HomeMy WebLinkAboutWTR2700395(1) N 3RD STREET FROM SUNSET BLVD. N Iz- W-395-3
I.
f
r_
R C[TY OF RENTON
IN
BID PROPOSAL AND SPECIFICATIONS
WATER PROJECT #395
WATER MAIN AND PRESSURE REDUCING
lj
{
STATIQi INSTALLATION
lei FOR
N. 3rd STREET
i
i
i
The furnishing and installing of a 16" Ductile Iron Water Main, a 12"
pressure reducing station, and a 76" Ductile Iron Water Main in
N. 3rd street froo Mouser Way N. to Mt. Olivet Tank.
41
Warren C. Grnnaeon, V.S.
Public Works Director
AWARDED Contract IVo.1:AG_�r�Z15�
T()_FRANK Ctlufc /o
-)AlsTgueTmN rn.
UTILITY ENGINEERING
WATERMAIN INSTALLATION
FOR
N 389 ST
BETWEEN
HOUSER WAY N. 81 MT. OLIVET RES.
( W - 395 )
r ITY OF nfNTON
PUBLIC WORKS DEPARTMENT
MUNICIPAL WILDING, 200 MILL AVE S
RENTON, WAS" 9/033 • 12061235 2 I
BEGINNING
OF FILE
FILE TITLE (A ) - 3 q 5 (3 )
From Junge+ -
E ?"Op - 1 ugh '�Pre.SSurc. �nd . Sus-4�
� 1
f lr
ATTACfiiCHT III
-------------
Contractor, Subcontractor, Supplier
The City', Affirmative Action Program extends to all those doing
business with (h,. City regardless of source of funds. Each supplier
or contractor haulm; 2S or more employees and/or contract: in excess
of $10,000 in required in: (1) Become familiar with the City's
Affirmative Action Program. (2) Certify that
Affir they have their own
S: Affirmative they Program; (3) i'rovide a record of intent to
comply by completing the affidavit. The affidavit and a copy of tnC
firm's .lffirmative Action Program may be. provided once each year or
With a specific contract. A acord is kept of each firm's response,
and oresont and past peri,.rnance. An investigation into the past
pc'rfnn ance is also made at tilt, initial submittal. City records are
E then reviewed yearly. Finns guilty of ton-compliance are removed
from tilt, eligibility list, taotified of this action and causing deficiency,
and re-instated when satisfactorily demonstrated to E.O. Officer that
defiriencies have been corrected.
0 ' Gmq.liance is determined by a check of previous performance and
a on-the-.job inspection during the current contract.I
As fart of t!v requirwxurt that federally funded contracts for
ux,re than 10,000 are subject to the Executive Order 1124ti of September
24, as 198,
City of,Renton"shall includcl,'tineitsdcontractsnwi htgcneralr Oc ,)bez �and8subthe
®o contractors, the following provisions:
"fairing the performance of this contract, the contractor agrees
as follows:
"(1) The contractor will not discriminate against any employee
ur applicant for employment: because of race, c.flor, religion,
sex, or natiotal origin. The contractor will take affirmative
action to ensure that applicants are employed, and that employees
are treated during employment, without regard to their race,
lcolor, religion, sex, or national origin. Such action shall
Include, but not be limited to the following: employment,
upgrading, demotion, or transfer; recruitment or advertising;
L voff or termination; rates of pay or other forms of compensation;
and selection for training, including apprenticeship. The con-
tractor agrees to post in conspicuous places, available to
employees and applicants or employment
by 11M1 'PA setting forth the provisions na nnftthis 7x nbe. provinaa 4J� ti, t i,.m
"(2) J x untractor will, in all solicit.atinns or advertisemer.ts
i f"r emPLiyees placed by or on behalf of the contractor, state x
` that all qualified applicants will receive consideration for
vmploymnt without regard to race, color, religion, sex, or
national origin, rt.
"(3) The contract.vr will ,end to each labor union or repre-
sentative of workers with which he has a collective `bargaining
j
i
II
r:
4' +~ Ar1AC1#CVr I
City of Renton Gruilb and Timetables
The City of Renton, under the established Affirmative Action � •1 Program, has set forth a goal of 3.5 minority employment
tiiretaLle span of Sugust 1, 19er a
72 through Decemberp311 .973 The
' 3.5ti minority employment is hx:sed upon an average permanent payroll
of approximately 315 employees. This percentage will be re-evaluated„ in duly of each year. '
iThe nerc_ntage goal is accomplished in the following manner: The
'• residency of all permanent City employees is plotted on a regional
map. The area containing 8d„ permanent force is analyzed using existing
enesus and Renton School District data to determine the number and
cztegories of minurities living in this area.
Initia3ly all the total minority population was determined at r
t t 311y';. This percentage is then applied to the City permanent work :�•:
,., force and "reels f-,r future mitrtrity employment is set accordingly. M'
Additionally, a comparative study is also made with other municipals-
ties within the. greater Puget Sound area to establish validity of an equitable percentage goal..
In the event that the City minority work force is less than the
fi area percentage, a one year period is establis'ed as the time in
Ll
w which the City will correct the deficiency utilizing rrasures described
in the City's Affirmative Action Irovram.
to
dTTACIPIENT II
44 City's programs for Achievement of Goelh
the
fhe City oi' Renton has set forth a policy that ! lwc .ill make
ne•ce+sary notification regarding position oPenin-,s on the permanent
- .slaff thr mgir Imrhlic advertisement in the Greater Renton News and
the Record Chronicle for two weeks prior to interview closure. - `
" open positions are also registered with the Washington State rmployment
zecurity, University of Washington, Seattle ibaiversity. King Goanty
Public Employnunt Program, City of Seattle personnel •iTice, and
other m nleiiw+litivs as appropriate. All advertisvmiz contain the
words "The City ,I• Renton is an equal opportunity employer" and indi-
cate that minority applicants are sought. In addition, the following
agencies that ..vrvive a high concentration of mirrorit employment are
notified of each position opportunity: Asian Employment. Indian
r •irrair.,, MATT Center, S.O.I.C., Veteran's Administration, The facts,
and Active Mexicans Development Center. The City employment applic„-
tion i•nna 6a., also been revised to reflect the equal opis,rtuuity
empL,%�mvnt m.ntimcnt .
All those in a i>"sition to hire, fire or transfer City employees
have been instructed to use nondiscrimination in their ,judgment of
-• personnel. All decisions relating to management-employee 111lationships
will be reviewed by the City's E.O. Office for possible abuse of the
at
City's fair Practices Policy and Affirmative Action program.
we have totally re-evaluated our joh descriitions within the City
to insure that qualifications are realistic--that Inesition criteria
L reflects skill 1.•vel and physical capabilities required for 1,urformance
of task and not a reflection of prevailing laho, market. Those
positions for which physically handicapped are suited are identified
• and priority consideration will lit given to tiu.se individuals. .
e
e
"• 1
4. Availability of minorities and females having requisite
>kills and experience in the labor area.
S. The extent of unemployment among the minority and
rT female unemployed work force within the area.
B. Perform an analysis of the City's labor force by job
mtegory to determine the placement of minorities and females at
all levels of responsibility.
' 1. The number of employees by job classification for
fl each department in the city.
7. The availability of promotable minority and female t
employees within the City's offices and divisions.
1. The number and job classification of employees, by
department, who will be retiring within the next five years.
This list is to include the tentative date of retirement for
each employee.
' 4. The anticipated turnover of employees due to their
r inability to perform adequately, by job classification per
department, and possible date for action.
j C. Establish coals and a timetable for the correction of
deficiencies identified. These goals and timetables are an
essential part of the Citv's Affirmative Action Program and will
be na intained and updated on at least an annual basis. Although
the primary concern of these goals is -verall minority and female
employment, thev shall also include minority and female under- 1 .
utilization within specific job levels: management, professional, t
technical, office and clerical, and skilled poiit.ons. i
N The goals and timetables established as a result of the above i
analysis shall be reasonably attainutle and shall appear as
Attachment 1 within 60 drys after finalization of this document.
Tne Equal Opportunity Officer shall lie responsible for establish- {
ing these goals.
Specific programs which the City of Renton Proposes to undertake
a to facilitate tte achievement of the set goals shall appear as
ryJ■ Attachment 3 also within 60 days after approval hereof. These
programs shall also be established by the Equa' Opportunity
Officer.
�4
1
4
t�
Furnish information as required, maintaining an 1
aftirmative action file detailing its efforts, with dates,
to meet its commitments under Executive Order 11246.
All data and documentation gererated as a result of this
Affirmative Action Proqrsm 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 depends larlel,
on the attitude of the community as well as the employee. Opinion
_. as to what Per -_totes fair and equal opportunity and treatment
may vary wide. .and grievances may result. The following steps
shall be taken immediately for any grievan-e arising from the
f, imolementation of this orogram so as to maintain the best possible
employee-supervisor and city-community relationships:
A. The employee shall bring her/his grievance to the atten-
tion of ne c;hie immediate supervisor or department head, who will
investigate as necessary to Jetermine the cause of the complaint
and work with the employee to effect an equitable solution. Every
effort shall be made to resolve the difficulty at this level.
B. At the option of either party, the services of the Equal
Opoortunit, Officer may be requested. The Equal Opportunity Officer
shall intervie,, both parties, conduct additional investigation as
necessary, and recommend appropriate corrective action and settle-
ment conditions.
C. In the event that mutual agreement cannot be achieved -
and binding resolution is required by the city administration,
signed statements detailing the grievance and specific investiga-
tive action shall he obtained by the Equal Opportunity Officer
from the employee and his supervisor. The Equal Opportunity
a Officer may draw upon all resources at his disposal both internally
and those external to the City to arrive at recommended corrective
action and settlement conditions. The Equal Opportunity Officer }
,A' shall forward tnese statements along with his own investigation
report and recommendations to the Mayor's Office for resolution.
D. The Mayor may elect as deemed necessary and as circum-
"; stances so dictate to refer the grievance to a special arbitration
I committee. (This committee shall be se.ectad from amonq City
ernloyees and consist of an equal number of management and staff
personnel.) The Equal Opportunity Officer and those directly
involved in the grievance shall not be voting members of this
comrittee. Proceedings of the committee shall be documented and
their decision shall be final and binding subject to review only
by the State Human Right, Commission or through the judicial
J x•stem. All reports, decisions, and other documentation generated
by the grievance procedure shall be maintained by the Equal
Opportunity Officer as a matter of permanent record.
u
VI. GUIDELINES FOR HINOP.ITY AND FEMALE EMPWYMENT II
-'' Fair Practice- and equal opportunity within City government cannot
be fully rea, zed until an equitable representation of women and
1 ethnic minorities currently in ire nenton area work force are
z reflected in the City'■ emnloy.
i
To determine the area and City work force profile, the City of i
Renton shall undertake the action outlined in Section A and B
below. As inequities are identified, corrective measures will be
initiated As established in Section C.
A. Determine the minority and female profile within the
Renton emplovment area in which the majority of current employees
reside.
1. Number of minorities pt. ethnic group in this area.
2. Generalized location of each minority group (i.e.
any significant concentration within the area) ,
t.� 3. Percentage of minority and female work force ae
J compared to total wnik f-roe for the entire area.
The hiring of minorities and women on a fair and equitable basis
._ is only the first step in affirdinq equal employment opportunity.
Skill development, promotions, and equal nondiscriminatory on-the-
job treatment are of equal importance to both the individual and k.
to the City. The following ectiona shall be undertaken to achieve
employee job satisfaction and fair treatment and to more success-
CW fully utilize women and minority persons in our work force.
A. Assure that there shall be no discrimination for reason
cf race, color, creed, sex, age, or physical handicaps with regard
-- to upgrading, promotions, transfer and demotion, lay off and
termination of employees. Any action which might adversely
affect minorities or women will be brought to the attention of
r+ the Equal Opportunity Officer. Employee grievances arising from
such action shall receive immediate attention in accordance with
Section VI.
■
B. Develop a skill inventory for employees which can be g�
used to identify• supervisory and managerial level position .,'
notential. This shall be accomplished by:
+r
1. obtaining fro^i the employees a written statement
an to their desires, skills, and interest in highs, paid
positions.
2. Periodic review and anal,•& smployee development
progress and readiness to assume i positions.
3. Identif- soeci`.ic positions for which employee
qualifies, and assure that requests for interdepartmental
transfer$ and Promotions are considered without discrimination.
C. Actively encourage employees to increase their skills! and job potential through training and educational opportunities.
Of!er guidance and counseling in developing programs tailored t,
individual aptitude and desires, taking full advantage of programs
offered by the State Department of Employment security and Manpower
....� Development Programs.
-1 IV. LIAISON AND COORDINATION i-
A. Their exist man; pip anlzations vitally conretned with 1 17 equal opoortunit;• and fair treatment of minorities, women, and
the Physically hardicanped, and those that are over 45, whose
resources can be of valuable assistance to achieving the goals �!
of this program. The City of Renton through its Equal Opportunity
Officer shall maintain constant contact and coordinate various
aspects of the Afflrmative Action Program with these organizations.
In addition to those already identified with respect to recruiting,
hiring, and employee development, working relationships shall be
V maintained with the various civic, labor, and minority organizations
in the greater Renton area.
I
B. The City also recognizes its resnonsi bllities to comply �.
with and assure that equal opportunity and nondiscrimination policies ,. .
of State or Federal agencies with which it conducts b,siness are
carried out. Specifically, the City of Renton shall:
1. Be responsible for reporting to the appropriate
1 agencies ar,, complaints received from any employee of, or an
applicant for employment with any City of Renton contractor or
¢ubcontractor, subject to Executive Order 11246.
2. Cooperate in special compliance revi--we or in i.nvestr-
gations as requested.
3. Carry out Sanctions against a contractor(s) and/or
iubcontractor(s) as required.
6. Assure itself and the agency as part of the grant
application process, that the general or prime contractors will
not have submitted pre-nackaged bids that deny open bidding to
M minority or any other subcontractors.
'� 1
•,x1.".' v+A.,f'('u.�i4i'1�iu14�.�.�drWlia�ik�, .
fti1 E. Insure that all members of mar,agament within the City are
fully aware of e.nd in compliance wr th the intent of the Affirmative
Action Policy pertaining to equal employment opportunity.
T F. Provide continuing communication of the Atlirestive Action
Policy to management, employees, applicants for employment, and to
outside organizations performing services for the City.
II. EMPLOYMENT PRACTICES
The overall employment practices provide the key to assuring equal
employment 0000rtunrties and achieving an appropriate represents-
�+ tion in the City's work force. The Cit, of Renton shall undertake
the following actions to achieve these objectives:
A A. 'review all position qualifications and Sob descrictions
to insare req uiremrnt-s are relevant to the tasks to be performed.
Revise as necessary by deleting requirements not reasonably related
to tt.e tasks to be performed in order to facilitate hiring of ■
minorities and women who otherwise might not be considered.
B. Pay ar,c fringe benefits shall depend upon job resoonst-
bility and along wiz, overtime work be admii.tstered on a
rondircr:minatory basis.
C. Inform and provide qui.dance to those staff and management
personnel who make hiring decisions that apo-ications for all
positions, including those of minorities and women, are to be
considered without discrimination. And that all anplicants shall
be given equal onportunity regardless of race, creed, color national
o rrgin, sex, physical handicaps, or age. Pr,mary consideration shall
be Given minorities, women, and other definable qroups at any time the
Cit 's work force does not fairly reflect the membershir of these
-7 croups residing within the Renton emplo'ment area.
1 D. Provide periodic training for managers and supervisors
in equal opportunity objectives, making use of such Programs
.� as currently offered by the Int A rgovernmental Personnel Program
(, Division of the U. S. Civil Service Commission and other agencies.
E. Provide orientation for all new emoloyees specifically
emohasizrnq how the City of Renton assures equal onportunity and the
^y sianificance of the Affirmative Action Program. Encourage all
JI emoloyees and specifically minorities to avail themselves of
services rendered.
.� F. Recruitinq shall be accomplished in such a manner as to
^form 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-
errption of each position shall be:
1. Advertised in the various Renton area ethnic news
media.
]. Circulated to current staff and encourage present
•1 employees to refer minority applicants.
3. Forwarded to schools in the Renton area with
minority students.
1. Distributed to minority and human relations organiza-
tions in the Renton area requesting referral of qualified
minority applicants. An up-do-date listing of these organiza-
tions and their spokesmen shall be maintained by the EEO
Officer and the City Personnel Director. These organizations
would be identified as, but not be limited to, the Urban
League, Equal Opportunity Center, Neida, Kinetachooi, Etc.
All amployment notification shall include the "Equal
Opoor"_unit^ Employer" statement and date of publication
shall be at least five days prior to cut-off data for
receiving applications-
G. Programs such as apprentice, summer and part-time trainees,
intern, and other supplamentsry hiring programs shall be considered
in the same manner is lull-time City positions and be subject to the
provisions of the fqual opportunity and Affi rmatrve Action Programs.
1
r
,dgy.a
r
a a
AFFIRMATIVE ACTION PROGRAM
City ,f Renton
The Policy of the City of Penton Is to promote and afford
equal treatment and service to all citizens and assure equal �a
employment opportu,._•_v based on ability and fitness, to all
persons regardless of race, creed, color, national origin, sex,
physical handicaps, r age. In recognition of its obligation to
provide community leadership to overcome past circumstances which
have either barred, not encouraged, or discouraged representative
minority and female employment, the City of Renton han initiated
f a program of affirmative action designed to assure that the spirit
and intent of this policy is realized.
1 The term minority as used herein shall include, but not be
limited to, those identified as Blacks, Spanish-Americans, Asians,
and American Indians. The spirit of the equal opportunity policy
includes soch Persons as the phvsically handicapped, and those
over age of 45, even though the emphasis is upon minorities
and les.
s/ the ourposes of the Affirmative Action Program are to: " " • -
1) establish employment practices that will lead to and maintain
a iinnrity oompoettion of the Citv of Renton work force that
reflects that of the Greater Penton community; 2) achieve and
maintain equitable and full utilization of minority and female
employees at all position levels; 3) promote an atmosphere of
1 non-discrimination and fair treatment within city government;
�•4f1 4) Provide compliance with State and Federal eq',.al opportunity
requirements and regulation: .
.S This policy shall be made known to all employees, contractor.a,
Ji subcontractors, and suppliers through distribution of handbooks,
bulletins, letters, and personal contacts, conferences and orien-
tation sessions. Signed arknowledomer,ts pledging cooperation s..all
be required of all department heads and supervisory personnel in
the City of Renton and, where appropriate, of all contractors,
subcontractors, and suppliers engaged in City-administered projects.
Such contractors, subcontractors, and suppliers to whom this policy
shall 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 are carried out, an Equal Opportunity
officer shall be appointed or designated by the Mayor. The Officer
J shall be the focal Point for the City's equal opportunity efforts
and will advise and assist staff and management Personnel in all
matters relating to implementation o' and compliance with the
• Affirmative Action Plan, and be responsible for the successful
execution of this program, utilizing the assistance of appropriate
State and community agencies and organi'.ations and maintain close
liaison with the Mayor and City Council on the progress of the
Program. The Equal hnportuntty Officer will have the respr.nsibility
to:
j A. Initiate, coordinate, and e-raluate the City's plans and
Wj orograms which are designed to ensure that all current and p'os-
Dective employees receive the benefits of equal employment
opportunities.
B. Evaluate the Equal Employment Opportunity Plans and
Programs of the City to ensure compliance with the Affirmative
Action Policy.
C. Coordinate the attention given to Equal Employment
Opportunity throughout the City.
J D. Periodically audit the practices of the City and recommend
imor.,vements in the Affirmative Action Policy to the Mayor's office.
\ A
fJ.
`A ,
� iiP AI;•
SUMMARY OF
Z PAIR PAACTICE! POLICY
OF THE CITY Cr MANTON
ADOPTED Or RESOLUTION No. 1E05
R►tf
Tho policy of the City of Renton is to promote And afford egad treatment
A" service to All citisene and assure equal employment opportunity based
on ability and fitness to all persons regardless of rate, tread, color,
national origin, see, Physical handicaps or age. This policy shall apply
to every aspect of emPlogssnt practices, employee treatment and public
contrsct
I keeping with this principle the fClJowinq guidelines are established
ann d a.hAll be the governing policy fur all departments of the City of ,
Renton.
1. EMPLOYMENT - Recruiting, hiring and appointment practices shalt be
conducted solely on the basis of ability and fitness without regard to
race, color, creed, national orlgln, SOX, physical handicap or age.
2. PROMOTION - Promotion, downgrading, layoff, discharge and inter-
departmental transfer shall be dependent on individual performance and
work force needs without regard to race, color, creed, national origin,
SOX, physical handicap or age, and, whenever applicable, in Agreement
with Washington State Council Of County and City Enployea,, and In com-
,� pllance with governing Civil Service Laws And Regulations.
I. TRAINING - All on-the-Job training and city-supported educational
opportunities shall be Administered without discrimination co encourage
the fullest development of individual Interests and aptitudes.
$. SERVICE AND EmpearEE CONDUCT - The City shall deal fairly and equit-
ably with all citizens it serves and All persons it employs. City depart-
ments shall maintain the policy that no city facility shalt be used in the
to rtherance of any discriminatory practice. Each official and emu -.yea
shall he responsible to carry out the intent and provisions of this policy.
5. COOPERATION wzrm HUMAN RIGHTS ORGANIZATIONS - The City $hall coopsr-
1 ate to the fullest extent possible with All organizatlons and commission,
concerned with fair practices and equei opportunity employment. Such
organizAtion, include, but are not limited to, the State Human Rights Com-
mission, the Seattle Human Right- Commission, Seattle Women,' Commission
Jand the Seattle Technical Adviso. y Committee On Aging.
6. AFFIRMATIVE ACTION PP06RAN - To facilitate equitable representation
within the city work force and assure equal employment opportunity of
J minorities and women .n City Government, an Affirmative Action Program
shall be initiated and maintained by the City of Fenton. It Shall be the
responsibility and duty of all City Officials and Department Heads to
carry out the policies, guidelines and corrective measures ae set forth
by Chi, program.
7. CONTRACTORS' OELZ6A71 ON - Contractors, subcontractor, and suppliers
conducting business with the City of Renton •hall affirm and subscribe to
the Fair Practices and Non-Discrimination pollciAs set forth therein.
e. PosrlxG Or POlrcr - Covi.s of this polity ,ball be distributed to
F all city employees, shad appear in all operational documentations of the
i City, including bid calls, and shall be prominently displayed in all city
facilities.
CONCURRED rN by She City Council of the City of Banton, Washington Chi,
loth day of Julu lN72.
�a Clrf Or PROTON RENTON CITY COUNCIL
OF6,y Garrett, M" •yor E1r1 CiVmer CjZrncII Pro,.
ATTES
P L1 .
Pro Tea
7
Nel• • IALon, C I ty CJ eiTt-, /
}
.. CITY OF RENTON
t-�ENERAL INDEX AND TABLE OF CONTENTS
TO
., CONTRACT DOCUMM"s
Scope
Call for Bids
Vicinity Maps
Instruction to Bidders
General Index and Table of Contents
Summary of Fair Practices
"Certification by Proposed Contractor, Subcontractor, and Supplier
Regarding Equal Employment opportunity
'Certification of Bidders Affirmative Action Plan
+ *Certification of Equal Employment Opportunity Report
•Non-Collusion Affidavit
*Minimum wage Affidavit
'Bid Bond Form
Special Provisions Table of Contents
Special Provisions
Technical Provisions Table of Contents
' Technical Provisions
Railroad Permit i Agreemant
State Hiqhway Permit
Standard Detail for General Blocking
Standard Detail for 1" Bypass Assembly
Bond to City of Renton
-Proposal roam
• *Schedule of Prices forma
Agreement
Construction Plans
•
•
" These Ibcuxmnts Must Be Exacuted Prior to submittal of Bid
J
Y
d.
6
INSTRUCTIONS TG BIDDERS
r
m
I. Sealed bids for this proposal will be received by the City of Renton at
the office of the Renton City Clerk, Renton City Hall, until 200 o'clock
P.M. , Thursday, Decamber 2C, 1973.
At this time the bids will be publicly opened and read, after which the
bids will be considered and the award made as early as practicable.
s
No proposal may be changed or withdrawn after the time iet for receiving
{ bids. Proposals shall be submitted on the forma attached hereto.
2. The work to be done is shown on the plans. quantities are understood to
a be only approximate. Final payment will be based on field measurement
of actual quantities and at the unit price bid. The City reserves the
right to add or to eliminate portions of that work as deemed necessary.
3. Plans may be examined and copies obtained at the Public works Director's
Office. Bidders shall satisfy themselves as to the local conditions by
inspection of the site.
4. The bid price for any item must include the performance of all work
necessary for completion of that item as described in the specifications.
5. The bid price shall be stated in terms of the units indicated and as
to a total aaaunt. 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
informalitise if it is desmed advantageous to the City to do so.
7. A certified check or satisfactory bid bond made payable without res-
ervation to the DIRECTOR OF FINAMANCE OF CITY OF RENTON in an amount
not less than 5e of the total asaunt bid shall accompany each bid
proposal. Checks will be returned to unsuccessful bidders immediately
following decision as to award of contract. The check of the success-
ful bidder will be returned provided he enters into a contract and
.4 furnishes a satisfactory performance bond covering the full amount
of the work within ten days after receipt of notice of intention to
award contract. should he fail, or refuse to do so, the check shall be
J forfeited to the City of Renton as liquidated da. ige for such failure.
B. All bids must be self-explanatory. No opportunity will be offered
for oral explanation excel+t sa the city may request further informa-
tion on particular points.
9. The bidder shall, upon request, furnish information to the City as to
-'a his financial and practical ability to satisfactorily perform the
cork.
10, Payment for this work will be made in Cash Warrants.
w
r
1
i
INSTRDCTIC149 TO BZDDE.LS
Sealed bide for this proposal will be received by the City of Renton at
i the office of the Renton City Clerk, Renton Ci.y Hall, until 200 o'clock
P.N. , Thursday, December 20, 1973.
At this time the bids will be publicly opened and read, after which the
bids will be considered and the award made as early as practicable.
• i
No proposal may be changed or withdrawn after the time not for re-eiving
bids. Proposals shall be submitted on the font' attached hereto.
2. The work to be done is shown on the plans. Quantities are understood to
be only appLoximate. Final payment will be based on field measurement
of actual quantities and at the unit price bid. The City reserves the
right to add or to eliminate portions of that work as deemed necessary.
3. Plane may be examined and copies obtained at the Public Works Director's
Office. Eiddors shall satisfy themselves as to the local conditions by
inspection of the site.
0. The bid price for any item must include the performance of all work
necessary for completion of Vat item as described in the specifications.
i, 5. The bid price shall be stated in terms of the units indicated and as
to a total amount. In the event of errors, the unit price bid will
1 govern. Illegible figures will invalidate the bid. .
6. The right is reserved to reject any and/or all bids and to waive •'}++T3
informalities if it is deemed advantageous to the City to 30 no.
7. A certified check or satisfactory bid bond made payable without res-
ervation to the DIRECTOR OF FINANANCF. OF CITY 0 PENTON in an amount
J not less than 5e of the total eeount bid shall accompany each bid
proposal. Checks will be returned to unsuccessful bidders immediately
following decision as to award of contract. The check of the success-
ful bidder will be returned provided he enters into a contract and
s furnishes a satisfactory performance bond covering the full amount
of the work within ten days after receipt of notice of intention to
sward contract. Should he fail, or refuse to do so, the check shall be
forfeited to the City of Rarton as liquidated damage for such failure.
S. All bids mint be self-explanatory. No opportunity will be offera4
for oral .. . .anition except as the City may request further informa-
tion on puticular points.
9. The bidder shall, upon request, furnish infonaation to the City as to
his financial and practical ability to satisfactorily perform the
worK.
1
J 10. Payment for this work will be made in Cash Warrants.
.w
J
1
}
F
�1 w:rs +ryaM!,
f
.�.. a �.._ ;�iL L.a 3... �I�CI.TFit:�" CA7i` :�.'rT r p- a � •I I\. 'v �/
FOUNDRY CO
JL
\\ r
Z h \ ,
N. �o IONS
J� 4 t A A I
U� fr.oRa, PROJECT SITE
SCALE I • 400
1 �
• \
• ,
zLu
-
i CITY OF RE NTON z
Q
W - 395 f// $v# \ a - •1 nar��,�cr!
VICINITY MAP
cE.++ErEaY l
a� a.�~ '.c Nac,• ,•t, ... n MIL— ` �, f • ! _ .. �,i �, /
racy____.__.____.__ _ ,..•._ �__w .._
.
�w
y
•la l
u
CALL FOR BIDS '
"m Sealed bids will be received until 2:00 o'clock, Thursday, December 20, 1473
at the office of the City Clerk and publicly read aloud at 2:O0 o'clock p.m.,
11
sane day, in the Fourth Floor Conference P.00m located at the Renton Municipal
building, 200 Mill Avenue South, for the furnishing and installation of {,
approximately 1300 l.f. of 16" Ductile Iron Water Main, 400 l.f. of 24" Ow-
tile Iron Water Main and a 11" Pressure Reducing Station in N. 3rd Street
`, from Houser Way N. to the Mt. Olivet Steel Tank.
Bid proposals delivered in person will be received only at the office of the
City Clerk in the Renton Municipal Building.
r
` Bids received after the time fixed for opening will not be considered.
y Plans and specifications may be obtained from the office of the Public Works ,
Director upon receipt of a deposit of $10.00 for each set. The deposit will
be forfeited, unless Plans and Specifications are returned in good condition
thirty (30) days after date of bid opening.
1
A certified check or bid bond in the amount cf five (5) percent of the total
amount of the bid must accompany each bid.
Washington State Sales Tax shall be a separate bid item.
,may The City reserves the right to :'eject any and/or all bids and to waive any
and/or all informalities in bidding.
The City of Renton hereby notifies all bidders that minority business enter-
prises will be afforded full opportunity to submit bids in response to this
invitation and will not be discriminated against on the grounds of race,
color, or national origin in consideration for an award.
Bids will be considered invalid ii t,e required "Certification of Bidder's
Affirmative Action Plan" has not been axe, uted.
The policy of the City of Renton is tc promote and afford equal treatment and
Service, to all citizens and assure equal employment opportunity based on
ability and fitness to all persons regardless of race, creed, color, national
origin, sex, physical handicaps or age. This policy shall apply to every
.t aspect of employment practices, cmplov�e treatment and rW,lie contact.
i
ow ores A. Mead, ' ty C.� e iTc
Data of let Publication: Wednesday, December 5, 1973 }
1
Date of 2nd Publication: Wednesday, December 12, 1973 k
Published in the Daily Journal o. Commerce: Friday, December 7, 1973
A j
Friday, December 14, 1973
I
7 �
i
sav`'ti, f
a.y5
s�
h iffy
J
Yore ,T
1
• t
- w +
n4
�y� CERTIFICATE CIF I2SSLJRANCE
effect on date of thn certificate, aeengoo by
STD gZAEY T. SCOTT & CO., INC.
;&Bird momtlais AVO. E. 00ALU., yeilUt3
This is to certify that the ;,:,.,ranoa described below, has been ,-ranged for the Insured designated in lfrie
certificate. Aly requirements o I•rovisio.ts in any contract or agreement between the Inured and any other i.
person, firm or corporer'm will not be construed as enlargirsg, altering or emending the definition of insured or
say other terms or Cana lions of this certificate or the insurance deugnefed.Surh insurance,"led to the limits
of liability. Covsregas, hetsrds, exclusions, provisions. conditions and other forms thereof, is in fdl fora Ord
effect is of the dale this certificate was issued.
Name •s -.cored FRANK COLUCCIO CONSTRUCTION COMPANY
Address of insured 9600 Empire Way So-th
S%gw, Washislgton 9811:
solo,I.Iw,' a.e1111,I.wv«a a —ales ter.A.rMONi.
H1 COMPANY __—_
1BOR INSURANCE E.teno,APRIL 1_L 1976 �, 113600
pn,aary Inwro— 400 000.
Oei,. t 500.000. _Each Non 3. SOOi000.. E.ch -'
I.wnr_!��ON INSURANCE COMPW ____._.r>p.r«AP&IL ly 1976_rol. N,__
77Zg6
5001OWI------A99MV%
t 5001000 E h / fl 000s000. .rh 0o:ior ,ce :.I2_000�000' a------
sso +i.n walv4 ta HARBOR INSURANCE COMPANY • /d. No APRIL 1 1976 113600 -
v,im.rr Inay. HARBOR ��_, '
5' 000. Ea<h pa wn t_300-700.__6<6 Occwr.nca
°n t tracrmaNPP cnNpaxy Ew;ra APRTL 1 1976 Id, Ne_M 77266
6u» Insur« "z
Um;h t Nipip reap .Each p.a.n 1. SOO.00n0, E.ch Occ.mnca
Tobl t_-5+ ..�----fe F Pilo.. '1 000 OOY F 'h O<curnnu
naa.wy:..via u.wity I.wr.«a-Cit"t ts..,x.,...aw ,►ARIL 1 l976 a 113600
p.;inr, "InsYr.r—N&W—M E COMP INY ry,� 6pns al. No
Go !, )�aar..uf�0flx--E.ch Occ Y.nnc. f.�00+—`^�1'�—.--- �99�H»
APRIL 1, 1976 nu M 77266
6«„ ImY.ar MISSION INSURANCE C ANY 000. . Il
l.m;b t NTT. p.ch 0...mnu t---.a 000, W�t� ,
Tm.� 3 500.00Q, h O A.0100,000._._.____ -aneab
n.e.m o.w.u.ene,so.,.«.—A,.M.0w• E * APRIL 1. 1976 pd Ne 123600
—
LT;ts t 500 OOO• _E.Ch Q,c
Esau I..Yr« �_—four•• -- Pal. till ,
U.it, Each Occumnc.
Tcfd "--'�0. Each Occur..
In accordance with the above. the insurance covers the Operations and locatioYn, .�ascribed as followws intc�l,uediing
corNrectud liabnity coverage with respect to any conirect cr�aTeameCt eh COnet rUCClrmb6n tMeS11fli1TOBd
clusions conditions and other provisions of the insurance. P
Right-of-Way in connection with Wateruain Installation for N. 3rd Street between
Holly Way N. and Mt. Olivet Reservoir, Project W-395. i
At least ten f10)days prior written notice of canceilation or re
duccion of this
Insurance shall be given to the below named holder of this Certificate.
It is agreed that the City of Renton and Burlingto Northern, Inc.are named as
Additional Insureds only as respects the above described operations.
This certificate is not a policy on
does act afford any 'nswance coverage. This certif rate of insurance does
not in any way amend,extend,niter or vary the covers! . aft rded by the policy or Polices referred to herein.
Excant as specifically ltrovsded for in this certificate, the Insurers shall have all, c .;y to notify the party to
wb.. , this certificate is addressed as to any change in, or cancellation of the asorances and shall not be
responsible for any failure to do so.
-� -
Dete February 19, 1974 9TANLSiY T. 600TT b 00•, ZleO. '�
To City of Renton n
Public Works Dcpartmept
Address Municipal Building co •
By
lil 200 Mill Avenue South uRe
Rent
f
i
010
CERTIH'ICATFi: Ob' ZIJSTTRANCE
in effect o, date of this certificate, arranged by
[Ad
T. i3COTT & CO., =10.
881sa Mas"Lle." Aver. ID. baaLila,We,ehlnatrin 9ED101 ais to pr8fy 'chat fho insurance described below has been a:-anged for the Insured designated in this
af&. Any tTsa hoo toots or provision, in any contract or agreement between the Insured and a" other
, f{rn. or eorpwation will not be construed as enlarging, @"w;ng or amending the definition of learned or
ther forms or conditions of this certificate or the insurance designated.Such insurance,sublect to the limits
bility, coverages. hemrds, aulusions, provisions, conditions nnL other terms thereof, is in full force end
as of thu dafa this certificate was issued.
of insures FRANK COs.dCC10 CONSTRUCTION COMPANY
oss of insured 9g6p0g0� Empire Way SouthInl.q WNMy bw..c.—aM.r TM.MTo�l141e, Washington 98118
,m„y ,,,,,.r—NAanuIUSU ANCNCPrnmpAyy .Epir�L�ieTT 1T_ lo]6rd. N.__UJ6QQm.h {-.11111. ADO.r-----Each Paw. f300,^^^ Esd Occw«rco $'Ann..nOn._...: Imlh :I ; _'QCQ00. E h Psrw {'lMy (N1D c h 0 1.1,"WMJNV Iwr.w—A.M...ee.im..y _ 4&L INSUR.fNCE COIff•ANY E,pAYE1Z 1. 1976Pd. N. 113600mits f lOO.000. __E.ch parson E 3s'IOy000. E«A Occun.nc. 4
E.cw iii.~ _Esser.• —N. tls
Linn" E— ----Each q.rw. i Each Occvmm
Toot ; 100,F000. _ .._F,ch p.non [300s 000. _Furl.Occerr.i.n
are..r"a.."a.eltl"I....c.—1-0.Th.,AatwNM _
P,I. In,u,« n/,/N/��ra��RNOR LNCtsstaNGE �Q [(v� /Y�(�(� E.P;,a,_APRYL 1. 1976w,, N. 1.13600
Limi" 1.�Sl,i`nf)- Loch 0.....MN J_N,9QQ —A99r.901.
6cu, No
Lmiu ;_.__Each Occvmsncs f— a99"rs
T.W f Occwr .ca f— a-0�• __.._..Jlam.a.M
ft a oy D.W.U.Wy 1wow c.—Awft.oblM
HARBOR 114SURANCE COMPANY APRIL 1 1976 113600
/rfn..ry Inwrar__ __.Eaµr.�_._ __Pair Na
Umih { 50,000. h.ch OccwruMe e
_____Poi. Nu
limits ;— -Each Occun.r.:.
Ural uO•R0• —Each 0" .-....
In accordance with the above, the insurance owets the opare4ors and locations descrlbad as follow, including
contra-.tuai hability coverage with to. ect to any contract of "teemenl whop in writing sub'aecc�t to II the ox-
clusfons, conaitions and other p,,.bic is of the insurance. As respects Wa ermain Ino allat�on for t
N. 3rd Street between Holly Way v. and Mt. Olivet Reservoir- Project No. W-395,
except construction en the Railroad Right-of—Way.
At lesser tan (10) dais prior written notice cf canellatfon or reduction of this
Insurance shall be given to the below named holder of this Certificate.
It is agreed that the City of Renton is named as an Addit onal Insured as respects
the above deseibed arations.
This certificate is not a policy and does not afford any insurance coverage. This certificate of insurorxe does
not in any way amend, extend, altor or vanr the coverage afforded by the policy or polioec referred to herein.
Except es spvcificully provided fur in this certificate, the Insurers steal' have no duty to notify the forty to
whom this certificate is addressed as to any change in, or cancellation of the insurances and shall not be
respun.:ible for any failure to do so. s,+.
19 February , 1974 ±
Date ®TANLIDY T. 6CG'iT r 00.. ZtaO
To City o: Renton
Public Works Department
Adds, Municipal Building
Ili ay
200 Mill Avenue South
Renton Washington 98f1c5
t
i
Yrs}
NEG, CONTRACT^R:GWRAL !'•
CnLL)CCAR,FRANV CU"ST f0
9AOO rMo1RE NAY S"
SFAYTIE MA 9011s
¢coot r Mutsu uonl..rOwlOa
�Zj: ^1 AyAO t ' Ot` 7M
1, 1109173 r.. 1 !� :. .. •-J 31#6
•
ly l:l $28.00 11:I,Jf ✓t r r 1• L! /� 4�. jf +4>�
!• I !If u_•,I,t. '..1 It 1 ` . i.. 1 .. •1 .n.l, ,... L1. :nr• �.. C-
prl,liib Ill.
FRANK COLUCCIG {.
fkANK COLt)CC1U COf>$T, CO. INC.
r' 7778 $EMAkj PANK AVE.gUUTN 4
SEATTLE, %A. 96118
ri
• 4
t '
CERTIFIED COPY OF CORPO!tATB RESOLUTION
OF '
I
FRANK COLUCCIO CONSTRUCTION COMPANY
I, J. N. COLUCCIO, do hereby certify that I am the
Secretary of Frank Coluccio Construction Company, a Washington
corporation, and that at a meeting of the 3oard of Directors,
1
duly held in accordance with the Articles of Incorporation
and Bylaws of said corporation and at whici, meeting a quorum
was present and acting throughout, the following resolution
was unanimously adopted by the corporation, to-wit:
"RESOLVED: That Frank Colu^cio, the President;
Vincent Coluccio Vice President; J. N. Coluccio,
the Secretary; aid Vincen, Minice, Assistant
Secretary, or any of them, be and they a_^
each hereby authorized to make , execute and
deliver on behalf of this corporation any and
all documents, papers, contracts and instru-
ments of every nature whatsoever that they,
or any of them, may consider necessary or
a propriate in connection with the affairs of
this corporation, including, but without limi-
tation by reason of specification, the signing
of contracts, bonds, and other assurances,
I further certify that said resolution has not in any way been
amended or revolted.
DATED at Seattle , t;, hii,;cun , this; day of
(alaz-- 197,;, i
ti 4
r'
n
d
MINIMiN MADE AFFIMT RAN
City of Renton ■
i
COWITT OF
,r
• !, the undersigned, having been duly sworn, drpcsed, say and certify
that in connection with the performance of the work of this project,
I will pay each classification of laborer, workawn, or mochanic
employed in the performance of such work. not less than the pvrwil-
s ing rate of wage or not less than the minfmum rate of wages as sp,ci-
fied in the principal contract; that I have read the above and fore-
going statement and certificate, know the contents thereof and the
substance as set forth therein Is true to M knoWedge and belief.
� -
R Subscrtb,rd and sworn to before me on this , '
_ �^�, '! day of A <�r� Y
r /
/rotary Public 11k,5110 for the birt—eO
Washington
Residing t
!
4'
1 '
r �
3 .
t
rA:fi+�Y4-ug.
r
I NON-COLLUSION AFFIDAVIT
y 1
STATE OF NASNINGTON { SS
/ f
COUNTY OFF ,..�
VINE;[N1 QAUWD.Yru P10-
1
betn+g duly swor*h, deposes and says, that he is the identical pers+:'t
who subhvitteI the foregoing proposal or bid, an,' that such bid is
9"uine and not sham or collusive or made in the interest Or On be-
not therein
i and further. that thk. tt
f of anypeersoi d any ahBdder on the fore-
has not ndKesnlcite
going work or equipment to put in a shah, bid, or any of er person or
corporation to refrain fro,% bidding, and that depme,it has that in
peeroany advv antagge
person e over othertBidder or Bisecure tohdders�f Or to any Other
SIGN HERE:
Subscribed and sworn he•ore me this �'t l4, _day of _.
s � r
c n or e a
_residing at
therein.
r
♦ 1
k ;. a ,
ei
gi
3_
4. The foregoing paragraphs "a" through "p" of Coals and Time Tahle are
set forth as Contractor's general Affirmattve Action Program and with
reference to the within project will be followed to the full extent
relevant to such project.
I FRANK COT,UCCIO CONSTRUC[TON CO., INC.
i
• j t
President.
Ib
v
w
t'
N
-2-
c, Contractor will promptly notify _ EEO Agency
when the union or unions with whom it has a collective bargaining agreement
has not referred to Contractor a minority worker sent by the Contractor,
or when Contractor has other information that the union referral process has
impeded him in his efforts to meet his goals.
.t
d. Contractor will participate in training programs in the area, especially _
those funded by the Department of Labor.
,w t
e. Contractor will disseminate his EEO policy within the company by
including it in at,y policy manual, by publicizing in company newspapers,
annual reports, etc. , by conducting staff, employee and union representa-
tive meetings to explain and discuss the policy, by posting of the policy,
• and by specific review of the policy with minority employees.
f. Contractor will disseminate his EEO policy externally by informing and
discussing it with all recruitment sources, by advertising in news media,
specifically including minority news media, and by notifying and discuss-
ing it with all subcontractors and suppliers.
g, contractor will nuke specific and constant personal written and oral
recruitment efforts directed at minority organizations, schools with
minority students, minority recruitment organizations and minority train- i
tnp, organizations within his recruitment area.
h. Contractor will make specific efforts to encourage present minority
employees to recruit their friends and relative$.
i. Contractor will validate all man speclficatio:ie, -lection requirements,
test$, atc.
• Contractor will make every effort to provide after-school, summer and
i
.;cation employment to minority youths.
k. Contractor shall develop on-tl,a-lob training opportunities and parti-
cipate and assist in any association or employer-group training programs
relevant to his employee needs consistant under -hese conditions.
•
1. Contractor will continually inventory and evaluate all minority
personnel for promot4in opportunities and encourage minority employees to
seek such opportunities.
M. Con`ractor t :'1 make sure that seniority pre-lice;, lob clasp.p,�aliens
• etc. , do not have a discriminatory effect.
n. Contractor will make certain that all facilities and company activities
are non-segregated.
• o. Cuntractor will Continually monitor all personnel activities to ensure
that his E£11 policy is being carried out.
p Contractor will solicit bids for subcontracts from available minority
c irculationoors f minogi r�icontr+ctor trades waasoctaces conditions hereof, including
•
A
i.
v •
Fronk Coluccio Constriction Company, Inc.
SEWER{, WATERhtAINf, UTILITIES y'
7778 SEWARD PARK AVENUE SOUTH
SEATTLE, WASHINGTON 98118
Phone PArkway 2.5306
ter.. •�... t +.....,...,�.. vas +"45,, ._:.
In re: Watermain Installation for
N. 3rd Street Dec. 20, 1973
City of Renton (W-395)
EQUAL EMPLOYMENT OPPORTUNITY
AFFIRMATIVE ACTION PROCRAM
The Frank Coluccio Construction Co., hereinafter known as 'The Contractor",
hereby agrees to this plan for affirmative action in meeting its equal employment
Opportunity obligation pursuant to lh•ecutive Order 11246 as emended, and Title
VI and Vll of the Civil Rights Act of 1964.
1. Fuel flmflmployment Opportunity Pol:
It is the policy of the Contreetor to assure that applicants are employed,
and tint employees are treated during employment, without regard to their
race, religion, sex, color or national origin. Such action shall include:
employment, upgrading, demotion or transfer, recruitment or recruitment
advertising, layoff or termination, rates of pay or other forme of compen-
sation, and selection for training, including apprenticeship, preapprentice-
s ship and/or on-the-job training. `
2, E ual loyment Opportunity Officer
as EEO officer. with
The Contractor designates Frank Coluccio, President, � ..
full authority to administer and promote an active program of equal employ- �.._
ment opportunity. -
s 3. Coal* and Time Table
"-he man tours as set out below sl.all be accomplished throughout all phases
of this pro1ecc- MinoriMa Percentage
Craft Ncmber Total Ma n
-nhours _ _
Operators 3 '120 50%
Plumbers 640 _ _
Teamster 1 320 320 33.3%
Laborers 3 960
a. Contractor will notify community orgsntzations when Contractor has
employment opportunities available and will maintain records of the
organisations' response.
b, rontractor will maintain a f a of names and addressee of each minority
worker referred to him and what action was taken sith respect. to each such
referred worker, and if the worker was not employed, the reasons therefor.
If such worker was not sent to the union hiring hall for referral or if
such worker %as not employed by Contractor, documentation of this will be
filed together with reasons therefor.
d
k
A
• CERTIFICATION OF PUPA , F.MPL(,IYMFNT OPPORT(MiTY REPORT ._
Cert'flcation with regard to the Parforexnee of Previous Cantract• or contracts subject subject to the Lqurl Opportunity Claasc slid the filing of Lsg41red
Laporte.
The bidder , proposed aubcontrsc .Jr __, herer,y certifies that x has
1 has not _.s part u
/cipated in a previos contra... or subcontract at+b,ect to the
equal opportunity use, ss required by ExecutIJd Orders 10925s 1111•• of 11246,
and that he has �, has ant r tiled with the Joiut Raporting CraMi.ttea
the Director if the Office of Federal Contract Corp:Lave, A Federal G'wernment -
r contracting or AduinLter log rKency, or the Ioraer President�s Commit"-, On
Equal Eaployeent Opportuo Lty, all reports due under the applicable firing
sego—a +
irewen:s.
FRANK COLUCCIO COM4 RUCTION COfMAN1►_
(company) �
o.
Veit I-;)
{
Dew .7
Note+ The above cert if Lcattea is required by the Equal OmPloyuetlt Oppotteetty
Nagulatloms of the N,crecary of lab at (41 +:FR 60-1.7 (h) (1), and wet be tl'
submitted by btddara and props �J aubcourrsctors only to connection with coot- t
lasts and subcantraece which are subject to the equal oppaccuntcy claws.
Gop[catte and subcontracts vhieh are exempt from the equal opportunity clause
are eat forth in 41 CFR o0-1,5. (Urnaraliy only contrsc a or subcontracts of
910^0 or Under are exempt.)
-1) is the only report required by the Exacut`
Cyrrsnrly, Standard Form 100 (Y.EO
Iva Orders or their IMP, venting reguLAtlooa.
Proposed pries contractors aAJ rubcortractorr who have participated to a -r*-
viowe contract or subcontract subject to the Lxacutive dlders and have nIN' „ 'A,
revence •
filed the required reports shoc .J once ehwt 41 C.FR 60-1.7 (n) (i) p :+
award of contract* and subcontracts uAle.s Ouch cootractor submits a reyr•
the daliqueoe period o: such ether period specified by the Federal Nigbwayr
Administration or by the Director, Office Of Federal Contract Coeplieacr, U.S
Depastanr+Rc a! „abol.
r
j
t
�► 1
�ny�„Ayr
42
CERTIFI':.TION Of
BIDDERS AfflnMAT1VE ACTIOri WAN
NOTE: FAILURE TO EXECUTE THIS CERTIFICATE WILL INVALIDATE THE D1C
t
Bidder is to indicate by check-mark .filch of the following statements pertains to
this bid package. and is to sign the certification f" that spe=ific ststesrent�
• V e) It 1S hereby certified that in approved Affirmative
Action Via" is on file with the City of Renton, and
that said Plin specifies goals and timetables which
are valid for the current calendar year.
Date:
By: ,
(TrtTe
•
OR D) It is hereby certified that an Affirmative Action Plaii
is supplied with this Rid package. Said plan will '
subject. to review and approval by the city as a pro
requisite to the contract award, and 't includes:
• 1) Opals y Timetables of Minority ManP"r Utilization
and 11 Specific Affirmative Action Steps directed at In-
creasing Minority Manpower Utilization.
fjUjia cOLUCCIU CONSIRUMON COYPA+114, d
I CEancanrT�-� t�
Date /?____ ? . __ By: . .sd
v�nnN^r�;�ivaio.
MMJ
c) .It is hereby certified that an AffirmativE Actio" Plan i
Co. w111 be ruppifed to the City of Renton within five (6)
'vrking days of receipt of r `ixtered-mail notification
of iow-bidder status. Said
tityni will
s a pber subject
teto the
review and approval by tne
contract award, and it will include:
1}} Goals and Timetables of Minority Manpower Utilization
e-A Z) Specific Affirmative ActionUs oizati
v directed at in-
creasing Minority pri
—
.att —_.. Bl..
T it a
a
i
=J
r•.,zn'�w�rr�.rt��v+Xaexw.ua.w.+erawvm!'=�nersar'.. »r...-..-w , ,.,�, . . . .. „ . ., ,.: ...... k.=
d
' iiiimJ'�I I I i
1 '�. ^ µ♦T1Y11ATI.It tlT /WHtt.Id1 v:dYl wx.f•w. Y•f.rr. .r .. r r'1111, nl r.ulrin.: Ix.itL IJ1YIrrfU.YT gYIW)YrllTi pYy '.
Tb1Y pn IflwlfM b rotwdl K. YItb.YH too hJ•r"1 1..•.•tV d' .1.•.. h l.,.wl Iry rN.Y 1, nA'•.3.t Wr, Yfor by Ilwt 01,
. IY ..w r.t•rr.. ,lrU .yn .. sp WoAb. Pft otf Iw Ylot
r•t.Yf ,. xrwYwrlw prtrr loot w rp.tl rw.r Nr••w.rJ w rr +'I .aw rJt«•t Mkµci K tw .lwl rylrfW+
w wwl ut u•r. rot' t♦+ r'.00lr.r'S otw\A•. n loot Iwn rrtW'•"1 •, .•.,•; .r•,Ywrt •'•' r' '{
nuY eta.w• .rJ. it +1 YwtYN it w. tdYJ Y!1 sxyttw. r.x.,n.r •w. � +INIt•aldr u•t rY.'I lrw.. '. )
♦ . Tr my W. wntdnV -*ww#t1...Art/.r W. toots' 'took. Jrl. ••1 ir•r 1Y, I'rT, ..rI MI...Ally. ♦ "1'.Ir tT.rtil.. tww"', M Wl'w• .
xRrlN b wt rAt"Factlw A-SA.Y Yttlyrtr' nrr„too r.l..bl l.I.1M rM Nr+w•tr!I Irrr rw (wl l.f YI Iw lttY If rrl.r topr-a.lot .N
.ilorJ oo.xwl tr.Nrt•YL 000tf wrra.. &1.11 r J•a•w w.l W Yr...n• •'re•1 �yd.r.�M qr+q wtlr 1w WJ w.bl/tty Into r(tww 1.au
I�rwr KIINVYr Yt I., flwJ. W.M. wnr...•1 w•ctY. w . f••i w.'Y• Ww•a.in. +. TMIr. xYLY'Y .w11 LrYnlw .Wlr w
+U .4lrwlw.• .Wt.M rwl.p +••b.`•YI':lul rot .•.rrW't t•y{ Mwtw.. +ttM tw lttY If oo•wrw. to ••YT. xlwU Yits..•N wYw'llw
too "W W+tt r.w W Yrlilwoo. b Nw.rrltWN taY.wlWr .lull x.a rYY4 rY o.W rw'tr w ..J,.,.m us. Le oourVaW .Yar•-
•Y3 wYyl t.r. w rw .1,1%.16 It r\rw w w1aY1w11Mw ot1tA 1<.•" I(.Yr •. •ylur"••aWJw ..rtrwt.It A+r. twt. fttl,1Y11/wool-
11Y Pr .mimob 4tk lot. Vlty,
tb.. L•.r.k Ir y.rlurrw'Y YI tbr.r rr.ot11-4 Url hot -1U f.
* T►r +PrYKKIf w•trrtw arK/ws Vw..axtw. M!p % . • I', t..w f.Yd it/ 4 rotylrY- �
rrn dtwrtrMrK to
-to dy'Prrw. W Llfu► r •. . b W twl Y' Uw. "••r Uw "♦fflmllotr
wMl. Y/ fYYwY1 w rlMll Y.fwVlr•I IK.r •ncJr 1 •r .. r .. Iry1.r.•M W3`Y
M I M.ot Yrrt.lrl"•
l aar.aw rwtwr qrw. lWt w .Il\ Ia.r NHM1•Il lru Ywl ..ml nr..e a.1t'. trot IYurr rYt3 CYry•U+wv .laY rn•Ar Mt3A'Y d plot'
Wll w ot♦frptytltYl+lx rl He Ullww• 11V r.aaru art.YJ rl.rl LrIwY tot. .ayr•r.toot.Yy.1 W. 11. d wW pwl.l.rx IrA�yf"
Inotl rdetw rY.L. .tYa. ta14a .nJ/„ . wY.r rot ru».Clot 1w ...n•r, lun.r. •Yd r •w r:rtY •n•I aeJ .4 lIIfMW iw atw r yW lr
KWIM W Gw ellY rot .xturtV& oow.wr 1-it .•Yr•I'"" ' V'y�. Y' .r u. .w•rwwt rtu wlJ w•"y W Yrioo v .♦nrl.WV
1"rY'tw .rli{YYfOtt Wr.w1 161111 tYA.. lot.al dot YW. .rr•Y. .0 .•IY I..i 'w' r.Yt,I. .1 Iaw.t lYal tJF! N., t.i.Mdl
•ayl.dla..
(sa•nrwtw fwtwr wWYr1+'_..twt w Aw r.•r rwJ a t•Yr wJ =,..vfr., r•rrr 1�
w tlr w':'r• YfYu YYM1tp. ta3AotY"ototil 9lrr tr..rY - ,k
lrw M11rr�r♦tl.fr�.
W^ 'ry
Iir�fR'/ Iq lrll'Itl.fWr 1r1A .?t.>. F
• t3 WDIAAt I'm OF W gloo tttM
.,.,I.r.a,.l —�p6CGc wo—C-01 co:
wpboal
rYYw4uw+.l
fIIWt
� Ir YNIdrIiWKfa '+ rlLi ll'ttitTltr! "j '.
Yr/rllrriFt4f1MN �,.� Y.r•w.�r�
T1tAl1 ••--r "
� wtY••r.^:. liVr4lVrT4• I
1
wrrYN -�
f1rY11r1 �� - '
♦ Tttlrt wYlrrlr T..wr...-�.^^_^,.
1. Oo.ItPM�YJMr�'tYwwiYMJf'"otr�1f••rI.�..Y..xY��W YM'lfayvtH In Y prwww wKrl.i w ..V:wtrrf .W.H.t tot tr[plcl
r 1.'wr• TM .may �A.aw.I ,
1. 0Yy11+IM/�f.�L�'.2�.�:y'Y r•P)4 f4u.4 I'll pVnfit iota YItO wrc►Veus.rt ru r•tlwtpeT, Y_
jl2G,{ W a—r
Ill♦YAI.J.lA Pyyyr
f�V....a ro.J'Ir rl/Yr gowu.t1W Wa•
f a. pKr..frY -�.eww.) rw Wool:
4 4YA1 4 f.rrer IIJoo sf UIY e'�rNt1MIM.
!.! •. u A'.IIYY M Aug i W Yr Yfl4r PYrWr .. .. : •.
urtuwtw•rot rn.n. top aYr+ W ta.w A.yirH'to tr bat Yf r Y rrl p rot tAllor,
VINUNT;gACCtO.Yu NO-
�^ .
e
rrNYd M aq,Yra.Ylty
o t
ATTACAi1QhR III (CONE.) . �..:.
Page 2
agreement or other contract or understanding a notice, to be
provided by the agency contracting officer, advising the 1a1wr
union or workers' representative of the contractor's co mdtments
under Section "02 of Executive Order No. 11240 of September 24,
1465 (as amended), and shall Dwst copies of the no' ^e in con—
spicuous places available to employees and applic< for (,.,ploy—
* ment. xr.
"(4) The contractor will comply with all provision of Executive
Order No. 11240 of September 24, 19W5 (as amended) and of the ,rules, regulation.,, and relevant orders of the Secretary of Labor Mr
and the Secretary of Housing and Urban Development. w
"(5) The contractor will furnish all information and reports
required by Executive Order No. 11246 of September 24, 196S
(as amended) and by the rules, regulations, and orderu of the
Secretary of Labor and the Secretary of Noosing and Urban
Development pursuant thereto, and will permit access to his
books, records, and accounts by the Local Public Agency, the
Secretary of Labor, or the Secretary of Housing and Urban De—
velopment for purposes of investiD,ation to ascertain compliance
with such rules, rv�4ulations, and orders.
"(o) In the event of the contractors' noncompliance with the
nondiscrimination clauses of this contract or with any of such
rules, regulation:, or orders, this contract may be cancelled,
"terminated, or suspended in whole or in part and the contractor
a0y Se declared ineligible for further Government contracts " ^
in accordance with procedures authorized in Lxecutive Order
No. 1124u of September 24, 1965 (as amended), and such other
.sanctions may be imposed and remedies invoked as provided in
Lxecutive Order No. 11246 of September 24, lao� (as amended)
or by rule, regulation, or order of the Secretary of Labor, the
Secretary of Housing and Urban Development, the Local Public
Agency, or as otherwise provided by lew.
"(7) The contractor will include the pro•,isions of Paragraphs
(I) through (7) in every subcontract or purchase order unless
exempted by rules, regulations, or orders of the Secretary of
Labor or the Secretary of Housing and Urban Development pursuant
0 to Section 204 of Executive Order '.o. 1124o of September 24,
1405. (as amended), so that such provisions will be binding upon
each subcontractor or vendor. The contractor will take such
action with respect to any subcontract it purctm.,e order as the
Iucal Publ--c Agency, or the Department of Housing and Urbar.
Ovvelopment may direct as a means of enforcing such provi::ion:;
including sanctions for noncompliance: Prn:ided, however,
That in the event toe contractor becomes nvo ved In, or is
threaten.:d with litigp -th a subcontractor or vendrr as
a result of such dil, the Local Public Agency, or the
Department of Hoa;l a Development, the contractor m:.y
request the 1'n1ted AT., n.cr i*•* .:uch litigation to
protect the interests eited 'tetac.
•
i
# r
•y
d,y.
I'q 3RD STREET FROM SUNSET BLVD.
9 5-3
Oro
SPECIAL PROVISIONS (ComT )
SP-32 CONSTRUCTION SIGNS
The Contractor shall furnish and install construction signs which con- tt
fort, to current 1971 M.U.T.C.L. Sign No. W70-1, "ROAD CONSTRUCTION AHEAD", i {36" x 36" or larger diamond, black lettering on orange background. One(1) sign of the type mentioned above will be posted at each street enterir,i
onto the project site.
All construction and detour signing shall conform to Part VI "Traffic r'Controls for Highway Construction and Maintenance Operations" of the
CManual of Uniform Traffic Control Devices. jj}}
Y
� LP-33 REMOVING TRAIPIC ANU STAEET 52GMS
The Contractor stall be responsible for maintaining all traffic and street
t signs. In the event it shsl: be necessary to remove a traffic or street
sign, the Contractor shall notify the Director of Public No. ks, City
Municipal Building, City of Renton, Washington, for all changes made.
Whe.i the work has been completed, and prl>r to said area being open to
tr&Zfic, the Contractor shall notify the Public works Lirector, City
r NM.Cipal Building, City of Renton, Washington, and obtain his approval
L' of signing.
SP-36 CONSTRUCTION EQUIPMENT
Drivers of motor vehicles used in connection with the construction of
repair work shall obey traffic "Ion posted for such location in the
p same manner and under the Fame restrictions ar provided for the drivers
C@J of private vehicles.
SP-35 _ SIZE, WEIGHT LOAD LULS- IOLIONS FOF M7POR VEHICLES
All motor vehicles of the Contractor, Subcontractors, and suppliers shall
strictly adhere to Ch. 46.44 of the Motor Vehicle laws of the State of
WashiWton (1967 Edition and Amendments thereof) in regard to site, weight,
and loads of motor vehi_lea.
m■ Paymenn will not be made for any material that is delivered in excess of
Qthe legal weight for which the hauling vehicle is licensed.
Any gross violation of these regulations shall be reported to the offect••d
law enforcement agent.
The contractor is to furnish to the Engineer a listing of all haul vehicles _
used on this project, listing the vehicle number, license number, tare
weight and licensed load limitr.
SP- 66 DELIVERY TICKETS
� .I delivery tickets that are required for the purpose of calculating
quantities for payment must be received by the Lngineer at the time of
delivery. No payment will be made on tickets turned in after date of
delivery of material.
S4-ld
�4-
s�
SPECIAL, PB4VLSIONs (CONY_
I
SF-29 OVERTIME FZELU ENGINEERING (Cons.)
monlos due the Contractor or. each monthly estimate.
SP-30 HOURS OF WORK
The working hours for this project will be limited to week days during
the period from 6:30 A.M. to 3:30 P.M. , unless otherwise approved by
the City.
SP-31 PUBLIC CONVENIENCE AND SAFFTY '
Th Contractor shall, at his own expense, provide flagman, shall furnish +j
all sign, barricades, guards, construction warnings, and night lights I
in order to protect the public at all times from injury as a result of II
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 $
costs from payments due the Contractor, t{
q A plan for traffic control must be sutmitted for the Engineer's approval
JJ before the beginning of construction. The Contractor shall maintain
detour routes and ot�er routes used by his equipment hauling materials
to and from tha area. t
Appropriate portions of Section 7.15 (APWA) Standard Specifications
shall apply to this contract. In addition the following Special Pro-
visions shall apply:
1. There shall be at all times reasonable access to and egress
4- from the business establishments and other properties adjacent
to the project.
2. All road approaches and street connertions shall be opened to
traffic at the close of each work day.
3. Where hazardous c- 11tlons exist proper signing and barricading
shall be provided a directed by the Engineer. Where designated
by the Engineer, the signs and barricades shall be supplemented
by lanterns or flasher units during the hours of darkness.
4. The Contractor shall notify the local fire and police departments
in writing before the beginning of his operations so that these
agencies may reroute their overgoncy vehicles around the oon-
struction zone.
S
S. Any asphalt concrste pavement, crushed surfacing gravel buss,
or water required for maintaining traffic during the life of
this contract shall be placed by the Contractor, immediately
upon request by the Engineer in the amounts designated.
All costs involved in the above shall be considered incidental to other
tests of work involved and no further compensation will be made.
SP 9
4
rs,
4
r r i
SPECIAL PAMSIONS (CUNT.)
SP-25 DISPUTES AND LITIGATION (Cont.)
arbitrator and the two shall select a third.
i
The decision of the majority of the arbitration board shall be binding q. 3
upon both parties and shah be delivered before any work is performed ! 'i
upon the foature in question.
The arbitration shall be conducted in accordance with the statutes of
the State of Washington and court decisions governing such procedure. j
F The costs of such arbitration shall be borne squally by the City and � .
the Contractor unless it is the majority opinion that the Contractor's +
filing of the protest is capricious and without reasonable foundation.
In the latter case, all costs shall be borne by the Contractor.
The venue of any suit shall be in Ring County, Washington, and if the
Contractor in a ion-resident of tze State of Washington, he shall
designsts An agart, upon whom process may be served, before coamtencing
work under this contract.
SP-26 SULCONPRACTORS
A list of subcontractors and supplier* that will be involved with this
project shall be given to the Engineer for his review and approval
Sasasdiately after notification of low bidder statue, This list must be
Y�1 received by the Engineer before the contracts may be signed.
` SP-27 CHANGE ORDERS
All additional work that re &ires compensation to the Contractor for itema !
for which prices are not included in tt.e contract or is not within the limits46, E
specified in APWA Standard Specifications, Sec. 4.03, shall require a written '
change order ••fore work may be done, The Contractor shall be responsible �..
for 3equiring the necessary change orders that are required by any of his F
subcontractors.
SP-28 SURVEYS
(
if
-action 5.06 of the Standard Specifications shall be amended by the addition
Of the following sentence, "The Contractor shall notify the engineer a
j minimum of 48 hours in advance of the need of surveys."
.R. SP-29 OVEPTIME FIELD SNGINEEPING
When the Contractor psrforms construction work over the 4—cepted 8 hours
per day or 40 hours per week, or on any City holiday, aid the work re-
quires inspection, then the Contractor shall reimburse tie City at the
rate of $12.00 per hour. The City shall have the dole aathori ty in
determining the necessity of having the overtime inspection, and shall
notify the Contractor of intent and said costs will be deducted from
i
5Y-b
i
R
SPECIAL PRCAICI(N5 (COIPP.:
Q
or SE-23 SCHEDULING OP WOM (Cont,! kg
Lion a progress schaduie diagram will be a ag anputec, Plotted and a copy
returned to the Contractor. Payment to tl.e Contractor on any estimate
(� may be withheld until such a schedule has been submitted c%d ,.pproved.
• Should it become evident at any time during construction that operations )-
r' ! will or may fall behine tte schedule of this first program, the Contractor
W shall, upon request, promptly submit revised ■chedulas in the same form as s
specif:.ed here n) setting out operations, methods, and equipment, added
labor forces or working shifts, night work, etc. , by which time lost will
be made up, and confer with the Engineer until an approved modification of
the original schedule has been secured. Further, if at any time any portion F
of the accepted schedule is found to conflict with the contract provisions,
it shall, upoL request, be revised by the Contractor and work shall be per-
formed in compliance with the contract provisions. Payments of any further
setimetes to the Contractor after such request in made and until an approved
modified schedule has beer, provided by the Contractor may be withheld. Execution
of the work acecrding to the accepted schedule of construction, or approved
modifications thereof, is hereby made z� !aligation of the contract.
SP-24 CONSTRUCTION CONFERENCE_ )
Prior to the start of construction the Engineer will call for a pr,l construction
conference. The Contractor and his subcontractors shall attend the precon-
struction conference, the tine, place end data to be determined after award
of the contract. Subsequently a representative of the Contractor will attend
a weekly conference with the Owner's representative to review progress and
discuss any problems that say be incurred.
SP-25 DISPUTES AND LITIGATION
I
Any questions arising between the Inspector and the Contractor or his Super- � ..
intendant or Foreman as to the meaning and intent of any part of the plans
and specifications shall be immediately brought to the attention of the
Engineer and wii) be adjusted by him.
Failure on the part of the Engineer or his representatives to discover and
condemn or reject bad or inferior work shall not be construed as an occe!tance
of any such work or the part of the improvement in which the same may have
occurred.
To reduce disputes and litigation, it is further agreed by the parties
hereto that the Engineer shall determine the quantity and quality of the
several kinds of work embraced in these Improvements. He shall decide :
all questions relative to the execution of the ,ark and the interpretation
of the Plana am Specifications.
In the event the Contractor is of the opinion he will be damaged by such
interpretation, he shall, within three (3) days, notizy the Engineer and
the City Clark in writing . the anticipated nature and aaount of :.he
damage or damages. In the event an agreement cannot then be ruched
within three (3) days the city and the Contractor will each appoint an
t
SP-7
I M
r�
SMIAL PROVISION c(arr.)
r '
� SP-19 STANDARD SPECIFICATIONS
hereby included in these specifications as though quoted In their entirety and
shall ar.oly oxcent se amended or superseded by thsee Special Provisions.
A ropy of these Standard specifications is on file in the office of the Public
S Workr Director, City Nall, Renton, Washington, where they may be examined and
r! consulted by any interested party.
Wherever reference is made in the standard S �.pecif icatLona to t.r e Owner, such
reference shall be construed to mean the City of Renton, and where reference {;
is made to the Engineer, such reference shall be construed to mean the public
Works Director, City of Renton, or his duly authorized assistant or sosistants. `
I
SP-20 FIELD CHANCES
Any alterations or variances from the plans, except minor adjustments in the
field to moot existing conditions shall be requested in writing and may not
_ be instituted until approved by the Public Works Director or his represents-
Lives acting spscifically upon his instructions. In the event of disagreement
of the seosesity for such changes, the Engineer's decision shall be final.
SP-21 FAILURE To MEET SPECIFICATIONS
i
In the event that any workmanship dice not moot the requirements or specifi-
cations, the City may have the option to accept such workmanship if the i {
Engineer doome such acceptance to be in the beat interest of the City, pro- I(
vided, the City may negotiate payment of a lower unit prioo for said workman-
ship.
I' 511-22 PROTECTION OF PUBLIC AND PRIVATE UTILITIES
The Contractor shall conform to Section 5.09 of Standard Specifications
in regard to protection of public and private utilities.
Location and dimensions 9",w f on the plans for existing underground
• facilities are in accordance with the beat availabls information with-
out uncovering and measuring. The Owner does not guarantee the size and
location of existing facilities.
It shall be the Contractor's responsibility to contact the GAS COMPANY,
70"HONE COMPANY, 'OVER COMPANY, and the RENTON WATER DEPARTMENT, and
R12rfON ENGINEERING DEPARTMENT, for exact locations of their respective
a■ utilities. Also, contact the CABLE TV COMPANY if necessary.
■ SP-23 SCHEDULING Or WORK
Section 8.01 of the StanCerd Specifications shall be deleted and the
following inserted,
Promptly after the award of the contract, the Contractor shall submit
Ifor approval to the Engineer a progress schedule. From this informa-
W-b
)
[^� SPECfAL PRWISfCNs (COWV.)
M i
SP-18 WAGE SCHEDULE (Cont.)
i
The Contractor, on or before the data of commencement of work, shall file
a statement under oath with the Owner and with the Director of Ta r and
Industries certifying the rate of hourly wage paid and to be paid each
classification of laborers, workman, or mechanics employed upon the work
fo by the Contractor or subcontractor which &hall be not lees than the prevail-
ing ate of wage. Such statement and any supplemental statements which may be
necessary shall be filed in accordance with the practices and procedures by the
Department of Labor and Industries.
® Prior to commencing work, each Contractor and each and every subcontractor
.ref shall file a sworn Statement of Intent (SF 9862) with the Owner and with the
Departmert of Labor and Industries as to the prevailing vnge rate, including i
fringe benefits, for e.+ch job classification to be utu.rod. The wage rates {
thus tiled will be chacxed against the prevailing wage "ate■ as letermined l
by the Industrial Statistician Of the Department of Labor and Indu,tries. If {
Chu wage rates are correct, the Industrial Statistician will issue an acknow-
lwlger nt of approval to the Contractor and/or Subcontractor with a copy to the
awarding agency (Owner) . If any incorrect wage rates are included, the Con- e '
tractor and/or subcontractor will be notified of the correct rates by the
Industrial Statistician Ana approval will be withheld until a correct statement
is received.
Each voucher claim submitted by a Contractor for payment on a project estimate
•"All state that prevailing wager have b, .n paid in accordance 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 Wages Pair' (Sr 98e3) are to be filed with the State Treasurer,
or the Treasurer of the County or municipal corporation or other officer
or person charged with the custody and disbursement of the State or corporate
funds As the case may be and two (2) copies of each affidavit Are to be filed
with the Director of the Department of Labor and Industriee, Attentions
�e Industrial Relations Divivion, 1601 Second Avenue, Seattle. Whenever practical,
1■q affidavits pertinent to a particular contract should be submitted as package.
1
The Contractor shall also be reouired to read and execute the "Minimum Wage
A'fidavit Form" as incorporated in this document. e
i
SP-19 STANDARD SPYCIFICATIONS !
(,
The Spacial Provisions hereinafter contained shall supersede any pro, .sions of
the Standard Specifications in conflict therewith. _
The Standard Specifications for Municipal Public Works Construction pispared by
the Washington State Chapter of the American Public Works Association, 1%9
M tion, shall be hereinafter referred to as the "Standard Specltieationew
and Said specifications together with the laws of the State of Washington And
the Ordinances And Cha-*er of the City of Penton, so far as applicable, are
�5 p
t
f
.?k
SPECIAL PROVISIONS V'ONT.) �r
h� SP-13 rgUAL EMPI/]YMENT OPPORTUNITY AFFIDAVIT
■ The Contractor dull rx raquired to execute the "Certification by Proposed
Contractor, Subcontractor and Supplier Regarding Equal Employment Opportunity"
9 form, As incorporated in this document. 110 shall also abide by all rules and
regulations as required by the instruction_ of the aforementioned form, j .
SP-14 FAIR PRACTICES POLICY
■
� The Contractor atoll be required to read and abide by "The Summery of Fair
Practices Policy of the City of Renton" as incorporated in this document. f
Sp-_15 AFFIRMATIVE ACTION PROGRAM
i
s
The Contractor shall be required to read and abide by the City of Renton
Affirmative Action program as incorporated in this document. r
SP-16 NO1-00LLU"I0N AFFIDAVIT
The Cony-_ctor shall be required to execute a Non-Collusion Affidavit to
satisfy th3 City that the bid offered is genuine, is not shun or collusive,
8 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-17 NONDISCRIMINATION IN EMPLOYMENT
Contracts for work under this proposal will obligate the Contractors and sub-
contractors not to discriminate in employment practices.
SP-18 WAGE SCAED7LE
m� The prevailing rate of wa
ges to be paid to all workmen, laborers or mechanics
employed in the performance of any part of this contract shall be in accordance
with the provisions of Chapter 39.12 RCW, is amended. The rules and regulations
of the Department of Labor and Industries and the schedule of prevailing rage
rates for the locality or localities where this contract will be performed as
determined by the Industrial Statistician of the Department of Labor and Industry
are by reference made a part of this contract as though fully set forth herein.
Inasmuch as the Contractor will be held responsible for paying the prevailing
rages, it is imperative that all Contractors familiarise themselves with the
current wage rates before submitting bids based on Chase specifications.
rJ In case any dispute arises an to what are the prevailing rates of wages for r
work of a similar nature and such dispute cannot be adjusted by the parties
in interest, including labor and management representatives, the matter shall
be referred for arbitration to the Director of the Department of Labor end
Industries of the Sots, and his decislone therein shall be final and conclusive
and binding on 811 parties involved in the d,apute as provided for by R.C.M.
39.12.060 as amended.
ar-a
1
r �
, r
SPECIAL PROVISIONS (CCNT.)
SP-06 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE (Cot,t.)
demages arising out of the bodily injuries to or death of 4
persor.s, in any one accident, and regularProperty .wo or more
insurance providing for a limit of not lesathan $50 damageV fora all
' to or destruction of property, in any one accident, and, subject to that
limit, A total (or aggregate) limit of not lose than $1,000,000 for all damages to or destruction of property during the policy period.
m A copy of the :nnurance policy, together with a copy of the andorsaments
naW
within s reasonable an city as additional
after receivingnotice ll of awArddof. contract.
d to the •Y
PROOF of CARRIAGE OF INSURANCE {
1 The Contractor shall furnish the City with satisfactory proof of carriage
Of the insurance required.
V
SP-09 RAILROAD REQUIREMENTS
The Contractor st.all comply with all of the requirements of Ue railroad F
Pips line agreements and permits, As enclosed in thin documert, and shall rt
be responsible fcr any costs, such as: insurance requlremen_e, possible
railroad inspections, flogging costs, etc., as called for ir the above
mentioned agreements.
The Contractor shall notify the railway division superintendents two
® (2) working days prior to constr• tion on the railroad right-of-ways.
` SP-10 "STATE"
The term "State" as used in 'he Special Provisions and Special Technical
aProvision& is intended to refer to the State of Washington, Department of
Highways.
SP-11 "STATE" RELUIREMENTS
The Contractor shall :amply with a1I of the requirements of tae State permit,
as enclosed in this document, and shall be responsible for any costs incurred
by the requirements of aforementioned permit.
The contractor shall notify the State two (2) working days prior to con-
struction on the State right-Of-way.
•/� SP-12 CERTIFICATICN OF BIDDERS AFFIRMATIVE ACTION PLAN
The Contractor must execute the Bidders Affirrative Action Plan �;artificaticm.
Failure to execute this certificate will invalidate the bid.
Sv-1
t
1
y .
q°
.114 1
SPECIAL PROVISIONS (CONT.)
as SP-06 PUBLIC LIABILITY ANL PROPERTY UANAGE INSURANCE
QThe Contractor shall obtain and keep in force during the term of the contract,
public liability and property damage insurance in companies ar.d In fors to be
a approved by the City. Said insurance shall provide coverage to the Contractor,
any subcontractor performing w, providsd by this contract, and the City. The
City shall be named as an addit .11 insured on said policy insofar as the work
and obligations performed under the contract are concerned. The coverage as
provided shall protect against claims for personal injuries, including accidental
death, as well as claims for property damages which may arise from any act or
omission of the Contractor, or the subcontractor, or by anyone directly or in-
directly employed by either of them.
•
The minimm policy limits of such insurance shall be as follows:
Bodily injury liability coverage with limits of not less than i100,000 for
bodily injury, including accidwntal death, to any one person, and subject �1!{
to that limit for each person, in an amount not less than $300,000 for each
accident; and property damage coverage in an amount of not lase than $50,000
for each accident.
copy of the insurance policy, together with a copy of the endorsement naming
t v City as an Witional insured, shall be provided to the City within a � .
reasonable time ..ter receiving notice of award of contract.
i
PR00T Or CARRIAGE Or INSURANCE ;x
The Contractor shall furnish the City with satisfactory proof of carriage of
the insurance required.
♦ SP-07 RAILROAD
The term "Railroad" as used in the Special Provisions and Special Technical
Provisions is intended to refer to the Burlington Northern, Inc.
SP-08 SPECIAL RAILROAD LIABILITY AND PROPERTY DAMAGE INSURANCE
The Contractor shall obtain and keep in force during construction on the
railroad right-of-ways, special public liability id property damage
insurance in companies and in form to be approved by the City. Said insur-
ance shall provide coverage to the railroad company, the Contractor, any
subcontractor performing work provided by this contract, and the City. The
railroad company and the City shall be named as an additional insured on
said policy insofar as the work and obligations performed under the contract
are concerned. The coverage so provided shall protect against claims for
personal injuries, including accidental death, as wall as claims for property
damages which may arise from any Oct or omission of the Contractor, or the sub-
contractor, or by anyone directly or indirectly employed by either of them.
The policy limits shall be not less than $500,000 for all damages &tieing
out of the bodily injuries to or death of one person and, subject to that
limit for each person, a total limit of not less than $1,000,000 for all
SP-2
4
t�
4
M
SPEC7AL PPOVISIONS_ f
GENERAL PROVISIONS
i
1
SP-01 DESCRIPTION OF WORE
The work to be performed under this contract consists of furnishing materials,
equipment, tools, labor, and other work or items fncidmntal thereto and per- )
forming all work as required by the contract in accordance with tits plans and j
N specifications and Standard Specifications, all of which are so" a part
hereof.
This improvement consists of the furnishing and installation of a 16"
water main, 21" water main, and a 12" pressure reducing station in N. 3rd
Street from the Mt. Olivet tank to Houser Nay N.
SP-02 DATE or SIr, OPENING
.� Sealed bids will be received by the City of Rmntcn, Washington, by filing with
the City Clerk, City Hall, Renton, Washington, until 2:00 o'clock P.N. Pacific
Standard Time, December 20, 1973, and will be opened and publicly read aloud in
rthe fourth floor conference room.
SP-03 TIME OP COME LETION
The Contractor is expected to diligently prosecute the work to completion in
all. parts and requirements. The project shall be completed within sixty (60)
calendar days from starting day of construction.
Provided, however, that the City Council shall have the right upon request of
i the Utility Engineering Department, City of Renton, Washington, to extend the
' time of completion of said work. No extension shall be valid unless the acme
be in writing and accompanied by the written consent to such extension by the
surety on the bad of the Contractor.
Time lost in replacing improper wc-k shall not furnish any gro.umds to the
• Contractor for claiming an extension of time for the completion of the work,
and shall not release the Contractor from damages or liabilities for failure
to complete the work within the time required.
SP-04 CONSTRUCTION DIRECTION
The starting location for this project will be at the intersection of N. 3rd
' street and Houser way N. and progress to the east.
I SP-05 MATERIALS
The Contractor shall supply all water pipe, fitting*, gate or bettetfly
1 valve*, cast iron valve banes with their required accessories, concrete
Llocking, shackle reds where required, valve markers, and all other materials
necessary to make a complete water main installation. The Contractor shall
' also supply precast concrete vault, all water pipe, fittings, gat* valves,
pressure reducing valves, and all special or necessary materials to make a
complete pressure reducing station.
i
I SP-1
i
t 4
t l it"
I
SPECIAL PROVISIONS
7
I
GMERAL PROVISIONS '
f[
SP-01 Df CRIPTION OF WORK
( The work to be performed under this contract consists of furnishing materials,
equipment, tools, labor, and otter work or items incidental thereto and per- !}
• forming all work as required by the contract in accordance With the plane and
specifications and Standard Specifications, all of Which are made a part
hereof.
('y This improvement consists of the Burnishing and installation of a 16"
water main, 24" water main, and a 12" pressure reducing station in N. 3rd
Street from the Mt. Oavet tank to Houser May N.
6P-02 DATE Or BID OPENING
y�I
.mot Sealed bids will be received by the City of Renton, Washington, by filing with �,..
the City Clerk, City Hall, Renton, Washington, until 2:00 o'clock P.M. Pacific 111
Standard Time, December 20, 1973, and will be opened and publicly read aloud in
the fourth floor conference room.
SP-03 TIME OF COMPLETION
--) The Contractor is expected to diligently lrosecute the Work to completion in
all puts and requirements. The project shall be completed within sixty (60)
calendar days from starting day of construction.
Provided, however, that the City Council shall have the right upon request cf
'-7 the Utility Engineering Department, City of Renton, Mamhington, to extend the
time of completion of said Work. No extension Bull be valid unless the same
be in writing and accompanied by the Written consant to such extension by the
surety on the bond of the Contractor.
Time lost in replacing improper Work shall not furnish any grounds to the
)� contractor for claiming an extension of time for the completion of the work,
-� and shall not release the Contractor from damages or liabilities for failure
-� to complete the work within the time required.
SP-04 CONSTRUCTION DIRECTION
The starting location for this project will. be at the intersection of N. Ird
Street and Houser Way N. and progress tv the east.
SP-05 MATERIALS
The Contractor shall supply all water pipe, fittings, gets or betterfly
valves, cast iron valve boxes with their required accessories, concrete
blocking, shackle rods where required, valve markers, and all other material@
necessary to sake a complete water main installation. The Contractor shall
also supply precast concrete vault, all water pipe, fittings, gets valves,
pressure reducing valves, and all special or necessary materials to make a
complete pressure reducing station.
w
SP-1
i
`f
C
4
SPECIAL PPZVISI04S
TABLE OF COIr'I"S
Page
f SP-01 Description of Work SP-1
■ SP-02 Date of Bid Opening SP-1
SP-03 Tice of Completion 5P-1
SP-04 Constriction Direction Sp-1
SP-05 Materials SF-1
''� SP-06 Public Liability and Property Dam-9e Insurance SP-2
SP-07 Railroad SP 2 '
SP-OB Special Railroad Liability and Property Damage
Insurance Sp-2
Sp-09 Railroad Requirements SP-3 .
SP-10 State Sp-3
Sp-11 Statu Requirements SP-3
Sp-12 Certification of Bidders Affirmative Action Plan SP-3
SP-13 Equal Employs■nt Opportunity Affidavit SP-4
SP-14 lair Practices Policy SP-4
SP-15 Affirmative Action Plan SP-4
SP-16 Non-Collusion Affiaavit SP-4
( 1 SP-17 Nondiscriaination in Employment SP-4
SP-16 Wage Schedule SP-4
Sp-19 Standard Specifications SP-5
SP-20 Field Changes Sp-6 !
Sp-21 Failure to Meet Specifications SI-6
SP-22 Protection of Public and Privets Utilities SP-6
4, SP-23 Scheduling of Work Sp-6
SP-24 Construction Conference SP-7 t f
SP-25 Disputes and Litigation SP-7
SP-26 Subcontractors SP-8 ;•
SP-27 Change Orders SP-8
SP-8
SP-28 Surveys
I} SP-29 Crvertime Field Engineerinq SP-8
SP-30 Hours of Work SP-9
SP-31 Public Convenience and Safety SP-9
J SP-32 Constr.,,tion Signa SP-10
SP-33 Roving Traffic and Street Signs SP-10
Removing
SP-34 Construction Equipment SP-10
J� SP-35 Size, weight, Load Restrictions fot Motor Vehicles SP-10
10
SP-36 De'ivery Tickets SP-
SP-37 waste Sits SP-11
t
SP-38 Dust and Mud Control Sp-11
Sp-39 Payment to the Contractor SP-1
SP-40 Liquidated Damages SP-12
SP-12
SP-41 Awarding of rontract
a
,
J }
4�
t
Bib BOND FOiM 9
Herewith find deposit in the farm of a certified check, cashier's check, cash, or ,
bid bond in the ammunt of ST_ _____which amount is not less than fivt percent
of the total bid.
Sign Here
1
BID BOND
Mow Ail Men By These Prevents;
That w.;, UAML Cp1JJCC20 =n=jjON COMP AiiyS n llashluj ton Cnrnorgtlon , as Principal,
and KAX" rIUIIRA n2 ANY nR su&eir• , as Surety. are
held and firmly bound unto the city of Renton, as Obligee, in the renal sum of
***FIVE ?VK CBlrf 51 OF TOPAL AWXMT BID***� Dulfdrs, for the payment
of watch the Principal and the Surety bind themselves, their heirs, executo•
administrators, successors and assigns, jointly and severally, by these presents.
The condition of this otligation is such that if the Obligee shall make any award
ittthePrincipal for Forth 7rd Stirrer from Houser May North to tho Mt. Olivet Steel Unit
ac2ord VOlo the terms of the proposal or bi:1 mace by the Principal therefor, ano 0e
Principal shall duly make acid enter into a contract with the Obligee in accordance with
the teams of said proposal or bid and award and shall give bond for the faithful per-
formance thereof, with Surety or Sureties approved by the Obligee; or if the Principal
shall, in cue of failure to do so, pay and forfeit to the Ohl;gee the penal amount of
l the deposit specified in thr call for bids, then this obligation shall be null and
voiri; ottorwisa it shall be and re-min 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 AMD DATED THIS 20 DAY OF�December 19 73
YHAliK COLUCCIO CONSTH;;rl COVAMY
nc pDnT_
SAW{lLINSU Y. C<>![PAMY Of AMOIICA
Surety AT LOV111117-1n,�Wt AL
19, k
cei of deposit in the sum of f h.
I
.i
4
c{6'.
�tk
a
i "
T5-o9 PRESSJRE R";U1�ING VALVE VAULT 1YU%LLAT10N (Curt-' ,i n
3r
a• painting and sealing i:icatls�n_Saec (cont.,
te's Duraflox, or
Bryte's 5ealon. or approved eq,-uL first coat end Bry gg
approved equal, second coat. The interior valve vault floor slab will not - il#
`8
be, painted.
ir. except C.7 ;
Fexroua Metal: Interior nondi
-submerged Fe Metal incl late held coat of , aa,i.s
Lraas, bronze and alomp
�inum outfaces shall helgulie{1 Where an asphaltic primer it ``
A Inertol Rust Ponetrating Primer No. 611 A ^` '
has bee•1 factory appl lad, two brus:• coats of Inertol Tar-stop shall be applied
in lieu of the above pimer. All p
z ire coats shall be brush applied.
finish coat shall be applied, over the £laid coated primer of Ineztol Glamortex
.. Enamel. Finish combined coating shall be 4 mils. thick-
ing and work and equipment, and -
Color: Colors of.pafntvaultl.nteriorfor Iwallepand ceilirxl•
•� off-+rhite for the Pump
ration shall be as recommended by the paint manu-
of any
porleanships Surface Prep+ the Enoineez prior to applicationSpecified'
factarer %rd shall be aPProvad by except as otherwise sp
•• paint. Similar products of other manufacturers, yy:
`M may be su'+etltuted subject t� the approval of the Engineer. ¢"
1.,.
lD RFB'"'9WlON of SURFACES ,
The basic requirweente for surface restoration are as followsf
rem
l� Roads, streets, driveways, shoulders and all other surfaced ernes,t&ll&tion of the Imp
• w broken, caved, settled or otherwise dam.a nd duo to inze uzfaced to match the
ve
ments covered by ttlis contract shall be reps the �,p•q,A '
.1 existing Pavement or landscaped area as set forth in Section 54..of
Specifications, except as modified herein.
The Contractor shall Place Cold Mix as directed by the Engineer.
' 1 bid The unit price per ton of cold mix shall be full compensation for all labor,
.j equipment, materials, and all inridenta`L costs necessary for furnishing and A
O placing file cold mix.
• 1
.� b. Roacbwav Yat s Prior
y.
A minimum of 6" of 14"mina crushed roc
base will be used in all trenches
to placement of any p+ - •.`
All subsurfaces such as concrete under aspt"elt shall be replaced in like earner
•1 and thickness. '
J t
All asphaltic Patches shall be c,lese 8 Asphalt.
1 {
1
a
TP-ID
a
1
__i'RESSUPE PEDUCING VALVE VAULT INSTALLATION Ccn /
b. 4iettina of vault _(cone•)
i
The vault is to be assembled by lowering each sxctior into the excavation.
Care shall be taken to insure the seal surfaces between sections are clean
and that the gaskets are in place- Bedding material shalt consist of 3" to
6" of compacted sand or gravel graded level. Backfill around the vault shall
consist of good cnepactable material such as Pea gravel, sand or clean earth
fill, so no voids remain between the vault walls and native soil of excava-
t1on. Bukfilling will bebe d� CTer ethe
kiill progrrssivelrly yo from bottom sitioned to
aligned, making
M V'a top surface. nh
c. Joints o, y,aunt
All joints shall be sealed so That the vault will remain watertight. All
' knockouts and voids around pipes entering and exiting hewcuina shall be
with a non-shrinking grout. ..(Embeco or equal)...
the vault wall. Joints between vault sections shall be sealed with both
..i neoprene (asta'b-1056) and putty type gas:;ete as supplied by vault manufacture•
.4 d. 7�{t_er1a1■ acd Soeciala fort act ro^^rete vAIve vault
(1) All pipe, fittings, valves used in vault are specified in T.S.-03
of the Technical Specifications Section, enclosed in this document.
'4
aM (2) Ldder. one ladder shall be installed it the vault. The ladder
shall be constructed of galva lased iron and have steps at intervals _$•
of one foot. A detailed plan shall be submitted to the City prior
e1 to installation-
{3) 1" By Pass valves shall be installed according to the special
drawing specifications enclosed in these documents. Ss`fY�tF'?`�?•;.'
ks
(4) Pressure Gauge Assembly shall include one pressure gauge . psi,
valve, end shall be tapped into the top of the 12" waCerpipepe The
e reducing valve and be
in such a position
..a.
of gauges shall
AS tobee easily hread esand rremoved.
(5) Shackle rods shall be used on all 12^ MJxFL adapters with 4 each
3/q^ shackle coda and 4 each duct Lags. The shackle rode shall pus
through the vault wall and anchor in the app roximately 1 cu. yd. of ;a
concrete blocking.
,
a. Pjai„nfina aj, ^.d, ino Soacificat}vn
.y r
7Q, of
y.r The exterior vault will be covered 'a°shastisg�minimumrathickness .rubberized60", .�
asphalt integrally bonded to F y i s heed G C i or approved equal) .
^� (Bituthena Membrane manufactures by
Material will be applied in strict accordance with the manufacturer's recairrzn-
dation•
The interior fee of the concrete walls and ceilir'99 shall be poi
nted with e
i
� TP-g
1�
t
5
ff��
TS-08 PIPE INSTALIATI'X. (Ccv;t.)
1 e. Valves and Valve Chambers
r
Valve installation shall be in accordance with Section 75 of the A.P.W.A. Stan- .r
lord Specifications except as codified herein.
All gate valves excluding those in pressure reducing vault shall include an 8" x
L 24" cast iron gate valve Lox and extensions and concrete valve marker if required
F by the Engineer. 4
f. Connection to Existing Pipe and Structures
Connection+ to existing piping and tie-ins are indicated on tl.a drawings. The
contractor must verify all existing piping, dimensions and elevations to assure
proper fit.
The contractor shall make all connections and tie-ins under the direction of the
ti City of Renton Utilities Department. The eontractcr must also provide any -
.' specials required to make a satisfactory connection.
;y The contractor shall be responsible for the protection of all existing piping and
appurtenances during construction, and shall take care not to damage then or their
protective coatings or impair the operation of the existing system in any way.
"f g. Concrete blockirg
.1
General concrete thrust blocking shall be in accordance with Provision•42.1w of
Section 74, A.P.W.A. Standard Specifications. The Citv of Renton Standard
a Detail for general blocking is bound in these specifloatiq OI,
h. Cooing of We 3jMa4.n Under Rai lX aid Yr&Ckp .,
a. The watermair, Cu irq under the railroad tracks Shall be inatal.ed in6 an open cutV
manner. The City of Renton has an agreement with the Railroad to have the tracks y
Y, raeovIA so this may be accomplished. The coat for said track re, val will be.
J born by the City and should not be included in bid estimate. The contractor
shall coordinate such track removal, with the Railroad and City. The contractor
r`ia11 also conform to &1] specifications &a called out in the Railroad crossing
permits whict are bound in this document.
Y► � '..
pmeecVwe R°anUCINC VALVE VAULT INSTALLATION
■. gMersl Sr_ecificatioM
„y The pressure Raducing Vault design is included in the contract documents. A
separate print details the design of the vault, u well se all fittings and
specials required for a complete installation. a:
b. Setting of yn.�}�
The Pressure Reducing Vault will W met precisely level on • firmly oompacted
Nei
bass. No uneven settlement will be allowed.
TP-8
4
� t�
MIN
011 ,1 0111p eftBtl'.l
TS-08 PIPE INSTALIATj;ON
A
� a. General
Pipe installation shall be in accordance with Section 74 of the A.P.W.A. ,
Standard specifications, except as modified herein. t
A All buried pipe shall be laid upon prepared foundation or bedding material so
that the bottom quadrant is uniformly supperted throughout its entire length, f
Li as specified in Section TRENCH EXCAVATION, BEDDING AND BACKFILL.
[' ,s The average depth of cover for the water main shall be C' to S' and the trench t
t width shall be no greater than 36" unless soil conditions require it.
E � ;
At the end of each work'ng day, it shall be required that the end of the water
main be plugged, the trench backfilled, compacted, and prepared for traffic j
with temporary cold mix asphalt. .., .>. , .. ,.. ..,,. ,.i,
, i
b. Laving and Jointing "
Ductile or cast iron pipe and accessories shall be ha.illed in such a manner as ±
to assure delivery to the trench in sound undamaged condition. Particular
care stall be taken not to injure the pipe lining and coating.
Cutting of pipe shall be done in a neat, workmanlike manner with an approved '
type mechanical cutter without dlsmge to the pipe. --�
Jointing shall be accomplished in accordance with am,ufa.nturer's a-
tions.
c. Bends and Curves
J Deflection from straight line and grade, as required by eettidatl : boric
zontal curves and offset shall not exceed the maximum deflection per joint as
* reeassanded by the pipe manufacturer. if the alignment requires deflection in
exces> of the maximum rec,aanded, special bends or a sufficient numaer of
shorter lengths of pipe shall be used to provide arrlular deflections rithin the
limits set forth.
"1
J d. Special Ar Chorage
All free ends, bends, tees, laterals and any change in direction of piping shall
be rdequately braced and blocked to Vrevent movement tram thrust by use of
con-crete thrust blocks, tie rods and joint harnesses. Concrete thrust blocks must
be poured against undisturbed ground. Thrust blocks shall be provided at all
changes in direction of piping. In addition, all joints at lends or changed in
ry direction, to a point at least three joints beyond the tangent point On either
side of the bond, shell FP provided with a positive locking device to prevent
separation of the joint under full test pressure. The locking may be accom-
plished by we of tie rods and joint harness, subject to the Fricr approv" of
the engineer. After the pipe has been joined, aligned and permanently bedded,
the joints &hall be dram up to assure peymrnent water-tightness but not so
tight as to preva,t flexibility to allow fox some movement causod by vibrations,
.., expansion and contraction.
TP-
'£5-07 ['AVEMENT REMOVAL THEM.3i EXCAVATION, BEDDINfAND BACKPI I.L :Cont. f,,s#
€ '•.rt .
'T e. Trench Backfill and g_cREACtiOn
(1) General: Lxcav:.tsd materials that are free from mud, muck, organic
matter, broken bituminous surfacing, stones larger than 8 inches in dimension,
!J and other debris, shall be used for backfill except where otherwise required i"A
(2) Initial backfill extending to a plane at least 12 inebes alone
T'. crown of the pipe shall be hand-placed, selected excavated material free from
atones, hard lumps or other materialharmful to the pipe. Initial backftll
r shall be placed around the pipe in layers not exceeding eight inches in depth
T and each layer shall be thoroughly compacted by mechanical tampers to at least
'd- 95% of maximum.dry density at Optimum moisture content as determinec by Stan- t' '
dard Proctor Compaction Test, ASTM Designation D698-58T, Method D. All works
mr related to the testing of the compaction, including proctor tests and compaction
a density tests shall be by the Contractor at his expense. Four (4) compaction
As testa shall be taken on the water trench areas. The locations of the tests shall
be selected by the Engineer. If one or more tests do not meet the mpecifica-
A Lions as stat.:d above, additional tests will be taken as requested by the
Engineer at the Contractor's expense.
IV (3) Subesduent Backfill: All subsequent backfill under,traet and shoulder
e1 areas shall be placed in lifts not exceeding a inches in loose depth, and each
lift compacted to at least 95 percent of maximum dry density at optimum moisture
R content as determined by ASTEM Designation D698-58T, Method D. In-place density
• determination shall be made in accordance with ASTM nesignation D1556-58T,
except as otherwise approved by the engineer. Testing for compactions in the
improved areas shall be in accordance with thu testing as stated in the section
on initial backfill.
(4) : No separate or extra payment of any kind will be made for
compaction, wetting, drying, water, or processing of materials, but shall be
included in the applicable un:'.t pr.'ce paid for the waterline in place, complete.
e� f. Select Trench Backfill
Select trench backfill for the pipe shall consist of crushed or naturally
occurring granular material from sources selected by the Contractor. The source
1 and quality of the material shall be subject to approval by the Engiree: .
Select trench backfill shall meet requirements for bank run gravel Clas � "B" as
autlined in Section 26-2.01 of the Standard Specifrcati<
The horizontal limits for measuring select trench backfill in place shall be the
side if the excavation except no payment will he made for material replaced
outside of vertical planes, 1.0 feet outside of and parallel to the barrai of
0141 the pipe and not the bell or collar.
Any excavation in "case of the above requirements shall be replaced with the E
native material or select trench backfill, is directed by the engineer and at the { }
Contractor's expense.
The price per ton shall be full compensation forssleetin9 the source, furnishing
-. and placing the material as outlined in Section 26-2.01 of the Standard Specifi-
cations.
TP-6
AL
i
T$ 07 PAyzmyr REMOVAL TREN471 FYCAVATLU[i,- HELUIWt_A?1�11M•
b. Payesert. Remeyal � Y'
Tt,e contractor shall Inform and satisfy hLasemo as to the character, quantity
"'A
and distribution of all pa"event removal. Removal of existing pavement Mall ��w,. , x4�_
cover all types and thicknesses Of pavement• The contract price per lineal
foot for -installation of water main" shall include full compensation for
!^g cutting or line drilling, 6reakitq and removing all types and thickness of
Pavement encountered in this project. ;
i a
f Neither separate nor extra payment of any kind will Ut as" for atorin9s ;w a
Pavement-
handling, hauling or manipulation o` removed pavement. ,yASpy�
avacian
r
The contractor she in.orm and satiety himself as to the character, quantity
any excavatedfor
and ion of materiallwhichrif used furxcpurposes otherathantthoseldeeignatbe ed -,
1 Should the contractor excavate below tl.e designated lines and grades without "
.�lace such cxcavaton with approved aaGzlals, in as
prior approval, he shall r,
approved manner and condition, at his own expense.
The engineer shall have CMplete control over the excavating, aoviag, pleads)'
and disposition of all vaterial, and shall determine the suitability of mater_a.
to be used a. bavkflll. All unsuitable material shall be wasted as specified.
ances
Excavation of every lescription, classification and of wrfossd tdthe lines and
encountered within th-1 limits of the proyoct shall be W
grades necessary for pip•• bedding and structures, and as indicated on the drar-
irer `lcd drainage ditches
be installed
intercept
or
direct surfacratewhihmay affect the promotionoro condition Of the work'
All excavated materials not meeting the requirements for backfill and all excess
materials shall he wasted as specified.
rTNo separate cr extra payment of any kind will be made for storirg, handling,
- hauling or manipulation of excavated materials.
d. o..,..,n.rton PreWratlon and Bad8lnc
r Foundation Preparation shall be in accordance with the applicable provisions of .
section 73, A.P.W.A. Standard Specifications, axvspt that the bottom of the
trench must be shaped to uniformly support the bottom quadrant of the pipe
tt.roughout its entire length.
In case unstable or unsuitable existing material is encountered at the trench
j dancemWith Section '73 2.051ofcthe A.P M.Af Standard Sdpecifications•SnNotctrench
conditions r11] not necessarily be considered as an indication of unstable
conditions. The trench ,hall be do and an inspection made by the
All costs for
Engineer to determine the suitabilit) of the trench material.
de-watering shall be the responsibility of the Contractor. 3edding material
Mall be as required for Bank Pun Gravel Borrow.
1 TP-5
�F
T-5.:03 PIPINE MATERIALS 'JA�V'j� AND FITTZNr'¢ gqC fC [ )
h. _Precast Con, Vault
The precast concrete vault shall be ♦614 LA-66-ER made by Concrete cond
•shrinkinc ,rout (0 uit Co.
Q or approved equal. Approval must be obtained prior to bid opening. The
pbeco or equal). All
knockouts shall be filled with • non
joints shall be seelea 20 vault wil: remain wa..ertight. The two manhole covers
shall be made by Olympic Foundry, Series iv, 05951, extra heavy type.
i. Steel Cagm Pu re i
The tteel casing ripe shall conforr to the railroad specifications as boun - in
this document. T'.ie casing shall be 24" diameter steel, with a wall thieknaas
of 0.406" inches.
S ' TS-04 EXISTIN. UTILITIES
,
If, in the Pcoaecution of the work, it becomes necessary to interrupt existing
surface drainage, sewers, underdrains, conduit, utilities, or similar under-
ground structures, or parts thereof, the contractor shall be responsible for,
and shall take all nec-ssary precautions, to Protect and provide t%xporary
services for same. The contractor shall at his own expense repair all damage
.� to swan facilities or structures doe to his construction operations, to the
satisfaction of the engineer.
i.. T$-05 CLEARINg,
Pavament, or other street and road surfaces shall_ be cut only to the minimum � .4 v width which will permit the P:-oper excavation and bracirg of the trench, and
which will allow Passage of vehicular and pedestrian traffic. All pavement
cuts shall be made smooth, straight lines or to nearest construction joint,
1. and shall be made with clean vertical faces.
1.
Removal of bituminocs and concrete pavements and vtilitias shall be conducted
in accordance with Section 52, A.P.W.A. Standard Specifications, except as
s, otherwise provided herein.
rn TS-06 $AW CUTTING
The Contractor shall SAW cut, ® existing Asphalt concrete Pavement and cement
concrete pavement where shorn on the plans or as directed by the M.gineer.
The depth of the saw cut shall be a minimum of 1 1/2 inches for asphalt and a
3 inches for concrete.
JL The method of saw cuttino shall be aprrovsd by the Engineer.
T$-07 PAVFMFNT RLW NAL TREW !L j;(('AVATION. BEDDING AND SACICFII.L
A. 6snz�li�li
,ey Paysant reaxsval, trench axcav tion, backfill, foundation preparation and beddinq
i, for waterline and appurtenances shall be in accordance with the applicable provi -
sions of Section 73, A.P.W.A. ctw�dgrd Specifications, except as modified herein.
TP-4 `
t ,
1 i
14.
IP:Prna WITBu) $. VALVLti, .. �ont.)t of Caet Iron ABT.e A126 Clus B, abd NitA �ted eni theValve disc shall br- constructed of either alloy cast iron SaTN A436(Nl-resist), or fog: valves above 12" for 200 ps! leak-tight service constructed of 316 stainless steel. Valve shafts shall be turned, gpol'shed of 18-6 rtsinless steel, and shaft diameter must meet minim
men n established by ANWA C504-70. Valve shall have bonded seats, molded in,
vulcanised and bonded to body with seat bond withstanding 754 pull. Valve
40 r bearings shall b,e ■leeve-tight, corrosion resistant and self-lubricating.
Valve operator mall conform to AWWA C'04-70 standards am shall be of the
traveling nut type designed for buried service. Valve shall close with a
clockwise rotation of the nut. Operator components shall withstand an input
torque of 300 ft. pounds at the extreme operator p�sitiona without damage.
Butterfly valves shall be Henry Pratt Groundhog or approved equal. Approval
`�� must be obtained prior to bid opening.
f. Pressure Reducing yalyga •�"^�• '• ^�~ i
This valve shall maintain a constant downstream pressure regardless of fluc-
tuations in demand. It shall Le hydraulically operated, pilot-controlled
diaphranps type globe valve. The main valve shall have a single renewable ■ook
and a 'esilisnt disc. The stem shall be guided at both ends by a bearing in
the valve cover ar.d an integral bearing in the valve seat. No external packing
glands ere permitted, and there shall be no pistons operating the main valve or
any pilot controls. The pilot control shall be a direct-acting, adjustable,
.. spring-loaded, normally open, diaphragm valve, designed to permit flow when
controlled pressure in less than the spring setting. The control system shall
- include a fixed orifice ejector. This valve shall be Similar in all respects
to A Clayton 90 Pressure Reducing Valve As manufactured by Cal-Val Co., Newport
Beach. California, or approved equal. Approval must be obtained prior to bid
opening.
+ T This valve shall be Class l.i, with flanged ends as per ANSI Specifications
016.1, with 125 Pound drilling pattern.
The adjustment range for the pilot control valve shall be 20-300 psi. r
i g. Fressuze Relief Valvu
•
w This vnlva shall maintain constant upstream pressure by by-passing or relieving
1 excess pressure, and shall maintain close pressure limits without causing surges.
The main valve shall be of the hydraulically-operated, pilot-controlled, die-
phrogm type, ant shall have a single removable seat and resilient disc. No
external packing glands shall be permitted and the diaphragm shall not be used
as a seatinq surface. The pilot control shall be a direct-acting, adjustable,
spring-loaded, diaphragm valve, designed to permit flow when controlling
pressure exceeds spring setting. The plot control system shall operate such
i that as excess ins pressure is dissipated the main valve shall gradually close
to a positive, drip-tight seating. This valve shell be Class 125, with NIPT
screwed ends. This valve shall be similar in all respects to the CLAYTON 50
'1 PRBBB M R61SBY VA:VB, as manufactured by Cla-Val Co., Newport Beach, California
or approved equal. Approval must be obtained prior to bid opening The adjust-
sent range for the pilot control valve shall be 20 to 200 psi.
L
TP-3
t
ti )
a
1,;�:
TS_O3 P(„P�NG MATEPIALS VALVES AND FITTING6 ETC _,C_?r t� q
.. '
a. General (coot. la "
r r
described in the follwing specifications and Plans and shall conform to tln
requirements of the applicable sections of the A P.N.A. Standard Specifications.
as modified herein. - _,• _ • - »._ ,
b. Ductile Iron Pips .:_.• .. _. ,.
Ductile Iron Pipe shall conform to ANSI Specitioatian A31.52-M5 (AWWA
1 C151-65) Grade 60-42-10.
buctile Iron Pipe shall be cement lined and sealed in accordance With
Specification A21.4-19 (AWNA C104-71) , 4" through 12" pipe shall be 1/16" "
cement lined and 14" through 24" ptpe shall be 3/32" cement lined.
The pipe joints shall conform to ASA Specification A21.11-1964 (AWWA C111-64)
�s Pipe joints shall be rubber gasketed Push-Or and/or Mechanical as required by
7 the bid proposal description.
f
Pipe thickness class shall be as required by the bid proposal description..
may.
C. Pipe Fittings
Cut iron pipe fittings 4" through 12" shall be Class 250, as per ANSI
Specification A21.10-1971 (AWNA C110-71) .
Cut iron pipe fittings 14" through 24" shall be Class 150 and Class 250, as
per ANSI Specification A21.10-1971 (ANNA C110^71) . The class of fittings are
described on the plan drawings.
Ductile iron fittings may be used in lieu of cast iron Class 250 fittings.
Mechanical Joint fittinis shell be as per ANSI Spec, fication A21.11-1964
(AWNA C111-64) . P
Flange joints shall be as per ANSI Specification A21.10-1971 IAIAIA C110-71)
and shall be in accordance with ANSI B16.1, with 125 Pound drilling pattern• ,-«-
1� d. Cite valves 1�
Gate valves shall be cast iron body, non-rising stem, full bronze mounted with
double disc gates. All valves shall be designed for a minimum water operatingi
pressure of tvo hundred (200) pounds per square inch and shall conform to AWWA
y Specification C-500-61 and any subsequent modification thereof. Each valve "+
Jai shall be "0" ring type, provided with a standard square operating nut, and shall
open by turning counter clockwise (left) . The valves shall be IONA List 14, or
Mueller A-2380.
P. Butterfly Valves
Butterfly valves shall be of the tight-closing, rubber-seat type, Class 1508,
and meet the full requirements of AWWA Standard C504-70. Valve bodies shall
TP-2
1
$PLCIAL TL(aMICAL PR(M§1QNS
� �' �OS GENERAL 3T �"
This section, Special Technical Provisions, is devoted to features of on-the- {
site conditions which are peculiar to the facilities tr, be constructed for
W-391 N. 3rd Street,
7 Articles, materia's, operations, or meth dm mentioned herein or indicated on
r* the drawings ea being required for the project shall be provided by the con-
tractor, and he shall provide each item mentioned or indicated and perform
according to the conditions stated in each operation prescribed, and provide
therefor all necessary labor, equipment and incidentals necessary to make a I -
complete and operable installation.
No attempt has been made in thus specifications or plans to segregate work
covered by any Made or subcontract under one specification. Such segregation
and eatablishmont of subcontzact limits will be solely a matter of specific
agreement between each contractor and hie subcontractors, and shall not be
based upon any inclusion, segregation or arrangement in, or of, these specifi-
cations. She contractor and subcontractor in each case is warned that work
included in any subcontract may be divided between several general specifics- {
tions, and that eacu general specification or sub-head of the technical 4
npacifications may -ludo work covered by two or more subcontracts or work in {
excess of any one ntract.
r
TS__002 STANDARD SPE "IONS
All work under this contract shall in general be performed in accordance with
the applicable provisions of "Standard Specifications for municipal Public E '
Works Construction" prepazed by the Washington State Chapter, American Public
Works Association, and in accordance with the requirements of the City of
Renton, except as otherwise amended, modified, or specified in these Special
l Technical Provisions. Items of work not specifically covered in these Special
Technical Provisions shall be performed in accordance with the requirement,,
specified in the A.P.W.A. Standard Specifications, and in accordance with the
City of Renton requirements.
.� 11-03 P PL SNO MATERIALS. VALVES, ApgJ FITTINGS. S.M.
it
a. Gynerel
All pipe sizes as shown on the drawings, and as specified herein, are in refer-
,
vnca to "nominal' diameter, unless otherwise indicated.
1
i� One type of pipe ea indicated below will be considered for this project. All
pipe shall be fabricated to fit the plan sham on the drawings. One type of
+ pipe shall be used throughcut the entire project except as necessary to match
existing piping or as otherwise specified by the Engineer. Where relocation of
Of replacament of existing piping in necessary during construction, materials
used shall match the existing, subject to the approval of the Engineer.
-+ All pipe, valves, fittings, and specials shall be for water working pressure aA
TP-1
_i
14 ►
. f
TECHNICAL PROVISIONS
TABLE OF CrWENTS
e
TS-Ol General ftatemaut page
I .. TS-02 Standard Specification, TP-1
TS-03 Pipina Materials, Valves, and Fittings, etc. TP-1 y
^_ TS-04 Existing 71tilities TP-1 i#
f TE-05 Clearing T?-4
TS-06 Save Cutting TP-4
TS-07 Pavement Removal, TrenchTP-Excavation, Bedding And Backf111 TP-4 TS-08 Pips Installation
TS-09 Pressure Reducing Valve Vault Installation TP-7
TS-10 Restoration of Surfaces rP-8
TS-11 Testing TP-10
TI-12 Disinfection TP-11 n
TS-13 Cleanup TP-12
TS-14 Measurement and Payment TP-12 ,
TP-12
1
y
i
\ r i
r �
.1
s �
SPECIAL PROVISION5 (CONT.,
'#r
i
r
SP-39 PAYMENT TO TNB CONTRACTOROrr
E; progress schedules as described in Section SP-16 of these Special pro-
visions have been received and approved.
SP-40 L:QUIDATED DAMAGES -
y? � 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 ($100.00) per calendar day
0 plus cost of inspection, supervision, legal expense and court costs in-
curred beyond said date. The cost of additional inspection and supervisi-
sha).l be an amount equal to actual salary cost, plus one hundred percent
I , e (100%) for overhead and other indirect expenses.
SP-41 AWARDING OF CONTRACT
Awarding of contract will be based on total a= of the Schedule of Prices.
No partial bids will be accepted.
SP-12
W ., , r7+yr• �.y,. .� o-:;.-
v �
f
tT =4-1
C1AL PROVISIOt;S iCONT.l
{
i
SP-36
L. DELIVERY (Can-
t_)
Payment will not be made for delivery tickets which do not show t}^a,e
^1 of material, gross weight, n < �
inspectors initials. tare weight, truck •umber, date and � .
O_ Scale certification shall be submitted as early in the project Each weighing station shall maintain a record rucks weighed, date
as Possible.of the t and time, tare and gross weight and type of material. In isolated cases
where scale weight is not available, the inspector shall measure the truck
volume •and certify as to its full load delivery.
SPSP-�37 WASTE SITE
The �Ontractcr shall conform to Section 4.06 of Standard Specifications
- in regard to waste sites.
The Contractor shall have the romEonsibility of obtaining his
site. All work included in this section shall be considered t o n s
waste
incidental to other items of work and no further compansation will be
made.
The routs taXen to the waste site shall be maintained solely by the
Contractor a canner as described below,
The Contractor shall be Prepared to use water trucks, power sweepers,
and related equipment as deemed necessary by the Engineer to alleviate
the problem of lost spoils along the routs. Prompt restoration of the
route is mandatory.
b_38 DUST AND MUD CONTROL
The Contractor shall be responsible for controlling dust and mud within )
the project limits and on any street which is utilized by h[■ equipment
�! for the duration of the Project. The Contractor shall be re use waterf Prepared to
use wa necessary by Engineer, and other pie..es of equipment as
void creating a nuisance.
Dust and mud control shall be considered an incidental to the project,
and no compensation will be made for this section.
Complaints on dust, uud or unsafe practices and/or Property damage to
L� Private ownership will be transmitted to ..ns 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
Caty.
SP-39 PAYMENT TO THE 2ON RACIOR
POYmu,t to be made to the Contractor will he made in the manner outlined
in Section 9 of the Standard Specifications. Pay➢-snts shall be made in
Cash Warrant■. Partial Paymantr on estimates may be withhold until work
SP-il
,i
e
i
7111 Permit No. 7-1517
SPECIAL PROVISIONS FOR PERMITS AND FRANCHISES 4
Vill Applicable provisions are denoted by ( X ).
( X) 1. No wsrk fcore ond for henln •hell be Nrfo,wad .911 the bold., •hall her. Iran dA hour• norfre to
_
the District Utilities Engineer
• ( X) 2. Peter to to be"-la of construction, eh• $tat. shall .creep • pre-ewtrueclon carf.renee at Mich
q the Mnldsr and his malget. cwtractor, and ln.arty shall he Crew t.
1 / X) I. Shsuld rho Noion, ehe.. to
eeare.p the reek burn, wn hotel. rRM1 of hot than its sun Inn.., • topresar
It." e1 eon * lone atoll al .raenc at ell rt bo Mlles to cwtAnd he in de '. ,reactor
* all be
dl nblCh by the DISVI•t of tar. All roe tar, tithe Ho the gteb and tp.pattern
a socl, Verb *hall tare
forewh eon r•o eleeebtlw e( the Ne He r, N1ya tare held.r [I. 'ot to yrfen the it. utlh its sue
_ forced' 1t Cos allot to apes let w of it. .oefn*t .earl In Ito renaruN rlh ,a fro nor@sepfetf,
itl•r. re 'i lly with rh he. 11 all
shell be yogon Inc nsrrf nt�t me Ivrtnrr Werk by the Molder
within the r/ghl Of ref, gill Bald ".trades", 1. wet. ,
( X) A. A cep, of Ina Conic ee r..ncnloo Aqt be ee the lob -it-. a..d protected fr= the olawto, at all cl.o
during pen of the rona'euct/on .Wrhnrieee by aid on nil n franchise within eh. store'• right Of or.
•l (
d X) >. The. "Met or f,.eht. don. or llw to Merv, er eel wean[, or chat...dot of he No]&,. ." ri{a4
to cut. ary, nrerA, caste, dearror, dwR., ,Jeff,.,. or In am, etn.r ..r sdif, the Onplcal eonllil.
now wptatles areal grl located nor the Mphrn right of soy. except by written ursl..ew free the
0a.Irtcl radlwe. All restoration shall M, done to the utiefs[tlm rer the state at the onto .rpeat of
the refer.
( X) h. Ins fission' yress to athodula the rerk bdr.ln of...ad to and o,r.on [aid Wnek ie .a,h • eerm.r s. not
.s only the State're cent rer for In rha orrfenanca of his ratrar,.
J X) I new slNr Scue that Men placlnd its facility Within Are portiw of my rosAaA, the trench shall be
bakfllled In herlsenral lees)• net to weaod six (d) fpches .r lean* ehirkeea. @scoot that the lefae of
the tee two (2) 1... fr. ".file ".a. shall nee .....d I.. (A) lshe. In 'rose tblekm.ss, faeh left,
Of the entire .noN.pt shall be carwscred to no, lase then 95 Nr reef of the ..I.. dandle" So dard"
nosed by cwatUon cgtsel tents. The stature content of the •pbaekrnt .tt.,I.l at ten ifee of ea►
all paste. •half be no specified In, the Star., to no use rill ,.,to, n*fell.,, be .Ifwd.
ro ucaeptiq .hall be .aoe clown, chn a leven ( i I f.t
frq the .N. of on Of. ni. .hail twrlW. tc um re111 Wt roa7—�race]c,] .lq..
(X ) 9, Week .hall -. Iestrtecod In the Aar. between 8:3D _ A.N. Veto 3:3D P.P. or a di-
reefed by the 0istrict pnplaear, the n srk shall be ollewd . the rlgh�ay LleNya, sandy. at
holidays.
l� (X ) 10, In the sweet no' ells pat, right of ray uorkwr, pnd.t, fore er owed rail 18 located within ion
I1sfre of this project and will be d sturb.A "ripe teeetreellwsa then* itw will So e.r.ftll, rwwd
odor to ewiructiq And nut or replaced at the cwleelwas of wnattucUon to coca gati.fe"Im of the
seat*. All .1ga And traffic control flyless net be eslota/n*d to wrotion during ewteectfa.
(X ) 11. If d.Uiwloed Co...". by the District Glalose', .n, or all of the aruwted senrfal shall be rwwd
and replaced with .eftohl. notarial An wp.citted by the i,...let Code short.
f (X ) :1. whatever, n* ..,.a.." by.. ." by eh. DistricUtterable, and/or the Dee
ert.ent of Job., and Industries, for the
arotectt On a' the hi9nry pars".•[ wed ten safety of the worker., the .Ids of ion trench ter oeayatlon).
1 mall be eupperred by o4"Oste hall X or tribblq s a to prrrent any Aogo by rcks, sa .ttlAAt, etc. to
the "w t. Ito other cork In eon 'earth et ntsrnlon y..111 be .Ilgod yI I this ryutewnt 1e
(X ) 12. All n*nholo., Volvo .to, and lib p"Ortthamcog .hall " constructed at one, .. .1...if. to r -dery , 4
to the shoulder algw ![q Ito sAge Of ar..et or a dl vc nA M the Stan. '-
(X ) 14. TrucM. @hall b backflited as Anne @s possible behind the lofted of pipe .r see b, de fen tesachee
.hall be left ewaralght. Thin Ioelad@s intend or 1.t1klrA pits which •hall he e.w.nd r1U luals.r or och.,
.tercel of efficient at nnoh to Withstood the load of 'nlphlt" traffic. If Ito air to mt ce No heck-
l fflf"rI,h .,.riot wsch nJob,.
IX 7 A All emeal"a of road Srure.e ttoa surfaced with all, styblt aa tsto oavwa�t or covet [oncr.es
Pa.-
Shall the a.wll."d ey 7.cklnl, fv iiwl. or •w.rinp the encaserllent pipe--_
unA" the money. ^c
( ) 19. ten ehWl is placed rIlhfn • n*ttablf w...c of"
with a Marian le"G) of _ _ __ ( ) feet. Sad
i that c on* Mall N 7orkM, ad thryjh ten hlglwy Arale with a W.I. Mpth of ft.
1 is) fee, Iron ton of u.kM to finished read "Ades and . .fnlar of ch'. fed en*-holf (1 1/2) feet of
depth Jews heft. of ditch to ten of carp.
IA
i
All:.'�i':ni
Ig��pk Glkd)r'MfYpk:T®M•' IYirgi d6Ytffikf'0�11!*ItlIrR'YAswiLf;A'fiR11.!ISWY'�'tggMAt�'ml�t®f�Ldl!i�l�. . • _. :w"Rl� 1
GENERAL PROVISIONS APPLICABLE TO Al.!. PERMITS
This permit u subject to all applicable provisions of Ressilutiun No 2224 passed by the Weshingtut Stale Highway
Commission on June IS, 1970, except that any provision in this agreement not consistent win such resolution shall be
1► cocib"lling.
A bond in the amount of g 1,000.00 it required for the protection of the state u set forth In the terms of
the Wind
During the Progress of the work such barris ra shall ire erected and maintained as may to necessary w u may be directed
for the protection of the traveling public; the barriers shall be properly lighted at night.
In accepting this pe:mat the petitioner, his successors and sanjim, agrees to p:opect the State of Washington and save It
» harmless from all claims, actions or damages of every kind and description which may accrue to or be suffered by any person
.. or persons, corporation or property by reason of the Performance of any such work. character of materiels used or mairnsr of
installation, m inleMnce atilt operatic or by the improper ,ccupancy of rights of way hr public place to public structure,and
in case any suit or artion is brought against said State of Washington for damages arising out of or by reason of any of the
above cauwy.the petltbmer, his successors or assigns,will u„ort notice to him car them of commencement of such action,defend
the same a1 his or their own sole cost and expense and will •4Usfy any judgment after the said suit or action shall have Molly
been determined if adverse to the State of Weshingtoes
is Except as herein authorized, no excavation shot:be made or obstacle ploted within the limits of the state highway in such
a manner u to Interfere with the travel over said road.
If the work done under this permit interfe:es In any way with the drainage of the state highway, the grantee shall
wholly and at his own expense make such provision as, the engineer may direct to take care of said drainage.
On completion of Sold work herein contemplated all rubbish and debris shall be immediately removed and the roadway
,lei and roadside shall be left neat and presentable and satisfactory to the engineer.
All of We work hereto contemplated shall be done wider the supervtsuna and to the sstufactitm of the Director of High-
ways and the entire expense of said supervision shall be borne by the perry or parties W whom this permit is issued.
The ❑iehw4y Commission hereby reserves the right to order the change of location or the renn,val of any structure or
structures aut.or zM by this permit at any time, »aid change or removal in be made at the !,ow expense of the party or
Parties to wham this permit is issued, or their suce"ors and aoxijlri
All such changes, reconstruction or relocation by the grantees shall be done in well manner as will rouse the least'-fn-
ference with any of the State's woii, and the State of Wulungtnn shall In no wise be held liable for any damage to the ars-we
by reason of any such work by the State of Washington. Its agents or representatives, or by in, Ase of any rights by the
State upon roads, streets, public plates or structures in question.
This Permit or privilege shall not be deemed x held to be an"clusiv, one and shall not -rohlbit the State from granting
other permits or franchise rights of like or other nature tc other public or private utilities, not shall it prevent the State from
wing any of Its reads, Wastes, or public place:, or affect Its right to full supervuiot. and control coo- ill or any part of them,
A none of which is hereby surrendered,
1 The Highway Commission may revoke, amend or co ml t.us permit or any of the provisons thereof at any time by
......111 giving written notice to the perrarttee. The primitive shall Immediately remove all facilities from t:.e right of way. Any
facilities remaining upon the right of way 20 days after written notice of cancellation Shall be removed by the Stab at
the expense of the Perntittee.
The Party or parties to whom ijaa permit IS issued thall maintain at his r their sole expiceuc• the Structure or object lair
which this permit Is granted in a condition satisfactory to the Highway Commission,
i
JIn accepting this permit the grantee, his mccessors and assigns, Spot that any clams If cr injury dome to the Property of
tha grantte or any expense intoned by him through the operation of a contractor. art rkfng fin the Sate R Of any State em-
ployee shall be at the sole expense of the granter, his successors or assigns. .-
City of Renton, Ut i I 1 ty Engines.ring the undersigned, hereby accept this permit subject W the terms
and cond/tiom u hmIn set forth.
a 27th September _., u...73.
Deed this_..._. _.._. ,.....,_.day af_. _... .........� _........ / 7
Public works Director_. __ ...__...
J
..•sac r'rW a.—
.puYala,w+.-
w�111N ■.LXa.fNL-0e--Ie1v.1•'bl.
a , WASHINGTON
STATE HIGHWAY COMMISSION
DePARTI/LNT Or ®OHWAYS
District No.. __ 7 _ No 7-1617_ .
. . PERMIT
In accordance with Rr.W 47.32.160 and 170 and/or RCW 47.44.050 and amendmentx thereto, and
subject to all the terms, conditions and provisions written or printed below or on any part of this
loan
PERMISSION 1S HEREBY GRANTED TO city of Renton, utility Engineering ,
• Municipal Building, 200 Mill Avenue South, Renton, Washington 98055
to construct, operate and maintain a 16-inch diameter and a 24-Inch dian ,ter
,deter main within the right of way of State Highway Sign Route No, 405, Jct. S.S.H.
to. 2-M to Jet. P.S.H. no. 2 In Renton, with the 16-Inch water main crossing the cer,terline
is of SR 405 at approximate Sign Route Mile Post 4.20 and the 24-Inch water main entering
the Staters right of way opposite and east of S.R.M.P. 4.20, thence in a southwesterly
iirection approximately 150 feet where it leaves the State's right of way, all being
Touted In the NE 1/4 of Section 17, Township 2314, Range 5E, W. M., King County,
Washington.
4%WROVIDED:
",s per the General Provisions on the reverse hereof and the Special Provisions marked
x) on sheet IA and as shown on Exhibit A, sheet 1 of I, attached hereto and by this
Deference matte a part of this permit.
teal
I
_.i
ti
) No work shall be lone under this permit until the party or parties to whom it is granted shall have
11 n�rnex or ura waNr mr i wft HIGHWAYS
9
communicated with and received instructions from
rO X a. 6. 6111[!T exlL X w.aMMGTOe ewai
i N
This paralit euu be void unless the work herein contemplated shall have been completed before :.
December 31 ... ... ... ... ..., 19.._ 73
Dated at Be t l evoe this _ _. 1 R day of....... 19.iZ
t All Dnilwnox or HIGHWAYS
ey-....._._ D4tNtt tXelu.r,
SEP - 71973
Asetstant Dtreator for Rlaheay Development
1
'•'u tti.r.t d j
y o
Ali n}yn co
7eaJ ; �.T. r. •� A,fK
so
•rI KMN.rr rryaw... `�r.V •• •'iy J/* 1. o � V 1
kill
It
I � I
a ■ � � �
O
o �
IWv..of INminw OV'tW Wr .rld Ir.t Nv 'n alr�.1 Nb IM.rvm.rM ae+Inp'n✓"1 rrrunrM mW
10 Upnn rM �� Ir W.v1!nnr rwmin✓.M.1.f.w.r1.`I nn rIn I Iq yri.gitl In I✓mnlN
ryln Dr I✓mlllw Ir M INI MM ON r,OrrNNbn II 1M cON I^d xpMIM nl IlrnrmN
.NnDr,1 IM Irnllr.MN•d'wld.IM.IWII OI wIY re n.grrbN
� 9 w�+wr ID W M Io'eE rr linNM MnfWd n I UnNM Slnw opr
IM pwrNo^.ul n1t I/
y 11 ...nY nOltN f•In ub✓ pr1I1p NMM.VIY EntM DY IITn1.1
p)KI I�.INrr\O I✓.n NIN N IITHIM 1 VON ONIL.dr.M��
1) 1M NIlrN.eY Il.mwon MNn I✓'M t rlDl✓I re Vlrmll.,I..M wll Itlnw. n nr Dr.101✓1 fllrlll by
�' 1rViY01r IMrnlnr rM M✓nrM Wn^rvDM Utl IRMIY N bull!
14
Y
.h II Irlt W/I '✓E W of IM ceM.•rrll IrrE>dnn/r rMrll.Nn vwn.rO IM
}tDIr11V IM IpIIrlr�/fIIINN. rpl..[Vb...lemNn1.11d\.KtI.rE.l Vrb..../`.
I Dlrylrl el YN MDvd^CvN^IM MrNI MII°.IMw.NORr
IM W IIN[55 MNENCOE brood ry Irmlaw DM w✓vud Mn q..lrrwl MI AIr rl r.r IrN W°°.w'nN'e '
w;
In Mnlrsl ll
lVlr V N6)OM NOIr1NF NN Il1G
y' -- B
city vI"i."9T'I�.....
----------------
m.W
V +t
J
e
�O ..rn•Iron l n
J
y
a
to
i '
1 IM rd1.1 N My IN4 wlNn.n nw lu•IW^n.: rr�N nyI•Nry nr yvraNrN.In r11/nrul Ylr mNI.N uYld N IIY VwMk rn 01
ryllwl wlln lir mNIrM W a•'rIF r«rYiN OI I Ton RwmrMrrl n r.., NW n r4purlr drlrlxMN 4.MY rn tnw.Pf Of
1p(11tm p1 YN IRYT/A k TNIY Of Ylrly.OI OI p,yVOOr.eI 111+u Tlm Of.OdngnN Irwin Pk4M 100,dw.r pI .d.
Joy IFNyI.GIgNr.w'Ign M r puM.1,n•1m ,.1.rIIWn NFNMI Or rml[n IYti«1IM IM OpNNnN TMI... 1Y
^'i} M1prwM/MI of IM rnlw\y nr RyhO«, YI Of wFrn NIH M"Of N rM..Or—OI r,Oy,, m IM OIVy%Ir ru/eM
j pmr.d.d
'O 1 rNmnl«nNl yv1 I. •M YV riup ,.Vwo•r N 4n1 . 111 MY. ffy.vrW.Of MY work 1O M OOr4 ny
4 RYM•11tl m IM f.f«llgn GI nNr rMO Y Y rlry pr W.rgn Mrnlrngy r4pNr Mrp Of W llgn p rwmryN Of IM
10IIIO1,!M NNI IOMpI Wch York N WrF mMr4V n rol lO inlwllrl rOn IM m..nllnw4.NM O«rNv n n11nr rrOwry r:f
\ In IM rvYrl InN RNbu(d.N rM rwO;w OI F I'Mat w for IM Wnlwlgn Of.M O OOwIY NIO p'trNMrm.Orwa.nY
•OA 1YIn4FN My TNtlrN . Iltlpiry Yr r, Ol r MY ..«nY Mn yO.. On Y.GINnI Of II,Y.t«IIMn IM,
ryrrMrwlr(M. MY rwun\I/rKlgn TlrnlrnMG.. r.pV, sVW Of W .I.. rlmrwN Of 1141Nrnlr Or OII.ry W,RYTPIrn
NNI r.O,I P..kOwf fp IM tm,~saf w.MT Iwa,,"IMP U.,,..11.Ow.w.rrNwwl.M.NW It•he tltnN.p.IOr
"Im u(Ign MY r\tnrrNryGlbn,m.InlM.nt..1111'0. tnlrlp.el btirmn,Or yOyyV OI IM iw:"', rwplrra MY p.11 Of IM
} IOlbw•ry wpY r., V r.Pl.cwnMl 01 Ir.p,ww",. polnlrM Of ".1, 1, OIM rV,.Y I.t•'rIN.FY wOyk m
Iltlplry, Ngrr.r.Iry rd/p 4rp.nl.gn. WfM1 woON Of .O M pwfmTrd 4Y RNnO.d .Op.'..YN N.!Ge\. bdM by
Pwmn.«
5 In IM.WrO MY tNng14 pKboIYY.p olnw elw ux.N aIOUINrry Iy N.m n rmWNd M![MIL(INr`4nF IM INdrly
yrFLF,rn IM Opggn OI RNIrO.d.In MY 4'.Y rnMIN«w"h MY IIIN\yrrNl,IINPnO/•.M 114wIPIr 1.//a r whlr INrIrIM
`f RNNO«.RnmPl«upon b."wl.,n by RNNrrwl nl auto.MYINN4.N.:1 b.rlr4nn tlr.Gonl.nwr «.Nmn nr.ry
wlmra..d p.oumuy IYNNn,O/IA.W(h I'M,NwNV O.nN:.N1Y In.yrd p91.LmiMY NI..mlwl.-eOIIS P.m".
lurthey WM lu rrulwnnrlY wN w.FwrmrY Rnbowl from.rtl W.,v My Oan.pn II.Tr\.W. Wrla p.vpllnW•n MY
mMnw NrNM IrOM m W."Ow o1.nIMNMt.rrM IM pnNv rWPImr4 w Ie1ppF Yrra•M R.IpoNl FY fM p4rNgn
r YI O/«M.Ii.01 MY awn prOuMrlrf fYpNn
e Frrrnrll« NNI w.f Irr«Y rl4aYa NW d,*Omw f 0101oRl M wN Irem MY wtl .11 h.Ml.1♦ Im d.m q Ip
Ontryrlmn OI IM YC Iwtlllr IrIO.nv ,IOV pru«r1Y OI prlmn•«wmN l nrr, mr H..nO.d1 Wem.•w wn NNI wId
Fw.pY.w01••«My I.IO NI IrNIh.IV I., Ipll 1O O1 OIIII,OI MY.M I'III i,n\gMmlon.r,Oyf n"Ofli•n.11.10n
Ntl W,4.OI IM"I.MrNO,p by OI nI dwn.pl lO 1I.M lI,1.rvnumq«w MIo./¢p.IM:4d"WlrynrlY Ow'W NY.
Y.W 11«m IMV.CONOdY VV.",...OI IM pwl.•a hw.b,n wIY rrl.nrlw/rwr.p IrpM p dyllllp IIN vpnlrutl ron,emw
rrCOn.11W lIOn,YY,M.Mrinwlr../f,W r..N OI VE IV,.",M'/IYw Wtn...... dO.m W.OMII p MMIpNwn
p M tywd.wd NA Nd hw Mry OON IMemn.fy wd Lw nrm4N R..4o«ul.M Irnm&0,"a
J .NVO..OwIW1d Wrn clmm dwnyff r.c/MwN I OQnrnlf GONE nr..IMn4. o,I.11 WI o1 Or N(OM I.
wnh MY wrtll wryury,d«rh,W,dwnlpw Or dnhuGlqn alorwd PwmiH«IWlow peas.o VpOw wW delN T1M1.Own.
yyy OI RNunrl 1" W.I.p.tlmm N 1.4 OIOYph,W-. .1 rM am'.." OI M'r OKn I4r W nN .MW.N.!MNn Or dwOw Ip
WOI,IV,pb1.p.y.nd.I10,... lmN 114,OVO MN 0,0,by W.I.. tof n.rp.n.rq W(n Wd W K'Am IM
lub/.IV YNInW EY pwm.11«nw.M NNI mIl M.Ifnlb OI dM.OI~OY n..Icl,.1 O M.Iwt IMI Mr N h WN m
fNIM by f WyIo RNIrOd mdv V.Dui 0 Owv,,.l4.OI R.WOA,d\Olniwl.fylnl' Yr.MN Or wnpbYOM.a,M
VgnI~Od lO by FINI rr.pl.p.IYI
11 t') It trRurT.Lw r eq f:. 1c3U-)I •. N�aY1 llu p'✓j• M„jlq(pN J�
r.IHln d:. It• .lf lva.w, .Npl lyr vJ •.r tL uptJ.
rwmdl«.nNl nOl n..Nw or nagn Mn pwmO w.lhpul IM Yw n.M mM.M of P..MOM
Mnrnrry hMm<OnIwA NM wnp"nI.+grNl.pwMMl pn M.pM Of R.Nntl 1.,Ow.M1nvnNnr
P H M«W.YI y P/ANNOOp.M W w'd rriN RNMu+d m.y N Mr nrM r.rNN NM INmm..f m.s I.Gwlaf.p)wm.Nmn
YY tI111111'a PwmNl«IWI,IMi day. •Ynrr.n IYIN.,OI.b m•snrmn I.Inrrl IM YnM..1 IM ns^rNwl OI I.OT
1 OVI off,Nta1y.IIO W,,..NNI 1l m...Ii. Upson rw.Ilpl Of W.h m1.G!wld MWa IM l.Pxllvin Ih,' PwMNI«
u.d.r d.a Wp.rydMn Nd d.. ,.of IM vId sll\.tlgllll«nl p I.n aNprvwl rlWel.nlN.r.,JNI1 I..VO INdd,
POT NN'w"OI w«m RMInw1 aM.nlp.IM r.IIFI Of w!Y wN wMYUYf Of PNF WO u.I n.Irv.n wW.4Nn tnMO.M n
N.d M W41.04.r lO Oy,ud y.IWrIMNNMI of PwNPM If P..".~i Iwl W IVOO.IM'O,"ll Ird•mlw.IM wl
II�II ul w«y Kh,O H..4.m.r Vd InnY l].fl My lmwd P.drdd.1 rlf go.mar•MI(nr IN Ymr wN r.Nnl.rM1.
..IO.IpIN OI w/Y.0 11f W onus tOM.rwr.,Ntl Pwm.l.w NNI Iuv dM Gnal u.d nyMff IIINe.d.n H.nlroNl
f
' 4 J
f
alIpa1+..
H,, Q11,9T7
THIS AOAEFEFFNT, mama N•. Sat dry •X Ootober Ip7) 6alwew•
AFIRE INGTON HARTMFAH IW,.p wwr rvYoarlxm.Mnn„Iln I.II.rI ANlrowl,"•al
CITT OF u:rTOB,
Mm we Mrni el Dal gld&.I Q00 M111 d., Banton,
rasSIsinsLon 98077 t
nw«Mn«..Il,d-Iwmlrrn
WITNESSETH
AWnad. Ia ./M M mnMXwrfbn of IM In ,OHM Mertlel M b.aN 1.,1 b Iwmnln wrd nl Xy covrnwlr,wM
ommlya n««n,liw mwH to M�Nwnd w pMo•mM nv I«mnrn.Xly.nw,py�.m In Iwn.xln,wrnW wd wm•r,n
m..cw«.ra.(alw.url.m•m,am•rrd OIHLI. a 16-inah rater pipeline grossing '
r
Mrmaln rslnr.g,0 W IM 'IKMIIY. tlmon,H,'a Kror IM rrtnt of wn of RW oW u•uMnyNn Inn grlK.tM.M,
. wrm erWr M.",0. If It'rNnoaE K fM cw m.r b N w•w Beaton SW M IN Caumr d
Bing .S�u of raabiagton IO b•x•Hdn lolMwT le«x
a}
.� At sarvay station 68g plus 90-9110 Plat 12 plrg 4910 fast-- ----- -.--r
/� **lore& red
K TKyn eT faae,YAMtl•nI.1•n•on tM 091 MNo such. , rwrad E.hrl -A' do" July 7, 1977
rd gY Inn nlw.nt.rMrnu•nTH .1»I Mr,nr
i
I«mII1N m fynaldw.lYln el p6n Irtrr,y«,x pnmrMWn nn.n.!p.rl�Mll na,prlm�y.n Idlewa
1 TN•minn wxl lyv mrm,wlr.rn A«Woad ra Nl.p«m�I N..um of One Dollar (61.u0) fir the
tel
tern, ro*olpt of whisk to hereby aetoorlg Agod,
NM NI I..n rN.Wyn«na IMI mry n•W W ur.wyq yNnq nr11KxIIV PMYpaI niwrn iM rani le.nny,IM rM ��
TnwN N arry,mH w•nM rnn pmm�raga m.In Mlntr,rnn mniy Il*I dni wr„IM non.• Tnn Mornw�Irw prymNl NMI
n+.rr nmXl Ran•eael/enI of,nmrnalron unXw I«gape a nwsol
J InmXln N I«mll.v a Y.M Nan n1E r�pnw NMI bcFN.Im COMI/ufl •tern,•uf'.mwibM wad rrgw,M
IKXar WK.q M.rw•.ar. in OOCurdan*e ritF s)eelfieations provided
la &ppllgatlon dated Jure 140 19730 heretofore approved by the g&lro&A'e
}{ Bglosel Manager Inglaeeriag.
•
t
,rat.
E
1
Ianwdiw NN IN M IM N<nM✓/n. wq/awns ,M ••rlw el IM Fn ,W To w11",I.IM
�fOVn a11N t,rA.IMIMIM,1 d IM Owlagn of A«nud open WnM.n PH IKtlny N M[NKJ Sag Suynln,VMrnl NNI n,w
MOMENT
1
+► tF
CCINSTRUCTION OF Ist LINES ON RAILWAY RIGHT OF WAY
B GENERAL REOUIREMENIS 01" ,I uhW, I.I.,..« VKCI M Bcleaa Wil w NohS Of." 1.0. of y M.MI uonaorot 10 t .nl Amwlc/ Ra
lf."."
alf."
ryM Kp E1wIM A.. . lor, SPpd M...... If a0rnbuow m she Unload guW eyd OMl.onto,, 1.turn.,nNrnboh.Pag norm, ye I...I'op .n
t&PA 10 loosed aM amwNad by the EONe 0 TfanMorl CO,IeIW $101 CMN 0 ConOtuClad In fA or When least w port M wwn Mil dy
W-1G A nl[Mr dw"Ot MOIKIgn InM yK o"MoM,th.1M NIPIM Wpea O,W.I.I.W,yetlln0 loll N atllnfae to,
Fla.sod gK,IgaPOM to,NePOMb tM'alwlO.woo M wbm.l,aB 1.rNINe,d.nagn auOp,nnMnt aM., the ail 'Ise, OI IM..M..APmPonY
I MM.tOnwmc.On N be,NI, P1pr MN, b1... lP.0...9-..#me nN11M OI ley. ,,.poets pp1''.. Ishp.of erMlrl{,1.0I.n PI ast'" loony
.,t porn., rr[II1 of ... IrM.nd 0.0 1"..OI Nscu. and railq.Y 'as. ',N, Plan MtOuld Ilto sn Pyv A, lKlrOn Its Mtllontl It"ItNd wets,
shoo,-,y Plw m rMalWn 1➢ K1.0 Clot".of ground end N.*.. aor.rprm dneryf bey Of roamlal to he oNd,aM Ioc.upn PI Iwam9.M rwpriM p".
f.. I Op.n tunny M N,nnfq N nK.aawY,dwarlt 01 MYlrry NO mPmOtl of NIOPOr11rp nosy.p d.v'M R,..mould o.Iowan
rP TM a.K11NYh of the W011,On 1M rNIWIY light of Way,mcluday that Wppo11W4 of tlKAt,by be Wowl 1p Its InapAction Nod dAKUOh W the Rfesonal
,11 Mey ammo W4 PI Its RNl.s"C. V.
b Plp.IIMs wheal be rMMIMI uhdor "sack.by o N.,t,Is, IKLiM a PfKl capo EMily..tw.tron mu.,nor.aCPad ma..'"dCm.1N of m.pyP JNtrry
M bonne of twfYEwad m.IN a,. tell lrP Is,"M O.ph,WIm Ilanya.,bell.Or,cuolln,W111 not W p.oh.11 d,
►ys llnw mNl M 6.11", Whdre Pracbc MM,tO 11004 I16.13.1.Owo.r,alary ryNl aneMl inwalo Eat onlwabb at hol W.than 45 dW9 Md MOB nut
N Pa."W dn,n.CUNa t..n ndwey Md&a M tb Ion 4151Nd 10 MY pMirPn of any 1NIYWY Mid9..Di no."M MAN ggorgnl RwCEPn,..tell
In pBCNI<IY.she to.by apKial dp.yn At ptaloved by the M4rtan1 VKa W MW f EnVlYwny of mo RJi1N.y C.-,"'.
! plPo bnw Ibd Ill"ossOrnall, Pn ra,IWBY li9hl OI Wry "a.. be I st" K IN o wMKNy NO,ahY "Pco'M Olnw ,mprbnl Wuch.'*'p1M I' .
Wry,M flNnmN)y PfO of Of ptwoc:.wN PrlMun KKNM."Ain )S Irwt Of Its M conpN of any nos M y Of Wra Itself W f nea,of dWhwW trOht
Wha9a to I.y broil,OulbMe M oUw rmpMlMl Nrutluq,well M M wets Ol Of panel,MN9n P.pw...d by Its A."INtl V m.RpiMnLElylM.rNy
M the RNh1ay COmowhy.
RpO'Mw Nq ION tud,nNry on the r.,INM rynl of W4, 50 owl or bft bnm Ina NIhhhh ma M tntY M.a111M W ryd."low Ina,d 6"1r0,the wwrM
W11.1.to IOP O,o.M.
Whist.P,Pa nn0 n Ipd,Ora loan SO IMI Ito-I,,.canlarl.n.nl tnc.,mr .mu [araf that.be I I..I
If addllgMl Ihwo. NI .PMUK11e in 'M IUNn, 4r R.hrvaY Company delve minw to.' IONIbp mould M WMen.O, the utmp malr M ...shod
CoVIAppMg9ly.
* ►1►E LINES CARRYING FLAMMABLE SUBSTANCES
Th.,mcl 0 ,dl gel,Ea.oune.OBvowum oloWltn of orcw hNnm.ble 01 h,ph,rda01.
WbYnO unOp weMun
APPROVED CASING PIPE LAME FEES FOR E/3 L289MS
Side,OI Call I1on so,MI wa.wm
1 ALL MINIMUM DIMENSIONS MEASURED NORMAL TO (OF OU(SIDE TRACK IN
WALL Inl KNd f {T El C 11/1
B IYIM YIEL { NI TY A EII
RME COATED OR PIPE NOT DIAMETEA Of
36'Mtn ICKoy P.m S"W4 25'Mlmmum CAa,hE I,pe Kakdl_ CATMOGICALLV COAT[OM PINE
L�_ /AOTECT[0 CATN001CAllY INCHES
A6"Man.(CMnf Plw Open)O S f— a6'M,mmum lCal,E npB opMl
b MIN TNICKMU MIN THKKIIE111
fi" WMIN Mlmy.n. WOB { e�Mn 10 ST M ou.tdB IN bMI I .,
Nstiffs
7 OIts 0 1Y UMbER
n
pM 0)19 0)[1 I.AND IB
yl.�I 61dtlA RA OI as. n )13m
aN60A RFA 6 'afithe alsoO � 03e4
2 OM nl ) _aT{ J>. �
MIN 0314 oa0d I N
1 0 AM OMB HANob
O4M1i 0500 23
)'MIN LIB..MIN 5.6'"MIN T I OM9 0q1 3a ANoN
MIN 0{w OM3 M.O AND.)
j --------- -- -- - - - - --- - - - - -
SILAL I PIPS IS"settle for mlwlhum wall thxbRul SEAL
ARRIEN PIPE TO MF F'CURRENT A.R.E A SPECIFICATIONS
IMIM d,wMip of capne press shalt e.Wd ounrdo deywm of cwrIet prw by 3'IOf CNNMr CANT IRON o,W ,
VE
ww PIM
Less they E" harrWrar .i'A"fw S'-10 16'cevv p ww,and ay,"fw tNryf p.w peaW they ImtontonoD. mull be DY oSth npltn
Id"damp. melI conform m pmN 50 StIttlNM An,,
SwcAKww+ p71 claw 150/w 17'and uMp
PIPE LINES CARRYING NONFLAMMABLE SUBSTANCES and .lose 36G /w e.w 12-. p,w os nPae
Yls, mtl..,dK tuam wain w W, "Oh Ildah, ft IubnMn Wh,cn NOm 111.nun IN nMCney"rwnn w.o,pnNWn CWalfy.
on.estn myhr cauw IMnMSI ,1 Owplry on M I. Its permb of,NlWay pf0wfty 5ea.r1 I REINFORCED CONCRETE M►E'
eyd Mesh.de hot Wessel10 cKIM ww.-N CO1101UOM e.N'WhKh Wdl argan/r Mt-14y 01 Rw.hell.Omar,10 CUIWN AS T M.C.76
1 I FSE,but V10 of Pltrm.Vertgln b w.Mn.tl E 11 rwWR Iwdme Iple IV.well"6"
AFPROVE7 CAA SINGGPIPE
IDo C0fhR Derr ft, METAL►st.
Still or Ca{1 IrM Its NI Mecum pow e,'wo gala red. abelw D011dad
Re,nlMod Ca.CrAn w forrr.ga(ae Mfu'Io1 Weount ten rnM IfIO P$' Mu oOnW cwN'1
` ALL MINIMUM DIMENSIONS MEASURED NORMAL TO �,Of OUTSIDE TRACK Gag.el Mew GIa.WMr of
S� 2 >< Men gelYNM9ey PAPA
1 14 <I 1 5 O• 12 U.s sod vp Mohan,
me z¢ Q�� p5 M,N U M to r unJe1
O'" 12 34,30,Nd Is
�. II Uan
]] L f0 d M --
w lH=u NI 6es-3'MIN �
• Q W I='6rt N VGA �
~_z What. . 1d
u #S Wn m e . of its ry u, we DBIOW gleuld
�• are.,are., 6 E" O Ilip
toy that has w1laDly MO HO !hot 1A9 III
MIN. MIN T Leyo o/romp mMWIel,Du*o,,SILL nw Wbdlny
1'MIN Wlatl 4.
Nib IaDN/M m111,111Mm Walsh Aryl I:.
oslEa W 1ha.pry elr e1 or M)ova Io..nd tunnn esrJ wore r„p,.yip IR.,INN Tray bf NN olnn,wat.daA da,,•aea,I el1wdM
M tIMR I119RIIaT 11M1 ne.aga w,i to mMuctW aWN Irom rNlWfy e1p 1 w tlrul:lum
.a� CARRYIR NRI TO MEETCUII�T . 1F1CA
J7 ANI{tM�BN e/dwlry p,w shot,.wstatilu.n,M dMN, o/ err,Pr ww. IOIM. w IYupluye by 7" Its cNnN ww Nu I11arI 6" m
Ey rabbeg Id A"lot wN,N ww 6' to dalNeNr aCd WON.
4
�1
" APPLICATION FOR PIPt SINE PERMIT �
4
TO WRLINGTON NORTHERN INC. OtNa _June 14, 1977
I. At whet Station is permit deuredT Station 682+90 (Old PCRR Co'a ;forth Renton Branch)
2. Full name and address of Appl.cant
City of Renton, tisaiclpal Bldg. , 200 Mill Ave. S. '
Renton, WA 9M_ —
1 , If Applicant is a corporation. in what state incorporated?
If an individual, under what firm rand is businea conducted? _
It partnership, ONe name of all parinins _
1'.
a. Pruduct to be handled In pipe hna Wdter
S. Pipe Or CARRIER PIPE CASING PIPE
a. Oetade diameter 17.48" 24"
C. Pipe material uct a [on yt' e'�—
C. Specificatmns and grade ass
IT
al, Wall thickness 406
.. Actual working pressure 125 lbs.
i I. Type of joint Tvton Joint
g. Coating Asbhaltic Welder:
h. Method of Installation Ooen Cut _-- Open Cut
1. Will cithodic ,4oteclion be provkledt So No
�6. If pipe is to be placed longitudinally with track,give
a. location of pipe in relation to center line of tier,*
. depth of coverage
17. Reference plans (attached?
a. Drawing number Exhibit "A"
b. Prepared by City of Renton
Applicant egress that if Installation requires any or all of the following work, removal end replacement of ,rack, brldip,V -
pgtecrion of track or Oder mii"Y lecrllf'"by work or flapping,engineering andior ruperw an, such rmrk is to be p*nionn ed
by railway employee and the cost boom by Applicant it on the opinion of the Re,/way Company suflrrrenr hued d invWvgd
eft Applicant will by required to furnish liability and ry damage /nwrwror in toms and amounN ard0scrory to
a
aurbrigron Not'drern.
I �TLYtofRWIILVIIV
F: Public Works Director
IAPwr.n err n onnes n
(Title)
k RECOMMENDATIONS: lit additional apace m required Metal supplemental sheet)
i
t to
I `�,,,
v �ra1CATION APPROVED: T, N. eeACKFT"M
'7 wtwewttl
toosresr alas Etlfrlewno) (AM V,cevrerrWnl Operational
rInd.Visit hwMn-Eiprwwx*I IFeeerl4 Menaarr k,le�tw W4)
.'OIW/abPl 1??q hlnW in U;A.
v
e
TS-;a WASURMeK AHD vAnZNT (Gent.
1 J. Furnishing and lnata let :n of MC Cold M}x Asphalt
the
le
Cold Mix Asphalt shaaymentbe mtsAuxld and of which shall constituteid for t full compensationpforafurnlsh-
price, per ton, payment
inq and inptalling the material in place complete. ..u,:.
'�v
k. Furnishing and Installation of Asphaltic r Surface
f Restoration
The unit bid price per ton for asphaltic concrete surface restoration shall
constitute full compensation for the following; - -
(1) Roadway vntchinq: Asphaltic concrete patching shall be measured
{ and paid for As per Section 54 of the standard Specifications, pay-
ment of which shall constitute full compensation for the resurfacing
complete, including subgrade preparation, the required crushedrock {
bass material, preparation of and connection to existing pa
base course, tack coat; finishing, and all necessary incidental '
i
work. f
V� (2) Asphaltic
he tic concrete surface s face restoration shall be full compensation
per ton of
aap compnation
for all labor, equipment, materials, including surface preparation,
and tack coat, and all other incidental cost necersary for furnish-
1.19 and placing the asphaltic concrete, Class s, overlay.
:
;
i
1 t
-.i
TF-14
1
A+jSS-10 IIEASURT3tENT Al$) PA YliSnT_jCont.)
b. Fur{}shinw i staation of water Vit» `
The price per lineal foot for installing of the water pipe size,vclaaa, aM"
quantity listed in the bid schedule, shall constitute full compensation 'or tfis
water line in place, complete, including: clearing, grubbing, stripping, all
pavement removal, excavation, trenching, backfilling, foundation preparative ,
vrmpsction, pipe laying, jointing, fitting installations, sheeting, shorirge
dewatering, but excluding saw cutting, temporary restoration, cement concr
and asphaltic concrete resurfacing or patching. I r
C. SW Cuttira "'. ,• .
The unit price per lineal foot for saw cutting shall be full compensation for
all labor, materials, equipment, and incidentals necessary for the completion f
of the work as specified.
r
c. Furnt hi and Installatio rile valve Assemblies. The
unit price per each for furnishing and installing gate and butterfly valve
assemblies, size, class, and quantity listed in the bid schedule, shall consti-
tute full compensation for the valve, valve box with extensions, if necessary, '
concrete valve marker, and for all other necessary accessories for a complete ..
Installation.
f" e. Furnyjhiw. d Installation of Fittings (Schedule A and S�WUIe C1 • Fitting
installations shall be incidental to the contract.
t. pUrnishing materials for pressure tte
_Jucim Station (Schedule B)
The unit price per each for furnishing the materials for the 12" and ♦" press
reducing station shall constitute full compensation for precast concrete vault,.
pressure reducing valves, pressure relief valve, gate valves, fittings, by-pur;
valve assembly, pressure gauge assembly, shackle rods, pier blocks, ladder,
paint, water proof barrier membrane and all other necessary items necessary fot<
a a complete installation.
.� g. jgptatlation of Pressure Reducing Station (Schedule B)
The unit price per each for tho installation of the 12" and 14" pressure reducing
4 statia shall constitute full compensation for the excavation, vault placement,
• installation of all valves, fittings, and necessary accessories, placement of
e water proof barrier membrane, painting, and all other necessary functions
n!1 required for a crnpleta installation-
h. Furnishing and Installation of Concrete Block a
Concrete blocking shall be measureA and paid for at the applicable contract
price, per cubic yard, payment of which shall constitute full compensation for
furnishing the material in place, complete-
I. Furnishing anxt. Installati I of Select Trench BasX=
M Select backfill shall be measured and paid for at the applicable contract price i
111 par ton payment of which shall Constitute ftill compensation for furnishing and
installing the material, in place, complete. ,
e
C-11 -VSTING LCo Lt—
a. General (Cont-1
accordance with applicable provisions of A.W.W.A. C600-54T or C603-64T and -
Section 74 of the A.P.W.A. standard EpecificaLions, except ge modified heroin-
taste eq,.ipment necessary to oaks the taste shall be furnishert by
and the � ahau c,�uct all lists under the supervision of tht
engin n
Prior to acceptance of the systemF i, and
any
shall be subjected
developLny
hydrostatic arassure test of 300 Ni, and anY leaks or imperfections
under said pressure shall be remedied by the contractor befo4Ulpment and final shall
. of the system. The contractor shall provide all necessary ea Pa
perform al.I work connected with the tests and conduct said tests in the presence
of a Utilities Department Inspector. insofar as practical,
ree
.r with pipw joints, fittings and vali'es exposed for insp6ctioa
C. &S11Kaae eats
Leakage tests may Dw required after the pressure test has been satisfactorily
leted on the new pipeline or concurrently with the pressure tut' The
ostatic pressure for the leakage test shall be aqua
SA-12 RI�IWISCTTOW
Of
Disinfection of the now water system shall be required prior to comple 01tion54 and
d
the project and shall be in accordance with A.W•W.A. specification+ C6 -
Section 74 of -he l•k.W.A- Standard Spectficat entrat
ions end shall seat. en of
ion acoeptancs
of the State of Washington Department of Health. The initial conc s
chlorine Ln the line shall be SO pszta per million and this solution shall be
ta
no
held for a period of 24 hours. Disinfection of the
bed under this contract, inc g P isatfittingswater sys valtuis lied
or ,1lstuxludinipe, P Pe
appurtenancsa, ra required to conform with the specifications stataA harem.
TB-t3 ci Y.ANUP
rk is in progress, the contractor shall make every
During the time that the wo :
effort to eeintain the site in a neat and orderlyfcicoondition- ,All "e bs reroamd
broken pi;*, excess excavated material, broken pa
as scorn as practicable. Should the work not be maintained in a sstiafaetozy ion
condition. the engineer may cause the work to stop until the "clean-up' Po
satisfaction of the owner and/or euglnsar•
Of the work ha: , •en done to the 3
TO-14-.-MjU CHSN" At7f� PAY/fEN:
a. GMOX#A
Unit or luep sum bid prices for all Ltams shall include all cost for labor, +.
equipmanrt, material, testa relocation and modifications to exists utilltias to
all incident-1la necessary to make the ins talLtion erm plea and operable.
a
w
TP-12
S
r,,
rs=iq,lv�rau+T'aa ce siu�A;:s, (Gunc �
C. Qverlay - Asphalt
Upon completion of the water main installation ani road patching, several E,
area will be ovorlayed, sa deu:led in plane included Jr. this compdocuensation
'lfii
unit bid price per ton of asphalt raatoratinn will be full all incidental
for
fjdtfi
all labor, equipment, materials, including tack coats altConezetdeeClaslse s
necessacy for furnishing; and placing Y p't' rid
(1.) Tack Coat Preparatica - prior to applying tack teat ell the ■tree
to be overjoyed shall be thoroughly clwaned. The streets shall be
swept and flushed with water until the surfaces are absolutely fr
of all dirt, grease or any other foreign matter. Strut cleaning �..
shall be considered incidental to the project and no further rom
action will be made. °,.
r2) Pre-leveli.nq and surface course', shall be Asphalt Conc�eu Class "!"y
and shall conform to Section 34 of the Standard Sp&cCTdCatlmx x Pt'
thet joints between successive layers of asphalt
laterally off sc* a minimum
be
o!. delve (12) inches inatsad of two (2)
inches as called Mt in Section 34-3.11 of the BCanOard S?eaiticationa..
r
An asphalt tick coat (SS-1) shall be placed in Accordance with Section
34 of the Standard Specifications. The tack coat shall be applied to
all existing paysmen, surfaces, asphalt or cement and between ancceas
ive layers of asphalt conzrete'Ptpa tack cost Tack coat shall ll eonsid" be
applied to curb anus qu
incidenul to the cost of the asphalt concrete.
pre-leveling asphalt shall be applied in layers not to ,+xcaed
(3', inch" until street grades nave been adjusted to withintwo (3)
inches of the finiahed grsdo. The surface of the final prn wm
course shall be finished to the same to',eronce as the surface course .fµ
and shall meet minting surf+ces in a maooth transition.
'STe surface course shall be applied in a continuous application after
couple<ion of all pavement preparation and pro-leveling of strut
grades. The surface eouras shall be placed in a layer not to mcesd _.
two (2) inches in depth.
(3) Adjustment of existing maMol", eta• Adjustment of all it~ stach
AGO
as valve box", catch basins, manholes, mnmmont se ad uatosnt2 will
done upon completion of the asphalt overlay.
These adi
be considered incidental to the ccntraet.
Where monument cases are to be adjusted to a new grade, this dull be
accoapplrhad by methods eo.tfirming to Section 53-4.03 of the ltwn0ard t
specifications.
. � Tl-11 TlSTZH4 �.
a
y Hydrostatic pressure and leakage tests on the now Pipeline shall be made in
ti
T7-11 e`_
.ra�Cv,o, M
n
s.
,t
SCNEDUIB OF "C" PRICES i
r. {
i1 ., (W-395)
}'I N. 3rd Street
1
I
SUD-Total s 19.09R.00 (.
�. Tan s 1.012.19
TOTAL �_ 20,110.19 !{
T. THE UNDLRSIOWiD MEREST AGRM TO START OONSTNUCPION WORK ON THIS PMhACT IY AWAADRD r•„
N/N WITHIN TRW GO) DAYS AND TO COMPIETS TRF: WORK WITHIN SIY.TY (60� CONSACUTIYB
f' C1 LMMR DAYS AMR STAWM CONS.rWC710N. f .
OMI ! THU 20th DAY 1993
� . TITIX Prccldent ,
5' ADDRESS 94,00 Fxplre Huy So.,
• Seattle, Wash. 98119
1
`i
f
� p r
A
4
n
<r
SCHEDUIP OP ors PRIC7S
y, (W-395) �
ti. N. 3rd Street
Notes unit prices for all !tars, all extensirme and total amount of bid cant bar'
shown. MMW unit prices tr. both Words and firyures and Where conflict
occurs the Written or typed Worde shall prevails.)
APPNOHIMATE UNIT TOTAL ..
-ZOEM Y hY.,«�CRTPTIOrI PRICE MICE
1 370 ' rurnish and Install 24" Ductile
Iron Class 1 (T.J.) Water ripe
S rl.Ir.�f1�� r 12,950.0t;,
P er L.Y. (Words) ;r7.9ures)
r. 2 36 Lf Punish and Install 12" Ductile
Iron CL 02 (T.J.) Water Pipe
,'�nry Anti.+row T S 20,M r 720.0p
Per L.P.
3 Boo Lr Saw Cuttim of Asphalt
1. S ea .eras
Q 0.01 8 8.00
Per Lr
4 2 EA Purnish AM Instal/ 2" Blow Off
Aeo�m..b s lie
-L On- .IWL1r,.A laity .+td t�,��, S 150.00 L_300,00
Per Ea
5 4 CT rurni.sh ",I nrotel'. Concrete
Blocking
;! TLLLL IstllarI J-�19,00 ^ 120.00
Per Cu. rd.
l I
A TOM Furnish and Install select Backfill
Material
i MM Ant tar. ,S 2.QQ t 400_00
Per Ton
i 20 2m furnish AM (:.stall Tr.* rwry M.C.
Cold Mix Asphalr pwntolatioe
§„J MALY dnll nra S 20.00 S +00.02
IYL Toll
8 210 TON Pairniah Aid Install AAnhaltic
Cone. Surface aestoration
S Teen. a npllazw
Per Ton
h
SgIIBWL£ h•," Ur rt.tcr::, x
f,
a, A. 3rd St. Prenuure Nuduciny Statlw
(Note) Unit Prices for all items, all extensions and total amount o` bid sntat b,
shown. &tar unit prices in butte words and ti:,ures and whore conflict
occurs the written or tvtwd ws)tds atw)l oruva11.)
APPROXIMATX UNIT TOTAL
r, 13:_ -QUANTITY OL':iCtij k?1fR1 - MUCK _ `PFICX
1 1 to furnish notPrials for A 12" and C"
pressure rsduci61 station with r
pre-cast cooe:retu vault. fG
�. Eight thou suuJ N,300.00 8,Ow.00 l"
t' SthtmaywAt'aC dollar» y X1X!! ;,tIYNBl1f11!
Per ft. (words) (rigurev) (riguree)
3 1 !R Installation of 12" anal a" Prusaure
adducing 5tattun dnu Uwne. vault 130U.00 1100.00 t
F.v"E1YiYAYy3(ASIIXXAX 71_lrtoon Lundrrd dntla:.� ELaraa /
Par Ea
3 2 C.Y. Nrnish and Install Cow. blocking 40.00 f $0.00 tr-t
G' $VARXrRNXXAAAX I ,)rtY 2,�1isr;: 5. 67lriYX E 8Y8RX
f Per Cu. Yd.
a 16 TOM rurnieh and 'Install Select baekfill
��++ Material five 5.00 �'L $0.00
l , ESSflXRS1,0#S1=fIX1)1 dollsrt. 5 INN"
Par Tons
5 9 'ROM Purniah and Install Asphaltic Cow.
Surface Restoration 240.00
Thirty dollars 5 30.00 f2glX!! F
Par Tone
Sub-Total 5 9700.00
5.3e lisle$ Tax S 514.10
TvrAL E 10,214.10
Tk31 UNOBMSIWISD BIDDER WBRPSY AOPf6S TO START CdiSTRUCTIOW WORK ON THIS PBOJSCT Ir
AWAMW BIN, WXTMIU TEN (10) DAYS AND TO COMPLtTS TNX WORK WITHIN SIXTY (GOl '
CCM= rJIYE ChXJMDAA DAYS ArXA STAATINO C(AWTHLXTION.
DA'14) THIS 'Oth MY 01 1leeemberr_
r
TITIL PryajA11Or
ADotS'ib ? F:ant rc Way Sty. Seattje. fta. 98118
{
' SCNEOULZ -A" OF PRICES
(N-395)
- N. 3rd STPEET
APPACeIIMATB UNIT TOTAL
V2,I�=z-y uV.:iCRIPTIGN —PJ=
10 1 BA Furpfish --nd Inetell 12m Gatc Valve
(FLxNJi Asambly
g Pour hundred dollars ; 400.00 400.00
Per Ea
11 1 8i1 Furnish and 7118tall 6" Gate Valve
(IIaMJ) Assawb)y
;One hundred fifty dollars ; 150.00 1 3fi0.0C
Per 6a
12 AO C.Y. Furnish and install Corc. Blotting
g Thirty dollars ; 30.00- I_A00.00
Per C.Y.
1500 TON Furn_rh and install Select Seckfill
Material
g Two dollars _ = 2.00` g 3..000.00
Per Ton
14 70 TON Furnish and InA r 11 Temporary MC
Cold Mix Asphalt Pestoration
LFlfteen dollars ; 15.D0 g 1,050.00
Per Ton
15 760 TOIL Furnish and Install Asphaltic Caw
Surface Restoration
;lurnty dollar4 T- S 20.0(i g 15,i00.0D
)VT Ton
I'
a Su!, To•al 5 63,187.00 P j
5.3• Sales Tax ¢ 3,348.91 t [1
1
TOTAL ;66.53.5.91 {..
T)r/. o"OMIGNL'L RIDjSR WFUM WPZM M STAR" rrNtBTROG7'LON WORK ON THIS ►l:D,)aCl' .t
1 ANARm H.IM, MITADS TM (10) DAYS AMD TD CJIDIETE Tw NOW NITI:IN 81"y"MY
CM1SE-* M CAZ-DMR DAY$ AFTER STARTING C010TftXTION. .
DRlt TI[IS�� 0 h DAY Or Decembar .1"3t,_. .
I {N�
,' TITL£ YtfacwPrasidSlli.._ -
. ADOR6SS- yfa_Pentroy" AQ-
Seattle, wship6toa,.,,, ,'
r.
t t �:-
.
Mw+rwris m61YGraar -wr..r .�,n.rsWw u . . . . •�� � �f I
)
♦ 1
I
£CHEb11Cc -A" 'A" 1PTCC£
F
-� (W-39S)
N. Ird Street
(Motet Unit price* for all items, All extensions and total count of bid wust
be shown. Show unit prices In Loth words and figures and Where con-
flict occurs the wr!tten or typed Words shall prevail.)
APPROXIMATE UNIT TOTAL
j +EM (iUAW-ITY Pt.�Sr RIPTION PRICE PRICE
1
2 1300 LF Furnish and Install IC" Ductile
f Iran, CL S2 (T.J.) Water Pipe
3_1!mn141,f.Ive_dlLllarA .$,s5_n0 3325f30..00.
Per L.F. (Words) (Figures)
2 140 L/ Furnion and Install 12" Dictils
Iron CL 92 ,r..7.) Water Pipe
LC,6.dol .ara _... jt L nn__.._ SS 3 I m no
Per L.P.
3 1@ LF Purnish and inntall r+" Vuctile
Iron CL 02 (T.J.) Water ripe
iSJA dallarr ;a,(in 3.—.jAn go.
Per Ea
4 40 LF Furnish and Install 24" o.b. Steel
casino pipo, .464"Wall thickness,
open cut instal la:.iw
Tveni v5,3141 @is 125.00 $1 am nn
l Pet L.V.
S 2900 LP Saw Cuttlto of A!:pbalt 29.00 U
PNr L.F.
+ 6 2 LA Furnish anal Install le' Chen 200
ruttecfly V•.l Vss (M.•Id1.1) rt'i +biy
$1300.00 $ 2,600.00
Per ea f
7 1 LA rurnich and Install l+." class 150
lluttutfly Volvo (MJXHJ) ne,aodrly
O�v theaunl�� 4�JSt AIJWQLW-
Per Ea
.1 @A Furniuh and Install 1t," Clas:: 200
Ruttvrlly VIsVe fFLxPL) As:,mbly
�.IhSiti9@.(i.bumQzed�tallara sl�nn.nn s�-10(1.D0
Per CA
1 S aft Furnish and Install 12" +:ate Valve
3.Ym1(: bwdrrd_d@llaca Su00_00 S 2.()OQ
Per XA
r
n
r.
r.
TO THE CITY OF R£NTON p
RENTON. WASHINGTON
Gentlemen:
The undersigned hereby certif that w 0 has examined the site of
the proposed work and ha, ad and thoroughly understand_ the plans.
specifications and contract governing the work embraced in this improvement, and
the method by which payment will be wade for said work, zid hereby propose to
undertake and complete the work embraced in this irprovement, 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: 'bit prices for ail items, all extensions,
and total amount of bid should be shown. Show
unit prices both in writing and in figures.)
f�l;ii( CCIUCCIA.CUWS18UCiM1!{ �1la�� �.
signature
(;1r17N rOLUCTAORj_GAUCC , Yaa Vies.
c��N3ikUC1ION CV.
Address ^car,fr.mIu,L
, 1YA, y;;118
Names of Members of Partnership:
_ OR
Name of President of Corporation yam: ,4 ..
Name of Secretary of Corporation _X <
Corporation Organized under the l of :-ff',1 k',i
With Main Office State of Washington at
� � .
9 IF
BOND TO CITY OF RENTON
KNOW ALL HER BY THESE PRESENTS:
That we, .he undersisced FRAW COLUCCIO CONSTRUCTION C(1NU,ANY, a Washington
Corporation, 9600 Fapire W�_ 8outh�8sattI.S Washington 98218
as principal, and SAPECO INSURANCE COMPANY OF AMERICA ccrpuratlou orgalad
Madeeistlas wider the laws ot�the State of WASHINCTON
, as a surety torpor-
Mon, and qualified undat V'r law of Chu State of Washington to bacon Burr
« ty upon bolds of contractors with munftipAl corporations, as surety are jointly
and swarally held aad itrmly boun4 to the City of Renton in the panel sum of
y96,g60.Y0 for the paym.nt •t which was on demand we bind aura*lves and our
successors, heits, admintarrat.rs or personal representatives, as the case may '.
he.
This obligation to entc;-�u Lnco in pursuance of the statutes of the State
of 49himaton, the Ordinarc. of the City of Renton.
Dated at - 64.h., tt:•n, this _day of , 19,__ ,
Nevertheless, the cOD41L , ns of t"ne above obligation are such tnat.
L WHRREAS, under and pu, •ua , to Ordinance (or Resolution) No. or by
Cuut: it action of be City of ,ntoo, passed „_, 19 _, the Mayor amd
City Clerk of said City of tenraa have let or are about to let to the sa1d Fj&K COLU 0
CQMBTROCTIC4 COMM* abuve bowmdet- frtscipsl, a ccrtain contract, the said contract
b@!ns atsbered 4n9 providing for yATF AT ZN INSTAL: IONPIMt N_ 3rd gT,
EE1iA6141 NOUBYR RAY N.L-M. OL RZS,,_(W-3951
• (which contract is referred to Lorain and is made ■ part hereof as though at-
te.dted hroto), and
WHEREAS, the said principal has accepted, or is about to accept, the aid
contract, and wtdertake to perform the work therein provided for in the manner
and within the time out forth, r
O
NOW, THEREFORE, it the said M" gOLUCC10 -Nf$TRUCTIOF CO'no{3 faithfully is
poriorm all of the prw:siomo of said contract in the manner and within the time
tharefa eat forth, or within such vstensions of time ea may be granted undei
said contract, and shall pay all laborers. mechanics, sub-contractors 404 materi-
al, man, and all persons who shall supply said principal or rub-contractors with
�+ provisions sod supplies for rho carrying oa of said work, and shall hold said
City of Benton harmless tron any loss at damage occasioned to any person or pro-
perty by raaen of say carelessness or negligence on the pert of said principal
of any sub-sonteaetor to the performance of said work, and shall tdemalfy sad
kold the City of Renton hatmle►s from any damage or expense by reason of failire
of performance as specified to said contract or from defects appearing or dowel- 3
aping is the material or workmanship provided or rerformetf under said contract
within a period of one year after its acceptance thereof by the City of Ronson, j
them aid Is that went Chit Obligation shall be void; but otherwise it @ball be
and remain to full force sad effect. i
APMOym tg TO LEGALITY:
)R N ataRT
E. W. Scott, Attorney- in-Pact
t qs
f�
3
4
" 3 0
' - 1
v
ELEVAu9A-yj X
PLAN VIEW
(NOT TO SCALE)
MATERIAL LIST
1 ( 2) - N 10045 1" MUELER CORPORATION STOP
2 ( 2)- 1" COPPER NIPPLE , 3 " LONG, MALE I.P.T. x MALE I.P. T. .
( E)- I " N134P% CORPORATION STOP GO• COUPLING
2 LINEAL FEET , TYPE 'K' COPPER PIPE
STANDARD DEW.IL
�� FOR
I BYPASS ASSEMBLY
FOR 12" GATE VALyE
1
ti }
h ,
4r'
TABU I FIGURE I
Thrust At Fittin 6 n Po_r,
T RD qal Thrust Block i=_ation�
4'31 IM V
r'—IY ISY UY VI
1Y lift IOW IYO
s0 1110 S/')_ ISfO on
IY YY YY Iif0 )Y
>Y YY riY END
�YN Ilo
r—W 0 YY Ile
us 4149 YY 314S IYs
in OY r110 YY too
r—YI YY Yls I040 YIO V'i..•.
IY Ypsm 114160LLL
M 7#10BM IIYO
le'
— Y YY lI —._1310— feY
Its IBM 14sW )oW 4oY
IY 1110 ISYo— an 41
Y0 gfOD 17 O 4s1gy 0
Y"— Y IY00 IYW IIWYpp ` m —� r t
• IN IOSW um
ISOiNOo flwo 11110 plo
�{ IN I1f00 U40 IIi00 4)W
Y - IYOp Y700 I4300 7n0
10
IseY YOY 13200 AW ..
IY 31400 fYW Isw NW
—no IIfY ISYo 170W Cosa
to— W 1400e »oNo INW I"o :.
• IN Yfp Y1W IIIW IY00
IY :..of f9400 1" IOOY
700 �]00 41Io0 IIIW _ time �4
Ir-Is ICON! 43M —ZION —111Y
IY ism 41:iW Saw IIIY
SY _f43o0 NI00 lfleN NM
o N'— Ix+No II WO a1Y
to It)" HIM W300 SH O
IY WYe saw 30f00 is
No 474W E22 f4)o0 IsfN
IW YYO YWO 13w 343W j/�1O
IY moo 1)IN 4)lY f1100
!W o34% YOB WON fIM SNWam
R IN MION IfYW 671411 kw
Is* N)Y If70011 7400 ..fflNo T
w IOsW 11WW IlIW 414N
em
• ir'-- W 1110W — 1n0110 --- bloc YIN
:W III= 1300Y "IN seen
IW IYYO Inoue h l„ YIN
s00 133000 slow I14000 YIN
TAW r 11
• Sate Year n 4,ade it Ft.
The safe bearing loads given in the following table are for
horizontal thr.vts when the depth cf cover over the pipe ercecds
2 feet..
SOIL SAFE BLARING LIMO
U. per Sa.Ftper Sa.Ft.
•
-Muck, pest, etc. 0
Soft Clay 11000
Bend 2,000
a Sard and Iuvel 3,000
Sand and gravel cemented with clay 4,000
Hard shale 10,000
•In muck or peat all thrusts are restricted by piles or tie rodu to
solid foundations or by removal of muck or past and replacement with
ballast Of sufficient stability to resist thrusts.
Blocking Page 3
1
1
�.i
D. CALOjaT10M_ ATIOffS
MaxLus operating pressure I.5 x nova! oPerattnq pressure
Area of concrete IA) _
TbR�t _i.I"Ands - r
Safe Rear trq Load in (pgsbB/sy. ft.) 5BL
M"iau. height of thrust block
Iltl Depth o[_�en,� in feet 11
Depth Of concrete thrust block 2 2
r (Mldth of trench in feet)loutside ASSMtsr
u 0
2
l2
2
C Ma"ous length Of thrust block (ly) - Area �_reTa A
Required vount of conerece Maximus Beight He
(Height x depth x 1 fcu 0.t. yd.)
eng U)x0,037 --(KsxlfxDc)x0.03701
E• $AAnplZ
99000 bend Nalculatt*n Of the vount of concrete required
.2, to block a
an e• C wtersatn;the pipe will the normal operating Pressure in
sand end gravel1.. 65 psi and the soil condition in the area indicates
2. Sluff:
Maxlaiat Operating pressure = 1.5 x 65 97.5 psi ,
• - Outside dissater of 8"
Pipe ' 9.05 in. 9.05/12 ft.
GO to Table I: The calculated saximm operating pressure is
97.5 psi, the table does not list this figure eo re take the first
figure in sequence being 1DO psi
wrss* that
the arpips, having
avi a saxfiue Operating pressure of 100 lei
-G ,
thrust on a O bend is 5,420( o to Table IT: Table II Pounds'
9ivea
/sq.ft.
gravel: 3,000 lbo the safe hearing load for sand and
-CO to Pigure I: Piqure I indicates the Pwitton of the concrete
for blocking the 900 peed
d -Co to the
3 fee{ s peciflcations Of the project and find depth of trench (h) .
( ' Width of trenrh (M) . 3 feet
1. With the above asa®bled lnforsation w prbceed to the final
calculatiom,
-Area of concrete (A)
Thrwt
-Ma:laus: hei ht of Safe DearSng Load 30�00 l.RU sq. ft.
4 thrust block (Ij.) = DpRtU of tzCj A
1.5 ft.
-neptA of concrete thrust block (0r) 2 2
id 2 2
a ulh f_�repch 1n fee to d 'aseter
ft
2 I Pr Idl
• 3 9.05/12 1.12
2.A -Maxisue length of thrust block
(ly/ = Area ff C�*te '—A - 6"l.2 ft.
-Reg�:ire•f taunt at concrete Neight of Cone. 1.50
(fa x 1. x Dc) x 0.0370� (Height""thxlwngth) x 0-033704 .
Y . (1.5 x 1.2 x 1.121 x 0.03704 0.074 eu.yd.
61Ockinq Page 2
STANDARD DETAIL FOR GENERAL BLOCKING
9
(.ONCN MF Bh():KIK SIZING P. R(XWUM . ...
a A R&L
The sp Iu9t of concrete required to anchor horizontal bends, teas,
and d*Ad ends depends on the strength of the soil. The methods of
W placing concrete to keep the joint accessible is ■horn in Figure I.The area in :*1 square feet of concrete which oust bear against the
side of the trench is found by dividing the thrust in pounds shown
,a in Table I :y the safe bearing load of the soil as shown in Table If.
' The sizing p-ocsdure is for horizontal or downward thrust only. "•
Height of the thrust block must be equal to or lu■ than 1/2 thedepth from the ground surface to the block bag.
- The thrust block bearing phase is approximately rectangular.
The concrete blocking shall be as per AFMA specification 74-2.14. ` Y.
C. SYMBOL'S
d. Outside Diameter of VIPs, in Feet
T • Thrust In pounds at the fittin.. (Table 1)
. e SBL• Safe Bearing Inad in pounds/sc . ft. (Table II)
h e Depth of trench in feet
M a Wilth of trench in feet
A • Area of concrete which must beer against the side of the trench
in sq. ft.
He• maximum height of the thrust Mock Jr. feet
Dcx repth Of the concrete thrust block to bearing surface in feet
Ion-Maximum length of the thrust block in feet
�ww.wa aww
� h
1
I W
M1
E`
Dlockinq Page 1
+r
71-1
}Y
�� d Sri �. i>•1 im W mid 66 am
1
NO
Lb
7.
Of
o
•�"• ■■j��. ' R . '. � a .7.` r�- . �nnT ^ax ,arx
i �yOV {
, v
1WETFIll's imp
mp
IN5ERT 'A • a 7 _ I
e '
�I OEPAR7•.dENT OF HiGHWmS
EXH91T -A PERMIT NO 7- 1617
0
L m_.—•__ •_ i wa . • re SHEET I OF
i
III ( X) l/. The shoulder. whom dis...bad Shell be surfaced with mushad surfacing the roue*
_ ___ _.. Cache. minlmw IMP.cban depth. o1 as dint Ma by the Dtelrta!
rngl ..r. The avfac• of t'tm flub,ed shoulder Shall .le" does llo the adoo of pay.eene ., the rate
Of ono-halt (t/I) Curb "r foot unless athmfvfas dlycmd by the Star*. the Centered .Mulder .hall be
wrfacee with asphalt concrete The n.mnd Shoulder w1
met be. err, .t Hpa or w tieas less than pro (2) fast ride. -_
X) IA. All sloped, alep* trimmest. top muff, dflcMa, pipes, eta. disturbed be this operation &"If No restated
to that, original troy-..Ilion and cmticim. All open Crouches .hall be srk•d be warolng sips, No-
r1c•de., lights and if "came". tope" Shall be sap lased for the Pufp*ds of prometing eh. traveling
public. pa.deide opo.tione Shall he amcifted by clue District pool Mar.
X) It. 'a the cmoLl.otien nth/or selntewnce of this fat111er, the Ml", *hall maple wfth the 'Nimeal No
buffalo Traffic Cmtlal Dorlew tar Srtyn and NISMSi'.
( X) 20. No mutine naLet....co of Ill. fwtllty will be allured oithis, the llsirad act... seem.
( X ) 21. 14t•tanmt. of 'him f.clilb .ill hot be patted fro the thmS,h-,mffir rondwos of SS 405
shed .if asrwic. t. Chi. facility will be .cM1l.asa n. access fran N. E, 3rd Street
( X) 2T. Marten .hall be placed *1 tech right of .n Item fur, .11 crnecCep, ao meson, ., s1polis
•� of cable /dm'lflCatim, tolephme nupber for Contract, sad the distance from the worker la 1M line to
n fast.
< ) 21, Markare .hall be plat" eve" five hundred fast (SM/') for leytrudin.l linen to Include: cogeas naas,
pipeline or CWIa Identification, t.l.phoM sober for cmmsct, •red the dimtmGm, fret the belief to the
tin In fast. Narksm shall tea 11aned within one toot of the a/12 It. 91 at urea Ilse, whichever I.
least, ono me Co slated. limit...... with ostnrmanco. Marian shall slme be placed S. all change, In
of fast dis ton. P1. g/N Ilna or cmnrltm of hiahwas.
(X ) 24. In the *vent that tmrtructlm and maintenance of the highway facility Nthin the nrw/alt, of the utility
lesta11.11. b.c.. Mc....re during eh. 1o1" which Ch. utility will ucI. . mitt. of eh. right of
way. It 1. sepu..b ,mdommoel that, man -.9asat fr" the State's reproaantaliva, the utility rangmas
will Prwptl, Identify and locmto by Suitable field Seeking. re, And all of their mlargrommad feeilltle,
.� No Char she Start Or Its contractor can be fully apprised at all tlmaa of Its precise location.
J ( X) 25. The Holder shall ..,if, the District Utilities Engineer .upon cw-
plettm of the vork under this permit or franchise *o th.. , f".1 impaction an be Congo.
( ) 26. good townie r"-:red to Inver. prop., emplisam with .I1 terms and modifiers of said ".It or
frsachis. well be furnished by . dlanhar l.mr, Surd held at headeesrte.. 1. nlve,ta.
( X) 2). A ,orate Need In the Satant of T I p000,00 weltnn by . ..tell most... esheci... [ .d
to de buslnees In the State of YwhtWw, cr shall be larnbMd to gamble m olimus, with Saw end all of
the tens and emdlrlser of Ellie Srall or freachbe, and shall reMln -n force for a pert" a"let Net
rare ,has am (1) may F.r data of cwpl.tim of uytrattim.
( ) 29, la srmcdanc*with the .emit mtbsocasent m•etlon of the washln't. State Pieter" Commission aawiutlee
An 2124, thle owthemd c.ucal shall be ,esuved mA ...feted md.rmm•md at much !ton as the leegla"fast
1� 1n..Allatime In this temeadism vtcln/ty are relocated mderpmnd Powe.... ..China 1, this pmyt.t.
andl be coes'rwd es limEtin, the Sun Nirheq row iuim'. right to .urc1m tda full taplaneatatles
of the Woe-rntieved Wolut inn wpm -20 duo' noise 1n eh. Nolder.
( ) 29. the Stand party to lOInt wage of AN merMed facility hereby esrawm to rolocan their facilities mdeo-
,mu" at ouch it. the first pact, Wheat" u"rwrovnd or Waadose aid pules.
( ) 10. A plastic tape directly Mow the burled facility Shall Am Irdrolbd
tncM. below the serfs m.
( ) ]l. cesa fsc111 if.. ease, be CeeatrWmd AN NAInmImA 1n aecordmw qth State'. mtnederd., mad to the
satisfaction of the Star*. On.stl.f Start/ mark will be corrected be the $tet• at the Pald@,'m expense
a w ces. way be ceyad at the Nflat". So ohm.
( ) It. This mmlw or franchise to rA act to the tame and coneitiuna at "Cement Nam
and enythled contained heroin which is IacmS/.nnt with amid gr..wnq the ..re.nent 0.11 gave..
( ) 21. Upm mayletlen of the work, eM hotel., shall Immediately furntsh in the District Lrtllttes ,urine,
rest." franchise plop of the final L.Atton 11 ml.eatt. of It. facilities if the oriSlesl Irascibly
Plaro hew Sim revised during the course of cmatructim. These pion. shall her becnmm SrC of the
1 District'. utfllte Ibmttm nmrde.
14.( ) The wrt.l time Covered by 'him franchise or ".I, To to be placed umde.ro,mo at ouch risw No ncm-
mtww"the 07 upgrading of this facility D. resulted.
( 1 ) $. the Nolder to
61.1f, h'. M".. per.onal representatives, near...... Is, trio-yf, a" mmiPy. A. j
. part of CM enrtommilso hereof, dc.a hereby Covenant and some that In the meant facilities are
en "netructed, esls,glo . ar .[M M
otes ar.." an the yid property described In fhie "welt or frmrbne
far ♦ Puryas. few Mich A Delonesne of Trelpportatlon program ter 4ttivity to extended or for morther
Pur"*e tavelvlaa the 1.vf6iO% of sleffar mIlicw or b*neftto, the Solder shalt maintain and "star,
.tech foull/tt" am u,r^.my In CmPll.. with .I1 :„her rasuimamm team" pe...t as Title 49. calm
of rodent g..ulatfpm.. Dep.rcmeet of 7-m""rtS4u,, SWiltle A, Off a of the Secretary, Part 21.
goodtecciateetive Is, FOommllV-6es18ted pinafore of the D".r'wnt of Tro.parutlm - fffertwttm of
Title VS of the Civil stable Art of IA64, and me Said pamlaci one my 1.e Amm"ed. net 1s the owes
of bf.mh' at a" of the Wove nundiwrnlnati. Immortal the Sou of wash/Mtm Wall have the right
to .a.. the "lady of frmChin and to move the Facilities thmmm, Sad held Y.v ass y 1f 0.14
p..It or fr.och'.* had newt Men mad. or Laved.
apff
t
awr..{f I'ay,.,,v,
1_.
y
a`
,
}
i
.1
•f I,�'A
I ' tl
fl
� T
�•F
�1
d
r�
ENDING
OF FILE
FILE TITLE
70
{
• jrAL M , , r a\ • I r
4 .
i F L
i
O � i 7 I G I y t�• . I :•a
k
} COD
• r
ID
# ,..�•..
-��ti7• rp1w::.. .�:� • 'c ;5 •s�•i55�5 !?� � � + �.
;.;j lit ; - O
lit
0
11 lilt,
.wt t
o F1 irn
Y
secs rt •, �.�i p•% - _
1ied��ed print •�
� •
.` Do ]riot Scale ♦ ��•
.a
♦, tnr°
3MG MT OIIAT '� �t. '�+ �: Jgr�t �• ', ,
t
RESERVOIR \ �•' r� �>;'.. ,,}�
WAY
NE. �4�•.
- s
J
i ' I � � i \�• �. a,, � ', i Cam, ,`q`
I• 3 �� Si
. e
t: NF
I
I \�
` ASPHALT GyERIAY AREAS
/ V - � r•• CITY OF RENTON
1 i'u W
3•° 5T, NORTH RE1dTOh HIGr
��7fb PRESSURE �:pUSTRat SY5�
. - - ;a km sv yam- _.
•I',:. b • __ii \ •� w yl . ,mot _�-J.ii.a_
• �,'�.�, - .. - } I •.�. •4 I i•�.jY:�.Y'...•}lint- .rLN34.L�fd1 err �.i•
r
j 1
1
rJ. 4 TM
sr. All
SCALE i'• 40'
o
0 • �� � / � ,
m N MARIOrj
b
Jed
Al
it
- , 'sty .?�. ---� �• � / �� i
u,
.' w .....'_ .� ` is (` ;� [• /'rf / .44
Jj
rn
D t Y
(•� IRU z _'�Ep1 f �t Y /t// ,. / 0
♦. Ir 1 w �.� rr .x! i ~ .1 -.x .y 1. �T'�-�.sr�r��p�(•�• vA'v;.. tr„' 5''.. �_ • -
t ♦r�� . 7 "w r _ '1 .'r. i '/ '" � -•"•.1-.'� .. . ":t:'^'?'yT-.f!TllTlr'
1'
r
I ( ♦ I
. \
3M6 Mr CXNCT
At 50VOIR
n � VOA
`Y WAY
pR
A
'A \ �R
c 11
WATER MAW DE504
4y
CITY OF M NTON
1 a«t.rttrxrt saa«rtrar•
n 3'ST NORTH RENTON MH
• PRfSSU� INDUSTkMI. �YSTE+.i
Y• Y
9
N. r
4 TM S
.
SCALE �•
---ra a:.�u•:rs:: —•}�-f}�
AF f
IV.
MARION
Sr c/i
P
.raew"'cr.wy_r :_ ._... � dam.•. / � i �'• t f d ••
of
f #
�D • ., � sett ':ta� ,'f / i S�. i 11 �•� -
� • �. •tt1 / / T tat �i
• X
z •
-
. ems
CO
45
CD
�� r•r. �� 9 a1
i
�. 9'V•n.rVC
nww�eMW y
J (
�i
WATER MAIN N51rN
r ♦\\
Clff Oi R[N70N •'
c
. - Y on t9+rart or •r�.ao�,ra �1
,W-395
. .• � N/11[!lIWC •(OV'ST�T[)r{ r
T r
(10) Continued
and firms performing labor on the construction project under this contract
or furnishing materials in connection with this Contract; said bond to be
J
1n the full amount of the Contract price as specified in Paragraph 11 . The
surety or sureties on such bovd or bonds must be duly licensed as a surety #
in the State of Washington.
(11) The total amount of this contract is the sum of !Jinty six Thousand Eight
Hundred Sixty & 20/100 (S96,k60.20)whiCh includes Washington State Sales Tax. i)
Payments will be made to Contractor as specified in the
of this contract. standard Sp�ecifrcations
IN WITNESS WHEREOF, the City has caused these presents to be signed by its
Mayor and attested by its City Clerk and the Contractor has hereunto sat his � •
hand and seal the day andyear first above written. i
v ,
CONTRACTOR CI' ! OF RENTON etV
Frank Coluccio Construction Co. Inc.
A Was ngto C�t+Qration
�
may
"thWLULWU.tlis. ATTEST: to �_ 9)1
tt
tt
[1 '
i
7
i
S
1
`a
/Vo �AteP
(7) The Contractor shall comoence performance of the contract 9n the
tie
day of AF e h 19i , and shall coeplete the fu'1
performance of the contract not later than eo calendar days from said
date of corrnencement. For each and every day of delay after the day of i
t
completion, it is hereby stipulated and agreed that the damages to the
City occasioned by said delay will be the sum of one ennared Dollars
(s100.00) as liquidated damages for each such day, which �r
shall be paid by the Contractor to the City. i
(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 in respect to any j
+� express warranties or responsibility fo faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the work 3
and pay for any damage to other work resulting therefrom which shall appear
within the period of one (1) year from the date of final acceptance ui the
work, unless a longs, oeriod is specified. The City will give notice of
C '
observed defects as heretofore specified with reasonable promptness after
discovery thereof.
(9) The Contractor and each subcontractor, if any, shall submit to the City
such schedules of quantities and costs, progress schedules, payrolls,
reports, estimates, records and miseilaneous data pertaining to the contrail
as may be requested by the City from tine to time.
(10) The Contractor shall furnish a surety bond or bonds as security for the
faithful performance of the contract, including the payrrent of all persons
1
r
'1
fiff
commence performance thereof within thirty (30) days from the date of
44 serving such notice, the City itself may take over the work under the
contract and yr,._cute the sane to completion by cc tract or by any other
method it may deem advisable, for the account and at the expense of the
�41. Contractor, and his surety shall be liable to the City for any excess
i,
cost or other damages occasioned the City thereby. In such event the
i
City if 1t so elects may, without C ability f`r so doing, take possession 7
It, of and utilize in completing said contract such materials, machinery.
appliances, equipment, plants and other properties belonging to the
Contractor as may be on site of the project and useful therein. !�
(4) The foregoing provisions are in addition to and not in limitation of (:
any other rights or remedies available to the City.
(5) The Contractor shall hold and save the City and its officers, agents,
It
servants , and employees harmless from any and all liability of any nature i .
or kind, including all costs and legal expense incurred by reason of any
r.
work on the contract to be performed hereunder, and for, or on account of 1
,
any patented or unpatented invention, process, article or appliance manu-
factured for use in the performance of the contract, including its use by
the City, unless otherwise -oe ci fically stipulated in this Contract. ``Ep
(6) Any notice from one party to the other party under the Contract shall i
1
be in writing and shall be dated a• J signed by the party giving such notice
or by its duly authorized representative of such party. Any such notice as ti
heretofore specified shall be given by personal delivery thereof or oy de-
positing same in the United States mail , postage prepaid and registered. i
A
Jill
1
(2) The aforesaid Contract, entered into by the acceptancc 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 thareof as if
Serein set cu' in full , and if not attached, as if hereto attached:
(a) This agreenent
(b Instruction to bioders
(c) Bid proposal
a d) General conditions,
(e) Specifications
(f) Maps and plans
(g) B4d
INAdvertisementfor bids ;
Special contract provisions, if any
� R
(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 speci-
fied in this contrac', or any extension in writing thereof, ur fails to com-
plete said work within such time, or if the Contractor shall be adjudged a
1
bankrupt, or if he should make a general assignment for the benefit of hi; ,r
creditors , or if a receiver shall be appointed on account of the Contractor's
insolvency, or if he or any of his subcontractors should violate any of the iP
provisions of this contract, the City may then serve written notice upon him e
and his surety of it_ 'tantion to terminate the contract, and unless within
ten (10) days after tl,e eerving of such notice, such violation or non-
compliance of any provision of the contract shall :ease and satisfactory
I
arrangement for the correction thereof be made, this contract, shall, upon
the expiration of said ten (10) daj period, cease and determine in every
respect. In the event of any such termination, the City shall immediately
serve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the contract, pr,vided
however, that if the �urt,ty within ,'ftcen 15 Jays after the serving upon
it of such notice or termination does not perform the contract or does not__
4 r
k
� (y
w
w
THIS AGREEMENT, made and entered into this day of A`-=` "'r 19 7,1
,
by and between THE CITY Of RENTON, Washington, a municipal corporation of
•
the State of Washington, hereinafter
gqreferred
u�<<to as "CITY" and
Prank ccloccio Construction CO.Inc, 1'eerr'eQ'to a5mt'ONTRACTOR".
W I T N E S S E T H:
(1) The Contractor shall within the time stipulated, (to-wit: within
76 calendar days fror.: gate of execution hereof as required by the
Contract, of which this agreement is a component part) perform all the work 4
• i
and services required to be performed, and provide and furnish all of the
M
labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall complete i the construction and installation work in a workmanlike manner, in connection !1
,y
with the City's Project (identified as No. w-''i5 for improve- fi
ment by construction and instdlldtio. of: 16" watermain, Sd" watermain and
4.
12" pressure reducing station in N. 3rd Street between Houser way N. and 1 n
Mt. Olivet reservoir.
All the foregoing shall be performed, furnished, constructed, installed, and
41 completed in strict conformity with the plans and specifications, including
any and all addenda issued by the City and the other documents hereinafter
enumerated. It is agreed nd stipulated that said labor, materials, appliances ,
46
machines, tools, equipment and services sndll be furnished and the construction
and installation be performed and completed tr the satisfaction and approval
of the City's Engineer : being in such conformity with the plans, specifications
and all requirements of the Contract.
i
f
0
SdT .{
h
y,
. . -.. -.. _TOTAL SCHEDULE. OF PRICES-„
j.
(N-395) f
N. 3zd STREET s4. kn
r �x.._ . ...._...v. .b a ..
, . TOTAL SCHMILE A 66,115.91
TOTAL SCHEDULE ! 10,216.10 _
TOTAL SCHEDULE C 20,110.10
a
TOTAL OF ALL
iC1imum 90;,860.20
IT
(y.� 13yrRv AY,�•.<v'�## ° t.:$ ;R�itlfN y j'1#k :1'" .
^2'r
2101 DAY Ol .Dec. 1973
SI6NED�
TITLE $•�eid ent '
1
0
R