Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WTR2700704
W-704 Taylor Place NW 5th St. to S. 124th St. 1+ BEGINNING OF FILE FILE TME Wqsw704 AM&?b& � .. W N . W., 5" s*# 1n So % I 24TO Sf� ADDENDUM RENTON CITY CCUMCI[ MINUTES September 26, 1983 ADD TO CONSENT AGENDA: Public Works Department requested acceptance of contract completion, authorization for final payment, commenCe0ent of 30-day lien period, and release of retainage ($1,411.52) if no liens are filed for Taylor Avenue NW Watermain Replacement Project; CAG-006-83; Ford Construction. Council concur. (Included in approving motion.) MAXINE E. MOTOR, City Clerk 0 /7 ► /8 - /4s�,1./� 70.37 S.Y lD" S.Y 703.10- Sow- /QelI r�✓u� `>d�. ax a I,owpj a0, 70o ?y SYo 4Jp4AIO' is .PJ `?7' X 3' 8J s aa' x v ' es - i7b GO' x g ' H8o r 71r;c� S/ k3 ' /S3 — 30(, Y i 80 J .s'� yy S s, ly .70 s 3S'x,9 70 70.37S.Y Inn 0" AN, to ue aw 4 t t �� � t to _ 4 5 -4 in irenr-iFF n �o�i yosw a 1n nm,�loom � S rr•i r4 ft •o �m .7Y w.o � wi+o - rao Y - rib � mS pOL F\ L araowr ar ro,rr�ma m v� -m y ��own s:m. rweoo6 ms e.>< aaun irnawr za' �° . vVOL Z;r _.r. :oj :ql Cnm ' xS f r atVG OOZf�LS T ' 31Ya 'ODZESi v °'"� • PIT our sv��i�u '.3NI '31VE)3S *V*1 �xo. o."s�rn� 'ONI `3lV J3S ' 000rr xar�aa { vtv A «AwAAr 5XCMr TAX MVWQN Reg. No. ... _.. AWn Alen "Ahw ary.er.narA►ern tAMa Certl6cate of Payment of State Etcise Taxef b> Public Works Contractor ccntractor: rnri Cotstrnctiou Co. 9..0, pox 504A Kent. HA 9R^11 We hereby certify that taxes, increases and penalties due or to become due from the above named contractor under,Chapter 180, Laws of M5. as amended, with respect to the following public works contract: _ ._......... -. �C.___................. - ........._. . ... __._... ._..._......_ .. ... .....-----_...__----__. together with all other taxes, increases and penalties due from such contractor, have been paid in full or that they are, m the Department's opinion, readily collectible without recourse to the state's lien on the rehired percentage. This certificate is issued pursuant to the provisions of Chapter 60.28 Revised Code of Washington for the sole purpose of informing the state, county or municipal officer charged with the duty of disbursing or authorizing the payment of public funds to said contractor that the Department of Revenue hereby releases the slate's lien on the retained percentage provided by this Chapter for ex- cise taxes due from said contractor. This certificate does not release said contractor from liability for additional tax which may be later determined to be due with respect to the above mentioned contract or other activities. Date at Olympia. Washington, .__..._ _._. .- . __.._..._.. STATE Or WASMMON DEPAMMxtiT OF REVENUE Cernlv+np"Ce. - ROUTING;While Copbs—Disbursin om"r.Canary Gryy—contnetor. FORM RN 31 Opl!19-111t Pink Copy—File.Gcddenrod Copy—special File. ��r For Use By City Clerk's Office Only AGENDA ITEM RENTON CITY COUNCIL MEETING SUBMITTING Dept./Div./Bd./Comm. For Agenda Of Engrg. ting au�'—" — Staff Contact pyt _ Agenda Status: SUILIECT: Fsgxl eAy yyt fne a-&ts. Consent _ _ Public Hearing Correspondence .atBnstn Oa�'.eaex•nt — Ordinance/Resolution _ Old Business _ Exhibits: (Legal De5cr., Maps, Etc.)Attach Me. Business_ Study Session_ A•,yaslary SAeot for Final ragaL tiratr Other- B. C. Approval : Legal Dept. Yes_ No_ N/A_ COUNCIL ACTION RECOMMENDED: Npp,,,.l of Finance Dept. Yes_ No. N/A_ Other Clearance -.n f..t .nd Frr..' ••'•aaaot hrifNlr tars FISCAL IMPACT: Expenditure Required $ Amount 5 Appropriation- S Budgeted Transfer Required SUMMARY (Background information, prior action and effect of implementation) (Attach additional pages if necessary.) Reconand project and final pay estimate be approved and that retmtnane of 11,411.S2 ba released aftrr JJ day"If all taiga have been prtd aM no liens have seen filed, PARTIES OF RECORD/INTERESTEO CITIIENS TO BE CONTACTED: THIS COPY TO BE SUBMITTED ON TUESDAY AT DEPARTMENT MEAD MEETING. ! Ay OF RENTON • OEPARMENT OF ENGINEERING NUMICIP.LL S LQf . 2O0 MILL AVE ROUTN. RENTON W4 98066.2M-263 0II1000Ivyg PwUENT EXT V,,TE yq.2 (Hwt; c0^I.«I Me.T1c.p06-✓�_��c.ntn<1p rOM q":,vctIw QmPt, clwrq O.y . I<.., �I�••I.L•1� 4 O«c..c lean tY.nf U..f P.c• E•1 VIOUID TOTK-Timis-"TWI TOTK TO DATE Ql> 01Y ,wlW,l O1Y ^I0..11 GIY. AwWN 1. IMult 10- CA, gtemi. L.F, II.m H] E02 SM2.00 602 6,622,m 2..F.rnlp a•d Inult 4u<6 0.1. u71n L.4 A.m x X 1,090.m X 1,0m,m ), tIAIIFn uId Inf411 6-1.<n p.l. 20 S00 m ulrin t.r, x.m X 20 E90.M 1, gmaf•.M Infull 41rK6 0.1. rvHMln L.F, N.Oo x n Isom n 450.m S. fltn tM Inult L1Kt in.e• �UJut To IAD NO 466.5 2,119.m WSI 2.119.m t f. Ffvhn and(Mull CwMtl t.fA I no 11.m I x W.1 NSJO N.R 761.92 93.111 1.027 6, T. F•nun aM I•Stall EmcnU I 1.lin9 !C.Y. WOD 3 2.16 loe.m 2.16! 6. f11m11n.M Infull 10. ut! V.I. v l 1 I rtipt EICBI 6T6.OD ) 7 1,125.00 ) I,/ES.m f. un9n aM Install r "t< Y.1w j XliMfI Ea 40.00 3 7 I'M.m I 3 1.2m.m A. Ynnn aM Install 1-bt! Vail sU.Ely GtMI ]m.m 1 1 3m.lq I 1 300.m il. f•rnlsn Intl Iull 4. Gat! Ya1q nf 4f.•b}Ir. EACH 2m.m 2 1 WA 2 460.m 12.'�Ponlsn.1d 1.,WI fin Ilytlnnt I I �LAfMmly IJACM� 1.2m.m ! 1 I.A0.D0IP1PMta E,Itting flit xyUrmt 14 ,f sfMlJ EAOi 450.m 1 1 4'A.m 1 450.m io.M Install Im.l." 2,31P.y" 41.Vibly EACH 4W.m 1 I W.m 1 ISD.m IS,fhrnlsn m 1.1U11 Sf„Ic1 ! Cawm.. pall Ix.m 1 3 3m.m 116.M.e91zn aM Inull 4UP 9f )�Smic< EMITI Im.m 2 0 4. . 11tl.M hM6111U PI T Y L.S. 7,W.m As 1.3. i,200.m I 60i I,Im.m Imi 1,m0.m IB.I urn6P.M lnsull Cuss Y' i Y i pMlt S•ngcm9 S. . IO.m X 0 -0. I I I i.0,)1 A3.M MIT, 103J0 cMrpn 0nde. a AItlIt IPMI IYaIN a P.P.t. Strum ( ].67Lm l.Slim � 1 II 1 ]Y6tMa' haws and CMny pngnl 21.111-A 6.4x.62 I max 32 .IY Los b. LMt.H 6209T 2.216.6E I T9U1 1M1Ydln6 ales fa. S73M H I 6.H0.69 1 X.SI6.9B ESS Si gUlM9! I HP,H US A•OVII N*VIM11y P.ltl j S2L07 i 4f i.72 ; . OIE Illlt MOTS J SI.IBS'BG 6.61f.H ' E.CIq.f6 PIE.6 #Y OF RENTON • OEPAROENT OF ENGINEERING • • MUNaCSM`L WILDING. POO MILL AVE MOl1TN, RENTON WA %WS0a am 263, PRD.1lcr�w3D! PRCIORlA:9 PAYMl NT ',aTWAT! ND,2 (f1M11 Cant•a:s Na fA6- 006-!) Cent.Acta�!sl ConsVuctfon CalNer CIgn,1 Oar •.Ivy-saaaa1W1. OaacrPt,an U,mt Un,t P,.ta !at VIpN Ta)TK MS mTMAK TbTK TO OIETE Off MY M.ylaai QaY- Anapyll Qty. AlagaK 1. ILatall la.C.A. aw aaM L.f. If= 111 902 S,R2.00 to? 6,622.0C i.bm'nisn am Insull I-tact D.I. ta,sin L.E. )D.W ES M l.Dp,m M I.M.m 3. irnlan aM install 6-1acA 0.1. unrin L.E. 26.m 16 20 SOC.m 20 M0,o0 a. iam1N and Install �taac6 D.I. k,os" L.f. MIX? t♦ zs a30.m 25 a50.m S. fumlfn we IMtall S91act ta9aR6 krill 101 6.m Im 4165 2191i.m 6M,5 Z1919.m ' 6.!sumisn and Inyull CglfNd bcl tOl Il.m 25 56.1 GS.10 34.72 41,92 93.a2 1,02L63 3, fmmfan and invtall coac ata afinq I C.T, IO.m 3 3.16 lOR m - 2.16 108.m I. fumbn and Install 10'Gk NIN iabltas EAA, S25.m 3 3 111M.m 3 1,125.m 9. iumlfn and)nvtall 8'Saw YatN fwnl ies EACH 400.00 1 3 1,200.m 3 i,Ym.m 10. iwn IV AM Inyull S.Qta Niw Ell, EKW 300.00 1 1 IOO.PO 1 30D.00 11. aaMlal aM Insult a' Gk Ya)N I aal11 Ns EAMj 2M.m 2 2 W.00 2 4D.m 112. iambs and Install RN IDANet 3ai61y I EACSI 1.2M.00 I 1 I.M.m ( t I I.Zm.m Ea i 1), Iwa4 ttiM its Wj&nt falaYly EAOI 650.m i 1 a50.m 1 40.00 la. immbn aM Inaull Taa9orary SIM-off AsMaa;ly EACH,. 6SO,m 1 1 a50.m 1 4)0.m 15.IEumisn ark In3ta11 WVIC9 cQNv(ttons EfW± lm.m i 3 WM I 3 300.011 , 16.Flu sn and I16011 Mug of rvlce Ekw -0- 17.F�!: i"AN 4naellluu MY L.s. 31t100.m L.S. I.Mo.m 60% I.=w I00s I 3.Dm,mIoaM Install clal. %.soh'i" SY 10.00 M 0 4. 10.371 "3J0 t0.37 1m.10 orda: Il I GemtiP l Itaas at P.P.Y. statek ' 3.535.m 7,SM.m I SAtotal Items and Cunge On6ers 21JDa.M 6.420.62 25,2m.32 i Ji Salef A. T9ta1 InCludln9 ides Va. 1.tfi.5/ 520.01 2.266.6t Es5 St Mauna, _ 6.W.69 M,516.M SS ARI1Pt PnNmslt Paid 1.Sao.N 321.03 1,411.52 Y2As.M M! Nis ESTIIMTE f.fi9.q ( I �am u &Y OF RENTON • DEPARSENT OF ENGINEERING • MUNICIPAL BUILDING. 200 MILL AVE SOUTH. RENTON. WA 96055a 2W 2631 -, PROJlCT 4T11 71F1µ11--_-__ FaR06RCE9 PAYMENT ESTIMATC N0__ Cens.nat Ns.C38-006-tl C9,t'.o" Sore 6onst,w0on comma, ClePng[teta a I VIt tMwtlet! N Daa<r�pt�on Unt UNI P.,9a C9t VIO_US TOTAL TNR ESTIMATE TOTAL Tp OATF � OIY QtY A�oIa,I Ot A Y InW11 QIY. MIOnt 1. Install 10-C.1. 11,10MIn L.F. Ilm M7 802 6,92L00 I 802 8,82tCC 7. FVH,10 and Install 0-I1d 0,1, Wxnxln L.F. 30.W 25 A1.== M i,060,w 1, fumlfn an0 Install 41nt6 D,1. WunPin l.F, SS.W 10 20 500,00 M i00,W /. fernlM aid Intull NIITn 0.1. uAin L.F. 18.00 l6 is IS0.00 15 150,00 5. Futtltan and Iµta11 Sa)aFt In,,, urul TGI A0 6 Iw M.5 2,919.w IE615 2,919.00 6. Funtsn and I11ta11 DeaMC 9Rca T61 I 11.00 25 W7 MS.70 34,72 381.92 93.12 1,021.62 ior9lw M Infxll Cmcnte local, Woo 3 i.16 Imm - 2.16 108A0 E. Ei$n'and Iµull 10- Gate Nlx I ios EMU SIC 3 3 1,725.W 3 11725A0 9. lYmiw and install 6' Gate la1T9 tMlles E901 100.00 3 7 1,200.W 3 1,200,W 11, Form,and instill 6' gate Val" i I Ssply I EACH 00 1 300.W 1 1 Woo I 3M. 11. FMunian am Instill a-Sate 9aln IAssawlies EMIT 230.W 2 2 160.W 1 160,00 �12.'IE n.eni36 w0 install FIN,0,nvI t 61tUng Rn Nydnant pa3MitY 'EACH 1,2p0,00 1 1 1,200.00 1 1,2m N sum,11.�9le xn61Y EACH I50.00 1 1 I50,00 1 ISp.CO 11. Pombn and Instill Teapdr., blow-off A&s Iy EACH 150,00 1 1 /50.M 1 150.00 15. f-"110 end install Sarvica .Connttlons EACHI loom 2 l 3w.00 3 3Ip.00 i 16,�fanisn and I"tall MtaF of I ;S.Hdz mI iw.w 2 0 -0- 0 -0- h).1pwull9 aM ReMCiHute R. L.S. 3,000.00 L.S. I 1,Wo.X WL 1.800.00 100t 1.000.00 18.Iiurnlw ann Instnil Class '9- IpsoNit Surfacing 5.Y.I 10-M I 3S 0 4- 70.37 703.70 M.37 703.70 C4.9,oHw, al ( 1 Additional ItMs at F.R.V. Sutton I 3,535.00 I 3.535.00 Swtotal 1t 5 aM Cnange 0rdars it:6M.)0 6.Ifi.62 28.230.32 6.1% Salet Tu 1•)Y.59 520.0) I,216.66 Tout I cl Yainq$ala Tx n,SM 29 6,040.69 ii 30.516 96 LESS S3 unta 10x 1 Ean.H 321.0) I11.SI LESS NPunt YnYlplsiy pad � 1 DUE THIS tSTiMTt COS." I 6,619.6f I •Aa DATE StPn6lr IsJyei TO- FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PROGRESS PAYMENT CONTRACTOR: Ford Construction Co. ESTIMATE / 7 (F{nall CONTRACT A CAG 006-83 PROJECT: Taylor Ave. N_V_ W.termain Rwnlarwmwn[ 1. CONTRACTOR EARNINGS THIS ESTIMATE 1 6,420.62 _ 2. SALES TAX @ 8.1% 520.07 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE S 6,940.69 4. EARNINGS PREVIOUSLY PAID CONTRACTOR E 20,719.21 5. EARNINGS DUE CONTRACTOR THIS ESTIMATE $ 6,099.59 6. • (95%x Line 1) SUBTOTAL - CONTRACTOR PAYMENTS E 26,818 80 7. RETAINAGE ON PREVIOUS EARNINGS E 1090.49 8. . RETAINAGE ON EARNINGS THIS ESTIMATE 321.03 9. SUBTOTAL - RETAINAGE S 1.41I ,;2 10. SALES TAX PREVIOUSLY PAID E 1 ,766.59 11. SALES TAX DUE THIS ESTIMATE 520.07 _ 12. SUBTOTAL - SALES TAX E 2.z86.65 _ GRAND TOTAL E 30.S16.g8 _ FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11): ACCT. d 401/000/IS.501 37.63 (IS) 5 6.519.66 M 2 ACCT. k E d_ RETAINED AMOUNT (Line 8): ACCT. # 401/000/15�501.31.63-0 5) E 321.03 # 2 ACCT. d S M_ CHARTER 118, LAWS OF 1986 TOTAL THIS ESTIMATE E 6,940.64 - CITY OF RENTON CERTIFICATION *RETAINAGE: 5% of amount. 1 M wean w 00•Mml WTI,,1eOla ft 4t w RMwt. TM, M! IWlf1 IyYE LiG Mu•.ML M u11NOt Rt0[9C a M 1/.iAn Aa OOb1am 4Mw Yat nut lMf bFl/b A "Cal.I'out 1YD uM40 OM16tlgM 1GI.Fat M b1Y d Ritpl.IJC M.l i I� ��n�ful*.ntran_w crn.m aw�. Rz RCff WOK At, FL 325 • Rev' If1ILlw/70 Contract Mo. C.A.G. 006_83 NOTICE DF COMPLETION OF PUBLIC WJW CONTBACT To: Excise Tax Division Audit Section LaLes September 15, 1983 Tax Commission Olyt:friaw Washirgtnn Do Not Use From. City of Renton Assigned to: Utilities Engineering 200 Mill Ave. So. Data Assigned: Renton, WA 98387 P.W.C. Number: Datat Gentlement Notice is hereby riven relative to tills completion of contract or project described below[ Descriptior. 3. ;ontract Taylor Ave. N. W. Watermain Replacement i;ontractorts Name Ford Construction Co. Contractorws Address . P.O. Sax 5036 Kent, WA 98031 Late Work Commenced March 10, 1983 Date Work CoAipleted September 9, 1983 Date Work Accepted: September 15. 1983 Sarety or bonding Jompany United Pacific Insurance Co. Stanley Scott Agentws ,address 2312 Eastlake Ave. E. • Seattle, WA 98102 Contract Amount : a 20,795,00 Amount Disbursed $ 29,105.46 Additions ; $ 7.435.3-1 Amount Retained 1,411.52 Sales Tax $ 2.286.66 Total t $ 30,516.98 Total ; 5 30,516.98 By. Dishuratng Officer - Finance Director THREE COPIES OF THIS NOTICE MUST DE i'OMPLETED BY THE DISF3UR M OFFICER AND MAILED TO THE DJUIARTMEw. OF REVENUE AT OLYMPIA, WASHINGTON IMMEDIATELY AFTER ACCEPTANCE OF THE 'WORK DONE UNDER THIS MNTRACT. NO PAYMENTS :1H111 BF, MADE FROM RETAINED FI,'4D UNTIL RECEIPT OF DEPARMNTIS CMIrICATE, A. ACCORDANCE WITH SAID CERTIFICATE. wok An C.::TT O! REMPON Date PUBLiC MORRS OEPARTME CHANGENo DER wy. Steadea b, r g,.r uedor r.rr Deer ftombo3yrtl fiW lau (AptM) •I Sonia 4.1 of tMr--�-- aONn + by Co tractor Co•troct Ow, C-AG 006-83 nod by: 1 Title /J- Slp %me foderol Aid A. L'enttet e4vtr be sway, 1t6y Wloct Title — ar; -�_ +trwA.0 --i0 1 Cu`-•ment-t Ler_ =.. . . . . . . _—� low,on Ordorod to porfon tit• fellavy�deter/Md w WCWon na.or "ORE A) Add concrete f I Pt or M 'Dyne.+: c . . . . . . . . . . oor 4" •pT or thlo '[o floor of existing P,R.V. "'oop*roar: 8) Add 4"drain line from fl ''ution vault - 80' F 515.50 pefDL�fof P.R.V. Writ to 80' north of 5 300.00 Q Add a 2" pressure relief valve and a 2" 1,240.00 Pressure reduuiny yalVe Subtotal 1J�9-915.00 0 B. Ik tax $3.535.0 Total 286 33 $3.821.33 All '°en• yrrlhlt and rarur f1•rlrl Y" of oer for he +rrrt to be in ouclo, RONTpt� <orrrt ruct( InroIYNONrnco rIM b oe eM pnvlr of the Stredrrd Spec lfi DPJMMT C0Wr AACP crtin,tt u4 Special 22,250.6y ANDUW tYT1 1,; D e $ • 5J.h5 11, IIIICHIINGe tSTIMAT[D CP,, AFPW'4 a Oa111CT use TorAL ATTLA C", Ca mtD r SR ray 1 0 Of .R l 'tCIMCY use Te AID t 1 �oK A. • ;` • w,t a RiENT., • DEPAR aoo «,u A #,, NT OF . c...,,•<t "^Qleci sou •e«i� Y ENGINEERING 4" OYYY.pIYY. _.._ •TwTf «D,i(ftMlj 4n•• u«e "„y frI � ��p1• I' 14411 1 OIy 'Oi]• iOTy11M� 1.�t"rMlno [.i`w4r�IR 0.1. I(.r. lt.a /q Oer A^rou., OIi �^g4eif O/Oi.4 TO yTF I W IYt 1 r < 1•f411 1-Ihn p, l.f. >O.a I f.Btl.a Awa.h x e. Oo Oil 4 0.1. � .JO.a ,O2 ln.Y rnf 1 L,f• 1, N2 I. " 1f<e n.a ]b x 1, 7'�w ",.1•f411 y4<t l L. le.b x 5a.a Ot0.00 �"`• 4 a 20 Sa.p0 f. rYrnrty r.Y '"tell`rYSYIY to 150 a t. yYrnttR.YI b<y '•a la 2S 1«klp Int411 ['on<h4 m Il.a 4f.S In l.fif.a Yb.a ins411 t0•G441w1 GC111 ee.00 SI.) 45.70 x.72 fK.S 2.e19.0 T. Yl�I•m Int411 S. 7 t,le Jayfi S 14.00 fJ. 1.O2:.61 ""•f1J W Int415 A. 44 «Iw Glp •0.00 7 J Id25.a J 10 .0 At". n 44«I 7 1.725.00 tMal«{a fnt411 <• tf{III 'a.a I,Ia.a 12. tYhl, w I i 1 ] 1•te0.pp ft ASSAI, 0 Iw411 rlh (bll 210, 300.00 M'"r"Yt a t 2 1 iS hyl�y;Y (.Iftl �r<• ItK�I 1.AG.a a0.a M., r ne tlh t 1 fS. •.isroll is Owl l•wo,." 450 1 1.2a.a «O.a 2w.m I w .a L..".<tlons 1°s41t krrlq [Kx .!0 a 16.[•'* .,oI 1 1 ' fw.00 �1h><e 1np Iu41i wt I � la.a 230.a I I ITS 1k.•y i Ie.k 'f Sur.:�.11 (I,Gs 7y (,IM:7.a0.a I l.S. I 0 �?.a �602 `a x a� Ohrr IaM I t.b0.b I lal 54va 1 1�' fl r f -0. O.y j )0./'70 )0 17 J.53,.a I ].615.00 � I sobI i I I r f II 1 II Sf lft wl 1"(hnfr Oyu 7041 IYtiw In _ «tu Y 3rys I. LISS Se AS 1 [SS Lil( rYt �IWtIy«,Y `502 �'--•r' t1.t�]0,11J s[Stan'' I f,x0.fcf L.CK et I 7t1.00 IO.Sle.je 1 1.1y I 1 ed11 x t2.4f b i PURLIo WORKS CONTRA M. - LT04 FOR EXCISE TAMS -- FINAL PA:4M(T RCM 60.28.060 (sec. 6 chap. 236, Law; or 1555) The secant of all !axes, in- ereasas and penalties due or to become due under Title 32, PCV from a contractor or hi., a .,cessors or as,.ignees with respect to a publ:.: improvement contra:t where- in tb_: emir rct price is five thousand dollars or more s".all be a lien prior to all ether liens upon the amount of the retained percentage withheld by the dis- bursing, officer under ouch contract. and the amount of a' -they taxes, increases and p nalt:e3 due and mini, from the contractor shall be a lien upon the balance rf snch retained percentage reraining in the possession of the disbursing officer after all other statutory !ter, clp'.rs hevQ !,eer, paid. RCM 60.28. M (sec. 5 chap. 236, Laws of 1955) Upon final acceptance of a contract, the state, county or other municipal officer charged with the duty of disbursing or autherlaing dlsburs:nent or payrxrt of such contracts shall forth- with notify the Tax Cormiaeion of the co yletion of said contract. Such officer a`.iall not rake air; payment from the retained percentage fund to any person,, until he has received from the Tax Conalssion a certificate that all taxes, in::r'w'8aea, •md ,nalties doe few the contractor, ar,d all taxes due and tc become due with r.u;»act to such contract have been paid in full or that they are, in the cormi ialonfa opinion, reidily collectible without recourse to the state's lien on the retained per,:antafe. Nam. 6e.A.0 0 (sec. 6 chap. 236, low:. of 1955) If within thirty d..ys after rvwei.pf of notice by the Tex Commission or the ecniletion of thu contract, the an,au '. or alt taxes, increases and per,altiea due from the een.tractor or any of his a or as3ignec3 or to bccoee due with respect to such contract have not been paid, the Tax Cc -dssien may certify to the disbursing officer the amount of Alt taxes, i.>rreases and penalties due from ti:e c�ntractor, together with the amount I all t^ es due and to beccne due with respect to the contract and may request pw,,g.:e:kt the..+.,f to the Tax Condssion in accordan.:e with the priority provided by th.le er)aytar. The di bursicg officer shall within ten days after receipt of such eertii" .. •f. SLd request pay to the Tax Cerrrtssion the amount of all taxes, increases and r,� certified to be due or to become due with respect to the particular ecr'.r.r:t, ar i, after payment of all claims which by statute are a lien upon the retAir.ed rrv:cr.tage wi"'iheld by the dstn_r tng officer, shall pay to the Tax C.OrRiGalAn the balance, if any, or so much thereof as shall be necessary to satis:y the claim of the Tax Commission for the balance of all taxes, increases or penalties show to be due by the certificate of the Tax Coredsaior.. If the contractor owes no taxes in sad pursuant to Title 82, ?:W, the TA.,! C3m.rts3ion shall it, certify to the disbursing officer. my OF RENTON • DEPAR-*ENT OF ENGINEERING MUNICIPAL W1LDIMV Q MILL AVE SOUTN. RENTDN. WA. YSO65.IISS-2!S0P PROJECT �' PRODRESS PAYMENT ESTIMATE 190.2 (i1N11 CP+Iru1 NA -006-e3 ewt.9cew!a.J rmltrucetgesigIA" __ � �du ""al yMt iM-L OaaenYllRn IAvt U." P.,a Eat PpmvgUS TOTAL' Tt6S ESTIMATE TOTAL TO MTE Oly Qty. &TIsHnt Qty. ARIOP,t OTT. A. 1.I insull 10•C.I. IYteesta 1.F. 11.00 191 8u2 6,822.00 a02 8,622A0 E. NWO Am Insult a-IKH a. I I u.rin L.F. 30.00 2S 36 11D80.00 I 36 1,08D.00 ]. iinnls8 Ma Instep 6-incH D.1. Gls% L.F. 25.00 10 20 m1m I TD 500.w aM Insult 4-[Pah D.I. + "Vslh L.F. 18.D0 26 1S 451)w 25 450.W 5.ifumish aM Instill Selatt Trwich I Motif Ml T0o 6.00 Iw 496.5 2,919A0 486.5 2,919.00 {.�FYm[lh a" IMtall CNaasa 11 c] To 1).W 25 68,/ 64S 10 3a.72 ]81.92 91.421 1,02).62 7. uNlbh ano Initi11 cw,ns' IKfing C.T. SO.DO 3 2.16 IOB.OD 2.16 1p6.DD E. 6m[fn ma lnitill 10• UN yalw w611as EKei 515.00 3 3 1.126.00 3 1,125.00 7. Mnilh ana Insult 8. 6ti Ya1N 1 Mulct E11111311 400,00 3 3 1.200.00 3 I,20D.00 10. Tumllh aM Instill 6• Lu V.IM fAOII W.W 1 1 S4aAly 1 301 300.00 �)I.Innnilb and Install 4• Q. Valve I iHII s IIDACNI 2L.W 2 2 460.00 2 460.m 12, 1, $0 ma Inttall FIR parent 1y E"i 1.200.00 1 1 1,200.00 1 1.200.M 17. l0cste Existing Fim Hydrant a39a41y acm1 4w.w 1 1 4SD.00 1 45D.00 I a. Fumlln ana Insult TwDolety I 81a.-aff 4"In`iS Y EACH, 450,00 1 I 1 450.W ( 1 450.00 IS.IFYu14h ana Imutl MyNce Ij Irwectim EAD, 100.00 2 3 301 3 300 00 j 16.Eafnith Ind Install Ileva of g-itn EACH 100A0 2 Y -0• 0� '(1- It P6ulla no HeNa11[tate My 1, i 000.00 L.S, b IOD.0p 601 1, 18, wnftn a" Install C144s .6•!t Suefaemg L.S- 7, BOD.Op I )EVIL 3.00O.D0 kahwS.V,I 10,00 35 0 -0- 10.37 703J0 70.37 103.10 Ehengs afae, I i Malt"n"l Itnn at R.R.V, Station I 3,535.00 3,535.00 I 501etal ltess ana cm.,Orate 2).8pq)p 6,42D.62 28,2N+.]2 8.11 Sales ToTOU _ 7 ua;n Les Tan 2 .516..22 6,954200..609LESS S%faulae 1 72p,,258165,.6986 LESS Mount PN,,j.,ly hta 1 Otl M 321.W 1 411.53 DOE THIS ESTIMIT I n."S.W 4.4N.K PIE A6 k xyy$'tll Cgen� • :V 7� DfPART�NT tpF°1r.WA -%*4C V B-�N• ANI) wSTR�S '^''B ` ,. WRVWWIo Stu„ �Djfj�O RgrItJR tit! C Firm.Yg9rJ3i_19.3 o�.r ,.3,e be -... ! ! of Rir tones 3 L1at V?e O ^>:1iRlr U den yu)d T ise ikb,!tt3.°' 1R:�, 0 Y#x.4v r in w?,lst i,.. ^s "t+iM �, Q0^ ctjon '` 3dditla1lf•�aq xt •. t u'tt 34aMv„ R^+7t c dtrscRut p eLl o r I,vy a.�.,F"nr rct"'n :a n �n, • �:allj...Y .�r i. '� '-4ntr . , 1� vtr be aar fi;_, ` , r•'n/� "untr t'o.���r�,., , v FORD CONSTRUCTION CO. GENERAL ENGINEERING CONTRACTOR P.O. BOX 5036 a K£NT, WASHINGTON 98031 BUS. (206) C 235-7155 April 26, 1983 City of Renton Department of Public Works 200 Mill Avenue South Renton, Washington 98055 Attention: Ron Olsen RE: Taylor Place N.W. watermain Replacement Dear Mr. Olsen: Today We are filing the Affidavit of Wages Paid, and the Request for Release, from the Department of Labor and Industries on the above referenced project. On March 12, 1983 we filed the Intent to Pay Prevailing Wages. Each of the affidavits required a filing fee of $12.50. We are at this time, requesting relabursement of the $25.00 we paid to file these two affidavits. Sincerely, FORD CONSTRUCTION CO. G / J BaWdatper irj 9 A.o.eox cffacnat^Ajbo � oE:.nEa Y r+'x W ~ gANO - cu - �gAVEL �-- - • GHU, S, MEO�K ws To*u_ ^] _ �_�••�:� TOTAL Fio.F � T89 �YTtf wG «+•n u+M�°�1°`� • S.WA St ancrol ` .ZM BIDE, i o.Box BBB'wl,1a00 DEllvlR TD �� �µTty -' Bp11D o,vn oR�VEL .•_ pNBMED ROCK "JU I_OIRL �� so. F �h�!•�� Y wBL11EiE�pG.v.#Y�Y MI�aMo lei M B i1 MK`�t�ll�nO�MEII`MtnE"°W�w m r•��ry M YKp uq M ,.. Z �-T r [1f/u40A 7 iRIW i.__._•""1...u� f)Elrvjp r0: IO (F�i wwNo� � � .`OSNhi36 � coeuca--r."^xr�n "+ F•.rt i. 120t0 42710 42010 S";—': •t{n.. s• J -�- L.-t•.� *AMii' Apo UAW .� "I , _! .rw Y2neo I i MAWS 7. t Saw S203 a i sme ! ym O I 1 c.wn I s2c2 ( sta� s2oa FpIM1ly"'I'e,at E�pwoc r. ..— —iTn,iSci 62010 62030 I R c2ux bmu� ' _.. _l I TM[[MRIIY Nn.K I TOM MIN�Myy IOAO BONY L _i j i Y••ctr[w serlaoo W00r� F.w.. S0002T.rn 80003 -It- •c.xur WD01 �mwar.. 'F-,�nw j um 1 "1- FMSIOF 101FR M %--Y�tlaws ' _L. -l._..L, R[ �[4• ISO VniM 1 MF YF.y/.ryiM x __ �I SU4 TOTAL. MNTON OFFICE TAXTI.II • t TOTAL__ ._._. V Ff}�YM W.FIpF.yy 1V1 '�FONtIYFTr EYPLOTEIt • GEWE11Y 71Ct!&T B3t.31UI �u,sy"eel.....�...+.....•.� DATE April 72, 7983 T0: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PROGP.ESS PAYMENT CONTRACTOR:__ Ford Construction Co. ESTIMATE # 1 _ CONTRACT # CAG D06-83 PROJECT: Taylor Avenue N,N. Natermain Replacement I. CONTRACTOR EARNINGS THIS ESTIMATE S_ 21,809.70 2. SALES TAX @ 8.1% 1,766.59 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $ 23,576.29 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ -0- 5. EARNINGS DUE CONTRACTOR THIS ESTIMATE S_ 20,119.21 6. • 95% x_Line 1 SUBTOTAL - CONTRACTOR PAYMENTS j 20,119.21 7. RETAINAGE ON PREVIOUS EARNINGS f -0- 8. • RETAINAGE ON EARNINGS THIS ESTIMATE 1,090.49 9. SUBTOTAL - RETAINAGE j 1,090_49 10. SALES TAX PREVIOUSLY PAID S_ -0- 11. SALES TAX DUE THIS ESTIMATE _ 1,766.59 12. SUBTOTAL - SALES TAX S 1.766.59 _ GRAND TOTAL S 23.576.29 FINANCE DEPARLMENL ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11): ACCT. # 401/000/15.501.37.63.(15) S 22,185.80 # 1 ACCT. RETAINED AMOUNT (Line 81: ACCT. # `401/000/15.501.37.63.(15) S� 1,090.49 ACCT. CHARTER ILA, LAWS OF 1965 TOTAL THIS ESTIMATE $ 23,576.29 ITY OF RENTON CERTIFICATION *RETAINAGE: 5% of amount. ^�V41f11f4`.®00•A:l�CEm':V\vqU RWR'P Ml. Mt W[LW NtK tlG N�:MO. MI ■gillD fM M 4LM µW WO N bWJtO 'x),I YO TYt M RAY/ Ml.tM•IIP WMG l'JFR n,t tfi b wnaa Alp M{,.AN ,� �� uet( f OFk . �. ~r 'PAL � TON CMI.•cf y PgtCT Mrll OEPgRT ,vE sour MENT t1a cenl..<, _� F O.ae.�on fo.y c Pq N. gFryrO O llVEc en t tt stc. RlNC , fOOI PSYt rfvr E9ryt4rc t� i? 7,rr+'rnlsGi�O.C.I. wy Uns Una P".. Eat —` c r Y93t O.C. 3 t�4r111-W In+ylr B-fnt6 p• // l•r• Ory GtyV�� rbr4 r -83 1.�W`S a f,PN f,I411 S_fn<6 f I t.F. 11.00 IYI MrWne Ot'"s t„r"+�re �'••r�oe y In1 f f, I S. Eyrn•+Yrin GII 1•n<6 °,f. Il.f. bp0 tS ,nit Cry� �L14rE jKyriat�lnsyi 8.1. ts8p 602 1.811. A^'9une lf/6',tgnl 1 Elea I L.P. 10 M 801 1. farnlsM.n6 fn1411 �C6 11.pp 1.060 W e.62z.00 1 Illotltn IV r.. G4s�kC �1, t6 Ip 36 1.Ifarnts6I 411 Con<•yte wH 'rm 6.W I SQ0.11 1•WO,Ip + •ip tns 11.(q 16 iC 4.�+NDl fes 411 10•pf /IIC.I 13 IS(I.qI Y10,00 '10.irern�rin, /ns411 8.wyy 1e1n1 acto, SO'°° 3 �'' i.9I9.Op iSl. IS0.00 Wsse•r!1 ep tnttel ' SIS.tq 61S 186.5 i;. ru,, 1 6•r`+G Ve EICM� 3 t.16 88.i -.919." li U :Nr,ef See Instill 1•ftf Sty Ye 11M 1 E6Eff 10D.00 3 ' IO/.pp 1.16 1 )0 1I3.,NNNN���e`�ely 4+4rr rr I i 'l10.ro I.Izs,op rW." III.1Vyrn'•bIf ftytin9 ffry rn08.n E� ~nt j ' tb.°0 f tl 1.100.00 3 7'In.00 S Ir 8;a..oIf ASCII, ° / 1•abO.Op 1 I' VC.003 1.200.Op f tarn ey 'I++IMlyr1�0 t/01. t 0 if IS" ISO 1 'I/. �Mleons Ina4115e.rs<• /E � ,pO r 490,00 bO.Ip SI. IIlsss�eeeep 1j1 eIt a 1n+G 114 ° tep cr JG41J Ib Ql 1 I / 1 100 pp t1 160 00 !�• r�+t S'G4 LeftE4y BV t ItE6a'� 11p.W I 1 I60. I 150.fp 3•°p0.W t / 1 .S, 3I s.r. L � ro. J bo.00 Isp.tn I I 3a °l s ; j I 1•b0.pp ° w. IY 1....... llll r I I ' ; ! I I ! , 'o6 tnyl f / sys �4s�,+'�CNnr, f I 1 In<ralrn c' 1 S 6:'�Gfn W5j1e5 ES T+a I I Ott TH15 lST,py rota ' I ' if / �,46 7pq j 123sq �S� 49 I Q � ri TO: FINANCE DATE A• DIRECTOR _-_`Pril 12, 1983 FROM: PUBLIC WORXS DIRECTOR SUBJECT: PROGRESS pAiMEnT CONTRACTOR; Ford Constructl CONTRACT f CAG•06� on Co, PROJECT: Ta for Avenue`' ESTIMATE f 1. CO RACTOR EARNINGS wa�^nain Replacement 2• SALES THIS ESTIMATE TAX P 8.11 3• TOTAL CONTRACT AMOUNT T f 2��� 70 HIS ESTIMATE f`•7�59� 4' EARNINGS PREVIOUSLY 23 57 � 6• EARNINGS DUE PAID CONTRACTOR 6, CONTRACTOR THIS = 95i x Line 1 ESTIMATE —0-0- 7• RETAINAGE ON P SUBTOTAL - co I1__ 8. ' RETAINAGE ON EARNINGS RACTOR PAYMENTS 9. EARNINGS THIS $ �00 10, ESTIMATE s 20,719.21 SALES TAX PREVIOUSLY SIIBT �090.49 11, SALES TAX PAID OTAL RETAINAGE 12. DUE THIS ESTIMATE $ -0 f 1,090, 49 SUBTOTAL - SALES 4766,5--�� FI NAN CE OEPggT GRAND TOTAL $ 1 766.69 PAYMENT i0 CON RAC ACTION; s 23 576.29 ACCT, f RACTOR (Lines 5 and ACCT. f 40�00/15.501.3 (= (Li RETA63- INED AMOUNT ACCT. • ne 8J; 1"_-- = 22,485.80 ACCT, f 401/000/15.507 s f 1 .37.63.(15) _�—�� TER ITV OAF RENTOry YY8 OF 1>b6 TOTAL iNt f 1.090.49 " moo �. RTIFICATION . 5 ESTIMATE s _ .M1 �•M.OIrO dI ,"� '+v i"'`41++un RETAINAGE: 6 f --� f � noa , x of amount, 23•5`•2i WO( CITY OF ROTON • DEPARTMENT O t .n MUNICIPAL DEPARTME F'\ 200 MILT, AVE 8plTN. wENrGNEERING Co^Ltc, No cu 6R�cCT 0.�___�__��_ P P80 53.2013.2891 -��"��_Conl.�ctor F°�-t--.3f RCaOt�c8� .AVMENT EBT,MATE NO I Ural U.yl p". E I R�EVIOw 3OTK rw Oty Cty. AToarl O,r$E6TWOr r I• IMtall I0• E OTK TO O►rE I f. w4msfn Adgnl Ofy 4^'s,M 2,JYwlyh uls nstall 6_ E'f' Il.OU w4wtu IMh O.I. 99/ 7. Frdi C.F, I M2 6,Q22,n0 M end Install 6•1 � rgA O.I. � 25 O,S22OC w4 w4 I.IFVw1M tnd 'n C.Indn O.I. 10 L.F. 25.00 I I M 1.660.00 S.Iw4Am stall Y 1.060.00 ium4h C.F, 20 5M.00 p114r41tdd IMtall Stlt•:t Tw h 16.00 I 26 SOO.GC 6. FurniM TOMI I 25 a50.0O .. IN411 CrYshad" 6.00 50 I IOU t ." 2•jiurnbh.and Install Co Crn4 25 11.00 t%.5 IlaateY E,gf•00 618.5 6.IFZu ', 156.1 2,913.0p nq Install ;J' C.Y. SO.Op 6tS.)p 52.1 I'm III SO ! 7 6C5 70 f' �4Y11ejd insult 6' w E3f111 S2S.00 J 2.16 loe.00 C+4 Ya/ 2.16 S 1 08.00 10. Furn1M nq In1411 6' Ed01 1 400.00 1•L25.00 +1 wthly 4SO wlw I O I 0 1,1ri.W 11.'{.rf"aAd Install C•44 wIW !�I �•D I 7 1•No•0 2 1.200.W Sty lies �1$.T9wlh w 1 1 ��9IessMlyand Install i! Nyd.ant EKMI fS6,Op 2 I 300.00 1 700.OG I,.Nastaply Es,stin0 Flrt Nydrant EAXSI I,2pp.00 2I So. I 2 660.W N. E lYm IM and (natal) 1 I I;3� C50.00 i 1'200,00 1 �•Bldu0fY RiiWly twnrary 1, 0O 200,00 �15. Furn4 fdO1� CSp,00 II C50.00 1 V"!"ad In1411 sd'oct 1 I 150. I16. umiM and I,Itall 6t4V � IOU.00 I C50.00 1 vfce C60.O0 1/• lid aAd 44h11144 igY CdW� 100.00 SI 300.00 I6, 2 S umisn tnJ ins411 (lass l.S.� 3'000.00 01 '� 16n•it Sur4ci. Y• L.S. .0. 9 11100 OS I I U� 1.200-00 1. 0 0 I I I Su0td41 14ss an I U CMA,0rwrs .,: Silet Tta I T I lMludln0 Salas faa SS SS 44intyt I El,sp9_)b 1ESS,kc I.�.766:�9 I W[ E ld9sly AY1 M THIS I9 FS IMftE � � � I _IU90.19 � it,48S.W w t11ATE ti 112. 1983 TO: FINANCE DIRECTOR FRD14: PUBLIC WDRKS DIRECTOR SUB.'.ECT: PROGRESS PAYMENT CONTRACTOR:_ Ford Construction Co. ESTIMATE F 1 CONTRACT } CAG 006-83 PROJECT: Taylor Avenue 11,111, Watermain Replacement I. CONTRACTOR EARNINGS THIS ESTIMATE $_ 21,809.70 2. SALES TAX a 8.1% 1,766.59 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE S._ 23,576.29 4. EARNINGS PREVIOUSLY PAID CONTRACTOR S -0- 5. EARNINGS DUE CONTRACTOR THIS ESTIMATE S 20,719.21 _ 6. • L51 x Lf ne 1 SUBTOTAL - CONTRACTOR PAYMENTS $ 20,719.21 7. RETAINAGE ON PREVIOUS EARNINGS S -0- 8. RETAINAGE ON EARNINGS THIS ESTIMATE 1,090.49 9. SUBTOTAL - RETAINAGE S 1,090.49 10. SALES TAX PREVIOUSLY PAID S -0- 11. SALES TAX DUE THIS ESTIMATE 1.766.59 12. SUBTOTAL - SALES TAX $ 1,766.59 GRAND TOTAL S 23,576.29 FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11): ACCT. F 401/000/15.501.37.63.(15) $ 22.485.80 / 1 ACCT. F RETAINED AMOUNT (Line 81: .ACCT. / 401/000/15.501.37.63.(15) S 1.090.49 / I ACCT. F / CHARTER 116, LAWS OF 1986 TOTAL THIS ESTIMATE S 23,576.29 ITY OF RENTON CERTIFICATION •RETAINAGE: 5% of amount. a�uw,acs oo aa:n was uW IaWiry a "I. u pmr/„b MY YMR M OfY}{I11d1 MY 11U, ya CITY OF R TON • DEPARTMENT OF NGINEERING v • • bUMFCIdMI . TOO MILL AVE SOUTH RENTON >�iSC33.23I5.2e31 PFID.!!CT PROC.REStS PAVMFNT C9)TWATE n1o. (•tm-ftlOIA dt`fltdf cAm's.w Jeff CM Vv t] C~ 1-iI-OS q� DNtrpl.9n Unit Un,l P.K• !•1 VgUF) TL}TAL TFfII lSTWTE TOTK TO DATE OTY t)TY. AmsntI Qly IAmysl aY APgdd 1. Egldll t0•C.I. yygeln i L.F. i1.O0 AI 6p2 8,62T.00 t➢2 p,622.0e 2.IIYn W1 W 1951111 It. t J.I. Nt�M L.F. 50.00 I A X 1,OpT.00 38 1,Ob.m 7. iq Imull 6-iWt p.l. Ytgld L.I. 2S.00 10 SpO.Op W SO0.00 {• 1N 1m:n9Y11 41ecd O.I. Id n,d IgLll Sd11ct imncd L.F. 1t.00 x{ 25 450.00 2S I IS0.00 S. Ip/M I ' Svbt Toof.00 1W WS 2.919.00 666.5 1.919.00 {,jrp ltt em Imull 4 44 tgct I TO 11-00 m 58.7 641.70 U.T 616.70 7, Fnm IN 1m 1n1L11 CommN �19cdIn0 C.1. 50.OQ 1 2.16 T00.00 Lill Im.w t.tlil •m to 1M 1mW 1 to-UL Y11W lwdtt9d US"? SIS.00 1 1 1,T$.m S 1.725.00 w,,i n mt imgll t•Ute enw i In1 EKKO MGM 1 1 1.200,D0 1 1,2m.M .1N 1m IASUII f• F1t1 1,11w 1 1 i4swN,iT II t1C11 S00.00 I 1 1 X0.00 i 700.W 11. F.10 1n6 bWil P bte Vil"� I um,llls EtaI t10.t61 I 2 2 If0.00 2 160.00 12.!F•rn19 W In1W1 Flm uyGrydt IfN1lly !IACIt! 1,200,00 i 1 1.200.00 1 1.200.00 1/.p1119uK ww.,Elre nydrint II t �ltME1Y I1#0I 450.00 I 1 T 150.00 ! 450.m II.Tymlln 1m Install 1u rlrY 2' Ii9e•9rr Uu I, EACH 450.00 1 7 m, I IS. 1¢rn1N Sm Inlbtl $IYvu1 I 1`'0� l tldnl EICIt� w.w 1 ! I1f. IIdIN 1q (crt111 gtld dT 11 330.00 1 SOO,W tq tACB, tm.02 2 ; O -0. and SemSthute?dV 0 it. Ild 'O L.S. ],000.fp 1.1. i,Y00.00 40 1,T00.90 lt. urnt to and Instal CNts •1• 4wlt swLtu.y S.T. 10.00 25 0 -0. 0 •0 i 1 I I � 1 I l3,mmu1 It Nd Cvn9e Order I .H L11d 21r 11 Ul"T LTD9.)0 I T9ta1 I1rt1.11nqTo1 1 I 1y2N.R I id6 59 ESS Si trUfmP f + _?'� , tom, (LISS Aw t Om..d O,0611 110 �t-I 1,.-�.000•Sf_.' 01t TqS ES:IIMIE j•0_- i � x2,6es aG I I i 4 at ,Lr INAf1 IM1k RECEIVFn rq AFFIDAVIT OF APR P� 43 lNDUSI'llA4 SIATffiTKTAN Ci � Of lAbW • rwwk,. WAGES PAID «,, E-ervil set — - - Dt.iksa ON PUBLIC WORILS CONTRACT av�v'r atc�ARD Garreral AlaryrrRy� RaRig N'$. WA fai 131161 7514011 Contract Number GG 006-83 Date Bid Was Due /brnmmr 16 1082 Cankract Awarding Public Agency _CitY of Renton/pppt, of Public Mork " 11, Contract Awarded _ >a:_.y L iUt __ tame Work Completed Anral 2. 1983 Address; 200 Nill Avenue South Renton, Washington 98055 Counly in Which Work Performed lowlion Within Couml Telephone Number .. 235-263.3 _ W'as x statement of Intent Filed° Yea Xl No i, In compliance with RCW 39A2.040 1, the undersigned, being a duly authorized mpreaentadvv, of Ford Construction Co, P. O_ Box 5036, Kent Mashin inn 9a301 ICaW.wn v Su 4wn taw. I., do hereby certify that the following rates of hourly wage and hourly fringe benefits have been paid to the laborers, workmen and mechanics employed by me upon the project described above and that no laborer, workman or mechanic has been paid less than The "prevailing rate of wage'as determined by the Industrial Statistician of the Department of Labor and Industries. List below each classification of labor employed by you upon the project described above and the rate of hourly pay and hourly fringe benefits paid to catch classifloation. Pkaae Note If apprentices have been employed on this project,provide this additional information:name,registration number and stage of progression, rran k.t.N Saw r Barb tk.wb Pat Faap awn.►..s GFerator - Croup III $17 a3 $3.66 Laborers y1s.16 5;.as Now Attacn Addi a.l Shan,tar tara,a. Poled f,g(stiuctian CJs 1� 7 F� Skb0.'riDed and sworn to before me By ��L iris 26Lh day of Apri1,_ IrnT r�Mv'iRY MgaYeaaw OF Rear wai Il.'pr.na for tM Suc� Wiryim,rrtNh "s"s 1NWJsrd 1."BEAT ANNARM OF WWII! INSTRUCTIONS: e r I. Pursuant to RCW 39.12.040 copes of this form must be completed by the contractor and each of his sub- ctmtfactors. 2. Complete this form in triplicate and haft it notarized. 3, Submit all forms for approval to:Employment Standards Division,Deportment of Labor and Industries,General Administration Building, Olympia, Washington 9B504. ♦. Mail an approved copy to the Contract Awarding Public Agency CONTR CTORS ARE RESPONSIBLE FOR OBTAINING AND FILING AFFIDAVITS of the SUB- CONTRACTORS.This is required by taw and payments cal not lawfully be made until such affidavits are filed. '�r MAIL TO. Statement of INDUSTRIAL STATISTICIAN INTENT TO PAY Department or Labor a Industries PREVAILING WAGES Emplovment Standards Divlstoe RECEIVFn General Administration Building r^. (� (Public Works Contract)Olympia, WA 98504 R IY� 1Y63 twat TRS-aolg MAP t a,are• Contract Number CRO �"-42 Contract Awarding Public Agency Date Bid Was Due AwE ReTag2 -- �-�� 1,IlaOasl/fig « � dCounly in Which Work Performed Addre.M M gIdJJ JaI1111111111R SWAM Location Within County— arrr laRtge .,JyRkfltRRee RtaRR _ Prime Contractor Phone 2J1JUOL. Contractor's Registration Certificate Nc"" Do You Intend To Use Subcontractors? Yee 1i No In compliance with RCW 39.12.040 t. the undersigned, being a duly authorized representative of JIRN 9"ON"Po—im as, _ F. 0. hR JI M, 4Re MIRRAMRR P"M ICmIMn nr s.bwnv.�,a., ,Adtlrw, do hereby certify that the following rates of hourly wage and hourly fringe benefits will be paid to all laborers,workmen and mechanics employed by me upon the public works project described above and that no laborer,workman or mechanic will be paid less than the"prevailing rate of wage"as determined by the Industrial Statistician of the Department of Labor and Industries. PLEASE NOTE: If apprentices are to be used they must be registered with the State Apprenticeship Council or they most be paid prevailing journeyman wages. CRAFT ESTIMATED NUMBER RATE OF RATE OF HOURLY OF WORKERS HOURLY PAY FRINGE BEN61I11 OPasatar - GYOUp gar ♦27.43 IJ.M Latcrers W ♦JJ.Ji ZJ.Et Nora: Attach Additional Sheets as Needed. M B f ' y n w, Subscribed and sworn to before me this 7111111 — day of .N&mh _ For L a I Us. Dmy -- APPROVED 19 EJ Department of Labor R Industries Industpfal Statistician 15/_C uMAR ,Ywary blir �n aM lw the vtr n/ Wuhu,O, -ate ,e.uliN ,n Ws.A„yton "� BEFORE FINAL SETTLEMENT can be made on Bury public works project,the prime contractor and each and every subcontractor must submit form LI 700-7 "Affidavit of Wages Paid"to the officer charged with the disbursement of public funds. EACH AFFIDAVIT OF WAGES PAID MUST BE CERTIFIED BY THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES BEFORE IT IS SUBMITTED TO SAID OFFICER. PROGRESS PAYMENTS: Each voucher claim submitted to an owner by a contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the prefilLd statement or statements of intent to pay prevailing wages on file with the public agency. COMPLETE AND MAIL ENTIRE SET FOR APPROVAL. TO: Employment Standards Division, Department of Labor and Industries, General Administration Building, Olympia, Washington 9&504 [O11.ACTGRR,TR DISTRIBUTE APPROVED STATEMENTS AS FOLLOWS: pNR CPYORIGINAL CONTRACT—AWARDING:AGENCY CODUFLICATE--INDUSTRIAL STATISTICIAN Otessned by DgMrUn.nu LIECOPYTRIPLICATE—PRIME CONTRACTOR C1'1 QUADRUPLICATE—SUBCONTRACTOR U. a b .I* Ml as AW �• CITY OF RENTON • Bob" I of I • PUBLIC WORKS DEP.iRPI� DaaM ens 3/24/83 CHANGE ORDER *Ab* IsrorIF 1 esesderJ ltrsleast Deice tests of son o lss 4.1 of it lflatatets (Area) am ft ft. 006-8] 0 o+M .a.f..ed by rmtmtat Ford Construction Co. P.O. sox 5036 Md.r.ed by: Rents WA 98031 C2 lift— as w< to ffM01714, fl/ Mato a Federal aid M. Title aY'M ati fro)ett Title Taylor Av N w _ coestar 91 by Soaapr 1ohm u40"44 _ Water Main Replacement W-704 . • • • • • • • . DssCRIPTICO Of MORS • . . . . . . . . . . . . . . . . . . . am ordered ib Porters rise Fellaal a described wra yea receipt of as epaored Sept• of this chentn order: 1) Cast 4" Concrete base in P.R.V. vault at north end of job. Reinforce with 6x6 W.M.P. and elope surface to floor drain. Grout and seal all inside walls of P.R.V. vault. Materials and labor. Lump Sum 300.00 2) Furnish and install 80 G.P. of 4" PVC drain line from vault to ravine N.S. of vault. 80 L.F. @ 15.50 per L.F. 1.240.00 3) Install 2" pressure reducing valve and 2" pressure relief vale in existing vault per City Standard Lump Sum 1.995.00 Sub Total 3.535.00 8.1: Sales Tax 286.33 Total 821.33 11 eon, arrLb sa tsuurweet to be!,type eccord•nce with tho Prerloldes of the standard epaclflcetim.s aed sp.r lei rtViolatefo Fer the type of coeatructlas lorolved. OROGINA4 CIOWPACT CURRLIrT CONTRACT ssTIMATRD MRT CMAIICs ssTIFlAT90 CONTRACT Al1DlIN AOKI TaIs ORDTR TOTAL Al'r[0. CMANGs s 22,250.65 s 22,250.65 s Add 3,821.33 s 2 6,O71.98 /AGENCY Use APPROVAL Rs AGTMC1' USE Pf V LVP 1 aporetA t • rAt a APPROVAL RCOMNFM tO O MPRDVea ITMICT T-ATe-AID INT" -- e: NOTICE OF-MT W OF X&ERIJUS TQ AMKRI(:v9 CONTRACTORS and CITY OF REMON P-0 A04 SQ76 ---y _200 Mi11 A e^ � S utl Kerr_ W:a�a(^.rpm 9gp1 Ren[an. Waehinvr un 9805�5 The undersigned is delivering materials and supplies to be used in Wnncetien with construction on property at Renton Waehin�tan which property is described as follows TAYLOR PLACE NORTHWEST FROM NORTHWEST 5ch to City of Keaton, Water ro ect in the County of KING State of Washington. These materials and sm `is$ wore ordered for use by MIRE DUKICH Ml* notice is furnt with the law . �r your protection and in compliance wis of the Stets of Wash.. . 'a relating to Construction Liens and to advise you that a lien may be claimed for all such material and supplies delivered after a date which is ten days before this notice is mailod. Payment by you to the Contractor ordering these materials and supplies does not remove the right of the undersigned as the person furnishing the materials and supplies to claim a Lien against the property described herein unless the undersigned is in fact paid. No further notice of this or any subsequent delivery of materials end supplies to you is necessary. P`.aase feel free to contact us for any information you require concerning .his notice. .Date this 1b day of March 1983 � HUM SUPPLY COMPANY, KM Certified No. T 403-120.451 American Contractors BY E/ P 463-I20-452 City of Renton 'Ba M L. SMITH Operations Manager h S.W. Moen Avenue averton, Oregon 97005 0 c 0 c 24 540. 000 24 200.000 20 700.000 + 69 440. 0000 69 440.0000 2 000 = 34.720 � / �� Q0( TAbslf3`rOp DA71 D.[1'BR 1 Qum"" low. " ftem WA To so 1 __�V0mi7I! b man Tam AM, y ii ♦ b Y YrfplA,qYw ISM Yl A,� R 1 Z•/'T b'r1Y`�'IAw1'br�+w►~�Y���Nlr TGL 'JZOe a•+via �41V41 me pum m '"�0p17 ttg 42R ff sr tam .....,_�, D oo,f 1 wm • ,�t nlYOM1A. MAY 7 i ... . „�o .,auw WAMff +cr sm se� sow owd _tacos VOW LK -- o wort to -- _ sm-D NY thuMn TAX NM Y A 1NNL MC_�f nM (/ 0 c i 0 c 25 100.000 + 25 420. 000 + 25 980.000 + 26 940.000 + 26 380.000 + 27 240.000 + 26 320.000 + 26 160. 001 + 26 880. 000 27 000. 000 + 26 560.00) + 25 760•00) + 25 460.00) + 25 460.0)0 315 W''e140. 00 1 s' n P-f ti �"cro r6l+ C 11 . 2500 25 '160.000 26 560.000 27 000.000 ' 26 880.000 ' t6 160.000 2y 320.000 ± 21 240.000 26 380.000 26 940.000 25 980.000 25 420'000 25 100.000 315 940.000 • •515 140.000 2 000 157.810 ' P"t t" 0 C ���/1 00 sox M.A. SEGALE, ? WWILA.WAS GION"IFA T,L 579.32rA) DATE __..:.._...:. _ __... SOLD TO:. ..,.:... _...s..:_. ..1.. . ... .. _... ZZ1mTO . . ... ._........_.....:.._._................__... . _. <AAXTM JOY lMC6 A1AiIIR W _ _ O.Li. _ !Y Nw am _ Tq Ne _ S _ OAOB6 iffi _ _ TWAKK.WISGIC Iffi _e t _�_ 16S AMOUNT $Am T V b i 1A.dNM' �1b H A fS@O L krC vM W M 0"Ir id. rA.a0K NOso Ss1 r-TS32W <w•"""". J mrm T' r mill r {Ylpplrt UK >�L —' WM eo sox�esso �J�it �uw�ntA.�,�aMctl7aMlnM t sR�•y ik'7dYER T(R �� w.Rr roan wa.' vwcs �unxi.* Q.M — 7RlK7CT�m mac_ v�_Mff ur__ waatr 811L6 t M Y•�Y 4�lYY V.A SIauL NiG.�� yppaa M N1YY M w M•r+a.1.WY+Y.:Yawa dtt Mdr �V.Tq��'wM'°Y wVYw M°PwN w JrrrYO d r O.pOX MeeP A. WGALE,11b fUKwlP.wmS fgalpFse,es ,; 1 `. .. .MOss* � Omd — so �aee wow U air -__—�— llr L All, • nrr,wM.rm�rw& 1 f-* �A'wcaiiA. 1,4i00 o, 1 ` t, at &+ram'At e A. SE V w FM<ycim+ x.M I w - w cw_ta c wow La 6 #S — xcr wuraa isa `. w.es T M.A. At No 111W!-A OAVONCIT�N 01M Tw? 575-3200 DELPMJ Too. ouaawrf aaroaa Baas o a�*a'TM� ^'Ra �_ mo.w _ernes wean Est __ — _nua rrmn u►�f —_ --- a r w+ram r w.ee.n daw ear+► 1# tit 1 , Ad N . B �A- SEGALE.Wq t:�rrn,4 wwzr+nGn.`u st:ex mil.✓•'79.3100 3117E . wu ml CLttaM m earaaem nea ♦rose — Q...W ' — — _ Vwr_ _ I am L. wcrs waset tea on vow cu — I— I tcon__-- _ � •sa�uat 4 4 'S • � zo 4 � ` 1 ,.x .. Ads AtA..SEGALE, �`3Ytni n yyyy liL11'S32pp SOLD Tc', .. DA7g _ DIIAMI? � I i �1Mt �LIM I �� WIN*?aLt ------ sunyr B KA.' A( �.', vRW14�.f1A1wsti3Mx0 37�� "'.r.e. py MII 300 h,} rCk �Y 1 1 am _ VOW +�R `O R` s� • bY���4�. � � M.A. SE4AU, "�•" Tel. S753200 DATE,. m _ :T.rm TO '— ow op ina w a. bw Ele Mali WOGIR u6 — - ---�- _7T.iRZ WEa1T 7JR .,.�....:-7-- NOD i7 A. WXM S M t.... f �� ,," r as i y SF wL IW-.0.r NiR eF.M�ft MNA�h MN 41w1 N waw.Mws . o o � 3 0o 0 � 29 480.00 3i 100 0 q0 8 2 3 O40'O p0 25 080. �00 193 ?6q,qp0 i 5p0.g00 r 193 500 000 2 o00 96, 750 s 0 o=.• F^^•.�lOdd SEGALE Oaa Darmm ... r: r....< .... - ---- ff _ 1 D _---_ iU}5 TAX '�"_ n M q�'bW M+a� b 1N�tb+f•� c.M A► 1^1�1��11c adPM< YS M.A. UGALE,Tel 4TS3WO f• 7'kkht 4,NA"4Iy/y y*alas DATZ CND 7,3:.Tot..,..R� ac'"21. •'.n+.Lli ...._._ `r �.Nr Cr vm Ta am �0 tT AKr d 1 ` 1 i 4', ` py M�' r 4tid Miu1 x w SNP l7�U+.isl�.�i4 qJ.q.awl'n'A^N.ry.Mwr4wG wN w �FYry�A pllwydlY Y8� N.A. SEGALE,lf. 4nM!°A �IAYRK^'Yq 9�� Tr:.G'..i3ko DATE ..'. _... Imo.:): ../..T� ... _ _.. a. rQn mx caalmwr naps AMM_W — h4.a — — �— Tautz"aw m UIL s ts»u ue. n 1"6 W sr.d nes Y.A slfUll,YVL aN Des wlb.roM�q�MMrlr r f.IMrY� � K Av SEGARia W,v v KAY I.A WAOenW.10.4 l'Lws'V.A1IFl DATL Z, f. DOXM TO: [.+1. 5..... .. ... . .......... i � /ra,♦ wAntrt:m ns vm � ease uoowe _ GW=WMW tatAm T - mu n M iR�Y tiWv/4 V�.fgwR DWG.AI M G Me4M 4 vN�'u IbvYYIT.bnn,dly A4� M.A. SEGALE, nicwN.�auww , +waanh a+ rsu :wn�ar nays AMO Mt _— _mum wmxr us gy SAK TAX rW d 0rrh6RW.Wf .ar 41, 5»rl r yyW M�IWY.b ap Yi M.A, SALE f1j dta Z4intaw SUM ''XU rA?z *. DQJvM TO y ~, nr i L. rift AWIMt W AWJUIW - 04 -- —aK�M?�Mt til n —� - gM d k A. SEGALE ro m%am r t�s�ts ixao VATI M—Nm TO, vmn J.R — ac vmer LN -------- y o -- -- "tow s,us T" i i ss p p pti�k�l� �IIM Il ��y FYI 'di 3,1 x�4 omftl e o 0 o c 27 500. 0000 + 28 440. 0000 + 25 700.000 27 100. 000 26 060 . 0011 + 26 080.000 + 26 840.000 + 27 220. 00J + 28 780.003 + 25 060. 000 + 269 380.000 269 380.000 f 2 000 = 134. 690 s KA. SEGALE TUKy LA Wh6k;•t;1�X _ u uun DCPJM i av+inm au riot *aeq on WIMV Lai. i 8 x;.:y�;,cN i181M 1 Fl� rieW111T �Cix now -__fit r'mca'tr ua my M ^1 TAr w"" "w•.r yes B �I A. SEQALEy C. *o "DO New • �aaia Ta16'.::.3Wo r [GATE_ .. !;Euvm TO Awpis SMMT taco w j w"'*�r wen.Kti B my 9pY lR1e4 M.A. SIEGALE u4w;n wns.r,ira Fe+e+ 9Eld"» t0 7 =WBOfR IJL i �_ MIO!AR ._ xALtS SAI —"�� A. SEGALE C. NLTM ISIS$ �s7f a2a� DATE _ .�•'7MBllf1�'R��'� a aeon ,aw ae sasno* wss —CWM -- now no r� vwlA wave w aa+,Lot r -- LaL Ncr vr�a+,'iaL - --- M51D—WT. W%A=t + n n v.db.101-IOM'MbN M b.W lva 4 ' �1,i31? wA . M�rWMM4�YkvM► yrw N -_.. Vxxm some MXw wx i- --r wox MU ro+as.m Go" xm 0,+av�+ .,,e.�u �.,� . a�v�s •v•w t.1. ,mN ie' r•aW�a r"�'�V �'M" { vim < - If i �1 t r �@►��//aa••.1 cc .4.M..am M.A. SEGA .L 4d 57t MC C t. QUAWM rs4 tars Oft 0 emtiry webs .wxir+ carom �— _ nro a warorc ua_ L 2 t: _ •" ry••Q))pQ'b M�/��Iw M A.t1AMC IIIC.�M ���(/a MlrW bwrMrpMM.WN.�M Y► V S�c � pYIIIOY� Ti 8 5 37!?« aer smro iM3IVCR } AWMW goy _ _ a�n — r aw)"`air ua -- rgr_x rOmtr Ua , xcr war us — eecn AMMM — SAtYb TAT .•r�r�ee x�rr+xA wZ+Ywr rrA go" �m.w. 7 +I.:O4 . raid °a�NAW wwM+ 1 ?6 800 a.0�0 s ?y ? . 0 00 s 24 60.00 0 ?y 6;J. 0 3 00 r 164 6 j20 030 C i0 �* 64 x 00 ? 0 02 600 D 02, x JS, J60 99. Oj0 s J90 x A.A. SEGALE,INC. iv,w AJMN167t NKbt: Tol S 3zoa rAn ... sost, roomlvmt To, WAMRT Q}.TDai,��nY,A�"'JM N�L4 ,YJIM t -_� -4- _ DaI i«M w wf2mfT Lm -- I SANS TAXONVU N Y i.�AalY.V�IN K A 6fONR MIG.rrN.al / f M"6 b aq'ds " r^MruL4MY.bwr4 rNy idpr 1 t i wal. ieed.aY or MwN CrnP.M N`Mwr.Y O A A:WGALIE, INC. 10 W�Xsm TOL 375-32M IUICIWASIINC ro%nin �- .PATE 'D To.(y -.4 ............... ............. lmd fta. GROW wanw wqm wmw AWMW SUAAUJXTAX ftm 0 41" to DDX XWA To:.97S-3200 DATe+.. ... . Ft NA TO .. . .. ..... . . . .........._ . . . . p� r.:Rai rJ1Y mtt,•�aQ�Au*roX no+3 1 AIIO41rt -- nN DM"M TO -- Yak Xi pXONo w 116 f16 SAM TAI W,u AR X Y q dWJY Wi M K 3[Olill.xC..�X M �p MIWYM wry�bMuSerY.��al IIA MA. SEGALE,INC, WASHY GlD eKew97 Tol.5733" 667E OMlM TO: qmm WaNT@T 1011a 1>'S '. -:'a(X1�lolf MN:a At�Y W _ pub._ CkYJi WEgifi LEL � _ NET NMR LAL SA=TAX eve° cew arc p p awNWdp 11W r A.3094L 116.Wa M WA IN aM d.to*.A4 !•a.—r�uv+r wl4 Y-p" W wwp b 4..rq ��P.dw, M.A.-IEGALE,MC. ••Jxw� INt 1'6k:�eeF TaL 57$3200 .. DAME... . }. MUM TO. aaaMnn CUM "am ■wort m.r arum —_— _ i - __qR wnow Las _nmcc wooer um %L �s C7' -- UM Br _ saa ru o b N P` NM M A amOKt mK.,..I M If W.Mao KA.5E.GAl.E,iNG. ar,,,,. r i srsaaoo DAM ... ., to TlY I �.wsewY 'nss "c°we w 1- —fir t•t0a i tns No WV=us •��•—• AiW1Mt _.� S&Ln tAY __.�---•+.--- �sl.stir. �— ! MY� I°Mw,Iil NA .tROYMI EEO[ IC4C[O [O O.t A AUO[ "ORE""" f.wwi c 1-� O •A LZ O[IIVCO TO: •O. - Ao -LOT.CMRICE 0 , 60 POU'm Cp10.[R fiwi[ O\Op 62010 62060 62a30 E2070 .1'[ IM fV.O0.[[ I4[, •YMP s�«o 42020 4z030 62060 ' 1'qu«M I II7• .[I1 11 • ryi.U• O Sz01 5203 3205 5207 GRAVEL 5202 S20f 5206 52" O U«OS "li CP f. b [-V. Vb MtG CI[ —. 62010 62030 62030 6zOf0 1 cftu o T°pwu,.E I .•. s«.w >7...,n iv.....1.t tttt ,0t« f2020 f20f0 62060 62070 •r .•suAwF.u[ 70001 r1F1«w ww0 1.io«s iE T. u.<tF.Mi nw.w0 foB0/ wtuw. f0002 �..1[ 60003 .Kw.'� u.a 6000f 6000T �•,.� f0006 � 00006 ..c.s tw.«•Eow[Ewi 26 / X x 10' . It(i.t u, f50 i NA ff000 . an TcyrAL "A T0T6L 1 - CITY OF RENTON WATER DEPARTMENT Pr-&e Test { Purification Test POO PROJECT NO. NAME OF PRwwT T�[ +•r �S� IU.W. / PRESSURE TES; TAKEN BY ON 3/2 (/�} AT A PRESSURE OF lQ0 jpp--PSI, FOR /S MIN. TEST ACCEPTED ON PURIFICATION TEST TARN BY ,l�bt ON PURIFICATION TEST RESULTS, SAMPLE I1�d SAMPLE e2 SAMPLE e3 • CITY OF RENTON WATER DEPAR'WENT Pressure 'Test 6 Purification Test Fore PROJECT NAME OF PRWE ,/ ON � MiN. PRESSURE TEST TAK FOR �5 YSI, AT A PRESSURE. OF�— TEST ACCEPTED ON "-� �-� ON PURIFICATION TEST TAKEN 6Y_----- PURIFICATION TEST RESULTS. SAMPLE 11 SAIRLE 02 SAMPLE e3 REMARKS: Renton City Councii January 10, 1983 Page Three OLD BUSINESS continued utilities MOVED BY MATHEWS, SECONDED B" TRIM, MAYOR AND CITY CLERK BE AUTHORIZED T'Titee TO SIGN CONTRACT. CARRIED coot mnu Utilities Committee Chairman Mathews presented a report recommending Bid Award concurrence In the recommendation of the Public Works Department, and, Taylor Place NW in turn, recommending that the Council approve the bid award for the Wateratin Taylor Place N.W. Waternain Replacement Project (W-704) to Ford Project Construction Co. In the low amount of $22,250.65, Including sales tax. Six bids were received at bid opening held i2-20-82. MOVED BY MATHEWS, SECONDED BY TRIMM, COUNCIL CONCUR IN THE RECOMMENDATION OF ThE UTILITIES COMMITTEE. CARRIED. MOVED BY MATHEWS, SECONDED BY TRIMM, MAYOR AND CITY CLERK BE AUTHORIZED TO SIGN CONTRACT. CARRIED Community Community Services Committee Chairman Reed presented a report Services recommending rewrding of the draft ordinance approving the Group Cpmnmttee W Rate increase as follows: "Section 1: The rate for basic service Group W Cable within the city limits of the City of Renton Is hereby approved at Rate increase the rate of $10.35 per month. This amount includes taxes." The report also recommended approval of additional outlet rates and connector charges as proposed In the schedule and referral to the Ways and Means Committee for amendment of the ordinance. MOVED BY REED, SECONDED BY MATHEWS, COUNCIL CONCUR IN THE RECOMMENDATION OF THE COMMUNITY SERVICES COMMITTEE AND REFER THE MATTER TO THE WAYS AND MEANS COMMITTEE. CARRIED. Cable Discount Cormxmity Services Committee Chairman Rated presented a report of Rate for Eligible an agreement by Group W Cable to provide a $2.00 discount on basic Senior Citizens services per month to residents of Evergreen Terrace, Hillcrest, and Cedar River Terrace pending confirmation of eligibility by Renton Mousing Authority. Group W will work with residents of Sunset Terrace on an individual basis to confirm eligibility. Noting citizen complaints of cable rate increases alreaey reflected in recent billings, Councilman Stredicke inquired rega.d Ung effective date of Increase. City Attorney Warren advised effective date five days after publication of ordinance. (See later discussion.) Valley Com Councilman Stredicke requested the following information regarding Center Valley Communications Center: number of employees, salaries of employees, and number of calls recorded each year since inception. He noted necessity of elected officials to be aware and involved In salary negotiations which could directly affect labor negotiations in all valley cities. Mayor Si, epoch advised that mayors of the four participating cities comprise the executive board and fire and police chiefs of each city serve on the operations board of Valley Cam. Labor negotiations were completed recently, and center employees will receive a 5.3% salary increase in 1983 and 4.0% in 1984 depending on certain factors, placing salaries at a mid-point in comparing salaries of other corn centers. MOVED BY STREDiCKE, SECONDED BY CLYMER, REFER THE MATTER OF VALLEY COMMUNICATIONS CENTER AND ITS OPERATION TO THE PUBLIC SAFETY COMMITTEE FOR REVIEW AND REPORT BACK. CARRIED. Planning and Planning and Development Committee Chairman Rockhill presented a ve opment report recommending the Council overturn the recommendan on of the Gm, It Ittee Land Use Hearing Examiner for denial of the Sparks/Shegrud Rezone, pT erdy/�hegrud File No. R-063-82. The following errors were found by the committee Rezone Appeal it the Examiner's report: 1) traffic impacts will be mitigated either R-063-82 by formation of an LID or restriction by covenant of development standards; 2) reliance upon 'vacancy factor" of other developments Is inappropriate in consideration of timing for the rezone application; 3) Conclusion No. I is Un error since the applicant has demonstrated the proposal Is in the public interest and will not Impair the public health, safety and welfare, that the application Is in harmony with the purposes and effect of the Comprehensive Plan, and traffic mitigation measures are satisfactory; and 4) Conclusions No. 3 through 7 are erroneous in their reliance upon the 'vacancy factor" in analysis of the timirg of this proposal. Based upon the foregoing errors, the report recommended approval of the requested rezone from G-1 to P-1 subject to the condition that covenants running with the land be recorded prohibiting application for a building permit for any use under cite P-1 classification unless the Npif w:.DnP... ., wc•+ra LyMPf[NI6f RFFORDM COVMGES _. 37S2 5004JAI 1N. i. .DnYr A /ems Y 7 rtm .____—.._.— p1EN.MY Ram, 111101m N.RE wa aaaen a r.suan C 21MENUM W. a Um 1.0. iR SaSs .cneP_��._.__ ------ bl[A+.M[��dE�wrc[Muoeio+Nn nn+u.ObEie nW,�a n.Y..D u[waq q[Nr�aYee dM.d[[bEa[o[Ee+ ~ Iwdn b+I.Y.PEI z a[ar [�> rpaynE dN LwGk n Pnrn PIX...pliut mq a emrD a AW CCM.Mw IVH'J.AO\IPMY.:1 a EUJ4AY� W SN 1 ©cwalcAun[a« 09 a M al I Own greo'"n aww[ I+ [ !OG D[.MrnbN.w coEE.nE - ((�� u.m `.E,.IMIIGPEUM YISMD pPPY tlIXM..W rJ YaWUC,ic9WLR[D YAO.[M.DMu4[ t , 19 pq P.igM P.I.2 CMIB�N[D COMMCIu^L wS,a.K[ aW0( ie YIgNA\v W '�iN[{ryNMN\ IUXIPN'fORS pEAypNp XMYa [ i� -� 11Uf01[OSLLE t+MsrtY WA 24502451 'VAS apq� �1J CIMNA[M[NSM[ IOM RNY{RIY 11WP6f [ xN' = R)INIY INILINa iNil + a.. 'ad'EAl`NWG[ z •(,N.11, 1. Sam O NSl eACYEA*Y wr.0 ©LIMM[Ll. sDPw I.DVM,ED w.X(A:um YMNMLLI __ e.d up5 1! EMPLOYERS EUR1llTY OTHER — I • Sf~ JJI N.M. St! to nmPr.c,N a[aEa.rounor..PULsn[NCLEs S ` S In"IM111. i s. uaa. 1 f1i. • amassI the' —( _- --- 6wwol~, Should any of Ehe abc mad es 3I day,h,.es be o MCENJI ohe below mimed ce,b calldhon date e nolde he 1`so1 l _ pant wd �Mun `n a an M,! MA D. CXT war" JS0 l Ism ti W ILs, SS ..mauru EASE PIPE 01 PRIMI ALL !WWII* FOR OFFICE USE ONLY It originalPal your Tom aitth th Cley, APPLICATION FOR ANNUAL cosy for peer Pagrda. L LICENSES EXPIRE DECOW 31. GENERAL BUSINESS LICENSE 2CWS MY DUE ev JANJM$1, aftsr —ZLA35'1FiCxTiiSF!-GObE— . its date penalties I'll be "And. CITY OF RENTON 1 this is a iron oeslnass. 1ltanaa is Mew_ Renewal_ License — this agm11 Dentnrfar! not FINANCE DEPARTMENT lacatod is tna city my n down E of soft Liesssas an 200 MILL AVENUE SOUTH A—iouat ow • �i Ci Tn1[Ii1 t pram". RENTON, WASHINGTON 98055 RuilUM-9 per eent -- 235-2604 EE MUST ACCOMPANY APPLICATION Fl ri�ep•r W rat oar o u sc or s 1. Business None told Construction Co. 2. Business Address 1aQ25 S. E. Renton-Maple Vallee ElghWag, Renton Wash 98055 _ er Street ty tat o e t. Ma114n Address F. 0. Sox 5036 Kent, Washington 98031 (IF DIFFERENT) —�i 3i or or Get Office FOR y State p-Lo3e- 4. Business Phone 235-7155 S. State License I22,j-Ol-FORDC-275FM2 State Tax a C600-454-136 7. Chock ow: )a Corporatiun L7 Partrership L-7 Individual Owner S. Opening date Nov, 1979 9. Check eee or more bases that apply to your business: = Contractor L7 Hose Bust",$ L7 Office [7 Sales 17 Indus t Ty-Manufocture 7 Services L7 Hotei-Motel L7 Institution-Education 0. Describe in detail, the type of business; including any special processes or special equipment used: General Engineering and Development - underground utilities 1. List the name, home address, phone and title of OWNER, PARTNERS OR CORPJk.tTION OFFICES of the business Charlie L. Ford, President, 21524 SE 254th Place, Maple Valley, Wash _Beverlu J, Ford, Vitt-Pies 2152d SE 254th Place, Maple Valley, Wash Ilene R. Jones, 5ec4reds, 2-2332 let Avenue South, Seattle, Wash 12. Insert below the total number of employees (including owners). the license fee, penalty if any, and the total fee due. Businesses outside the City Limits, count only those employees working in the City. Penalty fee schedule f'r failure to pay License for within thirty (30) deYa of dot, due Is it of the license fee for the first month sod an additionol $t for each succeeding moothl not to exceed 2St. RATE BASIC FLE No EMPLOYELS LICENSE FEE PENALTY TOTAL FEE A. 1 through 5 Employees f 40.00 5 $60.00 _._ _$40_00 B. 6 through 10 Employees 60.00 1. 11 through 20 Employees 120.00 U. 21 through 100 Employees 240.00. plus SS.00 per employee over 21 in nu or E. 101 th rouan 200 Employees 610.00. plus f3.SD per pspluyee over 101 in number I'. 201 or more Employees 500.00. __— plus $1.00 per osployes over 201 In nusher u. I hereby mortify that TWA statements and Information furnished by an on this application an true and complete, to the haft of r klemaltdo. I also aC Mi that the statements AM infonatlon furnished by an 06 this application an public recaras Nil It in tlon pursuant to Stale of INshi"WA RCA t2-17-860. I W 1pnan Title Pr aid >• Date Jan. 17, 1983 ___ /r,:.'- �.a ter.. .s'r®e Ce�flfa7KaliJi�C . r - SLATE OF WASHINOTON OBPAf TNINT OF LABOR AND INDUSTAtE$ r rws r ���-!�'� MEf?:fERtiU.w IS kEQ�Si@ft[D ASYRQVjOE99T LAW AS � l t i rIs � r cict5.>r_— I;rar- M - , S ANOv VIA TON. M yp�� REv ro 70 y�y� Ar.1pA.na'+nawwr a wnr rJel•a a n .w gars, a �" -Y 1I• W ML*0 PAW pN . . DISPIrt $pN"�yQy AT.*PLACE SSINESS '. FokO CW TRUCTION COMPANY C 600 ats i�t A PO 0% 50J6 ,ry J %EM MA 03I Jy ' i V i l ` CEFTIFIED COPY OF RESOLUTION CHARLIE L. FORD and ILENE R. JONES, being respectively President and Secretary of FORD CONSTRUCTION COMPANY, do hereby certify that the within and following is a true and correct copy of a resolution duly adopted by the Board of Directors of said corporation on the 28th day of May, 1981, a quorum then being prese:�t: RESOLVED: That Charlie L. Ford, President, be and he is hereby designated as Chief Executive Officer of this corporation with full authority to sign all instruments on behalf of this corporation, such that third parties need make no further inquiry with respect to authority or capacity of said officer with respect to any instrument executed by him on behalf of this corporation. DATED this day of March, 1982. Q Pree ent acreS� tary _ Alf, Atfidavit of Publication STATE Or WASxSNC7px COI/MTT OP K2MG aa. betngflrvd,,..,n. . ............. wU*sP11maa and—thatehe „the Ohief olerll d t'aala laawda TC OE6T eECO1ID CNRO41ClE,•arwapaper paNuaal alx Hnlcca• SdYeddefwtl a„ Pry sera lW aht=%a alailrlto aeoop�yarWbYwal fWfew f0' WIIt C.t wtl prier to tM aaN Y{{eywtlr rYseN my W bpA p RIa6 W mw(eaesi Y qu Ile!1�y�aUa adplaaab r•at C I tl{atalph. Y MeeAMeaarlU area•reel G KrR Ills Croat ear Ntlrfy aeYW Hmr was WM In aflf9*ea, b C 1 fYtlrtw,at. a b pEKwtloe of u ..,Paper A.attal D.,eer a mad �rtW a�YM CLar4Uir Even epprvvM rs a k{al nr.tsp2aaprr>ordrrafwMl tir rowonay Cwrr Y IEe CwntY In rhwb it is paWlaMd,tv-wi,KIn{�moq. 1'wGY d,dent aay rlerllr r p N'ashtn{(on ThatlheannexedisaCell tar Jsida w1k)"n•Illlas arVrtdaY s y�roved pfana and R8335 atedllprma and fe-- $9 CianNIM11 Oetunrs mry a aalltltadtlMAeYCYlpae n n was puMuheO ut reaubr usuea.art GaOtlaata'gaib tlM� mn m euPPlemem lorm d sud nrws l dell elJfi� K paper. unee each uatw fur.a penod Japer Y 11,E f(r.; auk plrMMllpAR 1 of 2 conscemnr hues,commtnan{on the �sW apdn nrwtd{la Fleta W eaarYaedr tl 3r11 da ( fXfT a Iperfpd Ow m aaa .alit r" Yu Decerher. ....M..82. ,awe"dir the Tavw p? N.W frmm rnn�VatIlMgM Etl aWrd^p M N W.dm 0 to S Q2 M. taaat6ad r Waawmab Ampie^wnra A ovilla l Judi or W f)�qa,nl ,19 bxhdatee Wtaa!Polart W'l Itprtl M M mw d" d2'IISL. �Att.and that such IfrUP"%regularly di,,, [d to its wh �w, � " r - M°Md (w d that iota, ri•'Where dung ell of eaid period That the full amnurse u! he !ex earl ' 2M pm,Or ampum d aarb b l than cwree V.1fatlMCay aamw Cleat. 9Aw " are to The CAV,Fan Pnrayya 'barged for lte lom,,neg Pubhcatlon la the sum of f yy��7 ajrht<h part and Puaaelr r%W n and New Dnacnm.�alicn has been paid m full a!the rate nl per(oho of une humfrcd arils for the tep0 fiat maemon and per toho of one hundred word,for eaoh loh,"oertt A.Kdnbn�� f1VteYr 4rove d pat t'., �naemmt ng, MO Mid A. CM,Clads Publatmd m tnr lDian,Foo �HpurY', Cr�d�rPr /- M waM1:b W,14, pwd CEIItWa Obn'�pn a ✓ „y3 g , T:;rweave,s ana"WA aam veto.tall paws Chist Clef, . — SubstttMAand ewnrn totrefort mrthia. ...,.lQ ._. _ day of Deeember .19 82 Notary Public m and M Statr of M'astnngtcn. aaKm{(bunt, ■ A - Pawed by in,Ixgw Wmrr.19m gpown as Senate8d!}gt,ef(esbs'e June 9th. MS --tfesttrn Cnron Telegraph Co rules for co9nung worts and figure,adupte i by the ftwapapcn d the Stare ♦Mvet410 SR hail`' ReemA ChmWK* P.O.box tin J BURNETT s RENTON,WA 99957 PHONE an.oboe Qitl of Renton LtuW" (Atha- 50640 T To Is a t per cent interest per month Chalged On past due accounts. Date Description —Charges Credits Balance 19E2 Balance Forward 10 -a'1 for =i9s 17 0 6 LAWS OF 9965 _� 4 [ YM19ML9N( T\f[M1 VYYrM[9. iN[ 1I RVICff RM.11lR4tA [\OR {R(OIY[O R\O([C• lM1]f Rtf1011NTM[1\li N(1111ry SAW C �j[9 TCIrRY cuNVV r[(NTIM1T\M1 [M1[I TM1t 1 RM � NI\ a Y, o re sa9Nt wWxw ANfws\r a l IS. 1 S .t.3.(t S47 — 0 Affidavit of Publication 1T ATE:OF WASHINGTON COUNTY OF KING sa. ..........Audrey............................De::oie ......._.....................!aimsfIrstduty swmmme 6q6 Ck1f6° Cit.'Pd ....x rM,�aPafbaaYagaMx..........bye........'............_. . .. ......... 7'e QAL11mf0R9 C71Bgpf.7i,a aan*gar IgbNaled Ya Ila f W s a ar 77ffMY IYb= Y ybaYplMf�g/Rmdkb Mw ad Wleeo ft /a wa g4 mgsila v OF r1g d11,11licusfics,reterrN tq gahMNWPabYabdYW uli aaafWallY ..Mwcpappeer w^I sglfa l9tlb)rblf ga�(tl tY�aa west Png weandltls aoA aM ayMlaMahatYw w W re1�N of W tlr w as✓flee maixeinM a the raprlpl. WW40dd=at/abKeadow of saw"Wer.1ba1 the Daily Record 7lg tigry�Mrygt leaf WCa�ax,aMwovic It•legtl ywabTitby orderdsidy, rlor MnWtl�yalN a/lids bb ww'hlch tl lx Pubtlsba.lo-xit,King Cooly, lam sag Ulyw tl - Ayqrmrad Plana and Washington Tbtt b annexed Ise -'-..+..., .QZ'...c:A.9A9............_._. _. sPaabMlwla eM Isw o/ aarmef alti 333 ftsM l b aabartlarnbY'r�iw tlon SutlBrtplua asttwaspubllehedinregul.rlsauet land d�tltl OO aap1M not in supplemem form of Bard newspaper)once each I".for a period ggd m � d dagsalwN .. PR tlPan lallsllxtlb 1eON and condition, iaasorw n of ....,eaasecutive Issues,commencing on the am FOR MOB day,M011 �d&A.banpensi Ilshe WTayaelM I, N.W. NSII'men r-*.d urge will M b NW.llY b4.1NN b., rwA can Ifepaowrlanl A Maarad �ecr or bb rem 1i 9 W'1M bond n tNe amount of 1rva 111"M Mb an; be re- parnrr 15%) or dw toot �IMYof d.JUJtii .19. ,,E bolhdxes aabad W&200 Pm.De- a ntseq p ration lad non, rmlmn'e and chat ouch Mwapaper was KgularlY Jistnbted to ae yb. �W=111gttllot Cry 000ian, yo l had, .rrrl+ers Junng ali of yid period That Ile full amount of the fee Civil �"'• end we be The CRY.Far Frappe a0arlaa lad gtbb+y radd n and Non-C c.iminstmn 00 40 "age GmMence Ppkwa dos as* aherged for ihr loregomg publication s the sum of 1.- -,which Me ,sa, ftY Mm cilge Mawy,J Pxareen has been paid in full at the rareof per folio of one hundred words forth. OAUOV 1M Mill AVID City Clark IDapufy) hrxt inaertionand per folmof oM hundred words forpeh subsequent swim pubsabd I,gw Daay S'4 Insertion 1M warlbb udmaad pond Crewel OgMmbw4 worn tl wwkktg day.ilpat and 10,"M.ffMlb Subecnbed and sworn to before on,this_..........1}.):i.(..................dared c � � r �.... � K Nouq Public in State of Washington, fdslid iel a{ g�r;ICieg County vtlt'3l ..8' —Passed by tb Legislature,I%S,known as Senate Bill lel,effective June Oil I"S —Western Union Telegraph Co rules for counting words and figures. adopted by the newsnapen of the State ^asr✓taws so C `k E'y,W�. w W W �) 304,y 13 r 4-G EO ylr {� �c.Q�✓ � '�`9X2-L'."G{FA GaON!(� A_A Ail APR 1 ? 1E3 86(l J J � ' 3 ri3 D,w. �Do•T�.. bo oG gr I,oQ 3 j, „ It 1 v to— ommotemT.EL 4.1-C,AIMENTE Ta'"W IlLCIA..0 7SDtl.TL TOR W' Ii�- 6SO0 1 T X T NINGEO STEEL '-. . FLATES MR.ken LEE, \ 1-7X7GRATEVENTE H°WL TlT I I] EIOEISo LONG 1. TE VENTE�„ LEE HINGES 7EOMML CTR .� I SECTION WT.7.271 LEE i +rr � E•r ..- �� rr er r.M• �EEbI LEE, n•-r Ir i rr TEEM COVER EI 7"HINGCOSTEEL 1P OR Er CIA RATE Wr.aG LEE. Y`EE^ 31'CR fr CIA 1 � , 1 W7M. 'r 7E61-T42C 4ny t .7,MO LEE,. MT. LBL OPTIONAL COVERS wT RENTON CONCRETE VAULT—5'-W X 11'.2-X 7'.2• _ PRODUCTS•INC. F.O.BOX 017 12051 25&1521 RENTON.WASHINGTON DW55 FEET".O nowtAf 1 1 rf tswaET,�-1 ^4-t-IXA I77iF Y, 7F= Mnt* I ..fd r7crputn NRR i n nVINIS SACt VOF)to'LONG -MINOFj 7 O 1 ��tr t 7010"l Cm IOL' � fS fC f-tf• Wr OL 4A wT. -� �,io0 lidMk I 1'S 1 i Ir OIA i0.Y „r ft laso COVE"*I r X 7'HINGED sTFFI W O"U"OU1 "LATE W.M Li7L M� �Y" W OA Q"DIA i 4r 7OWI-T.3K 79p1_T-DC 7,000 7p01t.T47C . . W.7.000 Lill wT L&L OITIONAL COVERS RENTON CONCRETE VAULT-B4"X 11'3"X 7'-2" PRODUCTS,INC. _ /� P.O.9OX 917 (MG)255.1521 y IIENTON,WAy1INGTON 9BD55 P7p KO ! f � -- 3 ■ / �� � �� \ � J t 2 \ $ \ � \ � \ �• � k � � .� � \ ■, . � : E i r ,. ,.,.. T_ `_ �__ -- �..__. �—�_�.._.___,y_ _�._ , ____ _ \ � S _. +a _ . __ ..� _... k .. _.. .__. _ _ _�- _�_�l�716 J_, _ __ _ � _ ._ 4 __._. . . --- -- —_ --__— -- ---- ____. __-- - - -------_ �-..._ .. � '- _ 3 � t._._. _,_ - .. __ _. _ _ . - __ ,. n :. __ ___--- --- ---- _... -_ _ -- .a ---- _� _ ._ ___ _; . , _ . ____ o n; �� ,.;, � _. -_ _ ? - ____�. --- -- -- _ - �. �.. ___ _. _.__ -- . 1_ T ... ._. �, µ7.gr. ,� .__._..___.___. __ ,� .'" , , i J r � - t1'�Yt�br/.Mil.//I'6'w4•t6tr/1tn4i \\\ � •� o"L'/ R9•lat� dEw7//Y'/Yf r �''O'C/ Te,r/ fX/f f'•rw,h Gb/.r!'/C-/fCf r zg.,� r r r' r •i i I i I a ------------ rlyu- .0b h y' (?1) Ali i "-_. _-_ ._ _ _-__ �� f. { �.V-iY-'may _ _ __� _ _. I •1 � ; �_.__. tttt>�s F'~'D CaA/sr. LC�KST v'.S+,acc CKur T-J s£tttr�v6 �nvm, Trucri �arCxGro Coti's7 W.9µcO -�.vsr A FJ::,Nlsm ,D• �ox 503/0 /70/'- SE /aS"'-* Zgsc/. SE.I/Sl 22JS S/SfSo 9G00- 50 ? 0&-Aoat0,O� BID TOWUlA 011 N EK'!IWTE +5N7• H/H �r zow 98//r 23o7NA", 4fai i ,.235 ,SS 12 ! 32 S S_v� c/T P-Off z 7d 2 S306, UNIT UNIT INIIT UNIT UNIT UNIT UNIT UNIT UNIT UNIT UNIT UN!1WIT tMl'( UNIT UNIT 0"(Ise:c+ '„ N v'"97 0. °f - /•°0 .� ° /S36 °2 Z4/, IAI c" 0.9,$ :.P7a a . FAT 8"61Sz Dj '2 a• . lG•c° y00, °- jo k° f0.° 3,2 , , S0 Y371'o Sy,o° j ct B S.S- �. Ft I "ClG S.2 D I e L / . CC /A/0, 60 S;°i ° /0,r /0 . '/° �C SS.°Q S.°0 0,'Y .27/2 -271 za ✓ .C0 OG•° _ Z cf'A- StDzZ to 3 W 1 F.°0 b ° ae 0 ee / . S4 3�9SQ Jp. 00 /0�0.°0 /�+ °' N9L _ 636.ee �0-e .5". Se+"T7,reAr: A T o9 Arm,V pD (OD, oc 00, '_° �, °n BOO.°° °° ?'m & d.! G2 °! (c,°Q CO C.PL1iIED S.:ry .?S/ c0 / S,oo °� .� S.c ,J/ °. ,91 ,2,/3 9r °° 371.e° p.7r ,ZL7. 1l. /1, °a ° j C°Nc,&7f an r3xq gfQ.eo S0 S0, Oi /S0. _ 4C. °o c° /00• ?! d Of ?° - Z /0"Gvrs 1/a,114 y00, Y 0•° s . p0 °_ dl ° / ° SSO, °� /LSG - GSO,d" °! / %Q sSO,az .4"ter ✓ko A 500 p0 / CIO- D or 2 .3 n° i D10. 375.° /.Z S c yi °° W °° n q 3SO. t° / OSO.° „bare ✓n/.yks /Ea 3S'0 50, 00 L 300,°e 2I0 °° �50. 1 .°> 271. t1 3S/y°° 3/c! re 3. 3d 3/3. 30 .275. °` 2 ,5 Eil �" F7avO 2E 1OC fp u00° 230 °' 4/40°- t/Oo.CO 800.° 2GD p0 Sa0 `-` a230 °0 SiO. °f _S ti4 S/3 I /.3^. L°23 . ° /j,$0, pe //Z-t, 10 %S 00 /J °-1 '.200.i0 /.2.00.°C _ l3 Ecec.rr� F,e€ /tiD /tea 3 O.ee 300,0 °/SO °P 4/SD." �G ."-° �00- `F 400, 4. ?&O,ce 9wC ,2 SC 2"� /•! -OFF OgSrtma /MA wCO ZOO ` �J .` ay"'.° ?SG '1 `y �50.°o ?J 0.i0 9SS " :SS °' 2 3(o ss 2 3Cv 3' -00 D0 300.0° S. F I SFr✓,cam .'ate ZtN n rc L'0 /GYI.pD 2 a °t ::ee °° yCG. °Q �aS. - 7s0.ee o tc C,IT Yo °4 / C Al -779P ,97xi57 SAW W -2 Al LSD °- 500 's /OO.e` !fC' /SG. °� ADC. yd .2%3.SO `11G. °-° S" •fl /7 4 ,�,1.GO.� ,2.2?OC.Cr 3 /0 0c.0°- .2L3 `Y 3.' 3-rob." ,3 O.ec 2300, - .7.3,v °Q r• S /.s S-0 0.°P -z Sv .� Gl B .uSR�° S✓.fF :�r G °-° .J/��� /`, ct 3J 0.°` /!. °C A.° C?° r.m 3' p 9 . p° iso. i .S✓6T07X!L �y 4. "�o TOTAc , C/ . o,c ti'y �7:7�S A 7'71 SA340:, 7) as.;- 5S" ✓ /, 7z•/ a! 'I - 1a7 2 { 1"o 2C ? N �a� `/ �"� 1 f • Gwvdf. { ,f- S*la 1"40 IS Alr T-.7 b•r•v6 Faye. ZIltr. � r • `+ A 6x� SOJ► /f� Sr/JfN Lf✓ SO iJt! y Q�Mzrr a✓Sn IWNQO �✓t+ �' tr.rir� • rurr• ...r, ww fl•J w. , ,a„�r, u r S/ s xaI- Hass ff.4-.�v.W r .rxt +Tiff 1%0w P&lr an• l ffn rw rlr rtr rn rra uxr rrr rrr rrc war r,r an.� rtt N 99 Z 1'Gf%DJ S .M IF ,� r} jrr.w 4"c.fi JJ Iy A a e'N J N � 2 . J /Y A2 H d w w .If fff w /I I�w Tar., lko-N pI. N w r rI N F,w PAr w L wPw N C.ECi•.�rwAQw / N .✓� M fl ✓l.Pf M jr ,H 2r. A !I + . .I .N N .H .✓i .N Ir SSO ✓/ l J'Q0� / 0 N N M /jeco r ? O,w `i /Mu•• H .DSO SO - - M. I rA+' I.. a r.'I J7r r^ ✓ •! jw N313A JI j N !00 -r + ..N M IN J w - 1r / Few Ift L" .N ,n , AIO • N AM W0 2✓ .n N ip,e a SO.w jfr, 7i N .N + fix I n -ZooM / M S/ N '> .� .N / N N I .k S .+ N .2/J.r r + r .J. 00 00 n dlilt)N r '+ - lift n ro f • .i1�GsG.0 1✓W/ ct' 1.(O1 ✓✓ J7 .II /1r� >P , ✓f of s it +4r •mrac +P r2p )r^ z zte c .2✓^P✓±e 3•/,7✓1 .^I 14 xt. IJ ..4 Pl i 1 ti rsB N rFC r o6 Feo r -� 77 rT ' sl cr fr. a/zr / rI .ss s! fa Jfh 5L ccr/ .1 f.,s • G II" Gt rFAo1C 11tvAr rr' 751rt N y N i «fCS M Nf/f A t f H OOA '• N -'00 -'007 Y' M' N' N' N' /G' N• N- _ b Y N N "Alf b. , Cn SC S5j i.'ISC :,-Of A, N. n « r s+sa / av aor J R N N �■ /' Y'cr II'1' '01f ./� / 11 « Of N a N a / 40,/0S Y WM OW l.0 N IF /5 N N rr N Y N N' b'W M'lr b 7r W NTrZWr ICW N'0 i 75'o j i NCI N' / O ■ t� L. lie Ito it" ll�l 1110 11M lt� trM 41q 11M llr i1PA rT ♦APA 0wwS Ps a swrs5 IrF -•1 rT fs/ AE7 i C.- Mt 7✓1� rs aw�7-IG'.1i CSR/S'P/Yr/ 'AI/nG� I11I�prV' * �rY' /cW'YM .tq ■� ■ 4K. ♦ `r Vi� INh/ -Jtn /•Ar+ yf/i'AS''Fsri y1r/sS -{rN✓ •11[0$ +y'O' r i S7 47 owvt • w/� nrNl'+�L'1 arM,J TMv'S i^ _iY��.''dP7 ttr j arry ■ ..� . is i lr711U , Install 10" C.I. .. ,- Water Hain T N y o $ T Water Main m N F & 1 6" D.I. ' Water Main � T ^s N � a+ F 8 T 4" D.I. a o „ Water Main o o F & T Select Trench Material 0 F & I Crushed `n N Rock Surfacing Zl to i 1 o F & I Concrete Blocking F b 1 10" m O `6 > G.V. Assemblies I7I o M ' F b 1 &" G.Y. Assemblies 3 8 F ? o G.Y& I. Ass6,emblies ? � w ' w F A 1 4" a G.Y. Assemblies o =� g~ � $ F & 1 g r Fire Hydrant �, m - o Assembliesm � N ; a y Relocate Existing r o Fire Hydrantit s Assemblies ^, m � F & I Temporary 2" B.O. Assembly O b' a N F & I Service n Connections - N F & IRetap of a Existing S_rvice a w r 0 o in Rebuild PRY ^+ uw, F & T Class "B" ^� o�n Asphalt Concrete m 1� I� OWs[areafa RePlacsent . E�,a We', [,f;�Vt c SCHEME OF PRICES J tJ - 70'� Taylor Pl. N.W. From R.M. Sth St. To S. 124th St. (Woe@ Unit prices for all 1-ass, all esteiaiens and total e.eeatt of Did aunt be shown. w unit prices in both worda and figures and where conflict Occurs the written or typed words sha11 prevail.) ITEM APPRLX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in words DOLLARS CTS. DOLLARS CTS. 1. 797 L.F. Install Only 10" C.I. Used Wotermal _ 7y p (p Per L.F. (Words) Figures 2. 25 L.t. Furnish and Install S" D.I., Class 52, Watermain (T.J.) y�n S Per L.F. 3. 10 L.F. Furnish and Install 6" D.I. Class 52. Watermaln (T.J.) S _ Per L.F 4. 26 L.F. Furnieb and Install 4" D.I. Class 52, Water-main (T.J.) Per L.F. 5. 1.00 TONS Furnish and Install Select Trench Material $ Per Ton -- —_— �- — -- 6. 25 TONS Furnish and Install Crushed Rock Surfacing Per Ton - --- --- 7. 3 C.Y. Furnish and Install Concrete Blocking S Per C.Y. h B. 3 EA. Furnish and Install 10" Gate Valve Assemblies $ Per Each 9. 3 EA Furnish and Install S" Gate Valve Assemblies Per Each 10. 1 EA Furnish and Install 6" Gate Valve Assemblies eF i l.ec� SCHEWLE OF PRIGS (Note; Unit priors for all 1tae1, &II ertansicns and total aaount or Dial must be shorn. Sher Unit prices in both cords and figures and where cwsnilict occurs the written or typed cords shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Umt Priors to be written in Words DOLLARS CTS. DOLLARS CTS. 11. 2 EA Furnish and Install 4" Gate Valor _ Assemblies Per Each words Figures 12. 1 EA Furnish and Install Fire Hydrant _ Assemblies Per Each 13. 1 EA Relocate Existing Fire Hydrant M Or' Assembly i!P� $ Per Each 14. 1 EA Furn ,h and Install Temporary 2" Blow-off Assembly $ Per Each 15. 2 EA Furnish and Install Service Connections $ _ Per Each 16. 2 EA Furnish and Install Retap of E:t1st1 g Service $ _ Per Each 17. L.S. Rebuild PRV Vault Lid and Rehabilitate PRV System $ _ Per L.S. 18. 35 S.Y. Furnish and install 'Class B' Asphaltic Concrete Surface Restoration Per S.T. 7220-F City R�ntoa Affidavit of Publicat; n w.tee,e.,.lle�iaw.et,t Al ._ STAT! OF W ASHINWON KING COUNTY--SS. � wUj tsr p u: COomb� the t.y CUstht The undersigned, on oath states that he is an autdaily ho1rized representative of The Daily Journal of Commem, Of genera! circuper wa newspaper is a legal newspaper Nan six months prior to rid itdate f and publication for more refered to, published N Ne Fs liffi lan hereinafter as a daily newspaper in Seattle. County µntinuousiy Fill It is now and during all of said time was printed in an M officd ni,ied at the aforesaid place of publication of this newspaper The Daily Journal of Commerce was on the 12th day of June, 1941' approved as a legal newspaper by the Superior Court of King County. t►ar{� The notice to the exact form annexre4, was published in YfYipi 1O regular issues of The Daily Journal of Commerce,which was �paayr r to tW rbt�xa fahsteW- regularly distributed to its subscribers durj' the tMfow sia el ted pe «i. The annexed notice, a Notice of Bid Cell .d Ht�.�f u-as pubhshW On December, ] _.. Da uuppoope sea 10 1982 and Specltlwtlm°n ter o�°utPmn _ x.. a. dill.within thirty n.nee —.._.. bid npeatttq.71.maitlas rtmrae _....-... "rypa� ...-------._..... A a°1tMa t ( for tnd ironn ....___...._.. . .._.........-. f5%)of the totalt °afafngyjpt of onlh bid ``t 'Ihid. �..T ll lltY'a Ale and _......_.....' ...<YL.' hWDlwhv,j,atinn Policies Subscribed and sworn to an Dw1ilyC Y rnrJt N' December 10, 82 me rCf iiublicaum in Clert _.__.._.......__..... 1982 b .................,... . .. Jawed of of Com- rA°emw aaA1Q I WE b 7 . erPlddh Naary Raga{w sr state ._..•...•_...... e+nas otnw. Gj(rtiFrna o " ommerce iP bllsbM 16pi, •i COU'MbI ST. r104--4234272I 88AttLL WASH 94104 ow Dec._10. 1982" " City of Renton Office of City Clerk Municipal Building 200 Mill Ave. So. Renton, Wa. 98055 Notice of Bid Call 7219-B Water Main Extension 54 lines @ 1.00 per line 54.00 54 lines @ 90C per line 48.60 $102.60 Publisb/d December 3, 10, 1982 CHARTiR 116. LAWS OF l:.;i CITY OF RENTON CERTIFICATION l Twl WIpO[ggp p0 N[p[pY Cnnn uwpap wl YllllT Oi .lp)VpY iNAf Tw( Y.i: :i.11 AY{ p[aN rYNM1f4(O. l4l f(OYIC[a pIM1Y: ! OpwIN[ I1 upON.0;Opr[p fp prpcplLLD NN Ip Ngn. pwp TwdT iN(GNIY f[)VpT.pY[ pwp Y OfNYT10Y pGprwfl lw[ CITT Or pl Fl Ow. M1Np TN[T 1 MITMOpI![O TO pYTNIAIICpi[ MID CIpiOT 10 MIO GW pIpMA \ /�/,i•SyA.12.0 S1�\ 11102 PI...ip<IpJe ATavul ylrpr wlltt►KY t St s • Affidavit of Publication City of Menton Watermat4 Bepiaeetmnt a.a.al STATE OF WASHINGTON KING COUNTY—SS. The undersigned, on oath states that he is an authorized representative of The Dail) Journal of Commerce, a daily newspaper, which newspaper is a legal newspaper of general circulation and it is now and has been for more ttun six months prior to the date of publication hereinafter refared to, published in the English language Wntinuonsly n a daily newspaper in Seattle. King County, Washington, tab qfb tic and It is now and during all of said time was printed in an tad ��a������elk,tiawt feel of ofilef maintained at the aforesaid place at publication of lay used C�I V�� 'r"eta.tur this newspaper. The Daily Jtnlrnal of Commerce was on the 11" 1C 1 's 12th day of June, 1941, approved as a legal newspaper by ure " raatwn recta an6 he Superior Court of Ring County. y.Ire o ,Ft wppsena . and ' sstreet ww shoddar ov W.r The notice in the exact form annexed, was published in 71eYniy arm orn he right to regular issues of The Daily Journal of Commerce,which was rreN ev any an,or all to and t gularly distributed to its aubscribers during the below ilea stated period. The annexed notice, a Approved plain and yyantfctr ._. tiau and term M c�ntnct day rnenie mar br obalwd at tw._.- ............ _110i-1,40- -8ti 4Ca3t-. Puatk Words Depa^tmen<oftMt at Ufo Raman Muaici I BWl¢ -..—......._....._....-_,.____.........__._...._.. 6 for a d��,to o' 5170 tel lus f�.all torn It vtxaUBr•1 MpYWiVlad ol0 ......]»Q ...',y....1Q��, ,... malted.TTu depose well be re .._.-..... _..... funded upon return of tAe Ptaru...._...._._..,........._..__....._...._........._..._..._...... and Spwi Ir.tthi Ill�aod tin- ...._._..-._........_ ..._.... bid wtthir.thinr airs after.._.__.____ ..........._.._._.......__...._.._.. bid nynins.The m:nlina<hatte __._._....._..............._...,............. will rwl Fro I k or d A cenifled hee or aid Hord In the amount of flue peirent (s%i of the teal m,mmt at .....endi bidmuatammpaa�aaehafd ..�L......._.........._...__...__... the City" ralr rani.add Subscribed and sworn to before me on �ll aDapplapplc1yrrimination P Ikly% MAR1yYRa PE71t1iSElt. .. ........._.._,.._._.___...-. .. Dep t Clty bluk. s _..._............. Llate.of paaucatwn Moore u to the sg► .L U - glD r PFT� J '�gV('q.�' rE : EE • c �nER - A� nT �� r SO E SE S Q �ZY'h voSS F M �-a S A � _ r 03 c r d C 9 2� eo aoy +, 6 C] L r nn L°1r Ji h rL r �� e• 1/ 9 °sr '� M J so_=r, L,yFar� ere- p i1 aYyr i� C J wB h / � � ' '�' p / r w.O h �•� '�°7i y say u ;O ii'SL 'L{7 .� it °f n�� n a'°y/ ro . rLF r iL' D u�" p � °,`/ ��f � �� �-• /.�jf r u� p • T 8 .° � Jr. ..° ^iPJ P.antr� Tnoxn,.y o� BTf i'!' �Ynr R' •!w J ZP .J S Wawa 3Y30CII ':mJ ....-„�` Lpri rs�L� /c✓eb nn> '�.�.r � a�ri '� r W-704 Taylor Place NW 5th St. to S. 124th St. 2+ , e of RE W oPUBLIC WORKS DEPARTMENT 0 zRICHARD C HOIT 'ON • DIRECTOR n j? MIUNICIVAL®IMLD m INO 0 MLL AVE.L0. RENTON.WASK/II055 e 206 235 2569 P TES SEPSE� BARBARA Y. SHINPOCH MAYOR MEMORANDUM December 30, 1982 TO: Council Utility Committee FROM: Richard C. Houghton, Public Works Director SUBJECT: BID OPENING - TAILOR PLACE NW WATERMAIN REPLACEMENT Bids were opened for this project on December 20, 1982. There were six responsive bids, with the low bidder being Ford Construction at $22,250.65. The Engineer' , estimate was $20,387.78. It is the Public Works staff recommendation that the contract be awarded to Ford Construction. (Copy of bid tabulation attached.) Attachment cc: Mayor Shinpoch Rom Ta q o Q /s�hu�et �V COI/ _ eiooca y. v '� `pl0 Cs✓sr. (lt✓. Cwn JS+.0 L.l=r T-J xu<.Ni P,Ma T,- (faazr�Ca✓tr HMwm Orm .D. 50Jfr ,7I 1- ',I /J S'1 t1S✓ 3r1/I? 11/S S'Y,A !YA -LM�bS 'I?16.AW.W ... - ? .i • so�� �,,T, IwI'MJi ,vrz r,wr9/!t NAw� V+u�Y. ,.w..rlar f"",r :/P••aO 9Rl/! 2y.rtitL. !!A ✓J I, J1- T.,4, /. 4u 1-Ys- Iff 1/4 wR wit wlT wl, ♦ YIIt wR war oil MR wl Mir Mir w JCR. �R rAc /,I. / / .! Jim. - f S ra SI DI r, . H - H 00 r .�• B.n M Ay,f J/ (At'I r T.e.cr N v-v n llv. .• I M M .K N .7f �/J.fr M N ro Ii'1X N !• / • SSO.!' ILfO - .COmra.N P �tAlS l SOB OO, N H B. S H - 4try N 46V.NAT. yT30 N '6 Hr r dIO 350. - 60. " a r.•• 1l.^ W/'r .N i lr 1. •r r r r % f` N - Qp,. ee.N 180. 6 . F !• /Z 00 C10� 1 - JJ /ZJ.• S• 1✓ .SI r � w N M.r N �gm V.10 .1 JSJ.^ 1SS.. 3; �M f ) .! N N O .N .✓ N 'I f ..! N N N y LAN - N N J. 00.. DO. - f r ! SD.^ N J H r SJr N 5rw T /JJ.fj ./ ,rr 5• SdS ! /:iX Jr 7l✓i n . 7LTAL * 0,387 2 1r0 G .7 7M7S 2 1✓z �' SL xL./7 dAi lb /7 Renton City Council December 27, 1982 Page 2 CONSENT AGENDA continued Bid Opening City �Ierk reported bid opening of Decanter 20, 1982 for Taylor Taylor Place Place watermain replacement !lower Project W-700. Six bids Watermain received. Refer to Public Works Department and Utilities Replacement Committee. lid Opening City Clerk reported bid opening of December 17, 1982 for LID 320 LID 320 wetermain extension on ME 27th Street east of Edmonds Avenue WE Watermain (water Project /W-614). Nine bids received. Refer to Public Extension Works Department and Utilities Committee. Park Department Park Department requested transfer of funds In the amount of $5,000 Fund Transfer from Unanticipated Revenue (Rotary Club donation) and $14,616.24 from Community Facilities for completion of improvements to Renton High School's west field, designated for co-use by the City and Renton School District. Refer to Ways and Means Committee. (See later action - Ordinance 43695.) Rancourt Appeal Appeal filed by Charles Dietsch re: D.A. and L.A. Racourt of hearing SP-055-82 Examiner Recommendation of December 6, 1982 for Short Plat (SP-055-82) V-055-82/056-82 and Variances (V-055-82, V-056-82, V-O57-82, V-071-82) at 3720 Lake W-051-82/071-82 Washington Blvd. North. Refer to Planning and Development Committee. Claim for Claim for damages In the amount of $306.72 filed by Richard A. Damages Obermait, 24825 Marine View Drive South, Rant, for sewage back-up CL 61-82 damage to rental hone located at 918 Glennwood Avenue NE allegedly caused by blocked City sewer pipes (10/30-11/01/82). Refer to City Attorney and Insurance carrier. Court Case - Court case filed by Ida M. Shelton for injuries alleged in a Ida Shelton fall on sidewslk between South Second and South Third or. Williams Avenue South on January 29, 1981. Refer to City Attorney and insurance carrier. Consent Agenda MOVED By CLYMER, SECONDED BY HUGHES, COUNCIL ADOPT THE CONSENT AGENDA Approved AS PRESENTED. CARRIED. CORRESPONDENCE Letter from Marshall J. Nelson, Davis, Wright, Todd, Riese s Jones, Group W Cable 4200 Seattle-First National Bank Building, Seattle, attorney for Pending Rate Group W Cable. requested the matter of the pending Group W Cable Increase rate increase request be placed on tonight's agenda. The letter also forwarded a copy of the City of Seattle Hearing Examiner's decision agreeing to Group W's rate Increase proposal to Seattle (identical to the Renton proposal). The City of Seattle hearing Examiner also addressed the three main unresolved issues of the Renton proposal: (1) Treatment of revenues from basic services versus "pay" services - that basic service rates should not be reduced simply to offset large profit earnings on "pay" services; that the basic rate provide for a fair return; that the proposed basic rate be regarded as 'fair'. (2) Installation charges - need not be adjusted in light of the fact that the overall return was fair, (3) Rate of $9.95 (as opposed to the $10.55 rate requested) - that the lower rate to match other charges would appear to result In less than a fair return and could not be required. continued Letter from A. J. Ladner, Executive Director, City of Renton Housing Authority, P. 0. Box 2316. Renton, requested discount viewing prices for cable television at the following low-income senior housing projects: Evergreen Terrace, 3017 NE 15th Street; Hillcrest Terrace, 1442 Hiilcrest Lane HE; Sunset Terrace, 970 Harrington Avenue NE; and Cedar River Terrace, 51 Burnett Avenue South. Total residents: 202 Councilman Stredicke noted that If the proposed rate increase is not acted upon prior to January 15, 1983, the pending Increase Is approved by non-ace on according to the agreement with Group W. Councilman Stredicke also voiced concern over the non-responsiveness c P � r( ,g�_..y 7ur�dRY 3�pfY3 te611c. t ��� �• .S :tt_,_, Cy�� ,~6,�, Jwrr. 3Prw(fc 'UPf Pti �• 4x i.> w, F�r�e Apt ` Y Gads - B: — 3;3p , kko1. �'ia ,,� COn 4iti a p PnIA Ii. Sonia P x4 Laura ' �{ 11 Co�Mluc �rsr�t ous� �� 1� /0 �a G k.�*r Aft Ipf/. s G. .cfr b rt" fa be x �' r ro s oo, 4!a-.d C'a� `p W /1 � �/�J�1lI LJiafS�,adL OPECONSTRIXT10h ( NC4 PROJECT: r A004ESSILOCATION: -- __ DATE: 3%9 PROJECT / _------- PERMIT b r r ► r r r r ► r r ► r r WORK ORDER / r r ► ► ► r . �q 7? THOSE IIN ATT—CE r r ► . r r_i�-r�—'r-r r�r ,►_r COMPANY PHONE Libury Ury of /fainrr A.� - Q3s K -- -- -_ SLR_ 2b� lL, IWj '2 -- � 0,4 • 0 WATER AND SEWER PROJECTS PRESENTLY UNDER CONSTRUCTION IN THE CITY OF RENTON WATER PROJECT A W-704 SEDER PROJECT p_ DATE 3-7-83 _ WATER PROJECT TITLE Watermain Replacement Taylor Avenue N.N. PROJECT LOCATION Taylor Avenue N.W. from N.W. Sth to South 124th Street DEVELOPER City Of Renton ADDRESS 200 Mill Ave..,e South PHONE 235-2631 EMERGENCY PHONE CONTRACTOR Ford Construction ADDRESS P.O. Box 5036, Kent WA 98031 PHONE 235-71.55 EMERGENCY PHONE 630-1126 FOREMAN Mirha 1 D D k' h PHONE 630-0169 EMERGENCY PHONE Citp of Renton Inspector Bill Kullherg Other Inspector of Renton Engineering Deparet 235-2631 PRECONSTRUC1Inh CONFERENCE DATE: Thursday March 1rd_ 1gR3 TIME: _1(1.00 A.M. PLACE: 6th Floor Cnnferentn Rnnm DEVELOPER / CONTRACTDR OR SUBCONTRACTOR / NAME OF PROJECT Name: Ford Construction Phone: Project: Taylor Ave. N.W. 10" Watermain installation Proj. /: W-704 NAME OF APPOINTED INSPECTOR Bill Kullberg Please check departments to be notified and specify person to attend. x Engineering Dept. Don Monaghan x Fire Dept. Ed Wopton x. Police Dept. Ray Saude X Street Dept. Don Miller x Traffic Dept. Paul Lunbert x Utilities Dept. Ron Olsen X Water Shop Larry Saviaae X Other Gary Morrison Additional outside departments you may wish to notify. Department of Transportation x Pacific N.M. Bell Company x Puget Sound Power 6 Light Company x Teleprompter Cable TV Company x Washirgton Natural Gas Company x Other Olympic �ipeline OF RED OFFICE OF THE CITY ATTORNEY• RENTONMASHINGTON M Z' qyr OrrNY•4.N1 .00 s a/tnQi • ,•nr(F rM�fttn ff'N1 iffKi• n LAWRENCE 1 WARREN. t ...o••rt• DANIEL KELI,OGG, •fvsr•rr cc.•*torn e DAVID M. DEAN, +sys+nnr orr saofet• P MARK E.BARHER. •ssf.urt c*.mo+e• •'to SEP' ZANtTTA L FONTFS. •fs.f•.wr nr.•rtore• Febrsary 16, 1983 TO: DICK HOUGH-ON, PUBLIC WORKS DIRECTOR FROM: LAWRENCE J. WARREN, CITY ATTORNEY RE: CONTRACT FOR TAYLOR PLACE N.W. WATERMAIN REPLACEMENT WITH FORD CONSTRUCTION The contract as forwarded to me is approved as to legal form, as soon as the contractor checks one of the boxes on the 7articipation Certification: Minority Business Enterprises and Women's Minority Business Enterprises form. Lawrence Darren LJW:ds Attach. of R11?� �} .y z PUBLIC WORKS DEPARTMENT RICHARD C.HCIUVTON • DIRECTOR m.R► F pp r wA1NIC1PA1 aLALD1w0 710 limit AVE,$0, gENTOw,WASN.N066 \ao aE915E1010a 2M 235-2569 BARBARA Y. SHINPOCH MAYOR MEMORANDUM Date: February 10, 1983 To: Larry Warren, City Attorney From: Dick Houghton, Public Works Director Subject: Contract for Taylor Place N.W. Watermain Replacement - Ford Construction Please review the attached contract for legal content. The bids for this Project were received on December 20, 1982. We would appreciate an opinion as soon as Possible. jft Attachment • s FORD CONSTRUCTION CO. GENERAL ENGINEERING CONTRACTOR P.O. BOX 5036 a KENT. WASHINGTON 98031 BUS. (206) 116f 735-7155 January 18, 1983 -ty of Renton Mwacipal Building 100 Mill Avenue South Renton, Washington 98055 Attention: Maxine E. Motor, City Clerk RE: Taylor Place N. W. Watermain Replacement, Contract Award (W-70a) Dear Ms. Motor: Enclosed please find an undated performance bond, and insurance certificated on the above referenced project, from our agent, Stanley T. Scott a Co. These were requested in your letter of January 13, 1983. Sincerely, �CONSTR:7CTI0N CO. Bookkeeper SWI: 3 ' 'r JAN 1983 RECEIVED CITY u!r.07'O4 6 Mws mfIu FORD CONSTRUCTION co GENERAL ENGINEERING CONTRACTOR N.O. BOX 5036 a KENT. WASHINGTON 98031 BUS. (206)AMVMW 235-7155 January 17, 1983 City of Renton Municipal Building 200 Mill Avenue South Renton, Washington 98o55 Attention: Maxine E. Motor, City Clerk RE: Taylor ?lace N. W. Watermain Replacement, Contract Award (W-70aj Gear Ms. Motor: In connection With your letter of January 23, 1983, regarding the above referenced contract, I have contacted our insurance agent, Stanley T, Scott 6 Co., and they will be sending you the undated performance bond and necessary insurance certificate. I am enclosing a copy of our appli- cation for a 1983 City of Renton business license, which is being mailed today, along with a copy of our current Registration Certificate and General Contractors license. Sincerely, FORD CONSTRUCTION CO. V Bookkeeper Encl: 1 BffF/yfb �p11 /yr'7".. JAN)d83 - RECEIVED CITY 0 E:.N •� CLERK'S er`F'ICE OF RE. • z THE CITY OF RENTON RIL _ "U%ICIv,4L BUILDING MQ MILL AVE Be RENTON,WASH."M p9 LQ 9ARQARA Y. SHINPOCH, MAYOR • MAXINE E.M070R, b P SE v(E CITY CLERK 9 (206) 235-2500 Ir fp January 13, 1983 Ford Construction Co. P.O. Box 5036 Kent, VA 98031 Attention: Charlie L. Ford, President Re: Taylor Place N.W. Vaterma in Replacement Contract Award (V-706). Dear Mr. Ford: The Renton City Council, at its regular meeting of January 10, 1983, has accepted your low bid on the above-referenced project in the amount of 522,250.65. Undated performance bond and insurance certificate will need provided to Project Engineer, Ron Olsen, [o be UCi li ties Engineering Department, for preparation of the contract documents along with Proof Of State and city licenses. If you have Questions regarding the matter, please contact this office or the project engineer (235-2631). Yours very truly, CITY OF RENTON Maxine E. Motor City Clerk MEM:mp cc: Hon Olsen OF RE. • z THE CITY OF RENTON NUNICIPAI BUILDING 100 NILL AVE.SG NENTCMI,WAS" SEBBS .r BARFARA Y. SMINPQCIf, MAYOR0 kiALXIP* E_MOTOR, P� �rEp TE CITY CLERK a (206) 235-2500 SEP Jaruary 13, 1983 Frank COluccio Construction 9600 Empire clay 5. Seattle. VA 98118 RE: Taylor Place N.Y. kiatermain Replacement Contract Award (11-704), Dear Mr. Coluccio: At its regular meet'ng of January 10, 1983, the Renton City Council accepted the low bia o: Ford Construction Company in the amount of $22.250.65 on the above referenced project. We thank you for your interest •nd your bid. "ours very truly, CITY OF REENTON Maxine E. Motor City Clerk MEM:mp OF RE. • • Al y� i THE CITY OF RENTON MUNSCItal UML010O0 MO IALL AVl.70 MCRirOM.WA4N fps F SAPMRA y SmjNPQCH MAYOR 0 MA%ME E.AgTUR, 4�L SE c1E b v4�r o„' ary CLERK • (206) 275.2SM EG January 13, 1383 Grant Construction 17019 S.E. 128tn Renton, WA 98055 RF: Taylor Place N.W. Waterman Replacement Contract Award (W-704). Dear Mr, Grant: At its regular meeting of January 10, 1983, the Renton City Council accepted the low bid of Ford Construction Company in the amount of $22.250.65 on the abov referenced project.. We thank You for your interest and your bid. Yours very truly, CITY OF RENTON >J 7 . e >:;p 70-2* Maxine E. M< . r City Clerk MEM:mp OF RE. THE CITY OF RENTON hKftCIPAL MAL01110 WD SELL AVE $0. RENyoll.WAS" go" r $ BARBARA y, SNtMp0CM, NIAyOR • MAXW*E MMOFI, a P �rFO SE►yE'� CITY CLERK • (206) 235-2500 January 13, 1983 Pitardi Trucking Co, 12218 51st Ave. S. Tukwila, 4A 98178 RE: Taylor Place B,V. Vaternain Replacement Contract Award (V-704) Dear Mr. Pitardi; At its regular meeting of January 10, 1983, the Renton City Council accepted th1: low bid of -ord Construction Company in the amount of $22,250.65 on t6a above referenced project. we thank you for your interest and your bid. Yours very truly, CITY OF RENTO]N _ -e. O✓�!a-� naxine E. Motor City Clerk MEM:np OF RF • v y i THE CITY OF RENTON _ MUMI^,VAL 9 LO#N4 nO aallc AVE SO. RENTON.WASH.9b-6 BARBARA Y. SHINPOCN, MAYOR • MAAINE E.MpTCs9, b \. fp P CITY CLERK • (206) 235�2SOO SEOT E� January 13, 1983 J. Sassll Construction Company 22854 S.F. 215th Maple Valley, NA 98038 RE: Taylor place N.M. Natermain Replacement Contract Award (V-704), Dear Mrs. Small: At its regular meeting of January 10, 1983 the Renton City Council accepted the 10- bid of Ford Construction Company in the amount of $22,250.65 on the above referenced project. We thank you for your interest and your bid. Yours very truly, �CIITTYY,Of -RENTON -�! � / - e 7�—o-L.O'e- Maxine E. Motor City Clerk MEM:mp OF RF L � T THE CITY OF RENTON MUNICIPAL MRl[NNO 700 11101.1.AVe.tp. RENTON,MAfK.♦Igpys o >4 BARBARA Y, SH'NPOrH. N/AYOR • MAXINE E MOTOR. 9 pb GTv CLERK • '2061 275-2501`• yrEo SEF,6 January 13, !993 i T. J. Trucking, Inc. i520 Parkey May Mt. Vernon, MA 98273 RE: Taylor Place N.M. Watermain Replacement Contract Award (Y-704). Dear Mr. Swett: At its regular meeting of January 10, 1983, the Renton City Council accepted the low bid of Ford Construction Company in the amount of $22,250.65 on the above referenced project. We thank you for your interest and your bid. Yours very truly, CITY OF RENTON 7r? f ")-� zato� Maxine E. Motor City Clerk MEM:mp '�44�• VICINITY MAP 9 � Ott 'a 8 g r • 6 X N {I IRM ST ST N Yw 1 11}TM < r Y \T < r° < s lj.TM \l ST 1 < usT ST 167 w s_ a.Mu t IlalY Nw �nuw n N sralonlB s w unX n AAIRCRAFT T� I!)TM 6T sMYN y II+TM s i{M�yiy f IIxTX n n J \ �S� llgy« S. SCM 1 ' S ° 1 ILTN ST h l' Y '7" IA. Y Y II < 1' {l 1.lM ST< 1 1 SS Y S! b S IxpT« P 1 W n MI 11 ' INIIIKTNI dI dkl 'IV, I S 121SI ST 11xMD {+ I21Sr{T ROJECT `� CATION 'N w {� IxISD Si 1+ i RENTON '1 «KIWI,Y ` ' S I:I.D .l • f\ a .siNPUNT M.G. p s I'll. ST p IxsrX yJ1 Xw } t p +r p N Mw SIN h • -,, j } { Yrr4 i 12 N ST t♦} ' •M Sr Y - ,.. 1 It\TN .! `r 2 w Fw T .! I 1 sL� ° + (Pw 1 Y t!o wp < wT STw^}.off[ g . }C WE L Nw M {a ` w AWPO.T WAY ITT ' t U}Fp ST $ { t s 6 S TIIIICVY • , w }MD 222 T «Y wl IO 1 /r) • iOIIM Si S RMTOM < T + b = fw YK1411q! V C ' `J I OEM I?" f r . r CITY OF RENTON BID PROPOSAL AND SPECIFICATIONS S 1241N ST. rTAY!OR PLACE �ATERF PROJECT "0" 11 7p4 r INDEX r summary Of Fair Practices/Affirmative ,.._tion Prograw, City of Renton Scope of Work instructions to Bidder lie r/ref. EEO r Call for Bids Proposed Contractor/subcontra. tio^p0 *Certification by ns Business En tc rpr ise Partici Pa *Minority and Wof Report Plan r *Certification of EEO +CertificaU On Of Bidder's Aff irptive Action to P,trehaser 'Non-Col lusion Affidavit *Certification re, Assignment of Anti trust Claims :;Minimum Wage Form Bid Bond Form ,proposal lchedule of Prices of Renton ond to the City Contract Agreement le Form and Instructions EEO Compliance Report Samp Envircnmental Regulation Listing Special Provisions r Technical Provisions Detail sheets/standard he Contractor, President and r laws permit. All pages must Oocumen is marked above must De eporati by t V;ce-President or Secretary if corporation by" be signed. In the event another person has been duly authorized [o execute r contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. r r r rCITY OF RENTON r at mnt tic Works�9P Renton, "h n 98055 r r :Ot1127 "A" CITT OF Rims SUMMANI OF FAIR PRACTICES POLICI rADOPTED By RESOLUTYON 00, 2740 The policy of the City of Renton is to promote and afford equal r treatment and eervioe to all ci tiseno and to assure equal ompluy- went opportunity to ¢I1 persons regardless of race; tread; color; ethnicity; national origin; sex; the presence of a non-„'ob-related physioal, sensory, or mental handicap; age; or marl[a1 status. r This policy shall be based on the principles of equal ewp Laypnt Opportunity and affirma rice action guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines; rZZI ENPLOYMENT PRACTICES - All activities relating to employ_ wsnt suov as reeruttment, to Zootion, promotion, termination and training shall be conducted in a non-dieoriminatory r manner. Personnel decisions wi,1 be bated on individual performance, staffiwg requiremente, and in aoeordanee with governing Civil Service Lens and the agreement bctween the City of Renton and the k'ashington State rCouncil of County and City Employees, !2J COCPERA770N wI78 BUMAR FXGe?S ORCANIZASIDNS - The City of •rttan wt aooper¢te uo.y wtt at. organ sations and r comwia8..; arganieed to promote fair practices and equal oppor.", in employment. (d) APFZPMA71YE ACTION PROGRAM - The City of Renton Affirmative r Acre on ropr¢m wt a matntained to facilitate equitab Ze representation within the City workforos and to assure aqua' employment Opportunity to all. It shalt be the responsibility and duty Of all City official# and employees r to carry out the policies, guidelines and eorreotive woasures ae set forth by this program. :or-active OMP IOYMAnt programs may be established by the Mayor on the recommendation of an Affirmative Action Committee for r those departments in which a pro`eoted alas* of employees is under-raprasented. (4) CONTRACTORS' ONLIOATIDN - Contractors, subcontractors and r eupp.tors conducting business with the City of Renton ehaZZ affirm and subscribe to the Pair Practices and son- Discrimination poliaios act forth by law and in the Affirmative AO lion Program. rCopies of this policy *hall be distributed to a'1 City employees, shall appear in all operational documentation of the City, tine Zuding bid oat Zes and shall be prominantZy displayed in appropriate City ' facilities, CONCURRED IN by the City Council Of the City Of Renton, Washington. rthis 2ud day of Iuoe 1090. CITY OF RENTOS: PENTON CITY COUNCIL: U6nyltmA�1l.Slw�v1. ��NAmA✓ ''�lt.!_.eny Mayor 0=— Council President Attest: Issued: July I0, 1972 Revised: February 9, 1976 ty C ar Revised: June 2, 1980 1 a 1 CITY OF RENTON TAYLOR PLACE N.W. FROM N.Y. STN ST. TO S. 174TM ST, 1 NAT£R PROJECT /704 1 SCOPE WO —K The work Iftinilved 1as be lihe full under mited ea nt arhWa Pllans end the t in llwat lon this [contract he pecif, ester document shall 400ourtenas. valve zQrDrl in,, firs hydrant,'cation LO S�nCI dstem ead litie5 f' 1 ces and a reducl)late ing Valueester meter It but not An drawings �dusPeci Specifications bons restoration rshall be aslset rfo�s andf'ca eons t and un A!J 1 Y Contractorforth in to Federal k^s not O1" °f1snthe with hks Project shall latit lY with altllesign 1 sPecif Perf odes this contract document�rdance w"ll the"OplPlans Band 1 1 1 1 1 1 i 1 1 1 INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the Office of the Renton City Clerk, Renton City Hall, unt(I 2:00 o'clock on the date specified in the Call for Bid p.m., 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 pracN cable. ' No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. ' 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right :0 add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders stall satisfy themselves as to the local conditions by inspection of the s:te. 4. The bid price for any Item must include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. ' 6. The right is reserved to reject any and/or all bids and to waive inform- alities If it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation ' to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision ' as to award of contract. The check of the successful bidder will be returned prossded he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. ' 9. The bidder shall, upon request, furnish informs tion to the City as to his financial and practical ability to satisfactorily perform the work. ' 10. Payment for this work will be made in Cash Warrants. Rev. 7/15/81 t (Non-FMWA only) ' CITY OF RENTOM LALL FOR BIDS Taylor P1. V.W. From N.W. 5th St. to S. 124th St.. Watermain Replacement Water Project W-704 Sealed bids will be received until 2:00 p.m., Dt t,.j 20. 1Q¢2 at the City Clerk's office and will be opened and publicly read in tM Floor at ' Roes, Renton Municipal Building, 200 Mill Ave. South. The work to be performed within 45 working days from the date of commencement under this contr...t shall include, but not be limited co: Installing 800 lineal f.et of 10" used C.I. catermain, f..rnish and instal' all 1 necessary appurtenances to 10" C.I. Watermain, pressure :ed .ciny valve vault restoration, and street and shoulder restoration. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and form of contract documents may be obtained at the Public Works Department Office at the Aenton Municipal Building for a ' deposit of $ 25.00 each set plus $ :.Do to cover postage, if mailed. The deposit will be re unded upon, return of the Plans and Specifications in good con- dition within thirty days after bid opening. The mailing charge will not be refunded. A certified check ur bid bond in the amount of five percent (5S) of the total amount of each bid must accompany each bid. The City's fair Practices and Ion-Discrimination Policies shalt apply. (6L City Clar De W Published: Record Chronicle: December 3, 1982 December 10, 1982 Daily Journal of Commerce: December 3, 1982 December 10, 1982 �RT'IPIGSION LY PROPOSE CONrpk.„OP, SUS(.yrRr ntraetor RACfOP AND 3VPPLIER Rt;,ARDYV INO rUUAL VOLO this certifl �l DPPO"1'NNZTy tha Pursue -rzo,, a-1 20 atM j��mF eAal-nY At pane�a^ddiI of CP to r Ndaral oaPectivyExeculave The +t 4as filed ell Contract iat Psrt of ue°ntrac{or�der 11266, o ntory caps+mptemente bid or to btlootmd pmaol once repp Ls ttlUs rUndo atntootA at°na of three°P°eed tsu6cprutas and utio PPlic Of W. tract ntracto re Asttonal iorf bOlaroaad on dabilordnequal itreettva Actiognder data Of •ble inatructin itY clauae,Ner it has An aamuCtl1q bus. Iaj al to a anal-din' roons all pal co�P e3taief le There�or�raar't➢°nW pl Wincpa viawl P r l4tm Pagardtl. I m�dcre:ti fame Wuel eem.. Of ' tahheaOLth Contractor than S1C.00 bullnuar+fineall hor lonot naoPly l{pfco�at enP�orAnacetlot. henndi�nPAnaPe toy.oent at, A or ant �il ablexlori�n letheePubi P411sn a Of go or mtAffjlit n Ucerminlm a ach0.e Con �4h! enPlny�aCtandary rThe Cµ traatoc t by n^1this °dttea llis a orrnCOPo Abiota tgemp]9en pa laona andn aq°gramndii eT�9 C16 Yao,i,Ranprogr lwrand contr er to, COven Of ity that 1 with euc further Aar 2 area. +bove �^ contract.Wit�enyyofnthe tero rmaof all reapers affirmotivY reesoc rofnsuchr tongs ai111h9 the,in9 omPent hall "Or -he I Pon request be 0 insure a. Contr Contra, u�� byr ath l drPo=i�Yu nd b ts othe aCtCantoa xP°aaible a�tcone titu[e�dme tetand aa l breach reed rota full MuMPI re�[n Ce ' Practfca Or for the Purpose of And ^,ntractomi ne rhethet ter, ffullurnlaunt, this th an CERFIFIGpIONl EYY acknowledges that he has r cer ed arltrue and omp3etaC�Plih,nebooke +'cede and tAe ny and l NAME: CONFPACTDR or COPY Of the City', "fair SUBCOrrFRACTOR S SUPF O'tr.ct An eatron ADDRESS; o _ �� LTER REPRESENrATI VES; TITLE: i• Contractor/ uJ 1 1• C° the Equal OPPortunitr/Supplier has ). Con{raO>r/S"copli-AC, '*par'ragto ware rWulred {p br fa�cl��eNOln a Previous c�NE.ct o_`—�_ 1 a I�seru r[o:boon{r`O'o /Sup_1Nor has W all�0 connection ri th such c{ ocontraet subject ens s fil contt com C""lFtCATIo,: The Iacormationlas* explain in detain Donee reports due under aPPli ai onntrect: N A" a,Above is true and cOmPlOte to the bast of this certiffcetion. .e O of mY kn belief. Rev � +goer Pease t °rtedge and b owed tut YPe of error aev. slat QY City Authority: °qne Date: Rev. 10/80 FARTICIPATION CERTIFICATION: mmILITY BUSINESS EnUPRISES (MBE) and WOMENS' MINORITY BUSINESS ERTr OYf',RATED BYEWOMEN)E) ' (BUSINESSES OWNED AND iu the ward out r policy rs to Carry contracts to the fullest The is wbcon agrees agent use r e best efforts ur ' of his subcontracts, agent agreements end procurement the term minority cient extent co utilize minority business enterprises cote tent a cwhl2h is h the f Sormed by performance of this contraca business, at leastto this c 50t pact, et least if the case of publicly Owned businesaes, business enterprise me" minority yembers. for the purpose minority group members or, group members are tiiomen, Negroes, Spanish Speaking 51 percent of the stork of which is owned by American Indl ans, American of this definition, minority R P resented Surnamed American persona, American Orientals, ' Eskimos and American Aleuts. The City will cons,de mans r worn aft id p rd as One by subcontractors in advancesof with Criteriatract cited above. of est+bushing minoritystatus he bidder be eligible for award of this contract' t must execute and submit, so a part of the bid, the following certif lure to which will be deemed a part To ' or of the r esioniof aofalae certific scion shell render hiss bidlnonresponsive' sub MINORITY BUSINESS ENTERPRISE CERTIFICATION Certifies that: ' --Name of Bidder(-) (a) St (does) (does not) intend to sublet a portion of the contract work and ' (has) (has not) taken affirmative action to seektive subcontractors out and consider minvity Soviness enterprises as p potential minority business enterprise subMBE contractors (b) the contacts made with P be lowuse additional sheet.) and the resulm. thereof are inority group. (Ifdnecessarylnuse ad whether sh and identify MBE Min Cr. WMBE 1' Bid Item. Result- of Contacts) ❑ ❑ ' (Name of Firm, ❑ ❑ 2. ❑ ❑ 3. _ ❑ ❑ 4. __ --- _ ❑ ❑ 5' -- has been designated as ' Mr./Ma. -- he - the liaison officer fur the adminfat the minority business enterprise program for this firm. y, CERTIFICATION op U uAL gp ' CD Mr OPpORTURITY REPORT Certifies t`on ,it r gard to the Perfor contract sub ect toe Of 7h bidder E9w1 OpporLto,ic�lause randotheCc[s or Sup the has not Proposed filing of Required equal PLrtici s. ntractor hereby certifies lau 11246, Committee he ap.hecp s edass hr In equired by Ex ti ve or subcontract3 Contract "that he has Government 1Tectore not ice Filed Orders 109th the J .25, 111ilcorto��• tle on Equal eder fli lin 'hquirements�pl`'ol'ueadm"Ii aRencvl or Contt rocfoCompliance era 3pedera] Opportunity, all reports due under ethe applicable (Company By; ' Date: Title Noire The above certificat on is e by ' tu subpittednand pI tiers c Lary of prop°Sedasubco r1 FR 6Ocl equa' Employment Opportunity so contracts Ts and I Contracts con racts which are subtract �11I an Y are at in bcwtracts which are )ect to ors he le in connect aonwvithe 510,000 or render are 41 Cexempt lj 5. (Generally o]ny t wlqual oPPortun- epportunity Clause , sof Currently, contracts or subcontracts of Proposed Pr prime contractor, Form 'Do (EEO-,) reYulationsePort required by the Executive Orders or their ) is the only Previous contract id Or subject tors who Participated filed the ntrac end subcontract the ui rerts ract have reportFe, l contracts ontractthe el and sub contriqUentacts that E1e60t;"7 Orders and In a not note CFR have Period r such contractor M prevent, ComplianHe High,, Department tofn of Lorbyothe Diabor. rector, Officeother Period a�Che Fpa submit, by tract eral O CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PS.A,,, Bidder is to indicate by check-mark which of the following statemsnts pertains to this bid package, and is to sign the certification for that specific statement: a) It is hereby certified that the bidder is exempt from the City's ' Affirmative Action Plan requirements because: "Average annwl employment level is less than eight permanent employees, and the total contract amount with the City during the current year is ' less than $10,000.,, Date BY: it a OR b) It is hereby certified that an approved Affirmative Action Plan is on file with the City of Renton, and that said Plan specifies goals and timetables which are valid for the current calendar year. Company Date BY: __- Title ' OR c) It is hereby certified that an Affirmative Action Plan is supplied with this Bid Package. Said Plan will be subject to review and approval by the City as a prerequisite to the contract award, and it includes: 1) Present utilization of minorities and females by job classification, :) Goals and Timetables of Minority and Female Utilization, and 3) Specific Affirmative Action Steps directed at increasing Minority and Female Utilization. tCompany Date BY: Title OR d) It is hereby certified that an Affirmative Action Plan will be supplied ' to the City of Renton within five (S) working days of receipt of notification of low-bidder status. Said Plan will be subject to review and approval by the City as a prerequisite to the contract award, and ' it will include: 1) Present utilization of Minorities and Females by Job Classification, 2) Goals and Timetables of Minority and Female Utilization, and 3) Specific Affirmative Action steps directed at increasing Minority and Ferns le Utilization. ' Company Date ' BY: Rev. 9/9/75 Title i iNON-COLLUSION AFFIDAVIT r r STATE OF wASHINGTDN SS COUNTY OF ) 1 rbeing duly sworn, deposes and says, that he is the identical person r who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on i the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any iother person any advantage over other Bidder or Bidders. SIGN HERE: Subscribed and sworn before me this ` day of i19 iNotary ub a in an for t e State of ' residing at therein. 1 - - 1 CERTIFICATION RE: ASSIGNMENT OF ANTITRUST CLAIMS TO PURCHASER TO THE CITY OF RENTON RENTON, WASHINGTON: Vendor and purchaser recognize that in actual economic practice ' overcharges resulting from antitrust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns ' to purchaser any and all claims for such overcharges as to goods and materials purchased in connection with this order or contract, ' except as to overcharges resulting from antitrust violations commencing after the date of the bid, quot;W- -. or other event 1 establishing the price under this order or , In addition, vendor warrants and represents that each of nis suppliers and subcontractors shall assign any and all such claims to purchaser, tsubject to the aforementioned exception. ame o ro ect Name of Bidder s irm Signature o Authorized Representa£i o B�ve i dyer— ate 1 1 ' MINIMUM WAGE AFFIDAVIT FORM 1 City of Renton ss COUNTY OF I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project. I will pay each classification of laborer, workman, or mechanic. 1 employed in the performance of such work; not less than the prevailing rate of wage or not less than the minum have rearate of the wagesove asfspe if ied lng ' in the principal contract; statement and certificate, know the contents thereof and the substance as set forth thereir, is true to my knowledge and belief. 1 �— C NT CT R __ Subscribed and sworn to before me on this day of _ 19_ otary ub rc rn an or the Late of Washington ' Residing at 1 BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ ` which amount Is not less than five percent of the total bid. Sign Here BID BOND now All Men 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, the;r heirs, executors, administrators, successors and assigns, jointly and severa;ly, by these presents. The condition of this obligation is such that if the Obligee ;hall nuke any award to the Principal for _ according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful Performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, incase of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS i DAY OF lg r1nc pa urety 19 Received return of depoaft in tM sum of $ 1 1 PROPOSAL 1 TO THE CITY OF RENTON 1 RENTON, WASHINGTON Gentlemen: 1 The undersigned hereby certif_ that _ has examined the site of the proposed work and ha_ read and thoroughly understcnd_ the 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 undertake and complete the work embraced in this improvement, or as much 1 thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates 1 and prices: (mote: Unit prices for all items, all 1 extensions, and Lott, amount of bid should be shown. Show unit prices both in writing and in figures.) 1 Signature Address Names of Members of Partnership: 1 1 OR Name of President of Corporation 1 Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at Nateroain Replacement SCNEDUE OF PRICES 124th St. N.4'. 5th St. To S. of y, From amount Taylor P1. N• extensions and ord, fi guru all items' a1 ch words �ahail PzE s for s in 11D d wards Unit price Shy u;_it Pz ice or type (Noce: oc�ars the written - bid must b�h�t �{pUNT and where UNIT PRICE S_ CTS. IT PRICED BID DOLLARS CTS• DOLIaR ITEM WITB UN written in words _ APPBOX. __— ITEM QUART ITY Unit=zi�e t�b! NO. •as Watermal - 10" C.I. Ld i97 Install 1. L.F. On1Y or s (Flgnres --1-- $ Pat I;.F. D.I. Furnish snd "'atall ell 2. 25 L•F' Class 52, vate", c 1 Pet b' D.I. Furnish and install T J ) 1, i0 L.F. Class 52, 'Astermain I SPerL D.I. Furnish and Install 4" J ) 4. 26 L.F. o Vatermain Class 5-• ' Per L.F. Select Trench Furnish and Install I S. 100 TONSHater Sal 1 SPeL on Rock 6 25 TONS Furnish and Install Crushed surfacing S Per Ton I Furnis" and Install Concrete 7. 7 C.Y. Blocking $ IPCL C.Y. Valve Furnish and Install 10'• Gate 8. 3 EA• Aesemb Iis, $ per Each Valve EA Furnish and Install B" Gate 9• 3 Assembl iea S Per Each ll 6" Gate Valve Furnish EA and Insta 1 1 assemblies S er ac I SCHEDULE OF PRICES (Note: taut prices for ail item, all eateraions and total aaount of bid . t be shorn. Show unit Prices in both words and figures and where ounflict occurs the written or typed words shall prevail-) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY unit Prices to be Written in Words DOLLARS CTS. DOLLAR__CTS. 11. 2 EA 'Furnish and install 4" Gate Valve Assemblies ' IS Per Each Words) Figures) 12. 1 EA I Furnish and Install Fire Hydrant Assemblies $ Pei Each 13. 1 EA I Relocate Existing Fire Hydrant Assembly s � $ Per Each 14. 1 EA Furnish and Install Temporary 2" I Blow-off Assembly 1 $ Per Each 15. 2 EA Furnish and Install Service Connections S Per Each 16. 2 EA Furnish and Install Retap of Existi g Service � S _ Per Each I 17. :..5. Rebuild PRV Vault Lid and Rehabilitate PRV System Per L.S. 18. 35 S.Y. Furnish and install 'Class B' Asphaltic Concrete Surface 1 Restoration Per S.Y. s sadder agrees to Perform all the wort described in t1a CONTRACT DOC KNTS for the following .nit Prices or lump sw: SCHEDULE OF PRICES NOTE: lids shalt include sales tax and all other applicable taxes and fees. faracr: twat pra�s for all it"", all eatarasitwb and tocal •mount of Dad wont M s!wwn. Show wut Prices in ouch wards and t&gurrs and wherw volliec aernrs Cr» written or tvpod words sDal! ,rovail.1 1TEti APPROX. ITEM WITH UNIT PRICED AID UNIT PRICE AMOUNT NO. QUANTITY wo.c prates to hw orsccen in words DOLLARS CTS. DOLLARS C:S. SUBTOTAL ! 7% SALES TAX _ ITOTAL _ ! THE INIERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORM ON THIS PROJECT, IF AWARDED HIM, NO LATER THAN TEN (10) DAYS AFTER FINAL EXECUTION AND TO COMPLETE SAID WORK IN THE TIME SPECIFIED IN THE CALL FOR RIDS, DATED AT Twits DAY OF ACKNOWLEOCEMENT OF RECEIPT OF ADDENDA: ho. DATE No. DATE No, DATE No. DATE SIGNED TITLE NAME OF COMPANY ADDRESS TELEPHONE CITY OF RENTON STATE CONTXACTOKS, YUSINESS LICENSE a LICENSE e KNOM ALL MEN BY TNES BOND TD THE CITY OF That we, theE PRESENTS: RENTON undersigned and st .c. Pal, and become ofirporesti u oety,n, and equaliFi aws of the St 1 on Ond Of the I e of which sun ethe iPenal sand severally actor's wwith nuni State of b ratioas a8saar Zed to trato on deman n °f 8 ld end cipai shin t surety Per bind rmlY bound ation This obl or so°al representatives es and ou rl s c and c`u pahh City of s of Washi�gto ron as enter , as the case censomayrs, hei,, Payment of jI ed at e the of Ne,te thele.ss`'O Washi ngtont, this City aofeRe tone statutes of the State WIl , the conditio forREA S, under and Of to f the above ob1� day °f �� ly' Ordinance (or igation a stch that: ' (which contract _ Resolution) No. 229j Providing attacned hereto is referredWHE ), and to herein con manner and ndt Unde r.ct, the 'lid ptakc �Paal has ac Pte and is made a Part hereof as t'1-h� an i IS e ceotigh he jSha THEREFORE if tthe time set fforth he work rtherebn uF ro°idecept, thefa I ss. mann fully aid me h e samayh ythin nd I Per 0 gran form of me lthef the Provis d for in the id ' supply lsaid sub contract,"Principal uder said nco et forth nso of said contr act in the arryin at any 10 on an°mcarelesContract s or odamagt,o ork,d con and r,Sshalrac l w it Prow.11 pleillrsonsl lwhoaborerss of the Or n the Or ne 11 , Slone hall ' °f Perfor of 1Renton Pharormance ofn da he Part p,f ssa ao rlproperg enton harmless C:ty evel in ' �oty rher of iRw thinon,the Per matillFo nworlcm nsh t con ract oo efp use byr in e rota£ and any ld f wise One ' APPROVED asi to hall the,be nand ln tremain yin at eeFulfthis lobl 8atpt n ets Dr rfOrled under s said APProvedo 1Pgality; l force and effestall be vo bd.' the but I of ) CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this _ day of 19 ' by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" ,:Ad hereinafter referred to as "CONTRACTOR." W_ IINESSETH: 1) The Contractor shall within the tims stipulated, (to-wit: within _ working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall ' complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. _ for improvement by construction and installation of: All the foregoing shall be timely performed, furnished, constructed, Installed and completed in strict conformity with the plans and spec- ifications, including any and all addenda issued the City and all other documents ,ereinafter enumerr'^I, and in full compliance with all applicable odes, ordinances and regulations of the City of Renton and any other governmental authority h,ving jurisdiction thereover. It is further agreed and stipulated that ail of said labor, materials, ' appliances, machines, tools, equipment and services shall be furnished Contracts Other Than Federal-Aid FHWA 2 of 7 and the construction installation perfor•xd and completed to the , satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all require- ments of or arising under the Contract. 2) The aforesaid Contract, entered in..o by the acceptance of the Contractor's bid and signing of this agreement, ,:onsists 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 1 3) If the Contractor refuses or fails to prosecute the work or any part r thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed , on Accou. • of the Contractor's insolvency, or if he or any of his 1 Contracts Other Than Federal-Aid FHWA 3 Of T subcontractors should violate any of the provisions of this Contract, the City may then serve writter 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 a any provision of the Contract shall cease and satisfactory arrangement ■ for the correction thereof be made, this Contrast, shall, upon the ■ expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, Provided, however, that if the surety within fifteen j15 days after the serving upon it of such notice of termination does not perform the Contract or does not commence rformance 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 nrthod it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be iliable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing ' said Contract such materials, machinery, appliances, equipment, plants and other properties telonging to the Contractor as may be on site of ithe 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. Contracts Other Than Federal-Aid FHHA 4 of 7 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify , same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legbl expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out Of any occurrence, , omission or activity upon, on or about the premises worked upo, or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or un- patented invention, process, article or appliance manufactured for use , in the performance of the Contract, including its use Cy the City, unless , otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party ' to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement Of any of the covenants, provisions and agreements hereunder. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giviq such notice or by its duly authorized representative of such party. Any such Contracts Other Than Federal-Aid FFNA 5 of T notice as heretofore specified shall be given by personal delivery ' thereof or by depositing same in the United States Tail, postage prepaid, certified or registered marl. 7) The contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the ' full performance of the Contract not later than __ working dtys ' from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum. of _ ' as liquidated damages (and not as a penalty) for each such day, which ' shall be paid by the Contractor to the City. 8) Neither the final certificate of payment nor any provision in the ' Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship, 'he Contractor shall be under t" 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, and Contractor shall be Contracts Other Than Federal-Aid FHWA 6 of 7 obligated to take immeciate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the 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. 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 labor on the construction project under this Contract or furnishing materials in connection with this Contract; , said bend to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be ' duly licensed as a surety in the State of Washington. 11) The total amount of this Contract is the sum of which includes Washington ' State Sales Tax. Payments will be made to Contractor as specified in the , "general conditions" of this Contract. 1 Contracts Other Then Federal-Aid FHWA 7 of 7 IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. ' CONTRACTOR CITY OF RENTON D-resi ent artner er yor ATTEST: ecretary City C ark d/b/a irm ame Individual_ Partnership _ Corporation _` A Corporation State Incorporation 1 ' Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the city and made a part of the contract document. ' If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name: any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. i 1 1 i 1 r r i i 1 1 1 i 1 1 1 1 ' CONTRACTOR/SUBCONTRACTOR G`,CY REPORTING PLRIOD MONTHLY MANPOWER UTILIZATION REPORT . .► . Month; Year: 'To be submitted to the City's Project Goals and Timetables as coaaattted Engineer during the let weak of following g N'C� in Contractor's Affirmative nth while contract is in progress. Prime Action Plan t Contractor is responsible for obtaining and or per City's Plan 9.1 9 submitting all Subcontractor Reports. T0; (Yaae and location of cougllance Agency Dept.) Fro®: (Neese and location of contractor) This "port is required by Executive Orde: 11246, Secti 203. Failure to report can result in sanctions which include suspension, termination, cancellations or debarment of contract. s 3 -- . on s g, 6. aino- Total . tal York Hours of Ewplaysent (See footnote) rity euaber caber of of C1sss1 a• e. a .e wm of ainorit Employ. a Nle- ar. MSm/ otal total Employ- eee .red* flea- To to Black ndlan fae8lt Ta- wyh aes y CnmDvly'a Name (1.D.) Lion• panic Island .ale C A Tr A Tr A, Tr Tr C A A. Tr Tr 7. Ceeyatty Ctti ela l'a signature an ,Xtie Date Signed rT eleyhom reaber Snelude Area Code) R1. 11/77 (.Males s Females, aeN(inorities c Non-minorities) page _ of 7/80 (Submittal Requirseents i City'a Goele/Timetables) I INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT (CITY OF RENTON) i The Employment V,!lz&tion Report is to be completed by each subject contractor (both prime and subcontractors) and signed by a respansible official of the company. The repots are to be filed on the day required, each month, during the term of the contract, and they shall include the total work-hours worked on the project for each employee level in each designated trade for the entire reporting period. The prime contractor shall submit a report for its work force and shall collect and submit reports for each subcontractor's work force to the Compliance , Agency that is funding their construction project. Reporting Period . . . . . . . . . . . Self-explanatory , Compliance Agency . . . . . . . . . . City of Renton (administering department) Contractor . . . . . . . . . . . . . . Any contractor who has a qualifying ' construction contract with the City of Renton. 1. Company's Name . . . . . . . . . . Any contractor or subcontractor whc has a , qualifying contract. 2. Trade . . . . . . . . . . . . . . Only those crafts covered under applicable ' EEO bid conditions. 3. Work-hours of Employment . . . . . The total number of hours worked by all ' employees in each classification; the total number of hours worked by each *minority group in each classification and the total work-hours for all women. Classification . . . . . . . . . . The level of accomplishment or status of , the worker in the trade. (C - Craftworker - Qualified, Ap - Apprentice, Tr - Trainee). 4. Percent of minority work- ' hours of total work-hours . . . . The percentage of total minority work-hours worked of all work-hours worked. (The sum of columns b, c, d and a divided by column a.) , S. Total Number of Minority Employees . . . . . . . . . . . . Number of minority employees working in , contractor's aggregate work force during reporting period. 6. Total Number of Employees . • • • Number of all employees working in contractor's , aggregate work force during reporting period. • Minority is defined as including Blacks, Hispanics, American Indians and Asian and Pacific Islanders - both men and women. , RE UIREMENTS FOR THE PREVENTION OF ENVIRONMENTALCES POL ' In accordance with the provisions of Chapter 62, Laws of 1973, H.B. 621, the Contractor shall secure any permits or licenses required by, and comply fully with all provisions of the follow- ing laws, ordinances, and resolutions: K t Ordinnc e o. 1527 requires Building and Land vsa en Cnunt onaNny raulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design stand- ards to be incorporated into project design by Engineering Services. Reivew by Hydraulics Division. County Ordinance No. BOU No. 900 No. 1_006 and Resolution No, o. o--ZI83`S�o.b-B�endAe•TrFd��ontaoned D ing County o e it es and -16-are provoston'sTor disposi- tion of refuse and litter in a licensed disposal site and pro- vide penalties for failure to comply. Review by Division of Solid Waste. ' puget Sound Air Pollution Control A$en_cy Regulation I: A regu- lation to control the emzssio—T n of—airr contaminants from all sources within the jurisdiction of the Puget Sound Air ?ollution ' Control Agency (King, Pierce, Snohomish, and Kitsao Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.94. ' WASHINCTON STATE DEPARTMENT OF FCOLOCY W.A.C. 1802: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically re- port to the State information concerning thes:• emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. R.C.W. 90.48: Enacted to maintain the highest possible standards toensure Vie purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protecting; rf wildlife, birds , game, fish, and other aquatic life, and the industrial development of the State, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of 55,000/dap for each violation. ' R.C.4;. 70.95: Establishes uniform statewide program for handling so Tic—wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under ' the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. MASNIN�pON STATE R.C,'_� DEPARIIyENT OF NATURAL ap6s04.370: provi --�RESO� U_RCES hazard (areas°ofwhtch es forcamP abatement of I F Ible i o additional is forest debris)addit1pnaand ire haz- ible ands and Fire is full y liabih001 grounds).hazard near extreme f. PTOPertY on which ae in the evet The owner andlding, roads re , R.C.W. extreme fire hazard starts u or person R�WAe't o4.0o0estDfiressore forest r,latiegetosthe spreads QesPons- �att 8 94.460: Provides fir con Suppression cr silviculturaleOPer on of for iss e R.C.W. )6. Perations, forest fire ahazards, insng Permits for c ee.n� 041310. S truction or ' satisfn9 r�g�t'°f-watzpuls-es that all departmencleartn9 oracuttinlns Y hforestldebrdsIn burnnorcdisrtn8 land or burning permitsSFecifyg and ginscom , or cut at suchepnosasorapidither ' y as grave• 18.44; Laws Pliance with CheOther timesua. the vernin Id inspectimons�fppPeratop perati nborecwePMining (including sand ring , a nTr-1 18; Delineat ]ama[ion Plan,ich p6ond ins for' , W.A.tb 'nd—'�j.24 Ma 'on.Codifiese. all requirements for surface mined ' 332- S. Alwy eCORpg and burning. of R•C.W. )6.Oa U�� , Sec �"`—S OF ENGINEERS Pertainin}� .Sect I of ver riveIrer e Ri anyot thrthOT-A—a and tioarps otA-ct °f June 13 Persons rmy an , specificati eir own expense and trisk �rin mnP improve issue permits rto Section 404 of Pon aPProvalyofathe p le of`f d�dgedeo orpathe Fed uof r es taeerecie�ution Control the plans and disposal r fill mes. ate ginee rs, to iss ry o t ue c-grm Apt-PL92-500 nto shelldiscafish Will bedshand waMISC t Isc 8d eff , Sectio--ANE�'FEDERAL LEGISLATIOy area and wmjdlifenici aorwiezr 11 eetionalsareas. waovl es t of at the River and Harbor , ted tionmof th Cf. Mpla inta COtwith'ohe751PunishablermMtr into ch �n va g' ]e 1' S• AttorneyyandnSha Any citi - ' re a por- -2- t 1 OPE'�'I�D F�tR THe KI-�, CCUNTy BUI PROJECTARE O Kin 'LDIHC ,tND 1 AS FOLLOWS: apermjtount Resolution D DES- ELOPNENT DIVISION O refuseted cdisposallsuehgasrasph811lncludin8sbor_`borrow u~s � use ouant to these sites and Plants unclassified of Public Worksand orivit. P Provides for, ro k crushers)na associ- ng O b reclsmat - B?Le es Manaore enest Actt1971nr oLandsDevelopment availableapi�isio partment equires a Permit O co nttg and and Devel p nt Divisuired io forPub ic lYorksonstruction Kin O ex es- graveOT p Lsnce No. 1sB8 n. and reviewed me�tpt on DivisyonntY right-a'fn quarryingsa Permit for grad' W.4SHINGTON gT Review mining operat- land OATE DEPART by Buildin8 and Land sDevelop_ Chester 112 DEPARTMENT OF FISHERIES AND G Prolec- - Laws o �..� O s• Ring oZ,•-^g49: Requires draul ToN h'..t.Cy173 220,TReEPAR Mbepartment ofT OF ECOLO }YPibliccWorksrmwillnoCertabtainin Oal pollutant rmitres ion inL���l O .Lets lnt 2, heP bef ne m18ibleore w terscofrtheoSteOl ofantsrfromlamination Wash n. Pit IwA'cepcont or UrfaCe "charge commercial ainsaturb dy Op rator goDuwhiwaterch (suchoastndusirial waste O 508-12-100: results in agravel discharashin&. keA6�_508-12-190; Requires permit to use discharge to chanewe Y ge the [Tie peRequires tha surface water. wal anges to Permit, n ou Os Of Ecol I AhCdra 08 1a2a220pthepdiversionhuen' ofe p eaLoerofgy husenever ratthe iordesir,.d water use ' water sto 0: Requires permit to use ground point of wat O W A.C . �08 12-280: Requires Permit permit to Construct reservoir for 50, -60 O Contract,rne King CountperjsPt to coo construct storage dam. T e�- quit nstr ic Works uct in O ures one for hisloperations(false oeaForte fdesa8n. rk desi n etc.) PERMITS REQUIRED FOR THE PROJECT - Continued WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES , R.C.W. 76,04.150: Requires burning permit for all fires except , or small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170. .6.04.180, and 70.94 due to exteme fire weather or to ' prevent restriction of visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchant- able timber. R.C.W. 76.08,275: Operating permit required before operating e power equipment in dead or down timber. R.C.W. 78.44.080; Requires permit for any surface mining opera- tion inc'--fading sand, gravel, stone, and earth from borrow pits) . t UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3 Requires permi r co oofetanrigas,to nstructin r —se— . Coast Guard administered permits) on navigable waters (King County t Department of Public Works will obtain) . FIRE PROTECTION DISTRICT R.C.W. 52.28.010, 52.28,020, 52.28.030, 52.28.030, 52.28.050: i Provides authority for, equtmen'---re is 6f—, anU-penal-ties or Failure to secure a fire permit for building an open fire within a fire , protection district. UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3 1899 General grid e Act o Marc , 1906, and�Genera ri ge Act o b 'as amenTee u us 5 Requires a permit for construction o bridge ridge on ' naviga a waters (King County Department of Public Works will obtain) . King County Department of Public Works will comply with pertinent sections of the following laws while securing the afore- , mentioned permit : Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement .Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY , Section 9.12(d) (IIjjRi ) o17R�egulation I: Request for verifica- , on off' popu an on--`density- I-ontractor should be sure his opera- tions are in compliance with Regulation 1, particularly Section 9.02 (outdoor fires) , Section 9.04 (particulate matter--dust) , , and Section 9.15 (preventing particulate matter from becoming airborne) . -4- r PERMITS RE SUJRED FOR THE PROJECT Continued ENVIRONMENTAL P ROTECTION AGENCY 1 Title 40 Cha ter Ic, pa erect on gooey a notiti�l5 daquires that the Environmental any structure contain. a ys Prior to the demolition ofstructures havingg asbestos material fewer than S dwelling (excluding residential The above units). requirements will be applicable only where ' on the various road projects. called for Copies le these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Dire Works, 900 King County Administration Building, Washington, 98304. It Director of Public tractor to familiarize shall be the responsib�liteattle, e Con- t All costs resultin himself with all requirementsftherein. and no additional g therefrom shall be included in the Bid Prices compensation shall be made. All permits will be available at construction site. 1 t r 1 1 1 SPECIAL PROVISIONS 1 0 1 ARA STAkw*,Spum CATim CITY CE RENTON ' SPECIAL PROVISIONS SiApARC SaEtIf ICAL]OtS The Standard Sdecifications for Municipal Public Works Censtruttlsh proWrla by the Washing- son State Chapter of the AYricah Public Works Association. 1951 EeiNen, shall be herty. After referred to AS the -Standard Specifl CatlenS' and laid lOKificstions together With the laWt -f tot State of Was-ingtOr and the Ordihances and Charter of the City of Renton, so far as eapli"ble, art hereby included in these specification$ is though outt" in their entirety ead Sul apply "beat as aMMah. V tv"Isadad by the Speclai provisions %Mein. A COPY of these Sunda" $pecificati ont it 0, file in the office of the Public Works Director. IWio"I 6..11ding, Renten, Washington 96055. where they dry be e.amined and consulted by ary interested party. mWever rerMMCe if "de im the $tamoare swificotlpnt to the Lbntr, Such Worm, Shall be cpnstru&I to ow, the City of Lentor, and where reference it Yde to the Englmeer. such reference shall M cohstrutd to swan the Direct,- of Public Yorks, City of Renton, or is ' d.ly autnt+•tea renesortati.e. AM flip Special PrOvis:onS hare`wfte, Contained shall be in addition to or Shfl� aerie provisionj of the Sta^Ga•C $pec•ficatiC-s in cerflict therevitr wtadings LO parts, wtiont, forms, articles and SYDarti Cles are inserted for convenience of reference Only had SL11 hot Affect the interoretat40n of the cor:ract documents. ' SC'hID'• 1 1-1.5C - Act of goh 'Act of god warrs•an Mrthevoew. flood, CYCIoha yr Other Couclylmic PNenOPehon of mature. A •din, wihostorc, high Wter or other natural ae.nmensin of io "l intensity for the lbeci- fic locality of ten Yprl. WhiCh might 11ea30144bly I*" beer anticipated fror historical recpras ' o' Ste general locality Of the work, shall not be Construed as or. Act of God, I-, !, - $noo Drav'.ndf The ter* 'Shpc DrNings' shall refer to the Pictorial desc•iptiun Of the details Of onspoled mote•ials, eQ+ipwen:, methods of installation, or other Comitruction prdpared by the Con- t•a:mr, a SUOcp^tractor or a eonufActorer and sYYvitted for the approval of the Owner. •L 57 Dr Edaa` uhe•t the it, 'car Equal is Ysto ",air, the Over. or the Omer Or reCoalMndatior of the Eng--"r, 6ha': be the sole yuor 01 the Quality and suitability Of the proposes substitutio•. t 1-1.$3 - Approval ins term -Approval" shall waft approval give by or give, properly or the behalf of toe One.. 11 OF of Gifil- at ov C t �p1S yppCt9.IRi`- •15q 5°ns e°p i t ey to tireE a*t•arpp. affect ect 11 '\ ,. .t. lt5r ors eenfe t�e`Jagq„t7o°q VA l° s. melt°'" `cnele�a'�`50e ritrtns`- koe t°a ~�5',s ply, S.Cf/41'Ott s OrwE tt',e w�`� tt5get10r t "'SO /ece ."* �r��lot C�gitt OftiMe�e of C�lett rea° tre �riaeE t0 id t the ar frt/ ,tl ' *ft�r�ctorY�"Out tM CarletfM�t.tetcNE f\15M wSN ate sic enG a M'W D�yo\1 loa repo M+y"irgt°,ak t.m. on Me .rtt M n5n y of los (,\tY a, Renw t\l 2:OD ° c T:.1T ' ° 15 sire FeY n"e Wsn\n9t° kNI OR filer..�. tM to pert,° fled ` ell yCMprNs of Wc%s. f tart.ect r511 Ee pest �rp5ng�pceated, , y5;1 M d i CITY OF RENTON AWA STANDARD SPECIFICATIONS ' SPECIAL PROVISIONS Es CTIDN a ' 4-1.05 - Procedure and Protest by the Contractor Any questions arising between the inspector and the Contractor Or his superintendent of foramen as to the meaning and intent of any part of the Plans and Specifications or any contract document, shell be immediately brought to the attention of the Public Works DirK- for or his rpresentativn for interpretation and mQjusbment, if ""anted. Failure on the part of the Public Works Director or his rpresentative to discover and Condemn or reject imp-oear, defective Or inferior work or materials, shall not be construed ' as or acceptance of any such work -r materials, or the part of the improvement In which the same fay have been used. To Prevent disputes end litigation, it is further agreed by the parties hereto that the Public Works Director or his reprtfaltatire shall determine the quantity and Civility of the several kinds of work vibrated in these improvements. Ne shall decide all questions relative to the execution of the work and the interpretation of the Plant and SpKifics- ti0ns. ' In the event the Contractr- is of the opinion he will be damaged by such interpretation, he shall, within three (3) days, notify the Engineer and the City Clerk in writing of the anticipated nature and mount of ..* damage or dasages. Time is of the essence in the giving of such notice. In the event an agreement cannot then oe reached within three (3) ' eays, the City and the Contractor will Seen appoint an arbitrator and the two shall select S third, within 30 days thereafter. The findings and decision of the Board of Arbitrators shall be final and binding on the t partial, unless the aggrieved party, within ten (10) days, challenges the finding, and decision by serving She filing a petition for review by the Superior Court of King County. Washington. The grounds for the Petition for review are limited to showing that the findings and decision: 1. Are net responsive to the questions sutmitted; 2. IS contrary to the tenor of the contract or any component thereof; 3. Is arbitrary and/or is Mt used upon the applicable facts and the law controlling the issues Submitted to arbitration The Board of Arbitrate-: shall support its decision by setting forth in writing their find- ings and conclusions used on the evidence adduced at any such hearing. The a-bitratior shall be conducted in accordance with the statutes of the State of Washington ' and court decisivas governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the Beard's majority opinion that the Contractor's filing of the protest or action is CapriciWS Or without reasonable 1`00dat`on. In the latter Case, all costs shall be borne Sky the Contractor. The value of any suit shall be in King County. Washington, and if the Contractor I$ a non- resident Of the State of Washington, he shall designate an agent, upon whom process key he served, before Commencing work under this contract. 4.1.10 - Use of Materials Found On the PMJKt All Salvage material as noted On the plans and taken free any of the discarded facilities $fall, at the Engineer's discretion, be carefully salvaged and delivered to the City Yard, All Salvaged water mains, fire hydrants, valves and appurtenances, catch basins, storm and senicery matlfole Covert shall be $alleged and delivered to the City Yard. My cost incurred in Salvaging and delivering such items shall be considered incidental to the Project and M Cmgnsation will be made. ' 4-1.12 - Waste Sitar All material designated by tha Edgirm r to be MStW shall be hauled, dumped, and spread it the locations Wle.ted ey W Cantneter. ' The Ceetracter Shalt save the responsibility of obtatMng his own waste site. All work inclu- ded 1%Shia ANCtiail Mall he mensidered to be iepideetal to other items of work and no further emwotim will So aMa. 1hP i to takem t0 1101 eNte rite Mall be saietained Solely by the Contractor in a manner as elecribed haler: CITY Of RE,TON APIA STANOAAD SPECIFICRTI0NS ' SPECIAL PROVISIONS SECTION 4 (Continued) The Contractor shall be Prepared to use Meter trucks, Power sweepers, and related equipment :long necessary by the City Public Works Director to alleviate the Problem of lost spoils along the route. Prompt restoration of the rPote is mndatory. j-7.13 - Time or '.gmletion ' The Contractor is exacted to diligently prosecute the Work to cnpletion in all parts and requirements. Provided, humaver, that the City Council shall have the right upon request of the Public , Works Department, City of Renton, Washington, to extend the time of completion Of said work. NO extension shall be valid unless the same be in writing and accompanied by the written con- sent to such extension by the surety on the bond of the Contractor. Tiro lost in replacing improper work Or , mteri at shill not furnish any grounds to the Contractor for cle tmi rag an extension of time for the completion of the pork, and shall rot eel Nse the Contractor free damages or liabilities for failure to complete the Work within the time required. 4-1.14 - Hours of Work ' The working hours for this project will be limited to weak days during the period from 8:00 4.e. to 5:00 P.M. The hours of work my be changed at the discretion of the engineer when it is in the interest of the public or the contractor due to reasons of safety, health or , welfare. 1-1.15 - Field Office The Contractor shall furnish and maintain a field office to be used by the City's representa- tive at the site. The "field office shall be a mobile office trailer with minimum plan dimnsions of 12 feet x 30 feet, The field office shall be well ventilated, light", heated And supplied with hot and cold "ter AM toilet. The trailer shall be insulated in the floor, malls and ceiling. Skirting shall be plated around the trailer after all the plumbing and electrical wiring under the trailer has been hooked up, The field office shall be located as designated by the Engineer. The field office shall be equipped with the following equipment ac a minimum quantity one ' office desk, one - 4 foot x 8 foot throw table, one desk chair, one drafting stool, one drafting table, three chairs, one thret-drawer legal sire filing cabinet. All costs for the field office shall be included in the item "Nobilitation," luny See and co further com- pensation will be rode. The Contractor shalt install and maintain A separate telephone line with two phones for the , city's representative and Day all charges for local calls. The aggregate of all toll cabs above $25.00 Per month ri'1 be paid by the Engineer. The Contractor shall Pav for all electricity, Meter, heat and any sewer charges levied against ' the trailer during the life of the contract. The Contractor shall remove all garbage from the field office at least twice a week. The field office shall be maintained throughout the con- struction period and shall be resolved from the Protact site as directed by the Engineer. 4-1.16 - Contractor's Copies Of Contract Docoalosts ' The Contractor will be supplied by the Omer with 5 sets of plans and specifications. At least cne complete set of contract documents, including one full site set of drawings, shall , be kept at the site of construction in good condition and at all tiros available to the Amer and the Engineer. Additional copies of the contract documnts, if required, will be furnished by the Owner At net cost of reproduction. i CITY of AEeroh APWA STAK WD SPECTrICATIDhS SDECIAt POEM* 5ECTI(A 5 Ljt 03 • Plans and Working Drawings The Contractor %ball fgrois` all tlrawingt, a,acifigtiohs. dascriptive data, certificKes. [voles, tests, aathods, schedules, and Mnufacturtr's instructions as specifically Mutred in the contract docueents, end all other information as my reasonably be rpuired to dson- atrate fui y that the Mteriels and KOPwent to be fcrnished and the awthddi of wdrk comply with the provisions and intent of the specifications and drawings. If the infoM tlon Shows any deviation frdw the contract rN bYrants, the Contractor Shall• by a ttatenent in writing ItcdlVanyirg the information, advise the Engineer of the deviation and ,,to the Mason there- s fore. 1 1 t CITY OF RENTON APWA STAN CAP D PROVISIONS SPECIAL PROVIS30115 SECTION 5-(Continued; ' Sol - Construction Sot-ii The Engineer shalt have the right to mute Mserwc'e changes in the greats as they are sndwr. ' on the dr"ings. Orcdes will be stactishkd h. the fa• of offset stakes at distances rat greater thin 50 feet, set in advance of the wort. Whenever work it in progress. the Can- tractor Shall newt 1n his employment a w,,rker competent to set a oattn board or Other Con- struction guide from the line I" grace states glean by the Engineer, ' Such employees Shall have the duty Intl responsibility Of placing and maintaining Such Con- Struttilm guides. A bitter board at with an ,gindH'S level Shall be "to for all liMeS Nt on A grade of 0.504, or lt&t. at (must three better boards shall ramuin in place during Pipe laying Operations. If, ti0ocgh the Contractor's negyligence. any stakes Shall be destroyed an] r"ui•e resetting a Sun Shall be deducted irce the Contractar's final P4^,t Mutvslent to the extra cost in engineering regored for such replat,mnt. The laser Method Of establishing grade My be used providing: ' 1. Request for ash KUIPMeant and Method of Operation are Submitted for City review and approval at least fire days prior to use. E. Grades are checked at least once every SO feet a" At least 3 tims daily by can- ' ventiordl Methods. 3. Proper anChpring of pipe is performed in locations Where A box ii being used for t excavation. The contractor Shall arrange his work to allow a reasonable tim for the setting of staves for the next phase of his operation to present work delays while waiting for construcrior. guides. ' The following stakes Will bt set by the City am time only: a. Slope Stakes ' b. Subgram blue lops C. Curb and gutter elevations d, Elevations for pavlog muchine e. Stakes for we term j,S and appurtenances f. Stakes for Stormd rains g. Stakes for sanitary :carer I'm Contractor shall assume fins responsmtility for detailed mmensipns, and traoferring II0k&tionS 01 him"lament5 measlred tram such Stakes and MrkS. ' Delays by reason Of lack Of st,aet or a request tine for survey less than three days are dt"d A risk t0 the COntliCtO, And Shall hot Of the basis for claims for additional Wnpen- Sailor Or construe Lion tint. Ail Costs for the Contractor's surveying shall bi considered incident,! t0 other bid items ' it the M;OSaI, and n0 funnel cliv APSation will be Moe. 5.1.12 - Final Acceptance ' Tie Contractor shalt notify the Engineer in writing Of the completion of the work whereupon the Engineer Will promptly, by personal inspection, satisfy himself as to the actual Cam. pletion Of the work in accordance with the term& Of the contract, and Shall there,W, rKMmnend to the Owlev that the Work IS acceptable. Final determination Of the acceptability of the work Shall be Mot by the Omer. 5-1.15 - Method Of Service of Notice (mitten notice shall be deemed to have been duly Served if delivered in person to the individual, ' 01 to a Partner of the fit. or to an officer of the corporation or Omer or to an executive official if the Owner is a governmental Way, or if fart by Registered United States Phil to the business Address shown in the contract docunmts. , 5_1.17 - Errors and Omiss,,,s If the Contractor, in the course Of the work. becomes "Art Of any error& Or missions in ' the contract docum,ts Or in the layout as giver by Survey paints and instructions. or If he Decors Aware of any discrepanty Otter the Contract 00cunents And the physical conditions of the locality ha shall inlnedlitely inform the Engineer and the Engineer, if he ah mi it 4W*$Sary, Shall rKtifa the Miter And advise the Contractor accordingly. Any work done after Such discovery, until authorized, will be Whe at the Contractor's risk. ' CITY or "Ok r gol S?MW. 1SPECIAL pa0,;SSpy5If1C4TE0IS 1 T10N , r • u4 1 If all Is,, in r oaf°af'neo a�Au�fon.Ttontsa =aU aoe*t of in, c In; . W thr oaYhnt the ,E. .e Tu oMttinctiM of SaoSM:•tfor. , road r SNI?f1 kiNStandard i^ his Onlffp 7t on all Divfl.,,of CMai°4°t°�fof WsMn�gs°pr�e"t r T•°la t4faoo nf•M oe aL So, aryye p•a'byi road cMstr tlr�cases, "Wsnf^G 4, that Must W Mfo. r1n"f 4tipn Tacilf. "g2pn Sta4 Ales To. Inc dental 4itnlMMp°r°o7K and n c°4��c V S&Mthe °ea fShall a into fell° officbe e. All r All c VOe. Skill °e can„ ecoentef of ' giants tMr efjftithe inr Me CcAl et SutcMtrlcto.y� °treo In:i- 4 iftat Left ef o and state bd ng4 for (cnfil MS i,aedt / al Ieafy of 11o4r eeniMjas�}Edition taYy4eMer! r e. 't"Y 9Pos3 r title /t Ilcenyy~4'i LMt It Ms'd' 49Mt, 47atfo. Vj&tjdAk Miiraraa in Dees: of the legal Wight "ra Contractor, in , oroyett.Tits tt0�M /uoS/cyW11 oa tpprtea 4 the lffKted lw MrprcaMert r loao lfli ts. rq Me rMicla nos,D"ale Mfan9 o1 all W°1 1 Tf . Wes the pelfMac. , too Wight aAd fyaentea the pelf, rose of woos 's Contra fpt c.n Mc'tt 117 d thesche y e°of �M f ib #"a lrygut/ct mall Mrie locc,"..c0, gocntnict lnyrolo sr, fp.tpaMr",e fn. No"be t."Aw: as getarinf"go rates far °f the 0aoa to tM oryrtsfoea Mr And y the She r tetlA Ofa6InGsM p.at Will tc tort iMIIO T yDY! arwrt tpfeNlttarpMyr rtfcM2 0l�t �"A�elY s +r car,, the a tr M! rtctpeyc a, In* ina act lrgeryp Of air, soeciflwty enargpi lt�stt ras with tMe ant "go ilnt id es. Yp^aa^t Ism",I1 of ran 7 •aye rates rtl7 A COVY oat♦4Litaa'a"t of3lntML o0ft talk fQllaf,q-j,�aafo etmct,,drily ie 3fo1 ku 19•12.040, arlt clan of the to ANY or" flinga to i1 "aa r°tr°deress fM Veto"""t Of 11pOr 1�7rMuytr f3 Wplr tN! Labor Pelfor of in. Me 4rcrMo. may qase Spud, ar it to VYEDe IYOs y rya cow"'t 'UtiaNirtan of trio of At Umsent4 not at am the ravelling be 11 ' ufe"0D Eand ng�eand 7n°arl-st'i"o� Snk State ltllft the efar M nsted 3na lolorpe Parties f0 epry o 9a 01 (r7Eacn98E7t actor ieafth "o eanrc9n am ltine, arerrea in tki'oraYsp[e s.t pro^le1C fo�apyf O,,f)9 go.12+stiOn Nn0�Dir MCI�io,e author tract. ' �oearifesatyrs ltf filed fringe ki f:ttbarttftent f Loboll ,lava '"'tStote�"t o+Mgt Ojenoe tt 61 the oas to in re.411,4 ycotratttoabe Ytflite�revoil- al Soloing, EY CITY OF R[Wty. ANA STa1CAR' SPICIFICATIOM ■ SPECIAL PAOr1SIM SIC'1Dh 7 (COntinuec' e :ndus;rhl State%ticien of the De 'r t of Labor A Industries. 14 the Wage rates !tore Correct, the Industrial Stat'gticlan will iswt an dcin loag~t of approval to the ' CO"trtttor anp/or subcontractor with a copy to the owtraing agency (Union). If any incorrect Mgt rates ara Intl upea, the Car tra;for andlar Subcontrsc to- wi II be not l IF l as of the corrt;l rats by ire Industrial Statistician AM approve will be withheld unit; a correct SUtnne is rocel'tc. Receipt by the oWnt• of the 5F g662 fore for CWtractor and All SYbCwt,pCtors, duly aoarove: ' by the Dewrtnlert Of labor end lrduitriAS, will be a prerquisftf to the m^rt by the oiler of any S`s doe the Contractor. i For a attract se excess of SIC.WC wait% shell include: .DO the Sute^e^; of Intent to Nap Pravdit ing 1. The ContracU,�S registration, certiftate hunter; an.- 2- The pr -411ing rate of Wage for each class+fuanor a- workers entitled to prtvbiling wages Order At. 39.12.02C, an. 3. The n.lepen of workers in eel" cla SSjf[atic, , Loch MAW Cilia submitted by a Contractor for Payment pas a project e%tiMLe shall state the. Prevailing "gas tee Aeen Paid in accarame with the Pre-filed SUt~%or State• pelts of lntert of file with the DmrtMrt of tabor And Industries as approved by the ' lhdustrial Statistician. Affidavits of Wages Paid (SF 9843: sera to a filed with the State Treasurer• or the Tne- sure• of the County Or PuAttipai Corporation er other office• or person Charged with the Custody and O'Sours"At of the state or Corporate Put" aS the Use My be and two (2! ' CODUs Of Nth Affidavit are to a filed with the 01"ICtOr Of the Deparlownt of Labor And Industries. Attention: Indust•id' Rel atixs DtSiI1". 1601 Second Ave_. Loattle. WW- Ivan era;ti¢abl e, affleev Is' Ponsel ing U A Particular Contract should be Sutritted as PaCragt Filing of all applicable SF 9903 ft'i..a WItr the toner (After DAairt*rt Ce Labor and Indsbils tfrtf fiC121pn) will Of A prerec.+site to the release of Retaihege funds to the Ccrtractor 7.1.11J - RKOHs and Retorts The Contractor will be required tc Cofglett and %uorit the follming doc~t before Progress an- nr final OAynents to the CNtrACtor will be oporOvec by the Public Works , Director: I. Etcr Mntr • City Of Mortar Aff irMtive Action Repaint for Contractor/SubContracter (f'pnthly MnPaWer U10112kti Dr *Room) ' ease Older .ill furrisr Thest form to the Prim Contractor during proeonitriction netting. A• Ec.e' [rulopMnt OPOOrtwri L. 40ort Certificate stall be exe;vitd Dv the DiOeer .,tofits t''. proms#1 pin, this project and Stich clean, within the VMvisiOnf Of the owl eaplOy ins•: o;P:rtchity rt9+Lti"s Of this Secretary Of LAW as Mvisac Me, 2i. 196E. Tht earn of cernh Late Will Of furnithed tothe Contractor Witt the Or"OS&I. Stating As to whether fin his fill, association, Oo•Paethl"PID Or Corporation has participated in any previous cortraGts Or Subcontract% SubJect tC the pull opportunity Clause And if $o. Whether or not , of heS S.Vittec all reports due Under apcilcable filing rpuir rtl. Failure on the part of the bidder U fur,11, the reewired Certificatt will be tot Cause for ")action of the bid. If a antractar U when in IWArd is about to be Mdt, accept for lack Of an ERal EMloyaert Opportunity Report Certificate, refuses or fails to PhW tly execute AM fitrnlio the rpuireo Certificate within 10 days after notice by the Director of Public works that and is lackinc fro• his P•Phossl, the proposal 9uardntte. in fore of bona, check, or cast Which aCCmgpI.,ec ' the bid. r111 be forfeltep to the City. Whenever a Contractor Mulats onnlsSior to Sublet a Part of any contract AM Such Contract cilia$ within the provisions of the pal P loynent opport"ity rpulati0nl of the $wittary of labor, revised May 21. 1966, he still obtain this Certificatior friar MS proposed sub- Contractor and for e'd it together with SOCK request. No socortract will of approved afore ratelpt of %udh Certification elan the subcontractor. far this PYroase, certification forks My of obtained fret the Project Engineer assigned to , this project. i Cite Of CATph SPEC STAMUApu SPECIFICATIONS SPCCIA: PgpylSipti 5ECt20n - (Continued`. i7-7.13 - Cortrector's AAspma thility far work the work shall be under She (ontrsctor's reaaontible are and charge. The Cantrwor sash peer all loss and damage whStfolvlr and from whatsoever cause. "apt that Caused scurf w by the Kt of the Owner which may Coca, er or to the Bork during the fulfillment Of the C:rtra Ct. if any such lose Or damaage Occurs, the Contractor shall imedittely Pak, good SAY sucr loss or damage, and in the event of the Contractor refusing or negiKtins to to so, the Grnfr my itself Or by the ma loyment of Some Other person Past good any such lost or damage, and the Cost and SAPen St of SO doing Snell be Charged to the Contractor. The Contractor along shall at all ItPaf N responsible for the safety of hit and his two• contractor's employees, AM for his and nil subcontractor's plant and equipment and the Method Of Prosecuting int work. i gyring unfavorable eeatner SAO other conditions, the Contractor shall pursue only such portions of she more is shall not be damaged therety. i No portions Of the work whose satisfactory quality Or efficiency will be affected 0. unfavorable conditions snail be construct" Mile thtst Conaltio's exist, unless by special me" or precautions acceptAble to the Cnginaer, the Contractor shalt be Able Co overcome than i7-1 la - R#sPaA.sibijj%V far pami e The Contractor Shall be responsible for controlling dust and We within the Projedt limits Sad or. Ary street which is utilized by Ms oQuip ert for the duration of the projecl. The i Contractor shall be prepOed to use watering trucks. Poser fmeaPlR And Other place Of mpuic- Part as demMa Mcassary by the Engineer, to avoid creating a ieissnct. Dwst and ayd control full be COnsidfrle as incidental U the project, and M campensstion will be Mae for this section. iCarl0kints pre dust, mud Or unsafe Practices analor property damage to private Ownership will be tgnsmitted to the Contractor SAO ProMpt action in corrKti j will be reduiga. Matter notice of correction Of Complaint items will be called for should "Detmtive Complaints 01 ' rNNvsd by tat city. T-1,lt - Protection and litttpra•101 cif Pfppfrt The Owner will obtain all usamfrts end franchises required for the Orojedt. The Contracts• shall lihlt his OcArAtioh t0 the areas obtained and &full not trespass on private props,,. lne 'VMr may Provide certain lands, as indicated in Connection with the work under the Col. barL U"tW with the fignl 0 access to such ISMS. The Contractor $Pal) Net uveaSCCAtIz e-c,mber the premito with hit egwiprant or➢yterial$. The Contractor Shall provide, with PC liability th the Owner, any additional land AMC access @ereto mct SnO+^ or deacrsbtd that Pay be raquirdd for talso,gry Construction sac sissies pr ' storage of meter H15. sae Shall construct all access reads. Oatour roads, or other tempo,,,, work NS required by his Iterations. TM Contractor shall confine his tquipoert, storage of material SAO aasrati" Of MS workers t0 those ages S^Own and described and such additional areas at ha they Provide. 4ltoration of Structures ana Surfaces a. penerel. All COnitruc tion work under this Contract M easaPants, rmgcbof-way, over private proearty ar franchise, shall be confined to the limits of Such Nlemins, rigM•Of•way 1 or fraachlse- All mark Shall be OCCWtished to a$ to oust the least pq nt of disturbance and a Minimum amount of 4Wgt. The Contractor Shall schedule his work SO that trenches across NSeMnts Shall tat be left Open during MakWdt or Noliosys Pro trentne5 shalt Mt be left *pen for more than 48 hours. , b. tr r , The COmtrattor Shall remove Such emitting Structures is may be ham$S*ry for the OA mBna of the work and, if Muired. Shall rebuild the Structures thus removed it as ofto a condition as found with minimum requtee att as herein tMified. Pa shall also repelr all dilating Structures Mich Pay be damaged as a resell of the work under this contr¢t. i c. jAswr_nu - Cultlw•ed Ara. den Other Surface J�'Or"At&, All cultivated areas, emtner aprl Cu cure, o a! or awns line omen s�r?ice mp-i—ror`Aents Mic�in`damaged Or actions of Me nor. tractor Shall be restored as Nearly as possible to their original condition. i g�7Tv OF RENTM MwA STANDAR- SDECY(CATIONS Se;:,A; PAOSISIONS Prio 7-l.lf (cont mY Sol, f�mhe crotch oa an eatlent or pre vets right-cf.way, the Contractor shell strip top t the VlnCh Or COnSLruCdOn arm and stockpile it 1n Such a sure' that it pAY p! Mplactc by him, upon comPie:iOn of construction. Ornamental trms and snrupolry &hall be IJrefut ly reeved With the "" "n"Ou Ming their red is wrApped in burlap and replanted In their on9'nAl POSit/0n& within AE hours. All shrubbery or that destroyed, or damaged, Snell ea replaced by the Contractor -'in material of equal quality at M addli{Dnal cost t0 , the peer. In the event that it is Mcessary LO thfnth through any liar, areas, the cos shall ae GretYl lY Come are rolled end raplaced after the tryr-he$ Mve been debris. 1I The law area stall As clgMd by Still or other Man&. of all earth are debr{S. TM ContrAClor Shall use rubber wheel equipment similar to the small tractor type backhohs , used by Side Sewer Contractors for all work, including excavation and backfill, on "Sa nts or rS ghtS-of-wey which hire larr arms. All fen:es, markers, Nil boxes, Or other temporary fI let',e5 Shall be rfanOved DY the:onbatpr had Immediately replaLed dttr tredt' is back. , filled Sr their original position. The Contractor snail ratify the lamer are property Owner ai &Nit 14 hours in Advance Of any work done On NSeNnt& Or righe I)smtrey. All donut...ion wort under the Contract on 0ASONntf, right-Df.way over private property or frarcnlea tell ea confl Md to the limits Of such NsamentS, right-of-way or franchise. All , work Snali Of KCOmpI$had 20 AS LO Guf! the leas: AN.,t of diaturba" a and ♦ nininyrr arpur. Of data De. The Contractor shall schedule his won 50 that trenches @cress and 4 mill snail not be left ODer during Mill or holidays, And trenches shall Mt be left open for is S Ma• &C hours. , DarAge it existing structures outside of mffmant AMOS that mar result from dbAterirmg antl;r other construction origi lctiYitY unaN this Contract Yell be restOMd to its original COn0i:5 or or betterOhio,. TM Original LOM it{On Shall be eatablisnea by photographs taken are/Or iMplclior ' maaf sON t0 construction LLSDc. All such work Shall M don! LO LM satisfaction an /o.Lit property Ornlrt AM the owner At the etDar s! 01 the Cpntrat d r. Ltrc ts, TM Contractor will assure ail responsibility of restoration of the Straet3 (travelled ways) used by him if damaged. surface of , In the ever', ins Contractor does not Mve labor or material {nmpdiateiy Available to WakeMcessary rfca:rs, the Contractor She" SO 1nfOrr the lamer. The arc the Cost of such repairs S'-11 be paid by the Contractoor^er. will Mk! the necessary ' Ltilities @red Simile, Facilities LCCit'Or and dimensions Show, On the plans for existing underground facilities are in accord- +rce xlth the best av&ilapit information without uncovering are ayasurinq. The Owner does not ' 9•arantee the sire and l0utior of existing facilities. I: mall be Lne COhtrac tOr'S responsibility to Contact all public and Private Companies having ui'1iLil3 and,'Or facilities 1n Ln! vicinity o1 the construction area. The Contractor is "Mad , ino<• rD rof Ren•,Or. "ter, stOM drainage, tan{tAry sewers, street lights And traffic control 9 t utilities art Mt A member of the 'One Call' f;S11m and mast be Contacted separately as 0resfrttC in the Technical specifications. SlNifpl�IC to SidSin' ether& w111 he installed until such time &i to wn{cn M that section Of the main sewer pipe lint our o1 aDProvat for such sect t Title stweri se! to be connected ha& bean tested by the Contractor and a aynpran. ion his bean Issued by the peas, ' The Coranactorw&Monthe Amer understand and agree that following the issuance by the lamer of maY Authorize any siOdiMstl contractor,roves adulyc licensed by the tion fowner, to the me in installipe n and tconnectr And Left One or mpre Side saws rS to My &ypr approved Mtn pipe line. After LM first tide Sixth it actually connected to ins ma{n pipe line, in' Contractor shall ML M held responsible for Any foreign matter, debris, apu, and Sewage which reaches the main pipe t,ne w{Lnin A Gr!iSoully Approved slCtior. NOwe ve the Contractor Is in no may relieved from the rlSperSi- pilliy And 9uerantte herHnbtfore had nereitafttr set forth for materials, wprkay n5M0 repair to COntrACtp r-i nitellfd D1pe line And appurtenances. It Is further understood And agreed that during the Contractor's guarantfe period if there at any tediGpOn3 p1 failure Of Ms main pipe line Or On! Or more Side Shears, the bYrdK Of Proof @s to whether tee failure is within the Yin line or the sIda sewer or StwerS, shalt rest with LM lamer, hOweyar, i1 in vest{g&LIOn Of such fa&lyre Conducted by the saner . sc705f5 Mat such failure i5 on the main pipe line, the COnLret ai Snell Nke e b rin@IO! eta isclo ley reirs-ref the Amer for actual Cost Of Such investigation. 1 CITY Or RENTON APYN STANDARD SPECI£ICATIp6 ' SPECIAL PROVISIONS SECTION 7 (Continued) ' 7-1 1B - Public UAbility And n02trrUJDJRW Tha minimum policy limits of suce insurance shah be as follirs: ' B. ily injury liability coverage with limit; of ,rot less than S250.000.00 for bodily injury. including accidental doth, to any one person. and subject to that limit for nch person, in An Amount not less than £500,000.00 for each accident; and property damage coverage in an Amount not less than $500,000.00 for each accident. In Addition, an umbrella insurance coverage of not less than 55,000,000.00 shall 1, Provided with the Mer and Engineer the ' nared insureds. This limit shall apply to cagrehensive general liability insurance and vehicle liability insurance. The Contractor shall furnish the City with satisfactory proof of carriage of the insurance required. ' 7-1.23A - C=^••'l 5afet+ Reaulrmnents The Contractor shall notify all property Owners along the construction area, by mail, Prior to construction. The Contractor shall notify ell local police, transit. and fire departments by mail prior to construction. Names and Addresses will be furnished by the Owner. The Contractor shall further notify Path occupancy in person a minimun of three days orior to construction in front of each property. 7-1.27C - Flagman. Barricades and Signs The Contractor shall, at his own eaponse. provide all signs, barricades, guards, flagmen erd equipment, construction warnings and night lights in order to protect the public at All times from Injury as a result of his operations. If the Contractor should fail to maintain suffi- cient lights end barricades, in the opinion Of the Engineer, the City shall have the right to provide these lights and barricades Aid deduct such costs frm Payments due the Contractor. York shall be restricted, the order of work modified, the hours of work modifier or the work halted altogether at the Engineer's discretion when the engineer finds such a course or courses of Action necessary to protect the public or the contractor's safety, "Nth am welfare. All signs removed shall oe salvaged and delivered to the City Yard. The cost of furnishing and placing all construt Lion and identification signs shall be inci- dental to the project and no compensation will be made. 1 CITY OF RENT0N AP'WA S7AMW0 SPECIFICATIM SPEC14. PRORS:p4 SEr710N 8 8.1.03 - Progress Schedule ■ Immediately titer exaCwtiOn and delivery of the Contract and before the first Wrtiai psyaent ' is wade, the Contractor shall deliver to the Engineer, in estimated construction progress schedule in form Satisfactory to the Engineer, showing the proposed dates of cOlMttant and ,omptetidn of MCA of the various pay items of Work required wider the Contract Decumeets and , the anticipated Yount of each monthly payment that will become due to the Contractor to accord- ance with the progress schedule. The Contractor shall also furnish periodiC itaized estimates of Work done for the Purpose of aking partial payments thereon. The costs wpipytd in akir; UP any Of these schedules will be used only for determining the basis of partial payments uid will rot be considered As fixing a DASiS for additions to or deductions from the contract. ' Should it become evident At any tea dull" construction that operations will or ay I;" behind the schedule of thls first P, raw the Contractor shall, upon request. Promptly sub- mit revtted schedules in the Same fbrm as specified haain, setting out apeatlpns.methods, and equipmert, added labor forces or working shifts, night Work, etc., by which time lost will be not up, and in with Of Enginetr until An approved rodificatIOP of the original achtdule has Deer secured. Further, if at any time a portion of the accepted schedule is found to conflict with the contract Provisions, it shall, upon request be revised by the Contractor And the work shall be Performed in tompliance with to contract provisions. Payments of any further estimates to the Contractor after such request is made and until An approved modified schedule has been Provided by the Contractor ay be withheld. Execution of the Work According to the accepted schedule of construction or approved modifications thereof, is hereby made or obligation of the contract. Pa-Construction Conference Prior to the start of construction, the Contractor. Englnei r, all subcontractors, WI Oepartmort, Telephone Company and other interested departments shall attend a Pre-c"strwctien conference, with time, place and date to be determined after award of the contact. Subse- quently A representative Of the Contractor will attend a weekly conference to review progress had discuss any problems that ay be incurred. The time, plate and date to or, tstablismed At , the pre-construction conference. e-1.05 - Tin Of Comoitttnn Recognized holidays shall Dt as follows: NKr year's Day, Lincoln's Birthday. Washington's tirthdAy, Memorial Day, July 4, Labor Day, Veterans Day, Thanksgiving and the day following And Christmas Eve And Christmas Day. The day before Christmas shall be a holiday for City mrpl0y"s when Christmas Day occurs on a Tuesday or Friday. The day after Chris Wt shall ' Of e holiday for City employees when Christmas Day occurs on a Monday, Wednesday or Thursday. When Christmas Day occurs On a Saturday, the two preceding working days shall be observed As holidays. When Christmas Day occurs on a Sunday, the two working days fallowing shall be observed as holidays. Liquidated Damages , The Liquidated tinges do not include, and are in Addition to, damages from costs for inspec- tion, supervision, legal expense and court costs incurred beyond contract completion date. The cost of additional inspection and supervision shall be an Amount equal to actual salary cost Plus one hundred percent (100%) for overhead. B-1.11 - Overtime Work by Qmar E ploy"$ Nher the Contractor performs Construction work Over the accoptec eight !83 noun per day or , forty (40) hours per week, or oc any City holiday, and the Work requires inspection, than the Contractor shall reimburse the City At It ^ate of S50.00 Per hour, The City shall have the sole authority in determining the netts, of having the overtime inspection. trM shall notify the Contractor of intent And said costs win` be deducted from monies due the Contractor on each monthly estimate. 8-l.lt - Contractor's Plant S Equipment The Contractor alone shall at all times be responsible for the adequacy. efficiency and su`fi- t ciency Of his and his subcontractors' Plant and equipment. The Owner shall have the right to suit use of the Contractor's plant and equipment in the performance of any Work on the Site of the work, The use of such plant and equipment shall of considered as extra Work Ord paid for Accordingly. CITY OF KeTO�vECEFtaTtP6 ' apses STANG!!D vtc!u riwnslns SECT!pi B tiae, fyr the security veitm, the Ou.K nor CM Elginter aisra any rt5y0ni1D511 tY• at my of the Site free the tie" CoMractor s operations Mrt ca�enct0 until fi Wl �Cas Oddie nT the Wrk by tM Engineer end Dever. The Contractor SMM11t seDt'Y or Vile Wbm safety ice. as M loan f or`db keys to, the ,,,,,taOfi and a Site I s"rr e111 M p• for all fre ed. S"cured I's' and h+� Dlant end pul o"ent. The gA 1J Atte don to re 1 attMtion to and shall sypery iif CM work to the ' i Sohally prtsant on the TM Contra=tor iMll give hit person tent Syperint~t ono dn0 that it SMI1 W DrVS phabl faith p M by a aooi the ❑1 instrvtti"s Or Orders givM older tM Contract, and ede shall uorki M silt at aft pall lint" ties M npr"S rterials, tools am labor ultMut ' Sha 11 frc"iw and oOfY Th. _ hart full authority LO ",Kate CM saY, and t0,veSofD y Mlay, and Mn9 Sha11 M tM legal mprtsentat/nstru:tioni�del+vexed to hie orr to of Sshall auL111bledfoorDrheefaitthffu ppservance of any r t e CITY K RRI-011 f tswq S*AQWO$PECSPSCATSiIM SPE:tk, pdW1S10Ni SECTION9 9-' 01 • Msur�e t o1 Oua titles AN delivery ti Cketithat are rputred for the purpose of CA1CYlating guirtltiei for payment r tktSturn be feafter by the Eyvgdeli%ihhvery at the itm of dalt very. tk paYmert w111 be mile on tickets turned if !(ter date 01 dmFirerY 0� mate'tal. a. ey Trick , pwent will not be made for delivery LiCAeti which oil not Show type of Ytarial, gross Might, tar!Might, truck number, date AM inipKtor'S tniti/lS. , Scale Certification shall be Suba1-tee az mrly in the O"Jett AS possible. Each weigh Station Shall Ylntain a record of the truck nla . time, date &Rd Might of all t'WkS providing material to the protect. The Might list SNIT be yintatned in dupli- cote with one signed copy transmittal flatly to the city DY the scale Attendant. In isolated"set where scale bight is hat deliverye. the tnSPICtoe Shalt Mature the truck ruler ono Certify as [0 its Celli load dalirery. b. gr Other Xp,ars Method for leas YrwMt And pay®ent for mterial brougrt to toe site by any other mNCi Will W determimd by Contractor - Owner agreemot before a"" of the Contract.t act. 9-1.098 - Owner's eight to Withhold Certain AM hats Pirelli soymnts oh eslimtea my be wlt"010 until a work progress S,Mdvle, as described it Section g, has be•• received and approve:. Sn the event that an;r mtlrtal or workmanship does Mt met the rpuir~,, or SDKifications, the City my hove the option to aoceot such material or wrkpnShip rf the Director of public works OMS such acteptarte to be t^ the best interest of the City, provided, the City my negotiate PAY mot of a lower snit price for said na,efiai or worM,SHp_ j-"O C - AlLIinK' P..CM.... There .'11 be roernd dad re Uinad friar Mn:n eerned oe the Contractor, at dnerMnw by the progress Astimiai, a Sur, owl to five percent isal of ate omurts of Such 050wates. IiltMpiding, mnagerwnt, and release of retained mrles shall be 11 "Cords,* with tent oroyifionz of a.C.w. 60.2g. ■ i 1 .� 5.� V � 1 s ' ' �.� i\ a \ _\.�� � . M � + � a - , ; ,y . •\. �R � � e TECHNICAL PROVISIONS GENERAL STATEMENT •��s section, Cisl"Ic:; provisions, Is devoted to conditions which are pec,l;ar to facilities to by forstracted for Water Project W-704. ' Articles, materials, operations, or methods mentioned herein or indicated on thr drawings as being required for the project shall be provided by the Contractor, who shall perform according to the Gond;tions stated in each operation described and Provide all necessary labor, equipment and materials neressary to make a complete and operable installation, No attempt has been made it.. these specifications or pans to segregate work covered ' by any trade or subcontract, the limits of which are solely a matter of specific agree- ment between each contractor and his subcontractors, and shall not be based upot, any inclusion, segregation or arrangement in, or of, these specifications. The Contractor and subcontractor in each case is warned that work included in any subcontract may be divided between several general specifications and that each general specification or subhead of the technical specifications may include work covered by two or more ' sub-cortracts or work in excess of any one subcontract. STANDARD SPECIFICATIONS ' All work ...ter this contract shall, ,n general, be Performed in accordance with the applicable provisions of the 1981 .,Standard Specifications for Municipal Public Works Construction" prepared by the Washington State Chapter, American Public Works Associa- tion, and in accordance with the requirements of the Clt• of Renton, except as other- wise amended, modified. or specified in these Technical Provisions. Items of work not specifically covered in these Technical Provisions shall be performed in accord- ance with the requirements specifified in the APWA Standard Specifications, and in accordance with City of Renton requirements. EXISTING UTILITIES ' If, in the prosecution of the work, It becomes necessary to interrupt existing sur- face drainage, sewers, underdrains, conduit, utilities, of similar underground struc- Lures, or parts thereof, the Contractor shall be responsible for, and shall take all necessary precautions, to protect and provide t-•wtporary services for same, The Con- tractor shall, at his own expense, repair al, .image to such facilities or structures due to hi,, construction operations, to the satisfaction of the Engineer; except that water and sewer lines will be repaired by the Utility Department at Contractor's expense There are various places shown on the Construction Drawings where the new waterline will cross or connect to existing facilities. All elevation and location information shown are caleula Led fruru prior cunstruction records which are rot always accurate. Therefore, all crossing or connection locations must be excavated and verified by the Contractor prior to Iaythg of pipe in the near vicinity of these crossing/connections. TP-1 SECTION 7ECHNICA1 P ..,.� AI pry 2 - PIPE FOR PATERI NS ROVI SIGNS sizes, ' A.^onlna i" diameter suU,ln On oche drawings obaltr AS b usadl 0e fab thr r is Cad erMise Ind iat'd. S specified herein, re Al bJ*ct O the neLl"', du r0y�t DEng ed entire ��cect a,r. Dt as necesrawiny a0nern reference [c , re se. type the Eng. in aPPI^able sect onD °°�fl^ati ons and nd ct�a lsl shal beer. er als c°sed s hall n Of rr replace,.existi°f Pi sin nt for ex ars And Shall water �c .CIA oUC 71LE IRON p10 A.P.Y.R. Standard Specif cat f s °rt he grere a as'sting, i ctil i ur 60-42'10)ile jr. ^ P'Pe shall Conform atl modrf9edrnts ofsthebOucr orm to ASAll herein n p throlugh 914o(p De'Pe C104 be 4emeA' lined ou aPecifi cation A21.51-1976 (AYYA [151'76 Dra nd J olnty Pe Joints sh be 3132, cemen t gh lZinP'Pe a shall led n accordanced. e with de , bid 01 FPrososal desc YtOn r ptlion In( PP han to Acat Jo cation A216nt or 11!/'6 cemen l ASA lly�ation� )2- The Cil USED 10" C.1. YATERMq IN Val must be °btafined prod e9aal( aWA.r[II l.4) Pi drelestetl s��Ae^ton shall supply INSTALLATION tO bid open Qny red by [he ' ver the 't was r PP Iy th st hall be the Co p'Pe to the Job e'�C eoriginal ss i[e an 7. ermain. o be The P1Pe sfound rde Do�li tiles for Si S rr,9n^gbthetY to off_1 The City crews 'wi Pipe Pload sI'd been Price 121padin9 and str ingi 9 of of ^s to lrlaCi return cto the City Shoe sas'sipe he lunloads ethenlraefor lute and 21.cast (AYyA [C 11 9s 4O Ihro watPipe as wellha61i n5talla lion fof is C d'Ven atiOn °r the r main. 10 C 01 tBpjfor fr[tinys shall)be and ushalI b�he CIA, cemeb lined, 2$p' as Per ASA "he abov apical Join Specification Peci fi cation ' Nech Proposale shall hold true unless called ol,r otherwise Per ASA Spec;ficatio A21,11 MfA n '(A e m`'r se the plans or in the Bid TP-2 TECHNICAL PROVISIONS SECTION 73 - TRENCH EXCAVATION AND BACKFILL FOR WATER MAINS 72-1 GENERAL Trecnch excavation, backfill, foundation preparation and bedding for the waterline and appurtenances shall be in accordance with the apPlicable provisions of Section 73, A.P.Y.A Standard t .ecificotions, except as modified herein. 't-2 04 UNKRUN GRAVEL FOR TF.°NCH BACKFILL Select trams: backfill for the pipe shall consist of crushed or naturailp --curing granular no terial from sources selected by the Contractor. The source and quality of ' the material shall be subject to approval by the Engineer. Select trench backfill shall meet requirements for bank run gravel Class 118" as outlined in Section 26-2.01 of the Standard SFeciflcations. 73-3.07 TRENCH EXCAVATION The Contractor s..a11 inform and satisfy himself as to the character quantity, and distribution of all mate•iai to be excavated. No payment shall be made for material which is used for purposes other than those designated. Should the Contractor excavate below the designated lines and grades without prior approval, he shall replace such t excavation with z. -oved materials in an approved manner and cordition, at his own expense. The engineer shall have complete control over the excavating, moving, placing, and dispo- sition of all material, and shall determine the suitability of material to be used as baciflll. All unsuitable material shall be wasted at a site provided by the Contractor. ExCdva L,on of every description, classification and of whatever substances encountered ' within the Iimi L5 of the project, shall be performed to the lines and grades necessary for embankment, pipe bedding and <-:ructures, and as indicated on the drawings. Temporary drains and drainage ditches shall be installed to intercept or direct surface water which may affect the promotion or condition of the work. Ali excavated materials not meeting the requirements for backfil and all excess me terials shall be wasted at a site provided by the Contractor. No separate or extra payment of any kind will be made for storing, handling, hauling, manipulation or waste of excavated materials. 73-3.09 FOUNDATION PREPARATION AND BEDDING_ tFoundation preparation shall be in accordance with the applicable provisions of Section 73, A.P.Y.A. Standard Specifics.ions, except that the bottom of the trench roust be 1 shaped to uniformly support the bottom quadrant Of the pipe throughout Its entire length. In case unstable or unsuitable existing material is encountered at the trench bottom, the Engineer may direct the use of maturiol in accordance with Section 73.2.05 of the i A.P.W.A. Standard Specifications. Wet trench conditions will not necessarily be considerer as an indication of unstable conditions. The trench shall be de-watared and an inspec- tion made by the Engineer to determine the suitability of the trench material. All posts for de-watering shall be the responsibility of the Contractor. The price per toi for ' foundation material shall be full compen.ation for selecting the source, furnishing and placing the material as outlined in Section 73-2.06. Excavated materials that are free from mud, muck, organic matter, broken bituminous surfacing, stones larger than 8 Inches in dimension and other debris shall be used for backfill except where otherwise required. TP-3 :. 'T TICNNICAL PROVISIONS ' 73-4 MEASUREMENT Nonge drys or extra o Yment of any kind will be made for excavation, Y 9, water, processing ,cable unit price paid for B of materials, but shall be includedCti n'I"et- the waterline in place, complete. PG Select backfili Shall be placed only in those places designated by the Engineer. , U-5.04 PAYMENT BANK RUN GRAVEL FOR TRFVCN BACKFILL Payment for "Bank R. ,.ravel Class "8" ' forth in the proposal by the ton, (trench shall be paid at the unit price sat TP-4 ' TECHNICAL PRCVISIONS SECTION 74 - PIPE INSTALLATION POR WATE9 MAINS 74-1 GENERAL Ttx: pipe installation shall conform to Section 74 of the Standard Specifications except as herein modified. Jointing shall conform to the manufacturer's reconaaendat ions. Cut Pipe with approved pipe saws only. KeeP Pipe Plugged except during actual pipe laying. ' The inspector will stop work unless an approved plug is on site and available. mini- mum depth of Cover shall be: Pipes 12-inch I.D. and larger, 48 inches; pipes smaller than 12-inch I.D. , 36 inches, except as modified on plans. ' Zh-2.09 CONNECTIONS To EXISTING MAINS ff connections to existing "ter pipelines will be made by the Owner. All necessary trench excava,lon, backfili, and surface restoration shall be performed and all necessary mater- ials shall be supplied by the Contractor. Contractor shall furnish equipment and man- lx~l- to a>sist the Owner's crew fur the connections. The Contractur shall rcmx;ve exist- ing and temporary plugs, Concrete thrust block, and Illowoff assemblies prior to the Owner making the connection. All materials shall be on-site prior to Owner notification to make the connectior.. The connection will be made after pressure test and slertlization. Prior t9 making connections to existing mains, the Contractor shall notify the City of Kenton Utilities Department of the date, time, and loca,ion of the tap to be installed. Materinls ter wet taps shall be all cast iron, and tapping valves shall conform to Iry sPecif:caliuns for other valves. The wet cap shall be pressure tested of Caroleliwt Of its it stallat.on. The Contractor shall be responsible for the protection of all existing piping and appur- tenances during construction. ;:nd shall take care not to damage them or their proteclivc coatings ur irr4j4ir the operation of the existing system in any way. 74-2�11 HYDROSTATIC PRESSURE TESTS All pipe lno appurtenances shall be subjected to a hydrostatic test after they are laiu. ' Each section of pipe between valves shall be tested as soon as possible after laying, or when Jiructed by the Engineer. At points where pressure reaction and movement may occur, such as at bends, tees and plugs, the pipe shall be Properly blocked or braced. Where permanent blocking is not required, the Contractor shall furnish and install tempos Blocking and remove it after testing. All costs to the Contractor for installlne .-wary blocking shall be included in the unit bid prices for the water mains. The Contractor shalt furnish all labor and equipment necessary to make the tests excec. for pressure gauges which will be furnished by the Utility. 1 Where the Utility has water available for testing, i. will be furnished without charge. All costs of tapping and piping shall be borne by the Contractor unless otherwise spec!- fled in the special provisions. Where water is not available from the Utility, the Contractor shall provide water from an approved source for testing and the cost thereof shall be included in other unit contract prices of the work. Hydrostatic tests shall be performed on every complete section of water main between two gale valves, and each gate shall withstand the some test pressure as the pipe, with no pressure active in the section of pipe beyond t'.e closed gate valves. TP-S TECHNICAL PROVISIONS 74-2.11 HYDROSTATIC PRESSURE TESTS (Continued) The test pressures to which cast or ductile iron pioe water mains and appm .:•a,.ces , shall be tested hydrostatically are as follows: DIAMETER. Pipe-inches . . . . . 4 6 6 1C 12 16 Ov" TEST PRESSURE lbs. per square inch . . . . 300 300 300 275 250 225 200 or 150 psi in excess of that under which the water main will operate, whichever is , greater. The test pressure shall be applied at the low end of the section of water main being tested. Air in the pipe shall be vented at all high points. The hydrostatic test pressure shall be maintained until the Engineer has determined than the section of pipe, valves, and fittings are watertight. If there are no visible leaks and tlx: test pressure is maintained without pumping for fifteen (15) minutes and the pressure drop is less than fifteen (15) pounds the main will be accepted as a water- tight installation. Wher. testing shor. lengths of main pipe, of hydrants, maintaining the test pressure without pumping for five (5) minutes with less than five (5) pounds drop in pressure will be evidence of a satisfactory test. Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be replaced by the Contractor at his expense. Whenever it is necessary to replo�, detective material or correct the workmanship the hydrostatic test shall be rerun at the Contractor's expense until asatisfactory test is obtained. 74-2.12 DISINFECTION OF WATER MAINS ' 74-2. 12 P DECNLORINATION Upon completion of disinfection of the water system, the treated water shall be dlsp—..:` of in an approved manner. In certain locations, it may be acceptable to discharge the chlorinated water directly to the sanitary sewer, However, prior to disinfection of the system, the Contractur shall obtain the approval in writing from the Municipality ' ul Metropul,tan Seattle (METRO) and the City of Renton for discharging into sanitary sewers. ■■ Should dirct discharge to sanitary sewers of chlorinated water not be allowable, the Contractor shall dechlorinate the disinfection water in accordance with the City of Renton Standard Detail included in these specifications. under no circumstances shall chlorinated water be discharged into storm drains, onto the ground, into ditches or wetlands. 74�CONCRETE BLOCKING Provide concrete blocking at all and horizontal or vertical angle points. Con-, form to the Standard Detail for General Blocking herein and the A.P.W.A. Standard Detail for verticat blocks. All fittings to be blocked shall be wrapped with Vis Queen. Con- crete blocking shall be properly formed with plywood or other acceptable forming materia and shalt not b poured around joints. The forms shall be stripped prior to backfilling. shackle Rods, where required, shall be installed with the use of shackle lugs. All shackle rods shall be 3/4-inch and shall be galvanized or coated with two coats of aspha' varnish, FFderal specification TT-V-Sta or J.A.M.P-450. Shackle rod installation shall be in accordance with Standard Detail. , TP-6 74-2. 14 BLOW-Oil ASSEMBLIES 7ECHN1 tltltltltltldddddd PRDYiSIONS a Blow-off ossembties, temporary or permanen� shall conform to the City of Renton <tendard ■■ included in these specifications. ' 74.4 PAYMENT 1,4-4.0It. PIPE FOR MATERMAINS The price per linear foot for installing the water pipe, of size and quantity listed in the bid schedule, shall constitute full compensation for the water line, in place, e m- plate including: all Pavement removal, excavation, trenching, native backfiil, founda- tion preparation, compaction, pipe, pipe laying and jointing, sheeting, shoring, dewater- ing, connections to existing pipe, furnishing and installing all fittings, testing and disinfection of the completed installation. 74-4.0I8 CONCRETE BLOCKING Concrete blocking shall be measured and r-.d for at the applicable contract p, -ce. per ' cubic yard; payment of which shall constitute full compensation for furnishing the material in place, complete. 74-4.01C SHACKLE R00 All shackle rod used on this project shall be incidental to this project. No extra or separate payment will be made for shackle rod installed. 74-4.010 CONNECTIONS TO EXISTING MAINS No pavment of any kind will be mad^_ for connections to existing mains. Ali connections shall be incidental to the contract. ' 74-4.O1E TEMPORARY BLOW-OFF ASSEMBLIES Temporary blow-off assemblies shall be paid for at the unit contract price per each which shall be full compensation for a complete installation. Blow-off assemblies that 1 are removed after connection to existing mains, will not be paid for by the City. r TP-7 ?CCNNICAL PROVISIONS ! SEC110vAL VES FOR V� ! throu h 12 with double 7 03 GATES VALVES (3'� stem, full bronze mounted ressure of twU non-rising .rating p 00-L1O designed for a minimum water oPS cification G-5 Gate valves shall be cast iron body , Ou ring type, provided J isc 9a tes• All valves rs shall be inch and shall conf for", to AVIVA kw lse (left)! pounds D°fication thereof. Each vo by turning counter cloetr olitan, hundred eob subsequent mod' and shall oP U,S. Metropolitan, en! any square operating nut, Pacific States, , with a standard sd IOVA List 1h Mueller A-2380• and shall and valves shall he vaults. Kennedy, or �M' with bYDass valves and coecif{cations. The 12" gate valves shall be furnished r conform to the C:tY of Renton Standard Plan included in these[.[ ' Renton Standard Valve stem .,tensions and valve markers shall conform [o the Y in these speCit'car1Ons Plar included r r ! r r ! r TP-8 i TECMNI-AL PROVISIONS SECTION 76 - VALVE CHAMBERS AND BOXES FOR WATER MAINS i16-1 DESCRIPTION Valve chambers and vaults shall be furnished and installed where valves are installed. 1 Ten-inch and smaller gate valves :hall be furnished with standard valve boxes. Twelve- inch gale valves with bypass valves shall be Insta' led in precast Concrete vaults in accordance with the City of Renton Standard Detail. i76-3.07 VALVE OPERATING NUTS Valve operating nut extensions, where required, shall be provided and installed in accordance with the City of Renton Standard Plan for "Valve Operating Nut EAtension Detail", included in these specifications and shall provide not more than 36 inches bel. en the lop of the operating nut and the finished surface. i76-5 PAYMENT i No separate payment shall be made for valve boxes and vaults. Payment for these items shall be included in the unit contract prices for "Ton-inch and smaller Gate Valves," "Twelve-inch irate Valve, with Bypass, with Vault", described in Section 75. i Valve operating nut extensions shall be incidental to this contract. The unit contract price per each for "Valve Operating Nut Extensions" shall be full compensation for all labor, tools, materials and equipment necessary or incidental to the furnishing and installing of the valve nut extensions. ' 76-6 PRESSURE REDUCING VALVE VAULT MODIFICATIONS i The existing cover on the Pressure Reducing Valve Vault shall be removed and disposed of, and a new vault lid typical to "Renton Concrete Products" Lid, Model 879062-TL with two or three - 3' x 3' hinged galvanized steel plate lids shall be installed in its place. Shop drawings shall be submitted to the City for approval of the new concrete lid prior to installation. The vault shall be supplied with a ladder constructed of galvanized iron or steel. The i ladder base shall be anchored in concrete. The !adder shall conform to the applicable requirements of the State Basic Safety Code or other regulatory authority. All steel main and fittings in the vault shall be replaced with Ductile Iron, Class 52, iwater pipe and cast iron fittings. The existing 8" and 4" Pressure Reducing Valves and piping in the vault shall be primed and painted gray. All surfaces to be painted, especially the Pressure Reducing Valves, shall be either sand blast cleaned or power tool cleaned (wire brush) prior to priming. One (1) shop coat of Phenolic Base Primer equal to Koppers Rust Inhibitve Primer Y621 and two (2) coats Alkyd-Res"n Enamel, equal to Koppers Ruslarmur 500, Light Gray shall Lie applied to surfaces. Yp-9 TECHN;LAL PROVISIONS , SECTION 77 - Fla# NYDBAfiTi Fire hydrants snail be Corey type (open,::g with the pressure) conforming to Ak6XA C-504-8� with a Err Inlet and a minimum M.V.O. of S", two 1-I/2" hose nO221es rich National Standald 4-8 7-I/2 threads per Inch and one 4" pumper nozzle with the new Seattle Pattern 6 thread,. f per inch, 60' V. threads, O.D. thread 4.875 and root diameter 4.61263, 1-1/4'' pentago, operating nut and opening by turning counter clockwise (left). Hydrants shall be con- structed with mechanical joint or flanged connections as specified on the plans and described below. Fire hydrants shall be of traffic type and provisions shall be made for drainage of ' barrel to protect units from freezing. Fire hydrants shall be of such length as to be suitable for installation with connections to piping in trenches 4-1/2' deep unless , otherwise specified. Fire hydrants shall be IOWA, Pacific States or approved equal. Approval must be obtained prior to bid opening. Fire Hydrant Assemblies shall include: ' 6" Gate Valve (MJ) . 5" MVO Fire Hydrant (MJ Connection) including riser, 8" x 24'' C. I. Gate Valve Box, 3/4-inch Shackle Rods with accessories, and Concrete Blocking 77-3 CONSTRUCTION DETAILS , 77-3.01 SETTING HYDRANTS ' All of the hydrant assemblies shall be furni shad with a satisfactory extension riser ; allow for a connection to a main up to 4.5 feet deep. The hydrant shall be set so th,. top flange of the riser is a 0.3 foot minimum above adjacent curb elevation. Hydrant shall be set no further than 12 f from the face of the curb, 77-3.02, CAST IRON VALVE BOXES 1 Valves and valve boxes shall be set such that the valve operatina nut is not more than 36" below finished grade. , 77-4 MEASUREMENT 77-4. 1 FIRE HYDRANT ASSEMBLY Measurement for fire hydrants shall be per each. 77-5 PAYMENT , 77-5.01 FIRE HYDRANT ASSEMBLY The unit contract price per each for "Fire Hydrant Aasevbly" %hull be full coy ensalion ,for all labor, LODla materials, and equipment necessary or incidental to the furnishing and installing the hydrant, riser, auxiliary gate valve, valve boxes, valve nut extension(if required), pipe, shackle rod, painting, miscellaneous fittings, and concrete blocking, necessary for a complete installation. 77-5.06 RELOCATE EXISTING FIRE HYDRANT ASSEMBLY , The unit contract price per each for "Relocate Existing Fire Hydrant" shall be full com- pensation for all labor, tools and equipment necessary or incidental to the removing and ,reinstalling of the existing fire hydrant. The price shall include compensation for furnishing a new auxiliary gate valve, valve boxes, valve nut extensions (if requ' Pipe, shackle rod, painting, miscellaneous fittings, and concrete blocking necessary t..r ,a complete installation. g TP-10 i TECHNICAL PRCVISIONS SECTIu'. 54 - PAy�MENT PATCHING 54-1 DESCRIPTION Pavane,: rching will be required on all trench crossing of existing roadway prior to construct :n of new roadway and wherever the line of work crosses existing travel ways. The Contractor shall remtovt all types of travelway surfaces as part of trench excavation in accordance with the requ.-ements of Section 73-3 of the Standard Specifications. L4-2.01 GENERAL The Contractor's attention is directed to the requirements of Section 7-1.15 herein. t54-3.04 ASPHALT CONCRETE STREETS ON GRANULAR SASE Pavement patching meter shall be Class asphaltic concrete as specified in Section ' 34, Standard Specifications. Crushed surfacin 23 of the Standard Specifications. g material shall be as specified in Section After backfilling and compaction to line and grade has been completed four (4) inches of 5/8 inch minus crushed surfacing top course shall be applied and compacted to the satis- faction of the Engineer. The existing pavement shall be cut to a straight horizontal and neat vertical line. This ' cut shall be made one (1) foot beyond the trench shou lderline. The newly cut edge shall be painted with dilute asphalt or SS-1 emulsion immediately prior tc the placement of the patch. Asph,.I, concrete Class "6" pavement shall be placed in one lift of two (2) inch th:ck- ness over the previously placed layer of crushed surfacing. The patch shall be rolled to a smaoth riding surface, flush with the surface of the existing asphalt. Immediately thereafter, all joints between the new and original asphalt shall be painted with hot asphalt emulsion and be Covered with dry paving sand before the asphalt solidifies. 54-3.08 TEMPORARY PAVEMENT PATCNI NG Pavement patching material shall be "cold plant mix" for temporary pavement patch. It shall be placed in Strict Compliance with Section 54 of the Standard Specifications or as directed by the Engineer, 54-4 MEASUREMENT A,NOO PAYMENT j4-4.01 ASPHALT CONCRETE PAVEMENT PATCHING '■■ Measurement for asphalt concrete pavement patching will be made by the square yard on the plane of the surface patched and will be based on the actual length and width of the Patch. Payment will be at the unit contract price bid per square yard for "Asphalt Concrete Pavement Patching" and shall be full compensation for all labor, materials. tools, and equipment required in furnishing, placing and compacting the crushed rock and asphalt concrete Class "8", 4-4.02 TEMPORARY PAVEMENT PATCHING Measurement for "cold plant mix' for temporary pavement patching will be incidental to the project. No extra or separate payment will be mad. for the placing of temporary "Cold plant mix" asphalt. 1 TP-11 Ali f1UN 5) PINISNING 7ECNNt CAI PROVISIONS 1 cont-tdeder thi n9. cl Altp CttiU? nl fo 't�cn e cts[lorto a"mP and t°on t ral neo ct and rat torat-on no SeParateother than or extra asphalt.", a nt of`any ha 11 kind bewill1 i 1 1 1 1 1 1 1 1 7P,1Z 1 1 / / d t 1 STANDARD DRAWINGS / r 1 r / r 1 i r 1 1 1 J .n rllYtruln-x+. r'»r Lytrn yR\b yF p� wryL Yn.w\r wnm try � �•5nn e�tWs xtn tN[\. ' \y rrN NRYI FYxt 1pW »I\R.ILf Ifi n' ILY[IO MIY[y(y YISY INY IIN r1-1»\(' HWI FYb t[[N[[A{Yly lyp fi YR5 td[i q.r1flH tyn\RM IWL r A 911Nr»x tlplp[IIP I»I R[pF ; »xId[IIY rIN y Rf\tRf� u f CWB NfY INx n IYtt([ Nn �y1•Itb.yyxf r YIIIIIII.�(I'yrY14W NMfta pY(r iRtt xiFf<M W ' hA[.rM!»xNF n61{ ro MIY�Mtt 4�5�Ny firSp A'tLW,t[yx0 A�.LIRr,5L(Mf tWt Ylrn(»TI[P[4Mp 5I L(stw Ib.�n MY 51yIR LVM 'ryy n»yL t\m Ij 92" WATER SERVICE I�„"".n «rrn Rnt w €1 —lµy.yNxo lua..n.rr vry 5nn n.m Fm toy\ xc Rnt w.e NAI\n :7 I I -A'yY YR Nn tF11•» I txN.tIN tl(gW n yrun to e» ¢I +Lnr NrF trV YIF LMr un ry tMnY � � it nn.a entL ro y»u1.tf. -nsf 9 tOVMl.IT tW IR}HH iMN J fMI"5'tyr[xN\M� .. YY nmt unrt5 qwL»+uLw / - ;_yq v,u.nx5. l 5fM[[n 01Rtb•Y»' / —._..._. 7 rxnLt•b»tm b rin /',/ ym yn{ro x <W\np[r M:In 14n1t[Lly YO YWSI 15 r0 13 k 4:(v Y M runrl[INtyL �' nn 'a` 5tn(prNr yly tMtlx LCN!(»�b Ilrl t4YR »WNnt<Y[p.Y.IxlS Y.M 4L(Yinv -'� If y yM.1Y�µ�LM NI.WnrN �Lw pY 10 tt\ny�S d.tR! WryO R'nrMl MIr tlnlLl Lln/ MIY»rytly SULt I\[Mn »u Ib a(x•�u rtmn uy»ym rn1 YF r Ilk I* WATER SEMCE ^�M xnn(51b lutny SR6. tlxS.Ot t[Rn y Nt ant Mnn 'xi4t Aytf I[VI yY(IL(Ilw !pY»Ytll.[I. WATER STANDARD DETAIL CITY OF RENTON w(N Nu[ DEPARTMENT OF PUBLIC WORKS i 1 I rNt wkw. YtY tnl.!MIN'wmsff ap.n iptl,,,,. f•.R tA.r%N YYY NYYn ifYRn N Y 1Kltt1 IeY PYtnf . w4 N f/Yf IYYfpnw ruW �b,N.pRri�Yll Y NYMt 1 L �j l\\\ twt t4 YI.Y IIYt YYw tWfn tI YIY.IY N ftlt 1nt,RY. \ IYN YIV,.I SW,Y � takY»t N r pNY ffr rol. PLAN £L£1MTION FM HYDRANT GUM POSTS ty'y , u Y t1iYNt: itW�nN Intl r.YYtl INNI/p�fW I.S�r.�q Py, J rNrl�l 1.n5 Yf11YY IiN p.Ilwtl 1,p MrYnN lYµ.V'Ktlw�W MMH PV.WM\uf5 )1"pN f tqM WtM{, M 1) RL tMN(1rM Ytrplt ' UpPp SyYM v IMH.(tplV�P',p•.y NIn, MYNl wt�i NRYY YtYi�Y6.ue.IiY WHYS N R»�Rlf W lu qp Wit Y»�n M{HRIt�N ttW p.\Y�rf, IYR Yip».a Na�M P WMt CUT Kt NUau 1 ntptl(IrtpiP �..ipf itt(Yfi�NI Iyp St• tIIl cirr f-Nr urnP.... iflgY p51 Ytt{N. tor. t i »Yry kb ...[Y; i0 r(l.nh 4 tytf)1Y Ctlt[, a' e :w ,�Y Yfl YK q.ftYO t KtW'.i4 r6nl, �N4 NN,{WI It p MtaH �t N.rt .n,w YtHO kP♦M.(WI Y.<ttW t.'N i.\Ip4 Y <� +_J Y»INt Pt 1�Y}y0 rY n Irt �YY'1iH1 ill Wt.\INS. Lj FIRE HYDRANT ASSMMLY FILL FOE HYDRANT LOCATION Ni ■ CUT OR FILL ■ WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS p ' CONCRETE_BLO KING SIZM MOCZpME �-- ww�r•.h.[ a�,a.'.. �..wr � • rN 1 h t4 Nr.b✓[M ] N•N r w .r4].r > Nrtx VP nWZ 4[firm . M yM•«tar N N•ai•a\«. ].v ww •la�:�4r T+1rrN+eemwr n arm N«e IIn1Y;rl•11 II( 1 ' I W. N•�'y p t.wen -•M t«.«Y M.a w.r«up[«+>t1Y N Xn NM•1 .hn.N[b W nr 1✓[rl e4 N Wr:1 tr.v e M I 4v am wW x]Im ' r Tl[ \ a w[w w•[mt ' .N.. FIGURE 1 YCSE IDI(PxvElt vEWE lE1M liDC+mG, l NI. . .w.a,.r.nrv•r bP-�=]�—• T XE �A '�'���0.M1>IO t] ' . .ama.r n.-•[µ[m wl• •= TABLE I ,uY -'�.4•na'n•t IIH NR «� r1U r,tN:r •tl-`f1' �'[N' ' 1 luraf a a w'n` . W.eM MN N.0 YY Mx q� iY•ia.•r�.«f.l. W 1.1x S.IR c-11 dR lY N N w,w ry ra.:a«.r s:,[y•rN r Y' _pl I.w II.K y I.W [.H1 uw awwewl f p µ.lm u.W I[.5Y l.ra lW n[tw.rN�:.er•.. Ie tx b.fP ,w n.w 'i.m I,Y] >.i Yr•tN�. et.vn-a.n rr In Bo N.Im ssi: is.ir �.ox f.tr .r Yr� ri•i 1 wN a f N[enn I •«,r m»«mry.rim•«-. tY aw c.fw nAm M fx 't.W :e.ix Iw lr./>e, is YI x.w •I. N.W a.w N N,w w N].w Miee M.W f,lm �r.w iM.x n•Ya y rm' r n am a r•M nl-1'wl N YI.Im tb:w Ify.`x w.w no 13. y.aa a.near«a.Y\I'U, i*.qt Y y r[•nrval ]r f n [ i r leµrr.+W lam Nr P[n s[[ew P'aai �. � .n er•Nl�w>rai••u' 1 YNf aux 1. ' er,r rr N em.N.-:ma.�G....'.ww'.a olm [,..'. '- :•»Nen..11«[.rr..[.r,>n,.[ '• ' WATER STANDARD DETAIL CITY OF RENTON « DEPARTMENT OF PUBLIC WORKS wlNfree. »[. 1 TIE ROD SELECTpR TAlLE to I.MI - 4.M 1 � 4.fy M• rM i�'�_ IN�y1 Y � ♦tlz _ Y1 1 I zllll ry ryl YY 1 YI W Wf•••I 4 411Mw twrRM1 M y tp n� i . fl',�•ri yltN�:r yy1 wz1 rY tlr N4..w0.{w I.4t N fir{f'O.ItI Y Klwrpr N LYwi 44w 1 TN O NM{I!If.z[t Y�l4 wt Ilu�1��Wt{M WO Y RYI[l M.I!bin I.ff l�Ns.ul."w.1 Y\Aill u SMry.[wpu.:w w li4 Tt.l 511[W[IYfY.�w w IpM1 �'Y Yh. I 'IaW [L4MI.tfA 1 CAST ON LUGS E • '-'� FIRE HYDRANT 4ND OATS VALV TIE BOLT v �'LINr RETAINER CLAMv iTIE ROD ATTACHMENTS 1 1 WATER STANDARD DETAIL 1 CITY OF RENTON DEDARTMENT OF PUBLIC WORKS t'Yyt f' Ywrtl.. IrR tl hrrV fir' e,t ! ���������r✓�� w Irrf. I ,w YH '1 Y�taY PLAN LW ! Ywrtl{ry. MrY{Mrw rO ri�wl[Yiwj Ili'.rii' ! YI{'hrtlwry Rl,Rp n. w.M '��,V9MiR u11H�W 4rfW W.IwtY.�.1}� � it yw.H{rO.rR Mf, .H, CY.e yyF %[RME y, baq Y wtn� .-x' rr yn r:a .Y•a{wu ! iipp��;d• _qh #.re fur y[[Iw ELEVATION ! 2R ILOW-OFF .;SSEMBIY WATER STANDARD DE7A lL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS GENERAL MISCELLANEOUS I VALVE i D►eRArlwb DETAILS[XTE N UT OFTASL Ott 11 ro'F t[ar+` / c r'swll li I; 1. �-e3w'-Lo- I'Rrr ssa[ 1�4��� In-ae.u¢ans. [tau u aalao. tmal�ar(]I rtr:a[Ma,'rWrt+ul •u[[o k�W'O�e[r a!t�]pyl�a ).Y sR%a.. o-srtn isi[ir[si0i5 r A a r r]e. d a:iir p��.s[tr�� w�i•• r"n' r�x iesuyy+'. GENERAL NOTES THAT SHOULD SE ON WATER PLAN SEALALL VANE MARKER KY—M.Y17 E POST Ts ELEVATIONS etll.«t fu^4M ° 1�wnr°yo,�"••o-ty w.WM. of / } of �N.rW«NhN VI.NM4 rAnt.n.<q l tnt FrNa e/ Hr«In+rY M[o M Y r��Mp1nM MI WtIhIWII t�IfY«.e nF fMer.� M![r I11rN.H M 4.1 )e`•t I1Y M to H H.wlh IM Ih le [pelf wter«0.b�ll`WAt, t«ry[!�r°eY.1fWl NIa451[.,YMI.I]>Y [ :Y+F IMIY.i el ref+F «I o ` I«NIrF y YYrH r 41I M Nre«hl «r�rllwY Fh'n.He14+ 4 M IMI HM I'.Ip+O.n I fwlx4«°t 4MY[y.lr«`* 4 °hNtH WIIMY tYIY]M'YIM fhlwlY.rin htln N 1 ryMNan'.«!r« HnM.Iae�r«M.In Ih M««`0 MM Vtlull u.u.n,4+M1r°�.°v,Mfn w+IhytVe+raY1C[��e{Tf4Ca!] 1 h~rr4u]MfiM[IM•NM.NrIr'Y IU I.aur.Nl YfNl. re.«rh 4•+'Ml IYa'alYt(p Fly 1C Yy[[ KMhl X O4 10. ell(Mn.NI«s M CIHh.i yp�hr Wrl<F.rFN eO Yh•I[o« ' Nt,[SYl.14LIq�[Xl Wr trei tiMlM4 hl�tia v'«p 40i1Yll,'t....t.«�hfaW HW[rH or bYl AS mlaptw 14f°1[Kt ply rye 11. �ea^Y 14 Mtn br.r![M.1 I•FMh[iF eIWtV 11)N 11an W ' ++W[o[Ka. �4+'14 aselm Ir rnn N Ml+ltlr 4 u Mllry Fnry] r la'uH u.«lrpfF.wlwt 4.;rt.°I°t'r�i ne.....•url r«.e, �mow„ ' WATER STANDARD DETAIL-� CITY OF RENTON DEPARTMENT OF PUBLIC WORKS DECHLORINATION 1 .REL.►ENT vAacass: uLart+r OF cHar.Als ntoiaim pP)rbM.ean a.6PrtlP�C OiN ralNbw a�..r wb+md ^e mEirtl.bYLn NalW�+abrrw.kW hm.:..i TAKE ' Naa.Pc�.ib.1dwr.en NPaf.ra+a'. ]ir.° aNden.sal raPTaw]>ti..wad Nca•n.x+. .,.. 1b bAWVaa c�aw.am O.rrYa.WYlP 1. blrl]mPrl.lcm Taw,.�eon Nra.rPd aVP.ra"•.vary W Tb•I1r.11rowMw1 NYn.�mrSr.aWr n N Pa✓•P Lallpl�Y-WC b f T Maaa p.lrL.Pa r!le bp. IW6d04Y.aLler'CMa1a.IbpwOb W..Ye'�:L W Yf M+,pw. M1Par G.orr�Cvvwalm b M tom OabL a wLx FaaveL y.s-ano a.Y...a one an..e O�.lf a b/LaP/I LiM.L/'�rN NSOir Colton Gvsabrr Tbuupe SOiVn BIPia �i_WPI ( � BrMe 1/PWLI orr a o. o 0 oa x o. oa oa n oe ow o« x o e,a o!s w Lrr..wlv,rLVra aura wum d N LiGP+lrr.or crwrvb wP b of0.r.a w�q«ary+e a aao..em a.nww ra n ma a.Lb vb.r or.iPw N wbm N dwrVll Pwb b WObl4 N a!,Pe mvY u9 b.cbmV�bn cOndf]ra OP[+W 1 `APPLOUCIM LOM tIXPLHI6 far Mib 09Pinb adar'n.lJn M b.CMy.I p'¢Y.MY N `M W4.Ie FOOpP. af1'/x'PYE aPPr in a L/.Pnrrb'.,�b Ptl aa19 a✓s'art+uta LAI S 211N mur'QN,pMr.E MrWM d.bCaKIWnM CbnYb qPa Kryla� MAI Y« TP.6T36111b1Tt'50A ' I,DdacrWnrral^Y CTnolrw wart/Yae.drwrr L CaiaerP ib01L�P. imp Cr+neP..Ira fa IPu.bLPa.+AM.mnrmram d N e+er.+Pa.P"a TP.S T nrorP.vu.N fORM1T01�n+Ne a ncanPSEw nla.me TAOrV v« n-e¢]o b N UYnwYE wP,M b M P.cGrerrl r.!in ancn WaWI M!d aKMMrrit' CbnNJI faYa wIW]n V W A Ib na0 LMrrwaf CV .a Ntw TbMMs w¢rY gaabr+'fAawMNOV`Wnnalm }V]NE 9IPPF Cer II M'v'.:,.dn aL 0.aPrnuas RfaWMM N OPea SMIk.VM TP.515TF n®SHb,9r rwW!b NW N"rIPP.MO wrP norn N aglnre PROCIMf OWE; 11 P.Ide L.was,oar CpaYaaPa O]alaLib LL.LbPa]. �d.M1 Lrb WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS ENDING OF FILE , I „= W-omli)4 IV, Ld4e N. W. 5'H ,51t �0 5 lzo �.