set. The deposit will tx forfeited, unless plans and Specifics-:.re returned in good condition thirty (30) days after date cf bio opening. A cer•ifted check or bid bond in the amount of five (5) percent i of the total amount of the bid must accompany each bid. Washington State Sales Tax shall be a separate bid item. Tht, City reserves the right to reject any and/or all bids and to waive any and/or all informalities in bidding. All cast ire n pipe, fire hydrants, gate valves and fittings will be furnished by the city. The policy of the City of Renton is to pr",te and afford equal treatment and service to all citizens: and assure equal employment opportunity based an ability and fitness to all persona regardless of race, creed, color, national origin, sex, physical handicaps or age. This policy shall apply to every aspect of employment practices, employee treatment and public contact. De, meafl, r.• y er k , Date of lot publication: Wednesday, October la, 1972 Date of 2nd Publication; Wednesday, Octnlx•r 2.5, 1972 Published in the Daily .Toornal of Commsrrce: Friday, October 29, 1972 Friday, October 27, 1972 1 � N . 1 rY Fv. MY OF RLNTON f RID YROPOFAL AND SPECIFICATIONS WATER PROJECT 389 WATER MAIN INSTALLATION FOR HEN" ROAD The installing of S" rest Iron Water Main in Hemwn Road South from Eagle Ridge Drive to Inleratate Highway 04V Bert McHenry, P.E. Acting Director of Engineering i � ti low BRoWII, Cob4TRACTOR !' (ZAG 30)Z 7R GA"Y G ENGINEEP.ING DEPARTMENT r n WATERMAIN INSTALLATION w , FOR BENSON ROAD FROM d EAGLE RIDGE DR. to INTERSTATE 405 w OVERCROSSING r ( W- 388) CITY ENGINEEn'EI OFFICE . RENTON. WASHINGTON MUNICIPAL OUILDING 2W MNLL AVE $0. RENION,WASH.99M 235.2631 � tt of I r S I R, BEGINNING OF FILE t FILE TITLE T 1_ l BQ.nSon Qd• �r�rn C-a9k Q'.�nt. Ur�vt �o IYi TaTL ` qO`- �vt r GrOSS In ) '� 1 SPECIAL PROVISIONS (CONT.) SP-19 MACE SCHEDULE The prevailing rate of wager to be paid to all workmen, lalorers or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or Localities where this contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industry are by reference made a part of this contract as though fully set forth herein. Inasmuch as the Contractor will be held responsible for paying the pre- vailing wages, it is imperative that all Contractors familiarize them- selves with the current wage rates before ubmitting bids based on these specificifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by 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 of the State, and his decisions therein shall be final and conclusive and binding on all parties involved in the dispute as provided f r by R.C.N. 39.12.060 as amended. The Contractor, on or before the date of coameneement of work, shall file a statement under oath with the Owner and with the Director of Labor and Industries certifying the rate of hourly wage paint 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 if wage. Such statement and any suVole- mental vtatements which may ue necessary stall be filed in accords ^e with the practices and procedures by the Department of Labor and Industries. Prior to commencing work, each Contractor and each and every subcontrac- tor shall file a sworn Statement of Intent (5.- 9w)) with the Owner and with the Department of labor and Industries ae to the prevailing wage rate, including fringe benefits, for each ,Job classification to be utilized. The wage rates thus filed will be checked against the prevail- ing wage rates as determined by the Industrial Statistician of the De- partment of Labor and Industries. If the wage rates are correct, the Industrial Statistician will issue an acknowledgement of approval to the Contractor and/or Subcontractor with a copy to the awarding agency (Owner). If any incorrect wage rates are included, the Contractor and/or Subcontractor will be notified of the correct rates by the. Industrial Statistician and approval will be withheld until a correc' statement is received. Each voucher claim submitted by a Contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance -. with the profiled Statement or Statements of intent on file with the Department of labor and Industries as approved by the Industrial Statistician. SP-Page G � k W „5 ) SPECIAL PROVISIONS tANT. SP-17 CONSTRUCTION CONFERENCE Prior to the start of mstrurtion the Engineer will call for a pre- construction conferenc... The Contractor and his subcontractors shall attend the pre-construction conference, the time, place and date to be determined after awardance of the contract. Subsequently a representative. of the Contractor will attend a weekly conference with the Owner's representative to review progress and discuss any problems that may be incurred. SP-18 DISPUTES AND LITIGATION r Any questions arising between the Inspector and the Contractor or his Superintendent or Foreman as to the meaning and intent of any part of the plans and specifications shall be immediately brought to the atten- tion of the Engineer and will be adjusted by him. Failure on the part of the City Engineer or his representatives to dis- cover and condemn or reject bad or inferior work shall not be construed as an acceptance of any such work or the part of the improvement in which the same may have occurred. To prevent disputeR and litigation, it is further agreed by the parties hereto that the City Engineer shall determine the quantity and quality of the several kinds of work embraced in these improvements. He shall decide all questions relative to the execution of the work and the interpretation of the Plana and Specifications. In the event the Contractor is of the opinion he will be damaged by such interpretation, he shall, within three (3) days, notify the City Engineer and the City Clerk in writing of the anticipated nature and amount of the damage or damages. In the event an agreement cannot then be reached within three (3) days the City and the Contractor will each appoint an arbitrator and the two shall select a third. The decision of th? majority of the arbitration board shall be binding upon both parties and shall be delivered before any work is performed upon the feature in question. The arbitration shall be conducted i accordance with the statutes of the State of Washington and court decisions governing such procedire. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the majority opinion that the Contractor's filing of the protest is capricious and without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. The venue of any suit shall he in King County, Washington. and if the Contractor is a non-resideut of the State of Washington, '•,e shall designate an agent, upon whom process may be served, before commencing work under this contract. SP-Page 5 ��n SPECIAL PROVISIONS (CONT.) SP-14 FAILURE TO MEET SPECIFICATIONS r- In the event that any worknanship 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 lowv. unit price for said workmanship. f SP-15 PROTECTION OF PUBLIC AND PRIVATE UTILITIES The Contractor shall conform to Section 5.09 of Standard Specifications in regard 'o protection of public and private utilities. Location and dimensions shown on the plans for existing underground _ facilities are in accordance with the beat available information 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, TELEPHONE COMPANY, POWER COMPANY, and the RENTON WATER DEPARTMENT, d, an RENTON MMMIRG TMN ,for exact locations of their respective utilities. Also, contact the CABLE TV COMPANY if necessary. SP-16 SCHEDULING OF WORK Section 8.01 of the Standard Specifications :;hall to de ted and the following inserted: Promptly after the award of the contract, the Contractor shall submit for appruval to the Engineer a progress schedule. From this informa- tion a progress .cnedule diagram will be computed, plotted and a copy returned to the Contractor. Payment to the Contractor on any estimate may be withheld until such a schedule has b ,n submitted and approved. Should it become evident at any time during construction that opera- tions will or nay fall behind the schedule of this first program, the Contractor shall, Pon request, promptly submit revised schedules in the same form as specified herein; setting out operations, methods, and equipment,added labor forces or working shifts, night work, etc., by vhlch time lost will be made up, and confer with the Engineer until as - approved modification of the original schedule has been secured. Fur- ther, if at any time any portion of the accepted schedule is found to conflict with the contract provisions, it .shall, upon request, be _ revised by the Contractor and the work shall tie performed in compliance with the contract provisions. Payments of any furtter estimates to the Contractor after such request is made and until an approved modified schedule has been provided by the Contractor may he withheld. Execution -- of the work according to the accepted schedule of constructinn, or approved modifications thereof, is hereby made an obligation of the contract. Sp-page 4 r { �r SPECIAL PROVISIONS (CONT.) f" SP-09 AFFIRMATIVE ACTION PROGRAM The Contractor shall be required to read and abide by `he City of Renton Affirmative Action Program as incorporated in .,Is document. SP-10 NON-ALUISION AFFIDAVIT Lae Contractor shall be required to execute a Non-Collusion Affidavit to satisfy the City that the bid offered is genuine, is not scam or collusive, and in no respect or degree is made in the interest or on behalf of any person, firm, or corporation not named in the proposal containing such a bid. f SP-11 NONDISCRIMINATION IN EMPLDYMENT Contracts for work under this proposal will obligate the Contractors and subcontractors not to discriminate in employment practices. The Contractor shall also be regvired to execute the Non-Discrimination r in Employment form as incorporated in the document. SP-12 STANDARD SPECIFICATIONS The Special Provisions hereinafter contained shall supersede any pro- visions of the Standard Specifications in conflict therewith. The Standards Specifications for Municipal Public Works Construction prepared by the Washington State Chaptcr of the American Public works Association, 1969 Edition, shall be hereinafter referred to as the "Standard Specifications" and said specifications together with the laws of the State of Washington aid 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 ;hall apply except as amended or superseded by these Special Provisions. A copy of these Standard Specifications is on file in the office of the City Engineer, City Nall, Renton, Washington, where they may be examined and consulted by ary interested party. Wherever reference is made in the Standard Specifications to the Owner, such reference shall be construed to mean the City of Renton, and where reference is made to the Engineer, such reference shall be construed to mean the City Engineer, City of Penton, or his duly authorized assis- tant or assistants. SP-1.3 FIELD CI(ANGES An; alterations or variances from the plans, except minor adfustment$ in the field to Meet existing conditions shall be requested In writing and may not be Instituted until appro-ed by the City Engineer or his - representatives acting specifically upon his instructions. In the event of disagreement of the necessity of such changes, the Engineer's deci- sion shall be final. cP-Page 3 r. 8 SPECIAL PROVISIONS (CONT.) Se-05 TIME OF COMPLETION (Cont.) Time lost in replacing improper work shall not furnish any grcunds to the Contractor for claiming an extension of time for the completion of the work, and shall not release the Contractor from damages or liabili- ties for failure to complete the work within the time requin�d. ` SP-06 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCt The Contractor shall obtain and keep In force during the term of the contract, public liability and property damage insurance in companies and in torm to be approved by the City. Said inaurance shall provide coverage to the Contractor, any subcontractor perfnrming work provided by this contract, and the City. The City shall be named as an additional insured on said policy insofar as the work and obligations performed 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 say arise from any act or omission of the Contractor, or the subcontractor, or by anyone directly or in- directly employed by either of them. The minimum. policy limits of suet) insurance shall be as follows: Rodily injury liability coverage with limits of not less than $100,000 for budily injury, including accidental death, to any one person, and rubject 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 with a copy of the endorsement naming the City as an additional insured, shall be provided to the City within a reasonable time after receiving notice of award of contract. PROOF OF CARRIAGE OF INSPRANCE The Contractor shall furnish the City with satisfactory proof of carriage of the insurance required. SP-07 EQUAL EMPLOYMENT OPPORTUNITY AFFIDAVIT The Contractor shall bo required to # •ute the "Certifi^ation by Proposed Contractor, Subcontractor an� supplier Regarding Equal Employ- ment Opportunity" form, as incorporated in this document. Be shall also abide by all rules and regulations ad required by the instructions of the aforementioned form. SP-08 FAIR PRACTICES POLICY The Contractor shall be required to read and abide by 'The Summary of Fair Practices Policy of the City of Fenton", as incorporated in this document. SP-Page 2 1 SPECIAL PROVISIONS GENERAL PROVISIONS SP-01 DESCRIPTION OF WORK The work to he performed under this contract consists of furnishing certain materials, equipment, tools, labor, and other work or Stems incidental thereto (excepting any materials, equipment, utilities or service, if any, specified he.ein to be furnished by the City or others), and performing all work as required by the contract in accor- dance with plans and specifications and >tandard Specifications, all of which are made a part hereof. This improvement is subject to the installation of an A" cast iron water main and related facilities in Henson Road South from Eagle Ridge Drive to Interstate Highway p405. SP-02 DATE OP HID OPENING Sealed bids w'll be received by the City of Renton, Washington, by filing with toe City Clerk, City Hall, Renton, Washington, until 2:30 o'clock P.M. Pacific Standard Time, November 1, 1972, and will be opened and publicly read aloud in the fourth floor conference -mom. SP-03 MATERIALS SUPPLIED The City of Renton shall supply all water pipe, fittings, fire hydrants, gate valves, and cast iron valve boxes with their required accessories. The contractor shall supply all other material such as concrete blocking, shackle rods, fire hydrant guard posts, valve 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 Slop, located at 1st Avenue North and Burnett Street. SP-04 CONSTRUCTION DIRECTION The starting location for this proje( '. will be at the intersec`ion of Eagle Ridge Drive and Henson Road South and then progressing to the North. SP-05 TIME OP 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 the City Council shall have the right upon request of the Engineering Department, City of Renton, Washington, to extend the time, of completion of said work. No extension shall be valid unless the same be in writing and accompanied by the written con- sent to such extension by the surety on the bond of the Contractor. SP-Page 1 1 - I . _ O�o•OHO+O✓l•oo_�iy��OyO..o.�i��i"O^T`g+o�2'4_�. —_ CERTIFICATE OF INSURANCE Certificate Issued To: CITY OF RENTON, WASHINGTON Municipal Building 200 Mill Avenue South Renton, Washington 98055 r Nome of Insured: GESNER S BROWN, INC. 11025 142nd S. E. Renton, Washington 98055 4 This is to certify that the insurance indicated hereunder has been issued and is in full force and effect IY - ontheeffectivedateofthiscertificote. This Certificate does not in any way amend, extend, alter or vary the coverage afforded by the policy or policies referred to herein. AMOUNTS OF LIMITS COVERAGES PROVIDED 1.$100/300,000 - Bodily Injury COMPREHENSIVE GENERAL AND AUTO LIABILITY 50,000 - Property Damage AUTO LIABILITY ONLY 2. 507000 - Property Damage GENERAL LIABILITY ONLY 3. 4. NAME OF INSURANCE COMPANY ICY NUMBER EXPIRATION DATE 1.UNITED PACIFIC INSURANCE COMPAIIY CLP 7243615 March 31, 1973 2.ALL-STAR INSURANCE CORPORATION GA 07568 March 31 , 1973 I VT IS UNDERSTOOD AND AGREED THAT THE CITY OF RENTON, WASHINGTON. IS NAM4D AS AN ADDITIONAL INSURED UNDER THE ABOVE POLICIES AS RESPECTS THE JOB DESCRIBED BELOW, 4,5UBJECT TO TERMS AND CONDITIONS OF SAID POLICIES. Description of item, location, or project to which this certificate applies: Project W-388, Watermain Installation for Benson Road, from Eagle Ridge Dr. to Interstate 405 Overcrossing .77� I� Ten (10) days' written notice of cancellation er reduction in amounts of insurance shall be given to 4 the above named holder of this certificate. PITTS L ASSOCIATES""VNC. Dote of Issue: November 13, 1972 J. '�• 250 Central Building Seattle, Washington 98104 7i%4�✓��G-dv��/=���ii:o-o�.o�wro+m�li.-i�:d-G✓ro-�/h:�•7iJ�7fii�t����� .�.6*. s � BOND TO CITY OF RENTON f" KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned GESNER t BROWN INC, 11025 142nd Avenue S. E., Renton, Washington 98055 as pry c an U. S. FIDELITY AND GUARANTY C'N.PANY , corporation organized and existing under t e laws of the .State of maryland as a surety corpor- ation, and qualified under the laws of the State of Washington to become surety upon bonds Of contractors w;th municipal corporations, as surety arL jointh• and severally held ar.d firmly bound to the City of Renton in the penal sum of $ 5,325.6O for the pay- ment of which sum on demand we bind Ourselves and our successors, heirs, administrators or personal representatives, as the case may be. (' This obligation is entered into in pursuance of the statutes of the State of 7.ashing- ton, the Ordinance of the City of kerton. Dated at _ Seattle , Washington, this 13th day ofIlovember 19 72 Nevertheless, the conditions of the above obligation are such that: WHEREAS, tinder and pursuant to Ordinance (or Resolution) No. or 6y Council action of the City of Renton, passed November 20 , 19 72 77e—mayor and City Clerk of said City of Renton have let or are about -o let to the sai�Gesner&Brewn,lncthe above bounden Principal, a certain contract, the said contract being rum ere W-388 and providing for Const. and Installation of 8" Watermain in Benson Roa-j-fo—uth from Eagle E c Drive to Interstate Highway w e contract is referred to herein and is made a part hereof as though attacFeTTereto ' and i WHEREAS, the said principal has accepted, or is abcut to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; J NOW, THEREFORE, i, the said GESNER F BROWN INC, shall faithfully perform all within th_ of the provisions of said contract in the manner an e time therein set forth, or -..� within such extensions of time as may be granted under said contract, and shall pay all Laborers, werhanics, sub-contractors and material, men, and all persons who shall supply said principal or sub-contractors with provisions and supplies for the carrying on cf said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub-contractor in the performance of said work, and shall idemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance 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 i otherwise it sha.lI be and remain in full force and effect. APPROVED as y6pality: GESNER 6 BROWN, INC. BYi .in, - Jyyy'y -^ Approved: U. S, FIDELITY AND GUM ;Y CWAIIY Carol L. Bernard, Attorney�n-£act - t 41► t C WY OF RFSOLUTION TMr WIN.,... it I. uoawen for the effect"" " otecCrm of 6wiaw the the(..PRAY appoint.grate aad ettnrmry..ah power .Ad awlwnty to act for ii and in it, amr in Suter ether than Maryland,and in the Temtmka el to United Sulu and in the Pmviama of the Dominion of Ceneda end in the Colony of Ne.foev.dlad a Themlwd, r. It Readteed, that thin Cempan. de,.ad it hereby does,wit-ru, end .,—or its Provident or either of it-Vim Praa kou is eonivael✓a with in Smmu y er eno Of its AeiWpt S.eetenw.under iu wrporete tool, to.'pert I" genera er Ronne as altoenry or .nerweyeimfaeq or agent or ow.nu of rld (,t npany, la iu n.me and .. its act, to ...cute enl &L er any end all Arm trace gareataeug the hdrbly of per..+. beloing p.Ill., of peh'z or p,it.,, taw, guoe-leti", the pn(ermmcw of .oatrw. other than maws." poLor and eaecwlus g.a,.nueiag bowie and underukingt, ,eawred or R^nit ad in all gaioa or plOme stets, or by la.allowed,and Al. . k: it, owner aad .a it- -11—y now WAray..Vo-ba,Or agent or agents to e>erutr and aearear dw aawilions of of .ad e!1 boons, rrr.y avnm+. elWtwns, sopulaboat, murmLae of anything w tim I.F.r wi euMv of we caner .kith art er nu, ", 4a• munirip!or etharwta,or by any Stable o1 tar United States or of any State or'ferntwy of the Unfud Sufi or of 6e Peoria".of the Dominion of (Yowd..of the Ce1tm,of Newfoundland,r by the robe,rrtufouttoa.Arden,cenums, proctim or dirrtwn of any beard, body, orgowlaenen, eta of offerer, leak municipal row aber.i.q be allowed, regard or permitted to be to rrded. a",. uYen.given, ,mdered. ame wd, Skd or rrmM.A for the aauruy r prounnon CC by or too any grew. o, pe,aons.aorporatiar., body.tA6ee, interne, muampa4tY o, other aweiatien to Manuel.. .Mtm.yer.in any and 41 apaatkl rh.leoeveT.endilmreee In the diving or not d,ting of ."'hint or *., road,,,. . which m.y be proNded for in any awh bond, oeta,naunce, oblitat,oq nipuistion, or undertaking, or anything in the n.un of eithr of the ere. f, N. J. D. SomerYillet Jr. . , an Arlsunt Seemury' of the UNITED STATES FIDELITY AND CUANANTI COMPANY, do VIbY remfy that tM fonpoug u a loll. ua sad rtmrct mpy of the original power of attorney titen by said C.P&AY to Robert E. McGibbon of Seattle, Washington . .utbonn., end empowering him to .4,, heeds at therein net font:,rhi,h pate,of.hoary her Arr.,born rrroked ad k till m full fora and o8at. And I do farther CMify that rid Pere,of Attorney ...given topum,u.of a retoletwn ad optad at . mgakr meeting of for Bo ard of Diwtare of laid Company, n1, awifed and held at the ohm of the Cenpany in IM City of B""mare, on the iltb day of July, i9lo, at .hkh mrliag a tloorwn of the Board of Dwane. row peteeot, and that the Legate{ k . town and o.neret mpy of rid rlaniutwn ear the whole themi awarded in the miaw`m of cad teeetmg. 1. Testament, Whaveot, I have Mnunto et my head aad the aoal of th. t: 11 ED ITATEc FIDELITY AND GUARANTY COMPANY on (Dam) NOVEMBER I, 1972 t 1- he F r + 1 CERTIFIED (qPY GENERAL POWER OF ATTORNEY No. _ .__.. 02477 __ .... .. . f K.off Me.but uth.r Pewiaru: That UNITED STATES FIDF.I.11i AND GUARANTY COMPANY. • rorpnraian ....amid mad uwine under the 1... .1 the Dtnr of Maryland, ad h..i.e It. pnnctpl office .t the Cny of Bahimury m At, Sure of M,.rryknd,dw. herby wnatituta ad appoint Robert E. McGibbon f .f d., t.l,, .f Seattle ,Sim,of Washington , a.vtn.nd I.wi.i umrn" m.d forth.Stae of Washington for Ow 1ofMwtng p•ln.n.to wit: T., man ;I, n.mr at.utety t.,and o,caeca,,real and.ck..whd9e..v ad.11 band.,.ad to wlwtt»al,do and Fit rina .....d all a,,. .d thing. .et forth in the rwolutom of the Bwtd of Dneean of the and UNITED STATES FIDELITY AND GUARANTY COMPANY, . certified copy of which it hereto am.,,d end made . putt .f thi. PowW d Atm .,; .ad the rid UNITED STATES FIDELITY AND GUARANTY COMPANY, throo,h a., in B",d nl Dirtm.ra, hereby nufie. .ad roafirm. .11 mid whoueeWr the rid Robert E. McGibbon ryry l.wluliy d.in d. vtm,.o by onu•of them pte•em•. t la Irimm. IF'h../, the rid UNITED STATES FIDELITY AND GUAR.\NTY COMP/NY has "wed Shia inatrumem to he maled w.th ita corpora, rd. duly uteaed by the w4o.tuer.of it.V1n-Preddem and Awouivit Srrrmry,th» loth do,of December .. O. 1971 UNITED JTATES FIDELITY AND GUARANTY COMPANY. - (Signed) or........ .., . ......... Yior-Praid.a. (SEAL) (Signed) ........R,..H...A1lapA..Ira....... ......._.. Aa.uuta.rr .S.entay. STATE OF MARYLAND. BALTIMORE CITY. Oo tkr loth do, .1 December A. D. 19 71. hew., r pommo ly come John D. Healey .Vi.Pmaidem of the UNITED STATES FIDELITY AND GUARANTY COMPANY mad R. H. Bland, Jr. ,A.atataat Seerou"of rid(:yuy,.uh bah of wham I r prumaRy .M.•ined, who feint; by me .,•Wally duly sworn, rid that they n»I in the City ,f Bak mme, Ma,yrad; tha they, t►.Wd John D. Healey .ad R. H. Bland Jr. wara n.ltetti.ely tbo Vimfmobleet aid the Awa i .et Somata" of the rid UNITED STATES FIDELITY AD GUARANTY COMPANY, the wr pntiea tiweribad is mad which Warnud the faaemae Power of Attanum; that they wieh knew the mail of o.M turyountion: ibot the mal a6.d no rid P.wer I.f Auonny no, ,wb ""onu rl. that a w.. r find by ado of the Beaty of Dootun of rid tmpota two, and that thry a.ned then ..mn thereto by kke Ord" " kur Pre.tdent and Am»tan, Senetary, tepnneh, 01 the fawpary. My ormlappow taebn the fiwt day ie July.A.D. 19..7.4.... (SEAL) (Signed) ......vorbort..J.....1M3L....... _............. Nor? Pauk. 1 STATE OF MARYLAND fkt. RALTIMORE CITY, I. Robert M. Bouse ,Ckrk of the. Seldom (;e of B.h»aete CA"whkh La... » C.an of Humid.ad h.a aaL do bemby eentfy that Herbert J. Aull .E.9ufn.before aims th, aawitrd ofidwit. were made,.ad who fin, tM"lu wb.Tihrd ki. "an, w.. .1 the It.w of wi dame a Nina" P.bkc of the Sum of M."load. in .ad for the City of B.Ittmote, d0v commirioaed .ad sworn and outhorird by kw to dmi.omor with mad take willrwwhdeaweu, a, proof of deeds to br moorded IheTrin. 1 IonheT .entf) that 1 am aNvainwd with the bodwramc of th. rid me"".mid-wily look—the*—I—to be b»ea.mw atarimut'. /. Tiouthi wiry W firmwn/. 1 borino wit my hmtd od us. the wl of thr Sup,iW Cwun of Bohtrn City,Lim are bonne a Court _ of Room thr loth duty of December . A. D. 1971 (SiAL) (Signed) Robert H. Souse . .. .. ....................................... Ckrk./Shut Spina Cowl a/Asimmore City. 1 . ab 4 UNITED STATES FIDLLITY~,AN6-GUARANTY COMPANY G IA Stock cerePosai Will BONNE BOND NUMKN ..........__..._....__........._...__......_... _.... ':: KNOW ALL WN BY TNISI PBISINTS: � i all GESNER b BROWN, INC. ,,i 1"T .._._........._...___....._.._._..._...._..._....._.._...._....—.._._.._._......._...».._..._..........._____._�.�..�__.....__ 11025 - 142nd S.E., Renton, Wash. _..._._...._..__._._..__.__... ...__........_...._._.._._._.._...__.__....._ .__. .......................__......Ave.ve........_.E._...._.............................. . r l r►Aastpd , sd NNIEB AATEg i1DEtltt Altl I "� 9; CIUNNTI COMPANY, a Maryland corpaation,as Surety, area held and firmly bound unto C I TV OF RENTON WASH I NGTON _.._...._...__.�_..___..__...___...._.._...... .__._._.___._..__..____.._..__.__......._..._____.......... _.__._._.__.._ FIVE PERCENT (5%) OF THE AMOUNT OF THE ATTACHED 010 ' 1 as OblitN, in the full and lust mom of ...__............_..._...___............_............._._............_ ...._....... ._.________.___.._____._. p ONYn, i lawful mart' of the UMtad States, for the payment at which sum, Wolf ad truly to Be made, wa hiad Nrnkv% ewr h&nm aasewvk% f admimstratuM successars and assign,jointly And mortally,firmly by Ushe praarts. _I 1 i WNBaSAS. the said Principal is hisnWith wbnining Its proposN for construction of approximately 160c, feet of 8 inch cast-iron water main including all necessary appurtenances. EAGLE RIDGE DRIVE TO INTERSTATE N405 - W-388 f t i. TNF CONDITION OF THIS OBLIGATION is such that d the sforasaid Principal shall be awarded the contract the said Principal will within the p Eol time required, enter into a formal contract and give a god ad wlficient bod to mcwe the perf daanu of the terms ad conditions of 41 I the contract, Ines tins ofdigatian to be void; otherwisethe Principal and Surety will Day unto theObliga the difference in money belwsen 4„ZI 1 I I the amount of the Did of the said Principal and the amount for which the ObIIIH legally contracts with antM, party to paAaa the avors, 1 � Rsi if the latter amount be in excess of the forrn, in n t a o osaatoll the Sarety r s liability exceed the penal -m hereof. I r' I r 1f1, 1 . ,'i Senad. aea1M had delivered,......� r IL 1972 GESNER S BROWNt INC. _ _.........auOIr I ........___.. .. ..__._.. ..._.__'"__'__.._._..__........... .._/wrh aar�.V ..:u'� 'a/d s./ sl...__...._.ISFAU 1. 3TA1E2 FIDEIItt ANO OSalANtt COANMNY ROBERT E. _ Bq! Attormyfrvfact ewvaee t i lawrl.ael MASS, ... 1 TABLE OF CONTENTS SPECIAL TECHNICAL PROVISIONS SECTION DESCRIPTION PAGE TS-01 Cenral Statement TS-1 TS-02 Standard Specifications TE -1 TS-03 Existing Utilities TS-1 TS-04 Clearing TS-2 TS-05 Pavement Removal, Tranch Excavation TS-2 Bedding and Backfill TS-06 Piping Materials, valves, and TS-4 Fittings TS-07 Pipe Installation TS-5 TS-08 Restoration of Surfaces TS-7 i TS-09 Testing TS-7 TS-10 Disinfection TS-8 TS-11 Cleanup TS-9 TS-12 Me:. iurement and Payment TS-8 N 1.Y. TABU OF CONTENTS SPECIAL PROVISIONS SECTION DESCRIPTION PACE SP-26 Construction Signs 8 f SP-27 Removing Traffic and Street Signs 9 SP-28 Construction Equipment 9 SP-29 Size, Weight, load Restrictions for Motor 9 Vehicles SP-30 Delivery Tickets 9 SP-31 Waste Site 10 SP-32 Dust and Mud Control 10 SP-33 Payment tc the Contractors 10 SP 34 Liquidated Damages 10 _. SP-35 Awarding of Contract 11 4. Availability of minorities and females havinq requisite skills and experience in the labor area. 5. The extent of unemployment among the minority and f, female unemployed work force within the area. A. Perform an analysis of the lity's labor force by job category to determine the olacement of minorities and females at all levels of responsibility. 1. The number of employees by job classification for each department in the city. i 3. The availability of promotable minority and female employees within the City's offices and divisions. 3. The number and iob classification of employees, by department, who will be retiring within the next five years. This list is to include the tentative date of retirement for ,11, each employee. - - 4. The anticicated turnover of employees due to their inability to perform adeouately, by job classification per department, and p,,.;t:,ae date for action. o-< C. tatah:l bh ^Oala and a timetable for the c,rrection of ' deficiencies identified. These goals Ann timetables are an essential part of the Cit-'s Aftlrmative Action Program and will ' be maintained and undated In at least an annual basis, Although ✓ the orimary c<.ncern of these yoals is overall minority and female emplo,ment, the shall also include minority and female under. utilization within specific lob levels: nanagement, professional, technical, mffiee and clerical, and skilled positions. Tho Opals and timetables established as a result of the above analvsis shall be. reasonahl- attainable and shall appear as Attachment. I within 60 da� , a!ter finalization of this document. The Equal nnoortunit "If lost shall !,a, responsible for establish- ing these goals. Specific orogrsrs which the City cf Renton nroposes to undertake to facilitate the achievement of the set goals shall a� aear as Attachment 3 Also within 60 days after aptroval hereof. These orograms shall also be established by the Equal opportunity ' Off..:er. '. •. 1 4. Availability of minorities and females having requisite skills and experience in the labor area. ` The extent of unemployment among the minority and female unemployed work force within the area. B. Perform an analysis of the City's labor force by job cate';ory to determine the Placement of minorities and females at ell levels of responsibility. 1. The number of employees by job classification for each department in the city. 2. The availability of promotable minority and female employees within the City's offices and divisions. 7 The number and job classification of employees, ay , department, who will be retiring within the next five years. This lint is to include the tentative date of retirement for each employee. 4. The antacanated turnover of employees due to their inability to perform adequately, b q y job classification per . department, act possiblefor date for action. C. Establish ^oals and a timetable far the correction of de.`ieienciea identified. These goals ano timetables are an essential part of the Citv's Affirmative Action Program and will be maintained and updated nn at least an annual basil. Although the primary concern of th�'P goals is overall minority and female emolo;ment, thcv shall also include minority and female under- utilization within suecific lot levels: management, professional, technical, nfticr and clerical, and skilled Positions. The goals and timetables established as a result of the above enalveis shall he reasonnhl- attainable and shall appear as Attachment 1 within 60 da' after finalization of this document. The Equal `k+oortunit" +.ficer shall be. resoonsihie for establish- ing these goals. Apecitic orogrars which the City of Renton proposes to undertake to facilitate the achievement of the set goals shall appear as Attachment 2 also within, 60 days after approval hereof. These orrtgrams shall also be established by the Equal opoortunity Officer. ee 3 5. Furnish informaticn as required, maintaining an affirmative action file detailing its efforts, with dates, to meet its commitments under Executive Order 11346, All data and documentation generated as a result cf this Affirmative Action Proqram shall be made available to any Federal or State agency for their review upon request. V. GRIEVANCE PROCEDURES The success of the Affirmative Action Proqram depends laraely on the attitude of the community as well as the employee. Opinion as to what constitutes fair and equal opportunity and treatment may vary widely and grievances may result. The following steps shall be taken immediately for any grievance arising from the imolem. ntation of this program so as to maintain the best possible employee-supervisor and city-community relationships: A. The employee shall brino her/his grievance to the atten- ti -n of her/his immediate supervisor or department head, whc will invastigate as necessary to determine the cause of the complaint anc work with the employee to effect an equitable solution. Every effort shall ba made to resolve the difficulty at tole level. ,- At the option of either party, the services of the Equal opportunity shall interview iboth mparties, conduct additional investigationfascer necessary, and recommend appropriate corrective action and settle- ment conditions. !'.i 0`1 C. In the event that mutual agreement cannot be achieved and binding resolution is required by the city administration, signed statements detailing the grievance and specific investiga- tive action shall be obtained by the Equal Opportunity Officer +°from the employee and his supervisor. The Equal Opportunity Officer may draw upon all resources at his disposal both internally and those external to the City to arrive at recommended corrective action and settlement conditions. The Equal Opportunity Officer shall forward these statements along with his c•+n investigation report and recommendations to the Mayor's Office for resolution. C. The Mayor may elect as deemed necessary and as circum- stances so dictate to refer the grievance to a special arbitration committee. (This committee shall be selected ' s employees and consist of an equal number of management staf` nand i Dersonnel.) The Equal Ooportunity Officer and those directly involved in the grievance shall not be voting members of this committee. Proceedings of the committee shall be documented and their decision shall be final end binding subject to review only by the State Human Rights Commission or through the judicial system. All reports, decisions, and other documentation generated by the grievance procedure shall be maintained oy the Equal ,2 Opportunity Officer as a matter of permanent record. VI. GUIDELINES FOR MINORITY AND FEMALE EMp1.0YMENT Fair Practices and equal opportunity within City government cannot he fully realized until an equitable representation of women and ethnic minorities currently in the Renton area work force are reflected in the City's employ, To determine the area and City work force profile. the City of Renton shall undertake the action outlined in Section A and B below. As inequities are identified, corrective measure's will be initiated as established in Section C. A. Dctermfne the minority and female profile within the Renton employment area in which the majority of current employees reside. I. Number of minorities per ethnic group in this area. 3. Generalized location of each minority group (i.e. any Significant concentration within the area) . 1. Percentage of minority and female work force as s, compared to total work force for the entire area. y s. III. EMPLOYEE DEVELOPMENT The hiring of minorities and women on a fair and equitable basis is only the first step in affording equal employment opportunity. Skill development, Promotions, and equal nondiscriminatory on-the- job treatment are of equal imnortancc to both the individual and to the City. The following actions shall be undertaken to achieve _ employee Job satlsfactton and fair treatment and to more success- fully utilize women and minority persons in our work force. A. Assure that there shall be no discrimination for reason of race, J.or, creed, sex, age, or physical handicaps with regard to umorae..iq, promotions, transfer and demotion, lay off and termination of employees. Any action which might adversely affect minorities or women will he brought to the attention of i'- the Equal Opportunity Officer. Employee grievances &rising from such action shall receive immediate attention in accordance with Section '!I. S. Develop a sail' inventory for enuioyees which can be used to identif- sunervisory and mar.agerial level position potential. This shall be accomplished by: 1. Obtainin3 fro- the employees a written statement as to their desires, skills, and interest in higher paid positions. i. Porfxlic revir,. and anal•;sis of employee development Progress and readiness to assume higher positions. 3. Ident.f, •;berific _positions for which ea+plbyee qualifies, and assure that requests for interde�artmental transfers ono pror.,;tions are considered without discrimination. C. Actively encourage employees to increase their skills and iob potential tt.rouoh training and educational opportunities. tif•er nuidance and counseling in developing programs tailored to individual aptitude and desires, takino full advantage of programs ctfered Ly the State Department Of Employment Security and Manpower Develonment Programs. IV. LIAISON AND COORDINATIOPI A. There exist many oroanizatione vitally concerned with ual oruort:.nit- and !air treatment of minorities, women, and tim Physically handicapped, and those that are over 45, whose resources can be of valuable assistance to achieving the goals Of this program. The Citv of Renton through its Equal Opportunity Officer shall maintain constant contact and coordinate various aspects of the Affirmative Action Program with these organizations. In addition to those alread^ identified with respect to recruiting, hiring, and employee development, working relationships shall Le malntainve with the varioua civic, labor, and minority organizations in the -treater Renton area. - S. The City also recognizes its resnoneibilities to comply with and assure that equal pppnrtunity and nondiscrimination policies of State or federal agencies with which it conducts business are carried out. Specifically, the City of Renton shall: 1. Be responsible for reporting to the appropriate agencies am: complaints received from any employee of, or an eppli cant for emcloyment with any City of Renton contractor or •ubcontractpr, subloct to Executive order 11246. 2. Cooperate in srecial compliance reviews or in Lnvesti- a4tione as requested. ? Carry out sanctions against a contractorfs) and/or ;uhrontractnrla as required. 4. Assure itself and the agency as part of the grant ; appiicaU.an brnaess, tnet the general or pri ae contractors will nr nc.t ha:e .ubrittcd ore-pickaged bids that den; open bidding to 'Iinprttj or any other subcontractors. 4 r'' t E. Insure that all members of management within the City ate fully ;.are of and in compliance with the intent of the Affirmative Action Policy pertaining to equal employment opportunity. F. Provide continuing commw,ication of the Affirmative Action Policy to management, employees, applicants for employment, and to outside organizations nerforminq services for the City. II. EMPLOYMENT PRACTICES The overall smployment Practices provide the key to assuring equal employment opportunities and achieving an appropriate representa- tion in the City's work force. The City of Renton shall undertake the following actions to achieve those objectives: A. Peview all position qualifications and job descriptions = f to insure requirements are relevant to the tasks to be performed. - Revise as necessary by deleting requirements not reasonably related to the tasks to be performed in order to facilitate hiring of minorities and women who otherwise might not be considered. " R. Pay and 'ringo henefits shall depend upon job responsi- bility and along with overtime w rk be administered on a nondiscriminatory basis. C. inform and provide guidance to those sraff and management Personnel who make hiring decisions that applications for all Positions, including those of minorities and wrnse•n, are to be considered without discrimination. And that all applicants ,hall be given equal onoortunity regardless of race, creed, color, national origin, sex, Physical handicaps, or age. Primary consideration shall be given minorities, women, stil other definable groups at any time the City's work force doe. not fairly reflect the membership of these croups residing -!thin the Renton employment area. D. Provide periodic training for managers and supervisors in equal opportunity objectives, making use of such Programs as currently offered by the Intergovernmental Personnel Program Division of the U. S. Civil Service Commission and other agencies. E. Provide orientation for all new employees specifically emphaaizinq how the City of Renton assures equal onportunity and the significance of the Affirmative Action Program. Encourage all emoloyees and specifically minorities to avail themselves of services rendered. F. Recruiting shall be accomplished in such a manner as to tnform the greatest number of minorities and women possible in the Renton area of employment opportunities and to make known " that such applicants are sought. As regards minorities a des- cription of each position shall be: 1. Advertised in the various Renton area ethnic news media. 2. Circulated to current staff and encourage nresent employees to refer minority applicants. I. Forwarded to schools in the Renton area with minority students. C. Distributed to minority and human relations organiza- tions it. the Rentor area requesting referral of qualified minority aor:llcants, An up-do-date listing of these organize- ^,> dons and their spokesman shall be maintained by the EEO Officer and the City Personnel Director. These organizations would be identified as, but not be limited to, the Urban League, Equal Opportunity Center, Maids, Kinetachopi, Etc. All employment notification shall include the "Equal i Opportunit' Employer" statement and date of publication shall be at least five days prior to cut-off date for receiving applications. F. Programs such as apprentice, summer and part-time trainees, intern, and other supplementary hiring programs shall be considered In the same manner is Full-time City positions and be subject to the provisions of the Equal Opportunity and Affirmative Action Programs. y a AFFIRMATIVE ACTION PROGRAM City of Renton The Policy of the City of Renton is to promote and afford equal treatment and service to all. citizens and aseare equal employment opportunity based on ability and fitness, to all persons regardless of race, creed, color, national origin, sex, physical handicaps, or age. In recognition of its obligation to _. provide community leadership to overcome past circumstances which have either barred, not encouraged, or discouraged representative minority and female employment, the City of Renton has initiated a program of affirmative action designed to assure that the spirit and intent of this policy is realized. The term minority as used herein shall include, but not be limited to, those identified as Blacks, Spanish-Americans, As.ans, and American Indians. The upirlt of the equal opportunity policy ` includes such persons ai the physically handicapped, and those over the age of 45, even though the emphasis is upon minorities and females. The purposes of the Affirmative Action Program are to: 1) establish employment practices that will lead to and maintain a minority composition of the City of Renton work force that reflects that of the Greater Renton community; 2) achieve and maintain equitable and full utilization of minority and female f employees at all Position leveler 3) promote an atmosphere of non-discrimination and fair treatment within city government; 4) provide compliance with State and Federal equal opportunity requirements and regulations. This policy shall be made rnown to all employees, contractors, subcontractors, and suppliers through distribution of handbooks, bulletins, letters, and personal contacts, conferences and orien- tation sessions. Signed acknowledgments pledginq cooperation shall - be required of all department heads and supervisory personnel in the City of Renton and, where appropriate, of all contractors, subcontractors, and suppliers engaged in City-administered projects. Such contractors, subcontractors, and suppliers to whom this policy shall apoly to shall include those with an average annual employment level of 25 and/or these who annually do bubiness with the City of , Renton in an amount exceeding $10,000. 1. PROGRAM RESPONSIBILITY To assure that the equal opportunity policy and the provisions of the Affirmative Action Program are carried out, an Equal Opportunity officer shall be appointed or designated by the Mayor. The Officer shall be the focal point for the City's equal opportunity efforts and will advine and assist staff and management personnel in all matters relatinq to implementation of and compliance with the Affirmative Action Plan, and be responsible for the successful execution of this Program, utilizing the assistance of appropriate State and community agencies and oroanization■ and maintain close liaison with the Mayor and City Council on the progress of the orogram. The Equal OnPortanity Officcr will have the responsibility to; A. Initiate, coordinate, and evaluate the City's plans and oroqrams which are designed to ensure that all current and p-os- aective employees receive the benefits of equal employment opportunities. B. Evaluate the Equal Employment Opportunity Plans and Progress of the City to ensure compliance with the Affirmative Action Policy. C. Coordinate the attention given to Equal Employment Opportunity throughout the City. _ C. Periodically audit the practices of the City and recommend improvements in the Affirmative Action "olicy to the Mayor's nfflcc. • or A*+ suamitAr or •j' FAIR PRACTIC'CS POLICY G OF PMY CITY or R[NTJN .l. m AOOPTCD or RCSOLUTION NO. 1$05 The policy of the city Of Renton In to promote and Afford equal treatment and service to all citizens and amour# equal employment opportunity based on eblllty and fitness to all persona regardless of race, creed, color, -+ national origin, ♦or, physical handicaps or age. Thin policy shall apply to every •#pact of Omployment PFagtieee, employee treatment and public contract. In keeping with this Prinni Pl• the following qulJelines are established and •hall be the governing policy for all departments of the City of Renton. 1. ENPLOYMENr - Recrult:ng, hlriny and appointment practices •hall be conducted solely on the basis of ability and fitness without regard to race, color, creed, notional origin, sex, physical handicap or ago. I. PRON07i0N - promotion, downgrading, layoff, dJecharge and Inter- departmental transfer shall be dependent on individual performance and work force needs without regard to race, color, creed, national origin, sex, physical handicap or #ge, and, whenever applicable, in agreement with Washington State Council Of County and City rnploysos, and in com- PllAnce with governing Civil R*IVJee Laws and Regulations. 1. TRAINING - All on-the-lob training and city-supported educational opportunities shall be administered without dimcriminatlon to encourage the fullest development of individual interests and Aptitudes. a. SCRVICC AND CNPLOI'Et CONDUCT - The City shall deal fairly and *quit- Ably with all citizens It serve* And all persons It employe. city depart- ments #.hall maintain the policy that no city facility shall be used In .he furtherance of any discriminatory practice. Each official and empl o4ew ay shall be responsible Co crrry out the Intent and provisions of this policy. 5. COOPCRATION VITO RVNAN RIGHTS ONCANIEATTONS - The City shall co✓per- ate to the fullest extent Dooalblo with all organizations and commissions _ concerned with fair practices end equal opportunity employment. Such organizations Include, but are not limited to, the State Human Rights COm- miosfnn, the Seattle Human Rights C'omnlsslon, Soat[l* Moment' CONeISSIOn t and the Seattle Taahnieal Advisory Committee ✓n Aging. 6. AFFIPNATIVr ACTION PPOGRA.w - 7D facllitAt* equitable representation W,Ehtn the city work force and assure equal employment opportunity Of minoriti#x and woman In City Government, an Affirmative Action Program shall be Initiated and maintained by the City of Renton. It shall be the responsibility and duty of all City officials and Department NOeds to t carry out the policies, guidelines and corrective measures Am aft forth by this program. 7. CONTRACTORS' ,iRLTGATTON - Contractors, subcontractors and supol.era >' conducting business with the City of Renton shall affirm and auboorib* to the Fair Practical and Mon-Diocriminallon Policies Oft forth therein. s. POSTING Or DOLICY - Copies of this pe3JOy •Jvali be distributed to t all city omployeee, shall appear In All operotionel documentations of Ch* City, Inclufing bid calls, and Shall be prominently displayed In all city facilities. - COMCURTIYD IN by the City Council of ch* City of Renton, Washington this loth day of JN1Y Clrr of RYNTON firm Tom CITY COUNCIL r4 car it, f:ar1 i'lymer ncil Prom., M'TLD7 [,to 7em - MOINIO Nelson, G tea C' wrk d C17711FICATTed hr mowlgm MWr AcM, SllsylRAACT't,l rm Sap,,LU AMARDOW "AL. um.TrclR orM:lgrhm . o .r nrrat on IN, anK'n.etfno ,d , Gesner & Brown Inc.— e wetrnd rtr.wt to r arol Lae<otiw order Mis. Thr f.pl...ntfIs rvl. and r.g,,atforn pew lfJlt4t any blddw o/ Vroapwilvn restrsator, or any of thalr pcptW subcnnrr.ctan and oo"Llats, Mall atato a. m Initial p.rt of lha bld .a wgotltlone of eho rentrwt vhtbrt it has psnf<Ipet" In say pr•vh mm�.K er .,,onrmt whJeK t° eha .qual oppKu- nity rl.vas, gad, ,f sa, whother it has fil d All toopllsoas r.porto dom order appllcabla Instructions. The City has hw.tofors adopt" 4w1otlm ha. Laos unar ao of duly io, L.TT wbbif Ming a .r.i, hsKlrq Polley", y r L- s w tsd by sn "Afflrtlry Anlm prey,," ehartfe sotabLishtng and tM pokey of its of as an, to pr�,t.,no nM a(fe" equal Votwet W wrrie. to 411 rltisws and to swum squat •yW,w.M "nu,rlty Word as ability had fit we ro .0 por.ow ro ardles of rws, "road, rnL•rr wttuwl origin, ua, ,bYara3 Wodlnp. or ago. This poll" .hall lM4 fitiso spp►plt *o sll rnotrenore, .dsrsatranora sM wypiLra aoMoat,Is bustnes. with tha City of Aanom was ,s Loan Mall.tfLm W Mierriba ..Id prar•ian aM pn!.irlre. ;ran .6.r•wnri•aw4 provisions Msil tort apply to contrwo or wbrnnrners for erugsrd c•w�rr- al.l .uppllrt. or r.w astnl.ls or fins or organWtion with Use than 1Y .spleyse. W/or wen of Laos tbno plot OpD bu,l- wu per ,oar with t1, city. �+ Tha onMnfgwl e.mtrwtor tha oforo crr.Oawts. etip"St o and Island that doting tM "rfemmv of this courts", tot 4 wW not dtscrisWtr against snY 11.sa An hlrlrg, prowt/Is, AWas"log, royorastlw or in my otter tor.or conAltian of asploy_ mast, by /..and of wrh permit'. 'K., <rwd, color, rollAins, onrestry or national grigln .a i:gl.wn" by the "Aftlllmtlw ArtioC pregrY". --- Gamr.Ran f.0 hat .yaw. that Ian will r.4 .Rirno Han and rnnrin•..,,.. ."1.. to Inaor. fall ro.plLn. .ith wort, policy W pre- yno to ail r.Pa ,., it Wing url,t Ly urderatuad and .,n" 111a, tg1W. to "0.,1, Wh .r•y of It. t.rw or ..I" pr.r U1W shall M W co.alltut. . notarial br.wh of thin e,.eroer. torttwter .hall, upm rsgwnt a"/or .a noon ae Postal' tbarwher, fivs,sh unto t4 City any Wallsll Ldorn.tlor. and r.porrs royl,lrad by t4 CItY to 6Rarsras was W, full cnopilsl.al Its boon and, by <ha eontracur with said Vol try andprogrr aM rno• tractor will WrNr *clew to his hooks, row" w ha o a" ser. to by t City art tha w porp of /wantlmttan to nw.K.l web c.Isliaw.. trs,:tor ro"nor sesaorladAss that bra has rw w w n, d s to sM conplto ..pv of eho city'. "r.fr Rwt,e.. foli,,- .M "Affirm- . t D wnu Astlw harm'.. y am am IDCIRTFLrATlei Ie. CENT[TL01TLCh BY OW W,MM g!MK'. Aano: Gesner & Brown Inc. Ada... 11025 - 11.2nd 3.En, Renton, Wash.-98055 4pnwtairsa: Phil Gesner and Ardpn Brown T,tlw: Press At 3ecretars mans: __AL 5 500 wrovMIAC=,S CCAT1rZMNN b,Wostrwt.,'. .dsa: _ Addre..: 4proannut Ivor: --- r TILL: plow: AVPM.S,AY UkTIrICATION wypl Lr'. huar AMroso: - THL: Maw: _ 1. Cawrwwr/gub¢w<r.Kor/Y:ppllw W. psn!•tpet" In • prsv!u ro.tnot or wMomrort obj.rt to tho Lgwl opportwity + wow. Tan Q M: �� -'t' T, fiap'.Iss open, wo,rs ....trod to ba fillod .n eon wot ln. wI,h aura r.t...r ar wb"orvb we. 1. cmrnvtor/40rant neror4uppl r has f,l.d all ,onpl Were ^n. dew code spplleR ton Latrwr[loo.. 1tw. ,aquirod 2 s. It as .ar ro raw 1 is -ib,% plow .,gall ire datoll on raow .Id• of this "er<If lreHrw. roKlftutlw - The /Me ns"On above 1. trust am a•sp Lt. to .ha hen, of q b.,wl,dg. m4 lii.f. Phillip (tpCg�ar� 9Cresidont wan K dnotW. i an,uwad by city Awth.r,tyi SPECIAL PROVISIONS (CONT.) SP-34 LIQUIDATED DAMAGES (Cont.) assessed as follows; One Hundred Dollars ($100.00) per calendar day plus cost of inspection, supervision, legal expense and court costs in- curred beyond said date. The cost of additional inspection and supervi- sion shall be an amount equal to actual salary cost, phis one hundred percent (100Y) for overhead and other indirect expenses. SP-35 AWARDING OF CONTRACT Awarding of contract will be based on total sum of all schedules of prices. No partial Aids will be accepted. r { - SP-Pays 11 i r' . SPECIAL PROVISIONS (tttitT.) SP-30 DELIVERY TICKETS (Cont .) (" shall measure the truck volume and certify as to fts full load delivery. SP-31 WASTE SITE The Contractor siwll conform to Section 4.06 of Standard Specifications In regard to waste sites. The Contractor ahall have the reaponaibility of obtaining his own waste site. Ali work included in this section shall be considered to be. incidental to other items of work and no further compensation will be made. The route taken to the waste site shall be maintained solely by the Contractor in a manner an described below: The Contractor shall be prepared to use water trucks, power sweepers, and related equipment as deemed necessary by the City Engineer to alleviate the problem of lost spoils along the route. prompt restora- tion of the route is mandatory. SP-32 DUST AND MID CONTROL The Contractor stall b., responsible for controlling dust and mud witnln the project lim'ts and on any street which is utilized by his equipment for the duraticri of the project. The Contractor shall be prepared to use watering tracks, power sweepers and other pieces of equipment as deeried necessary by the Engineer, to avoid creating a nuisance. Duat and muc: control aiiall 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 danu,ge to private ownership will be transmitted to the Contractor and prompt action In correcting will be required. Written notice of correction of complaint items will be called for should repetitive complaints be received by the City. SSP-33 PAYMENT TO THE CONTIACTOR Payment to be made to the Contractor will be made in the manner outlined in %action 9 of the Standard Specifications. Payments shall be made in Cash Warrants. Partial psymeuts on estimates may be withheld un= wrTc progress schedules as described in Section 5r-11 of these special provisions has been received and approved. SP-34 LIQUIDATED DAMAGES Liquidated damages for failure to execute the contract as specified and In accordance with Section 8.08 of the Standard Specifications will be SP-Cage 10 i 1 rr> r SPECIAL PROVISIONS (r:ONT.) Manual ,f Uniform Traffic Control Devices. SP-27 REMOVING TRAFFIC AND STREET SIGNS The Contractor shall be responsible for maintaining all traffic and street signs. In the event it shall be necessary to remove a traffic or street sign, the contractor shall notify the City Engineer, City Hall, City of Renton, Washington, for all changes made. When the work has been completed, and prior to said area being open to traffic, the Contractor shall notify the City Engineer, City Hall, City of Renton, Washington, and obtain his approval of signing. SP-28 CONSTRUCTION EQUIPMENT r Drivers of motor vehicles used in connection with the cunstruction �i repair work shall obey traffic rules posted for such location in the same manner and under the name restrictions as provided for the drivers of private vehicles. r SP-29 SIZE. WEIGHT, LOAD RESTRICTIONS f% MOTOR VEHICLES All motor vehicles of the Contractor, subcontractors, and suppliers stall strictly ad'.ere to Ch. 46.44 of the Motor Vehicle laws of the State of Washington (1967 Edition and amendments thereof) in regard to size, weight, and loads of motor vehicles. Payment will not be made for Pay material that is delikered in excess of the legal weight for which the vehicle is licensed. Any gross violation of these regulations shall be reported to the affected law enforcement agent. The contractor is to furnish to the City Engineer a listlt4; of all haul vehicles used on this project, listing the vehicle number, license number, tare 01 and licensed load limits. SP-90 DELIVERY TICKETS All delivery tickets that are required for the purpose of calculating quantities for payment mist be received by the Engineer at the time of delivery. No payment will be made on tickets turned in after date of delivery of material. Payment will not br made for delivery tickets which do not show type of material, groan weight, tare weight, truck number, date, and Inspector's initials. Scale certification stall be submitted as early in the project as possible. Each weighing station shall maintain a record of the trucks weighed, date and time, tare and gross weight and type of material. -- In isolated cases where scale weight is rot available, the inspector Sp-Page 4 l *r SPECIAL PROVISIONS SP-25 PUBLIC CONVENIENCE AND SAFETti 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 rerult of his operations. If the Contractor should fail to maintain sufficient lights and barricades in the opinion of the Engineer, the City shall have the right to provide these lights and harricades and deduct such costs from payments due the Contractor. A plan for traffic control must be submitted for the Engineer's approval before the beginning of construction. The Contractor shall maintain detour routes and other routes used by his equipment hailing materials to and from the area. Attention is airected to applicable portions of Section 7.15 of the Standard Specifications. In addition the following 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 hoors of 4:00 P.M. and 8:00 A.M. Cre lane may be permitted between the hourb of d000 A.M. to 4:00 P.M. Monday through rrida;, with the use of flagmen to control traffic. 3. Under no circumstances may the road be closed for any extended period. B. Local police and fire departments shall be notified, in writing, prior to constructi-n. C. Access and egress to local residents shall be maintained at all times, with special attention given to business properties. All costs involved in the above shall be considered incidental to other costs of work involved and no further compensation will be made. SP-26 CONSTRUCTION SIGNS The Cuntrsct,rr shall furnish and Install construction signs which con- form io current City o1 - enton 51gn No. T-38 "CAUTION, CONSTRUCTION AHGAL," 241'x24" diamond, black 11 pring on le,iluw background, one (1) slgtr of the type mantioated above will be posted at each street entering onto the project site. All construction and detour signing shall conform to Part VI "Traffic ..ontrols for Highway Construction end Maintenance Operations" of the w SP-Page 8 F SYECLAE PRO'.�LSIONS (CONY ) SP-19 WAGE SCHEDULE (Cont.) Affidavits of Wages Paid (SF 9843) are to be 'riled with the State Treasurer, or the Treasurer of the county or municipa: corporation or other officer or person charged with the custody am disbursement of the .. state or corporate funds as the case may be and two (2) copies of each affidavit a-e to be filed with the Director of t!je Department: of Labor sad Industries, Attention: Industrial Relations Division, 1601 Second f Avenue, Seattle. Whenever practical, affidavits pertinent to a par- ticular contract should be submitted as a package. SP-20 SUBCON:RAC.TORS A list of subcontractors and suppliers that will be involved with this f project shall be given to the Engineer for his review and approval immediately after 'he contract has been awarded. This list must be received by the. Engineer before the contracts may be signed. SY-21 CHANGE ORDERS All additional work that requires compensation to the Contractor .or items that prices are rot included in the contract shall require a written change order before work may be done. The Contractor shall be responsible for acquiring the necessary change orders that are required by any of his subcontractors. SP-22 SURVEYS Section 5.% of the Standard Specifications shall be amended by the addition of the following sentence: "The Contractor shall notify the engineer a minimum of 48 hours in advance of the need of surveys." SP-23 OVERTIME HELD ENGINEERING When the Contractor performs construction work ov!r the accepted 8 hours per day or 40 hours per week, or on any City holiday, and the work re- quires inspection, then the Contractor Shall reimburse the City at the rate of $12.00 per hour. The City shall have the sole authority in determining the necessity of having the overtime inspection, and shall notify the Contractor of intent and said costs will be deducted from monies due the Contractor on each monthly estimate. SP-24 Houxs of WORK .._ The working hours for this project will be limited to week days during the period f• )m 8:00 A.M. to 4:00 P.M., unless otherwise approved by the City. SP-Page 7 SPECIAL -TECHNICAL PROVISIONS CONT. TS-12 MEASUREMENT AND PAYMENT Cont. J. furnishing and Inatallation of MC Cold Nix Asphalt MC Cold Mix Asphalt shall be rtwabured and paid for at the applicable contract price, per ton, payment of which shall constitute full compea- sation for furnishing and installing the material in place complete. i k. patching of Cewr.t Concret.e Ceaent concrete resurfacing or patching shall be measured and paid fue at the applicable contract price, der cubic yard, bs per Section 54 of the APWA standard Specifications, payment of ahich shall coruti- t tote full compensation for tt- resul L., Jng, complete, including sub- grade preparation, and all necessary incidental work. 1. Patching of Asphaltic Concrete Asphaltic coucre'_e patching shall be measured and paid for or the applicable contract price, per ton, as pe Section 54 of the Sta.adard Specifications, payeerrt of which shall constitute full compensation for the resurfacing complete, including auhgrade preparation, prepara- tion of and conneetioi to existing pavement, base course. ',ack coat; finishing, and all necessary incidentol work. � II i ..i TS-page 10 i I •- SPECIALlL°(:'AgNJ4L PRilVIEIrniB (CONY.) � �; °• TS-12 MFASURoFNT AND .AYMENT (Cont.) d _ AL A O. rartial Furnishing and Installation of Gate Valve Assemblies (1) The s" and smaller gate ,alve assemblies shall be measured and paid for at the applicable unit price per each, in place, complete, `- which shall constitute full compensation for the valve, valve box with extensions, if necedsary, concrete valve marker, and for all other necessary accessories for a complete installation. e; City to supply only the valve and valve box. d. Installation of Fire Nxdrent. Fire hydrants assemblies shall be measured and paid for at the appli- cable una` price per each, in place, complete, which shall constitute full co neation for tee, valve, valve box, spocl, fire hydrant, bhackl.fng, Installation of blocking, bracing drains, fittings, and all other neceasary accessories for a complete installation. Note: City to supply only the tee, valve, valve box, spool and fire hydrant. e. Furnishing and Installation of Fire hydrant Guard Posts Fire hydra:• t guard posts shall be measured and paid fur at the appli- cable unit price per each, in place complete, which shall constitute full compensation for a complete installation. f. installation of Fittings Fitting installations shall be incidental to the contract. g. Furnishing-and Installation of Concrete Blocking Concrete blocking shall be measured and paid for at the appltce' -on- tract price, per cubic yard, payment of which shall constitute t .1 compensation for furnishing the material in place, comple+.-. h. F`-irnishingand Installation of. Select Trench Backfill Select backfill shall be measured and pail for at the applicable con- tract price per cu. yd. paynxwnt of which shall constitute full compen- astion for furnishing and installing the material, in place, complete. 1. Furnishing and Installation of Crudhed Rock furfacing The furnishing and inste.11ing of all crushed rock surfacing material required in the street restoration stall be incidental to the contract. TS-Page 9 �► 1 as SPECIAL TECHNtGAL PROVISIONS tCONT.) TS-09 TESTING (Goa.) c. Leakage Testa Leakage tests my be required after the pressure test has been satis- factorily completed on the new pipeline or concurrently with the pressure *oat. The hydrostatic pressure for the leakage test shall n be equal to 100 psi. TS-10 DISINTECTION Disinfection of the new water system shall be required prior to com- pletion of the project and shall be in accordance with AWWA Specifica- tion C601-54 and Section 74 of the A.P.W.A Standard Specifications and stall meet the acceptance of the State of Washington Department of Health. The initial concentration of chlorine in the line shall be 50 parts per million and this solution shall be held for a period of 24 hours. Disinfection of the entire water system installed or die- turbed under this contract, including pipe, pipe fittings, valves and appurtenances, is required to conform with the specifications stated herein. TS-11 CLEANUP Luring the time that the work is in progress, the contractor shall make every effort to maintain the site in a neat and orderly condition. All refuse, broken pipe, excess excavated ma*erial, broken pavement, etc., shall be removed as soon as practicable. Should the work suit be main- tained in a satisfactory condition, the engineer may cause the wrrk to shop until the "clean-up" portion of the work has been done to the satisfaction of the owner and/or engineer. TS-12 MEASUREMENT AND VAP ENT a. General Unit or lump sum bid prices for all Items shall include all costs for labor, equipment, material (if incladed), testing, relocati n and modifications to existing utilities, and all incidentsis necessary to make the installation comple"e and operable. t. Ins_allation of Water Pipe The price per lineal foot for installing of the wa,". pipe, size and quantity listed in the bid schedule, shall constitute full compensation for the water line in place, complete, including: clearing, grubbing, stripping, all pavement removal, excavation, trenching, backf1111ng, foundation preparation, compaction, pipe laying, ,jointing, fitting installations, sheeting, shoring, dewatering and excluding temporary restoration, cement concrete and asphaltic concrete resurfacing or patching. .. TS-Page 8 i. f SPECIAL :'ECHNICAL PROVISIONS (CONT.) w TS-07 PIPE INSTA MTION (Cont.) h. concrete Blocking (cone.) jj2.lr of Section 74, A.P.W.A. Standard Specifications. The city of Renton Standard Detail for general blocking is round in these specifi- cations. i TS-08 RESTORATION CP StV ArES a. General The Basic Recuirements for surface restoration ere as follows: Roads, streets, driveways, shoulders and all oth,cr surfaced areas, removed, broken, caved, settled or otherwise damaged due to iasralla- tion of the improvements covered by this contract shall be repaired and resurfaced to match the exist.ag pavement or landscaped area as set forth in Section 54, of the A.P.W.A. SpecMeations. b. Temporary W. Culd Mix Asphalt W Cold prenixed asphaltic concrete shall be required in some area for temporary patching on this project, where deemed necessary by the Engineer. T$-09 TESTI:+G ... a. ;enerel Hydrostatic pressure and leakage tests on the ner pipeline shall be mode in accordance with applicable provisions of AWF'A C600-54T or C603-64T and Section 74 of the A.P.W.A. Standard Specifications, except as modifted herein. All equipment necessary to ma::e the tests shdll be furnished by the coatractor and the contractor shall conduct all tests under the super- vision of the engineer. b. Pressure Test Prior to acceptance of the system, the installation shall subjected to a hydrostatic pressure test of 250 psi, and any leaks or Imperfec- tions developing under said pressure shall be remedied by the contractor before final acceptance of the system. The contractor shall prov/de all necessary equipment and shall perform all work r�nnected with the tests and conduct said testa in the presence of a Utilities Depar wnt Inspector. Ingo€ar ie ,ct:.cal, tests shall be made with pipe ,joints, fittings and valvtb exp,.acd for inspection. , TS-Page 7 i�'.: SPECIAL TECHNICAL PROVISIONS (CONT.) Ts-07 PIPE INSTALLATION (Cont. e. Connections to Existing pipe and Structures Connections to existing piping are indicated on the drawings. The contractor must verify all existing piping, dimensions and elevations to assure proper fit. The Contractor must also provide any specials required to make a satis- factory connection. 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 protection of all existing piping anu appurtenances during construction, and shall take care not to damage them or their protective coatings or impair the operation of the existing system in any way. F. Valves and Valve Chambers Valve installation shall be in accordance with -ecCion 75 of the A.P.y.A. Standard Specifications except as modified herein. (1) 8" and emaller gate valves shall include an 8" x 24" cast iron gate calve box attd extensions if required by the City Engineer. Note: Cate valve and 8" x 24" cast iron valve box to be supplied by the City. g. Fire Hydrant Assemblies Fire hydrant assemblies installation shall be in accordance with Section 77 of the A.P.w.A. Standard Specifications. The Fire Hydrant Assembly shall include. 12" x 6" C.I. Tee (NJ x FL), 6" Gate Valve (FL x N-Y), 6" C.T, pipe Spool (PE x PE), 5" NVO Fire Hydrant (NJ Connection), 8" x 24" C.T. Cate Valve Box, and 3/4" Shackle Rod with accessories, and hydrant extension where called for by Engineer. Fire Hydrant guard post shall be Installed where deenwd necessary by the City Engineer end/or shown on the construction plans. The City of Renton Standard Detail for hydrant asseribly and hydrant guard posts is bound in these specifications. Note; Only the Tee, Cate Valve, Pipe, Fire Hydrant, Gate Valve Box, and Hydrant extension will be supplied by the City. h. Concrete clocking Cenral concrete thrust bl.ockin{ shall be in accordance with Provision TF-Page 6 a SPECIAL TECHNICAL PROVI410— (CANT ) TS-07 PIPE INSTALLATION a. G!neral Pipe installation shall be in accordance with Section 74 of the A.P.V.A. Standard Specifications, except as modified herein. All burled pipe shall be laid upon prepared foundation or bedding material so that the bottom quadrant is uniformly supported throughout Its entire length, as specified in Section TRENCH EXCAVATION, BEDDING AND BACKFILL. The average depth of cover for the water main shall be 3'011, and the trench width shall be no greater than 30". b. Laying and Jointinna Cast iron pipe and accessories shall be handled in such a manner as to assure delivery to the trench in sound undamaged condition. Particular care shall be taken not to inure the pipe lining and coating. Cutting of pipe Shall be done in a neat, workmanlike manner with an approved type mechanical cutter without damage to the pipe. Jointing shall be accomplished in accordance with manufacturer's recom- mendations. c. Benda and Curves Deflection from straight line and grade, as required by vertical curve:,, horizontal curves and offsets shall not exceed the maximum deflection per joint as recommended by the pipe manufacturer. If the alignment requires deflection in excess of the maximum z•ecommended, special berds or a sufficient number of shorter lengths of pipe shall be used to provide angular deflections within the limits set forth. d. Special Anchorage All free ends, bends, tees, laterals and any charge in direction of piping shall be adequately braced and blocked to prevent movement from thrust by use of concrete thrust blocks, tie rods and ,joint harnesses. Concrete thrust blocks most be poured against undisturbed ground. Thrust blocks shall be provided at all changes in direction of piping. In addition, all joints at bends or .hanged in direction, to a point at least three ,joints beyond the tangent point on either side of the bend, shall be provided with a positive locking device to prevent separation of the .joint under full test pressure. The locking may be accomplished by use of tie rods and joint harness, subject to the prior approval of the engineer. After the pipe has been joined, aligned and permanently bedded, the joints shall be drawn up to assure permanent water-tightness but not so tight as to prevent flexibility to allow fcr some movement ' caused by vibrations, expansion and contraction. TS-Page S I � t T fi + n . SPECIAL TECHNTCAL PROVISIONS (CONY ) TS-05 PAVEMENT REM)VAL, TRENCH EXCAVATION, PUDDING AND BACXPI„uLL (Gout 1 -- �w..r e. Trench Backfill and ComPectior. (coot.) (3) Subse vent eackfill: All subsequent backfill under Street and Shoulder areas s �e placed in lifts not exceeding 8 inches in loose depth, and each lift compacted to at least 05 percent of maximum dry density at optimum moisture content as determiled by ASTM Designatlos D648-58T, Method D. In-place eenairy determination shall be made in accordance with ASTM Designation D1556-58T, 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 initist. a. backf i U. (4) Payment: No separate or extra payment of any kind will be made '+ for compa 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 Backfill. Select trench backfill for the pipe shall consist of crushed or necurally occurring granular material fror.: sources selected by the Contractor. The source and quality of the material shall be subject to approval by the Engineer. Select trench backfill shall meet requirements for bank run gravel Class "B" as outlined in Section 26-2.01 of the Standard Specifications. The horizontal limits for measuring select trench backfill in place shall be the side of the excavation except no payment will be made fnr material replaced outside of vertical planes, 1.0 feet outside of and parallel to the barrel of the pipe and not the bell or collar. Any excavation in excess of the above requirements stall be replaced with the native material or select trench backfill, as directed by the Engineer and at the Contractor's expense. The price per cu. yard shall be full, compensation of selecting the source, furnishing and placing the material as outlined in Sectlo: 26-2.01 of the Standard Specifications. TS-06 PIFINC HATFRIALS VALVES AND FITTINGS All pipe sizes as Shown on 'he drawings, and as specified herein, are in reference to "nominal" diameter, unless utlwrwise indicated. All piping materials, valves, and fittings shall conform to A.P.W.A. Standard Speci- - flcations and dull be in accordance with the City of Renton Requirements. +G All pipe, valves, fittings, and specials shall be for a minimum water working pressure of 150 psi or as revised by City of Renton standards, and shall conform to the requirements of the applicable sections of the A.P.W.A. Standard Specifications. TS-Page 4 i 1 �L SPECIAL TECHNICAL PROVISIONS (CONT.) TS-05 PAVEMENT REMOVAL TRENCH EXCAVATION BEDDING AND BACKFILL front. c. Excavation (cant.) ind?cated on the drawings. Temporary drains and drainage ditches shall be installed to intercept or direct: surface water which may affect the promotion or condition of the work. All excavated materials not meeting the requirementf for backfill and all excess materials shall be wanted as specified. No separate nor extra payment of any kind will be made for storing, handling, hauling or manipulation of excavated materials. d. Foundation preparation and Bedding Foundation preparation shall be in accordance with the applicable provi- si,)ns of SOctlon 73, A.P.W.A. Standard Specifications, except that the bottom of the trench must be shaped to uniformly support the bottom quadrant of the pipe throughout its entire length. In case unstable or unsuitable existir material is encountered at the trench bottom, the vngineer may direct the use of borrow bedding material In accordance with Section 73-2.05 of the A.p.W.A. Standard Spn..ciftca- Lions. Wet trench conditions will not necessarily be consideiid as an indication of unstable conditions. The trench shall be de-watered and an inspection made by the Engineer to determine the suitability of the trench material. All coats for de-watering ahall be the responsibility of the Contractor. Bedding material shall be as required for Bank Run Gravel Borrow. e. Trenen Backfill and Compaction (1) General; Excavated materials .at are free from mui., muck, organic mat�,—broken bituminous surfacing, stones larger than A inches in dimension, and other debris, shall be used for backfill except where otherwise required. (2) Initial Backfill extending to a plane at least 12 inches along the crown of the pipe shall be hand-placed, selected excavated material free from stones, hard lumps or other material harmful to the pipe. Initial backfill shall be placed around the pipe in layers not Pxceeding eight inches in depth, and each layer shall be thoroughly compacted by sechmical tampers to al least 95% percent of maximum dry density at 0ptI41W llaistu" content as determined by Standard proctor Compaction Test, ASTM Designation D69a-ssT, Method D. All works related to the testing of the compaction, including proctor testa and compaction den- sity tests shall be by the Contractor at his expense. Two compaction tests shell be. taken on the water trench areas. The locations of the tests shall be selected by the Engineer. If one or more teat, do not meet the specifications as stated above, additional teats will be taken as requested by the Engineer at the Contractor's expense. TS-Page 3 1 +► a -. SPECIAL TECHNICAL PROVISTOWS (CONf ) TS•-04 CLEARING Pavement, or other street and road surfaces shall be 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 pedestrial traffic. All pavement cuts shall be made smooth, straight lines or to nearest construction joint, and shall be made with clean vertical faces. t' Removal of bituminous and concrete pavements and utilities shall be conducted in accordance with Section 52, A,P.W,A. Standard Specifications, except as otherwise provided herein. TS-05 PAVEMENT REMOVAL, TRENCH EXCAVATION, HEDDINC AND RACKFILL a, Cenerdl Pavement removal, trench excavation, backfill, foundation preparation and bedding for waterline and appurtenances shall be in accordance with the applicable provisions of Section 73, 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 pevement removal. Removal of existing pavement shall cover all types and thicknesses of pavement. The con- tract price per lineal foot for "installation of water main" shall include full compensation 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, r+ade for storing, handling, hauling or manipula+ -,n of removed pavement. c. Excavation The contractor shall inform and satisfy himself as to the character, quantity and distribi:' ion of all material to be excavated. No payment shall he made for any excavated material which is toed for purposes other than those designated. Should the contractor excavate below the designated lines and gre4es without prior approval, he shall replace aua,h excavation with app.oved mate, :,lr., in an approved manner and con- dition, at his own expense. The engineer shall have complete control over the excavating, moving, placing, and dtaposition of all material, and shall determine the suits- bility of to be uses as backfill. All unsuitable material shall be sated as specified. Excavation of every description, classification and of whatever substan- ces encountered within the limits of the project shall be performed to the lines and grades necessary for pipe, bedding and structures, and as TS-Page 2 i R. SPECIAL TECHNICAL PR(NISInNS TS-01 GENERAL STATEMENT Tide section, Special Technical Provisions, is devote: tt, features of on-the-site conditions which are peculiar to the facilities to be constructed for W-388 Benson Road South. Articles, and some materials, operations, or methods mentioned herein or indicated on the drawings as being required for the project @hall be provided by the contractor, (except material which is to be supplied by the City of Renton - see Special Provision SP-03) and he shall provide each item mentioned or indicated and perform according to the conditions stated in each operation prescribed, and provide therefore all necessary labor, equipment and incidentals necessary to make a complete and ipers- bli installation. No attempt has been made in these specifications or plans to segregate work covered by any trade or subcontract under one speelfication. Such segregation and establishment of subcontract limits will be solely a wetter of specific agreement between each contractor and his subcon- tractors, and shall not be based 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 specifications,•and that each general specification or sub-head of the technical specifications may include work covered by two cr more subcontracts or work in excess of any one subcontract. TS-02 STANDARD SPECIFICATIONS All work under this contract shall in general be performed in accordance with the applicable provisions of "Standard Specifications for Municipal Public Works Construction" prepared by the Washington State Chapter, American Public Works Association, and in accordance with the require- me'ate of the City of Renton, except as otherwise amended, modified, or specified in these Special Technical Provisions. Items of work not specifically covered in these Special Technical Provisions shall be performed in accordance with the requirements specified in the A.P.W.A. Standard Specifications, and in accordance with the City of Renton requirements. TS-03 EXISTING I,'TILITIES If, in the prosecution of the work it becomes necessary to interrupt existing surface drainage, sewers, underdrains, conduit, utilities, or similar underground structures, or parts thereof, the contr..otor shall be responsible for, and shs11 take all necessary precautions, to pro- tect and provide temporary services for some. The contractor shall at his own expense repair all damage to such facilities or structures t:ue to his construction operations, to the satisfaction of the engineer. r IS-Page 1 } s MINIMUM WAGE AFFIDAVIT FORM City of Renton I _ ss r COUNTY OF �l�n 1, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payrent for which this voucher is submitted, I have aid the following rate�. P g per hour for each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now 1 ! referred to and by such reference incorporated in anal made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. CUN!KAC[ Subscribed and sworn to before me on this _ day of A&`t4...�_ •J +' Notary y P— ubli ' in and for theVStatc of Washington Residing at 134 14-- /fir. 44 1r I t CERTIFICATION OF NONoIsCRrMINATION IN EMPLOYMENT The biddsr represents that he L,�5 has, L7 has not, participated in a previous contract or subcontract subject to either the equal opportunity clause herein or the clause contained in Section 301 of Executive Order 10925; that he ,7 has, i has not, filed all required compliance reports; and that representations indicating submission of required compliance reports, signed by proposed sub- contractors will be obtained prior to subcontract awards. j� I f COMPANY f„r.Ls tTLE r C/ ate r (The above representation need not bn sutmitted in connection with contracts or subcontracts which are exempt from the clause.) 4 D I.F 14.43 11 t NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ) SS COUNTY OF . i 1 ' being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is 1 genuine and not sham or collusive or made in the interest or on be- half of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the fore- going work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, 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: Subscribed and sworn before me this P4 day of tg -7-V n Notary Mitt irl and for Vw State or-- residing at 17oc l J.4 /3s,0/4� therein. 'k ti 1 , 1 t ' yr . r.a - t k r s BENSON ROAD ( 5.5 4 5-C , SR 515 ) , a mj - Le !}} "{•f � �d �7 ��t a Y g ( c a BEN56N RD. (55 J � `-_-."'_-. � ,. -- : r k ♦ 7t � N; .:.. -�. n _jam �+is-T �f 1- \ - '.�'�Ll.—._a.�v . - .��+-� __yin Y `_-•�� t` t ty NOTE 5 3 7f t pa arwm emtps cKi.rr ... ..r. ra vw. SIN �1 4 a1 a01i CIry OF RIE ON ■wt.M[fw.N sawaoroewt MW-KA RD. EAGLE RtOGE {yt- �a ANT, 4116 :i r (10) Continued and firms performing labor on the construction project under this contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11 . The surety or sureties ou such bond or bonds must be duly licensed as a surety in the State of Washington. (11) The total amount of this contract is the sum of Five Thousand Three Hundred Twenty Five & 6C/100 ($5.325.60) , which includes Washington State :Sales Tax. Psigments will be made to Contractor as specified in the "gone l 4wmN#=S` S'Au+in.2n °1W.�„ sHrpNS� of this contract. IN WITNESS WHEREOF, the City has taus^d these presents to `e signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above written. CONTRACTOR CITY OF RENTON GESNER & BROWN, INC. , A Washington Corporation. }Na71t/1 �� f�Z�._._✓pis ATTEST: u�Of/Hi J l /_ L;14� ty e: State of Washington License 223-02-9491 city of Renton License 650-72 � t (7) The Contractor shall conwrice performance of the contract on the -7 day of 19', and shall , t.;lets the full performance of the contract not later than +0 calendar days from said date of comnenrement. For each and every day of delay after the day of completion, it is hereby stipulated and agreed that the damages to the City occasrone" by said delay will t�e the sum of One Handred Dollars • ' ($100.00) _ as liquidated damages for each such day, which shall he paid by the Contractor to the City. (8) Neither the final certificate of payment nor any provision the contract nor partial or entire use of any installation provided for by this contract shall relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. t The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the ork, unless a longer pe iod is specified. The City will give notice of observed defects as heretofore specified with reasonable promptnes< after discovery thereof. (9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates , recrrds and misellaneous data pertaining to the contract as may be requested by the City from time to time. (10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the contract, including the payment of all persons t a► ► r s. r� commence performance thereof within thirty (30) days from the date o. serving such notice, the City itself may take over the work under the contract aid prosecute the same to completion by contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event the City if it so elects may, without liability for so doing, take possession of and utilize in completing said cxutract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. (4) The foregoing provisions are fn addition to and not in limitation of any other rights or remedies available to the City. (5) The Contractor shall hold and save the City and its officers, agents, servants , and employees harmless from any and all liability of any nature or kind, including all costs and legal expense incurred by reason of any work on the contract to be performed hereunder, and for, or on accouni of any patented or unpatented invention, process , article or appliance manu- factured for use in the performance of the contract, including its use by the City, unless otherwise specifically stipulated in this Contract. (6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its uuly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by de- positing same in the United States mail , postage prepaid and registered. 1 fA � (2) The a`oresaid Contract, entered into by the acceptance of the Contractor's bid and signing of this aqreement, consists of the following documents all of which are component parts of sail Contract and as fully a part thereof as if herein set out in full , and if not attached, as if hereto attached: (a) This agreement ((b iostruction to bidders (c Bid proposal ((d General conditions '- Specifications (f Naps and plans g Bid h Advertisement for bids i Special contract provisions, if any (j) Any and all other documents contained in this volume. (3) if the Contractor refuses or fails to prosecute the wcrk or any part there- of, with such diligence as will insure its completion within the time speci- fied in this contract, or any extension in writing thereof, or fails to com- plete said work withir . h tine, or if the Contractor shall be adjudged a bankrupt, or if he shoul'_ make a general assignment for the benefit of his creditors , or if a receiver shall be appoirted on account of the Contractor's t insolvency, or if he or any of nis subcontractors should violate any of the prov'sions of this contract, the City may then serve written notice upon him and his surety of its intention to terminate the contract, and unless within ten (10) ys after the serving of such notice, such violation or non- c�mpli a of any provision of the contract shad cease and satisfactory arrangement for the correction thereof be made, this contract, shall , upon the expiration of said ten (10) day period, cease and determine in every respect. In the event of any such termination, ,he City shall immediately .. serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the contract, provided r however, that if the surety within 'iftpen (15) days after the serving upon it of such notice of termination does ,got pe: form the contract or doe; not r 1 ° THIS AGREEMENT, made and entered into this � `_day of by and 3etween THE CITY Of RENTON, Washington, a municipal corporation of - the State ;f Washington, hereinafter referred to as "CITY" and Gesner 6 Brown, Inc.,A Washington Corporation hereinafter referred to as "CONTRACTOR". WITNESSETH: (1) The Contractor shall within the time stipulated, (to-wit: within 4 0 calendar days from date of execution hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, toots, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and insLallation work in a workmanlike manner, in connection with the City's Project iidentified as Water Proj. No. W-388 for improve- wnt by construction and installati,n of: _ an 8" Watermain in Benson Road South from Eagle Ridge Drive to Interstate Highway #405. All the foregoing shall be performed, furnished, constructed, ins ailed, and :ompleted in strict conformity with the plans and specifications, including any and all adde, is issued by the City and the other documents h: •+inafter enumerated. It s agreed and stipulated that said labor, materials, appliances , rachines, tools, equipment and services shall be furnished and the construction and in;taliation be performed and completed to th^ satisf3Ction and approval of the City's Engineer as being in such conforn ty with the plans, specifications .. and all requirements of the Contract. r� ' SCHEDULE OF PRICES (W-388) APPROXIMATE UNIT TOTAL ITEM CNIANTITY DESCRIPTION PRICE PRICE ` 1 1000 LF Install 8" Cast Iron (T..J,) Water PS 7" l l/ 7 r F. Wo � i„ay4. Per L.F. Wor s Figures 2 1 EA Install 8" and smaller Gate Valve Asse blie �t rs1L $ 3 n�_ $ -5 cr'� Per Each 3 3 EA Install Fire I+ydrent Assemblies S� d Mons $ &66 3 co ° ger ac 4 6 EA Furnish and Install Fire Hydrant Guard Posts / -,if--.0 T. five= OoA"s $1Z� S �iC �"" ,. Per Each 5 3 CY furnish and Install Concrete Blocking 7y..4. /,,1 �G��iiyS Zs �� $ lrs= Per Cubic Yard 6 280 CY "urnish and Install Select Hack- fill Matteria Per Cubic Yard YL'L= 7 2 CY Furnish and Install Cement Concrete Surface and,Jp)estora:iun _ o Per Cubit Yard 8 20)Vons Furnish and Install Asphaltic Concrete .5prface/ Restoration Sub ital 8; Sales Tax v, TOTAL $ z� ^�^ e+ a S3�S. Coo e ,. THE UNDERSIGNED BIDDER GEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT IF AWARDED HIM, WITHIN TEN (10) DAYS AND TO COMPLETE THE WORK WITHIN THIRTY (30) CONS--CUT'TVE CALENDAR DAYS AMR STARTING INSTRUCTION. DATE: _ THIS / Jr, DAY OF �'Is+u...L..� 1972 SIGNED /�5zl �. TITLE / ADDRESS ti r r � PROPOSAL TO 77E CITY OF hLNTON f' RLN'I'ON, WASHINGTON Gentlemen: The undersigned hereby certil',�, that h- has examined the site of the proposed work and ha read :uut[ioroug ly wi erstand f the plans, l specifications aad contract governing the work embraced in this uprovement, and the metnod by which payment will be made for said work, and hereby p-opos0 to undertake and complete the work emb,.ced in this improvement, or as much taereof as can be comp'.eted with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, ann total amount of bid should be shown. Show wit prices both in writing and in figures.) Signature ZIi4G9 Address i/a.,4' /f,z -01f Names of Members of Partnership: Name of President of Corporation,, Name of Secretary of Corporation .� Corporation Organized under the laws of (J.14iez„ with Main Office in State of Washington at ,in .r ly.t .fin e N e,N i 0 O �2" MIN FINISHED GRADE SHALL INCLUDE HYDRANT EXTEN_ WHEN NEEDED � � V OLYMPIC FNDRY —OR EQUAL C.1 ` WLVE BOX 6" C.I SPOOL —6"GATE VALVE(FL"MJ) CONC 3/4"SHACKLE RODS ,� CONC. BLOCKING-- BLOCKING / HE I•I/2"WASD GRAVEL `X• o" TEE J"FL) �- 16- 4" CONC BLOCKING HYDRANT HYDRANT GUARD POSTS SHALL BE STATE OF WASHINGTON DEPT. OF HIGHWAYS DESIGN OF CIRCULAR I2 2 2 I PRECAST CONCRETE GUARD RAIL POSTS. 1 O GUARD POST(TYP) O C STANCAHD CETAIL FOR HYDRANT ASSEMBLY 81 HYD. GUARD POSTS % ► w TABU I FIGUPE I Thruat at Fittinas in P, ,L, fypap i Tnruft 83ock Locatimp w � ... ,.n ae� y� 3>�.aw«. fix• 3it.y.u=rraar *ll e.la LM M W o N 1230 UN MI pa {-•a0J IN 11N INo 10N f1 IW 1010 x1,0 iiN {M OfT`,T;� .a a --too` a1$40m —.--SON —ii" 720 IN f0N ION tIs"oo Its 100 1xN 33" IOW �N r 9- too NN MN -Ism Ism in 1IN Mm 2140 1{Of _ No 07N alto Mx0 ING r'-IW NW ale me Nt0 ��\/�f, •i �c. O 1e10 111N ON 3m _ •" -_ IT- MN IlO00 NN - I00 b 1N00 It{W OINOIN ON •.: _ 4 :.;: .. IN IIWO lSNO MN aeV aW SW I I, N'4 is' so soI mW NN 1eN0 IMW 1N INW 20440 Ilan IN 1leW 1 rum 13300 Mll _ SN 1,700 IttN I3100 I,,3J •' IN IMN NON SfN 774 0 IN 11HO 30M tow NN ,•,y�:,kA Ns 13M f. W 17OW N JUN 0oWO INOC 0319 •• w , IN xl,N 00 MIN IVW iN - /N xIOW 034CO Y300 I0100 - t'• — ��- IN NWO tlOW I03W IIWO -- 7 — ----7M W logos t1aW 310W II,W T_ � 7� IN n1N a5600 3a,W IxfW IN 150fm alSN 1EO00 11]W w bO NNo -_- _ -._ _...____ Ilr'-N 30,W NIN NIOO 1a300 IN 4;WW IN 337W 1540 low "Go32M lim 100 _ aflM _0,0N ]O)W 10500 0a'"-- $IJW 0 t0000 101N , INN SNW WJCSIM 72W "Im' J IW 417W""a e,JW O2M Ia1N 700 Niel NIW f1100 INWam fr'-- N WaW 11)O00{11W xx100 IN few I35W0 WNC UOU ISO "IN 11,0W ,WN 11 IW NO IONW 'SOON 8110 .1.00 1a"- N IUO^.0 INON so"m "IN IN ❑,OW 117=0 M0e0 1NW _. IN i57WO INeb 116M . J NO iSiOW lIfNO il{0N S TABLE II Safe Bearing Load Lb/SQ. rt. .» The safe bearing Jw s giver in the following table are for horirontal Uir,.Sts when the uupth of cover over the pipe exceeds 2 fere. _ SAr� BLAIUNG LOAD BOIL - Lb. ner S4.Ft. *Muck, peat. etc. 0 Soft Clay 1,000 ?and 2,000 Sand and gravel 31000 Sand and gravel cemented with clay 4,000 Hard shale *In muck or peat all thr�jir s are res .ricted by piles o- tie rods to solid foundations or by removal of muck or peat and replacamt with ballast of sufficient stability to resist thrusts. Blocking psge 3 an D. CAILUTATION CQUATIONS MALKimm operating pressure - 1.5 x normal operating pressure Area Of concrete (A) , Thrust in pounds � T Safe Bearing Load in (Pounds/sq. ft,) SOL Maxima height of U:rust block (DLI = Depth of trench in feet, R - 2 2 Depth of concrete thrust block = (Width of trench in feet)(Outside diameter x • of ipee in feet) 2 �a Maximum length of thrust block (th) A Maximum height His Required ao.�nt of concrete (cu. yd.) - . (Height x depth x length)x0.03704-(Haxtmxq.)x0.03704 E. EXAMPLE Probla: Cnleulation of the amount of concrete required co block a 9(P bend in an 8- C.I. watermain; the normal Operating pressure in +.he pipe will be 65 psi and the soil condition in the area indicates sand and gravel. 2. SQjutjal: - Maximum operating pressure = 1.5 x 65 = 97.5 psi 1 - Outside -iemeter of R- pipe . 9.05 in. = 9.05/12 ft. - 6o to Table 1: The calculated maximum oper.ltirg pressure is 97.5 psi, the table does not list this figure so we take the first figure in sequence being 100 psi For An 0- waterpipe, having a manimum operating pressure of 100 psi, we see the. the thrust on a 900 bend is 5,420 pounds. r -CO to Table II: Table II gives the safe bearing load for Rand m,u gravel: 3,000 lbs/sq.ft. -so to Figure t: Figure I indicates the position of the concrete fdr blocking the 900 bend rq to the specifications of the projec. and find depth of trench (h) a 3 feet 1 . Width of trench (W) = 3 feet With the above &Rambled information we proceed to the final ealeul+tions: -Area of concrete (A) Thrust _ - rl ? = 1.80 sq. ft. Safe Bearing Load 3000 -""Lam height of thrust block (if.) 1.5 ft. t� 2 ] -Depth of concrete thrust block De) dtA o•' trench In feet (W - Wteide Digrn aer of Pipe (d) 2 1.12 tt 2 -Maximum length of thrust block (in) Kea of Concrete = A = ,.AP1.2 ft. >. Height of root. His 1.59 -Required amount of 6oncrete . (HsightxDepthxLongth) x 0.03704 - (00 x ion x De) r. 0.03704 . (1.85 x 1.2 x 1.121 x 0.41704 ® 0.074 cu.yd. blocking Page 1't ' STANDARD DETAIL FOR GENERAL. BLOCKING CCHC 00MUNG SIZ SKG f"r^DUi;' A. GENERAL The amount of concrete required to anchor horizcntal berda, tees, and dead ends depends on the strength of the soil. The methods of Placing concrete to keep the joint accessible is sham in Figure I. The area in square feet of concrete which must bear _. ainst side of the trench is found by dividing the thrust ingpoundsthe shwn in Table I by the safe bearing load of the soil as shwa in Table II. B. CRITERIA - The sizing procedure is for horizontal or downward thrust only. - Height of the thrust block must be equal to or less than 1/2 the depth from the ground surface to the block base. ^he thrust block bearing Phase to approximately rectangular. The concrete blocking shall ho ac per 4PwA specification 74-2.14. C. SYMBOI4 d- Outside Diameter of Pipe in Feet T - Thrust in pound-, at the fitting (Table I) - SBL+ Safe Bearing lxJd in pounds/nq. ft. (Table I1) h . . Ipth of trench in feet N • Width of trench in feet A + Area of concrete which must bear against the side Of the trench in sq. ft. Hma Maximum height of the thrust block in feet Or- Depth of the concrete thrust block to bearing surface in feet 1. Maximum length of the thrust block it feat h < h i .:,•,)II Alo.king Page ' J BENSON RD. FROM EAGLE RIDGE DRIVE TO W- �88 INTERSTATE 405 nVERCROS5ING l •'.� fi �P±M# SWIi'.�M�>, 1."I i{ic7h whbl+H•iAifi•+. ?,.`p•i.i;, ►'NGt�tS`� EST#IMAtc !E♦s:ri roars `�lYnat Unac drat• — LAIR �'3TWAIE ►c;a EjT/ip it E. LiWv+Na/ d�,}dr (a}ae4rirri .a.r w.C. ...» i. f # +TMrrsi� a" C.Y. iM1War tit (..t, 2.22 weraur..ar+sw ; rwraai4i.errw 18Qt! #► .. 1 ipfill rNrr fit asawft M• 1".00 +� t AW 000 t1R# i r tt ` f 1 c :saseaia 1WMrt id � � '� .i i iRarMcR a 1a�1 C1�aYti .' VOWNM e> 9 16ssio 0"m C.Y. i $040 1 tisisawwfa aeuri'w 000"We " tear. io.ao .j wh Ma.c9 t st asie c fu 1 ` i loop f 1 4 Y �KsrMs �' •airs nr. /.f. '+, aeraee., sYa r9iNb �} , t _a OF Up T •1. THE CITY OF RENTON 8-RFq MUNICIPAL BUILDING 300 MILL AVE SO. RENTOM,WASN.M066 �, AVERY GARRETT,MAYOR s DEPAFTMENT Of ENGINEERING Q• ,i ar,:arf >, 1i73 "ro SEP'tE111� Dear Customer: : . As you are probably aware, a new eight-inch, cast-iron, 'jat rmdin +with fire - hydrants has recently been installed in the Benson Highway. This new main replaces the old 2" galvinized water main caning from Talbot Hill, which in the past hr• served your area. This new installation wi...l give your property a •{, rr r;" more reliable source of supply, as well as the needed fire protection for your area. " "• The old 2" water main supplied you water at an aiproximate static pressure of a 75 i'.S.I. (pounds per square inch) . The new main will supply your property at n static pressc.:. of approximately This pressure will be too _ great for all your water using fixtures, such as; hot water tank, washing 200 p.S.l. machines, etc. By City ordinance the City +s not responsible for the amount of water pressure supplied to a reeidencs or facility, beca,:se no two residents have exactly the y same amount of pressure. rressure flucbsatee with the elevation of a building with respect to the elevation of the source of supply. rt is the resident's responsibility to install oc have installed an adequate _ pressure reducer an the resident side of the water meter to reduce the water pressure to a usable suppl;/• Art this time the City would like to put you on notice •hat pressure will be in" und eapproximately .n£ctyS'days ton or o have taeprescure reducer yinstalledn ifthat you don have not already have one. If you have any questions, please contact this office, City of Renton, Utility 6nginper Department, telephone 235-2631, Very truly yours, " Beet H. MzHenry, P.E. HC•ting Director of Snginoering f. !.iehard C. Ho•sghton , t.cting utilities vn9ineer r i { ♦�`! CI'i'Y 'vtii,'�irF:lt'� 1►iiYt:E lii? TO'%. WASM1«,TON y1{itM!~4tA/ NMIGgNR3, OfNVON YVAS141040TON 9"S3 • 225.1631 Y-396 I/Pm"m ROM PROGRESS ESTIMATE Ceet•�cl F.afi.24Zh'?� t.6ra,alaMa. Final petoimz 26, 1973 Sha.,.erhem 1 LAST ESTIMATE TMIS ESTIM t�eactyrtls+l �iw:t 1A61t hr"o� Q�aatit Trod OvmMit 1 lestall 70 C.I. Water. Pipe I .P. 2.22 11600 31S52.A^ 1,e86 ],7t9. 2 Sgatoll P 6ete Volvo Ea. 30.A0 1 31 1 36.00 3 lPawl ties w1drant Assombly go. 100.00 3 300.00 3 >1f00 4 Pu"40b 1, L9atA41 Vixe ICy.6lrout 4m#tvA tlWto L. 25.00 6 150.00 S for1Wat 6 iaatoll rcacrots C.Y. 20.00 3 60.(1f> > 66.p(1. , t.{}tfl,lq/ 4 roaxis! c 1notoll select i 50*# U Noterial 1.Y. 1.00 -0- (iT T #*Sam* c tmtsu 4+wrmt 0404Vrta fnstaoe lroatsertion C.Y. 50.00 -o- -o- -6- e 91#t�1o41 +, lt,rtell Aay4altic Cbnow a surfaec Rosuzotien 70" 30.00 -A- -0- 39.6 01 CM"t Order Loup !"S #oo.bo 1 atsr.ew 01"srOwsj So sales 1 0 rrevlsosly rd Id 1 5.30 eels ?on on Uffsr - t . Yomrr. - + Lose 10t seye r�t6t.1 &SWAN Len Pravlcuoly Pei A , t Cor,towtor M6om 01R Mo ssrrMAeC 11 Mlule 6 mraA4 leo. 5! ' Eftnt a, WA WAS 1 Y 9! f T ^ 't{ /FF71GL' ME!�'1'1/�, Wtii11�G EIFR . !l118O0d MtSMINOTON 960]] • 17/•7171 F7M !�0 am `:. ►ACW.SS ESTIMATE ear ] f9arlpaa we OoN Jr. N. 117] t1�r/i.N I LAST ISMAAT! TONS lgtf Ogfff/ IMw Prop QVent'll, Total Owl 1 l ust"I r e.l. IAdM L.T. 1.71 1.6W 1.S3LW Lw ].77a.a ] Ift"All r Cm Wlw ale. 70.00 l 1n.W 1 ]0.00 1 Ipatell plre ylrmt AtolpmT M. 1W.W 1 Wo.a ] Soo.W 1 petal" A loot au K" w1dont mard M" lit. ]s.W a 1w.W a 150.00 1 rowlall A TnstaLl c rte" C.T. ice% 7 60.00 l 60.00 I"Ob/ t fllppla* A install Nlrt tpat611 taterw C.T. 1.00 -0- -0- 10 10.00 7 slRalall A Install rrrt , gaNrs" sump ans"ratlm C.T. w.00 •0- -0- -0- -0- t p0ptlo A install ASO"tle emote" wrens wa.rttlm yr 10.00 •0- -0- 39.S 645.0o !1 Ctlflp Mde- Lump 113`7-72, suo 1W.00 1 aW.00 1 400.00 wip"At S.964.40 WpTOTAI a AMOIIpT """ l.7 TAIL 4.491.00 p/rrebnlCt 1.077." St Sol. I. rrosiewly r ]]4.60 5.11 "1r To . vircore,M �� 4a.M TOTAL ttepe t W iwr lot 0alnsge $So." 9aa W S."9.st Lose Alan 11"ime17 Vol4.267.40 Crtraetr AMOUNT` MR Tt/a "TtIl Tt $1,4122.10 Qamot A Kansl. ins• , 110" 14iM tae. 11.11. &mum, m pass I I i I I I t 1 l e.I.Na.M/ M".a-fll STATE Or WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES + AFFIDAVIT OF WAGE PAID DEPt OF LABOR a iNk, JAk On Public Works Contract (. MR November 2C Awarding Agency 1972 D. :1t f Renton FE8 1973 Contract Number 3 is Late Contract Awarded . Date Contract Completed ;/.7f1?3 er County in Which Work Performed X1116 .... ._ ......_._._--_..__._.........._ Location within J Rentonounty r waon!ngEenn , STATE or WAseR1 om Was a Statement of Intent Filed. Yes [ No Q w COUNTY or KING In compliance with RCW 39.12.040 I, the undersigned, being a duly authorized repr^sentative of _,.GESNER_,e- Bf�iR+l TNC.-_.._._ 11025 142nd Avenue S. CL.r Renton, Washington 9 055 - _. .... - _ "' '"-_._. ._ . . ._ ._ .__-._.. - - 7AJdraai ..._.. . _.... . ._'_._..'__... ICesleaebr er a9awetraceeri g do hereby certify that the following rates of hourly wage and hourly fringe benefits have been paid to the 1 laborers, workmen and mechanics employed by me upon the project described above and that no laborer, workman or mechanic has been paid less than the "prevailing rate of wage" as determined by the Indus- trial Statistician of the Department of Labor and Industriex List below each classification of labor employed by you upon the project described above and the rate of 3 hourly pay and hourly fringe benefits paid to each classification. In addition, if apprentices have been em- , 4'�u ployed, list their names and or registration numbers and their stages of advancement, � ra Classification of Labor Rate of Rate of Hourly , Hourly Pay Fringe Benefits Paidr,r Operator. 46 hp -NfGkhoe� E7.66. 1..16 - Laborer $5.65' 1.15 5. 3 Non. Attach Additiorul Sharp o flood*& Cr3NRll t< BROWN, INC. . lCaaOaal llaawl By0_� ryFf7�L �„� i rwaident Subscribed and sworn to beforr me na., this _..._-__dy oLtxceaher __...__, I bareby oartify that hiing to the nos a014M and frt nss beefts blrAln sworn to 19 r._ ._. , tM fort. I: nE ease r a it, n a of RCW br.,n sa Sefted.- No4ry/asW fs fas e,. tw of> wrwera• t ,•,Wiylatlrr/iwea. :.Y t9'147. Dr` IdIDU�i6 Data: 7 �' .7:�. ..... INSTRUCTIONS n, rrlarrrd ..31 • }` earth' 1. Pursuant to RCW 39,12,IM copies of this form must he completed by the coltract4 and each (ibis sub- contractors. 2. Complete this form in triplicate and have it notarized, 3. Submit all forme for certification to: Industrial Relations Diviciun, Department of Latr,r and Industries, t Genera; Admmfotralion Budding, Olympia, Washington 985n4, r } 4. Fits a prllNed nX with the Awardit Ajency. CONTRACTORS ARF. RESPONSIBUE FOR OBTAINING AND FILING AFFIDAVITS ,d the SUB- CONTRACTORS. This is required by law and payments can u>t lawfully he made until ouch affidavits ore file!. _ WILLUM C JAC0e5 LLn,.e DANIEL 1, EVANS (0)1 �,.,,..,. _� •� .�. ydif Or WSHIN910H DEPARTMENT OF LABOR AND INDUSTRIES �p General Ad-in ,Irolion Bu Jdmg C OLYMPIA 9e504 - - _. ._mJdjj�,t. so", SurtenSos �NIEgN�q aplSTtl/IL INSYUNCF .pl>r OatV lbr f`111 • Io wm IT EWT 001=98 Rol Coensot Ro. Y')u Gentlemen: This is to certify that Ceosec I lroao, Ise.. 1303! U3d /• l•• Roscoe++ YgYEytoo 1603 5 , 1 pa Rs. e7i ,L!) has maAe payroll report and paid premiums due the Accident and wa :t"1i of Labor end Industries covering Aid funds of the Department lseulleclos t s Roscoe. Very truly yours, SUPERVISOR OF INDUSTRIAL INSURANCE �yoAossYttile/ leattee Chtol. L'A Its 4 y PUBLIC WORKS CONTRACTS - LIEN FOR EXCISE TAXES -- FINAL PAYMENT RCd 60.28.OLO (sec. L chap. 236, Laws of 1955) The amount of all taxes, In- oraases and penalties due or to become due under Title 82, RCK from a contractor or his successors or assigneea with respect to a public improvement contract %here- in the c mtract price is five thousand dollars or more shall be a lien prior to all other liens zpon the amount of the retained percentage withheld by the dis- buraing officer under such contract, and the amount of all other taxes, increases and penalties due and owing from the contractor shall be a lien upon the balance of such retained percentage remaining in the possession of the disbursing officer after all other statutory lien claims hrve been paid. RQJ 60.29. C50 (sec. 5 chap. 236, Laws of 1955) Upon final acceptance of a contract, th ate, county or other municipal officer charged with the duty of disbursing or authorizing disbursement or payment of such contracts shall forth- with notify the Tax Commission of the completion of said contract. Such officer shall not make any payment from the retained percentage fund tc any person, until he has received from the Tax Commission a certificate that all taxes, increases, and penalties due from the contractor, and all taxes due and to become due with respect to such contract have been paid in full or that they are, in the commission's opinion, readily collectible without recourse to the state's lien on the retained percentage. R1l 60.2d.060 (sec. 6 chap. 236, Lima of 1955) If within thirty days after receipt of notice by the Tax Commission of the completion of the contract, the amo mt of all taxes, increases and penalties due from the contractor or any of his successors or assignees or to become due with respect, to such contract have not been paid, the Tax Commission may certify to the disbursing officer the amount of all taxes, increases and penalties due from the contractor, together with the amount of all taxes due and to became due with respect to the contract and may request payment thereof to the Tax Commission in accordance with the priority provided by We chapter. The disbursing officer shall within ten days after receipt of such esrtifleita and request pay to the Tax Commission the amount of all taxes, increases and penalties certified to yrclaims become whichdue by*�th respect statute are ao the lien upon theparticular contract, and, after withheld payment of all retained percentage withheld by the disbursing officer, ohall pay to the Tax Commission the balance, if any, or so much thereof as shall be necessary to satisfy the claim of the Tax Commission for the balance of all taxes, increases or penalties shown to be due by the certificate of the Tax Commission. If the contractor owes no taxes imposed pursuant to Title 62, F.-U, the Tax Commission shall so certify to t'.e disbursing officer. FL 325 Contract No. C.A.G. 3016-72 Rev. 10/14/70 NOTICE OF COMPLETION OF PUBLIC WORKS ''-'2 RACT To: Excise Tax Di•:--pion Ihte: February 27, 1973 Audit Section Tax Cowdasion Olyrpiat Washington Do Not Use m-ew: City of Penton Assigned to: Municipal Pailding • 200 Mill Ave E. hate ABslgtedt ` Penton, MA 98055 P.W.C, Numbers Date t 5ontleown: Notice is hereby given relative to the enwpletion of Contract or PrOJeot described below: Description of :.ontract : Water Project W-348 Benson ]bad Contractor's Ila= ! Comer & Brown, Inc. COIltractorts Aedresa : 11025 142nd Ave. 6. E., Penton, WA 99055 a:e Work Commenced Novomber 2'4, 1972 Date (fork Coopleted : January 31, 1973 ate Wok Acoeptedt February 26, 1973 .'>Lr•ety or Bonding Compan:• United States Fidelity and Guaranty Coe pany Ageatts Address : J. C. Beason, Inc., 250 Central Building, Seattle, WA 99104 "ontract Amount 5,072.00 Amount ULsbursod t $ 5,299.58 Additions 492.60 "mount Retained 556.4e ;ales Tax 281.44 Total S.S".04 Total t 5,945.04 By UtsNurcins 0ffirer - Finance Director TMZ COFIBS OF MS VDTICE MUST HE ';CWLETED RY THE DI.SHIRi= OFFICER AND MAIIED TO THE DEPARTMENT OF REVENUE AT OLMIAt WASHINOTON DMIATELY AFTER ACCEPTANCE OF TS WORK DUNE UNDER THIF CONTRACT. NO P S SHALL 9E MATS FROM ?.STAINED F7RrL UNTIL RECEIPT OF D ,, ,t ACCUIRDANCd WITH SAID CERTIFICASE. t it A DATE February 29, 1973 TO: Gwen Marshall , Fin Director i wen en c. Gonnss,,n, i-hector of ,ublLo wo rks FN011: BsOAtxlQAaE W= SUBJECT: Estimate No. Pina1, Contract No. CAo 3016-72 Project: benern' FoaA water Main N-398 Submitted herewith and recommended for payment is Estimate No. FYna_ 1 for wore performed by eesne- e. nro , Inc. Amount previously paid Contractor $ 4,267.40 — Amount previously retained $ 449_2 $ 107.26 Amount retained this Estimate (to be allocated from the following accounts: ) xxxl► 'kx- xlo�olxxxxxxx 7Mup="APtWS*I"0yx>b*—M—xxx=xxxxx v 401 iS34-32-64 s 1,022.19 Amount due Contractor this estimate GRAND TOTAL $ 5,346.04 The cb:tdu rthe Contractor this acEstimate is $ 1 ,022.17 which is the ng t Xx*xxx s ffx *xxx 401;534-32-64 BNMC:sn i i tel,r oar, ld, 1974 honorable Avery Garrett, :ray+:r Wamlere of the City Council PS: Water Iroject W-339 eansoa Road a., CAG 3015-72 Gentlemen: Fvbmitted herewith and recommended for payment is :he ►inal Satlaste due Cosner c Frown, Inc. for 'work performed on the a' Watsemain iii Beason Food a. from t..glo ktdge Dr. to Interstate i403. The amount due the contract.-,. is $1,022.19. This contract was ccepleted on January 31, 1973, and accepted by the Utility and Englnaoring Departments on February 2, 1973. It is reaammsnded that the City Crnuloil accept completion as of February 25, 2971. If, after 30 days, m, Ilene or claims are filed egelnst this project, and proof of payment of tax liabilities is received, it is raccame ded the rotaw.ned of $556." be paid the contractor. The above to to be paid from the follrn inq account, i401-534/32/64 Capitol Outlay Very truly yours. Warren C. 4orWwason, I .E. Director of 'ublic Works Powop f n�yf I: r .. Y f" q gyF n 6 f 10. The required "PRESSURE TEST' has been taken by f r✓ �� w. At a pressure of PSI , for minutes, on The test: Failed Passed comments ! 1 . The required "PURITY TEST' has been taken by N F fC t On _ Date of Reply failed Passed Comments 12. Is there an Easement required? If so, give dates for: Preliminary Submitted Recorded And Recorded Number rr i' 13. This Project included LF of Oatermain If , And Gate Valves Gate Valves _ Gate Valves and Gate Valves, a And all miscellaneous accessories for a total value of Also, Size T Msketype "J"', Fire Hydrants for a total value of $ 14. The transfer or "Bill of Sale" is in, Preliminary tutmitted �ecorded __form.The recorded number F 15. This project information was sent to the Utility Dept. for recording on and taken into "plant" on 16. What drawings does the Water Shop have on File. Preliminary _ , AS-Built 'n :i Form Completed on City of Penton , Utility Department Project Form 1. Water Project M I tJ ^ Date Project No. given 2. Project Description and location j 3. Developer's Name (If City check Address rr rAl; ur Phone f Engineer's Name (If City check Address Phone 8 r�Y rr Contractor's Name b e .`- ' �' L �,!,,.,,,/ (If City check Address t Phone # ] 4. Is there an ACTIVE Late-Comers Agreement in the project area? y If so, give File Name Recording Date _ And Number 5. The Utility Department Work Order Numbers on this project are as follows: f. t 6. What plans have been submitted? Preliminary As-Built 7. Has an Estimate been rrepared for Project " If so, give Date Prepared And Total Amount of Estimate 8. Is there to be a Late-Comers Agreement on this project N If so, give I dates for; Preliminary Submitted Recorded and Reccrded dumber 9. Cate of 'Start of Construction'' Date of "Completion" 4 r r t . r ft , i i I MATERIALS ISSUED S o N. I OF RENTON ATERWOkKS UTILITY w o H. �3_!�_.-__�- :TOREKFEPER: D. Z Wf—a UNIT �CCWM MATERIAL COST AMOUM u�eno NurRF� - _T- Z Z J R I _ _ r t i f S y • 9 J-- DISTRIBUTION SHEET TAL TOTAL H RATE DATE HOURSAMOUNT RATE DATE .URS AMOUNT JTITLE � � � �a a\a►aaa a►� �►o�'i��aa �►►�►�'�aaaaaaa ���a►��a► '-►aaa�a' a � '. aaaaa�aa� ►aaa►► ►►� aaa►►►a► � ►aaa► ►►� aaaa��a� Via`►��� , �a►a�► a a ��►ai a►���� �i�i��aa� aa��ia aa► aaa► �►�a► •�aaaa ►►a ��a►•a�i�ia►a ►► � � ' u�iaaa aaaaa ►►emu �►a a����►�aaaaaa �ir���►�a►a�I a�laaa►a►��iaa aa►�la►`h�aaa ►aa�a►►aa �N\JN as �►►�►►aaa► ►►a►a► aa► ►'�►�a►a►�►�aa ►,a►•►•�aaa�a . a►•►• .� • aaa►•► ►a�i► ��a'�a � aaa►a�►► � '. u�u�i►v�►� o�aa►► .ry O RENTON MATERIALS ISSUED o r.. JATERWORKS UTILITY Wow. stmKEERER: /1f4�72i .in.tr„�E: R.4.• avow UNR ""Wme M A i E R I A l cog ARMWUW L :Z g q� �ATP UALVC FT O 1, 14 T O a I i I u a I .. II tie [ �u.�f1��. I AWf�f'wr�.w RM.IM )!Y Of RENTON MATERIALS ISSUED 50.rw. JATERWORKS UTILITY W.0 w. ,Z7Z7 STOlEKEHER: --.__ --- �q� - •"" . ML.0 MI.II..w.i..a.ylp i mR UNIT Ar`Ww MATERIAL COOST AMpUM 36 _ _ _G ✓ if 7. Au vv �— --- �— -- --- -_— FG o* ^o r. _ ./ 7 ✓ ram— o jr ✓4..ile re Goss 1 r ✓ .2 T 1� r, rps Kr TS r AOby L _�����.� �r ✓ 31 ., 4 I J Q aTOTAL HOURSIBM \MINE a►►III ill aaa aka►aa�aaa a►a�a\a\ a►�i\\►ate;►►�, aaa►i►a►�ia► ►aaa►�a�i a►■ ilk III ::��► �::L aa►►.aaDID a OWNS isessak ism .1, am Ism k4a I I M ME kq I I On MINOR IN a• ti a aa►a►► aa. a►►a►►► ►a►aM.aaaaa aaa aaa�aa ►a►►aaia►►a IaDaaaaaI.is � 631 aaaaaa ►►a►aaa►MIDEDMIMME 6301,141113 IN •a ►►►►►► ►pia ►►•►►�►aa►a ■ (10) Continued and firms performing labor on the construction project under this contract or furnishing mrterials in connection with this ntracc; said bond to be in the full amount of the Contract price as spe�.Tied in paragraph 11 . The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. (11) The total amount of this contract is the sum of Five Thousand three Hundred Twernly Five & 60/100 ($5.325.50) , which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "general conditions" of this contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Cleric and the Contractor has hereunto set his hand and seal the defy and year first above written. CONTRACTOR CITY OF RENTON GESNER & BROWN, INC. , A Washington Corporation. yid or _ ATiEST: ty e FV— State of Washington License 223-02-9491 City of Renton License 650-72 fo M° THIS AGREEMENT, made and entered into this _____day of , 19` by and between THE CiTY OF RENTON, Washington, a municipal corporation of ., the State of Washington, hereinafter referred to as "CITY" and Gesner 8 Brown, 1nc. ,A Washington Corporation hereinafter referred to as "CONTRACTOR". WITNESSETH: - - - - - - - - - - (1) The Ccntractor shall within the time stipulated, (to- it: within calendar days from date of execu"ion hereof as required by the Contract, of which this agreement is a component p;,rt) perform all the work and services required to be performed, and provide and furnish all of the labor, o aerials , appliances , machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City'; Project (identified as Water Pro,; , No. W-388 _for improve- ment by construction and installation of: an 8" Watermain in Benson Road South from Eagle Ridge Drive to Interstate Highway N405. All the foregoing shall be performed, furnished, constructed, installed, and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and the other dou cents hereinafter enumerated. It is agreed and stipulated that said labor, materials, appliances , machines, tools, equipment and services shall be furnished and the construction and installation be performed and completed to the satisfaction and approval of the City's Engineer as being in such conformity with the plans, specifications and all requirements of the Contract. i ♦ 1 CWIFWATIM BY pNHo16+0=014[SCA, SUIN"MM.Ttal AM SUPnttl atC40 R .0,,b fJVL1TIENr OMMWM Mar or Prins,t4matrottor �- imre••eiT Gesner do Brown Inc. ;y-BBB "I. eartieu.ttos I. rswiaol purwaet to rea.t.1 Cauut4. tuder il:'as. iht aulewantlrl nnlvA And rHulatton,VfAa/dltoot Aq Waft or oo.,"iv. cootr.,T. , Ar ry of their prupord enbcontractura Ad Aa,llersr am" state as r Initial put of coo bid or neaol stl,m of the tarrrt whoaoor It had portfalted In Any pr-vinu- ,._^nn rt or ,fbfostnct subiace ,, too putt o/po nitY eLuot. Ad, if W. w Otboe /t ooa Iliad all easpIlame rapotts dut under a"Ileabla Instractlas. A TM City has nor-rofur- adopt" Aarlutica b. Laos under date of July 10, 1912 tote✓lbhln, a "ralr Pr .t)rso Pokey", 0. l.ple newt ad by An "Afflrrtive Artim ft grace^ the .ln eK.1oll.h.f And proaal,.;,. IT. pool Sty of the City of Xsotno :o .to am •:fold -,.I t".rrnt ad afrylt,. to all Tit.'aana Ad to A-+"" e�enl eeploAent opportwlty :rsod ern ability aM Iltrse to all parsosA ra,ordln-of ce, ", color, national Attain, .e-, ph,.L,.i hae•Alcapo or .,.. This policy aooll Ihe.int" A,yly to as Ill rontrartota, - a off". ad Aupyllars c aotf tin, Y !,boat,."vitb the City of stan v I. torn sltAll atfIm And =,lhe to ..bl Pvarilto and ,olict... The ab raentln:.4 provisions :Fell not u�ply lo contrArt- or Awbcontracta tar n aoda:d r 1e1 supplirn or tsw rtrrlaL or flit err or,snirtlnne Wch l+w than IS as,,loyaso .d/err tan,recta of Laos than i10,0uo bna/- ner pwr enma uttb the CITY. v- The fodornl,rd cwtrartor Thamfor, covenants, atlp•faros and apron. thet the porfotosme of this mmUftt toot he well net dl.erlatrta agaltat Any person ID hirlry, prmtlq, NazMryfr,,, tapanosttos nt to An, athar to,.or eudttlos At stgby- ..t, by raason of w,h pet ma's tact, crasd, cnlar, nllipnn, am.ftry or rtlorml nrl41A a tnplanent" by the 'Affirmative Attloncont troarr^. ' i .- it. 1. .1 further a,rto SS., M w1.'1 t.sa Aftood Ada and ,unnlo,+aa act inn to trjur- full eof to.r to vita such rp oyt and tras Lo All ways"t, a Bvtry .!ri arve s or this ont a". t:at fa Shire :n coeply +S:B any of the tart At eraU ptov l-tune sooll Dr sd cwae[tvea • racial neve.h at rasa <ontrArt. Contrartm du11, upon rpw.st A"iur as auuu r 1oosibla the.aafcer, futolsh onto the City any And All imfoomatim am reports ... requlr" by the CITY to datarstad -heth" full tanpli-ar- has bass And- by tM contracror u/th said policy And prAaron ad ton- tvect.r will paemlt oc err to his Boob, reread, ad n:eowea by the City for the pur,ofa or tmna jgg4a to ...now sass eagllara. fastraetor E.rthar abmouledp. lost by M. rats,.! A truce Ad Cary tree wpr ,f rho Cltv'c "Fair R¢tic.. PAl/ry" a+d -Affirms- it.. Berton hog,"". C(Wr11ACr Wpm TQAT1AA It1L. i2trTITICATit91 BY COMIAACItA B!"Ar'. Itam: Gesner & B1•own Inc. 11025 - 11.2nd S.F., Renton, mash. 93055 _. Phil Gesner ane' - rdyn Brown Pres. b: r)ecret-. fnene: _¢L_1501LB _ svbcoprAA::Ta'B ty.A'r[rudrtla Subcuntnttor'a neon: Aeprtsrtot lv+u __ Tit_ar phone: SUrt=k'b WTIr1CAT/0s -�-- purp.11W. err: Addrons _ AAp,esant.t lv.ss --_— Title: phone: .^ 1. CoarsRot/aubcanvattor/S,pplfar Iva "rncipt" In A pr••Iwn cnnt..ct or xar+xrert euoj.t to the Cv'nl 0ppertun:ty Cl.. 1. Cesq'I" ra tapurto van .v"Jmd to M fills" in cnnnvettun with am'h antrao, err suarontrac:. To.Q mo[= S. Corneae[or/in,Bean,vetnr/Buppl/er M. fllsd all rnepliaore raltirrb duv rdrr Application ln.ttuctlon.. to= An I = some nowirad Q::7 -' d. It ansuar to Itr 1 to "W", plsaao eaplaw In d.tstl on rmtrm ulda of this urHfleulun. Ce"Ifreation - TM Ina.,morl.n W. 1- t,,a and cospl." to tha bat of my braonlAde And bali+t. Phillip G. esner. ^esident _ lancer t-({ )T . yyia) Asvlaa" by city A.t%.Itr: a r x CERTIFICATE OF INSURANCE M Certificate Issued To: CITY OF RENTON, WASHINGTON Municipal Building Q ..Q 200 Mill Avenue South 9 §� Renton, Waahington 9805; rj 61 i ^ � Name of Insured: GESNER 6 BROWN, INC. 11025 142nd S. E. 6' Renton, Washington 9805E This is to certify that the insurance indicated hereunder has been issued and is in full force and effect on the effective date of this certificate. Thl s Certif i cate does not in any way amend, extend, alter or vary the coverage afforded by the policy or policies referred to herein. j AMOUNTS OF LIMITS COVERAGES PROVIDED 1.$100/30G,000 - Bodily Injury COMPREHENSIVE GENERAL AND AUTO LIABILITY ' I 50,000 - Property Damage AUTO LIABILITY ONLY 2. 509000 - Property Damage GENERAL LIABILITY ONLY 3. j 4. NAME OF INSURANCE COMPANY POLICY NUMBER EXPIRATION DATE I 1.UNITEO PACIFIC INSURANCE COMPANY CLP 1243615 March 31, 1973 . . i 2 ALL-STAR INSURANCE CORPORATION GA 07568 March 31, 1973 r VT IS UNDEr.STOOD AND AGREED THAT THE CITY OF RENTON, WASHINGTON, IS NAMED AS AN ADDITIONA! INSURED UNDER THE ABOVE POLICIES AS RESPECTS THE JOB DESCRIBED BELOW, . j 4,SUBJECT TO TERMS AND CONDITIONS OF SAID POLICIES. .. i I rK I Description of item, location, or project to which this certificate applies: Project W-388, Watermain Installation for Benson Road, from Eagle Ridge Dr. to Interstate 405 Overcrossing Ten (10) clays' written notice of cancellation or reduction in amounts of inwronce shall be given to I§ the above named holder of this certificate. PITTS L ASSOCIATES, INC. By $Date of Issue: November 13, 1972 J. C. BEESON ��/�✓� j` j 250 Central Building Seattle, Washington 98104 f rk � BOND TO CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned GESNEP G BROWN, INC. 11025 142nd Avenue S. E., Renton, Washington 98055 as principal, and U. S. FIDELITY AND GUARANTY COMPANY , corporation organize and existing under the laws of the State o Mary an as a surety corpor- ation, and qualified under the laws of the state o Wasrington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally he'd and ' firmly bound to the City of Renton in t.ie penal sum of $ 5,325.6o for the pay- ment of w111Ch sun on demand we bind ourselves and our successors, heirs, a ministratorS or personal representatives, as the case mdy be. This obligation, is entered into in pursuance of the statutes of the State of Washing- ton, the Ordinance of the City of Renton. Dated at Seattle Washington, this 13th day ofNovembcr 19 72 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. or by Council action of th City of Renton, passed November 20 , 19 72 , t e Mayor and City Clerk of said City of Renton have let or are about to eT L to the said G.esne�rFBrowwnn IInnctSe above bounden Principal, a certain contract, the said contract being numbered w-388 and providing for Const. and Installation of 8" Waterrnain in Benson Road South from ag c —77 R d e 0rive to Interstate NI hwa OS w c contract is re erne to erern an is made a part ereo as tnoug attac a ereto , and WHEREAS, .he said principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein pr, ided for in the canner and within the time set forth; NOW, THEREFORE, if the said GESNER b BROWN INC. shall faithfully perform all of the provisions of said contract in t e manner and within _Die time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub-contractors and material, men, and all persons who shall supply said principal or sub-contractors with provisions and suvplies for the carrying on of said work, and shall hold said City of kenton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub-contractor in the performance of said work, and shall idesmify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as speci- Pied 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 ..ts acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be ano remain in full force and effect. APPROVED as to legality: GESNER 4 BROWN, INC. B if 7 i _- Approved, U_S. FIDELITY AND GUARA TY COMPANY BY L / T — Carol L. Bernard Attorney- n- act I A 1s } r e'i t 1 iF rt{fi� b i } Nik POP REG, CONTRACTOR-SPECIALTY GESVER / BROWN INC 11025 142ND SE w. RENTON TWA 91055 jib _ 2 f --'oow.wvr�ftf et�wuiOw ofn 223' 02 9A91 n2'nj �7& i �H CITY or Bsm"M VIA s 0M.L UC"89 pf iY•INLN LlczN NC. 650-72 _ � �o•.s 1._1025 14$•1 Ays. 5•E- t+�eL.n _ ,N .t�ws•swnNtl__�._ d rr�t or su�wn�UnderRrnd. Qtillt____��yCnnetr. o.et n•uto „alf�_m1_,sn �. Ctfww SAY C.M ,fP•! L4 hwn t VIA, OqL •.cf W4n OMauIY Pawdll t� r N A r Y r k CITY OF RENTON Er.gfneering DeDartownt CONTRACT CHANGE ORDER AGREEMENT v I 3olto - CONTRACT ----'CAG � --------------------z-------^---------------------------'-------- (oF$NEi2 ..• .. CC�lTRACTOR_____ P,(WCUJN ______________________•___---_---___________________-.________-__- SUMMARY OF PROPOSED CHANGE------------------------------..________________________ -_-- Fo MA AKC N- -1h,0NAt_ C.as o �/NG __ APPRti14.-rrAT -------- - ------------------------AT_ s.JN- Remit p. qF J1P('2�]iC-_- L.F OF WATE;2 V%IAIN- --------------------------------------------------------------------------------'- ------------------- -______�_t_J�l_t. :_-c=!1T__ ASPNp�j_ An�r� COI�i Ci?fiTE �ICn INS7s1ll- l�dlJC• INSTALI_ Ce C I wATCrZ PIPe OA<KFILL C(20"INO _-___--- ------_^ --------------------�'- -----.-TE ------------- -A7CM C(LOS£iNG A_______________________________ - FJNAl PATCWW(e k-34CKFILL MATEibAt. �F /ZE 4trLEQ -------______---_____------I--------------------------_____---- ________r_-_____ ' --___ANO CONC 6L0CKING SAAL6- 6E AOO+TionrAl 162 --------------------------------------------------------a----------- 1-1Ni I YJ ID �(LICES, _ ___ _______________________________________________ ______________________________________________________.._-__.._____________________ - CiT'l -r°---SyPN�`( ,- -V_AwE Pi Pc AAW Pw� --------------------------- )N ,A1400 E of uJ6C LC 9CF riL�Cf N T4ii HOi0Z5 OF ---______-______--____-____-_____-__--_--__---____------_--_- 9'DLD Awry AND 3 00 PM --------------------------------------------------------------------------------- _•__-_--____ 12-7- 72 SIGNATURES: CONTRACTOR- 4 J---2-�---•-------DATE- -7 � E GINEER-•T� ' �Sf��'=- —___ DATE-------- 1 --- APPROVED BY�� /�G/L. aC-------" 19 fwr a .�Z1 --- (Muni Ipi1 Autha, ity) (Date ) (Authors d Official) December b, 1072 To: Traffic Deoartment Police Department Fire Department From: Ron Olsen, Utility Engineering Department ------------------------------------------------------------------- Ge;ner L Brown, Contractor on the Benson Road water main installa- tion will be closing traffic on Benson Road on Tuesday, December 12, 1972 between the hours of 9:00 a.m. and 3:00 p.m. to make an additional water main crossing. Proper detouring will be adhered to on closure. If you have any questions, please contact the contractor or this office. Emergency vehicles will be allowed through the construction area. ©L RO:sn In, y. DATE December 26. 1?79 TO: Gwen Marsnali , Finance Director FROM: Bert H. McHenry, Acting Director of Engineering ;UB cCT; Estimate NO. 1 Contract No. CAG 33016-72 Project: Benson Road watar Pain Submitted herewith and recommended for payment is Estimate No. for work performed by Gesner R Brown, Inc. Amount previously paid Contractor S_ -0- Amo•m t previously retained E -0- Amount retained this Estimate E 44g�2( (to be allocated from the following accounts:) 14 RIXY����IM11 14 c ) zxx 401/534-32-64 Amount due Contractor this Estimate E 4 267.40 GRAND TOTAL E 4.716.6n _ which,267.40 The amount. due the Contractor this Estimate is $ 4 —_� is to be paid from the following accounts: ILG�(XO(SC(XiC�'f^,iAEaA??K!V%f%7�}�XXX) E-.-- ---- x�xx�oxDmcx:oaxx�ca"XiVibc3crxxx) — 401-534-32-64 DHMc:mj j K fill DISTRIBUTION x' EMPLOY�E a MR. TOTAL MR. TOTAL DATE AMOUNT ;Z RATE DATE AMOUN, TITLE RATE HOURS HOURS aa► ► �all�\�n► aaa111aC�►�►\ ��\�\a��� \ �a\a\\aalll� �:�aaa►1►`I��� as��\►►\ a � ��►�►�Il�ae\ �\►�1'�Ipa►\\►f, \\►aa\121 as .►�.►►�•►• \ •u►•�► a. a►aaaaa a► •.•►•►��i►•.a ►aaaaaa�aa �� '��aaa�► ► �►►�aaZaa ��a �iaa►Z► 7Y OF RENTON MATERIALS ISSUED 'ATERWORKS UTILITY wow Sfo"ImplR: nEgtl u Accl wtrweE� MATERIAL UNIT COST AMpUNT • z V N. ti w r f, � 1 J DISTRIBUTION WORK ORDER 1 TITLE RATE DATE A M o U N�T �QTj t, DATE FAMOUNT I HOURS RATE TH,OURS N►aaa�►►11 ► a�►aaaaaa► a►i►►► ►►�3a►� as � 1. aaaa�a► as •►► aa►a a��►a Za►aa►►►►' aaa►►►►aa► �aZa►a�a►Za aa�r►►►►aa a► ►aa�aa��aa aaa�\\N ►►►�aa�►i►iaa ►►��a a► ,�►►►aaaaa uaaaaa�� ►Qa►`�►►►a'�� aaaaaa�►►► ►►► �► � aaa►►a►aZ� ua►� •►i�. ��►sa \a►►a TOTAL TOTAL i I MATERIALS ISSUED w — T'Y OF RENTON WERWORKS UTILITY w D N. 27Z !7 — STORFKEEPFl: Dom_ / 1 4 %-L UN AIANT UNIT �CCOUM�—T-- MATERIAL CST AMOUNT 1 YVOFD MUMrrr � � �L A 7Zb fSVJL" f � 2 Y' N 3 " X ' Gov ✓ S All"A .3 i 0 I i A y...lywy.w—.N i�p w.rl�. • ... .tea MATERIALS ISSUED r o w ITV OF RENTON 272 JATERWORKS UTILITY wow STOREKEEPER: wr...•.4b.•..^^a'+'a — UNIT �oAM. U ff7 ACCOUNT MATERIAL COST AMOUNT .uvrtlo fwr I Nuwfr . AAC _ O "'Zs; ill w- .. K2 e� F r"o♦r S uv r ti « ...r... = AL DlSii;�IBUTION SHEET MONTH It, WORK ORDER No EMPLOYEE A MR. TOTAL HR. AMOUNT ., TOTAL DATE AMOUNT DATE HOURS TITLE HOURS RATE ,a a► a\ aaa as\alra\�� q aa\a a►a►Z► Js TOTAL - �Z� �►►aa �ti,L\aa�aa ►aaa a►\a�a► ►•aa►a�a►► ► \aaa►a►aaa ►aa �►aaa►a aaa►►►a►aa a►►► aa►►�►� ., ,aaa►a►a►►� a\►a►\►�a� as a►a►aa� Z.•a►•�C►•►•a. ►►�►►►►►aa ►aa►►►►►aa ►► aaa►a►a ►u\a►\a\a►►a ►aaaa�\,a►� aaaaa�aa►: ►►a►►�•aaa \a kTOTAL N° 2727 CITY OF DEPARTMENT WORK ORDER-DISTRIBUTION R E N T O N MATERIAL. ISSUED RETURNED NO. SIZE KIND E $ I i ESTIMATED COST INSTALLED RY CITY ❑ CONTRACT ❑ CONTRACTOR f SUROIVISION WORK STARTED WORK COMPETED REMAf KS PROJECT NO, yr-Ziff DATE dItI' NAME_ ADDRESS SIZE OF"w-- NO• MAKE____READING —ACCOUNT NO NATURE OF WORK AND DIRECTIONS: t-IArd2oo, Y QdNIWv Af W rj 'To i SUIT. 3"WATURE ti r a� \�I�1�1\ Q�■ \ WORK ORM Me. MONTH �a a ------------- HR. TOTAL to HR. VIAL e TITLE E DATE AMOUNT I AMOUNT EMPLOYEE �E HOURS No PLATE DATE HOURS HR ►►a ►N►►�\a �a►►aa \a\a�aaa\\,� ►►aaaa►►►a a��i��a►�\►�•►�►\ ►aa aa►a ►►► a\aia►►\►a ►aaaaa►\\ as a►a \aa►►aa�� ►•�.�aa `����� �� ► aaaaa; �►�aaa I\ ►►aaao ' �►\N,N aa►\,��\ as ►\�.\. a �►►a► a\ ►� �aa TOTAL TOTAL WORK ORDER No. DISIRIbUlICIN !)Hkkl 19 EMPLOYEE A MR. DATE TOTAL AMOUNT DATE TOTAL iAMOL; JT TITLE HOURS HOURS a.a . .a . \\Ja►.aa, ,aa, aaaaaaaa :S aaa�i►►�► �• ��►a► ia►►►u ,,jN PIN Q\\ �a ►�►► aa► �aa� ►►�� ���►► aa►a �►���,aa`�aaa �► � ► � ► ►►a►a► ►\N ►aa► • uu► TOTAL TOTAL OF pENTON MATERIAL TO STOCK .TEk-SEWER UTILITY RETIRED cl.VU,fItY 1/ /YOQ COO/ M�1//I�l �� �NYn MUFIM/(T O/ IMD CI Yin /.IO NO JL L �• CA"). IQL:N AP6 q — 0 10 fiV Lam( `/AY v r Ca,IY) Y�NYJ N(M/(/'Y Yi[.1M g ✓S� wCV MYIIY V.I Y((!IIFU b. NM / { MATERIALS ISSUED — fY OF RENTON � � 7 'ATERY/ORKS UTILITY yr c w — STO�fKEErER. Lam- 0•Gr.. ., I IMM'1 wccourr MATENIAL COST AMOlN�1i .�•eao Horn --_' -Y u' 11 V flow -4/ 1 { 1 Y 1. 9 1• r iTY OF RENTON MATERIALS ISSUED IATER'WORKS UTILITY STokf if LK Ir _ - ' '�L'll..�)VL__ 4L_.._.111.'f( oar J4 'mow" UNIT AC<ouNlMAiEEIAI_._ _._ UN/f Iw,ero I wuwt COST AMOUNT 1 V I I tTY OF RENTON MATERIALS ISSUED , o :ATERWORKS UTILITY y wow. f�--ghat� tft.mmo _ L - MATERIAL CO AMOUNT 4 •' dvqll is At I ,.f mw ii AT ..i s c .r r . i Y DISTRIBUTION ORDERWOVK TITLE RATE OATE HOURS AMOUN INO RATE DATE HOURS AMOUtIT -EMPLOY-EE & MR. TOTAL MR. TOTAL Ile a.aaa•.aa• , Loa,.,, . ►a►�aa► �Z a►a►��aa►� a �►"L`:aCa�ga��► ti�a► ►ate a�a\\N Z ZZ��aa��a ►tea a���� ►aa►► aa ao�► a �Zaa►���a �a�a ►►Z� ►►►►► ►►►►►►ti►a �a a TOTAL TOTAL 1 . ...........Y� - �. -- -i 1 i tiro �YY IY 1 1 ��a► ►a� a aaaa► �aa� ,� 'kiss ► a►aia ►►� ►aZ a. a� an .IRS� aaa►aa►►►a �► � aaa►•►a�.�� an ►�aaa►a�:�► ►Z �►aZ ►►��ana�i �► aa►►•a�Za►► a►Z .►�a►a► ► aaaagoaaa ►1� a►►►�a;a ►►aa��aa►a aaaaaa►a� i� ►� as a�i�i►a►► ' a a�a a►•►.o ®►a• a10 go ago � .a►►� Z� a a DO ON ►►an an ►aaaaa good a�.,MEMO .CE iY e 4 F LA � 7G Water Main Install%^ons for Benson Road and Talbot '— ad S. page =enson Road It WP• brougnt Jp that the Benson Road Project surveying is complete and mon -c have been placed. ..h: The necessity that the contract papers be completed and signed by Mcnday, November 27, 1972, was stressed. JN:sp �. 1 PRE-CONSTIUCTION CONFERENCE - The Pre-construction Conference for Water Main Installations for Benson Road and Talbot Road S. was held at the Renton Municipal Building on November 21, 1972, at 1:30 P.M. In Attendance: Washington State Dept. of Highways City of Renton. D. A. Jolly Jake 2lewland - Bailey Atkins Ron Olsen Bob Ralph Dick Houghton Frank Coluccio Conet. Co. Gesner s Brown Vincent Coluccio Phillip Gesner Discussion: The discussion aealt generally with both the fiensun Road and Tall',t Road S. Projects, and particularly with the requirements of the Washington State Department of Highways. Mr. Bob Ralph was introduced as the State Inspector. Mr. Ralph state,! he expected to work through City personnel and not directly with the contractors. He will 'inspect fills and prefers to verify fill qualities in the field. It was stated that the State will receive credit for salvage. Only two hydrants are known at this time which will bu salvaged. State representa- tives pointed out their requirement that open trenchii,g be minimized. Trenches should be filled daily by the end of work. Hauling of pipe to the project sites by the contractors was approved. Instcuctio„s were given to contractors on posting traffic signs, cones, and flags. The need for visual inspection of pipe before and during installation was covered. The importance of thorough compaction and the requirement for compaction tests was discussed. Talbot Road S. Project Right-of-way legal irstru;nents are not yet 100& complete. The right-of- way is not clear for one cressing with PSPSL on the east side. State will check on legal instruments for fenced property and will forward the papers. The State will also provide a le�tcr to proceed with construction. The State needs a letter confirming right-of-way fry the City, and also a deed on property near 15th St. S. and Talbot Road. The State survey crew will stake the right-of-way. The need to extend a 12" culvert !or a storm .ine at station 415 20 was brought up- The State granted approval for a temporary extension of the storm line by the City. Fre-Construction Conference (Morning Session) Henson Road and Talbot Road S. Water Main Installations page 21, 2 Pagee 2 ----------------------------- Talbot Road Proie,t A detour of traffic or 'Sth Street was discasaee. The Possible need for d.ange in constructior: riming to maintain traffic `_.:.to for construction at the Intersection of Talbot Road and SR 515 a." discus�_d. The Pacific Northwest Bell representative located telephone crossings on drawings. These were encased or buried cab..es. 'teleprompter Co. was not represented at the conference. The contractor l agreed to alert the company when Tv cable crossings were encountered. The contractor stated he would start work on Monday, November 27, 1972, Benson Road Proieet Participation of the State and Possible State inspection of backfUling m was brought out. State clearance for the Project is expected before November 27, 1972. Pacific Northwest Bell requested the contractor to notify them 24-houry befure constructior. begins. It was stated the encased telephone conduit was marked for location. - City survey crews will locate and mark the centerline of the street for proper pipe plac°ment. .1 t AM% PRE-CONSTRUCTION CONFERENCE The Pre-Construction Conference (morning session) for Water Main Installa- tions for Benson Road and Talbot Road S. was held at the Renton Municipal Building on November 21, 1972, at 10:30 A.M. In Attendance: • City of Renton Fucet Power Dick Geissler Fred Arnold Pobert Fuhich Bill Ha:mnons Dick Houghton Clint. Morgan washinaton Natural as Jake Newland Dayle Orr Douglas D, Pacific Northwest Bell. Frank Colucc w e,unst. Co. Henry Mahnkey Vince Coluccio Gesner & Brown Phil Gesner A. Brawn Discussion. The conference topics were watermain extension projects, Benson Road--w-383 and Talbot Road S.--W-380 (UAB Project B-1-102(21)) for which contracts have been awarded. Gesner & Brown is contractor for the Benson itoad Froject: Frank Coluccio Construction Co. for Talbot Road S. Each project was discussed separately. The following discussion concerning contractor's responsibilities applies to both projects: 1. Routes must be left open at all times for emergency traffic. 2. Contact Fire Department prier to any street closures. 3. Notify both Fire and Police Departments 24 hours before construction begins. 4. Two "CONSTRUCTION AHEAD" signs must be posted on each approach to construction sites. 5. Barricades, cones, and orange signs which comply with new sign manuals must be posted at construction sites. 6. Two (2) lanes of traffic must be :naintained whenever possible. Flagmen must he used for single lane conditions. 7. Required coning and barricades should be placed no earlier than 8:30 a.m. and paved area should be clear for traffic by 3:30 p.m. n CEEBNER & BROWN , INC. GENERAL PIPELINE CONSTRUCTION 11025 - 142Ho SOUTHEAST RENTON. WASHINGTON 98055 AL 5.5048 . BAS-1753 November 22., 19T CERTIFIED COPY OF CORPORATE RESOLUTION OF CESNER & BROWN, INC. I, GARY L. MCHENRY, do hereby certify that I am the Secretary of Gesner & Brown, Inc., '- a Washington corporation, and that at a meeting of the Board of Directors, duly held in accordance with the Articles of Incorporation and Bylaws of said Corporation and at which meeting a quorum was uresen'. and acting througnout, the following resolution was unanimously adopted by the corporation, to-wits "RESOLVI':Ds THAT Phillip G. Gesner, the President; Ardyi L. Brown, Vice President; and Gary L. McHenry, the Secretary, or any of them, be I.^d they are each hereby authorized to make, execute and deliver on behalf of this corporation any and all documents, papers, contracts and instruments of every nature whatsoever that they, or any of thegsmay consider necessary or appropriate in connection with the affairs of this corporation, including, but without limitation by reason of specification, the signing of contracts, bonds, and other assurances." I further certify that said resolution has not in any way been amended or revoked. DATED at Renton, Washington, this 22nd day of November, 1972. 11 1Z Ix i1 A Noce mi,er 27, 19,2 Ceanar L aro nn, Inc. 11J29 142M Avenue D. S. Reston, MA 4MS3 Subject, Damson Highway water gain Iro)act Gentlemen. In order to aryedits work on the Saneon Highway water wain Pro)ect and prewlnt delay while the final contract is being approved and signed, we are her" authorising you tc bsgin work on said project. We Dew State approval and the contract has been approvedt by the City attorney. we are now swaiting ■ignature by the mayor, Who is out of town this week. Should pfoblas result in nonapprocal of the final contract, we would, of course, pay for what work has bean parfonaod. ftis letter will autlunrise you to commence work as of November 27, 1972. Very truly yours, sort a. McHenry, l.i. Acting Director of "inswing Richard C. Houghton Acting Utilities Sn9inser XMISP 4 L)i5lkibUli(.)N SHUT WORK ORDER No. EMPLOYEE HR. AJ TOTAL • .J RH•TITLE RATE DATE • RATE HOURSAMOUNT a �a► aa� ► .aa =\I\l �Z� � aaaaa► aaa �raaa►aa►►� aaa�► a � NNN\ ►a►�i'aa► ► a N► as aaaaaa►a► aaaa��►ria ,►►a►aaa�a�aa ►�aa►aiNNac�► a►►►►a ►►a►�Z►►as �a�►aaaa►a TOTAL TOTAL , i ui.*>iKa#uiiUW SHUT WORK GRDSR No. [7 191, MONTH -� TITLE RATE TE HOURS AMOUNT No RATE DATE HOURS AMOUAT ►�a►a�aZ� Za�EMPLOYEE& HR. TOTAL ffa HR. TOTAL aaaa'� i 'o ��►aa. N a►\►�aa►�oa � S ►a\\NN \\N `aa►a� \\� \\, a►►► ��►aaaaa�aa�►� \aaaaa►aaa ��►\aaoaa► \ a►aa►►►► • \►►►\aa►►►N aaaa ► ►►�a � ► \ \\\_ �i►a►•a► ►►►►® • i�aa� aaa►a►\ q►\►\►\aal�\►��\,��\\ \►,� \i��\�171aa; ;�►\,a►\a �aa ►\a►\�►\� Wit► \a\��IN \ \a►►�i�a►\►a ��aa��,►� ►\►\aaa a\\\\ , aa►\NN �ii�nl\� NN ►►uu�►Z►►Si►• ua►►►►Si►ua TOTAL TOTAL Of RENTON MATERIAL TO STOCK ER-SEWER UTILITY RETIRED r" NSL.hry Dnwow dDV 510[Y COoE [O UNIT Ci pwn Yifii ME C. Accoum NUMiEE � DO O_ E SIO NO. Ketweea _rA&ecr /l,*o o o� 4"o del4o RO.to r 4 V Z Z f ;A .F. . i.i. J IY OF RENTON AATERIALS ISSUED s » ATERWORKS UTILITY w o r» �2 7 Z 7 .fOREKEE/ER: %Y 7 �ANr. Attoum UNIT UNIT Hu+riA MATERIAL COST AMOUNT 0 Pt A;Lts z " 12 U$t41 Ad Z 0 0 a .. nwi.d oAAAA• AYrrr.wwAAr ' Ar Yrr .. ,YI/,�.N 1 • '�1 R+I r 1 Z j• ITY OF RENTON ,AATERIALS ISSUED IATERWORKS UTILITY w o STOREKEE►F[: �i::fi-7 3 .uAM accw,M av[eo UNIT COS wuarea MATERIAL COST AMOUNT / `o 1 Yi ,r X 1 " 8C�1. ✓ D z It CLnCz h ti ' !6 Plf uRt �Gn� " rATC VALYL AMr. N r M ...La.n A►w .µY'Y..IID.� AMr. 1A IY OF RENION MATERIALS ISSUED s D H. 'ATERWORKS UTILITY w D w 17 2 7 UAW �ACCOYIt ' AW I nDw�a MATERIAL GGST AMOUM OIL" igLeLl 13 u Z J V Yry..�w+lrid r�r�1.M rI/w,iaa. Ate..• AM' mrd � � ,Y ro v NIMM r. DISTRIBUTION WORK ORDER TOTALEMPLOYEE & HR. ' TITLE RATE HOURS AMOUNT t AMOUNT DATE RATE DATE HOURS .�� ®�®►•aaaCaaaa►• ►►�►aaa�iaa ���►aa •aa► TOTAL �9:ia► ► a► aaa�aa��►a► aaaaaaa►► aaaa�►:�� �®�►►aa���s �� aaaaa� a►►•a►aaaa a i�►►aa►� ►•�►w.na� .aaaa. a► .. aa� a► a ►a aaaaa a a�►i�aa►a►► ►�ia�aa�ia►•• ,. . ►►�aZ �a� a► . � ��aaaaaa ►�i�i►aaaaaZ . Z �. ,a►•►a►►aa►a tl _ — - __'— T24-aka=-.,P ,—.._-_'rf�i^�nS-=-s.. ...+�--•--•-•�..--..-�.. �. Y h J r ji U ENDING OFFILE TITLE W F . . ry y r �- lx • � �•��° -. 1, '. '4 ( d X BEN SON ROAD ( 5-S H 5-C a SR 515 ) IJ - TT- r l t i `+J` w� 4 i I I � ' I � I d: r �\� I ll c R �j6 o �. i J � I I BEN56N RD. (SSH 5 cR�� �s u �-_ . �. �. • 20 f•s.---'��� _-_®�.-t �` � �...v... - .-. /r aa.a �t s•4G60.rew�,i _•�--� y�.1�� _ _mow+"' -• ;tRiE i s i nOT t .+ ra.as mnw ra.w,..*�* .«•ors re CITY OF RENTON [Ns1MTm"'.9 6[.wRTV[Mt W- 386 EACLEr RPOGE LA. w iN'.•405 low w P.av, L PROJECT NO. W—;t9r UTILITIES DEPARTMENT CITY OF P.ENTON "! WORK ORDER NO._ WASHINGTON DATE SUBtAITTED Sept. tt. 1972 DATE COMPLETED DEPARTMENT 'dater F g DESCRIP'TIOU OF WORK Installation of 8" Water Main in Benson Road from Eagle Ridge Drive to Interstate 4405 ovcrerossing (Installation Only) p NECESSITY WORK TO BE DONE BYi -� City Forces C, Contract Others rM INANTITY I UNIT I COST AMOUNT Installation of 8" C.I. Water Hain l"00 L.F. $ 3.50 $5,600.00 (Including _ittings and valves) Installation of Fire Hydrant Assemblies EA 150.00 450.00 Furnish and Install Fire Hydrant Guard Posts EA 30.C" 180.00 Furnish and Install ','act Backfill Material 100 'Pons 1.50 1,950.00 Furnish and Install Blocking 3 Cu Yd 30.00 90.00 Furnish and Install Asphaltic Concrete Street Tons 26.00 650.00 Restoration Sub Total 8,920.00 5% Sales Tax 44t,.00 Installation Total 9,366.00 i Material Total 7,040.57 (From Page 1) a. I TOTAL COST $16,406.57 t -2 APPROVED BY CUPT. OF UTILITIES.. DATE APPROVED PROJECT NO.—)i UT,IL ITIES DEPARTMENT CITY OF REI.7CN WORK ORDER NO. KASHINGTON DATE S�BMiTTED Sent. 11. 7972 DATE �;(M'PLETEU DEPARTMENT b';it.—r DESCRIPTION OF CORK Installation of 8" Water Hain in ftenson Road from Eagle Ridge Drive to Interstate q40$ overcrossing. (Material Only) NECESSITY WORK TO BE DONE BYt �f I City Forces C_1 SR sup ly mainion requiring ed existing Contract L=1 2" supply main to be abandoned Others ITEM UANTITY UNJT COST AMOUNT 5 B" C.I. Water Pipe (T.J.) 1600 L.F. $ 9.28 $5,248.00 8" Gate Valve (N.J. x M.J.) 1 EA 128.45 7.28.4E 8" x 6" C.I. Tee (N.J. x FL) 3 LA 63.9E 191.85 6" Gate Valve (FL x N.J.) 'f EA 79.20 237.60 8" x 24" C.I. Cate Valve Boxes 4 EA 14.10 56.40 " C.I. Solid Sleeve (L.P.) 1 EA 31.00 31.00 E" C.L. Plug (N.J.) 1 EA 12.20 12.20 5" MVO Fire Hydrant (N.J. Connect) 3 EA 239.00 717.00 6" C.I. Water Pipe (T.J.) 36 L.P. 2.30 52.80 Sub Total 6,705.30 S7 Sales Tax 335.27 TOTAL COST $7,040.;7 APPnO/ED 9Y OUPT. OF UIILiTIES_ DATE APPROVED_ A x r. r S� OF RE�� y THE CITY OF REq NTON MUNICIPAL ML04MG 2001MLI AV9.90. UNiOK WA9K 9s056 AVfRY OANIIET' WYOII a OFFDEL CK OF THE OTY CLERK 4w wRAD. C(TYCLERK 9E1� October 10 1972 Daily Journal of Commerce 93 Columbia St. Seattle, Washington 98104 lie: City of Renton Call for Bids Installs'-ion Watermain in Denson Rd. S. from Eagle R199e Dr. to VAL WS Gentlemen: we are submitting heredi" ^ity of Renton Call for Bids on tho above-captioned ..+.:Orament project to be published or, Friday, October 2 . 1 ;2 and Friday October 27, 1972. Please furnish affidavit of publication in duplicate. Thank you for your courtesies. Yours tmry truly, CITY OF RENTON Dal (lead City Clerk own Enclosure t October 16, 1972 'ashington State Highway Comnlssion Department of Highways Orfice of District Engineer District /1 643) Corson Avenue S. Seattle, Washington 98108 Attention Mr. John Berkowitz, District Utility Engineer Re: CS 1741 SR515 S. 196th Street to Grn^v Way Gentlemen: This is to confirm your verbal approval to go to tid on the wateraxln Installations on Talbot Roao S. and 8ersol Reed S. as per our telephone conversation on October 16th, 1972. Very truly yours. Bert if. McHenry, P.E. Acting Director cf Engineering �rina7dl:`131st;n "�"� Utilities Office Engineer RLD:a� ♦ 1 The Record-Chronicle POST OFFICE BOX 1076 RENTON,WASHINGTON 99055 PNONE$72-6660 i City of enton Kenton 'Ja. I I DaM I Oewlptwn Charges V Credits Bais�ce 1972 I Balance Fo.ward _ -53 ua Celi_tor 044s ' lr8 _ I I w_ NOW im�mm.a ien� U C'OIIVUIJtA ST. it"- -1224272) SFATTLF„ WADI. Msj ' 27, 1972 De1e_ _ ........._------------- A O y City oL P.ent�ni Office of Dal dead, City Clerk w Renton Municipal Bid& :Renton, Fla 98054 Notice of Bid Cal7,1-5u,;7-D ' rdster::min 57 line-4 per line 31.J5 57 lines per liar 28.30 I S59. 35 Published Oct 20, 27,1972 I i 'll � WATERMAC! IPSTALLATlON FOR BEIISON ROAD Liu: Wed. 1111172 2:3C Plan Contractor Da t ' G:t� Deposit N DEP pickfd ':p Feceived Returned off, c/, M c��h9` Ga 41 q., o .; tr-a q S 30 i i I io/>3/572j I / (±0 j_. 2o 3 I 21 15 . ,. 21 , 21 y 1� �✓33 /—vN� tL"� /d 3e �-r// � J1 '3 'max +Ci �2 13 2�-+Q3Nl 31 33' l �'l/.Qi/i-f'G.-4 (/ G1J jj 3+ n' 7/ — /383 N q 1 i s 0 Y UL at !S ':Ynitirmo� 'an SEhi54M ROAD O''ft . from r Engis R+da a Dr.. to irnty-*t k • 4o5 -- — i~�iT MTITEM Q t r l-*` MU TOTAL .. MAL IiAL 1 ' H,rali a^ C. I. v rips ibvo rF .�St pn.6sa.ii — 3+,aaa.00 s.��i Ma.m a.oa ' ,son ca y I u a" go _ 14s 3�_ x y o r 14 �_ _ 29.0 - 1 3M"Vo , 130.00 4CAMS aWOO voo.o0' t F � I Pfra t�rdrwt Gsard EA t F F S I CaRarate Rlnckiac ,� _J Cx. � ' �.98 — �-. ' -_ ...I�_.: l:•6. _ .*�.- -- S8 00 ... -- _. i0 �6 %-F E i 9olect nsdcfSll �BC G ._.1•�4O,Qi $ ...i, t ��p . .._.._ {=— fi if i I CoNcrrte $ ce fon 3 59.00 _ S _— JAM _ l<O.flD - q. a F a I t swrfeee Rea astan — __i--St+ i so.ao _6o,)s 4 1 i F Noun F ! I ':4atsiaA A� — t — CM& MITaAll7li_ I TM Wow .,.• Y yJ.�(�Y � . p. r�� / Movc�nbor 9, �Y V Mr. Rill Grant, Chairman of the public Works Committee RE Fecolwendations on Bid Awards Gentlemen: It is the of the 9tility F.un irc:e.ing Deearianent i that the Cl.ty ai,provc ti,e awacd of cintrac"_r, as follows: 1. Talbot Road S. Watermain It is recaamendcd that the City accept jl,� low bid of $29,966.00 by tale F'ranK ColUccio Construction Co., In. . 2. Rznson Road S. 'o-�dtermoir: � y ppt °� It is that tl:e City accept t.'l% low bid of $5,325 6C by ee ncr and Brown Inc. Roth of the rtcamnondat ions w-i,L: be sllbjeet to apyrova.i Of tl!c State uighway t:, aiG^cr,t Prior to si;ning of the contracts due to their cost participation in these project=. i ,P;tir,g Director Of rrwlinoerii q ro:sp ,r. � t Novembez 17, 1972 TO: 'ire Department :olice Department Traffic Engineering Depar',�ent Street Department �• water Shop iGeneral Engineering FF(Y4: Ran Olsen, Utility Department ------------------------------------------------------------------- -- There will be a Pre-Construction Conference held on two utility projects , on Tuesday, November 21, 1972, at 10:30 a.m. in the 4th Floor Conference Room in City Hall. The first project is the installation of an 8" watermain in Henson Road from Eagle Ridge Drive to Interstate Highway 9405 (W-389). The second project is the installation of a 24" watermain in Tal')ot F3ad r, from S. Grady Way to 6vget Drive (W-3Uo). `{ Plans for both projects are available in the Utility Engineering Department upon request. n represent4tive from, your department should be in attendance. Thank you. x RO:sp �10