HomeMy WebLinkAboutWTR2700434 TALBOT RD. EXT WATER MAIN CORRESP. ' `.7-434
i
ENDING
HUMS
OF FILE
13. The rights herehy granted shall cease and datermine whenever
Grantee shall have permanently abandoned the use of its facilities
accommodated by this easement for a period of five years.
PUGET SOUND POWER 6 LIGHT COMPANY
By
4nar-Rea Estate Division
STATE OF WASHINGTON )
SS.
COUNTY OF KING )
On this ';nal -_day of 1974, before me, the undersigned,
personally appeared LESLIE A. DONNER, to me known to be the Manager-Real
Estate Division, of PUGET SOUND POWER L LIGHT COMPANY, the corporaticn
that executed the foregoing instrument, and acknowledged the said instru-
ment, and acknowledged the said instrument to be the free and voluntary
act and deed o. sa- . corporation, for the uses and purposes therein
mentioned, and on oath stated that he is authorized to execute the said
instrument.
WITNESS my hand and official seal hereto affixed the day and year
first above written. /J
p y Public in and ftr the State of
W&L... Igton, residing at_
1. The facilities shall consist of a single line of pipe not over
24 inches inside diameter and all connections, manholes and appurten-
ances thereto, said line of pipe to be buried at least three feet below
the natural surface of the ground at all points. Grantee agrees to
install and maintain aubstantial permanent markers ec both ends of said
facility on the right of way hereby granted sifficient to give notice
to all persons of the location of Grantee's buried facilities.
2. Grantee agrees t , save and hold Grantor harmless from all loss
or damage which may be due to the exercise by Grantee of the rights herein
granted, and from all claims for such damage by whomsoever made and to
indemnify Grantor for all such loss, damage and claims.
3. Grantor shall not be liable for any loss or damages to Grantee's
facilities resulting from Grantor's use of the lands encumbered by this
easement unless such loss or damage is due to negligent act or omission
of Grantor. Grantor agrees to use reasonable care.
4. Grantee shall reimburse the Grantor for any increases in taxes
or assessments of any kind levied against the above described land by
reason of the installation of the water line, the use thereof, or the
easement herein granted.
5. Grantor reserves the right to develop and use the lands encum-
bered by this easement for any purpose not inconsistent with the rights
granted herein. Without limiting the generality of the foregoing,
Grantor reserves the right at any time, and from time to time, to con-
struct or reconstruct electric lines ,whether AC or DC; whether now
existing or hereafter to be constructed) on this easement in such manner
that wires and other related structures may be under, over, along and
across the lands encumbered by this easement.
6. Grantor reserves the right to grant access lights to others
along or across the lands encumbered by this easement and to grant any
other right which is not inconsistent with the rights herein granted to
Grantee.
7. Grantee agrees to provide adequate drainage to prevent any
uackup of surface water over the easement area or Grantor's adjacent
.land which may result from Grantee's exercise of said easement.
8. Should the easement area be subsequently improved, Grantee
agrees that it shall, at its sole cost and expense, replace or restore
to its improved condition any such improvements which are damaged or
destroyed as the result of Grantee's exercise of its rights of mainten-
ance, repair or replacement.
9. Following the installation of said facilities, Grantee agrees
to restore the easement area to the condition it was in prior to the
exercise of the rights herein granted.
10. Grantee agrees that should there be any material excavated
from Grantor's property which is in excess of the amount required to
restore the surface to its original grade, such excess material shall
be removed at Grantee's expense.
11. No assignment of the privileges and benefits accruing to the
Grantee hereunder, by operation of law or otherwise, shall be valid
without the prior written coisent of Grantor.
12. The rights and obligations of the parties shall inure to the
benefit of and be binding upon their respective successors and assigns.
2
1 1
WATER LINE EASEMENT
THIS IND*.NTURE made this 7_~ day of _�c_ , 1974, between
PUGET SOUND 7.OWER 6 LIGHT CO NY,A a Washington corporation ("Grantor"
herein) and the CITY OF RENTON, a Municipal corporation of King County,
Washington, ("Grantee" herein) ;
WITNEtiSZTH:
That in consideration of Ten Dollars ($10.00) and other good and
valuable consideration, in hand paid, receipt of which is hereby acknow-
ledged, and performance by Grantee of the covenants hereinafter set forth,
Grantor hereby grants unto Grantee a perpetual easement over, across
d and under the following described property, situated in King County,
b° Wash.i ;gton:
d'
fl'
That portion of the East 1/2 of the Northeast 1/4 of the
cf Northeast 1/4 of Section 19, Township 23 North, Range 5
V) East, W.M. , including Block 2, Walsworth's 1st Additiln
O to Renton, recorded in Volume 6 of Plats , page 23, records
d' of said county, lying southerly of Grady Way.
r•
A. Permanent 5-foot Easement
That portion of the above described property lying within 55
feet as measured at right angles southwesterly and westerly of
and parallel with the following described centerline, as shown
CC on Washington State Highway Department Right of Way Plan of SR
515 (Burnett Street Extension) MP 5.15 to MP 7.22 Renton
vicinity: Cdrr Road to Grady Way, Sheet 6 of 11 sheets. approved
November 5, 1971: Beginning at the intersection (H.E.S. 433+99 83)
of the centerlines of Grady Way and SR 515 Burnett Street) ; thence
S 32051149" E along said centerline 231.6' eet (H.E.S. 431+68.17)
to the P.C. of a curve to the right having a. radius of 700.00
feet; thence along said curve through a central angle of 35032'
40" for a distance of 434.26 feet to the P.E. of said curve (H.E.S.
427+33. 91) ; thence continuing along said centerline S 02040'51"
W 99. 51 feet to the terminus of said centerline (H.E.S. +26+34.4) ;
EXCEPT public roads.
B. Temporary 25-foot Construction Easement
That portion of the above described property lying within 75
feet, as measured at right angles southwesterly and westerly of
and parallel with the following described centerline: Beginning
at the intersection (H.E.S. 433+99.83) of the centerlines of
Grady Way and SR 515 (Burnett Street) , Right of Way Plan, SR
515 (Burnett Street Extension) MP 5.15 to MP 7.22 Renton vicin-
ity: Carr Road to Grady Way, Sheet 6 of 11 sheets, approved
November 5, 1971; thence S 32°51'49" E along said centerline
231. 66 feet (H.E.S. 431+68. 17) to the P.T. of a curve to the
right having a radius of 700.00 feet; thence along said curve
through a central angle of 35032'40" for a distance of 434.26
feet to the P.T. of said curve (H.E.S. 427+33.91) ; thence
continuing along said centerline S 02040151N W. 99.51 feet to
the terminus of. said centerline (H.E.S. 426+34.4) ; EXCEPT
publi roads.
The temporary construction easement shall remain in force dur-
inq construction and until such time as the water line has been
accepted for maintenance and operatina by the City of Renton,
for the purpose of using the above described area during con-
struction and in3tallation of a water line with all connections,
manholes z ' appurtenances thereto on the property hereinabove
described i;, the permanent easement, but in no event later than
February 1, 1975. Said easement being for the purpose of install-
ing. constructing, operating, maintaining, iemcving, repairing,
replacing and usinc a water line with all connections, manholes
and appurtenances thereto, 4_9 granted on the following terms and
conditions:
O y
13. The rights hereby granted shall cease and determine whenever
Grantee shall have permanently abandoned the use of its facilities
accommodated by this easement for a period of five years.
PUGET SOUND POWER 6 LIGHT COMPANY
sy
rjol�L�
na er-Rea Estate Division
STATE OF WISHINGTON )
SS.
COUNTY OF KING `
n
On this day of 1974, before me, the undersigned,
personally aj &re LESLIEE A. DONNER, to me known to be the Manager-Real
Estate Division, of PUGET SOUND POWER 6 LIGHT COMPANY, the corporation
that executed the foregoing instrument, and acknowledged the said instru-
ment, and acknowledged the said instrument to be the free and voluntary
act and deed of said corporation, for the uses and purposes therein
mentioned, and on oath stated that he is authorized to execute the said
instrument.
WITNESS my hand and official seal hereto affixed the day and year
first above written.
Notary Public in and for the State of
Washington, residing at
a
z'
C'-"F
1. The facilities shall consist of a single line of pipe not over
24 inches inside diameter and all connections, manholes and appurten-
ances thereto, said line of pipe to be buried at least three feet below
the natural surface of the ground at all points. Grantee agrees to
install and maintain substantial permanent markers at both ends of said
facility on the right of way hereby granted sufficient to give notice
to all persons of the location of Grantee's buried facilities.
2. Grantee agrees to save and hold Grantor harmless from all loss
or damage which may be due to the exercise by Grantee of the rights herein
granted, and from all claims for such damage by whomsoever made and to
indemnify Grantor for all such loss, damage and claims.
3. Grantor shall not be liable for any loss or damages to Grantee's
facilities resulting from Grantor's use of the lands encumbered by this
easement unless such loss or damage is due to negligent act or omission
of Grantor. Grantor agrees to use reasonable care.
4. Grantee shall reimburse the Grantor for any increases in taxes
or assessments of any kind levied against the above described land by
reason of the installation of the water line, the use thereof, or the
easement herein granted.
5. Grantor reserves the right to develop and use the lands encum-
bered by this easement for any purpose not inconsistent with the rights
granted herein. Without limiting the generality of the foregoing,
Grantor reserves the right at any time, and from time to tire, to con-
struct or reconstruct electric lines (whether AC or DC; whether now
existing or hereafter to be constructed) on this easement in such manner
that wires and other reL ted structures may be under, over, along and
across the lands encumbered by this easement.
6. Grantor reserves the right to grant access rights to others
along or across the lands encumbered by this easement and to grant any
other right which is not inconsistent with the rights herein granted to
Gran'_ -
7. Grantee agrees to provide adequate drainage to prevent any
backup of surface water over the easement area or Grantor's adjacent
land which may result from Grantee's exercise of said easement.
S. Should the easement area be subsequently imprcved, Grantee
agrees that it shall, at its sole cost and expense, replace or restore
to its improved condition any such improveme -s which are damaged or
destroyed as the result of Grantee's ererci of its rights of mainten-
ance, repair or replacement..
9. Following the installation of said facilities, Grantee agrees
to restore the easement area tc the condition it was in prior to the
exercise of the rights herein granted.
10. Grantee agrees that should there be any materia, excavated
"rom ';cantor's property which is in excess of the amount required to
restore ,.he surface to its original grade, such excess material shall
be removed at Grantee's expense.
11. No assignment of the privileges and benefits accruing to the
Grantee hereunder, by operation of law or otherwise, shall be valid
without the prior written consent of Grantor.
12. The rights and oh:.igations of the parties shall inure to the
benefit of and be binding .ipon their respert.ive successors and assigns.
2
r ,
WATER LINE EASEMENT
THIS INDENTURE made this 7 � day of - & /c , 1974, between
PUGL•'T SOUND POWER i LIGHT CO ANY—, a Washington corporation ("Grantor"
herein) and the CITY OF RENTON, a Municipal corporation of Ring County,
Washington, ("Grantee" herein) ;
WITNESSETH:
That in consideration of Ter, Dollars ($10.00) and other good and
valuable consideration, in hand paid, receipt of which is hereby acknow-
ledged, and performance by Grantee of the covenants hereinafter set forth,
Grantor hereby grants unto Grantee a Perpetual easement over across
and under the following described property, situated in King Countv,
Washington:
That portion of the East 1/2 of the Northeast 1/4 of the
(r Northeast 1/4 of Section 19, Townshii) 23 North, Range 5
rt East, W.M. , including Block 2, Walswc:ch's lot Addition
1„ to Renton, recorded in Volume 6 of Plate, page 23, records
O of said county, lying southerly of Grady Way.
f" A. Permanent 5-foot Easement
That portion of the above described property lying within 55
feet as measured at right an-'les southwasterly and westerly of
and parallel with the following deE^ribed centerline, as shown
W on Washington State Highway Department Right of Way Plan of SR
Q 515 (Burnett Street Ertee:sioa) NP 5. 15 to MP 7. 22 Renton
vicinity: Carr Read to Grady Way, Sheet 6 of 11 sheets. approved
November 5, 1971: Beginning at the intersection (H.E.S. 433+99.83)
of the centerlines of Crady Way and SR 515 (Burnett Street) ; thence
S 32051'49" E along said centerline 231.66 feet. (H.E.S. 431+68.17)
to the P.C. of a curve to the right having a radius of 700.00
feet; thence along said curve through a central angle of 35"32'
40" for a distance of 434.26 f,:�et to the P.E. of said curve (H.E.S.
427+33.91) ; thence continuing along said centerline S 02°40'51"
W 99. 51 feet to the terminus of said centerline (H.E.S. 426+34.4) ;
EXCEPT public roads.
B. Temporary 25-foot Construction Easement
That portion of the above described property lying within 75
feet, as measured at right angles southwesterly and westerly of
and parallel with the following described centerline: Beginning
at the intersection (H.E.S. 433+99.83) of the centerlines of
Grady Way and SR 515 (Burnett Street) , Right of Way Plan, SR
515 (BurnetL Street Extension) M3 5.15 to MP 7. 22 Renton vicin-
ity: Carr Road to Grady Way, Sheet 6 of 11 sheets, approved
November 5, 1971; thence S 32°51'49" E along said centerline
231. 66 feet (H.E.S. 431+68.17) to the P.T. o° a curve to the
righ•. having a radius of 700.00 feet; thence along said curve
through a central angle of 35032'40" for a distance of 434.26
feet to the P.T. of said curve (H.E.S. 427+33.91) ; thence
continuing along said centerline S 02040'51" W. 99.51 feet to
the terminus of said centerline (H.E.S. 426+34. 4) ; EXCEPT
public roads.
The temporary construction easement shall rr,nain in force dur-
ing construction and until such time as the water line has been
accepted for maintenance and operation by the City of Renton,
for ti:e purpose of using the above described area during con-
struction and installation of a water line with all connections,
manholes and appurtenances thereto on the property hereinabove
described in the permanent easement, but in no event later than
February 1, 1975. Said easement being for the purpose of install-
ing, constr^sting, operating, maintaining, removing, repairing,
replacing and usinc a water dine with all connections, manholes
and appurtenances thereto, is granted on the following terms and
conditions:
t
i
I N T E R O F F I C E C 0 R R E S P ? 9 D E N , F
Data_ June 12 1975
TO: Dick Houghton, Utilities Engineer
FROM Tan Touma, Design Engineer
sueJecr: Talbot Road Extension - S. Grady to S. 7th Street
We are presently completing design stage of the above project and wish
to include whatever facilities you require for that portion of the
road.
Plans for your design are available.
GEC:sn
�A
f
A
e
v
h '
•
.'1
BEGINNING
FILE
I
-"_.� ..
TALBOT RD. EXT WATER MAIN CORRESP. .. TAB-4 34
F
3
j.
f
slons of the subcontract including the subcont -actor's prequaliflca-
Lion statement, if applicable.
x
9. PRG')RAM MONITORING
.,A
During the progress of a given project , this company, at periodic
Intervals, shall hold review meeting■ to include representatives of
subcontractors, the field supervisors, and others directly concerned.
Such meetings shall be to monitor the project equal employment oppor-
tunity program, and to effect changes therein which give promise of
achtrring pratical results This company will require participation
of subcontractors in all aspects of the wgcal opportunity program by
inserting appropriate language in subcontract documents.
10. RECORDS AND REPORTS js .
a. 11iis company shall maintain suitable records which will permit 4
analysis of its ey..al employment opportunity program. Such records
shall include: ( x;
Or
1. the number of minority group workmen in each work elaseifi- I J�
cations during the several periods of contract performance.
i=:
2. except as prohibited by State law, the names and addresses
of minority group job applicant■ who were not hired and the
reason therefore.
3. reports relative to ooperation with Unions to increase it
minority group employment opportunities. %Lit
4. efforts and results relative to locating, siring, training,
qualifying and upgrading minority group employees.
6 t
1
group partt�ipation in apprenticeship programs as may become avail-
able. This ompany agrees to use as many apFrentices and trainees
f as Union agreements, Federal and State regulations and job conditions
will permit.
7 , UN1ONS
f Through the Associated General Contractors the Unions have been
notified of our obligations under this policy statement and affirma-
tive action program. Through the Associated General C mtractors,
this company shall continue to seek labor contract terms which will
enhance equal employment opportunity and increase minority group par-
ticipation.
8. SUBCONTRACTS
a. This company shall solicit subcontract proposals from qua-
lified minority group subcontractors with s nority group employees
where available.
b. This company will not award any subcontract in excess of
$100,C)0.00 until:
1. the subcontractor has submitted an equal employment oppor-
tunity prequalification statement.
2, the subcontractor's approved statement has been incorporated
into the subcontract as a contractual obligation of the subcon-
tractor.
c. This company will accept its responsibility to assure sub-
contractors compliance with cue equal employment opportunity provi-
f
S
of
J�
viewed ty the company' s president and t,te most qualified prospect
p4
will be hired reriardless of rice, religion, color, sex, eye or nat- -
tonal origin.
e. Employees will be encourayed to refer minority group appli-
cents. 8upervlsnry personnel handling field hiring will be Instructed
e �
to investigate availability of minority group employess. All employ- i
ees are encourayed to refer likely prospects by means of postings
n
at )obsites.
f. Wages, working conditions and employee benefits shall be
determined and administered on a non-discriminatory basis. In the
case of ho"rly wage earners these conditions are normally assured by
both governmental and Union surveillance.
With regard to other employees, wager working conditions 4-id em-
4
ployoe benefits shall be establishsu only in consultation with the
company's EEO officer, who shall also make periodic reviews to as-
certain and resolve any inequities. This company sponsors no
recreational or social activities for its employees.
g, There shall be no discrimination with regard to upgrading,
promotion, transfer, demotion, layoff and termination of employment.
The EEO officer will check any such actions to satisfy himself that
they have been taken on a non-discriminatory basis.
6. APYRENTI<'ESH7P ANU TRAYNING
This company through the Associated General Contractors will
work with civic groups, labor unions, minority group reaource organ-
i
isstions and all others concerned to encourage increased minority (,
f
t
a •{
C. meet with the job supervisory personnel and discuss the
company '', EEO program to gather experiences and solve problems if
i
any have ar � ben.
S. EMPLOYMENT
a. Th1 ,mpany agrees to submit, if required, a breakdown of + �;-
e
our current work force, which breakdown shall show:
I. all classifications of employees on the contractor's work r :+
rt force.
2. the total number of employees in each classifications, and
3 , the number of minority group members currently employed In
each classification.
b. In the event this company advertises in any paper, maga-
sine or otherwise, the advertisement shall contain the notation
"An Equal Optoortunity Employer."
c. Since all of the company's field hiring is done through
i,
Union hiring halls pursuant to valid bargaining agreements, rather
}
than through advertising, this company through the AQC has notified
all Unions that it is mcrally and legally committed to a policy of
non-discrimination in employment.
d. In the event a non-Union position needs filling, advertiser
menu will be placed in papers and magazine having a large circula-
tion in minority group areas. Also, the EEO officer will to directed
to contact personally government and private employment agencies fa-
miliar with the availability of minority group employees and to con-
tact the State Employment Service to identify such sources of minor-
ity group employees. All likely prospects will be personally inter-
. 7
"� 1
Louis Demattea. The dutien of the EEO officer are:
A. indoctrination of Personnel doing the actual hiring of am-
ployses In the field with regard to this company's EEO policy and
program.
b. administration of the EEO program, If applicable.
c. serving as the company's representative in matters of EEO,
investigation and resolution of complaints regarding equal opportu-
nity.
d, review of the EEO program once a year and making changes,
if any, based on experiences In the past.
4. STAPP PERSONNEL
All staff pera4unel who are authorized to hire, supervise, pro-
Mots and discharge employees, have been made fully aware of the cost-
parry's EEO policy by means of individual written instructions. In
addition to this, the EEO officer will sot with the seVseicteaden%o
and foremen prior to the start of each new project to re"Aw. Carlo*
and adapt the EEO program to the conditions, locations and require-
ments of the project. Periodically during the course of the project
the EEO officer will visit the jobsite andr
a, see that the company's EEO policy has boon posted at the
company's field office for a '.1 employees and other interested indi-
viduals to see.
b, see that the name of the company's EEO officer is posted
on the job with his telephone number and the Invitation to all sm-
ployees to call the company's EEO officer in the event they fool
that the company's ELO policy has been violated. 2
1
a M
w
GENERAL C O N T R A C T O R S -f • o fot fofoa•sums war.«,q.nor aro+
m.four„w.raw arwtt. • rwoNt >•f nw
i
PACIFIC PAVING CO., INC.
September 15, 1976
EQUAL EMPLOYMENT OPPORTUNITY STATEMENT
AND AFFIRMATIVE ACTION PROGRAM
1. GENERAL
Pacific Paving Co. , Inc., submits this Equal Employumnt Opp-
ortunity Statement and Affirmative Action Program in accordance
with Executive Order 11246.
2. POLICY STATEMENT
It is the policy of Pacific Paving Co., Inc. , not to dis-
cria.'.nate against any employee or applicant because of race, re-
ligion, color, .;ex, age or national origin. Furthermore, it is
the policy of Pacifc Paving Co., Inc. to cooperate with the app-
licable regulations of the civil right act and the executive orders
on equal opportunity. Additionally, it is the policy of Pacific
r Paving CO., Inc., within the boundaries of its authority, economic
fe4fib111tiws, and limitations, to take affirmative actioh to afford
equal opportunity to qualified persons, regardless of race, religion,
color, age, sex or national origin.
3. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
This company has added the responsibilities of EEO officer
the duties of the President which position is presently held by
1
,!
GENERAL ONTRACTORS ro -
rpr �OUTN • .rer•, ,]....
PACIFIC PAVING CO., INC.
City of Renton
Municipal Building
200 Mills Street
Renton, Washington 98055
September 8, 1976
Gentlemen;
We have been certified as being in compliance with contracts
we have recently completed with; State Highway Department, King
Count Public Works, City of Seattle Engineering T' ra '..f.
Y Y 9 9 Department.
Our average employee total for this project will be seven employees,
two minorities and five other.
All trucking will be hired to private truckers, minority if
available.
Sincerely,
PACIFIC PAVIKG CO., IMC.
Louis Demattea
President
� y
FIC
STATE OF WASHINGTON 11u1Au C.JACAM
01MlCIM
DEPARTMENT OF LABOR AND INOUSTNIFS
pT,,IgS T"f rot PI OSOM w.l9 M01fNf 6S 01 VJ%11M1p A!PNl1VIf1r11 �T L"AS t
tlRAI
G C7 ING
SEATTLE WA 90100
ACCpMT MUMlE 11 F;n11AT10N OAT
,S; ir'R"'�%'fry: -.e•ri:rs +nc.sw'Neff•.• w�•�O A
• foll
CIfV ul HLNTON
y BUSI Nf SS LICk NSE t9ftets� Q rijftli
het R110r00 � ���
!!7♦
T � J I.1', ..I I I 11 Ir I+ � � ti .,_. 1 1 ., nla 1 e ci, U1.
'1 I II. �' 11� i. i R -•� 1 l..q ' 1 1 ulf 1J f I CMI { IJNI:uI�c�fil the
•�nl vwl, I ':il1a;
1 . Ilq•.• '.:I I� . ."Id all .qlu 1 / I1, 00, 1 MJn1J11'o, Swiv 1.tp JFlJ
PACIFIC ►AYINS C04. INCs
5 121 8f RIVER Vs P0/ ROX 80203
9EAT1�E� wA! !8lOB
.. .. L/.w. ,�.• rf . y., M. rllt` wn r tllll Yt- -tsr.ellb ao Ji'� •*;
1..
R
}
`, hNERAL C GNTMAC iGRti
PACIFIC PAVING CO., INC.
City of Renton
Municipal Building
200 Mills Street
Renton, Washington 98055
September 8, 1976
Re; Talbot Road Extention
Sub-Contractors
ky
Attention: Mr, Jerry Case Materials - Supplies
rentl3men;
The following are presently the Sub-Contractors selected for
this project.
High Line Asphalt 13019 12th Ave., So, Seattle 99168
Signal Electric Co. 12412 S.E. 240th St., Kent 98031
Paint A Line 1434 South Director St„ Seattle98108
• Materials Suppliers
Pacific States cast Iron Pipe CO., 2200 6th Ave., Seattle 98121
H.D. Fowler Inc., 13440 S.E. 30th, Bellevue 98009
M.A. Segale Inc., Tukwilla Blvd., Tukwills
Stoneway Concrete Co. , Renton
Renton Concrete Pipe CO., Renton
There may be minor suppliers we have not listei.
Sincerely,
PACIFIC PAVZILG Co. , INC.
Louis Demattea `
President
1 �
AWARDED Conlracl Nw CAGOV-7/
t
y
ENOINEEPINO DIVISION
BID PROPOSAL AND SPECIFICATIONS
ROADWAY
CONSTRUCTION
TLBR
D. X
E
TAOT
SO GRADY WAY
TO
SO. 7th STREET
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
MUNICIPAL WILDING, 200 MIL, AVE S
RENTON, WASH 98055 • 12061235 2631
BEGINNING
OF FILE
FILE TITLE
_i n i nnC K� &;6 W'rr• MR�rL
.,r
;~r
CITY OF RENTON
CALL FOR RID ;
ROADWAY CTISTRUCTIOi OF TALBOT ROAD r"F10ION
SO. GRADY WAY TO SO. 7TII STREET r
1 �
Sealed bids will be received until 2:r1O P,M., August 17. 1976 at the office of the City Clerk
and will be opened and publicly read aloud at 2:00 R.M. same day in the Ath floor conference
room, City of Renton Municipal Building, 200 Mill Avenue South, for ROADWAY CONSTRUCTION OF
TALBOT ROAD EKTENSION - SO. BRADY 4Y TO SO. NTH STREET.
did Proposals delivered in person will be received only at the office of the City Clark in y
Rentoi %inicipal Building. t
•
Bids received after 2:00 P.M„ August 17, 1975 will not he considered.
The successful bidder will he required to adhere to th- general requirements and covenants con-
tained in the 'Standard Specifications for Municipal public works fonstruction," 1975 Edition,
as prepared by the Washington State Chapter of the American Public Works Association.
The work to be performed shall include furnishing all necessary labor, materials and equipment,
+ and performing all work required for construction of a new roadway as shown on plans and des-
crined in the specifications and such other work as may be necessary to complete the project,
all in accordance with the plans and specifications.
The ' reserves the right to re,le<.t any and/or all bids and to waive any and/or all formalities.
Anoroved Ole : and form of contrcc- documents May be obtained at the office of the public Worms
a. Department at the Municipal Duildlr"T, Renton. Washington for a deposit of $10.00 each set plus
12.50 to cover postage if mailed. The mailing charge will not be refunded. The deposit of
1C.B0 per each set of plans and specifications will he refunded upon return of the specifi-
cations in good condition within thirty days after bid opening.
A certif-e check or bid bond in the amount of five (5) percent of the total amunt of each bid
must accompany each bid. C
a Any bidder who withdraws his proposal after the hour set frr the opening thereof, and before the ."
execution of contract unless said execution of contract is delayed by City of Renton for a perfnd
exceeding ninety (9n) days after the time fixed for hid opening. shall forfeit his cheek or Bid
Bond to tWity of Renton as liquidated damQ01.
Each proposal sho'l be submitted only on the p�-scribed proposal Form bound in a complete set
of Specifications and Contract Documents.
All itmms in this contract are a part of the construction of a public road improvmxmt As defined
to pule 171, issued by the Excise Tax Division of the Tax Commission of the State of Washington,
and the Owner is exempt from the payment Of sales to on Contractor labor charges: but Was tax
will apply upon materials, equipment and supplies used or consumed in the perforimance of this con-
tract.
The Contractor shall include in his unit bid prices any compensating tax that must be paid. See
Section 7-1.09 or the Standard Specifications.
a
The policy of tie City of Renton is to promote and afford equal treatment and service to all
citizens and assure equal employnent opportunity to all persons based on ahility and fitness
renardiess of race. creed, color, national origin, set, physical, senscry or mental handicaos,
age or marital status. This policy $hall apply to every aspect of emplovment practices, emoloyee
treatment and public contact L
a F. Nea�_
e ores tY M(rk
Oates of publication: August 5. 1976 and August 12, 1976
r publiuhed in the Record Chronicle
t
'. a
,
:�OPF. OF 'Nlnl'
r rmrk involved and^r the terns of this document shall he performed Y
under the conditions of the contract to construct TALBOT ROAD F . =fi5IO9,
So. Grady Way to So. 7th Street. ,
The construction shall consist of complete roadway construction including
excavation, fill , compaction, underground ut+lities, paving. curb, gutter
and sidewalk., illumination, storm drainage, channelization and any other
work required to complete the project.Thi ,
,..
andsSpeclalsProvisionspwhich are herewithonformitymadehatDartlofsthepc ions
to he contract
documents.
•
w
� w
i
sIs 1 �. .p
Yak
14
3 t ( yg r 68 •a .v �e
�ta�ai � fi `�9.f •. yx
a3s3f,,sa -€
T Oe� .0
xYaia9E �a
a �agEs ;v:�Y Sri;
r fIxY$�� raai
��� ��� �jyab C 7S • 8 _° � 73 t
is3
cj ^ bs
�g
Yu ,n
eoi �Y3 °
460
=cj;8ia8 a xt � y3ea"" �aEa ��� a d bi
sfi •e � f i s
ATTA[u®R [
UNM ZLIMTf41 1�esp b0als n l[ts; s�•itiCATIOs
11t[KIYr[ Z. dp a:tt cai�!`.a W hewn! w " L b d, t.I, t[m W -/f3C[Y.6 P4D IYIIYETMRf6 - Cw arAN tx tM Caty of ft.too
mNrutvlvextm q sty W [ tPa. }wa .,I! N +¢Lttl isWry 1 atld :u1P I et ^
aw'T YNI. 1}\ br\PNei 4[y,'twrtt alm Ma flit!\tlas m iVrY.......Je fW Nc[v 4[al aifiim aw [P1[ I4 cl Wlf ttatam, law wwaw I— YPor a:y: " eN[Ymta:y
u[Y dipar[aet q loa cLwaf tcaum MtcP Yr. oYlY:e :n tM ter aosssl firs fm Nle salt wetl to H areplotsa m Ntattl. sath v ^xb9s t., of tb. Npl[yNs
rebierr, psr yea. 1e ult. .::baufaotlN. iWaeuRLNbm Ytll ta [orrxetl q Il bobass 1wC,
Tina! so . sty Ymflta. —11 b Ktawly rxrwttl to tall ssCsm.ea Y stay w
ifs cis o[ bPim t P 11W - lfs swtsR .1 tu[e . uN for ere'esYloYl •�loywa is f,-t.
Y aatyalsN [lN COanty Y a4 Ypt wt.a rrw r..'!Y3[a\wl uN G9lat }Natty aN saWntY' NSL to ss C14W 1. this <iifwfi;•tam, Ras qyl .
YamV rq+tNNYUm u the fiutatlm N unp cVNq a cyriNUT ,h, wawYr it,
m Yutmo tY 1: aacN05[ :9K. t..
\Nltits\ iSrNNt y.la pf tb lariat Gaet o! tawot Yore 2erq, 9, K lN\ :'.><
wCatY sill aKraW YmutP aS ICPtMt to of tact a,b of tb ]N.l '.. uv TSCM1Ie1afR - IaWstalabtim is this tNNtftutib Yt.1 b cmixetl O
f [mu. suwt N tltaclNLtl tsrwpwr J[ t0 3 Y saPloyam
as b Vs m I t ,f s as IaM s pW [sate s! >t tat".. bbs 1N. TTs rsu of bc[owr a ins\ t. tbslbu, a. as )l t IR eta stt Np1q fear salpra.iN W rtlY.\ a:l t stye.
mst[vm txamaN allw. yws J( NAauti laN[aw N hbs, R ab to s�sbbi. Nisrrif111Nltm pt faNi\ txbtc:W by ): :4 tawr 3N5. Tb
•Nrips YmwWl LYrmwr rats is pP\.
FIVE iLAA 6Ui1S
fx",l[ t SCiNlCYS - qs YbrtiT b1.. thrN Ymf1tY feb1N, aus tn.rtT nm-
ns folimtN tbl. itlasa[ts C'i, of eNtm .tIt sax. t. ortece Ymsiev 1Na:es a.a utY b tsplpM a 4rotx[aw stvtsrs. I4rmwr swrfNf NlsruttltsaliN ty, pP ciseuleutaR aT )i pats\ps, lw \ssavi m ssb, f w:osi ltw pet YYr [tie cilfatt Att v... b sa to correct Jtlsi�
t., psrsma ee he bleed 4 L` bsashbr taco .t.Lata[.m e) n. w um sod sou ki
a•.sMr 1\91,
fFi[t{2 tbtfl FA.IP/pfESa llY - Th.. Im :taNlllcatlN 1t stvptN by s Yr Ntft napsr 1!
his. Wsob a.. wYw. bM.- wNs^ etas sty. ]tia Y.,t, Nl. W tPPw om+tw YtY a1b nM to N wsloysA
to usrxt asfirisKaes a this claNtfacataN. ALe sal tv;l be act by Il Lssceob[
Ytaclals t a�lYxutms 1 • 1 P 1MS. TM asa 1 sarwtwa ..is is . sN1oyN.
iietW,taals 1 t s p .1rt� C1.{R1CY - :L\4 IrNitiw. taw fuNraullY taN tfllY by .- Pbear-
TwbmiN\ P • p Y of lliNt aMwtaftN . Naa [er tw sifet atY f.lef, tw s:agt[Y N:w. W tYYt[Y
Ftotettaw sssfl,'b 3 s me.os-Ybns Yll tl1... iNrwowr stxsN. ftw a i.. ber yissr. Atim . Y .1 he
1 Y wYfa is r "It sffleclil" W YSN to cNtect AattcaaPries :e this claYtftra[am by
tYexetNaimel o a 1 I 11 pw-apss 199%.
m t.oamler.al 1 o t • s[ilil^.CiyiFt _ ys sasxaty eNals uq wam sorvworaU fNa1N Ytll is ssplvyN Slit ltl Crsft 1 3 C b rot IKt Y .t3Lat1N of true c1Wll.at[m ty 11 psbssst 1f16. ewti9s .4
=sr .,I bbbibbsw • t t., 1s as sNisYN,
3.CL[i WGE i:0AL5 iESV�2/wAItIlOYC[ - M awlsgf ..i t_raetet cf T. asp;^yw af mttl ao
-:sNafa[atfm. i[rwU-fex !Natty "bo wamra[Y! .r nee. xr VeiecturLLsryiaitase:rP
1 citt of Obbb. wli sYe t[NeP ..It Ys xtiwlT .,u.tx lot V NLr..;.I pes:ttm\ h c orts,t Of:[ta~.
\Nty bNaiela t[tp[ [p tOtTKt YwAaru[tltYtlm 1w
all fap\rtau W IN clsaattueiw by [. pacN!\r IHi. w' l: � IN'.
bNall hararq YNl\ fY 100 ::s\fatatvitm tx1uY: R1\b 9Nie Peet.\eOt i hast[N11t a[Yt Rr'hoYNl to, t�P W slr l.tf N. Pos
Yfis1LL ett.eula W ..ifs calm. W prouwaebl. eta ql tot tb �'loysr[ cf wN Y MStStu • Ybr1tT peps\Nwaa[letl Jf t. lhVF63talq th\ Ioui-< �i) Yes of [iM.
wtn bnnytip. itae- wi-qs, iixu. cosy. W SipPNiY. Y tly r YataPi YN for U.1N claNi[KYams.
M[a<ui. a aNu:f[raeRe ai^9 L'mswP t. tb bler r•ciealaaa arty tx all othas }a►elauaticariNs. TM
• 1 9Oa1 for [Nsi. tepraNPUaim :P !b. <!.,f..... ra 41.11. btm[aC3N Y> y Prot\ssibbsi. 17 a b bb 3&" A to ist"i b a.N Yuabaam.
R .!lab C l C a All ssslf and t.tab."[rill he timbaias +salt, ta[6 we ss. m sNt Ytaims:[.
Saimaa sNi-a.sYa11Y. All ..d. .is oYtasls for [wfw :f ,yy wr.oPba -f!—
Fto[Ntaw Ssiv..� le 1 p Lr3N revaler YMtiM Pwrs.
hsaprobYrmb: Cc 1 1
ulf l[vcta.a:aZ 11
U.11tl CsN: t
SerYimAaalnterwv 3 Il c C
`Pb1L 10 9. N
C. In the @vent that mutual prevent cannot be sohtavad, signed statevente
detalflaq to grievance and specific investigative action shell " obtained by the
squat smploy"nt Opportunity Officer free the "ploy@* and his supervisor. The
rgual aploy"nt Opportunity officer shall draw, upon all resources at his/hot disposal,
both internally and those external to the city, to arrive at recosmtnnded corrective
action and settlaxent condltiona. the Kqual topiny"Ot Opportunity Officer shall
fnMard those statesents along with his^*, own inveatigat)nn t*port and rsnnmseMa-
tlons to the Mayor's office for resolution within tan worhitq days of the rorelpt of
the signed grievance statswenro.
D. If dispoeitinn tatisf Actory to all parties Is hot reached within live working
Jaye of the Mayor's ruteipt of the grievance, the Mayor shall refer the grievance
to the Renton amen lughta and Affairs Cosetivtiot for investigation and resolution.
i Tke procedcr* used by the Covlssion $hall be as outlined In ordinance 2775. Proceedings e
of the CovlsaWn shall be docuMented, and cherr decision shall be final and binding
eub)act Only to review by the :.taco Muman Might* Co$eilealon or through the Judicial
,yet". All reports, doclsions and other Jot'.uwntation generated by the grievance pro-
cedure shall be sdintAi"d by the rqual uployaent Opportunity Off i._or se a Mst"r of
porsexant rsoord.
V7. QIIDRLIKCD VOM MINORITY ANC rEmAIA mPIlIyMCMT f
The norwal reeruilssnt area for City ssployeas to d*tom$nod to be as follows.
1. rut orrlciai$, adviinlatletor* and Vtu"Uioal• - King, Pier",
5whoslsh and ritsep Counties.
1. For technicians, protective "trice workers, por3-profesaloals, office
'fr and clerical workers, skilled craft workers, service mintenMnee workers
King County.
y
to determine possible untdorutiliration of wcaan ord minorities in the City's work farce,
the following statistics will be used:
A. " analysis of the recrultMent area for each eapl0ymenC classificatlon a*
dellnisted stove, inoludlnq:
1. Total work for,@;
2. Percentage of minor try and fe"le work force as compared to the total
work lorcei
i. The extent of wwtwoloyawnt asking the minority and fe—le un@sployed
work toff*.
Tana statistics will be cospiled Eras the AMta1 Manpow@r InfOtyiatlOA
Date published by the Washington State DwoAffaant of byloYMAt "curltY.
S. An analysis of the city's labor force by owloysont claatfleation Co "torsi"
the plarvsnt of sinorities and wossn at all levels Including, f_
1. The tool number, of oapi.,"s by a"Joyeent cIsooitj:atloo In each depart-
sent, and the percentage representation of Coolies and ethnic mimfitise
in each ulaseificstiun.
2. The total nusfar of asploy@ee by aaployaant clatlficMtine fOl all d@part-
vents combined, and the psresntags r- asentatlon of f"e1*$ and ethnic
Minorities In each classification. I
). 7Tus awilahlllty of prosetable Minority red foMele esploywes within reach
departrnt.
*. The nastier and )on classification of emloyea$, oy departasnt, who will
retire within the nut five lairs Including tmtatt" [atirOaant do"..
The" *tatlsticg will be caspiled from cosputerised data of P@rsMAO"t
eeplayeso, available Elm the CitY's Data Prr_*e@iDq D@partrnt, and
*ffoctive 10 Julia each year. A
Nerd M the statistical ."Iyste owtliad atova, goats Mod ti"tanl*s well be Web-
llshed and Implassnted.The statistical analysis AM goal$ shall be evaluated and "Just" erwually In July
and the goals shall appeal .a attachsl t@ aret0.
The gu)s shall be directed toward overall Easels snd ainority a ploys tit and tovard
uAdervtlllsation or concentration rIthtn to specific asploYsent clsss"I"ttoa w -
The goals sail b ost bll*ned by the City's Perwnn*l Director tad the beau*) fkployeant
opportunity Offlcar, and shall b raasonably attainable.
aA
I
%. Mnual r.viw and analysis of each MWIOY,e', job p,rfOrmadc"
amployeent dev.loprnt and remdihea. to ,asuN a higher Position.
C. Identify specific positions for which .mpbtyoes qualify and assure that
Civil Service puts. and union contract refuse, trrsfns am
withi n the conatrrdht. of
.ithi lens are ands without dl...leination end on Ina basis of quallf'"tlMa,
proMO
0. Provide skills trsinlnq, a,,ploymmnt ori.nt4tkO- and guide,,, ca 401)1oYN.
hired under any public amployrnt or tandem educational program to easier thus lam
making th, ttenaftton into Pertinent mpinymant poaltion. in ♦twhsr the public or
prlvats sector.
incree the hlls and
r. Conduct periodic glo,11 a.Partrnt,.ssion. designteAssistesemployeesl through
gmployemnt potential of employees
counseling, as requested, Ism. d,valOpin9 Individual programs for career deweloprnt.
IV. LIAI" AND CMPDNATION
A. •Kure s.i,t my orgaNutlone vitally concerned with equal opportunity and .,..
fair trestrnc of slmrltlse, wow,, and the Physically, ',, he and mu"If a
handicapped, and those that era over e0, whose rnou¢ea can M of relwbls bal,bnd
to ach,wing the goals of this program. The City rf Aonton shall rintoin constant
A contact she cnordlnats wrlous aspect*
ram with them*
Notifledfwith respacct to recruiting. hiring
organisation,. au •W/�/ tc t~[elallonshiDa at
tea wai,utned with the various
and "W1,Yas dweloPrnr, tnrkinnq
civil, John,, and mlmrttY er9enisatons In the 9rescer hence. us..
N, The City •Lao roaognirss its responutbllitl,s to cemP1Y with and *,,"a that
equal opportunity and ocndi.cr bainatlon wlicies of State Or rederal a9enciN with
to which is conduct, business or. carrld Out-
se responsible SpeclfleellY• the CSCY of Aa,ton stall:
ici.0 any
I• racsivad from, nYrasy)oyaenollnrhee appropriate
for enwpicyrntcrith any
suD).ot to Lascutlw Order
city of Numton contractor or subconlractoL
11316.
I. cooperate In apsc'.1 Coyll,oce review$ or In uvogtiq,tiono as
requested.
ff1 I. rarry out senrtions against contractorfsi and/or ,uxontrwtorls)
•n rsquired.
a, Amour, itself sod the agency a• Part v! the gent a submitted process,
that the general or prism contractors rLLi not have eulmnpner oub-
packages bid, that deny open bidding to minority or any
contractors.
5. rurnl.n inforrtlon e. required, tilntelnlnp sn am"Iman lam. A[ttgn Ells
M datallig It affortg, with dab,, to Nast Its cu�ltrnte under
n
j /escutiva order Ili".
or thl
All d.t. and docantation generated am a result m �for
F. ea, upon
pon
de reqlrst.
shall ba ma available to any d.rer,l of State 494 Y
v. GRINAorr PsocoupAd
1 Tam success of she Affirmative action proper dwpends largely On the attitude of cM
« cuseuni"y a, wall me the employee. Opinion as " what constitute, fall and equal
Opportunity and trestasnt my very widely And 9riwames rY teeslt. Tam following
unity an taken 1ffin fall, for any grievance orfstng from the imp cilemanty-
of this Pro,,rus ac as to maintain the heat POselhl, ,deploys.-supervl Nr .d city-
steps
community relationship..
.' A. T, ampl,,N ,hall bning any 9riwAnce to the attention of Vne tommdf eta
smp,r'rlacr or deparuant head, who will lntastlgstt es necessary m to determine the
tip complaint am work with the employs. to of fact as sowed forbl* molutlgn.
r--sues of the comp 1 N a
A N1fi/N of five and a ems toim'•plvsr thew difficulty at this Iw.el d My now ay" bon.
rvury effort shall be made to method, outlined In
en
this point h the option to Pursue the 9rlwm,w;e through
bargaining unit contract. or Pr,,ad with Stop ,,
p A the parvl9es
10 A. If the difficulty I, not resolved at Sto , � ,,_l he bpicyaent
mmployart opportunity Officer may be requested Iny a fthu additional
rtia$, conduct add/[tonal tivec igalon es
fipportunitY Officer shell interview bot�peh parties ep"repriste cure xtlw attfen tine
necessary, cad rmcnr.nA In mar It Sfq deY1 Of the racalpt of the pries.,,.
sattl mmt conditions wf thin fan ayrk ggesntd at faquset of both parties.
rat,nalohs for resaonabla caws may
_j_
w
1
n'
a'
S. Pr,vide tnfnrmst ion and guidance to all staff and wsna4rant personnel wno
hiring decisions so that they ate aware all applicants shell
me4e be considered as
sat forth In the AM tive Action Policy. Prier t
mlsorltlea, women and other groups as defined herein at consideration chess be given to f
does net reflect their Y he Clty'a wrk force f
particlpetion In the work forte o[ the Clty's noruat rarrult-
mmt area.
C. Prnvlds periodic training for mnagere and supervisors In equal opportunity
Obf@etives and the eonoopt of @ffirfestive action. Such tw lnlnq sell mcompaas equal
pportublty legislation, employment practices, potential dIacrialnatory act@, sad 'cultural awareness. Mdltlneal $Pacific training will be provided to any city @WitOyes
charged with the responsibility of assuring compliance with the provisions of the
Cl
�_o nty'tracts Aoref timm
andw rtive pp kctl lmlOnn.PrOgrem outlined herein that pwttsins to cmtraotors, sub.-
D. Provide every new employes with a general orientation to the C'ity'$ eploy-
Ment operation, Its personnel policies and practices, mlployamt baesf Sto, departae.tt locatiore and resnnrcea for Information. each now employee cell receive a copy of
the fair Practtc@s Polley and en eaplanstim of the grievance procodura relating
thereto. In addition to the general orientation, each new employee shall receive An
orientation by his/her supervtear spec ifle to the depertment by which he/she is
employed.
a, Pay e@lsrles in accordance with fob responsibility, administer fringe b@nefits
equally to all epinyeme in accordance with t@bor rnntrsob and ordinances, and aselgn
nvurt lee workun an wgultable and non-discriminatory basis.
r mseruit In much a manner as to make SmplOYment Opportunities known to the
greatest number of waa fn and minorities possible within the CitY's normal reerultment
swam, Such r@cruitment efforts will inoluds the distribution cf non-promotional
position openings to;
I
I. The man and Seattle offices of the Washington [sate Oploymant
seturlty D Department;
1. Organizations which mestat In the employment Od effected CIASeas
as I@ deemed SPProPriate by the Persomel Director, based upon 1
Job requirement, and rise type and scops of placement ""Ice@ 1L�.Offered by such organizations. A listing of the" orgamlsaticase 41
Is available In the city'@ Poreonnal office for review. f
1. Current city staff. Such distribution shall be made by posting
fn the Per amnol Office, the City Clark's office, the Street
rnpertllmmt office, the motor Shop Office, and the Park Mintarenee
Office. all city amployema will be Informed and periodically
reminded of these locations,
such additional recruitment measures as may b dyed OPPEOPTiate by the Personnel
01 recede may beemployeadditioneluyed In addition te those anumerated above. ysys„„
All employment notifications shall include the statement •The ^y of @Wtor is an
equal OPportmlty syloyee. fare end minorities or* encouraged to apply and •hell
be distributed at Lest ten data prior to the appl/ution closing dab.
SUPplementsry hiring programs such as part-time train, intern, end public employment [ -
programs shall also he @ublact to the Equal Opportwlty Program, R. f
T11. a wV K M'I DSYCIA PINEW
The hiring of mlmerltlea and woman or a fair and equitable basis in Only the first
.cep In affording equal employment npportualty• "Ill dwmlopm@nt, peemot/Ons, and
equal non-discriminatory on-the-job treatment are of equml importance to both the
Individual and te the city. TM Crty shall undertake the following to ach/wq employ"
lob satiafectlm and fair treatment and to more @u Gffi#fully utilize sourer and minority
pwreons In the work force. -
A. Anew, that there will be so di climlnatlnn for reason of race, color, creed,
Pea, physical, menial, or sanwrY Mndlnspa, 894 or merltel status In regard to upgrading,
Pruwutlon, demotion, transfer, layoff oy t.mimtIM. I ployes griwerfcea arlalng from
any employment action alleged to have • discriminatory affect stall leeatw Immediate g
action under Section v hereln. e• Sr
■, Develop a skill and interest inventory of employees which cm bs used te
identify supervisory and managerial position potential. This potential shall be
idmtlfted thtoogh.
I. Witten at.trnts from eployess Indicating thole skills, eduction
AM Interest In edvancm t to Position* of higher responsibility.
-2-
1
Akflh TIVE NTIOP PRIK,MM
CITY M M.M.A,
}
The policy of ten City of Penton is to promotta end afford equal treatment and 1
Patrice to all cltiseno W assure equal aployea t opportunitY to all permams
based on ability *nd flrnoom regardless of race, creed, coliry national of Lginl Wool
physical, sensory or Postal handicap, ags, or marital stscus. In rOmgAttim of /ta
obligation to provide community leadership to owrcoPP post circWtMees Mich have
either barred, not *AC.,agad or dlscouragW reprornutivo minority and finals
eployment, the City of Menton has Initiated a program of afflrmetive action d68l9n1d
tO sours that the artrit and lnt*nt of this policy is realized-
The ten a.irarity as herein used shall include, but not be limited to, char
identified as hiarts, Sponlah-Mericans, Asian*, and se*rices IndiesR. The spirit 1
of the equal Opportunity Policy includes such persons sa the physically, sensory, or
mentally handlcapp". sod those Wtemon tl.* •gas Of 10 and 65, .,an though the eWhe*lo
is upon minorities and ferles.
The purposes of the Affliclut action program are to: 1) establish esploymont
prarticas that will lead to and rintaln a eincrity composition of the City of Penton
work force Utst reflect* that of the rjOr rscrulwnt ores/Ali 1) sehie,e sod
_• ,,eqt„ f,r,it4hie and full ntlittatim of sinority and female employ", at all
position ,wale, 11 yromote an ataoophere of non-discrimination and fur traitrnt
within elty gore°,rent; *) provide compliance with State and ro6oral equal ol,lortunity
teggiremrto and rqul+ .net* 5) ncourago and monitor equal soployrnt OSportaclty
efforts on the part of ::rectors, sub:ontrsctors and oupplle,s doing bualnese with
this City of Renton.
This policy *hell be sods known to all OWIOy*ef, cOntractols, subcontractors,
and suppliers througn distribution of handbooks, bulletin@, letters, And personals
contmts, conference, and orlontat/on sefsims. Signed acknorl*dgmests pl*dginq i
cooperation shall be required of all department heads and suprrvleory personnel in
the City of Menton and, where ApproPti Atd, of *11 cmeractots, subcontractors, and
suppliers to wham this policy shall apply which include those with an average eaual
sployment level of eight or Par* peimaneAL epleYsee 01 what* contracts with the
Lit), Of Menton attain a level exceeding 510,000.
1. PROGMM naS"SIPILI"
eo assure that the equal rployrnt opportunity WIlcY end the provisions of the
At:'ertive action progres are carried out, an Equal bplOyrnt Oppgrtmlty officer
shall be appointed or de,ignat*d by the Mayor. The Of Lror shall be the focal point h
far the CitY's equal opportunity efforts and will advise and &*sift staff And
mmgernt personnai in all otters relating to lmplerntatim of and tc*pltuaa t
with the Afflrrtfve Action Plan, and be responsible tot the successful *escution
of this progres, utilizing the &*Rietanr* Of apprOpriat* state oho ccssaaity agencies
and organizations end rintain close Ilalson with the Mayor and City Council On the
progrose of tits promotes. Two Equal rplayment Opportunity Officer will have the f
response lbility to: 1
A. Initiate, coordinate, end fv6luat4 d0vOLOO Pnt of one City'* plans and
promorame which a&* designed to one"* Nat all curtest and prospective "Ployrm
receive the bon-tits Of equal eplOyment opportunities. l
a. Periodically audit CM pt6ctices if the City and recosmiPnd 1provw tx in the Affirmstiw action Policy to the Mayor's utfl" end the City Cuunrll.
C. loot that all rPbers of amnaV a,,zt within the City ors fully Pear•
of and their **time arm in campllenee with the Intent Of the Aftirrtivs Action
Policy pertaining to equal apluYMsnt Opportunity-
D. Prur/de continuing rORm;Nicatlon of the Affirmetive btlm Policy to
rngement, =Ploy"*, Applicants for eployment, and to outside 010""'"0"
performing &*twice& for the City.
it. EWWTHM PPACTICEs
the overall enpl Oyeant practice, provide the say t, aaeuring equal mrplcysont
Opportunities and aehleet" an appropr let& nprssentatlon in the city's work force.
TO achieve these Objectives, the City -f Menton shall undettaes tn* following sctlm4r
Al Conduct periodic review of all job descriptions to esoure that they accwstely
,afloat job content and raletod sAlll and/or educational qualifications. Meviaims
rill be snide *a nece,eary to delete requirePants which are not reaAonably related to
the toske to be perfarmad.
s
�P'c
N'e of Wrf9T:Ynca.
7. Annual Ot de and aw.r a d of each fSPloy sitlon.
svployMnt dwelopamnc entl nsJl net, to +roue+ • nl9har M
i#
C. idantffq aW°LLIc positions fur Which eaploYrae qualify and aSours that i,...
within u, constraints of Civil ""I.* Pulse and union contract t,rN. tr Snef era are i.
Promotions are wads without dlmcrlAdnstlon and on the best' 01 9usilflutlone.
.
. D. pray\de AYfIL train ing, seplayeane Ottertail" and guidarco m eAployese
under any public mmplOywen4 or Landes aduce
. tloNl proorei •thee[ thaw in
hired }{'
Aoki"Aoki" the [tans/tsar, loco perNN^t smplayment positions In .4chet Ns publ lr. or
private 04CWT.
periodic traininq sessions daal9nsd to increase the Skills and 1"
[, Conduct W �+
e 10;Sret potential of employees 1" all cepar•NntA rNSS forsrsersdAve development
coun..it", as requested,
Ln dwsioPln9 Sndlvldual p� q
SY. LIAISCsm MID C00101NATICSI
. r9an1AatlOre vitally concerned with equal OPPOr
A Than sets! sent' o tunf tY and
sicall M
sensory and ntally
fair trNtaent of wlnorltiol women• and CM PhY e;
handfcapped, and those that are nee$ aU, Blase resource;co can ha a[ valuable assistance
ity 0
to achlevfeq the 9oale Of Nla p[oq`N.ofTtthe
CAf[irmAttw Action 11 fiogreml with these
contest alyd coordl NtA various asps to
or9Soluti1. N- In addlale�k!n9 those
eionship antified W,nal lr beprufntalnedr with n the various
and aaployee development,
civil, lat++e, hard Si"'Ity organf rarenor In the 7rna.of AaM1tnn arse.
got sea its re+ponslb!Iltice to comply WICK and assure that
[, The City also rwa
mquel opportunity and rwedietrlmtratfon Policies of Stag Or federal of 9 Mittel mhmll:
which it conduct, businNa are cerrfed out. spKlf letl lrlaChas9aAcfu seY edrplsinte
1. es responsible for report irq to see a&P li
received fro. An
AmplaYw of- or es ..tow,ant for ato tsaent with
dry
city of mentor, contactor or suDcont[eewr. Pubyeot to Laeeutlw order
n 246.
3. cooperate In Special .OSpllsace rwlws or In investigations as
tequeated,
on+ a9dnst contractor lei ud/or Aub a contctormd
1. Carry out sancti `
as required. aR the grant application Procole,
S. Assets Itself And the Agm^oy as Part pre
that the eem I or prise to Dlddinq to l miwcftY or anotht, not have SItter sub-
packages bids that deny Op
contrwter•
S. t to cdam:/taenu under
Nrnieh infnrYtinr. as required, eglntsirinq an aL[ftwattve
detoilitq its efforts, with date$, to se"
Action file
ESrcurive order 117e6.
cation generated as a result of this Affirmative Attlan p`prMat.
All data and dome^ agency for their review upon
shell W Sage svallsbla to any federal or State aW Y
Y. .R1C[AIIt'L PPOC"URE!
TM wveces• o Alf lrmatlN Action Pro rse d.,,de largely on ham Attitude a of CM
oo�smity es the
a the ssploYr. Opinion es to what consututee fair pull
L Cha
opim
portunity and t3rtmaot NY vary widely And 9ravancwa NY owault, j, 1o11ottm
atpa shall b taken lemrllacslY for snv q[faysnce •rU ln9 s-Eu the lapl And citten
of es s all be ao le to Nlntaln the hear Possible
rployareupery leOr Aid c1cT-
PrO
ctesomity alstlonwlps.
A. The amploYea shall bring any griwSyCo to the aeemnelon a[ the y to "Ifle the
amperwlpr or depar Wnt heed, who Will lnve,tiNCt,.maffect anrequitable wilutlon.
cause of the complaint and Worn with CMoreW�days ahsil be Allowed for c[mcllfatien.
A yiniW of five and a rP1Sr of t"t^tbs gift iculty at this Isvel. An AR1oYN at
[very effort shall M "do te fowl's Ned thA outlined In
this point Ma the option to pursue the grlevance through
bArgslnlnq unit centaots or Proceed with Step S.op A the marv3ON of the squsi
wt
a. It the difficulty 4e not
tosolved At At Stop either party The squat raplgys"
dploymsnt Opportunity aLf leer NY ber�artleb conduct amittoMl invuHgst ion sA
O w
pportunity Officer She intarwlew th pa th part lsA sppropristo cornnt/w action am
necessary, Aid t,teemed In rtsr, wo rkine days of the rsesi Pr of the q[Swanew.
sett n,lont for
T"w" sole cause^hay M granted at requSA t of both parties,
ErteNlona for ter+nsb
raN IBI ' "A"
ArPIRMATIVL ACTION PpU.RAM
CITY r/ RIBi'Ita1
me policy of the City of Banton 1e to promote and afford equal rilon and
"twice to ell <1tl.sns ad aesurs equal employment Opportunity to alll persons
i
.. . Eased on Ability and fltraes regardless of race; creed; color: national origin, sari
physical, vxx ory or Partial handicap; eye, or warital status. In recognition of its
Obligation to provide cUxxmnity lsadsrahiP to own-w past eifeubStAtmes which have
either barred, not encouraged or discouraged representative sioority and female
employment, the City of Renton he@ Initiated a program of affirmative action designed
to assure that the spirit and intent of this policy le realised.
no corm minority as herein ,sad shall include, but not be limited to, those
idwtifisd ae blacks, Spanish-Amaricama, Asians, and American Indiana. The spirit
of the equal opportunity policy includes such persons as the physically, menenry, or
"-rally hand/cAPPad, W those Wtvaen the ages of 40 and 45, even though the emphasis
is upon minorities and females.
The purposes of the Affirmative Action Program are to: 1) establish employment
Practices that will lead W and maintain a minority composition of the City of Renton
work forts that reflects that of the mejar recruitment arem(s); 11 achieve ad
YSn4in equitable and full utilization of minority sod famele employees at all
position levels 3) promote an atmosphere of mn-Aucriminattm and fair treatment
within city government, a provide compliance with Star. arw raderal equal Opportunity
requirements and requlations, 5) encourags and monitor equal employment opportunity
effort, Out the part of conntractora, suboOntractmrs and auppliers doing business with
the City of Renton.
This policy @hall be made known to all employees, contractors, subcontractors,
and suppliers through distribution of handbook,, bulletin,, letters, and personal )
contacts, cunferen.:es And orientation sessions. Signed acknowledgments pledging
coopsaatim shall be requured of all dep.rtmant heads and supervlrory personnel in
rho City of Rentm and, -here appropriate, of all contractors, subcontractor., Ad
suppliers to whom this policy shall apply which include those with an average aohOal
employment level Of eight or more PermaMAC employsse ei whose contract, with the
City of Renton attain a level exceeding $10,OW
1. PROGRAM RLBPOMDIBILITT "
I
To assure that the equal employment opportunity policy and the provisions of the
Affirmative Action Program are carried out, an Equal WlOymnt Opportunity Officer
shall be appointed or demignated by the Mayor. The officer shall W the focal point
for the City's *goal oppurt,Inity etforts and wall advise and easier staff and
management personnel in all matters relating to implementation of and ccwpllance
with the Affirmative Action Plan, and W responsible for the successful execution
Of this program, utlllzing the asslotaree of appropr.at. State and commsilty agencies
And organization* and maintain clesa liaison wath the Mayor And Clay Council on the "
progress of the program. The equal Employment Opportunity Officer will have the
reelm,lbility toy
A. tnitiat., coordinate, And evalisto 4evelolemint of the clty's plan. and
prpr@ma which ere designed to ensure that all current and prospective aml.loyas,
receive the Wnefits of equal employment opportunities.
P. Peridically audit the practices of the City and recommend Improvements
in the Affirmative Action Policy to the Mayor's office end the City Council.
C. Isomers that all Pu"zo of managamint within the City arm fully aware
of ad their Actlms era 1n <omplim ce with the ln"nr of the Affirmative Action
Policy pertainlnq to equal amploymant opportunity.
D. Provide continuing ws*tni<atloo of the Affirmative, Artie- Policy to
management, employees, applicamto for employment, ad to outside org"t"tlons
Performing services for the City.
II. RMPWYM W PRACTICES
rho overall employment practices provide the key to esourinq equal employment
opportunities and Achieving an appr"risto roprowntatlon in the Clty's work force.
Tn achieve tress ob Jsetive,, the City of Renton shall undertake the following action.:
A. Conduct Periodic review of all Job descriptions to nimurs that they accwstely
roflact Job content and related skill end/or educational qualification*. Revlot.$
will be made a, mocwoary to delete requirements which are Out reasonably related [O
the Looks to be performed,
t
y
CITY Of RENTON 1
P
f; MMAHY F FAIR PRACTICES POLICY
i
ADOpTt:D RY oESOLUTION NO. zw F,%HI911 "A"
71u p.ttoy of the City of Ran" is to promote and afford er;ual tneatent and eerviaa
to all aitisons and assure egi.a! ermp loym.nt �pp�+rtuni ty to all persons based on
ability and fitnuea npardlsa0 of rhos; creed; actor; national origin; sae; physical,
serucry ar mental hmdicapa; age; or marital status. This policy shall apply to every
aspaot of aaployment practices, employee trsaonent and public oontaot.
In keeping with this principle the following guidelines are established and rhaZZ be
the govern{ng poling for all depart to of the City of Renton.
I. PI WYMW - Recruiting, hiring and appointment prmticsm shall be conducted
sole y on t t1 of ability and fitness oithaut regal to race; color; creed;
national Orion; ese; physical, sensory or mental handicap; age; or marital stcru,.
2. PRCwf roc - Prarotion, downgrading, layoff, dieoharga and inter-departmental
trmre ar • L! be dependent On indivtdual performanow, and v e ha
.rk force, needs uitus
regard to nape; actor; armed; national ortgin; ass; physical, sensory or mental
hadiaaps; age; or marCtal status, and uhevwr applicable, in agreement with
washtnpton Ctate Council of County and City IhpLoysas, and in coepZiarure with
govi trp Civil Service lane and R#gulatione.
J. SP4�1MING - All on-the-lob tratning and city-supported educatio al opportunities
eha'�s a rintisterd without discrimination to eieourage the fullest dsvetopnent of
imn-meh I intercste and aptitudes.
A. Sd'RYICI AND AN'fol[d CONDUCT - The City shall deal fairly aced equitably with all
ait{aenitEtE eerws aruTaT�p.nwu it ssplays. city departments NWL maintain the r
policy that w city faculty *hall be wed in the furthe ris .•f any disoriminatary
Prat{os. /ach official and mnp;„-yes shalt be responsible to carry out the intent
and provisions of this policy.
3. !'ODP6RAYION NITN AUl1N RIGRT3 OACANI::.'.*IOgB - 77rs City ehalZ cooperate to the
Jwtliet esten2 poste utt-' all organtaa-77o.0;nd castm;en:ana oarurernod with fair
Practices nd sgarl opportunity employment. Push o,pnrnimtios irotuda, but are
not limited to the Renton Most Rights and Affairs Cammissiau, the State R~ Rights
Commission, the Seattle Human Rights Cowsdesion, .5"We kVmmus' amrission, and the
King County Area Ageney w Aging.
c
a. APPIAINTIyt ACTION PR iGUM - i+ faoilitate equitable rep"aa cation within the
city wrk force �W"@Myd #yuaZ npwyment opportunity of minorities and women in
City Cosy+wmt, an Affireatim Action Program ahall be initiated and maintained by
the City of Renton. It shall be the responsibility and duty of all City Officials
and Aspatme,t teade to carry out the policies, guidetinss arc corTeotiw, measures
as set forth by this program.
7. CORTAACTOPS' OA ICATION - Contractors, subcontractors and suppliers codwting
busirese wlTi ty o en Can shalt affirer and subscribe to the Pair Pra&tioes
seed Ion-lriaorr:minot{on policies met forth therein.
a. t»STIAr, Or POLICY - Copies of this policy chats be distributed to all city
vVZOVess, s appear in all operational documentations of the O:ty, including
bid outle, and shall be prominently dieplaysd in appropriate city facilities.
Ctmc UPMD ten by the City Cowell of tas Clty of Penton, aasrrr"ton this
f ITY nN P[mTMI: �vm CITYY CININCIL -�
1 eYn. /
I'70E X
TALBOT ROAD F.XTENSIOP
SO, GRADY WAv TO SO. 7TH STREET
'.u-mary of Fair Practices
;cope of Work
Cdll for Bids
Instructions to 31dders
certification of Bidder's Affirmative Action Plan
Certification by Proposed Contractor
Certification of EEO Report
Non-Collusion Affidavit
Minimum Waqe Form
Bid Bond Form
Bond to City of Renton,
Proposal
Schedule of Prices
Aqreement 1
General Provisions
Special Provisions
Technical Provisions/Standard Drawings j
i ,
i
♦ 1
r
k°
y
6
5. vffort6 and results relative to securing minority group sub-
cant ractars .
6. reports on subcontractors' achievements in the pursuit of
their ^qual opportunity programs.
Records shall be retained for a period of three years following
completion of each contract and shall be available on request.
PACIFIC, nr,411
f
7
1
a
► SCHEDULE
SCHEDULE OF PRICES
74 4T ROAD FXTENSION - S0. GRADY WAY TO SO. 7TH ST.
010t�: unit Prices for all lte210, all extensions and total aeoLat J�
bid must be .vt.own. Show unit prices in both words and figur. •
and where conflict occurr the written or typed words shall prev..A, i
ir-E AFPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. 4UANTITY` Unit Priros to be Written in Words DOLLARS CTS. DOLLARS CTS.
i . FLS Mob zitio /
Per Lump Sum Mors (Figures)
s 2. 2050 C.Y. Unclassified Excavation
f�e.e. .4-1G.-.-✓ / - <�...-t. "r a 7�3`e. e e
Pena--�--
3. 1750 Ton Bank Run Gravel /
Per Ton
4. 2400 Ton Ballast - 2-112" Minus
� -i.-�t•-'' ^r' S s �.i. 5... ..
Per Ton
5. 1750 C.Y. Embankment Compaction
PerCu:
a 6. 850 Ton Crushed Surfacing ourse
• Per Ton
7. 25 Ton Grav for Pipe Bedding - Class 8
Per on
� .� 8. 375 Ton ! It Paving
1 ,!.lG.../� ..1.
Per Ton
9• 2?7 S.Y. Cqktbt Concrete Si ewalk
/!,GlG. . Mc y
Po�q. —
10. 600 L. I .cm. Conc. Curb 3 Gutter
Per'Lin.—Ft.
� il . 90 S.Y. eemepi: Con r veway
q
12. 2 Ea. Caleb Basin- - Type II
/�.SG law �
PeYr E I.
Per Each
A
V
PROPOSAL
TO THE CiTY OF RENTON
RENTON, WASHINGTON
Gentlemen
The undersigned hereby certif e. that
L__._ •� has examined the site of
the proposed work and ra,,g read and thoroughly understands the plans,
' specifications and contract governing the work embraced in this iapro ,ement, and
the me d by which payment will be made for said work, and hereby propose to
undertake and complete the work embraced in this improvement, or as much thereof as
can be completed with the money available, in accordance with the said plans,
specifications and contract and the fo lowing schedule of rates and prices:
(Note: Ud t prices nor all items , all extensions ,
and total amount of bid should be shown. Show
y unit Prices 'moth in writing and in figures.)
i
Signaturr �p��,�
Address „ �Q
Names of Members of Partnership:
,y
OR Name of President cf Corporatiu�� �wcGl�t✓
Naas of Secretory of Corporation
Corporation Organized sunder the laws of
With Main Office in State of Washington at �y1 _
1
f
J2 I=F ) PACIFIC INrO
uR.ANC1E CUDQpANY
140Me ORriCr TACOMA, WA{NINOTON
BID BOND Buixl No - --_-_---* --
APPROVED Of THE AIME RICA•{INSTITUTE Of ARCHITECTS
A.IA DOCUMENT NO,A-3101FEa. 1e70E0.1
KNOW ALL MEN BY THESE PRESENTS, that we
PACIFIC PAVING Co., INC.
as Principal,hereinafter called the Principal, and the UNITED PACIFIC INSURANCE COMPANY of
Tacoma, Washington, a corporation duly organized under the laws of the State of Washington as
w Surety,hereinafter called the Surety,are held and firm) boun
d nd unto
CITY OF ROTTON
as Obligee,hereinafter called the Obligee, in the sum Of
i FIVE PERCENT (51) OF TOTAL AMtlj4T BID ---��__-
for IN payment of which sum well and te,ly to be made, theDolil ars Pnnapal and the said Surety, bind
ourselves,our heirs,executors.administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for
Talbot Road Extension
South Grady Gay to South 7th Street
a
i NOW.THEREFORE, Y the Obligee shall accept the bid of the Principal and the Principal shall enter
into a Contract with the Obligee in accordanoe with the terms of such bid, and give such bond or
bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for
the faithful pi0ormance of such Contract and for the prompt payment of labor and material fur-
, nished in theprosecuhon thereof,or in theevent of the failure of the Principal to enter such Contract
E • and give such bond or bonds, it the Principal shall pay to the Obligee the difference nor to gxceed
the penalty hereof between the arnount specified in said bid and such Isrgor amount for which the
Obligee may in good faith co.itract with another party to perform the Work covered by said bid,
then this obligation shall be null and void,otherwise to remain in full force and effect.
Signed and sealed this 17th day of Augurt A.D. 19 '6
_SACIPZli YAYIHUG- !�
ousi
1 % i a
IWItMvI �
L uie Detaattea ITNMI
UNITED PA INSURANCE C PANY
BY:
1 e or
cc surer
Attorney-In-Pact
J
BOU 21Y)Fe to 7'.9
� 4
TJ'4rrmn PACIPAZC INBLTRANC3E COMPANY
HOAra O►►ICa, TACOMA. WASHINGTON
POWER OF ATTORNEY
KNIIW Al, MEN Sv THESE PRESENTS. TM IN UNITEO PACIFIC INSURANCE COMPANY,o tWt cat ryly arp it uMN tat IaIW M 1N Slats of WMn no. dos har,b,IpE.Fonnnun,aAA apporn,
C. FREDERICK MAUKE(L r,f SEATTLE, WSHINGTON-------------.s- .___
' rat n,n end N W1u. 411orns,.n rM,in IpE..Yau.MM Nd y11 der 1d YIQ on n t Idyll.n I N n,eR NI/AEG/
1 ,
ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP---------------------- I#
y
N.d to bn0 the UNITED PACIFIC INSURANCE. COMPANY tllarthv G hilt, US, to in,sane,*,tent N,Rich holy NIA yllarymp awe"IN,
rn•ry udyatdY n ,N status riWedl rn.yne by en E,KV,rw OflRw of IN UNITEOPACIFIC INSURANCE COMPANY Sp k,eled.nd attwred '
1 by JIy o,nw M Yslw ollyate.AI,d traby rNdrt,nA wnrrme W nw�y seat Attdrwtal.n Sea he,m y w•vedne lred
This Power of Altwn#V Is warted under and by wthurrtY of Se;Um 37A of the Illy-La9R of UNITES) PACIFIC INSURANCE
�t.�p.. COMPANY Which prortafont are now In full fwm mid effort,1tSdlrp M follow,:
`+5 SECYION 37A-ATTORNEYS#N,P ACT
SECTION 1 The bN0 of Drtladt. 1N NeYyII,d "VW*w t d Russian,%WOrEEIso 1~1 h,nS p,SW,SAO,ut,U., So NI States,
A,tbrner,•,lac,114 to wtNs".Ilym to,.abAe on behalf of tat Com ,Oony And w wksr ,rempnlrena.eOnnMs at t y tv tsla otNr
'S rvlt•ry O"Iory in IN nature lhNaYl and(b)to sensitive env such Adorn,m fact el A ,SUM and revoke the PJ.rld arl,"Son ry anon M hr.n
SECTION 7 A,IOrnayeln IKt MIeII IyN OOWr e'W aW hd nY.nblM ro 1N INm,NId IImN1yn{OI iN poyir OI Nldlrn(naued IO 1NIn,tp aNMe
NIa t1es'.on bwNl of tat COnNNry,bOMI eM unaMINInE, retLenl Fantee.GJnlrKlt W ulbmmtY-,Si one,rylnlpl OMIe,IdY In IN MWL nareef,
The..M,AH Wl n no,nK v Id tat vatu1,,Y of env eats I and uINNlakr� reavpnrtNyn.eeel ran.of rr,yllNrrY And ocher.."net obll'Idr W
IN NIur1 IkElapl
Tnn w.lsr of Illprnw rt M^ea e.N WIMP DY IMrmH ur,pN errp by Guthd.lY nl IN IOl,pwrp Readutyn edmye by IN aimed of Daw.spn nl
• UNITEDPACIFIC INSURANCE COMPANY a,arlyNlry hats•on nis, M%oevofO<TobN. 19>I,aI ves,a oudutn rat Wee►n,atN we Res,Ue.
Ns.1 bean emended or r.paelad
"ReedNed rhN IN sSenrt.nm os,u,h dlre .d.,rld ollraN.N,e IN Us.r or IN Content, mW bt.fli.b Io env such wyN W
attdryY d anY dIb11Vy reyorq INHIJ by len•mda a•ct anY such paver of sadly,or Orld,oH,Udlp su0,IKNmh
.yN,wH d NamH Seel 0,11 Ir .sire SIN tnnthp uron rn. Cnmanv Siva en, ,uctl IFOMr so a.varted a.A oNnIM by
_ IM�4ImN leneR.'u and Iaplmy Sets'llyo ne Soled aIW dna p upon �M Conyun, In tp future Nnh repKl M",MnO a,urp,K m,so Nh,ch r1 n alleCNed..
y IN WI Test SS WHERE Of,t"UNI TED PACIF IC INSURANCE COMPANY sat usus.a tNr prevents to N Her"an,at,VryPraYeant,,S,it.Stateliness,
r.uaa Nrato.ened.tlw 17th..., UCtober SOL
UNITED PAIJFo INSURANCE C01yANY
y�r.HFr�
STATE OF Washington �M Iffi'�' Executive v't'a'a"aan'
COUNTY of Plarca 4 H 1 real
On lm. 17ti1 daY of October __.1914perFmenr.Pared_ MOR.RIS E. BROWN
Exeouttve
_ to mA kneNn In N tat 111dh NAem of IN UNITED PACIf.0 INSURANCE COMPANY. and'I" deN)that N e,Ku,M eM..WHM 1M roraplp rnFtrumml aM 01"Isd IV FaN of tare pprpprSien IMreb.N9,NI SM yn PTA,EK,.1
NO7 a1 tn,aY L.OI Yrd ComgnY FM Ive RNplubon.KI 1prtn IMrbn,Nn Jili m rule Id/� +
.P My Cummn.yn e.d.,t vvy'e is GT;. � r 1
Janu9rY1�_ . 19 .E e'
�" :hwR! Nde"pub,",In end fd Sun,of l/aehLFlltcj
d a +
RHarryN TAcfaa ??
"F I ❑_ Keith Johnson Assistant SMeury of IN UNITED PACIFIC INSURANCE COMPANY as Mqb,a„eIv 1N, IIy
abo.S SIN lerapuy n a Irue,"COr Ht,coed of a PonN o1 Atic-er..ec.ned by rat UNI TED PACIFIC INSURANCE COMPANY,.ehMA a atnl•n full
IdIV SIN M:M ���r
,N 1NTNESS Ae1EREOF,I haM hrwntoW IrN Nr,a and*'heed IN tM,of HA Comtrm tMt l]Llleev of�{� e�,>,:�t9.26
♦ vYaOV 1431 ED 777 7i 9EAE
7
AUNITED PACIFIC
rNaUwANCt COMPANIES
i
� CERTIFICATE
TACOMA. WAaNNGTON OF INSURANCE
/e Efl.cr oa Data of TAIe Certificate
' ap.w=
This I$ to certify that Cie policy described allow has tseen sued M the UNITED PACIFIC INSURANCE COMPANY or F
RELIANCE 114SURANCE COMPANY, ore inurr, Only to rho Inured nomad below. Any requuements or any provisions in
contracts or geeriene,between the Inured and any other pww.firm a co pwrim shell hot onlrge,Ntr ar amend the
definition of inured or any of the florins, conditions, exclusions, Of limitations-f Chat policy described below.That policy,
utyect to NI of its limitations of liability, coverages, hazards, exclusions. prwtsions. condiVor a and other terms, is in full
"3 ford and effect as of the data this cert,fmate was issued.
- Nwro of Insured
PACIFIC PAVING CO. , INC.
P.O, Bnx 80203
1 Address of Insured Seattle, WA 98108
Pp11Cy NumpaLP 3259221 EectiW7-8-76 p tres 7-8-77
COY[NA/Es 1 LIWTS M LMIKM
WATW*.I UNIT PLAN
goaay (saes Autaeut'le S 100,000. Eech Pahcn S 300,000. Each Occwrenw
Liability Other rhos Aulwnobde 100,000. S 300,000. Eeh Oceenenq
f Aganerta FMycll Natrd or,d
.^,OTplated(1pe,lnlMr riNa d
Present Owego Aulornorw $ 50,000. fah Occwrenu --_----
as Lwllih Other then Ayterobde 1 50,000. fah Oec!nence $ 50,000. Agpelsle
OWAI LIMR "
Geer IsMry Lsedds Aateegb,le S Each occunnxt
It OW, grwige Lebodf Other MAn AYlewdblla 1 loch Occuneece S AggrK Ale
e In aCCOrdnce With the rhoye. the policy Insitres the liability of the Insured named atoye rising from the foltowing
operations and locations. Roadway Construction - Talbot Rd. Ext. - So. Grady Way to
So. 7th St. , Renton, Washington
The City of Renton is hereby named as additional insured, but only as respects
the above described project.
at
Ten (10) days written notice will be given to certificate h3lder p'.ior to
cancellation of policy.
NOTICE
This Certificate is issued as a mini of nformatim mly and, es ouch neither affords any Insurance resr comfort any refits
upon the holder It neither affnmatwely nor negatively amends, extends or alias the coverage afforded by the policy
M identfwd obwe
Except as specifically proyded to. ua this cerbhcate, United Pacific Insul Company or Reliance Insurance Compny has
no duty to notify the party to whom this crbficau is addressed as to any changes or cancellation of the policy and shot(nut
be respon able for any failure to do so.
Date September 1, 1976
Y
To CITY OF RENTON
y Public Works Lept. t+ �� + �•` '4'✓ a
Address Municipal Bldg. - 200 Hill Ave. 80unw signed by
Renton, WA 98055 AUT« IIIYFD RWRIFt SEN1ATN[
i
Y
1 33" EO,1/73 02^4
{
UNITED PACIFIC r248UR2 &ITCE COMJ=sj NY
rpM1 or v,C a. TnpOMA. WAaMiNOTON
sea
Bond No. U90 28 95
PUBLIC WORKS CONTRACT BOND
KNOW ALL MEN BY THESE PRESENTS: That w, PACIFIC PAVIM CO., LHC.
as Principal, and the UNITED PACIFIC INSURANCE COMPANY, a corporation, agonised and existing under and
by virtue of the laws of the State of Washington, and legally doing business in the Store of Washington, as Surety,
ore held and firmly bound and obligated unto Cirf or RENTON
•
in the full and lust sum of ONE HUNDRED RIRITEBR THOUSAND THEIR HUNDRED TWKW"-EIGHT AND
34/100 - - - - - - - - - - - - - - - - - - - - - - • ($119,328.34 ) DOLLARS,
wful la money of the Unitsd States, for the payment of which sum well and truly to be mode, we do bind eursefves,
our and each of out heirs, execvtws and administrators, succesoi rs and assigns, jointly and severally, firmly by
thew presents.
• lhn bond is executed in poosuonce tf Chapter 39.08, Revised Code of Washington.
THE CCNDITtONS OF 1HIS OBLIGATION ARE SUCH, That whereas the Principal entered into a tsrtoin
contract with CITY or wwoR
doted the day of 19 far Construction of Talbot Road
Extension - SouLA Grady Way to South Tth Street.
•
NOW, THEREFORE, If the Principal shall faithfully perform all the provisions of such contract and pay oil
lubcrrs, mechanics and subcoriractors and materialmon, and all porsuns who shall supply such parsan or
persons, or subcontractors, with provisions and supplies for the carrying on of such work, than this obhgutlon is
void, otherwise to remain to full force and effect.
PROVIDED, HOWEVER, that the conditions of this obligation shall not apply to any money loaned or
advanced to the Principal or to any subcontractor or other person in the per^ormonce of any such work.
h
Signed and Sealed this. -_day of _-- .__-- .... , 19
is !
Counters. I
• It Waabinato* eau r sear• ��..TT"" j-` YMewq
Approved as to Form: UNITED P 1C INSUR E� A
Or
t1eYRd L /
80U-2eea Ed.3n2(Wash I
so
ALDENDLTh wo. 1
Talbot Road Extension
so. Grady Nay to So. 7th Street
PLEASE NOTE:
Typical cross-aaction of roadway shall be,
1" Clang "E" Asphalt
6" Crushed Fuck
All material to be placed upon compacted roadbed to design
elevations.
a �
-----------------------------------------------------------------------
AC)D OWIZZGEMOn OF ADDXNDUM
•
Please sign below and attach this form inside the front cover of the
bid document - to be turned in with bid documents at time of bid.
PtiaLture
N " , Mt INC.
Data �''�S
Ism
MINIMUM WAGE AFFIDAVIT FORM
City of Renton
ss
COUNTY OF
A
1 , the undersigned, having been duly sworn, deposed, say and certify
that in connection with the performance of the wont of this project,
• i will pay each classification of laborer, workman, or mechanic
employed in the performance of such work; not less than the prevail-
ing rate of wage or not less than the minimum rate of wages as speci-
fied in the principal contract: that I have read the above and fure-
• going statement and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
Subsc ibed and sworn to before me on this /Z day of
Ise
ry ubliVn and ate of
* Washington
Residing at
•
NON-COLLUSION AFFIDAVIT
u STATE OF WASHINGTON )
))
COUNTY Of SS
i
being duly sworn, deposes and says. that he is the identical person
who submitted the foregoing proposal or bid, and that such bid is
genuine and not sham or collusive or made in the interest or on be-
half of any person not therein named, and further, that the deponent
has not directl- induced or solicited any other Bidder on the fore-
going work or . ipment to put in a sham bid, or any other person or
corporation to refrain from bidding, and that deponent has not in
any manner sought by collusion to secure to himself ur to any other
person any advantage over other Bidder or Bidders.
SIGM HE
r< �
Subscribed and sworn before me this io day of .
14
o u 'g,00fnan o e aeo
residing at
�� thereto.
I
I
i
I
t
% I
ry•1.
CF:ET IF ILAT Itm OF tJkL EMPLOYMENT OPPORTUNITT RIPORT _i —
, r 111 stIon with
to t Equal to the
Performance of Previous Contracts or sib-
,,-, 9ua Opportunity Clause and the filing of Required
Meport s.
Me bidder k
„. • proposed subcontractor , hereby certifies that he has
Participated In a previous contract or sutcontract subject to the
f / equal opportunity clause, as required by Executive Ordmre 10925. 11114 or 112',6.
° and that he hum , bom.6" r filed with the Joint Reporting Committee +'
the Director of the Office of federal Contract Compliance, A Federal Government "
ronrracting or administering agency, or the former Peeeldent's Committee on
Equal Employment Opportunity, all reports die under the applicable filing rsqu-
lrmenra.
• (Comps Y
(Title
Oats. . 7- 7G
!tote: 'the above certification is required by the Equal Employment opportunity
Regulations of the Secretary of labor (41 CPR 60-1.7 (b) (1), and must be
submitted by bidders and proposed subcontractors only in connection with cont-
racts and subcontracts which are subject to the equal opportunity clause.
t ontracts and subcontracts which are exempt from the equal opportunity cla..se
are set forth in 41 CPR 60-1.5. (Generally only contracts or subcontracts of
s 51C.000 or under are exempt.)
Currently, Standard Form 100 (EEO-1) is the only report required by the Execut-
ive Orders or their Implementing regulations. 1!1!1!
Proposed print contractors and subcontractors who have pe-ttcipsted in a pre-
vious contract or subcontract subject to the Executive Druare tnd have not
A filed the requlred reports should aotethat 41 CFR 60-1.7 (b) ti) pravents the
award ut contract• and subcontracts unless such contractor subalte a report covering
the deliquent period or such other period specified by the federal Highways i
Administration or by the Director. Office of Federal Contract Compltance, O.S.
Uepsrtamnt of LAbor.
! t
�i
fi,
A ;
CLRTIPIGTTIION by PROPOSED CONTRACTOR, SUICON'rRACTOR ANU SUPPLIER REGARDING EQUAL PapLOYMENT .iPOirrumi Y
e ama o Pe•i on raeeor `X -------�7 1 rojec• < T/ _
t No.
INSTRU-TIONS
This certification is required pursuant to Federal Executive Order 11246, The laplement.ng rules and
regulations provide that any uiddor or prospective contractor, or any of their proposed subcontractots
a and s,pplierc, shall state as an initial part of the bid or negotiations of t`o contract whether it has
participated in any previous contract or subcontract *object to the equal opportunity clause: and, if
so, whether :t has filed all compliance reports due under applicable instructions.
The City rids nsretofore adopted Resolution 2017 under date of 2-9-76 amanding • 'Psir
} Practices Policy', as implemented by an 'Affirmative Action Prograz,' therein amending the policy of
the City of Renton to promote and afford equal treatment and service to all citizens and to assure equal
Mployrwent opportunity based on ability and fitness to all persons regardless of race, creed, color,
-. a national origin, sax, physical, sensory or mental handicaps, age, or "vital status. This policy shall
likewise apply to all contractors, subcontractors and suppliers conducting business with the City of
Renton who in turn shall affirm and subacrite to said practices and policies. The afore"ntioned
provisions shall hot apply to contracts or subcontracts for standard commercial suppliorr or raw
matorlals ur firms or organisations with leas than eight employees or auitracts of lose than $10,000
business per &nnum with the City,
When the Contractor/Subcontractor/Supplier (hereinafter referred to as the Contractor) is requu ed by FF
the City of Nonton to outwit an Affirmative Action Plan, the minimize acceptable percentages of minor=ty #
employment will be that percentage which is currently listed in -Attachment I- (City of Renton cools
and Tlmatat,les) in the published City ,of Renton Affirmative Action Program. d
The undersigned contractor therefore vovenants, stipulates and &gross that during the performance of 1
this contract he will hot discrisl"tr against any person In hiring, promoting, discharging, compsamsting ,
or any any other term or condition of employment, by reason of such person's race, creed, Colo[, j
s religion, ancestry, ees, physical, sensory or mantel handicaps, or marital status as implemented by
the 'Affirmative Action Program'.
Contractor further &gross that he will take affirmative and continuous action to insure full compliance
with such policy and program In all respectai It being strictly understood and agreed that failure to
comply with any of the terms of said provisions atoll be and constitute & material breech of this
contract.
I
• Contractor shall, upon request and/or a noon as possible thereafter. furnish unto the City any and all
information and reports required by the City to determine whether full compliance has been made by the
contractor with said policy and program and contractor will permit access to his books, records end
accounts ty the City for the purpose of investigation to ascertain such compliance.
Contractor further acknowledges that he has received a true and complete copy of the City's 'pat.
Practices Policy* and 'Affirmative Action Program'. l/�� ContracF �
nO � • L tuber
CERTIFICATION BY�:� CONTRACT'ORA SUP-ONTRACTOR__ SUPPLIER—
NAME: 1'o,./ -P -iSIL+—__.. -�--. 1
ADDN65S:_ar l22se
I REPRESENTAT LS:
TIT PRONE,7[;�ZQ
1. Contractor/Subcontractor/Supplier has rticipatad in a previous contract or subcontract subject
co the Equal Opportunity Cis uea: aa —No
2. Compliance reports were required to be filled in connection with such contract or subcontract:
Yes __No
I, Contractor/SubcOhtroctccz/b,,plier has filed all compliance reports due under application
instructions, Yes 00
6. If answer to item 1 is '.so', please explain in detail on reveres side of this certification.
♦ Cf:R7 J}'1CATION, Thy atmaeion above is true and complete to the best of my knowledge and belief,
an is a O 9nar p esaa tYW
,
0417-746
-G
igha Lure �/�� Date
e Neviawso by City AuthoritY+ r��.
1
• CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION FLAN
Bidder is to indicate by check-mark which of the following statements pertains to this j.
bid package, and is to sign the certification for that specific statement:
•
LJ 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 emplcyees, &
and the total contract amount with the City during the current year is
less than $10,000."
•
Company Date ..
BY:
Title
r QOR t) It is hereby certified that an approved Affirmative Action Plan is on
file with the City of Renton, and th..t said Plan specifies goals and
timetacles which are vali.d for t;.e current calendar year.
• Company
BY:
—� Title
OR c) It is hereby certified that an Affirmative Action Plan is supplied with
� • this Bid Package. Said 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 Affirmative Action Steps directed at increasing Minority
and Female Utilization.
Company - a[l�e-
BY. Title
•
OR Q d) It is hereby certified that an Affirmative Action Plan will be supplied
to the City of Renton within five (S) 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, ' y
2) Goals and Timetables of Minority and Femeie Utilization, and
3) Specific Affirmative Action steps directed at increasing Minority
e, and Female Utilization.
""/ ` i. h6.
Caton -- at�—�--
b t Title
s8
Rev. 9/9/75
1
INSTRUCTiONS TO BIDDER;
1 . Sealed bids for Propsal will be received by the City of Renton at the City
► Clerk's office in City Hall until 2:00 P.M. , August 17 1975
At this time the bids wil' be publicly opened and read after which the bids will
be considered and the award made as soon as practical .
No Proposal may be changed cr withdr4wn after the time set for receiving bids.
Proposals shall be suhmittei 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 quan-
tities and at the unit price bid. The City reserves the right to add to or elim-
inate portions of the work as deemed necessary.
•
3. Plans may be examined and copies obtained at the City Engineer's office. Bidders
shall satisfy themselves as to the local conditions by inspection of the site,
Work along highways must be in conformance with the applicable County or State
regulations.
4. The bid price for any item must include the performance of all work and the furnish-
ing of all material necessary for completion of that item as described in the
specifications.
Where alternate material is bid, the bidder shall fully describe the material
proposed, either in the bid proposal or supplementary letter attached to the
• proposal.
S. The bid price shall be stated in terms of the units indicated and as a total amount
In the event of errors, the unit price bid will govern. Illegible figures will in-
validate the bid..
a 6. The right is reserved to reject any or all bids and to waive informalities if it is
deemed advantageous to the City to do so.
7. A certified check ur satisfactory bid bond made payable without reservations to the
TREASURER OF CITY OF RENTON in an amount not less than 5% of the total amount bid
shall accompany each bid proposal . Checks will be returned to unsuccessful bidders
• immediately following decision as to award of contract. The check of the successful
.adder will be returned provided he enters into a contract and furnishes a satis-
factory 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 fefuse to do
so, the check shall be forfeited to the City of Renton AS liquidated damage for
sui,h failure.
8. All bids must be self-explanatory. No opportunity will be offered for oral exDlana-
tion except es the City may request further information on particular points.
9. The bidder shall , on request, furnish information to the City as to his financial
and practical ability to satisfactorily perform the work.
♦ 10. Payments for this work will be in _ Cash Yarrants � .
r
1 1
Contracts Other Than Federal-Aid 7 of 7
IN WITNESS WHERE:.F, the City has caused these presents to be signeO by its
Mayor and attested by its City Clerk and the Contractor hjs hereunto set
his hard and seal the day and year first above written.
ea LONTRACTOR CITY OF RENTON -
Q4CL Q
President ATTof: Mayor
cretary � ty cl..-
/ ompan orpoC ration
t
ax«.
si5?'
fa.
7 6 of 7
Contracts Other Than federal-Aid
obligated to take immediate steps to correct and •emedy 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
City such schedules of quantities and costs, progress schedules, payroll;,
u
reports, estimates, r_cords a ,d miscellaneous data pertaining to the
,
Contract as may be requested by the City from time to time.
� 10) The Contractor shall furnish a surety bon
d or bonds as security for the
faithful performance of the Contract, including the payment of all
persons and firms performing labor on tl_ construction project under
tt. . Contract or furnishing mater4als 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<W t1l)J � I�ic
which includes Washington
State Sales Tax. Payments will be made to Contractor as specified in the
"general conditions" of this Contract.
a
m
1 1
4
r�a
a
+e'F ` 1'
• I '
5of7
Contr,cts Other Than Fcderal-Aid
notice as heretofore specified shdll be given by personal delivery !
a thereof or by depositing same in the United States mail , postage prepaid,
certified or registered mail. j
r
7) The Contractor shall commence performance of the tract no later than
1 caiendar days after Contract final execution, shall complete t:ie
full performance of the Contract not later than 60 workinq days
from the date of commencement_ for each and every working day of delay
after, the established day of completion, it is hereby stipulated and
agreed that .he damages to the City occasioned by said delay will ne
the sum of _ (See Special Provisions LI UIDATED DAMAGES) t
as liquidated damages (and not as a penalty) for each s ,ch day, which
r shall be paid by the Contractor to the City.
8) Neither the final certificate cf 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.
'he Contractor shall be under the duty to remedy any defects in tha
wore an, pay for any damage to other work resulting therefrom which
* shal! 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 jive notice of observed defects as heretofore specified with
reasonatle promptness after discovery thereof, and Contractor shall be
,
"* 4
i� .
Contracts Other Than Federal-Aid 4 of 7
5) Contractor agrees and covenants to hold and save the City, its officers, o
agents, representatives and employees harmless and to promptly indemnify i
� III
same from and against any and ail claims, actions, damages, liability
of every type and nature including all costs and legal expenses incurred
by •mason of any work arising under or in connection with the Contract
to be yerfonred hereurder, including loss of life, personal injury
and/or damage to property arising im or out of any occurrence,
omission or activity upon, on e- about the premises worked upon or in
any way relating to this Contract. This hold harmless and indemnification ;
provision shall likewise apply for or on account of any patented or un-
patented invention, process, article or appi'lance manufactured for use
P
in the performance of the Contract, including its use by the City, unless
otherwise specifically provided for in this Contract.
In the event the City shall , without fault on its part, be made a pare'
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
pati all costs, expenses and reasonable attorney's fees that may be
incurred or paid by City in the enforcement of any of the covenants,
provisions and agreements hereunder.
6) Any notice from one party to the other party under the ' ract 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
f
r
a
, 4
Contracts Other Than federal-Aid 3 ofRai
1
subcontractors should violate any of the provisions of this Contract, T
the City may then serve written notice upon him and his surety of its j s
intention to terminate the Contract, and unless within ten (10) daysr Tk
after the serving of such notice, such violation or non-compliance of
any provision of the Contract shall cease and satisfactory arrangement
for the correction thereof be made, this Contract, shall , upon the ivy
expiration of said ten (10) day period, cease and terminate in every `,kr
respect. In the event of any such termination, the City shall immediately
,yam
serve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the Contract,
provided, however, that if the surety within tifteen 15 days after
the serving upon it of such 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 an(i 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 otner 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
9 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.
a
4) The foregoing provisions are in addition to and not in limitation of
any other rights or remedies available to the City.
I
� 1
ALI
+++�.:�Ywe✓i:v%�.`v 1<,.. rnYrsM�4w,aRw"M`YMarYYw ...
Contracts Other Than Federal-Aid
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.
1
2) The aforesaid Contract, entered into by the acceptance of the Contractor's
bid and signing of this agreement, consists of the following documents,
• r
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 y
•
hereto attached.
a) This Agreement
b) Instruction to Bidders *'
) Bid Preposal
• d) General Conditions
e) Specifications
f) Maps and PL-.is
9) Bid Y
• h) Advertisement for Bids
i) Special Contract Pro,isions, if any
0
3) If the Contractor refuses or fail.: 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 v.Titing 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
+ i! for the benefit of his creditors, or if a receiver shall be appointed
�r
on account of the Contractor's inse,vency, or if he or any of his
a
� 1
�-+�r,, , �,.�'A�.'@ek'nig=u^k..r�iay5' aw b.v y:. � ..,+'ni e ...✓vi.' a 'i vn:&/'k.a, r���¢�"`"c''�''m.�'�� �
1
IofI
CONTRACTS OTHER THAN FEDERAL-AID
THiS AGREEMENT, made and entered into this 23}day off 191�, {
b/ and between THE CITY OF RENTON, Washington, a municipal corporation of
the Stace of Washington, hereinafter referred to as "CITY" rAd
1.Y2 02. -TN< hereinafter referred to as "CONTRACTOR."
Is
wITNESSETH:
1 ) The Contractor shall within the time stipulated. (tn-wit- within an
working days from date of commencement hereof as required by the Contact,
of which this agreement is a component part) perform all the work and
•
services required to be performed, and provide and furnish all of the
labor, materials, appliances. machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall
A
complete the construction and installati-a work in a workmanlike manner,/
in connection w4th the City's Project (identified as No. ��1( M5 7c
for improvement by construction and installation of: Roadway Construction -
1
Talbot Road Extension, South Grady Nay to South 7th Street.
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 gnvernmental authority having jurisdiction thereover. It is
It further agreed and stipulated that all of said labor, materials. f'
appliances, machines, tools, equipment and services shall be 'urnished
i
•
1 1
•MVtisM.xYYtJwWb�,�yy�wp,7. M�M1M1"„+•'*mml^.m warn�YM.✓nwMwA.wrww.
UMMARY OF aRICES
i
cheduIe ' R" Total
.,Jule "E" Total 7, C ✓L y� ✓
'a Schedule "W" Subtotal
'5.4" Washington State Sales Tax ;`a,�✓
a Total or 7 el. ""re
Schedule "C" Total 3e /
a
'NOrF: The contractor is obliged to bid separately, State Sales Tax or
Schedule "W". A11 other schedules are exempt; any compensatinn
tax must be included in unit prices.
Combined Total Less Washington State Sales Tax
i
Combined Total Incl . Washington State Sales Tax //' yoe
I
THE UNr IGNED RIDDFR HERFDY AGREES TO START CONSTRUCTION WORK, ON THIS
PPOJEC .F AWARDED HIM, WHEN OIRFCTED "0 TO COMPLETE WITHIM SIXTY (60)
WORKING DAYS AFTER STARTING CONSTRUCTI N.
a DATED ATggf /,?-4 THIS /7 DAY OF a 1976.
GNE
TITLE
i
NAME OF COMPANY
ADDRESS_�_Zsxe o 11, -J'Zo,
i
I
i
i
,
r
r y
SCHEDULE 'C" {
ZIEDULE OF PRICES
ENGINEER'S ESTIMATE
I
•jnit Prioes for all item, all extensions and tot.l amount or
Liu must be shown. Show unit Prices in both words and frgur• s
and where wntlict occurs the written Or typed words shail prevai:.l "�€t
11P;M APPROX. ITEM WITH UNIT PRICED BID
UNIT PRICE AMOUNT
to
NO. yUANTITY Unit Prices to be written in words DOLLARS CTS. DOLLARS CTS.�
1. 72 Each Lane/Markers. Type 1
er a Wor s gures
2. 35 Each Traffic Buttons. 10" Yellow
er ac
3. 40 Each Trafff C Buttons. 10" White
Per Each
h ---I----
i
SUBTOTAL -ro
I
I
I
� E
r
p:KLUULE "W" (Cont.)
,'.HEDULE OF PRICES
(Note: once prices for ail it*=, all extensions and total aaount of (l
bid -vist be snown. Show unit prices rn both words and fiqur,
and where conflict ocours the written or typed words shell pravdc:.)
r VI T:M �AjVRO%. ITEM WIT,t UNIT PRICED BID AMOUNT
UNIT PRICE AMOUNT '
t.U. VUAf:TTTY unit Prices t be Written in words DOLLARS CTS, DOLLARS CTS.
W-10 2 Ea. Furnish 3 Install'2" Blow Off
As ,hly
� `S�5 s• roSir ep
er ac Wor s gures
W-1 , 700 CY Furnish A Install Select Trench
Backf111
Par u. >s.r rw i
W-12 30 Tons ournish d Install Asphaltic Con-
crate Restoration
rr
Per Io
W-13 25 Tons Furnish A Install Asphaltic Tempo-
rary MC_ Cold Mrx
f Llli— d6 .. fr i
Per Ton
W-14 5 S.Y. Furnish 6 Install Portland Cement
Con ate Surface Restoration
Per q. Y . —
W-15 In C.Y, ffuroshh Install Concrete Blocking
Per
Subtotal I .tea 930 da
5 4% State Sales Tax odsf .0./ i
t
SUBTOTAL
I I
i
#` 1
fik
SCHEDULE "W"
SCHEDULE OF PRICES
'Al ROT ROAD EXTENSION - 50. GRADY WAY TO SO. 7TH STREET
!Note: unit prices for all '"Aw, all extensions and total aso„nt of
bid rut be shown. Show unit prices in both words and ftgure.
and where oonflict occurs the written or typal words shell prevail.)
ITEM APPROX. ITEM WITH UN17 PRICED B[D UNIT PRICE AMOUNT
NO. QUANTITY Unit Jricas to be written to Words DOLLARS CTS. COLLARS CTS.
�- i
W-1 1825 L.F. Furnish 6 install 24" 01 Watermain
Cla s 2 (T,J.)
Der n. �yk
t. ors yures
i W-2 43 L.F. Furnish A Install 16" Di Watermain
Clas 2 (T.J.)
S �."7. .GIG...✓/.0 �- .. /
Per n.t.
a-3 43 L,F. Furnish 6 Install 12" DI Watermain
r . Class 2 (T.J. )
=G` ill...- �e�G✓s �..L.! ..as /o�� yo �
W-4 7 Ea. Furnish A install 5-1/4" MVO Fire
hydrant Assembly
sue_ _.0
Per Each -
W-5 2 Ea. Furnish 6 Install 24" Butterfly
Valved Vault Assembly
Per F6o1�- --�L
W-h 1 Ea. Furnish 6 Install lc" Butterfly '
VAIYe 6 Vault As embly
Per - /
r W-7 I1 Ea. Furnish 6 Install 12" uate Valve,
By iCs *, Vault Assembly
Per Eac
W-H 1 Is. Furnish A Install 8" Gate Valve and CI 8 AssB/mbly
yr.�i..✓'.L.-...1+-�,✓��la-�✓ „Ile er mow. •a
Pa acYi___-
1 W-'I II Ea. Furnish R Install 6" Gate Valve and
1 1 I Boo Assgnbly
>ti
r .
A '
- ...mwaY�..fir.r Tw..+w..w.++ •..uw.n.+r+n..n+yen r
Y
iCNEDUIE "E"
CHE➢ULE Of PRICES
. . i.nat prices for all it*=, All extensions and total Amount of
v
Gau must be shown. StJOw unit Primes in both wcrut and tayuro-�
and where conflict occurs the written or typed words shall llPe Drdvai:./
1Tk.M APPROx. ITEM WTTH UNIT PRICED BID
UNIT PRICE AMOUNT
NU• VUANTITY unit Prices to be Written in words DOLLARS CTS. DOLLARS CTS.
r
1. 475 L.F. Conduit, Schedule 40 1-1/21,
er Lin. kt. or s figures
f
2. 4 Each De ign B" Junction Box �+»
J 11
er
3. 440 L.F. french and Backfill, 12" Wide,
24" D p. /
a )s r Tim
4. 3 Each Street Light Pole Foundation,
4'0" Deep o
er ac
5. 980 L.F. Street Light Mire,`/4lea
erLX
6. 3 Each Aluminum Standard, 40' with 8'
D vit Arm Installation
S la..!d«4 L L4.../t✓ .l
er ach—�!`—� -r— --t
/• 3 Each L ai/re - 400 Watt Sodium Vapor
er ach--� � -
8. 176 L.F. Vf�e le Detect n Loop
Ter_ n. '
9, 265 L.F. Int c nnect Wire, 2/c
n S �
p L n.
10. Per Lump Sum Qu+ k discoynect fuses 3 spo'ce ids
SUBTOTAL
'* i
.. YI"N'f✓ .,ar. S ,..wry+
14
SCHEDULE OF PRICES
(vote; Unit prices !or all 'tams, all ext'sMIMa and total amow�t o,bid must be :horn, Shor 'uut Prices in both words and figure•and where conflict occurs [he wrl tten or typed cords shall Prrvaj :.l
I
�ITEM. 1 APPROX. ITEM WITH UNIT PRICED BID
NU vUANTITY ces to be Written In Words DOLLARS PxICE Unit Pri A1M)Ui;T
CTS. GOLLAP CTS.
_ aIT
13. 2 Ed. Co action to Existing Pipe _
i
Per ac r s
Burls
14. 2 Ea. Wheel-Chair Ramps - Type "A"
Per Eacli7
15. 2 Ea. Wheel-Chair Ramps - Type "S"
Per a4�'Ty1`
16. 100 L.F. Reegve Exist. Curb b Gutter
£lj
PUTint. _
17. 1000 C.Y. Roadway Borrow 1,
Per�u�d--
1R. 60 L.F. 6" C Crete Pipe _
Per ~Yn. ft.
19. i 5 Ea. IMoQyment, rise b Cover
...L .Ga9�... of li ✓ Lik _
I Per ac
20. 15 M-Gal , Wa'ter
$ '.�
.s JI/i!/�ar,L ei Jss
. Per Td� Ga1-
Tt. 23 SY Cement Concrete Sidewall - 6"
Per Sq. YrT—J�""`= • .w_ .1.t. ..e
22. 7 Ton Misc Asphalt
Per on +a
1 5'18TOTAL I S /ld To
� I
i