Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WTR2700403
'IN X"1 2 N D ST. FROM TAYLOR AV NW TO TAT-403 LIND AV NW u w�y y .. ,.: .� _ - _ —_..-. _ i �: _ i � � '� F".^ �� r +s-� !. . . __ a , _ �c+_._+i.i - .- �. , ;.' "" ,[�'� .` �' T .. ' �' i . . � �: _ , y: - ..ter . �.P. i _ _ i,; �� j / 1 .� i \ ♦ �+ , ,� ti .ir CURVE FORMULAS _ T 7.�pvA I R-Tod. 11 chori• Chord de(. - y &a D R e St, R - la"{ Sin.i D R No.ehada- -.1 Su Sae 1 E-R n.sec 1 1 Sim in L-T tan 4 1 TAn.de(.-I chord de(. Tht quire d any diatacre, divia.1 by Mice k radio., Will t j r nlual f Ik distance from taWnt to curse.r_ry many. - . 1 _ - . .• .... To fill arigir(or a given dig..and,;.Im on. 4 Rvi t Muhid) on g th p-taoo" by.n1;iS I,k( for I'b.r 1 ft.) ( - .ln�l Jlvxk Vx'en dedm im 1, Ik I , I product. Rak a \IuUq,h rirm dellcctwn b) S7 3.am1 divide tk)x,xluct by I I j I +�'-, I(1, g1VM duia,n P. S To find deft,riot, for a given angk aml d•mtarv-r. Muhipll by.u1;a3,and :he Icnduct by Ik distanne. GENERAL DATA ! RwxL Aw.l.t Tnevrd.a.. closer the ahitud,•, dixhk by take rhr 1 base Add qudlent to Iv1i fd h)pd<nuae. +v- - I:ixen li-ar list.Alt.t0.1W+DAI-.y. Im},3-1,u3 h)p. .net, Nyl, Im,Alt rSOS'+sm-y.,, la bl}5-96.A-S-llase. Y 'i"*�"'�-i-{-I t- - -•- !_.. lirror:n firm exan,pk,.ao}; in Loa. N4 in find Tms of Sad m one mik of track: )oulti by 11,And I:nadr b) 1. 1-h'ucirh,per prd Lavn.lxe. TM eorlgetion (or mrvatgr• and ma rtfnet:m, in lees i i i ' i old tNelb at toot'squa el b 0.67gd',when d 6the durance ul mi!ro 11w cdnrtion fd curvature alone is dowdy,id'. The er e,xnbiePd ,rot- I ltloo is naptive. �.i PAO•A}La EEan•. If d) d,,d„etc,are the d°w ro r stilts from the mean and d F.d' the sum of tk pantie•of various square.of their diner-eDaui and n=the number Y c.wr.at)ons,then the yrobahk YINUeta IN D[GYALS or A DEGREE 3 _0400 is 'rman a :i a :aiii 41 :t,w ii AMC. - a .,Mr N m M :IQ00 m -adr10 N lac N 8) Y :SMmA u im A ,tw. I �--I -'•-� I l 1 =1. • .Itaal N ]mq N .Iota N TNi N naa.t 1 IInT p .Jqt 11 .Lab tl .a i .wail A .IaA Y am t• .Nan N -mire r • .INi .alnt N :IW N aam M sic M wwt - Y 1Mt ',• RLl N ire N ,Ilar N I INe11n IN ottinALG or A rooe t.la saA �t a-tn ofm V .Lana l.0 s B�•li MI' nYl .,1W.1 .,,i1t w * I —mot i�'t)r"I I 1-�-t-• !It,Al .IrieJ .Lb• .'dLta .IIC .Nil) ..MU NV.T ):un a,LY aln: Y •_ ��� �"•._i - S "ae[3YC1Yr �L RGINNING OF !BILE FILE TITLE - 4 0 3 fJ W .� t Ja�gov- g v L Yl w �'�• °� CVL^ ;► ti NW 2ND ST. FROM TAYLOR AV NW TO 4 0 3 1,TND AV X .;3 9 1 w & Ak .. .-..__ v � j 1 i � s aaaaaaaaaa � f i i t y } ;fe t , t r y r f `. t f � 3 c � Qeaennaaeea2nnannnnnnnnnae� k , • r 7 p f i I i } � � � i � , .�.� i _.. .. �. � ,` ,�' .. 1P t wig '�y�., �X �� 1♦ A.. _ �� �' ` 1 .� n ? A P �`. a t .� , ti P' '.__ . . .. f ti �. i.«... i.. ._ �,: s9:'v.SN't.-� e� as lyL + v r _, 9.r+a}f:2N:S%: s Sf��.. r " t H y� 6y r` F >: y JY a IF 1 ---I i. { i 1 1 . 1 1 s r a r r' 7 IY y 5 q1 • , y 1• 4 _5 i fr f aaaaaaa � umuuuuuuuuuu } IA + . Iy Y 1 � r fi cm } 4 1� yy � 41�1 s �I E i 1 i G/ Jl Y co �YLvI fin^L A .f.�-OA �1.eI�..'✓�-a- ;COS .-Y1.bYl..4.(�. ,0 ' / '/i /1rLQ�i"���� /G�K�7C (/L.�-�,/ ? •J.g � -v�C� ,c�.��v� • _�ta..c�`r ,t GcKc6��� �' �� fi•.•mm r:o0e ut.6n oriµnel (file with city clora) �' wt• yL�%J CITY or A&STCHN - riews OWART1i1R City Clark'* Offico - License Division ��.-,• (01 Ch.." an OQ.M[mliip) -' 1 AMWAL �l]I NY55 LICLpPR AIPLRATlOY Y"Mny ton Stare Tu / (�O-C,i_S Licene. due it Mary let or upon opening Gto b idg. DrrY,. App[wol of businee&,bs to accompany appltcatir IAuthorl[ed under Title V. Chapter I. O[d,tunce 1620 - Code of G"esol O[Oinancme of the City of Agatsa) ! ' Check rhot Mr MIVIDOALO PARTUMMO►0 or CORPORATION PlaA" Print me Typ• Am Ia.u•d/To� 1. To �_`r f/1t� (/)��—_-Y-r.+-" - -_—J --------------------------- -G 1. Trada ,�r�--til----------------------'--- CM .....---•-C'�J.`! ,. Ares,nmea AOdre•e__.L.y-I:__--:_t_/_9't'44 _aLa�aF?F «/ ✓-.I,_!�r--- -... s AU ,ys•r 4" rttwti irwF oeilna" tsti G�.i -- --- e. A...den.. Add[•w_-.S_ai?$.4--------------------/-- --I--- ---i -----�--------------- 'Ptace 5. Rand of Aseirms in __y4:<a-a�:f_�4f�,�-6lNi� W Wr• to Ill in. D• Agnate rytMr "tall. Vbol•eml�, •teal f 6. t19 l ayA.AxT./4RMI►', et pert W Rt Otfl6We. title, Address a Phone Pj f ' _----.__ ---------------------------- .- r. Thin wei"&m mean ►ormerly operated Ry_______j' _ —------"a. Lie. a---------._. u. N.we V. War Mad . Renton 2...nesa L4c.n"I_:�1J.C_.J[ low AW. We. -----_--- m' V. Opening Onto of b"1Me. L. Rent. __ lu Circle ?= COM letter 00I.Y. iMatt proper tee(s) In Itr 11 end Nature Application Y1th check to the city Clark-& Office. rL[ COO L W. Or MWYUS rM All employ"• marking Ware than one theuaand .1. hundred (1.600) hours per .Mum, Including legal �A 1 to i 12.00 holiday& and vacation time during the twal.e III) 6 to 10--------- 25.U.' month period upon which the license the to computed C. - 11 to 30-------- 50.00 Mall be ;onAldarsd permanent "ploy"&, those mop- " D. - 11 to 100------- 100.00 Ing Is" .han one thousesnd si. hundred (1,600) hoeve 1Flu. Pl.00 per ..ploy" in "case of 40) iaclud.ng legal holidays and vacation time shell be t. - lul to I00------ 260.00 coouda," temporary amplor"s. In determining the (Plus $1.U0 per "Ploy" in "coos of 1001 "cen" too to he paid, the total nembo[ of empLoyma r. - Iul a, m,m 160.00 eh.tl " computed by adding together the number of (Plus 5.Is par "play" 1n "con of 200) pasmanont employ"o and the number of twfwrery emploY"e, the latter figure to he computed by d,vid- praihLTY SCItALULL In9 total Wan native l.ncludln9 1.9.1 holiday. .,,d (P.n.tu" for fail.. to Wy Within 30 days vacation time) marked by all t",n,&ry employ"@, a. el don "data) by One th "nd nit bundred (1,600). Oml,rui...1 30 day* after don date . . . . 5% U.k,rufu.nt W day. attar due date . . . .106 l_ i,elamlu.nt W, daya After d• date . . . .15% Uvl n....I L20 day after dos dare . . .20% w Lmiurnt 15u day. or mre . . . . . . .j5! jr, "t.rm.n.ng license tons, business fire Lwated aatatda tbs City of Root" shall Include all e•ploraeo 6 mri.r.... ..y port... of their dutlse Vitale the City. IGCAr. firm Include :ot.l namby of employ".. O II.. Lacenee /" 3_ O Penalty J Total License /" Ow $ /a A- I harmoy certify that the statements tYr•ished by r mi th,a appil at P Coo I to Cho Lvmt of my knuelmdgo,W NOT YRITT9 an patine"//_a?7 ��. 6ignedC �'r L, ID THISNuebet i9�y _ TLt16 �B sIACK CN t �".�` -. _. � _...r-.... .� y_ _�. ►�. ems. a �• i� iot stir L. [3 • • R 1 5 2 16 I _ [14ESTATE OF WASHINGTON PROFESSIOK'S ADMI%ISTRATIO%# PROFESSIONAL DIVISIONZR.ni[s Tw•: ♦Nt"0.0.w. co Nutow n l4tNtto.a.NoVj,,o evs. Slel REG. CONTRACTOR.SPECIALTYTRACTORS INC slet RD PMA •8168 f ��_ Accoun• w�NetR u.e.•ioN o••t tt) 'DR i1�51 11 .2I 'T3 F�tOe:C�tN�IK�IK�tt011C.�IK�s tC71>�t1011�e STATE OF WASHINGTON A. LUDLOW KRAMER SECRETARY OF STATE 01)"m WASHINGTON*9561 CORPORATION LICENSE A a r,6es sM�IAe C*"""'on '"" fy-" H Lcensed To do bunnes m the SI.Nr of W I6,GN n. C CCNTRACTORS. INC. 146TH ISSUE DATE 09-06-73 E MA 98188 LICENSE No D225044-74 ❑P.RATICN cAT. 06-30-74 �-71��lK�sCitk�t�ItG�t�1C��t�71.C�tsO��101 e i INSTRUCl'IONS TO BIDDERS i I 1. Sealed bids for this proposal Will be received by the City of Renton at the office f the Renton City Clerk, Fenton City Nall, until 2z00 o'clock 4 '¢ P.M. , i,,ursoay, November 1, 1973. i 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. ' No proposal may be changed or withdrawn after the time set for receiving * bids. Proposals shall be submitted on the forms attached hereto. ' 2. The work to be done is shown on the plans• r entities are understood to be only approximate. Final payment will be based on field meuuremsut 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. 4 3. Plans may be examined and cop,u obtained at the Public Ibzke Director's office. Biddors shall satisfy themselves as to the local conditions by inspection of the site. C. The bid price for any item must include the performance of all work 1!' necessary for completion of that item as described it the specifications. 5. The bid price shall be stated in terms of the units indicated and do to a total count. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. Q� 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without ras- 1 ervation to the DIRECTOR Or FINANCE OF CITY OF RENTON in an amount 1 not less than 5% of the total count bid shall accompany each bid • proposal. Clacks will be returned to unsuccessful bidders immediately following decision ar to award of contract. The check of the success- ful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the Work within tan days after receipt of notice of intention to _ ' award contract. Should he fail, or refuse to do so, the check shall be • forfeited to the City of Penton as liquidated damage for such failure. 1 B. Ail bids swot be self-explanatory. No opportunity will be offered for oral explana'lon except as the City may request further informa- tion on particular points. 9. The bidder she'.1, on request, turnish Information to theCity as to his financial and practical ability to satisfactorily Perform work. f10. Payment for tt,is work will be made in cash warrants. f ♦ 1 _1 1 �o n 6 VAC t y�Y ... SrAoium W. Ft,. > 7• S T1". I O� PLI 26. �i 4S t4 I • is ` tt v •��e �>�--�: � M.W. 3r<. �wc ('[ Too _ a 1' SCALE �\ AIRPORT i WAY pR¢- g T 1TE i � \ CITY OF RENTON [N•IM[[NIN• 09•A11TN[NT W - 403 [.ft VICINI,rY MAP c..c.s.—� w iCALL FOP BIOS y '. Sealed bids will be received until 2:00 o'clock P.M.. Thursday, November 1, 1973, at the office of the City Clerk and publicly read aloud at 2:00 o'clock P.M., same day, in the Third floor conference iroam located at the Renton Municipal Building, 200 Mill Avenue South for the furnishing and installation of an B" D.Z. NATbRMAZN in N.W. tad Street from Taylor Avenue N.W. to Stevens Avenue N.W. Plans and specifications nay be obtained from the office of the Public Works Director upon receipt of a deposit of $10.00 fo:: each set. The deposit w-,ll be forfeited, unless Plans and Specifications i are returned in good condition thirty (30) days after date of bid opening. t' A certified cheok or lid bond in the amount of five (5) percent of the total amount of the bid must accompany each bid. Washington State Sales Tax shall be a separate bid item. The city reserves the right to reject any and/or all bids and to waive any and/or all inforvalities in bidding. All cast iron pipe, fire hydrants, gate •'elves, fittings, and appur- tenances will be fi nished by the contra..ior. The policy of the City of Penton is to promote and afford equal treat- ment and service to all citizens and assure equal employment oppor- tunity based on ability and fitness to all persons regardless r•f race, I` creed, color, national origin, sex, physic.l handicaps or age. This policy shall apply to every aspect of employment practices, employee � treatment and public contact. I• I, ,��•� D.. `yhra�. Dal Mead, city Clark �t " Data of Lt Publication: Wednesday, October 17, 1973 Date of 2nd Publication: Wednesday, October 24, 1973 Published in the Daily Journal of C�merce, Friday, October 19, 1973 Friday, October 26, 1973 I t a I i. Crry or NANr0w DID PNo18o6AL AND SPECIFICATIONS i L.Z.D. 281 �� ,,,,•,,,..,, .. (IhTBR PNGIEI-T 403) WATER Whip TVSSTALIATI TON N.M. 2nd SY MENOMONIE f. t� The furnishing and installing of 8" Ductile Zran 4 Water Nair in N.M. 2nd St. from Saylor Ave. N.M. !• to Stevens Ave. N.M. Warren Oosnsson. T.S. .. Public Mocks Director t r COPY AWARDED Conlract IW,.CA41 Qi0- � /ram TO F Q �,r-r;:Z.AAeTnR;'1 i� 1�Y C,� v ��N��Y UTILITY ENGINEERING LID 281 WATERMAIN INSTALLATION FOR NW 2AR ST FROM ey TAYLOR AVE N. W to STEVENS AVE M.W. �1 , (W— 403) J CITY Of RENTON PUBLIC WORKS DEPARTMENT MUNICDAI RUIIDING, 200 Mill AVE S RENTON, WASH 98035 • (2061235+2631 I ti Pa, . _ y 2. � . I � � _�--- .. _ /� �� ` dI a �f� -• G .� � i ���� � -- � � � _. f.� � L ,.<.. � :/ i, :f, �� %r ^• /. /,/ 1 ,YIj/ frfill I f �i fib di t` t 1 Y �a i Yam' Fy t 4 4_ 2 1 ! SS '• 11 i : }, LrJ 40 � Q t IYA i tl � i CPco 'L� �yN e y d L1 I I � 1 J a .i 1 CBI:TIFCCATCON Of tOUAL EMPLJXHEx7 OFPOMTONITY t1EPOYT C.rrific..tloa with regard to the Perfarm:.nce of rrGviOYr Contracts or Sub- . cuwtracta subject to the Equal Opportunity Clause and the filing of xequlred 1 xerwrta. �. The bidder V, proposed oubcoarrae:or V , Iratsby certifies that he has nu . , par[ictparcd in a previous cootraet or subcontract subject to th.: 41aua quired by Fxecuclva Orders 10925. 11114 r 112a.►,sad that he has a no,�ir' r filed witb tl& Joist xeporclag Coaaittas the Dfrete�r of the O0f deral Contract Cattpllance, A Federal Govern--at 1 contracting or Adwinisterlog agency, or the forger prssldent+s C.�mtttsr on rquJl Empluys,ent Opportunity, all reports due under the applicable filing requ- .., 1[reocs. (Company) FIRM by: tTi ' L w 7 Note: T'ta above cerrificatian is required by ebm Rqual Loploynebt Oppottunicy xegulattoas of the Yeretary of labor (41 CFO 60-1.7 (b) (1), gad must be ja • subarittea uy bidders end proposed sub-oatracters only in cnnnsction with runt- rerts and subcuntroccs wh$.eh are awbject to the equal opportunity clause. Cuntrsct* and subcontracts which are exempt from ebe equal opportunity clause are sat forth in 41 Cra 60-i,y, ((:oosrally only contracts or sub,:aatraets of SIO,OOO or under are exempt.) Cur candy, itondard Form 100 (EEO-1) is the only report required by the F.xecu[- �� lve Orders or thsl! Lsplammattng regutacfoas. ' 1'fopoaad prime cuatractrrs and subcontractors who have participated la A prr- v1Yer camtrout or subcontract subject to the Ewcuttvo Order* and b ve not tiled the required reports abould note that 41 CYR Wt.7 (b) (4) prevent* the ward of Contratte and twbcontraccs 601e6 as 6 sash contractor outwits s report covertag 1 the dallquenc period Or such other prtlod spserfisd by the Fe4*ra3 ut&hweys J AEmtatatrit Wa or by the Director. Office of Fedora& Coacraet Comp),isac.r, U.S. Oepertmrnt of Labor. n� q CERTIFICATION Of BIMXRS AFFIRMATIVE ACTION PLAN F -FAILURI iO EXECUTE THIS CERTIFICATE WILL INVALIDATE THE BID - Bidder is to indicate by check-amrk which of the following Statements pertains to - - -tnis bid package, and is ign the certification for thet specific atatesaent: It 1S hereby Certified that an approved ;'4fI`rm&tiva N _ t Action Plan is onNf11e with the City,af'Renton, and that said Plan spec'ffies 40als ry imetibios which are valie for the current r year. N Date. nN t; It is hereby certified that an Affirmative Action Plan is supplied with this Bid Package. Sold Mon will he subj t to review and approval by ity as a pro- , �N+i to the contract everd i includes, i) Cod A Timetables of it, nlnpawr�fiizetion and 2 Sped c Affirmative,Attloft Steps dfrec at in- creasl 011norlty nonwer ation. Date: BY: ow101tc) It is hareby certified that a formative Action Plan -� will be suprolted to the City a Renton within ftrn Is) working days of receipt of registered-sail notification of key-bidder status. Said Plan will be subject to o review slid approval by the City as a prerequisite io the contrast award, awd It rill includes 1) Aoala and Timetables of Minority Manpower Utilization and 2) Spficific Affirmative Action steps directed at in- crasing Minority Manpower Ytiiiiition. AD 4 ea � . Date: ' ..,busel Alt_ Br: l f f 1 L f 4tm S r � "t� I r e`" .e x c • [v.:>r � i t "l� 4 I w4 AX 3" i [ 4� �, a • r .r: . �.. " ", " . •Y rrF`ps 4 I y P "m lrAwm Mr 1Mllfl mafeAtiel. CostsAw NN7.v XNfOMM 4fAl ,t mcp F VY99 w rrr.r ppo$ij Its. ... Tbl. onifiealw to ""Aral/wwnMt rs hYta1 R•KM/N aMr 11i46. 1M iftl KS4 naaa M/ "OVArtYw prlb" I" of bNarr w ynoyw..n tw rMtrw/w. w M of Ihasr yra/owa aoblMtrwwe aw o.aylAosa. owu ehae Aa M Nil IN Mw d 's to N aw.t Wth of rho pashas aI it Mo ten/<1/•IN Is soy rIaYUW g row p 0Mawteta MOW W to d"Al .frana M:I)'Issw. al./. if M, .%"Wr li YY W" IL N•►liaY, r#Wto aM""mow yµAwNs /"-fawtlaw. .I i'b. rtty %" howtwoov ~oa loetiatloa Me. IMP awn Mta of a.ly Ur 1477 Mabl/AAtM a n1w syaettsrt lb.11w, s..t.v by M 'MfisswylN W/7M rNMfwo t4wto owMllabief aw M.wIwe," f4 p"Iry of 04 City of Aww W rI .Il.N".A trrotw.al a m arrvlw M to all lit1ea wd to soawro OWA aepia�IM """s,,Aty leroa M wallry wa ttfrrp.ate.11 sw's roAotsi.w of pro. tows, twiwar aattalr'.1 w/AMf aw. rk"kvk- "So A/a M W. fM/a pA1rJ aWIA Ili.Mt. y� Yrr IA1 IMtfwM .w tr woaw.tae{wa am Nowkwa.. "AAft YWw .Pal tW frty d Aarea a4 M low*AUarfiM ww wrA.A't/tb ew .ala froeslaw wow Whlw. fW afw�lwae gNAalars, Jail Most MyW A ywataal.W adw+rrarla Iw .fwlr.N r..saa. I Aaf spoil."w rw wtwl•W w hwa w wfnitwA.M MIA has tow 10 w"layaw ow/ aMtraep d Asw *haa tYb.MM 4aL tro.Pt Assab eitl nro City, ttv os,lrratas,d awee erw thowfsN OWAOMM ta. at7WwM Gall Woos,shot Aen.f 0% yMwra,o of wu.«..few rIW w WU a.1 Alwrta/rtr +•otral Any brat a bfrMA. /• ft, AtorWry{taA.on"atMtha a to My otWa raw w rwolttNw d wyfay ,wt ,us,reA pwwta awa, awN, aalw. wli/M. wwwsy w I mom wig"w w bwpwo by Mr. 'Yrtiwrr to all pvo~ t wrrawur totlrr •Ayaw t"..t IN Will soggy Nt wrtat aw esallawe•srttw a soww All saws, .111, row Patios,arf art r ayr.t.. AA WAM arwly.aMaotwA aw ap••a that feumom ha oaoyly haft*AV.(i•�wits,of wh a.whbea 0411 u M w isvte a aswy/M MnM of Mtw rswrwt. Osettwtw *oil, oaaa what wa/M .a aaM u "IW tbwafls. rVII14 M tY'liv My w/all 1N.frlt/M.M r n.yirl by l4 Clsy to wtewwae Iwth r Ail eMIMw hoa rasa moat by tow eaoifo tar aM wN W lay ow yraww r.a..e. r ItySW.114 "Mgt araNa to ttta Mwa. rwasN aW soMMta by tW G!f for wo plurywrt of t.wwfrn lw it w i% w.M ■ ..wyi hl"Io: 4atiyr4ae faftbor wWr.IMAM sissy W 4"nl.lwt a oow am eaMlaat wry d rho City@ "Hlr frawswo IwUW`aw nfrfw t t is.Awiw wtyt'W. '1�L1TM[1cM low• ..._.. A l /fC2lfXICMICM n Awressr .� i�w +itb�r�L.-..•Lt s,ryrwwowotAow" _(� �r -- fish" .flea !.a___ Mossy, 4JCZ..7l�L�-i...i.__�.. .,, •.. INCM7AAlIIIII'A CQsyX1 A"CII f.lwotrwtw"a Mohr 1 Awrr•w, -" M to ftlh, quite. -- -- _ ra t c nruwrmM tbpWhr'a IAtlwr „shay _ � ��..: is ____ fill.: 1. r.wwaMv/wArwtewewhrypw M P011444011'w is a p r awltw.a w "*.rust .+swt e. tr1 9001 yr/.ww1. Ciww. Va. Its L t. 4pitaw M .Lla "" W allod to" -0 w.."Is iw►.rnaot w rAr.rMAn. t. artretw/F"wala tonM/fry���ea row abo .tY aafty tpylfaletlM -.eswotrw. lwty'� w� Ibw tpw a. it ta.wr to AtM A is 'W, phis+MWafa L"awMl 40 McW.w a/Y d Nta ahUMawwa. �. WnlfwtAM•tW jalwMttM ab~ W fraw aw aoaylew e+�tWLMLt of IVIVYrd*4"ma WIlN �Lv� �.w ts�T' I C C �rG t ALVIVIM —trre'rs *� Awsoow Ay NAT A.tbowtts,t V ATTACHMENT III (CONT.) Page 2 agreement or other contract or understanding a notice, to be provided by the agency contracting officer, advising the labor union or worker.' representative of the contractor's commitments utufer section '!02 of Executive Order No. 11246 of September 24, 1't65 (as ❑mended), and shall gist copies of the notice in con- spicuous places %ivaflable to employees and applicants for employ- ment. "(4') The contractor will comply with all provisions of Executive order No. 1124o of September 24, 1965 (as amended) and of the rules, regulations, and relevant orders of the Secretary or Labor and tho secretary of Housing and Urban Development. "(5) The contractor will furnish all information and repor'6 required by Executive Order No. 1124e of September 24, 1965 (as ansmded) and by the rules, regulati^ns, and orders of the O Secretary of Labor and the Secretary of Housing and Urban bwvelolmient pursuant thereto, and will permit access to his books, records, and accounts by the meal Public Agency, the Secretary of Labor, or the Secretary of Housing and Urban De- veloin,wnt for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(o) In the event }r the contractors' noncompliance with the nondiscrimination cleubes of this contract or with any of such rules, regulations, or or,'ors, this contract may be cancelled, "terminated, or suspended in whole or in part. and the contractor 1 m:cy be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Brder No. 1124o of September 24 1965 (as amended), and such other sanetfons may be imposed znd remedies invoked a.i provided in Executive Order No. 11246 of September 24, 1'+05 (as amended) or by rule, regulation, or order of the Secretary of Labor, the Secretary of ffousing and Urban Development, the Local Public Agency, or as otherwise ptoovided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or Purchase or•ler unless exempteru by rules, regulations, or orders of the d..retary of Labor or the Secretary of Housing and Urban Development pursuant to Section 204 of Executive Order No. 1.124v of Member 24, 1965 (as amended), so that such provisions will binding upon 1 .ach subcontractor or vendor. The contractor wil', take such action with respect to any subcontract or puretwse order as the Leca] Public Agency, ,,r the Department, of Housing and Urban Development may direct as a means of enforcing such provisions Including sanctions for noncompliant.•: Provided, however, That in the event the contractor becomes nvo ved inp or is ' threatened with litigation with a aubcontractor or vendor as a result of such direction by the Local Public Agency, or the Department of Housing and Urban Development, the contractor may request the Hinited States to enter into such litigation to prilect the Interests of the United States. A77ACIKNT III G,ntract.or. Subcontractor, Supplier The C.lty's A!firma tiv,• Action Program e,tcnds to all hose duing business with th, City regardless of source of funds. Each supplier Q or contractor Imving 26 or mure c,mpluyves and/or contract in excess of Alo,0o0 is required to: (1) &come familiar with the City's Affirtstutive Action i?ograo. (2) Certify that they have their own • Affirmative Action Program; (a) Provide a record of intent to comply by cumplo•ting tit'. affiduvit. The affidavit and a copy of the f117111's ,11.1•tntwt.iv-� Action Program ,nay be provided once each year or with it specific contract. A record is kept of #:sell firm's rasponse, and present and past ia-rfornwnev. An investigation into the past performance is also etude at the Initial submittal. City records are then reviewed yearly. Firms guilt✓ of non-compliance are removed frost the cligibilfty list., no, Ifted of this action and causing deficiency, and re-instated when ,at1.1'actorily demonstrated to L.O. Officer that defteiencle, have lu•,,n corrected. ' Compliance is detcrniiucd by a check of previous performance and un-tla•-,lob inspection durin, the :urrent contract. Ab part of the requiren•nt that federally funded contracts for pore than d10,000 are subject to the Executive Order 1124(, of September 24, 11+1,;, as amended by Executive order 1137S of oetober 13, 19680 the City of Kenton shall include, in its contracts with general and sub- 1 contractor;, the following provisions: "Wrim the performance of this contract, Lilo contractor agrees as foli,,ws. "(1) Tht, contractor will tv)t discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take aft'inttattvc action to ensure that applicants are employed, and that employees are treated during employment, without regard to th-Ir race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: ,miploymte.-nt, apgrading, demotion, or transfer; recruitment ur advertising; layoff" 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 for employment notices two be provided J by the LVA setting forth the pruvtsL,ns of this tondiscrimina- tion claua.r. The contractor will, in all solicitatiuns or advertisements ' 1'or engoloyees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for vmployment without regard to race, valor, religion, sex, or national origin. "(A) The contractor will s,•ed to each labor union or repre- .,entative of workers with which be has a collective bargaining �, i Il ATTACIDCMF I City of Renton Goals and Timetables The City of Renton, under tit.- established Affirmative Action Program, has sot forth a goal of minority over d timetable span of Suguet 1, 1972 through December 31, 1973. The 3.5;, minority employment is based ylbp as average permanent payroll of approximately 31s emplgyags, This percentage will be re-evaluated in duly of oadi year. i The pergenta--,e goal is accomplished in the fcliowi.g manner: The w re,fdvncy of all pertnoncnt City employees is plotted on a regional 11'. 11. Tile ar" v'ontaining KM, permanent force is analyzed using existing cru-tsus anJ Renton sovM ,Al 1liatrict data to determine the number and categories of mimiritirs living in this area. Initially all the total minority ;wipulation was determined at Tills percentage is then applied to the City permanent work forev anJ goals for future minority employment is set accordingly. Additionally, a coinparative .study is also made with other munSCipali- ties within the greater Puget Sound area to establish validity of an m'yuitable Iercentage goal. In the event that the City minority work force is leas than the area 1»mcentage, a one fear period is established as the time in which the City will correct thv defieiency utilizing nmasuret described in the Cltv's Affirmative Aetbar Provram. A3'rACjKNr II 1 Cfty's Programs for Achievement of Coil, the city of Iceman has set forth a policy that tlW will make the necessary notification regarding position opening, in the permanent staff thr,gµth public advertisement in the Greater Rvrdon News and the Record ChroWele for two weeks prior to interview *Ioelrre. (4lvil µrsillous are also registered with the Wobfilligttin atstte imployment ;ectirlty, rniversity of washington, Seattle University, Ring; County Public I:mpl.yur nt fragrant, City of Seattle Personnel Orrice, and other ownicitiolities as appropriate. All advert isgnn(tit: cnntaln the w1rds "The City of Replan is an equal opportunity empbr,•er"'and indi- cate ibat minority applicants are hooght. In addi' fon, the follgwtng ngeneiaa that o,rvice a high concentration of mitumrity employment arc 1 turt.il'ied of cabh Imgsition opt ,rtunity: Asian Employnumt. Indfan lfrair.-, MATT C,'ntvr, ;., Veteran's Administrat bm, Time racta, and Active Mexicartim Aevklo¢mott Center. The City emplo mrM applica- tion Ibrn Ira, nlsu town revised to refi.ect the equal opportunity 1 eltlplpygle't11 nllnt{IIY;iIt. All those in a imisitfon to hire, fire or transfer City employees have Wen Instruct,-d to use nondiscrimination in their ,judgment of personnel. All 4-cisiona relating to mnageswrM-rmpl-ryee relationships will be cevia'wed by the City's E.O. Office- for IMsslbl.' abut a of the City's Fair IToctiees Policy and Affirmative Action Program. we Jaye totally re-ayaluatad our Jot, descriptions within the City to insure that yualffieatfons are realistic--that position criteria reflects skill level and physical capabilities required for performlitlev of task and not oq reflection of prevailing labor market, those iositions for which physically has,licapped are suited are fdentiried and priority consideration will be gives to those individuals. 1 6. Availability of minorities and females having requisite skills and experience in the labor area. 5. The extent of unemployment among the minority and female unemployed work force within the area. B. Perform an analysis of the City's labor force by job category to determine the placement, of minorities and females at all levels of responsibility. 1. The number of employees by lob classification for M each department 1n the city. �- e 2. The availability of promotable minority and female employees within the City's offices and divisions. J. The number and job classification of employees, by department, wF.o will be retiring within the next five years. This list is to include the tentative date of retirement for each employee. 6. The anticipated turnover of employees due to their inability to perform adequately, by job classification per department, and possible date for action, C. Establish coals and a timetable for the correction of deficiencies identified. These goals and timetables are an essential part of the City's Affirmative Action Program and will be maintained and updated on at least an annual basis. Although ' the primary concern of these goals is overall minority and female employment, they shall also include minority and female under- utilization within soeoif.c yob levels: management, professional, technical, office and clerical, and skilled positions. The goals and timetables established as a result of the above analysis shall be reasonably attainable and shall appear as Attachment 1 within 60 dais after finalization of this document. The Equal Opportunity Officer shall be responsible for establish- ing these goals. Specific orograms which the City of Renton proposes to undertake to facilitate the achievement of the set goals shall appear as Attachment 2 also within 60 days after approval hereof. These orograms shall also be established by the Equal Opportunity Officer. i _ 5. Furnish information as required, eta intaining an affirmative action file detailing its efforts, with dates, to meet its commitments under Executive Order 11266. All data and documentation generated as a result of this Affirmative Action Program shall be made available to any Federal or State agency for their review upon request. V. GRIEVANCE PROCEDURES The success of the Affirmative Action Program depends largely on the attitude of the community as well as the employee. opinion an to what constitutes fair and equal opportunity and treatment may vary widely and grievances may result. The following steps shall be taken immediately for an• grievance arising from the implementation of this orogran sous to maintain the best possible employee-supervisor and city-community relationships: A. The emplovee shall bring her/his grievance to the Atten- tion of ne- his .mediate supervisor or department head, who will investigate as necessary to determine the cause of the complaint and work w�h the employee to effect an equitable solution. Every effort shall be made to resolve the difficulty at this level. E. 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 apnropriate corrective action and settle- ment conditions. C. In the orent that mutual agreement cannot be achieved and binding resoiution 1s required by the city administration, signed statements detailing the grievance and specific investica- tive action shall be obtained by the Equal Opportunity Officer a from the employee and his supervisor. The Equal Opportunity Officer may draw upon all resources at his disposal both internally and those external to the City to arrive at recommended corrective action and settlement conditions. The Equal opportunity Officer shall forward these statements along with his 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 committee, (This committee shall be selected from among City emnloyees and consist of an equal number of management and staff nersonnel.) The Equal Opportunity Officer and those directly i� 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 Rights Commission or through the judicial system. 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. VT. GUIDELINES FOR 11INCRITY ANC FEMALE EMPLOYMENT Fair Practices and equal opportunity within City government cannot be fully realized until an equitable representation of women and ethnic minorities currently in the Renton area work force are reflected in the City's employ. To determine the area and City work force profile, the City of I Fenton shall undertake the action outlined in Section A and S 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 employment area in which the majority of current employees reside. 1 . Number of minorities per ethnic group in this area. 2. Generalized location of each minority group (i.e. any significant concentration within the area) . J. Percentage of minority and female work force as compared to total work force for the entire area. E Insure that all mamWrs of management within the City art Cully aware of and in compliance with i the intent of the Affirmative Action policy pertaining to equal employstant opportunity. a F. Provide continuing cossnunlcatiants for emoioyment• and to on of the Aff rmative Action Policy to management, employees, Pplic City- outside organizotions Dorforming services for the City. 1i E4pL0y1ENT pRACTICFS The overall employment orattice■ prcvide the key to assucinq •'goal employment opportunities end achieving enofRRenton shall te pundertake C ion in the City'■ work force. The City f 1 the following actions to achieve these objectives: ations and job descriptions A. Review ell position qualific to insure requiremen pots are eletingvant to the tasks to be rev onIngY elated Revise as necessa r'/ Y to the tasks to be porformod in order to facilitate hithiring of minorities and woman who otherwise might nondb upon lobe reaponsi R. pa`I and fringe beneflts shall depe bility and along with overtime work be administered on a nondiscriminatory basis. 1 C, Inform and provide guidance to those staff and r all mane ooeitlons, including those of minor ties end woman, are to be oersonnul Who make hiring decisions Chet applications for all into be given equal onno rtunity reaardlens of race• creed, color, national considered without discrimination. And that all erondderat Ion tional sex, ohysical handicaps, or sqe. Primary time the origin• Women, and other definable groups at any be given minorities, reflect the membership of these Clty's work forc•l dne� not Renton to neent area. groups residing within the Renton amp 0. Provide per-odic training for muse erssand,ch supervisors in soual onvortun"I objectives, making at currently offered by the Intergovernrental Personnel Program Division of the U. S. Civil Service Commission and other agencies. E. PrOvId' orientation for ell new employees specifically an Encourage all emohe+izin9 now the Citv of Renton assures equal onportunity and the slanific+nce of the Affirmative Action program• two loyeas and specifically minor it lea to avail *hemse fives of services rendered. F. Recruiting shall be accomDlieheA in such a manner as i to inform the greatest number of mano`tunitlesd and to mekeposviblo the Renton area of employment open that such ion o fptochaposi area sought. MAs regards minorities a dee- 1. Advertised an the various Renton area ethnic news media. • 2. Circulated to currant staff and encourage Dreeen employees to refer minority aoolinants. 3. Forwarded to schools in the Renton area with minority students- 3, Distributed to minority and humen relatinna orgeniza- ■■■ tions 1n the Renton area ragdo`dote tlatinglo£f these lorq*niss- minoritY apnllcents. An uP the- tions and their spokesman *hallsonnel beecto riu�intaSThese/organizations Officer and the City but nct be limited to, the Urban woul3 be identified t unity Center, Naids, Kinatachopi, Etc. League, Publication is All tmplovmenr. notification and date Ofhp liwl opoortun it Employ shall be at lseat five days prior to cut-oft date for receiving applications. t C.. P[ogr ems such as apprentice, summer and part-time considered { aanancary hiring Drpgtame ahs21 be eeti to f the J intern, and other Supplementary sitlons and be subs iG the same manner is •ell-time City po a, provisions of the fquaa OPPOrtunitY and Affirmative Action Programs. EMyWYEE DEVEWPMENT The hiring of minorities and women on a fair and equitable basis is only the first step in affording equal employment Opportunity. Skill development, promotion►, and aqua nondiscriminatory on-ths- job treatment are of equal importance to both the individual and to the City. The following actions shall be undertaken to achieve employee lob satisfaction and fair treatment and to more success- fully utilize women and minority parsons in our work force. 1 A. Assure that there shall be no discrimination for reason of race, color, creed, sex, age, or physical handicaps with regard to uporadinq, promotions, transfer and demotion, lay off and termination of employees. Any action which might adversely affect minorities or woman will he brought to the attention of the oyee ax•hE action qual p$halln receity iiveicmmediatel attention v in accordance with Section Vt. E. Develop a skill inventory for employees which can be used to identif,, supervisory and managerial level position notential. This shall be accomplished by: 1. Obtaining f skills, and the vinterest in as a ahigherapaid as to chair de/fires,, i positions. 2. Periodic review and anal-sis of employee development progress and readiness to assume higher position•i. 1. Tdentif•- specific positions for whi^h employee qualifies, and assure that requests for intardepartmeutal transfers and oronotions are considered without iiserimination. ■ C. Activele encourage employees to increase their skills ■■ and job potential throuah training and educational opportunities. Offer guidance and counseling in developing programs te`larad to individual aptitude and desires, takino full advantage of programs Offersd by the State Department cf Employment .Security and Manpower Development Programs. rv. LIAISON AND COORDINATION A. There exist man,,, organizations vitally concerned with equal opoortunit? end fair treatment of minorities, woman, and the physically handicapped, and those that are ever 45, whose resources can be of valumule assistance to achieving t the goals of this program. The City of Renton throi:gh it/ Equal Opportunity Officer shall maintain constant contact and coordinate various aspects of the At Action Program with these organizations. In addition to those already identified nyi�a Utionehips ahal libenq hiring, and employee development, maintained with the various civic, labor, and minority organizations in the greater Renton area. S. The City also recognizes its responsibilities to comply with end au ure that equal opportunity and nondiscrimination policies of State or Fade agencies twh ietCSehi f Aantpnducts ahallbuslneu are carried out. Specifically, Y 1. $a responsible for reporting to the approrrtate agenelee env complaints received from any emPlpyea of, or an applicant for esuAlectntOwExeeutiveith any iorder 112a{ty Of � contractor or ubcontra s. Cooperate in special comnliance revi•ws or in investi- gations as requested. 1. Carry out sanctions against a contractor(/) and/or i subcontractor(/) as required. 2, Assure itself and the agency as part of the grant application process, that the generna or prime contractors will not have submitted ore-packaged bids that deny open bidding to minority or an/ other subcontractors. • AFFIRMATIVE ACTION PROGRAM 7 C'ty of Penton The Policy of the City of Renton is to promote and afford equal treatment and service to all citizens and assure equal employment basso ^n ability and fitness, to all persons regardless of rare, reed, color, national origin, sex, physical handicaps, nr age. .n recognition of its obligation to provide community leads,+lip to overcome past circumstances which have either barred, not encouraged, or discouraged representative I minority and female employment, the City of Renton has initiated a program of affirmative action designed to assure that the spirit and intent of this policy is realized. The term minority as used herein Shall include, but not be limited to, those identified as Flacks, Spanish-Americans, Asians, and American Indiana. The spirit Of the equal opportunity policy includes such persons as the physically handicapped, and those over the age of 45, even though the esiohar a is upon minorities and females. Tha purposes of the Affirmative Action Program are to: 11 estab,,gh employment practices that will lead to and maintain a minnrity composition of the Citv of Renton work force that reflects that of the (,reater Penton community: 2) achieve and maintain equitable and full utilization of minority and female employees at all position levels; l) oromote an atmosphere of non-discris.ination end fair treatment within city government; 4) provide Vamp Hance with State and Federal equal opportunity requirements and reoolatiOns. This policy shall be made kn,,wn to all employees, contractors, subcontractors, and suppliers through distribution of handbooks, tulletinn, letters, and Personal contacts, conferences and orien- tation sessions. Signed acknowledoments pledging cooperation shall be required of all department heads and supervisory personnel in a the City of Renton and, where ancropriate, of all contractors, 7 subcontractors, and suppliers engaged in City-administered projects. Such contractors, subcontractors, and suppliers to whom this policy shall &poly 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 910,000. 7, pprxlpAM RES➢ONSI7lILITY To assure that the equal opportunity policy and the provisions of ` the Affirmative Action Program are carried out, gn Equal opportunity officer shall be appointed Or designated by the Mayor. The Officer shell be the focal print for the City's equal opportunity efforts and will advise and assist staff and management personnel in ell matters relating to lmlementation of and compliance with the Affirmative Action plan, s nd tbllz Ingo the haseirtance of cappropriate execution o! this uroq ram, State t liaison nwitha theiMayortv eandeCits And y Councilzonithe progress and tofntheosa Program. The Equal noportunity officer will have the responsibility to: A. Initiate, coordinate, and evaluate the City's plans and programs which or-, designed to ensure that all current and p oa- pective employees receive tle benefits of equal eaployment opportunities. R. Evaluate the Equal Employment opportunit/ Plans and Program* of the l.it.y to ensure compliance with the Affirmative Action Policy- C. Coordinate the attention given to Equal FrsPloyment opportunity throughout the City. D. Periodically audit the practices of the City and recommend impr,,vamsnts in the Affirmative Act"'" Policy to the Mayor's office. l 1 etOYwmvwmtaws>wr,.w,-+co..,...... 3 , OV Rg/v aumNArY or QZ of1R 7ICO POLICY OP THE C1 crrr OF Nf SN MOON0M ADOPTED RY R•EOLUTIOm NO. 1105 the policy of the C.ty of Renton le to promote And afford eortun treual treatment tment and airily to all cltltoM and srsonaassure reequal ardless of race, creed, Color, on ability o And fl toss• to all D 4Apply to every aspect, set,employment practices, or woe• Thistree policy •Dell is to every *,Deer of emploVm*,t DNcticu, *,playas treatment end public Con e"I t. In keeping rl[h this prinriplr Cho following quidellnes Are tstabli•had and ■hall be tht qo VerAlnq policy for all department' of the City of Renton. I. EMpLUVMLNT - gac,uJLIny, hiring and appointment practices suall be conducted solely on the Heal• of Ability Anh rlcAlahwn dl er ptoraaq d to race, color, creed, national oriYAM, Sea, p y ). PROMOTION - promotion, dorngradinq, layoff, discharge and Inter depsi tmental transfer shall be dependent on Individual performance and work force need• Without regard to race, color, creed, national origin, see, physir..'al handicap or aqw, and, whenever appllcaDl•, in agreement With Nashin9ton State Council of ['aunty end City Employs*,, and In OR- PA!Ante with 9overnlnq Civil Service tars and bgulttl one. ), TR, IRIMO 11 on-the-lob training and city-eupported educational oppn rtunLti.♦ shall be Administered without discrimination to *,courage he ful Est development of individual interests and aptitudes, s. ItV shall deal fairly And •qult- 6RVrCL AND EMPGOYEL sens GOH D'J C'T - The C .S ably wleh A 1 Ci el tr ••rues and ell persons It ORPI a. City depart- ments shall maintain the pop sy that no city facility 'hall be used In the official f furtherance of any discriminatoryout therintent and provisions.nd o900 of this policy. Shall be responsible to ^arry ty $. GOOPLRATION WZfN MOMAN RIGHTS ORGAN 72ATZOM9 - The City shall cooper- ate to eM lull*,[ .•tent 0*,s161sorganlsatlons and commissions concerned with fair practical end equal oDDu'LOiheyStAb employment. Rights Cox- but are not limit ed to, and the, the Seattle Muman Rights Commission, Seattle won. ts' Commission ♦nd the Seattle Technical Advisory Committee on Aging. d. ANIR,tATIVL ACTION PROGRAM - To facilitate equitable representAtion w, •hfn the city rock force and amours equal ssplayssnr opportunitY of minors[f*, and woman In City Gov,trnment, An Affirmative Actlun Program e .hl he initiated and malntaln.d by the City of Renton. It shell be the to to SponsibilitV And duty Of dedlnesg And f corr•ctive colors' amMSets alall forth carry out the policies, 9 by this program. LLL CO+ RACTORS' oRIIGATION - ContrArtors, subcontractors sad suppliers condu lesh e City of Renton 'hAl1 affirm and subscrl • to the fait Practice' And Non-Discrimination policies rot forth therein. s. POArlm -Of POLICY - Coplom of this policy shall b« distributed to hsll porational —ty all the employ", calls,aand stppear J11aD• promJn•nt1Y du pwAYedtle'i3fcity City, facilities. CONCURRED IN by the City CounciJ of the City of Wanton, Washington this IfT1• loco say nr • — Julu,_-- RrrrDm crrr coDMcrL Crrr or RENrom �t2� Ar Clymer nc1J Pra'. rV GAret-- MSVOr Pro rem Arrrsr: • � We m a N.4. n, 17 ty er 4^ CITY OF bEiTON rENERAL I M X AND SABLE OF `.O MMI'S TO cowaACT DOCNMLNTS ti Scope ■ Call for bids Vicinity Map Lnstr,�Ction to Bidders General index .and Table of Contents susegary of Fair Practices •Certificatior. by Proposed Contra�`nr, t;ubcont,&ctor, and supplier Regarding Equal Employment opportunity •Certification of Bidders Affirmative ActunLtPl� rt •Certification of Equal Employment Opportunity PO .. *Non-collusion Affidavit •Minimum Wage Affidavit *Bid Bond Foam Special Provisions Table of Contents Special Provisions Techrfoal Pruvisions Table of Contents Technical PrpviaiOna 3'arularn Detail for G®nefal Blocking Standard Detail for Hydrant Asssmily and Hydrant Guard Posts ,cupdard Detail for 2^ Blow Off Assembly Standard EPaoifieations for 3/40 and 1" Water Services Bond to City of Renton *Proposal Form • *Schadule of Prices roan ' Agreement Construction Plan 'n,a... ru,r-�*n�ats Must p�• Exo:^ut 9 Pr'or to, 'Lit '1 of bid • } SPECIAL PROVISIOES (COWT.) SP-15 PPOTWrION Of PUBLIC AM PRIVATE UTILITIES The Contractor shall conform to Section 5.09 of Standard Specifications 1 in regard to protection of public and private utilities. Location and d:.mensions shwa on the plans for existing underground facilities are in ncv urdancs with the Last available i.nfirmation with- oat wxcvexi,,g an4 mee,=inq. TP, - owner 5OPS not guarantee the aiaa =d iOCation of exi.ating facilities, It Thali be the Contractoz's responsibility to contact the GP1 TELEPHCNE CCW WY, POWER COMPANY, an' the REITl'OW WATER REWIVN ENGIMt'6RING aEPAR1TM7f, for exact locations of their respective 1 utilities. Also, contact the CAB:-E ^V CCMPANY if necessary. SP-16 SCHF_WLING 08 W,RX Section 8.01 of the Standard Specifications shall be neleted and the following inserted: Promptly after the award of the contract, the contractor shall submit for approval to the Engineer a progreae schedule. From this informa- tion a progress ichodule diagram will be computed, plotted and a copy returned to the Contractor. Payment to the Contractor on any eatimale may be withheld until .such a schedule has been submitted and approv, 1 Should it bec,me evident at any time during construction that opera- tion:• will or say fall behind the schedule of this first program, . Contractor shall, upon request, prumptly submit revised sch.dules in the same form as specified hereini setting out operations, methods, and equipment, added labor forces or working shifts, Tight work, etc. , by which Lima lost will be made up, and confer vith the Erginer- until an approved modification of the original schedule has been secured. Fur- ther, if at any time any portion of the accepted schedule is found to conflict with the contract provisions, it shall, upon requeat, be revised by the Contractor and the work shall be performed in compliance , with the contract provisions. Payments of any further estimates to the Contractor after such request is made and until an approved modifieds, schedule has been provided by the Contractor may he withhold. Execution of the work according to the accepted schedule of construction, of , approved modifications thereof, is hereby made an obligation of the contract. SP-17 0011.,TW'7- -,JW CONPE M" Prior to the start of construction the Engineer will call for a pro- construction conference. The Contractor and his subcontractors shall attend the pre-construction conference, the time, place and date to be determined after Awardancs of the contract. Subsequentl, a representative of the Contractor will attend a weekly conference with the hmer's representative to review programs and discuss any problem that may be incurred. s?-Page S �e 3 „;,• .7�,,�j ' f4l"�'2' ��j ' SPSCIAL PUNISIOMS (ODNT.) SPSP^10_ tU M-COLLUSION A/PInAVIT (CWT.) ) ■ person, firm, or corporation not ruuwd in the proposal containing much a bid. SP-11 NONDISCRIMINATION IN OWL40YMarr t �' Contracts for work under this proposal will obligate the Contractors a.u1 sub- contractors nt to dlscriainats in employment practices. SP-12 STANDARD SDPCIF7CATIONS The wpect,a) Provisions hereinafter contained shall supersede any provisions of the St Ard Specifications in conflict therewith. The Standard Specifications for Municipal Public Works Construction prepared by the Washington State Chapter of the American Public ".W-ks Association, 1969 Sdition, shall be hereinafter referred to as th+ "Standard Specifications” and said specifications together with the laws of the State of Washington and the ordinanass and Charter of the City of Renton, so far u applicable, are hereby ixluded in these specifications as though quoted in their entirely and mhall apply excapt am memq"d or superseded by these Special ProvimloN6. A Copy Of these Standard Specifications is on fill in the office Of the Pudic Works Director, City Mall, Renton, Washington, share they may be examined and 1 consulted by any interested party. WRw.rever reference is tam" in the standard Specifications to the Owner, such reference shall be construed to wan the City of Renton, and where reference is Us" to the "Jaesr, such reference shall be construed to &wan the Public Works Director, City of Renton, or his duly authorized assistant or assistants. I Sp-13 rinit OWAwars Any alterations on. varianaas from the plane, except minor adlu.,tasnts in the field to meet existing conditions shall be roquasted in writing and may not be instit"stOd until approved Lv the Public Works Director � hts representa- tives acting epeoiitoally upon tds instructions, in the event of disagreement of the neceSsity &f such changes, the Rnginear'm decision shall be final. OP-14 PAILt1RS TO MSlr SPECIfIG210N9 In the event that any workmanship loss not mast the requirements or specifi- cations, the City may have the option to accept such worhamenehip if the Sngineer deems Such scuspten..e to be In the beat interest of the City, Pro- vided, the City may negotiate payment of a lower unit prioe for said workman- ship, RP-Psga 3 f � s�� r v t T SPBCIAL MNISICMS (CONE.) n f� SP-06 PUBLIC LIABILITY AND PROPMh Y nmh94F TNSUM NICE The Contractor shall obtain and keep in force during the term of the contract, public liability and property damage insurance in oonpaniec and in form to os approved by the City. Said insurance sr-1i provide coverage to the Contractor, q- any subcontractor performing work provided by this contract, and the City. The Ctty shall be named as an additional insured on said policy insofar as the wark and obligations performed under the contrar' 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 !om any act or t omission of the Contractor, or the subcontractor, or by anyone directly or in- :4r;rtly employed by either of them. The mime.% policy f nits of such insurance shall be as follows; Bodily injury liability coverage with limits of not less them $100,000 for ibodily injury, including accidental death, to any one person, and subject to that limit for each person, in an amount not less than $300,000 for each accident; and property damage coverage in an amount of not lees than $50,000 1 for each accident. A copy of the insurance policy, together with a copy of the endorsement naming the City as an additional insured, shall be provided to the City within a reasonable time after receiving notice of award of contract. PROOF OF CARRIAGE Or INSURX:;CZ The Contractor shall furnish the City with satisfactory proof of carriag*, of " cha insurance required. ' .'A--^u7 EQUAL ENyL0y1QW_OPPORTUNITY AFFIDAVIT 7:he Contractor shall be require9 to execute the "Certification by Proposed Contractor, Subcontractor a.,d Supplier Regarding Equal Employment Opportunity" t► form, as incorporated in this document. He shall also aLida by all rules and 1 regulations as requlrod by the instructions of t:ie aforementioned form. e SP-OB PAIR PRACTICES POLICY The contractor shall be required to read and abide by "the Summary of Fair Practices Policy of the City of Renton" as incorporated in this document. 1 nP-09 AFFIRMATI.. ACfICM PROGRAM TLa contractor shall be required to read and abide by the City of Rsnton Affirmative Action Program as incorporated in this :lncument. SP-10 NON-cOLLusiom AFFIDAVIT The contractor shall be required to execute A Non-Collusion Affidavit to satisfy the City that the bid offered is genuine, is not *has or collusive, -- and in no respect or dogroe is made in the interest or on behalf of any SP-Page 2 � 1 n �.w kx�x � x Ia SPECIAL PROVISIONS GENERAL PROVISIONS iu Sp-Cl DESCRIPTION OF NORX The work to be perfurmed under this contract consists of furnishing materials, 1 equipment, tools, labor, and other work or items inu:dental thereto and per- forming all work as requir, oy the contract in accordance with plans and • specificAtions and standara specifications, all of which, are made a part 1 hereof. This improvement is subject to the furnishing and installation of an 8" ductile iron water main and related facilities in N.W. 2nd St. from Taylor Ave. N.N. to Stevens Ave. H.N. i,. SP-02 DATE OF BID OPENING 1 Sealed bids will be received by the City of Renton, Washington, by filing with the City Clark, City Hall, Renton, Washington, until 2:00 o'clock P.M. Pacific Standard Time, November 1, 1973, and will he opened and publicly read aloud in the third floor conference room, 3P-03 MATERIALS 1 -he Contractor shall supply all water e, fittings, fire hydrants, gate valves, end cast iron valve boxes with their required accessories, concrete blocking, shackle rods, fire hydrant guard posts, valve markers, and all other materials necessary to make a complete installation. SP-04 CONSTRUCTION DIRECTION The starting location for this project will be at thi intersection of N.W. •1 2nd St. and Taylor Ave. N.W. Ana then progressing to the West. * SP-05 TIME OF COWLETTDN The Contractor is expected to diligently prosecute the work to completion in all parts and requirements. The project shall be completed within forty-five (aS? calendar days. ' Provided, however, that the City Council shall have the right upon request of the Utility Enginserir- Department, City of Renton, Washington, to extend the time of completion of said work. No extension shall be valid unless the same be in writing and accompanied by the written consent to such extension Ly 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 tl,e cesspletron of the work, and shall not release the Contractor from damages or liabilities for failure to complete ti.e work within the time required. #,ems SP-Page 1 - is % :„,,, I f ii�Vl �'��', ��W��4Ti,4 �;�"kw�.,'' 4+7•#�'���fb, tcx�;�� , �. :::-'�'t'ra*n; ;l�r 1r��+r rrk'�=i�"�;r A R TAKZ Q CoWr= 18 SPECLAL PPMSJOKS SP.CT1(y DESCRIPTION noP-75 Public Convenience and Safety 7 SP-26 Construction Big" 9 SP-27 N4oving Traffic and Street Signs y `I SP-28 Construction Equipment 9 1 SP-29 Size, Weight, Load Nestrictfons for Motor Vehicles 9 SP-30 Delivery Tickets 9 1 SP-31 waste Site 10 SP-32 Dust. and Mud ^om._ol 10 SP-33 Payment to the Contra�turs 10 SP-34 M quidated Damages 11 BP-35 Awarding of Contract �m SP-36 Certification of Pidder's Affirmative ■ Action Plan 11 r r 1 TABIB OF CONTENTS SPECIAL. PROVISIONS 1 ja TIN DESC)UPTIOM -P-01 Description of Work L i SP-02 Date of Bid Opening 1 SP-03 Materials 1 SP-04 Construction Direction 1 1 SP-05 Time of Completion 1 SP-06 Public Liability and Property Damage Insurance 2 SP-07 Equal Moployment Affidavit 2 a`' e SP-08 Pair Practices Policy 2 SP-09 Affirmative Action Program 2 SP-10 Non-Collumion Affidavit 2 SP-11 Nondiscrimination in Employment 3 SP-12 Standard Specifications 3 SP-13 Field Changes 3 SP-l4 Failure to Nest Specifications 3 Protection of Public and Private Utilities 4 SP-16 Scheduling of Work 4 SP-17 Construction Conference 4 Jy SP-18 Disputes and Litigation 5 'Ig SP-19 Wage Schedule 5 SP-20 Subcontractors 7 SP-21 Change Orders " ' SP-22 Surveys 7 SP-23 Overtime Field Engineer-ng 7 1 SP-24 Hours of Work 7 AMEnICAN FIDELITY FIRE INSURANCE COMPANY Westbury.New Y.as Power id Amaney KNOW ALL MhN BY THESE PRESENTS lhal AMERICAN FIDELITY FIRE INSURAN('F.COMPANY,a curprr+. ii.n, of rise Slate of New York dots hereby make,constitute and appoint 1 C Beewn,andlor William F.. Harriman. and/or Rotwn F M.Gihhnn,all of Seattle,Washington its true and lawful Amirney"n-Fact, with full power and Authority. for Arid-is,hehalt of the Ciuopany as surely.to execute and deliver and alhx the teal of the Company thereto,d a seal it required, b nda. undertakings, recognruncts it,inlet wntien obigabuns in the natuta thereof,as lidlov s: Soy .rid all bind, and under rakinp in an amount not cxcaedma S50,UUU 00 in any angle ,mtirl lot of on behalf y. of list,I-impm,y, in its noiseless and in accordance with its latter,and to bind AMERICAN FIDELITY FIRE INSURANCE i COMPANY ilw(eby,and all of the acts of said Attarney"nFacl,prrsuant to these prasents,sre hereby atfxd and confirmed This appnnimirm is made under and by authority of the following Resolution adopted by the Executive Committee of tire Hoard of Direcwrs of the Company al a meeting duly called and held on this 31 fit day of December 1971. "RESOLVED. that J.C. Beeson,and/or William E Harriman,and/or Robert E. McGibbon,all of Scillie.Washington he and ire hereby appointed the lose and lawful Attorneys-in-Fact of lhn Corporator,with ILII prwer and authority for and iir: behalf if this Corporation as surely in execute and deliver,and affix the facsimile seal of Jac(urpowasn to binds and underlakmis, m amounts not exceeding $50.000.00 in any one instance, each of which sestruments shall be as valid and binding on first Onpuntron as it it had been signed by an officer and as it the original curpoule seat had been thereto manually affixed." ' WITNESS WHEREOF, AMERICAN FIDELITY FIRE INSURANCE COMPANY has cause; ibex presents to be +igncd by its proper officer and it uupurate seal to Ite l,eieunto affixed this 10th day of December, I1"i t AMERICAN FIDELITY FIRE INSURA NICE COMPANY a 1 oilier H Wilh.nn+,Pic.Wcnf State of New York 1 ee sA ■ i ', } AMERICAN FIDELITY FIRE INSURANCE COMPANY sssssssssssaassss=Now York=sssssocsrssssssssse BID BOND BOND NO. BBSU KNOW ALL MEN BY THESE PRESENTS, that we A. B. C. SEWER CONTRACTORS 3516 So. 146th, SaatLle. Wn. _ ,41 as Principal, hereinafter called the Principal, and AMERICAN FIDELITY FIRE ' INSURANCE COMPANY, a corporation duiy organized under lh.- Laws of the State of New York and authorized to transact a general surety business in th.• State of .., Surety. hereinafter called the Surety, are held firmly bound unt,.' CITY OF RENTON, Pub. Wks Dept. ' as Obligee,hereinafter called the Obligee, in the stem of: Five (Sh) Percent of the mt. nF [l.o ate_ 61d Ixi.t rot to exeeea One T(yo�aana Dollars, ,J ($ ** ), for the payment of which sum well .end truly to be made, the said _ Principal and the said surety, bind our+elveb, our h, i,s, . .. rotors, administrators, ,ucevssors and assigns, jointly and severally, firmly by th. se pre SentS. ' 'A HEREAS, the Principal has submitted a bid for Watermain Installation fcr N.W. 2nd St. from Taylor Ave. M. W. to Stevens Ave. N. W. LID i281 (W-403) The condition of the above obligation is such that: ' If the bid of said principal hereto attached shall be accepted by the Obligee, and the contract for the delivery of materials, equipment or supplies, or the contract for the r to -nishing of services, materials, supplies, labor and f .:rforming the- work, all as l specified in the specifications, notice inviting bid, ind bid, be awarded to the principal, and if principal shall enter into a contract the rclure with the Obligee, and ih, obligee, a good and sufficient faithful performance bond, ..rid, if required in the notice inviting bids, a good and sufficient labor and material bond, with surety or uretie,. then this obligation shall be void, otherwise it shall remain in full force and effect. Signed and sealed this f day of Nnv A. B C. WER CO RA TORS -- rincapel AMERICAN FIDELITY FIRE INSURANCE COMPANY e Attoney-in-IracT William E. Harriman r / BID BOND FORM Herewith find deposit in the fora of a certified check, cashier's check, cash, or bid bond in the Amount of $ S ,which amount is not less than five percent )' of the total bid. � Sign Hen1�,�� BZO BOND Know A]I Men By These Presents: That we, as Principal, and as Surety, are held and firmly bound unto the City of Renton, as Gliligee, in the penal sum of Dollars, for the payeept of which the Principal and SFw Surety bind themselves, their heirs, executors, ddministrators, successors and assigns, Jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the tens of said proposal or bid and award and shall give bond for the faithful per- fonnance thereof, with Surety or Sureties approved by. the Obligee; or if the Principal i shall , in case of failure to w so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call :r bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages. the amount of this bond. ' SIGNED, SEALED AND DATED THIS _ DAY OF— 19 s _ r nc pa 1 Surety r , 19, Recrived return of deposit in the sum of $. r WWI MINIMM WAGE AFF14011 FO3iM_,, ' „ . city of Renton wnshINCT(M ss COUNTY OF K114G 1, the undersigned, having beer. duly sworn, deposed, say and certify that in connection, with the performance of the work of this project,,,, ` 1 will pay each classification of laborer, workman, or mechanic empioytd in the performance of such work; not less than the prevail ing rate of wage or not less than the :.!nlimam rate of wages as speci- tied in the principal contract; that I havt read the above and fore- going statement and certificate, know the contents thereof and the substance ds set forth therein is true to my knowledge and belief, Subscribed and sworn to before ax on this g 7 day of 1gz,'. t,i w-• 'E� +otary , c n , 0 the Washington Residing at • NON-COLLUSION AFFIDAVIT 1, STATE OF NASHINGTi>ti I SS COUNTY OF ) t Aj being duly swam, deposes and says, that he is the identical persaa-' who submitted the foregoing proposal or bid, and that such bid is ycnuine and not sham or collusive or wade in the interest or on be- half of any person not therein named, and further, that the depone has not directly induced or solicited any other Bidder on the fo going work or equipment to put in a sham tid, or any other penon +� corporation to refrain from bidding, and that depoaent hts not in any wanner sought by collusion to s, cure to himself or W any other^` person any advantage over other Bidder or Bidders. j SI r _ f Subscribed and sworn befere we this ,J,U-X_,,_dgy of �,-4ri'•'' -....[ lg ate . FM r a a •= o t at _therein. Y { V . ge The foregoing paragraphs "a" through "p" of Goals and Timm Tacle are HH s forth as Contractors general Affirmative Action prograia and reference to the within project will be followed to the iull a� c::cent relevant to such project. 1� COMPANY NAJ-IE:_ � _� �"'•[ . PFESIDENT Contracts in King County Area. The contractor now has _ Y+here are _.a Sub Contracts oven $10,OOC ^0 with this Contract. A 8 G C CONTRACTORS 'NC' 5102 South 163rd Avrnue Seattle, Washington Sales Phone 4umber cH 3 / � 1 j 1 R A B & C CONTFWCTORS INC. 5102 South 163rd Avenue Seattle, Washington 98168 { ' EQUAL EMPLOYMENT OPPORTUNITY AF''IRMATIVc: ACTION PROGRAM 1 (�Q9C hereinafter known as "The Contractor ", herebi agreos to this plan for affirmative action in meeting its equal cmplo ment opportunity obligation pursuant to Executive Order 11246 as amended, and Title VI and VII of the Civil Rights Act of 1964. 1. EQUAL EMPLOYMENT OPPORTUNITY POLICY -, It is the police of the Contractor to assure that applicants are , employed, and that employees are treated during employment, without regard to their race, religion, sex, color or national origin. Such action shall include: employment upgrading, demotion or termination, - rates of pay ar other forms of compensation, and selection for training, including apprenticeship, prep pprenticeship and/or on-the- job training. 2. FOUAL EMPLOYMENT OPPORTUNITY OFFICER. The Contractor designates Robert Wells, President, as EEO Officer, With full authority to administer and promote an active program of equal employvu?nt opportunety. 3 . GOALS AND TIME. TABLE The manhours as set out below shall be accomplished throughout all phases of this project: y TOTAL MINT T/ MINORITY CI'AFT NULdBF.R MLRM:OUFS PERCENTAGE MAITHOU S Laborer 'j 90 Oilers & Operators , 40 4. SPFCIFIC AFFIRMATIVE ACTION STEPS a. Contractor will notif," community orga:izations when Contractor has employment opportunities available and will maintain records of * the organizations ' response . b. Contractor will maintain a file of names and addresses of each minority worker referred to him and what action was taker. with respect to each such referred worker, and if the worker was not employed, the • reasons therefor . If such worker was not. sent to the union hiring hall for referral or if such worker was not employed by contractor, document- ation of this will be filet] together with reasons therefor . c. Contractor will promptly notify the Department of Housing and Urban Development when the union or unions with whom it. has a collect- I ive bargaining agreement has not referred to Contractor a minority worker sent b- Contractor, of when Contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. contractor will participate in training programs in the area, especially those funded b• the Department of Labor . 1K 06 PIPING t4►TT?RIA1F _y.R?.VH6• ..M F b $uctile Igan Fins Dwt11e Iron Pipe shall Conform to ASA speeilSCalSon A11.51-1465 (AIMA C151-65) Grade 60-4i-10• x M -° pweiile iron Pipe aha Ll bs cement lined and sealed in accozdanc�ll� �6" • ( rf;o.cjcat}on 12! .4-14" � ,A cio4-64). 4" through 12" pipe � y oserm-,t find and 14" ,_Lr�L," W pipe shall be 3/32" cement lined. % cill The pipe joints shall aonfore to t d Specification A21.11-19E4 so re uited4). 4. 1 r eeketed peen-On and/or Mechanical a/ requited by Pipe joints shall bo ubbe 9 the bid proposal dsscr'.Ption. ;1 the bid proposal description. sips thickness class shall ba as required by C. PURS EYt UM Cast irvn pipe fittings 4' through 12' shall be class 250, AM Per "A Speeifi- �+ cation A21.1o'1964 (NAVA C110-64) . Joints for fittings *hall be MCCh"r Cal Joint per ASA Specification A21.11-1964 (AMA C111"64) • The above shell hold true unless called out oticexwise on the Plan° or in the .,� bid Proposal• f. c a d. §At XALW-1, 1 p� steal Lull bronss nosnted vitlr { Gate vwlvee shall Ee eeet iron '�oaY, non-zi:�ing ,s double disc ystaa• All valves shall be assigned for a ainisum weer operating s per square inch end shall conform to AMMA pressure of two hcmdrsL (200) 1?�nd vent modification thereof. Bach valve ,.. Speciiicetion c-500^61 and any °�°E"1 Operating nut, and shall n shall be "0" ring type, provided with a -:taTherd square all J open b;, turning counter cloclan.ise (l eft) • The valves shall ba IOMA List 1.4, as 4 Moller A-2380. 1 e. sire �aTea,.a laYa0.ti^�� Stilal Fire HydreAts shall be Trey Type ('.'bring with the pzersure) canfotminq to AMMA C_SA2-64 with a 6" inlet and s mintA,:# M.V.O. of 5', Two 2 pper hose eWi J mom with National Standard 7 1/2 threads per inch and one 1" proper egse4.875 le with _ tzleshe new Seattle Pattern 6 threads per inch, 6W V. threads, O.D. thread turning CAP root dialer /,6263, 1 1/4" pentegan operating nut and opening by [uznin7 troc camtac clockwise (left)• aydran tied in bidtad shall 1>1cpcopoeai MrlthptieCooical joint ,...'' connections unless otherwise spec 'All be fct Firs Hydrants sh-..'- be of Traffic TYPO and rei6ydzantsshallmbeesuch e W r of barrel to Pvctect units fras freezing. i i in trenches 3'6" 1a* to be suitable tog installation with connections to B B ng { Tb-Page 5 c ) e -:AL l PS7C�a� SII7Q1iC�L PR.�*�I.^� (CC:Y'11 TS-05 PAVSMF. 7AL, XMKA frCAVATl^.q. WriDIS; UO -4tCQ hL /:vent.! _ f. 21mb ,&"fill aa'CgFRa2t4&n :curt. I R (3) content Ave &-Lanal ad by PATAM Designation W98-50i, Method D. In-place darsi .y 4atanaination shall be wade in accordasce with h M Desiquation 1556-SST, svapt as otherwise approved ly the anginser. Testing for compactions .n the improvvd areas dwell be in accordance with the "stiaq as stated in that serticn on initial bsckfill. (4) Parvwguts No separate or es':ra payment of any kind will oe OWk for cca- ,( pecticn, wetting, drying, water, or processing of materials, but shall be included in the applicable unit price paid for the waterline in place, oc.:plato. 4, q. Select Trench jWafill e/{ select trench backfill fur the pipe shall consist of crushed or natucally F oc.vrriaq granular material from sources selected by the Contractor. The source and quality of the material shall be subject to approval by the sagineam. Select trench backfill shall meet requirements fo: bank rv.. grave: Class •s« am outlined in Section 26-2.01 of the Standard Specifications. T.r horizontal limits for measuring select trench backfill in ll.,co shall be F. the side of the earawtion axe:pt no payment will be aisle for material -eplaosd !I outside of vertiral. planes, 1.0 foot outside of and parallel to the barrel .A the pipe and n.ot tee bow . or collar. Any excavatio. in excess of the above requirement* sba:l be replaced mkth «` native material or select trench barkti:1, as directed by the Snginser and at the Contractor** expense. 1 Tbs price per ten shall be full cempencation a_• selecting the sauce, furnish- i ing end ,plac.nq the material as outlines in Section 26-2.01 of tha Standard Speai:iattsoss.. Piplas MhIT'gm—W.R. VALV6y4'_ AMID FLTT_&r-A I 5 a. Gmezal All pipe wises am shown on the drawings, and as specified herein, are in rerer- once to muoulaal• d.'ametar, unless otherwiss indicated. one type of pije am indicated below will be considered for this prc)eet. All pipe shall he fabricated to fit the plan and profile shown on the drawings. urn type of pipe rhall be used thr•ugt .t the entire projoet except 7s necessary to match exiatinq piping. Where relocation of or replacement of ax.�sting piping is necessary during cr:atsuctiraw, materials used shall match the existing, sub- jact to the approval of chat engineer. Ali pips, valves, fitti-qs, vd apecialo shall be for a minimum water working p4vaamre of 150 psi, ,ni shad confona to the requize eats of the applicable .. sections of the A.P.W.A. StAntlard specifications, as modi•!sd herein. TS-Page 4 ,...;tea.,..: tA 1 r . SPECIAL TECMIC.L PUM519"S Irvwro ) PAV �T AFMpVAT TRSMCE EXCAV�TIQi BEnnr�u- AND BACY.PILL (Cont.) C. Excavation (cunt.) ' No se� paraG or extra payment of any kind will be made for storing, handling, hauling or manipulation of �Cavated materials. I d. Solid Rock Excavation i In case solid rock excavation is required, it shall be done in accordance with Section 73-2.02, A.P.w.A. tandard Specifications. t e. Foundation PrWAration and Beddigg Foundation preparation shall be in accordance with t,.e applicable provisions of Section 73, A.P.a.A. Standard Specif".cations, except that the bottom of th+ trench must be shaped to uniformly support: the bottom quadrant of the pipe 03 throughout its entire length. In cue .instable or unmuitable existing material is encountered at the trench � bottom, the engineer me, direct the u, of borrow beddin.3 material in accord- ante with Section 73.2.05 of the A.P.w.A. Standard Specifications. wet trench conditions will not necessarily be considered as an indication of unstable condi-�ions. The trench shall be de watered and an inegectlrn Wade by the Engineer to determine the suitability of the trench material. All costs for de-watering shall be the responsibility of the Contractor. Bedding i tterial ? shall be as required for Bank Run Gravel dnrrw. - f. Trench eackfill and Cownactic.n f (1) General, Excavated materials that are free from mv4, muck, organic I matter, broken bituminous surfacing, ■Lovem larger than 3 inches in dimension, and other debris, shall be used for backfill except where otherwise required. (2) Initial. Backfill extending to a plane at least 12 inches along the of crown of the pipe shall be hand-placed, selected excavated material from from stones, hard lumps or other material harmful to t1r pipe. Initial backfill re shall be placed uamd the pipe in layers not exceeding eight inches in depth and each mall be thoroughly compacted by mechanical tampers to at least 951 of 0"imum dry density at optimta moisture content as determined by Stan- dard proctor Compaction Test, ASTM Demi4nation D699-58T, Method D. All works related to the testing of the compaction, including proctor tests and compaction density t a shall be by the Contractor at his expense. Two compaction tests shall be take, or. the water trench areas. The locatio*- of the tests shall be selected by the F,nginser. If one or more tests do not Best the specifications _ . a: stot-d above, additional tests will be Lakin as requested by the Enginear at "} the Cc. occor's expense. j (3) ,$,act-oauent W.kfille All subsequent backfill understr9et and shoulde- areas a •11 be placed in lifts not exceeding B inches in loose depth, and each lift ca.:•acted to at. least 95 percent or maximum dry density at optimum moisture TS-Page3 seem __ 1 "AUi 1 �'.p r,. fi C, i!WIAL =C UCAI. PR—MSI01)S (COMP.) TS-•04 CIEAIRM (Cant.) width which will pormit the proper excavation and bracing of the trench, and which will allow passage of vehicular and pedestrial traffic. All pavmrmt cuts shall be made smooth, straight lines or to nearest construction _lout, S and shall be made with clean vertical faces. Removal of bituminous r d con- •te �Avementc and utilities shall be c02duotsd in accardanc, vita Section Si n.P.w A. Standard Specifications, except as otherwise provided herein. i R.. TS-05_PAVWWMT WANAL. TSiSn" EXCAVATIONy_ i1r.I71G hND BACZiILi. a. of eral 1 Pavement removal, trench excavation, backfill, foundation preparation and e. hedding for waterline and appurtenancem shall he in accordaoc• with the appli- Y7 ..able provisions of Section 73, A.P.M.A. Standard Specifications, except as modified herein. b. Pavement Removal The contractor shall inform and satisfy himself as to the character, quantity ' aad distribution of all pavement removal. Removal of existing pavemeat shall cover all types and thicknesses of pavement. The contract pz_ a per lintel foot for "installation of water main" shall include full compensation for outtinu or I irill)ng, breaking and removing all types and thickness of paaeront enco. :ed in this project. . � Nei*_.'u:r separate nor axtra pwysent of any kind will be made for storing, handling, hauling or manipulation of resovnd pavement. c. Excavation 1-he contractor shall inform and satisfy himself ar to the character, quantity and distribution of all waterial to be excavated. No payment shall be made for any excavated matari.il which 1s used for purposes other than those designated. Should the contractor 4rcavate below the designated lines and grades without -- prior approval, he shall replace such excavation with approved arterials, ir an approved sanner and condition, at his awn expense. w �t The e.+gineer shall have complete control over the excavating, moving, placing, and disposition of all material, and shall. determine the suitability of material f to be azs d as backfi'.1. All unsuitable material shall be wasted as specified. "' r.r:;ava•i.an :.f every description, classification and of wltata.er a-Awtances ! ancountw.red within the limits of the project shall Ls performed to the lines a:1 erodes necessary for pipe, baddinq and structures, and as indicated an the draw- ingo. Temporary drains and drainage ditches shall be installed to intercept or direct s.irfaca water which nay affect the promotion or condition of the work. Al) excavated materials not meeting the requirements for backfill and all excess aaterial.F mall be wasted as specified. TS-Page 2 i bl,: E SPE'jAL T£CIWUML PRMSIONS Q as-r.1 R ;y."SA�ISMQ7'f This section, Special Technical Provisions, is devoted to features of on-the-sat. conditions which are peculiar to the facilities to be constructed for W-e03 N. W. 2nd Street. Articles, wat zaats, vperatione, or methods mentioned herein or indicated on the drawings as being required for the project shall be provided by the con- tractor, en,Y he shall provide each item Mertronet, or indicated and perform according to the conditions stated in each operation resecribrd, and provides therefore all necessary labor. equipment anI incidentAls necessary to salr a complete and operable installation. Ao attempt has been made in these specifications or plans to segregate work covered by any trade or subcontract under one specification. S•s 3 segregation and e,tablisbment of subcontract limits will be solely a matter of specific agreement between each contractor and his subcontractors, and shall not be based up m ant inclusion, segregation or arrangement in, or of, these specifi- cations. The contzactor and subcontractor in each case is warned that work included in any subcontract may he divided between several general specific&- ! tiomr, and that each gereral specificatior, or sub-head of the technical ,. specifications way include work covered by two or more subcontracts or work f � excess of any one subcontract. �.• TS- STANDARD SiTCT ICATI S ffi� All werA ender this contract shall in general be performed in accordance with the. applicable provisions of "Standard Specifications for Municipal Public Works Construction" prepared by the Washington State Chapter, American Public Works Association, and in accordance with the requir mended, ements of the City of ' •'-" Renton, except as otherwise ended, modified, or specified in these special Technical Provisions. Itsm specifically s of work not covered in these Special Technical Provisions shall be performed in accordance with the requiraments specified in the A.P.W.A. Standard Specifications, and in accordance with the City of Renton reguirwrents. r TS-03 EXISTI!* UTILITIES It, in the prcaecutton of the work it becomes necessary to interrupt existing 1 surface drainage, sewers, underdrains, conduit, utilities, or similar under- ground structvres, or parts thereof., the contractor shall be responsible for, and shall tyke all necessary precautions, to protect and provide temporary services for ssme. The contractor shall at hie own expense repair all damage to such facilities or structures due to his constriction operations, to the satis'a^tioa of the engineer. TS-04 CLEARING Pavement, or other street And road surfaces ahrll be cut only to tM miniaw t1' k TS-Page i TA OF CCCI M TS S,pWIAL r-CHWt;AL NWVISIOMIS a f�,►C1'RI PTIpN M-ga':. .. General :tatsant Ts-1,e 7`S-02 standard Spevificatims TS-1.. ` 1 T's-03 Eristlm Militias TS-1 + T4-04 Clearing r Paveaent Removal, 'french BXcavatiQn. TS-1. 5,1ding, and Dackfill 4 Tf,_06 Piping Materials, valves, and t'_y ritt inr TS-01 Pipe in allaticn 'PS-6 TS-8 Ts_08 water Services TS_Oy Restoration Of Surfaces TS-8 Ts-8 TO-10 Testing TS-9 T9-11 Disinfecting, TS-9 TS-12 cleanup ! T3-j TS-13 Measurement and Payment ,Y *. s t SPECIAL PROVISIONS (COKE.) SP-34 LI0(11DATBD DAMAGES Liquidated damages for failure to execute the contract as specified and in accordance with Section 8.08 of the Standard Sperlfications will be assessed as follow: Ore Hundred Dollars ($100.00) per calendar day plus met of inspection, supervision, legal expense and court costs in- curred beyond said date. The cost of additional inspection and supervi- sion shall be an count equal to actual salary cost, llus one hundred ercent (1000) for overhead and other indirect expenses. SP-3S a10.DING C! CONTRACT Awarding of contract will be based on total sum•of the Schedule of Prices. No partial bids will be accepted. SP-36 CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN The Contractor swat execute the Bidders Affirmative Action Plan, failure to execute this certificate will invalidate the bid. i a 1 J "a SP-Page 11 1 way qOnSPECIAL PROVISIONS (CO►Pr_) .., SP-30 DELIVERY TICKETS (COmT.) WW Scale cartlficatinn shall be suhftittet as early in the project as i possible. Each weighing station shall maintain a record of the trucks _. weighed, date and time, tare and gross weight and type of material. In isolated cases what. scale weight is not available, the inspector shall measure the truck volume and certify as to its full load delivery. SP-31 WASTE SITE The Contractor shall conform to Section 6.06 of Standard Specifications in regard to waste sites. The Contractor shall have the responsibility of obtaining his own waste site. All work included in this section shall be considered to be incidental to other Stems of work and no further compensation will be made. The route taken to the votte site shall be maintained solely by the Contractor in a manner as described below: The Contractor shalt be prepared to use water trucks, power sweepers, and related equipment as deemed necessary by the Engineer to alleviate ,wea�1 the problem of lost spoils along the route. Prompt restoration of the route is man"_ory. SP-32 DUST AND MM CONTROL The Contractor shall be responsible for controlling dust and mid within the project limits and on any street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering, trucks, power , gapers and other pieces of equipment u deemed necessary by the En' .er, to avoid creating a nuisance. : Drat and mad control shall ow considered as _ncidantal to the project, and no compensation will be made for this section. Complaints on dust, mud or unsafe practices and/or property damage to private ownership will be transmitted to the ContraC or and prompt action In correctiog will be required. Written notice of correction of complaint .� items will be called for should repetitive ccmpla_nts be received by the City. 7 SP-33 PAYMENT TO THE CONTRACTOR as Payment to be made to the contractor will be made in the manner outlined in Section 9 of the Standard Specifications. Payments shall be made in J Cash Warrants. Partial psymonts on estimates may be withheld until work progress mcbedules am described in Section FP-1 of these special provisions has bee:• received and approved. Sp-rage 10 1 r 1 i •'y y 1y�V yam. �yp�e i .e�F�;µ :S'T�`i ;.D. ;'�i'i: ,'d SPECIAL PROVISIONS (CONY.) w SP-26 CUNSTRUC£ION SIGNS (CONT.) Manual of Uniform Traffic control Devices. c` SP-27 REMOVING TRAFFIC AND STREET SIGNS k[ The Contractor shall be responsible for mu.ntaining all traffic and g + utreet Sian. In the e%ent it shall be necessary to rarovm a traffic or street sign, the Contractor shall notify the Director of Public Works, City Municipal Building, City of Rsntun, Washington, for all k changes made. When the work has been completed, and prior to Said area being open to traffic, the Contractor shall notify the Public Works Director, City Municipal Building, City of Renton, Washington, .r Q and obtain his approval of signing. " SP-26 CONSTRUCTIOII EQUIPMENT 14 Drivers o_ motor vehicles used in connection with the construction or repair work shall obey traffic: rules posted for such location in the same manner and under the same restrictions as provided for the drivers of private vehicles. A SP-29 SIZE. WEIGHT, LOAD RESTRICTIONS FOR MOTOR VEHICLES All motor vehicles of the Contractor, Subcontractors, and suppliers shell strictly adhere to Ch. 46.44 of the Motor vehicle laws of the State of Washington (1967 Edition and amend!§ent• *hereof) in regard to size, weight, and loads of motor vehicles. w Payment will not be made for any material that is delivered in excess of the legal weight for which the vehicle i licensed. Any gross violation Of these regulations shall be reported to the affected law enfoicement agAnt. 1 .The contractor is to furnish to the Engineer a liming haul rn of all , vehicles used on this pro]ect, listing the vehicle number, license . n number, tue weight and licensed load limits. k La SP-30 DELIVERY TICKETS r All delivery tickets that are required for thepurpose of calculating quantities for payment must be received by the Engineer at the time of delivery. No Payment will be made on tickets turned in after date of � delivery of material. mJ Payment will not be made for delivery tickets which do not chow type of material, gross weight, tare weight, truck number, date, and inspector's initials. r SP-Page 9 y¢. f _, .,. F .. ...M. , ,-�"«-^-----, . ..: ... ,_ .�ri sue•, �. .,wr,, SPECIAL PROVISIONS (CUNT.) "P-25 PUAI.IC CONVENIENCE AND $/FETY (CONE.) his operations. If the Contractor should fail to maintain sufficient lights and barricades in the opinion of the Engineer, the City shall have the richt to provide these lights and barricades and deduct such costs from payments due the Contractor. A plan for traffic control must be Submitted for the Lnginesr's a-,roval before the 'xginning of construction. The Contractor shall maintain detour routes and other routes used by his equipment hauling materials to and from the area. Apprr,.riats portions of Section 7.15 (AM) Standard Specifications shall apply to this contract. In addition the following Special Pro- visions shall apply:41 1. There shall be at all times reasonable access to and agrees from the business establishments and other properties adjacent to the project. ® 2. All road approaches and :street connections Shall he opened to ■ traffic at the close of each work day. 3 Where hazardous conditions exist proper signing and barricading shall be provided as directed by the Engineer. Where designa- ted by the Engineer, the signs and barricades shall be supplemented by lanterns or flasher units dur°ng the hours of darkness. 4. The Contractor shall notify the local fire and police "Partments in writing before the beginning of his op.rations so that then agencies may reroute their emergency vehicles around the con- struction zone. 5- Any asphalt concrete pavement, crushed surfacing g-avel base, or #&ter required for s staining traffic during the life Of this mntract shall ba placed by the Contractor, ly upon request by the Engineer in the •:mounts designated. All costs involved in the above shell be considered incidental to otherJ. costs of work involved and no further campaneation will be made. � . SP--,'6 CONSM)CTICN SIC"S The Contractor shall furnish and install construction signs which con- e form to current City of Renton Sign :Jo. T-38 "CAUTION, CONSTRUCTION AHEAD," 24"x24" diamond, black lettering on yellow background. one ('-) Sig" of the type mentioned above will be posted at :a:h street entering ontr: the project site. All coustrjction and detour signing shall conform r_o part "I "Tra£.`is Controls for Highway Construction a,ud Maintenance Operation$" of the SP-Page b L ,v ,w'' ,>4 'x. try 'arm-•,^€ "vhu ,5.ijuzR. ss G. a t. 4 i zl,c es^ x h SPECIAL, PROYaSICWS_ (CONT.) SE-19 _:SAGE FCHFDULE (CORI.) u,d Industries, Attention. Industrial Relations Division, 1601 Second Avenue, Seattle. Whenever practical, affidavits pertinent to a par- ticular contra.,t should be submitted as a package. 4, SP-20 SUBCONTRACTORS A list of subcontractors and suppliers that will b-, i.nvol'ied with this project shall be :liven to the Engineer for his review and approval immediately after the .ontract has been awarded. 7. This list must be received �y the <:ngineer before the contracts may he signed. SP-21 :ZHXMGC ORDERS All additional work that requires c,mpensation to the Contractor for items that prices are not included in the ,,ontrac� shall require a written change order before work may be .lone. The Contractor shall be responsible for acquiring the necessary change orders that are required by any of his subcontractors. SP-22 SUFVEYS Section 5.06 of the Standard Specifications shall be amended by the addition of the following sentence: "The Contractor shall notify the engineer a minimus of 48 hours in advance of the need of survey*." SP-23 OVERTIME FIELD ENGINEERING. When thy. Contractor performs co,struct:or, work over the accepted 8 hours per day or 40 hours per week, or on any City holiday, and the work re- quires inspertion, then the Contractor shall reimburse the City At the rate of $12.00 per hour. 'ahe City shall have the role authority in * determining the necessity of having the overt - Inspection, and sha21 notify the Contractor of intent and said costs 'r. t is d0dW ' '1 from monies due tlu. Contractor on each :.»nthly esti..rate. SP-21_ HOURS OF WORT. The working hours for this protect will be 1lm1te4 to week days during the period from 2:00 A.N. to 5.00 P.M. , unless ota.erwise approved by the City. SP-25 PUBLIC CONVENIENCE AND SAFETY s� rho contractor shall, at his own expense, provide flagmen, shall furnish all signs, barricades, guards, construction warnings, end night lights ed in order to protect the public at all times fr-m injury as a result of .. SP-Page 'I w. „w m7r 1 + ' rat SPECIAL PROVISIONS (CONT.) SP-19 KAGE CCtiEDULE (CONT—) Industrial Statistician of the Department of Labor and Industry are by reference made b (,art of this contract es though fully set forth herein. Inasmuch a-- the Contractor will be held responsible for paying the pro- wailing wages, it is imperative that all Contractors familiarize them- selves with the current wage rates before submitting bids based Q,: the" specifications. In case any dispute arises as t•.3 what are the vrevailing rates of wagon for work of a similar nature and such dispute c.rnrot be adjusted by the pbrtzes in interest, including labor and marr_gemmnt representatives, the mattes shall be ze`Pr-.d for arbitration to the LL-ectOx of the Depart merL of Later:: &nd Indnet.'iaa of t?* State, and hi�i decisions therein shill na fir•.sj. and conclusive and binding on all (,artiee 4t Ived !n the disputs as pra�zdad for by R.C.W. 39.12J*) as 6c"sae8. The Contractor, on or before the date o_' of work, al"zil file a statement under oath with the Owner and with the Director of 1 Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of laborers, workmen, or mechanics employed upon the worm by the Contractor or scht ontractor which shall be not less than the prevailing rate of wage. Such statement and any supple- mental statements whi^.h may be necessary shall be filed in accordance with the practiceb and procedures by the Department of Labor and Industries. Prior to commencing work, eauh Contractor and each an-1 every subcontrac- tor shall file a sworn Statement of Intent (SP 9a wit"wvailiowner a an" 44 o the with the Department of Labor and In'.is rles as P g rate, including fringe benefits, for each job classification to be utilized. The wage rates thus filed will be c;rrr:ed agaiast the prevail- u+g wage rates as Artar.�i.:ud by the industrial Statistician of tre Depart aert of Lde sr and Industries. If the wage rates are coziest, r Statistician will issue an acknowledgement of approval to the Contractor and/or Subcontractor wiz+ a copy to the awarding agency (Owner). If any ■ incorrect wage rates are included, the Contractor and/or Subcontractor ■ will be notifie] of the corzect rates by the industrial Statistician and approval will be withheld until a correct statement is received. Each voucher c)a lm sus'itted by a Contractor f, r payment on a Project estimate shall state that prevailing wages have been paid in accordance with the prefiled St: _sment or Statements of Intent on file with the Department of Labor and Industries as approved by the Industrial Statistician. Affidavits of Wages Paid (Sv 9043) are to l filed with the State Treasurer, or the Treasurer of the County ar AWIcipal corporation or "® other officer or persor. charged with the custody and 'isbureemenf f J O � _State or ccaporate funds as the case may be and two (2) oop affidavit are to be filed with the Director of the I,apartment of LebOx 1 . j. oi'T:C1AT. PFY7l'ISIO:i� C(::.1'.)_ sp-10 DISPUTES AND LITIGATION Any questions arising between the, Inspector and the contractor or nis e superintendent or Foramen as to the moaning and intent of any part of the plans and spacificdtionb shall be irecdiately brought to the atten- tion of the Engineer and will be adjusted by him. 1 Failure or, the part of the Engineer or his representatives to discover and condemn or reject bad or inferior work shall not be construed as an acceptance of any such work of the part of the improvement in which the same may have occurred. To prevent disputes and litigation, it is further agreed by the Pasties hereto that the Engineer shall determine the quantity and quality of t`.e several kinds of w rk embraced in these iuprovements. He shall decide all questions relat ve to the execution of the Work and the interpretation <•f the Plana and Specifications. I:, t:.e event the Contractor is of the inter,.rotation, he shall, wlthi- t_zrca (3) days, ,'ot:ify the Englnser ar,.d 1 th, city Clerk --!:frog of tvs entic-,,Stad nstare sr amount of the dsesagd or dtmages. In the event an agroaeent curnot then be reached within three (3) days the City and the Contractor will each appoint An g arbitrator and the two shall select a third. The decision of a.e majority of the arbitration board shall be binding upon butte parties and shall he delivered before any work is performed 11, upon the feature in question. i; The arbitration shall be conducted in accordance with the statutes of the state of )Iuhington and court decisions governing such procedure• ii,* costs of such arbitration shall be borne equally by the city and the contractor unless it is the majority opinion that the Contractor's l:'.linq of the protest is capricious and without reasonable foundation. In the '_otter case, all costs shall be borne by the Contractor. The venue of any suit shall be in King County, washincton, and if the Cortractor is a non-resident of the State of M,asningtun, he e,411 designate an agent, upon whew, process may be salved, ':afore =M*ncing work under this cartract. , _ 43 7-14 WAGE Sc-IfEDi1LE The prevailing rat" of wages to be paid to all WorWvit, latwrars or mechanics employed In the performance of any Pa-t of this co- ee,all be in accordance with the provisions ofitapter 3s 1' amended. The rules and re,^nations of the Department of 7 industries and the schelule of prevailing wage rate* for Lt... or localities where this contract will be Psrform*d as "trr the SF-Page 5 � NW 2ND ST. FROM TAYLOR AV N[9 TO �s� `j W-403 LINn AV ?VW I �t BOND TO CITY OF P,ENTON ' r KNOW ALL MEN BY TMESE PRESENTS: .-- That we, the undersigned_ A B 6 C CONTRACTORS, INC. an principal. and Ajffvlt•Au P nP tTY FIRE-US. CO, corporation organized and existing under the laws of the Start of New York , so a surety torpor- j ation, and qualified under the laws of the State of Washington to become out*- . ty upon bonds of contractors with municipal corporations, as surety are Jointly and severally held and firmly bound to the City of Renton in the penal sum of 517 Ogg.g7 jor the payment of which sum on demand we bind ourselves and our , .. successors, heirs, administrators or personal representatives, as the use may be. to This obligation is entered into in pursuance of the statutas of the State of Washington, the Ordinance of the City of Renton. "t" I Uated at saw e t Washington, this 16thday of November 19 73. e"k`� _• - Nevertheless, the conditions of the above obligation are such that: f WHEREAS, under and pursuant to Ordinance (or Resolution) No. _ or by `, ,., Council action of the City of Renton, passed 19 the Mayor and t' City Clerk of said City of Renton have let or are about to let to the said the above bounden Principal, a certain contract, the said contract A being numbered_ and providing for Mtn 2gl, w. r..�•. •i io.A r^. Au® w. LL cr -.,. U aU.^ u Jtanwo _LIa—(,� (whidi contract is referred to herein and is made a part hereof as though at- ta_hed hreto), and WHEREAS, the s id principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; a NOW, THEREFORE, if the said A B 6 C CONTRACTORS, INC. shall faithfully perform all of the provisions of saiu contract in the manner and within the time q therein set forth, or within such extensions of time as may be granted under O said contract, and shall pay all laborers, mechanics, sub-contractors and ma tart- • al, men, and all persons who shall supply said principal or sub-contractors with `a provisions and supplies for the carrvinR tin of said work, and shall hold said N City of Renton ha rmleas from any Loa. or damage occasioned to any person or pro- perty by reason of any carelessness or negligence on the part of said principal or any sub-contractor in the performance of said work, and shall idemnify and !l hold the City of Renton he rmleas from any Damage or expense by reason of failure Im of performance as specified in said contract or fro[. defects appearing or devel- uping to the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Renton, [hen and in that event this obligation shall be void; but othe.wise it shall be to end remain in full force and jffeet. APPROVED AS TO LEGALITY: ---T--- E COMPANY ' APPROVED: AMYRIC i _....-.— art ttornay-ion-fiat f YAK s f� I A�'d'-i.ICL tlp SER..� C yVP N C ER � i t"��q y#9l0'u WF i Redu.:ed �riat A CRST no Not Scale E �i ER yC^.P a>PEA t+D � $ --_ Cav Or PtwTOb C G+�' RW W:P D:• M)a.PK•l..+_t CM NP€t€i iTK€i4 •vu�..• •......v• i --t------ STANDMD " �CIFICA i0N i ta�`:YMf't 4ETFP !Wr � 1 Ch. -rhvPN+LD>iPECi! fo1V X." WMER 5ERVICE5 _�_ V•�y� NeL.dP r aDtt -_ �-. _ -�— M twaeP�e.DN fTOI MDUIP 4-:IPPP CpP D•D{c( 1aO---j _ _ M I' w a VBEHIND CURB OR SIDEWALK '` 1 6" B"t OAPPROX. I8"■WR16* METER BDK- L ON VALVE BOX S A VC 1/4 DRILLED HOLF q ) -- - M 6"-2" GALV PIPE (NOT TO SCALE) I �# ITEM BRAND AM{ DESCRIPTION ION OBLE. STRAP SERVICE CLAMP MUELLER I _ NOTES VALVE IRON BODY, 2" SQUARE B CORPORATION STOP MUELLER H-11013 i OPERATING NUT Ji W GALV IRON PLAIN ELL 2_ 2 REO PER SWING) - K CLOSE GALV IRON Nil'PLE I II REQ PER SWING) � - C GALV IRON WATER PIPE VAR M 2' GATE v;Zif _(S . S) MUELLER A-2380-_B I SEE NOTE N 8■24 C.I GATE VALVE BOX OLYMPIC I J2 90` GALV IRON PLAIN ELL WITH 1/4- DRILLED HOLE _ , STANDARD DETAIL S 2"■ 2 1/2 ADAPTER (IPT a HOSE) FOR EWITH CAP AND CHAIN I 2it BLOW OFF ASSEMBLY CAST IRON METER BOX OLYM",_ a 5112 I imiN i V IL + • e T. O SHALL INCLUDE .2• MIN FINISHED GRADE � HYDRANT EXTEN WHEN NEEDED i OLYMPIC FNDRY — OR EQUAL Cl 1ALVE BOX Y 60 C.I. SPOOL —So GATE VALVE(FL•MJ) CONC 3/4"SHACKLE RODS BLOCKING— �, " • BLO BLOC �.1 CKMIG ~' I1/2•WASHEDGRAVEL —X•6° TEE J•FL) 168 40 CONC BLOCKING Y HYDRANT HYDRANT GUARD POSTS SHALL �) BE STATE OF WASHINGTON DEPT. OF HIGHWAYS DESIGN OF CIRCULAR 2' 2 �y� 2 �J 2' -- PRECAST CONCRETE GUARD RAIL I ll POSTS. f O GUARD POST(TYP) O {t 4 ) STANDARD DETAIL FOR HYDRANT ASSEMBLY 81 HYD GUARD POSTS ) A FIGIIPE I TABU: I IWO y tmrLL6t er Pittiras �n vouna:, gyp��jvyiyal Thzuet Bz�1?ei� r__loo N30 13L ea 171 N � . IM I3S0 IM lee eu 40 1110 pie 1IS1 0 1_I0s ISO nnie oo iw 1 11N 7N Is0 eOlo ee IISI _ no %'—IOC ss0s IwoNA 1I11100 Ism Ise 1100 upM10 goo #7N e'—Ie1 1100 Its "a 2720too0 Is0 IeM ;� INN lalo 780 10 IIIM NSC ONO 100 "Go 11A0 - __i —it--roW ilMis000 Iw1W it i ro IW It= 33f00 12300 a310 _fa0 I,iW N1W NWo b N IW 1 Oios um iislas 8410 Ip 35100 I1aW Imo r1ON 33100 law DO 157M IowaY' •• — •.�. 34300 IV" Iw 39M 424W 51300 10/00 '... 3WW 13W0 23200 IIs00 If— 10 3W00 1s�00 33000 11,00 130 ISM 15100 N'100 I"Do �. IN 35000 H30o 31s00 13,00 ALI100 WOO N1r0 oJ —uI a1ale 3a1W Nino Do 20,W MIW l07Os Is300 IW VOW IIIOp 111W 1� I W NOW 11300 aG{(+�eM1y' WO 571 VOW 1%0�00 10100 - lon 31800 W300 13000 i IW 41700 S Ulm M 3 SIIau 3W 1nW _ - j0 _ya 121Oo 1�)WO f31W 15300 .' 100 "No 125 i1000 T1W ISO M,00 13,000 IN IDi000 ISD000 _ Ii�GO 1Lee 1• s0 IIaWO 117000 WOO N1W I,feW 16rW /N00 too I3,W0 Is,Ws 10,M NYA e 150 I'AW 1140W SIM 200 I33000 It WOO TABLE II ,e Bea in Wade In 11./Sg. • The safe bearing loads giver in the following table are fnr Depth of cover over the plpe excerdi hoz i:ental ti.r<su when the 2 feet.. SAFE B1:APIl+O IkAU LL. rer sg.Ft._ $OIL Mck, peat, etc. I,000 t Clay 21000 Sand 3,000 Sand and gravel 4,000 5a3d and gravel cemented with clay 10,000 Hard shale 1In muck or pest all thrusts are restricted by piles orsolid found,,tims or tie redo to ballast of sufficienthy removal of muck etaLillty to resistrthru with past sts.d replacer tnt Plotkin) Page 3 I 1 , , wj e D. CaU�(IIATION F-70ATIOliS MaAimm operating pressuru - 1.,, x normal operating pressure area Of concrete (A) , Thrust in xW_4JL-___ 3: d Safe nearing lead in (paes/aq• ft.) SOL maximm height of thrufA block (He) - Depth f trench in teat - is 2 2 Depth of concrete thrust block - (Width of trench in feet)(outside diameter of pipe in feed 2 r .r w-d 2 - maximum length of thrust block (1*) = Area of Cmcretg - A Maxim= Reight He Required mount of concrete (cu. yd.) _ (Height x depth x length)xo.03704=(nexltxDc)xO.03704 Z. pJ.1fA11pIE 1. problem: Calculation of tho mount of concrete required to block a 9CP bend in an a' C.I. watermain; the normal operating pressure in the pipe will be 65 psi and the soil condition in the area indicates sand and gravel. 2. Solution: - Maxim= operating pressure -_ 1.5 x 65 - 97.5 psi 1y - outside diameter of n^ pipe - 9.05 in. = 9.05/12 ft. - Go to Table I: The calculated maxim= operating pressure is 97.5 psi, the table does not list this figure so we take the first figure in sequence being 100 Psi' pressure of 100 psi,per an e' waterpipe, having a maxim= Oparatinq we sae that the thrust m a 900 bend is 5,420 pounds. In to Table II: Table II gives the sate bearing load for sand and �I gravel: 3,000 lbs/oq•ft. -Go to Figure I: Figure I indicates the position of the concrete for blocking the 900 lend f -Go to the specifications of the project and find depth of trench (h) ' 3 feet Width of trench (W) = 3 feet With the above assembled information we proceed to the final calculations: -Area of concrete (A) = T`Irgst _ _ $420 = 1.W sq. ft. Safe Bearing Load 3000 -Maximm height of thrust block (He) Depth of trench ' l� ' } ' 1.5 ft. 2 2 2 -Depth of concrete thrust block (bcl Width of trench in Legit (WI - Outside Dimetar of pipe (d) I2 2 -Maxim= length of thrust block (Iy) Area of Concrete ' A - 1.B0'1.2 ft. 40 Height of conc. Ne 1.50 -Required mount of concrete - (HeightxDepthxlengthi x 0.03704 - tn. x 1m x De) x 0.03704 ' (1.5 x 1.2 s 1.171 x 0.03704 - 0.074 cu.yd. iBlocking page 2 fi K= Ib w STANDARD DETAIL FOR GENERAL BLOCKING CONCRETE: BLDCKINt- SIZING PPOCEDUPE A. GENERA_L _ The amount of concrete required to anchor horizontal bends, tees, and dead ends depends on the strength of the soil. The methods of placing concrete to keep the joint accessible is sham in Figure I. The area in square feet of concrete which must bear against the side of the trench is found by dividing the thrust in pounds sham in Table I by the safe bearing load of the soil as sham in Table II. +.A B. CRITERIA - The sizing procedure is for horizontal or downward thrust only. - Height of the thrust block must be equal to or less than 1/2 the depth from the ground surface to the block base. - The thrust block bearing phase is approximately rectangular. - The concrete blocking shall be as Per APNA specification 74-2.14. C. SYME21A d. outside Diameter of Fipe in Feet T • Thrust in pounds at the fitting (Table el le III SBL- Safe Bearing 1<, rn ad in pmds/sq. h s Depth of trench in feet N • Width of trench in feet A • Area of concrete which must bear against the side of the trench in eq. ft. He x Maximum height of the thrust block in feet Dcs Depth of the concrete thrust block to bearing surface in feet A� iTM. Maximua length of the thrust block in feet w�w.vD Mrw ws LIM ...r Slockitq Peg* 1 r �. S I fgFr'rAL TEC:HNIG1 PFf)V2S�L.C,�N e.j. 1'4_l3 MkA$URF:PIBNT ANP PAYMENT (Coot.) y. Furnish nc amend insullati on of MC Cold Mix Aeuholt I MC Cold Mix Asphalt shall be measured and paid for at ths applicable contract price, per ton, payment of which shall constitute full coopensatron for fur- nishing and installing the material in place complete• r k. Patching .of Asphaltic Concrete Asphaltic concrete Patching shall be measured and paid for at the applicable p Icontract price, per ton, as per Section 54 of the St.,.dard Specifications, pay' C� • aent of which shall constitute full compensation fox the resurfacing complete, including subgrade preparation, preparation of and connection to existing pave' went, base course, tack coat; finishing, and all necessary incidental work A+ itin5. 1. LyEpiah r a. d Inotallat on of 1" ®lao-2L Assembly The fur,iishing and installation of blmr-off assemblies shall be paid toz At the Applicable unit price per each, in place complete, which shall constitute full compensation fox plug, or cap tapped 2 2" galy. iron pipe, 2" gate valve, ,^ valvt box, 2" galy. 900 bend with 1/4" drain hole, 2" x 2 1/2" adapter (IPT% : Mosel with cap and chain, and motor box, and all other necessary s cenozias for a complete installation. m. P&rtias rnifhin.. and Reinstallation vt Sxistina Water SsrAm The furnishing . f the fittings and pipe necessary, and the reinstallation of 1 the axis ting water services shall be paid fox at the applicable unit price for each, in place, cum�lete, which shall constitute full compensation for the r individual water service as detailed an the improvement plans and ir, confoa- . ' once with ell manufacturers installations. The Contractor shall suvply all materials for the water services. The unit price bid shall include all costs to make the connection to the water main, furnish and install the water service, and connect to the existing water me'.or. The unit price bid also in dudes all costs to adjust the existing water metax, as required. 1 Tr•-Pagn 11 t � ti f�2AL TF.CMICAL 1•Rav3S1CN5 _� ,mumzi AND PAYIRII7' (Gant l b. Ly 1 nl and Installatiran sf u'.�r Pica (cun�a 1 compaction, pip* laying, jointing, fitting installation, sheeting, storing, dwatering No excluding temporary restoration, _-errant concrete and Asphaltic .� concrete resurfw• or patching. j c. Solid ;.k-IAIIYAUM Solid rock *xcavation shall be esasurad and paid for at the applicable unit price per cubic yard, and shall be in accordance with A.P.N.A. Standard specifications, Section 73-3.03. 1 t n chat valve Aesenblie. The 6" and smaller gate valve assemblies shall be sessured ono paid for at the appILcabl* unit price par each, in plat*, cmplete, which shall constitute full compensative for the ••slv*, valve oox with extensions, if necessary, concrete valve marker, and for all other necessary accessories for a complete 1 installation. { e n t rtiilation of fire mvdrant lire hydrants assmblies shall be xeasursd and paid for at the applicable unit . ,omplate, which nl.al constitute full compensation price per each, in plat* ox. spool, fire hydrant, shackling, installation of for tee, aelve, valve b fitting., and al'- "'ther necessary accessories for a blacking, bracing dral.nos complete installation. f, • remshier+ L,y�_Inst_ilation of Fittims Fitting installations shall be incidental to the contract• 9• jJ{iillthS05�Q Install ti n o�ongr�t� Sloc'kirvl Concrete blocking shall be aeasgf�whenh epaid tslifor at constitute applicable comp contractnsationfor price, per cubic yard, payment furnishinq the material in place, complete. h. Larnishirw_ and I to lotion of A*lect Trgligji.lj+4k�-13,1 Select backfill shall be aeasurwl and paid for at the applicable cu,tract price per ton payment of which shall constitute full eoep*nration for furnishing i WA installing the material, it Bloom, comPlete. i. o iie„C�,,e+sfied R�L_Surfavlm The furnishing and installing of all crushed rack surfacing material required in the street restocation atoll be inci'antal to th.e contract. To-pay') 10 x 1 r� �y )RWJAk 2M=UCAL PII�1jI rq; a e I b. p_ressure Test (cnnt.l under said pressure shall be remedied by the contractor before final aecoptane, of the aystem. The contractor shall provide all necesdary squipaent and shall .� perform all work corsnscted with the tests and conduct said tests in the pro- nice of a Utilities Department Inspector. Insofar as practical, tests shall be wade with paps Joints, fittings and valves exposed for inspection. C. baaku3e Tests •� laakage tests mey be required after the pressure test has been satisfactorily =caplated on the new pipeline or concurrently with the pressure test. The hydrostatic ;rewire for the lxskage test shall be equal to Joe pn ... TE-11 DIS11tleCTWP Disinfection of the new water system shall be required prior to completion of the peojact and shall be in accordance with AWIAA specification Ct01-54 and Section 74 of the A.P.W.A. Standard Specifications and shall meet the accep- tance of the State of Washington: Department of Health. 7^e initial concmntra- t£on of chlorine in the line shall be 50 parts per million and this solution shall be hold for a period of 24 hours. Disinfection of the entire water sys- tan installed or disturbed under this ccmtract, including pipe, pipe fittings, valves and appurtenances, is required to conform with the specifications stated hotei i. TS-12 4,11 MUR t During the t;ae that the work is in progzens, the contractor shall make every effort to maintain the site in a neat and orderly condition. All refuse, broken pipe, excess excavated material, broken pavement, otc., shall be removed as soon as practicable. Should the work not be maintained in a satisfactory condition, the engineer MAY cause the work to stop until the •clean-up" portion of the work has been e ne to the satisfaction of the, owner and/or engineer. • 75-13 _MA01,7A8KWT AND PA2WW I ' a. rdpgral Unit or hap am bid prices for all items shall. include all crjoto for labor, r equipment. material, testing, relocation and modifications to existing utilities, and all Incidentals necessary to make the installation complete and operable. b. Z3iinLghims and Installation pj Water ripe The price per lineal foot for Installing of the water pipe, site and quantity r listed in the bid schedule, shall. oonstitute full compoosation for the rater .+ line in place, complete, including, cloaring, grubbing, stripping, all paw- want removal, excavation, trenching, usr:kfilling, foundation preparation, • TS-Pale g , I cij .tit. rs 71�U7 Pilo DtS""zMM (Genet.) `.�. '1 - 1. 2' 81g-0ff-MRIANAM Water vain blow off assemblies shall be constructed an sham on City of Beaton -Standard Detail lox 2" DIM Of! Assembly" as bound in these specifications. Galvanised steel pipe and fittings shall conforw to the requirlNents in Section 72 of the APWA Specifications. ZI-09 WAUR St1 yun The existing Water services shall remain a.n service during construction of the - now Water ruin and until 'Final acceptance of tho required tests on the new main. Upon final acceptance of the new main, the existing services will be :i reinstalled or tapped into the new main the tke meter bermes relocated Where - necessary, or me directed by the Ragineer. They shall be installed as per the City of Renton water service opecilicati ms as bound in this document. TO-09 M§XZMCN 0r SURPA&M a. General i The gamic Requirements for surface restoration are as follows: ■ads, etrests, driveways, shoulders and Ali other surfaced areas, removed, broken, caved, settled or otherwise damaged due t0 installation Of the LmpeCV»- meets covered by this contract shall be repaired and resurfaced to mate* t'M existing pavement or landscapad area as not forth in Section 54, of the A.P.W.A. Specificatlees. b. Tomc,=v !C Cole N1P Asphalt WC Cold premixed esphaltic concrete shall be required in saws areas for tomparary patching on this project, where domed necessary by the Regime". M mom- YP. •' ■ydroststic pressure and leakage tests on the new pipeline shall be made in accordance With applicable provisions of A.W.W.A. C600-54T or C603-64T and 'r Motion 74 of the A.P.W.A. Standard Specifications, except es modified herein. All equipment neoeuary to asks the tests shall be furnished by the contractor and the ooatreotor shall conduct all tests under the supervision og the anginesr. b. 1�' Toot n � friar t0 a00aptMea of the aystaw, the inetallalSon shall be subjected to a hlydrodt,oaa pressure test of 300 psi, and any leaks Or lmper'Fect:ions demelcpiag TS-Psge e hi f 4 � "( SPECIAL TY.CHNI(.A.. Pft017SSi0�S ,jC;HN� TS-07 PIPE INSTALLATION (ContJ_ d. ; Sal Authoress (cont.1 t � e separation of the joint wider full test pressure. The locking may be accom- plished by use ,f tie rode and joint harness, subject to the Prior approval of ® the engineer. after the pipe has been joined, aligned arni permanently bedded, -I the joints shall be drawn up to aasuze permanent Watnr-tightness but not so tight as to prevent flexibility to alive for sane movement caused by vibrations, expansion and ^_ontraction. �. • e. Connections to Existing Pipe and Strucblres Connections to existing piping are indicated on the drawings. The c Aractot „¢ must verify all existing piping, dimensions An.1 elevation! to assure .roper fit. �.� The Contractor suet also provide any specials requited to make a satisfactory connection. The City of Penton Utilities Department shall sake connection to existing mains at the Contractor's expense. The Contractor shall also be required to help the City forces with the connecting Pt the diprretier of the d engineer. The contractor shall be responsible for the rrotectirn of 311 existiry piling and appurtenances during construction, and shall take care not to dAmage the or their protective coatings or impair the operation of the existing systes in -� any way. f. Valves and Valw .;hAmibers Valve installation shall be in accordance with Section 75 of the A.P.W.A. "j Standard Specifications except as modified herein. a- and seller gate valves shall include an 8" x 24" cast iron pate valve box and axtensians and concrete valve sarker if required by the Eng-near. i MrdraWt AfrMb Zees -i Fire hydrant assemblies installation shall be in accordance with Section 77 of the A.Y.W.A. Standard Specifications. The Fire Hydrant Asseably shall include: g,' x 6" C.I. Tee (MJ x FL), 6" Gete Valve (FL x MJ), 6" C.I. Pipe Spool (PE x PE) , 5" MVO Fire Hydrant (MJ Conner:- tion), S" x 24" C.I. Gato Valve Box, and 3/4" Shackle Rod with accessories, and hydrant extension if necessary for complete installation- h. canertta E:ockim - Gewral concrete thrust blacking shall be in accordance with Provision 02.14 of section 74, A.P.W.A. Standard Specification. The City of Renton Standard Detail for general blocking is bound in these specifications. ( , TS-Page 7 , r 1 1 9p�IAL_T0CEWICAL PRGYLSLGNS_if�.aT.) " T8-OS PIP ![' MA'1'SAUIfi NA.I S,�. AND rIITIN96 (Cynt„�1 e. p}n Hrdrants Trail tonal Stvle; (cont;1 unless otherwise specified. sire hydrants shall be IGNA or approved equal- op Approval muet 1,e obtaued prior to bid opening. ! TS-O7 pIP6 aSTALUITIO,4 r� a. Genoram, 4' pipe installation shall be in accordance with Section 74 of the A.P.N.A. w Standard Specifications, except as modified herein. All burled pipe shall be laid upon prepared foundation or bedding material ao j that the bott,s quadrant is uniformly supported thrtogho-it its entire l,nngth, mac as specified in Section TT42CN MCAVA'_'ION, BMDIMC A" ShCMIT. i U The average depth of cover for the watrr mein shall he 7'6", and the t-each width •Fall be no greater than 5011• V1 b. J4y12L_and ,VAnt"J Ductile or cast iron pipe and accessories shall be handled in such a manner es to assure delivery to the trench in sound unjamaged condition. particular care shall be taken not to injure the pipe lining and costing. w Cutting of pips shall be done in a neat, workmanlike manner with an Approved 41 type mechanical cutter without donage to the pipe. a' ,la:nting shall be accomplished in accordance with manufacturer's reousuada- .A tions. c. Benda and Curves �,.._. r 0Deflection from straight line and grade, as requited by vertical curves, hOrt- F coMal curves and offsets shall not exceed the maxim= deflection per joint ss rosw,nded by the pipe manufacturer. If the alignment requires dsileeticr in re ' ercess of the masiins recommended, special bends -r a sufficient nwber of shorter lengths of pipe shall be used to provide angular deflections within the limits sot forth. d. �pchoE'as! All free ends, bands, tees, latexalm and any change in di.-tctiOr Of piping shall be adequately braced and blocked to prevent movGmWt fram thrust by use of con- crate thrust blocks, tie rods and joint harnesses. Cohost* thrust blo(*x must be poured against undisturbed ground. Thrust all jcintall be bawls an&ctat All change* in direction of Piping- _ t three joints aiidm of'le bead, shall b, to A point at e provided with a pwi ivs lookingondevicee to Prt point On event 1 TE-Page G �. i I I f �2 3 �1 f STONEWAY F1. cnECJLta r P.O.Box" RENTON,WASNINGTON/R055 2x MCI CA It PO r.— _ PLANT• I I SOLO TO__-. ,',� ADDRESS_ DELIVER To.wwnne. rn:uani.w ewe« ;vui' I = w'In _ SAND GRAVE _ CRUSHED ROCK I wec�u X O 6Y TOTAL i TAX DRIVER TOTAL No. A 33454 k h u IPBnhcNN apaed M O STOREWAY CCVCRETE INC w 1i not be ANd noble for auv f da�naye to armbbwY.Ilaoert,utv u6wlkl,row.v or Prnab Prupeny m dNrverrry mat r TM*xn�+r•n.w,K+=� r+mnrrlmMe'rr `K_. . .. ... L '�w"..z.':�-T""r'.", I CITY OF RENTON INSPECTOR'S DAILY REPORT 04 Engineering Department GENERAL CONSTRUCTION Date / �2 19L_ PROJECT NAME 6 JCB NO. c CONTRACTOR 1 yl7 �/,. ,i SuperinlendMt + �=l Wea^her At 'r rl BID ITEM , NUMBER QUANTITY REMAAM z<"a 3 '6{ A M �f1�'�W i Y r S,.L • A } I SIGNED ( :��t: t��✓ �IMw� TITLE: 1. 4 z City of Renton, Utility Dept. PRESSURE TEST FORM Water Project lif Name of Project This test was taker by on At a pressure of jlb PSI , for minutes. The test "Failed" on "Passed"�/ on Comments: F f Y 999 (10) Continued and firms performing labor on the construction project under this contract (� or furnishing materials in connection with this Contract; said bond o be i in the full amount of the Contract price as specified in Paragraph 11 . The ' surety or sureties on such bond or bonds must be duly licensed as a surety (1 _ in the State of Washington. (11) The total amount of this contract is the sum of iyelve Thousand nI„-ti- Eight 6 97/100 ($12,098.97) , which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "standard si, cifications" of this contract. IN WITNESS WMFREOF, the City has caused these presents to be signed by its Y Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day anu year first above written. - CONTRACTOW CITY OF RENTON �eAoB ti C ogntractors, no. a Washington ra / _ ATTEST: • --- ,.t y e r— f State of Washington License a 223 02 11451 City of Renton License a 1924 AG-5 Y yF 1� Mp Lai-er fah (7) The Contactor shall c.,mmence performance of the contract 4)w the n p7 day of T)rr a ym be r 1973_, and shall complete the full j performance of the contract not later "an 45,calendar days from said a� date of commencement. For each and e—ry day of delay after the day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of One Hundred Dollars 1 isloo,:ch as liquidated damages for each suJh day. which y.. 7 shall be paid by the Contractor to the City. J (8) Neither the final certificate of payment nor any provision it the contract nor partial or entire use of any installation provided for by this contract shall relieve the Contractor of liability in respect to any + express warranties or responsibility for faulty materials or workmanship. The Contractor stall be under the duty to remedy any defects in the work ane. pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, un'.ess a longer period is specified. The City will give notice of observed defects as heretofore specified with reesonable promptness after discovery thereof. (9) The Contracte and ea,.h subcontractor, if any, sha11 submit to the City such schedules of quan' 'ies and costs, progress schedules, payrolls, reports, estimates, recurds and misellaneous data pertaining to the contract as may be requested by the City from time to time. u (101, The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the contract, including the payment of all persons r� AG-4 ■ com ence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the jcontract and prosecute the same to caryletion by contract or by any other a method it may rem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event the wr Y ` City if it so elects may, without liability for so doing, take possession . of and utilize in completing said contract such materials, machinery , r' appliances, equipment, plants and other properties belonging to v,e 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, servants, and employees harmless from any and all liability of any nature or kind, including all costs and legal expense incurred by reason of any work on the contract to be performed hereunder, and for, or on account of any patented or unpatented invention, process, article or appliance manu- factured for use in the pertormance of the contract, including its use by the City, unless otherwise specifically stipulated in this Contract. ' (6) Any notice fron one party to the other party Linder the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by de- positing same in the United States mail , postage prepaid and registered. AG-f py (2) The aforesaid Contract, entered into by the acceptance of the Contractor's N bid and signing of this agreement, consists of the following documents all of which are component parts of said Contract and as fully a part thereof as if herein set out in full , and if net attached, as if hereto attached: •' ' ` `. (a This agreement (b Instruction to bidders c Bid proposal d General conditions e Specifications f Maps and plans ` (g Bid 1 NAdvertisement for bids Special contract provisions, if any (j) Any and all other documents contained in this vol me (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 contract, or any extension in writing thereof, or fails to We- ■ plete said work within s '.ire, or if the Contractor shall be adjudged a 7 bankrupt, or if me should make a general assignment for the benefit of his 1 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 i provisions of this contract, the City may then serve written notice upon him ■ and his surety of its intention to terminate the contract, and unless within ten (10) days after the serving of such notice, such violation or non- compliance of any provision of the contract shall cease and satisfactory arrangement for the correction thereof 9e made, this contract, shall , upon the expiration of said ten (10) day period, cease and determine in every respect. In the event of any such termination, 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, provided however, that if the surety within fifteen 15 days after the servinq upon it of such notice of ternnnation does nooerform the contract or does not n,:-1 `. 1 THIS AGREEMENT, made and entered into this 10_d4y of m e_ 19 1.i , l by and betwaen THE CITY OF RENTON, Washington, a municipal corporation of i the State of Washington, hereinafter referred to as "CITY" and I A e is c Contractor::, Inc. , hereinafter referred to as "CONTRACTOR". WITNESSETH: !� (1) The Contractor shell within the time stipulated, (to-wit: within 55 calendar days from date of execution hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work to a workmanlike manner, in connection with the City's Project (identified as No. w-41C3 for improve- ment by construction and installation of: an e" wateimain in N.W. and Street from Stevens Avenue N.W. to Taylor Avenue N.W. Ali the foregoing shall be performed, furnished, constructed, installed. and rompleted in strict conformity with the plans and specifications, including any and all addenda issued by the City and the other documents hereinafter enumerated. It i; agreed and stipulated that said labor, materials, appliances , machines, tools, equipment and services shall be furnished and the construction and installation be performed and completed to the satisfaction and approval of the City's Engineer as being in such conformity with the plans, specifications and all requi rerents of the Contract. AG-1 1 � 1 et h4 R:+y �N t x� M nMh.'S' i i . . SCUMIA Or PRIGS ' (w-a03) (N.W. 2na St.) � aPYROY I"TE UNIT TOTAL IT*m _ oumtrawy DESCRIMON PRICE ' Y 3 EA Ralnstall Cior o 3 tR i Per is orOA) (P1qur00) lu 1 BA ftrr4sh and Install 2" blow Off P" Y / Io T -� SubtOtAl f► .i.�� Sr 5.3t $4108 Tat TOM '! 12 098.`l-7 �. T2W UN *451QM YIDCCR '=PVT AGMS TO HURT COIrM)pnW WORK. ON THIS Pk aWV If 1 "ARDJ WIN. WITHIN IM (20) DAYS AND TO COMPIM TAR MW WITHIN lOarv�71Vs (OS) CLWSXCVTIVW CAUNDAR DAa &Mi- IMAR!'M /CONiT=W=. Of���.., 1973 ifG76D TMA 'U"Wi s 1 M t a ScHery17E or PRICES YYY Yrn� � . (N.V. Ind St.) ftf Mutt: Unit prices for all items, ai f, ax.Gn�aYs'spd I6�.'al i180l17i� d bid must be shown„ Slow unit priori in both words and figure*'i. and where conflict. occurs the .-Titton or typed cords sham) prevail.) UNIT VOTPi. .E.`dM Kl(IHSR11'Y [7C cuprION PRICE 1 aft LF furnish and Install 8" Ductile Iran C�l�a(�ss 2 t Hater Pipe Per L.P. (fiords) (Figures) x 30 CY solid Rock excavati(XI AD Per (..Y. _ - 7 EA Mnish.and Inotcli 90 and Smaller Gate valve An- ebil a 6Per __ 1 1 EA furnish and Install Fire 8ydrw +�. k Assembly � /�� p �� .6asR., .re�alS41�4' �, rwd0 FnL . i Cy furnirn_ d In tam Cone. Blocking ., 36') TON Furnish and Install Selept s4ckfill llamakv , PeY on 'i 7 TON furnish and Install Temporary MC C3 Mix-- A Ae ration per Ton Cr 6 _ P 13 TON furnish and Irutalil DAsphaltic Conc. �. F e, 3 yfl Per Ton L t -1 PROPOSAL �V TO THE CITY Of RENTON ;_• i RENTON, WrLSHINGTOq Lwo Clasen: iLL undersigned hereby certif .,a that has examined the site of the proposed work and ka_.&_read and thoroughly understand_ the plans, syecifications and contract governing the work embr{oed in this improvemmnt, and tfiv method by which payment will ba made for said wor*, and hereby propose to J r+dertake and complete the work embraced in this ieprow+mant, or as much tkemof a car' oe "'Wieted with the mwrey available, in acLOr4Mce with the said plans, - ayeclfications and contract and the following schedule of rates and prices: i, (Note: Wit prices for ail items, all extensions, and total mount of bid should be shown. Show chit. Prices both ip writing and to figures.) _. SignatureAddress ti C-- _ t Nmiv- of Members of Partnership: S Spa r b ----- OR l rw /7 r haex: of President of Corporation r" ram_ ' iraaie of secretary of Corporation COryordtidn Organized under the laws of s. with Main Ofrice in State of Nast'ngton WL i " +�f ..J.s..iYw't ti � 4 e. •� p Certificate of Insurance 1 I,lob"I'"w d ur,•u.uxe a.Ikrnbr.l 1lrlor haae Ixtn i..rx+l h,the iawta+l u,nml Ix•4uY.uul urr :bxu 1 ibn Iun: . I' ••.•L.1 n:u.K,l Junrel the Ixsral W eunr I,e :. ,t.nml herein. ix •auh .a xrawrr o. Wn r Ib� vrhlxam, .xu"WIN 1.-n1 uhnl In Iha•Wrta Ja•,gl.utawl Imh.r tur rh•xn th,,vatrlrate r. - .:. Ill uh.xn Inn IHtilvate i.r.,ru+l I L. Name and arnbr.a W in.w rel II i WASHINdTON A 8 AND C CONTRACTORS, INC. RENTONr ASHI CITY OF N I 3516 SOUTH 146TH STREET SEATTLE, WASHINGTON 9BI68 i I � •:. . "• , :::•:. n.rluh lhi..atlitb'nle ggtlx- e ALL OPERATIONS Y• W h,.n ,nunlrJ I Lum1u ul LlabJUY Ibliay Nuu.brr VWuY 1'enoJ•' ..t4[✓" 1 a y LLu.h1Y vlurA L r.JUY � . � ✓ �� 1 i 300 •000 r,an lwa. : CHUBB/PACIFIC INDEMNITY GROUP If t 300 .000ueK,.K,tet llxnyWalolx+,ram 775 66 17 IN 7 wa I wll•rwlwl. :roy _ i 11/15/73 p rtY f.w1 1 abvhly x s.r" 1 xtahJ 11/15/74 1 Is NOT .000 e,.n x-.,.(.erwr 1 " +a#. ` 1COVERED •000aKNroK Ir I�Jdy bow( Luah1Y --,utome.bile j ,000 re_h{rrvw .000 r,,h ,u wkr.t 000 eurh•�,urrane rn.l.rrty Uan,tKe Lubdky —noml...bib` ,i •000 exh xaulenl OOG{'Jln ArU(rCrl: .000 c:ui .x.nrremt 1 .000.u:KmKate 000. uaurrenre I — - l .000 ,,h.1Ryrrsatr I •� �f .000.kJuatlnh•unu I \ I : Ir i 1 th . ...1 u xn w�rh tl unw.w, - 1,Ibrt Ir.l r rh yxva a.Ihr:.uvaaNu,•Hxx,+ur ehnretu. •1�. r 1 y u 1 12111 1 M .1 d.ra I..I I the aAJ1a.,•.(Ihr uemal u�.urell a.+daml lurriv I I� .r 1 \........J I I. rhxl\the IxJ r l".1w, - IT IS UNDERSTOOD THAT THE CITY OF RENTON 15 AN ADDITIONAL INSURED i AS RESPECTS THE 6PXN IIAIIK WATER JOB. L.I D. 281 i DF N 1 I :J the w m W Ill,Ixrlw v,irrluJin muL+r •n en.. I i d'h, B. HAUfr 1lnral::. 8 ASSOC, N _R�iJ1MON _ _. u 11/28/73 ♦ to � ' >��WI�RT1e,w•nt1`Sa11a1MXW+%YWn Y r �4{~ k �tY aryry* eg CettlReate of Insurance 'I his i,to cIvid) that µdtcia of uuur.oxe as dncribal begs have bte„issued to the insured named below and an,in form ass this tins. If .end gad..se. .ue Camelot] or rhaused during the pviods of mverate as stated heatin, in such a manger as to affect this restitnata, m-Otto n n im,.ill he mailed to the putt dewggnated below(or whom the m,tdicate a wanted. iI. Nxns arcl.uhlms d Itirq to wMnn thra certificate is i,o,trl 3. Name and address of iourrd I A B AND C CONTRACTORS, INC. O j 1 CITY OF RENTOM 3516 SOUTH 146th STREET RENTON, WASHINGTON SEATTLE, WASHINGTON 98168 g a � F I_ J - � � 1. Lprtiuu-.tl„peratu.n to which thi.mnldsate appha ALL OPERATIONS ._. - 1. Coir,riInters Krsyor Whwh Igsm oar is Afforded IimiY of tJthlW/ Pawl Mlrtf_-_-, _I Yditl perLiss_ Il K xo' n., Comy,...Uun and ColnpernaUuq-Statutory t a� h yl Inn'Landdy iq thr state d in item d hereW -- - r� Itw1JY 1...... gury Liability . . aryl automobile t NOT .000 ace pQ.q. I 000 e"orcurmenw COVERED ,000assrreate! IC�mdetedOferid mn FINANCIAL FIRE 8 CASuk'_ OMVANY a od...,xltKapdy_.. AMERICAN NATIONAL .LNERAt GENCIES, INC. 1. 1. h,Wy . —«n«yt.momubde ,t 100 ,000 eat►Qipfltreox i FGL 5506A' I 11/15/73 to < t 300 .000 qjv ,k_ J 1/15/74 bodily 1^µrY I,ahihtr -aWnmob,k ; ,000 ugh ptran, i �t .004)rxh xr:,;tot . .. �j .000 ear!.ar urr«um u I`rupetti Wua,g,e Luhdity -anlwnuhd« t ,:each xraknl 000 rxh axe urretcr _ I.uhil,ty 1I"tv hqury send Is .000 rash,aourrrsT propavll'Uama(e) ,000 aaariealr 000 rxh acci rrerxr iusunyh«w Eaceaa S ,000 earh aspream '000'led...tilde amt �d .m. .In m tlsw•.yaa e.n,rao,that unuranu.,lwt Ab"Irl with rrapevt o.thr. aiT.e«. tht,10" ^1.. ,tl.+�,u• nisi:spur,.d 1291 A \I ,Ln,,lard bore d the..dd" •a the mansd unurttil a,,Ld«i I,"", I h.u.p1....a 1 q.aaua.,•a auhnlxdade.to wh,rh the polar applw, IT IS UNDERSTOOD THAT THE CITY OF RENTON IS AN ADDITIONAL INSURED AS RESPECTS THE ZM !RAU WATER JOB. L.I.D. 281 I. I. , t .Jf aA the tuna of the µdux.ituluditgt trctwranent-s apokable therew. DAN��B. F�AUf"Fy.8 ASSOL^---_---- 1shm.�Eli 0a1r11/28/13 i CITY Of RENTON INSPECTOR'S DAILY REPORT Engineering Department GENERAL CONSTRUCTION Date 19 !�f PROJECT NAME & JOB COKTRACT f` _ Superintendent blether. t !IO ITEM *MR QUANTITY SIGNED: •�� may, `r.. TITLE: 1. CITY OF RENTON INSPECTOR'S DAILY REPORT Engineering DepArtment GENERAL CONSTRUCTION Date �_I9 741 PROJECT NAME E JOB NOc:>( o �L' CONTRACTOR,-7_1_; ��Q�. f, , r N_` Superintendent Weather BID ITEM NUMBER QUANTITY REMARKS t-. i s - :aK r -r- SIGNED,r rr % TITLE: 1. CITY OF RENTON INSPECTOR'S DAILY REPORT �! Engineering Department GENERAL CONSTRUCTION Date —_19Zt/ PROJECT NAME A JOB N0. CONTRACTOR"',4 /(fig Superintendent — tea ` . Weather, 7 BID ITEM NUMBER QUANTITY REMARKS Y . SIGNED TITLE: 1 . CITY OF RENTON INSPECTOR'S DAILY REPORT Englneering Department GENERAL CONSTRUCTION Da ce 19 PROJECT NAME A JOB NO. CONTRACTOR_ Superinte dent Weather v- i c< 9•�-., - _„ter ,�J�' BID ITFM NUMBER QUANTITY REMARKS SIGNED: b i TITLE: -<x"s� (• 1. j J-1 3 00 STO N EWAY cancnsa Y O SOX So RENTON,WATNINGTON 96056 2261000 DATI. Iar J PO • CLARi SOLD TO- ADDRESS CITY— DELIVER TO uvs�n.a. r.�iI wwwwr _ u.we�n. .m SAND --- (.NAVE CRUSHED RUCK ` SUN w n1;L'D TOTAL TAX OTAL G I R No. A 33420 R r EAW"#W'MM4 00 ST04EWAY CONCRETE INC waI noI b MIE how I«.m d~0IMIIAYWY.jw W.r,'I R6Mhf,rulMvnY or f+,Me w W M OMivenry mN Milt R0M dRW.M 0xv RrMNn e ! 1 5 '0:;0 7C1Q. 1 , STO N EWAV Mo, cyURI .. i R O BOX 504 RENTON,WADOMOTON 9 d ' 1Y61000 qaT! Ih�� I O.N /rLAN/0- SOLD TO ADORESS CITY_, OEUVER TO wwvn.. ue.F wr��... rru rwv:nn a vtn SAND — GRAVELI/A. CRUSHED MOCK — Cox l tot L Al Alt i TOTAL r�ytR Ir No. A � 6424 N N Ipl$Mft ArEd Ow STONtNAY CONCRETE IMC.wn�nay M nrie MMe ra roy 0lNSM NMRSSNIY.lEMMn.ury vyRNEa.rn!!w!r m wrcHe prsgrrr�n eeliwnin!mp r erd lNMdN1t NN SNST►KMRa w STO N EWAY /.O BOX bob RENTON.WA$KWQTOS1 Y4{ Tl6-Iwo 2 / OwrE - IET It 1 LO.M KANT• I ~ f /r SOLD TO ADpgEbb DELIVER i— — TO W N11T11v lily xwliw �Cf I - —iw uE SAND _ GRAV i CRUSHED ROCK �MM jyt'�x TOTAL SU �I --. TAX 2RIVTR TOTAL N I�41011 aVwl In•I SIONEWAT CONCRETE INC wu wl W NIX I",1a EKT dmW 11 Ml,bbry,Ilowt ury MC�MIYI,rnpwy or W,Mr IreMrly JM,may � • - «M IM•I NOM.nn IIIWY M•miw. ;2 iy CITY OF RENTON INSPEM')*S DAILY REPORT t� Engineering Department GENERAL CONSTRUCTION Date L ' -f 19 PROJECT NAME A JOB NO. // J.S�/ /I/�/L L11a_r��i7�112 CONTRACTOR t�Jr=d Via.; �z�ry,'�. , _ Super/ntows"t Ar2-1 � Weather BID ITEM NUMBER QUANTITY REMARKS F r x I SIGNNED it}d ✓} ,,,��- TITLE: -- (�/, y Js�. f 1 3 e � � r CITY OF RENTON INSPECTOR'S DAILY REPORT Engineering Department GENERAL CONSTRUCTION Date , : / 19�_ PROJECT NAME 3 JOB NO. CONTRACTORC_, � /y Superintendent Weather �1L r+✓ � f /o+ BID ITEM x NUMBER UANTiTY REMAR off- wa.. SIGNED: TITLE. 1 . CITY OF RENTON INSPECTOR'S DAILY REPORT Engineering Department GENERAL CONSTRUCTION / / Data /- .�'� 19 ?' PROCECT NAME 6 JOB 10, ' - � � % %' r�. _ � ' i / - fJ✓�� CONTRACTOR.z2Z 9/ C �.� e Superintendent . - Weather BID ITEM NUMBER QUANTITY REMARKS a SIGNED: 4 TITLE: 1. ♦ 1 CITY OF RENTON INSPECTOR'S DAIiY REPORT Engineering Department GENERAL CONSTRUCTION Date PROJECT NAME 6 JOB NO. CONTRACTOR �� -d%T —( Superintendent a -` Heather BID ITEM NUMBER QUANTITY R SIGNED: • < u TITLE: 1 . ASSOCIATED SAND & GRAVEL ' COMPANY, INC. . NRM DIVISION LO. RDR IWO I 165pp SOUTHCENTIER PARKWAY • TUKAf"A. WASH 901M uwCNAY[ (NONE f2o5) 1•w2311p GMIrvIO]]Mfw ((ll ryry - .. Y1411i a..; molu XRm TONS STANOAAO MIA A. TONS SCHOOL MS% TON{ TOIRKA MI% qL TONS *w TM MR: .. TOI S yTATR SRlCERECATWX 6ARRi...�..� e TONS ASPHALT TRSATID MASS STALL NISEASMN —._. _. ..__._... . ` "A. woo ASP"w _ j Rivillw MIT T ERR 53072 =�� yy , -- - x THIS T. � w I STONE WAY F.O.SOX SN 11lNTOM,WASHINGTON 96055 PATE LO M ELAMT• — �. SOLD TO ADDRESS CITY— LIVE T WAMt�TV RYMin1�4N GV rft SANS GRAVE CRUSMEO HOCK E nL""X TOTAL TAX __..- TOTAL 7nr C NO. A It K WMAREI'r rgnnd,la,E1001EWAY CPNCRETE INC..11 nm M t ld IUN,Inr Rq Wn/W w r✓xupMY Il—Ir GIY r,dw 4"11"0E 'P'no'W'W"m dNvany-It arm IRNO MOM,an rFnD wR . Arl �A'.M�.M.YA1R 5 i l S T O 11TE�/C/ � Coneneri _. � R.O,BOX US MENTON,NAWINOTON NIM M1000 DATE— PO _auPl SOLD TO ADDRESS_. — i CITY DELIVER TO n,Y e _Axco YDS SAND _ GRAVE CRUSHED ROCK i e L°X i? SUB TOTAL — TAX TOI AL No. A 12026 II n sMvfsslp greed mat STONE'WAY CONCRETE INC.*d, at W Xid i..W.ro{aaT —.ae m M.Ib R1.fiOEwtl.my IIII.OMl.Il tIIIaa ar abase W"Olty w deh-14 mN •� :> aaf.On molt /few CITY OF RENTON INSPECTOR'S DAILY REPORT fWS Engineering Department GENERAL CONSTRUCTION �Date 19Imo_ PROJECT NAME 6 JOB NO. CONTkACTOR oo, Superintendent Weather BID ITEM NUMBER QUANTITY REMARKS I — j SIGNED:! �..., . .L•� ,I TITLE::?_..� B' k r , . CITY OF RENTON INSPECTOR'S DAILY REPORT Enqineering Department GENERAL CONSTRUCTION Dante M3/—+/ 19 �` PROJECT NAME & JOB NO. G/! 2�Pf it//iJ' ,'.,;•/ f CONTRACTOR .;' • , [7 e — Superintendent L, Al, _ Weather �ssd*++� y BID ITEM NUMBER QUANTITY RETMRKS '� f•/ �/, IkI 114' X 3/ i _ 7 _l "' !G'" ------. _. •` '.i...� �. "� ®.��r ., 6 sRi c�D� L3119 t-A_�f/j SIGNED. ) "- TITLE: 1 . I STONEWAY Cancr>tty_ .. P.O.BOX 509-REN TON,WASHINGTON 9BO55 � 22&/000 3 o,7E 19)�� PO • PLAN ADDRESS "__ CITY__ t4 DELIVER TO i uu.r•n__ Rqi w v95 SAND GRAVE - _ CRUaMFD ROCK r Rv X TpTwl TAX pB1VER TOTAL i No. A 12594 p re R &X ilv pf.Rd MRt SfONEWAY CONCRETC INC.wdl Ro,M hdd MCI.for anv d.mp rR dvubb v.floe.,,uq ude"41,ra .v Cr Vf .N".Ml,ro M.nq,w I en.I I'M sbCv.,a;fhl pm.' a J t a 021`a =120 1 ST�+O,..,I�V..�E�WAY ►.O.BO%SOE RE""'•NT SHINGTCN M8 M1000 "ATE 197 PO 0 PLANT SOLO TO_ �/ o^� ADDRESS _ CITY- _ DELIVER TO a...hrr.. ucxn..ior. AJI.r co roc SAND GRAVE CRUSHED ROCK 1 1 r ev`b SUb �TOTAL 1 AK DRIVER TOTAL No. A 12592 Ir la apa0¢011 apart IM STONEWAY CONCRETE INC.wdI nm ba hold I.W,Im any It."to 0".bbffv.Nbwwi,r11y Rdawalka,mad",ar pr,W,property nl dNrvenrry mat Fral IipBd abOv<,On(Fatl ptmryf. >1. } F i ct r 030 ,180 ®TO N SWAY conenatAL P.O BOX 509 RENTON.WASHINGTON W065 DATE I�sf, 19T =J 00 ate_ PLANTI�_ _ SO/CT)��� j�e ADDRESS--- CITY-- DELIVER m w vpa SAND I�( GRAVE } CRUSHED ROCK t REc'p EY X TOTAL TAX TOTAL No. A 12593 It if apauli:Nly aWoW lb t STONEWAY CONCRETE INC.will not 5a Ma IULIe Fa any damge 10 o,.bbay,Ilowen,nt,RdrwYkI,,I.W v p10.1e property m dellvR�np inT 1 .dal Imad above,an thm pemnn. t � `X rri/ r � ar 1 f tl 114f f 0) l ' 00 STO N EWAV. R.0 SOX 509 RENTON,WASHINGTON 98066 24 1000 DAIk�/ IW� ADDRESS 7.L CITY_ - DELIVER TO: _ NUANfIv fLY xiPfi.�N il'.l pMpUNt cu ras SAND GRAVE i CRUSHED ROCK XFCD t'rOYAL pv TOTAL DRNEFl_ _ No. A 12591 ll n s0subuny gre.d mR STONFWAY CONCRETE INC Wdl PDI be Mld IUW-Euwy dsmW Ip%drubber, IIaWM.0,PdmAkl,ludw,0101-10 Oropxl11 in delironPI m.P vie Ilw.d.WD.e.on IheW memh.s. 1 031 -1 ZQ STC3NEWAV c larmefrc . P.O.BOX 5D9 RENTON,WASHINGTON saM S]8 1000 DATE. 107 4 I PO I ANT 0 SDLD TO_, ADDRESS . CITYTot _ OE LIVES —��1� OVNI I A W vDa SAND GRAVE -- r CRUSHED ROCK ! MLC'n V w /F T�L I TAX RIVf.R TOTAL No. A 12595 R o RN[i1KN1Y Ay'-d 0 STONEEIAY CONCRETE INC.veil.rot Ge nela nAN,Inr EPT�yN d sh.0 o,t IInwRI,otY edFw4F.,roaewAy a p.vgz woperrr N"aaeriry mp.eriei n.tAe A6Pve,nn Iher �4 u STO N E Wqy coT,rlec� 0.8OX 509 RENTON,WASHINGTON game 2261000 DATE PO SOLD TC>9: / fADDRESS_ Z _ I CITY r' DELIVER TO c� vuy SAND GRAVE CRUSHED HOCK w "COX sue TOTAL TAX DRIyVA TOTAL No. A 12 f 0 R u spearlrcMly aWrgd 0lst STONEWAY CONCRETE INC w�R np1 Eq hqN IiaMe tot ant +damge to fMpbMr.Ilowtn,aIy udewtlk t nIM herd Mora co these prenrRf L roadyq pr .gtq ppPWV m tw""tnp ntIt 5 s t 1 V T KCOIN(f(("X f11e I CAk(D NO PAY YI[ TOWN /E. ryT —_•—[6—.-� YMP L ~.NE LOAD DELIVERTO PO LOBLOT UNLOADBACK — 1` 67Q� W YAI.O FRICE AMOUNT roUNDs r� Co.%]RYE i fYA1f BLEND SPECIAL0.LN0 ttVY�— �62010 420E0 E2050 62070 j BY —� ExrE SIMER/IMC EILL[R SAND 12020 42030 E2060 (r :. . rouges I as I/: . /IT RUN ` �szot s20. s20s 5207 ./� GRAVEL 5202 I 520E 5206 5208 0 J ,�© POUNDS Sr[-I/• I/•-- SIEc CR ROCK Y 1 /Vl M1tl./ !� 62030 6z050 62080 ;- f6 CRUSHED T«COURS[ 11i. [:[111[ S/EMI%RK IVP MIX RK IVY - p ROCK 6M20 62010 62060 62070 tR 1^'/ — TONS EXTRA HAUL 70001 WNW VUM LOAD E YON[ H%C[M[M STANDARD WWI NvwLY 60002 wWtt 10003 L _ fKKi IR.: WgIRv COMCKET[ (pNNN4 10007, C[MENT 10006 WN 6000 /0006 NCC[Y C%/AMfN]N/OINt 9 / `[ X 10, FEET RE BAR _ ISO / T_ cuts /6000 f TW[W[ wAr[R.ICO[O � - IF cAs <unc.wwr /� Sue TOTRL — OMK. RENTON OFPICE IfF TAX DELIVER" TIt T rwr o.o.w rW 11 .w�ye.FNY...Mpy[owawan EOUALOFPORTUNITYEMPLUVER t76-1060 Ell-JIDD Am T CEUVERY TICK*7" _ MowAv sT ofYIEWAY h ':w i YMRA }48 MAPLE VALLEY P.O. BOX SOS- R[MTON, WAtMN10TOM NM>f ARRIVE AT" ACC. rAAD ^.T[ �AfN IM ��. -- -- S/j/7A 1 S 3 1 [ouAL orrawrw«ry[MILDvu rwcNAf[Dnocn>w. 4 Am" C CONST .::. . .... r�%e wo.o..c rtir rwno r>x.Aroo cacMN UNR 111rCL AMOUNT 1 2 �+ — S IM OZ MIS OZNM --- uLCIJN TYMi1DN` 3 gNfACR r'EN 1>Cx -- �[ ALA .p1 M/1TW1 Orc 11Nf Of C[LENT _ C11fIC rAISOf ��01 MMw1UM WADS YARDS [%TRA 14 Y Ux ux yrp NYu1M.r wwl waft __ � / sAnD s>ND fAND Iww awm aww v n >TA w, w xvp °ins _ sw1e fwao wm •as % x x10 j wAM[IDw wart _ raT11[AAI 650 / can 66000 rorAL } f ^om A" TAYLOR ---- —� t 1m TNF MILL OT A "AFT MOUST TAX _ TOTAL 11111CR Np, IIANi ACCVM.tOtAt TK D11! w 'GxOO[O C MONAT>i .�. ITT • ♦ 11a00� %___rs __ f.0.0. 7 �"V CITY OF RENTON INSPECTOR'S DAILY REPORT Engineering Department GENERAL CONSTRUCTION Date PROJECT NAME 3 JOB NO. rf CONTRACTORQ�wG/ (� Superintendent Weather BID ITEM NUMBER QUANTITY REMARKS 4a zz`y. 3 SIGNED: TITLE: i. t ' � t t.• t - CITY Of RENTON INSPECTOR'S DAILY REPORT Engineering Department GENERAL CONSTRUCTION � Rr Date.�// 19� PROJECT NAME A J09 - CONTRACTOR,22 �a,. � 7`"� Superintendent �eElsr Heather �i !ID ITEM M_ QUANTITY REVARKS — i SIGNED: - x� iXf frlw«J i ' ' � . _ . • ..'I a ,",d�tli +�t"�* ,� � IV ENDING OF FILE i / -c / FILE MIX Awl 1, 1 CITY OF RENTON INSPECTOR'S DAILY REPGAT Engineering Department GENERAL CONSTRUCTIDN Date 7g PROJECT NAME 8 JOB N0. :ONTRACTOR_ _ Superintendent Weather BID ITEM NUMBER UANTITY� REMARKS —_ i SIGNED: T:!L E: 1. 4 1 i A CITY OF RENTON INSPECTOR'S DAILY REPORT Engineering Department GENERAL CONSTRUCTION Date PROJECT NAP. _ JOB NO. CONTRACTOR Superintendent Heather77, a ;�� t4iry BID ITEM NUMBER QUANTITY REMARKS R SIGNED: TITLE: 1 . ;i 4 r. r ig CITY OF RENTON INSPECTOR'S DAIL" REPORT Engineering Department GENERAL CONSTRUCTION Date PROJECT NAME & JOB ND. CONTRACTOR__—, Superintendent Weather BID ITEM NUMBER QUANTITY / REMARKS i ryx TITLE: T. �+ 1 (� .R s T vc gq I v O.BOX SM RENTON.WASHINGTON"M 2211 1000 DATE I'.O SOLD TO AODREBS CITv__ OE1-VER TO wwn__ wsca�n�av-- — MgiC• 1ypyMt w r0s SANG GRAVEL CRUSNEO ROCK Occx TOTAL 7Ax IVER TOTAL No. A 11257 I� It•q 4"V W"d IWn STONEWAT CONCRETE INC.will not d HW eayy iW Yry 1 d-w N*-W R II.wL nN v.NwMFb,-Nw,W WYRa wwt•m o!"'.1 nlE1. 1 YNI SEE1d abm,o Ih /nn�et. �+ 1 T 40 ,,ryry STO IV EWAY CoEFcnrs. .. P O.SOX 60.R6NTON WASHINGTON"M 226 11100� ! j DATE E 0.• pp_ '' _aEANT M W Tv ♦.IVER ,�� 4KVr/11OM MIKC pMpt/wt C� Iq. &AND _ 1 GPAV CRUW-O ROOK -t CO TotAL TAX OR:YEi. TOTAL I No. A 11258 0 4 RMOtwOV awn!'tnn STDNEWAY CONCAFTE INC."I not h hAd NWo Nlr my AYratw to 16' Y.ft A oily Yot"k, o My W WMH VWq b ,, oRF "no Imlod non,an Ihm Rolnit,, .. — .R�y....a 44R.MlNI— ..fir•^.�♦ CIT' r.v..!� BTOQI�WA�� G O BOX SO!-RENTOM,WASHINGTOM 2Q00 229100 I.O.a Ft WTa— 00L0 TO_ AbOg0E0 "1. i uTr _ DELIVER TO—W NII!1` aarcXln�oN MKI 9Y!w/111 - rua EAHO __ ORAVEI,yf^u CRUAHED ROCK f i li �I ntc ox ar '" i AYE- TOTAL TAX tl sR [ TOTAL No. A 11256 6 ATIN✓o$TOMMY ED11(A{iE/M611k7+H M AIN I�aYN Iro q Mngt to•rili0atT,0wwA M KdaaANt.n1AE10/0rhMa tuamlY M�^rt^I nrD ' NW INeN Aare,aN Ntf P� '1 030 400 SiTO N E WAY E Ci"Wilm to .. P.O.BOX 90R-RUMTM,WASMINGTON"W 41L1B00 nnIr_-L-...1_ie, V.O.fi 'UNi CITY.�- TOLIVER ca+MrnTv — VtYw,If ww �wa�a: +uewt u 'm SAND — GRAVE Cf!VSNED HOCK TOTAL TAX RIVER TOTAL t No. A 11263 I It I oa*w low*a STBMt"v CoMCBL u 1MC.wN nm be Mk WYw 1w a+Y wYMi(�tY1W. BM�aflytwyawNtt reywry aMrAl Roprry in 9Niar;nV mar I ti I r 02373-3 STONEWAY ConcrE�ts � P 0.80%SM RCNTON,WAMNNGTON SIM 22.I000 � j oArt.--=rL..r.T PO x_ PLANT v r _!/ saLD to. L ADDRESS -- I JELIVSR t0 WA«nrr aec Arrriw ..:a A« T CU r4 5ANO GRAVEL CRVSNEDROCY. I «Eca� awls r0"i AL � tA% OarvEP =_—_ TOTAL No. A 11260 II%prAicMly 4p r IAAI STUNEWAY CMICNETE NET.oW AN Y MY WAS W WP arnlP u INrl.try.l4NWa.ury e/xr/kI,lmx x Pvx YAW"kI ddiMN� xW IIYw NArA.on 9wx gxPRN i 1 sTo� �ti V O.BOX SOB REC MONO^N,WASNINGTON WEER 2M 1000 DATE—.—197/, VA.• PLANT 1 �1 J EOIA TO ^" I 41 ADGAfEE— - Y cm ID W.W/ (X 1i I//ON �X AWIYM I w .°s SAND �GRAVEy'•y_ i CRUSHED ROCK i r°X f�.^ TOTAL TAX DPIY P TL.._ No. A 11255 , j II A ey oft%IW AN ET110MAY CON' .ME IMt1r.iB wt w NY W W I«rN { EEOIA w MMYw'!•OepRA EBf adwo tL nNrr M VAN#NOW"A p:venry w f ow OM Awe,w vow,p wwwL 1 '� 1 mw IMP OL2 76 J STONEWAY I Cm,rJ,�•� . J1 PCBO%S0) RENTON,WASHINGTON SM5 r + 226 1000 --__ GAiF PO • _Y.ANTY fSOLD'O I � 1 CITY � DELIVER To cu r0a SANG T-- _ GRAVE CRUSHED ROCK I 1 ErCOx sus _ TDiaL TAX DRIVER — TOTAL No. A .11264 If Is sw-f u0y wind Mn RONEWAY CONCRETE INC. Noll not W hold IUMa for my dMn+y 10 WKBMrY.It—-u1y tlarw•W4i.romhel Or pane WBpity dHI WW W W Sam.on 0He penvtn. • IyVV:,�..•.. .. - .mac :M • of 1 ♦��A _ .tee Y+" L a � 4 ;STwgY �.O Nok EOg.RENT t ON,WASH ING TOy�B0 22N 10Op fDATE_�`� "O r SOLD TO_ , _ ---- ADORES& CITT O cax•,�r��y SAND z. CRAW CRUSHED HOCK -- I SUN TOTAL tAl RecuX No. A ?� pp �_.� rorAt i. v Rrtnm yyt STONE"'CONCRETE INC L M FNow,oo�hne gTI,I udR,,I,,INNV uymi,or R�II nor RI n,Ia naNF loi are I[ryII Ynvm I+IORrtry u�dNrvnoN.n"t i 1 8 TO N �'wa► ? GTncnasw. .. V O.SON SOS RENT ON,WASHINOTON 1006E en 1000 Owlk ISl x1_ ro r__— ILI1111 SOLO TOE___. �y AOORew ({ CITY -- —� DELIVER M TOax�mv' �.<rm�rn. +nmr ...con: cu vos SANG _ CRUSHED IIOCK nkcn SOS 9r ' TOTAI IA% --_ —_ TOTAL IWIVEP No, A 1127, 2 It s tyro6kklp SSlnd OM STONLWAY coaca (ME.-wo mm b how Blot iR Pry dr61�ro fMNWY.RkwR.c1ry gAPnl:x..=a1'iT'nIY'wtr W WRh w dww' 4lm, OW IIVOd kMklk,on Mm W-W 1 i