Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WTR2700394
INTERSECTION' SPRINGBRGGK RD. - S 43RD STREET tti`-394 DiOrio Construction Co. 2821 Sa'f 200rh GENERAL CONTRACTOR SMtNs,Wuh. 48 1!B TR 94225 City IIngineere 8/B/73 City Hall Rentun. MaohijWtun Rei Extra *irk on U.A.B. project 8-1-1A2 1 24" r 6" M.J. by flange 600.00 509 6" pipe 7.00 ft. 350.00 1 24" X :," M.J. by flange Tee 600.00 4" pipe 6.00 ft. 7Carl A. DIOM MEMORANDUM Date 3/16/11 Tot Mr, Warren Gonnason, Public Wo. s Director N tromp De' Mead, City Clerk subjects C.A.G. 026-73. q.W. 43rd Waterwair,. We forward herewith S fy�}y executed Lont.ract Duwweuts, one for your fills and �Eto he transmitted to the Contrartor, DiOrio Construction, Inc. e ea tty er CM:vl Y City of Renton, Utility Dept, PRESSURE TEST FORM Water Project Nam► of Project This test was taken by - on At a pressure of PSI , for minutes. The test "Failed" on "►assed" on Cowlatrtta: l � , t 1 �► 4 10. The required "PRESSURE TEST" has been taken by At a preswre of -PSI , for __ minutes, on The test: Failed , Passed (✓. Comments d 11 . The required "PURI / TEST' has been taken by 0n Date of Reply Failed (( Passed Comments 12. Is there an Easement required? _ If to, give dates for: Preliminary Submitted Aecordad And Recurded Number - 13. This Project included LF of watermaln And Gate Valves Gate Valves Gate Val-es and Gate Valves, And all miscellaneous accessories for a total value of S_ Also, Size _ Make type Fire Hydrants for a r- total value of $ 14. The transfer or "Rill of Sale" is in; Preliminary t Submitted :3scorded form.The recorded number 15. This project information was sent to the Utility Dept. for recording on and taken Into "plant" on 16. What drarvings does the Water Shop have on File. s Preliminary �_ At-built b. ketY' „ E Form Completed on , City of Renton Utility Department ProiecL Form F I . Water Project M , 1 Date Projec* S. �en 2. Project Description and location / 7 fC 3. Developer's Name (If City check Address Phone N Engineer's Name `.�� U (If City check ) . . A (dress _ Phone N Contractor's Name _ �, C!" (If City check ) 1 Address Phone F 4, Is there an ACTIVE Late-Comers Agreement in the project area? jr 'If so, give File Name Recording Date And Number 5. The Utility Department Work Order Numbers on this project are as follows: 6. What plans have been submitted? Preliminary As-Built 7, Ntls an Estimate been Prepared for Project LIf so, give Date Prepared And Total Amount of Estimate 8. Is there to be a Late-Comers Agreement on this project If so, give dates for: Preliminary Submitted Recorded ' and Recorded Number 9• Date of "Start of Construction" Date of "Completion" t 15� BEGINNING OF FILE FILE TITLE W - 3FILE TITLE - 9� S H t4 t ay k 1 VVii. w*M 1.s11 4� air.. ,n 1 I j i ( . ) August 9, 1973 1. v Mr. Carl A. D1Orio DIOrio Cooatructim Co., Inc. 2821 S. 200th .,. Seatt7e, WA 93148 1` c' Subject: Change Order 91 and 02, dater Project 394, OAH Frojeot 9-1-1C2(22), Fpringbrook Road and S. 4.1rd St. Rot: your Latter dated August 6, 1973 Dear Mr. DSOrio• This in to confirm too extra w.,rk. r�x4alred on the subjnc t )-.1..')ect. We hereby authorize the purchase and installation of the following addi- tional items priced in your letter of 'ugust 8, 19731 Change Order 81 (Additi.xnal hydrant assmbly off of the 24" water main) 24"x6" C.I. Teo (t 'L) - additional ., 600.00 45 LF of 6" C.I. Pipe ® $7.00/ft - additional 315.00 Hydrant Aesanbly - per bid 723.00 $1,640.00 5.3% Sales Tax 36.92 TOTAL $1,726.92 Charge Order 02 (New 4" Service Main) 24"x4" C.I. Too (MJxFL) - additional 6 600.00 4" Cate Valve (MxP(J) - jar bid 140.00 47 LF of 4" C.I. Pipe 0 56.00/ft - additiunal 282.00 $1,062.00 5.3% Sales Tax 56.29 TOTAL $1,118.29 fie sMitJoW resk Lf to be done for the Cer.Co/0..a Managdoont Co. very truly yours, {'rarr.m C. Connaacn, P.C. Public Works Director A901p ap A \ i r PUBLIC wOR1rS CONTRACTS - LIM FOR EXCISE TAXES -- FINAL PAYM fT RC41 60.28.00 (sec. h chap. 236, Laws of 1955) The amount of all taxes, in- creases and penalties due or to become due under Title 62, RC.N from a contractor or his successors or assignees with respect to a public; i-sprovement contract where- on the contract price is five thousand dollars or more shall be a lien prior to all other liens upon the amount of the retained percentage withheld by the dis- bursing officer under such contract, and the amount of all other taxes, increases and penalties due and owing from the contractor shall be a lien upon the 'balance of ditch retained percentage remaining in the possession of the disburaing officer after all other statutory lien cinims have beun }Iid. RN 60.29. C50 (sec. 5 chap. 236, Laws of 1955) Upon final acceptancc of a contract, the state, county or other municipal officer charged with the duty of disbursing or authorizing disbursement or payment of such contracts shall forth- with notify the Tax Commission of the completion of said contract. Such officer shall not make any payment from the retained percentage fund to any person, until he has receive( from '..e Tax Commission a certificate that ell taxes, increases, and penalties due from the contractor, and all taxea due and to become due with respect to such contract t&:re been paid in full or that they are, in the commissfon'e opinion, readily collectible without recourse to the state's lien on the retained percentage. Rai 60.20.060 (sec. 6 chap. 236, Lacs of 1955) If within thirty days after receipt of notice by the Tax Commission of the completion of the contract, the amount of all taxes, increases and penalties due from the contractor or any of his successors or assignece or to become due with respect to such contract have not been paid, the Tax Commission may certify to the disbursing officer the amount of all taxes, increases and penalties due from the contractor, together with the amount of all taxes due and to become due witY respect to the contract and may request payment thereof to the Tax Commission in accordance with the priority provided h7 this chapter. The disbursing officer shall within ten days after receipt of such certificate anc: request : ay to the Tax Commission •'�d amount of all taxes, increases and penalties certified to be due or to become due with respect to the particular contract, and, after payment of all cleims which by statute are a lien upon the retained percentage withheld by the disbursing officer, shall pay to the Ta:- Comaission the balance, if any, or so much thereof as shall -,e necessary to satisfy the claim of the Tax Commission for the balance of all taxes, increases or penalties shown to be due by the certificate of the Tax Commission. if the contractor owes no taxes Imposed pursuant to Title 62, :,W, the T'x Commission shall so certify -_ to the disbursing officer. A -71 FL 325 026-73 Rev. lo/i4/70 Contract No. C.A.O. NOTI' E OF COMPLETION OF PUBLIC WORKS CONTRACT To: Excise Tax Division Date: t*ptambav 11, 197) Audit Section Tax Consdasion Olympia, WashiWon Do Not Use ft.aa; Assigned to. city of wr:e atale5ral Sift. Date Assigned: we r;.1 Aw. a. Rogue, MA 9e055 P.W.C. Numbers Date: (-,entlemen: Notice is hereby given relative to the GQMP1Gt1sn of Ganu'ast or P"Jwt described below: Description of ;ontract ►aMx Main adiustataet awe ealeeaLIee h,. e1rl St. UAa )toyeee +1-1-102(32) at 9y61800ei ADO .ontractoris Name : DICILD Cfeatsvetlna Co., taai. Contractor'- Address 15'1 L. W3th, }+eattle, 4d1. L 14.1 Date Work ,.ommenced ?alp s'J, 1973 Date Work -oMleted : Aeeaat lo, 1"I Late Work Accepted: =,,,,w1.s 10, 1973 Surety or Bonding Company at. Leal N.te a Mast:e taeareave Co. Agent's Address : .1es aeao.ft Cn., 1o05 S. Any at.. ,eattle, NA ea102 "on -act Amount M 3S2.OG Amount Di.ebureed 5111049.37 Additions too.it Amount Retained 5.255.02 Sales iax 2,795.16 Total S5,335.3e Total 55Ass.sf BY Disbursing Officer - Finanre Director THREE COPIES OF THIS NOTICE MUST BE COMPLETED BY THE DISBUASIM OFFICER AND NAILED TO THE DEPARTMENT OF REVENUE AT OLYMPIA, WASHINGTON RlKZDIATELY AFTER A:CEFTANCE OF THE WORK DONE UNDER. THIS CONTRACT. NO pA7HEpPg "':TALL AE MADE FROM RETAINED FUND UNTILCE OF SAID A , CERTIFICATE. 1 w 1 a i DATE Aug"Al 31, 1913 TO: GWEN MARSHALL, FINANCE DIRECTOR FROM: WARREN C. GONNASON, DIRECTOR OF PUBI.Ic WCRKs 1st and r^UBJECT: Estimate NO.Fina7 Contract No. CAG 026-73 Project: S. 43rd SL. W. 4?d/S. 180th) + --------------------------------------------------------------------------------- Submitted herewith and recommended for payment is Estimate No. 1st and 7'_nal for work performed by U'Orio Con;tr cti n Inc. Amount previously paid Contractor S 0 _ Amount pre••iuusly retained Amount retained this estimate $ 5,255.02 _ (to be allo^_ated from the following accounts:) UAB 302/541./33/(3 ( 41 ) $ 4,41_,c•_':—_ FT 301/S41/33/63 _ ( 41 ) $ 4v's.r,s Water Maint. 401/534/32,'64 ( ) $_Z70.20 _ Amount Due Contractor This Estimate $_>�',�'3it•3% __ GRAND TOTAL $ 5S,335.39 The amount due the Contractor this F,stunate is $ 5n,O rU.3% which is to be paid from the following accounts: L'AS 302/541/33/63 ( 41 ) $ 42,'i54.23 ET 301/541/33/63 ( 41 ) $ 4,750.54 Water Maint._ 401/534/32/64 ( ) $ 2,575.0n CHARTER 116, LAWS OF 1963 CITY OF RENTON CERTIFICATION I. INt UNDt ASIANIO Do NIAte♦ 'fat", UNDIN IT .attNtl UR.iHNID. Till LI""Iu '"Not"" OLN.nf `•a Do PLNIONYID Na DtSV+'DID Nt NtIN.AMO IHAI fNL CLAIM Il A IVST. LUt ,I,D UNPAID OaI,4NI,01 LOA..St INL C,t♦ 01 11INtON. 140 INA1 1 aY A...Dade, 10 AYiMLNTICAIL A'D C9STIlT to $AID CLAIM. VLipW SIDNt D• � 1 Iw NiH e.0 .. .. ,..� S � y y f R P� J i...l! !Y •I. W �: �-i fi ;�e i �t �.. •� r', ° � ° � 1 ..F a, N r4� wy�._. `s ..... a _ JI � �'t i d I �r1 �.� i r 1 r . t, y��__. Y I{ ....i. 4 -5:...:fi�.`�,- x ..Y'..:5 .4- -'a.::'Y. __ a_'::...' 1 1.:_ _ ' ��.�.. ..i.. _.�.. .S� 4 S i.::�.a: 3^'�.": ? i +. { f ._ t I # 11r ir$ ♦. r .. .. ' .. .. 1 �� � __ A 1 _. _ ._. y._.� .. . Ir .. ! .... I .. } ; M . _ . _ . , . � - i. � .. �-- .� �.. 1 � � r— r . � —_ , — - t } ,. _ - � � r � . 1 - � � r . . �Y � � I � �s..,��.:� arms,=y. �.,mn.�. a,xtr� -�-. f —__.. � u � -c �. o,k.�_ � v�+�, - r }, � � � { . {--�} � � I _ , j , i _ ., i r�_ _ � —�+�--T--'- �. .�,�_ � , I � ,� - - i 9 f , t v i � e1 i . .vav c#.aaYs.i�e�� �.r vna y 1 - .. I � {� � � � r } � .. I i . t I r ; .. . 1.3., ,a..� � , Spa 1 Ixw lylHN1 r«�4151la�tuan � � .� ' w u u c w Cn Cs+ N W V 6 a H r � m 5 1 1 f 1 r I{p_ i ({{ a s r � R y M• �� WlllleM C gBeas^ DANIFI 1 EVANS SIATF Ol WASNINO'ON hL DEPARTMENT OF LABOR AND INDUSTRIES General Administration Building .L. OLYMPIA 9BSO4 li --- __Mgwi. soli. —on"110 DIVISION or Iuais*.IAL IMstnuSma NOnrember 26. 1973 To WHOM IT MAY CONCERN: Re: U.A.S. Project 8-1-102 (22) S Gentlemen: This is to certify that DiOrio Construction Cn., Inc., 7265 2nd Avenue South, Seattle, Washington 98108, Firm No. 282,387 has made payroll report and paid premiums d.:e the Accident and Medical Aid funds of the Department of Labor and Industries covering water stain construction in Renton. Very truly your&, W. E. Greniei ,I Chief, Underwriting SectiOC ast ,woe PUBLIC CATY OF RudTON 4 o I j 4 rs DATB_ 'IO; (,,WEN MAI.SNALL, FINANCE DIRErfOR FROM: WARREN C. GONNASON, DIRECTOR OP PUNIJC WM= SUBJECT: Estimate No. contract Ib. CAG Project:_ SMIf'A'AM. Submitted herewith and rac®eTTded for payment 1e estimate No._ )` for work performed by Li G2�o (!" 't ' - Amount previously paid Contractor S c, Amo.•.rt previously retained $ Amount retained this estimate S- (to be allocated from the foll,ming aacowts:) / i 3o2.Sy/.33. 63 �!L//� g 1 30/ , Syc/. 33. (03 *4 $ ?6 Amowt Due Contractor This Estimate GRAND TOTAL. l: Tie amount due the Contractor this Estimate is $ 5G vi.ich is to be paid from the following accowts: 3o2.Sy/.33.63 (411) 42 754. `435 5 p.. T 301. ryl,. 33. 603 4, 7W. U;, ( ) z sag 00 5 CHARTER 116, tAWb Of 19bn CITY OF RENTON CERTIFICATION t TMr OMDINSISN 0 DO MIDNr CIATIIT UwDrx /I.1IT1 Of IUIUIv, TXIT 1Ml M.TMAIa Mlv, Clark IVp,l,M1O. TXI $&*,,at$OIMDIDID ON 1nl CANDII ran Oa MaD 1,I Dlac nHD MIIIIM.An*'"Al TMl CLAIM ,a I IUaT. OUl .MO UMIAIO Oh:O ATIO'l i01IMOMiIf Cl To 1T+UTHINT C1f[ 1Mo G[007"T To SAID CIIIN. VLIP W 81OYT D: PJBLI:. VOYK> CONTRACTS - LIEN FOR EXCISE TAY*= -- FINAL PAYMENT RCW 60.28.G40 (sec. 4 chap. 236, Law; of 1955) The amount of all taxes, in- creases and penalties due or to become due under Title 82, RCW from a contractor or his successors or assignees with respect to a Vublic improvement contract where- in the contract price is five thousand dollars or more shall be a lier. prior to all other liens upon the amount of the retained percentage withheld by the dis- bursing officer under such contract, and the amount of all other taxes, increases and penalties due and awing from the contractor shall be a lien upon the balance of such retained percentage remaining in the possession of the dis`:ursinv officer after all other statutory lien claims have i,ewn paid. my 60.21i. C50 (sec. 5 chap. 236, Laws of 1955) Upon final acceptance of a contract, t'.e state, county or other municipal officer charged with the duty of disbursing or authorizing disburemnent or payment of such contracts shall forth- with no.ifty the Tax Commission of the completion of said contract. Such officer rhall not make any payment from the retained percentage fund to any person, until he has received from the Tax Commission a certificate that all taxes, increases, and peralties due from the contractor, and all taxed due and to become due with respect to such contract have been paid in full or that they are, in the commission's opinion, readily collectible without recourse to the states lien on the retained percentage. RCV 60.28.060 (sec. 6 chap. 236, L+na of 1955) If within thirty days after receipt of notice by the Tat Commission of the completion of the contract, the t amount of all taxes, increases and penalties due from the contractor or any of his successors or assignees or to become due with respect to such contract have not been paid, the Tax Commission may certify to the disbursing officer the amount of all taxes, increased and penalties due from the contractor, together with the amount of all taxes due and to become due with respect to the contract and may request payment thereof to the Tax Commission in accordance with the priority provided by We chapter. The disbursing officer shall within ten days after receipt of such csrtifSc::te :end request pay to the Tax Commission the amount of all taxes, increase@ and penalties certified to be due or to become due with respect to the particular contract, and, after payment of all claims which by statute are a lien upon the retaineu percentage withheld by the Sisbursing officer, shall pay to the Tax Cooission the balance, if any, or so much thereof Pei shall he necessary to satisfy the claim of the Tax Commission fir the balance of all taxes, increases or penalties shown to be due by the certificate of the Tax Commission. If the contractor awes , no taxes imposed pursuant to Title 62, RCW, the Tax Ccrrmiasion shall so certify to the diob^r_inr cfficcr. ti r FL 325 Rev. 10/14/70 l.o:siraaL No. C.A.G. NOTICE Jr CIMPLETION OF PUBLIC, WORKS CONTRACT r 1 r To: Ex.:ise Tax Division Date: ' Audit Section Tax Commission Olympia, Washington Do Not Use From: Assigned to: t?.�r-i of rzsNrav tea, Date Assigned: u D ►tc4�. �We. 5, F.'d.':. Ncanber: (j�sN YJr. was✓ . qkcfa Dates Gentlemen: Notice is hereby given relative to the completion of contract or project described below: Description of •:ontract : ele wAren- s„A," ^6,,, 7,W17 wwn a.Fu.acw Y.aN S ,n.A3 OautEcr 9-1-102 Ar cpw.,.x.Gees-t ry:wU. 'ontractorts Name i SvW r.. AOpr,. c��q-rt« wwsu . 96i'SfS Contractures Address Date Work Commenced t J.ar 3O Date 'dark Coespleted i AmG av c473 Date Weals Acoeptedt AN SCer. sO,c473 ` ,rety or Bonding Company a ;r PAWS play .x,w. (jee'TAN c, t?"�t� Sr.arrw� wesu .R4w2 Agentee Address Contract Amount s 5 52tgg2.0o Amount Disbursed : $ 50� o80. .7 Additions t I 4j4S.23 Amount Ret•l ned o 2 y S •02 also Tax 2� 's5".1&0 Total R Total $5 ? y' 'y By Dis+burains Gfficer - E'i name D/zee for THRM COPIES OF THIS NOTICE MUST BE CCMPLETED BY THE DISBURSM OFFICER AND MAI:ET TO THE DEPARTMENT OF REVENUE AT OLYMPIAe WASHINOTON IM EDUTELY AFTER ACCrTANCE OF "; 'WORK DONE UNDER THI` CoiITRACT. WOOS ::HALL BE Mlr,LrMADE FROM RETAINED F'UNDCCUNTIL ANCE WITH OFID ..A t CERTIFICATE. r i+uquat 31, 1673 Honorable Avery Garrett, mayor members of the City council Re: w-394, S. 43rd Street, CAC 026-73 i;ontleman: Sulmitted herewith and recccnanded for raimcnt is the first and final em,timate due uiorio Construction Co., Inc. for`work l,erforma= o on ed. le 24• watermain at the intersection of S. 43rd and Springoek The amount due the contractor is $50,040.37. This contract was CcmPleted on August 30, 1973 and accopted by the Utilities Engineering on August 31, 1973- It is recommended that the city Council accept casDlation as of Septa-bcr 101 1973. If, after 30 days: no liens or Claims are filed againut this rroject, and (roof of layment of tax liabilities is recaivad,tit.is roremsended the retained amount of $5,255.02 1A pe The above is to be paid from the following accountem RotainaaC 9—qtirnte 4,406.34 42,754.83 UAH 302/541/33/63 (41) 498.40 4,750.54 FT 301/541/33/63 (41) 270.20 2,575.00 Co 401/534/32/64 The C.C. portion will be reimbursed to the City by Gamoo/Gem mcnagament Company. Very truly Yours, Warren C• Gnnnaocn, -•C• public Works oiractor RLOIpap 1 Rra RENTON CONCRETE PRODUCTS, INC. - flaBOM911 IIRn N�IRIER flEM10M.WRSM ALmrt51521 KS EARLS Y�. NOTE CO"ER TAKES 2-3'K 3'GRATES WITH VENTS. TOTAL NPT VENTILATION I490 SO. IN. HINGE ASSY. \ \ ®LOCK.,, P4000 UNISTRUT -GALV. STEEL ANGLE FRAME GASKET�\ o \ 17 \II 4_4. 22-I/2" � 8w" �•� 4-IO• 7'-2• -T� 22-1/I" . GASKE7-, � \" RlI . 13-1/2 \\\ 38 DI l• RISER WGT.275 L{75 L 90N} S. PART NO.79056 P%RT NO. 79059 39"DIA, DIA. DESIGN SPECIFICA(IONS PART WEIGHT o42- HIGHWAY LOADING H-20 BASE SECTION 3" 4GS SEAL BETWEEN SEC71U,:S CENTER SECTION 6524 6 KDOIUG 3"SAND OR PEA GRAVEL COVER SECTION 47 l"\•\ GRATE VENTS(1631 EACH) 326 RISER ADAPTER NO. 76224 COMPLETE ASSEMBLY 14," WGT. 340 LBS. 42-DIA. 42-DIA.-� �30� 0 0 7 `4�n^� t 0 o c CAST IRON FRAME AND COVER(PART NO.76561) OPTIONAL TOP SECTIONS PIT ROUND ACCESS OWNING `J RENTON CONCRETE L VAULT PRODUCTS R 4'-4" X 6'-4 ' X 6'-2" P.O.BOX 917 (2061 255-1521 RENTON, WASHINGTON 8 4 - ------ -- -- WATER MAIN AHL0CAT7 V AR a. am STum %r DI onu FRANK COI41QTo CQ16?F. moss C01iTRIC'llWi t+ 4PRlllOalALl� ROM a. - 2921 So. 2JtY.i! 9600 aapi•• 11ay S. :b7c Ig;WS i l 8aattle, Mr 96188 Seattle, Ma gall$ Zenith. 101 4Bt1aa eF t I MINKLM a ME ALL ITEM i 1JWT UN Uh T UNIT - a 1+ UN r fIl3R1t71TY E f . �. PRICE i TnT Ft�t E TIDTAL 1 F n I 24" D I M tK ! -- -. 544 LF 35.00 19,040.00 39.00 Il,l]6.00 55.00 29,920.00 2 l' 6 I lfi" D.T. Mate[ 2500 1 43.. L! �- 16.0C 61960.00 . 0,875.00 35.00 I5,225.OU - 3 s , 8" D.I. Water Pipe 109 LF 8.00 872.00 20.00 21180.00 P [ I 4 24" Butterfly Valve and gaallt ` 2 HA 3250.00 6,500.00 2500.00 J ]. .000.00 s200.00 6.40G.00 id+1 5 ! F i I 24" Butterfly I EA 2250.00 2,250.00 2000.00 2,WO.00 3000.003.o tf-- . 3.000.00 E F s I 16" Butterfly 9aly, -nd Vault i 1 EA i3GO.00 1,300.00 1500.00 _ _ 1,�00.CJ _ 2800.00 2,8V0.00 7 F s I 16" Butterfly Valve 2 El 950.0C 1,900.00 1000.00 2,000.00 1500.00 f' 3,000.00 8 F a S 8" and 'Waller Gate Valves 1 EA 180.00 180.00 2:' .00n__....,__._#�. . _. .^_.._ 2u0.au 320.GO 320.00 9 l , -tF 4 I Fire Hydrant A"amY - . i q 1 $A 725.00 725.00 1000.00 1,000.00 1200.00 I,200.00 .._000.00 15.00 675.90 30.00 350.00 11 F i 2 Cone, alodclsq t - � ._ 20 C7 30.90 : __ 600.00 30.00 600.00 60.00 1.200.00 �} 12 F s I Select RaCFfi 11 Material ? 3000 TON 3.ip 9,000.OG ] 50 4,SOG.00 S.CJ 15,OOo.00 '_3 F s I Asphaltic Surface Restoration - 65 T+. 3p.ap 1,450.00 25 00 -_. 2,275.00 _ +-- _.�.._ 1.625.00 35.00 f .a 14 Reinstal_aticm of 3/4" Water Service 1 1 HA '} 7S.00 75.00 170.00 176.00 200.00 200.00 >. 14 ReinrSaliatiol at "_ liar_&aaYis�_ 1 FIf _IQAaQQ_ _�-- 100.00 -+ Us TOTAL 5.3%S%aS TAX a.»asa :.sn.a$ 4s�r..as TOTAL. ..5,s9S.59 91.9�o.p� 9.:�1'�'1 1E��i.i�r.t;lt � 1)y'hlf.x; ME117`f1; 1ti1'-1ll �t. lv6"4 ' � .r OiY�1MLNA( W1LC4NG, RENT SIN WAS"WG1ON 90015 2 13 2611 t W-394 S. 43rd St. UA8 Project 0-1-402 !22i ^ PROGRESS ESTIMATE #. CAO 026-7.3 Rb let L Final ..�-...,...--�......_..�,..�. . E•r�s.uhr 41(Ii Wurwr«M _� IJwif Wlu price LAST ESTVAA14 i. Pro ish • lastall 24 a I. Cl. 2 (TJ1 Water Yips LF 35.00 S63 16r70S. 2. rurhlan i Install 16" R.1. Cl. Z' (TB) Water Pips LF 16.00 4" 1. 1. O Ieetall 8" O.I. Cl. k ' 11 ) Water Pips LF 8.00 10 .'.. 4. {. lrleRLA r I"tall 24" butterel a Melt u 3250.00 'L ;i. F.aamtah 4 install 240 batterfl wxve RA 2250.00 1 6, ftygleh L install ION butterfly 7M2Ye and vault BA 1300.00 1 ,. PUra141+ r Install 16" butterfly Ima" ZA 950.00 2 R. 910149h 4 UWUJl V sad •. esaileY 4o" valves RA lao.m rusaleh c laetali Lida hydrant Fa 725.00 1 i in. ftpoa. a i"t,.11 tas p. MC 0o" .&LK ":ftalt TOM 20.00 40 s".19 ll. 2lnblsh and install c.:nr.. DQaidl'Iag CY 30.00 19.5 _. is. 4ASYelsk sad instal". •Platt I I u ti ^.•.•� A: I tfill } Tom 1.00 i 141 1aMajah and install saphalt *Wtece restoration TM 3r,00 110.04 16. Xot** l*t oa of 31J" water servAae 8% 75.00 1 - 5 Mbreitallaklan of 1" water 4e,4rieu ' LA 100.00 I 1 .'}r•.00 Order sl L5 1640.00 lum 6se 1.64c'.4d (01w.Fat Imptallatlat) _ Chan" lRMr 0i L8 2062.00 Lump al! (iel'rime 1110"llatl.aO 1 sue T01*1. 1 5.3t Sales it Tmu r Leas *A-m vreviounly Psi 14s6 3.04 Ad Lain"* Amount Due Mir rstlmnte Sli "as" Cm"truation, Inc. 3021. a. 2o3t1, sesttl►. West 7d149 i t I 1 k t:! �'1 Iti !.!'�FIB • + t1►'i 19:� R is fr-WO r1►A!+1t41b�'4t1�► AONICWAi )lYiOdNiD, M41iYNN(sTON V'OM 7ss•? 4, ' w1-394 A. Ord St. UAy lttoaatt 6-1+102 r27t PROGRESS ESTIMATE „"�,,,'•"'^",,,^..�.++...-� fswutraM Me. lot c Final Irl�►cri'Fipt Us" 1 Vt•yt #r** _ LAST 0 -09aftfily �• Varnish c install 24" D.T. Cl. 2 1'i'.l') water Pipe LF 35.00 563 y. VDttiI0.h c taetall 16• D.T. Cl. ;;. . 2 i%V) 4attr arty S.N 15.00 430 3. PUNNiab i Install 0." D.Z. Cl. 2 I'M to*ar Vipa LF 6.00 12G 4. VerNIAt 4 install 24• bettaa'!l dnN wadt tG 3750.00 ! S. :ttYnisk A install 24• butterfly valve, *A 2::50.0•i 1 , 5• ►at"imb & isstall 16• buf..Vflyo valve and vnslt t:A 33DO.00 7, Vlerwwiap r install 16• buttertl ( 'mow' LA 950.00 1ta'rNl4fe R InOW1 a• and - wwallat sate valves I U 10.0.J0 ?.. Purnigh 6 Install Eire hydrant PA 725.00 30. Purnish t ieatalI tamp. Mc 0034 mix asphalt ' TM20.00 AD , l:. 1'.rrn1ah am -notall conc. blotting {1 rY 30.00 If r 0.• l4raas4 and iritoll wnla•+t .rssw ' a.n.. '' '` F\ '� �• Y b 11 19. Y+at:ti.>� end inrruli a=FA�ait 120.E • �. eurlace reotcra!ion TOy 30.0f1 ld• wwnse•tl2ation of 3/4" voter 1 Dastw�idSa ftA 75.00 w val"tallau," of 3" water 1 .EA 300.00 6aTCIo* GIINI¢ d�0rt C9llaie= geder 111 l6 1660.00 .,. , t�yt�llat iaatallati06) lYrq faN 3062.00 S..5S0.21 r>UD '!O'rAl L—Af.'7X M S.31& Ealea ran r 5S,33!•19 20ERL two AsOwn Vra4t0 m0.3y p t _. Le••a 10% rA va --- Amount Dr:• a aetowee pirlrl.o t?+tutl:uetlea, Inc. � .. 3821 9. 200th k` 0.wNttic4 w� es148 ti I p 1. R �; �7✓aw►\. � �s. 'fflR�ll�.`:rfi4�i':.1 se �C�Nl1 c. + w � - --- _..,..,v,,.,,, -. \ y NT�IL Pl. .. ` R R DUG o ST�►TIC �� � �fi 4�a � -� I .�05� N`�' r. \V _ � fix•+/ !` j 8 LLB •`-' �R e www w a 0 fA !f \ RI~mil\. •1 \\ ♦t0 _ s / O f l ' wt MO O TrM'�• 1tT 9.rtN wl 1011T.ill. MDR I , F . ♦• _ e �!_ o U 3� �'i e 1 as iw�. II RLVTO" / +� • -�•!N R �\-'••.. � a �- • t1MT' our.vltn iTA°`�• q w, ..-ua-,o, we.r.rt cq .raaae• „yam at. N carecl-a• � w..a.wo-e o veo •: _ ".'�..� ��75 ,s.e;e T tat o 1 i y+'4 t+eY.'�,. �l . Ar..' •��N' t .o•a t • ,. `t S`t iiie t+N r.nf. • Tt)N l ` E� NMfy►4Rf`* \T �•.�. �°'-a�R�wra.s...w•�.t�! - ___ �'`�r 1lwl•rR !�-it� AWL wa ua • .M♦ .+•....w..a•s w- . !f J � "rl•!aaraaeI t.Y.n 1'.r it f- ate .M[•, t.•[ .r ♦t . r.afo •� Z241 a��llleww.t a4 .....O.r.� � %' • �sir•r � .ao♦a.•. `'r" ...wow � —t" a R 1 • moo vc INSERT "A" � a � a i • it a WATER PROJ 39-5 NORTH RENTON . HIGH PRESSURE INDUSTRIAL SYSTEM : S • � s e fao , : � • - WMM — `ur.K t r 'tYs't oil r t �a � t ! � . � p Ra •. .�. Iw � � � �*'•t ao i !�R— "Yw• Z �'•ti' !R.*.1w."a -r3i wow / V4.yr+ a t rt • _ t�l• �eaaMw� wR.a M.i c.t rl•R�p.:� ► t /fy( t tfft.It +� ram. NWY►►[t%"so, \Z __ sa.r• Sri f� #.__:(( tea` / Saw.a 1�1 9a: ♦ ��` ��.Fw.a a.+�� X. low a ; �: r44A as YyAM wy'..rf0l la la• � t I i SYw._♦�Y.aa h1•r. �[IYh a11�fk=. � ^ - _ f ( T An j l r �! _ 1 � � i Y• _ i i WATER PROD. 395 41 NORTH RENTON , HIGH PRE55URE Lm INDUSTRIAL 5Y5TFM 1' � a • IT% Of WEN I ON CLAIMS FUND WARRANT P'i fN rorr ww1MfN6tON IWSS 1a;1 N U. WASH STATE TREAS 6/26/77 •38.00 ✓ 7✓; .. - PTOPtEl NATICNA! RANK (/ (: 1251-0085(: 2 &P-0000 i 5m' i ♦ � j }R .y 'fly OF ""ION CLAIM' FUND WARRANT ,i..e•; 'AW061, WASM10#690M 9"55 N U. CJYOF .: MENTOw1': 5A111. AY •Ni a MASN $TATE TREAS 6/25/73 •95.00� PEOPLES NAhONA, BANK " 1: 2 S &-008 SL: 2 i8-0000 1 611' ::. Y APPLICATION FOR FRANCHISE OR PfR"RT WAVING" STATF. HIGWAY OOMMl;SIGN Da,mu1ment of Highways Olympia, Washington Gentleman Application is h-reby made for to conetru;:t, operate (type�� and maintain a 16" O.I. Watermain upon a portion of int.:rstatc State Highwr y ;:o, ao', In Kink County, Washington, described as follows: 16" Watermain in K-Line undercrossing of Sic 405 (Primary Stare tiny. Ito. 1) inatallwi on northerly side of said K-Line centerline, crosslag from east right-of-way to west right-of-way. Installation includes one PRV eta. (Renton Water Project W-395). Together with 24" watermain entering state right-of-way, K-Line Station 20+50, 65 RT (approximately), leaving State right-ofway, K-Line Station 21+80 15 RT (approximately). The following, paragraoh shall anoly to uti'_1tp Franchises and Ter-its onlyt Fees in the amount of $35.00 are paid herewith to defray the basis admin- Sstrative expense inciden o i nrocossinr of thii utility application according to Washinrton State Highway Corrlssion Resolutio., Ito. 2224, and the aoplieant further promises to pay such further amounts as shall be billed, 1f any, in reimbursement of the actual coats of the 'Washington State Department of Highways . In engineering costs, travel, etc., incident to investigation of the aovlicatior 'fa UNDERSIG*26 submits said application and accepts the conditions as set forth above. FATED THl_; 11t�lday of, June 1593 Addreast City of R�sntoo�,.Utii lg neering }� ' Y c pi al Ruildinq, LU I�iill Ave. S. W,,rren G. Gu...waua, .E. Renton, WA 98055 Publtr Wwr� Director ++wwo, e NOR APPLICATION FoR FRANCHISE nR r,c7Pq T WA.SIITNGTIN STATE HTOHVAY COMSSION Denartmr»t of Highways 01 rpia, 'Washington Gentlasen: • Application is hereby rade for to construct, operate Ype and saintiin a lu" D.I. Watermain upon a portion of interstate _State Highway No, cos In King Count-, Washington, described as follows: 16" Watersain in K-Line undercrossing of SR 405 (Primary State Itwy. No. 1) insts11td on northerly side of said K-Line centerline., crossic;; from east right-of-way to west right-of-way. Installation includes me PRV ate. (Renton Water Project W-395). Together with 24" watermaln entering state right-of-way, K-LiuC Station 20+50, 65 RT (approximately), leaving Stets right-of-way, K-LLne Station 21+80 15 RT (approximately). The following paragraph shall anoly to utility Franchisee and Permits only[ Fees in the amount of S35.Jo are paid herewith to defray the basis admin- istrative expanse inciden o e nrocessinr of thio utility apolication according to Washingtnn State Highway Comniaelon Resolution Us. 2224, and the aeplieant further prodees to pay such further amounts as shall be billed, if any, in reimburseme,it of the actual coats of the Washington State Department of Hirhways in engineering costs, travel, etc., incident to investigation of the aoolicatien. TIL'. UNDUSIGNKL>, sabadta said application and accepts the conditions as set forth above. DATED THI;; 15th p June If t yy/J 4dds'Mat Git of Rea[oa [it ill[ En inee c pa i u ra, MAve. S. Warrer! n C. Gaun�aun, P.L. Renton, WA 96055 Prblte Hnrkr: Director S � F fag* 3 August 31, 1973 I! you have any questions ragardinq this matter, please do nut hesitate to Contact thin office. Vary truly yours, krneld L. Olsen Utilities Off;cs Engineer t tag* 2 Aogus<. 31, 1973 1! you have any qucs•fems regarding this natter, please do not hesitate to contact rhln ''f4�0. Very truly yours, Honale L. Olear Utilit:l'1e 6 eico Engineer NLO,/ml: 1 ( August 31, 1973 Mr. John A. McGary GemCO/Gm Management Co. 1308 Vasa 600 P.uilding Seattle, WA 98i01 Subject, Springbrook Fro£ensional Building, Fotith )80th t't. and Springbrook Head Dear Mr. MCGary: This in to inform you that the installations you requested in your letter of June 6, 1973 have been completed. The coat breakdowr on these installa- tions is as follows: Change Order 41 (Additional hydrant Asaambly off of the 2C" watermain) 24"x6" C.I. toe (MJxFL) -• additional $ •100.00 45 LF of 6" C.I. ripe 0 57.00/it - additional 315.00 Hydrant Assembly - per bid 725.90 $1,640.00 5.3• ':ales Tax P6.92 TOTAL $1,776.92 Change Order 02 (taew 4" service main) 24"x4" C.I. toe (MJxCL) - ndditional $ CCO.00 4" Gate Valve (F'Lx)4J) - per bid 190.00 .7 LF of 4" C.I. piid 0 $6.00/ft - additional _ 2'j27.00 $1,Ob2.00 5.3► Soler Tax '.WAL $1,11U.29 One chenoo did occur it Change Order 02, and that was a 4" C.I. rain was )wtalled to your prorerty line rather than a 3" galvanised. ','Ito coat to you was ;he same as a 3" galvanized installation, A check in the &mount of two thou-,and eight_ honored forty-iiva and 21/100 F dollars ($2,845.21) should bu made out to the ctty of Lenton. Please dir^ct this check to the City of Kenton, Utility Engineering Depart- ment, with reference to W-394 and we will process 1t tt,rnugh the Proper channels. �a rls C17'1 ENGI.NEER'S OFFICE ItF:NTON. 14 %S111♦!MUMCIPAt BUILDING, RENTON WASHINGTON 98055 • 235.2631 11-394 S. 43rd St. UAS Project 8-1-102 (22) PROGRESS ESTIMATE Can ro t C.AG 026-73 Es/im ate N. 1st s Final Date Sheer I of I r Description Unit Unit Price - LAST ESTIMATE THIS ESTIMATE ltsnt Quantity Total Quontitz Total 1. Furnish L install 24" D.S. Cl. 2 (TJ) Water Pips LF 35.00 563 19,705.00 2. Furnish i install 16" C.I. C1. 2 (TJ) Water Pipe LF 16.00 439 7,024.0n 3. Furnish & install 8" D.I. Cl. 2 (TJ) Water Pipe IF 8.00 120 960.00 4. Furnish s install 24" butterfly dad vault EA 3250.00 2 6,500.00 I 5. Furnish s install 24" butterflyvalve EA 2250.00 1 2,250.00 6. Furnish s install 16" butterflyr valve and vault EA 1300.310 ( 1 1,30'.•.00 7. Furnish c install 16" butterfl valve EA 950.00 2 i,900.00 E. I Furnish s Install 80 and 1 smaller gate valves EA 180.00 I I 1 100.00 y. Furnish 6 Install fire hydrant E. I 725.00 I 1 '125.00 10. Furnish a install tsmp. MC cold nix asphalt TON i 2C.n0 40 800.00 11. vurnish r d install cone. blocking CY 30.00 19.5 585.00 12. I Furnish and instal select backfill TON 3.00 1490.51 4,441 .53 /3. Furnish and install asphalt surfaas reeturatlon TON 30.00 110.D9 3,302.70 I 14. Reinstallation of 3/4" rater service EA 75.00 1 75.00 } -It S. Rainstallatian of 1" water � 7S ■ervica EA 100.00 I 1 100.Or. t Chatge Order tl 7S 1640.0n Lump Sum b i 1,640.00 E (Hydrant eats lotion) Chenge Order #2 Is 1062.0r) Lump Sur_ 1,062.00 (Service Installation) " I SUB TOTAL 52,550.23 5.3% c.n:s Lax 2,78'.16 TOTAL 55,335.39 ].,flee Amoun Previously Isi I �- Less 10% R inage 2 ,. Amount Due 77is Estimate 50,080.37 D1Orio Construction, inc. 2821 S. 200t1: I Seattle, WA 1914a te! I i i INTER-OFFICE ME"I ^ TO: Bob Puhich DATE May 2j, i973 FP.OM: Sue RE: Pre-Construction Conference--S. 43rd Watermalr Adjustment and Relocation A Pre.-Construction Conference is scheduled for 2:00 p.m., Tuesday, May 29, 1973, to the 4tn FLwr Conference Room. R.n has suggested that you or someone from y.ur Department be in attendance. P y {Jp Y � ;Y. ri 7.kf s y � May 22, 1973 TO: D10rio Construction Co. Hess Construction Co. Washington Naturrl Gas--Doug Dam P-cific No•thwesL BelL. D. L. Daupheny Puget Power--Tom Trimm Teleprompter Cable T.V. King County Dept. of Public Works--Frank Brown Washington State Highway Department--Jerry Johnson Washington State Highway Department--John Herron Hill, Lngman 8 Chase--E. H. Riggs Citv of Renton Fire Department i Police Department P- ',lie Works: Tom Touma Lee Phillips Elmer Shaver Vince Lee Rudy Malaspina FROM: Ron Olsen SUBJECT: Pre-,:onstructiou Conference--S. 43rd Watermain Adjustment and Relocation ----._-----------------------`--------------------------------------'--- The Pre- onatruction Conference for the subject project will be held at 2:00 p.a., Tw aday, say 29, 1973, in the 4th Floor Conference Room, City of Renton Municipal Building. Your attendance is requested. BO:sp 1 1 Joua --eFria.l k�v4 �o L.icQT a-� �.a9� . Wr,Z<S 34A &fl(o L f'/„J/.ems c� alP�,� r Gay • Z.33 s;06- /tom P rye-5—s, Ak5.5 C�,.s x '-I—X 8- „z 6 Ile �ncc Lem ty tri9r^ 1)Ppt' ' i '-263�0 1-7 i lCGU /'.r(NcLJ f L( r w 'K Ac- S .241.P4 `ria^il -rr(,mj"\ i • . � 7 May 22, 1973 TO: 140rio ^unatructton r Mans construction Co. Washington Natural Cam--Dome Dame Pacific Northwest Bell--D. L. Dauphony Puget Power--Tam Trim Teleprompter Cable T.V. Eder Gonnty Dept. of Pubic Yorks—Prank Brew Wasnlugtun State Blglwy Department--Jerry Johnson Yasaimgtaa state aigbwy Department—Jobs Homm Hill, Iesson 4 CLaao--s. o. at"m City of Bantam Fire Dyarts"T Police Department Public Yorke: Tan Tomma Les Phillips dLer sharer Vince Lao Rudy Malaatrina rum: icon U1sw SUBJECT: Pro-Construction Conforesca--S. Ord Wet-, in Adjwtaent and "Location The Pre-construction Conference fat the subject project will be bald at 2soo p.m., Tueeday, May 29, 1973. in the 4th floor Conference Room, City of Bentoa Municipal Building. Tour attoadaxe is requested. BD:sp t ♦ 1 Items to be discussed at Pre-Construction Conference—S. 43ri St. May 29, 1973, 2:00 p.m. , 4th Floor 1. Extra work to be done for new Medical Building dawn In S. W. corner Put in two extra new ties for building--Lyman was suppose to call to get authorization. r a 2. Depth of intersection to be determine ' in field. (might be rather deep) 3. Go over proposed cuts and fills because of new road construction. If you have any questions about this, perhpas we will be able to get hold of Ron Tuesday morning. Tom Touma is the Project Engineer on the road. � J w,ar.!/ tAA OS A.IO /YBt�rwiN nLcncAn.ls ... O fr r� �J z,.e - `j y .�P .w.r,. o.+'A.e�l:�.a. ,�.a:� u.n.� nw .Aen.�+�. . -r•� .114. Herram 041;bway it6�..r.i ��✓.Jr A* cR. o !a.ir !L Ticy- 5/Z2 � L%E.vvr1 .Sr-'i77 <L /.v�crul+'. l+Y�tse- A/ol_4 Les Ph+)lips Ci}y Ro-n}en L n9 235- 2631 _ , 7Avr ZG36 L" �'�;; 6;, (. 7 L 7 x 2 j c 4, v Moss Moss Con 54 . l7wc. TR&-7,x t�/!yam-� .IG -r.L es.. i S ✓ice � l r7L.S - ,� �' y i/ a 3 s- 24, 3/ TSLFt f/e.vE �o. - Loc lTioti �lE ✓"cE - SA 8-00 70 . / �r11 of LvW I(r/•7- 4S O Para -r-o,N aTR✓[T ,Or./ f7 GE TI.VG W - .094 © fi [Tqq v/oKl{ !`1Gar�wC 9✓Ira,/.G 4 U(Kf�b A f l'H E sOJ}H [N�Sr rOrlN6 /T OF .i T7 I QgIO Wal.([P wIs TO J[ vm Y! /JLON L' TML" C rfY Cr S7Kill bHr w/T/I TNc faJ wr"r lyrc rpq (81 L1 '� H NT SAY Ni Nr © CO NST/fy CT/J� r/TNwt�r lrART as -rwF 41L/ 'lam JUty � lowlo yL.15 To4 WT- Tnn_ OWQ ✓,17ir3 F,}TIuG % RARLIap �! OKIO y[! /L(. rw.[FJRH Try6 Cary / iay L/A'=r14p ?fi►JJT. Tril9 co. UTR OCT IJL., ,' USri rclKc Mu rl fba& Tc c[,NTn<r . v•an , C`OPI nRN J �A n OP - DO -70 —, /b, angT ,• Oj y/1Cca ae'mam, nos.,Tr( / cDnyO wlli 4r(T 8'� 6 - 9g5c>/ �,J aS KOJ L.D sop rM)CNfMIj //v/Y��C/AIR[Y /PE'L)J T/✓/F TO cf rirrs / a W yTE.T ro.r f c✓a...ti(j-- PJ �l roN3 I Zb, ala lu w [a_c sv row", ✓AL< rl•J ex*nanwc noap, me T H A T T a-I R c I T O / :L D e C 3 ' ,s g Any TH,. li L WPQ4 W'. 1T oP 1DI N��j ✓ r� �n!'/">/. aP T//�/Y)..v PT rrF /M/qYc+/or+ Wrcc ---�- AMvf qY at. /O1/wi ..'brat ✓siFil w rTlw .�. orro �.Dr a1LI/o wKa rov.,/ P.R N fNNv/(rb 7Nd ry7:� q j / �lx Ai Y 41 DIC.,10 OP >TRUdTIC�IS :)GYF NY IN(;. I f V - 4' 2821 SOUTH 2O0th SE=.TTL , Su. Jr.il: 2Gt+ 98188 Jity Engineers 6/5/73 "ity of henton Renton, Nasninstoa Re: hequast for extension of time S. 43rd St. At Sprin brook Rd. So. Due to Li-.a 11Le aa:ivery of t:. ficti:.;;s JL, L:.c tae •sra asking tt:at our time be extended. We have c:)ntacted Lk.s supplier F.nd t`:ey say that the m:ateri ,l will not be delivered until t;:e first part of July. Thank You, �a .. ro s^ i RECEIVED ,;JN - 7 MM GEMCO/GEM MANAGEMENT COMPANY 1308 Plaza 600 Building Seattle, Washington 98101 June 6, 1973 Mr. Ron Olson c/o Utility Engineering Office 200 Mill Avenue South Renton, Washington 98055 Re: Springbrook Professional Building South 180th Street 6 Springbrook Road Dear Mr. Olson : In behalf of GEMCO/GEM MANAGEMENT COMPANY I hereby authorize you to instruct the contractor involved with the proposed construction of addi- tionil water mains on Springbrcok Road, to order the necessary fittings and hydrants outlined in previous discussions with this office. It is understood that this authorization will allow the contractor to order those required parts in sufficient time to allow their application at the time he is involved with his road construction. It is also understood that it is our responsibility to reach an agreement with the contractor as to ad- ditional work to be performed in our behalf. ry truly yours, OFiN A. MCrdRY �~ JAM:kk v BID TABULATION FOR W- 36; WATER MAIN o4ACATION AT S. ORD STREET AT DI ORIO COMBTRUC`{'20M FRANK C010CCIO C(*GTR. li SPRINCBl.00K "D S. I MI So. 700th No" IOM 9600 ■apiro Nay a. Boa 8910S teattle, NA 98189 Seattle, NA 98116 lapitA, WA 96100 eF i I FURNISH i rmr,-'_b # ITEM 7QUAWTITY � UNIT UNIT � UNIT UNIT I, UNIT T� PRICE TOTAL i PRICE TOTAL ! PRICE IOTA, 1 F c 1240 D.I. Mats Flpa _ 15.00 19,040.00 ]�.00 - 21.216.00 _ 2s,920.000 2 F c I lb" D.I. water Pi ate_ �4I5 Lr 1t•00 6,960.00 25.00 10,073.o0 75.00 1f 1S.1 .00 1 F i I M D.I. Oates P -__- - _ 10! Za 0.00 07].00 l0.00 2 180.00 10.00 1.l70 ♦ F i 1240 9atterny valve sad vault 2 MAA 250.00 .. I ♦,500I ' ,2500.00 5.000.00 4200.00 t.♦00.00 S r i 124' Butterfly I 1 ' 23M.00 I,2SO.00 3000.00  2,000.00 3000.00 !, -----1;f{- _ _ 000.00 F 6 jr i 2 1- Witter valve asd vault i -- �- --- 1 iA 11oD•00 1,]00.00 � IS00.00 ! 1,500.00 ��2000.00 t 1,OOM00 7 r i I 18. 9utterllr valve - _ ! BB 030.00 10900_00 1000.00 2.000.00 Y1s00.00__� l,000.00 0 pa I_ t• and aaallar_W!e_9alwe 190.00 190.00 200.00 200.00 '1 110.00 "11AAffifif"""" `jam_ 130.00 9 r a I rim t Assembly '�T'-"---_--- 1 ZA 723.00 729.00 1000-.0-00 i 10000.00 1200.00 ! 10290.00 _TOMPOMY IIC. Cold Nix Asphalt ♦y I --- .. --'f'----- - - _-20.00 _ 900.00 1s.00 675.00 10.00 1�!l0.00 11 F c I Coat. Blocks 20 C � - -- - Y i I0.00 c00.00 300000TI -_ 600.00 60.00 1.300.00 12 F c 2 eeleat laekliil Material ]000 9ON 1 9,000.00 1.so ♦.fpp.00 e,00 15.000.d0 12 F a I qu -7 tie Wrlaw ewtrettaa6 ]0.00 1.fS0.00 2t.00 1 t2S00 11♦ Reiaatallatioa of ]1♦• Water Se271aa S.00 I 7S.00 17t.00 . 176.ODte aest�llet•ee O! 1"_� '; V f ' SUB TOTAL -- S2,2S2.00 S3,747.00 97.3t0.00 - 5.3% 5ALE5 TAX 1,774.ts I 2.0s.S9 ♦.sao.os! t TOTAL. SS,120.t6 ».3T5.« I 91,ssM►.00 - it BID TABULATION FOR I lIV 394 - WATSR NAIN R3IACIITI061 AT S. 43RD STkmT AT DI ORIG C SPRIMMOOR ROAD S. 2621 So. 00th 2ooth 1'Id+ PLUM m ( C01MM10 C0011%. 110SS an 1 9600 lira way a. ,8wttla, NA 98188 ,,i Seattle, NA 99118 SOt ala07 7 i I aD�FIW a SMl1' Smith, Ma S1194 # ITEM OUNT� PRICE UNIT UNIT UNIT ;NI TOTAL PRICE TOTAL PRICE ' ------'--'- PRICE f TOTAL 2 P i 124• D.1. Water Pip. - -- 3S.00 ' 15,060.00 aa.DO 21�21t.00 1 SS.00 2 P i 116•.,D.I_waL.r P -- - 00 I . 5. _ -'- a P i I 43S W It. 61960.00 ".00 106700 6• D.I. Water Pipe a3.00 13.225.00_ _- _ 10a Zr �+ 0.00 _472.00 20.00 � t P a I 2P batterll 2•1�•00 a0.00 y Vales Sad Vance 2 IS, a2S0.00� o;sO0.0O I - 2500.00 S,00o.00 !ia200.0o 00.00 N- P c 121• autterIIY --- -- a.t 1 as 22So.00 � 3.:SO.q; 12000.00 1 6 P i I 16• � '� a000.00 a.000.00 sutt_erAY Vales and Vault 1 Sa 1a00.00 -�'- + - �. T P i I lt• Suttertl vales i 1.100.00 } 1500.00 1.500.00 "0.00 y t.SOO.Ot i-------T .-ter--- _0 00 -fit---- ------ __ -2- m-� -9so.00 + 1.900 00 L1000.00 : _ 2,000.00 a P a 18•_and 8nallar "to Vrlwa '+ .,l5w.00 000.06 I to iS0.0o �'- --_. } _ Ib.00 200.00 �9 P i I rira - - --- - "-�T-'-- •� 320.00 N rid ant Asambly ----+----.----_-.{i._.-, 130.00 1 Sa 1 725.00 725.00 10p0.00 1#000.00 `j1100.00 I l.3pp,00 32 -11 ! G I Caac .0Q 900.RD . alxki_a�.. ! .,.-�--_ -_ .•00_ a0.00 1 aSO. 20 CY 70. 0 - 60.Oo12 Z t i B['. gt Satlill --3 0, " 80.OD .a000 !OW 3.00 I-SO-T _ 00 1. . . . 100.05- - 30.00 1 1,950.00 25.00 LSaS.00 5.00IS.000.00 la ! c I�},�Q alma �teratim � � � - __ -- It Raiwatallatian a! a/a• ester s - -� ------ -- - -- -- aS-, 1- 2.27s.00 I TS.00 75.00 170.00 i_ _._17t.00 9 200.00 t 5U5 TOTAL -- --- - ------- • -- S2,352.00 S3.7t7.c n.Ka.00 5.3 /. 5ALE5 TAX 2#774.66 - 2,8::.s! 4.610.06 - TOTAL ss.lu.as ss,s7s.sa iI '� BID TABULATION FOR W- 394 1 N«TEA MAIN RELOCATION AT S. 43RD STWW AT I DI ORIO CONSTgUCT20i SPAI NGBROOIC ROAD S. FPP�AMIDM CO10 CONSTR. WSS C RSTROMCM j 2821 So. 200th 9600 Naplta Nay 5. BUa 89305 6Yltia, NA 9878/ I Seatust, NA 98119 Lemlth, NA 9818E fORNISB i INSTALL I -! # ITEM UNIT UNIT I QUANTITY II --- UNIT UNIT UNIT UNIT PRICE TOTAL PRICE TOTAL PRICE TOTAL iI 1 7 i 1 24• D.I. Nalar pipe--- SIa i1 35.00 Is,010.00_. I - 1 ( 39.00 11,116.00 55.00 a9,9ao.00 1 p i I 16• D.I. slat Pi 435 L& 16.00 6 960.00 25.00 1 ----1r-- - ' ---r_ _ ._30.875.00 35.00. --IS,225.00 _3 p a i 6" 0.1. Votes pips 109 IJ �� r__. __. __-_ _ - _ 6.Qp 671.00 20.00 1 2,190.00 30.D0 .- 3,270.00 1 p i I la" aaltarriy Valw aad Vaml! I i - --- __ 2 RA 7250.00 _ 6.500.00 3500.00 5.000.OD 4200.00 8.400.00 Nsttatl33* _ 1 BB 2250.00 2,250.00 ;I 1000.4-0 2,000.00 3000.00 i 3.:-'00.00 6 p a 1 it- Wtterf2YValve and Vault 1 La 1300.00 1,30D.00 11500.00 .. �- _ 1.SM.00 2800.00 - 2,800.00 7 t_i I 16" Butterfly valve 950.00 ' 1 900.00 2000.00 _ 3--.---- - Zs000.00 SS00.0L` ._� 3,000.00 8 p a I B" and Srallsr Cate Valves - ---" w- --- 1 sA I 160.00 _ 1a0.00 200.00 1 320.00 320.or 9 P i I Fire Nydtaet assembly --- 1 Na 725.00 723.00 1000.00 1.000- .00 120U.0C 1 1.200.00 L10 p i I 9'�onirry !IC�`21d Ni>I�74_ppa1L -T-_�_-- -'-�-- _ t�0s00.00 I 15._00 _.. 675.00 '0.00 1.3lp.pp 11 p i I Come. 9lo0kLw _- 20 CY -L-- 30.00 600.00 30.0012 p a I Salact Saekf11Natarlsl - n00.00 .-... 6_0...-00- } 1,2_00._0 0 _ 3000 3.00 9,000.00 4,500.00 5.01 5000.013 I ASphaltio irfsa Rstoratlam 6S ! I 30.00 1.950. 18 N 0-0I 35.00 2.376.00 Natst Sa rm1 E\ 75.00lm / 17C.00 176.00 2C0.00 - r _ i W.00 mi.'�acalht�t�41 1• Nara .ram.... - - I - ..__._ .. --_l 0ADQ t44, 244.00 1ee.99_ - -- -- 5U5 TOTAL_ S2,3S2.00 I 93,747.00 87,340.00 5.3% 5ALE5 TAX _r -- 1,774.66 2.649.s9 Ia630.a TOTAL --53,126.66 56.595.59 92,996.66 WPM" .viw i t„ j• Ct 9t Awe.„a Co" 331•eu DUPLICATE (FUI y00t !ilea) 7j1r ,. . .. . , {Tr�a.1� •�rI Ti ., eitr Ciaur otti.t••.•me.n.e�i .ion (OS Change f, O+MT-wh Washington Statr Tar 1 !Jilt;._L DlIP1 pt65 L CCNbe 11P1`LICATION .�—_ _ We.Ma due January let of npnn opening data eld9. Dept. Approval of bu*lnwa,:ec to accumpany\sPPLicatlon chit'arisad under Title V, Cb.ptsr 1, c;din.nce 1626 - Cade 9f "hetal O[di""[es of thr City of Renton) a, '.1 '.VMWAL13 rAviesset►C3 ur cOR"^TIw* ►:w" hint e. ryp. 1. To 6e •'wW To - -----------------------------------------------'- ,,jam �, URtO Ce ssFµ< re.✓ Co. SN< ------?r s+� 5 .a " -- ------ -]. !tads No"-- ----- euq} A,A.ese) .7 �0 9 -------'---� -:-- E --- ----- ;'-•T •, ).•J'su.1Mi. 'Worse/----------=----------� �ry' "at office) .r Ceani _ t■ilmhe[ .11d a till- ., `• • ,: IB��P3__11 _ __c _. dlon![tts ---------�1:_ r_9d!1..----- 1. R"idenet Addr"e-. -- (Pesldanco Phone) - ro11___-on. 'rwat.der_ther --------------- "-;;;a . whole ------ -- r S. rind o[ Fu1Mu In Datu� _ ( •- . to fill in. pwl9wte rMeher R.ui1. whole"b, etc. 6. If PMTRG16HIP, List ►"mars. If COSpOhaTI0e1, List Officers, Title, AUktase a Itwa. alisbal - ___ _-_--__-__----_ru., 6.c, NO.________ T. 7h1. nun Maa was for"riy Ops[ated Dy___________..__ • 6. i:ave You Eva Had a Penton Ru.1Ma. LLcenwY_�,6r_previous Due. Llc. ■o------------------- ---^ w. ___________________________ ,._ . 4. Opening Dab Of Suitt"" /n Renton Ilsroxbnt)-------------------------' . ).0. circle rem )Oe letter bolder, ,Matt PreP.x fw(►) In Itaw 11 and return 0pplitatior with chock to the city C1.a•. Office. W� b9 Or �PI�T� All aWploywa r0rkin9 wore than one thousand aia /6L hundi" (1.600) hours Par aanus, Includlrq 1"1 ___...A__.iii___ 1 to 5---------- 1 1,2,00 holiday+ and vacation time Ju[:n9 the tW1lwe (12) 6 to 10-------'- C 25.00,:> "FIth Period upon which the licen.. fee I. c.,mpUfwd 11 to JO-------- -TO:OO sN11 be con.! 'erred mr,.n.nt eapl.y..a, tho.. ✓<+Kl- ing leas than one tnous+ad .a. hundred (1.600) Nolan <. D. 31 to 100------- 100.00 ploy in wow. o[ J0) Inc Lnlin9 legal boliday* and vacntlon it" shall bar (Ilea 12.00 Per employ" ,1, y ploy 360.00 ctneid.r.d t..poney wPloY1... In detarelln ni the {, - l0l to ZOO (plus $1.00 rat employ" in wc.aa of 300) lic.n.. I.* " im m.d, the t•+ul number of "pley"s v , .. �• _ j0A nrleaa )60.00 , .hall br ceeated by adding together the ammo"r +f Us 0.15 per employ" lh serve, et 200) pexmanar.! ampi"we, aml the number of to [e[rONla- M.. _ aaPloysas• the latter figure to be computedY ••,;r•M•hs ?primaL,t. 9(]If0WA in9 total "n hour. (includlaq legal holiday* e1W 1Pevltlea for failurq to wY within IO day* v...tic. tlmn) worked by &II-tespnrary e.ployws. ,� of der motel ty one thousand 01. hundred (1,600). Delinquent 30 day. after 'us data 5% Oelinqu"t 60 day* after due dot. .10A a 0 ellet"nt 90 day. Ku. •l data .20% bOlingeen a data days offer " !a . . .ISII M if ngwn ISO! l50 days or more . t' 11...* [it" located outald6 the City of Renton shm'. '"clod. ell .mployeas In determining llcen" (era. OY p.rfonln9 any portion e[ the duties within the city• '�cu• tifm tnblYee total mr(Oer of employe". eo 11. LiaM. r" 1 �_ penalty / Total Liable 1`e9 Pun' 1 barony certify that the seltae*nts furnished by we on this aPPIIc-tion are true and c—PlKs to the. beat of my knowl.d". Lq aDT coot Msl lieenw lwued• .it9Md is'•� NRITL list. Title eNiC�w Num0ex �...1-�-a 1 a 41, N. 1 . �"0 f�. l� •N, }F 't , ..i �} �Yl -�1 t�' ' �II {� 'f r' ��'• r tV, N 5 i �1i f y .j b. Distributing written questionnairs to all lower-paid employees, inquiring as to their interest and skills with respec , to any of the higher-paid trades, followed by assistance, counselling, and effective measures to enable emplovees with interest and potential to oualify -hemselves for such - ades. 7. I will assure no^-discriminatory pay, other compensation, and working conditions in my company, taking appropriate steps uch as: a. examining rates of pay and fringe benefits for present employees with equivalent duties, and adjusting .any inequities £cund; b. Not reducing the compensation of existing employees whom you have converted to cn- the-job tra-nee status; C. Advising all qualified employees whenev. r there is an opportunity to perform overtime work. 8. I will assure non-discriminatory demotion, layoff and - , termination by first consulting with my company's Equal Employment opportunity Officer to insrre that no violation of t •e aforemen- tioned provisions occur. 9. I will encourage non-discriminatory subcontracting fo: - ri ' my company by takin, such steps as : a. Encouraging minority-groin, subcontractors , and subcontractors with minority •epresenta- tion amonq their employees, to bia for sub- contracting work; p. Counselii.ng and assisting minority crsf-smen who have the interest and potential to become subcontractors , with respeft to securing per- formance bonds, uri" ng contracts , and making bids. '� i MW a. Instructing personally those of your staff who make hiri;.g decisions that minority applicants for all jobs (including super- visory, journeyman, office, and technical jobs) are to be considered without discrimi- nation; b. Where upon agreements exist -- 1. Cooperating wi;;h your unions (perhaps through your contractors' organization) in the development of programs to assure qualified minority persons -- including apprentices -- of equal opportunity for employment in the construction trades; 2. Including an effective non-discriminaticn clause in new or renegotiated union -- agreements; C. Using as many apprentices and summer anu part-time trainees -- particularly from the minority group -- as work needs and union agreements, if any , wi' l permit. - 5. I will assure that my company makes maximum use of apprenticeship and other training to help equalize opportunity for minority persons by taking appropriate steps such as: a. Sponsoring and assisting minority youths as well as others to enter pre-appr 'ntice and apprentice training, and making such training available to the maximum extent within your company; b. Actively encouraving minority employees as well as others to increase their skills and job potential through participation in training and education programs, and helping to assure that such programs are adequate and are in fact available to minority persons; r. Active! participating in Joint Apprentice- ship Committees; d. working with civic, labor and contractors' organizations (helping to organize a sponsoring group if necessary) to conduct an open-admission training resource for t'ie construction trades in your area. 6. I will assure non-discriminatory p' cement and promotion witb• n my company, taking appropriate steps such as : a. Instructing personally those of your staff who make decisions on placement and promo- tion that minority employees are to be considered without discriminaticn, and that job areas in which there is little or no minority representation should be reviewed to determine whether thiE results from discrimination; Y •A AFFIRMATIVE ACTION PROGRAM OF DiORIO CONSTRUCTION COMPANY 1. I will establish an equal employment opportunity policy for DiOrio Construction Company and make this policy known to all my employees and potential sources of employees, to all contrac- tees with my firm and rsk that they lend their full cooperation to the implementation of s ld policy. I will inform the above people of my program for the use of circul% cs , letters , handbooks and the like to make certain that my program is well understood and in all cases where possible ask for signed acknowledgements and assurances of cooperation before entering into binding agree- ments with the above. 2. I will appoint a top management official of DiOrio - Constr ;tion Comliny to implement the equal opportunityemployment p yment program and will also serve as a coordinator and liason with the rest of the construction company and all employees , subcontractees, materialmen and suppliers. 3. I '1 assure nondiscriminatory recruiting for my com- pany by takii. , uch steps as : a. Placing employment advertisements in news- papers which serve the largest number of minority-group people in the recruiting area; b. Recruiting through schools and colleges having substantial proportions of minority students; C. Aaintaining systematic contacts with minority and Yuman relations organizations, leaders, and spokesmen to encourage referral of qualified minority applicants (including those in related work such a fabricating shops and home repair) anj minority youths interested in construction occupations; d. Encouraging present employees to refer minority applicants; e. Making it known to all recruitment sources that qualified minority members are being sought for consideration for supervisory, journeyman, office, and technical jobs as well as otters, whenever the company hires. 4. I will assure nondiscriminatory hiring by my company by taking appropriate steps such as : F ; w z �Lni ;$,. 1 b. Distributing written yuL:>tionnairs to all lower-paid employees, inquiring as to their interest and sY.ills with respect to any of the hiqher-paid trades, followed by assistance, counselling, and effective ! measures to enable employees with interest and potential to qualify themselves for such trades. 7. I will assure non-discriminatory pay, other compensation, and working conditions in my company, taking appropriate steps such as: a. Examining rates of pay and fringe benefits for present employees with equivalent duties , and adjusting any inequities found; U. Not reducing the compensation of existing ' employees whom you have converted to on- the-job trainee status; C. Advising all qualified employees whenever there is an oppertunity to perform overtime work. B. I will assure non-discriminatory demotion, layoff and termination by first consulting with my company's Equal Employment Opportunity Officer to insure that no violation of the aforemen- tioned provisions occur. 9. I will encourage non-discriminatory s,:bcontrar_ting for my company by taking such steps as: a. Enzouraging minority-group subcontractors, and subcontra^tors with minority representa- tion among their employees, to bid for sub- contracting work; b. Counselling and assistina minority craftsmen who have the interest and potential to become subcontractors , with respeft to securing per- formance bonds, writing contracts, and making bids. 5 Y MA a. Instructing personally those of your staff who make hiring decisions that minority applicants for all jobs (including super- visory, journeyman, office, and technical jobs) are to be considered without discrimi- nation; b. Where upon agreements exist -- 1. Cooperating with your union (perhaps through your contractors' organization) in the development of programs to assure qualified minority persons -- including apprentices -- of equal opportunity for employment in the construction trades; 2. Inc Lading an effective non-discrimination clause in new or renegotiated union agreements ; C. Using ac manv apprentices and suraner and part-time trainees -- particularly f_om the minority group -- as work needs and union agreements, if any, will permit. 5. I will assure that my company makes maximum use of apprenticeship and other training to help equalize opportunity for minority persons by taking appropriate steps such as: a. Sponsoring and assisting minority youths as well as others to enter pre-apprentice and appr ice training, and making such traininc, ✓ailable to the maximum extent within y it company; b. Actively encouragin7 minority employees as well as others to increase their skills and job potential through participation in training and education programs, and helping to assure that such programs are adequate and are in fact available to minority persons; C. Actively participating in Joint Apprentice- ship Committees; d. working with civic, ic�bor and contractors' orrani.zations (helping to organize a sponsoring group ii necessary) to conduct an open-admission tiairing resource for the construction trades in yov area. 6. I will assure non-discriminatory placement and promotion within my company, taking appropriate steps such as: a. Instructing personally those `lour staff who make decisions on n acement and promo- tion that minority employees are ti be considered without discrimination, and that job areas in which there is little oe no minority representation should be rev;ewed to determine whether this results from discrimination; r, i f APPIRMATIVE ACTION PROGRAM OF DiORTO CONSTRUCTION COMPANY 1. T will establish an equal employment opportunity policy i.,r DiOrio Construction Company and make this policy known to all my employees and potential sources of employees, to all contrac- tees with my firm and ask that they lend their full cooperation to the implementation of said policy. I will inform the above people of my program for the use of circulars, letters , handbooks A the like to make certain that my program is well understood ..nd in al cases where possible ask for signed acknowledgements and assurances of cooperation before entering into binding ..gree- ments with the above. 2. I will appoint a top management official of DiOrio Construction Cimpanv to implement the equal. opportunity employment program and will also serve as a coordinator and liason with the rest of the construction company and all employees, subcontractees, materialmen and suppliers. 3. I will assure nondiscriminatory recruiting for my com- pany by taking such steps as : a. Placing employment advertisements in news- papers which serve: the largest number of minority-group people in the recruiting area; b. Recruiting through schools and colleges having substantial proportions of minority students; C. Mairtaining systematic contacts with minority and human rel-,tions organizations , y letters, and spokesmen to encourage referral of qualified minority applicants (including th :e in related work such as fabricating slops and home repair) and minority youtns interested in construction occupations; d. Encouraging present employees to refer minority applicants; e. Making it known to all rccrui.tment :sources that qualified minority members are bp;ng sought for consideration for supervisory, journeyman, office, and technical Sobs as well as others, wherever the company hires. 4. I will assure nondiscriminatory hiring by my company by taking appropriate steps such as: r STAFF OF WASKI14GTON ' DfPT OF 1ABOR 6 ppp3TR1ES DEPARTMENT OF LABOR AND INDUSTRIES n '"u MENT OF INTENT TO PAY PREVAILM; H'AGES 51913 ON PUBLIC' WORKS CONTRACT Awarding Agency -J 1ty...o:_aet'itoll. ,,mraet NtrrHM•rU...l.,b.._.�IlOdEGT 15-1-102 (22) p.__.�._•-- -•"WAR�{/ Date Contract Awarded X&Y-1973 GYM County in Which worn Performed $I&G .. ... r. location Within County Bo.A....43rd )treat "atoA . Wn� Prime ContraMnr WOrlo..Censtru::tion Coo .Inc. STATE OF WASNSNGTON sa. County of. _ $lilt In compliance with Chapter 39.12 RCW, I, the undersigned, being a duly author.zed representative of Sie.oca.rirmmat ibn Co. Inc. 2821 So. 200th 3t�Fd }a, Waaftingtcn 98188 d� hereby certify that in connection with the performance of work on the public works project above described commencing Vey . 19 73' the fol owing rates per hour for each r!assification of laborers, workmen and mechanics w,11 be paid and no laborer. workman or mechanic so employed upon such work will be paid less than the prevailing r.-te of wage as determined by the Department of labor and Industries as specified in the principal contract. CL WonCATION Or LARUR HOURLY PAY FRINCETHRNtTITR Laborers 5.W 1.14 Backhoe ojo ator 60 H.P. & tinder 7.8b 1.i5'' :'orea,rig 8.06` NOTE: Attsrh Additional ShccU as Needed UIGrrU0_ O(W T T N. . 1 v. -�7 B�'r iAuth.ln,a rcnrew�Wtrvr Subs:ribed and sworn to before me this 14�daayyy oaf.6..na. ....baY �. . :9 •73 .. , nand / Wahl nn, rrao a,, in r the Stag The purpose of this statement IF to provide evidenca of intert to comply with tae prevailing wage requirem±nts of Cha,)ter 39,12 RCW. IT IS A PRELIMINARY FILING ONLY and cannot be construed rs application for certification by .he Director of Labor and Industries that the prevailwg wage requi,ements as set forth in RCW 39.12.040 have beer. satisfied. THE ABOVr, STATEMENT OF INTENT TO PAY PRE'.AILING WAGES IS This space reserved tot Director's approval __nt �abor 6 Indust Ip . -... ._: ._ .7a BEFORE FINAL SETTLEMENT CAN BF. MADE in c) with an public wor s p jest it will be necessary for the contractor, anti any subcontracto to produce a •idence of certification by the I" Director that prevailing wag including fringe benefits have been paid to each classification of laborers. workmen or mechanics emploved on said project. Form S. F. 9843 "Affidavit of Wages Paid", or a similarly constructed form should be submitted for the Director's certification. These forms are available upon request from any office of the Department of Labor and Industries. PROGRESS PAYMENTS: Each voucher claim submitted to an owner by a contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the pre-filed statement or statements of Intent on file with the Department of Labor and Industries as approved by the Industrial Statistician. COMPLETE AND MAIL, ENTIRE SET F-)R APPROVAL TO: Industrial Relations Division, Department of Labor and Industries. I Gene.a) A:immistration Building. Olympia, Washington 98501 y COWMACTDHs. 0114TRIOUTIr APPHOVPD STATEMZNTA AS NtLLOWS nt/nINAI�A WARDING AGENCY U PUMil ATp PRIAtE C0t17ftA )R 1 TftIP1Jt ATI SIIRCOM A[•"OR a 1 nt•ARa UPLII'ATh.-II:U11/aTR1 AAL STATISTICIAN �fterain hr Dep.rtmenb S.F.Xa.aNl-Oa-{#. rTt ..- INVOICE KING COUNTY STATE OF WASMINGTON OFFICE OF PROPERTY ! PURCHASING Eul KING COVNTY COURTHOUSE fEATT�(. XAfHiN��OH ff�OK TO City of Renton 1CC ':.11 ve S. MurtCipEl elg. 4enton, NA (8066 5-1- vee-» 5.00 NOTE MARE CHECKS PAYABLE TO KING COUNTY TREASURER AND MAIL TO UFFICE OF PROPERTY b PURC: SI 4. ESSI KING COUNTY COURTHOUSE.SEATTLE.WASHINGTON S610A ni �R Jill ApyS 1 INTER-e'rFICE MyMO TO: Dal Mead, City Clark DATE May 14 , 1a73 FROM: Gerard M. Shell an City Attorney re:4A 'U 73;5 43rd St WAtermain Fro-jecMIN 1 DIM wcr Dear Del; We are returning to yoL herewith the proposed Contract etc. in the aboveeaptionad matter. The Contract is approve ne to legal form provided that all the blanks are properly filled in prior to execution by the City. Me-, we again suggest, as we had done previously, that future specifications should require that the minimum liability coverage be 1300/$600 ,000 and $50,000 P.D. , especially on larger construction projeeta. The $100 ,000 minimum may no longer be adequate at the present time and should therefo.e be reviewed. If we can be of any further assistance to you to the mater, please advisr. We remain Gerard M. Shellan GMS:ds Enc. r e A" 4. 1973 TO: CWeo A1arr' all, Finance Director fPA011: Wxrran Gonnason, Public Storks Director SUBJECT: Warrant for S. W. 43rd Watar Project Please prepare a ..arrant in the amount of i5.00 payable to King Cowty Treasurer for ester line perdt fcr UIC S. W. 43ri Street Water Project. Charge to ncccunt 401/534/32/42. Co'0TER 11:. LAWS OF 1965 CiT! OF RENT�N CERTIFICATION 1 FNf %N 5491{H ' MG>Ee qN f) rM9k4 ..)j "MANY U� FF3 9 4hT:,. 45 :h g 4 /gAlnG I♦ ] '�1 �M1'f'�r�- LAGO'n_fE FF�YY[P a . P9 wt Mc�u -Rk _ p.M b A 1 T •� � eu.Mo A1.JN0*,XCe 6141TyUlNf FlkiY.:{ MI6 S.I& (Lela. A�¢ay info-oration for 'Arrant; Checks payable to! King County Traasurer Aailing Infotastion: Office of Fraperty 6 P•rc»ss1aF C531 King County Courthouse Scuttle, WA 98104 a, r Mly 11, '.97.+ T04 Dol Mood, City Clark FROM: Boo Oloee, Utility laiteoorind SUBJ2 ': S. ilyd street Yatotmala A juaraoot and Balo"tlon Doeuraa The subject dowmamoto are wbndttod for lY/aatim by you and tUo City ltta o•y. An oridlaal and foot (4) cop'W no onc7food. INTER-OFFICE MEMO TO: Del Mead, City Clerk � DATE May 14, 103 FROM: Gerard M. Shellan City Attor ev i� - e: - 6 43rd St Watermain Pro$acM 15 Wn Dear Del: vrx We are returning to you herewith the proposed Contract,, etc. in the aboveeaptioned matter. The Contract is approved as to legal form provided that all the blanks are properly filled in prior to execution by the City. May we again suggest, as we had done previously, that future specifications ■hog...' require that the minimum liability coverage be $300/$500,000 and $50,000 F.D. , wspecially on larger construction projects. The $100 ,000 minimum ray no lunger be adequate at the present time and should therefore be reviewed. If we oan be of any further assistance to you in the mater, oleaee advise. We romain GHS:da Gerard M. Shellan Enc. ♦ j INTERSECTION SPRINGBROOK RD. --S ! RD STREET " k40 W=394 S 1.i . bivrio Construction Co. f 2821 South 2" GENERAL CON rRO CTOR Seattle,Wash,98148 TR"225 f. '/ ,�IIL.—`-�fy1p11011�11G1K��11C�111�IC=':»IC=1�'7, �IIOIIC�IIC�` '1Ll STATE OF WASHINGTON i �I i SI21 A. LUDLOW KRAMER `� '. J i SECRETARY OF STATE OC/MYIA. WASMINGTON 9850E i CORPOP.ATION LICENSE This eerbbn Ihol the Cwporotan ne.ned Vweon n Lcrosed to do bw~s m the Stet@ of Wmhmp.en, DIORIO CONSTHUCTIONr 1',C, tnSUEDATE 06-13-72 X CARL A DIORIO ucEMsENO 02 05 796-7 3 2821 S 200TH unaMnor. DATE06-:0-73 DES MOTNES MA 98166 M(N��Mpi M 1tf 11 17 10, �It '� 11��71IC�IG�1 •� I �• 3 �,.�..fa•wfizacri!.•Rsas•.s+sCs asnnsslaes9li -'u'>t.�'? t CMMtE�,.—I—VAM. STATE Or WA SHINGTON s; " eav[uwoM D'V;S I OtN 1 AUSINrSS Ah10 YRUFESSIu' S Ai,1Ini� ',W.. .. PH F"D0,L AL L - 1 l+a1 µ11T1IN1?MAII"REG-GO\TRAGT:IR-GtNtHAL�p•T uwu• :y t 1/ 7f ni nRIU CoNSTRUCTIUN INC 1 SEATTLE 200TM dA V8180 tIIr• fir..+ /, MCCOVNT MUMM�M E}hM,11"011E 1_ � � onop, 7.L3 ;n1 115� ON: nll73 :. r„ is.sraLE� 1 t 1 t aM;r3nFY u' CERTIFIED COPY OF XRFOUT3 A6XLVrICN OF D_O�iIO (X":3T:tUCTIOR LOa^k:4Y I'iC. r I, DELORES L. JYd1SVOLD, do hereby certify that I am the �x Secretary of DiOrio donstruction Company, a Gasidagton corporation J fA�'�• and that at a meeting .of the board held in accordance with , d Articles of Incorporation anc by laws of said corporation, the following resolution das nnr.nimously adopted by the corporation. P4SOLVnD: That Carl Diurio, the president; and Delores L. Jensvold ti,e Secr.ac-ry,Treasurer each are hereby authorized to make, execute and deli-,or o:. behalf of tb is eorr )ration an t and all documents, paper;, r7ontracts, including but wit! out limitation by r. ..sor, of spocificatio:. the signing of ; outracts, Bonds and other assurances.' I further certify t:.at said resolution -as not been aaended or revoked. DatEd at Seattle, L'ashington, ti;ia_day of __...,e 1973. 3 r - ...S r OF rn,:+rrte 9 _ SCHEDULE A SPECIAL TECHNICAL PROVISIONS Section Description Page TS-01 General Statement TS-1 TS-02 Standard Specifications TS-1 TS-03 Existin4 Utilities TS-1 TS-14 Clearing 8 grubbing 1S-2 TS-05 Pavement Removal, Trench Excavation TS-2 Bedding and Backfill TS-06 Piping Materials, Valves, and TS-4 Fittings TS-W Pipe Installation TS-5 TS-OB Water Services TS-8 TS-39 R-storat.on of Surfaces TS-8 TS-10 Testing TS-9 TS-11 Disinfe:tion TS-9 TS-12 Cleanup TS-9 TS-13 Mea_ :rement and Payment TS-10 i TABLE OE CONTENTS SPECIAL PROVISIONS SECTION DESCRIPTION PAGE SP-26 Construction Signs SP-9 SN 27 Removing Traffic and Street Signs SP-9 SP-28 , nstruction rgaipmerrt SP-9 SP-20 Size, Weight, Load Restrictions for Notar SP-9 Vehicles SP-30 Delivery Tickets SP-10 SP-31 Waste Site SP-10 SP-32 Dust and wd Control SP-10 SP-33 Eaymem to the Contractors SP-11 SP-34 Liquidated Damages SP-13 SP-35 Awarding of Contract SP-11 F t Jr TABU OF (,AiNTENTS SPECIAL PROVISIONS SECTION DESCRIPTION PACE 3P-01 Description of Work SP-1 SP-02 Date of Did Cpening SP-1 f .. SP-03 Materials Supplied SP-1 SP-04 Construction Direction SP-1 SP-05 Time of Completion SP-1 i SP-06 Public Liability and Property Damage Insurance SP-2 SP-07 Equal Employment Affidavit SN2 SP-08 Fair practices Policy SP-2 SP-49 Affirmative Action Program SP-3 SP-10 Non-Collusion Affidavit SP-3 SP-11 Nondiscrimination in Fmproyment SP-3 SP-12 Standard Specifications SP-3 SP-13 Field Changes Sp-? SP-14 Failure to Meet Specifications SP-4 SP-15 Protection of Public and Private Utilities SP-4 SP-16 Scheduling of Work SP-4 SP-17 Construction Confereywe SP-5 SP-18 Disputes and Litigation cP-5 SP-19 Wage Schedule P-6 SP-20 Subcontractors SP-7 SP-21 Mange orders SP-7 SP-22 Surveys SP-7 SP-23 Overtime Field Engineer SP-8 SP-24 Hours of Work SP-8 SP-25 Public Canveaitnae a d Safety 8y64 , � 1 J r 3ENERAL BID F SPECIFICAT_0% TABLE 'JF CCNTENTS r Scope Call fur Bids Vicinity Map f Inst-uctiuns to Bidders. Genc,al Table of Contents Special Provisions, Table of Contents Bid Bond Form Bone to City of Renton Form Special Provisions Equal Employment Opportunity Form City of Renton Fair Practices Policy City of Renton Affirmative Action Program Non-Collusion Affidavit Form Certification of Nondlscrimi nation in Employment Form Minimum Wage Affidavit Form Technical Provisions Standard Detail for General Blocking Standard Detail for Hydrant •nsambly R Hydrant Guard Posts Standard Detail for Large Butterfly "aloe Pre Cast Concrete Vault Standard Detail for 3/4" and 1" Meters Proposal Form Schedule of Prices Agreement Construction Plans Bidders- Check List ,ry �A X { INSTPDCTIONS TO BIDDERS (CONT.) 9. The bidder shall, on request, icrnish infwmation to the City as to his financial end practical abilit to satisfactorily perform .. the Mork. 10. Payment for th1= work will be melde in cash warrants. i 3 �� r INSTRUCTIONS TO BIDDERS 1. Sealed bids for pr^posal will be received by the City of Renton at the office of tre Renton City Clerk, Renton City Hall; until 2e00 o'clock Y.M., Wednesday, April 11, 1971. r- At this time the bids will be publicly opened and read in the fourth fl �or conference roan, Renton Municipal Building, after which th<. .ids will be considered and the award made as early as prccticah'-=. T Mc proposal mty be changed or withdrawn after the time eat for receiving bids. Proposals shall be submitt d on the forma attached hereto. The work to be done in shown on the plans. Quantities are under- stood to he only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The r City reserves the right to add or to eliminate portions of that work me deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Director's Office. Bidders shall satisfy en®selves as to the local conditions by inspection of the site. p. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifi- e atioes. S. The bid price shal' be stated in terms of the units indicated and me a total mount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive Informalities it is deemed advantageous to the City to do so. 7. A certified t :k or satisfactory bid bond made payable without reservmtion tc the FINANCE DIRECTOR OF CITY OF RENTON in on amount not less than 5• of the total amount bid shell accompany each bid proposal . Checks will be returned to unauc-:eme,ful bidders imm*e :tely following decisior es to award of contract. The check of the auc- caseful bidder will be returned irovided La enters into a coctraet and furnishes a satisfactory performance bond covering the fall mount of the woxA; within tan days al.er receipt of notice of in- tention to award contact. Should he fail, or reface to do a-, me check shall be forfeited to the City of Renton as liquidatr9 damage for such failure. S. All bids must he self-explanatory. No opportunity will he offered for oral explanation except as the City may request further inft,rma- tion on particular points. i i STA 10.27 STA 2+0 -�' ; PROJECT SITE 3 SCALE. 1" c 800' CITY OF RENTON ---SnO1M L[wlno o[.AwiMi�, VICINITY MAP W - 394 . 1 r k"' w w. r c. e CALL FOR BIDS Sealed bids will be received until 2:00 o'clock Y.M., Wednesday, April 11, 1973, at the office of the City Clerk and publicly read aloud at 2:00 o'clock P.M., same day, in the fourth floor conference roam located at w t the Renton Municipal Building, 200 Mill Avenue South for the furnishing and installation of a 24" C.I. water h. 'n and 16" D.Z. W. er Main in +. • ,., S. 43rd S*r,.et a' Springbrook Ave. S. ( 4'it Plans and specifications may be obtained fr,= tee office of the Public '� ^� m Works Director upon receipt of a deposit of $10.00 for eac,: set. The }f deposit will be forfeited, unless Plans and Specifications are returned k it good condition thirty (30) days after date of bid opening. 5 ,f A certified check or bid bond in the aacunt of five (5) percent of the total amount of the bid must accca,pany each bid. There will be W"hingtor State Sales Tax on this project. f� $" •..' The City reserves tau right to reject any and/or all bids and to waive any and/or all infccmalities in bidding. All duct. iron pipe, cast iron pipe, fire hydrants, gate valves and fittings will be supplied by the contractor. The policy of the City of Renton is to prciote and afford equal treatment and service to all citizens and assure equal sopl.,ymenc opportunity based on ability end fitness to all persons reaardless of race, creed, color, national origin, sex, physical handicaps or age. This policy shall apply to every aspect of employment practices, employee treatment and public contact. .. Del Mead, City Clerk Date of let Publication: Wednesday, March 28, 1973 Date of Ind Publication: Wedne"dav, Apri'_ 4, 1973 Published in the Daily Journal of Commerce: Friday, March 30, 1973 Friday, April 6, 1973 7 a CITY OF PENTON BID PROPOSAL AND SPECIITCATIONS WATER PROJECT WATER MAIN ADJUSTMMT I RELOCATIONS 4 .i 1 UAB PROJECT 1TN FOR Sd 43RU STREST� f„.. . ry -P s a • Furnishing and installing 14 14" and 16" Ductile s Iron Water Itsin in S. "- � Street at Sprinybrook ar 7 r warren C. 6om"On, P.E. ppblic Works Dirscto': r i .. a f CAP-r AWARDED 75 I.unl�al i �u.1. 1t,�1.3 TO n nno Mn1Y+Q5 , We . Y ` 4 A� ENGINEERING DIVISION ■ WATERMAIN ADJUSTMENT 9 RELOCAT!ON p S. 43Ro ST. U.A.B. PROJECT 8-1-102 (22) AT SPRINGBROOK ROAD S. W- 394 CITY OF RENTON PUBLIC WORKS DEPARTMENT MUNICIPAL SWIDING, 200 Mill AVE 5 RENTON, WASH 99055 • (206) 215 2631 f 1 { r • M l INTERSECTION SPRINGBROOK RD. S 43RD STREET W-394 I SPECIAL PROVISIONS (CUNT.) r, SP-29 iIZF, WEIGHT, LOAD RESTRICTIONS MR MrITOR VEHICLES (Cont.) vehicles used on this project, listing the vehicle number license num- ber, +are weight and licensed load limits. SP-30 DF.I.IVERY TICKETS All delivery tickets that are required for the purpose of calculating quantities for payment must be received by the Engineer at the time of delivery. No payment will be made on tickets turned in after date of ' delivery of material. Payment will not be made for delivery tickets which do not show typ., of material, gross weight, tare weight, truck number, late, and inspector's initials. Scale certification shall he submitted as early in the project as possible. Each weighing station shall maintain a record of the trucks weighed, date and time, tare and gross weight and type, of material. In isolated cases where scale weight is not available, the inspector oil M shall measure the truck volume and certify as to its full load delivery. SP-31 WASTE SITE The Contractor shall conform to Section 4.06 of Standard Specifications in regard to waste sites. The contractor shall have the responsibility of obtaining his own waste site, All work included in this section shall be considered to be 4 incidental to other items of work and no further compensation will be made. e The route taker, to the waste site shall be maintulned solely by ths, contractor in a manner as described below: The contractor shall be prepared to use water trucks, power sweepara, and related equipment as deemed necessary by the City Engineer to alleviate the problem of lost spoils along the route. Prompt restora- tion of the route is mandatory. SP-32 DUST AND MUD CONTROL ' The Contractor shall be responsible for controlling dust and mud . (thin the project limits and on any street which is utilized by his equipmsnt for the duration of the protect. The contractor shall be prepared to use watering trucks, power sweepers and other pieces of equipment as deemed necessary by the Engineer, to avoid -resting a niisance. SP-Page 10 f k. SPECIAL PROVISIONS (2m•) „P-25 POBLZC CONVErIILN(2r AND SAMTY (Cont.) C. Acceas and egress to local residents Shall be maintained at all times, with special attention given to bninsss properties. All nosts involved in the above shall be considered incidental to other costs of work involved and no further compensation will be mad*. EP-26 CONSTROCTION SIGHS The Contractor shall furnish and install construction signs which con- form to current City of Penton Sign 140. T130 "CAUTION, CONSTRUCTION AHNAD," 30"x3O" diamond, black lettering on orange background. One (1) sign of the type mentioned above will be posted at each street entering onto the project site. All construction and detour signing shall eonfo to Part VI "Traffic Controls for Highway Construction and Maintenance Operctions" of the Manual of Unilo�p :Yafftc Control Davicor, 1971 Edlticn. SP-17 RPMWINO TP1llZ= AND STREET SICIIS The Contractor shall be responsible for maintaining and preserving all traffic and street signs. In the event it shall be necessary to remove or mow the location of a traffic or street sign, the Cmtractor shall notify the Engineer of all charnes made. All signs removed shall be collected by the Contractor, who shall then notify Public Work's to have the Traffic Division remove these signs from the project site to the City yard. When work has been completed, and prior to said area being opened to traffic, the Contractor shall notify the Public Work's Deft. who shall have the Traffic Division replace all signs iscessery. ( The Contractor shall be responsible for the replacement of all signs lost or dwaged due to his neglect. A&72d COMEIM ZON EODIPMEMT Drivers of motor vehicles used in connection with the r.umatruotian or repair work sh01 obey traffic rules posted for such ?,cation in the same manner and under cha *me restrictions as provided for the drivers of private vehicler EP"29 BIZEl WEi..MP, LC#D MTRICTZOMS r0J( MOl'OR YEBl" All motor vehicles of the Contractor, Subcontractors, and muppilers shall strictl7 adhere to Ch. 46.44 of the Motor vehicle Ise of the grata of Washington (1947 Edition and smandments thereof) in lsgard to sin*, weight, and load* of motor vehicles. Payesv, will not he made for any material that is delivered in access of the legal weight for which the vehicle is licensed. Any groms violation of these regulations shall be reported to the affected liar enforcement agent. The Contractor is to furnish to the Public works Director a listing of EP-Pap• P � ;._ .. ;,., - .. ;,, 1 to SPECIAL PROVISIONS (CONE.) i SP-23 OVERTIME FIELD ENGINEERING When the Contractor performs construction work over the accepted 8 hours per day or 40 hours per week, or on any City holiday, and the work requires inspection, then the Contractor shall reimburse the City at f the rate of $12.00 per hour. The City shall have the sole authority in determining the necessity of having the overtime inspection, and shall notify the Contractor of intent and said costs will be deducted from nonles due the Contractor on each monthly eatimate. SSP-24 HWRS OF WORK The wGrking hourR for this project will be limited to week days during the period from 8:00 A,M. to 3:30P.M., unless otherwise approved by the city. SP-28 PUBLIC CONVENIENCE ANp SAFETY i TU COMlactor shell, at his own expense, provide flegmrn, shall furnish all signs, barricades, guards, construction warnings, and night lights in order to protect the puhlic at all times from injury as a result of his operations. If the Contractor should fail to maintain sufficient lights and barricades in the opinion of the Engineer, the City shall have the right to provide these lights and barricades and deduct such coats from payments due the Contractor. A plan for traffic control must be submitted for the Engineer's approval b-ifore the beginning of construction. The Contractor shall maintain detour routes and other routes used by his equipment hauling materials to and from the area. Attentian is directed to applicable portions of Section 7.16 of the Standard Specifications. In addition the following special provisions dull apply: A. Traffic and pedestrian access will be maintained as directed by the Engineer. 1. Two lanes to be nvallable I days a week between the hours of 3:30 p,M, and 8:00 A.M. 2. One lane may be permitted between the hours of 8:00 A.M. to 3:30 P.M. Monday through Friday, with the use of flagsan to control traffic. 3, under no circumstances may the road be c:.osed for any extended period. B. Local police and fire departments shall be notified, in writing, prior to construction, and as well as by phone prior to any closures of a street during construction. SP-Page 8 1 SPICM EMISIONS (Corr.) i SP-19 WAGE SCHEDUIE (Cont.) rate, including fringe benefits, for each job classification to be utilised. The wage rates thus filed will be chocked against the pre- vailing wage rates as determined by the Industrial Statistician of the Department 3f Labor and Industries. If the wdge rates are corredt, the Industrial Statistician will issue or. acknowledgement of approval to the Contractor and/cr Subcontractor with a copy to the awarding agency (Owner). If any iuco.-rest wage rates are included, the contractor and/or Subcontractor will be .iotified of the correct rates by the Industry Statistician and approval will be withheld until a correct itatemont to �. received. Loch weber claim submitted by a Controctor for payment on a project estimate shall state that prevailing wages have been paid in recordsnce with the prefiled Statement or Statements of Intent on file with the Department of Labor and Industries as approved by the Industrial Statistician. Affidavits of Hages Paid (SF "43) are to be filed with the State Treasurer, or the Treasurer of the county or municipal corporation or other officer or person charged with th,: custody and disbursosent of the state or corporate funds as the case may be and two (2) copies of each affidavit are to be filed with the Director of the Department of Tabor and Indua les, Attention; industrial Relations Division, 16ol Second Avenue, Seattle. Whenever practicable, affidavits pertaining to a particular contract should be submitted as a package. V-20 SVBCOgtRACfO s A list of subcontractors and suppliers that will be involved with this project shall be given to the Engineer for his review and approval immediately after the contract has been awarded. This list must be received by the Engineer before the contracts may be signed. SP-21 CHANGE ORDERS All additional work th«t requires compensation to the Contractor for items for which prices are not included in the contract shall require a wri,,ten change order before work may be done. The contractor shall be responsible for acquiring the necessary change orders that are required by any of his subcontractors. P-22 SURVEYS Section 5.06 of the Standard Specifications shall be amended by the addition of the following sentences ^The Contractor shall notify the engineer a minimum of 43 hours in advance of the mood of aurvoys." SP-pscge 7 1 ► 4 5 SPECIAL PROVISIONS (CONT.) r SP-18 DISPUTES AND UTICATION (Cont.) the State of Washington and court decisions governing such procedure. The coats of such arbitration shall be borne equally by the City and r the Contractor unless it is the majority opinion that the Contractor's fil ng of the protest Is capricious and without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. The venue of any suit ahall be in King County, Washington, and if the Contractor is a non-resident of the State of Washington, he shall designate an agent, upon whom process may be served, befnze commencing work under this contract. SP-la WAGS rCNEDULE The prevailing rate of wages to be paid to all worisen, laborers or mechanics employed in the performance of any part of this contract shall be in accordance with 5e provisions of Chapter 39.12 RCN, as armed. The rules and regulat_vns of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this contract will he performed as determined by the Industrial Statistician of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. Inasmuch as the Contractor will be held responsible for paying the pre- vailing wages, it is imperative that all Contractors mmiliarize them- selves with the current wage rates before submitting bids base] 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 management repreaentativss, the mortar shall be referred for arbitration to the Director of the Depart- ment of ,mbor and Industries of the State, and his decisions therein Shall 1w final and conclusive and binding on all parties involved in the dispute as provided for by R.C.W. 39.12.060 as amended. The Contractor. on - before the date of commencement of work, shall file a statement under oath with the Owner and with the Director of Labor and Industries certifying the rate of hourly wawa paid end to be paid each clasgifisation of laborers, workmen. or -,�chsnics Toyed upon the work by the Contractor or subcoucractor which shall be not less than the prevailing rate of wage. Such statement and any supple- mental statements which may be necessary shall be filed in accordance with the practices and procedures by the Department of Labor and Inhretries. prior to commencing work, each contractor and each and every subcontrac- tor shall file a sworn Statement of Intent (SF 9882) with the owner and with the Department of Labor and Industries as to the prevailing wage SP-Page 6 ti► � SPECIAL PROVISIONS (CONE.) SP-16 SCHMITLINC OF WORK (Cont.) revised by the Contractor and the work shall be performed in compliance with the contract provisions. Paynent, rif airy further estimates to the Contractor after such request is made an,: until an approved modified schedule has been provided by the Contractor may be withheld. Exe- cution of the work according to the rccepted schedule of construction, ar approved modifications thereof, is hereby made an obligation of the contract. SP-17 CONSTRUCTION CONFERENCE Prior to the start of construction the Erlineer will call for a pre- construction conference. The Contractor and his subcontractors shall attend the pre-construction c ulerence, the time, place and date to be determir.id after the awarding of the contract. Subsequently a represen- tative of the Contractor will attend a weekly conferew.e with the Owner's representative to review progress and discueu any orobleme that me be incurred. SP-18 DISPUTES AND LITICAIION Any questions arising between the Inspector and the Contractor or his Superintendent or Foremen as to the meaning and Intent of any part of the plena and specifications shall be immediately brc �ght to the attention of the Engineer and will be adjusted by him. Failure on the part of the Director of F 41c Works or his representatives to discover and condom or reject bad 6� inferior work shell net be construed as an acceptance of any such work or the part of the improve- ment in which the same my have occurred. To prevent disputes and litigation, it is further agreed by the parties hereto that the Director of Public Works shall determine the quantity and quality of the several kinds of work embraced in these improvements. He shall decide all questions relative to the execution of the work and the interpretation of the, Plans and Specifications. In the event the Contractor is of the opinion he will tw damaged by such Interpretation, he shall, within three (3) days, notlfy the Director of Public Works and the City Clark In writing of the anticipated nature and amount of the damage or damages. In the event an rlxes,aent caunwt than b-i reached within three (3) days the City and the Contractor will each appoint an arbitrator and the two shall seleer a third. The decision of the majority of the arbitration board shsl'' be binding upon both parties and shall be delivered before any work is performed upon the feature in question. The arbitration shell be conducted in accordance wi b the statutes of SP-Page b 1 SPECIAL PROVIS Op8 (CONT.) SP-18 FIELD CHUM Any alterations or variances from the plans, except minor adjustments in the field to meet existing conditions shall be requested in writing and may not be instituted until approved by the Pohlic Works Director or his representativts acting specifically u on his instructions. In the event of disagreement of the nscessiLY or such changes, the Public Works Director's decision shell be final. f SP-14 FAILURE TO MEET SPECIFICATIONS In the event that any workmanship does not meet the requirementa or specifications, the City may hove the option to accept such workman ship if the Director of Public Works deems such ace�ptence to be in the best { interest of the City, provided, the City may negotiate payment of a lower unit price for said workmanship. SP-15 PROTECTION OF PUBLIC AND PRIVATE '7TILITIES The Contractor *hail conform to Section 5.04 of Standard Specifications f in regard to protection of public and private utilities. Location and dimensions shown on the plans for existing underground focWties are in accordance with the best available Information with- out ....overing and measuring. The Owrar does not guarantee the e!ae and location of existing focilities. It shall be the Contractor's responsibility to contact the T TLIEPNOItE NYNY, ER COMPANY and the �ah7 N _✓___f���L��T�gg a �� > ��r exact If M r respective u ee. eo, c e e CABLE TV COMPANY if necessary. SP-16 SCHEDULING of WORK Section 8.01 of the Standard Specifications shn_1 Se deleted and the following innsertsd: Promptly after the award of the contract, the Contractor shall submit for approval to the Engineer a progress schedule. From this informa- tion a programs schedule diagram wall be computed, plotted and a copy returned to the Contractor, payment to the Contrwtor on any astimate may be withheld until such a schedule has been submitted and approved. Should ft become evident at any time during construction that opera- tions will or may fall behind the schedule of this first program, the Contractor shall, upon request, promptly submit revised schedmlae in the ammo fora as specified herein; settinng out oFarations, setlsde and eauipment,added labor forces or working shifts, night work, etc., by w"ochh time lost will be made up, and confer with the Engineer until an approved crowd modification of the original schedule has been secured. Fur- that, if at any ties any portion of the accepted schedule is found to conflict with the contract provisions, it shall, upon request, be i 0-Page 4 n,t 't 1 SPECIAL PROVISIONS ((;oNT ) SP-09 AFFIRMATIVE ACTION PROCRAN The Contractor shell be required to read and abide by the City of Renton Affirmative Action Program as incorporated In this document. SP-10 NON-COL:ASION AFFIDAVIT The Contract ' Quill be required to execute a Non-011lusion Affidavit to satisfy the City that the bid offered 1s genuine, is not scam or collusive, and in no respect or degree is made in the interest or on behalf of any person, firm, or corporation not named in the proposal containing such a bid. SP-41 NONDISCRIMINATION IN EMPLOYMENT Contract- for work under thin proposal will obligate the Contractors and subcontractors not to uiscriminate in employment practices. The Contractor shall also be required to execute the Non-Discrimination in Employment form as incorporated in the document. SP-12 STANDARD SPECIFICATIONS Its Vecial Provisions hereinafter contained ahall supersede any pro- risions of the Standard Specifications in conflict therewith. The Standard specifications foi Municipal Public Works Construction prepared by the Washington State Chapter of the Arerican Public Works Association, 1969 Edition, shall be hereinafter referrer' to as the "Standard Specifications" and said specifications together with the laws of the State of Washington and the ordinances and Charter of the City of Renton, so far as applicable, are hereby included in these specifications as though quoted in their entirety and shall apply e.wept as amended or superseded by these special Provisions. A copy of these Standard Specifications is on file in the office of the Public Works Director, City Mall, Renton, Wash., where they may be examined and consulted by any interested party. Wherever reference is made in 1.e Standard Specifications to the Owner, such reference shall be construed to mean the City of Renton, ana where reference is made to the Engineer, such reference shall be construed to mean the Public Works Director, City of Renton, or his duly authorised resistant or assistants. �P-iage :I A (y� •< aw, i Ysn��.♦yfi.t' pp������������rw elf'-�r.�. aiOtlat nWIAMM �3 SP-06 w,arrC 1L�L1Tr ACD P8OPL�'Y Dams, ZNSOaammL'£ ,. ......: Sha r�ntraatnr shall nht•in end Fttp '.contract, public liability and property damage insurance in companies .,and in fors to be spprovad by the City, Said insurance shall provide ,,coverage to the Cortractcr, any subcontractor performing wark provided by this contract, and the City. The City shall be named as an additional ad on said policy i.aofai' u- the work anA obligations performed the contract are conoanA, :Rue coverage as provided shall protect at claims for p»rac:al injuries, including accidental death, u well as claims for property dasagw which say arise from any act oI 4isaion Of the Contractor, or the subc±ntraccor, or tag anyone directly or in- directly employed ty either of than.. r; She minims policy lisita of of such insurance shall be me follows, aodily injury liability coverage with limits of not 1-sa than $100,000 for bodily injury, ticludtng accidental death, to any one person, and subject to that lisir for each person, in an amount not lase than ` 9300,OOh for each accidents srd property damage c r»rage in an smount Of not less than $50,000 for each accident. A copy of the insurance policy, together with a copy of the andorsamenk 'eming the City as an additimal insured, shall be provided to the City mtthin • reasonable time after receiving notice of award of contract. OF CAPJUAQC Or ZVBUMMCS Contractor shall furnish the City witiu satisfactory proof of mrzLags of the insurance required. 07 GWk faurin== QMJMMGd[2=KYj2 The Contraeto)r shall be required to execute the "Certification by Prepceed Contractor, Subcontractor and Cupplier lugarding Squal imployeent Orportunity` foam, as incorporated in this document. Us shall also abide by all rules and regulations as required by the Instructions of the aforementioned form. lP•08 PIA MACTIC88 PGLICT Ths Contractor shall W required to read and abide by -The Summary Of Fair Practices Po11.cy of the City of aenton•, as incorporated in this document. SP-Page I r ��lA �QVISIONS 10ENEkAI. PROVI I1.M ' 1tP=?�UEGCRIYIION r,tl, The work to be performed under this contract CCnal5t5 of furnishiiq materials, equipment, tools, labor, and other worK or items incidental thereto, and performing ali work as required by the contract in accord- ance with plane and specifications and Standard Specifications, A11 of which are m*de a part hereof. This improvement is subject to the installation of 164 and 24" ductile iron water main and rolated facilities in South 43rd Street at Spzingbrook Road South. , f SI-02 DATE OP BID OPEMIMf Sealed bids will le received by the City of ;+enton, Washington, by filing with the City Clark, City Mail, Renton, Washington, until 2:00 o'clock I.M. Pacific Standard Time, April 11, 1973, and will be opened and publicly rea-i aloud in the fourth floor caiference moss. Sp-03 MATEPIAIS SOFPL,y V The Contractor shall supply all water pipe, fittings, fire hydrants, gate valves, and cast iron valve boxes wit;, their rwluirrd accessories, other material such as concrete blocking, shack',* rods, fire hydrant guard posts, valve markers, and all other materials necessary to make a complete installation. SP-04 CCNSTASICTIOM DIRECTION The starting location for this pro'-It will be at Station i(1e2: north of the intersection of South 43rd Street and Springbrook Road South and then progressing to the Seuth. 21-05 TINE Ot COMPZ ION The Contractor is expected to diligently prosecute the work to comple- tion in all parts and requirements. The proj*ct shall be completed within forty-five (45) ealenda. days excluding day of starting. Provided, however, that the City Council shall have the right upon request of the Public Works Department, City of Renton, Wesbingtm., to extend the time of com,.letion of said work. No extension shall :re valid unless the same be in writing and accompanied by the written consent to Ouch extension by the surety on the bond of the Contractor. Time lost in replacing improper work shall not furnish any graunds to the Contractor for claiming an extension of time for the completion of the work, and shall not release the Contractor from damages or liabili- ties for failure to complete the work within the time required. SP-Page 1 � e: .j Y Xi 1 BOND TO CIrY np Fir.TnN KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned �L t�Rin �.' o/✓_cT'?UP TioN �a r✓r a r as principal, an & t1A61Fi :MSURAW CO!1PAR�_, cr,poiatiori organize and existing under t e laws o the tate o h;j rF as a surety corpor- ation, and qualified under the laws of the Stato or Washington tolecome surety upon bonds "$s. of contractors with winicipal corporations, as surety are ointly and se a ally held and firmly bouna to the . ity of Renton in the penal sum of S yes /2 for the pay- x/ sent of which sum on demand we bind ourse' res and our success r—s, heir.;, administrators or r personal representatives, as the• case may be. This obligation is entered into in pursuance of the statutes of the Stats of Washing- ton, the Ordinance of the City of Renton. T(1 Dated at ► eyt}On Washington, this 1$(a day of IgLt 19 7_j Nevertheless, the conditions of the above obligation are such that: WHEREAS, under ani pursuant to Ordinance (or Resolution) No. or by Council action of the City of Renton, passed 19 _tKe Mayor and City Clerk of said City of Renton have let or are about to let to t e said— the above bounden Principal, a certain contract, the said contract 11 being numoere and provi " p, f WAT'-=if H-4/121 s-/L D. 1. L✓.ale? M u.i✓ oi✓ .S', 1n/. 43g' .rr!E rt .� (which contract is rerrETtiT <P N o /a1?neue.oa as though attached hereto), and hNEREAS, the said principal has accepted, or is about to acrent, the said contract, and undertake to perform the work therein provided for in the m:.iner and within the time set forth; NOW, THEREFORE, if the said PR//!/(�/P,¢L shall faithfully perform all iJ- of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub-contractors and material, men, and all persons who shall supply said principal or sub-contractors with prov.s:ors and supplies for the carrying on of said work, and shall hold said City of Renton har.,. .ss from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or uiy sub-contractor in the performance of said work, and shall idemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as speci- fied in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. APPROVED as to legality: D1 6R1U Coysr'eV6 riaN ( .n_7i✓b, Approved: .PA'JL M1 A MAIMIT IZURAW JONN C q!^r�ON I t BID BOND i I r KNOW ALL MEN BY THESE PRESENTS: That the undersigned Principal and Surety are held and firmly bound unto CITY OF RENTON ! as Obligee in the penal amount of the deposit specified in the call for bids the payment of which thu I Principal and the Surety bind themselves, their heirs,executors,administrators,successors and assigrs, jointly and severally, by these presents. The condition of the obligation is rich that if the Obligee shall make any award to the Principal for Furnish and install waterstain in South 43rd Street at Springbrook Avenue South according to the terms of the proposal or bid made by the Principal therefrx, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obliges: the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages the amount of this bond. SIGNED, SEALED AND DATED THIS 1lth day of April. 1973 _ PRINCIPAL: SURETY. of ORIO CONSTRUCTION CO_ INC- =T_ PAUL FIRE L MARINE INSURAurr COM NY By Anpnrya.i�et Hazel I . Taylor i , ♦ f, er 5 „e w i 5/15/73 G 1730 12 .00 DI ORIO CONSTRUCTION CO. , INC. 2821 S. 200th Seattle, Wa. 98188 f t N SCHRWLr A SEMXAL namrA& IMMIM r- Td-ol %*As section, Special Technical Provisions, is devoted w features of - claw-the-sits conditions Which are peculiar to the water facilities to be c.wtructad for M-394, S. Ord Street, V.A.D. Project g8-1-102(22) . Articles, and material, vVerations, or methods manUmod. herein tr indicated on the drawings as being required rcr the project ehall be provided by the oontractor, And he shall yrovAle each itw mentiemed or indicated and perform according to the seditious stated in oath operation prdseribeC, and ptovide therefore all necessary labor, sgnipmant amd incidentals necessary to make a oemplete and opersbls installetiaa. 1Fo Attempt has b..an made in there specifioations or plans to sagregeta Inosk covered by any trade or suboontract under ons specification. Sash lion and astabl"Mant of subcontract limits will be Solely a tbmn of apectdto agrewnt between each contractor and his Suboon- rotors, And shall not be based upon Any incl.sleh, sagregat;.an oz WAIR* in, or of, those speeificatioAS. The Contxaotor emo suboea- taw in eedh Cans 1A warned that work included in any a+dhcontract may divided between aevarel genera) spseifi7ations, and that each general h > . iftoation nr sub-head of the technics: epwificatlow asy ta►:lude - covered by two or more subcontracts or work to axosas cf shy ems t. act shall ir. general be performed in h"60400" Age ions of 'Standard Specificaticas for ataeieipd I Qc':ion" praparw: by the washtngcon state Chapter, iforks Association, and is accordance with the regaire- .trs of Me0 City of Alaten. except As othsewiaa wended, madlfied, or Mod is tbeaa Special . .ohnicAl Provisions. Itme of work set ly Severed in these Special Technical Provisions shall be 11 i0aa94mnee with the requix4mento specified in the A.P.U.A. -d SSao`ifidetkLMJ, and in WC=damce with the City Of imnttn 40600 e. in the Immmeactior of the Work it ksetmes necessary to interrupt ting stttace Crednage, sewSAA, undN.rdrmins. conduit. ntilitiese or undargrwd stroctur", or Parts tharvhf, tbw contractor shall rrspecsible for, and shall tote ail necessary pceoautiow, to Pro- t mod prowidr tw}oresy services for same. The contractor sbsll at ex expemaa tops" all damage to scab 9wilities or straetaxes dme nocatVantion operations, to the satisfaction of the eaginser. Ts- k. , 0: rt ti#a MINIM M WAGE AFFIDAVIT FORM c_ 61" City of Renton ` - r ss 1.40 e COUNTY OF 4 x t I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, e I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevail- ing rate of wage or not less than the minimum rate of wages as speci- fied in the principal contract; that I have read the above and fore- 4 going statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. , LUNIKAIAUK c Subscribed and sworn to before me on this ii day of �lotar'y Public 1"C or t date of Washinaton Residing at 4 r r-- CERTIFTCATION OF NONDISCRIMINATION IN EMPLOYMENT The bidder represents that he � has, = has not, participated �., in a previous contract or subcontract subject to either the equal opportunity clause hereii or the cl.,4se contained in Section 3C1 of Executive Order 10925; that he = has, 0 has not, ftlr -11 required compliance reports; and that representations indica. ny submission of required compliance reports, signed by proposed sub- contractors will bp ahtaincd prior to subcontract awards. /T�t--vim'✓(`y�n. !.L%.-..+ r ITLE Oat¢ (T1,e above representation need not he submitted in connection with contracts or subcontracts which aro exempt from the clause. ) D I J 14.43 1 NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ) Cry1NTY OF SS being duly sworn, deposes and says, that ne is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on be- half of any person not therein name, and further, that the deponent has not directly indured or solicited any other Bidder on the fore- going work or equipment to put in a sham bid, or any other person or corporation co refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. SIGN HERE: Subscribed and sworn before me this _ /_ r day of 19 Lary Pub I i c i n! _ ror the Lta te or residing at therein. 1 r s. Availability of minorities and females having requisite skills and experience in the labor area. r-_ 5. The extent of unemployment among the minority and female unemployed woth force within the area. B. perform an analysis of the City's labor :e by job category to determine the placement of minoritie, - .d females at all levels of responsibility. r 1. The number of employees by job classification for each department in the city. 2. The availability of promotable minority and female employees within the City's offices and divisions. , 1. The number and lob classification of employees, by r department, who will be retiring within the next five years. This list is to inciude the tentative data of retirement for each employee. a. The anticipated turnover of employs** due to their inability to perform adequately, by job classification per department, and possible date for action. f C. Establish goals and a timetable for the correction of deficiencies identified. These goals and timetables are an essential part of the City's Attirmative Action program and will be maintained and updated on at least an annual basis. Although the primary concern of theme goals is overall minority and female emoloyment, they shall also include minority and female under- utilization within specific job levels! management, professional, technical, office and clerical, and skilled positions. The goals and timetables established 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 Opportunity Officer shall be responsible for establish- ing these goals. Specific programs which the City of Benton 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. ij 5. Furnish information as required, maintaining an affirmative action file detaiiing its dfforts, with dates, to meet its commitments under Executive Order 11246. All data and docurwutdtlon generated as a result of this Affirms tiv- Action Program shall be made available to any Federal Or State agency for their review upon request. V. GRIEVANCE PROCEDURES The success of the Affirmative Action, Program dcpe.ds largely on the attitude of the community as well an the employee. Opinion as to what constitutes fair and equal opportunity and treatment may vary widely and grievances may result. The following steys shall be taken immediately for any grievance arising from the implementation of this orogram so as to nalntcin the best possible employee-supervisor and city-community relationships: A. The emplovt+ shall bring her/his grievance to the atten- tion of ❑e-:i,ia immediate supervisor or department head, who will investigate as necessary to determine the cause of the complaint and wort with the employee to effect an equitable solution. Ever effort shall be made -o resolve' thr difficulty at this 1,.vel. y B. At the option of either party, the services of the Equal Ornortunit- Officer na.• be requested. The Equal Opportunity Officer shall intervie- both parties, c. nduct additional investigation as necessary, and recommend apnropriate corrective action and settle- ment conditions. C. In the event that mutual agreement cannot be achieved and binding resoi.Otion is required by the city administration, sigred statements detailing the grievance and specific rnvestiga- tiv action shall be obtained by the Equal Opportunity officer from the employee and his supervisor. The Equal Opportunity Officer Mal draw upon all resources at his disposal both internally and those external to the City to arrive at recommended err ective d•liun and settlement conditions. The Equal Opportunity „triter shall forward these statements along with his Own investigation report and recommendations to the Mayor's Office for resolut'on. _. D. The Mayor may elect as deemed necessary and as circum- stances so dictate to refer the grievance to a special arbitration committee. (This committee shall be selected from amonq City employees and consist Of an equal number of management and staff personnel.) The Equal Oonortunity Officer and those directly involved in the grievance shall not be voting members of this oemrittee. Proceedings of the committee shall by documented and their decision shall be final and binding subject to review only by the State Human Rights Commission or thrnunh the judicial system. All sports, 9ecl sic .e, and other documentation generated by the grievance Procedure shall he maintained by the Equal Opportunity Officer as a matter of permanent record. VI. GUIDELINES FOR MINORITY ,J3D FEMALE EMPLOYMENT Fair Practices and equal onportunity within City government cannot be fully realized unail an equitable representation of women and ethnic minorities currently in the Renton area work force are reflected in the City's employ. To determine the area and City work force profile, the City of Rentnn shall undertake the action outlined in Section A and B below. As inequities are identified, corrective measures will be initiated an established in Section C. A. Determine the minority and female profile within the Penton employment area in which the majority of current employees reside. 1. Nun.ber of minorities per ethnic group in this area. 2. Generalized loe4tfon of each einority group (i.e. any significant concentration within the area) . 3. Percentage of rinority and female work force as compared to total work force for the entire area. ''r 4 r III. E10WYR9 DRVEL)PMRMT The hiring of minorities and wort. on a fair and equitable basis in only the (list step in affording 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 actions shall be undertaken to achieve employee job satisfaction and fair treatment and to more su^cees- rally utilise women and minority persons in our work force. A. Assure that there shall be no discrimination for reason of race, color, creed, sax, Aq*. or physical handicaps with regard to upgrading, promotions, trm,sf*r and demotion, lay off and termination of employees. Ar. action which might adversely r affect minorities or women will be brought to the attention of - toe Equal Opportunity Officer. Employee grievances arising frost each action shall receive immediate attention in accordance with Section VI. R. Develop a skill inventory for employees which can be aawd to identif- sunervisory and managerial level position potential. This shall be accomplished by: t nhrirn:nq from the amp loves* a written statement An to their desires, ■kills, and interest in higher paid Positions. 2. Periodic review and anal••sis of employee development progress and readiness to assume higher positions. 3. Identif•; specific positions for which employee qualifies, and assure that requests for interdepartmental trsnsfors and Promotions are considered without discrimination, C. Actively encourage employe+a to increase their skills and job potential through training and educational opportunities. Meer guidance and counseling in d loping programs tailored to individual aptitude and desire$, �q full advantage of programs offered by the State Department o. .jplcym*nt Security and Manpower Develonment Programs. IV. LIAISON AND COORDINATION A. There exist many organisations vitally concerned with equal opportunit; and fair treatment of minorities, women, and the physically handicapped, and those that are over 45, whose - rsanuresa ran to of vRLuble assistance to achieving the goals o! 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 organisations. In addition to those already identified with respect to recruiting, hiring, and employee development, working relationships shall be maintained with the various civic. lahor, and minority organisations in the greater Renton &rem. R. The City also recognixes its resoons'bilities to comply with and &&sure that equal opportunity and nondiaarimination policies of State or rederel agencies with which it conducts business are carried out. S,ecifically, the City of Renton shall: 1. Ss responsible for reporting to the appropriate agencies any complaints received from any employee of, or an applicant for employment with any City of Renton ccntraetor or mubcontractor, subject to Executiva Order 11316. 1. Cooperate in special compliance reviews or in inve$ti- gationa as requested. 3. Carry out sanctions against a contractor($) and/or subcontractor(m) as required. 4. Assure itself and the agency as part of the grant application process, that the general or prime contractors will not have submitted pr*-packaged bids that deny open bidding to minority or any other subcontractors. j j E. Insure that all mAmbert of Aanagernt within the City are full• aware of and in compliance with the intent of the Affirmative Action Policy pertaining to equal employment opportunity. F. Provide continuing communication of the Affirmative Action Policy to management, employees, applicants for eaployment, and to outside oresniratinn, ^erlcr^..i.^.q services f,. t:uS Ciiy . II. UiPLOYMENT PRACTICES The overall employment practices provide the key to assuring equal wployment opportunities an., achieving an appropriate representa- tion in the City's Work force. The City of Renton shall undertake the following actions to achieve these objectives: A. Review all position qualifications And job descriptions to insure requirements are relevant to the tasks to be performed. Revise as necessary by ieleting requirements not reasonably related to the tasks to be performed in order to facilitate hiring of minorities and women who otherwise might not be considered. S. Pay and fr'nge benefits shall depend upon lob responsi- bility And along with overtime work be administered on a nondiscriminatory basin. C. Inform and provide guidance to those staff and mans meant wrsonnul who make hiring decisions that applications for all positions, including those of minorities and women, are to be considered without discrimination. And that all applicants shall ( be given equal opportunity rugardleas of race, creed, color, national origin, sex, physical handicaps, or age. Primary consideration shall be given minorities, women, and other definable groups at any time the City's work force does not fairly reflect the membership of these groups residing within the Renton employment are&. D. Provide periodic training for managers and supervisors in equal opportunity objectives, making use of such programs as currently offered by the Intergovernmealal 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 of Renton assures equal onportunity and the significance of the Affirmative Action Program. Encourage all mmo L>yses And specifically minorities to avid themselves of serv:ces rendered. F. Re.ruiting shall be accomplished in such a 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: i 1. Advertised in the various Renton area ethnic news meths. 1. Circulated to current staff and encourage present employees to refer minority applicants. J. forwarded to schools in the Renton area with minority rtudents. 1. Distributed to minority and human relations organiza- tions in the Renton area requesting referral of qualified mnnori.y applicants. An up-do-date listing of these organize- tions and their spokesman shall be maintained by the EEO Officer and the City Personnel Director. These organizations would be identified as, but not be limited, to, the Urban League, Equal Opportunity Center, Maids, Kinetachopi, Etc. All employment notification shall include the *Equal Opportunity Employer' ststSMAnt And date of publication shall be at least five days prior to cut-off date for receiving applications. G. Programs such as apprentice, summer and part-time trainaas, intern, and other supplementary hiring programs shall be considered in the same manne- as full-time City positions and be subject to the Provisions of the Equal Opportunity and Affirmative Acticn Programs. lA AFk11'MA7IVE ACTION PROGRAM City of Renton The Policy of the City of Renton is to promote an.i afford equal treatment and service to all citizens and assure equal employment opportunity based on ability and fitness, to all ".clydlest "- ""' "eaS, wiai esciouai origin, sex, physic, l handicaps, or age. �In recogniti on of its obligation to provide community leadership to overcome past circumstances which have either barred, not encouraged, or discouraged representative minority and female employment, the City of Renton has initiated a program of affirmative action designed to assure that the spirit and intent of this policy is realized. The term minority as used herein shall include, but not be .. limited to, those identified as Slacks, Spanish-Americans, Asians, and American Indians. The spirit of the equal opporturity policy includes such persons as the physically handicapped, And those over the age of 45, even though the emphasis is upon minorities and females. The purposes of the Affirmative Action Program are to: 1) establish employment practices that will lead to ar.d maintain a minority composition of the City of Renton work force that reflects than of the Greater Renton community; 2) achieve and maintain equitable and full. utilization of minority and female amployees at all position levels; 3) promote an atmosphere of non-discrimination and fair treatment within city government; a) provide compliance with State and Pederal 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 personal contacts, conferences and orien- tation seas one. Signed acknowledgments Pledging cooperation shall be required of all department heads and supervisory personnel in the City of Rentor and, where appropriate, of all contractors, subcontractors, and suppliers engaged in City-administered projects. Such contractors, subcontractors, and suppliers to whom this policy shall apply 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 exceeding $10,000. I. PROGRAM RESPONSIBILITY To assure that the equal opportunity policy and the provisions of the Affirmative Action Program ai carried out, an Equal opportunity officer shall be aprointed or designated by the Mayor. The Officer shall be the focal point for the City's egl-al opportunity efforts and will advise and assist staff and management personnel in all matters relating to implementation of and compliance with the Affirmative Action ; Ian, and be responsible for the successful execution of this program, utilizing the assistance of appropriate State and community agencies and organizations and maintain close liaison with the Mayor and City Council on the progress of the program. The Equal Opportunity Officer will have the responsibility to: A. In_tlate, coordinate, and evaluate the City's plans and progrsms which are designed to ensure that all current and p os- pective employees receive the benefits of equal employment opportunities. S. Evaluate the Equal Employment Or..ortunity Plans and Programs of the City to ensure compliance with the Affirmative Action Policy. C. Coordinate the attention given to Equal Employment Opportunity throughout the Cis-,-. O. Periodically audit the practices of the City and reconseend ;improvements in the Affirmative Action Policy to the Mayor's office. 1a i i. F �.,o R p'tiT SUMMARY or 7 FAIR PRACTfC65 POLICY O' Tax CITY Or RENTON w ADOPTED At RESOLUTION NO. 1005 NODaV t The policy of the City of Renton is to promote and Afford equal treatment And Service to All citlsens and assure equal employment opportunity based on ability and fitness to all persons regardless of room, creed, color, national origin, Be., physical handicaps or Age. This policy shall apply to "wry aspect of employment practices, employe„ treatment and public contract. r In Keeping with this principle the following cuidal ones are established a..1 shall be the governing policy for all dorartments of the City of Renton. 1. EMPLOYMENT - Recruiting, hiring and appointment practices shall be vonducted solely on the basis of ability Ind fitness without regard to room, color. crowd, national origin, Sex, physical handicap or ago. PROMOTION - Promotion, downgrading, iay01:, discharge and into,- ,Artsental transfer shall be dependent on lndividual performance and force needs without regard to race, color, creed, national origln, .<x, physical handicap or aq', and, whenever applicable, in agreement with wM•hington State Council of County and City Employees, and in com- pliance with governing Civil Service Laws and Regulations. 1. TPA;-MING - All on-the-lob training and city-supported educm•ion.l o,,portunities shall be administered without dis-riminaticn to encourage the f.11ot development of Individual interests and aptitudes. a. SFRVICE AMC EMPLOYEE CONDUCT - The City shall deal fairly and equit- ably with all citizens it serves and all parsons It employs. City depart- ...is shall maintain the policy that no city facility shall be used In the furtherance of any discriminatory practice. Each official and employee shah ba responsible to carry out the intent and provisions of this policy. 5. COOPERATION Mf TN HUMAN RIGMTS ORGANIZATIONS - Thw City shall cooper- ate to Cho fullest extent possible with all organizations and clsmissions concerned with fair practleoe and equal opportunity employment. Such organisations include, but are not limited Co, the Star* Numan Rights Com- mission, the Seattle Human Rights Commission, Seattle Novena' Commission and the Seattle Technical Advisory Committee on Aging. b. AfrIRMATIV£ ACTION PROGRAM - To facilitate equitable representation within the city work force and user• equal employment opportunity of minorities and women in City Government, An Affirmative Action Program shall be initiated and maintained by the City of Penton. It shall be the responsibility and duty of all City Officials and Department Meads to carry out the policies, guidalines and corrective scalars, as At forth by this plogrmn. 7. CONTRACTORS' 1E1,10Arrom - Contractors, subcontractors and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices And Non-DiscrieinatAon rOilciee set forth therein. R. POSTING Or POLICY - Copies of this policy •hall be distributed to nil city emplcyoes, 'hall appear in all operational documentations of the City, including bid calls, and shall be prominently displayed in All city facilities. CONCURRED IN by the City :ouncil of the City of Renton, Mashington this 1Oth day of _ TuIV ly7E. CITY Or PARTON RENTO_N.CITY COUNCIL Carl- - ry Garrwtt, MAV,- " CIVmsr ncil Free., ATTEST: Pro Tom • Oie 001602, C ty C er St$+ °y CGTVICATIUB BY pR0MUP OOMIfW,'fq, SUBOOMAAC1Yi AM WMILIt ACGRDOI(i rlp;AL UPWYMi:Ni UY",,h1YY Bar of ftins, Comitle,to, lnst,,wt ono set This cartifiratioe is required pwrwant to redarol Cwecuties Order 112a0. The feyleeentlry ruin and regulotluma pre.id. that Bnr, bidder or .....mcttvs contractor, or any of their prwpommi eahenotramtors maw wppli.ro, shall .4b as a Wtial pan of the bid t or ncgutla[loss of the contract rlstth., It hen p.rticipatad In any prawtou. control[ or whontract wbleet td the ayal apprra. .try suns; •cad, 1f me, whether it Me filed 611 cospltance reports due whose Appltrablo instructions. The 0 . heretofore adopted Bealutlon No. 1805 wh4ar Gte of July 10. 1912 N[abll AhlnF • ^r.ir ft.",... policy', eentad n, .n ^A//irrtiv. Anion Prance^ therein ..". ual,ina M and ' hr...^,. .r,. w, .w .., s.,. . . afford mwpA trato it and reeks to all ritlNhs and to sown equal aployrnt opportunity herd on ability ahofitram to all perst. remold".. of role, cried, color, wtLststl origin, .... physical handicap. or mgo. 'this policy shell likoviN apply v all can,r•More, a oratraetors mod wppl term caMurt IN buatwom of th the City of Bodtm rho r loan Ahell affirm And wbsrlI be to amid practices aed poli^tie. The dwaentlord provisions shell not apply to eometrse[s at autavntnct. for standard ears- (` rlAl suppliers or raw materials x firs or Organizations with Lam than 25 oup"yas god/or contracts of 1.am tons SIO. o bwi. w.. p+ star with the City. The ohosnigmrd contractor Hurefon cwewnb, .rfpulatso and .,rev. that dur,, the p.H.casome. of this, coutract that he will not dncrbtmte against may, pardon in hlri%, prmttnd, discharging, coyamAHma or In any Other ten o ondttlon of gtplay- menq 4reason of much person's cars, :rand, color, religion, ancestry Or tuitional orlgtn am Iplrrorad byr1M ^Afflamattem Ac^Lm ProRrme'. Contractor further otr.re that he will take affirmative and ci,ricirsawis action to ingrre full compliance with such policy and pro- (^ era in All +.mpmrta; It he4g strlctlY understood and dgemod that f ra Allo to cooplY wl:h MY Of the terms of maid prwlalm shall he and cVeolltan A materi Al breach of this contract. Contra"., Null, upon ro,ue., W/or .. non as ioamilil. thernft.+, fwrnlen onto she City Any .,d .11 inforrtlon and reports regwlred by the City to detarelne whether full ropltsoc. ban Was mods by the contractor with said policy and prof.ant con- tractor will mmit scrams to him boron, records and acclimate by list City for the purpoN of lowaNlptton to..M.la each conglianca. CoAtsaetor furtber ackmwleysa [hat ha has aowlred a it. and conplet. copy of the City'. -r tr prmeticao policy- and ^mfflrr- �. tlma Anion Ptgram^. CdtRIAL7 IOCMf1PIGTkiM Iq.l.. G1.;,:�, �•( /O<ll/� .. s , Y CfITIF;CATpOM BY COMIPACM Y [ n Bidder" won, ,iL1 L�nbt: �wC'nti+ /` . �" hepeommetattre., h ( ' ( � 'I Title: � : . Ay O:ons: lA J 1 t SUBCOBfRACTi'B fLtTlyiGT1(r babconteartor's won: Address. W p+eaati tiven Tills: Rom: SUPPLMIS CLMTIFIGI'3oB 6upYl loe'a Bass: Aareso: R.pnawta[1 ran: Title: :'horn: _ 1, cootractor/fubeontractor/SupDlter Me portlripnted In . prnlw. cos ru or noncontract wirlett to the CRonl opportonity Claam. YN Iso 2. Conpl.ance rt-,.,rto wart vyo:nd�tol W filled In oohwet 4r,with wci: contract 01 wbcom+Nt. Yso Q mo J 0. ContnatorYNbr�nor/�ypli� filedNg Yuspolin r no dm b onur application iwtro^[lew. hower a• if answer to Itam B 1. 'ft , plaman s.p"18 LA datkil on rinses .lm of this "niffretia. Cartlf/cation - The lnformatlon •ban. 1. tens ad coyleta to the beat of ry kroeiedg0 are heliof, !'� L �. O'Afo Ill r I 'N e%- �f�' • t 71 N YP•I ��sti�a tore •JAL—a Miowd Is,City Aatwltp, r � t f p t , I Poor I11140\of w\aAi\y1w,Oww CERTIFICATE OF INSURANCE of I.ti Imo`"'"" )Qr BULLETIN NO 71 2 If nua n my,�sr omoy, lens II{1Q7( roq h NNw.oN olKr\a. 411 Certificate lulled Tat �» W.r roue naa.,N r City of Renton Mram. n r, pmpr \ rynoma \r avm..ary W \WI WVYO i Municipal Building ..w.e. N 200 Mill Avenue South �. Renton, Washington 98055 IQ Name ofinsuredl DiOrio Construction CO. ,Inc. and as respects the project listed below, 6 THE CITY CF RENTON This is to certify that the insurance indicated hereunder has been issued and is in full force and effect on the effective date of this certificate. AMOUNTS OF LIMITS COVERAGES PROVIDED ' I 1. $100/3Li,000 - Bodily Injury Comprehensive General and Auto Liability 2. 5G,000 - Property Damage 3 4, NAME OF INSURANCE COMPANY POLICY NUMBER EXPIRATION DATE 1. Harbor Insurance Company II2620 7-1-75 2. 3. a. Description of item, location, or project to which Ibis certificate applies: Water Main on South 43 rd Street at Springbrook Road I Ten (10) days' written notice of cancellation or reduction in amounts of insurance shall be given to the above named holder of this certificate. Date of Issues May I.......197.3..... ..,._ _.__.,...._. JO N f1 COMP NY ; IOOS feat Roy Sf,eef Seattle, Washington 98102 EA 2-7344 1 '� t SPECIAL PROVISIONS (CONT.) SP-32 DUST ANT MUD CONTROL (Coat.) Duet and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints on duet, mud, or unsafe practices and/or property damage to private ownership will be tranamitted to the Contractor and prompt action in correcting will be required. Written notice of correction of complaint items will be called for should repetitive complaints be received by the City. SP-33 PAYMENT TO THE CONTRACTOR Payments to be made to the Contrector will be made in the manner nuLlined in Section 9 of the Standard Specifications. payments shall be made in Cash warrants. Partial payments on estimates may be with- helT—unt7l ww progress schedules as described is Section SP-11 of th.se special provisions has been received and approved. SP-34 LIQUIDATED DAMAGES Liquidated damages for failure to execute the contract as specified and in accordance with Section 8.08 of the Standard Specifications will be assessed as follows: One Hundred Dollars ($lGO.00) per calendar day plus cost of inspection, supervision, lrgal expense and court costs incurred beyond said date. The cost of additional inspection and supervision shall be an amount equal to actual salary coat, plus one hundred percent (100%) for overhead and other indirect expenses. SP-35 AWARDING Of CONTRACT Awarding of contract will be based on total sum of all schedules of prices. No partial bide will be accepted. .�P-Page 11 'p a Ta-1] raaaoaaemsa wren ginsserr t � '" 7• .ifctiiia, f�rnf iim aed srin��Llf.•w of a Se � - w t< at+.ic. She farniahiaq of the fittings and pipe necessary, &W the reinstallation Of the existing water services shall be paid for at the spplizeble unit prise for euh, in place, 09•p1ste, which shall constit,.,+,r f,11 ocapeasstion far tho individual water service as Astailed xr the isprowra,t plans and in _ aeafamumee with all samfaotursrs installation. The ('cneractor shall sappiy all ■*bride fer the water iarvioee. The wit prize bid shall include all owts to n444j the canaaction to the water maim, furnisb end install the water eervioe, and cosaeot to the existing water weGar. The unit price bid also iruludes all costs to adtest j' Wv 41or ralocate the existing water meter, u required. i 1 s t •� lHgage 13 Y, JfII 1 o, � anyl„Iastallatice-a"Ara Valyl. t.) (S) A" Butterfly Valve assembly in precut uovcreta vault shs.l be measured Mad paid for at the applicable unit price per each, in piece ouWate, w,biah $hall deeetitate full compen"tLo n for the furnisbing and installation of Valve, precast concrete valve chmaber, and all other necessary ae7essoricr for a complete installation. �.Jhf4i:in5 Fire hydrente aseamblies shall be measured and paid for at the elf livable unit price per each, in place, complete, which shall eostituts full co*yeveatim for the furnishing end installation of tes, valve, valve boa, spool, fire hydzant, Shackling, iutallatioa of blocking, braving drama, fittings, painting shackling " hydrant, guard "to, and all other neoesaary aceuacrias for a m+mplate installation. •. Inmtel�aticn ct HtCims ritting installations ehsll be incidental to tee cmtract. .._ - f. jay eYYd I:wstalLtlot of C!Amazeu el,�� Ccausts blocking shall be me rwwed and pall fm at the applicable coa- trout price, per 08410 yard, payment of which shall COVAutute full compensation tar furnisni:.q the naterial in pl,wo, complete. g. ,and Installatr &M of select -free, Select becktlll shall be *assured and paid for at the applicable contract price per tca payment of ,dhio h shall constitute full compensation :or " furnishinq and installing the material, in plows, complete. a h. +jj�� „�-jgtim of la Cold Midi !C Cold We Asphalt shall be measured and paid for at the applicable ooutract price, per ton, payment of which shall constituw full oorpem- setinn for tuvnW ing and installing the material in place complete. L. fat+>ti&IN.4f AagWtic�Cancreta Asphaltic concrete potahih+q shall be meamwed ern.l paid for at the applierWo dentract price, per tor. as par Bastian Sf of the standard apmotficattots, Payment of which shall constitute tali eaape eatioc for the resurfacing complete, including subgzade preparation, preparation of and connection to misting pavements, base course, tack cost, finishing, end all necessary Incidental work. TB-page 12 Y y t I =/-.13 i AM= AND PAMlff Unit or Imp sem bid prices for all items shall include all costs for labor, equipment, materiel tit included), testing, relocation and - modifications to existing utilities, and all incidentals necessary to asks the installation complete and operable. b. Parniehing and inatallatioD of Matey Pik» t Th& prise per lineal foot foe inst,.11i ng of the water pipe. miss eW quantity listed in the bid schedule, shall constitute full compensation for the water line in place, complete, including, notarial, clearing, grubbing, stripping, all pavement removal, excavation, trenching, haft- filling, foundation preparation, compaction, pipe laying, jointing, fitting installations, shooting, storing, dowatering and excluding temporary restoration, Conant concrete and asphaltic, c,morets resurfring or patchirg. a, b Amin And lns>jalaaSion of cat• wlyn Annmhiies (1) The 9" and smaller gat& valve amsemblies shall he measured and paid for at the applicable unit price per each, in place, complete, wtioh shall Unmtitnto lull comoansatikm for the furnishing and inotallat;uo of vulva, valve boa with "tensions, if r,eca.aary, concrete valve marker, and fnr all other necessary azceaow ies for a complete installation. (2) lb' autterfly Valve Assembly shall be assourvi and paid for at the aprlicablo unit price per each, in platy, complete, which shall consti- tutoo full omapansatioa for the tunishing and inner]lation of the Volvo and valve boa", as well as the furnishing and inatallation of concrete v&1V" markers, if required, and for all other necessary accessories for a m..,epl&u installation. (3) 16" butterfly Valve Asaml,ly in preaaot cunerote vault shall at S"owAd and paid for at the agaicable unit price per each, in place ociaplete, which shall constitute full ccaparatior, for rho furnishing and installation of valve, precast connrots valve chamber, and all other necessary aoceasorias for r 7nplete installation. (f) 2e" antterfiy Volvo Avembly shall be measured and paid for at the &pp11- eabla :alit price per "oft, in place, complete, which shall constitute full cesy~tion for the furnishing and installation of the valve, and valve box,m, am well as the furnishing and installation of concrete valve manor, tf required, and for all other necessary accessories for a c mnplote installation. Ta-Pape 11 n MiMICA P"fiillelS W- n4L-VZA 4�rs1 Mddraatatie Pressure and laekep tests on Live new pipeline shall be ands in aeeord Wo ♦ith applicable provisions of AMU CSM-64T or Ci03-64T and Section 74 of the A.P.W.A. Allard Spocifiuetions, except as modified hersin. All egoipmnN necessary to arks the test; shall be furnished by the eontrootor and .ha cmntrmdtor shell Conduct ail testa under the sugar- vision of the "i"Or, b. Pressurfa Tsn� Prior to soesptance of tee system, the installation sail be subjected to A hYdPOP IC Pressure test N 260 psi, are any leaks or ielpWsc- times deraloP'I under said Pressure shall be load ad by tht cwu%ttor before final actfaptonco 7f the system. nw contractor fh�. 1 prpv'de ail " Ceftary WPeent And shad perform all work connected with the tests GM deduct said tests in the pwaena of a utilities Department pastor. I,ssofar as practical, tests shall be mada wild, pipe joints, iMP and valves exposed for inspection. retpfrod after the errssu:e test her; been satisfac- 1 an the nave pipe)ise or concufrontly wit'n the preemrrra t6�sasure for the, lacks" test stall be equal to irlteoiAen txr system shall be roquirod prior tof1�. aof the prefect and shed be to aaord"nce with AWMA MI-64 and Settlen 7e, of the A,P.M.A. Sts"dard Spscificattom and a11411 mast the eooaPtionee of ;tie State of Wrshingten 3opartment of initial 00FICIO►twOmn of nblorine in tht line shall be 60 Ilion and this solution sail be held for a period of 24 faction of the entire water system installt.d or disturbed eentreet, ine-lading pipe, Pipe fittlMrps. vatws and eppur- �s, i,s required to conform with the SPecificstions stated herein. time that the work is in P Toss, the contra-tor shell arks triosain the site in a neat and orderly condition. Ail , exams errcavated material, brokan pavement, etc., as soon as practicable. Should the wont not be win- factor, :onditice, the shs6lneer may Cayce the wtrk to t Lip a19sn-Up" portion of the work has been done to the of the owner and/or anginser. TS-Page 10 , � ti lPiCm v==& ngmm (cedar.) T11-07 PIN 2 unt ) 9• fire dtvdrant Aee&ablir (Treditf "7 •��Pt (C�#) The Tire Hydrant Assembly shall ncolude, l+t" x 6" C.I. Tae (NJ x FL), 4" Cato valve (FL x MJ), d" D.I. Pipe Spool ipg x let), S" MV0 Fire Sldreat (MJ ^_onnoation), on x 24" C.1. Gate Valve Sox, and 3/e" Shackle Rod with &coe&sories, and hydrtnt extension where call" for by engineer. rice Hydrant guard post Shall be installed where domed ned&&&&ry by the Public Mork& Director and/or shown or. the construction plans. The City of Fenton Standard Detail for hydrant Assembly and hydrant guard pored is bound in these specifications. All "shacklinng", at"' tlo rods and bolts should be given a liberal coating f bitualuous paint. Also, upon completion of the hydrant installation, the ed hydrant shall. be paint with a high visability yellow print. 7_e type of Paint shell be approved .y the Engins@r prior to its &pPlieatd.on. 1` h. S6mfiFi & BlockLM General Aoaor@te thrurt blocking .hail be in accordance witA Provision 07.1e of Section 74, A.P.M.A. Standard Specifications. The City of Mate, fta lard Detail for general blocking is bound in Nee@ specifications. Tf�QS McTaR BeRSf1CR& fte existing water services shall Tannin in service during construction of CHa new wetar Main and 'bail final acceptance of the required test& on the t.sw ■sin. upon final ace•ptance of the nw wain, the rxistinq services will 1W r&inatelled or topped into the nw gain and the meter boxes relocated where b0o""ry, or " directed by the Sngineer. They shall be irstolied as par tt@ City of Renton water arrive sitacifiaations as bound in dlis docament. T1:09 FMZOM(N-QLJRKMR Due to the fact this wort is being pertrxaed in conjunction with the street widening project, the extant and type of restoration will be d*m'Lded by the Engine.% or his delegated representative, at time of installation. basic requireeantS for surface restoration are ss follows, Rondo, strwsts, driveways, Shoulders and all other Murta&ad arena, rmoved, broken, saved, settled or Otherwise damaged dus to rotted"" m of the improve- Hants covered by this contract shall be repaired and ram stawd to match the existi" POW40"t or landscaped &roe awn set forth in Section $d, of the A.P.M,A. Specifications. b. T&nwor, Y IC Cold x Af t nC Cold premixed aepb&atAe concrete „hall be required in sat@ areas for temporary Patching on tale project, where domed A*Cmmry by the ttnginsrr. "-Ipfto 9 TA-07 PIPS INSTALUMUN—traflt') g. fire Nye ran4 AsrAsbises j 'Tjadittonal ftviol (coat.) Irao Fire Hydrant Assembly shall ihcl,sdo, 12" x 6" C.I. To* (NJ x FL), 6" Gate valor (FL x MJ), 6" D.I. Pips $Pool IPS x PS), S' WO Fire { Hydrant ("J Connecti^n), 0' x 24" C.I. Gets valve fox, and 1/4" Shackle Rod with aw"oories, and hydrant extension where 'a.11od for by Saginesr. Fir* Hydrant guard past Shall be installed whare dumped necessary by the Public works Dirsrtor Aran/or Shorn on the construction plans. The City of Renntonn Standard Detail for hydrant Aseowbly and hydrant guard posts it bound in thee* specifications. All "shackling", st4e1 tie rods And bolts should be given a liberal coati of bitm!jmG int. Also, u n4 W pun ewptetlon of tlne hydrant instsllatinu, the hydrant shall be painted with a high vi*Ability y011w paint. The typo of paint Shull be approved by the Rnginesr prier to its application. h. Conetete f19Ckir,c Gawral cowzata thrzst blocking shall be in Accordance with ProPisioa R2.14 of $Action 74, A.P.w.A. Standard Specification*. The City of A4nton Standard ustail for general blocking in bound in these epocifi�,at ens. TS-09 HM'fR fHEy*ree The axift.irrj water services shall remain in service during e000truction of the new water rain and until final 4cc4ptanoe of the regwir*d toots on the saw "sin. upon final 4cc4ptance of the now rain, the existing services will be reinstalled or tapped into the now main and the aster boxes relocated Mar* necessary, Asa' As directed by the angineer. They Aball be Installed as per the City of Rector, we'or service specifications As bound in this doaunent. Tf-29 AIMM 2T OH AP marACff a. Doe to the fact this work is being lwrfoz"ed in corlunction with the Street wid4rLn2 prefect, the sxt*nt and type of restoration will to decided by the Idngihesr or his delegated representative, at time of iwtallstion. Basic ro4)eirem,mts for surface restoration are as follows, Roads, strosta. driveways, shoulders And 4i1 DOW surfaced areas, removed, broken, cAved, G*ttled or otherwise d"SRied dw to installation of the improva- HAM%S covered by this o*"troot 411411 MO rAprirod and resurfaced to Nato, the mGd4tLP9 pavemia.t or landscaped area as set forth in $action 54, •,f the A.►.M.A. fpecit oations. b• '('i ,;llC �,nld Mis AAA.j MC Cold premLrad Asphaltic orncrst4 shall be raguired it Goss areas far temporary pau4ning an this irelect, whsr4 44*nod necessary by the fagLAoor. Tf-Page 9 ♦ f f . 72-07 PIPS INTMJ TIUM (Coat.) s. rMilEdiam to Sxietim Pias and Stan+;a_y,�(Csmt,1 The contractor shall be responsible for the protection of all existinq piping and appurtei,ances during oonstavction, and shall take care not to damage them or their protective coatings or impair the operation of the a.isttng system ir. any way. e r. vim" #Ad Volvo (iunihm valve installation shall be it. acoordance with section 75 of the A.p.w.A. standard Spacificaticas except as modified heroin. (1) S- end smaller gate valve assemblies shall include a valve, an S" x 240 oast iron gate valve box and extwions, and a concrete valve marker if required by the Public works Director. The Contractor shall be required to a"a all connections to the exiitinq water mains, under the supervision and/or inspection of City Larsen. The enlacing water mala, wbiah is to be replaced, is a transmission water- main from Spsingbrook Springs Reservoir and its shut-dorm tame will have to be ainiato. Therefore, all tie-ins will have to be done at the acme time °1 and p»sibly on a weskamd due to :he traffic Conditions in the area. 'TM contractor shall also be required to supply and specials required to makes satlsfaatory connection*. (2) The 160 butterfly valve a7aeably shall Include a 16" butterfly valve W x NJ), S" x 24" C.I. gets valves brae, end a ooncrete valve marker. (3) The 16" butterfly valve assembly in precast oonorate vaultsball Sncinda a 160 laxterfly valve (yJ r NJ) and a prsoest conorste valve chamber. The City of Menton standard detail fair a large preasst ceeorste butterfly valve wl mdrez ace bound in these specifications. (4) The 24" butterfly valve assembly #ball include a 24" 13ettarfly valve (NJ x NJ), Sr' x 24" C.I. gets valve box, and a concrete valve marker. (S) 1be 24" butterfly valve assembly in precast concrete vesdt shoal imaludS A 24• /enttarfly valve MNJ x K" cad S Ptecast M,03:4te valve ohsmber. fte City of Amon standard detail far a large precast annotate butterfly valve obsmber are bound is these specifications. g. l.�C4Ltl'la llgaambalas (Traditional 1CVL) Piro ftorent asawablies installation shall be in a:oordamoe with Section 77 of the A.P.w.A. Standard Specifications. u Ts-Page s ;�,�,.'�' jf�. P1101H/It711/ ICLITB.) 22.-07 WI UWAU"19a b. j*y�nO snd xintiaG Ductile and oast iron pipe and accesaorian shall be hanoled in such a wanner AS to assure delivery to the trench in sound vndamagad condition. perticular r Gore shall be taken not to injure the pipe Uninq and coattng. Cutting of pipe shall be done is a pert, workmanlike manner wit, an apprO►ad type macban:Gal cutter without damage to the pipe. JOiOtisg shall to aCCOMPUShOd in accordance with manutwturer's cocoa- mendsak,oa. Detloation from straight line and grade, as required by vertical curves, hdrixOntal Our~ and Offsets shall not exceed tns &axis= deflection par joint As recommended by the pipe manufacturer. If tha &ligament requires deflection 1n exo"s of the 4,anim.sa recommend", spolsl bands or a OOffioiGnt number of shorter IW%Mv of pint stall be used to provide angular deflections within the limits sat terth. d ARMAJILARGhWASK - All frem ands: bands, tsar, laterals and ehy change in direction of plpiag Shall be adequately brommd and biocnad to prevaat movement from threat by we of SGmareee thrust blocks, tit rod and joint harness". Ceaorate thrust b1O4k4 must be poured against undisturbed ground. "mot blocks shall be provided at all changes in direction of piplel. In Sddition, all Joints at bends or changed in direction, to a point at lest three Joints btyand the tangent point oa either aide of the bend, atoll be provtdoe With a positive looking device to prevent saparation Of the Joint Under full test pressure. The looking may be aocoplished by use of tie rods and joint harness, subject to the prior appCow" of ten engineer. After the pipe has been Joined, ali'med and parmamently bedded, the joints shall be drawn up to assort permanent w&t"-ti,ghtmres but not so tight At to pr-vast flexibility to 411OW for sow mewemast Sonstd by vikWOUC", expwion and Contraction. All (shackling) Stool Pia rods and bolts should be given a liberal coating of bitmainew paid. e• C1�il�sti,ee mina and structures y CanstotiOnu to "toting piping are indicated on the drsvUWs. the ace- tractor nuat verity all existing piping, dimensions and elevation to "&ore proper tit. The contractor shall be required to make 211 ConnaoUOMM to the Minting water mains, m"er the OOpsrvlatOn and/Or inspection of City forced. The Ssiotiag water moirl which IS to be replaced, is a tranwiseson water main fZVW gpeingbrock 11VIAgt Raservoir and its shut down Use will have to be oinimra. Thertfose, all tie-f.ns wilt have to he done at the asks time and possibly on a weekend due to the traftiG coadatiaos in the as". rho roheraCtnr shall also be required tt rwrvglY mmy epeeials required to nand tafaotery schematic". n-Page 7 1 } ltfC a Lm111im ngai m (cm) s6-a szmn rs :ar:. MIM mn rxrrzrca scant.) S. Lrtterfly Valves Suttarfly valVes shall be rubber a utSd rla►m 150 a and conform to AM- CSOM70. VA1VO shaftm shall be of stainless stool ts-S and Valve disas sba11 be Of A raft Ocnstructior. Stuffing boxes and shaft seals shall be �. eueb that they can be adjumted or reP1a0e4 without disturbing any part of twr valve or Operator asswbly except the packing gland follower. Valve Hats shall be aptliod to the body by vulcanising or be olmped to the d.isos ID a rOMWO with stainless stool retaining rings. in either case, the sating Seat surface shall bm "Sinleaa steel. Va1vm operator shall be totally anolasad worn Voss operator. 2Srfly ValVGS shall be Mary Pratt Ooundhog or approved equal. Approval t be Obtained prior to bid open!.nq. f. A--a ■vdrsntq (Traditional Atvis) Pine Aydrsntc .ball be e,orey Type (opahinq with the pressure) conforming to AMA C-302-66 with a 6" inlet and a miniew M.V.O. of S", Two 2 1/20 home ""I" with W&UOMAl Standard 7 1/2 threads per inch and one e" pumper nestle with the new Seattle Pattern 6 thsaads par inch, 60'V. tbreads, 0-0. tSWdQd4.67S and root disaster-5.6263, 1 1/4" pentagon Operating nut and OMIIW by turning cosmos clockwise (left). Sydrants shall be car sfty~ with asahantcal Joint OonnOctians unless Otherwise specified in bid proposal description. 119e YydrantS 9ha11 be of Traffic Type and provision shall be made for drsiss" of barrel to protect units fray freaaing. Fire hydrants shall be +Oeh length ae to be suitable for iAStall►tLOh with aormfOticM to pipiSg in trendue 3161 deep unless Otherwise specified. Piro hydrants sht11 be SOMA -,v approved equal. Approval must be obtained prior to bid ap"to9• TO-07 PTPM 11WALLATIOM a• gloom Pipe installation Mall be in seoordowas with Sention 76 Of, the ...P.M.A. StanAaerd SPSaifidaticros, except as modified heroin. All iruried pipe Stall be laid upwt p ep"Od foun"ti.r. or bedding sat:ariai su that the bottom quadrant is unifr.rAly supported throughout its entire I"th, ea eptai:led in section i71i11CM k y"WIT17M, NMM AMC tACI LL. The Swats" depth of cover for the 24" and 14, watessaLa shall be 410" of owns. MMdapt at the intereoction, whWV the contractor shall be rsquirad to Pr*-44 strlsting utilities and wtabllah an aecepLabla grade oraesittg so ea to dies oil existi.-q uulitles. The trench width for thn above .ball be ad greater than 60' and 62• respectivaly. Ths .inlays derch of COW" for the S" and smaller watemain shall be SIO" with a trench width n0 greater than 30". Td-sago 6 ' ti t a EPLSfBic �Ci1A,iGdir �� (�z) � i j TO-06 PIPING MMMALALS VAL= Am PISR'mw ( as x) a. (Cant.) i Owe tyRs of PiP4 ar i'tdic*tod below r111 be considered for this ps:,jaot. All pipe shall be fabricated to fit the plan and profile shown on the drew- Legs- Orr, type of Pipe shall be used throughout the entire project swept { as r.-aasssry to match existing piping. *or* relooption of or replace- lj went of existing pfPing is necessary during construction, materials used shall match the existirg, subject to the approval of the errgin..er. Ali pike, valves. fittings, and specials Wall be for a minimum water work- Ant pressure of ISO psi, and shall eolform to the requirements of the awlLcablo sections of the A.P.Y.A. Standard Specifications. As modified herein. 1 b. PJiQLtLt.3i�LL!i�" Dipole iron Pipe shall venture to "A Specification AY..51-1965 (MINA C151-65; Grads 69-42-10. K OuftUls Iron pipe shall be cement lined and sealed in Accordance with "A Specification A21.4-1964 (ALMA C104-W, 4" thru 17" pipe OWL be 1/26" osmanx lined and 14" thru 24" pipe shall be 3/32" asmant lined. the pipe joints Shall conform to ASA Specification A21.11-19f4 (ANSA Cill-4). 14pe joints Shall be rubber gaeketed Push-on amdlor Msdunioal as required by the bid Proposal description. pipe thickness class shall be as required by the bid proposal description. C. Cast iron pipe fittiaw a 4" thru 12" Shad be Class 250, as par A" Specification A21.10-13W (AMA C120-64). Joints for fittings ahsll be Mechanical Joint as per ASA Specification A21.11-1%4 (AMA C111-64). Thu above shall hold true vnlysm called out otherwise on the plems or in t_`V Aid Yropoewl. 414 d. (;ate Valwas ?10 VSVO valves shall be cast iron body, non-rising stem, full beorso mewnted with doubts die* gate.. A21 valves WA12 he 4seigoed for a "Sims water OPsratiag Pressure Of two hundred (200) pounds per . square inch and shall confosm to AWMA Specification C-MO-61 and say subsequent sodificatitAm thereof. Sash valve shall be "0" rinq type, Provided with a standard square operating met, and shall open by tsruiwp counter clods ise (left). The valves shall be fOwA Liat 14, oa' Mwller A-23So. ' to-Pape 5 1, 1 t air dip &wp"�jn ^',"' r Jn S ''i " e �`.•.v«'i M1• .. a' TISK'M MWYATiGht, h�DDIm6 Awn OiiZwI*3- iClm.T ) Usnah aacktill and_Ccnnactinn henna 1 'tMto shall be selected by the Nngineer. If one or acre testa 40 act 'loot the opwifioatL*m es stated above, additional tests will. s* taken .requested by the Nnginsar at the Contractors expense. " (3) , All subsequent baeklill under street and arose shall be placed in lifts not exceeding 6 imbes in loose Liplh, and each lift compacted to at least 95 percent. of mmximtml dry density at optimva moistu" contact as dotermined by AlTN Designation 06 "ST, Method J. In-plaos density determination shall be sado in sooardance with AM Designation D1536-50T, except as otherwiso ►pproved by the engineer. Tooting for compactions in the lmu mod areas shall be is aocordanee with the testing as stated in the section an LnW al backfill. ti) Z , No separate or *xten payment of any kind will be muds for compaction, vatting, drying, water, or processing of material*, but rholl ye included in the applicable unit price paid for the waterline in yS pipe, Carplste. f. SPAN" Stough back t l select trench baahfiu for the pipe shall consist of crushed or naturally occurring gragttlar notarial fray roaraes selected W the Contractor. The source am; quality of the material shall be subject to approval by the •mPinddr. select trench backfill shall soot roquiressats for bank tun . . :• aval Gars -a" as oatliaad in section 26-2.01 of the standard specifications. -` Vho horisontAl liaise for aeseuritg select trench backfill in place shall b* the sift of the ONDOwation emc*pt no payment will be and* for material rsplsood out Lis of wstLoel pluhos, 1.0 fast outside of and parallel to the barrel of the pipe ass not the ball of collar. Any exoswtion an seders of the above rogairamenta shall be replaced with the na*A*m ootttrial at select trench i 1, as directed by the Xryineer and at the COUtraot4lq* e7tpenre. The pries per ton shall be Fill compensation of salectthg the sour", furnishing and placing the material as outlined in section 26-2.01 of the st:andtrd spoclficmttans. TM•Da r222IfD Nhit01LI�,c •. ! All pipe slaw as shown on the drawings, and as spectf Led haseLa, are In sef*r*r,m to "nominal" diameter, unless otherwise irdioated. ti , m V1 1. � gp AY i 54YaCL ALKNM PRGV I Nee tC(N{ ) T-06 PAyE1E17 RE 'QVAL. TICEMCM EXCAYATI6N �1n6 ANO BACKFIL [rnr� }yy��yjp Y i�'f41 e. Exeevation jCont.: Exo:ava"On of svtr� desc,•tetion, clsasif"Zitien and o1 whatever substan. Oft snkeenterad witnlu the ,imits of the ^"elect shall be performed to tie lines and �rade� nscesssry for pipe, beddin and structures, and as irsdicated On the lt�eWngs. Tnp,rary drains and drainage ditches :hail be installed to intercept or direct surface water which My affect the the re"lremen forOOR Or on Of backf111 andkall,ll excess ntaricavated a, Nij be masted Aot As specified. No separate nor extra payment of any kind will be mods for storl— handling, hauling or meMpulatlon of excavated materials. j° d. Fggndotl Per rt1on spa %ddin0 FOunddetlon Preparation shall be in ac-Ordance with the sp7,icable proal- elesa Of Seeticn 13. A.P.M.A. 4tandard Specifications, except that the bettoo Of the trench must be shaped to uniformly support the bottom qus'+rant of the pips throughout Its entire length. In Coe wratsbie er urwitable existing mateN:1 is enoounterrl at the trMeh bottom, the englnar mq direct the use of borrow bedding meterial In times. Wet ' dfth tren.M conditions will not necessaril of the y W sidiraedifIcs- as an ilditstion Of unstable conditions. The trench shell be do-watered and an lnapeetiOn Mde by the Engineer to determine the outtability of the trench material. All rzttn for deiratsring shall be the responsibility of ten Contractor. Bes'ni ai shall oe sex required for Bank Run 8ravel Borrow. Tom,► 8ackfill and Lu- " mow, . f1) %MI1. Excavated rrterials .hat are free from mad, arxk, orBafIC mortAr, broken bituminous surfacing, stones larger than a 1.1ches In dimension, and other debris, shall be used for baekftit except whew otherwise rwred. 12) I fi, extending to a plane at isast 12 inches elenq the crown o�T �t p0 1 be hand-pl"d. selscted oxcstate6 material free Prom state, herd lamps or other material hareful to the pipe. Initial baekfill shell be placed around the pipe in layers net exceeding e'lht inches In depth, and each layer shall 5a thoroughly compacted by madnnieal tempers to at 1Nat M Percent of emximus dry asn.ltr at dptf w moisture content as determined 'ay Standard Proctor Compactlonr Yost AM A IMslgoatian C598-t18T, 14804d D, All works related to the tat;n8 Of the Compaction, inCludine Proctor tests end compaction den- se to shalt be by the Contractor at his expense. Three oampsCtion M taken on the water trenoar areas. Tho locati,.ns of the TS-ft" 3 qmqLZ wzmmmr SPECIAL TLCHNICAL PROVISIONS (OK. T$ Od CL&AR;Ns AND GRUBetN6 C1Mring and grubbing Shall be accomplished in accordance with the appli- cable provisions of Section 12 of the A.P.M.A. Standard Specifications except as otherwise provided ;*rein. No separate nor extra psme nt of any kind will be made for clearing sod grubbing. tut will be included In the applicable unit price bid for the waterline in place, complete. TS-OS PAVENEKI REMOVAL. TRENCH EXCAVATION, BEDDING ANO ILL a. 6enerel Psvaunt removal, trench excavation. backfill, foundation preparation and bedding for waterline and appurtenances shall be in accordance with the applicable provision of Section 73. A.P.N. . Standard Specifications, suapt es modified heroin. b. ,P,ynremnent Removal pavement, or other street W. road surfaces shall be cut only to the minimum width which will pm4t the proper excavation and bracing of the trench, red which will allow passage of vehicular and pedostrial tr,lffic. All pavarent cuts ;sett be made smooth, straight lines or to nsrat com- struction ,Joint, card shall be made with clean vertical faces. Removal Of bitumimws end concrete ppaevaments and utilities c'rall be can- ductal in tecerdtrue with Section 52. A.P.N.A. Standard Specifications, i MEAL except as otherwise provided heroin. The contractor shall inform and satisfy himself as to the character, quantity and distribution of all pavement removal. Removal of existing pommt shall cover ail types and thickaMsa of movement. The con- tract price per lineal foot for "installation of water min' shall include full compensation for cutting or Tine Ariiting, breaking and rwowing oil types and thickness K pavement oncountered in this project. Neither separate nor extra payment of or* kink Wit be me* for storing, handling, hauling or anipulation of removed pavement. Excavation contractor shall inform and satisfy himself as to the cherect r, quentity and aist*ibution of ail material to be excavated. No o"M shoil be made for any excavated material which is food for purposes other then those dnignstai. Should the contractor excavate below the designated line and grades wittwut prier approval, he shall repiats suet excavation with approved materiots, in an approved Manor and con- ditiep, at his ore expense. Thom arypinear shalt have complete control seer the excavating, moving, tlacing. and disposition of ail material, and shall determine the suits- 111ty of material to be used bs "afill. All ueuitsblo material sMII bs wanted as specified. is-P•ge a s + f. commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the i contract and prosecute the same to completion by contract or by any other method it may deem advisa',Ie, for the 3ccou^t and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event the <f City if it so elects may, without liability for so doing, take possession a of and utilize in completing said contract such materials, maJiinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site o' the project and useful therein. (4) The foregoing provisions are in add, tion to and not in limitation of any other rights or remedies available to the City. (5) the Contractor shall hold and save the City and its officers, agents, servants, and employees harmless from any and all liability of any nature or kind, including all costs and legal er;,ense incurred by reason of any work on the contract to be performed hereunder, and for, or on account of any patented or ❑:,patented inventixj, process, article or appliance nanu- factored for use in the performance of the contract, including its use by the City, unless otherwise specifically stipulated in this Contract. (6) Any notice from one party to the other party order the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representw r -F ,jch party. Any such notice as heretofore specified shall be given by personal delivery thereof or by de- positing same in the United States mail , postage prepaid and registered. (2) The aforesaid Contract, entered into .y 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: (a) This agreement Ninstruction to bidders Bid prnposal SSd) General conditions SSe Specifications (f� Naps and plans ^ (g) Bid (h) Advertisement for bids (i Spe, 1 contract provisions, if any (3) If the Contractor refuses or fails to prosecute the work or any part there- of. with such diligence as will insure its completion within the time sneci- fied in this contract, or any extension in writing thereof, or fails to com- plete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he , any of his r.uhcontractors should violate any of W. provisions of this contract, the city may then serve written notice upon him and his surety of its intention to terminate the contract, and unless within ten (10) days after the serving of such notice, such violation or non- compliance of any provision of the contract shall cease and satisfactory arrangement fo. the correction thereof be made, this contract, shall, upon the expiration of said ten (10) day period, cease and determine i., every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon tl-e surety and the Contrac W r and the surety shall have the ight to tyke over and perform the contract, provided however, that if the surety within fifteen (lD days after the serving upon it of such notice of termination does not perform the contract or does not Y H THIS AGREEMENT, made and entered into this ,�day of by and between THE CITY OF RENTON, Washington, a municipal co oration of the State of Washington, hereinafter referred to as "CITY" and Di Orio ., Corporat_on Construction, Inc., a Washington/ hereinafter referred to as "CeNTRACTOR". MITNESSETH: (1) The Contractor shall within the time stipulated, (to-wit: within 55 calendar days from date of execution hereof as reouired by the Contract, of which this agreement is a component part) perform all the work id services required to be per orred, and provide and furnish all of the r labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection unu 6-1-1c1(22) with the City's Project (identified as No. W-394 for improve- ment by construction and installation o•": 24", 16", and a" 0.7. Watermair. in S. 43rd Street at Springtrook Road S. All the foregoing shall be performed, furnished, constructed, installed, and completed str' conformity with the plans and specifications, including any and all addenda issued by the Citw and the other documents hereinafter enumerated. It is agreed and stipulated that said labor, materials, appliances , ma nines, tools, equipment and services shall be furnisnea 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, specification4 and all requirements of the Contract. l� 3A �r Peyn J SCHEDULE OF PRICES (SPringbrook Rd. 4 S. 43rd St.) W-394 1 ulu =Y&M SUBTOTAL X7 5.3% Sales Tax 16, TOTAL THE UNDERSIGNED BIDDdR WgREBY AGREES TO START CONSTRUCTION WORK ON THIS PLOX'!T IF AWARDED NINE WITHIN TEN GO) DAYS AND TO COMPLETE THE WORK WITHIN _-Omn-r VE '45) CONSEGLTIVB CALENDAR DAYS YMZR STARTING CONSTRUCTION. DATEi ��-//- i.1- _THIS i DAY OF .^ �.- 1973 SIGNEDjd-L'cz -1 :L' TITLE a- Page ] SCHEDULE OF PRICES (Springb:ook Rd. t S. 43rd St.) u-394 Item Approx. Np. Oiiantity Description Unit Price Total Price 9 1 EA Furnish and Install Tire Hydrant / t Assembly Per SA (Morda) (Tiquv") V) 45 Tons Furnish and Install Temporary NC Cold Nix Asphalt Restoration iee Per Ton 11 a0 CY Furnish and Install Concrete Blocking Per Cub$b Yard 12 3000 Tons Furnish and Install Select Backfill Material /, o• cr Par Tor. 13 65 Tons Purrdsh and Install Select Asphaltic Concrete Surface Restoration Per Ton,/ 14 1 EA Reinstallation of 3/4" water Sa dw Par SA —�� 15 1 LA Reinstallation of 1" Hater Service { /J � or da Per EA �w w 6CkUMLE OF PRICY.S (Sprinpbrook Rd. & S. 43rd ft.) W-394 'a Cos Approx. No. Quantity Description Unit Price Total Price 1 S44 LF Furnish and Install 24" Ductile Iron Class 2, (T.J..) Water pipe Per r.V (Words) (Figures) 2 43D LF Furnish and Install 16" Ductile -� Iron Class 2, (T.J.) Water Pipe i per LF 3 109 IF Furnish and Install 8" Luctile Iran, Classy 2, (T.J.) Water Pipe �z Per IF 4 2 SA Fumiah and Install 24" Butterfly Valve Ascmbly in Precast Conc. vault co G Sir. Par EA S 1 SA Furnish and Install 24" Butterfly Valve Assembly 5 Ls1L:; •.J,l•-r�.c.-.:.�(y..�.'e V':;..CL./� Par SA 1 SA Furnish and Ina.All 161 Butterfly valve Assembly in Precast Conc. vault ' �. vrd:La[�[,�L�JA.1.:: Nlc nt`lret iVyD[?. 6 00 1 -r- Per BA 7 2 SA Furnish and Install 16" Butterfly Valve Assembly • B 1 SA Furnish and Install 8" and Smaller Gets Valve Assuabllyy [ Ale Far SA } i PROPOSAL TO THE CITY OF RENTON RENTON, WASHINCTON ' Gentleser: _ r .he undersigned hereby certif - - that ` has examined the site r of the proposed work and ha.,. read aid thoroug ly un erstand - ` ,the plans, ._ specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications f and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, an ottal amount of bid should be shown. Show unit prices both in writing and in figures.) Sigpatuee��l�j���i/l � Addrosl i .�T% ✓1/ litF T Names of Members of Partnership: ta�f ' <� ti OP aL Name of President of Corporation Sam of Secretary of Corporation ��`-r.:-, ,7 ::i •-•�. v�- Corporation Organized under the laws of /�`'� '�'' .'• With Main Office in State of Washington ate^ w ► i Y�: e - al j I � I A 9a41 FCni•5E4•C[ CI.�MUCLLCII '+• i'`((. IN ♦ D[Vs,.[ TTNAy SF4.✓( C_A{V I MAILER F.9 ASD[„4, MA-N Reduced Prins a. [o{9oanm� e•y_... ' MJEMe1«'�ois—` �_..� rc1 CAST.RDN wow .___ DO Not Seale �—�- J, ANDIC ME'C4 STDI MVR4CN N—M$5-0 } �— C CD:D niTC9 viC±ll MRI bD Vy - <nV O( IRNTON I Cry' iPC,M1NIi -". �A '.I • aq aRn• P �. •r ( DGa q•MR( $N� .1�a .GI IC ION F, cocare Mln4 ew ♦ r�+.�+N.w9Ra(o sYRe((s i MUtLi-W ----._ WATER Ovic-Lb w.. Alf 1a , . a Cs� �' V V —NO. 4 BAR AT e" 0.C. —� —NO. 0 BAR AT S" O.C. W. 3 BAR AT OPENING 4 4'B" I BOX REINF: _ 3 I/4- MESH WITH B'4• N0. 4 BAR At 12 " VERT NO. 3 BAR AROUNC ALL OPENINGS 4 " " I{ 1 (: _ L20" '; /STYROFOAM � c °0 I — 0 j o i r • I 0LL �I 1 N NOTE' oIMENSIoNs SHOWN ARE MINIMUM STANDARD DETAIL FOR 24" BUTTERFLY VALVE, VALVE FOR CH AMBER TAC �G LARGE PRECAST CONCRETE OR APPROVED EQUAL. BUTTERFLY VALVE CHAMBER t 0 0 SHALL INCLUDE �2" MIN _FINISHED GRADE HYDRANT EXTEN WHEN NEEDED s.. _ 1 OLYMPIC FNORY. —OR EOUAL CI VALVE BOX 6" C I SPOOL 6"GATE VALVE(FL•MJ) CONC — R ;r CONC. BLOCKING— +� 1 . BLOCKING .3/4"SHACKLIE ED (TRAVEL `X•6"TEE •FLI BLOCKING HYDRANT HYDRANT GUARD POSTS SHALL BE STATE OF WASHINGTON DEPT. OF HIGHWAYS DESIGN A_ 2' I Q' L _ 2' PRECAST CONCRETE GUARD RAIL POSTS, OGUARD POST(TYP) O STANDARD DETAIL FOR HYDRANT ASSEMBLY 81 HYD. GUARD POSTS TABLE I FIGURE I r Thr at Fiet lrws n Fo�n.le,. '.1st .!_ TYE�pa7 T bust Block t.gcat ions , _ re 014111110105 r'--lm 1320 IIN _. NI . 474 _ IN M30 kmIOCO IN 31 1010 fine i1H an faBA! (J ,'•.. "' ram'. -105 ism ......__!_%_—MN- 1N Ion Miss sis I MN 7m loo 93m 3330 _ ]NO fM r-Ion 3N0 4430 20N Ifm 130 41m 3fm e130 JOIN O \\ feeWO 0 NM Nm ION Z \ r- on f0 NIA —.9040 Y Re `. - IN mm N 37m Jl f00 "'a»,0 Iles ION ism N mm 171m $ 1N0- •r IN 101N INN 1 0o0so N 4010 — IN I'M If0m n 44m NO I'm Jim 04:0 _ 4010 13 le UNO IOON IOON $300 lm 14ON 1011:0 II2N s210 Im 1of00 34400 Jim O210 Se0 _ IH00 _51400 IImO ifie_ -- N"- Is l0fm Sam NO __- Ma MO loom am I5300 n40 IN 310N som Ism NN 3m 13M 32NO IION W"- N 1O0s0 H0s0 le4N CIAO IN 33>N Meet If700 INN IN 27800 21,4011 .13,c Mra i 30) H'100 42m 13IN IICN own"". lr'-- N fO000 43N0 23M low IN 'SM tflm 141= IWm IN HNO $I m N11 I310 iN W3N 31,00 Ham loom m`-m -S{Im Slim WIN ism -. Ion H1N Nlm 30100 ism IN NON N0N MM INN f00 174N_ e:Om LHO 10:1)0 I f1`A "IN -- N11N0 taw gum IN NON OOO 4H00 1100 lm SONOrIN 41100 14100 m0 Ntm 116400 52200 ltRN so"- m 034m II7" 03100 -" 22t00 :•IN Colon IlfOm 07M 344W 4 IN m/00 I310= 740N 37Im m0 SON= I~ f11N 4140 m"- m Mmm I670M p4N--- 4f1N "1 12;m0 179M mI00 4940 Ifs 131M IHms MIND CNN m0 lmam flmm lit" 373N TABLE II Safe Bearing Lctga in U/Sa. Ft. The safe nearing loads given in the following table are for horizontal thr,:sta when the depth of cover over the pipe exceeds 2 foot. SAFE BEARING EONI SOIL Lb. to So.Ft. "Rick, peat, etC. - soft clay 1,000 Band 2,000 BMA and gravel 31000 Bend and gravel cemented with clay 4,000 (lard sl4ale 10,Oto *In muck or past all threats are restricrr.. ey piles or tie rods to solid fourdations or by removal of muck or peat and replacement with ballast of sufficient staLility to resist thrusts. Blocking Page 3 ti Y1 X D. GILUTATI M FAJIJATIOM' Maximum operating pressure 1.5 x normal operating pressure Area of concrete (A) Thrust in pounds _ = T Safe Bearing Loed in (io.,; /sq. ft.) SBL Maximum heiqht of thrust bl,A NO) = Deoth of tree h in feat - h 2 2 Depth of concrete thrust block = (Widt:u of trench in feL-Woutaide diameter Of nice in feet) 2 Y-� x 2 Maximum length of thrust bl-„i. (LI) Arm of concrete A Maximum Deight He Required amount of concrete (cu. yd.) -_ (Height x depth x leagtA)xC.03704=(MmxismxDc)x0.C3704 E. EZMPLE 1. Problar- Calculation of the amount of cmcrote required to block a 903 bend in an 8• C.I. Wetermainl the normal operating pressure in the pipe will he 65 psi and the euil condition in the area indicates send and gravel. 2. Solution: - Maximum operating pressure = 1.5 x 65 - 97.5 psi - Outside diameter of 8" pilx• = 9.05 in. - 9.05/12 ft. - Go to Table I: The •:alculated maximum operating pressure is 97.5 psi, the table does not list this figure so we take the first figure in sequence being 100 psi For an 8- waterpipe, having a maximum operating pressure of 100 psi, we a" that the thrust un a 900 bend is 5,420 pounds. -Go to Table II: Table I1 gi•.es the safe bearinq load for sand and gravel: 3,000 lbs/sq.ft. -Go to Figure I: Figure I indicates the poeitim of the concrete for blocking the 900 bend -Go to the specifications of the project and find depth of trem-rh (h) 3 fast Width of trench (W) - 3 feet With the above assembled information we prxo d to the final -- calculations: -Area of concrete (A) - Thrust = 1.go eq. ft. Safe bearing Load 3000 -Maximum height of thrust black (M.) Depth of trench a h _ 1.5 ft. 2 2 2 -Depth of concrete thrust block (ile) Wid[h of tr nch n_ .eet iW) - wte ids_glalaeter of pips •iZ 2 - 3 - 9,05/12 - 1.12 ft 2 -Maximum length of thrust block (tam) - Area of rumcrets -_A = 1.eP'1.2 ft. Height of cone. t(. 1.50 -Required amount of concrete < (HeightxDapthxLength) x 0.03''04 Uy x 4 x ec) x 0.03704 = 11.5 x 1.2 x 1.171 x 0.03704 0.074 cu.yd. Blocking Pays 2 STANDARD DETAIL FOR GENERAL BLOCKING C'�NCAETE RILK:KING SZZIH(i PPOCEDtINE 1 A. GENERAL _ The amount of roncrete roqui red to anchor horizontal bends, tees, and d",: ends depends on the strength of the sc:l. The methods of placing concrete to keep the joint accessible is sham in Figure I. The area in square feet of concrete which must bear against the Side of the trench is found by dividing the thrust in pounds sham • in Table I by the refs bearing load of the soil as shown in Table 1I. U. CRITERIA - The sizing procedure is for horizontal or downward thrust only. - Height of the thrust block must be equal to or laea than 1/2 the depth fros the ground nuface to the block base. - The thrust block bearing phase is approximately rectangular. h - The concrete blocking shall be as per ARIA specification 74-2.14. C. SYMB026 d - outside Diameter of ripe in Feet T • Thrust in pounds at the fitting (Table I) SBLs Safe Bearing I,oad in pounds/sq. ft. (Table II) h • Depth of trench in feet - w s WiAth of trench in feet L A s Area of concrete w,,ich must bear against the side of the trench in sq. ft. H.a maximum height of the thrust mock in feet Dc s Depth of the concrete thrust block to bearing surface in feet 1. naximum length of the thrust block in feet �,rw..a+ irw wr 4. I �h alockin) Page 1 1 . rt run I y� ^`1 4 NON-COLLUSI(W AFFIDAVIT STATE OF NASHINGT MI ) „ , SS ' COUNTY OF ) y . being duly swore, depc. is and says, that he is the identical person who submitted the foregoing proposal or bid, on,' 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 oilier Bidder on the fore- going work, equipment to put in a sham bin. or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. SIGN HERE: Subscribed and sworn before me this day o' 19�_ otaryTu5Tic n an or me 'S'5 e F residing at therein. �• s r�► O If IGTION BY 1MPi'.Flit llsifsbt"t SU orgiv A'. m AND SOpital AEGMM OwL11 fl@I,,,s M OPp01Tf M of .rtor ---�nfi+raFtawa--- w Th" nrttftcttlon la roquirol •mount to Mdevel CNcutive( r U246. ?Is lsO:rntlryl rota aM nse]1Ut pwedo that uy bidder or proapevtlra mstmetur, or Any "f little pow d .u:x„ot-actor. nd "Uses. ws11 Hate as no e�.tta fart of the bid or wsotsatiars u£ the clircmrt uhatMr It tot participated in any previous a At[gt sr ado t,,a,.t aa►fwt to the apex syro o. .try chow; red, if se, tdeather it Mae fiord .11 cwplietc. to µtit. duo 'now, spli ba lsstr stlom. TA, City Me here"11 . oAopr.d Pawlo«)oe b•. 1.0'• avelor data of .btly 10, 1412 eatoblishlfy a "f'a tr preetlasa polley". as <s it. looted by ee wAfircesi to dc!t`o prasresy' threw evrbilahisd asi Prts'olsefies The policy of the Cltr of flaw.to dean tud }ford equal reverses, seed wrvtm to all 'Miami eM to aswte equal mpla�attt appostoslty hied is ability ts1 firnou t t ell perstoa tgordlesa of sees. ..d, c.lor, rsttawl rt .din, -r-, phy.iral so.".p. or too Ow poiiey ob� 11Mstsw avelY "o sU oawraetwe, "kh"vtrwtw t s acid . pp".. oyeduc " b..lnma.ulth the city ae fbrrsa odes bf for shau sfflm and as-crlhe 1" sold prec[lcs. atd pMir.". 1% .foresstt."d xwfttor eMll sot apple "meteorite" labOvat"w. for atptlard veal, tiol -,"lien or me ertrrdla .r (I.or tno.la,.:ors .i,h Ina then 6 aWl""d,d/W ewtroeN of Iwo rbe, 010,000 esi- ww per a.Y slth the city. % a0.roipod re re'sm[w tMnfwr cnvesnota, otipufet•. she advent tout dolly the pwfomssee of tlr wormer, list M or .. loeria"Str Witter an, per. in hill{. P .ty, diec:,arypfy. vvpdesot Is %ff or So soy ether the or caMt Arse. by"oevt n[,l M ae_n perote's race, crasd, tnlnr, rwiislua. society, not tuwl orlslo as :.rplavnted br TM 'A[flrfatl. det:oa pegrte^. c>n[rwtw forth" .8mov lost he .111 UM affl"tti.. nd eontlrow evil. to losses felt rasplivr. .fth etch policy des pro- Wet l all rayerts: it heft' etrlctly understood she mina. Chet failure to corplY olth dory of the toase of sotd prwts4os adstl he sd m More a noted.. brwcb of this emirs,t. CosemoNr shL', .PAOi"Vetter ar•/ar As else .a pessible thereafter, furalsh .to the City my oed 011 1Mars.':a e.b"parts .tpdsd or the City 1. dr".dsm tart Mr full o.pltnoc. .s, been nods by td eoatrwlw otth ae:d polity and priopa,mad cos Mac[or sill Vomit orress to h:v books, ".rords AM sccoonts bi the (Yry for the porters of layratldwlur to socena's sad. caepll ace. tufera.boo feirhoe Ovee.leds" :Mt he Me revalued a truw was c.pl.l. .,,p, of the City'. "pvtr pr tilt r Polley" and "Affires. it. Action Prv,rY^. 2MaM'r [1CPfVI4Tip1 s0. �� n Cllt UMATION AY OATAAtWN it old"" w..: dit ess l i:oprisnotwie..: _ title: —.__.. 16ots: _—`--•�_ .. elyhpllsl%ACTO[ S 1SATIt'1cATMe teMeettnctw's Use: A'Idtowt daprs.tott"s: _ 9UP1LQP'S l:l'wrlrlGrluh suplt"'a lives; Address: — -_ "t" phone; 1. Cawractar/SttM�'euter/Supplier bw perticipot" it.a nreelch, out not or e..bcoatrwl aobject to the (,peal Oppoerobity Clatae. yes [• C.Pllrwt, "port sore "yule 1 t bm filled :e roeretl. .'0 uch coronet or wkmvac':. Yea�� I. raM"e[or/Mhmtraetor/gyppl bs file all caopli. tt A. lower applfmtdo UrtrdetL . YssQ Aa I mover prqutrtd ! . e. If asttrr to It.1 :a lb-, plesw otplab be dotal] . to -w old. of this "rtifleotles. Coettdldv,loss -The lfoes<tas eba Is t w no casplwo t„ the toot of w heaeledsc oM bell". ry and . . of AW, fVI.. hw/ssd by Orr petbortry; �1 s cv-1......._, r..�...-._. .r. ..... .- ......_. _.. _ .. .. - ........ Ai BIDD.T.RS' CHECK LIST ' All paves on pink paper require Bidder' s signature. Has a bid bond or certified check been enclosed with your bid? 2. Is the amount of the bid guaranty at least five percent 3 (30) of the total amount of the bid? 3. Has the proposal been properly signed? 4. Do the written amounts of the proposal agree w amounts shown in figures? 5. Have you bid on al) items? 6. Aas the Non-Collusion Affidavit been properly exec tedl 7. Has the certification regarding R�nton's Equal Opportunity Resolution No. 1805 been properly executed? 8. Has the Minimum Wage affidavit been properly executed? 9. Have you shown your contractor's state license number and Renton Business license number on the proposal? 10. BIDS +TILL NOT BE READ if detached from the fo-m of contract with which they .are bound, nor shall any of t. a accompanying papers be detached therefrom, but the entire pickage must be unbroksn, in good order and enclosed in a sealed envelope, endorsed with the n pee of the work. TO HE SUBMITTEJ WITH BID Note: Ityms 11, 12, i 13 are required when project is Federally funded. 11. Have You included sour affirmative action plan and goals (required by the Federal Government) on company stationery, signed by principal of company? i2. Has the "Certification of Bidder Regarding Equal Employment Opportunity" been properly executed. 1 Has the 'Certificate of Nun-Discrimination' been properly executed? 1 St ,5 �il. ♦, AWARDEv o — _ TO -! Y f � ENGINEERING DIVISION Bid Proposal for STREET IMPROVEMENT BRIDGE WIDENING ILLUMINATION & CHANNELIZATiON SOUTH/SOUTH WEST 43rd STREET (S. 180th ST.) from East Vallay Road Intersection to Springbrook Road Intersection. U.A.B. No. 8—1-- 102 (22) Fit CITY OP RENTON PUBLIC WORKS DEPARTMENT MUNICIPAL ILI1I,DIN6, 21)O Mltl AVE S RRN+ON, WASH VR055 . (2061215 2631 HILL, INGMANP CHASE & CO. 4 06 Consulting Engineers and Analysts i •�+--•� Seattle, Washington 4 r I SCHEMLE Of PRICES SCHEDULE "C" (sou: Unit prioes for all Ices, all erteasions and total aaodet of bid susC be shown. show unit prices in both words and flyutw and where oonfllCt occu.v the written or typed words shall pawall./ ITEM APPROX. ITEM WITH MIIT PRICED BID UNIT PRICE AFACrd? NO. QUANTITY Unit priors to be written In words DOLLARS CTS. DO1.I.ARS CTS. 1. 415 CY Suture Ex vetion Class A Jr Do o7, O Per CY- Two—'r< ej �ffaures _ 2. 43,000 Lbs S te Rein orcin�q Ba r e 00 Per L — 3• 85 CY Con ate C ss B � ! /0 O 00 $ei GO CG Per(S/CY 4. 145 CY Con rete g�ass� AX $-V IKc ,I ie�� �_ �Qo _o / ySoe o _ Per CY 5. Lump Sum Superstructure SW 43rd Street wi coing �z Lump Sum -" g 6. 116 LF Do pout ? OC __ Pe� �S '_ Q F .G -- - - 7. Est. Dlrs wa r Redu inq Ad 1 e 3�c0 I00 3�0 0 $� - 1 __ 8, "ump Sum Removinq Portione of Existinq Bridt7e No. 7/133 $ �( � .�n �Dfd tl4l_ 6 - Lump 99��mm 9, 24f1 LF 54ia wee Pipe Installati n S� 1 Per LF 10. 11 Only WaA r Pipe angaara +.JrEtl_rt_ �"^- Per Each C TOTAL SCH MULE "C" ,,WA DING OF COJTRACT WILL BE BASED ON ^.'OTAL UM OF AL ITE NO AIIIIAL BID WILL BE kCCEPrED r � ax` 4-10 TESTING OF 24" DIAMETER WATER LINE a. eneral Hydrostatic pressure and 1, %kage tests on the new pipeline shall be made in accordance with ipplicable provisions of AWWA C600-54T or C6t3-64T and Section 74 of the APWA Standard Specifications, except as modified herein. All equipment necessary to make the tests shall be furnished by the Contractor and the Cor:_ractor shall conduct all tests under the supervision of the Encineer. L. Prrissure Test Prior to acceptance of the system, the installation shall be sub- 'acted to a hydrostatic prr ;sure test of 200 psi, and any leaks or imperfectinins developing u-.der said pressure shall be remedied by the Contractor before final acceptance of the system. The Con- tractor shall provide ell necessary equipment and shall perform all work connected with the tests and conduct sai_: tests in the presence of the Engineer. Insofar as practical, tests shall be made with Pipe joints, fittings and valves exposed for inspection. C. Leakage Tests Leakage tests may be requir-d after the pressure test has been satisfacorily completed on the :yew pipeline or concurrently with the pressure test. The hydrostatic pressure for the leakage test shall be equal to 100 psi. 4-19 DISINFECTION OF A 24" DIAMETER WATER LINE Disinfection of the new water system shall be required prior to c,s,nplotion of the project and shall be in accordance with AWWA Specification C601-54 and Section 74 of the APWA Standard Specifi cations and shall meet the acceptance of the State of Washingt.,)n Department of H^ lth. The initial concentration of chlorins i. the line shall 50 parts per million and this solution shah. be held for a pe J of 24 hours. Disinfection of the entire water system instal 1 or disturbed under this contra,7t, including pipe, Pipe fittings, valves and ari:urtenances. is requied to conform with the specificat.,ons stated 'herein. , 5 i 4-17 INSTALLATION 7F WPTER PIPE Oh BRIDGI The Contractor shall inctall 24" diameter ductile iron Class 2 (mi) water pipe on the bridge as shown on the plans and es dir- ected by the Engineer. Part of the materials required will be supplied by the City. rho pipe will be installed, capped, tested, disinfected, drained, and left in a condition that future conn- ection can be made. The following material,; will be suppled to the Contractor at the Renton City Yard: (1) 240 linear feet of 24" diameter Ductile Iron- Class 2 (MJ) water pipe (.) Two (2) Cast Iron caps or plugs " (3) One (1) Cask Iron solid sleeve (SP) NJ a The Contractor shall supply the water pipe hangers, temporary blow-off assemblies, temporary blocking, and other miscellaneous materials required to complete the work. The pipe shall be installed in accordance with the APWA Standard Specifications, the Plans and these Special Provisions. Piping materials . valves and fittings furnished by the Contractor nhall comply with APWA Standard Specifications and these Special Provisions. The water ripe hangers shall. be Grinnell Figure 171 or an equal approved by the Engineer. All pipe, valves, fittings, and specials shall be for a minimum water working pressure )f. 150 psi and shall conform to the require- ments of t:-e applicatle sections of the APWA Standard Specifications. :3easurem nt and payment will be made for the following; (1) 024" Diametrr Water Pipe Installation" per linear foot (2) "Water Pipe Hangers" per each Payment for the above mentioned item shall be full compensation for furnishing one installing the water pipe hangers; for loading and hauling the materials supplied by the City to the bridge site; installing the pipe on the bridge; testing, disinfection and drain- age of the pip^ and for all other: incidental work and materials re- quirod to completr the work. No further paya;: nt will- be made. ; *4 AWAROEG C.-mirao No.CAG 020- 73 TO I'feSS CONST. A wASN. co y o. 1�Y ! i o ti ENGINEERING DIVISION Specifications and Details for STREET IMPROVEMENT BRIDGE WIDENING ILLUMINATION & CHANNELIZATION G SOUTF' SOUTH WENT 43rd STREET (S. 180►h ST.) from East Valley Road Intersection to Springbrook Road Intersection. U.A.B. No. 8 - I -102 (22) G CITY Of RENTON PUBLIC WORKS DErARTMENT y MUrlIC110AL WVCINC, 20(I Mks AV( 5 PINYON, WASH. 91055 • 206) 235.2631 HILL, INGMAN, CHASE & CO. 1 g Ewk Consulting Engineers and Analysts Seattle, Washington � a y i June 20, 1973 r 1r!. `:'" ' .I'•' TO: Ron O'sen FROM: 'i. Touma RE: S.W. 43rd Street - 24" Water Main F.efcrence to our conversation concerning the installatit., of the 24" line on S.W. 43rd Bridge, I have discussed the proh'em with the sub- contractor, Burnham Construction. Since the 24" pipe section required °,,r the bridge was not available during the construction of the o-,u wails at piers 1 & 5, cutouts were provided in the walls to ar'-umnodate later installation of the pipe. Upon availability of f`e pipe, inside surfaces of cutouts will be rough- enel, and adhesive, will he applied prior to pouring of concrete aroun6 the pipe to c9ree with the plans. MT:mj 5 • >r ak :it r IL ' 64.NiRA4 •.1 G STA 10.27 S A 2+0 PROJECT SITE N SCALE 111 = .900' f. 'Tw OF RtNTON •warnaawiww s�r.awrraw♦ VICMITY ASAP W - 394 y r �4 BIDDERS'" R LiST I. Has a bid bond or certified check been enclosed with y ur bid? 2. Is the a..nunt of bid guaranty at least five Percent (5t) of toe total aunt of ibe bid? Has the certification regarding Renton'c Equal Opportunity Resoiution No. 1805 been properly executed? 4. Net the Nnn-Collusion Affidavit. ixten properly executed? 5. Has the Certification of ton-Discrimination, in Employment fora Oven properly executed? 6. Has the Minimum Wage Affidavit beer: Property f*xecited? 7. Has the proposal form been propa, ly signed? J. Have y06 bid all items in Schedule of Prices? 9. Do the written amounts of the Schedule of Prices agree with the amounts sh'-w in ft2ruras? is this form properly executtie? please show your contractor', stato IIAnse number and Renton business license number on the laet page of thy Agreement. after Schedule of rfces fora$ (if availabl.). OE READ if dell:ked from the fora of contr bound, nor steal' f 9f the arcoepeeying refrom, but the package mast bf, in good order and enclosed in r•:me of the work. t r.. I • f r (10) Continued and fires perforrm ng labor on the construction project under this contract or furnishing materials in connection with this Contract; said bond to be in the fuli amount of the Contract price as specified in Paragraph 11. The ' A surety or sureties on such bond or bonds must be duly licensed as a surety in the Stat,• of Washin5"on. (11) The total amount of this contract is the sum of Fifty Five rhousa__ad o„ ndred Twenty-Six and 66/100 ($55,126.66�, which ircludes Washington State Saies Tax. Payments will be made to Contractor as specified in the Standard Specifications of this contract. IN WiTNESS WHEREOF, the City has caused these presents to oe signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first aoove written. CONTRACTOR CITY OF REN'iON DiOrio Construction, Inc. .. a hinatrq�..�oJr/P��ation - � .fUlifi Yor ATTEST: ,//�y D.s ty a State of Washington License M 223-01-11592 City of Renton License 1730-73 Approved as to form this /y r day of ✓ 1 1113 By� ' `a 1 4 Pig (7) The Contracor shall commence performance of the contract on the QSA dry of i9�,7-3 , and shall complete the fuil gerfrrmance of the con act nut later than 45 calendar days from said date of ecmmencement. For each and avery day of delay after the day of completion, 7t is hereby stipulated and agreed that the damages to the City occasioned by seid delay will be the sum of One Hundred Dollars r ($100.00) as liquidated damages for each such day, which shall be paid by the Contractor to the City. (8) Neither the final certificate of payment nor any provision in the contract nor partial or entire use of any installation provided for by this contract shall relieve the. Contractor of liability ii. respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the outy to remedy any defects in the work and pay for any dam+ge to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of oh:;e rred defects as heretofore specified with rea=onable promptness after discovery thereof. (9) The Contractor and each subcontractor, if any, shall sobmit to the Cit such schedules of quantities and costs, progress schedules, payrolls, reports, estir.ates , records and misellaneous data pertaining to the contract — may be requested by tie City from time to time. (10) The Contractor shall furnish a sum�ty hand or horls as ,ecuriry for the faithful performance f the contract, including the payment sons , k INTERSECTION SPRINGBROOK RD. - S 43RD STREET W-394 i THE FOLLOWING 'TYPES FOPMINC AN INTEGRAL PART OF OR PERMAN- ENTLY ATTACHED TO SUCH VEHICLE: POWER CRANES, SHOVELS, LOADERS, DIGGERS AND DRILLS; CONCRETE MIXERS (OTHER THAN THE i1TX-IN-TRANSIT 'TYPE) ; GRADERS, SCRAPERS, ROLLEPS AND OTHER ROAD CONSTRUCTION OR REPAIR EQUIP1ENT: AIR-COMPRESSORS, PUMPS AND GENERATORS, INCLUDING SPRAYING, WELDING AND BUILDING CLEANING EQUIPMENT; A'ID GEOPHYSICAL EXPLORATION AND WELL SERVICING EQUIPMENT. (L) SF"ITRAI117R. THE WORD "TRAILER" INCLUPCS SEMITRATLER. (C) TWO OR MORE AUTOMOBILES. THE TERMS OF THIS POLICY APPLY SEPARATELY TO EACH AUTOMOBILE INSURED HEREUNDER, BUT A LAND MOTOR VEHICLE AND A TRAILER OR TRAILERS ATTACHED THERETO SHALL BE HELD TO BE ONE AUTOMOBILE AS PESPECTS LIMITS OF LIABILITY. (0) USE. USE OF AN AUTOMOBILE INCLUDES THE LOADING AND UNLOADING THEREOF. (E) PRODUCTS HAZARD. THE TERM "PRODUCTS HAZARD" MEANS: (1) GOODS OR PRODUCTS MANUFACTURED, SOLD, HANDLED OR DISTRIBUTED BY THE NAMED INSURED OR BY OTHERS TRADING UNDER HIS NAME, IF THE OCCURRENCE OCCURS AFTER PJSSESSI('N OF SUCH GOODS OR PRODUCTS HAS BEEN RELINQUISHED TO OTMEPS BY THE NAMED INSURED OR BY OTHERS TRADING UNDER HIS NAME AND IF SUCP OCCURRENCE OCCURS AWAY FROM PrEMISES OWNED BY, RENTED TO OR CONTROLLED BY THE NAMED INSURED; PROVIDED, SUCH GOODS OR PRODUCTS SHALL. BE DEEMED TO INCLUDE ANY CONTAINER THEREOF, OTHER THAN A VEHICLE, BUT SHALL NOT INCLUDE ANY VENDING MACHINE OR ANY PROPERTY =:!!a THAN SUCH CONTAINER, PENT-D TO OR LOCATED FOR USE OF OTHERS BUT NOT SOLD; (2) OPERATIONS, IF THE OCCURRENCE OCCURS AFTFP SUCH OPEPATIONS HAVE BEEN COMPLETED OR ABANDOK7D AND OCCURS AWAY FROM PREM. ISES AWNED BY, RENTED TO OR CONTROLLED BY THE NAMED INSURED; PROVIDL:', OPERATIONS SHALL NOT BE DEEMED INCOMPLETE BECAUSE IMPROPERLv OR DEFECTIVELY PERFORMED OR BECAUSE FURTHER OPER- ATIONS MAY B� REQUIRED PURSUANT TO AN AGREEMENT; PROVIDED FURTHER, TH-. FOLLOWING FIALL NOT BE DEEMED TO BE "OPERATIONS" WITHIN THE hr_ANING OF ThIS PARAGRAPH: (A) PICK-UP OR DELIVERY, EXCEPT FROM OR ONTO A RAILROAD CAR, (B) THE MAINTENANCE OF VEHICLES OWNED OR USED BY OR IN BEI(ALF OF THE INSURED AND (C) THE EXISTENCE OF TOOLS, UNINSTALLED EQUIPMENT AND ABAND- ONED OR UNUSED MATERIALS. (F) ORGANIZATION. TH: TERM "ORGANIZATION" INCLUDES, BUT IS NOT LIMITED TO, ANY PARTNERSHIP, FIRM, CORPORATION OR ASSOCIATION. (0) PERSONAL PRONOUNS. 7ERSONAL PRONOUNS USED IN THIS POLICY APPLY IRRESPECTIVE OF NUMBER ,,: '74DER. (H) ASSAULT AND BATTERY. ASSAULT AND BATTERY SHALL BE DEEMED AN OCCURRENCE UNLESS COMMITTED 3Y OR AT THE DTRE^_TION OF THE INSURED. (I) CONTRACT. THE TERM "CONTRACT" MEANS ANY VALID, LEGAL AGREEMENT. (J) OCCURRENCE. THE TERM "OCCURRENCE" MEANS AN ACCIDENT, INCLUDING INJURIOUS EXPOSURE TO CONDITIONS, WHICH RESULTS, DURING THE POLICY PERIOD, IN BODILY INJURY OR PROPERTY DAMAGE NEITITE£• EXPECTED NOR INTENDED FROM THE. STANDPOINT OF THE INSURED. HU 8097-1 (9 of 12) i 4. LIMITS OF LIABII _ COVERAGES C AND D: THE '^ TT OF PROPERTY DAMAGE LTABIMTY TTTL'15—TfT Ti... DF._ULXFATMrc 7.$-PfPLTCABLE I, "EACH OCCURRENCE" IS THE TOTAL LIMIT OF THE COMPANY'S LIABILITY FOR ALL DAMAGES ARISING OUT OF INJURY TO OR DESTRUCTION OF ALL PROPERTY OF ONE OR MORE PERSONS OR ORG.A11- TZATIO';S, INCLUDING THE LOSS OF USF THEREOF, AS ^HE RESULT OF ANY ONE ' �- OCCURRENCE. S. LIMITS OF LIABILITY - PRODUC'TS - COVERAGES B AND D: SUBJECT TO THE LIM,IT7F LA7WTLSTQ-,Oi TPff_Yr9rrMTO"L'CN7t'.Z`D111F);Nn—,_THE LIMITS OF BODIL'! +. INJURY LIABILITY AND PROPERTY 'DAMAGE LIABILITY STATED IN THE DECLARATIONS AS "AGGREGATE PRODUCTS" ARE PCSPECTIVELY THE TOTAL LIMITS OF THE COMPANY'S 3 ' LIABILITY FOR ALL DAMAGES ARISING OUT OF THE PRODUCTS HAZARD. ALL SUCH raM" DAMAGES A'ISTNG OUT OF ONE LOT OF GOODS OR PRODUCTS PREPARED OR ACQUIRED „ +• BY THE NAMED INSURED OR BY ANOTHER TRADING UNDER HIS NAME SHALL Pi, CONSID- ERED AS ARISING OUT OF ON"r. OCCURRENCE. S. LIMITS OF LIABILITY AND DEDUCTIBLE - APPLYTNG ONLY TO COVERAGE D: THE . . COMP .77A==MAGE5'AR15ING OUT OFZNJUVr-TOUR-7)E)"1'RUCTION OF PROPERTY IN ANY ONE OCCURRENCE SHALL NOT EXCEED THE AMOUNT RY WHICH SUCH DAMAGES EXCEED THE AMOUNT STATED IN THE DECLARATIONS AS THE. "DEDUCTIBLE " •,# AMOUNT" NOR THE L74IT OF LIABILITY STATED IN THE DF.CLARATTJNS AS APPLICABLE TO "EACH OCCURRENCE". THE COMPANY SHALL NOT BE OBLIGATEr TO SETTLE ANY "` y CLAIM OR SUIT AGAINST THE INURED, BUT IF THEY DESIRE TO DO SO THEY MAY REQUIRE. THE NAMED INSURED TO FIRST PAY THE COST OF SUCfi SE:TLI:HENT UP TO BUT NOT EXCEEDING THE. DEDUCTIBLE AMOUNT STATED IN THE: DECLARATIONS. IF THE COMPANY SHALL SETTLE ANY CLAIM OR SUIT AGAINST THE INSURED, WHETHER OR NOT REDUCED Tn JUDGMENT, THE NAMED INSURED SHALL, UPON DEKAND REIMBURSE THE COMPANY ?HEP.EFOR BUT NOT FOR ANY AMOUNT, AS RESPECTS EACH OCCURRENCE, TN EXCESS JF THE DEDUCTIBLE AMOUNT STATED IN THE DECLARATIONS. j.'•' '� " 7. LIMITS OF LIABILITY - MORE THAN ONE INSURED: THE INCLUSION HEREIN OF MOTE Mr-MM-IN; ASE THE LIMITS OF THE (JMPANY'S LTABILITY. ®. DEFINITIONS - (A) AUTOMOBILE: THE WORD "AUTOMOBILE" MEANS A LAND MOTOR VEHICLE, TRAILER OR SFMI-TRAILER DESIGNED FOR TRAVEL ON FUBL.TC ROADS (INCLUDING ANY MACHINERY OR APPARATUS ATTACHED THERETO) , BUT DOES NOT INCLUDE MOBILE EQUIPMENT, SUBJECT TO THE FOLLOWING ADDITIONAL DEFINITIONS: (1 ) OWNED AUTOMOBTLF - AN AUTOMOBILE OWNED BY THE NAMED INSURED; (2) HIRED AUTOMOBILE - AN AUTOMOBILE USED UNDER CONTRACT IN BEHALF OF, OR LOANED TO, THE NAKED INSURED PROVIDED SUCH AUTOMOBILE. IS NOT OWNED BY OR REGISTERED IN THE NAME OF (A) THE NAMED INSURED OR (R) AN EXECUTIVE OFFICER THEREOF OR (C) AN EMPLOYEE OR AGENT iF THE NAMED INSURED WHO IS GRANTED AN OPERATING ALLOWANCE. OF ANY SORT FOR THE USE; OT SUCH AUTOMf"I1.E i (3) NON-C-NED AUTOMOBILE - ANY OTHER AUTOMOBILE; (4) MOBILE EQUIPMENT - THE TERM "MOBILE EQUIPMENT" MEANS A. LAND VEHICLE (INCLUDING ANY MACHINERY OR APPARATUS ATTACHED THERE- TO) , WHETHER OR NOT SELF-PROPELLED, (1) NOT SUBJECT TO MOTOR VEHICLE REGISTRATION, OR (2) MAINTAINED FOP USE EXCLUSIVELY ON PREMISES OWNED BY OR RENTED TO THE NAMED INSURED, INCLUD- ING THE WAYS IMMEDIATELY ADJOINING OR (3) DESIGNED TOR USE PRINCIPALLY OFF PUBLIC ROADS, OR (4) DESIGNED OR MAINTAINED FOR THE SOLE PURPOSE OF AFFORDING MOBILITY TO EQUIPMENT OF MU 0097-1 of of 127 � s (E) THE WORD "COST" MEANS THE TOTAL COST TO (A) THE NAMED INSURED WITH RESPECT TO OPERATIONS PERFORMED FOR THE NAMED INSUPLD DURING THE POLICY PERIOD BY INDEPENDENT CONTRACTORS, OR (0) ANY INDEMNTTEE WITH RESPECT TO ANY CONTRACT COVERED BY THIS POLICY, OF ALL WORK LET OR SUB-LET IN CONNECTION WITH EACH SPECIFIC PROJECT, INCLUDING THE COST OF ALL LABOR, MATERIALS AND EQUIPMENT FURNISHED, USED OR DELIVERED FOR USE IN THE. EXECUTION OF SUCH WORK, WHETHER FURNISHED BY THE OWNER, CONTRACTOR OR SUBCONTRACTOR, INCLUDING ALL FEES, ALLOWANCES, BONUSES OR COMMISSIONS MADE, PAID OR DUE; (F) THE WORDS "COST OF HIRE" MEAN THE AMOUNT INCURRED FOR (A) THE HIRE OF AUTOMOBILES, INCLUDING THE ENTIRE REMUNERATION OF EACH EMPLOYEE OF THE NAMED INSURED ENGAGED IN THE OPERATION Or SUCH AUTOMOBILES SUBJECT TO AN AVERAGE WEEKLY MAXIMUM REMUNERATION OF $100, AND FOR. (B) PICK-UP, TRANSPORTATION OR DELIVERY SERVICE OF PROPERTY OR PASSENGERS PERFORMED BY MOOR CARRIERS OF PROPERTY OR PASSENGERS FOR HIRE, OTHER THAN SUCH SERVICES PERFORMED BY MOTOR CARRIERS WHICH ARE SUBJECT TO THE SECURITY REnUIftEHENTS OF ANY MOTOR CARRIER LAW OR ORDINANCE. THE RATES FOR EACH ^100 OF "COST OF HIRE" SHALL BE 5% OF THE APPLICABLE HIRED AUTOMOBILE RATES, PROVIDED THE OWNER OF SUCH HIRED AUTOMOBILE HAS PURCHASED AUTOMOBILE BODILY INJURY LIABILITS AND PROPERTY DAMAGE LIABILITY INSURANCE COVERING THE INTEREST OF THE NAMED INSURED OK A DIRECT PRIMARY BASIS AS RESPECTS SUCH. AUTOMOBILE AND SUBMITS EVIDENCE OF SUCH INSURANCE TO THE NAMED INSURED; (G) THE WORDS "CLASS 1 PERSONS" MEAN THE FOLLOWINil PERSONS, PROVIDED THEIR USUAL DUTIES IN THE BUSINESS OF THE NAMED INSURED INCLUDE THE USE OF NON-OWNED AUTOMOBILES: (A) ALL EMPLOYEES, INCLUDING OFFICERS, OF THE NAMED INSURES COMPENSATED FOP. THE USE OF SUCH AUTOMOBILES BY SALARY, COMMISSION, TERMS OF EMPLOYMENT, OR SPECIFIC OPERATING ALLOWANCt OF ANY SORT; (B) ALL DIRECT AGENTS AND REPRESENTATIVES OF THL NAMED INSURED; (H) THE WORDS "CLASS 2 £MPI,07EES" MIFAN ALL EMPLOYEES, INCLUDING OFFICERS, OF THE NAMED INSURED, NOT INCLUDED IN CLASS 1 PERSONS. THE NAKED INSURED SHALL MAINTAIN FOR EACH HAZARD RECORDS OF THE INFORMATION NECESSARY FOR PREMIUM COMPUTATION. 2. INSPECTION AND AUDIT: THE COMPANY SHALL BE PERMITTED TO INSPECT THE INSURED PFrRiSES, OFEnTTrJNS, AUTOMOBILES AND ELEVATORS AND TO EXAMINE AND AUDIT THE INSURED'S BOOKS AND RECORDS AT ANY TIMF DURING THE POLICY PERIOD AND ANY EXTENSION THEREOF AND WITHIN THREE YFARS AFTER THE. FINAL TERMINATION OF THIS POLICY, AS TAP AS THEY RELATE TO THE PREMIUM BASIS OR THE 3URJECT MATTER OF THIS INSURANCE. 3. LIMITS OF LIABILITY - COVERAGES A AND B: TPE LIMIT OF BODILY INJURY LIABILTT4_TfiXTwt7IN THE DZ. .:CABLE TO "EACH PERSON" IS THE LIMIT OF THE COMPANY'S LIABILITY FOR ALL DAMAGES, INCLUDING DAMAGES FOR CARE AND LOSS OF SERVICES, ARISING OUT OF BODILY INJURY, SICKNESS OR DISEASE. INCLUDING DEATH AT ANY TIME RESULTING, THEREFROM, SUSTAINED BY ONE PERSON AS TEE RESULT OF ANY ONE OCCURRENCE; THE LIMIT OF SUCH LIABILITY STATED IN THE DECLARATIONS AS APPLICABLE TO "EACH OCCURRENCE" IS, SUFiJECT TO THE A4OVE PROVISION RESPECTING EACH PERSON, THE TOTAL LIMIT OF THE COMPANY'S LIABILITY FOR ALL DAMAGES, INCLUDING DAMAGES FOR CA:F AND LOSS OF SERVICES, ARISING OUT OF BODILY INJURY, SICKNESS OR DISEASE, INCLUDING DEATH AT ANY TIME RESULTING THEREFROM, SUSTAINED BY TWO OR MORE PERSONS AS THE RESULT OF ANY ONE OCCURRENCE. MU 8097-1 (7 of 12) x (3) TO A P`SON UNDER THE INFLUENCE OF Ar' "NOL, OR (a) WHICH JSES OR CONTRIBUTES TO THE Ih_,XICATION OF ANY PERSON. CONDITIONS EXCEPT miIFE STATED TO THE CONTRARY IN THE TITLES THERETO, TYE CONDITIONS APPLY TO ALL COVERAGES. 1. PREMIUM: IF THE PREMIUM STATED IN TYE DECLARATIONS IS AN ADVANCE, DTg= OR ESTIMATED PREMIUM, THE EARNED PREMIUM FOP THIS POLICY SHALL BE COMPUTED, UPON TERMINATION OF THIS POLICY, II! ACCORDANCE WITH THE PREMPIM BASIS, RATES AND PREMIUMS APPLICABLE TO THIS INSURANCE. IF THE EARNED PREMIUM THUS COMPUTED EXCEEDS THE ADVANCE, DEPOSIT OR ESTIMATED PREMIUM PAID, THE NAMED INSURED SHALL PAY THE EXCESS TO THE COMPANY; IF LZSS, THE COMPANY SHALL RETURN TO THE NAMED INSURED THE UNEARNED PORTION PAID BY SUCH 14SURED. IF THE POLhY PERIOD IS Mu"E THAN ONL YEAR, COMPUTATION AND ADJUSTMENT OF EARNED PREMIUM FOR EACH PERIOD OF THE POLICY PE3f OD SHALL BE MADE AS SOON AS PRACTICABLE AFTER EACH ANNIVERSARY OF THE EFFECTI%E DATE OF THE POLICY. IF THE PREMIUM STATED IN THIS POLICY REQUIRES INTERIM REPORTS OF THE BASIS OF PREMIUM, TYE INSURED SHALL RENDER TO THE COMPANY ON THE LAST DAY OF EACH SUCH STATED PERIOD DURING THE TERM OF THE POLICY A DETAILED STATEMENT EXHIBITING THE BASIS FOR PREMIUM COMPUTATION AS SPECIFIED IN THE POLICY. 74E PREMIUM FOR EACH SUCH PERIOD SHALL BE COMPUTE! ON SAID STATEMENTS AT THE RATE OR RATES SPECIFIED IN THE POLICY. THE EARNED PREMIUM SO COMPUTED SHALL BE PAID BY THE INSURED TO THE COMPANY IMMED- LATELY. CREDIT FOR THE ADVANCE, DEPOSIT OR ESTIMATED PREMIUM PAID SHALL BE GIVEN TO THE INSURED WHEN TYE FULL. PREMIUM, EARNED DURING THE LIFE OF THE POLICY, IS DETERMINEL, iN ACCORDANCE WITH THE POLICY PROVISIONS. WHEN AND TF USED AS A PREMIUM BASIS: (A) .THE WORD "REMUNERATION" MEANS THE ENTIRE REMUNERATION EARNED DURING THE POLICY PERIOD BY PROPRIETORS AND BY ALL EMPLOYEES OF THE NAKED INSURED, OTHER THAN DRIVERS OF TEAMS OR AUTOMOBILES AND AIRCW FT PILOTS AND CO-PILOTS, SUBJECT TO ANY OVERTIME EARNINGS OR LIMITATION OF REMUNERATION RULE APPLICABLE IN ACCOPD- ANCE WITH THE MANUALS IN USE BY THE COMPANY; (B) THE WORD "RECEIPTS" MEANS THE GROSS AMOUNT OF MONEY CHARGED BY THEE• NAMED INSURED FOP. SUCH OPERATIONS BY THE NAMED INSURED OR BY OTHERS DURING THE POLICY PERIOD AS APE RATED ON A RECEIPTS BASIS AND INCLUDES TAXES, OTHEP THAN TAXES WHICH THE NAMED INSURED COLLECTS AS A SEPARATE ITEM AND REMITS DIRECTLY TO A GOVERNMENTAL DIVISION; (C) THE WORD "SALES" MEANS THE GROSS AMOUNT OF MONEY CHARGED BY THE NAMED INSURED OR BY OTHERS TRADING UNDER HIS NAME FOR ALL GOODS AND PRODUCTS SOLD OR DISTRIBUTED DURING THE POLICY PERIOD AND CHARGED DURING THE POLICY PERIOD FOR INSTALLATION, SERVICING OR REPAIR, AND INCLUDES TAXES, OTHER THAN TAXES WHICH THE NAMED INSURED AND SUCH OTHERS COLLECT AS A SEPARATE ITEM AND REMIT DIRECTLY TO A GOVERNMENTAL DIVISION; (D) THE WORD "ADMISSIONS" MEANS THE TOTAL NUMBER OF PERSONS, OTHER THAN EMPLOYEES OF THE NAMED INSURED, ADMITTED TO T$iE EVENT INSURED OR TO EVENTS CONDUCTED ON THE PREMISES WHETHER ON PAID ADMISSION TICKETS, COMPLIMENTARY PICKETS OR PASSES; c HU 8097-1 B of 11) -6- I' 7 LOSS OR DESTRUCTION THEREOF ARISES OUT OP FAULTY OR DEFECTIVE WORKMAN- SHIP OR IMPROPER PERFORMANCE OF SUCII WORK; (L) TO DAMAGES CLAIMED FOR TIFF. WITHDRAWAL, INSPFCTTnN, REPAIR, REPL.ACEMiNT, OR LASS OF USE OF THE NAMED INSURED'S PRODUCTS OR WORK COMPLETED BY OR FOP THE NAMED INSURED OP OF ANY PROPERTY OF WHICH SUCH PRODUCTS OR WORK FORM A PART, IF SUCH PP.ODUC':S, WORK OR PROPERTY ARE WITHDRAWN FROM THE MA.RKET OR FROM USE BECAUSE OF ANY KNOWN OR SUSPECTED DEFECT OR DEFICIENCY THEREIN; (M) UNDER COVERAGES B AND D TO BODILY INJURY OR PROPERTY DAMAGE ARIS- ING SJ, OF THE DISCHARGE, DISPERSAL, RELEASE OR ESCAPE OF: k (1) SMOKE, VAPORS, SOOT, FUMES, ACIDS, ALKALIS, TOXIC CHEMICALS, !j LIQUIDS OR GASES, WASTE MATERIALS OR OTHER IRRITANTS, CONTAMINANTS i OR POLLUTANTS INTO OR UPON LAND, THE ATMOSPHERE OR ANY WATERCOURSE OR BODY OF WATER; BUT THIS EXCLUSION DOES NOT APPLY IF SUCH DIS- CHARGE, DISPERSAL, RELEASE OR ESCAPE IS SUDDEN AN➢ ACCIDENTAL; (2) OIL OR OTHER PETROLEUM SUBSTANCE OR DERIVATIVL (INCLUDING ANY OIL REFUSE OR OIL MIXED WITH WASTES) INTO OR UPON ANY WATERCOURSE OR BODY OF WATER, WHETHER OR NOT SUCH DISCHARGE, DISPERSAL, RELLASE OR ESCAPE IS SUDDEN AND ACCIDENTAL, BUT :HIS EXCLUSION (21 SHALL APP:.Y ONLY WITH RESPECT TO OPERATIONS DESCRIBED AS FOLLOWS: DESCRIPTION OF OPERATIONS GAS LEASE OPERATORS - NATURAL GA,1 GASOLINE RECOVERY - FROM CASING HEAD OR NATURAL GAS NON-OPERATING WORKING INTERESTS OIL OR GAS WELL SHOOTING OIL OR GAS WELLS - ACIDIZING OIL OR GAS WELLS - CLAENTIN- OIL OR GAS WELLS - CLEANING OR SWABBING - BY CONTRACTORS OIL OR GAS WELLS - DRILLING OP REDRILLING, INSTALLATION OR RECOVERY OF CASING OIL OR GAS WELLS - INSTRUMENT LOGGING OR SURVEY WORK IN WELLS OIL OR GAS WELLS - PERFORATING OF CASING OIL LEASE OPERATORS OIL PIPE LINES - OPERATIONS, INCLUDING MAINTENANCE OIL RIG, OR. DERRICK ERECTING OR DISMANTLING - WOOD OR METAL - INCLUDING CONSTRUCTION OF FOUNDATIONS OR STRUCTURES OR INSTALLATION OF EQUIPMENT OIL REFINING - PETROLEUM OTHER PETROCHEMICAL OPERATIONS CHEMICAL MANUFA :URING (N) TO INJURY, SICKNESS, DISEASE, DEATH OR DESTRUCTION DUE TO WAR, WHETHER OR NOT DECLARED, CIVIL WAR, INSURRECTION, REBELLION OR REVO- LUTION, OR TO ANY ACT OP CONDITION INCIDENT TO ANY OF YHE FOREGOING, WITH RESPECT TO (1) LIABILITY ASSUMED BY THE INSURED UNDER ANY CONTRACT OR AGREEMENT OR (2) EXPENSES UNDER INSURING AGPEEMENT II, (B) 3: (0) TO BODILY INJURY OR PROPERTY DAMAGE FOR WHICH THE 114SURED OR NIS TNnrmNTTEF MAY BE HELD LIARLF., AS A PERSON OR ORGANIZATION ENGAGED IN THE BUSINESS OF MA!!urACTURING, DISTRIRUTTNC, SELLING OP. SFRVING ALCO- HOLIC BEVERAGES OR AS AN OWNER OR LESSOR OF PREMISES USED FOR SUCH PURPOSES, BY REASON OF THE SELLING, SERVIIII; OR GIVING OF ANY ALCOHOLIC BEVERAGE: (1) IN VIOLATION OF ANY STi.TUTE, ol(DINANCE OR REGULATION, (2) TO A MINOR., NO 9097-1 (S of 12) EX^LUSIONS THIS POLICY DOES NOT APPLY: (A) UNDER COVERAGES A AND 8, TO ANY OBLIGATION FOR WHICH THE INSURED OR ANY CARRIER AS HIS INSURER HAY BE HELD LIABLE. UNDER ANY WORKMEN'S COMPENSATION, UNEMPLOYMENT COMPENSATION OR DISABILITY BENEFITS LAW, OR UNDER ANY SIMILAR LAW; (B) UNDER COVERAGE A, TO BODILY INJURY TO OR SICKNESS, DISEASE OR DEATH OF ANY EMPLOYEE OF THE INSURED ARISING OUT OF AND IN THE COURSE OF (1) DOMESTIC EMPLOYMENT BY THE INSURED, IF BF.NEFTTS THEREFOR .ARE IN WHOLE OR IN PART EITHER PAYABLE OR REQUIRED TO BE PP.UVTDED UNDER ANY WORKMEN'S COMPENSATION LAW, OR (2) OTHER EMPLOYMENT BY THE INSURED; (C) UNDER COVERAGE B. EXCEPT WITH QrSPECT TO LIABILITY ASSUMED BY THE INSURED UNDER CONTRACT COVERED BY THIS POLICY, TO BODILY INJURY TO OR SICKNESS, DISEASE OR DEATH OF ANY EMPLOYEE OF THE INSUREL ARISING OUT OF AND IN THE. COURSE OF HIS EMPL01.4ENT BY THE INSURED; (D) UNDER COVERAGES 8 AND D, TO THE OWNERSHIP, MAINTENANCE, OPERATION, USE, LOADING OR UNLOADING OF '1) ANY AIRCRAFT (OTHER THAN MINIATURE OR MODEL AIRCRAFT) OR (2) EXCEPT WITH RESPECT TO LIABILITY ASSUMED BY THE INSURED UNDER CONTRACT COVERED BY THIS POLICY. ANY AUTOMOBILF; (E) UNDER COVERAGES B AND D, TO THE OWNERSHIP, MAINTENANCE, OPERATION, USE, '.OADING OF UNLOADING OF ANY WATERCRAFT OWNED BY THE NAMED INSURE) OR CHARTERED BY THE NAMED INSURED UNDER "BARE BOAT" CHARTER; (F) UNDER COVERAGES A AND C, TO LIABILITY ASSUMED BY THE INSURED UNDER CONTRACT; (G) UNDER COVERAGE D, TO ANY LIABILITY OF THE INSUPED, AS A1( INSURER, SPECIFICALLY ASSUMED U1'DER CONTRACT P" T)IE INSURED FOR INJURY TO OR DESTRUCTION OF PROPERTY LEASED OR REM iD TO OR 'N THE CARE, CUSTODY OR CONTROL OF THE INSURED; BUT THIS EXCLUSION SHALL NOT APPLY IF THE INSURED WOULD HAVE BEEN LIABLE FOR SUCH INJURY, LOSS OR DESTRUCTION, IRRESPECTIVE OF HIS HAVING ASSUMED THE LIABILITY OF AN INSURER; (H) UNDER COVERAGES C AND D, TO INJURY TO OR DESTRUCTION OF (1) ANY PROPERTY WHILE ON PREMISES OWNED BY, P.ENTED TO OR CONTROLLED BY THE INSURED AND HELD BY THE INSURED UNDER ANY BAILMENT THE PRINCIPAL - PURPOSE OF WHICH IS THE STORAGE, REPAIR OR SALE OF SUCH PP.OPEPTY, OR (2) ANY PROPERTY WHILE BEING TRANSPORTED IN OR UPON ANY AUTOMOBILE OWNED BY OR IN CHARGE OF THE INSURED, OR (3) ANY PROPERTY WHICH IS OWNED BY THE INSURED, OR (4) ANY PROPERTY WHICH IS IN THE COURSE OF CONSTRUCTION BY BY OR FOR THE INSURED; (I) UNDER COVERAGE C. TO INJURY TO OF DESTRUCTION OF PROPERTY PEMTED TO OR IN CHARGE OF THE INSURED OTHER THAN A RESIDENCE OR PRIVATE GARAGE INJUF.::D OR DESTROYED BY A PRIVATE PASSENGER AUTOMOBILE COVERED BY THIS POLICY; (J) TO INJURY TO OR DESTRUCTIO)t OE CONTRACTOR'S EQUIPMENT RES. LEASED OR BORROWED BY THE INSURED ON IN THE CARE., CUSTODY OR CONTROL OF THE INSURED; (K) UNDER COVERAGE D, TO INJURY TO OR DESTRUCTION OF (1) GOODS OR PRODUCTS MANUFACTURED, SOLD, HANDLED OR DISTRIBUTED OR PP-CMISES ALIENATE] BY THE NAMED INSURED, TF SUCH INJURY THERETO OF LOSS OR DESTRUCTION THEREOF ARISES OUT OF THE HANDLING OR USE OF OR THE EXIST- ENCE OF ANY CONDITI(". IN SUCH GOODS, PRODUCTS OR PREMISES, OR (2) WORK COMPLETED BY OR Top THE NAMED INSURED, IF SUCH INJURY THERETO OR HU $097-1 (4 0! A,M -4- t r . u. REIMBURSE THE INSURED FOR ALL REASONABLE EXPENSES, OTHER THAN LASS OF EARNINrS, INCURRED AT THE COMPANY'S PEQUEST; (C) PAY THE AMOUNTS INCURRED UNDER THIS INSURING AGFEEMENT IN .ADDITION TO THE APPLICABLE LIMIT OF LIABILITY OF THIS P..PACY, AND IRRES- - PECTTVE OF ANY DEDUCTTRLr.. I1I. DEFINITION OF INSURED: THE UNQUALIFIED WORD "INSURED" INCLUDES THE NAMED UDES (1) UNDER COVERAGES B AND D. ANY EXECUTIVC OFFICER, DIRECTOR OR STOCKHOLDER THEREOF WHILE ACTING WITHIN THE SCOPE OF HIS DUTIES AS SUCH, AND ANY ORGANIZATION OR PROPRIETOR WITH RESPECT TO REAL ESTATE MANAGEMENT FOR THE NAMED INSURED, AND IF THE NAMED INSURED IS A PARTNERSHIP, THE UNOUALIFIED WORD "INSURED" ALSO INCLUDES ANY PARTNER THEREIN BUT ONLY WITH RESPECT TO HIS LIABILITY AS SUCH, AND (2) UNDER COVERAGr,S A AND C, ANY PERSON WHILE USING AN OWNED AUTOMOBILE OR A HIRED AUTOMOBILE AND ANY PERSON OR ORGANIZATION TT'GALLY RESPONSIBLE FOR THE USE THEREOF, PROVIDED THE ACTUAL UCE OF THE AUTOMOBILE IS BY THE NAMED INSURED OR WITH HIS PERMISSION, AND ANY EXECUTIVE OFFICER OF THE NAMED INSURED WITH RESPECT TO THE USE OF A NON-OWNED AUTOMOBILE IN THE BUSINESS OF THE NAMED INSURED. THE INSURANCE WITH RESPECT TO ANY PERSON OR OFGAN27ATION OTHER THAN THE NAMED INSURED DOES NOT APPLY UNDER DIVISION (2) OF THIS INSURING AGREEMENT: W WITH RESPECT TO AN AUTOMOBILE WHILE USED WITH ANY TRAILER OWNED OR HIRED BY THE INSURED AND NOT COVERED BY LIKE INSURANCE IN THE COMPANY; OR WITH RESPECT TO A TRAILER WHILE USED WITH ANY AUTO- MOBILE OWNED OR HIRED BY THE INSURED AND NOT COVERED BY LIKE INSURANCE IN THE COMPANY; (B) TO ANY PERSON OR ORGANIZATION, OF TO ANY AGENT OR EMPLOYEE CREOF, OPERATING AN AUTOMOBILE SALES AGENCY, REPAIR SHOP, �cPVICE STATION, STORAGE GARAGE OR PUBLIC PARKING PLACE, WITH RESPECT TO ANY ACCIDENT ARISING OUT OF THE OPERATION THEREOF, BUT THIS PROVISION DOES NOT APPLY TO A RESIDENT OF THE SAKE HOUSE- HOLD AS THE. NAMED INSURED, TO A PARTNERSHIP IN WHICH SUCH RESI- DENT OR THE NAMED INSURED IS A PARTNER, OR TO ANY PARTNER, AGENT OR EMPLOYEr OF SUCH RESIDENT OR PARTNERSHIP; (C) TO ANY EMPLOYEE WITH RESPECT TO INJURY TO OR SICKNESS, DTSE',SE OR DEATH OF ANOTHER EMPLAYEE OE THE SAME EMPLOYER INJURED 'N THE COURSE OF SUCH EMPLOYMENT IN AN ACCIDENT ARISING OUT OF THE MAIN- TENANCE OR USE OF AN AUTOMOBILE. IN THE BUSINESS OF SUCH EMPLOYER; (D) WITH RESPECT TO ANY HIRED AUTOMOBILE, TO THE OWNER, OR A LESSEE THEREOF OTHER THAN THE NAMED INSURED, OR TO ANY AGENT OR EMPLOYEE OF SUCH OWNER. OR LESSEE: (E) WITH RESPECT TO ANY NON-OWNED AUTOMOBILE, TO ANY EXECUTIVE OFFICER IF SUCH AUTOMOBILE IS OWNED BY HIM OF A MEMBER OF THE SAME HOUSEHOLD. THIS INSURANCE DOES NOT APPLY TO BODILY INJURY OR PROPrRTY DAMAGE ARISING OUT OF THE CONDUCT OF ANY PARTNERSHIP OR JOINT VENTURE OF WHICH THE INSURED IS A PARTNER OR MEMBER AND WHICH IS NOT DESIGNATED IN THIS POLICY AS A NAMED INSURED. IV. POLICY PERIOD TERRITORY: THIS POLICY APPLIES ONLY TO OCCURREIGCES DURING vu Amu WlinlR THE UNITED STATES OE AMERICA OR ANY ' TERRITORY OR POSSESSION THEREOF WHEREVER LOCATLD, OR WITH RESPECT TO AUTO- MOBILES, WHILE THE AUTOMOBILE IS ON A VESSEL BETWEEN PORTS WITHIN SAID TERRITORY, OF ELSEWHERE THAN WITHIN THE AFORESAID TERRITORY IF SUCH SUIT IS BROUGHT AGAINST THE INSURED IN ANY COUPT OF THE UNITED STATES, OR OF ANY STATE, TERRITORY OR POSSESSION THEREOF, OR OF ANY POLITICAL x SUBDIVISION OF SUCH STATE, TERRITORY OR POSSESSION. KU 0097-1 (3 of 17) -3- +i � 1 17. 1 THE HARBOR IFSURANCE C�ANY (HEREIN CALLED THE COMP I HEPt:BY AGREES WITH THE INSURED, NAMED IN THE DECLARATIONS MADE A PART HEREOF, IN CONSTDERATION ! Of' T4E PAYMENT OF THE PREMIUM AND IN RELTANCE UPON THE STATEMENTS IN THE ! DECLARATIONS AND SUBJECT TO THE LIMITS OF LIABILITY, EXCLUSIONS, CONDITIONS - AND OTHER TERMS OF THIS POLICY: INSURING AGREEMENTS - - I. COVERAGE A - BODILY INJURY LIABILITY - AUTOMOBILE: TO PAY ON BEHALF OF THf'7" LEGALLY OBLIGATED TO PAY AS DAMAGES BECAUSE OF BODILY INJURY, SICKNESS OR DISEASE INCLUDING DEATH AT ANY TIME RESULTING THEREFROM, SUSTAINED BY ANY PERSON, CAUSED BY [ AN OCCURRENCE AND ARISING OUT OF THE OWNERSHIP, MAINTENANCE OR USE OF ANY t AUTOMOBILE. t}t COVERAGE B - BODILY INJURY LIABILITY - EY.CEPT AUTOMOBILE_: TO PAY ON BEHALF LEGALLY ' OBLIGATED TO PAY DAMAGES BECAUSE OF BODILY INJURY, SICKNESS OR DISEASE, INCLUDING DEATH AT ANY TIME RESULTING THEPFROM, SUSTAINED BY ANY PERSON, CAUSED dY AN OCCURRENCE, IRRESPECTIVE OF Wh ETHER SUCH DAMAGES ARE IMPr'=ED BY LAW OP. ASSUMED 'UNDER CONTRACT. COVERAGE C - PROPERTY DAMAGE LIABILITY - AUTOMOBILE: TO PAY ON BEHALF OF T INSURED ALL SUMS WHICH THE INSU ED 514ALL BECOME ALLY OBLIGATED TO PAY AS DAMAGES BECAUSE OF INJURY TO OR DESTRUCTION OF TANGIBLE PROPERTY, INCLUDING THE LOSS OF USE THEREOF, CAUSED BY AN OCCURRENCE, AND ARISING OUT OF THE OWNERSHIP. MAINTENANCE OR USE OF ANY AUTOMOBILE. COVERAGE D - PROPERTY DAMAGE LIABILITY - EXCEPT AUTOMOBILE: TO PAY ON BE LEGALLY OBLIGATED TO PAY AS DAMAGES BECAUSE OF INJURY TO OR DESTRUCTION OF TANGIBLE. PROPERTY (INCLUDING THE. LOSS OF USE THEREOF FOLLOWING INJURY OR DESTRUCTION), CAUSED BY AN OCCURRENCE, IRRESPECTIVE OF WHETHER SUCH DAMAGES ARE IMPOSED BY LAW OR ASSUMED UNDER CONTRACT. II. DEFENCE SETTLEMENT SUPPLEMENTARY PAYMENTS: WITH RESPECT TO SUCH INSURxifflli ZF , THL UUMPANY SHALL: (A) DEFEND ANY SUIT AGAINST T"E INSURED ALLEGING SUCH INJURY, SICKNESS, DISEASE OR DESTRUCTION AND .IEEKING DAMAGES ON ACCOUNT THEREOF, EVEN IF SUCH SUIT IS GROUNDLESS, FALSE OR FRAUDPILENT; BUT THE COMPANY MAY MAKE SUCH INVESTIGATION, NEGOTIATI04 AND SETTLEMENT OF ANY CLAIM OR SUIT AS IT DEEMS EXPEDIENT, BUT THE COMPANY SHALL NOT BE OBLIGATED TO PAY ANY CLAIM OR JUDGMENT OP. TO DEFEND ANY SUIT AFTER THE APPLICABLE LIMIT OF THE COMPANY'S LIABILITY HAS BEEN EXHAUSTED BY PAYMENT OF JUDGMENTS OR SI.TTLEMENTS. (B) 1. PAY ALL, PREMIUMS ON BONDS TO RELEASE ATTACHMENTS FOR AN AMOUNT NOT IN EXCESS OF THE APPLICABLE LIMIT OF LIABILITY OF '!HIS POLICY, ALL PREMIUMS ON APPEAL BONDS PEOUIPED IN ANY SUCH DEFENDED SUIT, THE COST OF BAIL BONDS REOUIRED OF THE INSURED IN THE EVENT OF AUTOMOBILE ACCIDENT OP AUTOMOBILE TRAFFIC LAW VIOLATION DURING THE POLICY PERIOD, NOT TO EXCEED $100 PER BAIL BOND, BUT WITHOUT ANY OBLIGATION TO APPLY FOR OR FURNISH ANY SUCH BONDS; 2. PAY ALL EXPENSES INCURRED BY THE COMPANY, ALL COSTS TAXED AGAINST THE INSURED IN ANY SUCH SUIT AND ALL INTEREST ACCRUING AFTER ENTRY OF JUDGMENT UNTIL THE COMPANY HAS PAID OR TENDERPD OR DEPOSITED IN COURT SUCH PART OF SUCH JUDGMENT AS DOES NOT EXCEED THE LIMIT OF THE COMPANY'S LIABILITY THEREON; 3. PAY EXPENSES INCURRED BY THE INSURED FOR SUCH IKMEDIATE MEDICAL AND SURGICAL RELIEF TO OTHERS AS SHALL BE IMPERATIVE AT THE. TIME OF THE OCCURRENCE; HU 0097-1 (2 of 12) -2- EXCLUSION$ THIS POLICY ')OES NOT APPLY: (A) UNDER COVERAGES A AND B, TO ANY OBLIGATI',N FOR WHICH THE INSURED OR ANY CARRIER AS HIS INSURER MAY BE HELD LIABLE UNDER ANY WORKMEN'S COMPENSATION, UNEMPLOYMENT COMPENSATION OR DISABILITY BENEFITS LAW, OR UNDER ANY SIMILAR LAW; (B) UNDER COVERAGE A. TO BODILY INJURY TO OR SICKNESS, DISEASE OR DEATH OF ANY EMPLOYEE OF THE INSURED ARISING OUT OF AND TN THE COURSE OF (1) DOMESTIC EMPLOYMENT BY THE INSURED, IF BENEFITS THEREFOR ARE, IN WHOLE OR IN PART EITHLR PAYAp,r OR REQUIRED TO BE PROVIDED UNDER ANY WORKMEN'S COMPENSATION LAW, (2) OTHER EMPLOYMENT BY THE INSURED; (C,) UNDER COVERAGE B, EXCEPT WITH OESPECT TO LIABILITY ASSUMED BY THE INSURED UNDER CONTRACT COVERED BY 1HIS POLICY, T^ BODILY INJURY TO OR SICKNESS, DISEASE OR DEATH OF ANY EMPLOYEE OF THE INSURED ARISING OUT OF AND IN THE COURSE. OF HIS EMPLOYMENT BY THE INSURED; .. (D) UNDER COVERAGES B AND D, TO THE OWNERSHIP, MAINTENANCE, OPERATION, USE, LOADING OR UNLOADING OF (1) ANY AIRCRAFT (OTHER THAN MINIATURE OR MODEL AIRCRAFT) OR (2) EXCEPT WITH RESPECT TO LIABIITTY ASSUMED BY THE INSURED UNDER CONTRACT COVERED BY THIS POLICY, ANY AUTOMOBILE; (E) UNDER COVERAGES B AND D, 10 THE OWNERSHIP, MAINTENANCE, OPERATION, USE, LOADING OR UNLOADING OF ANY WATERCRAFT OWNED BY THE NAMED INSURED OR CHARTERED BY THE NAMED INSURED 'UNDER "BARE BOAT" CHARTER; (F) UNDER COVERAGES A AND C, TO LIABILITY ASSUMED BY THE INSURED U1l ,ER CONTRACT; (G, UNDER COVERAGE D, TO ANY LIABILITY OF THE INSURED, AS AN INSURER, SPECIFICALLY ASSUMED UNDER CONTRACT BY THE INSURED FOF. INJURY TO OR DESTRUCTION OF PROPERTY LEASED OR RENTED TO OR IN THE CARE, CUSTODY OR CONTROL OF THE INSURED; BUT THIS EXCLUSION SHALL NOT APPLY IF THE INSURED WOULD HAVE BEEN LIABLE FOR SUCH INJURY, LOSS OF. DESTRUCTION, IRRESPECTIVE OF HIS HAVING ASSUMED THE LSABIL`_TY OF AN INSURER; (H) UNDER COVERAGES C AND D, TO INJURY TO OR DESTRUCTION OF (1) ANY PROPERTY WHILE ON PREMISES OWNED BY, RENTED TO OR CONTROLLED BY THE INSURED AND HELD BY THE INSURED UNDER ANY BAILMENT THE. PRINCIPAL PURPOSE OF VHICH IS THE STORAGE, REPAIR OR SALE. OF SUCH PROPERTY, OR (2) ANY PFOPER.TY WHILE BEING TRANSPORTED IN OR UPON ANY AUTOMOBILE OWNED BY OR IN CHARGE OF THE INSURED, OR (3) ANY PRUiEPTY WHICH IS OWNED BY THE INSURED, OR (4) ANY PROPERTY WHICH IS IN THE COURSE OF CONSTRUCTION BY OR FOR THE INSURED; (I) UNDER COVERAGE C, TO INJURY TO OR DESTRUCTION OF PROPERTY RENTED TO OR IN CHARGE OF THE INSURED '?HER THAN A RESIDENCE OR PRIVATE GARAGE INJURED OF DESTROYED BY A PRIVATE PASSENGER AUT01-)BILE COVERED BY THIS POLICY; (J) TO INJURY TO OR DESTRUCTION OF CONTFACTOR'S EOUIPMENT RENTED, LEASED OR BORROWED BY THE INSURED OR IN THE CARE., CUSTODY OR CONTROL OF THE INSURED; (K) UNDER COVERAGE D, TO INJURY TO OR DESTRUCTION OF (1) GOODS OR PRODUCTS MANUFACTURED, SOLD, HANDLED OR. DISTRIBUTED OR PREMISES ALIENATED BY THE NAMED INSURED, IF 1UCN INJURY THERETO OR LOSS OR DESTRUCTION THEREOF ARISES OUT OF THE HANDLING OR USE OF OR THE EXIST- ENCE ANY CON➢ITION IN SUCH GOODS, PRODUCTS OR PREMISES, OR (2) WORK ' APLETED BY OR FOR THE NAMED INSURED, IF SUCH INJURY THERETO OR HU E097-1 (h of 12) -r- THE HARBOR INSURANCE C^ANY (HEREIN CALLED THE COMP/ l HF'tEBY AGREE.!', WITH THE INSURED, NAMED IN THE DECLARATIONS MADE A PART HEREOF, IN CONSIDERATION OF THE PAYMENT 01' THE PREMIUM AND IN RELIANCE UPON THE STATEMENTS IN THE ' DECLARATIONS AND SUBJECT TO THE LIMITS OF LIABILITY, EXCLUSIONS, CONDITIONS AND OTHER TERMS OF THIS POLICY: INSURING AGREEMENTS 1. COVERAGE A - BODILY INJURY LIABILITY - AUTOMOBILE: TO PAY ON SEHALF Of THE BECLEGALLY OBLIGATED TO PAY AS DAMAGFS BECAUSE OF BODILY INJURY, SICKNESS OR DISEASE, INCLUDING DEATH AT ANY TIME RESULTING THEPFFROM, SUSTAINED BY ANY PERSON, CAUSED BY AN OCCURRENCE AND ARISING OUT OF THE OWNERSHIP, MAINTENANCE OR USE OF ANY AUTOMOBILE. COVERAGE B - BODILY INJURY LIABILITY - EXCEPT AUTOMOBILE: TO PAY ON BEHAL BECOMELEGALLY OBLIGATED TO PAY AS DAMAGES BECAUSE OF BODILY INJURY, SICKNESS OR DISEASE, INCLUDING DEATH AT ANY TIME RESULTING THEBFROM, SC^^AINED BY ANY PERSON, CAUSED BY AN OCCURRENCE, IRRESPECTIVE OF WHETHER SUCH DAMAGES ARE IMPOSED ' BY LAW OR ASSUMED UNDER CONTRACT. COVERAGE C - PROPERTY DAMAGE LIABILITY - AUTOMOBILE: TO PAY ON BEHALF OF THE LEGALLY OBLIGATED TO PAY AS DAMAGES BECAUSE OF INJURY TO OR DESTRUCTION OF TANGIBLE PROPERTY, INCLUDING THE LOSS OF USE THEREOF, CAUSED BY AN OCCURRENCE, AND ARISING OUT OF THE OWNERSHIP, MAINTENANCE OR USE OF ANY AUTOMOBILE. COVERAGE' D - PROPERTY DAMAGE LIABILITY - EXCEPT AUTOMOBILE: TO PAY ON BEHALF OF ,, -TM INSURED 5HALL BE LEGALLY OBLIGATED TO PAY AS DAMAGES BECAUSE OF INJURY TO OR DESTRUCTION OF TANGIBLE PROPERTY (INCLUDING THE LOSS OF USE THEREOF FOLLOWINC INJURY )R DESTRUCTION), CAUSED BY AN OCCURRENCE., IRRESPECTIVE OF WHETHER SUCH DAMAGES ARE IMPOSED SY LAW OR ASSUMED UNDER CONTRACT. II. DEFENSE SETTLEMENT SUPPLEMENTARY PAYMENTS: WITH RESPECT TO SUCH INSUR , THL COMPANY SHALL: (A) D."FLND ANY SUIT AGAINST THE INSURED ALLEGING SUCH INJURY, SICKNESS, DISEASE OR DESTRUCTION AND SEEKING DAMAGES ON ACCOUNT THEREOF, EVEN IF SUCH SUIT IS GROUNDLESS, FALSE OR FRAUDULENT; BUT THE COMPANY MAY MAKE SUCH INVESTIGATION, NEGOTIATION AND SETTLEMENT OF ANY CLAIM OR SUIT AS IT DEEMS EXPEDIENT, BUT THE COMPANY SHALL NOT BE OBLIGATED TO PAY AN1 CLAIM OR JUDGMENT OR TO DEFEND ANY SUIT AFTER THE APPLICABLE LIMIT OF THE COMPANY'S LIABILITY HAS BEEN EXHAUSTED BY PAYMENT OF JUDGMENTS OR SETTLEMENTS. (B) 1. PAY ALI. PREMIUMS ON BONDS TO RELEASE ATTACHMENTS FOR AN AMOUNT NOT IN EXCESS OF THE APPLICABLE LIMIT OF LIABILITY OF THIS POLICY, ALL PREMIUMS ON APPEAL BONDS REQUIRED IN ANY SUCH DEFENDED SUIT, THE COST OF BAIL BONDS REQUIRED OF THE INSURED IN THE EVENT OF AUTOMOBILE ACCIDENT OR AUTOMOBILE TRAFFIC LAW VIOLATION DURING THE POLICY PERIOD, NOT TO EXCEED $100 PER BAIL BOND, BUT WITHOUT ANY OBLIGATION TO APPLY FOR OR FURNISH ANY SUCH BONDS; 2. PAY ALL EXPENSES INCURRED BY THE COMPANY, ALL COSTS TAXED AGAINST THE INSURED IN ANY SUCH SUIT AND ALL INTEREST ACCRUING AFTER ENTRY OF JUDGMENT UNTIL THE COMPANY HAS PAID OR TENDERED OR DEPOSITED IN COURT SUCH PART OF SUCH JUDGMENT AS DOES NOT EXCEED THE LIMIT OF THE COMPANY'S LIABILITY THEREON; 3. PAY EXPENSES INCURRED BY THE INSURED FOR SUCH IMMEDIATE MEDICAL AND SURGICAL RELIEF TO OTHERS AS SHA:.L BE IMPERATIVE AT THE TIME OF THE OCCURRENCE; HU 8097-1 (2 of 12) .2- � 4 i COMPREHENSIVE GENERAL - A.UTOMOBILE LIABILITY FORM i DECLARATIONS 1. THE INSURANCE AFFORDED IS ONLY WITH RESPECT To SUCH Af:D SO MANY OF THE FOLLOWING COVERAGES AS ARE INDICATED BY A SPECIFIC LIMIT OR LIMITS OF LIABILITY. SUBJECT TO ALL OF THE TERMS OF THIS POLICY HAVING REFER- ENCE THERETO, THE LIMIT ANll THE DEDUCTIBLE AMOUNT APPLICABLE WITH RESPECT TO EACH COVERAGE, THE LIMIT OF THE COMPANY'S LIABILITY AGAINST EACH COVERAGE, SHALL dE AS STATED Y.£REIN. COVERAGES LIMITS OF LIABILITY A. BODILY INJURY $ 250,000.00 EACH PERSON LIABILITY - AUTOMOBILE $ 500000.00 EACH OCCURRENCE B. BODIL.Y INJURY LIABILITY - $ 250,000.00 EACH PERSON EXCEPT AUTO' dILE I 500 000.00 EACH OCCURRENCE $ 500,000.00 AGGREGATE ANNUALLY (AS RESPECTS THE "PRODUCTS HAZARD") C. PROPERTY DAMAGE $ 250,000.00 EACH OCCURRENCE . IABILITY - AUTOMOBILE DEDUCTIBLE AMOUNT D. PROPERTY DAMAGE LIABILITY - $ 250.00 $ 25000013.00 EACH OCCURRENCE EXCEPT AUTOMOBILE EACH $ 500,000.00 AGGREGATE ANNUALLY OCCURRENCE (AS RESPECTS THE "PRODUCTS HAZARD") 2. PREMIUM: $ I ATTACHED TO AND FORMING PART OF POLICY N0, 112820 ISSUED TO: DI GRID CONSTRUCTION CO. , ETAL DATED: MAY 1, 1973 HARBOR INSURANCE COMPANY BY TxvlF (PROVISIONS ON PAGES 2, 3, 4, 5, 6, 7, B, 9, 10, 11 AND 12 ARE HEREBY REFERRED TO AND MADE A PART HEREOF. ) HU 8097 (1 of 12) (ED. 1-72) -1- END'JHSEMW NO. ADDITIONAL INTEREST ENDORSEMEN r 1. 11 iY agreed that the InsWd Ile allndded by this pml I,, appliM Mverally as 10 eath Assured ex.ep1 that the inclusion of more than One Assured shall not operate 10 iMdeM! Inc limn of Inc CnmpsnY's liability,and the inclusion here under Of any person Or Orpanizaboa s an Assured shsll not affect sexy ngnt whddt such person or urgenttst would have as a claimant of not w int/udW. hm 2. It is further agreed that r'1 TY OF RENTON (additional interest) Is recognized as addtional Aaslrrsm under the Poky but anvy as napes Uwm Covered by tfe Poky and rewf, ng from oftaratrons 0"I"'eoradex AS RESPECTS CONSTRUCTION OF WATERMAIN ON SOUTY 43RD STREET Ai SPRINGBROOK ROAD, (additional interest) by***Rx THE NAMED INSURED 3. IT IS FURTHER. A^.RZUD THAT TI)E I;ISURA'JCC DOES NOT APPLY TO BODILY IUJURY OR PROPLRTY DATA^E ARISINM OUT OF ANY PROFS&SIOUAL SERVICES OF AN ARCdITECT, ENGI;4EER, OR SURVEYOR PERFORMED BY OR TOR THE ADDITIONAL INSURED INCLUDIAG (1) THE PREPARATION OR APPROVAL OF MAPS, PLANS, OPINIONS, REPORTS, SURVEYS, DCSIGNd19 DR SPECIFICATIONS AND (2) SUPERVISO +Y, IIISPECTIOIJ OR ENGINEERING SERVICES. (named Aswred) I The effective date of this Endorsement is NAY Is 1 3 7 3 Nothing lerein cant,enrO shall he held in very, alter, wane or extend any of the terms, condnrons. W 1'mAations of the Polity 10 whn.b inn endorsemenf Is aibthsd Other ties N above stated. This Endorsement n attectsed to and made pairs of panty NO. 112 82 7 Issued to: DI ORIO CONSTRUCTION COr , INC. , ETA!, &(A@,, JOHN BEESON F)MPANY Date W ewc MAY 1, 197? "MOOR INSUR6NCaE COMPANY uY eNa-<Ia 'ae J-NI A �s �-, ' HARBOR IIVBUAANCE COLlpANY d]OI WILbNIA[. SOVL;VARO. 1.05 ANGCLES CALIFORNIA TOdbd (A Slack Inwulmlcw CMPMY• hwein dniiwd "'Thw Colwprmy ) ' A,,-. w,A In. aMr.d wm.d m Ill.d«larot.w.. modp a pan at I"w," IMrwll In nanme.ra,oa al IM ppym.M W IM awmmm al, r.Mw. upon Ih. .la<ID.cu m IM d.0 lara116M m Warb. Iror.'aw. 1. rh. In.uxd ,. x<mdax. ,"E Ih. so® .halo a IM dxlarabau arW m 'h. eaau.'. aIu<Me bow. am rrmwpwgrq m rhn w1uy. .ub,M Io •M undnmMbomd GENENAL POL:_Y CONCITIONS A CARCLLLATION. Tr:.. eabey moY M cmn.l.d by Ih. weal ,rourvd by .urr...Q.r Iho.a m IM <ompmY a r+w...nlarv. er by mala d q Ia u company rn1«n ..I.. amens rn.n Iola¢.' IM caI¢dimmn .hall M eP.r:.n Thu palrcY oral' y --:a l by IM campmy by malav m fh. wm.e Ip—sa �• rM aaal .hnrr. m Ibm pa:" .ruin wr¢. nm.nq rhea wf I... Ihm 1. days rh.rralnr wr. enne.Ilallw .hab be .Ilwer. 11. maJ..q r,, .'m u ofanwW .hall b. .W1mIN1 prwl W rout. T.. by of du .uuwd.r a III' .flwbr. dal. of ca.pella,M .Iol.d n Ih w.. na .hall bwan. Is. ad .1 Ih. p obc D m uc r Mr,od .hry el . h r^nu. aa.e. anh.r by Ih. mwd na IMas" ar by 11» campap .hall M .grralMlm malls, It IM wm.d ,n ur.d aam.I. .aln. r d a.m..w .hall b. compuue m cecadanc. n a en h . cw omarY .h rare Iabso and prce.dm. 11 Ih. n.d pnm:um` hill M .mpulwd as rnm pxmrom adlw.m.n1 m.y b. ,mnd. wMl al It.. Iu,. oaM.OanM a .nwl.d or as awn as pacucable uh.r rn malaran Mcoms .IIMr:re b.I poym.ar ee bads al unwrmd a.m.um a wl a eondbN of ca..Milmma. L CMANGIM. Tlu m m. of rhu pplKy .hall mI M .mr d a :hange d, +a.a by .nde.wmMl �xud Io Iwo a pan al rhu ag pone Y. md by IM duly aahor Iwd r.a.MMdbra of rh. campaaY C M. lel., .hall .a M molq,.r1 a rhob w n pen .Idaul IM -I-"- <onxm el IE. . m d aumonwd r.pr.wnrpl.x G IAM W or domrlq. Io propnnv ,Moro oeem,enwd by . nrmwn. aCh. W r.r.pn amllu., and .m. r.Mll,m. ,a.unwr,M. mlbm as ry wurmd pore' - mara.l la. er efin 'ah by ad.r W any aev,amual o•fyubho aulhany as mea - E Th,. a md. c a a.d w .p w mc d .ub , .a dl has, pror,.wm IIM m . eo.Wulan. Md • uw ..t W,Ih hr.,n ar.d a my f.I.. cr aldarwm.nr. ollah.d Mr.,en•.11 al Whmh a. to be, coM.dr.e at I.CaL,.," sl., ale a.Y p+arl«w. a caM:llem appwrinq :. a.Y loan• cf M^nrwwMl. atlIX'IIa4 r..rrn rhmh also, Ih. MI,,, prav:uoM .mud obey. .hall .upn.d. .ach paIOY pavmau :n w .nr m rh.Y an rncauulMl IMl.rm, IN WITNESS WHEREOF. TM Narbo: IMuranc. Company his cnuxd rhu wl:eY m M .,quad ' t 14 prwMMl and Swmay, huh Ih whcy .hall wI b.b,ndmq apm In. :ompa.y unlw pavnl.r.pmd by a duly as Mvvml r.a.xn.m,v. W Ih. company. LELAND 8. SWETT IOHN C SPENCER ,:vim �a;�� ✓�'��- --^ $.CimalY DECLARATION$ I w wp DI ORIO CONSTRUCTION CO. ; DI ORIO CONSTRUCTION, IIJC. ; � q 112820 SOUTH END CONCRETE PRODUCTS, INC. ; A14D C. A. DI ORIO A W AY INDIVIDUAL ° • 2921 SOUTH 2O0TH SEATTLE, 'WASHVIGTON 98188 COMPREHENSIVE rENERAL LIABILITY IJCLUDJNS AUTOMOBILP. O saw ow lwaaxxec wY «•mwo- ....I Q ...p/N lNaaRNNwry .IW«`rMtl .r.. AS PFR FORMS .Rx tOIMIPdCIIq RMOIAq m„. JULY 1, 1972 JULY 1, 1975 A.m 12:01 A wTAMOAAO TIMA AT TMA RAC I OF LOCATTON Ow 11111"S IMWUO MAMIuM TOTAL _--- —_- _ INCLUDED W"'-vanted to 110 a tr" INCLUDED I,, j certifled 0,09Y Oil tau 0riiinal PQIIQF- _ I RY A EO 11[rM=�IYMeM7I� Ya -'� w%EA'M'LE, WASHIN6TON OmA 1°T ww.wr MAY, 1971 � DUPLICATE ORIGINAL «u retl-!rr rrm r war wx van, ♦ t Moss Paqa 1 SCMMIA OF PRICAS ) ) ( tSpringbrock ad. c S. Ord St. ; w-I94 ! J: a ' r I tea AFpraa. ro. Q]antity _Mscription fit PL iCa 1 544 Lr Furnish and Install 24" Duotils Iron Class 2, (T.J.) water Pip W (words) (Fi umas) 2 635 LF Yurn.mh and Install 16" Ductile Iran Class 2, (T.J.) water rip ' O no For LF 3 109 Iw rurnlah and Install a" Ductile Iron, Class 2, (T.J.) water Pip .��L�., deeF jO °J 3.270 co PeT 4 2 BA Furniah and Install 24" Butterfly Valve Nse"ly in Precast Conc. vault d V�?o0 °_ Yon a Per S i BA Purnish and Irmtall 24" Rutt*rf17 ` it valve Assembly Oar �t�eu a r.,.J ailEfee.a>J 3000 Per BA " 6 1 BA Furnish and Install 161 Butterfly kt; iti--- Valvo Assmbly in Precast Cone. vault .. •�d4&.�,✓ Soo aSoo as Per BA V 7 2 BA Furnish and Install 16" Futtmrfly Valve Asadobly ' e 3000 — ►ar 1A B 1 RA Purnisn and Install B" mad Sma:ler aate Valve Assembly a OO ' Per BA ti , ►pa 3 - bCHPDULE Or PRicr6 (SpringbrooA Rd. c S. 43rd E[.( W-394 XUWVDTAL 5.3% Salaa Tax ��,,�/ .'DIAL Sq 9 TIE UNDERSIGNED BIDDER HP.RSBY AGREES TO START COHST4UCTIOH Won ON IRIS PRA)J6C.'T I! AMAImSD WIN, WITHIN TEN (10) DAYS AND TO COMPLETE TXr WORK W17MIN 3VRTY-FIVE (45) CONSECUTIVE CALENDAR DAYS AFTER STARTING CONSTRUCTIUN. DATE: THIS ��rL PAY OF {�,�R-tc_(, 1973 SIGNED:_�•ra.�i_ �/7 TITLE; 7"L4 / - /.�.1 ADDRPSS: KAM U'_!.WTT4E, WA. 9P,114 1 1 r ti 5 Page 1 /CQDUIl or PAIC.: .SI-ringbrr k Ad. i S. 43m st.j M-394 item A4prox. NO- QIIL%UfiY Description Unit Pries Tote Prise 9 1 EA Furnish and Install lire Hydrant Assembly LL i(.Li-(ti.Li1 LLrLA LL-f{(�.2� IOCA OOO�' Per CA (Words) ( qurse) 10 45 Tons Furnish and Install Temporary MC Cold Mir Asphalt Restoration Per Ton 111.0 CY trnish and Install Concrete $locking Zee Per Cutio and 12 3000 Tons Furnish and Install Select $ackfill Material Per Ton 13 65 Tons Furnish and Install Select Asphaltic Concrete Surface Re�sJtoration e Per Ton G 14 1 $A Reinstallation of 3/4' Water Service es u 4�i ��i�K�.✓ -A4Vs4e�adJ /7� / 7� Per SA - - is 1 $A Reinstallation of V Water tsrvice - ./ > Alp Me HA ' r '► 1 4 ku-1980" o) Pa1Cia (springbrook Ad. c a. 43rd st.) w•394 J Stem Approx. Qy� to lty ask""" Unit Prlca ZISALJWM 1 S6e it ►annish and Install 24' Ductile Iron Close 2, (T.J.) water Pipe r r G�I-��et-1-fJ 3, Per Lr' (words) (Figures) 3 635 Lr rurnish and Install 16' Ductils Iron Claas 2, (T.J.) water Pipe Per LF P too LIP Fuxnieh and Install B" Ductile iron, class 2, (T.J.) water Pipe For It 2 sA Furnieh and install 44" Butterfly Valve Assembly in PreeYt Corc. Vault oe !6 � ekc�[�*•�_y yc�lu,c-•�.�l,�Gc/j��t%=� •�5t,n b�� ' Pei iA f 1 BA Faraisdu and Install 26' Butterny Valve Assembly Pee Per iA • I BA Furnish and Install 161 Butterfly Valve Assembly in Precut Cone. vault / c7i%li/ lLiyr�/�AL� CG44GJC.(.4'-'/ `l! L',a f�7 llG^O Par BA Z) y 2 Y FwraisB ad Install 16' butterfly - - Vol" Assembly ` 019 *4 Per BA d 1 BA Furnish and Install M sad "Allot Gets Valve Assembly � / r 00 00 Per BA ( ►y� i GCHEDULB OF RRICEB (SyrLngbrook Rd, 6 B. 43rd Et.) p,_ N-39� Y Tow Prick SUBTOTAL S� CC 5.3% SAlee Tax -.J.�.L-...�/ 7 6� J, - TOTAL TM UNDERSIGWM BIDDER HEREBY 7.GPEES TO START CONSTROCTION WORM ON TAIB PPAXM T Il ' AMARDYD BIM, WITHIN TEN (10) DAYS AND TO CONPLBTE THE MOM[ MITiIIN 1»RfT-►IVB (45) CONS1OUTTYR CAL I)AR DAYS AFTER STARTING COMTRUCTION. Gi1TR: /Z OBY OF 1973 r SIGMI 1L/ TITLEt �0. 0 �_ ADOWOBB� �'�� r1.1 ^rlil "S, e TM i ti r � i } N -•R • ♦Y~ ,. Vim.Yr, I 4 ♦ .�. t 4 MEN D i OR10. w Sours( or P71M (Sprinybrook Ad. c S. Urd St.) S-'9e Item Approx. ' �a Zscrlotiao Unit Price - 1 561 LP Furnish and Install 26" Deatlle Iron C14WO 2, (T.J") Water Pi Pe - - lLw� Per LF (Words) (Plyuras) 2 435 LP Purnish and Install 16" Ductile I�racgi Class 2, /(T..J..)) Wat�err Pipe Per LP I 109 it Parnish and Install 9" Duetile Iron, Classy 2, (S.J.) Water Pipe Pt LP 4 2 SA rornish and Install 24" butterfly Valve Assembly in Precast Conc. Vault Od Per 1A S 1 SA furnish and Install 2e" butterfly Valve Assembly / Per SA S 1 rA rurnish and Install 161 buttorlly Valve Assembly in ►recast Cone. Vault Pit SA lL 1 2 SA Surmimb and Install 16" Butterfly Valve "Oemmy re Aa �( Gb S 1 SA n,rniah and Install i" and Smaller 4ir Gate Valve Assembly 00 y i. THE CITY OF RENTON a MUNICIPAL BUILDING 200 MILL AVE.SO. RENTON,WASH.98055 Q b. AVERY GARRETT. MAYOR DEIORES A. MEAD CITY anK 7rFD SEP'TF� April 25, 1973 Moss Construction Co. Zenith, WA 98188 Re: City of Renton Improvement - aid Opening 4111173 24" D.I. Water Main 6 16" D.I. Water Main on c S. 43rd Street at Springbrook Road Gentlemen: _ The Renton City Council , at its regular meeting of April 23, 1973, has awarded the above-captioned con- t act to the low bidder, Di Orio Construction Co. , Inc. in the amount of $55,126.66. Thank you for your interest and your bid. .y truly yours, CITY OF RENTON Delores A. Mead City Clerk DAM:1 t rT. `5J1� of Up L- OwR THE CITY OF RENTON q7f o MUNICIPAL BUILDING 200 MILL AVE. SO. RENTON.WASH.98055 op o. AVERY GARRETT, MAYOR DELORES A. MEAD 40 Q CITY CLINK A,rFO SE PtE�p�" April 25, 1973 Di Orio Construction, Inc. 2821 S. 200th Seattle, WA 98li8 Re: City of Renton Improvement - Did Opening 4111173 24" U.I. Water Main s 26" D.I. Water Main on S. 43rd Street at Springbrook Road Gentlemen: The Renton City Council , at its regular meeting of April 23, 1973, has awarded the above-captioned con- tract to your company in the amount of $55,126.66. Undated Performance Bond and proper Certificate of Insurance should be filed immediately with the Depart- ment of Public Works, along with any other documents as may be required by specifications, in order that the Contract may be Crnmpleted. Enclosed is an application for a Renton business license, as our records show you do not hold a current license. Very truly yours, CITY Yi OF RSNT/ON/�/y/. .f I Delores A. .Mead City Clerk DAM:jt Enclosure � L � OF It/, o i THE CITY OF RENTON '. MUNICIPAL BUILDING 200 MILL AVE SO. RENTON,WASH.90055 OA4 b. AVERY GARRETT,MAYOR DELORES A. MEAD Q. CITY ClItK O,P+rFO SE^T April 25, 1973 t r Di Orio Construction, Inc. 2821 S. 200th Seattle, WA 98118 - , Re: City of Renton Improvement Bid Opening 4/I1/73 24" D.I. Water Main 6 16" D.I. Water Main on S. 43rd Street at Springbrook Road ^ rz; Gentlemen: The Renton City Council , at its regular meeting of April 23, 2973, has awarded the above-captioned con- tract to your company in the amount of $55,126, 66. Undated Performance Bond and proper Certificate of Insurance should be filed immediately with the Depart- ment of Public Works, along with any other documents ' as may be required by specifications, in order that the Contract may be completed. Enclosed is an application for a Renton business license, as our records show you do not hold a current license. Very truly yours, CITY OF RENTON Delores A. Mead City Clerk DAM:jt Enclosure INTER-OFFICE MEMO TO: Olson, 0ept. of Public Works DATE 4/25/73 FROM:_ M..ad . rity_Clark RE: water Mains - S. 43rd Street at Springbrook Rd. We have assigned contract number to this project, it will be C.A.G. 026-73. Here is a copy of the letters sent today. jt 1 Sheet #1 FRQ=T NO. W-394 UTILITIES DEFARTNENT CITY OF RE14TCN WORK ORDER NO. WASHINCTON DATL _UBS)ITTIL Ms rrh 5, 79�v DAT_ COMPLETED DEFARTI.ENT war"r DESCRIFTI0(1 OF WORK Materials for 'n*=:xsoction of Bpringbrook Road and S. 43rd Street UECESSITY WORK TO BE DONE BYi City Forces r---I Contract C] Others 0 ITEM 1QUANTITY UNIT COST AMDUNT 24" D.I. Cl M2, (T.J.) Water Pipe 543.75 LF $ 14.80 $8,047.50 16" D.I. Cl N2, (T.J.) Water Pipe 435.00 LF 0.95 3,893.25 8" D.I. Cl 02, (T.J.) Water Pipe 108.75 LF 3.75 407.81 24" Butterfly Valve (NJ X NJ) in Concrete Vault 2 EA 2560.00 5,120.00 24" Butterfly Valve (NJ X NJ) 1 EA 2160.00 2,160.00 16" Butterfly Valve (NJ X NJ) in Concrete Vault 1 EA 1420.00 1,420.00 16" Butterfly valve (NJ X NJ) 2 EA 1020.00 2,040.00 8" Gate Valve (NJ X NJ) 1 EA 154.00 154.00 6" Gate Valve (FL X NJ) 1 EA 95.00 95,00 8" X 24" C.I. Valve Boxes 5 EA 18.00 90.00 241, C.I. Cross (All NJ) 1 EA 1353.00 1,353.00 24" X 6" C.I. Tee (NJ X FL) 1 EA 702.00 702.00 24" X 16" O.I. Reducers (PE X SEE, NJ) 2 EA 367.00 734.00 24" X 12" C.T. Reducer (PE X PE) 1 LA 309.00 309.00 12" X 8" C.I. Reducer (LEE, NJ X PE) 1 EA 63.00 63.00 24" C.I. 900 Bend (NJ X NJ) 3 EA 654.00 1,962.00 24" C.I. 1140 Bend (NJ X NJ) 1 EA 504.00 504.00 16" C.I. 900 Bend (NJ X MJ1 3 EA 189.00 567.00 8" C.Z. 1150 Bend (NJ X MJ) 1 EA 46.00 46.00 24" C.I. Plug (NJ) Tapped 2" !Temp) 2 EA 200.00 400.00 16" C.Z. Plug (NJ) Tapped 2" (Tamp) 1 EA 60.00 60.00 8" C.I. Plug (NJ) Tapped 21' 1 EA 15.OU 15.00 16" C.T. Solid Sleeve (LP, NJ) 1 EA 117.00 117.00 24" C.I. X 20" O.D., Stl. Reducing Coupling (Smith-Blair M415) 1 EA 273.00 273.00 20" A.C. X 16" C.I. Reducing Coupling (Smith-Blair #415) 1 EA 252.00 252.00 5" MVO Fire hydrant (NJ) 5' Trench 1 EA 303.00 303.00 Subtotal 31,087.56 5.3% Sales Pax 1,647.64 TOTAL COST $32, .. APPROVED BY :UPT. OF UTILITIES _ DATE APPRCN M ( w � NK �A. 15. ASSIGNMENT: ASSIGNMENT OF INTEREST UNDER T' 1S POLICY SHALL NOT BIND THE. cWTXR7-TINTIL ITS CONSENT IS ENDORSED HERT:-N. IF, HOWEVER, THE NAMED INSURED SHALL DIE OR BE ADJUDGED BANKRUPT OR INSOLVENT WITHIN THE POLICY PERIOD, THIS POLICY, UNLESS CANCELLED, SHALL, IF WRITTEN NOTICE BE GIVEN TO THE COMPANY WITHI:: SIXTY (60) DAYS AFTER THE DATE OF SUCH DEATH OR ADJUDICA- TION, COVER (1) THE NAMED INSURED'S LEGAL REPRESENTATIVE AS THE NAMED INSURED, AND (2) SUBJECT OTHERWISE TO THE PROVISIONS OF INSURING AGREEMENT III, ANY PERSON HAVING TEMPORARY CUSTODY OF ANY OWNED AUTOMOBILE OR HIRED AUTOMOBILE, AS AN INSURED, UNTIL THE APPOINTMENT AND OL'ALIFICATICN OF SUCH REPRESENTATIVE, BUT IN NO FVENT FOR A PERIOD OF MORE THAN SIXTY (60) DAYS AFTER THE DATE OF SUCH DEATH OR ADJUDICATION. 16. CANCELLATION: THIS POLICY MAY BE CANCELLED BY THE NAMED INSURED BY SURRE9n'R-TH=6T TO THE COMPANY OR ANY OF ITS AUTHORIZED AGENTS OR BY MAILING TO THE COMPANY WRITTEN NOTICE STATING WHEN THEREAFTER THE CANCELLA- TION SHALL BE EFFECTIVE. THIS POLICY MAY BE CANCELLED BY THE COMPANY BY MAILING TO -HE NAMED INSURED AT THE ADDRESS SHOWN IN THIS POLICY WRITTEN NOTICE STATING WHEN NOT LESS THAN TF.N DAYS THEREAFTER SUCH CANCELLATION SHALL BE EFFECTIVE. THE NAILING OF NOTICE AS AFORESAID SHALL BE 4UFFTCIENT PROOF OF NOTICE. THE TIME OF THE SURRENDER OR THE EFFECTIVE DATE AND HOUR OF CANCELLATION STATED IN THE NOTICE SHALL BECOME THE END OF THE POLICY PERIOD. DELIVERY OF SUCH WRITTEN NOTICE EITHER BY THE NAMED INSURED OR BY THE COMPANY SHALL BE EQUIVALENT TO MAILING. IF THE NAMED INSURED CANCELS, EARNED PREMIUM SHALL BE COMPUTED IN ACCORDANCE WITH THE CUSTOMARY SHORT RATE TABLE AND PROCEDURE. IF THE COMPANY CANCELS, EARNED PREMIUM SHALL BE COMPUTED PRO RATA. PREMIUM ADJUSTMENT MAY BE MADE EITHER AT THE TIME CANCELLATION IS EFFECTED OR AS SOON AS PRACTICABLE AFTER CANCELLATION BECOMES EFFECTIVE, BUT PAYMENT OR TENDER OF UNEARNED PREMIUM IS NOT A CONDITION OF CANCELLATION. IN THE EVENT THAT THE COMPANY OR ITS AUTHORIZED REPRESENTATIVE HAS ISEU£? OR MAY ISSUE, AT THE REQUEST OF THE INSURED, CERTIFICATES OF INSURANCE AND/ OR STATUTORY FILINGS AND/OR GTHER EJIDENCES OF INSURANCE (HEREINAFTER REFER- RED TO AS CERTIFICATES) 'UNDER THIS POLICY 'WHICH CERTIFICATES REQUIRE THE COMPANY TO GIVE ADVANCE NOTICE OF CANCELLATION TO THE RECIPIENTS OF SUCH CERTIFICATES OR OTHERS, THEN TF.E INSURED, IF IT SHOULD ELECT TO CANCEL THIS POLICY, SHALL GIVE THE. COMPANY NOT LESS THAN THE SAME ADVANCE NOTICE OF CANCELLATION AS IS REQUIRED TO BE GIVEN BY THE COMPANY UNDER SUCH CERTIFI- CATES AND IN DOING SO SHALL ALLOW THE COMPANY NOT LESS THAN THPEE BUSINESS DAYS FGR THE PREPARATION AND HAILING OF SUCH NOTICES OF CANCELLATION TO THE RECIPIENTS OF SUCH CERTIFICATES. 19. THREE YEAR POLICY: A POLICY PERIOD OF THREE YEARS IS COMPRISED OF THREE CONSECUTIVE IODS. PATES FOR THE AUTOMOBILE HAZARDS ARE SUBJECT TO AMENDMENT FOR THE SECOND AND THIRD ANNUAL PERIODS IN ACCORDANCE WITH THE COMPANY'S RULES AND RATING PLANS. COMPUTATION AND ADJUSTMENT OF EARNED PREMIUM SHALL BE MADE AT THE END OF EACH ANNUAL PERIOD. AGGREC,ATE LIMITS OF LIABILITY AS STATED IN THIS POLICY SHALL APPLY SEPARATELY TO EACH ANNUAL PERIOD. 18. MORE THAN ONE INSURED: WHEREVER REQUIRED, THE TERMS "INSURED" AND "NAME NDERSTOOD TO MEAN ANY ONE PERSON OR ORGANIZATION NAMED OR COVERED AS INSURED, OR ANY TWO OR MORE OF SUCH PERSONS OR ORGAN- IZATIONS COLLECTIVELY. TF CLAIM IS MADE OR SUIT IS BROUGHT AGAINST ANY INSURED, THE TERMS OF THIS POLICY SHALL BE CONSTRUED AS THOUGH SUCH INSURED WERE THE ONLY INSURED HEREUNDER, IRRESPECTIVE OF WHETHER SUCH CLAIM. OR SUIT IS MADE OR BROUGHT BY ANOTHER INSURED OR BY ANY OTHER PERSON OR ORGANIZATION, EXCEPT THAT THE INSURANCE WITH RESPECT TO ANY INSURED SHALL NOT APPLY TO INJURY TO OR LOSS OR DESTRUCTION OF PROPERTY OWNED BY ANY NAMED INSURED. NOTHING IN THIS PARAGRAPH SHALL OPERATE TO INCREASE THE LIMITS OF THE COMPANY'S LIABILITY. HU 8099-1 (11 of 12) -11- Y - 9. NOTT_CE OF OCCURRE'_�'• UPON THE HAPPENING 0£ AN _7URRENCE WHICH IN THE OPINI ., ..tt HIS REPRESENTATIVE IS LTKEL: TO RESULT IN A CLAIM UNDER THIS POLICY, WRITTEN NOTICE THEREOF SHALL BL GIVEN BY OR ON BEHALF OF THE INSURED TO THE COMPANY AS SOON AS PRACTICABLE AFTER THE NAMED INSURED'S INSURANCE MANAGER, OR OTHER PERSON DESIGNATED BY THE NAMED INS'JRED TO CIVE SUCH NOTICE, HAS ACTT L KNOWi,EDGF. OF SUCH OCCURRENCE. SUCH NOTICE SHALL CONTAIN 'ARTICL'LARS SUFFICIENT TO IDENTIFY THE INSURED AND ALSO REASONABLY OBTAINABI-E INFORMATION RESPECTING THE TIME, PLACE, AND CIRCUMSTANCES OF THE OCC11RRE2'CE. - 10. NOTICE OF CLAIM OR SUIT: I£ CLAIM IS 14ALE OF SUIT IS BROUGHT AGAINST THE IAS11HEfi,-'1'RE'-IRSgAEISCLL IMMEDIATELY FORWARD TO THE COMPANY EVERY DEMAND, NOTICE, SUMMONS OR OTHER PROCESS PEC£IVED BY HIM OR HIS REPRESENTA- TIVE. 11. ASSISTANCE AND COOPERATION OF THE INSURED: THE INSURED SHALT, COOPERATE WITH THE COMPANY AND, UPON THE COMPANYrr7r=ST, SHALL ATTEND nARINGS AND TRIALS AND SHALL ASSIST IN EFFECTING S£TTLFM£NTS. SECURING AND GIVING EVIDENCE, OBTAINING THE ATTENDANCE OF WITNESSES AND IN THE CONDUCT OF SUITS. THE INSURED SHALL NOT, EXCEPT .IT HIS OWN COST, VOLUNTARILY MAKE ANY PAYMENT, ASSUME ANY OBLIGATION OR INCUR ANY EXPENSE OTHER THAN FOR SUCH IMMEDIATE MEDICAL AND S'1RGICAL RELIEF TO OTHERS AS SHALL BE IMPERATIVE AT THE TIME CF OCCURRENCE. _ 12. ACTION AGAINST COMPANY: NO ACTION SHALL LIE AGAINST THE COMPANY UNLESS, AS A ER£TO, THE INSURED SHALL HAVE FULLY COMPLIED WITH ALL THE TERMS OF THIS POLICY, NOR UNTIL THE AMOUNT OF THE INSURED'S OBLIGATION TO PAY SHALL HAVE BEEN FINALLY DETERMINED EITHER BY JUDGMENT AGAINST T17C INSURED AFTER ACTUAL TRIAL OR BY WRITTEN AGREEMENT OF THE INSUR- ED, THE CLAIMANT AND THE COMPANY. ANY PERSON OR ORGANIZATION OF THE LEGAL REPRESENTATIVE THEREOF WHO HAS SECURED SUCH JUDGMENT OR WRITTEN AGREEMENT SHALL THEREAFTER BE ENTITLED TO RECOVER UNDER THIS POLICY TO THE EXTENT OF THE INSURANCE AFFORDED BY THIS POLICY. NOTHING CONTAINED IN THIS POLICY SHALL GIVE ANY PERSON OR ORGANI7A- TION ANY RIGHT TO JOIN THE COMPANY AS A CO-DEFENDANT IN ANY ACTION AGAINST THE INSURED TO DETERMINE THE INSURED'S LIABILITY. BANKRUPTCY OF INSOLVENCY OF THE. INSURED OR THE INSURED'S ESTATE SHALL NOT RELIEVE THE COMPANY OF ANY OF ITS OBLIGATIONS HEREUNDER. 13. S?1BP.OrATION: IN THE EVENT OF ANY PAYMENT UNDER THIS POLICY, THE COMPANY SHALL-B 7TU6F(fTA'fED, EXCEFT AS HEREINAFTER PROVIDED, TO ALL RIGHT, OF RECOV- EPY THEREFOR WHICH THE INSURED MAY HAVE AGAINST ANY OTHER PERSON OR ORGAN- IZATIOK AND THE INSURED SHALL EXECUTE ALL PAPERS AND DO WHATEVER IS NECESS- ARY TO SECURE SUCH RIGHTS. THE INSURED SHALL DO NOTHING AFTER LOSS TO PREJUDICE SUCH RIGHTS. IT IS PROVIDED THAT THE COMPANY HEREBY WAIVES SUBROGATION AS TO ANY RIGHT OF RECOVERY WHICH ANY INSURED MAY HAVE AGAINST ANY OTHER INSURED UNDER THIS POLICY. OR AGAINST ANY AFFILIATED OR SUBSIDIARY CORPORATION OF ANY INSURED, OR AGAINST ANY PERSON OR ORGANIZATION OWNING OR CONTROLLING ALL OR A MAJORITY OF THE SHARES OF THE COMMON STOCK OF ANY CORPORATE INSURED, UNLESS THE INSURED HAVING SUCH RIGHT OF PECOVERY SHALL GIVE HIS WRITTEN CONSENT TO THE COMPANY TO BE SUBROGATED THERETO, AND SUCH INSURED SHALL HAVE THE SOLE AND ARBITRARY RIGHT TO DETERMINE WHETHER. SUCH CONSENT IS TO BE GIVEN. 14, CHANGES: NOTICE TO AN:' REPRESENTATIVE OF THE COMPANY OR KNOWLEDGE POSSE?;`9n_" ANY SUCH REPRESENTATIVE OR BY ANY OTHER PERSON SHALL NOT BE FELD TO EFFECT A WAIVER OR CHANGE IN ANY PART OF THIS POLICY OR ESTOP THE COMPANY FROM ASSERTING ANY RIGHT UNDER THE TERMS OF THIS POLICY; NOR SHALL ,HE TERMS OR CONDITIONS OF THIS POLICY BE WAI'.'£D OR CHANGED, EXCEPT BY ENDORSEMENT ISSUED TO FORM A PART Or THIS POLL"Y, ShNED BY AN AUTHORIZED REPRESENTATIVE OF THE COMPANY. HU $097-1 (10 of 12) -10- ti . OH HR THE CITY OF RENTON MUNICIPAL BUILDING 200 MILL AVE.SO. RENTON.WASH 90055 AVERY GARRETT. MAYOR a DEPARTMENT OF ENGINEERING P '%�rfD SEPTE�� April 2, 1973 Pupet Sound rover 6 Lipht Co. 620 Grady Way F. Renton, WA 98055 Attest Enpineerinp Dept. fROH: 61ty of Renton, Utility Lnpl.neer'.s:; 200 Mill Ave. S. •.•j Penton, VA 9 80 55 SLP,.IE(.T; Water Main Installation - S. 43td Street at SprinPbrook Road S. 'Zhe City of Penton intends to '.nstall a water main in the location indicated -M on the attached plans. Please review for possible conflict:;, indicate the location of your equipment. and return to this office. If Further i.nformatier. Is desired, please contact Ron Olsen, 235-2631 . thank you. . ..tar!rment ti y 1 (;(1Y (1f of NT�ti! REGFiVrn TELEpROmp�ft�7 2Z'6 S "PT"o v tt �' 6 zoe s w r izm sues r', . �u �f�,� Search.B eru Q ron 96146 jjiNu i)kY l V April 3, 1973 1 ...r>Y r..� -✓ City of Renton Utility Engineering :5'4t I,; 200 Mill Ave. South .; Renton, Washington 98055 RE: Water Main Installation - So. 43rd St. at Springbrook Road South Gentlemenc TelePrompTer Engineering Department has reviewed yorr plan! for installation of a water main, at the above referenced address. We have no facilities in this area and cannot fore- see any conflict. We appreciate your concern in notifying us of this job and hope that, should future projects arise, we will again be notified. Sincerely, TELEPROMPTER OF SLATTLF. - - Jerry Rahner Project Supervisor JR:cmc 1 Y•' Ims THE' CITY OF RENTON MUNICIPAL r3 CIPAL BUILDING 200 MILL AVF SO RENTON,WASH 99055 O op @W' AVERY GARRETT. MAYOR PUBLIC WORKS DEPARTMENT -P"rfoSEPtEolo� Warren C Gonn,lson D. ,lor April 12, 1973 Mr. Richard C. Houghton Utilities Engineer .. Public Harks Department Subject: S. M 43rd Street Improvement Project, UAS 8-1-102 (22) Dear Mr. Houghton: There will be a preconstruction conference on the above referenced J project in the 4th 'lour Conference Roam, Renton Municipal Building, of 2:1"n p.m, on Thursday, April 19, 1973. It is requested that you or a representative of your organization be in attendance to discuss various problems that PAY be anconntered during the construction phase of this project. If you have any queetiona, please contact this office. Very truly yours, j Marren C. Gonnaeon, P.C. Public works Director R.*:;m I. W60 4e4 1 S April 12, 1973 TO: Warren C.onnason FROM: Dick Boughton SUBJECT: Recommendation on Bid Award S. W. 43rd Street Watermata Adjustments and Relocation Attached herewith is the Public Works Department's recomme.ndution for Bic: !ward for the aubject bid. plcase submit these reconmendations to the Public Works Committee for approval and submittal to the City Council. RCH:ap Attachments i�t,..r.. x.Cc.j < ,r .J . . �f.< L-✓a-/t �f....�cC /t-f ��. < P / t f `f i 4 1 April 12, 1973 To: Warren oomseon IROH: UICL 6ousotoa SMALT: Rscoaasrbatior. on ud Award b. W. Ord Etreat Waterasin AdIvotnents and Relocation Atftdwd uarswith 3a tke Puallc Works Uepartawt's recoesaadatloo for Did Awed for the *abject b1d. Please *"all thasw recowendat loss to the Public Works Coaaittoa for Approval sod amittal to the City Council. t Mal.sp AStauaewu 40 1 April 17, 1#73 Wearable Avery Garrett, Mayor Members of the City Cowan Suclect: Report Vf the Public Yorks Committes eafetsnca: S. r. 43td Street Yaternein Adjustments snd Raloe"Im Geatlemen: It L the recosmrndatloo of the Puslic Yorks Cowitta test the City aasapt the lw bid submitted by JUVIO Construction to tee awuat of ;55,32♦.66. " A Did Tssulaticm iudlcatina the blddurs mad arx:nt of bid is sttacbed. ��la'eae. Chalrewl '� MINIMUM �lep AttMhmaat '1s t BID TAE) ULATION SHEET PRO J EC T •S, W. Urd Str •ct Wtterm3in Adiu tments Ind R location DAT E Aoril 11 1973 BIDDER BID 1)10rfn C,n:etruct :on (,ompdny, Inc• S5„126.66 atuccio Construction Company $56.595.59 Construction, Inc. $91,99J.os r:ngineer's Estimate $55,000.00 April 12, 1973 Ken Bruce. Cu*Arw n *"Or* of the ►ukllc woe" t:aaalttea BubJectI Mecnewndatioo m bid Award S. A. 430 Street YaterMin Adjuataeete aad Aaloeatlos caatlameo: It is the reammaan/atf.on of the Public Yorks Dgartsot, utility laBlusering Division, that the lee bid subadtted by dtOria Construction to tha ammt of $55,126.66 ae accepted, and the Mayor and City Clerk be authorised to @IBo the contract. A Sid Sabulation le attached for your L.forvstion. Yarreo G. wcaaana. Y.L. —..__— Public Yorke Director BCB:sp Attacta•ent 4 April 12, l 3 Raa &TWO, 1.balrmaa 006094 of the Publtc Works comitrss Subject. kscommmindation on Bid Award u. W. 43rd ftiest Waten*U Adjustmests and "iocerioo Geatlemu: It is t1w rocossuodstion of the Public Works "partmat, Utility DODineotin0 Division , that fire low bid submitted by ulorio Cotutructlou in too aaem at of 335,,tA.66 t" scesptsd, and the Mayor and City Clerk be authorised to sign the contract. A Did :auulstlou is Attath" for your i..formation. Warr" C. C000reoa, P.6. Public $k rka Director kCD:ap Attachme:..t. i r'µ. BID TABULATION SHEET PROJECT : DAT E BIDDER g d el, ge ele 3, -7117 91, 990 a 81B TABULATION SHEET PROJECT: Improvement - 24" D.I. Water Main 6 16" D.I. Water Main on S. 43rd Street at Springbrook Road DATE: April 11, 1973 ENGINEER'S ESTIMATE AA BIDDER'S NAME & ALDRESS EB EEO BID, TAX & TOTAL Frank Co:uccio "-rust. Co. $53, 747. 00 9600 Empire Way x .XX 1 2,048. 59 Seattle, WA 9811R $56,595.59 D1 Orio Constructlor. , Inc. $52,352.00 2821 S. 200th x X.. 2,774.66 Seattle, WA 981Pd $55,126.66 Noss Conatructior: Co. $87,360. 00 Zenith, WA x . .. 4,630.08 $91 '990.08 Z ;a v Ag• ) A K 3CIRDDIL OY PRICES I !enringbrr * Ad. c /. 43rd St . ; M-"4 191Al W A S13AT0'J'AL -y-`2 �-� 00 5.3A SAlAA Tm C g IWAL T= IfNDERSIGMED AIDWA HEREBY AOhEEY TO START CONSTId7CTION WORK ON THIS PROJNCT IT `HANDED HIM. MI47(IN TEN (10) DAYA AND To COMPLETE T[E MONK MITNIN ly), Y-LIVE (IS) I COMSACUTIVE CALWDAA DAYS AMR STARnM CONSTIUCrION. 1 31I6�—. --PAY 0! 00.1 L . 1973 TITIAI 1 RAW Aa,AEAs� 0 8 430 s' a 1 F i 1 FF� ♦,yy� i w Rage I '. 'IQ Or D rZL t. (ayringbrook pd, i e. 47rd 6t.) Its AGprcx, -tea QAW1G�'taY Qsecrl.��..- j�111.. nric• � ^� 9 1 RA n.+ embh and Install ?in Nydren[ �7I Aa.a�Dly rr—si1 � '� (words) Oriqures) 10 1S Tans Furnish and Install Temporary MC Cold Nix Asphalt Restoration PatT 36 11 30 CY ►urnlsh and Install Concrete slocklnq Per �Y�: �O --�...�� 12 1000 Toro rurnish and Instsal select sackfill material Fet Ton ems..__ /S 040 13 65 Tons Furnish and Install select AeFW tic Concrete surface Asmtorati.c�n Per T da61aA�' 3S 5 ter o .77 7s'�� 1/ 1 sA Reinstallation of 3/e" Water sorrise Far RA if 1 sA Aeinatellaticn of 10 Water servloe Jcr � 1 CITY OF RENTON SW 43rd. St. PROPOSED SPECIAL ENGINEERING SERVICES 1. IInnc�orpora�tion of 24 inch diameter water line design with atre-- et design at S�z n�rook�Road — -`—`—� A. Review information supplied by City and check for compa':ibility with street design. $ 200.00 i B. Prepare special and technical provisions utilizing technical provisions from City and supplemented as required by Consultant prepared special provisions. 270.00 C. Prepare engineer's estimate and bid schedule. 200.00 D. Design and draft special details required. 310.00 E. Incorporate plan and special provisions ``.. with those for street. 133.00 -art r TOTAL $1,110.00 p 9i UNSIHILL, INGMAN,CHASE B C.', Warren C. Gonnason, P.E. , Marc!, 7, 1[173, page 2 4. Draft special details that may be required . 5. Incorporate all of the above mentioned with the street plans and specifications. The estimated cost for performing this work under the conditions set forth in Section IX of this contract is $1110.00. Attached is a detailed work sheet showin, activities and estimated costs for each. In our discuss.. .ts of this work with Mr. Olsen, the possibility of installing the water line prior to the street construction was discussed. It is our opinion that a reduction in cost and inconvenience to the public would be realized if L..e water line were installed concurrently and under the same cortract with the street work. We shall be pleased to meet with you at your earliest convenience to discuss this latter further. It is imperative that an early decision be grade on this matter as the street plans for Spring- brook Road are in the final stage of preparation. Very truly _-o/urss,_ Walter G. Ramsey, P.E. Vice President 7 EHR/cw Enc. URsultmq ,INO01$of CHASE a Voc Consulbnp Enpi+nn Ind Anlpvlf )Inca 1891 2906 7M,d Avenue,S0t11s.Woshmplon 98121 1206)623-6= .... _^ ,.. Mar-h 7, 1973 Mr. Warren C. Gonnason, P.E. ti�w•�"�` Public Works Director ty .,I xenton 200 Mill Avenue South Renton, Wauhingto- Attn: Ron Olsen Re: SW 43rd/S. 180th/Carr Road CAG 1938-72 JAB 8-1-102 (22) Gentlemen: We are pleased to respond to the verbal request of Mr. Olsen regarding the estimated cost for special engineering services required to incorporate the 24" diameter water line proposed at the Springbrook Road intersection with the street plans prepared for that location in this office. 2t is our understanding, after discussion with Mr. Olsen, that the City will supply the following information: 1. Plan shoving the proposed water line in final form to be included with the street plans. 2. Standard technical provision used by the City on similar construction that is to be incorporated with the final project bid documents. The special engineering services to be performed by the Consultant are: 1. Check City waterline design for compatibility with street design. 2. Prepare special provisions using those supplied by City and other provisions as deemed necessary. 3. Prepare estimate of cost and bid schedile. �6 } March 19, 1973 To: Warren C. 6cnnason From: Dick i.-ughton Subject: Installation of Watermains at Intersection of S.W. 43rd St. & Springbrook Road under UAB Project ----------------------------------------------------------------------- We had originally requested Hilt , Ingman 6 Chase to submit a quote for this work to be included in the project, whici, they did. Their quot4 was $1 ,110.00 which I thought was high considering we did the pla, and furnished the specifications. Our review of the overall project indicated grade changes in Spring- brook Road which should have shown some investigation into the depth of utilities was warranted. I cannot sav if this was done or not. We request the authority to bid this project and to finance said replacement and adjustments from UAB funding. The estimated cost is $60,000. Bert McHenry has concurred with this project, but requested we check with you before proceeding with in-house preparations to bid the project. RCH:sn —— Attach: (1) Proposal from Hill, Ingman & Chase ( ) Memo from Dick Houghton to Bert McHenry s (3) Memo from Bert McHenry to Dick Houghton x . B4rch iv, 2973 Kihq County Frolerty Dejar4e ft t Gott E-531 King County Court None Seattle, WF. 98104 ±az.f7 Attentiora Mrs. Millet Gentlemen, ., ,.. The City of Renton intends to construct • 16" and 24" rater line in Siringbrook Mood at S. 43rd Street (old S. E. 130tL btreet). A 1ortion of this Froyect In In King Cosmty, a)rroximately 40C L.F. of 16" V.I. water main north of S. Ord St. (AM I-or attached maI ). At this time the City W:uld like to request a Fa mit for this lmtallation. The area i4 covered by our Kira County Franchise #612. Very truly yours, Warrao C. Gaumaaon, I .E. Public Works Director .Ronald 'Olean Utility Ottice "ineer RO:G, attaclam nt 4 ti 5 t. . RIGHF. OF WAY CONS1 RUCTION PERMIT To Be Sub"td 1.T"►lowtLL KING COUNTY OFFICE OF PROPERTY AND PURCHASING FRANCHISE AND PERMIT SECTION 1 dppAtdealf No r �_ _PdR1Na_—_____ Sande. Tkc uNdna*a.d AwrkY applu•r hr prmdabx to_ _ #%*tall $Wax 400 fast of Ibn o.l, 9~ M#* Barb of S. 411rd at. 9n Sprimoresil M. as per ottacbed sketch. . I Gil "A d 51fK Sefers starting wart. Sign and traffic central will be In accordance with part Y, mem"i on uaifarr traffic chat. I device* for street* No highways. 1Y Nan ditchom or excavations at night r sn wa*keda. All unssltablo Material to be sealed Out, ►epiaced with transfer fret dralsiag aateriol, COWIO&d In It lifts, or water aattlad a* deteraniaed by the County Engineer. All streets within county right of way will be kept dust fret, tither by hewing our waah/mg during oacaratlom. All black top K light bitusflffw roots within County Right of way that We scored during excavation will rKrive open backfilling a tomWery patch of Cold - nix asphalt. Entire resterstloo will be Subject to *Wave, of Casey Ergladar, water main to be Installed par county approved pion Sold ap*Cl$ Reotorati*a of SPriftWosk Read and S. loth St. to include patch and owsrlay LaWle X Width to be Oft0mimed by Catwty Engineer. All drainnge that IS dlstarbed NW/r "Strayed during Co Mtrw*tiw, is be replaced Iwl/otely to original condition or actw"dlog to Ilhy Csodty Specs. I l M owat Mar dbar.wkrt to ter*/word o(tM Cawnt)RON Err{l+sa. tlr�laA1t ajar a.yuireu Iu nw'�IN1pn p(HN nlovr rut Y.__._.`N.__..____..._rIw1U• ...�_�._ ___—__�T. )rrde I{IPaeMlbeea eflro to/ro.ecvte wash rt delmnca en0 aprrd Mee deco rO lw IM aptaah wd cnnre deeea of the PUE1N T4 No ma son..d fp�ru�pol{r.nt;�tM aMwr paw#,M rom Iy MM the pruwkrne.caadllbaat, wn4,r.pNow" "mom MaFmreael r*eoNNP cost,"""~hid rlrla�nt .1 Wfd be r�wd P)„eftM rpplu'anr sntl undo wt�ws pr iwn Y Im.O.W h Is. tt.ft flI bm..iba.1 PamN Drtmlt IM p.rNu�nrc,A.m,W.'ru and Wpw qen to so, rand mx harmMw Me PountY u( wo(row dl :bunt, art one y of rwxY ku and 0eu t tvr which racy w.d t� . h. o .rod b, M perann.or Ix..d ,.curpwrbrrn or goWfr by rMton of th.of pr S Of syer of my •u rh wn.L. :bancmr o/materia4 uad or manna of inmepdima.mot hi ncr and .p.rrteoo : by tits 1wMOM " oteuprmY a or by ma hY r Di l ii( flame ur DuhtL a ,e tom rrre in case rn) )oe suit�n.Taon ra hrou{ht a{rinN aid t•umY,.I Kw{for dra w mrbba{ow u1 a by Wawan f ahY of ah,rrc �.usr..the p.irtrmer,An w,caH••e;a.al{m.NII uD,m notice to hrm or tMm of coapm.ncewrnl p(aeb ratlYpr Y1r�/ W Irlme H hi. or char vn.on. ..id<.peuae and MII f.h, a�.fy am Ind Pnrnt dear rlw mad wit or.'#fern thdl h.v.6.0, bun tladaml{Maw NYrwdr Ip Koo roum Y. fYticlpf Mlldlng _Mt! Avg.. S.itextima Wash. 1R6115ft,ne sow KING COUNTY DEPAIRTMENT OF PUBLIC WORKS FRANCX79K OeP/LnTwxnrT: _._ .._Rrprarr<w XpphufMn No.��+=._ cadw(ed sw,*.Wash._Bloc** f__.__ 19.__-� Tti.•a#wr dppfl^arnrt ka Mrs rrriewed aced Ow peewit to hsmby purled ..._ _ __ ,mrkdaTt m fhr ptwddmt oJ/JtawatilNr No N= ___ he.rrhm rwnd rrquvemMn and daaw/wls,NarAD/ 0� cmz va son.ne mm rr mo frm.ma. C n.Y hd mbdmwd raw a IN ilm"a bad no am Qrn w menial burl tab"'d. b.Asbbm m.di.l.v'd•.ksj ampq..ctbe In Ye UAL AV*Y d ercahw"mm m.k eaed'ev rh duwLana. JM Ewe tr,We w nU elan lip,.ad 1"6 a>wnml vib be -a.aocdew vdh W v d a.nW m®lln m ftfu canv.1 dn1os la omn.ani h*b..T. D t AOLA abe yaw Pe 1'bah fmm.,.;em. 9a.1tAIW.;A W o Y,v oohed tr*.t.tyr et,boldlur µ`ck N aid mix aDb.it l.:d va.WY..M wboad by m V p(6 mad 0"Jam u ,et.rvWreu end enareet;n.br No Id.VI dn.rw m he.uap.i and dt.a-4'1.d eeroub.t iy ). Pib'"Ddr and .&A Y 1m.mj nd kstml.d W.mwmi but via Danwt As bwud m W.s:a,Dedov.enGe ur i w ww.n...w am aN.r D.a+m.wDrur.d PUM mrd r.dewd.aa. mal..W%4**{used n tlr&,NN dx NNfvR-of turd wnowba[brr oA blprnva WLI,pN b dr RvW wr'ie.1a".d w W'•—f nr ...__.�.�..n...a.._- _—_��.._...._ Cdrnry rrMar a Y air f*dfmalaaM A elm fl*atrAlx Y wetly Elm tl*11ly Dhmww hid pmr{unit"bedew meal weh prop"I.Roblo W ln3ury r.dmmopo �4 of00 dmrm M*OW d flpRDw fa t,bra Was dl eneasey wl v orrpwbM so romou" Us,protAkNon of rdch P10Wly UTILITY DAMAGE IS COSTLY. CALL SEFOItE YOU DIG. PACIFI4:M•W,ULLfw29YM • WAW.NATURAL GA!,MA2F7e7 • FAATTfE CITY LIGHT MA- J1000—EXT.b20 PUGLTtOLMOPOWF NAND 0 '01L"b63-FXT466 a ALL LOCAL WATFA AND h(WFR 0I9701CTS I 1 CITY OF RENTON Sw 43rd. St. PROPOSED SPECIAL ENGINEERING SERVICES + 1 1. Incor ation of 24 inch diameter water line design with por_ s" r 0 street�esn at iinq�roo�koad.--` A. Re•,iew information supplied by City and check for compatibility with street design. $ 200.00 B. Prepain special and technical provisions ; utilizing technical provisions from City r and supFlemented as required by Consultant 270. 00 prepared special provisions. i C. Prepare engineer' s estimate and bid schedule. 200.00 D. Design and draft special details required. 310.00 E. Incorporate plan and special provisions 130.00 with those for. street. TOTAL $1,110.00 i i 1 `xf *x : n 'w URs/HILL,INOMAN.CHASE A CO. � warren C. Gonnason, P.E. , March 7, 1973, pa,je 2 , 4. Draft special details that may be required . S. Incorporate all of the above mentioned with the street plans and specifications. 6 The estimated cos•. for performing this work under the conditions set forth in Section IX of this contract is $1110.00. Attached F is a detailed work sheet showing activities and estimated costs for each. j In our discussions of this work with Mr. Olsen, the possibility of installing the water line prior to the street construction was discussed. It is our opinion that a reduction in cost and inconvenience to the public would be realized if the water line were installed concurrently and under the same contract with the street work. Y we shall be pleased to meet with you at your earliest com.enience to discuss this matter further. It is imperative that an early { decision be made on this matter as the street plans for Spring- brook Road are in the final stage of preparation. Very truly yours, Walter G. Ramsey, P.E. Vice President i i EHR/cw j Enc. I i, { i i r RS'HILL,INGMAN,CHASE i CO. Uri Consim.ng fngmaers*no Analysts s nce t69t •M1,�' 2209 Tmod AHnue.Seattle.Waamingtun 9612 t 1206)623-60D0 March 7, 1973 Mr. Warren C. Connason, P.E. Public Works Director City of Renton j 200 Mill Avenue South Renton, Washington j Attn: Ron Olsen Re: SW 43rd/S. 180th/Carr Road CAG 1938-72 UAB 8•-1-102 (22) f Gentlemen: We are pleased to respond to the verbal request of Mr. Olsen regarding the estimated cost for special engineering services requires to incorporate the 24" diameter water line proposed at the Springi,rook Road intersection with the street plans prepared for that location in this office. It is our understanding, after discussion with Mr. Olsen, that the ) City will supply the following information: 1 . Plan showing the proposed water line in final form to be included with the street plans. 2. .standard technical provision used by the City on � sir.i:ar csnutructicn that is to be incorporated .itr. the final pro3ect bid documents. ' .v special engineering services to be ; crfarmed by the Consultant {il are: 1. Check City waterline resign for compatibility with street dcsi•ln. 2. Prepare special provisions using those supplied by City and other provisions as deemed necessary. 3. Prepare estimate of cost and bid schedule. }r' t March 13, 1073 •hi. Bert N. McHenry FROwe rick Un.Dghton SUB.7FVTt S. W. 43rd r Stringbr�k waterline ReKlagsnrat This mmao will serve s dual t url ose+ 1. Because of iarending c�)nst vetion and change in vertical grade we request the UAa toy for 'his main adjustment and rellaeenent. 2. we have been in tough with N.I.C. shoo`, the design of this intersection and including th's work as tart of their contract. As yc� can See by the attachad letter from them, they went about $1,110.00 to do this work. If I t"armtand correctly, this intersection will not be bi.: until June. 1973. If this is correct, I can't ace laying fv, something they sha ld have caught in the first ; lace. 3, rresuming that June is the bidding fv, this intersection by d B.I.C. then I believe we can handle the .roject. No reason to jky thm for the work. we will [re}er. [lam, el-see, and bid Iroject lrior to this date, The cost t,, be laid from UAB. k' w7h a a; At,taCdent i L�l' EtF',1 - �1 r✓ �"� THE CITY OF RENTON MUNICIPAL BUILDING 200 MILL AYE.SO. RENTON,WASN. RSM U AVERY GARRETT,MAYOR • DEPARTMENT Of ENGINEERING P 'to SEPZfsp► ' April. 2, 1973 Washinpton Natural (,'aa Co. 819 Mercer Street Seattle, W.A. 98109 Attu, Dour Dom PRCU: City of Renton, Utility Lapineerinv 200 i..ill Ave. R. Penton, FiA 9905 x+,`. ''fL It ,JGtIt Water Ynin Instal lat ion. S. 43rd St. at Sprinrbrook Road S. The City of Renton inbands to install a water mair in the location indicated nn the attached plans. Fiease review for possible conflicts, indicate the locati.m of your equipment, and return to tills of°ice. If furrner information Is desired, please contact Ron Olsen, 2)3-2631. - Thank you. V .,,: . v l •. t�4 • THE CITY OF RENTON MUNICIPAL BUILOINO 200 MILL AVE.SO. RENTON,WASH.58856 AVERY GARRETT,MAYOR a DEPARTMENT Of ENGINEERING April 2, 1973 Pacific Northwest Bell Telephone Cc, 300 S. W. 7th Benton, WA 98055 Attu+ Royce KestinP, Buildinp 209A i.t 31 :..e.Don, utility Enpineerinp 200 `'ill. Ave. S. nentcn, VA 980S SLI.,ECT: tr'a Ler Main Instal lat ion- S. 43rd St, at Sprinrbrock Road S. 'Fr lw ------------------------------------------------------------------------------ ih, City of Penton intends to Instal? a water mail. In the ;oe.atlon indicated on the attached plans. Please review for possible conflicts, indirate the location of your equipment, and return to this office. 1t turther information 1s desired, please cauact Ron Olsen, 235-L63i. Chanh You. k 1 n C~ OF R!' �i. THIA] CITY OF RENTON MUNICIPAL BUILDING 200 MILL AVE.SO. RENTON,WASH.99065 �. AVERY GARRETT,MAYOR a DEPARTMENT OF ENGINEERINC P ?Tro SEPTE April 2, 1973 Teleprompter Cable T.V. 206 S. W. 112th Street �..` . Seattle, WA 98146 I F' FRGF1: City of Renton, Utility LnginewcIn? 200 Gill Ave. S. Prnton, VA 98055 Y `�} ;UN.1FC7': :rater :tAit: Installation- S. 45rd St, at S prim ro Pb ok Road S. r: ----------------------------------- ------------------------------------------ The City of Fenton intends to install a water male in tires location indicated vn the attached plans. Please review for possible cenflicta, indicate the location of your equipment, and return to this office. TV rurtner information is desired, please (,,ntAct :.On Olsen, 2;5-2671. f .r I •T • ENDING A , i . I N T 6 R 0 R E I C E C 0 R R E S P 0 ,, D E N C E ;„ sp late August 29. 1474 " x` TO: Ron Olsen, Utilil '-ea Engineering l/OCM: Gary Case, Design Engineering SUAJEOP: So./S.M. 43rd Street Intersection with the a East Valley Road ant Springbrook Road Per letter dated July 19, 1974 to your rffica, the anticipated time v of construction for tnese two intersections was this fall. Everts caused by anticipated traffic growth will preclude fall construction. Additional requirements necess:tated by t}.is growth will delay con- strr.iction start until 1975. i We hope this rotice will allow time fo, any budgetary change that may have to be made. if additional information is desired, please contact the undersigned, if y tilM.rar � j �' V S 1� ' Nil GENERAL CONTRACTOR -- SR!"ES - STR!'CT!!RFS A�;BU'8N, `11A °9-7 M 9391395 i MC:; OONSTRTjcT10I+:, 'YC P. O. BOX 89311` ; T,EAIITTI, WASHINGTON nSNi 'Os 3OUTR WSST 4 PD. STP i'.'BT CHANGES I9i KE-LOCATING, WATER L'A'E LS L"f iI�CES INVOLVfNGI Dl:,: REE OF El BOW- LABOR: 14 1MAN HOURS 2$ F Lf<:UII I }LOUR:, ''L'DRi. CRANE 11 $11.0: ,;3'•.`. O';LRHF.I.IS '�? 15'.S 13,.40_ RO:II - 10:K r J TOTAL d�� 4 V 4 11 coastraction .r{. 00"T O.p r 3�ric -)30, i" •G A t f921 zrr TN we. .t, v Ga ea S197f ��`w✓✓! 50 ?F� +l � A .amat Y,I uvm varnlatim or o:dw. j ,mar ;'.c t, g ,•,t f had e•casation an-1, Ct+^ol,.^tad) kqulr�r;v 3 r.*ar- in arolo -hanva ':•^n 2" . n>3r •o a i�9• ar tier, DoomIir r.. a tJ. ✓ Wx—lr 9.ackhee 'i h.-S. +f l;,i.q �l ,�••� D'"a 'r,,ek or-IV ti h-a. .a Anquatt '!It Kator 1#n. ina!,alla'.'�on aosole*�r3, �fone�*3ex vl*'• *a¢t,ri;l ,:} t re:tora*.ioa of naeaacy�. a»a, ODaJati+r hra. 9 J c, ✓ T+^aok Only d hn. A.21 9ub 4,n-,a1 !a_•e4 aCrh,int labor t. ! ??is . AJ1T?r�•.yni on '0.t.Ar ✓ b .ut; ,eta , e��n "ceo:tnL as u#xatrnE � '�, iFt ?tan 1r-1 Overhead on enu#rwe t Noss Comstr otion F-1 :m A"*,mt 9ttrnhve OAM•,rua*ter CT."1tr.r Fo»ae A�Cstn• "otal } a N LY (,I 4A all r ON R C r%d l t, i:-::x• o A srt A+d4t1ar l '.na�ht � ...� "�a• v'tOr tin Or �.hA hT${IP }1 MA A hq !.hn r,� ap• ♦fin �7# w 1 �'! , r 2!*n L*r .o ^ y,e... .^�d .mr;r-3*v •.w ,'t -,. 7 i .!O•. RC 4r ..r1 ^,.x .-'3.,-�aM!. ^•7 tl] A 91 r, ...t.. ':n Troo4 7nhr ? bre, `i .'i .. 47 •' ?'Lake» i,} hra. A ,•,� ., =; •- An/uat S9: b'or&-an%OWDD hrs. 9 hrs. e► A,M 7c ✓ A,:-� - f.,r-'n.. 2 v>at> >,., r. ,.: ' ,•.t.? -� ,nr!-: +a's `•k�rrai tti., I 'At orar ".r1. 4 ?.n° t% . flf nkhee h^q, ♦ 1S �,n ✓ t lrsre Tru^k 3n19 ? hrs. '! Au°aRL '4s AddStiarl lanrth to .ostor ?:^+ m •:.• w;-v F„ r.wnil A'6 re2eatlnr J* N1,—t POW"r> •.dnr.. + oo 'raetor �.j resr-aai,• n * t1R r work %a-j r^j•i4-M, Nano '!reaK OrI V Is hrs. It '.1! -4:m ✓ 4 . v Mass �'StnCtIon hm .. b • r n •17 '.rf1t:Y.so' ey 3•J7 ? �. '92Y zs s r,I wnw+srGT"M Was f97Y i G � " PY 1 1 O: ^ann": Ane R 'ry + r `-OS•4. .• .. .. tm 2o•mr, Arojeot lAr ner f i ,fAten Mba+ciaal 91ds. ' 74.'. Mill Ave. w Rent", Wv,h:.art•on a+ et5 er Dear Sir: ' Refarenes is cede to M!' let+ _t AetTc+t wttc'r. W. ;iarf.sa o' rrobiss in tA^ tnst.;11: "l " •a nfts, i a '.n the Des o Ghe Tsrieus rrw.,ANa AN, ccIfliets *n"m. test. we teol, 'ie or;r proper NOT to tia-�dle the rroblrm 1" on a roree 1c,-2yt best,. 1>+ additirm, .o t' a additional •iorlr c? the water line additiearl srnrk r!nulrtn3 •minr thA brill,- beaayee of ?estF^ n»d •mtertt: Tay haT^ br :i �•rerls:e"s• •.:.v'.3•yi o" th'a 71',t+tews by szr r:'.e t ,•'+...,,*!^-, F 7holca'4 w111 Fe , h•,-au•; ^ay o' ar .l+r r..;., ma»rxroe•. , a n -a max• r:s . verf�rn thi+ -Y'" io^: tl" a nn trto",xon, lnc., vr'-ur'_Iv i «s a and '.tility rAr ior. vo y, mrr! a mrhm con-vtmn ti r r• ivi t`i+ ! a-I ssaterial - "irst -n3 The law to evY brne%dolm will -X ain "• nrobteme and 'nWred. Tmr insp^CCO- In the field to awsre of 411.'h1s work am! was n' meat aes'.stnnoe in trY"r .;e eonc+sa's the Tyr*lms oO x"s`-'m ani •.ry ur*e,,.Fi`. of Ad:!'.'.inral water l.as rsatmr1A1? froze ^ten water e If You hair, snv gneotivrs, we u',tl be hsn^rr to tatk ,•z•r any ^��^,•�*+, '"s• - + apt due Ar 07,10.44. Va`T {r voq^s. V- ...� p, ?. uyg;t n Pfr-eldseet, tl 1 IA •� J MM1 M 1 • 40 �n DATE For your emnal" For your 3iPsture For yur apurlmal For your insormtion -"IAt--�2L jJ �Y � y • Y 5 { LA AL ��Frl4F��aY.s's!ii'iin•iF•!ta•. .J UPS/HI'.L,INGMAN,CHASE i CO. Washington State Highway Department, June 23, 1972 Page 2 pipe center line. This arrangement is based on using a Grinnel Pipe Roll Fig. 171 with 5/8" to 7/8" rod sizes. If further infcrmatic.. or explanation is required, please contact u;. Very truly yours, tW- Dennis M. Scott, P.E. Project Engineer ER:cj cc: Bert M. McHenry, City of Renton o• A rw+� ` l — �sa�err r^. URSMILL,INGMAN,CHASE L CO. ConwlMnO Enpmnn ana Ana/pn amcr:e9r 220911rnt Avenue,Seattle,Waanarpbn 0e121 (toe)e2 PWO • iaa Sr... A .,.u. June 23, 1972 r,. JUy cc Washington State Highway Department \ Offive of the District Engineer District No. I 6431 Corson Avenue South Seattle, Washington 98108 Attn: Mr. Johr Berkowitz Gentlemen: Re: City of Renton SW 43rd/ So. 180th/ Carr Rd. UAB No. B-1-102(22) As requested by John Herron of your office, the following is information regarding conduits and hangar inserts to be in- corporated in the bridge being designed for the above referenced project. Puget Sound Power and Light requests three 6" , one 4" and one 2 ' diameter conduits. Pacific Northwest Bell requests four 4" diameter conduits. The above mentioned conduits should be located ag close to the South side of the structure as possible. Two 2" diameter conduits will bo reauired on the North side of the bridge to accommodate signalization, inter connect and illumination on the project. Inserts for the proposed 24" diameter water line are to be planed so as to locate the pips to the far Borth side of the structure. They are to be Gr:.nnel CB-Universal inserts Fig. 282 spaced at 6 feet along and 11-2 5/16" on each aide of the k U A tQ! \ \ \ v r ASPHALT P\\ N , y 4. -------R--- - (J IN WATER \ m ' P \\ , \\`� r r i I VAULTS EA5EMENT LINE ' t Z . \ C NEWELI E I5T R.1W ` N 15 870 27'30"E "a 30 55 340E — "' __ o _ J __ 6 _- __ _ _ _ _ _______ .___ _ —_—_ _ S ite EK15T R /W.� --rt'ac3- ft % Y `r oe: �' \, I mLu EASE'MqENTUINE� - 1i ?SR 0+69 In t o � . r 1 Ir r END SR LINE{t m r I ! r r LI ! Q 1 \ N t V� RENTON s 1. , Q �rl r r O 3� it f A February 23, 1973 TO: McBenr.+ FROM: Ron Jensen SUBJECT: Water Line Location in Springbrook Road S. v, 1 Approximately January H, a preliminary set of prints of the SFsingbrook/S. W. 43rd street intersection was presents: to the water Utilities Dept. for design of the rerlacement of the water line in -1:pringbrool,/Talbot Road L. It was requested at that time that the water Utility prepare a preliminary design for incorporation into the plans being prepared by Hill, Ingman 6 Chase, as well as for what `�J'Fy •' necessary relocation of the water line in S. W. 43rd at the new overcrosbing area. y As of this date we have received no firm reply from the Water Utility, and Hill, Ingman s Chase is preparing the final plans and specifications to be bid March 7, 19'3, with the bid olening on April 1, 1973, am: the Springbroak Intersection to be bid June 13, 1973. The bid specifications and Faans are nearing completion and any necessary changes to include water line installation, water servic+ taps, water meter relocat%.on and fire hydrant relocation under the general contrac, must ;1r, be submitted to Hill, Ingman 5 Chase within the next few days. It is, therefore, requested that all necessary preliminary Flans and determinatiuns be made and transmitted to Hill, Ingman a Chase at the earliest possible date. t. r, k i� 1 * i March 15, 1973 To: Dick Houghton From: Bert McHenry Subject: S.N. Ord and Springbrook 24" Diameter Water Line --------------------------------------------------------------------- Due to the pending excavat. ,n and grade changes in the vicinity of the Springbrook intersection and Carr Road, making the existing pipeline unsafe, it will be necessary to replace that line prior to the construction of the balance of rho project. Please design and bid for construction the water utility adjustment and replacement and provide cost estimate for approval prior to cormencing worn (see UAD Guidelines) . I concur in not having Hill , Ingman & Chase provide the additional involvement in designing this line, as it would have (in my estimation) been a part of their work to identify :he need and incorporate in their initial design. As it was not included in sufficient time to prepare plans and go co bid with the basic portion of the project, I believe it would best be handled in-house. However, I wculd suggest you confer with Warren Gonnason on the matter in the event he may desire their participation. 7 i BHMC:sn 'S :.�.* . March 13, 1973 TO: Bert H. McHenry FROM: Dick Houghton SUBJECT: S. W. 43rd s Springbrook Waterline Replacement This memo will serve a dual j.urpose: 1. Because of imFendirg construction and change in vertical grade we request the UAB pay for this main adjustment and replacement. 2. we have been in touch with H.I.C. about the design of this intersection and including this work as part of their contract. As you can see by the attached letter firm them., they want "r (:7 about $1,110.00 to do this work. If I understand correctly, this intersection will not he bid until June, 1973. If this '•" is correct, I can't see paying fcr something they should have caught in the first place. 3. Pressing that June is the bi[idi,ig fog this intersection by H.I.C. then I believe we can ':andle the project. No reason to pay the: for the work. We will prepare plans, zlecs, and bid project pr.. ' to this date. The cost to be paid from UAB. RCH:sp K Attachment r a. 00011001001 4 i �.� l} INTERSECTION SPRINGBROOK RD. - S 43RD STREET t ►, �' W-394 SCHEMLE OF PRICES 17CREDULES 0-1 4 U-2 (Rater U.t_t p:Iass for oil Item, all astaracr* sa4 tots1 aaouot of bid taut be shown. Show unit Pried in both words and figures and whets 0*0111ct occurs the wrlte»n or typed "orda *ball Preveii.) ITEM APPROX. I I^tEM WITH UNIT PRICED BID UNIT PkICE AMOU" NO. OUANTITY Unit Prima to b* written In words DOLLS CTB. DOLLA#A CTS. SCHEDUE D- TRENCYffff(T� POWER), 1. 145 LF Trench and Backfill 18" Wide 24" Deep 5 PMt L-F-- -""" -TriorGy'_ Tf'1guies 2. 11471 LF Trench and Backfill 18" Wlde 30" Deep I Pei.. ..._---_._._- -__ _. . --•-- - -- — 3. 414 LF Trench and Backfill 18" Wide 44" Deep A. 150 CY Select Trench Backfill w Par CjY r TOTAL SCH DULF. D-1 i SCHEDULE D-2 STR�}(f�`�OPS��PC4JE") I 1. 145 LF Trench and eac:kfill 18" Wide 24" Deep S Pit tip- 2. 1031 LF Trench and Backfill a8" Wide 44" Deep 3. 414 LF Trench and Backfill 30" Wide 44" Deep 4. 210 CY select Trench Backfill TOTD*. SCH DULF D-2 AMA 100 OF C097PACT WILL RE BARED ON 'i4TAL UN OT AI I M 1!TIAL IN WILL U ACCEPTED. Trr 1 e r SCHEDULE OF PRICES SCHEDULE "C" (MOter 'nut Priors for all item, s11 extensions sad total damme Of bid rue[ be shown. *how unit priose in both rorda and 11gsres and whose aonfl..ct oovuta the rritAen ne 0_Vjp4 ,rqx shy+1 prsrs11.1 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE ANODNT NO. QUANTITY Unit "Jose to be Written in Nouva DnL JM CTB. DOLLAM CTS. 1. 415 CY Structure Excavation Class A S Per Rq'__._�_____ � oi7feT� ( iaure• '- 2. 3, 000 Lb■ Steal Reinforcing Barn S _ 3. 85 CY Concrete Class B S 4. 145 CY Concrete Class AX $ S. Lump Sum Superstructure SW 43rd Street Widening S .ump $um 6. 116 LF Downspouts S Pe'r OF 7. Est. Mrs Water Reducing Additive S 8. Lump Sum Remnvinq Portion* of Existing Bridge No. 267/133 $ 9. 240 LF 14" Dia Water Pipe Installsti n s PW'Li— 10. 11 Only Water Pipe Hangars S Per TOTAL SCHEDULE "C" _ ARM IWr OF COMACT WILL OF BASED ON TOTAL IUM OF ALI ITEMS NO I ARTIAL BID I WILL BE ACCEPTED f V I t' SCHEDULE OF PRICES SCHEDULE "U" INvta, Ihmit prices for all items, all artenslons dad total daouxt of bid rut be show. Saar unit Prlomr in both words and figures dad vhere mnflict occurs the written or typed vorrle shall prevail.) ITEM APPROX. ITEM MITE UNIT PRICED DID UNIT PRICX AMOUNT Un NO. QUANTITY it Prloes to be Nrlttea la NCLrd9J DOLLAA6 CTS. DOLLMIN/ CTN. 13. .410 LF Plastic Conduit, 1 1/2" Diam. $ Per (6=dil - T(ure0 114. 115 LF Metal Conduit, 1" Diam. � S _ 15. 115 LF Metal Conduit, 1 1/2" Diam. S 16. 90 LF Metal Conduit, 2" Diam. 17. I2200 LF Street Light wire 10 16. 1500 IMP Street Light wire 010 Pei lY 19. 1470 LF Interconnect Cable Per LT 20. 12 Only Street Light Standard Tnetal. Per 'Lra`c6` 21. 1 On:y Service Cabinet and Fixtures TnTAL SCH ULF "B" AMAM INg OF COjq rjUkCT wlLL DE BASED OR 'COTAL SIM OF ALL I NO mrm D2DS WILL BE ACCEPTED" I 1 '� 1 SCHEDULE OF PRICES SCHEDULE "©" (Not►< Jnit Prtars for sll It►MW, all ►rtsnslans and total amount of 91a must he show". Sher unit prio►e to Loth cords and flqur►s mad where aentllot odours the rrlttaa or typ►d words shall pr►wall.) 1TLM APPROX. !TtM WITH OMIT PRICED BID UNIT PRICE ANOGM 110. OUANTITY Unit Priors to br vrltten In Wards DOLLARS CTS. DGt,LAIEi CIS. 1. 526 LF Type A Block Traffic Curb - 2- 1605 LF Type C Block Traffic Curb Per r 3. 27 Only Plasti: Traffic Buttons - ii 4. 1<70 LF Paint Stripinq S. 55 LF Stop Bar v _ 6. 72 LF Crosswalks Pelf--_ -- f7. 11 only Painted Traltic Arrows-' - - - -- Per-Iach' 8. 1 Only Service Cabinet Foundation $ __..._ - 9. 1: Only Light Ftandard Foundation Per facs lo. 9 only Junction Box, Design _8_ - - - -- S Pei 7Sea'li..- 11. 3 Only Junction box, Design C 12. 1395 LF plastic Conduit, 1' Dian. - Per -_ ._._....__.. ..- I S t SCHEDULE OF PRICES SCHEDULE. "A" (sate, Unit prior for All itaaa, all artanaiaaa aad total aatwnt of bid aunt b0 shown, show unit prior 1a both word. &" flea~ and Whare oanf,Jot Docurs tIM written or typed ward .hall pte►e11.) ITEM APPMOX ITEM WITH UNIT PRICED DID tPlIT PRIct AMOOWT NO. OUAMTIT; Wait frloes to be ivrittaa In Mond. DOLL_1R8 CTD. Doid.AR/ CT6. 36. 1 Jnly C^rner Post IPir `- 17. 3 Only End Post 8 39. Lump Sues Special Order STan Thousand Dollars 10,-- 00 10 0)00 0 - 000 TOTAL. SCHEDULE "A" _ 1 AWARE MC OF WILL BE BASED ON TOTAL S M OF ALL ITEM 00 P IAL BIDS WILL BE ACCEPTED I y► � SCHEDULE OF PRICES SCARDULE "A" (Mote: Unit prices for all item, all ertenmlona and total aasnnt of bid must be shorn. Show unit prloea to both words and f1pwas moo where oanflic- occurs the written or tyyad words Mall presall.) ITRN APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT 00. QUANTITY UAit Mass to be Mrlttan in Wozd*J DOLLARS CTS. DOLLAAN CTd. 24. B only Connection to Existing Catch Basin $ Per Ca'ch_-______ 7Lqu`rea — 25. 2312 LF Cement Concrete Curb i Gutter 5 -Per 26. 1 Only Monument, Case and Cover 27. 1307 SY Cement Concrete Sidewalk S 29. 2 Only Adjusting Valve Box to Grade Per ac — 29. 2 Only Adjusting Water Meter Boxes to Grade 30. 1 Only Remove and Relocate Existing Water Meter - 31. 3.5 CY Hand Placed Riprap Per CY 32. 4 Only Relocate Mein-Ox Per-fish 93. 2 Only Ma"box Post Pt`r - 31. 320 LF Barbed 'Aire Par _- 3S. 6 Only Line Poet Pir't chi r r 1k SC"LE OF PRICES SCHEDULE' "A" (Note$ Chit priass for all Itear, all estenslons and total aarnt of b.d not be shown. SAW unit prioee in both words and figures and where oonlllct tears the written or typed words shall pnwail.) ITE11 APPROX. J ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Frio" to be Written In Words DOLLARS rTS. DOLLIM CTS. 13. 520 Sy Cerent Concrete Driveway S f 14. B LF Drain Pipe 6" Mal". Per-L"F ._�.- __--_ ---- - 15. 37 LF Drain Pipe S" Diam, S Per TV . _.-.-- - 16. 572 LF Plain Concrete Culvert Pipe 12" Diam. S Pwr LT 11. 151 LF Plain Concrete Culvert Pipe 15" Diam. P"er—LIP ------ Ir. a LF Plain Concrete Culvert Pipe 18" Diam. 14. 13 Only Catch Basin - Tvne 7 Peer-7cFi.—._---- --- — 20. 1 Only Catch Basin - Type II S - - - 21. 3 Only Adjust Existing Catch Basin to rrada Per�ctl— ` 22. 3 Only Fromm i solid Metal Cover Ter Eadi-_�-- - _--- -- - -•— - - - 23. 1 Only MWVO Existinq Catch Basin- s --- - F - ar ��raTi t . SCHEDULE OF PRICES SCHEDULE "A" (Not*: Prices for all 'cam, 41.1 ert*nstass and rjW asoeat of bid curt be shown. shcw unit Prices In both waude and figures and rbsre ronfltat occurs the writCM ar typed words shall µrewall.) ITEM I APPRD%. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QU1UITITY unit Prices to be Nrittan in Wards_4 DOLLARS CSB• DOLLARS Cf#, 1. Lump Sum Mobilization 5 Lamp h '�++oz�I 7l�quzei 2. Lump Sum Clearing and Grubbing Lump fu-m_ 3. 4250 CY Unclaalified Excavation !!i $ 4. 52(ri)Gal Water S _ Par (MTZraT — -� - S. 1370 C1 Embankment Compaction S --- 6. I 62 Ton Pipe Bedding, Class B Per -- 7. 223 CY Select Trench Rackfill S Per Cy-- -- ----- -- e. 2390 Ton Crushed Surfacing Base Course S 9. 10 Ton Gravel Surfacing !or Driveway S _ Per Ton _- 10. 12e0 Ton Asphalt Treated Base Per Ton 11. 1250 Ton Asphalt Concrete - Class B S PWTOn__-- - - -- - -__ 12. 200 BY Asphalt Concrete Driveway Replacement i Io, ti f'. PROPO,X TC THE CITY OF RENTON RENTON. WASHINGTON Gentlemen: The mdersigned hereby rertifi _—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 payment will be made for said work, and hereby propose to ;undertake and complete the work embraced in ;his improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: lhit prices for all items, all extensions, and total mount of b:d should be shown. Show unit prices both in writing and in figures.) Signature Address Names of Members of Partnership: OR Naas of President of Corporation Nam of Secretary of Corn ration _ Corporation Organized under the laws of With Main Office in State of Washington at , f r PROPr';AL TO THE CITY OF RENTON RENTON, WASHINGTON Gentlemen: The undersigned hereby certif___that has examine.. the site of the proposed work and ha read -nd thoroughly understand __ the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and cumplete the work embraced in this inprovement, or as much thereof as can be completed witk the money available, in accordance with the said plans, spec?fications and contract and the following schedule of rates and prices: (Note: 4,11t prices for all items, all extensions, and total amount of bid should be. shown. Show unit prices both in writing and in figures.) Signature _ Address Names of Men)ers of Partnership: OR Name of President of Corporation Nave of Secretary of Corporation Corporation Orguilzed under the laws of With Mein Office in State of Washington at _ b 1 B!D BOND FORM Herewith find deposit in the form of a certified check, cashier's check, caeh, or bid bond in the amount of f _ wlhi.i +mount is not less than five percent of the total bid. Sign Here BID BOND Know P11 fen ty These Presents: That we, _ _ _ , as Principal, and �. , as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sue of Dollars, for the payment of which the Principal and the Surety bind themselves, their hems, executors, adhministrators, stccessors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee .hall make any award to the 7rsncipal for according to the terns of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the (w4ligee ;n accordance with the terns of said proposal or bid and ward and shall give, bond for the faithful per- formphce 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 amour,!. of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shah forthwith pay and forfeit to the Obliyee, as penalty and liquidated damages, the ahaouht of this bond. "o14111E0, SEALED AND DATED THIS DAY OF , 19 _ nc pa — ure y —" 19, Asoeissd rethnn of deposit in the sum of •. i MINIMUM WAGE AFFIDAVIT FORM City of Renton Ss COUNTY OF I, tie ndersigied, having been duly sworn, deposed, say and certify that in connect'.on with the performance of the work, peyment for which this Youche 's submitted, I have paid ,he following rate per hour for ee& classification of laborers , worknen, or mechanics, as indicated cu•cn the attached list, now referred to and by such refer,nce in- corporated in and made an integral Dart hereof, for ail such employed in the performance of such work; and nq laborer, workman or achanic so employed upon s,ich work has been paid less than the prevailing rate of wage or less than the minimum rate of *ages as specified in the orincipai contract; that i have read 'he above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to oy knowledge and Ualief. _, Subscribed and swum to be4ore me on this ary Public In and "or tM SUftof Washington Residing at 7 1< CERTIFICATION OF,EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previouo Contracts or Sub- contracts subject to t:a Equal Opportunity Clause and the filing of Roquir, - Reports. /i The bidder _, Proposal subcontractor _, hereby certifies thrt he bee , /!!r has nos _, participated in a previous cootrset or subcontract subject s ' equal opportunity clause, As required by Executive Grde7s 10925. 11114 . 146 f - ' end that to has has not a filed with the Joint Reporting Csmeitt• the Director of the Offlre of Federal Contract Cospitance, A Ps4eral Gov. -nt contracting or administering agency, or the former President's Committee equal iiploymeot Opportunity, all reports due under the applicable fills:, qu- it7rmta. j{ f (CompenY) r 'AMP By: Date: Note: The above certification is required by the Equal 6ploymrat i 'unity Ragulations of the Secretary of Labor (41 CPR 60-1.7 (b) (1). amd be submitted by bidders and proposed subcontractors only in conaentie 1.0% cant- rn-ts and subcontracts which are subject to the equal opportunity usa. Contracte and subcontracts which are exempt from the equal oppn►tw :y clause are set forth in 41 CPR 60-1.5. (Generally only contracts or subc.,rrracts of $10,300 or under are exempt,) Currently, Standard Form 100 (EEO-1) is t e only report roq•iired by the Ezeeut- ive Orders or their impin.enting regulat.00s. Proposed prize contractors and subcontractors whn have participated is a pre- vious contract or subcontract subject to the gxacutive Orders and bens sot filed the required reports should note that 41 CF1 60- 1.7 (b) (1) provssts the award of contracts aid subcust its unless Such contractor submits s report covering the deliquent period or such other period specified by rho Federal Highways nlstration or by the Director, Office of Federal Contract Compliance, U.S. tamer of Labor. l {s q 5 y 4 i RENTON �ELIY'3RY TICKET MIDWAY STONE WAY MAPLE VALLEY Corwnftf P.O. BOX SOR WENTON, WAi NINGTON 9.087 AA•rv[ ]S6-P.00 • 631-7f00 I.r q• c NO • —�t.Xq{A GATEA LAW •AU( rA11G mmomm 23220E 2 ( : iLnAo Q/27 4240 2 EWALo P [n Y•rrlw[or•R RURCHA3E ORpER NO. �a".y,w s"AA^• n4W�e'nl w' C A D IOR IO CONBT o f : rn Xc,[ cAovr Lrwr 2 7 6 C C[M 1Y11X WIRM�1 ]T]I.KR O[XLASY _ AG MOT WAT tY fEAA[MT NIR[ACX _ OI C[Y[NI CUTE "Am i E%T►A MAU[ 1 YA•NUA4 LCAC S rARW[ w ux ' [To nruREv p 10[01 [[T1 I CorA:R[R ixle YM[RIR• 7 uXn ulo +ro AbR ONO Abb I4l1 WAVEL ry vm 'RAWL E+vAN•cw xxXr 64 x Xi0' IE[T•L bM $50 -/ ' curs 66000 J CNN ♦ rOr4 94 43 AND 4►RINOBROOK Rt NTON TAX[�"A tAIx1f N0. RIdI1I ACLVY reru fW[w wATbf Augo cu[roY[RS M•XAYUR TOTAL . _ C.O.O. GTY TRANiFER DELIVERY OF KENT, iNC. TICKET Ut 2-2/24 26110 KENT, WASMN,TON 9MI DATE_19 soED I Ly'/ l 41 �� s7 rotD ADD. ADD FU YAWS I DESCRIPTION AMOONT FILL MATEKIAt r. CRUSNED ROCK SAND GRAVEL TOP SOIL onry rs�c� _ M aMl PECFIVE') Et X _ �EUVV It tO'rAL _ _ I , ♦ 1 R :r i wo GTY TRANSFER uELrvEtr ::s' ' OF KEW, INC. TICKE► UL 2-2424 RENT, WASNINOTON 9R00I 261�9 DATE_I qzSaD TO- ADD } JOB . _ 1 CU TC 1p d1D�.T CV.TAMI RIPTION Amomw / l PR! M AT@UL CRUSNm ROCK SAND ORAVB TOP SOIL CIINPi� TFUCµ [x'� N'CEiVfU emu`. erX `"" i TOM 1 1 to AlY MMPApV�Y� s } CITY TRANSFERDELIVERY OF KENT, INC. TTI[IC„�K�(E]�T UL 2.2424 KENT, WASIMNGTON 9W31 JCSJJJ ro DATE 19 ADD. ADD__. 4 ClyT7MFM U1D[R • PILL MATO ML r CKMMED ROCR SAND rvj T LIIENEF to�'� NO AIA! OfCfrvED '� '.,etes __. TOTAL _ R► 5 CITY TRANSFER ,�; ��� OF KENT, INC. UL 2.2424 58g1 n KEN?. WASHINOTON 96031 DATE 19_ y saD yppp 1 c) JOB f •!� Vo —71KJE'iT41ef— CWT{'1M[w OwOea —�- CU.rtlpj — orscnmoe FILL MATHIAL CAUEN10 ROCK i $AND _ t ouva NO VEr[NE[3" av v X fi i r. ASSOCIATr-D SAND & GRAVEL S& 'G COMPANY, INC. R NRM DIVISION ►A ROX 0"" R ISSSD SOUTIKENT9 PARKWAY R TUR ILA, wAw. MTSS OI "1p C�.RTONfII PNOW • we Z g"m `A„w' DATE Ali' - -_-_ I NmiZa3Si^.I.PT'G1_t'I,� AMO ..T U3. AC COLD MIX p -oPn STANDARD MIX TONS SCHOOL AIX ---� TONS TOIEXA MIX ' TONS aw Top MIX' TONS STATE SPECTTiCATX.TN --cllti— IONS ASPNALT TREATED RAN GALE EMERSION OAL& SSIRR ASN/ALT r" 'T rAK I x 2 45763 CLAIMS RpR ACJUSTN WY MUTT A< NYAI,IED M TNIT TICKRT. CUSTOMER co" R' £r �� Ct1�yyMtV'S �Ex Va 8.90 '�S /, 50 ;-Ti l 7 o2 . 7� �2' Al /yGsJJ� 2,57, 0 'rj'J 1US'►.5'2'1 �i ti 6wY t 6rpc)Xe<+� S 1 � r W a� i�O2,70 ' s zva - oAs� • JOHN A. McGARV SEP 14 AiW=V Al LAW W681W40.d.. CENTER PUBLIC WORKS DEPT. lels WESTLAKE AVE NORTH C;TY OF RENTON SIATILa,WASHINGTON 9ei08 September 17, 1973 ;, The City of Renton Public Works Department Mtuiicipal Building 200 Mill Avenue South Renton, Washington 98055 i Attention: xoaald L. Olsen 4 Utilities Office neer f Re: Springbrook Professional Building, South - St. and Springbrook. Road Dear Mr. Olsen: It appears from your letter of August 31, 1973, that you failed to receive knowledge of the fact that GEMCO/Gem Manage- ment Company failed to receive title to Springbrook Property located at South 180th St, and Springbrook Road. The Estate of John D. Smith, Jr, was unable to produce a mortgagable f title to the property and by the terns of the agreement GEMCO's obligation to purchase the property came to an end. r The City's effort in regard to establishing a hydrant and service main is a benefit to the property for which I am cer- tain the Estate will consider by making payment to the City of Renton. -r I have forwarded your letter to Mr. George Pitterger, Assistant Trust Officer, the National Bank of Commerce, since he is charged with the responsibility of managing this estate in behalf of the Bank. Very truly Yours, `J /, VA A. MCGARY JAM:km a CC: George Pittenger Assistant Trust Officer Trust Department Sx'' -2 '- ' National Bank of Commerce 1100 second Avenue Seattle, Washington , 1""�i i a...No.IMY-laev.I-IM. STATE OF WANNINOTON DEPf. Of LABOR g INDUSTRIES DEPAR]'MENT OF LABOR AND INDUSTRIES a`r �• AFFIDAVIT OF WAGES PAID S E P 14 1973 On Public �4 urks Contract Awarding Agency CITY alp RMUM Contract Number CMG 062 By __._...— •-----• Date Contract Awarded Date Contract Completed t4•.x"7 Coue ty in Which Work Pe'i King- Location within County. _C. %3rd St (3.x• /} klwth STATE Or WAMUNOTON Was a Statement of Intent Filed? Yes No ❑ COUNTY In compliance with RCW 39.12.040 I, the undersigned, being a duly authorized representative of DSOrio Construction OD. Inc. 7265 2nd Ave. So. Seattle Waaltington 8208 (Cm4a.Mr W BBbmelreelorl _ do hereby certify that the following rates of hourly wage and hourly fringe benefits have been paid to the laborers, workmen and mechanics employed by me upon the project described above and that no laborer, workman or mechanic has been paid less than the 'prevailing rate of wage" as determined by the Indus- trial Statistician of the Department of Labor and Industries. List below each classification of labor mployed by you upon the project described above and the rate of h^.;iy pay and hourly fringe benefits i)Ad to each classification. In addition, if apprentices have been em- ployed, list their names and;'or registration numbers and their stages of advancement Classification of Labor Rate of Rate of Hourly Hourly Pay Fringe Benefits Paid laborer 5.45 1.15 Backhoe operatoer 60 H.P. B under 7.88 L16 i Foreman 8.06 L26 ;•. i 1 i • RFCFV' SFP 241973 L Non: Attach Additional SaaW as Needed. D10rfi/� n Tine._ Subscribed and sworn to before me B9 Mara, thia..13-.__.__.may of_._Septf......._---, I hereby certify that according to :h* wage rate* and fringe benefits herein sworn to the yretsil:fig wago rcqutreaon+s of ACt _ ��-i 39.12.04C have bc_n si» Srfled- i/�to "fee 8tete of washlpbw, C. Jtt:t.a:, D a "swing in LP TMUZ Of k/ IlfDusTasE3 Data: INSTRUCTIONS: at(oe. 1, Pursuant to RCW 39.12.040 copies of this form must be completed by the contractor and each of his sub- contractors. 3. Complete this forth in triplicate and have it notariz:d. 3• Submit sit form, for certification to: Industrial Relations Division, Department of Labor and Indt(atries, fo General Administration Building, Glvmpia, Washington 9830, 4. FIM a certified cf�U with the Awarding A&ncyL, C7'621< ARP: RESPONSIBLE FOR OBTAINING AND FII.IN(; AFFIDAVI'I't3 of the BUB- iXRMCTORS. Th1s is required by law and payments can not lawfully be made until such affidavits t SUMMATION SHEET ALT. 1 ALT. 2 ALT. 3 ALT_ 4 TOTAL SCHEDULES A,D i C + TOTAL SCHEDULE D-1 i A xxxxxxx xxxxxxx TOTAL SCHECL',E D-2 xxxxxxx xxxxxxx TOTAL SCHEDULE F.-1 xxxxxxx xxxxxxx TOTAL SCHEDULE E-2 xxxxxxx xxxxxxx TOTAL. PID ALL SCHEDULES AWARDING OF CONTRACT WILL BE BASED ON TOTAL SUM OF ALL I-EMS, NO PARTIAL BIDS WILL BE ACCEPTED.THE (RIDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTIry WORK ON THIS PROJECT, IF AWARDED HIM, WITHIN TEN (10) DAYS AND TO COMPLETE WITHIN TWO HUNDRED (200) CONSECUTIVE CALENDAR DAYS AFTEP STARTING CONSTRUCTION. DATED AT------ _.-- ---THIS__._-_DAY OF` - --.._-,1973 ACRNOWLEDCEKEAT OF RECEIPT OF ADDENDA: DATE----- NO.- -- DATE_- NO....._.__ DATE— SIGNED TITLE NAME OF COMPANY ADDRESS TELEPHONE _ CITY OF REN^.ON STATT CONTRACTORS BUSINESS LICENSE ! LICENSE M f T' 'a f SCHE1? ;LE Of PRICES � • M' SCHEDULES E-1 i E-2 Unit Prices for all iteat, all ert*mlcns and total aaamt of bid wt be sham. Show unit Prices 1, both words and flqunm -. and when otmfllot occurs thw written or typed words shall Prwvali.) • p PROX. ITEM WITH UNIT PRICED BID UNIT PRICE ANOVNT(yL111NTITY Unit prime to a Written in Words DOLLARS CTS. DOLLARS CTS. J e ISCHEDULE E=1 1300 3P I.Ra i Ned Island Construction IPei '' --- l�cTag-T Tfi-gores — - - TOTAL SCH DULE F-1 JSCHEDULE-E_2 130C SP Alternate Raised Island Construction TOTAL SCH DULE E-2I _- OF CO RACT WILL BE BASED ON TOTAL UM OP AL ITE 9. BID WILL BE ACCEPTED. I j -1 1 ` l i ASSOCiATED SAND & GRAVEL COMPANY,WO. P. o. wx Nxn Irsoo wUn«..:Ina rAxxwAr nrrwnA, wAM niM R'YT i ---------------------- z6A1 TIME AND DATE wE1GiT fr GRass TARE NET r I j{ W.MC COLD Mix Yq{1 Av MLT va"Y D lO/N WATT MP=IrIWkTiOr CLAN' ONJ [YUli+ioN as.1�A LT M;"io Mw � XI, 06158 PLANT COPY , i 4 } y j ASSOCIATED SAND & GRAVEL COMPANY, INC. NN10 • IRWO TOWIKFIITO PARXWOY • RWWRA, WADI MO i .i/'l• CM 7IWRW -------�^-" PAi[ _ -----'------ --------- ----- - TUKWTLA 2801 TIME AND DATE � WEK>HT ^_ i f I �ORO" TAR! Nu HYrtM'_ _�_uyti�lV.4i7QlyN_r._... YtllLCDl59. _�lQWIL�. lM. NC Gap Nix TONI AH11AlT YR[AT[p RAH /���"��' --� TO STATE M JMCAT10N PACK.[NUL[Id1�RR-100 ARP T - _�-_ ---- 6rv. 1! aG@�SLT !/qfM RILR 1111t •R 1 YIRR[RR. v /, I // /mot r 0615 6 TOTAL y ,ucoru•m nr iwu tiuuT T "NT COPY `S ASSOC...TE4 SAND i GRAVEL � I 5t� COWANY, I146 ►. O. f X ff►NI • IMM SOMMENM►A"WAT • AIKWHA, WAW Nlr _ Ammu • NW somm -------------- - - oAn B 15 73 . ---.------- _ --------.. . a...N, --------- ..---------------- TUKWILA gaarc1 r�Runa i1ME AND DATE WEIGNT GROSS TARE NET Ix tJf,NC CAfLD Nif TONE Af►11At�TNIV.TfO MM fl'!Nf'rTATR N[CIIV.ATNIN ORS.OIY4fNIN •/•SOS MLT —.'— 111 ���� irw •.N. � /T� r 06146 0 ""� TOTA4 PLANT COPY S G ASSOL ATED SAND & GRAVEL WWANr. IHC, 1F.AtM x L�lN WM PAWWAY A tUKWIU, WASµ "In / . -------- -- o+T■ 18 f 5 '13 _.,._. -- FLAW -- j TUKV144 - - 2 rnnM�MMA TWI AND DATE T-"-'_�. -- '�---___ WEIGHT TAM W. 4 COCO mix TMII ANNALT TMATto IAI! TON"WAT!AVOUFP6ATl CIA* Mt1 lMYYNpI AMNALT � nr '+A�amw�rq y.�� LW � � f Of127 aa+irro�Aw�+rinnwwl! TOTAL,GMw,II'1 !r TMI I Tldllr PUNT W?Y t ASSOC...rED SAND S GRAVEL SsC, COWANY. wa P. O. BOX MOO 18%0 SQWWWMI •.AKWAY IMMIA. WAN. 901M MMN • Law 3w2w L_..------------- - MTh a 73 � .. _.. ---.-- -----I-----------_. ._.......-... TUKMILA RAM d - ---- ------ --- ------------- '{ UYA AND DATE WEll3MT i GROSS tttt TARE 1 I NET i LN.w C"r1X TOTN AO/NALr mx^A m^m TO "AT/4lselrxA+aN cun. _-- ORIJ.[r ww" as IN A LT -.-.—•- ¢�tIMOWfI qB�•w ll... rrLr 1 e� x awr rer wuuil'srNn•wi+rs WTAL U6114 r AW Carr ASSO. .ATED SAND & GRAVEL SSG CUTAPANY, INC. f' 0. tUA •8170 • MIND PARKWAY • n"ILA, WALK MEt ._ f_�sQ. ---------- uwTR 8 15 73 /LANr -------- ---- -------.,_..._ TUKHILA _-_ 6801 A - TIME AND DATE µ/EIGHT if v G11= 1 TARE NET -- ♦OHt A Lv nnArtc roue�TAn t'touaAYloa cLAR.�.._.� .. OALM 41YL1i0N •t�IGO AY L. tvwtwi/ww/,at .n••a •.�",rm�-r,-�area -. 1 06 041u/M..A..«.il/.YI,.IY A , KfCWMIq M 1NN TKMI/ ) PLANT COW A ASSO ATED SAND & GRAVEL 5$G corrArr, ING P. O.MA @Mn . 165M SOLM M PARKWAY • TUfwAA WAIL 0610 JyTN • MM 244-2M --I-/�--S_0©-t- _-------- - oAT. 1r iS 73 • AI AMT --_---_- . ._- ------ - TURMILA - ------------------------ L601 1, IUIOIINf TIME AND DATt WEIGHT ♦y GROSS " r��e NET - 1 —�i._.,.�-Y'MrT MK.111.11OM= Y11rI!•Kf. = "s.YIS['ALA MIA TCMf AZPtl T TYfAT MN - TOME IMATY SLAM-.. 6AI.A- [YUt110YI f+l.IM A11MAlT i m��•wlrwrrn fN0 IV6A Y0. F X , r 061 l.Q fL.l.f reY.o.uW.Hwrf w�YT. %0AL 4VJpN..wru.T ftlH IWw.Y PLANT COPY CITY OF RENTON INSPECTOR'S DAILY REPORT Engineering Department GENERAL CONSTRUCTION Date -2s ZG ig J3 PROJECT NAME & JOB NO. CONTRACIOR�i-"D,e,� (, AJS.r Superintendent At�; 6c1 oTr Weather e—p ' BID ITEM NUMBER QUANTITY REMARKS _ I 00 G 97 . 6/ 2 ?4z X _ !//Esr /Z L'OF /t/o. 7-7 o w/ t.—i• [/►VEST 4:;�^/ AJ . S I GNED�TITLE: ' I. � t CITY OF RENTON INSPECTOR'S DAILY REPORT Engineering Department GENERAL CONSTRUCTION Date 8=/G 19 2'-3 _ PROJECT NAME 3 JOB ►Yp, R �� Qi n CONTRACTOR , /•� v ��'n/�T Superintendent Weather _ d c rrsT- �+ : z/e - BID ITEM NUMBER GUANTITY REMARKS >e ai SIGNED: J r. TITLE: 1. S r7 ASSOCIA D SAND A GRAVEL 81 COMPANY, UYC, 1/• 1 /r]�ILin MTG sounocu PARKWAY • TUKWNA. WAW AiM own 8 I B 73 irgo -_--fov; --.r4�,t--- �^. TUKWILA ..:Siimm II[Y MVYI4T� TMiE AHD DATE rr moss � 7 WE Na --.—___._,w,rT �.MC COL[I MU{ • TONI AI'MALT TwGTip �— TOMI nwn IPRGIPrf„A1(OM 1/ AIPMhLT 1 laa/}}� n.t1lY Yrj1 i rYI( EMIR r �IM/w MG -� —•.�lbt ty 1 0619 4 M.tYY[.M..Y,..MIMI rulr 11 T- .ew�w-y 1 than V~ copy 3, i oc STORlEWAY P o.COX EOy.RENTON,WASHINGTON 14M f 4' mlaw 4 OAtE_� � PS 1P)L tjkr PO Y SOLO To ADGRESS CITY DELIVER --TO miAwr�r. ; ryK NM1r�ryy Mr[t 4uUaMT� i_.. '• •,.%:• w rpY SAwO GRAVEL CRUSHED RoY ocox SUS �fX RV R TIC. No. 'A` 8 40 H u f d"IY WM m STONEWAY CONCRETE INC.nli nm a kME IXN.Im YnY 4mw 1Y fMuMNY,fmwwl."y UM Mkk rYbryy a amtt YreYwtY IY MrYYrME mrt YrW IiXW IIYYrY,Yn mYt aYmuXt � ti sTO N EWAY Cnp:rs+asa . U 8OX SOS Af,STUN.WASNINGTO4 006 rnr000 4 DATE— RANT. — PU •.�—/J SDLD TO— ADDRESS CITY--- DELIVERFI TO GI YM GRAVEL CNUSNEO AOCKwo _ 1 nEC'Nk } ff 1Y _�� I—AL TAX - ,�.L(� No. A 8696 n s 4,p Wad"fl ORENAT CORCRETE IR rt/ C IW atl«M�0�•�•,I am I 'Me- e n ReNeerL reeM r a Pry prseRh a aM.wr r nul RM NERe efwe,er IAeI�e } CIT ' )F RENTGN L)SPECTOR'S DAILY REPORT En 1 eertng Department GENERAL CONSTRUCT;Oti Date -- 19 FtOECT NAME 6 JOB NO. _ JJ c A TRACTOR "^ _` Superintendent e ther r 1) ) ITEM REMARKS A,�ER UANTITY _-_ i TITLE. t m: V� ASSDCIAT'ED SAND & GRAVEL •��T " COMPANY, INC. • NJlM DIJIS{ON PA.'MOX MS®O • 7SSRE SCVTW-Ewu PARKWAY . TUKWILA, WABN."ryK aLUTowu 300340 00 d C N [ g 17 r Co ItiAT([ f us Mc cow NY71 t — TOW STANDARD MIX TONS SCHOOL A17X }•: TOW TOPfxA MIX TOW MILT TOP,AUX 1 TOW STATE W"ICAT1ON CLAM { . 1 TONS ASPHALT ?KAM SASE � n t \ ` GALS. EMULSION 1 i y7By�GALS. 81100 ASPHALT k ^ Rf —.— • j >+AYGie PW -- fliC[IVMO Bf X 1 39930 CIS Mb iDB ApJUG'MiNT NYBT B[ ACGONVANIKO copy y I�OBMT ( ' Jos ��Y CITY TRANSFER o TICKETT ELIVERY TIC OF KENT, INC.UL 2-2424 24971 KENT. WASHINGTON 98031 DAZE .AFL, 19 SOLD ADO._.— IOC -T wrTKv-- ADD—. cusTaweR o'rocrt .YIA�E' y OLSCRIMON _ANT -FILL MATERIAL CRUSHED ROCK SAND ORA�EL / TOR SOIL / pFNCR TRLX'K IW W `y11f; 11` rr X TOTAL UTY TRANSFER DELIVERY OF KENT, INC. TICKET uL 2-2424 24972 KENT, WASHINOTON 99031 DATE d! / 'q2-S ADD. - ... LOB--- -T- ADD ,;*e, �BG'�� J '� CUSTlytR ORDER 1i►P�/R' DESCRIPTION_ AMOIINf Pt MATERIAL CRUSHED ROCK SAND ORAVEI TOP$OIL I MINER TRIKN R LM YECElvfC '<� By x _ — — - DEUUVEgy l� TOTAL CITY TRANSFER DELIVERY OF KENT, INC. TICKET UL :, 2424 24970 KENT. WASHINGTON 96031 DATE aX. 19!-F Sot u JOB TIME ENO .p I! - - -_ CUSTpAEP g10fR -0YrMYOr CESCKI►1+OH _ AMOUNT FILL MATERIAL CRUSHED ROCK ... fAiMC --- GRAVEL ff' TOF SOIL 1 v 11 7 TJA i 1 ►[oarp SCALE COMPANY_.Sc.i.6Ruipm.ot—Pali®d. O. K91Y ca, Lood .r_ 46 -- raw t a, Wmmmo �r•W.ifs.�....�lT^_�-��..�.�.n-.*w+..+._w�w-f Ve.w��... ._ .�.s.._Y�r�.� ... i. . . . :...... �M-O'IM SCALE COfvAFFY--&.L' ♦ • ppa+n,—WIUWML ONMW On �� Few _ Da1��I9yC� �! 'I� MOYM ICAIE COMPIU[7—St EWi[.nm,—hnMad Orti�w Froetit...LT_'L_ �+►+r f,�'S._..__._To `y O�.y liivtr. I�IPwrcN F.3 � C,au --. 0. W Tom. OM ti M .� a a n • . • . � ) � CITY OF RENTON INSPECTOR'S DAILY REPORT Engineering Department GENERAL CONSTRUCTION Date . 19 ?� i PROJECT NAME S JOB NO. <Tw CONTRACTOR Superintendent Weather /le7-k QCj iy// ' BID ITEM NUMBER QUANTITY REMARKS SIGNED: j ✓ TITLE: 1. S8r7 ASSO ATED SAND & GRAVEL COMPANY, INO, P.O.COX enle l@am TAUTNC[N1EY vAe1t1MAY A,"2!1 • tw6)141pe • 7vuwlµ WAW vein p / i 10 .------------- a 15 73 --------------- _..- I"T - - TUKWILA - ---- 2601 UME AND DATE WEIGHT r GROSS TARE NET LITICR -_.RypUYT Lew•NC DDLD Ml)t 4 1 TONi/vtNALT TNGTm We —��— OAL/ eYVLAION a/.100 MjLT� _ MOIITb ',R.O I I♦ M I X I 06125 '�-..e...Y...� ..�. TOTAL PLANT COPY is ASSO^ATED SAND dl GRAVEL Sg�r COMPANY, INC. t V.O.BOX MMPO • IMSOO MOVING go rARLWAY • TIYKW1u, WASH. 98180 ►LANr --- - --- - TUKWILA Z ____--_.._-____..__.______. rt•r nuwea •u•muw TTIME AND DATE WEIGHT �y fiROSS TARE NET J —au•rrrtT __-__,_unrt-vnn,mww un?rwr__wi.ouwr_� �p Nn nryl I,NIY A TON•ALrNALT MGTLD G•L TOM•LTATL Wr TFI"TW CLA•f._ you,L•IUV 00 A•rMALT EL i•/•Cdnl flMiW NIY -' n - MHO IJ.. T•t TIr,Nt e1P '— y nw,w•nw eo�un,MJn•run•L TOTAL 06145 •ccanr:nuv e.:n.•nun I.a PLANT COPY , i . 5 ASSOCIATED SANDS GRAVEL g COMPANY, IW ►.O. RC%VMq • jqH SOVT/KlWN PARKWAY • TlH(WIU, WASH. wIM ! MA17+i • CMQ 246,200 711 e 15 73 FLAW - ---- ------ _ TUKWILA Jlgo _ ________.______ ---------------- IM . nar rur•a j M TE AND DATE T �•� GROSS rl + t TARE NET I i ( ' l _ +,l�.MC GOLD MR TONE Ai►nAt-T TRCATKD rA•L TON•IlATi i►i.CI►ICATIOM C ' QAL{.Wuuan ei i0U Aw"LT _. ,j81n¢�"r•rscvTl •+•n•r rut •r._ TAi I . •aonvse _ — _�_�_ Tsuw ra X CI TOTAL R 0611 w•oo•�a•,ca Ms�> w PANT COPY 1wnrrrwrir••w.e„w..... n+ns yes 4{ { ASSOt �,M SAND A GRAVEL 5�G COWANY,Mac ►. 0. SOX 88N9 • 165W 9XM CMM►AIRWAY • NRWRA, WA AK 981" BFAME r 09h1 U"M ---------------•------ - MT. 9 15 73 -. ----- — - — - TUKWILA 2601 rt{M IW Y/0 OAtll� MO. _ TIME AND DATE �lwE1G44T ---------� �y GROSS TARA NET —IS �I�1iCS �MOVM Lp.MC COW MIX {{ ^SM ALT TIEAT80 IA=Y. I TQM!wATB t► frj/ TICn C"" (j OAl►.lMUL8e0M •0.100 AMN,A I.T 1 r g MATler A.r. MIGtl __ r'rJt Ty1 XI r{mvm w _ G 612 5 au!w rw ATuvwM{Mr run r TOTAL Auosuum rr rnu ucw{r PUNT COPY s ASSOCIATED SAND III GRAVEL s8G• COMPANY, INL; P. Q wx MVO ISWO SOUnIMM►AEKWAT . n1KWIL . MASH "IN • MATTj/ • (2PN 44W21W --------------------- --- ---- IMTE 8 15 73 --- ---------------_..------_. TUKWILA 2601 -------------- —---- - ww TIME AND DATE WEWHT r� oam TAB! �; •� NET . � _LIMIT.ONiIIIMtION —.-��- L 4xOYx/ Lb.w COLD MIK TOME A► MLT TRUT IIAEE ' TOME WAVE Spec,.'wTj M ousw_..__ WI.E.fftluwN EE-f HALT AY..yr-..,maw wwal ws. X /y AL!9C 1 ` /1 sAlrIeAluwErrawEwwM WTAk 0 C61 YY .•rx•ulnwTxr noxrn PUW- cm I 7 T l i . ASSOCIATED SAND A GRAVEL wyg, n CO WAVY. IHG ?. O. fOX @WG 18500 SOU MNTPR I-AlKNAY • TUKWILk WAIN. "In ._�____-.-------- DAT7 15 1 ... 73 ----------------------------- - f TUKVILR [M MYYRII TUAE At.✓ DATE WEIGHT _ GROSS TAN TONE A%1ltALT TIIfAT[O fAff x TOY%i ATt'./ PMATMN Ct G& �- 1 3ALf. tMYN+en � ff.fO9 A�IT to IMnaT10 � i . a 1 1 �t-.: f.Yl •� Mlr [C6ry P'�- i•A I 111b0a Ao. y I r %u.r Te!Awwro.r AJl1 fl TOTAL 06140 ICgVAF.11b H W 1µNNYrTIbIR ANT CC%. WAR t. vu, ...L.:Yam... x. J y l jl. l t{ 9 t, x�,; s *�t n . 4� e } 4 M .i r CITY OF RENTON IN:PE"TOR'S DAILY REPORT Engineering Department � GENERAL COf—TFUCTION Date _Ig -7 PROJECT NAME JOB NO. CONTRACTOR ,� Superintendent M Weather _���'e�lHR 'f—."—Z-1716 % BID ITEM ` NUMBER ITY REMARKS — s — SIGNED: �. TITLE: +� MIDWAY ..•. DELIVEt3Y TICKET ..fi M $TO N EVV -"A)# MAAPLEKE VALLEY (1nr �� @OX Bob ' RINTON, WAlNINOTON rl OA! ARRNs--_�q/ :16.1000 . 47r.3,00 in PIANO mo DATE 11/7/73 D TON 10 WMsr .M 1Mr•hi.C•ti•pd•M 000 04MhY J Oslo "VMLr —T--;U� ur.lrrbcr A, C 719 r Z "A 0A`DU, l S rM <4CNY �� YAMpi O•� •.A ROT Aw 3 °� �rR• _. � Mc vARO• --1L�� —_ rxrRA RAVt 30001 •�- ,—` --- M•+wn1D toAo a rARn• . •moo •AX -- •I 43010 SA.-7 �1 l ASS. - Ir ORAMfL ByAVft PlacesICS lulo --1 1101D -- x xro LM t Rf IcrT Rr RAw • �[MfON IM�R00K k4A• ,AL %0 TAX ./lR MO MAR, MC1A1 fOYAL ewR yy WAMW [yf — .. _ I• 0 •YorM,l TOTAL C.0.0. � 4 is 4 111 CITY TRAM .ER DELIVERY OF KENT, INC. TICKET UL 2-2424 30365 KENT, WASHINGTON G8031 j DATE 19 I SOLD _ SO_ JOB+� ADD- _- CUSTOMER ORDER -- �- CY.TAK4f _CESCEDTION _ i4l MATRRUII CRUSHED ROCK - AND - GRAVEL _ {iI TOP SON. I ' #X' I VER`� TOIf,► 4 i i a . n n '7'M♦ r 4 , 1 • r t r � • a AK♦� A . , rrtr•=°� ., CITY 1 4NSFER DiLIVEEr" OF KENT, INC. TICKET U12-2424 30367 KENT, WASNINOTON 98031 DATE 2=i97 ! ADD.— JOB _si-n ye. ADD CLPS�IA OAOE��� CO.YARDS DESCROTEON AAIOYNT fFILL AIATRIAI -� CBUSMCf *OCR —� SAND OKAVFL Fe T TO►SON OA 1A�UCh--� EivEG _ UIUVI"RE x rorAl E � M r . h ! n n L:V74 SCALE .. 1 t. 0 i r _yam... CITY OF RENTON INSPECTOR'S DAILY REPORT Engineering Department GFNERAL CONSTRUCTION Date 19 1 PROJECT NAME R JOB NO. c GII �c CONTRACTOR ,( & IJ /�j 1p CC= c Superintendent Weather BID ITEM NUMBER UANTITY _ REMARKS 17 S.GNED: TITLE�� 7, 1 DEI11'ERY Y TRANSFER T. JF KENT, INC. 30379 UI 2-2424 yJ, a KENT. WASHINGTON 98031 DATES,.._-G�--19-= -)OLD To ADD. ADD—._ CCRUSHED TAM T DFSCMATMAL ROCK j SAND ,I GRAVEL TOP SOIL =t rHY w _ FVEC x TOTAL i — DELJV€EP�� —— — a fi 1 f 1 i CITY TRANSFER DELIVERY OF KENT, INC. TICKET UL 2-2424 J10378 KENT, WASMINGTON 9R031 solo ;� t)Aj 19_3 to ADDJOB . _ 1 I i ADDa�G��lJ� i __ ✓R— CUSiDM(R pRDf"P CO.y"m DfscaWflow AMOWW — FKL MATERIAL USNEO ROCK i O GRAVEL i TOP SOIL l \J �1 RD h 4M, F EU ma`s rx — — DEU�1€I9�E7f'f— Totu e ♦ 4 r ' No. S�S�QrS�S SCAJL COp1PANY • E7a1Pa�m—� . 7i 2D0 200 Tm* Dn,o On On WUSh« No SCA(.e COWANY—Sc / Pm�nl—Poruoed Orpep . Fro r Gro. f 0�� On ��:0 Tan DdnrOff ---c--cir1i.L-No1 .. no ��y • . WMq - W 1 i CITY OF RENTON INSPECTOR'S DAILY REPORT Engineering Department GENERAL CONSTRUCTION Date —19�-." PROJECT NAME&& JOB NO. ✓NO. 3 L & 7 C i¢ � /9 i i✓ CONTRACTOk Z l V 7 Superintendent Weather BID ITEM NUMBER QUANTITY REMARKS_ c-V t 44 - - i SIGNED: TITLE: 1. DELIVERY TI(:KET ,- 8T0 N E WAY .TM. r r"Mritate - Tla► Q n'j._— r�A ISO. SOX 509 - RENTOV, WASHINGTON 94055 aT iO•E ` l 226.1000 • pi•7100 __ r10 q l.N.u� wn nuc Q :: `•o a •aracwa pIN 23"00 a/f/T3 Jis3 2 a c�rna:warr NaLorrX Pya�Nalf MDER NO. D UM IC COM# +.,. «._.. . ...,. .. .. wow1�salsn,«c .e wmn nP..o s�uaw�1 —__-_ UMR MXX: allouar. 0M., 1.Twr W i ] 4 5 ON _ ox roar k 9 caccwr rmRi rw� 3.a..cN axwan oaaeu[ au rwT w.rea nw Moa Cu•X:vrwp• EXTRA MaU� 30001 NwMUN IAaDl vaRxR Ma M1 .10 NY1w1.r COaw1(T[� .MI[ .11ablla[� YNO .N't MMO 11010 .UU IUN A /M (dl GRard ORa VfI �— SIOtob !NU SUN pillaO OfM-StawX T N X TEST ft 850 / C.n 86000 _- -�rl /3A R RDA D 51 AND SPRIWAM00D • _ Tam TA/ 400 1KICab nART KCN4 rOtK 1W OU[ wa a00[D CY.fC ta1♦M9IMTMII TOTAL♦ a a inn .ao — — C.O.D. ♦ _ _ INTERSECTION SPRIN GBROOK RD. - S 43RD STREET W-394 DELIVERY CITY TRAK ER ncKt OF KENT, INC. 31338 UL 2-2a2a KEM. WASMNOTON "091 DAT� 19]a SOLD / !09 III OPTION AMIOW cm,Trot m MATIMAL _ �1 CfUSN® ROCK OOAVIL �>�E SOIL C3 rmir N,� - x � a 1 i CITY RAWER DELIVERY OF KENT, INC, TICKET uL 2-U24 31341 KlNY. WASNINOLON 9R071 ro D T ADD. - Jo ADD—_ -- "—TIt.1FLti7R--' CYi'-^-OwER URO6R OY.7AADS ____ DLCef�710N A�yDyp flu MATED" -�— CRUSHED ROCK E ? f7 — ORAVat i iOf RCKI yp AMI CITY TRANSFER DELIVERY OF KENT, If X. TICKET UL 2.2424 31339 _ a KENT, WASHINGTON 99031 ADD JOBS ADD CU6TOMCP DNDtP _T'Y-YA{Df O{{CEI►TION AtWYN1 cRufNO ROCK IIAND OltAvu °) TOP/O{L ..�--- � w rPi,c M! A eEu1iE�PL'E(iT TOTAL CITY TRANSFER DELIVERY OF KENT, INC. TICKET UL 2-2424 31337 ON?. WASHINGTON 9W31 DAi 1qM$— SOLD JOB Cry lL` C 11YI6M1H MDlF '1 a.v,uoi -- _ efsscyof#*"_ AMwM FILL MATERIAL —` CRUSHED FOCI( �^I 'i •. �a:. J $AND -`-.. 6tAVEL , T TO►;OM. C. � ♦PUCM ' NO •M' 111 I uV-E�V'�TrFfdT-�— TOTµ 416 e�C. J v' � ^¢ "� >ur � i�r�f .� � �, �i� '� f,rc r� - � y ° , , a FM>y NY'� 4y. a✓�flr r, + v '�w,vf4urw � l�U� r . •..I ul err ^TpI �� .AJry e 11�+K 1 '� �r,�� • r dF b" �� ��' rr r °c.y '� ���yt i ? yfy f fn �i. p ' 7 f r IT F7 �C( . x 8tx°Hn4'z �g,S, A�'• qti sn;,'� l �f rH✓ F�iu 4YF1r � �, � t • to �� �. r ¢ qr 504 i � is il $ ��� "<� �• a � t,. p �� �rwT{Ar °y� l �y _ , .�jw u� f {�afF if y"h TIC W $til rr �"w� tiro 1 • � �� �4: .yK� F�+ � (. ..'Fed Y,�a�S ,'f,F ��,1�sw0 �:��? r. _ .r, J � ` in i n CITY TRANSFER DELIVERY OF KENT, INC. TICKET UL 2sa2a 30351 KEW, WASHiNOTON V6031 DA 19 SOLD io_ L'] JSf A00.__. Joe_ _ ADD__-_._ GUSICMEP JPOEP �PAIM T---"DESGEVTIOM AMOUNT POLL MATERIAL CRUSHED ROCK %AND DRAM TOP$Oft#t PucK __ 'U TOTAL game"ac ti t 31a � rroaom SCALE CONPMY—aim. eq . e,.o f_rww or GM. cam el_._3. P' l� ((( — /M alll fm1 D'jvw Off ;mj CITY TRANSFER!: OEUVERY j OF KENT, INC. TKKET +J M 2-2424 30352 KENT, WASMNGTON 99031 SOLD DA i �9� IO_ JOB ' i ADD ICUf IOwAw d10lk�a.,. �— mu Aurs"m ms"m So" "No _ ouva TOP sm M5 Al' r l' — TOTAL :. .x 1, ktT A. Momm SCALE COKPAMT—/Efed'r4u'w ' -.Perlle�,Orel ol :. Oro" load d(. `. 11 On oft Dw CITY TRANSFER - toruvtr; OF KENT, INC. TICKET UL 2-2424 KEW, WASMINOTON 90031 JO SOLD DATE (p 1923 To— /� +FSFts — Aw GU61(NyI11 plp�p Mom wo 1 - +Mt MArmAt f�uYe f oava i too$ft I - - •�UGK .,x i � 4 '4V.1YN'.'Yi.•w..t. .i ti p�tr'TY�Y ^P"��' Y ♦ �'. CITY TRANWER - oT TI CCKS ET OF KErn, INC. 5$931 UL 2-2424 KEN:, WASHINGTON "031 DATE 4 SOLD TO_.�=� ADO - �j i JOB ` ADO C,Y'TdAtP OIlDEP _Cy.r _ DffC1VTIOM FlU MATEIIM CROWD lOCK SAND MAVN TOI EC# er x MAL i X.-JILU I Q iN4== {CAIB COMPANY—S.W.ZFy4dp .O—%di d. L�d POO ( on _ 1 Off A Fa _�__ _ DDO-----Nm - CRY TRP F€R, D M OF KENr UL 2-2424 5$Q3f► KENT. WASMNOTON 9E031 DAT6��C/ 19 � SOLD i 1j ADD. JOB r6- i ADD . CUSTQ 1p o DIR CV,YAMS OESC01011011 AMOYM7 M& ASA.TERIA/ CRUSHED EOCK SAND .-- , OEAVEI I TOO,SOK i � TNUCM _- ' - RlCFIVfO Av,x -✓€LIvtEP iEZFIrI'� fOT/.l �fJ , Ky mono SCAM cosmurv—/5...6 Fq.1w..' —F U d,o'"m 1 From—.�YfL. __.�—To_ 1.•rv/� �. Load d.— —JSW^- --- 59 DC DI' al -` - 23�QD Fans__— ans_ Dm. 13� i All ...,.r....ua.y.a..m... .. . _._.....__...._.. ...._...__._._..«.sow 1 rv. _111 .dD iw CITY3R.ASFER DELIVERY Or KENT, INC. TICKET ul 2-1424 -30353 FENS, WAS.MNOTON 99031 ` .ATE Iq� SIXDTof� ADD. JOB .fin j1 ADD CUSTOMER Or+DER CU YAlpj _ DfSCIIIiION FKL MATERUL CRVSNID ROCK I SAND — ORAYEL ITOP SOIL 11 T 1 ND n4' C VFO T TOTAL---._._�_ 4 s ti 1 4: CITY TRANS R DELIVERY OF KEW, INC. TICKET UL 2.2424 KW- WASFUNGTON "031 J O 1 WiD DATE 19Z? ADD. _ JOB ZEE I cusrwm opoep ---_—= CU'r __ DFSClDi1ON i AMgMf FILL MATERIAL _ SA o c� y� GRAVH __ TO►fOK ----------------- �� TptKN p` Am ev X �+ =DEL'V �j TWA,. — --_—_ '► t CITY TRANS. _R DELIVERY OF KENT, INC. TICKET UL 2-2424 58923 KENT, WASHINGTON 98031 DATEs� SOLD �.�f] i0_ d// �� � 0 LA„sT, JOB_ 0 tPQ3 ADD CUSTp EP OPDEP DESCRIPTIONAmgOM-7/iA p FILL MATERIAL -� - CRUSHED ROCK •r SAND �. GRAVEL , 6 .d0 T�- 2 Q DP TRy1CK -�` EECEwf sT x - - , - TOTAL � 4 +.3 " 1• ry ♦� i I GTY TRANS, _R DELIVERY OF KENT, INC. TICKET UL 2-2424 KENT. WASNINGTON "031 DATE 19�� SOLO TO. / ADD. _ Joe1l.F F�D ADD— i'4 CU TO cft p tp -ai rARRf DfscelpTION AMOUNT FILL MATERIAL CRIMED ROCK`-- SAND -- ORAYH TOP SOR sZ0 By X i I OR iRyCN f• d{i TOTAL % 1 CITY TRANS. _R oEUVERY OF KENT, INC. TICKET UL -2424 589Z5 KENT, WASHINGTON 98031 i DATE, SOLD To ADD. _ Jose;2�4 Q'E lQ _ 797Y-[Tio ADD—___ I i -rrat'crc>i� 1 fUSTfIMiR M/D[N j .r �_-oesunnow ___ �ArwHr ►ILL MATEMAI CAMMID ROCK SAND omva Cif Too SOA i M N IRUC I[ k0 iM! S/�LfY Rv X - t a L CITY TRANS. .R DEWS ' OF KEkI, INC. ET 58927 KENT, WASHINGTON 98031 DATE .3 -192J- SOLD ,( TO_ O; Ann _ J08 � e n ADD _ NSt�1Ew OwD[w _cu TAMKS OltctIPT10N AMOUNT fAL MATERIAL cmilm ROCK RAND 0 TOP S" t f� � 1NUf✓. NO � x DELIVERY TOTAL V. '. 1 '>a• + _ r a (., a _n ' " y t,Y : .4 I 6 wr r v Vt ( F } ryf 1 • 1 W wJit�1 a Y 1. 4 1 ! i CITY TRAN! A DELIVERY OF KENT, INC. UL 2-2A24 31344 KENT, WAS)ONOTON 9W31 DATE_ iD 3 19 sO ro��rr Aoo. _ ram ADD — _ TI�(P'37iK7— CUSTOMER ORDER _CV.1'AfM CKIrTIpN AMoum _ • FILL AIAf�M I - O)YRM® ROCK ORAYK �,: fOP f011 T RtJCY — •Wf ev x TOTAL CITY TRANS R DEUVERY Of i KEW, INC. TKO' ��+ UL 2.2424 5892R KENT. WASHINGTON 9RMI I DATE/ iq__ 1 1 O LD ADD. JOB ° --�t — ADD —FT9Ti.R'— e I N.TAeOf DlSClIITION AWKINT --✓ PRL MATERIAL CRLISNRD ROCK SAND GRAM S' �P MR, d Y NO LO VJ-ki ""` �`- ev X M CITY TRANS. A DELIVERY n�^ KENT, INC. TICKET OT UL 2.2424 31335 ■ . WASIRNOTON VMI So DATE 2t-� _197 L K�T .)B ,DO Too 4R011Ni-- C' Of L MATERIAL ) CRYSNED ROCK ) . ORAVRt i TOP$OR {1� hO nlAi }( �k tAl' 8v TTK = r;• A 3 CITY TRANS R DEUVE OF KENT, INC. TICKET I UL 2-2424 31343 jKW. WASHINGTON 9W30 LATE -19- - SOLD ADO JOB. — i ADO__ _----- —vGxC-471AY'— cusroucn ONOfR QI.rypf -DEfC9r�nOM AMOUM NL AMrRIAI ? crismo KKK SAND COMM ror son p er K TOiM 1 1 ,P d, i� Qa i.faw P Id.Ery4' fr CITY TRANS R DRK�' OF KEvr, INC. 31342 UL 2.242 1(ENT, WASHINOTUN ftWl 1 + DATE 19'Z — }! SOLD JOB -�r-efiv— i VLSiOMER pRp[R QI YAM 1►TIOM AA1011NT I AMTtlMl T- CRMID ROCK - -- SANG TO►SOK - — �als NE((.WD lay e X TOTAL_ -- CITY OF RENTON INSPECTOR'S DAILY REPORT Engineeri +0 Department GENERAL CONSTRUCTION y� Date PROJECT NAME 6 JOB N0. L� 2-1/ /ti / 's�A,-1 CONTRACTOR LL-� p (�nn�u/,py Pj�p,4/ Superintendent z Weather OG i BID ITEM NiIMBER QUANTITY REMARKS '0")3 / oIti L2 sf — o R SIGHED: TITLE: I. > ti A • R[NTON .[,� oU.,vy�ERY 'rico,"brr MIDWAY ,~ BTO IN SWAY *TART MA-LE VALLEY Cp71Llt!?! Tw y s — P.0. ■OX !Of R[NTON. WAf HINOTON 98065 A 40 J26-1000 6 631.3100 _ Fl�II �_ UNLOAC "^.rnr" NO�. GATE — —M.,MlEw fAGfM 41l3 >e `� siv�a 3009 8 EOVA OwFgR ww YE oY[w rw _ ruw<iuf[awo[w Ho gyp. __ UIrXT wRc[ ANpMT ..�] i-S KA� OFgfT LTMT 1 1 z 3--L_— 8 3 m1 �/Y♦ -_ ♦ Ym YMp Oi NNI p[FLyT ,d -- CACµ[ 4H �—'�C[.RM �_OF GPIILNf {s1 E)ITIA H 30001 MwIMUH LOAD S YAw6f TO Hv{NLY • S:y [!Nl NIOt [OHOtTf IWF fUFFRFIN[ �•—� [MR MW SANtl 6w1Y[L G.V4 GwlVh / ' SWN lSOA 11030 [w1ANMON 161N! 94 X X 10' 88o can 86000 _ __ _ PRIM BROOK ROAD AT 143 JUST NORTH OF HOSPITAL SAA L !P — --� TAX 5 ""� rwunt wo ucur._crwL TM[ouE wATlw lobo ewra.rxs.wuTul[ 70TAA. 3 !.00 x _�--_—._-- c.0.D. �i 1 'ti ASSOCIATED SAND & GRAVEL Sg� COMPANY, INC. . NRM DIVISION P.O. box uslo i0 IJI XI SGuiNCEMER PARkWAY • TUMIU, WASH. 98188 I MJf HA6R PIf XA . (2OA) 21 2800 MO[A NO... CU.TOLEAR « �-# --------- OAT[ ►• Sly won so-------------. _ ►e1►!P*K� s st g-ctw S p6^� ----------------- ^�r Avwu i �OUANTITY., _ UNIT OEK111ITION „�,,,��yNTP/�§. AMUIINT 1 �Y QC LOS. Mc Can ANx TONS STANDARD MIX __.. ..-._.-.. TONS SCHOOL MIX TONS TOPE%A MIX TONS SHUT TOP MIX I -_ TONS STATE SPECIf ICATION CLASS._._- TONE P30MALT YKAM SASE GALS, EMERSION GAli SS-IOO ASPHALT TAUCA HU R6G[ TAXN r TAx ' BKIT39756 wrI BY TwVC . TAL CUSTOMER COW ♦ 1 QTY TRANSFER (ICKEI rKK�T OF KENT, INC. (� n UL 2.2424 5 }?1) KENT, WASRHOTON "091 ::At- JOB-0 � SOLD ADD__ t CU TO OIIOAI - ,V i 79,VANW --CHCl1/[ION ANOINT ,.. .I � ru A[I►ranA[ n va i TOP I C % .q ,MfS r'A ,x TOTAL ,) ivEkv liEZEifI ,W b, e, K r� .Q t.[ A EUv Ely CITY TRANSFER TKKET OF KENT, INC. CO� ) UL 2-2424 JU G7Z *. KENT,WASIONoTON "031 19Z-3 DATE SOL D TO JOB ' FILL MATO" crjswoo Ito" SAND To?SOIL - � 1 ♦WUC% �cr/tU TOTAL � I .y F i CITY TRANSFER ,EUVER, Of KENT, INC. TICKET UL z_u� 31325 KEW. WASHINGTON 9803, SOLD (� DATE .� _19 I ADD ,_ �D4tDMG 01fD[R �ii:rye Pilo* I /-T'-'- 'HL MATIINL� CIMINO IOcR fAND } J ' ORAVIL . TM"k TADCM �_ MD W, Wx YIN* -�- ar9 k. CITY TRANSFER jELIVERY OF KENT, INC. TICKET a UL 2-2424 31 330 VENT, WASHNGTON 96031 DATE r-5- } _19 - SOLTO A00- JOB i� _ r ._ nog Iat wurmu ') CRUSHED ROCK f' SAND ORAVEL ! T top um s AN' tl ..._.:_�.,_ TOTAL f F i S�. CITY TRANSFER ELKERY OF KENT, INC. TICKET UL 2.2424 31326 VENT, WASW. NOTON 9W31 «. DATE `�!L19'7j— SOLD !, aDD cu�T�tn owa[n � .c �m _a MiC11'rro /! NLL AMLTOhN . �-�-- - -Musho ROCS MUY — G"VIL _ _ i r TOPSOIL _J by% ti CITY TRANSFER .TICKI KET TET OF KENT, INC. 31325 UI 2.2424 KENT, WASMNOTON 9MI DATE �.Z 19 SOLD ADD. r IOB�y2. ADD CU. dMAWOI.N �— QI YAAMCWH MIITIOM { MATSTKAt w NOCK SAND OAAVIL ' TOP sal D pR—M+p J �1ttKK ,f:Ei. T � Rz CITY TRANSFER EUVERY OF KEW, INC. TICKET Ul 2.2424 58919 KENT, WASNNOTON 9S031 DATE �q I SOLD TO— ADD, JOB ADD cusrwew d�ww— �a TAmoumf D/fCtF/t10N DILL MATIM" CRVSMSD ROCK UN O"VK for WIL ++ T✓ 0 u 6 —� —•— TOT PA CITY TRANSFER JEUVERY OF WENT, INC. TICKET 1 UL 2-24U 31 323 KENT, WASHINGTON 9E031 DATE_� _19, SOLDTO / ADD. � "}' ,� y�sz JOB__ _ _ I ADO__.______ �i t"T7oiT` i CJ4iC1MEW OWOER CY.YAM �_. IIiIOM ` AMOIMI ND TOP SOK T WUCN V__ EE('H Jf C v n e•X -�E it 1Tf��ECifi'- YOTAt t 1 CITY TRANSFER >ELIVFRY TICKET OF KENT, INC. UL 2-2424 31334 KENT, YJASHINOTON S•SOSt . DATEI9— SOLD _42,i Jf�/ (,l X ADD. JOB i urns - ADO —_- Q/ MAKM �ClSCfI►110N AMOIIf1T _. -._J-- FaL MATIMML. CRUSHED ROCR _ SANO OI AVa :M tw-.'.- TOY SOr '� r f `_ _ - wig. - (EfVEU _0 ev X TOTM M :k h< CITY TRANSFER OEUVERV TICKET OF KENT, INC. Ut 2-2424 ` 31332 KENT, WASMNOTON 950ij DATE__ SOLD /� • .� ro —T¢tf41RIPI'—" 1 a ii f CUYrdAen cHeocw X �Ol.11AYi —..�. SCR1►110N FILL MATSU" _ ca"m 11= SAND ORAVot TOP;OS}. �.[.� -•. T1NlCF I AMI ___ � I 14 `LJ _ 6Kt1 RECEIVE!' IA%_ ev K — TOTAL t �A 4 + T CITY TRANSFER JELIVERV OF KENT, INC. TICKET UL 2_2424 31328 904T. WASHINGTON "031 DATE— = ;;IL—19 /l TO D Otl''}tE Pl AD r 10B�Ta ` ADD_ GVDTOMER OROEF / ';�O . Gl.rwss 0lfCf11T10N AffolElET Il�TN1AL SAND O*AVk A. TOP SOl _: r � l M, MFf.NVFG_-- - ey% TOTAL l CITY TRANSFE^ 1LIVERY OF KEW, INC. TICKET UL 2.2424 31324 KENT. WASHNO.ON 9MI DATE SOLD Ab�1 CYF�UMII�oI1DRw — • aK"lc n 1 SAND i ORAYN TOP$OR MAL fll:/[a 7 ...54[rvED TweS� � s. 8V r nr t.. � }rr � +F' c7'tFtimUt,�'J� �� ��eM�xs � ��'+Y7 �'i�to5 t'�y�r' +�A�$`4 a 'M°fi1 y} .��ry .e`id.�,5•� t,, n' M V �� CITY OF RENTON INSPECTOR'S DAILY REPORT 7. Engineering Department G0EPAL CONSTRUCTION Date _ f�� � 7 PROJECT NAME d JOB NO. )'4 1 I? _)f /,/ &, CONTRACTOR ' / _ _ Superintendent r Neathe, /-I67...-- _ BID ITEM NUMBER QUANTITY REMARKS t_51. c i I t 1 SIGNED: V ijsto,) TME: 1. i CITY OF RENTON INSPECTOR'S DAILY REPORT Engineering Department GENEPAL CONSTRUCTION Date fj_ / ig PROJECT NAME & JOB N0. ,• y Z' L i 11 , CONTRACTOR I T G c / �Superi ntendent Weather _G.��,iC BID ITEM NUMBER QUANTITY REMARKS Sl242� 5J SIGNED:. TITLE: _ 1. '4 1 [A:]ASSOCIATED SAND & GRAVEL COMPANY, INC. P NRM DIV.SION P.O. Wx M70 • ISjW SOUTHCENTER PARKWAY • TUKVALA, WASH. 98198 PURCHASE PHONE • f") 2J 28W 1 ORDER NO— --- f CVSTOMEA ' I y UATE 1 — 3 PtA1R et *eta .cas+t-ca --. - - -- y_p1 t'LfT� 5 q •s�tTiX - -'--- '-------- ter __ ------- -- ___-______ . __-_--_. UA TIYY -1INi! DEECIIIIT �1 U f Rl ga AMOV NT_ / 0�LR5 If COLD MIX TONS STANDARD MIX a iCMO SCHOOL MIX 701.1, TOPEIfA MIX �� •. ti n TONS SHEET TOP MIX TONS STAR SPECIRCArION CL 6S TONS ASPWLT TREATED RAY <.�..... ..�. ltil( GALS EMULSION 1 GAL . 86100 ASPHALT TRYGR NO ...__r_.. -'�RIfOIIVRO YY lAlll �• TAX 39608 C8 POR ADJUSTMWT MUS!SET ACCOMPANIED OY THIS T"CK&T. t+A, CUSTOMER COPY ♦ 1 CITY TRANSFER DELIVERY OF KFNT, INC. TICKET UL 2-2424 58913 KENT, WASNINOTON 98031 DATE SOLD 1 J08 i Tiu'FICN-S — r ADD J cusparc..orrorn CU.YARO• r, iCRl►TION AMOUNT f(( POLL MATF.RIA3� I7I7 CRUSXW ROCK UND GRAVEL Top SOIL RECEIVED by TE " 1 CITY TRANSFER DELIVERY OF KENT, INC. TICKET # UL 2-2424 5 8 Q' 4 i KENT, WASHINGTON 98031 DAT 19Z- SOLD __,T TO —'-- JOB — ) — wo ADD_ cus�l+rrn proeR i OI DESCEI►TION AMOUNT FILL MATERIAL CRUSHED ROCK SAND ORAVEL TOP SOIL I 1 RUC A,ft IA — SAfS — K TOTu a,. f 1 s a , CTY TRANSFER DELIVERY TICKET r OF KENT, INC. UL 2.2424 58917 KENT, WASNINOTON 98031 DATE So D c ADD. r —� :OB ADD_ _ ---fwrTyxpr— CUSTO "a D" _- -- 57L rA/DL DEf CRIITION M1dMR FILL MATERIAL CRUSHED ROCK SAND GRAVEL TOP SOK . DIN Ann NOTPJCR _— _ RL n:ES C. ED rnn TOTu - i ( DELIVERY y 1 CITY TRANSFER DELIVERY OF KENT, INC. TICKET UL 2.2424 58911 KENT, WASHINGTON 98031 DATE 19 ,21 SOLD ^ i0.___ ADD. �+ JOB_ - 4 -�DC'Lrio— ADD _ TIM GuStOMCR ORDER N'TARDf ____DFf CRI�TION_,__ AST FILL MATERIAL ..' CRUSHED ROCK SAND / 7 GRAVEL TO►fOR TRIILN ��•- Rv x DELIVERY- t I TOTAL * 1 CITY TRANSFER DELIVERY TICKET OF KENT, INC. UL 2.2424 O KENT, WASHINGTON 98031 / DATFA0 f SpD �fJn � r ADD._.=_ — e1 pg w:END ADD__-- _._ —_7=A OER DESCRVTIONU •AW T FR.L MATERIAL CRUSHED ROCK _ TOPS ep /i RZCErvED = " 9r X TOTAL f __ CITY OF P.ENTON INSPECTOR'S DAILY REPORT Engineering Department GENERAL CONSTRUCTION Date 19� PROJECT NAME s JOB NO. S �. /� Tf� 1�7 CONTRACTOR` ;2, J n( / U l "6N s1 ie 6/ia F� Superintendent Weather BID ITEM NUMBER. QUANTITY REMARKS zo r -: . I •d�: yV}( 9 _ — k . N EFEIE:: A j 7 SIf,NED! ,C t1a,./ Y: TITLE: „s f v r„ a .4 I 'YSf`n. I v DEL.IVFRY Ttr 49 MEOW°" BT.�Q.—N+�E`WA• _ "AR 2Eusl�) MAPLE VALLEY L.�o>a� .. • /,O. SOIL•M• MISTOW. WASMIN6TDM 98055 j V. '•• AT la• u•-10•• • G31•]I00 START �x �OHLOAO —1--.0 rYH MO i HAaI OAT[ I.IJMmm MCA �_ 23"05 9/2/73 219134 2 Lou+Lo°w"'."^+o+Lora y g111CHAx awo[II Ho. „r, �, M uwTno Ai•OSI•T t"1 3 --- , so HrulaY S $K 4—r ---- -- i II! Vs RA fiaWr LTA NYN •� 1 � yr' (r1 t`•'i GMGW� MIIH .TM IKeSIGrf Kr1.ACR CM„JHpG iL. rrOr r1AR% pC(L[MT p RYFMT - I CINK YAM)G — 50001 MIN.MUM LOAo s vA11af G%T•A HAUL LU SA— fro Hv1%Hr •i00r IO.Oi coHc4rz r.vs SUKMSrI yMq %'y .MIO . IIOIO m ISO V! . "A wAy.l •.eAYO. 0 AYLL SKIM 510N S]ASO '- 4.I rrcGG 94 % X x1o' i f%IAMGIaH JpMT rElT AIG GM Ar- 650 / CUTS G fi J C 0- — My %t 10.13 SNliMOBR00K ROAD 'wy" Tex L _ TOTAL y nHrt%HO R/.Hr K l T-Al zM[pM wA1-A00[o cVxoMERS S1eHArtllt _.. 2000 % 1 A ASSOCIATED SAND & GRAVE. ss COMPANY, INC. . NRM DIVISION P.O. BOX 68870 • 19500 SOUTNCENIER PARKWAY • TUXWILA, WASH. 98188 PURCNA9[ PIONk ORDER NO._.__� . (2W 118-I9W CUSTOMEJE DAIX' 4 6Ar:7it_Y. _lls�-------------- n� i _.. _.----------- QUANTITY `�I1T ------ -- -- _QFBCRIPTION J WT- I".I" MC COLD MIX TONS RTANDARO/MX IONS SCHOOL MIX TONS TOPEKA MIX - TONS SNEEt TOP MIX TONG STATE SWIFICATION CLASS -- TONS ASPNAIT TIYATED RASE GALS. EMWSION �t GAL& SSIOG ASPHALT TRucR REC[IVRD■I -� TAX 39642 CI-AIM{FOR ACC OMFANIFO BY 7N4 TICRXT. CUSTOMER COPY III ��IIyy ASSOCIATED SAND & GRAVEL EI�.Id�� IRiI� COMPANY, INC. + NRM DIVISION Po. SOX SSWO . ISS00 SOUTHCENTER PARKWAY • TUKWILA, WASH. 06188 PURCHASE PHONE P (206) 218-2WO OROER NO CUiTOMEA 300340 00 DATE 06 178 PLANT A " rE )P149 1 ITpI MVM�OI OW MIA I," STANDARD MIX TONS SCHOOL MIX TONS TOPEKA MIX TONS SHEET TOP MIX TONS STATE SPECIHCATION CLASS.._— —� TONS ASPHALT TPEATED SASE H GALS. EMULSION GAIb. [SHOO ASPHALT T�UCR IIO IRE EIYKD W-- —+ Tt�LtY.:: i•�— ' x IIL t - � Vl.lSH A.l 6!M[NT MUBT !{ 39656 CCOMPAN LU BY THIS TICALT. CUSTOMER COPY t CITY TRANSFER EUVERY OF KENT, INC. TICKET U12-2424 KENT, WASHINGTON 911031 _ DATE_ 19--,2� TOLD iADS 1` -yirG.tl�_ r- -rr� CUSTIRaHR p of. �— _ CU.YAWS _-.o"4" JoN _ AMOIIHTIJ FILL MATERIAL_,,,,, CRUSHED ROCK j f SAND _-�ORAYEI ) ^ TOF SOK ,> NIY(R �WVC✓ nM� _ eif5 W.11VE6 'AY IYX DEIJY�RT€ f€1 OtAt 1J t!,t H CITY TRANSFER CITY ) OF KENT, INC. UL 4.4424 5891 R RENT, WASWNOTON 98031 DATE 01--19 _ SOLD TO— — sir g� ADD. JOBS 1 �Gnit ADD — s CIISTOM(F ':RbfR FRt KUTEtlAI i CRUSHED DOCK { SAND ORAVEI I TOP SOR I �1 oQ T.1yw IOU --- --- 4ECEi er K TOV4 --b iv t i h i b 4 1 9 n� .n •1 S l . 6 CITY OF RENTON INSPECTOR'S DAKY REPORT + , Engineering Department GENEW1 CONSTRUCTION Date Z- 3 ri 19? en PROJECT NAMr & JOB NO.e ! _ Z/ / C C 0* 7f. CONTRACrORZ)/ ('-,y to n Ar" ' Superintendent W^ather .> 112 BID ITEM NUMBER QUANTITY _ REMARKS _ n 1 C.X r / O D C) L C vjo i 1 SIGNED: scn.. _ TITLE: -- - F •0 r i CITY TRANSFER DELIVERY OF KENT, INC. TICKE7 Ul 2-2424 5$85 A KENT, WASHINOTON 96091 DATE 19/Cr solo TO 777 7 , i ADD JOB H — ADD- _ _ _ �—etrzKr— I CYGTOM(R ppGfR T C rAKMS _ 01IMrT1OM AMOUW EA' TRIAL CRUSHED ROCK SAND V _ GRAVEL TOP SOIL r+o •!nr for S RECHYEU •ow By —�EU�1'E� El— T4'Al i ♦ T sIi W Yi[ UMMY CITY TRANSFER DTOM OF KENT, INC. 58857 Lit 2-242A � KENT, WASHINOTON 98D31 2 DATE-Z �-_19-/ -- I SOLD ADD, 4' JOB-� �M tiD I ADD__ i j n .•,[�OMKR .. DESCRIPTION � FILL MATEIRAL ram'— CRUSHED KCCK SAND ORAVEt TOP SOD. r kECE�MED ��� - a X TOTAL -- ,r aTY TRANSFER gvu DEUVETY OF KENT, INC. UL 2-2414 58859 _ KENT, WASHINGTON 9lOS r, r'2 DATE-- 19_c� so TO l i JOB lhr�i. . ; v.iigs — ADO. ---- �rx€3rcK f p$1pAER ORDER p/.vYss o[ecR�rrtow W_ CRUSHED ROCK SAND GRAVEL TON SOIL DIEM TRUC /t��/-' AIAI By x TOTAL -�Eut-�vrE��ir _ . t i''yY CITY OF RENTON INSPECTOR'S DAILY REPORT Engineering Department GENERAL CONSTRUCTION > Date 7. 3/ 19 7 . PROJECT NAME & JOB NO.,-,-) Z/ 7 � 5 j CONTRACTOR Lr, /�CC �on ' S/cj&7f cod Superintendent Weather 8I0 ITEM NUMBER QUANTITY REMARKS P I � s SIGNED: c - i1'.: '/� TITLE: 1 . k CITY TRANSFER DELIVERY OF KENT, INC. TICKET U` °Z" 24857 KENT. WASHINOTON 98021 A?SC: 19D- TO_ And JOB M N _ *QF3YIpT"- Qt5rOE1[R DKf Cj1pT1GN - 1- FILL MATERIAL — CRUSMm ROCK SAND _... C GRAVEL i :OF SOIL yy W"AL ti � OT MANSFER DELIVERY OF KENT, INC. TICKET UL 2-2424 589 1q KF.NT. WASHINGTON "031 DATE � Iq "7 3 solo fJ T ADD_ )OB _ �TmTTt ADD__ CU TARDf DEfCiVf10N __ iAMOLM _ FRI MATERIAL CRUSHED ROCK: 3 URAVEL fC i lop 504 — --- rR —iwUC r. VVfDD 4,1 �byv --DEUN'�i97E €f€f— Tetu J��L CITY TRANSFER DELIVERY OF KENT, INC. TICKET UL 2-2424 24854 KENT. WASHINGTON 98031 '^ 112 p / _ 4 � Soto To- 1 If ADD. r i f+. CU YAMS DESCRIPTION KILL MATERIAL e . CRUSHED ROCK SAND / I GRAVEL TOP SOIL 6 9fCEWH. f Er x -- - TOTAL CITY TRANSFER OnCKERV OF KENT, INC. i UL 2_2424 24855 I KENT. WASHINGTON 911091 sol-DPATE TO_..___ JOB �.. END CUP, rroEa — CD.TAKOp ---DEfC�I{t10N --- _ AMOWT J -- PILL MATERIAL CRUSHED ROCK i SAAD 6MVEL TOP SOIt r -- DNw -socs— AMI J.IS RE'�'✓ELI - ia� Cr x -- TOTAL ' „- — f CITY TRANSFER DELIVERY Of KENT, INC. TICKET Ut 2-2424 24853 KENT, WASHINGTON 98031 i UATC. 50(0 r� ADD JOB - wc ADD_ � f CUSrDMEq DRDE��� CU M IDS RlfCU►iION AMOv , FILL MATERIAL CRUSHEDROCK SAND GRAVEL TOP SOIL DF RUC -EMi TOTAL .`_.= y ML m Y CITY TRANSFER DELIVERY OF KENT, INC. TICKET UL 2 2424 24856 f Kam. WASHINOiON iaoi, 50LC �}-- DATE 1.%.19� i0 fo.Y D SCelptlaw _ tfop FILL MATERIAL cAu vikm GRAM TOP SOIL .3 µ r E TOT At _ _ DEUvwy µ Es ASSOCIATED SAND & 3RAVEL COMPANY, INC. NRM DIVISION P.O. BOX E8870 • 18500 SOUfHCENTER PARKWAY • TUKWIU, WASK 98184 MIRCNAs[ PNONE • MOBI E•848M ORDER CUfTOMRR "0340 -00 -�. . own ♦7 � 73 ... pv wirsl co- � pRMT MO D °91 w -, TP - „F.. A L__ YA ?r,34-4----------- E �EM NVR.LII gk.ASITrrY _—.-- _V IN T:pB4cwlvrLoH ._,� uw�r•� A_hc •�r M MC COLD MIX TONS STANDARD BUR . TONS SCNOOL MI% TONS THEM MI% 1 TONB SMET TOP MIX TONS STATE SPECIPIGTION TOES ASPHALT TREATED MBE ---—u GALL EMULSR)N ..` GAU. 85100 ASPHALT i -- '. X 39529 ,�POR AI:.UBTMENT MU-/T sR ACG P}MILD BY TNIE TICNCT. Tv.. CUSTOMER COPY I� .