HomeMy WebLinkAboutWTR2701418 bt
16 MAIN NE 12TH OM EDMONDS AVE NE TO I -q -Z, W-272
Tj T GITT.AT\InQ
r�
SPECIFICATIONS
The Specifications to be followed for this project will be the "Standard
Specifications for Mu4icipal Public 'Works Construction" 1963, prepar.i
by the 'Washington State Chapter of the American Public Works Association �.
as adopted by the City of Renton.
1
Paw 2
Sub-Total $ 20y 15G . $O
4.5% Sales Tax $ I �2.(0(p 7-7
TOTAL s Z? 4 ! 7. 2 7
THE UNDERSIGNED 811DOER, HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT, IF
AWARDED HIM, WITHIN (10) DAYS AND TO COMPLETE THE WORK WITHIN (20) CONSECUTIVE CALENDAR
DAYS AFTER STARTING CONSTRUCTION.
CATE: THIS DAY OF 1968.
SIGNED:
TITLE:
ADORESS:
r
�.
SCHEDULE OF PRICES (W-272)
AINMDfI l MATE UN I T TOTAL
ITEM QIMWTITy DESCRIP710W PRICE PRICE
I . 3000 L.F. Excavate, Lay, Bec fill and Compact, 16"
D. I . Pipe, Price Per Foot shall Include
the Installation of all pipe, gate valves,
fiitings and appurtenances as necessary.
S E �,I Q S IFr 3°,-r op
Per (Words) T�F i�gur'esT� ( gures
2. 40 L.F. Excavate, Lay, Backfill and Compact, 10"
0.1 . Pipe, Price Per Fuot shall innlude
the Installation of all pipe, gate valves
fittings and appurtenances as necessary.
s s 3.00 IzG- 00
Per IT
3. 1 Each Construction and Materials for large
Type "A" Vale Chamber as per APWA
Specifications (standard Plan 171 )
$ f loon . oo , s ow"00
Each
4, 700 Cu. Yds. Select Rackflll
f f 3.00
S. 170 Cu. Yds. Gravel Bedding
$
Per Cu. Yds.
6. 1833 Sq.Yds. Asphalt Street Restoration
S $ r- 30 f l i 5(00. 50
Per s. — T
7. 12 Sq. Yds, Concrete Streat Restoration
f S 10.00 f 12-0 . 00
Per Sq Yds.
8. 4 Cu. Yds. Concrete Blocking
f $ Z50010 f I OD. O0
Per Cu. Yds.
i w►
DID BOND FORM
Herewith find deposit in tine form of a certified check, cashiers check, cash,
or bid bond in the amount of $ _which amount is not less than five percent
of the total bid.
Sion Here
BID BOND
Know All :'en By These Presents:
That we, as Principal ,
and , as Surety, are
held and firmly bound unto the City of Renton, as Obliaee, in the penal surn of
Dollars, for the
payment of which the Principal and the Surety bind themselves, their heirs, executers,
administrators, successors and assigns, ,jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any
award to the Principal for
arcordina to the terms of the proposal or bid made by the Principal therefor, and
the Principal shall duly make and enter into a contract °pith the Obliaee in accor-
dance with the terms of said proposal or bid and ar•,ard and shall Give hond for the
faithful performance thereof, with Surety or Sureties approved by the Obligee; or
if the Principal shall , in case of failure so to do, pay and forfeit to t;le Obliaee
the Dena] amount of the deposit specified in the call for bids, then this obligation
shall be null and void: otherwise it shall be and remain in full force and effect
and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and
liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS DAY Of j 9 r
Pt rncrp�--
urr_ y
Received return of deposit in the sum of
a
PROPOSAL
TO T'C CI-I'Y OF RENTON
V.-JON, WASIIINGTTNI
Gentlemen:
The undersigned hereby certif that has examined the site
of the proposed work and ha rea am t oroug ly un erstand tho plans,
specifications and contract governing the work embraced in this improvement, and the
method by which payment will be made for said work, and hereby propose to urdertake
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 following schedule of rates and prices:
(Note: Unit prices for all items, all extensions,
a=total amount of bid should be shown. Show unit
prices both in writing and in figures.)
Signature
Address
Names of Members of Partnership:
OR
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
r
>w
INSTRUCTIONS TO BIDDERS
1. Sealed bias for proposal will be received by the City of Renton at the Council Chambers
in the City Nall until 8:00 P.M., SC PT, 4, 19Ce$
At this time the bids will be publicly opened and read, after which the bids will be
considered and the award made as early as practicable.
No proposal may be changed or with&awn after the time set for receiving bids.
Proposals shall be submitted on the forms attached hereto.
2 The work to he done is shown on the plans, Quantities are understood to be only
approximate. Final payment will be based on field measurement of actual quantities
and at the unit price bid. The City reserves the right to add to or eliminate portions
of the work as deemed necessary.
3. Plans may be examined and copies obtiined 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 ofa1' work and the furnishing
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 p^ice bid will govern. Illegible figures will invali-
date the bid.
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 or satisfactory bid bond made payable without reservation to the
TREASURER OF CITY OF RENTON in an amount not less than Sit of the total amour.t bid
shall accompany each bid proposal. Checks will be returned to unsuccessful bidders
immediately following decision as to award of contract. 'fie check of the successful
bidder will be returned provided he enters into a contract and furnishes a satisfact-
ory performance bond covering the full amount cf the work within ten days after receipt
of notice of intention to award contract. Should he fail, or refuse to do so, the
check shall be forfeited to the City of Renton as liquidated damage for such failure.
B. All bids must be self-explanatory. No opportunity will be offered for oral explan-
ation except as the City may request further information on particular points.
Y. The bidder shall, on request, furnish information to the City as to his financial
and practical ability to satisfactorily perform the work.
IC. Payments for this work will be " ' _
jw
HI6H
i .hr A(SfR s
14
7i � Aj j
\`die\•_..I ✓� � 'e>�J .'�^;- - ti .
ol if
.e co
17
/ •, �� r �d.l •s Lr.
3
M•
c rY of �tOn
`
.••� ' , � ti 1I11Eti LEPAf2TMc1VT
YICIyITY MAP
.. J .
iOLarc W 1�L' I
/
fro i�
t Call for Bids
Waterline lnstallation
City of Renton
The City of Renton, Washington will receive sealed bids, In the office of the
City Clerk, at the City Hell, Renton until 5:00 o'clock P.M., September 9, 1968, or
presented to the City Council until 8:00 o'clock P.M., same day for the INSTALLATION
OF A 16" WATERMAIN SUPPLY LINE IN 12TH AVENUE NORTH BETWEEN "E" STREET AND THE
HIGHLANDS RESERVOIR, ( WATER PROJECT W-272 ).
Plans and specifications may be obtained from the office of the City Engineer
upon re-eipt of a doposit of $10.00 for each set, the deposit will be forfeited,
unless Plans and Speciflcation are returnod in good condition thirty (30) days after
date of bid opening.
A certified check or bid bond in the amount of five (5) percent of the total
amount of the bid must accompany each bid.
Washington State Sales Tax shall be separate bid Item,
The City reserves "he right to reject any and/or all bids + id to waive any
and/or all informalities in bidding.
All cast Iron pipe, gate valves, fire hycrents, fittings and appurtenances will
be furnished by the City of Renton and will be stock piled at Job site for installation by
the contractor.
Halm a Nelson, City Clerk
Data of Ist Publication: August 28, 1968
Data of 2nd Publication: September 4, 1968
WATER OFFICE
COPY
WITH ESTIMATE
';CPT 9 , 194L8
CITY OF RENTON
WA5HINGTON
BID PROPOSAL
AND
SPECIFICATIONS
WATER PROJECT
W-272
12ih Avenue North
between
"E" Street and the Highlands Reservoir
Jack Wilson
utility Superintendent
10. The required "PRESSURE TEST' has been taken by )ON -,AY L'.2
At a pressure of 2 GO PSI , for IS minutes, on 12 IS-69
The test: Failed Passed ✓ . Comments
LOSS of 'S Ads 1w 45 , ,.f,,
H . The required "PURITY TEST' has been taken by
On Date of Reply Failed
Passed Comments
12. Is there an casement required? If so, give dates for:
Preliminary Submitted Recorded
And Recorded Number
2't 4-U•
I;. This Project included 211111MMIM LF of 1<o Watermaln
4C I p u
u
And Gate Valves Gate Valves
Gate Valves and Gate Valves,
And all miscellaneous accessories for a total value of S
Also, size Make type Fire Hydrants for a
total value of $
14. The transfer or "Bill of Sale' is in; Preliminary
Submitted tecorded form.The recorded number
15, This project information was sent to the Utility Dept. for recording on
and taken into "plant" on
16. What drawings does the Water Shop have on File.
Preliminary As-Built
r
e
A*&
Form Completed on �--
city of Renton
Utility Department Project Form
1, Water Project Y 'A) ete Protect No. given
I Gi(G 7
I(o D.I . WATEQ. fh,n,u
a u
2. Project Description a 10
nd location �y r
SY }„ I,;it,f.I�ArJ r2ESE�2�K+tQ.. ,,� '•
2Y" AJE N ¢4Jrt ,M
$. Devej_per's Name «�
yr �w
Address "`
Phone N / rri;
✓ Y'" f
(If City check
Engineer's Nsme
Address �----------------
Phone III
(If City check +j
Contractor's NameJF
i
Address 7
I10
9 v Phone p A
k, is there an ACTIVE Late-Comers Agreement in the project areal
if so, give File Name ;
And Number ��
Recording Date foll, vS:
5, The Utility
Department Work order Numbers on this project are as
9 Preliminary ✓ As-Built
6. What plans have been submitted. If so, give Date Prepared
I Has an Estimate been Prepared for Project
And Total Amount of Estimate
.�n if so, give
8, is there to be a Late-Comers Agreement on this project �—_-
Recorded
dates for; Preliminary "______.—
Suomitted ___ —
and Recorded Number Date of "Completion"___�—
Date of "Start of Construction"
f
BEGINNING
OF FILE
i(
�s
LiCIEUULE OF 1p.ICES (W-•2721
i r,
APPROXIMATE WIT TOTAL
ITEM _�IJANTI'Y . UFSCRIPTIQJ PR WE � PRICE_._^—.___
I. 5000 L.F. Excavate, Lay, BackfIII and Ccrydcl, 16"
0. 1 , Pipe, Price Per Font snail ;of-lmir:
the Installation of all pipn, pit, mlw:':,
f I tt i nds and appurtenances as
W)
S �y/E ✓ [. t,071 c�'t nt1'Y. 3_
2. 40 L.F. Excavate, Is..y, C.rckfIII mi C,ripact, IO"
D,I . Plpa, Pricn r r rv,l shall include
l+ the installation of all pips, gate valy+ss
fittings and appurtenanre as nece�ssury.
3. 1 Each Construction and ' ,terinls for largo p ,w
Type "A" Yalve Clwmbvi, n, pi;r AP41A
Spncificat(on, ( tar,d rd Plan 171) "
S_ c�n/ .X taws
Each •.�,•
4. 100 Cu. Yds. Sulect R Vill _ •y'd
3 16, ,• .IJC t t+/it3 l rd'r i �,�NiY S .. --•--
Pe�dis __-
r
I 5. 170 Cu. Yds. Gravel Bedding - _ y
C C
Pef Z I. S. 1
6. 1835 Sq.Yds. Asphalt $ reit Re9feratien
7k
t�
3 w
Por sq.
k
7. 12 Sq, Yds. ronerate Stroet Rmsturetien c
For , Yd S.
t a. 4 Cu. Yds. Concrete Blocking �)
s 4;,4 It'i4'-
Per Cu. Yds.
h.
12th Avenue North oetween "E" Stree and the Highlands Reservoir
Name Address
CAWBELL CONSTRUCTION 30146 16th SW federal Way Wn 98002 01
VE-9-1031
J.J. JACKSON 100 Rainier Avenue So. Renton 02
GESNER % BROWN INC. 11025 142nd SE Renton 03
AUSTI CONSTRUCTION CO. P.O. BOX 547 BEilevue 04
PRGENTIERI CONSTRUCTION 1815 So. Jackson Seattle 98144 05
ALLISONS INC 9917 Portland Avenue Tecoma 92 98445 06
MCDONOUGH CONSTRUCTION 00 13249 Northrup Way Bellevue 07
BOWERS CONSTRUCTION 16239 Ambaum Redx Blvd. S 98148 09
FRANK COLUCCIO CONSTRUCTTON 7778 Seward Park Ave S Sea 98118 09
i
r
i
W'-272 Bid TG bu IQ+ion Sept. 9, 196 t
M2T" AVE . N. from `E" 5TREET to HIGHLANDS RE5ERVOIR
Bower Corsi. J.J. Jackson Itt. Gesr,er fr Arc�ent;eri Ai1i5��-
Brown inc. `or st. Co.
QE:CRiP'TION G'JANT TY UNIT 'TOTAL. UNIT TOTAL UNIT TOTAL UNIT IOTA. JNIT 'TU`T-,;..
I PRICE PRICE ; PRICE P OCE PR1LiS '
1 Irn" Ci FrPE J 3t)OOi F 'S 4250. 07 2.85 85sJ.OU 5.00 I I(p 809. 06 T ! 22. `�0.00
IW`TN:aA ';.
c PIPE I .4Q L F I jI �� --.. . 70. OC 2.00 50.00 4 .t00 d4 .00 JO.00 .O.ao 4,o..xr
111 f {}
OFT-' { �. . -t �^��.: '.Fr,-.._ 1 EA. .00 � 7t0 . 0C 220CvC 220n. Ot• 1300,C„ _:�0G0 I,..G� J. ,.O I,x.XS.00 I :FOv . .. :
cu vo5. I z.sC I i 750 . 00 2.
. . 1 . S . 14'I0 . 00 - I. , . { 5'.0c i ssaa..oa Go ._ 4. 00. 7c
.e.L"_.r:, i70 CU. Y $. � as0 "-ij92 . 50 5 .ao so, 00 ,
-
ASPNt,, 5 Rety RrGT IP-S 5Q. 'fO5 2 �)5 ' 4v 2 . 25 i C0.00 111.010 . 00 3.00 I 5.505 .00 3 001 5505 .00 o.G1Ct tI010 . 10C
I
Chi:RETC STttEET RES' t2 SQ.Y(3�j. 2 c 2t0. 00 26.00 312 .00 'uo.CO I 3rD0 .0O IS.aO 190. 00 40 30 $8a. �-
NCR ESE OlOG1C1N6 =4aGU� Yam. 25.00 100 00 20.00 QC .00 0.00 80.00 so-Do 2c�0.00 $0.0t} 2aa.
5Uh8 TOTAL .25 ` 24,SIB 4. 50 • 2S,125.00 34,535.00 S 34840.0.;
4.S5Y, SALE! 'T14 e07. 15 1 t0(0 .75 1 130 ,8t 1 554.OA
70TAL 14,09Q., 4-C $ 25,701 . 25 4 21 , 2-159 .81 ' 3(.,089.08 = 30- 407.t
i
i
na.
O
i
Olympic Fwndry a equiv. C.1 Volve Sos
C.1. $p o01
` 7-3r4'Steel SM`cale Rods.. Gate VWve If L e MJ)
Conc Blocsrne _,,+;s`}_ . Cont. Blocllty
• \ 1/•� Nechanital JaMe °—fee tMJ■FLU
"'• 1 1/2"Washed Gravel �c
`J• d's 16'x A'Conc Block.nq
HYDRANT DETAIL
1
1t stele• None
's
t 4 .
I
3 r
Page 4
(10) The Contractor shall furnish a surety bond or bonds as security for the
faithful performance of the contract, including the payment of all persons and firms
performing on the construction project under this contract or furnishing materials
in connection with this contract, said bond to be in the full amount of the Contract
Price as specified in Paragraph 11. The surety or sureties on such bond or bonds must
be duly licensed as a surety in the State of Washington.
(I1) The total amount of this contract is the sum of
, which includes Washington State Sales Tax.
Payments will be made to Contractor as specified in the "general conditions" of this
contract.
IN WITNESS WIIF.REOF, the City has caused these presents to be signed by its Mayor
and attested by its City Clerk and the Contractor has hereunto set his hand and seal
the day and Year first above written.
CONTRACTOR THE C17Y OF RENTON
Manor
_ ATTEST:
City Clerk
r
Page 3
(5) The Contractor shall hold and save the City and its officers, agents, servants,
and employees harmless from any and all liability of any nature or kind, including all
costs and legal expense incurred by reason of any work on the contract to be performed
hereunder , and for, or on account of any patened or unpatened invention, process,
article or appliance manufactured for use in the performance of the contract, including
its use by the City, unless ortherwise specifically stipulated in the Contract.
(6) Any notice from one party to the other party under the contract shall be in
writing and shall be dated and signed by the party giving such notice or by its duly
authorized representative of such party. Any such notice as heretofore specified shall
be given by personal delivery thereof or by depositing same in the United States Mail,
postage prepaid and registered.
(7) The Contractor shall commence performance of the contract on the
day_, 19 , and shall complete the full performance of the contract not later
than calendar days from said date of commencement.
For each and every day of delay after the day of completion, It is hereby stipulated
and agreed that the damages to the City occasioned by said do ay will be the sum of
B . 6 - 1y; , as liquidated damages for each such day, which
shall be pa`d by the Contactor to the City.
(8) Neither the final certificate of payment nor any provision in the contract
nor partial or entire use of any installation provided for by this contract shal) re-
lieve the Contractor of liability in respect to any express warranties or responsibility
for faulty materials or workmanship. The Contractor shall be under the duty to remedy
any defects in the work and pay for any damage to other work resulting therefrom which
shall appear within the period of one (1) year from the date of final acceptance of the
work, unless a longer period is specified. The City will give notice of observed defects
as heretofore specified with reasonable promptness after discovery thereof.
(9) The Contractor and each sub-contractor, if any, shall submit to the City such
schedules of quantities and costs, progress schedules, payrolls, reports, estimates,
records and miscellaneous data pertaining to the contract as may be requested by the
City from time to time.
Page 2
(3) If the Contractor refuses or fails to prosecute the work or any part thereof,
with such diligence as will insure its completion within the time specified in this
contract, or any extension in writing thereof, or fails to complete said work within
such time, or if the Contractor shall be adjudged a bat,krupt, or if he should make a
general assignment for the benefit of his creditors, or if a receiver shall be appointed
on account of the Contractor's insolvency, or if he or any of his sub-contractors
should violate any of the provisions of thin contract, the City may then serve written
notice upon, him and his surety of its intention to terminate the contract, and unless
within ten (10) days after the serving of such notice, such violation or non-compliance
of any provision �f the contract shall cease and satisfactory arrangement for the
correction thereof be made, thiF contract, shall, upon the expiration of said (10) day
period, cease and determine in every respect. In the e.,ent of any such termination, the
City shall immediately serve written notice thereof upon the surety and the Contractor
and the surety shall have the right to take over and perform the contract, provided
however, that if the surety within fifteen (15) days after the serving upon it of such
notice of termination does not perform the contract or does not commence p formance
thereof within thirty (30) days from the date of serving such notice, the City itself
may take over the work under the contract and prosecute the same to completion by
contract or by ny other method it may .seem advisable, for the account and at the
expense of the Contractor, and h:s surety shall be liable to the City for any excess
cost or tether daaages occasioned the City thereby. In such event the City if it so
elects may, without liability for so doing, take possession of and utilize in completing
said contract •uch as materials, macninery, appliances, equipment, plants and other
properties belonging to the Contractor as may be on site of the project and useful
therein.
(4) The foregoing provisions are in addition to and not in limitation of any
other rights or remedies available to the City.
' 1�
THIS AGREEMENT, made and entered into this day of ,
19 by and between 711E CITY OF RENTON, Washington, a municipal corporation
of the State of Washington, hereinafter referred to as "CITY" and
, hereinafter referred to as "CONTRACTOR".
W I T N E S S E_ T H:
(1) The Contractor shall within the time stipulated, (to-wit: wit)in 3 0
calendar days from date of execution hereof as required by the Contract, of which this
agreement is a component part) perform all the work and services required to be per-
formed, and provide and furnish all of the labor, materials, appl+.antes, machines, tools,
equipment, utility and transportation services necessary to perform the Contract, and
shall complete the construction and installation work in a wo-':manlike manner, in con-
nection with the City's prof- (indentified as No. W- 2-) for
improvement by construction and installation of: I(o G .I ✓/AT' Nra�.^i Ih
12 - 4 t� r F - ' i.
All the foregoing shall be performed, furnished, constructed, installed, and completed
in strict conformity with the plans and specifications, including any and all addenda
issued by the City and the other documents hereinafter enumerated. It is agreed and
stipulated that said labor, materials, appliances, machine, tools, equipment and
services shall be furnished and the construction and installation be performed and
completed to the satisfaction and approval of the City's Engineer as being in such
conformity with the plans, specifications and all requirements of the Contract.
(2) The aforesaid Contract, entered into by the acceptance of the Contractor's
bid and signing of this agreement, consists of the following documents all of which
are component parts of said Contract and as fully a part thereof as if herein set out
in full., and if not attached, as if hereto attached:
(a) This Agreement
(b) Instruction to Bidders
(c) Bid Proposal
(d) General Conditions
(e) Specifications
(f) Maps and Plans
(g) Bid
(h) Advertisement for Bids
(i) Special Contract Provisions, if any
t ,
BOND TO CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS: i s
That we, the undersigned r
F
as principal,
an , curymra2ion organize
and existing under the laws of the State of as a surety corpor-
ation, and qualified under the laws of the State of Washington to ecome surety upon bonds
of contractors with municipal corporations, as surety are jointly and severally held and
firmly bound to the City of Renton in the penal sum of f for the pay-
ment of which sum on demand we bind ourselves and our successors, heirs, a ministrators or
personal representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washing-
ton, the Ordinance of the City of Renton.
Dated at Washington, this day of 19
Nevertheless, the conditions of the above nbligation are such that:
WHEREAS, under and pursuant to Ordinance (or Resolution) No, or by
Council action of the City of Renton, passed , 19 th- Fe Mayar and City Clerk
of said City of Renton have let or are about to et tote saw the above
bounden Principal, a certain contract, the said contract being r er--
and providing for
(which contract is referred to herein and is made a part hereof as though attached hereto),
and
WHEREAS, the said principal has accepted, or is about to accept, the said contract, and
undertake to perform the work therein provided for in the manner and within the time set
forth;
NOW, THEREFORE, if the said shall faithfully perform all
of the provisions of said contract in the manner nner an7i wit i—n the time therein set forth, or
within such extensions of time as may be granted under said contract, and shall pay all
laborers, mechanics, sub-contractors and material, men, and all persons who shall supply
said principal or sub-contractors with provisions and supplies for the carrying on of said
work, and shall hold said City of Renton harmless from any loss or damage occasioned to any
person or property by reason of any carelessness or negligence on the part of said principal,
or any sub-contractor in the performance of said work, and shall idemnify and hold the City
of Renton harmless from any damage or expense by reason of failure of performance as speci-
fied in said contract or from defects appearing or developing in the material or workmanship
provided or performed under said contract within a period of one year after its acceptance
thereof by the City of Renton, then and in tha'_ event this obligation shall be void; but
otherwise it shall be and remain in full force and effect.
APPROVED as to legality:
Approved:
MINIMUM WAGE AFFIDAVIT FORM
City of Renton
COUNTY of
I, the undersigned, haling been duly sworn, depose, say and certify that in
connection with the performance of the work, payment for which this voucher is sub-
mitted, I have paid the following rate per hour for each classification of laborers,
workmen, or mechanics, as indicated upon the attached list, now referred to and by
such reference incorporated in and made an integral part hereof, for all such employed
in the performance of such work; and no laborer, workman or mechanic so employed upon
such work has peen paid less than the prevailing rate of wage or less than the miniinum
rate of wages as specified in the principal contract; that 1 have read the above and
foregoing statement, and certificate, know the contents thereof and the substance as
set forth therein is true to my knowledge and belief.
CONTRACTOR
Subscribed and sworn to before me on this day of
19
Notary Mic in aM for the Late of
Washington
Residing at
C?RTIPICATION OF NONDISCRIMINATION IN 2MPWYMENT
The bidder represents that he /_7 has, / has not, participated
in a previous contract of subcontract subject to either the equal
opportunity clause herein or the clause contained In Section 301
of Executive Order 10925; that he has, //7 has not, tiled all
required compliance reports; and that representations indicating
submission of required compliance reports, signed by proposed sub-
contractors will be obtained prior to subcontract awards.
Company
by
T tie
Data
(The above rep^esentation need not be submitted in connection with
contracts or subcontract* which are exempt from the clause.)
DA P. 10.43
Special Provisions (Cont.)
10. The project shall start at the Intersection of 12th Avenue North and Sunset Boulevard
East (Sta II ♦ 80) and prxode east to the Highlands Reservoir to facilitate the
repaving of the street in this area.
11 . Pavement Restoratlon-A,;ha lilt concrete pavement shall be wheel cut and removed
without damaging adjoining pavement. No irregular edges will be permitted.
Asphaltic concrete pavement restoration shall be accomplished In the following
manner;
a. Remove the upper six Inches of backflll and compact the trench with a vibra-
tory compactor.
b. Place 4" of 5/8" minus crushed rock and compact with a compactor,
c. Place 2" of ',lass "B" Asphaltic Concrete in a manner to conform to City
Requlremen^ .
"Asphaltic Concrete Restoration" shall be paid for at the unit bid price per square
yard of trench which shell constitute complete compensation for cutting, excavating,
disposing of material , furnishing and placing crushed rock and asphalt.
Where come concrete pavement is required, cutting shall be accomplished by use of
a concrete saw. When the trench is ready for paving, remove the backflll to a depth
of the adjoining pavement and compact the trench with a vibratory compactor. Repave
the trench with a standard 6 sack mix with 2% Calcium Chloride added. If an asphalt
Overlay exists the concrete comer► will be brought to the grade of the existing concrete
cement and an overlay of Class "B" Asphalt shell be placed and brought to existing
grade.
"Cement Concrete Restoration" shall be paid for at the unit bid price par square yard
of trench which shall constitute complete Compensation for excavation, cutting, dis-
posing of excess material, ;urnishing and placing cement concrete and asphaltic concrete
overlay where applicable.
All joints will be sealed with hot asphalt liquid where asphaltic cement Is placed.
12. The Contractor shall use flagmen, barricades and cc'1es when partial closure of a
street Is necessary, and also detour signs when complete closure of a street Is
necessary. The Contractor shall maintain 2-12' lanes of traffic (one each direction)
on Sunset Boulevard East at 12th Avenue North, at all fires,
13. The Contractor shall be required to maintain and supply or,-built drawings to the
City when the job Is vumpleted.
14. The Contractor shall be required to maintain drainage from his excavations.
v`•
_2-
J"T
SPECIAL PROVISIUIS
I , The Contractor shall cote in and keep in fw ce dur Ing the form of the contract,
public Iiatillty and property damage insurance In companies and In form to br.
approved by the City. Said insurance shell prov'do coverage to the Contractor,
any subcontractor performing work provided by this contract, and the City. The i City shell be named as an additional Insured on said policy insofar as the work �{
and obligations performed under the contract are concerned. The coverage so
provided ;hall protect against claims for personal injuries, including accidental
death, as well as claims for property damages which may or se from any act or
ommission of the Contractor of the subcontractor, or by anykne directly or in-
directly employed by either of them,
1 The minimum policy limits of such insurance shall be as follows:
1
Bodily Injury liability coverage with Ilmits of not less that $100,000 for bodily
injury, Including accidental death, to any one person, and subject to that limit
for each person, in an amount not less than $300,000 for each accident; and pro-
perty damage coverage in an amount of not less than $50,000 for each accident.
A copy of the Insurance policy, together with a copy of the endorsement nan:ng
the City as an additional insured, shall be pre Ided to the City within a reasonable
time after receiving notice of award of contract. ,e
The contractor shall furnish the City with satisfactory proof of carriage of the
Insurance required.
i
2. The Contractor Shall furnish the City, a ropy Of the "Statement Of Intent to Pay
Prevailing Wages On Public Works Contracts". The purpose is to provide evidence
of Intent to comply with the prevailing wage requirements of Chapter 39. 12 Kw.
3. The Contractor shall be responsIb le for not if yl 9 the Gas Company, power Company,
and Telephone Company when he plans to start construction.
4. All cast Iron pipe, gate valves, fittings and appurtanances will be furnsshed by
the City of fbnton and will ho stock piled near the job site for Installation by
t the contractor. All other material not provided for, but clearly Intended will
be furnished by the Contractor at nu extra cost to the City of Renton.
5. The price per lineal foot for Installation of the pipe shell Include the installation
of the firs Nydrants as per pans and specifications, and io extra compensation will
be allowed.
6. City forces shall make all connections to existing water mains. - -
7. The trench width for the water main shall be no greater that %1'. '
'4
6. The average depth of cover for the water main shall be approximately 3 foot to "
4 foot, with approximate 275 lineal feet of 12 foot cover.
9. Special attention is directed to Section 73-2.07D "Compaction of Bil kf ill Under
Special Conditions". This section will apply to the backfill of this project.
s .
f
ss
ii
7:
Mw
October 21, 1969
i
Rainier Asphalt Paving
f1.;Ple Valley Mi9ta.ay
Rcntcn, WashIr"ton 9CO55
Att^noon: fir. >'arty Overmcyer
Ocar Marty: j
Dun to a unforsecable delay In the Installation of the 16"
Dater !lain In 121h „venue North from Sunset roulzyard to the s ;
tll,hlnr: t Re• votr the asphalt pwln0 mist be delayed until a
Tatar date.
Tha City will call for Bids for the pipe Installation on
November h, 11,SP. Pro'Jahle avtrd on the llth of Hnvembsr.
Consldaring this an. %,:either conditions perrattir.7 tentbtive
paving v:ould be the 15th of Deco-,ber.
Than% you for your ennslc'.cration .n this ratter.
Very truly yours.
Richard Haughton
Office Englneer
cc: Jack Wilton, City Engineer
Pon Osten. "stet Pf,,,ort--ent
Y
Y{.
October 17, 1968
"-onorable Wald Luster, Mayor
Members 1 t" rIty Council
Gentlemen:
The Encineering :*,)ar"ont respectfully requests permisslor.
to re-call fw bids for the installation of a 16 Inch cast Iron
wetermeln In 12th Avenue North from 1161h Avenue S.E. to
Highlands Resemo1r.
T-e date rsauester' fc,* bid opening 1s November
Very truiv you".
Jars -„,ison
JMIMJ City Engineer
City Attorney and it is his opinion that the City is within its
rights to award as proposed. The specifications for this project
provide for such a procedure when its within the City's interest
to oo so. In this particular use, the City would be sovtnf
$0,000.00 or more.
It is very important that this project he completed Ls soon as
possible. It is for this mason that I am recommending in Ols
matter rather than rejecting all bids and recalling.
ver,• tnily yours,
Jack Nilson
City. Engineer
JM:o
:ict ot>e2 I1, 19GB
Honorable Donald Custer, vsyor
Members of the City Council
As: Bids for water stain Installation in 12th Avenue North
(W-272)
'ontlemsn:
On September 23rd the City Council refered the awarding of a
bid on the installation of a 16" water Main in 12th Avenue North
to the City Engineer and the City Attorney for recommendation.
You will recall that bids were opened on September 9th and there
was a differonce of 311,6o1.BS between the Iw bid and the second low
bid. The low bidder subsequently claimed an error of $5.000,00 in
his asphalt strwt restoration bid. Even conceding that an error was
made, this bid would still he approximately 36,000.00 lower then the
next lowest bid. I don't feel that it is a good policy to allow s
bidder to adjust his bid after bids are opened, buz 1 don't believe
It would be in the City's interest to just throw out this bid an,t
award to the second low bidder because of the large cost difference.
7o complicate the situation, the City has a contract pending
to overlay a portion of 12th Avenue North that is covereJ by the
Water Rain Installation. 7him overlay project has been delayed until
the water &sin has been Installed.
I have talked to the low bidder, Anton Bowers, end he has stated
that he would be willing to accept the project at his original vast
Cost bid if the City would delete the tron:.! paving restoration.
7Tis would reduce the contract amount by 11.S26.16 which was his tid
to restore the trenches.: It is my recommendation because of the
significant savings involved that the City delete the paving free
this project and award to the low bidder, Anton Uwen. Approxi-
mately t»-fifths of the restoration wort could he covered in the
overlay project and the City could arrange to have the remainder
Completed sorarate{y. I have discussed this procedure with the
BOWCRS CONSTRUCTION COMPANY
16234 AMEAUN BOULEVARD SOUTH
SEATYLE. WASHINGTON 98148
CHERRY 4.8411
IC Cctober 1.95E
City Engineer
City of Renton
city Hall "
Renton, Washlrgton 9EC�,",7
.is : Water Project W-27,
Gentlemen:
lt:e Stan%yard Speci:ications for the above project
stipulate in Section 1, Paravraph 2.08, that a pro-
posal may be withdrawn if award of contract is lelayed
for a period exceelinE '0 calendar flays from tht, time
of the bid opening.
i<ore than thirty days has elapse) since th- bile were
opened on 9 September 196E.
I, therefore, with'-'raw Ty propo.=al for the above pro-
ject.
Very truly yours, C
Anton T. lowers
ATB/mab
NX, . oN
OCT 1 t'19fiY�
ENCINEERBIt; O&PT
OrMSNER & BROWN ,
GENERAL PIPELINE CONSTRUCTION
11025 . 142No SOUTHEAST
RENTON. WASHINGTON 08055
AL 5-5048 . BA5-1753
�^ I)er io+ 1
- 2 -
tIr. Jack 'n'il sou
contract ju,si completed fcr ti:e M ty of Ijsaquah. de ?.ave a' so
done exte 31ve wor for Vie Town of W yde Fill, Ci"7 of Yarrow Point,
Val-Tue 4ewer Xotrict, and Lakeridge-Bryu/Mawr Se.rer Mi7triot.
Our work has also taclulad exte>,sive sub-cr;ntractin- oa State and
Bederxl hid v, . ;^ 's, ;e woll as numerous _r:ivate =.,tracts in and
around King Cc .;r t,, ,
Our finaccia! ronditlon can be ver;.fied :with Vl a Seattle 1st rational
Bauk s:.d Seattle '"rust " 3 v1: Benk, aenton brp_acl es. Je have also
dose ba,ines; over ae years ,-iti: various suppliers, a-l' of coarse,
writ, the major pipe su2plier3. If a more complete and recent
financial Statement is desired, oe woold be to furnish for your
review.
If th re is an;: po^31ble way we -,, serve ;u La tris matter, we are
ready to move immediately.
Ter 'ntiy yours,
n
Phillip 9. ;ecaer, ?reoident
83:O,ii;, I:'C.
:sue,
C3ESN"ER 8a HROWN , INC.
GENERAL. PIPELINE CONSTRUCTION
11025 . 142No SOUTHEAST
RENTON. WASHINGTON 90055
AL 5-5048 • SAG-1753
City Entaineer
City of mentor
Renton, " ac+ in„ton 2.055
Gontlement
In reply to your rece"it inq,iry ccnceritn our b_cicLro•snd a ;eneral
kmovled,me in conotrin"tior. of major at lit y9t± ', we wor13 lice to
greoent t' is brief su i%: Lrr for your ccnelderat. a.
Qner ti - prevlouEl; :s General 1i;ellne Construction ^.ompany, 3.r,ter
incorporated as Geener & Brown, Inc., ve .rave 'xal _!v comb 4ned
experience of inst;Alin; over "5C,000 feet sf pipe, xir :ln " in size r
fr^m < 1 ah water service .o 72 inch storm newer rroj,cts 'ie 'aava
succe- fl�llj faced eve.;- situation 1•nsZinab'.e in this field, ranGias
from a.)lid rock excavation to dealin viva aua4pj railie,7 lowland;
,fro bic!. cc_,!.try roods to dormtnwn me`ropolit.sn Seattle traffic.
Prior to fonaation of tles-her ' Browns Iz^. , T 'e 'rinoipaln were
e'nplofed by t?^a late Xr. lene 3esner, ,r:o Aa.0 been enCaged in this
work or 28 years. The writer baZan wor;:in,, In this ar<a at the
early a3e o' 12, wjl Mr. crown at the aGe of 19. to are now Sncre3s-
";; t':e size and scope of our present b.::Arena b•,.s.d on tUs past
knosrled a and ex?ericn,e in working to, e'...er :'rr so many years. Bet:a
I..r. 3rox: and %yself live in Vie Rc -':c e a =nd vul•ie :.'_;xly V.e
nontaots we :ale made with t..- ht�- �:ad Ito erployees.
'fe have c'isc+isrel tce proposed water Project �f 27g q;1ts extensively
and realize V:e import of a ;;Ir,jfct of t.rls size, as we are .cite
accustomed to this level of work Lad it, rr;q ,ix°e a :s, lnaludl_j the
liabllit Li-, lved in warkin, cic,,c to ac�c u::d the heavily
tr::veled inter^:ectlon of I2t: kvr , ate Sort -ad ;meet Riway.
In this sr,�a are several_ exi ',' ^ : un nr3ro*xnd utill.tiza, and wltli
the limited de"lectin o> Joiats ,si_:, :r^ larger diameter pipe,
locution .° these utilities ahead of !a.e pipe-isyin3 operation are
most imyorto.nt If we are .c slnl:ciae ;•.s...in other words, this
t,r;e �* .,ork 1e no Aico or
Remo of t. a 1<.rger pro .seta t'lnt '.ee a ;oast
four yenr7: ' nc'_ade t',ree water c ntraats "cr t ,e 01t of da� urn; twn
water c_n 1,rac 1 %<id J '.a sewer contract fr.r t _:.. 131tir of llerlt0n; ,is
sewer ccntraot for t e 01ty of Redmond; o e ,Inter o�atraPt r>aently ?
coinpleted r _'. e ^.ity o` Takvila; tw.i water c:5ntr2 Ct'i por Ziu
` unty Ju+e Dir,triat 97; t:ro water non+;roots r, ,01 tall race tly !
!rr t•,e Silver TjRke Tager District it- Inohwils'i Ccunty; we f
i
i
t
4
W
rt�
a
J. J. JACKSON, INC.
P. 0. Box 247
Renton, Wash. 98055
October 7, 1968
Mr. Jack Wilson
City Engineer's Office
City Hall
Renton, Washington 98055
Rex Water Project W-272-Installation
of 16" Water Main in 12th Ave. N.
Dear Sir:
As requested in your letter dated October 3. I submit the following .p h� :,,,_
information as evidence of my company's financial resources:
Bonding: Dawson and Company, Seattle
Banking: Peopls's National Bank, Skyway Park Branch, Seattle
Last Job Completads King County Water District #20, Hurien
Job Now 90% Complete: City of Zdmoncs Water District
Personnel to be employed for this installation:
Jim Hird, Project Supervisor
Russell Gregerson, Foreman
Bill Gibbs, operator
Pete Ledbetter, Laborer
Carl leraelson, Laborer
Equipment available as required for this installation:
1 - 1966 Multihoe
1 - 1966 John Deer
1 - 1959 Hopto
1 - 1966 D500 Dozer
1 - Pine Trailer
2 - Dump Trucks
Misc. equipment as needed to oe supplied or rented from
Tool Crlb or "40" Rentals.
Any additional informatir,, required may be obtained by calling me
at AL 5-6242.
Very truly yours,
r
Ken Gilbert
Manager
K7 srg
M.
f`
iA
t
R:
Fri
L
Y
1LLwrt-1'R r'?Rs,4-er....,Mr .rev < rpM IYMke^ofe"ice.:R'i�H. .. .
IDTPER-ornCE MEMO R+.
TO; JACK BI160N, City Engineer DATE October 4, 1968 "r
FROMt CZR%RD M. SNELUN, City Attorney 1 .
Rat Water Project 12th Avenue North
i
Dear Jacks This is to confirm our meeting in our office on October 3 regarding
the above wetter. You furnished us with a copy of "Bid Proposal and Specifications"
regarding this job and we notice that the instruction to bidlers including a
requirement that the City may request information as to the bidder% financial
condition and practical ability to satisfactorily perform the work. You will
remember that I suggested to you that notices be sent out to the three low bidders
requesting such information in detail in order to allow you and the Cr ittee to
evalosts the bids in the best interest of the City.
We suggest that you submit this matter to the Committee by Monday and I shall
be glad to again advise you of the alternatives that are open to the City to
resolve this issue. I/
V,.> truly yours,
lard
l M.4 $hallan
CMSsds
da,,,.
e WATee LILAC— eeebn. N•M.
Did. will be open.! ! v m. eelnember
�-.. p by city Cpune4 City °,all. wenu.n. ker
DAILY WEEKLY A•.dIN wbelwen 0°°ayll ealHadila d.
we.ervnlr; W1 Wr.Y. spa•. with city Cn-
North_west Construction °°• The° . w•U yby th "'y VC. n,-
flop.NIII i, hrM.bi by the any. .0 Aal
VP 1915 YALE PLACE EAsr - SEAITLE, WASH. 98102 -- EMI 17007
City 1;n-dneer
City Nall
Penton, ' -rhlnrton 98W,
Dear Sirs
Will you please furalsh us for our columns the award
of contract on the above project?
Just ,jot this data on the form below and return in
the stamped, addressed envolope eno;osed.
Thank you for your cooperation.
Yours very truly,
NORTHWEST CONSTRUCTION NEWS
r
A- Yt -c
DFMslb D. F. McCormick
Construction News Editor
Contract awarded to........................Amt..........
Address of contractor...................................
Date of award..................... .. ... . ........I......
Or were bids rejected?..........If so, when will bids be
opened again?........................ Give hour and date
of opening.............................................
If bids held under advisement, until what date.........R�
o �• r. a
Published by Construction Publications/West, Inc.
5�r� 3
n BOWERS CONSTRUCTION COMPANY J
16239 A"uAv" UOUL4VA"O Bout" -
SIAttL[. WAf,ll"QLIa 98148
CHuir 4 6411 r
f
Sept,,,^bar 1c�Igr;
t
City 3rvinesr I
Cfty of�Renton
City nail
:tenton, :i:sh_ 'ton 9{C55
Be: 12th .,venue X. Ylaterr.,alr,
Project ':o. W-272
C-nnt]er.�n:
In esti;,atfnF th tort of the above pro Sect we firurel ,
tho asp!:alt pate" on a "per 11ncal foot " basis. This
price wa:: then u::ed on the bid proposal. The units uc,.ed
on the tf3 proror:al ^cr:', for ;he aspk!Ot patch, however,
was "per snuanr card" Thin eaunci e.n error in our bid I
of ovar five thounand dollars.
We therefore renusst that we be al"nwej to withdrew
our bid.
Vrry truly yours,
r
Anton T. Youer:'
f
G
<lc f / . � {, ; c � !✓d ter �c ;,.. J,, ��t .
� •mot C .
IN.' ,'c1 r r.' ell c ,n •-�r 7 c. f /' r c�I /> �'!; ✓c� 1
Ul z" Fit> � C 1 .. yTht_
L.G Ct/
T.: �
,rrq, n
c
s®hteacet i6, 195a
Honorable Donald CUster, ttayor
members of the City Council
Pat Report of the sire f water Cositta•
Cacti"7 Ir,,
It is the recommendation of the Fire i water CowitW that
the City aoaept the low Did of Bower's Construction Co. of
$14,099.40 for installing a 16' water main in 12th Avenue No.
upon approval of the contract by the City Attorney, it is also
recommended that the mayor and City Clerk be authorised to sign
Paine.
pin i eater Committee
OF RE',� �
L � 7 CITY ENGINEER'S OFFICE REN'I'ON, NVABI-IINGTON
ZZNCITY HALL. RENTON, WASHINGTON 96055 • ALPINE 6.3464
i
114
14011 OF
ADDENDUM NO. 1 to the
CONTRACT DOCUMENTS
For the Installation of a 16" 0.1 . Water Main
CITY OF RENTON, WASHINGTON u
October 29, 1968
Record No. W-272 I
TO ALL PLANHOLDECS:
GENTLEMEN:
The following changes, additions, and/or deletions are hereby made a part of
the Contract Documents for the installation of a 16" D.I. Watermain in 12th Avenue
N. from "E" Street to the Highlands Reservoir, City of Renton, Washington, dated f
November 4, 1968, as fully and completely as if the same were fully set forth
therein:
PREOLWLIFICATIOM , FOR BIDDERS
Th? attached set of forms must be filled out completely and retui,ied with the
bid proposal by Novom�Nr 4, 1968.
All bidders shall acknowledge receipt and acceptance of this Addendum No. i
by signing in the space provided and submitting the sinned Addendum vith the bid,
Bids >ubmitted without this Addendum alill he considered informal .
Very
ryy truly
/� yours,
Receipt this Water Engineer ledn^d and conditions
agreed too this Ronald L. Olsen
day of
,
r
5
r
QF-G
AFFIDAVIT FOR CORPORATION
STATE OF _ )
ss.
COUNTY OF )
I, __ _ s being duly sworn, de-
pose and say tTiaiTam, __._ _ _ _.._ _ _ � of the
_
a corperat4n describes
erfi n andw—itchexecutedtFe oregn nag statement; t___Fat I am familiar with the books
of toe said corporation showing its financial :ondition; that the foreguinq financial
statement, taken from the book; of said corpor tion, is a true and accurate statement
of the financial condition of said corporation as of the date thereof, and that the
answers to the interrogatories of the equipment questionnaire are correct and true as
of the date of this affidavit; and that the statements and answers to the interrogatories
of the foregoing experience questionnaire are correct and true rs of the date of this
affidavit.
a
iced r must also sign ere
'j
Subscribed and sworn to before i this day of
19
My commission expires
—— Notary Public
rY 9
v.`II
r 1KIKE
AFFIDAVIT FOR COPARTNERSHIP
ST... OF )
COUNTY OF )
1, , being duly sworn, depose and
say that I am a member of the flrin of�__—
and that the foregoinq financial statement, �afcen>'romie�ool s of sa73— rm
true and accurate statement of the financial condition of said firm as of the date
thereof, and that the answers to the interrogatories contained therein are true;
that the statements and answers to the interrogatories of the equipment questionnaire
are correct and true as of the date of this affidavit; and that the statements and
answers to the interrogatories of the foregoing experience questionnaire are correct
and true as of the date of this affidavit.
(Member of firm most also s nn ere)
Subscribed and sworn to before me this day of
19
My commission expires
Notary uE1T—C
QF-4
Bidder's Affidavit
AFFICAVIT FOR INDIVIDUAL.
STATE OF )
---- -- ) ss.
COUNTY OF )
11 , being duly sworn, depose and say
that the foregoing fnrnci— a� l statement, taken from any books., is a true and accurate
statement of my financial condition as of the date thereof, and that the answers to
the interrogatories contained therein are true; that the statements and answers to the
interrogatories of the equipment questionnaire are correct and true as of the date of
this afFidavit; and that the statements and answers to the interrogatories of the fore-
going experience questionnaire are correct and true as of the date of this affidavit.
(Applicant must also sign ere
Subscrioed and sworn to before me this __day of
19
My commission exoires
Notary Public
nc7 3
In lieu of comoletino the Financial Statement below, the Contractor -av submit a
cony of his latest audited Financial Statement with the notation that the information
therein containPr is true, correct and co,-nlete.
CONTRACTOR'S FT?IANCIAL S" .-EMFNT
Condition at close o' bus`n,;s _. _ _ _ _._ 19
15SETS
1. Cash, iocludino cash on hand, in banks, and elsewhere
2. Notes receivable . . . . .. .. . . . . . . . . . . . . . . . . .. . . . . . . . . . . .. . . . . .. .
3. 4ccounts receivable from connleted contracts, exclusive of
claims not approved for nayment . .. .. . . .. . . .. . . . . .. .. . . .. ...
4, 5ums earned on uncomoleted contracts as shown by Engineer's
or Architect" estimate, including retained percentage . . . . .
5. Accounts receivable other than construction contracts . . . . . . .
b. Oenosits for bids cr nther miarantees �_ ._ ..—. .
7. Intarest accrunw on loans, securities, etc. . . . .. . . .. .. ..... .
8, Real estate . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . ....... ...... ...
9. Stocvs and banns . . .. . . . . . . . . .. . . . . . . . . . . . . . . ................
10. Materials in stock not included in Item 4 .. .. ........ .. .. ...
11. Eouiprient, book value . . . . . . . . . . .. . . .. . . . . ...... . . .. . . . . .. .. .
12. Furniture and `fixtures, hook value . . . . . . . . .. . . . . . ... . .. . . .. . —.__„
13. Other assets . . . . . . . . ... . .......... . . . . . . . . . . . . . . . . . . .. . . .. ..
Total Assets . . . . . . . . . . . .. —��
LIABILITIES.
1. Notes payable . . . . . . . . ... .. . . ..................... .. .. . . .. ..
—
2. 4ccounts nayahle . .. . . . . .. . . . . ..... . .... .... . .. .. .... . . . ... .
3. Real estate encumbrances . . . . . . . .. . . . . . .. . ... .. .. .... . . .....
4. Other liabilities . . . . . . . . . . . . . . . . . . . . .. . .. ... . . . ...... . . ... -- --..— —S. Reserves . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . .. ... . . . .... .. .. . . . . __.. .
r. Capital stock paid un . . .. . . . . . . .. .. . . . . . . . . .. . . . . ... . .. .. .. —
7. Surnlus (net worth) . . . . . . . . . .. . .. . . . . . . . . . .. . . . . . . .. . . ... . _
Total Liabilities . . . ... .... . �—
CONTINGENT LIABILITIES
1. Liability on notes receivable, discounted, or sold . . . . .. . .
2. Liability oo accounts receivable, pledged, assioned, or
sold . . . . . . . . . . . . .. .... . . . . . . . . . . .. . . .. . . . . . . . . .. . --
3. Liability as bondsman .. . . .... . . .. .. . . . . . . . . .. . . . . . . ... . . .
4. Liability as guarantor on contracts or on accounts of
others . . . . . . . . . . . . . . . . . . . . . . .. . . . .. . . . . .. . . .. . _
5. Other cortingent liabilities . . . . . . . . . . .. . . ... . . . . . . . .. .
Total Continqent Liabilities . .. f_
The undersirr=• I hereby declares that the foregoing statements are true and that
the 'oregoing financial statement is a true and accurate statement of the financial
condition of said firm.
Bated at _ this day of
19
rganM7at on
By —
OF-2
5. a) Have you ever failed to complete my work awarded to you? _ 1=
so, where and why?
b) Have you ever been unable or nrevented from fully completing, any job which
required a bonding company or third parties to take over and complete the project?
If so, please Px,lain fullv.
6. List at least two cornorations, individuals, cities, counties, or states for whom
you nave uerfurncd work during the last flve ,years, and the name of the individual to
whom you refer. —�__�T_-- --
7. What is the co.istructio,i experience of the principal individuals of your
organization:
Magnitude
Individual 's Present Position Yrs. of Construc- & Type of In What
Name or Office tion Experience Work _ Capacity?
8. List t,ie major items of equipment which you own or which will be available for
use on the proposed work.
g.
9. List below the contracts which you or your company or corporation have engaged
in during the previous 10 years that required court action for settlement. _
QF-1
In order to assist the ty of Renton in orooerly evaluating construction bids
from time to time, the follo ng information should be submitted to the City at or
prior to the bid opening, to ietemine the bidder's work experience and financial
responsibility to satisfact( � Iy complete the project. Th, information thus submitted
will he treated on a confident,al basis by the City officials.
The form should be filled out in its entirety and if any additional or explana-
tory infrrmation is to be submitted by the bidder, an extra sheet may be added for
said ourposes. If any essential information is omitted, the City reserves the right
to reject such bid.
CONTRACTOR'S PREnUALIFICATION FOR'.
Submitted to:
BY: A Corporation
-- -- A Partnership
An Individual
Principal Office:
EXPERIENCE QUESTIONNAIRE
1 . How many years has your organization been in business as a general contractor
under your oresent business nam=_?
2. How many years' experience in construction work has your
manization had: (a) As a general contractor
As a subcontractor ?
,3. 'that exne. ienre has your organization had in construction of public
improvements?
4. '!hat other nro.jects hds your organization completed?
Contract N ant Class of Rork When Comnleted Name R Address of Owner
Y
of itE1
C~ ,1 x CITY ENGINEER'S OFFICE RENTON,WASHINGTON
UL
n CITY HALL. N[NTON, WASHINGTON $NOSS , ALPINE 3-74#4
f
OAC 41rt I��I
ADDENDUM NO. 1
to the
CONTRACT DOCUMENTS
For the Installation of a 16" D.I. Water Main
CITY OF RENTON, WASHINGTON
October 29. 1968
Record No. W-272
TO ALL PLANHOLDERS:
GENTLEMEN:
The following changes, additions, and/or deletions are hereby made a part of
the Contract Documents for the installation of a 16" D.I. Watermain in 12th Avenue
N. from "E" Street to the Highlands Reservoir, City of Renton. Washington, dated
November 4, 1968, as f, v and completely as if the same were fully set forth
therein:
PREQUALIFICATIONS FOR BIDDERS
The attached set of forms must be filled out completely and returned with the
bid oroposal by NnvnmtF,?r 4, 196P,.
All bidders shall acknowledge receipt and acceptance of this Addendum No. 1
by signing in the space provided and submitting the signed Addendum with the bid.
Bids submitted withr rt this Addendum will be considered informal .
Very truly yours,
0 N�
Receipt acknowledg^d and conditions Ronald L. Olsen
Water Engineer
agreed to this day of
i r
a
Mr.Jack Wilson - 2 - October 25, 1968
You could also mention that the der may, in lieu of completing, the
Financial Statement attached, subwit a copy of his latest audited Financial
Statement with the notation that the inforsation therein contained is true,
correct and complete.
If you need any additional assistance in this mutter please let us knew.
We recta in,
Your very ttu ly,
i
: Gerard M. Shelhan
City Attorney/
i �'
� r
Occ F HEhTpN
i pF ke OCT EiVFQ
fN��� 2919
OFFICE.OF THE CITY ATTORNEY • NENTUN.
. u POST OFFICE BOX 626. 100 2MO AVENUE BUILDING. PENTON, WASHINGTON 98055 ALPINE. 4
M�
G[RA Ra M. {N[ELM1, CITY ATTORNEY
4
i CAM&♦01 IRNM M.►AIM, Aft„ASSISTANT CITY ATTORNEY
Mr.Jack Wilson
City Engineer
City Wall
Renton, Washington 98055 October 25,1968
Dear Jack: ,.
You handed us today a so-called "Contractors Pre-Qualification Form" that
yo , had received from a City in Oregon which form is being used in ronnection
with considering awards.
As we previously advised you, it is oar opinion that the pity has the right to
ascertain from any prospective bidder his experience and responsibility. This
is also set forth in your standard specification+ and it would be a good idea,
especia;ly on larger jobs, if the City would :ake advortage of these conditions
and secure this i:Iformatinr, on a confidential basis, so it would be, available
simultaneously with the bid op^nine.
The top paragraph of your sample form, of course, should be eliminated as not
being applicable. in lieu thereof you may insert the following statement or
words to that effect:
"In order to assist the City of Renton in properly evaluati❑g construction
bids from time to time, the following information should be submitted to the
City at or prior to the bid opening, to determinist the bidder's w)rk
.xperienee and financial responsibility to satisfactorily complete the
project. The information thus submitted will be treated on a confidential
basis by the City officials.
The form should be filled out in its entirety and if anv additional or
explanatory information is to be submitted by the bidder, an extra =t
may be added for raid rv--rposes. If any essentiat information is om; red,
the City reserves the right to reject such bid."
We believe that all the questions in your sample form are pertinent and proper.
We would, however, add the following which could be a nub-paragraph to paragraph
5, namely:
"Have yo,i ever been unable or prevented from fully completing any jnb
which required a bonding company or third parties to take over and com-
plete the project? It so, please explain fully." .. ..�;.r..
Paragraph 6 could possibly be modified by adding after the words "porfornsed
wort I the following: "durrng the last five years".
a
Y^
Aaguss 20, 1%8
Deily Journal of Cossaares
83 Columbia street
3sattle, Wsehington 98104
Re: Installation of a 16' Watermain Supply ':ne
in 12th Ave. W. between "I" St. and the
Highlands Reservoir, (Water Project W-272)
rentlswen:
We enclose herewith City of Renton r&lI for bids as above-captioned.
Please publish on Tharaday, August 2a, 1968, and supply Affidavit of
Publication in duplicate.
Thank you for your counesiec in this matter.
asry tFaY Tsars,
CITTI Of no" /''
Yates V. Ma1Ms
OLIF Cleric
HWW/fa
so: an"Oring Dept. '
Enclosure
1
. r�lt�
�.�.r...�...... � .�_-rn... ....._.._-.._.. �... � "•ems
¢qin �3oJec;"
' HI6H
P.
rta 9"v5
f'nd P�o�ect
r a-
: ram
ria }L-
f
i
CITY Of RENTON
IlTIIITIES DEPARTMENT
ViC�_ LIA
Wr UAIL -
p ,rrt r of W-212
prt FM1!
y
C.tober 22, 1%8
Doily Journal of Commerce
43 Colunb`a SLroot
Seattle, Washington 98104
Re: Call for Bids, Installation of a 14" Yatea"m
3apply Lim, 12th Ave. No. Between 8 St. and the
Highlands Rooervoir W-272
Oer.leoon:
4mass publish on Friday, October 24th and Wednesday, October 30,
1968, City of Renton Call for Bids an the abate-captioned Lspro►e-
met and furnish iffidavi. of Publication in duplicate.
Thank you for year o-trtesies in this natter.
Very true yOnrs,
CIT: OF ?.8 MO
Heinle W. Nelson
City Clerk
HW Isk
lmelsour,
as: City &nginaor `
16 if MAIN NE 12TH FROM EDMONDS AV NE TO
HICHLANDS C-11 %_4 r;et 11-2 72
r E'l?/n 40 kE 1..� tuh .• i '.' ram..
� '•Ad ,f �5 p • � t
1ewe,
/O - •i
a l t
oil
• • T f ��•� •� 1 '� f �� ± r-w,�_� 1 l) K � AyC r ���r.al..l ..
2
O'_ {'•� �r.. �_� M ' 4 ��..._ 1 � "1...1! (fib t { 4'!"•I 1 .�..,�.ly'� -{
t,. t J, .,.• Llr •
•�� Q {rIr :� tit _ • � • r � .
0L —A 'sM'Y • !rs i 17 1 . . ,. 'i e' jt.
,"W„Lky�j
�, »� } •,♦ �,•�• � ���.1t I. '�� 1� r �;rY'� � �•:���� 't i�l._..i� 'lllii"i`..
"s ♦s «� � 1 , 'Mi ';
��•" (�. . C1A."r. w„'t"!y'I ( A t4• ' ; � . N is 16A I •.SrGi u� rr+. Me �Jr ��J � .
•}'� . � . / ^� yl_TILMES UEPAVMrNT
VICINITY MAP
_ ^w -ram,, • z_,_ . 2_) �,. :_ __ T7
°M )♦ to
was 1
A
� atc' i
Call for Bids
Waterline Installation
City of Renton
a
The City of Renton, Washington will receive sealed bids, in the office of the
City Clerk, at the City Hail , Renton until 5:00 o'clock P.M. , November 4th, 1968,
or presented to the City Council until 8.00 o'clock P.M. , same day for the
INSTALL-,%TION OF A 16" WATERMAIN SUPPLY LINE IN 12TH AVENUE NORTH BETWEEN "E" STREET
AND THE HIGHLANDS RESERVOIR, (WATER PROJECT W-272) .
Pidns and specifications may be obtained from the office of the City Engineer
upon receipt of a deposit of $10.00 for each set. The deposit will be forfel•ed,
unless Plans and Specifications are returned in good condition thirty (30) days
after date of bid opening.
A certified check or bid bond in the amount of five (5) percent of the total
amount of the bid must accompany each bid.
Washington State Sales Tax shall be separate bid . cem.
The City reserves the right to reject any and/or all bids and to waive any
and/or all Informalities in bidding.
All cast iror, pipe, gate valves, fire hydrants, fittings u.d appurtenances will
be furnisred by the City of Renton and will be stock piled at job site for Installation
by the contractor.
vaTmlo Nelson, City Clerlt
Data of Ist Publication: October 25, 1968
Date of 2nd Publication N;+snmbtr I , 1966
a
r+,
NOV 4 14(08 �
CITY OF RENTON
WASHINGTON
e
i
i
� w
BID PROPOSAL
AND
SPECIFICATIONS
WATER PROJECT
W-272
12th Avenue North
between
"E" Street end the Highlands Reservoir
Jack Wilson
Utility Superintendent
O tVATYN UNY.� R.afM Ma,h
H Id.pal ba r.rtiv.d upill At rn„Navrrr-
ber e, by City Ckrk, City Nr44 auat,:..
and oPa+.d at a V.tn., Iho no
city C'.untn. fur In,l.M.It a If• wit«r hit.
r In lath At.. N. betwu.n S $I. aht0 We 1
Hhlhl-wo Are.rvab 1h aanion. IRaalf PMI.
N-r)r. Stoat, with city Lit Nits, city
Hall.
12TH I,VF,NUE WATERL.NE -E STREET TO PESE'+VOIR '"if oily wlll furnish r..i Unit Rh:
eat, wrvh., ary hydran(., aptly1 and a.
yuhten.rav, In .1"kVll. at 'h. Sob art•
NOVYMBER 4TH BID OPENING Cunt...t will ba for ln.Nitannn Dr /6a
G. Argentieri MC11TNER 6 MCCUTC:H^N
#of 1815 South Jackson y y 7722 Rainier Ave S `
Seattle- EA-4-9988 Seattle-Plan 10 6 11
Plan M1 PA-2-8500
Allison's Inc. P.J. SCHADE INC I
r 9917 Portland Ave P.O. Box 543
V Tacoma, Wach. 98445 Auburn, Wash. 98002
Plan R2 LE-1-2.443 Plan 12 TE-3-6340
Bay Construction EVERETT McDonough C,oretructi.on
2155 North Northlake Way 13249 tinrthrup Way
Seattle 9R103 Bellevue, Wish.
Plan b3 ME-3-0440 SH-7-4100 !
H.,Q. Fowler Co�-Tnc. Austin Construction Co.
P.O.-Sax 1(;Q, "r 1•.0. Box 547
vae '�Nelle ', mh. 99M � Brilevue
P1aft- 4- SH-6=�400 Plan 14
Moun"in Pao..-4Dlfajtter
220 Neat Harrison - rf"C& s q..,r,••N y 'Ne
Seattle 99 r f Z44,, p,aa.,rr
Plan N5 AT-4-8540 it I Ito Li- 14202
Anton bOWerN
16239 Aml, t" Blvd. s
Seattle 98148
Plan YG CN-4-8411 SZ1E4T
Nyatt's Backhoe Service 1 act 2s H,��. r_e�r s..✓✓.
19845 Filbert. VriVe
Bothell, wash. 98011
Plan 07 WJ-6-3123
J..l.Jack Son
♦ i 100 Rainicr Ave.
Renton
Plan 18 AL-5-6242
LrR. Staale
4011 Worth M®rif =
Puyallup Wash. T•1-5-0241
Plan #9
d
_1.
aM 1Y CR 41Ni-- Reutpe. NwY.
Hfpi wlll be reeNyaA y,Hri i p.�p.Nanm.
ber 4, by Clty C,,o6 Cev It )b A."
..4 p ,;eil it 6 ym. she I,m Aiy, by
t mcity it. Aye. N.vr 1�"'U: I's . ic' ea14Y Ifm
In M4Ai vi M. ,Mwair. C :1. ml hm
r W B+nNp; 17,w pw
W-Yti. ow. t," cnr 4Ysibro , City
Npti
12TH AVENUE WATERLINE -E STREET TO PESERVGIR TM say W" Nr..,l, v.I bop
care vatem, eye hytttw d,. Lt'r uio "d pp� '"✓;
purl rrvpupn M .IptMNli pt the ).b sit, y
Ca;Arnl Mn 4e for ftauu," ,. or ID.A [�
N(VEMdEA. 4TH d1U UPE)71NG fp
G. Argentieri MCnTN£P 6 MCCUTCHBN
1g1.5 South Jackson 7722 Rainier Ave S
Seattle- EA-4-99e$ Seattle-Plan 10 a 11
Plan 01 PA-2-8500
d *3 4
Allison's Inc. F.J. SCHADE INC t4 ?F
9917 Portland Ave P.G. Box 548
Tacoma, Wash. 96445 Auburn, Wash. 98002
Plan 02 LE-1-2441 Plan 12 TE-3-6340
I
dny Construction L'VERIM Mcuonough Construction
2155 North Northlake Way 13249 Northrup t9ay
Seattle 98103 Bellevue, Wash.
Plan 43 ME-3-0440 sl1-7-4100 -
H.U. Fowler Co. Inc. Austin Construction Co.
P.O. Box 160 P.O: Box 547
Bellevue, Wash. 98004 Bellevue
Plan 4- wi-6-8400 Plan 14
Mountain Pac. Chapter Gesner a Brown
220 West Harrison ).3025 142nd Sr
Seattle 99 BA-6-1753 AL-5-5048
Plan 05 AT-4-8540 Plan 15
M
Anton Bowers
16239 Ambalmf Blvd. 5
Seattle 98148
Plan 46 CH-4-8411
Hyatt's Backhoe service
19845 Filbert Drive
Bothell, Wash. 98011
Plan 07 HU-6-3123
J.J.Jackson
100 Rainier Rve.
Renton
Plan 68 AL-5-6242
L.R. Steele r
40)1 North Meridian
Puyallup Wash. TH-5-024)
Plan 49
FY �
fxf+$
1 •
APPROXIMAIE UNIT TOTAL
ITEM QUANTITY DESCRIPTION PRICE PRICE
9. 900 Sp. Yell TeAMorary Stroot Restoratlon
10 M I x Asphalt)
s s 3.o0 s z-7w oc
For q. s.
Sue-Total S ,L4 2,35, 00
4.5% Solos Tax S I o 9 o , 57
TOTAL s 25 325 •57
THE UNDERSIGNED FIXER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PF40JECT, IF
AWARDED HIM, WITHIN TEN ( 10) DAYS AND TO COMPLETE THE WORK WITHIN TWENTY (20)
CONSECUTIVE CALENDAR DAYS AFTER STARTING'CONSTRUCTION.
i
DATE: THIS DAY OF 19".
SIGNED:
TITLE:
ADDRESS:
r,.
SCHEDULE OF PRICES (W-272)
APPROXIMATE UNIT TOTAL
ITEM QUANTITY DESCRIPTION PRICE PRICE
1. 3000 L.F. E.+cavnte, Lay, Backfill and Compact, 16"
0.1 . Pipe, Prize Per Foot shall inclu.i
the Installation of all pipe, gate vdivw,,
fittings and appurtenances as necessary.
f f .00 0
Per . gures (F�O—Ur4oes
, 00
2. 40 L.F. Excavate, Lay, Backflll and Compact, 10"
0. 1 . Pipe, Price Per Foot small Include
the Installation of all pipe, gets valves
fittings and appurtenances a scassary.
s $ z.sC) s 100.00
Per
3. 1 Each Construction and Materials for large
Type "A" Volvo Chamber as par APWA
Speclftcations (Standard Olin 171 )
s s 7so, oo s 750 .00
Each
4, 700 Cu. Yds. Select Backflll
f f 1.00 f 1 a00 , U0
Per Cu. Yds.
5. 170 Cu. Yds. Gravel Bedding
f S 5 UU f 0-:1), 00
Par Cu. Yds.
b. 1835 Sq,Yds. Asphalt Street Restoration
$ s g cc { tit75 ,Lb
Per Sq, Yds.
7. 12 Sq, Yds. Concrete Street Restoration
S f is 01 f IFlo.00
Per Yds.
e. 4 Cu. Yds. Concrete blocking
f f 2C; vL! f SC' 00
Per Cu. Yds.
QF-6
AFFIDAVIT FOR CORPORATION
STATE OF )
COUNTY OF )
I• ____. _. 4 being duly sworn, de-
po<.e and say that Tam .. of the
h corpora n descri R—
e�r—eTn end A'ich executed the ro'rego na g%Ia£emM�;tTiat Y am familiar with the books
of the said corporation showing its financial condition; that the foregoing financial
statement, taken from the books of said corporation, is a true and accuiata statement
of the financial condition of said corporation as of the date thereof, and that the
answers to the interrogatories of the equipment questionnaire are correct and true as
of the date of this affidavit; and that the statements and answers to the interrogatories
of the foregoing experience questionnaire are correct and true as of the date of this
affidavit.
(offiC_r must sign ere
Subscribed and sworn to before me this day of _
19
My commission expires
Notary Public
QF-5
AFFIDAVIT FOR COPARTNERSHIP
STATE OF _ )
ss.
COUNTY
i
being duly sworn, depose and
say that I am a member of 'the 'firm of _ - - - --
and that the forming financial statement', to en TF m'tie books of said firm, Ts a
true and accurate statement of the financial condition of said firm as of the date
thereof, and that the answers to the interrogatories contained therein are true;
that the statements and answers to the interrogatories of the equipment questionnaire
are correct and true as of the date of this affidavit; and that the statements and
answers to the interrogatories of the foregoing experience questionnaire are correct
and true as of the date of this affidavit.
Tf�emher of firm must also sign ere
Subscribed and sworn to before me this __day of _
19
My commission expires
Notary Public
nF_4
Bidder's Affidavit
AFFIDAVIT FOR INDIVIDUAL
STATE OF )
ss.
COUNTY OF )
I , heing duly sworn, depose and say
that the foregoing financial statement, taken from my books, is a true and accurate
statement of my financial condition as of the date thereof, and that the answers to
the interrogatories contained therein are true; that the statements and answers to the
interrogatories of the equipment questionna!;e t. a correct and true as of the date of
this affidavit; and that the statements and answers to the interrogatories of the fore-
going experience questionnaire are correct and true as of the date of this affidavit.
pp cant must a so s yn ere
Subscrired and sworn to before me this day of
19
My commission expires
Notary Public
rF-3
In lieu of comoletino the Financial Statement below, the Contractor may submit a
copy of his latest audited Financial Statement with the notation that the information
therein contained is true, correct and corolete.
CONTRACTOR'S FINANCIALS ;-=''INT
Condition at close o' hu s n s _ 19
.ASSETS
1. Cash, including Cash on hand, in banks, and elsewhere . . . . . . . . S
2. Rotes receivahle . . . . .. .. .
3. Accounts receivable from completed contracts, a lusive of
claims not approved for nayment . . . . . . . . . . . . . . _
4. Sums earned on uncomnleted contracts as shown by Engineer's
or Architect's estimate, including retained percentage . . . . .
w
5. Accounts rrcnivahle other than construction contracts .. .. ...
6. Denositc for Lids or nrher m.iarantees . . . .. .. . . . . .. .. . . . . . . ..
7, interest accrued on loans. securities, etc. . .. .. .. .. . . . . . . . .
9. Stows And bnnrns
10. Materials in stock not included in Item 4 ................ .. .
_...
11. ,r_ouipment, book value . . . . . .. . .. . ... .. . . . . . . .. . . . . .. .. . . . . .. .
12. Furniture and `fixtures, hook value . . . . .. .. . . . . . . . . .. . .. . . .
13. Other assets . . . . . . . . . . . . . . . . . . .. .. . . . .. . . . . . . . . . . .. .. .. . .
Total Assets .. . . .. .. . . . . .
LIABILITIES
1 . 'dotes payable . . . . . . .. .. . ...... . . . .. . . .. . . ......... . ........
2. Accounts nayahl•
3. Real estate encumbrances . . . . . .. . .. . . .... ...... ...... .......
_ .. _.
4. Other liabilities . ... . . . . . . ..... .... ... ............ ..... ... .. . . .
5. Reserves . . . . . . .. . . . ... . . . . . . ....... ........................
r Capital stock paid uo . . .. . ... .
. . . .. .. . . .......... ... . . . .. ..
7. ':urnlus (net worth) .. . . . . .. . . . . . . . . ... . ..... .... . . . . . . .... —
Total Liabilities . . . . .. . ... . `
CONTIMGENT LIAbILIT1FS
1. Liability on notes receivable, discounted, or sold . . .. . .. S_
2. Liability on accounts receivahle, pledged, assigned, or
sold . . . . . . . . . . .. . . . . . . . . . . . . . . . . . .. . ... . .. .. . . ... .
3. Liability as bondsman . . . . . . ... . . . . . .. . . .. . . . . . . .. . . . . . . . .
4. Liability as guarantor on contracts or on accounts of
rthers . . . . . . . . . . . . . . . .. . . . . . .. .. . .. . . . . .. . . .. .
5. Other con'innent liabilities
Total Contingent Liabilities . . . E_
The undersi, � r, I hereby declares that the forejoing statements are true and that
the `oregoing financial statement is a true and accurate statement of the financial
condition of !aid firm.
Dated at ._ this day of
19 !—
rgan zat Fon
By _
QF-2
5. a) Have you ever failed to complete any work awarded to you? _ _ it
so, where and why?
b) Have you ever been unahle or Prevented from fully completing any job which
required a bonding company or third parties to take over and complete the project?
If so, Please Pxnlain fullv.
6. List at least two corporations, individuals, cities, counties, or states for whom
you nave uerfun,ed work during the last five years, and the name of the individual to
whoa you refer.
7. What is the construction experience of the principal individuals of your
organization:
Magnitude
Individual 's Present Position Yrs. of Construc- & Type of In What
_Name or Office tion Experience Work Capacity?
B. List the major items of equipment which you own or which will be available for
use on the proposed work.
9. List below the r,)ntracts which yoc or your company o- corporation have engaged
in during the previous 10 years that required court action for settlement.
QF-1
In order to assist the City of Renton in properly evaluating ronstruction bids
from time to time, the following information should be submitted to the City at or
prior to the bid opening, to determine the bidder's work experience yid financial
responsibility to satisfactorily complete the project. The information thus submitted
will be treated on a confidential basis by the City officials.
The form should be filled out in its entirety and if any additional or explana-
tory information is to he submitted by the bidder, an extra sheet may be added for
said ourposes. if any essential information is omitted, the City reserves the right
to reject such bid.
CONTRACTOR'S PREnUALIFICATIO"! FOR!"
Submitted to:
3y: A Corporation
-- A Partnership
An Individual
Principal Office:
EXPERIENCE QUESTIONNAIRE
I . How many years has your organization been in business as a general contractor
under your present business name? _
2. How many year;' experience in construction work has your
organization had: (a) As a general contractor
(b) As a subcontractor ?
3. That expe. ience has your organization had in construction of public
improvements? _
4. ':hat other projects has your organization completed?
a
Contract Amount "lass of Uork When Completed Name A Address of Owner
3.
SPECIAL PROVISIONS
I. The Contractor shall obtain and keep in force during the term of the contract,
public liability and property damage insurance In companies and in form to be
approved by the City. Said insurance shall proviAe coverage to the Contractor,
any subcontractor performing work provided by this contract, and the City. The
City shall be named as an additional insured on said ooliey Insofar as the work
and obligations performed under the contract are concerned. The coverage so
provided shall protect against claims for personal injuries, including accidental
death, as well as claims for property damages which may arise from any act or
omeission of the Contractor of the subcontractor, or by t^.,nne directly or in-
directly emp jyed by either of them.
The minimum policy limits of such Insurance Shall be as follows:
Bodi1l injury Ilabil 'ty coverage with limits of not less that $100,000 for bodily
injury, Including accidental death, to any one person, and subject to that limit
for each person, in an amount no+ less than £30C,000 for each accident; and pro-
perty damage coverage in an amount of not less than $50,000 for each accident.
A copy cf the insurance policy, together with a copy of the endorsement naming
the City as an additional insured, shall be prop dad to the City within a reasonable
time after receiving notice of award of contract.
The contractor shall furnish the City with satisfactory proof of carriage of the
irsurance required.
2. fhe Contractor shall furnish the City, a copy of the "Statement of Intent to Pay
Prevailing Wages On Public Works Contracts". The purpose i_ .j provide evidence
of intent to comply with the prevailing wage requirements of Chapter 39. 12 RCW.
3. The Contractor shall be responsible for notifying the Gas Company, Power Company,
and Telephone Company when he plans to start construction.
4. All cast Iron pipe, gate valves, fittings and appurtenances will be furnished by
the City c. Renton and will be stock piled near the job site for installation by
the contractor. All other material not provided for, but clearly Intended will
be furnished by the Contractor at no extra cost to the City of Rertcn.
5. The price per lineal foot for installation of the pipe shall Include the installation
of the Fire Hydrants as per plans and specifications, and no extra compensation will
be allowed.
6. City forces shall make all connections to existing water mains.
7. The trench width for the water main shall be no greater that 36".
b. The average depth of rover for the water main shall be approximately 3 feet to
4 feet, with approxirate 275 lineal feet of 12 foot cover.
9. Special attention 's directed to Section 73-2.070 "Compaction of Backfill Under
Special Conditions". This section will apply to the backfill of this project.
1 .
t"
SPECIFICP.fiQNS
The Specifications to be followed for this pruject will be the "Standard
Speslflcatlons for Municipal Public Works Construction" 1963, prepared
by the Washington State Chapter of the American Public Works Association
as adopted by the City of Renton.
CERTI?ICPTION OF NOM DISCRIMINATION IN EMPL0Yl7M
s
The bidder represents that he / has, /-7 has not, participated
in a previous contract of subcontract sub ect to either the equal
opportunity clause herein or the clause contained in Section 301
of Executive Order 10M; that he /7 has, /_7 has not, filed all
required compliance reports; and that representations indicating
submission of required compliance reports, signed by proposed sub-
contractors will be obtained prior to subcontract awards.
Company
by
Title
Date
(The above representation need not be submitted in connection with
contracts or subcontracts which are exempt from the clause.)
D.1 P. 14.43
MINIMUM WAGE AFFIDAVIT FORM
City of Renton
COUNTY OF
1, the undersigned, having been duly sworn, depose, say and certify that in
connection with the performance of the work, payment for which this voucher is sub-
mitted, 1 have paid the following rate per hour for each classification of laborers,
workmen, or mechanics, as indicated upon the attached list, now referred to and by
such reference incorporated in and made an integral part hereof, for all such employed
in the performance of such work; and no laborer, workman or mechanic so employed upon
such work has been paid less than the prevailing rate of wage or less than the minimum
rate of wages as specified in the principal contract; that I have read the above and
foregoing statement and certificate, know the contents thereof and the substance as
set forth therein is true to my knowledge and belief.
CONTRACTOR
Subscribed and sworn tc before me on this day of
19
,TctaryPublic in and for the State o
Washington
Residing at
CID BOND FORM
i
Herewith find deposit in the form o` a certified check, cashiers check, cash,
or bid bond in the amount of S which amount is not less than five percev .
of the total bid.
e Sion Here
BID BOND
Know All ".en By These Presents:
That we, as Principal ,
and _, as Surety, are
held and firmly bound unto the City of Renton, as Obligee, in the penal sum of
_ Dollars, for the
payment of which the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall ;hake any
award to the Principal for
according to the terms of the proposal or bid made by the Principal therefor, and
the Principal shall duly make and enter into a contract -ith the Oblinee in accor-
dance with the terms of said proposal or bid and award and shall give hued for the
faithful performance thereof, with Surety or Sureties approved by the Obligee; or
if the Principal shall , in case of failure so to do, pay and forfeit to the Obligee
the penal amount of the deposit specified in the gall for bits, then this oblination
shall be null and void: otherwise it shall be and remain in full force and effect
and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and
liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS—_— DAY Of ,lg _
— ---Principal
Surety
1S
Received return of deposit in the sum of
T
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
•
Gentlemen:
The undersigned hereby certif that has examined the site
of the proposed work and ha rea�P tlrorou—gilt' unJer•,tand the plans,
specifications and contract governing the work embraced i., this improvement, and the
method by which payment will be made for said work, and hereby propose to undertake
and c -)mplete 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 following schedule of rates and prices!
(Note: Unit prices for a.l items, all extensions,
an, total amount of bid should be shown. Show unit
prices both in writing and in figures.)
Signature
Address
Names of Members of Partnership:
OR
Nave of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Wash,ngton at V�
1
QF-6
AFFIDAVIT FOR CORPORATION
STATE OF _ _)
ss.
COUNTY OF )
', __ , .being duly sworn, de-
pose and say t�tTam of the
e corpo. in descrited—
eh rein and wblch executed the foregoing statement t�iat l am familiar W th the books
of the ::aid corporation showing its financial condition; that the foregoing financial
statement, taken from the books of said corporation, is a true and accurate statement
of the financial condition of said corporation as of the date thereof, and that the
answers to the interrogatories of the equipment questionnaire are correct and true as
of the date of this affidavit; and that the statements and answers to the interrogatories
of the foregoing experience questionnaire are correct and true as of the date of this
affidavit.
(UWEer must also sign ere
Subscribed and sworn to before me this day of
19
My commission expires
otarA y 7ubT c
P
OF-5
• AFFIDAVIT FOR COPARTNERSHIP •
STATE OF )
—) ss.
COUNTY OF
1, being duly sworn, depose and
say that I am "a member of'the ffrin
ann ghat the foregoing financial statement, �-��Fe—fio'oks—o-TsafTWrm, fs a
true and accurate statement of the financial condition of said firm as of the date
thereof, and that the answers to the interrogatories contained therein are true;
that the statements and answers to the interrogatories of the equipment questionnaire
are correct and true as of the date of this affidavit; and that the statements and
anskars to the interrogatories of the foregoing experience questionnaire are correct
and t-ue as of the date of this affidavit.
(Member of firm must also sign .ere
Subscribed and sworn to before me this day of
19
My commission expires
Notary Public
r,F-4
Bidder's Affidavit
AFFIDAVIT FOR INDIVIDUAL
STATE OF )
ss.
COUNTY OF
1, heing duly sworn, depose and say
that the foregoing financial statement, taken rom my books, is a true and accurate
statement of my financial condition as of the date thereof, and that the answers to
the interrogatories contai;,ed therein are true; that the statements and answers to the
interrogatories of the equipment questionnaire are correct and true as of the date of
this affidavit; and that the statements and answers to the interrogatories of the fore-
going experience questionnaire are correct and true as of the date of this affidavit.
(Applicant must alto sign ere
Subscribed and sworn to before me this day of _
19
My conm;ssion expires
Notary Public
nr-3
In lieu of completion the Financial Statement below, the Contractor map suh^it a
cony of his latest audited Financial Statement with the notation that the information
therein containe,+ is true, correct and c , olete.
CONTRACTOR'S FINANCIAL 3 _':WNT
Condition at close o-` busio,-.5 _ 19 _—
ASSETS
1. Cash, includiro cash on hand, in banks, and elsewt.ere . . . . . . . . E
� 2. Notes receivable . . . . . . .. . . . . . . . . .... . . . . .. . . . . . . . . . . .. ... . .. .
3. Accounts receivahle from completed contracts, exclusive of
claims not approved for nayment . . . . . . . .. . . .. . . . . .. .. . . .. . . .
a. Sums earned on uncompleted contracts as shown by Engineer's
or Architect's estimate, including retained percentage ... . .
— _
5. Accounts receivahle other than construction contracts . . . . .. .
6. Denositc for Lids or ntltpr nuarantees . .. . . .. . . . . . . .. . . .. ....
_.. . ._..
7. Interest accruerl on loins, securities, etc. . .. .. .. . . .. .. . .. .
8. Rerl estate . .. . .. . . . . .. . . . . . .. . . . . . .. .. .. . . .. . . . . . . .. .. . . . . . �
9. Stocks anti bends . . . .. . . . . . . .. . . ... . . . . . . . . . . . ... .... .. . . . . .
M Materi3ls in stock not included in Item 4 A
11. Foulpment, book value . . . . . . . . . . ... . . . . . . . .. .... . . .. .. . . . . .. .
12. Furniture and `fixtures, hoo'� value . . . . . . . . ... .. . . .... .. .. .. .
�.�..._
13. Other assets .. . . . .. . . . . . .. . . . . . . . . . . . . . . . . . . . .. . .. . . .. . . ....
Total Assets . . . . . .. . .. .
LIABILITIES
1 . ^'otes payable _. . . . . .. . . . . .. . . . . . . . . . . . . .. . . . .. . . . .. . . . . . .
2. Accounts payable . .. . . . . . . .. . . ... . . . . . . .. .. . .. .. .. . . ... .. . .
_..._..
3. Real estate encumbrances . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . .
__ .
4. Other liabilities . . . . . . . . . . . . . . . . . .. . .. ... ... . . .. . .. . .. . .. .
5. Reserves
r Capital stock paid up --
7. �urnlus (net worth) . . . . . . . . . . . . . .. . . . . . . .. . . . . .. . . . . . . . . . . --
Total Liabilities . . . . .. .. .. . T
CONTI"!GENT LIABILITIES
1. Liability on notes receivable, discounted, or sold . . .. .. .. S_
2. Liability on accounts receivahle, pledoed, assigned, or
sold . . . . . . . . . . .. . . . . . . . . . . . . . . .. . .. . . . . . . . . . . . . .
3. Liability as bondsman . . . . . . . . . . . . . . .. .. .. . . . . . .. . . . . .. . .
4. Liability as guarantor on contracts or on accounts of
others . .. .. . . . . . . . . . . . . . . . . . . .. . .. . . . . .... .. .
S. Other contingent liabilities . . . . . . . . . .. . . . . . . . . .. . . .. .
Into' Contingent Liabilities ... $
The undersirr-1 hereby declares that the foregoing statements are true and that
the `orenoinq financial statement is a true and accurate statement of the financial
condition of said firm.
Dated at —this `__ day of —
19 _
ifrrganizaon r—_
By —
5. a) Have you ever failed to comnlete any work awarded to you? 9s
so, were and why?
b) Have You ever been unable or nrevented from fully comnletinc any ,job which
required a bonding cor ,;nv or third oarties to take over and complete the project?
If so, please Pxnlain fullv.
6. List at least two cornorations, individuals, cities, counties, or states for whom
you 'lave uerfo med work during the last five years, and the name of the individual to
whom you refer.
7. What is the construction experience of the principal individuals of your
organization:
Magnitude
Individual 's Present Position Yrs. of Construc- & Type of In What
Name or Office tion Experience Work Capacity?
6. List the major items of equipment which you own or which will be available for
use on the proposed work. _
9. List below the contracts which you or you, company or corporation have engaged
in during the previous 10 years that required court action for settlement.
OF-1
In order to assist the City of Penton in nroperly evaluating construction bids
from time to time, the following information should be submitted to the City at or
prior to the bid onening, to determine the bidder's work experience and financial
responsibility to satisfactorily complete the project. The information thus submitted
will he treated on a confidential basis by the City officials.
The form should be filled out in its entirety and if any additional or explana-
tory information is to he submitted by the bidder, an extra sheet may be added for
said purposes. If any essential information is omitted, the City reserves the right
to reject, such hid.
CONTRACTOR'S PRE�UAI.IFICATIM FOR!'
Submitted to:
BY. A Corporation
—�-- --- -- A Partnership
An Individual
Principal Office:
EXPERIENCE QUESTIONNAIRE
1 . How many years has your organization been in business as a oeneral contractor
under your present business name?
2. How many years' experience in construction work has you.
organization had: (a) As a genera contractor _
,b) As a subcontractor
3. 'ihat exoe ience has your organization had in construction of public
improvements?
4. ':hat ither nro.jects has your organization completed?
Contract 4,xrunt Class of Work When Cumnleted Name A Address of Owner
INSTRUCTIONS TO BIDDERS
1. Sealed bids for proposal will be received by the City of Renton at the Council Chambers
in the City Hall until 8:00 P.M., Nod 4 I1I4&N
At this time the bids will be publicly opened and read, after which the bids will be
considered and the award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids.
Proposals shall be submitted on the forms attached hereto.
a a
2. The work to be done is shown on the plans. Quantities are understood to oe only
approximate. Final payment will be based on field measurement of actualquantities
and at the unit price bid. The City reserves the right to add to or eliminate 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 furnishing
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 invali-
date the bid.
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 or satisfactory bid bond made payable without reservation to the
TREASURER OF CITY OF RENTON in an amount not less than ,% 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. 'rho check of the successful
bidder will be returned provided he enters into a contract and furnishes a satisfact-
ory performance bond covering the full amount of the work within ten days after receipt
of notice of intention to award contract. Should he fail, or refuse to do so, the
check shall be forfeited to the City of Renton as liquidated damage for such failure.
8. All bids must be self-explanatory. No opportunity will be offered for oral explan-
ation except as 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 n•.14
1
- r
t„ q�n i)lo
.p ,e1 M 1.—. ,rr•..
f ,
I
f'ioJelf44
4". J
I "� �•� - . � - •�. !ter _�+-
_
Jf I
7
• } sI � 7r.. ''�+'J yi� " � ,l'� �SriJ fl . . ,. F i
47
r
'� r • . iT � r ' LmES LEPARTMc'NT
:; T1 v S VICINITY MAP
--. ems•
an
" I'OY 8 019
G"•
Call for Bids
Waterline Inst..11ation
City of Renton
The City of Renton, Washington will receive sealed bids, in the office or the
City Clerk, at the City Hall , Renton until 5:00 o'clock P.M, , November 4th, 1968,
or presented to the City Council until 8:00 o'clock P.M. , same day for the
INSTALLATION OF A 16" WATERMAIN SUPPLY LINE IN 12TH AVENUE NORTH BETWEEN "E" STREET
ANO THE HIGHLANDS RESEPVOIR, (WATER PROJECT W-272) .
Plans and specificstions may be obtained from the office of the City Engineer
upon receipt of a deposit of $IO.OU for each set. The deposit will be forfeited,
unless Plans and Specifications are returned in good condition thirty (30) days
after date of bid opening.
A certified check or bid bond in the amount of `ive (5) percent of the total
amount of the blo must accompany each bid.
Washington State Sales Tax shall he separate bid item.
The City reserves the right to reject any and/or all bids and to waive any
and/or all informalitles in bidding.
All cast ir3n pipe, gate valves, fire hydrants, fittings and appurtenances will
be furnished by the City of Renton and will be stock piled at job site for Installs ion
by the contractor.
He m� ie Nels,)n, City Clerk
Date of Ist Publication: October 25, 1968
Date of 2nd Publication: November I , 1968
C3Mn"r1P'ICATM or nT8XMA2*TCrM
in effect on ease of this certificate, arranged by L„
ST r�.NLFrY T. $COTT & CO., INC.
aD S18 ll:tt'atlwlsa Avd. �. BLawttln,Ww*slxingtnn B610E3
This is to certify that the insurance described bL._ f at been arranged for the Insured designated in this
coruscate. Any requirements or provisions in any contract or agreement between the Insured end any other
person, firm or corporation will not be construed as enlarging, altering or emending the definition of insured or tit
any other forms or conditions of this cerlificata or the insurance designated.Such insurance,subject to the limits
of liability, coverages, hazards, occlusions, proinloes, conditions and other farms thereof, is in full force and
affect as of the data this certifica6s was issued.
Name of insured GESNER & BROWN, INC.
Address of insured 11025 - 142nd Southeast, Renton, Washington 98055
Way PsWy Ll.hnar I•ww•u-01W lb•A•bm•ha.
a Idm.ry Inwnr UNITED PACIFIC INSURANCE COMPANY E,p;,NNARCH 3111969/at. No CLP 105674 ( a
Limp lLAO2..QQQt40_E.d /srcon{ 300,000.00 Eoch O",nonce { 300,000.00
been hwra__._ —___f,sMns__ /al No--
Limits L E@ch /ore,{_. Eoch O<curr.nc.
TOW I=M*QQ" 6 h Down {._ 300i000r W .__Eoch Ocamr..c.
d
EMM I.I.rr Whinny I.nr.nw.-A.NmaaN• 1...
Irim.ry Imunr -y— f•pr.. .Id. No_
Omit. E--- --bcA"',on{__ s•ch 0...some. I
E.c.e on —f ptrN_ - . -IOI. No_. 1
1
LLNIs L. _6eh perwo{ such Oceuno+<e
T t 1 ;— fish o.nam{-_----- Each Orsw'.'c.
b.,.rty W ...V Wiry I.w.m..—Olh.r Th.-A•bmba•
Vim.ry AT LLOYD'S_ , LONDON E.pi„NARCH,31,1969 _pj• Ise 88 1380
Limit. { 50.000.00 _E.ch Ocuu..... { 50,090s00 A99,Wo11 p:
E.c.♦s Imunr_.._ Expra--- --►el•No �lI' 7
L.R. { —E.ch Ocr urr.nu t --S99nq•b �'I 1
TOO li__50,000.DO __f.cb Guurr.nes { -r-QD._.,___�tCgrW.ts �ppp111� {
Prop.",a.".n.allay huw.er.-A•twrohlb M
Irim.n Imunr_. -_ - E•pr Iol-No—
Limit, {— __.Each Mt.,mrce
F."'. lion, lei. No
Limit. {---- _E•d Occwn•a tSr
reset E_.— F. h O u ---- y
In accordance with the above. the insurance covers the operations and locanons described as follows including tt
contractual hability coverage with re•.pect to any contract cr agreement wholly in writing, subject to all the ex- ,
elution, conditions and other provisions of the insurance. As respects In::talletion of 16"
Watermain Supply Line in 12th Avenue North between "E" Street & Highlands Reservoir,
It is understood and agreed that the City of Renton is named as additional assured
as renpects the above operations.
At least ten (10) days prior written notice of cancellation or reduction of this
Insurance shall be given to the below named holder of this Certificate.
(See Overleaf)
This certificate is not a policy and does not afford any insurance coverage, Nothing contained in this certificate
shell be construed as extending coverage not afforded 1, the designated insurances or by endorsement thereto.
Except as specifically prordod for in this ce•5flc4tt, la Insurers shall hove no duty to notify the party to
whom this certificate is eddro:sed as to any change in, or cancai!ation of the insurancas and shall not be
responsible for any failure to do so.
Data November 19, 196$ sT ,P.Y
To City of Reutun
City Hall
Address Renton, Washington { v 12�•=.'�Lr' � �- �"
Ill John Reynolds �^
e
. . ... ss.:w:i�wels.N_ .. ,•..TxJ`aaLEiK rara ,s'xtez;,am.:q/'3z�tyir'r-•^Pr"-sr-en•:
i
�n
STATE OF WASHINGTON DEPARTMENT OF STATE
o
coxPoRA•rloN rac>:.NsE
�5 imy cs•+.6e.:ro+rlr Cc wravon nom�d ryapr ,y Lcenys.! b do buunny m rM SroM d Wesh�nyren, '
{I'YI'I 081169
J
GESNER BROWN, INC. rsauc wrc C7-01-68 RENTS 1
42N0 AVE SE uccwas ao UEtl6444-69
R ENTGV WA un+wwr:Mv ow-r 06-30-69
' u.wrcv. cvww �'z3a"sir•.=.�rs-x� .-�.,-.:�� -. t
�eVtq STATE OF WASHINGTON
�Ivi�in.ti J� ann.=�SI�nA 1
� �Icc,\slNs i
;� rws«wrmcs rr..r rrrs.cwsw ww.rso wasew m uc[wuo wa r'woYroco wv ur ws w
N GFNF.iAI CCN7RACTUR
1 F
4 uF5•VrR / RkOrV INS
- 1102� 142NU Jf a
it RFNTJN WA 99055 N.
t
c.w.*ww wry
CITY OF RENTON
e e
WASHINGTON
610 PROPOSAL
AND
SPECIFICATIONS
WATER PROJECT
w-272
121h Avenure North
between
"E" Street and the Highlands Reservoir
Jack Wli son
utility Superintendent
NUV '; M8
r
1
VON
OlyWoe FovMry or egUiv. C.I.Volvo Box
C L Spool
6a4voMe�L aMJ)
2-SM•seal sow*Roos .
r� daaH AL e*CO i1OOle�- cow
• y MfNwmcot Jowls min
•. a'it 16' IL40Cone Rfocs.ay FF
HYDRANT DETAIL "•
. Some Moas .; -
i k
i .
Page 4
(10) The Contractor shall furnish a surety bond or bonds as security for the e
s
faithful performance of the contract, i ludi,ng the payment of all persons and firm
performing on the cort,truction pt-3ject under this contract or furnishing materials
in connection with this contract, said bond to be in the f411 amount of the Contract
Price as specified in P"ragraph 11. The surety or sureties on such bond or bonds must
be duly licensed as a sumty in the State of Washington.
(11) The total amount of this contract is the sum of _
, which includes Washington State Sales Tax.
Payments will he made to Contractor as specified in the "general conditions" of this
contract.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor
and attested by its City Clerk and the Contractor has hereunto set his hand and seal
the day and year first above written,
CONTRACTOR THE CITY OF RENTON
— Mayor
ATTEST:
City Clark
Page i
(5) 'rho Contractor shall hold and save t'r.e City and its officers, agents, servants,
and employees harmless from any and all liability of any nature or kind, including all
costs and legal expense incurred by r,sson of any work on the contract to be performed
hereunder, and for, or on account of any patened or unpatened invention, process,
article or appliance manufactured for use in the performance of the contract, including
its use by the City, unless urtherwi.se specifically stipulated in the Contract.
s (6) Any notice from one party to the other party under the contract shall be in s
writing and shall be dated and signed by the pasty giving such notice or by its duly
authorized representative of such party. Any such notice as heretofore specified shall
be given by personal delivery thereof or by depositing same in the United States Mail,
postage prepaid and registered.
(7) The Contractor shall commence per£ormanc, ,f the contract on the
day_, 19 , and shall complete the full pert„rmance of the contract not later
than _tt calendai days from said date of commencement .
For each and every day of delay after the day of completion, it is hereby stipulated
and agreed that the damages to the City occasioned by said delay will be the sum of
#.So. OD PCIZ UA Y , as liquidated damages for each such day, which
shall be paid by the Contractor to the City.
(6) Neither the final certificate of payment nor any provision in the contract
nor partial or enure use of any installation provided for by this contract shall re-
lieve the Contractor of liability in respect to any express warranties or responsibility
for faulty materials or workmanship. The Contractor shall be under the duty to remedy
any defects in the work and pay for any damage to other work resulting therefrom which
shall appear within the period of one (1) year from the date of final acceptance of the
work, unless a longer period is specified. The City will give notice of observed defects
as heretofore slecified with reasonable promptness after discovery thereof.
(9) The Contractor and each sub-contractor, if any, shall submit to the City such
schedules of quantities and costs, progress schedules, payrolls, reports, estimates,
records and miscellaneous data pertaining to the contract as may be requested by the
City from time to time.
Page 2
(3) If the Contractor refuses or fails to prosecute the work or any part thereof,
with such diligence as will insure its completion within the time specified in this
contract, or any extension :n writing thereof, or fails to complete said work within
e such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a
general assigns.ent for the benefit of his creditors, or if a receiver shall be appointed
on account of the Contractor's insolven:y, or if he or any of his sub-contractors
should violate any of the provisions of this contract, the City may then serve written
notice upon him and his surety of its intention to terminate the contract, and unless
within ten (10) days after the serving of such notice, such violation or non-compliance
of any provisi, >f the contract shall cease and satisfactory arrangement for the
correction thereof be mad., this contract, shall, upon the expiration of said (10) day
period, cease and determine in every respect. In the event of any such termination, the
City shall immediately serve written notice thereof upon the surety and the Contractor
and the surety shall have the right to take over and perform the contract, provided
however, that if the rurety within fifteen (IS) 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 and prosecute the save to completion by
contract or by -any other method it may deem advisable, for the account and at the
expense of the Contractor, and his surety shall be liable to the City for any excess
cost or other damages oecasiontd the City thereby. In such event the City if ft so
elects may, without liability for so doing, take possession of and utilize in completing
said contract such as materials, machinery, appliances, equipment, plants and other
properties belonging to the Contractor as may be on site rf the project and useful
therein.
(4) The foregoing provisions are in addition to and not in limitation of any
other rights or remedies available to the City.
THIS AGREEMENT, made and entered into this day of ,
14 by and between THE CITY OF RENTON, Washington, a municipal corporation
of the State of Washington, hereinafter referred to as "CITY" and
, hereinafter referred to as "CONTRACTOR"
M_ I T N E S S E T H_:
(1) The Contractor shall within the time stipulated, (to-wit: within 5-
a calendar days from date of "eeutioti hereof as required by the Contract, of which this a
agreement is a component part) perform all the work and services required to be per-
formed, and provide and furnish all of the labor, materials, appliances, machines, tools,
equipment, utility and transportation services necessary to perform the Contract, and
shall complete the construction and installation work in a workmanlike stunner, in con-
nection with the City's project (indentified as No. u/ -;L7Z for
improvamamt by construction and installation of: 1(G n l. i�lA7t ur"A uv its
1:� '" Avg N 12,[ t,LEN „C, 5fkleEr ^N/� THV is 1 GO LAND; .:i ',( , � - i,.:
All the foregoing shall be performed, furnished, constructed, installed, and completed
in strict conformity with the plans and specifications, including any and all addenda
issued by the City and the ocher documents hereinafter enumerated. It is agreed and
stipulated that said labor, materials, appliances, machine, tools, equipment and
services shall be furnished and the construction and installation be performed and
completed to the satisfaction and approval of the City's Engineer as being in such
conformity with the plans, specifications and a.l requirements of the Contract.
(2) Ilia aforesaid Contract, entered into by the acceptance of the Contractur's
bid and signing of this agreement, consists of the following documents all of which
are component parts of said Contract and as fully a part thereof as if herein set out
in full, and if not attached, as if hereto attached:
(a) This Agreement
(b) Instruction to Bidders
(c) Bid Proposai
(d) General Conditions
(e) Specifications
(f) Maps and Plans
(g) Bid
(h) Advertisement for Bids
(1) Special Contract Provisions, if any
APPROXIMATE UNIT TOTAL
ITEM QUANTITY DESCRIPTION PRICE PRICE
9. 900 Sq. Yds Temporary Street Restoration
(Cold Mix Asphalt)
f S S e
a Peds.
Sub-Total S
4.5% Sales Tax $
TOTAL S
THE UNOERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT, IF
AWARDED HIM, WITHIN IEN ( 10) DAYS AND TO COMPLETE THE WORK WITHIN TWENTY (20)
CONSECUTIVE CALENDAR DAYS AFTER STARTING CONSTPUCTION.
DATE: THIS DAY OF 1968.
SIGNED:
TITLE:
ADDRESS:
i
SCHEDULE OF P210ES (M-272)
APPROXIMATE UNIT TOTAL
ITEM QUANTITY DESCRIPTION PRICE PRICE
1 . 3000 L.F. Excavate, Lay, Beckfill and Compact, 16"
0. 1 . Pipe, Price Per Fort shah Inclu.i-•
the Installation of all pipe, gato valv.r„ a
fittings and appurtenancaS as necessary.
s $ s
Per C'F'— -mil (Figures) ( pwFf 057—"'
2. 40 L.F. Excavate, !.ay, 13ackfl11 and Compact, 10"
D.I . Pipe, Price Per Foot shall Include
the installation of all pipe, gate valves
fittings and appurtenances of; necessary,
f f f
ParL..F .....
3. 1 ' ch C�nstructlon and Materials for large
Type "A" Valve Chamber as per APWA
Specifications (ltandard Plan #71 )
$ $ _
Eac
4. 700 Cu. Yds. Select Backfill
s f s
eP r u, Yds.
S, 110 Cu. Yds. Gravel Eledding
s s s
Per Cu. Yds.
6. 1835 Sq.Yds. Asphalt Street Restoration
s f $
Per Sq. Yds.
7, 12 Sq. Yds. Concrete Street Restr.rat '.cn
s s s
er .rq. Yds.
B, 4 Co. Yds, Concrete Blocking
S
Per Cu. Yrds.
Special provisions (Cont.)
10. The project shall start at the intersection of 12th Avenue North and Sunset
8nulevard East (Sta If t 80) and procede east to the Highlands Reservoir to
facilitate the repaving of the sheet In this area.
II . Pavement Resto, ion-Asphaltic concrete pavement shall be wheel cut and removed
without dame( a adjoining pavement. No irregular edges will be permitted. '
Asphaltic concrete pavement restoration shall be accomplished In the following
manner:
a. Remove the upper six Inches of backflll and compact the trench with a
vibratory compactor.
b. Place 4" of 5y8" minus crushed rock and compact with a compactor.
c. Place 2" of Class "B" Asphaltic Concrete in a manner to conform to City
Requirements.
"Asphaltic Concrete Restoration" shell be paid for at the unit bid orlce per square
yard of trench which shall constitute complete compensation for cutting, excavating,
disposing of material , furnishing and placing crushed rock and asphalt.
a. Temporary repairs shall be required in all Intersections, as wail as in the
street trench where deemed necessary by the City Engineer, with cold mix
asphalt.
Where cement concrete pavement Is required, cutting shall be accomplishad by use of
a concrete saw. When the trench Is ready for paving, remove the backflll to a depth
of the adjoining pavement and compact the trench with a vibratory compactor. Re-
pave the trench with a standard 6 sock mix with 2% Calcium Chloride added. If an
asphalt overlay ex Ists the concrete cement wIl ' be brought to the grade of the
axlsting concrete cement and an overlay of Class "B" Acphait shell be placed and
brought to existing grade.
"Cement Concrete Restoration" shell be paid for at the unit bid price par square
yard of trench which shell constitute complete compensation for excavation, cutting,
disposing of excess material, furnlshing and placing cement concrete and asphaltic
concrete overlay where applicable.
A! I Joints wlII be sealed with hot asphalt liquid where asphaltic cement is placed.
12. The Contractor shall use flagmen, barricades end cones when partial closure of a
street is ne.assery. The Contractor shall maintain 2-12' !apes of traffic tone
each direction) on Sunset Boulevard fast at 12th Avenue North, as wall as one 12'
lane of traffic on 12th Avenue North, at all times. The Contractor shall also
!. check wit'� the school officials so as not to conflict with construction and the
exit .nd entrance of achooi buses at McKnight School located at !2th Avenue
North and "H" Street.
13. The Contractor shall to required to maintain aM supply as-built drawings to the
City when the Job Is completed.
14. The Contractor shell be required to maintain drainage from his excavations.
-2-
f
.. K
SPECIAL PROVISIONS
I. The Contractor shall obta'n and keep in force during the term of the contract,
public liability and property damage insurance in companies an' in form to be
approved by the City. Sail insurance shall provide coverage to the Contractor,
any subcontractor performing work provided by this contract, and the City. The
City shall be named as an additional insureH on said policy Insofar as the work
and obligations performed under the contract are cancer -,ed. The coverer so
provided shall protect agninst claims for personal injuries, inci,d;ng accidental
death, as well as claims for property damages which may arise frum any act or
ommission of in- Contractor of the subcontractor, or by anyone directly or in-
directly employed by either of them.
-
The minimum policy limits of such insurance shall De as follows:
Bodily Injury liability coverage with limits of not less that V 00,000 for bodily
injury, Including accidental death, to any one person, and subject to that limit
for each person, in an amount not less than E300,000 for each accidbnt; and pro-
perty damage coverage in an amount of not less than i50,000 for each accident.
A copy of the insurance policy, togett.er with a copy of the endorsement naming
the City as in addltlonal insured, shall be provided to th? City within a reasonable
time after receiving notice of award of contract.
The contractor small furnish the City with satisfactory proof of carriage of the
insurance required.
2. The Contractor shall furnish the City, a copy of the "Statement of Intent to Pay
Prevailing Wages On Public. Works Contracts". The purpose is to provide evidence
of intent to comply with the prevailing wage requirements of Chapter 39. 12 RCW.
3. The Contractor shall be responsible for notifying the Gas Company, Power Company,
and Telephone Company when he plans to start construction.
4. All cast ;run pipe, gate valves, f;ttings and appurtenances will be furnished by
the City of Renton and will be stock piled near the job site f installation by
the contractor. All other material not provided for, but clearly intended will
bo furnished by the Contractor at no extra cost to the City of Renton.
5. The price per lineal foot for installation of the pipe shall Include the installation
of the fire Hydrants as per plans and specifications, and no extra compensation will
be allowed.
6. City forces shall Peke all connections to existing water mains.
7. 'he trench width for the water main shall t3 r »rpAter that 36".
8. The average depth of cover for the water main shall be approximately 3 feet to
4 feet, with approximate 275 lineal feet of 12 foot cover.
9. Special attention Is directed to Section 73-2.070 "Compaction of Backflll Under
Special Conditions". This section wi I apply to the baCkfill of this project.
I.
p Q mFA
H
SPFCIPICATIGNS
The Sprxificatlons to be followed for this ptujac1 will be the "Standard
,>pw.itIcdtiuns tr.i MuulcipaI Public Works Construction" 1965, prepared
by tt,e Washington State Chapter ' the American Public Works Acsoriation
as adopted by the City of Fenton.
�Y
Vito
CF7MFICATION OF NONDISCRIMINATION IN EMp1.OI*M*iT
The bidder represents that he /-7 4 has, has not, participated
s in a previous contract of subcontract subject to either the equal s
opportunity clause herein or the clause contained in Section 301
of Executive Order 10925; that he /� has, � has not, filed all
ra,;uired compliance reports; and that representations indicating
submission of required compliance reports, signed by proposed 3uo
contrz,tors will be obtained prior to subcontract awards.
Company`z'/-J'l9.
by
'I�i1e
2 c h
Date
(The above represent4tion need not be submitted in connecta.or, with
contracts or subcontracts which are eieapt from the clause.)
0.1 F. 14.43
MINIMUM WAGE AFFIDAVIT FORM
City of Renton f
COUNTY OF
1, the undersigned, having been duly sworn, depose, say and certify that in
connection with the performance of the work, payment for which this voucher is sub- "
mitted, I have paid thr following rate per hour for each classification of laborers,
workmen, or mechanics, as indicated upon the attached list, now referred to and by
such reference incorporated in and made an integral part hereof, for all such employed
in the performance of such work; and no laborer, workman or mechanic so employed upon
such work has been paid less than the prevailing rate of wage or less than the minimum
rate of wages as specified in he prir,,ipal contract; that I have read the above and
foregoing statement and certificate, know the contents thereof and the substance as
set forth therein is true to my knowledge and belief.
CONTRACTOR
Subscribed and sworn to before me on this -1 e?'" day of
19
l�
ota c in an for o te State
rr hte or
Wa ington
Residing at �c�v
NQy 7,b 1g58
BOND TO CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned GESNER 6 BROWN, INC., a Washington Corporation,
11025 - 142nd S. E. , Neuron, Washington 98055
as prtnctpa an UNITED PACIFIC INSURANCE COMPANY curieoration organize
and existing under t-Tie ]arc of- ti-�Siate o Wae in cnn as a surety curpor-
ation, and qualified under the laws of the State o Wasrii-j gton to ecome surety upon bonds
of contractors with municipal corporations, as surety are jointly and severally held and
firmly bound to the City of Renton in the penal sum of 523,363.07 for the pay-
ment of which sum on demand we bind ourselves and our successors, heirs, administrators or
a personal representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washing-
ton, the Ordinance of the City of Renton.
Dated at &_, Washington, this c,�L2 evt� day of 2u,./, 19
Nevertheless, the conditions of the above obligation are such that:
WHFREAS, under and pursuant to Ordinance (or Resolution) No. or by
Council action of the City of Renton, passed 19 t-Te Mayor and City Clen
of said City of Renton have let or are about TO eTt to the sai GGESNER 6 BROWN the above
bounden Principal, a certain contract, the said contract being n erum e
and providing for Installation of 16" Wate main Suvply Line in 12th Avenue North between
''E" Street and H1 hlands Reservoir _
w t contract is re erre to herein and is made a part hereof as though attached ereto ,
and
WHEREAS, the said principal has accepted, or is about to accept, the said contract, and
undertake to perform the work therein provided for in the manner and within the time set
forth;
NOW, THEREFORE, if the said R I, N N shall faithfully perform all
of the provi:;ions of said contract in t e manner anwit in tht time therein set forth, or
within such extensions of time as may be granted under said contract, and shall pay all
laborers, mechanics, sub-contractors and material, men, and all persons who shall supply
said principal or sub-contractors with provisions and supplies for the carrying on of said
work, and shall huld said City of Renton harmless from any loss or damage occasioned to any
person or property by reason of an/ carelessness or negligence on the part of said principal,
or any sub-co tractor in the performance of said work, and shall idemnify and hold the City
of Renton F.arndess from any damage or expense by reason of failure of performance as speci-
fied in said contract or from defects appearing or developing in the material or workmanship
provided or performed under said contract within a period of one year after its acceptance
thereof by the City of Renton, then and in that event this obligation shall be void; but
otherwise it shall be and remain in full force and effect.
APPROVED as to legality: GPSNPu a RPnWN IL[' 14
L : 14 -
BV /��l'��✓�lGfi
Phill�Gesner, President
Approved:
C y
I
6��L ECOTT CO S!C `
Jo n W. Reynold� Attorney-in-Fact� Nov 2 n -CIA
en arvnt, 8 tle. �—
t
I
1 I
I
O � o
• BID BOND
• •
• KNOW ALL MEN BY THESE PRESENTS: That We, -GESNER 6--BROkR•1.._111C... .a-Waehingtt:,n___ °
• _Corporation,_1102.5--._142nd_.$,_Z..- Renton, Washington. _9.$45 ___—_--.-- _w_ a •
• as Principal, and the UNITED PACIFIC INSURANCE COME ANY, a corporation organized and exiiting under „
the laws of the State of Washingtoti, and authorized to do business in the State
• is Surety, are held and firmly bound unto the CITY-Qk• AENTON�_WA5ANGTON •
as obitgae, in the sum of _PEii_CEN'gl57.) OF TOTAL. AT-IOt1N.2-Qp_M***_ _ --_.__-.—
• DOLLARS, 16wful money of the United States • -
of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety -
° bind thems+Ives, their and calif,
of their heirs, executors, administrators, successors and assigns, jointly and ° -
• severally, by these presents. ° -
THE. CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the
° Principal for. °
Y Installation of 16" Watermain Supply Line in 12th Avenue North
• between "E" St. and Highlands Reservoir, Water Project W-272 °
• °
e •
° arcordina to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make °
• and enter lnto a contract with the Obligee in accordance with the terms of said proposal or bld and award and •
° shall give bond for the faithful performance thereof, with the UNITED PACIFIC INSURANCE COMPANY as 0
Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in cage of failure
° so to do, pay to the Obligee the acrages which the Ohl igee may suffer by reason of such failure not exceed- °
a ing the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and rennin in •
a full force and effect. •
o °
o Signed, Sealed and Doted this____.Ath ._ __..__.. day of .-Nov=tler. _ _. 1% 60 •
0
0
•
o .GESNER & BROWN.
" f•clprlf a1
O
Phil l 1p d teener President °
/f
e e
UNI' 'D P.'!F'iC 1N5 )ANF.COlh'ANY °
• BY'�.;1�Y'•-films ! �t/ - A�wej•tmtici °
•; in W. Reyno Reynolds o
•
O • • e • 0 0 • 0 n r r • • • • • e • e a r, 0 0 o a 0 0 o ry • 0
,Ifl•t a17•CrmbonX-toil, N,md
Y
a.
W D BOND FORM
Herewith find deposit in the form of a certified check, cashiers check, cash,
or bid bond in the amount of S 3 which amount is not less than five percent
of the total bid. /
lI , .,
Sign Here � ! � .
� a
BID BOND
Know All 1'en 9y These Presents:
That we, as Principal ,
and _ , as Surety, are
held and firmly bound unto the . ity of Renton, as Obligee, in the penal sum of
_ Dollars, for the
payment of which the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, by these nresents.
The condition of this obligation is such that if the Obligee shall make any
award to the Principal for
according to the terms of the proposal or bid made by the Principal trerefor, and
the Principal shall duly make and enter into a contract -pith the 11blinee in accor-
dance with the terms of said proposal or bid and at-lard and shall give pond for the
faithful performance thereof, with Suety or Sureties approved by the Obligee; or
if the Principal shall , in case of failure so to do, pay and forfeit to t+ie Obligee
the penal amount of the deposit specified in the call for bids, the). this obligation
shall be null and void: otherwise it shall be and remain in full force and effect
and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and
liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS DAY OF ,19
Principal
urety
19,
Received return of deposit in the sum of S
PROPOSAL
TO TIE CITY OF RENTON
RGfa'ON, WASHINGTON
is Gentlemen:
The undersigned hereby certifie-t that ��< has examined the site
of the proposed work and ha 5 reams thoroug y uTil— n—cerstand S the plans,
specifications and contract governing the work embraced in this provement, and the
method by which payment will be made for said work, and hereby propose to undertake
and complete the work embraced in this improvement, or as much thereof as can be
completed with the money available, in accor,lance with the said plans, specifications
and contract ai.d the following schedule of r:,tes and prices:
(Note: thsit prices for all items, all extensions,
antotal amount of bid should he shown. Show unit
prices both in writing and in figures.)
Signature ;r_J/�+ � !
Address 110 25( C ���nZn
Names of Members of Partnership:
OR
Name of President of Corporation "Jj,. „f, 6 G P „•�,
Name of Secretary of Corporation L- 3 �,
Corporation Organized •ender the laws of k-JW 14-1 00.
With Main Office in State of Washington at ';o a s iyi J t':,y+..� 4).s A.
r•
I
QF-6
a u
AFFIDAC T FOR CORPORATION
STATE cF •+�
ss.
COUNTY OF
being duly sworn, de-
pose en say a _�__ of the
1 14�r� the corporation described
erTire n i7 whi6 execote.f tRe foregoing s at t at I am familiar with the books
c- the said corporation showing its financial condition; that the foregoing financial
statement, taken from the books of said corporation, is a true and accurate_ statement
of the financial condition of said corporation as of the date thereof, and that the
answers to the interrogatories of the equipment questionnaire are correct and true as
of the date of this affidavit; and that the statements and answers to the interrogatories
of the foregoing experience questionnaire are correct and true a.. of the date of this
affidavit.
(officer Kust also sign art)
Syitscribed and sworn to before me t�is day of • n�. c t�
My commission expires
Nov ,agq
OF-3
In lieu of comoletinn the Financial Statement below, the Contractor may submit a
cony of his latest audited Financial Statement with the notation that the information
therein containe' is true, correct and cornlete.
CONTRACTOR'S FINANCIAL S-71 FNT
Condition at close o'' busim -s 19
i
ASSETS
1. Cash. including cash on hand, in banks, and elsewhere ........ f J
2. Notes receivable . . .. . . .. . . . . . . . . .. . . . . . . .. . . . . .. . . . . .. . . .... .
3. Accounts receivable from camoleted contracts, exclusive of
claims not approved for payment . . . . . . . .. . . .. . . .. .. . . .. .. ...
d, Sums earned on uncompleted contracts as shown by Engineer's - — -� '} * 'Y
or Arrhitect's estimate, including retained percentage . ... .
5. Accounts receivable other than construction contracts . . .. ... _ �,�: � •"
--
Ya
Oepositc for bids p^ ether puarantees . .. . . .. . . . . .. .. .. .. . . . .
—... .... . , r n
Interest accrued on leans, securities, etc. . . . .. .... .
A. Real estate . ......
. . . . . . . .... ....... . . .. .
9. Stoc s and binds
10. Materials in stock not included in Iter 4
11. Epuipment, book value
12. Furniture and mixtures, hop': value
13. Other assets . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . .. ;
Tctal Assets . . . . .... .. . .. �—
i:
LIABILITIES
j
1 . 4otes payable .. ..... .
2. Accounts rayahle —
_ .
3. Real estate encumbrances . . . . . .
_ ._.._ .
4. Other liabilities . . . . . . . . . . . . . . . . . ... .. .. . . .. . . . . . . . . ... . . .
5. Reserves
r Capital stock paid up
7. Surnlus (net worth) . . . . . . . . . .. . ... . . . . . . .. . . . . .. . . .. .. ... .
Total Liabilities . . . .. . .... . `-
CONTI":GEPIT LIABILITIES y
1. Liability on notes receivable, discounted, or sold . . . . . . . . E!
2. Liability on a u.ounts receivable, pledged, assioned, or
sold . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . .
3. Liability as bondsman . . .. . . . . . . . . . . . . . . .. . . . . . . . . . . . . . .. . �--
4. Liability as guarantor on contracts or on accounts of
others . . .. . . . — y
5 Other contingent liabilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . i
Total Continoent Liabilities . . . $
The undersirrn-I hereby declares that the foregoing statements are true ird that
the `orenoing financial statement is a true and accurate statement of the financial
condition of said firm.
Jated at —_—_ _i.his -- day of
19
By .
Qi-2
5. a) Have you ever failed to :omnlete any work awarded to you? _ ?i4 i°
so, where and why? _
b) Have you ever been unable or prevented from fully completing any ,lob which
a required a bonding company or third parties to take over and complete the protect?
If so, please Pxnlain fully. 724-1
6. List at least two corporations, individuals, cities, counties, or states for whoa
you have performed work during the last five ye rs, and the name of the individual to
whom you refer. fA4 ZI.. - jr. � -�NP*42..
—'
7. What is the construction experience of the principal individuals of your
organization:
Magnitude
Individual 's Present Position Yrs. of Construe- 6 Type of In What
Name or Office tion Experience Work Caw,V?
S. List the major items of equipment which you own or which will be available for
use on the proposed work. e, ,i c .«-�•- 's �. < -�f 2v"'/�'
9. List below the contracts which you or your company r corporation have engaged
in during the previous 10 years that required court ar .an for settlement. i. . .
NOV ^-3
OF-]
In order to assist the City of Penton in nronerly evaluating construction bids
from time to time, the following information should be submitted to the City at or
prior to the bid opening, to determine the bidder's work experience and financial
responsi5ility to sdtisfactorily complete the project. The information thus sutxnitted
will he treated on a confidential basis by the City officials.
• The form should be filled out in its entirety and if anv additional or explana- •
tory information is to he submitted by the bidder, an extra sheet may be added °ir
said ourposes. If any essential information is omitted, the City reserves the right
to reject such hid.
CONTRACTOR'S PREnLIALIFICATIn'! FOP,!
Submitted to:
y- T A Corporation
> z ArF-Fr♦diuidyai
Princioal Office:
EXPERIENCE QUESTIONNAIRE
1 . Now many years has your organization been in business as a general contractor'
under your present business name?
2. Now many ars' experience is `.H .cc construction work has your
organization had: (a) As a genera contractor 4-
(b) As a subcontractor y ?
3. 'Mat exoe. 4enre has you. organization had in construction of public
improvements? _L<<(J rz24 -x.•.•..> a,,.w,........1::.. c4 L:...�.-...�L .<1. �,
4. '!hdt other nro.lects lids your organization completed?
Contract Amount Class of llorr. LJhen Comnleted Name R Address of Owner
NOV " 0 1969
INSTRUCTIONS TO BIDDERS
1. Sealed bids for proposal will be received by the City of Renton at the C, ::il Chambers
in the City Hall until 8:00 P.M. , N uo 4- je U5
At this time the bids will be publi :ly opened and read, after which the bids will be
considered and the award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids.
Proposals shall be submitted on the forms attached hereto.
2. The work to be done is shown on the plans. Quantities are understood to be only
approximate. Final payment will be based on field measurement of actual quantities a
and at the unit price bid. The City reserves the right to add to or eliminate 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 th; 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 furnishing
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 invali-
date the bid.
6. The right is reserved to reject any or all bids and to wait ! informalities if it is
deemed advantageous to the City to do so.
7. A certified check or satisfactory bid bond made payable without reservation 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
bidder will be returned provided he enters into a contract and furnishes a satisfact-
ory performance bond covering the full amount of the work within ten days after receipt
of notice of intention to award contract. Should he fail, or refuse to do so, the
check shall be forfeited to the City of Renton as liquidated damage for such failure.
S. All bids must be self-explanatory. No opportunity will bz offered for oral explan-
ation except the City may request further information on particular points.
9. The bidder shall, on request, fur.. ish information to the City as to his financial
and practical agility to satis.actorily perform the work.
10. Payments for this work will be _ c:ti 4
NOV ^.
S
I
i
OF R ,
U to 7 OFFICE OF THE CITY CLERIC FLFr-TON.WAA*UNGrrON
P16
- CITY NACI, CLOAK KW[K PARK. KIKTe N, WASAINOTON 613511 AL/tN[ 41464
• •d
'3'qy CAPITAL November 22, 1968
Gem er & brown, Ina.
U025 142nd Ave S.r..
llenten, YaalliAgtov 99055
Res Jid Award, City of Renton
W-272, 12th Ave No. Between
8 St. & HirblAnds Reservoir
NnL'emen: j.
Tbis is to advise that the Menton City Council et it.. regular
aeeting of Hovwber lot, 1968 has aesepted goer low bid on the
abOve-captioned irigrovemnt i-i STm of To23,363.07.
lery truly yoere,
1
CITY OF RUMN
Helmla of. "I"?,
NWIsk City Clark
eel City Engineer
,..
f.
Y
OF RR,
�y ►'�- Z OFFICE OF THE CTTY CI.''rRX RUCNTON.WASMNOTVN
.JL
CITY MALL. C[OA11111V(II ./.R. ■EN TO N, WI,/MINOTOM //0/! •LI.M[ ! i///
P 4o�emher ?�, '38A
rr�b+r l'.MTO d 4
Fott�er zR:1 McCatehan
'7722 i:ainier Ave So.
Sae.ttle, Washington 58118
Re: Bid Opening, i'.ty of Renton
w-:;2, 12th bs No. eetveos
E St. k Hign1andn R000rmir
Gentleman:
This is to adriso that the Renter City Council at its refn:ar
mostixg of tovowksr 18, 1968 has aeeepted tno low bid of Cosner
! law Ise. of hensan, en the abnre-captioned ismroyno ut in
M Of ;23,363.07.
No tkmAk you/ Par year interest and yaw kid.
Imry trul- you",
.!!'! Or '.tai*
NVM/sk i 6Ua#
ea: City Engineer
Sr
"'I'I CF t',lptn STATE OF wASInNOTON
j & IN0lISTR1fSDEPARTMF.NT OF LABOR AND INDUST19IF9
JLl '�` 1 /t11i93'4 r � AFFIDAVIT OF WAGES PAID
On Public Works Contract
0 ,hryl wt+RrgN9lRIrs
K Awarding Agency
p _T� .. z..U v.....j ♦ _J� J Contract Number f r
r..� " a a 1 I�u`j Date Contract Awarde
d
•( ' _.
i ; 1
County in Which Work Per ormed..
IA, wAS1i�NGTON Location withir. County. -t7t r
�sw.
In compliance with RCW 39.12.040 I, the undersigned, being a duly authorized representative of
a1r �J I-i tr' VC'us0 ,.^• 'ref t: 7• ... r.i:7j? _ ,
(Aul
abote described tar the period ending-,.. (contractorri, -,f On restart .._... . , 19�3(t ,rthe following rates X'
do hereby certify that m connection with the performance of work on the public improvement project
pe g ...__ g per
hour for each classification of laborers, workmen and mechanics have been paid an,' no laborer, s„
workman or me( uric so employed upon such work has been paid less than the 1 B crevailin rate
of wage or less Lan the minimum rate of wage as 4pet;ified in the principal contract.
WAS A STATEMENT Oh' INTENT FILED?,.............._........_...... Rate of Fri*pe Benefits
Classification of Labor Hourly Pay Paid
• .,�.. ;r 14.11) • :jWr
-t;ir-mil. .err ft• •f-f .�i
rl;t(,r tor, av ,lm , 46 1qf,.
Nan: Attach Additional Sheets as Needed.
(Compavy Npmrr
:L 'o,.t
and sworn to before me Subscribed Ry_•'.�-. fr �.•`� �.�._._.._...
(•txl•i
this, t...._d .y of...__�T_._............._........_.._, I hereby certify that according to the VUS
rates and frin;e benefits heroin sworn to
the prevailing ware requirements of RCV
'/A I r 39.12.040 have been'satleflod.
._.. _._-./.... t'.✓tee-�.L..:r" _�1.� :ea:a•,r_............_ R. J. PETRIE, DIRECTOR
4 Nxidin n w in au+d for Stilts of IYyllirzptoa DE PA T iUT OF LABQR h INDUSTRIES
endin0 in Washtn
Date:. v�4.w ... By �;f4
is sp ce reserved frec� S cettlacalion.
Pursuant to R_'W 30.12.040 copies of this form must be completed by the contractor and each of his sub-crmtractorx and filed by
the contractor u'th the state treasurer. or the treasurer of th^ county or municipal corporation or utio r idliter or person charged
with the custody and disbursement of the s'a(e or corporate funds applicable tp the contract under sail psi>'uiut to which payment
is made,and with the director of the Mparlment of Lsb.f and Industries. CONTRACTORS ARE RESPI)NSIRI.E FOR OBTAIN-
ING AND FILING AFFIDAVITS of their SUB-CONTRACTORS. This is required by law and paymruts can not lawfully be
:node until such atpdavils are filed.
a
� Hovenber d-! , 1969 a
Honorable Donald Custer, Mayoi
w abers of the C"ty council
Re! Report of the Fire and Water Cosvitt*0
Gentl*":r:
It is tho recom"andation of the Fire and Water Committee
and the City Engineer that the City accept the low kad of Gesner
and Erovn, Incorporated of $21,363.07 for the installation of a
is- Water Main in 12th Avenue "forth (W-272).
It in further rectseended that the Mayor and City Clerk I»
authorized to siqn t:w contract upon approval of the City
Attorney.
City Engineer
Fire and Water Coanittee
a opvucYlmr 'l. 14L a
Pr. Kan Aruce, Chairman
Members of the Fire and •Aster Committee
as: .l ds on 12th Avenue 4orth 'later Main Installatfon
Gentlemen
Attached Is a tabulation of all bids received an the 12th
Avenue North water Main Jcb W-272) .
It Is the recocowndatlwi of the Engineering Department that
the contract be awarded to the low bidder. Uesner and drown, Inc.
This firs has completed several Jobs for the City, and their
work has been fiery satisfactory.
Very truly yours,
Jack Wilson
City Engineer
JH;m
m Mr. Awry Garrett
Mr. Tom Edwards
i 1
t
J �
m'
0
i
e r i
r �
r T Y
C Q
t otAlz
J
g m
JTrj
� 1
a
u
Page 4
(10) The Contractor shall furnish a surety bond or bonds as security for the
�s faithful performance of the contract, including thy: payment of all persons and firma ; a
performing on the construction project under this contract or furnishing materials
in connection with this contract, said bond to be in the foil 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 } z3,34�3 • C'7
, which includes Washington State Salsa Tax.
Payments will be made to Contractor as specified in the "general conditions" of this
contract.
TN WITNESS WHEREOF, the City has caused these presents t:, be signed by its Msyor
and attested by its City Clerk and the Contractor has hereurto set his hand and seal i
the day and year first above written.
r
JIM
IF ,�d 7Ix, �f llAsi,V 2 x ctTr taw�al
_ Mayor
• +- ^ I � wFFs�ArrrST: ��✓-�'t/�r.c•C-J
City Clerk
Page 3
(S) i'he Contractor shall hold and save the City and its officers, agents, servants,
and employees harmless from any and all liability of any nature or kind, including all
ccsts and legal expense incurred by reason of any work on the contract to be performed
hereunder, and for, or on account of any patened or unpatened invention, process,
article jr )pliance manufactured for use in the performance of the contract, including
its use by the City, unless ortherwise specifically stipulated in the Contract.
(6) Any notice from one party to the other party under the contract shall be in
a s
writing and shall be datA and signed by the party giving such notice or by its duly
authorized representative of such party. Any such notice as heretofore specified shall ..
be given by personal delivery thereof or by depositing same in the United States Mail,
postage prepaid and registered.
(7) The Contractor shall commence performance of the contract on the 31, :tom_
day 19_k_4� _, and shall complete the full performance of the contract not later
than 3ci calendar days from said date of commsencement.
For each and every day of delay after the day of completion, it is hereby stipulated
and agreed that the damages to the City occasioned by said delay will be the sum of
1 50 0 O PErZ OAy , as liquidated damages for each such day, which
shall be paid by the Contractor to the City.
(8) Neither the final certificate of payment nor any provision in the contract
nor partial or entire use of any instail�t_on provided for by this contract shall re-
lieve the Contractor of liability in respect to any express warranties or responsibility
for faulty materials or workmanship. The Contractor shall be under the duty to remedy
any defects in t work and pay for any damage to other work resulting therefrom which
shall appear wi n the period of one (1) year from :he date of final acceptance of the
work, unless a longer period is specified. The City will give notice of observed defects
as heretofore specified with reasonable promptness after discovery thereof.
(9) 71te Contractor and each sub-contractor, if any, shall submit to the City such
schedules of quantities and cos. . , progress schedules, payrolls, reports, estimates,
records and miscellaneous rata pertaining to the contract as may be requested by the
City from tikes to time.
NaV
Page 2
(3) If the Contractor : ases or fails to prosecute the work or aqy part thereof,
with such diligence as will insure its completion within the time specified in this
contract, or any extension in writing thereof, or fails to complete said work within
a such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a
general assignmeat fur the benefit of his creditrrs, or if a receiver shall be pointed
on eccount of the Contractor's insolvency, or if he or any of his sub-contractors
should violate any of the provisions of this contract, the City may then serve written
notice upon him and his surety of its intention to terminate the contract, and unless
within ten (10) days after the serving of such notice, such violation or non-compliance
of any provisior of the contract shall cease and satisfactory arrangement for the
correction thereof be made, this contract, shall, upon the expiration of said (10) day
period, cease and determine in every respect. In the event of any such termination, the
City shell iisediately serve written notice thereof upon the surety and the Contractor
and the surety shall have the right to take over and perform the contract, provided
however, that if the surety within fifteen (l3j 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 and prosecute the same to completion by
contract or by -any other method it may deem advisable, for the account and at the
expense of the Contractor, and his surety shall be liable to the City for any excess
cost or other damages occasioned the City thereby. In such event the City if ft so
elects may, without liability for so doing, take possession of and utilize in completing
said contract such as materials, machinery, appliances, equipment, plants and other
properties belonging to the Contractor as may be on site of the project and useful
therein.
(4) The foregoing provisions .re in addition to and not in limitation of any
other rights or remedies available to the ..-ty.
PR
THI5 AGREEMENT, Bade and entered into this
_.Ck day of Y/b/ll(' ,
19_ by and betwooa THE C11Y OF RENT'ON, Washington, a municipal Corporat�ii
of the State of Washington, hereinafter referred to as "CITY" ind c�ESpEF
11 lle?gii/12 i hereinafte referred to as "CONTRACTOR".
WI _ NE3SETN: r
(1) The Contractor shall within the time stipulated, (to-wis: within
calen, r days from date of execution hereof as required by the Contraet,.of which this
agreement is a component part) perform all the work and services required to be per-
.a formed, and provide and furnish all of the labor, materials, appliances, machines, tools, a
equipment, utility and transportation services necessary to perform the Contract, and
shall complete the construction and installation work in a workmanlike mauner, in con-
nection with the City's project (indentified as No. w!-.272 for
improvemeft by construction and installation of: 140" D I WATEi2MA,N 1r.1 _
2 AiC N. (jET+/EEN C rREer An+D THE 1+G rIL ANDS 0E5 92✓ylri'
All the foregoing shall be performed, furnished, constructed, installed, and completed
fa strict conformity with the plans and specifications, inclAding any and all addenda
issued by the City and he other documents hereinafter enumerated. It is agreed and
stipulated that said labor, materials, appliances, machine, tools, equipment and
services shall be furnished and the construction and installation he performed and
completed to the satisfaction and approval of the City's Engineer as being in such
conformity with the plans, specifications and all requirements of the Contract.
(2) The aforesaid Contract, entered into by the acceptance of the Contractor's
bid and signing of this agreement, consists of the following documents all of which
are component parts of said Contract and as fully a part thereof as if herein set out
in full, and if not attached, as if hereto attached:
(a) This Agreer•ent
(b) Instruction to Bidders
(c) Bid Proposal
(d) General Conditions
(e) Specifications
(f) Maps and Plans
(g) Bid
(h) Advertisement for Bids
(i) Special Contract Provisions, if any
i
ppV
APPROXIMATE UNIT TOTAL
ITEM QUANTITY DESCRIPTION PRICE PRICE
9. 000 Sq. Yds Temporary Street Restoratlor
(Cold Mix Asphalt)
E , SO $ yS0.00
Per q�. a.
Sub-Total S 22� 357, o0
I / -
4.5% Sales Tax S G/06 , 0ry7
TOTAL slp 3 G
THE UNDERSIGNED BIDDER HEREBY 'gR£ES TO START CONSTRUCTION WORK ON THIS PROJECT, IF
AWARDED HIM, WITHIN TEN (10) DAYz AND TO COMPLETE THE WORK WITHIN TWENTY (20)
CONSECUTIVE CALENDAR DAYS AFTER STARTING CONSTRUCTION.
DATE: // y THIS y wY OF /4 ,i 1968.
SIGNED: 111aGr 11 /)
7
TITLE: r..ud
ADDRESS: /i e a
r firr
, r
SCHEDULE OF PRICES (W-272)
APPROXIMATE UNIT TOTAL
ITcM QUANTITY DESCRIPTION PRICE PRICE
1. 3000 L.F. Excavate, Lay, Backflll and Compact, 16"
D. I . Pipe, Price Per Foot shall Include
the instailation of all pipe, Date valves.
fittings and appurtenances as necessary
f s.r D "4,it 5e enl cet Is f (" 07 f /8 2Z ISO ,cc
Per L'F. ' (Words guTF7 resT— ( IgurF' es)
2. 40 L.F. Excavate, Lay, Sac kf III and Compact, 10"
J. I . Pipe, Price Par Foot shall include
the irstallation of all pipe, gate valves
fittings and appurtenances as necessary.
f Ofg 0611ars 3 3. G0 f /20, 00
Per
3. 1 Each Construction and Materials for large
Type "A" Valve Chamber as per APWA
Specifications (Standard Plan N71 )
f e j�..A�___./_F• f 44 J'r/4�. S SG.cc
Each - -
4. 700 Cu. Yd4. Select Hackflll
S_QN Qo!/a S 1,yo $ 00•oa
Per 4 u. s!r
5. 170 Cu. Yds. Gravel Beddinq
f e r Mars f .oc S 63J0• PC,
Per U. 5.
6. 1835 Sq.Yds. Asphalt Street Restoration
Ws 1pl ShcG_ $18 3S.o0
Per q. Yds.
7. 12 Sq. Ydo. CoPPn����rrete Street Restorarion
fV , / 4r f I•UD f 12. Co
er q. s.
8. 4 Cu. Yds. Concrete Blocking
/a
f , *4 -J" alt." f 2s.cc, f 100.00
Part u S.
AC
Special Provisions %Cont.)
10. The project shall start at the intersection of 12th Avenue North and Sunset
Boulevard East (Sta 11 + 80) and procece east to the Highlands Reservoir to
facilitate the repaving of the street In this area.
! I . Pavement Restoration-Asphaltic concrete pavement shall be wheel cut and removed
without damaging adjoining pavement. No Irregular 3dges will be pormltted.
e
Asphaltic concrete pavement restoration shall be accomplished in the following
mentor:
a. Remove the upper six Inches of oackf l I and compact the trench with a
vibratory compactor.
b. Place 4" of 5/8" minus crushed rock and compact with a compactor.
c. Place 2" of Class "B" Asphaltic Concrete in a manner to conform to City
Requirements.
"Asphaltic Concrete Restoration" shell be paid ror at the unit bid price per square
yard of trench which shall constitute complete compensation for cutting, excavating,
disposing of material, furnishing and placing crushed rock and asphalt.
a. Temporary repairs shall be required in all intersections, as well as In the
street trench where deemed necessary by the City Engineer, with cold mix
as, halt.
Where cement concrete pavement is required, cutting shall be accomplished Dy use of
a concrete saw.. When the trench is ready for paving, remove the backfll , to a depth
of the adjoining pavement or' compact the trench with a vibratory compactor. Re-
pave the trench with a standard 6 sack mix with 2% Calcium Chloride added. If an
asphalt overlay exists tie concrete cement will be brought to the grade of the
existing concrete comer, and an overlay of Class "B" Asphait shall be placed and
brought to existing grade.
"Cement Concrete Restorat:on" shall be paid fo- at the uni+ blo price per square
yard of trench which shall const(t'J1e complete compensation for excavation, cutting,
disposing of excess material , furnishing and placing cement concrete and asphaltic
concrete overlay where ap311cable.
All joints will be sealtd with hot asphalt liquid where a ;phaltic cement is placed.
12. The Contractor small use flagmen, barricades and cones when nartlal closure of a
street Is necessary. The Contractor shall malntaln 'aces of traffic (one
each direction) on Sunset Boulevard East at 12t11 A F, as well as one 12'
lane o� traffic on 12th Avenue North, at all tlilt 'ractor shall also
cher:k with the school officials so as not to con''. .totruction and the
exit and entrance of school buses at McKnight S:ha3 at 1[th Avenue
North and "H" Street.
13. The Contractor shall be required to maintain and supply as-built drawings to the
City when th , job is completed.
14. The Contractor shell bf requlreo to maintaic drainage from his excavations.
-2- N0�1
c