Loading...
HomeMy WebLinkAboutWTR2700427 W-427 Water Project Specs. 84th Ave. CO-OP 1+ BEGINNING OF FILE FU TME \Al--oA- 9s7 v: Fw' Any ceteF{� o� �' • series s(. . ,f (d 4 K�oereQ �. �R c� � do. 5 f " ce�F� Tr[M't C�elo Gh BiLr`C��� Ytt1 G{ow..IlicrW��0.�� aI �i// 4k, LJll c4�k f-bK.Rs w� f.Q, do C. Coti�h��o� Te rtrar a� �''[� w+1ey (F �'�y u l( h•t ry R y O w l[l�S Cauk) by orCr, II I 1nroe�(l, —Afb 4 �- " wAitr 4l� �c d�" ��cJi1 C.'.p•,� .04 yr i r t•ll.t N°NT OF LIGHTING No. D 3 - 6 TRUCTION STANDARDS Page T of I D•rt. Jwe U, 1475 POSE SUPPORT KAN I F / Ce CI✓�+/len I � r V� I Z7% y!6di 'Lint Qe n0!kfI,TM,! or I Mefhed e! Lek Lreciny wArn de�fA it heir«. �e/e reff iny derib. I eerie er qre T.re L/J. if ii96! Jnqq/er fs /.ne; mey Le I,I�//rd 'n /ine Ly ryr1ed.w� Arr:.. /, rbrrn •Lrra. iFur:e� ,':n.berr Ceun/e Lea Gece we,:pA •��—L—T/.ro..yb 6./fr De ns! u,a rPi4es P,K• ,r 6/e JD Ljlglvr D PACLFIC: IIgErU1RA2qCE COMPANY HOME OIe,C9, TACOMA. WUHINOTON rB1aPq RNIANDB BOND bond No. U 45 77 24 KNOW ALL MEN BY THESE PRESENTS: That we, Richard E. Grant dbl Grant Construction as Principal, and the UNITED PACIFIC INSURANCE -OMPANY, a Washington corporaiion, as Surety, are held and firmly bound unto City of Renton as Obl'Iges, 'nth* sum of Eighty-Five Thousand Twit Hundred Thl ty-Eight at 88l100-----------'------------------------' ----------J�85,238.88------- IDOLLARS, for which sum, .ve bind ourselves, our heirs, eeecutorr dministrotors, successors and assigns, jointly and severally, by these presents WHEREAS, on the day of 14 , the Principal entered mtu o contract with the Obligee for Path Ave. Co-op Water System Phase I Replacement Job NW-427 which contract is by reference made a part hereof and is hereofbr rof,ned to as the Contract; NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Principal shall faith. fuily perform said contract according to its terms, covenants, and conditions, then this obligation shall be void; otherwise it shall remain in full force and eH.,. Doted this 30th day of August 19 82 Richard E. Grant dba Grant Construction aFllw�i UNITED PACIFIC INSURANCE COMPANY By l L e Nun de Hun ter*atruev-erg-el;�r es BOU-2310 ED.7.71 UNITED PACIFIC INSURANCE COMPANY TOME DFFrCE.PEDERAt WAY,WASHINGTON POWER OF ATTORNEY MOW A.L MEN SY THEM PRESENTS.TNW IM UNITED PACIFIC Nt-OUMNCE COEWANY,a W0ro14a fNMF MrWMWO YIICar Who Yyn N the EM4 N YIt1IAIrIE4n.IM llortaY AW.OAPInyM oM AISMAi LM HUNT of RENTON, YASHINGTON- --- m..ord Nx1YI AtW WW.FI.I,to nWo.a.RY1M.xR aM MNW h W W fa SSAOR,olld W m W1 Iryd 11a" ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYS`iIP--- xIO to WW IM UNITED PACIFIC IMSURANE:E COMPANY T11MOM x twil WIC 41M FWM 00.1 yo 11 oWA ha d,Pod YIIO,4a'MI a'Ie o1M•Vy-T,,i ITIMIrt-1T .n IM M1un I- I nW.PEMd 0y an E.1.0".N tM UNITED PACIFIC INSU11 ANCE COWANV olle W W Wr of lwoo by orlo W NTI Ol lITOA.11.T.PM Mroay,1N11lx wId FOIII..On IM m told Anp Voth I—PAT,IIIFY dP M PVrfooloo 11NF01 TW%Ip,l.•at Allpny R Vr Wa or4N Ad M wtMnIV of A,T,cM V I I 01 the W Uylo of UNITED PAC IF IC IYSUR AMC COMPANY anrcn 441rol ellclrw SiPiiTMI 1.IETE,Nrrtw xoMrW xi nOw m IUN ipW olrd 111M.rFbrM ol lolbwi. ARTICLE Vn - tMECUTION OF 000105 AND UNDERTAKINGS ' TM Gu•e of DrronpF.IM Rxtlin, IM CMrrrMn Or tM S000 Iff",Smw VIM R TMIN't,Nrr vim RFYOFnI Or Ao'F.inl VIM Rxldinl v Mo..11.1 dWyvlod aY iM brd 01 Dngpi wu Nx UOwr xq w:Mrnr to 1)1 oppOrm Anpaq-imfxT oM,O winp'ie mom IO o.xmo on aolwl N M COVIVII oOr,W N4 YnOV,1br1El.rop(ni4Mn mN1g1 OI rrWTnrtY NM OIMI.111 Ei OWISMlory In 1M noturl I"Tr 1,W a al IJ INnpI!inr YKn AIIe1 MYln Fq N NY 1r�ind r{yYF rM pOrMr irW MlgrrtY EIYr tV IVIT, AIIp MY—rf F.1MII To.ROM,Wo gIIOI�Iy.OOW,,O l'n lorxr otW liMIN WM a,a,Ilan,Ol Nln' ty'YYod 101Mm,lO o.xY4 NYf alt,or en IrM„OI rM(.OlrgnY.aplW ol10 Yn0ol11LIOEi,ixOp I..,mnlrgl OI illdiNnitY W d.",.1.11W.n.lrxlp Y'n IM Mluri,Mro01 1M tpaw Fli 40I I roI Mcglr Ip tM ITT4."O1 ory wf,ta Wo uMVr4krp.,roFOolrlFonCx,mnlrxyl OI InbTnl,y pN.IPW yy-'r 1 ow."'o r n IM rurwi IMloof T AT TO'.arrFA FW can Mof ygyror a.n wMW nr to..WNo orl ASl r ,V,o,lab n,gwl to Oa la,I WOEnral clomoal of�nMM nr,y p nl Mr mn;fniOMl ar ObyNory u14N41x Wo 1My WI1iN0 MN".ind wtW,ll 10 nnIfY IN,NMM'ol no..,Of IM Cplloany ind '.a MPnI nr 1M dY I .OI IM C,,-.1 p MY N11oN p 4n ran IMronr TT11 ROrr• Of 01-01 y d "Too NW WNd by IxnTllo Y'Wor EM by WINp, at ,M lall0n.n(Ro1w V1an gO04e Or tM 51wr0 Of D.I.VwI O, UNITEG PACIFIC INSURANCE COMPANY 61 a.RWmE WHO do 1M Siff OW lol JYM.ISTJ,yl walch o oupum r1 W oWlr, ,w 4.0 Rxwuuon MI not too,amenWo O1 INTIM0 f "Poloo eIM,MIIpNnN OI iufA drroFmnWa ellrcorl orN,M r4 O,1M CoOWnr"Ya.flood b ynY1Yrn PO,.no .11111 MY Or W"OMMrxlo IMYI-N,...by Igimrly.aM and VAV,DwMr OI W'.. ,Or al"'IIMio a4rinE 1uM 4..ry.1 Ypalulx M hooffy.a WI WII IN WIId aM bl.,p YOO.'na Gorgon,tO0 and YKn Polder W i. .job oM by Iq.mM IrEMIVN wfa fq'mM xN f on G r1..aM arw.,floor,IM CWybo,Y rr yM IW wa wan I,WpAf,O mY Opq Or urN,4lilrE 4 WhI[Ir d ri F.IKno, IN WITRE SS WMEREor,IM UNITED FACIE IC INSURANCE COMPANY M comma 9.W.I.m 411pya by o w f Vo I"o., ."anI oordwNa al lO a n no .an,ate.1AR ist d4 o1 Sept ember 19 y✓/N�'� UNI TED PACIF IC INSU NCf PCIMPANY 1 Nwt =. Vol PIWAMIt •1�A)� -_. STATE OF Wazbington COUNTY OF King x On TO., let Oar 01 September .1S81 .W..."RWWW Charles B. Srhmmlz 10 mo lrrnn to M IM V n 'tx.Mlt at tl4 UNITED PACIFIC INSURANCE COMPANY.or'o NonpY4dpal dot M o•NmN WIe,10ea'1 IM Ime W"'nnmmom aM-"--W IM RN N 49 c01Wo14n tlwnO.WO 1M1 Alutl VII,SW IWT 1.1.W]o11M SY'L,v104 41d ComPPy aM me RP xl 1pm,Won,YI n'nm lull Ig11 CWVTW M CWNrron Eawx June 12 .1S82 i/ !y/! Nlo4•v rrlolrc myM lWS Iy OI WasAitle-":I 1EWdnq F1 -ac pMA Charles J. Falskow Awaty,i SWnarY at IM UNITED PACIFIC INSVRANCE COIMANy..Mroay Mrmr mat 1M Maloof o'q fwoEwM n a o W We CwlM moy of a bwx of Allwrrr a.xYtod of lop UNITED PAOF IC INSVRANCE COW ANY,Mrm n olnl.n lYn Ipq orr0 NIW1 INWrTNESS-HEREOF.I Nx M•wmo rl mr Mro yMNluoO lM xV lx'd Cwlpnv ma.3OLh ' August /1162 ROV 1A]t(s dISC F AWnMI EWIa4'r IV KING COUNTY REAL PROPERTY DIVISION NIGHT OF WAY CONSTRUCTION PERMIT TELEPHONE 344.3956 --_ — '- — — - a1EV1ApNYENTAI AMaaaraNr -. PERMIT NO. W-119-82 JOB NO. O Wee1�— FRANCHISE NO. 612 KROLL PACE NO 317 318 - O 6idOn9 A{{eeertle 1 DATE 7/15/92 SECTION'. 12/7 TWP, 23 RANGE 4/5 II=11Y Exelol APPLICANT_�r1LY_4f.BlilC4'IL__.— PHONE NO. : 200 Mill A�•e m South LIUD N0. ADDRESS _ Renton Washi_ M 980SS —BOND AMOUNT $ 16,000.00 _ Job Downptloe: EMERGENCY CONTACT PHONE NO. - Install 3710 feet of 2", 611 and 8" water main on the following: Mtth Avenue South from South 124th Street to South 122nd Street - 8" for 820 feet South 123rd Street beginning at 84th Avemle South and continue east for 180 feet South 123rd Street from 84th Avenue South to 82nd Avenue South - 6" for 390 feet, 2" 2SO feE Southt123rdd Placeefrom R4th4th Avemie Avthue South o 82ndth to 2AvenueouSouth - W' fore South - 611 350 650ffeet 2" 200 feet South 123rd Place from 941h Aveme South to 85th Avenue South - 6" for 330 feet RESNRATION TO INCUIBE: AT 84th AVENUE SOUTH - OVERLAY APRON 6 RADIUS INCUIDI% EXISTING "OPEN CUf' (N SWIM 122nd STREET 2. REPLAO: EXISTING AC SHOI.IUIER ON 84th AVENUE SOUM FROM "TOG LINE' TO AND INCIlIDTNG THICIOMD EDGE 3. SOU 123rd @ 84th AVENUE SOUTH - OVERLAY APRON AND itAU IM IUS 4. SOUTH 123rd PLACE - OVERLIY APRON AND RADIUS S. OPEN CUTTING @ SOUTH 123rd PLACE, SOUM 123rd STREET ON 84th AVENUE SOIRH TO BE DONE IN ACCORDANCE WITH KING COIN IT 'OPEN CUT " POLICY. n.H RERMrt Is aoP alNq�p,N,v RroNE a wAv oNLv OIVF ATE R M:IPY`.TP'R OR Mi FRT"N AN ON AkI Ft00ESCMA ftH aLt WLrt RGAG fDIT XTE I L 10N GNf Si HAVEAVEA MI EPOM 1NE"RE MAPSNALL all UNDE!1O OF Drt UIHry LMfTOHAVEMINIMUMOF THE aMlgWl OI Mi KING LdINT'ROPO ENOINFFP ESM aaa VMKJ•".b opIIIDIY a+m prvneglM,LpryJ1llOns ana I•qu"O"Im"le conbine0 ro ON, Ssls d,lOs of Gda;'ache Id eou1MY Ro•O 0.0• %-Iaadlvm,, cWO1 Roao AdMnM n1Na amld. All wp111o1M EOna In cnnlOrmMV•'nn mMltan,alarequl�ernenM d Klrp COUMVCa0a871.1321YIOI4Y.ga IlbpMlbnM p1aA bpOMCWa,nP!•adhgncaAMap' yPpldlp�m)alO gVIM'gMe,InlMaf:s an"G. .nIMIfMq!eM pIWN' ll alme MEd6mpHl1•al•rIMYM!IIdOn^'Ill lnegr•nba enallrgl MVl In OperilH!n NbVlllawa me rla!h fNrMn cM!Mef soya cease dn(l larn'In•Ir unla,s spBCIfIC rnnen IXOV1610M 0A IPb•our•Nrl•Vdl 0�PVHnalan Tn•undeelpnM.no vucceasm aM aeagne apron I!granMBlne aUlnw Derma.a dalnpA'wan ms plwwarM.carts�N�jQ IHdli,�ll mpecl�agruC dONld•ep1oMM dK!n.' ryl•In NMaIMd era Y maV•p01Y to any inlay FenGMaa gre^Mw eM•oOaGam�.ra uMw xnoN proseblw tMM 1 ywe0y an0 rqm,Intl mghl he alleded OV II ��.�r.1 HOLDHARMLESS I.fb!rrAM•eaaeapaalale asera Nlrpcoumy.a.a•n.ew�y._..�..aPL+a,wf•IlpayAe«n11M acanq wnnln Ine scree o11Ma Adaa N wcn,nMnl M ham•M agelnN••aWN.a1PW1d.Y10 gelae a•EM•Pam p outs of cnemdw.Inclatllrtq lrxreM aOeeealParoa.•re Mawaam.v«a.aa•'•MMPI..•wlnweoewon apala nl IrllRlea.Oaalh m a..mega a p,apeb aaeaq ow a Ine pamlfae Iwen d w ap.Iw1 eputllq flalll to aa•> Mminrm wra•a as aannn,allelp,•esaaplaaanlalNM $pMIWd App WM ' Amlcwron RroMaW—�I�iML��___—_Er'4Pp .—.-._sLLae��.Y IMIMI h•{�—� —•. .E��/�� T StnlmeY _ narm111E.M•e __.-1��-qM----'- ---� *P+rw{a{oro�nbeMe.aelseeepEaeaewGondbM eaaeael•pMawa•3mauaPIP Acd✓MN!•M-lour«Ill oea.MP+deeepolaalneMoacllonam•al•ebweorLOgWabPREu!AOMrrEha m.aloNc!wlllMrameursaaamecanh monm.. aodlUre p•IMINaNr•rParaObPae(14Y/'CVIdMf M2K101/0d881MS0.OWlNI!2�•M171ga•OaalaeYmngwby callurorogrvenafe'rnalasunrn lee assess^ al i.ma nwr Irspxiron Irma Chl•e•gaxMl!ne aCTIPee 2 All 1Mrtl alALce]raW,b W NG"d IX boW Eyceabne two W a+•dM a p•a•Oela IMI ela alp•u pMm!bKa d Pudk Waha OrM«•v namc a!•u Ia,Im 4qn•w naPlc coned«Iil lea m•ccolwnca anm me manlW gPlele]Nh nMk canna aswcae our a1.M+•no hlalaMe, s gepMebpa nets lVM ayll lad wes lamlrarlcn.arpdrlmx•minenum soul mCNKM•"plrnePao slMAclrp h.p cwuHaw 7'eNMaGWa'B'pMd•G•Ilbwlrl tagr!an 8 II Isms IaspprollaaMdmeryaawrollaHyaaulaMdMrcNw1!swa•clop•'bow'!•'•IrM^aucWGtr^vlslypyamWrydErne•PNugntMwbm•ne•amPan ace GII t 90q 562 ey){aBndM+m•MannbNMagldwlElPa14!abG•lan iMEwMuclq^EOwna�/�/.w�•r11a�Md111eWIMmlm<MondcaunN InsWan, ,orcdlsC In oalaP .�{ � iY�. �/S _e f/ ✓-���YraL•. Amawalar �� 4.{.r_(._�-/`.__..___.- _ .11 _ cwM.Ely.w _ Mvua/ outa• baAP�{{LIMGY11Pa'AMR1aNMIM'GMMOhgIeEY ifllw'I MMIR II�ap EHE 4 AWARDED__„ Contract No.CAG �TO . 14 BID PROPOSAL AND SPECIFICATIONS 84th AVE CO-OP WATER SYSTEM PHASE 1 REPLACEMENT WATER PROJECT W-427 CITY Of RENTON PUBLIC WORKS DEPARTMENT MUNICIPAL GURDING. 2qq Mill AVE S. RENTON. WASH. G8035 . tlgdi 235,2631 (Non-FNMA ly) CITY OF RENTON CALL F 84th Ave. � OR BIDS Co-operative Mate, Sy s(ec Replacement - p Sealed bids will be receiv Meter Project 44se 27 Room.CRenton office aid will be until 2:Oo P•m.. tlug'st II Mw,ic-pal Building, 2110 1,111d PubTAve. SoP tth Cad in [ %e2 C at the The work [o th flOor under this a Performed with-^ Onference sh and InsullselI include yu�^o�kl^g daYt edrI the date of car^can( Furnish be limi feet 6" water main, 6 fire hydra,,,,1.465 lineal street of shoulderyre stora Nonineal feet of The City resery all info,,.. Itles, the right to reject any and/or all bids and to waive any and/or 11 Approved plans and ecifica"Ons and form deposit Public S.OOe ss PachpartCltP Office4 at t of c ontract Mun lc lPalnt y be Obtained Posit lus S de each the Ren s ^'a obtain d't'on within unded to cover Building for a refunded, thirty days up°n return pe Plans �s`age, if mailed. Ys after bid opening. Th and SP�_ifi tion The e a, ling chars s in good con_A certified 9e will not be nd in aMU tt Of fs each Cb kd or bid daccoompany teach bihe d. of five PercentThe (5g) of the total Fail Practices and Non-oiscriminatlon Policies shall apply. "Cit Published: Y uer �✓ v i Record Chronicle: July 28, 1982 August 4, 1982 gaily Journel of CGM"rcn: AJuly 28, 1982 ugust 4, 1982 CITY OF RENTON 84'h Avenue Coo BID PROPOSAL AND SPECIFICATIONS DeraU ve Water System - phase i Replacement -Sueseary of F INDEX WO-427 Scope Of Work Practices/Aff-ir Irstruetl motive Action Prpgram Catl for Blds ro Bidder . City of Renton aCa rtif i<atio °M i,wr it Y and nWo Proposed Contr "Certification of °9 Business actor/Subcontractor/S�Ce rtification pf EEO Report Fnterprlse Party pat( uDPiier/ref. EEO Coll Bidder's on Plan on Non- union Affit °Certifi Affidavit motive Action M lnimumcWa 1pn e° Assignment or +� r tpt oDosal Form porm Antitrust Claims to Purchaser °Schedule of prices onfr,e tAe Cit ty of Renton EEO Com greement nvir Onment Special Prp a,eRegu at i on List le Form and Instructions Technical p sions 9 Detail Sh rovislonS eets/Standard Documents marketl t or Se above n the e, cfetary if e�eculed by nt dloc umen�orpo rat ion eminutes n oh Pi been nduly loaf'he Contractor All president and Vice- en Per must establishing this authority must beexecute SContracts Siagned, attached by [o the bid CITY OF RENTON Public Works Department Renton, Washington o8055 L'Ir.r or RfirOX or ADOPTLD Nr PAIR PAACTICes POLICY rho polioRfSOLU?ro# NO troat"Ity of the Cie 114O Rent oPPor and to+ui eey Of R°n too all -n to 0 all Phi• calrsens°rottonal oripPN Par troga+oandoto zaless osand afford e quaz oppo al,s tAl Y and ZL•Dr bORoe,daon handlaOpPrar•ncs ofof +oneed-cot r. f°d•r ♦tat ffz rRO tiu tho P+in Se; _ Renton r,Sa LI adhere lto aeh�afolZoA3l gdePaI!,•'lion °�e4tL ZenPt Ywented fNPLL in gui .tm, I f z forth Rant suc PRACTICES g it Zines:o he City of or nPere hall be oepjtdac l',,ion 'n• relating to C amp ue C bfdC b es enyorns tiu ° s e , s "eu. a 'doua e Ofr a�G id onto' and he !III ContOnA71O.Y 47TAY and Cs zb £Rployes.phi ngton'S,a,, 00 mni ek aCe organColo A1u l'Y ax OACAXI'A TICRS e Pport S APP Y in eRp layRentpronoE♦ fairorgana cation City o" r°Pr4en rOgrave•y�� pRJ RAK _ pr`C•scrs an If aZ tat ��e '�T The re 4Qf °inP Zo son Within th ain tainvd to P ty or neon oneq". ft. t .... es basout th1 nPo Jici u°'r all°Cot1 Po fe srha2 to a°sureb is us ewp lob van. rrt far th y''h eu[de y e�`:eZ Z nd the se ou nderp�pR:.te sgfaan bh eearRQe ehed by Ali�o us uePioyoee IIl CC.9T rr r' n'ed.uhiC a Arc tact Action Conn�Or r on rupp Ax ere oS. DBCtCATtO.V •d c/Qss of e,p Zo for ! e Affi rwQ a+s On OZ. #crib, * with aths oiboontraotore 'a ti I. ha Zl copieeaPPsaZZ, r of t sun P°Ixcb ehaltn Propr4'.got forth by 40 slaw rand 1 tha,dty of nNO.- NO.- bid foci Zi tier.cnd aho.'L Ob' Pro,on ddc zu nun tat aO a1Z Cie • c CONCURR neZY disp toyed on of he City ZOyo•r this fD 2�Y Cho City Council o in aPPropriate ncity sng CITY D> Af`O dab' of f � Ci ty1D Renton, parking tong �a�hhet R£NTpp CITY COUXCIL: Naycr Atlas': Mi CouneiZ President 7; -/ 2s E. Ravi July 10' 1972 " wary 9, 1976 CITY OF RENTON 84th Avenue Cooperative Water System Replacement Phase I Water Project No. W-427 SCOPE OF WORK The work involved under the terms of this contract document shall be the full and complete Installation of the water system facilities as shown on the plans and in the specifications; to include, but not limited to, water mains, fire hydrants, water meters, blow-off assemblies, valves and appurtenances and complete restora- tion of all surfaces and existing underground utilities. All work shall be as set forth in the design drawings and specifications. Any Contractor connected with this project shall with al Federal, State, County and City Codes or regulation applicable to such work and perform the work in accord- ance with the plan and specifications of this contract document. The Contractor will provide construction staking in the field as performed by a Professional land surveyor. INSTRUCTIONS TO RIDDCRS I. Sealed bids for this proposal will be received by Me City of Renton at the Office of the Renton City Clark, RMton City Nall, until 2:00 o'clock p.m., oo_Ihe date soeciffad in the Call tot Rids _ 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 met for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done 1s shown on the plans. quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to ellminete portions of that work as deemed necessary. 1. Plana may be examined and copies obtained At the Public Works Department office. Bidders shall satisfy themselves ss to the local conditions by inspect onof the site. b. The bid price to. any item must include the performance of all work necessary for completion of that item as described is the speciilcations. S. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to wsiv. inform- alltlea if it is deemed advantageous to the City to do so. 7. A certlfled check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton 1n an amount not leas than :Y of the total amcunt of the bid shall accompany each hid proposal. Checks will be returned to unsuccessful bidders immediately followinR the decision as to award of contract. Ihe check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond co4ering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. B. All bids must be self-explanatory. No opportunity will be offered `or oral explanation excePt as the City may request further information on pact is saint points. 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to Satisfactorily perform the work. 10. Payment for this work will be made In Cash Warrants. OF RE CITY OF Only) ' NTON 84[h Ave. Co-.Peretj Cit` L FOR tem Seal R Water bids ill b city RoomC genrton Munlce d will ater b tial Je P.mh42) 1 S• The P. under Othis con[Per ormed rh thlnrk to be • 90 OOpeneNill dAve. [A reed) in the th Floor Co at the nference 61,rniswath and ma ln,�sb afir 1,46511 an ude,�b not be gl tm�tedr , tine date of co^mencement lineal e hYdrancs, St reef nand,s water houlde r�resto rat, meal lee[ of The City reser all Informal it;es, the right to reject arProvrd Plans and specifications Pectficati any and/or all bids and to waive any ane!or d s thepuband for, deposit oflic P Contract eac set t the Rento d ork otl refunded. nb5 dhuPon tneturlo 4a�D�fto CoverNun acipai n8ui�eY be obtained t ionUS PO t Cr a ns age. if a^'oun tified check or days after bid opening PlThe ma cling char at ecific omai 9^dgood hcon- J t Of each bid must bid char bond In the mount 9e will not be d. Ive The City,, Fair Practices and Non pascr m'nationf Policies Percent hail apply, of the total +PPIy, Published: C�tY Clerk tom. Record Chronicle: July 28, 1982 Dail August 4, 1982 Y Journal of Commerce: JuIY 28, 1382 august 4, 1982 �ll�t✓" 2- CBBTIPIC42I0P By PROPOBBO COMPBACTOR, B(BICOMTRACTOB AMB SU'n BR M MWIRG Bpolu, EIVI/ST1ORT OPPOnin, l o-TIiI��ontraceor ro set at IRBTRUCTIOO This certification to required puranant to Palatal Bm,,otiom Order 112e6. The implementing also and regulations provlde that sey bidder or Prospective contractor, or aiy of their proposed r•ibgo,.'rectors and suppliers, Mall state as en initial part of the bid or negotiations of the contract whether act hs participated in any previous Contract or subcontract subject to the equal opportunity .laoemf and, if Re, whether it has filed all compliance report gum under applicable instructions. The City has heretofore adopted Resolution 2340 under data of .funs 2, 1980, amendinq a 'Fair Practices rolicy,a as iepleen"tad by an -Affirmative Action ProgrW therein aaendinq the policy of the City of Renton to promote and afford equal treotarnt and service to all Citlrone and to assure equal SMIGyrn e7portun:ty based on ability and fitness to all persons ragardlesa of race; creed, color; ethnicity. national origin, es.; the presence Of A ;can-job-related Physical, sensory or mental ha^dlcap; aqe or marital status. This policy shall likemise apply to all contractors, subcontractors and suppliers conduetmq business with the City of Renton who in turn shall •(fire and subscribe to sail practices and policies. The aforomentiooar. provisions Mall not apply to contracts or subcontracts for standard comesrclal suppliers or raw mat estais or firma or organisations with less than eight employees or contra^ts of lees than $10,000 business rer annum with the City. Wes the Contractor/Scbcontracturl Supplter (hereinafter referred to as the Contractor) is required by rho City of Renton to suhait an Affirmative Action Plan, the minimum acceptable peacentage of minority employment will be that percentage which is currently listed in 'Appendix I- (City Of Renton Goals and Timetables) In the published City of Renton Affirmation Action Probe". i.e. 9.1%. This Program it available for review at the Municipal Building. The )mdersigned contractor tterefoie covenants, stipulates and acres, that during the Performance of this contract he will not discriminate against any person in hiring promoting, discharalna, crmwn- sacing or any other term or condition of emplcymant, by reason of such person', status, rofer.nu the (11) categories "at" in pare. 2 above. Contractor further agrees that he will cake affi restive and continuous action to insure full compliance with ouch policy and program in all respects: it being strictly understood and agreed the failure to comply with any of the terms of said provisions shall be and constitute a material breach of this rcntract. Contractor shall, upon request and/or es soon as possible thereafter, furnish unto the City any rnd all informal too:, and reports regoi red by the City to determine whether full compliance has been made by the contractor with esid policy and pr Irem and contractor will permit jocose to his book,, records and accounts by the City for the purpose of lnvestlgation to ascertain such Compliance. Contractor further acknowledges that he has received a true and conplele copy of the City'. 'Fail Practices Policy.- ontract enti car on um-�-- CERTIFICATION BY: CONTMC'^r _ or SLRCONTRAC:OA or SUPPLIER _ NAME: ADCPESS: REPRESENTATIVES: _ TITLE: _ PHONE: 1• Contractor/Subcantractor/supplier has particip-ted in a previous rbntract or subcontract sub)ect to tee Equal Opportunity Clause: _Yea _No 2. Compliance report. ware required to be filled it connection with _yes _No such contract or subenntrre 3. Contractor/Subcontractor/Supplter has filed all cnmpltanee reports due under application instructional _Yes _No e. If answr to item 3 15 'No', please explain in detail on reverse side of this certification. CERTIFICATIOB: The information above in true and complete to the beat of my knowledge and belief. --lTsme a it e o i9ner Pease lyres or print gnatura a!- Reviewed by City Authority: ,.. Date PARTICIPATION CERTIFICATION: M NISpRITY BUSINESS EN1'ERPRIS13 (MBE) and WOMENS' MINORITY BUSINESS ENTERPRISES (WMBE) (BUSINESSES OWNE:. AND OPERATED BY WOMEN) The Cantroccor agrees to use his best efforts to carry out a policy in the ward of his eubcoetrteta, agent Agreements and procurement contracts to the fullest extent to utillre minority business enterprises consistent with the efficient Performance of this contract. As used in this contract, the term "minority business enterprise" means a buslness, At least SO percent of which is owned by minority group membere or, in the case of publicly owned businesses, at least 51 percent of the stock of which in caned by minority members. For the purpose of this definition, minority group member , are Women, Negroes, Spanish Sneaking Surnamed American persons, American Orientals, American Indians, American Eskimos r A American Aleuts. The City will consider sworn affidavits presented by subcontractors in advance of contract award as one means of establishing minority status In accordance with criteria cited above. To be eligible for award of this contract, the bidder must execute and submit, as a part of the bid, the following certification which will be deemed a part of the resulting contract. A bidder's failure to submit this certification or submission of a false certification shall render his bid nonresponsive. MINORITY BUSINESS ENTERPRISE CERTIFICATION _ Certifies that: 'lame of Bidders) (a; It (does) (does not) intend to sublet a portion of the contract work and (has) (has not) taken affirmrtive action to seek out and consider minority business enterprises as potential subcontractors. (b) the contacts made with potential minority business enterprise subcontractors and the results thereof are listed below. Indicate whether MBE or WMBE and identify minority group. (If necessary, use additional sheet.) MBE Min. Cr. WMBE 1. (Name of Fire, Bid Item, Result, of Contacts) El ❑ 2. ❑ ❑ 3. ❑ ❑ 4 ❑ ❑ S. ❑ ❑ Mr.!Ms. has been designated as the 11afaon officer for the administration of the aiwrlty business _nterprise program for this firs. CERTIFICATION OF EQUAL BWIAYNM OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub- contra,_,s subj-ct to the Equal Opportunity Clause and the filing of Required Reports. The bidEer _, proposed subcontractor hereby certifies that he has has not _, participated in a previous contract or subcontract subject to--tie equal opportunity clause, as required by Executive Orders I0925, 11114 or i1246, and that he has , has not , filed with the Joint Reporting Committee the Director oTtAe Office -oTTederal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due cinder the applicable filing requirements. (Company) By: (Title) Date: Note: The above certification is required b) the Equal Employment Oppo-.tunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and east be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-i.5. (Generally only .ontracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) 4 the only report required by the Executive Orders or their implementiub egulatiuns. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.1 (b) (i) prevents the award of contracts and subcontracts unless such contractor submits a report covering the deliquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of labor. CERTIFICATION OF BIDDERS AFFIR11AT1VE ACTION PUN BfddBr is to indicate by check-mark which of the following statements pertains to this bid package, and is to sign the certification for that specific statement: a) It is hereby certified that the bidder is exempt from the City's Affirmative Action Plan requirements because: "Average annual employment level is less than eight permanent employees, and the total contract amount with the City during the current year is less than $10,000." Company Date BY: -- Title OR b) It is hereby certified that an approved Affirmative Action Plan is on file with the City of Renton, and that said Plan specifies goals and timetables which are valid for the current calendar year. Company Date BY: Title OR c) It is hereby certified that an Affirmative ACtitl Plan is supplied with this Bid Package, Saii Plan will be subject to review and approval Z)y j the City as a prerequisite to the contract award, and it includes: 1 1) Present utilization of minorities and females by job classification, 21 Goals and Timetables of Minority and Female Utilization, and 3) Specific Affirmative Action Steps directed at increasing Minority and Female Utilization. _- - Company BY: Title tj OR d) It is hereby certified that an Affirmative Action Plan will be supplied to the City of Renton within five (5) working days of receipt of notification of low-bidder status. Said Plan will be subject to review and approval by the City as a prerequisite to the cont*act award, and it will include: 1) Present utilization of Minorities and Females by Job Classification, i 2) Goals and Timetablaw of Minority and Female Utilization, and 5) Specific Affirmative Action steps directed at increasing Minority and Female Utilization. Company bit* BY: Title yC46" NON-COLLUSION AFFIDAVIT STATE OF NASHINGTON 1 COUNTY OF ) SS bei g duly i who nsubmitted to dePo;es andgenu ;a de nee and not the nm oforegoc011usop sal tortb d, and that identical Per'_ behalf a is d ent has nor in t air not therei tl in n na made id, and n the in at such bid is on terest or. urther On or 'cited any oees nPerSema erksoughto bre ain f P bile a sham lid.hpr that andder on not POrati < tc other anY advantage over to then Biddecurer or t h imse I f I and that Poreto Other SIGN HERE: Subscribed ama Swor lg n before me this �. day of 1 No rat Py ub it to an or tie State of residing it therein. i i 1e11aw CERTIFICATION RE: ASSIGMyE?4T OF ANTITRII;1 CLRIMS TO PURCHASER To THE CITY OF RENTON RENTON, yASHINGTCA: vendor and purchaser r, overcharges resulting cognize that in attual ic ally rOM to`Dur ha sere by the Purchaser1trTi�rust vio lations ca re nin act Lice any and all afore, vendor hereb and materials Purchased claims for such overchar y assigns except a in connection Sea as to goods s to overcharges resultingWith this order n I establcommencing after the date the bidV. antitrustationstract, shi ng vendor'warr nthe under this order or'other event Price quotation, subcontractorssand represents that ea or �.ontract. In addition, subject to the shall assign any and all of' f ois suppliers and aforementioned such claims to Purchaser, aser, ame o rg7ect Name o Oi er skirm . --3ignacure of ut or�zed ep resen tative o Bi er yeilo,.� MINIMUM WE AFFIOAVIT FOR)! City of Renton COUNTY OF ss i. the undersigned, having been duly sworn, deposed that in connection with the Derfonaance of the t Will , aaY and certify Day each classification work of this project, employed in the of laborer, workman, or mechanic rate of wage Performance of such work; not less than the qe or not less than the a,inimum rat prevailing in the pri^cipa' contract; that I have read the Of wages asfspacified statdnent and certificate, know the antents substance cs foregoing set forth therein 1s thereof and the l true to My knowledge and .,elief. 'worn to before me on this Subscribed and "� 19 day of _ 1 o Or t ftyrY u c n an i ashington t ate +i Residing at f d BID BOND FOfe1 Herewith find deposit in the form of a certified check, cashier's check, cash, or W bond in the amount of f- which amouht is not less than five percent of the total bid. Sign Here BID BOND Know All Men By These Presents: That we. _ as Principal, and as Surety, are held and firmly bound unto the City of Renton, as Obllgee, in the penal sum of Dollars, for the payment Of which the Principal and the Surety tind themselves, their heirs, executors, administrators, 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 terns 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 terms or said proposal or bid and award and shall give band for the faithful performance thereof, with Surety or Sureties &proved by the Obligee; or if the Frincipal shall, incase of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF ly ____Vr nc pa urety 19 Received return of deposit in the sum of f ` C l�k PROPOSAL TO THE CITY Of RElfiOh RENTON, WASHINGTON Gentlemen: The undersigned hereby certif— that — has examined the site of the proposed work and he_ read and thoroughly understand_ the plans, specifications and contract governing the work embraced in this improveamnt, and the method by which payment will be made for said work, and hereby p^opos- to undertake and complete t�* work ambraced ii this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, svecifications and contract and the following schedule of rates and prices: (Hot*: Unit prices for all Items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) Sigrature ! _ }t Address Names of Nembers of Partnership: 1 OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With lain Office in State of Washington at SCHEDULE OF PRICES (Note, unit prrcas for all hear, all extensions and total aaount of bid rust be shown. Show ,it priros in both Words and figure, and Whera conflict occurs the vrltton or typed words shall prevail.) ..gym.. ITEM APPROX. ITEM WITH UNIT PRICL., DID UNIT PRICE AMOw7NT V rQUANTITY unit rr.ces to be Written in Kurds DOLLARS C'I'S. DOLLARS CTS. —NTI — 1. 1.465 I.f. Furnish and Install B" Ct52 Due tile Iron Pipe Per i.f. Words Figures 2. 1,774 l.f. Furnish and Install 6" C152 Ductile Iron Pipe (TJ) Per 1. . 3. 720 Tons Furnish and Install Select Trench Material Pcr Ton 4. 700 S.Y. Furnish and install Asphaltic Con- crete Surface Restoration Per S.Y. 5• 900 Tons Furnish and install Crushed Rock Surfacing Per Ton 6. 6 C.V. Furnish and Install Concrete Blocking Per C.Y, 7. 7 Ea. Furnish and Install 8" Gate V�Ive Assembly Per Each 6. 5 Ea. Furnish and Install 6" Gate valve Assembly Per Eaw.h — I+ SCHEDULE OF PRICES fnote: unit, prices for all items, all extensions and total amount of bid must ba shown. show un:t prlosa in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRIG AMOUNT NO. QUANTITY unit Prices to be written In words DOLLARS CTS. DOLLARS CTS. 9. 6 Ea. furntah and Install 5-1l4" HRO — ---Iw_ -- - -- Fire Hydrant Assembly Per Each 10. 4 Ea. I Furnish and Install 2" Blow-off Assembly Per Each II. L.S Furnish Field Construction Staking Per Lump Sum 12. 35 Ea. Furnish and Install Service Connections Per Each 13• 50 Tons Furnish and Install Asphaltic Con- crete Surface Overlay Per Ton 14 20 Ea. Furnish and Install Retap of Existing Service Per Each Bidder agrees to perform all the work described in thu CONTRACT DOCUNCHTS for the (allowing unit prices or lump slum. SCHEDULE OF PRICES NOTE: Bids shall include sales tax and all other applicable taxes and fees. (Note: unit PXA( , for all items, all eatenaAo .end total amount of Lad Gust la..- shown. Show unit pricea in Jx h woru, and figrures and WlWrr W114et occurs the written or typed words shall prevail.) ITEM APPROX. I ITEM WITH UNIT PRICED UnD, 1 UNIT PRICE I AMOUNT NO. QUANTITY run4t Traces to by Written in W"ds) DOLLARS CTS.1 DOLLARS CTS. Subtotal 6.5% Sales Tax Total TILE UNDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION NOR[ ON THIS PROJECT, IF AWARDED HIM. NO LATLR THM TEN (10) DAYS AFTER FINAL EXECUTION AND TO COMPLETE WITHIN �'"ty (90) WORKING DAYS AFTER STARTING CONSTRUCTION. DATED AT Tills DAY OF 1p ACKNONLEDGFafENT OF RECEIPT OF ADDENDA: No. DATE No. DATE Nc. DATE No, DATE SIGNED TITLE N41L OF COMPANY ADDRESS TEIEPIDNE CITY OF RENTON STATE CONTRACMKs- BUSINESS LICENSE I LICENSE a BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned i as principal, a_ and existing under the laws of the State of corporation organized as a su Corporation, and qualified under the laws of the State of Waahington to rety become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the ponal sus of f which sum on den ou and we bind rselves and our successors, t eirs,for the padminis-f trators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at __, Washington, this day of ,lq Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance for (or Resolution) No. 2295 providing which contract is referred to herein and is made a part hereof as—though — attached hereto), and WHEREAS, the said principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and material, men, and all persons who shall supply said principal or subcontractors with provisions anG suppplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by of any carelessness or negligence on the part of said principal, reason of contractor in tht performance of said work, and shall indemnify and hold or any the City of Renton harmless sub- from any damage or expense by reason of failure of performa.�ce as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. APPROVED as to legality: Approved: 1 of CONTRACTS OTHER THAN FEDERAL-A70 FHWA THIS AGREEMENT, made and entered into this . day of , 19 by and between THE CITY OF RENTON, 6ashington, a municipal corporation of the State of Washington, hereinafter referred t0 as "CITY" and _ hereinafter referred to as "CONTRACTOR". W I T N E S S E_T 4: 1) The Contractor shall within the time stipulated, (to-wit: within 90 working days from oate of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and ser- vices �'equired to be performed, and orovide and furnish all of • . labor, materials, appliances, machines, tools, equipment, utility and transporta- tion services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. W-427 for improvement by construction and installation of: _6" and 8" Watermainy and Fire Hvdranta in 84th Avenue South cooperative Water System Replacement --Phase I All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and spec- ifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished Contracts other Than Federal-Ald FNMA 2 of and the construction installaxion performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all require- marts of or arising finder the Contract. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, All of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. at This Agreement b) Instruction to Bidders c) Bid Proposal d) General Conditions e) Specifications f) Maps and Plans g) Bid h) Advertisement for Bids i) Special Contract Provisions, if any 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his Legal and Did Documents 16 Contracts Other Than Federal-Aid FHMA 3 of 7 subcontractors should v;olate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Lontract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration * said ten (10) day period, cease and terminate 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, thxt if the surety within fifteen (15) days after the serving upon it of :uch notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice., the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. l) The foregoing provisions are in addition to and not in limitation of any other rights or rewedies available to the City. Legal and bid Documents 17 Contracts Other Than Federal-Aid FNMA ! of 7 S) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly Indemnify same from and against any and all claims, actions, damages, liability Of eve.y type id nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indem ificaa on provision shall likewise apply for or on account of any patented or un- patented invention, process, art'clr or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provide i , this Contract. In the event the City shall , without fault on its part, be made a party to any litigation comnenced by or against Contractor, then Contractor shall proceed and hold the C!ty harmless and he shall pay all costs, expenses and reasonable a•torney's fees incurred or paid by the City In connection with such litigation. Furthermore. Contractor agrees to PAY all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcenwnt of any of the covenants, provisions and agreements hereunder. 6) Any notice from one party to the other party under the Contract shall be In writing and shall be dated and signed by the party giving such notice or by Its duly authorized representative Of such party. Any such Legal and Btd Documents 18 Contracts Other Than Federal-Aic FNMA S of 7 notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, c-rtified or registered mail. 7) The Contractor shall Commence performance of the Contract no later than 10 calendar days after Conrroc, final execution, and shall complete the full performance of the Contract not later than * working days from the ;ace of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of as liquidated damages (and not as a penalty) for each such day, which ' shall be paid by the Contractor to the City. S) Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects es heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be Contracts Other Than Federal-Aid FHWA 6 of 7 obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the i City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the Cit) from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firers performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in 'aragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The total amount of this Contract is the sum of which includes Washington State Sales Tax. payments will be made to Contractor as specified in the "general conditions" of this Contract. Legal and Bid Documents 20 Contracts Other Than Federal-Aid FWWA 7 of 7 IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR CITY OF RENTON >resident artner net Mayor ATTEST: Secretary City Clerk d/b/a irm ame Individual_ Partnership Corporation _ A Corporation Rate of .`incorporation Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a Copy of the by-laws shall be furnished to the cit, and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETJRSHIP, the name of the owner should Appear followed by d/b/a and name of the company Legal and Bid Documents 21 l�lS is J,44- i5T F�C vF 'ftiu R?ackasc, RE UIREMLNTS FOA THE PREVENTION OF ENVIRONMENTAL FOL CES In accordance with the provisions of Chapter 62, Laws of 1973, H.B. 621, the Contractor shall secure any permits or licenses required by. and comply fully with all provisions of the follow- ing laws, ordinances, and resolutions: Kin¢ County Ordinance No. IS27 requires Building and 'and Development�v7$ion and Hydraulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design stand- ards to be incorporated into project design by Engineering Services. Reivew by Hydraulics Division. Kiln County Ordinance No. B00 No. 900 No. 1006 and Resolution No:Bf78-17o—TaSSfN6 T13T�NO. an o. IZ4Z Contained n King county coca vitles a and I are provzs ons or disposi- tion of refuse and litter in a licensed disposal site and pro- vide penalties for failure to comply. Review by Division of Solid Waste. Puget Sound Air Pollution Control Agency Ra�ulation I : A regu- atzl—ion 20 contro tfie emzsszo—n o� azr con;au pants rom all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in aCcordance with the Washington Clean Air Act, R.C.M. 70.94. WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 1$-02: Requires operators of stationary sources of air con[am.nants to maintain records of emissions, periodically re- port to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. R.C.N. 90.40: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protecting of wildlife, birds, game, fish, and other aquatic life, and the industrial development of the State, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of SS,000/day for each violation. R.0 W. 70.95: Establishes uniform statewide program for handling so z w� which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. Legal and Bid Documents 22 AP" STANDARD:PECIPIGT:OMS CITY 01 REMTM SPECIAL MMISIOM TARDARn SPECIfIG_I�N . the Stmreard SOtcifications for Municipal Public Wrks Construction proarmi by the Washing- tan State Chapter of the America, Public Yorks Association, 1981 Edition, %hall be here,"- aftt• -eferred to as tnt -SUMAIC Spec4ficati0nt- are said specifications together wit, the 1OWS of the StAtt of Washington and the Ord'AaKes And Chart,, of the City Of Renton, to far As AOO;1UDl t. are hereby included in the" spacift"tian5 As though Aabtad in their entirety And shell apply fmcect as Aghep or "ww" by the Special Provisions heratn. A copy of this, Standard SWIticatio , an file in the office of the Public Works Cirtt Tor, Munitiw' Wilding, Renton, wining;, ,. AS, mere they My be fmAml.ied and consulted by a,y interested party. sent"ever ryfprtncp it made in tnt Standara 5"CHicatiO,s to the (inner. sack reference mall be coastruad to Mar the City of certon, $,a ,Here rNtrtnce is made to the E191,ter, such referee shall be Cdnitrata tb mean the DirKtOl Of Public W,,ss. City of Renton, or ,iS dv'y authenetd rtpresentativf. MOTE. Tnt Spec,Al Provisi Pns hereinafter contained shell pa in aodi.,on to 0, shall Supar- sedt P'O"%'O's of the Standard Specifications in conflict therMitr A':'::$ ""dmgt to parts. sections, -VMS. Articles and tubarticl" are inserted for convM,enCe of reference Only and 5he11 het affect the interpretation of the cortract documents. H ;:•. 1 1•L - - Act of Clod 'Act of God' MArS a, earthquake. floe, cyc'a" Or Other cataclysmic phenomenon of "t"t. A &,,. mJndStom. nig, water or Other natural pMnda4W Of UNAwa1 intensity for the "tci- f;C locality of the Mrs, Al co night reasonably Mre Omer anticipated froh historical records I f the general locality of the wars. shall not ad construed As an Act Of God. 1.1.57 - Shop Ore.!", The thaw "Shop Drbings' $hall refer to the pictOHAI description tf the details of proposed Mae•,e'S' "''patent. Nthoos of inttallAtion. Or other o0hetructi Or. prepared by the Con- tryCtD•, a tattCntrector Or a M,ufactv"r And submitted for the approval of the weer. Or Wei W'#.@ the ten "Or Cull!' is used herein, the -MMr, or the Omer On recomMndetlpc of the Enq'"H sha'i of the safe Judge of the quality and suitability of the proposed substitutioc. 1•113 - Apprcral The teH 'Approval" shall Man approval given ty or girt, PrOparly can the OMalf Of the Other. ' CUryj a RrNiOh, 'UFC:AL ►j YD 4r0pkr5Cs FICA rI* 7104 ' BID ►R -l.a.- hair er mrs on 7 i the efeto be a,fer f►)en milly ffi the' "IC^wa�M utryl4' OeOyctf ^etl0^5 en0 s�it[�oI y��''�ff e suesurf�co CO^Oftte fr►► 5Y1Dt of atipn0 CO"t)us Contra,' I" to,^rezt'gotl e'W tMiI Ice Co^a•�aint.i�i AS to thInd e near to t,5lpa�ee ry""ete. lei ce�of s.h'Mn /nc 1u0e50On5fbf?I InD 11��,�Iti tp�y Yterle)z r'eoorts or e0 •rent tae et tee OH f) tO9+trec[u.O 1' tM c4'b, Sm) "Air bre eff'he Oflff. ►sD)I�t� soil CftlIop r.Dortesc�O1 QI�Down,,)etba OMrfec aet4frr logs I. cf if... «oi f'erih�hc,C 71i) Bui Veto f el eea Oy a;trot tbidseo ejroe°tn0 CnOaleal'ronr,e^4aa e Of th stlyp"O sEne'S. f r Bids. Rfn tOt C,4 Of t5, on 0 0 Oi, asnin9ton. �.t )ashingto^ 1:00 Nc)OU C*ilia thtth e O♦tne Citr 1 • Is' a oft, � ?Qf nO OI cr _ of ids at acce0te0Ont.et e111 be asec Or, total tb Of ell Schedule, Of Or1 CeS. Aid Dertiel 6i0s CITY Of RENTON A►WA STANDAWO SPECIFICATIONS SPECIAL PROVISIONS b'.OS - proc nary and p Ot St b the Contrlc ter Any Questions &risin p atwRn the inspector AM tof contractor Or Mf tupenions ore Of COreyn AS t0 tnt NShall eii intent of any pat: Of the ►lent on f the Public W rk any 'OrtOrthiss rornt, taail be taeadtetely brought to the attention of tee public Yorks Dirac. Wresanta ti Wei Ion intfrpretatlon and adjustment. 11 wrrantm. Failure on the part of the public Yorks Direr tar or his representative to discover and COnderr Or reject improar, detective Or inferior Work Or materials, shall not ha Construed as an acceptance of any Such work or mterial%. Or the art of the laprovehant Ia SOON may have been ut". rhirn the TO prevent Oltputts and litigation. it IS further agreed by the parties hereto that the putlic Works Director or his representative shall detennlne the gaM f ity and quality o the SfvtrAl kinds Of work embraced in these inprovaments Me Shqua tittdm all yutstto ns tions. relative to Me emnutlon of tn< work AM the interpretation of the plans old Specifica- In the event the COntra:tcr is of the opinion At will be denoged by such interpretation, he Shall, within three (3) days, notify the Engineer and tha City Clerk in writing of the ant i Ciliated nature and amaunt of the donna go or Canoga%, Time is of the afsmce to the giving of such notice. In in* &want an agreement cannot then be reached within th " (0) aye. tha City alb the Contractor will each Appoint &n arolttitor &Ad the two she 7 Select a third, witnln 00 days thereafter. The findings and decision of the Bard of Arbitrators shall to final and binding on the parties, unless the aggrieved party, within ten (10) days, challenges the findings and decision by Serving and filing A petition for review by the Superior Court Of king County. Ye 9ton. The grounds for the pe cition for taview are liml too to showing that the ! findings And decision, +� I. Are not responsive to the out,"'OAS Submitted; T. is contrary to the tennS of the CarlreCO or &ICY CmpOnant therm f; j. IS arbitrary And/or is not af&C upon the apt l icoOle facts and the It. controlling the "$JOS fubritt" to arbitration. The Board of Arbitrators shall support its decision by setting forth in writing their find ings And conclusions based on the evidence adduced at any such hearing. 'no arbitration shalt be conducted in actorance with the statutes of the Slate of w&shington .no court deniSions governing such procedure. The costs Of such arbitration shall be borne equally by the City and the Contractor .,nlesf It is tnt Board's majority opinion that the Contractor's filing of the protest or action is Capr Ous or without reasonable founOA tl on. In in* letter case, All costs Shall be borne by the Contractor. The venue Of any suit shall ere in king County. Washington, and 11 Lne Contractor is a rbn- reiotrt of the State of Washington, a Snell d"iphate an agent, upon Mier process may be Served. before L"elCing work under this contract. Use Of Nater167S found_ on the proect .11 Salvage material ai noted on the plans And taken from any Of the discarded facilities shall, at the Engineer's discretion, be carefully Sal aged and deliver" to the City Yprd, All Salvaged water mains, fire hydrants, valve: and appurtenanclS. C&tch basins, 3COrei and ftritary kinhole covers she be Salvaged and delivmm to the es Yaro, Any cost •ncurr" in Sil•Wging and delivering such dent Snail be considered incidental to Mt project And no compensatfm ill be rude, 0.1.11 - Weste Sites All "teriAl designated by the Engineer to be west" Shall be hauled, dumped, I the locations Selected by the Contractor na Spread at The ( dad innthis act only htvr aeCOnSideredi tot" incidental Obtaining to his o:n�,, isms Of work AM M tAkfurtMr coepmsatlon will be df In* route tak" to to waste Sitt shall be enintained SOlely by the COnt'RtOr in a m&nnef as Its- ..d C. >. C:'i or ACRTD+. A►" STAhQW;. $0'CtfICATIWI5 S►CCIA1 ►RCv1S101:5 S[:U S S-i.CS � Plans and YOrAI DrUrl , The COntrRto• Mat' dS. %Ch a17 - MOS. s0atlfiCatid ,. dbe,,,,tlw CAW, tertl fi sites. " the1, [tuft M[hOda, {C1" 411, and aYrwfg WrN'f iMbYCtipns as 1Deoif'Callr rMwed In the COnjra tt OOCYh!njt, aM atl CLM1lr 1n10nMdN as Yr rafona0lr Oe r v,"d W ii'o ' ftratt a Ir that the YWrialf and toul"mt W be furnl3had aM the wethOdi of tdrf CdwC.tr with the DrOvlslans aM intent Of the S"C1HAat10hf and dradngs. If the 1nlorq Uon Mott anA ".let,*,. from tM MWACt re orewe,ts the Contras for sM11. by a ftatawOnt in tatt�q Ior�arrinS the IMOrwet tOr, Wift the Cnpin"r of the d@"Mtidn and 111, the "Aso tMrl. f. CITY of AMOK APWa STUDAK SPECIFICATIGM SPECIA, M109Is17iS SEtT:p. 7 2.1.0: • start Lln b. If all item in this contract an 6 Dart of the construction of a public tap teprprneent as "filed in Dull 111, Ieswd by the IsCin Tea Division Of the State of YashingtOh. the rndr Is tarot •Toe tha payment of later to on $11 Item. The Contractor Mall include in ,II "It pia prices any corotnaatieg tar that m%t be al.' sou Sutlon 7.1.09 of the Standard Spatificat,ors It this Project is otnr the, a peak food construction, the wa%hington State Sae$ I,. hull only an pa a Separate bid two 7.1.04 • Sanitation SaritAtip• facilities shaule be on"om: in the ,to of to, field off,m A! .�*,M Iht Wrec it walling Access. parkin and canitav oe facilities $Aall be co's'lonso 1nci• arts: to LM project and no comawlatlon &boll he "t•, - Lad LHits All M%On vMtclet Of the CMtraoto•. SW"ContraCLby, Aed 10PPliAre Shall Strictly saner, to Cn A6.Ad Of the motor Yehlcl• Laws of ten State Of WsningtOl 0961 Edition and ame&- ants therat) in rt9ard to tits, Night. and 1ea01 of "to, •enichat. earn•; will rot be waae for Any "Urlal that 11 Delivered in excess Of tha legal Wig.! for . Ion the eMicle 11 lit"s•d. Any gross violatlpr of Matt regulation% &hall pa rfpprted to the Affected law enforCfnP: age-t. The Ce•tranor Is to Cornish to ant Public Yorks Director A listing of all haul vehiclel Ys•c Or o"s orcj•tt, listing the •Nicit A~r, license nur:oer, tare weigot and Ilcensec Ind. lnrits. 1_I.QL�WAUI Tha P-tWlilrs ,Ate of "gel to of pal* to ell WhAssen, IAp ,m. 0, rothahics "Ploy" �r the pani0mmt^:f Of any part pf this COntrect MD,1 be in accordance With the 0rovis'O"i of ChActP I9.12 A(h a% awarded. TM rulot and t"q lojjofts of the Depart of Labar an, in4Strles and the tchO*ult Of prevailing wags rates for the locality or localities mere this OOrtra:t will be parfOnod 61 detOmi Mp by Mf industrial Statistician of the Della•;- art of Lobo• and Industries, are by reference made a Dart of edit contract as though Iv:1y set fort, morel•. lhas%.. 41 the Cortracta, will be laid rgtws^, rot Day"rt of the pr•nit.•9 wages. It it In0•yLlW that all (OrtractprS /M•11Ar12f tw6elves With the current wage rates "Nor• wbr•tting olds Used or. thnso specifications. Fora *&Ch contract In f.cnt of Tfn Thousand DOl lay (sl O.DDC.00; a Contractor regylr•d to Pay the prevalling rate Of wage, Snell post the following in a location handily visible to M1011 At the job site: 11) A copy of A Stot",t of intent to pay prevailing wages, approved by the Indvstnal Stftuticlen of the DOpartnfR of Labor a :ndustrn Whet, AN 19.12.DAD, and (2) The Address old telephone nunber of the Industrial Statlttia&h Of the D@94"Went Of LAW' a industrial Whom a complaint or inquiry concerning Dravoitlhg i09e1 way U wage In use &ray di$out• ni Se% AS to Mat are the prevailing rates of "gas for wort of a siti. lAl nature and Such dlsputa cannot a Adjusted 0, the Units in interest, including law, Sena wahagewant regrttMtat,tes, the Mtit, ShA11 he nforred for arpitratl" to the Director of I&Wr and h.d.wits of the State, and his arc•Non$ tharah Mall of fihal And cohC1.0.e and binding on all parties n,olvoo in the dispute Donald. et Drori*ed fo- by ARN19.1E 060 As Cum Contractor end each And every %WwgntrActor %hail file D Swarn Stat Want of Intent (SF 9662) With the Owner And With the D WrM•nt of Labor end Industries as to the Derail• IN wa90 rate, incluai'q fringe benefit&, for each job classification to be utilised. The wage rates thus filed '+I1 be CmK1ed against ten prevailing wage rates at atelinin OY CITt OF 4RTph A►►A STWA4: PECIfICATIOM PIC14 Imalom the Imm,atr,al Statistician Of the Dda ,%m,, of Labor A lnduttHes. If the wads rAUt " torredt. tM 1fWftffel Statistician a111 Iced sh ICaMwltflgweht of sppra.al at tM tOnMname a" In Aim"Id. actor a,t% a Capr U the IwOresrq a►ORC, (Ownori. if Mr ,KOrrett Wye name are Ih<l used. tM Comtroctor andiar subtOntret" Will be notified of the Correct Is ratefCf byireC the Ind.strlN $Utlsti Clan And approval will N _ltfheid until a corratt ttatoakM; f . Aedflot 0y tM owhar Of the SF pe62 Nor for Contractor and ail s.NOntractOrs. Orly a00r0t: of LM star4,0 t 01 Lehr to Int.str,os. . 11 be a owatuisltf to the salient by the dwntr OF My pwa Ooki the ELabrlttar. for a Oa11&hcontract 1n e,C,R Or plv Iwo" .000.00 the Statesmen of of Inuot to Pay ►r,.,il,N nya. 1. Tot COrtractyr's rfy'ttrf tact certificate kneader; and 9. The prMal no rate of wgf for NCR ClAsllf,Cati On Of wNer\ entitled to DrlvHilnp w9et undo• NCI 39.12.020. too ]. Tot n,rvoer Of w•grs tr dacn Clalsificatior. Each wOXMr t-taia submitted by a Contractor ip ►a " on a Project estimate mail Scott tha: 0,eNilinp was Mre Iean "to in accordance apt% the pre-h1aC Statme-; 0. Stott. Part, Of IntV. 0• file alto %Re OUargspt Of Lp@r ant Industries es IDOM.0 t, too 1.0u iris' Statistician, Affldwts of yew, paid (Sr ►9c J' ,, to N filed Y,;• tot State Trewrv, or ties Traa.surer Of ant cOW ty Or akyrl[I N po I corratla or Otho, Ofhte• Of Porto. Carped w,t• "t Custwl and al SOorserimt D the state Or corpnate fonds as the case Mr N anG tYC U I COPIta on NCI AfhdivIt so t0 be hind alto the 01,W for Of tot DeOartlR Of twc rant ndus:+ill. Attflt ion: Ino.Gttr1A' 4fla!lOnt D1v1s10n. 1a01 SOCOIC A,e.. $es ttif. ynt^ o.N Practicable. off,da.,ct NrU'^,hp to a darLic.11r contract Seo.ld N sud*.`ttee At a back*p. filing of a•y IW ICAble SF 904I (ores a,tt tM owner (Situ DONrtrt•t 0' LIM, Ord COO.W,*r, •r L,f;CSt iOr' wilt De I DMrpu`t,to t0 tot 1010111 of Attained, lung to tnt 7.1.112 • Record' Ind Re C•ts TM Contrectn• rill N rpol•e0 to C4*Dlftt and tuerit the f011Oyinp dpc~- before D,rett0� Ind/Or final distorts to too ContrKtor rill be aop•Ovod by the ►.bill walls 1. tot' Wit - City(mw LOf Aertnr Afflrlry tiY! ACtly escort for CMGyfto• Skt Ontra,%Cr Y l\InDOw• utilisetlon Afport) TM E,Ps• Y,il ""'So the" farts t0 tM Print Contractor during 0,#Corstruttl0- Nftlnp Ar teal EN loysy-t OpDortor`ty atDo•; C,rt,ftC,U Shalt N Petaled by the O1dRr with Ms bid Ord"'Al Oh this Project end rl,th cofg5 •,thin the DrOvll^Ory Of the pwl awplq• ofrt o"""r"I agulAt'011 of the $Krttary Of Labor es rlrl]e0 ray 21, 1962 The to, tat, Will be for"shod to the Contractor with tie prpppUl, stat,net as t0 11R,Lnt• M, n,a fled, plot iat 1pn, Co•oart,"snip or COroOrotw Mt NrUtlostod in In, Prtv,oas contracts Or lwCOntrocts S.bjfct to the eduat OpDOrtun,ty ct'wit Ana If to, wnOtar 0• not RC 'nod,"Witted all rowts due unr applicable filing rpai roq•ts. failure on the Par' of the b,dd" to funish to rfp04red certificate will be dot CA,N fDr r021C1101 Of inf olds It a Contract Or to Into, 1r arard It about to N Not. Wit for lack of OR EOWI EIp IOSNrt 00Nrtan,to Report Certificate. rflfo Na 0, falls t0 prosptl ORK.tf AM fynlso the rNWired ca•tlhcate w,tnih 10 days after Retire by the O,recto llritn icCM11PM,ed Of ;ublic storks that sand Is lacking from his praD0U1, the Dow*,,! gu0anted. In faro Of Nnd, "Co.; Or clth l tot bid, .111 be forfeited to the City. ynMfrfr a contractor g0aests P@hk,Is Dn to sublft a N•t of any contract and WCn contract tags Itn,R the 0......... Of to, dual employMlt Opedrtun,ty repvlati0ha or the Secretary 0f UOor, reeked ley 21. IOU, M sail Obtain this Carl,flUtloa /ryak a s proposed cue• Consols tar ara fOM rd It together with two •pWAt. No subcontract will N Approved afore rice,Dt Of lath certlh I!VW freak the tubrohtractal. for to,$ O.rpoth certification f0+n may be obtained from tot project Engine• eat 9^1G to CITY OF RENTON AWA STnpARC SPECIFICATIONS SPECIAL PROVISIONS SECTION 7 IC nt+n ea :•1.15 - Contnctorl RnoonSloillt_y Far work The work Shall be ~ the Contractor'{ r@apotitpla tart Ane Charge. TM Contractor shall pear all loft and dope wMtsoner and flow wMt,MW Caufo. Wept that caused solely ek the act Of the Owner which way occur en or to the work during the futfijlmnt of Ne contract. If any Such loss or dep ao wf "cure, the Contractor %hall tfdiattly Mks good - enr act loaf or d 90, and e event Of the Contractor refusing or ntgl acting to to so. Nf finer my its Not 'I Ln elf Or by Ne Wloymnt of fie Other person wake good any Such loss or "M". and ten cost and ISD/nse of 10 doing Shall be Charged to the Contractor. The CDAtretLDr alone Shall At all time h IOSMaiblt for the Safety Of his and hit Sub. Contractor's wployMS, and for nit And his Subcontractor's 04-t and equipmat and the Mtnoo of prosecuting the wo.-k. Ouri•p unfawrdblt Maiher and other uoMitionS. the Contractor {hail pursue only such Porn Ons Of tAe work as still hot De damped tharacy. No "rtiani of the wits wnefa satisfactory quality or efflcienty will M affe led by unfavorable condition% (hall be constructed on le the$, conditions .net, u,'r,% by %D@Ci41 Men+ or precaution% ACCpdble to the Engineer, the Contractor %nail be able to orercme then. 7-I.I4 - AetMnsiOilib for Owg The Contractor Shall be re p sponsible for controlling dust Ind wool within the project Netts And on Shy street which it utillS" by nis "aint for sine duration of the project. The Cor'"C"t Shall be PrMAr" to us* watfrinq trucks, Power Swt"erS and other piece of equip-want as dep0 necessary by the Engi,"r, to avoid C has tihg I nuisance. Dust had woo Control Hull be COnsiderse AS incidental to the project, And M Coepansation will M wade for this Iec L10,. ! CW;!A1nts On dust, wind Or Ynsaft PractiCet wnd/or property Manage t0 private wn4rfh,C will M transwitt" tC the Contractor I'd pript action In correct" rill be required. written notice of correction of complaint 'Sham will it Call" for %naJla rwatitire Ciplaints be received by the City. 7-Iy16 •• Protac-Hon Ro onlOration of proper v 1 The Owner will Obtain all N(pnts and franchises required for 00 pmjfct. The Contractor Shall limit his Coalition to the SIMS Obtained Ono Wall tot trespass On prlydlt preqorty. The 'Omah MY pror5de Certain Ivds, AS +idiot" in Conhaction with the work under the con• tract together -'in lie right of access to such tan". The Contractor shall not wrascrably 11:Mber Ent prtwisa wltn his ".4"It or wdteriilt. The Contractor still provide, with M Lability to the Owner, Any Additional land and acc#%% trer@to rot shown or dacrib" that my be required for lwnoorary construction facilities Or storage of Mtfnlls. he $NO 11 Construct all Access ro"f, detour roads, or other tawporery won as required Dy nit Oporations. The Contractor stall confine his equl lent, storage of M is,sal and dptrAHon of nis workers to those areas Shown and described and such addit,o"l areas as hemy Wor5de. Neitorl Hon pf SVUCLu•es and ur/ es a. general- All COnlcruCHc, work under this Contract on aspnt S, rlght•of-way, 0ra, privet@ property Or franchise, Shall be Confined to the Tiwits of turn aslwents, ngnt-0f.way or fhenCM{f. All work Nail a icCe,pliNeO Rh a to UY3a the IM1t Awount of disturpanct and a winiw" Anount of deMgt. In* COWL tot Shall schedule hit work so That trenches Gross fapnts Snell Mt be left open durtg wloWds or holidays and thatches (nail not be left ape, for Mrf then sip hours. p, ru r The Ca,tractor Shall rpre f"h erittinp structures a my be netfstahy for the Der Owhance Of ten work and, if Mulled, Shall rebuild the structures thus remv@d 5r as good a CdMitioI At found with militias requirements as heroin Specified Me shall also rt"lr All p5stinq at rycturls wnicn My De damped a I Fes u'�l Of the Mork under this Contract, c. u� .�n{{ Cul ti rat" Ar t Ind Other SYffASf Imr�r nts. All cultivated at"s, tither Agri CY l� Yrll Or ...nS, i oL er lur act imrOv~ti which 409 denuded by Anions Of the Con. tractor Sm11 of restored as nearly as ,Ss Splf to their original Condition. Ct Tr OF 4Ev-Cn MW STAn,.4C S IGTtgm$ SI(CI4L ORCR IICASIONS SECTION 7 (Com%lnwo) 7-1.16 (Continu") Prior %6 tiLAvatlpn On 40 tassetnt or private right-of-way, the Contractor shall strip to soil from the trench Or construction a," old Stockpile It in SVC" a Mnnear that it My be raplAce by him, won completion of COnstructl0n. Ornamental trees and Shrubbery shall be carehdly remove mien trt earth surrouneiig their roots wrapped in burlap and replanted In their original Positions within 48 hours. All shrubbery or that destroyed, or daitgid. Shall no replace by ins Contractor with material Of owl Quality at ho additional cost to the Owner. In the event that it 1% necessary to trench tiirowgh any lam, veal, the t : Shall bi Carefully cut and tulle and replace after the trenches have been bickfillfd. The law. are shall be Claimed by tweeting Or 4tner mean!, of all earth ono debris. The Contractor shall use rubber wool eaulpoint Similar to the sM 11 tractor type backiroes used by sloe Sewer Contractors for all work, including excavation and bickfill, on ail ehi^ts ear right$-Of-way which have lawn areas. all fWgS, Mrkerl, Mil polies. Or other temporary obstacles small be remove by tht;ontractor and Immediately replace after trenCn is back- filled in their original position. The Contractor Shall notify the Owner and property Owner At lest E4 hours im advance Of any work done On aisemaht% Or rights-of-way. Al -StruCti0A mark under the Contract on Niemehti, right-of-way over private Property or fr. 15B shall pep COmfIDai to the limits Of such mesememto, right-of-way Or franchise. All Wrk shill be SCComeltshtd so is t0 Ouse the least sel of disturbance and a minimum amour! of oawgl The Contractor shall schedule his work to that trenches across *as haunts shall not bi left Oper Curing ~ends or holidays, and trenCnet Shall not As left oCer for more tray 40 hours. 04meQe to exiSLing Structures outside of to Short areas that may result from dewsttring ano;er Other construction activity under this contract shall be restore to its original condition ear bitter. The original condition Shall be establiShtd by photographs teen And/Or insp,oti Or Mae prior to construction. All 4YCn prI shall eat dent t0 the SatitfUtion of the property owners And the Ownt• it the expense of the Contractor. d. V t TM Contractor will assure all r4SPOnsiaility of restoration Of the surface of all ttrea t (travelled wk,0 used by him if damage. In the event the Contractor 400% hot rev* labor Cr notarial ilsaed uttly 4Ailable t0 make necessary MDole%, ten Co^tractor Shall to 'nfomn the Owrmr. Ill# Owner will %le the necessary repairs And MI cost Of So reaaira Shall be paid by the Contractor. 7.1.11 - Utilitles end Simi Sr FAcilititT Location and dimensions shan A on the plans for existing underground facilities are in accord- ance with the past Available imfQmalien Without wo011 and measuring. The Omer does not guarantee th4 Site Apo location of existing facilities. tt shall AN the Contractor's responsibility to can tact 411 public and private companies having utilities 4n410r facilities in Mt vicinity Of ins Construction Area. The Contractor is Wrnto that City of Berton With. %tarm drainage, unitary Sblry, street lights and traffic control dmderground utilities are hot a mWbir Of the "One Call" system and most be contacted Separately as presented to the Taon,cai Cr -Hicati0p%. Sloe Sane- Pol,u No sloe sewers will be installed until such time at that Section Of the Min sewer pipe line to wench the ride Sheers are to be connected his clear tested by the Contractor and a mmnOrar- oum of approval for Won Section has both issued by the Owner. The Contractor And the Owner upder%und and agree that following tha fuuance by the Owner of a MMramgum, which memorandum approve% a spetuied section or tha %in pipe liht, the Omer may luthprlae any tide o"Or uOntractor, duly licensed by the antr, to install and connect And test One Or more side Shirt to any such approved Min pipe line. After the first side surer is actually Connected to the Min pipe line, the Contractor Shall not of held responsible for any foreign matter, debris, mud, and %wage with reaches the Min pipe line within a D•WiouSly approved Section. NOWv4r. the Contractor is in no way y r4li from (nod reSpOmSr- biliCy And guarantee mareinoefpre and hereinafter set forth for ate.'ioll, workmanship and repair to COmtrh-tOr-installnd pi De line and appurto"noel. It it further 114e11tWl and agreed that during the Contractor's guarantla period if Mere are any indiC4t;ont Of failure of the Min pipe line or one or more Sid# Shers, the Wroen Of proof as t4 whathar the failure ie within the Min line Or %e Side Robin Or tiller%, Shall rest "in he ,.timer; hMrer, if investigation Of Wan failure Co^ductad by the Owner dilclolt% '+ + -1— [ • ...a, the C0-16,- • anl it like lvch "oil's and tronpt y C I TT 01 of" APIA SrWuka^ !W-11-ATi ONS SPECIAL PA0613110hS 7-1 Is - Puolic kiaan're And prop! t Damage TM Minimum policy limits Of such insurance shall N as folloms: aodlly '"Jury liaWity coverage with limits of not less than S1_me� m for tg011 1A,"y' '"duo'"g Occidental dal". to any ant person, and soeJe:t tp t— na[Tt:,'t fy Miser.' in AA "w"t hot less then S,(.,00;_00,^,_00 for aacn Accident; and propert or Nc• D coverAgt in an imunt of Mt lets than. i damage epr each deco dent. In e y damage to ur"Ila insurance Coverage of not ills than 000.0C shall be Provided, with the QMA And Engihfer the NhMd insureds. This limit shall apply to CO ,"SnSivt general 'lot'll ty inturanca and vth,_t liability 'niurance. The Contractor Shall furnisn the City Y1th Satisfactory proof of Carnage Of the insurance rp,li r*O. 7.1.23A - Denlra' Safety Pea- trait 1M Contractor anp'1 Mt'fy all prOWU pY'yrs along the CO-611Wtio" oral, by Mil, prig• to Corptrgt"Or. TM Contractor Shall notify All local police, tra"Si c, and fire Sabertyyrts Cy Mil prior to CO^structlor. k"s anc addresses Y111 be furnished by the Wner. The CO^- tractor Shall Iur:^e• notify each occ,wcy In "ISO, a Ml nimuh of three days prior t0 Cor. $%"Ctior In front of Nth property. 7.1.23C - f1AMnf•. AarHCaff1 and Sidrs The Contractor SM", at his our kpt,se. ofOvide all signs, NrriudeS, guards, VIA gra, And 094 ipnert, COr'f tractl0n Mfn'ngi and nigrt 11g^tS 1n Order to protect the publ'C at all timesfrom 1"Jury as a "Nast Of MS OWStiOra. If the Contractor Should fail t0 Mlntain Suffi- C'eet 1'9ntf and 08r11C009S, in the 0:'•.ton Of the Eng1nN., th! City thAl' nave the r/gM to O"Vidt t4St lights And bmrr;udes aka doo—t such costs front payments Out the Contractor. Work Snell N rt/:•Ktad, the order Of Mork modified, the hours Of Mork mud'fill Or the York Mate. altOgltner a'. the Eng,ntn's d!SCratiol ~ the a"g'n!F finds such a course or courses of actt or. " 0W, to protect the Puol I, or the contractor's Safety, hN 11h and Yalfere. Al i signs removal Shall be Hlya3e0 And dalivlrN t0 the City Yard. Tne cost Of furrtsh'rq and placing all OOrstruCtlon and Idtnt,flt@tlOn sign% Sholl N inC1- N•tel to the P"Jett And nc CONOWSatior mill be made. CITY as RCNTCO, u CI5T D SnelylCATIOM DgovISIOM SECT104 b1.03 • hoe t_ Neiu is ""oath after C"t OAK utip and 0,11rery Of the contryct and MfOre ter flryt C! ydd, ter Contractor atoll ea11 rlr to the Engineer, An schedrle in form shtisfactorr to LM Engineer. oartial eayMnt COMIO%ion Of each pf Wt ea M near, feai ,sttyued datatructtas Drogr tt ussamit and the antfMDatfa alMun ter rert y itty f the prODosed da of of t ante with the t Of earh ynthly gaY4nt Nit rihl"ed under CM Contracts DocYynts and Droghess uhedrl r. TM Contractor ahall tilted( rndue , the Contractor In Of work psi far pose Of YThe aCGprd- uo any 01 that! 1the D-,Rost N71 g "'tiAI Mytentt Nerpn. Th�rlydic ttewlap estlyta rill not M cons i dtred is fiat be used only for totem ni costs ttalo" ins aing ng a basis for additions to 01 LM Mt15 of eartthe lu.~,.nes tied shoulshould it bwmM Wlynt at any t1 d,duG bons lrmn the contract. d ter tChedY 1! Of toll }1r me during construct,,, that operations will Or mit revised Scnpul lS to ter fay 70r�mrM the Contractor shall, yypp r NY 1ai1 and pulpy,' added in forces or as ng Shfip MYHn, setting out Operations, "class Will ea naai up, and confer Nth tg working iMft3, Meant work, etc., by which 1 IDMOu Ie M3 Oean awned. fYrMere NiAear until an approved yd,llGti psi f t y loft I ton Conflict Nth Nt [Ow1th"ntract at any tier a Portia, d o the origin,I Contractor and the Provitlo"S, it Small, ter Acgoted Schedule is wow, shall De earf0""" in c Oman rwuett M "ev1Sed by time mrofiA"Ce rite the contract Drovi3i0ni. I p6ywfirt� of any d rthersc,oa es Ltyitf to the Contractor after such rwulSl is Sae and until an Of the WorkA d fPepule Mt been Provided by ter Can Such yY es Ns "do d untilpsi CMrwf, accorai i to the ligation schedule Oi construt till Or aIDroron old. oat7Cn1 it RfryDY wide Ac obligation p+ Na Wnt At Pre•Cor$trucior Co^Ira — •e Prior iO the $tar; Of co"SCrYPtipa, tot Contractor, Engineer, all ]uwonVAStohs. Utility OoD•ronece, it,D i Coyany and other interested dp,rtmentf II 11 conference, w5 to li mt, Place and pit, to be determined after award 0+ euen fly a r,DhesenUti r! of atteM a pre-cons[ruction anti discuss a• ter COnL"KLOr will attend , tera, the contract. SuOs!- [M Dre'cOnttryt tiorlCOnfrran .. M inpurred, iM time, placl .,afdatectotgo�vta�lo3Ma at ...... ro9 ass 8-1.05 - Tine o1 COm letfon "COgniZ Oirt6dry{dllpordiisp&Y, July js Lapprolnpay,how firers$Peru, LI"Cain'! Birthday. Yainin Oirtnaa nn,t Ere eo-_ Cl ri SOMS Day. The Y. Thank Sglring and ins day following mW loyalls when ChrlStmaf DAY aCCur$ On a TYlfd�eforefC rist%$ &hall M a holiday for Cl ty 4nen ["Stu for City Malay when Chrf,V,, of OCCur you a t day after Christ, tM11 Ml idays. ty*r OCh,,,burs On A Saturday. enA two oreccurs lbndl,. Yp"tedaY Or Thursday. obserrp as nDl saay stomas Day Occurs o" a Sunda g wording days Nall be obserrta u r. the two wohk n nays follW,, Nall 0, a1 of oared Dayge TM . S.pvlted Dawag,s tlo not include, and are in Addition to, a tlpn, suDerraddlt on,la{nripenff and court costs incurred MYond contract coerol i The cost af Aygei from costs for in30en cost plus o.n lunar "Action And suoervislon .toll Man lotion date. ed Percent (IOC%) for prerhead. amount equal to actwl salery Orertfm, YOra It ow,er lO !t Alien the Contractor Darformf construttipn Corey (00) Murf pfr reek, Or on any City holiday, the wceDted eight (a) hours Derctiol, day or uer Contractor shall rttm0urse the City at the rate of and tot work requires calf au clarity 1n detere, $50,00 Der the City Shall Nan tot the Contractor of intent lMggia Mec"-rtylof having the }rmn Mon the City .mail Mre the Monthly lSLlytf. 9 ene Overtime ins pw tf On, And Small notify Sere. due the Contractor on lap. ac tor'a Dl antContr S Ep pmet " The Contractor Alan' shall at all Hy, one rt%MASiblr for the ad uAc [fMSy Of Ms and his Subcontractors, plant PM ,gut mAent. Tn wo A Yie Of the Contractor'$ plant add tool rg y, ll have in and sY'f1- of the rDrk, The us, of such Plant grr^t in n e Owner $nail Mre ter rf gnu to for aCCOrpinq ly. And putmM"L serif GtrfOrynof Of any work On the site M consldere0 ,S *it's work Pd Paid CITv OF REKTOK A►" STANDARD SPECIFICATIONS SPECIAL MoMOKS SECTION 8 f antiauedl Mitnar the Owxr nv- the Ergimeer "adds any rtspnal0ility, at any tiwe, for the tecurity of the site froPi IN tin Contractor-5 operations have comment" until Final Acceptance of the Work by the Engineer and Owim. The Contractor shall awpl0y such measures as additional fencing, barricades and wtc",n Mice. as ha eaema necessary for the public safety and for the Protection of the site and his plant and eeuipment. The Mier will be prosidw keys for all forced. Secured or es. LI.13 - At It-Lich to Work The Contractor shall live his Personal attention W And Shall supervise the work to the and that it shall be DMIKctp faithfully, and when he is rot Personally dreamt on the work, he Shall at oil r"sona0id times be represented by a consistent $~Ihtmdmt who shall receive And obey all Instructions or orders liven under the contract, and wh0 shall earl full Autnoriq to eaecute the Lame. and to supply "%trials. twit and labor without do q. and who shall ba the legal reoreamtetive of the Cmtractor. The Contractor shall De liable for the faitnful observance of any instructions delivmed to him or t0 his authorized representative. 1 CITY OF A(1am Aga SIMARD srcnrluTIOICS :Kcl . re0l15I0it6 S T10h 9 9-1_01 - Mystoowt Of 0 a•^ti s All delivery ticketf t+at are r R irw far the tickets tr Durpef! O< Nlculatlnq aWntltlK IOr peyrt f� n ilafw at tnf t+g,neer at eft r ial ofdelivery, III deyftnt will be Mad! on ter ate ar aellrtry, of material, A. b TNcY .ey"`t will »i pe '+ef,ar elivery tickets .nice de not Snee type of ftnrial, gross 1n' nieyar, Mats aft tnapector'S Inl:Lty. kale certifncatiw 0811 be SNWittOd a early In tM project as possible. tSCM Nigh station [hall Maintain a me" of the truck WW"r, Lift, date and Night Of all trucks Prov107ng MtMial to the PMJKt• The Night list &Mall be ftintalned 1n hPli- cata "in pro S*44 cog tranaaitted yily to the city by the scale ittandent. In itd"It. olated cases enMt scale We ii iqt Wadable, the Inspector aMil aalaffrf the truck play Ana certify AS to it test lad delivery. b. 11 other 14ws MthOe for Misurwynt And oay`nf.n for MtAr141 brought to the SItf by any other MaAns uill of determ"mae by Centratter - Ouho, 49reehatnt before ware or the contract. -1.0 _q!jWf eight to 41Mr01d Certain Anourts Par(lal oa^'ts on eStlMtel My be 00"Ild Ynt,1 a wort D,,gne{t {thfdYle, as OfHrt ped in S*0001 6, has beer rfa,+r ana W'O,ed. le the Went that any "will Or rgremanthip doff not Mat the rpul raftnts or specifications, the City MY have the odtion to atclDt Soto ftgrfal Or rgrkNn{MP ,f the O1rKLOr o1 rut',C Wrki deeps Su[n ace wtanCf LO pe in tn! pets Interest Of the City, ProHdw, the City My negotfatf "Y""arl Of I lwfr in,t Pride for said Mtfrial or Nrbnaryni P, Page Number TK NIICAi. PROVISIONS T'P-01 Geoeral Sta[amant TP-02 Standard C 2 Peefticacioma TP-03 Exist :litles 2 TV-04 Water and Fittings 2 A. General 3 B. Ductile Iron Pipe 3 C. Pipe Fittings 3 D. Pipe Installation 3 E. I'us[log 3 F. Disinfection/Dechlorinatior 4 5 G. Meawremeot and Payment TP-05 french Excavation, Bedding and Backf ill 5 A. General 6 B. Excavation 6 6 C. Foundation Preparation and Bedding 6 D. Trench aackfill and Compec[lon 7 E. SolCI'L Trench Backfall a F. Unsuitable Fouodation Excavation H '1'1'-06 Valve A.acmblles 9 A. Gate Valves (6" through 12") 9 B. Valves and Valve Marker. 9 L. Muavurument and Payment 9 TP-07 Fire Hydrants 9 ]'p-OH Heeovel of Existing Street improvements 10 A. General 10 B. Pavement Removal 10 G. PaVemeof COOL 11 1'Y-09 Restoration of Improved Surfaces 11 A. General 11 H. Areas to be Restored 11 C. Temporary MC Cold His Asphalt 11 D. Patching Width 11 TP i Page Number TECHNT AL PROVISIONS TP-09 Restoration of Inproved Surfaces E. Asphaltic Concrete Surfacing 12 TP-10 Oust Control 12 TP-11 Cleanup 12 TP-12 Service Connections 13 TP la TP-01 GRNEVAL STAT@IRWT This Section, technical provisions, is devoted to conditions which are Peculiar to the facilities to be constructed for Water Project W-427. Articles, materials, operations, or methods mentioned herein or indicated on Lhc drawlug. ; n being required l.�r the pruject shall b. provided by Lhc Contractor. who shall perform according to the conditions stated in each operation described and provide all necessary labor, equipment and materials necessary to make a complete and operable installation No attempt has been made in these specifications or lions to segregate work covered by any trade or subcontract, the limits of which are solely a matter Of specific agreement between each contractor and his subcontractors, and shall not be based upon any inclusion, segregation or arrangement in, or of, these specifications. The Contractor and subcontractor in each case is warned the, work included in any subcontract may he divided between several general specifications and that each general specification or sub-head of the technical specifications may inc Lude work covered by two or more sub- contracts or work in excess of any one subcontract. '1'I'-02 S-TAN-DAND 511C_CIfICA'1'IuNS All work under this contract shall., in general, be performed in accordance with the applicable Provisions of the 1981 "Standard Specifications for Municipal Public Works Construction" prepared by the Washington State Chaptor, Asa,-rican Public Works Association, and in accordance with the requirements of the City of Renton, except as otherwise amended, modified, or specified in these Technical Provisions. Items of work not specifically covered in these Technical Provisions shall be performed in accordance with the requirements specified in the APWA Standard Specifications, and in accordance with Lhe City of Renton requirements. 'fP-03 RXISIIW: UTILITIES If. in the prosecution of the work, it becomes necessary to interrupt existing surface drainage, sewers, underdrafns, conduit, utilities, or similar under- ground Structures, or parts thereof, the Contractor shall be responsible for, and shall take all necessary precautions, to protect and provide temporary services for same. The Contractor shall, at his own expense, repair all damage to such facilities or structures due to his construction operations, to the saLlafacti.on of the Lngineer, except that water and sewer lines will be repaired by the Utility Department at Contractor's expense. There are various places shown on the Construction Drawings where the new writer l ins will crow. or eonnecL to ex l sl in,, far lli tie.. All clov.rtlon ;uW location information shown are calculated from prior construction records which are not always accurate. Therefore, all crossing or connection locations moat be excavated and verified by the Contractor prior to laying of pipe in the near vicinity of these crossing/connections. TP 2 IP-04 WATER MAIN AM FITTINGS A. GENERAL All pipe sizes, as shown on the drawings and as specified herein, are in reference to "nominal" diameter, unless otherwise indicated. All pipe shall be fabricated to fit tha plan shown uu the drawings. 'Iwo types of pipe shall be used throu;hou'. the entire project except as necessary to match existing piping r.r as otherwise specified by the Engineer. Where relocation of or replacement of existing piping is necessary during construction, materials used shall match the existing, subject to the approval of the Engineer. All pipe, valves, fittings, and specials shall be for water working pressure as described inlhe following npecificationis and plans and ohali conform to the requirements of the applicable sections of the APWA Standard Specifications at modified herein. B. UUCTUL /RUN 11111L Ductile iron pipe shall conform to ASA Specification A21.51.1976 (AWA C151-76 Grade 60-42-10). Ductile Iron pipe shall be cement lined and sealed in accordance with ASA Specification A21.4-1980 (AWA C104-80), 4" through 8" pipc shall be 1/16" cement lined and 14" through 24" pipe %hall be 1/12" cement liquid. The pipe joints &hall conform to ASA Specification A21.11-1980 (AWA C111-80). Pipe joints shall be Tyton Joint, Nechanical Joint or approved equal. Approval must :,e obtained prior to bid opening. Pipe thickness class shall be as required by the bid proposal description. C. Cast iron pipe fittings shall be Class 250, as per ASA Specification I A21.10-1977 (AWA C110-77). Fittings shall be 1/16" cement mortar 11neJ in accordance with A21.4-1980 (AWA C104-80). Join[e for fittings shall be Mecl.anical Join[ as per ASA Specification A21.11 (AWWA C111-80). The above shall hold true unless called out otherwise on the plans or in the Bid Proposal. U. I'1 I'E 1NS'1'ALLA'l'l0N 1. (:cnurul Conform to Section 74 of the Standard Speciftoacions except as herein modified. Jointing shall conform. to the manufacturer's TI) recomaeadatione. Cut pipe with approved pipe saws only. Keep pipe plugged except during actual pipe laying. The inspector will atop work unless ao approved plug 1n on site and available. All pipe fittings and valves shall be careful]- cleaned of all dirt and foreign material as they are placed. The open ends of pipe am fittings shall be plugged with a temporary watertight plug whenever work is stopped and/or when water in the trench treater.$ to enter the pipe. Groundwater shall be excluded from the pipe at all times. 2. Special Anchorage Provide concrete blocking at all fittings and horizontal o•. vertical angle points. Conform to the Standard Detail for General blocking herein and the APWA Standard Details for vertical. blocks. All fittings to be blocked shall be wrapped with visqueen. Concrete blocking shall be properly formed with plywood -r other acceptable forming mat rials and shall not be poured arouna Joints. The forms :droll be strippud prior to backfllling. Shackle rods, where rc- nuired,shall be installed with the use of shackle lugs. All shackle rods shall be galvanized or coated with two coats of asphalt varnish. 1. Connection to Existing Pipe and Structures Connections to existing piping and tie-ins are indicated on the drawings. the Contractor must verify all existing piping, dimensions and elevations to assure proper fit. The Contractor shall provide all materials necessary to install all connections as indicated on the construction drawings. The Contractor shall perform the excavation, bedding and bockfill and provide concrete blocking for the connections to existing wins. The City will cut the existing main and assemble all materials. E. TESTING 1. Gener.,l Hydrostatic pressure and leakage tests on the new pipeline shall be made in accordance with applicable provisions of ANwA C-600-77 and Section 76 of the APNA Standard Specifications (Cast Iron Pipe), except as codified herein. All equipment neceasary to make the tests shall be furnished by the Contractor, and like Contractor shall conduct all tests under the supervision of the Engineer. Any blow-off assemblies which may be required for testing slail be supplied by the Contractor. TP y• Pressure Test sees shall be the satire 0 al Any leaks Prior to ac oaptancs of the *Ostss•testing at P remedied scbJacCad to bvdrosutic Pressuz` assure sba ll be davaloped wads[ said Cr s etN• The or twerfactions 1 sccepcaoce of the Y by the Contractor before fins ce as�ry equlPw nt and alwi 'hall provide all n! testa and conduct an ld costa ContractoC insofar Perform all work cunauc cod with the inspector*fittings end in the Presence of a Utilities Depart' with Pipe joints, as practical, tests shall be tint• valves exposed for inspec Leakane Tests • pressure teats have b•_e with new pipe,ine ,r cuncucrentlY Leaka%e testa shall et + ads after the P arthe leakage test, aatisfactor sly cospleteo yd ostthePressure the Pressure cast. The hydrostatic shall be equal to 100 Psi, U l51 NPtP:CI'iON UBC"i "NATION required prior to comPleti" 1 P' '1�r cifice- stem shall be Standard Spa Dtetn faction of the nt.+ water sY Standard Speciflcattons and uC tlw project end shall be in accordance with AY14A Department Of tion C601-68 and Section 74 of Ch ScateA JC NashLngton, shall sahall be 50 es the acceptance o.` Che period of 7'• Health. The initial concan Soltra o of chlor sins ins<a11ed or disturbed parts per million and this aen[lre^waterl ay held for alves and appurenancef• hours• Uleln[eccion lrcludlog PIPS• 1) fittings, .order this contract, Ss required to conform with the spedticacicna staled here m a ll Ucchlorinatl.00 of all water used for dims lncl" on la this doca aheJ ment, In accordance with the standard details. C• MP_.ASU%PlfEN'f AND PA_MN7 The Pica p and installing the water pipe, lisle in the bid schedule, shall constitute mill per linear foot for fthe bidsshing, including cf size and .,uaOtitY in place, cosPlece, foundation :ranching, native age kf3CsMeting, shoring cumpcnsat ict for the%wavation and pointing: pavenx:nt Ccmoval, i e Is in —hln• rod prePaotia4 comp action, PLPe, V P t and faro. Fitt fit tinge and dewater In%, connections to axis[in% P p pipe len.,ths to be lnecu111n% d11 fly Pipe smear emt'nts ate Mde thr coat for quand rail mailbox• sign or other obet sc le and Cheref ore do not represent t1,e actual axact V project installed• rem shall be incidental co the P removal and replacement aid for at the applicable Concrete b_,CbLIng shall be measure) 1L P cq�ple Ce. All [lc cs r Y at which shall Conati[uLO full ant race Price, Per cubic yard; lace, compensation for furnishing. the material In p TV MMIMP rode, including those used in hydrant assemblies, shall be incidental to the waters-it, work, which shall constitute full compensation for furnishing the material, including shackle loge, in place, complete. TP-JS TRENCH EXCAVATION, gl'LDING AND BACl71LL A. Trench excavation, backfill, fWaGation preparation and bedding for the "ter line and appurtenances shall be in accordance with aha applicable provisions of Section 73, APWA Standard SpenificaLlons, except as modified herein. B. F-M-AVA' ION 'fhe Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated. No payment shall he made for material which is used for purposes other than those designated. Should the Contractor excavate below the designated lines and grades without prior approval, he lall replace sach excavator., with approved materials, in an approved manner and condition, at his Own expense. The Engineer shall have complete control over the excavating, moving, placing and disposition of all matsr£al, and shall determine the suitability of material to be. used as backfill. All unsuitable material shall be wasted at A site provided by the Contractor. Excavation of every description, classification and of whatever sub- stances encountered within the limits of the project, shall be performed to the lines and grades necessary for embarkment, pipe bedding and structures, and as indicated on the drawings. Temporary drains and drainage ditches shall be installed to intercept or direct surface wni,-r whl, i may affect the promotion or condition Of the work. All excavated materials not meeting the requlrewenta for backfill and ell excess materials shall be wast.l at a site provided by the Contractor. No aspirate or ext-a payment of any kind will be made for storing, handling, hauling, manipulation or Waste of excavated materials. C. rOUNDATIUN PHEPARATIUN AND BEDDING rOun'latJon preparation shall be in accordance with the applicable PrpVlainnH of Section 73. AIWA Standard SpeeificntlonH, except that tho botLum of Llw Lruuc4 muaL be shaped to uniformly support the bottom quadrant of the pipe throughout its entire length. If unsL.ble or unsuitable material is encountered at the trench ' m the Engineer may direct aid use of select bedding material in accordance with this section. Wet trench conditions will not necessarily considered as an indication of unstable conditions be , be dswaterad and an inspection made by the 8aginesr shall to The a trench ch the suitability of the trench material. All coats for dewatering shall be the responsibility of the Contractor. The prl ce per ton for select h,Jding material shall he full rampenaati The for cel par to the source, furnishing and placing the material as Outlined in Section 73-2,05 and shall be the same unit price as that for selert backfill. Sales[ bedding material shall be a clean sand and gravel mixture free from organic matter and wnforming to the following gradation when tested in accordance with AS174 D-422, U-S. Standard Sieve Sires Percent Pass j_L lS_eight 3/4 inch 3/8 inch 100 / 4 10 - too / to 15 - 100 ! 20 15 - 95 / 40 20 - 80 /100 10 - 55 1200 0 - 10 6 - 03 D- TRKNCH BACKYILL-AND CONpAC7'I ON 1, Cenral Excavated materials that are free from mud, muck, organic matter, broken bituminous surfacing, stones larger than 8 tnches in dimension and other debris shall he used for backfill except where othe ry ise required. 2. Lnitial lackfill Initial tackfill shall be placed around the pipe In Layers not exceeding eight inches in depth and each layer shall be thoroughly compacted by mechanical tampers to at lest 95 percent of maximum dry density at optimum moisture content as determined b Standard Proctor Compaction Test, ASTM Designation D698-�8T, Met, .d I).A11 work related to the testing of the compaction, including proctor testa and compaction tests shall be taken onthe pipe trench areas. The locations of the tests shall be the Engineer. if one or more tests do not m hy ,,,et te selected tedb specifications as stated above, additional teats will be zakrn as requested by the Engineer at the Contractor's expense. TP 3. Subsequent Backfill All subsaqu0nt bycw;ali under sl ,It and shoulder areas vlall. be Placed In lifts not exceeding eight inches in loose depth and each life compacted to at least 95 perceut of maximum density at optimum moisture c .test as determined by ASTM Designation D698-58T. Method 0. in place density determination shall be made ' tccordgnce wlih AS-171 Ltesignation bl�56-58T, except as otherwise app 'd by Lite Engineer. 'resting for compaction in the improved areas stall be in accordance with the testing as stated in the section on initial backflll. 4. Payment No separate or extra payment of any kind will be made For comp"cLion, wetting, drying, water or processing of materials but shall be included in the applicable unit price paid for the water line in place, complete. li. SKLECT TKENCN BACKFILI. Select trench ba.:kfill for the pipe shall consist of crushed or naturally occurring granular mat.rial from sources selected by the Contractor. The source and quality of the material shall be subject to approval by the Engineer. Select trench backflll shall meet requirements for bank run gravel, Class "B", as outlined in Section 26-2.01 of the Standard Specifications. The horizontal limits for measuring select trench backflll in place shall be the sides of the excavation except no payment will be made for material replaced outside of vertical planes, 1.0 foot outside of and parallel to the barrel of the pipe and not the bell or collar. Any excavation in excess of the above requirements shall be replaced with the native material or select backflll, as directed by the Kngineer and �t the Contractor's expense. Select backflll shall be placed only in those places designated by the En.ineer. 'Hn- price per tun shall Uc full cumpenaa Llun fur selecting Lite source, furnishing and placing the material as outlined in Section 26-2.01 of the Standard Specifications. No separate payment of any kind will be wade for compacting, wetting, drying, water processing of materials or removal of unsuitable soils. F. UNSUITABLE FOUNDATION EXCAVATION UIWULLU61L• materials shall be excavated by the Contractor as directed by the Engineer to give the compacted backflll full bearing on solid ground. Old fills, wastes, or unsuitable materials, including logs, TP H stumps, past or fuck will be excavated when, in the iudgmut of the Engineer, these materials will impair the stability of • backfill. All coats and expenses involved In divplacemant or removal of smseitable materials shall be lscideotal to the cost of the water main. Neither separate or extra payment of any kind will be wide for storing, handling, hauling or Ma"ilwlu Llun ul unsuitable exravatlun. TP-06 VALVE. ASSEMBLIES A. GATE VALVaS Cate valves shall be cast iron body, non-rising stem, full b-onze mounted with double disc gates. All valves shall be designed for a minimum water operating pressure of two hundred (200) pounds per square inch and shall conform to AWWA Specifications C-500-80 and any subsequent modification thereof. Each valve shall be "Do, provided with a standard square operating nut, and shall open by t•,rning counter clockwise (left). The valves shall be IOWA List 14, Mueller A-2380, Pacific States, P.S. Metropolitan, Kennedy, or M 6 H. B. VALVh:S AND VALVE MARKERS Valve installation shall be in accordance with Section 75 of the Standard Specifications except as modified herein. All guto valves shall include an B" x 24" cast iron gate valve box and extensions, as required. All valves shall hays valve boxes and extensions and valve markers with distances clearly marked in accordance with the standard detail Li Uvd, "General Miscellaneous Details", which is included in this document. C. MIASUREMEN'1 AND I'AYMENT Hydrant auxiliary gate valves will be paid for ',.nder Fire Hydrant Asscmblics. All other gate valve assemblies shall be measured and paid for at the applicable unit price per each, in place, complete, which shall constitute full compensation for valve box and extensions, concrete valve marker and all other necessary accessories for a complete installation. -TP-07 I+1 el: IIYDHAN'1'S Fire hydrants shall be Corey type (opening with the pressure) conforming to AWWA C-504-80 with a 6 inch inlet and a minimum M.V.O. of 5 inches, two 2-1/2 inch hose nozzles with National Standard 7-1/2 threads per inch and one 4 inch pumper nozzle with the new Seattle Pattern 6 threads per inch, 60 degrees v, threads, 0. D. thread 4.875 and root diameter 4.6263, 1-1/4 inch 1' 9 pentaRon operating nut and opening by turning counter clockwise (left). Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. Fire hydrants shall be of traffic t7pe and provisions shall ba made for drainage of barrel to protect units from freezing,. Fire hydrants shall be of such length as to be suitable for Installation with connections to piping 1n trenches 3-1/2 feet deep unless otherwise specified. Fire hydrants shall be IOHA. Pacific States or approved equal. Approval seat be obtained prior to bid opening. Fire hydrant assembly shall include C. I Tee (NJ x FL), o" Gate Valve (FL x NJ), 6" C. I. Spool (PE x PE), So NVO Fire Hydrant (NJ Connection), g" x 24" C. 1. Cato Valve Box, and 3!4 inch Shackle Rod with accessories and two concrete guard posts. Paint Shackle rods is specified in Special Anchorage of this section. The hydrant shall be for a 3-1/2 foot bury unless otherwise noted on the plan. Upon completion of the project, all fire hydrants shall be paintod to City of Kenton specifications and guard posts painted whit.. Thu City v. Kenton Standard Detail fot hydrant asseably and hydrant guard posts is bound in these specifications. Fire hydrant assemblies shall be measured and paid for at the applicable unit price per each, in place, complete, which shall constitute full compensation for tee, valve, valve box, spool, fire hydrant, shackling„ two guardposts, installation of blocking, bracing drains, fittings and all other necessary accessories for s cn nl"t" installation. TP-0E REMOVAL OF EXISTING STREET 1MPROVEMRNT A. CENKKAL Conform to Section 52 of the Standard Specifications and to King County standards. D. PAVIMENT REMOVAL The Contractor shall inform and satisfy himself as Lo the character, quantity and diocrlbution of all pavement removal. Removal of existing pavement shall cover all types and thicknesses of pavement. Cut pavement, or other street and road surfaces to a minimum width which will permit the proper ex-:,-'ion and bracing of the tench and allow fur passage of vehicular and pede$Lri ar traffic. All pavement cut$ shall be smooth strsit lines (saw cut) or to the iearest construction joint and shall have clean vertical laces. TP lU C. FAVXMW COST All cost of pavement removal shall be considered incidental to the contract cost. TP-09 RESTORATION OF IMPROVED SURFACES A. I:ENENAL King County standards shall be wed. Roads, streets, sidewlks, driveways, shoulders and ell other surfacer. areas resoved, broken caved-in, settled, or otherwise damageddue to the installation of improveizents covered by this contract, shall be repaired and resurfaced to match the existinµ pavement or landscaped areas as set forth in these spvciflcations. Tim ends and edges of the patched and resurfaced areas shall meet and match the existing surface and grade, and shell terminate in neat, even lines parallel to, ale! at right angles to the roadway. No piecemeal patching or repair will be allowed. Damaged, disturbed or otherwise affected areas, shall have the edge@ of existing pavement trimmed back to provide clean, solid, vertical faces, free from loose .material. B. AREAS TO BE RESTORED 1. Existing asphaltic concrete surfaces shall be patched with 2 inches of asphaltic concrete Class B over 4 inches of crushed rock base course. 2. Existing shoulders and existing gravel surfaces bhall be repaired with 4 inches of crushed rock surtacing. 1. Existing Portland cement concrete surfaces shall be repaired With Portland cement concrete to match the existing. C. TEMPORARY MC COLD MIX ASPHALT MC cold premixed asphaltic concrete Shall be required in pavement aruas for temporary patching on this project, where directed by the Engineer. Furnishing and installing KC Cold His dull be considered incidental to the contract coot. D. PATCHING WIDTH The maximum patching width in trench area Will he 5 feet, except am required by King County standards. Any patching done beyond this limit will be done at the Contractor's expense. TP 11 �.r.wlt.r n'r.wMi.n\�. ■ sW w.O.r i!1 �wrr w n..\Mi wrlTr wr w ww n♦w n` . Hoar .\wY...YI.Yr.m.M nR ■1 nrl..ww w.!w•r! rw..!r.\\ 1!\n.Y.a++.t. �•Pr' w.rnm• rl�w.,l r�wrrlr Itr a. ..rY Ipa'n nw\y�i w NM nM1 wMw I.Ni OI an\ M.a awr i!•n � WATER SERVICE vw .nl.rr.a\n.n awl. irr:�.i 'q•is w w..an rn.raw • E I rs'aw rn.rm[wr.�. SI rr trn.rmtt I4M\w } ry.wn.a.M ww\14 nw rM[I.Ir N n111YYwY\lr.w .'I4N �r.wnw fR�!nwe�Yare �M.\l iY 1\��.It.\• � n.wn.w `rri.m�•e•r w. a unnn\�r nitt n n r n tW\�w w N nn w i 4\a.n 1w.•.'M �..4 wiYi w K\.LL\N�.Nw�tt �r- "T .o.n\�n in: :e..w• uwnt 4. 61' WATER SERVICE .M_..\aM_I NM IIwN.tow IW nN\\wp WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS Y�YN.J MXI Y�Y1Y1.[YtYll �, 1 y Yp.lyt p Ynb IM YN �. ry�IX"Y Y Y1 M4Y q Y. • /�• X N.�.. �I.1Y..�Y4 Y IIrM. PLAN ELEVATION FIRE HYDRANT G'JARD POSTS I � .q.e L.Yrt: IK•f�N ]"� �. Ir .tN..rrN riN np/.t IpW 10�Y.NI.tl W.. Y{.n{L•.Nt tY.�4 nN p YYI 1.Y MY.Ie YW . qt+.w A.b XN+Nn.yt y' Y l..l..t�Y�"YNYN.OYM R M�raY.Iw41 .I.•.t irX W.�.W•t�P YYrb.fl CUT I.:o.u:•.w .•IW.InW.p r Ir Y} q0.��' •'1:1 U fib•WX b.. - tWY. .IWY Y1) 111iP Ilq.n <YtNrl NK.�tl—+i� __ f(YttlY N.I.i.l .L <.qM.l NN.Y . 1 Y Kr.it • wl1 µX..Y .gIYnU.p ni r ..... • .Y�r�(Mtl~V L' ::. �\ IV. OM..I.fJu..IIM�.t •. �.wWt YY K4.LWI li Y MS11:� _.. �� WX1 rgo-Ki w.•�. .Y (.q Min llp IMf'u ] _J FIRE HYDRANT ASSEMBLY FILL FIRE HYDRANT LOCATION IN CUT OR FILL WATER STANDARD DETAIL CITY OF RENTON • •-41 DEPARTMENT OF PUBLIC WORKS I. N..NL IL 1►YNY]NY 1.INN YYu•rt YJnl •r•r wlrY`rxwNr yrN _•' _V W`M Fww««[Y1NIY�l =yrM N r I«•M••'r rr nN r 1•Yw.••r.N'Y ..y r wwN f My rrr• • • iYN rF M•v IY 1Y•N rY sl r tlr•.ti•t}Nt • V+•Y•w a�\la•w r••Y r r.v r ]YN EBt a" • `•wl \1w V]y•w~ A y�wMYrY« C r ELI Y••nr .y•Ylr r••-•�Ny fw. r N']r•. \ r f•rYl Nw.wY• .y I. ;h.Yr,•.•., .•I•wurN r•+IttlN it • •.•••MrY•.~.•Iw,e rr AY yYu.w f:Y N w t.Y.M .yMr A .w. w`[N[N�.«,fw••r.rxr yr µr t w.r•r• x llw YlwY fvN•r•rYl .«Y••'rN N.wr!r.«,. ` ` 1 IIB•BEMD IYIY!]MN4 T TEE �i 1 •!f 1 YYr Y41 lif BEND 10• BEND •xer wrN•Y.. r� ►IauNE I ] w.w y:M.N N.Y.Nr.r.l••'•r'• ••(s:—'i r.•. NOTE E011 CONK% VEWT"L SwS BLOChINi, 1. YnrrN w.rY INNr NY•. T SEE YV1f.Y]WWIEi R.N NO ].T \. w:.«•.y..• A.Y.•:w rN 'ti0••Y«.•. _ •'^ r'r. ^ TABLE I f •r.r,.N N...•.r fwo.,r[. • .y.Nr.NN...•...�.o evw wifW •• mt ••ww •q r 1.••.1 r P•HN trll Nr r]!r xN}a rr\f' 2t.1/] r jEQyL }4 IN4 NN MY Nw 1. r Y •=wYrr• wrN• • ) M I.riC an am. H •H Z" Y I < r•v Yr••Y•�Y• M 1. 1.IH 1% w S.IH .Nt urY w w Y N w Y.rY]• W.rlw.•rY nY y Y M 1. II,M •.flf ).1]0 r,lm •m ! M q,ltl Ir,M u.fN f.M S.OH t b1fhC q IH ILNe M.iH N,Na •dm •.ft[ w.Y Y••I•N w yN]I•M Nr N' tN )].'m .M Mile OAN f3k YY~Mlwu•M NN:«.f.Mtr .f.Wv.•llq Ir tN N.M N.IH H.M rI.OM YM IN.«•.r r•10'\I•~jrTYn N M w.,A N•rY[ M IYy. N" 41 H.1N N.NO w.NO H.NO mat at f,rY ].Nt M Y tNN l rNl•1•rw M Yr•wr:y lr•IY W r! Im w NN•r. I,f}.Y.x H.M :w M]'`rf••r •'Err• .Y,Y.N IN Mre:r N ry•wNN N M N.W M.M Y Y]N]Nrr~Y.w.N IL Y•IYI w IrN Mu•r Ir IY M }.•If II1.M tf.IM m.H• 1l,Im IN• w•• H M a,IH M,M rN.ry ISJM t,: r.o•N nw•M1I•)rrr ! lft IN.1N ]U.M rH.]N N�m N.n[ rr•Yr.N•w\M..rY.wr...Y]N[r•Y•Y r rN . Yrww ••r N lrNr.M�.�y yTgh-�.7�+ .r..... rr TABLE Y •wlw YrNINNv\N tlwr lryr.dtLTa...�•Itr• NnF Y•M N]wN.•.YrrN trw. N•, Y•rry ��f.p LI try\ n N. ]rYr r rmYrr rw•r]rY•NM Wr r Y Y•xM. •1 •.N r • 1 Pn M•l NNrm.Yl rFr w..., .N.r Y„. :.,I.�f_•�r:.r. .'.r��ilw• r.. • i«• r.M r••nYl .M •C.�jL•fNn tfw,•..•YwIlw..Y x«o« i'••"ie w"Y.r.r.rlw•... rr.r:. N..wr. re:M .•w.•:•a N]w •r\r V r •N1M rlw•r•.r,�r •r..w wyaNrrNY.A• I• .ri f r I.N r •rll••fllN r.r.n Nr,Yr.r••rrr.,«r NNwn•N nr.rr WATER STANDARD DETAIL CITY OF RENTON `^• \i••1 DEPARTMENT OF PUBLIC WORKS .an•IwN r]• TIE ROO SELECTION TASLE •ytl1Y r A tlM un NfYltl n' . ) f ♦ I Y • Y I N ne ✓v N I.N ✓• Y N I.N ✓• In' I " • N Y' in n.N yr' ✓r �n' n' w ✓.fr ✓Y' or (r •.N ✓. in i1 N M.N W" N' N Y.W ls,V w N wew In N N Mi.N 1/I rn+ � .n.\N lu W1 fW\Yw r tlI�YR.A.flr N Y.N n� 1 •f.Nf!W\rw YI�rYM1Yl1 MN v�M1.t\(YI N VI. rl A IN M IY N{.�\Nn4 N 1 frn[�(Y n IMM•IA N[(w Af.N{.nYl.•n fY\\M i!Wl W\{N WlYnl.Y{YN.nM1 i(Nn M.rnll! [YYY��Y N'.I� y Mr M1I[Ylf.l .Rl�N W{Lff.n\\Y{IVIYI�N Y IWI W{\Y YfY ll(YI l' NY.W\�(WWI�Y Y.W IwNY:1YIMlIN M.Nw{ .Ii..Y IWOY.iY MIY. • Y CAST ON LUGS TIE DOLT •DUC-LUG' RETAINER CLAMP FIRE HYDRANT AND GATE MI 4 TIE ROD ATTACHMENTS WATER STANDARD DETAIL CITY OF RENTON a N rY• DEPARTMENT OF PUBLIC WORKS aoww• tlr .Y..r. rur ri„r N.cl l.r nw �rrue.Ym lY{rn Ym N .YYrn wN.rN 1 NN rYino 'wl 1 WY,tt.,Wr lrN. n fN ! r.'I.N PLAN rn w..rN r.rn,N\ry Y W.YrY.r.Y np NI[I Wt rM wn N.. IW ry.,l.w M1[. 1\YYN .111.,w {YIY.1 rn.M.In um Yn,Y . YWY Wf /( 111 rN N.rW..y.11H,, {.rY HNh.O.r. w / tiW{lµ 1.rmw fl Mw. mNbl hYY.,h 11 Yl{Yr.I.uY It Y.f Lll ,Nr 11 H aw{n. \wre ! I.,..vai! lw HNh ro rr. ! wl we.Yrr IIY. ry IrylarY..In�o lH�H« nl�.Y IIHY Y\NI. 1 Y IlN r'GN rwN. nYH \t WNrtt!,.Y I,n r wM,ne r.Y xN V r Ns .rh n n\ n .r 11 W.Y. Yl.n rr..e.nl H' rrhrr.Yr Yru�. Wr• �l• �op • �. fr.W.11 .1 r r N ELEWTION 2" BLOW-OFF ASSEMBLY WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC 1MORKS rww.rn GENERAL VISCELLANEOUS DETAILS VALVE OPERATING NUT EXTENSION DETAIL tl "T"L— � 1 1 1. I•ww tw• 151.•LLY•ii•�-lrnslr Pn In'w..Iatw), t[xaIT3 w x�'a' w• l Yr v'NYr w: Ima:aa w e w..xwr s' w .n µr Iw.R•M t\I&tlr D Y e{tt ry.KN 11n' lalN wYPIwN me Ya. .t't Yl ttxatPS w tl",Ina MI.- •;[.Itr. Sf_'YERAL NOTES THAT SHOULD BE ON ALL SLATER PLAN SETS Ya4.r.•II VALVE MARKER ►QsnIt PwMN w t•Y«[wW w'n�w..`.i"•v\ WI F.t ELEVATIONS w)4.Y...w b4'•,u\,W t n+ IwN`W N rINYt Nm4N Iw.Y • N ,FMrM1.V Y!•y\Y tN M Ir•f[I Nflw.. r IF-I.wA.U-O�.r OWr n. -r I"N •tw•I r hw"J•�.Nwl.F t4�V,MW�4M W'YY'N 4 Y[NY.1 a 1 1"I.tIN.Y r[a[,w 1•M.fltlt iN.n14.•4p.,,N �•t••\MyTYnN•s,Y 4 P)!Yn LA.iNtn.P1r �Ywf)I'.\\N.I,Y Y�IIM HI.4�Y rM�'}y r MI.•4 a tf 1' Wl,tp•Vw.N!w•\4��p•P[N,P w.•..1,µ 4 1 111 wW w.n 10 ue4.W W`rNN4 Y,'Yr• M •I M :r1 Ylr•1.,•.yN NI r y,. t I y1•N If^`YI`Y tY N 4•YY.Frr pn•1 H.Y PYb .L11 I ..W ww•`.N Y,m\N[M' YrYY1.n. \ «I r1Y N!N•r•�w m Ww w.`.Nlrw o \Y 1.•:,..41,P• W[,tl•I Mtn W 1Y Y\..N\f.1 NI F•`,lr'••a y I.Nr Y4..w wt,µ W F.w1,.IY•n4...•I w 4y NY.W 1 1 N.aY.rp1,Y I••Iyfw1 w1 b••11-IY•4•Yt,n.!,P Y••4 1 Y[WNY fY.na^In Va[t w•.•.w\Y,v V a Yarq�!4[.w\w+u IYN YNI•�1 4N W.1.rA'SY.N.NNr t,l.xel t :NVI'.Nw•I .RI IY,.NIY\.n,[4. !,wr w wW I V Y If6{• •n..P Yy>I'lq� •yN w'oM N Ix[,Y N![Y P••tINY1.,N;INY..Y\IE[P'1 P 1[ .Ir[Y.•[�Y 1 Ynt,•Hr�µ 4 4 Y[w'VW N tY t!mN W1n 't1..N10Y.I{LLb:a .I,4[ riN•N• F w`w V tY ixtla[:1.eY 1xNF.':x LL't0.P YY.v4 n r[Y[n!NV punw 1•rY rx 1:IM YM. 1.1 wr NNl i It Ir w�.M ro lx NOY.I�1w\Na II 1.1.•e[,w N,!Y N<w 11•.rf 4••yrM41.w N W[,y N Y.ts .Nt fOp•I•,pAY.1a r..wl r\.L.. N W !Y tY[•.In[W•Tfw•,\,Illy Y Y\,•I W N`I,y tw'!r \LNIP N1MP N M µN• .MMe1••Y[.IrlllY.11 Nr[IY Wt•'Nfl�!�Y rNt.1fIN 11RPfx It w�W 4.wr14« INI[I: s NI:n N0�1�N�..tlll r),IN • 1 •Y\r.•r1.IWNr 41w!.41r We'l b.P H.PIIt IPP:. IN 41N I [[w W.Y \N'I. .w.r I Iwc WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS DECHLORINMON t r +Iplew►+•ps.tl.IlrrwpnrYrtltltl w.[u ewry Iw+et�ww•.wrwrr 1 wwp btl ppwwrpwbwwwwpww[ pr- rw 9etlYp wewlpgllN ,rtlrYtlrl[t.9 pr,pDl 1 l.e Glr w wr b plOtl9prb,[tlnup wpw bt bwr r w wws[,wnt[P 1 Swr 11wtl nln.bwwrtlD w tl+rwe[e.is t Yws n w'ww9 b w w w tr,[ . 1 1b+o wpP.G1p9 M'[ww[rb.n w wwY 1 Mtn Y4 TMIL I I 1[nn[[Rpi_M nl Wo Ypi 1 YY tlib[tll.V'0.. bJN O'Rw.w9,P(/9Yi1.9iIY 9ltlybyp yry, 1popl[�p'w-IYI9 bYl N�[bYm hM9,[GM„[G09ra1OD b Y'T.1�LO!b\[[ Opws w ppytlp Yppr�tiYwl tiYtV C/4� 6N.r £N..• T p. IY tL Y p1 [r R � Y It 6R pp. 1 {b[.M.AY, .ti P HT.M pfJp.v w Owwib.lFP I VIDO J![�:�:P Itllb�9 Y9\19 0 r})gwlp. � G'bn.Y p'M.nr[pwetlwr [e..s✓p.wwneG'.w fOWi9ry GWy: AoruPLIco+on Loc"SUPPUERS 1 Ypwb 1 .o-M bR'N pRYp,nwq y.b Kf[.[p P([y[,ne ry ' o+"wK N.'w G fN9'wtlw owY Mp RanC.!•L�^py. Yb'.,OII Mr YGwp\ �. m.'+Exr,R.r,n Mlr�mYwW^M vre^u pet.[s.n.a' [Y^i TT. . < b s:'•Ml.l[I+MJ et p+\ 'GYM D.rn V-M TY.Q}L,5`b ht U1 � Y CYtlIMi prr Ylw[ pV rb es w .re,r caw.•e- r:�[M.pwere.r[•. R'w GpwEEe �- nmY:,u M1 ro.w.pp wp wrs n nta..M1lpT Tl Ip.qr l'*w.'•....tr.,. b M1 tw+bn.rr..,r r r•cmr: nr n.r.xe•. lY[tM rv< Tr.stets ' M1 4u•. ,l w-,Ie...M bDMl.p[p y r!n1 DGbupnY:Y CT,.GI'.[ppD.r'n• I ' GN�Y[Y9YDwTr•rIXni-.Ji.S wr�„pk'M1iIP'. TGC.\£ 4F._ '. i Ii.M:e'.�[•,l['fib^9tlt M. nbr w bl.t £Y-..YM li.Obl1N b N�NI�� IM=ESS ROW OAGPA 1. (Yfne•9p'.-' tY'gnlrptC ,P MT i b+'V b Y,1le. WATER STANDARD DETAIL CITY OF PENTON CEP-7Tk'FN7 OF PL_LIC /UTILITY ROLE UTILITY POLE / MUST /E MKD FULL R101N FOR KALE Il I StRCET 00 3_�. 1 COMPACTFD ERT DN 1 de. I I / I CLASS WALT Rcc: METE I Or I al OS rT/rT SL 0.02 FT/FT te. [IIMGIIAM SLOPE o ox r T/Fr �". a'l f` 'tt I,; wIN COMPACTED DEPTH CRUSHED •� IF lVIIfACING TOR COURSEF xI/x H MIN COMPACTED DFPTM CRUSD I \_ RATER LMRS Did GAS lM[5 OM SOUTH,; I / 50RFACING MASS COUNSC R RE91 SIDE OF RORTN • f EC so" or ROAD SEE SfF,1NR'1 ! 02A GRAVEL MSE CLASS R MAY REROAA SfC SECTION 7 OxA RFOUIRED OFPEft01N6 ON SON CONDITIONS SFF SECTION ! DIC MIN. GRADE 0.5 /. MAX GRADESEE SE.C. ?02 N SMOULDERS ON MINOR ACCESS STREET! MAY 1E 4'-0" R'(SHT OF WAY • S LAWS OM MINOR ACCESS STREETS MAY RC to'-d MFIRNRORMOOD COLL.41 LOCAL ACCERS •o' NOTE: MINOR ACCESS STREETS 40, THIS DIIAwINR ILLUSTRATES A TYPICAL ASPHALT CONCRETE SECTION, ALTERNATIVE I FOR OTWR ALTER - DO NOT SCALE NATIVES AND POSSIBLE REOUIREMFNTS FOR INCREASED THICKNESS OF SURFACING - MATERIALS, SEE SECTION S 00 NEIGVIBORHOOD COLLECTOR SMOULDERS SMALL RE SURTACET) LOCAL 01 MINOR ACCESS STREETS 1 As RfWnFo By xcnpN! 4 ox AND ! a 11 A. C. RURAL DITCH SECTION Imw CO. RAIIMNOTOR 1 .I DWG.NO 3 F. ASPUALTIC CONCRETE SURFACING i'he fialahed patch shall provide a minimum thickness of 2 inches of aaph•iltic concrete over 4 inches of crushed rock base course, or as in accordance with the latest King Cnwuy Roadway standards, &;furs plaoewont of the asphaltic cuacrele patch, the b:,xc cuu rau ;u-+terial shall b.' shaped to the same etc-ion and slope as the finished grade and com- pacted to 100 percent maximum dry density at optimum solsture content as determined by Standard Proctor compaction test, ASTN Designation D648, Kethod D. The asphaltic concrete patch shall be placed over the base course so as to Obtain a minimmre thickness after compaction of 2 inches and shall match the existing surfacing. The asphaltic concrete shall be rolled and crossrolled to obtain thorough compaction. The edges of the patch shall be sealed with asphaltic grade RC 70. base course materiel. shall seat the requirement set forth in Section 2I-2.01, APWA Standard Specifications. Asphaltic concrete shall be hot plant-mix, conforming to Section S4, APWA Specifications, Class B. Paving asphaltic stall be Grade AR 4000 or meet the requirements of Section 27. Asphaltic concrete patching shall be swasured and paid for at the contract price, per square yard; payment of which shall constitute full compensation for the resurfacing complete, including subgrade preparation, preperation of and connection to existing pavement, base course, tack coat, finishing anc all necessary incidental work. TP-IO UUSr CUMTKUL The Contractor shall provide a minimum 1,500 gallon capacity water truck with a pressure spray designed for street cleaning. The street shall be cleaned Of dust and debris at the end of each working day. In addition, provide sprinkling, as necessary, to alleviate dust nuisance or as directed by the Engineer. the Contractor shall obtain a fire hydrant meter from the City Utilities Department and keep records of water use. Ail coats of maintaining dust control on this project will be considered incidental to the contract coat and na separate Payment of any kind will be made. TP-11 CLFANUP During the time that the work is in progress, the Contractor shall make every effort to maintain the mile in a meat and orderly co,ditlon. All refuse, broken plpe, exceaa excavated aa,terial, broken pavement, etc., shall be removed as soon as practicable. Should the work not be maintained in a satisfactory con- ditloa, Cite engineer may cause the work to stop until the "cleanup" portion of the work han been completed to the satisfaction of the owner and/or the engineer. All costa of cleanup on this project will be considered incidental to the contract cost and no separate payment of any kind will be made. •11, 12 Tr-.11 SERVICE CONNECTIONS ServfCe line connection to the new main will conform to the Standard SpecificEngineer awills Rentona' the City of indic to the locationfor the taps on the new lmain lfor each ' service to be reconnected. The Contractor will direct tap mains for 3/4° and 1" services and use double stay service rlamps for 1 1/2` and 2- services. The C.00tractor will use copper tubing for 3/40 and 14 lines and galvan- ized steel pipe for 1 1/Y and 2' lines. ` Connections to existing service line will be with Dresser type couplings for steel pipe and flare-type, three part unions for copper tube. TP- 12 RETAPS AND RECONNECTIONS OF EXISTING SERVICES IAs directed by the Engineer, the Contractor shall relocate existing service connections. This work may involve only relocation of the meter box, meter, and meter set, or it may require retapping of the main. The Engineer shall determine in the field if the service requires relocation and reconnection or retapping from the main, and will direct the Contractor accordingly. TP-13 FIRS HYDRANT AND OTHER MISC REMOVAL As directed by the Engineer, the Contractor shall remove, upon completion of all tie-ins the old fire hydrants and deliver them to the watershop. Any other salvageable items shall also be delivered to the city water shop Thtse removals shall be considered incidental to the project. TN 13 ry T E R 0 F F I C E d E Y f TO% P/,141.1 DATE, J Z�S71Y£tiL FROM: t JA BNvjwm SUBJECT: Z� I.ly IItTK A. Y it31« t � ! rlfrn Y f 119Tn� 4 SNin {r .{ELiMENTMV $ ! It4r« Pl ';` 61. 11{•n Sr kNODI ! IUI« 6r S il6r« S. L 5 f r}{•r`y 5"� 11)In ^ S41Wn® 6^ 111TN f1 { r 111M1 i f 4T dRVF 4 f S IT Al 1Yy[w f ' . f J i A y�.4ya S< 119Tn YI( WAD Sr Sn��vw�{Y *9 h I] S S )LI« Sr Snt r{CEM OIN�ITT r _ . ^ ON 4{r Sr SF"' _[ i scnooL 1149rY p i S 1111ry s I]9T« Slt 1]]In M1 O T}M1 F 1YJ I } I { {r s 1}frrr ^ 3 3 t:P« Sr 9 N2 )AD vl torn nT Sr i n i .j a s < !301« S. FF TAU J{ i i ` K✓< AVEt r{N OF no,« CIEN 4 rt}NO 1[�(111ST SCHOOL i� f th nK}F l 0 9- •IRw»T Sr r S U]FU !r K S 9 " ! lllllC !3{rp IS LVL fJ S ^ Too,N 3' ? RLFrO6 y 13!•n t � 3I ��'} S SK erf,TpR> w ti t 11ern i )K :hD � •« SI = � 5T l !UF' T b K9r „.i a w sY 19NOS rpF, i 6 S i; sf r )4D { SM1w r• I �0 p PI { )PU PL e {T n NI hInF yfCNONV SN « hUN ! F �N111.1'IFI OOL {rh t �R� JVIE j VICINITY MA � • •` P � ! i{1{D h h u i n U5 Ore. 10/14/70 Caettmel, No. CA.0. 05'-82 NOTr:E OF CMIP E'TION OF PUBLIC WOKS 0O11111RA0f To: E=isi Tax Division Ntet '44'; 20, 1983 Audit 9sotion S'ax Comma—lion Myspiar Washington Ds Not Use hm: City of Renter+ Assigned to: 200 Mill Ave. South Rernon, WA 98055 Date Aedprd: P.W.C. ■amber: Date t Oentlwn: Notice is hereby given relative to the completion of contract or project described below: Description of _ontract : Water Project W-427 - 8" and 6" wtermain replacement at 84th Ave. Co-op System frnm S. 122nd St. to S. 124th St. 7ontrsctorts Name * Grant Construction Company Contractorts Address s 17019 S.E. 128th St. Renton, uA 98056 Date Work Conutr:ced :September 10. 1982 Date Work Comlileted :May 10, 1983 Date Wolrlt A0067ted: May 20, 1983 Surety Or Bonding :.ompany :United Pacific Insurance Company Agents Address : 1102 Broadway - Tacoma, WA Contract Amm.mt . 80,036.51 Mount Disbursed : $ 82,054.71 Additions : $ 550.88 Amount Retained $ 4,029.37 $2.979.67 e 6.5% Sales Tax $1,892.76 . 7.0s S 5,496.69 Total m $ 86,084.08 S 624.26 - 8.1% Total $ 86,084.08 By Disbursing Officer - Finance Drrerior Twit£ COPIES OF TICS NOTICE MUST BE COMPLETED BY THE JISBURSIM OFFICER AND MAILED TO THE DEPARMVT OF REVENUE AT OLTMPIA, WASHINCTON IMMEDIATELY AFTER AZCEPTANCE OF THE WORK DONE UNDER THIS CONTRACT. NO PAYMENTS SuALL BE HAVE FROM. RETAINED FUND UNTIL RECEIPT OF DEPAJ11MIENTIS C =:.. Y ACCORDANCE WITH SAID CERTIFICATE. LI M y ; A ak .• E' e DATE May 20, 19n! TO: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PROGRESS PAYMENT CONTRACTOR: Grant Construction Co. _ ESTIMATE F 4 (Final) CONTRACT i CAG 053-82 PROJECT: 84th Avenue Co-op water System _ Replaceoent, Phase I W-427 1. CONTRACTOR EARNINGS THIS ESTIMATE f 7.706.90 — SALES TAX @ 8.1% 624.26 3. TOTAL CONTRACT AMOSY' THIS ESTIMATE f 8,331.16 s EARNINGS PREVIOUSLY PAID CONTRACTOR f 69,236.47 S. EARNINGS DUE CONTRACTOR THIS ESTIMATE f 7,321.55 6. e J9 T X line 1 SUBTOTAL - CONTRACTOR PAIKNTS f_ 76,558.02 7. RETAINAGE ON PREVIOUS EARNINGS f 3,644.02 8. ' RETAINAGE ON EARNINGS THIS ESTIMATE 385.35 9. SUBTOTAL - RETAINAGE f 4,029.37 10. SALES TAX PREVIOUSLY PAID f 4,872.43 11. SALES TAX DUE THIS ESTIMATE 624.26 12. SUBTOTAL - SALES TAX f 5,496.69 GRAND TOTAL f 86,084.08 FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11): co, 7 7 ACCT. ! 401/000/I%-"4_V Ai-is f 7,945.81 / 4 ACCT. 0 f _ t_ RETAINED AMOUNT (Line 8): foi 77 ACCT. 0 401/000 15.744.X.63.15_ _ f 385.35 a4 1.0CT. F _ f CHARTER 116. LAWS OF 1965 TOTAL THIS ESTIMATE f 8.331.16 CITY OF RENTON CERTIFICATION `RETAINAGE: 5% of amount. t M N,4x14Ve7 OC•!Vag CM•�usw 1�Wr/A AAuti 11ur ,Ml 1Mt[�M4a 1YW HO IVY..NO.Ml M�MRa atYOl VD W na J20�N,IAMO Y OlatAeLD alaM YIC nM� ne ty/0\A J/al.aY!Yp J1�O .M4,W.P�,.Y,a,M 4A 01 Aanp Yal fwt i� h,n,W�O �Ult aa1 aan al Ma CIIIY. 8 . f� CITY OF REN IN Sheet —of 1 PUBLIC WORKS DEPARTMENT uanae l Date CHANGE ORDER IA�er QOrdered byFM,neer ,aster tress of Saetia„ 4.1 of the, contract De. 053-02 Stadayd Sycu fwat loos (APeA) GT Ch.ge Pro(oscd by eontraetct Tr. Crant Construction 17019 S.E. la6th Renton, WA 98056 Erdor,eJ by _ Crant Constructions lip Ro„to j Federal Aid b. Tstl• l \�•J hs1Kt Title W-427 ALrh Alren„g re-,p Coutar 34vAe bF Suxety: b.hta ts4uctedl Water System Replacement. ._.. by. _ Phase I uty-u cT --�ate . . . . . . . . . . . . . . . . . . . . . DESCRIPTION OF WAR . • • • • • • • • • • . . . You are ordered to perfon the falloeina described eort upon ncelpt of an apprevad copy of this Chang. order. Furnish and install approximately 491 L.F. of 3/4" and 1" water service line downst—am from Deters at various locations. This additional work Glade necessary by relocation of meters previously served by City of Renton and by Water District No. 14. $ 3,316.68 Furnish and Install two 12.5' long median barriers at STA 3+80 of S. 123rd P1. 510.00 Remove and dispose of existing s-.:bstar:_'ard asphalt patches throughout job area. Replace with crushed rock and Class 8 a_,:-.alt per City Standard. 2,956.00 Install two 8" plugs at STA 0+20 on 8a, Ave. So. 220.38 Subtotal 7.003.06 Tax 8.1% 567.25 Total $7.570.31 All %orb, saterials and seasureaent to be in accordance etth the prorlsiont of Ma Standard Spaclfiurions snd Special Prartsleea for the type of constru"'. tnrot red. FORICENAL COMr RACT CURAENT CONTRACT ESTIMATED NCT CHOCE ESTIMATED CONTRACT AMOUxt I AMOUNT THIS ORDER TOTAL APrER CMANGE 6 85,238.88 s 85,238.88 S 7,570.31 F 92,809.19 ACEY USE ACE%CV USE APP ♦4 ummoNDED APPROY ij4j, 0 _ 6 9�43 _ - `�&3fJ —fto,tat F.9ie'k 1a bI c t 4t aL^+ APPRDIAL RF.taaa.SLED O AFnOtiD DISTRICT STATE AID @LINita Lly Date L CITY OF RENTON • DEPARTMENT OF ENGINEERING a • MUNICIPAL SUILDIMR, 200 WILL AVE• 8OUTN, RlNTON, WA. 96058.23S-2837 PROJECT S•tA A+e. ee-op Yarer 5ptea PROGRESS PAYMENT ESTIMATE NO.__(Final) aTth eT Contract Ne.-cu-nauz Contracte. r...". r...� Cbunq Date "111A'._ sh"t 1 1e R DeecnDt ro" !u DU EVtS TOTAL THIS ESTIMATE TO TAL TO DATE P6p. Unif Uml Pr,ce Qt1, Qt). Amont Q1,T,�rno,tt OtT Anloum 1. Potn1.A and IY1.11 S" M52 D.I. Plc• L.P. 13.11 1465 145E 19.060.16 f 0 0.00 1456 19,088.:0 2. Iurnl-h a 1Yta11 6" CL52 D.I. Pipe L.I. 10.14 1774 1863 I 16,890.62 0 0.00 1963 18.890,82 3. Select Tr.h Iator,al Toe 3.00 72C 604.E 914.56 (97.5) (293.50 201.J6 632.OP 1. Aep•ultic Concrete SurLce 4etor- atIm S.Y. 5,11 7M 00 417• 2,793.7, 0 0.00 A.56 2,797... S. cat Rock Surfacing Ton 6.40 900 �•3� 2.472.70 123.41 790.34 509.85 3.263.01 6. Concrete 63ocklnb C.T. 70.p0 6 2.71 192.50 0 0.D0 2.75 192.50 !. S" bate Val" Ass Ely Be. 750.00 7 2600.00 0 0.00 8 2.800.00 8. 6" Gate vat. Aa.r61y I S.. 259.00 5 > 1:250.00 0 0.00 5 11250.00 9. $" 8v0 P10 gydnnt ba�61) I Ea. 11237.00 6 6 7.472.00 0 0.00 6 7,622.00 10.12" 61w off A...ably So. I 350.00 4 5 1.750.00 1 0 0.00 S 1.1 s .00 11, eonatrvet ton Stoking ' L.B.I 1.560.00 L.S. 100f 1,560.00 0 0.00 30pk 11560.00 12. S.rvlca Coonection. to. I 263.00 35 46 12.098.00 0 0.00 46 12.098.00 13, A.phal[ic Concrete Surface 0var1ay Ten b0.0o1 50 a D.00 0 O.0p 0 la, Ratap of GLtSn6 iarvlr.. So. I 206.00 20 I 8 1,618.00 1 0.00 206'00 9 6" D.I. Pipe Delivered and On Band I,B54.00 (9A of lmolce) 1 L.P.j 5.05 Si.c. vit robs D.11wnd and On Sand (95% o. Ivuoice) L.S. 1.900.w I I I Change 0rdrt Al I 1 7,003.06 1,001.06 Sv6mt8] IGY and CNnR< C_Lr. 72,580.49 1,706.90 80,581.19 6.51 Salt To. 2.979.67 0.00 2,919.67 7..01 Sale, Tax 1,891.76 Sutt Salt To 0.00 1,624.26 Sotto u: Sale, Ln 2.00 624.26 696.64 Teal laclW SnR Selu Tao 4,02.43 624.26 S.a96.69 )7,732.lI 8,171.16 86,084.08 Los. SS 4uf..ge 7.644.02 385.35 4,029.17 Leu Aawnt 9revioual) ?old 1a,108.40 AYue[ Due 1A1. :.e[SYt. 71945.81 71945.81 I I I Y, a A4 n 325 Rev. 10/14/70 Contract No. C.A.O. 053-82 NOTICE OF COMPLETION Of PUBLIC WD)MS CONTRACT To: Excise T&:, .avislon Date May 20, 1983 Audit Section Tax Comaission Olympia, Washington Do Not Use fraa: City of Renton Assigned to: 20011:11 Ave. South Renton, MA 98055 Ate Assigned: P.M.C. Number: Ate t Gentleman: Notice is hareby given relative to tits completion of contract or project described below: Ascription of Contract : Water Project W-427 - 8" and 6" watermain replacement at 84th Ave. Co-op System from S. 122nd St. to S. 124th St. Contractor is Name 1 Grant Construction Company Contractor's Address 1 17019 S.E. 128th St. Renton, WA 98056 Ate :fork Commenced 1 September 10, 1982 Cate Work Coepleted : May 10, 1983 Ato Bork Accepted: May 20, 1983 Surety or Bonding Gagxny t United Pacific Insurance Company Agent's Address : 1102 Broadway - Tacoma, WA Contract Amount : S 80,036.51 Amount Disbursed t $ 82.054.71 Additions $2,979.67 @ 6.5$t $ 550.88 Amount RstslnW t $ 4.029.37 Sales Tax $1,892.76 F 7.08s $ 5,456.69 Total : S 86,094.0E $ 624.26 @ 8.1% Total S 86.084.08 By Disbursing Officer - Finance Director THREE COPIES OF THIS NOTICE MUST RE COMPLETED BY THE DISBURSM OFFICER AND MAILED TO THE DEPAMMYT OF RVIENIM AT OLYMPIA, WASHINORON IMMEDIATELY AFTER ACCEPTANCE OF THE MORE DONE UNDER THIS CONTRACT. NO PAYM 6ET3 SW BE MADE FROM RETAINED FUND UNTIL RECEIPT OF D A , ATID THEN ONL=ACCORDANrE WITH SAID CERTIFICATE. UDC f ® L b TO: FINANCE '7E—�X 20`gg= DIRECTOR FROM: PUb;; C 40RXS DIRECTOR SUBJECT: PROGRESS PAYMENT CONTRACTOR: Grant Conatructi on Co. CONTRACT I 82 ——^ _— Gr, p�_1— PROJECT: 84th Aveaue fo_o ESTIMATE ti 4 final �,. Water 2. TRACTOR EAR IN NG 7S NIS ESTIMATE �--t' phe.. I _4z�7� SALES TAX P 81 f_ � �•� �_ 3. TOTAL CONTRACT AMOUNT THIS — 624 26 _ ` ESTIMATE 624 0• EARNINGS_ _IOUSLY PAID f 8 33i�'�-�— lye 5• EARNINGS DUE CONTRACip~`'--�- 6. a 95• CONTRACTOR THIS ESTIMATEf 69 236,47 L._:,! Line 1 f 77 32� 2• RETAINAGE ON PREVIOUS SUBTOTAL _ CONT S EARNINGS RACTOR ;AY1,Eor5 B. ' RETAINAGE ON EARNINGS THIS ESTIMATE 9. f 3 644.02 �558.02 10. 355.SALES TAX PREVIOUSLY PAID SUBTOTAL _ RETgINgG ---, . SALES TAX DUE 12. IS ESTIMATE 4 872 4 THIS 1 43 f f -- 4 029---�_37 SUBTOTAL _ SALES TAX ES TAX —�— FINANCE pEPAR—T__ ----�_ GRAND TOTAL E 5 G96,6g PAYMENT Tp—�NT AC�ON: �"1- --8�4• e CONTRACTOR (L1�,S ACCT. I 5 and I1). ACCT. N — I - _ sor.3� RETAINED TAI ED AMOUNT (Line g_ S?r945.81ACC '— ACCT. A 401/000/15.Tor 17 I •A2.63.i5 CI SMARTER Ile *3 OF 981 6 TOTAL —_—I� q TON CERTIFICATION • ES _�— RETAINAGE: 5% of amount. WUO,,,O �Ml,y .h.S,y,�D y ro aq aiaam r *%y� p"aoW lap�(� RA..t 1 of 1 Cr+y OF ftEA PUBLIC 1'7oRXS 0NTON g, ❑ Oedert.' rod; Ak r - SII.dJ ent'! "n'ttr t1.Rt O/ �e >peu/tart too+ (Af! socttao e.1 of t►. ..1_ U �'•^►e propoaeJ S, Cant rrctor rantr kt a•. 053-E< A° Crant EMoned sr: C Cr s_._ o"3'rgc t ion Grant Const ruc[1 on �7p 28 of Tua�lPrtr�---- Hent�n IiA V8056 t' ratio_ � / ) _ atr. font t den) Aid [ w frw1oke4 teeuettdi A°I«e rttt. Water [ 'Re 'c---.�_�- —Phase I ----Pit_'- . . . . . . . . . . . . _— rot• Are ordered to p.rfoeo t4. (ol lerin 09SCaf RIOH pr � Fu-nlch a l Mrerl Aed ooet and tnste 'Po^ na.l - Ite er, at uslYraer, ous llocaclons�-e 491 1 F• of 3/4" a of M oppr.,ed Cop of 'h" <4",. •raer by City s additions d 1.� water Furnish Y of Renton and by Water ttork mad" necessar service line downstreaa from and Install two 12.5' ion Df st rfrt No. 15. Y relacat ion of meters Re0�,t.e and dispose8 median barriers at STA 3+ $ 3.316.68 Repla'e with of exis[i''8 scSs: + 80 Of S. 123rd pl. cr uahed rock and ar"ard asphalt 510•00 Install Class 8 a>;:a Patches throw S' plus - It Per City Stand,t rd-8hout Job area.d at STA OF20 en E1th Ave. So. 2,956.Oi] 220.38 SUL:Otal 7 Tax 8.12 -003.06 All 'O rt. aatertele 567.25 ro.blons for eh. type e1rT,.Ray Total of cons Hatton t to D. In $7.c cord'ece rl .570.3] lnrol wed. cA tAe ptotltlont p1 Oa7(:f W COtrt AA. tAe Standard S aWvr:r T ~— Rocltit.tiane CUR"mr aAT a^d Speti.t t 85,238.88 AMOUNTS pEST —�' TNIS lnArro conrpb5,238.68 O1E [2a Tsr Are Atrt} 7.570.3 prAL A. c-r Atmet(,raEO us t• cxAsc[ 1'- E 92,809.19 U 0C I UON KE.Kr u5f ❑ U»0. �cd•t.ALEp 67•-' t OIS""T ClUee�ti EO Rmcf!a Ea STATE-Afo ! _ L r MBA •t•�Y CITY OF RFNTON • DEPARTMENT OF ENGINEERING 1 ' •. � • MUNICIPAL OU.LDiNG, 200 MILL AYE. SOUTH, RENTON. WA. 98055. 235-2631 PROJECT 84th Ave. Co-op Water System PROGRESS PAYMENT ESTIMATE NO.I(Final) ,epTacement . Contract No. rer.-MI-R2 Contractor ('.rant Consrrn°rion -- Closing Dete.- 9j28t$2_._ Sheetlof� It Est PREVIOUS TOTA: THIS ESTIMATE TOTAL TO DATE Description Unit Unit Pr,c nl Qty Qty Amount Qty I Amount Qiy_L Amount I. °urnish and Install S" CL52 D.I. Pipe L.F. 11.11 1465 1456 , i?,088.16 11456 19,088.16 1436 19,0138.16 .2.IFurnish and Install 6" CL52 D.I. Pipe L.F. 10.14 1774 1863 ( 18,890.82 779 7,999.06 7Tt 7.899.06 3. Select Trench Material Ton 3.00 720 304.86 914.SB 100.7 302.31 100.77 102.31 4. Asphaltl< Concrete Surface Restor- .56I 2,7 at ion S.Y. 5.85 700 93.73 -0- -0- -0-JJI 477 -0- 5. Crushed Rock Surfacing Ton 6.40 900 386.341 2,472.70 203.9 1,305.54 203.9a1 1.305.54 6. Concrete Blocking C.Y. 70.00 6 2.71 192.50 I 1.5 105.00 1.5 105.03 7. R" Gate Valve Assembly ( Ea. 350.00 7 8 2.900.00 { 8 "..800.00 a 2.800.00 8.16" rate Valve Assembly Ea. 250.00 5 5 1,250.00 4 1,000.00 4 1,000.00 9. 54" MVO Fire Hydrant Assembl^ I £a. 1,237.00 6 6 7,422.00 11 4 4.948,001 4 4,948.00 10. 2" Slow, off Assembly , Ea. I 350.00 4 5 11750.00 2 700.001 2 100.00 11. Construction Staking L.S.I 11560.00 L.S. 1001 1,560.00 802 1.248.00 801 1,240.00 12, Service Connections Ea. I 263.00 35 `41f 46 12,098.00 -n- -0- -0- -0- 13. Asphaltic Concrete Surface Overlay) Ton ; 60.00 50 I 0 0•� -0- -0' I -0- -G- 14.1IRetap of E::Ssting Service I Ea. 206.00 20 I 8 I t,646.On -0- -o- 1 -0- -0- f6" 0.1. Pipe Delivered and On Handy (952 of Invoice) L.F. 5.05 i 900 4,545.N 900 4,545.D0 i Misc. Fittings Delivered and On .Iaad (95% of invoice) I L.S. 1.900.00 L.S. 1,000.00 L.S. 1,900.00 I I Change Order 41 i 45.841 .07 4 Subtotal Items and Change Orders I 72,880.49 45,841.07� ` 2,979.67 6.32 Sales Tax 2.979.67 2,919.67 7.02 Sales Tax I 1,892.76 8.1% Sales Tax 0.00 -0- -0- Subtotal Sales Tax 4,872.43 4 1 Total including Sales Tax i 77.752.92 1 48,820.741 48.820.74 Less 51 Retainage I 3.644.02 2,292.05 I .^.292.05 Less Amount Previously Paid I -0- -0- 1 I Amount Due This Estimate 46,528.69 r 1 6 �O 1} r I ,iUl 1 ; i :7i`'• 0 0.00 1456 19,088.16 0 0.00 1863 18.890.82 97.57 (29L50 207.36 622.w: 0 0.00 477.56 2,793.73 23.49 790.34 509.85 3,263.04 0 0.00 2.75 192.50 0 0.00 8 2,800.00 0 0.00 5 1,250.00 0 0.00 6 7,422.00 0 0.00 5 I,750.00 0 0.00 100% 1,560.00 0 0.00 46 12,098.00 0 0.001 0 0.00 1 206.00 9 1,854.00 7,003.06 7,003.06 7,706.90 80.587.39 0.00 2,979.67 0.00 1,692.76 624.26 674.26 624.26 5,496.69 8,331.16 86,084.08 385.35 4,029.37 74,108.90 7,945.81 7,945.81 s`k t n 325 Rev. 10/14/70 Oortrect No. C.A.O. 053-82 NOTICE OF COMPLETION OF PURL.IC WOW CONTRACT fo: Excise Tax Division Ate: May 20, 1983 Audit Section Tax Coordssion Olyrpia, Washington Do Not Use From: City of Renton Assigned to: 200 Mill Ave. South Renton, WA 98055 R.te "signed: P.W,C. Numbert rhte: Gentlemen- Notice is hereby given relative to the cotpletion of contract or pro+ect described below: Dssoriptiun of Contract :Water Project W-427 - 8" and 6•' watt main replacemen at C� 84th Ave. Co-op System from S. 122nd St. to S. 1240Q Contractorts Name :Grant Construction Company Contractorts Addre.;s : 17019 S.E. 128th St. Renton, WA 98056 Date Work Cornenced :September 10, 1982 Date. Work CwVleted :May 10. 1983 Date ='v,k Accepted: May 20, 1983 btirety or Rondi.t:g Cor{tany :United Pac, is Insurance Corpany Agentts Address t11J2 Broadway - Tacoma, WA Contract Amount : S 80,036.S1 Amount Disbursed 1 $ 82,054 71 Additions 52,919.67 @ 6.5b: $ 55C.88 Am=t Retained 1 $ 4.029-37 Sales Tax $1.892.76 p 7.08: $ 5,496.69 Total : $ 86,0C4.08 $ 624.26 p 8.1% tail 86,084.08 By Disbursing Office: - Finance Director ThRF£ COPIES T• IS NOTICE. MUST 9E CQVLETED Fv THE DISBURSING OFFICER AND M1S s:D 1'C THE DFPARTMEYf up RF.'.'FJ-t OLYN2IA, WA51TINGTON 1MFDIATBr,Y Ac%rER 0! M. WORK EON, UNJR THIS COIIWCT. NO PAYMENTS :4HAi.L dE MALE FROM KerAL`tF.D�FUM•- UNTIL RFxBLT v D .. .NTtS C FICA: . E 57 TWORDANCE WIT: SAID CERTIFICATE. o p -1 ti H H s �NCn�ll/ln �3 q A 1 I I' I P Furnish 6 Install U 8" CL. 52 D.I. Pipe }ernieh b Install P 6" CL, 52 D.I. c r Pipe .0 j Furnish 6 Install Select Trench J,� z Material cAsphaltic U ncre te'p v, Surface Rectorst to Crushed Rock yr o Surfacing N b N m .Concrete Blocking � n a K B" Gate valve S' Assembly ti s �) N `^ 6" Gate Valve o fa Assembly �m L x I � S' Fire Hydrant I Asarmbly 2" Blow Off Fy Assembly p n x > At r, Constructlon ti Ilv, Staking .�. ra cn. m �n Service Connect on Y 1� N -o o Asphaltic Concrete o Surface Overlay I +N o Retap of Y a �n Existing Servic^ o s •t N � ti H I ; � j m DATE: No•sebar 30, 1962 TO: FINANCE DIRECTOR FROM: PUBLIC MORRS DIRECTOR SUBJECT: PROGRESS PAYMENT CONTRACTOR:_ ___ ,...\•„, c yY ES7IMA7'E Mo. _3 CONTRACT NO. CAG-053-82 PROJECT: 84th Ave. Co P Watar S)ats Replacesent Phase I U-427 1. CONTRACTOR EARNINGS THIS ESTIMATE 1 3.920.26 2. SALES TAX 1 7.07 274.42 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE S 4,194.68 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ 65,512.22 S. EARNINGS DUE CONTRACTOR THIS ESTIMATE f 3,724.25 6 •( . 9St x Line 1) SUBTOTAL - CONTRACTOR PAYMENTS 8 69,236.47 7. RETAINAGE ON PREVIOUS EARNINGS f S. •RETAINAGE ON EARNINGS THIS ESTIMATE 196.01 9. SUBTOTAL - RETAINAGE S 3,644.u2 _ 10. SALES TAX PREVIOUSLY PAID S_ 4,598.01 11. SALES 7AX DUE THIS ESTIMATE. 274.42 12. SUBTOTAL - SALES TAX $_ 4,872.43 GRAND TOTAL $ 77,752.92 FINANCE DLPART4EM1T ACTION: PAYMENT TO CONTRACTOR (LINES 5 and 11): ACCT. • 401/000/15 534.32.63.15 _ 6__3 998.67 No.3 ACCT. A _ $— NO — RETAINED A1340M (LINE 8): ACCT. s — 40110GQ/1c.53G.'+2.6�.is >: __ 196.01 No. 3 ACCT. a J_ No.— CvARTFA ilr. LA173 OF 15n5 TOTAL THIS kST� MA f 4.194.68 CITY OF WJON CERTi:ICATION w u\- e: ,u,.•. \r�i - •• .•� •..t A RETAINAGE: r•oo. rc.. •r:c ye•�..n,o (i.. ..,.�•,..\ S% of amint fl CI.IY,•.JY1\.N.•( ..e VV...:`VAt,Y.\,Y !L\.. 'P,r .. .. .. . . A6 L S CITY OF RENTON 0 DEPARTMENT OF ENGINEERING a ° MUNICIPAL SLNLDIM. 200 MILL AVE. SOUTH, RENTON. WA SSOSSe gas•20a7 PROJECT~n�ueerse�� Ystst "at- PROGRESS PAVMENT ESTIMATE NO. 1_-? Cattr6<t No. rAr4a ur Coast rmcto.Jy.�r ..,....t,. CW v Ata /_ _SSWloty h De9<..mLmn Umt Umt P.,u Eat VIOUS TOTAL T7LS ESTIMATE TOTAL TO DATE Ns. My Oty. Arnani QIT. AnOtaH Q7Y Anoum 7, WA 114"ll 9" M52 D.1. ps7° L.F. U.11 INJ UK U.OW.16 - 14M W.ON.16 1. ►aralab se6 Install 6" CL52 9.1. f i ?I, L.F. 10.N 17U 1364 U,310,q 7iq 3. Selaca Tramcb 0aterlal :1,•90.52 Tea 3.00 710 3M..'j 914.53 A. Asp6Altic Camcnd Surface "star, •3t, 914.5S all. S.T. 5.65 700 0 0.00 �477. 2,713.73 L77• 2.793.73 I . S. Crua1W sock arf.cio3 Tom 6.60 IN 223.0 2.135.17 52. 337.33 I336. 2.472.70 6. coacrete •leckia6 C.T. 70.00 6 j.7S 192.ti 2.7 I92.50 7. 0" Cats Val" Aosably ss. 3R.00 7 3 1.000.00 f 2.500.00 S. 6" Gb Val" M�1Y Ed. 250.00 5 + j 1.250.00 3 1.Z56.00 I190 9. 54" 7110 976ramt assembly 21. 1.237.OD 6 I 3 7.422.00 • 7.621.0) 10. 2" Re+ off asassblY 6. 350.00 A 2 .1,750.00 1 ! 1,730.00 U. conatrecllon stet Las L.S.� 1,S0.00 ,.,5. Igor 1.560.0D 1002 1.%0.00 12. sarrica conmacttusa 6e. I 263.00 33 63 11.`09.00 3 739.001 N 12.090.00 U. MpMIHe Lomerau Sur4c Overlay Tam 60.00 50 0 0.00 0 0.00 16. Ntap of L:Setlo[ Senlce 4. 1 206.00 20 3 I,640.00 6 1.646.00 6" D.Z. ►tps hlfwrsd sad Oa as0d (952 of Inrolce) L.F.j 5.05 1 0.D0 Mist. Fitti06- oallssrad and On f 0 0.00 604 (952 of InY011a) L.3.i 1.900.90 °•nD o n.00 I t i I i i I Subtotal Itsas and Chan a Ohara N.960.2? 3.920.261 72.640.49 6.52 Sales Tax I 2,979.67 O.Op, 2.979.67 7.01 Sale. Tat I 1.614.36 171.6T� 1.0YI J0 Tou: SaclW lass Selo To 1 73.531.24 A.If6.N 77.752.92 Leo 51 YulaAe I I 3,663.01 196.01 3.6A6.02 I Lea- Aaaa,et Frar1.0, paid 70.110.23 AaOuna Due Tb1r G11rt° 3.99R.67 I 3.9N.67 J6R gin W-427 Water Project Specs. 84th Ave. CO-OP 2+ CITY OF RENTON • DEPARTMENT OF ENGINEERING e ,• MUNICIPAL BUILDING, 20C MILL AVE. SOUTH. RENTON. WA 98055- 235-2631 PROJECT84th Ave. Cu-op Hater System PROGRESS PAYMENT ESTIMATE NO.-,'3.,_ -Re-FTacement "/30/4 2 Contract No. CAC.-ns3-A2 Contractor Closing Date 9r34f61 Sheet„lof_,1 It Est y. Amount!PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE No Description Unit Un,t Pnce Qty e?t Qty. Amount Qty. Amount !. Furnish and Install B" CL51 U.I.Pipe I L.F. 13.1i 1465 �1456 19,088.16 � 1456 19.OBB.16 i 2. Furnish and Install 6" CL52 D.I. 1 IPipe L.F. 10.14 17-.4 1961 18,890.82 11863 16.890.8204 3. Select Trench Materia. Ton 3.00 720 I304.86 914.58 13 .86� 914.58 4. Asphaltic Concrete Surface Rector- fI at ion ( S.Y. 5.85 700 0 I 0.00 477.56 2.793.73 ;477.56� 2,793.73 5. Crushed Rock Surfacing I Ton 6.40 900 333.62 2,135.17 52.74 337.53;386.3 2.472.70 6. Concrete Blocking I C.Y. 70.00 6 ! 2.75 192.50 1 2.751 192.50 I 7. 8" Cate Valve Assembly Ea. 350.00 7 8 2,800.00 8 2,800.00 P. Cate Valve Assembly Ea. 250.00 5 5 1,250.00 5 1,250.00 9.�5�4" MVO Fire ff-rant Assembly I Ea. 1,237.00 6 6 7,422.00 6 7,422.00 10. 2" Blow off Assembly Ea. I 350.00 4 i 5 1,750.OU 5 1.750.00 11. Construction Staking L.S.( 1,560.00 L.S. 1001 1,560.00 11005 1,560.00 12. Service Connections I Ea. 263.00 35 43 11,309.00 3 ' 789.00I 66 12.098.00 13. Asphaltic Concrete Surface Overlay] Ton i 60.00 57 0 0.DID 0 0.00 14. Recap of E:clsting Service i Ea. 206.00 20 6 1,648.,Jo 8 11648.00 6" D.I. Pipe Delivered and On !land I (95: of Invoice) I L.F.I 5.05 0.p0 0 0.00 Misc. Fittings Delivered and On Hand (95% o. Invoice) i L.S.i 1,900.00 0.00 t 0 0.00 j Subtotal Items and Change Order-i 1 I ( i 68,960.23 3,920.2ff i 72,880.49 6.52 Sales Tax + ; 2,979.67 0.00� 2 979.67 7.0% Sales Tax + f I 1.618.34 274.42: 1,,892.76 Total including Sales Tax iI ! 73,538.24 4,194.68 11,752.92 t Less 52 Retalnage I ! 3.4".01 i 196.01 i 3,644.02 Less Amount Previously Paid 70.110.23 Amount Due This Estimate 7,994.67 I 3,948.61 1 , I 1 I 1 6 A A i i I BTO N EWAY conen.re. .: + ! A.0.1MX fi.REIROM,WAWIM47004 few mA �1 Onr[ s -WLD TO Ajo m a"_�_ M"VfA To __ — m "ND GRAVEL CRUb'RCU RCcc I • — TOTE TAM nRAI No. f 33816 A a woAm,W' !m 91"WAY twee tt OK. �4 aR M W iew Iw M rw.rw�MwMrr.WAws.rryry�ft:pwwN apnR�NwAy.Mr.q.m. ..IlW ro».m.YrY Ate Oti)vt*[O r .w . .nor —�—� - •;NIOAO �'�.�---•. .. • VA.D f MIIMO0L.�10 42000 cM C(v [w(tf Arory♦ 1 [,e 2OS0 03070 1MM0 U'020 ; su•[w.� At000 __.r._�+i+w f2010 Pckuo*!•1 i'—T� j AfA 1201• S20! 3205 $207 - t $207 1t0[ ;Si-{[ ---� 520f 1 C*Usw020 02050 82000 { _, 02o20 [620GO �Ti.l�t lii� p.vr 0 n _; - _ �tQ[[ Wll[1. 7000�+NIM Wa LOhD 10 rpryS YM CVAtk, f •MWIID B()OC{ NV _ ' [K•M1 4Yi o IAt♦ 00002 rN� 03 Now x X t _-- TOTAL LMRJY[H yo VE'IIr T1C1(ET wr DATE: October 29, 1982 TO: FINANCE DIRECTOR FROM: PUBLIC WOW DIRECTOP SUB.IECT7 PROGRESS PAYMENT CONTILICTOR: Grant Construction Caopany E5711NTE NO. 2 CONTRACT 40. CAG-053-32 PROJECT: 84th Ave. Co-op water Syetee Replacene Phase I w-427 I. CONTRACTOR EARNINGS THIS ESTIMATE S 23,119.16 _ 2. SALES TAX 4 7.0% 1,610.34 3. TOTAL LONTRACT AMOUNT THIS ESTIMATE S 24,737.50 e. EARNINGS PPEVIOUSLY PAID CONTRACTOR S 43,549,02 '—_— --_ S. EARNINGS DUE CONTRACTOR THIS ESTIMATE S_71.963.20 6. (95\ ■ Line I) SUBTOTAL CONTRACTOR PAYMENTS S 65,512.22 7. RETAINAGE ON PREVIOUS EARNINGS S 2.294.05 S. "RETAINAGE ON EARNINGS THIS ESTIMATE 1,155.96 _ 9• SUBTOTAL - RETAINAt;E S 3,448.01 10. SALES TAX PREVIOUSLY PAID @ 6.5% S 2.979.67 _ 11. SALES TAX DUE THIS ESTIMATE 97.0% 1.618.34 12. SUBTOTAL - SALES TAX S 4,598.01 GRAND TOTAL $ 73,558.24 eve F INA.4CE OEPARTIgNT ACTION: PAYMENT TO CONTRACTOR (LINES 5 and I1): ACCT. a 401/000/15.534.32.63.15 S 23.581.54 No.ACCT, e = 2-- RETAINED AMOUNT (LINE B): ACCT. a 401/000/15,514,12,61.15 S 1.1.5 96 No. 2 ACCT. a S -- _ _ No. CH?RTFA I Ix, LAWS OF 19u5 TOTAL THIS S ESTIMATE S 24 — CITY OF RE„TON CERTIFICATION ,737.50 1, trr eYs,..,.wra ae YNO.c••a,. .,Yeu cwal er \ril,o, IYt w w .\a .n\ F~fl��Y .e rie N wFW.y1i\r b.,. o:f\��, • RETAINAOE: St of amount .e.f:•.\ IYH NeYr 4•a Yewf.:•pM\u11\ew CITY OF RENTON • DEPARTMENT OF ENGINEERING • • MUNICIPAL BUILDING, 200 MILL AVE. SOUTN. RENTON. WA. 90055-235-2631 PROJECT; Ati. Gr-= PROGRESS PAYMENT ESTIMATE NO.-i. C-1141t NO Cwl"&CCfal -. (..ewe e....r r... C"" D119 14"9 M1' �y�1�Ltlil h'1O DpOripl.On UMI Uron Pr,O• pot PREVIOUS TOTAL THIS ESTIMATE TOTAL TO OAT! QIr Qly. A[ &Od IQ,y,l An f Mqup 1. rur.3N sod loo,"ll r CAS 0.1. Los L.I. 11.11 1465 1456 19.Aw.141 u 0.00 11456 19,0".16 2. Puo1oO W 1"ull 6' CL52 0.1. 1 71" L.r. 10.14 1774 779 7.M9.06, ION 10'"1.76 11W 18,60.62 3. Nlact T.as6 Ntor Nl T. 3.00 in 100.7 102.31 104.0 612.27 WC 914.% 4. AgMltic C r.t. W,fac. Motor- .iloo i.T. SJf ]00 -0- -0- 0 0.00 0 I 0.00 S.Icr.oAod b k Sur[ocloi Too 6.40 No 103. 1.305.54 129.63 e2V.63 313.62I 2.115.17 4, r t.t. alac63.4 c T. N.M 6 IJ 105.W 1.2 47.W 2.75 02.50 7. r "to Vol" A Ir N. 3l0.00 7 a :.eW.00 0 0.00 a 2,a00.Or 4. 4 "to V.I. AooNt> N. 21 10 5 4 1.000.00 1 250.00 5 1,254.N 9.Iw 1190 Pilo wyd,.an ""*Iy Y. i.l)7.00 6 4 4.946.001 x 2.474.00 6 7,a23.Oc 10.I2• ilw Of A.00061r U. 3W.W 4 2 700.01) 1 1,050.00 5 1.750.10 I1. cbosamnlo0 Sto6M4 L.S.1 1.560.00 L.S. a0i 1,24"M 202 112.W low I,6W.30 12. S.rvlc. C.b"ctloeo I ft. I 263.00 35 'd' -0' 43 11,3M.W 43 11,509.JO 1). N96aa1. Ce rot. 2c.1f". O *110, Tw I 60.00 50 'a -0' 0 O.W 0 0.m 14. Ntap of OIIot1t14 N, t. b. I 3".00 30 -0- -0- a 1.N4.00 6 1,N4.30 6' 0.1. f190 Dellwro4 .tW On WM (952 of 1m01cQ L.RI 5.05 wb H e. J I 900 4.545.00 I(9001 c. [tlnia WIlt anJ On wobJ (951 0! iOwl[Q L.i. 1."0.00 L.a. 1,900.00I L.S. (1.9W.W) 0.00 I 1 I W6tatal Ito" Aa cane. Ord... 45.641.07 23,110.16 I N.960.23 6.51 Solon T. 2,979.61 0.00 2,97%.67 7.0% Sol" To. ' -0- 1.61e.34 I 1,414.34 1 �TM4. SatIW1nA Sal" To. 44.430.74 24,737.50 i I 73.554.24 Les. 53 Mul"p I 2.M2.05 1.133.N 3.4-4.01 Lao. Aawnt Pnvlw,ly r./d I T61. 2otl"u 21.341.% 21.541.S. I 1 i DATE: October 29. 1982 TO: FINANCE DIRECTOR FROM: OUILIC HORAS DIRECTOR SUIJECT: PROGRESS PAYMENT CONTRACTOR: Grant Construction Company ESTIMATE NO. 2 CONIR4CT NO. CAG-053-82 PROJECT: 841h Ave. Co-op Water System. Raplacem Phase I N-427 I. CONTRACTOR tAR.NINGS THIS ESTIMATE S 23,119.16 _ 2. SALES TAX a 7,02 1,618.34 _ 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE S 24,737.50 4. EARNINGS PREVIOUSLY PAID CONTRACTOR S 43,549.02 5. EARNINGS DUE CONTRACTOR THIS ESTIMATE S 21.963,20 6, (95% t Line 1) SUBTOTAL - CONTRACTOR PAYMENTS f 65,512.22 7. RETAINAGE ON PREVIOUS EARNINGS $ 2,292.05 8. •RETAINAGE ON EARNINGS THIS ESTIMATE 1,155.96 9` SUBTOTAL - RETAINAGE f 3.448.01 10. SALES TAX PREVIOUSLY PAID @ 6.5% $ 2.979.67 11. SALES TAX DUE 7't"S ESTIMATE 87.:X _1,618.34 i2. SUBTOTAL - SALES TAX S 4,598.01 GRAND TOTAL $ 73.558.24 F IM1ANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (LINES 5 and III: ACCT. A 401/000/15.534.32.63.15 S 23,581.54 No. 2 ACCT. 9 $ No. RETAINED AMOUNT (LINE 8): ACCT. s 403i000/15.534.32.63.15 S 1,155.96 No. 2 ACCT. s S No. Cr%RTF4 :1:. LA.7S OF 15G5 TOTAL THIS ESTIMATE CITY OF RE;,TC7( CERWICAT10V S_ 24,737.50 6,a•uv, ssas 04. +�a.•: ' •.�'c sn'a:.:uiaa"s ,..i. wiS RETAINAGE: . ••. - �'•:. ma, m, ..N ee...m+s.n.�aaw S% of amount •1 t, 4!`In \11 I'll( 41<4 tot 4' /Erty/fr So CITY OF RENTON • DEPARTMENT OF ENGINEERING PMUMICIPAL SUILOINS. 200 MILL AVE. SOUTM. RENTON. WA. 98055-235-2531 ROJELT Mt6 :M Co-.y ester S7.tr PROGRESS PAYMENT ESTIMATE NO._,2 fig- e- f Canlroct No, uc.n5t-ar Canlractw GE,III r-".r.,.-t t"., C" Oala 10119162 SMetlofl how Oese"p/.en U.'I umt P'" E•t TIPS PREVIOUS TOTAL ESTIMATE TOTAL TO DATE N0. GetY Oty A6npn1 Qty Anw2n1 Qty. AaneuM 1. hrniM W hull S' tl.12 D.[. rlN G.I. 13.11 1645 14% It.m.16 0 0.00 1456 19.0f0.16 2. rurmuf W lrtall 6" tTJ] P.I. i flp L.r. 10.14 1774 779 1,099.06 IO 10'"1.74 INl 15,490.42 ). S.I.ct TTa.ch rL.1"I Ton 1 1.W 720 100.7 102.11 204.09 612.27 106.44 914.56 4. Ag6.itic Coocnt. forfan. IA.tov- at I. S.T. 5.45 700 � -0- -0- 0 0.00 0 0.W I. Cr. Sack Wrfocfaf Too 6.W 900 201.9 1.305.54 129.63 $29.61 11).62 2.135.17 6. C�.,.t. alachly C.T. 70.W 6 1.3 105.W 1.15 47.30 7.75 192.♦12 7. r "to valw A..r61y U. 750.00 7 S 2,000.00 0 O.W 4 2.f00.00 4. •" WL. V.I.A..r63y 4. 259.00 5 I 4 1,000.00 1 2%.00 5 11250.W 9. A" 1190 rlr. MYdrrt Aaambly L. 1.137.00 4 4 4,%&.W' 2 2.474.00 6 7.622.W 10. 2" SIM off Aa.00bly fa. I 150.W 4 2 700.0D1 1 1,050.00 5 1.750.W 11. Conatroctlon Scapa, L.f.l 1.%O.W L.S. M 1.244 10 20% 112.W IW7 1,$60.)0 12. S.rv1u C..,t lr. f.. 261.00 11 -0- -0- 41 11,709.W 41 11.3N.W 13. A.AG.lt1c Co r.ta fur[au Ov.r Ly Too I W.W SD -0- -0' 0 O.W 0 0.30 U. Muy of W.tlaf Sarvin Y, i 206.00 20 i -0- -0' 4 1,644 W 6 1.648.)0 6" 0.1. PI" Oe:lwt.d .nd On hand (951 of Iavotc.) L.F. 5.05 f00 4,545.00I(900) (4,%5.00) 0.X M"t'l rlttlnf M.11.)eJ anJ Un I i MaoJ (932 0: 1nvolu) L.S. 3,9W.00 I.A. 1,900.00i L.6. (1,90p,W) p,;w fo6ta4 It.r .ml Ch.nfc Ordoa 45.641.07 17a11l.lf M.960.27 6.52 S.l.. To. 2,tl9.Q � 0.00 2,979.67 7.02 Sol.. T.. .0•. I 1.615.% I I.LLB.14 To u: Lnclud lu{ $.lu Tea M,820.74 24,757.% i I 71.558.24 L.0 52 4u1uA• f 2.292.05 1,133•N I 1.44L01 L... A .t Yrevlou.ly r.ld I N,520.69 Amount W. Thla Gt1rw 23.111.54 I 21.%2.% AS CITY OF RENTON DEPARTMENT OF ENGINEERING • • MUNICIPAL BUILDING, 200 MILL AVE. SOUTH. RENTON. WA. 98055. 235-2631 PROJECT 84 tl Ave. Co-up water System PROGRESS PAYMENT ESTIMATE NO._= ep acement Contract No. CeG-051-87 Contractor Grant Construction - Closing Date t�,�197h_ Sheet-1 '�L It Est PREVIOUS TOTAL THIS ESTIMATE TOTAL TO 'DATE rVo Description 'Jnit Unit Pace Qty Qty. Amount at Amount Qty, Amount I. Furnish and Install 8" CL52 D.I. Pipe L.F. 13.11 1465 1456 19,088.16 0 0.00 1456 19,088.16 2. Furnish and Install 6" CL;2 D.I. Pipe L.F. 10.14 1774 I 779 7,899.06t 1084 10,991.76 1863. 18.890.82 3. Select Trench Material Ton 3.00 720 100.7 302.311204.09 612.27 304.86 114.56 4. Asphaltic Concrete Surface Restor- I ation S.Y. 5.85 700 1 -0_ -0- I 0 0.00 0 I 0.00 5. Crushed Rock Surfacing Ton 6.40 900 203.9S1.305.54 129.63 829.63 333.62 2,175.17 6. Concrete Blocking C.Y. 70.00 6 1.5 105.00 1.25 87.50 2.75 392.iU 7. 8" Gate Valve Assembly Ea. 350.00 7 6 2,800.00) 0 0.01) 8 2.800.00 8.16" Gate Valve Assembly Ea. 250.00 5 4 1,000.00, 1 250.00 5 1,250.00 9. 5$" 1£VO Fire Hydrant Assembly ( Ea. 1.237.00 6 4 4.948.007 2 2,474.00 6 7,422.O0 10. 2" Blow off Assembly Ea. 350.00 4 I 2 700.00I 3 1,050.00 5 1,750.90 I1. Construction Staking L.S.1 1,560 A0 L.S. 802 1.248.00; 202 312.00 1005 1,560.30 12. Service Connections i Ea. 263.00 35 ' -0- -0- 43 ll"09.00 43 11.,309.00 13. Asphaltic Concrete Surface Overlays Ton 60.00 50 -0' -0- 0 0.00 0 0..)[t 14. Retap of Existing Service Ea. 206.00 20 - -0- -0- 8 1,648.00 8 1,648.30 6" D.S. Pipe Delivered and On i.and) L.F.` 5.05 I 400 4,545.00i(900) (4,545.00) ..•R1 (952 of Invoice) I Misc. Fittings Delivered and On L.S. 1,90 L.S. (1,900.00) 0.00 Hand (951 oI Invoice) L.S. 1,900.00 i I I � i I ; i Subtotal Items and Change Orders i 45.841.07 23,119.16 I i 68,460.23 6.5t Sales Tax I I 2,979 67 ° 00 1 2,979 67 7.0X Sales Tax -0- 1,618.34 1,618.34 i Total including Saves Tax 48,820.74 24,737.50 73,558.24 Lees 52 Retainage 2,292.05 1,155.96 i I 3.448.01 1 Less Amount Previously Paid � 46,528.69 Amount Due This Estimate I 23,581.54 i 23.581.54 I 982 C 1 7 ♦ p f R E N T O N DEFT ACC It, Acct a i.lz4�So veto" a— 8419 S. 1I6 s 16th th St. pTT seattle. VA 981)8 DESCRIPTION IN DETAIL Tom Earrrgd Y. r.te s 772-158D rvl r h 1 d r %Iddr su -- M 8412 S. 123rd St. 84161 4 Av s. Ne r se p 84 4 s' 123 rd St d Y S arli 38016 S• 1 44 h 1 ^5 118 ' 8200 S. 123r Badger n/a d st.8211 S, I r 4 8201 S. 123rd P1 Neptune 017055503 11809 . • er A�4���� Mays fl7821066 p"CHASM TO ORDER i AUTK 9y 1 /aa/Ra TO: FINANCE DIRECTOR DATE:_ FROM PUBLIC VORKS DIRECTOR SUFLIECT: PROGRESS PAYMENT - SAC O*� Grant Cnn.trnrrinn - ESTIMATE NO. 7 _ CONTRACT NO•_CAG-05382 PROJECT:_841h Ave. Co-op Water System Reolace- wmt PMto I W-427 I. CONTRACTOR EARNINGS THIS ESTIMATE S 45,841.07 2. SALES TAX 0 6.5% 2,979.67 3. TOTAL CONTAACf AMOUNT TIIS ESTIMATE 11 48,820.74 4. EARNINGS PREVIOUSLY PAID CUNTRACTOR = -0- 5. EARNINGS DUL CONTRACIOR THIS ESTIMATE S 43.549.02 6 ( 95% : Line 1) SUBTOTAL - CONTRACTOR PAYMENTS f 43,549.02 7. RETAINAGE ON PREVIOUS EARNINGS S _ -0- 8. *RETAINAGE ON EARNINGS THIS ESTIMATE _ 2,292.05 9• SUBTOTAL - RETAINAGE $ 2,292.05 10. SALES TAX PREVIOUSLY PAID $ -0- It. SALES TAX DUE THIS (MATE 2,979.67 12. SUBTOTAL - SALES TAX $ 2,979.67 GRAND TOTAL S 48.820.74 FINANCE DEPARTMLNrT ACTION: PAYMENT TO CONTRACTOR (LINES 5 and 11): ACCT. a 401/ODO/15.534.32.63.15 j 46,528.69 No.-l- ACCT. 1 $ No._ RETAINED AMOUNT (LINE 8): ACCT, a 401/000/35.534.32.63.15 $ 2.292.05 No. I ACCT. 1 $ No. CHARTGR In, LAWS OF 1%S TOTAL THIS ESTIMATE $ 48,820.74 CITY OF RENTON CERTIFICATION '. W r.t nwou.mwt.s wr.t • rry ...t. PU+ r Or rtv.r 4 ,U ...I OIL. bt.t o...t OO. P[.. ir.a A$eOG..e10n ..0,..t • RETAINAGE: M, CNIY q . lv.r,Pat 4.0 en.bb 0.....OM 5x OF amount .Oui..� , m qnq,,., . . ,ul Or .� rep. rn s: D RBA, . ; CITY OF RENTpN - MU7ilCIMI r i1RD.1ECT 4t6 f0ulLDvp Zpp MILL AoRTrIMe. RrNDITTwrO, wrEaeEERING COnlrDtt Dte. ot��Ce.� vtt.r 1 ot� CD^r••cft»y 7rROOREs! ►"MEMT 11 .�_ cmt�;DyLwDtl� E6TMfATE NO_-L N0. Dfte.fDfip.t �-+�. Cyyro DDIt l _ 1• D71t9lti•M 1YW1 a• CLST D.I. /nif Un.t �I.DD Qfy Q�vlo' TOTAL QMe ES7.MATT DA7 !. Pip, .M IYWI 6" CLSI D.I. L.P. 1J.11 1.63 ntaet QrY' A^btxn i. 'StPb+ltlTe4►wtft,l 10.14 1)I6 Ibx If ux b.0y,if t= DOttrat• farr•u M•tor- 201, 3,30 770 77f �. S. c..6.5 iltek wrr a.T. lOD.7 779 7.699. 6. •cypb 3.a5 Go307.31 100.7 Cootwt• alectlpb To. 307. 6.10 a).. fa` 4y 9.1 wA C.T too Q- wV•tMi77 b.00 .0- - 4q to]w 6 .1 f .00 I,bS.x 203. I.bS. N10 I1w 976r•"t At•aabIT 7b.00 a /.3 14 I" alw oft 4•atDl y' 1,237,OD S 7.a00.00 6 101. tl. Cootcrvcc lto StYLta 0 ' , 4' J30"00 1-000.OD 6 I a0p 17. aoty L.l.l • 6 4.968.00 1.000. le•t CDtttiey I.56C.00 L.s. I 6 b,f•6. !J' bttap Of DettwN wrf•ce 0t•rl ~ i6.)•00 700.00 I 1•. tap 4 TeD I JS a03 l.iM.00 9 or at1•tlI a01 .a wTlct i0.00 SO 'a 1,H8. i" D.I• ilnolcolwrW •nd de 6Le6 4. IO6.OD 20 b' •O. I !tlDwC 11oit D•Is • L.► 3.05 IQ95 ( fwl t �at, L.S. 1.900.00 mo 6,5S.00 Y't 100 L.s. I.10D.00 L.S. 1.100. I I I au►te41 I[••y tod C"Ne Orb•r• I6.32 wL1 7a 7.0I a•lw T. 43.641.07 tel•1 /ttlod Tea I 45,841. lot 41•t I.9H.f7 4•t SI waiap 7.979. A •••Mq.ot heleug7 !•lf 48.020.74 f N,a)D, iraltat Dw felt 4tL[t• I,b7.07 2.292. A 46.328. ' of 0*' v CITY OF RENTON • DEPARTMENT OF ENGINEERING MUNICIPAL BUILDING, 200 MILL AVE. SOUTH, RENTON. WA. 98055. 235-2631 PROJECT e-p Ave, Co-op Water System PROGRESS P4VMENT ESTIMATE NO. T ep acement Contract No. ArAr-n�_ Contractor Grant Gnnacru"tton Closing Date 9 28 §2 _ Sheet-jof.1, PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE INo Descr,ptton Unit Un,t Pace QII, Qty Amount Qty Amount Qty. Amount 1. Furnish and Install 8" CL52 D.I. Pipe L.F. 13.11 1405 1456 19.088.16 1456 19,088.16 2. Furnish and Install 6" CL52 D.I. Pipe F. 10.14 1774 + 779 7,899.06 779 7,899.06 3. Select Trench Material Ton 3.00 720 100.7 302.31 100.7 302.31 4.IAsphaltic Concrete Surface Restor- ation S.Y. 5.85 700 -0- -0- -0- -0- 5. Crushed Rock Surfacing Ton 6.40 900 203.9 1,305.54 203.9 1,305.54 6.lConcrete Plocking C.Y. 70.00 6 1.5 105.00 1.5 i05.00 1.16" Gate Valve Assembly Ea. 350.00 7 I 8 2,800,00 8 21800,00 8. 6" Gate Valve Assembly I Ea. 250.00 5 I 4 1,000.03 4 I 1,000.00 9. 51r" MVO Fire Hydrant Assembly Ea. 1,237.00 6 I 4 4,948.00 4 4.948.00 10. 2" Blov off Assembly I Ea. I 350.00 4 I 2 700.00 2 700.00 11. Construction Staking L.S.1 1,560.00 L.S. 80% 1,248.00 80% 1.248.00 12. Service Connections Ea. i 263.00 35 -0- -0- -0- --0- 13. Asphaltic Concrete Surface Overlay+ Ton i 60.00 50 -0- -0- -0- -0- 14, Retap of Esistfng Service Ea. ; 206.00 20 -0- -0- -0- -0- 6" -'-.,a. Pipe Delivered and On Hand I (95S of Invoice) 1 L.F.j 5.05 900 4,545.00 90C 4,545.00 Miss. Fittings Delivered and On I Hand (952 of Invoice) a L.S.i 1,900.00 ++ L.S. 1.900.00 L.S. 1,900.00 � I I I I � iSubtotal Items and Change Orders 45,841.07 45.841.07 f 6.5% Sales Tax I I 2.979.671 7,979,67 7.0% Sales Tax I I + I I -0- I I _0- Tots: including Sales Tax j � � + , 46,820.74, I 48,820.74 Less 5% Retalnage I I I 2.292.05 I 1,21c.05 Less Amount Previously Paid -0- Amount Due This Estimate 46,528.69 i II I J I I I 1 I ` I IN- 1?7 K)RI SKIMAN w KMW GnertkY nmw ST,Tt OF W A994C T(n DEPARTMENI OF LABOR AND INDUSTRIES ✓nerd 4M,resnr,,nxxr rays . oyoq,.Wchr�frv,w5 M(w September 8, 1993 City of Renton 200 Mill Avenue Souti Renton, WA 98055 Re: Firm No. 333,520-UG-5 Contract No. W-427 Gentlemen: please be advised chit the Department of l.abur and Industries does hereby release the City of Renton from any further liability pursuant to RCW 51.12,050 and RCW 51.12.070 as would otherwise incur in connection with a contract calling for water main replacement. OThis certificate does not release Grant Construction Company from liability for additional contributions which later may be. determined to be due with respect to the above mentioned contract or ar,y other contracts said contractor may have performed. Very truly yours, Kayd(Kjor lau_ � f Administrative Assistant Contractor Compliance Unit Phone: (206) 733-4399 ccul.KK.cd1..4.10 cc to Grant Construction Company 171114 SE 128th Street Renton, WA 96056 8 x wM URNORANDUM TO 11110"1 Mulcafty, finance Director SATI 3-7-83 IRON Ronald Olsen, Utility Engineer SUBJECT Warrant tm S[a to Demar teew.t of taEar t Indus•rle+ Pleas* prepare a warrant parable as Ilsted Delve and return to " for further processing. Payee: State Department of labor t Industries Employmesnt Standards Division , General Administration Building Olympia. Vashing[on 98504 These funds shall be charged to the following project: Project: W-427 84th Ave. Co-op Water System Replacement CAC Nis,. 053-82 Prime Contractor: Grant Construction Account No. 4011000/15.501.37.63(i5) 9 12.50 CAC 053-82 Documents Covered: Pi re blame: rl Intent to Pay Prevailing Vag& 1IL7 Affidavit of Wages Paid Grant Construction 12901 172nd S.E. Renton WA 98056 wiry shii•mubwnb• 10111 w.l eb.b>a C600 f+71 503 saciseTa;amn,wa Reg. No.. .....__.._.. Aaeiw aa.r,. tgnpia v.rr..n,b0i Certificate of Payassit of State Excise RECEIVED TUsa by PWAk Weirks ('aatractor SEP - E83 Contractor: VM1YId n� Grant Constr. Co. 17019 S.E. 128th St. PWC Renton, WA 98056 We hereby certify that t.Tx^s, increases and penalties due or to btaome cfile firxn the atxive uamoil contractor under Chapter 190, Laws of 105. a; amended, with respect to the following public works contract: __-qitr of gq\Wn: motet_ r�olnet W27 - 8" and 6a Yater"In replacement __at_Mth Ave. co-o2jUster Iran, 5.122ad St. to S. 126th St. __..._.__..�.�_...�_�.. together with all other tames, increases and penalties due from such contractor,hew beao paid in hp use that they are, in the Dcpartmtnt b opinion, readily nollectible without recuurse to this crane';lion tat the retained percentage. This certificate Is issued pursuant to the provisions of Chapter 60.28 Revised Code of Washington for the sole purpose of informing the state, county or municipal officer charged with the duty of disbursing or authorizing the payment of public funds to said contractor that the Department of Revenue hereby releases the state's lien on the retained percentage provided by this Chapter for ex- cise taxes due from said contractor. Tins certificate does not release said contract" from liability for additional tax which may be later determined to be due with respect to the above mentioned contract or other activities. (late at Olympia, Washington. 6j,.1983 STATE Jr WASHINGTON f3aPAN[atakr Or Rav{a�Nvs L geelter, Auditor Wks ROUTING.whits Capp—Duhumlls OMM,Caa►ry Cop7-0lakaal0r, Pict Cqr-411t.Gamknroti Cape—9 f ml Fla — IWY KY it Ma114N1 . Far-Use By city claeals aff)aa ably,..: ACENOA ITEM ItENTON CITY COLOCIL NEETIK SUBMITTING Public Works/ ' Dept./Div./ad./Co . Utilities linalRooring For AgendY Of Meatlrp pate Stiff Contact / Mas Agenda Status: S.BJECT: Final PAYfc t for W-427 (car. O33-a2 Consont Public Meatirg_ gA[h Are. moo Worm�at� v.pL,�rr -- Correspondenca PAa . t — Ordi nonce/Resolution Old Business Exhibits: (legal Descr., laps, Etc.)Attach Nam+ auslness _—— Study Sesslon_ A._Summary Sheet for Final Pay EAtirte Other C. v Approval: Legal Dept. Yes_ No N/A COUKIL ACTION RECOMMENDED: AUaraVAl of Finance Dept. Yes No N/A _ Project and P1...1 p&Xm&nt ,.• thoTl,.,l Other Clearance— FISCAL FISCAL IMPACT, Eapardlture ReQulred $ Amount $ Appropriation- $ Budgeted Transfer Repulred SUMPOAY (Background Information, prior action and effect of implementation) (Attach addltlonsl pages if racgss&ry.) Recommend project and final pay estimmte be approved and that retainage of $4,029.37 be released after 30 days if all taxes have been paid and no liens have been filed. PARTIES OF RECORD/INTERESTED CITIZENS TO BE CONTACTED: SUBMIT THIS COPY TO CITY CLERK BY 400M ON THURSDAY WITH DOCUMENTATION DATE MaP z=3 TOt F'NANCE DIRECTOR F.1DM1 PUBLIC MARKS DIRECTOR SUBJECT: PROGRESS pAY1ENT CONTRACTOR: Grant Constructi CONTRACT / G_G�53-82 ESTIMATE / 4 Pal�- PROJECT: 84th Ave nue Co-o Mnter_�y•tem _B!Elh phase 1 '--�- `. CONTRACTOR EARNINGS THI �� S ESTIMATE E. SALES TAX p 8,12 3, TOTAL CONTRACT —� AMOUNT THIS ESTIMATE --t6�_� 331� 16 A. EARNINGS PREVIOUSLY PAIDCDN NTRpCTOR--- ---- ti. EARNINGS DUE CONTRACTOR THIS ESTIMATE f 69,23-"�'47�� t. • %X X Line U 1 3`1.555 I. RETAINAGE SUBTOTAL - CONTRACTOR - ON PREVIOUS PA EARNINGS YMENTS j /• • RETAINAGE ON EARNINGS 3,644.0._2 76 558.Oy 0 THIS ESTIMATE SUBTOTAL _ 385�--' 3—�_ 10, SALES TAX PREVIOUSLY pg1D RETAINAGE 11, SALES TAX DUE THIS ESTIMATE s_. 4,872_43 f 4 029.37 12 SUBTOTAL SALES TAX 24-26 GRAND TOTAL s�`6_6�__ FINANCE DFpARTMEACTION: ---__ $ e—�08a.oy5 FAVWff T$ CONTRACTOR (Lines 5 and 11): --_ACLT. / —�_ AMT. / 3 SOl �y� KTAINED +WOUNT 945.81 (Line 8): // 401/000/15.501.37.63.15 ; AECT. C'+MNTF11 tty, lAbYg OF t8B5 TOTAL THIS S—MBE /�- '0 RE4701N CERTIFICATKIN . S—�'-�- ~'�,�wcw. ,uss pm+ ft e. *RETAINAGE: 5% of amount. ��'�-- ��i•M ytq��ti<d�o M . 4�1�W Yf eM Mp Wb For U:e By City Clerk's Office Only AGENDA ITEM RENTON CITY COUNCIL MEETING ..e....,......<..........�+.e..�...�.a...::....: s.n.....................,,.............. SUBMITT MG public Xor Lw, Dept./U v./Bd./Como. Utilities Pmflineering For Agenda Of Meeting Date Staff Contact `ichard C. RouNbt:on/Ren Olaan Agenda Status! SUBJECT Pay.-:ent for W427 (CAC O53-H, Consent :o Wnter Sysva Replaeeusmt, Public Nearing _ Phaa.: 1 Correspondence Ordinance/Resolution_ " Old Business Exhibits: (Legal Bescr., Naps, Etc.)Attach New Business Suac ..err She : for Final Ply Eatimeto Study Session A. Other C Approval: Legal Dept. Yes_ No_ N/A COUNCIL ACTION RECOMMENDED: Approval o` Finance Dept. Yes_ No N/A "ro,)ect Hcd Ftn::! ^Jyment Authorized Other Clearance FISCAL IMPACT: Expenditure Required $ Amom.t $ App!opriation- $ Budgeted transfer Required SUMMARY (Background information, prior actio- and effect of implementation) (Attach additional pages if necessary.) Recomaca project mud final payraiattwte be apptuved and that retainage of $4,029.37 ba raleaaed after 30 days if all taxes have been paid and no liana have beep filed. PARTIES OF RECORD/INTERESTED CITIZENS TO BE CONTACTED: THIS COPY TO BE SUBMITTED ON TUESDAY AT DEPARTMENT HEAD MEETING. DATE Mq 20, 11003 TpI FINANCE DIRECTOR NROMN PUBLIC MORALS DEPICTOR iWECT: PROGRESS PAYMENT CONTRACTOR: Great Cooatrutttoe Co. ESTIMATE /_ (Flom CONTRACT / CAG 055-82 PROJECT: _84th Avenue CO—OP Water Stet! Rsflace t. Phase I N-427 1, CONTRACTOR EARNINGS THIS ESTIMATE f, SALES TAX • 8.1% 624.26 f, TOTAL WNTRACT AMOUT THIS ESTIVATE f_ 8,331.16 A, EARNINGS PREVIOUSLY PAID CONTRACTOR f 69.236.47 f, EARNINGS DIVE CONTRACTOR THIS ESTIMATE f 7,321.55 _ f, e s % :, L1ne 11 SUBTOTAL - CONTRACTOR PAYMENTS f_ 16.558.02 _ T, RETAINAGE ON PRLVI US EARNINGS f_ 3,644.02 t. a RETA1NAGE ON LARNINBS 1H?S ESTIMATE 385.35 f. SUBTOTAL - VETAINAGE f 4.029.37 10. SALES TAX PREVIOUSLY PAID f— 4,872.43 It. SALES TAX DUE THIS ESTIVATE 624.26 It. SUBTOTAL - SALES TAX GRAND TOTAL f— 86,084.08 FINANCE OVARTVENT A,TION: PA ENT 10 CONTRACTOR (Lines 5 and 11): AM. / 4m 700n71t Sal 17,63.1, f 7,945.81 AMT. / f KY M MONT (Line 8): /- 1w. a 401/000/15.501.37.f3.15 f_. 385.3S / 4 / TOTAL THIS ESTIMATE Oe1tN91 Ilk LAWS OF 1986 f- 8.311.16 OF RENTON CERTIFCATION eRETAINAGE: 51 of amount. eeta�ee YYr.aemn uw eeu.n a r w ricwe w,e a••�oea w ems•w urn NVela�Y MORe1 !�MlilYyeaiir f.M1YA M Q♦�O W�yy CITY Or RENTON seat 1 of l PUBLIC WORKS DEPARTMENT taw, Pate CHANGE ORDER Mr 1 Ordatxd aI Isgtacer Wor taro of Seas,ea 4-1 of the --' Staidard S,eciflcatleas IANA) rMtreat me. 053-82 CJ Cara, prgw. V. Coatn.tor To: Grant Construytion 17019 S.F. 128th St. _ Renton, WA 98056 &Wened by. Grant Construction lad Sip arts Federal Aud ft. Title project Title W-427 C,eaear aaaw 4f SMUVI Idea Att,ueedl _ Water System Replacement _ y, Phase I . . . . . . . . . . . . . . . . . . . . . DESCRIPTION Of HOPE . _ . . . . . . . . . . . . . . . . . You an ordered to perform the follootaa detcribed wrl uPo, mceipt of en approved copy of this JAMES order! Furnish and install approximately 491 L.F. of 3/4" and 1" water service lino downstream ft= meters at various locations. This additional work made necessary by reiecatlen cf meters previously served by City of Renton and by Water District No. 14. $ 3,316.68 F ':nish and Install two 12.5' long median barriers at STA 3+80 of S. 123rd Pl. 510.00 Remove and dispose of existing substandard asphalt patches throughout job area. Replace with crushed rock and Class B asphalt per City Standard. 2,956.00 Install two 8" plugs at STA 0+20 on 84th Ave. So. 220.38 Subtotal 7,003.06 Tax 8.11, 567.25 Total $7,570.31 All Pert, eatonslr and eaasuroa,at to be m accordance with the pmvtsims of tho Stsnd,rd Spoctficat_tons and SpO J*I P ytsleae for the tree of connructson temlved n RIG1tW. CONTRACT CURRENT CONTRACT ESTIMATED NET CHANGE ESTIMAT NTRA ED COCT' AIgtMT AMOUNT THIS ORDER TOTAL AFTER CHANGE $ eS,:3n. ,, is Ni,238.88 s 7,[ilb.31 $ 92,809.19 AGENCY USE AGENCY USE AYPROV ifl ND APPROVED �1 � k 7 5 8 J t wutu t i4�T�V: ate LJ Mpeova womseNDED 0 Armada DISTRICT STATE-AND 5WINEEM y �'2a01ia GRANT CONSTRUCTION 1 7019$E. 1216 RENTON.WA 9WSS ' March 8. 1983 Mr. Ron Olsen City of Renton Municipal 8uildin; 200 Mill Avenue South Renton, Washington 98155 P.O. 1 32573 Installation of 8 " fire line at King County Court House as per plans and specifications. Lump Sum price $ 13.122.97 Sales Tax 8 7.6% 997.35 A� total Tom ` S in�e ly, ,- <<d ��- itichard E. Grant TLIS work was eoryletcl d acc0ed oh mvc� lye i9�3 -ti-� �� ; �, �-- _ � _ -_._. _ -- -�-�.�_.. �'�1_ ���-�� ------ �� -� �� p ���- f �� of R�P� i PUBLIC WORKS DEPARTMENT DESIGN/UTILITY ENGINEERING f 235-2631 F IM1Niq►ALWALDINO 3001/LLAVE./0. NEMTON,NAN/11000 e P Fo SEot E BARBARA y. SHINPOCH MAYOR MEMORANDUM Dat June 6, 1983 To: Dick Houghton Gary Morris Rm Olsen Don Monaghan From: Bob Rergstrom Subject: SR-515 4SDOT plans to open up SR-515 by Friday. Please review the , project area for utilities, traffic control, drainage elements, etc. for a final punch list to the state. Please Prove me with the list by Friday. Thanks[ jft y YL 325 Rev. 10/W7O Cas:tract No. C.A.G. 053-62 N NOTICE OF CCKP ETION OF PUELIC WORKS OONT CT To: Excise Tax Mvision Ate: May 20. 1983 Auuit 3votiet, Tax Cannission Olymiai Washington Ib Not UM fT®: City of Renton Aselgned to: 200 Mill Ave. South Renton, MA 98055 Ate Aesig:ed: P.W.C. Mabar: Dates Gentleman: Notice is hereby given relative to the conspletion of contract or pro�eet described below[ Description of Contract :Later Project W-427 - 8" and 6" watermain replace -ert a; Both Ave. Co-op System from S. 122nd St. to S. 124th St. Contractor's Name : Grant Corst ruction Company Contractor's Address : 170)9 S.F. 128th St. Renton, WA 98056 Date Work Commenced : September 10, 1982 Date Work Coriplated : May 10, 1983 Date Work Accepted: Mav 20. 1963 Surety or Bonding Cxnpary :United Pacific Insurance Compar, Agent's Address t1102 Broadway - Tacoma, WA Contract Amount : i 80,036.51 Asiount Disbursed : S 82,054,71 Additicae 22,979.67 f 6.5Y: S 550.88 Amount Retained t ; 4.029.37 Salsa Tax $1,892.76 e 7.0& 5 5,496.69 Total : $ 86,084.08 S 624.26 � 8.1% Total $ 86,084,08 By Disbursing Oftictr - Finance Director THREE COPIES OF THIS NOTICE MUST BE COMPLETED 01 THE DISMRSM OFFICER AND MAILED TO THE DEPARTMENT OF REVENUE AT OLWIA. WASHINOTON IMMEDIATELY AFTER ACCEPTANCE OF THE WORK D0W UNDER THIS ODYMCT. NO PAYMENTS SNAIL BE MADE FROM RETAINED FUND UVrIL RECEIPT OF i. i CA, VFD THEN ONLY IN ACCORDANCE WITH SAIL CERTIFICATE. CDR � C DATE May 20, 1983 TO: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PROGRESS PAYMEM' CONTRACTOR: Gr•.nt Construction Co. ESTIMATE 14 (Final) CONTRACT 1' CAC_353-82 PROJECT: _loth Avenue Co-op Water System Replacement, Phase I W-427 1. CONTRACTOR EARNINGS THIS ESTIMATE f 7.7o6.on 2. SALES TAX @ 8.1% 624.26 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE S 8,331.16 !. EARNINGS PREVIOUSLY PAID CONTRACTOR $ 69,236.47 5. EARNINGS DUE CONTRACTOR THIS ESTIMATE f 7,321.55 6. a j95T• x Line 1 SUBTOTAL - CONTRACTOR PAYMENTS S 76,558_02 7. RETAINAGE ON PREVIOUS EARNINGS f 3,644.02 _ 8. • RETAINAGE ON EARNINGS THIS ESTIMATE 385.35 9. SUBTOTAL - RETAINAGE f 4,029.37 10. SALES TAX PREVIOUSLY PAID f 4,872.43 11. SALES TAX DUE THIS ESTIMATE 624.26 12. SUBTOTAL - SALES TAX $ 5,496.69 GRAND TOTAL $ 56,084.08 FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11): Sm .17 .61.7t ACCT. A 4o1/o0n/1s_• - -- S_77,945.81 8 4 ACCT. N S I_ RETAINED AMOUNT (Line 8): Vol.37 ACCT. I 401/000/15.11*-9i.63.15 f 385.35 #---i_ ACCT. 1 _ f #__ TOTAL THIS ESTIMATE S 8.331.15 CHARTER 118. LAWS OF 1%6 CITY OF RENTON CERTIFICATION *RETAINAGE: 5% of amount. l M H,M•W^,®00 Ymul DM.v V p "M AL11A ny1 M{M{�t1N,D IyN D1m1 MV..,1{D M{ saw Me+Oa aHpD[D W M{.4.M HYgyp N DO[MDN aYM YD{W.t ue Mw, a� aa.oul u,D ww OaNfM�P♦JMDt M On p •anor YO Tpl W MI 1l wD CMM,9 MD MY CITY OF RENTON Sweet I_of 1 PUBLIC WORKS DEPA.RTPMNT Date CHANGE ORDER °rdtr mm►or — ' '- C� ordorni by rtgtsoer uwkr taro of Socha 4-1 of the Cataract mo. 053-&2 stdnJarJ SpeciPutem IhAA1 C] Ch.ege rrere,aJ by contact.. To: Crant Construction_ 17019 S.I. 12$th St, Renton, VA 98056 F+asneJ by Groot Construction rre et w sip moutc federal Aid Im. _ _' Title l,. __� _. Pre1eet Title V-417 _ R6th stun,e o+otxr Nees by S.eete: " ten, uqs ,etdl _ V trr stem Re seem nt I by Phase I . . . . . . . . . . . . . . . . . . . . DasCRIPTION or ISORR • . . . . . . . . . . . . . . . . . . rou are o aer@4 to perforn the folleeina described sort upon receipt of an wmvod copy of this change older: Furnish and install approximately 491 L.F. of 314" and 1" water service line downstream from meters at various locations. This additional work wade necessary by relocation of meters previously served by City of Renton and by Water District No. 14. $ 3,316.68 Furnish and install two 12.5' long median barriers at STA 3+80 of S. 123rd P1. 510.00 Rethove and dispose of existing s�bstarCard asphalt patches throughout job area. Replace with crushed rock and Class R as,-.Alt per City Standard. 2,956.00, Install two 8" plugs at STA 0+20 on 84:S Ave. So. 220.18 Subtotal 7,003.06 Tax 8.1% 567.25 Total $7,570.31 All sort, ostenats and oeas.rnent to be in accomence with the pnrina, of the Standard spocificatices end special preetlae, f.r the type of connruct'" into red ORIGINAL C N't MCT CURRENT COM'MR tSTIMTSD NCt CNANG2 ESTIMTED CONTMCf hh!0. - AMUNT TNIS ORDER TOTAL ATL[R CMNGt a 85,238.86 s 85,238.88 s 7,570.31 f 92.809.19 AGENCY USE ACt%Ct USE AMq•�{)A�,4�,�REC�DaI�E%X0 APPACh VL uwAAM"ti U'tnguZet _. , V,%Tttot F ff UPRD,AL hEChECOMICALED APPROVED DISTRICT STATE-AID INC141" Does' is r, L , �r • ` own.ENTON v P PooMILL De 804 r, R T� ENGINEERING Crrnr.•C1 rye AQ`1ECT NrA N.. OF ! • PROOJRE33 p WA of es.235.21531 D••en iVuENT ESTIOWAT Pt•en E P#o.+-lri eel) 1. Iwe1.A ey I Un:t Umt P,.t� E•I Eir CD-v DM• P1r. at•11 e` 0.52 0.1. Q1, M t lo/� Qtr 1D12E TbT,� T ftr 2. :>Mi.A .rM laedl 5" 0. 2e1 13.i1 145 11 '{n'Dtnt QtT •{rrtptntTE QTOT,1 TD D,TE )• .ct f x ,9. r ,'neunt h.aA 4t.rl•t f L.r.' • Or.p 1. ••ti'M tit C l0.11 0 7. Cru.p.d mtt.te Lurtyq ►eaor-� Ty 3'00 1)20 I -a le.Ip,02 0 I O.Op lfx I 19.Oe8.16 6 C 29eY Sur!•c fnr S.Y. am 1 1 6 7.I89 r.t. clot Ytn6 Ttu. 3.e3 700 477 f{.30 f9).SJf 0.00 .3, le.e90.B2(292.30 e. 6" 0.t, T•Iq 4.w01Y C.T. {.Ip 9Do Se6.3 2 t„2.3.7j 0 0.� 0).36 627.06 4a oUw •4..•61 4. 70 O0 6 2.7 70 123.1 )7,56 2.79 192.50 0. tow eff AMdr.1 U.14. 750.00 ) e 2.�00.00 0 190.0, SOy 43 7.261,Of 12, COp�ttuction Stek lnt1 4. 1.21),00 6 ` 1,230.00 0 0.00 6 )S 192.30 3•rv4. C 9 3".00 7.f22. 0. I 2,400.00 1J.'MPDtltic ct". L.e•I 1.540.00 4 3 1.750.00 1 0 0.00 5 1.250.% 1/. 9.tq of L:1t•ttne.5^r t.ce Or.r1.7 I 4. 263.Op 75 4 1.560.00 I 0 0.00 5 7.422.00 6,. D.I. N Ic. M 60.00' 4. 50 0 . I i .090,p0 (952 6I Inro't.1-1.d .nd On 4•ql 206.00 20 I e I/( I 0 0.00 100• 1. Sp,00 00 0.00 f6 Ills. Plh 1.61e.00 0 12.% .00 49d (93 1n6t ]t � L.►•j 0.DO 8.(b 2 4' Invulnl�d L. On S.Os 1 D M6.00 0.00 L.S. 1.900.00 9 I.e34,00 I r ch."" ON., 7.0D3.06 iu►tet•1 it.•, .nd Ch.np DM•r• 7. gale. L.). sup oN7.. Ta r 5•le. e 72.9ep.H fete: 1•clWiee 3.Ieu Tee f 7.979.62 Y.70e.90 pa SS 4a1ap 1.e92,76 0.00 e0.yf).37 0.00 2.9T9. 4.. A I,e) I 0 00 U bet Prw/wal P-ld i 7).732.9t 621.76 624.26 1.e92J6 Abet Du. rAi. gtfat. 2'{N,02 e•331,16 5.496.69 345.35 86.084,00 {.029J) 7.045.el WL ;• I,+&b lhowni; Ys�fi� Y!r f 1Cfi lyO)�91 tnd rry —ii�.4 GOWn}flit" -� Melf�S if v[f;ad) 1pc&*;W3& i_�d'4"O's_ meet , /nrcnstr� 6Y (It/ocaf,'oti to AMd 10 - /e7.S /end Mr�•A. v�r .,d II �6 16. 71 — C. sh ofgo o Fyl' Ze- so jjss a` Y� y M tir ,cf A4 7' L !ir© Sft L• F -J — �— — 4 .'i - r ----- ' h Y ' Y 3V 5 S,E$ PC _ ! 100 to z9 9 tot S Q — h•a S.Il)�r! n)•• a � nhtl 8 Y tZ 2}'� / a?H I .:7"rC /�' 34 S.cc wo fy 1 h a5 +�'! 90Y�3,So w!rr Jam. , PAD AL RULED PAD CASCADE P3-C614CP CASCADE' `E° LEG o,`�v �_ . . VON M p j� 7-ana4 Jr.** J llsep. Sao' .�' %`= 1 ,� . �wt �y�.• TbA/ CA j O 7.6 ew aJ' . 00 b i>+ccA /0 /I - 41 814 Ik Se, I .23 3r, 7,.i r/� {,was x IC1v"T T.».e. Usal t t+o vQ.. . c 10 ,4 • A41, e In.*cai 1 5% M%Ire .tgA. fp S 305,5' /D -' �3- 81 "� "�'�'•s - bi1b � Ea +e se. iss t1-, 3waw K 4 44, _,, 12 wl�. ft4.+e x13i"! a 31 a.,Q M et tIj%'W. Ce f,...' «���I.us :;Z r t t \ lea ,e t ti.r---•.�•--� -.___ram.__.. .---"'��"_---�i-f�.'-" '�'�-_._----"-_^"�_--�`� 1O- IV-B.L Pss2. - I1� t'L. �a..-rr�'C. le t.�.'. �1evL p ite• la ,ZO/,'�c Egv:p t i1.va. ♦loa O 2o,eo ��) s �lo,� A 7 C TAGS Iz 3 PL, N c 3V, Q 31 rq0 ,p 5.S r 20 9e,00 yN A,T fR;lftl� y7KAT, /l.,5'e ------------- i �I i i i i ,I �I I 1 j iI I' Ij i 1;(0- z a- saAV ��D2 'J 4"t^ A4 m+.a Kays a 31" w VA oe � o I s'/. �'pwi��sco�t �- 1-lovR. �/e,eo I0, ra Ii 51�0 - L `aZ (4a yr 2 pa �i 171QTt QH1L �N�dw,liv �00r O� /oxi,YO II +teoK aP W, 0, a 14 Cahn cC. jet HBs. 3. .e.. e. [o o^. W4. z 31'� )$G,00 II .Z ?.W jI( .9. M•ui3 s wvlw• I�wra s� Sim a ot/4y,e0 1 H•uR $wnK1..� ?o,00 �I Ni►Tc r„•� 2a as 00 ' It s: 8LI I Z 7, ♦ Vitt 1 23 t'L. Lobar y. $ 1+4X .t ale t V1"^.4 11n 231 a 4171.010 Ye w M.►Tt�.'w` ua ,es i !I'�'•�4.fTY�, '�/j•�4.,!+ 't�T. eF•`�' • •y � '' ,<�" • st °y:J 1 ^ p I a�l 1 ^ M1n I Dy p<nOlin9 1^✓pf 00 al teW.eU p000 Nu poOf to W turMtl wtle0ol Wr tee I.(_' Mf •l.. r.� eM1•!''.oue 1 f O mua iM CiN Culn s fv Ci�.iy�l WfL<MrpO\o•uoa.oe u • ' ` NET 30 N plMltl�`rM4 aW nwltp M Wrltln9 CY IM w11M. 1 N Y1cti9 ieW(Or LnK!<<d�1.O OY\Tlf V vOlu win.Or01K<O fn cOmC'wMe W'!T in!I i.1Ni1 \JVC 208 W10/12^ yrL+em 54ir^On.:fTttof l9] .N em✓rtlW. MNTP.CII_NO. ``Q'» r.e«.r vw r•• *�•i.:wv met - - 4�7 4Y16 123 ' PL S �Z7"� d gyre T',v. Nrr Cie 't VM, f U ,i �I Wei e4 S. tz� LOW vJFL - (�°u Z. - '? Pfi..<.-[ 0" 4./' ! C� rOx kfLAf ee-1Vk�,w `3 ,)B S (22" St 1R • N E AY • MIDTSN ��yy���.•��. • MIDWAY • ��.V 1 M�.r 1.C4�'. i N c \ r-...I • SOA eFNi ryN,RAW.gum ciall m wwSTATEMENT H.NO E GRAM CONST 33l601 33Yn,�1 - TJ19 Sf 128TH 11 3C 82 )• : ; ENTON "N98055 wr< • Ti weOK( A O 01"M ICIM � H C dWfT AF•0 r.PAMN, 1 .Nnx•cxuc/ vw• '•••.v YTc • �'�•�"� I. 7Y Yy1it011 �� CCMC•ITI Y f NN•R• 0610•/Y MgrIM10N {l yy�T (' 1� ♦ R 141 1!4 i t 11i01 A 988T S6 132N0 0 717 �29 ? i 1 11 SOS E 0101 84TH SO I 142?Sp 142 ,2A 11 �15 1 1 ? 777 J9 CA i ff f ACCOUNTS ?A$T UE 30 D4Y51014 MORE ARE. SUBJECT T7 i ? A 1� 1.00 IN vUr, MONTHLY SFRVICE CHARGE ' � t t , t i I i 1 1 •CCgINT 1 fnMw �— CA4 2i.4 aq Torµ�•/W 00.•MI h•. Wp1 p/•�T pyl M r•1T WF cY1MILNT /AY TH!•AMOUNT , ,•�•"•.Nv'NN.•I , --- ,.. ..........,..,-.,. . ........._..,r......a.r.•.sw..—.r..!•..+.+...• . .._..1,N..r.'r-..-.. j 2 5 C• - • MNTOR • OVEWAY 6 rrorAY CDySCELetp— IN 0 \ STATEMENT IYE MENTON.NAEM.BEAEA im,IM-N100 r "ccw ew�cmE wcaw—•cm� M601 ttt, t o I i iCNARD E GRANT GONST I1 t0 92 7019 SE 1Z8TH wr: • 10C• - ). : ; ENTON iN98055 TNANaACTION coot A 30. 31 - T o AVOCE uuaE wn M•OK[ N 0 G1E41T MEMO A PATMENI f 1. IY 601101 uow.ww C. OC 7AIT ' UE c NYOICA pphgY./OA\AA .wq{ENfC 7T7 j299887 SO 132ND 1' 142 ,24 0101 d4TN SO 1 142156 c :' • R 777 :29 CA DAYS OR MORE ARE SURJECT TO � E • '. • 1.U0 JINJ4U4 NO TMIY SERVICE CHARGE ; a Acoouwr .114 2a4 9G ml.LY.WE /btlY4 wt AwOOnA MMEr ON b...T wE cuNA.wr PAY THIS AMOUNT 142r?4 O N W AY • MIDWAY r= • MIDWAY % PENTON,WM".••e,, UO512h.p•p TATEMENT 1ccaNMT MOf "'WNT CpC( 331nC1 333RO1 ,) pC CHARD E GRANT CONST 019 SE I29TH NTUN NN9PUSS uNT[ A TRANSAC nON CODE T • ! . 0.Or[NIM ILL NNt( Wtt ' � I u1gKt H t C[[Ort MMO ^4 P? P N gYM[Nt Mew, � 3 SINYK! TW%t iD[MfMFNt laT[NNON CN MM•K3 OCIVAv MIpMINTION I AMglNT C 77;56 \/\ o 1,55? l30 9946 CALL II 77 i56 CC 665Z 44TH SO 1 13713A f P I,SS? i30 CA 10 :15 K 9176 P4TH SO I 1451511 iG :22 P 95R9 94TH SO C SO 123 1 139 $37 1 10 i26 R 6760 WH SO 1 277 :40 i ACCOUryTS PAST CUE 30 DAYS IR 9ORE ARF SUPJECT TO A I{ 1,'70 INI UN MlO THLY SERVICE CHARGE I i � � f ' II .CCWNT [T,Nf M � a roTU T,NtI[ OWL.Mf p.rq ov[N Na r.[T ql[ wr..[T W[ ni cuNN[.n ►AY TXIS 4M01JXT 77 ! Y / U 1 ts� T'-'-�[�r-�r .�:�, /YT �in�� rit/R'�•r`9�m TR�i�����nrt'�^�crr�rn�r;-rf���rr�t•s+r+ys^rrnr.�r-.�.c�►�►w+��r+� rnt.e^.��� R'^ft']P•w�TfTRT►^�'_R�nl� W7PIN [1[+f'ff'7'7""71rr�t'-rrr+�r'Y�r!'n 'r'n�halr^r rTr-� Err-" WT^ v _ fAA77iT ^^'ar 7'�'�'^r r�nr'TR*!7 �7�7r�CtrTr-��r�+rrt+�'77IRTT T�R7"T t/'+�T■tr��.!w W-r arm"" •Ip €T plpTif�:'RTf T�'w77RFT<T}'7iTr/�J"•t�71 KTA -�IfT•TR7f1T.}r�5eF�wRTi/1...�RP� T"It<T/OfRT'R!r_'. %'rnrlt<7'?71 TF 7•�.'n ���"{�"W"R �T E7.A7.TS—f-�F'T'1fTr<'r'plTa"/�1•TfC'Tr1frS]iTt<�t"}�TTIR7r'T ET'77I*wf7T1w9'1.7T r'T7 • is w�•r•��t.rt•�•ta ��t••••t• •i t/'1'T Awrr"n�� Mo • mot. ww�waww�w�•• ww• ��•w��w••��ww�w •�w�•�rr �•w�w��ww��r�w�ww��'-_,��=iw�•t.tr.�rw. �w�=i�iww�•�w� .�ws •r•�t_r_=•mow t.�r_�r.�rt.�rr att.•r.�t.==w•www�•�w�w w�,�w;��•jr•�w�•�wiw� �w w�C ��r. •��e��ww�ww�wt_� _ •��_=s=�wr�ww�w�r••T•w=iw�www�•��wrw�''�•MMM=T •��•�a��• o_w�w_�__w�_w•sw_w�w_��_�•. w •�� �•�� ,�ww w��w •.mow wTi •ww� �.��i�w� o©o v �. � T � � , rye r�irrn �Tnm'ir �`�'ee^+i n' ST-Mrr'K,"rm,,�r�ir^,y'nrrn m�n r*��si ^�S*tirn��; '`�'nr� .� �r��wl". LCI� a -- ri']Ir.-. -'-� rr''�.+r' opv,^rff7T1�1/+T'�"'r/�7q�rNrr,"��s-ram f�77t�77�T�� Ai �'Af? ^►rTr1r R"Tny1.IT Tien+ wr-M ® - WVW - wrr7t�7F'��r7fn �'Tr.�.�"7q��.flrn�ra�v.tTtr�'1��lfJ =In �- -.-.''errrgonoCry„r-V-71 n,+�+1•+r�'�7m.��e�n+�� ' OV moo—=�.�".,�= �^.e..,,.`�*�. ��„N—V 9-i ',�"t�r�,. �.' .�irrre�ra +�.+ +�NMUNW— � R�nr-., W, rr+Tr. ! :�==ray —=e��'�� '_� `� +—eae�Man tL TlrPr'f. rr'r7m rrr•.ci�rr77rrrr-nA !r•..mmrr-s�rrf . , mr. r►+�rT-x meT:^rr'{en►»ra�r•rf�fr-r+r�r�i•riR-rirmn�rm�•r "�.�f�n rZ:7/T'f►r.T7t71 ms�'n r'n�rT.rnsT.7 .1•.`P1.+1rt"r7t}7 r.n.r.����., nrRz' `i ^tir ►�rii n�mrs. r�mm �T"..�sinT.m. �t'r'rsnrr�-rrns ��� mr-nry r7gt-nr+tlT'TIE�►T I+A A� rrrr.�r�n�: snrr^•�� n •"'7f'L7r-,rl�'-nrTf�r.^rfr9+n•.-��- -r+r•-r rr+mr rw.�iP+�r-.�*T�re�r�7/'T1.rn rT7�'.*'fw uiT� ar/1rT�*+�r^rrsrw+r"�rm -. rr-rr+r+nr�.r+�.^nwr-r1r��"'rr�-r -rr�r. . r+�rr+rw_ rI ^--arts^"rr-rr�+rc. wnwr .rr-,fir.--rs-T1r '+rr+rr^- .�^rf rl'-.s+-T]rr- .-,^rrr,•_ .�i�� rr-nrTrrr nr rrrr+r nr..r-seT.r•r�rTwr-nr—r+n ,.R/rT7 nrl. !-^^ems • T� •^.rTirr+w'11'trr+�rr n m r^•n^'rfw•w�n+.*`f7 rrr.7'77ewlTTfrr-rr^rin�+.rt"`e•m+.7���o �^-t'-^'rr-a-�F �rr=rr�'*rir.-r.Tr•nrrr r- .r�r►srne�n.r+Ts�►+-�ir7�,r�r.rrT��s— t�r--=-L^t^rr-�r^ rtiorr r^rrv^nrnrT^nrr+r+��r+rrn+r•rrcnwr�-nrn�-na-nrrr�.!�t-n� B7r:77.�'7�7J'-r7.'7 ►�n.trnr-rnsr.-L]r-�•rr•79r.nsr-RrT sr^n r�rrnr+�r+-+�r-+7r1'vrn_r+ i-r 9 SMOS .��ww�www7 ��3iT.�iw�ww�■■�� .�a��awr.r�����araa■�w�� �w.wa���wa�=i . '��w�w�w"���w . �ww�ww� w�w� �ww�woww�ww�w�� w�==Mw�ME w_��w_.r�ri.Ti�'�iw_��i .w�� wra�r��� .ir•w STRL7li'.ri•!r'i llff•L'f � ��'fa!'.� r i ©J nvrrzaa t' �;ei-fir+,_ rmrl-n.7^r rr�.r.» r+nm�o ' rr'i-rr+�+�-rr+-.rcIm rs-+nIm wrm rh+n nc7 T�sr-z-7rn►s--rsrnr+-nrs+rr."n�rr r''`r+s�r�•s+rr+r:^nrq-r�nrr��rr+r^�r^rn rm�Irnmrr!r+s rs�wrriWr-rrrf�rrl nr[•'—t�^�t-r�R+ r'nn�rr-n rnrr^++rrirs rn TrTtI�'r�n-��T tTtsm�r-nrnafinrn�-n�+s�rnrl^ r*r�e^r�rw��r+v+n��.� =�R �r n/7"SZT„7 i77C"r Ir'nrTrT.-r �'Tt`�`.�R'T T'r�'2 P`�^tflfT tTr�T r^"!�'TCST rrrr-s -�rr� r++.�rTrrrnrn��rr*z��-++rsr�rMr+��-�rsr+re�rrrn��rrirrnr-r��nw� �� q��7-y7-�---irrr rr+T+yrrr�+nr-f+ r�nmrr:-nr�+.�rr+�r-srnr.^nr+^nr-- rrrsran^r�+�r /r ---_ —"�^.f n�rrr rsra*r^R o ff rs-'tniMrwn+E=VIERU� r V. Wr�.�TP —7-T�rr-- CI t�rTr��T+�is�r�ninVr:arnrw �=s�ir rTrT+�rrra^nmrx' rrnrrns 0 rrr�rar+rT-�.t"J7 r � r�ww�waw ��wr� ��rs w rsrs•rsttis��rar�tatlrtarw�r�t�w �_ � w���lw��t�. w�1 m I A o�oowLT�Jm S /'nC'Lrt'f 1TJf1.47 �'f�/�!77w}1rr'yras�T-�7n7 N W99 n rrs�rn n rr ram. nrnrT�rflr�rre'+nimmssr��ia" rnrr�nrryrr-nea� nc� � r�-+scri� cr+rs+�-rn m�rn�+*n� rn�-rrr�rz�rsrn rr�fN �+r�rir+rr�rT.r-r.-nV.-M T�1rTrr+i� =i rAr+:Q r3� +it ri r^r�n ns rtrR]r*T F.,frIFlWrn *T r-r�R-7�r-��rTs*a+trs7rTWT1•r-._ fA&+tT�^-�7Ff7^."� T+!*�s+s7r" ImTrin ^c�es^1�717 W"9 rn�A^nr-+ sr'Lfer+t+�- A+nr*n�{T1r*p. r�nn �!7r�P'Tf�' Pq T"!�r}7/rTw'T7rr►w."n ►w:Ar "10"Wr.1v flitP'77e�+1/P'!�/T•+ ST'L'Ij_�_ om=^.:r^^a id^*rrnrrsrts�r,.,f rnA'77ITf79/`r�'"OlR�/T!1'fntlTW+ , ON mcrr—z� r r��r er�r*a� r�-nnnrw^wtra�nnr�!!T/1� ATM Mn t _ n►"'ri:-!�^�__ �7s+r r*r.�+�nrr�r-ns-rr�ncnmr�r,�t�nrr+��rwOWN _.=�==� ow ON WON IMMO ON N�mmmmmN OWN am N�_�N_�_N mm mm=Y�s�� �� SNO ki �r�r N MmOWN ON N�N���� mommom NO ONOW MW=WNsi� m001 NZ Mm Om ON mm i � y i Sam �I wnnr n w" ; Iwn:'•`s""r�'`r�.` ,'r"',, e�h r�ncr �w�n wr r-r►.,i'ae ' 'a'' r men, W4 mr-n�n"wnn+ O '�fil'fr-r�'�:'�lR7R•.'17f1"Et'S.7i"�` Trow LC] rr�•nr-rr+er��.f.erTn.-n� u -^�rr_i . - r+erv�r"lrrnrrtsr7srmrsrwMt .•n��^r7I"+ eTf�' �T/1+t'�r'+�rrTr+�►'�e'�.�e^reT�r^r�s-r rr*+ 0 _ t1iY-•n+nrr^.•w'*7rr+rr�fn�►1►�Ir+r�.r�*'T rrrtT'l'fe�.. ���► !^*t1^rlt'T�nTfWII"TL']r.^rflt*T7A•f'r'7��=•'L7 t�Tf'7`71t'HfATIt+n�7tT�rT T,q, Cl ..... _ rn��asw"4T r.FMirnNTMn^s s�►�a+�r��*T►n�*77rr�tTr�er'n� 10 �ST r,�wwsw �w�i��ww�� wrwe • r� ���.._��S�.wrr�3'C�='ASS:S�rr���S�=Tr.0 =rr�S_w_�w�_w�_wTw��ww w�ww�irr�www� r King County Water District No. 14 8419 SOUTH 116TH STREET SEATTLE,WASHINGTON 98178 business 772 1580 Ceewm..wwr. o L Sa saffty R November 3, 1962 .L.Snn.�+tn ee oow Ron Olson, P.B. EngineerMg Departwe % City of Renton 200 Vill Ave. So. Renton, Washington 93055 1 N v 0 1 C S Per agreement with the 01ty of Renton and King County #ater District No. 14 for co pensstion tranefer fN of nire water sez ices from Dist-itt No. 14 to the City of Renton. Nine services an listed in a letter dated October '2. '9a2, from King County Inter District No. 14 to the City of Renton. A pries of 8350,00 each was established, a total of $3,150.00 is due King County Water District No. 14. Sine«rely, 7b` f. B. Earwood Manager apy rW ' liy \ � 1 T OAT1E Movwber 2 1982 CITY OF RENTON No. _3i.izo¢ DEFT VENDOR ACC T. ACCZ 8419 s. 116th St. Seattle, VA 98178 OTY DESCRIPTION IN DETAIL Tw Earwe0d - 772-1580 Wa r r ourchased Addr r 8412 s. 123rd St. 121 1 84 Av Hersey Sperling y4838016 8416 s. 1231d St --- �d 84 4 s. 1 4 h Badger n/a 200 5. 123rd St. HAYS #17842378 8 11 S Neptune A17D55563 8201 S. 123r, pl. I). k i I r Ave5. Hays #17821066 PURCHASM TO ORDER 4liTll 9y TO: FINANCE DIRECTOR FROM: PUBLIC VMS DIRECTOR SURLIEL-F: PROGRESS PAYMENT CDNTIIACTOR'_ Grant Cnoatr,rttn,, ESTIMATE NO. _ I _ CONTRACT NO. CAG-05382 PROJI;CT: 84th we. Co- .R Water SYacem ReDloce- Went Phase I W-427 _ I. CONTRACTOR, EARNINGS THIS ESTIMATE j 45,641.07 2. SALES TAX 9 6.51 2,979.67 3. TOTAL CONTRACT AMOUNT 711IS ESTIMATE j 48,820.74 4. EARNINGS PREVIOUSLY PAID CONTRACTOR = -0- 5. 2ARNINGS DUL CONI'RACI'OP ITI1S ESTIMATE $ 43,549.02 6 (45% r Line 1) SUBTOTAL - CONTRACTOR PAYMENTS j 43.549.02 7. RETAINAGE ON PREVIOUS EARNINGS j -0- 8. 'RETAINAGE ON EARNINCS THIS ESTIMATE _ 2,292.05 9• SUBTOTAL - RETAINAGE $ 2.292.05 30. SALES TAX PREVIOUSLY PAID S_ -0- 11. SALES TAX DUE THIS ESTIMATE 2.979.67 _ 12. SUBTOTAL - SALES TAX j 2,979.67 _ GRAND TOTAL $ 48,820.74 FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (LINES 6 and I1): ACCT. N 41)1/000/15.534.32.63.15 j 46,528.69 _ No. I ACCT. S j _ No._ RETAINED AMOUNT (LINE 8): ACCT, a 401/000/15.534.32.63.15 $ 2.292.05 No. 1 ACCT. 8 S No._ CHARTGR 116, LAWS OF 1965 TOTAL THIS ESTIMATE j 48.820.74 CITY OF RENTON CERTIFICATION 1,T"t IIFDeallaMfO 00"Coto,CIY111l ux01• al^ALI of �P. TwI I.A,ItLR Rr'1,1.`A\a .." N...AIR"kv.DAa els"atD MtaUR.A*01.., RETAINAGE: \.1 LLAI" IS.JUST...4 A.D ua•..Y oAuaxl,sx SZ of amount bill 1 :� CITY OF RENTON 0 DEPARTMENT OF ENGINEERING MUNICIPAL BUILD". 200 MILL AVE. SOUTH. RENTON, WA 98O55-235-2631 PROJECT 64a ave. CO-OP ueter 676t4ea PROGRESS PAYMENT ESTIMATE NO. 1 ie�j_iceaat C DM.act NO marl...-Rr _Contractor .... r.,...r. .^a._. _ Ckm g Date 9126192 Shae1e1 1. II Eat EtrjuVS TOTAL T- ESTIMATE TOTAL TD OATL No, Deacriphen Unit Unit Pr.ce Q1Y itY Ametnl QtY Ar..eu11 Q1Y. Anmmtt I. Turol6b and Iaat.11 In 0.52 D.I. Hpe L.T. 13.I1 1465 1456 I9.OSS.16 1456 19.0u.16 2. Patnlah an'. Ivatal1 6^ M52 D.1. TSpa L.I. 10.14 1774 77! 7.899.06 779 7.899.M 3. Saleet Trexh 1letarlal Tm 3.00 720 ID0.71 302.31 I00.7 ]02.]l A. Aapheltic Cm.cmte Surface Sa.tor- Otiw S.T. 5.85 700 -0- -0- -0- -0- 5. 'rueAed bet 6oefaelaS T. 6.40 WO I 2033 1,W5.54 203.11 1.W5.0 6. Cwcrete S1oc61o9 C.T. 70.W 6 I 1.5 105.00 1.5 105.00 7. 6" Gtt 9a1w Ira ebly 6. 350.70 1 S 2.800.00 S 2,6W.01 S. n" 0.t. V.I.A.a.wbly I Sa. 250.W 5 4 11000.00 4 1.000.OD 9. 54" W Flea Sydcant A6.eeb1, I Y. 1.237.00 6 4 4,940.W 3 4.946.w 10. 2" Slow off ".ably I U. 351.00 4 1 2 7W.00 2 70C.W 11. Con.t.etlo. Seeking L.S.I I.S60.001 L.S. Sol 1,2M.00 $IT 1,246.W .2.IS.cuic. Cweectlan. Is. 263.00 35 -0. -0_ -0_ 13. 49pb61tic Coocc.t. gurf.c. Marlq Ton $0.00I 50 -0- -0. -0_ 14. Itetap of SeLtlae S*r Ica 6. I lam 20 -0_ -0. -0_ 6" D.I. VIVO DIISwred and On Sand (952 of Iowlce) L.P. 5.03 9W 4.545.00 900 4,545.W t. ret Wend (952 of•IWo1w and L.S. 1.900.w L.S. 1,9W.W L.S. I Subtotal Iteae and Change Order. I I I 4>.941.07 45.641.07 6.52 Sale. Tat I I i 2,979.67 I 2,979.67. 7.0% Sal.. T. I I I y)_ -0- Total lneludlna Sale. TI, I 46,620.74 1 48.120.74 1.a.a 5% 9atel.ye i 2.292.05 2.292.05 Lea amount !c.•1nu61y laid h -0- Aaou.t We This Satlaau 46.526.69 I I :'rrJ:B l DATE: 9/2A/A7 _ TO: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SURIF.CT PROGRESS PAYMENT CONTRACTOR: Grant orm ti _ ESTIMATE NO. I CONTRACT NO. CAG-05382 PROJCCI':J4th Ave. Co-op Netet Svetam Replace-_ went Phase I V-427 I. CONTRACTOR EARNINGS THIS ESTIMATE 6 45,841.07 2. SALES TAX R 6.5% 2.979.67 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $ 48,820.74 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ -0- S. EARNINGS DUE CONI'RACi'OH THIS ESTIMATE $ 43 549.02 6 ( 95k z Lined SUBTOTAL - CONTRACTOR PAYMENTS S 43,549.02 _ 7. RETAINAGE ON PREVIOUS EARNINGS :_ -0- 8. *RETAINAGE ON EARNINGS THIS ESTIMATE _ 2,292.05 9. SUBTOTAL - RETAINAGE $ 2,292.05 10. SALES TAX PREV'OUSLY PAID S -0- 11. SALES TAX DUE THIS ESTIMATE 2,979.E 12. SUBTOTAL - SALES T/ S 2,979.6_7_ GRAND TOTAL S 48,820.74 FINANCE DEPARTAiENT ACTION: PAYMENT TO CONTRACTOR (LINFS 5 and 11): ACCT. 0 401/000/15.534.32.63.15 j 4615'8.69 No.-I ACCT. i S No._— RETAINED AMOUNT (LINE 8): ACCT. 4 401/300/15.534.32.63.15 _ j 2,292.05 ___ No. I ACCT. • No. CHARTiR IK, LAWS OF 1965 TOTAL THIS ESTIMATE f 48,820.7' GTY OF RENTON CERTIFICATION l I., ,aovy,atlte 00 M[sn• c"I", uwu "Li, or rnmat. r..T T.t a....uta .ttt g,ft. As ar,et nu, o.t.t a RETAINAGE: ssa.'m'a Jo 1.o.Umeta stau4.aea?Mal ttt,r,1. IYaT.. 4.0 OMtN Oeuaanatl A. v :V.•. \kY Il,tf rry 52 of amaount y.- •ll,� '• Aa'b,�� •• 10 RB�, Rer. Ri 1llre Department of Executive Administmilun LAWn DBmkke,C NAlnwu Wwe0j.r( Novmber 16, 1982 Mr. Richard C. Houghton City of Renton 200 'gill Avenue South Renton, Washington 98055 RE: Release Of Bond For Permit Vunber W-119-82 Dear Mr. Naughton: The work on county rights of way under the above referenced permit number for South 84th Street and 123n1 Avenue S(xrth has been inspected and found to be satisfactory and in compliance vith county requirements. We are therefore releasing your bond r 9389190 for sixteen thousand dollars ($ 16,000.00). Sincerely, t n Manager IWECC//ts cc: Fidelity and Deposit Company of Maryland Please forward this copy to your bonding agent or company. Red P.Pp yMlbd. x AKJM('num.Ad d..rela,D.&*{ fDa rwM M9Nw 9snIM N'uMnmm Wim (20 j9 .M n Bond No. 9389190 THE COUNTY OF KING BOND TO PERFORM WORK ON COUNTY RIGNTS-OF-WAY K.:OYI ALL MEN BY THESE PRESENTS: That we City of Renton _ _ As principal, and Fidelity and Deposit Company of Maryland A corporation organized and existing under and by virtue of the laws of the State of Maryland authorized to do, and doing business as a surety company­-Tri ie State of. Washington, as surety, are held and firmly bound unto the County of King, a muni- cipal corporation of the State of Washington, in the penal sum of Sixteen Thousand Dollars (S 16 000.00 ) Do-ITacs, for t}e payment o which, we . an truly"to�e ma ede we firmly bind ourselves, our and each of our heirs, executors, ad- ministrators, and assigns, jointly and severally by these presents. Sealed with our seals and dated this 9th day of __Jul�_ 19 82 -— The condition of the foregoing obligation is such that, Whereas, the above-named principal has applied for a permit to do certain work on a King County roadway, street, alley, avenue or other public place known as ttI All King County rights of way under permit w A-119-82 NOW, TIIEP.EFORE, if the above-named principal shall indemnify and save harmless the County of King, from all claims, actions or damages of every kind and description which nay accrue as a result of opening and/or working upon any roadway, street, alley, avenue or other public place, by him or those in his employ, in installing or making connections with any public or private sewer or water system, or any other purpose or object whatever, and that he will replace and restore such roadway, street, alley,' avenue or other public place to as good a state or condition as at the time of the commencement of said work, and maintain the same in good order to the decided satisfaction of the King County road Engineer, and that he will comply with all the provisions of his or their franchise or permit, and all resolutions or instru- ments relating thereto, then this obligation to be void, other- wise to remain in full force and effect. Principal City of Renton, Washington i Surety_Fidelity--6 peeoosit co..WMyland By_T ( _!c—Ll-_ Tim Larson Attorney in Fact a Powarr of ANornwy FIDELITY AND DEPOSIT COMPANY OF MARYLANU Nowt OFFICE sarlwcM.MD KnowAu.Miev BY NINE PIK aENTS:That the Fitwt.1Tv AND DRPONIT COMPANY Of MAMYUNll,h oOrfaNa- doo of the Smote of Maryland,by S. E. AJ ISM ,Via-lamaident, and Y. F. ToCIQsY Assistant Secretary,in pursuance of authority grAnted by Article Vt.Section 2,of the By-L A"of acid Crete. party,which reads as follows: Ste The Pnadent or any EaeutiveNsere-ponsimt,urany d,he SeNa\'sx-Rawdenua\ice-P...demaspnaa0 a oth - id ao m 4o b}-the Rraerd d Dnenon a by floe Eanutive Cunwttn.shall hat,peer,by an I mono tM.wvn.ae d tv Ser.e wY w an.me d the.A,,utan S ayr,ariea,to aptvnt Nca:A.nt l xt�',eaidenta,Aavnan,\'irt-!}taidcnu a,vl.1nvr„eyrin-Fact m the Irons d tM Carnryn},nay nquue,ur to authmrc a+ µaeon a lNrsoea(n ea--nits an tvhall d the('Cm+pu,y any bana!a, uertass iimulmgmsessswiarnaiooa,pperamm ,ntniu.>t.•ementt.dtada.aM rekawatM.,ra,Rnrwntad l,dammta.dmeea. ,v y my"irrmnna fix O narnn f the(Mink, ako ail n,Mr irwrvmrmt end dvcumrn t whicA the bvrnr,,d tM Cum tMnY paY ItQVI,C.+nd LV adR ItR 4I d the\0r11Dany(hITHO. does hereby nominate,constitute and appointTim Larson :f Seattle Washington..... • true Icas true and lawful:,gent and Attorney-in-Fart,to make,execute,seal and deliver,for,and on it,behalf as surety,and as in act and dad an}- and ail bonds and undertakings................ the execution of such bonds or undertakings in pursuance of them presents,shall lie as binding upon acid Company,as fully and amply to all intent,and purposes,as it they had been duly"ecuted and acknowledged by the regularly elected offtre"of the Company at its office in Baltimore.Md.,in their own proper persona. The mid Assistant Seaetery dun hnrl,. .ertifr that the.doregw,g is A I.copy of.Ankh%T Section 2,d the By-taww d mid Company,and i oor in fora. IN W1TNuAs WuaawF, the acid Vice-President and Assistant Secretary, have hereunto subscribed their names and affixed the Coryoratm Seal of the said F2DEL1TY A"Dapow COMPANY of MAtYuup,this ........ . . ?Oth _. . . day of A.D.19 79.. FIDELITY AND DEPOSIT COMPANY OF MARYLAND an ArrFAT _ SEAL a AaaiYW St, 'bo FruiJrnl Stara or MAK t.,ea ` Ctrr,Ve BALT MOaa On this 20th day of April k,v 1979 Irf„re the oban,tn,A s,ea.y of the Sure Maryland.in and lu tM City of Wit more.ddy anon mnwed and 9ttaLheJ,came the aboae-nameal l'im Re.i,knt and Ar•",ant St,rt, it.Funueri AND Dii.vr t oweANr or of Aan.AnD,to theIly known to M tM iodic-0wk and osunTs dta+ibed i++rd vtw executM the prmdmi,mainument,and they a ch ukeniNN; ...tiw d the mmc,+nd being by me duly sewn, to the rend each fa bite i the Cor snd a Sea roam they art the mid dosehe the Companye.%.]of and that the es .ard of the p were duly instrument it 1M Cbed to t Seal d mid Company,and that the mid Corporate Seal and!hair scion, er+e auto o5 IN were duly wham and subscribed et the mid instrument by tM a y 041hy and direction t he d y o mid' III.it IN TemMONT W amarn.I hate hweanm set no hand a,W+16aad my(M¢ial Seal at the(1tv d Bait' e.tM day and yea: Am acne writum. r wntasv`p E +usuc 7 Notary Public Commieion Ex dW]Y..la_12�2 atha+ CERTIFICATE I,the undersigned.Assistant Saaum of the f mmnT AxO Dwroun COMraxy OF MARYLAND,dobaebyaruly that heaiglwl PowdAttorney that the tMIoagdnR is+holmtrueendhere cone Min tutrna+nd Onto( mtha doteplli,vnibrau:andI do IurtMr certify!ham the t'Nu-f4nident rM masted the mid Pr.rsr d Attorney au arse d tM additimal Vier-Rsdmu spa, the an ITV AN bY tM Petard d DlYO N to appJm+ny Ateaesy-ip-Faet a provided in Ankle t'I,SnTion 3 d the BY 1 aces d mM�murcr AND Dsroalr COMPANY a AlAarwxu. Thu Cartibute mo)be.igned b}fa,vmik under and try..that)d tM following reclusion d tM BOW*(ooei,tas d the FIURLITT AND Tlaroarr CONPANT OF MAIK LAND At a,tttnwg dub allid and oekl m the Inh day d July,1969 asxx.w. That the rramule Or mechanially reprodaed igtwtore of any Aswan Seats,d the C,enpao,whether made herwtdore or hereafter,wh rT,wr appmeml upon+an,hed copy of any pow of aft "rued by tM':nmpam,shall be valid and m binding upon the Company with the inace f and asset m though m+nwlly ast� IF Tasrisan \'iasesor. I Mvs bree.w. tiberribeo my name and alhaed the capprate at n1 the aid Compam, this 9TH _._�.._.a.yd..._._.._..__..JULY_..__._ _. w$2... tAasa.—sam _._. OF ft r AR z PUBLIC WORKS DEPARTMENT y DES'GN/UT 41TY ENGINEERING 235-2631 O >� MUNICIPAL BUILDING 21K1 MILL AVE.EO. RENTON,WASK 9111066 b P �rFp SEPT BARBARA Y. SHNPOCH MAYOR July 12, 1982 King County Real Property Division 500A King County Administration Bldg. 500 - 4th Avenue Seattle, WA 98104 Attention: Mr. Chris Loutsis Subject: Permit Application W-119-82 for Replacement Phase I - 84th Ave. Cooperative Water System - City of Renton Dear Mr Loutsis: Please find attached the required $16.000 road restoration bond for the water main replacement work vn our 84th Ave. Cooperative Water System. This bond, together with the approval by Mr. Charles Benjamin, Utilities Coordinator, should allow issuance of the permit for the City of Renton. Your prompt attention to this would be appreciated. 'VVVeeryyJy truly yours, Robert�rom, P.E. Engineering Supervisor REB:jft Attachment 0 King rnunty 6aerullve Randy Re U Depe.^tment of Exerutive Administrallon Ism bMl DBmkka.(: MyAemm,strNive W.r November 16, 1982 Mr. Richard C. Houghton City of Renton 200 Mill Avenue South Renton, Washington 980SS RE: Release Of Bald For Permit Number W-119.82 Dear Mr. Houghton: The work on county rights of way under the above referenced permit number for South 84th Street and 123rd Avenue South has been inspected and found to be satisfactory and in compliance with county requirements. We are therefore releasing your bond 0 9389190 for sixteen thousand dollars (S 16,000.00). Sincerely, it t� Manager /k`T�/tss cc: Fidelity and Deposit Clupany of Maryland Please forward this copy to your bonding agent or company. Neel Property Dlv4lan SWA Xiry Vu My AMiNslratkn eW ng S nwtlh Avenue Seattle,H'asNrom 9819a QnRIS1aS990 Bond No. 9389190 THE COUNTY OF KING BOND TO PERFORM WORK ON COUNTY RIGHTS-OF-WAY KNOW ALL MU4 BY THESE PRESENTS: That we City of Renton As principal, and Fidelity and Deposit Company of Maryland A corporation organized and existing under and by virtue of the laws of the State of. Maryland , authorized to do, and doing business as a surety company—In Ll�e State of Washington, as surety, are held and firmly bound unto the County of King, a muni- cipal corporation of the State of Washington, in the penal sum of Sixteen Thousand Dollars ($ 16 000.00 ) Do ars, Tor t e paymen o which, well truly—to be ma ede,,we firmly bind ourselves, our and each of our heirs, executors, ad- ministrators, and assigns, jointly and severally by these presents. Sealed with our seals and dated this _9th _ day of Jules__ 19 82 _ The condition of the foregoing obligation is such that, Whereas, the above-named principal has applied for a permit to do certain work on a King County roadway, street, alley, avenue or other public place known as _ W All King County rights of way under permit 6 8-119-82 NOW, THEREFORE, if the above-named principal shall indemnify and save harmless the County of King, from all claims, actions or damages of every kind and description which may accrue as a result of opening and/or working upon any roadway, street, alley, avenue or other public pl.,-.:e, by him or those in his employ, in installing or making connections with any public or private sewer or water system, or any other purpose or object whatever, and that ne will replace and restore such roadway, street, alley,' avenue or other public place to as good a state or condition as at the time of the commencement of said work, and maintain the same in good order to the decided satisfaction of the King County Road Engineer, and that he will comply with all the provisions of 'iis or their franchise or permit, and all resolutions or instru- ments relating thereto, then this obligation to be void, other- wise to remain in full force and effect. Principal _City-of Renton. Washington Surety_ Fidelity y-�8 DeDeooslt-Q... x- '--gland Q xYy GwT 4eeiW� �NtiwM EMI C��T Dporu,y,n of/IMc VMI Cvc,a l.:nMN.owm November 15, 1982 City of Renton 200 Mill AveM.e South Renton, WA 98055 Re: King County Permit No. W-119-82 South 84th Street s 123rd Avenue South Please be advised that road restoration has been satisfactorily completed on roads covered under the above referenced permit. Accordingly, King County agrees to accept these street- for maintenance. This acceptance will not relieve the permittee of any responsibility for damage resulting from this construction. TOM HENRY, Chi Util iCy Inspector Surface waterOManagement Divisio, TMH/EF:mw cc: William E. Covington, Real Property Division Paul Taisey, Operations Section 9F�E/PED r tIry�NI NMn1�,I,b,YYtlYr pf 1g h AA W W,J,.N�I.ir�,on Y 1 W IOI Y�L 11 CITY OF RENTON RATER DEPAkTMW r Pmasure Test S Purification Test F,m PROJECT No, /i NAME OF PROJECT ?1 C 5/ op PRESSURE TEST TAKEN BY ON AT A PRESSURE OF PSI, FOR_ MIN. TEST ACCEPTED ON PURIFICATION TEST TAKEN BY ON PURIFICATION TEST RESULTS, SAMPLE ei SATiS ! C 7ORr/ -- SAMPLE 02 ,a SAMPLE 03 1 REMARKS: REMARxs: _-1PL_ 3 6 />7 3 ,=�• King County Water District No. 14 8419 SOUTH ; 16TH STREET SEATTLE WASHINGTON 981?8 business 772 1580 c•>mmawrvn owu Ii October 22, 1982 R L Sleno.Kl. sv o Ron Olson, F.E. Engineering Department City of Renton 200 Y'_11 Avenue So. Renton, Washington 980t5 Dear Ron: This is to eonfirW cur discussion on October 20th with reference to the transfer of certsia sister servieea (presently being served by Bing County hater District 14) to the City of Eentoa. It was of mutual agreement that the City compensate Bing Covnty Water District 14 1350.00 per service with the City of Renton retaining the present Waters and soeeasories. The below services are hereby authorized for transfer: Address: Name; Meter: 9254 $o. 123rd St. A/eaf&k John Kollman Rockwell #17855530 J 8412 go. 123rd gt.O -ns.a4"^' Allan Cavaletto Hersey Sparling 04838016 12311 84th Ave. So. co Oscar Vaehnitz Badger #7201379 4 8416 go. 123rd P1.— af.4 i.{L.e John Brusted Badger " J S404 So. 124th p Iwo Puruta Hays M37842378 8200 So. 123rd St•e-' Mary Scholes Neptune #17055563 8211 So. 123rd St. Dorothy Higbie Hays #37842470 Q1� . 8201 So. 123rd P1. Mr. Mitchell Hays #17821066 11809 Rainier Ave. So. Bryn Mawr Tavern A letter will be ®died to the above property owners (with the exception of the tavern) informing them that they will be connected to the City of Renton water system. It 1s anticipated that the effective date will be on or before November 1, 1 W. In our discussion we established a compensation transfer fee of 8350.00 per reLideatial service for the above properties. The fee wise based on expecteu revenue lose for King County Water District 14 and laving no appreciable affect on the 0 A M coats of the district. It my be reasonable to use tht tranfer fee iz the imeediste future if fur- ther tmnsfera are negotiated. However, one must also realize that odat works for one situation does not necessarily work for another. An adjustment (plus or minus) may be required for unforseen variables that may become evident in the suture. ,Sincerely, T. E. Farwood Mlnacer KING COUNTY WASHINGTON INVOICE No. f20'1605 PUBLIC WORKS-ROADS DATE 10119/42 UTILITY INSPECTIONS R/W PERMII PAGE 1 PEMIOP; 09/01/62 - 09/30/82 INVOICE DUE I1/I6/82 CUSTOMER NUMBER: 73/100047 DATA HIERARCHY - To: CITII Of RENTON 200 MILL AVE S PROJECT RENTON . WA 96055 CPTION TASK ITlM DEfCR1PTKIN UMITf UMITf MATE AMOUNT i 4 0 UTTI U47 UTILITY INSPECTIONS f- 297 MINOR TRENCHING jNSPECT 119-82 0-119-42 Lc^ I 1.00 40.00 40.00 40.0 0-119-82 1.00 40.00 11-IIS-82 bA � 1.00 40.00 40.00 R-119-82 1000 I 40.0 40.00 119-82 1.00 40.0 40.00 -119-82 1 OCR 40.0 40.00 -119-82 1:O0 40.0 40.00 TOTAL MINOR TRENCHING INSPECT 1.00 40.0 40.00 298 RESTORATION/AERIAL INSp $320.00 Y-I19-82 Y-119•-8� 1.00 40.0 40.00 TOTAL RESTORATION/A�PIAL •HSp 1.00 40.00 40.00 iGTAL U71L1TY INSPECTIONS $60.00 TOTAL UTILITY INSPEGTIDN f400.00 TOTAL THIS 6400.00 J&*tRF.TIf. LAWS OF 190 PICITY OF RENTON CERTIFICATION I 6400.00 M../1t rw.. lti Y.:W►�J/ Rw ..Fryer 1MI M.hCN�O�li OII M:+1.N1.pyp N Mi']li yY. MI. 11M� 11\61Y t. .1,1 WY MO 1M./ ��.MIY� M! OM1 p 11M�UY MO 1M�1 /Y �.NJ�nSAA MO l#fA A MC OW wao (TT7�lT�(( Alm 4.1L 63(00) s I iU 12,76.r TO ENSURE PROPER CREDIT, URN INV ICE COPY WITH AYMENT TON `KING LOUNTV COMPTROLLER, ROOM 653, K.C. MIN. BLOC-,g8104 ORIGINAL CURIES OF INSPECTOR FIELD RE RT50 ♦TN AVE. SEA] 'I.E, MA. REFERENLE. ATTACHED FOR IAMOUNT IN RIGHT HAND BLOCK BELOW MA INCLUDE FAYMENTS AHICIN WERE IN TRANSIT AT TIME OF THIS BINNING. PL SE CHECK YCIR_�OVERPAVMENT. CORDS 70 AVOID C1NIRENT A N W AC UN '1 H•N DAYS ft•00 DAYf f1 110 OAYf OVER 120 DAYS ►AY THIS P 'I _ Al •,an nn Tt at KING COUNTY 1INSSPFCZQN REPORT ✓� y UTILITY JOB UTILITY Y-'T f�lr darn i�f DOCUMENT NO L+/-4/ -L UTILITY ADDRESS_ LOWORG NO__UTILITY NO (OPTION) %,i# I PROJECT NO MONTH Z4rEAR tj- DAr TIME TASK UNIT5 LOCATION M I -I INSPECTOR i REMARKS tDESCRiP,IONO xa _ 5-,-1. . . . . I I I ( .r � �� LF _s c• 1 n po ST u 1L I I I PAGE TOTAL UNITS iHRS; ARM 100-3 -it WHITE-COMPTROLLER YELLOW-UTILITY PINK-UTILITY INSPECTOR `Y OF f�2 O OFFICE T Z OF HE CITY ATTOR P0� LAWpE.N,�'ar nn��aaa "0ya�,sIY,L.'j • LENTO Ep ssrTEa E 1 WgpREN. cirr arm +nra„ n>s.wcprW',SIiINCTO.N �gNIEL Kg aas.M� DAVtD Jl. SI N ,se JqA s"nr nr•,r. OCtUhe Z NCT BAR � ar,n. IS, 1982 c.r. o+ rr To: FROM_ HICK NODUATON, PUBLIC RE. 8 t�h A J. k'ARREN, CI WORKS DIRECTOR ve CITY ATTO EY The .e Rank escrom aR een .c. 053_8 crow Ie8alsform. ABreenent as tendered to me is ePProVed ee to „ei L.IW;ds ewrenoe J( en� Escrow No._G_11S Public Body City of Renton Contract No. Job Water Project W427 Completion Date __ ESCROW AGREEMENT TO: �f1fXRkj i 0. nl c, 2r 3ranch P re P. 0. Jan ;31S9 N r2 Tuk.yill, :A 9018d This Ea •rw Agreement Is for the investment of the retained percentages of the above contract in accordance with Chapter 3b. Laws of1979.5mrnrUg,¢�W[l�028'a1L.00.28.020 and 60.28.050. The Undersigned,__-_fir—�� n _ herein after referred to es the Contractor, has directeJ ' hereinafter referred to as the PubBr❑:sly,to de'tver to you its warrants.shacks or drafts which shall be payable fo you and the Contractor jointly. Such warrunls. checks or drafts are to be. belu meal disposed of by you In accordance with the following Instructions and upon the terms and conditions hereinafter set forth. INSTRUCTIONS 1. Upon deL'very to you,warrants.checks or drafts made payable to you and the Contractor jointly shall be endorsed by you at,' f,,marded fur cullectien. The moneys hem aB such warrants. checks or drafts received hereunder shall be used by yor 'e pur:hs-e Londs ri other securities-.elected by the Contractor and approved by the Pubiic Body.For the purposr :..<ch ::ucln purchase. you may follow the last written direction received by you I, m the Contractor,pro vldad a .' 'im(Muu ml:erwise conforms with the restrictions on Investments recited hereto. Attached Is a list of such bands, te ,.:her sxudticz approved by the Public Body. Other bonds or securities. except stocks. maybe selected by the Contra.! or.rohieet to exprtmsr written approval of the Public Body, 2.The in,ealments salecteJ b} the Contractof approver) by the Public Body and p-umhased by you must mature on or prior to the date set for the 'Ompletlon o7 the contract. Including extensions thereot. After the completion date of th contract,you shall not be requ red to invest the money held by you and derived from the sale or redemption of mature., Investments until authorized to do to by the Contractor and the Public Body, which authorization shall Include the com- pletion date m the extension. 3. When and as Interest on the securties held by y-u pursuant to this agreement accrues and Is paid. you shall collect such interest and forward It to the Contr ctor at its address designed below unlessothtrwlsodirected bythe Contractor. Coouowd m losa ste Sty a. YOU an not authorized to deliver to the Contractor all n any pert of the securities held by you punuent to tots Btfraemect for any moneys derived from the sale of such mcunUee, or the negotiation of the PrbUc Body's warrants) eseepl In accordance w;th written Instructions from the PubUc Body. Crimphance with such instructions shall relieve you of any further liability related thereto 5. to the went the Public Body orde s you to do so In writing,you shah. wlthir.thirty five;3s)days of receipt of such order reconvert into money tee securiues held by you pursuant to this agrv-meat and return such money together with any other moneys held by you.bereur der, to the Public Body. 8. The Contractor ,grass tc pay you for your services hemunder compensation in accordance with vour pubnshen y yedu:e of Eacnw Fero-Pubtic Wade Contracts.payments of fees shaJ be the sole reeponsibility Contractor and sbal' not be deducted from any properly placed with you punuan, to this agreement unto or. s the Public Body directs the release to the Contractor of the securities and moneys held uemunder whereupon y_ .d be granted a first lien upon such Dmperty released and shall to enfitbd to reimburse yourself frr.m such prope-i for the entire amount of your fees as provided for herein abt.ve to 0.e wMat that you am made a party to any litigation with respect to the property held by you hereunder. or in the event that the cognitions of this escrow are not promptly fuiffiled or that you are required to render any service not provided for in these Instructions. or that there Is any assignment of the interests of this escrow or any modification hereof. you shall be entitled to reasonable compensaton for su::h extma ordinary services from the Contractor and mimhursement from the Contnctor for a!! cosh and expenses. Including at- torney fees occa,tined by such default delay.controversy Or litigation. >. This agreement shall not be binding until executed by the Contractor and the Public Body and accepted by you. 8. This Instrument contains the entire agreement between you. the Contractu, and the Public Body with respect to this escrow and you am not a party to nor bound by any instrument or agree, I other then this,you shall not be to qul,ed to take notice of any default or any other matter, nor be bound by nor required to give notice or demand,nor required to take any action whatever except as herein expressly provided: you shall not be liable for env loss or damage not caused by your own negligence or wllifall misconduct. 9 The foregoing pronsions shall be binding upon the assigns. successors, personal representatives and helm of the parties hereto. The undersigned hacr read and hereby approve the instructions as given above governing the administration of this escrow and do hereby execute this agreement on this---day of g Grant Ca;:;trjc:i.;n City of R._nton (Contr 9[I _L_ (Public Body) BY— �— — B GG Y I' 1 '7019 S.L. 128th, Renton, WA 98055 (Address) 31-616JJZ7 iTax Identification No The above escrow agreement renewed and accepted this th -_day of October __ BWB 1982. SEAME-FIRST NATIONAL BANK ('fins Of art Earm.r Na. G-115 Public Body Cjf4t of Rmton Cuabact No. Iob Water Project Wttl Completion Date ESCROW WSTRUMONS ro �a SEATTLE-f/RSTNAr/01YALAWNS Southcant_r Branch 4AVAAMUM*iiiW,A&*a~XXXX.XXXXXXXX P.O.Boa =133 AIXX)MVNIl IMYftMXKXAMVJM OMXXX Tukwila, WA 73N3 The Contractor.with the approval of the Public Body.hereby Instructs you to p'nchase the below listed bonds or other securities under the terms nt the Escrow Agreement: Executed this Grant CJnatrUCtlon City of Renton IC! ttrt Public Badyl ,��r�. _ 171t1a1 _.___ Furnish L Install VI) g" CL. 52 D.I. Pipe J ti Purnieh 6 lucccll v 6" CL. 52 1).1. Pipe p i �,�, N Furnish 6 Install N ✓' N Selec' Trench v J ti a; Ma[erial I eo Asphaltic Concrete N Surface Restoracio� K Crushed Rock v' r . ' I SurfacingCP N IfLAn •n ~ cl 1 x N _ e Concrete Blocking VN M V O P N 'a 8" Gate Valve Assembly v i n � x N w' 6" Gate Valve Asewbly o m n o x � 5h" ?Rm "1 Fire Hydrant u m AsaemEly _ & 2" Blow off y Assembly o ^' x � a oO I I r Construction N Staking .". o � n O u, Service Connection b s a o Asphaltic Concrete o Surface Overlay � z m N o Retap of Existing Service e o � i C. '^ ON RA"D tz O 1 O J ' T O •C r I �1 PACIFIC STATES CAST IRON PIPE COMPl.NY � 1PLO BIw810. 0' McwAN3 ..w11roNATm PSC.PCO PO BOX 1E11. PROVO UTAN SAJ01 TELEPHONE IAREA COOP moll 371+49I0 MANUF^CTIIRERS OP CAST IRON PRESSURE PIPE. I!TTMGB. OATS YALVES FIRE NYONANTS So IN O T S. E A, ORI5INAL E GRANT CH45TPUCTICK S SAME 00 03 SEP 382 25483 1 DT H T CITY RENTON 84TY AVE CUSTOMEP NUMBER ORDER NUMRER L 0 17017 S. F. 12RTH COOP MTP Sy! PRUJ Y-427 001534317 822420031—• G EFFTOV. NeS1.INGTCN 7rG55 , RENTONA WA REFERENCE NUMBER -77. RPO 55550 TAM LODES E SHIPP, ,A ICF' a IN WAREHOU$ NUMEEA S ESMAN NUMBER A—KG— 2—DESTINATION PREPAY 09/03/02 15 01 ITEM NUMBER DESCR!"ON PIECES ET LBS ETC UNIT EXTENDED ORDERED SHIPPED BILL. DUE SHIPPED UM PRICE PRICE t O<./ . 206521C04 6 D�tI ILE CLASS 52 TJ PIPE Y/ACC. 93 98 G 1769.13 T 5.320 9411.7i 208521.00A 8 DUCTILE CLASS 52 tJ PIPE K/ACC. 78 78 C 1390.88 F T 7.4000 10351.71 20PS22C04 8 OUCTILE CLASS 52 PJ PIPE M/ACC. 3 3 0 54.75 FT 8.0000 438.00 1013800 GALLON TYTON LUBRICANT 1 1 0 .00 EA .0000 .00 m ILAr "RARe P I ' c'J Now GROSS MERCHANDISE DEDUCT'ON NET MERCHANDISE _T SPECIAL CHARGE TAX TOTAL TOTAL TOTAL TOTAL TOTAL •201.48 .00 208201.48 .00 .00 203201.48 1M, IN O W IS N LOSS OREP RN IMARMAI1r KINAW NUR(PAM MP 13011 NN VriNM.IS THETEAMS: D n N RUYEF PERRI IRM A WrAT1311 N GoS3NTAM TIDAB'0Rd1 OTf3 M NO UISCUUNT. .rxBr.n e.GNT N IMP TN PINTS lRP.gRX Tole UP ON.ni<nwAo usTrF CHARGE OF 1 1/2 PERCFNT AT -. s z 'c Or�irtyhee M K r „ r o Furnish 6 Install 8" CL. 52 D.I. Pipe Furnish G Install r^ w1 S s o c"5" CL. 52 D.I. F r pipe w N Furnish O Install rl I� Seiett Trench ou0 Material cAsphaltic Concrete], Surface Restoratio m � � Crushed Rock Surfacing a• Concrete Blocking 8" Carte Valve I y+ Assembly 6" Gate Valve Assesbly m n rA- yir. NJD IF Fire Hydrant w s Assembly 2" Blow Of fy Assembly ro n n x r e C I r, Construction Y Staking � 'r 0 w Service Connection b x o Asphaltic Concrete) �o -� Surface Overlay o t/r ro o Retap of a �n Existing Servica Is orn o,x G" DI Pit; n H&uO e J j .,. � : - 4 m � t w OXTOO R DUPLICATE (' PACIFIC WATERWORKS SUPPLY CO.,INC. W c REMIT TO: 526195 ' PAGE 19 s7 I P.O.BOX 3616 • SEATTLE.WASHINGTON 26124 • 12M=0400 SN(a1917 9/ 8/1962 1511700 SOLD R. E. ORMIT CONSTRUCTION SHIP 17019 S.E. 128TH STREET YO GRANTS YARD PENTON, 4A 96055 RENTON, 4A 95055 C/R[NTON 4TR SYSTEM PHASE I TACOMA - SNIPPED hl0 .1fc.1.. 9/ 2/82 f ..0 p\M 2 8 MJ X B FLO TEE 2 169.69 339.39 1 8 MJ X B FLO CROSS 1 226.94 226.94 1 8 MJ X FLO ADP 1 88.33 88.33 1 8 CI FLO CROSS 1 163.79 163.79 2 8 X 6 Cl FLO CONC RED 2 80.67 161.34 4 8 MJ X 6 FLO TEE 4 156.15 62E.60 2 8 NJ 11 1/4 ELL 2 07.87 175.74 1 6 Cl FLO TEE 1 41.38 91.98 1 8 MJ 00 ELL 1 96.69 96.69 1 8 MJ PLUG TAP 2 IPT 1 33.13 33.13 1 8 X 6 MJ BEB RED 1 65.92 65.92 1 6 MJ SULIb PLUG 1 29.64 29.64 1 B ROMAC 501 (9.36 X 1 61.92 61.02 6.10) CAST TRAMS CLG ll 91 301-903-930 ROMAC CPLO 1 61.92 61.92 it 8 BBO 11 6.06 66.66 4 6 MJ 45 ELL 4 62.85 251.40 ♦ 6 MJ CAP TAP 2 IPT 4 -1.65 126.60 1 ALL ITEMS NOT BEING SNIPPED ARE BEING BACK ORDERED. NO MATEMAL6 ARE TO 6E REIURNEO WITHOUT AUTHORIIAIION 1•.'.PEA MONTH LATE CHARGE ON AGCOUNTS UNPAID BY THE 15TM OF THE MONTH CUSTOMER DUPLIGTE PACIFIC WATER WORKS SUPPLY CO.,INC. �S REMIT TO �� �� sze19; PAee —J P.o.soEmTc • sEArne.wAaNCNcrowaeT:. • riosluloaD wia aT+ SOLD 9/ 131 noo • R. E. GRANT CONSTRUCTION SHIP 17019 S.E. 129TH STREET TO ORANTS YARD RENTON# WA 99055 RENTON, WA 98055 C/RENTON WTR SYSTEM PHASE I TAC'IMA - SHIPPED ,a, „�q`,",„ 9/ 2/62 IIIIIIIffiIII 8 8 IOWA MJ X PLO G V 8 266.57 2148.56 1 8 IOWA MJ O V 1 279.80 279.60 20 8 RICH 940A V B TOPS 20 19.59 391.60 20 24 RICH V B BOTTOMS 20 16.82 336.40 14 CONCRETE VALVE MARKERS 14 13.25 185.50 9 6 IOWA NJ X FLO 0 V 9 172.80 1555.20 2 6 IOWA MJ 0 V 2 180.33I 360.66 9 6 BBG 9 5.52I 49.48 6 5 IOWA 6 MJ 3-6T 109C HYD 499.21 2995.26 3 ♦ MJ X 6 FLO TEE 110.69 355.47 11 LJNCRETE HYD GUARD POST 11 39.33 421.63 Chi 3/4 BLACK ALL THRD ROD .-a 1.05 63.00 24 3/4 SHACKLE ROD NUTS E 24 0.89 21.36 WASHERS 10 2 X CL GALV NIPPLE 10 1.06l 16.60 101 2 GALV MALL 90 ELL 10 29.80 5 2 X 12 GALV NIPPLE 5 6.v9 34.95 5 2 IOWA THRD 0 V 5 323.05 ALL ITEMS NOT BEING iMIPPED ARE BEING BACKORDERED. NO MATERIALS ARE TO RE RETURNED WITHOUT AUTMOPAZATION. I s.%F.H W)NTH IATE CHARGE ON ACCOUNTS UNPAIO BY THE ISTH OF THE MONTH 0 CUSTOMER DUPLICATE I���PACIFIC WATERWORKS SUPPLY CO.,INC. REMITTO: 826195 PARE P.O.BOX 3616 • SEATTLE.WASHINGTON Sr :'A (20BI 2234DWO SAME 191? 9/ 8/1982 1511700 SOLD . R. E. GRANT CONSTRUCTION SHIP TO 17019 S.E. IiSTH STREET TO GRANTS YARD MENTON, WA 99035 RENTON, MA 98055 CA MTON WTR SYSTEM ►NABE t TACOMA - 6NIPPEO "^0A" •" 9/ 2/82 31 19 RICH 940D VB TOPS 5 27.40 137.00 I 5 24 RICH V B BOTTOMS 5 16.82 84.10 5 2 GALV MALL TEE I 5 4.27 21.35 3 2 X 18 GALV NI►PLE 3 11.29 56.43 5 2 GALV CAP 5 1.94 9.70 5 2 1/2 X 2 GALV BELL RED S 3.63 20.15 3 2 1/2 hNbT X 2 1/2 hIP 074 CP 3 0 44.03 0,00 7 FT 01 0 METER BOX 7 0 25.53 0.00 2 3/4 J-1506 CORP STOP 2 0 10.49 e. 0.00 1 .3/4 J-15$5 ANGLE METER STOP 1 0 9.76 0.00 1I 3/4 ,I 132C METER ELBOW 1 0 4.01 0.00 1 3/4 J-1531 ADP 1 0 3.34 0.00 1I 3/4 GALV CAP 1 0 0.68 0.00 2 1 J-1500 CORP STOP 2 OI 13.63 0.00 1 1 J-1525 ANGLE METER STOP 1 0 16.08 0.00 1 1 J-132C METER ELBOW 1 0 6.82 V.00 f 1 J-1531 ADP 1 C 5.15 O.p0 1 1 GALV CAP 1 0 0.03 0,00 ALL ITEMS NOT BEING SNIPPED ARE BEING BACK-ORDERED. NO MATERIALS ARE 10 BE RETURNED WITHOUT AUTHORIZATION .•.PER MONTH LATE CHARGE ON ACCOUNTS UNPAID By THE ISTH OF THE MON I H E PACIFIC WATER WORKS SUPPLY CO.,IN^. REMI I TO: „r AJ 626195 PARE P.0.BOX 1616 SEATTLE,WASMINOTON BBIN (208122::-0100 e1NCE r)t7 1311700 To + R. E• GRANT CONSTRUCTION SHIP + 17019 F.E. 126TH STREET TO ORANTG YARD UNTONF 11A 99053 RENTON, NA 96055 C/RENTON MTR SYSTEM PHASE I TACOMA - SHIPPED ,"" ,�;; 9/ 2/82 21 B 88 313-1010 X 1 1/2 IP SADD 21 0 20.80 0.00 2 6 By 313-760 X 1 1/2 IP SADDL 2 0 18.56 0.00 2 1 1/2 J-1963 BALL CORP STOP 2 0 33.37 0.00 6 1 1/2 GALV MALL 90 ELL 6 0 2.05 0.00 3 1 1/2 X CL GALV NIPPLE 3 0 1.22 0.00 1 1 1/2 J-1327F ANGLE METER STD 1 0 35.95 0.00 1 1 1/2 LF 31-66 METER ELL 1 0 16.44 0.00 1 1 1/2 GALV CAP 1 0 1,39 0.00 2 FT 02 METER BIX BOTTOM 2 0 133.63 0.01, 2 FT STEEL LID FOR 02 BOX 2 0 112.00 0.00 1 1 12 SCH 40 G1. PIPE TIC 1 0 1.63 0.00 2 B SB 313-1010 X 2 IP SADDLE 2 0 20.80 0.00 2 6 SR 313-760 X 2 IP SADDLE 2 0 0.00 2 2 J-1943 BALL CORF STOP 2 0 55.55 0.00 6 2 OALV MALL 90 ELL 6 0 2.99 0.00 3 2 X CL GALV NIPPLE 3 1.66 4.98 1 2 J-1527F ANGLE METER STOP 1 0 48.23 0,00 1 2 Fi--7 M':TER ELL 1 0 26.96 0.00 ALL ITEMS NOT BEING SHIPPED ARE BEING BACK.OPOERED. NO MATERIALS ARE TOOL AETURNEO WITHOUT AUTHORIZATION. I',1.PER MONTH LATF CHARGE ON ACCOUNTS UNPAID BY THE 151H OF THE MONI H CUSIMOR OUPLM0.TE W PACIFIC WATERWORKS SUPPL:CO.,INC. , J4 REMIT TO: /�` S 826193 PAGE P.O.BOX 3515 . SEATTLE,WASHINGTON9E121 • 120 51 22 3-0" SINCE 1917 9/ s/19ea I SII700 STOOD „ R. E. GRANT CONSTRUCTION SHIP , 17019 S.E. 126TH STREET TO GRANTS YARD RENTON, MA 98055 RENTON, MA 98053 C/RENTOP YTR SYSTEM PHASE I TACOMA - SHIPPED 9/ 2/82 .mlu Non" ow" Mamma 1 2 GALV CAP 1 0 1.75 0.00 1 3/4 J-1528 CPLG 1 0 4.83 0.00 1 1 J-1526 CPLG 1� 0 7.52 0.00. 1 1 1/2' 322-190 69 GALV CPLG L 1i 0 9.32 0.00 1 2' 322-230 SB GALV CPLG LP li 0 12.00 0.00 SUB-TOTALI 12576.33 FREIGHT !ALES TAX 0,00 TOTAL 11576.33 I ALL ITEMS NOT BEING SHIPPED ARE BEING BACKORDERED NO MATERIALS ARE TO BE RETURNED WITHOUT AU'40RI2ATION 1-1. PER MONTH LATE CHARGE ON ACCOUNTS UNPAID BY T6­15TH OF THE MONTH \` /1 ���� I l Y e, �; 1 , if •�' ..j 161Yrx6�"�-- �..5 ...i�.�.13�.� 1� 'T `� •K�V[3p.T+ O .ra.cYf1y D IV•11 t0. P O MiO..LDK ,t'f, � •t a .: IwrN f YNVLn 7._,__ .K 1.6w0 Prcc T�Piounl L2010 62040 62050 22010 16r I 7A[IO 22020 62•SO 42060 MU4Df i iiY i•� Y�__ '—•——T1-(i �Gi.M -Ol �.--`- 6101 5203 5m SM7 QPA,VEL 1 5202 M5206 Sm 0 i fMUSMED 63018 N 62030 67060 O>a —snZ+ ut-w-aTi�i 1 v. .«:ie.' a.v. rtOCK 62060 62060 62070 rA" 1—..__ --lrM4f(%r14 w.LL001 4U.14<JM LOM;O'YO4S _.l w LLMIMr sraKpawo e000i KruaLr 60002 wHx 60003 .u..ur—�.uYar.� w+rnx rar«iw 'DI1007"_ «wr 20002 ra.._ 6000 _ 00006 I P•c[s f4VYLUM rolKr 61 / x k 10, xo n sr.+ 6S0 T cux 66M I e a . ...a MA TOl6l •1 MlYtw[ r,a 1 ` ♦3 TO F49 WAY "ITT WME w - • _ TDT•L._. xan OlLIVERY T7CKl� • OPIONtUNIir CMI`tUrIK w.... w""'.' •'2,., n.... .._.G�ArMM�O• � • ..._..�^, S n.w.,..Y....w r...wN.« �—T101 _ %Wa avloa am '�''��Y�/•y 7 aooJo an> -.�f..oso ...n's irBBOi ar.io. 1 5000��y�WOYOS Iwo�iw a JMtooft _..I ?0004 loot oevoNtas tN)N»%'K JNo:of..:�".nNµNN_?��+----���----�---••• -T._._ _ —T rv%w otozo ).M'M r_ ." .n 1 nw q�.c }_J. , GJN_!WJ I Oat Olori Koll Olo" � . i _ wnad Wes IM om ton Ew_ , tm�{ 1 --Mlp is tc z amt► � a. +" Ilr t Y1,1, NRY1]Al4 Wi aoee f .a�r �1ot►� �I i __ art�wrt 1'� (�' 7�T/" /, ✓ I l�/ Yh'aa // .a at3- 1 'tJd 04 ' tWanxi kIul� IYI'IE •.O.xox�E» 4EYTore,rEAbfMgTD6 aNB6, 7iGMlEp .O hAAAARi�1 j l 4MD TO--f,— —" GRAVEL_ CRD�MED ROCK X �— SUB a OT•A,e 0 r _ TOTAL No. F 16117 r`°rfM'wn e.fr mR aTONER Rr ewBM)ra lnNewr,Hurt ur CONCRETE rME wtli mH Y Mq�WM Fv�NfBMwn n.�mP�unmyn Er 1egwr•r wnftr a„awn�n dA,"rM GARY MeC:M.lW.. TMXXNN avuuOoz" 13224.1"A~3oU PMW,WNNA4 D GPM �.. 226 UP t OATEN SANO W RUN Joe NO DEt vEREDTO TRUCK NO. DRiv ES --.�—��.��'�-��� $IGNEG PY ai\T vuw iIXMFtlkl, +t r .., i .,_. __.. lot Ham. �rtar ! 3 5 —r:6'�S' <MLsaarf p<r _..__ F.--_.. 'oUNDD 1 usort.•c �� 'arm 6 1TPSP C2P'!C ru+ i3 f•1E� L/lir}.L FNIIR� __ .� ' � `1 I MNC 1 \TOZQ am \24W I I - rou VOf 152Ut STos Y32CT I' I 5203 .SLM GRAVEL ST02 3204 S2o6 ` � l POUNDS IMs< roL �I \I !0 6To10 \2060 <y,v t 62010 _ r;�. t N w � fOY)<NTR•M1 I 70001 M.NIYUM LOAD IO TOM6 BWo2 wwtt�@0003 I __. aA<aNENr fFAMO•.O 00001 �— Io .6sE6l1t.ANrOM pw, M L \SO RCT Ra\M _ vf•!nA .1a�AIN9 •r:YM9 X 11I��_ ..��- _ __ i � �" � 9TONtWAV RENTON O.IIC[ Tpru Vc"T , .M+e.•«rweaa y«••°°"',�„.�.... RiNaty FMVIOvl� ,.',w.^,u.w�•.wn era•- '^ ge& ,0p 6Tr 3tOr+ waa"r ...Ta_+sa.r.. W-427 Water Project Specs. 84th Ave. CO-OP 3+ e _irMT 1 _'- . , =.VILE •Y4uu, � � POUNd stir[ '-`7s.tiuc ocv. � 42010 42040 42000 42070_ yam, -r .N, - 1V.EM rK 1\iEP 1 J s L 4"W 42020 420"oumm r i.Il. . OtA 1�2 i f-r MGM $201 3202 S20S $207 O 002719SC' _...,i ....�_.._ OR4vEc S 5204 _ 6206 520.1 •DUNDS IaiErpownvi.irk wT`ci o�cw ` I i R2010 62030 62030 62000 1 II CAMNEObY.M 4w�C��• Rp[K 6 62040 62060 6 20A MAKER -._... . -_� .__. 1_ TpYS EXTRA M4UL _700001 lowo 10 TONI I uxibxN* 4reN•un l0061 NTuxr 6ppp2 rrYTE-_ -60005 1 E.EKw.aR �� A006i Pxiee E...W"a w 64 X. A •0' I ERE,RE uw_ -_ 65 .• can E6000 .r ew •.wen -.�' - •Ermwe X - ._. u•, Tex O T O N S W AY E`�blY me RENTON OffK[ fws�;��we MN1UN WM TOtK -- v/iN_.x•.lwn Pww,: trYr • V'U NAr 1fI. • OEl1YERY TICKET .1t t w n,wT !� s yy AI[w1VY 1._._lL._._.•r two afL,le Tu :•� ✓!n. EP--.. F2Q7 Q li lavr i F2056 1 irK �.iuw �ruw � I i SAND 12020 FZOSO 42M ►O/N06 5201 5 C3 S20S 5207 GwwvtL S202 1 S20F _ S206 32M 4WIND5 Mae CRAUDSCNNC O 1I/VF 2COlI_aDJi/)' v5.2 030 _R_OM IN IMU620 F0 6 M0 6200 62070 1_ LY0 IO TOS OM 10001 oN— .I.1"r ctw aT+NO..0 FOOpt N+uwl-T 80002 writ` IW] 1. 1_ .KRY{M1. wawl• �i n SOOOS Wrt a FOOOF FOOW _L 50007 c[MwT 0�.�__.�� NfC(i ls![NtON N)INT N _ L !t'tT w[MN —_-- F50 curs F6000 Ll_ N•� n_I .wN.. X.�-.. T11% •TO� RENTON O.fICE TOTLL o , xN ' pEUVEpT TICKET w yy..1 .;�yr} ..�N.,.......... Eouu a�R,uwTv eNxo3Ea .�•.•e:,_,,,,;,, , .=..` ��esWMww110Y. �� P]61�0 WI-31W -•MOLL ••,••• r., E,3ll;l1N]J,lttU1l1A(Ad0 TH1C3 w�...w ••• MOLL AtlaA1130 • � •w.,.....�..�..r..,.�..r.r.. ww.„,.. � 'W NJIMb .A 40d(Itl m.,,�.imlu..vn inn....u•u.,e..rl T101 Ara,.w.NI•rJ ,OF a w� 1�10191ftS awrnTt..+.I mRm1 T L r— _.____ _T-'-�- __ .re lb. f .01 X X / /s ..,or was.e.dn svlu 7_ �� s..in. 90Wo alaan.e 10 OOt COOO9 U..) zw" vna. lom Od.w..s .+'xna.rl .w SWOJ Or ovO MNININ lOOO[ 1mw.MtXl iwOl �tllxw OROZS 0902'. M029 :I>Lb �-T—T_�.,� 1M.rN l H.wn.-vf MM 11 �nw -- C902$ Osm 01019 OtOt9 0 qn 9m r029 zas IDAVMM vl"Lr l14Si Ron toil tozsWS .L _ r.an _ t 0902SOit9 oSoi9 t ORP:► N)ri .nn.i 'N.rbns w 1 .tl 0�R4x� O ��O1'Ot9 OIOtt w.__L U'll 1..n 1tONC*d - 7�z;� _. . _ ul a01 tta 0,,c.calm 4, ..:_ STONEWAV •.O.box so-RCWON:WA/ROIOtOR am Sli tppp Olt F��.�•��Tl�� RO.a -am" MIMA f0, ILLOOK TA TAt _ TAX — fWrvtR TOTAL No. E 27609 �n I►c L-dli IRry Mm Si ONENAY[DRC+EI�IxI mR nm M I�MI iiMbM mY I V I IO IIMYamY IIOImI.[iIY IIMl�I.IpymlY m mM4'lI1�RtY m QllinmMlO m1'>f i,x,e Jwl.un IMm meni.l t 4.r - I - Wr-CtG .So A944 yu,cc Y _ �uwwwo ATE I 0l� _2000 -- f I Su 6Emwn�.c Y020 42030 620{0 ,10Vr.lrb �ve.♦ TmTT � 1 � 5201 320! no 3207 Gwr uct 3202 3206 U06 5206 O f2010 0"30 '62030 62060 1 C.IUSMEU :i fr.�E f.(.MiX is i... .YE nC Olrr 62.060 620W 6:070 w((E MwMW uaAO to rYN3 i u.c.a(wr (r•x0u.p 6000/ _ ._-7.._ _`_ - -t--i .�__.-._ rruR. 60002 .rt.lry 00003 .rt....� crane. �ce.r+f�i 60000 .orow°u 6000f 1 tiG(E EfV•Mirtw mS u •___ X lo -- __ lTd..ES _ ' .. '•�1e vr•.ur. X�l. / SW TOTAk -3�.._. Oror s _ • '�� �^F<Me Mrtwe we..�l.•Y vi1 MOr�µ4 JM M1 ""AA. _ rM M •�rvwrelMWOMia' � � Mum d'1'ONilt(Tr �u�a��ET ._..+..w.rw(21 itOD i�r�w.r�•.r..n..r.rw.w.w.....,....�r. �u.r......rw�aw 4�s•rr gMt�$aa t�2t� �SS.g�+Hsnun� �t 04 T� 40 ENO �Yq Opc e4FR¢�.` �UCx Mp GII i4fk _O oar %Got NMCANN,INC. TpUCKtNG L 9ULLD02ING 732Ze 766tn ave-rve so�m Renton.Weshi�Mtw d6D5$ 226 5"2 DATE GRAVEI��� ♦1T aatw. pE4VC:R4D TO RUCK t�G "AEC 4Y Of RF^✓� z PUBLIC WORKS DEPARTMENT OESfGN/UTILITY ENGINEERING 0 235-2631 d ; AIMCIPAL RLRLD M 200 MLL AVE.SO. RENTON,WASIL/ w P �rEn SEP,E' BARBARA Y, SHIN'OCH MAYOR September 15, 1982 Mr. Richard Grant Grant Construction 17019 S.E. 128th St. Renton, WA 98056 Re: Bath Avenue Co-op (W-427) Water System Phase I Replacement Dear Mr. Grant: Attached hereto please find a signed contract document for the above-referenced project. You are hereby authorized and duly notified tha! you may proceed and begin construction September 15, 1982. Very truly yours, William Kullberg Project inspector AH:jft Attachment OF REY i r PUBLIC WORKS DEPARTMENT v _ DESIGN/UTILITY ENGINEERING 0 235-2631 n ✓� MUNICIPAL BUILDING 200 MILL AVE.SO. RENTON.WASH.9B0a6 1 :w R b' P ,TEO SE" BARBA'. Y. SHINPOCH MAYOR September 15, 1982 Mr. Richard Grant Grant Construction 17019 S.E. 128th St. Renlnn, WA 98056 Re: 84th Avenue Co-op (W-427) Water System Phase I Replacement Dear Mr. Grant: Attached hereto please find a signed contract document for the above-referenced project. You are hereby authorized and duly notified that you may proceed ari begin construction September 15, 1982. Very truly yours, W-&, K ^r William Kullberg Proje_t Inspector AH:jft Attachment City of Renton Engineering Department 235-2631 PRE CONS TRUCTIOP AIFERENCE DATE: ._� n�B�,e rd� TIME: e f PAf /C�Tyv�spr�,ny� PLACE: _� OiL GOIYf. /COON DEVELOPER / CONTRACTOR OR SUECONTRAF.TOR / NAME OF PROJECT Name: s1111T GoNs7-,eueriox Phone: Ohl/��T . _,�/ n- Project: __ W- 42% — 9 _ H✓i. /N r" a_ Proj. 0: ------ NAME OF APPOINTED INSPECTO'+ Please check departments to be notified specify person to attend. Engineering Dept. LL. Fire Dept. Folice Dept. _/ Street Dept. _ �L Traffic Dept. Utilities Dept. Water Shop O. A th" Additional outside departments you may w' h to otifyc/,� t�r4newitF3rarn orlat� A U VL Pacific N.M. Bell Company _]C Pu etS`o"und Power a Light Company _v1 i��Cable TV Company /`►""�"� _ -' Washington Natural Gas Company ✓ Other jW 4#,/4- Lity of kenton Engineer ng uepartnKnt 235-2631 PRECONSTRUCTION CONFEREN;L DATE: JRprrmarA' TIME: �_Ld RA L -MV&SPA.J') PLACE: L�7�# P,LooC W, P,-- _ DEVELOPER / CONTRACTOR OR SUBCONTRACTOR / NAME OF PROJECT Name: �_5z4LL/$T�(JCT/QK _ Phone: _g,,� � Project: — -4/ 4--l---�11_=� �Q Proj. NAME OF APPOINTED INS PECT — Please check departments to be notirie� }Pd specify person to attend. Engineering Dept. Eire Dept. —Y Police Dept. Street Dept. Traffic Dept. t/ Utilities Dept. _ Water Shop Additional outside departments you may c h to otify - erWnewi-e C n U Pacific N.M. Bell Company Puget Sound Power & Light Company A' ' _.� >:eaeN'enipler Cable TV Company , / �� ' Washington Natural Gas Company /� ✓ Other 1A*1 KY4� L�J•t, Ad. — ✓ K,4*4� f d'q Aee. Z v p,,; e- "- op fie. M- ,.V- �tT N F''4i 49 tiny Vf �C,�•N�N .?'95..-�G'V� zsr_s�so VATI!R ALAS HE.M PROJECTS PRESENTIV UNDER CONSTRUCTION IN THE CITY OF RENTON WATER PROJECT 0 SEVER yROJTCf P DATE 4(2aj WATER PROJECT TITLE 64th Avonue Co-op Phase I - S. 121st to S. 124th Sts. PROJECT LOCATION King County - R2nd Ave. So. to 64th Ave, 50. DEVELOPER City of Renton ADDRESS 200 Mill Ave. S. PHONE 235-2631 EMERGENCY PHONE 226-5019 - John Gruhalla CONTRACTOR Grant Construction ADDRESS 17019 S.E. 17Ath St. - REnteo. NA 9R056 PHONE 226-0418 EMERGENCY PHONE 77 - FOREMAN Roc> ,:?will PHONE EMERGENCY PHONE Clty of Penton Inspector Bill Kulltern Other Inspector County p p H > 1 j p i A m Furnish 6 Install. O e, 8" CL. 52 D.S. Pipe r. Furnish 6 Install 6" CL. 52 D.J. o r Pipe r y� w Furnish 6 Install Select Trench 0 Material J r 4s Z o 'Asphaltic Concrete Surface Restoratio K Crushed Rock Surfacing jz 0 _ a Concrete Blocking .1 8" Gate Valve 7y^ Assembly s TI N w f" Gate Valve 0 Assembly m C— n M x n m 5ii1 miD 'i Fire Hydrant Assembly 1 x 2" Slow Off — y Assembly o n x � Z Im t, Construction N Staking r 0 .� Service Connection b I = o Asphaltic Concre, o Surface Overlav g �y 14 o Retap of m {.1 RxletinR Service o o TA o x I u y \ j Y •-• o a w c W�enVtWe ' .ro H n "C r Furnish 6 Install 1 Q a B" CL. 52 D.I- v Pipe Furnishr r ro 1 i a Furnish 6 Install 16" CL. 52 D.I. Pipe N " Furnish 6 Install Select Trench y Material. o Asphaltic Concrete s _ �y Surface Reetoratlo 1 � Crushed Rock Surfacing w u J m P Concrete Blocking � S �+ 8" Gate Valve O Assembly V x 6" Gate Valve 0 V — o fy^ Assembly m C_ n I m o x 0 54" MUD Fire Hydrant o ' s Assembly 2" Blow Off m Assembly o y x x �r Construction z H IN Staking m I , o u, Service Connection b l n � x o Asphaltic Concretep- .o ;g Surface Overlay N O z O m o Recap of a Fxie tang Se- lee o�n o x v r p +�i ti I N I it o m s I m o 11t'4ARrt cAcr -�wR,v Q6 (}/y�J�1, ftmd, �(WR GfItXR TO' !•.O -aDT- ii111 {y/� � � •�.. i�ij.,'u-/��es� � e� • Ira a�f � � ;�;� 42.7 •Rru . .rnuwt _.. �POUNDS r(wclRYf T SUM[ 4mo T_4207 0.v_ 62010 a2010� 68050 rw[ SAND 42020 t2030 42660 _. _IOYMOS---, f.• Ka Ir • RUN O i 1 S201� 5203 S20S "201 GR4Vfl F•—T52-0�2---4 •92W $206 [2p601 1 — v- YK 4e IMri: -`-i �uRDS -E2010 62080 62030 62090 DLv. j t114 In�e \—i.wx Rle ru.=wa fw w a RD2040 62060 62070 1 mom" L 2000I MINIMUM lDI1D 10 TtW5 [a+cfr[RT 6i.wwRo 60001 RruRLv 60002 �� 00008 1_ _uua Ww wwi e. F eollenerc 6�S •�^'^� 60006 .ac[f O�xnwT 44 r X % 10' MET OAR a600D.. L (1►L� C�'rnRRaw TOTRt w �,.n.. �a w�+x �.lcw wv • DQE351l v T"E • .wrr.. yyrw= Edl1l OVPCdiiWNTY EMRDYER ���we,.� .�w.o�wdY� Zb.i:iOD Ri1J100 STO N SWAY / Coxes - asp Vl rn�000 aArc.__--•----rs._-- P.O • --- EplO AOOREV. cm OELIVER � wA+enr uv:a�rtw« MNO _. GRAVEL — CRvwEO ROCK SUP TOTAL AY ------. TOTAL No. F 16320 R•y..ilsYW.TW t,r SiONEWAY CONtPETE�Nt rPw'�wrN w a n«,nl WwiEy r•Yrruewv.�Rw«L wh Ww•ILL rowhwv a was. «ia inns•eo...o�me.w.mnl s � t a � 1 y .4 1 a. • J � y S a ..? ��[`M.a. x� .win r}A � a,��,` F>Y }•ti e 7 1 .. i+ 4 CIAawn 5 » M�W`w Y3. tKw +�.+A 6Y' ,se^i�.e tfY�Y'x. '�,AP '+oa� � i�•�+p�E �* n . rr ' ' � � bmiYi ��rPwr PIPS t A 41� ' f0 K mcn;( M J 14E f14�.RY ro 'low M woo V jNr .ni T �, J. ..�J../ �.ra1...q•..fYEA TQ iw, �IYllll���A '!✓ Sc /Nt2 �. •.- e 101 shim 9 iYefo .zofo izo5o u6'r6 i i:• — - , � Ewe �"a�.ewew.. Ewiiw J---Jwm+ Y020 42970 R ' 0 1144r4 .«t.< Tv'i TV— —'w7`wTw---� i I nKnvs I 5Y01 52O3 5205 52oY '. • 3.-atpTr- '-� O I �l_ .A. 1-�- y� GfuTC� I 420Y SY04 SYOf 520r 1 Pwwos rwt Ga waa rrc wo E� -6010 62050 62050 626r0 I LrUSNI� •r• LaM Ya.wZ lw( iNwaM�� I , wOcn 6mo Sam I 62070 wwEw ___�OMs EwA.•wUl 7000/ Mrnra.UY LDl1C1)o TO l {•11 C\Y[N. fT•wOMC T02 J r000Y sor03 --fSM7 —�•icuu.v •c•wwwr w004 °°"„„^• 80005 .a +s w006 oafs cwEun•H.wwr M / k x IT nf•wE w•w 650�r -T can 116ow ....L 1-rti_.4� I I ..f ewf w.•r•.ouo - . .._....__.—__ -.__� __._ E TOTAL j- �1__,____ vtrro•e x TAX /�� --'� e� •TON[ nF.n*oN ornc[ _____._..— _ Cww01Yw rorTOTAL<Yw•w =� rtEw w. .o BUF%w.INMUt�' DELIVF.RT TICKET e �pc MiI OwrONtUMry Et�Lfr aYtn�we.wYY••w••,••.«. .. 1i10U at.tfW1w .. xxTgiyR Y [ Nd ONT q hMT .Lr� vow ED1�1St o fj,�{"J tf___��_ •... 041TERTO PO "-LOT FTCIV - ew N.Y V R 0. v 52010 22W0 82050 S2070 ■. _ SAND 0020 .�—[20T0 S206S I { K1UNO6 1 1ii. a —r�"TTi'ST3— Slot 5203 $205 5201 i r (aIIRVCI 5202 1 SLW 3206 sm --ll.. 7 62010 1, 62030 62050 620Su 1 -`Y� . CRUSNfCI S/!!1 LI.rMF IIw 1.. MIY RK OIYY �Y ROCK � 62050 52060 1 63070 .wxw -, TaNs[Fve NaoE I 70001 I NIMIM VM I,OIIp IO TONb aFR<[Mcwr sr FNMwo 60001 wEv 50002wMT[ 50003 a.G Sua WfpxwY LyNIRY! rOµ NK 1 1 1 Q0007 _ =l Nl�- 0004 NI [OOOSt Now �E[Es IFPFNsoN x'NNr—' 64 X - X 10__ tJ-1�—L rtn N[SYv 6S0 curs Sf000 <uP W(Rf SIM Tt�TAL 1� � sf xN.wR X TAX •7 N ff W AV wENtON OfE;G[ uVrwR•wM,sw�n..w _ ___ • • [- TOTAL M�ti mF� • n�n�•wr+ c0 BAY YA NENf GN W. 0 >,.ww�r..F�.P• '°1 DELIVERY TtCKFT wa1nRM.PpMNrt'"•ww� EWK OPP01.T11NiTY EMPI OY6R wFc.r s......r..� .�...•...�.. «. Y, 22&10W E31:3r0p ."wNi+rw.i.w.�ir-e�'w••�M-'.nwrr r lop 71 ♦ - KrA tt t TRP "si�aty/l.`+o �_/__��1.�,['•'�:w, �g txtwatso v0 io0 ter ,:MIONo IN MO ...-.._._ .___._ IRrh f. LNOUNi ►OY/Mt t 62010. 62060 4m5o 42070`.J •*u �N( SUI[RtNf MLER rl _ t 6AN0 6aom 12070 42W 1 .71T, RON o sxot 52a2 stss smr j ---srz's arlowNwt GRAVEL 5202 S1a 5206 J sm6 0 6x0i0 62600 62D50 62060 1 CRUSN[O y 6 S/11Ri S/42Z RR 70 a'r �s2ao � s:oso tm�o Mr,eR TON4[1Ma WlA 7owt T M,NrML'N LOAD 10 TONS MR c[11[Nf STNNOAAO 60001-T uRlr 60002 RM,T 60001 a.c aue M:oRRv oexcwn rwlMc y_ 60007 ceNex, 60006 Nr___60005 60606 IRcta 9A ."R«.Marc 66 / X 11 10' rc[iw[NA 650 + T can "ON L 11 u.a tuuo.eRs SUMTAL YaN.,aRt x •TONEWAVAt l,00 3TONPWAY canc.1s- .. C:- i Y.O.WX 50._RENTON,WAOHINOTON SM7 M1000 DATE a- •.-- KANT. I solo To. AJORE%— CITY OELIVER a.a. $AND GRAVEL CRUSHEOAOCK Of � t 4 re ',C'OXTotAl kah TAX — TOTAL pR VER No. F 17031 11 x N R t.g Y Weed dW SEONEWAV CONCNETE MC Rdl MI W hod 4Ne ha"Y dew1 fMY — ll.v00%airy xdeWke.rwdv�y R r.o.RaLNII'in do—I N.0 dew Idle,d Wave on IM pe:nlNx GARV McCANN.INC. TRUCKING&SULL007.ING 13224160th Pvenue$+xdhent Renton,W,V Mgtun O6D55 226.5262 DPTE— GR4VEL.------'-'-"-� �_va. SAND—�--��"' �+ FIT RUN ---- IS NO DELIVERED TO ------- TRUCK NO.f DRIVER SIGNED SV GARY MCCANN.INC. TRUCKING&IIULEppZINU 13224, 15pth AYmoe 5outhe»n Rennin.N'sshington 980E5 ?28 5262 DATE GRAVEL__. YO.--_ SAND PIT RUN NB NO. DELIVERED TO TRUCK NO DRIVER SIGNED 9Y 8TO N EVVAV c .. ..o.so%w►-Rewlv.E,.WE�T�.EaE� swum I SOLO TO.. RDMEfE _" CIT. LwER SAW OR/IfL . CRUSHEOROC% E net'OX� TOTAL �- iA% r TOTAL AVER W. f 33703 R Y qw.�Y qwE MI STO.EYRv CS.CRETE IK w n.l b kkkk W Iw m bmgk ro wnlMv.%ow1M�Y d Wkk U R d*-,A.M' wY ImN kkaw,on Alv krowsk t STQNEclancruttJ&WAV 1 ' •O.WX$a RERI DN.WASH0,DT04 211057 mid" DATt Its_ r�oEo ro�� •DDREES CITY M1.1vtR yy�ntr• 6<�� m•a _ SRMD GRAVEL _ CRUSHED ROCK _ Mlt 1I4 TOTAL No. F 33704 ��a w[A.•W IWW i w 57UNEWAY CONCNEIE INE "t wI M Mk iNKI M NN W[tl�ry MuW�Y,11tN14[ilI fMl1[dkt[p[My m pMl!ItNRf•M�wW' xW IwW Yw•.m MA WMMIII w,L evne.ee Hon Olson. P•M. magineering Departwmt . arty of senton 200 sill Avemn go. Merton, WaWaington 9005S Dear Ron: This Is to oonfirs our discussion on October 20th with reference to the trenofer of certain water services (psewertly being served by King County `ter District 14) to the City of Henton. It was of Mutual agreement that the C1ty ocapenemte King County Water District 14 $350.00 per se:vioe with the City of Renton retaining the present eaters sad accessories. The below servicea are hereby autborised for transfer: A0 i4 8254 So. 123rd St. John Kollmen Rockwell 017855/,30 t 78 917 J 8412 So. 123rd St. Allan Cavaletto Hersey Sperling #AAAAnl. M v1 12311 Both Ave. So. Oscar Pachnits s 720137�_ 17 T Ba 8416 So. 123rd P1 John Rrustad 706 80 So. 124th Ia• Furuts — 8200 So. 123rd St. Mary Scholes --- septuns N17Q � Z 8211 So. 123rd St. Dorothy Higbie Faye #37842470 9 100 _ 8201 So. 123rd Pl. Mr. Mitchell Flai�]j82/066 O 118091ainier Ave. So. gryn Mawr Tavern A letter will be mailed to the above property owners (with the exception of the tmvem) inforaing them that they will be connected to the City of Renton water syeten. IL L anticipated that the effective date will be on or before November 1, 1982. In our discussion we established a compeneation transfer fee of $350.00 per residential service for the above properties. The fee me based on expected revenue lose for King County Water District 14 and having no appreciable affect on the 0 R M costs of the district. It way be rwasonable to use the transfer fee In she immediate future if fur- ther transfers are negotiated. However, one oust also realise that whet works for one situation does not neceemrily work for another. An adjustment (plus or minus may be required for unforseen variables that may become evident in the future. QSij/ncc�-e�reellyy,,, T. B. Harwood MarARer w-Y.il Awl W.01 5x 36 a !afi 5Ctf z S Sys 2S s 1x 2 = IVA . B.S 17 S9 5 y.ix y _ 1� cp•4X 4� IS 'f F?.7 1 ty 4 X ID It (DF3.5 o SS 7rs! 35; 4DY3rE is CXYY y sy t tozws L sy Z Z1 v 5,2 iat,L 4oz sc 4 y L % Hdy 6Y • 3 y + S I'S to Y ® S 116 1 r S 05 ti. L 24 G, y '.S I . Z.S k%S E4r 4.S 3� (24._ I�ft Cfs 10 9Y6.S 247t,4L tO 37S `�..�' ' �S SS �S,iS 4 2t40� ; s, zs G 4 t a° l2o.LS = �Z 77,Sz�� SX �4Y Z,S Ez,S CY17 OL �r7 S014 ...2,cYl7.S 4l LS ZYIx15 4 4 2.40 Sop 2114.0 lo'r51�z �yh . 5100 ro/zt zc �d, i ,1 rt° 1f, SISl' y' 5,04 Cr = 7.SGT ti, '2 !tee �( 01iS u+ O�rt rr.i9 T Z . to •. 1tooit .47 Sp rt,6 ° ll.i7 izz 7t9Yo, ,.ss C.P. ec 0 St v l3S. S,e'.tvrcE 9 `1 oy 84 Ta p2_ - z BylG III to-,R2- - 3 AGIN" ttt:. s7 to-$A y 8�sy vt� i"� to - 29- 8� - s I z pc. id - /p g; - Q2uS iL3 pL t - pt- 7 Y,2ud J23pL /e it -k — b 12311 847H ro -,R^ p2 - y_- N 1 ltf tY �22 qZ S4 51 sTed -N.,f/_l�•,, xrurw /, K I Z } ! ► f4�` Ax— Cio QY I� S IL3 d Sfi si�6 M�+ 04 ea p,f N. y �zr� 5 I t)`a St e,�n � „„+ F;..� w�✓�« I•,�S PL )TV0 �81oS� DIY' �/CW twtF_ . .2 ? SJJ ' y r al e f i S,IYY rt r It It 1.2 #« 4 x *H ✓/cat. ACot <-r Z 01 b rL w tr q NaY L,�'E _ SY'slue7 / • „ „ fr to Ln��E/�__ if I ti SC/Pvi�-F y — f 4 / L 1g,3 r7r UO/ S. /23 ` Sf 1 U^ O KcOn•w,fl a 01 irCW r f.. j ` I�ol ,I fyE,.i rrY �^ IN E /nr+ csyylcc 4? CpP+s� yJ3 DL S - < L, Z T N _ �`+ ? D•1:--' IO J7 Y.� L �. r •R� r r'I JrT� Bv! S. r2SoL . /J'- 7- Y y f l G Nr c R < Vr C' �O gg 42 7 S / krfrr SrS— • rt1Eu n . }r JU 122 IL 4 jlj • f r � -- L :r ra „ . i� . v }'.� 1% _ 1. "`•-� ..i11.. 14({ /I /3- AM ;A - �' r r- - 'l ri eC t! . 2S �,. •�r / o 004 aiie e li f F - ri . TV If o Tio ... n,. �. r i /_ i. �'�. i �. ��<p r \�., �, 4� �, '�1_ �� � `` `lA / d � �,�s � 'y r�n�r� —� ern -� -see O Sri a $41L U 4w i 4yos � 1 wn /�3 r RTHE CITY OF RENTON MMJNICIMl 9UILDINO MS MILL AVE $O 6ENTON WASH.4Ea55 �t BARBARA Y. SHiNPOCH, MAYOR • CITY CLEW • (206) 235-2500 b Qp �rro SEF'E10 August 25, 1982 Grant Construction 17019 SE 128th Renton, WA 98055 Attention: Mr. Richard Grant Re; City of Renton - Cal] for Bid 84th Ave. Co-op Water System Phase I Replacement (W-427) Gentlemen: The Renton City Council at its regular meeting of August 23. 1982, has accepted your low bid of $85,238.88. An undated performance bond and insurance certificate will need to be provided for preparation of the cortract documents along with proof of State and Cite licenses. If you have any questions regarding this matter, please contact Richard Houghton, Public Works Director, at 235- 2569. Yours very truly, C-IITTYY-,OF RENTOH Maxine E. Motor Acting City Clerk MEM db cc; Ron Olson 226-0418 GRANT CONSTRUCTION 17019 5.E. 126 RENTON,WA.98055 August 19, 1982 Mr. Robert Bergstrom City of Renton Public Works Department 200 Mill Avenue So. Renton, Washington 98055 Re: 84_h Avenue CO-OP Water System Phase I Replacement Water Project # 427 Dear Bob; This letter is to inform you of our selection of subcontractors, suppliers and surveyors to be used on the above referenced project. Listed below are the firms to be used. Pacific Water Works Supply Co. Inc. Pacific States Cast Iron Pipe Co. Gary McCann Trucking Inc. Hammond, Collier, Wade-Livingstone h Associates If you have any questions please feel free to give me a call. Sincerely, Richard E. Grant 22a-ogle GRANT CONSTRUCTION 17019 5.E. 129 RENTON,WA 98055 Augsut 19, 1982 Mr. Robert Bergstrom City of Renton Public Works Department 200 Mill Avenue So. Renton, Washington 98055 Re: Small Works Roster Dear Bob; Please consider this letter as a formal request to be placed on the City of Renton's small works roster. If You should need any references please give me a call and I will be glad to furnish them. Sincerely, Richard E. Grant lv- 4L� WIN. P.O."os ran P"OMe mrass City of 3enton 061;0 There is a t per cent interest per month Charged on past due accounts Date Description CI Cl haryes 0 Credits Balance Balance Forward 7/28 & :eLl v 431681 43 68 5/4/82 hAITY OF R REppN■�TO_N CERTIFICATION, ERTIFICATION,,it 0.41 41 Yqb..x41{pT ^.UT,rT upNp 1M.1 Tx. Y.r{.1• 1F{OCt{fY r.{{IY.T, pY({AAp YM.YO Op�p.i110x Y\x TiC{T{ M IITV♦ tp {lip C\11Y. 401/ 1$S s(d) 43. S (Ks Io) MC b.Y.......Yl.n Affidavit of Publication STAT[OF WASHINGTON COUNTY OF KING .........f►1N�C.eY...Afi+TRS�......... ....►.tlIIMAly.wrrrli ..a,ngi..wrnwrab/,.,kKtl ..... clerk .w .. ............... TQYA9.TUCMC pwllrYrldrYlglYtlaa low wmk TlnW It w��i�Mfaw lr l•.w :.. Fw iii.aY Oi sk i1oft 1.Ike tom of wanoIb rdwwsd M. .•. ltalleMlhi N)INaaa�NYt CyMYMprTY�i�iKYr 1► w illl�IgiefW Wl.bYY�.a.i rlY �Y►irYM«r s. ��YlYr lwaerYl1.i w Illf►leM1.Y•f ,...FFr.71af 1►e 4lf Ke.wr+ glul iNi►uMr Volt r qw— C7ealIY•ir►ea• Nn.klO.rw. Fry arMr MttwSw..or CeW f IY(11YN)k wntcn It 1.pr Nia►M.::.::...— fr CMI�IM W..nmltfr.n Th., M I►a Aw so gr. baF iplt"*N .,ol l..) _ ._.__.... ......._.. wAY^ltO rar.V y. Yes Niel r rp..w aa.aaY.►Y •.Nw..puMl.ltle ch issw I.,aF tyw raP ►f•r~►elwYlptl rt m supplement Inrm nl ub new.pal'ert Dore eaen Iww for.penal Ffwa.•eM ua.fl t.a4 _ r fib rrr wr d�"war aryl.•M1 f9ytlttl.ril of cun.ecW n'e unw..cummenunY ontne drfbu.r gMwien _J Lf1 .:1�� _ iT.�Y wwr+wMoya b.alrn.•R Ydar r•OI .. . d.Yol ;e ,.ml endmYthe .Mbwbw am aabl.w Alill p.orea pl.m and .�L❑diynl .4'Nw.'.I ' 'i'lis ,le Iwthdwo gl�lt dwmwMtgM i aiwive .nJ that win newnp.per w.,mdul.rh d'anlwt d 1.ns.uh �Mpubft I. vcn n l.en d. nY all of xmd period Thet the lull amoum of the foe Mflraafltlft gran NefnlQMll - -W. charFd /nr the fonlom ti}. >, o.paM M W ro eam w Y.t,,uf um .a the o.. of lt. . . wmm� ar+sMitlor.tl M.Iwen p.�d wlull at the ram of per roles ul one hu•dnd•ardi(ar ine not instnwn.tW per fohnM ulW nurMred word.(Mai►ibMpuanf -O nftd tea �nwnwn upm MI/1 M N F1rtw Yid 1p.afkllpfy n d..l w him wlr.a t '� mull•ifF Vow r~a . ......_....... .... .._.... ♦quid ab.. a ue mb n.b 1 a the MIN. 1.�h Garc.N 4, . 1.IM Sanr.nMdalW s+bmla hefe.re meth. _.,. Jn a M of .nbbe al rh C.o m.@ 1 .c C110aft Mm btl the 1w GM•Far V�.�.o.. .na Non-dacum.Mfwn •_4' "tm !'nC7 br..b B rNo- Yu an Vubbc..m. of rM mS{Ala .King County .UrlMwtn tl• R re.ldlrtl•AFYj1.KIM Coumy �aerrgY �tlb RAW- - parted DY the Lepa•fure.IVCS,Ym.wnu Senate Bdl7et.eN.r'Uve June Nn,IeSS Western l'ntw Teblraph Co. rule.for c.mm,word.and IWun.. adopted by the neW.lu,m ry nl the Gt.le w.m nw.w ry Affidavit of Publication STATE OP WASHINGTON C r COMM OF KING .LOdmj Dej"e her.g(trot dulyawr.w W's,0 M yb.dYglwralNa r7�th,ga/awaW a.Yath.tibi utM.ablif ilirk, ... d wgw paaa. arY.'HM Wi Y• Y�1�p�rW KYwanAWYr 7.awd talM wA as T hg lgpg Yl rr1t1p Syr M iw�IIN t all wtid wM YAO YN4 MIrM W Mii�kA InYipY� f�.MM prt t t is �t i ryeself W galtlra�M hrlU Drp.w.1R�r�.MKb. gwww wWri�aD.trNNM atr r.11Mp rYipYMrlr w ars w« rrwW p►ae t NYarbr r rwppNt.The d.Daft taawd onr.r Map rat NaaArafOagggabr Me«. Iba corn of the Cwb Ii Nk�N h NwNN,pass 9%8 CwrY. � no me "*Wkbrplawraa� Wa.huatr Thatthe...miu,.Call .RDr 81di W.lq alwYtg ga.lnaa a.rrr gw earls r.r«., wr,a.ratrkw" an as a Y r"Weak nw m.upplemem fnrm or and newspaper once each twos fo•a period new g era"pat•pb rnn ar owwCRY w na raalwrwartga,ars and z b talon am aY«r Nda of oonaecwlve wuer.In.mencmpunthe gad bw.o.any,.roar .gfaaa.. yyppaNd ,an. and P 2 tb d.y nr July 82 ,arWend,rdtie aglgia/a, waam of aaaggr gga.tYab rear r p�inllPaiRaaMM lytb day of .Ayfust .lu 821wthd.le. nrl Wal�Y t«• lm luatve uM Ihal such oew"F per war repul.rly dmtnhmrd tons suh d@OM M� r sal scriber, during ell of rind iwnod That the full amount of the fen arM 00e O YW a,.a aa a7rrlYarha charged for the loregnlng puhbcalron - the sum of 143a68.htah ab.W ywtta so has heed paid a full arthe rate of per hoof one hundred words for the ga ar ~« ftrat lnaemm�.rid per hdu.nl one hand rcd words to each suC.eVvem gad la.agrr wean aatY insertion gala abw W agaaltg'IM ,a q chiggM M NO W W a a"bill 0 M VAMP g Weir .Clark ....... «rasa arh W r a.pwYafp gait W 1' rha Cara Fr/raur. Suh.cn^ed elN.worntn he(orc methu 4th._ . day of .nu NO.-CNCrann.hr V4app«bg apply assay.If wr Aurb"t I. 82 Acrg coy Crr. /� / / fltgYwdnMDag/I1a 'C,, yr. aw Gnarab JW 7!W ✓I AuyM c rgM IWag Votary WMIc m.rid f ig Sate of King C...ty rcuding a�Wr prig County ---Puled hY tr Lei�elamrc.1953.known.n Senate 9d12g1,eNecnve Juce 9th, isle Western Union Telegraph Co rule for counting words and figures, adopted hs the mu alugwrs of the Staa VF Mi we��1 Sr 226,0418 GRANT CONSTRUCTION 12019 St 128 RENTON.WA. 98055 August 11, 1982 AFFIRNATiVF. ACTION PLAN Grant construction hereinafter known as "Grant" agrees to the following plan in meeting its equal opportunity obligation pursuant to Executive Order 11246, and Title V1 and VII of the Civil Rights Act of 1964. 1. Equal Employment Oppotunity Policy Grant's policy assurL. that applicants will oe employed and will be treated during employment, without regard to race, creed, color, ethnicity, national origin, sex, the presence of a non-job related physical, sensory or mental handicap, age or marital status. This policy shall apply to every aspect of employment; upgrading; demotion; re- cruirment; layoff or termination; pay scales; and apprentice- ship or on the job training. 2. Equal Employment Opportunity Officer Grant hereby designates Joan Grant, owner, as EEO Officer with full authority to administer and promote an active program of equal employment opportunity. 3. Dissemination of Policv Grant personnel authorized to hire, supervise, promote, demote, and terminate employees, who recmmend such action, or are involved in a. , 4f these actions will be made fully cognizant of, and will implement Grant's policy and contractual responsibilities. To insure the advice is carried out the following minimum act ons will be taken: Meetings of foremen, leadmen and personnel indicated in above, will be held periodically not less than semi- annually and Grant's equal opportunity policy and its implementation reviewed and explained. These meetings will be conducted by the EEO Officer. All new foremen, leadmen and personnel indicated in above will be thoroughly indoctrinated by the EEO Officer covering Grant's equal opportunity obligations within thirty days following hiring in. 4. Recruitment -continued Page -1 226-oa 1 B GRAFT CONSTRUCTION 17019 S.E. 120 REN10N.WA VBOSS Any advertisements for emplo,ment in the newspaper shall include "Grant an Equal Employment Opportunity Employer", or r,cruitment for Grant employees will be by Iffirmative Action order to the State Employment Security Commission when a vacancy is to be filled by a minority group person. Crant will encourage employees to refer minority group applicants for employment in discussions re- garding the procedure for such referral and by posting appropriate notes and bulletiins on employee bulletin boards. 5. Personnel Actions All benefits, monetary, and woi,.ing conditions will be extenied without regard to race, color, religion, sex, or national origin. The following actions will be taken. Periodic inspections of Crant facilities sill be made to insure non-discriminatory treatment of personnel. Wage evlauation made to insure non-discriminatory wage practices. Periodically review personnel actions for evidence of discrimination and take appropriate action where in- dicated. Investigate in full all complaints of alleged dis- crimination and take appropriate action where indicated .and inform all complainants of avenues of appeal. 6. Training and Promotion Grant will endeavor to locate, qualify, and in- crease the skills of minority group employees and applicants. Consist mt with requirements and as permitted within Federal and State regulations, Grant will fully utilize training programs for the contractual area and advise employees and applicants of these programs and their entrance requirements. A program of review of the trainin and promotion potential of minority group employees will be conducted and these employees encouraged to apply for sane. 7. Unions Grant will seek the cooperation of labor unions in increasing opportunities for minority groups within the unions as follows: Cooperate with labor unions to develop joint Page -2 22a0r18 GRANT CONSTRUCTION 17019 S.E. 128 RENTON,WA.98055 training programs for the qualification of minority group members for membership in the unions and increasing skills for higher paying positions. Incoporate an equal opportunity clause into all union agreements to the end that each union will be con- tract,.+lly bound to refer applicants without regard to their . ce, color, creed, ethnicity, national origin, sex, the presence of a non-job related physical , sensory or mental handicap, age or marital status. If the union is unable or unwilling to refer minority group applicants as requested, Grant will fill vacancies without regard to race, color, creed, ethnicity, national origin, sex, the presence o` a non-job related physical, sensory or mental handicap, age or marital status making every effort to obtain persons in minority groups . 8. Subcontracting Grant will stri% to utilize minority group subcontractors or those with meaningful minority group perso,,s in their employ and use all effort to aosure such subcontractor compliance with the equal opportunity obligations. 9. Reports and Records Grant will ke ? those recordanecessary in determining compliance with its equal opportunity obligations. They will indicate: Breakdown by work classification on each city, Federal or Federally-assisted project of minority and nonminority group members employe The progress and effo-,ts being made in c eration with unions to increase minority group employment opportunities. Grant's progress and efforts in lozating, hiring, training, qualifying and minority group employees. Grant's progress and efforts in securing the service of the subcontractors noted in paragraph 8 above. All such records will be retained for three years following contract completion and be made available for inspection by the Contract Compliance Division at reason- able times. Grant will submit periodical reports on forms furnished by the Compliance Division of its employees and those of its subcontractors if any. Grant will require in every subcontract of $ 10,0oo Page -3 1 2260aIS GRANT CONSTRUCTION 17019 S.E. 126 RENTON,WA.90055 or pore a WRIYTFN Affirmative Action Program con- 8is :ing of—a requirements herein or with such mod- ifi :ation as is necessary to obligate the subcontractor to I program of Affirmative Action, copies of such pro- gra 1 bei,.a retained at Grant's office. 10. Goals Graft has a complement of 2 employees of which 0 are minority group individuals. .4 appropriate balance in :he complement is 2 white, and 0 non white. Based on he company's present rate of turnover the following goa -s, in good faith, are established: Being a small firm with little turnover we will mal • every effort in the future to employ minority work- ers as the opportunity arises. o2l 1(icharcT E. .ranOwner W-40 W21-t Affidavit of Publication d llamas rMl+atr li�rae ___ iltle trrr.Jttq,u STATE OF WASHINGTOtr i KING COUNTY--Ss. s authorized re res undersigned, on oath sates that he 1; an ■ deity newsp�ntwhic of The Daily Journal of Commerce, paper, which newspaper is a legal newspaper IRS of general circulation and it is now and has bean for more than six Inonths prior to the date of publication herelnatier refered to, published in the English language comin MR a daily newspaper in Seattle, King Countty, Waahlnon and It is now and during all of sad time wu primed in an Office maintained at the aforesaid pLre of pu anted in of treler this newspaper. The Daily Journal of Commerce was on the sftelt IM day of June, 1911, approved as ■ legal newspaper on he % the Superior Court of King County. by The notice in the exact form amwxM, was published in w regular im of The Daily Journal of Commerce,which was regularly distributed to its subscribers during the below stated period, The annexed notice. a ........... _ d. ...___.•...__.._.._.._.�_._._.....__ Id d ehars 71 ma uWps e aII tnioMbe re- ..........__,�,..Ronded A cettilled check w bid hued ........__..__..,�._.,,__,,., 4i the am�unt .,I Ilva pemeat ("g)of tee brat ine.1t w each h roost gimm each bid > {d pent' .._._...._.... ,_, 71.rnyy - Pr.etkr. �� , r ..• ..• aaNpyonnl7.r�),ppcl1�rNn inmlon alie ✓�,«„ MA MI NMIDIR la.... ............_...... A led Chy Clerk retd :;! to me on I1ate: of Publication in it* t ♦ 1102 it"111, p�ailr Journal of Cnm. - Ismame." . autr ri and Ayy{{uat 1. ...____A__.. _...:__.�.... __. tl11YI s) ;: .L_.._...... Me"ft & ti*ate er w ytyev"••-• 3021-1 Affidavit of Publication R M ntok."_u STATE OF WASHINGTON t KING COUNTY—SS. The undersigned, on oath states that he is an authorised representative of The Daily Journal of Commerce, daily newspaper, which newspaper is a legal newspaper of general circulation and it is now and ha, been for more than six months prior to the date of publication hereinafter refered to, published in the English language continuously as a daily newspaper In Seattle, King County, Washington, and it is now and during all of said time was printed in an Vase= office meintalned at the aforesaid place of publication of Vase wtlw this newspaper. The Daily Journal of Commerce was on the MnM 12th day of June, 1941, approved a, a legal newspaper by ' to the Superior Court of King County. 1 The notica in the exact form annexed, was published in regular iwnes of The Daily Journal of Commerce, which was regularly distributed to its subscribers during the below atleted period. The annexed notice, a . ......__......_. .._........._..I............>Aotiea of BidCaLI . ............. _.-..................-......--._..__._..__.__...... _.�.._...._._..._.__... was published an ....>y►17-29........----__..._ ...... in x)the %—DasiwWiml as I an it at ........._.._....L_.i:..(.J...4t((.i�............_.................... y�lrr t MOTO& Uacribad-and strafe to batoet me on %"hy Cit'Clerk Doles o� Pablleanon In the t_.! Seattle fgDy Journal ar pqy. «...1482.... ......__... _...___.. rsarce. Jul. 19 and MUM, _....._.._._.._._._._. / 9er 799� 9 M.ura matt ..a.Ioe.. j6affial o ommerce I6.I.p110{0 list) q 4OLUYSIA ST. (106--6U*272) SEAT Lr, WASH. MiM City of Renton Office of City Clerk Municipal Brildi.nf 200 mill Ave. So, Renter, We. 98055 Notice of Bid Call 3021-B Water Project W-427 56 lines Q 1.00 per line 56.00I 56 lines @ 900 per line 30.40 I $106.40 !relished July 29, iI August ♦. 1982 i CKARTER 116. LAWS OF 1%5 CITY OF RENTON CERTIFICATION .[YiiT�a UNO(f[NN{O p0 M(p... cnnr. YNpu tl[lN/U�xl{YI PIYR.. \N{1 IN( V........ N Yt 1 l. DC Y[p.1 p[OC11tl(O M(•[IY�aM•1YIl 1M9 CUIY a[V(l.Out .Np YYPe.p OPU{.TIDY .{.IN{I I.I CIT. PI II NTPN. .Np \NaT 1 auMP.IIH TO W1Nl UQl[ MO COYVT t0 •.ON � lR/Vy '. 4-0I�eecl�iS.5�4.u.4i�18� '�/by40 PL{.e IY{lade Atteptlt Naaa6er wf(Y P.T�{N i xl�, I N T E R O F F I C E Y E Y O To: � tL DATE: g,Z/gZ SUWZCT: oC(JQ 1, r;e 5 �F TI.�G ; km, w - v 7 s ti Avf- C"to T;z Ur;4teti specs cJJC i/ov ohi'/�+t�l�t. r4 ?j.w t�IPe'1 SJlcs Cq(l aJl y - w•si7 M � MEMORANDUM TO City Clark DATE Juty 21, 1982 FROM Bob BerBatrost SUBJECT Call for Bfda - 84th Ave. fiat-- Coo erative Re lacesent Please publish this Call for Bids in the Daily Journal and the Record Chronlcal. Thank you. 'OF 4 IR z PUBLIC WORKS DEPARTMENT _ DESIGN/UTILITY ENGINEERING 0 235-2631 3 np 1� stDNiC1VAl BUILDING ]DO W LL AVE.SO- RiNTON,WABIL 9BBB8 9gO9 ,s,Pa ♦rEp SEa(EM` BARBARA Y. SNINPOCH MAYOR July 20, 1982 King County Real Property Di%ision Room 500A - King County Administration Bldg. 500 - 5th Avenue Seattle, WA 98104 Attention: Mr. Chris Loutsls Subject: City of Renton - 35th Avenue Cooperative W-119-82 Dear Mr. Loutals: Please tlnd attached the signed permit for the above watermaln replacement work on King County streets. Your prompt atten- tion to our permit request will be greatly appreciated. Very truly yours, Robert E. Bergstrom, P.E. Engineering Supervisor REB:jft Attachment KONG COUNTY REAL PROPERTY DIVISION RIGHT OF WAY CON9'TRUCYION pERMTr TIEIFPMONF 3"3966 PERMIT NO. d"IS6SYaflfTAl Y6oMIpR FRANCHISE NO. _._ O RMIouM Dads P*Caretl -- ----._KROLL PAGE NO. O Not Fred DATE S::CTION:_ TWP RANGE _. g rust saMsmwrt APPLICANT—.._-__— ----- O CaegwwAlly ExrW ADDRESS. ---PHONE NO. .— ._ULIDNO Job M,dPUen: _—. --•-_--BOND AMOUNT EMERGENCY CONTACT PHONE NO._ S M13 PENiT 9 FM n1N0 OOONI"TOW Of A., A, 4lW R9 WIN aFI'ifNFT�AO dTN"1 Igpy AND 100F8Co,.,N ALL UNIN &AAIUNu SgN6 WST WVF 1NgpYAL nbM i,rE sXLE Wl9rrall •.I nOHA TO BE ECTT,jNFS NE My MTR IpNE S.IBIECi i0 MF 1Mfbyµ Of ME nNG COVNT'I ENGrNFF. Cwdi Wao AOnMr�saran o"b�.man�ms ana r.wrmmnr mrwamsa n ma'Swa d Gu r`wIX b Co *bau ogwronM-mwmW a Mralt),MbNIpM()4aMnpNa erYraaYarrOOMNMA�enteraBeaa,rrerry K KIN C'�erd,Co,,S 7i Yb Il4.MO hMWA,,I OUABB,46rpapYMaMytlpMlyaMAawC "MNbnwen canbnq MlaY CaY9 MLtatm.:y4.uruwa SPeare w:nen wur4rm,s ue ma fe sauY,padpMTpabOa,yaasMn,pl,uve,n;�y.ar.err v,y�,.ieps trs.nrn.ro.r✓,aw a LMM,MA%1. YryA@,"MWtI MandWewarW rfr haPWanlariJ�abse wo✓eron uvplyy,rpMLwryryS fq+�Nms anE nc�SAeMbgrM �a atlafaaa q 0. >rnrfwN aMM K,YW tl.HINW IMpr,T alb RaYd W yrppaBY CwTath IrOLOHaAMLE7S3.iNe pemwaaaPMItlPSMplaMaMbrry Cwary,aaawwprb acMp.ahr hampadttw,SraMwaudANaeww�aasanpapWblal dre.,Mraouww apam�odarro ww dwr' f. ba wrMdMIMLMnbiLaMl�BltllCrdnB gnrawal amdgsasIXbxyPMaon+wwad Wrawru aWs��spBIBB aepq�Pot pos w wmpnkvnwkuh aararwEa Yrlror w apMw, was r+rwr w n erN Mar rasuvu,q aWr au aeb w wrwalwr d ar Sf.nUp d All A, A I ,W.9a4'eN9] porn"'hwea Emw yy._ 1M a0dYJ0on,t warBM MMCI b h wiWwNMf YM COrLBi68A A e0W n bY00MCM1 Yq M fMe4 d pap coum."MPaGbr a, waaarwMe bh WgMlw:.OsceciO+MbaC mSicraCm Gos!sM•,4Mcir,r,app�:caUM iotMPokcr Wr DerafrO.rseO rL B4 w.:, aoMraK aerrN'Ne6MQ{arepb,baN PULUC WVrASN 2e1O110d 9aS'S50..i�^0'Mui,rWKK4Y1 NTa M ge"A.",pNr pMM1yryaa hhla^ZA a+M dZNdu{Oekxla41leyNwa EarwMb rV T`K Ny', p"a fW'Ca'M11M W N iMieeaayge,.r 2 MNab aWtlpproansbb bda18w OoreQ Famtlpfq MO EIa wr a caY a'Cie WR ATM h ewrau pa'"I d Mtat ftft I OM abr kiac At I-M'Ma Spna Mrtl aalac bsd Ma M n aocoroanq FwN ti msnuM oN Lldwm"00,CONaW Bav,com br'"m MW rnyrrroa a AaMal fC MnsYliry M.l bdlMW Apraa�'rr9r.Aabaa'JnwamneNrr Srw�ntl�ia"dbUabJxWlSo^p bpciWrp W7"i1dWa CWia®'9,aWaCaOb anWo '^Bern: S pwbarwmiwbaMdmaWaMaab�p��dabetl MMpriwb8'pMrMaafNrS+mensucnprppaAyui,abMro.nwn aCMrMypveuW,IMMbrmancadmeabore woM Gs+80rT56�6a;B aaNwsn apaM,M n pa'aw� pqe /�y/�'��a�e�PJd'nOWiinyreOobn TrLL�NnUcrcnOflf narnraw!nePar.tae'ramfaaMaaU notilorbn N'ywM1'mSCKUnai •. ' `., aaUlaWMbt AMYCAr1T mX walwOt Go"py11110III, a aaj f i f i PI+PI! � 7 �S ij" 6 q; tea �_ �a F■� a �II 1 31-1 13 IQ fit j Ig Its tg ILI♦y 3 i Q Sq �¢ �.Qjassj y d 'r �=a � & Q a� fs 83$ •� �ga �€ �c S��Q - � � � a� at F { 5 fit �P KING COUNTY REAL PROPERTY DIVISION RIGHT OF WAY CONSTRUCnON PERMIT TELEPHONE 344-39M attli uo. M-Il8-i2 y JOB NO=--- _ � MtA►AMgrMff a ASOUNed Oate ROW ad >NCHISE NO _ 612 kh'OtL°AGE N23171312 O Not RequirW U EmU tE _ 7/13/82 SECTION' 12/7—TWp. 27 _RANGE 4/S ._ Cl Replaccomw —_---_ --_ _ II Caiepoficaiy Exempt -4)CANT:_—a" mq 10o Jell Avetan Sprth JMONE NO. DRESS-. _ --ULID NO ,Ae►tmLrta.Mattan SEOSS BONDAAIOVNT_ i 16.000.00 e oee¢Aptlom -� NCY Imuu 3:.3 fect of 2". P' Nd 8" water 1 b lliG an tEfolleadog:CONTACT PHONE NO, tith Fbrunr 3oui! `iM South 124th Stt, t to S ith 122nd Street - 8" for 820 feet South 123W Strew. bechmig at 84t-h Areme South ead cottirue putt for 180 feet South 123rd Street from 84th Avaes South to 82nd Avwtue , uth • 6' for 390 `set, 2" 250 feet / South 122nd Street frm 84th Avenue Mouth to 82rd Avenue South - 6" r 3 feet, c 200 feat South 1?SrJ Piave frua 84th Awe" South to 82rd Avow+e South - 8" for 650 feet South _43rd Place from 84th Avenas South to 8Sth Avenue South - 6" for 330 feet RES10ilAT1@1 TO 1NC],I<R': T• 3�f1 C AT 84th _VM =?M - OVBUY APk N 4 RADIUS INCL,MjW, masrIN6 'YI % CUT' CK StM 122nd S1R9fT t• MQSTINC. AC S1U4AM ON 84th AVM SM PR:ta "RX, LIW' TO AT D*UO C 711IC18M I= 3. SMrM 123rd t 84th AVIN IE $4=1 - OWTIAY APPM !U0) RADIUS :. 3017RH 123rd PIACP - OV19UY APRCfi AND RADIUS S. OM CORTNC 4 SW"i 123rd PIAM, SXM 123rd sj*F7 (M 84th AVPAE 97M TO RE rM IN ALMInNI(E W MI KW CUM WM CII " POLICY. aFaaer r f W u4a Cd N(F RrtiM pf W.r GNLr FaQQ OiSiµap iY ptgEEr pl Npip WrtN µON fpY µa Ra F.AE V x.t(RYiIN fXIaN11OLIMUSTVW WAMI IMUM h1E ,4rHSF.\ll Maf aaNOUNa IIPiITV lINES 4U9!1NYF.\YMIYUM yl'COVEN wJfu r0 K"LONE 6UMfCt r0 Mf♦Rllpx\l O iNE qNG Cauxn q0.0 ENGIxf k H ,noargyO aGro.r!o CdpFn wlel Vax4M.oordlod ana rapt amenb Con Wrra m ms'SYxtlar6s or Gusq haceKe b Co�nN wawa Oppanmenls"p bj,,pat p 'M'RaaO.R(NY.Wagn BOwa M'adaona m CGaalNury wxx wrabnorr"m qu`N""f dhow Catmtf Coae82T.t lb ana 1 a al ana me we'anyr rN roaaralprp4.4Yf NNbrly Yq(V)"Li ftydlM .fic RRIe4p,gdemyNM wda9p 10 W0feCulewmall dl�EEwtw Ugaaaa0 'r Mrn Ctl11e1Ny E�yH W6. 'rW IMm��44 WMpS iCKi11C w�M �rWrcAdPermM1inn irargppfMllnd MHinapwplgn rqu1�1�14{,ItYr pY J p°iAEP'4 ero w�ww d wenagn r�'�1°l��r'•����i�VW'u7wpw�pan4tl mo pgr,Wppayb mrtpy eyptpylNper.epnypons rpexemenb.rayWelans aeq ro:ommanaptgd ,wr ana'pRy RYq metRdaaacya Lry.l P'adlatMN0pEr11NM4'bE1MrMPdF4�lEWRpM MVN r.ENMI rEEVeCt Mq WdRV 41 Va0MtY ConkK4, NO wRw eY 1$$TV Par—".11gW g P'gKf irlQMMaYQ(gWYY.larrEbaRe+eweeaaadncwawnaaFFmwrrNW dWpCYruK RMwWTW WI4p aE 4Kr.Mrmbr T}R W1aYpmY EII CIEYRE.OIRllllp.�CMartlwUaOn OEiIr MGd f'e.Ma,afNnl x M�1 Cwbt al QWnw inaad.iwltq in�h'W Ol lly Firm.Mal elexte�V erewa/�ptaarYRel AR.nler anNdb IWe F^eFpav rumG wta t14 osrmrpr nerolndin rp kIM'muwm M on mis 0 coolies al 1lri, Kbr Y^dgSEl P N10a'"Im r SiDnwtWs�I ApyKad -_ araan Aaaeew 3/22/32_ . S4._00 7115/42 w.Hcp.gn IE r+nrl)Ew4a b uw no�+�erlwts am v wngn pwwt a ww aYo.Ina m wa of Aw l CONref waraCb awdw'Y^aabine urV,rCI1M�napeClmndiWaryYdY.an CM4dlMpedgll bh0'O4CI w!IdramNMabRM(NWmN m INIL IN 4 a )nq nftiUn 1 aldaNir4 nL"cKvge Lg 'r aW'.me mlllea d86}>bSe,CaENaMr2a Yq T2Haleaelp NeeEe wYk fERVIabyNandNawll.yyR mtI4 YEralwnl UI rWa EWIEW tJ to dAcwd"Va E.000.E wM w w aIJEbM CEr tul wfn eY awam Wnn4rM w kvc W. rYa atx V%ft a r""a'S9.Y tr k Cawd-$W n eerortland Wln py rpwnuY rl'i W�earn r alrlc cmFp ar.rr b EYK.:NO nQtxraW �bperw 4M P11t bd pqa Rdn gykn grb0MrartuMnum Ed!!ncWap C'NCrWMOaUkav}rp by r.,.ypaenaTrpMnC4ps'aprgawal0anax4l raw GlrEPd4oNMf. �aybnlbpFrl MrMrepnwF1'apbNu4rlwawMnEucnryeprryrEWMb'r4eYd0amEapmrnNnerFwbmwlepdnaadw •ar/Itln W �11w+4nRaor.aowdE4araeYawNrYanraW�rCroMCaMndalYMy+wrbnr -wE.neEroH tEeErry wn Ml py i i , , i Cri T ils M �f � ; LlL�' g� gfi s _ {� g fgQ� � , ; §a#{; l Oil if tj 4�� � �■� � a �s]pY a§ q p4L ¢a Z;. J. �� 'd e�■- �� Y e � � �' � L,■ �'� S �4 9�~ C�� Q� ��`g �� Q�§ s k 6F 4l s Y � 3��Y �� igIN; Sal d@ R: Q ?JS 199 a 4 QjsQQ^ S ��� � •`� 9� 4 �s �E 88Y L$$f R,'CR Sg �; an � ; � a` � Lea �! 3 a p i' $ .� 7 •' l d; YQS YE F r4 a � e d ! Y66i Yi R �Y fOB 3 . 53 d$ 43� � 4i =',� gS agg g ssg i Ie i� Y3 a ia KING COUNTY REAL PROPERTY DIVISION RIGHT OF HAY CONMUC*TION PCRMIT TELEPHONE 344.3956 PERMIT NO, ASIRWANI _J09 NO p��Dws __ FRANCHISE NO. _ 612 KROLL PAGE NO.UTL�L._ ❑ Not RecuireA r:,,Parltg aE;wvneni UATT SECTION. U/T TWP.. 23 _RANGE-4lS_—_ AWabrmett �Cateacxlcayy Exempt APPLICANT: City of _pH.✓NC NO, aeo Mill AY�ar South ADDRESS:-. __ —_ _______1JL1O NO. — ♦___ _._. ___ —l._ KtQl aeb3a �__Y`___BOND AMOUNT_�bi�•� Job Descrlodon: EME46 CNCY CONTACT['HONE NO._____._.__._..__— Install 3710 feet of P', F' and 8" eater .Yin on thn %UiLwim: e8th kM M f4 it. free SmrLh 124th Street to South 122a% Sttact - 8rr for 820 feat South 12W Street baSirebw at 84th Avemw 3outb aced owtwr east for 180 feat Routh 123td ftreec frm 84th AYane South to 82nd Atranes A4ilL - 6r' for 390 feet, 2" LSO feet K South 122nd Street from ;Lath Aveme Ntth to 82a; Avesta Sort), - 6" 3"0 feet, 2" 200 feat Soutn 12.3rd Place free 84th A!mn South to 8hd Avum South - I for 6SO feat South 123td Place frm 84th Avemie %uth to 8Sth Aaeua South - 61' frr 330 feet RF5IM71CN TO DrJJM: L'mm I220 MOW AT 84th Avam 901TIN - OVER1Av Amm 8 RAmm 1N(7JILING PXISTIIIG "OPIN QT' ON SOOSH 127M STMT t. RPJ9.ACE RKISTING AC 90IMP 84th AVGG^ M SLYM vWd '7W, LD F PJ AND INCI MTW THICKMM MOE 3. 90M 123td 184th A!AWIE 9JUfli - OHTi iI.AY AP411ti AM RMILL'a 4. SOUDt 123td PLACE - (%W_AY AI9a3'. A*A1 Wrjr,, S. OPIN CYTL`1C 4 SC M 1231d !'LACE, SOI.RII 12.'.td SIRPPf CN 8W, AVI?AW "MN AM IT TYHP III AOMWICE ATI1{ KIN(: COUM 'WM CTIM 11 PDLICY, 4IS PERMIT 4 TOR IOMG COUNTY 414MW WAY DNIY .IVE DISTANCE eY STREE T OR Rot 0 WITH!AN ON FROM AMC TO DEB IgiON 4 L WATER MAIN EXTENSIONS Mlfi`HAW AP%pVAt FROM THE FIRE MARSHAL L ALL UNDERGROUND UIItITY LWES III HAVE T MINHI W CA R. Zt WORK TO BE DONE SUBIECT TO'HE APPROYAL OF THE KING COUNTY ROAD FNGINFER THB O`a QTMRJ Apeea b PORION wlm ppAWOT S cor41i and IebulAi CalWTWd In ft S.ndATOE OI Grwd P1W.1,e 1.Count R.d pe H"IrMnti,wWISMa 0, CGIMIN rba0 A111FrinAtn liOn agrD 411wpktobe Oou In CMpnWy want+n lBom WWIMM MIrerrlBrlN d Kiry C.ouri Code02711324 WM 1444.amlxM 0e111bnel apsMT0WMWuWwM ill0111gnuaMspsec wlmduelQyardlorlhB rlerM.inlXrtlla aM1 COnverliMlpdtnernllNl[.Ireln\'Md d 8n10nbN alrr Ruuan'.ed00rmrtRW DrBMlesnall nJ11Mm In Oppenpl{alQutn�tNl.Inen11M rWMa IMrWn COhMKI 10 pYa uM IWmmala.Mnppa apeohc wmyn wwMpm aTe noO�;p a renewal. ,.-nqn. rM OryJaM hi SC OM anti asap ns ,MM I W emee IRS easre• v pneG J d9 Dr Usrtnil.b CIX1ply u+1n'na mvi6i,iM.cOnGRIt✓rb,rabynCrcrlk rapuMnms eM recommeMBl4XIe noreirtwMelneO Wlc as met EodY IG env WArty IrancnWe parrots Its a0J11OWR an0 uMM wNpt pov+orM earnR H Ixued.HevnlNypact eM proletl an paMOY mneada. pelhle eI1G RQIMX 111M m'(rB w:ledW by:: , HOLD HANMLEn The Pamullesapetl n"Bin and save WIp County.es&I wG Tw Ooi vtw CRICHiC and wHHn,ea MI aOMq WYMeY tbllpYd nMa I]UII%i8 SUCH,nermMet M1om eM apBn81 al'CMirM.dBnMl'N,wld CauBM d adK+1 d alry MiM p AimmC.ckmihlereeaooM p party Lyme,WKgnlYoldaM imninanyami,,no „RoRIPM' 1alT "Mina d The aaaiaa,daily p IIBrmyDa b ONIDadv anflnB our d IIW peTmw IMrgn p In enY A!Y ronll,tp naTrl Its acts w um4f10rN d tM PI.'r1111MR i1Wp b agRn2.anNP4YBae d'apBbMMIIKE. Aptatnin ikiami p ... 3/�2_ a2 - ---ENaed 22fb2_ III a:R Pwml crlw_..TNIS epolWKm IS giii'i d SLW.Wl b RM mdUIMm Tft eM CCndItiOm mend es Mn baow and on tick of pBDe 1 AOanryinapKly - peefMpMdb RiO pdWCt aI244CO77O «Md rtliorellpl G- ISD'rrWDBClbn apDliCeaelblM pO1M:l Mlibe Wlmpun.BObthtl county manmN by otaiInn•outnnsmcraptimciv, NgamtIMmJWiYAIIbiic tnit a<-0))OpBa3`550 bMwec12aand'2nounbatoraStartlrpwln Fallumlogivewlx:ewlllresuXmluaafess n! a a une noun InswcBOn ume charoe ayamal ma cEminlae Y hn Mr0 suMeed Ives b M pcEM p bdTW Eseedxxra MX be on a use Dv ose WsO wAn Its eepese rMrmNs: 'd wdw Wpka. 3 QM Mi hank At Mi IMWS Syn.aid URI c 1.11 w 1r1 xCIXEi Yaln Er nlan"on unAOIT,aamC cMtrd dMrCR br aVBAM An, ighme, A haptlaXnls9ryM line CWl bM tadlRdn hblcn ResbrallmtlaminrrrlmlMNl lncllKla a"Ol cryanBd suRBGTp IW COunn and 2"asphaXClep'a'prpplBCallbdnpMl conddIO^ s NnInRIMpOnaa111Y,Yd pwleebrNllN NayBRIM fluWgaWy swhpR IV4'Mb ka+yurypdamagmrpgnllWpUyRHXOWdmaaOova Wodl.:anl8pp. .sP rs�evl IBIOpntlaRTiW JWBYCadfdoBanaalMwlMpanNahamnWMadnwllCaanngOyTpYWpaCbraaE tDeOAwTm /7)■ A.(j/IW.yae_� aWE GReYM1gWARY Fit 9QQQ p g Y§ a a$E E gi• s if E' b E eFF [g ay6' $ {gyQg ' p_> Pp � lit g 2 4p/p f} SEE 0 � a±l b 9 PH r : i: g ! 8p ay lit g8 jga8 � a 4E � .6 �! €� ; .a,;d �s �_ W� 3�$ 4a a � 8 w` ��£ •Fa b L� if All - T;c yyp4p @g DD {`6 vas OF ft AA PUBLIC WORKS DEPARTMENT DESIGN/UTILITY ENGINEERING 0 235.2631 "r F MUNICIPAL WILDING 700 WILL AVE.$O. REMTON,WAjlt 98055 w ,aye 'ED SEPt fW WSARA Y SNINPOCM MAIJR July 12, 1982 King County Real Property Division 500A King County Administration Bldg. 500 - 4th Avenue Seattle, WA 98104 Attention: Mr. Chris Loutsis Sub;ect: Permit Application W-i19-82 for Replacement Phase I - 84th Ave. Cooperative Water System - Clty of Renton Dear Mr. Loutsis: Please find attached the required $16,000 road restoration bond for the water main replacement work on our 84th Ave. Cooperative Water system. This bond, together with the approval by Mr. Charles Benjamin, Utilities Coordinator, should allow Issuance of the permit for the City of Renton. Your prompt attention to this would be appreciated. Very truly yours, Robert E. Bergstrom, P.E. Engineering Superiisor REB:j ft Attachment .:wt.u.w. W—427 N4 47505 WILLIAMc-)7 F. DAVIS INSURANCE AGENCY, INC. ►LEASE RETURNTHIS .hn l.rN,rGy - - �a1w.Nw+tn ►FAVMN WITH YOUR►AYMEN POST OFFICE BOX 452 YOUR RENTON, W'ASHINGTON 98U57 r City of Banton 255-6872 200 Mill Ave. $ot IsntonD Ysshinstm 98055 cw.rra.l,o rYrsa...arorrwNlrrr cwTwuru wn CIt SUO —1 12 82 .gR.NYNtR a�cL�w w_.. rrr.(wn nrrooa Nurta. 9 38 91 90 17/9182• 1 17/9/83 N' 47505 tVt.,a4 i CyR.I,. cow eprt wtc.rrw.wcwaN.ct rarw �I L R OF P VAY Permit bond $ 160.00 F r"T N CERTIFICATION �--� 1M( VMp[l.._i.JN 1p rt RiRY C[.TIrY YNpt. r tT 1NL Yall.11la NaY( O• 0 )CRI.{p N{II(IN .Np TMti 1Ml t{MY q •�MVlt�T. D : .\C . AND THAT I IpN �LUTNp �[ {.p ♦YTN 11C T{ MO L[tb/T To �� F4 t_J To RR!"AR{ONE ON ruANca VDECTIVI DAn Oi.OIKY 4OI/4'c/s 634 32 03(,S) 160.W WILLIAM F. DAVIS INSURANCE AGENCY, INC. Power of ANorner FIDELITY AND DEPOSIT COMPANY OF MARYLAND Now onto,autrosa re Know ALL Man BY Team Psamerrs:That the FIDELM AND DaPOaT COMPANY OF M"TILkND,a COM011- tiea of des Stan of Maryland,by S. R. )CNM t .Via-Proadent,and V. F. TOCHEY Asidab at SBeatary,in purau/ua of authority granted by Article VI,Section 2,of the By-Ina of said Com. pony.which rwda as folbmm: ftcaTY wsq gmavies\'iw-Poemibn[.v my of the Sonior\'iw-Pmoetnrw%r .n ddtesapeallyauthrc- •r1 se tmda by the Mahe of DAinw w by the Eaaw.e Committee.A"haw pvwr.by eM mid,W twewwas d the itn- ur1 vesayF d the Alum aeswrtes,heappl md es Resident Vimlis dwta Arirer VLm Pfe$Wa and MarmgmitrFmt estleb=J lea Raw vesembvies aq pnesaes prat esmamtres WadWfppsnseq brdh +WUYnO.tmwpWtMng" dYttYMi pe�t4a mmrrts.evmmww d odes.W miaowed au4arenud Nsarrta dew. marewwm,ad iwmrsrewem de Poemae trnwaw.Wdw ea whor iatr moddocwnta msieh the btmisor oftMfs :rimy ume,may me and to afse ad of the Company timrs.e <io�o hereby nominate,constitute and appoimTif Laraon of Seattle Vanhington...... it true and lawful agent and Attorney-in-Fact, to make.execute,heal and deliver, for,and on its behalf as orrery,and m its Act and dacdarty and all bonds and undertakings.......... the execution of such bonds or underttsksgs in pursuance of them premnu.shail be es binding u fon mid Compary,m fully and amply,to all intents and purposes.as if they had beat duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md.,in their own proper lxrwms. 11e aid Ambuat Secre[uY dorm benby tendv•=.•the af.,..g u a[rue copy al Mick\I.Sactwn t,el the By-Laws N and Comm ay.sad a now in forma. IN WITNass WacaeoF, the vmid '.ia•Pri udent and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the mid FIDELITY AND DEPOSIT COMPANY Of Miix L NO,this .._................?U*.ki..........___......_....day oC.....................AR.ril-....__- .. A.D_ 19,79.. FIDELITY AND DEPOSIT COMPANY OF MARYLAND ow ATTEST: SEAL •. ............................... ..... ...... _.. _. By.. . ...._....,. ......P.I/.....it.w-.......... Auiawl STATE w MaavutD I me' GTr w Bunmo a (M[him 2dth day d April a D. i9?9 bdwe the mbpibm,• Nwsry d the Stab d Maryknd,m aM ion tM Cites d Balnetmm,duly tymmiormad and Nr1iMd.nor tM above-iuowd Yua-Prwidenr sad ArNaet 5e�t��y d the Fm¢ix hems DarouT ComrAtrt ar MAanaNn,to me�ernnaBy known[o be tM tedivduwN and ofms Asvibed is aM+Lo eucured tM prerodint inmrument,and tMy rch mhnevlMSad the eucutwn d tb mnr,and beint by ma duly mrnn. a,.yn:lY aM emh fro htmrll deporth.rid Pith,rate they art the rid ofim d tM CompaoY danrid,aM that tMr meal afmd to eM prmM n{iwtrument N the Corporate Sri d rid Company,ud[Mt the rid Cwporar Seal and their siarttw u marl oaNm cone duly afomd and wbuibed w the rid inurumen[by[M authority and dumtioc d the rid Crpono:en. IN Tunmomr W+reaw,I love Aernnnr rt my land and of sd T�:nmcNl Smd,u[hr Ciry d Balei ,tfr day ad yrr 6rm above.rittr. meter L .u.c,a Notary Public Commission Ei res.aT.L]Y..�.a_-�1 CERTIFICATE ! ,be ttorso gal which tau Saeaary d the F,own.Ns D[Na1T in full ImoY n offawmq the doto esnAY ti+t tit ;and I Poe,. N AttoreeY d t tho tie Imgoiq to o lull,the and he Not copy,N f ttilorry wad.Bat ae the d itt si for aeftimidh :Red 1 ci li Rut aced-/that eM Y,1 of Dildset who ppo tad the rid Pow d Attermy ti sae rt the atdio Nnol Vim-s,By-Lo epa- 'be au[out" b the Ba C d Di don to appwn[wnY A[emwr-is.Fwn u pevidad in McN VI.Seniors S d eM 6Y-Ltn d tW�io¢m Awo Ilsawrt CtWrANT v MuTUNa This,Ctni ostt mayy''be mittad by twosomes undm Red by authorityr d thisidksou,mialutNr of this Bond alDomain,oftho FID¢m ANs Daroar,mat OF MmTus M m A mm Mg duly o11M amd Y.M on this lath day d July.190. R.. w. 'That the Imiumis m mochwniruy npoducM arsaw,a or say Amistsat Stowamy of tM Commas. shnbm nude hmudmo To hmtalemy'eNoe r mmartag upoe a cmtoasd copy ci hey powv of.nmarNayy ksud by tM CamrMey,"I bevalid and biriing upne the lM WRV with the rose trots and Baste es th ss ahr+srlly+fed." IN TamTImoNy Wasmoe, 1 ham hosuntc submvibd my arm,sad afrad this mrpmata mal of the mad Company. this NITH der d_...........-__.:1 U�`Y........ Bond No. 9. 8919G THE COUNTY OF KING BOND TO VI;RFORM WORK ON COUNTY RIGHTS-OF-WAY KNOW ALL MEN BY THESE PRESENTS: That we__ .. _ City of Renton-.- As principal, and -Fidelity and Deposit Co�anv of Maryland _ A corporation organized and existing under and by virtue of the laws of the state of Maryland , authorized to do, and doing business as a surety company-in die State of Washington, as surety, are held and firmly bound unto the County of King, a muni- cipal corporation of the State of Washington, in the penal sum of Sixteen Thousand Dollars (S 16 000.00— 1 0o ars, or the paymento w c , wr_ an ru y to'jb—made, we firmly bind ourselves, our and each of our heirs, executors, ad- ministrators, and assigns, jointly and severally by these presents. Sealed with our seals and dated this _9th _ day of July 19 82 The condition of the fore7oing obligation is such that, Whereas, the above-named principal has applied for a permit to d- certain work on a King County roadway, street, alley, avenue or other public place known as All King County rights of way under permit i 5-119.82 NOW, THEREFORE, if the above-named principal shall indemnify and save harmless the County of King, from all claims, actions or damages of every kind and description which may accrue as a result of opening and/or working upon any roadway, street, alley, avenue or other public place, by him or those in his employ, in installing or making connections with any public or private sewer or water system, or any other purpose or object whatever, and that he will replace and restore such roadway, street, alley,' avenue or other public place to as good a state or condition as at the time of the commencement of said work, and maintain the same in good order to the decided satisfaLtion of the King County Road Engineer, and that he -.411 comply with all the provisions of his or their franchise or permit, and all resolutions or instru- ments relating thereto, then this obligation to be void, other- wise to remain in full force and effect. Principal City of Renton Washington Surety_Fidelity& pepg1J1 ro. of Maryla 8y_ -_ Tim Larson Attorney in 6/2t/7S 9BIi' INVOICE KING COUNTY STATE OF WASMINGTON HEAL PROPERTY DIVISION 507 KING COUNTY ADMINISTRATION BUILDING City of Renton SW- 5TM AVENUE To 200 Mill Avenue South SEAtTLE.WAS9NGTON 04144 Renton, MA 98055 7/30/82 �119-82 M-395-82.._.._.� 50.CO 03 7 S 84.00 ��7 �PC4ARTER 116. LAWS OF 1965 ,"zf" CITY OF RENTON CERTIFICATION a rulM1yx[G. TNE suxannxo[Is] o•"Tx[ 401/OGb/IS.534.3:.1#3(IS-) 34,w -VJ-114-8d- LKo"••[Ilelxro a ov, x�slo N[KU M1..M1e .xn t _ W -395'1D' .x1 CIAIY I] . IV\l.. ..... . 0 ONPAIo 0\I�\.t10n I .�I� .GMN\l Txl CIT\ OI II x.OM1. \F0 '..1 1 AY ` 'W %AID uo Io ".xyxr,e.T[ .No ct.a.. To S.53a. .4L �I SQ sue n.�Y. /j Iy_J NOTE SAKE CNECOS SAVABLE TO KING COUNTY CORN T\OL LIS AND W IL TO gig KING C!jNTTV ADMINISTRATION BUILDING] STY AVENUE IEATTLE KAEMINGTON 0111" Y] 0 JL rn . rrf. , mrr-n rrrr-�rmTlrs++7r�rsit'r r*�s'e^sr. as�r�rnrr+�r+� � _ 1'1[9. r77rs!'Rar7'ir[t.'r, r�t'T`fT.rs�^,n'tls:'r9��'71n sr'�'i7 TrrnJ7�nrr"'i��rr�tr'mww = o _r^r�rnm�ens�-afan�.�nrnf•rs�rnr� '�rn�rrrrr[msrr+� r! - -�'�' [ lf� �r�!'l!•rz�frnTls�"�*'+sr l�S is��s^f/r��m f/ �ntrT<T^.tt•'+1ft♦�f • r"Mr ti n •� .. ._ sc�r�r-�e;'nrTEr--nr-�.s•�nt-r�r-rr.�mr+t<rTtn��r^nr^�rt-ne���rrr�R^�r+�r�^n� �L3 r37rS]/le'r'L7r•'•tR'Y'�r--+��r-1't�'�1�r+!Yr^�A'1f�1r�71T�r"TI'�fl'Tr"+ �Ti'+�+Y r'�`tt�t� LI '7r?9Tr/TTIr+'►ItTP1�^1rrTrr�•rt'r7�r^+fTrP^�tTTJ M'Tit'Tl[�f1'lr'171f'Tft^01r�to�T. per/7i_•Tf/R!^.T7ITRTfr' 'fIC'Tr��fTfr^Af!''1r^�'rr /"'R�7^}7/T�17�17�ftf�.Z7 TR�•7--m 0 �.F��s"1Qir�!'/l'77TffTT/rT+tT"TF��lTf/„�'Rf�Rfl�t``�fl[/T�TT1!•� RfR'^''S]1 tnTf'�f('T7f•� p l�RffA77Rf1+R7tt'>'�'I'TOLTr�Tfr+1T^]I'r i�'R7rTRR S+ fT f�ft• r��"trtnfmt�i+c>•.r�^nrnrr-w�rrm�f`��eT�s*^nn���-nrn�r�nrrtt�fcn __ gy, fsrr^r r+rf�r-nrnr�r-rr+-nrrn�r�r^r rTrra^r!r•n ['T1flt'L7___=_ p fft•O�fa�ft♦�ft•�f��ft• �_��_�� ff�f�faf� a��ff/�faf�fafffff/ff��faf�ft♦ �� �� �� ��� fa�r�wfawt• ��� � ft•�i�faf������fa�� � � f'fafffftff��f�ffff/ft•�ft♦f�ff��fa f����fft•ff/fffft•faf� r �_ �fafffafaffff<rf�fff�ft♦faftf�f� fa�fa=�lfffffl ft♦�fa trrr�fan�f�t•�fafa��ff�� ft♦ffff/f�fffffl��� �rfi�� ��fafflf��ffaffff� L=ifa faf�rfas �ffflflfafffafaff�faf�� f� ft♦f� _a_f—f�ffaffffflft•�=�� �fafffafaffra�t_�fa�ffft•faw� ft♦fafafffflfaff�faffffq� f��faT t•—ffafafa ffff<•fa ���faft•�f��t• ffffflf� �—�ftt•t• ft•�fa f�f1 f�fff�fflffff<♦ff/rff�ffffflt♦� tffff�ff�fa�fafa�faffafaf�<•ftf� jw�fafa��w ��fafff�fl•ff'ffff��� �flf�ff�f�ff/ sa�fa��.�ff�� � fftftfa�ftfffflffafffff/fa�r�fafa �w �fafffff/rfflfffffl ft♦fffff/fatfft• n�fafr��fa�fotfa�fs�[�fa��i f�ifaff��=ft•�����fafaff� t• ft• w ffff/t�f�f�l�Nfa��fffffl ff/ �f�',_-�f� �fff/fa����fafaf�fa�ff�fffflft♦�faffffflf�fff�fffl����� t•�fftfa ��� ���� ffaffaft•ff�f�ffffflf�fff�� � r i J o�og� M r INvoIce KING COUNTY STATE OF WASHINGTON REAL MO'RNTS OIV7.'OM 507 KING COUNTY AOMINISTRAI .IN BUILDING `+a► To City of Renton 500 TH AYEN L 200 Mill Avenue South SEATTLE.RASHINGTON 36104 Renton, WA 98%5 7/3a,3[ M-119-82 S 34.00 W-395-82 50.00 ,�f( s WOO f CHARTLR 116, LAWS OF 1965 CITY OF RENTON CERTIFICATION n i'uii of 'E.(D DD wnty plwzl,. peee• t; w Irp1A1w1 loIV i t+i, iii+IiitwrwTteur• Ywz 4OI/GOD/,&550.32 W(IS) y 34 m 1-t c1Y IF' M 1.0ATNAa pV( +YD VYw111D Otllttllam uiwei¢ie(To'rAV, wi rtic:ii'up ciinri zo to1/OOd/IJ ,14 . 3 So co tAID clot. ' i. 4l 14 S , YOT[ WWe COCCYS wAr ABLE TO/IY6 CWYTT CWPT"LLEr AND MIL TO$11 COUYT+ AOYYIIPTNAT1M IIUILON b %TN AYEYUE SEATTLE YALNINOTM U1W ✓ k OF RF PUBLIC WORKS DEPARTMENT DESIGN UTILITY ENGINEERING 0 235_2631 se1NIG►AL BUILDING AD MILL AVE.$O. REr,TOM,WASK 98a66 e P 7rt� SE PtE� BARB%.RA Y. SHINPOCH MAYOR April 22, 1982 King County Water District #14 8419 South 116th Street Seattle, WA 98178 Attention: Mr. Tom Earwood S:.bjec t: Renton Water Mein Work Dear Tom: Please find enclosed a copy of our Water Project 1427. the 84th Avenue Cooperative Water System Replacement. This project s fully funded by our City and we will begin construction of this project after May 18th by our in-City forces. I hope you have an opportunity to review this project and exa- mine any potential conflicts with Water District #14 and Bryn Mawr Sewer.District facilities which you supervise. I will contact you for a pre-construction conference meeting in mid-Kay prior to start of work. Please contact our office If you have any questions. Very truly yours, Robert E. Bergstrom, P.E. Engineering Supervisor jft Enclosure 1 i of RF �A u .� z PUELIC WORKS DEPARTMENT 2 M R DESIGN IUT ILITY ENGINEERING • 25-26]I MAIrI10lPAL MALDING Alp MILL AVE.so. MEMTON.WA&K$gM b- P SrEp SE Ptc BARBARA V. SHINPOCH MAYOR April Ij, 1982 King County Building s LanC 0 ,_elopaurlt King County Administration Building 500 - 4th Avenue Seattle, WA 98104 Attention: Mr. Ery Bertig Subject: City Of Renton Water System Improvements Phase I - 84th Avenue Water Cooperave Dear Mr. Bertig: As we discussed on the to lephone on Monday, April 12th, I request that your office reconsider its position to reject our water system improvement Right-of-Way appii_ cat lon. Contrary to the King County Real Property letter of April 8, 1992, we have jointly prepared a Comprehensive Wetar Plan for areas, both in the City and with haveoeighb Water Districts 14, 69. 6g, )) and 88, which has been approved by tAr- County. Our 84th Avenue Wate: Coop, was a privately owned water system which was trans- ferred to the City of Renton in 1964. While a large Portion of the Coop, water system was rebuilt prior to 1968. the areas in this Phase I still have the old 2" and 4" steel water ma Ins. Our City has been sued and had considerable pressure placed upon it by the local residents and the State Department of Health Services because of continual water quality problems due to the aged water mains on South 122nd St., South 127rd St. and South 123rd Place. The project before yuu Is a wholly City-funded writer system reconstruction project that wall substantially imprnve the fire flows and provide high quality water to all of our customers In the 84th Avenue Water Coop. A later Phase II Is programmed to complete the gridiron water system In 1983. We are anxious to begin work to replace these aged watermains in accordance with our APpreved Comprehensive Water Plan for the Skyway/West Hill community. Please reconsider your rejection and If you have any questions, Please contact our office. Very truly yours, Robert E. Bergstrom, P.E. Engineeririg Supervisor cc: Mr. Chris Loutsis REB:j ft Real Property - King County Attachment Oft Owwr SON d Vft- 0 Rnl itigl"Iwo ftN*ftV6k.KJy OW*ftVO" Chris J.LOOk a1tl�O 7 oep.rnr.d aOUft A I soukaawar - Layrow D.t1,aar,olacar am Mro swaft seta ((t) abm 3"13M April 8, 1982 City of Renton 200 Mill Avenue South Renton, Washington 98055 Attention: Mr. Robert E. Bergstrom, P.E. RE: Permit Application W-119-82 Submitted on March 15 1982 o ep acement ash T�$btTAvenue •op ater ustem Dear Mr. Bergstrom. This is to advise you thet the above referenced right of way permit application has been disapproved because the City of Renton does not have an approved comprehensive plan, as states in a letter from Mr. Charles Benjamin, Utilities Coordinator, dated February 25, 1982. Since approval of the application hinges on appropiate actions by the applicant, we are unable to Forecast how much time will be required before this permit can be issued. Please advise us when you have taken the necessary steps so that we may resubmit the application to the Building and Land Development Division. Also, the engineers are requiring a sixteen thousand dollar ($ 16,000.00) road restoration band, which we must have before the permit can be issued. Sincerely, yy CHRIS J. LOUTSIS, Manager Kt� RMK/ts cc: Utilities Coordinator Chief Utility Inspector MEMORANDUM aWLD1NG AND"LAND DEVELMMIEW CHVISWN lse Kin Ca ky AI I I " " /11dow sNItm, W'Mm"a, woo; 206-340-7000 Date, April 23, 1982 To, Chris Loutsis, Manager Real Property Divisi �..�aa 1Q�}� From, Charlcs Benjamin, Uti tTi !i s Coordinator Subjects Right-of-Nay Permit Application (No. W-119-82) for the City of Renton Water System Improvement - Phase I 84th Avenue Water Cooperation Please be advised that Building and Land Development Division has rescinded its decision of disapproval on the above referenced permit application, and has now recommended approval based on the following: 1. Although the City of Renton does not per se have an approved comprehensive plan, Chas along with King County Water Districts No. 14. 63, 69, 77 and 88 jointly prepared a comprehensive plan which was submitted to the Utilities Technical Review Committee (UTRC) for review. The 1JTRC re- commended approval of the joint plan which was subsequently approved by King County Council pur- suant to Ordinance No. 3579. 2. The proposed Phase I Improvement is consistent with the approved joint plan as well as with Motion No. 4176 which provide (Water District No. 88) for a franchise to construct, operate, and ^aintain a water system in the Skyway rea. If you need additional information, please call me at 344-5286. CB:mt /cc: Robert E. Bergstrom, ^. E. OF RF PUBLIC WORKS DEPARTMENT DESIGN/UTILITY ENGIYEC:ING9 235-2631 M NICI►AL WALLMNri IDO MLL AVE.SO. RENTON.WASH,qwD 6 e P �rEp SEP,E INTER-OFFICE MEMORANDU!t BARBARA T. SHINPOCH MA1:,R Date: July 2, 1982 To: Gloria Minnick, Purchasing From: Bob Bergstrom, Engineering Subject: King County Right-of- 'ay Bond The Water Utility work on the South 84th SCLeeL Water Cooperative main renlncements on the West Rill is all on King County rights- of-way. We are in the permit proce -a with the County Real Property Division which requires a bond for 416,000 using the attached forms. We would appreciate your help in obtaining a band for this amount for work to be accomplished Oefore December, 1982. Thanks: :jft Attachment THE COUNTY OF KliiG BOND 10 PERFORM WORK ON COUNTY RIGHTS-OF-WAY KAOW ALL MEN BY THESE PRESENTS: That We City of Renton _ As principal, and A corporation organized and existing under and t • virtue of the laws of the State of aut! rized to do, and doing business as a surety company—in the State of Washington, as surety, are held and ;irmly bound unto the County of King, a muni- cipal corporation of the State of Washington, in *he ,anal sum of Sixteen Thou_and Dollars (S 16 000.00 1 boZl.ars, To—Lhe payment o w rc we an ruly to.re`made,We firmly bind ourselves, our and each of our heirs, executors, ad- ministrators, and assigns, jointly and severally by these presents. Sealed with our seals and dated this ___ day of 19 The condition of the foregoing obligation is such that, Where , the above-named principal has applied for a permit to do �?rtain work on a King County roadway, street, alley, avenue or other public place known as Al: King County rights of way under permit a 5-119-82 NOW, TaERF.FORE, if the above-named principal shall indemnify and save harmless the County of King, from all claims, actions or damages of every kind and Description which may accrue as a result of opening and/or working upon any roadway, street, alley, avenue or other public place, by him or those in his employ, in installing or making connections with any public or private sewer or water system, or any other puriose or object whatever, and that he •+ill replace and restore such roadway, street, alley,' avenue or other public place to as good a state or condition as at tho time of the comrrocement of said work, and maintain the same in good ordrr to the decided satisfaction of the King County Road Engineer, and that he will comply with all the provisions of his or their `.ranchise or permit, and all resolutions or instru- ments relatina thereto, then this 0ligation to be void, other- wise to remain in full force and effect. Principal Surety__ T_ Attorney in Fact • THE COUNTY OF KING BOND TO PERFORld WORK ON COUNTY RIGH:'S-OF-WAY KNOW ALL YEN BY THESE PRESENTS: That we As principal, and A corporation organized and existing under and by virtue of the laws of the State of _ authorized to do, and doing business as a surety conpany in t-be State of Washington, as surety, are held and firmly bound unto the County of King, a muni- cipal corporation of the State of Washington, in the penel sum of i5 ) boZTers, or the payment of w is we an ruly loT made,we firmly bind ourselves, our and each of our heirs, executors, ad- ministrators, and assigns, jointly and severally by these presents. Scaled with our soils and dated this day of 19_ The condition of the foregoing obligation is such that, When^as, the abcvc-named principal has applied for a permit to do certain work on a King County roadway, street, alley, avenue or other public place known as NOIf, THEREFORE, if the above-na. , d principal shall indemnify and save harmless the County of King, from all clai actions or damages of every kind and description which may a.:crue as a result of opening and/or working upon any roadway, street, alley, avenue or other public place, by him or those in his employ, in i, talling or making connections with any public or private cr or water system, or any other purpose or object whatever, an that he will replace and restore such roadway, street, alley,' avenue or other public Alice to as good a state or condition as at the time of the comma-..Nomcnt of said work, and maintain the same in good order to the decided satisfaction of the King County Road Engineer, and that he will comply with all the provisions of his or their franchise or p� mit, and all resolutions or instru- ments relating thereto, th this obligation to be void, other- wise to remain in full force and effect. Prncipal Surety By Attorney in Fact CJ24/7S K ♦y. 'i i,1 t OF RF'r A,L � PUBLIC WORKS DEPARTMENT DESIGN/U11LITY ENGINEEr NG ♦ 235-2631 o :>L MU NICI►AL BUILDING 300 M H.ILL AVE.f0. MERTON.VVAB 99M n P BARBARA Y. SMINPOCH MA-OR March 15. 1982 King County Real Property Division King County Administration Bldg., Room 500 500 Fifth Avenue Seattle, WA 981041 Attention: Mr. Ray Kummer Subject: Right-of-Way Permit for Replacement Phase I, 84th Ave. Co-op Water System (W-427) Gentlemen: The City of Renton at this time requests watermain replacement right- of-way construction permits for the locations and main improvnnents listed below: 84th Ave. S. from S. 124th St. to S. 122nd SC. New 8" Watermain - 820 l.f. S. 123rd St. East from 84th Ave. South New 2" PVC - 80 I.f. S. 123rd St. West from 84th Ave. South to 82nd Ave. South New 6" Watermain - 390 l.f. New 2" PVC Watermain - 250 l.f. S. 122nd St. West from 84th Ave. South to 82nd Ave. South New 6" Watermain - 350 I.f. New 2" PVC Waterma in - 200 I .f. S. 123rd Place West from 84th Ave. South to 82nd Ave. South New 8" Watermain - 650 I.f. S. 123rd Place East from 84th Ave. South to 85th Ave. South New 6" Watermain - 330 1.f. King County Zeal Property Division -2- March 15, 1982 We have enclosed construction plans for each s,atermaln replacaateat for your review. If you have any questions, please contact this offic- at the number listed above. Very truly yours, Robert E. Bergstrom, P.E. Engineering Supervisor AH:jft Enclosures tMtm City Council A.gult 23. 1982 Page 3 CONSENT AGEMOA The following Its are adopted by ons solim Which follows the Itrs included. Su'plm finance Dope.trnt, Purchasing, requested Public hearing be set Cqui prat for 9/13182 regarding auction oslo of surplus property and Police Auet1On evidence it.. on 9/25A2 At moo a... at tie City Shops. Pint Avenue Month and Month Williams Avenue. All [lathes Have :hen sur- Flused and are no longer In use. Council cOncar In public hearing date and refer to !ttts and Mans Committee. Mat Crash Public Works Department subeltuu right-of-wad Wirculsim.nl agree- Interchange ment Letter of Uedarstatding Iru ,he Department of Transanrtatlon regarding rIclnit, of May Cruee Interchange end turning back right- of-way. Au:horin Mayor and City Clerk to elfin letter of understanding. Slgnsl IfWlz Works Department, T-Affix Engineering, sobaltced sgremuent be- Imerovc,.ent - tuean CItY of Renton and ►- " Coca..rcial Airplame Company regarding Mortn Eighth laprovewart of existing signal e,at" at Morrh Eighth Street aM Park and Park Avenue North. City of Rent. to Provide n, Plans and specifl,a- Avenue North tiros, And construction ;nspecNm; Bminy .. . pre ih $46,001) far colt of materials and labor. Council approve Dr. :t aed a.thoEas Mayor and City Clark to taecuce agrewnt. Cis . for Clal. for drapes In the aaamt of $1 na filed by Centel J. Loucks Dwde$ - for Injury 4maages caused by al laged melfunatlminq traffic light CL 4b-82 at Intersection of ME Sunset and Wval NE (4/23/92). Refer to City Attorney and insurance carrier. Cpwt Case Court case filed by Malty J. end Richard J. $touch, Jr., versus bear J./ Valley Cornt Construction and the City of Manton In the amount of A;chard J. $150.000 for Injury/dmrga. sustained In auto accident olb6e6ly Stauch caused by raised manhole cover ona block north of 27th Place and Talbot Road (10/21/79). Refer to City Attorney and Insurance carrier. Convent Agenda MOVED By CLYMER. SECONDED BY HUGHES. COUNCIL ADOPT THE CONSENT AGENDA Approved AS PRESENTEU. CARRIED. CORRESPONDENCE AND CURRENT BUSINESS Fourth Manual Letter few Steve Orton, Xerox Corporation Com,unity Involvement Xerox fun Program, 6400 SPumcantor Boulevard, Tukwila, requested use of SW Run 34th Street front Lcngacrss, left Onto Lind Avenue and left again on SW 16tn Street Back to Langs:rs. on 9/18/82. This will be the date of the F^Urth Manual Three-Mile fun Run and ION Run to benefit special children - plied, rotor"d and Handicapped. MOVED BY HUGHES, SECONDED IV REED, THIS CORRESPONDENCE BE REFERRED TO THE ADMINI$MTION FOR ACTION. CARRIED. Fire Mayor Shinmch paraphrased . I.tter flow• local family who had lost D.psrtmenl and their Infant recently to Sweden Infant Death Syndrome. This feelly Aid Crew had written .omending the fire experiment and old crew to, the Commended excellent respm se (physically aed Small muIII) to their cli.il. Those Fireman Imo l ved: Lt. Chuck Ankeny, David Thorson, Robert Dalns$, Toe Panelue and Henry Dykes. OLD bISIMESS Utilities Utilities CmemIttoe Chalrvemen Mathaws Prossntsd a committoe report �e r.ca .dlag ....plan,. of the ncomrM.0. of the Public Works 17X .� - 4partrnt to accept the low bid of Grant Cmururtlon In the ro.nt 84tn Avenue of $65.236.88 for Haase I of 64tn Avon. Co-op Kate, $yet". Commit- cc-op sister tee also ...cy.d. Ma"�o�. and �CCItyy CIn'k be authorised to.,.to 5yst.. contract O,,W Vrt.. 1fOVFD Br MATkIV�SECONDED p TRIM. COUNCIL APPROVE THE UTILITIES COMMITTEE REPORT AND AWARD CONTUCT. CARRIED. . . _ : � i : � . � .. _ . ,. . , . � . . � - ', _ - .. 9 4 . . 1 ' it C p r � , i f ._ i n �. i .. r. a. � . . �. .. �' � � � •� l .. ; ` .. - ' . � . �, ' . i � . � ♦ • � Y _ � � (1/ .. ..� / ' , h n� . e •�o W • r h • 3 t11rF 4,u y p O W y 11]1N 3 Y•..` l � • n Y. IInrN Sr i � y uerN 31 f i151M Ilfr 51 167 y ; LFN[wIDOE n lSlllM[NTww [CwoDl. f 1161N 6r y rf1N x 11 w fl f IIf1N 21 • � • u O n ♦J u S SIR,ro1J1® J IL i J n )erh 1'),N U •wYN V 3 nnN n L t F , Ir3,r V fl fc � It 3 ! ^ GAT#ON - e,N yr n! � 12M 1S f I )D n t• .Y•.,ry Ya SM1v L9 S 1f1N !r )Dw w ON 1141 5, h ilrf ECN(,Da '� 11N 3r S P Na SleNon ? n . Nf %I.,n N• L9 af•S 1 q4 a t1 r'' i li N 31 i7_ I`� N 1 5 f f ? IrNKi a `'e, ! I1frN n D Ir• g a J Sr raa♦ J 11]1N er N i '4 I i i h1 ! N 113rN Sr f 1131N 5r NU•r NN 5' 6 rn IMI FV � ! Il9*N S. !_ � AO IL n •L { e je It 3 ! < I)prN !` NM )ND J{ E [ a > ]D SIK 3 1 LFN4 nF II 1 2_ U[IENrON � J y <V MN 1M Q r • prFN0111 J J2NU dr wY Ills, SCNDOC f 1)2ND Sr = h S ]IILICUr ( Nw tw I !, 31 ) <O (_ I t ,Y JJr tJ 5 y 1D31N Sr %w VrC`plq� y. I 5 1351. 1 fN r ], •'` ]� NCS+pIN f yVNS 1 NI MF,e j NG7] ( Il O s � ti )N •'e SK 1140y r• i ' � •` a J1G p pN 30 !� f l yl rQ )Np IL _ •NYNDNY ]N f SUNhCI r •1C wppl l : ♦ i j C Sf J c F y J i -VICINITY MAP _ t iJ71m y, u CITY OF UNION BID PROPOSAL AND SPECIFICATIONS 8Ath Avenue Co-operative Water System - Phase 1 Replacement - WO-427 ' INDEX Sumary of Fair Practices/Affirmative Action Program, City of Renton Scope Of lark Instructions to Bidder Call for Bids *Certification by P,oposed Contractor/Subcontractor/Supplier/ref. EEO *Minority and Womens Business Enterprise Participation *Certification of EEO Report *Certification of Bidder's Affirmative Action Plan ' *Non-Colluslon Affidavit *Certification re: Assignment of Antit-ust Claims to Purchaser *Minlmum Wage Form *Bid Bond Form *Proposal *Schedule of Prices Bond to the City of Renton Contract Agreement EEO Compliance Report Sample Form and Instructions Environmental Regulation Listing Special Provisions Technical Provisions Detail Sheets/Standard Documents marked * above must be execrted by the Contractor, President and Vice- Prtsident or Secretary if corporation by-laws permit. All pages must be signed. ' In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid dOcjment. f ' CITY OF RENTON Public Work, Department Bruton, Washington 98055 t s 6AISIY -A" .CITY OF MERTON SUMMARY OF FAZE PRACTZCES POLICY ADOPTED EZ EBSOLUTION 90. M0 The policy of the City of Renton is to promote and afford equal treatment and **rviee to all dir::ens and to assure equal employ. went opportunity to all persons regardless of race; *reed; aolo,,; ethnicity; national origin; sex; the presence of a non-,{ob-relcted physical, sensory, or mantal handicap; age; or marisal status. ' ?his policy shalt be based an the principles of aqua; awpleunant opportunity and affirmative action guidelines as set j+r'.'. in federal, state and least lams. All departments of the City of Renton shall adhc a to the following guidelines: EMPLOYXS' PRACTICE:' - All activities relating to amp:oy- Rant nt t, selection, promotion, termination and training shall be conducted in a non-diseriwinstcry ' Rainer. Personnel decisions will ba based on individual Performance. staffing requirements, and in accordance with governing Civil Service Lams and the agreement between the City of Renton and the Washington State Council of County and City Employees. !81 COOPERATION WITH PUMAS RIGN TS CRCAXIEATZ085 - The City c,t Fenton n _ . OOoperate y YLt a , Orga it motion@ and commissions organised to promote fair practices and aqua: cpportunity in employment. (3) AFFZRMA.Z11 ACT:OR PROGRAM - The City of Renton Affirmative ' Action Pragram will a maintained to facilttate equitab:e represe.tation within the City workfo-o* and to assure equal am?laywent opportunity to all. It shall be the reepcns{biiity and duty of all City officials end employees ' to oarro s-ut the policies, guidelines and oarrecciVa measures as sat forth by this program. Correat+ve employment programs way be established by the Mayor on the reoo-mendation of am Affirmative Action Committee ;or ' those departments is which a protected clots of employees is under-rcpresented. id) CONTRA.—ORS' 08LIGATIOX - Contractors, eubcontsrtora an' t supers eon uci ng us{nest with the City of Renton sha:1 affirm and subsoribe to tta Fair Practice# and Son- Discrimination policies sat forth by low and in the f:Iirmative Action Program. Copies of this po:icy *hail be distributed to all City employees, a hail appear in all operational documentation of the City, includ!ng bid calls, and shot: be prominently displayed in appropriate City facilities. CONCURRED I8 by the City Council of the City of Renton, Washington, ' this tad day of Jaw 1080. CITY OF RENTON: NESTOR CITY COUNCIL: ' Mayor Council President Attest: Issued: July 10, 1972 ' 'l �j/Ad Revised: February 9, 1976 ty ath C Revised: June 2, 1980 CITY OF RENTON 84th Avenue Cooperative ' Water System Replacement Phase I Water Project No. W-427 SCO►F OF WORK The work Involved under the terms of this contrast document shall be the full and complete Installation of the water system facilities as sh.,n on the plans and in t the specifications; to Include, but not limited to, water mains, fire hydrants, water meters, blow-off assemblies, valves and appurtenances and complete restora- tion of all surfaces and existing underground utilities. All work sha!I be as set ' forth in the design drawings and specifications. Any C.nntractor connected with this project shalt with all Federal, State, County and City Codes or regulation applicable to such work and perform the work in accord- ance with the plan and specifications of this contract document. The Contractor will provide construction staking in the field as performed by a ' protessional land surveyor. r INSTRt:T10NS TO BIDDERS t ' 1. Sealed bids for this proptsal will be received by the City of Renton at the office of the Renton Cl .y Clerk, Renton City Hall, until 2!00 o'clock p.m., on the date specified in the Call for Olds. 't this time the bids will be publicly opened and read, after which the aids will be considered and the award made as early as practicable. i ' 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. Quantities are understood to be only approximate. Final payment will be based on field measurement. of actual quantities and at the unir price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to ae local conditions by inspection of the site. 4. The bid price fer any item must include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units Indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive Inform- alities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made paya. le without reservation to the Director of Finance of the City of Renton In an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders Immediately follow!no the decision as to award of contract. the check of the successful b Jder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse ' to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportuilty will be offered for oral explanation except as the City may request further information on particular Points. 5. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. ' In. Payment for this work will be made in Cash Warrants. ' Rev. 7/15/81 (Non-FMWA Only) CITY OF RENTON GML FOR 111)DS 64th Avs. Co-operative Water System Replacement - Phase I Water Project W-427 Scaled bids will be received until 2:00 p.m., Auoust II 1982 at the City Clerk's office and will be opened and publicly read in the Aith Floor Conference Ronm, Renton Municipal Building, 200 Mill Ave. South. The work to be performed within 90 working days from the date of commencement under this contract shall Include, but not be limited to: Furnish and install 1,469 lineal feet of B" carter main, !,775 lineal feet of i■ 6" weter main, 6 fire hydrants, street and shoulder restoration. A The City reserves the right to reject any and/or all bids and to waive any and/or all inl'ormalities. Approved plans and specifications a i form of contract documents may be obtained at the Public Works Department off' at the Renton Municipal Building for a deposit of $25.00 each set plus DO to cover postage, if me lied. The deposit will ba rounded upon retur ire Plans and Specifications in good con- dition within thirty days after bid paning. The mailing charge will not be refunded. ' A certified check or bid bond In the amount of five percent (5%) of the total amount of each bid must accompao, each lid. The City's Fair Practices and Non-Discrimination Policies shall apply. City Clerk Published: Record Chronicle: July 28. 1982 August 4, 1982 1 Daily Journal of Commerce: July 28, 1982 August 4, 1982 1. ' CRWIPICATIOR BY PRDPOSSD CONTRACTOe, SUBCOIITRACtOR AND SUPPLIER RROh=1116 8f1UAL RM44TMW OFPn RTUNITY a1f�ia'o�TTr- oZ`�neructor � ---" "; PlROCTIONS This Certification is required parsasnt to Federal Ruminative Order 11746. The fipleiauting rules and regulations provide that any bidder or pruspactive contractor, or any of their proposed subooatractors and suppliers, shall state as an initial part of the bid or negotiations of the contract mhether it has pertxoipsted in any previous contract or suom.tract subject to the equal opportunity clause; and, if ' >o. weather it has filed all compliance reports due ender applicable instructions. The City has heretofore adapted Resolution I340 under date of June 1. 1190, amending a 'Pail Practices Policy,' as implemented by an 'Affirmative Action Program' therein asmndlnq the policy of the City of stnton to promote sod afford equal fseatmsst and serwica to all eitisens and to ensure squl employment opportunity based on ability and fitness to all persons regardless of race; creed; color, ethnicity, Preseason culginl vN; the preseon of a non-job-related physical, sensory or mental handicap; ace or marital status. Sais policy shall likewise apply to all contractors, subcontrsctors and suppliers conducting business with the City of Ret.ton who in turn shall affirm and subscrito to said Fcacticas ' and policies. The eforerntiMed provisions shall Out apply to contra^te or subcontracts fnr standard c­ iarcial suppliers or taw materials or firms or organizations with less than eight employees or cc,tracts of less than $10,000 business per am= with the City. ' When the Contactor/Subcontractor/,-upplier (harninaftar referred to Am the Contractor) is requir*d by the City of Banton to submit an Affixutiw Action Plan, the minimum acceptable peecentage of minority employment will be that percentage whit:: is currently listed in 'Appendix I- (City of Santini Goals and Timetables) in the published City of Benton Affirmative Action Progrse, i.e. 9.1%. This Program i* available for review at the Nunicipal Building. Me rndersign*d contractor therefore covenants, stipulates and agrees that during the performance of this contract he will not discriminate against any person in hiring, p osoting, discharging, compen- sating or any ott r term or condition of employment, by reason of such person's catus, reference the fill categories listed in pare. I above. Contractor further agrees that he will take affirmative and continuous action to insure full compliance )lit.. such policy and program in all respects; it being strictly understood and agteed that failure to oemply with any of the terwe of said provisions shall W end constitute a material breach of this ' COpt rAct. Contractor shall, upon request &*d/or as noon as possible thereafter, furnish unto the City any and all information and reports reguirod by the City to determine vhcth*r full carollanes he, been made by the contractor •ith said policy and pregtse and contractor will paxmit necass to his books, records and accounts by the City for the purpose of investigation to &*certain such compliance. Contractor further acknowledges that he has received a true and complete copy of the City's -Fair Practices Policy.- Contract Identification Number CENIIFICATION BY; CONTRACTOR or SUBCONTRACTOR or SUPPLIER ME _ ' NA : ADDRESS: ' REPRESENTATIVES: TITLE: PNONE: 1. Contractor/Subcontractor/Supplier has participated 1.• a previous contract or subcontract subject to the Equal Cpportunity Clause: _yes _No I. Compliance reports core required to be filled in connection with such contract cr subcontract: _Yee _No 1. Contractor/Subcontractor/Supplier has filed all compliance reports due ,order application instructions: _yen _No iI 6. If answer to item 3 is -No-, pleas* eavlain in detail on reverse side of Nis certification. CZl TIFICATI@1: The information above is true and complete to the best of my knowledge end belief. ---�me-and Title o goer _p a,. ,7,V or priori-! gnetcr* __--'........ -- &.viswad by City Authority: Date: 4e. GM/PO Rev. IO/W PARTICIPATION CERTIFICATION: MIRORIT.• BUSINESS INTMPRISRS (MBF) and WOMENS' MINORITY BUSINESS ENTERPRISES (WMXV (BUSINESSES OWNED VD OPER.tTED BY WOMEN) The Contractor agrees to use hin best efforts to carry out a policy in the award of his subcontracts, agent agreements and procurement contracts to the fullest extent to utilise minority business enterprises consistent with the efficient performance of this contract. As used in this contract, the tere "minority ' bualness enterprise" scans a business, at least SO percent of which is owned by minority group members or, in the case of publicly owned busineness, at least 51 percent of the stock of which is owed by minority members. For the perpose of this definition, minority group members are Women, Negroes, Spanish Speaking ' Surnamed American perrons, American Orientals, American Indiana, American Eskimor and American Aleuts. The City will consider sworn affidavits presented by subcontractors 1n advance of contract award as one means of establishing iminority status in accordance with criteria cited above. To be eligible for award of this contract, the bidder most execute and W-At, as a par,. f the bid, the follovdnR certification which will be deemed a pert of the -esalting contract. A bidder's failure to submit this certification or submission of a false certification shall tender his bid nonresponsive. MINORITY dUSTNESS ERTEkPRISE CERTIFICATION Name of Bidder(s) Certifies that: ' (a) it (does) (does not) intend to sublet a portion of tht contract work and (has) (haa not) taken affirmative action to seek out and consider minority business enterprises as potential subcontract.. . ' (b) the contacts made with potential minority business enterprise subcontractors and the results thereof are listed below. Indicate whether MBE or WMBE and identify minorit;• group. (If necessary, use additional sheet.) MBE Min. Ct. WMBE 1• _ ❑ ❑ (Name of Firm, Bid Item, Results of Contacts) 2. ❑ ❑ y• _ ❑ _— ❑ 1 4. _ ❑ ❑ y. _ ❑ ---- ❑ Mr./Ms. has been designated as the liaison of ticer for the administration of the mid rity business enterprise program for this fin. CERTIFICATION OF EQUAL EMPLOYW f OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub- cantracts subject to the Equal opportunity Clause and the filing of Required Reports. The bidder proposed subcontractor hereby certifies that he has has not participated in a previous contract or subcontract subject to t e equal opportunity clause, as required by Executiv- Orders 10925, 11114 Or 11246, and that he has has not , filed with the Joint Reporting Committee the Director orthe Office orTederal Contract Compliance, a Federal ' Government contracting or administering agency, or the former President's Committee on Equal Employment opportunity, all reports due under the applicable filing requirements. ' omPmmy - --- �-- By: (Title Date: ' Note: The above certification is required by the Equal Employment Upgortunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by Aders and proposed subcontractors only in connection with contracts 0, ,bcontracts wnich are subi .t to the equal opportunity clause. Contracts one ,ubcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exewpt.) Currently, Standard Form 100 (EEO-1) is the culy repo-' r.1 by ti.e Executive Orders or their implementing regulations Proposed prime contractors and subcontractors who h -ed in a previous contract or subcontract subject ty :6- .me and have not ' filed the required repots shou:i note that 41 M (i) prevents the sward of contracts and subcontracts unless such .,r submits a report covering the de liquent peri,nl or such other pe.,uu srecified by the e Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN $War is to indicate by check-mrk which of the following statement, Pertains to this bid package, and is to sign the certification for that specific statement: aj It is hereby certified that the bidder is exempt frog the City,s Affirmative Action Plan requirements because: "A verage erage annual employment level is less than eight permanent employees, and the tot al contract amount with the City during the current year is less than $11,000.,• ' GmPany ' BY: s tie ' OR b) it is hereby certified that an approved Affirmative Action Plan is on file with the City of Renton, and that said Plan specifies goals and timetables whicS are valid for the :urrent calendar year. Company BY: Oate --- __ Title OR c) It is hereby certified that an Affirmative Action Plan this Bid Package. Said is supplied with Plan will be subject to review and approval by the City as a prerequisite to the contract award, and it includes: ' 1) Present utilization of minorities and females by job classification, 2) Goals and Timetables of Minority and Female Utilization, and 3) Specific .lffirmative Action Steps directed at increasing Minority and Female Utilization. BY: atb-e 0R d) It is hereby certified that an Affirmative Action Plan will be supplied to the City of Renton within five (5) working days of receipt of notification of low-bidder status. Said Plan will be subject to review and approval by the City as a prerequisite to the contract award, and it will include: ' 1) Present utilization of Minorities and Females by Job Classification, 2) G, tls and Timetables of Minority and Female Utilization, and ' •) Specific Affirmative Action steps directed at increasing Minority and Female Utilization. Company --------__ BY: Date Rev. 9/9/75 Title W-427 Water Project Specs. 84th Ave. CO-OP 4 NON-COLLUS.ON AFFIDAVIT _,.6 .. ilhawal STATE OF WASHi Sc ■ COUWY i beirg duly sworn, deposes and say:., mat he is the identical person who submitted the foregoing propa.al or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on ' the foregoing work or equipment ti put in a sham bid, or any other person or corporatio," to refrain �rom bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. SIGN HERE: 1 ' Subscribed and sworn before me this _ day of 19_ Notary Public n an for Re State of residing at _ therein. CERTIFICATION RE. ASSIGNMENT OF ANTITRUS', 6LAIMS TO PURCHASER TO THE CITY OF RENTON RENTCN. MASHIN6�ON+ Vendor and P, -chaser recog„ize that in actual economic practice t overcharges resulting from antitrust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such overcharges as to goods and materials purchased in connection with this order or contract, ' except as to overcharges resulting from antitrust violations commencing after the date of the bid, quotation, or other event ' establishing the price under this order or contract. In addition, vendor warrants and represents that each of his suppliers and ' subcontractors shelf assign any and all such claims to purchaser, subject to the a.'orementiored exception. i ' ame o roject — ' ame b er s rm —3iynature o ut orize a rese ' p —ntat,ve-To�Biaaer-- ' — ­-6a to i 1 ' C1 MINIMON WAGE AFFIDAVIT FOSW ty of Renton ' COUNTY OF I. the undersigned, I rywitl in connection w th been duly s de 1 Pay each h tha Perto wM' PosedemP , rate ofd in the PerfornyncaG'on of la oo a of trye work of thsay is certify °'age or Ce of such s PrOJect, ' �^ the print not less th contan t work. not an' or mechanic min statement Cement and ce carract. that the ha eimun rate of wanless h=s an s� Prevai ling ' substance set for e' know the read the abov, specified as th therein Is contents tryl,.e, - true to andt^oregoing ' alY kn a owlcdge and bluer. Subscribed 1� and sworn to before meo" this _�`�_`� 19 _ "—� day of ' 0tary u of Residing na,0"Ic n an Or ! Gat! 1 t ' B.D BOND forM Herewith find deposit in or bid bond the f P -cent in the amount Of sore of a certified check, cashier's- check, casA, he total bid. — --- Which amount is not less than five ' Sign Here _ KnOw All Men By These BID BOND That we, P'eSa^ts: and' --_��_ held and firmly bound as Principal, unto the CitY of Renton, as - as Surety. Of Which the P-rincfPal and—tha Surer"--- Dollars, f')rrligoe, in 'he thenal sum ore "dwini tors, successor y bind thaws s and elves, their the paYarnt assigns, joint) hairs, executors, The Conditiony and severally, by these of this obligation i Dresenrs, award to the Principal for s such that if the Obligee according to the terms of to— shill make any and the Principal shall dul Proposal or bid made by the r,P accord y make an nci ante with the t d enter into a Pa1�to Crms of contra reftlr, for the faith., said Proposal Contract with bit . ' ul Performance or bid and a g-e i^ Obligee; or if thereof, award and shalted iv the Prf with Surety or Sureties a bond to CALhDSlo9l ' the Penal 'amountaof' inc4,e of depositfsi'ore to do soaDDeYvendbforreit ' thenthe in ful` force and effect be null and void; otherwiseei in the call for bids. Obli ct and the Surat i it shall ball r gee, as penalty and liquidatedY shall forthwitA remain SIGNED, SEALED AND damages, tAe amount ofatha forfeit to the ' DATED THIS d. DAY Of ' 19 _—_....... r nc -. ----. _ urety Received return of deposit it the SUM Of S 1 ePROPOSAL TO TKE CITY OF RENTON RO(TON, WISKINGW& eGentlemen: e The undersigned hereby certif— that — has a-amined the site of the proposed work and ha_ read and thoroughly understand_ the plans, especifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose eto undertake and complete the work embraced in this improvement, or as much e thereof as can be caepleted with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates e and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both ii. writing and in figures.) e eSignature Address eNamt:s of Members of Partnership: e - OR e eName of President of Corporation eName of Secretary of Corporation _ Corporation Organized under the laws of — eWith Main Office in State of Washington at e SCHEDULE OF PRICES (note. lmit prices for all meat, all extensions and total aanunt of bid asatt be shown. Show unit price in both words and flqures and where conflict occurs the written or typed words shall prevail.) ' , ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY trait Prices to be written in words DOLLARS CTS. DOLLARS CTS. I. 1,465 I.f. Furnish and Install 8" CL52 Ductil Iron Pipe 1 Per I.f• WordsT Figure' 2. 1,714 I.t. Furnish and Install 6" CL52 Ductil Iron Pipe (TJ) Per I.f. ). 720 Tons Furnish and Install Select Trench Raterlal Per Ton ' 4. 700 S.V. Furnish and Install Asphaltic Con- crete Surface Restoration ' Per S.V. 5• 900 Tons Furnish and Install Crushed Rock Surfacing ' Per Ton 6. 6 C.v. Furnish and Install Concrete Blocking i Per C.V. ). ) Ea. Furnish and Install B" Gate Valve Assembly Pe, Each ' B• 5 Ea. Furnish and Install 6" Gate Valve Assembly Per Each 1 1 SCHEDULE OF PRICES (Note: Unit prices for all Item, all extensions and total amount of 1 Did swat be sham. Shaw unit prude in Loth words and figures anal where conflict occurs the written or typed words shall prevail.) 1 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE — AMOUNT NO. QUANTITY Unit pries to be written in wordsi DOLT.IIHS CTS. DOLLARS CTS, 1 9• 6 Ea. Furnish and Install 5-1/4" MRO Fir, Hydrant Assembly 1 Per Each 10. 4 Ea. Furnish and Install 2" Blow-off 1 Assembly 1 Per Each .1. L.S Furnish Field Construction Staking 1 Per Lump Sum 1 12. 35 Ea. Furnish and Install Service Connections 1 Per Each 1 13• 50 Tons Furnish and Install Asphaltic Con- crete Surface Overlay 1 Per Ton 14 20 Ea. Furnish and Install Retap of 1 Existing Service 1 Per Each 1 1 i � I 1 i 1 IBidder agrees to perfr, all the Work descr/'ed in thu CONTRACT DOCUMENTS for the fnllowing unit Prices Iwo sum: SCHEDULE OF PRICES NGTE: Bids shall inc'ude sales tax and all other applicable taxes and fees. (Note: unit prto.. for all iteae, all eatenaio," and total (mount of I bid must b,- shown. show unit prices in bech Words and figures and whore .-VftfIACt eceura the Writun or rypud WortW atoll prevail.) ITEM APPROX. ITEM WITH UNIT :RICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit A'ricvs to be Written in Words DOLLARS CTS. DOLLARS CTS. Subtotal 6.5% Sales Tax Total 1 i 1 TILE UNDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT, IF AWARDED HIM, NO LATER THAN iEN (10) DAYS AFTER FINAL L'XEGUTION AND TO COMPLET: WITHIN ninety (90) WORKING DAYS AFTER STARTING CONSTRUCTION. DA'ED AT THIS DAY OF 19_ ACKNOWLEDGIMENT OF RECEIPT OF ADDENDA: No. DATE NO. DATE No. _ DATG No. _ DATE SIGNED TITLE NMIE OF COMPANY ADDRESS TELEPHONE CITY OF RENTON STATE CONTNACTORS' IBUSINESS LICENSE a LICENSE e BOND TO THE CITY OF RENTON aKNOW ALL MEN BY THESE PRESENTS: That we, the undersigned_ as principal, and corporation organized and existing under the laws of the State of as a surety ' corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to th• City of Renton in the penal sum of E for the payment of which s,im on demand we bind ourselves and our successors, heirs, adminis- trators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at -, Washington, this day of ,19 ' Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No, 2295 providing for which contract is referred to herein son is made a part hereof as though attached hereto), and WHEREAS, the said principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth{ NOW, THEREFORE, if the said ' shall faithfully perform all cf the, provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and material, men, and all persons who shall supply said principal or subcontractors with provisions and suppplies for the carrying on of said work, and shall hold said City of Renton harmless ' from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub- contractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damagr or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. APPROVED as to legslit, : _ ' Approved: CONTRACTS OTHER THAN FEDERAL-AID FNIW_ tofu THIS AORFENENT, made and entered into this day of , 19 by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and hereinafter referred to as "CONTRACTOR WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 90 _ working days from date of commencement hereof as required by the Contract, of which this agreement is a com,onent part) perform all the work and ser- Vices required to be performed, and provide and furnish all cf the labor, tmaterials, appliances, machines, toots, equipment, utility and trarsporta- 1 Lion services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. W-42+ for improvement by con5tru: on and installation of: 6" and 8" Watermains and Fire Hv drams in 84ch Avenue Seuth Coueiative eater System Revlacement - Phase 1 _ All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and spec- ifications, including any and all addenda issued by the City and all ' other documents hereinafter enumerated, and in full compliance with all Applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is ' further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished dMt Contracts Other Than Federal-Aid FHWA 2 of 7 ' and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all require- ments of or arising under the Contract. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's ' bid and signing of this agrewent, consists of the following documents, ' all of which are component parts of said Contract and as fully a part thereof as if herein set .at in full, and if not attached, as if hereto attached. a) This Agreement ' b) Instruction to Bidders c) Bid Proposal ' d) General Conditions e) Specifications f) ' and Plans g) Bid t h) Advertisement for Bids i) Special Contract Provisions, if any 1 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, ' or fails to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his Contracts Other Than Federal-Aid 3 of 7 ' subcontractors should violate any of the provisions of this Contract, the City my 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 su6i notice, such violation or non-compliance of any provi,ion of the Contract shall cease and satisfactory arrangement ' for the correction thereof be made , this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate 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 Contact, provided, however, that if the surety within fifteen (IS) days after the serving upon it ;r such notic, if termination does not perform the ' Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take 1 over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advi,able, for the account and at the expense of the Contractor, and his si.:ety shall be ' liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing ' said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of ' the project and useful therein. 1 ' 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. Contracts Other Than Federal-Aid 4 of 1 5) Contractor agrees and covenants :o hold and save the City, its officers, agents, representatives and emplzyees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability ' of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arir,ing from or out of any occurrence, omission or activity upon, o9 or about the premises worked upmo or in ' any way relating to this Caitract. This hold rerarless and indemnification provision shall likewise apply for or on account of any patented or un- ' patented invention, process, article or appliance manufactured for use in the performance of tiw Contract, including its use by the City, unless otherwise specifically urovided for in this Contract. ' In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reascnable atLorney's fees that may be ' incurred or paid by City in the enforcement of aoy of the covenants, provisions and agreements hereunder. ' 6) Any notice from one party 'o the other party under the Contract shall ' be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such 1 t r ' 5of 7 Contracts Other Than Feds,ral-Aid FNMA notice as heretofore specified shall be giver. by perssnal delivery tthereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. ' 7) The Contractor shall commerce performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than _ 90 working days from the date of commencement. For each and every working day of delay after the established dey of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will oe t the Sum Of as liquidated dt .ages (Anc not as a penalty) 'or each such day, which ' shall be paid by the Contractor to the City. B) Neither the final certificate Of payment nor any provision in the Contract nor partial or entire use of any installatior provided for by 1 this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. ' The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which ' shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City ' will give notice Of observed defects as heretofore specified with ' reasonable promptness after discovery thereof, aid Contractor shall be 0 ' Contracts Other Than Federal-Aid FHWA 6 of 7 obligated to take immediate steps to correct and remedy any such defect, ' fault or breach at the sole cost and expense of Contractor. 9) The Contractor znd each subcontractor, if any, shall submit to the ' City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as mov be requested by the City from time to time. 10; The Contractor shall furnish a surety bond or bonds as security for the faithful pertormance of the Contract, including the payment of all persons and firms performing labor on the construction project under ' this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified ' in Paragraph 11. The surety or sureties on such bond or bonds must be ' duly licensed as a surety in the State of Washington. 11) The total amount of this Contract is the sum of _ _ which includes Washington ' State Sales Tax. Payments will be made to Contractor as specified in the "genera. conditions" of this Contract. 1 ' Contracts Other Than Federal-Aid FHIW 7 of 7 tIN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR CITY OF RENTON President/Partner/Owner Mayor ATTEST: ecretary City Clerk d/b/a i rm N, ae Individual Partnership Corporation _ A Corporation Late o ncorporation Attention: If business is a CORPORATION name of the corporation should be listed in ' full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation t,-laws, a copy of the by-laws shall be furnished to the city and made a part of the contract document. ' If business is a PARTNERSHIP full name of each partner should be listed followed by d/b/a (doing t. Bess as) and firm or trade name; any one partner may sign the contract. ' If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. e ' CONTRACTOR/SUBCONTRACTOR �� REPORTINC PERIOD MONTHLY MANPOWER UTILIZATION REPORT .} Month: Year: ' • To lwl tulsnitted to the City's Project Goals ani Tier ss committed Engineer durinq the let weak of followiMI �i l in Contracto, net ive nth while contract is in progress. Prime LI!T Action Plan Contractor is responsible for obtaining arks s ti all Subcontractor Ra rts. or per City's Plan _0.1 _♦ To: (Nme eed locatloo of Cspllaxo aasoey Dept.) Pram: (Wee sad let tioe of co trsctor; This report is required by Executive U er 112A6, Section 203. Failure to report can re=ult in sancticras which include suspension, termination, cancellations or debarment of contract. e .. t. 1. a. f i. 6. eiW_ Total total Work Roure or Imployment (too footnote) rity ranker iusb., of ,r clsaai a• •• a. • .• vm °t einort copby. ' Nf.e- or. uisn/ tal total CorDarq'e kve (Lp.) - ad, flu- tots Illaek nalso h Me ye- CeDloy' too t.vro panic Iakm,d a;e w/r fee AD i Tr r 1 T ' I Tr AL IIL Tr Tr 1 Tr 7. Ccnpany Cff1e Ll�o taneturo m e pate Sf nee s 9. Telephone hwDe: (Inelulo Area Code) 1 cv. 11/77 ;-Males i remales, --Minorities c Non-minorities) Page of - 7/80 (Submittal Requirements c City's Ooals/Timetables) INSTRUCIIONs POR FILING EI1a!AYMRPI UTILIZATION REPORT (CITY OF REN70N} ' The 3mployment Utilisation Report is to be completed by each subject contractor (both prime and suicontractors) and signed by a responsible official of the ,company. The reports are to be filed on the day required, each month, during the term of the contract, and they shall include the total vork-hours worked on the project for each employee level in each designated trade for the entire reporting period. The prime contractcr shall submit a report for its work force and shall collect and submit reports for each subcontractor's work force to the Compliance Agency that is funding their construction project. , Reporting Period . . . . . . . . . . . Self-mPlanatory Compliance Agency . . . . . . . . . . City of Renton (administering department) 1 Contractor . . . . . . . . . . . . . . A;1y contractor wNi has n gwi Rnatructlon contract with thehe City of Renton. I. Company's Name . . . , , , , . . . Any contractor or subcontractor who has a ' qualifying contract. 2. Trade . . . . . . . . .. . . . . . Only those crafts ctvered under appJ.icable EEO bid conditions. , 3. Work-hours of Employeer . . . . . The total number of hours worked by all employees in each classification; the total number of hours worked by each *minority group in each classification and the total work-hours for all woman. Clasaiflca[ion . . . . . . . . . The level of accomplishment or status of the worker in the trade. (C - Craftwurker - t Qualified, Ap - Apprentice, It - Trainee). 4. Percent of minority work- hours of total work-hours . . . . The percentage of total minority work-hours ' worked of all work-hours worked. (The sum Of columns b, c, d and a divided by column a.) 5. Total Number of Minority , Employees . . . . . . . . . . . . Number of minority employees working in contractor's aggregate work force during reporting period. 6. Total Number of Employees . . . . Number of all employees working in contractor's aggregate vork force during reporting period. ' * Minority is defined as including Blacks, Hispanics, American Indiana and Asian 'and Pacific Islanders - both aen and women. 1 RE U VMENTS FOR THE PREVENTION OF ENVI:.ONMENTAL POLL IMMCES In accordance with the provisions of Chapter 62, Laws of 1973, H.B. 621. the Contractor shall secure any ?ermi•s or licenses required by, and comply fully with all provisions of the follow- ing laws, ordinances, and resolutions: Yin Count Jrdinance No. 1527 requires Building and Land ve opment ivvis on and Hydraulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design stand- ards to be incorporated into project design by Engineering Services. Reivew by hydraulics Division. Kiln _Count Ordinance Ne. 800 No. 900 No. 1006 and Resolution No. 977�Zd533—�10." Z7� 6864 n& ITZTl contTd in King County Lode rities a and 10 are provisioner disposi-tion of refuse and litter in a licensed disposal site and pro- vide penalties for failure to comply. Review by Division of Solid Waste. Puget Sound Air Pollution Control A enc Re uI:tion I: A regu- llatiion to controlthe em ssion o air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.94. ' WASHINGfON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions , periodically re- port to the State information concerning these emissions from his operations, and to ma:;e such information available to the public. See Puget Sound Pollution Control Agency Regulation 1. R.C.W. 90.48: Enacted to maintain the highest possible standards to ensure t e purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protecting of wildlife, birds, game, fish, and other aquatic life, and the industrial development f the State, and to that end require the use of all known available and reasonable methods ' by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this ' State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of SS,000/day for each violation. ' R.C.W. 70.95: Establishes uniform statewide program for handling so i wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under ' the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. M_ASHING'TON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.370: Provides for abatement of additional fire haz- ard (lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near building, roads, ' campgrounds, and school grounds) . The owner and/or person respons- ible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists R.C.W. 76.04.010: Defines tears relating to the suppression or a atement or-To-rest fires or forest fire conditions. R.( 70.94.660: Provides for issuance of burning permits for , Mating or prevention of forest fire hazards, instruction or silvicultural operations. R.C.W. 76.04.310: Stipulates thet everyone clearing land or clearing r g -of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as , the clearing or cutting progresses , or at such other times as the department may specify, and in compliance with the law requiring burning permits. ' R.C.W. 78.44: Laws governing surface mining (including sand, grave , stone, and earth from borrow pits) which provid- for fees and permits, plan or operation., reclamation plan, bonding, and , inspection of operations. W.A.C. 332-18: Delineates all requirements for surface mined , a-n rec amation. M.A.C. 332-24: Codifies requirements of R.C.W. 76.04 pertaining O to an c earing and burning. U. S. ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of June 13, 190:: Author- ' izes Secretary of Army and Corps o=gineers to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act (PL92-500 Stat:Tte ut orizes t e .e ecretary o t . rmy, acting— oug orps of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified , disposal sites Permits may be denial if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION Section It of the River and Harbor Act a � roved March 3, 1899: , rove es chat discharge o re use wrY out a permit into navigable waters is prohibited. Violation is punishable by fine. Any citi- zen may file a complaint with the U. S. Attorney and share a por- tion of the fine. -2- , ' PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: ' KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION Kin Count Resolution No. 25789 requires an unclassified use permit or t nit, quarrying including borrow pits and associ- ated activities such as asphalt plants, rock crushers) and refuse 4isposal sites and provides for lard reclamation subse- t these Las available at the Partment f Public Works or building and Development Divisior. Shorelire Mans ement Act 1971 requires a permit for construction on ate ore nes. ermti acquired by Public Works and reviewed by Building and Land Development Division. Copt: Ordinance No. 1488 requires permit for grading, land t s, g— el pits, uumping, quarrying and mining operations except on Cou,ity right-of-way. Review by Building and Land Develop- ment Division. WASHINGTON STATE DEPA:TMENT 01' FISHERIES AND GAME ' Cha ter 112 Laws of 1949: P:,quires hydraulics permit on certain protects. nag you.=.ty ::apartment of Public Works will obtain.) ' WASHINGTON STATE DEPARTMENT JF ECOLOGY W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. W.A.C. 372.24: Permit to discharge commercial or industrial waste ' waters into State surface or ground water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity.) ' W.A.C. 508-12-100: Requires permit to use surface water. A.A.C. 508-12-190: Requires that changes to permits for water use e reviewed y tie Department of Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and/or the diversion of water. 1 W.A.C. 508-12-220: Requires permit co use ground water. e W.A.C. 508-12-260: Requires permit to construct reservoir for water storage. ' W.A.C. 508-12-280: Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood con ro zone. King County Public Works secures one for design. ' Contractor secures one for his operation (false work design, etc.) . 1 -3- 1 PERMITS REQUIRED FOR THE PROJECT - Continued , WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.N. 76.04.150: Requires burning permit for all fires except o sma out oor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the ' right to restrict burning under the provisions of A.C.N. 76.04.150, 75.04.170, 76.04.180, and 70.94 due to exteme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.N. 76.08.030: Cutting permit requireu before cutting merchant- ' ab a trm er. R.C.W. 76.08.275; Operating permit required before operating ' power egulpment in dead or down timber. R.C.W. 78.44.080: Requires permit for any surface mining opera- ' Lion tic u tng sand, gravel, stone, and earth from borrow pits) . UNITED STATES ARMY CORPS OF ENGINEERS ' Section 10 of River and Harbor Act of March 3 1899: Requires * " permit for construction (other than bridges,s,s e U. S. Coast , Guard administered permits) on navigable waters (King County Department of Public Works will obtain) . FIRE PROTECTION DISTRICT ' R.C.W. 52.28.010 52.28.OZG, 52.28nts03o 5an2p0e40 52.28.050 ns s orrow es author t a: ilure ' to secure a fire permit for building an open fire within a fire protection district. UNITFD STATES COAST GUARD , Section 9 of River and Harbor Act of March 3 1899 General Rr___ idge Act o arc an ,enera n e ct o as amended ' Tujust equires a permit or construction o ri ge on naviga a waters (king County Department of Public Works will obtain) . King County Department of Public Works will comply with , pertinent sections of the following laws while securing the afore- mentioned permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality , Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02(d) (2) iiij of Regulation I : Request for verifica- tion , population ensity. ontrac or should be sure his opera- tions are in compliance with Regulation 1 , particularly Section ' 9.02 (outdoor fires) , Section 9.04 (particulate matter--dust) , and Section 9.15 (preventing particulate matter from becoming airborne) . -4- ' PERMITS REQUIRED FOR THE. PROJECT - Continued ENVIRONMENTAL PROTECTION AGENCY tTitle 10� Chapter is Part 61: Requires that the Environmental Protection g�ncy be not— itied 5 days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than 5 dwelling units) . The above requirements will be applicable only where called for ' on the various road projects. Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Director of Public Works, 900 King County Administration Building, Seattle, Washington, 98104. It shall be the responsibility of the Con- tractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compersation shall be made. ' All permits will be available at construction site, 5- r r r r r r r SPECIAL PROVISIONS r r r r r r r r r r r r APWA STANDARD SPECIiICATIM CITY OF RENTON SPECIAL PROVISIONS j STANDARD SPECIFICATIONS The Standard Specifications for municipal Public Yorks Construction Prepared by the Washing- ton State Chapter of the American Public Works Assootation, 1981 Edition. shall be herein- after referred to as the 'Standard Specifications" and said Specifications together with the I .. of the Stitt of Was, and the Ordinances and Charter of the City of Renton, so far s as applicable, are hereby included in these SPetificeti tins as though Quoted in their entirety and shall apply *,apt as amended or superseded by the Special Provisions herein. A copy of these Standard Specifications is on file in the office of the Public Yorks Director, IWnicipal Building, Renton. Washington 96055, where they may be examined and consulted by any Interested party. Wherever reference is made in the Standard Specifications to the timer, such reference shall is ade to reference shall beed to aConstrued toity fineanton. And here the Director of PubliceWorks. City of Renton. or his ' duly authorized represan tatlrt. NOTE: The Spacial Provisions hereinafter contained shall be in addition to or am 11 super- sede provisions of the Standard Specifications in Conflict therewith N AE DINGS RNdings to parts, sections. forms, articles and subarticles are inserted for convenience of reference only and shall not affect the interpretation of the contract documents. SECTION 1 1-1.50 - Act Of God t "Act of God" means an earthquake. flood, cyclone or other cataclysmic phenomenon Of nature. A rain, windstorm, nigh water or other natural phenomenon of unusual intensity for the speci- fic locality Of the work, which might reasonably have been anticipated from historical records ' of the general locality of the work, shall not be construed as in act of God. 1-1 51 - Shop Drawings The term "Shoo Drawings" shall refer to the pictorial description of the details of proposed teriale Con- tractor, subcontractor tords of a manufacturer ion, or other and submittedtfortruction the approvallared by t of the Owner. .1.52 - Or EQua1 Where the term "Or Eoual' is used herein, the Owner. or the Amer on recommendation Of the Engineer, shall be the sole Judge Of the quality and suitability of the proposed substitution. 1.1.53 - Approval The term "Approval" shall mean approval given by or given properly On the behalf Of the Owner. t t CITY OF RENTON ! MMA STANDARD SPECIFICATION$ SPECIAL PROVISIONS ! SECTION 2 - BID PROCEDURES ANO C(M TI lc 2-1.04 - Eaawinatton of Plans, SDKff icatlont aM S1ta of slo k ! The bidder shill rake his own deductions and conclusion$ as to the nature of the otter ITS to be excavated, the dffffcuities of hiking and Yintaining rpuired axceva Lions, the diffi. culties which may arise from subsurface conditions, and of doing any other work affected by ! the subsurface conditions and shall accept full retponsio414 ty. Soil logs, arwl portions Of the subsurface Investigation reports, when Included In the contract Alms .anda ipecific•tions, are provided for the convenience of the Contractor, It sMll be the responsibility of the N Contractor to rev&W the 4OWetf $01) logs. complete subsurface investigations, reports and teats made avH labia at the office of the Omer and/or Engineer. The Owner and theEngi- nd ! near do hot warrant the completeness or relevancy Of Condensed subsurface investigation •sports or Adapted soil log reports extracted from the complete sport texts. 2-1.12 - Public Opeeoin9s of Bids ! Sealed bids will be received by the City of Renton, Washington, by filing with the C,ty Clerk. Municipal Build'ng. Renton, Washington, until 2:00 O'CIOck p.m. On the date speci- fied In the Call for Bids SECTION 3 r 3.1.01 - Consideration of Bids ! Awarding of contract .111 be based on total sum Of All schedules of prices. No partial bids will be accepted. ! r ! r ! 1 1 1 1 1 1 ' -►FCIAI App S7g.�7gCAT10W5 ?€C1 a 1 4-1.05 . p �` Any Oueiti by ►rot st f,4%m ey°"ture i arising 0! tha C ^ fact r to 1 tall, stot�" Derr M11 nr I, tOMD tract ra"0 SPAis Uperintbaent of tor C In make of the Cations I An 11 Any rks ' To pr Woo�ia WtN0 °A uch fec o�~Griry[riDo�o'LGa Yrtrt �ry G�l stMto U/sc°ll lot roan° 1rec' ' the relativeera) kt^d No r or his9at ion It Is 1, agreed the i,9rOytMnt to Mich COnst""o dons. to the eacut ye O'°fraccto yin tte A Shall Rat, DY the In the A of the o that In aP* Shall" the ntic/pateosthi +n t«ftctor Ys0 Work the ntl yonsy0r0eeee[AI ollah!t UantAc to Mta3l it'lugs days"9to Such the Cl ^Ot i ce. ~Dya Of the t"Y 14 opinion F M rill be dt M by nd ge or Old the Cit such in, ont' 'he tfiin01 indmar tes "gs^da0ded, tmorw er. cM1t ti�;^oa In If time S rblan be ref i`a hod [w^ting of the OOC' the Wishi ngtony Gry Thenell fl and99rfeYeill"the Board►er(y, With Of A^bitrstor or and the ONO iha tree select 5 and 10) all be f1n�f^9)6 a Ot eS1Po bdYefor"the yeti Hon'for rpvl5ti dye the Suotn�ft the t fofoi^9s^rode xf to the ' The 0 Icontrollll n9 tnt/irtsnot Dtbe To,nt rap"latt: [o snaring jhat�heountY, SS l"9s aand Cro Gn Arbit"tor5 Shall auDmlttad to ,b,trttlIC4bjqe any fdc is t,d°f rt it The C U,t dlC ib loner 11 G conduct tlPPoldlnCO Adduced at anvtt Im forth in �! ear tnd tration I,, accordance eir find- in Orb A nyPtne CooB0,Lo Aou1 1+rnnefl$online t°j�p eNuaTlYtn the situGiaofthe Stated'Washington rPsfdtnj y in a°tf an Soft Small a Dun the non.Coj�rene°lettefr lq"te of And COntr fI or actor unless serve°, Defo,ty CS�t'at, In trash en9ton,"9 Cou^tY Y all costs sha 11 be tbo^nfs 0s 9 fork er he shall ashin9ton, t SAll he Iv, a4 tew friais Found is One Of to contract ttaq yna to an agent, UPI Co"treap.Pss MAY De sh t9t 1 thr Pr roan a none Ail n r.s on t Sanitary saivbnhr teriM nb d tpret lone bea's old Carefullak en fro, enY of e cov the Any AV alves A ►f J,Cf fond Curnond to ai to :fits tfon rill jK°Motelloring such IGnt y tY I'M storm ano All Mterion des MI1 be cons fdered incidental to 1 locutions sole�jeof° by the En f the tit inThe ^th is to, Ad Mre by "a Contractor t° G fasted sna)1 be hauled. ' T ute lon rlll On yade.Leto s atop itft5e°f oD4ln Ong his �, drepeo and spread et cld"t debcrilNd be lON to the wste site shall t4 M1n41"� Sal to other It"s of tr,"Al tl,drnkfurther Incl, o olely by OM Contractor I, A akanner is CM on RENTON e AM STABOARO SPECIFICATIONS SPECIAL PROSISIDNS SE ' SECTION a icontlnwd) Tllf Contractor shall be prepared to site wtgr trucks. pa*mr aweepers. and misted equipment ' as demanded nKessary by the City public Works Director so alleviate the p"bls pf lost spoils along the route, Prompt restoration Of ton route is slmMatory, 4-1`13 -_If" of ConRLL10n The Contractor is expected to diligently prosecute the more to completion in all parts and r"44reAdnU. Provided, however, that the City Council shall hive the right upon rapuest of ton Pr Ij , Works Departument, City of Rentoc, Washington, to extend the Closeof completion of said Cork. No eetMe' shall be valid unless the same be in Writing and Accompanied by the will" con. sent ra sus .>.tension by the surety on the bond of the Contractor. Tice lost In "placing improper work dr "terial shall tot furnish any grounds to the Contractor for claiming an on ' extwsi of time for the completion Of the work, and shall not "lease the Contractor from dMges or liabilities for failure to complete the Work within the them required. 4.1.14 - Hours of Work The Working hours for this project mill be limited To rmekdays during the Period from 8;00 , a.m. to 5:G0 P.M. The hours o1 Work kwy be clunged at the dlecration of the erpineer*hen it is in the interest of the public or the contractor out to reasons of safety, hblth ArW welfare. 4,1.15 - Fielo Office ' The Contractor sLa)l furnish and Nintain a field office to be used by the Cfty's rep"i*nta- tiv* At the site. The 'field office" shalt be A mobile office trailer with minimew plan ' dimenshOne of 12 feet A 30 f"C. The field office shall be Cell yantilitad, lighted, Mated. The Contractor My use the Water Utilities vacant site at 84th Ave. South and South 12Ath Street as the field office site. The field office shall be eouiPPed With the following equlpmnt as A minimum quantity; one ' Office d1%k, One - / foot x 8 foot throw Cable, one desk chair, one drafting stool, one drafting table. threa Chairs, one three-drawer legal size filing cabine'.. All costs for the Held office shall be Included in the item 'NObi;izatiOM, fused sum rrW rep further ' ca*pensation will be Aside. The Contrkctor shall install Aid maintain a separate telephone line with two photos for the Clty's representative are pay all chAfgef for local calis. The Aggregate Of all toil calls above $25.00 Per month will be paid by the Engineer. , The Contractor shall pay for all electricity, "ter, Mat and any Sewer charges levied against the IFaller during the life of the contract. The Contractor shall remove ell garbage from, the Held office at least twice A weak. The Held office SM11 ba alnuined throughout the ton- 'struction period And shall be "mpvsd from the project site as dti retain rected by the Engineer. 1.1;16 - Cont"ctOr'i Copies of Contract Documents The Contractor will be supplied by the Owner with 5 Sets of plans and SPK ifiCAtiuns. AC , least one complete set of contract documents, Including one full sire set of drawings, shalt be kept At the site Of construction in good Condition And At all times available to the Owner and the Engineer, Additional copies of the oc contract dusents, if required, will be formished by the Omer at net cost Of "production. , CITY Of RENTON Ana STAtipW SPECIFICATIONS ' SPECIAL MOgISIOmS SECTIONS 5-1.03 - Plant and afgraino th,",%s ' Tlta fontractor aha?i furnish all era""lls' sMcifications. EescriPtire alai cwtlficls, swples, tens, rthods, schadules, am rryfacturer't instrxtions as Spec t te ficaily raouired In the contract Ooctaaentt, and all uthar info"ation as MY reasenaoly of raouired to Manor.strata fully that the r Wlals ape rui spent to W furnist*d and the rthods of tars coply ritn Berlthe.Provisi1ons and intent of Be rr e specifiations and drawings. If th Infotton shins any lion rQa the contract reguireaents, the Contractor snail, by a $Ut~t in uniting acca nrinq the infOrrtfon, advise the uplryPr of the derlatton and state the rason thare- Fore t t t 1 Y w CITY Of r4 m APKA STANgW SPECIAL r SIp�i41sig115 SjCTl01s 5 (Continued) 55-1`05 -- Construction sttkim , The Contractor will Set construction stakes and marks by obtaining the services of a )leaded Professiohai Una Surveyor. The Engineer shall have the right to make reasonable t~�Orm Of it the grades Stakes at they distancceess ret greater than So feet. set on the wa Grades will i dvancce off the work whenever work t . t rk is In Progress, the Contractor shall have in his maployma a worker campetent U set a better board or Other construction guide from the line and grade stakes given by the Surveyor. , Such aploY"s shall have the duty and responsibility of placing and maintaining such con- struction guides. A bitter boars set with an engineers level shall be used for all lines set on a grade of O.$M or less, at least tnree utter bards shall remain in place during Pipe laying operations. The laser method or establishing grade ma; re used providing: I. Request for use, equipment and method Of operation am Submitted for City review 'Am approval at least five days prior to use. 2. Grades Are checked at least once every 50 feet And at last 3 times daily by con- ventional met"us. 3. Proper anchoring of pipe is mrforw d in locations wherA a box is being ng used for The contractor shall arrange rls work to allow a reasonable time for the setting of Stakes ' for the next phase Of his operatfon U Prevent work delays while waiting for construction guides. The following stakes will be sat by the licensed professional land Surveyor prier to con- 'struction: A. Stakes for watermains and appurtenances. p, Stakes for (torn drains. the Contractor shall assume full responsibility for detailed dimensions, and transferring ele+ations or measurements measured from such Stakes and marks. All costs for the Contractor's surveying shall be considered incidental to other bid items in the proposal, and no further compensation will be made. 5,1.11 - Eihal 0.c<eoU ce The Contractor shall notify the Engineer in writing of the completion of the work whereupon 'the Engineer will promptly, by personal inspection, satisfy himself as to the actual cm• pleti On of the work le accordance with the terns of the contract, and Shall thereupon rKamend to the Omer that the work is acceptable. Final determination of the aCreptabi)ity of the work she 11 be made by the Goner. ' 5.1.15 - Method of Service of Notice Written rotice shall be deemed to Mve been duty served If delivered in person to the indi- ,vldWi, or to a partner of the firm, Or to An officer of the corporation or Amer or to an executive Official if the Owner is a governmental body, or if sent by Registered United States Mil U the business address sham in the contract docwnts. 5-1.17 - Errors snd Qaissipns , If the Contractor, in the course of the work, petunias Aware Of any errors or mlSsions In the contract documents or In the layout as given by survey points and instructions, or if he becomes aware of any discrepancy between the contract domments and the physical condt dons ,of Ne loulity, he shall i'ludiaUly inf" the Engineer and the Engineer, if he dear it GWOSS&ry, shall rectify the matter and advise the Contractor accordingly. Any work done titer Such discovery, until authorized, will be done at the Contrartor's risk. � e < • me CITY OF I(EATON AWA Ri, SPE.si1GT10115 SPECIAL AL PRO pROYISli1NS SECTION 7 7-1.02 - State Sales Tax If all items in this contract are a part of the construction of a public road irproveeent as dofired in Rule 171, issued by the Excise Lx division of the State of Washington, the owner is exempt free the payment of sales tax on all item. The Contractor she:` Include In his unit bid prices any compensating tax that east be paid. See Section 7-1.D9 of the Standard Specifications. ' if this project is other than a public road construction, the Washington State Sales Tax shall apply and be a separate bid itm. 7-1_04 - Sanitation Sanitation facilities should be provided in the area of the fielo office. Ali expenses incurred In supplying access, parking and sanitation facilities shall be considered inci- dental to the project and no compensation shall be mde. ' 7-1.07 - Load Limits All actor vehicles of the Contractor. Subcontractors, and suppliers shall strictly adhere to Ch. 46.ea of Me Motor Vehicle Laws of the State of Washington (1967 Edition end amend- ments thereof) in regard to site, might, and loads of motor vehicles. payment will not be made for any wterial that is delivered in excess of the legal might for which the vehicle Is licensed. Any gross violation of these regulations shall be reported to the affected law enforcement agent. The Contractor is to furnish to the public Works Director a listing of all haul vehicles ' used on this project, listing the vehicle number, license number, tare might and licensed load limits. 7.1.09 - Wages ' The prevalli% •ate of wages to be paid to all workmen, laborers, or mechanics employed in the perforranct of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCM as amended. The rules and regulations of the Department of Labor and industries and the schedule of prevailing wage rates for the locality or localities where this contract will be performed as determined by the Industrial Statistician of the Depart- ment of Labor and Industries, are by reference made a part of this contract as though fully set forth herein. Inasmuch as the Contractor will be held resoonsible for payment of the prevailing wages, 4t ' IS imparative that all Contractors fmillari:e thmselves with the current wage rates before Sabmitting Gies based on these specifications. For each contract in excess of Ten Thousand Dollars i$10,000.00) a Contractor required ' t0 pay the Prevailing rate of wages shall post the following in a location readily visible to workers at the job Site! (1) A copy of a Statseent of Intent to pay prevailing wages, approved by the Industrial Statistician of the Department of Labor 6 Industries under RCM 39.12,040; am (2) The address and telephone number of the Industrial Statistician of the Department of Law a industries More a complaint or inquiry concerning ' prevailing wages may be eade. In case any dispute arises as to what are the prevailing rates of wages for work of a simi- lar nature and such dispute cannot be adjusted by the parties in interest, inclueing labor ' and managovent representatives, the matter shall be referred for arbitration to the Director of Labor and Industries of the State, and his decisions therein shall be final and cenclusive and binding on all parties involved in the dispute as provided far by RCM 39.12.060. as amended. ' Each Contractor and each and every subcontractor shall file a scorn Stataaent of Intent (SF 9862) with the Omer and with the Department of Labor and Industries as to the prevail- Ing wage rate, including fringe benefits, for each job classification to be utilized. The wage rates thus filed w111 be checkk against the prevailing wage rates as determined by CITY Or RERTM SPECIAL SPECIE -ATIDNS PNDYISIDNS S CTI 7 Cont In M the industrial StlLifti<IIn of w�CDy isle ant o'Sclt strlCMSo with a n�to siue�n acknowledY ant if wage rates .oge rat r of La Ind OntrICL will 1 Industries ' rates ed, co the aOn Ack of toe Is recelred. 11 Statistician and/or subcon g agency (Owner DProval to Me Receipt y the and aPDrovto ,I w,,, be cal twill be notified 1pfany in<orr•ct by [he CeDar aver of the eld until a correct Correct of en tme ( pf Labor SF 9881 form f act sta tanent NOTE r scans due the Contras to r.Ind ustries,or{j7 Contractor tpre�Mu(site'"Co'trict.rlto the dpyythepprownea Nor a Contract in p ' 9es shall incl sass of S1D,Dpp.W to ude: a Stft I, The Contractormnmt of Intent to D ,s registration °y Vrevailing ` The Prevail,ng rate of anway.on Certificat 3. or each Each vOUMere number Prevaiipf9 wagers un^er RCW l9 12 0ass""Cnlabloar• and worker, titled work lion ' : en tbit prevailing claim 1905 ubmitted by a Con r Cition. for Industrial INEnts Of Intent C len have Lane hePDepartMe toorfaLCeWill pay" tthe Pre-filed estiayte shaft State idavfts o/ abor and Indust ap Iu,Ipaam Sur<r of Nagel P ties as roved py 54 custod the Countyaid (SF 98c J) are to be fil theL e- copfesy and disbuamant cfpal Corporation lied With InduStr fea each Affidavit pf tta state or car or otn<r off'car tore Treasurer, or the e , ttentionvit are be filed With f Person a hea- ever prac ticaDl Indus tri th the Dirndl IS the case may°merged with t0 ° package. <• affidavits Perta ini�atlony plrf lion actor off the De oar and two (pl Filing9 to a Dart lcu)ar lcont601 recond Are.,.Seattlet OF kaDor and ' Contraries all CerH applicable of 9843 fomns with should De su ed as wi17 be Mnitt as tor, a prey the Amer (alter 7.1,71J - °guisite to the releasDepuf pant of tabor and Records and Re orLs tafna ' The 9e Funds tc to Contractor will a Diirreector +nd/or f(na bePaehenI, to c-PI-te an 1• Each Yments to the Contract or Swbejt�eDohe favell aing document before 1 tt Of The owner will furnfsw(MonthlyRNnpo", U Ilve Action Ron port for Contras[or the blir Norks mentebaPPf rtyosf l "id pro OY"ent Opportunityregulji t Report 's^lift ate ntral to�during PreconstruR ionCoiaeetingIs r 'he cafe will ons r ae dSec Cooks Will halexecuted executed by the , contras s m�s association,cc�ea r tto nerhe rContr of Laborctor as hr°O rov(si ye=of bidder with as cs uDeit ted all�act$ Subject ut we P 0,equal opporti the Pro PPa rptl�A7,f ln9 a96kssuhew o y- due r0 Lion n Scatf ' Failure on the applicable film ty clause and Ted In any PreviOuser rejection Of L,PPar, of the bidder CO furnish g Rgw(ram and So' whether or not If a Cont. the required certificate will ,DDDprtuni Ic ta�tL Mebn an agrd De due Cer to p° r Certif fate, ris aeout to be code• cause for tr tificetr within [we Pnoposalr notice by the oirectornptl lacks Iof nd an Employment W hit pro 05a7 D W °fYfla or fills except for the bid, will pe {orf guarani y execute Equal ' Nhein nev n trf actor er fed to tP rnhe Cfi 4''guarantee In foam of Dona,Dthe<k,Nor kcashfwhiipch 3 loan required Cpaks Y1Lhiq on r equlits VISIO reCli Df tOY 6uCh id rd t1.ntog ether he shall obtain In �jS pDportunity r contractsuch contras contra "On of an , Dt o/ and For Mis Celt Vica tioOf the 5 n from the witns Such request.t<Np nsu cation frDmih is prpppsed ecretary this purppse, certification forms Ctor, will b< ed before project. eDProv ' clay be obtain e w from the Droject Engineer assigned to CITY OF UNION APWi STANDARD SPECIFICATIONS I SPECIAL PROVISIONS SECTION 7 (Conti wadi 7-1_13 - [ontrAtto 's ResromlDilit to- No The wank shall be under the Contractor's responsible can and charge. The Contractor shall beer all loss and image Whatsoever and from, wnatmver Cause, except that Caused solely by to act of the peer which my Occur on or to the work during the fulfillant of the I Contract. If MY Such IOSS or damage Occurs, the Contractor $hall immediately Mke good any such loss or dmge. and in the event of the Contractor refusing of neglecting to t0 $0, the Owner my itself or by the employment of some other person ate good any such loss or damage, and the cost and expense of so doing shall be Charged to the Contractor. The Contractor alone shall at all tit% he responsible for to safety of his and his sub- Cuntractor's employees, and for his AM his subcontractor's plant And equspaent And the mthod of prosecuting the work. During unfavorable weather and Other conditions, the Contractor shall pursue only fucl. portions of the work as shall rot be teaselled thereby. No portions of the work whose satisfactory quality or efficiency will be af,Kt, by unfavorable conditions shell be constructed while these conditions exist- unless by special Mans or precautions acceptable to the Engineer, the Cortractor Snell be able to overcome them. 7-1.1e - Responsibii5 y for Dwane The Contractor shall be responsible for controlling dust and wad within the project limits and on any street which is util5eed by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers and other piece of equip- Went as demand necessary by the Engineer, to avoid creating a nuisance. Dust and mud control Sall be considered as incidental to the project. and nc conpensatior will be Audi for this section. ' Complaints on dust, told or unsafe practices and/or property dmge to private Ownership will be transmitted to the Contractor and prompt action in correcting will be required. Nritter notice of correction of complaint items will be cell ad for should repetitive conplaih S be received by the City. 7-1.16 - Protection and Restoration of Property The Omer will obtain all afeWents and franchises required for the project. The Contractor Sall limit his operation to to areas obtained and ashall not trespass on private property. The %nor my provide certain lands, as indicated in connection with the work under the con- tract together with the right of access to such lands. The Cont-actor shall rot unreasonatlx encumber the promises with his equipment or materials. The Contractor shall provide, with no liability to the Omer, any additional lend and access thereto mt%hown or described that may be required for temporary construction facilities ur storage cf materials. Me $all construct all access reads, detour roads, or other temporary work as required by his operations. The Contractor shall confine his equipment, storage of materiel and operation of his workers to those areas show, and described And such additional areas as he my provide. Restoration of Structures and Surgces A. General. All Construction work under this Contract on easements, right-of-way, over private property or franchise, %hall be confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause to least Amount of disturbmCr ' and a minimum mount of dmge. The Contractor fall schedule his work so that trenches Across eesmhts s..all rot be left open during weekends or holiday% and trenches shale not be left open for pre than e8 r"rs. b. Structures. The rontractor Sall remove such existing structures is ay be necessary for the pe—rfo nce of Me work and. if required, Shall re Wild to structures thus removed in as good a condition as fouM with minimum requirements as hanin specified. Me Shall i1f0 repair existing structures rntcn my be damaged as a nwlt of the work under tMs contract. ' C. asmntS - Cultivated Areas and Other Surf e 1 v (s. All cultivated areas, olthar agricu Lure or Awns, a of er Sur act provOmntf ch are dinged by actions of to toh- tractor shall be restored as nearly as possible to their original condition. JQof REr..ON ' 37AMM SPECIEICATIORS SPECIAL PADVISIONS SECTION 7 (Continued) ' 1-1,16 (tratinuM) Prior to excavation an an easement Or private right-of-way, the Contractor Shall strip top soil free the tren.� or construction area and stockpile it in sock a mortar that it my be replaced by his, upon complation of construction. Ornmental trams and shrubbery shall be carefully removed With the north surroundinS their rats Wrapped in burlap and replanted in their original positions within 48 ours. All Shrubbery or ins destroyed, or damaged, e shall be replaced by the Contractor with material of pall quality at no additional cost to the Purer. In the event that it is necessary to trench through any lawn arm.:. the sod shall be carefully Cut and rolled and replaced after the trenches have been backfilled The lawn area shall ba cleaned by swamping or other awns, of all earth and debris. , The Contractor shall We NOW wheal equipment similar to the shall tractor type bankhoet used by side sews, Contractors for all Work, including excavation and backfill, an, vestments or rights-of Way which have lawn arms. All fences, mrk#M. mail mats, or other temporary opstaclat shall be moved by theContnctor and illMdAtely replaced after trench is back- ' filled in their original position. The Contractor shall notify the Purer and property more, at lest 24 taurs in advance of any Work done on easements or rights-nf•way. All construction Work under the Contract On easements, right-Of-way over pr ieate property or , franchise Shall be Confined to the limits of such easements, right-Of-way or franchise. All Work shall be accaanllshed $0 as to cease the lest Mount Of disturbance and a minimum Mount of dahage. The Contractor shall schedule ,dS work so that trenches across msemnts shall hat be left open during Weekends or holidays, and trenches Shall not be left open for more than , one hours. Damage to existing structures outside of msmmnt areas that may result from demarcating and/or otter construction activity under this contract shall be restored to its original condition or better. The original condition shall be established by Ph..ographs taken _Cd/or inspection ' mae prior to construction. All Such Work shall At done to the SWSfacr,on of the proptrly Owners and the Owner At the expense of the Contractor. d. Stretts. The Contractor will attune all responsibility of restoration Of the surface of ail streets (travelled ways) used by him if damaged. Ir the event the Contractor does not have labor or material iwedlitesy available to rake necessary repairs, the Contractor shall so inform. the Owner. The Purer will make the necessary repairs and the cost of such repair; shall be pa•a by the Contractor. , 7,1.17 - Utilities and Similar facilities LoCitior. and dimnsions Shwa Co. the plans for existing underground facilities are in accord- , ante with the best available information without uncovering and masuring. The Owner does not guarantor the Size and location Of existing facilities. It shall be the Contractor's responsibility to CCntaCt all publir and private companies having ' utilities and/or facilities in the vicinity of the construction arm. The Contractor it warned that City Of Renton ester, storm drainage, sanitary .emert. Street lights and traffic control underground utilities are not a member of the "Pie [all^ System and rest be Contacted separately AS presented in the Technical Specifications. Side Saver Policy , NO side severs Will be installed until Such tiro as that Section of the min sewer pipe line to which the side sewers are to be connected his been tested by the Contractor and a amorar.- , dum Of app•oval for Such Section has been issued by the Owner. The Contractor and the Amer understand and agree that following the issuanc: by the Owner Of a etmmranOun. Which eemranduh approves a Specified section of the min pipe line, the Owner my authorize any side satyr contractor, duly licensed by the What, to install and connect and test One Or nary side slivers to any such approved min pip* line. After the first side sewer is iCEWily Connected to the min pipe ll,e, the Contractor shall not be held responsible for any foreign matter, debris, mud, and sewage which reaches the min sipe line within a Prtviously aPProvM section. Hemever, the Contractor is in no way relined from the responr- ' bilfty and guarantee hereinbefore and hereinafter Sat forth for materials, workmanship and repair to contractor ins Ulled pipe line and apprtene noes. It is further understood and agreed that during the Contractor's guarantee period if there are any indications of failure of the main Pipe line or one or more Side tamers, the burden ' Of Prof AS to whether the failure is within the main lint or the side sewer or Savers, shall rest with the Omer; hoveWr, if Investigation Of Such failure conducted by the Owner discloses that Such fsilure is M the Own pipe line, the Contractor shall eke such reps, and prwtl, reimburse the Owner for actual wst of Such investigation. , CITY OF NEN101i SPECIAL M MI$1IfIUTIONS SECTION 7_. (Continued) 7_1.is - public Litot Illyiily And ' The minimpa policy limits of such fYrraeoe shill be as fella:: blury,Injury nuludtlabiltty coverage with limits o' rot less thin pKson, in an amount c an�yltd"hith,3Ltq�any Sky pKipn• and sYDfKt tD t t • rfor bodily CDYlydy In an amount of pot 1 LM Q,for each accident{ for each On Mbrei la trsYryn<! CpYKag! If holnle3 f0' HCn ache and property d n pe purer and Ergs". the ,yY; thsu•eds. This limit sNl�'Poly � still N preYi with ntM ' liabt slag insurance and rMicl! ItaDt Hty insurance. 0° y to ComprsMrsir! general The iretrac for shill furnish the City . m at,,required, fit bony proof of Ripe of the insrrra.e Th ' 1-1.231 - peeerel Safe l rmaents The Contractor skill notify all proba.ty prrcrs along the construction area p ' to construction. TN Contractor shall gaify all local police, transiq and fir Is to Y51 prior to construction. Manes And aMrlsffs will Y Y11, prior tractor shall further rotii he /°welshed D e de Th, Cots s:ruction in front of Y "Ch Occupancy to narsre a ft"imuh 1 three CM Over. The Coo- each property. o L !! days prior Lp Con- , _ !.23( . F]ift2y-�de_y _si ns Contr The pWtoccor skid, n, s h pm "P"st, provide all signs, birricadac, guards, /la ' froP injury construction ofrnings and night lights in Order to Prot., the S Y as 1 ryfYlt of Ms all and dent llghh and Operations. If the Contractor should tell to"I At all tits [0 provide M barricades In the opinion of the Engineer, the Cityto haintthe right Mork shill se tights and barricades and deduct such costs from Nywts�duhay, the Contractor. halted all be rf triCtld, the order of "'i „edified, Che houa of rpri Yoi et of action og.ner at the Engineers discretion rnen ine erh ursr finds Such a .Orethe purses maces sary to protect the peblic or the the safe All signs removed shall safety. health and welfare. 0e salvaged and delivered to Ms City q._ ' ine cost of eOypjMpg and PlaNrp all construction dM identification signs shill be Inci- dental t0 the Dro�Kt and ro CDlpp:atipn rill to Yde. t e f CITY OF REi1TON , APWA STAIMID SPECIFICATIONS ,. SPECIAL PROVISIONS SECTION 6 B-1.03 - Progress Schedule Immediately after execution and delivery Of the co,•sract mind before the first partial payment is Bede, the Contractor shall deliver to the Engineer, an estimated construction progress schedule in Pore satisfactory to the Engineer. showing the proposed dates of commencement and completion Of each of the vari„us pay items of work required under the Contract DMpeaants and the anticipated Mount of a&,monthly Payment that will beans due to the Contractor in accord. ' ante with tM Progress schedule. The Contractor .hall also fw.hash Periodic iteaized tstiwatet of sort dorm for the purpose of making partial Payments thereon. The casts employed in taking uG any of these schedules will M used only for determining the basis of partial payments ant will not be considerad as fixing a basis for additions to a deductions from the contract. ' Should it became evident at any time during construction that operations will or nay fall behind the scnedule of this first program the Contractor Shall, Won request, promptly sub- nt revised schedules In the seat fore as specified herein, setting Put operations, methods. and equipment. added labor forces Or working shifts, night work, etc.. by which tima lost w it be waft W, end confer with the Engineer until an approved modification of the original schedule has ban secured. Further, if At any time a portiun of the accepted schedule is found t0 conflict with the contract provisions, it shall, upon request be revised by the Contractor and the work shall M performed in compliance with the contract provisions. , Payments Of any further estimates to the Contractor after Such request is wade and until an approved modified schedule Ms been provided by the Contractor my be w'thheld. Execution of the work according to the accepted schedule of construction or approved modifications ' 'reveal, is heresy tad, an obligation of the contract. Pre-Constructioh Conferenct Prior to the start Of Construction, the Contractor, Engineer, all subcontractors, Otilicy ' Dimartment, Telephone Company and other interested departments shall attend a pre-construction conference. with tine, place And date to be darormined after award of the contract. Subse- puently a representative of the Contract, will attend a weekly conference to review progress end discuss any probIMS that ay be incurrwd. The .ime, place and date t0 be established at , the pre-conftmctiOn conference. 8-1.05 - Tie Of Completion Recognized holidays shall be as follows: New Year's Day, Lincoln's Birthday, Washington's , birthday, Nmeorial Day, duly m, Labor Day, Veterans 04y, Thanksgiving and the day fall Owing and Christmas Eve and Christmas Day. The day before Christmas shall M a holiday for City anployas when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday for City employees when Christmas Day Occurs On a Monday. Wednesday or Thursday. , When Christmas Ley occurs on a Saturday, the two pre:eding working days shall be observed AS holidays. when Christmas DR) Occurs On a Sunday, the two working days following shall be observed as holidays. L1qulJated ORMgei ' The Liquidated Damages do rot include, and are in addition to, damages frea costs for inspec. tion, 1L ervision, legal expense and court costs Incurred beyond contract comlletion date. The cost of additional inspection and supervision shall he an Mount equal to actual salary , cost plus one hundred Percent (1001.) for overhead. e-1.11 - Overtime work by purer Employees Men the Contractor Perfore, construction mark over the accepted tight (8) hours Par day Or ' forty (40) hours per week, c, on any City holiday, and the park requires inspection. Men the Contractor shall reimburse the City at the rate of 550.00 per hour. The City shalt have the Sate authority in determining the necessity Of having the Overtime inspection, .no shall notify the Contractor Of intent and said costs will be deducted from monies due the Contractor on each ' monthly estimate. 8.1.12 - Contractor's Plant a Equipment The Contractor alone shall at all times be responsible for the adequacy, efficiency and su`fi- ' citncy of his and his suocontractors' plant and equipment. The Dwner shall have the right to Mike use of the Contractor's plant and equipment in the performance of any mark on the site Of the work. The use Of such plant and equipment shall be considered as extra work and pa•d for accordingly. ' 1 iCITY OF T R:Rt()R SPfCt.tt µAOyDS PEC SORS IFICATIGM i O---si R NI[ of tthe he[site Omrer nor the Engineer e fancin fity. at for tions have C S and i ti'me, for the for e 1 feanceo on of in. , serred Old 11"setha 0to, M111 WIeY nS�C�l F,,, Rc lPUecurltY SU'VS as additional i Contrecttor[,on tP`rf s. Ple^t eny eVuloe4n�sse' (Owneor r;bl Pro ItOlp nd Nq that i [hell 9tvall SO e _ eys ? at all '14t*d falthf "lention to i Mve T a" Shall y 1 e,t,en1_beet aj)I uctt4ssube �rrsWhen 4 1, suPorschetse the brk to t Shall Yftel M t1,o),foor shall be the uie the same Dena Mers 9lrenyuMea4e[ent WMrt nsant on the i eutnorixeo reDresent,t/ve! ooeervence ofeene[IvesofPthes(ptnetre lse tools Bend eM eht eM to hall Y in,U t lebo~Y,input uctlons orltverr� iha Cantrector eE to Rim pr to hr $hall 1is i 1 1 r r r r 1 r r r Clly OF RENTON ARIA STANDARD SPECIFICATIONS SPECIAL PROVISIONS SECTION 9 ' 9-1.01 - W urenent of ntttlts Al: delivery tickets that are required for the purpose of Calculating Quantities for payment ' Wiwi-, be received by the Erg safer at the time of delivery. No payment will be wade on tickets turned in after date of delivery of material. a. By T=vCk_ Payment w rot be made for delivery tickets which do not show type of material, gross weight, bre weight, truck number, dote and inspector's initials. Scale certification shall M submitted as early in the project as possible. ' Each weigh stet shell maintain a record of the truck number, time, date and weight of all trucks providing material to the project. The weight list shall be maintained in dupli• ' cate W,tn one signed copy tranuitttd dotty to the City by the scale attendant. In isolated cases where scale weight is not available, the inspector shall measure the truck volume and Certify as to its full Iord delivery. b. KIL Other Means ' Method for measurmYnt and payment for material brought to the site by any other means will be determined by Contractor - Ow er agreement be'ore award of the contract. 9.1.090 - Owner's Right to Withhold Certain Mounts , Partial payments on estimates may be Withheld until a Work progress schedule, As described in Section 8, has been received and approved. ' In the event that any material or Workmanship does not meet the requirements Or ipetifications, the City ma/ have the option to accept such material or workmanship if the Director of Public Works dews such acceptance to be in the best interest of the City, provided, the City way negotiate ptyn ,t of a lower unit price for said material or Workmanship. ' 1 1 i 1 i 1 1 1 TECHNICAL PROVISIONS 1 i 1 1 1 1 1 i 1 1 1 1 Patu Number TECHNICAL P_-_- ROVISIONS TP-01 General Statement TP-02 Standard Specifications 2 TF-03 Existing Utilities 2 TP-04 Water Main and Fittings 2 A. General 3 B. Ductile Iron Pipe 3 C. pipe Fittings 3 ' D. Pipe Installation 3 E. '1'uating 1 ' F. Disinfection/Dechlorination 4 5 C. Measurement and Payment TP-05 Trench Excavation. Bedding and Backfill 5 6 A. General B. Excavation 6 ' 6 C. Foundation Preparation and Bedding 6 D. Trench Backfill and Compaction 7 E. Select Trench Bac kfill 8 F. Unsuitable Foundation Excavation B 'I'P-ph Valve Assemblies 9 A. Gate Valves (6" through 1211) 9 a. Vulves and Valve Markers V C. Measurement and Payment 9 ' iP-07 Fire Hydrants 9 TP-OB Removal of Existing Stre t improvements 30 A. General ' 10 B. Pavement Removal lU C• Pavement Cos[ 11 TP-09 Restoration of Improved Surfaces 11 A. General 11 ' B. Areas to be Restored 11 C. Temporary MC Cold Mix Asphalt 11 ' D. Patching Y11Jth 11 1 TP 1 Page Number , TECHNICAL PROVISIONS TP-09 Restoration of Improved Surfaces E. Asphaltic Concrete Surfacing 12 ' TP-10 Duet Control 12 ' TP-11 Cleanup 12 TP-12 Service Connections 13 1 t 1 1 t x� f:� ' 1 Tp_01 Ct-STATgNRNT This,sectlun, technical Provisions, is Mcuiar to the facilities to be omatruc Ced"foro c°mditiona which are Articles, sateriels, Water Project toe 11, -lit• . °Potations, I'I-627. Curtr..torANws IWili required fo rtll4tp ac Mentioned b herein or lndlcated on Operationho aha Perfors or till, i 1 shall ,rev described and Provide according to the conditions idud b ""'eery to sake a all stated y the cosple to and o necessary labor, in each No attemnt has been potable insts+let ionaul�nt and asterisla vote specif ahal dl fic aagreesen Made in the il(slts soft Plarta Co segregate work of s or • not be bused between each contractor which are solely these sI CI[itations Pon any incluslon and his subcontractors. ubcontra Y . matter warned The Contractor• segregation or ge�nCora, and that work included Sn subcon Arran general speel cations any subcon tractor in eachien. s at, the technical aad that each [rsct 48Y be divided hot., case SV contracAS or wu rk tin iexcuss s°YY include evork speciredation or su -h several ' head TP-02 STANUAµD gNe;ClF1 CA'1'1 DNS any one subcontract. DY [.x, or more aubC All witnwthe rk a der Chia contract shall, Nunlci PPlice a provisions IP general, be Pal Pub11c or of the 1,81 Performed In actor Chaplrr, Asu.r li, rke Construction•• preparedtaandard SpecifionS for nce or requires en is of t I•u61 Cc Minks Aasoclation and y the W Washington 3State the C aahSn Peclf ied in these TY oI Renton, exceptin accordance with covered in +chn(cal Provisions,as otherwise as+nded, thr the r these Technical Provialo items modified, equlrements • alone shall be °f work not specifically In°ccurdancc with t Peclfied !q the API Petforsad he City of µenton rW ustandard Specification.accordance with ' TN'Ou txlS1IN mantc. Ind in C UTILITIES If, in the prosecut surface dr iOn of the work,a inage, sewers, wnderdrafnst b+..es' necessary ground structures, or ++rY to i and .Nhnll Parts theroof, conduit• utilities, Interrupt ezis[fng services for kc all necussary precautions,Contractor be tree mllar under- do shall d+sage to such 1 TA1 Con[rac[or shall, to Protect and responsible tor, to the sell t(es or P�ovlde temporary sutlsfactlen of his at his own expense, repair all be repaired Dy the Utilltc Ln63neer; except thacisWater construction opera[ions, ' Y Dspartistnt at Contractor's texnd Operation.There are v lines will wn[eril arlous places sA Penes, °� will cross ner o[n the ezlx[t�truc[ion gs whet hick uu I'll ur Or rnnnrr[ Dt7win which wuilun ahvwn are calcula I' f''t,111t, a the new lucutlune not always accurate, calculate, iron prior All cicvatill'] ;cud s must be axe Therefore, ell cro construction records ' of pipe in the near vic(nityaof these verificrossing/con ntractor nections,Priored by the Co 9 or ctoolaying t 1 fP 2 TP-04 WATER_MIN AND FITTIICS A. GENERAL A" Pipe sizes, as show on the drawings and as specified herein, are , in reference to "nominal" diameter, unless otherwise indicated. All pipe shall be fabricated to fit the plan shown an the drawings. 140 types of pipe shall be used throughout the entire project except as a necessary to ,etch existing piping or as otherwise specified by the Engineer. Where relocation of or replacement of existing piping is necessary during conatruttion, materials used •hail vetch the existing, subject to the approval of the Engineer. All pipe, valves, fittings, and specials shall be for water working pressure as described inthe following specifications and plans and shall conform to the requirements of the applicable sections of the APWA Standard Specifications as moditied her- in. 8. WC'1'tLE 1NUN P11'G Ductile iron pipe shall conform to ASA Specification A21.51.1916 (AWWA , CIS1-76 trade 60-42-10). Ductile Iron pipe shall be cement lined and sealed in accordance with ASA Specification A21.4-1980 (AWWA C104-80), 4" through 8" pipe shall be 1/16" cement lined and 14" through 24" Pipe shall be 3/32" cement liquid. The pipe joints shall c ,form to ASA Specification A21.11-1980 (AWWA , C111-80). Pipe Joints shall be Tyton Joint, Mechanical Joint or approved equal. Approval must be obtained prior to bid opening. Pipe thickness c)ass shall be as required by the bid proposal descriptiun. ' C. 1'I I'h: I''1T(INCS ' Cast iron pipe fittings shall be Class 250, as per ASA Specification A21.10-1977 (AWWA C110-77). Fittings shall be I/16" cement mortar , lined in accordance with A21.4-1980 (AWWA C104-80). Joints for fittings shall be Mechanical Joint as per ASA Specification A21,1' (AWWA C111-80). , The above shall hold true unless called out otherwise on the plans or in the Did Proposal. U. 1.11% INSTALLATION 1. Cencral Conform to Section 74 of the Standard Specifications except "s herein modified. Jointing shall conform to the manufacturer's , f 1' 3 1 pl.ammsndotI,Q. ex, Work "less aaa a,oro�QctuaJ1Ith PProved Pi ti on The only 1asPe Keep and "ruRr vl ay tttl°R mehc lrfal or, vava8 [hell b`i caref available for ui 11 atop ' I the Pipa a[ alleer o pt°�PVe �dior i�hcu 'e Pofi y and,l°f Spacial Anchorage and Water shall be earl tt rtlrenCl't ' An le dPOintsrate blockfn uded from °Ln and th ANyA b'ca der fl[[in t all fit e bi°ckin8 ah be bloc deL). inR Standed ked shell ba t�s a fo and Detai °All nR aw terl be to ahal to 'rapped Wilkblock, x 1 be atr isle ll and rmed vertical al 8lockin to not 1 r or to Concre sspn llt r is h.,not, Wia kt 6111ab re S,ry ro ndr of ntr arc Ptable ' 3. Conn do rnlah. Sal vaniza hoer aCoated W ch le 1 8s WlAllhcre ores ec COnne,tj drawIngsonsT to to lrxlatfn8 pipe and Structures tvn cos[s of he Contra, 4 and The mensiona and levaci or Suusc ver tie-ins are all C"tcoons Contra ctor shall na to aaeure proper existifitng lcl tad °° the rovide rho CSty`Will ca[blcking tfo excarv,innstruccionaeryp tOi Install on" E nece =T`crul the existing[mein and C sanmble all l Rfma1 and GL'nmaterials• HYdroeta tic ndIllade in acco d�aaure an.le with on the he CC lc a9 uipma®tdlfled thereto. a ndard SpeCi firs vIAAA, nov ot � SIC ne sh00 all be Perv1eion nd oche �`rY to make [ions <Cae[6Iran pf su a Of the Y bl �ft he e bl giwhie^vr shall tcundue t a all tcatanundea by tPa)� ' suppliedhe Cant.actor, to be the ta9ufrad for testing shall be Tp 4 1 2. Pressure Test 1 Prior to acceptance of the system, the entire system shall be subjected to hydrostatic pressure testing at 300 psi. Any leakb or iWerfections developed under said pressure shall be remedied 1 by the Contractor before final acceptance of the system. The Contractor shall provide all necessary equipment and shall perfurm all work connected w u h the LOSES and conduct said tests 1 In the presence of a Utilities Department Inspector. Insofar as practical, testa shall be made with pipe jolLas, fittings and valves exposed for inspection. 1 3. Leakage Tests Leakage tests shall be made after the pressure tests have been 1 satisfactorily completed on the new pipeline or concurrently with the pressure Lest. The hydrostatic pressure far the leakage tests shall be equal to 100 psi. 1 P. DISINFLCTINl/DECHLORINATION Disinfection of the new water system shall be required prior to completion 1 of the project and shall be In accordance with AWA Standard Specifica- tion C601-68 and Section 74 of the APWA Standard Specifications and shall meet the acceptance of the State of Washington, Department of 1 Health. The initial concentration of chlorine in the line shall be 50 parts per million and this solution shall be held for a period of 24 hours. Disinfection of the entire water system installed or dis�urbed 1 under this contract, including pipe, pipe fittings, valves and purenances, is required to conform with the specifications stated herein. Uechlorination of all water used for disinfection shall be accomplished 1 in accordance with the standard details, '.nr.luded in this document. G. MEASUREMENT AND PAYMENT 1 The price per linear foot for furnishing and installing -he water pipe, of size and quantity listed in the bid schedule, shall constitute full 1 compensation for the water line, in place, complete, including; all pavenxmL removal, excavation, trenching, native backfill, foundation preparation, compaction, pipe, pipe laying and jointing; sheeting, shoring and dewatering, connections to existing piping, and furnishinx and , installing all fittings. Pipe measurements are made through fittings and therefore do not represent the actual exact pipe lengths to be installed. The cost for quandrail mailbox, sign or other obstacle 1 removal and replacement shall be incidental to the project. Concrete blocking shall be measured and paid for at the applicable contract prlca, per cubic Yard; payment of which shall constitute full ' compensation for furnishing the material in place, complete. A11 tie 1 1 T11 5 i 1 rode, including those used in hydrant assemblies, shall be incidental to the watermain work, which shall constitute full :ompensation for furnishing the material, including shackle lugs, in place, complete. TP-05 TRENCH EXCAVATION, SKEINC AND 1RCI(FILL A. UENLRAL Trench excavation, backfill, foundation preparation and beading for 1 the water line and appurtenances shall be In accordance with the applicable provisions of Section 73, APLA Standard Specificat'ons, except at modified herein. 1 h. EXCAYA'I i UN The Contractor shall infOM and satisfy himself as to the. character, 1 quantity, and distribution of all material to be excavated. No payment shall be made for material which is used for purposes other than chose designated. Should the Contractor excavate below the designated lines 1 and grades without prior approval, he shall replace such excavation with approved materials, in An approved manner and condition, at his own expense. 1 The Engineer shall have complete control over the excavating, moving. placing and disposition of all material, and shall determine the suitability of material to be used as backfill. All unsuitable 1 material shall be wasted At a site provided by the Contractor. Excavation of every description, classification and of whatever sub- stances encountered within the limits of the project, *hall be performed 1 to the lines and grades necessary for embankment, pipe bedding and structures, and as indicated on the drawings. Temporary drains and drainage ditches shall be installed to intercept or direct surface 1 water which may affect the promotion or condition of the work. All excavated materials not meeting the requirements for backfill and all excess materials shall be wasted at a site provided by the 1 Contractor. No separate or extra payment of any kind will be made for storing, handling, hauling, manipulation or waste of excavated materials. 1 C. FOUNDA'T1ON PREPARATION AND BEDDING 1 Foundation preparation shall be in accordance with the applicable Provisions of Section 73. AWA Standard Specifications, except that the bul-hum of tbu lrwtch must be shaped to uniformly support the bottom quadrant of the pipe throughout its entire length. If unstable or unsuitable material is encountered At the trench bottom the Engineer may direct and use of select bedding material in accordance i 1 with this section. Wet trench conditions will not necessarily be considered as an indication of unstable conditions. The trench shall be devatered and as inspection made by the Engineer to determine the suitability of the trench material. All costs for dowatering shell be the responsibility of the Contractor. Tice price per ton for S ect budding arterial shall be full compensation for selecting; On, • ircu, furnishing sal placing the material as outlined in Section 73-2.Cb and shall be the some unit price as that for select backfill. Select bedding material shall be a clean sand and gravel mixture free from organic matter and conforming to the following gradation when tested in accordan:e With AS'M G-422. 60.5. Standard Sieve Sires Percen[ Passl-P.&bL Weight 3/4 inch 100 3/8 inch 70 - 100 ' f 4 55 - 100 f 10 35 - 95 120 20 - 80 , 1 40 10 - 55 1100 0 - 10 /200 0 - 03 I1. l'K:.NU1 6ACKFILL AND C_OMPAC'f ION_ 1. General ' Excavated materials that are free from mud, muck, organic matter, ' I,rukcn bituminous surfacing, stones larger than 8 inches in dimension and other debris shall be used for backfill except where otherwise required. 2. Initial backfill f Initial backfill shall be placed around the pipe in layers not ' exceeding eight inches in depth and each layer m'iall be thoroughly compacted by mechanical tampers to at lest 95 percent of maximum dry density at optimum malsture content as determined by Standard ' Proctor Compaction Test, ASTN Designation D698-58T, Method O. All work related to the testing of the compaction, including proctor tests and compaction teats shall be taken on the pipe trench areas. The locations of the tests shall be selected by ' the Engineer. if one or more tests do not meet the specifications ab Stated above, additional teats will be taken as requested by the Engineer at the Contractor's expense. ' 7'P 7 , I 13• Subp » Y1°°t 8sckfill nt ckfill under lif optei'baCted tbooat lsaa 9 eight street Inchee A1.11oosereJs eh°ll be I Mt thodSJH 1n re t oanaiam de[ergined obdete y AS denalty hat and each wFtn place d mig tic, ls cCO danc rest forfor OcOmPar cion except as sothe rwlse�aPProv G698_58T, backf111,e wl th testln 0 In rJanoc 8 me stated the seed areas shah the 4, In tAe secti,n on initial n Payuent i1b separate or extra wetting, drying P°o°ient cf any kind will I lacludedin [he . water be place, aPPlicable unit proce..inK of materials mb f°' n complete, '°mpaction, Price paid bYt shell F^ SELECT Tg the later line I Fd�CN BACKF'ILL in Select trench MoraPprovs The csour akfill fimd rms terial A[r°mconsist of crushed or Contract lY h occurring gran Pipe I tor. ll rO at. Material hall be Y the r b lect Z�-2101 oft[ °Stands Ank8d'tper sl,[ions,s .ng� backfillfined 11 mebSubject I se o et The horizon[al limits in Section Shall be for "It "des of and , teriAl repa ed the act a`ftion electsexcept no Pe backfill in place trench Outs1 Any excaanative to the barrel o he he vPipe Lind Pnot sthe bell Oct nt will outs de made of with the scion in excess of or above cone in and t hoe the Contraacctor[a la or backfie. 11 requirements hall be replaced select • ect b as ' I e Places designated by ache Englneer-ckfill lShalltlbe by the Placed no,i Or 1'hc .r is furnishing I-r top skull be full y I [he and nS Piecing the �Y1pPenso ciao for eaovaiawde r compactteg lCarlo".Material isePsrate tlined in esection 26_ suurof, of unsuitable soil.K. drylo8, water kind will be Payment of Ip, will "SUITABLE K °f materialsUn.ult by ar ---�_-- POlATI—ON EXCAV AXON the Eng, er i KrounJo p dhie �fill'lgwve the campscee ted by the backf111 Contractor as directed °nsul table mate wring an solid fans, lncludiug logs, 1 rr 8 stumps, peat or muck will be excavated when, in the judgment of the Engineer, these materials will impair the stabill• 1 of the backfill. All costs and expenses involved in displacement or removal of unsuitable ' materials shall be incidental to the coat of the water main. Neither separate or extra payment of any kind will be made for storing, handling. Ismling or wnipulatiun of unsuitable excavation. , TP-(6 VALVE ASSEMBLIES A. GATE V.1LVES ' Gate valves shall be cast iron body, non-rising stem, full bronze mounted with double disc gates. All valves shall be designed for a , minimum water operating pressure of twc hundred (200) pounds per square inch and shall conform to AWA Specifications C-500-80 and any subsequent modification thereof. Each valve shall be "0", provided with a standard square operating nuc, and shall open by , turning counter clockwise (left). The valves shall be IOW\ list 14. Mueller A-2380, Pacific States, P.S. Metropolitan, Kennedy, or M 6 H. B. VALVES AND VALVE MAKKE1,S ' Valve installation shall be in accordance with Section 75 of the ' Standard Specifications except as modified herein. All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as required. ' All valves shall have valve boxes and extensions and valve markers with distances clearly marked in accordance with the standard detail , GiticJ, "General Miscellaneous Details", which is included in this document. C. MI:ASUK-11UN'1 AND PAYMENT ' Hydrant auxiliary gate valves will be paid for under Fire Hydrant Assemblies. , All other gate valve assemblies shall be measured and paid for at the applicable unit price per each, in place, complete, which shall , constitute full compensation for valve box and extensions, concrete valve marker and all other necessary accessories for a complete installation. 'II1-07 F'1KE IIYDKANI'S Fire hydrants shall be Corey type topening with the pressure) conforming to , AWA C-504-80 with a 6 inch inlet and a minimum M.V.O. of 5 inches, two 2-112 inch hose nozzles with National Standard 7-1/2 threads per inch and one 4 inch pux,er nozzle with the new Seattle Pattern 6 threads per inch, 60 , degrees v. threads, 0. D. thread 4.875 and root niameter 4.6263, 1-1/4 inch TP 9 ' ■ Pentagon operating nut and opening by turning counter clockwise (left). Hydrants ohall be constructed with mechanical Joint connection unless Otherwise specified in bid proposal description. Fire hydrants shall be of traffic type and provisions shall be made for drainage of barrel to protect unite from freezing. Fire hydrants shall be Of such length as L-� be suitable for installation with connections to e piping in trenches 3-1/2 feet deep unless otherwise specified. Fire hydrants shall be IOWA, Pceific States or approved equal. Approval must he obtained prior to bid opening. Fire hydrant assembly shall include C. I Tee (MJ x FL), 6" Cate Valve (FL x MJ) 6" C. I. Spool (PE x PE), 5" MVO Fire Hydrant W Connection), 8" x 24" C. 1. Cate Valve Box, and 3/4 inch Shackle Rod with accessories and two concrete guard posts. Paint shackle rods as specified in special Anchuruge of this section. ' 'rhu hydrant shall be for a 3-1/2 foot bury unless otherwise noted on the plan. Upon completion of the project, all fire hydrants nh:,lI be p;,lnted to City of Kenton specifications and guard posts painted white. ' The City of Kenton standard Detail for nydrent assembly and hydrant guard posts is bound in these specifications. Fire hydrant assemblies shall he measured and paid for at the applicable unit price per each, in place, complete, which shall constitute full compensation for tee, Valve, valve box, spool, fire hydrant, shackling, two guardposts, t installation of blocking, bracing drains, fittings and all other necessary accessories for a campleta installation. TV-008 REMOVAL OF EXISTING STREET IMPROVEMENT A. GENERAL t Conform to Section 52 of the Standard Specifications and to King County standards. ' b. PAVEMENT REMOVAL The Contractor shall inform and satisfy himself as to the character, quantity and distribution of all pavement removal. Removal of existing ' pavement shall cover all types and thicknesses of pavement. Cut pavement, or other street and road surfaces to a minimum width which ' will permit the proper excavation and bracing of the trench and allow fur Passugu of vehiculur and e.destrlan traffic. All pavement cuts shall be smooth straight line's (saw cut) or to the nearest construction ' Joint and shall have clean vertical faces. TP 10 C. PAVEMENT COST All cost of pavement removal shall be considered incidental to the contract coat. TP-09 RESTORATION OF IMPROVED SM FkCLS A. GENERAL , King County standards shall be used. Roads, streets, sidewalks, dciveways, shoulders and all other surfaced areas removed, broken ' caved-in, settled, or otherwise damageddue to the installation of Smprovecents covered by this contract, shall be repaired and resurfaced to match the existing pavement or landscaped areas as set forth in these specifications. ' 'Me ears and edges of the patched and resurfaced areas shall meet and match the existing surface and grade, and shall terminate in neat, even , lints parallel to, and at right angles to the roadway. No piecemeal patching or repair will be alloweu. Damaged, disturbed or otherwise affected areas, shall have the edges of existing pavement trimmed back 1 to rrovide clean, solid, vertical faces, free from loose material. B. AREAS TO BE RESTORED 1. Existing asphaltic concrete surfaces shall be patched with 2 inches of asphaltic concrete Class g over 4 inches of crushed rock base course. 2. Existing shoulders and existing gravel surfaces shall be repaired with 4 inches of crushed rock surfacing. 3. Existing Portland cement concrete surfaces shall be repaired with ' Portla.,d cement concrete to catch the existing. C. TEMPORARY MC COLD MIX ASPHALT MC cu L! premixed asphalt .c concrete shall be required in pavement areas ' for temporary patching on this project, where directed by the Engineer. Furnishing and installing MC Cold Mix shall be considered incidental to the contract cost. D. PATCHING NID'TH The nc,ximum patching width in trench area will be 5 feet, except as required by King County standards. Any patching done beyond this limit will be done at the Contractor's expense. ' 1 TP 11 ! E. ASPHALTIC CONCRETE SURFACING TT finished patch shall provide a minieum thickness of 2 inches of asphaltic concrete over 4 inches of crushed rock base course, or as In accordance with ! the latest King County Roadway standarda. liefore placement of Lhc asphaltic cuncretu p.rtch, the base course maerfal ! hall be alwped to the same section and slope as the IWished grade and com- pacted to 100 percent maximum dry density at optimum moisture content as determined by Standard Proctor compaction test, AS'1I1 Designation 069g, Method ! . The asphaltic concrete patch shall be placed over the base course so as to obtain a minimum thickness after compaction of 2 inches and shall match the existing surfacing. The asphaltic concrete shall be rolled and cressrolled to obtain thorough compaction. The edges of the patch shall be sealed with asphaltic grade RC 70. Rase course material shall meat the requirement set forth in Section. 23-2.01, AtWA Standard Specifications. AAsphaltic concrete shall be hot plant-mix, conforming to Section 34, VWA Specifications, Class B. Paving asphaltic shall be Grade AR 4000 or meet the requirements of Section 27. ! Asphaltic concrete patching shall be measured and paid for at the contract price, per square yard; payment of which stall constitute full compensation for the resurfacing complete, including subgrade preparation, preparation of and connection to existing pavement, base course, tack coat, finishing and all necessary incidental work. 'l'IilD UUS'f CUNTRUL The Contractor shall provfae a minimum 1,500 gallon capacity water truck with a ' pressure spray designed for street cleaning. The street shall be cleaned Of dust and debris at the end of each working day. In addition, provide sprinkling, as necessary, to alleviate dust nuisance or as directed oy the Engineer, The ! Contractor shall obtain a fire hydrant meter from the City Utilities DepartmenL and keep recurda of Water use. Ail costs of maintaining dust control on this project will be considered Incidental to the contract cost and no separate Payment of any kind will be made. II CLEANUP During the time that the work is in progress, the Contractor shall make every effort to maintain the site in a neat and orderly condition. All refuse, hroken P1Pe, excess excavuled Material, broken pavement, etc., shall be removed as soon as practicable. Should the work not be maintained in a satisfactory con- dlLlun, the engineer may cause the work to stop until the "cleanup" portion of the work has been completed to the satisfaction of the owner and/or the engineer. All costs of cleanup on this project will be considered Incidental ! to the contract cost and no separate payment of any kind will be made. TP 12 1 ' TP-.11 SERVICE CONNECTIONS 1 Service line connection to the new main will conform to the Standard Specifirations of the City of Renton bound herein as applicable. 'he I Engineer will indicate the locstidn for the taps on the new main for each 1 service to be reconnected. The Contractor will direct tap mains for 3/4" and I" services and use i double stay service clamps for 1 1/2" and 2" services. The Contractor will use copper tubing for 3/4" and 1" lines and galvan- izedsteel pipe for 1 1/2" and 2" lines. Connections to existing service line will be with Dresser type couplings for steel pipe and flare-type, three part unions for copper tube. i rP- 12 RETAPS AND RECONNECTIONS OF EXISTING SERVICES As directed by the Engineer, the Contractor shall relocate existing 1 service connections. This work way involve only relocation of the meter box, meter, and meter set, or it may require retapping of the main. The Engineer shall dete"inp in the field if the service requires relocation 1 and reconnection or retapping from the main, and will direct the Contractor accordingly. TP-13 FIRE NYDRAAT AND OTHER NISC. REMOVAL 1 As directed by the Engineer, the Contractor shall remove, upon 1 completion of all tie-ins the old fire hydrants and deliver them to the watershop. Any other salvageable items shall also he delivered to the city water shop These remove'..s anal' be considered incidental 1 to the project. 1 i i 1 1 1 TP 1 13 1 i 1 1 i i i STANDARD DRAWINGS 1 1 1 1 1 1 i 1 i 1 i 1 i rw[Mre rw.a nn ,j IN m M X wRm ua (� [yu F.w-nA RA.N4 sl w wr. n.\M r�MINW RMI�'NI M.MR,uNR{ al Iw rs sl u .vri LTm wM rt r MR\m b I WNYIT[,M w« flll<.n I�_r {µMLA.r.RRY MWIN Mr wYll w Law. ttMf ..0 t A ItNLr. i Ubt NRl1 N1N1Y XWn IR.41 tMl�r 4Y1r NN14. I � w•ttMu.NNN. R LXtµl Mn Nq I lLw M•INML.NMMt ' URI.IRU NMT[tYAR L\ A t1 W.1[NRi i fYLL NW IM.i« MIY f[w,U tlw IW M MUV[o I d 2LL WATER SERVICE 1 ie.ns cw Nn Ym N vl w fibre a w.N.w. M1 f'Lh" l NµVR W.n[IR. ��LXt«t NA.b1 n uNntgr ' i � .� - - 1 w•rr n wt w��[ �[r r.•I.Ing --��JJ M tNlfY Xq a bwL � MUT m .too Xm am nN rw lN.nn M tart. ugrtl r44.e MIaY M. -laX if1YN1tLf.[l1Y LM.IW mIN \.`—c-Mfr[Mt!M,R IRnt1�1M N w1104µiry. iry an.n NL.. M wMtrts..M n'aWLR UN 10 anti n.' (gI11N tMN.n IM�«,IpYI MI r 40W tWT Nllµ wMUf.L0.u.LNtf ulA W.41T0 r - �M fM.lf..tT tV(.W[l NLIO.I i W LX[r1.OplLN IWRY X tV.Iµ w t[XI4Ltt N Jt1Y MQYIMI w t Xn �w N wtnu NwIN or M«ro NnY M« 1 i ! '•'-T- ' B I' WATER SERVICE �•r Nglm.M nn.l4 mu. YrTM ntlw w.tt wn.tl�o gf4l MMII lfw\rNln UIIF i [rN M Mun[a WATER STANDARD DETAIL i CITY OF RENTON .o• .o f[.LLL DEPARTMENT OF PUBLIC WORKS 1 ' � ` iq�lR[III yY4,pry t�t•.I.k[,[YtYR l Yb Yw rye[MNI AtX1, •rw�XMr '.IY.ar..�ty Y NYX.Y 1 W . [t � '•[wtrrt N ror[sent, i�y. .IW br ��RYtuYu IW4 Y PLAN RV FIRE HYDRANT ELEVATION GUARD POSTS 1 I wtn'j stal!.W¢ni. ,VII-" • Kr[Mi.Xrt/r�Igr[Ya h rlY I-[rre Y ' troIKY,•I.ly •qt w�Y11 vI�Y 4yy tS..'roMIX. M1ltrol..l�j•YtM.r' t.lYtrr M1n a'YI brN M1ra[.Xti Y.F wMry t.r rYr.I�jYny CUTXI taYi.Y''f-n.. Nn.r.�nuµ�iuo:rX•rYYr 1 ' "YYr[nlarw �•aaiYn `yI r1, t 4 fM1 N[nr NY X N. BYr4 YSI�In•`YI"I rx tYtYrt Mo[uY I i1[rrY. YM1 q'Yn .rnyr 4Ir _ Y YtM I'-0" •••~� 4 Yll 1V1jWl N,f=Yll.r .r ii.i+w IrX.=wf a Y Nr. [pMI IVN ( —1� p.YMf[Y e•.ryf.10=IY Y Irr.M N.�N.[IYR lryYtrr'YA I �.l M1 Ir[ Srt14 rr1.,.},IIYh HYDRANT ASSEMBLY FILL FIRE HYDRANT LOCATION IN CUT OR FILL WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS OWiCRETE ELOCKM SIZING PROCEDURE fill! ;:,,, IY xwra H as»x.y.»•.0 V ea••s'wMN W.r, [•[� �' w M N•Irwl•n n.ry In•I a nll 14 r1y H -�t`.=�—�(1(t•-'. ' Ixy K•a»u ea Vx W AI•S.Kx.i•N a Ww u Iblw ti j_jll—�[I(I{SI{r(,{•�•�.��.M1 NY • MI✓a.w•wlp w.Yr••Yw 1 V I IY•NY i _ l/MH i,Iwu N.,wr-t f wN 1 Y n ub x.r,V 1 1✓•n•• n Itn:a)HNI). t LM-a.t..i.rncw»1,Is•wirlN r wrVr nrr, N. Q� *. 4rin r IY I•nNr�IN4 MI Y wr•1 w Ix!rl.x:�2 ��i• rX} tv M r.bl•Y,nV!wlw i W M14n•.x� e .N ua.K•ONai l.,ay'�P N W•Na 5xf .ni.K`\).1\. a •a.'t •nrxl N .vY n tY[nllp(5y4 1{ •L4 Mr.p M In[wM(W tt.Iq)u 31 -Yxn er rrwx 1.,!e •Yl ry. rnp:n ' a ; e:;wanN rl•IM r:N Yn Yxrt W ilx✓IN IM n y • 4:Sx M 5Y Mra Paa,1n bx ` •Men •tV{Mbu nrnt[W 43«•.N Nrrw In •.wlr u.px•I yn.r.aNa:• w Y•KRO _XLA 1tlV•[1 trm+nr aNvlen II}• KNO _ so- KNO 1, M M S!e•n•x1• 4' t f !W »��•� FIGURE 1 z, sr rlf:tan ,.u.x(n!-w.mv.ly.r_-t ........I. :. «II-l4n.y ROTE no 0 lwx VE"[ KO M KOCMVI4, i. Iwn H oPa»a.[n.N u«•.p1 `-fir°•xtf WE AFMn S[.WOaM MLYY[IO,t]. • Mra Ww.r n..H a«. na.� .� TABLE _ s. rx"r•.ou H<wm•u. ».I.Iww.wen•twnl,o.•n•• rnw N•ut H nmrX n eiKN •tly a t.a Yal.pXiN b[S MI ryli X. N !i-Iq' u•Iq• 1. [HNNttn H w w....e•Iw.»a..wlw 1. Y' ti ),e} t.Ya I,ap e} sX r}-Ma t.Y h .,N.•y,IV.eMI Y•n.V.»„•r• Y' pl ).w Sylp i.ab 1..} IX In SY'y.III YNxI W r».e.r W:..K n alb n• N:. a•, X3 p.ipp I3.XS s.iX ).XO I.ib xW N yMl 3' f t IF 'ryp iI.W 1J w W.•b lX Ip•w I. 1•IY P[Iq YNw»(tx IYI,11•w xl N" 3X zcm 1a.1} a. . WYIf;N<IYWr H Y •Ix•f,X In,f p.SpJr-Y,13 il. IY• iX K.W (S.)} Ss.Xp Ip.fX 1,Ib VN I. 1EI[ryfl:y K[Ic•»H]W x..M w IYa w aV.n K•}'W n u.w•V•x, la" iX M.[} N.Xp ALMtb' WAO 53.t} mom Y\e!MI•): tM11 i S:»;aN nN Mlry IW IV W ^ If' }.}[ x.X[ X.w qr mom w v«I. s,w lx.,w it W X,w }.w V.r� )•.Xf li.w'V»Ir IMIVIN IY MIIII.✓t4[wl»le NoN aV XtM. )F W }.N[ li).ab 0.10 H.Np 141•f n.M N x 14 xxl[Iral V,H aw M•�Ka M IIx MI.al arwl `11•S rxl {axl X' zY p1,IN }.w IM.1} Xd NN Y arM!p)• 11" W •S} {X. IXrw 1..y0 PI:Mla., rMN1,MWa{w.w•rnY•r x tb l:yl •.•H t..»Pw•�.1�. •r.0 P. •. TABLE 2 . •rw ryb N nbn a.•Iwl•f!0."9•�'•fy^.f.T.>.•h t Ana +.rn..�•4^«. xu., •r Mx•I tYrPr AM1N n... N,, •N.�- nl�:�y arl 4 w •WrX✓[rr,.4[••a LVI N✓M.xM4 �YI,KOx, II 1 VI• ' •4n,wt.N, p . M,W tx:x•H SYKv uvx ILI.� NII[N. :.pl irl 1.Y wl, ro,w ' Ylbttt•Yy1✓FWM..IYI/N t MY.y.piu).f.iilY ^ t w •w.1..41.•.n3X •4w.1«r'."::i14�1`rl•ars v[in wi u• •r)o.lY.l ln.conw a�.qe Nlw✓.:loa:wl u»n.rw:v WATER STANDARD DETAIL CITY OF RENTON xol ro aau DEPARTMENT OF PUBLIC WORKS ' TIE MW SELECTION TABLE wli r Tn r).e vn Mtiiw reYi r.isw+ ••� i I i . i. X X n ). r fw rlm yr fli l,iw yr '' v ni f.mt yr yr yr r ew rcew .o- tw Il.ir w in" may, 1 r. IfV WHOYr --- 4 n5 bpi 4r' m u" --Lot-- to tilii 1. IN er 1,1.1 sw.tlp tl unrn iMwi.Y Y.tw X• i�•0ii 1,,ire YriaX.i. 1 MX in [wn!MYt rm tl Yin Mat' X M!tl Y M Yl.-1pXY qrt. 1. ftMrt rl.L..yr~rM O 1piMeiiX ini(irOf .l p .X Mi fwYl Y WYYIp.tILAO Y(Ynt r,rM1 i fY(1�14 Y Ypms INI YI.1.0W Ill w0+NO u.Yurin Yr .1p1. t ) 1.1=11`00"1.1 Y11['p1 �iYi1 Ywhb Nl0 f1Y WX.[MMnrw, n:wIX.Elm 1111 +1'Yi.w ceYrierw w IY.i sn.W crtilY��r r�la\w tCAST ON LUGS TIE BOLT rOUC-LUBN RETAINER CLAMP FIRE HYDRANT AND GATE VALVE TIE ROD ATTACHMENTS i WATER STANDARD DETAIL CITY OF RENTON + l T. r[.,! DEPARTMENT OF PUBLIC WORKS .on+ni .•a Vl{-�Mrx {ns wvF nlr 1-__T__i 1 I I -rw lw•n Ir [wan w.lr a z S �� arriwf \ a[YT Yb.M S b'lJi —I� l'wM�SU la rw, IS'li I ' PLAN wln OW Vt r�N M.rn�a SO M rn[I tn!�M wn1Wl. �n xM1l .iiUT Ifn-by u�N pWf ro Ynx.Yr1 M1r Nµ [ SIMV q•n llr� f 1w n<liw..iM1 wY6Y V[I yrw.Sy4 n i-S�n YTr [aNn un'a uwN.a rn U•l u w {wm a ( vN+.. S WiiY A - -1' '�� � [VMwx1yW N•IMf� NYS N� Y ww�Sl{ ir.rr � �,' Wi�}I{�i1iM Y i\ IYNUIiI ' � 1.1' MT wU.ItrUY " IYMl 10{nXnrlll NlU�O S"x'Y ! [l9n. N LLMic / 1 ip F 10'4a nrgl F WrIW.a nN F'waiAY�w nn u W r4U n4 'b Si. I i ' q WnullUhf nV rM wu / .3 Mnnikl, Ntl.i[[bill E we ww. m.4[rr ran R � i LLEMTgN tw Row-0" AMMISLY ' WATER STANDARD DETAIL CITY OF RENTON ' al ro K•l{ DEPARTMENT OF PUBLIC WORKS Nwfw{,m GENERAL MISI',ELLANEOUS DE r SAILS MWE OPERATING NUT EITEN!)pN DETAIL r ii r4R 1 Rl STY, i �h,l1lalse • 1 '^ Mr 'Y r•x n.`J.N�p 'L 4Y rMLlu �•�tM 4•Cfrl. IH4 .M M M14.W if Irtl.11h b \• i GFNERAL NOTES TNAT SHOULD ON ALL WATEF PLAN SETS i VALVE NAME * POST �Nxl f"-y ELEVATIONS nw3�.r if:ti 1„Ir°h H YHMMf.n.ty.hw 3tXy,.x«��WfX�t3 yrnr w.w rwi�1 Mae��is). SH,wp rr.e.xrurY4ep t�xrfww In uh, trH 3 rNil r t.r .rNrY..wMlr rwwa wr NNIr 1N3. NKf. nr.K3 1 N W l lli� NX' L)I.Sl.it it p�W���Irt x'Le11N rya.wF tY�wMy� r3 q�rr hYWM R,wly uY WII tw .. WL lrW 4 bl . T' x1 rYt3Yl x M t�iH�r hMrNNHhSl 4h.iY x Ml('N<r• r :ale Mt Yr1f)•IXy'M)i W WiYt4 h31�tr*,tb. IX, tNntK M• !nMl Pbll .t Il,y HM4 tr N.tN.rt1H31,yyl 4t�.11.Hr1 1 MMx.w.rlXer.dtYnr'p r •• Wa.r Fa N 3 ��Ntr Mrn 10 r 4KIr Y I I � N4 Y NIfN y W.lY IWx1pt��R r4 WaM WWIrA.W11)M X f 1� 3 H�xNr h Ian to tIN. ��Hri•r1 esXlttl Ktw. �..I—I�Y`JI^ 1��a.rMl WSWn y�M IIeW w tN MeW rn Kax4Kr�.n .IW 01 r 1i11 fr11 N M1YY Wr.K W M•NY�(ff Or�'•yn_ r H✓4 SN.Rq tj��A MirOn~rUlxr yr NHn Xil N•Xrr.r[ �y�t X41r M•MN.• S .�rYH nKxyt'"d;trtrr.tr�•.Sr.HerrrH H W'/Y rlt Nn,H•I n+i �'.';,.341N lhwf{h�3algyYt�H yr3 t Ra4�i�M F Wx< .ra 11Y bn,M'HrvrW. IrN.w.M,H x W hl.�.• Ht+S�Y4be1r1 M,F�x 10 41<tnrrtt�p N xlilr r W�`w�IMM���M If40.)! x w�p F x b NI•N Y�r�N Ih,lj I.tw N SY[�4 rr M4. hll X t 34l t1111 4 NHWUHw. wrl W M W W Hutw w t4iM'S"IYYN1 h II 4.� rl uiHt[Wen�i Yun�pM3wNliw H W cr�r Yrtw 4.P 4XxIp IlW4,l W4M 3'41wNlPr4 I: 43r )xwN H YtHrI i.Y flr NMtFitlYlrl,1 W utrl p NN.xnt i w N•'~rWWn nNr N M1�j•H)lllHl x Y n4H H.IrX IX XSITY i WATER f -•... w TANDARD DETAIL iCITY OF RENTON DEPARTMENT OF PUBLIC WORKS 1 DECHLORINATION I bovw.c-�aure�YVWhti�o-a e.�ol7cYora Tly�dsv.tiePNmr Mib.YW Ww+v.n aw w twr rn io.c..adm.nwoc+•.w.ae+a.+a•p+ dwawmw mrenTrf n..�m.aand��mW.ar 1 'I.nw.raV�aaWa.ronaw.as nr�ea.. l.erwr.ewan•ner+ewm a.M.oVtiaamr m.v.i.eir T .r n rw..rwawu avw mra+.�n n ao.a. Tmr..0 tea.-mDe ep iMlt 1 fa.o v�-a.a me Ima wvs a o.d.an..mn o.naU�b..a o N.wrr wa. 1 Y.f�rlf Imnpm.l MO..I OMn CmwrmNa b Ewn tmo 0rww a MY. 1mM/O�JI-1me��N 41e Pu+a C1�.bl.1��eM M/M pmw61 1M. OYm� 9e0+.. SaYm 1 Waso Tvtr+M�b 9o0un 8laYfr Irgf ptPl Vy+M+.Op.l &YPa i.wyE+au) m ax o0 a o. om oa m ea oaf as. m o c+! o!s 1 FO MW.a�A M+ab.and oanm d M f.dap.frm d��b pqy h�J w.Y fe a MVba'�Ym MN rl n 10'm d r•0 Nhn VRm.9 h WM M d �ffCf+l t��E0N 1C 11IN VC rMM4lWNE1m+011i i A//UGTG1[ LOCAL.Suppu A6 ICY IIfIW [a MM p0al'ra .un un A c+wo T cattaq Xw Vm Yh1st.M m:Wr+ ae11NY0 vflx m CO/.MTtl�.Y✓a osq M cmewae 6V1 S T]m m.np.r�tl.M Y1oN d�mv.wm dw�.a.x+m4b� Wn1 VM TM.RMIS+a Ise aacap.wga.rfv wwrmadwl A er�uow��wn mrl.s.de�aw.r.e..w.e oaf+. u'pimY H tdervY.Yp m!M�nVMAYeO TR M� MN Ta.ITI-IPY b MabnWm V�1 E..f alatawnx mwn�M• rw.rn rw p Er[N7nNel Una'Y pm>tl1�aP Nn Ea b no C+vn+M�Wrp.w A Mbw T1yMry.W baap.b�mmM tiMMb.Yty' MNE&Melr dwm[al c..m+nw�.w d arMua Morn m.r.� Se.+N vM ...ssalm p wdvew dlpaa n war w a+b.ru amw�ti ac.+� APIP10CM FWW . 1 A 1 WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS KING COUNTY REAL pROpEIWR RTy DIVISION NUM OF WAY C0f`MrM r[ ePERMtT wwt�tFRANCOydpR — IBE NO 612 _ KR011 FADE NO UXf O"�0eo� wtl—� fto DATE Oph Tp5/82 SE_t�ON _IE/7 —_ TWp ES O RANGE 6/5 — O AwwNw+l APPUCANt_SlU-4I..MIffiI — a��6o'b'+M Ewlnpt_ ' ADDRESS S00 Itl.1 Avw South ----- PHONE NO _ Rlnton, W-h2latm 96055 ----UUO NO A Oawtlawwc NO AMOUNT 8 16,000.00 Install 3710 feat of 2", V. and d"r.tet wore m EMERGENCY CONTACT wIONE NO U�7 the following ebth Av South ftm South 124th Street to South 122M Street South 123Mree Street begiming at Beth Av South _ 8 8•' for 820 0 fat South 127M Stre et frw 81th Avenue South to Sind mid cmtLue a- for ISO2 fast Avetwe South - 6" for 390 feat, r' 258 fe, K Sou- - W Street fr Beth Avw South to !End Avenue South 6" L50 feet, r' 200 feet South 12-.d Place fr Aeth Av Sou BA th to d Avenue South - 8" for 650 feet South 123N Place fnou M)h Avetue South to 85th Ave South - 6" for 330 felt REmmTlCN ,0 INCLLIE; IXISTT S T A�4th AV@d.E S%M - MErZlAY AP0.T7 6 RADIUS pi3MINC SWM E2. REPLACE EX'ST'W ACSKR➢ R ON 84Uh Ave E SH PR01 70 LRR" 7J AND VA1DING7WTC;MW EO(E 3. SUM 123Td 8 84th AV:MIE SOLM • OVERLAY APRON AND RADIUS e. SO= 123rd PUCE - 01'ERUY APf[N AND RADRr", S. OPEN aNTMO l SCUM 123td PLACE SO1fM 123r. STRIPE ON Beth AVENUE SOETD{70 BE DONE M AOCOMUKE T77H KIM G3jM " Fg on " P01.1CY. MEM,MC(FTII,COwInllY arnM��W Max Vux I,rI V1bMl Y•w'YM✓•'yYW••,ibt p%'xngn q.C1M1v vnln Lxl6 MN uv!V!ywY b fpq.W4i!•L aVflw Tw4CIF f4VlC,IOIxl Yey„'. nn VMOWWFMIbiMV4[! `M�'eaY�ml'T�V Ye OPb.mYbn W4FYYlIrab,lwMlblYb YOmIMebCo,h b]pIpNM•yyyb, bxcAbwMV nyM�VInRNbw MNuwnlyN OaryV.bhglanbwl!W LaMwwV p�V wM�tWytYbl)1.1)N W I!4.W M[Mal�w)�b VL.lubnl.M Ma�nw+bne.wiar Wbmnl„ .+.,+uolc.+no N�w�:wb`aTVwN e�'wweM. 'wrw.,.nmv+,n,��wm,` °""�a+eY.y�aall�siew"•�'w'a�b.aMM n�eLv:.�ew�..s Mwwo.w.w�.Mww�rw.'e"wol"°�, ItMe W PewiY wpn,Lar, �D1YN4l[!M NIFY�eW,u[xlMiYw bn/a rgF.laW4Ybwwwy!\waltwaRlew ' ��w^M�.PWa�e.,�b yl'a'Yw�y Ml'�l 1.aAleMM1tld.�w�lwi tWNW NM411 ,fr'��� eon.«a. 3/22/82 -tww) ____SL2ZL11 - "^'°'w� 7/15l8z tAwlw.l ]d,pp —_ a„ .t_ rslfswl AawprA ' x�'MMbn"q�WVOa Mea9ebArwYyYviwieYa ' �!�"'"!�'•'n�'^�`!I pq ell,�wwNrx M+M�r�l0epNd)159O twl�ilva)) YF 9abIaMmnrvVnn qulnMwl�,� YWO WMLV aVlbbatyprytpw twl�`\MYi.f�l WfYlMw,M.ilM tw^MnN ! Pwwti,Y4 aYM WN[MYVI )b..a lMc aebs r 0lbLL#b.w M n/w en nwnn lMc wVY wv blllwl W! �bYxwWe, biMlantiM bbl.mn.+wVnwwlwiwlNerWlu.Lu'94e[enlwrrwlal Tow! bwlOebK ) lb M+r.�erwa✓.l V'evIYM.M1gnLV W Vnl. ' ��r+^I+wellslN4wlne.v'4w'�wewlll+aa��llr.w lmw.�•re�b�i�wMwe our wwLa.x..,wL+iww nwwl,wr wwn•waw wwwe,.ann clenl sM M i S /UTILITY POLY UTPL!TT POLE i MUST K PAM FULL WIDTH FOR HALF \I MET ,Ole r z"-coM►AcrED DEPTH Iz CLASS R AS- 2 'ff -- / PHAIT CONCRETE r WE II O OS Ir,(T1 Sl 0.07. FT/FT 7� . L _' -� _-T-- 'r•. µ I "MCPAPE SLOPE 002 f f/YT � fff �f / II/ MIN COMPACTED DEPTH CRUSHED •I. C..0 _ SVNTACING TOP COURSE 21/ MIN CDMPACTED DFPTH CPUSUFD (\_ *07fR LPIFS PM GAS LINf< OR SOUTH, I 2 SUD(At I•IG PI•f CO1PSf MOPTH P FAST SIDE Of R WF'.T SIP- Of ROAD Sff. Sf-CTIOM 9 02• POAD SEE Srr T,ON N 02A - GRAVEL RASE CLASS & MAY RE RF WIN(D PEPENOIMG ON SOK CONDITIONS SFF SECTION S OIC MIN. GRADE 0.57 MAY.GRADE SEE SEC 302 SHOIR.DFN! ON MINOR ACCESS STRFr.Ta MAY PE A-O RKINT OF MAY R • LANES ON MINOR ACCr SS STREETS MAT OF. 10 -O' NFIPNRORNOOD LOLL S LULAL ACC[SS ed NOTE: MINOR ACCESS STREET& AP 7XI4 DPANIMB II-L UlT RP TES TYPICAL ASPHALT CONCRETE SECTION, 0o NOT suLE ALTERNATIVE E FOR OTHWP AVER - MATTVES AND POSSIBLE REWIPEMENTS 1 FOR INCREASED THICMNESS OF SURFACING MATFRALS, SEE SECTION ! DD NEIGHBORHOOD COLLECTOR SMOULDERS -HALL BE SURFACED LOCAL 0 MINOR ACCESS STREETS AS RFWMED BY SECTIONS A 02 AND SDI A. C. RURAL DITCH SECTION Roo CO. WASNRATON I DWG.NO 3 u V ENDING OF FILE FILE TITLE / eo 184 y