Loading...
HomeMy WebLinkAboutWTR2700390(1) FIRE HYDRANTS MAIN EXTENSIONS ON INTERSTATE 4405 LET--I q C, j 1 See 1 • mow- - 3 �(\//\J�-`���,'� .�,r..-".'' - ' ' ;• --J T 1.r+' ;—.Sr Neff! St. n,n Es on - � - .ON(5 cYf tif. i s Ste Sprc,f/ Prers;tns . C,♦ of geneNp See Mti.i cNsA 22 SrST:w SO 16 5T57fN NO, 18 5r ett a/w- ,fU 10ad Su 2Oat � (lpr yAt Nrdnnt (wrM engine port d,M,twhi. 10 Fah Y.'r Ay offers. NOT£: f safe Ve/te w,fn Put rr s£N£RA; NO7CJ� I on YI!sr Aes. Conrct/on To frifhy IlYter tla/e Sapp/iee tnI �$P' AapAvH for fse&W'OR Or Aertf/N V*tilli for Mder lnfb7Nd By Renten Nor, Dept. Pepe, Jr JArf re L PNn Nyennf Altom Ab/~nf well Y N06 w OAF 10 MP 1E11 For 7Arraf Alec! 011" Jr JANef 2e See Llrre/l JMff rP :.:teYlA TO fAClORU1-1!F ROiFCI'ON Fer(Iprynr Nydrewf /,vfe/yfie/y Jff prfi,l JArf rs r�cern tWe. Profden Su S//ee'f t!f 2t S"STEM If I It EA-fW _ tyre. rr — sw Jea4 A. Fwr _ _ '*�• pj� Syr a '1 i _V." i .• X�W �... 3.Ir�.i .�a' �. r ;+ .. - Y.:r.a��1�w .: 1� IP - «•_! !fa t _-Z' r.� �.s ! 1� _ V { _t. ,- 'f�'_�.'M � ��� 'r�•y , .� � t- � ,--L.�w •._ a ++iiMww-- . _ - _ f�'� :•..i krY l j - :.R._=��'aS�g � vivo! v �11'ls 7►'N t t }��� i# � � r r Fro +4V !Z CA W ry 1 a l' jl fcii vier trniwl ,64 y v r1•I %s�0$ 0 i/riaWo.7 >o� l .YJOTQ 1SA16vAt1 \ vw.j�1 s � Tiy•"•' �k•h#-�'' � 1 � . - !�i -.T --- - - R-���•- -. - --�j r_ aI�!•.F:F tiiT+.r•r r,% �i f + , ;•�fi _ - it i, �PJ 1 1. . . 101r /r.rgi JO/Y IJLYNf ' �.�:ens •s:� -.,.�. _ ;ti lee �•1 1 L tl I I I . I 1 oA6ro.tva pt ! ' �a I 3idY Merr t rr(h'writ � I WtPAnyar /n. -._i. . . I O )7j, rr$' Hwa A r it rA,yr n1Y4—No.aAnakvt -. - -lrt'-V..t tome a__ — L I... II r1 Mra Vbt't.AnWt AAt 1. yr + i i _ N ` Bq•Nerir / /yY fE -d Arhr Ayt JI x I1't v..t Adel. w �{ V I I t i f3 XeNL Mgla M. 2 N I I Abase. I i � . yo �\ !!ap•Nsr/r ///A' rrN y - — — - ..aP. � --• - -1_ � I a rr» W.It ayir 'r -- --{- -- / �� 45' Merlt. 1. W I I t Y rs='FoJr� �� rY,e:e' rro 76 I Angle _ /\Alp&irrR ivrr .. i II I i 7ffAWia / !/fi• Wrr Air Pt i ■ l ► + o b -- I....,1rsINW — Z1 - _ ,wot•.'/es 6y r,y nr Is e,f1Re,,,,n or rw.rnr/a: f Ji'r"'7' iYiS i pt • - i ENseaaen - lot , If "3 e :�IY�t(FL#.' /?%'b�l BC-1L✓CDI jA'!.!i �G i+CLI / �.. . '— j.. -.•Es v- 3H�4�+•4eL-av-�coa1 0/,0..h�-t:ss_ -.__ - - ..ti_. �`GA16L.N✓• /N16O.F w4 /j pP ! ! aFf- - � _. .. (�� .���/.w a ,. � ,.��o��-` cee Notw l �_!► i .4e Nah 2 R��twe, fT•M I/NJs0ad bvme�t to.'dK+�.tow wee.Pw iYdwn ) _SYSTEM AfQ j3 _ 1• T...y f aWA 3FI! s• 6� iCea"'-'°d SYSTEN N011— �a - ` ' y i/pryM Nyfrowt fw.»N wyww purl Oinetunl. , E Soft Ye/re sy efft". O Nft Vol. Mete Cott Iron Yottw Ow. -^ N 40S MI O.47 TO W 1121 . TU[NCIIA TO 111CTOMA-H!S PROT[CT1OM 614CRAL NOTP NOICS ��e Fa Eee•.+t.•n I dwNL// Oeb./i F•r L C•n. rums To Ensty Mo torw•;w Jupp6•» /.+O /esb/Y0 ej ST`_TEM tl l IS lAY0C1 1 Ws4r, Apo Jwe sytl 'C Rwwt•w M-fer Dept �_ 1 F•r Tee..t 04ot Defti!q Jw JMet N 2. OHcw Nydriwf SO' M-n. Frow tlyw OC =w�� Fa YpryeC NJAawt/wsftNNMt Tew 0e10,/ SsrA F•r Kftr Sy,E�oA. pr�,ky Sww S^.e/a 25426pa w is nw w ass w� . ! _ s.wwwr >ti .may. awls . .. -.-_ „ -__.� SwF.' —...-.t - f"' - ♦ T �+r BEGINNING OF FILE FILE TITLE N �► r� 1 % I IT ;;A t%Aa'% r� Ey-f,.ens'►ons on �,n�ers�'a�� * 40S �. • '>4. . , ;° °�' IC,f i1L�4 , 1 11....1: ._ 1� (wdl'. '(�!f �v'� . ..F� �, .�?. a 4 .,. �. �i.. ._ r q I r �r : I I ENDING . OF r q • Ir c a • • AL { A , 1 _ �� � n � i i, W v. ,S , �I� _.•� 1� ✓J��1 . [11 d�. I I Y I r M � �. W F 1 1 /k r ' r 1 . 1 I � r 6./ `k /►.. �VlLs4y,s,C W�...L.� M ` / w /a.0 r 4 S c F F- (•.t'� Cam_/ .t,,, t4 zap— i; L4 ..✓ ti37 f z,r T..7�d� s,6 = 3/. 9a, K /. Zt^= 3 Pp = 7. 3 K rr= 40a A . zzs 14. .r. tlr+ 44C dt � . 1 _ _ r:r7.• Jd as 17K11 uqt B 1 n V �g Zoo 32.q f, rJ. ci Al7• .97.z! t ,a. is u of 4oM' AC- 2 ' t 2' z' I� 2 k U 1 61, cX irM 6 ------------ P = 39. 9 F 7.r/ f+ s s a "� O.or K7r a 7zp. v7, r a7.stc7.rc S`4 �t u Y• 2• x ts, r a 4ro K•' �sr.s 4P�i S = 36436 i 7771 .rs 7»6 r P = If q s = = 3 4 s'&. L -0ft-- - r 4 , 3 I ►"�, ��¢Iy+-s4 ».+..off $7 ` _ oLcuoe �J+•v.o� 4t V C s N71 a !2 r I 4aG.ti fq. H14 AC., X = i IC1K . IS kv F c z8, T rppz, 3 r 30, 6 ,t w A2T m 39. 3t_ 4 6 y t A O r 'R .S_!- J r). % .< . f1n %q: iK %6.C : 1i9. 3 k~ r< S = �� d 3c � Sot- • i IY jO G S. r' —�c • z a 9J3 :nd43 �... = 43 h>' • rr Y / 41 z ro : N1,/ rtro a dd, 27t /11 r 1l. 3 c.,,4.1 a 3R9 eC= 9e• 4C a c 4r �fr t �! �» �z is a 21 7 ,r 1 11-6, _ �, 14 1•� � �r A Sic. /=G e ;," 24 1246 w� Ilk 41�.. J iz4r- r ♦ t t uo% V s �f 4 1 TiLiuef /ffo�kt pig o 19, . J7 A •7 ■1B,3 •• S < 2ro r 7•Jl- = u Co v tti 3 / io �� �i8ti von Z H? + Ka ji "fZ.c .IX =1oe �� r .7K/f� 9• "✓� .-74 1' 3 i 90 • /� : /o f �r 2 r 1 C_ z� A t - r, 9K r , ` 1� 1Z. 1_i Il ` s� z ' rl' a r F t `I�� ' ' .; ' J ' .� i M - ' �~' -.�-•t..i � 1__�����Y M•S F4i` Q r • � Co C � iO_�►f 11gt(I. dfwiiY t ; � b � . � ... �t "Pen, coo AO } A• `I . /%eS \ d"IroE t r f L EVI 7'v OAr � I _ \ I TiE dl/oc� L2 ry�w.rT a� ecxs, - t A04WA41ifx I�.i ... T -r { . � r t Jf{ t '� - s S- ;- 1E� � , ♦ r_ ` -A Y l�Z` 1 '�.,..L� � � _t '.. .gt� L� i •� ,�I`V�Q 1!'a'7 :-4 •`��p-��' � --1 ♦ � �'_ 'i[r'_— '�1�� - a M .r L f � j /r.,t an ap. 78 ty how R J I i t 1 I b l,IA d I z:9y' w,x/.erw t'x I J 1 pp. �Mi lNmA -. 9SY• It It -t-- Cem/W Nb_// Pb CNhi I j 90• Mork tl< CPt 51W V<.f AI,41. Pt. 7<-.i ton,svvc ge+rctron n raxanr i I 1 -- �- J ,rz• 'r An Po I-- I I I I / �--- � I li•NO,Il i1nr4 I211,Ve r AryArFT •, w • N � t i I GY � �I t 3 45 IWr A N M n y IL : , a � FIRE HYDRANTS VAIN EXTENSIONS ON INTERSTATE #405 lAj-3 9 0 � i �y�ll 5 . it BID BOND FORM A Herewith find deposit in the fo m of a certified check, cashier's check, cash, or IN bid bond in the amount of S —which amount is not less than five percent of the total bid. Sign Here e 810 BOND Know All Men By These Pr(:-I,:ts: That we, _ as Principal , and _ as Surety, are held and firmly bound unto the City of Penton, as Obligee, in the penal sin of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs , executors, administrators, successors and assigns, jointly and severally, by these presents. Th, condition of this obligation is such that if the Obligee shall make any award to the Principal for according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a ontract with the Obligee in accordance with the terms of said propcsal or bid aad award and shall give bond for the faithful per- formance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall , in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified it the ca'1 for bids, then this obligation shall be null and void; otk3rwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS --DAY OF 19 Principal Surety 19, Received return of deposit in the sum of S _ } i f' INSTUCTIONS TO CIDDERS iII 1. Sealed bids for Proposal will be received by the City of Renton at the City Clerk's office in City Hall until 1:00 o'clock P.M. , f At this time the bids will be publicly opened and read after which the bids I will be considered and the award made as soon as practical. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall oe submitted on the forms attached hereto. u r 2. The work to be done is shown on the plans and/or described in these specifi- cations. Quanitites are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add to or eliminate portions of the work as deemed necessary. r 3. Plans may be examined and cosies obtained at the City Engineer's office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. Work along highways must oe in conformance with the applicable County or State regulations. A. The bid price for any item must include the performance of all work and the furnishing of all material necessary for completion of that item as described in the specifications. i Where alternate r 'er1a1 is bid, the bidder shall fully describe the material proposed, either in the bid proposal or supplementary letter attached to the proposal. S. The bid price shall be stated in terms of the units indicated and as a total amount. In the event of errors, the unit price bid will govern. Illegible I figures will invalidate the bid. 6. The right is reserved to reject any or all bids and to waive informalities if it is deemed advantageous to the City to do so. i 7. A certified check or satisfactory bid bond made payable without reservations to the TREASURER OF CITY OF RENTON in an amount not less than 5`; of the total amount bid shall accompany each bid proposal . Checks will be returned to unsuccessful bidde i.vaediately following decision as to award of contract. The check of the s cessful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. shoule he fail , or refuse to do so, the check shall be forfeited to the City of Penton as liquidated damage for such failure. rr B. All bid,, mu.t be self-explanatory. No opportunity will be offered for oral explanation eycepL as the City may request further information on particular -. points. 9. The bidder shall , on request, furnish information to the City as to his financial and tractical ability to satisiostorily perform the work. 10. Payments for this work will be in Cash Warrants. I r- T A certified check or bid bond in the amount of five (5) percent of the total amount of each bid must accompany each bid. The policy of the City of Renton is to promote and afford equal treatment and services to all citizens ai,d assure equal employment opportunity based on ability and fitness to all persons regard ass of race, creed, color, national origin, sex, physical handicaps, or age. The policy :hall apply to every aspect of employment practices, employee treatment, and public contact. t Delores A. Mead, y Clark — Published in the Renton RECORD-CHRONICLE: March 3n and April 6, 1973 Published in the DAILY JOURNAL OF COMMERCE: March 30 and April 6, 1973 1 y CITY OF RENTON 1 CALL FOR BIDS Sealed bids will be received until 2:DO P.N. , April ,2, 1973, at the office of the City Clerk and will be opened and publicly read aloud at 2:00 o'clock P.M. , same day, in the Fourth Floor Conference Room, City u of Renton Municipal Building, 200 Mill Avenue South, for the Improvement ■ of South ith Street from Rainier Avenue South to Main Avenue South. Bid proposals delivered in, person will be received only at the office of the City Clerk in the Renton Municipal Building. The work to be performed will include furnishing of all necessary labor, materials, and equipment, and performing all work required for paving with asphalt concrete pavement: including construction of cement concrete curb and gutter, cement concrete sidewalks, drainage facilities, signalization, illumination and channelization and such other work as may be necessary, all in accordance with the plans and specifications. The City reserves the right to reject any and all bids and to waive any ,.. and/or all informalities. The City of Renton hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement„ minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Approved plans and specifications and form of contract documents may be obtained at the office of the Public Works Direc or at the Municipal Build- ing, Renton, Washington, for a deposit of $10.00 for each set. The deposit will be refunded upon return of the Plans and Specifications in good condition within thirty days after bid opening. All items is this contract which are a part of the construction of a public road improvement as defined in Rule 171 , issued by the Excise Tax Division of the Tar, Commission of the State of Washington, are tax exempt and the Owner is not required to pay sales tax on these items. ALL BIDS SHALL BE ACCOMPANIED BY AN AFiIRMATIVE ACTION PLAN including (1) Goals and Timetables of Minority Manpower Utilization and (2) Specific Affirmative Action steps directed at increasing Minority Manpower Utiliza- tion. ANY BIDDER FAILING TO DO SO WILL INVALIDATE HIS BID. The Contractor shall include in his unit bid prices sales tax on materials to be furnished to the City rather than installed as part of the roadway construction. 1 �► ti c� CMTL•IGA:IOe RY prn100[0 CIILfpAUE", SU{ooMMCTtIt.n A'UPPLMR RLG{001G EQUAL UIYIiT.tNl OP"PnITY tractor art rw tl•a. relem W. Thld rrtifleaaiw 1• "aired pxwauf to federal Laecutlee Miler 112a[. The tnpir•rntlndo role, And re{alatiou. "o,14a that any blddrr or prospertiee co.tratnr, or any of their propn.rd {uMonf r.c[.ro Atd appl Len, dull state .a so lnit:al port of It. bid at negotiation. of the osIr.,t wpatient It hap gorticippted In any pnvtoua contract or subcontract wblact to the +qwl opprea- T_ pity clause; Ltd, If so, whether It has filed all cwplla.a reicrta dw nfdrr oppl LYbL. Instrwtbns. The City nap breto(an adapted population b. Im onarr data of Jill 10, 1072 tacatldoNna a -tale Practice, Policy". aa L+ple- sortad by an -Affir.tf.a Acton !charm^ tharlr,a+tabli.blN and pnowlastine the Miry of the City of Reston to proe[o and afro" opal [ratan am aerwln to All cltirfrps and to agAwe aquul e.ylnysent opportwRy beead u.ebillf, and lltau to .11 _ p.reon. n{."leas•f coca, rend, ergot, rutlwl nrlaln, w•, IFyatral 'woul"aya or ap. Thl+ wlicy INll ll keu[ar apply to LLl contractors, way"tractero sod wpplirra credo,ua bu+IMn with the City of poonn db In turn ehaU affln and .bxflM to old portiere o.' poi grip. fha f."wou"nrwd trcmu[nna spoil tint {gayly to contracts or subcontrarts for standard ervo.r- cial suFyitors or re atvlals It time or orWltstiou with lrn then 1t wyiones Aeolic contracts of lea [be, 610'm tool. r, sees per ar with the city. The usf n1Rseo contractor thrnlore cooeunn-. atlpin ea aged sarao .at during the perfornrce of this conrcxf that M will no[ dlxcbWte against an. pwrwn In htrenR. proontla. dhmhaquta, cosearea[Int or m .ray ulher tarn or coditfnn of evloy- . poiq by rnw. of such parron's race, creed, alar, renal., ncratry .r atbal DILL. .. uplarentsd by the -Ag/iaotlee Action 1'rodr.-. Coatrselar further Awn. that M will taM .(flerHeo aid eontLwa uctvw re Issuer full eo.pliaae with such paltry and Pro- ". In all respect.. 1[ brinr M,11, usyl .-nod and Aoresd that failure to cosily with any of the tarn o "to prov"tone @hall M and copotltute a material breach of this contract. 1 WrrMqurbacrtd a .Intl, •y r.qu oal pad/uras ern a pe rlbie ther-aftoW, (unlah woo the City any an all Lfna[lon and reprt+ by to city to dotnrtvo whether ful cm.pllancr be, won ode by the contractor with old po111 and groat¢ and cote tractor will peril[ acno to GIs bucks. taco"s end eremnt. SJrM City for :. puip of Imofl{+1 1o11 to raur•am wch <ospl Leer. Contractor furrier ac4nwlyd{ea that ho ha. naelxd A taw aM conyLta copy of the City'a "Fair Practic" Pulley" as 'Affira- five Action wwr.". i A Cpry.fq ImIRIfIUTUM IgO. i cmiriuvo: RT (oortYAms etddrr'a N.." Add,... —- Mpnwmat t Title: a1tln: StTN:OpTM[TUY.'S UWTFLUTIGN 9uMorcra<tor's Lose: adds.: r hayrrrmr.tiee.: Title: ,hose: WMLLR'L CURTIfi=0111 Wppller'. Los: Andres: 1. Ypr+^ntatnv..n: ?Oil.. Prove' 1. Cmtnno:!Eubca tractoritoI"lier haul wrtt"Petad n a Previous contract or subcontract subpct to the Equal Opprtwlty CIA.. rip[� Nu G-1 T. Cappllars. rpon+ were r.galrld on M 'i11N is roper"".vita .urn ra:tr+el or wMotrxt. ,af. {. Core raetor/GgMadraeturlSuppller has fi1H all engli+tice et"rts don order applleattoa lat"ct Lett. Y..= No Le,a ma"Ired Q a. It .rower to Ito 1 la 'No", yl.. e.p'aln in detail . lower. .ldo of this .."Iflrat/.. eanifir.tio. - The lnforatlo. anon. /o true And reaplf[e to the We, of ry prol.lod" and mile(. .sea t �, Mrs, +..,, yp. �3TAature is beawN by city A.tbrl": t 1 �► i r ATTAcih%T T III (coNT.) page 2 r agreement or other contract or und,'rstanding a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative, of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 196s (as amended), and shall post copies of the notice in con- (' •picuous places available to employvcix and appliconrs '-it emplov- went. • "(4) The contrdet,a will comply with all provisions of Executive • Order No. 1124u of Septend",r 24, 1965 (as amended) and of the rules, regulations, and relevant orders of the Secretary of Labor and the Secretary of Housing and Urt m Development. [ "(5) The contractor will furnish o11 infurniation and reports regtired by Executive Order No. 11240 of September 24, 1905 (as amended) and by the ruLas, regulations, and orders of the Secretary of Iibrrr and the Secretary of housing and Urban Development pursuant thereto, and will pennit access to his books, record;; and accounts by the meal Public A+toncy, the Secretary of labor, or the Secretary of Housing and Urban Do- s •lop-.lent for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(0) 11, the event of the contractors' noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, thi contract nwny be cancelled, "termfeatcd, p aJcd W. wbvie or in part an, the cuntrectur may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 1124h. of September '24, 1965 (:,s amended), and such other sanctions may be imposed and remedies invoked as provided in - Executive Order No. 11246 of September 24, 1'tu5 (as amended) or by rule, regulation, or order of the Secretary of Labor, the Secretary of Itousing and Urban Developmsad, the local Public Agency, or as otherwise provided by law. 11(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or Purchase order unless exempted by rules, regulations, or orders of the Secretary of G labor or the Secretary of (Lousing and Urban Development pursuant to Section 204 of Executive Order No. 1123,E of September 24, ' 19,h.+ (as amended), so that such provisions will be binding upon each subcontractor nr vendor. The contractor will take such action with respect to any subcontract or purchase order as the meal Public Agency, or the Department of {busing and Urban ) Development may direct as it means of enforcing such provisions including sanctions fur noncompliance: Provided, however, That in the event the contractor becomes roved in, or is .., threatened with. litigation with a subcontractor or vendor as a result of such direction by thle Local Public Agency, or the Department of (lousing and Urban Development, the contractor may request the United States to enter into such litigation to protect the interests of the United States. ' y.y ;. r ATTACHMEW III Contractor, Subcontractor, Supplier r The City's Affirmative Action Program extends to all those doing business with the City regardless of source of funds. Each supplier or contractor having 2.5 or more employees and/or contract in excess of $10,000 is required to: (1) Become familiar with the City's Affirmative Action Program; (2) Certify that they have their own r Affirmative Action Program; (a) Provide a record of intent to comply by completing the affidavit. The affidavit and a copy of the firm's Affirmative Action Program may be provided once each year or with a specific contract. A record is kept of etch firm's response, and present and past performance. An investigation into the past performance is also made at the initial submittal. City records are t ttan reviewed yearly. Firms guilty of non-compliance are removed from the eligibility list, notified of this action and causing deficiency, and re-instated when satisfactorily demonstrated to E.O. Officer that deficiencies have been corrected. Compliance is determined by a check of previous performance and ,„ on-the-,fob inspection during the current contract. At .rt of the requirement that federally funded contracts for more than '10,000 are subject to the Executive Order 1124n of September 24, 1965, as amended by Executive Order 11375 of October 1.1, 1968, the City of Renton shall include, in its contracts with general and sub- 9 contractors, the following provisions: "During the performance of this contract, the contractor agrees as follows: "(1) Tile contractor will not discriminate against any employee k or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants arc employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall ". include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or advertising; layoff or termination; rates of pay or other forms of compensatioi; and selection for training, including apprenticeship. The con- tractor agrees to post in co,.ispicuous places, available to employees and applicants for employment notices to be provided by the LPA setting forth the provisions of this nondiscrimina- tion clause. "(2) The contractor will, in all solicitations or advertisements for employees placed by nr on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, aex, or national origin. "(3) The contractor will send to each labor union or repre- sentative of workers with which he his a collective bargaining t ATTACIM 7 I City of Renton Goals and Timetables The City of Renton, under the established Affirmative Action Program, has set forth a goal of 3.5'1 minority employaent over a timetable span of Suguat 1, 1972 through December 31, 1973. The 3.5% minority employment is based upon an average permanent payroll of approximately 315 employees. This percentage, will be re-evaluated in July of each year. The percentage goal is accomplished in the following manner: The residency of all permanent City employees is plotted on a regional map. The area containing 80`., permanent force is analyzed using existing cnesuo and Renton School District data to determine the number and categories of nvriticn li%ine in this Initially all the total minority pnpu.atinn kas determired at t 31;X. This percentage is then applied to the City permanent work force end coals for future minority employment is set accordingly. Additionally, a comparative study is also made with other municipali- ties within the greater Puget Sound area to establish validity of an equitable percentage goal. c_ In the event that the City minority work force is less than the i area percentage, a one year period is established as the time in which the City will correct the deficiency utilizing measures described in the City's Affirmative Action Program. fi ATTACHMENT II ' City's Programs for .Achievcmenc of Coals The City of Renton has set forth i policy that they will make the necessary notification regar,"nog por.ition npcnings on tie permanent staff through public advertisement in the Greater Renton News ;.nd ,` e the Record Chronicle for two weeks Prior to interview cl..)sure. Open positions are also registered with the Washington State Employment Security, University of Washington, Seattle University, King Cnunty Public Employment Program, City of Seattle Personnel Office, and other municipaliti+•s as appropriate. All advertisements contain the _ words "The City of Renton is an equal opportunity employer" and indi- cate that minority applicants are sought. In addition, the following , agencies that service a high concentration of minority employment are * notified of each position opportunity: Asian Employment, Indian t Affairs, MATT Center, 3.0.I.C., Veteran's Administration, The Facts, and Active Mexicans Development Center. The City employment applica- tion form has also been revised to reflect the equal opportunity employment sentiment . All those in a position to hire, fire or transfer City employees have been instructed to ase nondiscrimination in their judgment of personnel. All decisions relating to management-employee relationships will be reviewed by the City's E.O. Office for possible abuse of the t~ City's Pair Practices Policy and Affirmative Action Program. : We have totally re-evaluated our job descriptions within the City to insure that qualifications are realistic--that position criteria reflects skill level and physical capabilities required for performance of task and not a reflection of prevailing labor market. Those positions for which physically handicapped sure suited are identified and priority consideration will In, given to those individuals. x t /. Availability of minorities and fe hales having requisite skills and experience in the labor area. S. Thf- extent of unemployment among the minority and f female unemployed work force wtthin the area. S. Perform an analysis of the Citv's labor force by job category to determine the placement of minorities and females at all levels of responsibility. She num'.er of emnloyaes by job classification for f- each department in the .y. 2. The availability of promotable minority and female employees within the City's offices and divisiuns. i 1. The number and ±ob classification Of employees, by departrent, who will be retiring within the next five years. f This list is to include the tentative date of retirement for each employee. 6. The anticipated turnover of employees due to their inability to pertorm adequately, by lob classification per department, and Possible date for action. C. Establish coals end a tislstable for the correction of deficiencies identified. These goals and timetables are an essential part of the City'$ Affirmative Action Program and will be naintaaned and undated on at least an annual basis. Although the primary concern o` these goals is overall minority and female employment, they shall also include minority and female under- ' utilization within speciflc lob levels: management, professional, technical, office and clerical , and skilled positions. t The goals and timetables tatablishad as a result of the above analysis shall be reasonably attainable and shall appear as Attachment 1 within 60 days after finalization of this document. The Equal oo?ortunity Officer shall be responsible for establish- ing these goals. Specific oroarams 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 programs shall also be established by the Equal Opportunity Officer. L 4� 1 S. Furnish information as required, maintaining or affirmative action file detailing its effort+, with dates, to meet its comsitnents under Executive Order 11266. -' All data and documentatinn generated as a result this AffirMA tive Action irogram shall be made avoileb'. to any Federal or State agency for their revre% upon request. V. GPIEVANCL PROCEDUAri The success of the Affirmative Action Program uvpends largely On the attitude of the community as well as its employee. Opinion as to whet constitutes fair and equal opportunity and treatment may vx-, widely and grievances May result. she following steps i he taken immediately for any grievance arising from the i-aeme-ntation of this program so as to maintain the best possible f' atsployes-supervisor and city-community relationships: A. The employee shall bring her/his grievance to the atten- tion of ne•/his imre•.fiate supervisor or department head, who will investigate as necessary to determine the cause of the complaint and work with the smp.oyae to effect an equitable solution. Every effort shall be made ti reaobve the difficulty at this lave:. R. At the option o! either party, the services of the Equal -' Opoortunit^ C!ficer may to requeztef. The Equal Opportunity Officer shall interview' both par ies, conduct additional investigation as necessary, and recannend appropriate corrective action and settle- sent conditionr. C. In the event that mutual agreement cannot be achieved and binding re=aiution is required by the city administration, signed statements detailing the grievance and specific investiga- tive action shall be obtaintd by the Equal Opportunity Officer from the employee and his s6oervisor. The Equal Opportunity Officer may draw upon all resources at his disposal both internally and those external to the Ci•.y to arrive at recommended corrective action and settlement conditions. The Equal Opportunity Officer i� shall forward these statements along with his own investigation report and recommendations tt the Mayor's Office for resolution. C. The Mayor may elect as deemed necessary and as circum- stances so dictate to refer -he grievance to a special arbitration coiveittee. (This committee shall Le selected from amonq City enrloyeas and consist of an equal number of management and staff personnel.) The Equal Opportunity Officer and those directly ' involved in the grievance shall not be voting members of this come ittee. Proceedings of the committee shall be documented and their decision shall be final and binding subject to review only by the State Human Rights Commission or through the judicial system. All reports, decis.or.1, and other documentation generated bl the grievance procedure shall be maintained by the Equal -. Opportunity Officer as a matter of permanent record. L VI. GUIDELINES FOR t11':Oglrf AND FEMALE EMPIfJYMENT Fair Practices and equal opportunity within City government cannot be fully realized until an equitable representation of wosen and ethnic minorities currently in the Renton area work force are reflected :n the City's oseloy. To determine the area and City work force profile, the City of Penton shall undertake the action outlined in Section A and s below. As inequities are identified, corrective measures will bt Initiated as established in Section C. A. Determine the minority and female profile within the Renton employment area In which the majority a, current employees reside. 1. Number of minorities per ethnic group in this arse. 2. G#.%erallred location of each minority group (i.e. any significant concentration within the area) . 1 Percentage of minority and female work force as compared to total work force for the entire area. i III. EMPLOYEE DEVEU1PnENT The hiring of minorities and women on a fair and equitable basis is only the first step in ■ffordii,q equal employment opportunity. Skill development, Promotions, and equal nondiscriminatory on-the- job treatment are of equal importance to both the individual and to the City. The following acti..ns shall be undertaken to achieve employee job satisfaction and fair treatment and to more success- fully utiliza women and minority persons in our work force. A. Assure that there shall be no discrimination for reason of race, color, creed, sex, age, or physical handicaps with regard t� upgrading, Promotions, transfer and demotion, Is off, and terrdnation of emoloyeea. Any action which might adversely affect minorities Or .'omen will be brought to the attention of the Equal Opportunity Officer. Emoloyse grievances arising from such action Snell receive immediate attention in accordance with section '!I. ,a P. Develop a skill inventory for employees which can be user o identif', euoervtsory and managerial level pr;sition pot:r._ial. This shall be accomplished by: 1. Obtu_ning from the employees A written statement as to their desires, skills, and interest in higher paid waitions. 2. Periodic review and anal­tie of employee development progress and readiness to Assume higher positions. '�•. 3. Ider.tlf- specific positions for which employee qualifies, and assure that requests for interdepartmental transfers end ororotions are considered without discrimination. C. Actively encourage emrloyees to increase their skills and job potential thrnuoh training and educational oovortunities. Offer guidance and counseling in developing programs, tailored to individual aotitT:de and dextres, taking full advantage of programs offered by the State Department of Employment Security and Manpower Development Programs. IV. LIAISON AND COORDINATION A. There exist men•• organizations vitally concerned with equal opportunit• and fa.r treatment of mingritier, women, and the Physically handicapped, and those that are over IS, whose resources can be of valuable assistance to achlevin.l the goals of this program. The City 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 alreadv identified with respect to recruiting, i, hiring, and employee development, working relationships shall be eaintained with the various civic, labor, and minority organizations In the greater Renton area. S. The City also recognizes its responsibilities to comply with and assire that equal opportunity and nondiscrimination policies of state or rederal agencies with which it conducts business are carried out. Specifically, the City of Renton shall: C.' I. Be respo:sible for reporting to the appropriate agencies an-, complaints received from any employes of, or an applicant for enoloyment with any City of Renton cortractor or xubcontractor, subject to Executive Order 11146. 2. Cooperate in Btwrcral coon liance ravi•we or in investi- gation■ as requested. 3. Carry out sanctions against a contrarsMr(s) and/or subcontractor(s) as required. 6. Assure Itself And the agency a$ Part of the grant application prxexs, that the general or prime contractors w11) Pat have submitted pre-Packaged bids that deny open bidding to minority or any other subcontractors, :4 Y m. f E. Insure that all members of management within the City are fully aware of and in compliance with the intent of the Affirmative Action Policy pertaining to equal employment opportunity. F. Provide continuing communication of the. Aftirmative Action Policy to management, employees, applicants for emoloyment, and to outside organizstions Performing services fo: the City. I1. EMPLOYMMIT PPACTICES The overall employment practices provide the key to assuring equal employment 0000rtunitaes and achieving an approoiiate representa- tion in the City's wa rk force. The City of Renton shall undertake the following actions to achieve these objectives: f- A. Review all position qualifications and job descriptions to insure requirements are relevant to the task• to be performed. Revise as necessary by deleting requirements not reasonably related to the tasks to be performed it order to facilitate hiring of minorities and women who otherwise might not be considered. D. Pay one fringe benefits shall depend upon job resoonsl- f bility and along with nvertime work be administered on nondiscriminatory basis. C. Inform and Provide guidance to those staff and management Personnel who make hiring decisions that applications for all positions, including those of minorities and women, are to be considered ^ithout discrimination. And that all anplicants shall be given equal ooportunrty reoardless of race, creed, color, national f origin, sex, oh.ysical handicaps, or age. Prime ry consideration shall be given minorities, women, and other definable groups at any time thu Cit?'s work •crc� doer not fairly reflect the membership of these groups residing within the Renton emplo:m nt 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 emphasizing how the City cf Renton assures equal onportunity and the significance mf the Affirmative Action Program. Encourage all amployees and specifically minorities to avail themselves of services rendereO, r. Recruiting shall be accomplished in such ■ manner as to inform 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 newt media. 2. Circulated to current staff and encourage present employees to refer minority applicants. 3. rorwarded to schools in the Renton area with minority students. 4" 4. Distributed to minority and human relations organita- t.uns in the Renton area reauestino referral of qua Li f led minority applicants. An up-do-date listing of these Organire- tions and their spokesmen 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 Leaque, Equal Opportunity Center, Neida, Kinetachooi, Etc. All empio•imont notification shall include the 'Equal Opoortunitr; Employer' statement and date ooff data publication shall be at least five days prior to for receiving applications. G. Programs such as apprentice, summer aM part-time trains a' intern, and other supplementary hiring programs shall be considered in the same manner 3s full-•i" City pn sitions and be subject to the provisions of the Equal opportunity and Affirmative Action Programs. f AFPIRMATIVE ACTION PROGRAM City of Penton The Policy of the City of Renton is to promote and afford equal treatment and service to all citizens and assure equal f er.plOyment opport,,�..1.: based on ability and fitness, to all persons rcgatdiess of race, creed, color, national origin, sex, physical handicaps. rr age. In recognition of its obligation to provide community leadership to overcome past circumstances which heve 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-Americana, Asians, and American Indians. The spirit of the equal opportunity policy includes such persons as the physically handicapped, and those over the age of 45, even though the emphasis is upon minorities and females. Th,• ngrposnx of the. Affirmative Action Program are to: 1I establish employment vracttces that will lead to and mainta.n a minority composition of the City of Renton work force that refle,:tr. that of the Greater Renton community; 2) achieve and maintain eguitabio and full utilizat,on of minority and female employees it all r.osition levels; 1) promote an atmosphere of non-discrimination ano fair treatment within city government; tl provide aompilance with State and Federal equal opportunity requirements and regulations. This policy shall be made known to all employees, contractors, subcontractors, and suppliers through distribution of handbooks, bulletins, letters, and oersonal contacts, conferences and orien- tation sessions. Signed acknowledements pledging 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, suocontractors, and suppliers to whom this policy shall aooly to shall include those with an average annual employment level of 25 and/or those who annually do business with the City of Renton in an amount exceed,ng 510,000. 1. PROGRAM RESPONsrai LITY " 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 advise and assist staff and management cersonnel in all matters relating to implementation of and rompllance with the Affirmative Action Plan, and be responsible for the succersfu'. execution of this program, utilizing the assistance of appropriate State and community agencies and organizations and maintain close liaison with the Mayor and Citv Council on trio progress of the program. The Equal Onportunaty Officer will have the responsibility to: A. Initiate, coordinate, and evaluate the City`s plans and 1. programs which arm designed to ensure that all current and pos- POctive employees receive the benefits of equal employment opportunities. B. Evaluate the Equal Employment Opportunity Plans and Programs of the City to ensure compliance with the Affi motive Action Policy. C. Coordinate the attention given to Equal Employment Opportunity throughout the City. D. Periodically audit the practices of the City and recommend improvements in the Affirmative Action Policy to the Mayor's office. , t ti w � . SCHENU OF PRICES (Note, Unit prices for all ltems, all ertensions m. d total amount of bid aa..., tm shown. Show unit prices in both words dt,d ei r.....a �". and where oevvl.�c occu.., .n. .,.....,, ,,. •y,.,d .cries nha11 Prevall.l rrRH APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AIL:OUNT NO. VUANTITY '(Unit Pf— to be written In words DOLLARS CTS.1 DOLLARS CTS. F 454 Trench 6 Backfill, 30" wide X r Lin. Ft. 48" deep, in existing Roadway Per Lin. Ft. 31 2C8 Select Backfill Ton S Per Ton 32 325 Induction Loop Vehicle Lin. c. Detectors $ Per Lin. Ft. 33 L.S. Traffic Signal System, S. 4th St.- Burnett Ave. Complete $ Lump Sum 34 L.S. Traffic Signal System, S. 4th St.- Main Ave. Complete S _ Lump Sum 35 38 Type I Street Light Pole EA Installation S Per Ea. 36 6 Typn II Street Light Pole EA Installation $ _ Per Ea. I I i f SCHEDULE OF PRICES fw► -- .ey item, &.Ell extensions and total amunt Of and where conflict occurs ' ices i both word and fi gores r or tyl`ed words shall prevail-1 ITEM APPROX. I ITEM KITH UNIT PRICED BID r^:IT PRICE AMOUNT �! 140. QUANTITY KUnit Prices to be written in worm L--LLARS CTS. DOLLARS CTS. r 23 483 'Ir. r.ch S Backfill, Min wide Y Lin. Ft. 28" deep, in Gravel Shoulder Per Lin. Ft. 1 24 1504 Trench 6 Backfill , 18" wide X Lin. Ft. 28" deep, in Existing Roa.way $ Per Lin. Ft. 25 236 Trench, 6 Backfill, 18" wide X Lin. Ft. 28" deep, in Existing Roadway Per Lin. Ft. 26 179 Trench 6 Backfill, 24" wide X Lin. Ft. 48" deep, in Grass Parking Strip Per Lin. Ft. 27 227 Trench 6 Backfill, 24" wide X Lin. Ft. 48" deep, in Gravel Shoulder Per Lin. Ft. 28 3.88 Trench b Backfill, 24" wide X Lin. Ft. 48" deep, in Existing Sidewalk $ Per Lin. Ft. 29 1044 Trench L Backfill, 24" wide X Lin. Ft. 48" deep, in F.xistin3 Roadway S Per Lln. Ft. 1 ♦ 4 ' SCHEDULE OF m as (Motor Unit priers for all its=, all er[eyiona and total amount of bid —'It be shown. Show unit prices in both words and figures [ and where conflict occurs the written or typed worms- '..11 prevail.) ITEM APPROX, ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT N0. U. TITY (Unit Yri ces to be written in words DOLLARS CTS. DOLLARS CTS. 1.6 9545 r Street Light Hire, #6 Per Lin. Ft. 4 17 6990 Interconnect Wire, 2/c Lin. Ft. Per Lin. Ft. 18 610 Induction Loop Vehicle Lin. Ft. Detector Wire, 2/c $ Per Lin. Ft. 19 148 Trench 6 Backfill, Min wide X Lin. Ft. 28" deep, under new sidewalk and/or new driveway Per Lin. Ft. 20 120E Trench 6 Backfill, 18" wide X Lin. Ft. 28" deep, under new sidewalk and/or new driveway Per Lin. Ft. 21 174 Trench 6 Backfill, 24" wide X Lin. Ft. 48" deep, under new sidewalk and!or new driveway $ �._ Per Lin. Ft. 22 2602 Trench 6 Backfill, 30" wide X Lin. Ft. 48" deep, under new sidewalk and/or new driveway S Per Lin. Ft. 4 '� 1 SCHEDULE OF PRICES (Not&: unit Prices for ail :.,,y�� all extensions and total aaount of bid rust be shown. Show un:• prices in both words and figures and where conflict occurs the writ�o or typed words sn"1 rZCVL"=.i ITEM APPROX. ITEM WITH nIT PRICED LID UNIT PRICE MOUNT NO. QUANTITY Unit Prices to be wrirtcn in Words DOLLARS CTS.� DOLLARS CTS. 8 45 Conduit, Schedule 40, 2" e Lin. Ft. 5 _ Per Lin. Ft. 9 2520 Conduit, Schedule 80, 7.Y" Lin. Ft. Per Lin. Ft. 10 100 Conduit, Schedule 8C, 2V Lin. Ft. Per Lin. Ft. 11 400 Conduit, Schedule 80. 3" Lin. Ft. Per Lin. Ft. 12 58 Design B Junction Box Ea. S Per Ea. F13 8 Design C Junction Box Ea. $ Per Pa. 14 60 Street Light Wire, d12 Lin. Ft. 5 Per Lin. Ft. 15 11,190 Street Light Wire, #8 Lin. Ft. S Per Lin. Ft. e * ti f� SCHEDULE OF PRICES '• P.U6trtTF B (Note: unit prices !or all items, all extensions and total asount or bid must be shown. Show snit prices an both words and figures and where inflict occurs the written or typed words shall prevail.) ITE11 APPROX. ITEM WITH UNIT PRICED BID r— LNIT PRICE AMOL"'T NO. DUA1iTITY KUnit Prices to be written in words DOLLARS CTS. DOLLARS CTS. r 1 36 Street Lii;hr Pole Foundation, Ea. 3'X3'X4' s 5 Per Ea. (fiords) (Figure) 2 5 Street Light Pole Foundation, Ea. 3'X3'X7' 5 Per Ea. 3 2 Street Light Pole Foundation, Ea. Type A $ Per Ea. 4 1 Street Light Pole Foundation, Fa. Type B 5 Per Ea. 5 10 Street Light Pole Foundation, Ea. Type C 5 Per Ea. 6 2 Master Contactor Cabinet �-- Ea. Foundation 5 Per Ea. 7 6090 Conduit, Schedule 40, IY' Lin Ft. S Per Lin. Ft. i f � 1 SCHEL"JLE OF PRICES (Note. Unit prir_s for all iteca, all ertensi=s and total aunt of _ bid r...:ct to stc :n. Show unit prices in both vor_".r a.:d figuos and where conflict occurs the written or typed words shall prevail.) IT.'I Iw 3?70X. C.:i': P::IC 0 BID ^� L'n No. C=. i:'! 'Cr :r._ to t± writ-vn in :/ord„, DOLS C':S C0L:_. .3 C:3 21, 6" Storm Drain Concrete Pipe, C-14x, at 747 s L.F. Per Ltn. Ft. 22 Pipe Bedding Class B, 170 C.Y. Per Cu. Yd. 23 Remove Catch Basins, and Inlets, at 29 EA Per Each 24 Catch Basin, Iype I-C, at 26 EA Per Each 25 (arch Basin, Type II-C at 3 EA Per Each 26 Select Trench Backfill (For Water and Storm Sewer Trench) at 2150 C,Y, Per Cu. Yd. 27 B-Inch Class 22 Pipe Cast Iron at 564 L.F. Per Lin. Ft. 28 Railroad Parking Area, at L.S. Lamp Sun TOTAL SCHEDULE "A" , 1 '► 1 SCHEDULE OF PRICES (Note: (Unit prices for all hers, all extensions and total amun•: of bid cut &o shown. Show unit prtcos in both words and figure$ and where ooaflict cccurs the written or typed words shall prevail.! ::I=3 L::iT P:ZIC=D BID I UNIT PRIC3 NO. CE..-.,,TIT. PUnit Priers to be written in wordsA DOLL7.RS C^_S.I D0LL2:.3 11 Cement Concrete Rolled Curb and Gutter, at 147 .� L.F. Per Lin. Ft. 12 6cment Concrete Sicewalk at 3369 S.Y. Per S . Yd. 13 Cement Concrete Driveway, Type D, at 1188 S.Y. Per S . Yd. _ 14 Resetting Monument, Case ' and Cover, at 6 EA Per Each 15 Monument, Case and Cover, at 9 EA Per Each 16 1 Adjust T:anhole to Grade, at 18 _ EA Per Each 17 Adjust Valves to Grade, at 5 EA Per Each 18 Adjust Water !Teter Box to Grade, at 20 EA Per Each 19 i 1B Storm Drain Concrete Pipe, C-14X, at 474 L.F. Per Lin. Ft- 20 12" Storm Drain Concrete Pipe, C-14X, at 577 L.F. Per Lin. Ft. SCE LULE OF PRICES SCHLDULL A (Note. Unit prices for all items, all extensions and total amount of bid r.:st b^ sham. Shcw unit pries in both words and figures 1 and where conflict occurs the writ:=n or typed voids shall prevail.) F3:CCJ E:D I L:7IT P21C2 :_:Jt•. N0. ::^'f erica to be w'.t:t,n in ::ords,q DCLL•.'.5 CTo.I CJLL' J 'C-.S 1 Lrclasslfied Lxcavaticn a 1900 C.Y. Per Cu. Yd. _ 2 Remove Existing Concrete Curb and Gutter at / 4070 L.F. Per Lin. Ft. 3 Remove Existing Concrete Sidewalk at 2800 S.Y. Per Sq. Yd. . 4 Remove Existing Concrete -- Driveways at 420 S.Y. Per S . Yd. 5 Water /— 100 N.-Gal Per 11-Gal 6 CrushLi Surfacing (1-% ) - 360 IN Per Ton /., 7 Asphalt Treated Lase, at 76C T.7 Per Ton 8 Asphalt Concrete Pavement, at 2308 TIT Per Ton 9 Incidental Asphalt at, 25 IN Per Ton 10 Cement Concrete Curb and Gutter, at 5059 L.F. Per Lin. Ft. f� PROPOSAL r TO THE CITY OF RENTON RENTON, W SHINGTC'i f Gentlemen: The uidersigred hereby certif that has examined the site of the proposed work and ha read and thoroughly understand_ the plans, specifications and contract governing the work embraced in this improvement, and the method by which paycent will be made for said work, and hereby propose tr, undertake and complete the work embraced in this improvement, or as much thereof as can be corpleted 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, and total amount of bid should be shown. Show wit prices both in writing and in figures.) Signature Address Names of Members of Partnership: OR Name of President of Corporation Name of Secretary of Corporation _ i Corporation Organized under the laws of — With Main Office in State of Washington at __ �.t f` MINIMUM WAGE AFFIDAVIT FORM City of Renton ss COJ4TY OF I , the undersigned, having been duly sworn, depose^, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour for each classification of laborers , worvmen, or mechanics, as indicated upon the attached list, now referred to and by such reference in- corporated in and made an integral part hereof, for all such employed in the performance of suds work; and no laborer, workman or mechanic so employed upon such work has been paid less thal the prevailing rate of wage or less than the minimum rate of wages at 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. MTUCTOR Subscribed and sworn to before me on this day of 19 NoT'ary Public in and for the State o. Washington Residing at t_ f CERTIFICATIOA OF NO'IDISCRIMI'IATION IN EMPLOYMENT The bidder represents that he O has, O has not, participated in a orrvious contract or subcontract subject to either the equal opportunity clause herain or the clause contained in Section 301 if Executive Order 11246; that he 0 has, ❑has rot. filed all required compliance reports; and that representatio..s inuicating submission of required compliance reports, signed by proposed sub- contractors, will be obtained prior to subcontract awards. �onoany to a to (The above repres^ntation need not be submitted in connection with contracts or subcontracts which are exempt from the clause.) D.I.F. 14.43 f f f" NON-COLL'JSIGN AFFIDAVIT �• STATE OF 'd SH:NOTG'1 � - SS � COUNTY OF r -- Leing duly sworn, deposes and says , that he is the identical person who submitted the foregoinc proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on be- half of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the fore- going wrrk 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 collusicn to secure to himself or to any other person any advantage over other Bidder or Bidders. SIGN HERE: Subscribed and sworn before rre this day of �. 19 go—fa -uFiTic in an cr t e to a of residing at therein. f� f CERTIFICATION OF EQCAL F_TLO'PYNT OPPr'%TL41ITY REPORT Certification with regard to the Performance of Previous Contracts or Sub- contracts subject to the Equal Opportunity Clause and the filing of Required 4, Reports. The bidder _, proposed subcontractor , hereby certifies that he has s has not _, participated in a previous contract or subcontract subject to the a _ equal opportunity clause, as required by Executive Orders 10925. MIA or 11246, and that he has _, has not ,# filed with the Joint Ceportirg Cc=Ittee f the Director of the Office of Federal Contract Compliance, A Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requ- irvents. r (Company) By: (Title) Date: Note: The above certification is required by the Equal Employm-ant Opportunity Regulations of the .Secretary of Labor (41 CPR 60-1.7 01 (1), and must be submitted by bidders and proposed subcontractors only in connection with cont- racts and subcontract* which are subje^t to the equal opportunity clause. . Coutracts and subcontracts vhl-h are exempt from the equal opportunity clause are set forth in 41 CAR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) 1s the only report required by the Execut- ive Orders or thei. implementing regulations. 4-- Proposed prime contractors and subcontractors who he�,e participated in a pre- vious contract or subcontract subject to the Executive Orders and have not filed the required reports should notethat 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the dellquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compltanc^, U.S. Department of Labor. i 1 i A.P.W.A. STANDARD SPECIFICATIONS The Standard Specifications for Municipal Public Works Construction (1969 Edition) prepared by the Washington State Chapter of the American Public Works association, are the basic specifications for work related to items �... included in Schedule A of These Special Provisions. In connection therewith The Standard Specifications for Municipal Public Forks Construction (1969 Edition) shall be referred to as the Standard Specifications. f Work related to items contained in Schedule B of These Special Provisions shall conform to The State of Washington Standard Specifications for Road and Eridge Construction, 1972, as specified hereinafter. All sections of the Standard Specifications applicable to anv and all parts of this project shall govern, except as specifically modified in these Contract Documents, Special Provisions and Detail Specifications. Payments for all bid items will be made on the basis of the quantity units and prices bid, as shown on the Proposal. The designating numbern of sections contained herein to modify or emphasize parts of the Standard Specifications are the same as the corresponding sectinn numbers used in said Standard Specifications. Where conflicting information as to specifications is found in the "Standard Specifications," Plans and Special Provisions, the plans shall hold over the "Standard Specifications" and the Special Provisions shall hold over both the Plans and "Standard Specifications". s.- 3 t the current wage rates before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, Including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State, and his decision therein shall be final and conclusive and binding or all parties involved in the dispute as pro- vided for by RCW 39.12.060 as amended. The Contractor, on or before the date of commencement of work, shall file a statement under oath with the City of Renton and with the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of laborers, workmen, or mechanics employed upon the work by the Contractor or Subcon- tractor which shall be not less than the prevailing rate of wage. Such statement and any supplemental statements which may be necessary shall be _. filed in acecidance wit the practices and procedures required by the Department of Labor and Industries. s 4; — 2 't sa CIZT OF RENTON SPECIAL PROVISIONS f" DESCRIPTION OF WORM The work to be performed under this contract consist of furnishing mater— ials, equipment, tools, labor, and other work or items incidental thereto e% (excepti• d any materials, equipment, utilities or service, if any, specified therein to be furnished by the City or Others), and performing all work as required by the contract in accordance with plans and specifications and all Standard Specifications, all of which are made a part hereof. Said improvements shall include some pavement removal and subgrade preparation, f asphalt concrete overlay, removal and construction of concrete curb, gutter and sidewalk, adjustment of storm drainage facilities, utility adjustments, driveway construction. side street approach adjustments and the installation of traffic signal equipment, street illumination equipment and channelization materials. tom. DATE OF BID OPENING Sealed bids will be received by the City of Renton, Washington., by filing with the City Clerk, Municipal Building, Renton, Washington, and will be opened and publicly read aloud. TIME OF COMETION The Contractor is expected to diligently prosecute the work to completion In all parts and requirements. The project shall be completed by 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 consent to such extension by th, surety on the bond of the Contractor. Time lost Sp replacing improper work or material shill not furnish any grounds to the Contractor for claiming an extension of time foi the completion of the work, and shall not release the Contractor from demages or liabilit.'.es for failure to complete the work within the time required. WAGE SCHEDCLE The prevailing rate of wages to be paid to all workmen, laborers, or mechanics em;,loyed in the performaca of say part of this contract shall in in accordance with the provisions of Charter 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 Industr+.A1 Statistician of the Department of Labor and Industries, are by reference made a part of this contract as though fully set forth herein. Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it 1s imperative that all contractors familiarize :hermselves with _ 1 � I 1� wwJ, i ' , � � i c � J { ag: 6 I --espor;ibillty for faulty materials or workranship. The Contractor shall be under tie duty to remedy any defecu in the work and pay for any darage to other r- to[k resu'.ting therefrom which shall appea• within the period of one (1) year from the date of final acceptance of the work, unless a longer ;, eriod is specified. The sty will gi%e notice of observed defects as heretofore specified with reasonable ' el _ promptness aft.•r discovery thereof. (9) The C,ntracter and each sub-contractor, if any, shall submit to the —:ity such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records end miscellaneous data pertaining to the contract as may be re- { quested by the City f-om time to tine. (10) The Contractor shall furnish a surety bond or bonds as security f-- the faithful performance of the contract , including the payment of all persons ._ ,d firms j performing labor on the coistruction project under this contract or furnishing 8 materials in connection watt this contract; said bond to be in the full amount of the Contract Price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington.. (11) The total amount of t.iis contract is the sum of which includes Fashingron State Sales Tax. Payments will be made to Contractor as specified in the "general corditions" of this contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hard and re-al the day and year first above written. CONTRACTOR CITY OF RENTON — Mavor ATTEST: -------- - i City Clerk e s-e 3 f-d contract such materials, machinery, appliances, equipment, plants and other ropertles belonging to the Contractor as ray be on site of the project and useful h rein. t • (4) The foregoing provisions are in addition to and not in limitation of ny other rights or remedies available to the City. (5) The Contractor shall hold and save the City and its officers, agents, ercants,, and employees harness from any and all liability of any nature or kind, n luding all costs and legal expense incurred by reason of any work on the contract o he performed hereunder, and for, or on account of any patented or unpatented nvention, process, article or appliance manufactured for use in the performance f the contract, including its use by the City, unless otherwise specifically tipulated in this Contract. (6) Any notice from one party to the other party under the contract shall e in writing and shall be dated and signed by the party giving such notice or by to duly authorized representative of such party. Any such notice as heretofore p cified shall be given by personal delivery thereof or by depositing same in he United States `tail, postage prepaid and registered. (7) The Contractor shall co.:nence performance of the contract on the _ day of 19_, and shall tonplete the full performance of he contract not late- than 180 calendar days from said dace of commencement. c each and every day of delay after the day of completion, it is hereby stipulated d agreed that the damages to the City occasioned by said delay will be the sum of H n r �ol_lArs (S1^O.QO) __. as liquidated damages for each such day, which t 11 be paid by the Contractor to the City. (8) Neither the final certific.,_e of payncnt nor any provision in the con- i z ct nor partial or entire use of a_;y in?rallatien provided for by this contract hall relieve the Contractor of liab11 '.ty in respect to any express warranties or It ge 2 (a) This agreement (b) Instruction to bidders f" (c) Bid proposal (d) General conditions (e) Specifications (f) Maps and plans (g) Bid (h) Advertisement for bids (i) Special contract provisions, if any (3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this t contract, at any extension in writing thereof, or fails to complete said work within uch time, or if the Contractor shall be cdjudged a bankrupt, or if he should make a I --;eneral assignment for the benefit of his creditors, or if a receiver shall be appointed i C on account of the Contractor's insolvency, or if he or any of his sub-contractors should violate any of the provisions of this contract, the City may then serve written notice upon him and his surety of its intention to terminate the contract, and unless Athin ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the contract shall cease and satisfactory arrangement for the correction thereof be made, this contract, shall, upon the expiration of said ten (10) i day period, cease and determine in every respect. In the event of any such termination, the City shall i=ediately serve writter notice thereof upon the surety and the Contrac- i ..tor and the surety shall have the right to take over and perform the contract, provided however, that if the surety within fifteen (15) days after the serving upon it of such ' notice of termination does not perform the contract nr does not commerce performance i thereof within thirty (30) days from the date of serving such notice, the City itself L' may cake over the work under the contract and prosecute the same to completion by _ contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess the City thereby. In such event the City if it so cos[ or other damages occasioned elects may, without liability for so doing, take possession of and utilize in completing ti i THIS ACRCEMENT, made and entered Into this _ day of , 19 , r by and between THE CITY OF RENTON, Washington, a municipal corporation of the i State of Washington, hereinafter referred ro as "CITY" and hereinafter referred to as "CONTRACTOR". f W I T N E S S E T H: (1) The Contractor shall withinthe time stipulated, (to-wit: within 180 calendar days from date of execution hereof as required by the �'ontractor of which this agreement is a component part) perform all the work and services requires to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation se vices C., necessary to perform the Contract, and shall complete the construction and in- stallation work in a workmanlike manner, in connection with the City's Project (identified as No. ) for: Roeeway improvements signalzation, — I street Illumination, and channelization on South 4rh Street between Rainier Avenue and Main Avenue. All the foregoing shall be performed, furnished, constructed, installed, and completed in strict conformity with the plans and specifications, including any and all addenda issced by the City and the other documents hereinafter enumerated. It is agreed and stipulated that said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction and installation 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. (2) (2) The aforesaid Contaact, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: aOND TO THE CITY OF RENTON i KNOW ALL HEN BY THESE PRESENTS: �^ That we, the undersigned as principal , and _, corporation organized and existing under the laws of the Stag_ of , 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 coroorat;ons, as surety are jointly and severally I held and firmly bound to the City of Renton in the penal sum of S for the payment 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 Washington, the Ordinance of the City of Renton. Dated at Washington, this day of 19 j _ Nevertheless, the conditions of the above obiicat;on are such that: I f WHEREAS, under and pursuant to Ordinance for Resolution) No. 2295 providing for which contract is referred to herein and ismade a part hereof as though attached ' hereto) , and WHEREAS, the said principal has accepted, or is about to accept, the said contract, and undertake to perform the work ther,Jn provided for in the manner and within the time set forth; , NOW, THEREFORE, if the said shali faithfully perform all of the provisions of sai- contract in the manner and with- in the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and material , men, and all persons who shall supp!y said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harm- less from any loss or damage occasioned to a•,y person or property by reason of any carelessness or negligence on the part of said principal , or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of ­rformance as specified in said contract or from defects appearing or developing in the material or workmanship provided or per- formed under said contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect . APPROVED as to legality: Approved: +G CONTRACTCR'S ESTIMATLD WORK SCHEDULE ESTIMATE ESTIMATE OF ESTIVATE OF ACTIVITY DESCRIP-IOC: DURAZ ION STARTING DATE COMPLETION DATE C Removal and Excavation Cutting or filling to subgrade i Rockery Retaining Wall ' / Installation of Storm Sewer and Manholes Installation of Curb Inlets and Catch Basin 4 Crushed Rock to Subgrade Adjust Storm Lines and Manholes Adjust Sanitary Sewer Manholes 1 Adjust Survey Monuments Construct Curbs and Gutters j1 -- —'• Construct Sidewalks ATB to Roadway Surface j Asphalt Paving to Roadway 1 ! Adjust Driveways to Match �'. Adjust Water Meter Boxes ! Sigualization, Illumination and 1 Channelization Project Clean-up f No partial payments will be made until this schedule is submitted and approved by the Engineer. 1 � I SUMMATION SHEET ' i TOTAI. SCHEDULE "A" w — TOTAL SCHEDULE "B" n. w TOTAL BID ALL SCHEDULES .w AWARDING OF CONTRACT WILL BE BASED ON TOTAL SUM OF ALL ITEMS. p_O PARTIAL BIU5 'WILL IF ACCEPTED. THE UNDERSIGNED P-IDDER )Bi REBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT, IF AWARDED HIM, WITHIN TEN (10) DAYS AND TO Ccv.PLETE WITHIN ONE HCNDRF,D AND EIGHTY (180) CONSECUTIVE CALENDAR DAYS ArTEP STAPTING CC7STRUCTICN. DATED AT THIS DAY OF 1972 SIGNED C TITLE NAME OF COMPANY ADDRESS L. r a � i (' SGIZI)ULE OF PRICES IA (Note: Unit prices for all items, all erten:ions and total swunt of ' bid must be shown. Show unit prices in both words and figures }� and where c flict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM KITH UNIT PRICED BID UNIT PRICE AMOUNT r NO. QUANTITY unit Prices to be Written In Words DOLL;.RS CTS. DOLLARS CTS. 44 660 Raised Asphalt Island Sq. Ft. Construction r Per Sq. Ft. 45 3555 Raised Landscaped Island Sq. Ft. Preparation S _ Per Sq. F:. 46 60 'Cype C Triffic Curb Removal Lin. Ft. S _ Per Lin. Ft. r 47 L.S. Remove Existing Signal System. Complete S — Lump Sum 48 L.S. Awning Revision, Complete S Lump Sum TOTAL SC'.IEDULE B d — �_ SCHEDULE OF PRICES r. (Mot-, 7katt Pri ces ems, all extensions and total ssromt of bid rust be shown, rites in both words and figures r. and where conflict occurs the`�i,��� or tyRud words shall Prevail.) ITEM APPROX. I ITEM KITH UNIT PRICED BID UNIT PRICE A7:OUNT NO. QUANTITY Nunn Prices to be written in wordsA DOLLARS CTS.1 DOLLARS C-S. 37 4 Type III Street Lig.},c Pole t :.a. Installation Per Ea. ` 38 6 Type IV Street Light Pole Ea. Installation Per Ea. 39 1 Type II Lighting Control Ea. Cabinet 6 Control Components Per Ea. 40 2 Master Contactor 6 Cabinet Ea. Per Ea. 41 240 Type A Per-Cast Traffic Curb Lin. Ft. t $ Per Lin. Ft. 42 145 Type C Pre-Cast Traffic Curb Lin. Ft. $ _ 4' Per Lin. Ft. 43 98 Plastic Traffic Buttons Ea. $ Per Ea. i 1 � k "The Contractor shall submit on force account sheets provided to him an �-- itmeized statement of the cost of work, purpose and location of the work, a complete breakdown of labor, materials, equipment, and taxes in accord- ance with the above provisions. The statement will be submitted to the engineer for approval not later than ten (10) days following the day on which the work was coe.il,..:ed. Failure to submit force account state- melts in tho time speci'.eJ will be considered cause for dental of I at for work dcne by such force account." SECTION 10 - ADDITIONS TO THE GENERAL REQUIREMENT .LYD COVENANTS 10.01 - JOB COPIES OF DRAWINGS AND SPECTFICATIONS The Contractor shall furnish his own copy of the itandard Specifications and all published supplements and revision thereto. The Owner will furnish copies of the Special Provisions and Plans. The Contraet:+r shr.11 maintain a complete set of Strndard Specifications, Special Provisions and Plans at the job site and shall make them available to the Engineer at all times. 10.02 - WORK DURING AN EMERGENCY The Contractor shall perform any work and shall furnish and install any materials an equipment necessary during an emergency endangering life or property. In all cases, he shall notify the Engineer of the emergency as soon as practicable, but he shall not wait for instructions before proceeding to properly protect life and property. 10.03 - FIELD UWMES Any alterations or variances from the plans, except minor adjustments in the field to near existing conditions shall be requested in writing and may not be instituted until approved by the City Engineer or his representatives acting specifically upon his instructions. In the event �,• of dieagree:ient of the necessity of such changes, the Engineer's decision shall be final. All additional work th. : requires compensation to the Contractor for it^mn that prices are not included in the contract shall require a written change order before work may be done. 16 � 1 t 4 (.,. date. The coot of additional Inspection and supervision shall be an amou.:t l equal to actual salary cost, plus one hundred percent )0%) for overhead and + profit, and plus actual expenses. �„ + 11_CON.-LICTOR OP.CANIZATIOS, SUERL`ITENDENCE AND EQLIIPMEMr :he names of Superintendents authorized to act for the Contractor sahll be sub- mitted to the Engineer. SECTION 9 - MEASLROIE` AND PAY?LENT Payments to be made to the Contractor will be made in the u=ner outlined in Section 9 of the Standard Specifications. Payments shall be made 'n Cash Warrants. Partial payments on estimates may be withheld until a work progress + schedule as described in Section 6 01 of these. Special Provisions has been received and approved. .11 delivery tickets that are required for the purpose of calculating quantities for payment must be received by the E.ng;.neer at the Lime of delivery. No payment will be made on rickets turned in after date of delivery of materiai. Scale certification cahll be sumitted as early in the project as �osslbl.e. Each weight station shall maintain a record of the truck number, time, dz:te and weight of all trucks providing material to the project. The weight list of all -.rucks providing material to the pro' -t. The we].ght list shall be maintained in duplicate with the one signed copy transmitced daily tolhe City by the scale attendant. In isolated cases where scale weight ie aot avialable, the inspector shall measure the truck volume and certify as to its full load delivery. 9.04 - PORCE ACCO' T Sectioa 9.C4 of the Srin.dird Specifications shall be modified as follow Delete the paragraph which begins, "The amount and cost of any such force account work shall be romputed by the Engineer. . ..." and isnert the 'ollowing paragraph: 15 t F:crIoN 8 - PROSECUTION AND PROGRESS 8.01 - PROGRESS OF WOFK Section 8.01 of the Standard Specifications shall he deleted and the following !' inserted: "Promptly after the award of the contract, the Contractor shall submit for approval to the Engineer, a progress schedule in the form of a bar diagram on a form furnished by the City. From this information, a progress schedule curve will be computed, plotted and a copy returned to the Contractor. Payment to the Contractor on aoy estimate may be withheld until such a schedule has been submitted and approved. r Should become evident at any time during construction that operations will or may fall behind the schedule of this first program, the Contractor shall upon request , promptly submit revised schedules in the same from as specified herein.; setting out operations, methods, and equipment added labor forces or working shifts, night work, etc., by which time lost will be made up, and confer with the Engineer until an approved modification of the orig nal schedules has been secured. Further, if at any time any portion of th_ accepted schedule is found to conflict with the contract rovisions, it shall, upon request, be revised by the Contractor and the work shall be performed in compliance with the contract provisions. Payments of any further estimates to the Contractor after such requ,st is made and until an approved modified schedule has been provided by the Contractor may be withheld. Execution of the work according to the accepted schedule of constr :tion, or approved modification thereof, Is hereby made ra obligation of the contract." 8.05 - TIKE FOR COMPLETION All work contemplated by the Contract shallbe completed within the time shown on the Pi .;.oral. 8.08 : ^UIDATED DAMAGES Liquidated damages for failure to execute th- contract as specified and in accordance with Section 8.08 of the Standard Specifications will be assessed as fol"ws: One Hundred dollars ($100.00 ) per calendar day plus cost of Inspection, supervision, legal expense and court costs incurred beyond said 14 er-: rComplaints on dust, mud or unsafe practices and!or property damage to privet2 ownership will be transmitted to the Contractor and prompt action in correcting r i will be required. Written notice of correction of complain[ Stems will be called for should repetitive complaints be received by the Onwer" All costs involved in the Maintenance of Traffic as specified in 7. 15 and the subsections thereof shall be considered Incidental to other costs of work involved and no further compensation will be made. 7.16 - TRAFFIC CONTROL WITHIN AND 10,TTING THE PROJECT Sectioa 7.16 of the Standard Specifications shallbe nodified as .o ll ows: "The Contractor shall furnish, place and maintain all necessary signs, tarricades and warnl.ig lights. Barricades shail Je reflectr.rized as specified in Part V of the Manual on Uniform Traffic Control Devices for streets and Highways. Barricades shall also be equipped with flashera." r 7.17 - TRAFFIC rn:dTROL SIGNS Section 7.17 of Standard Specifications shall be modified as follows: "The Contractor shall furnish all traffic control signs. The Contractor shall furnish and install a Project Identification Sign on each end of the project one (1) weelt in advance of construction. The sign shall conform to the Specifications as per attached sheet. rbe Contractor shall furnish and install construction signs which conform to current City of Renton Sign No. T-38 "CAUTION, CONSTRUCTION AHEAD," 24"x24" diamond, black letteving on yellow background. One (1) sign of the type men- tioned above will be posted at each street entering onto the project site. All Construction and detour signing shall confonu to Part V "Traffic Controls for Highway Construction and Maintenance Operations" of the Manuaa of Uniform Traffic Control Devices. The cost of furnishing and placing all traffic control, construction and iden- tification signs shall be considered as incidental to the Project and no further compensation will be made. 13 1 w ti 7.15B - STREET CLOSURES OR PARTIAL CLOSURES Two way traffic will be maintained as directed by the Engineer. when it is necessary to limit through traffic movement to any degree, the Contractor shall provide all flagmen, warning signs and barricades as required by r- the Engineer and/or Owner. At the end of each working day, provistone for the safe passage of two-way traffic during non-working hour;, shall be made. It shall be the Contractor's t responsibility to provide all necessary warning signs, lights, barricades, etc., as specified in the Standard Specifications and emphas!.zed in Section 7.15, 7.15E and 7.16. 7.15D - EXISTING TRAFFIC SIGNS AND FACILITIES Section 7.15D of the Standard Specifications shall be modified to include the following: "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 Engineer for all changes made. when the work has been completed, and prior to said area being open to traffic, the Contrac- tor shall notify the Engineer, and obtain his approval of signing." 7.15I - FLAGNIE17 The Contractor shall furnish flagmen and all necessary warning signs for flagging op^rations as necessary to insure safe movement of traffic. 7.15H - DUST AND MUD CONTROL Section 7.15H of the Standard Specification shall be modified to include the following: "The Contractor shall be responsible for controlling dust and mud within ...a project limits and on any street which is utilized by his equipment for the duration of the project. The contractor shall be prepared to use watering �- trucks, power sweepers and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. 12 f r Copies of wage rate approvals will be furnished the awarding agency, and the Contractor (and the prime Contractor In the case of a Subcontractor) by the Industrial Statistician. r Each voucher claim submitted Dy a Contractor for payment on a project estimate shall state the prevailing wages have been paid in accordance with tl, prefiled Statement or Statements or Intent on file with the Department of / Labor and Industires as approved by the Industrial Statistician. Affidavits of Wages Paid (SF 9843) are to be filed with the Stite Treasurer, or the Treasurer of the county or municipal corporation or other officer or / person charged with the custody and disbursement of the state or corporate funda as the case may be and two (2� copies of each affidavit are to be filed with the Director of the Department of Lphnr and Industries, Attention: Industrial Relations Division, 1001 .ond Avenue, Seattle. Whenever practicable, affidavits pertaining to a particu] contrac- should be submitted as a package. 7.15 - P.AIYrENAVCE OF TRAFFIC The Contractor's attention is directed to all of the provisions of Section 7 o° the Standard Specifications, Legal Relation• and Responsibility to the Puolic, aid particularly to the sub-sections mentioned in the Special Provisions for emphasis and clarification. Traffic control and ntenance for the safety of the traveling puLlic on tM+ , project shall be th. sole responsibility of the Contractor with all methods end equipment used subject to the approzal of the Owner. All signs, bairicades, related equipment and their use must be In accordance with Part VI of the Manual on Uniform 7reffic Control Devices for Street and Highways as prepared by the National Joint Committee on Uniform Traffic Control Devices. 11 MIN 11 1 r �.. Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it is imperative that all Contractors familiarize themselves with the current wage rates before submitting bids based on these specifications. case any dispute arises as to what are the prevailing rates of wages for -_k of a si ilar nature and such dispute cari.ot be adjusted by the parties In interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State, and his decisions therein shall be final and conclusive and binding on all parties involved in the dispute as provided by RCW 39,12,0606 as amended. The Contractor, on or before the date of commencement of work, shall file a statement under oath with the Owner and with the ➢irector of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of laborers, workmen, or mechanics employed upon the work by the Contractor or subcontractor which shall be not less than the prevailing rate of wage. Such statement and any supplemental statements which may be necessary shall be filed in ac, ordance with the practices and procedures by the Department of Labor and industries. Prior to commen ing work, each Contractor and each and every subcontractor shall file a s.v-n Statement of Intent (SF 9882) with the Owner and with the Department of Labor and In_ustiren as to the prevailing wage rnte, ir- cluding fringe benefits, for .ch job classification to be utilized. The wage rates thus filed will be checked against the prevailing wage rates as determined by the Industrial Statistician of the Department of Labor and Industries. If the wage rates are correct, the !miustrial Statistician will issue an acknov- r ledgexent of approval to the Contractor and/or Subcontractor with a copy . to the awarding agency (Owner). If any incorrect wage rates arc included, » the Contractor and/or Subcontractor will be notified of the correct rates by the Industrial Statistician and approval will be withheld until a correct statement is received. 10 M, �- "The Contractor shall remedy and defects in the work or materials and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from th date of final acceptance of the work. The Owner will give notice of observed defects with reasonable promptness. Said de- facts shall include settlement of the backfill of trenches within existing street or driveway travelways and shoulders, and under and a ourd structures. All the provisions of this section of the Standard Specifications shall to- main in force. SECTION 6 - CONTROL OF MATERIALS 6.02 - SAMPLES AND TESTS This section of the Standard Specifications shall be modified to include the following: "Any materials whi h the Engineer has reason to believe will not meet ape- cificatfons will be tested. Tests performed on materials found to be in accordance with the specifications will be borne by the Owner. Tests per- formed on materials which fail to meet specifications shall be paid for by the Conttactor." SECTION 7 - LEGAL RELATIONS A: ASPONSIBILITY TO THE PUBLIC 7.07 - LEGAL WAGES ON PUBLIC WORKS The requirements of the Standrd Specifications as modified in the following shall apply: The prevailing rate of wages to be paid to all workmen, laborers or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the department of Labor and Industries and the schedule of prevafli.ng wage rates for the locality or lo, alities where this contract will be performed as decd.mined by the Industrial Statistician of the Department of Labor and Industiies, are by reference made part of this contract as though fully set forth herein. 9 �.` SECTION 5 - CONTROL OF WORK 5.05 NOTIFICATIONS RELATIVE. TO CONTRACTOR'S ACTIVITIES - The Contractor shall notify the Renton Chief of Police and the Chief of the Renton Fire Department of his operation. f 5.06 - PROTECTION OF LL:E AND GRADE STAKES Section 5.06 of the Standard Specifications shall be amended by the addition of the following sentence: The Contractor shall notify the Engineer a minimum of forty eight (48) hours in advance of the need of surveys". 5.08 - MOVING OF PUBLIC AND PRIVATE UTILITIES The Contractor shall conform to Section 5.08 of Standard Specifications in regard to moving or adjustment of public and private utilites. The Contractor shall notify the interested public and private utility in ample time to make necessary adjustments. 5.09 - PROTECTION OF PUBLIC AND PRIVATE UTILITIES The Contractor shall conform to Section 5.09 of Standard Specifications in regard to protection of public and private utilities. 5.10 - DAMAGE TO EXISTING I`iPROVEC:ENTS AND UTILITIES Location and dimensions shown on the plans for existing under-roun'! facilities are in accordance with the best available information without uncovering and measuring. The Owner does not guarantee the size and location of existing facilities. ' Section 5.10 shall be modified to include the following: It shall be the Contractor's responsibility to contact the GAS CO@0'AtiY, POWER COHPANY, TELE- PHONE COMPANY. RENTON WATER DEPARTy_ST and all other private utility compan- i lea for exact locations of their respective underground utilities. 5.12 - MAINTENMNCE OF WORK This section of the Standard Specifications shall be modified to include the following: 8 �,Ni r SECTION 4 - SCOPE OF WORK _ 4.03 - PiCREASE OR. DECREASE OF woRK - Section 4.03 shall be modified as follows: r- Paragraph 1, add the following: "The compensation tc be allowed for the increase or decrease of 25 per cent of the work of a major item shall be concerned only with that portion in excess of 25 per cent." t Paragraph 2, fourth line, change "for which amounts to 5% or more of the total contract...." to read as follows: "For which amounts to 10% or more of the total contract....". c_ 4.06 - WASTE SITES - The Contractor shall conform to Section 4.06 of Standard Specifications in regard to waste sites. The Contractor shall have the responsibility of obtaining his own waste site. All work included in this section shall be considered to be incidental to other items cf work and no further compensation will be made. The route taken to the waste site shall be maintained solely by the Contractor in a manner as described below: Tt.e 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 los' spoils along the route. Prompt restoration of the route is mandatory. 4.07 - SALVAGE - All salvage material as noted on the Plana and taken f.om any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City yard. Any cost incurred insalvagir.g and delivering such items shall be considered incidental to the project and no compensation will be made. 7 } Section 2 - PROPOS..L R£CCI?.EY.E`:TS AND CONDITIONS I 2.13 - PROPOSAL GUARANTEE - This section is modified to include the following paragraph: "Bonds shall be furnished by a company authorized to do business ' in the State of Washington". SECTION 3 - AIdARD A.%T EYECL'TION OF CONTRACT ' 3.01 - AWARD OF CONTRACT - Section 3.01 of the Standard Specifications is modified to include the following: "Awarding of contract will be based on Iota: sum of al' schedules of prices. No partial bids will be accepted." 3.03 - EXECUr ION OF CONTRACT - This section is modified to include the following paragraphs: "The Contractor shall, at the tire of signing the contract, notify the Owner in writing of the names of all proposed subcontractors and material suppliers for the work. All subcontractors and suppliers are subject to the approval of the Owner. The Contractor agrees that he is fully respon- slbile to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them." "Nothing contained In the contract documents shx" imply any contractural relation between any subcontractor and the Owner." _ 3.07 - PUBLIC LIABILITY A.\D PROPERTY D.t IAGE INSURti:CE - Th.s section is modified as follows: The sentence beginning with "Bodily injury liability coverage... "shall be amended to r_ad, "Bodily injury liability coverage with limits of not leas than $200,C00 for bodily injury, including accidental death tc any one per- son, and subject to that limit for each person, in an amount of not less than $500,000 for each accident: and property damage coverage in an amount of not leas than $100,000 for each accident." 6 t r'rx SPECIAL PROVISIONS r DIVISION 1 - GENERAL REQUIREXENTS AND COVENP-7S The General Requirements and Covenants of this Contract shall be as specified (. in Division 1 of Standard Specificatioas for Municipal Public Works Construction, (1969 Edition) , except as modified and supplemented herein to apply to Division 1 through 7. Section and sub-section numbers used herein refer to corresponding numbers in the Standard Specifications. i SECTION 1 - DEFINITIONS AND TERMS 1.01 OWNER - The City of Renton, Washington, acting through its legally con- stituted officials, officers or employees. As referred to herein, the term "City" shall be interpreted to mean the "City of Renton, Washington", or 'Owner". 1.02 ENGINEER - The Engineer shall mean the City Engineer of the City of ^.enton, acting either directly or through his properly authorized assistants, including inspectors or such asoitants acting severally within the scope of the particular duties assigned to him. 1.08 PLANS - The official drawings will be known as south 4th Street, Street Improvement UAB Project No. 8-1-102(19). 1.12 CONTRACT - The words "all addenda" shall be added to the list Of documencs in paragraph 1, sentence 2. State Sales Taxes are not to be included with the prices bid nor will they be included in the stipulated contract amounts. In addition to amuunts earned under the Contract, the Owner gill compensate the Contractor for all legally paid State Sales Taxes on water arl sewer work. Street work is a part of the construction of a public road improvrmer.c as defined in Rule 171, issued by the Sxcise Tar. Division of the Tax Commission of the State of Washington and the Owner is exempt from the payment of sales tax on all items. 1.21 "06 £'QUAL" PROVIS70:$ - With reference to Section 1-21 of She Standard Specifications, note that the responsibilit; for furnishing necessary evidence, demonstrations, or other information rejuired to obtain the approval of the .- Engineer for alternate materials or processes shall lie entirely with the Contractor. 1 14 PROCUREMENT OF STANDARD SPECIFICATIONS t~ Copies of the Standard Specifications may be obtained at one of the following places, listed in order of preference: _ (a) City Engineer of Clerk's office in City in whici your place of business is located. r (b) City Engineer or Clerk's office in City in which project is located. (c) The Assoication of Washington Cities, office of Executive Secretary 3935 University Way Northeast, Seattle, Washington 98105. 4 1 1 FIRE HYDRANTS MAIN EXTENSIONS ON IN MRSTATE 4405 tn7—IQ n iVs Vaabio/ton Stat• KiPhway Department April 4, 1973 PROISs Warren C. Goeeaaon Pape RO was 2048 Descriptions Tie—In Locations 70' Et. of Sta. 455,+10 ryatsm 123 Eatimetat Labor S 664.16 64uipmant 524.00 TivarLl 400 00 ■ Rubtetal 81,580.16 5.3% Sales Tea 94.17 Totals b1,672.33 Very truly Pours, Warren C. Gon+.aeon, P.E. Public Works Diractor loser s A { TO: Meebtaston Mete Hiptwav Dsportmact April 4, 1973 III Ms Warren C. r.Rsaaeoa tape 7 tD Mo. 20" Descriptions Tis-In 1.ocstiaas mo park Rom Rontoo, %A 15, Rt. 463+50 systev 013 ReJ ostot labor S 664.16 Renipsrnt 524.00 material 1144662, " Subtotal $7;658!60 5.32 Sales Tax 141,91. Totalt 62,792.51 89 No. 2045 "t Tie-In Lecationt 105' Rt. Ste. 276400 Svot*m /14 Estimates labor S 331.68 tquipaent 227.56 tanrlal ,�$75 66,/, subtotal 81,43a.88 5.31 Salon Tax 76,05 Totals $1,510.93 Sr 11o. 2046 Descriptions Tie-to Lotattent 75' Rt. ate. 304490 Srotoo 116 istiwata Let^r ! 331.68 Eauipssnt 227.56 Yitar"I 02 Subtotal n76 jv 5.32 Sales Tex 71,35 Totals $1.417.61 s0 Mo. 2047 Typos Tie-In locations 1400 .lone Ave. P. 1. STatew /18 Gttz_cot squipnant $ 98.00 Installation .�102 0000 Subtotal S 200!00 5.3% Sales Tax 10.60 Totals $210.60 t f' Anril 4, 1973 Vashington State Rilfhwq Department Office of the District Utilities Mopinner District Mn. 7 10637 R. M. Sth Street Mliawe, VA 98004 Attentiont Mr. H, J. Samenatk District Utilitiea upineer Sub3ectt CS 17" SR 405 Tukwila to ractorts Fire protection L-4275 City of Renton SU 2043, 2047 o7est lemon t In answer to Your letter of Harsh 7, 1973, the City of Renton a n eas to rrovide water source for Fire Control service at the eubleet oroject location for the following estiswtad east[ SU So, 2041 Cascrlrttont T1e-In Locationt 1400 r. V. Crady Vq Renton, VA System f3 Estimate[ Material $227.09 fquipmant 98.00 Installation 4.02. .00 Subtotal 5.32 681e0 Tax 12.64 Tetalt S449.73 SO fe. 2047 TYret Tle-in Locstionl 200 1. V. 13tb St, Renton, VA System 06 Retlsate[ Mquipernt 6 98.00 Insfallntien 102 00 9abtotal Tft.* $.31: Bales T47 10,60 Total[ $210.60 4 April 4. 1973 L. i. Roberts Di•triLt Z State iffiw•7 Co Ai••ion Wash.inR Dt•trict 7 10506 R. L. 4th9St0«t eellewa. WA Attentions Mr, W. 3, SeweOoek CS 174303 SR 405 gwblacet kwjL to Pactori4215 pare Protection 2043. 2047 City of Penton D"T Mr. Robert•f • and eons ere Cic7 0} Rentoa Material Spetiflcotion water *Rine Attached herewith t resat that will be turned .installation �specificatiooa that should be adhered to on all eotstrwcted in City 0iO4+t•-of'Wa9 end µaewen Oyer to the City for *aintanance. very truly 7ourr♦ Warren C. Cosnaac�• p'L' public Works Director Polap Attse»nts 1 t Aprti 4, 1973 • Mr. E. i. Roberts Di:tract Lngineer Washington Stitr Highway Commission District 7 10506 M.E. 4th Street Bellevue, Washington 98004 Attention: Mr. H. J. Semenock Subject: CS 174303 SR 405 Tukwila to Factoria Fire Protection L-4275 City of Renton SU 2043, 2047 Dear 14-. Roberts: Transnitted herewith are two permits, # 1203 and 1204, for street excavdtlon on the atwve noted project. All codes of the permits should be executed where checked in red and returned to this office, along with a check for the permit fees ds noted. The original will be returned to you after execution by the Public Works Director. We will also need a $1.000 Work Performance Bond on file in our office before we can reler•e the permits. Please contact your bonding agent regarding this. If you have any questions, please contact this office. Very truly yuurs, Warren C. Gonnason, P.E. Public Works Director en Encl. r s :Sty of Renton March 7, 1973 Page No. 2 If you finl the full amount of the wurk outlined horein to Le acceptable and will perforr. the work, the Oc7arbrant will eorsidor lour response, Laarini a duly authorized sig:ratpre, to to an offer to perforr: the servlco. Your response s..uuld :o restrS^Cod to a disc>sslon or the services raq::ested. Via Oepartr..e..t will review V: c V ;.osol ur.d, if acceptable, it will be executod forrally b•; the State, and you will Le nuti;ied retarding acceptance of your offer and a copy of the document will "o returned for your recorCs. 4' 1f youravo airy quastSons, or require additional inferr:atio.:, please contact AI An arson at GL 5=2�VO4, Extension 245, U' Vury truly yours, E. 1, n02ERTS .. District Enyi000r if 1ALA:esd � pttacti. !� 11. J. SEME%OCK District Utilities EnySnoer 't li y z ; STATE OF WASHiNGTON OANICL J. [VANS, covcwwow ,J< WASHINGTON h•rch 7, 1973 STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS ornet ov omw¢v •waiw.ew GiCy e' O.O:ICOn wu..wvo v tir, Warren Connason ,_-•,^„^•••••,,••. ?uL i Ic Wor%s Director •uan u.. ...,,.... .«.. ■ CSty Nail-2J4 Kiil Ave. So. CS 1i44 $k 1:0; Renton, Y:ashln,ton 9i,055 Tukwila v) Factorls Fira Protection L-1.2>5 Gantleron• Cit;• of Renton SU 202s0, 2042 thru 2046 TFa -epzrt:ront of Hl�hways Is plannin the installation of a fire control system C Z-0 Sobjeot project, for which eonneetlons to the City waterlines will he neccssr.ry for services to the hyGr.ints. Please provide a cost estimate for providin , taps, inspection, and connection charges at the %ollowlnj locations: l:—*�qL Description LocsUon SU 2040 Tap to existir IL00 S. W. Grady Way, Ren•.on 1 (1011) waterline Syste.n No. 5 USU 2042 Tay to existing 209 S. W. 13th St., Renton (20) waterline System No. 6 SU 2JIA Tap to exlstin-, 1500 Park Road. Renton System No. 13 (2r01) waterline 15' Rt. Wi3+50 D SU 2045 Tap to oJlistin, 105' At. Ste. 27:+00 Syster no. 14 (16") waterline SU 2044 Tap to existing (14") 751 At. Sta. 3C4+'J System No. 16 SU 2047 Tap to existing R /7 waterline 1103 Jonas Avo, N.E. Syston No. 1-C SU NO Tap to oxistin; 70' At. of Sts. 'a,,,+50 Systwn N3. 23 waterline Tina proposed taps and hydrant installatlors have Leon the sutject of previous discussions. Please reply Lsing • letter fora sinilar to t:m attachsd sa .ple and refarriny to the cost estimate only. Any other Items for discussion should be a separate letter. 47• TO: Washington State Highway Dapartment April 4, 1971 FRO::: Warren C. Gonnason Page 3 SU No: 2048 Descriptions Tie—In Locations 7^' Rt. of boa. 435+50 System 023 Eatimata: Laoor $ 664.16 Eq iipment 524.00 ::ate rial 400.00 Subtotal 41,588.16 5.3X Bales Tax 84.17 Totals $1,672.33 Very yttruly yours, Warren C. Gossnason, P.E. Public Works Director EOsap ov d as to tort APPROV AN o c r1 r c ,MAY _419T_3, _SaiBtant Attorney Geneili Assistant Director for Highway Development i i :0: Washington State Highway Department April 4, 1973 PROM: Warrer C. Connason . Page 2 SU No. 20" Description: Tie-In Location: 1500 Park Road Renton, WA 15' Rt. 463+50 System #13 Estimate: Labor $ 664.16 Equipment 524.00 Material 1,462.44 Subtotal $2.650.60 5.32 Sales Tax 141.91 Total: $2,792.51 SU No. 2045 Type: Tie-In Location: 105' Rt. Sta. :76+00 System 014 Estimate: Labor $ 331.08 Equipment 227.56 Material 875.64 Subtotal $17-34.88 5.3% Sales Tax 76.05 Total: $1,510.93 SU Na. 2046 Description: Tie-In Location: 75' Rt. Sta. 304+90 System $16 Estimate: Labor $ 331.68 Equipment 227.56 Material 787.02 Subtotal 1,346_.2T 5.3% Sales Tax 71.35 Total: $1,417.61 SU No. 2047 Type: Tie-In Location: 1400 Jones Ave. N. E. System i18 Estimate: Equipment $ 98.00 Installation 102.00 Subtotal $ 200.00 5.3% Sales Tax 10.60 Total. $210.60 F' Z TfMi CITY OF RENT( �N 7qf MUNICIPAL BUILDING 26O MILL AVE.SO. RENTON,WASN.99055 AVERY GARRETT,MAYOR a DEFARTMEI T OF ENGINEERING P �P �,p,TFO SE 7SE�9 Y April 4, 1973 IS Washington State Highway Department Office of the District Utilities Engineer District No. 7 10637 N. E. 8th Street Bellevue, WA 98004 Attention: Mr. H. J. Semenock District dtilities Engineer Subject: CS 1744 SR 405 Tukwila to Factoria Fire Protection L-4275 City of Renton SU 2043, 2047 Gentleman: In answer to your letter of March 7, 1973, the City of Banton agrees to provide water source for Fire Control service at the sub3a^t project location for the folltoing estimated cost: SU No. 2041 Description: Tie-In Location: 1400 S. W. Grady Way Renton, WA System Y5 Estimate: Material $227.09 Equipment 93.00 Installation 102.00 Subtotal 427.09 5.3% Sales Tax 22.64 Total $.,,49.73 SU No. 2042 Typo Tie-In Iocatfon: 200 S. W. lath St. Renton, WA b. System /6 Q. Estimatt : Equipment $ 98.00 Installation 102.00 Subtotal 200. 0 5.3% Sales Tax 10.6C Total: $210.60 s it y : i i CCC�C ,c r�u x r STATE Of WASHINGTON nwNt[l L [v.N[, eova.wo. �' I �f it ,Ines �d"i WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS ornc[or outw,ct[won.a[w ' mvnn we ma..w a nx aom i a.11aYVa -.•Mleetol,.aoe. i May 17, 1973 e Citv of Renton ' Mr. Warren Gonnason Public Works Director City Hall 200 Mill Ave. So. Rentci, Washington 98055 y cS 174303 SRh05 Tukwila to Factoria Fire Protection L-4275 City of Renton SU 2043, 2047 Gentlemen: Transmitted her=with are the City of Renton permits, numbers 1203 and 1204. Also, consideration fee in the amounts of $7.00 and $25.00, warrant numbers 8-419019 and 8-419G18, respectively, in regards to the subject Contract, as per your request of April 4, 19n. Our State Project Engineer is Mr. Edgars A. Klepers, address - 3104 - 124th S.E., Bellevue, Washington 98005, phone - 455-7142. Mr. Kleperrs office is responsible for the construction o,' the fire control system on - SR 405. Please direct your questions regarding the construction, location and installation to his office. Your office will be ,,Gtified when on-site construction is anticipates' by Staters contractor. Very truly yours, ALA:esd E. 1. ROBERTS Attach. District Engineer cc: Mr. Klepers t L+NrsGs..ia�� utilities J. SEMUtili p Istrlct Utilities Engineer 1 fr a{ �a 7 City of Renton ''arch i. 1973 Paco tie. 2 i" you. fin:: the foil arwont of thn wt,r:< outlined herci.f to :c acceptable and will rrl'or!". the work, the Dogartrent wits consider your respc so, 'xarin, a duly cutYorixCe sl�natnrc, to l-,a an oirfor to per orr:, the servleo. Yaur responso s::ould .. a rcNtri ern' to a dlsa:sslon of the service$ rcq!:asted. Tho Dopartr.:a, t will review C c p• d(1sai and, 1^ acceptable, It will be executed forcally by the State, and you ■ .ail' '.n .•.utiried regarding acceptance of your offer and a cony of the docuriant will o returned for your records. I a'lf you ta,a any questions, or rcgjire additional Infor,.ation, please contact I� Al Andorson at CL 5-ICO-4, Extension 24:. Vary truly yours, y E. 1, iiOCcRTS District Enyi,roer :�ALAtesd �i tAtta:h. 'JJ 11. J. �EMVIDCK District Utilities Enyl:war J lnf ,4 ! U '. fi r, STATE OF WASHINGTON OANI[L J. LVANU. aovanwoe WASHINGTON "arch 7, 1973 STATE HIGHWAY COMMISSION DEPARTMENT OF HIGhWAYS ornca or It"Mas, City of Ronton Mr. K•arre.' Gonnasnn • ^^^• Pub i i c Harks Di rector City hall-2JU hi li Ave. So. CS 1-144 SR tAj. Renton, IVshin,ton 9i+05S Tukwila to Factoria A Fira ProtactiDO L-1.275 Gentlemen: City of Ronton SU 70/:0, 2042 thru 20LZ T're Dapirtrent of Hi^hways is plannlnc the Installation of a fire control system c t:.e subject project, for which connectlons to the City waterlines will be CCt3•.ary for services to the Stators hydrants. Please provide a cost astinate for provldln , taps. Inspection, and connection charges at the following locations: 11--er Description Locntion o SU 2040 Tap to existin: 1!;00 S. H. G•ady :day, Renton (101I) waterline Syste.n No. 5 SU 2042 Tap .o existinc 7n9 S. H. 13th St., Renton (?I) waterline System No. G a SU 2"44 Tap to existin_, 1500 Park Road. Renton System No. 13 (2101) waterline 15' At. 463i50 SU 2945 Top to oxistln; 105' At. Sta. 27:40o Systo- No. 14 P (ISII) waterilna SU 204 Tap to existin] (1109 75' At. Sta. 3044-)0 Sys;on No. IG Su 2047 Tap to existing waterline 1100 Jones Ave. N.E. System tio. IS SU 2341 Tap to oxistln; 70' Rt. of Ste. I+;ati.10 System No. 23 waterline TI,e proposed taps and hydrant Installations have been the subject of previous discussions. P!oase reply using a letter form similar to the attachsd sample and referrin5 to the cost estimate only. Any other Items for discussion should be a separate letter. � 1 T i c A-A-1 (5) I.ITRODUCTION A-A-2 (8) AMENDMENTS TO THE STANDARD SPECIFICATIONS A-E-4 (11) SECTION 1-03, AWARD AND EXECUTION OF CONTRACT (November 9, 1972) A-E-2 (8) SECTION 1-06, CONTROL OF MATERIAL (September 20, 1972) A-EE-10 (1.3) SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES (September 20, 1972) k- A-A-3 (38) A-A-4 (36) w A-A-5 (33) A-A-6 (3Q) A-A-' (46) A-A-8 (32) . aW A-A-9 (42) A-A-10 (39) A-8-1 (36) - A-B-2 (30) � - A-EE-11 (24j A-8-3 (40) SECTION 3-03, SITE RECLAMATION (June 21. 1971) A-B-4 (35) A-B-5 (4;) A-C-10 (13) SECTION 5-04, ASPHALT CONCRETE PAVEMENT (November 28, 19721 A-E-1 (10) SECTION 9-08, PAINTS (August 9, 1972) t SR 405 TUKWILA TO FACTORIA - FIRE PROTECTION CS 174303, 114400 L-4275 Installation of fire protection systerm, access gates and hydrant marker signs AS RECEIVED FROM OFFICE PREPARINIG PLANS DATE BELLEVUE, WASHINGTON FEBRUARY 1973 f City of Renton March 7, 1973 Page No, 2 If you find the full amount of the work outlined herein to be acceptable and will perform the work, the Department will consider your response, bearing a duly ( - ■ authorized signature, to be an offer to perform the service, your response should i{be restricted to a discussion of the services requested. The Department will review the proposal and, if acceptatle, it will be executed formally by the State, and you will be notified regarding acceptance of your offer and a copy of the document will be return' +ter ,•,ur records. i If you have any questions, or requ're additional information, please contact AI Anderson at GL 5-2804, Extension 246. Very truly yours, E. I. ROBERTS ALA:esd District Engineer Attach. J�J. EMMSEOCKstrict U[iii ties Engineer 'i 4 +N i S rP .NlASUWGTON STATE HIGHWAY COMMISSION Daniel l Evans fuverro G.If.Andrtwvs-Dirertu: OfPARfMEN1 Of Wit.H%VAYi Off-Cs of UlwtP.ct EnprrNs District 7 10506 N.E. 4th Street Bellevue.Weshlnwton 56004 March 7, 1973 City of Renton Mr. War-en GOnnason • Public Works Director- City Hall-200 Mill Ave. So. CS 1744 SR 405 Renton, Washi. gt,n 9805; Tukwila to Factoria Fire Protection L-4275 rfrr .?q s Gontlemen� City of Renton SU 2040, 2042 thru 2048 The Department of Highways is planning the installation of a fire control system on the subject project, for which connections .o the City water'ines will be necessary for services to the Staters hydrants. Please provide a cost estimate for providing taps, inspection, and connection charges at the following locations; Number Description Location SU 2040 Tap to existing 1400 S. W. Grady Way, Renton 1 (10") .waterline System No. 5 SU 2042 Tap to existing 200 S. W. 13th St., Renton (611) waterline System No, 6 SU 2044 Tap to existing 1500 Park Road, Renton System do. 13 (2411) waterline 151 Rt. 463+50 SU 2045 Tap to existing 1051 Rt. Sta. 276+00 System No. 14 (1611) waterline SU 2046 Tap to existing (14") 751 Rt. Sta. 304+90 System No. 16 SU 2047 Tap to existing waterline 1400 Jones Ave. N.E. System No. 18 SU 2048 Tap to existing 708 Rt, of Sta. 455+50 System No. 23 waterline The proposed taps and hydrant installations have been the subject of previous discussions. Please reply using a letter form similar to the attached sample and referring to the cost estimate only. Any other items for discussic.) should be a separate letter. ti ) r a' City of Renton March 8, 1973 Page No. 2 Scope of work; To construct an 8" 0.$.W.P. waterline beginning at the intersection of Jones Ave. N.E. and N.E. 14th St., at a point near the northerly margin of N.E. 14th St., thence in a southerly direction on the easterly side 4 .. of Jones Ave. N.E. for a distance of approximately 470 ft., thence in a southwesterly direction for -, approximately 30 feet to the State's right of way of SR 405 in Government Lot 1, Section S. Township 23N, ; Range 5E, W.M., in King County, Washington. Very truly yours, E. I. ROBERTS District Engineer ALA:esd Attach. H. J. SEMENOCK District Utilities Engineer t IiIG-HWAY COMMISSION Daniel ). Evans-Governor % w "sl uysa• 4.1I-Andrews•Uire rtor 2c . office of 0r5t,ct Engineer District 7 Qr 10506 N.E. nth Street Bellevue.Washington 96004 March 8, 1973 9AIt ��lr # City of Renton k Mr. Warren Gonnason "h ; a�2 ,vcv+' ,x: Public Works Director " s n> City Hall 200 Mill Ave, So. ' max•='�i4 Renton, Washington 98055 r CS 174303 SR 405 Tukwila to Factoria Fire Protection L-4275 _ City of Renton SU 2043, 2047 o . Gentlemen: Transmitted herewith is one set of plan sheets No, 13 and 14 of 24 sheets, plus , a vicinity nap, on the subject project, - - e, J Please provide this office with the necessary permit applications for the following locations: 1. SU 2043 System No. II - Location: 400 Main Ave. $o. Type: A permanent dry fire control system Scope of work: To construct, operate and maintain a 6" D.I.W.P. within the right of way of South 3rd St. Beginning at the easterly right of way limits of Main Ave. So. and the intersection of So. 3rd St., at a point near the south right of way of South 3rd St., thence in an easterly direction 70+ to the Staters right of way line of SR 405, in the NW 1/4 of the SW 1/4 of Section 17, Township 23N, Range 5E, W.M., King County, Washington. t. 2. SU 2047 System No. 18 Location: 1400 Jones Ave. N. E. - :• Type: A permanent B" D.I.W.P, waterline; that portion of waterline remaining outside the Staters right of way will be transferred to the City of Renton after construction and acceptance. April 3, 1973 TO: Warren Gonnason FROM: Ron Olsen SUBJECT: CS 174303 SR 4U5 Tukwila to Factoris Fire Protection L-4275 City of Renton --------------------------------------------------------------------- Attached is a letter of right-of-entry for the State Highway to install a water main over an easement held by the City of Renton. Please execute on behalf of the City. f RO:sp Attachment Washington State Highway Department Office of .the DisLrici Utilities Engineer District No. 7 10637 N. E. 8th Street Bellevue, Washington 98004 Attention- Mr. H. J. Semenock District Utilities Engineer cs 1744 SA 405 TWkwila to Pactoria Fire ?rotection —V75 XI City of Renton SU 2040, 2042 thru 2048 Gentlemen: In answer to your letter of 'arch ? T">7? , the (da Le of letter. requesting estina:e) Sity of Renton , agrees to provide crater lovrce I r utility's name) type of service Are Control service at the suSjecz project location for the following estimated cost: Su No. ')escriotion Location Estimate Total Sue No. Type Location Estimate Total - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Leave 2" at the bottom of last page for highway Department stamps. t ^, L Dcparfm, nt of Nichways Date: Page Two The centerline of said 15 foot wide parcel being described as follows: Beginning at the Intersection of the centerlines of North 40th Street and Meadow Avenue North; thence south 88" 413' 58" east a distance of 12.5 feet to the true point of beginning of said parcel; thence north 1° 40' 47" east a distance of 218.26 feet; thence south 87` 30' 149" east a distance of 165.5 feet to the Hest- tcy" erly margin of FAl N405, flit- terninus of said parcel centerline. City of Renton t I, �. Public WoorJc�� Director RI+:c 11 4 sr-: n v: Department of Highways District No, 7 • 10506 N.F. 4th Street Bellevue, k'ashington 98004 RE: SR 405, Tukwila to Factoria Fire Control CS 1744 L-4275 System No, 21 Gentlemen; Acting on behalf of the City of Renton, 1, the undersigned, hereby aeree to allow the State of Washington and/or its agents or contractors, tnoether with the nvc- \7 r essary machinery, to enter and occupy the following described iands for the pur- pose of installinn a waterline for your Fire Control System No, 21, It is understood that all earth materials excavated will be replaced to restore said lands to their existing gradient and utility, It is further understood that the State of "shinoton shall exercise the riohts at their own risk, and shall hold the City of Renton free and harnless from and against any and all loss, costs, damages, claims, actions and liability on ac- count of the death of or injury to any person or persons or the damages to or destruction of any prone rty, arising from or growing out of the exercise of the ri9h-s herein granted. This permission as granted above will terminate 120 days after date of this letter. Described as a parcel of land 15 feet in width over the following described property: Beginning on the east line of Government Lot I In Section 32, Township 24 North, Range 5 East; W,M„ at a point 993.80 feet south of the northeast corner thereof; 6yt thence south It 42' 13" west along said east Iine a distance of 340,55 feet , v the southeast corner of said Government Lot 1 ; thence North 88° 49' 58" west a -`-+`, distance of 641,35 feet; thence north 1' I1 ' 02" east a distance of 340,55 feet; thence south 88° 48' 55" east a distance of 644,44 feet to a point of beginning; LESS that portion lying south of a line beginning If feet north of the southeast corner of the above described Tract; thence Hest 559 feet, more or less, to a "s point 13 feet North of the South line thereof; thence Vest 82 feet, more or less, to a point 11 feet North of the southwest corner of said Tract; LESS State Hich- way; LESS Streets, A a �w 4 It; .455 W .._.._ . .._.. . _ - ..i4 --N i:44TH • $1�1'•_.-- NE 44TH- :-6Tf - ;;.;�'.:";� (,'ri't. lot I� '1�2.90 Acres Li a I / I / "b Vnn ALcdc Inc 4 �+ , Sl I2 � 2 a i P = I � I .li r �,r rr• I N. - .._ 40TH $T. z - a +. 0 i ' E3 -- -� - f0a 10$ i.o`"—a--- -- - . - 007 � 10�� z IIOix tm_ _—_—'due n° ad 104 103 -12 J w LLMA 4AKE� WA MINGTON, � .� t--- 102 I °^ a --- 4 N. 38TH h o:;. a $T, us - w hh I �.•r •yx— 1 I I f1 r t E � �7 hrlp a 3 12 2 r IIS I 4 12 I la i 1� ST J F' /1 I Dr{'`Ir t''C ni of Iii' r ...,y•. Uat ; Not: l wo The centerl in, of ,did IS (oat Nidr pdrerl brin0 desert bed d•: toil•.•:.'.: ' . Berinninr? r.t lhr Interr,cction of the centerlines of Ilorin h0th Strert Ord Mrd:ll" Avenue Earth• thence south Sr,` 41' S%' rust a. distance of I7,4 fret to the to+• , point of hr9irninq of said pnreei; thence north V It()' h1" vast a di•.tuncc of ., 218.75 feet; th..nee meth H7" 30, f+9" rest a dictvtre of IC ',i,5 fret if) the ' rst- S+, ■ erly r,,rnin of FAI 'f+05, tilt, terminus of .did parcel e+-ucrlin,•, laity of Renton py: L -- Public Nor1c4-Director DATE: r r r 1x. t s /-N 1 i I C:•partment of Min!rr.ays District r:o, 7 10106 M.E. 4th Street Bellevue, Washington Pr.- SR 40c, 11`0.%,il,, to F::ctoria Fire Contr-,i CS 171,:. L-4275 Systc.- Ito, 21 Cent Iemen. . 1 Mti np On behalf of time City of Rcntno. I, th,• un'r rsiancd, he rv ' y ao rrC to )I law `the State of lhshinetnn an.lhrr Its arenis or contractors, tocrthrr kith the noC- essary nachinery, the enter and occur,y t'1r follow;,,, de.cribrd tan,'• for th, ne pose of installinn a waterline for Our Fi rc Contra) Sys te•n r i It is understood that all corth m,ttrri..ris er.eavated will he re;:lar;d to restore said lends to their cxisting gradient and utility, It is further understood that the State of Y.'ashinc Lr,n shall exercise the ric'•t, at their orn risk, and shall Inld the City of Centon fret, and harnlrss from and against any and ail tors, casts, donares, claim!, actions and iiability on ac- count of the death of or injury to any persnn or persons or the damages to or destruction of any proacrty, orisin, from or growing not of the exercise of the rights herein granted, This permission as granted above will terminate 120 days after date of this letter, ! Described as a parcel c,J land 15 feet in width over the folia..tng described property: Beginning on the raft line of Covernm.ent Lot I in Section 32, Township 24 North, tut Range 5 East; t.',M., at a point oy3.80 feet south of the nartheast corner thereon; thence south I° AP 13" west alone said cast lino r. distance of 340,55 feet to the southeast cerncr of said Qovernm-rt Lot 1; thence ibrth CS* 4"' 52" o.est a distance of 641.35 fee t; thrnee north I° II ' 02" east a distance of 340.55 feet; thence south 83" 43, 55" east a distance of 644.44 feet to a point of beginning; LESS thet portion lying south of a line heoinnin9 11 feet north of the southeast corner of the above described Tract; thence Nest 55,J f,-et, rare or less, to a Point 13 fret North of the South line thereof; thence test 32 feet, mare or less, to a point II feet i:orth of the southwest corner of said Tract; LESS State Hirh- way; LESS Streets. r i r Water pipe shall be cleaned by the Contractor of all contaminat- ing dirt and other fo-eign materials therein without damage to the pro- tective coating immeduately before being laid and shall be kept clean during laying and joining operations. Payment The unit price per foot for "Ductile Iron W; .er Pipe Inch Di- ameter" shall be full compensation for all tabor, material and equip- n,znt necessary to do the work, Including fittings as required. THRUST BLOCKS Where shown on the plans, cr directed by the Engineer, the Contractor shall place thrust blocks. All blocks shall be poured against undisturbed soil and be made of Concrete Class C in accordance with the standard specl- flcations. All thrust blocks, shall be Installed to the satisfaction of the Engineer. Payment Payment for all labor, materials, tools and equipment necessary or Incidental to the construction of the -ompleted thrust blocks, in- cluding tie rods, structure excavation and backfilling shall be incl- dental to other items. VALVE CHAMBERS Where shown on the plans, or directed by the Engineer, the Contractor shall Install a concrete valve chamber �,Ith ring and cover. 04 Specifications Ductile Iron water pipe shall be centrifugsliy cast In nominal 18 foot lengths to conform ro ASA standard specifications A 21.51 (AW.1A C 151-65) . The pipe shall be of class 2 series unless grooved ■ or threaded to accept restrained type joints, then class 3 series sha) l be used. All pipe shall be coated inr:de with seal coated ce- ment of 1/16 Inch minimum thickness In accordance with ASA A21.4 (AWWA C 104). Noes shall be of black finish with an outside coat- ing of either coat tar or asphalt base to conform with standard spe- cifications ASA A 21.51 . All joints and fittings shall be either mechanical or iiqllilhsilsswa i cept where restrained joints and fittings are noted on the plans. Re- strained joints and fittings shall oe either "holding spoui"1 .echar,I- cal , 10■Wr1ogen or flanged. All fittings shall have a minimum "wet system" cold water working pressure of 150 psi and a "dry system" cold water working pressure of 250 psi. Handling of Water Pipe Water pipe shall be handled In a manner to prevent damage to the pipe or its protective coating and lining. Accidental damage to the pipe or Its coating or lining shall be repaired to the original re- quirements. When, In the opinion of the Engineer, the resu.ratlon to original requirements is not possible or practical , the pipe shall be rejected and immediately removed from the project at the Contractor's expense. r 1 Payment The unit price per foot for "Schedule 40 Steel Pipe 4 inch Diameter" shall be full compensation for all labor, tools, materials and equipment ■ necessary for Installation, Including fittings' as required. Payment for "Schedule 40 Steel Pipe 2} Inch" shall be incidental to "Bridge Outlets Type 1". fA LVANQED PIPE 1 INCH DIAMETER Where shaven on the plans, or directed by the Engineer, the Contractor shall install galvanized pipe 1 inch diameter. All galvanized pipe i inch diameter, pipe connections and fittings shall have a minimum "dry system" cold water working pressure of 250 psi,. All connections shall be threaded. It shall be the Contractor's responsibility to field check all pipe, fittings and related hardware to insure proper in- stai!ation. Payment The unit price per linear foot for "Galvanized Pipe I Inch Diameter" shall oe full compensation for all labor, materials and equipment neces- sary for installation, including fittings as required. DUCTILE IRON WATER PIPE INCH DIAMETER Where shown on the plans, or directed by the Engineer, the Contractor shall install Ductile Iron Water Pipe 4, 6, 8 and 12 inch Diameter. or workmanship appear during these tests, the Contractor shall correct such defects to obtain a satisfactory test. All gate valves shall be painted as specified elsewhere in these special provisions. ■ Payment The unit price per each for "Gate Valve ` Inch Diameter" shall be full compensation for all tools, labor, equipment and materials ne- cessary to furnish and install the valves complete in place in the water main, including jointing, painting and hydrostatic testing. This does not Include valves shown as part of "Double Check Valve Backflow Prevention Assembly". SCHEDULE 4o STEEL PIPE INCH DIAMETER Where shown on the plans, and/or u„ected by the Engineer, the Contrac- tor shall install Schedule 40 Steel Pipe 4 inch and 2} inch Inside diameter. The above Iisted pipe shall conform to ASTM A53 Butt Welded, Standard Schedule 40. Connections shall be victaulic or screwec as shown on the plans. Finish shall be black and the pipe shall be galvanized and painted as specified elsewhere in these special provisir ;. All Schedule 40 Steel Pipe, pipe connections end fittings shall have a minimum "dry system" cold water working pressure of 250 psi. It shall be the Contractor's responsibility to field check all pipe, fittings and re- lated hardware to Insure proper Installation. I . 4 1#6 + i working pressure of 150 psi and a minimum "dry system" working pressure of 250 psi. All materials used in the manufacturing of waterworks gate valves shall conform to the AW,IA standard designed for each material listed. They shall be iron bodied, bronze mounted, non-rising stems, ■ parallel-faced double disc valves with bronze wedging device between ■ discs. Gate valves shall be equipped with a 2 inch square operating nut or handwheel , a• shown in the plans, or where directed by the En- gineer. All gate valves shall be of the type produced by the following named manufacture�s� Rennx&&&&O, Stockham, Ludlow. Iowa, M&H Darling, Crane, Pacific States, RP&C Mueller, Kennedyfior an approved equal. ` Type and Mountino The valve bodies shall be mounted with approved norcorrosive metals. All wearing surfaces shall be bronze or other approved non- corrosive material and there shall be no moving, bearing or contact surfaces of Iron or in contact with Iron. Contact surfaces shall be machined and finished in the best workmanlike manner, and all wearing surfaces shall be easily renewable. The stem shall be of high tensile strength bronze or other approved non-corrosive metal . All non-ferrous bushings shall be of substantial thickness, tightly fitted and pressed into n3chined seats. After Installation, all valves installed by the Contractor shall be subjected to field tests and should any defects In lesign, materials ( I r At System No. 4, the City of Renton will install 6 inch Ductile Iron water pipe under the Longacres access road and install a valve on the east side of the road. At Systems No. 6 and No. 18, the Contractor shall excavate and otherwise prepare the area for .he connection and notify the Renton City dater Department no less than 48 hours prior to when the area will be ready. The Contractor will be responsible for complete res- toration of the area on these two systems that fall within his juris- I' diction and the City of Renton will restore the area that is within • their jurisdiction. The Contractor shall not use or work on any City of Renton water line, valves, or other facility unless explicit approval is secured for each occasion. MEASUREMENT VERIFICATION It shall be the Contractor's responsibility to field check and/or verify all measurements, lengths, dimenslans, and locations for all items and features included in this contract. GATE VALVE INCH DIAMETER Gate valvesshall be placed in the water lines as shown on the plans or as directed by the Engineer. Section 9-15.6 of the standard specifica- tions shall be hereby deleted and the rollowing shall apply: The minimum requirements for all gate valves shall , in design, material and workmanship conform to the standards of the AWWA specl- flcatlons C500 61 . All gate valves shall have a minimum "wet system" a 1 I for all labor, equipment, and materials, Including extra excavation necessary to perform the work specified herein. The contractor shall not use or work m any City of Tukwila or Independent water Company water line, valve or other facility unless • • explicit approval is secured for each occasion. C04NECT TO EXISTING WATER MAINS (BY CONTRACTOR) Where designated on the plans at System 28 and System 29, the Contrac- tor shall connect onto the existing main. Ten days notice shall be given before work commences. payment - The unit contract price per each for "Connect to Existing Water Main" shall be full compensation for all labor, equipment, and materials necessary to perform the work specified herein, The Contractor shall not use or work on any water line, valve, or other facility of water District No. 68 or water District No. 107 un- less explicit approval is secured for each occasion. CONNECTION TO EXISTING MAINS (BY OTHERS) Where designated on the plans, or where directed by the Engineer, the City of Renton water Department will perform the following work at no ex- pense to the Contractor. Furnish all labor, tools and ,material for tapping Into or connect- ing Into all existing Renton City water mains and instaliing the ad- Decent valves and valve boxes. ! y 11 `F operations shall be immediately repaired to tha ,atisfaction of the Engineer and the serving utility at the Contractor's expense. All re- pairs shall be made in accordance to the 1972 Standard Specifications. STREET AND SIDEWALK CLEANING The Contractor shall clean all roadways, streets and appurtenances, In- cluding sidewalks which are open for public use, of all material or debris which is dropped or otherwise deposited thereon as a result of the COntraC:- tor's operations. Cleaning shall be performed at the conclusion of each day's operations and at such other times as deemed necessary by the Engineer to insur0 the safety of the traveling public and to prevent inconvenience to the public and owners of private property adjacent to the project. Any violation of the above requirements will be sufficient grounds for the Engineer to order the roadways, streets and appurtenances cleaned by others and to deduct all costs of such cleaning from any monies due or to been me due to the Contractor. TAPPING EXISTING WATER MAINS Where shown on the plans at System 2 and System 3, the Contractor shall tap into the existing main with an approved tapping machine. The Contractor's plan for tapping, including pit dimensions, shall be submitted and approved before the work commences. In addition, 10 days notice shall be given before the work Is done. Payment The unit price per each for 'Tapping Existing 6 Inch Water Main" and 'Tapping Existing 12 Inch Water Main" shall be full co+pensation 1 '► 4 Sand bedding shall meet the following requirements for grading and quality: , Passing 3/6 inch square sieve 100", Passing 1+4 Inch square sieve 704 minimum Passing U.S. No. 200 sieve 15'/ maximum , (wet sieving) _ All percentages by weight Sand equivalent (section 1-06) 40/ Minimum The u ni t cont,act price per cubic yard for "Sand bedding" shall be full compensation for furnishing all materials, labor, tools and equipment neces- sary or incidental to the furnishing and placing of the materials as outlined herein and no further compensation will be made. UTILMES ANm SIC!LAR FACILITIES Section 1-07.17 of the standard specifications is hereby supplemented to Include the following: Information obtained from the Engineer and locations and di.nen- slons shown on the plans fog existing facilities are in accordance with available information without uncovering and measurinr,. The State does not guarantee the accuracy of this Information or that all existing underground or overhead facilities are shran. It shall be the responsibility of the Contractor to verify the accuracy and completeness of this information. Any damage to buried electrical conduit, wiring, underdrain p;pes, culverts or other existing facilities resulting from the Contractor's f The Contractor's employees shall not park private vehicles alnng the traveled way or shoulders of the State highway or adjoining ramps or landscaped areas. If at any time the Contractor's operations result In a closure of any of the roadways which are to remain open to traffic or in a reduc- tion of width available for traffic, the Contractor shall immediately, and at his own expense, furnish all materials, labor, and equipment ne- cessary to restore the facility for traffic to the satisfaction of the Engineer. Such work necessary for restoration shall contir a on a round the clock basis until reopened to the traffic tp the required width and to the satisfaction of the Enginee• . Upon failure of the Contractor to immediately provide the necessary materials, labor and equipment for roadway restoration, when ordered by the Engineer, the State will proceed without further notice to the Contracor or the surety to provide the necessary materials, labor and equipment to effect such restoration and will deduct all costs thereof from any monies or payment due or to become due to the Contractor. SAND BEDDING Where shown on the plans, or where directed by the Engineer, the Contrac- tor shall furnish and place sand bedding. Sand bedding shall consist of sand screened from natural deposits and shall be composed of naturally occurring grains that may be round to sub-round In shape, but preferably angular. Care shall be taken In long runs of pipe to prevent any erosion of the sand bedding. i liquidated damages as specified. Llduldated damages as specified above will not be assessed beyond the established date for completion of the contract. If the contract Is not completed within the contract time, liquidated damages will be assessed in accordance with section 1-08.9 of the standard specifications. P-D-22 (4) WASTE SITE FOR EXCESS WtrER1ALS AND DEBRIS P-E-7 (7) SOURCE OF MATERIALS (fill in) any materials required for the construction of this project. P-E-11 (5) HAULING ON OTHER THAN STATE HIGHWAYS TRAFFIC CONTROL Section 1-07.23 of th- standard specifications shall apply in all respects and shill be supplemented by the following: During holidays, non-working hours, and the hours between 6:30 A.M. to 9:00 A.M. and 3:30 P.M. to 6:30 P.M. , all traffic lanes shall be ma'n- talned In each direction on SR 405, SR 90, SR 16g, Sa 167, SR 900, SR 181 , Sunset Blvd. , North 3rd Street and all other arterials designated by the Engineer, with the lanes and shoulders clear of all equipment, -sterials and personnel , If the hours do not conform to actual traffic con ;dons, the Contractor shall adjust his operation as determined by the Engineer. During hours not Included In those listed above, the Contractor may close the lane adjacent to the construction area. P ` P-0-6 (4) TIME FOR COMPLETION ;fill In) 140 days CONTPOL OF WORM The Contractor shall have on hand all material and equipment necessary to complete construction of Individual systems before beginning construction work on that particular syster, The Contractor shall also work vigorously un- ■ til the system Is complete. LIQUIDATED DAMAGES In addition to the requirements of section 1-08.9 of the standard spe- cifications, the following shall apply: No sore than 10 consecutive working days shall be allowed for the completlon on that portion of any system where work must be done from the traveled roadway. The system will not be considered complete unless it is backfilled, paved and a satisfactory hydrostatic test completed. If the Contractor does not compluta a system within 2u consecutive working days, the hazaru and Inconvenience to the motoring public shall be considered cause to assess liquidating damages for each additional working day required to complete the system. The liquidated damages shall be assessed to the same rate as specified in the schedule under section 1-08.9 of the standard specifications and shall be individually assessed for each system not completed within the stated period. The Contractor agrees to pay anL authorizes and directs the Direc- tor to deduct from any money due or Coming due to the Contractor the i A-0-14 (12) SECTION 9-13, RIPRAP AND SLOPE PROTECTION (September 20. 1972) SPECIAL PROVISION P-A-I (6) P-A-2 (18) DATE OF OPENING BIDS P-A-3 (5) DESCRIPTION OF WORK (fill In) SR 405, SR 90, SR 169, SR 167, SR 900, SR 181 and sunset Blvd. , in King County, Tukwila Interchange to Factoria Inter- change - Fire Control , by Installation of fire control systems, by installing pipes, valves, hydrants at ground level and on structures. P-A-5 (5) OTHER CONTRACTS OR OTHER WORK (fill In) 1. Tukwila Interchange - Landscaping 2. Factoria to Wilburton - Southbou,.d Lanes, directly north of this project. 3. SR 5 to SR 90 - Safety Impr,)vement, within the limits of this project. 4. North Renton Interchange to Factoria - Landscaping. wfthln the limits of this project. P-A-7 (3) FUNDS (fill in) Federal and State funds. P-A-16 (5) WAGE RATES P-A-17 (13) CERTIFICATION OF NONSEGREGATED FACILITIES P-0-4 (29) CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT. P-0-5 (11) REQJIRED FEDERAL AID PROVISIONS 1 Payment The unit price per each fog "Upright Hydrants" shall be full com en- satioK ror all tools, labor, material , Including gravel backflli for drums and base locks, equipment, haul , necessary for hydrant lnstali.,- Lion including testing of the hydrant. HYDRANT EXTENSIONS Payment for vertical hydrant extensions will be made at the unit contra:; price bid for "Hydrant Extension' par pound in place. The weight paid for - shall Include the weight of castings and the weight of additional length of hydrant rods, tioits, nuts, washers and gaskets. Lengthening of hydrants to specified length with vertical hydrant exten- sions will not be allowed except by permission of the Engineer, and in such cases no extra payment will be allowed for vertical extensions, and such costs shall ;.e included in the unit price bid for "Upright Hydrants". PAINTING Painting of the exposed pipe and valves, hydrants, moment resistant hangers, adjustable swivel pipe roll hangers and miscellaneous hardware shall be as foilu'as: Exposed Pipe, Exposed Valves, and Rising Siamese Inlets The above shall be panted as follows: One primary co One secondary coat of A-7-70. A final coat of C-7-66. ti ►. berating Nuts The operating nuts on hydrant stem and nozzle caps shall be the same for all hydrants. Dimenslons shall be as folloNs Pattern of Nuts -------------- Tapered Pentagonal Height ----------------------- 1-1/6 Inch Size of P�...agon ------------- 1 .35 Inch at bottom of nut 1.23 Inch at top of nut (Measured from point to flat) The hydrant valve shall open by turning to the left (counterclock- wise). Coating and Painting All Iron parts of the hydrants both inside and outside shall be thoroughly Ilea ad and painted. All inside surfaces and the outside surfaces below one ground shall 5e coated with asphalt varnish, Federal Specification TT-V-51a, or J.A.N. P-450, unless otherwise specified. They shall be covered with two coats, the first having dried thoroughly before the second is applied. The outside of the hydrant above finished ground line, after back- filling is completed, shall be thoroughly cleaned and painted as speci- fied elsewhere In these special provisions. All hydrants shall be Inspected In the fleld upon arrival to insure proper working order. After installation they shall be subjected to a hydrostatic test not to -xceed the factory test pressure recommendations. All hydrants shall be anchored by shackel rods with concrete anchor or by the use of restrained connections. 1 4 ; Thread (Nat. Board of Fire Underwriters) ------ 71 per inch Outside diameter finished --------------------- 3-1/16 inches Diameter at root of thread -------------------- 2.8715 inches Pattern of thread ----------------------------- 600 V-thread Total length of threaded male nipple ---------- 1 inch Purper nozzles, number and size --------------- 1 - 4 inches Thread, outside diameter finished ------------- 4-7/8 Inches Diameter at root of thread -------------------- 4.6263 inches Pitch diameter -------------------------------- 4.7507 inches -Tolerances ------------------------------------ . 0.009 inches • Width of crest and root ---------------------- 0,0115 Inches Threads --------------------------------------- S per inch Pattern of thread ----------------------------- 600 V-thread Total length of threaded male nozzle ---------- 1-1/8 Inches * The upright hydrant at System 4 shall oe equipped with one 4} inch pumper nozzle. All nozzles shall be fitted with cast iron threaded caps with operat- ing nut of the rime design and propurtions as the hydrant stem nut. Caps shall be threadedto fit the correspond!ng nozzles and shall be fitted with suitable resilient neoprene gaskets for positive, water tightness under pressures. 1 Type and Mounting All hydrant bo les shall be ca iron, fully mounted with noncorrodible metals. All wearing surfaces shall be either bronze or some other approved noncorrodible material , acd there shall be no moving, bearing or contact surfaces of iron in contact with iron or steel. All contact surfaces shall be finished or machined in the best workmanilke manner and all wearing surfaces shall be easily renewable. The design of the hydrant shall be such that all working parts may be removed through the top of the hydrant and shall have the required AWdA specified number of turns of the stem to open the valve. The hydrant shall have a-LomprTsston. TyjNc-JI►Lp,yaJ,ye. Any change in area of the water passage through the valve musthave an easy curve. End Connections The end connections shall be flanged or of a type cs directed by •ne Engineer. Hydrant Dimensions The dimensions and details of hydrant and nozzles, unless otherwise noted, shall be as follows Hydrant 6 Inch Connection Hydrant connection pipe size inside diameter ------ 6 Inches Length of hydrant from top o.' hydrant to sidewalk - 30 inches max. Valve opening, minimum diameter ------------------- 5 Inches Hoze nozzles, number and size --------------------- 2 2} inches 1 t approved by the Engineer. Unless directed by the Engineer, any Increase in the length of pipe jacked shall be considered to be for the Contractor's bene- fit and shall be at his expense. The State makes no guarantee as to the nature of ground In the area. It Is the responsibility of the Contractor to verify conditions before tacking or boring. Payment Payment for furnishing and jacking pipe will be made a- a unit contract price per linear foot for "Jacking or Boring 16 Intr >tepl Pipe" and "Jacking or Boring 18 Inch Steel Pipe" which shall.be considered full compensation- for furnishing all tools, labor, materials, removal items and equipment necessary or incidental to perform the work specified herein. UPRIGHT HYDRANTS Where shown on the plans, or where directed by the Engineer, the Contrac-tor shall install fire hydrants. The following speciticatlons are to be used In conjunction with the AV A standard C502-54 approved as standard May 27, 1954, or the latest revision thereof. Manufacturer and Marker All hydrants- shall be the latest Mueller A-419 Modera-lm. p.Soved Fire Hydrant from Dauturr,U1!no1s, or an approved equal. The oame or mark of the manufacturer, site of valve opening and year made shall be plainly cast in raised letters and so placed on the hydrant barrel as to be visible after the hydrant has been installed. MOMENT RESISTANT HANGERS Where shown on the plans, and/or directed by the Engineer, the Contrac- tor shall fabricate and Install Moment Resistant Hangers Type A ano B and adjustable swivel pipe roll hangers. All hangers shall be ASTM A 36 steel and galvanized after fabrication in accordance with ASTM Designation A-153. After gaivanizing,the hangers will be ainted as specified elsewhere in these special p p provisions. The Contractor shell be responsible for the proper layout and positioning of the hangers and connections. Where uneven concrete surfaces require, approved type shims shall be provided to obtain proper alignment for the hangers. Payment The unit price per each for "Moment Resistant Hangers Type A or B " shall be full compensation for all labor, materials and equipment neces- sary -to complete the installation. Payment for adjustable swivel pipe roil hangers sh-jil be Incidental to "Bridge Outlet Type I". JACKING OR BORING INCH STEEL PIPE Where indicated on the plans, or directed by the Engineer, the Contractor small install 16 inch diameter or 18 Inch diameter schedule 40 steel pipe cas- ing. The casings shall be for Ductile Iron Water Pipe 6 inch diameter and Ductile Iron Water Pipe 8 inch diameter, respectively and installed by jacking or boring or a combination of the methods. Removal of material from the bored hole by washington or sluicing will not be permitted, Measurement for furnishing and jacking pipe shall be made along the slope of the pipe Installed by jacking between the limits shown on the plans, or 1 »Ri` MOLDED RUBBER CAPS Where shown 0' the plans, or directed by the Engineer, the Contractor shall Install a molded rubber thread protector with cap. The cap shall be of the type as supplied by Scougal Rubber Manufacturing Company, Seattle, Washington, or an approved equal . P_yment for all labor, materials, tools and equipment necessary to fur- nish and Install the molded ruober caps shall be Incidental to other items. GROUT FOP BRIDGE OUTLET TYPE I Grout used cc repair the hole In the bridge decks shall be composed of one part ^F `:gh early strength cement to two parts of clean, fine arained sand, well mixed ♦with sufficient water to give the proper consistency. Un- polished aluminum powder shall be added in the proportion of one teaspoonful per sack of cement. ANCHOR BOLTS All anchor bolts shall be made of ASTM Designation A-325 steel or be :ter with double plating (zinc plating to Federal Specification QQ-Z-325 and chrome plating). Pull out values for anchor bolts shall equal or exceed those shown under Federal GSA Specification FF-5-325 Interim Amendment No. 3. The cost for supplying and installing anchor bolts as shown on the plans shall be Included In other items of the contract. 4 Payment The unit price per each for "Rising Siamese Inlets" shall be full compensation for all materials, labor and equipment necessary to perform the above installation. BRIDGE OUTLET TYPE I As shown on the plans, the Contractor shall install Type 1 Bridge Out- - let which includes the following items: 1 - 4" x 21" Reducer 2 - Adjustable Swivel Pipe Roil Mangers 2 - 2}" Threaded (Schedule 40) Steel Pipe Nipples 2 - 2}" Threaded (Schedule 40) Steel Pipe Elbows 1 - 21" Threaded Brass Nipple 1 - Molded Rubber Cap 1. - Std. H-1 Monument Case and Cover as detailed 1 - Valve Stem Case and Cover as detailed Also required under "Bridge Outlets" are drilling of holes in bridge slabs as shown. All holes shall be core drilled with a tool in such a manner to allow a minimum of spelling. Reinforcing steel not covered by the grout shall be painted with a suitable paint to prohibit rusting, Payment The unit price per each for "Bridge Outlet Type 1" shall be full compensation for al: materials, labor, removal items and equipment ne- cessary to complete the Installation of the above work, f ti lj Payment The unit price per each for "Reinforced Concrete Vaults" shall be full compensation for all equipment, labor and materials, including gravel backflll for drains, necessary to perform the above work. POLYSTYRENE Where called for on the rlans, or specified by the Engineer, the Cortrac. for shall furnish and Install joint fillers of expanded polystyrene having a yield stress In compression of not less than 10 pounds per square inch, such as "Styrofoam'ras manufactured by the Dow Chemical Company, Midland, Michigan, "ArmalI te" as manufactured by the Armstrong Cork Company, Lancaster, Pennsyl. vanira, or an approved equal. Payment All costs incurred in obtaining and installing the polystyrene shall be considered incidental to other items of the contract. RISING SIAMESE INLETS Where shown on the plans, and/or directed by the Engineer, the Contractor shall install a rising siamese inlet. The inlet shall have two 2} inch female siames,� connections with 6 inch standpipes. Threads on the Inlets shall conform tc, thr National Board of Fire Underwriters as required by the Seattle Fire Department. Both inlets shall oe equipped with individual droy' clapper valves, plugs and chains. Maxlmu height from ground to by of inlet is 24 inches. Painting shall be as specified elsewhere in these special provisions. � ti , Dedham, Massachusetts, Cla-Val Company, Newport Beach, California, Grinnei Company, Inc. , Providence, Rhose Island, or an approved equal with the fol- lowing specifications. Size 6 inch Inside Diameter Flow Rate 1 ,000 Gallons Per Minute Maximun Allowable Pressure Loss 14 psi All valves in the assemblies will be tested In accordance with the pro- visions of "'lydrostatic Test" as contained in these special provisions and shall have a minimum "wet system" cold water working pressure of 150 psi . Payment The unit price per each for "Double Check Valve Backfir.w Prevention Assemblies" shall be full compensation for ttie complete as',e-bly n_ sho•:.^. with two 6 inch gate valves. REINFORCED CONCRETE VAULTS Where shown on the plans, and/or directed by the Engineer, the Contractor shall install precast reinforced concrete vaults or an approved cast-in-place reinforced concrete vault. The precast reinforced concrete vault shall be Concrete Conduit Company's Reinforced Concrete Vault, Assembly No. 575-LA with No. 57-TL2-4236P Top, or an approved equal . A;1 cover and access plates must be of sufficient design to withstand H-20 or H 2O-S-16 loads as per AASHO standard specifications for highway bridges. t be 50 arranged that no shock will be transmitted to the valve. The casting shall not rest directly upon the body of the gate valve or upon + v ' the water main. The upper casting of the unit is then placed in proper alignment and to such an elevation that its top will be at final grade. 8 Fort Marker Posts .•.i As shoran on the plans, or directed by the Engineer, the Contractor w„ i shall install 8 foot marker posts. The posts shall be 4" x 4" S4S con- struction grade douglasfir 8 feet In length with a bury of y .eet and placed a• minimum of 2 feet from the valve box. Painting of the posts shall be in accordance with sections 6-07.7(3) and 9-28.14(2) of the standard specifications. All costs Incurred in furnishing, painting and installing the 8 foot marker posts shall be considered Incidental to the price per each of "Cast Iron Valve Boxes". Payment The unit price per each for "Cast Iron Valve Boxes" shall be full compensation for all tools, labor, equipment and material necessary to complete the above operation. DOUBLE CHECK VALVE BACKFLOW PREVENTION ASSEMBLIES The double check valve backflow prevention assembly shall be insta! led In the reinforced concrete vault by the Contractor as shown on the plans, or as directed by the Engineer. The dnLSle check valve beckflom prevention as- sembly shall oe the type as supplier. by the Hersey-Sparllrg Meter Company, f I INCH DRAIN VALVE ASSEMBLY Where shown on the plans, or directed by the Engineer, the Contractor shall install a I Inch drain valve asserhly and cast Iron valve box. The drain valve shall be a I inch bronze gate valve, Power a512, or equal , with a cold water working pressure of 250 psi . shall be connected to the main with a o inch nipple of 1 inch galvanized pipe. The pipe shall be connected to the main by means of a threaded tap or other system approved by the Engineer. Payment. The unit contract prices for Inch Drain Valve", 'Struc- ture Excavation Class B", " Galvanized Pipe I Inch Diameter", and "Cast Iron Valve Box" shall be considered full compensation for all materials, equipment and labor, including connecting to the main, necessary for the installation of the I Inch drain valve assembly. CAST IRON VALVE BOXES Where shown on the plan;, or directed by the Engineer, the Contractor shall Install cast iron valve boxes. Installation The cast iron valve boxes snail be set into position 4•uring back- filling operations so they will be in a vertical alignment to the gate valve operating stem. The lower casting of the unit is installed first In such a manner as to be supported by a minimum backfilI or by an ex- panded polystyrene collar not less than 2 inches i thickness and shall t ♦ 4 t ' Payment - Unit price per each for "Valve Chambers" shall be full compensa- tion for all labor, equipment and materials, including gravel backfill for drains, necessary to perform the above construction. 2-1/2 INCH OUTLET SYSTEM Where shown on the plans, or directed by the Engineer, the Contractor shall install a 21 Inch outlet system. The 27 Inch outlet system will consist of a 27" x 2}" x 4" double hy- drant gate valve with threaded connections. it shall have a rough brass body painted as specified elsewhere in these special provisions. The valves shalt have male threads with the following specifications- Thread (Natlona` Board of fire Underwriters) 7-1/2 per inch Outside Diameter finished 3-1/16 Inches Diameter at root. of thread 2.8715 inches Pattern of thread 600 V-thread Total length of threaded nipple t Inch Outlets shall be fitted with cast Iron threaded caps with 1.35 Inch to 1.23 inch tapered pentagonal operating nuts, 1.16 inches high. The caps snail be fitted with suitable gaskets for posit've water tightness under pressure. Payment The unit price per each for "2} Inch Outlet System' shalt be fill compensation for all tools, labor, material and equipment necessary to complete the above construction. 1 f ro.. L41,.C, .a. r ' P rid , ENDING OF FILE FILE TITLE • .� F i • r . f r _ r. P-G-3 (3) 91% P-G-5 '3l 9' P-G-31 (3) STANDARD PLANS 7-G-32 (9) STANDARU PLANS A-2 C-16 C-19 G-5 G-13b G-14 G-31 G-32 -i4e 1-14b a 1 r n• the bottom of the sign a minimum of 3 feet above the ground and facing the SR 5 road,,ay. Bridge rail mounted signs shall be attached as detailed on the plans. Signs mounted on access gates shall be attached with four 3 B Inch gal- vanized cap screws with double nuts and galvanized cut washers of sufficient size to `Irmly attach the sign to tFe chain link fabric. Signs mounted on luminaire poles shall be attached as detailed for 'Single Metal Post" on standard plan G-14. All excavated material for post holes shall be scattered or otheroite disposed of to the satisfaction of the Engineer -tie unit bid price per each for "vydrant Marker Signs" shall be Considered full compensation for furnishing all labor, materials, tools and equipment ne- cessary for the complete installation of these signs as specified herein. No additional compensation will be allowed. COVER ROCK Where necessary, the Contractor shall remove, stockpile and replace the 'y existing cover rock. Should the cover rock be scattered so It is not retriev- able, the Contractor shall furnish ample replacement. Payment Ail costs connected to the work necessary for this operation shall be incidental to the unit price per cubic yard "Structure Excavation Class B". No further compensation shall be made. P-G-2 (6) COI,;TRUC'i ION IDENTIFi .wTION SIGNS (fill in) Interstate Shield State Route 405 4 Removed materials The Contractor shall remove one existing line post and approx ately 6 feet of fence fabric at each gate location. This removed material shall beco ,e the property of the Contractor and shall be removed from the job site. 4 , salvage value for the removed m,terials shall be included in the Contractor's unit bid prices for the items of work involved. Voids resulting from the removal of existing fence posts shrli be bactfilled and compacted to the satisfaction of the Engineer. Payment The unit bid price per each `Or "Single 6 root Chain link Gate" and "Single 6 Foot Mire Gates" shall be considered full compensation for fur- r.ishing all labor, materials, tools and equipment necessary for the com- plete Installation of the ga'es as specs led hereir,. No additional com- pensation will be allowed. HYDRANT MRKER SIGNS The Contractor shall furnish and Install hydrant marker signs in the ap- proxi.nate locations as shown to the plans. The actual locations will be desig- nated by the Engineer . The signs shall be fabricated and installed in accordance with applicable portions of section 8-21 and 9-28 of the standard soecifications, the detail In the plans, and as otherwise directed by the Engineer. The posts for ground ma,nted signs shall be 4" x 4" wood posts with a minimum of ; feet in the ground. The length of post •4111 be determined by the Engineer prinr to Installation'. Ground mounted signs shall be placed with e Wire Gates binge 6 foot wire gates shall be fabricated and Installed in accord- ance with the requirement; for single 14 foot wire gate except that they shall be 6 feet in width. Chain Link Gates All chain link gates to be 6 feat in height. Latches and Locks In adrition to the normal latching device, the Contractor shall fur- nish *;id •install a "weak Link" strap or chain locking device as approved b, the --ngineer. It is Intended that this device can-be easily broken with a . ire axe or Finch bar and the gate opened without unlocking or damaging the attached padlock. The Contractor shall furnish and install padlocks as manufactured and supplied by Best Lock Company with series HC cylinders. Upon completion of the project, any keys to these padlocks shall be turned over to the Engineer. Grading and Cleanup Upon completion of the gate installation and before application of erosion control , the Contractor shall grade the ground through and adja- cent to the gate to a smooth contour and scatter or otherwise dispose of any excavated material to the satisfaction of the Engineer. f r' and standard specifications unless otherwise Shawn on the plans or directed by the Engineer. RE.M ING AND RESETTING rPAIN LINK FENCE Where sho.an on the plans, or where directed by the Engineer, the COntraC- for shall remove, store and reset existing chain link fence. The unit pr;ce per linear foot for ''Removing and Resetting Chain Link Fence" shall be fu I compensation for all labor, tools, material , and equipment to complete the work. ACCESS GATES The Contractor shall install single 6 foot chain link gates and single 6 foot wire gates in the existing fencing at the approximate locations shown in thn plans. Ac,usl locations shall be as designated by the Engineer. Section 2-12 of the standard specifications Is hereby supplemented to include the following: Installation The gates ,hall be installed centered on an existing fence line post. The gate posts shall be installed, all framing and bratina completed and .he gate hung a.id locked before the existing fence fa�;Ic In the area of the gate is removed. The existing 1 'ne post may be removed at the Con- tractor's discretion; however, the integrity of the fence shall be main- twined at all times. eracin Gate post bracing shall be in accordance with the standard plan for the type of fence involved. � lj. , Chlorinating Valves and Hydrants Jn the process of chlorinating newly laid pipe, all valves or other appurtenances shall be operated while the pipe line is filled with the chlorinating agent and under normal operating pressure. Final Flushing and Testing Follo,..Ing chlorination, all treated water shall be thoroughly flushed fr^m the newly laid pipe until the replacement water throughout Its ienyth shows, upon test, the absence of chlorine. In the event chlorine is nor- maily used in the source of supply, then the tests shall show a residual not in excess of that carried in the system. After .`lushiny, the Engineer will arrange for taking samples by the utility or by health authorities. Repetition of Flushing and Testing Should the Initial treatment result in an unsatisfactory bacterial test,. the original chlorination procedure shall be repeated hr the Con- tractor until satisfactory rest-its are obtained. Faiiure to yet a satis- factory test shall be considered as failure of the Contractor to keep the pipe cle n during c:.nstructlrn, or to property chlorine the main, and no payment +lit be made for reflushing and rechlorinating. REMOVAL ANC REPLACEMENT OF EXISTING APPURTENANCES Removal and replacement of curbs, gutters, sidewalks, pa••ed ditches, rock slope treatment and other appurtenances sha' I be considered incidental to the unit contract price for "Strccture Excavation Clas II" unless otherwise pro- vided. Replacement shall be in accordance wiNr the apFropriate standard plans ti;Y Point of Application The preferred point of application of the chlorinating agent is at the beginning of the pipe line extension or any valved section of it, and through a corporation stop insert^.d by the utility in the horizontal axis of the pipe. The water Injector for delivering the chlorine-bearing water Into the pipe should be supplied from a tap made by the utility on the pressure side of the gate valve controlling the flow into the pipe Ilne extension. Alternate points of application may be used when approved or directbd by the Engineer. _•-- Rate •of Application 01/2L:( CV(VN45C /re � 1 '�',Water from the existing distribution system, or other souce of supply shell be controlled to flow very slowly into the newly laid pipe line dir- Ing application of the chlorine. The rate of chlorine gas-water mixture or dry gas feed shall be in such proportion to the rate or water entering the newt- laid pipe that the dosage applied to the water will be at least 50 parr )er million. preyentinq Reverse Flow Valves shall be manipulated so that the strong chlorine solution in / the line being treated will not flow back Into the line supplying the water. Check valves may be used if desired, Retention Period Treated water shall be reta!ned In the pipe at least ?h hours. After this period, the chlorine residuar at pipe extremities and at other repre- sentative po!nts shall De at least 10 parts per million. IN M Chlorine Bearing Compounds in Water A mixture of water and high-test calcium hypochlorite (65-70-4 CO may be substituted for the chlorine gas-water mixture. The dry powder shall first be mixed as a paste and then thinned to a 1 percent chlori solution by adding water to give a total quantity of 7.5 gallons of water per pound of dry powuar. This solution Shall be injected in one end of the section of main to be disinfected while filling the main with water In the amounts as shown In the table which follows .Chlorine Requirements for 100 Foot Lengths of Various Sizes of Pipe Pipe Size volume of Amount Required to Give ppm Cl tnches 100 Ft. Length 100% 1% Chlorine-Water Gallons Chlorine Lb. Solatlon in Gals. 4 65.3 0.027 1/3 6 146.5 o.o6i 314 8 261 .0 0.108 1-1/3 10 408.0 0.170 2 12 588.7 0.240 3 Sodium Hy2ochlorite Sodium hypochlorlte, commercial grade (15% CI) or in the form of liquid household bleach (5% CO may be substituted for the chlorine gas- water mixture, This liquid chlorine compound may be used full strength or diluted with water and Injected into the main In correct proportion to fill the water so that the dosage applied to the water will be at least 50 ppm. 1 r Require-rient of Chlorine Before being placed into service, all new mains and repaired portions of, or extensions to existing mains shall be chlorin,. > that a chlorine residual of not less than 10 ppm remains in the wa tanding 24 hours In the pipe, The Initial chlorine content of the water shall he not less than 50 parts per million, Form of Applied Chlorine Chlorine shall be applied by one of the methods w'A ch follow, to give a dosage of not less than 50 ppm of available chlorine. Dry Calcium Hypochlorite As each length of pipe is laid, sufficient high test calcium hypo- chlorite (65-70% chlorine) shal' be placed In the pipe to yield a dosage of not less than 50 ppm available chlorine, calculated on the volume of the water which the pipp and appurtenances will contain. The number of ounces of 65`4. test calcium hypochlorite required for a 20 foot length of pipe equals .0013431d2, in which "d" is diameter In Inches. Liquid Chlorine A chlrrine gas-water mixture shall be applied by means of a ,olution feed chlorinating device, or the dry gas may be fed directly through de- vices for regulating the rate of flow and providing effective diffusion of the gas Into the water withl- the pipe h .ing treated, Chlorinating devices for feeding solutions of the chlorine gas, or the gas itself, must provide means for preventirg the hacliflow of water Into the chlorine. 1 tin 1 i DISINFECTION AND FLUSHING OF WATER MAIN$ Before being placed in service, all revised portion of, or extensions to existing mains, shall be chlorinated and a satisfactory bacteriological report obtained. Both wet and dry systems shall be flushed. No separate payment will be made for chlorinating or flushing water mains as specifed herein. Flushing Sections of pipe to be disinfected shall first be flushed to remove any solids or contaminated material that may have become lodged in the pipe. If no hydrant is Installed at the end of the main, then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. One 23 inch hydrant opening will , under normal pressure, provide this velocity in pipe sizes up to and included 12 Inch. Taps required by the. Contractor for chlorination or flushing purposes shall pe provided by him as a part of the construction of water mains. Service taps or taps that are necessary for temporary or Permanent re lease of •i�will generally be provided by the utility. If not performed -, by the utility, the Engineer may direct the Contractor to make the taps. �. Where dry calcium hypochlor,\e Is used r disinfection of the pipe, flushing shall be done after disinfection. The Contractor shall be re onsible for disposal of treated water . lushed from the mains and shall neutralize the waste water for protection of aquatic life in the receiving water before disposal into any natural drainage channel. However,cisposal may be made to any available sanitary sewer provided the rate of disposal will not overload the sewer, and the Contractor obtains 0v appro . of the recelvi— aut.-ority. r `t r Blocking or Bracing Before conducting hydrostatic tests, all potential points of thrust movement that have not been provided for by permanent c,)ncrete blocking shall be blocked and braced by the Contractor with temporary blocking. Temporary blocking shall be removed after completion of tests. Equipment for Testing All pumps, pltgs, fittings, certified gauges and other necessary equipment for raking the h-drostatic tests shall be furnished by the Con- tractor and removed after testing If so directed by the Engineer. Test Pressure The test pressure to which water lines and appurtenances shall be tested are as follows, according to type of system: System Test °ressure Nat 250 psi Dry 400 psi Pay,,,en t All costs Including labor, equipment, tools, temporary blocking, excavation and pavement removal for testing, and materiel; for making the tests shall be considered Incidental to the work and included in the vario, . unit bid prices for the water line work. a 1 ti 4 Underground Valves Valves, either ground buried or instalied in valve chambers and vaults, stall be carefully checked for injury to their outer protective coatings. Ac all places where the coating has been ruptured or scraped off, the damaged area shall be thoroughly cleaned to expose the iron base after their installation and the cleaned area then recoated with two or more coats of Quigley Triple A-10 or A-20. Hydrants One coat of A-7-70 and one coat of C-7-66. Moment Resistant Hangers, Adjustable Swivel Pipe Roll Hangers and Miscellaneous Hardware Moment resistant hangers, adju�.aDle swivel pipe roll hangers and all miscellaneous hardware shall be painted as noted elsewhere for exposed pipe. Payment - All costs Incurred in "Painting" as listed above shall be considered Incidental to ot'ier related items. HYDROSTATIC TEST New water mains and appurtenances, after their Installation, shali pass a satlsfact-pry hydrostatic test before acceptance. The hydrostatic est shall be performed on every complete section of pipe between valves, and each valve shall withstand the sage test pressure as ti .. pipe, no pressure act:ve in the sectio., of pipe beyond the closed valve. tart be in accordance with the City of Seattle Standard Speeifieatior.s. FIRE HYDRANTS 14AIN EXTENSIONS ON INTERSTATE #4 0 5 2. / IY , 3 J 74 , ity of Renton r JY'S'Cn Connoa,,n %blic :orl:e Lirect'or I f ity ..all - 2-:4 tali Ave. 8o� —f1 .ztcn, Urrhlsytun 9k1p5�"— � °; ��t� Y h ;�• 3� qAr C.4 1744 401) 111Y.wila tr, 1'actoria ' iire Prutectivn LA275 x ,� City ol" Hcntcnsi�' W 2041, 2>42 thru 2043, 2.:,73 sad 2074 SuppJe,.,ent p3 c ° ya• ' ��atle�at►e �"" y^ %1 ,t1TW field cOwJit17ns, disoaiered •nd related to this office September 24, 197j, neeesuitated the Upartmant of &&grins to revise its fire ;xw tactien Plana do U12 above refertresd ;roject. �%lstcm No. 6, M ZA2, of said project, now requires %s inetAliation of a %-a an4 valve as c,:Nsed to the orit,inai rer;uset of s c1-nnect1cn to en arlatiue tee. Rhla CJrrO,7r*n1-Ice shall constitute a 1u..;;l,mcnt t , ? trch 7, 1973. our letter request ' '•tea.io provide a Pont estirate for nrovidini; for the instellaticn of a tee, valve and Snepection charges at the fulluwing locatims i2/'4) �Y�.. r� war Gam/!.+✓+, 3✓2eI2 Qt� t to ti rr �4 / TI fill' CITY OF IMNTON -911i; r^,r MUNICIPAL BUILDING 200 MILL AVE $0. RENTON.WASH 98065 VpQ 'a AVERY GARRETT, MAYOR 0 PUBLIC WORKS DEPARTMENT Qy � Warren C Goon,oson Dveclor 4lFD SEP't-ow NnvrRnber N, 1973 `i.. t . •,�Y'sii Hr. H. J. Semenock District Utilities Engineer Department of iighways 10637 N.E. 8th St. Bellevue, NA 98o04 Attention) Al Anderson Subj Oct I CS 1744 SR 405, Tukwils to Factorie Fire Protection L-4275, City of Renton, SU 2041, 2042 through 2048, 2073 and 2074 Supplement 01 Gentlemen, This is to acknowledge the receipt of Supplement N1 (dated September 28, 1973) of the agreement between the City of Renton and the Department of Highways. This supplement was for the deletion of service account number SU 2048, System 523. This deletion (estimated at $1,672.33) would change the estimated total amount of $8,257.99, as per our letter dated April 4, 1973 to a new total estimate of $6,585.66. I£ further information is required, please contact this office. very truly yours, Richard C. Houghton Utilities Engineer Ronald L. Olsen Utilities Office Engineer FLLOIpap i E Page 2 November 6, 1973 Cost Factor $45, 114S.49 $ 35.6584813/ft. 1284 ft. ,:Oct to State $35.6584813 x 328 ft. - $11,695.98 Service Account Coat - $11,695.98 a $5,847.99 2 S_ic.Acct.No. Description Locwtion SU 2074 A 6" tie-in and appurtenances Left 90 feet of approx. to a Renton 16" water line H.E.S., SR405, 283+00, on north side of N. 3rd St. System 015 Estimate: Materials, equipment, ins,allation, connection fee, and sales tax $5,847.99 (The estimate is based on formula used in SU 2073 calculation) SU 2092 A 6" tie-in and appurtenances Left 50 feet of approx. to a Renton 16" water line H.E.S. SR 405 276+10 on the northerly side o: SR 169 System 414 Eatimata: Labor $ 331.68 Equipment 227.56 Material 875.64 Sub Total $1,434.88 5.31 Sales Tax 76.05 TOTAL $1,510.93 This e;upploment 02 will be additional to our agreement dated April 4, 1973 and will change the total estimate_ as follows: Original Estimated Agreement $ 8,257.99 rupplement#1 •• (1,672.33) New Letimated Agreement Total 6,585.66 Supplement D2 13,206.91 New Estimated Agreement Total $19,792.57 If further information or acknowledgement is required please contact us. Very truly yours, Richard C. Houghton Utilities Sngineer Ronald L. Olsen Utilities Office Engineer PLO:PMP � 1 oV if/.. 'i. THE" CITY OF RENTON ., QQ a MUNICIPAL BUILDING 200 MILL AVE SO. RENTON,WASH.98056 AVERY GARRETT,MAYOR 0 PUBLIC WORKS DEPARTMENT Wnrren C GonrMson, Director November 6, 1973 Mr. H. J. Semenock x - District Utilities Engineer ;, ; Department of Highways 10637 N.E. 8th St. al .R ;- x Bellevue. WA 98004 Attn: Al Anderson Re: CS 1744 SR 405, Tukwila to Factoria Fire Protection L-4275, �. City of Renton, SU 2041, 2042 thru 2048, 2073 and 2074 Supplement 02 Gentlemen: f. The following is a cost estimate as requested in your letter dated September 12, 1973: Svc.Acct.No. _ Description Location SU 2073 A 6" Tie-in and appurtenances to Right 80 feet of a Renton 16" water line approx H.E.S., SR 405, 284+50 on - North side of N. 3rd St. System 015 Estimate: Materials, equipment, installation, connection fee, and sales tax $5,847.99 This estimate is based on the following formula: Total Cost of Watermain - Asphalt Overlay + tax Cost Factor _ Total footage of project Cost to State = Cost factor/ft x State R/M width Service account cost Cost to state Number of SU Installations Cost Factor $53,081.00 - $9,600.00 + $2,304.49 1284 ft. E rage z November B, 1773 i if further information or acknowledgment is required, please contact this office. Very truly yours, Richard C. Houghton . Utilities Engineer r i Ronald L. Olsen Utilities Office Engineer RLO:Imp APP VED AN CEPiJED JAN 41374 Approved as to form 4FG(( ' '1 7 __ Assistant Director for istant Attorney General Highway Deveiopment R 1 ♦ tP f A THE E CITY OF RENTO N al O MUNICIrAL BUILDING 200 MILL AVE SO HEN ION WASH 940" 5 p$ J b AVERY GARRETT,MAYOR PUBLIC WORKS OIPARTMFNT i.�`P Warren C Gonna%on. Duerto, ��ff0 Sf P3L� tw„vrmi,er '., 1'3'73 Mr. N. J. Femenock •�' District Utiliti,-s Engineer Department of Highways 10637 N.E. 8th St. Bellevue, Washington 98004 Attention: Al Anderson Its: CS 1744, SR05, Tukwila to Eactoria, Fire Protection L-4275 City of Renton SU 2041, 2042 through 2048, 2073 and 2074 Supplement 43 Gentlemen: The following is a cost estimate as requested in your letter of Septem- her 26, 1973: Svc. Acct. No. Description Locat. m SU 2042 Install a tee and valve to an 200 S.W. 13th existing City of Renton 6" water main Estimate: Material $ 220.00 Equipment 90.00 Installation 85.00 Sub-Total $ 395.00 5.3% Sales Tax 20.94 TOTAL ESTIMATE, $ 415.94 This supplemen. #3 will be additional to our agreement dated April 4, 1973 and as revised :,y Supplements 41 and 42. The new total estimate is as follows: Original Estimate Agreement $ 6,257.99 Supplement 41 - ( 1,672.33) Supplement 42 a 13,206.91 Existing Agreement Total $ 19,792.S7 Supplement 03 415.94 New Estimated Agreement Total $ 20,208.51 1► 1 City of Renton Mr. Warren Gonnason January 15, 1974 Page 2 To maintain continuity in the State and City construcC on, your office is requested to notify the State's Project Office of the time, place and date of dour preconstruction conference on the above project, since the State assigns personnel to attend. The Sta te's Project Engineer, Mr. E. Klepers, may be contacted by ■ mail at 3104 - 124th S.E. Bellevue, Washington 98005, or by telephone at 455-7142. Very truly yours, E. 1 , ROBERTS District Engineer i s e t ._ N. J EMENOCK rict Utilities Engineer 10637 N,E. 8th Street Bellevue, Washington 98004 ALA;rr Attach. �.; STATE OF WASHINGTON OAN191 J. KvANw. .....Nor �y 'I VF i y//�S WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS orncr w ourwlm rnalnrrw mfvrcY rw s I..N f oN rrrm � Ya.�fYY1. MMNINr1M rrOOf Jancary 15, 1974 City of Renton Mr. Warren Gonnason Public Works Director City Hall - 200 Mill Avenue South Renton, Washington 98055 CS 1744 SR 405 Tukwila to Factoria Fire Protection L-4275 Clt; of Renton SU 2041, 2042 thru 2048, 2073, 2074 Supplement No. 1 , 2, anC 3 Gentlemen; Transmitted herewith are two (2) copies of the sully executed `x- agreement supplement, referenced above, for your attention and completion of your file. As the City is aware Supplement No. 2 pertains to a modified system AIS and obligates the State to costs for materials, equipm nt, installation, connection fees and sales tax in accordance with the formula outlined in SU 2073 and 2074, regarding connections to your 16 inch main proposed for North 3rd Street outlined in schedule "A" of your bid proposal . Since State and Federal funds have been committed to the State's pe-tentage cost of schedule "A" of the City's project entitled "Watermsin Installation for North Third Street between Houser Way North and Mt. Olivet Res. (W-395)," please provide this office with one copy of the successful bidder's bid tabulation of schedule "A" once your City Council has approved the award of the project. i R . }I' /► WASHIN(AON STAY HIGHWAY COMMISSION °G.H.ARdrews-junior DFPARTMiNr OI IIi,, iti% � � Office of District Engineer 9 Olatrlct 7 140'1� 10508 N,E. 4th 9trea: Bellwwe.Weahmgton 913004 y 3 May 28, 1974 / 4974 City of Renton PUBL)CC) w�KS Mr. Warren Gonnason, Public Yorks Director Ty O R1��PT City Nall - 200 Mill Ave. $o. Renton Wash. 98055 CS 1 '.4 SR 405 Tuinalla to Factoria Fire Protection _ Contract 9539 City of Renton SR 2040 thou 2048 Attention Sw Ole" The State contractor, Select Contractor Inc., has completed all items of the above project on May 21, 1974 and we are in the process of closeing the contract. We therefore request you to submit a detail breakdown of your costs for providing tape, inspection and connection charges to the fof:oving agreement and supplements. „ Nh_ber Description Location SU 2040 Tap to e•listing (1011) waterline 14M S.W. Grady Way, Renton System No. 5 SU 2042 Tap existing (6") waterline 200 S.Y. 13th St., Renton System No. 6 SU 2044 Top to existing (24") waterline 1500 Park bad, Renton System No. 13 15$ It. 463+50 SU 2045 Tap 1z existing (1611) waterline 1050 St. Ste. 276+00 $yet= No. 14 SU 2046 Tap to existing (14") waterline 751 St. Sta. 304+90 System No. 16 SU 2047 Tap to existing waterline 1400 Jones Ave. N.L. System No. 18 W 20" Tap to existing waterline 701 It. of Sta. 455+50 System No. 23 Your timely response would be appreciated. Please make your response to L.A. Rlapers, Project Engineer, 3104 124th Ave. S.L., Bellevue, Wash. 98005. Very truly yours E.I. RASSILTS DL^atrlct Sngimemr icf•la . . 17 Sai slows hejemt syg...r/ cot V. sort N. Sememock File SUN 419'4 John H,Rupp Chaomar Harold Walsh eahw lmne Ream 1.H.Porker Hatole L.eo,Mr fine Ir..wr w.i4v..4 ShAp. et�nun wn.r 1 r: t U•BER DESCHIPiIo11 UXATIM f SU-2092 A 6-•-,ch uatertnaln tap and appertances to Ian 50 feet of approxU ate .:,y of Renton - 16-Inch xatarline and a H.E.S. SR 405 276+20 on the a 6-inch ductile iron waterline artendln6 northerly aide of SR 169 i to a convenient length beyond the north curb line SR-169 - Map1e Valley Way) { EIILBIG E7771!:6TE IE°T DIFFERENCE Ylaterial $ 6z6.y5 15% Stores Expense 94.o4 Total Eaterial $ 720.99 $ 875.64 i (154.65) Total EquiFwnt 32.50 227.56 (195.06) Force Account Labor $ 128.38 32% Fringe Benefit 41.08 15% Administrative EVense 25.42 Total Installation 194.88 331.68 (136.80) .ubtotal 948.37 1434.88 (486.51) Tr.x 50.26 76.o5 (25.79) TOTAL $ 998.63 $ 1510.93 $ (512.30) r NU a R DESCRIPTlON 7fyEyl0;7 SU-2047 Tap to wd.eting waterline 16C)D Jones Avenue Northeast :yetn� :huLa 18 2=ING NET DLTFEX:7E Material $ 91.25 � 15% stores E.Tense 13.69 Total Material $ 3,04.94 $ -0- $ 104.94 Total Equiprent 39.00 98.GC (59.o0) Force Account Labor $ 38.87 31% binge Benefit 12.44 15% A&riniatrative Lve-se 7.70 Total Installation r 59.01 102.00 (42.99) 9ubtoUl 202.95 200.00 2.95 Tax 10.76 10.60 .16 TCTAJ' $ 213.71 $ 21J.60 $ 3.2.1 x IMMER DESCRIF i I0.^. LCCATIAP sU-2,U Tap to existing 14-in^h watarlinw 75s Rt Ste 304+90 system Ihmibw 16 HILLIII3 ESTD:M .1 T DIFi�?'ITCE s Material $ 679.39 � 15% Stcres Expense 101•91 Total Material $ 781.30 $ 787.02 $ (5.72) Total Equipment 76.48 227.56 (M.08) Force Account labor $ 158.66 3?% Fringe benefit 50.77 15% Administrative Expense 31.41 Total Installation 240.84 331.68 (90.84) Subtotal 1A98.62 1346.26 (247.64) Tax 59.23 71.35 (13.12) TOTAL $ 3156.85 $ 1417.61 $ (260.76) 1 r tNF3i R DESCR U',-ION LOCATION Tap to existing 16-inch waterline 305T Rt Sta 276+OC 3U-2045 Number 31 ESTII:ATE SET DIFFDMI"E En.LINO FTaterial $ 642.74 150P Stores Expense 96.41 Total Material $ 739.15 $ 875.64 $ (136.49) Total Equip.,ert 43.70 227.56 (183.86) Force Account Labor $ 13.4.28 32% Fringe Benefit 36.57 15% A&-lnistrative Expense 22.63 Total Installation 173.48 331.68 (158.20) Subtotal 956.33 1434.88 (478.55) Tax 50.69 76.o5 (25.36) TOTAL $ 1007.02 $ 1510.93 $ (503.91) k i ' "''. %:-S^'i t � .o 'ity of entoa 19fL 31 feat of n- ra ds.>.to 1 �L':x!1 :atcrii:,x Jri on V:2 n�;art•�r.�.rs north of orth f:l -.tract is .'Orton :h .�,r —in trip &ml Wt 53 fe-7t of ap+re:di c Co U of '.c:.tmn il. .'• 4)� ?7:,•13 on t!.o _t :-V— t a 4-in¢h northerly aL,!e of 16) t r t 2rs•;tlx !.ayMA to a diacn;don o" tho "rviwi rn nos`_riq a 4 g to your onLirnto. a:o:nat of 3j*!W 01; ontlina is v _ , w . out11 :M hxraLx t'f ' a :.cae;,tn 20 r::i ill . • •: - -i tar your r^r,,aZ:.a. bc:.ri», a ;?uly �e ' > r to cr:orn L.he aorvicc. t%: -r aanl !. it aoac,-.tn!>lsq you 'Jill be nrti f".d x� n+* or r: air* allitia^el in.ox-intion. plosao cn lta^t "A. Foxy truly youraq i3tric0 :n^!coat ailitioa r'n;ineor "Al1'Vvq naUn^ton I'` 4 ra c:loy ♦ 4 f 1r�Nv F. • a" 171141ltb to N^ . ro` lion :•any 2 .i 'J74 c 7 • -rt Of f .r•.tsha, r vi :a.i it fire nrotectton phns on the above � . OJ"ct : , :. • n r • ;itntcO the ;tnto'a newt for t.A niiltior.l later " J l '' ?^ .^ 521 cxrtitutu a =A;-, lo-Rmt to our latter reluest of '•arc + ' 1 1 co.t "'I' me for yroviiic; Was Snarmuan uni aunnntion followlc, loc,tionm or itf C,i l'+tr 1 wJt,lrlin0 • .. r j . f �j: pt Lt2 wltn i' .Iuzli2<• ir*n yft "rlino n0rt4 elio of ,arth exterAir.; ton ;azvenilmt lot,Di1 Gr.ro;i t:10 north our') lino on nOrth.. jr`t -;tremt. r 1 1 • ; n tcr,ice account [word tion Location _F•_I rber _ -L; ;..42 1::..tall a tee mA 200 ,.W. 13th at. :paten ,;G valve to an exist- inc; City of Renton 6 inch water main Your rerpanrc sL•culd be rertricted to a diaeu:r'_cn of the services requested, crd will be ccnsidercd a supplement to your estimated amount of t60257.c99 outlined in yDur letter dated 14arch 7, 1973. if ycu find the full amount of the work outlined herein tw be acceptably and s.11 perfc,;m U:e work, the Dopertment ro.•ill ccrisidcr year reaponae, bearing duly authorized sitAature, to be on offer to perform the service. is Dapartment will reviser the proposal and, if acceptable, you will be roti:iwJ by a lctUr of acceptance. _: you havo any questions, or rec,.. ire additional inlormaticn, please contact :1 .'aniereon at 455-7110 or 71v9. Vary truly yours, L•. I. IeOBUIIT:, District Lnelneer H. J. Semenock District Utilities ;:nrlraer lu6;7 gk N.L. ?tti ALtsl Bellevue, Lashing ,n 98004 boos Mr. 3d Flepers Mr. Bentley - Hdq. Utilities 1 t ,.y t •/ de0 ■ "nt"cr 26, 1973 ' of, Rent.n - � � �,•.. -- , 0 wv.virn .. :.rrcn -- ublic Lor}:e Director pity ;:all - Z,ru tAll Ave: So� l;�ntcn, U"hino-ton -9UO55 CS 1744 :'i 405 Tukwila t, 'ractoria Fire ?rote^tiun L-4275 City of Rentcn SU 2041, 2,42 th-.t 2043, 2073 asvf 2074 Supplement #3 Gntlt^,nn# ; t'n , field conditions, disoovared and reloted to this Office September G;+, .1�(j, Mceecitated the Department of hi&hwry a to revise Ste fire ;'ro- tcaicn ;:lrns on the above r:ferenccd rroject. . . t^,2 N3. 6, SU 2042, of said project, now requires Ule installation of t mt.d valve as o;,puaed to the oriCinal request of a ecnnection to ... ::;tinr tee. • :.17e4gcMd nce shall constitute a su>nlement L, our letter renueet '"arch 7# 1973. P1rr7e ;;rotride n most eatirnat,., for nrovidinE, for the installation of a tee, valve and inapection charges at the fc,lluwing location# 2 o t Z 44.< 'a. i i THE CITY Of 4ENTOti z w MUNICIPAL BUILDING 200 MILL AVE SO. RENTON.WASH 98055 n o - AVERY GARRETT,MAYOR 0 PUBLIC WORKS DFPARTMFNT 0 �Q' Warren C Gonnason. Dirertor 41f0 SE pit November + 1973 Mr. H. J. Semenock District Utilities Engineer Department of Highways 10637 N.E. 8th St. - Bellevue, WA 98004 Attention: Al Anderson Subject: CS 1744 SR 405, Tukwila to Factoria Fire Protection L-4275, City of Renton, SO 2041, 2042 through 2048, 2073 and 2074 Supplement M1 Gentlemen: This is to acknowledge the receipt of Supplement 01 (dated September 28, 1973) of the agreement between the City of Renton and the Department of Highways. This supplement was for the deletion of service account number SU 2048, System 823. This deletion (estimated at $1,672.33) would change the estimated total amount of $8,257.99, as per our letter dated April 4, 1973 to a new total estimate of $6,585.66. If further information is required, please contact this office. very truly yours, Richaro r . Houghton Utilit Engineer Ronald L. Olsen Utilities Office Engineer ri RLOspmp �9r µ Cage 2 November 6, 1973 Coat Factor 145,785.49 = $ 35.6584813/ft. 1284 ft. Cost to state = $35.6584813 x 328 ft. _ $11,695.98 Service Account Cost = $11,695.98 = $5,847.99 2 Svc.Acct.No. Description Location SU 2074 A 6" tie-in and appurtenances Left 90 feet of approx. to a Renton 16" water line H.E.S., SR405, 285+00, on north side of N. 3rd St. System #15 Estimate: Materials, equiimen.., installation, connection fee, and sales tax $5,847.99 (The estimate is based on formula used in SU 2073 calculation) SL 2092 A 6" tie-in and appurtenances Left 50 feet of approx. to a Renton 16" water line H.E.S. SR 405 276+10 on the northerly aide of SR 169 System #14 Estimate: Labor $ 331.68 Eq::pment 227.56 Material 875.64 Sub Total $1,434.88 5.3% Sales Tax 76.05 TOTAL $1,510.93 This supplement 82 will be additional to our agreement dated April 4, 1973 and will change the total estimate as follows: Original Estimated Agreement $ 8,257.99 Supplement#1 - (1,672.33) New Estimated Agreemcn' Total 6,585.66 Supplement A2 13,206.91 New Estimated Agreement Total $19,792.57 If further information or acknowledgement is regvired please contact us. Very truly yours, Richard C. Houghton Utilities Engineer Ronald L. Olsen Utilities Office Engineer PLO:per) � k THE,E CITY OF RENTON n m MUNICIPAL BUILDING 200 MLLL AVE SO. RENTON,WASH.98055 90 -" AVERY GARRETT,MAYOR PUBLIC WORKS DEPARTMENT O P Warren C Gonnaton. Director q APED SEPTE41`' November 6, 1973 Y'r"ri• ■ Mr. H. J. Semcnock jL District Utilities Engineer II Department of Highways II - 10637 N.E. 8th St. Bellevue„ WA 98004 �._ Attn: Al Anderson Re: CS 1744 SR 405, Tukwila to Factoria Fire Protection L-4275, City of Renton, SU 2041, 2042 thru 2048, 2073 and 2074 Supplement 82 Gentlemen: The following is a cost estimate as reg, ed in your letter dated September 12, 1973: SSU U. 073 2073 O. Description __ Location _ S A 6" Tie-in and appurtenances to Right 80 feet of a Renton 16" water line approx H.E.S., SR 405, 284+50 on North side of N. 3rd St. System #15 Estimate: Materials, eqm. pment, installation, connection fee, and sales tax $5,847.99 This estimate is based on the following formula: Total Cost of Watermain - Asphalt Overlay + tax Cost Factor = Total footage of project Cost to State - Cost factor/ft x State R/W width Service account coat - Cost to State Number of SU Installations Cost Factor 253,081.00 - ;9,600.00 + $2 304.49 1284 ft. t Gage 2 November 9, 1977 if further information or acknowledgement is required, please contact thin office. Very truly yours, Richard C. Houghton Utilities Engineer Ponald L. Olsen Utilities Office Engineer RLO:pnp 1 AFP 'VEU AfJ CEPijEO JAN 41974 A-;�rove3 as to form _.__._.._ ._ .197� :-� Assistant Director for . _....._.>.. l.�aistant Attorney Generalal Hi Bhwa Y Development t h � J THE' CITY 0U RT,N.T(� ,,N N MUNICIPAL BUILDING 200 MILL AVE SO, RFN(O%VIA:R 9nU1� �rA i AVERY GARRETT,MAYOR p PUBLIC WORKS OEPARTMENT Oq 6P Warren C.Gonnason, D,reclor 9rE0$[PSEkO November A, 1973 i Mr. H. J. Scmenock M / J [+istrict Utilities Engineer ; I Department of highways f ' 10637 N.E. 8th St. Bellevue, Washington 98004 I Attention: Al Anderson Re: CS 1744, SR 405, Tukwila to Factoria, Fire Protection L-4275 City of Renton SU 2041, 2042 through 2048, 2073 and 2074 Supplement M3 Gentlemen: The following is a cost estimate as requested in your letter of Septem- ber 26, 1973: Svc. Acct. No. Description Location SU 2042 Install a tee and valve to an 200 S.W. 13th existing City of Renton 6" water main Estimate: Material $ 220.00 Equi.pnent 90.00 Installation 85.00 Sub-Total $ 295.00 5.3% Sales Tax 20.94 TOTAL ESTIMATE $ 415.94 ,his supplmment #3 will be additiunal to our agreement dated April 4, 1973 and as revised by Supplements Al and 02. The new total estimate is as follows: Original Estimate Agreement $ 8,257.99 Supplement 01 - 1 1,672.33) Supplement 42 t 13,206.91 Existing Agreement Total S 19,792.57 Supplement 13 415.94 New Estimated Agreement Total $ 20,208.51 \'. .J '1 1 1 r...�in FIIGIIWAY COMMISSION '' I ll i+, I'1. 'w♦1 lu I111.111\.\1ti i '<y - • cWtxrR,of U.otr,at Emprnnor .r 6 li' "n,06 N r.. 4th 3ar..nt pyfllnvuu.Wnrnh u.p ton pp004 September 28, 1973 City of Renton Mr. Warren Gonnason i Public Works Director ' City Hall - 200 Mill Ave. So. ✓ `. Renton, Washington 98055 'µ) CS 1744 S4 405 .. Tukwila to Factoria ', � i Fire Protection L-4275 City of Renton SU 2041 , 2042 thru 2043, 2073 and 2074 Supplement #1 Gentlemen: A proposed tap to the City of Rentons existing 12-inch Rater main at S. E. 80th " Street and SR 405 has been deleted from the subject project dte to potentially undesirable constructlor, conditions. Please delete the foil owing which shall constitute a supplement to our letter request of March 7, 1973: Service Account No. Description Location Cost SU 2048 tap to existing 709 Rt. of SR 405 $7672.33 System No. 23 City of Renton station 455+50 - 12-inch main Please acknowledge the above change, by letter, which will be considered a Supple- ment . n your estimated amount of $8,257.99 outlined In your letter dated April 4, 1973. if you have any questions, or require additional information, please contact Al Anderson at 455-7110 or 7109. Very truly yours, E. 1, ROBERTS District Eng'feer r ALA:mg / eShi EHENOCK t Utilities Engineer 10637 N. E. 8th Bellevue, Washington 98004 1 lohnA Cuppl h.,rman ruroW Walsh aalrr rrrg....M Lena gram AM lame, I/arnldl B..ula. •. r b+wi WML WYI, frMM.. b.wwm+n ..,.rrp• o: cttae . _ .. ^_ t of z. ro a .:Lo r i 40'3 '. •:� on th o r.•: .h cib- cf orth ;rl .groat in *,ton n. t.,.n CA !aft fcot of t v-ra:clsata o" ^ton L . '. :5 .'75•I� on the - r 4 e r,-ir.:h northorly ate• of 164 .. i. '_. , . r . :.ling � to❑Iin^. r.''� ' :.ra='.. L'.a ro-•:'s care Sins . I67 +'. (r 1 .. s.c-Ittcj to a (11=urti0n of the ,n7rvie1a rr;uostoi. ❑'A , at.t to prar cotinnta.: acoaat or `1." &III ait2ia>1 in or7t ou i-,al haratn to a,s %cat-,.tm)la rnl All . a v4ll corjl',sr your rwmoraa. bcuri^.; a ="uly offer to the rsri ico. ' c a r+l ..'. if aunt;tnhle. you rill be notified or r, uir, w1litionnl infor-ition. ?l, l:o contaot I .. .. . .. -iIID or 710?. 7er7 ttv'_y yours. . I. '�S�ttrioG :^•inner ,i: ':,Kct �:LSIitlat : r.;iaxr ''^12cuta. aa'•in;-ton 1� '04 ti]iYi f :v+tac:�ar V. le)73 -i •.;In 171A :utswilu to :,:,cL*rin "Ire :rotr:tica ,-4r i :Sty of '.rntaI ,7 941. t-rA ''W3 an] ?op4 ! , of I revs-A it'i fire rrotection ;1-ne os tho eaovo 'S^ t •• -^`i "JJ1t9LC7 tll* :tatc*a narrl for two a i iitiona W ter yta conRtitute o nv;, lo:`rnt to our letter ro1ueat of 'arch a c3 .t —tis,te for ;.rovilin; ta!+a# in!ipMtion an! aAnnaotion :olla:.n; locntionns 7.rar«. . ,.� .o f t �.I,.:.,t 0-If a rie>:c ..ity of vnOrn 1 -ir h .: : ?Eno 9. . ;. ,:;i '-4 57 on i'.e with a G' lujtil•z iron wit ril-,o north eiio of .crth 3r1 .7t:d:t to a coivcml`+nt lcn-Vt bafna t::e rort`l oarb line on north 3r! ;twat. 1 � I~ City of 1'enua . 4 :rr,n Cornason -•tembc+• 26, 1SV PP., e 2 `_crvicc Accuunt Description Location SU 1-42 install a tee and 2u0 13th St. Lystem ;'6 valve to an exist- Heaton int; City vf Hcnton inch water main ` Ycur rerp:.nee shculd be restricted to a di3cu etcn of the services requested, end will be ccnsidered a supplement tc, your estimated amount of w0257.990 outlined in your latter dated Narch 7, 1973. If ycu find the full amount of the r:ork outlined herein to be acceptable and rill perf<rm the work, the Department will consider your response, bearin6 n duly Put",,,riled silpaturc, to be an offer to perform the service. .:e Dcaartr3cnt will review the proposal and, if acceptable, you will be noti:ied by a lcttar of acceptance. 11 you have any questions, or require additional intorwaticm, please contact Al Anderson at 455-7110 or 71u9. Very tivly yours, E. I. ItCOALAi .; District lYyyineer H. J. Scmenock District Utilities Za11raer 10677 N.E. -Rth AL'Ur;:cl Bellevue, Washington 9&)04 bees Mr. 2.d kaepers Mr. Bentlf - Hdq. Utilities , .0: W.ishington State Highway Department April 4, IV73 F;,OM: Marren C. Connason Paje 2 SU No. 2044 Descriptions Tis-In Locations 1500 Park Road Renton. NA 15' Rt. 463+50 System 013 Estimates Labor $ 664.16 Equipment 524.00 Material 1 462.44 Subtotal 2.650. 5.3Z Sales Tax 141AI Totals $2,792.51 Su No. 2045 Type: Tie-In Locations 105' Rt. Sta. 276+00 System 114 Zotimatet Labor $ 331.68 F-1vipment 227.56 Material 875.64 Subtotal $1,434.88 5.3% Sales Tax 76.05 Totals $1,510.93 Su No. 20" Descriptions Tie-In lacatioa: 75' Rt. Sta. 304+90 System #16 Eating to: Labor $ 331.68 Equipment 227.56 Material 787.02 Subtotal $1.3Z6.26 5.3% Sales Tax 71.35 Totals $1,417.61 Su No. 2047 Type: Tie-In Locations 1400 Jones Ave. N. E. System f18 Estimates Equipment $ 98.0 Installation 102.00 Subtotal 200,00 5.3Z Sales Tax 10.60 Tools $210.60 s � t 1 THE CITY OF RENTON MUNICIPAL BUILDING 200 MILL AVE.S0. RENTON.WASH,99055 AVERY"ARM,MAYOR • DEPARTMENT OF ENGINEERING P rED SEPtf'�'0W April 4, 1973 In Washington State Highway De,:artment • Office of the District Utilities Engineer District No. 7 10637 N. E. 8th Street Bellevue, MA 98004 Attention: Yr. H. J. Semenock District Utilities Engineer Subjects CS 1744 SR 405 Tukwila to Fsctoria Fite Protection L-4275 City of Benton SU 2043, 2047 Gentlemen: In anawar to your letter of March 7, 1973, the City of Renton agrees to provide water source for Fire Control service at the subject proje__ ocation for the following estimated cost: SU No. 2041 Descriptions Tie-In Locations 1400 S. W. -Ady Way Renton, WA System 05 Eeti•Ites Material $227.09 Equipment 98.00 Installation 102.00 Subtotal $427.09 5.3X Sales Tan 22.64 Total: $449.73 SU No. 2042 Types Tie-Da Locations 200 S. W. 13th St. Benton, WA system 06 Eatis•tes Equipment $ 98.00 Dastallat!on 102.00 Subtotal y2r 0000 5.3% Sales Tax 10.60 Totals $210.60 s 1 ti VVASHIN(,ION SlAli HIGHWAY COMMISSION uGff f ``ewsans-`"°etfor G.FI.Andrews-purl for )iPARfMfNT Uf HIf.H.YA1 `, i OffRce of Oretrrct Enprneer Oretrlct 7 1O5OH N.E. 4th Street Bellevue.WeshirWton 98004 September 28, 1973 REct. ; 1 IC T 2 '973 ! City of Renton � ■ Mr. Marren Gonnason "emean Public Works Director City Hal) - 200 Mill Ave. So. Renton, Washington 98055 CS 1744 SR 405 Tukwila to Factoria Fire Protection L-4275 City of Renton SU 2041 , 2042 thru 2043, 2073 and 2074 Supplement #1 � Gentlemen: A proposed tap to the City of Rentons existing 12-inch water main at S. E. 80th Street and SR 405 has been deleted from the subject project due to potentially undesirable construction condition.. Sr. Please delete the following which shall constitute a supplement to our letter request of March 7, 1973: - Service Account No. Description Location cost - SU 2048 tap to existing 708 Rt. of SR 405 $-1772.33 System No. 23 City of Renton station 455+50 12-inch main Please acknowledge the above chan,e, by letter, which will be considered a Supple- ment to your estimated amount of $8,257.99 outlined in your letter dated April 4, 1973• (f you have any questions, or require additional information, please contact Al Anderson at 455-7110 or 7109. Very truly yours, E. I. ROBERTS District Eng veer ALA:mg H. J •SENENOCK� s D n ct Utilities Engineer 10637 N. E. 8th Belle)ue, Washin, n 98004 John N Rupp Ghahman Haruki Walsh 9akrr,RvRusnn 1 onra Ream A.H.Parker Harald L.aou4< 1.ir4 f.nm .v..6 n di. ,nHm. e.r.m.nun ax.nvy % , I3 !�A i is , Jll A h* W ASMIN S;TUB �7 �.I I f Oaniel /. Evans-Governor HIGHWAY COMMISSION G.H Andrews-DIre(lo. UEPARiklENf OF HIGHWAYN it Office of District Engineer Uistr,et 7 1050E. N.E. 4th Street. , Sollevue.Weeh,npton 913004 F .q' October 19, 1973 t; City of Renton Mr. Marren Gonnason 1 ' , Public Works Director i City Hall - 200 Mill Ave. So. ytrr T II Renton, Washington 98055 CS 1744 SR 405 Tukwila to Factoria l Fire Protection L-4275 City of Renton `r SU 2041, 2042 thru 2043, 2073 and 2074 Gentlemen: Attached are two (2) sets of plan change proposals and computations on the sub- ject project, which were reviewed by Mr. Ron Olsen of your Department, October 17, 1973• The State is specifically requesting ...e Cityls approval on both systems since portions of both systems potentially may be turned back to the City for owner- ship and maintenance purposes. Your attention to the above matter at your earliest convenience is requested, since construction on the project is underway and a delay in the contract could occur if approvals by the City is not readily ootainable. If you have questions on the above matter or require addi , a1 informs tlon, please call Mr. At Anderson at 455-7110. F Very truly yours, E. I . ROBERTS Distract pgineer {?irC>tC H. Ck4H ^i SEMENOCK eistrict Utilities Engineer 10637 N.E. 8th Bellevue, Washington 98004 K ALA:mg Attach. John N.Rupp fhm'~ Harold Walsh Baker ferttuxrn lour Ream A.N.Parker Harold L BOYIar Y.JNe Iw,•ne WJI.V7JI. Spo�.n♦ !•�wiMon M•e•.ry y i y, tit' October 19, 1973 Mr. N. .7. Semsnock District Utilities Engineer Department of Highways 10637 N.' gth Bellevue, Washington 99004 attention: Jerry Edwards CS 1744 3R 405, Tukwila to laotoria, Fire �TDt4aU= Contract City of Renton Dear Mr. Smonock, This is to stete the City of Reatonws approval on the shackling and concrete blocking design for System $21 and on System •IS. The City of Renton appreciates the OftJrts Ostend" on the designs of the blocking on the fire contmi systems. Very truly Yours, Richard C. Houghton utilities Engineer Ronald L. Olson Utilities Offics Engineer R Irmp 1 ;6 ;eye 2 t:,vember 6, 1973 Cost Pastor $45,785.49 $ 35.6584813/f.t. 1284 ft. Cost to State $3S.6584813 x 329 ft. • $11,695.99 Service Account Cost 611,695.96 - 65,947.99 2 Svc.Acot.Nc. Description bxation SU 2074 A 6" tie-in and appurtenances Left 90 feet of approx. to a Renton 16" water line H.E.S., Sa40S, 285+00, on north side of N. 3rd St. System #15 Estimatar Materials, equipment, installation, connection fee, and sales tax $5,847.99: (The eatimate is based on fornuis used in SU 2073 calculation) SU 2092 A 4" tirin and appurtenances Left So feet of approx. to a Renton 16" water line H.E.S. Sit 405 276+10 on the northerly side of SR 159 System 024 Eatfasta, Labor $ 331.68 y equipment 227.56 :•eterial 975.E . Sub Total $1,434.88 _. . S.3a Sales Tax __7 ' TMAL $1:510.93 This supplement •2 will be additional to our agreement dated April 4a11073 and will change the total eetimmta es follows, •• -• . f15 Original Estimated Agreement $ 81257.99 Supplemental - (1,672.33) ,n Now estimated Agreement Total 6,585.66 "•,• �' .a: Supplement 42 17.206.y1 pew esti•atad 4grevrent Total 019,792.57 It turther infersstlem' or scRwwlmdgWAnt is required plemse contact um. very truly yours, Cc is . urta -• 6:ot facto:, RidbWd C. Houghton te•'.tiicr 'croup e1xt _ ' Utilltles Engineer Cost. nctar 3?^,: fionald L. 01000 Utilities Office raginear Itl.Oipp t .T r, a ,r 1lovember 6, 1973 Mr. H. J. Somenock '�.. District Utilities Enqinser Department of Highways - 10637 N.E. 8th St. - Bellevue, HA 99004 Attn, Al Anderson f Rot CS 1744 SR 405, Tukwila to Pectoris Piro Protection L-4275. City of Renton, SU 2041, 2042 thru 2049, 2073 and 2074 Surplament 42 Gentlemen: The following is a cost estimate as requested in your letter dated September 12, 19731 Svc.Acct.No. Daeeriptior. Locetlon SU 2013 A 6` Tie-in and appurtensnoes to Hight 30 . ,)t of a Renton 16" water line approx H.E.S., SR 405, 2840So an North aide of - - N. 3rd St. ' System 415 Estimate# Materials, equipment, installation, connection fee, and sales tax $5,847.99 This estimate is based on the following formula, Total Cost of Natermain - Asphalt overlay tax Cost Factor m Total footage of project Cost to state - cost factor/ft x State R/N width service account cost. . Ccst to state Number of BU Installation Cost lector 853,081,00 - 59,600.00 + 62.304.49 1294 it. ti � Novembur a, 1973 Mr, H. J. Semenock District utilities Engineer Department of Htghways 10637 H.E. Sth Street Bellevue, Washington 90004 Attention, Al Anderson 7 - Subject: CS 1744, SR 405, 7%-kwila to Factoria Fire 1rOtection L-4275, City of Renton, SU 2041, 2042 through 2048 2073 and 2074 Gentlemen, This in to confirm the requirement of an additional H" toe and gate valve to be installed in the proposed 8" duct iron water pipe in system 18 (SU 2047) Jones Ave. N.E. at the intersection of N.E. 12th St. This installation is required so that in the future the City will have a connection point to extend from, if it is determined that the main should be looped or tie-in to other mains in the City aye- tem. If further information is required, please contact this office. Very truly yours, Richard C. Houghton Utilities Engineer Ronald L. Olsen + Utilities Office Engineer R>�Gepp i F � November s, 1973 Mr. H. J. Semonock District Utilities Engineer Department of Highways 10637 N.E. 8th £t. Bellevue, WA 98004 Attentiont Al Anderson P , Subject, CS 1744 £R 405, Tukwila to Factoria fire Protection L-4275, City of Renton, SU 2041, 2042 through 2048, 2073 and 2074 Supplement 01 ;entlemen, This is to acknowledge the receipt of Supplement Yl (dated September 280 1973) of the agreement between the City of Renton and the Department of Highways. This supplement was for the deletion of service account number SU 2040, System •23. This deletion (sstimated at $1,t�72.33) would change the estimated total mount 01 $8,257.99, as per our letter dated April 41 1973 to a now total estimate of $6,585.66. If further information is required, please contact this office. Vary truly yours, Richard C. ltoughton Utilities Engineer Ronald .,. Olsen Utilities Office Engineer RLO,pap I / ✓ _ .. ./1 Ask r� r� rage 2 November B. 1973 If further information or acknowledgement is required, please contact this office. Very truly yours. Richard C. Houghton Utilities engineer Ronald L. Olsen Utilities Office Engineer R1.Oti■P ° . A.rl 14 `Y0"j b'r -jj"iit . i.Yipinal MNcit:avx A_..< . Z "Mltmvtt VI 7royyle■ax,t t12 • `.lclatiaq Artem21W. `l4S.11 . .. •••'' ...:: How set'..oat A fissra..cuv:t "'Aal - .. November 8, 1973 Mr. H. J. Semenock District Utilities engineer Department of Highways 20637 N.C. 8th St. Bellevue, Washington 98004 Attention, Al Anderson Res CS 1744, SR 405, Tukwila to Faotoria, Fire brotection 1,1427% City of Renton SU 2041, 2042 through 2048, 2073 and 2074 Supplant 43 Gentlemen i The following is s cost estimate as requested in your letter of Septam- bar 26, 19731 Svc. Acct. No. Descrietien 1.xatiun SU 2042 Install a tee and valve to an 200 S.N. 13th existing City of Bunton 6" water main Estimate, material 8 220.00 Equipment 90.00 Installation _85_00 It 0 Sub-Total $ 395.00 5.30 Sales Tax 20.94 T(RAL ESTIMATE $ 415.94 This supplement 93 will be 644itional to our agreement dated April 4, 1973 and am 'Devised by supplements 41 and 42. Tao new total estimate is es roll.ve original Eatimats Agreement 8 81257.99 Supplement 91 - ( 1,672.33) Supplement 92 + r.505.66 Existing Agreement Total 9 29,792.57 supplement ♦3 415.94 Her Estimated Agreement Total 0 20,208.52 i 1 -a fIy` y 4 WASHINGTON S1AEi Darnrf /. Evans-Gnv.rnof J' HIGHWAY COMMISSION10 � � G.H.Andrews-Davaor OEPAPUfENT .X HIGHWAIS Ofhce of O,ecr,ct Enoinaer O,scrict 7 10506 N.C. 4th Street 6ellev is.Weehmoton 58004 January 14, 1974 City of Renton Public Works Office 200 Mill Ave. So. Renton, Washington 98055 SR 405 CS 174303U at al Attention: dr. Ron Olson Tukwila to Factoria - Fire Protection 1-405-3-405-154 Contract 9539 Dear Sire: SU 2041 - 2048 - 2073 - 2074 This letter is notification of our anticipated completion date of January 18, , 1914 for Fire Control System 2l in the vicinity of May Creek and Interstate H'.ghway 94U5. We would eppreciate scheduling Hydrostatic Testing as soon au possible. Further, we acknowledge Mr. Jim Shawls conversation with you on January 7, 1974. Following that phone conversation as we requested, Mr. Shaver made on on site inspection. During Mr. Shaver's inspection his discussion with Mr. Shaw included an understanding that the Contractor would continue working at this site daily until completed. As all other fire systems constructed in accordance. with the above referenced agreements are completed we would appreciate this opportunity to review these systems with your inspectors or maintenance personnel. Very truly yours, E. 1. ROBERTS District Engineer E. A. KLSPUS / Project fealweser Jw;mh cc - Al Aroeraon fob F ,r� E'� JAN l f3 L;14 FMAC h, DaPT. Clfi . 'UN John V.RuAXM Churman Hudd Wahh lakrr irryuxun lorne Ream AN.Prier HsroW L.Sou/u k Wad. ♦q+.iw egnunon .eeMwr Y:n \\ Y+l it\t:i �♦ '.I \II ,�,,.n•••sp�«._„� •�. .~ 1,.ruu•111�,ur, HIGHWAY COMMISSION I,II Anthews ibH11,,, I/1,•.,R I\II K I l)I I I Il:1Il\'.\,ti Offc of 0•stnct E'npr•leer \ j 0•etr•ct 7 ` 105013 N.E. 4th Strut Eleuo us.Weshrnpton 9BLI04 , September 28, 1973 City of Renton Mr, Marren Gonnason Public Works Director City Hall - 200 Mill Ave. So, Renton, Mash;ngton 98055 �, In,4 LT • CS 1744 SR 405 Tukwila to Factoria Fire Protection L-4275 City of Renton SU 2041 , 2042 thru 2043, 2073 and 2074 Supplement N1 Gentlemen: A proposed tap to the City of Pentons existir7 12-inch water main at S. E. Both Street and SR 405 has been deleted from the suoject project due to potentially undesirable construction conditions. Please delete the following which shall constitut, a supplement to our letter request of March 7, 1973: Service Account No. Description Location Cost Sit2048 tap tv existing 701 Rt. of SR 405 $ 72.33 System No. 23 City of Renton station 455+50 12-Inch main Please acknowledge the above change, by letter, which will be considered a Supple- ment to your estimated amount of $8,257.99 outlined in your letter dated April 4, 1973• If you have any questions, or require addltivnal information, please contact At Anderson at 455-7I10 or 7109. Very tr,-Iy yours. E. 1. ROBERTS District Eng Peer ALt:mg �>.tlsol G'fL H. J SEFIENOCK D� Pict Utilities Engineer 10637 M. E. 8th t 3elievue, Washington 98004 IOIM N.aupp(Mum.n Harold Wll,a A H Ynlr, Hunld t anub, 1 r STATi OF WASHINGTON oanlel A Evans. KYOIIM �4 9 J'rH lYn} L// E LS U V D L WASHINGTON SEP 17161.E STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS PUBLIC WORKS DEPT, CITY OF RENTON 0"Ict a,0.9y" r[NOIX[90 oi[rnv wo • I V� IOb.I. f [rN NO(C � S ✓�N flLl[V V[ W...X wOrOw I.00. .> September 12, 1973 City of Renton Mr. Warren ^-onnssoa Public Works Director b 3r City Hall - 200 Mill Ave. So. Heaton, Washington 98055 cs 1744 sa 405 Tukwila to Bactoria 'S Tire Protection L-4275 City of Renton SD 2o41, 2042 thru 2043, 2073 and 2074 Gentlemen: The Dot artsent of Highwaf has revihed its fire protection plans on the above , referenced project area and necessitates the State's need for two additional water lain tape. This correspondence shall constitute a supplement to our letter request of March 9, 1973. noose provide ■ coat estiawte for providing taps, inspection and connection charges at the following locations: Service Account Number DD Isoriptioa Location SD 2073 a 6-inch tap and appurtenaooeh to Right 90-ffet of approximate City of Renton 16-inch waterline H.E.S. SR 405 234a50 on the with a 6" dnetile iron waterline north aide of North 3rd Street extending ""-e nient length _ beyond the r.o.kt 4,•b line on north 3rd Street. Y ^E73• f 4 1 !�wrp Fii Mlr KrK` •h�'Owovrwr � / It•. N ryr .! I/ry-/ LSO � �•�., / J f� �, WeVol 40 SR405 - Sam K,,, - -1 �---�- .+6. - nn1£J -- L uwrClienr 7" f-W Nibs Mi/w Jwpph" Id liubllr/ NY Rr~ NHir pr,0Y. I t. O/wrw Ypo�wr ar/ww: A&df~'W , wy:( r orrw// ow sAnf /E JYS7r /lM6II[ #dr / F !J: M arw�// re Fig 7AruaY bi/a Fwr WOW, 2. PI Fwi 4(P- L4rii/ Jrr r FwJp 4�r/i b~� /nor/Lna w1 N r yn J y`Na ; SrstEN 1'16 h rF .,y � ` b . "• .� o -- / \ %s y � '+ 3'iaM wa •- t, �� �� � srsTaran�a' •,� sit \ / �[N ,{� ��', re rpf� . FR. 6 dgo Sit 40 MP 0.47 TO MP TIM TUKWILA TO FACTOMA•ME►/ORCIT M VICINITY MAC J \ IL .avww.nu+r'.n sn� i SWTH gEj\rrON r 2 s2R t � City -,f .-ienton Mr. Warren Gonnason September 26, 1973 Page 2 Service Account Description Location Number _ SU 2042 install a e and 200 S.W. 13th St. System #6 valve tc exist_ Renton ing City of Renton 6 inch water main i Your response should be restricted to a discussion of the services requested, and will be considered a ouppl.ement to your estimated amount of $8,257.99, outlined in your letter dated March 7, 1973. If you find the Still amount of the --k outlined herein to be acceptable and will perform the work, the Department will consider your response, bearing a duly authorized signature, to be an offer to perform the service. The Department will review the proposal and, if acceptable, you will be notified by a letter of acceptance. If you have any questions, or require additional information, please contact Al Ande^on at 455-7110 or 7109 Very truly yours, E. I. ROBERTS District Engineer H. 4°otenock strict Utiliti ea Engineer 1G637 N.E. 8th ALA:elcl Bellevue, Washington 98004 STATE OF WAiHINGTON OANIEL J. [VANS, sov4xon , arq WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS O/F:C[Or OIRPNCT 6Na:Ne[N oovm+ +o iif v�u e. +..+ow Ftember 26, 1973 City of Renton Mr. Warren Gonnason ' Public Works Director City Hall - 200 Mill Ave. So. s Renton, Washington 98055 CS 1744 SR 405 Tukwila to Factoria Fire Protection L-4275 City of Renton SU 2041, 2042 thru 2o43, 2073 and 2074 Supplement k3 Gentlemen: Existing field cunlitions, discovered and related to this office September 24, 1973, necessitated the Department of Highways to revise its fire pro- ,action plans on the above referenced project. System No. 6, SU 2042, of said project, now requires the installation of a tee and valve as opposed to the original request of a connection to an existing tee. This correspondence shall constitute a supplement to vur letter request of March 7, 1973- Please provide a cost estimate for providing for the installa'.,ion of a tee, valve and inspection charges at the following location: : X PROJECT NO. W-190 UTILITIES DEPARTMENT CITY OF RENTON WORT; ORDER NO. WASHINC70N DATE SUBMITTED 09-26-73 DAIE COMPLETED DEPARTMENT WATER DESCRIPTICU OF WORK Replacement of existing 2" galy. main with 12" C.I. in N. 40th St. between Park Ava N. and Meadow Ave. N. NECESSITY WORK TO BE DONE BYs (Material estimate only) City Forces Contract Others ITEM QUANTITY UNIT COST AMWNI 12' C.I. water pipe (T.J.) 846 LP 5.72 4,839.12 6" C.I. water pipe (T.J.) 10 LF 2.37 23.70 12" gate valve (MJx.M.J) 2 Ea. 247.20 494.40 2" bypass valve assemblies 2 Ea. 80.00 160.00 i 8" gate valve (FLxFL) 2 Ea. 120.00 240.00 w 6" gate valve (FLxMJ) 1 Ea. 77.25 77.25 Pre cast cone. valve vault 1 ra. 150.00 150.00 8" x 24" C.I. valve boxes 5 Ea. 17.10 85.50 12"x 6" C.I. reducer (MJxMJ) 1 Ea. 55.00 55.00 w 12"x 8" C.I. tee (MJxFL) 2 Ea. 115.85 231.70 12"x 6" C.I. tee (MJxFL) 1 Ea. 92.50 92.50 12" C.I. 45° bends (MJxMJ) 2 Ea. 65.30 130.60 12" C.I. 90' bend (MJxMJ) 1 Ea. 74.55 74.55 8" C.I. blind flange tapped 2" 2 Ea. 15.00 30.00 5" MVO fire hydrant (MJ corm) 1 Ea. 228.50 228.50 18" fire hydrant extension I. Ea. .55.75 5.5.75 2" blow-off assembly 1 Ea. 100.00 100.00 +� 2" air-varcum-air release comb. assembly 1 Ea. 150.00 150.00 Misc. 2" galy. pipe and fittings for tie-in Lump S L.S. 60.00 60.00 Sub Total 7,278.57 5.31 Sales Tax 385.76 TOTAL 7,664.33 TOTAL- CCST APPROVED BY CUJ'T. OF UTILITIES DATE APPROVED 1 PROJECT..NO. Y-390 UTILITTIES DEPARTNBJTT CITY OF F.EtlIOV WORK ORDER NO. WASHSNGrON DATE SUBMITTED 09-26-73 DATE CUMPLETED DEPARTMENT 1'IATF11 DESCRIFTION OF WORK Replacement of existing 2" galy. main with 12" C.I. in N. 40th St. between Park Ave N. and Meadow Aue. N, NECESSITY WORK TO BE DONE BYt City Forces (Material. estimate only) Co:+tract O`hcrs ITEM QUANTITY UNIT COST AMOUNT 12" C.I. water Pipe (T.J.) 946 LF 5.72 4,839.12 6" C.I. water pipe (T.J.) 10 LF 2.37 23.70 12" gate valve (MJxMJ) 2 Ea. 247.20 494.40 2" bypass valve assemblies 2 Ea. 80.00 160.00 8" gate valve (FLxFL) 2 Ea. 120.00 240.00 6" gate valve (FLx1i1) 1 En. 77.25 77.25 Pre cast cone. valve vault 1 Ea. 150.00 159.00 8" x 24" C.L. valve boxes 5 Ea. 17.10 85.50 12"x 6" C.L. reducer (MJxMJ) I Ea. 55.00 55.00 12"x 8" C.I. tee (MJxFL) 2 Ea. 115.85 231.70 12"x 6" C.I. tee (MJxFL) 1 Ea. 92.50 92.50 12" C.I. 45' bends (MJxMJ) 2 Ea. 65.30 130.60 12" C.I. 90" bend (MJxMJ) 1 Ea. 74.55 74.55 8" C.I. blind flange tapped 2" 2 Ea. 15.00 30.00 a 5" MVO fire hydrant (MJ conn) 1 Ea. 228.50 228.50 18" fire hydrant extension 1 Ea. 55.75 55.75 2" blow-off assembly I Ea. 100.00 100.00 +� 2" air-vaccum-air release comb. assembly 1 Ea. 150.00 150.00 i Misc. 2" galy. pipe and fittings for tie-in Lump S L.S. 60.00 60.00 Sub Tutal 7,278.57 5.3% Sales Tax 385.76 TOTAL 1,664.33 • T07AL COUT APPROVED BY SUPI. OF UTILITIES DATE APPROVED t. � 'fN S pn'y6�X ALS`-' yns AIP.ALT OF. Aepox Co35 fT [diC.n yaT AAA y / o .- -gin--OP—OP-- Yi \ V �• 1913 va(rR JY TEN MQ `��, �•—�► -it• r t Jk�Of MF 0AY 10 MP 1131 TUKWIIA TO FACTOl1A-F14t PROTECTION SY]TEM 21 Its CA`00 MOMS: - (of Le MVf"ny�n Jupp ....rr w�w L Cf•n.fh.nf e, RMnf.w We, O.Rt +,a f"rn Cry. of R✓/wry. — -- I `� M i Jr fir J\j60 297 e Z I N N WOY SMCE�NI i J \ �'110 J� t \ ON Jd 40 IM M � too \ tS t City a' rcnton ".,rc6 ", 1973 'ac: %.a. 2 li ;roc ;in' the full ar,aunt of the nrork ou U lnod herein to tc acceptable and will perfor:t the work, the D-,:)artrent will consider ;our respon:o, herein_ a duly eut'.Orizcd sienath,re, to :0 -in oifor to perform Oo service. Your response s:wuld a rc.ari a o,' to a dlscrasion of tha services requested. The Ocpartr..a„t will review acceptailla, it will be cxecutod formally by the State, and you ■ n•ilt .,r. nutiiieC regarding acceptance of your offer and a cop/ of the document will n.a r:turncd for your records, '; `If yo: have any questions, or require additional infomatlon I Al A.idorson at GL 5-2CO4, Extension 24G. Pleas* contact Very truly yours. E. I, rAOURTS � District Enyi.xer �'�ALA:csd 1� �Atia:il. iJ M. J. SEMENOCK District Utilities Engineer LI i r �i i 1 t STATE OF WASHINGTON DANICL J. EVANS. oowtnYmll 11, WASt-IINGTON arch ?, 1y73 :;TATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS WI.C[ " OIl1.1c, (NmN([m City oY Rcntoa .1.....1 N. 1 fir. v,. rre-, Go,nooson NN.,•••••,•••••••. • 'J.iiC 11Jrks Director .[a.w... wuaw.... ..... City IiaI1-2J:j 4111 Ave. So. CS 1)44 SR 1.05 Aooton, Washin.,ton 9455 Tukwila to FactOrls Fira Protection L-4275 Gentleron: City of Ronton SU 2040. 2042 thru 2048 Tc2 ^cpirtacot of H)7hwevs Is ptanninr, the installation of a fire control system C . t... Subject project, for which connections to the City waterlines will be cccstary for services to the State's hyGrants. PICJSa provide a cost estimate for providlnp taps. Inspection, and connection c.Urges at the following loeatlonst Vi*• Ker 22scr2tioa Lo=�tf n O SU 204# Tap to existing 1400 S. W. Grady May, Renton 0 (171) waterline System No. 5 SU 2042 Tap to existing 701 S. W. 13th St., Renton (�11) waterline System No. 6 SU 2i1A Tap to oxistin, 1500 Park Road, Renton System No. '13 (24") waterline 151 At. 463+50 SU 2045 Tap to cxistin7 1051 At. Sta. 276+00 Systn� No. 14 (iG") waterline SU 2:, Tap to exlstino OW) 75' At. Sta. ;04+90 System No. 16 SU 2047 Tap to existing /7 waterline 11#00 Jonas Ave. 3.E. System No. IS SU 204C Tap to oxlsting 70' At. of Sts. 455+50 System U3. 23 waterline Tna pro,iused taps and hydrant Installations have boon the subject of previous discussions. Pica" reply using a letter form similar to the attachsd sample and referring to the cost estimate only. Any other items for discussion should be a separate letter. i t 'V/' Y TO: Washington State Highway Department April 4, 1973 MO: : Warren C. Conneson Page 3 SU No: 2045 Descripciont Tie-In Location: 70' At. of Sts. 455+50 System 023 Estimate: Labor $ 664.16 Equipment 524.00 Material 400.00 ■ Subtotal $1,588.15 ■ 5.31 Sales Tax 84.17 Total: $1,672.33 Very truly yours, Warren C. 0onnason, P.H. Public Works Director Map Tfgrouhas to form APPaOV 4r* fcr cc ; rc a MY .-419% I�rr n.l Y �73L. &A AAA ._ssistant Attorney General Assistant Higb>Ry DsvelOyNdb kk 4 ru TO: Wavhing[on State Highway Department April 4, 1973 FRO::: Warren C. Gonnason Page 3 ------ ----------------------------------- SU No: 2048 Description: Tie-In Location: 70' Rt. of Sta. 455+50 ,Y Systemr23 Estimate: Labor $ 664.16 Equipment 524.00 :fat a r'_al 400.00 " Su ioLac $1,588.16 5.3i Sales Tax 84.17 Total: $1,672.33 Very truly yours, Warren C. Gonnaeon, P.E. Public Works Director RO:sp Owed tL to form APPROV AN D c t P r e D .MAY -.4197% tT., l.3.'�.......... 91�_V J�.� Iaefatant Director Yor RSgCety Development. Qtlant Attorney General Y e .r - - - -- - - -- - aVauYrIfrf...itYli111m�EYYE�ima4lzeiYY.alyG'tii.SiYlmYamiilr .• .,- ,_, .—...•.. .._ ..a1 e :0: 6'.^.sh.netun State Highway Department April iy73 F20M: Warren C. Ctunason Page 2 SC No. 20.4 Description: Tie-in Locati 7.500 Park Road Renton, ^A 15' Rt. 463+50 System I13 E Estimate: Labor $ 664,16 Equipment 524.00 Mate-la) 1 462.44 t Subtotal. 2,650,60 5.3% Sales Tax 141.91 :oral: $2,792.51. SU No. 2045 Type: Tie-In Location: 105' lit. Sta. 276+00 System 414 Estimate: Labor $ 331.68 Equipme: t 227.56 M^terisl 875.64 Subtotal $1,434.88 5.3% fxles Tax 76.05 Total: $1,510.93 SU No. 2046 ascription: Tie-In lacation: 75' Rt, Sta. 304+90 System #16 Estimate: Labor $ 331.68 - " Equipment 227.56 Material '87.02 Subtotal $1,346.26 5.3% Sales Tax 71.35 To.:al: $1,417.61 1' SU No. 2047 Type: Tie-In Location: 1400 Jones Ave. N. L. System 618 Estimate: hqutpment $ 98.00 Installation 102_00 Subtotal T-200,00 5.3% Salea Tax 10.60 Total: $210.63 FF • rA. ..�. •. .. _ .. es :Tyele.. .+ ,.::.ice£. . '. ...:W . . OF R g+ THE CITY OF RENTON MUNICIPAL BUILDING 200 MILL AVE.SO. RENTON,WASH.9SO55 " �• AVERY GARRETT.MAYOR a DEPARTMENT Of ENGINEERING $A �+ trEO SEP) April 4, 1973 Washington State Highway Department ■ Office of %he District Utilities Engineer District No. 7 1.0637 N. B. 8th Street Bellevue, WA 98004 Attention: Mr. H. J. Semenock District Utilities Engineer Subject: CS 1744 SR 405 Tukwila to Factoria Fire Frotec.:.on L-4275 City of Renton SU 2043. 2047 Gent.emen: In answer to your letter of March 7, 1973, the City of Renton agree. to provide water source for Fire Control service at the subject Project location for the following estimated cost: SU No. 2041 Description: Tie-In Location: 1400 S. W. Grady Way renton, WA System 85 Estimate: Material $227.09 Equipment 98.00 Installp".on 102.00 Subtotal $427.09 5.3X Sales Tax 22.64 Total; y449.73 Si No. )42 Type: Tie-in Locatioa: 200 S. W. 13th St. kenton, WA System i6 Estimate: Equipment $ 98.00 Installation 01.00 Subtotal T2N .00 5.3% Sales Tax 10.60 Total: $2A.60 ti 1 Av STATE OF WASHINGTON w 6 S INtlM WASHINGTON STATE HIGHWAY COMMISSION DEPAVTMENT OF HIGHWAYS orncs o• msrsr c..[wc men.. m.o,.-.a..w.vav ■ .a-..• wA.....T......• May 21 , 1973 City of Renton Mr. Warren Gonnason Public Works Director Ci :y Hall - 200 Mill Ave. So. Renton, Wash 9t 9 CS 1744 SR 405 Tukwila to Factoria Fire Protection L-4275 City of Renton Gentlemen: SU 2041, 2042 thru 2048 Transmitted here"h are two (2) copies of fully eXfileed agrer,.nent, refer - enced above, for • attention and comp y your office will be notified by the Staters Project Engineer, Mr. E. Klepers, when the work is to be performed. Mr. Klepers can be ctacte455171il at 3104 124th S.E., Bellevue, Washington 98005, by phone Very truly yours, E. 1. ROBERTS District Engineer ALA:esd SEMENOCK rstrict Utilities Engineer '• 1 IDi Mr. 1. I. Roberts, Wa3hin8too State Righwy Commission June 12. 1973 rpm RSSald L. Olson, City of Baotou Page 2 � :MXCT: CS 174303 SR 405 ). Plan Vuw (Coot.) gagieaetiag _etsareh s+et not have boon done whan the drawing wet prepared, beeewe there is a new, concrete retaining wall, which runs Pa:allal with Blain Avenue S. and crosses the right-of-way of w S. 4tL Street an the seat side. Construction will have to go • underneath this ratalning well and should be noted an the plane. It Should also be noted that if this Pis Control Outlet Is to bs located meer a bridge structure, that it be shown on the plan in relationship to that structure. Enclosed is s copy of the inte.s ction of 4th and Hain for your information. 3. General The title block app,,ars to hen boon put together in ratbw a hurry with extroeeay poor printing, also, no osom appears ee to who designed it, who draw it, woo cLscked it, and no eagiseer's stoop appears on the dreing. The Show are sons of the reasons why this drawing is act acceptable for a permanent record of the Installation. These rwona would be basically the snr for SysGr 018. Also enclosed are tas original plane for the retaining wall on M-10 Avenue S. This plan shows the retaining wall stopping at the South right-of-way line of South 4th Street. Juring crastruction of this retaining wall. It was decided to extend it across the South 4th Street right-of-way an the set side. Also attached is a water plan for Hain Avenue to show the relocation because of the freeway. The final enclosure is a wacer plan prepared by this office, entitled— Water Project 394, Intere"tion of Springbrooh Road and P. W. 43rd 3tr44t. This plan right be used as a guideline for the preparation of the enclosed rocarhad me" and for future projects subaittad to the Utility Department of Renton. If you have Bay further quastione on the wow, pl.aeee feel from to contact this office. Vary truly youre, Warren C. 0ooasssn, P.S. Public Works Director RlDtop Ronald L. Olson Snclosural Utility P.'fice Rngine.r l ti htne 19". w w Ns. 1. I. YobeTU District Engineer 11"hington State Highway Cowaie< .m District Uo. ) 10506 M. 1. 4th Street gs,11im s, Yw 95004 Attaar.icm: Al Anderson gph'patl S Cuarile.174303 sit O to yact T oria piss protection L-4275 City of Rsntm SU 2043, 2047 Dear Mr. aobartA: As per our discussion u to plans submitted for ptre Central System /11 and sirs Coatto, System /ls, attacbe4 herewith are the two (2) dvm'W suhmitted ens approval to this offlcp. These drawl So 4c nec net stmadatds Pod are not x GPPvffve1 for some of the follcyiag swoon• Basis dLwss_on will be as System J11, but comments wouiG be Approximately the sacs for System fla. 1. preflle 505LD-lsS wi the profile purtion of the drawing, the lettering is extreme y s . with no vssiiAtioa aswto liar alsooi widths. NO scale pPpssrr All vqrt bonds the line should lbe.called eout e&a totthedegresioilbYne AMdn water on the ths rype of joint as well as the station of the vertical Point. Vsrtical points should also be shown on the plan view, 2. P1Au 'Jiew go scab appears on the Plan vine: the la-•.trial and line work arts as senti.aaad in the profile. Center linen of SR 4055,, South 4th slSStrWAJ t, sad stain Avprw S, rrs mot shown on the drawing. be shown an the oemtsr jib* of the street and Station D+00 sbpw'I4 w rhawa at the Locatiana of cut.latetaectiou of Hain Avenue and South 4th street. The the of point and el"s of pipe are nor called utilitLes dm the main s)ouLG be sham from center lifts. pdstial Hain Avenue 8. cod South 4th Street snar-L.; be ehstr w the ,slam. The connections to the existing wain should also be shown kecssas tMKe are several water msiue in MA'.n Avenue S. t •4y its STATE OF WASHINGTOH DANIEL J. "AN&. Dovepwnl \fit :i.I rJ WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS OIIICt Or DItTtIGT[XOIXt{t DIRT wICI wD 1 .OW.w L 1iN fAD[R t.LI.I...X..NIw.TNN N.00. July 30, 1973 - City of Renton Mr. Warren Gonnason Public Works Director City Hall-200 Mill Ave. So. - Renton, Washington 98Oc5 CS 1744 SR 405 Attention: Mr. Ron Olsen Tukwila to Factoria Fire Protection Contract Gentlemen: City of Renton Permits 1203 and 1204 In our letter dated May 17, 1973, the State transmitted to your office, City of Renton street construction permits No. 1203 ,nd 1204, for the Cityts approval. The State has not received the subject permits, executed by the City, due to specific requirements the City requested to be entered on the submitted permit exhibits. Since the pending approval involved mainly compliance with the City's request to ` place certain data on the permit exhibits, to avoid possible claims and delays by our contractor this office is requesting the City give the State approval to proceed with construction of the referenced system when scheduled by our con- tractor. Submitted are revised exhibits, -,s per your request dated June 12, 1973, for your approval . If there are further questions on the above matter, please contact Mr. Edwards at 455-7110 or 455-7109. Yet,, truly yours, E. 1. ROBERTS District Fjnglneer ALA:esd J Attach. /L rrf/[ r K_ H. . SEMENOCK Istrict Utilities Engineer 10637 N. E. 8th Bellevue, Washington 98004 ♦ 1 -' r t4 ' wl 1 hf M1. j{( y 1 August 1, 1973 Mr. H. J. Sa♦anrk District Utilitiev Engineer Department of N17hwys 10637 N.E. M 7 Bellevue, Washington 93004 Attnf Al Andar&Wr Re, CS 17/0 SA 105, 1lnkwils to tectoria, rlre Protection Contract City of Renton Permits 1203 and 1204 Dear Mr. Samsnock, In your latter dated July 30, 1913 you state that you have not received construction penults Nc. 1203 and 120a. It is my under I -andinng that these apprcnrale heve been signed, approved and railed Sack. This latter is authorin:a n to begin. construction ou those an permits as per revised ,oita submitted to the City on July 31, 1973. If there are any further questions on the above matter, ple"s contact this office. Very truly yours, Marren C. Gor-eoon, 1. .9. bvblic Works Director Ronald I . Olsen Utilities Office Engineer RI.O,MP I F+- r WASHINCTON STATE HIGHWAY COMMISSION Dan a / (vans-Gnvfvr H.Andrews-Direrfor Ofhee of 0,etr¢t Enp,neer 0letrlct 7 10506 N.E. 4th Street, Bellevue.Weehinpton 90004 August 7, 1973 City of Renton Hr. Warren Gonnason r Public Works Director I City Fall - 200 NS11 Ave. So. 1 Penton, Washington 98055 ! r: CS 1744 SR 405 Pt llixvila to Factoria , FYre Protection Contract 9539 City of Renton SC 2041, 2042 thru 2048 Gentl- renr a Authorization is hereby given to the City of Renton to proceed with the work set forth in the subject agreements to include the ordering of materials that appertain tc tapping of city water mains to provide water sources for the referenced highway fire control project. Very truly yours, E. I. ROBEM District .:,nginesr i �.- ✓d9ra1�« �'�f. �EMEN�,CR .. strict Utilities Engineer 10637 N. E. 8th AIA ng Lielievue, Wash. 98004 Ybcle. * 3 'r473 r 46avh John N.Rupp(haoman He'.1d Wal.h A'I e'rer;u�nn l Druz Rean. A.H.Parker Harold L aoubc S.Nlle kwrpn N' I ..il• .IvrY.rvx a'..4.11•N M'[•MY1 4�' <a.*e N 31 c Is. TO t . / tt Q ji *04 ■ lb CAN C �1 � 9 if (. ■ AJ k,�'es Q ,k J 4 <r ty ? • � i 49 F AF •,y, eb W � � J ' •- 2'9J K YE CALL MJ\ CLA // VALvE00 / 9y J. _ ) CUSS / I /I= �00 49 n? i / ■ 4 1 ' nJrras A1fvl:tivs� �'- 1 ' I o I I ' O I , oleo F00. STATE DF9T. ` f/i1 $to 0•DO� Ifo•fe'Cf. 'ffE �MJ•FLj :L 25ovJRNQSR ` 6' GATE VA,WE (FL.MJ) CY \ / —Z'i7Y'TY •7E'YA iv TER_1W�.4--__ \ 1 — ---_CDNVFI"yhc7FM�:.FNTr, .9EY0l.G !•�. C!ih ��,� 1 N0.I5 J - a 1.ba it J � IZ 1 5Ys r � T2 3 N. R. 5 E. s eo J ` \ �M No•r4 / �2 /n/nuu,. /gp.....ub l ..... ..m.... u9//ntllerl4Nlru/� • • i � 100, 41 Ju :JeJ li I {ynwoefJoy re Cei.t/ny water A1ein JNpplied An/ MAPL! FAILff /eAfeded By b.A.n MiRr Dept /N!lRGNAXG! Z. 0/ae1 Mydr.nf Af 7" Of Slope- Lt.IND d L.e.b Mydre..r re Aff re we.imom Mfeelpn f .n. waffle (AI fwf X Ab111 Lq Ua.yAl Nydrinl (r.IN uyinr /ref O.rKJ..n1 1 / • 8r,dye Dvf/t� rfot I. iWA4( MOM 6 bib V.:.. Cy OfAerA. 2' for lebwtpn ! BNAf/J1 0.61.14 !er Ms/er A FI / 10eN Drdn WIN uV Orif Inn Ydw O.e. P.p% Jee JAwf Is A P.nlny JuA.tee InM. par rMeef AHee Der. . Jet JAwf 2e AspA./f FM OprlyM N/•er./.f /wlfl/NI/e♦ Joe �' � Da/ell.JNeef Is 1gltr Jrr/ere Profidr; Jee ::eJJ ?size .w ro We fo /w .rl too tiz i � 2 ti 1 City of Renton Mr. Warren Gonnason September 12, 1973 Page 2 SD 2074 A 6-inch tap to City of Renton Left 90 feet of approximate 15-inch waterline and H.E.S. SR 405 285 N N the appurtences north side of North 3rd Street ■ in Renton SU 2092 A 6-inch water min tap and Left 50 foot of approximate appartences to City of Renton H.E.S. sp 405 276r20 on the 16-inch waterline and a 6-inch northerly side of SR 169 ductile iron waterline extending to ■ convenient length beyond the north curb line SR 169 11 (Maple valley Way) i Your response should be restricted to a discussion of the aft-vie" requested, and 1 will be considered a supplement to your estimated amoont of $0,257.99, outlined in your letter dated March 7, 1973, If you find the full amount of the work outl.'ned heroin to be eeceptable and rill ' perform the work, the Department will consider your respumse, bearing ■ duly authorised signature, to be an uZfer to perform the service. Ij The Department will roview the proposal and, if acceptable, you will be notified by a letter of acct ptanae. if you have •ny questions, or require additional in:ormation. please contact Al Anderson at 455-7110 or 7109. Very truly yours, E. I. 30 MS District_ Engineer i k/� ` �ssrs n i P � �a, snmrocc strict Mlities Engisoor lo637 S. D. 8th Bellevue, washingto, 980+4 ALA:mg FIRE HYDRANTS MAIN EXTENSIONS ON INTERSTATE #405 'r ov Ille. rn 1n THE CITY OF RENTON 3 MUNICIPAL BUILDING 200 MILL.AVE SO. RENTON,WASH.98055 PAVERY GARRETT, MAYOR • PUBL,C WORKS DFPARTMLNT Q. War,en C.Gonnason D..erlo, �A92f 0 SF Pl � August II), l5/� f j Mr. H. J. Semenock 1 District Utilities Engineer I 10637 N.E. Rth Street Bellevue, Washington 98004 Re: CS 1744, SR 405, Tukwila to Factoria, Fire. protection L-4275, * I , Turnback Water Mains, City of Renton, Agreement No. GM 812 ( - .r '. , 7y. Dear Mr. Semenock: "- �e Transmitted herewith: are the original and two copies executed by the City of Renton. Flease return two copies of said agreement. Very truly yours, ` ' Richard C. Houghton Utilities F,�gineer R Ronald Olsen ' Utilities office Engineer RO:pmp Enclosures kY. { 1. Y dry I �� I N T E R O P F ! C E C O R R E S P O N D E N C E Date August 16, 1974 TO: R. Houghton FROM: R. Olsen SUBJECT: Proposed Watermain Turnback Agreement No. GM 812 Dick, Attached herewith are three copies of the State Highway agreement GM 812. This agreement is for the maintenance and retention for two water lines installed by the State Highway Department which were for fire hydrants on I-405. These agraements are bas .cally the same as a bill of sale and should by signed by Warren or th- Mayor and transmitted back to the Highway Department for their final signatures and execution. /.L__ ef � ROiFmp Attachment /f e s'w�4 STATE OF WASHINGTON DAN19L J. 6YAN0. aovuxoi 4. 1 WASHINGTON S1A'E HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS orrlci or onnllcr•NRIN(.A 1 auam. No . 1 ,OWa N . itN ilN.f. ..LLYYYf. MAiMINa.011 ii00A August 6. 1974 n 'q74 City of Renton Mr. Marren Gonnason Public Works Director City Hall - 200 Mill Avenue South Renton, Washington 98055 CS 1744 SR 405 Tukwila to Factoria Fire Protection L-4275 Turnback Water Mains City of Renton Agreement No. GM 812 Attention: Mr. Ron Olsen Gentlemen: Transmitted herewith are the original and four copies of the proposed water main turnback Agreement No. GM 812 covering the work in the above referenced area. Please secure execution on behalf of the City of Renton and return the original and three signed copies for final execution indicating the number of copies required for your distribution. Very truly yours, E. 1 . ROBERTS Distric/MENOCK Ineer --VDjj4'trict Utilities Engineer i 0637 N.E. 8th Street Bellevue, Washington 98004 ALA:rr Attach. 1 4008 Meadow Av. Ho. Renton, Wash., 98055 Sept. 12, 1971, Mr. Ron Olsen City of Renton i eater Dept., k2zgr. Renton, %ash. Dear Ron: Subjz State of Wash. Hydrant on Hwy. A05 I want you to know that I appreciate your off orts to get the str-et patched kt the corms of fesdow Av. h 5 LzOth No., as this not only benefits us who livo in the ; area but repairs a bad situation on this corner for traffic. Mr, iialuma who lives on the coiner just finished painting his house and I know that he certainly will enjoy less dust. I remember Sir. Houghton was concerned with this project and Insisted that the line proceed along the shoulder of l40th, so with a sower plannor or this street, it only makes sense not to try to patch the shoulder, but yo:s'efforts to patch the area of the corner where the pipe intersected the street for installation of the hydrant makes good sense, because none of us know when the sewer will go in and the street replaced. Thanks again. rely, 1► 5 i,' PEA' OFF rCF. C I R P R S P 0 V DRNCE a` � t - - — -- — — — — — — +` Date August 16, 1974 TO; 4 R. Houghton 1 FROM: R. Olsen 1 • 1 SUBM(-T: Proposed Watermatn Turnback Agreement do. GM 812 Dick, Attached herewith are three copies of the State Highway agreement CM 812. , This acreement is for the maintenance and retention for two water lines installed by the State Highway Department which were for fire hydrants on I-405- These agreements are basically the same as a bill of sale and should be signed by Warren or the Mayor and transmitted back to the Highway Department f:.,r their final signatures and execution. RO:pmp Attachment /� All a 1 eA , INFER-OFF�IICE MEMO TOs Public works Department .Yoh C1LSor rATE 1I Lr -7 FROM: Delores A. Mead. City Clerk CONTRACTOR: RE, `(Wei-rha,V �G�nback A,iNeemevrr Vu, 6M aiz Gv46, o./A- 7fK 7 We transmit herewith fw► fully executed contract documents as above-c3pta ed. The original contract is on file in the official records of the clerk's office. -r'eeor'd� Thank you, ti � BEGINNING OF FILE L FILE TITLE lira �4 ro f �InYl SQ UQS r 1 I t �., NUMP. DESC.RTr11011 LOCATION, SU-20L', Tap to existing 24-inch waterline 1500 Park Road, Renton 151 Rt 463+50 System Number 13 l BIILI,G ESTMATE hET DIFFERENCE Material $ 867.61 15% Stores Expense 130.14 Total Faterial $ 997.75 $ 1462.44 $ (464.69) Total Egaip:ae:rt 202.42 524.00 (321.58) d A Force Account labor $ 2G..53 32% Fringe Benefit 63. 17 15% Adrdntstrative Expense 51.59 Total Installation 395.49 664.16 (263.67) Subtotal 1595.66 2650.6o (1054.94) Tax 84.57 141.91 (57.34) TOM $ 168D.23 $ 2792.51 $ (1122.28) ' 1 W CO 0 1:.C•�R DESCRI}?IOM LOCATIA'� Si;-2042 Tep to Asting 6-inch waterline 200 SoutImest 13ch Streot, Rartc.•" syste: lumber 6 HILLIMI ES71KOE IYTT DIFFERETCE ?cterial $ 169.87 AS 15% Stores Expense 25.48 4 total Material $ 195.35 $ 220.00 $ (24.65) Total EquiFeent 17.25 188.00 (170.75) Force Account Labor $ 53.63 32% Fringe banefit 17.16 15% A&,,inistra-i%e Experue lu.62 Total Installation 81.41 187.00 (105.59) aa",total 294.01 595.00 (300.99) Tax 15.58 .31.54 (15.96) TI)TAl• 309.59 g 626.54 $ (316.95) �+ 4 NUMBER DESCRIIlION LOCATION SU-2041 Tap to existing 10-inch waterline 1400 Southwest Grady Way, Renton System Number 5 BL+,I,ING, ESTIMATE t7ET DIFFERENCE �y Material $ 268.57 C ' 15% Storea Expense 40.29 Total Material $ 308.86 $ 227.09 81.77 Total Equipmert 74.25 98.ou (23.75) Force :,-,count Labur $ 92.42 s 32% Fii.nge Benefit 29.57 15% Administrative Expense 18.30 Total InstalL,tion 140.29 102.D0 38.29 S7+btotal 523.40 427.09 96.33. �w►� Tax 27.?4 22.64 5.1.0 TL)TAL $ 551.11: $ 449.73 $ 101.41 1 � i 1 � F t NOTE t Billing corresponds to ast"res as follows: E.i.IMATE BILLEZ Material Material issued and used 15% stores expense aluipment Actual equipment use c'r.arged as adopted by City Council Insatalation and/or Force --count labor Labor 32% Pringe oensfit 154 Administrative expense a�`'i MIN AGREEMITS AND SIT?LEIvENTS ESTDIATLS OMY April 4, 1973 September 28, 1973 September 12, 1973 September 26, 1.973 Total ' Agreement Supplement N 1 Supplement d 2 Supplement N 3 Estimate Su-2041 $ 449.73 $ $ $ $ '.49.73 SU-2042 210.60 415.94 626.54 SU-20U 2792.51 2792.51 sU-2045 152A.93 1510.93 SU-2046 11A7.61 1L1.7.61 SU-2047 21.0.60 210.60 SU-2048 1672.33 (1672.33) 0•00 ,,,,-2092 151.0.93 1510.93 SU-2073 5847.99 5847.99 SU-2074 5847.99 5847.99 } Yc. i • CITY OF RENTON--UTUITM DEPT. TREASURER'S STUB csee.River Mrk - Rerrlen- Nana at.e-st so RENTON UTILITIES DEPT. t•UMM 80I TNT V= WWN REWTTANU MAKE CHECKS PAYABLE TU CITY TREASURER DATE Ceder Riser Perk R"tcn, Washington SUNDRY SALES BILL SUNDRY SALES BILL f4ashington State ➢epartmant of Hoghwsys t r- Office of District Engineer - District #7 t Washington State DeparG�etrt of Highways Attn: H.J. Sematock Office of District E user - District k Attn. Attm H.J. Saaenock L1050 Northeast theeast ast 4thon 9800 w5o6 Northeast 4th �- LB,llvue, Washington 9800E AMOUNT DUE $ 5917.17 $ 5917.17 �_ 0. 2846 1 Fire protection project along interstate #405 Tap various mains city for ;Vdraut inetal+atio CS 1744 SR405 TLIarlla to Factoria Fire Protection 1-4275 City of Renton SU-w4lo2042,2044,2045,2046,2041rro92 ((:OTWIE) SU-2073,2074 excluded *.his billing I material $ 3346 38 15% Stores Fopense 501 96 Equiprent 485 60 Force Account labor 846 77 32% Fringe Berg "it 270 96 a 15% Adviinist- ve E.+pense 167 67 Subtotal j619,34 Tax TOTAL PARTIAL BILLING $ 591'/ 17 $ 593.7 17 (see schedules 1-7 attached) S.5.BILL I t r Sri. .. - --;+?TM •.ram::-. a 4 _ COLOR CODE ^— _ .w..o CCNSTRIJCT"D BY STATE CONTRACT^R. TO B3 TUP.IFD OVER 10 THE CITY OF RENTON FOR W.jE.t SNIP & '4ATIJMJAt;CE• L • CONSTRUCTED BY CITY OF RENTON. i CITY OF RFNTON WILL APPLY FOR At STATE WILL ISSUS A P-R',UT TO OPERATE AN !1AINTAIN T IS iiAT R MAIN. weft pi of All --- a�{6!._>. _t_ t __ VVh s�_,�'+r_`_;`Y-'';l%�+' �\\ � `�`1.:�4 -'t`� `f_i=-� tr� .�•�j�� II . � 11 1 e. Y•/Nr w i , R r:.�,.J...n.u.•r,.-p.r.4lM wla.aw It p..:) � 1 � j sp•A Mn. � I� + J1JT[Y a tt I d Y ,yQ s'^•r � — t I ' tl7NL 3RMIT B IRBE.WT �i6 �/►f BI Z ✓'.yI•NJ/n/I (vh., rrJ.y R.n LrrANwl. 1 (r+Mrr;ry T Pu1.7 Nar..V.w J�r•r IM/rrM/II /f YOff i RIr Mn. 0/ OIM.t R.-r.+ w.h. Dpk ! f.+..wbr 4,nrn.y KM.N.J.ry/bI ✓ or.,. ns•r/N Ov Rrnlsn I.�A.r ARI • 4fr IY•r Yilr (MI h•• W.n NI. 1. NJy wI JO'YG. larw ry. a Nr y. L lY[r MJIn. NIw Mr w M.Q {a ias W 0•)IO.W 11 T J.. Ge.0 JM.r IO WNW"10{lac LIf.Two N01/(e.c" {f.04 MTV; 1LiLR0 • �� _ (n Lrsf.r. L began r ,,, M. RZ @f Vp�+1 MJAn.1 1—ft rry/r •..I LMwnl. sriLli. :,.� Alvan Kr.1 /yr; !N JYrr1 /0 is w w• ai N qs tr O f.1r Y.l.. OJ OIM.a �_ I (o♦...w Ow. A4.4 J..Jlwr t. L.4 w1 Ryr • 4M a.h. MAY f." Yrr rYM M. "ry_ I •r.Yy yY .IJM..•/rrMNIM JM OrM1 Jl.rr 10 �•� � .. 'ti-r /r•q•.. JJsfrw I Abl J.r Er..6 IJl H .�K .24 .w. i y T. 24N. R.S£. W. M. "" rrm � -'.. wc.y n-. •t r �X • X ' MAY CRE&Kr�e �` \ u� 1NTE "ANC EXHIBIT B \ \ - A G R E E ht E N T NO {ucea.TO{•(TOty-tlt!NOI(tNM M !� • YT r as vv1 VK.wT MY r.0 - —�— rw fit - 4 t 0 j Ill • ( Iw(x 1 . Sri , ' fl s is r n1YJMr/.W.! Cni h SM,� S J Xh it/A*AnI iC {It mvMU al•a it MI JWj A Wiwi AV@ sma • „ W y f atl ana a 1 p.. •7 l:�xau w •1, r ..- I r,:slYrs•s ) , S ;r( r: F x(sq Ira I /° •, - a nrJ nr(s.)/ i ". 4•- ExiIBIT "A" WORK TO BE PERFORMED BY THE STATE Process and grant the necessary State permit to the City to operate and ima;ntain a 12-inch water main crossing SR 405 at H,E,S, 444+i1 , DESCRIPTION OF SYSTEM NO. 18 An 8-inch waterline generaily paralleling SR 405 for approximately 580-feet outside the State's right of way of SR 4o5, between approximate SR 405 mainline n,E,S, 352+40 and mainline H.E.S. 357+00, constructed on Jones Avenue N.E„ a city street of Renton. DESCRIPTION OF SYSTEM NO. 21 A 12-inch waterline beginning at a point approximateiy 180-feet outside the State's right of way of SR 405, left of SR 405 mainline N,E,S. 444+11 , at May Creek, thence crossing dR 405 centerline under the May Creek structures to the State's rirht of way at waterline station 6+05, right of approximate SR 405 mainline H.E.S. 442+88, where the water main leaves the State right of way. r. ;R IA IV�IN(FN_gNCF ".. l �d •`,g r � 4 Th% Cityshail r,a perfur:n the main:erancc, repair or mconsCruUi,,n • Of t the coop lcted water facr titles from the dace o` ace:-;..once of the constructed Sy>tr+r:-s tin, 18 and No, 21 as desu ibed in Exn It,i t "A" ani shown on plans marked Exhibit "B,"" attached hereto and by this reference made a p part of this agrenment. IIP ACCF.PTAN"E The Oish ict Enginucr shall notify the City in writir,y :,nd the City sfiall accept the State constructed City water facility and assume the responsibilities as set forth in said agret:ani. a,� " y n, IV ) . LFC!lL RELATIONS No liabilit y shall 1State . ,•_. y attach to th, or the City by rc:,son of entering into this agreement except as azprassly provided herein. Tha Utility does hereby release and agree to save and hold the State - `r saxw��ri' ,�II harnJest from any and all causes of actions, suits at !aw or equity, or claim or demands, or from any liability of any nature y,n.:iny out or the "~*. perfornwncc of this .Agreement on the part of the City. "4 �5 IN WITNESS W ERF.OF, tha parties hereto have executed this agrecnv.•,nt as of the dray and year first above written. Attest CI--.- OF RENTON / By, B _ Y•� Approved as to Farm; STATE OF WASOINCTUN ✓ WASNINGTCN STATE filGr,,.RY CUr.:",!SSIJE G, A5SIStar4 t tofr,ey ncrra:� As:.istant Du,./ rt 'or Planninc, 5tai,a Aid fi Y 1 . S^� y AGREEMENT THIS AGREEMENT, made and entered into this �.. day of Selple .Orr i9-, by and between the STATE OF WASHINGTON, Washington State Highway Commission, acting by and through the Director of Highways, hereinafter .x called the "STATE," and the CITY OF RENT7N, King County, Washington, a municipal corporation, hereinafter caked the "CITY'; WHEREAS, the State has completed construction of a Fire protection System, Tukwila to Factoria, on State Highway Sign Route 4G5, a controlled access highway, traversing through the City, and WHEREAS, in conjunction with construction of the aforementioned fire protection system it was necessary to construct water facilities to Provide water service for fire hydrants, and WHEREAS, a portion of the water facilities were located on city streets, on city easement and outside of State right of way, and WHEREAS, it is Considered in the best public interest that the City own and maintain said water mains herein described; NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained herein, or attached and incorporated and made a part hereof, 1T IS MUTUALLY AGREED AS FOLLOWS: I GENERAL The City hereby agrees tc provide a water source to the State hydrants as long as it •s deemed necessary or it is mutually agreed by the City and the State that the continuance of the P. lrants' operation is necessary. � 1 RATE Or' WASHIN0TON DAM16 J. 9V"& .e.MM WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS DI/IC[M DINTIIICT RNGIX11111 sltmm na ♦ (� q' i leew� 1,on 1tLLryVt 9'teMltwell September 12, 1974 SEP 17, 1974 PUBLIC WORKS GEPT. City of Renton C7tY OF RENTON Mr. Warren Gunnason Public Works Director City Hall - 200 Mill Avenue South j Renton, Washington 98055 CS 1744 SR 405 ' Tukwila to FActorla Fire Protecti..Il L-4275 Turnback Water Mains City of Renton Agreement No. GM-812 Attention: Mr. Ron Olsen Gentlemen: Attached, for your `lies, are an original and one copy of the fully executes Maintenance Agreement GM-812. Thanks frr your cooperation while working with us toward completion and final executior of this agreement. Very triply yours, E. I . ROBERTS District Engineer i Y H SEMENACK District Utilities Engi, - 10637 1',E. 8th Street Bellevue, Washington JAI :rr At.ach. W .4w• .k�, ',' '",...""' "`�'Yil"LPi. r.'4Y $ I FIRE HYDRANTS MAIN EXTENSIONS ON INTERSTATE #405 W-39n r.32U06 HOURLY MINIMUM WAGE RATES APkll 18, 1973 COUNTIES - KING WI L fiCCUPATlntl UAL ETE Ell lii;mP s 12-0740 POWER PLANT OFERATOR 7.S1 SAME H-W 45. CENTS ( 5,F1 :2-0750 PUMPS - FUL ER KENYON 7.51 SAME PEN 65. CENTS ( S,F7 '2-0760 PUMPS - CO RETE AND PUMP CRETE 7.41 SAME aTP 4. CENTS l5,F7 L22-0?7u0 PUMPS -pWAfQ�jARR�pM�P q yIslp.TTr( AA�L 'j7.11sy3222 sSSffAMEEEE T 8798 OTHEaA N�N RPLAN TR 6A U%T IuLTIL Ii IEMA TL 4. 7.48 SAMC 12-C195 I .2-0900 SAWS, CONCRETE 7.48 SAME 12-0810 SC RAPERS-CARRYAL[ TYPE, SINGLE 7.48 SAME 12-dM20 RAPEP -C ARRYAL TYPE, DOUBLE 7.63 SAME t2- )tIO SCREFVDEMSAN cp �Np C E 1.51 SAME tt122Z_-0844sr0 ALLHUAtNACHMEFTSML RYANO$TAMOKUWOEq 7.88 SAME 12-0!SO AIENATTA HMENTS, 6 YAMUS AND OVER 8.82 SAME 12-J870 SPREADERS, SLAW KN )K• CEDARAPIDS, JAEGER 7.51 SAME t2-J580 SLIF FORM PAVER, ZIMMERMAN, CMI 9.77 SAME 12-0990 SUB GRADER, WRRIES, CMI 7.88 SAME 1!?1y1 11 ETRACTOR S, FARMALL TYPE NDER 713 S 1SAME 2-0910 USE'GPASN9R 60 A(CKKHOE, RUBBER TIRED - 60 HP 7.66 SAME 12-0920 IISFO AS BACKHOE, RUBBER TIREC OVER 6J HP 7.$A SAME TLURNAPULL, CATERPILLAR, EUCLIU SC4APER 12-0940 2 YA4OS AND UNDER 7.56 SAME t -USSU (1 EP 5 YARDS THROUGH 40 YARDS 7.88 SAMF -0960 OY R 40 YARDS THROUGH 'S YARDS 0.19 SAMC 1-O970 OVF:P 55 YARD" THROUGH 70 VAuCS 8.49 SAM[[ 1 S9C DVFR 70 YARDS THROUGH 85 YARDS S.80 SAMF. t -U990 UVkM 95 YARDS THROUGH l0U YARDS 9.10 SAME 1 -11100p0 OVFNR�100 TO OF1NEGOTIA EO --- 5--- 12-1(0110 TOFNCHING MACHINES ES 1160INCMESIANHFSVrk 7.17 SAME FOREMAN 12-1030 40 ENTS PER HOUR UVER HIGHEST CLASiiFICATION UNDER HIS SUP RVIST"N TRUCK DRIVERS - KING 11-0014 A-FRAME OR MYORALIFT TRUCKS 7.5B SAMF H-M 54. CENTS ( S,F) C_ CRIVT"N - iUKM(LA TO FACTURIA-FIRE CONTRUI Jim NUWR� R - 7 9y Y A: A3?006 HOURLY MINIMUM WAGE RATES APRIL 18, 1973 �CUUNTIFS KING $ E rnr:c It1]f fi1�Isn0 u1 RAis£..,EEu aEK N•Ts 12-0340 FINISHING MACHINE OPER.• CONCRETE PAVING 7.S1 SAME H-W 45. CENTS (SrFI 12-0350 FIREMAN, NOT `NPLAIR ANT AND (D)RIER 7.z11)3 SAME PENPEN 65. CENTS ( SrF) 12_11?0 H1LI'CFaCEN7RgL CPI.PRUAT(JR EARThERSo DECO E1UV.EJ 8.27 SAME SAME ATP 4. CENTS (irF1. t 1?-J521 H(1ISR ON SFEE1k ERECTION 7.60 SAME t ,2-J3au HUISfpSS ON ?TOME MOD AND AIR TUGGERS 7.60 SAME Z � 4*4?0p EELLpVATEATHEErr 9eAj$$R 6REENE ANu SIMILAR 7.S1 SAMf 1}I2-J410 EESzVAT'INCG, gE�r TI/VE-EU_ppC�uL/ID AN P SIM�IAk 7.83 SS AM EFQ 12-147(01 f[RKALIFTS ANSELUMBER STACKERNU SIMILAR 3.48 SAMf 12-J440 FekK L FTS WITH TUMER TT.6A1 SANE 12-0450 FORK LIFTS W/POWER 800M• SWING ATTACH. 7.88 SAMf. 1t222-0460 GVFRHFAO ANO FRO4lu OVERHEAD AND FOqNiiiTt fEEFN�f4gr UNrEEP2S2 1-11rv1S/2 YD 7.51 SSSAMfEf 12^0440 AN VLaM{Ap AND iWF'NT ENO. 8 GCS ANfo?ivkk-4 YOS 9.64 SAME 17-J510 ROO 16 GEAI�POLiNGIfif STEAM, GAS, UItSEL 7.63 SAME 12-05:0 MECHANIC$p WELDERS, HEAVY CUTY 7.56 SAME 12-U`. .0 Mc[HAIICC LFADMAN 7.83 --- 12-054U µFCHANIC HELPER, PcAVY JUTY SHOP 6.92 SAME M►9FRS 12-J550 ASPHALT, UP TO 4 TONS PER OATCh 7.5I �AI+E 12-3560 ASPHALT 4 TON AND OVER PER BATCH 7.8. ,AMG 1zj-'15?J Mf,HILL ASPHALT, EWITH HOIST CPH1NAf1ON 77.888 SAMF 12-0590 C'.1NCRFTE MIXER,9ATCH-20J YL PH-If-200 VC ON 40J YD PH 7.8i SAMF 12-OEOU CCNCRETF MIXFP ,NAT000H-400 YV PH-610 Y') PM 3.14 SAMF 12 RAVIN,, TT.63 $A►.E 12-C620 PAVINt, DUAL 7.83 Sr,ME !2-9t,51 M('TUR PATROL GRADER,M(JDEL 14 ANU SIMILAR .S8 SAMt 2-v6J' J MJTOR PATRCL GPADEP.OVER MCCEL 14 ,RY SAME 12-UcSO 01).KING MACHINE, MOLE, TUNNEL DRILL 7.89 SAME i2-OEOU CIL CISTRIOUTOR AND 81 'WFR MTRIOU1,01 7.15 SAtt 12-L67G C1LER,GMAUE CHECKER S .K(MEA,RRAKf"fN 7.01 SAME 12-J66." C?U1PMfNT SERVICE 0 LFP 7.10 SAMI 12^J07y9J f LEMANMtyEER ON TTRK CRANEE 45 TON-1JU TUN 7.22I0 $SCyAMf 12-0710 61LfP ';RIVER ON tKK C.RANf 100 TCN - (IVFR 7.30 ?AMC 12-J V C PILEi.PIVfR ENGINEER-LM FCSIER OR SIMILAR 7.146 SAMF 12-J730 POST HOLF UIGGFRS, MECFANICAL 7.45 SAME DFSC►mtXTIGM - T4WlLA T(l FACTURIA-FIRE CGNTRCIL J114 NUMBER 6 S a k32006 HOURLY MINIMU" WAGE RATES APRIL 199 1973 CCUNTIES - KINGLABOR t-S ��NA��,, 00L OCCUPArLOy SIAlf- ELL @FREDIFFlis ll-U440 YAIhIthANCE MAN 5.75 SAM# h-W 50. CENTS ISrF1 FIREMAN 11-0450 HE SHALL RECEIVE THIRTY-FIVE 4351 LrNTS PEN 60. CENTS I $OF1 PER HOUR ABOVE HIGMLST LABORFR ATP 1. C!°°N S 1( 5•f CLASSIFICATION SUPERVISFD OPERATING ENGINEERS - K144, r 8 A�$ DER 7 oil S5 E t 1{ I 12-0090 9ATCM-M XFRN:200EYO PHRTNPUR400L7YOS 8.14 SA AiC 65. ;NTj I'rF� 12-0C40 8PCCMr POWER IWAYNErSAGINAW ANO SIMILAR) 7.4R SAME 12-0050 BULLDOZER UNDER O-9 OR SIMILAR 7.48 12-0py 0 RXLLOOZZER, 0-9 OR SIMILAR J 7.70 SS AME 12-JI0180 HULLT02ER-YOYOKOPEK.(CLE/IRINC�SGALINGI 7.BR SAMF 12-OC90 BUMP CUTTFR ICONCUTr CHRISTIANSON) 7.78 SAME 12-DI00 CABLEWAY 3 YARDS AND UNDER 7.8d SAME 12- 110 CABLEWAY +)VER 3 YARDS 8.21 SAME 12-0120 CEMENT HOG 7.61 SAME 12:0130 COMPRESSOR - EXCAVATING 7.18 SAME 120140 COMPRESSOR-STEEL ERECT-SAND BLAST.PAINT. 7.50 SAME CRANES 1 -0150 A-FRAME TRUCK - SINGLE POWER DRUM 7.51 $AMP 12-0160 A-FRAME TRUCK - DOUBLE POWER DRUM 7.86 SAME 11-0170 CRAWLER AND SIM.- 3 YOS.ANC UNDFR 7.9h !AMF tz OIdU CRAWLER AN 0 5[N.-150 FT OF OUOM ANC UND. 7.88 SAME 12-019U CRAWLER AND SIM.- 45 TONS AND UNDER 7.8P 94M- 12-0200 CRAWLER AND SIM.- OVER 3 YPS. 12-•0210 CRAWLFk AND SIM.- OVER 150 fT. ("F "1 :M S." SAME 12-0220 CRAWLER AND SIM.-UVfR 45 UP TO 100 TINS R.27 SAME 17-0230 (kAWIFk AND SIM.- 6 YDS ANC OVER 6.82 SAME 12-0740 CRAWLFR AND S1 M,-20) FT.OF POUM ANL +1VFR t.92 SAr 12-0p250 CRAWLER AND SIM.- 100 TONS AND '�VER 0.42 SAME l J27y60 TUWER RANESr PECCOr LORkA1NF, 9UCYV06, 8.27 SAME 1 -02RO HYSTFA�CAT CRANES AND ATTACHMENTS 7.9P SAME 12^0290 C(ONVEYORS 7.51 SAME 12-J300 CONVEYORS, BELTCRtTc WITH POWER PACK 7.83 SAME 12-0310 CRUSHiRS IROCK►r WASh.AND SCPEEN.PLANTS 7.51 SAME 12-0?20 OERkICKSr ALL 7.89 SAMI 12-033U oRILLING MACHINE, CVREr CABLE AN') +.,TARV 7.88 SerNJ f DEST:RIPTION - TUKWILA TO FACTORIA-Flki CUNTk IL i0l NUMHEM 5 n - f" y� k32006 HOURLY MINIMUM 1AGE RATES APRIL lb. 1973 COUNTIcS - KINGI-AdU `y5. m OCCUPATION SLRIE RATE " jMfj1'is 11-')CVO ASPMALT.DIi`H UIGGER POT TENDER DRILRMAN 5.45 SSAME H-W 50. CENTS ( S.F ) 11-J' OJ CGNCRETF FORM STRIPP�R CAR EN Ed HELPER 5.45 SAMI PEN 6U. CENTS ( S•F) 11-0110 TFPACK WELL-POINT•HEAOEk LABORER 5.45 SSSAM ATP i. CENTS l5•ll 11-D112 FLAGM.SN 5.45 AM 11-U120 GRACCMAN AND STAKEHOPPER 5.70 SAME 11-J13J GkOI,TMAN (PRESSURE) 5.60 SAME 11 -1140 RICH SCALFR 5.75 SAME 11-715J .MC`RTARMAN AND MOO CARRIER 5.75 SAME r 11-J160 MOLLLFMANICONC.PUMP•YANOBLAST96UNNITE) 5.70 SAME 11-0170 PIPE LAYER ANU CAULKER.PIPE WRAPPER 5.75 SAME 11-J190 PIPE P(IT TENDERER 5.65 SAMF 11-0190 POWUERMAN 5.110 SAME 11 -070U POWVERMANS HELPER 5.5s SAMF 11-ill i POwFR WHEEL BARROW OR p8UU"V 5.65 SAME 11-32°0 JACKHAMMER PAVENFNTVOREAKERtVIAPAT7K5 5.65 SAMF 11-J730 TAMPERS•RAppIL``ROAULLS��P,yIIKE PULLE0 5.65 SAME 11-0240 CrilPpfk5v0A[NPENS.TAMPEkS1EANU SIMILAR 5.b0 SAME ll-J75� RAKFR - ASPHALT 5.65 SAME 11-326U ROUOER 5.70 --- 11-0270 SLOPFR (OVER 20 FEET) 5.55 SAME It-U2QJ SPRfAOFR (CARRIES GRACE WITH RUDDER) 5.70 --- 11- �290 Sb%IN'.SCAFFOLD OR BTSN CHAIR -OVER ;15 FT 5.60 simf 11-0300 TIMCFRMAN - SEWFR 5.75 S %ME 11 -J31-U %AGf"a DRILLER AND AIRTRAC S. Il� SAMF 11-U370 NAuTiY DRILLER ANU AIRTKAC HELPER 5.55 51%Mf pp TUNNEL WORK 1 1 SAMf 1-J340 "INE SHAFT ANDnRA�St NpI(TH►C WORK 5.75 SAME 1 -0360 PCWCEERMAN 5.90 SAME 11-0450 RE-II+R1 ENRpMANELPER 5,75 SAMJ 11-J4000 MUUKF4TANOELABORER g5g.5ys5 SSAMEE 11-0413 NIPPCR. S.SS SAME 11-0420 BRAKEMAN 5.55 yAME 11-J490 TOPMAN ANO BULL WING 5.5U SAMF HIGHWAY NU. - SR 405 OL'Sf sIP)Ii.N - TIIKWILA TO FACTURII-FIRC CCNTRUL JCR NU►ri;r 6 4 R32006 HOURLY MINIMUM WAGE RATES APRIL 18, 1973 COUNTIFS - KING LABOR RATES FRIN4P LQU3UE cC (( OGLuPATYnk siujl_PED ggmr.FCCltsTTgg `�S(r 05-0040 RI GE95 MOgEP,NACHiNERY ERECTOR 7.56 --- OEh 65. G�NTS R:F 05-0050 SIGNALMEN 7.56 --- ATV 5. CENTS (SrfI 05-006V W LOERS AND BURNERS 7.% --- 05-0070 FENCE ERECTORS 7.S6 SAME. 05-0080 SHttTERS 7.56 --- 05-0090 REINFORCING IRONWORKERS 7.56 SAME 1 L()PfMAN 3 `` E 1 U5-O-OJ WITH 3 MEN SA R MORE {'� GTS.CYER JOUR.RATE 05-0_ U WITH 4 MEN PAINTERS - KING 07-0010 JOURNEYMAN PAINTER 6092 SAME H-W 40. CENTS ( 5.F) 07-00J JOURNEYMAN STRIPER 6.922 --- PEN 77. CE.11S 1S�F 07-003U JOUkNEYMAN TAPER 6.92 gAMf, ATP ?. CENTS 15.FI C7-0040 SPPAV SANDBLASTING, STEAM CLEANING 7.17 SAME 07-J050 SWINGSTAGE9 BRIDGES.L`ETEOWER5T155 7.17 3SAME OT=0070 TANKS MATLEGRfiUMASTICr(SPENASTNUCT.STfEL 7.}T SAMF G7-0080 50FC-NTSNPER HOUR OVER THE HIGHEST J�'URWVMAN CLASSIFICATIUN PLUMBERS - KING 08-J01(4 JOURNEYMAN PLUMBER 7.59 SAME. H-W 36. GENTS 151 08-0020 JOURNEYMAN STEAMFITTERS 7.59 --- H-W 47. CENTS (F) 08-0030 F(-IkFMEN B.14 --- PEN 85. CENTS IS.F) 08-JG40 Gi NFRAL FOREMEN 8.39 --- ATP 6. CENTS IS.f)) VAC 60. CENTS IS F) DEN 11. CENTS / S� LABORERS - KING 11-UL10 CEMENT DUMPER - PAVING 5.80 SAME H-W 5J. CkITS ( S,F) I1-0020 CONCRETE SAW OPFRATGR 5.65 SAME PEN 6U. CENTS 45.F► 11 -0030 OUPPMAN 5.5S SAME AIR 3. CENTS IS.F► 11-0040 FALLF�R ANU BUCKER - HAND S.S5 SAME 11-0050 FALLER ANG BUCKER - CHAIN SAW 5.75 SAME 11-306U FORM SETTTTER �Ip$STEEL FJRMS► {� 5.70 $ArE 11'JCPO NH((jKCR SETTFR.CUNCRETEIANONNLNOl1TMILTEP 5,45 51MF r} HIGHWAY NC. - SR 405 DCSCRIPTl6N - TCKWILA TO FACTORIA-FIRE CCNTROL JOB NUMHFN - 3 t � k A R3Z006 HOURLY MINIMUM WAIF RATES APRIL 18. 1973 COUNIIES — KING IS g [[ E EATESIAND FRING .. BENEFITSNFORSAlNUMtltR AFRCLASSIFICATIONSNASUMSTAtlE LISHFD BY THE SECRETARY OF LAd(iP UNDF4: E USOL VECISIGN NC. AP-283 THATITHEEEg�UB/MERSAACC`R@PT�IFULL RESPONSI THIS BILITY -ANU ASIg JMECTHEGRISK AND OF ANY INCREASED LABOR IN THESTStY CONTRACT. OF PAYII�I', ANY H(GHFR RATr THAN INCCCOMPLIANCE WITH THE PROVISIONS (IF SECTIJK 1-076 OF STANJARD ASEF!)lLOM5�ON5• WAGFSr THE MINIMUM r.AGF. RATES ARE CFSIGNA E0 HEREAFTER PURSUANT TO SECTION 113 OF TITLE Z3 UNITED STATES CODE, THE U.S. SEE``RFTARY OF LABOR HA ESTABLIaHEO MINIMUM FFCEFAL WAGE wAT-S. IN ADDITION TO THE RATE SHOWN, THE cMPLOYEA SHALL CGKTRIRUTF THE FkINGE BENFFITS SHOWN HEREIA. IF THERE S NO DIFFERENCE IN THE STATE ANC FEDERAL PATES THE FEDERAL RATE IS INOICATEO AS SAME. IF THERE IS A CIFFERENCC ;FTHEEN THE PRFVAILING STATE WAGE RATES AS j-)"TFkMTNED BY THE STATE OF WASH- 1NGTON DEPARTMENT OF LABgOR ANU INOUSTRIEs ANO THE MINIMUM FEDERAL WAGE RATES AS PR DETERMEN COR EB�YyyTHHEE Ui.QSy. pSECRCTAaY OF LA800 FOR SIMILAR CLASSIFICATION hjjjZ ICLF%-V. THAN clllf Jlll E iS . tlSGtlFBStiE Ztl,E W1S Stlol l PkFSENT TOFTMENCTONTRACT114GGCR FOFFICERFWRITTENTEVIDENCETOF RFGISTRAT[LE OF SUCH EMPLOYEES IN A PROGRAM OF 4 STATE APPkENTICESHIP ANO TRAINIW AGENCY APPROVED ANU RECOGNIZED BY THE U.S UkEAU OF APPRENTICcESHP AND R41NING. IN THE ABSENCE n SUCH A STATE AGENCY, THE CON TRAC YOR SHALL SUBMIT EVIDENCE OF APPROVAL AND REGISTRATION 8 THE U.S. BUREAU OF APPRFNi CFSHIP ANO TRAIKING. ]HE CONTRACTOR SHALL SUBMIT TO THE C iTRACTING OFFICER WRITTEN EVIDENCE OF THE ESTABLISHED APPRENTICE—JOURNEYMAN RATIOS AND wAGE RATES IN THE PROJECT AREA• WHICH WILL BE THE BASIS FAR ESTABLISHING SUCH RATIOS ANU RATES FUR THE PROJECT UNDER THE APPLICABLE CONTRACT PoUVI SIDNS. IF THE CONTRACTOR UTILIZES THE LABOR CODE WHEN SUBMITTING PAY— ROLLS AND WAGE AFFIDAVITS AND MORF THAN ONE JURISDICTIONAL AREA IS INVOLVED IN THE PROJECT, THE JURISGICTIONAL AREA INVUIVED SHAL{L, BE SHOwN IMMEDIATELY FOLLOWING THE LAOJK CODE. NUMBER. I.E.s I?—OJLU YAK.E HIC•HWAY 40. Sk 405 DESI' +1PTILN - TUKWILA TO FACTOR .. FIRE C64 TROL J(iH NU PHFP — 1 � t to Gow,i promulgated by+the United State, Sertetary of I.a)wr, "Whoryer, bring an nficer, Nor , or employee nl the United m xmrdssc, with Semen 107 of the U..ntnrt W,,,k Ifours and States,or of any State or I"'unry,or whorya, whether a person, Safay Stand.rtte Art �81 Stat 96', asenriatirm, firm, or eorp.,arim, know,ngly makes any later Nate. IX FALSE lTATEMtMT! CONCERNING HIGHWAY meat, Ishr mprrsenution. „r fshr report as n, the cha titer, PROJECTS gtWNy,guaPrity,or coat of the auterial wad or to be wed: or the quantity ter qualify of the work performed or to be performed, or In order to auur, high quality and durafd, rongurwabn In on. the oce"thereof in c.n"ctbm with the mbmlsum if plans, mays, h.ov-ity with ayprmed plans and too dw do i,and a high deem of spec 1h stior.contract+,or rogue of rontru..'t oo.m an. highway,or Miabibn on itstemrns ttd r t,,rntuwm mad, try engnoeeq related project submitted lot apprwsl to the St<R1ary of Tnnr cMtrotiory,rupphH4 and worker.,,n federal aid high.v psojaas, purtatbn; or is s taratial that all persons c~"ited with the prohc, perform "Whier or knowhu"li, makes any falr flat,rwnt, fats, repraaao- their furtabrm, at carefully, tharooghly and barmafly as ,rmible ruin.. War report. or falr claim with respect to the character. Willful falufa stun, duto,i,:r., ter m,uepresentuhm with re"'t to quality,q,anntity.or gust of any wick performed or to W perforated, any lace related w th.- project is a c,olwi,. of Federal law. 1* or materials furnished or to be lurched, ,n romsrtum with the tsey'ent any nwundrntandmg regarding the aru umese if thee, conatrtartion of any highway or related project aoproyd by the San. AM similar artc the fall—mK ni., shall be parted on ,,h fed- rrury al Trao oortation or oral-ud hlgbway project in no or miry planes frete it is readily a.srlsbi, u:all personnel r..,ned with the prjeit; "Whoever knowingly makes any later Nutmeat W fa1M tepresm- k e • anon a to a material lint in any Nafemanf, certificate, or nepon 1 NOTICE TO All PERSONNEL ENGAGED ON robe istar purwant to pren'hioeu of the Fidr d ral-Aid Road Aa ap. pro,ed July 1. 1916 .19 Stu J55 ,as amended aM s.pplemmud; FEDERAL-AID HIGHWAI PROJECTS Shall be fined s more than 110.0W or imprisoned not more Tith, 11, United State,Code, Se,tirm lfia rein,as fulkews- than Syr yeas, or mh.' on twyao r etlnnra.:laMe ,art n.Ne..a� 5 Farm MdSys (M 942) f i y 4 f2! The nopbryee's rlaaille alkm. i.. '11.rontfa it,shall l'ors, lanllo it with thr lint ,f yecie,. (3) Fortin indicating ,b emphrysi hank hourl; woos malerials sml wpplie.r•,otairci in Party, Pit-47 lei.•, „ the nm,. sae aed,whrr,polo Able,the,n tonne b,A,ly ww rat.Ilse pay- u,...rr«nl d work uncle, chi. r,muKf. All eddninnd rutersel. roll dumld indicate typically ,be arm wnit ,a n ipkrye, sod ern• i,ben,aU,m requirrd will Irt rdirited 1hn,cgh rrvid«u nl Fotsn pknyer r,mtibufk,il. w fringe bnehi (,code .,,',, pv snit.. Anse Pk 17.,rh atundans splaPmkm., Irimi, bnaba pad 0, the rmpliory, in rsch oiml Ill ...do cited. 4. Where wi rococo,nun are i.,,dy,d th,tonfr. ,,r shall fish out Th,,, it ro prefrriM-0 ter m1od1f,, Inc, is,, Ow-ing the al,nr tither A single cy'l , n,voing w„rk both to hinnrif and all his inhrtmalanl tus paye,41, urburnnrton, or is, ,nay .bruc Ppaste r,ryl. fro hunrlf slid (4) 'I he nrpkper.dash and werkly h„un.,rk.d h,earl, b,r emit „1 his wbonuarv,si. u dism atkri. rl,dmg arntal ,,.,trio» n hew w•,rked w ton VII. SUBLETTING OR ASSIGNING .1 CONTRACT dj oval l l, (S) Ilse itudsed GJu,uuns meek ao ' I "I I„ fir. uunu „ dw rcuou are y:ybrW,k it, all Vwjriu flit Ile tit ,W. pod. eurpt Chile,,memo led under an wVpwM Se„odary Weed Plan.. d. 'Ilse canes for ..It wbou, wr,kl, A mph v( all vir"41,to . l h, ,mtalm Mill pe,f,tiu with his,w «K....abs. ,rem the that,-highws,dryonman rruuew,-rct,nee, "I'll,t%, [hall be tem,1 s.«k am,josimm is, inn Ira than 50 prroenf ,f the ,n ieinal aru.rnpanirvJ by s varenay. ....id! by the ,nPbrer ,r kits sctrnt goal r.nua', Prke,rs,,pt ilia any irons dnlgtalrd by the Stare ,.figs army that rho I......lb ve orrr,t wd, ',pk,r. chat the wact, a "Filwis.y items" may Ise prrbsnrd by wb,mnut anu th, / ra„Y lwyw ro thrum are .,•I less film dry drlerunnl by th, armmni ,f any +«h "Spr-rulty Item,' s„ licit...wd may be it,. Secretary ,f I.almr sad that th, rlarilb-0so, left meth l-r each durud fom, the,ri4nal total r„ntra't pn,r bef,cr v,mryuuna th• 1 JAWM it, n:n:hamr nm1«n, with th, w,rk is, W,f,rmnl Sob- arrwm, ,f ..,it reqused io Ise is rLamrd by the ronfrarp,r wrtn nuaioss,f a weekly rslr srnt whkh c.,rqui.ed under chi.c+m,rat his,wn «Rtonixarm. by 8r,lug, T, paragraµh :. and the C" ,'I.d k".1.1 of the a "Its own ,uRanitralonn" dhail be ronrrL d to include ,m)y SecrntrY,r].all,, I94<ALL Part 7) and d.,fifth,wish cis-initial w,•scicrn rnryksed and field dircrily by the pnmr c,enararPr and {uyr..11 its any wirrq«rem pa,c ll a( A c,,,y nl am findings by the ecpsipmmt owned •r cloud ley not, with or with„elf t Wratoys Wtcli ,I Lalert µ,town m Septum IV. paragraph 'fh. shall I, "Sp.,iahy, Irma' .tall be u,mwrd m Ise 1....iced to wool mWlr Ibis requoryncnn. '(hr prune ,',mtartru shall by req+owiblr Iliac requires hotly,pmfalird louorlydar, rraltnnan lip cr Afflict, kin city wlmnavm ,f r,pi„ •,( paynAls ,d all ...laontrrna. 'f-or rrrw ..it ordinarily avalalde in rows,nog ,xsr,ae,m qualiSrrl ,access sit,will make,he rrrrcrd.rcgmsd.,flier the Iakr na+nlard. 1,hod of the .,ntr.t as♦wh,k and st aeueral are w Is, limited rhpms ,d the cnnrcsif "table fit, iespeol.on by aufh«ketl rep- w miss conq+ownt. ol the o.nall u.tretr rrrnuuee.n1 if.,State hcgbxaY drparenrno Ihr Itedrral Ilighwair S to additk,n v, the it) 1wo,nt cystic nu-tit r+ funh in Pare- Ad.i.irs,km and the Eleparmrnt,d LANA,and will lemur uu'h trsich 2 sbjoe,the ,mow far shall furnk,b lac a—rowtent wlrr- r,prernUti.,.let inurskw nopl,wrirs distinct work..,hwn•., rho mtynMnt,r brnnao who is y,pb,,d by him, wI.,is.bll wthor- July ny is. direct yMorsov., ell ,he work in scr,,danrr wish the ,. fir wage. of to." ,hall Its, Paid in Ie..I under of do, c•mlrwt "issfrnrnt, wd who is in sharer ,f all mwtnwtkm United Stain./.,lot tBm this cwth win will be momd,"d aandkd „brat V,n. 'reswdlw ,f wh„ prsiono. the .,rk), ad (b) wrh if psy.nen, it hnsdr by «aolalde rbf4, ,a, A v,hent hank, whkh ofli his,mn,agenirafi"'I cy.dulil, and re.µ nallobly iwlrr nosy be rasl„f rrpfily try th, nripktyre in the kcal rocnmunity lea .is. n,ara tmen4 and eng,neenng rose.( a the Ssar h,gh- ib bull apxr.ni. %,,limit thei or u,lirrtbm share" tf any way drpsysrnt,,.tradinis Air.,deternuor.is n,reaan W aeon kind. Wk're clink. As, and f« pertinent, he ,:,rruwto, (hell cife irckwo,ant, ,f a ,.t,.l. male/ all rr,ewwrY xrangrmrnb for then, As lit• ,ached and ,hall 4. the r«Nett a..,un, .,,m wh.,h th, 50 percent requonmrnt ps. o d-.imism regarding w•l,a A.scl-rot- r, lurch in Vwm,Wh 2 is r,mfpwed in,),,drs,he cost,d.n.Wiah I. N,• lee •d any koel shall b asked ,w arrpvd b1 the ,in. .red.said.it col pndu.0 wbch are to Ise purchased or W.,d..d ,port in try ,f his amsn. Inns any prrem As a rnnddcou of b the crelscts, coder if., contract pn.c'uu,+.. rntpkry,uent un the. lm•jere s, My Iterw that her br,m selrrted m "Spe,oahy Ilan,' I« g N„laboi.Mali Ise rhwgrd for any took,used in fird,nm it. r, rrar, art listed a. ,,,h in the Syerial Pnw'n.ms, lid ins these reafiforove diseases;eesept b, rraamably m•idabk lens ,r schedule. ,r elroher, in tit ",cram r wurrrnb. 'Impact defeat, I;. So lwnwm of lb wino., Ycail b whill. ass,eved , i ,dhec. h. E%wy eenpinY/r un Ihr xiwk ,.awed by this nmtrut shall wit ch",rd,d r.ep, with tend wrtn r•mrnl ell the Stale hiah.- Ir p„mitud In kelee,hnvd And trade whir snd wide, when Is, c.sy drinrtm,of,tmtarnng outer,.A his w[h,and r,prerncabe, .4p1.awl m41he, the nnura into me him science, ar his,employ. slid such clo ent lion given dull red he r,nstrurd it, relieve the tball, durniy rrt ioiliM toy. esquire As a nmdilew "( nupkn nrm "..1swu.r ,f any y'.ruih,hq 1, the falhll vent ,f .he c,ntrarl. ,has an ncly.,., dfalf k.lp'.bawd or read,a a )unic'ula purr 9equer krt y,nnwkn+m wbler Amman.ar•dherwir diq.of cite or all a pat.uU, '".to Irstirm.4 thr,ronta i shall be in r,rkcn,sod acnnnpari by l a, 1. N,,,hanr sbail Ise made fin•ref ifln$Perta,we tw*Wwd by a •.,wing rhal Ihr ,raancstem whkh will prrfonn the work ,e the'a ptrgrur ,•r his wuis. k tom fern.amrploYed,a, the wi paeis"ulady exIseris r,d and eip,iglyd br wrh w„rk, sod list An j. N„igM.khsal d.aS fr rn,pk.yed M a ial.rer is n,shank,m aestow,by ibr r,.taml,the the fall standards provisi,w set ,his lowliest events,m s lap,hasi..I,w this Anil on b nmu.oed both in this rfattrms, shall apply m bb,r 1A lorn„d ,o, all its" m pr.,bibir the coral •f tram., ins Its ,r +Ali,, rquiFmrne 11,,,:: "o,""Afrd by the ngAra. "adh.dwk.. Vlll. 1111PtTVk ACCIDENT PREVENTION VL RECORD OF MATERIALS. SUgLIp AND LABOR in life I.,f rneamr H this,,,nua t, hh. •,.n(y,i .,all .,.,Ply 1 l .. fir...:,,,. , nn m , Ilse. a• ,• re xer'in Al, ton all "Al"nrft l. loll all snob abk Federal. Slat and kcal law. p,.nning safety, rvrlr „mnau ba w„mJuh kgbwar. pal uddtab haanrvd hrallh and s.nnaipn. lift ,nnlrann shag poem ball all sabtwnfs gfefv xuh bent. I,o.AJ d 1, Ihr Ilud,way W pclifranm 41 sf safety darn and prole for".4mre and fair tons ,a)er wrtied Imi a rsrndtd, Offset...m kin owe...pasibiit,or a he Slater highway deparf- 2. The rnnirapT shall n tersufu,a r.,,,d,f ,b vital rose nl all nrru ,utotelmg oMrr may derrcoor. tsew,naldh ,.I.ssaw to ,nmeresu fed"ro, n Purchased Ihr cited .w•mmraed in ter w•rk, pnnrct rise life sod."ll,of rnpdrry/r.,tote the P4,led kill tarry and alit. ,f Ili gawsnk..f fbsr ""stS• v,arrak end wppbs .if Ihr puldK and u.plates, Iprcpeny in r,mrri,irn with the per- hold ors F,rr,fgl-f7 and in the,chit.chowo. Ut-ef r,mrpbakm"I f,rmaae of it. ..A f,"red by fit, o,mtarf. the o,mila t Chu closed, 'nlrchey lobs fit' AnA War suow,aY 11 is A o,mdnka,,f this i,nta i,and shall Ise merle A rand,b. ,selected in Ile cww V,pwaaraPh 1,tired..bail b trafrcrccted m .f rah wl yolyrr fen red cunt intrinsical t,,this nmirart, that the life Slat Fhdrub dr1Nr'mna amsed"i society, loci fifty pr,jnt on •eaeabe and air v,hr,mfemrwr shall ar ream„ say Winer or form MA", In aowlhi wa wide i"yariker. anahrd thrrrw, werolssnk nnphyrd use(rrl,rmsn„of the norm, w wall on wr- wbwf .ill lac funothed Gem this fwarsr-ofum rrytmrr.Thu class+- r•nmdow m m.Aer .rukkm c,utdba+ns whkh are unsanitary. lent hr if. loos, u,fw Jhaft Ise rr1+^nrd ceiny"ttls fro r,,.ctwav ha-adun,.«dane.i u,his health,,safety,se drtermu.d And„ sad kr ura'twot,.,rr In Fert t�mg As,ora+.r,.l ek•ne fb r,no-Flits c,AA cojw. safety And hral,b sisnd" ,I'Itr 211.("ch ,d Pickerel of it. predicts, ibaulali.mc. Per, 14,A. projecty Pan 1510,as rrvird ir,m, lint Fenn w1972 tea'. YYgI 4 � i a form. riapi,yord .,at ud".11, ,•marred :n . horns lid, 29 44 g No I, 'd 'I" yrfr"my of Lahr which arc here's, 1w. afyrrntimhq. pnnnwa rgat,red will- th, U S. M-pannrnt -4 "ui.'•nrrd try r,fr..r.... I Wr Nana,. •J AId'rrnbrthip aml 'I nuuna a wdh a Saar 2. Wrrtly Natrarw: apprrnlh,J.iu aprnry rrrrym_rd by the Bureau. ,w I:i a perm Earl, "oast.'.-...f sb,„nlma shall furniah each wink e m hie final 90 day 4J yndn(w•nuy empl,"far't in an appowraue um nt w the Satr h,ghttay department naid,,t engim" with in .11 m apinrntuedllp pnpran.. whit to nod mdnidwlly ngi,- n.lwl no the wag. paid In of if. rnmlroyen, Iimlbling air ,red .n rhr inulfrem, but »hn has two, f,nlhed by (h, SuMu of Afgwrntu"hip and !raining,w a State App"rnknhip Uwuril and-n and trump oadv ra M d oat... I k paragra1, 15 and 6, !when appra.prisfol w br 'bon" fnr pndutwmwy•mpkwmmr w and Remaly%w.And arprdt rr.sawd us,wore,:.nrreA Iry If,,4ww- land ,not hall l d, — rhr pmrJ.ry wrrYlY paYndi {road 'I'hr m aIq'Trwra. by an sit .hall Ir , wed tryon the rm door w wourmar .. w 1, Trai„".. 'I'ralme.will br wnnineJ n,week a uah Whrn by sit eutfmnr4 afh.rr w rmployr<d the Hmtrw,w 'w wM:,m. dry son, boons Old, trakrw nupk,yed parsttant .a A pe- run. ap� iravur wlw u, rr.rsre dr a yarn! .d w rr—ed hr Ihr• L'.S 1 nrmwnr ,d Lalun, Man , !An.onal'. p p y rf,'ttim a, VA, nand wb. I yr{ IH"''o :ontrmn now uw the rrrtdraum rt bwth.rm U.S. Urputnrou mono Bureau .1 Apy"nw,dnp and Ynv„^a ,J 1_Ih•m P,mn WH-:IM,,rc th, warn"r,i6.aria)appearing rm the. F Al"rraakw stall Trahrn (Program. at Ikparorr....1 14 ,1 Ihninnal U.S.Ilrpuwrnt,d Lal..,r Party WH-717,for nu Trens"lwyi u'. .r. with al wkai »wdinly - Apprmficn and vam.rs wnrtn.g urdrr apprrmux,hip and S. !tint MM wanrry+ dohs traiwtssg lnwparm y IrrrN luyv Ism nB'Srtl by dsr ger.rten M '1 M r'ura u'an and,a,If wlu.,nnrxyw shall fornkh, wl"'n thr I'ra/Irp+rtalYm at pnYru'tma"fuai"aplrylrant"Wanunity in rob ,wopl t.. nl the rontrart, a wrrnnary of all HYIpInYr,MpL Indrtl- t metwn with Pnd,'ral-od h:rhway .tmotrw:lam protRanu are na :ag'fnr he r•mq,knJ pit i th,unal It....n wwk,d and the Mal ndipt, n,the respawn.eu,s,d Yotuw. IV, paragrapth 5 almar, The an.nnl wrall. Tha data •hall br whmund to, the Stet, highway straight unr hrn.riy %mr raft I.,r aplwrow"and tnirarra and" drpMnl"at resident mg:rwry ,m Ports, PR-47 n gerhrr with the will I...War,., .,If M nW,liaheJ fry Ihr partwuiu punrmn data nquirrd in fi.',em VI,Mmt, relaiye p,n.awrial.and wp- 7,(Irata+e Ra9NVmrara pia,.. f r fmrviouaa d chi. parsgraph ar run appin.bir ., <nn- tda rimtywl.w rw wlr'mtrwtw nMarrting bw arry pat of the (ran, Ins minder, hi,-hway or ritraou hnsmrd volvly with ,nar t iink whkh mar, regwn or iwohr dw nnpk.ynwno of land, pn'tihd toy the brghway lb,"afiram,n At of INS, as la6txer+, nrrhsa.w., wfounam ar sward. linoluohng appm.ti'ns mainded and trairrea drarilyd in paawaph. 5 god 6 Wwe) d•al1 require 4 now ,a•tYewr. .n peen:! any loll—,,nwhmk, watchman norgowd in any»,•d•- U pm�a,q,lnum.d the r.a,owt.thr c,mnwn,,shall whmit w rek in .Id''h for a nnppryed in "'It wwk. to. »nrk in ever.d it., Sarr high." dryut'n t ,'.fowling rdfrrq hw uanwniwon .*Of Minn fit any rakndar.f,y ,r in,anon,J fairly Man on ru'h u,Ih- Prd•rel l'lighway Adm:nionratirn with the voucher fnr final W,rY WIfY 4.a" ..h lat.,'.r, aw,hanr. »'w-hnu, Ia gaard I,. pwmnd 1.4 My Nark pr'rhrnlYd a.der site fnhlrmt, a r'rinfc", rei+r.'.untwrrutwn. a( a fnr mw let than .win &,d'mrduff dew. "m'rrning »age. s„d dawi alw'n. Lw IaMwrvi ro,hanrs, his bmf ratr,d pin for If h,..winked in racrx,d right..,,is waah.0 awl guards nnpk,"d 'm it.- pnjrwr. in the talk.wir.g a.r fakndw day w in a.-r"1 Katy Minn in outh wnrk."k,of hmn' rhr'ar Huy twoof g. YieYUar ■wamv 1w ayatd wogn: 11"idexd Mmaw+t 1h.- uwirnor,wd, r,mrwaw uu In th, ,urns 14 any d lawm f taw lase wi 1,,th in pwa- graph 7, the rmt,wurc and any ads,unnettw re• tt...blr them- hrreby 'eniWs that all Wm.ns, mnhmu:,, .pprentim, mime, fun,hall Mr Nebk in any aSn'trd ..'ploy, fir hit unpaid w-aws ' In sdd:rwm,wrh rm,,&uw and wirrmnwu•r.hall Ir li blr to the wash... nand guard, rnpInyrol by ham .,r b, any .abrmd,a4., 4'msrd Sal" ten th, .'sa, d wink d'm, undo, r,mna t fin the perham:na wort 'eider rhr.Karr I 'm oh,p...p't have lwr Pau: Dwrkt d('nMn.b..w a wrrhor",In wen Ibarm t w ru s.Kh trM- wain, at pus v t kw than th,m rrgnired by the r,mta I pr,.- Irry), I•,, hqu,datHf dmnmpn Such Irpudatrd damano, dhall Iw .ohm+, and that the a.rnk 1+r'0,•rnwd it rw'h .,h lalarrr, nmgnaed with nspnr w rib indiyid.ul lal.,,rr, rnnhwk. nwrhaav,aapmfola I trains I'ml..nurd to th,dax:hution. wt rarhnun,w guard nnpinyed In rialm..td th,rla.r a" Iwth in loth is rM r,mtrwt far tri:nata pgtrwf prrn':n.... applual'k •n paragraph 7,in lhr arm rot IlIn bw rwh a alen,far day,m whwh nah th, wain rat, paid. enrpi,yn was rrquu,d ur frvintrd r.».wk:n,xrrN'd r,ba honor. Siµnaurr and u'I'' ow ar esc,u 4J the rladwd woAwrA 'd hay M+un .!damn pin- .,-'it 'd the 'nrrtilm wage, req.nn l by tM 'Isar wt frnfh in !. 1a1rA a.d Pvmrdl ear Oran aarsgrmph 7. a. Payndl, and 4". rHved. relabn• Ihrr,N, will he make 1. W"Manuieg tar aepeY rages+ rained duns,.th,'.,mrw rd Ihr w,wk a..d prernrd fw a fwriwi'J ____. Thr Stir Mghway drpwnmm rw,traAing nSx for Huy with- three ysn th«rraftrr Iw all tat.'n'n nwrhsnit. app,en6rn, Mdd 'w rate, u, for rid hqd frmn rhr ,anfowur an mush at the miner,.wan hlmn and girds W.wka oa at th, off,of thr w.6 .wrrwd pswymu w edvsmo. w m., h, ennmdrn•d ...wary n, It The pwr,dl shalt ,',trtmn rhr -wino wa',al ""ity pay IWurn. mrrinrtka. (inhaling pjr,r rii•t and 1,awn number,ad ddlrx of rwh sloth eniplrwrr.M, .t dasulkation, warhmrm, rn aasrds s.Wpbfrd by the ",ntrarrw 'w any .ahnm- rat"•J pay 'im ludlns ran,d tiontr.huri.r.for croons annfrpaled of Irwrw 'm row wort Bur path mlamt lit amp r"W"4 try rhr th, xpr. 4avibd ✓n aertten ' hll2l 'd it, thah,11taoat A,,. romfoa't In taw eyrM of talon to nov wr Ish wr. mrthamr, dsd, and .,kI, m.ndwr rd h"ars rr,rYed, ff dunwm. ,nedr and smluda yv apt+,•nth"arni uslrwt. warhutmr,w frawd•rrnpl m' riaa' ..,.µor pad Wlo ..if IM IkrWm,, 'd 1.Wr, parwant n. •w .,it". "+. of,. Wa .A Ihr w,nY. .11 or pan 4 fob, arm•'+ ,, ' r 11, p•.m•a ilk g, ho.''ntid Ma the war,.M any !shine' ngnind by Of.•,marl Ill' lkw haahwsy depwttrwsi rawawting •r.....11ama .m" the m,nmt,d my c,on.nmmabb,anti itamo d 'Al."may, s(wr wmtrn mf..,h,rhor 'mtra4w.take fourth Nunn in po wob"' m*.waif a Vim'w fwr'wartl 4m rilwd in wrlbn a•may W r,.re.wy,+o,war Ihr w.pm+wm,d say fmrfher,peynwnt, t chi t 21.11 d she Uant•-Bane.Art,th,r,wNra wr dfali maintain dyawr, w gaww~of hind, nnpl of, yw4mint, ha,,. r,srd .,,,,r&whrh A,. that (hr nmmailmrnl r•pnwa a null 1~11ts A itor it )w Rim I,, fair d pAf i 4,agg r rn(ar,ewplain a p 4r.hu Iw+e,"n uar�,�gh"v and fyv filate Mgh»ay dryammat r,mrrrtim 'JRrn min with !alas wn plain I r,g to th, h'Id nr ra'r u,h, r,Ihhdd (ran my .items',pavahk an at",unr lalunvnr nr mrrhmk, ;Jferu d, veal ntwd, Mrh sh'n. ,h, n'ont ,d w,,& prrhwrnrd by raw r,m,rru•r'w n.Mrmlra taro NA-h worn u .F 7'he pryndh .half r,mroin the Ic16mtAa mfwrnawm^u may man naNrai,eh It, d m rwrlwn fir e n"r.aen h, aaidY any ;1, The nnpkwrw'. full mite, addrx rod .*at rrarir, liab,btk#d wrh ,,"frwf,w'w suhlnrdrar,rw I,w Ipuidwrd din. num1., 11hor rmpi•f,:s foil nano mod r..ad or,wiry number otrr in pnre.drd ,n Ih, f leas art Imth u, paragraph g. rand r.b MnWar no, flit, Sat payn,li ,. whkh hit Halm anwar. V. STATLM[NTS AIIO OPA"KLi -Ihr rmpvl, :. addnru mod'miy he dlawt ,m ft„ ft., wbna fd 1. (.mtrMuwe mstf. (AqW"..Mrgafhdl•'f• (gat LgR11"' 1): payndl.m wh.b Of.,«ruphry"L nab atgran, anlrw a ,hang,') 'IM rnnrw uw shall •-'or•ph, aril- the Llrgwlamf R"grlatam, add,,,, fwrrrxilar*a alwasial,'.ngr„ thr min ddnr , r•.w ,far 171, fifty I-121 i ;k a Isrimd Hkilmay Adorinlmatln w Iv pwtine-nr P' awrruur n,w;e a parr n•qudlrn,d any r•,mrarlud relwionthtp whkh tt,mplanee with sorb tettulatimw m dtrierimn. Where usf inf.n nwr hr alleged w nut .tw@n The c,msw I. And sloth IAhenn fnatk,m required M a ,rmtw rrt 4 to the .wrintiv, pryvagnn of ad mechamn.And the waRn draiurlipAitm tlwrfswm shah be pAwd wtha wI,, full In, refuses +, h,rniah this infonwtlnt the raw- n,en,plre when Muwr nhall An ratify on ,he State hilly'" drPutmrnn, ,n the rt rue.easily seen Iry the wmiera File the r "Ise rd this rbuv, Federal Hiahway Adminisocuion a appropnaw, and shall set rn"tiibutwou nude r,, nw. re,onahly arwit ipavd utwler or.tiny, fmt6 who, en,uu n has marl, w rkgAi. the rnfmrnuLm. 1 rb)ITT M the DIwI.Il At'l a.half„f labmrn to nurhanv. e. SNrtk nl f,e Nrmramplianre: In the nrnl of the r.ntru.nn'r are r.nsidrred wale.PAW on Allot lalrxrn•x nwt hunts,s,toh)rn on ms,,W,diame with the .umdiuriminAion Pn.". of this nob- thr Pnnisnms rd Sertl,n IV. Pat 'srhdt lh. hrrrnl A!w his the owl, dw Sua htahlray d'puwwm shall impure t.h IMEMI puepr,e of this rlawr.lerdar,.mu.lwlitm.made tat,•ors rtuuned mradom As I, In, the Federal Highway Aandwwalun 'illy drtar- for Inner than a weekly penrd.haler plans,tunes,err pnq(turn,hot mta a,be appn Prtau, in lwlin`, list silt linriird w; rrwerinst the panwolar verily tw'r,d. an deemed to . crmnrur- jl; wahhnklwa rd Wwrtenu III the con,rutte w,drr she ,wale made,w worried dunns wrh weekly pot-A auaasat aril the„mlrattnr r,Anplim And.nr L LMasdYSWw: (21 usrrllmi., Inew+uwn " w.penrkm M the c,mtrut, a.-The Ill hiah.ay d,partnwnt rnlrtrutiny ,A," "I w whisk or 4r put. mtwi,, MAY say reds M lah,mrs or mtelunia, ,minciin, Mprea- r. Imarlwnal.rn 'd Provik„m The rpntruwe shall nowle, Aso den ad Italian., whAh i. ten lined it. the waste d,,.nnnmirm p paa,holm M this pusuA+h '1 in every .u.onax,, ixluMnS Pro- and oshkh is to be rmphwed soda the.,,nnut.shall hr rlavi.d "Lamen rd nuerrals:.nd Ira,.M 'qutpment, uI" rAY.PI by 1e mrloniSed,,nylon...Ay ,,it.-wall,deu.minatwrr sal a ref.-e 'rt dla Bapllamr In,tire,liver imwd puewwant threw 'llle I1-nnw- M Ihr,luny taken thrll 1, wnt by the Slam high..,depun.em atdlaS take s,wh an•m with reAwlt n„any wlunntrucor or pis, rrmerrtina ttl.er I,- the hrrretary M LAIM. parmrM M she Starr, histbway depar nuns ,n the Frdral Htsthw., 1, In the nm1 the ,masted prtw, m" aster c 'r III, AillsAim am ti+ mat dent As A means M r,rlerilm soar], pnnwrms pr,pe rlA sioluirm Ire mrlamfw al"nY M A par'". far etas ol Is. ipeWdiyg .nsrlwm. fur rwm"mPiiartre: Prw.ided, however, that Meer And nvrhinw, nwludms appe.t."er and name,, m Ise W the Arent a r.mnx.uA hr'rwmn invoivW yh,m is thnavnr,! .11h, nerd,the rpwnwm r,.anpatn.d Iry M,net„nnrwdu.•n III she Stale Ititalkx: .nh a wM'mwunm or nlPtdiet is A newit td wrh hishwaY deyMmenr Inn1rA*Ins Duke,,Mall Far,,trend P•Mr 4r- diserti,in. it.. n,nnYtor nay req,urt the Stann hishlray depart- I'..,for final drlemlimW,ol urea, to ewer now w h bique.n I. pnRKt the mmmt, M the S. Pgawau of FILM, Bsaufln (four, and, in sddnlm, the 1-,btw A sows laglw.t the United Stung r, enter sow swh busulm w PnMrt Ihr ..wens M she a-'Ihr neate he no. depsrl o, prrwrills ,in th hall ITY," Slur. ,.I for w.rwvn the minimum wane we pees nlwd . the dirt nut fur a n this u( IaM,ren or nrrlanirs inrtudw A hinste .neht III. NONSEGREGATED FACIUTIES whkh is Prot eapresvd As an hnurfy +.ye rate and the nmrrat tar it ,*I,.t,-d In pay A radr rgwvWnl d wrh a fnaRe .neat. a IApplirahk As Fedsrabaid utrnvoctn. wnnatn sold .rlawd lunnly cash e"n,alent tlprrof p, Ise e,I&bhsh d In the event the .A.rxneat.n eueeding $I(1,W) wh,rh are ...I cseelpt leten the merenW Pu,i..,mAIt as,wpm A rash etiulvaknl,d be Inns, Cqual opp rtwndy duly I brlmbt, the ywrrru.... A,ror.gtmkd by the ""In nendwe'n ill the By mbmisdrm M this bid, the earrunnn M Mu I,ntIal, we tub- mmnrxtin, r+IMer, thal he relernd a, the Srrnsary rd Ldwe In, ,M1rx1, m the rmwwminmsYr, of this mammal supply asrcrwent, drerminatos,. at appnq rive, the skill,,14deral-Ad romtrw t+,•n ralltrx,tn,ten. F, If the r,e env int d,^r urn make Paype nt. b• A I...4, �e contra ere, a mm"'W wpplwr. a aPpngiam, rend.. that hr ,ohrc third prism. M nay Innrder r Parr M the wastes, M Ann dun Iwo nwa psm or pnwdr fur hi,enWl,ver, ato sesmSaud fa- faAeer m rise,h it the utwun,M any,rat.reaxmablY A.L.1paled ,hit,, A any M last enw,Wbrwnn .,.I Mat he it,,, mt .milts in prervdins .n,8. o.d., a plan err."resole M a type "w'-sly III, p!PInYe,, m penny. their s-rvu.rs A, any kw.c., udrr hi. Tooled ,, the wale dc,,rvn- llrn drrrp.m'd the S„retary M La1mr "Meld, elwrr NaKaMW fat,bty. At, ."mmrrd. Ik mnifin ..hi,h u a part of Ill,, r,naat , bvided, a„sernr, tM.nntwIv North"that he Y,111 .aA man am'w P'nYi w In, his empbwe. any M Ld.w has lmnd.upin the lvnttea eellaen M,br,tmtratuw,that vstnSsud lu,hlir,at my M his laablishmeno. and this he wdl Mr uryrlral,lr Nadsrd.M Ihr fhrwSrou hot have IAen,alas'I. rwA Permit his rmPi,Y,,p,perfarn- the,,III of any too u+on. Srr man of Lately nay mgwm the ennnarpn p, e1 wale rn A ,der his rrmlp.1, where rsremled la,dir,er We ma.n,And. Hr sepusn' urlunt asset. he the .meunq ,d Mdisulms usher the apex,that a breath M this rrn,hrui,m is A ,I he Erpial plan,w pr,yrw. ()powittuma, ,luts, in this -xitm,. A, used in Mis nenlhratwa, t. PAnaew of Curse Warp.: the arm "vgre.rat'4 fudawi «wars arty roonn, .,eh _. .....e. Area, nwtn.aan and wash.......eeaeaurusA And ,$her nuts sea. Whik,tM seam nw sMwn an the is is 0 rise. mr,ulrrd nnur"it. It.ke, maw And ether an-wer ,, dmsomR Lass. M the�..uhat,en.paid dunlm it,vi,life this n pis•mp,vn owl pars' That IWwA rto .rdoel IV -i these cur..Ffw iumw h It,,ew.4 :era Mar droning Ln,nuinh,.,,rruum,n emntsmmrnl mu,rtusr prise,hall Iv dkwyW sir atrtbeftrd on uroum of the Pawtwm of tAerun"'r and h,strna luibtk.p,rwided fur ewrylrynA whkh we was, ,In In r1,. -01 th,ne Surd herein vanaurd by enplirn direrr+vr m are +n lost rs+rauW w+ the S. lay IPndraaY M seas d I,dmet bars d.A. ..d,r,dsr.,A natsmal'mhpn,ha awe,•I hah t,1.al I unaa,wr,,M sic. It.purr ehu l euept where he has MOArwd Appen,u.a,un,kr Pr'Tra Appnwed try the l'S rhpuanew 'drrtatal ustitlu..4 lnmr tropnvil wM„maatson and rrluenal "f I.drn, will . prrmAwd w .ow as wish rmly ,.hen they At, wpphen fat trees],, tiav tveLrd.i,he will„Main denwal r,rna reainend.. ind4k:,ally, wader a lima hole appremuerhip plAparr, e alarm ftaw pr.4.0m suMn+trxnm err W'YA wimlwrj pc„r err ,w%ured with a Starr vrpmntkrthip senct whl h is maolaivd hY ,he awed.d whrwaarar u'e the rrxlwmmalum Id 'awrial .,mly the Burrs-,.d Appreml'eship ad Tedmna, I:nimd Stares Dn,Pun- aerer sms, rA'fedlaa III II(AA) whrcb an n01 rarmpl from Mr nrnl 'd La+m1, Ir1, if in, Ash mIr$fkimr f Allow, "A. or A slue - .arAa+a cis the Fpual(Wi uwty Ifaow.aril that he will It 1r0 order is prnaram nplalend with the Bumm if Alrpnwtkeahip ad will,na,nillwaws in by,Nuns Iruni" IlMted States D,prn+wm td lal.w Ilse allnrmk at*, ,d amnehtwe.w punwyawa in arty'Idl awiSraclw shut sot he IV. PAYMENT OF►REDETERMINED MINIMUM WAGES Smaer this' do ratio pertained w rise rvmqune a on his 'win 1,Galling wawa I."w ill*#the t'aww"pnSvam Any rmpl,Ae' noes:'m A pA"Ai As A+aplaentke wasp rrr,whit it WA a tHinn A Brit" Ali urn tuns and utaxen emplry d Mr era in aillwasraph S rd this P-Mrwrh pr h ism maiatm d a Al,vr. M the mob will.pall um nndhitomlh and no lA,den Thal w.n dwn. Pad the eye raw dinn"IM41 Iry ,. .r.ntsry of Labor A wit#,sal wirh,.f wrhvquent dedmei,m•n.rb.w on sty Alum by the I'fsmtvatum,d w.a5 he..wane perfrwtivIl The rrmaaraw (tarn. awh p"P41 dedwrn+Au u are penni,wd by reanls,lnn is- nr wil"w"I w %,it . retorted In furnish w rise Stare bldhwsy red by the Secretary M I.Wtw,ndrr,the GIp•lad Art rill(,Ph, Ilrparin+rm rrmtrA.aina„br'r .110" evkkme If 11" naiAlAi�m Pan IT t, Me 1.11 im,.urn due A snm M paynsem .,myw oil A ,d hie pnntram ad APfnerwwh r well a W Ihr M+peaMtW nwo wade nth MA ka thus Three rnati i ed in rM warp d n.minatl,n and soap eats he the sin M pr..e In .,east Any ap- 4,fdhm of she Set rewy „I Lola, whkh is woli ford h•r.tn Yd pnrlti'n rm the rnmr of wort, Y'ht seem "apprenatr" aaaw 11) Pant M-tr» ram. A-ysl 2 t } us "PAPY0,1111T M TnANe.aRTATI,Ne F[OFIUL NlCa AY AOMMISTMTq REQUIRED CONTRACT PROVISIONS ALL FEDERAL-AID CONSTRUCTION CONTRACTS (FY.CIUSIVE OF APPLACHIAN CONTRACTS) pop (41 C YR. Pen 60, and ,yNant wdm d be Secraary a:Labor. ---------- __-__ 1 e. 'Ihe nmtra.ur ail Iurwh all inform and repneet re- 11. RepoliOpg,rrMna, _-----. _ --... _ 1 quired by Eir+vtive {lyder I1?46 of September 24, 1965, and by Ill. Nonsegregated FwilitW ___..-_-. ----.__..___.__ 2 ruler,rerylarvi a and ordn,W the ffecrnary of Labor,or purwa„t IV. P6ynent of hedeterminrd walmuro wagae -------- 2 thereto. and will verynd ar,ex to hit b.,kl, retard, and Kcnina V, 2q '.and P•yndl, -.____.__-____.--_.,____ 5 by the Frd,lal Highway Admmittriunn and the Serntary of Chess VI. AM" of MeteMils, SnppCo" and Labor ----------- 5 for prpart Id invrxigatmn to arena... r•nnpi,r•me with turh VII. Mlblattne ur A inenM the Uoirmt ___.__ -------- ' ruW. reguslwmn and ordn. Vill Slay; Aendent Perveetiolt ....._,.__________________ 4 L In the Crap,41h, r,mtrwtol. n alotrpL•mx with the rwn- IX. Falx Suwtwnu G•no mins Hy6.wM ProjNu --- 4 dlxrinwnotvm lit ow. of ,his r,maar, or with any of rho cad C L APPLICATION Mh 1, rIM101-- •,,,ldr,-, this eonimt nwy be .,,1,d, bumf- 1 noted or w,prMed in whole or in part and the awtox wit,nAY be I Three hantract ptrhf.rm, hlil a,ply to all mark perfo med declared fneliaibk for Iur,her 4ovela mee eaat aem or FedaaSy. no Ihe rrmtrart by dw runai,., his own orxwwation and irdxed Tootxrurlioe,r,-Imts in aerotd.nor Cable jprotdures•uthory With the awiwave of worknrn u, :, his unry"iau wptrintnrd• wed in La,ulive ("r 11246 of Seprmlier 24, 1965, and such _ore and to all work per6nmrd on the onl,iwt by pw,wrwi. ,A- ,•Ihe, yin n,•1- may he iu,µwd and renwdW IMuhed u pmvwkd boa work nr Ill whcontfwt. In L.eru,ve On1rr, 11246 of beptwahet 24, M, or by rule, 2. The <•nwrw tur Chat; mewl ,n each of hu rukyonerKu ill of mimlawm or „rdrr, -d tr SrrrrWy of Labor, or a otherwiw Ihr rripul how ronturwd ,n their Reqowed C:onfy rt Peuvlwm. ),rovided by law. and alai A chi„x mgwring his Sahli-,.l retort to inr little thew Re- g. Tl,e rw,trarbx will Iwhnw the plus Woo,of this Swum 11-2 quirts (',)tope.• orwtlww,s in any h,..er ties wL.ontrarM which fn e,rry wlw murar, or pomhaw order unkw rxerripted Iry rules, )hay amy enter how, together with a chme,m,pwrin`the inchouon reXYla ion, or order.of Ibe Secretarya W K,d Litb,w mMerwrt to of thew prov,dnm to My(4"lMr xdKovirKU IbM mill in to" be nylwm PH rid Ev r,nive (ade, 11.1i6 if arµanhrr 14, 1%5, so me&. The Required G.now, Provisions sb•1) in no muan,e Ito that umh fw,lli.m, will he ln,oding We Caen wbruntrKwr or inrorpward by refereaee. aerido, The •oituartrw will lake weh Wien, with wiper[ to my 5. A breath of any of the xipulan., rontaww, in thew Rr utr,wrewt or percher order M the State highway drparu+rnt or ,lowed Gm-,rmi Prewiw,N may hr ground. for termiro,ion of the the Federal Hfgbway Adminfraatum may,direr, as a roes.of en tlmm c forcing .itch provei imiuding urvwm. for mmcamplfanw: 4 A breach ,t the f,lk.mg •Iaow, roar niw he grounds for P,.u,d.d,hew,",,sum in the evenI a conim toy bKorm.Involved debarment ar powided in 29 CFR Sb�h,: in, or is th:.alewed with huemri with a wbrontrrtw or vendor Snlion 1, paragraph 2 as a rrwh of wade direction by the Federal Hithway Admuuema- Mrfkm IV. psreg,a;,h, f, 2, S.5 and i; tion. the c4stammae nfy eKiest the United Slam, w =we law Srcti,m V. paragraph. 1, 5a, 5b, dens 5d. tun lifigati,m to peraem Ae tairrMes of the United Mow. II. EQUAL OPPORTUNITY 5. baness, of eiisn"ei cal Pwan.ea of Uaoadah, d L Selection, of Caber: Leary of fi pslMt — Dlan Ins performance m Chi. ,-maul, the r..nuartoe Chan UuriM the perfammire of thi, Contract, the ronmKwr, for Roll d{IL11mtnKe against Labor few, any other Stotr, powMion or itself, its swignhs and swreeras an intermit (bemaaller referred tarFiteol• W Ur of ual Stale, to ar the "nmuot tor 1 agree. is MIow, i tleywe_K__/rectleM •. Vornpharue With Rrgutatown: 'the C,mtl Ktrw dtail rwnpi, a�,yy�1 - with the RefYiilfQl,. relalwye M. dnid4lm,,Mtwnt In •e�aill _'as 'te petf4rnynte n{ this fMllKt, tree ftmlrK,'w a(rM ^"'"�r- M)don,: arurcd Ilnrgrum, of the beyarlmrnt d 7mnqu,muion, Title N, at Tar nmmK:nl will now dut,uninale Man" any mink yet or Code of Fe*,J Regolatwe,... Part 21, as they may be SOON" sppW.wr far eaVWpwnt brreem of rare, cubs mlypnn, „eg. or frvmo time to sin-, (hnnnafr-r mfreryd to u the Reaviedewa) mob"pion. the minvartar will uke aRfmulmr Ktior no whoop my brmu. ku-Irewared by reference and matt a Past a1 arts 1W opillicant, are ceiploped,aed Chu rropl oy.,,are Created ,Lit,•mua 1. 41wa4p 9 1 t widhave ngaed u, thew race, tobw. mlim.i. h N,�`ua riminaaowt. The "1111"w, wNh fapird to dw we* K,M .ton twh aeliaashall Prelude,Imt not be lintfud perb,nmd by d Aw.ne the contract. .hall not di1d3�MMr as r Ins grvalride,d rev, r,.l,w, or natirdnl w6pit fa dx Cale ilmi,and to flee ,OIIM,inS: 011ime meat, lipreading, der hem w elands: rearm ern dI aemhtenlenl aAv liftgeg IayCef.or rcrrmnatvm; rate arm 4 ill u "liewrarw:h twlvAiM fwnm dent Participate ci AIYMISh d pF�NF"M Jaa1/Maas of n:rnpeehlatMt; anu telyetwm inr Infmrt,;, d.,d kaw,d eqm-fly , The„nlraraw Chd not piverd oar maker W N.mm+pmowk mp. The comars iw ogre,. to µm fn oowelpw. donna •w MMlso. ,, ,M h"erinaofaw pnthativ try undo Were 11►arM evdehh to ernyiomae aid eppikmm how en,pLyrmrm, 21.5 of ffr Rvgula,nnw. irrludiM empk,ymeC1L pertre.when.g oo*o w b, provided by tM UM hi&*%N deprnwnt ruing r,mtirt royees a pnddwn all forth to Approdet h rid des feelh do ptoeiMms of this, nsnKMg6daMbw tow. Reaolarvvw h, The rm irem,r will, in all 6oRtkMhgn or ad,.nwnrnm for r g„Ir-itKwyr by gnl„rmarer. 1orLrdvat (Mrurern,Ces d Cample ate,plu'at by we on bela�d�l�i�d��tth�o���rwonacty, oJV Am, mi NM,yI'd, iW Fop ywwn, In all vAkfloeirmr riW fill arwnPrs- ql�t Null receive aVe 1w,1 law b I rnlplorm.of Mxil• the Ilwbl,M.1 IM'g„Ilx„M,.lad! ,.r the ConeshetM lived toM W liv oe ftAWd 10 SKr. robe, teigiea, are or nawmol orwo prrbwnret model a sutrnswM,in hedens P wwanem of w$womh V. TTa roalwmw wsl owl in wh labor cation or rcprertdaivt or Marl ,d .g,wpownt, each potential ntrarl.uareer Car er- Iar •d w,.r6atC Caleb which ha him a Collective bargpnma iuv.w d ot hall be mItifyl by th• r,wrtrsi of the rvmtrKutfr km agar eoeteam ae ag Irmtanding. a ndk'e gar he prvnldrd by tar uruMr this„.it&, ww: the p,gttWfons v4mo, w Mans htsiwM dwewMi A,Ivisfeg the Aid him,unwm rw wowksrf Lion ,m tar ow,utwh •,f err. color, or netYmaf orig t. ill .MYM el day eeamada , r, mwlmtnu undo thia makwl d. Information and Rspwu: It. orifru,o, .ba.l provide all II-2 tied"past Capital of ter,row#in rwapw wwns porn Ayeil- uforoatk,u and report. mqui"J by (he R„imbowna w dim- " W wldis a s ant apphratw Lw rarphrytneM. iwrr iu.ued pomuol Ihemi,,and shelf pemhit urrw in fu bang, d The saaaamtw told mm1Wv ir1110 40 puyWrm. M Eerurfve ,rnerd,, Moomu,, 141-1 Pwren of inbwnu•xn, aM its tw"itrf Order, 1124 of leptiou'vt 24, 1961.,gad of dx MI,, ;egubinoe f ar may hi, drrnni,ad by the State highway departmmt wr the F�r,a, �arn7ya.-am.oaw •ma am ovesiotr. 4 1 a STANDARD PLANS The 1973 edition of Standard Plans Is hereby made a part of this contract. in case of discrepancies, standard puns shall be considered the same as plans as set forth In section 1-04.2 of the standard specifications. For informational purposes, the following list of standur: plans applicable to this contract is Included for the Contractor's convenience. Any standard plan that has been oinitted from the following list but is clearly implied elsewhere In the contract documents shall be considered applicable to the contract as though it had been specifically stated. A-2 Cement Concrete Pavement joints C-15 Wire Fence C-16 Chain Link Fence C-19 Chain Link Gates D-13 Concrete Slope Protection G-5 Contractor's Project Sign G-13a Roadside Sign Structures G-136 Roadside Sign Structures G-14 Sign Mounting Details G-31 Construction Identification Sign Installation G-32 Construction Identification Siqn for Federal Aid System Projects 1-14a Reclamation Plan for Pits and Sundry Sites Minimum Requirements 1-141s Reclamation Plan for Pits and Sundry Sites Typical Example tandard Plan D-13 Is hereby modified to allow a 3 Inch slab thickness to permit use of the solid concrete block for slope paving. ,.A s SR 405 Tukwila to Factorla - Fire Protection -69- F' a ^�+ant �P � —the labor, equipment, tools and materials necessary to accomplish the herein specified seeding, fert'lizing and mulching shall be considered In- cidental to other items Included in this project and no further eompen.ation i shall be made. COVER ROCK Where necessary, the Contractor shall remove, stockpile and replace the existing cover rock. Should the cover rock be scattered so It is not retrievable, th Contractor shall furnish ample replacement. All costs connected co the work necessary for this operation shall be incidental to the unit price per cubic yard for "Structure Excavation Class B". No further compensation shall be made. REMOVE AND REPLACE CONCRETE SLOPE PROTECTION Where Indicated on the plans,and/or directed by the Etgineer, the Contractor shall remove and replace concrete slope protection wl :h the type of slope protection existing. Limits of the removal shall be as indicatee under excavation and back- fill details on sheet 18 of the plans. Concrete slabs shall be saw cut prior to removal. Replacement shall be lnraccordance with standard pla❑ D-':.. The unit price per square yard for "Remove and Replace Concrete Slope Protectlon" shall be considered ful ' compensation for the work as specified herein. SR 405 Tukwila to Factorla - Flre Protection -68- ti � At sw ILK"' LID PROPOSAL NOTICL NOUCI if PROSYLCTIYI YLO(RAL-AtO CONSTACCTION CONTRACIONS (al A Certification of Nonsegregated Ica Subcente—tore or as lariat suppliers I.efnrb.r as requires by the Me, 9, 1967, cab lnR su Lr...rlr.ci .r.rU .r mead.. Order of In. Secretary, of "hor (3, I.R. supYlr agreement• •lw•dtnt 310,o00 thlcn s re 7%,)Y. May, 19, 1967) o Ellslnatico of nil ....pl 1`1.140 In. 11o1la lr o. of it,. ( I 9 egnal•d gmlltb• la Included In In. OPportun\tl clause rill beld I. quo Pro Pool and « b N el be .u +Ill prior to the her the f.....ding of this nullcea I. prueeme- .«le rl . Y.dq.l-•ld highway c.e.truttlon I"- genconfell--,. far wesawrnrn ronberr• ,.,.,Fortanalog $10,000 .nigh a not .a- and «cartel supplier• whe,. 11. en1c.ntra.1, eHt Ifn. the protl.len. of in. Lqu.l .,."at Oppartenlly clause. save l> .g.ea aced S...... I'd .r• not eunPt from I'm tM1e p es mvl•to offthw � - �'� f.."'t Equal 9pp,ra uni lY clesu Il 'EF (b) Died... ..• cautioned as fall..., 13, •ignlnt this bid, In. Lldea .111 be national �n A 1. nave .flood one •reed I., the prowls on• E'r;", of the •Carttrt.alon nr ant......led O"ki.aL.Al0 I'ENlltitAr ol! k$r facu\uo• In this proposal. This rorllft. y as Ion le—tde. that Na WIdar der« not C9071FICA1101 01 NONSkINAGATED IArlllT[LS maintain or pray'.. for his espl,Yaa lalll- A itaa which are agryabd on a Lasle of rat, ,d a Flood, color, or ait...I aetRf^, whether (APPllc.ble It too......In ,o ns lr uet.on r ..In fa.11ltf as ... ..graaled by dlac.1,. tracts ..a r.l.t.d secant act. •t...of"ln 01 n abe.". syw.`re. d'M1 t • d• fte lh. t.rtlfle.t I. , $10,000 rhteh a M Opportunity t n t '1 1L�RA GIMP Provides that the bidder ,r III hart in- rd clwaa.) .anpl from the Eq P. I alb such segregated (.c111tHa. . Icy the ap.al•ao., of this Old, the It this contract or •.bcontnct. or in* con- a T Ica Milder. retailing Yaerrm are highest, of of the. material ooppl. ........1, construction contract ..area ac.edlry .pprapr\aar the binder. Fedvr.t-ate $10,009 .oleo err• not ppsept from the pro- cs nstrue[lun cunlras r. subeanlr•e cal', a •talon• of the Lqu.t Oppte the I rel ed«., rt11 mats.he o..p n.rr in ain or prls, co Alfa• th rfollowi :o proder 1^r the IOIa NIr or the: n. does ne 1 .a.lnlaln or pr4vlde for Irma Y 5, the following notice to pros«dirt swOFon- employees any segregated facilities at any of decor. for conafuctlon c..tr.cl. and ma lariat suppliers where the subcontracts or .11 us insal....na. and that tg dr•. net per- aria ..pit, •gr....has . led $10,000 ad .It location. •win rues r. Pu rcontr. the,.w at .I - w not a wept from the prowl.Ism err the ear lef.11rn, under. . his eon trt 1, .Hera matro- 9,0.1 Opportunity c1au1•. Ra1N r that he •N nolnb load. or certlrl« further ens n• visa n alb led it or pities• any na •nvf^re.• .nr .......es ..elutes at not permit nv as employees.. me form M1e ettll it not parmla his employees to perform his Inur NOTICI .A YROLILCTIYt SL'OCOVIRE NT AND eells a any localnn. sane.r nle rPnl nil, MATL.IAL al'BLBNt . A ULRLMLNT FOR mere sag stated hcln r to . «bnanat. CLRTIt t[dTION OF llN s3.R3O AiLD iLC I1.3TI[8 Re agna that . bthecn of this aralllcallun Is r via contrn err the Lq.al npthis tnity cl...• In ma contract.I.,. .l. aged In ail. ll... .- L eIt llrl utLen or y thelft.g,sal lotany on,waiting ing urw •ago«ter r.t1 tea... 1 by ey ens Ma 9. .k. was rolling ruts.. nary tut. rattle« ..... se. •Isry of L•Iwr /33 r.$a •.ocnu«, restaurantsck .. and other,that ate. ages, 7r r 4, • ) (11 ,.Ilan or 9the oret1moatuclu, areas, ion« grq ts, d .loins k• I g` aa.atd In the nr filet.., areas,.. parking tort. nntlnl a •1 ee age- ro.na.lnt, tar end re entertainment It a •. { :Flat trv.d far clan. she Moa nc rr.. ....l pro- upy plle pn J F Mtn aua trot eld.d far erect Yya which era act segred by e.vuru directly* 0r are In rue segregated orser to liu•uFn subcOn r 1 on the basic If ..a. crowd, color, or $10.o0E ere U not .•. pr anon•1 nrlp n. because of na 0f 1, L1crl cusroe, r lathe of the tgol Oeecrt O...... T. Ro err.•. that !a - pt an... 702 )//����///�her Ll.Inad uentroa d matfruUral fTr+ r� //11//) rrpistill, ens «ta.al alp- le) suecrnl..erers one ma<•rla ..pp u.rr V//l�/ r tp•alne spar vet lr sale he w.11 r .act o a entering L . aterial [o V atlta lid lion. from prior.0 or. ran Fact or snfall.. Into material seep lY tdf:fW r�r• Ppf I. rna Prfor ."u«nc. the aneontraaor or maurl.i b a'e••.pplbr all Le 4..+N s h.v. .hoed aMar... of m. Prrrlrlrne ,r chi Meersirt- to,uow w f t .lain of L..u•tala.a otu sale.• In the pfnaatn. .r to r ee,ns alb.o.tral or mallrest supply .dr.•«nt. and 'hot M will r 1 If to na This certification srovu.. that e« ash- In his fll n. ctntra sr or material supplier does not main- to IF or provide for his smplurae 6ellltle. .elan .,. ..aagat.d on the be•I. of race. Notes The penalty for asking late. statements crowd, cater. or nation.. .rlta, .oath, In oilers 1. Preecr lose In IL U.S.I. '.a" facilities a pq a•. .tad by d\ ctio. 10.1. • de feet.of. a.. In. t.rllfll.11tn •lee n prevuas that ins subcontractor OF ....Flat supplier will trot maintain such arreRaled fac-tllllos. 5R 405 Tukwila to Factorla - Fire Prutection -6- b I P R0POSAL CO�r e MO ff 1 L M PF�ff PER UNIT AMOUNT ; QGtn ' ' r CiS UOLLAN$ !' _ _ AGGING AT FIXED 42 400.0 AT w_. - -- '--- T Hnuas ///////r//////////i//////////////////// � 41`00 , 20000 00 _ PER a AT � TOTAL AT .:. I _ '�— AT AT _. At AT' AT TUKWILA TO FACTORIA FIQ6 PROTECTION S ,A P R 0 P 0 S A L C. o�r r -�e veaexneA?E YRI L. PER UNIT AMOUNT + 1 _A uAan xy 1 4 M ��_ _ .._._s._.__- _ __ _ _ _ jG:I AaS C'f WL,LAR9 (_ 47 500.0 FLAG GT NG 4T FIXED PRICE AT InIJRS /////////////////////////////////////// 4 00 2,000 00 PER HnURi I i d roy, TOTALA AT n 5�: I AT f , i I AT _ AT r jAT 1 T 1 AT TUM.MILA TO FAfCTORIA FIDE PROTECTION 5 ,k i . �IIII a PROPOSAL Con ^'EN APpROXINA tC I POICC NMI AMOUNT � _ _____ OOI LARS CTS 9Di,LARs CTS. �7 500.0 - FLAOGING AT F[XE0 PRICE At "nURS /////////////////////////////////////// ' ♦ 00 2r000 00 PER "OuRl AT 1 � TOTAL 1 AT AT AT 3. _ AT I AT I I n 1 AT AT i i t i AT � I R A05 TVMMILA TIC FACTORJA FI°E ANOTECTICIN S t PROPOSAL Corr r(:M A P P NO Ci MAT[ PAICr PF'R UNIT, i A�rCUNr NO _— iKLi A A s rlryURS / 4 00 Wtl -'f'_ CT aUANri rr l 500.0 FLAGGING AT FIXED PRICE aT 4100 2.000 00 /!////////////.//////////////////////!//t PER MOOR TOTAL — AT i AT AT AT Ar f —t---'--"'_-------- I AT 0/4 TUK.WILA TO FACTORIA FIQE PROTECTION 5 PROPOSAL C :. r• I APPROXIMATE PRIC' VIQ UAII AMOUR LAR5 CTS. 500.0 FLAGGING AT fIUEO PLAICE AT ' 4 00 2.000:, 00 PER HOUR,TOTAL I AT 4T � I I A _ AT . .. AT I I AT .-'--�--AT--- r IF . i I � �- II A7 P A.O S TUKWILA TO FACTORIA FIVE PROTECTION S ,, t • PRO PO SALE Cun t nu rtc± TtR APPNOMINATET P61Cr PL, UNIT AIIOONT -- NO pU ANTI I lO LL4N9 I CT rT, 00lLAR5 Ci5- 42 500..0FLAGGING AT FINED PRICE AT Hf1URS I /////////////////////////////////////// 4 00 29000 00 PER HOUR —.—_.._._._ AT TOTAL AT T_ i AT AT AT AT AT i . . __� ... I : z4-64— TUl(WILA TO FACTORIA FIDE PROTECTION s P R0P0SAL� C r u _I kN APPHO%I MA PRICC PER UMIi AMOUR M NO QL AN� i 'Y T I V iT?LLARS tTS ON CTS RISING 11A-WsE-TNL-'r — cT _.. _ ONLr PER EACH ____b.0-t- O NT-7+FTISTANT�iANGfR TYW ► LARS r ONLr /////1/////////!!/Ir/////////////!!//// 1 PER EACH 1 -3Z —--I - RES ISTANT HANGER TYPE B ONLY PER EACH _- �� -... 4. L um SUM ///////////////////////////i/////////// LUMP UM -" - "DISINFWT AND FLUSH wATFR NAt_NS-- -- — I AT --LUMP SUM /////////////////////////////////////// LUMP 33 FF-M[1VE -AWU-R-FSETZFATNT(NA- aT - LIN. FT. PER LIN. FT - IIf"mIli/11111111111//1////1/III/// PER EACH rNrL `T F01f7*,Ao" GATF AT PER EACHI Tw_ ONLY TRK_ AT REMOVE IA15 AE6CF�F—€kffTfN� LAND GAPING LUMP SUM /////////////////////////////////////// LUMP SUM 44.0 ' RY~_WAVK_ff SIGNS AT ONLY _ PER EACH _ 4I 79.0 REMOVE AND REPLACE CONCRETE SLOPE "-- ar SO. YDS. PROTECTION ///////////////////1/////////////////// PER S0. YO. tot sius TUKWILA TO FACTORIA FIRE PROTECTION 4 1 P R 0 P 0 S A L C; ', r IEM 6P PROW IA A'C ! N Pk:" 4f1 Ilya ' Ar10 UN" NO Qti AM ': � f _—_ � n_I.hM _TTJ IB lBS.O JACKING OR GORING le INCH STEEL PIPE AT � 1 LIN. FT. PEP LIN. FT Tl `-.. 4.0 GATE VALVE 2 1%2 _VKf DIJ(METEN - At - f)NLY PER EACW �3 6.0 GATE VACV 6 tNZM O AM TES-- - or C NLY PER --- - - -- EACH ' L.0 `LATE 1���I��NCH DIAMETEP ONLY EACH __ PER • ! . „ `?`` : 22 • 14CH GRAIN VALVE- ---.-.-- . -- - .-AT ONLY PER EACHt A',fl, 47 s �& ONLY Af `�^ PER EACH_ 2.0- 9NLY ASSEMBLY PER EACH _�.D `lEETii>ZlaCEo COfIC�F VAuiT� -• aOil ONLY //I//////�////////%. /////////////!///// PEP EACH .ib —ZI:D (ICTFT�AT NVOifANT3 ONLY PER EACH _ 27 200.0 'HYDRANT �%TENSIONS PUUNO$ _///////////////////J/f/////////// PER ►MINDS 25 3.0 ' BRIDGE WTLET TYPE 1 --'- AT— ONLY _ PER EACH t-- 0 - 'ZZY - 1. i I7TTACH OUTLET SYSTfif�------ ONLY PER EACH TLN(MI!A TO FACTORIA FIRE PROTECTION 3 ;41 `Y 9 P R O P O S A L C 0 n t ER APPROXIpATE PRICE PO"PO! i'NI' JN' NO QU AX TI T E R _ LXXj ARS r t AT u OTHER ITEMS y 0 'CONCRE E CLASS C — — AI T + -- — fit"', CU. YOS. /tI�TILE/I/ON/WATER/PIPE/6/INCH DIAMETFp R ---}-- LIN. FT. AT d Y PER, LIN. FT� . 2.RP0.0— UCTILE IRON WATER PIPE 8 INCH DIAMETER At LIN. FT. PER LIN. rT + 600.0 _6UCTILE IRON WATER PIPE 12 TNCN — � AT LIN. FT. DIAMETER _ PER LIN. FT , 11 6 . SCHEDUL 40 EEL PIPE 1/ INC" AT LIN, FT. DIAMETER PEP LIN. FTC Tf' Lot 0 SCNEEOULE 40 STEEL PIPE ♦ INCH DIAMETER AT LIN. 7T. r PER LIN. FT 13 �N90.0 GAlVANI �N PIPE 1 INCH DIAMETER %A7 FT. Zy ////i/// ////W/%!!///N ONLY /////!//// Ar f% R €ACH - I5 2.0 TAP FXISTING L2 IN LH WATERMAIN ONLY 16 2.0 CCNNECT TO EXISTING MATFPMAIN ONLY _ __ PER EACH 1` 30.0 JACKING OR 80PING 16 INCH STEEL PIPE r,r LIB:. FT. PER LIN. FT TUXWILA TO FACTORIA FIrE PROTECTICEN 2 1 PROPOSAL To the Director of Highways Olympia, wash ?ton Dear Sir: . s:gnrd '. "'I __ that. �a_... SP 405 IN KING COUNTY MP 0.47 TO MP I1.21e TUKWILA TO FACTORCA - FIRE PROTECTION, FFCFRAL AIC INTEPSTATE PPOJFCT I-405-11114051154 STATION P9e00 TO STATION 200e00, 1 t and ha-- — read and thoro..y , understand — the plans. speclf ,cat,nno and contract govorn- ,cg the wor, nabraced in t' improvement, and the method by which payment will be made for sold work, a`d hereby propose _ to undertake and complete the work embraced in this improve- rient, or as ouch thereof as can be completed with the money ava, laDle. in accordance with the said plans, specifications and contract. and the following schedule of rates and prices: � � t (NOTE: Lnit prices fir all Items, all eabanviDns, and total amount of bid, aha ll b shown. Show . nit Prices in figures only. ) —T-- 'FM APPROXIMATt 1 T f w PRICc PER UNIT AMOUNT NO. QUANTITY CiDW745RS CTS. DOLI dRS C15. - t M09IL IIAT[ON -- 4T tUMP SUM ' /////////////////////////////////////// LUMP UM -r 24 1 ,130.0 STRUCTURE EIICAVAPION CLASS B AT�— Cu. YDS. _ _P_EP_ _CU._Y_O. T 331.0 . STRUCTURE EXCAVATION CLASS C AT CU. YOS. PER Co. VD. 4 50.0CRUSHED SURFACING TOP COURSE AT r TONS T_ PEP TON -69X TM-""T d---__ _. CU. Y05. /////////////////////////////////////// I ._ PER CU. Y_D. _. — AT ASPHALT CONCRETE PAVEMENT NT L -7II-.U-jCLASS B TONS PER TON ; TUKWILA TO FACTORIA FIRE PROTECTION i i 1 R32006 HOURLY MINIMUM WAGE RATES APRIL Id, 1973 COUNTIES - KING LABOR RATE FRINv L:l.rf DLLUPAIILN 51AIL— ED ASNFFITS :3-U 350 $NO-GU AND SIMILAR EQUIPMENT 7.32 SAME H-w 54. CENTS ( S,F► 13-0360 SPREADER, FLAHERTY 7. 10 SAME PEN 50. CENTS ( S,F► 13-U370 STRAOOLF CARRIER(Rf)SS,HYSTERI-SIM.t JUIP. 7.27 SAME ATP L. CENTS ISIF 13-0380 SWAMPERS 7.O0 SAME 13-J390 TEAN DRIVER 7.05 SAME 1'-0400 TRACTOR, SMALL RUBBER-TIRE[ 7.10 SAME TkANSIT-MIX USED IN HEAVY CONSTRUCTION 13-0410 U TO AND INCLUDING 4-1/2 YOS 7. 31 SAME 13-0420 OVER 4-1/7 YOS TO AND INCL. 6 YC�. 7.46 SAME 11-0430 OVER 6 YUS TO AND INCL. 8 YDS 7.64 SAME 13-J440 OVER 8 YOS TO AND INCL. 10 YOS 7.80 SAME 13-0450 OVEP 10 YOS TO AND INCL. 11 YOS 7.97 SAME 13-0460 OVER 12 YOS TO AND INCL. 16 YOS 8.11 SAME 13-0470 OVER 16 YOS TO AND INCL. 2C YOS 8.29 SAME 13-0480 OVEP �0 YOS 8.45 SAME 13-G49U VACLUM TRUCK 7.10 SAME 13-0500 WAREHOUSEMAN AND CHECKERS 7.00 SAME 13-051U wATFR WAGON,TANK TRK-UP TO 1600 GALS 7.10 CAME 13-OS20 WATFR WAGON,TANK TRK-IEUO GALS-3000 GALS 7.27 SAME 13-0530 WATEP WAGON,IANK TRK-GVER 30,10 GALS 7.43 SIMF 13-0540 WINCH TRUCK - SINGLE REAR AXLE 7.10 SAME 13-055U WINCH TRUCK - DUAL REAR AXLE 7. 1? SAME 13-0560 wk ECKFR, TOW TRUCK AND SIMILAR EQUIPMENT 7.IU SAME FLPEMAN 13-0570 NOT LESS THAN 25 CENTS PER HCUR OVER HIGHEST CLASSIF.UNI)FR HIS SUPERVISION HIGHWAY NO. - SP 405 OCSC.RIPTION - TUKWILA TO FACIORIA-FIRE ChNTROL JOB NUMhER - y U32006 h^URLY h'INIMUM 'WAGE RATE; APRIL 18, 19T3 CL;UNTIES - KING GRB SS OR 9GLl1EAI11'i aLOIE__EEII F�RIN1�GEE [� BEN�LS 13-3CZJ RUGC,YMOBILE 7.27 SAME H-W 54. CENTS ISIFI 13-0J3U BULK CEMENT S5TANKER CC(( pp(( 7.43 SAME PEN 50. CENTS IS.FI IRKS TNANSPSAT/NGIHATER1AlSN0�l J09U ITEG 13-0040 WAREHOUSING 7.It SAME ATP 1. CENTS IS1F w 3-3050 ETHER 1HAN WAREHOUSING 7.4 SAME 13-OC60 BUS OR 14ANNAUL 7.10 SAME OUMPSTERgg9 TOURNYk[CKERS TOURNOMAGON TURNATRAILFR. CAT ON SERIES TERRA COBRA, hid LE TOURNEAU. WESTINGHOUSE, ATHFY WAGON 13-OC7J UP T') AND INCLUOING 5 YOS 7.110 SAME 19-0060 OVER 5 YUS TO ANU INCLUDING 12 YDS 7.32 SAME rt 13-009 OVER 12 YDS TO ANU INCLUDING 16 YOS 7.38 SAME 1 -01U0 OVER 16 YDS TO AND INCLUDING O YOS 7.43 SAME 13-0110 UVEF 20 YDS TO AND INCLUDING 30 YOS 7.60 SSg WE �3-011.3U OVER kV Y05yyUpTO AND IU�NCIU�EEIN`Gtt55 CYOEES 7.9I SAME TRACTOOA MITH�RAIL.RR ANGESiM.PT0 -LOADED EQUIP. DUMP TRKS.SIDE ENC.BOTTCM JUMP T'4 113-0110 UP TO AN b INCLUDING S YOS 7.1U SAME 13-010 OVER 5 YOS TO AND INCLUDING 12 YDS 7.?2 SAME hr 13-0160 LVER 12 YOS TO AND INCLUDING 16 YDS 7.38 SAME jj3-0'TO OVFR 16 YOS TO AND INE`LUO[NG 20 YDS 7.43 SAME „ T3-0180 OVER 70 YOS TO AND INCLUDING 30 YOS 7.660 SAME 13�0100 OVER 10 YDS TO AND INCLUDING 4U YOS 7.T6 SAME 13-3?00 OVER 40 YOS TO AND INCLUDING 9)S YDS 7.92 SAME �e 13-021U EXPLJSIVE TRK - FIELD MIX) AND SIM.EQU1P. 7.32 SAME ' 13-0221 FLATBEU - SINGLF REAR AXLE 7.10 SAME 13-0230 'LATREO - DUAL REAP AXLE 7.21 SAMF x }3-0241 6RFASE TRK FUEL TRK EATTERY SERVICE MAN 7.10 SAMF. „s1: 3-U75O GREASER. TIRE SERVIC� MAN 7.10 ME 13-0260 HYSTER OPERATOR (BULK LOOSE AGGREGATcS) 7.27 SAME 13-J<'70 LEVERMAN.LOADEF , AT BUNKER.EATCH PLANT 7.00 SANE - 13-U780 LJWCEJ. H.O.TRAILER - UNOF.k 50 TON GROSS 7.32 SAME 13-0J'40 LilWBED. H.O.TRAILER - 50 TONS - 100 TONS 7.6U SAME l?-I)UU L'TWJED. H.D.TRAILER - OVFP IOU TUN DROSS 7.76 SAME 14-0301 MECHANIC 7.4'0 --- 13-:1302 MECHANIC. HELPER 6.85 13-0310 PiCKOP TRUCK, ESCORT UP PILOT CA% 7.00 S7,MF 13-03?0 ROAD OIL DISTRI13UTUR DRIVER 7.32 SAMF 13-01341 SCISSOR TRUCK 7.10 SAME 13-0340 SLURRY TRUCK 7.32 SAME H/GHMAY NO. R 405 '� OF SC.n I PT ICN - YUKWILA TOF,hC TOP. IA-PIRG- COOT H(:I s` JUB NUMRFR - 5; M 7h"d City of Penton, Utility Depc. PRESSURE TEST FORM Water Project �����• �p,�i/�'.'ew/ Name of ProjectAr on This test was taken by yr minutes. At a pressure of . P51 , for The test "Failed" on "Passed" J on Comments: � r dry � 3 O1/ ' .,,. fir,, .✓-.re-� i City of Renton, Utility Dept. PRESSURE TEST FORM 'Rater Project Name of Project This test was taken by on _'71- 7' 741 At a pressure of 30o PSI , for /_r— minutes. The test "Felled" on "Passed" L/ on Comments. / i� P e^' i a' 4 City of Renton, Utility Dept. ; PRESSURE TEST FORM Meter Project Memo of Project . �-- �� This test was taken by � on O I At a Pressure of LSD PSI , for �d ,Onc�,... ... Tinutes. �. The test "Failed" on R "Passed" !ice on _,;Zv Comments t g { 4 � pY 4 Said heretofore mentioned grantee, its successors or assigns, shall have the right, without prior notice or proceeding at law, at such times as may be necessary to enter upon said above described property for the purpose of con- structing, maintaining, repairing, altering or reconstructing said utility, or making any connections therewith, and such construction, maintaining, repairing, altering or reconstruction of such utility shall be accomplished in such a manner that the private improvements existing in the right right(s)-of-way shall not be disturbed or damaged, or in the event they are disturbed or damaged, they will be replaced in as good a condition as they were immediately before the property was entered upon by the Grantee. The Grantor shall fully use and enjoy the aforedescribed premises, including the right to retain the right to use the surface of said right-of-way if such use does not interfere with installation and maintenance of the utility line. However, the grant, shall not erect buildings or structures over, under or across the right-of-way during the existence of such utility. This easement, shall be a covenant running with the land and shall be bind- ing on the Grantor, his successors, heirs and assigns. Grantors covenant that they are the lawful owners of the above properties and that they have a good and 1 right to gecute this agreement. 4 and — and . - -- and - � �d -= and STATE OF WASHINCTON ) SS COIMTY OF KING i, the undersignea, a notary public in and for the State of Washington, hereby certify that un thist it day of r-ni`4 c-:_� 191�5 personally appeared before me �� .r Ar t- i and ,u-ar, _t✓i_�Pa+�srr -------- and --- -and ----- and -- to me known to be individual(s) descr e In and who execute t e o� regoing instrument, and acknowledged that - signed and sealed the same as and voluntary act and deed for the uses and purposes therein mentioned. ary ,j n an the ate Washimgt , residing at __ \ i EASEMENT THIS INSTRUMENT, made thi, fith day of March _ 19 73 ; by and between Robert A. Fawcett _and wife Clarissa M. Fawcett and ; - - and -..--- _.-_ _ _ __,and --- ; hereinafter called "Grantor(s)", and the CITY OF RENTON, a Municipal Corporation of King County Washington, hereinafter called "Grantee". WITNESSETH: That said Grantor(s), for and in consideration of tte sum of —-----------paid by Grantee, and other valuable cons erat on. To_ y these presents, grant, bargain , sell , convey, and warrant unto the said Grantee, its successors and assigns, an casement for public utilities (including water and sewer) with necessary appurtenances over, through, across and upon the following described property in King County, Washington, more particularly described as follows: A Utility easement 15 feet in width over the following described property: BEGINNING on the East line of Government Lot 1 in Section 32. Township 24 North, Range 5 East; M.M. , at a point 993.80 feet South of the Northeast corner thereof; thence South 1. 42' 13" West along said East line a distance of 340.55 feet to the Southeast corner of said Government Lot 1 ; thence forth 18. 48' 58" West a distance of 641.35 feet; thence North 1' 11' 02" East a distance of 340.55 feet; thence South 880 48' 55" East a distance of 644.44 feet to a point of beginning; LESS that portion lying South of a line beginning 11 feet North of the Southeast corner of the above described Tract; thence 'nest 559 feet, more or less, to a point 13 feet North of the South line thereof; thence West 82 feet, more or less, to a point 11 feet Aorth of the Southwest corner of said Tract; LESS State Highway; LESS Streets. The centerline of said 15 foot wide easement being described as follows: BEGINNING at the intersection of the centerlines of North 40th Street and Meadow Avenue North; thence South 88° 48' 58" East a distance of 12.5 feet to the true point of begimNng of said easement; thence North 1' 40' 47" East a distance of 218.26 feet; thence South 870 30' 49" East a distance of 165.5 feet to the Westerly margin of FAI 0405. the terminus of said easement centerline. Together with a temporary construction easement described as: Said temporary construction easement shall remain in force durtny construction and until such time as the utilities and appurtenances have been 'Acwted for the operation and maintenance by the Grantee but not later than -- 1 July 1%, 1976 1 1 State Hsghway pert. State Aid D:Oision 6431 Corson Ave. So. Seattle, Washington 96106 Attention: John Herron Subject: Agreesent cal-812 1CA.6 042-74) on Maintenance of May Creek Crossing. Dear Mr. Herroni Thls is to officially accept maintenance on May Creak and at SR "0 as stipulated in GM-012 agreeomt. Very truly yours, Ronald L. Olsen Utilities Office Engineer RLOitb '� 4 10. The required "PRESSURE TEST" has been taken by 4 At a pressure of PSI , for minutes, on The test: Failed Passed Comments t 11 . The required "PURITY TEST" has been taken by s On _ Date of Reply Failed Passed Comments _ 12. Is there an Easement required? If so, give dates for: Preliminary Submitted Recorded And Recorded Number 13. This Project included G 30 LF of 1 -4 D L Watermain And Is Cate Valves Gate Valves Gate Valves and Gate Valves, SSL And all miscellaneous accessories for a total value of $ )S ag Also, Size — Make — type — Fire Hydrants for a total value of 14. The transfer or "Rill of Sale" is in; Preliminary Submitted .Accorded form.The recorded number 15. This project information was sent to the Utility Dept. for recor16�ding on _>� and taken into "plant" on // 16. What drawings does the Water Shop have on file. T Preliminary t� As-Built t � 1 Form Completed on J12Af 3l 9 City of Renton utility Department Project Form 1, Water Project k (a/'3gQ Date Project No. given H/ 2. Project Description and location 54gjk *4 wav T—YdS 3. Developer's Name (If City check ) Address _ 1 / Phone k _ K Enyineer's Name 51,. e /- CI ><y_(If City check ) t Address Phone N Contractor's Name Si 4,k % I {'/ (If City check ) Address _ Phone N 4. Is there an ACTIVE Late-Comers Agreement in the project area? A61 O If so, give File Name _ Recording Date And (lumber 5. The utility Department Work Order Numbers on this project are as follows: . 2eG3 33YS — 6. what plans have been submitted? Preliminary As-Built -. 7, Has ar Estimate been Prepared for Project N O If so give Date Prepared i And Total Amount of Estimate ~Q 8. Is there to be a Late-Lome rs Agreement on this project /✓ O If so, give - dates for; Preliminary Submitted Recorded and Recorded Number ?, 9• Date of "Start of Construction" lu/S�Date of "Completion" f S� s 1 t► y EXECUTIVE ORDER Nr.. 71-08 -- CONTRACTUAL ADDENDUM RULES AND REGULATIONS 1. If the agency submitting a Public Works Project for bids i anticipates the labor costs on the project will exceed $50, 000, he shall notify the Employment Security Department by letter of the contract title, location and name of the ... contractor to whom the bid was awarded at the time said contract was awarded. 2. The using agency will include with the bidding documents a sample copy of The Contractor Quarterly Report Form and Rules. 3. The Department of Employment Security will, upon receipt of notice of contract award: a. Provide to contractor a supply of tie report forms and instructions for response; b. Department of Employment Security will notify the appropriate local Employment Security office having jurisdiction over the geographical area of the project; c. Local Employment Security offices will have respon- sibility for establishing contact with contractor to provide assistance and service. 4. In the event of reports of alleged -on-compliance by the contractor, the using agency shall take necessary action to determine and insure contractor compliance or impose the governing rules as set forth in item 5 below. 5. The determination that a contractor is in non-compliance with Executive Order No. 71-08 will constitute reason for contract termination and loss of .ligibility for further participation in state work. Employment Opening Regu;.ations and Sample Report Form (See opposite side for sample report form) , PROPOSAL - CONTINUED 'The undersigned hereby agrees to pay to labor not less lht n the hourly minimum rates of wages set forth in the special provisions for this pro}.ct. A proposal guaranty in an amount of five percent (5%) of the total bid *(Base Bid), based upon the approximate estimate of quantities at the above prices and in the form as indicated below, a attached hereto: ,ASH ❑ N THE AMOUNT OF t t CASHIER'S CHECK ❑ __ _— -- --- ------- — DOLLARS CERTIFIED CHECK ❑ ($__ .)PAYABLE TO THE STATE TREASURER PROPOSAL BOND ❑ IN THE AMOUNT OF S%OF THE BID Receipt is hereby acknowledged of addendum(s)No.(s) & —. SIGNATURE OF AUTHORIZED OFFICIAIAS) N�w�o oll ewoepe'l FIRM NAME (ADDRESS) day of (CORPORA fL SE At.I — -- --- narwity PuaLIC / J dd NOTE:(1) This proposal form is not transferobk anlYadj�enlbn of j/'' name entered hereon without prior permission from the Director of Highways Will, q f?I,'grnsld^ring the proposal irregular and subsequ_-nt rejection of the bid. t1) Pieuie refer to section 1-01 b of the standard specificallons, re: lion�Proposal •Bare bid h applimble to building cumiructwn labs only, Ptmre refs to SectlOn B.IIJ(y! the General Requirements and covenants Jo,Building C'nmtrucoon rear•di'nj"Prepamlion Of Pmpcsat tll Should It be necessary to modify this proposal either in wrirfng or by telegram. please make, reference to the following proposal numbers in your communication NIM "M 173,me SR 405 Tukwila to Factorla Fire Protection + 1 r, PROPOSAL - CONTINUED BIDDER'S AFFIRMATIVE ACTION PLAN CERTIFICATION A bidder will not be eligible for award of a contract under this Invitation of Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract. Complete the following blanks using the Plan Titles and Plan areas required in the special provisions included as a part of the documents for this project. i r certifies that: (BIDDER) I. It intends to use the following listed construction trades in the work under the contract _ 2. (a) As to those trades set forth in the preceding paragraph (I)hereof for which it is eligible under these bid conditions fat participation in the _ Plan, it will comply with the—_ _ Plan on all work (both federal and non-federal)in the area within the scope of coverage of that Plan,thou trades being _ and/or /AIt o those trades for which it is required by these bid conditions to comply. it adopts the U/ rity manpower utilization goals and the specific affirmative action steps con- t ' �c itions, for all construction work (both federal and non-federal)m the a 'cot to these bid conditions those trades being / ---- ---.—and 3. It will obtain from each of its subcontractors at the cont tering agency prior to the award of any suuconlract under this contract the subcoi Acquired by these bid conditions. SR 405 Tukwila to Factoriu Fire Protection -8- �olansore •(n Hb IAt PROPOSAL - CONTINUED The Contractor is hereby advised that by signature of this proposal he is deemed to have signed the following certificates required for this Project' NON-COLLUSION CERTIFICATE The undersigned being duly sworn, depo.es and says that the person, firm, association, co-partnership or corporation herein named- has not, either directly or indirectly, entered into any agreement, partici- pated in any collusion, or otherwise taken any action in restraint of free competitive bidding in the preparation and submission of this proposal to the Washington State Highway Commission for considers- r tion in the award of the contract, CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Subcontracts subject to the Equal Opportunity Clause and the filing of Required Reports. That the bidder____ ,proposed subcontractor_ ,hereby certifies that he has . . ,has not participated in a previous ecnitact or subcontract subject to me equal opportunity clause, as required by Executive Orders 10925. 11114 or If 246, and that he has_ . has not___ , filed with the Joint Reporting Committee, the Director of the Office of Federa. Contract Compliance, a Federal Government contracting or administering :gency, or the former President's Committee on Equal Opportunity, all reports due under the applicable filing requirements. �UI'I O NOTE The above certlflen� a re t ( mploynrent Opportunity Regulations of the Secretary ofLabor(41 CFR 60-1. 7 / ),pf6� t jttep by bidders and proposed subcontractors only in connection with eantrnets and subc ar 's1 blect to the equal opportunity clause. which are exem t r a! ortunitZjklk� �A?I'rs set forth in 41 r'FR Contracts and subcontracts p J �4M}J PP y 60.1.5(Generally only contracts or subc •ntraccts nJ Sl 0.000 rider are j or their Currently. Standard Form !UO /EEO-11 is the only report rryurred b implementing regulations. l Proposed prime contractors and subcontractors who have participated in a previous contract or sub- con act subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60.1.Nb)(1)prevents the award of contracts and subc:-nmrarts unless such contractor submits a report covering the delinquent period or surh other perirN41 specified by the Federal 1118hwai Adminis- tration or by the Dirrefor of Federal Contract Compliance, U. S Department of Labor SR 40$ row irYUM n Tukwila to Factorial MMY a.nro ,ors Fire Protection -7- t � t r ' i 1 i Ik ► L P4 : 4. 4 w, VA 114 Y *.r Nd 1 I I t �N t ' M ' 2 2 '�� � • �v.r• "JAB >° • yf. 9 3 • • s Z. a 6-14 , f/f4 fAwe i"«�« g i r tR l r a x rM4�• k W t> r :Y`�• qq ty �= T bt Y� 4.' h�• of ,fan ly�x'� tl,F 1 .4 frc1'' '�y i>tiw an ' x 17 7 G . . zs /9` c /, sT = 23. D.L c 2 �•T n �. `, cc-K � � � .. 3. G lq. rz. I ! ! ��`, • ! I 4 a S . •'!` 3•�� i G r e +�G a '_� a 0 rS IV,.�' T Q r_.�• �� J 3• � z' '� 4 Qe t 4 . p 5. . 3 •c 2ce 4 S° 9. 7 K. i� 1 {{= 4. z B 7 Lr ,r•` ,. ��/ i A4.L t ¢iY= l r72A = 3 . 6 ��� 7y u 1 3 .6 7 C c �z � � 6. 3 •. .a L 9¢. r w� 6 2?of r. -fir' bc.✓ 7c - L.d� /�� �'/. /o. ir73 12 9 6 w+3 4a1. 1 �► r /er — zs- // y¢ h � �• ¢ _ /2 r I � Z } �, ti ti.rf A � 1 ru�• � .�7 °. 14 yo bGca� /� /'i t 2 K lip 9 y •c /d. C . 9C • i if C // H^ 41 18t ? y2 � K4 - y '4"q =1roi�r . = K//f I��Ill tkp : a f3- 4Or-J24o � 9•• t' 9 to 0. r . 2 r /d. K w /. Lr /j.4,.. 1� a 4s" 4t. t P = $ 4r t.r. . z C 9K t c r.— = 7. 4.c `. w Il ` 2 s v ra• t ti � EXHIBIT 'A' LOCATION MAP iW OF UTILITY I = W EASEMENT ; 's I IN Sec. 32 , T 24 , R 5 . ` �o l UTILITY EASEM N N.40#h 51 it � m INTERSTATE rn --- � L HIGHWAY N0. 405 : k Io .1` r Said heretofore mentioned grantee, its successors or assigns, shall hove the right, without prior not ce or proceeding at law, at such times as may ne necessary to enter upon said above described property for the purpose of construct- ing, maintaining, repairing. altering or reconstructing said MQMMPM utilities, or making any connections therewith, without incurring any legal obligations or liability therefore, provided, that such construction, maintaining, repairin5, altering or reconstruction of said 06011INWO utilities shall be accomplishes it such a manner that the private improvements existing in the right(s)-of-way shall not be disturbed or damaged, they will be replaced in as good a condition as they were immediately before the property was entered upon by the Grantee. The Grantor shall fully use and enjoy the aforedescribed premises, including the right to retain the right to use the surface of said right-of-way if such use does not interfere with installation and maintenance of the 41MOMMM utilities. However, the grantor shall not erect buildings or structures over, under or across the right-of-way during the existence of such roadway and utilities. This easement, shall be a covenant running with the land and shall be bind- ing on the Grantor, his successors , heirs and assigns. Grantors covenant that they are the lawful owners of the above properties and that they have a good and lawful right to execute this agreement. and _—— and and _- --._-_ and ---- STATE OF WASHINGTON ) COUNTY OF KING SS I, the undersigned, a notary puolic in and for the State of Washington, hereby certify that on this day of 191 personally appeared before me f+--ivy Ganand d ; and and -- —------------- t0�knave tT bbe1n ivi dual MR descrTE-ed in an w o x-ecu the foregoing instrument, and acknowledged that _�i V — signed and sealed the same at i-rt free and voluntary act and dee or f the uses and purposes therein ,mentioned. r/ .No tart' y n and for the btate a Washington, residing at 1 EASEMENT THIS INSTRUMENT, made this to rbay of by and between wjk= p, and -_ and -- ; ---- __and and hereinafter called "Grantor(s) ," and the CITY OF RENTON, a Municipal Corporation of King County, Washington, hereinafter called "Grantee." WITNESSETH: That said Grantor(s) , for and in consideration of the sum of $ 1.00 (one a no/loo) f maid by Grantee, and other valuable considerat one, ao y these presents, grant, bargain, sell, convey, and warrant unto the said Grantee, its successors and assigns , an easement for NVINNN� public utilities (including water �) with necessary appurtenances over, through, across and upon the following described property in King County, Washington, more particularly described as follows: -> All that portion of the following described property lying eastarly of the easterly margin of FAZ 0405. ONE MIPTIOM Order No., 3S810S All that Fortin of Government Lot 1, Section 32, Township 24 North, Mange 5, Bast F.M., described as follows, Beginning at the Southeast corner of said Lot 1, thence North along the East line thereof 11 feetr thence Westerly 559 feet to a point 13 feet North of the South line of said Lot 11 thence continue Westerly 102 feet more or lose, to the Northerly extension of the East line of Ke,my Boulevard (106 Avenue S.M.) as sham on the plat of C. D. Hillman's Lake Kashington Garden of Eden Addition to Seattle Ne. 21 thence Southerly along said Northerly extension 11 feet to the South line of said Government Lot li thence masterly along said South line to the point of beginning. BXCBPT the East 30 feet for roadway and further a3[CBPT all that portion thereof lying within Secondary State Highway No. 2A conveyed to the State of Washington by dead. Recorded June 1, 1956 under Auditor's File No. 4698320. Situate in the county of Ming, State of Washington Sae Exhibit J. attached. Together with a temporary construction easement described as: Said temporary construction easement shall remain in force during construc- tion and until such time as theme, utilities and appurtenances have been accepted for the operation and maintenance by the Grantee but not later than t r- ,r i I � EXHIBIT 'A' LOCATION MAP W OF UTILITY z W EASEMENT :;<' Sec.32 , T 249 R 5 . o UTILITY EASEM N N.40th St �� c J i W u INTERSTATE _ . _ _ _ • --- -----_-- HIGHWAY L NO. 405 I �o 10 I i I I t 1S EASEMENT LAYOur 1OR G'/rY OF /TEN70N R. FAweeTr O.POPCf7-Y .Survey 7-1 I— D/ar�n WS11D. Kn ✓ - .yaliio�ay 3-Z-7.3 � O f ti. n. sfo. z•AS r� /16%6S5 Ecase�ne�� r -fX oy �5 0� MOn. y ae'se"58 _ N 40'" St 11S' 1 AAle PP � 4.59 i1 io rL , .'' Ecrrenrenl• � I s � 4 II i 30' 49 E 165.5 }set Freeway R/ W FIA no . 4! 05 N1 =1 m1 M eD N --'� 4 1 5 feet wide W1 f•� a 0 a z UtilityEasement N. 40 th St, m T 12.51 3 CITY OF RENTON s ee • 4 e' s e" E _0 UTILITIES DEPARTMENT Q t c W - 3 9 0 y DR.Q.511 wit 77t�s�> c 2 - 30 IT'rsa cr ch DATE ;amttr i OF i I w-]to �•—3 0'—+j 4---3 o'--•i APPM DATE ;F" I i . Y! ENDING 1110 . . • . • M1 iJ n \r 1 T 22. 12- • �N4c,�G+c r� �t i ,r . 7 i i. 1 G. Z, 6 !v P'1 41� i �Ic .....r: �vl a.w .c w.-.G/✓ �i -7NyGILO • /ao /'rp p a-/+'nd�, �vd4.c �-c.....c«.� az9Lce,� .:f N.�✓✓ G-e ti t r. ._ nwn, J' r,r r r= 22S . j M = 14. L a '� K 7i-7rfi L -- 9�I �+a 4 a sc tt 6 i. ✓1 IT , u 21 LJ 4 �./ r.z.7.• � 'fa-2 .. zO A.174'--r Qway Z. A G - . f f w e / V 12.4 ZI ti+t i ✓ _ _�I 3� 2 9 ZS ('j T. �K� V a r , r .mil J�A� t. .% - � 2 2 ..1�..uf • A Z. so .l r.rs. 4. or = l /ts' _ L. / ��• 1 /7A - 4 r i /, 2 (� H = s.sA 9 - r. ...• / 9 z 6oM' Ib•' � c ° ` � urge Aq- 2 2- z 'IM Y. I� Azr t X i Q 9 P! + i N 6 = • . LP w = 9l i t 3. _� = 39 9 • 3. c = AtrK t /. 2 [- n S4,4K a7 t! ,o gag 4-Ori7 .r a 7Z9e *7, T 20 /y a 20 ♦ 72. r = 4 ,0 K. ' +s�� S c 36 7774C 4 rT 11� 36�_ il• t _ 4r> 4t- 4 r /. Pr 2f.'4 K . Pa 3 r = 2y2 o < i ` Iti ee S + a 4 c 14M ! L V� i4rty it ti 1 I rr. (���•/� ��+�+.> rrr�+-e(! y�tn, � ne.�rf c/a.�e.l /Ua`!�C 37 j.1 -C-4 /. /VxyC*�.f .,:s,.. L..«z �'ur..•.3�`--cam �a`�.._rl/ H.. Z4- xH ' xKI L ` 46jtq,arsS"fL r,r elZ a14.x � M1 S � �` S 3� .l i0=•• tY� �3u G L r7•o . L S. r' _ /c • 2 3 4.3 43 tip' oC r• . 41 M 6 � P• = /� t z Co �i3, / r 11 0 = 21, 2 U A r 21. 3 a /., a 399 a_ r z i`tJ' t a : 22 /a f's,'/ : i ��•�r e /1.1 At i �a 5 m m k • y r, a . � ° •a• 9 +' 3 • • i i = S; i� .r 1. tf" z G. 9ti , < <� � = Z � 3��� ' �� 1, I � Jti� .. i 4` > . �. t hr fj �QV r 3 'k 9. �. ✓ �r,,, ,y p 3. G 1 � ' 3 � 2 t ! f - i 4- 4` t.,t.. . fi.f r,,,.,.,._ 2 ro Ira - . a Iz. 6. p so. 3 < zro a � 2 , slslb i . l Doti C" �^ - i p Q So 3' � P/y : � <N sw Ka r 'i°•4.i`..fi= • 12'�!-� 49.L* 4.•rs tnrrl 3 . 6 � %f /fat L44.V uc,L . Irk 1 s.s F•3 !7•1 4 7 r' ri 2)04� � x FIRE HYDRANTS MAIN EXTENSIONS ON INTERSTATE #405 ^7-- 9 n Violation of any substantial requirement in the King County Plan by a contra.tor or subcontractor covered by these bid conditions including the failure of such contractor or subcontractor to make a Rood fait), effort to aret its fair share of the trdle's goals of minority manpower utilization, or of the requirements hereof by a contractor or sub- contractor shall be deemed to be noncompliance by such contractor or subcontractor with the Equal Opportunity Clause of the contract, and 's shall be grounds for imposition of the sanctions and penalties provided by section P09(a) of Executive Order 11?46, as amended. Eact+ agency shall review its contractors' and subcontractors' empinvment practices during the performance of the contract. If the agency deter- mines that the King County Plan no longer represents effective affirms- tive action, it shall so notify the Office of Federal Contract Com- pliance which shall be solely responsible for wW final determination of that question and the consequences thereof. f 0P 405 Tutuila to Faetoria - Flre Protection ' -14- In order to ensure that the said subcontractors' certification becomes a part of all subcontracts under the prime contract, no subcontract sha11 be executed until an authorized representative of the Washington State Department of Highways hem determined, In writing., that the said certification has been incorporated in such subcontract, regardless of tier. Any scbcontract executed without such written approval shall be void. ., 3• Materiality and Responsiveness. The certifications required to ps be made by the bidder pursuant to these bid conditions is material, and will govern the bidders performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid nonresponsive. D. Compliance and Enforcement Contractors are responsible for informing their subcontractors (regardless of tier) as to their respective obligations under these bid conditions (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification sub- ject to Executive Order 11246, as amended, of September 24, 1165, with a contractor debarred from, or who is determined not to be a "responsible" bidder for, Government contracts and federally assisted construction contracts pursuant to the Executive Order. The bidder, contractor or subcontractor c..All carry out such sanctions and penalties for violation Of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts an may be imposed or ordered by the administering agency, the contracting agency of the Office of Federal Contract Costpliance pure„ant to the Executive Order. Any bidder, or con- tractor or subcontractor who shall fall to carry out much sanctions and penalties shall be deemed to be in noncompliance with these bid condl- tions and Executive Order 11246, as emended. tothicg herein to intended to relieve any contractor or subcontractor during the term of its contract on this protect from compliance with Fxecutive Order 11246, as emended, and the Equal Opportunity Clause of Its contract, with respect to matters not covered in the Kint County Elan or In these `id conditions. BB 405 T on la to Iactort a - rire Protection -13- O t 2. Subcontractor's Certifications. Prior to the ward of any sub- contract under this Invitation for bids, regardless of tier, the prospective subcontractor must execute and submit to the Prieto Contractor the following certification, which will be deemed a part of the resulting subcontract: SUBCONTRACTORS' CERTIFICATION n is certifles that: (Subcontractor a. It intends to use the following listed construction trades in the work under the subcontract b. (1) as to those trades set forth in the ➢receding paragraph one, hereof for which it is eligible under these bid conditions for participation in the King County Plan, it will comply with the King County Plan on all construction voik (both federal and non-federal) in :he King County area subject to these bid conditions, those trades being and/or (2) as to those trades for which It is required to comply with these bid conditions, It adopts the minla:ua minority man- power utilization goals and the sneclfic affirmative action at" contained in said bid conditions for all construction work (both federal and non-federal) in the King County area subject to these bid conditions, those trades being: and C. It will obtain from each of its subcontractors prior to the ward of any subcontract under this subcontract the subcontractor certi- fication required by these bid conditions. Signature of authorized representative of bidder OR MOS Tnkvila to Factoria - Fire Protection -12- 1 Y, Son-di acriminatlon. In no event may a contractor or subcontractor utilize the goals, tiretables or affirmative action steps required by these bid conditions in such a manner an to cause or result in discrimination against any person on account of race, color. religion, sex or national origin. C. Certifications s n 1. Bidders' Certifications. A bidder will. not be eligible for award Of a contract under ti.is Invitation for Bids unless such bidder has submitted se a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDERS' CERTIFICATION certifies that: Bidder �. a. It Intends to use the following listed construction trades in th- work under the contract and b. (1) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under these bid conditions for participation in the King County Plan, it will comply with the King County Plan on all work (both federal and non-federal) in the King County area within the scope of coverage of that plan, those trades being: and or (2) as to those trades for which it is required by these bid con- ditions to comply, it adopts the minimum minority manpower Utilization goals and the specific affirmative action steps contained in these bid conditions, for all construction work (both federal and non-federal) in the King County area sub- ject to these bid conditions, those trades being: an d C. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by these bid conditions. (Signature of authorized representative of bidder Sn 405 Tdwila to hetorta - nre ProtW.Lon _ll_ 3• Certain Contractors and Subcontractors not Reeulred to Submit '�oala and Tlyxtables. The follwina, labor organizations and pint apprenticeship committees anpeared as defendants in the case of United States v• Local 8 Int. Assn. of Bri a 0 h. 1., 315 P. Supp. 1202 W.D. Mash. 10T0 and have been ordered to ascribe to and implement an affirmative actia, rro- gram designed to Increase the utilization of Negro employees ,s in these trades. Is Ironworkers Local Union Yo. 86; Ironvorkers Joint Apprentice- ship Training Committee; International Brotherhood of Eiectrical Workers Local Union No. 46; Plumbers and Pipefitters Local Union NO. S2; Plumbers and Pipefitters Joint Apprenticeship Committee; Sheatootal Workers Union No. 99; and Sheetmetal Workers Joint Apprenticeship Committee. By Orders of the Court dated June 16, 1970, the aoove-designated labor organizations were directed to develop, maintain and leple- ment affirmative artion programs designed to increase the utill- zation of Negroes within these trades. Specific goals and time- tables for their achievement were ordered by the court. This obligation however does not in any way diminish the lull appli- cability of Executive O der 11246 as emended, of September 2h, 1965, and Its implementing rules, orders and regulations, in- cluding these bid conditions, with respect to thoae trades covered by the aforementioned court orders. The Operating Engineers , Local Union No. 302, originally named as a defendant in the court action was removed therefrom pursuant to a Consent Decree by which it, is committed to maintain and implesent an affirmative action program for the increased utiliza- tiro of minorities in the trade. Bidders, contractors or subcontractors who are by contract or otherwise, depenc.nt for the supply of employees upon labor orgcnisationa covered by the aforementioned Consent Decree, shall not be required to submit the goals and timetables for the trade of Operating Engineers. However, such bidders, contractors or subcontractors shall be sub,Ueet to the other requirements of these bid conditions (including the submission of written affirm- ative action plans conta!ning arecific affirmative action steps rvculred by these bid conditions) and all other requirements of Ezzwtive Order 11246, as amended, and the implementing rules, regulations and orders issued thereunder. sB 405 Tukwila t) Pactoria - Fire Protection -10- is } g. The contractor shall make specific and constant personal (both written and oral) recruitment efforts directed at all minority organizations, .whools with minority students, minority recruitment organizations and minority training organisations, within the eontr;ctor's recruitment area. h. The contractor shall make specific efforts to encourage is 's present minority employees to recruit their friends and relatives. 1. The contractor shall validate all man enecifications, selection requirements, tests, etc. J. The contractor shall make ever/ effort to promo':a sfter- school, Sumer and vacation emolovment to minority Mouth. k. The contractor shall develop on-the-job training oppor- tunities and participate and assist in any association or employer-group training programs relevant to the con- tractor's employee needs consistent with its obligations under these bid conditions. 1. The contractor shall continually inventory and evaluate all minority personnel f, promotion opportunities and encourage minority empLoyees to seek such opportunities. a. The contractor shall make sure that seniority practices, Job classifications, etc., do not have a eiscriminatory effect. n. The contractor shall make certain that all facilities and company activities are non-segregated. o. The contractor shall continually monitor all personnel activities to ensure that his FE0 policy is being carried out. P. The contractor shall solicit bids for subcontracts from available minority subcontractors engaged in the trades covered by these bid conditions, ineluding circulation to minority contractor associations. ss 405 Tukwila to Pactori• - Kre Protection -9- 1 b. The contractor shall maintain a file of the names and addresses of each minority worker referred to him and what action vy taken with respect to each such referred worker, and if the worker was not employed, the reasons therefor. If such worker was not sent to the union hiring hall for referral or if such worker was not u employed by the contractor, the contractor's file shall �s document this and the reasons therefor. C. The contractor shall promptly notify the Washington Stare Department of gighvgs when the union or unions with whys the contractor has a collective bargaining agreement has not referred to the contractor a minority worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. ^Ae contractor shall partirioate in traininm progress in the area, esnectally those funded by the Department of Labor. a. The contractor shall disseminate his EEO policy within nis Own organization by including it In any policy manual; by publicizing it in company newspapers, annual reports, etc.; by conducting staff, employee and union represents- tives' meetings to explain and discuss the poliev; by posting of the policy; and by specific review of the policy with minority employees, f. The contractor shall disseminate his EEO policy externally by inforadng and discussing it with all recruitment sources; by advertising in news sells, specifically in- cluding minority news media; and by notifying and dis- cussing it with all subcontractors and supoliers. OR 405 Tukwila to lactwis - Fire Protection 1 4 t However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such cdntractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified in these Bid Con- dition, and has made every good faith effort to make these steps �s Is work to�ard the attainment of its goals within its timetables, all to the purpose of expanding minority manpower utilization on a, of its projects in King County, Washington. In all cases, the compliance of a bidder, contractor or sub- contractor will be determined in accordance with its respective obligations under the terms of these bid -onditions. T. ,erefoee, contractors or subcontractors who are governed by the provisions thereof shall be subject to its requirements regardless of the obligations of it: prime contractor or lower tier subcontractors. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these bid conditions here- by agree to inform their subcontractors of their resnective obli- gations under the terms and requirements of these bid conditions, including the provisions relating to goals of minority employment and training. 2. Specific Affirmative Actiw,.Steye. Bidders, contractors and sub- contractors must engage in affirrative action directed at increas- ing minority amnpower utilization, which is at least as extensive and as specific as the following steps: A. The contractor shall notify community organizations that the contractor hem employment opportunities avail- able and shall maintain records of the organizations' responses. BR SOS Tnkwlla to Pactorla - Fire Protection -T- i U In reaching the goals of minority manpower utilization required of bidders, contractors and subcontractor. pursuant to these Bid Con- ditions, every effort shall be made to find and employ qualified Journeymen. Where feasible, 25 percent of apprentices or trainees employed on each project shn^ be in their first year of anprentice- ship or training. In order that the nonworking training hours of trainees may be counted in meeting the goal, such trainees mist be employed by the 1e Contractor during the training period, the Contractor must have sale a commitment to employ the trainees at the completion of their training subject to the availability of employment Opportunities and the trainees must be trained pursuant to established training programs which must be the equivalent of the training programs now or hereafter provided for in the King County Plan with respect to the nature, extent and duration of training offend. A Contractor or subcontractor shall be deemed to be in compliance with the terms and requirements of this part by the employment and training of minorities in the appropriate percentage of his aggregate work force in the King County area for each trade for which It Is committed to a goal under these Aid Conditione. 8R 405 Tukwila to Taetoria - Tlre Protection -6- 1 � M � In the event that under a contract which is su,jeet to these bid conditions Any work is performed in it year Later than the latest year for which acceptable ranges of minority sanpower utilization have been determined herein, the ranges for 1971 shall be applicable to such work. Whenever a contractor or subcontractor, who at the time of �• bidding is eligible under these Bid Conditions, uses trades is not contemplated at the time he sube is his bid, he shall be dammed to be committed to these Bid Conditions with respect to - those trades. Whenever a contractor or subcontractor Is ■o deemed to he committed to these Bid Conditions, he shal). be considered to be committed to a manpower utilization goal of the minima percentage range for that trade for the appropri- ate year. The percentage goals of minority manpower utilization above are expressed in terms of manhoura of training and employment as a proportion of the total manhours to be worked by the bidder's, contractor's end subcontractor's entire work force in that trade on all projects (both federal and non-federal) in King County, Washington during the performance of its contract Or subcontract. The mannoure for minority work and training must be substantially uniform throughout the length of the contract on all vrojects and for each of the trades. Further, the transfer of minority sm ,loyees or trainees from employer-to-eapleyer or from Project- to-project for the sole purpose of meeting the contractor's or subcontractor's goal shall be a violation of these conditions. up h05 Tukvila to Factorta - Fire Protection -07.11(11) Bid Conditions, Affirmative Action Requirements, !'qual Fhployment Opportunity Section 1-OT.11 of the standard specifications is hereby supplemented to include the following now section: The provisions of sections 1-OT.11(1) through 1-07.11(6) and sections 1-OT.11(8) through 1-OT.11(10) shall not apply to projects within Kina County. The provisions of section 1-07.11(7) shall apply only when specified in the special provisions. u +e The Contractor is her y advised that by signature of the bid he is deemed to have signed and sgrte to the followina provisions: A. Coverage. The provisions of these bid conditions shall be anplicable to all construction trades to be utilized on the project. R. 9e0uirsment -- An Affirmative Action Plan. Bidders, contractors and subcontractors will not be eligible for award of a contract under this invitation for bids, unless it certifies as prescribed in para- graph Cl. of the certification ,mecified in these Bid Conditions that it adopts the minimum goals and timetables of minority manpower utili- zation ("Minority" is defined 94 including Negroes, Spanish Surnamed Americans, Oiientals and Amer can Indians, and includes both men and women), and specific affirmative action steps set forth in section R.1 and 2, of these bid e0pdltions direeted at incro sing minority manpower utilization by amens of applying good falth efforts to carrying out such steps; or is deemed to have adopted su^h a program pursuant to section 8.3 of these bid conditions. 1. Opals and Timetables. The goals of minority manpower utilization required of the bidder and subcontractors are applicable to each trade which will he used on the pro,leet In terms of manhours, within at least the following range in King County, Washington: Pange of Minority Manpower Utilization Rznressad in Percentage Terms Until 12/nf'73 q.7f - 13• +� 8H h05 Tutuila to eaetoria - Fire Prot,ctlon -4- r � a SECTION 1-07, LLSAL REIATIONS, AND RESPONSIBILITIES (!Ney 21, 1,173) Employ-wnt of State Residents - RCM V.1F The first paragraph of section 1-07.8 of the standard specifications is hereby deleted and the fallowing substituted therefor: 's The lm. of this State provides: 's In all contracts let by the State or any department thereof, or any county, city or town for the erection, constructlon, alteration, demolition or repair of any public building, structure, bridge, highway, or any other kind of public work. or improvement, the Contractor or subcontractor shall employ ninety-five percent or more bona fide Washington residents as employes, where more than forty persons are employed, and ninety percent or more bona fide Washington residents as employees where forty or less persons are employed, except that any contractor or subcontractor may employ not more then five persons without regard to the residency require- ments wtated herein in the performance of sny such contract: PROVIDED, that the state of the residence of the Contractor or subcontractor nro- vides reciprocal rights to Washington contactors or subcontractors. The Contractor shall pay the standard prevailing wages for the specific tyre of construction as deteradned by the United States Department of Labor in the city or county where the work is being performed. The term "resllent", as used in this char-ter, shall. mean any person who has been a bona fide resident of the State of Washington for a period of ninety daps prior to such employment: PROVIDED, that in contracts involving the expenditure of federal-aid funds this chapter shall not be enforced in such manner to conflict with or be. contrary to the federal statutes, roles and regulations prescribing a labor preference to honorably dis- charged soldiers, sailor- and marines, or prohibiting, as unlawful any other preference or discrimination among the citizens of the United States. SR 405 Tukwila to Fectoria - Fire Protection -3- '�a ti SECT& 1-03, AWARD AND EXECUTION OF CONTRAr'P (Nov. 9, 1992) Award of Contract - The first sentence of section 1-03.2 Of the standard specifications is hereby revised to read as follows: The award of contract, if it be mwardcj, Asll be made within 30 calendar days s after the date of openir.g of bids to the lowest bidder deemed responsible by 's the Commission, except that upon mutual consent of the lowest bidder and the Commission the 30 calendar day limit may be extended. SECTION 1-06, CONTROL Oi' MATERIALS (September 20, 19T2) Source of Supply and Qua.ity of Materials - Section 1-06.1 of the standard specifications is hereby supplemented by the following: Unless otherwise provided in the special provisions or specifically a-proved for use, all equipment, material, and articles Incorporated in the permanent work are to be new. SH 405 Tukwila to lactoria - Fire protection e 1 tZ+ For failure to complete construction of a system within 20 consecutive working days, the Contractor will be assessed liquidated damages for each additional working day required to complete the system. The liquidated damgea shell he assessed at the same rate as specified 1n the schedule under section 1-08.9 of the standard specifications and shall be individually assessed for each system not completed within the stated period. Is liquidated damages for the foregoing work and for contract completion shall not bA additive. HASTL SITE FOR EXCESS MATERIALS AND DEBRIS* A waste site has not been provided by the State for the disposal of excess materials and debris. SOURCE OF MATERIALS No source has been provided for any materials required for the construction of this project. The Contractor shall make his own arrangements to obtain this material at his own expense, and all costs of acquiring, producing and placing this material in the finished work will be consider ' incidental to the unit bid Stems involved. HAULING ON OTHER THAN STATE HIGHWAYS* If the sources of materials provided by the Contractor require hauling over roads other than State Highways, the Contractor shall, at his own cost and expense, make all arrangements for the ase of the haul routes. .r SR 405 Tukwila to Factoria - Fire Protection _27_ 1 � t REQUIRED FEDERAL AID PROVISIONS• The Federal Aid Contract Provisions supersede any Provisions of the standard speri- flcations of the Department of Highways in r onflict therewith, and are hereby made a part of this contract. The Federal Aid Provisions included herein require that the Contractor insert them 1e is in each of his rihcontracts, together with the wage rates which are a part thereof by reference. For this purpose, upon request to the Ptoject Engineer, he Con- tractor will be provided with extra copies of the Federal Aid Provisions and the applicable wage rates. TIME FOR COMPLETION This project shall be completed in accordance with the provisions of section 1-09 of the standard specifications within 140 working days. CONTROL OF WORK The Contractor shall have on nand all material and equipment necessary to complete construction of individual systems before beginning construction work on that particular system. The Contractor shall also work vigorously until the system is complete. LIQUIDATED DAMAGES In addition to the requirements of section 1-08.9 of the atendard specifications, the following shall apply: No more than 20 consecutive working, days shall be allowed for the completion of a portion of any system where work must be done from any traveled roadway. The system will not be considered complete unless it is backfilled, paved and a satisfactory hydroatetic test completed. SR 405 Tukwila to Facturia - Fire Protection -2R- 1 � r CERTIFICATION OF NONSEGREGATED FACILITIES• The Contractor is hereby advised that by signature of the bid for this project he 1, deemed to have signed and agreed to the provisions of the "Certification of Non- segregated Facilities" which is included and made a part of this bid proposal. Subcontract& and materials supply agreements which exceed S1n,000 also req! • Certi- fication of Nonsegregated Facilities as set forth in the proposal for thl p..,ject. Section 1-08.1 of the standard specifications shall be supplemented to require that all requests for permission to sublet, assign, or otherwise dispose of any portion of �s la this contract shell be accompanied by evidence of this certification by suhcontractora and materials suppliers in compliance with the provisions of the Equal Opportunity clause. CERTIFICATION OF EQUAL EMPT.OTMENT OPPORTUNITY REPORT* An Equal Employment Opportunity Report Certificate shall be executed by the bidder with his bid proposal on projects financed with Federal Funds and which come within the provisions of the equal employment opportunity regulations of the Secretary of Labor as revised May 21, 1969. The fotm of certificate will he furnished to the Contractor with the proposal, stating as to whether he, his firm, association, co- partnership or corporation has participated in any previous contracts or subcontracts subject to the equal opportunity clat..;e and if so, whether or not he has submitted all reports due under applicable filing requirements. Tl,e Equal Employment Opportunity Report Certificate will be a part of the proposal and by signing his proposal the bidder will be deemed to have signed and agreed to the provisions of these requirements. Whenever a contractor requests permission to sublet a part of any contract involvinp Federal funds, and such subcontract comes within the provisions of the equal employ- ment opportunity regulations of the Secretary of ..shot, revised ?lay 21, 1g68, he shall obtain this certification from his proposed subcontractor and forward it to- gether w 0 such request. No subcontract will be approved before receipt of such certification from the subcontractor. For this purpose, certification forms my be obtained .from the Project EnFineer assigned to this improvement. SR 605 Tukwila to Factoria - Fire Protection -25- E to f. . h a OTHER CONTRACTS OR OTHER WORK Referring to the 2nd paragraph of section 1-05.13 of the standard specifications, It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the life of this projec,: 1. Tukwila Interchange - Landscapinp p 2. Factoria to Wilburton - Southbound Lanes, directly north of this project. 's 3. SR 5 to SR 90 - Safety Improvement, ithin the limits of this project. 4, North Renton Interchange to Factoria - Landscaping, within the limits of this project. FUNDS Federal and State funds are involved in the construction of this Improvement. STATE SALES TAX* The work on this contract is to be performer upon lands whose ownership obligates the Contractor to collect State sales tax from the State Department of highways. The provisions of section 1-0?.2(2) of the standard specifications apply. WAGE RATES* In compliance with the provisions of section 1-07.9 of the standard specifications and also in compliance with section III of Title 21, J.S. Code, a lint of hourly minimum wage rates to incorporated in and made a part of these specifications. SR 405 Tukwila `o Fnctoria - Fire Protection -24- 1 • SPECIAL PROVISIONS Special provisions hereinafter cintained supersede any conflicting provisions of the standard specifications, and the foregoing amendment$ to the ata ?- rd specifications and are hereby made a part of this contract. DATE OF OPENING BIDS* 'a Sealed bids will be received at one of the following locations before the specified ie time: 1. At the Department of Highways Post Office Box, Olympia, Washington, until 9:00 A.N. of the bid opening date. Notification by the Post Office in the Department of Highways Post Office Box of the receipt of the bid will be considered as actual receipt of the bid by the Department of Highways. 2. At the office of the Director of Highways, Olympia, Washington, until 10:00 A.H. of the bid opening date. side delivered in person will be received only at the Department of Highways Reception Desk located on the first floor of the Highway Administration Building. The bid opening dat- for this project shall be WEDNES01 Y JUN 13 1973 The bids will be publicly opened and read after 10:00 A.M, on this date. DESCRIPTION OF WORK The contemplated work to be performed under this contract consists of the improvement of SR 405, MP 0.47 to MP 11.21 in King County, Tukwila to Factoria - Fire Protection, by installation of fire control systems, by installing pipes, valves, hydrants at ground level and on structures, and other work, all in accordance with the attached plans, these special provisions and the standard specifications. SA 405 Tukwila to Factoria - Fire Protection 23- SECTION 9-13, RIPRAP AND SLOPE PROTECTION (September 20, 1972) Procter Coneret7 Block Slope Protection - The provisions of section 9-17.5(1) of the standard specifications are hereby deleted and the following substituted therefor: Precast cmnt concrete blocks shall conform to the requirements of ASTM Designation C-90 and/Or C-145 Grade N 11. They may be manufactured with Integral spacer devices that will provide the required 1/2 inch mortar s 'e .joint. Mortar used in filling the Interstices between the concrete blocks shall consist of 1 part Portland cement and 2 parts fine sand. SECTION 9-14. EROSION CONTROL AND ROADSIDE PLANTING (Sept. 20, 1972) Bark Mulch - Section 9-14.4(4) of the standard specifications 1a hereby deleted and the following substituted therefor: BarL mulch shall consi.at of Hemlock, Douglas fir or Pine bark. It shall be ground uo that a minimum of 952 of the material will pass through a 1-1/2 inch screen and no more then 552, by locee volume, will pass through r 1/4 inch screen. The bark mulch shall not contain resin, tannin, or other com- pounds in quantities that would be detrimental to Plnnt life. Bark milch shall be approved by the Engineer before use. SR 405 Tukwila to Psctoria - Fire Protection -22- F SECTION 5-04, ASPHALT CONCRETE fAVENENT (.January 10. 1973) Requirements for All Plants - Sectlon 5-04.3(1)A8 of the standard specifications is hereby supplemented to include the following paragraph: When a baghouse is used for dust control, a surge hopper shall be provided to is collect the fines from the baghouse. Accurate mechanical means shall be pro- s vieed for uniformly feeding the fines from the surge hopper into the aggregate feed in the amount ordered by the Engineer. The surge hopper shall have a minimum holding capacity of 5 cubic yards and be provided with a method of with- drawing of surplus fines independently for disposal. Spreading and Finishing - The last paragraph of section 5-04.3(9) of the standard specifications 1s hereby deleted and the following substituted therefor: When the asphalt mixture is being produced by more than one asphalt plant, the aggregates used in each plant shall be from the see manufactured aggregate source or the material produced by Aach plant shall be placed by separate spreading and compacting equipment. 9-08, PAINTS (August 9, 1972) Exterior Acrylic Latex Paint - White - The first paragraph of section 9-08.2(30) of the standard specifications is hereby deleted and the following substituted therefor: This paint shall most the requirements of Federal Specification TT-P-19b, Paint, Acrylic Emulsion. Exterior, except that the viscosity shall be 80-85 K. U. SR 405 Tukwila to Factoria - Fire Protection -21- 1 s e. Fill Slopes No fill shall be made which creates an exposed surface steeper in slope than two horizontal to one vertical. f. Benches on Slopes There shall he a 10' wide bench sloped into the hillside for every 50' in height. is B• Setbacks Is Material and vegetation shall be left in its natural state: 50' from any FP, A, G, S, or R zoned property; 20' setback which includes a 6' high planted berm along any public right-of-way; 20' from M, B. or CC zoned property; 10' from QM or FR zoned property. Plans shall show type of vegetation existing within the buffer zones. h. Drainage All drainage facilities shall be designed to carry surface waters to the nearest practicvl street, storm drain, or natural water-course. Adequate provision shall be made to prevent any surface waters from damaging the face of an excavation or fill. All slopes shall be pro- tected from surface water runoff from alrove by berms or wales. The Contractor to further advised that King County may require conditions which are In addition to the foregoing list and that the County may reject permit applications at Its discretion because rf the proposed operations proximity to schools, residential neighborhoods, hospitals, arterials or for other environmental conditions. When there are discrepancies between the requirements of the State and the County the more stringent specifications shall apply. Should the Contractor fail to comply with any requirements of a temporary permit obtained in the State's name, the State will take the necessary action to meet these requirements and any costs incurred by the State will be deducted from monies due or to become due the Contractor. SR 405 Tukwila to Factorta - Fire Protection _z0_ t � 6. No signs other than signs required by Chapter 24.42, King County Zoning Code are authorized as a result of the temporary permit. 7. Plans required: a. Stale of Plot Plans Site Size: less then 10 acres 1" - 50' � u 10 to 100 acres 1" - 100' over 100 acres 1" - 200' b. Contours Show existing and proposed contours at 5-foot Intervals. If existing and proposed contours are superimposed upon one another it must be clear as to which Is which. Plans which incorporate a screening pro- cess may be required by the County to distinguish amid contours. Finished contours must show how the property can be used under the existing zoning. Plans showing daylighting of property to road grade or below with high 2:1 slope walls will no longer be permitted within the R, S. or C tones. The plane must contain large terraces which will permit the lot sizes and roads that are permitted within the zone. C. Sections Show a minimum of two sections in each direction. d. Maximum Slope Cuts shall not be steeper in slope than two horizontal to one vertical unless the owner furnishes a soils engineering or an engineering geology report certifying that the site has been investigated and indicating that the proposed deviation will noc endanger any private property or result in the deposition of debris on spy public wav or interfere with any existing drainage course. SR 405 Tukwila to Factoria - Fire Protection -19- t SECTION 3-03, SITE RECLAMATION (June 21, 11171) Subsection 3-^1.2(4), Permits for Pit Cperations in King County. is a new section to be added to the standard specifications am' considered a part thereof. a 3-03.2(4) Permits for Pit Operations in King County - In addition to the requirements of section 1-07.6 of the standard specifications, u and these specifications, the Contractor is advised that th. County of Ktnp may requlre the Contractor to meet any or all of the following listed conditions before considering Issuance of a temporary permit for pit operations within King County: 1. Security fences and locking gates shall be installed where deemed necessary by the King County Department of Building. Cable or wire gates are not acceptable. 2. Hours of operation shall be limited to: 7:00 a.m. to 7:00 p.m. 3. Access roads shall be improved and maintained to the satisfaction of the King County Department of Public Works. A haul road agreement for County road maintenance may be required. All roads shall be swept and/or washed by the applicant at his expense as often as the Department of Building deems necessary. Property shall be functional access to an arterial level street. 4. All operations will have to be approved by King County Flood Control fnr drainage plans, Washington State Department of Ecologv and Pupet Sonnd Air Pollution. Those properties near or adjacent to any water body must have written approval from the State of Washington Department of Fisheries. Obtain a mining reclamation permit from the State of Washington Department of Natural Resources for sites in excess of two acres or involving 10,000 tons or more of excavation. 5. No stockpiling of foreign excavated material is permitted on the site exd pt for those materials to be used in the land rehabilitatlot. of the sutiect property. SR 405 Tukwila to ractoria - Fire Protection -1R- 1 ti } 1-07.28 Employment Openings - Section 1-07.28, Employment Openings, is a new section to be added to the standard specifications and considered n part thereof. s The Contractor agrees that employment openings of the Contractor which result from U this contract, including those which exist at the time of the execution of this con- tract and those which occur during the performance of this contract, but excluding those of independently operated corporate affiliates, shall, to the maxim;r.l extent feasible, be offered for listing at the Washington State Department of Employment Security. Contractor further agrees to provide suct• periodic reports to the Depart- ment of Employment Security regarding employment openingi and hires as may he required. Provided, that this provision shall not apply to openings which the Contractor fills from within the Contractor's orgs.nisatinn or are filled pursuant to a customary and traditional amployer-union hiring arrangement and than tl,e listing of employment openings shall involve only the normal obligations which are attached to the placing of job orders. The Contractor agrees further to place the above provision in any subcontract directly under this contract. An informational copy of the "State Contractors Ouarterly Report of New Hires" and the rules and regulations relating thereto are attacked to and considered a part of the contract documents. sa 405 Tulotila to Pactoris - Fire Protection -17- 1 The pendency of such formal proceedings shall be taken into considera- tion by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 112A6, as amended, and is therefor,. a "responsible prospective contractor" within the meaning of the Federal procurement regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed �s to refer minority employees. The procedures set forth in these conditions shall not apply t my contract when the head of the contracting or administering agency deter- mines that such contract is essential to the national security and that Its award without following such procedures is necessary to the national security. Upon making ouch a determination, the agency, head will nottfv, In writing, the Director of the Office of Federal Contract Compliance wirhin thirty days. Requests for exemptions frca. Uiese bid conditions must be made in writ- ing, with Justification, to the Director, Office of Federal Contract Compliance, U. S. Department of Labor, Nanhington, D. C. 2n21O, ind shall be forwarded through and with the endorsement of the aF,ency head. Contractors and subcontractors moat keep such records and file such reports relating to the provisions of these bid conditions as shall be required by the contracting or administering agency or the Office of Federal Contract Compliance. For the information cf bidders, a copy of the King County Plan nay be obtained from the contrsctlne. officer. SR 405 Tukwila to Factoria - Fire Protection -lh- til � In regard to these bid conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goats, the Con- tractor or subcontractor shall be presumed to be In compliance with Executive Order 11246, as emended, the implementing regulations and u its obligations under these bid conditions and no formal sanctions or n proceedings leading toware sanctions shall be instituted unless the agency othervise determines that the contractor or subcontractor is not providing equal employment opportuniti+s. In Judging whether a contractor or subcontractor has met its goals, the agercy will consider each contractor's or subcontractor's minority manpower utilization and "ill not take into consideration the minority manpower utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirements of Executive Order 11246, as amended, the implementing regulations and its obliga- tions under these bid conditions, the aK-ncy shall take such action and impose such sanctions as may be appropetate under the Executive Order and the regulations. When the agen y proceeds with such formal action it has the burden of provico that the contractor has not met the requirements of these bid conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these bid conditions by instituting at least the Specific Affirms- tive Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetab.es. SR 405 Tukwila to Factoria - Fire Protection -i5- 1 DOUBLE CHECK VALVE BACKFLOW PREVENTION ASSEMBLIES The double check valve backflow prevention assembly shall be Installed In the rein- forced concrete vault by the Contractor as shown on the plans, or as directed by the Engineer. The double check valve backflow prevention assembly shall be the type as supplied by the Hersey-Sparling Meter Company, Dedham, Massachusetts, Cla-V'11 is Company, Newport Beach, California, Grinnel Company, Inc. , Providence, Rhode Island, or an approved equal with the following specifications: Size 6 Inch Inside Diameter `. Flaw Rate I ,000 Gallons Per Minute _ Maximum Allowable P � .ure Loss 14 psi - - All valves in the assemblies wiiI be tested in accordance with the provisions of "Hydrostatic Test" as contained in these special provisions and shall have a - minimum "wet system" cold water working pressure of ISO psi. The unit price per each for "Double Check Valve Backflow Prevention Assemblies" shall be full compensation for the complete assembly as shown with two 6 inch gate valves . REINFORCED CONCRETE VAULTS Where shown un the plans, and/or directed by the Engineer, the Contractcr shall install precast reinforced concrete vaults or an approved cast-in-place reinforced concrete vault: The precast reinforced concrete vault shall be Concrete Conduit Conpany's Reinforced Concrete Vault, Assembly No. 575-LA with No. 57-TL2-4276P Top, or ar. approved equal . SR 405 Tukwila to Factoria - r Fire Protection -40- 4 k CAST IRON VALVE BOXES Where shown on the plans, or directed by the Engineer, the Contractor shall install is cast iron valve boxes. ,a Installation e c'f�i a-st ron valve boxes shall be set Into position during backfilling operations so they will be In a vertical alignment to the gate valve operating stem. The lower casting of the unit is installed first in such a manner as to be supported by a minimum backflll or by an expanded polystyrene collar not less than 2 Inches in thickness and shall be so arranged that no shock will be transmitted to the valve. The casting shall not rest directly upon the body of the gate valve or upor, the water main. The upper casting of the unit is then placed in proper alignment and to such an elevation that Its top will be at final grade. 8 Foot Marker Posts As shown on the plans, or directed by the Engineer, the Contractor shall install 8 foot marker posts. The post shall be 4" x 4" S4S construction grade douglasfir 8 feet in length with a bury of 3 feet and placed a minIrnum of 2 feet from the valve box. Painting of the posts shall be in accordance with sections 6-07.3(3) and 9-28.14(2) of the standard specifications. All costs incurred in furnishing, painting and installing the 8 foot marker posts shall be considered Incidental to the unit price per each for 'Cast Iron Valve Boxes". �Pa ment t price per each for 'Cast Iron Valve Boxes" shall be full compensation for all tools, labor, equipment and material necessary to coM lete the above operation. SR 405 Tukwila to Factoria - Fire Protection -39- t All gate valves shall be painted as specified elsewhere in these special pro- visions. Payment The unit price per each for 'bate Valve Inch Diameter" shall be full coo- pensatlon for all tools, labor, equipment and materials necessary to furnish Is and install the valves complete in place in the rater main, including jointing s and painting. This does not include valves shown as part of "Double Check Valve Eackflow Prevention. Assembly" and "2-112 Inch Outlet System". 1 INCH DRAIN VALVE ASSffiMLY Where shown on the plans, or directed by the Engineer, the Contractor shall install a 1 inch drain valve assembly and cast iron valve box. The drain valve shall be a 1 inch bronze gate valve, Power R512, or equal, with a cold water working pressure of 250 psi. It shall be connected to the main with a 6 inch nipple of 1 inch galvanized pipe. -he pipe shall be connected to the main by means of a threaded tap or other system approved by the Engineer. The unit prices per each for "l Inch Drain Valve" and "Cast Iron Valve Box", per cubic yard for "Structure Excavation Class B", and per linear foot for "Galvanized Iron Pipe 1 Inch Diameter". shall be considered full compensation for all. materials, equipment and labor, including connecting to the main, neces- sary for the installation of the 1 inch drain valve assembly. SR 405 Tukwila to Factoria - Fire Protection -3R- i► �i GATE VALVES Gate valves @hall be placed in the water lines as shown on the plans or as directed by the Engineer. Section 9-15.6 of the standard specifications shall be hereby n deleted and the fo11w1nK shall apply: �• The minimum requirements for all gate valves shall, in design, material and workmanship conform to the standards of the AWWA specifications C500-61. All gate valves shall have a minimum "vet system" working pressure of 150 pei and a minimum "Dry system" working pressure of 250 pet. f11 materials used in the manufacturing of waterworks gate valves shall conform to the AWWA standard desigw for each material listed. They shall be iron bodied, bronze mounted, non-rising stems, parallel-faced double disc valves with bronze wedging device between discs. Gate valves shall be equipped with a 2 inch square operating nut, handwheel, or "T" handle, as shown in the plans, or where directed by the Engineer. All gate valvrs shall be of the type approved by the Engineer and the serving utility or municipality. Type and Mounting The valve bodies shall be mo te1 with approved non-corrosive metals. All wear- ing surfaces shall be bronze or other approved non-corrosive material and there shall be no moving, bearing or contact surfaces of iron or in contact with iron. Contact surfaces shall be machined and finished in the best workmanlike manner, and all veering surfaces shall be easily renewable. The stem shall be of high tensile strength bronze or other approved non-corrosive metal. All non-ferrous bushings shall be of substantial thickness, tightly fitted and pressed into machined seats. After installation, all valves Installed by the ^actor shall be subjected to field tests and should any defects in design, r- erials or workmanship appear during these tests, the Contractor shall correct such defects to obtain a satis- factory test. SR 405 Tukwila to Pactoris - Fire Protection -37- The Contractor shall not use or work on any City of Renton water line, valves, or other facility unless explicit approval is secured for each occasion. IN MFA5UREMFM VERIFICATION It shall be the Contractor's responsibility to field check and/or verify all measure- ments, lengths, dimensions, and locations for all Items and features included in this contract. JACKING OR BORING STEEL PIPE Where indicated on the plans, or directed by the Engineer, the Contractor shall in- stall 16 inch diameter or 18 inch diameter ASTM A-53 steel pipe casing with a mini- mum wall thickness of 0.282 inch and 0.312 inch respectively. The casings shall be for ductile iron water pipe 6 inch and 8 inch diameter, respectively and installed by Jacking or boring or a combination of the methods. Removal of material from the bored hole by washing or sluicing will not be permitted. Measurement for furnishing and jacking pipe shall be made along the slope of the pipe installed by Jacking between the limits shown on the plans, or approved by the Engineer. Unless directed by the Engineer, any increase in the length of pipe ,lacked shell be considered to be for the Contractor's benefit and shall be at his expense. The State makes no guarantee as to the nature of ground in the area. It is the re- sponsibility of the Contractor to verify conditions before jacking or boring. Payment for furnishing and Jacking pipe will be made at the unit price per linear foot for "Jacking or Boring 16 Ineh Steel Pipe" and "Jacking or Boring 18 Inch Steel Pipe" which shall be considered Hall compensation for furnishing all tools, labor, materials, removal items and equipment necessary or incidental to perform the work specified herein. • 3R 405 Tukwila to Fsctoria - Fire Protection -36- i C: The unit price per each for "Tap Existing 6 inch Watermain" and "Tap Existing 12 inch Watermain" shall be full compensation for all labor, equipment, and materials, including extra excavation necessary to perform the work specified herein. CONNECT TO EXISTING WATERMAINS (BY CONTRACTOR) Where designated on the plans at system 28 and system 29, the Contractor shall connect onto the existing main. Ten days notice shall be given the Engineer before work commences. u is The Contractor shall not use or work on any water line, valve, or other facility of Water District No. 68 or Water District No, iC7 unless explicit approval is obtained from the Engineer for each occasion. The unit contract price per each for "Connect to Existing Watermain" shall be full compensation for all labor, equipment, and materials necessary to perform the work specified herein. CONNECTING TO EXISTING MAINS (BY OTHERS) Where designated on the plans, or where directed by the Engineer, the City of Renton Water Department will perform the following work at no expense to the Contractor: Furnish all iabor, tools and material for tapping into or connecting into all existing Renton City water mains and installing the adjacent valves and valve boxes. At system no. 4, the City of Renton will Install 6 Inch Ductile Iron Water Pipe under the Longecres access road and install a valve on the east side of the road. At systems no. 6 and no. 18, the Contractor shall excavate and otherwise prepare the area for the connection and notify the Renton City Water Depart-, ment no less than 48 hours prior to when the area will be ready. SR 405 Tukwila to Factoria - Fire Protection -35- f ' The unit price per linear foot for "Schedule 40 Steel Pipe Inch Diameter" shall be full compensation for all labor, tools, materials and equipment necessary for installation, including fittings as required. where shown on the plans, payment for "Schedule 40 Steel Pipe 2} Inch Diameter" shall ,a be Incidental to "Bridge Outlets Type 1". u GALVANIZED IRON PIPE i INCH DIAMETER where shown on the plans, or directed by the Engineer, the Contractor shall install galvanized Iron pipe 1 Inch diameter. All galvanized pipe 1 Inch diameter, pipe connections and fittings shall have a minimum "dry system" cold water working pressure of 250 psi. All connections shall be.. threaded. It shall be the Contractor's responsibility to field check all pipe, fittings and related hardware to Insure proper installation. The unit price per linear foot for "Galvanized Iron Pipe 1 Inch niameter" shell be full compensation for all labor, materials and equipment necessary for installation, Including fittings as required. TIPPING EXISTING WATER MAINS Where shown on the plans at system 2 and system 3, the Contractor shall tep Into the existing main with an approved tapping machine. Tapping sleeves shall be of the type manufactured by either Mueller or Iowa manufacturers. The Contractor's plan for tapping, Including pit dimensions, shall be submitted and approved before the work commences. 1n addition, 10 days notice shall be given to the Engir or before the work begins. The Contractor shall not use or work on any City of Tukwila or Independent Water Company water line, valve or other facility unless explicit approval is obtained from the Engineer for each occasion. SR 405 Tukwila to Factoria - Fire Protection -34- Water pipe shall be cleaned by the Contractor of all contaminating dirt and other foreign materials therein without damage to the protective coating Imme- diately before being laid and shall be kept clean during laying and joining operations. u Payment The unit price per linear foot for "Ductile Iron Water Pipe _ Inch Diameter" , shall be full compensation for all labor, material and equipment necessary to do the work, including fittings as required. THRUST BLOCKS Where shown on the plans, or directed by the Engineer, the Contractor shall place thrust blocks. All blocks shall be poured against undisturbed soil and be made of concrete class C In accordance with the standard specifications. All thrust blocks shall be Installed to the satisfaction of the Engineer. The unit price per cubic yard for "Concrete Class V shall be considered full payment for the above work, as per plan quantity measurement. SCHEDULE 40 STCEL PIPE Where shown on the plans, and/or directed by the Engineer, the Contractor shall install schedule 40 steel pipe 4 inch and 21 inch Inside diameter. The above listed pipe shall conform to ASTH Designation A53 Butt Welded, Standard Schedule 40. Exposed connections shall be oalvanized vlctaulic or threaded as shown on the plans. Buried connections shall be as specified for ductile iron water pipe joints and fittings. Finish shall be black and the pipe shall be galvanized and painted as specified elsewhere in these special provisions. All schedule 40 steel pipe, pipe connections and fittings shall have a minimum "dry system' cold water working pressure of 250 psi. It shall be the Contractor's res- ponsibility to field check all pipe, fittings and related hardware to Insure prope installation. SR 405 Tukwila to Factoria - Fire Protection -33- � r OIICTII.E IRON WATER PIPE Where shown on the plans, or directed by the Engineer, the Contractor shall install Ductile Iron Water Plpe 6, 8 and 12 inch diameter, Specifications Ductile Iron water pipe shall be centrifugally cast in nominal 18 foot lengths is to conform to ASA standard specifications A 21 .51 (AWA C 151-65)• The pipe shall be of class 2 series unless grooved or threaded to accept restrained type joints, then class 3 series shall be used. All pipe shall be coated Inside with seal coated cement of 1/I6 Inch minimum thickness In accordance with ASA A21 .4 (AWA C IN). Pipes shall be of black finish with an outside coating of either coat tar or asphalt base to conform with standard specifications ASA A 21 .51 . All joints and fittings shall be either mechanical or tyton except 'where restrained joints and fittings are noted on the plans. Restrained joints and fittings shall be either "holding spool", mechanical, lock-tyton or flanged. All fittings shall have a minimum "wet system" cold water working pressure of 150 psi and a "dry system" cold water working pressure of 250 psi . He dll�n of Wat�ar PIaill Water pipe shall be handled in a manner to prevent damage to the pipe or Its protective coating and lining. Accidental damage to the pipe or Its coating or lining shall be repaired to the original -equirements. When, in the opinion of the Engineer, the restoration to original requirements is not possible or practical, the pipe shall be rejected and immediately removed from the project at the Contractor's expense. r SR 405 Tulwila to Factorla - Fire Protection -32- f i► � s The second paragraph of Section 2-09.3(2), Classification of Structure Excavation, Is deleted and the following added: 2. All structure excavation which is dug by hand tools only shall be classified as Structure Excavation Class C. 's 3. All other structure excavation shall he classified as Structure l:xcavn- �a Lion Class B. Section 2-09.3(5), Construction Requirements, Structure Excavation Class C is an addt- tional section as follows: The provisions of section 2-09.3(4) shall apply with the fallowing additions: 1. All excavation and backfill shall be done ' , the use of hand tools only. 2. This item generally applies to landscape and Irrigation areas and any damage will be repaired as sneclffed else her," In the special pro- visions. 3. No mobilized equipment will be allowed in these Areas. Section 2-09.5, Payment, shall be supplemented to include "Structure Excavation Class C" per cubic yard. SR 405 Tukwila to Pactoria - Fire Protection -31- �, ji SAND REDDING Where shown on the plans, or where directed by the Engineer, the Contractor shall furnish and place sand bedding. Sand bedding shall consist of sand screened from natural deposits and shall be com- posed of naturally occurring grains that may be round to sub-round in shape, but is preferably angular. Care shall be taken in long runs of pipe to prevent any erosion of the sand bedding. Sand bedding shall stet the following requirements for grading and quality: Passing 1/P inch square sieve 100% Passing 1/4 inch square sieve 70% Minimum Passing U.S. No. 200 sieve 15% Maximum (Wet slaving) All percentages by weight Sand equivalent (section 1-06) 402 Minimum The unit contract pries per cubic yard for "Sand Bedding" shall be full compensation for furnishing all arterials, labor, tools and equipment necessary or Incidental to the furnishing and placing of the materials measured in place, determined by the neat lines defined for stricture excavation, or as ordered by the Engineer and no further compensation will be made. STRUCTURE EXCAVATION Where shown on the plans or directed by the Engineer structure excavation shall he classified as Structure Excavation Class C. All other structure excavation shall be classified as Structure Excavation Class B. Section 2-09 of the standard specifications is hereby emended as follows to Include Structure Excavation Class C: SR 405 Tukwils to Pactoria - Pire Protection -10- A I ' The Contractor's employees shall not park private vehicles along the traveled way or shoulders of the State highway or adjoining ramps or lannscaper areas. If at any time the Contractor's operations result in a closure of any of the roadways which are to remain open to traffic or in a reduction of width available for traffic, the Contractor shall immediately, and at tits own expense, furnish s all materials, labor, and equipment necessary to restore the facility for ie traffic to the satisfaction of the Engineer. Such work necessary for restora- tion shall continue on a round the clock basis until reopened to the traffic to the required width and to the satisfaction of the Engineer. Upon failure of the Contractor to Immediately provide the necessary materials, labor and equipment for roadway restoration, when ordered by the Engineer, the State will proceed without further notice to the Contractor or the surety to provide the necessary materials, labor and equipment to effect such restoration and will deduct all coats thereof from any monies or payment due or to become due to the Contractor. STREET AND SIDEWALK CLEANING The Contractor shall clean all roadways, streets and appurtenances, Including sidewalks which are open for public use, of all material or debris which 1a dropped or otherwise deposited thereon as a result of the Contractor's operations. Cleaning shall be per- formed at the conclusion of each dayb operations and at such other times am deemed necessary by the Engineer to insure the safety of the travelirg public and to prevent Inconvenience to the public and owners of private property adjacent to the project. Any violation of the above requirements will he sufficient grounds for the Engineer to order the roadways, streets and a?purtenances cleaned Ty others and to deduct all costs of such cleaning from any monies due or to become due to the Contractor. SR 405 Tukwila to Factoria - Fire Protection _2q_ 1 L71LITIES AND SIMILAR FACILITIES Section 1-07.17 of the standard specifications is hereby supplemented to include the following: Information obtained from the Engineer and locations and dimensions shown on the plans for existing facilities are in accordance with available information without uncovering and measuring. The State does not guarantee the accuracy of m this information or that all existing underground or overhead facilities are shown. It shall be the responsibility of the Contractor to verify the accuracy and completeness of this information. Any damage to buried electrical conduit, wiring, underdrain pipes, culverts or other existing facilitien resulting from the Contractor's operations shall be immediately repaired to the satisfaction of the Engineer and the serving utility at the Contractor's expense. All repairs shall be made in accordance with the 1972 Standard Specifications. TRAFFIC CONTROL Sectfon 1-07.23 of the standard specifications shall apply in all respects and shall be supplemented by the following: faring hol..dsys, non-working hours, and the hours between 6:30 A.M. to 9:00 A.M. and 3:30 P.N. to 6:30 P.M., all traffic lanes shall be maintained in each direc- tion on all State highways and all other arterials designated by the Engineer, with the lanes and shoulders clear of all equipment, materials and personnel. If the hours do not conform to actual traffic conditions, the Contrnctor shall adjust his operation as determined by the Engineer. During hours not included in those listed above, the Contractor may close the lane adjacent to the construction area. SR 405 Tukwila to Factoris - Fire Protection -2g- 114 Re uirement of Chlorine Be ore a ng p aced Into service, all new mains and repaired portions of, or extensions to existing mains shall be cLlorinated so that the chlorine residual of not less than 10 ppm remains in the water after standing 24 hours in the _ a pipe. The initial chlorin content of the water shall be not less than 50 parts per million. Form of Applied Chlorine Chlorine shall be applied by one of the methods which follow, to give a dosage of not less than 50 ppm of availohle chlorine. DryCalci um HHypochlorlte AS each of pipe Is la1d, sifficient high test calcium hypochlorite (65-70% chlorine) shall be placed in the pipe to a y!eld dosage of not less than 50 ppm avalIable chlorine, calculated on the volume of the water which ,`,• the pipe and appurtenances will contain. The number of ounces of 65% to t calcium h ypoch'orite regaired for a 20 fo�.i length of pipe equals .008431d , In which "d" is diameter in Inches. _p L1�uid C�hlori�ne c oA Ti�rfne gas-water mixture shall be applied by means of a solution feed chlorinating device, or the dry gas may be fed directly through devices for regulating the rate of flow and providing effective diffusion of the gas Into the water wl!' in the pipe being treated. Chlorinating devices for feeding solutions of the chlorine gas, or the gas itself, must provide means for preventing the backflow of water Into the chlorine. SR 405 Tukwl ,a to Factorla - Fire Protection -54- 1 ► Payment . hmp sum price for "Hydrostatic Testing" shall be full compensation for all costs including labor, equipment, tools, temporary blocking, and materials a for making the tests as specified 6,ereln. a DISINFECTION AND FLUSHING Before being placed In service, all revised portion of, or extensions to existing mains, shall be chlorinated and a satisfactory bacteriological report obta red. Both wet and dry systems shall be r' shed. Flushing of pipe to be disinfected shall first be flushed to remove any solids it contamina;ed material that may have become lodged in the pipe. If no hydrant is INstalled at the end of the main, then a tap shall be provided large enough to devllop a velocity of at least 2.5 fps in the main. One 2 1/2 Inch hydrant opening will , under normal ;;ressure, provide this velocity in pipe sizes up to and included 12 inth. Taps required by the Contractor for chlorination or flushing purposes shall be provided by him as a part of the construction of water mains. If not per- formed by the utility, the Engineer may direct the Contractor to make the taps. Where dry calcium I, pochlorite is used for disinfection of the pipe, flushinq shall be done after disinfection. The Contractor shall be responsible for disposal of treated water flushed from the mains and shall neutralize the waste water for protection of aquatic life in the receiv!ng water before disposal into any natural drainage channel. However, disposal may be made to any available sanitary sewer provided the rate of disposal will not overload the sewer, and the Contractor obtains the approval of the receiving authority. SR 405 Tukwila to Factoria - Fire Irotection -53- � t The hydrostatic test pressure shall be maintained until the Engineer has determined that the section of pipe, gate valves and fittings are watertight. a If there are no visible leaks and the test pressure Is maintained without pumping for fifteen minutes and the pressure drop is less than fif—en pounds, the main will be accepted as a watertight installation. When testing short lengths of main pipe, or hydrants, maintaining the test pressure without pumping for five minutes with less than five pounds drop in pressure will be evidence of a satisfactory test. Materials and Workmanshi Defective mater a s cr workmanship, discovered as a result of hydrostatic field test, shall be replaced by the Contractor at his expense. Whenever it is necessary to replace the defective material or correct the workmanship, the hydrostatic test shall be re-run at the Contractor's expense until a satisfactory test Is obtained. Hydrants When hydrants are Included with the section of main pipe to be tested, the testing shall be conducted in three separate tests as follows: Test No. I - Water main gate valves and all hydrant auxiliary gate valves closed, with the hydrant operating stem valves and hose ports wide open. Test No. 2 - Water main gate valves and the hydrant operating stem valves tightly closed but the hydrant auxiliary gate valves and hose ports shall be wide open. (150 pxl) Test No. 3 - Each,hydrant shall be tested to a pressure of 300 pounds per auare Inch with the hydrant auxiliary gate valve and hose ports closed, but the hydrant operating stem valve shall be wide open. No pressure above 21 pounds per square Inch shall be in the supply main beyond the hydrant auxiliary gate valve when testing a hydrant singly. .R 4C5 Tukwila to Factoria - Flre Protection -52- 4 t HYDROSTATIC TEST New water mains and appurtenances, after their Inst ation, shell pass a satis- factory hydrostatic test before acceptance. The hydrostatic test shall be per- formed on every complete section of pipe between valves, and each valve shall withstand the same test pressure as the pipe, with no pressure active In the section is of pipe beyond the closed valve. e Blockin cr Bracin B—Tre con uc[ ng hydrostatic testa, all potential points of thrust movement that have not been provided for by permanent concrete blocking shall be blocked and braces by the Contractor with temporary blocking. Temporary blocking shall be removed a°ter completion of tests. E uiment for Testin A pum. s, p ugs, fittings, certified gauges and other necessar•, sgu;pment for ma'.1ng the hydrostatic tests shall be furnished by the Contractor and removed after testing, If so directed by the Engineer. Test Pressure e test pressure to which water lines and appurtenances shall be tested are as folio,.re according to type of system: System Test Pressure Wet 250 psi Dry 300 psi The test pressure shall be applied at the low end of the section of water main being tested. Air in the pipe shall be vented at all high points. sR 405 Tukwila to '"actorla - Fire Protection -51- ♦ f PAINTING Painting of the exposed pipe and valves, hydrants, moment resistant hangers, ad- justable swivel pipe roll hangers and miscellaneous hardware shall be as follows: is Exposedo o:�.�x�o Exposed Yalyme aond cRising Siamese Inlets TThhe_7we ,a a_ pa�eas ws:One primary coat of A-6-61. One secondary coat of A-7-70. A final coat of C-7-66. Under round Yalves Va ves�und buried or installed in valve chambers and vaults, o' : be carefully checked for Injury to their outer protective coatings. At all places where the coating has been ruptured or scraped off, the damaged area shall be thoroughly cleaned to expose the Iron base after their installation and the cleaned area then recoated with two or more coats of Quigley Triple A-10 or A-20. Hydrants ne coat of A-7-70 and one coat of C-7-66. Moment Resistant Hangers, Adjustable Swivel Pipe Roll Hangers and Miscellane,>us Nar ware Moment resistant hangers, adjustable swivel pipe roll hangers and all miscellan- eous hardware shall be painted as noted elsewhere for exposed pipe. �Pa mom�ent Al—osts incurred in "Painting" as listed above shall be considered incidental to other related '. terns. SR 405 Tukwila to Factoria - Fire Protection -50- 1 4 r se e two 2 inch female of pipe" onvthe inists2 shalt conforms to the Nationaloni3v is shallFire hequip - writers as required Dy t:�e Seattle F'rluDepartment.nd Both inlets shall be equipped with individual aroP iaPper valves, D gs Maximum height from ground to top of inlet is 24 Inches. Painting shall be as specified elsewhere in these special Provisions• en sation for full The unit price per each for ,Risingneca"Ie essse ltoeDerformi the eabove Installation all materials, labor and equi;sn MOMENT RESISTANT HAN6E and/or directed by the Engineer, the Contractor shall Where shown on the plans, fabricate and install moment resistant hangers tyoe A and B and adjustable swivel pipe roll hangers. and galvanized after fabrication in actor anr After alvanizing, the hangers will be painted as All hangers shall be ASTM A 36 steel . with ASTM Designation A-153• g Special provisions. The Contractor shall be re- specified elsewhererone r these layoupecia and positioning of the hangers and connections. sponseble for the p P rice per each for "Moment Resistant Hanger Type A or B" shaompleteethell The unit D materials and equipment necessary to complete compensation for all 1a�f'ad adjustable swivel pipe roii hangers Shall be installatizin. payment j to "Bridge Outlet Type 1". i sR 405 Tukwila to Fattens - -49- Fire protection The 21 inch outlet system will consist of a 2; inch x 21 Inch x 4 inch double hydrant gate valve with threaded connections. It shall have a rough brass body painted as specified elsewhere in these special provisions . The valves shall have male threads with the following specifications: ,s Thread (Nations! Board of Fire Underwriters .m 7-1/2 per inch Uutside Diameter finished 3-1/16 inches Diameter at root of thread 2.8715 inches Pattern of thread 600 V-thread Total length of threaded nipple I Inch Outlets ;hall be fitted with cast Iron threaded caps with 1 .35 inch to 1 .23 inch tapered pentagonal operating nuts, 1 . 16 inches high. The caps shall be fitted with suitable gaskets for positive water tightness under pressure. The unit price per each for 1121 inch Outlet System" shall be full compensation for all tools , labor, material and equipment necessary to complete the above construction. 2-1/2 INCH DRAIN ASSEMBLY Where shown on the plans, the Contrac Mr shall install a 2i inch drain assembly The assembly shall consist of a 21 Inch gate valve, 2} Inch schedule 40 steel pipe, and a cast iron valve box as specified elsewhere in the special provisions. The unit prices for "Schedule 40 Steel Pipe 21 Inch Diameter", "Structure Excavation Class C', "Gate Valve 21 Inch Diameter", "Sand Bedding", and "Cast Iron Valve Box" shall be considered full compensation for all materials , equipment and labor, including connection to the main, necessary for the installation of the 21 inch drain assembly. SR 405 Tukwila to Factoria - Fire Protection -47- 1 �f F fi Payment for the additional extension will be made at the unit price per pound for "Hydrant Extension" whi rh on ce shall include the cast,ngs , addl tionaI length of hydrant rods, bolts, nuts, washers, gaskets and any other parts of materials necessary to complete the installation. BRIDGE OUTLET TYPE I u As shown on the plans, the Cointractor shall install type I bridge outlets which include the follow Ing items: I - 4" x 2}" Reducer 2 - Adjustable Swivel Pipe Roll Hangers 2 - 2V Threaded (Schedule 40) Steel Pipe Nipples 1 - 22" Threaded (Schedule 40) Steel Pipe Elbows I - 2}" Threaded Brass Nipple I - Molded Rubber Cap 2 - Std. H-1 Monument Case and Cover as detai led Also required under this item Is drilling of holes in bridge slabs as shown. All holes shall be core drilled with a tool in such a manner to allow a minimum of spalling. Reinforcing steel not covered by the grout shall be painted with a suitable paint to prohibit rusting. The unit price per each for "Bridge Outlet Type I" shall be full compe, ation for all mate-iais, labor, removal items and equipment necessary to complete the installation of the above work. 2-1/2 INCH OUTLET SYSTEM Where shown on the plans, or directed by the Engineer, the Contractor shall install a 2} inch outlet system. SR 405 Tukwila to Factoria - Fire Protection -46- t r,. Coatin end intin AI iron partsPs o the hydrants both inside and outside shall be thoroughly cleaned and painted. All inside surfaces and the outside surfaces below the ground shall be coated with asphalt varnish, Federal Specification TT-V-51a, or J.A.N. P-450, unless otherwise specified. They shall be covered with two coats, the first having dried thoroughly before the second is applied. Ia The outside of the hydrant above finished ground line, after backfilling is ;e completed, shall be thoroughly cleaned and painted as specified elsewhere In these special provisions. All hydrants shall be Inspected in the field upon arrival to insure proper working order. After installation they shall be subjected to a hydrostatic test not to exceed the ractory test pressure recommendations. Payment ThP unit price per each for "Upright Hydrants" shall be full compensation for all tools, labor, material , Including gravel backfill for drains and base blocks, equipment and haul , necessary for hydrant installation including testing of the hydrant. HYDRANT EXTENSIONS Lengthening of hydrants to specified length with vertical hydrant extensions will not be allowed except by permission of the Engineer. In order to keep the number of extensions to a minimum the Contractor shall use the longest vertical extension possible which comes as a part of the standard hydrant. Vertical extensions which are considered part of the standard hydrant shall be included In the unit price per each for "Upright Hydrants". Extensions beyond the vertical extensions which is part of the hydrant shall be compatible with and of the same class as the vertical extension to which it is attached. SR 405 Tukwila to Factcria Fire Protection -45- Width of crest and root- - - - - - - - - - - - - - - - -0.0115 Inches Threads- - - - - - - - - - - - - - - - - - - - - - - - -6 per inch Pattern of thread- - - - - - - - - - - - - - - - - - - -60o V-thread Total length of threaded male nozzle - - - - - - - - - -1-1/8 inches �s *The upright hydrants at systems 2 and 3 shall be equipped with one ` 4} inch pumper nozzle. All nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut . Caps shall be threaded to fit the corresponding nozzles and shall be fitted with suitable resilient neoprene gaskets for positive, water tightness under pressures. Operating Nuts The operate g nuts on hydrant stem and nozzle caps shall be the same for all hydrants. Dimensions shall be as follows: Pattern of Nuts- - - - - - - - - - - - - - -Tapered Pentagonal Height - - - - - - - - - - - - - - - - - - -1-1/6 inch Size of Pentagon - - - - - - - - - - - - - -1.35 inch at bottom of nut 1.23 Inch at tor. of nut (Measured from point to flat) The hydrant valve shall open by turning to the left (counterclock-wise) . SP 405 Tukwila to Factoria - FI re Protection -44- End Connections The end connection shall be flanged or of a type as approved by the Engineer. n dram Dimensions The di mens ons and details of hydrant and nozzles, unless otherwise noted, shall be as follows : U H dram 6 Inch Connection Is Hydfant connection p.pe size inside diameter- - _ _ _ _ 6 Inches Length of hydrant from top of hydrant to sidewalk _ - _35 inches max. Valve opening, minimum diameter - - - _ _ - _ _ - _ _ _ 5 inches Hoze nozzles , number and size _ _ _ _ _ _ _ _ _ _ _ _ _ 2-2} inc .:s Thread (Nat. Board of Fire Underwriters)- _ _ _ _ _ _ _ 7} per inch Outside diameter finished _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ 3-1/16 inches Diameter at root of thread_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ 2.8715 inches Pattern of thread _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ 600 V-thread Total length of threaded male nipple_ _ _ _ _ _ _ _ _ _ I inch Pumper nozzles, number and size*- - _ - - _ - - _ - - _ I - 4 Inches Thread, outside diameter finished _ - _ - _ _ - _ - - _ 4-7/8 inches Diameter at root of thread_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ 4.6263 inches Pitch diameter_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ 4.7507 inches Tolerance _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ + 0.009 Inches Sit 405 Tukwila to Factoria - Fire Protection -43- 1 Ii Manufacturer and Marker All hydrants s a be the icwa Latest Improved Corey Type Fire Hydrant from Clow Corporation, Ohio or equal as approved by the Engineer and the serving utility or municipality. The approved enuals are: System Manufacturer is D 2 4 3 Mueller 4. 5, 6, 9, 13, 14, 16, 18, 21 , s 23 Pacific States 28 Mueller, Dresser 29 Kennedy Classic Mueller, Dresser The name or mark of the manufacturer, size of the valve opening and year made shall be plainly cast In raised letters and so placed on the hvdrant barrel as to be visible after the hydrant has been installed. Type and Mounting A11 hydrant bodies shall be cart Iron, fully mounted with noncorrodible metals. All wearing surfaces shall be either bronze or some other approved noncorrodible material , and there shall be no moving, bearing or contact surfaces of Iron In contact with iron or steel . All contact surfaces shall be finished or ..achined in the best workmanlike manner and all wearing surfaces shall be easily renewable. The design of the hydrant shall be such that all working parts may oe removed through the top of the hydrant and shall have the required AWWA specified number of turns of the stem to open the valve. The hydrant shall have a compression type main valve. Any change in area of the water passage through the valve must have an easy curve. SR 405 Tukwila to Factorla - rire Protec' on :'r.pevised .iay 16, 1973 -42- Rev. i All cover and access plates rwst be galvanized and of sufficient design to withstand H-20 or H 2O-5-16 loads as per AASHO standard specifications for highway bridges. The cover plates shall be insulated with 4 inch thick cellular glass insulation with an R value of 2.5. The Insulation shall be held In place with 20 gage sheet metal ,a Is attached to the cover by 9 carriage bolts per plate, welded to the underside of the cover plate as shown In the plans. The unit price per each fer "Reinforced Concrete Vaults" shall be full compensation for all equipment, labor and materials, including gravel barkfi ll for drains , necessary to perform the above work. POLYSTYRENE Where called for on the puns, or specified by the Engineer, the Contractor shall furnish and install joint fillers of expanded polystyrene having a yield stress in compression of not le,,. than 10 pounds per ;quare inch, such as "Styrofoam" as manufactured by the Dow Chemical Company, Midland, Michigan, "Arms U te" as manufactured by the Armstrong Cork Company, Lancaster, Pennsylvania, or an approved equal . All costs incurred In obtaining and installing the polystyrene shall be considered incidental to other items of the contract. UPRIGHT HYDRANTS Where shown on the plats, or where directed by the Engineer, the Contractor shall install fire hydrants. The following specifications are to be used In conjunction with the AWWA standard C502-54 approved as standard May 27, 1954, or the latest revision thereof. SR 405 Tukwila to factoria - Fira Protection { 1► Not less than 60%*,.f me total niLrcgen shall be derived from ureaform or ureaformaidehyde. Fina% mix to contain not less than 7.8% water insoluble nitrogen. Labea Tali ieet •equirements of Washington Commercial Fer- t, ii!er Act. *Guaranteed on label. Mulch TectToe 9-14.4 of the standard specifications is supplemented to Include the following: Straw mulch shall be applied at the rate of 130 pounds per thousand 'r square feet. .' Application of - e-1, Fertilizer and Mulch These materials shall be applied in separate operatiors. 44 , Approved hand appI scat l on methods shaII be used as directed by the Engineer. The first application shall conslsL of the fertilizer at the specified rate which shall be raked lightly, 1/4 Inch Into the soil. The second appI lea d on shall consist of the seed m:xtu re at the spec if led rate. the -aed shall be divided irto two equal portions. One pertion shall be broadcast over the area In one direction, the second portion shall be broadcast at right angles to the first, and shall be raked lightly 1/4 inch Into the soil . The third application shall consist of the mulch at :he specified rate. The area shall then be rolled to one direction using a standard light weight waterfilled roller. SR 405 Tukwila to Factoria - Fire Protection t t 4 ,r L Kind and Variety Percent by Minimum Percent Minimum Percent of Seed In Mir.ture Weight Pure SeeA if Germination Colonial Bentgrass 10% 9.80% 85% s (Highland or Astoria) A Red Fescue (Illahee, 40% 39.20% 90% Rainier or Penniawn) Perennial Rye 40% 39.20% 9c% White Dutch Clover 10% 9.90% 90% - (Pre-inoculated) Percent Weed Seed .50% -aximum Inert and Other Crop 1 ,40% max`,um TOTAL 7607a Fertilizer $eat on Zf-T4.s ti) of the standard specifications is ;uppiemented to Include the fcilowing: A commercial fertilizer of the following formulation shall be furnished as specified: All fertilizer shall be premixed prior _o bringing en the job. ,$ The fertilizer shall be applied at the rate of 12 pounds r, r I ,OCO square feet. Total Nitrogen Available Soluble Potash Lbs/Acre PhosPhos horlc AcidAcid s N-- as 22 as KZf�— *18 4% *I,a *14% 12 sR 405 Tukwila to Factoria F'.re Protection -66- k 1 lk. ,4 Bridge rail mounted signs shall be attached as detailed on the plans. Signs mounted on access gates shall be attached with four 3/8 Inch galvanized cap screws with double nuts and galvanized cut washers of sufficient size to firmly attach the sign to the chain link fabric. Signs mounted on luminaire poles shall be attached as detailed for "Single Metal Post" on standard plan C-14. ** All excavated saterial for post holes shall be scattered or otherwise disposed of to the satisfaction of the Enginr :r. "!he unit price per each for "Hydrant Marker Signs" shall be considered ulI com- pensation for furnishing all labor, materials, tools and equipment necessai ; for the complete installa N on of these signs as specified herein. No additional compensatlon will be allowed. EROSION CONTROL Descri tion Section - 1 . 1 of the standard specifications is supplemented to include the following: The Contractor shall perform seeding, fertilizing and n, ilching to existing grass areas and/or lawn damaged by the Contractc. 's treiching or other operations after being bro jht to a smooth uniform grade. Material Seed Te:tTon 9-14.2 of the standard specifications is supplemented to include the following: A seed mixture e` the following composition, proportion, and quality shall be applied at the rate of � pounds per I ,000 square foot. SR 15 Tukw. la co Factoria - Fire Protection -65- Rev. **Revised Nay IE, 1973 t Bark Mulch Section n 9-14.4(4) of the standard specificationf ;s hereby deleted and sect'on 8-02.3(8) of 'he standard specifications is hereby supplemented to Include the following: Bark mulch shall be olaced to a 2 inch depth in all damaged shrub and a ground cover beds wh re the existing mu ch is bark and in an area 6 feet in diameter around disturbed plants outside of bed areas In the vicinity of bed areas where bark was used as mulch. Measurement and Pa nt Sermons$-a . and - 2.5 of the standard specifications is hereby deleted and the following substituted therefore: The lump sum orice for "Remove and Replace Existing Landscaping" shall be considered rull compensation for furnishing all labor, equipment and materials necessary to perform the work described herein. HYDRANT MARKER SIGNS The Contractor shall furnish and install hydrant marker signs in the approximate locations as shover, in the plans. The actual locations will be designated by the Engineer. The signs sh, a fabricated and Installed in accordance with applicable portions of section 8-2• ..md 9-28 of the standard specifications, the detail in the plans, and as otherwise directed by the Engineer. The pasts for ground mounted signs shall be 4 inch x 4 inch wood posts with a minimum of 3 feet in the ground. The length of post will be determined by the Engineer prior to Installation. Ground mounted signs shall be placed with the bottom of the sign a minimum of 3 feet above the ground and facing the SR 405 road- way. SR 405 Tukwila to Factoria - Fire Protection -64- { pntl Fertilizer Tablets The fertilizer tablets as specified herein shall be placed in accordance with the manufacturer's re;ommendations. Analysis Nitrogen as N ahosphorous as Potassium as P205 K20 (Ureaformaldehyde) 20% 10% 5% Size Release Period Application Rate 21 gram 2 years Trees 3 21 aram 2 years Shrubs 2 10 gram 2 years Ground Lover Plants I 10 gram 2 years Line Plants I Sawdust Mulch Section E-02.3(8) of the standard specifications is hereby supplemented to include the following: Sawdust mulch shall be placed to a 2 inch depth where the plant materials have been disturbed In all shruo and ground cover beds, in an area 6 feet in diameter around tress in mowable grass areas, and in an area 3 feet in diameter around all trees in unmowable grass areas. Sawdust mulch is to be applied where the existing mulch was sawdust, or where :here was no existing mulch. Material The material used shall not be derived from cedar and shall not contain any compounds In quantities that would be detrimental to plant life. The mulch shall be approved by the Engineer before use. - - l' 4 SR 411S Tukwila to Factorla - Fire Pr., action -6' - � 1jr Removal and Stora e hru s an grown cover plants which lie within 3 feet from the edge of the site of trenching or other excavation shall be removed by hand and temporarily s stored. Plants which are removed shall be placed in containers one size larger than originally supplied. The removed plant materials shall be stored within the planting bed or other areas where water !s available; however, the storage area shall not be adjacent to the Contractor's operations. During the storage period, each shrub shall be watered with a soil sca'+er or similar .evice, as directed by the Engineer. No more than 7 calendar days shall elapse between the removal and the rein- stallatlon of any plant. Planting Section -02.3(3) of the standard specifications Is hereby supplemented to Include the following: Planting shall be requi—d immedlate!y after excavated or disturbed areas have been repairee subjec' t„ the approve; of the Engineer, but will not be permitted when t-e ground is frozen or when temperatures exceed 76 degrees F. If the aforementioned conditions exist, planting shall be. required at the first opportunity that favorable conditions exist as determined by the Engineer. All reference to backflll mixture shall be interpreted to mean existing soil. SR 405 Tukwila to Factorla - Fire Protection -62- v ti Circumferential measurement will be made 12 Inches above the uppermost substantial root or the ground line, as determined by the Engineer. 1 Any oamages so assessed will be deducted from monies due or that may r b_come due to the Contractor. Trenches or other excavation within all landscape areas shall be hand dug as directed by the Engineer. Quality ect on 9-14.711) of the standard specifications is hereby supplemented to include the fallowing: Where da v,;e to any plant material results from the operations of the Contractor, he shall replace them in variety, size and quality as the original plant. Nandlln and IM IIn ect on .7(2) of the standard specifications is hereby supplemented to Include the following: If, in the opinion of the Engineer, the plants have been damaged or deformed by mcving operations so that the survival of the plant Is jeopardized or the appearance of the plant is seriously impai,ed, the plant shall be rejected and replacement shall be made. f P -ritinLatuo o - , f the standard specifications is hereby supplemented to Include t e following: The replacement ple its shall be placed approximately In the same location from which the orig,nal plants were removed; however, or. 18 inch on center triangular )acing shall govern for ground cover plants. sR 405 Tukwila to Factorie Fire Protection -61- 1 The unit price per each for 'Wleak Link Locking Device" shall be ca,sidered full compensation for furnishing all labor, materials, tools and equipment s necessary for the Installation of the locking devices as specified herein. REMOVE AND REPLP.DE EXISTING LANDSCAPING Description Section 8-02. 1 of the standard specifications Is hrreby supplemented to include the follnwing: Care shall be taken to prevent damage to existing landscaped areas In and around areas of Contractor's operations. where possible, landscaped areas shall be avoided completely. No activity shall be allowed that will endanger the viability of any plants in the vicinity of the actual work which would include, but not be limited to, access to the area, vehicular activity, damage to plants from excavated materials . All plant materials damaged in the course of executing the work described In the contract shall be replaced. A11 plant materials anticipated to be within construction areas shall be removed, stored and replaced as specifies. nerein. Mt srials Section 8-02.2 of the standard specifications is hereby supplemented to Include the following: No trees shall be r• ,ved unless otherwise specified hereir, or directed by the Engineer. Trenching or other activity drmaging to the root system of trees shall be limited to outside a 12 fort diameter from the center of the tree. In addition to approved restoration, tte Contractor shall be assessed liquidated damages at a rate of $10.00 per circumferential Inch for ea.h tree so damaged or removed. SP 405 Tukwila to Factorle - cire Protection -6o- 11a t, 1 MENOMONEE- Removed Materials The Contractor shall remove one existing line post and approximately 6 feet of fence fabric et each gate location. This removed material shall become the property of the Contractor and shall be removed from the ;ob site. Any salvage value for the removed materials shall be included in the Contractor's unit bid prices for the items of work involved. Voids resulting from the remo al of existing fence pnsts shall be backftlied and compacted to the satisfaction of the Engineer. h�Pa ment t prices per each for "Single 6 Foot Chain link Gate" and "Single 6 Foot Wire Gate" shall be considered full compensation for furnishing all labor, materials, tools and equipment necessary for the complete Installation of the Yates as specified herein. No additional compensation will be allowed. WEAK LINK LOCKING DEVICF The Contractor shall furnish and install , in addition to the normal latching device on all new gates, a "weak link" strap or chain locking device, including padlock, as approved by the Engineer. In addition, the Contractor shall furnish and install the same kind of locking Device on all existing gates being designated as fire access gates Cy signing on this contract. It is intendeJ coat this device can be easily broken with a fire axe or pinch bar and the gate opened without unlocking-or dama4ing the attached padlock. Padlocks shall be thcse as manufactured and su>plied by Best Lock Company with series NC cylinders. Upon completion of the contract, any keys to these padlocks shall be turned over to the Engineer. All existing padlocks on the existing gates shall be removed and likewise be turned over to the Engineer. a :R 405 Tukwlla to Factorla - Fire Protection - -59- f ,, r f ACCESS GATES The Contractor shall install single 6 foot chain link gates and single 6 foot wire - - gates in the existing fencing at the approximate locations shown in the plans. Actual locations shall be as designated by the E.iglneer. Section 8-12 of the standard specifications is hereuy supplemented to include the following: Installation _ Tht gates shall be Installed centered or, an existing fence line post. The gate posts shall be Installed, all framing and bracing completed and the gat* hung and locked before the existing fence fabric In the area of the gate is removed. The existing ll )e.post may be removed at the Contractor's d:scretlon; however, the Integrity of the fence shall be maintained at all times. a Bracing -- C_te pest bracing shall be In accordance with the standard plan for the type of fence involved. Wire Gates Singl�oot wire gates shall be fabricated and installed 'n accordance with the requirements for single 14 foot w; re gate except that they shall be 6 feet in width. Chain Link Gates All chain link gates shall be 6 feet in height and she!] be made from the same fabric as used on the existinn fence at each location. Gra�din�and Cle-anu Upon completion the gate installation and before application of erosion control , the Contractor shall grade the ground through and adjacent to the gate to a smuoth contour an:' scatter or otherwise dispose of any excavated material to the satisfaction of the Engineer. SR 405 Tukwila to Factoria Fire Protection -58- i t F lna. Flush(n�and Te�tinq o�T�w ing c nrhT lnat o; treated water shall be thoroughly flushed from the newly laid pipe until the replacement water throughout Its length shows, upon test, the absence of chlorine. In the event chlorine is normally used In the source of supply, then the tests shall show a residual not In excess of that carried in the system. After flushing, the Engineer will arrange for taking samples by the utility or by health authorities. Re,atition ofof�Flushin and Tes[in ou5h Td the fnit a treatment resu t In an unsatisfactory bacterial test, .he original chlorination procedure shall be repeated oy the Contractor until satisfactory results are obtained. Falh,re to get a satisfactory test shall be considered as failure of the Contractor to keep the pipe clean during construction, or to properly chlorinate the main, and no payment will be made for reflushing and rechlorinating. Payment ht a lump sum price for "Disinfection and Flushing of Water Mains" shalt be full compensation as speclfrid"herein. REMOVAL AND REPLACEMENT OF EXISTING APPURTENANCES Removal and replacement of curbs, gutters, sidewalks, paved ditches, rock slope treatment and other appurtenances shall be considered incidental to the unit price per cubic yard for "Structure Excavation Class B" unless otherwise provided. Replacement shall be In accordance with the appropriate standard plans and standard specification; unless otherwise shown on the plans or directed by the Engineer. REMOVE AND RESET CHAIN LINK FENCE Where shown on the plans, or where directed by the Frnineer, the Contractor shall remove, store, and reset existing chain link fence. the unit price per . Inear foot for "Remove and Reset Chain Link Fence" shall be full compensation for all labor, tools, 'neterial and equipment to complete the w3rk. SR 405 'ul,wfla to Factorla - Fire Protection -57- �1r� Point of A IIcatlon e prrn eferred point of application of the chlorinating agent is at the • beginning of the pipe line extension or any valved section of It, a-d through a corporation stop Inserted by the utility In the horizontal axis of the pipe. The water injector for delivering the chlorine-bearing water Into the pipe should be supplied from a tap made by the utility on the pressure side of the gate valve controlling the flow into the pipe line extension. Alternate points of application may be used when approved or directed by the Engineer. ;;NRate of�Ap 1lcatIon et romf the existing distribution system, or other source of supply shall be controlled to flow very slowly into the newly laid pipe I:ne during application of the chlorine. The rate of chlorine gas-water mixture or dry gas feed shall be In such proportion to the rate of water entering the newly laid pipa that the dosage applied to tt water will be at least 50 parts per million. Preventing R.eg—se Flaw Valve s shall be ma-nlpuTated so that the strong chlorine solution In th- line being treated will not flow back Into the line supplying the water. Check valves may be used if desired. Retention Period Treated water shall be retained In the pipe at least 24 hours. After thi ; period, the chlorine residual at pipe extremities and at other representative points shall be at least 10 parts per million. Lhlorinattn Valves d Hdram ans In t e process of chlorinating newly laid pipe, all valves or other appurtenances shall be operated while the pipe line is filled with the chlorinating agent and under normal werating pressure. SR 405 Tukwila to Factoria - Fire Protection -56- 4 't Chlorine Bearin L ounds In Water A mixture o water and high-test calci urn hypochlorite (65-70% CO may be a substituted for the chlorine gas-water mixture. The dry powder shall first be mixed as a paste and then thinned to a I percent chlorine solution by adding water to give a total quantity of 7.5 gallons of water per pound of dry powder. This solution shall be injected in one end of the section of main to be disinfected while filling the main with water in the emounts as shown In the table which follows. Chlorine Requirements for 100 Foot Lengths of Various Sizes of Pipe Pipe Size Volume of Amount Required to give pp- Cl Inches 100 Ft. Length 100% 1% Chlorin•-Water Gallons Chlorine Lb. Solution in Gals. 4 65.3 0.027 1/3 6 14C.5 0.061 3/4 8 161 .0 0. 108 1-1/3 10 408.0 0. 170 2 12 588.7 o 24o 3 Sodf um HYPo�ch l o r i to od u5 i m hypocTiTo rite, commercial grade (15X CO or in the form of liquid household bleach (5% CI) may be substituted for the chlorine gas-water mixture. This liquid chlorine compound may be used full strength or diluted with water and Injected Into the main In correct proportion to fill the .rater so that the dosage applied to the water will be at least 50 ypm. SR 405 Tukwila to Factorla - Fire protection -55- t i q FIRE HYDRANTS MAIN EXTENSIONS ON INTERSTATE #405 W- 9 0 IjK M bait 111 •C WAfi M I.t[•\ .Mti ..)µ •f•• r we PROJECT 'AMITS. SUMMARY O F Q U A N T I T I E S I-405-3(405)154 o _A WASHjI-4D5-3(405)15j 1 26 LENOTN GROUP 1 GROUP 2 M.P. 0.47 ITEM TOTAL TO IANDSCAPIPG NO. QUANTITY UNIT 1 T E M M.P. 11.21 ]'ffiiGHT HYDRANTS 21 200 rom HYDRANT QIMIONS IAO UTLET TYPE 1 n 1 01 lH OUTLET SYS12M3 ONLY RISING SIAMESE --- 3 31 _ 6 ONLY MOMENT RESISTANT HANGF72 TYPE A 6 2 10 ON-CY -RM 10 ---- -- SUM L.S. H�[D A C T _ - - ------ — ..5 UIUNEW AND_FLMrATF1t MAINS _ - _ - L-S• - -- - -- 1 — 36 IS ONLY SINGLE 6 FOOT CHAIN LINK GATE 18 37 j _ ONLY SI -6-FVff-YI—FR GA _ 3 - 38 2fziNk IT3O bEVi -- Q 3 SUM—L.S. REMOVE AND REPLACE EXISTING LANDSCAPING L.S. took -- -- - MDma- SIGNS - 78 YD YE AND REPLACE CONCRETE S10PE PROTECTION: _ -EUM MICE SOO - SR 405 Mi 0.47 TO MP 11.21 __ -- TUKWILA TO FACTORIA - FIRE PROTECTION ■ua copwv •,11.6,W,,.,I Wg al Cwr m M IYIYIM p II,QLIA.•i ,t � IM•.VIA• ►.MM♦li - �• WIt NtW10M ,tyi• tfu EIIOTt. Per >wcwf Poo use set wcwl rwiswws o nuc*nrt .� j r j(�.�, ... ,... .w ..f dt♦ • MNL ty• MfA PROJECT LIMITS: SUMMARY O F 0 U A N T I T I E S �� •AsM I-415-3 40S 1 6 M.P. 0.47 TO M.P. 11.21 I-405-3(405)154 STA. 88+00 TO STA. 200+00 LEF0TH: NO LENGTH GROUP 1 GROUP 2 M.P. 0.47 ITEM TOTAL UNIT ! T E M M.PO11.214 LANDSCAPI NO OUANTITY 1 L.L'1E .l41 1.130 CU.YD. STRUCTURE EXCAVATION CLASS 8 1.1 D STRUCTURE EKCAVAT'ION CLASS C 1 -— N CRLSHED SURFACING 7% COURSE 50 CU YD SAND BEDDING 269 ASPHALT CONCRETE PAVEMENT OTHER T•' F IRON WATER PIPE_6 _lNC1LDIAHLMU to IN, CTILE IRON WATER PIPE 12 INCH DIAHLTt2_ ISM _ - 1 UNXI. SCHEDULE 40 STEEL PIPE 4-1 D --Go- 12 STEEL PIPE 4 iNCd DIAMETER Int - 1 14 ^ _ ONLY TAP EXISTING _6 INCH MATERMAIN ;5 ONLY TAP EXISTING 12 INCH V ' 16 2 ONLY CONNECT TO FXISTING VATERMAIN 17 30 LIN. . JACKING OR BORING 16 INCH STEEL PIPE 18 185 LINXI. JACKING OR BORING 18 INCR STEEL PIPE 4 VALVE 2-1 INCH D VALVE 6 1NCH DIAMETER 21 Y TE VA VE 8 INCH DIAMEL772 .2 2 N �I N�tT 6N VALE - — 24 2 ONLY RMAZKWW PREVENTION 25 2 ONLY REINFORCED CONCRM VAULTS SR 405 MP 0.47 TO MP 11.21 TUKWILA TO FACTORIA - FIRE PROTECTION fIMG COtI.R� wunxt,o.i srt.e +ww1, tprw,wwM 4`ia OF.Y,wt„r M MrGMN.ii 4�f u{.rn.. w.frMYC.LY 4�>r )dr41 N MIA 1.� I MYOt.wYM . . O.f[N a^ WIt.ItfASpN .pa. rrt NOTE. For »KNI iwtww no gKtNf Ptwnw-s. _. . _ I i T 24 N. R. 5E. W. M. UP//.2! "1ND i £HD OFI-IQS-�(tp5)�5a - c '1 18 - H�FfS'�R77 .A 405° , FACTORIA - r I� rGf Jaly('7F- wourown.21 TUKVO"TO FAROtU1-RM M VICTKM w ar.r. INTERCHANGE - VIUN�TY pAP =w �w a T. 24 N. R. 5 E. VY M400 --� �#-_•_M J a, �3 SYSTlY_YA x -�R4lox, �le r.- FF1 NA 12 . u' � ' ��\- .— s •."� tyz` \ '� - \ . fit .�=-i)NCxio wpamn.yrar C>ro eE . s.Jr£N waif + Jh££ I M4 MAY CREEK Ili) 1 ERICHAIN Er s MP 017 row❑.21 \ w\F!A 10 FACIOtlA-FM MORCMM ` IOC Z 0'Am sD r10D ILI V�CINR`f IMF `� Jci in roe 1 = ♦ I (!MS {7N?7N n {M6 'IV I / mr L I M v„s•Or{MN � v"+s {Ms/7N � k i r v v-i{3N!,ve o. I •!, V�+S jMNr,7C * _ a per {7N�M/Y \ - PIp Do t � n bt >rS r7S fM^: S i •� j V: 0 � 4 ; f HS'{7N{MN � � at saS N{7N WM 3S Y Ngll i Ash fMC < w t get >< C• • s � I y j Z� l� 111 II d �w! I yL[J,c4� s a +r• l+rltrl,st � a n T 23 N. R. 5 E. W A4 u O +ti 1 � '. .- ' �f STEM NO NL2 t0 S w —1.: l ;4 _ _Lr S.)- �b sr5'f4•Mp$ / �J -%: Q •\F �\�_ sNFEf llq�g.�• Y ' - A- bps L z Jrj M 710 9 'b 1.- . vasE o �o Fw fIlw/.Aw JMA1 !R 4w AV OAY TO Mr 11,21 S�J71-J l?Ej\rr0j\l TUKWiLA TO FARWU,- RM PVOTKCTKW VICINITY MAP Ta o as x� --.w•� t4 wn Lr_T.r. 2.wY-stats. �- AM y i ' swi Joe pJ STR. OF p' ECT q QEGJNMAVG i OF 7 5 Z-<os-joos)Jsf -Sac ?] ryp. 1 >e � � Jwr f ' - `+' n ,y J9 4 -- s I SNFFtX Q SY37 AlShFF y�o--- vw FV AY}.AI[� �{ r C1�1Mi,pep! i 1 s k_ �\ � S�tifFi�.tlr �.r a Ei Sf}Jee?! G". Al l�g I ` y .,_ r 3 E7Ma Ao } �' LO Snum 1kt I �•, ['TSF Jt.rJ E W i i i v,�Y J41rj.pal Sm;f1 // jV 14) +'_- - ._ _ _ dQ -•-,_ _ -___�:' � �i -;.. I .Sec 7I - ie..:us.'6:J M H � � � e n Ao J ►:as � - - �� Lt 1 19 c [EKNO �. 6' Mbv tots. E..W. fwh. ?: E.w Fare //Jdrwwl i Z 7-4 F,v Njdrww7 J yw. I 1 C1-74 Fin Mydr f J*m On S:wgre Pos/1. f2 as M►O.47 TO AV 11.21 TUKVALA TO fACTOe/A-R2k M T(CTCN r nrw. i VICINITY MAP 4w w O Am AW 1XV ON �eW I. fie! t_fI ti BEGINNING OF FILE FILE TITLE \/J - !)9 on 405 TuKw� la — �Gc cbri0., � ti ti -29*+', !Ar,f' .1 64. Nyd' t +.` w+aa I-iaS-f.wlllM m I M+ . f r4l"Ard C.P9ae a") ElUt lNSVrai'+ b IN 41 r AW fla'AM tIF'6lte Aw'W 'mte{wd..— __ vdws e /Ay 01wa/ - Owl hprww A!i•I A t— a 4'SeMduNAaarrw.ln �Slae/ — _-?bridge Oufpf Type/, N&ffePt FFa;rF«F � '' 'w^7"•f!'P! ® �+; :i 1 ��snt. At Warr T j �+ } Aeetmeef ---� '- 'j Wo// wali 7 OMM ' flarepll lr/w4gSTaefl "RT' `,,,�, Ate---+ Walt Erp!naiov 1 I" Seaedak Id ±iI" Redwvr i V.C* a/ Pi pa u./Wi +---Neatent 4la+a hnr � fou/ie Jolnfe. +vwe; ryas a. a>xe Seetloe A-A � % •/O-Ceaba Nor. M,,.Of Onc Ar P.. Y .-A i irnSfA. Tpr f! latk e � t I to w 1 « DETAIL _ � �3-� tYs"Avfkt Syahaa + -!«e. ;.re E saHar ! _. _ F � r.3'a1A' Mot A/Nitro Na -V Or fpu,: `v —E"Sel+luae .•O SM- Pipe 6'DeMP �,..Rs$• � � 1Y OoJ� /' 4�J f T,0 s P eww a"f raw Jee'ar D-0 for 36' Na, Newt 6btp Mutt�! FMf1n — AM: 7ney AV Pyte SAW ^. A$YN /NSTACCATlON PfTAiL Jlrr-rw :'w'y I f. oMa SArii Ae AeANN To E+ar"y d'OtN^P SYSTEM N0 JS sralF q,: ! 4' rrfa-Mn p lAyi al4w erestr„n, tyPM eh-NM. /n 6nenf► JN/.' h 1'q' :a.^r'r b �� e C. T11rusf bloc - e3 i�ti11 .nnt w'.••'Ll?A/L Ei+rry Aydn—� Rrsinl Srlwax L.kf ner.,l, MP0.47TOw11.21 ti �v TUKWILA TO FACTOtIA-M21 P"nCTKIN ufe aewN, INLET OUTLET. IN,TALLAT*. DETARS 51SW Afd1W OV no TiMG cow Sf,TEN Np IS AND S N tar,-:;,aTAfI NOW P.fRRIER �\//�j��\�/ •"`w�•rw'+�+•e....w O>• � ww�r�rw .. -- .. zo .26 ... t i I 30 �• 2 Oio6'elly At ' I � r'Neee.Y -- xawrarr Cex l Ceser ;l Edyv•_� Joe O.f«/She 22, �Jee Arh;!Sire ! j GPfA'ATlNO .UVl KEY p+.-o„e met, i s;,de ��--i A Fw drcae P;n ' /':.:,rd ALdoe,C4+(7�rP1 Ope/eF A►1 � ,i"O �i �—' _. ___ SrL►hi rAa Adjul/ebi9wW I % V/ VNw Aroened / SceedJe b Iveet R'/e P D.a t Fo.A.A Ste 41 7it?,9vo �J t, IPP~ . Vo/M I See Nofr , 6; I / rq rea _ � eo Jroa Pr•, � �� 3>/PE -- i (/ e • SECTION A-A n�. i Bnd9. 0aw T p• I d`;jis y t , ke �..f Rosalie f V,.� I o ,W q Norfh.Gip,1, Ham ow. T A 1 ,p YP• On 0.1>o,ih Soda Oe Column. J'asml 0 V F1Pe[.„rA,a'O.no R. \ N 6.bpe�oo/u+nn Tee A e! S B par NB.CoWep. Jos D.ro.l JA..f r I ( T \, Elbs. R"t S•111u»n tr 9 �; NOTE: i ScAeder 40 Steel Pipe W'rA v Vieloul;e Lbfs W,U G.used 6i6'a d'Tx ALod --�6"+1'Aww-e, Frow d"dolf o"d To,Oe Elbow For N8 0 C elemn UP To D,idpe D►toot Type t 6 0`wP PLAN VIEW SYSTEM NO.12 �-+-ConenAe TAy,Ir ! 3ioc4. See Detal, Sheet 24 It 463 AN O TO 1121 DETAIL BRIDbE OUTLET TYPE / TUKWIA TO pAC'TO•l•-RR(1 M IOMOTECT SYSTEM NO h? — ...ecoe.l, BRIDGE CTeE, DETAILS oowoe e� a. e0.»Te •� fl �K r 1 717— I-eOa-a{aenM 1♦ • R�eppra Jur4vuy NnA --l•LiAId JurHerS rN Cw•ae M+ CrNwHyeIM q(r/A q$� AY�.Jewr A,F fl,!/M� tIM/ly(/WTI lLN eBs+RF,N F.nwerw+ p --- M1A,L'N,n ArArr✓y / AFQOMftipe e ~ 'T �h. , Whe Du � may, e r. - —{—� aCKP-- ;' L!' Tap H'Ps 0:y A 7 I !"BroMt Ede Y M Jmi y-BLn'r "!7! �Poor�e// e3/2 Or F/uN i i t1T L Serr;ra Seda'r,/� / 25,90N:Bf i,.Mrmded '��"! O E ue% � Cpnrrec VimJl BACKfILL DETAIL t se/.pipe u Weli Conpehd Ina DETAIL I INCH DRAIN VALVE _ WITH CAST IRON VALVEWX fir% D 1a0/e0 (SYST£)wS NO //0 15) A// Dry 3„rems. �It iIj 71,ose PorHLens Of Systems b, 16. t tD At &P Of X",UTrr E.L9/y B"by s. HYDRANT MARKER 516N Aa Se4G Far P ieLr. Pia. 24' + 30- 2'-b"Mqr A//OlAer Pp. Red on NA,H Foir 0tbrrnrited e *fwlefttv fr;w ,vBIlR'fiLl m/ao<,f l For Prows !Cmre BNet NSB or Deuro Shed&1ark,*d Za OMrr I'emsNProftvhenSy~s If tl O+System r6 ! esfrrm.d ,yiMs hN--v TYPKAL UP8/6HT HYDRANT INSTALLATION PLAUNC UPRISHT HYDRANT 5E.h'£EN STRUCTURES m 405 an o aT TO aV IL21 Alyd,Pd '.frw ,ons May Be used O.sly as Permirted By The E.yineer (See Jpxid/ TUIITMIA TO FACTOIM-I/f!MOT[C r Pnv:sipal(App1m.Crpntity Apgand"2X idumhJ eew rO1N1^ Details Shell Be As Shown Fo,'74ped Llpneht Hydrant Installation' On This Sheet Unless Oihe.ulse Woted. NrOMstT f PIPS �CA1lS .raw.vw.er.eaevs_ ems .ice I ��aM,•O.!ba -'_ `' � yel��\ \ . i' •Jn vye l-Nf-lNet1EN hd \ 77 \.� 1 1..,1 k UWt.AoMY.Y � \ ,.\ �. e / i�♦ r/' �' 1r J ir��r�±�� + � 1 1 ♦r� /LLB i ter 1 •I A � �r• \ �-i + / � '�� �/ +nt .. `I '� ..\. ; �o,+ � I 1 .A /y �1 - :�.—t`Te 6" :.iAr• � + T' ,A:-D KR __ � � �_�/le. 1 '' / `)°cj � 1 i j 11 �� 1. �'iA r6 `♦ ((I'?��SYe Ab4/ '-"*I, .rtg1 v M � " , 1 ♦s � � I,` S� Ime�Ct rh' �+ ` � � \\\ � V. r 1+�,• ' ♦A -'� x_ k 7/� 1A^i_. 7Sr cirs�" \I at.M AM Yf� ,�y��Jpa hen pftvl y * q.s (MCmf ?gY�ljlbs tt 1 \\S 56A+<Wn cdYstfaR wal A \ ; roo 41 Or or It l v' Sh_utty� f.<eveY � Y . r 1 ��. ♦ _. \�` . `I ` ��\`. .� . -.- � ♦\ I ,f-11d.AI Rwtter _ ! l I � b .+�C ♦\ r �r \ r' - 11 ff �♦ \ .` ♦ $YSI£M NO.29 �,-' \ + � ! /h 11 / �+� ♦♦ + JU 1030 1 r s I ,• '. � ♦ 1,� f � � � .SY5T£M A 26 ..J '049 ♦ 1 �/ LEGEND PAP 0.47 TO SAP DavW' tha<kveN ev a Ortkll Iravant: Aaat". Witt Vev/k. ` s �,I ♦. \ � IUKYYI.A TO FACTOlIA.PMFtOltillO" `�IDN Upty Af NydyM /r,YA enyi" pert d'r fmn) NOTfS: + ` \ ` \ prep J. C0000mett Too Erl.ttih9 Witt/ A/oo/n. SYSTEM tS 1 N LAYOUT ` ` e B 6h Volvo WiIA Cur pooh W/w Bor. ` ` IM AAp"it t. V/ooer Mydnnt O(T r•ooeule y SAIY.Nrf. \..\ .mlrr woo�.•e�� ffNFRAI NOTCJ� M ,CO ip Me rsw rRe psr frtewtmn C BsAfl/l DfhNt fsr Mhr � .. plpr, Jet JAoot 'a roof TArof Batt DrteilJ JW shoot it ref (/priyAt Nyenef trf fol/e!/oe, Jee Detiil JANt re Ae.er :e.Rrn Fer ftfrr SJeNm Pml..be, Ste Serets L51 i6 e�� eea tt �Z� I h ti nsbHod ey CNy of RlrnAM 5 - Is'Ci1Y of Noeren I EY ranf<o<for . Gueen Fs ,' T You, - � .. . . .. p 1 I t. - e >• I-fie More Z NA - Ems. - w r p, End In . 'To Beee d�eed Valment rer'ooJe Iran Water Port Iro,A W,) e� 9YSTfM UQ 23 ` s j rNreatNNt /hpe;.ea a J//tat so- SYSTEM SO 2/ a I LLYENO * I fr Uprye Hydrant !mltA fry," port drf<bonl. 0 sate Vo/ee Sy Others is-e Torre W,to rest Iron W/re sox. S!405 NV 0.47 TO NI!IL21 IUKH--!TO fACTOt1A_WtE NOTEaJOH GENERAL NOTES 'VOTES: hous CONssr• Fer f«awfie+ f seeotd/ Defo,4 far L Cennaeflens To Eustry ritormoin 9upphad A" mxwhea By SYSTEM 11 s 25 LAYOYT Wefor Rps, Joe JAM 18 Routon Wety Dept Far TAsas sl«t DeMds, Joe JAwf24 wq• OF . wA«eM w..w. a nro p.Vu,, � usessess Per Oprlw Nydrnnt llwvl rfwr. Joe Puma Josh 18 Fo< Mahn Sy5"" prof"A 5s' SA.eb 254 26 w b res se 'us yeenten SOD �Aan•124 rar5 o26 seems t �max.. 1-.'r•+Ml q1 M M 1 � Nl \ a r -�iee kk N.t. Z —.r.. ..'.\ .-.. 'QrIGn T Mrr 1 JJ F I M' Port Sprc+oi Pror,t/oru � F • '22 a � Gtt orpentpn See 0. a h SMci 22 d' SYSTFW NO 16 _5Ysn-m W. 19 smr+ a " 't S:r 2046 sa 2047 L£6£NO f{pryht Nvdrrwt !u,ifx errpi.e pert d�nrt,on). NOTE: B 6rtt Yrfre +Jy OIMrs GENERAL No7£5: / fon,ntt,en To f+5h AYto pp Aloe SelhtF An! 2P.\ S.t. NH re Wire Cert ,rew ✓e/Mr B., rer Exterst.oh � &w*fiN Petei/i ;e• elate, lnsteike By Renteln We" Oac'. P P,pe, .fu JArf IA i P/.er Nydn& pr/er, ilb vf~nf Well, w 405 W 0.0 TO MM 11.21 re' Thra,dt Bi-A Dl/ f s, Jw SM t 24 -ee tar/ JAert '0 11M�. 'O FACTOSIA-FR!NAOTACTON f er 4pri'At NyVrinl /efre/4tiee, .AN glh+if SAeN fA er1. C Ne re. SySirw ProlJe; Srr Sheets 25 f 2A SYSTEM 16 1 10 LAYOUT rr�t.ererw �b q .r0 .IPO /SO Soo \ ry� ••� Jra. 4'nrt _AWi q nn .s.. �r 15 .b es 2 —I—.-VAM I" •M M � f �. /�T23N. R. 5E. W. M. T hc •1 7 fM or ;?a,. SR 405 - _see Def�rsnw zr JYe MMe/y;,. Jw Note 2 •, - 7 � ,� � s � t ti Q7 _ r1 11 ,\ �\ X, '4% l ✓ q NIT . f1 SWEN NO, M ` y5?FN NC 75 So 2"'1 mpii mar [fitND � OTC: ' lam/ upyM NydreVM (with <ryme ye.f D.rerfren) 7 le wef/ewa To F+iafin9 Weter Mum Jupp"od /wd so Am MI 0.47 TO MP 11.71 ■ P-id�e Out/ef, Tyoe /. rwab//ed By Aenfon ilyfer De t df#fvL NOT[: p TUKM.'LLA TO FACTC41A-FEE MOTECTIOM B /e" Vetre CF WAax 2. P/oee NyAnewf At Fee of S". rceuar fore Jjw t dwrff!// Oehrh fer We,er E / /weA OM W n /N m/ Graf Inn W/w Om. Pipe,, See Sheet IB 'I [xere NJtor?Te A%oN Mdriwwm MteOion SrSTEM •:t -i LAY JUT :] Ris/^I S/emes< /n Nf. Fer Thruaf Oiert Dell',", See JAw Fm' TwrfY/e. (At Feef Of MN/If Iq .uphe/I Fer up'IN NydnN hroomafioq Joe • �'r"�' ^ Detail Jheef 7h For Weier Ss site• Prof7es See Jhoets 71,26 _•�' �" "� -uN n fuf � �wv M"M to 14 Erfend Ta Faht. G3 T.,,..r..+-^-"'^. _..,,. -. -._,•may �l - �.. \ - CMrkh b flMw Of _ iaa �•.. 1. ya F �:t Ou1M �nprl Aa 5 A# Rfl05 1 'r _' .' .• Claaa C '�� ^� 1. "--r-... _. -•-. ,T•+.a.. �� - .�+-•"--` �� C. i t�..'- .lay�7►#"��-._ / 4 SYSTEM NO. 11 r `�o •` -� r r SYSTEM NO- 13 SYSTEM .10. A --t sL :dss ' ffiENO /tom•` yr oaths +tem Jed oft.,;SANr 20 Upr.),Ft Hydienl /tailA ergrne Po.t dir ,t ) • Hr:d_" Ovtmf, Typr 1. 0 Nte Y ;" ay omens ifNEAIL AOTES� NOTf: • i /nch Onhr KNK ar/ftrt NA ww so,. Fo' f+t.wtvo t Bre!/rl/ AAai/s / Far S)sttm I Z flPsreo Pipe Detr:/{Set SMet 19 S4� MI 0-47 TO KV 11.11 Fa. W ter Prpe, Ser JMet IB p, Pl" /lldtank On Fr«we Stroa TUKWPA TO FACTONA-MR&FOOTECTCN e zv:• V.a1n A»<m 0:r wl.ad Lon ya Wa Eoa Y kkr, J'Mm. BIh.M ilerNni/ For TArast B/K! Lkir:ls, SN Shet1 2e ,j, Conntr}:on To Ei:rl,lly IYe}ermr:n Ja bed G :1ialy Jlen.eae low.. for //pryM Hydrant /nttiNat/sA 1lraten NNei Drpt PP I :n.ta//re �y SYSTEA 111i/15 LAYOUT Joe rA SAeet 'a Tos rva fe. SySlra /'raFi/r; Su Sh.eta 75/26 M W —Aenl eawn 's inot I - - /nN.n/ed ,n 9ysM fer f p / ", 'WmrerrN Cenr.eM Yr/f.". � '„e' Set h'c^e ! // ^ „�a�. ,• Q IND W art e'Di.Mr See /.. - - Jpteral prtnsie+•s / 4e r ��� e 4 ,. ` ♦ 1 .r cep, ♦ , 0. 1 1 f { I rr 44 1 ! I' See note E � , 405 b�.�ede 1 1LL srs�[w Na 9 ! WNW 1 1� 1 r "VWD AtlTf3: so ! 1 Lanwcf:ont Tt Exist Wofer Nl/n Je led Ynd i MI a17 EQ ow nm y flpryhf Nydnnf fug'• •+��nt pert d,red;en i. pW� 0 haft W/re ey ofhs: SY$TCM NO 6 Imfoned By Rewtin W , ?ept MWILA TO fA tO IRE ROEECflON 1 LLa Ob LNlht/YI Oa H/et, /re tnl,en Si! 20I2 AssoD/y M.M VtuN. I+M'l M+qG 2. Ghu NJdnnf Dtlere A.l.[nrtaf SYSTEM 649 UvoUt 0£N£t2L WES: Wa 1! 316 Dtfei/ Ow JFN' !8 .t+nnea w�w fer £Y[twftsn � BtekfiN De lo,ls fer IWto Fer 7hr.sf B/e[t Dt/a/I, Stt Shelf 24 Fer UFri,M Hydm" lwshrlYtron erewt Jet Jtfi:13Mrf rB Foe hole. Slsrem Pvf'Y", See SMeh 25126 I T 2 3 N. R.4 E . 'A'. ice . r � See Nor, — '. _ See Mote 2 } � \ .lee! YMn flier ReeO See SAer,er iit 40� 1 3� / SYSTEM NQ s SYSTEM Nfl 5 "m t Coer trow To EriJlrny Water Me,, JeAwied E /nttnr11d dy Rewtew Wrter L41 I. Plrre Hydrant below Abutment "it, .see Ott"I JAeet '8 LF6fND UP/.eht Hydrint fw,tft en,IM Pert d,r trsnl SR+w Av 0,47 TO w n.n 9 Gefr ✓r/ee ey CNAers TUKWIA TO FACTO".NRE IMTECTION ewewwe dlNERA( NOTES SVSTEN 415 LAVOUT eYe��.W fie.f•�e1 or lrrrwbon 114ek/i!I GeNils Fer Mda A'ipr, Jer sheet +9 Fer TArrrt pl.k Aefr.rt, See SAeef Ze For UplIN Hydre..r Iwrfelhetien See Der"IJAeef 18 �Arrvl N Ne1 MIS awn —� I 11 1 1 1 r c as adomw Aft , See Special Rewarar r' Ili. i. .._ ` r Na 11 1 T ,«,..� Irc i , pig i. aW_o_r JM Jym✓I PnwiywY � I' __ 1� $ee Nohl ill �� {. / 1' +- I----- 1w Sll�' tl [ I - , v 1 I. JVSTEw No. 3 SLA 20e8 3V5TEw ra z se aas l uorf: f Place Nydrenr Min 5'8al Guard Rail. LESEW� t. Teo E.istirty Wafer Al lQQe U 11Al Hydrant (.,o erm/iw fi l d,,l lanl a Safe Ye;re alllA fast now Yolve S... u a05 All 0-47 TO a011 TUKWIlA TO FACT011-Mt MOTECTOAI w wn. SYSTEM L il S i,AYOUT 6ENCRA[ MOTES: far E.w.eHen f Alo it / Detaih Fer _ At +w �_ will Jl ee SAeet 18 � �� •• fry TAresf ill Oath-; J-e JAwf 2w Mlr r we Fir ry0,ee/ dpry*o Mydre+rl InsfiA.iron Jw JAeet IB �sp.e m w1e • ` r _ n n i r ollarOm law MIN WIM 01111 ED NOME MIMEE SIGN SKCIFICATICNIS lr��i I ' ' 3. t V• �. •. s ,..., AMR-- ............... 011f1/IINniIII�s31111fH11011N�talH1%1111 1® CIIHIIIIIIlIu11�111N/III�N�iilllN�1llCl�lf� 311H1111111111103111191:N�100000�1�1 � �Itl® NIn11111/INIHCNIN/1ppCNIBf111pp1111©111� H�IINIflINIJd11NJ11NJ�H�C�IJ11�1�1911®� �, IIII11111N 311H�1311�IG30E�3�I�ill��t39I® • IilIN11111f1 '��11111111/1?ll IHIIIII.1111 11� • • �11111111111/II�IIIINI�III/1�111111�111111® /INN Ilflff111/11H1/1NINUNIH111niI :IINI�NIIIIII/IIIIfInf11llCffCn11n11f11® TAP E)Ii�TIM6 12'WAITR MAIM IINIIII fn111Hi1l1ppIINIIDINEHIIIIIIIIIPnt 9nn1111�111111f11 111f1111N111111np©1111�1 r7111l1iin/ 11111 I IIIIIINII IIIIIIIICIIIfTN �IIn11111 INIIIHfIH1111f11111n11� • ` Ci1Nf 111 IINI�� 111111 1�ppIIl® a 2IINI oil IINIl1 Imill sIN111® nn OIINIIIIIIHII iimli011D!lfil! N I® GATT VALVE 75�" DIAMETER 9nn1111111111111111H111101111111N111�1il1�GATE VALVE 6' DIAMETER mani1HlHf/IIICIIIIIIIHII WE VALVE a' DIAMETER INIIIIIIIII/1111® INNIIIIIIHIIIn111NN11111011/IHIIIn1111� • IIIHIIIIIIII�1lCNIINOIIIIIC/NCHIIIIIJmIII» 11/1111111 101lIINIIIInINN11/N INIII® �IINIIII�NICIIINI/IIIIiIHilillll�ililll� � e1111111111/I1111�eI1NGiGI1GIG11rHIG11C101111�1 CIININIIIIIIIIIHIIHIIIIIIIIIf�II=INIIIIII�C'�.*3'�i� GNNHIN/NNII/N�/IIIIIIIIIIIIC! 111/11111� �11HNI11111NIN11 Ni1111111111G 1N1 Nill� ailuiiiiiiuniiiifmwiiiiiil1MINIMU i� s1Niwnnlitiilimeiiaeivaimiluli�ai�eciloi� �n�i11nluiu=uiSaoH©ia�ia�iul��o©�ooiei��® • 9lfnfn11111N1"�JaEJlf»e�©mn�leo�e©©af�tl� _ 9filflllfliilNf®QIIfHllfffl�ll��IIIIIIf11111® rn Iffllnlllfnf111_lllNllllllifflHNfl11 1111 IIIINII�IIIINN f11N11N111�H1i1111l1�11 IIINflflf III1n11111111H11u1111uIfl1/n1I111i iiiiiimmiil 11H1111i��11111 11NN111�1�1�� I� 11111�111�111 cif INII11 IIfni lininilt= ` 1111111 11111 111111� =nIN111111� Ilifpp111lIIII/IIIlulllfu 111111n uIn/IINI 1111111NI II III Ig111�11111111 n11111111 ilplll l t� IN11111H111 11 uiiiii �il 11IIIIIl1/1IImIIIIlluII IIIII/IINIIIif1111 40 Iifillin 11/II IIIIIIII/1111/111111 11111 inn n11�Inn 111 1 In1111H11 f11111 11� C • r ppr ii' � I i6 { i. o i I INTRODUCTION The fo.loving amendments and special provisions included herein shall be used in co— Junction with the standard specifications of the Department of Highways, adopted in Me) , 19T2. AMENDM,gro TO THE, STANDARD SPECIFICATIONS The hcreinaft- , i•x. aine,' amendments to the standard sno-iflcatlons are hereby made a part or this contract and supersede any conflicting tsiuns of the standard specifications. For informational purposes, the da! ,ring each title of the amendments indicates the implementation dat^ of the amc.,dment or the latest date of revision. SECTION 1-02, BID PROCEDURES AND CONDITIONS (May 21, 1973) Bon-Collusion Certificate - Section 1-02.8 of the standard specifications shall be revised to read as follows: Unitea States Cole, Title 23, Section 112 (c), requires, as a erudition pre- cedent to approval by the Secretary of Transportation of the contract for this work, that there be filed n sworn statemer. executed by, or on behalf of, the person, firm, association, or corporation to them such contract is to be awarded, certifying that such Ferson, firm, association, or corporation has not, either directly or Indirectly. entered into any agvoement, participated in any collu- lil aion, or otherwise taken any action in restralnt of free competitive bidding is cornection vltt such contract. This sworn statement shall be in the form of an affidavit executeO and sworn to by the successful bidder before a person who is auth,rized by the Lava of this ' State to adminlrter oaths. The original of such sworn statement ahall be filed wil:h the State highway department prior to the award of the contract. ,:, • The Non-Collusion Certificate vi_1 to a part of the bid proposal on th,,me projects where it is required. By signing his proposal, the bidder vill be demand to havo signed and agreed to the provisions of the Non-Collusion Cer- tificate. 01,11"All- Iasi F SR 405 Tukwila to Factoria - *Denotes GSP Fire Protection -1- AMPS f �I 1 r. . Page DISINFECTION AND FLUSHING . . . . . . . . . . . . . . . . . . . . . . 53 PEMOVAL AND REPLACEMENT OF EXISTING APPURTENAMCFS . . . . . . . . . . . . . . 57 REMOVE AND RESET CHA..N LINK FENCE . . . . . . . . . . . . . . . . . . . . . . 57 ACCESS GATES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 58 WEAK LIAK LOCKING DEVICE . . . . . . . . . . . . . . . . . . . . . . . . . . . 59 REMOVE AND REPLACE EXISTING LANDSCAPINS . . . . . . . . . . . . . . . . . . . 60 HYDRANT MARKER SIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 64 EROSION CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 65 COV0 ROCK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 68 REMOVE AND REPLAC: CONCRETE SLOPE PROTECTION . . . . . . . . . . . . . . . . . 68 STANDARD F AS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 69 lf's SR 405 Rukwila to Fac:orla - Fire Protection -D- t w t y {r Page MEASUREMENT VERIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . 36 is JACKING OR BORING STEEL PIPE . . . . . . . . . . . . . . . . . . . . 36 GATE VALVES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 37 1 INCH DRAIN VALVE ASSEMBLY . . . . . . . . . . . . . . . . . . . . . . . . . 3P CAST IRON VALVE BOXES . . . . . . . . . . . . . . . . . . . . . . . . . . . 39 DOUBLE CHECK VALVE BACKFLOa PREVENTION ASSEMBLIES . . . . . . . . . . . . . . 40 REINFORCED CONCRETE VAULTS . . . . . . . . . . . . . . . . . . . . . . . . . . 40 POLYSTYR."E . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 41 UPRIGHT HYDRANTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 41 HYDRANT EXTENSIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 45 BRIDGE OUTLET TYPE 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . 46 2 1/2 INCH OUTLET SYSTEM . . . . . . . . . . . . . . . . . . . . . . . . . . . 46 2 1/2 INCH DRAIN ASSEMBLY . . . . . . . . . . . . . . . . . . . . . . . . . . 47 MOLDED RUBBER CAPS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 48 GROUT FOR BRIDGE OUTLET TYPE I . . . . . . . . . . . . . . . . . . . . . . . . 48 ANCHOR BOLTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 48 RISING SIAMESE INLETS . . . . . . . . . . . . . . . . . . . . . . . . . . . h8 MOMENT RESISTANT HANGERS . . . . . . . . . . . . . . . . . . . . . . . . . . . 49 PAINTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 50 HYDROSTATIC TEST . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 51 SR 405 Tukwila to Factorla - Fire Prctectlon -C- ,'v Page CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT* . . . . . . . . . . . . 25 REQUIRED FEDE.AL AID PROVISIONS* . . . . . . . . . . . . . . . . . . . . . . . 26 e f I ME FOR COMPLET I 4 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26 CONTROL OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26 LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26 WASTE SITE FOR EXCESS MATERIALS AND DEBRIS* . . . . . . . . . . . . . . . . . 27 SOURCE OF MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 MAULING ON ^THER THAN STATE HIGHWAYS* . . . . . . . . . . . . . . . . . . . . 27 UTILITIES AND SIMILAR FACILITIES . . . . . . . . . . . . . . . . . . . . . . 28 TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 STnEET AND SIDEWALK CLEANING . . . . . . . . . . . . . . . . . . . . . . . . . 29 BEDDING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 STkUC1URE EXCAVATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 DUCTILE IRON WATER PIPE . . . . . . . . . . . . . . . . . . . . . . . . . . . 32 THRUST BLOCKS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 SCHEDULE 40 STEEL PIPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 GALVANIZED IRON PIPE I INCH DIAMETER . . . . . . . . . . . . . . . . . . . . . 34 TAPPING EXISTING WATER MAINS . . . . . . . . . . . . . . . . . . . . . . . . . 34 CONNECTING TO EXISTING WATER MAINS (BY CONTRACTOR) . . . . . . . . . . . . . . 35 CONNECTING TO EXISTING MAINS (BY OTHERS) . . . . . . . . . . . . . . . . . . . 35 SR 405 Tukwila to Factoria - Fire Protection -B- 1b y �a INDEX TO PROJECT PROVISIONS 'age INTRODUCTION I AMENDMENTS TO THE STANDARD SPECIFICATIONS SECTION 1-02, Bit PROCEDURES AND CONDITIONS . . . . . . . . . . . . . . . . . i SECTION 1-03, AWARD AND EXECUTION OF CONTRACT . . . . . . . . . . . . . 2 SECTION 1-06, CONTROL OF MATERIALS . . . . . . . . . . . . . . . . . . . . . . 2 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES . . . . . . . . . . . . . . 3 SECTION 3-03, SITE RECLAMATION . . . . . . . . . . . . . . . . . . . . . . . . 18 SECTION 5-04, ASPHALT CONCRETE PAVEMENT . . . . . . . . . . . . . . . . . . . 21 SECTION 9-08, PAINTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 SECTION 9-13, P.IPRAP AND SLOPE PROTECTION . . . . . . . . . . . . . . . . . . 22 SECTION 9-14, EROSION CONTROL AND FOADSIDE PLANTING . . . . . . . . . . . . . 22 SPECIAL PROVISIONS DATE OF OPENING BIDS* . . . . . . . . . . . . . . . . . o . . . . . . . . 23 DESCRIPTION OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 OTHER CONTRACTS OR OTHER WORK . . . . . . . . . . . . . . . . . . . . . . . . 24 FUNDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 STATE SALES TAX* . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 WAGE RATES* . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 CERTIFICATION OF NONSEGREGATED FACILITIES^ . . . . . . . . . . . . . . . . . . 25 SR 405 *Denotes GSP Tukwila to Factorla - Fire Protection -A- a A. R.C.Schuttie SR 405 MP 0.47 TO MP 11.21 TUKWILA TO FACTORIA — FIRE PROTECTION WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS OLYM►IA WASHINGTON MAP OF STATE HIGHWAYS KING COUNTY �R P,oposad Improvament Shop.., in Red ! �� n N KIRKIAND n �pL s o Grp e RE omomoo HOUGHTON + I, I SIR d r Z 6 5SR µ H N \`D I S zs zA Ail1 F BELLE V U9 � Boy > j 01 L O I e W s P LY U. T + — Z EA c I I ,. Z cf — +t N so Ias ..� .J a Ip iR i • X IM. s) RE N N�O Ipp61 11 - ..—�_ IEl I a --� 1 F sit S rV,lr —. ( 'stew aN o Ili. �� , �W/C a -wsrAls. — Ri. to sl i N 7 _ 7 a C4pAw !O I ii - !E ¢� ri 26 W T !� 1 a• A n! sa !a !, !! i R4E RR-f E WASHINGTON STATE HIGHWAY COMMISSION DEPARfAENT OF HIGHWAYS � OLYMPIA, WASHINGTON 98504 is jr 5R 405 Tukwila to Factoria - Fire Protection Ring County NOTICE TO ALL PLAN HOLDERS The office of the Project Engineer assigned to show this project to prospective bidders is located at 3104 - 124th S.E. - Bellevue, Washington telephone 455-P 42 G. H. ANDREWS Director o� Highways SR 405 Tukwila to Factoria - Fire Protection -*Revised May 16, 1973 1 eMrD l -_ a.+r A►r.irl.a r— - -- I I I I I Pe � I ZIh•Vert A.y! i'r Clrrf IdY1� I 1 .I 'r/W'Nrr/ AEI►R I ,' —6iM1 Kra} � M1 ✓i/ti ' / // 3j ' Nnr/r P 2r'h'lkrr A*►A: I .. L Ahop �• 27i!' Yer7 A k M — 22b Nn/r AyAt N: / , r - i e aI fi g but / R 1 Anqk d e Nor¢ v gPt _ - ---� �� � � � �y�•iir,r ee z mYnr�r � j I.. 96;1�• Vt.l IAn�le 7t ^r i ^^F I t I r . ..._.. -__. ; IPh' I .- r7./I e6' . Azyd trnt 00 N ' 5e4 kn An9k Pr I_--�. b--� .._. /�":•Nnr/r f ZP9 Yert f.oyy¢ V _ r �- ntn Ary -p---t i ; !L n'/� v..r Rngi� or r a ♦5i Hvzlt Anglc If. lJ.r 6'tyre-. I a.{t' Yen AVIz At, '� \ PI%e YerY Aylr p i V !S' VIA. yyY M ___ �+ �, e'e:4'Ni.•Ar l !3*i'yrrt Aykp ', A" t» t f I 45' Hail Reglc Pt. ' — HydwW i . - I— +M tnv zs'•eoar a � 22 Y1 Hord Rngle h AS' a Hfle pt 4 •' I Xt I _t I I - . -- I t of _I ! - ��� _ io - I r--� � r R AV MOr,c A Y— --f }- + — — I I � ti , It Fria I , �' tn.rt X1• MoruAyk,? xx4 �Mcy.An} I o I ', - Yo r•c.:. An ,. C Fr. Y)W'Ys.(Anil. Ct. I •�,,rcoa.'�opt RMact,on '. Aw. Pi Mve rant -- I IN it ti ® I i O r to _ oil, K f I NoIR: (/1 Ad dAKta iSl//M pwrd .7..nN wdrl••-dl.Fa� B/oc.:nyy Jo-JJh•-SiAk'-Ri' Lioci�ny -�•\ It! .Y. N.ctr ... MN I•Jan!. wIA MAK1w wrL. H• PK l/N�IIIS'-iO•-Is'( A YWrhrl/Ben6 �tr L.� _._.y • \F W AlJ AYrp FMn M Clnrnh rYKF C luvl jt 41 /FYnwlr: 1M }.NMCAr Iry A4Ahh Hw.r./, '[M 1j+A+;t ti,.lb la. F�`e �' 1 r .rY!/MS adl�n hw M KwN Yxl Nr ..1r. rwMnFrl,ien J\•r••+.i �11$^ �ti t� i 1 tJr r [or-ryn.,• •A.,y,.�,rod••�...n ...rl.; [b.r.h ,,w....r i` �E 3� q C C�1 A•r.WRV Ooe JNI:A. Jun ! .f.:ter. y � � p� -i ! ' (U Bs. . .•,n:.Mw r! ;'i r..1:c Chu C Lirnh ar �.+, L rrNI a 122 11 w.Saab! Anrds M Ul. A Af,'. M 8f a 6t } is fi' Pi ,+t. I I �7Y'Pr RadF 1 r 4i =Z � 4 a r✓ . Tlr✓R � >; �—)N•J/AMA.7i�.'Y� d r Lded 49.* I!/ACa✓4.0 ' •4•ff L rNf � V �••t.� Lesas. 1 A Cu. rt! THRL�BiOCKSVERTIC/ d "JV Y SOS Mr 0.47 TO MP 11,21 TYK,5KS HORIZONTAL BENDS T orvftR TO PACTOALA-FWI P*OTEClnoM ANIR Lonln NOR'ZONT!♦t l VERTICAL BEND THRUST BLOCKS �urnr fW ry.e�w•. SAP l KIM tNw 24 026 Atw R Of v./rer0itrfAV Ayre 6,4"-A+ SECTION C-C _ I f Set n"! , i i �.— _ / \ / \ ffj�.\\ s�. t'fi.• � Atr.,. r.Mr.h Wulte Pe. fun. sa+Nrn � � �♦I � 1 I � YI Sar.iisse ec -r + , -- iN I I I r . +'A" Wa C)rrl.ga BO W" If rrt WMu N . WMn av-1B 4. 'd. hr V1) —7 PLAN PLAN Y s'-q- Y i ,►'-4- Y et/rir tA:.ra--um�7F'—w 1 h� �' I O it ..�.-�.. r-//Mf/dwY 1M. ♦-/MRI/6.II iM 1 C; s cti vat.. 1 ' ,I I p•` ` • !' N- y �f p^ I 104 ' - !• /f•._. ►Fr N• 1 1 • - I til � 'i'DTMI •I I Ii � �� F a s � ' x i# i (�! w,N w.r � lw,tl.st../ f+w JAw 1 0 C 6la. C+I/AWIt EL EYATION 9�"� SECTION A-A ENO ELEVATION SECTpN B-B Design SDecifito Eton+: QN/6LE Cf/ECA' 1WC/E` QIL�%'-"n' �f�NTA:i1' A.VE/Y6C✓ Dart :arNh yeyyil(,. JN N r 3o 4w hC O.�7 TO M►11L11 Yau/f -777 Bi TUKVALA TO FACMAIA-TAlt/MOTicnom I T o ". TL P IS7 r mrswr I lVeh iatCAST CONC%%' VAULT AND Aranrr0bJ Yao/f 5 75-L.4 1 L TAr OOYCM CMVk N/we &mf SArll CNtCK VN,Vt "rA is Hi9nuay Loaatny .H10 Be /11tattr0 M A HerrroNfIl Zn Sii+e Dimension, 4"2 . 6-6 .4 0' =ra.. tail. AUCAJT CO.KAETE VAULT —..Arnr e• .» �a 10 I r,as 1-•M ulwAl at• ei •C Y O 1b S 6reu4 y^,% $N Mr mo-: ,.e Gate Cbvr G�,o.,S w in£,sru,n„w.n�wler) �SM,on a e TA;a SAeef ' pavyN/-om Jo,n+, JJ— •`mil `--Ori ginar Ground �'• \ S•,d Beddinq c • .1 • i I Bohan Of D,fth—' '. Gla Or P y Cenc•fa DRU PWq- a! (Palr To d.I=.d in - — Rrn•ees Fw•s'.rt E.cav Clays B")i / Section D-D NOh ' •a r•i // Gowpect' Dr Crnfwh UMe. c,pe Se Then If ;wh Ca+t• vvh 1gMn . . - • l i \ ' //// �: Is Ca at TM Pi" •na Se am Of Ditch 1 Z/ m w:, I i Sae Af* I •,,.,rr 1 t 1 � '. � 'lbrit.Dlhh tenth CAc System 15 Ditch Pluq PLAN DIEM! i Jac lion A-A MLYE Vern CA✓E 4rCD{'E.4 Aaf.. 1 /. AYmfwnay jr" Not t~-rd ny TM 5,or PofM Eetshnq Gmnro Or LwAra ! Lawry JAo/l iNi fA G /im A JalfebAa Pi,wf Te iranron Cost Iron Mo/drd gaAAn, Cip Vahs Bo— AYw- f*- t eAgi.,•wrw F►wpr ' 6M•l N.M L/auwr✓CYAY.W.w4 T ! •` ��-� \ DPentiry Nut h �1Fm �TF . '• ••,, _ .I ._; I � '� �l Trunk Un• •, � it _ _ — — it• w • ••.. DETAIL 2%INCH DRAIN VALVE ASSEMBLY WITH CAS' IPON VA, 'r BOX ,, per. �a�:-•- Jw ntfr / • li k 40e q/0 ey 1111 • • :'� —_- I iUR1Y1{A i0 FRGTOIU- ,FlO1ECggM auw tawrtf fiw" L'piL'YMY enrt,Sw+k An•'Mk w.k.w VALY! ST[F1 CAY I GOVfII Aa.D B104 t',arlO Carly N.pf A! M.M Ab..gw OrT VALVE,r CKOWII DETAIL% •L.� waw,e.„•n+w.,ar�e�JECT/ON E-B _ TYP/CAL ✓ECTAaN � LETTErP � ••� Q.P/DGE OUTLET TYPE 1 (J}Y Kau.nr r/ !'aua f.>wr a"Ar.Wpv F4*+ q-U +Aryl r.wn it 1 —s-.J .�• ,�,..�...�.+ ryy Le'd wmno. nar nI /rN 4 ! t � '[ � BUIs(iw•A EMtrE3utll, rfft** ?. Tr • wt SiFcrlo# TYK A Z.dvxn lAvad — - A4ufIAd.,1 JMrNI V.7y AlgAlry.r(Bvmc:4njT{ r Nos 59i" -r --- ---i ' " 4 ��"���,•r Assnil./ '� ADJUSTABIE SWIVEL PIPE ROIL "4IVG£R 1 (At tNiol NOTE JAf Mire Jv.rd rytN�7 bryp .fv+ u}N engsy TYPE B ,.f>'r 4Nrrrhrr .w an: -...cc r.M AJ�M Wl.rn�/,w A-/33. See Snag/O.>r:gwg rr ee s.Yy DETAIL MOMENT RESISTANT HANGER sit 4m AV 0.47 TO[4 11.21 a r> Aw TWWILA TO FACTORIA-POE MOT[CW M If Y A✓ MApltrq INS ti�C0 YI. ,w/Ar qw.. A' A Cow l y+/r In AW CrwNarM r�.rt. L Aerrl . tln. 1M IY�d { Y MN tr+r Ar Aiw .-. rr�N+.v. AN..6wF r AAv , HANGER fl[TAII) 4 1-4 :. Crr.Mr Jr ww tlw p.. . ♦ ' t AW Jw+Y /r11 r..A a..v v fy.++!Apvgw /�wa.rrr SAO^, M/•N rnw.rr r errw{ hp. CMYS .CV Et .yY JM1I.7M r,Y I AY. M/I M1M twI �.w �A�MYN/V ly1IN i+bw N f t Y.n. NeN J,N Ae A/,M f.✓ rYN✓.•f-..F —'_ ••• � •,_