Loading...
HomeMy WebLinkAboutWTR2700725 W 725 8" Watermain Replacement Seneca & Stevens 1 X BEGINNING OF FILE FILE TITLE lVatermain "Rep laceftlent Seneca w St even s E n 91ri evirig � 0.'�i�rro5 COST OAIA AND INVLNIORY SUBJECT: CITY PROJLCT NUMBERS: W- -- NAME Of PROJ S. ECT -- TO: CITY OF RENTON FROM: UTILITIES DIVISION 200 MILL AVE. 50. RENTON WA 98055 DATE: Per your request, the following information is furnished concerning costs for improve- ments installed for the above referenced project. WATER SYSTEM: Length Size Type L.F. OF WATERMAIN L.F. OF WATERMAIN _ L.F. OF WATERMAIN —� L.F. OF WATERMAIN EACH OF ` GATE VALVES EACH OF GATE VALVES EACH OF GATE Vf l.V[. Size Type SUBTOTAL S __ _ EACH OF FIRE HYDRANT ASSEMBLIES $ (COST OF FIRE HYDRANTS MUST BE LISTED SEPARATELY). TOTAL COST FOR WATER SYSTEM S SANITARY SEWER SYSTEM: Length Size Type L.F. OF "_ SEWER MAIN L.F. OF ,�" SEWER MAIN L.F. OF _ — SEWER MAIN EACH OF 5Il1METEA MANHOLES TOTAL COST FOR SANITARY SEWER SYSTEM $ STORM DRAINAGE SYSTEM: Length Size Type L.F. OF " STORM LINE _. L.F. OF _ STORM LINE L.F. OF _ + STORM LINE L.F. OF STORM LINE TOTAL COST FOR STORM DRAINAGE SYSTEM S STREET IWROVEMENTS: (including Curb, Gutter, Sidewalk) TOTAL COST FOR STREET IMPROVEMENTS S I-GN�fU-UT -- (SIGNATORY MUST BE AUTHORIZED AGENT OR OWNER OF SUBJECT DEVELOPMENT) COPY AWARDED la Contract NOXAGI12ml TO Ll N UTILITY ENGINEERING BID PROPOSAL AND SPECIFICATIONS WATER PROJECT NO. 720 STEVENS AVE. N.W. TO SENECA AVE. N.W. WATERMAIN INTERTIE CITY OF RENTON PUBLIC WORKS DEPARTMENT MUNICIPAL BUILDING. MO Mitt AVE S PENTON, WASH 98055 • 0001235 2631 W-725 Project Info Sheet PHONE: CONTRACTOR: J. Small Construction Co. 432-5453 27854 S.E. 215th St. maple valley WA 98038 INSURANCE AGENCY: Corroon 8 Black, _. 583-2300 2911 Second Ave. (Darlene) P.O. Box C 34201 Seattle WA 98124 BONDING AGENCY: Corroon 8 Black, Inc. 583-2300 2911 Second Ave. (Darlene) P.O. Box C 34201 I Seattle WA 98124 t i I I i I ` CITY OF RENTON BID PROPOSAL AND SPECIFICATIONS INDEX Page Title Page i Index ii Scope of Work iii Vicinity Map iv Call for Bids v Instructions to Bidders I Summary of Fair Practices/City of Renton *Certification by Proposed Contractor/Sub-contractor/Supplier/Ref. EEO 222 *Minority and Women's Business Enterprise Participatior 3 *Certification of EEO 4 *Certification of Bidder's Affirmative Action Plan 6 *Non-Collusion Affidavit 7 *Certification Re. Assignment of Antitrust claims to Purchaser 8 *Minimum Wage Form 9 *Bid Bond Form 10 *Proposal 11 *Schedule of Prices 14 Bond to the City of Renton 15 Contract Agreement 1EA *EEO Compliance Report Sample Form And Instructions 22 Environmental Regulation Listing 25 Special Provisions 42 Technical Provisions Standard Drawings (if Applicable) Project Plans (Attached) Documents marked * above must be executed by the Contractor, President and Vice-Presidert or Secretary if Corporation by-laws permit. All pages must be signed. In event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the Bid Document. City of Renton Public Works Depactment Renton, Washington 98055 tin CITY OF RENTON WATER PROJECT NO. 725 STEVENS AVE. N.W. TO SENECA AVE. N W. WA)LRMAIN SCOPE OF WORK THE WORK INVOLVED UNDER THE TERMS OF THIS CONTRACT SHALL BE THE COMPLETE INSTALLATION, STERILIZATION, AND TESTING, OF THE WATER MAIN EXTENSION BETWEEN STEVENS AVE. N.W. AND SENECA AVE. N.W. ON A PUBLICLY HELD EASEMENT ,ACROSS PRIVATE- PROPERTY. THE WORK SHALL INCLUDE, BUT NOT BE LIMITED TO, EXCAVATION, BACKFILL AND COMPAC- TION, INSTALLATION OF AN 8" WATERMAIN, FITTINGS, VALVE ASSEMBLIES, CONNECTIONS TO THE EXISTING SYSTEM, COMPLETE RESTORATION OF ALL IMPROVED AND UNIMPROVED AREAS, AND PIPELINE AND HILLSIDE ANCHORS. 1 i + L/1KE WASHINOTpN �n N W / Q � L � 0 RENTON AI PO T Z x N Q �F S RENTON BRONSON WAY PROJECT SITE APLE VALLEY HIWAY E� CEDAR RIVER z_ PARK 7th CEDAR RIVER 1 0 + LONGACRES j RACE TRACK 1 I VICINITY MAP (Non-FHWA Only) CITY OF RENTON CALL FOR 81DS STEVENS AVE. N.W. TO SENECA AVE. N.W WATERMAIN - W-725. Sealed bids will be received until 2:30 p.m. , July 22 , 1983 at the City Clerk's office and will be opened and publicly read in the 4th Floor Conference Room, Renton Municipal Building, 200 Mill Ave. South. The work to be performed within,working days from the date of commencement under this contract shall include, but not be limited to: FURNISHING AND INSTALLING APPROXIMATELY 425 L.F. OF 8-INCH DUCTILE IRON PIPE AND APPURTENANCES. 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 Renton Municipal building for a deposit of $ 25 00 each set plus $ 14 to cover postage, if mailed. The deposit will Q- a refunded 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 or bid bond in the amount of five percent (5%) of the total amount of each bid must accompany each bid. The City's rair Practices and Non-Discrimination Policies shall apply. Deputy City Clerk Published: Record Chronicle: July 8th 6 15 , 1983 Daily Journal of July 8th s 15 , 1983 Commerce 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 , until 2:30 o'CIoCK p.m. , on the date specified In the Call for Bids. At this time the bids will be publicly opened and read, after whici the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understooa to be only approximate. Final payment will be bated on field measurement of actual quantities and at the urit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shalt satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of a) ) 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. G. The right is reserved to reject any and/or ail 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 provided he ente-s into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail , or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory . No opportunity will be offered for oral explanation except as the City may request further information on particular points. 9. The bidder shall , upon request, ,urnish information to the City as to his financial and proatical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. Rev. 7/15/81 E MIBIT "A" CI:'Y OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 2340 The policy of the City of Renton is to promote and afford equal trec'm*nt and service to all oitisens and to assure equal employ- ment opportunity to all persone regard!*** of race; creed; color; ethnicity; national origin; see; the presence of a non-jab-related physical, sensory, or mental handicap; age; or marital status. This policy shall be based on the principles of equal employment opportunity and affirmative action guidelines as set forth in federal, state and local lams. All departments of the City of Renton shall adhere to the following guidelines: (I) EMPLOYMENT PRACTICES - All activities relating to employ- ment suo as recruitment, selection, promotion, termination and training shalt be conducted in a non-discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with governing Civil Service Laws and the agreement between the City of Renton and the Weshington State Council of County and City Employees. (21 COOPERATION WITN NUMAN RIGHTS ORGANIZATIONS - The City of enton will cooperate JuNy with a1Z organisations an? commission# organised to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PROGRAM - The City of Penton Affirmative .Action rogram willa maintained to facilitate equitable representation within the City workforce and to assure equal employment opportunity to all. It shall be the responsibility and duty of all City officials and empZoyeee to carry out the policies, guidelines and corrective measures as #at forth by this program. Corrective employment programs may be established by the Mayer on the rccommendation of an Affirmative Action Committee for those departments in which a protected class of empZoy#se is under-represented. (41 CONTRACTORS' OBLIGATION - Contractor*, subcontractor• and supp sere con ucting business with the City of Renton *halt affirm and subscribe to the Fair Practices and Non- Discrimination policies set forth by law and in the Affirmative Action Program. Copies of this policy shall be distributed to all Ci`y employees, *hall app*ar in all opsrational documentation of the 0 ty, including bid calls, and shall be prominentZy displayed in appropriate City facilities. CONCURRED IN Ly the City Council of the City of Renton, Washington, this 2nd day of June 1980. CITY OF PENTON: REENN1TON CITY COUNCIL: �On�J4hN r}•S�nd`e0f�'�, _ ��w�ue_✓ �,l.�.tce„w Mayor—'T Council President Attest: Iesuads July 30, 1972 n1� Revised: February 9, 1976 i Cl arii /, Revised: June 2, 1980 ty C k CERTIFICATION BY PROPOSED CONTRACTOR, SUBCONTRACTOR AND SUPPLIER REGARDING EQUAL EMPLOYMENT OPPORTUNITY vs �O r awl n lac Or �y-_ 7' 7'r0 we AM INSTRUCTIONS This eertlfieation is required pursuant to Federal executive Order 11246. The implementing rules and regulations provide Net any ciddor or prospective contractor, or any of their proposed subcontractors and suppliers, al zll state as an initial part of the bid or negotiations of the contract whether it h&a participated in any previous contract or subcontract subject to the equal opportunity clauses and, if so, whether it has tiled all compliance reports due under applicable instructions. The City has heretofore adopted Resolution 2340 under date of J'Jne 1. 1980, amendinq a "Fair Practices Policy,` as implemented by an "Affirmative Action Program" therein amendinq the policy Of the City of Renton to promote and afford equal treatment and service to all citizens and to assure equal employment Opportunity based on ability a;,' fl vas to all persons regardless of race; creed: colors ethnicity. national origins sexs the presence of a ncn-job-related physical, sensory or mental handicaps sea or marital status. This policy shall likewise mpplY to all contractor&, subcontractors and supplier, conducting business with the City of Renton who to turn shall affirm and subscribe to geld practices and policies. The aforementioned provisions shall not apply to contracts or subcontracts tar standard cowzercial suppliers cr raw materials or firms or organizations with less than eight employees or contracts of less then $10,000 business per &nnum with the City. when the Contractor/Suficwriractur/Supplier (hereinafter referred to as the Contractor) to required by the City of Renton to submit an Affirmative Action Plan, the minimum acceptable precentage of minority employmert will be that percentage which is currently listed in "Appendix I" (City of Renton Goals and Timetables) in the published City of Renton Affirmative Action Program, i.e. 9.1%. This Program .An available for review at the Municipal Building. The undersigned contractor therefore covenants, stipulates and agrees that luting the performance of this contract hr will not discriminate against any person in hiring, promoting, discharging, compen- sating or any other term or con•lition of employment, by maser, of su.h person's status, reference the (ll) categories listed in par&. 1 above. Contractor further &glee■ that he will take affirmative and continuous action to insure full CQRPli&nct with such policy and program in all respects; it being attictly understood and agreed that failure to comply with any of the terms of said provisions shall be and constitute a material breach of this Contract. Contractor shall, upon request and/or an soon as possible thereafter, tarnish unto the City any and all information and reports required by the City to determine whether full complianca has been made by the contractor with said policy and program and contractor will permit access to his books, records and accounts by the City for the purpose of investigation to saceitain such compliance. Contractor further acknowledges that he has re—ived a true and complete copy of the City's "Fair Practices Policy." Contract Identification Number CERTIFICATION SYt CONTRACTOR SUBCONTRACTOR OC„SUPPLIER NAME t �i- l AODRESSa � 'i - _� - Z J REPRESENTATIVES}� �__. TITLE% R).r PHONE% i 1. Contractor/Subcontractor/Supplier has p rticipated in a previous contract or subcontract subject to the Equal Opportunity Clause, /Yas _No 2. Compliance reports were required to be filed in connection with such contract or subcontract: as `No 1. Contr actor/Subcontrac or/Supplier has filed all compliance reports due under applicable instructiones ✓Yes No a. It gnswar to item ) is "No", please explain in detail on reverse side of this certification. CERTIFICATION% T7 information above is true and/complete to the best of my knowledge and belief. &mg and Title of Signor 1please or PrIntl signature N Reviewed by City Authority% Detat Rev, 1/11/83 6 AFFIRMnTIVS eCTIUN PROGRAM J. SMALL CONSTRUCTION CO. hereinafter �mo= "obli'gatg aes to the pursuant to following plan in meeting its equal opportunity Executive Order 11246 and Title VI and VII of the Civil Rights Act of 1Q64. 1 , EQUAL EMPLOYMENT OPPORTUNITY POLICY "JSCC"s policy assures that applicants will be employed and will be treated during employment without regard to race , creed, color, enthieity , national origin, the presence of a non-job-related physical, sensory, or mental handicap, age or marital status. This policy shall apply to every aspect of employment; upgrading, demotion; recruitment; layoff or termination; pay scales; and apprenticeship or on the job training. 2. EQUAL MeLOYMFNT OPPORTUNITY OFFICER s EEO Officer "JSCC" hereby designates Pamela V. Small, Owner, with full authority to administer and promote an active program of equal employment opportunity. 3, DISSEMINATIUN OF POLICY promote , demote , a. "JSCC" personnel authorized to hire , supervise, p and terminate employees who recommend such action or are in- volved in any of these actions will be made fully cognizant of and will implement "JSCC"s policy and contractual respon- sibilities. To insure the advice is carried out the following will be taken: 1. Meetings of foreman, leadmen, and personnel indicated in the above will be held periodically not lees than semi-ani.ually and "JSCC" 's equal opportunity employment policy and its implementation reviewed and explained. These meetings will be conducted by the EBU Officer. 2. All new foremen, leadmen and personnel indicated in 3a above will be thoroughly indoctrinated by the BBC officer covering "JSCC" 'a equal employment opportunity obligations within 30 days following hiring in. A . RECRUITMENT a, Any advertisements for employment in the newspaper shall include • an Equal Employment Opportunity Employer" or recruitment for "JSCC" s employees will be by Affirmitive Action order to the State Employment Security Commission when a vacancy is to be filled by a minority group person. b. "JSCC" will encourage employes to refer minority group applicants for employment in discussions regarding the procedure for such referr and by posting appropriate notes and bullteins on employee bulletin boards. 5. PERSCUNEL ACTION.? a. All benefits, monetary and working conditions will be extended Without regard to race, color, religion, sex ^r national origin. The following actions will be taken : 1 . Periodic inspections of facilities will be made to insure non-discriminatory treatment of personnel. 2. Wage evaluation made to insure non-discriminatory wage practices. 3. Periodically review personel actions for evidence of discrimination and take corrective action where indicates` . 4. Investigate in full all complaints of alledged discrimination and take appropiate action where indicated and inform all complainants of avenues of appeal. 6. TPWINING AND PROMOTION a. "JSCC" will endeaver to locate, qualify, and increase the skills of minority group employees and applicants. b. Consistent with requirements and as permitted within Federal and State requlations. "JSCC" will fully utilize training programs for the contractual area and advise employees and applicants of these program and their entrance requirements. C. A program of review of training and promotion potential of minority group employees will be conducted and these { employees encouraged to apply for same. 7. UNICNS "JSCC" will seek the cooperation-of unions in increasing oppor- tunities for minority groups within the unions as follows: a. Cooperate with unions to'develope joint training programs + for the qualification of minority group members for member- I ehip, in the unions and increasing skills for higher paving positions. b. Incorporate an equal employment opportunity clause into all 1 ^�•-..�..-•-.�-• ...... ......r.,-... ...• ur...w_'M4'w. bl "Y•Rn:Y^MW Ma*�' a'a'.rp'MRTdLT/di:w.. .. union agreements to th.. end that each union will be contractually bound to refer applicants without regard to their race, color, creed, ethnicity, national origin, sex, the presence of a non- job-related physical sensory or mental handicap, age or marital status. c. If the union is unable or unwilling to refer minority group applicants as loqueated. "JSCC" will fill vacancies without regard to race, color, creed, ethnicity , national origin, sex, the presence of a non job-related physical sensory or mental handicap, age or marital status making every effort to obtain persons in minority groups. 8. SUBCONTR;LCTING "JSCC" will strive to utilize minority group subcontractors or those with meaningful minority group persons in their employment and use all effort to assure such subcontractor compliance with their equal opportunity obligations. 9. REPORTS AND RECCRDS a. "JSCC" will keep those records necessary in determining compli- ance with its equal opportunity obligations. ihey will, indicate- (1) Breakdown by work classification on each city, Federal Federally-assisted project of minority and non-minority group members employed. (2) The progress and efforts being made in cooperation with unions to increase minority group emp4.oymevt opportunities. (3) 'IJSC�;" 's progress and efforts in locating, hiring, train- ing, qualifying and upgrading minority group employees. (4) "JSCC" 's progress and afforts in securing the service of the subcontractors noted in paragraph 8 above. b. All such records will be retained for three years following con- tract completion and be made available for inspection by the Contract Compliance Division at reasonable times. i C. "JSCC" will submit periodical reports on forms furnished by the Compliance Division of its employees and those of its subcontrac- tors, if any. d. "JSCC" will require in every subcontract of $10,000.00 or more a written Affirmitive action Program consisting of all require- ments herein or with such modification as is necessary to ob- igate the subcontractor to a program of Affirmitive Action. Copies of suoh program being retained at "JSCC" 'a office. 10. GOALS "JSCC" hag a complement two employees. se cause of the small size of the operation and the limited turnover of personnel , the company has to commit itself in good faith to attempting to recruit minority individuals in the future , whenever possible . i . � --� .. .�y,�u.r,..r..r..yy�.+t^..;�•nZy ...!ten....��w�'tve ......- .^nM:�y:N'3.7C+�.�� .-.^•1t,:.. � ,.. Rev. 4!K ; PUBLIC WORK UR IMPROVEMENT PARTICIPATION CERTIFICATION: REF. RCW 35.22.650 CDNTRACTS EXCEEDING $10,000 (OR $15.000 FOR WATERMAIN CONSTRUCTION) MINORITY BUSINESS ENTERPRISES (MBE) and WOMENS' MINORITY BUSINESS ENTERPRISES (WMBE) (BUSINESSES OWNED AND OPERATED BY WOMEN) Contractor &&rose that he shall actively solicit the employment of minority group members. Contractor further agrees that he shall actively solicit bids for the subcontracting of goods or services from qualified minority businesses. Contractor shall furnish evidence of his compliance with these requirements of minority employment and solicitation. Contractor further agrees to consider the grant of subcontractors to &41d minority bidders on the basis of substantially equal proposals in the light most favorable to &aid minority businesses. The contractor shall be required to submit evidence of compliance with this section as port of the bid. As used in this section, the term 'minority business" means a business at least fifty—one percent of which is awned by minority group members. Minority group members include, but are not limited to blacks, women, native Americana, Orientals, Eskimos, Aleuts and Spanish Americans. The City will consider sworn affidavits presented by subcontractors in advance of contract award as one means of establishing minority status in accordance with criteria cited above. To be eligible for award of this contract, the bidder must execute and submit, as a part of tha bid, the following certification which will be deemed a part of the resulting contract. A bidder's failure to submit this certification or submission of a false certification shall render his bid nonresponsive. ( INORI BUSINESS E�NSERPRICEkTIFICATION / Certifies that: Name of Bidder (a) 'mil (does not) intend to sublet a portion of the contract work and FMm► (has noti taken affirmative action to seek out and consider minority business enterprises as potential subcontractors. (b) the contacts made with Potential minority business enterprise subcontractors and the results thereof are listed below. Indicate whether MBE or WMBE and Identify minority group. (If necessary, use additional sheet.) !BE Min. Gr. WISE 1' _ ❑ ❑ (Name of Firm, Bid Item, Results of contacts) 2. _ —� ❑ ❑ 3. ❑ ❑ 4. ❑ ❑ S. /Ms• _• � has been designated as the liaison officer for the administration oo the minority business enterprise program for this firm. CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub- contracts subject to the Equal Opportunity Clause and the filing of Required Reports. The bidde. �, proposed subcontractor , hereby certifies that he has �, has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114 or ii246, and that he has ✓, has not , filed with the JOint Reporting Committee the Director the Office of !`edoral Contract Compliance, a Federal Government contracting or administering agency, or the former president's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. (Cowuy) (Tit e Date: Note: Th above certification is required by the Equal Employment Upportunity Regulations of th • Secretary of Labor (41 CFR 60-1.7 (b) (1) , and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10.000 or under are exempt.) i Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1 .7 (b) (i) prevents the award of contracts and subcontracts unless such contractor submits a report covering the deliquent period or such other period specified by the Federal Highways Administral on or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN Bidder is to indicate b:• :hack-mark which of the following statements pertains to this bid package, and is to sign the certification for that specific statement: t7 a) It is hereby certified that the bidder is exempt from the City's Affirmative Action Plan requirements because: "Average annual employment level is less than eight permanent employees, and the •otal contract amount with the City during the current year is less than $10,000." Company Date BY: Title OR b) It is hereby certified that an approved Affirmative Action Plan is on file with the City of Renton, and that said Plan specifiefi goals and timet lea ieh arervfor the c rent c dar y r. Compdhy � Date BY: l .a 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, end it includes: 1) Present utilization of minorities and females by job classification, 2) Goals and "Timetables of Minority and Female Utilization, and 3) Specific Affirmative Action Steps directed at increasing Minority and Female Utilization. Company Date BY: Title OR d) It is hereby certified that an Affirmative Action Plan will be supplied to the City of Renton within five (5) working days of receipt of notification of low-bidder status. Said Plan will be subject to review and approval by the City as a prerequisite to the 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 Female Utilization. Company Date BY: Title Rev. 9/9/75 NON-COLLUSION AFFIDAVIT STATE OF WISHINGTON ) COUNTY OF ) SS being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or, collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to ri;frain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. SIGN HERE: i , Subscribed and sworn before me this ,/ d y of , 19 Tgopary Public i,n an or�ie State of 1 _ p residing at t s/ therein, { i CERTIFICATION RE: ASSIGNMENT OF ANTITRUST CLAIMS TO PURCHASER TO THE CITE 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. Thererore, vendor hereby assigns to purchaser any and all claims for such overcharges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract In addition, vendor warrants and represe,,ts that each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. — 7-Wame of Project JName of Bidder's rm Signature of AutEoriz-eTepresentative of Bidder Ke ate MINIMUM WAGE AFFIDAVIT FORM 'City of Renton 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 employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract; that 1 have read the above and foregoing statement and certificate, .now the contents thereof and the substance as set forth therein is true to my knowledge and belief. i (I UUNTRACTOR Subscribed aid sworn to before me on this Z2L_"w�day of I � � Ndt 1 ary Public in and for the State of Washington i Residing at i BID BOND FORM Herewith find deposit in the form of a certified check, ca:'iier's check, cash, or bid bond in the amount or b which amount is not less the five percent of the to,a` bid. Sign Here BID BOND Know All Men By These Presents: Thv' we, J . Small Construction as Principal , and Hartford Accident and Indemnity Company as Sul ' Y% are held and firmly bound unto the City of Renton, as Obligee, iri the penal sum of Five Percent (SX) of ULLAmo .ntfBid^----- Dollars, for the pay!nent of which the Principal tr., Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such tnat if the Obligee shall make any water Project 1725 Stevens Ave . N.W. to award to the Principal for _ma c n N W W .... -Q-inte,e,t 'i: 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 , gall , in case 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 AMU DATE[) THIS 22nd DAY OF July 19 83 J . on true A T I HarAt�.or�;Ar_Cic�nr c �Inder Coup rny N re Y Teresa L Connell Attorney-in-Pact 0 Received return of deposit in the sum of $ i I HARTFORD ACCIDENT AND INDEMNITY COMPANY 52109 ne"VaNL bweaww POWER OF ATTORNEY snob all men by thew PmsMfts, That this HARTFORD ACCIDENT AND INDEMNITY COM- PANY ,.H. „bn JWv W,WN{ad uftw the 4w.W the Slate of connM.k l mr10 hevfre As pNnbepAl 0I44:6,n"Is Gty of I'.fr11...A CW IV It HAMOId. SWIG c.l Cpn OcINS . d0aa har" 1101, coneG11 NW Onva, e.ILLIAM C. NELSON, HELEN R. NEWMIW. ROBERT M. CARLTON, STEVE JAMES. BUFF NELSON, JAMES B. BINDER, JOSEPH B. SUCNAMM and TERESE L. NcCONKELL, of SEATTLE, WASHINGTON Its tN•and!~ul Atbrheyml+rTFa.:1 Wan he Pl7wat And&us" I*Wh OI aMd AnOneytalwf-Fall.In*MY ae"aw CaPadly J NON,than tee a nomad stow. to Wh.oaeale And.dwldbl.dpa NM at,AA bonds and onanYanga and orw ""a noaga" In tee ,yakwe Yeteq do bane the the QDRW y n As buweaa of pwantWq Ye OdON of PONsfwls flodwvl Ila(as Of PUW a pmaw trust.gfaarams"the PalfOfiNNtfde of constable odef Man mserantr psv- Lws, gu.nanhNnu the P•no.mancr IV naurartbs pm S wham SUM11, boas AM abbepwd by Musa At n ,IaSPnl- Vbs end e,mcub,g a guwwa""borne arms taldalWags r qwW w PaNMed 1n a OCWM Of WMANE Mflla ON by Iaw avowed. .as ' ..nd w twat me HARTF ORO ACCIDENT AND N"hMTY COMPANY MNeby as h1Ay,and to the sam• aal.nl as It such tons and uralMawgs AMt nmM +e�aga aOYgM�.m Ms nakm YNFe N •mere signed try an E.•b,IM Omcw of the HARTFORD ACCIDENT AND INDEMNITY COMW NV Mq waed W abMsd by one olio at Mcn Omen. ua Ew9bY fabbes at,porlMrhe all 91M da said AROMOY(e).P-FSO hey do an Paaeuacs flafepl. Thls DOI Of altwtey a granted by and I.nMt WVWty of the IN w bM N*I*ns 01 By-laws adopted by Ine SlockraY)lars of the HARTFORD ACCIDENT AND INOEMNITT UOMPANY M a meat ny JWy O fta and hold un the 101h day W February, 1943 Mn k N SECT"a TN*Fauraw wady voe-poe pa an+q e n toy seewy a NwOmn,S. .v wt nw.owe are wawa'b mwNINt b F✓iwr.w.w�d.+.[.lane aN aewaN at,'Now aw"wi ans,w.Nlas opb b n Y �/wend Px a note AIa.M vrtrl'n.ow+a NAww Nth A.rw w s.ewnwa w naa.aawwsp silo r aNn w r niw.s aN4 ww,MnNa wb-F,Mr+ Mere Aw uN spur m rv.wy...F F NO loth..tee note ee naeww tiw..e n 1nn {ElT1(Ya�. Ab.Wr.wFp.n.a ha.a ppwa.ry ayabnh .,alas b N Irnw sib YTIYO.f W at,pa.M a rbr.w n.,ye b h.n b .,ru.n.nn deer m Nxw.M bra('.MwrY,K b.teen It,w/M INY G.NianY awwb a^I rw M Uwe 4 W e"IhA-,,w IN,a, 1,I Mew.um.purl fn0 am wm n."ana e•at 0 Mary n Al1e.My-w Fan ante+w as aw0✓V aOml M i.�.nWnr w•�•'y'wa A an kwoM Jaar Ye.arY r,a FMr•a W ante enM al FW part. (:I E.CMp IMAN the Minutes of a maMrfg N IN,Board of Dlml-lda W the HARTFORD ACCIDENT AND INDEM. NITY COMPANY duly ca{ad Arms hams M Ye 11M day ol Jtne, 1976 wEbOLVEO Mean w N same. Aw.tr.V.y-n..pra re TIwnY F Den.E Aaerra VIOW asset ram Yth IWv.as aq a.,w Nods,wa`N awe ter tear sow w an\Ye W.,p,.v.10r pe'A he A. I an0 a r ea mess N r h my-Lass r ter Ca mov TIq dWt M algf"111 m MDMd aft aNlad by taCWNb undo at,by All, aWlefMy,of Re bmimms PAP"uM, 000ped by the Ofmclors of the HARTFORD ACCIDENT AND INDEMNITY COMPANY ad a to GWQ daly,Milled at, hard on Ye M day d AuguM. 1976 ASSMWD Thal. wweas"ben 1. h Sot. Afw�vseA.wOwa w TkawM F D"w AaeMae WeineesnA sasie sen amp 9arI1N,y v FeerPp SasTala,Y.aeon low.h Oat,,a.Si a.fev"�h'.as erb e M oaf Mdf•ib.b aaarb ter• F a a w w I1Mrtih Ir iailriyifAaaa�� wW r•.aOf�Mfa aN rba.e men aN faerYWn tee f� Ap a eneb,y w h flaw MMf. ante teen lerAaN Y � •net - af.a m qq aN Ate awm,oFp Foe afeewr.iN W&� den.Deors we h aesi b•w 6aalwm nee a W..tl b am awn a0r•f a asatwy e al a0 rsleaEae .aLw.e Mew e�M1a��f.b re we wen awe M MewAs r near I.avwP wan Iabinrs e�rkaw M 1wwM ear EIW Ate wM w �wena was h I ifews w any wdI awe.b waO at aN ng wM W berwa Mubas sib latwfals EEY aNa M s•M rfa a.,,F.IE Man tee Conweq w ro-Aa..e.tee,raver b M betl r f.slres+e b.asdf.w Mwwt, In Wdno"W MFOO.the HARTFORD ACCIDENT AND INOEMNITV COMPANY hall fyas ld Yee weep"to be ,igrwn by its Assistant VKe Pm~I and ne conpol.l•t,M b be he,sip aMsad,dwy atla•tad by es Boers".Yes M Jay 0f Augua:, 1976 Anew HARTFORD ACCIDENT AND INDEMNITY COMPANY 1XhwwyA yam- STATE OF CONNECTICUT. f A.erH'Eece FWewN COUNTY OF HARTFORD I On Pv9 9M My 0f A g"t. A O s976, b.elom TO bm a of ty Ca" Tfofhes F Delaney to"known. whe 091 by The duly 5Wpnl dd depot, And say Peal he made{ n :he Cp.n1V of Hat"Wo SIaN of �:OMNCIKUI that M IN the AramtaM V"-Prs.d"W the HARTFORD ACCIDENT AND INDEMNITY COMPANY the bMWApn Muted In at, WI e.Kuwd the above Y.elN,when., KII he knoars an,see of NIr tan rD,pP.a1Kn, lost Ym anal Aff X80 to 00 a" nstN,herw is such cwwaw sev loot n was so ammim Sv ordet of be BOaw 01 uNecwn of a"colwaapt AM FOR ne Wned It, hellla Mem10 by ske Ono, +'IMF STATE OF CONNECTICUT .s IN Ceanaatea.I EFPws W.M 71� lap COUNTY OF HARTFORD. I CERTIFICATE I me unMmlgMd 4ssneM S•cnwry W It, HARTFORD ACCIDENT AND INDEMNITY COMPANY a ComeCb- Cul COMIYA n DO HEREBY CERTIFY ihel the tp,egplrlg at,attached POWER OF ATTORNEY mavens In full kMce .Ind lets not b•rn m *40 and IPMen1101• mat An w IV B•I:I. $8 srms I1. of Dn By-Laws Of Me COmwv And Ms ResWUlens Ot the , .Afd of DW10,s. set two in Ina Iapwef of Allofney am now In tofcr S11jhed at, steeled a1 Me Coy of Hamo,d Dawo lee 2 2 n d My o1 July 119 83 aym iwnr Fngi1,•U r In{ ..hold Aatuw Sa:,sfr. PROPOSAL TO THE CITY OF RENTON RENTON. WASHINGTON Gentlemen: The undersigned hereby certif__ that _,,� has examined the site of the proposed work and ha -.i- read and thuroughly understand .L, the plans, specitications 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 thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) Signature _ Address Names of Members of Partnership: OR Name of President of Corporation Name of Secretary of Corporation — Corporation Organized under the laws of _ With Main Office in State of Washington a! Water Project W-725 Seneca Ave. N.W. to Stevens SCHEDLL.E OF PRICES Ave. N.W, Watermain Extension (Note: unit prices for all items, all extensions and total amount of bid must be shown. show unit Prices an both words and figures and where conflict occurs the written or typed worms sh"I PrevaiI.) ITEM APPROX. ITEM WITji UNIT PRICED BID UNIT PRICE AMOUNT N0. QUANTITY unit Prins to be written in words DOLLARS CTS. DOLLARS CTS. 1 425 L.F. Furnish and Install 8" Class 52 Ductile Iron Main (Tyton Joint) (Section 4.0) /, / A/41 DO A8 7J coo i Per L.F. Words Figures 2 140 Tons Furnish and Install Select Backfill I (Section 5.0) ✓ $ 0", —Py�x OI Per Ton 1 3 10 Tons Furnish and Install Asphaltic Con- crete :,urface Restoration (Section i 9.0) $ 3o as Per Ton 4 30 L.F. Furnish and Install 4" Class 52 Ductile Iron Water Main (Mechanical Joint) � r $ caru ocv pp C<) Per L.F. 5 25 Tons Furnish and Install Crushed Rock Surfacing (Secllon 10.0) ✓ $ -� i Per Ton 6 L.S. Landscape Restoration (Section 12.0) (Minimum $50C Bid) $ _J'un oo 1-412 _ CAD 1 Per Lug Sum 7 15 CY urnish and Install Concrete Block- + Ing (Se tlon 4.0) i $ ti �O o0 00 er C.Y. 8 5 Ea. urnish and Install B" Gate Valve ssem ly and Vault (Section 6.0) / er Each Water Project W-725 SCHEDULE OF PRICES Seneca Ave. N.W. to Stevens Ave. N.M. Matermain Extension (Note, unit praoea for all items, all *-tensions and total amount of Did must be shown. Shaw unit prices an both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY unit Primes to be Written in Nords DOLLARS CTS. DOLLARS CTS. —� — — I 9 . 3 Ea. Transfer Existing Service Connect- Ions to New Pipeline 1 � aOD OD Per Each 10 20 Ea Furnish and Install Mill holders (Section 11 .0) $ �3 co �40 00 or Each I i SUBTOTAL O 8. 1% SALES TAX 21 _ TOTAL �7 I 1 1 I I I I i1 1 - 1 1 1 THE UNDERSIGNED EI2IDER V=BY AGREES TO START CONSTRUCTION WORK ON '016 a CONSECUTIVE IX I D 10 ATE WITHIN DAYS YE2AND TO C0MPL.ET'E THE WORK WITHIN 60 CUTIVE WORKING DATED THIS DAY OF 29 t' + f i SIGNED TITLE ADDRESS •t, , L� TELBLPRONE ,Zn[ CITY OF RENTON BUSINESS LICENSE / � /Iql STATE CONTRACTORS LICENSE / 751yJ�.L_C' /7C ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: NO. DATE NO. DATE_ NO. DATE No. DATE - tlM AND WATjAU&j,-*VqLjW woad. B" 14b. SUSSS34 HARTFORD ACCIDENT AND INDEMNITY COMPANY "N'st"Flulm Nw".,*c ...nwrg Gain KNOW ALL MEN BY THESE PRESENTS: That,........... abGrILLMON ...............I......1.11...................................--.-......... .................................................... ...................................... ...... ................. As lariwipw am .....wjdv 4v.. a QPNNECnC4 AM I"ally dams b""Ma''a the S"'t of WmWv4M,w SUWY-&1W held WA firmly bound Act!9,WigaLad AAA, CITY OF WYMN Sun W wuhms". M the lull A,,; Jat &,,.1. 70DM =%U TIMSOM 1H=,&MMKAW.3a/100 1122.037-32) ----------------Dollars. lawful money al the Um"d Sut". for the payment al which Gum well "d lmly to be Kwmk- —do 134"d ft"w1vW16 Got WW efth of our harm,A""t"ra MAI admrawYMtam,Aucomsws 4-W Mk9M JQ$0tIY And s .Jly.firmly Ly thew,ptMW This bards a vwd in Portaaoca 11 CMPtw 39.04.R*v*W Code of Washigiowt. THE CONDITIONS OF THIS OBLIGATION ARE SUCH. That wittmag the Principal entered low a oinis it wtitainn witb. . ....CM..Qf.jk%M... ......................... ......... ..............I..._................. -........--------- for.......... 11411 3 ................................................................................................. ....................... .....................-.....-............... --..................... --....................................... ................. NOW. TMREPM& if dw F dWN*A*A* 14 *A PwAdWA of 01111111000111111111 NA Pay AN laboollt nubuWa"d M*WOUNW&"i aisr Siablealiticnon PMm &W t. ad 3 ndaOvnwmiwWh IWA, a Wkwpr"%F 163&4 ftlgo&" A L *O b"s ampm" Pilm bfllftevff.that the conditicas of this aW*Mka&S M d%ft 20 my MW 1114iil4der to tht PeAtipW W W My MbCftVW,"W"bW pets is%M , d 4ay so&wwk6 SIGNED AND SEALED,Lb" ........... ....... J. BY; HART199 qMPARY. WITHM in& HARTFORD ACCIDENT AND INDEMNITY COMPANY 521245 rlwlrPn,ceerec.eer POWER OF ATTORNEY Know all Inert by Ilteae Presents. Thai the HARTFORD ACCIDENT AND INDEMNITY COM- PANY.:,co,.~r Ay srrrlanyud unnAsr Ut0 4w_W no SY,Iu W GONtocUcul..ud hawny+IS Mirrcaran uhWu,n no City of HaMHxd. County of Hamond. State O CpinecticUt does Mn ry make, conf olule no Lpp i l WILLIAM C. NELSON, HELEN R NEMMAM. ROOERT M. CARLTON, STEVE JAMES. BUFF NELSON, JAMES B. BINDER, JOSEPH B. BUCHANAN and TERESE L. MCCONNELL. Of SFATTLE, MASH[NGTON as files rhea uwAA,WrneYpFes•F+CL tbm AAI power And atMOMy to each of sand Anomytsl-rn•Fact, in mar separate ore""a Ta10aEP1PIaaM10O1yft-1a flePtad$Owes,to or.aMswids W4 acknowledge any and ad bonds and unaenawngs an., ~ Oleeea w ra elates Plaid. al 4"M$0 convany n its tws,ness of gtsetantee,ng me fidelity of Perorate P�eea 01 p��C Or pNW Wal:gyarSnl="gy penornyrlce of contracts other than insurance Doh. Wa,a11Ma10eee1P M Pefaalllyllee M arufa COatfacl, when surely bonds are accopbd Dy stales and mund,q&. law.M0.eeeelMp M gparaNlaeaq PealOs aro urt0ertakdys spared O peymttW,n an xtrOrla or procwGrw w Dy and to tend the HARTFORD ACCIDENT AND INDEMNITY COMPANY theredy as fully and to in, sam0 hnonl as p ♦,h:h I"w.and uedenn::..,re'any other wn4rgs(Obpagry n Vie nature Ilbfepl wen sapnled by an EAtltuave 011+cer of Ids HARTFORD ACCIDENT AND INDEMNITY CAMPANV shift sealed W atlyted by Ole odw of Such Ofhrors, ads Mnby rMlba W cOnarma W Ihel Aa herd AtlwrseylsFat-Fad may do in pursuance he'", This power O aMlXny ,s gnnled off also~ "It" of the toaowelg pmVlalohe tlf By-Lawa adOWW by the Slockrhvlder6 of the HARTFORO ACCIDENT AND INDEMNITY COMPANY al s mal. 'Pig Wry Called rat Mid w the lobs lay Of February, 1943. MTICLE N ,a p ECpq�a I nrMWa a m Y,OYr•MOwM iM9 suit,try$gM•rY b aeMYn EeCr•wry.6MY,Y,Y PM•r Fria•Y.,p.ty b k, or* Aaraa'ha and aaaeK eenee sub ardrlaw,aA ads sae•swede bbpwe n by nrun A,Ar•PI on•a Rel. lent S.- SECT Mr•,OeY A•WMr1 MnMe,e.YYI AaCrMaa,-FM Ma b sup bFe b Mo/F m wrN itwWX Vr�P+wfbri.aeFFY•Ay.. lea a Abrwyesie4 ere,e•py er Pe..n w,a ArlWsy seer,b Mn. 11 Afl"y 4,,%•her hava pwee,ads M1WY.wew0 bee ferns ar,A Am,erona of,M,ewer d AtWrM esuH W awn ,o `ra ores•,.w bane a aw d,nb,,,y w b sa.a Aw«rare,Ceabany asraa, ..:,,,e u,a•,r. na mw.dv,w ••w,bYvy n M n.we w•rePr rW m roe inabuesa e.eress W rry Ik,a,Affi �nFrl rr,ae M.s P,norb.Wpn we Ca1Wnf•s A vwiio Ur n E.rrarYw Dnur roe baN'd sub Assess w ww wL a wWn Os,rer•. NiTV COMPANYuy the "Miles Of■n WV of this 8021%01 Directors of Ids HARTFORD ACCIDENT AND $NDEM duty used and h91p On Ids I lm day of June. Ipe RESOLVED 4tberl N H Saner AfWan Vo,PmsbwV and TadMF F DeWsy AYsaN Vi Prq Onl. YW N M,f AA Mt,n rr Mid•ua,Par•M euM PPwe,eA roe Vas RNKna use Sewrw a. y woe e a Ares N d b•it,L e a the Ceneery This oCtben of Attorney ,s a" anu sealed by facymle under and by the aulhonly d was blowing Resolution adop try me OW1110 rs of the HARTFORD ACCIDENT AND 1NDEMN1lY COMPANY at a Me" duly caaW am held on the 6m day of August, 1976. RESOLVED The er,Cw RAPrt N ,. S•r,u.Nes,An,Va>t M•s,[ynt sun TMnyr F peiaut, AA.WM VgPsepea er}ry win s+,r maw w AAYAIre 6er,eMN.•an hew V W mw«.W+u+WrM.a.bred.n.,Wes wa suet a rmn,a a Dees a aasrwy w wrpm•e Aw,aY�awelrw w MY F an Prhw w0r9r ubigsi in Div wee we,ea. 04,a suds R Vu-P. rrP,r w•.ao•.hie s,,awrvi a AP OeewA an,,ew war a m•Corm hiss a^caw W an she,di M a m.n.vY a p nY L irar• •dales xwnes PY bcw..Ie. rb m eud,pees✓ a arorney a rarekule 4A,V,P sue.,uvmr WQN1seA a spnv�sues tNtl a rAee a,w ON(/yl��dly~, Y Awrl'0 m f.M PPwd f0 MICYss M CaMeP PY 1er1NW dV11awX M10 IarWM1M MY V4F PI YatP a,tl wrWn4 WU', •Wen W m wr„cl d wtlnN,np b MYJ,n.r N 1V. In Wibm b Whsnof,Ids HARTFORD ACCIDENT AND INDEMNITY COMPANY has caused those presents to bra 11(lMd by his Assistant Vice President,And Ma Corpor IS Mal b be hereo affixed,duly allealW by its Secretory, :M5 9lh Jay of Auyust, 1976. Anos1 HARTFORD ACCIDENT AND INDEMNITY COMPANY Tnwrye F Gw»Y STATE of CONNECTICU7 t eswnaA VWrP.ePeeen COUNTY OF HARTFOPD. 1 >e On INS 9111 Day of Augu91. A 1976.Micro me personallyy Came Thomas F. Delaney.to n1e known. no he"'.g by nle duty sWprn, did depose and asy that he "idea ,n It, CUJnty Of HanfOnd, Slab UI COnnecbcul, Ihd: he is 1he Aseelan Vxe•Aemdwlt Of the HARTFORO ACCIDENT AND INDEMNITY COMPANY.the colpmabon oew,be l m ano wtach e"a0utad the about ublluff Inca IMt he A i0ws the Mal of the Said co=rabw that the seat a"xW 10 the Said �Mirument,s e1Kh corporals Mal:maI n was a] ted Dy order of Ids 60ard Of Directors of said corporation and that he signed Ns name abneb by ska was,STATE OF CONNECTICUT, I .ram Owe Missile, Mawr Paper u Mr CAewwrrl Enna Msrch al law i•OWaTY Of HARTFORD. I CERTIFICATE I the underSgned Assistant Secretary of the HARTFORD ACCIDENT AND INDE`INITY COMPANY, a �onaecm cut CODOfA0OA DO HEREBY CERTIFY that me 101'890019 and Attached POWER OF ATTORNEY remains.n fWf force and Ms not Men revoked Ares lunhermore.mat Article!Y.Sectors 6 and I of the SY-Lawa of Ids Company.and the Resolution$ of the 80610 01 Director. Mt 10" ,A the Pnwen of Attorney. And hew m force 5,9r 1 and 911 at Ins City Cl Hamad Dated the day of 19 rhw eAbr.e ..,•w w u a., t�1 � saw E Lwem -� AsysnN serntrdy ofa N.MI NNII+AIMnIT': �n In.141 Corroon L Black, ILL:. COMPANIES AFFORDING COVERAGES 2911 Second Avenue CDIM'ANY P. A Maryland Casualty Co. . O. BOX C 34201 r+vR Seattle, Washington 98124 COMYAhY LL,TLR B Lloyds of .:don NAML Mto AODMSs M I%.iJ#MU COMP"W C+ Lexington Ins. Co. , Ltd. J. Small Construction Co. uTT(R q _ 22854 S. E. 215th WYANY p. Maple Valley, Washington 98038 (^tR LIM1'ANY UTTIR 1 fuf It 10 LMta,w o 1w caA M R1A4I t:1 Scll To W Tim c It ka b TM YyYrea or nMmve tl10(Me n I(N<a 11 iTa Carle NOIwIMslanbn(Mry regL*NR�NL 1M+D M W MTy canereel or Ofller OTF.LMIMrH tneN Treµn'.:t b OINcn Iles ttRUhWa Illy>M OalFtd a mey gwln.the RILIReIIte dMOed by tM pOM.iM1 AMOWae hrtln M MIOp,e1 to M Ma WM.e11Clwiw MW WTWMRr1s of Such Pak" Limps O L.A t e _ LUMI'ANY TYR a NI6UIIMIL[ pmicv 14~0 �Y Tyy ACM lllT(R UlPIRATiON DATE I ` UINR NCf Act.KGI+f GLNE: LUIBILITV NODILY 1hauR" s 500 L 500 A (43CawaKMAAL ram GL 47576531 5/24/84 W IN1 (s-.OP(MTIONs *PROMMYD"""Gt L 250 1250 rxfto%l(1N AND caLA sr I W AMl •L•1 Atg11G1 UL04110 NALAYU ©PRODUCTSTOMI4(M OKRAIKt MAJARD boDIt Y 1%AJW ANO ®CONTRACTUAL ASUIfAM;t PROP(RTYDAMAGt s s B (X]eTW FD"row PT{RRNTY I *DC 83200 5/24/84DA coMeA(o INULKkotw Ca1riA TOM Lx]Pt ft AAMY tRS AA AMITY 1500 AUTOMOBILE LIABILITY BOPMVINw� s 1Ifyr1 AMP Ipt(AgKH I'[fI�BOWINTI CyJ,C ,ahsIvt Lt.1 IUw l[AON YACCID[NT) 1 A DOM0 NAM 24810675 5/24/84 LAIRD PROPEIT'DAMAG! /_._� 00DIL I ASuw AND S SOO NUN otYNLO MAWLNTY DAMAW COMP N[D ESCESS LIABILITY floorr Ruum AND C M UIMUKUA taw UC 83139 5/24/84 Y INTYUA11AGt s 51000 15,000 ( I IN N I HAN DMDM.LLA COMUME0 FDw 7EMPE RSCOMPENSATION STATUTORY a1Tds LOYEILS'11A61LITY RN;eAOO1NNT OTNEA -- — I - .-- L O(.SCRIPIION OF OPLf K1hDF1LAOCATIOMSMWL(s Project: Water Project #725 - Stevens Avenue N. W. to Seneca Avenue N. W. , Watermain Intertie See Over for Additional Insured as respects this project. ---- _—_ — ---- —a 9-�aQ-l—��g�.n Cancellation: Should any of the above described policies be Tancelle4/beFore tRYfxp ll6nrt"TlTeKt. the issuing Com- pany will GMUSMIMM mad days written notice to the below named certificate holder.XMVQKMXKIOE ilEpJt1DW011>p[O[ rMML Ale)ADOW as ut CLNT 0 C�T t I wN August 15 1983 GATE ISM1E0. City of Renton MDublic Yorks Department enton, Washington 98055 NAN Y J. OS AEON),s{I rRl Additional Insured: City of Renton Including Officers, Employees, or duly authorized agents. Public Works Deportment 200 Mill Avenue South Renton, Washington 98055 0 J. Small ConstJruction Co. 22054 SXE 215lh Maple Valley, WA 98038 206-432-5453 August 15 , 1983 To whom it may concern: I , Pamela V. imall will be the only one signing any and all documents pertaining to the City of Menton Water Project No. 728 Stevens Ave. N.d. to Seneca "ve. N.W. Watermain Intertie. PAMEL. V. SM&U, UWNER J. SMaLL CU9:'.TRUCTION CUMPeNY I i i I i i i DEPARTMENT OF LABOR AND INDUSTRIES , I THIS CERTIFIES THAT THE PERSON NAMED HLREON IS REGISTERED AS PROVIDED BY LAW AS A t GENERAL CONTRACTOR ir REGISI"T"euMase eswaeu an STATE OF WASHINGTON F2 2�—Ot JSHALCO217LE i 05/24/8 .J�j LL CONST CO 22854 S E 215TH HAPLEVALLEY, WA 98038 ue»a�IWI - aciaLias.x;Arz��m>�.�niz'a_tazimr�cl ca.L3.ais�¢r�a,••-iar�.ai:tm�='�+•� L-- DETACH TO DISPLAY CERTIFICATE —J ISSUED 01/19/83 CITY' RENTON 0 1191 SU"M LICENSE AFL K"I CAIUV FEE 1111140 s W' ; * 1.1 ! , FINANCE DIRECTOR L"ns has mWe owicallon for 441�Rsn1Oil ee amass LOcsnse in accordance with the provl• ^ sions of TIVO V,Business Regulatlons Chapter 1,Cod1 of General OrdirwTces of the C IY Of Renton and agrees to comply with sit the repulrements of said ordinance.Llcanses shall furtrW comply with IIII any and all other City Codes,Ordinances6 �list lep0 Regulations eppll Able to the business ab- . - , .en!le IHItY licensed hereunder. w f I d' J SMALL CONSTRUCTIk1N CO`{ys i 22854 SE 215TH MAPLE VALLEY# MA 98038 1 w e. 1 i I tof7 CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this day of �.>w s ,� 19&, by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and J. Smdll Constr�jction Co. hereinafter referred to as "CONTRACTOR." W I T N E S S E T H: 1 ) The Contractor shall within the time stipulated, (to-wit: within 60 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 service,. 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. W-725 for improvement by construction and installation of: H" 0.1 • Watermain between Stevens Ave. N.W. and Seneca Ave. N.W. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and spec- ifications, including any and al , addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having Jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines. tools, equipment and services shall be furnished 2of 7 Contracts Other Than Federal-Aid FHWA and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all require- ments of or arising under the Contract. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreem(nt, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if hereir set out in full , and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps & Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i ) Technical Specifications, if any 3. If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in wr.iting thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a gener 1 3ssignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his Rev. 4/83 Contracts Other Than Federal-Aid FNWA 3 of 7 subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall , upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for t„a account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machi ary, appliances, equipment, plants and other properties belonging to the Ccntractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 4 of 7 Contracts Other Than Federal-Aid FHWA 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 legal expenses incurred by eason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon, or in any way relating to this Contract. This hold harmless and 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 by the City, unless otherwise specifically provided for in this Contract. In the event the City shall , without fault on its part, be made a 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 giving such notice or by its duly authorized representative of such party. Any such Contracts Other Than Federal-Aid FNWA 5 of 7 notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail , , ostage prepaid, certified or registered mail. 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 60 working days from th- date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agr:ed that the damages to the rity occasioned by said delay will be the sum of One hundred Five and No/100s($105.00) 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 i this Contract shall relieve `he Contractor of liability in respect to jany warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the i 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 nail be s I i 1 Contracts Other Than Federal-Aid FHWA fiof 7 obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, pronlress schedules, pay- ro"s, reports, estimates, records at .l 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 bond to be in Lhe 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. I i 11 ) The total amount of this Contract is the sum of Twenty-seven thousand Thirty-seven and 32/100s ($27,037.32) - which includes Washington 1 St.te Sales Tax. Payment. will t,, made to Contractor as specified in the "Special Provisions" of this Contract. I I i 1 Rev. 4/83 i Contracts Other Than 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. CONTRACTuR CITY OF RENTON Pamela V. Small : Owner mayor I ATTEST ) V U ,V Clark d/b/a J. Small Construction Co. Individual ✓ Partnership Corporation A Corporation i tate�� ncl�orporation I 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 Ss 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 j appear followed by d/b/a and name of the company. 1 CONTRACTOR/SUBCONTRACTOR `•t Y G MONTHLY MANPOWER UTILIZATION REPORT REPORTING PERIOD :%�♦ .} Month: Year: To be submitted :o the City's Project Goals and Timetables as committed Engineer during the 1st week of following e"�N„�.�� in Contractor's Affirmative month while contract is in progress. Prime Action Plan % Contractor is responsible for obtaining and submitting all Subcontractor Reports. or per City's Plan 9.1 % To: (Nam end location of Cospliance Agency Dept.) From: (Nose and location of contractor) This report is required by Executi— Order 11246, Section 203. Failure to report can result in sanctions which include suspension, termination, cancellations or debarment of contract. 1 . 2. 3. 4. % 5, b. mino- Total Total Work Hours of Employment (See footnote) rity number lumber of of Classi a• • • c. . rer7 . w/h of minorityEmploy Site- His- ian/ Total totalConparq �a Fame (L D. ) Trade LionsTota Slack snitcSrie re- Lmploy- eee p land Ile w/n ees C A Tr C A Tr C A It A Tr AD Tr Tr AD Tr L An Tr 7• C=pany Official's igneture an a e . Date Signed 9. Telephone IiumDer (Include Area Code) Rev. 11/77 (*Males 6 Females, +'M'_norities G Non-minorities) Page of 7/80 (Submittal Requirements 6 City'3 Goals/Timetables) — i INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT (CITY OF RENTON) i The Employment Utilization Report 1s to be completed by each subject contractor (both prime and subcontractors) and signed by a responsible official of the company. The reports are to be filed on the day required, each month, during the term of the contract, and they shall include the total 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 who 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.) 5. Total Number of Minority Employees . . . . . . . . . . . . Number of minority employees working in contractor's aggregate work force during reporting period. 5. Total Number of Employees . . . . Number of all employees working in contractor's aggregate work force during reporting period. * Minority is defined a; including Blacks, Hispanics, American Indians and Asian and Pacific Islanders - both me-i and women. i REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL P0L�U1TZfA�AS 75RESERVATION OF PUBLIC AA MFCES In accordance with the provisions of Chapter 62 , Laws of 1973 , H.B. 621 , the Contractor shall secure any permits or licenses required by, and comply fully with all provisions of the follow- ing laws, ordinances, and resolutions : Kin County Ordinance No. 1527 requires Building and Land eve opment Division an Hy raulics Division review of grading and filling permits and unclassified use permits in flood hazard areas . Res^lution 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. King _Count�Ordinance No. 800, No. 900, No. 1006 and Resolution No 7T$ No. TTS-5�,�0. o. an No. 11 cad contained in King County o e Titles 8 an 10 are provisions or disposi- tion of refuse and litter in a licensed disposal site and pro- vide penalties for failure to comply . Review by Division of Solid Waste. Pu et Sound Air Pollution Control Agency Regulation I : A regu- lation to con the emission o air contaminants rom all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King , Pierce, Snohomish, and Kitsap Counties' accordance with the Washington Clean Air Act , R.C.IV. 70. WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02 : Requires operators of stationary sources of air conta— minants to maintain records of emissions , periodically re- port to the State information concerning these emissions from his operations , and to make such information available to the public . See Puget Sound Pollution Control Agency Regulation I . R. C.W. 90. 48 : Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protecting of wildlife, birds , game, fish, and other aquatic life, and the industrial development of the State, and to that end requ.re 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 $5,000/day for ear.h violation. R.C.W. 70.95 : Establishes uniform statewide program for handling so i wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R. C.W. 76. 04. 370; Provides for abatement of additional fire haz- er an(Ts upon which, there is forest debris) and extreme fire hazard (areas of additional fire hazard near building , roads , campgrounds , and school grounds) . The owner and/or person respons- ible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists . R.C.W. 76. 04. 010: Defines terms relating to the suppression or abatement-of—To—rest fires or forest fire conditions . R.C.R'. 70. 94. 660: Provides for issuance of burning permits for a sting or prevention, of forest fire hazards , instruction or silvicultural operations . R.C.W. 76. 04. 310: Stipulates that everyone clearing land or c earing rig t-of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses , or at such other times as the department may specify, and in compliance with the law requiring burning permits . R.C.W. 78 . 44 : Laws governing surface mining !including sand, gravel , stone, and earth from borrow pits) which provide for fees anc permits , plan or operation, reclamation plan, bonding , and inspection of operations . W.A.C. 332-18: Delineates all requirements for surface mined la—n— reclamation. W.A.C. 332-24 : Codifies requirements of R.C.W. 76. 04 pertaining to land clearing and burning . U. S. ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of June 13, 1902 : Author- izes ecretary o Army anCorps o ngineer— s to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act (PL92-S00 6 tat. Authorizes the Secretary o t e Army, acting through the Corps of Engineers , to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such discharge will have averse effects on municipal water supplies , shell fish beds and fishery areas and wildlife or recreational areas . MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act a roved March 3, 1899 : rove es t at isc arge o re use wit out a permitinto navigable waters is prohibited. Violation is punishable by fine. Any citi- zen may file a complaint with the U. S. Attorney and share a por- tion of the fine. -2- PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION _Kinj�Co�unty Resolution No . 25789 requires an unclassified use permit for filling , quarrying including borrow pits and associ- ated activities such as asphalt plants , rock crushers) and refuse disposal sites and provides for land reclamation subse- quent to these activities . A copy is available at the Department of Public Works or Building and Land Development Division. Shoreline 11ana ement Act 297I requires a permit for construction on tate s ore Ines. ermit acquired by Public Works and reviewed by Building and Land Development Division. Kin Coun�Ordinance No. 1488 requires permit for grading , land Kin graveT'pits ,�3umping, quarrying and mining operations except on County right-of-way. Review by Building and Land Develop- ment Division. WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME Chi te_ 1 Laws of 1949: Requires hydraulics permit on certain projects12. King County Department of Public Works will obtain. ) WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 173-220: Requires a National PrIlutant Discharge Elimination System j permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. W.A.C. 372 24 : Permit to discharge commercial or industrial waste waters into State surface or ground water (such as gravel washing , pit operations , or any operation which results in a discharge which contains turbidity. ) W.A.C. 508-12-100: Requires permit to use surface water. W.A.C. 508-12-190 : Requires that changes to permits for water use e reviewed y tTie Department of Ecology whenever it is desired to change the purpose of use , the rlace of use, the point of withdrawal and/or the diversion of water. W.A.C. 508-12-220: Requires permit to use ground water. W.A.C. 508-"-260: Requires permit to construct reservoir for water storage. W.A.C. 508- 12- 280 : Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood contro zone. King County Public Works secures one for design. Contractor secures one for his operation (false work design, etc. ) . -3- 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 out oor fires for recreational purposes or yard debris disposal . Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76. 04 , 150, 76. 04. 170, 76. 04 . 180, and 70.94 due to exteme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.W. 76. 08 . 030: Cutting permit required before cutting merchant- aable`tim er. R.C.W. 76. 08 . 275: Operating permit required before operating power equipment in dead or down timber. R.C.W. 78. 44. 080: Requires permit for any surface mining opera- tion inc u ing sand, gravel , stone, and earth from borrow pits) . UNITED STATES ARMY CORPS OF ENGINEERS Section_ 10 of River and Harbor Act of March 3, 1899 : Requires permit orb construction of er t an ri ges , seems S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain) . FIRE PROTECTION DISTRICT R.C.W. 52 . 28 . 010 52. 28. 020 52. 29 . 030, 52 . 28 . 040 , 52 . 28 . 051: rove es authority or, requirements o , an pena ties orfailure 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 Bridge Act o Marc an eneral ri a Act o as amended ugvst equires a permit or construction o rib i naviga-3ie waters (King County Department of Public Works will obtain) . King County Department of Public Works will comply with pertinent sections of the following laws while securing the afore- mentioned permit : Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9. 02(d) (2) (i.iij of Regulation I : Request for verifica- tion of popu atron densrty. ontractor should be sure his opera- tions are in compliance with Regulation I , particularly Section 9.02 (outdoor fires) , Section 9.04 (particulate matter--dust) , and Section 9. 15 (preventing particulate matter from becoming airborne) . -4. PERMITS REQUIRED FOR THE PROJECT - Continued ENVIRONMENTAL PROTECTION AGENCY Title 40, Cha ter Ic, Part 61 : Requires that the Environmental rotection gency a notified S days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer. than S dwelling units) . The above requirements will be applicable only where called for on the various road projects . Copies of th>se permits , ordinances , laws , and resolutions are available for inspection at the Office of the Director of Public Works, 900 King County Administration Building, Seattle, Washington, 98104 . It shall be the responsibility of the Con- tractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made . All permits will be available at construction site . -S- SPECIAL PROVISIONS 4, INDEX APhA i ,',NDAPD SPECIFICATION PEVISIONS SPECIAL PROVISIONS SECTION PAGE SECTION I STANDARD SPECIFICATIONS SP I HEADINGS SP 1 SPECIAL PROVISIONS STRUCTURE SP 1 ACT OF GOD SF 2 SHOP DRAWINGS SP 2 OR EQUAL SP 2 APPROVAL SP 2 SECTION 7 PUBLIC OPENINGS OF BIDS SP 2 SECTION 3 CONSIDERATION OF BIDS SP 3 SECTION 4 PROCEDURE AND PROTEST BY THE CONTRACTOR SP 3 USE OF MATERIALS FOUND ON THE PROJECT SP 4 WASTE SITES SD 4 HOURS OF WORK SP 5 CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS SP 5 SECTION 5 SUBMITTALS SP 5 CONSTRUCTION STAKING SP 5 FINAL ACCEPTANCE SP 7 METHOD OF SERVICE C' NOTICE SP 7 ERRORS AND OMISSIONS SP 7 SECTION 7 SANITATION SP 7 LOAD LIMITS SP 7 WAGES SP 8 RECORDS AND REPORTS SP 9 CONTRACTOR'S RESPONSIBILITY FOR WORK SP 10 RESPONSIBILITY FOR DAMAGE SP 11 PROTECTION ANL RESTORATION OF PROPERTY SP 11 RESTORATION OF STRUCTURES AND SURFACES SP 11 UTILITIES AND SIMILIAR FACILITIES SP 13 PUBLIC LIABILITY AND PROPERTY DAMAGE SP 13 GENERAL SAFETY REQUIREMENTS SP 13 FLAGMEN, BARRICADES, AND SIGNS SP 14 �tC:fION 8 Pk TRESS SCHEDULE SP 14 TIME OF COMPLETION SP 15 LIQUIDATED DAMAGES SP 16 OVERTIME WORK BY OWNER EMPLOYEES SP 16 CONTRACTOR'S PLANT AND LQUIPMENT SP 16 ATTENTION TO WORK SP 16 SECTION 9 MEASUREMENT OF QUANTITIES SP 17 OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS SP 17 SECTION 10 PERMITS AND LICENSES SP 18 APWA STANDARD SPECIFICATIONS CITY OF RENTON SPECIAL PROVISIONS STANDARD SPECIFICATIONS THE STANDARD SPECIFICATIONS FOR MUNICIPAL PUBLIC WORKS CONSTRUCTION PREPARED BY THE WASHINGTON STATE CF 'PTER OF THE AMERICAN PUBLIC WORKS ASSOCIATION, 1981 EDITION, SHALL a.. HEREINAFTER REFERRED TO AS THE "STANDARD SPECIFICATIONS" AND SAID SPECIFICATIONS TOGETHER WITH THE LAWS OF THE STATE OF WASHINGTON AND THE ORDINANCES AND CHARTER OF THE CITY OF REN-ON, SO FAR AS APPLICABLE, ARE HEREBY INCLUDED IN THESE SPECIFICATIONS AS THOUGH QUOTED IN THEIR ENTIRETY AND SHALL APPLY EXCEPT AS AMENDED OR SUPERSEDED BY THE SPECIAL PROVISIONS HEREIN. A COPY OF THESE STANDARD SPECIFICATIONS IS ON FILE IN THE OFFICE OF THE PUBLIC WORKS DIRECTOR, MUNICIPAL BUILDING, RENTON, WASHINGTON 98055, WHERE THEY MAY BE EXAMINED AND CONSULTED 9Y ANY INTERESTED PARTY. WHEREVER REFERENCE IS MADE IN THE STANDARD SPECIFICATIONS TO THE OWNER, SUCH REFERENCE SHALL BE CONSTRUED TO MEAN THE CITY OF RENTON, AND WHERE REFERENCE IS MADE TO THE ENGINEER, SUCH REFERENCE SHALL BE CONSTRUED TO MEAN THE DIRECTOR OF PUBLIC WORKS, CITY OF RtNTON, OR HIS DULY AUTHORIZED REPRESENTATIVE. NOTE: THE SPECIAL PROVISIONS aEREINAFTER CONTAINED SHALL BE IN ADDITION TO OR SHALL SUPERSEDE PROVISIONS OF THE STANDARD SPECIFICATIONS IN CONFLICT HEREWITH. HEADINGS HEADINGS TO PARTS, SECTIONS, FORMS, ARTICLES, AND SUBARTICLES ARE INSERTED FOR CONVENIENCE OR REFERENCE ONLY AND SHALL NOT AFFECT THE INTERPRETATION OF THE CONTRACT DOCUMENTS. SPECIAL PROVISIONS STRUCTURE THE SPECIFICATIONS NOTED aEREIN ARE IN ADDITION TO, OR IN LI :U OF, DIVISION I OF .rHE STANDARD SPF.CIFICA?IONS. WHERE SECTIONS ARE MAP.KED "REPLACEMENT SECTIONS", THE SPECIFICATIONS HEREIN ARE TO REPLACE THE STANDARD SPECIFICATIONS NOTED. WHERE SECTIONS ARE YARKED, "ADDITIONAL SECTION", THE 3PE..1PICAT_IONS HEREIN ARE TO BE A SUPPLEMENT TO THE STANDARD SPECIFICATIONS NOTED. Revised 4/83 SECTION 1-1.50 ACT OF GOD (REPLACEMENT SECTION) "ACT OF GOD" MEANS AN EARTHQUAKE, FLOOD, CYCLONE, OR OTHER CATACLYSMIC PHENOMENON OF NATURE. A RAIN, WINDSTORM, HIGH WATER OR OTHER NATURAL PHENOMENON OF UNUSUAL INTENSITY FOR THE SPECIFIC LOCALITY OF THE WORK, WHICH MIGHT REASONABLY HAVE BEEN ANTICIPATED FROM HISTORICAL RECORDS OF THE GENERAL LOCALITY OF THE WORK, SHALL NOT BE CONSTRUED AS AN ACT OF GOD. 1-1.51 SHOP DRAWIN-S (REPLACEMENT SECTION) THE TERM "SHOP DRAWINGS" SHALL REFER TO THE PICTORIAL DESCRIPTION OF THE DETAILS OF PROPOSED MATERIALS, EQUIPMENT, METHODS OF INSTALLATION, OR OTHER CONSTRUCTION PREPARED BY THE CONTRACTOR, A SUBCONTRACTOR, OR A .NUFACTURER AND SUBMITTED FOL THE APPROVAL OF THE OWNER. 1-1.52 OR EQUAL (REPLACEMENT SECTION) WHERE. THE TERM "OR EQUAL" IS USED HEREIN, THE OWNER, OR THE OWNER ON RECOMMENDATION OF THE ENGINEER, SHALL BE THE SOLE JUDGE OF THE QUALITY AND SUITABILITY OF THE PROPOSED SUBSTITUTION. 1-1.53 APPROVAL (REPLACEMENT SECTION) THE TERM "APPRO'.TAL" OR "APPROVED" SHALL MEAN AP: :•tL GIVEN BY OR GIVEN PROPERLY ON THE BEHALF OF THE OWNER. SECTION 2: BID PROCEDURES AND CONDITIONS 2-1. 12 PUBLIC OPENINGS OF BIDS (REPLACEMENT SECTION) SEALED BIDS WILL BE RECEIVED BY THE CITY OF RE?:TON, WASHINGTON, BY FILING WITH THE CITY CLERK, MUNICIPAL BUILDING, RENTON, WASHINGTON, AS PER CALL FOR BIDS AD'n WILL BE OPENED AND PUBLICLY READ ALOUD. Revised 4/83 SECTION 3 3-1.01 CONSIDERATION OF BIDS (ADDITIONAL SECTION) AWARDIAG OF CONTRACT WILL BE BASED ON TOTAL SUM OF ALL SCHEDULES OF PRICES. NO PARTIAL BIDS WILL BE ACCEPTED. SECTION 4 4-1.05 PROCEDURE AND PROTEST BY THE CONTRACTOR (REPLACEMENT SECTION) ANY QUESTIONS ARISING BETWEEN THE INSPECTOR AND THE CONTRACTOR UR HIS SUPERINTENDENT OR FOREMAN AS TO THE MEANING AND INTENT OF ANY PART OF THE PLANS AND SPECIFICATIONS OR ANY CONTRACT DOCUMENT, SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVES FOR INTERPRETATION AND ADJUSTMENT, IF WARRANTED. FAILURE ON THE PART OF THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE TO DISCOVER AND CONDEMN OR REJECT, IMPROPER, DEFECTIVE OR INFERIOR WORK OR MATERIALS, SHALL NOT BE CONSTRUED AS AN ACCEPTANCE OF ANY SUCH WORK OR MATERIALS, OR THE PART OF THE. IMPROVEMENT IN WHICH THE SAME K.t HAVE BEEN USED. TO PREVENT DISPUTES AND LITIGATION, IT IS FURTHER AGREED BY THE PARTIES HERETO THAT THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE SHALL DETERMINE THE QUANTITY AND QUALITY OF THE SEVERAL KINDS OF WORK EMBRACED IN THESE IMPROVEMENTS. HE SHALL DECIDE ALL QUESTIONS RELATIVE TO THE. EXECUTION OF THE WORK AND THE INTERPRETATION OF THE PLANS AND SPECIFICATIONS. IN THE EVENT THE CONTRACTOR IS OF THE OPINION HE WILL BE DAMAGED BY SUCH INTERPRETATION, HE SHALL, WITHIN 3 DAYS, NOTIFY THE ENGINEER AND THE. CITY CLERK IN WRITING OF THE ANTICIPATED NATURE AND AMOUNT OF THE DAMAGE OR DAMAGES. TIME IS OF THE ESSENCE IN THE GIVING OF SUCH NOTICE. TN THE EVENT AN AGREEMENT CANNOT THEN PE REACHED WITHIN 3 DAYS, THE CITY AND THE CONTRACTOR WILL EACH APPOINT AN ARBITRATOR AND THE TWO SHALL SELECT A THIRD WITHIN 30 DAYS THEREAFTER. THE FINDINGS AND DECISION OF THE BOARD OF ARBITRATORS SHALL BE FINAL AND BINDING ON T"E PARTIES, UNLESS THE AGGRIEVED PARTY, WITHIN 10 DAYS, CHALLENGES TH. FINDINGS AND DECISION BY SERVING AND FILING A PETITION FOR REVIEW BY THE SUPERIOR COURT OF KING COUNTY, WASHINGTON. THE GROUNDS FOR THE PETITION FOR REVIEW ARE LIkiTED TO SHOWING THAT THE FINDINGS AND DECISION: 1. ARE NOT RESPONSIVE TO THE QUESTIONS SUBMITTED; 2. IS CONTRARY TO THE TEXP1S OF THE CONTRACT OR ANY COMPONENT THEREOF; Revised 4/83 r 3. IS ARBITRARY AND/OR IS NOT BASED UPON THE APPLICABLE FACTS AND THE LAW CONTROLLING THE ISSUES SUBMITTED TO ARBITRATION. THE BOARD OF ARBITRATORS SHALL SUPPORT ITS DECISION BY SETTING FORTH IN WRITING THEIR FINDINGS AND CONCLUSIONS BASED ON THE EVIDENCE ADDUCED AT ANY SUCH HEARING. THE ARBITRATION SHALL BE CONDUCTED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF WASHINGTON AND COURT DECISIONS GOVERNING SUCH PROCEDURE. THE COSTS OF SUCH ARBITRATION SHALL BE BORNE EQUALLY BY THE CITY AND THE CONTRACTOR UNLESS IT IS THE BOARD'S MAJORITY OPINION THAT THE CONTRACTOR'S FILING OF THE PROTEST OR ACTION IS CAPRICIOUS OR WITHOUT REASONABLE FOUNDATION. IN THE LATTER CASE, ALL COSTS SHALL BE BORNE BY THE CONTRACTOR. THE VENUE OF ANY SUIT SHALL BE IN KING COUNTY, WASHINGTON, AND IF THE CONTRACTOR IS A NUN-RESIDENT OF THE STATE OF WASHINGTON, HE SHALL DESIGNATE AN AGENT, UPON WHOM PROCESS MAY BE SERVED, BEFORE COMMENCING WORK UNDER THIS CONTRACT. 4-1. 10 ,USE OF MATERIALS FOUND ON THE PROJECT (REPLACEMENT SECTION) ALL SALVAGE MATERI . AS NOTED ON THE PLANS AND TAKEN FROM ANY Oe THE DISCARDED FACILITIES SHALL, AT TPE ENGINEER'S DISCRETION, BE CAREFULLY SALVAGED AND DELIVERED TO THE CITY SHOPS. ALL SALVAGED WATER MAINS, FIRE HYDRANTS, VALVES AND APPURTENANCES, CATCH BASINS, AND STORM AND SANITARY MAKHOLE COVERS SHALL BE SALVAGED AND DELIVERED TO THE CITY SHOPS. ANY COST INCURRED IN SALVAGING AND DELIVERING S:' .. ITEMS SHALL BE CONSIDERED INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL BE MADE. 4-1. 12 WASTE. SITES (ADDITIONAL SECTION) ALI, MATERIALS DESIGNATED BY THE ENGINEER TO BE WASTED SHALL BE HAJLED, DUMPED, AND SPREAD AT T' ' LOCATIONS SELECTED BY THE CONTRACTOR. THE CONTRACTOR SHALL HAVE THE RESPONSIBILITY OF OBTAINING. HIS OWN WASTE SITE. ALL WORK INCLUDED IN THT" SECTION SHALL BE CONSIDERED TO BE INCIDENTAL TO OTHER ITEMS OF WORK J NO FURTHER COMPENSATION WILL BE MADE. THE ROUTE TAKEN TO THE WASTE SITF SHALL BE MAINTAINED SOLELY BY THE CONTRACTOR IN A MANNER AS DESCRIBED B '.OW: Revieed 4/83 THE CONTRACTOR SHALL BE PREPARED TO USE WATER TRUCKS, POWER SWEEPERS, AND RELATED EQUIPMENT AS DEEMED NECESSARY BY THE CITY PUBLIC WORKS DIRECTOR TO ALLEVIATE THE PROBLEM OF LOST SPOILS ALONG THE ROUTE. PROMPT RESTORATION OF THE ROUTE IS MANDATORY. 4-1. 13 HOURS OF WORK (REPLACEMENT SECTION) THE WORKING HOURS FOR THIS PROJECT WILL BE LIMITED TO WEEKDAYS DURING THE PERIOD FROM 8:00 A.M. TO 5:00 P.M. THE HOURS OF ' IK MAY BE CHANGED AT THE DISCRETION OF THE ENGINEER WHEN IT IS TN THE INT. i(EST OF THE PUBLIC OR THE CONTRACTOR DUE TO REASONS OF SAFETY, HEALTH, OR WELF'.RE. 4-1.14 CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS THE CONTRACTOR WILL BF SUPPLIED BY THE OWNER WITH 5 ;ETS OF PLANS AND SPECIFICATIONS. AT LEAST 1 COMPLETE SET OF CONTRACT DOCUMENTS, INCLUDING ONE FULL SIZE SET OF DRAWINGS, SHALL BE KEPT AT THE SITE OF CONSTRUCTION IN GOOD CONDITION AND AT ALL TIMES AVAILABLE TO THE OWNER AND THE ENGINEER, ADDITIONAL COPIES OF THE CONTRACT DOCUMENTS, IF REQUIRED, WILL BE FURNISHED BY THE OWNER AT NET COST OF REPRODUCTION. SECTION 5 5-1.03 SUBMITTALS (REPLACEMENT SECTION) THE CONTRACTOR SHALL FURNISH ALL DRAWINGS, SPECIFICATIONS, DESCRIPTIVE DATA, CERTIFICATES, SAMPLES, TESTS, METHOD, SCHEDULES, AND MANUFACTURER'S INSTRUCTIONS AS REQUIRED TO DEMONSTRATE FULLY THAT IAE MATERIALS AND EQUIPMENT TO BE FURNISHED AND THE METHODS OF WORK COMPLY WITH THE PROVISIONS AND INTENT OF THE SPECIFICATIONS AND DRAWINGS. IF THE TNFORMATION SHOWS ANY DEVIATION FROM THE CONTRACT REQUIREMENTS, THE CONTRACTOR SHALL, BY A STATEMENT IN WRITING ACCOMPANYING THE INFORMATION, ADVISE THE ENGINEER OF THE DEVIATION AND STATE THE REASON THEREFORE. 5-1.05 CONSTRUCTIOA STAKING (REPLACEMENT SECTION) THE ENGINEER SHALL HAVE THE RIGHT TO MAKE REASONABLE CuANGES IN THE GRADES AS THEY ARE SHOWN ON THE DRAWINGS. TRADES WILL BE ESTABLISHED IN THE FORM OF OFFSET STAKES AT DISTANCES NOT GREATER THAN 50 FEET, SET IN ADVANCE OF THE WORK. WHENEVER WORK IS IN PROGRESS, THE CONTRACTOR SHALL HAVE IN HIS EMPLOYMENT A WORKER COMPETENT TO SET A BATTER BOARD OR OTHER CONSTRUCTION GUIDE FROM THE LINE AND GRADE STAKES GIVEN BY THE ENGINEER. SUCH EMPLOYEES SHALL HAVE THE DUTY AND RESPONSIBILITY OF PLACING AND MAINTAINING SUCH CONSTRUCTION GUIDES. A BATTER BOARD SET WITH AN ENGINEER'S LEVEL SHALL BE USED FOR ALL LINES SET ON A GRADE OF 0.50 PERCENT Revised 4/83 OR LESS, AT LEAST THREE BATTER BOARDS SHALL REMAIN IN PLACE, DURING PIPE LAYING OPERATIONS. IF, THROUGH THE CONTRACTOR'S NEGLIGENCE, ANY STAKES SHALL BE DESTROYED AND REQUIRE RESETTING, A SUM SHALL BE DEDUCTED FROM THE CONTRACTOR'S FINAL PAYMENT EQUIVALENT TO THE EXTRA COST IN ENGINEERING REQUIRED FOR SUCH REPLACEMENT. THE LASER METHOD OF ESTABLI'HING GRADE MAY BE USED PROVIDING: 1. REQUEST FOR USE, EQUIPMENT, AND METHOD OF OPERATION ARE SUBMITTED FOR CITY REVIEW AND APPROVAL AT LEAST FTVF DAYS PRIOR TO USE. 2. GRADES ARE CHECKED AT LEAST ONCE EVERY 50 FEET AND AT LEAST 3 TIMES DAILY BY CONVENTIONAL METHODS. 3. PROPER ANCHORING OF PIPE IS PERFORMED IN LOCATIONS WHERE A BOX IS BEING USED FOR EXCAVATION. THE CONTRACTOR SHALL ARRANGE HIS WORK TO ALLOW A REASONABLE TIME FOR THE SETTING OF STAKES FOR THE NEXT PHASE OF HIS CIERATION TO PREVENT WORK DELAYS WHILE WAITING FOR CONSTRUCTION GUIDES. THE FOLLOWING STAKES WILL BE SET BY THE CITY ONE TIME ONLY FOR EACH STAGE I AND II: A. SLOPE STAKES B. SUBGRADE P- JE TOPS C. CURB AND GUTTER ELEVATIONS D. ELFVATIONS FOR PAVING MfCHINE E. STAKES FOR RETAINING WALLS F. STAKES FOR SUBSTRUCTURE C. STAKES FOR SUPERSTRUCTURE THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR DETAILED DIMENSIONS AND TRANSFERRING ELEVATIONS OR MEASUREMENTS MEASURED FROM SUCH STAKES AND MARKS. %YS BY REASON OF LACK OF STAKES OR A REQUEST TIME FOR SURVEY LESS THAN JAYS ARE DEEMED A RISK TO THE CONTRACTOR ANr SHALL NOT BE THE BASIS FOR CLAIMS FOR ADDITIONAL COMPENSATION OR CONSTRUCTION TIME. ALL COSTS FOR THE CONTRACTOR'S SURVEYING SHALL BE CONSIDERED INCIDENTAL TO OTHER BID ITEMS IN THE PROPOSAL, AND NO FURTHER COMPENSATION WILL BE MADE. Revised 4/83 5. 1. 12 FINAL ACCEPTANCE (REPLACEMENT SECTION) THE CONTRACTOR SHALL NOTIFY THE ENGINEER IN WRITING OF THE COMPLETION OF THE WORK WHEREUPON THE ENGINEER WILL PROMPTLY, BY PERSONAL INSPECTION, SATISFY HIMSELF AS TO THE ACTUAL COMPLETION OF THE WORK IN ACCORDANCE WITH THE TERMS OF THE CONTRACT, AND SHALL THEREUPON RECOMMEND TO THE OWNER THAT THE WOKK IS ACCEPTABLE. FINAL DETERMINATION OF THE ACCEPTABILITY OF THE WORK SHALL BE MADE TO THE OWNER. 5.1.1; METHOD OF SERVICE OF NOTICE (REPLACEMENT SECTION) WRITTEN NOTICE SHALL BE DEEMED TO HAVE BEEN DULY SERVED IF DELIVERED IN PERSON TO THE INDIVIDUAL, OR TO A PARTNER OF THE FIRM, OR TO AN OFFICER OF THE CORPORATION OR OWNER OR TO AN EXECUTIVE OFFICIAL IF THE OWNER IS A GOVERNMENTAL BODY, OR IF SENT BY REGISTERED UNITED STATES MAIL TO THE BUSINESS ADDRESS SHOWN IN THE CONTRACT DOCUMENTS. 5-1.17 ERRORS AND OMISSIONS (REPLACEMENT SECTION) IF THE CONTRACTOR, IN THE COURSE OF HIS WORK, BECOMES AWARE OF ANY ERRORS OR OMISSIONS IN THE CONTRACT DOCUMENTS OR IN THE LAYOUT AS GIVEN BY SURVEY POINTS AND INSTRUCTIONS, OR IF HE BECOMES AWARE OF ANY DISCREPANCY BETWEEN THE CONTRACT DOCUMENTS AND THE PHYSICAL CONDITIONS OF THE LOCALITY, HE SHALL IMMEDIATELY INFORM THE ENGINEER. THE ENGINEER, IF HE DEEMS IT NECESSARY, SHALL RECTIFY THE MATTER AND ADVISE THE CONTRACTOR ACCORDINGLY. ANY WORK DONE AFTER SUCH DISCOVERY, UNTIL AUTHORIZED, WILL BE DONE AT THE CONTRACTOR'S RISK. SECTION 7 7-1.04 SANITATION (ADDITIONAL. ^.ECTION) ALL EXPENSES INCURRED IN SUPPLYING ACCESS, PARKING, AND SANITATION FACILITIES SHALL BE CONSIDERED INCIDENTAL TO THE PROJECT AND NO COMPENSATION SHALL BE MADE. 7-1.07 LOAD LIMITS (REPLACEMENT SECTION) ALL MOTOR VEHICLES OF THE CONTRACTOR, SUBCONTRACTORS, AND SUPPLIERS 9 all, STRICTLY ADHERE TO CH. 46.44 OF THE MOTOR VEHICLE LAWS OF THE S-4TF OF WASHINGTON (1967 EDITION AND AMENDMENTS THEREOF) IN REGARD TO SIZE, 9T, AND LOADS OF MOTOR VEHICLES. PAYMENT WILL NOT BE MADE. FOR ANY MATERIAL THAT IS DELIVERED IN EXCESS OF THE LEGAL WEIGHT FOR WHICH THE VEHICLE IS LICENSED. Revised 4/83 ANY VIOLATION OF THESE REGULATIONS SHALL BE REPORTED TO THE AFFECTED LAW ENFORCEMENT AGENT. THE CONTRACTOR IS TO FURNISH TO THE PUBLIC WORKS DIRECTOR A LISTING OF ALL HALL VEHICLES USED ON THIS PROJECT, LISTING THE VEHICLE NUMBER, LICENSE NUMBER, TARE WEIGHT, AND LICENSED LOAD LIMITS. 7-1.09 WAGES (REPLACEMENT SECTION) THE PREVAILING RATE OF WAGES TO BE PAID TO ALL WORKMEN, LABORERS, OR MECHANICS EMPLOYED IN THE PERFORMANCE OF ANY FART OF THIS CONTRACT SHALL BE IN ACCORDANCE WITH :HE PROVISIONS OF CHAPTER 39. 12 RCW AS AMENDED. THE RULES AND REGULATIONS OF THE DEPARTMENT OF LABOR AND INDUSTRIES AND THE SCHEDULE OF PREVAILING WAGE RATES FOR THE LOCALITY OR LOCALITIES WHERE THIS CONTRACT WILL BE PERFORMED AS DETERMINED BY THE INDUSTRTAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES, ARE BY REFERENCE MADE A PART OF THIS CONTRACT AS THOUGH FULLY SET FORTH HEREIN. INASMUCH AS T4E CONTRACTOR WILL BE HELD RESPONSIBLE FOR PAYMENT OF THE PREVAILING WAGES, IT IS IMPERATIVE THAT ALL CONTRACTORS FAPIILIARIZE THEMSELVES WITH THE CURRENT WAGE RATES BEFORE SUBMITTING BIDS BASED ON THESE SPECIFICATIONS. FOR EACH CONTRACT IN EXCESS OF $10,000 A CONTRACTOR REQUIRED TO PAY THE PREVAILING RATE OF WAGES SHALL POST THE F.:,,LOWING IN A LOCATION READILY VISIBLE TO WORKERS ON THE JOB SITE: (1) A COPY OF A STATEMENT OF INTENT TO PAY PREVAILING WAGES, APPROVED BY THE INDUSTRIAL. STATISTICIAN OF THE DEPARTMENT OF LABOR. AND INDUSTRIES UNDER RCW 39. 12.040; AND (2) THE ADDRESS AND TELEPHONE NUR:BER OF THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR ADD INDUSTRIES WHERE A COMPLAINT OR INQUIRY CONCERNING PREVAILING WAGES MAY BE MADE. IN CASE ANY DISPUTE ARISES AS TO WHAT ARE TH." PREVAILING RATES OF WAGES FOR WORK OF A SIMILAR NATURE AND SUCH DISPUTE CANNOT BE ADJUSTED nY THE PARTIES IN INTEREST, INCLUDING LABOR AND MANAGEMENT REPRESENTATIVES, THE MATTER SHK:.L BE REFERRED FOR ARBITRATION TO THE DIRECTOR OF LABOR AND INDUSTRIES OF THE STATE, AND HIS DECISIONS THEREIN SHALL BE FINAL, CONCLUSIVE, AND BINDIF; ON ALL PARTIES INVOLVED IN THE DISPUTE AS PROVIDED FOR BY RCW 39.12.060, AS AMENDED. EACH CONTRACTOR AND EACH AND EVERY SUBCONTRACTOR SHALL FILE A SWORN STATEMENT OF INTENT (SF 9882) WITH THE OWNER AND WITH THE DEPARTMENT OF LABOR AND INDUSTRIES AS TO THE PREVAILING WAGE RATES, INCLUDING FRINGE PCNEFITS, FOR EACH JOB CLASSTFICAI'LON TO BE UTILIZED. THE WAGE RATES THUS ") WILL BE CHECKED AGAINST THE PREVAILING WAGE RATES AS DETERMINED BY 'NDUSTRTAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES. IF 'E RATES ARE CORRECT, THE INDUSTRIAL STATISTICIAN WILL ISSUE AN EMENT OF APPROVAL TO THE CONTRACTOR AND/OR SUBCONTRACTOR WITH A Revised 4/83 COPY TO THE AWARDING AGENCY (OWNER). IF ANY INCORRECT WAGE RATES ARE INCLUDED, THE CONTRACTOR AND/OR SUBCONTRACTOR WILL BE NOTIFIED OF THE CORRECT RATES BY THE INDUSTRIAL STATISTICIAN AND APPROVAL WILL BE WITHHELD UNTIL A CORRECT STATEMENT IS RECEIVED. RECEIPT BY THE OWNER OF THE SF 9882 FORM FOR CONTRACTOR AND ALL SUBCONTRACTORS, DULY APPROVED BY THE DEPARTMENT OF LA-OR AND INDUSTRIES, WILL EE A PREREQUISITE TO THE PAYMENT BY THE OWNER OF ANY SUMS DUE THE CONTRACTOR. NOTE: FOR A CONTRACT IN EXCESS OF $10,000 THE STATEMENT OF INTENT TO PAY PREVAILING WAGES SHALL INCLUDE: 1. THE CONTRACTOR'S REGISTRATION CERTIFICATE NUMBER; AND 2. THE PREVAILING RATE OF WAGE FOR EACH CLASSIFICATION OF WORKERS ENTITLED TO PREVAILING WAGES UNDER RCW 39.12.020; AND 3. THE NUMdER OF WORKERS IN EACH CLASSIFICATION. EACP. VOUCHER CLAIM SUBMITTED BY A CONTRACTOR FOR PAYMENT ON A PROJECT ESTIMATE SHALL STATE THAT PREVAILING WAGES HAV.. BEEN PAID IN ACCORDANCE WITH THE PRE-FILED STATEMENT OF STATEMENTS OF INTENT ON FILE WITH THE DEPARTMENT OF LABOR AND INDUSTRIES AS APPROVED BY THE INDUSTRIAL STATIST{CLAN. AFFIDAVITS OF WAGES PAID (SF 9843) ARE TO BE "ILED WITH THE STATE TREASURER, OR THE TREASURER OF THE COUNTY OR MUNICIPAL CORPORATION OR OTHER OFFIC`dR OR PERSON CHARGED WITH THE CUSTODY AND DISBURSEMENT OF THE STATE OR CORPORATE FUNDS AS THE CASE MAY BE AND 2 COPIES OF EACH AFFIDAVIT ARE TO BE FILED WITH THE DIRECTOR OF THE DEPARTMENT OF LABOR AND INDUSTRIES, ATTENTION: INDUSTRIAL RELATIONS DIVISION, 1601 SECOND AVENUE, SEATTLE. WHENEVER PRACTICABLE, AFFIDAVITS PERTAINING TO A PARTICULAR CONTRACT SHOULD BE SUBMITTED AS A PACKAGE. FILING OF ALL APPLICABLE SF 9843 F=11S WITH THE OWNER (AFTER DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATION) WILL BE A PREREQUISITE TO THE RELEASE OF .tETAINAGE FUNDS TO THE CONTRACTOR. 7-1.1J RECORDS AND REPORTS (REPLACEMENT• SECTION) THE CONTRACTOR WILL BE REQUIRED TO COMPLETE AND SUBMIT THE FOLLOWING DOCUMENT BEFORE PROGRESS AND/OR FINAL PAYMENTS TO THE CONTRACTOR WILL BE APPROVE➢ BY THE PUBLIC WORKS DIRECTOR: 1. EACH MONTH - DEPARTMENT OF LABOR STANDARD FORM 257 2. EACH JULY - STATE HIGhdAV FORM PR-1391 Revised 4/83 THE OWNER WILL FURNISH THESE FORMS TO THE PRIME CONTRACTOR DURING THE PRECONSTRUCTION MEETING. AN EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE SHALL BE EXECUTED BY THE BIDDER WITH HIS BID PROPOSAL ON THIS PROJECT AND WHICH COMES WITHIN THE PROVISIONS OF THE EQUAL EMPLOYMENT OPPORTUNITY REGULATIONS OF THE SECRETARY OF LABOR AS REVISED MAY 21, 1968. THE FORM OF CERTIFICATE WiLL BE FURNISHED TO THE CONTRACTOR WITH THE PROPOSAL, STATING AS TO WHETHER HE, HIS FIRM, ASSOCIATION, CO-PARTNERSHIP, OR CORPORATION HAS PARTICIPATED IN ANY PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND IF SO, WHETHER OR NOT :4. -AS SUBMITTED ALI. REPORTS DUE UNDER APPLICABLE FILING REQUIREMENTS. FAILURE OF THE PART Or THE BIDDER TO FURNISH THE REQUIRED CERTIFICATE WILL BF DUE CAUSE FuR REJECTION OF THE BID. IF A CONTRACTOR TO WHOM AN AWARD IS ABOUT TO BE MADE, EXCEPT FOR LACK OF AN EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE, .EFUSES OR FAILS TO - PROMPTLY EXECUTE AND FURNISH THE REQUIRED CERTIFICATE WITHIN 10 DAYS AFTER NOTICE BY THE DIRECTOR OF PUBLIC WORKS THAT SAME IS LACKING FROM HIS PROPOSAL, THE PROPOSAL GUARANTEE, IN FORM OF BOND, CHECK, OR CASH WHICH ACCOMPANIED THE BID, WILL BE FORFEITED TO THE CITY. WHENEVER A CONTRACTOR REQUEST PELII:SION TO SUBLET A PART OF ANY CONTRACT AND SUCH CONTRACT COMES WITHIN THE PROVISIONS OF THE EQUAL OPPORTUNITY REGULATIONS OF THE SECRETARY OF LABOR, REVISED MAY 21, 1968, HE SHALL OBTAIN THIS CERTIFICATION FROM HIS PROPOSED SUBCONTRACTOR AND FORWARD IT TOGETHER t,'ITH SUCH REQUEST. NO SUBCONTRACT WILL BE APPROVED BEFORE RECEIPT OF SUCH CERTIFICATION FROM THE SUBCONTRACTOR. FOR THIS PURPOSE, CERTIFICATION FORMS MAY BE OBTAINED FROM THE PROJECT ENGIN£FII ASSIGNED 7 PROJELf. 7-1.13 CONTRACT' 'ASIBILITY 'OR WORK (REPLACEMENT SECTION) THE WORK SHALL BE L :.n fHE CONTRACT, 'S RESPONSIBLE CARE AND CHARGE. THE CONTRACTOR SHALL BEAR ALL LOSS AND IitlAGE WHATSOEVER AND FROM WHATSOEV'R CAUSE, EXCEPT THAT CAUSED SOLELY BYTHE ACT OF THE OWNER WHICH MAY OCCUR ON OR TO THE WORK DURING THE FULFILLMENT OF THE CONTRACT. IF ANY SUCH LOSS OR DAMAGE OCCURS, THE CONTRACTOR SHALL IMMEDIATELY 14—KE GOOD ANY SUCH LOSS OR DAMAGE, AND 1N THE EVENT OF THE CONTRACTOR REFUSING OR NEGLECTING TO DO SO, THE OWNER MAY ITSELF OR BY THE EMPLOYMENT OF SOME OTHER PERSON MAKE GOOD ANY SUCH LOSS OR DAMAGE, AND THE COST AND EXPENSF OF SO DOING SHALL BE C.9ARGED TO THE CONTRACTOR. THE CONTRACTOR ALONE SHALL AT eLL TIMES BE RLSPONSIBLE FOR THE SAFETY OF HIS AND HIS SUBCONTRACTOR'S EMPLOYEES, AND FOR HIS AND HIS SUBCONTRACTOR'S PLANT AND EQUIPMENT AND THE METHOD OF PLOSECUTING THE WORK. DURING UNFAVORABLE WEATHER AND OTHER CONDITIONS, THE CONTRACTOR SHALL PURSUE ONLY SUCH PORTIONS OF THE WORK AS SHALL NOT BE DAMAGED THEREBY. Revised 4183 W 725 8" WatPrmain Replacement Seneca & Stevens ..' 2X F ' NO PORTIONS OF THE WORK WHOSE SATISFACTORY QUALITY OR EFFICIENCY WILL BE AFFECTED BY UNFAVORABLE CONDITIONS SHALL BE CONSTRUCTED WHILE THESE CONDITIONS EXIST, UNLESS BY SPECIAL MEANS OR PRECAUTIONS ACCEPTABLE TO THE ENGINEER, THE CONTRACTOR SHALL BE ABLE TO OVERCOME THEM. 7-1. 14 RESPONSIBILITY FOR DAMAGE (ADDITIONAL SECTION) THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING DUST AND MUD WITHIN THE PROJECT LIMITS AND ON ANY STREET WHICH IS UTILIZED BY HIS EQUIPMENT FOR THE. DURATION OF THE PROJECT. THE CONTRACIOR SHALL BE PREPARED TO USE WATERING TRUCKS, POWER SWEEPERS, AND OTHER PIECE OF EQUIPMENT AS DEEMED NECESSARY BY THE ENGINEER, TO AVOID CREATING A NUISANCE. DUST AND MUD CONTROL SHALL BE CONSIDERED AS INCIDENTAL TO THE PROJECT, AND NO COMPENSATION WILL BE MADE FOR THIS SECTION. COMPLAINTS ON DUST, MUD, OR UNSAFE PRACTICES AND/OR PROPERTY DAMAGE TO PRIVATE OWNERSHIP WILL BE TRANSMITTED TO THE CONTRACTOR AND PROMPT ACTION IN CORRECTING WILL BE REQUIRED. WRITTEN NOTICE OF COkt.Z�IION OF COMPLAINT ITEMS WILL BE CALLED FOR SHOULD REPET-TIVE COMPLAINTS BE RECEIVED BY THE CITY. 7-1. 16 PROTECTION AND RESTORATION OF PROPERTY (REPLACEMENT SECTION) THE OWNER WILL OBTAIN ALL EASEMENTS AND FRANCHISES REQUIRED FOR THE PROJECT. THE CONTRACTOR SHALL LIMIT HIS OPERATION TO THE AREAS OBTAINED AND SHALL NOT TRESPASS ON PRIVATE PROPERTY. THE OWNER MAY PROVIDE CERTAIN LANDS, AS INDICATED IN CONNECTION WITH THE WORK UNDER THE CONTRACT TOGETHER WITH THE RIGHT OF ACCESS TO SUCH LANDS. THE CONTRACTOR SHALL NOT UNREASONABLY ENCUMBER THE PREMISES WITH HIS EQUIPMENT OR MATERIALS. THE CONTRACTOR SHALL. PROVIDE, WITH NO LIABI'.ITY TO THE OWNER, ANY ADDITIONAL LAND AND ACCESS THERETO NOT SHOWN OR DESCRIBED THAT MAY BE REQUIRED FOR TEMPORARY CONSTRUCTION FACILITIES OR STORAGE OF MATERIALS. HE SHALL CONSTRUCT ALL ACCESS ROADS, DETOUR ROADS, OR OTHER TEMPORARY WORK AS REQUIRED BY HIS OPERATIONS. THE CONTRACTOR SHALL CONFINE HIS EQUIPMENT, STORAGE OF MATERIAL, AND OPERATION OF HIS WORKERS TO THOSE AREAS SHOWN AND DESCRIBED AND SUCH ADDITIONAL AREAS AS HE MAY PROVIDE. KESTORATION OF STRUCTURES AND SURFACES A. GENERAL. ALL CONSTRUCTION WORK UNDER THIS CONTRACT ON EASEMENTS, RIGHT-OF-WAY, OVER PRIVATE PROPERTY OR FRANCHISE, SHALL BE CONFINED TO THE LIMITS OF SUCH EASEMENTS, RIGHT-OF-WAY OR FRANCHISE. ALL WORK SHALL BE Revised 4/83 ACCOMPLISHED SO AS TO CAUSE THE LEAST AMOUNT OF DISTURBANCE AND A MINIMUM AMOUNT OF DAMAGE. THE CONTRACTOR SHALL SCHEDULE HIS WORK SO THAT TRENCHES ACROSS EASEMENTS SHALL NOT BE LEFT OPEN LURING WEEKENDS OR HOLIDAYS AND TRENCHES SHALL NOT BE LEFT OPEN FOR MORE THAN 48 HOURS. B. STRUCTURES. THE CONTRACTOR SHALL REMOVE SUCH EXISTING STRUCTURES AS MAY BE NECESSARY FOR THE PERFORMANCE OF THE WORK AND, IF REQUIRED, SHALL REBUILD THE STRUCTURES THUS REMOVED IN AS GOOD A CONDITION AS FOUND WITH MINIMUM REQUIREMENTS AS HEREIN SPECIFIED. HE SHALL ALSO REPAIR ALL SXISTING STURCTURES WHICH MAY BE DAMAGED AS A RESULT OF THE WORK UNDER THIS CONTRACT. C. EASEMENTS - CULTIVATED AREAS AND OTHER SURFACE IMPROVEMENTS. ALL CULTIVATED AREAS. EITHER AGRICULTURAL OR LAWNS, AND OTHER SURFACE IMPROVEMENTS WHICH ARE DAMAGED BY ACTIONS OF THE CONTRACTOR SHALL BE RESTORED AS NEARLY AS POSSIBLE TO THEIR ORIGINAL CONDITION. PRIOR TO EXCAVATION ON AN EASEMENT OR PRIVATE RIGHT-OF-WAY, THE CONTRACTOR SHALL STRIP TOP SOIL FROM THE TRENCH OR CONSTRUCTION AREA AND STOCKPILE IT IN SUCH A MANNER THAT IT MAY BE REPLACED BY HIM, UPON COMPLETION OF CONSTRUCTION. ORNAMENTAL TREES AND SHRUBBERY SHALL BE CAREFULLY REMOVED WITH THE EARTH SURROUNDING THEIR ROOTS WRAPPED IN BURLAP AND REPI.ANTE➢ IN THEIR ORIGINAL POSITIONS WITHIN 48 HOURS. ALL SHRUBBERY UR TREES DESTROYED OR DAMAGED, SHALL BE REPLACED BY THE CONTRACTOR WITH MATERIAL OF EQUAL QUALITY AT NO ADDITIONAL C()ST TO THE OWNER. IN THE EVENT THAT IT IS NECESSARY TO TRENCH THROUGH ANY LAWN AREA, THE SOD SHALL BE CAREFULLY CUT AND ROLLED AND REPLACED AFTER THE TRENCHES HAVE BEEN BACKFI'LLED. THE LAWN AREA SHALL BE CLEANED BY SWEEPING OR OTHER MEANS, OF ALL EARTH AND DEBRIS. THE CONTRACTOR SHALL USE RUBBER WHEEL EQUIPMENT SIMILAR TO THE SMALL TRAl'TOR-TYPE BACKHOES USED BY SIDE SEWER CONTRACTORS FOR ALL WORK, INCLUDING EXCAVATION AND BACKFILL, ON EASEMENTS OR RIGHTS-OF-WAY WHICH RAVE LAWN AREAS. ALL FENCES, MARKERS, MAIL BOXES, OR OTHER TEMPORARY OBSTACLES SHALL RE REMOVED BY THE CONTRACTOR AND IMMEDIATELY REPLACED AFTER TRENCH IS BACKFILLF.D IN THEIR ORIGINAL POSITION. THE CONTRACTOR SHALL NOTIFY THE. OWNER AND PROPERTY OWNER AT LEAST 24 HOURS IN ADVANCE OF ANY WORK DONE ON EASEMENTS OR RIGHTS-OF-WAY. ALL CONSTRUCTION WORK UNDER THE CONTRACT ON EASEMENTS, RIGHT-OF-WAY OVER PRIVATE PROPERTY, OR FRANCHISE SHALL BE CONFINED TO THE. LIMITS OF SUCH EASEMENTS, RIGHT-OF-WAY OR FRANCHISE. ALL WORK SHALL BE ACCOMPLISHED SO AS TO CAUSE THE LEAST AMOUNT OF DISTURBANCE AND A MINIMUM AMOUNT OF DAMAGE. THE CONTRACTOR SHALL SCHEDULE HIS WORK SO THAT TRENCHES ACROSS EASEMENTS SHALL NOT BE LEFT OPEN DURING WEEKENDS OR HOLIDAYS, AND TRENCHES SHALL NOT BE LEFT OPEN FOR MORE THAN 48 HOURS. DAMAGE TO EXISTING STRUCTURES OUTSIDE OF EASEMENT AREAS THAT MAY RESULT FROM DEWATERING AND/OR OTHER CONSTRUCTION ACTIVITY UNDER THIS CONTRACT SHALL BE RESTORED TO ITS ORIGINAL CONDITION OR BETTER. THE ORIGINAL CONDITION SHALL BE ESTABLISHED BY PHOTOGRAPHS TAKEN AND/OR INSPECTION MADE PRIOR TO CONSTRUCTION. ALL SUCH WOFK SHALL BE DONE TO THE SATISFACTION OF THE PROPERTY OWNERS AND THE OWNER AT THE EXPENSE OF THE CONTRACTOR. Revised 4/83 D. STREETS. THE CONTRACTOR WILL ASSUME ALL RESPONSIBILITY OF RESTORATION OF THE SURFACE OF ALL STREETS (TRAVELLED WAYS) USED BY HIM IF DAMAGED. IN THE EVENT THE CONTRACTOR DOES NOT NAVF. LABOR OR MATERIAL IMMMEDIATELY AVAILABLE TO MAKE NECESSARY REPAIRS, THE CONTRACTOR SHALL SO INFORM THE OWNER. THE OWNER WILL MAKE THE NECESSARY REPAIRS AND T4E COST OF SUCH REPAIRS SHALL BE PAID BY THE CONTRACTOR. 7-1.17 UTILITIES AND SIMILAR FACILITIES (ADDITIONAL SECTION) LOCATION AND DIMENSIONS SHOWN ON THE PLANS FOR EXISTING UNDERGROUND FACILITIES ARE IN ACCORADNCE WITH THE BEST AVAILABLE INFORMATION WITHOUT UNCOVERING AND MEASURING. THE OWNER DOES NOT GUARANTEE THE SIZC AND LOCATION OF EXISTING FACILITIES. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO CONTACT ALL PUBLIC AND PRIVATE COMPANIES HAVING UTILITIES AND/OR FACILITIES IN THE VICINITY OF THE CONSTRUCTION AREA. THE CONTRACTOR IS WARNED THAT CITY OF RENTON WATER, STORM DRAINAGE, SANITARY SEWERS, STREET LIGHTS, AND TRAFFIC CONTROL UNDERGROUND UTILITIES ARE NOT A MEMBER OF THE "ONE CALL" SYSTEM AND MUST BE CONTACTED SEPARATELY AS PRESENTED IN THE TECHNICAL SPECIFICATIONS. 7-1.18 PUBLIC LIABILITY AND PROPERTY DAMAGE (REPLACEMENT SECTION) THE MINIMUM POLICY LIMITS OF SUCH INSURANCE SHALL BE AS FOLLOWS: BODILY INJURY LIABILITY COVERAGE WITH LIMITS OF NOT LESS THAN $250,000 FOR BODILY INJURY, INCLUDING ACCIDENTAL DEATH, TO ANY ONE PERSON, AND SUBJECT TO THAT LIMIT FOR EACH PERSON, IN AN AMOUNT NOT LESS THAN $250,000 FOR EACH ACCIDENT; AND PROPERTY DAMAGE COVERAGE IN AN AMOUNT OF NOT LESS THAN $500,000 FOR EACH ACCIDENT. IN ADDITION, AN UMBRELLA INSURANCE COVERAGE OF NOT LESS THhN $5,000,000 SHALL BE PROVIDED, WITH THE OWNER AND ENGINEER THE NAMED INSUREDS. THIS LIMIT SHALL APPLY TO COMPREHENSIVE 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 GENERAL SAFETY REQUIREMENTS (ADDITIONAL. SECTION) THE CONTRACTOR SHALL NOTIFY ALL PROPERTY OWNERS ALONG THE CONSTRUCTION AREA, BY MAIL, PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY ALL 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 EACH OCCUPANCY IN PERSON A MINIMUM OF THREE DAYS PRIOR TO CONSTRUCTION IN FRONT OF EACH PROPERTY. Revised 4/83 7-1.23C FLAGMEN, BARRICADES, AND SIGNS (REPLACEMENT SECTION) THE CONTRACTOR SHALL, AT HIS OWN EXPENSE PROVIDE ALL SIGNS, BARRICADES, GUARDS, FLAGMEN, AND EQUIPMENT, CONSTRUCTION WARNINGS, AND NIGHT LIGHTS IN ORDER TO tkOTECT THE PUBLIC AT ALL TIMES FROM INJURY AS A RESULT OF HIS OPERATIONS. IF THE CONTRACTOR SHOULD FAIL TO MAINTAIN SUFFICIENT LIGHTS AND BARRICADES, IN THE OPINION OF THE ENGINEER, THE CITY SHALL RAVE THE RIGHT TO PROVIDE THESE LIGHTS AND BARRICADES AND DEDUCT SUCH COSTS FROM PAYMENTS DUE THE CONTRACTOR. WORK SHALL BE RESTRUCTURED, THE ORDER OF WORK MODIFIED, THE HOURS OF WORK MODIFIED 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, HEALTH, AND WELFARE. ALL SIGNS REMOVED SHALL BE SALVAGED AND DELIVERED TO THE CITY YARD. THE COST OF FURNISHING AND PLACING ALL CONSTRUCTION AND IDENTIFICATION SIGNS SHALL BE INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL BE MADE. SECTION 8 8-1.03 PROGRESS SCHEDULE (REPLACEMENT SECTION) IMMEDIATELY AFTER EXECUTION AND DELIVERY OF THE CONTRACT AND BEFORE THE FIRST PARTIAL PAYMENT IS MADE, THE CONTRACTOR SHALL DELIVER TO THE ENGINEER, AN ESTIMATED CONSTRUCTION PROGRESS SCHEDULE IN FORM SATISFACTORY TO THE ENGINEER, SHOWING THE PROPOSED DATES OF COMMENCEMENT AND COMPLETION OF EACH OF THE VARIOUS PAY ITEMS OF WORK REQUIRED UNDER THE CONTRACT DOCUMENTS AND THE ANTICIPATED AMOUNT OF EACH MONTHLY PAYMENT THAT WILL BECOME DUE TO THE CONTRACTOR IN ACCORDANCE WITH THE PROGRESS SCHEDULE. THE CONTRACTOR SHALL ALSO FURNISH PERIODIC ITEMIZED ESTIMATES OF WORK DONE FOR THE PURPOSE OF MAKING PARTIAL PAYMENTS THEREON. THE COSTS EMPLOYED IN MAKING UP ANY OF THESE SCHEDULES WILL BE USED ONLY FOR DETERMINING THE BASIS OF PARTIAL PAYMENTS AND WILL NOT BE CONSIDERED AS FIXING A BASIS FOR ADDITIONS TO OR DEDUCTIONS FROM THE CONTRACT. SHOULD IT BECOME EVIDENT AT ANY TIME DURING CONSTRUCTION THAT OPERATIONS WILL OR MAY FALL BEHIND THE SCHEDULE OF THIS FIRST PROGRAM, THE CONTRACTOR SHALL, UPON REQUEST, PROMPTLY SUBMIT REVISED SCHEDULES IN THE SAME FORM AS SPECIFIED HEREIN, SETTING OUT OPERATIONS, METHGi.S, AND EQUIPMENT, ADDED LABOR FORCES OR WORKING SHIFTS, NIGHT WORK, ETC. , BY WHICH TIME LOSS WILL BE MADE UP, AND CONFER WITH THE ENGINEER UNTIL AN APPROVED MODIFICATION OF THE ORIGINAL SCHEDULE HAS BEEN 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 COMPLIANCE WITH THE 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 Revioed 4/83 THE CONTRACTOR MAv BE WITHHELD. EXECUTION OF THE WORK ACCORDING TO THE ACCEPTED SCHEDULE OF CONSTRUCTION OR APPROVED MODIFICATIONS THEREOF, IS HEREBY MADE AN OBLIGATION OF THE CONTRACT. PRE-CONSTRUCTION CONFERENCE PRIOR TO THE START OF CONSTRUCTION, THE CONTRACTOR, ENGINEER, ALL SUBCONTRACTORS, UTILITY DEPARTMENT, TELEPHONE COMPANY, AND OTHER INTERESTED DEPARTMENTS SHALL ATTEND A PRE-CONSTRUCTION CONFERENCE, WITH TIME, PLACE, AND DATE TO BE DETERMINED AFTER AWARD OF THE CONTRACT. SUBSEQUENTLY, A REPRESENTATIVE OF THE CONTRACTOR WILL ATTEND A WEEKLY CONFERENCE TO REVIEW PROGRESS AND DISCUSS ANY PROBLEMS THAT MAY BE INCURRED. THE TIME, PLACE, AND DATE TO BE ESTABLISHED AT THE PRE-CONSTRUCTION CONFERENCE. 8-1.05 TIME OF COMPLETION (ADDITIONAL SECTION) THE CONTRACTOR IS EXPECTED TO DILIGENTLY PROSECUTE THE WORK TO COMPLETION IN ALL PARTS AND REQUIREMENTS. THE PROJECT SHALL BE COMPLETED WITHIN 90 WORKING DAYS. PROVIDED, HOWEVER, THAT THE CITY COUNCIL SHALL RAVE THE RIGHT UPON REQUEST OF THE PUBLIC WORKS DEPARTMENT, CITY OF RENTON, WASHINGTON, TO EXTEND TH.: TIME OF COMPLETION OF SAID WORK. NO EXTENSION SHALL BE VALID UNLE"S THE SAME BE TN WRITING AND ACCOMPANIED BY THE WRITTEN CONSENT TO SUCH EXTENSION BY THE. SURETY ON THE BOND OF THE CONTRACTOR. TIME LOST IN REPLACING IMPROPER WOkK OR MATERIAL SHALL NOT FURNISH ANY GROUNDS TO THE CONTRACTOR. FOR CLAIMING AN EXTENSION OF TIME FOR THE COMPLETION OF THE WORK, AND SHALL NOT RELEASE THE CONTRACTOR FROM DAMAGES OR LIABILITIES FOR FAILURE TO COMPLETE THE WORK WITHIN THE TIME REQUIRED. ZECOGNIZED HOLIDAYS SHALL BE AS FOLLOWS: NEW YEAR'S DAY, LINCOLN'S PIRTHDAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, JULY 4, LABOR DAY, VETERANS DAY, THANKSGIVING, AND THE DAY FOLLOWING AND CHRISTMAS EVE AND CHRISTMAS DAY. THE DAY BEFORE CHRISTMAS SMALL BE A HOLIDAY FOR CITY EMPLOYEES WHEN CHRISTMAS DAY OCCURS ON A TUESDAY OR FRIDAY. THE DAY AFTER CHRISTMAS SHALL BE A HOLIDAY FOR CITY EMPLOYEES WHEN CHRISTMAS DAY OCCURS ON A MONDAY, WEDNESDAY, OR THURSDAY. WHEN CHRISTMAS DAY OCCURS ON A SATURDAY. THE TWO PROCEEDING WORKING DAYS SHALL BE OBSERVED AS HOLIDAYS. WHEN CHRISTMAS DAY OCCURS ON A SUNDAY, THE TWO WORKING DAYS FOLLOWING SHALL BE OBSERVED AS HOLIDAYS. ALL REFERENCES TO RECOGNIZED HOLIDAYS IN THE STANDARD SPECIFICATIONS ARE DELETED AND VOID. Revised 4/83 *I I 8-1.09 LIQUIDATED DAMAGES (ADDITIONAL SECTION) THE LIQUIDATED DAMAGES DO NOT INCLUDE, AND ARE IN AD,)ITION TO, DAMAGES FROM COSTS FOR INSPECTION, SUPERVISION, LEGAL EXPENSE, AND COURT COSTS INCURRED BEYOND CONTRACT COMPLETION DATE. THE COST OF ADDITIONAL INSPECTION AND SUPERVISION SHELL BE AN AMOUNT EQUAL TO ACTUAL SALARY COST PLUS 100 PERCENT FOR OVERHEAD. 8-1.11 OVERTIME WORK BY OWNER EMPLOYEES (REPLACEMENT SECTION) WHEN THE CONTRACTOR PERFORMS CONSTRUCTION WORK OVER THE ACCEPTED 8 HOURS PER DAY OR 40 HOURS PER WEEK, OR ON ANY CITY HOLIDAY, AND THE WORK REQUIRES INSPECTION, THEN THE CONTRACTOR SHALL REIMBURSE THE CITY AT THE RATE OF $50 PER HOUR. THE CITY SHALL HAVE THE SOLE AUTHORITY IN DETERMINING THE NECESSITY OF HAVING THE OVERTIME INSPECTION, AND SHALL NOTIF: THE CONTRACTOR OF INTENT AND SAID COSTS WILL BE DEDUCTED FROM MONIES DUE THE CONTRACTOR ON EACH MONTHLY ESTIMATE. 8-1.12 CONTRACTOR'S PLANT AND EQUIPMENT (REPLACEMENT SECTION) THE CONTRACTOR ALONE SHALL AT ALL TIMES BE RESPONSIBLE FOR THE ADEQUACY, EFFICIENCY, AND SUFFICIENCY OF HIS AND HIS SUBCONTRACTORS' PLANT AND EQUIPMENT, THE OWNER SHALL HAVE THE RIGHT TO MAKE USE OF THE CONTRACTOR'S PLANT AND EQUIPMENT IN THE PERFORMANCE OF ANY WORK ON THE SITE OF THE WORK. T1'y USE OF SUCH PLANT AND EQUIPMENT SHALL BE CONSIDERED AS EXTRA WORK AND PAID FOR ACCORDINGLY. NEITHEP THE OWNER NOR THE ENGINEER ASSUME ANY RESPONSIBILITY, AT ANY TIME, FOR THE SECURITY OF THE SITE FROM THE TIME CONTRACTOR'S OPERATIONS HAVE COMMENCED UNTIL FINAL ACCEPTANCE OF THE WORK BY THE ENGINEER AND THE OWNER. THE CONTRACTOR SHALL EMPLOY SUCH MEASURES AS ADDITIONAL FENCING, BARRICADES, AND WATCHMAN SERVICE, AS HE DEEMS NECESSARY FOR THE PUBLIC SAFETY AND FOR THE PRCTECTION OF THE SITE AND HIS PLANT AND EQUIPMENT. THE OWNER WILL BE PROVIDED KEYS FOR ALL FENCED, SECURED AREAS. 8-1.13 ATTENTION TO WORK (REPLACEMENT SECTION) THE CONTRACTOR SHALL GIVE HIS PERSONAL ATTENTION TO AND SHALL SUPERVISE THE WORK TO THE END THAT IT SHALL BE PROSECURED FAITHFULLY, AND WHEN HE IS NOT PERSONALLY PRESENT ON THE WORK, HE SHALL AT ALL REASONABLE TIMES BE REPRESENTED BY A COMPETENT SUPERINTENDENT WHO SHALL HAVE FULL AUTHORITY TO EXECUTE THE. SAME, AND TO SUPPLY MATERIALS, TOOLS, AND LABOR WITHOUT DELAY, AND WHO SHALL BE THE LEGAL REPRESENTATIVE OF THE CONTRACTOR. THE CONTRACTOR SHALL BE LIABLE FOR THE FAITHFUL OBSERVANCE OF ANY INSTRUCTIONS DELIVERED TO HIM OR TO HIS AUTHORIZED REPRESENTATIVE. Revised 4/83 4 SECTION 9 9-1.01 MEASUREMENT OF QUANTITIES (ADDITIONAL SECTION) ALL DELIVERY TICKETS THAT ARE REQUIRED FOR THE PURPOSE OF CALCULATING QUANTITIES FOR PAYMENT MUST BE RECEIVED BY THE ENGINEER AT THE TIME OF DELIVERY. NO PAYMENT WILL BE MADE ON TICKETS TURNED IN AFTER DATE OF DELIVERY OF MATERIAL. A. BY TRUCK PAYMENT WILL NOT BE MADE FOR DELIVERY TICKETS WHICH DO NOT SHOW TYPE OF MATERIAL, GROSS WEIGHT, TARE WEIGHT, TRUCK NUMBER, DATE, AND INSPECTOR'S INITIALS. SCALE CERTIFICATION SHALL BE SUBMITTED AS EARLY IN THE PROJECT AS POSSIBLE. EACH WEIGH STAT ON SHALL MAINTAIN A RECORD OF THE TRUCK NUMBER, TIME, DATE, AND WEIGHT OF ALL TRUCKS PROVIDING MATERIAL TO THE PROJECT. THE WEIGHT LIST SHALL BE MAINTAINED IN DUPLICATE WITH ONE SIGNED COPY TRANSMITTED DAILY TO THE CITY BY THE SCALE ATTENDANT. IN ISOLATED CASES WHERE SCALE WEIGHT IS NOT AVAILABLE, THE INSPECTOR SHALL MEASURE THE TRUCK VOLUME AND CERTIFY AS TO ITS FULL LOAD DELIVERY. B. BY OTHER MEANS METHOD FOR MEASUREMENT AND PAYMENT FOR MATERIAL BROUGHT TO THE SITE BY ANY OTHER MEANS WILL BE DETERMINED BY CONTRACTOR/OWNER AGREEMENT BEFORE AWARD OF THE CONTRACT. 9-1.09B OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS (ADDITIONAL SECTION) PARTIAL PAYMENTS ON ESTIMATES MAY BE WITHHELD UNTIL A WORK PROGRESS SCHEDULE, AS DESCRIBED IN SECTION 8, HAS BEEN RECEIVED AND APPROVED. IN THE EVENT THAT ANY MATERIAL OR WORKMANSHIP DOES NOT MEET THE REQUIREMENTS OR SPECIFICATIONS, THE CITY MAY HAVE THE OPTION TO ACCEPT SUCH MATERIAL OR WORKMANSHIP IF THE DIRECTOR OF PUBLIC WORKS DEEMS SUCH ACCEPTANCE TO BE IN THE BEST INTEREST OF THE CITY, PROVIDED, THE CITY MAY NEGOTIATE PAYMENT OF A LOWER UNIT PRICE FOR SAID MATERIAL OR WORKMANSHIP. Revised 4/83 SECTION 10 10-1.00 PERMITS AND LICENSES (SUPPLEMENTAL SECTION) THE FOLLOWING PERMITS AND LICENSES ARE INCLUDED FOR THE CONTRACTOR'S CONVENIENCE AND ARE TO BE STRICTLY ADHERED TO. THE INCORPORATION OF THESE DOCUMENTS INTO THESE SPECIFICATIONS DOES NOT RELIFVE ThE CONTRACTOR FROM OBTAINING OR COMPLYING WITH THE NON-PERMA,4ENT PERMITS AND LICENSES THAT THE CONTRACTOR IS REQUIRED TO PROVIDE AS OUTLINED IN THE LEGAL, SPECIAL AND TECHNICAL PORTIONS OF THESE CONTRACT DOCUMENTS AND AS MAY BE REQUIRED FOR THE CONSTRUCTION OPERATIONS. ADDITIONAL PERMITS AND LICENSES MAY BE REQUIRED FOR THE WORK OUTLINED IN THESE DOCUMENTS THAT ARE NOT INCLUDED HEREIN. THE CONTRACTOR IS ADVISED TO CONSULT WITH THE PUBLIC WORKS DEPARTMENT REGARDING THE COMPLETENESS OF THE PERMITS AND LICENSES INCLUDED HEREIN. SP 18 Revised 4/83 TECHNICAL "PROVISIONS ` .J TECHNICAL SPECIFICATIONS PAGE NUMBER 1.0 GENERAL STATEMENT 44 2.0 STANDARD SPECIFICATIONS 44 3.0 EXISTING UTILITIES 45 4.0 ;DATER MAIN AND FITTINGS 1. GENERAL 45 2. DUCTILE IRON PIPE 45 3. PIPE FITTINGS 46 4. PIPE INSTALLATION 46 5. TESTING 47 6. DISINFECTION/DECHLORINATION 48 7. MEASUREMENT AND PAYMENT 48 5.0 DELETED 49 49 6.0 TRENCH EXCAVATION, BEDDING AND BACKFILL 1. GENERAL 49 2. EXCAVATION 49 3. FOUNDATION PREPARATION AND BEDDING 50 4. TRENCH BACKFILL AND COMPACTION 51 5. SELECT TRENCH BACKFILL 52 6. UNSUITABLE FOUNDATION EXCAVATION 52 7.0 VALVE ASSEMBLIES 1. GATE VALVES (6" THROUGH 12") 5.3 2. VALVES AND VALVE MARKERS 53 3. MEASUREMENT AND PAYMENT 54 8.0 FIRE HYDRANTS 54 42 I I 0.0 REMOVAL OF EXISTING STREET IMPROVEMENTS 1. GENERAL 54 2. PAVEMENT REMOVAL 54 3. PAVEMENT COST 55 ' 10.0 RESTORATION OF IMPROVED SURFACES 1. GENERAL 55 2. AREAS TO hE RESTORED 55 3, TEMPORARY MC COLD MIX ASPHALT 55 4. PATCHING WIDTH 56 11.0 HILL HOLDERS 56 12.0 LANDSCAPE RESTORATION 57 i I 1� l� 43 .1 w 725 TECHNICAL SPECIFICATIONS 1.0 GENERAL STATEMENT THIS SECTION, TECHNICAL SPECIFICATIONS, TS DEVOTED TO CONDITIONS WHICH ARE PECULIAR TO THE FACILITIES TO BE CONSTRUCTLD FOR W664. ARTICLES, MATERIALS, OPERATIONS, OR METHODS MENTIONED HEREIN OR INDICATED ON THE DRAWINGS AS BEING REQUIRED FOR THE PROJECT SHALL BE PROVIDED BY THE CONTRACTOR, WHO SHAD PERFORM ACCORDING TO THE CONDITIONS STATED IN EACH OPERATION DESCRIBED AND PROVIDE ALL NECESSARY LABOR, EQUIPMENT AND MATERIALS NECESSARY TO MAKE A COMPLETE AND OPERABLE INSTALLATION. NO ATTEMPT HAS PEEN MADE IN THESE SPECIFICATIONS OR PLANS TO SEGREGATE WORK COVERED BY ANY TRADE OR SUBCONTRACT, THE LIMITS OF WHICH ARE SOLELY A MATTER OF SPECIFIC AGREEMENT BETWEEN EACH CONTRACTOR AND HIS SUBCONTRACTORS, AND SHALL NOT BE BASED UPON ANY INCLUSION, SEGREGATION OR ARRANGEMENT IN, OR OF, THESE SPECIFICATIONS. THE CONTRACTOR AND SUBCONTRACTOR IN EACH CtiE IS WARNED THAT WORK INCLUDED IN ..NY SUBCONTRACT MAY BE DIVIDED BETWEEN SEVERAL GENERAL SPECIFICATIONS AND THAT EACH GENERAL SPECIFICATION OR SUB-HEAD OF THE TECHNICAL SPECIFICATIONS MAY INCLUDE WORK COVERED BY TWO OR MORE SUBCONTRACTS OR WORK IN EXCESS OF ANY ONE SUBCONTRACT. 2.0 STANDARD SPECIFICATIONS ALL WORK UNDER THIS CONTRACT SHALL, IN GENERAL, BE PERFORMED IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE 1981 "STANDARD SPECIFICATIONS FOR MUNICIPAL PUBLIC WORKS CONSTRUCTION" PREPARED BY THE WASHINGTON STATE CHAPTER, AMERICAN PUBLIC WORKS ASSOCIATION, AND IN ACCORDANCE WITH THE REQUIREMENTS OF THE CITY OF RENTON, EXCEPT AS OTHERWISE AMENDED, MODIFIED, OR SPECIFIED IN THESE TECHNICAL PROVISIONS SHALL BE PERFORMED IN ACCORDANCE WITH THE REQUIREMENTS SPECIFIED IN THE APWA STANDARD SPECIFICATIONS, AND IN ACCORDANCE WITH THE CITY OF RENTON REQUIREMENTS. 3.0 EXISTING UTILITIES IF, IN THE PROSECUTION OF THE WORK, IT BECOMES NECESSARY TO INTERRUPT EXISTING SURFACE DRAINAGE, SEWERS, UNDERDRAINS, CONDUIT, UTILITIES, OR 44 W_7�S TECHNICAL SPECS. June, 19b3 SIMILAR UNDERGROUND STRUCTURES, OR PARTS THEREOF, THE CONTRACTOR SHALL BE RESPONSIBLE FOR, AND SHALL TAKE ALL NECESSARY PRECAUTIONS, TO PROTECT AND PROVIDE TEMPORARY FERVICES FOR SAME. T4E CONTRACTOR SHALL, AT HIS OWN 'ENSE, REPAIR ALL DAMAGE TO SUCH FACILITIES OR STRUCTURES DUE TO HIS 1 CONSTRUCTION OPERATIONS, TO THE SATISFACTION OF THE CITY; EXCEPT THAT WATER AND SEWER LINES WILL BE REPAIRED BY THE UTILITY DEPARTMENT AT CONTRACTOR'S EXPENSE. 1 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 IS CALCUIJTED FROM PRIOR CONSTRUCTION RECORDS WHICH ARE NOT ALWAYS ACCURATE. THEREFORE, ALL CROSSING OR CONNECTION LOCATIONS MUST BE EXCAVATED AND VERIFIED BY THE CONTRACTOR PRIOR TO LAYING OF PIPE IN THE NEAR VICINITY OF THESE CROSSING/CONNECTIONS. 4.0 WATER MAIN AND FITTINGS 1. GENERAL ALL PIPE SIZES, AS SHOWN ON THE DRAWINGS AND AS SPECIFIED HEREIN, ARE IN REFERENCE TO "NOMINAL" DIAMETER, UNLESS OTHERWISE INDICATED. ALL PIPE SHALL BE YABRICATED TO FIT THE PLAN SHOWN ON THE DRAWINGS. WHERE RELOCATION OF, OR REPLACEMENT OF, EXISTING' PIPING IS NECESSARY DURING CONSTRUCTION, MATERIALS USED SHALL M4TCH THE EXISTING, SUBJECT TO THE APPROVAL OF THE CITY. ALL PIPE, VALVES, FITTINGS, AND SPECIALS SHALL BE FOR WATER WORKING PRESSURE AS DESCRIBED IN THE FOLLOWING SPECIFICATIONS AND PLANS AND SHALL CONFORM TO THE REQUIREMENTS OF THE APPLICABLE SECTIONS OF THE APWA STANDARD SPECIFICATIONS AS MIDIFIED HEREIN. 2. DUCTILE IRON PIPE DUCTILE IRON PIPE SHALL CONFORM TO SPECIFICATION A21.51.-81 (AWWA C151). DUCTILE IRON PIPE SHALL BE CEMENT LINED AND SEALED IN ACCORDANCE WITH SPECIFICATION A21.4-1980 (AWWA C104-80), 12" PIPE SHALL BE 1 1/16" CEMENT LINED. THE PIPE JOINTS SHALL CONFORM TO SPECIFICATION A21.11-1980 1 (AWWA C111-80). PIPE JOINTS SHALL BE PUSH-ON JOINT, MECHANICAL JOINT OR APPROVED EQUAL. APPROVAL MUST BE OBTAINED PRIOR TO BID OPENING. 45 W_7�5 TECHNICAL SPECS. June, 1983 PIPE THICKNESS CLASS SHALL BE AS REQUIRED BY THE BID PROPOSAL DESCRIPTION. 3. PIPE FITTINGS CAST IRON PIPE FITTINGS SHALL BE CLASS 250, AS PER SPECIFICATION A21.10-1982 (AWWA C110-82). FITTINGS SHALL BE 1/16" CEMENT MORTAR LINED IN ACCORDANCE WITH A21.4-1980 (AWWA C104-80). JOINTS FOR FITTINGS SHALL BE MECHANICAL JOINT AS PER ASA SPECIFICATION A21.11-1980 (AWWA C111-80). THE ABOVE SHALL HOLD TRUE UNLESS CALLED OUT OTHERWISE ON THE. PLANS OR IN THE BID PROPOSAL. 4. PIPE INSTALLATION 1. GENERAL CONFORM TO SECTION 74 OF THE STANDARD SPECIFICATIONS EXCEPT AS HEREIN MODIFIED. JOINTING SHALL CONFORM TO THE MANUFACTURER'S RECOMMENDATIONS. CUT PIPE WITH APPROVED PIPE SAWS ONLY. KEEP PIPE PLUGGED EXCEPT DURING ACTUAL PIPELAYING. THE INSPECTOR WILL STOP WORK UNLESS AN APPROVED FLOG IS ON SITE AND AVAILABLE. ALL PIPE FITTINGS AND VALVES SHALL BE CAREFULLY CLEANED OF ALL DIRT AND FOREIGN MATERIAL AS THEY ARE PLACED. THE OPEN ENDS OF PIPE AND FITTINGS SHALL BE PLUGGED WITH A TEMPORARY WATERTIGHT PLUG WHENEVER WORK IS STOPPED AND/OR WHEN WATER IN THE TRENCH THREATENS TO ENTER THE PIPE. GROUNDWATER SHALL BE EXCLUDED FROM THE PIPE AT ALL TIMES. 2. SPECIAL ANCHORAGE PROVIDE CONCRETE BLOCKING AT ALL FITTINGS AND HORIZONTAL OR VERTICAL ANGLE POINTS. CONFORM TO THE STANDARD DETAIL FOR GENERAL BLOCKING HEREIN AND THE APWA STANDARD DETAILS FOR VERTICAL BLOCKS. ALL FITTINGS TO BE BLOCKED SHALL BE WRAPPED WITH 4--MIL POLYETHYLENE PLASTIC. CONCRETE BLOCKING SHALL BE PROPERLY FORMED WITH PLYWOOD OR OTHER ACCEPTABLE FORMING MATERIALS AND SHALL NOT BE POURED AROUND JOINTS. THE FORMS SHALL BE STRIPPED PRIOR TO BACKFILLING. SHACKLE RODS, WHERE REQUIRED, SHAI` BE INSTALLED WITH THE USE OF SHACKLE LUGS. ALL SHACKLE RODS SHALL BE GALVANIZED OR COATED WITH TWO COATS OF ASPHALT VARNISH. 46 W-i25 TECHNICAL SPECS. June, 1983 �1 3. CONNECTION TO EXISTING PIPE AND STRUCTURES CONNECTIONS TO EXISTING PIPING AND TIE-INS ARE INDICATED ON 1! THE DPIWINGS. THE CONTRACTOR MUST VERIFY ALL EXISTING PIPING, DIMENSIONS AND ELEVATIONS TO ASSURE PROPER FIT. THE CONTRACTOR SHALL PROVIDE ALL MATERIALS NECESSARY TO 1 INSTALL ALL CONNECTIONS AS INDICATED ON THE CONSTRUCTION DRAWINGS. THE CONTRACTOR SHALL PERFORM THE EXCAVATION, BEDDING AND BACKFILL AND PROVIDE CONCRETE BLOCKING FOR THE CONNECTIONS TO EXISTING MAINS. THE CITY WILL CUT THE EXISTING MAIN AND ASSEMBLE ALL MATERIALS. 5. TESTING I. GENERAL HYDROSTATIC PRESSURE AND LEAKAGE TESTS ON THE NEW PIPELINE SHALL BE 14ADF. IN ACCORDANCE WITH APPLICABLE PROVISIONS OF AWWA C-600-82 AND SECTION 74 OF THE APWA STANDARD SPECIFICATIONS, EXCEPT AS MODIFIED HEREIN. ALL EQUIPMENT NECESSARY TO MAKE THE TESTS SHALL BE FURNISHED BY THE CONTRACTOR, AND THE CONTRACTOR SHALL CONDUCT ALL TESTS UNDER THE SUPERVISION OF THE CITY. ANY BLOW-OFF ASSEMBLIES WHICH MAY BE REQUIRED FOR TESTING SHALL BE SUPPLIED BY THE CONTRACTOR. 2. PRESSURE TEST PRIOR TO ACCEPTANCE OF THE SYSTEM, THE ENTIRE SYSTEM SHALL BE SUBJECTED TO HYDROSTATIC PRESSURE TESTING AT 350 PSI. ANY LEAKS OR IMPERFECTIONS DEVELOPED UNDER SAID PRESSURE SHALL RE REMEDIED BY THE CONTRACTOR BEFORE FINAL ACCEPTANCE OF THE SYSTEM. THE CONTRACTOR SHALL PROVIDE ALL NECESSARY EQUIPMENT AND SHALL PERFORM ALL WORK CONNECTED WITH THE TESTS AND CONDUCT SAID TESTS IN THE PRESENCE OF A UTILITIES DEPARTMENT INSPECTOR. INSOFAR AS PRACTICAL, TESTS SHALL BE MADE WITH PIPE JOINTS, FITTINGS AND VALVES EXPOSED FOR INSPECTION. 3. LEAKAGE TESTS 1 LEAKAGE TESTS SHALL BE MADE AFTER THE PRESSURE TESTS HA:T BEEN SATISFACTORILY COMPLETED ON THE NEW PIPELINE OR CONCURRENTLY WITH THE PRESSURE TEST. THE HYDROSTATIC 1 PRESSURE FOR THE LEAKAGE TESTS SHALL BE EQUAL TO 100 PSI. 47 TECHNICAL SPECS. W-725 June, 1983 6. DISINFECTION/DECHLORINATION DISINFECTION OF THE NEW WATER SYSTEM SHALL BE REQUIRED PRIOR COMPLET:ON OF THE PROJECT AND SHALL BE IN ACCORDANCE WITH AWWA STANDARD SPECIFICATION C601-81 AND SECTION 74 OF THE APWA STANDARD SPECIFICATIONS, AND SHALL MEET THE ACCEPTANCE OF THE STATE OF WASHINGTON, DEPARTMENT OF HEALTH. THE INITIAL CONCENTRATION OF CHLORINE IN THE LINE SHALL BE 50 PARTS PER MILLION AND THIS SOLUTION SHALL BE HELD FOR ^, PERIOD OF 24 HOURS. DISINFECTION OF THE ENTIRE WATER SYSTEM INSTALLED OR DISTURBED UNDER THIS CONTRACT, INCLUDING PIPE, PIPE FITTINGS, VALVES AND APPURTENANCES, IS REQUIRED TO CONFORM WITH THE SPECIFICATIONS STATED HEREIN. DECHLORINATION OF ALL WATER USED FOR DISINFECTION SHALL BE ACCOMPLISHED IN ACCORDANCE WITH THE STANDARD DETAILS, INCLUDED IN THIS DOCUMENT. 7. MEASUREMENT AND PAYMENT THE PRICE PER LINEAR FOOT FOR FURNISHING AND INSTALLING THE WATER PIPE, OF SIZE AND QUANTITY LISTED IN THE BID SCHEDULE, SHALL CONSTITUTE FULL COMPENSATION FOR THE WATER LINE, IN PLACE, COMPLETE, INCLUDING: ALL PAVEMENT REMOVAL, EXCAVATION, TRENCHING, NATIVE BACKFILL, FOUNDATION PREPARATICN, COMPACTION, PIPE, PIPE LAYING AND JOINTING; SHEETING, SHORING AND DEWATERING, CONNECTIONS TO EXISTING PIPING, AND FURNISHIN; AND INSTALLING ALL FITTINGS. PIPE MEASUREMENTS ARE MADE THROUGH FITTINGS AND THEREFORE DO NOT REPRESENT THE ACTUAL EXACT PIPE LENGTHS TO BE INSTALLED. THE COST FOR GUARD RAIL, MAILBOX, SIGN, OR OTHER OBSTACLE REMOVAL AND REPLACEMENT SHALL BE INCIDENTAL TO THE PROJECT. CONCRETE BLOCKING SHALL BE MEASURED AND PAID FOR AT THE APPLICABLE CONTRACT PRICE, PER CUBIC YARD; PAYMENT OF WHICH SHALL CONSTITUTE FULL COMPENSATION FOR FURNISHING THE MATERIAL IN PLACE, COMPLETE, ALL TIE RODS, EXCEPT THOSE USED IN HYDRANT ASSEMBLIES, SHALL BE MEASURED AND PAID FOR AT THE APPLICABLE CONTRACT PRICE, PER LINEAR FOOT; PAYMENT OF WHICH SHALL CONSTITUTE FULL COMPENSATION FOR FURNISHING THE MATERIAL, INCLUDING SHACKLE LUGS, IN PLACE, COMPLETE. 48 W-725 TECHNICAL SPECS. June, 1983 5.0 DELETED 7 6.0 TRENCH EXCAVATION, BEDDING AND BACKFILL 1. GENERAL TRENCH EXCAVATION, BACKFILL, FOUNDATION PREPARATION AND BEDDING FOR THE WATER LINE AND APPURTENANCES SHALL BE IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF SECTION 73, APWA STANDARD SPECIFICATIONS, EXCEPT AS MODIFIED HEREIN, 2. EXCAVATION THE CONTRACTOR SHALL INFORM AND SATISFY HIMSELF AS TO THE CHARACTER, QUANTITY, AND DISTRIBUTION OF ALL MATERIAL 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 r APPROVAL, HE SHALL REPLACE SUCH EXCAVATION WITH APPROVED MATERIALS, IN AN APPROVED MANNER AND CONDITION, AT HIS OWN EXPENSE. 49 W-725 TECHNICAL SPECS. June, 1983 THE ENGINEER SHALL HAVE COMPLETE CONTROL OVER THE EXCAVATING, MOVING, PLACING AND DISPOSITION OF ALL MATERIAL, AND SHALL DETERMINE THE SUITABILITY OF MATERIAL TO BE USED AS BACKFILL. ALL UNSUITABLE MATERIAL SHALL BE WASTED AT A SITE PROVIDED BY THE CONTRACTOR. EXCAVATION OF EVERY DESCRIPTION, CLASSIFICATION AND OF WHATEVER SUBSTANCES ENCOUNTERED WITHIN THE LIMITS OF THE PROJECT, SHALL BE PERFORMED TO THE LINES AND GRADES NECESSARY FOR EMBANKMENT, PIPE BEDDING AND STRUCTURES, AND AS INDICATED ON THE DRAWINGS. TEMPORARY DRAINS AND DRAINAGE DITCHES SHALL BE INSTALLED TO INTERCEPT OR DIRECT SURFACE WATER WHICH MAY AFFECT THE PROMOTION OR CONDITION OF THE WORK. ALL EXCAVATED MATERIALS NOT MEETING. THE REQUIREMENTS FOR BACKFILL AND ALL EXCESS MATERIALS SHALL BE WASTED AT A SITE PROVIDED BY THE CONTRACTOR. NO SEPARATE OR EXTRA PAYMENT OF ANY KIND WILL BE MADE FOR STORING, LANDLINC, HAULING, MANIPULATION OR WASTE OF EXCAVATED MATERIALS. 3. FOUNDATION PREPARATION AND BEDDING FOUNDATION PREPARATION SHALL BE IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF SECTION 73, APWA STANDARD SPECIFICATIONS, EXCEPT THAT THE BOTTOM OF THE TRENCH MUST BE SHAPED TO UNIFORMLY SUPPORT THE BOTTOM QUADRANT OF THE PIPE THROUGHOUT ITS ENTIRE LENGTH. IF UNSTABLE OR UNSUITABLE MATERIAL IS ENCOUNTERED AT THE TRENCH BOTTOM THE CITY MAY DIRECT THE USE OF SELECT BEDDING MATERIAT ACCORDANCE WITH THIS SECTION. WET TRENCH CONDITIONS WILL NECESSARILY BE CONSIDERED AS AN INDICATION OF UNSTABLE CONDITIONS. THE TRENCH SHALL BE DEWATERED AND AN INSPECTION MADE BY THE CITY TO DETERMINE THE SUITABILITY OF THE TRENCH MATERIAL. ALL COSTS FOR DEWATERING SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. THE PRICE PER TON FOR SELECT BEDDING MATERIAL SHALL BE FULL COMPENSATION FOR SELECTING THE SOURCE, FURNISHING AND PLACING THE MATERIAL AS OUTLINED IN SECTION 73-2.02B AND SHALL BE THE SAME UNIT PRICE AS THAT FOR SELECT BACKFILL. SELECT BEDDING MATERIAL SHALL BE A CLEAN SAND AND GRAVEL MIXTURE FREE FROM ORGANIC MATTER AND CONFORMING TO THE FOLLOWING G,,ADATION WHEN TESTED IN ACCORDANCE WITH ASTM D-422: 50 W-72 i TECHNICAL SPECS. June, 1983 U.S. STANDARD SIEVE SIZES PERCENT PASSING BY WEIGHT 3/4 INCH 100 3/6 INCH 70 - 100 # 4 55 - 100 # 10 35 - 95 # 20 20 — 80 # 40 10 - 55 #100 0 - 10 0200 0 — 03 4. TRENCH BACKFILL AND COMPACTION 1. GENERAL 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. 2. INITIAL BACKFILL INITIAL BACKFILL SHALL BE PLACED AROUND THE PIPE IN LAYERS NOT EXCEEDING EIGHT INCHES IN DEPTH AND EACH LAYER SHALL 3E THOROUGHLY COMPACTED BY MECHANICAL TAMPERS TO AT LEAST 95 PERCENT OF MAXIMUM DRY DENSITY AT OPTIMUM MOISTURE CONTENT AS DETERMINED BY STANDARL PROCTOR COMPACTION TEST. ASTM DESIGNATION D698-58T, MET? D D. ALL WORK RELATED TO THE TESTING OF THE COMPACTIOv. INCLUDING PROCTOR TESTS AND COMPACTION TESf5 SHALL B;: TAKEN ON THE PIPE TRENCH AREAS. THE LOCATIONS OF THE TESTS SHALL BE SELECTED BY THE CITY IF ONE OR MORE TESTS DO NOT MEET THE SPECIFICATIONS AS STATED ABOVE, ADDITIONAL TESTS WILL BE TAKEN AS REQUESTED BY THE CITY AT THE CONTRACTOR'S EXPENSE. 3. SUBSEQUENT BACKFILL ALL SUBSEQUENT BACKFILL UNDER STREET AND SHOULDER AREAS SHALL BE PLACED IN LIFTS NOT EXCEEDING EIGHT INCHES IN LOOSE DEPTH AND EACH LIFT COMPACTED TO AT LEAST 95 PERCENT OF MAXIMUM DENSITY AT OPTIMUM MOISTURE CONTENT AS DETERMINED BY ASTM DESIGNATION D698-58T, METHOD D. IN PLACE DENSITY DETERMINATION SHALL BE MADE IN ACCORDANCE WITH ASTM DESIGNATION D1556-58T, EXCEPT AS OTHERWISE APPROVED BY THE CITY. TESTING FOR COMPACTION IN THE IMPROVED AREAS SHALL BE IN ACCORDANCE WITH THE TESTING AS STATED IN THE SECTION ON INITIAL BACKFILL. 51 W_725 TEr.HNICAL SPECS. June. 1983 4. PAYMENT NO SEPARATE OR EXTRA PAYMENT OF ANY KIND WILL BE MADE FOR COMPACTION, WETTING, W-ING, WATER OR PROCESSING OF MATERIALS BUT SHALL BE INCLUDED IN THE APPLICABLE UNIT PRICE PAID FOR THE WATER LINE IN PLACE, COMPLETE. 5. SELECT TRENCH BACKFILL SELECT TRENCH BACKFILL FOR THE PIPE SHALL COYSIST OF CRUSHED OR NATURALLY OCCURING GRANLLAR MATERIAL FROM SOURCES SELECTED BY TKE CONTRACTOR. THE SO-R.CE AND QUALITY OF THE MATERIAL SHALL BE SUBJECT TO APPROVAL BY THE CITY. SELECT TRENCH BACKFILL SHALL MEET REQUIREMENTS FOR BANK RUN GRAVEL, CLASS "B", AS OW LINED IN SECTION 26-2.01 OF THE STANDARD SPECIFICATIONS. THE HORIZONTAL LIMITS FOR MEASURING SELECT TRENCH BACKFILL IN PLACE SHALL BE THE ',IDES OF THE EXCAVATION EXCEPT NO PAYMENT WILL BE MADE FOR MATERIAL REPLACED OUTSIDE OF VERTICAL PLANES, 1.0 FOOT OUTSIDE OF AND PARALLEL TO THE BARREL OF THE PIPE AND NOT THE BELL OR COLLAR. ANY EXCAVATION IN EXCESS OF THE ABOVE REQUIREMENTS SHALL BE REPLACED WITH THE NATIVE MATERIAL OR SELECT -ACKFILL, AS DIRECTED BY THE CITY AND AT THE CONTRACTOR'S EXPENSE. SELECT BACKFILL SHALL BE PLACED ONLY IN THOSE PLACES DESIGNATED BY THE CITY. THE PRICE PER TON SHALL BE FULL COMPENSATION FOR SELECTING THE SOURCE, FURNISHING AND PLACING THE MATERIAL AS OUTLINED IN SECTION 26-2.01 OF THE STANDARD SPECIFICATIONS. NO SEPARATE PAYMENT OF ANY KIND WILL BE MADE Fna . OMPACTING, WETTING, DRYING, WATER PROCESSING OF MATERIALS VK REMOVAL OF UNSUITABLE SOILS. 6. UNSUITABLE FOUNDATION EXCAVATION UNSUITABLE MATERIALS SHALL BE EXCAVATED BY THE CONTRACTOR AS DIRECTED BY THE CITY TO GIVE THE COMPACTED BACKFILL FULL BEARING ON SOLID GROUND. OLD FILLS, WASTES, OR UNSUITABLF MATERIALS, INCLUDING LOGS, STUMPS, PEAT OR MUCK WILL BE EXCAVATED WHEN, IN THE JUDGMENT OF THE CITY, THESE MATERIALS WILL IMPAIR THE STABILITY OF THE BACKFILL. ALL COSTS AND EXPENSES INVOLVED IN DISPLACEMENT OR REMOVAL OF UNSUITABLE MATERIALS SHALL BE INCIDENTAL TO THE COST OF THE WATERMAIN. NEITHER SEPARATE OR EXTRA PAYMENT OF ANY KIND WILL BE MADE FOR STORING, HANDLING, HAULING OR MANIPULATION OF UNSUITABLE EXCAVATION. 52 TECHNICAL SPECS. W-725 June, 1983 7. 0 VALVE ASSEMBLIES 1. GATE VALVES i GATE VALVES SHALL BE IRON BODY, BRONZE MOUNTED, DOUBLE—DISC, NON—RISING STEM WITH "0" RING PACKING CONFORMING TO AWWA SPECIFICATION C500-80. ALL VALVES SHALL BE DESIGNED FOR A MINIMUM WATER OPERATING PRESSURE OF 200 POUNDS PER SQUARE INCH (PSI). GATE VALVES SHALL BE MUELLER COMPANY, NO. A-2380, PRATT GROUNDHOG, OR APPROVED EQUAL. SEE WATER STANDARD DETAIL FOR VAULT AND 1" BYPASS INSTALLATION. 2. VALVES AND VALVE MARKERS VALVE INSTALLATION SHALL BE IN ACCORDANCE WITH SECTION 75 OF THE STANDARD SPECIFICATIONS EXCEPT AS MODIFIED HEREIN. ALL GATE VALVES SHALL INCLU)E AN 8" X 24" CAST IRON GATE VALVE BOX AND EXTENSIONS, AS REQUIRED. ALL VALVES SHALL HAVE VALVE BOXES AND EXTENSIONS AND VALVE AARKERS WITH DISTANCES CLEARLY MARKED IN ACCORDANCE WITH THE STANDARD DETAIL TITLED, 'GENERAL MISCELLANEOUS DETAILS", WHICH IS INCLUDED IN THIS DOCUMENT. 3. MEASUREMENT AND PAYMENT HYDRANT AUXILIARY GATE VALVES WILL BE PAID FOR UNDER FIRE HYDRANT ASSEMBLIES. ALL OTHER GATE VALVE ASSEMBLIES SHALL BE MEASURED AND PAID FOR AT THE APPLICABLE UNIT PRICE PER EACH, IN PLACE, COMPLETE, WHICH SHALL CONSTITUTE FULL COMPENSATION FOR VALVE. BOX AND EXTENSIONS, CONCRETE VALVE MARKER AND ALL OTHER NECESSARY ACCESSORIES FOR A COMPLETE INSTALLATION. 8.0 FIRE HYDRANTS 1 FIRE HYDRANTS SHALL BE COREY TYPE (OPENING WITH THE PRESSURE) CONFORMING TO I AWWA C-504-80 WITH A 6 INCH INLET AND A M.V.O. OF 5 INCHES, TWO 2-1/2 INCH HOSE NZZLES ADS PER D ONE 4 INCH PUMPERO NOZZLE WWITH ITH NTHE NEW SEATTLE PATTERN 6ATIONAL STANDh 7-1/2 � CTHREADS PERINCH,, 60 DEGREES ' V. THREADS, O.D. THREAD 4.875 AND ROOT DIAMETER 4.6263, 1-1/4 INCH PENTAGON 53 W_725 TECHNICAL SPECS. June, 1963 OPERATING NUT AND OPENING BY TURNING COUNTER CLOCKWISE (LEFT). HYDRANTS SHALL BE CONSTRUCTED WITH MECHANICAL JOINT CONNECTION UNLESS OTHERWISE SPECIFIED IN BID PROPOSAL DESCRIPTION, FIRE HYDRANTS SHALL BE OF TRAFFIC TYPE AND PROVISIONS SHALL HE 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 3-1/2 FEET DEEP UNLESS OTHERWISE SPECIFIED. FIRE HYDRANTS SHALL BE IOWA, PACIFIC STATES OR APPROVED EQUAL. APPROVAL MUST BE OBTAINED PRIOR TO BID OPENING. FIRE HYDRANT ASSEMBLY SHALL INCLUDE C.I TEE (MJ X FL), 6" GATE VALVE (FL X MJ), 6" C.I. SPOOL (PE X PE), 5" MVO FIRE HYDRANT (MJ CONNECTION), B" X 24" C.I GATE VALVE BOX, AND 3/4 INCH SHACKLE ROD WITH ACCESSORIES AND TWO CONCRETE GUARD POSTS. PAINT SHACKLE RODS AS SPECIFIED IN SPECIAL ANCHORAGE OF -HIS SECTION. T. . t;YDRANT SHALL BE FOR A 4-1/2 FOOT BURY UNLESS OTHERWISE NOTED ON THE PLAN. UPON COMPLETION OF THE PROJECT, ALL FIRE HYDRANTS SHALL BE PAINTED TO THE CITY OF R.ENTON SPECIFICATIONS AND GUARD POSTS PAINTED WHITE. THE CITY OF RENTON STANDARD DETAIL FOR HYDRANT ASSEMBLY AND HYDRANT GUARD POSTS IS BOUND IN THESE SPECIFICATIONS. FIRE HYDRANT ASSEMBLIES SHALL BE MEASURED AND PAID FOR AT THE APPLICABLE UNIT PRICE PER EACH, IN PLACE, COMPLETE, WHICH SHALL CONSTITUTE FULL COMPENSATION FOR TEE, VALVE, VALVE BOX, SPOOL, FIRE HYDPANT, SHACKLING, INSTALLATION OF BLOCKING, BRACING DRAINS, FITTINGS AND ALL OTHER NECESSARY ACCESSORIES FOR A COMPLETE INSTALLATION. 9.0 REMOVAL OF EXISTING STREET IMPROVEMENT 1. GENERAL CONFORM TO SECTION 52 OF THE STANDARD SPECIFICATIONS. 2. PAVEMENT REMOVAL THE CONTRACTOR SHALL INFORM AND SATISFY HIMSELF AS TO THE CHARACTER, QUANTITY AND DISTRIBUTION OF ALL PAVEMENT REMOVAL. REMOVAL OF EXISTING PAVEMENT SHALL COVER ALL TYPES AND THICKNESSES OF PAVEMENT. CUT PAVEMENT, OR OTHER STREET AND ROAD SURFACES TO A MINIMUM WIDTH WHICH WILL PERMIT THE PROPER EXCAVATION AND BRACING OF THE TRENCH AND ALLOW FOR PASSAGE OF VEHICULAR AND PEDESTRIAN TRAFFIC. ALL PAVEMENT CUTS SHALL BE SMOOTH STRAIGHT LINES (SAW CUT) OR TO THE NEAREST CONSTRUCTION JOINT AND SHALL HAVE CLEAN VERTICAL FACES. 54 W-725 TECHNICAL SPECS. June, 1983 3. PAVEMENT COST ALL COST OF PAVEMENT REMOVAL SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT COFT. 1 10.0 RESTORATION OF IMPROVED SURFACES 1. GENERAI CITY STANDARDS SHALL BE USED WHERE MODIFICATIONS TO SECTION 54 OF THE STANDARD SPECIFICATIONS ARE APPL_CABLE. ROADS, STREETS, SIDEWALKS, DRIVEWAYS, SHOULDERS AND ALL OTHER SURFACED AREAS REMOVED, BROKEN CAVED-IN, SETTLED, OR OTHERWISE DAMAGED DUE TO THE INSTALLATION OF IMPROVEMEN' R COVERED BY THIS CONTRACT, SHALL BE REPAIRED AND RESURFACED TO MATCH THE EXISTING PAVEMENT OR LANDSCAPED AREAS AS SET FORTH IN THESE SPECIFICATIONS. THE ENDS AND EDGES OF THE PATCHED AND RESURFACED AREAS SHALL MEET AND MATCH THE EXISTING SURFACE AND GRADE, AND SHALL TERMINATE IN NEAT, EVEN LINES PARALLEL TO, AND AT RIGHT ANGLES TO THE ROADWAY. NO PIECEMEAL PATCHING OR REPAIR WILL BE ALLOWED. DAMAGED, DISTURBED OR OTHERWISE AFFECTED AREA, SHALL HAVE THE EDGES OF EXISTING PAVEMENT TRIMMED BACK TO PROVIDE CLEAN, SOLID, VERTICAL FACES, FREE FROM LOOSE MATERIAL. 2. AREAS TO BE RESTORED 1. EXISTING ASPHALTIC uONCRETE SURFACES SHALL BE PATCHED WITH 2 INCHES OF ASPHALTIC CONCRETE CLASS B OVER 4 INCHES OF CRUSHED ROCK BASE COURSE. 2. EXISTING SHOULDERS AND EXISTING GRAVEL SURFACES SHALL BE REPAIRED WITH 4 INCHES OF CRUSHED ROCK SURFACING. 3. EXISTING PORTLAND CEMENT CONCRETE SURFACES (CURB AND GUTTER AND SIDEWALK) SHALL BE REPAIRED WITH PORTLAND CEMENT CONCRETE TO MATCH THE EXISTING. 3. TEMPORARY MC COLD MIX ASPHALT 1 MC COLD PREMIXED ASPHALTIC CONCRETE SHALL BE REQUIRED IN PAVEMENT AREAS POR TEMPORARY PATCHING ON THIS PROJECT, WHERE 1 DIRECTED BY THE CITY. FURNISHING AND INSTALLING MC COLD MIX SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT COST. 55 W-725 TECHNICAL SPECS, June, 1983 4. PATCHING WIDTH THE MAXIMUM PATCHING WIDTH IN TRENCH AREA WILL BE 10 FEET, EXCEPT AS REQUIRED BY CITY STANDARDS. ANY PATCHING DONE BEYOND THIS LIMIT WILL BE DONE AT THE CONTRACTOR'S EXPENSE. 1. THE FINISHED PATCH SHALL PROVIDE A MINIMUM THICKNESS OF 2 INCHES Or ASPHALTIC CONCRETE OVER RIGID PAVEMENT, OR IN ACCORDANCE WITH THE LATEST CITY ROADWAY STANDARDS, SECIION 54-3.02 OF THE STAND- ARD SPECIFICATIONS SHALL BE USED. BEFORE PLACEMENT OF THE ASPHALTIC CONCRETE PATCH, THE BASF. COURSE MATERIAL SHALL BE SHAPED TO THE SAME SECTION AND SLOPE AS THE FINISHED GRADE AND COMPACTED TO 100 PERCENT MAXIMUM DRY DENSITY AT OPTIMUM MOISTURE CONTENT AS DETERMINED BY STANDARD PROCTOR COM- PACTION TEST, ASTM DESIGNATION D698, METHOD D. THE ASPHALTIC CONCRETE PATCH SHALL BE PLACED OVER THE CONCRETE BASE SO AS TO OBTAIN A MINIMUM THICKNESS AFTER COMPACTION OF 2 INCHES AND SHALL MATCH THE EXISTING SURFACING. THE ASPHALTIC CONCRETE SHALL BE ROLLED AND CROSSROLLED TO OBTAIN THOROUGH COM- PACTION. THE EDGES OF THE PATCH SHALL BE SEALED WITH ASPHALTIC GRADE RC 70. ASPHALTIC CONCRETE SHALL BE HOT PLANT-MIX, CONFORMING TO SECTION 34, APWA SPECIFICATIONS, CLASS B. PAVING ASPHALTIC SHALL BE GRADE AR 4000 OR MEET THE REQUIREMENTS OF SECTION 27. ASPHALTIC CONCRETE PATCHING SHALL BE MEASURED AND PAID FOR AT THE CONTRACT PRICE PER TON, PAYMENT OF WHICH SHALL CONSTITUTE FULL COMPENSATION IjR THE RESURFACING COMPLETE, INCLUDING SUB- GRADE PREPARATION, PREPARATION OF AND CONNECTION TO EXISTING PAVEMENT, TACK COAT, FINISHING AND ALL NECESSARY INCIDENTAL WORK. CRUSHED ROCK SURFACING SHALI BE MEASURED AND PAID FOR AT THE CONTRACT PRICE, PER TON: PAYMENT OF WHICH SHALL CONSTITUTE FULL COMPENSATION FOR THE RESTORATION COMPLETE, INCLUDING SUBGRADE PREPARATION, COMPACTION, FINISHING AND ALL NECESSARY INCIDENTAL WORK. 11.0 HILL HOLDERS WOODEN HILL HOLDERS SHALL BE INSTALLED ALONG THE DISTURBED, RESTORED TRENCH SURFACE TO CONTROL SURFACE EROSION. THE WOODEN STAKES AND TIMBERS SHALL BE DOUGLAS FIR, OR HEMLOCK, WESTERN WOOD PRODUCTS, STANDARD GRADE. THE HILLHOLDERS SHALL BE MEASURED AND PAID FOR AT THE UNIT CONTRACT PRICE, PER EACH, PAYMENT OF WHICH SHALL CONSTITUTE FULL COMPENSATION FOR INSTALLATION AND MATERIAL FURNISHING AND ALL NECESSARY WORK. 56 W-725 TECHNICAL SPECS. June, 1983 12.0 LANDSCAPE RESTORATION ALL EXISTING ORNAMENTAL PLANTS SHALL BE PROTECTED, PLANTINGS REQUIRING REMOVAL SHALL BE CAREFULLY RELOCATED AND REPLACED OR COMPLETELY REPLACED IN KIND AND SIZE. LAWN SOD SHALL BE CUT, STRIPPED AND REMOVED IN ROLLS, STOCKPILED SOD SHALL BE COVERED AND KEPT DAMP. LAWN AREAS SHALL BE RESTORED IN FULL, BY REPLACE- MENT OF SALVAGED ROLLED SOD OR COMPLETE REPLACEMENT IN KIND. SODDED AREAS PRIOR TO THE SOD REPLACEMENT SHALL BE COMPACTED AND GRADED TO MATCH EXISTING LAWN AREAS. ALDER TREES ALONG THE CONSTRUCTION ROUTE SHALL BE REMOVED AND ALL TIMBER, WOOD, LIMBS AND LEAVES REMOVED FROM THE SITE WITH ANY FIRE WOOD PROVIDED TO THE PROPERTY OWNER UPON HIS/HER REQUEST. DISTURLEO UNIMPROVED AREAS SHALL BE CLEARED OF BRUSH, COMPACTED TO 80%. OPTIMUM PROCTOR DENSITY AND SEEDED AND FERTILIZED TO CONTROL EROSION. SEED MIX SHALL CONFORM TO THE FOLLOWING SPECIFICATIONS BY WEIGHT: COLONIAL BE"TGRASS (HIGHLAND OR ASTORIA) 10% RED FESCUE (ILLAHEE, RAINIER OR PENNLAWN) 40% BLUE GRASS (MERION, WINDSOR OR PARK) 40% ENGLISH PERENNIAL RYE 10% SEED SHALL BE APPLIED AT THE RATE OF 100 LBS, PER ACRE. MULCH SHALL CONSIST OF WOOD CELLULOSE FIBER AND SHALL BE APPLIED AT THE RATE OF 1,000 DRY LBS. PER ACRE. FERTILIZER SHALL BE COMMERCIAL ORGAN.0 OR INORGANIC FERTILIZER CONFORMING TO THE FOLLOWING PROPORTIONS BY WEIGHT: TOTAL AVAILABLE NITROGREN 10% AVAILABLE PHOSPHORUS (P.,02) 20% AVAILABLE POTASSIUM (K26) FERTILIZER SHALL BE APPLIED AT THE RATE OF 250 LBS. PER ACRE, THE CONTRACT UNIT PRICE FOR LANDSCAPE RESTORATION LUMP SUM SHALL BE FULL COMPENSATION FOR ALL LAWN, TREE, BUSH, PLANT REMOVAL AND REPLACEMENT, AS WELL AS CLEARING, BRUBBING OF EXISTING PLANT GROWTH, AND SHALL BE FULL COMPENSATION FOR ALL LABOR, TOOLS, MATERIALS AND EQUIPMENT NECESSARY OR INCIDENTAL TO THE PLACING OF THE MATERIALS NOTED HEREIN. 57 f) DRAWINGSSTANDARD r i . r 0 STANDARD DETAILS 1. CONCRETE BLOCKING 2. TIE ROAD ATTACHMENTS 3. BLOW OFF ASSEMBLY 4. GENERAL MISCELLANEOUS DETAILS 5. DECHLORINATION 6. BLOCKING FOR CONVEX VERTICAL BENDS 7. PAV:MENT PATCHING I19 MrMMIi OWNO r05i, I MMMD u1N100L10(DNCMIE LW9 101i 0"0 LD9. [DWI f0 MAIN LpINKIE _ YNOpULTS tt If IY514L MAIM Du(Li(o. I POINT VITN Tq CUTS ONE' MA"It "'Nl ND 41-114, I.It...I.GOAL DN 01110YLD 1 \ IDWI t It It11t M91M1 � \` 1 I ';T .I CtlN9T[ yT a �. ' NO -� l T. ¢/ ♦V.MINI9M M14 a LEVEL N•• aYMIIt[ It COMMIT SACKI IS Nor lntlrlm. '— CVITN TID I SN 9 AIL \ LM9ttS IN A" LMIe• \ GLI 10T PLAN ELEVATION FIRE HYDRANT GUARD POSTS \ ArxW tIETMN(I uo sloE 1'-D'•nIN. t WII[v lrrf T$ NraMYT!DW[ WN r-SI ID A5 PAGM, rMIrIC STALES NASA 140N NV[ CO,W IITO L i. W"PASSED VAIN ® NDWL. d" I.S. TOOL JOI MT INl[i ttlx 1Y41. 100 1. STAY[ RD[N AIA , 4 Ei" IN CdN(N11N5 WlBE Il STANDARD ANII[ADS. 4' .GOV tMMCt I DO Nlty M Sf ITTL[ TO 11 1A IYO IL O TAT00N or[Mr 1Ai NUi, IIk O'DIANT ]D f. A.1N1tD YIIN TAT ODIIl DI VELLOU Y WADI IVI \ rAINt ND1 41-114, IMl[MNtIDMiL r(LLON W IrrI10YlD eDWA. CuM TUN .Dv I'AKA CONVICTION CUT TD PILE rWOMv 1 xroA9T In(NsIW —Tw-vltc[ s.fT IAOM Y4ra MAA. I! KIN no f'' E04 10 RICO Y4W 10" "ANDRA0 r TOV SECTION NIT. IWIAt NSC SECTION LIM.TN i0 11I LD.GFT[ ROtxnG CWL9II 40Cu.5 NIM, If".Y'xI"MININW CVILNETE not. Jam.LTaT TAN VIA. 1TT1 ("IlM1Y[ SIM SIH OUTLET (G FLIT Y4Y[, r1M10( t )0-16 VI JOINT. Ll Vtl iltM SOMA JOWL i0 AL", N CO. O-i SW.Id .t qN ABC, Iq A,.1mm -w 6•' OUT 'BOB"If. tU S li M Wt"Lt ]CY.n. NIMIIYM WSMD IAON PIPE, CUSS Si, tl9Mi 0410. Ll9Th GRAVEL "SIME 11'•AND TO Fly. TOO)/W STEEL llf MASS. LEAVEN 9t4N[D 9S9D to 10 PIT 6 / ! mt. L r FIRE HYDRANT ASSEMBLY ' J FILL FIRE HYDRANT LOCATION IN CUT OR FILL WATER STANDARD DETAIL CITY OF RENTON NOT TO SCALE DEPARTMENT OF PUBLIC WORKS JAMCANv.IMSD CONCRETE BLOCKING SIZING PROCEDURE The Ian trM o(nI concreteN n,.;Nnw Ynx. ea• end ends No the•11Ha[n or In•1.I1. TM enthea.,r .1.to YNa the).let..lot. I•.hod, n ripe 1. INwNt ofMki.1 one,Nei tM[ I orM1• fN Cr Olulelno the tMwl In N,Ne.1di nvIx"In [ Tool. I or the INN WrIN Ion e1 the w I It.anon In Thal. S. f. III uA CAP I. Tes•N1N.rectdw. I. for helleeeNl o.eeelw.e three, the". I• C. M M thr I9N"er Iee,block Mx N e N.1 to or ., 1. v • • 22= BEND eM deel. reek Ind,rr..M sw4ee N tM 61«1 be.. [� s. TM tarwt I)«. eoarlq ION la•Nn.ledi 1.[tooll •': •. Th.[ee[•w.al«•aS.Mn Nor N.Nr AIYk sxelnouen )4-).14. • .' 1• , c tr a -thew Olenoar.1 Pike I.feet __{ i •Tnrent in recent.1O.fltllN(Tole 1) fK• Sri•Meriq teep in Ipn/a/Y. rt, Ipi6NI S) h • 1i of Thee[,I.feet Y •Ybin el Tnnq in feet A •A.of Wink..MOn"I M•r ANiMt IM Side OI the lnn[n In sq. ft. N1• •Winer MINI of the TMwt stock In feet It •Mtn of lM Sm[ne TMwt sled to N•ri.y Su•Nca 1"rpt to •,HIM t rltn of W Tnrect Block In feel �o Sao NM0 smmt rite K+R u A u of Y c. GAtRILATl01N towhees I1�• BEND 90• SEND I, beea Concrete I') •. Tnrua fn rWnd•1 i ). ked"Non ,,It or TnrN,flock (w,) •th m or Tr n In roe[ 1 •5 N Ath.1 Tram In reetJ-(nw.Ia. NOTE FOR CONVEX VERTICAL BENDS BLOCKING, oIN.pr or.IN I.Ie.0 u-1 1. Ynn of concrete Tune read. T SEE ARWA STANDARD R-AN NO 73 4, hell.lo.Yhpn of fork.,Nock Itw) • •el ceeant ...I-HI z TABLE I 5- ANUrN elctIM or Concrete (W. 14.1 •(Might •O.Hn.o.1h) • 0.0)IOa rMSfMf Tololl T PTl1Y4S IY PMM •INIe.Ln•Dd .o.o11N sRl nI *tu 1. 43• )I-I IS" 11-1 n• I wrri we INK KM s[N Ito I0,0 p' M0 3,1}0 I'm ),6)p I10 7o 1. rry�1 C•Nwa' Car tho.,..I or cee[raee raewr•e ,.block y�� }Op }•�0 5JI", 5.910 1,4}0 750 in Ali ne b In 1"C. 1. r" vein: l c nano, oryryti,p " ",Ie •n the HN+Ill M 65 RI •N the fail (OMI6ee In the•.ee reel• V. }00 I,5o0 q.o0p {,)10 }.)}0 I,JIIe dec...ded ar 91ree1. ►• }co_ 15.100 tl.}b n,s" S.110 5.020 }' Wlu,lm' IV- )}S )I,YO 101 16.540 11 4.30 Mri-ed 1.0ti,.5 Htl.ure (See T.I. 11. )00 NI IV, }SO 31.5" 4I.Oso 15.550 11560 6.Ib AMHId•llwwter of P eiN•5.05 In, •1_O5/12•01 11. w 250 \{.}00 rss 5sdb 11,0J0 9.)b do to TNN I: The N HIM Hx•un of 10.4.N aee IM1 the three,on•50• apd a Hdf0.NM.. 1Y' 7f3 .$.I" N,bO A,{}o 17,6S0 1 5.0% 4e to reel!I: .of.)flee. the We Mor1ee leed,for son, 19' NO Sli n.000 II,510 III.M0 l0,lb eeN 1i J.m Ildi ft� 40 to Ilpr• 1: lily,. 1 Inel[etx the N•itle,01 tM[ohnI SC NO fS,Ib 9I,500 \I.M 24,5t0 12.540 ref ala[u.f the" e.ne. SY' IaI f0.\b e).5b f9.1o0 )S.No lid 00 So IN th.•NCl llutiN•of tM Orolxt FN I.eav[n oI trpcn (h) \ INl M" S00 I\I,)A 199,5{0 IM.,So 55,1\0 }9.Eb Yeln et SrN[n (Y) •)INN }9" t00 Sn,SA1 II],•VI M.14, 1 /9,400 40,no with the aMua N.ale1M Infornatlen,+e Proceed 1.tM Brea, NININIex: A.of ea«ne. (A) - •.T.:�� •°�'+• °- 0.IS w. It. TA;. .E 2 aLead ••. ftYa•a,..MI t er TnIY I«e lN.l _as nor T.a«n•Zn li or C.I.I.Tnwt flail (It) The of.Y•n n0 likes v.r.I In IM follenlN tfab No fen no•I:m W d.uro.Mn Ihn Aetn.1 Neer end,tM I1N eNOM •Yleln of T•.n[n In Mt (Y) -Not Ifed 012mt•r•I I11N 41 1 fee,. •T NR 9ENIIIC COM • 1.n It. 7CII •w.a, •..1. 11[. o WIH1.Licki of Mry.,nee It.) •$$, ere enanN SDI, (I., ).000 send }.5I5 • •;' •• ).9S It. sane one 6r.rvl 3,000 el 4r•-I oo..nt.l.I11 to, 4.ow line tMN MCI AeN1•M fe.wlt ter teethed•(MIMt . 8.)h.teenh).o.esla •US.[4 A 9 1 •O.o11W ne , ve,.r ;,knot.le ode Nrwe ., re or reslnaleee ar el he ter U. < rol. to hbl.e 11 ki or ar .arrvl of•ad or Nk•eee •ILA.1.76 a Lq) .0.a71W ryeew+n, +I,n Mnnt or .an l[Ipt atai m u , •9•N ee. A• ,e.wu. WATER STANDARD DETAIL CITY OF RENTON bpf 10 SCAtf DEPARTMENT OF PUBLIC WORKS xOvfMlfP lf,Y TIE ROD SELECTION TABLE wwa M nE MOOS SI)C RIES1UIIL FORCE IM AIRLINES 10 p 1{ 1{ E{ A51 ] ) \ { r 11, F' Sol 15.IM )/f )/r• 1Ip' Tr' ))) 11 d10 Ir' 250 )).m vy )m IV' ))O o6.)m u6" IV US 45�20 90.910 !Ir• Vol ]r. ,a{ 61.01E VA'. S/► 1y. )OO walo p. Mp IH,)A �. 1EE 1OI.Sb Aus. 1. STEEL i011 TIE MOOS 11WL RAW AM ULTIMIC STMN4M Of WOOD•51 OE AEI. ). nE AM SMALL RARE rnruL-couRSE TMIItmS MSTM A' LEAST THE MUT% AT TXL EMO OR MIE SELF-LOCAIME ALI. ) STRENGTH 01 SPWAL E fM DEVICES MG I"Tit Ano$ ATf MMMMT SMALL Of S O 0. ILES COATED I'M I "IS or wIt's `Iw,S SIL IA LOIOIMMSTIiCN)M-M(16.11.141"Oft' INICA"Essi. 5 ICELL'Do EdMECTETVOLTIE 000INGS ELLAR 1. OKIAIM'GEI�'ADD 11MMIAL LE.M.t USED "W-LUG %,At SUIP0 COMOMTIOM, Tit ICLl STELLAR COMAOMTIM OR'OWL SIELLM COVOMTIM M E4UAL STAR SE11, CM>OMTIOR M QUAL El:a �u . CAST ON LUGS TIE BOLT MDUC-LUG" RETAINER CLAMP FIRE HYDRANT AND GATE VALVE TIE ROD ATTACHMENTS WATER STANDARD DETAIL CITY OF RENTON NOT TO SCALE DEPARTMENT OF PUBLIC WORKS NOVEMIIEM DIO PRICE 01. I In"CAP 0 BLABS'Ift r. .1 1. ctal Amu 2-1 W ILI" rl tkmilu IBM "WNW NONin Pipe a OWN" V,"",no IOMI Pon, lor.Am PLAN TWA'NICE CAST 100 VALVE BOX, IQLAL TO Elf.14K CO.. STOWD V TO SECTION. WIT.EXEGAAL.A.BASS SICTION [MCI.TO'IT I'll AS %IQw.ED 3-2' TO KIM, %CMWO WYMI IIIY INS,'In -1 SATI Mal UNWO SAWA`SIX$1N1OM.%-?n.$ V CLOSE Ii"LA U4OYlus lm plog 11111,4111 CAP 0"WAS Loomm BE fly W ILM ELEVATION TEMPORARY 2" BLOW-OFF ASSEMBLY WATER STANDARD DETAIL CITY OF RENTON BASIS TO SCALE DEPARTMENT OF PUBLIC WORKS SEPTEMBER. 111111 ............. GENERAL MISCELLANEOUS DETAILS VALVE OPERATING NUT EXTENSION DETAIL 1 An— SEE OEga1L— ON r� -C a 1/4'Via. I(6'MN. TNICAN[SS. I-PIETAL STOCK L[Nlx AS R[pu1R[tl. THICIONSS, VALVE oofMilOx,�i_frtp510N xOTE �•�S/6" SET SCREW. EstEMSIMrs ABC Mq'1R[n wiEv TN[VALVE NO IS PER THEN THEE (y) FEET HLON FINS]N[D GRACE EXTENSIONS M[ 10 11 A"'Ni"OF — ME (11 FOVT LONG. ON. ONE EITCNS Off TO 1[ USED'Ed VALVE. 2 1/4" INSID[NASLM[NCN1, 2 IH'D[P1N• NOR. ALL EXTfv5TONS Ili VO BE MADE OF SR[L SIZED AS ACTED.AND PAINTED IITN Fa tan a CANON ELASTIC Arco.22nJ GENERAL NOTES THAT AS SPECIFIED If M[SEAVATIVE MINT CO. ON AN AMM.ED low. SHOULD BE ON ALL WATER PLAN SETS 6[x[ML NOTES 1 \ll fpDL Mbrtelf auditN if CMfO/Ynce wit" LeariGnOVpi r•E 1M.lIiN- VALVE MARKER POST tlof%of the City of Boston Utility NMru t {m the latest edition of the ELEVATIONS Edge Standoffs, am SpoClluti..t. i. Ali IOUvent Of eft{tf/q Yti Jilin {Men.rt .PoA.iYIe am It star, N the cnntlomr'1 feaPOn110111tY t0 verify the true and correct lwatlon to as to .Vold C.Mge or dl{lurMMe. 0. All NMr NI.O1,to N c~t lines m",tit*Iron Plot conlwvp to ANSI Slec I A-21-SI-1476 or latest rerillon, tuicanesl Clots S2. Commit tarter lining and red coati" IMII confom to ANSI A-21-4.74 or latest nfryl M. -'� Plot Joint, to N W{men or N(Mnlul 111.1, leading to N Class C. I. All tlltinps to N cast Iron, taNnl lines. Class 250. unless otoerv... specified on arwln,Eonfoenng to ANSI Sot, A-21-I0-1127, ANSI A.21-II.i'll 10 Or latest fortsi M. All fitting Joints to one NCMn101 Joint or flowled ♦ fiaMM Joints stall As armed in axwfa.aa din ANSI 1 16.1 .M sMIT N t 125 is (anfr....TIPP. MINI o<Mrvr(1{q(If1ea M a,Asrilp. 5. All ester Mtn l0 InCMt am Wallis, In Mlnpin.Nn1.ceWr of N inches"ILA flnitx 9to". All wa Nr Nln 12 Inches aed laryer 1N11 N.s a.1"IMn of A6 felons below finite grog.. Nepal Ytiliq Conflict,otw. x for MIM are IO N loweres to<I.... 6. All .later Nlns 1411 be 0111.1 test"and di SlefectN In a(<OWan(1 YIM Ili specifications of lM LRY of Nenln, and the WtNingtN Stale NNIth J lewrtMnt. All 0nessuf. Mtllng and11 be open in Ili peesonce Of. mr.- sMbtbe of the City aI Reso., I A OMM Ialu,t1on re.fKAK.Md twenty-four M p u' entire pill N reir.d pr lM IP si.fli19 M construction 6. it 1411 N the tw:f.ctor'a responsibility to secure all necessary pew,ts Ill., to Starting twatrpCtiM. YA VE MPY A MIT[ 0. Inst611atton of(Orientate slots,waHr Nffl(N, lines no"Cars to be HIVE MASER POST SNAIL 9f A gMTrat CM6e1 IF ccoaollsW by the City of Raft of PRMMCTS 0.1 by NAPMVED EOWI. VALVE MMREII SMLL IE MINTED NI11 Tot CwTS or 10. Ill 'tweat'i to vativ A Mint to be to An supplied or y %(i Cy of NMLM. MINT $q-I11 IINT[RMTIWk yELLOX)AS All MlesMry nufation Mo Mleriall to N wpolles OY the[ondutar And 50EC1ri[0 at two'M[SEWAME MINT CO. ON M w-Isle MFer TO CRY MN hUtIM. McNUVAN [Owl. TM POST SMLL BE SET AT 11, Inspection Pill le.11croolilnla by.Mprt'MMlify of the City of IMntan, A"5 ALL BE TO THE 1) IN A Fie.TNF VALVE it stall be Ili cMCM(lof's 4{Wn1,0111tY to Mtlfy the 01111,Department NFLANO SMLt 6E DUS LOCO IN.l ltlt AND M\SCM- IA MOTE in advance of NUfi111ng all rMRrvction. N CONS01E1X111S LOCATION. D[STAM:[ TO TM VALVE T.SNflI 11 NPWI STINCILAI d TM( li. Cost...for w OrOf1M PI Ws and tewpo4ry blow,-off mwbllN fw tatting POST A Nlix TSP SPECINC.IFIED D 61 PS NERV MIN1 N]-102 om p^ItY actM4nce prior to final %I.-tn. ULACNI PS SPECI II[D le M[S[RYAi1V[ MINT CO. ON IPPROYEO JOWL. februlfy IMD WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS DECHLORINATION TREATMENT PROCESS: ATie MOUNT OF CHEMICALS REOUBM& with 0Le flee n W Gdn OnCtiawd faibnne nytM gpel,M �"n nIOa"a"I"on of agent a tMr cherraceas IiSYO inTade I The OrManl b tM cM nMll numbwal Tye NW aM pace i MchklnMtion cbamKllL ae,lable are aa1 nCOrlGnbn10nyyj from a the gpe11M Be'A1Urrle a veW aM t11B eagWl gatlYm TldawdMY IM,yannprousl Technical grade-1001b begs TABLE 1 grin,ouvft pounoe of pChbnMign Cnem,nls P aunb to NeLee112e Wnous Techn,Wl grba—fia ar bags y,lore, b Sudaan @WtdBY Ibnydrousl new"ChbnM Corce^tretlma for ELery 1400 Galk+na M VAnar Tachna,ai grebe-1001b begs aM 4WO Orums GrarrlKal And alrlpnl Ba91LW Ipolnbl FIsaIGLa1 chbnM SGrf.rn Concantnlron ThgWBSY SoOIOm Bs„hale Inge or Oprnl (non-anhydral) suama _lannyourousl _ 10 02 Ole I," 20 0a 050 ON 00 Go 045 0If a0 06 060 0u rA I 075 055 gbaf Bcalamr.A 1%by weight T1ock blubon Of Ine OaalbnMMn CM1n,W1 w,l,be prepared by dq&o,rg eyly IIb of dechlonnabOn cMmlMl ueSt7 r,1W IM of veer, ~"pining b19 fautio, tn6 CnemKAl VrOLAO by bbt,to 1M water am mIMO Unle Me chernKal hiM oomDbYly diasolve0 APPLICATION. LOCAL SUPPLIERS For,small gpllna.OechlOnNtbn Wn be bnte eo by colWIng 0L! Van Mate,,AM ROOWM cnbn. wafer rn a conliI veal aM adding with conbnuOUs 8201 5 212m wa.av 1M MOutMO ampml 01 a OecnbnM6M Chian",folk eaubon Kent.WA Tl a 6234151 or 822-5000 fib a OachlonMbng cliimtcal for every firma a wabrl W.0aranWe Feed alagled Ja Chann"fs 1rK For large gpleNa.w1MM^.GntalnnlMt of IM chYJnMYO LWYr t5 1919 ManM View Orwe ,n,p.ar,ticll.1he'"llloboa Ned methM Is MCL nrMrcNd The flow race Tacm WA oa. To a 5'2-9030 lot Ine chlymnaw wall will M an in a conaYnt lace,n"'10 a cOM l M*a d hil-Mtg CM,Mcal sock blood,"I M fed IMo cMm t CarpOMiron OM flow The two Hers,eb be Wob r0orlb an flat tM Whlonrabon 2923 N E BlakeNy, chain",,concMlralwn.11 be contlnuou5 mragnOLn Ow Dahl Sealne WA Tell a 52"120 in,BOU5826794 nlgUlred 10 BWn iM chIMIMMI wafer lion,IIM poeSM PROCESS FLOW DIAGRAM: �t}chbnnaton clwrncak 1M t wlgntl emv int) M Salew a B * Contelnment Dvnerge b a Cn onMYE —_ VNa1 Sunau v� WW Ibiowofl. IYM trUckl Area hydrant lc 1 _._.._J _... --� 1 WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS ea6[• M Standard Drawings 1 Tyyppee 4 BbCkwg �yp� for 11'y-22'rj•30'VtM[ai BenOs "r I"V)•70'verucul bards II I V131 I S C I L I _ k 7 -_ 2 T,ITbYCkIM__ - 1 A 11 22L 20 n 26 V b" 300 114 11 2 20 , 22$ 2b 29 I ,T Al 5 jf b' 300 n`4 16 25 " 202'y_ .47 -;i _ 41 _. t2' 250 nfk- 32 12 20_ ! 22`1 _QB 4 ty 30 30 t t ! 2h 164 157 i 40 � � �wsedla9Ca,c.. Ti .. V' .� U V•7 + 20" 200 1% 91 . 4S •� 4 24: 200 n ,28 50 1' 2261 _320 _56 1; 4 480 1 " Type B Bkxkmg for 4S'VerlK01 6enos T BbGkIng Port ns for for 4y� BlIX♦5 $rrlCRlt RODS Imcol E VB S d L V6\y F 15 'tit V B Go 15 4 Ty MbMKWS - Threw Lp 1 68 41 8" 123 50 I k 226' 232 61 11.__ 25 250 432 7b tha 2e 200 560 92_ N 5 a 4 Ali 4 I 9 � 17s) o.ws•�c..n STANDARD PLAN NO.73 Blocking for Convex Vertical Bends l � DIV.VII/93 ` Page 208 Standard Drawings ASPHALT CONCRETE OR RITUHIOUS CUE SMALL SE VERTICAL AtIO IN ►CANT MIX REPLACEMENT PATCH STRAIGHT LINES AS DI RLCT[D. REMOVE LOOSENED AS/HALT TAIM VERTICALLY CONCRETE E/15TING [ODE R[7[ ►AY(NFNT EXISTING AS►MALT PAVEMENT COMPACTED CRUSHED ROCK TYPE No. i, WHEN ORDERED BY IKE ENG14LER EXISTING RlilB EASE A., : A•' 1 COMPACTED TRENCH SACKFILL I ' A L T E R N A T E ' A ' ' ASPHALY CONCRETE OR BITUMINOUS CUT SMALL RE VERTICAL PLANT MIS PAVEMENT REPLACEMENT AND IN STRAIGHT LINES PATCH s THICKNESS OF EXISTING AS DIRECTED s PAVEMENT PLUS 1" 1 (Yi WITH PNEUMATIC PAV:MEM7 CUTTER EXISTING CONCRETE ' ►AYE NE MT I EXISTING ASPHALT ' PAVEMENT EXISTING RIGID BASE — •• WHERE WIDTH OF PATCH IS LESS THAN '+' y/ S/d,MINUS VNERE PATCH IS Y' OR J CRUSHED ROCK 1 /I MORE IN WIDTH / t l COMPACIED TRENCH BACAFILL,_� 1 S" 6" 111' VARt AB LC it" 6" S" —RIGID PAVEMENT WITH ASPHALT_ —CEMENT CONCRETE PAVEMENT { CONCRETE SWFACE• A l i F R N A 7 E B EXISTING ASPHALT CONCRETE ASPHALT COMIRET[ OR BITUMINOUS- SURFACE PLANT MIX REPLACEMENT PATCH 1'• XIM S" MIN V.—EXISTING BASE EXISTING OIL HAT 5/6 IIAINUS COMPACTED TRENCH SACRFILL CRUSHED ROCK I I F I C A L P A T C H r 0 A F L E A I S L t ► A V I A E N 1 G[M[AAl NOTE: 00 NOT SCALE CONCRETE MIA SMALL BE CLASS OR CLASS So- WHICHEVER IS SPECIFIED. CITY OF RENTON PAYMENT --CEMENT CONCRETE CLASS ( ) FOR PAVEMENT PATCH". CUBICPER YARD. Pavement Paichinq CONCRETE CLASS IS- FOR PAVEMENT PATCH". "ASPHALT ( PER TON "BITUMINOUS PLANT HIX FDA PAVEMENT PATCH". PER ION �! Standard Plan No. l9 1 OF R1r+ }�. OFFICE OF THE CITY ATTORNEY * RENTON,WASHINGTON V I POST W/ICE OOx 6t6 100 5 Zna STREET • RENTON. P,.S.n TON SOS) 255-8678 O $ LAWRENCE L WARREN, cry .TTORNCV DANIEL KELLOGG, ASSISTANT CITY ATTORNEY m DAVID M. DEAN, ASSISTAW CITY ATTORNEY 4Q MARK E. BARBER, ASSISTANT CITY ATTORNEY rE0 SEPtE ZANETTA L. FONTES, ASSISTANT CITY ATTORNEY MARTHA A.FRENCH, ASSISTANT CITY ATTORNEY August 15, 1964 L/TO: RON OLSON FROM: LAWRENCE J. WARREN RE: J. Small Construction Co . I have before me a Summons and Complaint filed on behalf of Pamela V. Small, dba J . Small Construction Co . I recall that you and I previously discussed this contract and you pointed to a portion of the original specifications , and to the APWA specifications as grounds for denying the claim. We also discussed the fact that the claim had not been timely brought or diligently pursued. Thereafter, you wrote a letter denying the request. Could you please provide me with the information you relied upon to deny the claim with specific references to the contract sections and APWA sections that you believe are relevant. After I have prepared an Answer to the complaint you and I should meet on this again. If you have a file on this particular project, I would also like to review that file . awren wrenfce 14 C�Z J Waarrren A_ LJW: ds cc: Mayor OF R4�' A �T OFFICE OF THE CITY ATTORNEY RENTON,WASHINGTON U POST 01!OS 6ri Joe S IM STREET • WNTONI VJASNMGTOM NOIT l!! M>• 0 $ LAWRENCE I.WARREN, CITY ATTORNEY DANIEL KELLOGG, ASSISTANT CITY ATTORNEY 0 e, DAVID M. DEAN, ASSISTANT CITY ATTORNEY 9P MARK E. BARBER, ASSISTANT CITY ATTORNEY %44TFD SEPT01i ZANETTA L.FONTES, ASSISTANT CITY ATTORNEY MARTHA A.FRENCH, ASSISTANT CITY ATTORNEY August 15, 1984 ✓TO: RON OLSON FROM: LAWRENCE J. WARREN RE: J. Small Construction Co. I have before me a Summons and Complaint filed on behalf of Pamela V. Small, dba J . Small Construction Co . I recall that you and I previously discussed this contract and you pointed to a portion of the original specifications , and to the APWA specifications as grounds for denying the claim. We also discussed the facet that the claim had not been timely brought or diligently pursued. Thereafter, you wrote a letter denying the request. Could you please provi'e me with the information you relied upon to deny the claim with specific references to the contract sections and APWA sections that you believe are relevant. After I have prepared an Answer to the complaint you and I should meet pon this roject,aI wouldlalsoulikee a file to reviewnthatSfi particular file. 5��6Laws renc J Warre� LJW: ds cc: Mayor 1 ` RECEIVED 1 to .pS Q,w% . 2 �SJJL 131994 CITY OF RENTON 3 MAYOR'S OFFICE 4 IN THE SUPERIOR COURT OF THE STATE OF WASHINGTON 5 FOR KING COUNTY 6 PAMELA V. SMALL, d/b/a J. SMALL ) CONSTRUCTION CO. , a sole ) 7 proprietorship, ) 8 Plaintiff, ) No. 9 VS. ) SUMMON S 10 THE CITY OF RENTON, ) 11 Defendant. ) 12 ) 13 14 THE STATE OF WASHING)ON TO: 15 The City of Renton 16 Defendant. 17 18 A lawsuit has been started against you in the above-entitled Court by PAMELA V. SMALL, d/b/a J. SMALL CONSTRUCTION CO. , plaintiff. Plaintiff's 19 I claim is stated it the written Complaint, a ropy of which is served% upon you with this Summons. 20 In order to defend against this lawsuit, you must respond to the Com- 21 plaint by stating your defense in writing, and serve a copy upon the under- signed attorneys for the plaintiff within twenty (20) days after the service 22 of this Summons, excluding the day of service, or a default ,judgment may be entered against you without notice. A default Judgment is one where 23 plaintiff is entitled to what she asks for because you have not responded. If you serve a Notice of Appearance on the undersigned attorneys, you are 24 entitled to notice before a default Judgment may be entered. 25 26 SUMMONS - Pg. I �«• fife^"� CARNEY, STEPHENSON. SAGLEY, SMITH L MUMER ♦MOti E{mM4 E[w�Et CORwpI,tlOti 1,., OOw tiw.wLK{{uµgry4 {[w„L[ w,tMMO[OF NO i3O, 6ii NIO 1 You may demand that the plaintiff file this lawsuit with the Court. If you do so, the demand must be in writing and must be served upon the 2 plaintiff. Within fourteen (14) days after you serve the demand, the plain- tiff must file this lawsuit with the Court, or the service on you of this 3 Summons and Complaint will be void. 4 If you wish to seek the advice of an attorney in this matter, you should do so promptly so that your written response, if any, may be served on time. 5 This Summons is issued pursuant to Rule 4 of the Superior Court Civil 6 Rules OT the state of Washington. 7 DATED this 2nd day of July, 1984. 8 CARNEY, STEPHENSON, BADLEY, a SMITH 8 MUELLER 9 10 8y t:[ 11 RicAard J. en 12 Attorneys fo laintiff 13 14 15 16 17 18 19 20 21 22 23 24 25 26 SUMMONS - Pg. 2 CARNEY, STEPHENkN. RAIXEY.SMITH i MUELLER A OROFt SSION{L{ERYICES COMnOIURION I>— Y00{ MM,L SCE{uIlO1N4 {1Y i.l E uNNE•{'Y• {}L„IE w,9NIN4rON{III OI 1 2 3 4 IN THE SUPERIOR COURT OF THE STATE OF WASHINGTON 5 FOR KING COUNTY 6 PAMELA V. SMALL, d/b/a J. SMALL ) CONSTRUCTION CO. , a sole ) 7 proprietorship, 8 Plaintiff. ) No. q vs. ) C 0 M P L A I NT 10 THE CITY OF RENTON, ) 11 Defendant. 12 ) 13 14 15 FOR HER CLAIM AGAINST the defendant, plaintiff, PAMELA V. SMALL, d/b/a 16 J. SMALL CONSTRUCTION CO. . a s)le proprietorship, alleges as follows: 17 18 I . PARTIES i9 1.1 Plaintiff. The plaintiff, PAMELA V. SMALL, is an individual 'resi- 20 dent of King County doing business as J. SMALL CONSTRUCTION CO. of Maple 21 Valley, King County, Washington. J. Small Construction Company is a regis- 22 tered general contractor in the state of Washington under Contractor's Regis- 23 tration No. 223-01-JSMALC 217LE. All fees and costs due and owing to the 24 state of Washington have been paid. 25 26 COMPLAINT - Pg. 1 CARNEY, STEPHENSON, {ADLEY.SMITH 6 MUELLER •weo[cSSroFa S[Mv1C1S Cop"&M 'ON f is tl \VMM(\\t \f]i rt[ M]MmffilO NBC' l0\5 422 \OlO i Il 1.2 Defendant. The defendant, CITY OF RENTON, is a municipal corpora- 2 tion of the state of Washington and is the owner of the Project known as 3 Water Project No. 725, Contract No. CAG058-83, for the construction of Water- 4 main intertie Stevens Avenue Northwest to Seneca Avenue Northwest, hereinafter 5 I referred to as the "Project." 6 7 II. CONTRACT FOR CONSTRUCTION 8 On August 9, 1983. the plaintiff was notified by the City of Flenton 9 that the City Council had accepted the plaint'.ff's low bid for the Project 10 in the amount of Twenty-Seven Thousand, Thirty-Seven and 32/100 Dollars 11 (f21 ,037.32). Thereafter, on the 15th day of September 19K. plaintiff 12 and defendant executed an Agreement for Construction of the Project pursuant 13 to plans and specifications provided by the defendant. A copy of the Contract 14 for the Project is attached hereto as Exhibit "A" and incorporated herein 15 by this reference. 16 17 III. PERFO".MANCE BY PLAINTIFF I6 Pursuant to the terms of the Contract, plaintiff furnished all labor c 19 and materials nece! sary to complete and perform the work required under 20 its Contract for the Project, the work having been completed in January 21 of 1984 and acceptec by the defendant on or about February 6, 1984. 22 23 IV. CLAIM FOR CHANGED CONDITIONS 24 4.1 Changed Condition. Pursuant to the requirements of the Contract 25 26 I COMPLAINT - Pg. 2 CARNEY, STEPHENSON, SAUEY. SMITH 6 MUELLER II •PROFESSIONAL SERVICES CORPORklION 11.-f1001. N!,PUCE 60II0M0 II a.Iw S vNIVI Ni.. EE l,IE Ma P..IN O,ON NBC` aos Na wao I at Section 6, plaintiff, on the 6th day of October 1983, gave written notice 2 to the defendant, City of Renton, that plaintiff had encountered a "changed 3 condition" as defined in APWA specification 4-1.07. A copy of that written 4 Notice is attached hereto as Exhibit "B" and incorporated herein by this 5 reference. Included in the special provisions of the Contract documents 6 is a provision that the standard specifications for municipal public works 7 construction prepared by the Washington State Chapter of the American Public 8 Works Association are included in the specifications for this Project. The 9 page of the Contract document setting forth that inclusion is attached hereto 10 as Exhibit "C" and incorporated herein by this refercnce. 11 4.2 Amount of Claim. Plaintiff duly presented her claim in the sum 12 of Fourteen Thousand, Nine Hundred Twe.Ity-Nine and 55/100 Dollars ($14,929.55) 13 for the changed conditions encountered on or about October 6, 1983. 14 4.3 Rejection of Claim. On April 4, 1984, the Public Works Departient 15 of the City of Renton, by letter directed to attorneys earlier retained 16 by the plaintiff, confirmed the rejection of the plaintiff's claim on the 17 basis of other provisions of the APWA specifications, other than the changed 18 conditions clause relied upon by plaintiff. By its rejection of the plain- s 19 tiff's claim, defendant, City of Renton, is in breach of its Contract with 20 the plaintiff for the construction of the Project and plaintiff is entitl, 21 to recovery against the defendant herein. 22 23 V. PRAYER FOR RELIEF 24 WHEREFORE, plaintiff prays for judgment and relief against the defendant ?5 26 COMPLAINT - Pg. 3 CARNEY, STEPNENSON, RADLFY, SMITH a MUELLER +�wOF[lfro"+l [[wV4ts CowwowtlOw �� .1,�ilOOw ,+w�wl+Ct tVlOwiO f..n•WwMtnr tl� l{ F,[ N N NIO. iw+22x] tp&0 I as follows: 2 1. For judgment against the defendant, City of Renton, in the sum 3 of $14,9?9.55, or such other sums as may be established by the evidence 4 herein; 5 2. Because the claim is a liquidated sum, for interest on the claim 6 from the date of presentation on October 6, 1983 at the legal rate; 7 3. For plaintiff's costs and disbursements herein and reasonable g attorneys' fees in such sums as may be permitted by law; and 9 4. For such other and further relief as the Court de ns just and 10 equitable. 11 CARNEY, STEPHENSON, BADLEY, SMITH & WELLER 12 13 u 14 Ric and J. P n Attorneys for aintiff 15 16 17 IB ° 19 20 21 22 23 24 25 26 COMPLAINT - Pg. 4 CARNEY, STE►HENSON, NADLEY, SWTH t MUELLER ."olgSSIO+A•c[&mc[s weroNATIO+ uw {ia{0io I of 7 CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT. wade and entered into this �Zday Of 249--&111 19L, by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington. hereinafter referred to as 'CITY and J. Small Construction Co. hereinafter referred to as `CONTRACTOR.' w_ I7NESSETH: 1) The Contractor shall within the time stipulated. (to-wit: within 612 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. a W-725 for improvement by construction and installation Of: 8" O.I . Watermain between Stevens Ave. N.W. and Seneca Ave. N.W. All the foregoing shall be timely performed, furnished, constructed. installed and completed in strict conformity with the plans and spec- ifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Menton and any other governmental authority having jurisdiction Vornver. It is further agreed and stipulated that ail of said labor, materials, appliances, machines. tools, equipment and services shall be furnished 2of7 Contracts Other Than federal-Aid FHWA and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Dirr:tor as being in such conformity with the plans, specifications and all require- ments of or arising under the Contract. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following dor�iments; 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) Specifications e) Maps i Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any 3. If the Contractor refuses or fails to prosecute the work or any part thereof. with such diligence as will insure its completion within the time spec`.fied in this Contract, or any extension in writing thereof, or fails to complete said work witn such time, or if the Contractor shall be adjudged a bankrupt, or if he snould make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his Rev. 4/83 3 of 7 Co�,tracts Other Than Federal.-Aid FHWA subcontractors snould violate any of the provisions of this Contract, the City way then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall , upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract. 1 provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the MContract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City. if it so elects, may, without pliability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, pl•nts and other properties belonging to U. contractor as may be on site �� the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. Cont-acts Other Than Federal-Aid fNu.4 4 of 7 1� 5) Contractor agrees and covenants to hold and save the City, its officers, 1� agents, representatives and employees harmless and to promptly indemnify &%me from and against any and all claims, actions, damages, liability of every type and nature including ell costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, ® omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification ® provision shall likewise apply for or on account of any patented or on- patented invention, process. article or appliance manufactured for use in the performance of the Contract. including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall , without fault on its part, be made a party to any litigation commenced by or against Contractor. then Contractor shall proceed and hold the City harmless and he shall pay all costs, 11♦ expenses and reasonable attorney's fees incurred or paid by the City 1� in connection with such litigation. Furtherm . a, Contractor agrees to pay all costs, expenses and reasonable attorneys 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 Aher party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such Contracts Other than Federal-Aid FHWA 5 of 7 notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States wail , postage prepaid, certified or registered mail. 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 60 working days from the date of commencement. For each and every working day of. delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of One hundred Five and No/100s($105.00) es 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 workman hip. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of tla 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 shag be i Contracts Other Than Federal-Aid FHWA 6 cf 7 aobligsr,j to take in *diat( .,rPs 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 subrit to the City such schedules of quantities and costs, progress schedules. pay- rolls, 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 secu. ,ty for the faithful performance of the Contract. including the payment of all persons and firms performing labor on the constriction projet, finder t this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11 . The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. t 11) The total amount of this Contract is the sum of Twenty-seven thousand Thirty-seven and 32/100s ($27,037.32) which includes Washington State Sales Tax. Payments will be made to Contractor as specified in •`e "Special Provisions" of this Contract. Rev. 4183 4 k. . Contracts Other Than Federal-Aid FHMA 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 Or kENTON ® Pane la v. $mall: Owner Pay or G� ity erk d/b/a Small Construction Co. firm ham ® Individual_. Partnerr�ip Corporation __ A Corporation fate o ncorporation i 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; anj 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 I 1 `ro J .� A' ...J _r . �... �.../,/t.l- 4- r. C. /�? �_ t/t [.,4 L a..�, ~� DUPLICATEC SIGNEDli �� yyt ,c-. .ua.u.,..a�_, ... .,.�.�w• r.aiRulYrW YIE.:i� '... DAZE SIGNED Elr2l"05 4ff EMD PARTS 1 AND S WITH CAMON WTACt.- Y F'OtV FAK(60 So%)Y IN PAM 3 WILL Y RMAHM WIrN MKV. DEIACM AND FILE FOR FOIIOW-UP ,/ scot'.at wort dr.t.. rt.tr�+►_ht.ta w4 writing,or by failure to prvr.est s. any chance fa quantity fa excess or ffi percent win require not thereon,by a WP number of t in accordance with the terms supplemental agreement regard}awe of We length n provided in Nis section.Paymen Pike furnished or driven. a,the etas,pe Oda"eonsUWte full eomPauafist for any work changed tad all wort required to be performed wrier the `1 hyl 01AMOm CMMMOMs. The t ontreetor shall trotify �e order. Such compensation atoll also constitute fd) >n writing d:(a)swieee ar Weal phyai• payment for every claim by the Contractor that may come with U*ENrbDeerd eonditias u�thedte differing materially from those di- respect to the work described in the change order including time to the overall project. If the Contractor disagrees with select in the contract,or(b)unlmown Physical conditions at an dalaya any terms or conditiong set forth in an approved change order, unusual nature at the dte differing materially Gam Nrbousge ordi- to the Engineer within 10 c. wily encountered and generally recognized as the Bch in Ue be ala0 submit a written Protest work of the character provided for in the eont"e U%ech no2loe calendar days of his receipt of such order.The protest @tall state V not given prior to the conditions being clisturbcd,<r such mr, the points of disagreement sad the applicable contract apeedfica the- tioma, rid an estimate of quantities rid cost involved. When rWcontion is nuetework,theContractorw016edeemed N protest of an approved change order relates to eompens ition, any nee work the Contrettor dull keep toll and complete records of the costs waived extra compensation tfiorie of rich tieorditioma. Oraltnotice of such work and shall permit the Engineer to have such aecaa& and material it1 te eotfficaUoa thereto as may be deemed necessary to aastat in evaluating the Jell not constitute adequate If the Ow oer finds that clanged conditions do endat and c use•s peoteat. elder in the Contractor's cost or time req,ured protest slap not relieve the Contractor from his obligation to a� jw contract, the Owner may make an equitable to proceed promptly with the work a&ordered by the Engineer. adjustment in the amount of compensation to be paid for the 4.im MMSTMG ONI+ERVONES WJW& If the Con- performance of the work involved, or the time required, by tractor coa.aiden any ruling of the Engineer or Owner to be agreement with the Contractor. If the partjes are cable to unfair,be dull immediately upon such ruling being made pro- agree.the Owner may pay for such wort by fora em ant and Deed without delay to conform to such riding and within 10 ca• allow such additions':tore d performsuee sa re degas proper• lender days after date of receipt of the i.-alructions or rulings,he comma son for sw cM•r�tiotion nswill be allowed. 00 additional .hall file a written pn':at with the owner stating clearly and in detril the basis of his objection,and include an itemized atatr 41.01 PROGRESS ESTV&,ES AND ►AYYEMTS. prWaaa went of any extra costa whicb may have etauhed. estimates of work perfored tin any portion or portions of the 4IMC POTWW MAd16. The Contra-tor shall rat be work made by the Engineer or payments therefor,dull not be entitled to any additional compensation otherwise payable for evidence of performance or an rm,Suc a ti the Owns d any any act or failure to act by the Engineer or the owner. the work or quanuttes shown thereon Such estimates made pose of bappening of any event or noctirrcnee,or any other cause,unless Progress of the work are tentative and trade for the purpose of be shall have given the Enga..eer a written notice of potential determining Pay 4 at anyi i for partial payment ptdy, and are subject to change at grey time Imo*to final acceptance es the claim Owner.The owner may make any changes in such estimates and The written notice of potential claim alull set foi..t the in the final estimate as be deems to be proper. reason&for which the Contractor believes additional aompen&a• 41Ai BMW" STRUCT1hRES AND YREYISES• tion will or may be due. the nature of the costs involved.ad, insofar as poewbl!.the smount of the potential claim if based on P. .wrty liner, limit&of easements, and smite of construction as act or failure to act by the Engineer or the Owner,except in .e indicated on the plans and it shall be the ContrwU1•a • case of emergency, such notice ahal 1e given to eEngineer r n u.bihty to confine big conat.rurtion activities within these to the time that the Contractor has started performancerums, unity be mattes arrangements for use of private pro- priorGoal the rise tothepotentW claim for esnon.Soiliotghereasea,n tticeehanbegiven�thin 10 calendar theC Facie wing W' private PnnPen�writ won the Contactor shall the with the Engines es Con- days after the happening of the a vent or occurr'om giving rue to of the property owner,and upon vacating the premws the Con• the potential claim. tractor shall furnish the Engineer with a release from all dam- 41M OMEASED OR DECREASFD OUAMtt11EL if there is ages,properly executed by'Ne property owner. any change,not covered by a prior change order accepted by the The Contractor.hall confine has equipment,storage of mate- Contactor,which(1)increases or decresaee the total coat dthe ride and operation of work to the limitsifnee indicated by 01m ordi- work by snore than 25 percent dttilated from the original bid maces, Permits ui direction of the Engineer. and shall not unreasonably encwnSer the premises with his materials. quantitY a and unit prices or(2)increases or decreases the quan• emit any building or shy of arty one major contract item by more than YS Percent,the I!the Contractor desires to use or pe aomperoatton to be paid for that portion of the work or the major structure on the right-of-way toremain during the performance contred its ,concerned in excess of the 25 percent increase or of the contract,such use or existence will be at the diamtion of decrease.will be determined by agreement of the Parties It the the Engineer. parties are rouble to agree,such determination dull be made by ON THE PROACT. Upon the owner taking into account a redistribution of fixed overhead 41.10 USE sl f the Engineer.er.the Contractor may sae on the costs,or at its option eompensstion shall be paid at unit contract u-4tten approval of the Engines, prices or by force scceirnt.When ordered by the Engineer,the project any stone, gravel,sand or other tved in L fowl in the work involved shall proceed penning determination of the required excavation, a or any mbers removed in the of adjustment in compensation or time for such change. work, pravided that such mat.:risls satisfy the When test piles are specified,the quantities for furnishing ar the contract and are not required for oils use wrier the com- drivitug the various lypea of pang will be increased or decreased tract or ore Selected klateniaL. In mil event shall volume o ter he per,the the items as t ing the y A satisfy the results udicated by the lest piles. rotted to ttie detrirnent of the fWTWor at Thssitpriceal such exn• Conditions(1)and(2)above dull not apply to these items,and ration mu.teriala, shall be paid il1V.11s EXHIBIT B IARIA S.. `1DARD SPECIFICATIONS CITY OF RENTON SPECIAL PROVISIONS STANDARD SPECIFICATIONS PRESTANDARD PARED By THE SPECIFICATIONS WASHINGTON SSTA:'E CHAPTER FORMUNICIPAOF WORKSPTHE IAMERICAN PUBLICC WORKS ASSOCIATION, 1981 EDITION, SHALL BLS HEREINAFTER REFERRED TO AS THE 'STANDARD SPECIFICATIONS' AND SAID SPECIFICATIONS TOGETHER WITH THE LAWS OF THE STATE OF WASHINGTON AND THE ORDINANCES AND CHARTER OF THE CITY OF RENTON, SO FAR AS APPLICABLE, ARE HEREBY INCLUDED IN THESE SPECIFICATIONS AS THOUGH QUOTED IN THEIR ENTIRETY AND SHALL APPLY EXCEPT AS AFENDED OR SUPERSEDED BY THE SPECIAL PROVISIONS HEREIN. A COPY OF THESE STANDARD SPECIFICATIONS IS ON FILE IN THE OFFICE OF THE PUBLIC E EIIAMINEOD. MUNICIPAL AND CONSULTED BYNG. RENTON, WASHINGTON 98055, WHERE ANY INTERESTED PARTY. WHEREVER REFERENCE IS MADE IN THE STANDARD SPECIFICATIONS TO 11U: OWI:ER, SUCH REFERENCE SHALL BE CONSTRUED TO MEAN THE CITY OF RENTON. AND WHERE REFEE CONSTRUED TO MEAN�THE DIRECTOR OF PUBLIC NWORKS, CITYHOF�FERENCE SHALL B RENTON. OR HIS DULY AUTHORIZED REPRESENTATIVE- NED NOTE: SHALL SUPERSEDE PROVISIONS OF HEREINAFTER THE STANDARD I SPECIFICATIONS OR SHALL CATIONS IN CONFLICT HEREWITH. HEADINGS HEADINGS TO PARTS, SECTIONS, FORMS, ARTICLES, AND SUBARTICLES ARE INSERTED TOR CONVENIENCE OR REFERENCE ONLY AND SHALL NOT AFFECT THE INTERPRETATION OF THE CONTRACT DOCUMENTS- SPECIAL PROVISIONS STRUCTURE THE SPECIFICATION.. NOTED HEREIN ARE IN ADDITION TO, OR IN LIEU OF, DIVISION 2 OF THE STANDARD SPECIFICATIONS. WHERE SECTIONS ARE MARRED REPLACEMENT SECTIONS% THE SPECIFICATIONS HEREIN ARE TO REPLACE THE STANDARD SPECIFICATIONS NOTED. WHERE SECTIONS ARE MARRED, ADDITIONAL SECTION% THE SPECIFICATIONS HEREIN ARE TO BE A SUPPLEMENT TO THE STANDARD SPECIFICATIONS N01'ED. Revlged 6/83 of �� a x •SENDC, ;.OM(Aete� items ),2 3.And e. Add Your address in the 'RETURN TC ace on reverse. (CONSULT POSTMASTER FOR FEES) t Tlse following service is requested(cha k one). AShow to whom and date delivered....... __t ❑ Show to whom.dcle.and address of delivery.. _c a.❑ RESTRICTED DELIVERY _e (Yhe—~isid d kiv v Jfm N Ama rn addiawA ro Me m".a ) TOTAL a.ARTICLE ADDr:EcUlD T(0. O m W1%'fM1ll Le r1/a't-�"�'4-Jl� T 1. TTPE OF wEaVIDu iARTIC(; NUa1aEN K=FotDED O MEWED ❑EAHren MAIL, g�coo .5 (airways ob4dn slprull re Of address"or q- 1 have receivad the mr,-'r described above. m SIGNATURE ❑ F-. ,acsset ❑ Authorim;Opel O c OATf q UYEN'/ O 0 w.ADDREWVE APDREga tfhry✓ n m , r n r,taMa�E To DEuvaR seeause: a r- RECEIPT FOR CERTIFIED MAIL-30r (plus postage) ' fFl 1 �. � POROSiM1PNDATE l�l P. - STA EI►CODELD Ss III EY. — 9 :IYM�FIRE Ant L PE[f-- _I "To" 1.-iPiai t YMe C M�NNssrN CID SFC[1PT WrtK nelb917 to sealessee aNy 65e fSRY10Et =• SM se m to el ,Ree n•R weer•ROOM" 35P pis _ Wi .aenverf to adaressee on% SSe DELIVER TO ADDRESSEE ONtY -' Sot -SPECIAL DELIVTKY (•.ere Iw t.R .gO ece PSrFere3800 NO INSURANCE COVERAGE PROVIDLO.- S•• oth., .,do NOT FOR IN' RNATIONAL MAIL RECEIPT FOR CERTIFIED MAIL-30c (plus postage) POSTMARK ON OATS STREET NO x x o _.emu 0,11 RO.,STATE A I LP CODE Q y n TNIM41[1YIO AMi'/lihll fl is .fz ttETYRA ,. ff.:.6 w..-�.Q*d&"d. 114 - 1 00 RECENT With RelWe see rT to eoores only Rlf tRRERYMRR , f. fhm to whom,Rdo"RM Room Reline, MYNI SNWe7 to•afreesee only 1 ' • OFLIV[R TO AOOPEf3[[ ONT'1-- ..--'7. _ W G -#ECIAL OELIVERY(ulro Iw n Z FASAR Farr. 19eT lA Ay 3800 NO INSURANCE COVERAGE PROVIDED- (SW aw eNe) NOT FOR INTERNATIONAL MAIL 111410.661•454 RECEIPT FOR CERTIFIED MAIL---30(, (plus postage) POSTMARK OR DATE O) P STATE A1111 CODF 1 F� - dT"t "PM 1 -- E� RFTuRR is 564 M1 a W -- - -1bf mot^ Wlth dellMy to eRWMe ee only ...E/P RECEIPT 3. Sbas M*MRI SWISS PAR Gb YNIIR1y .]!If (i fERYItFf mth delseery M eRRreq•1° 1 E� 5• Q DELIVER 10 ADDR[n[C6N[f=7... Sot i O SPECIAL DELIVERY - zi PS Form NO INSURANCE COVERAGE PROVIDED- (.S•• o1Mr lido ,tier- 19'.� 3800 NOT FOR INTERNA).JNAL MAIL RECEIPT FOR CERTIFIED MAIL-30e (plus postage) ro POSTMARK I // OR DATE C\J STREET AhO NO. I` 1— ell—:11,? v SPa .S'..a..,.cc..-� 2�1� - d YJ ST TE ND ZIP CODE Go RECENT with delivery To"dre••e+only,_.......ow f[mClR ' 3' we to Mee,dMe ad aRere RNlur•R .31f WIN RellYery to eRdw uoo"IT no_ DELIVER ro ADOPES f-Wy—.--. SPECIAL OFLIVENY fe»re Iw repi,r Eli PS Fero NO IASURANCE COVERAGE PROVIDED- be .,h., lido; Am. 1971 �� N01 FOP INTERNATIONAL MAIL OF RED o PUBLIC WORKS DEPARTMENT U 2 DESIGN/UTILITY ENGINEERING • 235-2631 n adL $ MUNICIPAL BUILDING 20OMILLAVE SO. RENTON,WASH.99055 O �. q� P O,Qgp f0 SEPSEoO� BARBARA Y. SHINPOCH May 24, 1983 MAYOR Subject Property: Re- West Hill Water Improvement Project Dear As a part of the West Hill Water Improvement Project, the City of Renton will be installing a new 8" D.I. waterminn between Seneca Avenue N.W. and Stevens Avenue N.W. through the 10 feet public utility easement along the side of your property. It i5 the intent of this letter to notify you that construction will begir. in mid July 1983. Please be assured that every precaution will be taken to pre- serve your property improvements. The construction of the waterline shall be accomplished in scch a manner that the private improvements existing on the right-of-way (easement) shall not be damaged. If your property improvements are disturbed or damaged, they will be replaced in as good a condition as they were immediately before the property was entered upon by the City. This guarantee is a condition of the original easement. I have enclosed the waterline plan showing the route of the pipe in relationship to your property. If you have any questions, please call me at the ntimher listed above. Very truly yours, Robert E. ergstrom, P.E. Engineering Supervisor AH:ckd Enclosure: Water Plan OF Roo, J � p o PUBLIC WORKS DEPARTMENT DESIGN/UTILITY FNGINEERING • 235-2631 pMUNICIPAL BUILDING 200 MILL AVE. SO. RENTON,WASH. 99055 % b' ONq fD SEPtEe10EP HARBARA Y. SHINPOCH May 24, 1983 MAYOR Subject Property: Re: West Hill Water Improvement Project Dear As a part of the West Hill Water Improvement Project, the City of Renton will be installing a new 8" D.I. watermann between Seneca Avenue N.W. and Stevens Avenue N.N. through the 10 feet public utility easement along the side of your property. It :s the intent of this letter to notify you that construction will begin in mid July 1983. Please be assured that every precaution will be taken to pre- ,re your property improvements. The construction if the waterline shall be ,nplished in such a manner that the private improvements existing on the Tight-of-way (easement) shall not be damaged. If your property improvements are disturbed or damaged, they will be replaced in as good a condition as they were immediately before the property was entered upon by the City. This guarantee is a condition of the original easement. I have enclosed the waterline plan stowing the route of the pipe in relationship to your property. If you have any questions, please call me at the number listed above. Very truly yours, Robert F. 21� m, P.E. Engineering 1; er AB:ckd Enclosure: Water Plan jll SENECA AYE My IY REYLOM• YA 9eo55 ,-,, f 91 fi56-0040-DO / 4.703 31 210 ! 34OD C UhN INGRAM DON F Y4LIM-E01...OS t51 10 SENIOR NiOh 151 SENECA AVE MY RENTON YA 9e055 913360-u045•CS e6c,70S 7 1 210 7400 - t0592 N4AANORA [EN (104 YALLIN-:^WARDS 151 t0 RENION //SO 16592 3S4 SENECA AVE MY 9e05S %ENID% VA 915160-0050.07 IQ 164.703 7 1 210 3SOO 1590 9416 0DELL DNAION R YALLIN-EOIIARDS IT TO MENTON 1 94 T6 350 SENECA AVE RY 91055 RENION WA 9tS360-0055-02 PON 164.1OS 1 T 210 4500 11059� AM MART PA1P1f1A 210.45 AALLIN-EDVAADS ISI 70 PENTON - 0290 1:10" 4S SNAITU([ AVE S 11-12 1 25 LESS E 120 iT i Y1.1 61 . %TON NA 96055 50 F1 CE 16.27 911360-0065.00 his 864.705 3 1 210 3 9uR7EN5Al AP VALLJM-EDVARDS ISI 10 RENTON I i T/T�0O '962;4i 6 SENECA AVE NV g1055' RENTON WA 913s60-0010-OS 14 $61.703 SI1 210 5300 ANUISOM IMMA L WALLIN-EDVARDS ISE IQ RENTON I 1 70S0 !194q HLD 302 SENECA AVE Nv p1055 REN10N VA 911560-0075-U6 15 164,701 es 1 210 7500 GOUGE V DONALD RIOTS'YALLIN-FDVARDS 151 10 of,10 1 7160 9044 9044 266 SINE AVE MY RENTON VA 9505S 9IS160-00e0-01 16 e64.703 5 1 21P 3200 TOW FELIN M Fitts YALLIN-EDVARDS 151 TO RENTON I 1 ID20 10410 262 SENECA AVE Nv 9605SI RENTON NA 113S60-00es-06 964.703 �e3 1 210 Szoo 'NEFFEI. I'RONE P 1074 YALLIN-EDVARDS 1ST 10 NENION 1 5?90 7} 255 SENECA NY 910Ss MENTOR VA 913160-0090-09 1/ 164.705 /S t 210 3200 ,Ov11 10912 R IVILr ROBEPI �WALLIW-tf)NAROS ISI f0 RENION I 1 9420 254 SENECA AVE NY y103$I PENION VA I" 6b<.10) �eS t 210 L 2100d '8 `9do 91)360-0I TENA 19 IWMAA AMI iF RRr 1 F014'YRILIM-E DVARJS 151 10 RF N•ON IO10S RAINIER AYE SSEATTLE VA 913360-DIUC-07 964.703 11 1 21D L1115 20 RARCE1 - COx1 ON INf x1 P66E _.— .... .... ... ... IVr On A, 5 YCYY WW-V� 6P'L/Y Wt YYY 101K YIpMY•N4 MCA YR •.. , e- 4 Vr\e +r V1 la40lKN✓1MlA Yrf L\ YII 1 VOMI LIYP.�I _� RURA[AR'. TERRI t EO e4'VALL IN-E EVARDS 15i t0 1ENi0M 10905 RAINIER AVE S y117/. SEAIT LE YA O1}}60-OIOi-02 r 27 164.703 3 1210 2100 (RAFT DAVID J 1r79 YAWN•EDVANDS 1ST 70 REN10N ! 7330 1690 1690 261 STEVENS AVE MI IWO. WA ?ass I 1 9tSX0-0110-05 �22 164.703 3 t 210 24 0 2oP5 20t5 M I[IDA RA'E R - ; - IYAILIM-LOWR65 15t t0 MF 1T ON 1 /01 SO IT"s- .jS, SE AI iIE VA_. - /V1 Ir.V760.0115-00 ;,�6{ 123 /64.103 S 1 210 2400 2o7S I,. 2013 01AMSN1 �LALUO R;[ YALLIN-EDVARDS IS' TO RE0110M 160 SY 11610 PL F i SEAIIL9 WA 1 4 - 913 i0 0120'03 _ I24 164.705 3 1 210 14d0 I: 207 2015 AOIAVASNI 1AILD ^ YALLIN-EDVARDS 151 TO RENTON 360 W 17614 PL E 1 SEA,ILE-VA E I2E5 1 164.1OS ] t 210 3000 9,3560-025:01_ 766► LM ot it A �ON`EDYARDS 1ST TO PINYON 725SCE 1 ` 6EN10Y VA E[ 911560.01}0-O/ 6 ALUM-EDVARDS ISI 10 REN60M70S 'i S t 210 1 6060 7e51 7131 q'lh fINAW AL St RVICESNN,,_LO LESS YLT SO F1 .•1, ME SUNSET YLvo g1055 IVION VA ,• -06 it 1 S T 210 700 -U,3, w V 'iH f YALLIN-f DYAPDS t5t f0 NE%rO%RFON I ' 7010 1655 '/615 •,�. -V$ MN 0/0 SS MESS WL1 50 F T �I 1054.116 �Is 1 l0i 2300 ; yl - - pl CO279IYALLIN4I ORD PINES ADD I 1 62<60 601IS . • TW ORD Ad( M p9103iANe URD INI IN IA A , 1R --'91745U-JCM-OS 2 1054.176 ! t 101 R00 i NOIT J C 601276 YALLIAW,RD PINES ADD 1 t/70 11$ 'T116 U04 NO isotm AND LM10 INt IN IM A SEATTLE IN 96Iss 1054_i 76 S I701 '0 S13 SENECA AVE MV T ' BENTOk YA gloss ,91336D-0040.0E I 164.705 i 1 ?IOCL 3400 ^1 (UNNIN6AAA DON E WLLIN-E4..ADS 1ST 10 RENTON 1 676E 1. 11t15 351 SENECA AVE MY at"104 VA 9405S 911560-0045-OS 9 164.103 3 1 .110 3400 ta59i NAKA"URA KEM C104 WLLIN-;^YARDS 1S1 t0 RENTON 1 61,50 1D5g2 356 SENECA AVE NV REM10M VA gloss 913160.0050.07 10 864.703 7 T 210 15U0 ODPLL DA41TN N VALLIN-EDVARDS C1 TO AENTON 7590 V44 94 E6 S50 SENECA AVE NY MEN100 VA gloss 9t3160-00;S-02 RON I64.703 3 1 210 ! 450E IlOS9 NY AN "ART ?A1A1(IA 21OV45 VALLIN-EDVAA0$ IS1 10 RENTON I 129U 1.1059 645 SNATIVCA AVE S 11-12 125 LESS E 120 FI 9 VLl RE N10M VA 910SSSO ET OE 26-27 913360-0065-00 13 964.70S 3 1 2101y "CO BURIENSKI AP WLLIN-EDVARDS IST 10 RENTON II 430 96)41 9624 336 SENECA AVE NY RENTON VA 96055 I 913S60-0070-03 14 964.701 ■3I1 210 MO KNUISON IRMA L IVALLIM-EDVARDS 1ST TO NENiOR 7050 :1949 4949 302 SENECA AYE NV RENTON VA YAOSSI 15 164.703 I SIT Z10 13W 9'7)e0-0075-0A GOUGE N DONALD R1015�YAu iN-t DYARD: 1ST 10 REN10N I 1 7160 '9044 ge 266 N AVE MY RENTON VA 9401S 913360-0060-01 16 664703 S 1 210 3200 CAMPANELLA ffL11 M N1171 EIALLIN-EDVARDS 157 TO RE:,6044.703 1 1920 10410 T0450 262 SENECA AYE NY PINION VA 98055 713S60-0065-06 1/ S 1 210 120E ,NEfFET. TIRC%t P 1074 VALLIN-EDVARDS ISI TO RENTON I 6290 9935 9915 758 SENECA NV RENTON VA 9A055 913160-0090-09 is A64.70S I�LR5 t 210 3400 t09 F2 RIVILT ROBERT J VA111N-EDWRDS 1ST TO RENT0N 1 9420 10912 254 SENECA AVE NV DBMS VA 913360-0095-04 19 $64.703 Its 1 210 2100 :.II15 1915 MURAKARI TERRA 1 (014 VALLIN-EDVARDS 1ST 10 %ENMN 10105 RAINIER AVE S SEAITLI VA G51/1 I 915360-0100-07 20 164.7E3 p3�1 21U L 2100 1615 1A1 �l_P A R C E l C O N t IN U D 0 6 N EK E P A 4 E � Ills Ma i <oRR "A", RRN4IILL MC YYI IRIY W011N1.10 ACl1 MIl 10605 ARE 1IRNY I E0A4�Y AllIN-E OYARDS 1ST IO RfNI DM SEATS 0AINIE6 AVE S SEAn LE VA H1711 913%0-0103-02 I21 664.70S 3 1 210 2700 CRAFT DWI) J :M9 YALLIM-EDVARDS 1ST TO PINION 1 1350 169E I 669E 261 S1EVfN5 AVE MV REN10M VA 99055� 913360-0110.05 I22 164.103 3 T 210 2400 2075 2075 NIKIDA RA1 R IWLLIN-EDVARDS 1ST 10 RENTON I013 SD 117TN SMILE. VA 9111/ 'n}16T-01t5-LO 21 A64.70} 3 1 210 240E 20Y3 2075 KOBATASNt KAIUO jVALLIN-EDYAADS IS1 TO REN10M 360 SW 1761N Pl SEATILE VA 91166I 975360-0120.03 24 164.1E3 3It 210 740E 2075 2075 KOBARASNI KAIUO VALLIM-10VARDS 1ST 10 PENiON 360 SW 1VA RL SE AfiIE W P1166 ' 913360-0125-Do 25 $64.701 SIT 210 500E COLLINS CLTDE N 1VALLIN-FDYARDS 1S1 TO RENTON I 1 S O 166 70tl9 325 51f YENS N V it 120 Fi - RENTON VA 99055 91S360-0130-01 26 864.703 3 1 210 300E 7951 DELTA f INANU AI SERVICES t0V/1 197 1EBiiVUD50N{i IS1 TO RENTON I II 601E 711(1 4311 WE SUNSfi BLVD RENTON VA 110 Ss 91334.0135-06 �27 $64.703 S 1 210 100E 'ORLEN GFNE I VAIIIN -DVARDS ISt TO RENTON 1 /010 16s5 Ibis 1 61 STEVENS MY .- YLT 50 F1 RENTON WAgloss 913450-0010-07 1 1054.176 3 T 701 1"0 EN6 STEVEN K COM WLLINSFORD PINES ADD 1 6760 9023 9043 19016 VALLIM6f ORD AVE N AND UND INS IN 1N A SEAI7LI VA 9t10S 913450-002E-05 2 1054.176 3 t i0t 240E 1 AOIi J f 1012WWALLINGf ORD PINES ADD 1 157E 1136 -7136 ! 1804 No '•BOTH !AND UND INL IN IR A A1_I�lf VA 911331,C.Q S303 11 10sA.116 3 1 /01 0 OF RFC Y' OFFICE OF THE CITY ATTORNEY RENTON,WASHINGTON POST OFFICE o01 626 100 S 2�G STREET 6 IKNTON, YASHIRUTON M057 155 0676 n $ LAWRENCE I-WARREN, CITY ATTORNEY DANIEL KELLOGG, ASSISTANT CITY ATTORNEY 0 b DAVID M. DEAN, ASSISTANT CITY ATTORNEY MARK E. BARBER, ASSISTANT CITY ATTCAINEY A�TEC SEpt Z.ANETTA I FONTES, ASSISTANT CITY ATTORNEY May 10 , 1985 MARTHA A FRENCH, ASSISTANT CITY ATTORNEY TO: Barbara Y. Shinpoch and Members of the City Council FROM: Lawrence J . Warren, City Attorney Dear Madam Mayor and Members of Council: It is my pleasant duty to inform you that we have obtained an Order Dismissing Action With Prejudice in the suit of Pamela V. Small , d/b/a J. Small Construction Co. vs . The City of Renton. I previously reported to you that we had been successful in winning the arbitration in this case, but that there was still a possibility of appeal . Since that time I have been successful in negotiating an order of outright dismissal with prejudice. That me- `hat tha _,ase is terminated anO that the City was the to H.or. In reT this d :missal , I was required to not r1aim statue :ts or att rney' s fees , but those amounteu to only $100.iu . order to otain a judgment for those costs I would of had to expend about ;250 . 00 worth of ie so the City actually benefited by waiving those costs . Additi illy , we were able to obtain a sure result this way and one in wn ch the City' s position was totally exonerated. I would be happy to answer an. questions that you might have. Very truly yours , Lawrence J. Warren LJW/jw CC: Ron Olson CC : Dick Houghton W 725 8" Wate main Replacement Seneca & Stevens 3X T 1 _ of J?Fti N � OFFICE OF THE CITY ATTORNEY IsRENTONMASHINGTON V �� Z POST OrhCE 60x E 26 100 S 3,,<STREET 0 RENTON wASNiNOrON 96057 =55 66T111 ZNILD LAWPENCE T WARREN, Co" ATTORNEY DANIEL KELLOGG, ASSISTANT CITY RTTCONEI 9 b' DAVID M. DEAN, ASSISTANT CITY ATTOIINEY 6Q MARK E. BARBER, ASSISTANT CITY ATTORNEY ,TEO sEPSE0 ZANETTA L.FONTES, ASSISTANT CITY ATTORNEY May 10 , 1985 MARTHA A FRENCH, ASSISTANT CIr♦ ATTORNEY TO: Barbara Y. Shiapoch and Members of the City Council FROM: Lawrence J . Warren , City Attorney Dear Madam Mayor and Members of Council : It is my pleasant duty tc inform you that we have obtained an Order Dismissing Action With Prejudice in the suit of Pamela V. Small , d/b/a J, Small Corstruction Co. vs . The City of Renton. I previously reported to you that we had been successful in winning the arbitration in this case, but that they, w•+s still, a possibility of appeal . Since that time I have been successful in negotiating an order of outright dismissal with prejridice . That means that the case is terminated and that the City was the total victor. In negotiating this dismissal , I was required to not claim statutory costs or attorney' s fees , but those amounted to only $100 .00. In order to obtain a judgment for those costs I would of had to expend about $250. 00 worth of time so the City actually benefited by waiving those costs . Additionally , we were able to obtain a sure result this way and one in which the City' s position was totally exonerated. I would be happy to answer any questions that you might have. Very truly yours , Lawrence J . Warren LJW/jw CC: Ron Olson CC: Dick Houghton PUBLIC WORKS DEPARTMENT �"f �► z DESIGN/UTILITY ENGINEERING 0 235-2631 n U OIL MUNICIPAL BUILDING ZOO MILL AVE.SO, RENTON,WASH.98055 0,g9rEU Sf.PTFMHtP TO: o.: t �L t DN in N ,':-Ado OSe: - 4? ATTN: GENTLEMEN: WE ARI SENDING YOU ❑ ATTACHED a UNDER SEPARATE COVER VIA _THE FOLLOWING ITEMS: ❑ SHOP DRAWINGS ❑ PRINTS ❑ REPRODUCIBLE PLANS a SPECIFICATIONS o COPY OF LETTER D COP_m5_ DATE ---M14RER DESMIPTION AND REMARKS '-�- THESE ARE TRANSMITTED AS CHECKED BELOW: ❑ FOR APPROVAL ❑ APPROVED AS SUBMITIED ❑ RESUBMIT COPIES FOR APPROVAL a FOR YOUR USE ❑ APPROVED AS NOTED o SUBMIT COPIES FOR DISTRIBUTION o AS REQUESTED ❑ RETURNED FOR CORRECTIONS o RETURN i CORRECTED PRINTS ❑ FOR REVIEW AND COMMENT u 0 PRINTS RETURNED AFTER LOAN TO US COPIES TO: SIGNED TITLE IF ENCLOSURES ARE N07 AS NOTED, KINDLY NOTIFY US AT ONCE OF RF Y OFFICE OF THE CITY ATTORNEY • RENTON,WASHINGTON bat z 'OS,0«'CE W".626 100 S 2nd STREET • RENTON,wwSH.NGTON 96057 3S5-0670 Z i Q P X LAWRENCE L W',RREN, nr. .ITpmcv DANIEL KELLOGG, ASSISTANT CITY ATTORNEY Op'QT_ DAVID M. DEAN, ASSISTANT CITY ATTORNEY �9 QP 7TE� SEPtE MARK E. BARBER, ASSISTANT CITY ATTORNEY ZANETTA L.FONTES, ASSISTANT CITY ATTOWNt, MARTHA A.FRENCH, ASSISTANT CITY ATTORNEY March 18, 1985 TO: RON OLSON FROM: LAWRENCE J. WARREN, CITY ATTORNEY RE: SMALL CONSTRUCTION V, CITY OF RENTON ARBITRATION This notice is to remind you that we are to go to the Small Construction vs , City of Renton arbitration on March 28, 1985. The arbitration is to be held downtown so I would like you to be at my office at 8:45 A.M. I also find that I do not have a copy of the force account rates . From my recollection of those rates profit is not to be included in the force account payments . I note that Small Construction is asking for profit . Could you provide me with a copy of the force account rates so I can check over the various claims made by Small Construction. I remember those rates deal with equipment rented on an hourly , daily, weekly and monthly basis , and I want to check out the figures. nce Warren LJW:ds Ming Courdq 46uperior Court U, c ,krhitratiun (� L ►' KING COUNTY COUKTHOU/L �'np 1985 /[ATTLL. WA*NINGTON 95104 e� tv/!ayr�v KELLqC;o PAMELA J. SMALL d/b/a J. SMALL CONSTRUCTION NO 84-2-09608-0 PLAINTIFF VS. CITY OF RENTON APBITRATION AWARD DEFENDANT The issues in arbitration having be -n heard on March 28 ,19 1985 I make the following award: Plaintiff ' s action is dismissed. Defendant shall recover statutory costs and disbursements . There is no award of attorneys ' fees over and above the statutory allowance. Twenty days after the award has been tiled with the clerk, if no party has sought a trial de novo under MAR 7. 1, any party on notice to all parties may Dresent to the Ex Parte Department a judgment on the Arbitration Award for entry as final judgment in this case. a Was any part of this award based on the failure of a party to par- ticipate at the hearing? Yes No xx (MAR 5 . 4) If yes , please identify the party and explain- Dated: April 3 , 1985 A rbit ator Wayne C. Booth ORIGINAL TO BE FILED WITH THE CALENDAR CONTROL, E-609 , KING COUNTY COURTHOUSE, TOGETHER WITH PROOF OF SERVICE ON THE PARTIES. A COPY MUST ALSO BE SENT TO: ARBITRATION DEPARTMENT W855 KING COUNTY COURTHOUSE SEATTLE, WASHINGTON 98104 NTAA2 11/83 OF RFC ` TO OFFICE OF THE CITY ATTORNEY RENTON,WASHINGTON Z rO St�"R Wa{]6 100 5 2•a SITt[ET • •[N10N. w+lnmyTON •••S> i!!-•{T• 2 � •� LAWRENCE I WARREN, nrr+T TpwNty DANIEL KELLOGG, +ssist+nr CITY +TrpTN{r ^ e' DAVID M. DEAN, ASSISTANT CITY ATTOW41 MARK E.BARBER, ASS.ST+NT CITY ATTOWQV TED SEP10-0 ZANETTA L.FONTM, ASSiST+NT Cu-Y +ttMNCY April 5, 1985 MARTHA A.FRENCH, ASSISTANT C-TY ATTONA."Y TO: Barbara Y. Shinpoch, Mayor Members of City Council FROM: Lawrence J. Warren, City Attorney It is my pleasant duty to inform you that the arbitrator in the case of Small Construction v. City of Renton has decided that the City was fully correct in its position and nas dismissed the lawsuit. This means that the City will not have to pay any additional monies to Small Construction for work that it did on a water line on the Northwest portion of the City of Renton. I had previously forwarded a copy of my arbitration brief. This decision may be appealed and a full hearing held before a Judge in King County Superior Court. If the Plaintiff should once again lose then the City would be able to recover its attorney' s fees in defending the second action. That probably will make any appeal too expensive to pursue. If you have any questions, please feel free to contact me. Lawrence J. War-en LJW:nd cc: Dick Houghton (with Encl) Ron Olsen (with Encl) Bob Bergstrom Mark Hennessy �iing Qluurdq Superior Court O�r�25,�a�r;nra ip ,"tratian l� KING COUNTY COUNTNOUSIL /IQb A pp Er� /[ATTLC. WAGNINGTON 9*104 • t,ALtLOGG PAMELA J. SMALL d/b/a J. SMALL CONSTRUCTION NO 84-2-09606-0 PLAINTIFF VS. CITY OF RENTON ARBITRATION AWARD DEFENDANT The issues in arbitration having been heard on March 28 ,19 198.- I make the following award: Plaintiff ' s action is dismissed. Defendant shall recover statutory costs and disbursements. There is no award of attorneys ' fees over and above the statutory allowance. Twenty days after the award has been filAd with the clerk, if no party has sought a trial de novo under MAR 7. 1, any party on notice to all parties may present to the Ex Parte Department a judgment on the Arbitration Award for entry as final judgment in this case. Was any part of this award based on the failure of a party to par- ticipate at the hearing? Yes No xx (MARA5. 4 ) If yes , please identify the party and explai Dated: _April 3 , 1985 ; _r rbit ator Wayre C. Aooth ORIGINAL TO BE FILED WITH THE CALENDAR CONTROL, E-609 , KING COUNTY COURTHOUSE, TOGETHER WITH PROOF OF SERVICE ON THE PARTIES. A COPY MUST ALSO BE SENT TO: ARBITRATION DEPARTMENT W855 KING COUNTY COURTHOUSE SEATTLE, WASHINGTON 98104 Nl'AA2 11/83 OF R�JY �� z PUBLIC WORKS DEPARTMENT DESIGN/UTILITY ENGINEERING • 235-2631 IR o !R MUNICIPAL BUILDING 200 MILL AVE.SO. RENTON,WASH.9W55 b' 'to SEpti% BARBARA Y. SHINPOCH MAYOR April 4, 1984 Law Offices of Harpold S Fiori 3204 Auburn Way North Auburn, WA 98002 Attention: Mr. George Fiori , Jr. Re: J. Small Construction Co. , City of Renton CAG 068-83, W-725 - Stevens Ave. S.W. to Seneca Ave. S.W. Dear Mr. Fiori: This project was bid on July 29, 1983. The City received only two bids (at a time when other contract advertisements were drawing many bidders). The two bids received were for $27,037.32 (J. Small Construction Co.) and $27,544.31 (Renton Construction Co.) . I was told by other contractors that they didn't bid it because they were not sure of whether they would or would not experience rock excavation. This project was expected to be for 425 lineal feet of 8" watermain installa- tion which calculated out to be $63.62 per foot for 8" pipe. This was sub- stantially more than the average cost for installation of 8" watermain at that time (probably $24 per ft. ) We proceeded on this contract based on the fact that she had anticipated some rock excavation, as had Renton Construction Co. Pamela Small presented to me her request for the additional $14,929.55 on October 6, 1983 for rock excavation as a changed condition. I talked with Pam on October 7th and rejected her claim for additional funds based on the APWA specifications which are made part of the referenced contract, a copy of which is attached. She proceeded with the project and completed it on January 27, 1984 and it was accepted on February 6, 1984. It should also be noted that in the contract documents, Section (4-1 .05) , there is a specific procedure to be followed for preventing disputes, which was not followed. L 2 _ April 4, 1984 Harpold 6 Fiori Whn we bye this officeethat theematterten of extrasfundsnce on this matter, it was assumed was finished. 1f you have any questions with regard to the above, please contact this office. Very truly yours, Ronald L. Olsen Utility Engineer :fft Attachment cc: Richard Houghton, Public Works Director Lawrence Warren, City Attorney EASEMENT RELEASE This Is to state that I am satisfied with the surface restora ion of my property in the area of the Watermain and 1 hereby release j, Small Construction Co. _ (Contractor) from any further liability with respect to my property. Date H. Donald Gou e Property Owner Print 266 Sertneca Ave. N.W. Propey Address Prinr ��^ g8055 J l AA roperty or ss gneturos LAW OFFICES OF ILARPOLD & FIORI 410M NOIA,Aa ROW to: 72M AUNIMI WAY GVW L MAIVOID AUOL"K WAMMMTgI Soft TKUP"O1M(NM N140/ OM11 JOIN A.I@AIO1 NM134 I�ItM W PON APA best 9 aVK �� 71n1��J9�7 March 2, 1984 L u City of Renton Public Works Department Municipal Building, 200 Mill Ave. S. Renton, WA 98055 Attn: Ron Olsen HE: Contract No. 404, Water Project No. 72A Dear Mr. Olsen: This firm represents the J. Small Contruction Company. Pamela V. Small , the owner, has contacted us and requested an opinion as to her rights to successfully maintain a claim for an extra as a result of the latent and severe rock condition encountered in the above-referenced project. It is our understanding that neither you, nor anyone in the City's behalf, had any knowledge of this latent severe rock condition, nor was any information as to same provided to the bidders and specifically to J. Small Construction Company. Pamela Small , the owner, did provide you with an exten- sive break-dot.•n of the costs incurred as a result of this extra--estimate no. 3 submitted 9 December, 1983. She in- forms us that you rejected her claim itI the sum of $14,929. 58 In total , and that the rejection was based upon your depart- ment ' s opinion that section 4-1 .07 of the Standard Specifi- cation for Municipal Public. Work's Construction prepared by the Washington State Chapter of the American Public Works Association and referred to in the contract here in question as standard specifications was not and is not applicable. That provision provides that the contractor shall be entitled to extra compensation for same. It has been historically the position of contract law that latent conditions that substantially change the antici- pated performance by the contractor, and thereby result in f Letter to Don Olsen March 2, 1984 Page 2 substantial increased costs, are subject to being compensated by the own whether the owner is private or municipal . I would appreciate discussing this matter with you and/or the City Attorney, to whom I am sending a copy of this letter, in hopes that the matter may be resolved without litigation. I would appreciate your either contacting this office and/or having your representative contact this office within the reasonable time needed to evaluate the rejection of Small Construction Company's claim. Thank you for the time and consideration I know you will give this matter. Respectfully, HARPOLD G FIORI Rye George F1 ri , J . GFJ/sm cc: City Attorney J. Small Construction Zompany LAW OFFICES OF ,HARPOLD & F10R1 (WORM FION,JA REP(Y to 3204 AUBURN WAY NMTH "M L.NATWOLD AUBURN, WASNRNTON 98M TELEPHONE a")S27-500/ aim-olt .wINI R NUA101 924-0124 NENNETH W FC)ANAAAI MICHAEL J UNOERW000 ,1 March 2, 1984 City of Renton Public Works Department Municipal Building, 200 Mill Ave, S. Renton, WA 98055 Attn: Ron Olsen RE : Contract No. 404, Water Project No. 72A Dear Mr. Olsen: 'Chis firm represents the J . Small Contruction Company. Pamela V . Small , the owner, has contacted us and requested an opinion us to her rights to successfully maintain a claim for an extra as a result of the latent and severe rock condition encountered in the above-referenced project. It is our understanding that neither you, nor anyone in the City's behalf , had any knowledge of this latent severe rock condition, nor was any information as to same provided to the bidders and specifically to J . Small Construction Company. Pamela Small , the owner, did provide you with an exten- sive break-down of the costs incurred as a result of this extra--estimate no. 3 submitted 9 December, 1983. She in- forms us that, you rejected her claim i11 the sum of $14, 929. 58 in total , and that the rejection was based upon your depart- ment 's opinion that section 4-1 .07 of the Standard Specifi - cation for Municipal Public" Work's Construction prepared by the Washington State Chapter of the American Public Works Association and referred to in the contract here in question as standard specifications was not and is not applicable. 'That provision provides that the contractor shall be entitled to extra compensation for same. It has been historically the position of contract law that latent conjitions that substantially change the antici- pated performance by the contractor, and thereby result in Letter to Don Olsen March 2, 1984 Page 2 substantial increased costs, are subject to being compensated by the owner, whether the owner is private or municipal . I would appreciate discussing this matter with you and/or the City Attorney, to whom I am sending a copy of this letter, in hopes that the matter may be resolved without litigation. I would appreciate your either contacting this office and/or having your representative contact this office within the reasonable time needed to evaluate the rejection of Small Construction Company' s claim. Thank you for the time and consideration I know you will give this matter. Respectfully, HARPOLD & FIORI By w deorge Fi6ri , J . GFJ/sm cc : City Attorney J. Small Construction Company CITY OF RENTON Addendum No. 2 To The Contract Document For W-723 S. 134th St. ; W-726 N.E. lOth St. ; 8 W-727 87th Ave. S. TO ALL PLANHOLDERS: You are hereby notified of the following changes, deletions, additions, conrections and clarifications to the plans, specifications, and other documents comprising the Contract Documents for the City of Renton water main improvements listed above. REVISION ON SCHEDULE OF PRICES, SCHEDULE B REVISE ITEM NO. B--1 SIZE FROM 12" CLASS 52 DUCTILE IRON PIPE (T.J. ) TO 10" CLASS 52 DUCTILE IRON PIPE (T.J. ) REVISE W-726 N.E. LOTH ST. PLANS AS FOLLOWS: STA 39+50 (7+19) - ADD 8" x 10" C. I. REDUCER (MJxMJ) STA 0+45 - CHANGE lOx8" C. I. TEE TO 10"x6" C.I. TEE STA 6+93 - CHANGE lOx8" C.I . TEE TO 10"x6' C.I. TEE PUBLIC WORKS DEPARTMENT 9� R chard C. Houghto Public Works Director Eh'�s ''•` n _,� r w Jr� A ice_ L , #•�: :, UTILiTV EN6INEEAiMG ' t':. PROPOSAL AND SPECIPICATIONS' • ` } yGR \'• > ire .. � t ., v, • .. r iat�. w r { ,v ATER PROJECTPit ' } �: i n , fit• �� re—,! lu �rn v 7 { t I���� Y�,�•e4���j + 4 vE7q�T y,4�i�^$ w �ENS 'AVE. N.W. TO SE E. N.W. T: 'WATERMAIN INTSSTllt7 -, ' CITY OF RENTON PUBLIC VVORKS DfPARTi0ltNf,'- �.. MUNICIPAL SUILDINGr 2M Mill AYE S , RlNTON, WASH, 980SS • (206)233 2631 Re r�i�i>rrl{1rtlt''k 7Lir�. A•y • 'i�,l • � »i.aY.'c_� , APWA STANDARD SPECIFICATIONS r CITY OF RENTON SPECIAL PROVISIONS STANDARD SPECIFICATIONS VNE STANDARD SPECIFICATIONS FOR MUNICIPAL PUBLIC WORKS CONSnyCTION PREF"Q..,n.AW_""L GTOIi STATE RA IR Of AFHE ASP.►C"i 20TO.JL+M1R wmv ~LSSOCIATION, 1"I 6PITI011. .SIIALL *"*STANDARD SPECIFICATIONS" AND SAID SPECIFICATIONS TOGETHER WITH THE LAR JF TBE STATE OF WASHINGTON AND THE ORDINANCES AND CHARTER OF THE CITY OF RENTON, SO FAR AS APPLICABLE, ARE HEREBY INCLUDED IN THESE SPSCIFICAUW AS THOUGH QUOTED IN THEIR ENTIRETY AND SHALL APPLY ZtC OR ACopt OF THESE STANDARD SPECIFICATIONS IS ON FILE IN THE OFFICE PU-BLIC WORKS DIRECTOR, MUNICIPAL BUILDING, RENTON, WASHINGTON 9E0 1�T BE EXAMINED AND CONSULTED BY ANY INTERESTED PARTI ` _r (EE1rdR'1tl"FERFACF 'YS"StADE IN THL Ci1HDARD`SPECIII-OF ES TO TBE DWHR+.,,il SUCL.>KEEENCE SHALL BE CONSTRUED TO MEAN THE CITY OF"RPNTON, AND WHERE REFERENCE IS MADE TO THE ENGINEER, SUCH REFERENCE SHALL BE CONSTRUED "!M i mum Tat PIRE 9 C ORES CITY OP RENTON, GE HIS OEjE;D REMSERMITIM %.,.MOTE: To SPECIAL PROVISIONS HEREINAFTER CONTAINED SRALL BB IN ADDITION TO M!-MALL SUPIS HEADINGS HEADINGS TO PARTS, SECTIONS, FORMS, ARTICLES, AND SUBARTICLES ARE INSERTED FOR CONVENIENCE OR REFERENCE ONLY AND SHALL NOT AFFECT THE INTERPRETATION OF THE CONTRACT DOCUMENTS. SPECIAL PROVISIONS STRUCTURE THE SPECIFICATIONS NOTED HEREIN ARE IN ADDITION TO, OR IN LIEU OF, DIVISION I OF THE STANDARD SPECIFICATIONS. WHERE SECTIONS ARE MARRED "REPLACEMENT SECTIONS-, THE SPECIFICATIONS HEREIN ARE TO REPLACE THE STANDARD WHERESPECIFICATIONS NOTED. SECTION-, THE SPECIFICATIONS HEREIN ARETO BECAISUPPLEMENT TO THE ONS ARE MARKED, ASTANDARD LSPECIFICATIONS NOTED. Revised 4/83 TECHNICAL SPECIFICATIONS 1.0 GENERAL STATEMENT THIS SECTION, TECHNICAL SPECIFICATIONS, IS DEVOTED TO CONDITIONS WHICH ARE PECULIAR TO THE FACILITIES TO BE CONSTRUCTED FOR W664. ARTICLES, MATERIALS, OPERATIONS, OR METFODS MENTIONED HEREIN OR INDICATED ON THE DRAWINGS AS BEING REQUIRED FOR THE PRORCT SHALL BE PROVIDED BY THE CONTRACTOR, WHO SHALL PERFORM ACCORDING TO THE CONDITIONS STATED IN EACH OPERATION DESCRIBED AND PROVIDE ALL NECESSARY LABOR, EQUIPMENT AND MATERIALS NECESSARY TO MAKE A COMPLETE AND OPERABLE INSTALLATION. NO ATTEMPT HAS BEEN MADE IN THESE SPECIFICATIONS OR PLANS TO SEGREGATE WORK COVERED BY ANY TRADE OR SUBCONTRACT, THE LIMITS OF WHICH ARE SOLELY A MATTER OF SPECIFIC AGREEMENT BETWEEN EACH CONTRACTOR AND HIS SUBCONTRACTORS, AND SHALL NOT BE BASED UPON ANY INCLUSION, SEGREGATION OR ARRANGEMENT IN, OR OF, THESE SPECIFICATIONS. THE CONTRACTOR AND SUBCONTRACTOR IN EACH CASE IS WARNED THAT WORK INCLUDED �N ANY SUBCONTRACT MAY BE DIVIDED BETWEEN SEVERAL GENERAL SPECIFICATIONS AND THAT EACH GENERAL SPECIFICATION OR SUB-HEAD OF THE TECHNICAL SPECIFICATIONS MAY INCLUDE WORK COVERED BY TWO OR MORE SUBCONTRACTS OR WORK IN EXCESS OF ANY ONE SUBCONTRACT. 2.0 STANDARD SPECIFICATIONS ILLL Wou. UNDER THIS CONTRACT SHALL, IN GENERAL, BE PERFORMED IN ACCORDANG� ITH Tq_P� PROVISIONS 0! THE 1981 "STANDARD SPECIFICATIQII$ ! MUNICIPAL PUBLIC WORKS CONSTRUCTION" PREPARED BY THE WASHINGTON SLTE �HAPTER, AMERICAN PUBLIC WORKS ASSOCIATION, AND IN ACCORDANCE WITH QUIREMENTS OF THE CITY Of RENTON, RXCEPT AS OTHERWISE ANINORD, 1101DjjXD; QR SPRQI1IED IN THESE TECHNICAL PROVISIONS SHALL BE PERFORMED IN ACCpRI1Al16$� WITH THE REQUIREMENTS SPECl/IED IN THE APWA STANDARD SP 3.0 EXISTING UTILITIES IF, IN THE PROSECUTION OF THE WORK, IT BECOMES NECESSARY TO INTERRUPT EXISTING SURFACE DRAINAGE, SEWERS, UNDERDRAINS, CONDUIT, UTILITIES, OR 44 SEC.77-3.07—73.4.01 Trench Excawetlon,Founder" idling and BackM For Water Maine accordance with Section 9-1.04, Bedding shall he placed in more than one lift, the first lift is to 1Te Contractor shall exercise mound engineering and con- provide at least four inches of bedding under any portion of the atruction practices in excavating the tre ch and maintaining It so pipe and shall be pieced before the pipe is installed,and sha0 be that no damage will occur to any foundation, structure, poie spread smoothly so that the pipe is uniformly supported along line, pipe line, or other facility because of slough or slots, or the barrel.Subsequent lifts of not more than six inches thickness from any other csuse. If,as a result of the excavation, 'here is shall be installed to a depth of six inches over the crown of the disturbance of the ground such as to endanger other property, pipe.Each lift shall be compacted to 90 percent of maximum den- the Contractor @hall immediately take remedial action at his own sity as determined by ASTM D 1667. Densities shall be deter- expense. No art,representation or instruction of the Engineer- mined by the sand-cone method, ASTM D 1666 or by nuclear Ingor his repmentativenshallm any way relieve the Contractor methods,ASTM D2B22. from liability for damages or nets that result from trench ex- cavation. TMAI BACKFiWNG TRENCiIES. Backfilling of trenches Can shall be taken not to excavate below the depth indicated, shall be made with the same materials excavated from the and excavation below that depth shall be backfilled with select trenches unless these materials are found to be unsuitable ma backflll material and compacted as specified herein. specified in Section 73-3.09. Pox to backfilling, all form lumber and debris elan be re- ti 11/alllRif� moved just ahead of the backfllBng anises it is ordered by the Engineer to be left in place. �emilotall pl4ieee of the pipe.All rock larger then fours Backfi II up to 42 inches over the top of the pipe shall be evenly lllr M NJri hgitlda11tt1 atasntlsn shall be disposed of at a site and carefully placed. All large rocks capable of damaging the �o�arr�asi%f St CIMI&P, AM shin not be used for trench' pipe or its mating shall be removed for the backfill material.The F two balance of the material shall be placed by dumping into the I, rich by any method at the option of the Contractor end shall be M00 PROTECTING EXISTING SERVICES. When utility computed as specified hereinafter. services occupy the acme space as the new water main the Con- A minimum three-inch sand cushion shall be placed between tractor shall do all necessary excavation to fully expose such the water main and existing pipelines or other conduits when en- services. The Contractor shall protect acid sevices and work countered during construction and as directed by the Engineer. around them during excavating and pipe laying operations.The Contractor &hall be reepoaible for damages incurred to the 1= COMPACTION OF BACKflLL BackfiO shall be mom• services by its operations and shall immediately notify the affected utility and arrange for replacement of an damaged paated to at least 86 percent maximum density in trenches in un- servicee paved aress, and to at least 96 percent maximum density in trenches in paved areas and in unpaved roadway shoulders. 7M.09 REMOVAL AND REPLACEMENT OF 11NSMABLE Maximum density shall be as determined by ASTM D 1667. In- MATERIALS. Whenever in excavating the trench for water place densities shall be as determined by the sand cone Method, mains the bottom of the trench exposes peal, soft clay, quick- ASTM D 1556 or by nuclear methods,ASTM 1)2922. sand or other unsuitable foundation material, such material At locaticns where paved streets,roadway shoulders,drive- shall be removed to the depth directed by the Engineer and ways or sidewalks will be constructed or reconstructed over the backfilled with foundation material. Where silty soils or fine trench,the backfill shall be spread in layers and becompacted by sandy soda are encountered,that usually flow in the presence of mechanical tampers. In such comes the backfill material shall be a stream of water, the foundation material shall be Clam C. placed in successive layers, not exceeding eight inches in looms Where clays,peats or other soft materials are encountered that thickness slid rach layer shall he compacted with mechanical become saturated with water,but do not usually break down in- tampers to the density specified herein. Mechanical tampers to fix particles and now,the foundation material shall be Class shall be of the impact type as specified in Section 16-2.01 A. A or Class B. Material removed hom the trench that is unsuitable for back- 7M 19 SHEEiWO LEFT X PLACE. When in the opinion of fill shall be removed and hauled to a waste mite.if surplus mate- the Engineer, the withdrawal of sheetirg from the trench will rial is not available within the limits of the oroject for backfilling result in damage to adjacent utilities or other property,the En- the trench, the Contractor dull furnish suitable material, gineer may order all or a portion of the sheeting to be left In as provided in Section 73.2.04, Bank Run Gravel for Tench place, in which case it @hall be cut off 24 inches below grade. Backfill. All unsuitable material shall be leaded directly into trucks and �,{ MEASUREMENT. hauled to a waste site obtained by the Contractor.Stockpiling of unsuitable material at the project site will not be sh, ved. No measurement shall be made for clearing card grubbing, removal or existing street improvements,protection of existing 73-3.10 BEDOING TiNE PIPE, utilities and services, trench excavation and bukfill, bedding 73d.f0A RAGE POPE. Bedding material meeting tl•e the pipe,and compaction of backlili, requirements of Section 73.2.02A shall be placed under the pipe and to a depth of a,least six inches over the top of t're pipe.This 7364,01 ROCK EXCAVATION. When listed as a pay item, bedding material stall be rammed and tamped around the pipe rock excavation will be measured in its original position by by the use of shovels or other approved hand-held tools,so as to volume in cubic yards. The quantity measured for payment will provide firm and uniform support over the full length of all pipe, include only the material excavatM from within the limits hem valves and fittings.Can shell be taken to prevent any damage to inaRerdeRned.Any additional excavation outside ofthemelimits the pipe or is protective eating. will be considered an having been made for the Contractor's benefit,and all costa in connection with such excavation shall be 7 NMI FLUME PIPE. Material to be used for bedding included in the Bid items shown. flexible pipe shall meet the requirements of Section 73-2.02B. The horizontal limits for measuring rock excavation will bethe DiV.IV/5 WATERWORKS UTILITY 82-83 Capital Improvement Programs (000's) 1902 19U3 PHOJCCI5 RC1 MAJOR RC1 MAJOR Shattuck Avenue 20 Raymond Avenue 40 Carr Road 8 26th 6 Benson 20 Taylor 13 Bath 6 122nd 05 N.C. 2nd 6 Bath 31 Lift Station - N.C. 7th 30 Drill Well 19 60 Hospital Water System 55 EAA Low 11 11 Meters, Hydrants, Equip, Repl, 314 223 Renton Avenue 6 S. 7th 45 Camas Avenue 7 N.E. 10th b Union 52 S. 134th, Lind, Langstron 30 Stevens 6 122nd 36 Grady Way in Tiffany Park Piping 7 Wells Avenue 25 Phase 1 - TelemeLry 155 Seneca b Stevens 16 Benson Hill Station 40 Land 50 LID 321 10 N.E. 20th (From Hooeycreek Res.) 50 New Water Shop (From 415) 425 Sewer - Misc. 100 Soft Capital 8o BD • Sub-Total 592 600 845 110 West Mill Project (With Water Dist. 063) 1233 Honeycreek Trunk 031 TOTAL 592 600 845 2174 1192 3019 �aese• REC"WED MAIL TO: AFF11, VIT OF INDUSTRIAL STATISFIt I %N JAN 1 L 1� , Department of Labor & Industries WAGES PAID Empiayrrenl Standards Division FmOloYlaaotSteWk LD ON PUBLIC WORKS CONTRA('[' General Administration Building QA�bf�'M Olympia, WA 98504 , Izt>6) 7S1_40I9 ' r 1p.,84 atLs,Mom ON Contract Number CAG 058-Q3 W-725 PAYA*Nr Rf61vE1 Date Bid Was Due ,tUly [2 , 1983 _ Contract Awarding Public Agency Date Contract Awarded nUguet 9 , 1983 Jity Of Renton Date Work Completed January 6t 1983 Address 200 Mill Ave. South County in Which Work Performed king Renton. lia_ Q8055 Location Within County ateyeutd Ave. Ni,/Senec8 tive. Telephone Number 235-2631 Was a Statement of Intent Filed? Yes 00 No Cl In compliance with RCW 39.12.040 1, the undersigned, being a duly authorized representative of J. 3mall Jonstruction Jo. 228t4 o .d. 215th h;aple Valley, Na. 980.58 (Contractor a aattoontncta) (Adds„ 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 Iess than the "prevailing rate of wage" as determined by the industrial Statistician of the Department of Labor ana 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 each classification. Please Note If apprentices have been employed on this project, provide this additional info-:cation:name,registration number and stage of progression. craft Rate of Rate of Harty Hoarly Pay Praise Driven" Paid Backhoe Operator under 60hp Group 3 1 17 .43 3.66 Backhoe operator over 60hp Group 2 1 17.79 3.66 Laborer (Pipelayer) Group 3 1 15 .64 2.88 Laborer (General) Group 1B 1 15.16 2.88 Truck )river 5-12 Yd Group 7 1 17.38 3.43 Flagger Group 1B 1 15 .16 2.88 Note. Attach Additional Sheets as Needed. J. S L CCUSTRUGTION Ck. . /I leoltga Y�Nt i ^ -/ Subscribed and sworn to before me By I this --I—C_ day of\%�Q�e74Ll�t' 19—�4�l V ur Use //. 1 hereby sentry that amediaa to the war ralilb -bnaM- �r to the neeswihag 9rap eagttk00*0411 of RCA' 39.12.00 ban bane a Notary Public in and fw the Slate of Washinglon. residing in waahingtnn. INDU2511 Al, STAT16TICUN PARTMENT OF LAWR AND INDUSfRIl INSTRUCTIONS: "' ..r_. Date: I. Pursuant to RCW 39.12,040 copies of this form must be completed by the contractor and each of his sub. contractors. 2. Complete this form in triplicate and have it notarized. 3. Submit all forms for approval to. Employment Standards Division, Department of Labor and Industries,General Administration Building, Olympia, Washington 98504, 4. Mail an approved copy to the Contract Awarding Public Agency CONTRACTORS ARE RESPONSIBLE FOR OBTAINING AND FILING AFFIDAVITS of the SUB- CONTRACTORS.'This is required by law and payments can not lawfully be made until such affidavits are filed. q,.J 1.1-7oP7 Aff ,%11 a wa m (16113) Q%-92 p� L TO Michael Mulcahy, Finance Director DATE 1/30/84 FROM Ron Olsen, Utility Engineer SUBJECT Warrant to State Department of Labor s Industries Please prepare a warrant payable as listed below: Payee: State Department of Labor L Industries Employment Standards Division General Administration Building - Olympia, Washington 98504 These funds shall be charged to the following project: Project: W-725, Stevens OF N.W. to Seneca Ave. H.W. CAG No. : 058-83 a�7 termaln nestle Prime Contractor: J. Small Construction Co, Account No. 401/000/15.501.37.63. 0 5) $ 12.50 CAC 058-83 Documents Covered: Firm Name: /-7 Intent to Pay Prevailing Wage J. Small Construction Co. !7 Affidavit of Wages Paid 22854 S.E. 215th St. Maple Valley, WA 98038 CilAi(flik 11G, LAWS UI 19b5 CITY OF RENTON CERTIFICATION I, TMr UNryr k5lC Nrp pp M(IIr OY Crvywy ,~,n Rl, 111AI 1,11 MpI1 NIAIA rlp Vr 111 , 11 I lr ll.11':,U o. I.P •.,IN I,.. M, II Irf AI b ON I IIL IAbON YLNI UbMtD AS IIi,Icills.0 MLIILIZ.0 O THAT 10f CLAIM IS A JOIST. pllC AN0 UNPAID OSLI4ATIOM AGAII.`rl Tllt r.11, OI Ill rll AN, AND THAT 1 AM AulNUN12LD {jMy pTryL NTICAIL AND OLNTIIY TO b AID CLAIM. _.iEMORANDUM TO _ Micha--I Mulcahy, Finance Director DATE 1/30/84 FROM Ron Olsen, Utility Engineer SUBJECT Warrant to Stat De0artm nt of Labor G Indy r ' eh Please prepare a warrant payable as listed below : Payee: State Depdr nent of Ldbor b Industries Employment Standards Division General Administration Building Olympia, Washington 985o4 These funds shall be charged to the follow`ng project: Project: W-725, Stevens Ave. N.W. to Seneca Ave. N.W. CA. No. : 058-83 aterma n ntert e Prime Contractor: J. Small Construction Co. Account No. _ 4ol/000/15.5ol .37.63. 0 5) $ 12.50 CAG 058-83 Documents Covered. Firm Name: r7 Intent to Pay e'revailing Wage ,-� I. Small Construction Co. Affidavit of Wages Paid 22854 S, E. 215th St. Maple Valley, WA 98038 CHARTER 116, LAWS OF 1965 CITY OF RENTON CERTIFICATION 1, TNf. aNUTNSI4 N!'D no Nt At•T If"T IF 'IN DER PC NALIV Uf P:I uR Y. TNAT Llf. MATINIALS HAVE EEL" IURtl1ANLJ. TNT Sf NVICES Rf NOCRI U DR INE 1. RLNIURMt D AN DLSCRI�LU NERIIN, AND THAT 1NE CA. , IS A JUR T. DUE AND UNPAID UNty ATION M1 Ii'Ef'. TNL 1:111 of NIN10N, AND TNAT 1 AM A UIHU NII L0 TU AUTHENTICATE AND CERTIFY TO SAID CLAIM. TLI6NTDt 0 RECMAIL TO: IVED INDUSTRIAL \JAr! u INDUSTRIAL STATISTICIAN '2 11',` a AFFI! 'VIT OF Department of Labor & Industries , r `= WAGES PAID Employment Standards Division Genera! Administration BuildingEmpbymnn 5tanearos SeetMn ctor rh~n ON PUBLIC WORKS CONTRACT Olympia, WA 98504 (2061 75.1-4019 Contract Number CGG 058-153 W-725 Date Bid Was Due July 22 . 1983 Contract Awarding Public Agency Date Contract Awarded nUgUBL 9 . 1983 _yity Of nenton Date Work Completed 6trd 1983 Address 200 Mill Ate smith Renton. ma- County in Whict. Work Performed king �9065 } Stevens pve.Location Within Count `ii/Seneca r+Ve. Telephone Number 235-2631 Was a Statement of Intent Filed? Yes ® No ❑ In compliance with RCW :9A2.040 1, the undersigned, being a duly authorized representative of J. Small Conatruction Jo. 22854 S .E. 215th Maple Valley , ii.a. 9r3038 WftttKYnr. RubNatelow) (Addram) 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 each classification. Please Note If apprentices have been employed on this project, provide this additional information: name,registration number and stage of progression. Garr Rue of Rate of Ilaarly 11atrly Pay Prior Raaataa paw Backhoe operator under 60hp Group 3 1 17 .43 3.66 Backhoe operator over 60hp Group 2 1 17.79 3.66 Laborer (Pipelayer) Group 3 1 15.64 2.88 Laborer (General) Group lB 1 15 .16 2.88 Truck Driver 5-12 Yd Group 7 1 17. 38 3.43 Flagger Group 1B 1 15 .16 2.98 Note: Attach Additional Shata as Needed. J. SULL CCNSTRUCTION Cam. (C-W# Na l 1 / Subscribed and sworn to before me / By �(_� +Lt -,L �1[ cr✓� (nM) this �/I 5_^ day of 1 hereby Mrtify that according to the wage rata and fringe beaefita herein ewurn to the prevailing wage requircmins of RCW 39.i3A40 have been utafiw& NbtaLftbl iu AtW fw the State of cod.+hrngtwt, raaiArrpy it waafuagtun. INDUSTRIAL STATISTICIAN DEPARTMENT OF LABOR AND INDUSTRIES INSTRUCTIONS: By: Date. 1• Pursuant to RCW 39.12.G40 copies of this form must be completed by the contractor and each of his sub. contractors. 2. Complete this form in triplicate and have it notarized. 3. Submit all forms for approval to; Employment Standards Division, Department of Labor and Industries,General Administration Building, Olympia, Washington 98504. 4. Mail an approved copy to the Contract Awarding Public Agency CONTRACTORS ARE RESPONSIBLE FOR OBTAINING AND FILING AFFIDAVITS of the SUB- CONTRACTORS.This is required by law and payments can not lawfully he made until such affidavits are filed. .J&. u-rtG 1 AaRna a wytr 110121 ug.ye CITY OF RENTON • DEPARTMENT OF ENGINEERING • ,j • MUNICIPAL BUILDING. 200 MILL AVE. SOUTH, RENTON, WA. 98055. 235-2631 W-728 Seneca Ave. N.W. to Stevens PROJECT Ave. N.W. WATERMAIN EXTENSION PROGRESS PAYMENT ESTIMATE NO.4(Final) Contract No. CAG-056-83__ Contractor J. Small Construction Closing Date 1-27-84 Sheet L of Iterr CSt PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE Descript,on Unit Unit Pnce Qty Qty Amount Qty. Amount Qty. Amount 1 . F.I. e" Class 52 Ductile Iron. Main (Tyton Joint) L.F. 44.00 425 557 24,508.00 557 20,50r.00 2. F.I. Select Backfill TONS .01 140 0 0 3. F.I. Asphaltic Concrete Surface Restoration TONS 30.00 10 3 90.00 3 90.00 4. F.I. 4" Class 52 Ductile iron Watermain L.F. 20.00 30 0 5. F.I. Crushed Rock Surfacing TONS 12.00 25 14.47 173.64 14.47 173.64 6. Landscape Restoration L.S. 1 ,500.00 L.S. 100% 1,500.00 1009, 1 ,500.00 7. F.I. Concrete Blocking C.Y. 50.00 15 5.5 275.00 5.5 275.G0 ® F.I. 8" Gate Valve Assembly and Vault EA. 400.00 5 5 2,000.00 5 2,n00.0o 9. Transfer Existing Service I Connections to New Pipeline IEA. 200.00 3 4 800.00 4 800.00 10. F.I. hill Folders IEA. 13.00 20 9 117.00 1 13.00 10 130.00 I � I I I Change Order #1 Survey and As Built Drawings of the Watermain. L.S j 1,2130.00 L.S. 5N ( 600.00 5M 600.00 loot 1 ,200.00 I I I I I I I I I I I � •F.I.(Furnish and Instal)) SUBTOTAL ALL ITEMS AND CHANGE ORUE S 30,063.64I 613.G0 8,U SALES TAX 43S_1S 49.66 I 2,484.811 TOTAL INCL. SALES TAA 32,498.79 662.66 I �- 33,161,45 LESS 5`K RETAINAGE (OF SUBTOTAL) 1 ,503.18 30.65 _y5 LESS AMOUNT PREVIOUSLY PAID I 30,995-61 AMOUNT DUE THIS ESTIMATE 632.01 I I - J. SMALL CONSTRUCTION I ''854 S.E. 215th Maple Valley WA 98038 Phone: 432-5453 DATE 0-27-84 TO: FINANCE DIRECTOR FROM: PUBLIC ''WORKS DIRECTOR SUBJECT: PROGRESS PAYMENT CONTRACTOR: J. Small Construction ESTIMATE N 4 Final CONTRACT N CAG 058-83 PROJECT: Seneca Ave. N.W. to Stevens Ave. N.W. Watermain Extension 1. CONTRACTOR EARNINGS THIS ESTIMATE $ 613.00 2. SALES TAX @ 8.1% 49.66 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $ 662.66 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ 28,560.46 5. EARNINGS DUE CONTRACTOR THIS ESTIMATE* $ 582.35 _ 6. * (95% x Line 1) SUBTOTAL - CONTRACTOR PAYMENTS $ 29,142.81 7. RETAINAGE ON PREVIOUS EARNINGS $ 1 ,503.18 8. RETAINAGE ON EARNINGS THIS ESTIMATE _ 30.65 9• SUBTOTAL - RE7,%INAGE $ 1 ,533.83 10. SALES TAX PREVIOUSLY PAID $ 2,435.15 11 . SALES TAX DUE THIS ESTIMATE 49.66 12• SUBTOTAL - SALES TAX $ 2,484.81 GRAND TOTAL $ 33,161 .45 FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11) : ACCT, M 401/000/15.501 .37.63(15) $ 632,01 4 ACCT. 0 $ k RETAINED AMOUNT (Line 8) : ACCT. N 401/000/15,501 ,37.63(15) $ 30.65 M 4 ACCT. ® $ CHARTER I16. LAWS OF 1985 TOTAL THIS ESTIMATE $ 662.66 CITY OF RENTON CERTIFICATION *RETAINAGE: 5% of amount. i "umps"w 00 MSAtnT cEAT:v urea PaM ry a OVUM. TUT ME WATE:MLL MAVC LAM Pwmm"Eo. TML am=11EMNRW 04 ME IALOR ftsmamV AE OELCAIEED EMELI Aft TMAT TIE CLAW IE A A41. VA AMo UMMIO 48UG&Mh AaA V "d OTT OF AY11OK AND TUT i AYE AYTIOA M TO AUM&MC ITE AM CWWT TO 4A CLAN. �u wog For Use _y City Clerk'9 Office Only IA. I . k AGENDA ITEM RENTON CITY COUNCIL MEETING ........ ..PPaaPP amavaP......l a...............v P vamL...... .. Pa .... i SUBMITTING For Agenda Of Februar 6 1984 C:pt./Div./Bd./Comm. Public Works/Lltili ieS Eng. Meet,ng Date Staff Contact Richard Houghton/Ron Olsen Agenda Status: Name SUBJECT: Final Payment for W-725 Stevens Consent Public Hearing Ave N W to Seneca Ave N W Contract Correspondence CAG 058-05 Ordinance/Resolution_ Old Business New Business Exhibits: (Legal Descr. , Maps, Etc.)Attach Study Session A. SUmflor Sheet for Final PavwLnt Other s imate Approval : C. Legal Dept. Yes_ No_ N/A_ COUNCIL ACTION RECOMMENDED: Approval Of Finance Dept. Yes_ No. N/A__ Other Clearance project and f'.nal payment authorised. FISCAL IMPACT' Amount Appropriation- Expenditu.e Required $ Budgeted S Transfer Required $ SUMMARY (Background Information, prior action and effect of Implementation) (Attach additional pages if necessary.) Recommend project and final pay estimate be approved and that retainage of $1 ,533.83 be released after thirty days if all taxes have been paid and no liens have been filed. PARTIES OF RECORD/INTERESTED CITIZENS TO BE CONTACTED: SUBMIT THIS COPY TO CITY CLERK BY NOON ON THURSDAY WITH DOCUMENTATION. FL 32c Contract No. C.A.G. 058-83 R 10/14/70 NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT To: State of Washington Date: Oanuary 30, 1984 Excise Tax Division Audit Section Tax Commission Olympia, WA 98504 Do Not Use LDate ed to: From: City f Renton Finance Department ssigned: 200 Mill Avenue South Renton, WA 98055 Number: Gentlemen: Notice is hereby given relative to the completion of contract or project described below: Description of Contract I4-725, Watermain Extension - Seneca Ave. N.W. to Stevens Ave. N.W. Contractor's Nar,e J. Small Construction Co. Contractor's Address 22854 S.E. 215th St. , Maple Valley, WA 98038 Date Work Commenced September 12, 1983 Date Work Completed January 27, 1984 Date Work Accepted: February 6, 1984 Surety or Bonding Company Hartford Accident & Indemnity Co. Agent's Address Carroon & Black Inc. , 2911 Second Ave. - P.O. Box C-342Ul Seattle, WA 98124 Amount Disbursed $31 ,627,62 Contract Amount $25,011 .40 Additions $ 5,665.24 Amount Retained $ 1 ,533.83 Sales Tax $ 2,484.81 Total $33,161 .45 Total $33,161 .45 By Disbursing Of icer - Finance Director THREE COPIES OF THIS NOTICE MUST BE COMPLETE) BY THE DISBURSING OFFICER AND MAILED TO THE DEPARTMENT OF REVENUE AT OLYMPIA, WASHINGTON IMMEDIATELY AFTER ACCEPTANCE OF THE WORK DONE UNDER THIS CONTRACT. NO PAYMENTS SHALL BE MADE FROM RETAINED FUND UNTIL RECEIPT OF DEPARTMENT'S CERTIFICATE, AND THEN ONLY IN ACCORDANCE WITH SAID CERTIFICATE. tag we►wnt e/ LaiYe► s Oedwtrl.a F CITY V RENTON • DEPARTME? OF ENGINEERING • • MUNICIPAL BUILDING. 200 MILL AVE. SOUTH. RENTON. WA. 08O55.235-2531 W-728 Seneca Ave. N.W. to Stevens PROJECT Ave. N.Y. WATERMAIN EXTENSION PROGRESS PAYMENT ESTIMATE NO.a(Final) Contract No. CAG258.83 . Contractor J. Small Construction _ Cloamp Data 1-27-84 Sheet L of 1 It Eat PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE Oeec n pi wn Lino Unit Pare Oty Oty Amount Oty. Amount Oty Amount 1. F.1. 8" Class 52 Ductile Iron Win ft"•-•, uoint) L.F. 44.00 425 1 557 24.508.00 557 I 21.SnP.00 2. . ,. select BackfiII TONS .01 140 I 0 0 3. F.I. Asphaltic Concrete Surface Restoration TONS 30.00 10 3 90.00 3 90.00 4. F.I. 4" Class 52 Ductile Iron Watermein L.F. 20.00 30 0 S. F.I. Crushed Rock Surfacing TONS 12.00 25 14.0 173.64 11.07 173.64 6. Landscape Restoration L.S. 1,500.00 L.S• 100% I 1,500.00 loot 1,500.00 7.I F.I. Concrete Blocking L.Y. 50.00 15 5.5 275.00 5.5 275.90 8. F.I. B" Gate Valve Assembly and vault EA. 400.00 5 5 2,DDO.00 5 2,000.00 9. Transfer Existing Service 1 4 800 00 I 4 WO 00 Connections to New Pipeline EA. 200.00 3 10. F.I. Hill Holders LEA. 12.00 20 9 117.00 I 1 13.00 10 130.00 I I I Change Order al 1 Survey and As Built Drawings of the Watenro in. i L.S1 1,200.00 L.S. SOY 600.00 501. A.00 1001 I"Oo 00 I 1 1 I F.1.(Furnish and Install) SUBTOTAL ALL ITEMS AND CHANGE ORDE S I 30,063_64 613.00 30.676.64 8.1 SALES TAX 2 41x Ix 49.66 TOTAL INCL SALES TAX I 32.4M.72 662.66 33,161.15 LESS 5° RETAINAGE (OF SUBTOTAL) 1,503.18 I 30.65 LESS AMOUNT PREVIOUSLY PAID AMOUNT DUE THIS ESTIMATE 632.01 I I I 11 � I WB1E,'1 J. SMALL CONSTRUCTION R 22854 S.E. 215th Maple Valley W 98038 Phone: 432.5453 DATE '1-27-84 TO: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PROGRESS PAYMENT CONTRACTOR: J. Small Construction ESTIMATE M 4 List CONTRACT N CAG 058-83 PROJECT: Seneca Ave. N.W. to Stevens Ave. N.W. Watermain Extension 1. CONTRACTOR EARNINGS THIS ESTIMATE $ 613.00 2. SALES TAX @ 8.1% 49.66 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE b 662.66 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ 28,560.46 S. EARNINGS DUG CONTRACTOR THIS ESTIMATE* $ 58? 35 6. * (95% x Line 1) SUBTOTAL - CONTRACTOR PAYMENTS b 29.142.81 7. RETAINAGE ON PREVIOUS EARNINGS $ 1 ,503.18 8. RETAINAGE ON EARNINGS THIS ESTIMATE 30.65 9. SUBTOTAL - RETAINAGE $ 1 .533.83 10. SALES TAX PREVIOUSLY PAID $ 2,435.15 11 . SALES TAX DUE THIS ESTIMATE 49 66 2,484.81 12. SUBTOTAL - SALES TAX b GRAND TOTAL $ 33,161 .45 FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11) : ACC . M 401/000 15 501 37 63(15) $ 632.01 4 T ACCT. M $ �— RETAINED AMOUNT (Line 8) : ACCT. M 401/000/15.501 .37.63(15) — $ 30.65 N 4 ACCT. N $ — TOTAL THIS ESTIMATE $ 662.66 _ CHARTER 116, LAWS OF 1966 CITY OF RENTON CERTIFICATION *RETAINAGE: 5% of amount. L MS UkWATIC46D DO WSAFJY r,(ATI:Y ISCO /eI n M ATAAAVY NUT ME TIATS,l1ALJ NAVE SSO1 r%A1!1yNfp. TIR SOWCU AEIDEAED ON TM L4Z*R ISINp11YRD M OSSCAIM NSIIEN. AA`A THAT IM QAS.1 IS A JATI, ING AM %MAD OW"nON AOMW TNS CITY Or RINVOK AM TMT 1 AA% MTNOT M TO AVTM&mcpkTt me COMP TO YD CLAM."Now /jt ✓�lfiCa�c< . -/V 1 *t J�" �fo (� • IFor Use vy City Clerk's Office Only AGENDA ITEM RENTON CITY COUNCIL MEETING ss.oasarsssssaaaswasasassa sa.a:as:.ayssavaa. wvaosacausssrosasssasssewssses SUBMITTING Dept./Div./Bd./Comm. public Works/Utilities Eng. For Agenda Of Februar b 1984 Meeting Date Staff Contact Richard Houghton/Ron Jlsen (Named Agenda Status: SUBJECT: Final Payment for W-725. Stevens Consent Ave. N.W. to Seneca Ave. N W. Contract Public Hearing Correspondence CAG 058-85 Ordinance/Resolution Old Business Exhibits: (Legal Descr. , Maps, Etc.)Attach New Business Study Session A. Summar Sheet for Final Payment ocher sttmate B. C. Approval : Legal Dept. Yes_ No_ N/A_ COUNCIL ACTION RECOMMENDED: Approval of Finance Dept. Yes_ No. N/A_ -,roject and final payment authorized. Other Clearance FISCAL IMPACT: Expenditure Required $ Amount $ Appropriation- $ Budgeted Transfer Required SUMMARY (Background information, prior action and effect of implementation) (Attach additional pages if necessary.) Recommend project and final pay estimate be approved and that retainage of $1 ,533.83 be released after thirty days if all taxes have been paid and no liens hav- been filed. PARTIES OF RECORD/INTERESTED CITIZENS TO BE CONTACTED: SUBMIT THIS COPY TO CITY CLERK BY NOON ON THURSDAY WITH DOCUMENTATION. FL 325 Rev. 10/14/70 Contract No. C.A.G. 058-83 NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT To: State of Washington Date: January 30, 1984 Excise Tax Division Audit Section Tax Commission Olympia, WA 98504 Do Not Use From: City of Renton Assigned to: Finance Department 200 Mill Avenue South Date Assigned: Renton, WA 98055 P.M.G. Number: Date: Gentlemen: Notice is hereby given relative to the completion of contract or project described below: Description of Contract I4-725, Watermain Extension - Seneca Ave. N.W. to Stevens Ave. N.W. Contractor's Name J. Small Construction Co. Contractur's Address 22854 S.E. 215th St. , Maple Valley, WA 98038 Date Work Commenced September 12, 1983 Date Work Completed January 27, 1984 Date Work Accepted: February 6, 1984 Surety or Bonding Company Hartford Accident & Indemnity Co. Agent's Address Carroon & Black Inc. , 2911 Second Ave. - P.O. Box C-34201 Seattle, WA 98124 Contract Amount $25,011 .40 Amount Disbursed %31 ,627.62 Additions $ 5,665.24 Amount Retained $ 1 ,533.83 Sales Tax $ 2,484.81 Total $33,161 .45 Total : $33,161 .45 By Disbursing Of"icer - Finance Director THREE COPIES OF THIS NOTICE MUST BE COMPLETED BY THE DISBURSING OFFICER AND MAILED TO THE DEPARTMENT OF REVENUE AT OLYMPIA, WASHINGTON IMMEDIATELY AFTER ACCEPTANCE OF THE WORK DONE UNDER THIS CONTRACT. NO PAYMENTS SHALL BE MADE FROM RETAINED FUND UNTIL RECEIPT OF DEPARTMENT'S CERTIFICATE, AND THEN ONLY IN ACCORDANCE WITH SAID CERTIFICATE. sat %Pwtmmt of tabor a ledwctrl*a CITY RENTON DEPARTMEP OF ENGINEERING • eA�i/ • MUNICIPAL BUILDING, 200 MILL AYE 50UTH. RENION, WA 98055.235-2631 '/jam+,�•�`,Y� N-128 Seneca Ave. N.H. to Stevens 4 (final) -'� PROJECT Ave. N.W. WATERMAIN EXTENSION PROGRE55 PAYMENT ESTIMATE NO._ Contract No LAG-058-83 Contractor J. Small Construction _ Oloung Dtle 1-27-84 Bheei L o/ 1 jai PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE it Desc npion lend Uri Pace QiY OtY Amount Q1Y. Ampmt Qry. Amount No 1. F.I. S' Class 52 Ductile Iron Main I 557 24,SOB.00 557 2a,SOf A0 (Tyton Joint) L.F. 44.00 425 2.I F.1. Select SAW it TONS .01 140 0 0 3. F.I. Asphaltic Concrete Surface Restoration TONS 30.00 lu I 3 90.00 3 90,00 4•IWatermei mass 52 Ductile iron L.F. 30 0 5. F.I. Crushed Rock Surfacing TONS 12.00 25 14.47 173.64 14.47 173.61 6. Landscape Restoration L.S. 1,500.00 L.S. lUOt 1,SOO.D0 lOnt 11500.00 1.1F.1. Concrete Blocking C.Y. 50.00 15 5.5 275.00 5.5 275.00 8. F.I. B" Gate Valve Assembly and Vault EA. 400.D0 5 5 2.000.00 S 2,000.00 9. Transfer Existing Service I 1 4 BOO.00 I 4 800.00 Cmwtions to New Pipeline EA. 200.00 3 10. F.I. Hill Holders IEA. 13.00 20 9 117.00 I 1 13.00 10 130.00 I I I Change Order 11 Survey and As Built Drawings i Of the wateta in. L.S1 1.200.00 L.S. 150% I 600.00 50% 6M,.00 100% 1.200.00 I i i i 1 m F.I.(Furnish and Install) SUBTOTAL A" ITEMS AND CHANGE CRUDE S J0.063.64 613.00 e.l. SALES TA% �,A'+c is 49.66 TOTAL INCL. SALES TAX 32432. 98.�7998.779 662.66 33.161.45 LESS C•' RETAINAGE (Of SUBTOTAL) 1.503.18 30.65 LESS AMOUNT PREVIOUSLY PAID 632.01 AMOUNT DUE THIS ESTIMATE i I I J. $NALI. CONSTRUCTION I 22854 S.E. 215th Maple Valley WA 98038 Phone: 432-5453 FL 325 058-83 Rev. 10/14/70 Contract No. C.A.G. NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT To: State of Washington Date: January 30, 1984 Excise Tax Division Audit Section Tax Commission Olympia, WA 98504 Do Not Use Assigned to: From: City of Renton Finance Department Date Assigned: 200 Mill Avenue South Renton, WA 98055 P.W.G. Number: Date: Gentlemen: Notice is hereby given relative to the completion of contract or project described below: Description of Contract I4-725, Watermain Extension - Seneca Ave. N.W. to Stevens Ave. N.W. Contractor's Name J. Small Construction Co. Contractor's Address 22854 S.E. 215th St. , Maple Valley, WA 98038 Date Work Commenced September 12, 1983 Date Work Completed January 27, 1984 Date Work Accepted: February 6, 1984 Surety or Booding Company Hartford Accident & Indemnity Co. Agent's Address Carroon & Black Inc. , 2911 Second Ave. - P.O. Box C-34201 Seattle, WA 98124 Amount Disbursed $31 ,627.62 Contract Amount $25,011 .40 Additions $ 5,665.24 Amount Retained $ 1 ,533.83 Sales Tax $ 2,484.81 Total $33,161 .45 Total $33,161 .45 By— Disbursing Officer - Finance Director THREE COPIES OF THIS NOTICE MUST BE COMPLETED BY THE DISBURSING OFFICER AND MAILED TO THE DEPARTMENT OF REVENUE AT OLYMPIA, WASHINGTON IMMEDIATELY AFTER ACCEPTANCE OF THE WORK DONE UNDER THIS CONTRACT. NO PAYMENTS SHALL BE MADE FROM RETAINED FUND UNTIL RECEIPT OF DEPARTMENT'S CERTIFICATE, AND THEN ONLY IN ACCORDANCE WITH SAID CERTIFICATE. pt lapwtomt of L~ & tedwIlride 0-- - For Usk. dy City Clerk's Office Only AGENDA ITEM RENTON CITY COUNCIL MEETING �a va......................... ............. o .a.is.aaa..o...r...... .. .... SUBMITTING For Agenda Of Februar 6 1984 _ Dept./Div./Bd./Comm. Public Works/Utilities Eng. "(Meeting Date Staff Contact Richard Hou hton/Ron Olsen Name Agenda Status: SUBJECT: Final Payment for W-725 Stevens Consent Public Hearing Ave, .L I to Seneca Ave N W Contract Correspondence._ CAG 058-85 Ordinance/Resolution Did Business New Business Exhibits: (Legal pescr. , Maps, Etc.)Attach Study Session A. Summar Sheet for final Payment Other stimate B. Approval : C. Legal Dept. Yes_ No_ N/A_ COUNCIL CTION RECOMMENDED: Approval of Finance Dept. Yes_ No. N/A_ project and final payment authorized. Other Clearance FISCAL IMPACT: Amount ADpropriation- Expenditure Required $ Budgeted S Transfer Required $ SUMMARY (Background information, prior action and effect of implementation) (Attach additional pages If necessary.) Recommend project and final pay estimate be approved and that retainage of >1 ,533.83 be released after thirty days if all taxes have been paid and no liens have been filed. PARTIES OF RECORD/INTERESTED CITIZENS 10 BE CONTACTED: SUBMIT THIS COPY TO CITY CLERK BY NOON ON THURSDAY WITH DOCUMENTATION. DATE Dec.1w. 1983 TO: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PROGRESS PAYMENT CONTRACTOR: 1-small Eanstr ion _ ESTIMATE N 3 CONTRACT M r.Ar orig-R'3 PROJECT: Genera Ave N W. to Stevens Ave N-W_ Watermain Extension 1 . CONTRACTOR EARNINGS THIS ESTIMATE 2. SALES TAX @ 8.1% 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE b 2,716 t5 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $—,L ,.� 45 5. EARNINGS DUE CONTRACTOR THIS ESTIMATE b_2,3fL? ni 6. * (95% x Line 11 SUBTOTAL - CONTRACTOR PAYMENTS b 9R ;An A6 7. RETAINAGE ON PREVIOUS EARNINGS $_ _I,,372 SS 8. * RETAINAGE ON EARNINGS THIS ESTIMATE i�5 F3 9. SUBTOTAL - RETAINAGE ,5nz 18 10. SALES TAX PREVIOUSLY PAID b_ 2211 F1 11 . SALES TAX DUE THIS ESTIMATE 20.1 U 12. SUBTOTAL - SALES TAX b___;,d1� 15 GRAND TOTAL FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11) : ACCT. M 401/000/15 501 37 631151 b 2 590.5's ACCT. M b — RETAINED AMOUNT (Line 8) : ACCT. M 40�� 501 37 63(15) b_ 125.63 �_ ACCT. M __ b -� TOTAL_THIS ESTIMATE b 2 716. CHARTER 116, LAWS OF 1986 CITY OF RENTON CEFITIFICATION *RETAINAGE: 5% of amount. C iNE WKASR�W DO NMZaT CEnTiV MADER EENACTV OF 1*"MV, VAT ME M TEaMts 1MVE LE04 ML.NFD. ME aERv"s ft MrED OR 1w 1AEAD HA,OWeD AE DEtPO[D NEAEN, Alb TIMT THE CARA K A AlE1. DUE AND 0~ owun" AGA sT aE an Of AENTON. Aw nMT i AN Aunlow m EO RE MD C7 TO SAID CLAM C -Y OF RENTON • DEPART -ENT OF ENGINEERING • • M.- i1CIPAL BUILDING. 200 MILL AVE. SOUT, RENTON, WA. 95055.235,2631 ���"��,�•`.�` � H_725 Seneca Ave. N.W. to Stevens PROJECT Ave. N.N. NATERMPIN EXTENSION PROGRESS PAYMENT ESTIMATE NO. 7 _ Centr act No CAG45843 Connector J. Smell Lonst'.uctial. Clwnq Dete 12-14-83 Shen-of 1 1 It Est PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE NO Desen Pt.on Unit Uro P,,ce QIY Qty Am I I Qty. Amount Qty. Amount 1, 1. 8" Class 52 Ductile Iron Main 557 21,SOB.00 0 557 24,508.00 (TYton Joint) L.F. U.00 425 2.�1F.1. Select Backfill TONS .01 140 0 0 0 3.IFA. Asphaltic Concrete Surface Restoration (TONS 30.00 10 3 90.00 3 90.00 4, F.I. 4" Class 52 Ductile Iron Wternro in L.F. 20.00 30 0 0 5. F.I. Crushad Rock Surfacing TONS 12.00 25 14.47 173.60 14.47 173.64 6.11.andscape Restoration L.S. 1,500.001 L.S. 301 450.00 701 11050.00 1001 1,500.00 7. F.I. Concrete Blocking C.T. 50.: 15 5 250.00 .5 25.00 5.5 275.00 8" Gate Valve Assembly and vault EA. 400.00 5 4 1,600.00 1 400.00 5 2,000.00 9. Transfer Existing Service I Connections to New Plpeli ne EA. ' 200.00 3 a 800.00 4 800.00 10. F.I. Hill Holders IEA. I 13.00 20 11 143.00 (2) (26.00) 9 117.00 Change Order a 1 � 5011 600.00 501,. 600.00 Survey and As Builtino of Natermein t I • 1 1 i.I.(Furnish and Install) SUBTOTAL ALL ITEMS AND CHANGE ORDE S 27,551_2L 2.512.64 30,063.64 8.1% SALES TAX 2,231 203.52 TOTAL INCL. SALES TAX 29y788fiL 2.716.16 4 LESS 5s RETAINAGE (OF SUBTOTAL) 1,377.55 125.63 1.503.18 LESS AMOUNT PREVIOUSLY PAID 28,405.OB AMOUNT DUE THIS ESTIMATE 2.590.53 _2,590.53 ( r J. SMALL CONSTRUCTION aple S.E. 215th M Maple Valley NA 9803E Phone: 432-5453 ' DATE Dec.14, 1983 _ TO: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PROGRESS PAYMENT CONTRACTOR: 1 c all Cnna rurtion ESTIMATE M_ 3 CONTRACT M fAr n5A-gi PROJECT: canara Aye. N W to St: ion- Ave- N-W1 Watermain Extension 1 . CONTRACTOR EARNINGS THIS ESTIMATE 2. SALES TAX @ 8.1% ?n3 U TOTAL CONTRACT AMOUNT THIS ESTIMATE E 71f, 16 4. EARNINGS PREVIOUSLY PAID CONTRACTOR E 25,1.I� as 5. EARNINGS PUE CONTRACTOR THIS ESTIMATE $. 2 387 01 6. * 95% x Line 1 SUBTOTAL - CONTRACTOR PAYMENTS EJ ?a nrn 46 7. RETAINAGE ON PREVIOUS EARNINGS $--, » SS 8. * RETAINAGE ON EARNINGS THIS ESTIMATE _ 125.-6 9. SUBTOTAL - RETAINAGE $_ 1 An,_ A 10. SALES TAX PREVIOUSLY PAID $ 2211 Sz 11 . SALES TAX DUE THIS ESTIMATE _ 2ni 52 12. SUBTOTAL - SALES TAX b_?T435 15 — GRAND TOTAL b_ = now 7g FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11) ACCT. M 401/000L15.501.37.63(15) $ ?� -'53 -3— ACCT. r RETAINED AMOUNT (Line 8) : ACCT. N 401/000/15 501 37 63(15) _ S 125 63 ��_ ACCT. M TOTAL THIS ESTIMATE CHARTER 116, LAWS OF 1986 CITY OF RENTON CERTIFICATION *RETAINAGE: 5% of amoint. t THE UND[RWNM Co N!R:DY Mr." U4W Ra yy or R(TWRY. TMAT M£ r Tllwu "WA CAFN IUAY.:MiO. "m URVKjg KMXP[0 OR nn L"M tL4MM O Al 00CAAC3 MOWN N. AND TMAI 111E CINM • A yp, VA A Lft A (%L-GATON 4c W$T " CITY OP mm" AM rW 1 APA AUTWQ MM To WN",T&ARID m SAM CIA" s: 0, 1-- ITY OF RENTON Is DEPAF RENT OF ENGINEERING •- JNICIPAL BUILDING. 200 MILL AVE. SOUTH. FIENTON, WA. 98055.235-2631 M-72F Seneca Ave. N.M. to Stevens PROJECT Ave. N.M. WATERMA[N EXTENSION PROGRESS PAYMENT ESTIMATE NO.3 Coovact No CAG-058-83 Convector J. Small Construction C!os.rp One 12-14-83 Sheet 1 of It Eat PRE VIOU- TOTAL THIS ESTIMATE TOTAL TO DATE No Descr,Pt'" U.0 IUna P.,c• Qty Qty Amount Qty. Atnoant Qty Amount ATYton .1. B" Class 52 Ductile Iron Main 557 24,508.00 0 557 24.508.00 Joint) 11.00 125 2.IF.1. Select Backfill TONS .O1 m 0 I 0 0 3.I F.1. A;PlMltic Concrete Surface TONS 30.DO 1D 1 I 90.DO 3 90.00 Restoretion !• r.l. 4' Class 52 Ductile Iron 0 I 0 Matermain L.F. 20.00 s0 S.�r.I. Crushed Rock Surfacing TONS 12.W 25 14.47I 113.64 74 A7 173.64 6. Landscape Restoration L.S. 1,500.00 L.S. 301 450.00 701 1,050.DO 10" 1,500.D0 7. F.' .oncrete Blocking C.T. 50.00I 15 5 250.00 .5 25.00 5.5 275.00 8. 1.,. 81 Gate Valve Assemoly and Vault TEA, 400.00 5 4 1,600.D0 1 400.00 5 2,000.00 9. Transfer Existing Service 1 4 800.00 4 800.00 Connections to New Pipeline EA. I 200.D0 3 10. F.I. Mill Holders EA. 13.00 20 11 143.00 (2) (26.00) 9 117.D0 1 j 1 SOs 600.00 50. 600.00 Chenm Order N 1 Survey and As BUiltino Of Matermain I 1 +II I I I i I F.I.(Furnish and Install) SUBTOTAL ALL ITEMS AND CHANGE OROE S 27 5 2.512.64 _30,063__64 8.1t SALES TAX t,231. _ 1 203.52 -j3+`-15 ! TOTAL INCL. SALES TAX 29 782. I 2.716.16 3. 4.K LESS 54 RETAINAGE (OF SUBTOTAL) 1.377.55 125.63 1 503.18 28 A0r.08 LESS AMOUNT PREVIOUSLY PAID AMOUNT DLE THIS ESTIMATE I 2.590.53 I 2,590.53 J. SMALL CONSTRUCTION ! y 1i1 II 22854 S.E. 215th Maple Valley MA 98038 Phone: 432-5463 l`� r ity of Renton J. SMALL CONSTRUCTIWJ Cl.. SHEET 1 of ater Project W-728 22854 S .Z. 215th ESTIMATZ NO. 3 .eneca eve. N .W. to Stevens MAPLE VALLLY, WA. 98038 .we. N.W. Watermain Extension ITEM J4SRIPTION VANITY UNIT BID PRICE TOTAL AMOUNT nARNaD 1 811 Class 52 Ductile Iron Main (Tyton Joint) 557 L.F. 44.00 L.F. 3 24 ,508.00 2 Select Backfill .01 Tons $ 3 Asphaltic Concrete Surface Restoration 3 Tons 30.00 Tons 90.00 4 4" Class 52 Ductile Iron Water Main (Mechanical Joint) 20.00 L.P. 5 Crushed Rock Surfacing 15 Tons 12 .00 Pons 180.00 6 Landscape Restoration L.S. 1,500.00 L.S. 1,500.00 7 Concrete Blocking 5} C.Y . 50.00 C .Y. 275.00 8 8" Gate Valve Assembly and Vault 5 Each 400.00 Each 2 ,000.00 • 9 Transfer Existing Service Connections to New Pipeline 4 Each 200.00 800.00 10 Hill Holders 9 Each 13.00 Each 117.00 TGTAL AMOUNT FARNED TO DATE 3 299470.00 Sheet 2 of 3 J. SMALL C(m STRUCTION CO. 22854 S.E. 215th Maple Valley, Wa. 98038 TOTAL :+MOUNT EARNED TO DATE 3 29 ,470.00 PLUS ADDITIONAL WCRb: Refer to ApWa Sec. 4-1.07 Changed Conditions Removal of Solid Rock $ 14 ,929.58 (See Attached Sheet For Breakdown) • Changed Order M1 1,200.00 Fiald Survey & As Built Drawings $ Sub-Total Y 45 ,599.58 Less amount Previously Paid 27 .551 .00 Sub-Total S 18 ,048.58 Plus 8.1% Sales Tax 1,461.93 AMUNI T DUE T-HIS ?STIMA2E 19,510.51 • J. SMALL CCM STRUCTION CO. A BY CL,�ma t Sheet 3 or Labor (Health & Welfar Included) Foreman 14 hours (9 3 21.95 = 9 307.30 Operator 54 hours j 3 21.45 = 3 1,158.30 Pipelayer 54 hours 4 3 18.52 = 4 1,000.08 2 ,465.68 Payroll Taxes Industrial Insurance 122 hours p .3658 = S 44 .63 } Medical .yid 122 hours 4 .1216 = 3 14.84 } Supplemental 122 hours . 0209 = 3 2.55 Federal Unemploy. $2 ,465.68 X 007 - S 17.26 FICA 32,465.68 X 6.7% = S 165.20 State Unemployment $2 ,465.68 X 3% = 3 73.97 318.45 20% Overhead & Profit on Labor 3 2 ,184.13 X 20% - 556.8; EQUIPMENT The equipment rates are from the 1982) (("BLUE BOOK" as approved by Washington)) State Department of Transportation. Case 580C 53 hours a 3 30.39 = 3 1,610.67 Operating Cost 53 hours w 3 5.30 = 3 280.90 Area ndjustment 3% .X 3 1 ,610.67 = 8 48. 32 3 1,939.89 Case 350 4 hours w S 19.20 - S 76.80 O/P Cost 4 hours kw U 3.70 = 3 14.30 $ 93.90 Area Adj . Inc. 3% X S 76.80 = Case 850 49 hours 4 9 68.50 = 3 3,356.50 O/P Coat 49 hours o 9 12 .80 - $ 627.20 Area Adj. Inc. 1% X 3 3,356.50 _ $ 33.57 3 4 ,017.27 Case 580D 49 hours ® $ 38.00 = 3 1,862.00 O/P Cost 49 hours ® 3 6.05 = 3 296.45 Area Adj . Inc, 3% X S 1 ,862.00 = L 55.86 3 2 ,214.31 Breaker 500# 49 hours a 3 21.00 = 3 1,029.00 O/P Cost 49 hours 4 3 1.00 - J 49.00 3 1,078.00 P/U Four Wheel Drive 53 hours & 3 5.27 = 3 279. 31 O/P cost 53 hours 0 3 6.95 = S 368.35 Area Adj . 633.69 Decrease 5% X 3 279. 31 = 1 (13.97) ; Delivery & Pick Up on Case 560 Breaker 1 100.00 = 10,077 .06 Sub-Total 15% Gverhead & Profit on Equipment 3 1,511.56 TOTAL AMOUNT DUE 3 14 ,929.58 Q - K N S U L T A N T S , I N yr�__— ER3INEER! 26610 S.E.DUTHIE HILL ROAD ISSAQUAH,WA.96027 PHONE:(206)392-4M SURVEYOR -�vTS / 7 S 22 W�G�/�c/-EvwsLzDs z 1 V PEDRO 1 -� ���ccc T'��vT NM�J•/NSNle ir Plc M � � L Srfa � 57.4TiON o-�/ CITY OF RENTON • DEPARTMENT OF ENGINEERING • MUNICIPAL BUILDING, 200 MILL AVE. SOUTH, RENTON. WA. 98055. 235.2631 00 C 14-728 Seneca Ave. N.W. to Stevens PROJECT Ave. N.W. WATERMAIN EXTENSION PROGRESS PAYMENT ESTIMATE NO. 3 Contract No. CAG-058-83 Contractor_ J. Small Construction Closing Date 12-14-83 Sheet I of 1 it Est PREVIOUS TOTALI THIS ESTIMATE TOTAL TO DATE Description Unit Unit Pr,ce Qty Qty. Amount Qty. Amount Qty. Amount 1 . I. 8" Class 52 Ductile Iron Main (Tyton Joint) L.F. 44.00 425 557 24,508.00 0 557 24,508.00 2. F.I. Select Backfill TONS .01 140 0 0 0 3. F.I . Asphaltic Concrete Surface Restoration TONS 30.00 10 3 90.00 3 90.00 4. F.I . 4" Class 52 Ductile Iron Watermain L.F. 20.00 30 0 0 5. F.I . Crushed Rock Surfacing TONS 12.00 25 14.47 173.64 14.47 173.64 6.ILandscape Restoration IL.S, 1 ,500.00 L.S. 30'r 450,00 701 1 ,010,00 100M 1 ,501,01 7. F.I. Concrete Blocking C.Y. 50.00 15 5 250.00 .5 25.00 5.5 275.00 8. F.I . B" Gate Valve Assembly and Vault EA. I 400.00 5 4 1 ,600.00 1 400.00 5 2,000.00 9. Transfer Existing Service I I Connections to New Pipeline EA. 200.00 3 4 800.00 4 800.00 IC. F.I. Hill Holders IEA. I 13.00 20 11 143.00 (2) (26.00) 9 117.00 Change Order # I 50% 600.00 50'a 600.00 Survey and As Builtinq of Watermain I I I I I i •F.I.(Furnish and Inst..11) SUBTOTAL ALL ITEMS AND CHANGE ORDE S 27,551 .00 2,512.64 301063.64 8.1% SALES TAX 2,231 .63 203.52 TOTAL INCL. SALES TAX 29,782.63 2,716.16 32 4 8.7 LESS 5% RETAINAGE (OF SUBTOTAL) 1 ,3717.55 125.63 1 ,513.11 LESS AMOUNT PREVIOUSLY PAID 28,405.08 AMOUNT DUE THIS ESTIMATE 2,590.53 2,590.53 J. SMALL CONSTRUCTION 22854 S.E. 215th I Maple Valley WA 98038 I I i WOi� Phone: 432-5453 �(L J. Small Construction Co. M-MAAC-217-LE 22854 S.E.215th Maple Valley, WA 98038 Ii12 - -,f TO. �' ATTN : _ In n SUBMITT^L NO. SUBJECT: 5iydd,&T ZLxe-_N_ 6� _'tfl PROJECT e- � w7—WE ARE:ARE SUBMITTING BELOW : ( } Enclosing Prints ( ) Approved As Noted ( } For Correction and Resubmittal ( ) Return Corrected Prints ( ) Approved ( ) Other ( � For Your Approval and/ox Correction ( ) For your Files No. of Oopies Drawing No. � .-teNo. & KanuYacturer Subject fir+4z- 44:L/ 6= #####k################ ###########•############## ## #1!•### ## # ######## REMARKS: SINCERELY, J '�«M LL 2CNSTR CT, ON CO ..NY amela V. Small , Owner City of Renton J . SMALL CONSTRUCTION CO. SHEET 1 of 'dater Project W-728 22854 S .E. 215th ESTIMATE NO. 3 Seneca Ave. N .W . to Stevens MAPLE V.+LLEY, WA. 98038 Ave. N .W. Watermain Extension ITEM )ESRIPTION IiUANITY UNIT BIil PRICE TOTAL AMOUNT EARNED 1 8" Class 52 Ductile Iron Main (Tyton Joint) 557 F. $ 44.00 L.F. 3 24 ,508.00 2 Select Backfill 71 .01 Tone 0 • 3 Asphaltic Concrete Surface Restoration 3 Tons 30.00 Tons 90.00 4 4" Class 52 Ductile Iron dater Main (Mechanical Joint) 20.00 L.F. 0 5 Crushed Rock Surfacing 15 Tons 1C .00 Tone 180.00 6 Landscape Restoration L.S. 1,500.00 L.S. 1,500.00 7 Concrete Blocking 5} O.Y. 50.00 C.Y. 275.00 8 8" Gate Valve Assembly and Vault 5 Each 400.00 Each 2,000.00 9 Transfer Existing Service Connections to New Pipeline 4 Each 200.00 800.00 10 Hill Holders 9 Each 13.00 Each 117.00 TGTAL AMOUNT EARNED TO DATE Y 24 ,470.00 Sheet 2 of 3 J. SMALL CLATSTRUCTION CO. 22854 S.E. 215th Maple Valley, wa. 98038 TOTAL AMOUNT FhRNED TO :6 TE 3 29,470.00 PLUS ADDITIONAL WCRi: : Refer to APWA Sec. 4-1.07 Changed Conditions Removal of Solid Rock (See Attached Sheet For Breakdown) 3 14 ,929.58 Changed Order M1 Field Survey & As Built Drawings $ 1,200.00 Sub-Total $ 45 ,599.58 Less Amount Previously Paid 27 ,551.00 Sub-Total $ 18,048.58 Pius 8.1% Sales Tax 1,461.93 AMOUNT ,DUE THIS ESTIMATE 3 19,510.51 J. SMALL CONSTRUCTION CJ. i BY dame-la P. ma ner TO AT . ,. >. .. ,. DATE t.�4J ��Y tu'•;„4j �.,t_ y;i ,. sic.t•..�; •0 PLEA�E REPLY TO I Y • /fit vide. s ,mac. `r I CNe-�x.ri.c SIGNED i DATE SIGNED —' womonmomok •4S 469 SEND PARTS 1 AND 3 WITH CARBON INTACT. - PMY PAK (SO Sets) 4P 469 PART 7 WILL BE RETURNED WITH REPLY 6neet 3 of 3 Labor (Health & Welfare Included) Foreman 14 hours $ 21.95 == $ 307.30 Operator 54 hours ,Y $ 21 -4 5 = i 1,158.30 Pipelayer 54 hours _.� $ 1b..2 4 1,000.08 $ 2 ,465.68 Payroll Taxes Industrial Insurance 122 hours ? .3658 4 44.63 4 Medical Aid 122 hours & .1216 = S 14.84 } Supplemental 122 hours 4 .0209 = $ 2.55 Federal Unemploy. $2 ,465.68 X .007 = 3 17.26 FICA $29465.66 X 6.7% = $ 165.20 State Unemployment $2 ,465.68 X 3% = 3 73.97 318.45 20% Overhead & Profit on Labor $ 2 ,784.13 X 20% = 556.83 D4UIPMENT The equipment rates are from the 1962 "BLUE BCL;k" as approved by Washington State Department of Transportation. Case 580C 53 hours w $ 30.39 = $ 1,610.67 operating Cost 53 hours a $ 5.30 = $ 280.90 Area Adjustment 3% ,X $ 1,610.67 = $ 48. 32 $ 1,939.89 Case 350 4 hours a $ 19.20 = $ 76.80 C/P Cost 4 hours o $ 3.70 = $ 14.80 Area Adj. Inc. 3% X $ 76.80 = 3 2.30 $ 93.90 Case 850 49 hours Q $ 68.50 = $ 3,356.50 L/P Cost 49 hours 4 $ 12.80 = $ 627.20 Area Adj . Inc. 1% X $ 3,356.50 - S 33.57 $ 4 ,017.27 Case 580D 49 hours 0 $ 38.00 = 3 1,862 .00 C/P Cost 49 hours 0 $ 6.05 = 8 296.45 Area Adj . Inc. 396 X $ 1,862.00 = $ 55.86 $ 2 ,214.31 Breaker 500N 49 hours 0 $ 21.00 = $ 1,029.00 G/P Cost 49 hours 4 $ 1.00 = $ 49.00 $ 1 ,078 .00 P/U Four Wheel Drive 53 hours $ 5.27 = $ 279. 31 C/P Cost 53 hours �0 $ 6.95 = $ 368. 35 Area Adj . Decrease 5% X $ 279.31 = $ (13.97) $ 633.69 Delivery & Pick Up on Case 580 Breaker $ 100.00 Sub-Total $ 10,077 .06 15% Gverhead & Profit on Equipment $ 1,511.56 TUPAL AMGUNT DUE $ 14 ,929.58 gyp:-, DATE 11-18-83 TO: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PROGRESS IYMENT CONTRACTOR:— J. Small Construction ESTIMATE M 2 CONTRACT M CAG-058-83 PR06 CT: W-728 Watermain Extension Seneca Ave. NAa, to Stevens Ave. NA, 1 . �ONTRACTUR EARNINGS THIS ESTIMATE $ 14,913.00 2. SALES TAX @ 8.1% 1 ,207.95 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $ 16,120.95 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ 12,006.10 5. EARNINGS DUE CONTRACTOR THIS ESTIMATE $ 14,167,35 6. * 95% x Line 11 SUBTOTAL - CONTRACTOR PAYMENTS $ 26,173.45 7. RETAINAGE ON PREVIOUS EARNINGS $ _ 631 .90 8. * RETF. NAGE ON EARNINGS THIS ESTIMATE 745.65 9• SUBTOTAL - RETAINAGE $ 1 ,377A55 . SALES TAX PREVIOUSLY PAID $ 1 ,023.68 _ 11. St `:S TAX DUE THIS ESTIMATE _ 1 ,207.95 12. SUBTOTAL - SALES TAX $--2.231A63 GRAND T,OiAL $ 29,782.63 FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11) : ACCT. N 401/000/15.501 .37A63. (151 $ 15 315,30 N_Z ACCT. # $ RETAINED AMOUNT (Line 8) : ACCT. N 401/000/15.501 .37.63(15) $ 745.65 Nam_ ACCT. M $ g CHARTER 1 ,_, LAWS Of 1986 TOTAL THIS ESTIMATE $ 16,120.95 CITY OF RENTON CERTIFICATION *RETAINAGE: 5% of amotnt. t ME UNot1lyGNm to 09RED1 CFRr.:Y URDQ IENµr(of PERAAIT. rNi ME AMtC.11µj NAYS L EN NRr1:NtD, " SOV1CU Ato"Rm OA TM LAZO"KROOMM At oft"em Mt1NR1. AND 7W U& CLAIM N A y61, 011E AND UNIAJD OK#GAM* ACAMR rr! 01V Of RH11ON. AND 111A1 I AAA AUMDROtp 1D " AND CLW"1D MD CLAM. RIGNtO. r 4 1L r CITY OF RENTON PUBLIC WORKS DEPARTMENT hanyr SAea[ 1 of 1 _ Order CHANGE ORDER Number 1 Date yi22ia3 --- - OOrdered by tngincer under terms of Section 4-1 of the Contract No. CAG 058-83 Standard Specification% (AIAA) Change proposad by Contractor To: J. Small Construction CO. ___ 22854 S.E. 215th St- Maple 'Valley, WA 98033 _ labraed by: .� ate- ••:�, �•- ; oA Fift NMI — Sign Route ,.� skgAawe pet2 Federal ,lid No. ` Title / Pro)ect Title 9-728 ._ Stevens Ave. N.W. to Seneca Ave. N.W. Comaeat given by Smety, (when AegwAed( W,,-.ermain Intertie Ey: grey-ur- . . . . . . . . . . . . . . . . . . DESCRIPTION OF WORK . . • . • . . ' . ' . . . . . . . ' . . . You an ordered to perform the following described work upon receipt of an approved copy of this change order: Provide survey data and services to stake easement, waterline location, concrete anchors, watermain interties and appurtenances. Provide as-built information. Lump Sum $1 ,200.00 8.11 S. Tax 97.20 1 ,297.20 All work, materials and measurement to be in accordance with the provtsions of the Standard specifications and Speciai Provisions for the type of construction involved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATED NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE s 27,027.32 $ 27,037.32 $ 1 ,297.20 $ 28,334.52 AGENCY USE / AGENCY U_% OPROy RF.CDMWA D APPROVES. r Ir u o e oA � Arvt�ovAt-wEfsMwiucu.-__�' senmeo Olffit.ICT STATE-AiD- M�N pwrwccp A Date: CITY OF RENTON • DEPARTMENT OF ENGINEERING ��� • MUNICIPAL BUILDING. 200 MILL AVE. SOUTH. RENTON. WA. 98055 . 235-263.1 W-725 Seneca Ave. N.W. to Stevens PROJECT Ave. N.W. WATERMAIN EXTENSION PROGRESS PAYMENT ESTIMATE NO. 2 contract No. CAG-058-83 Contractor J. Small Construction clos,ng Date 11-1R-83 Sheet 1 of. Iterr lEst PREVIOUS TOTALI THIS ESTIMATE! TOTAL TO DATE No Description Unit Unit Price Q y Lity Amount Qty. Amount Qty. Amount tF.I . 8" Class 52 Ductile Iron Main (Tyton Joint) L.F. 44.00 425 250I ll ,,}OR 00 307 13,508.00 I 24,50P.00 2. F.I. Select Backfill TONS 01 14u 3. F.I. Asphaltic Concrete Surface Restoration TONS 30.00 10 4. F.I. 4" Class 52 Ductile Iron Watermain L.F. 20.00 30 5. F.I. Crushed Rock Surfacing TONS 12.00 25 6. Landscape Restoration L.S. 1 ,500.00 L.S. 30y 450.00 30`K 450.00 7.1F.I . Concrete Blocking C.Y. 50.00I 1 112 25.00 4-1/2 225.00 5 250.00 8. F. I. 8" Gate Valve ably and Vault IEA. 400.00 5 4 1 ,600.00 C -0- 4 1 ,600.CO y. Transfer Existing Service j Connections to New Pipeline EA. j 200.nO 3 I 10. F.I. Hill Holders EA. I 13.00 20 1 13.00 10 I 130.00 11 143.00 � I i CHANGE ORDER 01 - Field Survey & L.S. ; 1 ,200.0 50% 600.00 50% 600.00 As-built Drawing l I I I *F.I .(Furnish and Install) SUBTOTAL ALL ITEMS AND CHANGE ORDE S 12,638.00 14,913.00 27,551 .O C 8.1% SALES TAX 1 ,023.68 1 .207.95 2,231 .63 TOTAL INCL. SALES TAX 13,661 .68= I 16,120.95 I — 29,782.62 LESS 5% RETAINAGE (OF SUBTOTAL) 631 .90_ 745.65 1 ,377.55 LESS AMOUNT PREVIOUSLY PAID I _0 13,029.73 AMOUNT DUE THIS ESTIMATE _15,375.30 15-375,30 J. SMALL CONSTRUCTION 22854 S.E. 215thUI( I Maple Valley WA 98038 I I A Phone: 432-5453 DATE 11-18-83 TO: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECT"I SUBJECT: PROGRESS PAYMENT CONTRACTOR: J. Small Construction ESTIMATE M 2 CONTRACT 9 CAG-058-83 PROJECT: W-728 Watermain Extension Seneca Ave. N.W. to Stevens Ave. N.W. 1 . CONTRACTOR EARNINGS THIS ESTIMATE $ 14,913,00 2. SALES TAX @ 8.1% 1 ,207.95 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $ 16,120.95 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ 12,006. 10 5. EARNINGS DUE CONTRACTOR THIS ESTIMATE $ 142167.35 6. * (95% x Line 1Z SUBTOTAI - CONTRACTOR PAYMENTS $ 26,173.45 7. RETAINAGE ON PREVIOUS EARNINGS $ 631 .90 8. * RETAINAGE ON EARNINGS THIS ESTIMATE 745.65 9• SUBTOTAL - RETAINAGE $ 1 ,377.55 10. SALES TAX PREVIOUSLY PAID $ 1 ,023.68 11 . SALES TAX DUE THIS ESTIMATE _ 1 ,207.95 12. SUBTOTAL - SALES TAX $ 2,231 .63 GRAND TOTAL $ 29.782.63 FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11) : ACCT. $ 401/000/15.501 .37.63. (15) _ $ 15,375.30 M_Z ACCT. N $ RETAINED AMOUNT (Line 8): ACCT. N 401/000/15.501 .37.63(15) $.__ 745.65 A_� ACCT. N _ - $ CHARTER 118, lAW OF 1886 TOTAL THIS ESTIMATE $ 16,120.95 'S CITY OF RENTON CERTIFICATION *RETAINAGE: 5% of amount. t THE 11NOERw4w DO "tAtoT CEAwy U%w IEN "OF P"AAW,. MAY ME WTLIAU HAV[ LGE.N NAIH�HlD, TM; sew=TNWDERED CA Me 4Z.OD"R,VRAND AR Dw.A4m MDIEN. AND MAY 1HE CLAAM 0 A A41, DW AMD tYMD CRu6ATN1N AGAWIT TM DITV OF AWTDN. AND Tw I AAA 4/1MOR13RD TO IIUT!YID OW"TO DAD CtAMW 1� �i r CITY OF RENTON 1 PUBLIC WORKS DEPARTMENT nanKi skeet of —— -'— Order Date 9,22/83 CHANGE ORDER Number 1 T1 Ordered by ing!ncer under tens of Section 4-1 of the Contract No. CAG 058-83 1 AJ Standard Specifications tAPNA) Change proposed by Contractor To: J. Small Construction Co. _ 22854 S.E. 215th St. _._— T. Maple Valley, WA 98033 Manned kq� _'k w . , Z .. . eeteA F4AM MM a- A e i. G /,�,� .�3 Sign Route _ /fFIg uAt Federal Aid No. _ Title Project Title W-728 _. Stevens Ave. N.W. to Seneca Ave. N.W. Coaktat giver by Sutttq� IwheN AtqutAtdl Watermain Intertie By: . . . . . . . . . . . . . . . . DESCRIPTION OF WORK • • . . . . • • . . . . . ' . ' ' . ' . You an ordered to perform the following described work upon receipt of an approved copy of this change order' Provide survey data and services to stake easement, waterline location, concrete anchors, watermain interties and appurtenances. Provide as-built information. Lump Sum $1 ,200.00 8. 1 S. Tax 97.20 1 ,297.20 All work, materials and maa)m.sent to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of cons ruction involved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATED NET CHANGE ESTIMATED "ONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE a 27,027.32 1 s 27,037.32 s 1 ,297.20 s 28,334.52 AGENCY USE /I A6ENl'Y USE APPROVE{. kElX71NF11 D / i .roRftey: � je � nganeet e e a aA t Q--Appggaa­ft� =AMWED Dili STATE--AM- M /'�/r) gwrtwcoe- Date: C 7A OF RENTON 0 DL PART 'ENT OF ENGINEERING • • M—NICIPAL BUILDING. 200 MILL AVE. SOUT... RENTON. WA. 95O55.235-2031 irk,`'•A�, PROJECT A". PROGRESS PAYMENT ESTIMATE NO.c PROJECT 4.4. WATERNAIN EXTENSION 2 _ Zoniract No CAGgm058-83 Contractor J. Sall Construction Cloa,np Date i1-18-83 Skeet L of 1 it Ext PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE De•er.pt-cn Un.1 Umt Pace QtV OtY Amount Qty. A,-,our, Qt Amount No y 1. .I. 8" Class 52 Dua ile Iron 141n (Tyton Joint) L.F, 44.00 425 250 11,000.00 307 13,508.00 557 I 2A,SOd.00 2.I F.I. Select Backfill TONS .01 LA0 3. F.I. Asphaltic Concrete Surface Restoration TONS 30.00 10 a. F.I. 41 Class 52 puctile Iron Natermtin L.F. 20.DOt 30 i S.I F.I. Crushed Rock Surfacing TONS 12.00 25 6. Landscape Restoration L.S. 1,500.00 L.S. 30% e50.00 30t aSO.UO M 7. F.I. Concrete Blocking C.Y. 50.00 15 112 25.00 4-1/2 225.00 5 250.DO 8. F.I. 8" Gate Valve AsseN4ly and Vault EA. I 400.00 5 a 1,600.00 0 -0- A 1,6DO.00 9. Transfer Existing Service I Connections to New Pipeline EA. I 200.(10 3 Hill Holders IEA. 13.00i 20 1 13.00 10 130.00 11 143.00 I � � I I CHANGE ORDER it - Field Survey 6 L.S. 1.200. 50% no.00 502 600.00 As-built Drawing I I •F.1.(Furoish and Install) SUBTOTAL ALL ITEMS AND CHANGE ORDEp5 12,638.00 14.913.00 7 5 8.11 SALES TAX II 1.023.68 .._1.20)-95 2.231.63 H TOTAL INCL. SALES TAX 13,661.68 I 16 122 ,95 29 7EAL LESS 5Y RETAINAGE (OF SUBTOTAL) I 6I1,90 _ 71S_65 i 1.377.55 1E55 ANOUNi PREVIOUSLY DAf0 —;._0 13 ,029.78 AMuNT DUE THIS ESTIlWTE 155 375.30 15,375-10 I I I I SwA. CONSTRUCliON IJO Kh A S.E. 215t I ) s432-5453 Llley We 98038 J. SMALL CLU ST. CO. 22854 S.E. 215 th MAPLE VALLEY, Wes. 98038 TOTAL AMOUNT FriRNED TO DnTE S 27,805.80 LESS PREVIOUS AMOUNT BILLED 12 ,638.00 SUB-TOTAL S 15,167.80 Sales Tax at 8.1% 1,228.59 SUB-TOTAL 3 16 ,393.39 PLUS ADDITIONAL WOU.(ses attached sheet) 152 .46 AMOUNT DUB CCNTRACTOR THIS ESTIMATE = 16 ,545.35 sM*Aaza 0 PRGJECT NAME: CUafL�Flf� eef7sY J. SMALL CGNSTRUCTII,,N 22854 S.E. 215th JATE: //-✓I--P3 Cu c MAPLE V.i LLEY , 4". 98038 TO: A04, /7uuuCi�2a� ,8ttt�� .�cc rn..,U C24,� APPROX. AMOUNT ITE lJp7IT TRICE AiYOUNT ITEM NO . UEJCRIPTICdi ''11 AZ IY 5" L.F. �. 5V9 Co, < — S -e' Asphal�LcC--, ec"7czc/e, _ Jr %c N S Cr s13C W 53e�c/t� Lam' L , F v2S 7-cti15 tA4. L4 CKS i-Ct S /,Z,Co pIQ 80 3, • s is c -'4AtS '" e, s »g SP J. SMALL CGNSTRUCTIUN PRC.J5CT NAME: 22854 S.E. 215th DATE: MAPLE V.iLLEY . 'CIA. 98038 TO: APPROX. AMOUNT UNIT PRICE AMOUNT ITEM N0 . AECRIPTIC31 ' / Pt�.itcs S i N 1-5L-4b - �6 CiL 3 TA. 3 + 7 �s� .5/,ac r/cam Rem e qfa 9� co/ zlo icre a c� 5S3 Tyr 5� !c a. — ,i�Z' CITY OF RENTON • DEPARTMENT OF ENGINEERING • • MUNICIPAL BUILDING, 200 MILL AVE . SOUTH, RENTON, WA. 98055* 235-2631 ��. v `L� W-728 Seneca Ave. N.W. to Stevens PROJECT Ave. Y.W. WATERMAIN EX1tNSION PROGRESS PAYMENT ESTIMATE NO. _— Contract No. CAG-058-83 Contractor J. Small Construction Closing Date _ — Sheet 1 Of Ite Est PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE No Description Unit Unit Pace Qty Qty Amount Qty. Amount Qty. Amount i 1 . .I . 8" Class 52 Ductile Iron Main (Tyton Joint) L.F. 44.00 425 2. F. I. Select Backfill TONS .01 140 3. F.I. Asphaltic Concrete Surface Restoration TONS 30.00 10 I 4. F. i . 4" Class 52 Ductile Iron Watermain L.F. 20.00 30 5. F.I. Crushed Rock Surfacing TONS 12.00 25 6.ILandscape Restoration L.S. 1 ,500.00 L.S. 7.1F. I . Concrete Blocking C.Y. 50.00 15 8 F. I . 8" Gate Valve Assembly and Vault EA. 400.00 5 9. Transfer Existing Service I Connections to New Pipeline EA. i 200.00 3 10. F.I . Hill Holders EA. 13.00 20 Change Order #1 Survey and As Built Drawings of the Watermain. L.S 1,200.00 L.S. Ii II, *F.I .(Furnish and Install) UBTOTAL ALL ITEMS ADD CH,.AGE ORDE S 8.l% SALES TAX TOTAL INCL. SALES TAX LESS 5% RETAINAGE (OI= SUBTOTAL) LESS AMOUNT PREVIOUSLY PAID — AMOUNT DUE THIS ESTIMATE J. SMALL CO "TRUCTION 22854 S.E. 5th Maple Valley WA 98038 Phone: 432 .5453 CITY OF RENTON DEPARTMENT OF ENGINEERING • • MUNICIPAL BUILDING, 200 MILL AVE. SOUTH, RENTON. WA. 98055* 235-2631 W-725 Seneca Ave. N.W. to Stevens PROJECT Ave, N.W. WATERMAIN EXTENSION PROGRESS PAYMENT ESTIMATE N0._1_ :6ntract No. CAG-058-83 Contractor _ J. Small Construction Closing Date 10-12-83 Sheet L of 1 to r A ESCriptioi. Jnit Unit Price E :t PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE � D I Qty. "Zty. Amount r250 Amount Qty. Amount �j�F,I . 8" Class 52 Ductile Iron Main i (Tyton Joint) L.F. 44.00 425 11 ,000.00 250 11 ,000.00 2. F.i . Selact Backfi11 TONS .01 .40 3.1 . ^,sphaltic Concrete Surface Oration TONS 30.001 10 4. F.T . 4" Class 52 Ductile Iron Watermain L.F. 211.00 3U 5. F.I. Crushed Rock Surfacing (TONS 12.00 25 6.lLandscape Restoration L.S. 1 ,500.00 L.S, 7. F.I . Concrete Blocking I . /2 25.00 8. F.I. 8" Gate Valve Ass-mbly and Vault I I EA. 400.00 5 4 1 ,600.00 4 1 ,600.03 Transfer Existing Service Connections to New Pipeline EA. i 200.00 3 10. F.I . !sill Holders IEA. I 13.00 20 1 13.00 1 13.00 1 i � t I lie i I � { •F.I.(Furnish and Install) SUBTOTAL ALL ITE.S AND CHANGE ORDE S 12,63F_OG 12,638.O0 • 8.1% SALES AX 1 ,023.68 1 ,023.68 TOTAL INCL. SALES TAX I 13_66', .58 13,661 .68 LESS 5% RETAINAGE (OF SUBTOTAL) 631, .90 b31 9 LESS AMOUNT PREVIOUSLY PAID -n- AMOUN- "JE THIS ESTIMATE J. SMALL CONSTRUCTION I I 22854 S.E. 215th Maple Valley WA ,9038 Phone: 432-5453 { i W 725 8" Watermain Replacement Seneca & S vens RENTO S ■ O ` - E WAY MIDWAY REMITTANCE { T ,(`��A■}'� Q`�' p MIDWAY ADVICE y , L 6 c �.v..A .C� 1 N l ��>• STATEMENT ; P.O.BoxA09 flENTON,WASH 98057 (2061 2267000 ACCOUNT CODE, ACCOUNT CODE J SMALL CJ'4Si i 11 + 1 l0 li 83 22654 5 E 115T" PATE DATf 4ADLt_ VALLEY 4A')i(,3 TRANSACTION COOE Y '•V � 0 OPENAG BAIFNCE I INVOKE C CREDIT MEMO r P PAYMENT S SERVICE CHARGE T - TAX ADRISTOMT . YARDS OAr Oi 04TE " - '^ E. CONCRFTf NO. Taw M\DICE DELIVERY INFORMATION AMOUNTR I 1 IC: 04 4291 ';E*,ECA o STLVi 1 21 00 101 ^4 C 4214 26+, STEVFN; N,v I ,ay GT L 41 . ^: 21 Cu 101 28 T ( 55?9 2b6 SE"lyE Nw 1 r.2L 4 ACCULKTS PAST OF DAYS ilk un C� i c UBJECT T9 A IA S1 .40 1NJ "J- MO THLV'� L4ARuF • ' Rk I 1 \ I I � �� 1 A L ��•� � �y 1.p" IVY ACCOUNT --_ STATUS IN 'f lr4 -^14'_�_l,b_ 404i 16g« r TOTAI YARDS DOLLARS '10 AND OVER 60 PAST DUE 30 PAST WE CURRENT PAY THIS AMOUNT PAY THIS AMOUNT a,. AS` T�D N E WAY RENTON 6313100 xnxcyl':vtf:s INC P.O. BOX 5U9 . HENI ON,WASH.98057 , 2�b 1000 OD ACCOUNT CE INVOICE J SMALL CONST 823301 0 SOLO TO 22854 S E 215TH t' MAPLE VALLEY WA 98039 B A '.�. NvrnCENO DATE H �.. OEs.IVERLD TO 266 SENFCA NW 2 _79 !0 29 93 T T TA.npLE� CREDIT ^-UANTfTV PRODUCT DESCRIPTION PRICE >r E%TFNSiDN a' h 21 YVS ST 5 SACK 7/8 C']NCRETE 4I; 80 I 83 60 IAA 5; Y05 XTRA HAUL-TYD MIN 94 00 45i 00 i I ' i _ t I STONEWAY CONCHETF INC, 129 160 SALES IA% 2 Please Remit To P.O BO%509 HENTON,WASHINGtON98057 TAXABLE TOTAL DOE l-S'4`�2 Rrgpl Apykm%aV 0{lTM REAGN OE GNLORerN 265 Sf.tlBCA Nh� TAX OFF 130T'N _ _ TOTAL _ '-,. TRULN ND PLANT AD:UAt TOTAL iMa DUa WATaR AOD[O GUfTDAItll7 aK.NAl URE 98 $ 2.30 _ x _'`�` I�-4r'rL�i.E�a C.O.O. 1 ). Small Construction Co. Is-MA-is-2iNE 22654 S.E. 2151h Maple Valley, WA 98038 .`206-432.5053� �r Iy�T TO: / ATTN . ` ��.L. SUBXITTnL Nu. c:ccp ct�CJ SUBJECT: _� O PROJECT 724 -72 4"D -7..45� WE ARE SU3MITTING BELOW - Enclosing Prints ( ) Approved ..s Noted ( ) For Correction and Resubmittal ( ) approved ( ) Return_____Corrected Prints ( ) Other (Yf For Your approval and/or Correction ( ) For your Files No. of Copies Drawing �No. & Manufacturer Subject CLLl'A.'cZ4dTC t.(.-�-i-n..LA-d4C.ti REKARKS: SINCERELY, J LL CONS RUC ION CU4P..NY Pamela V. Small , Cwner �r`L 'L��}� J. SMALL �,,NSTRUCTI0 PRGJECT NAME: .//"�v' �&74 C 22854 S.E. 215th J. T!,- emu' '7.Z5 MAPLE Y.,LLEY , 9A. 98038 TO: /epiz. nPPROX. HMOUNT UNIT PRIG I AMOUNT ITEM NO. DESCRIPTIGV ^ �.Eil. _ cY. , // 4l)D . y� at.�.sa.I4 ct nd. ut�2t.e..�Ci -- IL �26 — _ czrw.c.n,a.ly,a.�oc, Ztza<.Ft . 0 a 3. 7 STATE Ci NT •�2ltip.CL C,�LE�cy 1.�� 9Y03�' IJt GCJtah..,t,,� �i //oZ�co DETACH AND MAIL ` -H YOUR CHECK. YOUR CANCELIED CHECK IS YOUR RECEIFt. �1Zct.,(,t� �O,ta.tc�n..c.,,t�• c'L->•t.e-E.c-4�c1 �- PAID RY CHECK NO, 4C0.UII4TV 1•m Fw Nc 63 032 111,,. - 6343] OROIIlaM h` T - r "..._... S ■ O N ` WAY RENTON 6313100 Lw�• C.LI 1 1 N l P.O.BOX 509 • HEN PON.WASH.98057 . 226.IWO ACCOUNT CODE INVOICE --- y, .' 41 i SOLO TO .. . -+ � 1 . 1 wl' T INVOICE NO DATE C y . H .T DELIVERED TO I t - 1 _— TAXABLE CREDIT , —_QUANTITY PRODUCT UESCRII'TION U PP41 * EXTENSION CR 1 1 I 1 I � 1 I 1 1 i 1 1 1 � 1 1 1 1 1 1 1 1 j I � ' 1 i 1 1 1 1 1 I e i STONEWAY CONCRETE INC. �. 7 i ` SALI:S TAX Please Remit To P.O.Box 509 RENTON,WASHINGTON 98057FTAXABLE TOTAL OUE .r� brY 1 . a X S �---- S `T' O N E W AV ON 6111W NC + P.G. BOX S RENTON,WASH.98057 • 226 1000 ACCOUNT CODE +' INVOICESOLD TO u A 4 INVOICt NO JAYt i C q DELIVERED TO _ CREDIT .]VAYTITV PRODUCT DESCRIPTION U ny c * Ear.N$IDN CA t 1 1 t � I I t i � t I I ' 4 4,Tey11 ' $iONEWAV CONCRETE INC ' SALF$ TAs Ple[se Ramit To » ' P.O. BOX 509 ----� RENTON,WASHINGTON 950b7 TAXABLE TOTAL DUE e:fa,W:1 MMI�tx,vlyrh W'u'd•M,1 xMl..n\(U.bu wr„..\v,y,�iyi,w.0 w.,. .. cePwn m.A/Nt[M KEEP OUT F A imm OF C MN rehpp1rNErT wnF ve[Nr M 9•�V a+W TOTAL — wr[Qcr atM!v+X[Et OUT OF 11[ACN W G[1011[N - — c,6 St EV F N3 1411 TAX TOTAL 'T—hGCU•r TGTAL TtM[nU[ W�A�[11 Ap�[D -�- CYSTOM[114[gIMT WI[_...__ ..,.,,w� •_. DATE 10-19-83 TO: MiANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PF,OGRESS PAYMENT CONTRACTOR: J. Small Construction ESTIMATE N 1 (ONTRACT it CAG-058-83 PROJECT: W-72j - Watermain Extension Seneca Ave NW to Stevens Ave NW 1 . CONTRACTOR EARNINGS THIS ESTIMATE E 12,638.00 2. SALES TAX @ 8.1% 1 ,023.68 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $ 13,661 .68 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ -0- 5. EARNINGS DUE CONTRACTOR THIS ESTIMATE E_,_ 12.s006.10 6. * 95% x Line 1 SUBTOTAL - CONTRACTOR PAYMENTS E_ 12.006.10 7. RETAINAGE ON PREVIOUS EARNINGS $ -0- 8. * RETAINAGE ON EARNINGS THIS ESTIMATE _ 631 .90 9. SUBTOTA: - RETAINAGE $ 631 .90 _ 10. SALES TAX PREVIOUSLY PAID $ _-0- 11. SALES TAX DUE THIS ESTIMATE 1 ,023.68 12. SUBTOTAL - SALES TAX `y^ s 1 ,023.68 GRAND TOTAL S 13.661 ,68 FINANCE DEPARTMENT ACTION PAYMENT TO CONTRACTOR (Lines 5 and 11): ACCT. N 401/0PW15.501 37,63,(15) S_ 13,029.78 N_ 1 ACCT. M = �_ RETAINED AMOUNT (Line 8): ACCT. I 401/000/15.501.37.63.(15) $ 631 .90 N,]_ ACCT. 4 s_ CHARTER 116, LkVS OF 1965 TOTAL THIS ESTIMATE $ 13,661 .68 CITY OF RENTON CERTIFICATION *RETAINAGE: 5% of amount. ( " UNOCASC'O'0 OD NF:➢T C(Nrir U%VCS 1E0041Y O/ KAAMI. 11A,t ME L4tCUA(S KWL CE N TURN:NtO, TA URMU SIND(AEO OA TN( U;On KAioIM(O AI OESCAgM KEAEW. AND THAT li,E CVJ+.I is A JUST, pUC AND UNAAD OSUGAMN L-.AWST 11,E COIN Of A(N104. AND rMl t AL% Aun+Orwiv to AYtNINT4CATE M/O�CEIME`y TC 640 MAW, PLO wD K CITY OF RENTON • DEPARTMENT OF ENGINEERING • • MUNICIPAL BUILDING, 200 MILL AVE. SOUTH, RENTON, WA. 98055.235-2631 W-725 Seneca Ave. N.W. to Stevens PROJECT_Ave. N.W. WATERMAIN EXTENSION PROGRESS PAYMENT ESTIMATE NO._I :onlrec: No. CAG-058-83 Contractor J. Snap Construction Cloamp Date 10-12-83 Sh**tLof..a— ItWr Eat PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE No. Oeec ry pt�on Umf Una Pace Q1Y Qty. Amount Qly. Amount Qty Amount I 1. ,1. 8" Class 52 Ductile iron Main (Tyton Joint) L.F. 44.00 425 250 11,000,00 250 11,000,00 2.IF,1. Select Backfill I1UNS .01 140 3. F.I. Asphaltic Concrete Surface Restoration TONS 30.00 10 4. F.I. 4" Class 52 Ductile Iron Waternain L.F. 20.00 30 Crushed Rock Surfacing TONS 12.00 25 6.'Landscape, Restoration L.S. 7,500.00 L.S. 7.IiyI F.I. Concrete Blocking C.V. 50.00 15 112 25.00 112 25.00 B.IV.1. 8" Sate Va1ve Assembly and Vault EA. 400.03 5 4 1,600.00 4 1,600.00 9. Transfer Existing Service I i Comtections to flew Pipeline EA. 200.00 3 10. F.I. Hill Holders II EA. 13.00 23 1 13.00 1 13.00 I II f i I ' I I I I I F.i.(Furnish and Install) SUBTOTAL ALL ITEMS AND CHANGE ORS ; S 12,638,00 12,638.00� 8.1% SALES TAX 1,023.68 1.023.y TOTAL iNCL. SALES TAX 13y661,68 13.661,611 LESS 5% RETAINAGE (OF SUBTOTAL) 631,90 LESS AMOUNT PREVIOUSLY PAID _.0.-_�_ AMOUNT DUE THIS ESTIMATE —JM22.7 J. SMALL CONSTRUCTION 22854 S.E. 215th WOK.Maple Valley WA 98038 1 I Phone: 432-5453 J DATE 10-19-83 TO: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PROGRESS PAYMENT CONTRACTOR: J. Small Construction ESTIMATE / 1 _ CONTRACT d CAG-058-83 PROJECT: W-72$ - Watermain Extension Seneca Ave NW to Stevens Ave NW 1. CONTRACTOR EARNINGS THIS ESTIMATE E 12,638.00 2. SALES TAX @ 8.1% 1 ,023.68 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE E 13,661 .68 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ -0- 5. EARNINGS DUE CONTRACTOR THIS ESTIMATE $_ _12,006.10 6. * S95% x Line 11 SUBTOTAL - CONTRACTOR PAYMENTS E, 12.006.10 �_ 7. RETAINAGE ON PREVIOUS EARNINGS E -O- 8. * RETAINAGE ON EARNINGS THIS ESTIMATE _ 631 .30 9• SUBTOTAL - RETAINAGr $ 631 .90 10. SALES TAX PREVIOUSLY PAID S -0- 11. SALES TAX DUE THIS ESTIMATE 1 ,023.68 12. SUBTOTAL - SALES TAX $ 1 ,023.68 GRANT TOTAL S 13 66 .68 FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11): ACCT. # 401/00Q115.501,�63_(15) S 73,029._78 / 1 ACCT. N _ S RETAINED AMOUNT (Line 8): ~` ACCT. N 401/000/15.501 .,,7.63.(15) S 631 .90 ACCT. N $ CHARTER 116. LAWS OF 1966 TOTAL THIS ESTIMATE $ 13.661 .6Q 1 CITY OF RENTON CERTIFICATION *RETAINAGE: 5% of amount. 1. TW YNOCAMN-0 00 MEA:DT clAT.iV UNDER rENAEIY OF KRAAT, MAT ME N4TCl„lJ K%VE EE:N rVrN:Nfo. Till StAMtS AENOENTD ON TMI IACON K00R TED At DIStWOED WAl N. AND TNAT lift CV4%% rt A AMI. WI AND VNPAJO O%U1:ATQh .CAiN51 lilt c,TY 0r NEMTON. AND TMT 1 "A AVrrgnVEO r0 AVThEN CA12 AND,CLWO TO yt7 C%AM. -- wo x CITY OF RENTON • DEPARTMENT OF ENGINEERING MUNICIPAL BUILDING, 200 MILL AVE. SOUTH, RENTON. WA. 96053.235.2631 ♦ w1i/ nib•\ ��' Y-725 Seneca Ave. N.N. to Stevens PRO lECT Ave. N.Y. YATERMLIN EXTENSION PROGRESS PAYMENT ESTIMATE NO. I _ contract No. CAG_058-83 Contractor J. Small Construction Closing Date_ 10.11-83 Sheet L off Item Est PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE No Description _ Unit Unrt Price Oty Oty, Amount Oty. Amount Qty. Amount 1. 0F.I. S' Class 52 Ductile Iron Main (Tyton Joint) L.F. 1 44.00 425 250 11.000.00 250 11,000.00 2. F.I. Select Backfill TONS I .01 140 3. F.I. Asphaltic Concrete Surface Restoration TONS 30.00 10 4. F.I. 4' Ctass 52 Ductile Iron Yatermain L.F. 20.00 30 S. F.I. Crushed Rock Surfacirg TONS 12.00 25 6. Landscape Restoration L.S. 1,500.DDI L.S. 7. F.I. Concrete Blocking C.Y. 50.00 15 1/2 25.00 )/2 25.00 8. F.I. 8" Gate Valve Assembly and Vault EA. 400.00 5 4 1,600.00 4 11600,00 9, Transfer Existing Service i Connections to New Pipeline IIEA. 200.00 3 10. F.I. H,ll Haider: IEA. I 13.00 20 1 13.00 1 13.00 t i •F.I,(Furnish and Install) SUBTOTAL ALL ITEMS AND CHANGE ORDE 5 I 12 638.00 12,638.00� 8.1% SALES TAX 1_023.68 .__1.023.68 TOTAL INCL. SALES TAX 1 13,661_68, LESS 5% RFTAINAGE (OF SUBTOTAL) 0531.90_ LESS AMOUNT PREVIOUSO PAID --0. AMOUNT DUE THIS ESTIMATE 13.02f.7 J. SMALL CONSTRUCTION 22854 S.E. Mill WQK Maple Valley WA 98038 I i Phone: 432-5453 DATE 10-19-83 TO: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PROGRESS PAYMENT CONTRACTOR: J. Small Construction ESTIMATE N 1 _ CONTRACT M CAG-058-83 PROJECT: W-725 - Watermain Extension Seneca Ave NW to Stevens Ave NW 1 . CONTRACTOR EARNINGS THIS ESTIMATE E_ 12.638.00 2. SALES TAX @ 8.1% _ 1 023.68 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE 13,661 .68 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ -0- 5. EARNINGS DUE CONTRACTOR THIS ESTIMATE $__ 12,006.10 6. * -LQ5% x Line 1 SUBTOTAL - CONTRACTOR PAYMENSS $ 12.0¢-J0 7. RETAINAGE ON PREVIOUS EARNINGS $ -0- 8. * RETAINAGE 01 EARNINGS THIS ESTIMATE 631 .90 9. SUBTOTAL - RETAINAGE $ 631 .90 10. SALES TAX PREVIOUSLY PAID $ -0- 11. SALES TAX DUE THIS ESTIMATE 1 ,023.68 12. SUBTOTAL - SALES TAX $ 1 ,023.68 GRAND TOTAL S 13,661 .68 FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11) : ACCT. N 401/000/ 5.501,37.63.(15) $ 13,029.78 N 1 ACCT. / $ RETAINED AMOUNT (Line 8) : ACCT. N 401/000/15.501 .37.63.(15) E 631 .90 N� ACCT. / _ $ CHARTER I18. LAWS OF 198E TOTAL THIS ESTIMATE $ I3,561.68 CITY OF RENTON CERTIFICATION *RETAINAGE: 5% of amount. L MS UNDEAWNID DO NIA:S9 CCAT.iv UND[A KNAITY o/ ptq"v. MAT 1N5 "vvc tx NAYS CF.N TUVN:',m wm 61""S A"DtkD OR MS 1AtOn KAI)AMTD AS OSSC980 N(ATW AND I.,AT lt4 (% %, IS A .AMI. DV[ ANV UNPAID OSUCATIDN A:AJNSt MS C,l 00 AiN10N, AND 11Ut 1 AAA AUTHOWto to AuINENiIUT[MD CSRiI t0 yD C1.ASA oago. 7CtuCrt4.�- �. wD K °�• CITY OF RENTON • DEPARTMENT OF ENGINEERING • • MUNICIPAL BUILDING, 200 MILL AVE. SOUTH. RENTON. WA. 98055.235-2631 M-725 Seneca Ave. N.N. to Stevens PROJECT Ave- N.W. NATERMAIN EXTENSION PROGRESS PAYMENT ESTIMATE NO._]_ -ontract No. CAG-058-83 Contractor J. Small Construction ClosingDate 10 2- 3 1 -�_Shaot_o} _ Iliarr i Eat PREVIOUS TOTAL THIS ES -11' 'ATE TOTAL TO DAIt �, Description Unit Unit P„ce Q1Y Qty. Amount Qty. Amount Qty, Amount 1. .I. 8" Class 52 Ductile Iron Main (Tyton Joint) L.F. 44.00 425 250 11,000.00 250 17,000.00 2. F.I. Select Backfill TONS .01 140 3. F.I. Asphaltic Concrete Surface Restoration TONS 30.00 10 4. F.I. 4" Class 52 Ductile Iron Naterma in L.F. 20.00 30 5. F.I. Crushed Roc: Surfacing TONS 12.00 25 6. Landscape Restoration L.S. 1,500.00 L.S. 7. F.I. Concrete Blocking C.Y. SD.00 15 112 25.00 112 25.00 8. F.I. 8" Gate Valve Assembly end Vault IEA. 400.00 5 4 1,600.00 4 1,600.00 9. Transfer Existing Service II Connections to New Pipeline EA. 200.00 3 10. F.I. Hill Holders IEA. 13.00 20 1 13.00 1 13.00 1 � I r i i I iI t I •F.I.(Furnish and Install) SUBTOTAL ALL ITEMS AND CHANGE ORDE S 12 638.00 12,638.00� 8.1t SALES TAM 1,023.68 _ 1,023.68 TOTAL INCL. SALES TAM 13 661.68 :_--- LESS 5% RETAINAGE (OF SUBTOTAL) 631.90 LESS AMOUNT PREVIOUSLY PAID -0- AMOUNT DUE THIS ESTIMATE 1 J. SMALL CONSTRUCTION 22854 S.E. 215th : Wp� Maple Valley NA 98038 Phone: 432-5453 VATEII AND SEVER PROJECTS PRESENTLY UNDER CONSTRUCTION IN THE CITY OF RENTON WATER PROJECT 8 725 SEWER PROJECT f DATES^ WATER PROJECT TITLE Stevens Ave. N.W. to Seneca Ave. N.W. PROJECT LOCATION West Hills DEVELOPER City of Renton ADDRESS 200 Mill Ave. S. PHONE 235-2631 EMERGENCY PHONE 775-337Q - Rnn nlcan �- CONTRACTOR J. Small Construction Co./Pamela Small ADDRESS 22354 S.E. 215th St. - Maole Valley. WA ()9039 PHONE 432-5453 EMERGENCY PHONE 432-5453 FOREMAN Monty Perrotti PHONE 432-5453 (Office) EMERGENCY PHONE 226-6755 City of Renton Inspector Bill KullGera Other Inspector WATER AND 9EWER PROJECT PRESENTLY UNDER CONSTRUCTION IN THE CITY OF RENTON WATER PROJECT N 725 SEWER PROJECT N DATE q/22.ja3 WATER PROJECT TITLE Stevens Ave. N.W. to Seneca Ave. N.W. PROJECT LOCATION West Hills DEVELOPER City of Renton ADDRESS 200 Mill Ave. S. PHONE 235-2631 EMERGENCY PHONE 775-1179 - Rnn Mean CONTRACTOR J. Small Construction Co./Pamuela Small ADDRESS 22854 S.E. 215th St. - Maole Valle-. WA 99032 PHONE 432-5453 EMERGENCY PHONE 432-5453 FOREMAN Monty Perrotti PHONE 432-5453 (Office) _ EMERGENCY PHONE 226-6755 City of Fenton Inspector Bill Kullbera Other Inspector L 1'1'Y L)k REN'1'UN Sheet i _.-of 1 PUBLIC WORKS DEPARTMENT Date 9/22/a3-- CHANGE ORDER OrJa•r -- Nuabcr 1 QOrdered by Inguieer under tcr>.s v( Section e-1 of the Contract No. CAG 058-83 Standard Specifications (APNA) _ Change proposed by Contractor TO, J. Small Construction CO. _ 22854 S E 21Ffh Sf __, _ / Maple Valley, WA 98033 Endorsed byq .}_ --- _ Ile < c e '. ,t. c 1�7!_ d•? , 1 q Sign Aoute TitleWe Federal Aid No. _ Title _ ( �_a•.. project Title W-728 _ Stevens Ave. N.W. to Seneca Ave. N.W. Ce„atnt gave„ 6y SWtty+ IMAe„ AtgttaAedl Watermain Intertie Ay: - AAcy-M- -i�—_-- — -- -- . . . • . . • . . . . . . DESCRIPTION OF MORE • • . . . . . . . . . . . . . . . . . . You are ordered to perform the following described work upon receipt of an approved copy of this change order. Provide survey data and services to stake easement, waterline location, concrete anchors, watermain interties and appurtenances. Provide as-built information. Ll,inp Sum $1 ,200.00 8. 1% S. Tax 97.20 1,297.20 All work, wterials and asasureoent to be in accordance with the provisions of the Standard Specifications and Special ►rovislons for the type of cont ruction involved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATED NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TIYr AL APTER CHANGE S 27,027.32 6 27,037.32 S 1 .297.20 s 28,334.59 AGENCY USE AGENCY USE APPAOY111 �/' CI11NEli D APPROny: r / Ir\,a�J//�•r� � WoA a 11440cto,t , ydG� —_Q-.APPEQYED BILa STATE-AtD'• /ys Date: PURCHASE ORDER ORDER NO 3354 TO � �LIV SHIP TO ADDRESS _`17;Jde221�1L1�.�L. ADDRESS CITY CIT\ REO NO FOR O�TiE pcOUigeO TEp M3 HOW SNIP GATE 737--- 4 6 � 7 Q stt'�{ E 4 711A B 10 11 12 13 14 16 !L�!% �Z.L lL�ELr4e. - . . 17 18 19 2 21 2 IMPORTANT PLEAS ML COPIES OF YOURINVOICE WITHORIGIN41-91LLOF LADING OUR ORDER NUMBER MUST APPEAR ON ALL IN- VOICES, PACKAGES,FTC . / PLEASE NOTIFY IMMEDIATELY IF YOU ARE UN- •C l//4 ABLE TO SHIP COMPLETE ORDER BY DATE SPECIFIED / J`,!/ 7C..�_C�J� PURCHAS)NG AGENT 1N 147 ORIGINAL PRECONSTRUCTION SO.NFERENIE WPtGrU"All%k nc- PROJECT: SCc- wS "=. NO To SetJCZA At; 14ATE: SCfc 22, '963 ADDRESS/LOCATION: uXxt that, PROJECT N �`�" PERMIT N _ WORK ORDER N � �99 THOSE IN ATTENDANCE NAME COMPANY PHONE 12iL��SLSlL � + ' [ �- 2olfL MEMORANLJDA TO Michael Mulcahy, Finance Director DATE 9/15/83 FROM Ron Olsen, Utility Engineerinq SUBJECT Warrant to State Department of Labor L I d rie Please prepare a warrant payable as listed below: Payee: Slate Department of labor c Industries Employment Standards Division General Administration Building Olympia, Washington 98504 These funds shall he charged to the following project: Project: W-M Stevens to Seneca Ave. N.W. - Watermain CAI No. : 058-83 Prime Contractor: J. Smtll Const. Co. Account No. 401/000/15 501.37.63(15) $ 12.50 CAG Documents Covered: Firm Name: Intent to Pay Prevailing Wage cm,it rnnct _ rn - __ 1 22854 S.E. 215th , Maple Valley WA 98038 j-7 Affidavit of Wages Paid I w-7tS" pF R"�' � � OFFICE OF THE CITY ATTORNEY • RENTON,WASHTNGTON O U FOST OFEICF•pa i]6 100 5 2nG STREET • RENTON wASNINGTON 9.OS1 235 •iT• Q LAWRENCE I WARREN, un rrt0nner DANIEL KELLOGG. ASSISTANT CITY ATTORNEY DAVID M. DEAN, ASSISTANT CITY ATTORNEY �P MARK E. BARBER, ASSISTANT CITY ATTORNEY 4q947'PO SEPSE�O ZANETTA L.FONTES, ASSISTANT CITY ATTORNEY September 12 , 1983 MARTHA A FRENCH, ASSISTANT CITY ATTORNEY TO: Richard Houghton , Public Works Director FROM: Lawrence J. Warren, City Attorney RE : Water Project 725 (Senica to Stevens) Dear Dick : The above-captioned documents are ap oved as to legal form. wrence rren LJW:rd Encl . cc : Mayor wns MAIL TO: +QEC;EIVr-r, Statement of INDUSTRIAL STATISTICIAN INTENT TO PAY Department of Labor & Industries SEP 19 1983 PREVAILING WAGES Employment Standards Division {Public Works Contract) General Administrhtion Building Olympia, WA 98504 (209) 753-4019 RECOWD 1 a1.ntYMala o,• SEP 2 9 1983 Contract Number_ Contract Awarding Public Agency Date Bid Was Due July 22 , 1983 City of Renton „County m ich Work Performed King Address 200 Mill Ave.S. Location Within County Stevens .Ave NW /Seneca Ave Renton. wash. 98055 Prime Contractor J. Small Construction Co. Phone 235-2631 _ Contractor's Registration Certificate No.- JSMLLC217LE Do You Intend To Use Subcontractors? Yea ❑ No 91 In compliance with RCW 39,12.040 I, the undersigned, being a duly authorized representative of J. Small Construction Co. 22854 S.E. 215th. Alaple Valley, WL.. 98Q('�3 (Contractor or Sabeaou.ttor) (Adds.) 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 must be paid prevailing journeyman wages. CRAFT ESTIMATED NUMBER PATH OF RATE OF HOURLY OF WORKERS HOURLY PAY FRINGE BENEFITS Operator (680 Case type & Smaller ' 1 16.425 4.01 Pipelayer 1 14.49 2.88 Laborer 1 14.01 2.88 This is a Utility Contract NOTE: Attach Additional Sheets as Needed. Jcoro ByIs_ It Subscribed and sworn to before me mu.l For L & I Use Only this .``1.— day or �-//� ��, — APPRO ED 19 D,epai eat of Labor & Industries R, In t al Stati Ian Nota_ btir in and for the State of Washington. B Dats4Ll_--jIL.J70. residing in Washington. BEFORE FINAL SETTLEMENT can be made on any 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 or 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 prefiled 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 98.504 CONTRACTORS, DISTRIBUTE APPROVED STATEMENTS AS FOLLOWS, (PINE COPY) ORIGINAL CONTRACT—AWARDING AGENCY (GREEN COPYI DUPLICAT"NDUSTRIAL STATISTICIAN (Retained by Ueplrunen0 (BLUE COPY) TRIPLICATE—PRIME CONTRACTOR (YELLOW COPY)QUADRUPLICATE—SUBCONTRACTOR �.I Too." boon,b P.r(Val Qx A.w +�s oy It"-.+ PUBLIC WORKS DEPARTMENT DESIGN!UTILITY ENGINEERING 0 235-2631 x KO MUNICIPAL BUILDING 200MILLAVE. SO. RENTON.WASH. 98056 SEP,( BARBARA Y. SHINPOCH September 9, 1983 MAYOR MEMORANDUM T0: Larry Warren, City Attorney FROM: Richard Houghton, Public Works Director SUBJECT: Review Documents - Water Project 725 (Senica to Stevens) Please review the attached documents of Water Project #725 as to leqal form. Thank you. Dick Houg�on RO:ckd OF RFC PUBLIC WORKS DEPARTMENT _ DESIGN/UTILITY ENGINEERING 0 235-2631 oJ� MUNICIPAL BUILDING 200 MILL AVE, SO. RENTON,WASH.99055 9 b' �gyrFO SEPtEV'9P BARBARA Y. SH(NPOCH SeDtember 9, 1983 MAYOR MEMORANDUM TO: Larry Warren, City Attorney FROM: Richard Houghton, Public Works Director SUBJECT: Review Documents - Water Project 725 (Senic1 to Stevens) Please review the attached documents Of Water Project #725 as to legal form. Thank you. Dick Houg ton RO:c l<d RENTON CITY COUNCIL Regular Meeting August 8, 1983 Municipal Building Monday, 8:00 p.m. Council Chambers M I N U T E S CALL TO ORDER Mayor Barbara Y. Shinpoch led the Pledge of Allegiance to the flag and called the meeting of the Renton City Council to order. ROLL CALL OF THOMAS W. TRIMM, Council President; NANCY L. MATHEWS, JOHN W. COUNCIL MEMBERS REED, RICHARD M. STREDICKE, RANDALL ROCKHILL, ROBERT J. HUGHES, EARL CLYMER. CITY STAFF IN BARBARA Y. SHINPOCH, Mayor; DANIEL KELLOGG, Assistant City ATTENDANCE Attorney; MAXINE E. MOTOR, City Clerk; MICHAEL W. PAR.;ESS, Administrative Assistant; RONALD NELSON, Building b Zoning Director; CAPTAIN DON PERSSON, Police Department. PRESS Jan Hinman, Renton Record-Chronicle. MINUTE APPROVAL MOVED BY TRIMM, SECONDED BY MATHEWS, COUNCIL APPROVE THE MINUTES OF AUGUST 1 , 1983 AS PRESENTED. CARRIED. AUDIENCE COMMENT Charmaine Baker, 3713 Meadow Avenue N. , representing Renton RAPT Production Municipal Arts Commission, extended a special invitation to of Two-Act Play Mayor Shinpoch and Council members to a premier reading of an by Ed Harkness, original two-act play by E¢ Harkness on Friday, September 9, History of 1983, at Carco Theater. Mr. Harkness, poet and playwright, Renton in 1940' s was commissioned for a one-year pilot program through a grant application to Washington State Arts Commission sponsored by the Renton School District and Renton Arts Plan Together (RAPT) , consisting of 12 different arts groups formed to keep the arts alive and well in Renton. Mr. Harkness has been teaching classes to various school and senior citizen groups, and has written the play, a history of Renton during the 1940' s, as a stipulation of the grant. Since attendance at the production is by invitation only, response by August 26th was requested, Highland Village Building 6 Zoning Director Ronald G. Nelson apprised the Council development - of findings resulting from Renton Hill Community Association Renton Hill request for information regarding new development at the end Community of Grant Avenue S. (Highlands Village) , According to Mr. Nelson, Association all work accomplished to date appears to conform to Council policy and requirements established by the city prior to the issuance of the building permit, including construction of a cul-de-sac within a utility easement designated as greenbe;t, and dedication of a 60-foot -ight-of-way to continue northerly from the cul-de-sac to Grant Avenue with improvement of 20 feet of that r;ght-of-way required to allow emergency access to the new development. That road will be tented and locked to prohibit unauthorized access, with requirement for installation of landscaping and hydroseeding on the remaining 40 feet. Mr. Nelson anticipated cooperation Letween the city, Renton Hill Community Association, and the contractor during the project , with a good working relationship evident at this point. CONSENT AGENDA Items on the Consent Agenda are adopted by one motion which follows the listing: P-1 Channel Public Works Department submitted supplemental P-1 Channel Agreement Agreement transferring responsibility for lead agency from King County to City of Renton. Refer to Community Services Committee. Schneider Land Use Hearing Examiner recommended approval with conditions Preliminary of preliminary plat and variance requests for Schneider Homes, Plat Inc. (Hilltop Preliminary Plat) , File No. PP-021-83, v-043-83, PP-021-83 property located at NE Sixth Street and Monroe Avenue NE. Council concur. Mobile Hone Executive Department submitted request by Oakhurst Development Park Utility Corporation for changes to Ordinance No. 3659 pertaining to Connection special water and sewer connection charges and payments for Charges mobile home parks. Refer to Utilities Committee. Renton City Council August 8, 19B3 Page Two CONSENT AGENDA MOVED BY TRIMM, SECONDED BY CLYMER, COUNCIL ADOPT THE CONSENT AGENDA AS PRESENTED. CARRIED. CORRESPONDENCE Invitation to Mayor Shinpoch and City Council was read to attend Ground Breaking Ceremony for the new Radiation-Oncology Center at Valley General Hospital on Tuesday, August 9, 1983, at 10:00 a.m. constructed in cooperation with the Mason Clinic. OLD BUSINESS Utilities Committee Chairman Mathews presented a report Utilities recommending concurrence in the Public Works Department Committee recommendation to accept the low bid of M. A. Segale, Inc. 19— Asphalt in the amount of $107,210.40 for the 1983 Asphalt Resurfacing Resurfacing Project. The Committee also recommended authorization for the Project Mayor and City Clerk to execute the contract documents. Chairman Mathews advised the purpose of the contract to accomplish gas tax overlay list projects in the upper Kenndale area. MOVED BY MATHEWS, SECONDED BY HUGHES, COUNCIL CONCUR IN THE RECOMMENDATION uF THE UTILITIES COMMITTEE. CARRIED. Bid Award - Utilities Committee Chairman Mathews presented a report Water Project recommending concurrence in the Public Works Department �Zy, Stevens recommendation to accept the low bid of J. Small Construction Ave. NW to Company in the amount of $27,037.32 for Water Project W-725, Seneca Ave. NW Stevens Avenue NW to Seneca Avenue NW. Chairman Mathews indicated that the low bid is higher than the Engineer's estimate ($21 ,000.00) due to unforeseen difficulties with the area oP the project. MCVED BY MATHEWS, SECONDED BY HUGHES. COUNCi' CONCUR IN THE RECOMMENDATION OF THE UTILITIES COMMITTEE. CARRIED. Community Community Services Committee Chairman Reed presented a report Services recommending concurrence in the recommendation of Lenore Ziontz, Committee display consultant hired by the Historical Society, to remove Historical the three large doors in front of the Historical Society Museum Society and ex,end the wall by about 18 inches to accommodate three Museum exhibit walls inside the museum. MOVED BY REED, SECONDED BY Renovation MATHEWS, COUNCIL CONCUR IN THE RECOMMENDATION OF THE COMMUNITY SERVICES COMMITTEE. CARRIED. H b CD Bloc.< Cnrnmunity Services Committee Chairman Reed presented a report Grant Funds - advising a new Joint Policy Committee (JPC) requirement for Letter of Intent submission of a Letter of Intent by cities requesting allocation for Public of Housing and Community Development Block Grant funds for Service Projects public service projects. The JPC will then allocate the ava7lable public service dollars to those cities responding based upon an adopted formula. The Committee recommended authorization for the Mayor to submit such a Letter of Intent. MOVED BY REED, SECONDED BY MATHEWS, COUNCIL CONCUR IN THE RECOMMENDATION OF THE COMMUNITY SERVICES COMMITTEE. CARRIED. Tran%portation Transportation Committee Chairman Stredicke presented a report Committee recommending authorization for the Mayor and City Clerk to Traffic Signal sign an agreement and conveyance regarding Transportation System at Powell SW with Holvick deRegt Koering for installation of a traffic signal and SW Grady and appurtenances at Powell Avenue SW and SW Grady Way. Further Way recommended was Council approval of the concept of a latecomers agreement, with the stipulation the Transportation Committee has the opportunity to review final figures prior to execution of the agreement. MOVED BY STREDICKE, SECONDED BY MATHEWS, COUNCIL CONCUR IN THE RECOMMENDATION OF THE TRANSPORTATION COMMITTEE. Upon inquiry, Chairman Stredicke explained content of two seperate agreements, one for traffic signalization and the other for roadway improvements. Responding to Councilman Trimm's suggestion that a flash-mode be utilized during certain times of the day when volume is law, Mayor Shinpoch indicated intent to monitor the intersection with the computer. MOTION CARRIED. Left Turns Transportation Committee Chairman Stredicke presented a report on NE 4th Street recommending no action be taken to change the left turn Between Monroe restriction on NE 4th Street. MOVED BY MATHEWS, SECONDED BY E Union NE ROCKHILL, COUNCIL CONCUR IN THE RECOMMENDATION OF THE TRANSPORTATION COMMITTEE. Chairman Stredicke indicated he is not in agreement with the committee recommendation In this UTILITIES COMMITTEE REPORT August 2, 1983 WATER PROJECT, W-725, Stevens Ave. N.M. to Srneca Ave. N.M. . . The Utilities Committee concurs in the recomvendation of the Public Works Department to accept the low bid of J. Small Construction Co. in the amount of W.,037.32. The Committee also r,-,commends that the Mayor and City Clerk be autnorized to execute the contract documents. Nancy at ews, airman Robert Hughes Earl Clymet — i-„ OF RE PUBLIC WORKS DEPARTMENT RICHARD C. H000HTON • DIRECTOR x fg MUNICIPAL BUILDING 200 MILL AVE. SO. RENTON,WASH.SI M6 P 206 235.2569 N)`EO SEPSE BARBARA Y. SHINPOCH August 1 , 1983 MAYOR MEMORANDUM . TO: Nancy Mathews, Chairman Members of Utilities Committee FROM: Richard C. Houghton, Public Works Director SUBJECT: Water Project, W-724S, Stevens Ave. N.W. to Seneca Ave. N.W. This project was bid Mn July 22, 1983. The budget amount for this project was $16,000 and the estimated cost for this project at time of bid was $21 ,000. The project is a very difficult one in that the installation is in an easement area adjacent to several expensive homes. It is i.i a very steep grade which is presen' ly overgrown with blackberry bushes as well as landscaped areas. The soil conditions are such that rock excavation could be encountered. Attached herewith is a map showing the exact location of this project. The need for this project is to increase the fire flows And reliability of said flows to the entire West Hills area. The two bids received on this project are: �. Small Const. Co. $ 27,037,32 Renton Construction $ 27,544.31 It is the recommendation of the Public Works Department that this be awarded to J. Small Construction Co. co build this water main. RLO:pmp s' 1 CITY OF RENTON Plan Holders list PROJECT:- Water Project No. 725 810 DATE:July 22, 1983 PRICE:_$25.00 + 4.00 (Postage) PLACE: 4TH Floor Conference Ra. TIME: 2:30 P.M. APIOUNT DATE DATE PLANS DATE NWV NAME PAID ISSUED RETURNED REFUNDED 1. Cascade Septic Service $25.00 7-8-93 P.O. Box 44010 Tacoma, WA 98444 848-2371 . . . . . . . . . . . . . . . . . . . . . . . . Z_Pacific Water Works Supply Co. . Inc. t25.00 7-8-93 P.O. Box 3515 Seattle, WA 98124 _ 223-0400 (Check written by Thomas E. Adamsl . . . . . . . . . . . . . . . . . . . . . . . 3. J. Small Construction $25.00 7-12-83 22854 S.E. 215th Maple Valley WA 98038 432-5453 4_ Iliad. Inc. S25.00 7-12-83 P.O. Box 20098 Seattle WA 98102 282-4200 . . . . . . . . . . . . . . . . . . . . . . . . 5. Gary Budd Construction Co. $25.00 7-18-83 _2440 140th ME, #42 _ Bellevue WA 98005 881-7V7 6. Renton Construction Co. $25.00 7-19-83 10601 Rustic Road South Seattle WA 98178 772-2085 . . . . . . . . . . . . . . . . . . . . . . . . Llif uF HLNIuM Plan Holders List PROJECT: Water Project No. 725 R10 DATE:3uly 22, 1983 PRICE: S25.D0 + $4.00 PLACE: 4TH Floor Conference Poe. TIME: 2:30 D.M. UN K NAME _ PAID ISSUED RETURNED REFUNDED 7. Kohl Excavating Inc. _ $25.00 7-20-83 _ 3330 East Valley Road Renton WA 98055 251-8820 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . w-77� t;t:��t►t;t► tvttKt►.�t��t.t: P.O. BOX 1076 336 BURNETT S. RENTON,WA.96057 PHONE 672-41W City of Renton R8650 50640 There is a 1 per cent interest per month charged on past due accounts. Date Description Charges IJ Credits Balance Balance Forward I 7 /l5 40 3 I, 1ME UNDERSIGNED DO ✓CRERI CERTITY UNDE of EN EURNI\MEO, TM! SERVICES RLNULRtO OR TN EAROA RLAI[ AMED AS DLSCRUtO MERLIN. -NO THA -- IN 151 G11131 IIT OF Rl AiR N, Alb ER 1 A N AUTMORI[[0 TD wu TN[NTIL ATE AD cIJ1Y T $AID CIAiM. SIGNED_ v'C RRYMC iaml NR.W STS Affidavit of Publication STATE OF WASHINGTON ss COUNTY OF KING ......gjlpay...3 t rupp..................................being tint duly sworn on chief clerk oath,deposes and says that she.is the ............................................. of THE DAILY RECORD CHRONICLE,a newspaper published six(6)times a week.That said newspaper is a legal newspaper and It is now and has been S'ti for more than six months prior to the date of publication referred to, C% L FOIi^fi.'1 and ioi� iz .;, ,fit 4th printed and published in the English language continually as a newspaper STEVENS AVE N.W �p'Co ywence Hoom. published four(4)tlmesa week in Kent,King County Washington,and it is SENECA AVE. N.Wst ion Municipal Brak",q. now and during all or said time was printed in an office maintained at the WATERM.A N-W-725 en Ave. iSouth pal aforesaid place of publication of said newspaper.That the Daily Record Sealed bids will be work to be pardoned Chronicle has been approved as a legal newspaper by order of the Superior reivad .ants 2330 p.m ,man gp wtxkkq days hom Court of the County in which it is published,to-wit,King County, ee tM at UP the data Of atumpoleen", and wD 4'ied under fWs aweraet Shea m- to Washington.That the annexed is a_...__.Call . fo.r...b1dS- c�'�eg� FuMMkq and inatHnnp appmvolut Y 426 1I. of 8- ` ....................................................................................... etch ductile iron ppe and appurwna,MRa. The Cfy reserve'the right ...............................I......as it was published in regular issues(a lid 10 rgod"aver all b,ds not in supplement form or wid newspaper)once each issue for a period and to waive any andlw all inMmasBes Approved plans and apet.:Ivrtions and win co of .....tWO.. consecutive issues,commencing on the Outlets dab noli ta� M9it►Re- t.11.day of....J..qly.................................19...6A..and ending the OegMuwM g"baa 110 .a.it.tr"y or I..........J'Aly.. .. 19.§.3...both dates dp�e the Inclusive. and that such newspaper was regularly distributed to its sub- rabooLied Uponq et scribers during all of said period. That the full amount of the tee g ans ON odes 01101l 11te charged for the foregoing publication is the sum of 5.4.0..3.2 which rase g d+Mpe tell OW be has been paid in full at the rate of per folio of one hundred words for the O110. ch Orfirst insertion and per folio of one hundred words for each subsequent bdd In Mta a0aWl 04 d bd tiva insertion. (\'� (914 of 9w 1Wa1 \- uaauntat seen lild each bid. C IVS Fek PMCWAa and Non-DMctfm"mon ....................... day of DapulyGbCWs Subscribed and sworn to hefore me this..•• �� (a p' Notary Pit lie d for the ate of Washi(J n�.�ton; residing at RoM King County. Fgderal Way —Passed by the legislature,1955,known as Senate Bill 281,effective June 9th, 1955, —Western Union Telegraph Co rules for counting words and figures, adopted by the newspapers of the State. "aa,pw set w-Sze saEMM ouy �; GJournal bf-t-ommerce (FaILLO Shed 1893) 68 COLUMSIA ST. (206-61€8712) SEATTLF, WASH. U104 o.K JuZy_.15�_1983____ City of Renton Office of City Clerk 200 kill Ave. So. Renton, Wa. 98055 I Notice of Bid Call 5046-B Watermain Project 56 lines @ 1.00 per line 56.00 56 lines @ 90t per line 50.40 _ $106.40 Published July 8, 15, 1981 o CHARTCR 116, LAWS OF 1963 CITY OF RENTON CERTIFICATION \ THE [1MDENOq N[D NO NUIINV C[RTIPT UNDER PENALTT Of P[NIUNT. THAT TNr MATERIAL& HAVE N.[a PURNI[H110. THE {[AVIC{{0EADIa[0 OR INC EASON R RTONr[N AS O[SCAIa[D NEREIR.ANO THAT TN[ CLAIM It A lU ST. DUE AND UNPAID 0111.I0AT1ON AS AINST THE CITY Of R[NTNI., AND THAT 1 AN AUTN0412E0 10ARTy ENTICAT[ JNO C[NTIIV TO SIGN cult. . / 401 /V6o/Ir sw .s7.e3-(Es) *lo(- Flo so%4) Plea"Include Aeeeul Number nitk Payment -17 504E-P Affidavit of Publication City of Renton Watermain Project bid Date,July 21 STATE OF WASHINGTON CITY-OF RENTON CALL FOR BIDS KING COUNTY—SS. STEVENS AVE.N.W.To SENECA AVE. N.W -I W ERMAIN—W4ill 3eanled bids will be received unt.i 2� p. m..July 22.1983,at The undersigned, on oath states that he is an the City Clerk's Office and will authorized representative of The Daily Journal of Commerce, be opened and publicly read In :,daily newspaper, which newspaper is a legal newspaper the th Floor Conference Riom Pape g Renton Municipal Building,god of general circulation and it is now and has been for more Mi11Ave.South. titan six months prior to the date of publication hereinafter within work to t]sy ad refered to, published in the English language continuously the date of commancement on' as a daily newspaper in Seattle, King County, Washington, dbuter this cnot ontractedinclude, and it is now and during all of said time was printed in an FURNISHING AND IN- Office maintained at the aforesaid place of publication of STALLING APPROXI. this newspaper. The Daily Journal of Commerce was on the MATELY 425 L. F. OF 12th day of June, 1l141,a-INCH DUCT ILF. IRON y approved as a legal newspaper by PIPE AND APPURTE. the Superior Court of King County. NANCES. The City reserves the right to The notice in the exact form annexed, was published in reject any and/or all bids and to waive any and/or an informall- regular issues of The Daily Journal of Commerce, which was ties, regularly distributed to its subscribers during the below Approved plans and specifi• cations and form of contract stated period. The annexed notice, a documents may be obtained at the Public Works Deppaartment office at the Renton Muniei al ...............................•.NOtl".-of--91A.-CaU....... ..............._.._. Building for a deposit of$25.00 each set plus i1.00 to cover post• ..._.._.........._....___......_.._._.........»_.R._....................._......_.............__..-... age,if mailed.The deposit will be refunded upon return of the was pnbliahKl pII _.....Z{i ..�. ,,Sa....1. . .�............................. Plans and S1ecifteations in good condition within thirty ......._.........._................_...................................................... ....................... dcnailinogf chei6ed will not be me funded ........................................... _......_........_........_........._._....._..........._.... A certified check or bid bond in the amount of five percent t (s%)of the total amount of each bidmust accompany each bid. ._.M.._..�... . .....' .....: !�r........................_......._.. The City's Falr Practleee and Non-Discrimination Policies Subscribed and sworn to before me on shalt■pppp1yy. Ii1A)3VN J. PETERSEN. Ul 1S 1983 De uty City Clerk. tZ......;r......5.1 mates Of publication In the So- """""" attle Daily Journal of Cam- // // % . merce,July a sad 15,10a3. ..,,.1�..C`.!^:l.Y.�:..G7�..,.. &;i&A y/„ (501ti-B 1 ...._..•... !otarr Pnblk for t utat�ashieston. /zi � pF RF �(0. z PUBLIC WORKS DEPARTMENT _ DESIGN/UTILITY ENGINEERING 235-2631 oMUNICIPAL BUILDING 280 MILI. AVE. SO. RENTON,WASH.99056 'P b 0ggTED SEPleo BARBARA Y. SHINPOCH MAYOR July 15, 1983 Lee Johnson Consultants Inc. 19655-19th N.E. Seattle, Washington 98155 Gentlemen: Enclosed is a copy of the plans and specifications used on a project designed by your firm, for the West Hills Condominium Project W-493. In an effort to improve the water flows in this specific area the City decided to install this project. We used your previously approved plans with a couple small modifications and prepared new specifications to use with them. If you have any questions on the above, please contact Bob Bergstrom, Engineering Supervisor at 235-2631. Very truly yours, Ronald L. Olsen Utility Engineer :dar Enclosure 1 1 II I N T E R O F F I C E k E N 0 TO: ,�Jjrlvc DATE: FROM: SUBJECT: W . }� 74 WJ,,, /i4a:� rnia�„l Dare p w Sep on {�i / / < (� ✓fir Mokt j--1,4"^^Ybwr�'s fl. Bal h-. TQkc pidil, sr� rcrr,c �ir� 40 Ole0h Tess Sly✓,:� d a �sv4sa 1/ PI( A yo Z ��nr✓ dS(, e - rl 1 T I l rJZLIK" su�P Jrw .j(iV !'o.mlr cstrvro� "� �y/5 1 GL �il�vt 13t� o��en rry IdS! Sots Zz a 2Z (Noa-fhwh O:.ly) CITY OF RENTON CALL FOR BIDS STEVENS AVE. N.W. TO SENECA AVE. N.W WATERHAIN W-1125, Sealed bids will be received until 2:30 p.m. , lu l " at the City Clerk's office and will be opened and publicly read in the 4th Floor Conference Room, Renton Municipal Building, 200 Mill Ave. South. The work to be performed within LQ working days from the date of commencement under this contract shall include, but not be limittd to: FURNISHING AND INSTALLING APPROXIMATELY 425 L.F. OF 8-INCH DUCTILE IRON PIPE AND APPURTENANCES. The City reserves the right to reject any and/or all bids and to waive any and/ur all informalities. Approved plans and*specil'.�ae.111T''and farm of ccntract documents may be obtained at the Public Works Department office at the Renton Municipal Building for a deposit of $ 2�00 each set plus $ 4 .00 to cover postage, if mailed. The deposit will be a refunded 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 or bid bond in the amount of five percent (5%) of the total amount of each bid must accompany each bid. The City' s Fair Practices and Non-Discrimination Policies shall apply. -4 ty Clerk -D tT�tc� Published: Record Chronicle: ' k ( Ct Daily Journal of t Commerce ENDING OF FILE FILE TITLE Wllow awn 9teplgleMEnt Ser eoa+ S+evens Engineer ( ng � t,OoLter �roeC�