Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WTR2700774
W 774 Grant Ave South ix 4040•••� ,� BEGINNING ' OF FILE FILE TITLE -wow Ave• sott4wh CLk. I t E r► 9inee �� ng watcr�ro�s COST DATA AND 1NVLMIORY SUBJL(. : CITY PROJECT NUMBERS: W- NAME OF- PREJ�C S- 1 — TO: CITY OF RENTON FROM: UTILITIES DIVISION 200 MILL AVE. NO. 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_ L" 4JA Length Size Type p6 c 4 J'4J (0`1 L.F. OF 1. " rot WATERMAIN 1 V U4 .r L.F. OF —tl—"_ u I _ WATERMAIN �. 9or — L.F. OF t2 "—�_ WATERMAIN L.F. OF WATERMAIN EACH OF �_" GATE VALVES 3 EACH OF a GATE VALVES 4 EACH OF t' —" GATE VALVES Size Type SUBTOTAL f_ SV_ : 7 �. 9 7 ` ooc EACH OF S " cocry FIRE HYDRANT ASSEMBLIES $ 3 , �� R,Y. ���• (COST OF FIRE HYDRA.,ITS MUST 8E LISTED SEPARATELY). S41.J &G ILL TOTAL COST FOR WATER SYSTEM S S 91 9 7 i, 9 7 SA ITARY SEWER SYSTEM: Length Size Type L.F. OF SEWER MAIN L.F. OF _ SEWER P'^IN L.F. OF �___- SEWER MAIN EACH OF , DIAMETER MANHOLES TOTAL COST FOR SANITARY SEWER SYSTEM S 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 E STREET IMPROVEMENTS: ( Including Curb, Gutter, Sidewalk) TOTAL COST FOR STREET IMPROVEMENTS $ (STGN�JT2ET (SIGNFTORY MUST BE AUTHORIZED AGENT OR OWNER OF SUBJECT DEVELOPMENT) ^1 5- .-85 TU: IVNANCE OIRLCIOR PRIMA: PUDI.It MORLS IIIkBALIR SUWLCT: PI106RLSS PAYMLN'1' CONTRACTOR:" Archer Construction Co. LBTIwITB MB, 5 d Final tiUNTTAC' NO._ 076-84 PRWECT: W-774 Grant Avenue South 12" Watermain I. COFTTRACIAx1 EARNINGS 11115 ESTIFA'I1: $ 750.00 SALES TAX V 8,1% 60.75 3. TOTAL CONTRACT AMOUNT 1111S F.STINATE f 810.75 i. EARNINGS PREVIOUSLY PAID CONTRACIOR =5l .991.82 5. 'EARNINGS IIUI: CONTI(AC.'IOR 1111S P.STIILAIE b. SUBTOTAL - CONTRACTOR PAYMENTS = 52,704.32 7, RETAIMAGE ON PREVIOUS EARNINGS $ 2,736.41 8. •• RETAIIAAGE ON EARNINGS THIS ESTIMATE: 37.50 9. SUBTOTAL - RETAINAGE = 2,773.91 10. SALLS 'TAX PREVIOUSLY PAID : 4,432.99 II. SALES 1'Ax DUE 1111S LSTINATti _ 60.75 SURTOTAL - SAWS TAX = 4,493.74 •(95% x Line 1) CRANO MAL i 59.971 .97 •'BETAIIAGF: 5'.-. FINANCE OE`ARTMCNT ACTION: PAYW!;I TO CONTRACTOR (Lines 7 and I)): ACCT. F 421/000/15.596.38.65.15 f_ 773.25 05 ACCT. ! $ ACCT. / ACCT. II I `� ACCT. / f` RETAINED AMOUNT (Line 8): ACCT. / 421/000/15.596.38.65.15 ti 37.50 F 5 ACCT. 1 j ACCT. N f ACCT. I ACCT. if f �— CHARTER 116. LAWS OF 1966 TOTAL THIS ESTIMATE $_ 810.75 CITY GF FiENTUN CERTIFICATION l M uwMxwrtO uo.uiur cum l @ 1,wn m .NN. M1wl M .MIlhY1 WM YY,MII�"p. M[ Nww(Y AMMO CII Af I.WM/,.Yp,�y N Y�oYly MY4 M�MY IMI(.JY r w YY Y MD Ml.b WO.Ip YYIY IOU OI,N YwW1 Yi 11w1 i W "'wair�1t111r1r,.,,,r rrm s w cur CITY RENTON • DEPARTMEN" OF ENGINEERING • • MUNICIPA, BUILDING, 200 MI-.I- AVE. SOUTH, PEh.JN, WA, 080556236.2631 PROJECT_W-774 - GRANT AVENUE PROGRESS PAYMENT ESTIMATE NO. ¢LFinal Contract No. 076.64 - CoMracsw Archer Constrks;3 n Inc. Chiang Date 540-85 Shoot-Lot-L- ftw Est PREVIOUS TOTAL THIS ESTIMATE ITOTAL TO DATE Description Un,t Unit Pr,ce Fie Qtwase Y QIV Amani Qly, Arnbtamt Qty Ampnt 1. 6" C1, 52, D.I. Pipe (path.Joint and fittings Complete L.F. 25.00 56 69 1,725.00 69 1,725.00 2. B" CI. S1, 0.1. Pipe (Patch.Juints L.F. 27.00 62 64.5 1.741.50 W S 1.741.',0 and Fittings Complete 3. 12" Cl, 52, 0.1. Pipe (Tyton JoinL1 and Fittings Complete L.F. 29.08 %0 gul 26.201,08 9131 26,201.08 A. 6" Gate Val" Assembly with Cast Iron Val" Bat EA, 3OU.M 3 1 300.00 1 300.00 S. 8" Wte Val" Assembly with Cost Iron Val" Box EA. 425.00 2 3 1,215.00 3 1,975.00 6. 12" Gate Val" Assombly with Gate Val" Vault EA. 1,600.00 2 2 3,2nO AC 2 3,200,00 7. Furnish Concrete and Construct 17 Concrete Thrust Blocks CY 75.00 8 2,05 153.75 2.01 153.75 B. Corey Type Fl rr Hydrant Complete with Shackle Assembly (5"MVO) EA. 1,500.00 2 2 3.000.00 3 040.00 9. Temporary Blaroff Assembly on B" pipe EA. 250.00 2 2 500.00 500.00 10. Too Tory Blow-off Assembly on 12" pipe EA, 250.00 1 1 250.0U 1 250,00 IT. New Service Connecttons from Existing Motors to New Natermaln EA. 300.00 14 16 4,H00.00 16 4,900.W 12. Imported Bedding or Backfill (Bank Run Material) TON 3.00 SOO 13. 5/0" Minus Crushed Rock TON 10.00 30 222.0 2,220.30 222,0 2.220.30 14. Asphalt Concrete Pavement Removal B Restoration SY 14.00 165 579.4 8,111.60 579,1 8,111.60 15. Portland Cement concrete, Removal A Restoration Sy 25.00 4 12 300,00 300.00 16. Rock Excavation CY 1.00 4 11. Landscape Restoration ' L.S. 2.000.00 1 90% 9U0.00 10% 100,00 I,000.UO 18. Hill Folders EA. 20 19. Construction Staking L.S. 700.00 1 50% 350.00 501 350.00 I 700,p0 `Chan" Order el Modify Item 14 6 Item 17 h SUBTOTAL to 7211 21 750.00 55 478.23 TOTAL ALL CHANGE ORDERS In"IWod _.Included SALES TAX (8.11) 4 /32'" Wi.75 _ GRAND TOTAL _59 161.22 -- 810.75 RETAINAGE (51 of Total) 2 136,41 37,60 2y773�91 AMOUNT PREVIDUStY PAID TOTAI AMOUNT DUE I 773,25 /73 RS For Use By City Clerk's Office Only AGENDA ITEM RENTON CITY COUNCIL MEETING .._.:_______________'""=`m"=a'=.*"'__"'__...... ....................................... __ SUBMITTING Dept,/Div./Bd./Comm. Public Works For Agenda Of Meeting Date Staff Contact Donald Monaghan Name) Agenda Status: SUBJECT: CAG 076-84 Consent _ _ W-774 Grant Avenue South Public Hearing Correspondence Water Line Replacement Ordinance/Resolution Archer Construction Inc, old Business Exhibits: (Legal Descr. , Maps, Etc. )Attach New Business Study Session A. Progress Payment M5 and Other B. Final Notice of Completion of __ C• Public Works Cont rart ,_ Approval : Legal Dept. Yes_ No_ N/A - COUNCIL ACTION RECOMMENDED; Approval Of Finance Dept. Yes_ No. N/A Final Pay Estimate. Request Final Accentance of Other Clearance_ Project and begin 30-Day Lien Period FISCAL IMPACI : Expenditure Required $ L9,971 .y1 Amount s52,000 APpropriation- Budgeted Transfer Required $ SUMMARY (Background information, prior action and effect of implementation) (Attach additional pages if necessary. ) This project was completed May 5, 1985 and accepted by the Public Works Department on May 13, 1985. The amount due the contractor is $773.25. It is recommended that the City Council accept completion of the contract as of May 20, 1985. If, after thirty days, no liens or claims are filed against this project and the proof of payment and tax liabilities has been received, it is recommended the retained amount of $2,773.91 be paid to the contractor. The total construction cost of this project is $59,971 .97. PARTIES OF RECORD/INTERESTED CITIZENS TO BE CONTACTED: SUBMIT THIS COPY TO CITY CLERK BY NOON ON THURSDAY WITH DOCUMENTATION. CITY OF RENTON • DEPARTMENT OF ENGINEERING • MUNICIPAL BUILDING, 200 MILL AVE. SOUTH, RENTON, WA. 98055 0 235-2631 PROJECT W-774 - GRANT AVENUE PROGRESS PAYMENT ESTIMATE NO. 5 & Final Contract No. 076-84 �i Contractor Archer Construction Inc. Closing Date 5-10-85 Sheet-l.of_L� Itor PREVIOUS TO" \L THIS ESTIMATE TOTAL TO DATE Description Unit Unit Price Qty Qty. Amount Qty. Amount Qty. Amount 1 . 6" Cl . 52, D.I . Pipe (Mech. Joints, and Fittings Complete L.F. 25.00 56 69 1 ,725.00 69 1 ,725 2. 8" Cl . 52, D.I, Pipe (Mech. Joint L.F. 27.00 62 64.5 1 ,741 .50 64.5 1 ,741 .50 and Fittings Complete 3. 12" C1. 52, D,I. Pipe (Tyton Joir+t) and Fittings Complete L.F. 29.08 960 901 26,201 .08 901 26,201 .08 4, 6" Gate Valve Assembly with Cast Iron Valve Box EA. 300.00 3 1 300.00 1 30q.00 5. 8" Gate Valve Assembly with Cast Iron Valve Box EA. 425.00 2 3 1 ,275.00 3 1 ,275.00 6. 12" Gate Valve Assembly with Gate Valve Vault EA. 1 ,600.00 2 2 3,200.00 2 3,200.00 7, Furnish Concrete and Construct 17 Concrete Thrust Blocks CY 75.00 8 2.05 153.75 2.05 15316 8, Corey Type Fire Hydrant Complete with Shackle Assembly (5"MVO) EA. 1 ,500.00 2 2 3,000.00 2 3,000.00 9. Temporary Blow-off Assembly on 8" Pipe EA. 250.00 2 2 500.00 2 500.00 10. Temporary Blow-off Assembly on 12" Pipe EA. 250.00 1 1 250.00 1 250.Oo 11 . New Service Connections from Existing Meters to New Watermain EA. 300.00 14 16 4,800.00 16 4,800.00 12. Imports,. Bedding or Backfill (Bank Run Material) TON 3.00 500 13. 5/8" Minus Crushed Rock TON 10.00 30 222.03 2,220.30 222.0 2,220.30 14. Asphalt Concrete Pavement * Removal 6 Restoration SY 14.00 165 579.4 8,111 .60 579.4 81111 .60 15. Portland Cement Concrete, Removal 8 Restoration SY 25.00 4 12 300.00 300.00 16. Rock Excavation CY 1 .00 4 17. Landscape Restoration * L.S. 2,000.00 1 90% 900.00 10% 100.00 11000.00 18. Hill Holders EA. 20 19. Construction Staking L.S. 700.00 1 150% 350.00 50% 350.00 700.00 *Change Order M1 Modify Item 14 6 item 17 SUBTOTAL I 75C.00 55 478.23 TOTAL ALL CHANGE ORDERS Included Included SALES TAX (8.1%) Ynrlitdpd GRAND TOTAL 4,432.99 69.75 _ 591161 .22 810.75__ RETAINRGE (5% of Total) (2,736.41 37.50 2,773.91 AMOUNT PREVIOUSLY PAID I I 56,424.81 TOTAL AMOUNT DUE __773.25 773.25 Fcr Use By City Clerk's Office Only AGENDA ITEM RENTON CITY COUNCIL MEETING zvzvaaa-ssaasa__asszs==assaa=aaa=s=vs=aaaassaaa=aa vv:aaazs=asaacsaaaa=aa_za:sazaa==aaavvaav SUBMITTING Dept ./Div./Bd./Comm. Public Works _ For Agenda Of �Meeti ng Date Staff contact Donald Monanban Agenda Status: SUBJECT: _ fAr 076-94 Consent _ Public Hearing _ Correspondence Juuenue cr, ,rh _ —•-- Correspondence Watery line ReplaCewiit _ Ordinance/Resolution Archer Construction Inc. Old Business Exhibits: (Legal Descr. , Maps, Etc.)Attach New Business Study Session A.Erouress ivment #5 ang Other B. Final Notice of Cri lwtiy, ,j C. �'u'=T.ic.:da^k,c GoaLcact Approval : Legal Dept. Yes_ No N/A COUNCIL ACTION RECOMMENDED: N) ruyal of finance Dept. Yes No.— N/A� J Final Pal Frtimte, R ou st Final A cg,tance c Other Clearance t'rniort and hpu:l, 1;'-pav 1 ipn Pprindi FISCAL IMPACT: Expenditure Required $ 59 971 .47 Amount g 5?,000 Appropriation- Budge-et' Transfer Required $ SUMMARY (Background Information, prior action and effect of implementation) (Attach additional pages if necessary. ) i This project was eostlleted May ,., 1985 and accepted by the Public Works Department on I ay 13, The amount due the Contractor is 5773.25, It is recommended that the City Council accept compit!tion of the contract as of May 23. 1985. If, after thirty f days, no liens or claims ire filed against this project and the proof of oaimrsnt and i! tax liabilities has been received, it is recommended the retained amount or $2,773.91 be paid to the centractor. The total construction cost of Ws nro,lect is $59,971 .97. i l i I PARTIES OF RECORD/INTER:STED CITIZENS TO BE CONTACTED: I f f THIS COPY FOR YOUR FILES. ( For Use By City Clerk's Office Only AGENDA ITEM RENTON CITY COUNCIL MEETING .............. . ...... ........................... SUBMITTING Dept./Div./Bd./Comm. Public Works For Agenda Of ---(Weeting Date Staff contact_ Donald Monaghan Name Agenda Status: SUBJECT: CAG 076-84 _ Consent W-774 Grant Ay&M& 1;oAth Public Hearing Correspondence Water Line Replacement Ordinance/Resolution Archer Construction Inc. _ Old Business Exhibits: (Legal Descr. , Maps, Ltc.)Attach New Business Study Session A. Progress Payment d5 and Other B. Final Notice of Comuletion of C. Public Works Cnntrart Approval : Legal Dept. Yes_ No_ N/A_ COUNCIL .ACTION RECOMMENDED: Approval Of Finance Dept. Yes_ No. F __ Final Pay Estimate. Request Final Acceptance of Other Clearance Project and begin 30-Day Lien Period_ FISCAL IMPACT: Expenditure Required $ 59,971 .97 Amount s52,000 Appropriation- $ Budgeted Transfer Required SUMMARY (Background information, prior action and effect of implementation) (Attach additional pages If necessary.) This project was completed May 5, 1985 and accepted by the Public Works Department on May 13, 1985. The amount due the contractor is $773.25. It is recommended that the City Council accept completion of the contract as of May 20, 1985. If, after thirty days, no liens or claims are filed auainst this project and the proof of payment and tax liabilities has been received, it is recommended the retained amount of $2,773.91 be paid to the contractor. The total construction cost of this project is $59,97) .97. PARTIES OF RECORC/INTERESTED CITIZENS i0 RE CONTACTED: SUBMIT THIS COPY TO CITY CLERK BY NOON ON THURSDAY WITH DOCUMENTATION. LIA1E: 5-. . -85 TO: FINANCE UIRL•CTOR FRUM; PUBLIC WON" DIRWRAt SUBJECT: PROGRESS PAYMENT CONIIUCI'OR: Archer Construction Co. ESTIMATE Mo. 5 8 Final cwTuAcr NO. 076-84 PROJLLT: W-774 Grant Avenue South 12" Watermain 1. CONTRACTOR EARNINGS 1111S ESTIMATE f 750.0(' 2. SACKS TAX Y R.IT `60�7 � 1. TOTAL CONTRACT AMOUNT 111IS ESTIMATE $ 810.75 A. EARNINGS PREVIOUSLY PAID CONTRACITR s51 ,991 .82 5, •LARNINGS 1101i CIW'1'11A(M 1111S 1.1141MATI; o. SUDTOYAL . CONTRACTOR PAYMENTS f 52,704.32 ` 7. RLTAINACE ON PREVIOUS EAPNlt*;S s 2,736.41 B.n- RETAINAGE ON EARNINGS TIIIS ESTIMATE _ 37.5 ' 9. SININVI'AL . RLTAIRAGE` f 2,773.91 10. SALES TAX PREVIOUSLY PAID s 4,432.99 11. SALES TAX WE 1111S LSTIMATE _ 60.75 W. SURIWAL - SALES TAX y 4,493.74 n(9S% x Line 1) GRAM) TOTAL s 59,971.97 n•RETAINAGE: 5% FINANCE DEPARTMENT ACTION: PAYMLNI TO CONTRACTOR (Lines 5 and 1)): ACCT. F 421/000/15.596.38.65.15 f 773.2r 5 ACCT. 1 y y, ACCT. e _ 1 _ i_ ACCT. e _ y 1 ACCT. F f B~ RLTAINED AMOUNT (Line 8): ACCT. a 421/OUO/15.596.38.65.15 f :37.50 5 ACCT. / f /� ACCT. GI f B4 ACCT. / f e~ ACCT. I f 1 CHARTER TIE. LAWS OF 1966 TOTAL THIS ESTIMATE f_ S10.Z5 CITY OF RENTON CERTIFICATION 1 nil uloulrwly w uu.c,rnv yqn rrwn a NMr.. nY.w WILM.l WN NM IYIIMMO. IM! Niw.t41"w01Mn C,nN yy{r I,NOYIi N nWrran x,n,w w Iwl of MY r� wr axr 4o w.w T uNlYtq,.W.\I IOU on W Mlln„W nMl�W /A Wnge�04MIIM�1,Yr iT i W 4W V FL 325 Rev. 10/14/70 Contract No. C.A.G. 076-84 NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT To: State of Washington Date: 5-10-85 Excise Tax Division Audit Section Tax Commission rlympia, WA 98504 Not Use From: City of Renton Assigned to: Finance Department Date Assigned: 200 Mill Avenue South g Renton, WA 98055 P,W,G. Number : Date: Gentlemen: Notice i> hereby given relative to the completion of contract or project described below: Description of Contract W-774 Grant Avenue South Watermain Replacement Contractor's Name Archer Construction Inc. Contractor's Address 18211 East Valley Road, Kent WA 98031 Date Work Commenced 1-7-8! Date Work Completed 4-5-85 Date Work Accepted: 5-20-85 Surety or Bonding Company Anderson 8 Assoc. Inc. Agent 's Address 1123 Maple Ave. S.W. , Renton WA 98055 Contract Amount $51 ,404,80 Amount Disbursed 57,198.06 Additions 4,073,43 Amount Retained 2,773.91 Sales Tax 4,493.74 Total 59,971 .97 Total 59,971 .97 By Disbursing Officer - Finance Director THREE COPIES OF THIS NOTICE MUST BE COMPLETED BY THE DISBURSING OFFICER AND MAIL�O 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. cc: Department of Labor and Industries For Use By City Clerk's Office only AGENDA ITEM R7NTON CITY COUNCIL MEETING .....uoo...........:.......,........ ......... usu..........ua.............,:..ays... SUBMITTING Dept./Div./Bd./Comm. Public Works For Agenda Of Staff Contact Donald Monaghan M eeting Dace Name Agenda Status: SUBJECT: CAG 076-84 Consent W-774 Grart Avenue Sputh Public Hearing C, •respondence Water Line Replacement Ordinance/Resolution Archer Construction Inc. old Business Exhibits: (Legal Oescr. , Maps, Etc. )Attach New Business Study Session A._Progress Payment 05 and Other B. Final Mitice of Completion of C•_Public Works Contract Approval : Legal Dept . Yes_ No N/A COUNCIL ACTION RECOMMENDED: Approval of _ Finance Dept . Yes_ No__ N/A_ Final Pay Estimate. Request Final Acceptance of Other Clearance Project and begin 30-Day Lien Period FISCAL IMPHCT: _ Expenditure Required S59,971.97 Amount $52 000 Appropriation- Budgeted ' Transfer Required $ SUMMARY (Background information, prior action and effect of implementation) tAttach additional pages if necessary.) This project was completed May 5, 1985 and accepted by the Public Works Department on May 13, 1985, The amount due the contractor is $773. 5. It is recommended that the City Council accept completion of the contract as of May 20, 1985. If, after thirty days, no liens or claims are filed against this Droject and the proof of payment and tax liabilities has been received, it is recommended the retained amount of $2,773.91 be paid to the contractor. The total construction cost of this project is $59,971 .97. PARTIES OF RECORD/INTERESTED CITIZENS TO BE CONTACTED: SUBMIT THIS COPY TO CITY CLERK BY NOON ON THURSDAY WITH DOCUMENTATION. DATE: 5-11, 35 TC; FINANCE UIIt'CION UPON: PUBLIC WGIO.S OIRLC'IUR SIIRULCT; PROULSS PA1'MI:N'I' CON'I PAC'MR:_ Archer-Construction CO_ LSTIMATL No. 5 & Final CINrRACT NO.. 076-84,____ vimmi:cl:__W-774_Grant Avenue South 12" WaLermain _ 1. CIWPFNACIUN LARNINGS '1111S LSTINA:E s 750.00 _ 1. SAL PS TAX Y 8.I7 -__10.75---- 1. 'FUTAI. CON'IItACT AMOUNT IIIIS I:S'FUTATI'. s_ UO0 75 _— d. P.ARNINGS PNLVIOUSLY PAID C1NIKACIIW sjl-A 91 .82 �.. -LARNINGS PIP! CON'IRACIAW 'I111S IIS'I'IMA'11i SUDIO'I'AL - CON'IRAI:ToN 1'AYMLNrs7. f 52,704.32 n. RI-AAINAGI. tN 1'NLVIOUS LARNINGS i 2.736.41 — N. •- kL1A1NAGE LW LARNINGS TIIIS I:ST:mKIV _ 37.50—__ —" 2,773.91 y lOWTOIAL - RVI AI NAGC $ lU. SALLS TAX PREVIOUSIA PAT!; s 1432.99 _ II. SALLS TAX IWI: 'MIS IS I INAI'L _---60_75 1_. SURr01AL _ SAIA'S TAX $_ 4,493.74 -(95t X Line 1) CIIANO IUTAL •"RETAINAGL'. 5' _ FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11): ACCT. / 421/000/15.596.18.65.15 s 773.25 15 ACCT. f /— ACCT. f $ —/-- ACCT. 1 f /— ACCT. I /— F_TAINED AMDUNT (Line 8): ACCT, I 421/000/15.596.38.65.15- $ 37.50 f 5 ACCT. 1 $- -f--ACCT. 1 __. —_ f 1 ACCT. t — f 1— ACCT. t _ __ — S /— CHARTER 116. TAWS Of 1906 TOTAL THIS ESTIVATE CITY OF RENTON CERTIFICATION i M u.Ye�rro ro ro�ur r.+Yr von wwrn a ll M Mr M WI{I411J.rM YM/WYMO M/ NMw4 MY\YO C.M,Ml�I,WwY N OYW�C M.11Y W MI �.� PAY r� uit py i.11p uV11s WJi..�Yw,plw,r M,On Y �MrYY Yi MI i/Y 1u�O Y YIMYIIYr�Yi YrM 10 W fUY FL 325 Rev. 10/14/70 Contract No. C.A.G. 076-84 NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT To: ;Late of Washington Date: 5-10-85 Excise Tax Division Audit Section Tax Commission Olympia, WA 96504 Do Not Use From: City of Renton Assigned to: Finance Department 200 Mill Avenue South Date Assigned: 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 . W-774 Grant Avenue South Watermain Replacement Contractor's Name Archer .onstruction Inc. Contractor's Address 18211 [ast Valley Road, Kent WA 98031 Date Work Commenced 1-7-85 Date Work Completed 4-5-85 Date Work Accepted: 5-20-85 Surety or Bonding Company Anderson 8 Assoc. Inc. Agent's Address 1123 Maple Ave. S.W. , Renton WA 98055 Contract Amount $51 ,404.80 Amount Disbursed 57,198,06 Additions 4,073.43 Amount Retained 2,773.91 Sales Tax 4,493.74 Total 59,971 .97 Total 59,971 .97 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. cc: Department of Labor and Industries PUBLIC. WORKS CONTRA^TS - LIEN FOR EXCISE TAXES -- FINAI. PAYMENT RCK 60.28.040 (sec. L chap. 236, Laws of 1955) The amount of all taxes, in- creases and penalties due or to become due under Title '2, RCW from a contractor or his successors or assignees with respect to a public improvement contract whe-e- in the contract price is five thousand dollars or more shall be a lien prior to all other liens upon the amount of the retained percenta�,e withheld by the dis- bursing officer under such contract, and the amount of all ether taxes, increases and penalties due and owing from the contractor shall be a lien upon the balance of such retained percentage remaining in the possession of the disbursing office- after all other statutory lien cl.ni^= have Freer. paid. 3iN_ o0,28. C50 (sec. 5 chap. 236, Laws of 1955) Upon final acceptance of a contract, the state, county or ether, mdnicipal officer charged with the duty of disbursing or authorizing disbursement or payment of such contracts shall forth- with notify the Tax Commission of the completion of said contract. Such officer shall not make arty payment from the retained percentage fund to any person, until he has received from the Tax Commission a certificate that all taxes, increases, and penalties due from the contractor, and all taxes due and to become due with respect to such contract have been paid in full or that they are, in ;.he cnnmiasionts opinion, readily collectible without recourse to the state's lien on the retained percentage. RCN 60.2d.U60 (sec. 6 chap. 236, Lacs of 1955) If within thirty days after receipt of notice by the Tax Commission of the completion of the contract, the amosurt, of all taxes, increases and penalties due from the contractor or any of his successors or ass;.gnees or to become Gse with respect to such contract have not been paid, the Tax Commission may certify to the disbursing officer the amount of all taxes, increases and penalties due from the contractor, together with the amount of all taxes due and to become due with respect to the contract and may request payment thereof to the Tax Cormdssion in accordance with the priority provided by this charter. The disbursing officer shall within ten days after receipt of such certif'_a co .nd request pay to the Tax Commission the amount of all taxes, increases and penalties certified to be due or to become due with respect to the particular contract, and, after payment of all claims which by statute are a lien upon the retained percentage withheld by the disbursing officer, shall pa} tc the Tax Commission the balance, if any, or so much thereof as shall be nece9sary to satisfy the claim of the Tax Commission for the balance of all taxes, increases cr penalties shown to be due by the certificate of the Tax Commission. -f the contractor owes no taxes imposed pursuant to Title 82, 27W, the Tax Corsnissien shall so certify to the disbursing officer. INSPECTORS DAILY REPORT Engineering Department City of Renton PROJECT: W / !�I - `^Qf `� PJ4 S DATE: CONTRACTOR: Ar(hU (Oyy) • WEATHER: oyef(pIY Bid Item No. Description Quantitv Remarks 15 PprNnwA (�m..� lvnout fw,tw,t� Sy I z 5 7` • R..k-r 57 Q s r , �•�r , so`" �` i TTransamerica Transamerica Insurance'Group Insurance Services General Form Status Inquiry CITY OF RENTON — UTILITIES ENGINEERING Date MAY 2 1985 Owner.Ob"aee er 06vinst,"Comeenr 200 MILL AVENUE SOUTH Our Bond No. 5730 85 42 Rddreee RENTON, WASH 1 NGTON 98055 Reinsured's No. Contractor: ARCHER CONSTRUCTION, INC. Address: 18211 EAST VALLEY HIGHWAY — KENT, WASH I NGTON 98032 Description of Contract: CONSTRUCT I ON AND I NSTALLAT I ON OF 12" , 811 & 6" D I A. DUCT I LE I RON (Include Locglon end Own.i a Con"ect Nwnbon WATER MAIN AND APPURTENANCES. WATER PROSECT NO. W-774 Owner, CITY OF RENTON Contract Price $ 55,568.59 _Bond it) $ 55,568.59 PF & PT Effootive Date_ NOVEMBER 16, 84 Without prejudicing your right or affecting our liability under our bonds) described above,we would appreciate such of the following information as is now available. PLEASE HAVE! THIS PIED AND RETURN SIGNED,TO Ver truly yours 1RANS80NDIGk DEPARTMENTINSURANCE Co. DEBBIE JAHNSON, AT UZNEY—IN—FACT 1. IF CONTRACT COMPLETED,PLEASE STATE: - , /- �967S Approximate date of completion qf_jork lot__ ff. delivery_��y( Approximate acceptance date___rot_._ 1 ;/-Gfl ------���-- Final Contract Price S -f 2. IF CONTRACT UNCOMPLETED, PLEASE STATE: Approximate percentage or dollar amount of contract completed or delivered 3. Do you know of any unpaid bills for labor or material (Check) Yes`No_6 4. 1-cmarks: llf myl_ _CITY OF RENTON It Is understood that the Information contained 200 Mill Ave.& herein Is furnished as a matter of courtesy fa the Owner: Realm WA Con4idgitial use of the surety and Is merely an �r lexpression of ePlnlen. It Is also aarnd that In By: yl,(� , f/ fombhlnathls Information, me guaranty or warranty 1 of accuracy of correctness Is made and me reopen- slblllty Is assumed as a result of reliance by the Title: h:fdOiC (1K safety, whathar such Information Is furnished by / ike ownar or by an architect a snalneer as the !� aaoal of the owner. Date 19 J7.]L THE LANGUAGE OF THIS FORM IS ACCEPTABLE TO THE SURETY ASSOCIATION OF AMERICA. 105E8 A PLEASE RETURN IN THE ENCLOSED STAMPED ENVELOPE gnel OF I? z PUBLIC WORKS DEPARTMENT DESIGN/UTILITY ENG!NEERING • 235- 2631 oMUNICIPAL BUILDING 200 MILL AVE.SO. RENTON,WASH.98055 1% P(0, O,q,TEO SEPSEMe� BARBPRA Y. SHINPOCH MAYOR March 11 , 1985 Archer Construction 18211 East Valley Road Kent, WA 98031 Subject: W-774 , Grant Avenue South and S. 7th Street Watermain Improvements Gentlemen: 1:, conjunction with the subject project , the following items in this punch list must be ^orrected before accep- tance by the City: 1 . he-move and replace approximately 15 l . f. of sidewalk sl. southeast corner of Renton Ave . S. and S. 7th St. and approximately 8 l , f. of sidewalk : t southeast corner of S. 7th St. and rant Ave, S. 2. Paint hydrants , both nea, hydrants with a second coat of international yellow per Renton specifications . x,. 3. Clean drainage ditch along south side of S. 7th St. and catch basin at southeast cornea of S. 7th St . and m,:nton Ave. S. 4. Restore shoulder on west side of Grant Ave . S. , from S. 7th St. 200, to the south. 5. Uncover buried monument at intersection of S. 7th St . and Grant Ave. S. (Notify City' s Surveyor Les Phillips at 235-2631 before this item is done) . Please call for a final inspection of the project after completing the above items. Very truly yours , A doul Gafour Construction Inspector :jft OF 1?4� PUBLIC WORKS DEPARTMENT z _ DESIGN/UTILITY ENGINEERING 0 235-2631 o > MUNICIPAL BUILDING 200 MILLAVE. 50. RENTON,WASH. 98055 �A b' EO SEptEMO�P BARBARA Y. SHINPOCH MAYOR � .��/ O✓" March 11, 1985 Archer Construction , _Q 18211 Bast Valley Road Kent, WA 98031 Subject: If-774 , Grant Avenue South and S. 7th Street Watermain Improvements Gentlemen: In conjunction with the subject project , the following items in this punch list must be corrected before accep- tance by the City: 1 . Remove and replace approximately 15 l. f. of sidewalk at southeast corner of Renton Ave . S. and S. 7th St. and approximately 8 l . f, of sidewalk at southeast corner of S. 7th St, and Grant Ave . S. 2 . Paint hydrants, both new hydrants with a second coat ✓ of international yellow per Renton specifications. 3. Clean drainage ditch along south side of S. 7th St. and catch basin at southeast corner of S , 7th St . and Renton Ave. S. 4. Restore shoulder on west side of Grant Ave. S. , from S. 7th St . 200' to the south. S. Uncover buried monument at intersection of S. 7th St . and Grant Ave. S. (Notify City ' s Surveyor Les Phillips L/ at 235-2631 before this item is done) . Please call for a final inspection of the project after completing the above items . Very truly yours , Abdoul Gafour Construction Inspector :jft ARCHER CONSTRUCTION, INC. 18211 E. Valley Rd. • Kent,WA 98031 • 251 8153 1251 8156 ARCH-EI-219-DR April. 30, 1985 Mr. Dave Tibett City of Renton 200 Mill Avenue South Renton, Washington 98055 RE: Water Project No. 774 Dear Dave: We are hereby requesting the finalization of the above referenced proje� T . Your attention to this will be greatly appreciated. Sincerely, Allyson D. Archer Corporate Secretary Archer Construction, Inc. WATER MAIN • CUSTOM EXCAVATING • GRADING FL 325 Contract No. C.A.G. 039-84 Rev. 10/14/70 NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT To: State of Washington Date: 9-4-84 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 ^.W.G. Number: Date: Gentlemen: Notice i � hereby given relative to the completion of contract or project described below: Description of Contract Street Improvement Contractor's Name RW Scott Construction Co. Contractor's Address : 9840 Carr Rd. Renton WA 98055 Date Work Commenced : 7-23-84 Date Work Completed : 8-23-84 Date Work Accepted: 9-10-84 Surety or Bonding Company : St. Paul Fire & Marine Ins. Co. e 's Addres . 385 Washington St. Insurance Co. 55102 Amount Disbursed : $54,537.52 bursa ng.0 • ,cerw nano D roe or L HREE COPIES 0 +THIS NOTICE MUST BE COMPLETED BY THE DISBURSING OFFICER D 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. cc: Department of Labor and Industries JCFianae Order-B1 G, � -,_,_ r��` �',�. 5� c...,ti.._._. �n.-�-. . �7 �.. 1 l.L�,. 4 S��iLe*�Jy�. Y „�1 .�t `�,��a^,'. DATE: 3-1-85 TO: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PROGRESS PAYMENT CONTRACTOR: Archer Construction ESTIMATE MO. 4 CONTRACT NO. 076-84 PROJECT: W-774 Grant Ave. So. 12" Watermain 1. CONTRACTOR EARNINGS THIS ESTIMATE s 9,011 .60 2. SALES TAX a 8.1% 729.94 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE f 9,741.54 a. EARNINGS PREVIOUSLY PAID CONTRACTOR $ 43,430.80 s. fEAR,:i KGS DUE CONTRACTOR Tins ESTIMATE s 8,561 .02 6. SUBTOTAL - CONTRACTOR PAYMENTS s 51 ,991 .82 7. R :GE ON PREVIOUS EARNINGS s 2,285.83 8. a• . .NAGE ON EARNINGS THIS ESTIMATE 450.58 9. - SUBTOTAL - RETAINAGE f 2,736.41 10. SALES TAX PREVIOUSLY PAID s 3,703.05 11. SALES TAX DUE THIS ESTIMATE 729.94 12. SUBTOTAL - SALES TAX f 4,432.99 _ •(95% x Line 1) GRAND TOTAL f 59.161 "2 ••RETAINAGE: 5% Fl NANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11): ACCT. I 421/000/15.596.38.65.15 f 9,290.96 t 4 ACCT. If f �' ACCT. / s F ACCT. / f ACCT. / $ s_ RETAINED AMOUNT (Line 8): ACCT. a 421/000/15.596.38.65.15 f 450.58 I 4 ACCT. / _ f F` ACCT. f _ S ACCT. / f ACCT. / f L� CHARTEn 11M1. LAWS OF 188E TOTAL THIS ESTIMATE f 9,741 .54 CITY OF RENTON CERTIFICATION l w ur,D,frp DD uwu,Gatw MIDI•Nn4F a M1MV. Iw,w WI{IYY{ 1NN NM NN•11l1. M IiwCU.YY,MO Of M MWY gNDMYp y DIDC11y,D .,ww r w., ,y P•fl r• •r, w.w....o p4aDa/4Mi,M OD,n ,raw•,c lw,�. � . YMD,u�Y O•YfrYl{•,I r CYT/A W<I•M iDY 1 ✓777 ` / JJA. Nu too N : i e.l � LLS N IIJ Ne � .z 3' = 7 •4. 3Z.k ¢ x 2f< = t l S 1\Ful i to - '" Z "tot �S Q� � 6tZ = �S x� —• -, i -p'CEt �ZI,.sQ) i Z� is � a�z.0 53 x _ zu l Z 5 ¢ 2oa'I �C'K C Is40,` Z Z4-yk3 71.5 ALL8 I 3p ` xZ 37t, �G 37G. �. 5�s:, v SSo. 5 521�, 5^ CITY OF RENTON PUBLIC WORKS DEPARTMENT Change seat 1 of 1 Order CHANGE ORDER Number 1 piu 7/1� 7lRF _ Contract No. CAG-076-84 ordered by Engineer under teresO of Section 4-1 of the X Standard Specifications (APMA) To: Archer Construction Co. �l change proposed by contractor 18211 E. Vall y Road Kent WA. %02 Endorsed by. Archer Construct oA io Co. �— _3Q Sips Route . nA t • now Federal Aid No. _ _ ,— Project Title W-774 121, Watermain Installation Title Grant Avo S I S.7th to S. 9th St. CorAW gt.va by S"ety: (rktn Atq"Atd) , & S.7th Sc from Renton Ave. S to Grant Ave S. _ Er: ntey ut- — . . . . . . . . . . . DESCRIPTION OF MORE . . . . . . . . . . . . . . . . . . . . . You am ordered to perfon the folloeing described work upon receipt of an spproves copy of this change order: Additional Asphalt Concrete Pavement Removal & Restoration due to relocation of new watermain from landscape area to paved area in Grant Ave. S. from Sta 2+40 to Sta 5+83 $14.00/S.Y. X 115 S.Y. _ $ 1 ,610.00 Compensation to City for fitting not used & reduction in landscape _$ 1 ,000.00 restoration SubTotal $ 610.00 Sales Tax 8.1'i $ 49.41 Total $ 659.41 All work, waterials and eetsureoent to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of Constnation invo ved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATED NET CHANGE ESTIIMATTEDCONTTRACT. AMOUNT, AMOUNT THIS ORDER TOTAL g 55,568.59 9 55,568.59 $ 659.41 9 56 ,228.00 AGENCY USE AGENCY USE APPROVAL RECOMME14DED APPROVED: e +AeeTo+ 0 APPROVAL RECOMMENDED ❑ APPROVED DISTRICT STATE-AID ENGINEER Dots: DATE: 3-1-85 T0: FINANCE DIRECTOR FkOM: PUBLIC WORKS DIRECTOR SUBJECT: PROGRES,; PAYMENT CONTRACTOR: Archer Construction ESTIMATE NO. _4 CONTRACT NO. 076-84 PROJECT: W-774 Grant Ave. So. 12" Watermain 1. wNI'RACTOR EARNINGS THIS ESTIMATE j 9,011 .60 2. SALES TAX @ 8.1% 729.94 J. TOTAL CONTRACT AMOUNT 11JIS ESTIMATE s 9,741 .54 4. EARNINGS PREVIOUSLY PAID CONTRACTOR j 43,430.80 S. *EARNINGS DUE CONTRAACTOR THIS ESTIMATE j 8,561 ,02 B. SUBTOTAL - CONTRACTOR PAYMENTS j 51 991 .82 7. RETAINAGE ON PREVIOUS EARNINGS j 2,285.83 8.** RETAINAGE ON EARNINGS THIS ESTIMATE 450.58 9. SUBTOTAL - RETAINAGE j 2,735.41 10. SALES TAX PREVIOUSLY PAID j 3.703.05 11. SALES TAX WE THIS ESTIMATE 729.94 12. IUBTCTAL - SALES TAX j 4,432.99 *(95% X Line 1) GRAND TOTAL $ 59.161 . 9 **RETAINAGE: 5% FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11): ACCT. r 421/000/15.596 38 65 15 f 9,290.96 4 ACCT. / ' f ACCT. / f ,--- ACCT. / f R j� ACCT. 1 $ RETAINED AMOUNT (Line 8). ACCT. M 4 21/0 00/1 5.596.38.65.15 f 450.58 4 ACCT. If f f ACCT. / f ,-- ACCT. f f / ACCT. f f CHARTER ITS. LAWS OF 1965 TOTAL THIS ESTIMATE f 9,741 .54 CITY OF RENTON CERTIFICATION l M laloa*,Ifjlly oo uWUv G*u/,✓It1 IN4M1 d MIN, 114\Aa W,fhYl IMM YYI IWMMO. M aaMc4 a4paa0 Ca M 4ap*,aaq*NIO N OaaOYafp MM/{AM Mat M PAY a• ua.M valo uNr*s Muoatry*wn q qpa j A DATE: TO: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PkOGRPSS V•AYMENT CONTRACTOR: A•C C 6t L+It C 0"S T- ESTIMATE NO. CONTRACT NO.O PROJECT: W-774• GKar.T A,F So_ IZ'• wATS tt�9A�l/'-/ I. CONTRACTOR EARNINGS THIS ESTIMATE O 2. SALES TAX N 8.1- •7 Z9 ,4 3. TOTAL CONTRACT AMOUNT TTIIS ESTIMATE ; 9 74.1• .S4- 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ 43 4>o • 8o S. *EARNINGS DUE CONTRACTOR THIS ESTIMATE $ S(.( . O L 6• SUBTOTAL - CONTRACTOR PAYMENTS ; S( 'J 9 e . 8 2- 7. RETAINAGE ON PREVIOUS EARNINGS ; Z 2- $S-, 8i a. -- RETAINAGE ON EARNING:, THIS ESTIMATE 9, SUBTOTAL - RETAINAGE ; 10. SALES TAX PREVIOUSLY PAID ; %G J •O3� 11. SALES TAX DUE THIS ESTIMATE 729 • °!¢ 12. SUBTOTAL - SALES TAX ; 4-4-3 Z .9•j `(95% x Line 1) GRAND TOTAL $ S`t /,-I "RETAINAGE: 5% FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11): ACCT. P 4 Z.( co�i iS S9[. 18 GS n" s g Z4o .9G f ACCT. I i ACCT. Y i ACCT. / ACCT. P i RETAINED AMOUNT (Line 8): ACCT. Y ¢-2l/,_ 00o1//_t: S9G •58•�S i i ¢Sp, S� ACCT. Y i ACCT. rr i ACCT. Y ACCT. / i CHARTER lid, LAWS OF 1885 TOTAL THIS ESTIMATE i 9 ¢ (• 5�-- CITY OF RENTON CERTIFICATION i nr uRour„pp m •wu.war.uw�w.ry a �YYIR., �w.11r MI.IW4{INM RWI nNYi, Mk IiA+LY Ri�pR{O CR Mi yrpR Ryypyp y per .rRiw yo mu nw p.W r�apt.w M1R uw�e u1gRroR Rw,n Rr On W Rr�AI MO 1rt�iy 11FtpVip O WMrKA1R RIP(�011 i aW OM4 I CITY OF RENTON • DEPARTMENT OF ENGINEERING ♦ ♦ MUNICIPAL BUILDING. 200 MILL AVE. SOUTH. RENTON. WA. 98055. 235-2631 `✓ q PROJECT W-774 - GRANT AVENUE PROGRESS PAYMENT ESTIMATE NO. Contract Mo. 076-84 Contractor Archer Construction Inc Closing Date 3-1-85 Sheet 1 off Est. PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE It Description Unit Unit Price Qty �4ty. Amount Qty. Amount Qty, Amount No. 6" Cl . 52, D.I . Pipe (Mech. Joints and Fittings Complete L.F. 25.00 56 69 1 ,725.00 69 1 ,725.00 2. 8" Cl . 52, D.I. Pipe (Mech. Joint L.F. 27.00 62 64.5 1 ,741 .50 64.5 1 ,741 .50 and Fittings Complete 3. 12" Cl . 52, O.I. Pipe (Tyton Joint) and Fittings Complete L.F. 29.08 960 901 26,201 .08 901 26,201 .08 4. 6" Gate Valve Assembly 1 300.00 with Cast Iron Valve Box. EA. 300.00 3 1 300.00 5. B" Gate Valve Assembly 3 1 ,275.00 3 1 ,275.00 with Cast Iron Valve Box EA. 425.00 i 6. 1^" Gate Valve Assembly 2 3,200.00 2 3,200.00 with Gate Valve Vault EA. 1 ,600.00 Z Furnish Concrete and Construct 17 2.05 153.75 2.05 153.75 Concrete Thrust Blocks CY 75.00 6 8. Corey Type Fire Hydrant Complete 2 3,000.00 2 3,000.00 with Shackle Assembly (5"MVO) EA. 1 ,500.00 2 9. Temporary Blow-off Assembly 2 500 2 500.00 on 8" Pipe EA. 250.00 2 10. Temporary Blow-off Assembly on 12" Pipe EA. 250.00 1 1 250.00 1 250.00 11 . New Service Connections from Existing Meters to New Watermain EA. 300.00 14 16 4,800.00 16 4,800.00 12. Imported Bedding or Backfill (Bank Run Material) TON 3.00 500 13. 5/8" Minus Crushed Rock TON 10.00 30 222.03 2,220.30 222.03 2,220.30 14, Asphalt Concrete Pavement * Removal & Restoration SY 14.00 165 579.4 8,111 .60 579.4 8,111 .60 15. Portland Cement Concrete, Removal & Restoration SY 25.00 4 16. Rock Excavation CY 1 .00 4 17. Landscape Restoration * L.S. 2,000.00 1 9G" 900.00 90% 900.Otr 18. Hill Holders EA. 20 19. Construction Staking L.S. 700.00 1 50". 350.00 507 350.00 * Change Order #1 Modify Item 14 & Item 17 ' SUBTOTAL ' 45,716.63 TOTAL ALL CHANGE ORDERS tJ,A -0- Included Included SALES TAX (8.1%) 3,703.05 729.94 4,432.99 GRAND TOTAL 49,419.68 9,741 .54 59 161 .22 RETAINAGE (5% of Total) (2,285.83) _ 450.58 2,736.41 AMOUNT PREVIOUSLY PAID 47,133.85 nl nr�c11 NT nor _---_--�._ _- - - 9,290_96 -- 9,290.96_I CITY OF RENTON o DEPARTMENT OF ENGINEERING ♦ & • MUNICIPAL BUILDING, 200 MILL AVE. SOUTH, RENTON, WA. 98055. 235-2631 PROJFCT W-774 - GRANT AVENUE PROGRESS PAYMENT ESTIMATE NO `+ Contract No. 076-84 Contractor Archer Cunstrur' ion Inc Closing Date _3 1 SfS�fs Sheet 1 Off Est. PREVIOUS TOTALI THIS ESTIMATE I TOTAL TO DATE k Description Unit Unit Price Qty. Qty. Amount Qty. Amount I Qty. I Amount No 6" Cl . 52, D.I . Pipe (Mech. Joints and Fittings Complete L.F. 25.00 56 69 1 ,725.00 L`I 1l2S .00 2. 8" Cl . 52, D.I. Pipe (Mech. Joint;4 L.F. 27.00 62 64.5 1 ,741 .50 and Fittings Complete ` Gfa' 17d(•So 3. 12" Cl . 52, D.I. Pipe (Ty ton Joint) I and Fittings Complete L.F. 29.08 960 11901 26,201 .08 90 Zt. Zol.eB 4, 6" Gate 'Valve Assembly -- - with Cast Iron Valve Box EA. 300.00 3 1 300.00 ( 100•00 5. 8" Gate Valve Assembly -- with Cast Iron Valve Box EA. 425.00 2 3 1 ,275.00 3 127S•o a 6. 12" Gate Valve Assembly with Gate Valve Vault EA. 1 ,600.00 2 2 3,200.00 L 3 200 op 16 Furnish Concrete and Construct 17 Concrete Thrust Blocks CY 75.00 8 2.05 153.75 2.05" 15 3.7j 8. Corey Type Fire Hydrant Complete with Shackle Assembly (5"MVO) EA. 1 ,500.00 2 2 3,000.00 2 3 00 0.00 9. Temporary Blow-off. Assembly on 8" Pipe EA. 250.00 2 2 500.00 2 Soo.00 10. Temporary Blow-off Assembly on 12" Pipe EA. 250.00 1 1 250.00 ( 2 So•oo 11 . New Service Connections from Existing Meters to New Watermain EA. 300.00 14 16 4,800.00 IC. 4 F3 00.00 12. Imported Bedding or Backfill - ---- (Bank Run Material) TON 3.00 500 13. 5/8" Minus Crushed Rock TON 10.00 30 222.03 2,220.30 ZILOp 2 2zo. 30 14. Asphalt Concrete Pavement Removal & Restoration SY 14.00 165 C Ig.4 St lr1 (.0 579.4- $ 1i1. 60 15. Portland Cement Concrete, Removal & Restoration SY 25.00 4 16. Rock Excavation CY 1 .00 4 9co•oo 17. Landscape Restoration A- L.S. 2,000.00 1 yp% 9oa o0 9G�l� 18. Hill Holders EA. 20 19. Construction Staking L.S. 700.00 1 50% 350.00 50 q. 3 5-6 .cc c_"A.MuFoV_oetL rf I It9q DFy IrRa 14 1 trv,l SUBTOTAL I 45,716.63 `1cm . :0 W(G.- TOTAL ALL CHANGE ORDERS II -0- Ikw-"0 0 SALES TAX (8.1%) 3,703.05 �z9. 94 GRAND TOTAL 49,419.68 9 7� 1 •s¢ RETAINAGE (5% of Total) 4so. 4) (2,285.83) _ s4 AMOUNT PREVIOUSLY PAID TnTA1 nwimrr nnr 9 z4C .9a DATE' 2-19-85 T0: FINANCE UIkEC'I'OR FROM: PUBLIC WORKS DIRECTOR SUBJECT PROGRESS PAYMENT CONTRACTOR: ARCHER CONSTRUCTION INC. ESTIMATE NO. 3 CONTRACT ND. 076-84 PkalEm W-774 Grant Ave. So. T2" w-tarRNatin I. CONTRACTOR EARNINGS THIS ESTIMATE s 3,516.20 2. SALES TAX V a.I; _ 284.81 3. TOTAL CONTRACT AMOUNT 1111S ESTIMATE 1_3.801 O-1- 4. EARNINGS PREVIOUSLY PAID CLKI:wC 'OR j 40,090.41 S. -LARNINGS DUE CtNTRALI'OR TTJIS E>TIMATE $ 3i34�.39 - 6. SUBTOTAL - CONTRACTOR PAYMENTS t 43,430.80 7, RETAINAGE ON PREVIOUS EARNINGS $ 22110.02 8, " kETAINAGE ON EARNINGS THIS ESTIMATE 175.81 O• SUBTOTAL - NE'I'AINAGE $ 2,285.83 10. SALES TAX PREVIOUSLY PAID t 3,418.24 11. SALES 'J'AX DUE 'IIHS ES'fIKA'I'E 284.81 12• SUBTOTAL - SALES TAX $ 3,703.05 "(95% x Line 1) GRAND TOTAL j 49,419.68 "RETAI NAGE: 5% FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11): ACCT. r 421/000/15 596 38.65.15 s 3,625.20 r 3 ACCT. r _ S ACCT. r $ r ACCT. r $ ACCT. r $ I, RETAINED AMOUNT (Line 8): ACCT. r 421/000/15,596.38.65,15 $ 175.81 r 3 ACCT, r $ �-- ACCT, r $ r ACCT. r 9 ,-- ACCT, r f r CHARTER lid. LAWS OF 1886 TOTAL THIS ESTIMATE $_ 3,801 .01 CITY GF RENTON CERTIFICATION 1 m,ur...c.Yo op MNY,u+rrr Iw.wwn a /YYI, AY,M.,IAI14x1A MN MY,YYWIIYI 1,! ,M,fA�YYYYYO C2 M 1NY�MMYMIi N OYtlWY MYw WI AV.1 ly p,y Y� y,1 N{A110 YII�Y OY.WIo IYMII Y!fi N MYYYI Mi YYI i W WIIYyy YI WNlliwq y iM p MY yy� . CITY OF RENTON • DEPARTMENT OF ENGINEERING ♦ • MUNICIPAL BUILDING, 200 MILL AVE. SOUTH, RENTON. WA. 98055. 235-2631 PROJECT W-774 - GRANT AVENUE PROGRESS PAYMENT ESTIMATE NO. 3 076-84 Contractor Archer Construction Inc Closing Date 2-15-85 Sheetlot� Contract No. Est. PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE Description Unit Unit Price Qty. I Qty Amount Qty. Amount Qty. Amount 1 . 6" Cl . 52, D.I . Pipe (Mech. Joints .00 56 60 1 ,500.00 9 225.00 4. 1 ,741.50 and Fittings Complete L.F. 25 0.00 64. 2. 8" Cl . 52, D.I. Pipe (Mech. Joint L.F. 27.00 62 44.5 1 ,201 .50 20 545 1 ,741 . 0 and Fittings Complete 3. 12" Cl . 52, O.I. Pipe (Tyton Joint) 901 26,201 .08 and Fittings Complete L.F. 29.08 960 901 26,201 .08 4. 6" Gate Valve Assembly 1 300.00 with Cast Iron Valve Box EA. 300.00 3 1 300.00 5. B" Gate Valve Assembly with Cast Iron Valve Box EA. 425.00 2 2 850.00 1 425.00 3 1 ,275.00 6. 12" Gate Valve Assembly 2 3,200.00 with Gate Valve Vault EA. 1 ,600.00 2 2 3,200.00 Furnish Concrete and Construct 17 CY 75 00 8 1 .05 78.75 1 75.00 2.05 153.75 Concrete Thrust Blocks 8. Corey Type Fire Hydrant Complete with Shackle Assembly (5"MVO) EA. 1 ,500.00 2 2 3,000.00 2 3,000.00 9. Temporary Blow-off. Assembly 2 500.00 on 8" Pipe EA. 250.00 2 2 500.00 10. Temporary Blow-off Assembly EA. 250.00 1 1 250.00 1 250.00 on 12" Pipe 11 . New Service Connections from 1p 3,000.0 ; 6 1 ,800.00 16 4,800.00 Existing Meters to New Watermain EA. 300.00 14 ',2. Imported Bedding or Backfill TON 3.00 500 (Bank Run Material) 13. 5/8" Minus Crushed Rock TON 10.00 30 176.91 1 ,769.10 45.12 451 .20 222.03 2,220.30 14. Asphalt Concrete Pavement SY 14.00 165 Removal & Restoration 15. Portland Cement Concrete, Removal SY 25.U0 4 & Restoration 16. Rock Excavation CY 1 .00 4 17. Landscape Restoration L .S. 2,000.00 1 18. Hill Holders EA. 20 19. Construction Staking L.S. 700.00 1 50% 350.00 50a 350.00 SUBTOTAL 42 ,200.43 3,516.20 1 45,716.63 0- TOTAL ALL CHANGE ORDERS 7 C 3,41818.24 28484.81 3,703.05 SALES TAX (8.1%) GRAND TOTAL 45,618.67 3,801 .01 49,419.68 RETAINAGE (5% of Total) 175.81 2,285.83) AMOUNT PREVIOUSLY PAID -0= 43,508.65 j TOTAL AMOUNT DUE _ 3,625.20 3,625.20 i IYII ■ lull I I! lioll lull 1 3UNION I = 1 IN 11111 wMilli 1 DATE: TO: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PROGRESS PAYMENT CONTRACTOR: AQC-NEe cor %, . INt_ ESTIMATE 140. CONTRACT NO, 07& - 8C PROJECT: W 77q. G L&s r A.-E C. I-' Wa.Tr.1L M1A./.1 1. CONTRACTOR EARNINGS THIS ESTIMATE $ �,S�G• t.0 2. SALES TAX B 8.% L 8f•8 I 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE f_801 . 01 4. EARNINGS PREVIOUSLY PAID CONTRACTOR S 4Oa 090.41 S. *EARNINGS DUE CONTRACTOR 11113 ESTIMATE 6. SUBTOTAL - CONTRACTOR PAYMENTS t 3}430 • S O__ 7. RETAINAGE ON PREVIOUS EARNINGS f I I C • O L B. ** RETAINACE ON EARNINGS THIS ESTIMATE 9. SUBTOTAL - RE TAINAGE f C .ZE?S• B3 10. SALES TAX PREVIOUSLY PAID S �({•1 S 11. SALES TAX DUE THIS ESTIMATE 12. SUBTUTAL - SALES TAX f 3 ? O 3. 0! *(95% a Line 1) GRAND TOTAL f V. 4 1 **RETAINAGE: 5X FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11): ACCT. 1 Q-Zll eac�iS. <-% . 38.1..is $_ ACCT. 1 $ r_ ACCT. 0 f i ACCT. 1 f AC. . 1 S 1 REIAINED AMOUNT (Line 8): ACCT. 1 4Li4006�/f. —�— Accr. 1 >; 1 ACCT. 1 S 1 ACCT. 1 ACCT. 1 CHARTER 116. LAWS OF 1966 10TAL THIS ESTIMATE $ 3801. . O I CITY OF RENTON CERTIFICATION l 1W Np0.Yi1t9 Cp ny.YV Y1MV UIIINII nM.n y �Y1Y L1*�T.f I41YWj MM YW in1y1® M Nw.'W 0.Y00.M0 CI.Tlf 1M0111WC1Wi 4 YYCWY MNy YO 1MN ..� lNY Y* u9r W MO uw0 rr CITY OF RENTON • DEPARTMENT OF ENGINEERING .�, ♦ MUNICIPAL BUILDING, 200 MILL AVE. SOUTH, RENTON. WA. 235-2631 26 PROJECT W-774 - GRANT AVENUE PROGRESS PAYMENT ESTIMATE NO. 076-84 Contracior Archer Construction tnc - G.!( sing Date Shwet1ot1� Contract No. Est. PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE Price Amount Qty Amount k Description Unit Unit Qty Qty Amount QtY Mot I 6" Cl . 52, ),I . Pipe (Mech. Joints Cn`1 172S".00 and Fittings Complete L.F. 25.00 56 60 1 ,500.On `� Z7 oo 2. 8" Cl. 52, D.I. Pipe (Mech. Joint L.F. 27.00 62 44.5 1 ,201 .50 ?o S4o.00 Gd.S i7�1 so and Fittings Complete ton Joint 2✓r,toi •o5 90/ 24,2oi .o8 3. 12 C.. 52, D.I. Pipe (Ty ) L.F. 29.0 960 901 2-,6�08 and Fittings Complete 4. 6" Gate Valve Assembly 3 Soo-00 I with Cast Iron Valve Box EA. 300.00 1 300.00 5. B" Gate Valve Assembly EA 425.00 2 2 850.00 l LZS oo s I L7s oo with Cast Iron Valve Box 6. 12" Gate Valve Assembly EA 1 ,600.00 2 2 3,200.00 3 Zoo .00. with Gate Valve Vault . Furnish Concrete and Construct 17 Concrete Thrust Blocks CY 75,00 8 1 .05 78.75 i S. Corey Type Fire Hydrant Complete with S:iackle Assembly (F"MVO) EA. 1 ,500.DO 2 2 3,000.00 7 .00o.00 9. Temporary Blow-off Assembly EA 250.00 2 2 500.00 2 S + •oo on 8" Pipe In. Temporary Blow-off Assembly EA 250.00 1 1 250.00 1 on 12" Pipe 2So 00 11 . New Service Connections from i goo.on Existing Meters to New Watermain EA. 300.00 14 10 3,000.00 (.o It, ¢,goo.oe 12. Imported Bedding or Backfill TON 3.00 500 (Bank Run Material) 13. 5,'3" Minus Crushed Rock TON 10.00 30 I176.91 1 ,769.10 4-S. 20 27.2.03 2, zzo. 3o 14. Asphalt Concrete Pavement SY 14.00 lb5 Removal 8 Restoration 15. Portland Cement Concrete, Removal SY 25.U0 4 8 Restoration 16. Rock Excavation CY 1 .00 4 17. Landscape Restoration L.S. 2,000.00 1 20 18. Hill 4+.olders EA. 1 50% 350.Oi1 So% 3so.00 19. Construction Staking L.S. 700.00 42�200,43 3f'l(,.Io 44: 43 SUBTOTAL s0 $ ®. TOTAL ALL CHANGE ORDERS 3.y1fl-24_ Z O d•8 1 37o3 , 0 SALES TAX (8.1%) 45,618.67_ 38 o1 .61 49 xs?-+sue GRAND TOTAL CI7 S•8 tt�-__ _ �_. RETAINAGE (5% of Total) eta' i AMOUNT PPEVIOUSLY PAID TOTAL AMOUNT DUE DAILY INSPECTION DIARY N DAY: NjC"a� DATE: WORK PERIOD: ? a.m./p.m. to s a.m./p REPORT er, WEATHER: VbM1 507s TEMP. MAX 47 OF MIN 36 OF PRECIPITATION: WORK ACCOMPLISHED TODAY: W 174- anY- Nit S ` Mgt nA11 tqi S: v ettl' — Ln1 hatnn — A S6nN+coAY mrlw�d s..1r c '1tt I+t� �� 0q �,t. _ S ciw (t h(-4-v i_, 'P�UWRw t CQMw nrt�'S Rio Ord f fl �. �OrJ�'fn(l1M1 3 Out atic. n QM r,w d '�'�17 - �7� I+n SS ►,iu1• �= �- � Tay�ay ►1�+1 -- � dlaY @ (A An Nw 7% 46_^tyl—i,—NIvJ �, n�y terra do NA- 6,wt �ti,A.a�J'Q- Cato., o� FICA- <, NUl 7i° iw ru.d h 4e rraH ,A 4 n,�q _ • �--- 5_0,% Gv.1� V"ft04^ CA&I 4 0,)&ed _ nlrn by tc nk, ace.Q4 6C [oP/ txtlhA )raw tq�r Pw ctV Pak, &I,- lk 1 bA�n fewc� �—A�R— OK . %*4MV (w'r OU OK -0� U �4t Rennlwn Plow, — / 15aN, a hs av W k 4tj' El rlc�DtV p� bn�bl�u SIT �7C (a0t�lq�{ rt t 46t3 "g, — Cntrl• barn v- roWd_ RduixA g�tvno. Ian eoV y, Rtt M+wc ocw,,A cnkcL 6�" _ (�su ha.e bdh 1a,y►to,V v utirA i��{ P�l�} �oaV o4 ,wt� wfa rn.D_ y ,w — CONTRACTOR SIGNATURE j NSPECTOR SIGNATURE DATE: DAILY INSPECTION DIARY ' REPORT N DAY: DATE: / at WORK PERIOD: a.m./p.m. to S a.m. -T ,1�T—__ - J i WEATHCR: yew TEMP. MAX S S "F MIN Qp "F PRECIPITATION: Q WORK ACCOMPLISHED TODAY: _ W•GIs � ue•?Z�_ _ _ ht �al� Qvn (Aao. j �1�4 11a✓ _(� B� Itr S i ?� r y{ n,F r p�c,i.. ,r... @ he �� PA1aI UA trfL,l b,.hra �iha 4M Sul la uaAvy �± R�a.M.a�1�Aet w i 1k�.,E-_a �u.,,; {0.re�,�. (•> >,• �,e+h. A'hn� Dt{�cy__�,1nT a,�lr afx �h�i r �i�9 _�---i• ���1•-J�a - rssar.V 11+t .S- 17� Sa 4 'S�+ L11�n Ct d wY1�' tin tfnQvh �e hc� eta-- -rM 0� &V ph (h _ /►+. S. W 74`1, / Iro 't(eo, "VT.&y 9 jedW` , Fite Ur+ T .a 4? Iz„d N t�ll.tu/ 6 3i3aU �n �_��i Rat gia_A n�c �. 12"t<e NoA* JI bled Tcyi�'�Qa�� �e.� h. RwA tilt —ta"k 7" 'bw, lily a Sool. 1N�ano. Q„ 3a� �Aun . aytr09 bl.cl _ Ilr r l�sp.000�A . 'Aewu 12" W 1t1 Qo _9C i �w hdn ted .,IN X13 It � QQ 1ah�Av��/� 1?' AcRiA tRuc (Ty�C. ) N3 1 11" G� N3) V3 rH`' ^� eka"4I. _tl•Tfi'OL T' �uM -l� In Qra j1:^� F_— - r CONTRACTOR SIGNATURE V INSPECTOR SIGNATURE DATE: 2�I t1 Zs` ,S ' y 4DAILY INSPECTION DIARY DAY: V��M�/�gaa� DATE: 'L/ IJ/ f WORK PERIOD: 8 REPORT B � _� a �,. ./p.m. to 5 a.m. p,m, �7 WEATHER:��. TEMP. MAX aS °F MIN 2q_°F PRECIPITATION: Q WORK ACCOMPLISHED TODAY: M- 77q • 14ank Ne $ . CJi!;� ON di d i+c .,n 6F 6' kgAft- ;Prig. c' SE caret -d S 7`` ` ry 1�n�n pre $ , u*%%N 22 2' luprea -Pm - (a„aa�t blarrin b.1�,r1 1]end - S1,ark1►d bad t� ti��t. a 2) lc�A rw n(,N+ (� � loll .[K(`�iP� �• W�y� nrron 1 ffynOre.[� qo,1�� `� �h Uu�r•. - (Gnmer( i6gy& 1) r. 1d`CPA" Sh„cta,�tu.�, _ Ftw. .R ,Y m,'h 4' 16" roc ; (jam rcto&b _ 6skof,,A„o ;k fi`) ,S<wh&& �aa c _W�FS o,ilY� In_t p Ctw 441hs R/�K Cott �ntr ko IYN ftk*l <Xty- 6" � '?Tryk J+ t,T M l AA"! d A<i.U1 '�[T1� Z C4.14 60ri1 ) (' K c 5 Rrrsr ow _ f',tle ',rf*�,Ab.+ au b 9 rvn y o n uq ft mokWhY gc LxirNn t _ S* .d- 1 . lew� a1nc,Jr �1 - Car,-fty �oc2C, (era,M�h � �,n, r� rnallw�r . lac aA��yr1 G w4f A� towcuoh naMa. -Alb. - � Gtew 4,Y tr il�Dy X w " - 6eui' uin) ctie�chrn P'ay 61,aa aM �.. •trot- t ea�,li r `<aT�—, bled w,Y wmY1' R' u►� ' In, bia e��N� —?1 -�1 ) M 51�nc�+•� a�.y I S' `k Ir' OI S c�a Ara, - _'�Q uk Q4 A ln)�, 'a ld6C.wk L ra cly < (ePd n�,p {tr,.cA c►tit�� — Q1., a,tw tUrnrA ) �n1sw h.eK a►+ 1\!�AnnY Gh wl �4. v. ry,orlt r� io�frK 'on . ss • u� nw �* v CONTRACTOR SIGNATURE ECTOR SICNATURF. DATE: INSPECTORS DAILY REPORT Engineering Department City of Renton yq 774 61fPw1 Avf f,tm 5.7u 10 5 9t. PROJECT: DATE: CONTRACTOR: AP(Mu WEATHER: Bid Item No. Description Unit —F�W—ntity Remarks n"C1.51 p,pt ,,,':• P,H,n1> f.(. 4 L• rv,pPu ❑� t'r.,r ; 0.52 'W p,�,. 4 011np 1 6" 6nit 'jil-t A)vmblj � wilh ai,r haK FA. c $" 6,h %,1> 0 1//2" 4A4 )/o!vr A.:'+, vi,�w,lhValwvauih i A. -7 rUtlPSiv ` � ill �'n h" 1h,'.Ilw :v.N li E.y. ' St.r{ra t• 'M1� ^-iM PIP, tt .a tam ,,,. •:,�r,. ,�, t., Yt e,w ; n 11 Nfw 5nwc (r rIllu" n 12 �m1n•.1,� btAtGop w Q.n tht,U �aM 13 /' " fn` ' Cr,:•.A Tori) G„ 29.5 1w, 6.?�t42 Cta,,.` F.' Sit 1 ecv+ u+. 14 !:. f•. .1. I nit n, ( '/ ,1 innA)� ,,., Yn •., , L.S . IB ��IU 11 G10t k`. 1 F 02:12PM 07FENT NET 29S80 LB 08:4E44M 1TEMS NET 2942(1 LB STO N EWAV STO N EWAY P.O.BOX 5M-RENTON.WASHINGTON 98087 P.O.BOX 508-RENTO V,WASHINGTON 98D67'--' 2261000 438 1000 DATE 19- DATE 19 P.O.N PLANT w P.O.N �.�.— J PLANT A-- i f sot.D ro—._ t\\1 1 +,,,�� 1 / SOLD ADDRESS ADDRESS CITY-- CITY DELIVER DELIVER TO. TO W PNIITV pC5CN1eTON PPICC MMUVNi WwNTITv UESCPIPiIpi mCt wMOVnT Cu.voe SAND _ Cu vos SAND -- - GRAVEL GRAVEL RUSHED ROCK CRUSHED ROCK ' a�' ekvr. SUB RfGD_—�(SUB is TOT TOTAL BYC'OX - TOTAL _ AX . TAX TOTAL TOTAL DRIVER DRIVER _ No. G 23762 G 24148 It A spacdically agreed that STONEWAY CONCRETE INC.will not be hf'-liable 1nr any ['�D- specifically agreed that STONEWAv CONCRETE INC:will not be held habla for any roadway or private pfoperty in delivering mat demege to shrubbery,flowers,city sidereal".rodway or private property m delivering mat darlsapa to shrubbery,(lowers.city sidewalks,roadway fisted above,on thew premlps. was listed above,on them pramlms. 4 DAILY INSPECTION DIARY R K.POR1' r., ./P.m. Lu DATE: z / t4 / � WORK PERIOD: � DAY: �^ _ T1 3 1P. MAX LIB_°F MIN ljI'° PRECIPITATION,. 1-- -- WEATHER: WORK ACCOMPLISHED TODAY: �(eflY �ti� —' 1pSfracr��rnt 4 kn dJ� ilt -�^ to Y �1bn 1 11�u�aw �r^ u Lk, 401 (a0 .n,Y Ma bl�c4i� $'n. frur Mc ISc lh io` 0 ^^ u� n1 `� 1, u, e�� G„r a to .w. �G►+ np/th d - -- loaf[ k CY a crG. Ibt+ el (a a Jim to A , ` r�-- 1 OR SIGNATURE "— )NTRA�GNATURE zp4l 93 DATE: �----- INSPECTORS DAILY REPORT Engineering Department City of Renton PROJECT: H1 714 A t free 5.71► {u i" L DATE: CONTRACTOR: tk' _ „o.+ WEATHER:__(irtw7 1;9N �cyN Zoo Bid Item No. Debcri tion Unit uancit Remarks - fi CI 42 , DI prpa .ytlh �i{1tn'> L.f. WA% al"e 154,( 5 $" 6a6{ Valtt A;t'. u•bt� Wd1,.uh• b�+ 1:A.. 7 �un• ., e � P,t�l( �n+t• (nngi r c.y. `r41 11'1►ao,r r\...\It J''1 FA t� �PMrrn r. ' •Jl mtr Ot� !M tJ" 1: 1. tr \0 tanp,.a.• ''�II • n + to Yl. r,V t n 11 Nfw Stlurtf (orov �anp 1 n 12 lrapu•le� �eAAaon « 4...rh�•U i;,, 13 /g" fbut, (r- .,t \' 4i SON 1A�2 S 4. P4e49- 31. t�ela. 14 10:3MM 1 VLabS WT I A LB STOMEWAY P.O.BOX SM-RENTON,WASHINGTON 98057 229-1000 DwTE rg�_ P.O.x PLANI x SOLD 10 (� �r -L--�(-1„ Dt.t,VCR 'i— R1 i_IVIYN YITY OESCRIRI( VPICE AMOUNT au.vqs SAND GRAVEL CRUSHED ROCK REVOX SUB fl\ TOTAL TAX DRIVER TOTAL No. G 24049 It d WOCII WIV tgwed that SIONEWAV C09CRETE INC.Wdl oul be Aeid liable lur any dMIP to dwUbbwy,Raw 1,city uds"k3.TOMWay Or Pelomta rn e 01"lifted abloom,loA tbaaa IN, ,,r. P P Tt1'in delivering mq. DAILY INSPECTION DIARY r ++CC REPORT A DAY: AlR DATE: Z / 1J / WORK PERIOD: p a`,/p.m. to , J a.m./p.m. ` WEATHER: TEMP. MAX OF MIN OF PRECIPITATION: WORK ACCOMPLISHED TODAY: U-'h q - e6mv- -Ne S /�A.rt '-NA66�- 5, DMnhl .ys gs SRN esua 4t, lx S�uia.v tx o� P�J nr1 L[A1�11.1#G✓ fn�+#�r ny �-�nnr�,�K 3. h4wv- 0"64 N+C/n Zgmo' G ty zit- Twvy A� I.••b. A hVe< &%lh lt,,.e n [tir N^ G S• ( a' j- Ak-n.e u� RMl \Aso"" k �k. !n,(e CONTRACTOR SIGNATURE INSPIWTOR SIGNATUPr DATE: ZItSI�S u DAILY INSPECTION DMY REPORT Y DAY: 1 0. G DATE: 7 / 4 /SS WORK PERIOD:_$vm /P.m. to a.m.,(��.mD.. WEATHER:_ . 5,%:, ) TEMP. MAX 10 OF MIN OF PRECIPITATION: WORK ACCOMPLISHED TODAY: � (M �1� Z - 1$ �a�,4t tt.Aa.,. � .�,i �.�,J _ �nr+ohtJ�4 dtc•� - tA `L' W ?J4- r,nt- (-rc cTdt rky 19I7 Tnl6.y tZA S 5 A Ib \{Ickcrc . L,*u ( . At* brd JI � JA 8'�'�Y'-, O k.'. Ma. 1„4. ., cl�a�n..QiA AL [�..r., � tUKi— Nn vm.� rSw `u1 k' Q6J.1e W � c II _ CONTRACTOR SIGNATURE NSPECTOR SIGNATURE 1 DATE: - - I I DAILY INSPECTION DIARY DA'z.- _ DATE l / 5 WORK PERIOD: aW./P.m. to a.m,�n. REPORT WEATHER: 1�Q — TEMP. MAX 40 °F MIN _JL_°F PRECIPITATION: 0 WORK ACCOMPLISHED TODAY: -k-_ W-77 6raw me s - CONTRACTOR SIGNATURE INSPECTOR SIGNATURE DATE: ANNE rm. AMEN smw AMER a DAILY INSPECTION D1.4RY (1, `` _ REPORT f DAY: �N -- DATE: / / V WORK PERIOD:_y— a.m./p.m. to a.m./p.m. WEATHER: O(H TEMP. MAX BEd °F MIN 3G "F PRECIPITATION: IOy WORK ACCOMPLISHED TODAY: a H rncv w n kill, k, Sha+ .n aY l if3.121 - BY Pf" --- �otilrac 1 yioelwk!. )je — v tuA fbnU Q 90` �Q1,. lwMNt ay► 6KI alx.Yp�to b.rc - -� — 3 �r r CONTRACTOR SI*.NATURE SPE�GNATURE DATE: 613s _ c a ft 1. IL I. IL DAILY INSPECTION DIARY REPORT Y DAY: 1S DATE: ? / 7 /' i WORK PERIOD: '? aam./p.m. to �_ a.m./p.m. WEATHER: . ti k� k. TEMP. MAX _•F MIN ^°F PRECIPITATION: S f/i WORK ACCOMPLISHED ACCOMP{Ln/ISHED`TOD(AY:1� IA L S1r Fw1.1 f.•.,1 c4+ 4 -ef- t 0A V" 1c� 124" t 97e Awe H i-` o':0 (, K. lr :� !' ,1_:r.n ✓'..1 1^ ' i<. ,� EM Atect AA Ate M Ili.nr� ew II/ �\ iF ►,TtmlrpAA[: _ t: r,��. �, :j' ��.cc nn ?'1` b_r...1 ( Ns) n 4 1 �Ir� Fr. r— ' �i,• -• L' 1 I. Is > .d- S:.I,�k� IG t bA\r�+ - ( 1 � c:< +� b'.t.1i .1 j1r r,i• D,d. 1: r �si'� 1 ,^..rtt c71d ,w+ i `�/ ✓ A.t, (y 4 ,�. \ M '((:w Of-, , �'- tsc, `/ Ra-< ( t,..;4, • i � ;« p fir, a 'i • :. c t;, '�•;� - 1 t_.. 1.a ' r/ti < �— s h 1 P -.1 .w S n4 141, y.'7- ;1�• S 1� "1 C.'ro,A K l�.a_l' •a r..i�t_t.�.�_.� ,.n l '�7.,—Y,[,r . /� p IGcV / 5 lci� Ml,t.. !� 2 11„.,I.,h P S,49&�y &fywl c $. t VEt Cir'+yv1r h+t r —_ CONTRACTOR SIGNATURE I SPECTOR SIGNATURE -^ DATE: INSPECTORS DAILY REPORT Engineering Department City of Renton IROJECIs W 774 Gti'r•n P,t n hcm 5. 71" l0 5 9�< VATIC: CONTRACTOR: HEATHER: Y Bid Item No. Description Unit Ouantity Remarks ' , 15� D1 p,lr , ..> F,Hnay L.f- ff°�I t2r'. . D1 v,va qv,% - 3 6. 6r,t1 i,l,r aes.w.bf,•3 with nirt haY F A. 6 !i° �.n!t unlrt it�rrro!rGw,lh��rt 1ow^h CP. 7 (Urm', � i'..' df tA.n'.r1 1har,, i'orq C.y. F•�C tl'ikVe.� A:. ud y EP IU lbw.�.•e. 1�1:. S';` G,1 �a e•p• C P 14m,N1{ let4, IiNr 1 Nfw 5el Ul(( t ...... cm, I P hi S"1yAMS- 12 `o.lxalrA fjrAA ." w Lnt;z 1erl i3 8 14 C 11 L.S . �� d1U 1!6t Dc kS tl' , !�IIfwI1M1i1r DAILY INSPECTION DIARY DAY: ��M�O►.( DATE: T / �},'/ FS WORK PERIOD:$ .J_/p.m. to s a.m. REPORT / WEATHER: (�(A1 TEMP. MAX �a °F MIN 3°F TRECIPITATIOX: O WORK ACCOMPLISHED TODAY: -- ��T�ard (s+,�• �Ftnanrintk�� (,�w rot�o �oc�QQ i,_ 2 r` —h pe ws QRAu gcuaY yw ck dUU� ,1N - S►�a tYCeT—utp Wrr=►� atew.d wn.- fJohik o v Co ri th mod %V a PweS etas Cp,Y.y 6wy. cd W1 ��p,��W IUO+MP � j i� �/1Ir Tf� .Q. - Q�c�..� fl}'�.r• Tv.1'i�Lf xS__ S�aJ /Iet�S7+ G�( _fltw �l�da��,d mQu �Mefav b„f fall. S 7'—r�F61 Gruv.t Al ,. �S Qe�f icl -- lw. vtr nNA Mt 41," 411r,Att — . CONTRACTOR SIGNATURE S it7S�I�CNAITE—,',F— DATE: PAyMFNT^E I MAIL TO: F_', �f/VED Statement of INDUSTRIAL STATISTICIAN �_ INTENT TO PAY Department of Labor t Industries td J - PREVAILING WAGES Employment Standards Division ^+vy' (public Works Contract) General Administration Building -W Olympia. WA 98504 (206) 789-4019 Contract Number W-774, Grant Ave. So. Date Bid Was Due October 31, 1984 Contract Awarding Public Agency Date Contract Awarded December 13, 1984 City of Renton County in Which Work Performed— King Address 200 Mill Ave. So. Location Within County Grant Ave. So. , Renton Renton, WA 98055 _ Prime Contractor _ Archer Construction, Inc. Phone 235-2631 Contractor's Registration Certificate No. ARCHEIA219DR _ Do You Intend To Use Subcontractors? Yes M No ❑ In compliance with RCW 39.12.040 1, the undersigned, being a duly authorized representative of Hot MIx Pavers, Inc. 1207 E. Lynn St. , Seattle. Wr, 98102 ar subrvnu. ) (Addr ) 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. SFr ESTIMATED NUMBER RATE OF RATE. OF HOURLY OF WORKERS HOURLY PAT FRINGE BENEFITS Nmil: Attach Additional Sheers as Needed. I(:omwnY Nam.) By MOO and sworn to before me For L R I Use Only thin ..�_ day of �"�� f APPROVED 19 C'� Depart- ant of Labor & industries Indu ri ,1 Statistician Notary ftMe in and for the Slate of Wwhingeon. B Date E9 7J Pau "siding in Washington. BEFORE FINAL SETPLEMENT can be made on any public works project, the prime contractor and eacl: and every subcontractor must submit form LI-700-7 "Affidavit of Wages Paid" to the officer charged with the disbursement of public funds. EACH AFFIDAVIT OF WAGES PAID MUST BE CERTIFIED BY THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT Or` LABOR AND INDUSTRIES BEFORE 1T IS SUBMITTED TO SAID OFFICER. PROGRESS PAYMENTS: Each voucher claim Submitted to an owner by a cont --tor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the nrefiled statement or statements of intent to pay prevailing wages on file with the public agency. COMPLETE AND MAIL ENTIRE SET FOR APPROVAL TO: Emplopntent Standards Division, Department of Labor and Industries, General Administration Building, Olympia, Washington 9W4 CONTBACTOPS, DISTRIBUTT APPROVED STATEMENTS AS FOLLOWS: (PINK COPY) ORIGINAL CONTRACT—AWARDING AGENCY (GREEN COPY) DUPLICATE—INDUSTRIAL STATISTICIAN (RetainM by Uepertmmt) (BLUE COPY) TRIPLICATE—PRIME, CONTRACTOR ("ELLOW COPY)QUADRUPLICATE—SUBCONTRACTOR 77 DATL: <. —85 TO: FINANCL DIKLCIDR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PROGRESS PAYMENT CONTRACI'UR:_ARCHER CONSTRUCTION ESTIMATE NO. 2 coNTRAcT No. 076-84 PROJECT: W-774 Grant Ave. South 12" Water Main 1. CONTRACTOR LAkNINGS INIS LSTIMKIl j 3 ,960.58 2. SALES TAX a 8.1 , _ 320.81 3. TOTAL CONTRACT AMOUNT TIIIS ESTIMATE j 4,281 .39 9. EARNINGS PREVIOUSLY PAID CONTRACTOR j 36,327.86 S. *LARNINGS DUE CONI'NACI.ON THIS ESTINAll j_ 3 J62.55 6. SUBTOTAL - CONTRACTOR PAYMENTS j 13,090.41 7. RETAINAGE ON PREVIOUS EARNINGS j 1 ,911 .99 8. *- RETAINAGE ON EARNINGS THIS ESTIMATE 9. SUBTOTAL - RETAINAGE j 2,110.02 10. SALES TAX PRLVIOUSLY PAID j t ,097.43 11. SALL, I'AX DUE IBIS ESTIMATE 320.81 12. SUBTOTAL - SALES TAX j 3,418.24 •(95% z line 1) GRAN: TOTAL j 45,618.67 *-RETAINAGE: 5% FINANCE DEPARTMENT ACTION; — PAYMENT TO CONTRACTOR (Lines 5 and 11): ACCT. s 421/000/15.596.38.65.15 f 4,083.36 M 2 ACCT. Y f ACCT. I f f-�— ACCT. K f ,'— ACCT. r f RETAINEU AMOUNT (Line 8); ACCT. / 421/000/15.596.38.65.15 f 198.03 a 2 ACCT. / _ f ACCT. f f /'— ACCT. Y ,"— ACCT. I 4 f }' CHARTER II$. LAWS OF 1965 TOTAL THIS ESTIMATE CITY OF RENTON CERTIFICATION , w umMv m..~u u 'w a ,Muir. w'M,wln w r ' , .W swM"rs,rc c,,.y MIItM/Ywrp/.I oUOM,O !. ,,y4 W�M,1 ,N 4NY■� Y„ A{MIC,yy (St O,tti,110Y�4M.,1 M O1,M NYM,MO M„�MI CITY OF AENTON • DEPARTMENT OF ENGINEERING MUNICIPAL BUILDING, 200 MILL AVE. SOUTH, RENTON, WA. 98055♦ 235-2631 PROJECT W-774 - GRANT AVENUE PROGRESS PAYMENT ESTIMATE NO.I Contract No. 076-84 Contractor Archer Construction Inc. Cbs,ny Datr SMat_Lot y It Eat_ PREVIOUS TOTAL _TT ESTIMATE TOTAL TO DATE ,ND. Description Unit Unit Price Qty. Qty Amount Qty. Amount Qty. Amount 1. 6" Cl. 52, D.I. Pipe (Mech. Joints and Fittings Complete L.F. 25.00 56 60 11500.00 [0 1,500.a0 2. 8" Cl. 52, D,I. Pipe (Mech. J0int L.F. 27.00 62 44.5 1,201.50 44.5 1,201.50 and Fittings Complete 3. 12" Cl. 52, 0.1. Pipe (Tyton Joint) and Fittings Complete L.F. 29.08 960 890 25,8P1.20 11 319.88 901 .620.08 4. 6" late Valve Assembly with Cast Iron Valve Box EA. 300.00 3 1 300.00 1 3J0 00 5. 8" Gate Valve Assembly with Cast Iron Valve Box EA. 425.00 2 2 850.00 2 850.00 6. 12" Gate Valve Assembly with Gate Valve Vault EA. 1,600.00 2 2 3,200.00 2 3,200.00 7. Furnish Concrete and Corstruct 17 Concrete Thrust Blocks CY 75.00 8 1.05 78.75 1.05 78.75 B. Corey Type Fire Hydrant Complete with Shackle Assembly (5"MVO) EA. 1 .500.00 2 3,000.00 2 3,000.00 9. Temporary Blow-off Assembly on 8" Pine EA. 250.00 2 2 500.00 2 500.00 10. Temporary Blow-off Assembly on 12" Pipe EA. 250.00 1 1 250.00 1 250.00 11. New Service Connections from Existing Meters to New Watermain EA. 300,00 14 10 3,000-00 10 31000.00 12. Imported Bedding or Backfill (Bank Run Material) TON 3.00 500 13. 5/8" Minus Crushed Rock TON 10.00 30 112.84 1,128.40 64.07 640.70 176,9 1,769.10 14. Asphalt Concrete Pavement Removal h Restoration SY 14.00 165 15. Portland Cement Concrete, Removal 8 Restoration Sy 25.UO 4 16. Rock Excavation CY 1.00 4 17. Landscape Restoration L.S. 2,000.00 1 18. Hill Holders EA. 20 19. Construction Staking L.S 700.00 1 501 350.00 5c, 350.00 I ( SUBTOTAL 38,239,pr TOTAL ALL CHANGE ORDERS SALES TU (8.11) 3 097:a,, l 32C.81 JJ GRAND TOTAL 41,337_28 ( IrrI 4,281.39 45,618.67 REIAINAGE (5% of Total) _ 11 .911.E L1198.03 (21110.02) AMOUNT PREVIOUSLY PAID . -0�. I 39,425.'29_ q25,29 TOTAL AMOUNT DUE _ 39,425.29 a 083.36 4,083.36 w _ 1 i i { . t DA7:1 TO: FINANCE DIRECTOR FROM: PUBLIC NORKS DIRLCT30 SUBJECT: PROGRESS PAYMENT CONTRACTOR: A 12 C.N 6 2 L Oh S T E,;,'IMATE NO. CONTRACT NO. 4- PROJECT' l„t) - IL I. CONTRACTOR EAIu.INGS MIS ESTIMATE s 3940.sg 2. SALES TAX a 8.1% 320, 81 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE s !} 2$t, 39 V 4. EARNINGS PREVIOUSLY PAID CONTRACTOR s G v L)•8(� S. *EARNINGS DUE CONTRACTOR IWIS ESTIMATE $ 7.-�, 6• SUBTOTAL - CONTRACTOR PAYMENTS : $ao9 o. 1-► 7. RETAINAGE ON PREVIOUS EARN' .S j ) 1 11 S. " RETAINAGE ON EARNINGS THIS ESTIMATE 19$ 9• SUBTOTAL - RETAINAGE f 2 1 ( G) • OZ„L" 10. SALES TAX PREVIOUSLY PAID $ � (�^? ?. J 3 11, SALES TAX DUE THIS ESTIMATE p ! 12, SUBTOTAL - SALES TAX '(95% A Line 1) GRAND TOTAL "RETAINAGE 5% FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11): ACCT, f ACCT, f ACCT, f f —�• ACCT. f 1 ACCT. f 3 '�• RETAINED AMOUNT (line D): -- ACCT. ) I= ACCT, f ACCT, f �`— ACCT. f ACCT. f f f— CHARTER lid. LAWS OF 1946 TOTAL THIS ESTIMATE -- CITY OF RENTON CENTIFICATION � r uwcrr ro wixur um.uw•n++.n a rrwuu, m•.>rr w.uwr..0 NW•wN.o. Iw ffw+LY rYYD c1 M W[r rMN11Yi N Wby1G r+�r•l Hr 11r� .+1 a.•u r� ucr aw Np rwr aMf+ror Nair M wA a NM14y rIr rrr.W WMNry D WNMK�R/Ii qpr 9 W CMY i� CITY OF RENTON • DEPARTMENT OF ENGINEERING ♦ • MUNICIPAL BUILDING. 200 MILL A\'F. SOUTH, RENTON, WA. 98055. 235-2631 N� PROJECT '+1-774 - GRANT AVENUE PROGRESS PAYMENT ESTIMATE NO, Z Contract No. 076-84 Contractor Archer Construction Inc. Closing Date Sheet l01 Est. PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE k Description Unit Unit Price Qty Qty Amount Qty. Amount Qty. r.:nciunt No. 1 . 6" Cl . 52, D.I . Pipe (Mech. Joints and Fittings Complete L.F. 25.00 56 60 1 ,500.00 - 2. 8" Cl . 52, D.I. Pipe (Mech. Joint L.F. 27.00 62 44.5 11201 .50 0 and Fitting Complete 3. 12" Cl . 52, D. I. Pipe (TytonJoint)and Fittings Complete L.f. 29.08 960 890 25,681 .20 ' 317. 88 '�1 LG2e/.OS d. 6" Gate Valve Assembly 1 300.00 100.00 with Cast Iron Valve Box EA. 300.00 3 5. 8" Gate Valve Assembly 2 850.00 P 9 Sa •oo with Cast Iron Valve Box EA. 425.00 2 6. 12" Gate Valve Assembly I 2 3200.00 G* ? on with Gate Valve Vault EA. 1 ,600.00 2 , 00 7. Furnish Concrete and Construct 17 8 1 .05 78.75 ) aS- 78 2� Concrete Thrust Blocks CY 75.00 uj 8. Corey Type Fire Hydrant Complete 2 3,000.00 2 00v.o« with Shackle Assembly (5"MVO) EA. 1 ,500.00 Z 9. Temporary Blow-off Assembly on 8" Pipe EA. 250.00 2 2 500. r Y Z 5"00.c: 10. Temporary Blow-off Assembly 25000 1 1 250.00 EA. . on 12" Pipe ' 2•S-0•oc 11 . New Service Connections from Existing Meters to New Watermain EA. 300.00 14 /O to 3000.c, 12. Imported Bedding or Backfill (Bank Run Material) TON 3 .00 500 , 3 7r 13. 5/8" Minus Crushed Rock TON 10.00 30 112.84 1 ,128.40 I ✓< hVC, IY(y•9/ 1769. l0 14. Asphal . Concrete Pavement SY 14.00 165 Removal & Restoration ` 15. oort'and Cement Concrete, Removal ) SY 25.00 4 & Restoration -- 16. Rock Excavation CY 1 .00 4 l 4, �+ 91( 91 17. Landscape Restoration L.S. 2,000.00 1 16 9 18. Hill Holders EA. ?_0 91 91 f 19. Construction Staking L.S. 700.00 1 50% 350.00 � J SUBTOTAL I 38 2 39,85 '39. 4 2 2117. 4 I TOTAL ALL CHANGE ORDERS - -® 6a SALES TAX (8.114) 3097.¢2, 320, 8 1 41b. 2 GRAND TOTAL 1 3 'k` a _2610 �re +R. 67 1F ' ?1GE (5% of Total) (1 9 11 y'- � .T FREV'IOUSLY PAID 49 ,:TPL AMOUNT DUE -- DAILY INSPECiIGN DIARY REPORT DAY: TLI� DATE: WORK PERIOD:g a.m./p.m. to a.m./p.m. WEATHFA: (AA TEMP. MAX 'F MIN OF PRECIPITATION: WORK ACCOMPLISHED TODAY: ,, - K+t ,M�,d.4 akw S„n,<v (4c nit i iI•e i` si'�•nh► (LMt(�wiG.� .avi.2Y1�.<<}+i+u.� Ht1 w• Jtt•=i.'n _ W�a,.,.r [t-�ty�. S �y- 724- Gr��✓ )cc S� _ V4tL.%,A, scly".1 'C•a.ltt�.. - - - - PONTFACTOR SIGN'A'.URE CTOR SIGNATunE DATE: bm li> M W 774 Grant Ave South 2X DAILY INSPECTION DIARY REPORT 1 t DATE: / �'� / (t. WORK PERIOD: a.m./p.m. to DAY: r�Nt•f1Y WEATHER: r't_._ L- --- TFMF' MAX °F MIN `F PRECIPITATION:WORK ACCOMPLISHED ACCOMPLISHED TODAY: 1. 1 _ IT1) t{tr 1 ..n wla PX,�,Y• n ,H 4 r 1n /« .iCJ M.c � n (i` tY--•/ 1 �Si t — �4 S. ILK" SZ - S 0 Jk12 _ t.e y41 %A rf l UI l• ,�4V __ t , A h� 14- ,fax•--'S^�_ ` C, /1 � �t:g• V; 7��� - kY..edy( S - 4K1� � I/t--i Ua nay —1 1 t►. L� y �'' C1� `,) ,_�,p_�l c1�Tu Ru rr •d �4K1 1` 4•` 1' p s ' �t \'41 thtV �,+►, � DIY ' ty�w AH � ' _ C)kl Iti�� . �M h• ll? 'VA t13 U1 l74 — LYaJr Mr N �a�r1z ta.1 >L t�, _ CONTRACTOR SIGNATURE tNSPEC'fOR SIGNATURE i DATE: INSPECTORS DAILY REPORT Engineering Department City of Rentoc PROJECT: IN 114 6vt' %1 V,% ;,. flaw, 5.114 DATE: AhJar I)')•)if CONTRACTOR: ARM611 WEATHER: -Dtu, Bid Item No. Description Unit Zilantit Remarks 6"cvsz. 11 P'p, h"lnj) 1 F ` $'Cl 52.4i viva Wlit, (*nj5 I i7"(1.52 �1 P4pc . �:�In.�s > � � � +1a.ie @ •9 . 6+•,+ Avr W,�w n• �a.+a. r\si 6' SAU �)o •a Aw"611 �t wi1M �rt /. i A 5 �n 6att Wit k.',r�i 1yi11 vo1,. 1•�Y 6 �2' Ggtj YA�vt A'yfm�t�wr�h��W V'F ( t\ Eu�n,.n K 11519tt (oot,r, lhw11 �IV4 [ Y ! fowlP11,1 -\b1.w• all pn 11' p,Q, I Nfw Srrorre (smvrl eq Z la ?Xj Gawtl t.. S 7Z1 Aw S. 12 \n1Qu104 'gatwtt a 3ark(,ll 13 5/g m,nay C:u;>+/ 1'or4� L 7• 14 AS�Z7a11 snnt'c rPHev„1 l r; „ /. t5 ?0H4e1 (ewrM Con ,. . .. .y. fir, r 1. [•re, ,nhon C 1 Ir H��i Itc�otai � �. cgrA M 1a.)AMBS NET 2W60 LE 1oWAN IWANZ IV —1400 LB 8T0 N EWAV <; 8T0 N EWAY P.O.13OX509 RFNTON."ASHINGTON9e067 P O BOX 509-RENTON,WASHINGTON 90057 226 1000 226 1000 DAFT P.O •— __ —PLANT •. — P.O.N PLANT J # I' 1, �� SOLD TO LJr 1 r 1 �1 SOLD TO ADDRESS_— ------- AUDRESS CITY DELIVER DELIVER C� TO TO pRICn AMOUNT WRN\ITY CC SCRI.T.Un1 pPIC[ MOVN! WAN11ly UEe�RIPtION YOS. SAND cu YOs SAND __— GRAVEL .RAVEL CRUSHED ROCK _. CRUSHED ROCK r _ SUE Sue RECO X TOTAL _ /vcOX TOTAL TAX TAX TOTAL TOTAL DRIVER DRIVER N No. G 22036 o. G 22030 not be hold Idemepe IOIshTubbere"d ibaerl,NNEWAY LsO,roedwel o pCna'.T nor be h l drabif f m an Idunps to sAvSWryeelowrL[OY s dswelk CONCRETE or V wunl Vraptrty in delivering met "W bind Wow,an these pteml"t. "lel listed WOW,on the"premi"s t :58AM itljm85 NET 1c'00 I.E STONE WAY P,O.60X 6O9 RENTON,WASHINGTON"067 ]76-1000 DATE 19 P.O. I __PLANT III SOLD 1 r,. ADDRESS F ITy- -DELIVER TO W PNtITY bESCPirT1(\N PiLk ...UNT cu yos SAND _ GRAVEL RUSHED ROCK Lf RFrDX WS - TOTAL RE TAX TOTAL DRIVER No. G 22054 It R%mcdKelly agTaad that STONE`AAy CONCRETE INC wdl nm Iw held liable In,any damapa I, thwbbety.Rowan.city solmalks,ioadwey of Pnwte walletty m delrvmnq mao vial Ilget oow,on thew IXrmiws. INSPECTORS DAILY REPORT t Eagiaeering Department City of Renton PROJECTS W ?74 �]b'A l Art fit" 5,74% )" DATEi CONTRACTORS ARtni HRATNER: Rid Ites No. Description Unit Quantity Refearks \ f. S2 , hi C1.5 LI L F t b" 6mtt L,'.t T WA% w", A 12" (.AU Vnlut kxwvll�W.1h"W"'40ui\ i A 12 ,mltc.l, l 17.AA . , w L'n.rk•�,il tort ' 13 Shy" rn r,.. Cr ...t i� i•, ' , -}:^-".^ : er d. tiT'f1 14 Ashl�alt . 15 �Gi11ar i . . IB 11iu lltt,t at t A Ogs 11 AR 3;_u4r.'ti NET 2. .+03 l6 0289MM 34AM NET 40 M STO N F_WAY STD N EWAY [COT1a+nwfw carccnafw P.O.BOX 609 RENTON,WASHINGTON'18tl57 P.O BOX 509 RENTON.WASHINGTON 98067 226 E000 226-1000 DATE 19___ UATC 1 19�--� P.O. • PLANT At PO P.O.M � —PLANT 4�1�— 1 I lI t �I 1 ( I t l SOLO TO --�--- ` r SOLD To --- - ADDRESS — ADDRESS -- c1n -- rlTV—._ — DELIVER DELIVER TO PNILI AM{fUNT TO Q1.1A.11TV MSIPIN IM! RIIKC RYOYNT Q\IANTIIV IXSCRIPI1pN a. Vas SAND cu cos SAND GRAVEL _— _ GRAVEL L. CRUSHED ROCK _ + RUSHED ROCK SUB stc 0 X SUB L �y°°X TOTA TOTAL by 7A% 71 TAX TOTAL DRIVER _ TOTAL DRIVERNo. G 22125 No- G 22599 It a speodi Ally"md that STONEWAV CONCRETE INC,will not be hold Imble lo,env IT is Rucdiully sorod that STONEWAY CONCRETE INC.will not be hold InbiP lot anY damW to shrubbRy,flowm,city sidnNsl sv roadway of ptwate utoperty In dell,11.lp on, I demap to thrubbuv.flovwn.ills Rdnvolks,TOWMY 01 TRAIN ProPN1V in dNnenlrp Ml what listed Wow,on tha pnmOlL viol listed above.on these prennan, sum M DAILY INSPECTION DIARY REPORT Y DAY: DATE: 'Y / 1 "WORK PERIOD:_,=/a,m./P.m, to a.m./p WEATHER: TEMP. MAX OF MIN OF PRECIPITATION: • n+w WORK ACCOMPLISHED TODAY: ''11 +Z• V 1) 1 ' i-\'p Y n' 1`� '•R nl F i•..N UPWa.Y hNor� A.J4i/ __ it rh 1 1 •, d L,,.iY, •� a� �w . , .;,__ — � r CONTRACTOR SIGNATURE INSPECTOR SIGNATURE DATE; �7 CITY OF RENTON DEPARTMENT OF ENGINEERING • • MUNICIPAL BUILDING, 200 MILL AVE, SOUTH, RENTON, WA. 980550 235-2631 PROJECT W-774 - GRANT AVENUE PROGRESS PAYMENT ESTIMATE NO. Contract No. 076-84 _ Contractor-Archer Construction Inc. Closing Date- Sheet-Lof-j- harr Est. PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE. No Description Unit Unit Price Qty. Qty Amount Qty. Amount Qty Amount 1 . 6" Cl . 52, D.I . Pipe (Mech, Joints and Fittings Complete L.F. 25.00 5b 60 1 ,500.00 60 1 ,500.(,0 2. 8" Cl . 52, D.I. Pipe (Mech, Joint L.F. 27.00 62 44.5 1 ,201 .50 44.5 1 ,201 .50 and Fittings Complete 3. 12" Cl . 52, O. I. Pipe (Tyton Joint) and Fittings Complete L.F. 29.08 960 890 25,881 .20 11 319.88 901 2,620.08 6 n b" Gate Valve Assembly with Cast Iron Valve Box EA. 300.00 3 1 300.00 1 300.00 5. 8" Gate Valve Assembly with Cast Iron Valve Box EA. 425.00 2 2 850.00 2 850.00 I F. 12" Gate Valve Assembly with Gate Valve Vault EA. 1 ,600.00 2 2 3,200.00 2 3,200.00 7. Furnish Concrete and Construct 17 Concrete Thrust Blocks CY 75.00 8 1 .05 78.75 1 .05 78.7 B. Corey Type sire Hydrant Complete with Shackle Assembly (5"MVO) EA. 1 ,500.00 2 2 3,000.00 2 3,000.00 - 9. Temporary Blow-off Assembly on 8" Pipe EA. 250.00 2 2 500.00 2 500.00' - 10. Temporary Blow-off Assembly on 12" Pipe EA. 250.00 1 1 250.00 1 250.00 11 . New Service Connections from Existing Meters to New Watermain EA, 300.00 14 10 3,C'00.00 10 3,000.00 12. Imported Bedding or Backfill (Bank Run Material) TON 3 .00 500 13. 5/8" Minus Crushed Rock TON 10.00 30 112.84 1 ,128.40 I64.07 640.70 176.91 1 ,769.10 14. Asphalt Concrete Pavement Removal R Restoration SY 14.00 16G 15. Portland Cem^nt Concrete, Removal R Restoration SY 25.00 4 16. Rock Excavation CY 1 .00 4 17. Landscape Restoration L.S. 2,000.00 1 18. Hill Holders EA. II 20 19. Construction Staking L.S. J 700.00 1 50% 350.00 50 350.00 I� SUBTOTAL _ 42.2pG,4�TOTAL ALL CHANGE ORDERS 38,239.85 3,960.56 SALES TAX (8.1°') -0- - 3,097.43 320.81 GRAND TOTAL 41 RETAINAGE (5% of Total) 41 ,337.28 4_281 .39 45,618.67 1 ,911 .99� 198.03 AMOUNT PREVIOUSLY PAID -Z_ (2,110.02) TOTAL AMOUNT DUE - - 0- 39,425.29 39 425.29 ;� -' 39,4?5.29 4'083.336 4.083.36 ARCHER CONSTRUCTION, INC. 18211 E. Valley Rd. • Kent, WA 98031 • 251-8153 125 1-8156 AR-CH-EI-219-DR January 30, 1985 City of Renton Public Works Department 200 Mill Avenue South Renton, Washington 98055 RE: Water Project No. 774 Dear Abduhl: Enclosed is Change Order Number 1 and three tonnage slips for pay item number 13 of the above named contract. I am sorry that our truck driver neglected to turn these in to you and hope that you will include them in our next pay estimate. Your consideration of the tonnage slips will be greatly appreciated. Sincerely, r,L,va�_ Robert H. Archer President Archer Construction, Inc. Enclosures (4) F E R 1 1985 WATER MAIN CUSTOM EXCAVATING GRADING DATE: 1-21-85 TO: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PROCPESS PAYMENT CONTNAC'1'0k: Archer Construction ESTIMATE NO, _1 CONTRACT NO. 076-84 PROILCf: W-774 Grant Avenue So, 12" Watermain 1. CONTRACTOR EARNINGS THIS ESTIMATE $ 38,239.85 2. SALES TAX B B.r-Z 3,097.43 I. TOTAL CUN'i'RACT AMOUNT' TIIIS ESTIMATE j 41 ,337.28 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ -0- S. *EARNINGS DUE CONTRACTOR mis ES'I'1MA'1'E j 36,327.86 6. SUBTOTAL - CONTRACTOR PAYMENTS $ 36,327,86 7. RETAINAGE ON PREVIOUS EARNINGS j -0- B. ** RETAINAGE ON EARNINGS THIS ESTIMATE 1 ,911 .99 9. SUWFUTAL - RLT..INAGE $ 1 ,911 .99 10. SALES TAC PREVIOUSLY PAID j -0- ll. SALES TAX DUL 'MIS ES'I'1NA1'E 3.097.43 12. SUB'R)TAL - SALLS TAX j 3,097,43 *(95Y ■ Line 1) GRAND TOTAL j 41 ,337 .28 **RETAINAGE: 5% FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11): ACCT. r 421/000.15.596.38.65.15 s` 39,425.29 r 1 ACCT. r s. M ACCT. I j r--- ACCI. ACCT. / ,-- RETAINED AMOUNT (Line 8): ` ACCT. r 421/000/15.596.38.65.15 $ 1 ,911 .99 r 1 ACCT. r S r ACCT. r $ ACCT. r $ S-- ACCT. / $ CHANTER I16. LAWS OF IYE6 TOTAL THIS ESTIMATE S 41 ,337.28 CITY OF RENTON CERTIFICATION WMLy iW*,C c1 M,*YO*1�Ypll,ry y yyy�p d4WM*Plan M Cn V Y*104 4a 4l,MI Pun�M llw illfl A W GW CY'_/ . PAN*PAN* I q c��l fJ�• CITY OF RENTON • DEPARTMFNT OF ENGINEERING •��• MUNICIPAL L .LDING. 200 MILL AVE SOUTH. ,._NTON, WA. 98055.235-2631 PROJECT w-774 - GRANT AVENUE PROGRESS PAYMENT ESTIMATE NO. I Contract No. 076-84 Contractor Archer Construction Inc. Closing Data 1-18-85 Stratlol-j,_ k Est PREVIOUS TOTAL- THIS ESTIMATE TOTAL TO DATE �. Description Unit Unit Pace Qtv Qty Amount Qty Amount Qty. Amount 1. 6" Cl. 52, D.I. Pipe (Meth. Joints and Fittings Complete l.F, 25.00 56 60 1,500.00 60 1,500.09 2. 8" Cl. 52, D.I. Pipe (riech. Joint L.F. 27.00 62 44.5 1,201.50 44.5 1,201.50 and Fittings Complete 3. 12" Cl. 52, D.J. Ptoe (TYtonJolNa and Fittings Complete L �. 29.08 960 890 25,881.20 890 25,881.20 4. 6" Gate Valve Assembly with Cast Iron Valve Box EA. 300.00 3 1 300.00 7 300.00 5. 8" Gate Valve Assembly with Cast Iron Valve Box EA. 425.00 2 2 850.00 2 850.00 6. 12" Gate Valve Ass^_mbly with Gate Valve Vault EA. 1,600.00 2 2 3.200.00 7 3,200.00 7. Furnish Concrete and Construct 17 Concrete Thrust Blocks CY 75.00 b 1.05 78.75 1.05 78.75 8. Corry Type Fire Hydrant Complete with Shackle Assembly (5"MVO) EA. 1,500.00 2 2 3,000.00 2 3,000.00 9. Temporary Blow-off Assembly on B" Pipe EA. 250.00 2 2 500.00 2 500.00 10. Temporary Blow-off Assembly on 12" Pipe EA. 250.00 1 1 250.00 1 250.00 11. New Service Connections from Existing Meters to New Wermain EA. 300.00 14 12. Imported Beddinq or uackfill (Bank Run Material) TON 3.30 500 13. 5/8" Minus Crushed Rock TON 10.00 30 112.84 1,128.40 112.8 1 ,12B.40 14. Asphalt Concrete Pavement Removal 6 Restoratior SY 14.00 165 15. Portland Cement Concrete, Removal b Restoration SY 25.U0 4 '6. Rock Excavation CY 1.00 4 17. Landscape Restoration L.S. 2,000.00 1 18. H1.11 Holders EA. 20 19. Construction Staking L.S. 100. J 1 50% 350.00 50% 350.00 SUBTOTAL 38,239.35 38,239.85 TOTAL ALL CHANGE ORDERS -0- SALES TAX (8.1%) 3,097.43 GRAND TOTAL p//j 41,337.28 41-327 RETAINAGE (5% of Total) Fir 1 911.99 AMOUNT PREVIOUSLY PAID _0- -0- 1 TOTAL AMOUNT DUE __ - ._._ ..a,.__. 39,425.29 e V ®r '�'i��rrr�rrr■r�r rr■rr�r ®rrrr�s�r rr �r rrrrr � rrrrrr®rr �rTiir rrrrrr ri■�� rrrr■rrr■�i �rrr■rr�i�iirr�ir�i r� r r�r rr�r�r�r rrr■r�■ � rrr�iirrrrr ®or■rr rrr � err■ �r �ii=iir�rrrrrr� ri' r�irri���rTi�rrrr��rrrrr��r� irr�ii.. fir .r �rrrr ■�r ■�rr�i rrr�i■ Crr� r�rrririr�i�■=rrr�irrriir�ii irrrrrrrrr�'�i rr�rrrrr rrrr rrrrrrrrrr r..r�iir...r=rr■... rr�ii��ii r�irrir■ri� Tiirri■rr rrrirr ■�iirr rr= rrrrrr # 4 4Y .vM uWCf.. aNL"'ate ^IL\G?W'iSY\a"Y]6uK+41r:..rrr�wN.A r. �. f \.rN•y.1f4� =:yie ,yfr.:\ 'a+\fr3i�t..'rr.�-..lY S iY \ 1� i-li_IIIIIII�S_9��a� i�BM,���� .— 1_11_1111.1111- 111-�__�11111■1,11- .i--i_iiill■ .1_1111.11_11_�111-_1_1111._11_�111-_11_ .1_1111. 1_1_11111.111_11111.111-1i11- 1111.1111.11_ .i� —___.._..__�iiiii■iii-ii—ii_iii-iil—iiii-iiiillii_ \ DAILY INSPECTION DIARY A REPORT I DAY: !1J DATE: ! /i7 IFS WORK PERIOD: CI /p.m. to a.m. m. WEATHER: 6A TEMP. MAX 45°F MIN _°F PRECIPITATION: - WORK ACCOMPLISHED TODAY: t ft+e S . Qc�ecun t e w2ttnQ�w oh Cre.v�' Mc S 5 �� s r a <qW Nyd ra�tt t toGh $rti.S�nct-e�y _ ►�:. !n�•ha - �ll:riaret! (n�racbdf>"l.l 1a�k poluty •SI+�rG, E �N, h..J..,,h i ? ter,��a.�, 61.w - r nc. 5 1 '_�, p.,t'... ,, Ul " 77�- aE . !0� Rl�aa1- • (pplval��✓ l.,,I �W c�wm F" !° �!�" aIn Urnr� R�Rt1 . CONTRACTOR SIGNATURE ECTOR SIGNATURE DATE: Vol/ 75 DAILY INSPECTION DIARY REPORT P DAY: — Q O,t DATE: / 7 lb WOi .t PERIOD: S _ a`,n./p.m. CO WEATHER: (,�j I-,),!__ TEMP. MAX 4_"F MIN .�Li_OF PRECIPITATION: �— WORK ACCOMPLISHED TODAY: eiwlneq rc �aaotruc►tcw( n h�f 5 U„al (nt- W Veit a b4 ►+ et a, vtlk al v.:j _ — �L1n1tG Cad �t J c Qmf a .w glue 5 �'` St+aV t h> bra r and a"A&A tAM wNe dntaee(ed . -- �q Datltcd QM t 1 jchn Dtv,e 510 D - �a�k�ec y deader '3 ►Olot,tct� to onioad - - h beEu�een Cs�IM M� a N�1 Me S v 131 n, gnnnhsP++ 4 feP�4+ mti, one 4�` Mti_ Zt c�tvn (aryycr�ch(n ltmua+d 2 Y Y 5-- '-6` PJe. •n ►3 //ra► --rNw N1� %V% Au tm\a�tP [dld►( COJg4nrp fG C6n1I�ih�r 4c 4}11h N -�4 zl k --y�i"-----_+pTi_ +tee de 7"vhcle &.+i fir. - ��ti fS G4tM QprTw �n 3bcek q/ea a,I1cI ,� �,� , A NP`11t� g ' Lnntr�uk+i' hug t4nn h„ twa�ttpld 1r runs nn un ��+n�-�11��1Lu�d ,V n.snbk IV 14;14 _ - �. �o a tiA- �t• I 7 nt of Crer'n�kc S�^/ dtUfm t�'�N�'i 14�►^ �+� 1kv1 ��- - , I CONTRACTOR SIGNATURE rECCT—P SIGNATURE DATE: ►ICI �� DAILY INSPECTION DIARY ` REPO? DAY: 1tAC��UW DATE: t / $ / WORK PERIOD: a`m./p.m. [o a.m./p_m. _ WEATHER: 1,Al fiq* TEMP. MAX 42 °F M1N _15_°F PRECIPITATION: WORK ACCOMPLISHED TODAY : _J- 17,4 62(Qnt p1Vt S �atPtn,uN Im�� u��w cntS _ retie! ('p��S✓uc��n tlu, uP Seilheid rprnt✓ 01 tn%ttte hrn ai Irk St I 1�;(anl Ave 3. Irat�,Ued 1— t?.d ia �llrrfl" (11 ,..�Ih ftla.,oti Uiell Rnd ord w,Pnr�>ntnnt�4, $5ll` o� iz"Pt o,o[ �itt2 .� Math 6c�H1 NAZI+C .na4r,..Q If --� OEM., AAA Swcy r'C� ti ftPin_tc! Iowom 4" d --r G 3 Q' tpnyet _ tents"-! _/M.A yA N,d td (OAC14 b ck� Ti`n4 lAttt W44n n� �rulnM/ -h thnt '%mP - QUF �hn,,iNy �1Y rybv e"k4, to St/lear tv 4� - Y__ 'A 1L,ZT h5<14 FL l2al t . 6`cu NbA''J — ~� �~`�chcl �Lfuw4TSU 1� t'jd� ttr„ W, IL S4AN, -7 ` $f Z"6 ,I4 ylcsMn mu(en 11 Qluyt (t15) V (flans) !Z<nrl,. '*et_ T rt' �m rr „<r . �• \, ., I 0 410 SD Stu �D [.^rr d • I. 14tt1 . la�:,,� � tetn,;; - 1 ; �-P` �--t t l,(,4r {t1t � 5. ^r ZtpinCrrnrnF. Ala ggHM .n I�el !c :�:��r A�. �: Ah to ,r h1,. Yf ° D`S tz, $" C.n.l#. i r+ t ru,1� l N� M \� c ntr 1 +� " ?•Yt n •r ,{11annr r nn � T 11\t r C�� I t„11, WAr+tkr ,r M,A( M1,A ,r 1)c(Jt `.n(! JA CentttL Cjii�tl�,r 'i (' Zl i,l NE �� <� Gkl__� d \�i'n�,..ch Jltc ►lE . uh t. - I tcP;i t' ,hc,[1ci t�'w' t1 H �f t� ��nn✓�i' tv , v�r �,, 1ew� Siwb e,,Y t� MN r+..e�w '2 o •nl nrfl �tf . tl� � Pr:• u„M ihr tt: bi ^ay31.t ,+�r hi I � I CONTRA,-TOR SIGNATURE DfSPECTOR SIGNATURE i DATE: INSPECTORS DAILY REPORT Engineering Department City of Renton rt P%WZCT: W "f7h Gr'� , A.t from 5.7 1b VATS: CONTRACTOR: AF101t u (fin n : A r oN MTNER: Z Bid Item Nu. Description Unit uantit Remarks ej- "''' fiHmp f.f. 3 II" (1.52 -01 pipe 4 r6n15 L f � , StR t. r 1. q•io �s.�`yt5 4 6" 6nIA 1)nlm Aw"b , _ WAIA IJAIVC bol( E A. Witt tw.rV4 Wr1�4e{.. t,v (, 12" 4;dU Vnii, ASrm6(%wdW 64ttid4 i A 7 flrim.'n � I rl�; dl (rwA Uall .iar C y fret "Ibis" A;:cnAry FA r) '(emra•. I Sji.0 a{( pn b" p,pr t r 10 �tm t,o,. 61tw, p 1 01 11 �fW 5elvac (emvr�egy ( P 12 Inpr;,le r( 1'jrAtba e, a 3atk(•U TGN ' 14 A',hh>It inr v;, IS �1Gi fiord ":M,•ni Con vru Sr•;.,.-.. /. IL• F:o:1h 1 vrn-nhovl : '/ I6 N11\ NCIDI RS 1•1 V t�'4n -1t(1'H 'f 1 � an sun DAILY INSPECTION DIARY /���\I •d,\ c rlt,,�, REPORT i DAY: DATE: / 27 WORK PERIOD: 2 "./p.m. to 7 a.m.(p.m) WEATHER: 7,• TEMP. MAX 4ri OF MIN ,yl CZ OF PRECIPITATION: WORK }ACCOMPLISHED TODAY: 111 y Y• .h:r� '.\ . 9 Y71 ' tC 5kt 6 • 77 (6Q ea...Y♦•-fa.r•� lei . Y 1 ►nst U t Y2.19 c It. A- 1 ea 1 ( ,. (} �. y —fir., H v cn N:,th f '>iA< A l Ab.: S. L Y a t ►Z U La ,11 ��: d ta1a11aAP i<` V'•14 iYw r.:nr! .l xn v� �1 qY •1 `7 /aM 11 YiY. 1)1: 1:. •-Y,(6 1<:.c'r f<` \iA '. /� )Y 5 66K.A Sn.oe w,IN fi ler' •t i aaldar .c��l.m,� VnAti :,H Y<..•sY\ 'y,: ),i.A t)�..Y<.- - T— �� wa< . n tG ciw..t�t. ta...e,poe Naar NY' 6a� Mo•n . L"6na .) t - YA n<► G�Y. ,a. > 1 �". Y.na N I c c, %Yc, 1 tia/l<IYY<It 1 o-we aar fuck, /ia:nrti ( : 4 1. 1Yn \�2 •t 51C N �(..*�:r a., ) S ( S,nn 4 ale q10 ( Io,.,1.rL6„Y�h <L_ 1 \ ( aCl(• ) �:(. :t tl. l A 1, Y-r,.a S70. `f 1, ah .1 Yi Y t'a.l" 4Me14 2.tY r ! G• 0 , 11:.,\4 I�e � ! �d..at\.", :� 43 IUi:4 .h rt al .,<p•A (: a} . '� 61�. n v.- � rDl:.n _ti.-a. — Iv 1 At +� hUl•1t a: 'I�n.N4)4 t•,1 )4oYm >.,I.I:,+\ . Wta�, YYsa.n � ►t,.at\Y.,1Y C,r<� lidilm rvr,YM• ,f1?,.,11ft( �_ I'i Cu Yr",�.Il Pltl•y UKI"U )< aS 111 t.n\td. �.,•tr. Y4.Y (sl Cn+�.� OMI—Yt! r.�..c CCY�•� t''.,� �YQ1. 1t r, ' �1 �I�Y,. 1U, fYW I♦! b< ,: fit. ,,A +. Yr �V,YYn Y \+. Ict CIL a>in.,� !(1il .C% 'tlr,l ,Y1 tL V•.ISNn C•ni„U L \.,n uIA% 6 'PVC (t:yana• a h, 7 iliA..l"«l_-- lot I I. tl// qi �i14n� 111ta4en• Cc Aa, P+e S 4it11. 11Y +1ai YIT %L !^ , W4 !ejAa 1'IK'\ lh 4►1!ti , 1/lul u- {{�-- lL r C"at l\L' a c Q► bit �c' - ecor A-4 Vi,, 16 TZ r j• ,A �i' bi 6,i CONTRACTOR SICNAI'Ut<" CTOR SIGNATURE DATE: yl d;j r INSPECTORS DAILY REPORT Engineering; Departnwnt City of Renton PROJECTS DATE: MHTRACTORi WEATHER: Bid Item No. Deacri ticn Unit uantit Remarks b i1 5: D1 P,P. n, m f,Hmly i f 3 t" CL 52 �I PAO (4ngb l.F Z3� St 4150 h. u. 7- 207 ; 57 V' 1 Ax 0448 t+ A+QO •9Y' f ikaos tot) 4 6" 6"fit Aesrmbl.r wR1t nlve loo,f a (atft W%t ey. t` (.o�; 6 12" Gnt. Vnlve /1$�m'OLa1�14h�1�ur unu;l ( q c.y. r� 1PMIlan.•I Y'c�le.0 e1� On b" 1"P { t 11 Nfw St1u,(C (onnrr�a¢s ( P 12 �mP ,lr f �rAdaip a 64 (,u 1Ott 13 5/6 n " rnm,y (t ,;�./ 'pork% is,r u9 8 ) i9,l8E Ir el41345 t 6 2,151t 14 A'.hhnit !a, r;'. IOvreu, l 4ri cr '- Y. 15 �trhene rrMrnl fo r. .rG . , . •l. IC, ( y hu 1i f /1,,-:nitcv, irs Nn� Nctoras � r. 11223AM 09AWS WT 3132G LB Q9:SEM 09JAlAS NET 2846A LE STO N EWAV STONEWAY re,....,, ldfill ... canr tits ..1 P.O.BOX 509-RENTON,WASHINGTON 9B057 P.O.BOX 509-RENTON,WASHINGTON 98067 2261000 226 1ODD DATE __to DATE 19�_ P.O.O, PLANT R P.O_• PLANT N 1 1 J� SOLD TO._ r L E��- F $DLO T0 U I 1- I ADDRESS__ ADDRESS CITY_ (ITV DELIVER DELIVER TO _ TO: ` WPNIITY OES<RIpl10N pPl<f gMOUNI QUANTITY M[ .11II0M PRICE gMOUNT CO YM SAND _ _ _ cu Yos SAND j GRAVEL GRAVEL CRUSHED ROCK CRUSHED ROCK r r� FIE By CoX Sun TOTAL "evcPX a SUR r TOTAL TAX TAX RIVER TOTAL DRIVER TOTAL No. G '1312 No. G 21393 - - N R Wmtz ally agaed that STONEWAY CONCRETE INC.will not be held liable to,any It is spKificalPt%reed that STONEWAY CONCRETE INC.will not be held liable tot any d rell?-0 shrubbtry,tluwert,city sidewalks roadway or private Property In delivering"I damper to shrubbery,flowers,cay sidewalks,roadway of Private property in delivering�t efal!,.tad above,on them premise,. euel listed above,on them Premises. 4 DAILY INSPECTION DIARY REPORT DAY: '\i .ti�A DATE: , 14 WORK PERIOD: a_m./p.m. to a.m./p.m WEATHER: ') jr,Qa TEMP. MAR 4% 'F MIN '3' °F PRECIPITATION: WORK ACCOMPLISHED TODAY. t ` (anr Aic " 12 ma Q t 41. &A fr4"af Asa-S,,A le'N it- r+) M�� d 11" n a �n•n `•� C r 4i tr 3 , IS rM 6i-Anr A+t 5 (275 i wl 1z 1 YI T C1t (c C' Air". Wt�, S� Cd WYil f Q.i1 ndl I �`,c(erv__�r avafY { r .tR'M � Inh.R�S - •-�-t•�—�� ..--- O e�0 I . M I (ww9,(5 3tA% O iltl t 7i. e2-' A,,k a J�•'� t3f45 r `na• 27` m: JA ,mien,. t! 1 iv, 2%dv. An St_..A - _I C' jr Mpe i Ci:c,.N( ) Ts� Cap nii11, tfn(I . l:�,wt `JI K F+t•.y . Anl1 p a (_ iGfio,,._ 0 1'l'1 1 T4ar4i1, IYCk.) (' l I -r- 5 "A (Am �kon, Muir RrhJ� � �n4i, ( iv�t,ukC,(ti. i•nQ,,. I�h ,n Gd.! u..,1}I t(glaK hn r(f.t t.k ti I �Cn• ` � (�rnvtYnl �, t"a �--1�5 iT 1 (h4 �•+ -- I1.0 a 0', ) 11 ' l:cntr QI . (; .(ri V, ,a� 'w P ti��rn-4 n 'n♦u.n . (�d„�a�A1 r' �1Yn. 1 ( < it 'i .H. .' 9r..Skin I C •�� '1 y _r J ry t ( b ( IJ I i u• �P1 ci e✓ +t yc 11 ( Mn ��4_4i'k'ell ar-�' �M Li i } �t �' I.r(•tn 11 y uM 1.r1ti. ,�; trltv,ts. y�nirM', dr wt, , (1 �1► "1i.' J— I - I CONTRACTOR SIGNATURE PECTOR SIGNATURE DATE: _ I1 14/i5 INSPECTORS DAILY REPORT Engineering Department City of Renton PROJECT[ W 774 ghA.A Ail a- frtm 5.7u k� DATR: A, 91o185 CONTRACTOR: {tiRCNf 11 <6ry 11(u; .ON - NBATRER: Hid Iran No. Description Unit Quantity Remarks p (I S;. D1 p,r 101, p,l,t iOl% 1Minv l.f. 32 sti c4si+. t,a9 c3i') s•� Y 3 19" Cl.52 DI p+pe • Glfjtnv�s l.e "75 IV O,M w 3,ti5 - ..� M - d" •- 'fa1,t Asstmbll __ , •Irc b Y i A. F " Biala Vo1Vf 1'1:a>,.Slta W,ti�.ala �aY FA 6 12" Gala Valuc k4e,n6llt6wA0,6k\ruaA0 G A 7 k [ y Floc NYDte.rt Aacltt3tY to 10 Itr�pgt.e,. 16IPa 41 CA n° PtP t A 11 Nfw 5[IVI([ �e,tilrt{�ORy I F 12 1�'•pu•Ird BcAda,e a 3mrh(,U Tor, 13 5/lyr N,na; 14 Mp'hdA (or t,r'c lowavnr ' 15 7{O,Mend irMcnl I i1.1nnA�rr.1,r !'r;1u. �=•�•- 1. 5 . 1� N111 11 GlDt Rs 1 p r• DAILY INSPECTION DIARY REPORT f DAY: 11�� DATE: 1 / \1 / S WORK PERIOD:? a.m./p.m. to :" a.m./p.m. WEATHER: TEMP. MAX 4 OF MIN 12 OF PRECIPITATION: WORK ACCOMPLISHED TODAY: t,1 17a C•tanr A�- '� t` — tr t(� U tl �2' >71 C, Guar /\,c ham f.• 3 r15 10 $ cd 3 (76Y itm pm W.w C' ynA try._(Ary (e' 1� 6t6 • 3yv"1J :3 Fqs mr•nrnv bl. 5U cn 2" an, (' jlr .89 on Gco�f Nvt : . `c srd s11 w aA �-luh (> •sm��nvr/ hlcr � c\I ru- G � Y3 �1' Y -- G1 w• 743 J 04" S� m,rau 31 a tL 9i k th :t t1' cry., c� �tiz 0 t� c9 F-r� xA iN Sl2 �r f bwd"�/ la+U St'' lnr nor h, :19 , .t ( �t1'"- Z >5 �� �b�wn c,A i �n /� L c _ S`11�li lIy!}�• ''l.i�r�' lcacn\rt�,rt Iti•:, �n s�+ — — KrM lit 13�1 Su 1444 1 A Oalce. - s lrvlSc SNA 46 _ Y — r '-- NA�T rr�l�,isLn -4 r( g,%I W w CONTRACTOR SIGNATURE P TOR SIGNATURE DATE'.: w INSPECTORS DAILY REPORT Engineering Department City of Renton PROJECTS \M -174 �it;A�� A.t F+cvn 5,7n to °i" DATES CONTRACTOR: HEATHER: Bid Item No. Description Unit Quantity Remarks 52 . Ui pq+• w;16 Fttlin�> L.f. L F R$ 3+�5 w 5194. (;,.,t t� 5- yct 4 6. 6nit 'tlal:� AeStmbl� Q wilh 5 8' �jptR �a1\t niSiMb� W�I��al„ b•Y FA 6 12" (.att Vnl,e q),nmblrQw;lh�tlur uaul'1 f A _ 7 fU�ncn t � r1�1'ZLI �Gnbr�, 1 h,ult tolui. G.y. �•SO � f,Of 11'rote•>• n:a n,liy EA t� '(etn run..) 9)6u o{( ryn b` S" faa9 hrwenroY a-0 t u S� Stg3. 6�w. f^K 11 Nfw 5nu,u (>,,,�r��ero 1P 12 Imp,.,le� 13tAkoe « `'wfk�,U 'ft(, 41.63 Ian A3 6CA• 13 5/,' Inrna: N00A '44% 1 ,, 4 P454- S-2M 15 rG&4A'd (rMrni Cont,tli S. '•• S.'1. 1/p 10,12 j1 n.)As(alx fred ..+,a.. L S �h N+tt 11 E104 AS � �' 11 •., 1,atbah �iob,.,r 1 I 0 - N.SEM I I,K MET 3u ti+ L$ 01:38PM MAKE NET 2SI40 LE STO N EWAY STO N EWAY yrwwro .. I L'amcne1p- .. P.O.BOX 509-RENTON,WASHINGTON 98057 P.O.BOX 5D9 RENTON,WASHINGTON 96067 226-1000 226.1000 DATE 19_— SATE 19�_ 1 PO •__ PLANT• I I.O.a► PLANT R---7� SOLO To SOLD To— AO. RESS_ ADDRESS - CITY LITY - DELIVER DELIVER TO TO: - PII iCC M1MOUNT AMOVM OYANTITV OESCPIPTIpN .PILE 4V ANtITY l'4KNIP\IVN CI YX SAND _ cu roe SAND GRAVEL _ GRAVEL CRUSHED ROCK CRUSHED ROCK SUB NEC O SUB aEC'OX, TOTAL Sr X TOTAL xr __ -- TAX AX TOTAL TOTAL DRIVER _ CHIVER __ _.- No. G 214_5_4 No. G 21485 ACCOUNT COleI SW 1CALLED Mr: � DAY Yw TRUCN PLANT TICIt/R{1M* START 1.CIE T .. .. 4311 YRIP i r 2 HAULE ( ` ! .j P _•PILE { r `. y` �` RwwlYt E AT JON SOLD TO: 4 HE LOAD DELIVER TO: P.O. - JOB - LOT ETC. _ START UNLOAD FINISH UHLCAn RACK IN YARD PRICE AMOUNT POUNDS CONCRETE STATE BLEND SPECIALBLENO DLVV 42010 4204C 42050 42070 By MIXER TINE SUPERFINE FILLER 1 SAND 42020 42030 42060 POUNDS I Ii2 A • PEA 1 . PIT RUN O 5201 5203 520- 5207 )e AS iWANOLI X: OV - ML BLEND O GRAVEL 5202 5204 5206 5206 �L POUNDS BASE COU RSE SiS-1)E E/�ly:'-._ ,E►EE::"I'.,jtl[ j l�.,�i 62010 62030 620 0 6t060 1 OLVY CRUSHEDI TO►COUR 11/4 "a. 1/S-MIx RIL 11/A-MIX NN- L ROCK ' 62020 62040 62060 62070 WXEEI TON XTj1AtilAUI 70001 MINIMUM LOAD 10 TONS SAX CEMENT STANDARD 60001 HYURLY 80002 WntR 80003 SACKS IJM[ MASONAV_ —_ CONCRETE TOPPING 60, cnwENT 80004 Nlx 80005 RX 60006 I i J PIECES EXPANSION JOINT 84 / X. X 10, FEET RE BAR —_ 65O / _ GV1S 86000 TINE DUE wAtu•DOEO SUB TOTAL su.. MERS NATUwt X. TAX oRWCA i 6-to N EWAV RENTON OFFICE .. CIPIEaONBTJa INE TOTAL IY� DEYTIe1a.F.tlJrnREN+N+I AIOIV.nIRw.NFRP mw rww pw PO9Ox6US�REhl(n WN .,,,,J.Ne,owm.IP+p.t.NlPre.ww.n.rl.n+N.... INDST DELIVERY TICKET PA•rAY rl wP nNN-wliPn wl.Iv.Aup no ww.N+p.lmatRir EQUAL OPPORTUNITY EMPLOYER pa I.p..NpPAI ww wmlwllsi lmd.r.MlOel lM:.vTw1 wlw.o•uw'<Nrr.ivey�aBop+erw.e t....r naYE. XtranarMAce lR cxA.1.R1 228.10D0 601-9100 DAILY INSPECTION DIARY 111' REPORT / DAY: ,Y1: Cu DATE: / I9 /t5 WORK PERIOD: y a. ./P.m. to 5 a.m.op . WEATHER:NI�\6.,. TEMP. MAX ��'F MIN 3Z°F PRECIPITATION: 104 (17rt,4 (o 7� At+/ WORK ACCOMPLISHED TODAY: fnt�l+4j+1,I Ij 2;; l( 11 75 ti _ �n 1"u•.\ wokk& 614(rh,n" C ytr' 4r--„iT�I'- [ t5% /`I .r,C,�6►d 23 �4 / '.�. 4Cpwol 1wrj nit. CGAN t4 716 QeACp Rk �+ \ U ct r J V ' tV I.t la kQl _ l�n�ty hjw< �1r,l M wdj. 911+ ++, 1W kc, 1-� n„....k, me t,»s - kkJty . 1-yJ 0 Ili � ry ;,onllk+ Ali,4 F /k.J tL +JC 1. CONTRACTOR SIGNATURE i! PM OR SIGNATURE DATE: INSPECTORS DAILY REPORT Engineering Department City of Renton PROJECTS W-17A CiNa DATE: /IIFyn0.sn F/It/H� _v CONTRACTOR; WEATHER: Qtltrtmh J � 11r44 107+ Bid Item No.i Description Unit Quantity Remarks 6rC1.5, D1 52 ,paF�Nn1> . P Lf. DI �:1,< ,,;1h Gttltr �, L.F. 3 17" C1.52 10I 6" 6ntt 'lal:c Msrmbl+a wits, dve box `�' 4 8' �io� �QIVt AY,r1rFi19 WU VoIr. S./ F'n 6 �2" (aU unlvc AY.rn,YObw,kh\k6 quo F N FUmsn r � :,�911 /Grbr�� z1 ( .y. (let r1y0Q�Nr Ac.UtAty. FP F.+..k ) 1lVn�Jar.•, t31ew- oj! pn 8� 1"1" F � II Nfw Snuvt /a,nvc6ov i n 12 fmlw,leA aeAdan a3och�,U lorr 2i1�'L 14 ASI,1„It lur,.rr-: t'Own,rnt Fri t,a' 15 11 jrMcnl (on-.ry rrr . 11 n. dNnht FrVtc. r,o.. L5 . �8 Nttt IIOt DG RS ' + I 0894SAM 14JANBS NET 2/960 LB 11 :3,1w, i 4 3ti c NET 2.' .:: LE: STO N EWAY STO N EWAY Crmcnett _ C aTtinr to .. ►.O.SOX50111 ItENTON,WASHINGTON99057 P.O.5OXS09 RENTON,WASHINGTON 99067 226.1000 226-1000 DATE 1►,.._._ DATE-19 1 P.O. ♦ _ _PLANT N PO >r_ f! PLANT At SOLD TO �_- __ SOLD TO_ -J-12 L - 1{����� ADDRESS -- ADDRESS_ l CIT'. CITY DELIVER DELIVER TO TO'. WANT" '.)I SC RI/TION VRICE A40VNt WRNrITv DESCRIPTION VRICE A40VNT w.Yips SAND CD lips SAND GRAVEL GRAVEL CRUSHED ROCK CRUSHED ROCK fall IC3 SUB evC°X SUB TOTAL By TOTAL TOTAL TAX TAX TOTAL TOTAL DRIVER DRIVER No. G 21130 No. G 21162 It P,sperdkNly agreed that STONEWAV CONCRETE INC.will not be held liable for my It Is specifically agreed that STONEWAY CONCRETE INC.will not be held liable:or any 4mge to shrubbery,flowers,city fisMwdks.roadwy K private property in delivering mar damage to shrubbery,flowers,city sidewalk;,toadway or private property in delivering mob atiY lifted Wow,on theca Terminal. trial hired above,au thew premises DAILY INSPECTION DIARY REPORT M DAY: IUf�(_� DATE: I WORK PERIOD: iI aal�p./p,m. to.ri a.m. WEATHER: 001faiV TEMP. MAX _4� OF MIN )14, OF PRECIPITATION: 6 WORK ACCOMPLISHED TODAY: 10't, Ce (� SlTc i ,44 !,. c r 9t > �Cn^ 11.4 Iet 9cn. M O t4iI m i F l�Cn,[tt� ylttMt, (+ !i�� ., P;.riM r f' •i to -�+. i (ci nr ttit n,I. ,,Ok, , B :' ': � Qf1l „-�• '� , c')t v I „ rate: M lit rMe •tom V.i7[y �p ?'I.��1� - ,�'��'rr•ti*+ ' ,rl>^ry, t �'r•IMn �t �rwa j �VtK t^ lad\V.( _._ to fi'(((A=S Pt�_ �% ; 13•I �' � -ih rYn d, 1+• n—Y—��Y—p.0 n.}[.1 �{ n�1v.1 t�.n to � S 7� , Rt,r�,t, • ry�y}} 11 f(w`1l.t�t^' �^ O.+tI i 11.FC �' t� F~ U1 Y) . r �«.fibi� A4YP iGNf ttt t �nllt S.Wc. p$14a S d`�T T G4,. n �.d yl'r R tl fMkM1 rh. G 3 - — Z„EI,,, p,t 1,.A w• N^P.� Rrc J CONTRACTOR SIGNATURE CTOR SIGNATURE J/ DATE: INSP$CfORS DAILY REPORT Engineering Department City of Renton PROJECT: W I i.1 (il'r.., r. .1 5. f+i>r 5.7 10 ol, DATE: IF sr r •' CONTRACTOR: f,l "khu r6h1 G'U: ON WEATHER: Bid Item No.1 Description Unit Quantity Rom arks b'C1.5: U1 P,r „' flhm15 l7 a C1.52 171 P•Pe a �1�1n's 1.F `j. ') .� .� 6` $Ali ilalX Aes4M6l WA% dYe 'Ogg F A. g" 6a4 Valve fAur,rbl r,�1t,col.. ti.y f n 6 12" GnW Vn1+< Aurn,bh�W,lhValv.uouit i n 1 i. r. �il S�'111 (uN Orlr 'I h,WI flit N'IDil,.rt q::�NA1y FA fev pP,".•) 191 u- o{E rm 8` t P t r 10 It '�j,lv.� 411 C', n 'gip l A 11 f f w 5ttwe ("Wrl am I n 12 In,pu,le� atAAi.,n a 3ntk+,U 1o"r li 5/fy" tt+inus C1u;*.d 'Fo:1e `3-4Ta+ 1'CA zz ` l w 14 Aa�l�olt Can ,r : Ia,rn,r,l l r.b•+' /. Ih FccF Ivr., ,n1,on C '�- Ih N111 1141D1 RS 11 `„arLcn jtni•.ir l -. 01:3" Is'WeS NET zott00 LB STONE WAY P.O.BOX509 RENTON.WASHINGTON 96057 2261000 DATE __Ig_ I {�t P.O.At PLANT• F SOLD TO {4 ADDRESS '•-' V CITY— DELIVER TO 41UNNTIIV lle.$C PIVTIpN PR.ck gMOVNT cu.rps SAND GRAVEL CRUSHED ROCK 1 Rtc n X Sue by TOTAL TAX DRIVER ---_ TOTAL IJ No. G 22957 t It is speaficaily agreed that STONEWAV CONCRETE INC.wit[not be held liable for any rk damage to shrubbery.Mainers.city sidewalks,roadway or private property in delivenng mat trial bated above,on them premnw,. 0 - -- ILK & R DAILY INSPECTION DIARY REPORT Y DAY: _ DATE: WORK PERIOD: a.m./p.m. to � a.m./p.m. WEATHER: tia w%N TEMP. MAX 41 °F MIN 3!) °F PRECIPITATION: y! WORK ACCOMPLISHED TODAY: 175 (wrif Ne S ent{tl IN�F,.I I i �•.,��, � i a r ; <ntcn llit S .• S 1r �n4r . 1` 61 W!� m 11� 11 {4 trk IRltrktG.r cl S 7 1 �4* 5 In��� dA eY Chumlx L, 12"( C Q SY- lJt I2 P6� . cv . Q 1 rr�itastr rr vrl:c YW�S - - s W3 rae v -- � C�cAly{, ssd� JL 1 1 } A II O V d.,.n JI .a, C 11 �1(`'�c IZ' pY _ " Pii 1�' OS. iiSC Vi � ar . 1 CONTRACTOR SIGNATURE I SPECTOR SIGNATURE 1�1 ��17y DATE: .'f INSPECTORS DAILY REPORT Engineering Department City of Renton YRDJECTs Wr774 �iFn� Pr[ i. from 5.7e" l0 DATE: 4�uar0..a=• CONTRACTOR: WEATHER: Bid Item No. Description Unit Quantity Remarks ` 6'CIS,;. �1 p,P• •rr`?. G,H,n1) Lf. G 6vcl.52 . DI p,pt 'u;1h FsHrr any L.f. 3 12" (1.52 uS P,vc l f 4 6" 6MU JaLt Awmbtl with 6ate VQlvt A)Nab� l,dS velvr b,.,r f A 6 12" (dU unlit AYnobl,aw,lh�a�tir vou[4 i A — 7 rullwl\ Y I n5{tlt (fttA lh,a)I 61:w" { n F,af Wit'it.+, A:•.cn6,y F A St ^v, e� Sempw.,•I 's31au- n'k b" 1„�, s r @ r, .� �+ , 1V4 g 10 Stmpt,e,• o1n n11 cn nq p,p s n 11 NfW Setv,(t �on„rtt tw 1 " 12 Ih\pu,lta hjrAA,+a a Rio th�,lt itn 13 5/6n (h,nu) Cen.re �orh 14 j))pWt Can',r'c I'atrmr.,1 Frrb, /. IS Ttl0dna 'eMrn1 lE• f;orIt 1•rra Awl / I Hru N tta as . �„•\,ntl'un Sin. , l 5 DATE: 1-21-85 TO: FINANCE DIRECTOR FROM: PUBLIC WORKS DIRECTOR SUBJECT: PROGRESS PAYMENT CONTRACTOR: Archer Construction ESTIMATE NO. 1 CONTRACT NO. 076-84 PROJEci W-774 Grant Avenue So. 12" Watermain 1. CONTRACTOR EARNINGS THIS ESTIMATE F 38,239.85 2. SALES TAX a 8.11 3,097.43 3. TOTAL CUNIRACT 4:9UNT THIS ESTIMA'IT $ 41 ,337.28 4. EARNINGS PREVIOUSLY )'AID CLW'FRAC'1'OR S -0- _ S. 'EARNINGS DUE CON'I'RACIOR 111IS ES'I'IMA'1'E f__36.327.86 b• SUBTOTAL - CONTRACTOR PAYMENTS t 36,327.86 7. RETAINAGE ON PREVIOUS EARNINGS $ -0- 8. +- RET'AINAGE ON EARNINGS T11JS ESTIMATE 1 ,911 .99 9• SUBTOTAL - RETAINAGE = 1 1911 .99 10. SALES TAX PREVIOUSLY PAID S -0- _ 11. SALES TAX DUE THIS ESTIMATE 3,097.43 12. SUBTOTAL - SALES TAX i 3,097.43 '(95X x Line 1) GRAND TOTAL 9 41 ,337 .28 ••RETAINAGE: 5: FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR (Lines 5 and 11): ACCT. r 421/000.15.596.38.65.15 $ 39,425,29 1 ACCT. ACCT. f �-- ACCT. F $ M ACCT. F s �-- RETAINED ANOW (Line 8); ACCT. S 421/000/15.596.38.65.15 f 1 ,911 .99 a 1 ACCT. r ^ f F ACCT. ACCT. S 3� ACCT. / s Ch"TER 116, LAWS OF 1985 TOTAL THIS ESTIMATE 1— 41 ,337.28 CITY OF RENTON CERTIFICA)ION , w ua.rro w nwu.wxw wou wwF a IfILYI, 1W,IM{wlfM,f N,N MY 11M1�. M MNIt4lYgyp CA AY 11UC�IYYpIYq Y YYWwI, 11/Wy Y�11Y, ,y�lAY1 Y� WI Y 4i 1Y�! OMWIiOY„Mril,y OII p Y�IOI,Y�41 ,iw let 1_4 �°� CITY OF RENTON • DEPARTMrNT OF ENGINEERING • ��'� • MUNICIPAL b" ILDINGa, 200 MILL AVE, SOUTH, ndNTON, WA. 96055s 235-2631 PROJECT w-774 - GRANT AVENUE PROGRESS PAYMENT ESTIMATE NO Contract No._ 076-84 Contractor Archer Construction Inc. Ciosiny Dole 1-18-85 Shoet_L of-I- herr Est. PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE No Description Unit Unit Price Qly. Qty. Amount Qty. Amount Qty. Amount 1. 6" Cl. 52, D.I. Pipe (Meth. Joints and Fittings Complete L.F. 25.00 56 60 1 ,500.00 60 1,5UO.00 2. 8" Cl. 52, D.I. Pipe (Mech.Joints L.F. 27.00 62 44.5 1,201.56 44.5 1,201.50 and Fittings Complete 3. 12" Cl. 52, D.I. Pipe (Tyton Joint) and Fittings Complete L.F. 29.08 960 890 25,B81.20 890 25.881.20 4. 6" Gate Valve Assembly with Cast Iron Valve Box EA. 300.00 3 1 300.00 1 300.00 5. 8" Gate Valve Assembly with Cast Iron Valve Box EA. 425.00 2 2 850.D0 2 850.00 6. 12" Gate Valve Assembly with Gate Valve Vault EA. 1,600.00 2 2 3,200.D0 2 3.200.00 7. Furnish Concrete and Construct 17 Concrete Thrust Blocks CY 75.00 8 1.05 78.75 1.05 70.75 8. Corey Type Fire Hydrant Complete with Shackle Assembly (5"MVO) EA. 1,500.00 2 2 3,000.00 2 3,000.00 9. Temporary Blow-off Assembly on 8" Pioe EA. 250.00 2 2 500.00 2 500.00 10. Temporary Blow-off Assembly on 12" Pipe EA. 250.00 1 1 250.00 1 250.00 11. New Service Connections from Existing Meters to New Natermain EA. 300.00 14 12. Imported Bedding or Backfill (Bank Run Material) TON 3.00 500 13. 5/8" Minus Crushed Rock TON 10.00 30 112.84 1,128.40 112.84 1,128.40 14. Asphalt Concrete Pavement Removal 6 Restoration SY 14.00 165 15. Portland Cement Concrete, Removal 8 Restoration SY 25.00 4 16. Rock Excavation CY 1.00 4 17. Landscape Restoration I L.S. 2,000.00 1 18. Hill Holders 1 VA. 20 19. Construction Staking i L.S. 700.00 1 50% 350.00 50% 350.00 SUBTOTAL _ 38,239.85 38.239.85 TOTAL ALL CHANGE ORDERS -0- SALES TAX (8.1%) 4A.T. 3,097.43 GRAND TOTAL /d 41,337.28 41-337-29 RETAINAGE (5% of Total) N� i 911 99 AMOUNT PREVIOUSLY PAID TOTAL AMOUNT DUE 39 425.29 9 225 1 CITY OF RENTON Shoat i of 1 PUBLIC WORKS DEPARTMENT Change CHANGE ORDER Order Date 1 //1- Number 1 aOrdered by Engineer uaJcr tens of Section 4-1 of the Contract No CAG-076-84 Standard Specifications (ANA) _ OChange proposed by Contractor To: Archer Construction CO. 18211 E. Vallev Road Endorsed by: Archer Construction Co. Kent WA. 98032 o c.toA uu _ Sign Route to a Federal Aid No. Title Project Tttla W-774 12" Watermain Installation Grant Ave S. / S.7tn to S. 9th St. COPAIV 9iwtn by SuAtty: lm*gx tequued) & S. 7th St from Renton Ave. S to Grant Ave S. by: y-aa- • • • • . . • . • • • • • • . • • . . • DESCRIPTI011 OF MORE • • • . . • . . . . . . . . . . . . . . . You are ordered to perform the following described wort upon receipt of an approved copy of this change order: Additional Asphalt Concrete Pavement Removal & Restoration due to relocation of new watermain from landscape area to paved area in Grant Ave. S. from Sta 2+40 to Sta 5+83 $14.00/S.Y. X 115 S.Y. = $ 1 ,610.00 Compensation to City for fitting not used & redaction in landscape restoration -$ 1 ,000.00 SubTotal $ 610.00 Sales Tax 8.16 $ 49.41 Total $ 659.41 All work, arterials and arasuresrnt to be in accordance with the provisions of the Standard Specifications and Spacial Provisions for the type of construction involved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATED NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE $ 55,568.59 S 55,568.59 S 659.41 S 56,228.00 AGENCY USE AGENCY USE APPROVAL RECOMMENDED APPROVED: t0) nganitl Ac Wo4ka VtiectopL ( APPROVAL WMWNDED ❑ APPROVED DISTRICT STATE-AID ENGINEER Date: TY OF R.'NTON WATER DEPARTMENT Pressure Test B Purification Test Form PROJECT NO. C%M .* 4A&5 �k L A"410% 1n prtYlrr�11S . NAME OF PROTECT 60nt Nt S �rm Sift 47, j I*" 5 T,.}' +e* 1�'Ovr' A4.5 {o (-.AA+ h.14 PRESSURE TEST TAKEN BY AQ. ,A (c ��� ON AT A PRESSURE OF n.vC► PSI, rOR l y" MIN. TEST ACCEPTED ON Q17 1 ++ PURIFICATION TEST TAKEN BY /�1+A J y.,•L� / ON_J PURIFICATION TEST RESULTS, SAMPLE. #I �6,w �� iZrni:w n4f SAMPLE #2 H110eVf). ioiod yintrn/Mr Y `i. 1 e.t- SAMPLE #3 filru ;,� F�. re- &(Ogy C�:JtST 1. REMARKS: 5mo,f • /.. it Ain.rlzp SC r.:•rrr &t.pt ) ,r j} . K� Low 114 taess'mt v%;rt ,R:c.. :_ � 1{YPa.rt-.;« Act- 010. DSR91103191E�r Dp.,S 111-73 IRI BL STATE OF WASHINGTOf STATE OF WASHINGTON DEPARTMENT OF SOCIAL AND HEALTrr SERVICES DEPARTMENT OF SOCIAL AND HEALTH PEFIVICLS WATER BACTERIOLOGICAL ANALYSIS WATER BACTERIOLOGICAL ANALYSIS SAMPLE COLLECTION AEAD INS'HUI:"A., 0% 'AA I, DL C01_DF NROD COPY SAMPLE COLLi( ',% READ IN$TRt1C IIONS ON BACK OF GOLDENROD COPY If instructions are not followed,sarnu'.e will be reiected. If instructions are not followed,sample will be rejected. DATE COLLECTED TIME COLLECTED I COUNTY NAME DATE COLLECTED TI E COLLECTED COUNTY NAME MONTH DAY YEAR d6 a MONTH 1DAY YEAR 1 D 85 ❑ AM —PM k�NY ,1 �7 ❑ AM R K.�r46 TYPE OF SYSTEM IF PUBLIC SYSTEM,COMPLETE. TYPE OF SYSTEM IF PUBLIC SYSTEM, OMPLETE: 19KPUBLIC `` f�CLE CLASS PUBLIC ' Pk Q cwcZE SASS ❑ INDIVIDUAL I D. NO. 7 1 O L (J2 3 4 ❑ INDIVIDUAL I.D. No. b NAME OF SYSTEM NAME OF SYSTEM Gfy & Rret"C' A . (M a* 29'"W►1 SPECIE IC LOCATION WHr SAMPLE COLLECTE SYSTEM OwNEA/MISA NAME AND TELEPHONE NO SPECIFIC LOCATION WHERE SAMPLE COLLECTED SYSTEM WJWR/EGR NAME AM TELEPHONE NO Kilt w- K r».,..., m-r�- IgFBLnFjlBes; s-y" GEn � Qe,�1w. 31�Ms Q QenteRMtS.{S7 � t s-s6Y6 B1aw QNta4YfMYo} S.i r 5- 2446 SAMPLE COLLECTED BY:(Name) SAMPLE COLLECTED BY'.INamal A89mg, Crflxt - UNA"Ty �resoEo.ea _ A5a4LEI G eD�_ tut;ls \Raaet�✓ SOURCE TYPE SOURCE TYPE ❑SURFACE ❑WELL ❑SPRING 0 PURCHASED COMBINATION ❑SURFACE ❑WELL ❑ SPRING ❑ PURCHASED 1dj COMBINATION Or OTHER A or OTHER SEND REPORT TO:lFYm1 Full NAme.Aao,asa and Z,o Cocel SEND REPORT TO:(PoM Fun Naar,r,wn,s and aP Calls 35iS- K� 2,14' 31- _ -5555 - WASHINP'TON 18e54C ' IeMA\ WASHINGTON ggesb TYPE OF SAMPLE TYPE OF SAMPLE 1. DRINKING WATER ❑ CDlOn"Ied(Resldual:_Total_Free) 1. ❑ DRINKING WATER ❑ Chlorrnateo(Residual_Total_Freel chsek treatment—0, ❑ Filtered check treatment—)• ❑ Filtered ElUntreated or Other ❑ Untreated or Other 3. _ 2, n RAW SOURCE WATER 2. Q RAW SOURCE WATER NEW CONSTRUCTION x sapless. 3 NEW CONSTRUCTION wa1BPIAtFtS 4. OTHER ISWIIYI 4 OTHER(Specllp COMPLETE IF THIS SAMPLE IS A CHECK SAMPLE COMPLETE IF THIS SAMPLE IS A CHECK SAMPLE v� d5 LAO NO M'VrpUS 1.:0 No PREVIOUS SAMPLE COLLECTION DATE PREVIOUS SAMPLE COLLECTION DATE REMARKS. REMARKS- LABORATORY RESULTS(FOR LAB USE ONLY) LABORATORY RESULTS(FOR LAB USE ONLY) NIP CM STD PLATE COUN'1 SANPLG NOT TESTEO MPH-COLIFORM STD PLATE COUNT SAMPLE NOT TESTED U BECAUSE BECAUSE > MPN DILUTION TFST UNSUITABI F ❑ S 1ple Too Old MPN DILUTION ' TEST UNSUITABLE ❑ Sample fop Old /`;. L_�1 Confluent Crawth ❑ Not in Proper Container ADO- 1. 0 ConRuent Growth ❑ Not in Proper Container MF COUFORM �I MF COUFORM /--� 2. ❑ TNTC �' nsulHcienl lease Read 2. ❑ TNTC ❑ Insufficient(ease need /' 1 mi I Provuled--Please Form /i. Instructions nn Form Ihn v Instructions ion Form FECAL I.OLiFORM 3. ❑ Evcuss Decns FECAL COLIFOR 3. ❑ Esceas Detins ❑ MPN ❑ MF 4 MPN ElMF _/W mI ❑ /Qe ml 4. ❑ ❑ FORD KING WATER SAMPLES ONLY.THESE RESULTS ARE FOR�DDR/IINKING WATER �AMPL.ES ONLY,THESE RESULTS ARE. SATISFACTORY ❑ UNSATISFACTORY Ltd'SATISFACTORV ❑ UNSATISFACTORY SEE REVEHSE SIDE OF GREEN COPY FOR EXPLANATION GF RESULTS ',EE REVERSE SIDE OF GREEN COPY FOR EXPLANA113N OF RESP TS UB NO GATE.TIME RECEIVED— RECEIVED BY LAB NO DATE.TIME RECEIVED— PIECE, 'Iy DATE REPORTED LABORATORY OATRTEO LARORATOFY I- AM TEST INC. REM4 IK ` nEMgRKa AM -PEST INC. 4Ll�,i Qjj1 �.. Ii DP CENTER COPY SF - ` Ql{l�� �?ih h DP CENTER COPY SFATTI_E, DNA 9f107-3i)97 DBMS 131n 011411 DShS 13 173 i11141) STATE OF WASHINGTOr STATF OF WASHING for DEPARTMENT OF SOCIAL AND HEALTH SERVICES DEPARTMENT OF SOCIAL AND E'EALTh SERVICES WATER BACTERIOLOGICAL ANALYSIS WATER BACTERIOLOGICAL ANALYSIS SAMPLE COLLECTION. READ INSTRUCTIONS ON BACK OF GOLDENROD COPY .E C011t CT10N REAL WSTRUCTION'.1 ON BACK OF GOLDEN=COPY If Instructions are not followed,sample will be rejected. 1/instructions are not followed, sample will be rejected. DATE COLLECTED T-10 I E COLLECTED COUNTY NAME DATE COLLECTED 'IME COL'-ECTEO COUNTY NAME MONTH DAY YEAR . 4 1 , 84 K��6 MONTH pAY YEAR Q AM PM �! g'It AM ❑ PM KI K TYPE OF SYSTEM IF PUBLIC SYSTEM,COMPLETE;— TYPE OF SYSTEM W PUBLI YY'BTTGM,COMPLETE:LIC ❑namW r.«amcR tUR ❑ •«gxncq L LICPUB CLASS ID. No. I.D. No. Z 3 4PUSI ND INDIVIDUAL: NAME OF SYSTEM NAME OF SYSTEM trrY or RErr�a Crty of 'Issmi- SPECIfr LOCATION WHERE SAMPLE COLLECTED SYSTEM QYf1ERrMG4 NAME AND TELEPHONE NO SPECIIIC LOCATION WHEFE SAMPLE CoI LECTE SYSTEM O/aEA/IaBR IW4E leaf iB:FA101E ND. h.41[Ian lep.fGn i...,Sg Iryn4im lk-'774- 61fnTIII-AreS•tS. M Ret*w r r� �` W-77'4• AfA Ste. ��`(-ell- Ct7y at RIMBaL K r SI&WIN �'"tp,�'F ( ) 35- 4; gydtttttuQSfand� 6a`.S-"' ( ) Z35�Z6eF6 MPLE COLLECTED :INFInp rSAMPLE COLLECTED BY.TManNq Aeluau _ 6tlfeua - Vcn4cti ►tcSPr<clba A690m �1ft* - t1�L41y 1�cs�ec - SOURr�E TYPE SOURCE TYPE ❑ SURFACE ❑ WELL ❑ SPRING ❑ PURCHASED a/COMBINATION SURFACE ❑ WELL ❑ $PRINp ❑ PURCHASED N(COMBINATION '�///"A'avTHER F^or OTHER SEND REPORT TO'IPnm Fwl ama Aedn«and iIp 1 SEy D REPORT TO: Prim-wl HamayarM Lla C 1 S"I DF itEPcc6 bs14il_ �d7Y_ of Fft" care NE ZAP S-T- (�J _ 15�55�.�- 1Ak 20' S,t'-"•""' WASHINGTON ISG)p `�{[/��L..� WASH"NGTON TYPE OF SAMPLE TYPE OF SAMPLE ILnnP gym,oro n rmn oa�mm - �.lY�,mr w.•Inn.a�m�I 1. ❑ DRINKING WATER ❑ Chlorinated(ReSldual:-_Total-_Freel 1.eL� DRINKING WATER ❑ Chlormated(Residual. Total_,Free) check treatment--► ❑ Filtered check treatment•-J� ❑ Filtered El Untreated 2, RAW SOURCE WATER eated or Other ❑ Untreated or Other 2. [3 RAW SOURCE WATER � 3. NEW CONSTRUCTION or HWAIR5 3. NEW CONSTRUCTION oaMPOME; 4. OTHER(Spncify). 4 OTHER(Specify) COMPLETE IF THIS SAMPLE IS A CHECK SAMPLE COMPLETE IF THIS SAMPLE IS A CHECK SAMPLE PREVIOUS LAB NO_ PAT ADUS IAS NO _ PREVIOUS SAMPLE COLLECTION DATE PREVIOUS SAMPLE COLLECTION DATE REMARKS: REMARKS' LABORATORY RESULTS(FOR LAS USE ONLY, - LABORATORY RESULTS IFOR LAS USE DAILY) MPN COLIFORM STD PLATE COUNT SAMPLE NOT TESTED MPN COLIFORM STD PLATE COUNT SAMPLE NOT TESTED BECAUSE: O/ BECAUSE ar cash,.., MPN DILUTION TEST UNSUITABLE ❑ Sa. c 4 Too Old MPN DILUTION TEST UNSUITABLE Q P d Sam Ie Too Ol �llll'0 1. ❑ Confluent Growm ❑ MCI m Proper Container boo. 1. Q Confluent Growth ❑ Not in Proper Cnnlai,.N1r MF COLFORM MF COLIFORM 2. ❑ TNTC ❑ Insullic,enProvided— lease Read 2. Q TNTC I'i Insufficient lntolmation /pE„nI Prawded—Please nTi /,-�C m '= Provided—Please Read Instructions on Form Instructions on Form FECAL COLIFORM 3. ❑ Excess Debris 3. ❑ Excess Debris r—EC.AC COLIFORM ❑ MPN 0D11 1; I 4. ❑ ❑ L MPN ❑ MF 4 Q FOR DRk1KING WATER SAMPLES ONLY.THESE RESULTS ARE: FOq O KING WATER SAMPLES ONLY.THESE RESULTS ARE .•Y,/SgTISFACTOHY ❑ UNSATISFACTORY SATISFACTORY ❑ UNSATISFACTORY SEE REvLRSE SIDE OF GREEN COPY FOR EXPLANATION OF RESULTS_ SEE REVERSE SIDE:OF GRECN COPY FOR EXPLANATION OF RESULTS UB Kp DATE.THE PECFIVED- REC VED BY LnA NO DATE.TIME RECEIVED-, AECErVEb RY J l7-9 7 it 2. 2— S 7, 0), GATE REPORTED ABORATpRY DATE REPORTED LASOHATORY M11E ARKS AM TEST INC. -(—i LI-25 _W AM TEST INC. aapn �r+I a : I yr REMARKS 4900 9th Ar. N W. DP CFNTER COPY S., 'T ' ' 1^r 7 FIP CENTER COPY &EATTLE, WA l3H10 7-3697 STATE OF WAS!HNGTON , « STATE OF WASHINGTON 1 DEPARTMENT OF SOCIAL AND HEAT' RVICES DEE, ENT OF SOCIAL AND HEALTH SERVICES II WATER BACTERIOLOGICAL ANALYSIS WATER BACTERIOLOGICAL ANALYSIS SAMPLE COLLECTION READ INSTRUCTIONS ON BACK OF GOLDENROD COPY SAMPLE COLLECT ION PEAD INSTRUCTIONS ON BACK OF GOLDENROD COPY It Instructions are not followed,sample will be rejected. It instructions are not followed,sample will be rejected. DATE COLLECTED I TIME COLLECTED COUNTY NAME DATE COLLECTED TIME COLLECTED COUNTY NAME MONTH DAY 'EAR � K1T►6 MONTH DAY YEAF �V I ,7 $4 I AM PM �sQQG fekit TYPE OF SYSTEM IF PUBLIC SYSTEM, OMPLETE \ 11 /O / AM ❑ PM TYPE OF SYSTEM IF PUBLICISYSTEM,COMPLETE'. PUBLIC I wC,c CUSS I.O. No. t Q c PUBLIC P,R p CIASS ❑ INDIVIDUAL 1 V T O L t 2 3 4 I.D. NO. ' �j Q L 1 2 0 A ❑ INDIVIDUAL Iwna w,q,reawn.0 NAME OF SYSTEM I NAME OF SYSTEM Cny of REtm-1 Crty of QE�aB► • _ SPECIFIC lOCP7lUN WHERE SAMPLE CULLr.CTE SYSTEM OMAR.'MCA NAME AND TELEPHONE NO SPEGHC IOCAIIONWNERE5AMPLE C0I LECTEO SYSTEM QWikli� 4R NAME AND TELEPHONE WO .i[Mn LO AKfNVYVHf f SA MMWM N►TI4« ��e1kA++�•1s.l~ frytF Rrn11Mv yR+�-j :'401AtoS. �S:iro Cryo. RnAOK N i�EhufE Bj�� 51 ( ) 139.2646 AMPLE COLLECTED INamq I Hy ri - ` 1 13�'T646 SAMPLE COLLECTED Uv Namal AgOoEtt 61EFou0. - 1t11W;y InSPF�oa (\69G:L (nOCX + - 4-ilwi 11tiStfC\60- SOURCE TYPE SOURCE TYPE COMBINATION ❑ SURFACE ❑ WELL ❑ SPRING ❑ PURCHASED or OTHER COMBINATION _ i SURFACE ❑ WELL ❑ SPRING ❑ PURCHASED �Vpr OTHER SEND REPORT TO IPnm FWI N. Aearaea«w by c«IaI I SF JD REPORT TO'.Rnml I au Nama A s ana aP Coal _ Cny a Qf.iWoN Iu�ZEa Shot FiDRE of RE'AIIWA Sh.r �_ Sti�' NE 2►" Sr ' � 3555 - � 1"� S� �Aa .py\PO WASHINGTON •�70 _Vfn�CT WASHiNuTON -1 V TYPE OF SAMPLE TYPE OF SAMPLE 611 wnr.m mn;..m Kho anyw mm,e 1.1-1 1 11 1. ❑ DRINKINGWAfER ❑ Cnlwlnolee(Realaual._Total Free) ,o.Otter, ❑ DRINKING WATER ❑ Cnlarmaletl(RealduN:�Torsi_Freel ❑ Umrealsa CRBCK Treatment —► ❑ FUteal cINK treatment� ClF111ero0 ___ 3 Y. NEW CONSTRUCTION I Cl Unuealea oI Omer ❑ RAW SOURCE WATER . ❑❑ NEW SOURCE WAFER 3. NEW CONSTRUCTION or RWAAWB d. LJ OTHER(Spacdy) 3. W aW;iMl115 4. a OTHER ISpacllyl— COMPLETE IF THIS SAMPLE IS A CHECK SAMPLE COMPLETE IF THIS SAMPLE IS A CHECK SAMPLE PREVIOUS TAB ND — PER V IDU$I AB NO PREVIOUS SAMPLE COLLECTION DATE I PREVIOUS SAMPLE COLLECTION DATE REMARKS REMARKS. ! LABORATORY RESULTS(FOR LAB USE oNln LABORATORY RESULTS(FOR LAB USE ONLY) .� MPN-COL IFORM as STD PLATE COUHr SAMPLE NOT TESTED '. �M MPN-COLIFORM STD PLATE COUNT SAMPLE NOT kSTED 41 BECAUSE BECAUSE MPN DILUTION TEST UNSUITABLE ❑ Sample Too Ola II MPN DILUTION TEST UNSUITABLE ❑ Sample Too Did ❑ Conlloenl Grce"" ❑ Not in PfolNx COetalnaz f /100 mI 1. ❑ Conlblenl Growth ❑ Not In Proper Container MF COLIFORM I 2. ❑ TNTC ❑ Inaulllclent Intormatlon MF COLIFORM /1 /100. Prowoee-Please Read /00 2� El TNTC [3 mould nlormal w ' Instructions an Form Fmwded-P'd-F'.>eae Read FECAL—COLIFORM3. ❑ Excess Deons « 3nstructions on Form '7 V FK:AL COLIFORM Cl❑ Excess DeDnP ❑ MPN ❑ MFd_ ❑ ❑ ❑ MPN ❑ MF 4. ❑ �IX mi ❑ /(p ml FOR�.IDRIN/ KING WATER SAMPLES ONLY.THESE RESULTS ARE FOR 9AKWO WATER SAMPLES ONLY,THESE RESULTS ARE. gAATTSFACTORY ❑ UNSATISFACTORY (If SATISFACTORY ❑ UNSATISFACTORY SEE REVERSE^RSE SIDE OF GREEN COPY FOR EXPLANATION OF RESULTS SEE REVERSE SIDE OF GREEN COPY FOR EXPLANATION OF RESULTS LAB NO DATE TIME RECEIVED- RECEIVED BY / r {L�A��B HOQ'�-�(� DATE TIME FEfEry ED- RECEIVED BY _U ", ✓asp _ �U - td]GL32 S on, - " — DATE RE AT ED LABOHAIORp M TEST INC. DATE REPORTED LABOMTORY: MARKS 4900 91h A,,,.:. N W. AM TEST INC. SEATTL7, WA :?e707-3691 4900 9th Ave. N I.V. I WATER SUPPLIER COPY SEATTLE. WA 98107-30 7 i WATER SUPPLIER COPY STATE OF WASNRNiTON M L DEPARTMENT OF SOCIAL AND HEALTF VICES STATE OF WASHINGTON WA1tR BACTERIOLOGICAL ANALYSIS D&AR T Of SOCIAL AND HEALTH SERVICES SAMPILE COLLECTION READ INSTRUCTIONS ON BACK OF GOLDENROD COPY WATER BACTERIOLOGICAL ANALYSIS If instructions are not followed,sample will be rejected. SAMPLE COLLECTION READ INSTRUCTIONS ON BACK OF GULDLNROu COPY If Instructions are not tollowed,Sample will be rejected. DATE COLLECTED TIME COLLECTED COUNTY NAME MONTH DAY YEAR A A DATFI COLLECTED TIME COLLECTED COUNTY NAME 1 85 PM k1N4 MONTH DAY YEAR TYPE OF SYSTEM IF PUBLIC SYSTEM, OMPLETE: i , 9 AM PM K 1N 4 TYPE OF SYSTEM IF PUBLIC SYSTEM, MPLETE PUBLIC aecLl CLASS -- ❑ INDIVIDUAL I.D. NO. ' ' Q 5 O L 1 2 3 A PUBLIC LD. No. 1 o 5 PLLL c 4 INr OF SYSTEM ❑ INDIVIDUAL ` 8 7 Q L 2 7 i NAME OF SYSTEM '>""'°A""^i0i"`w NAME OF SYSTEM Lny ps RFEro>FI - Lti OF valm'Mal SPECIFIC LOCATION WHERE SAMPLE COLLECTED SYSTEM C%WR/MGA NAME AND TELE401E NO SPECIFIC tOCAPON WHERE SAMPLE COLLECTED SYSTEM MWEL'IACA MW AND TELEPHONE NO %-774. 6EHXtA H+� s i '1 t+►y ei Rt:Ew .w r ..,.I us;m 6l a Qente:illt! S T r1 i.7'' [t,* ec QeEl1o� )Z S 2441"SAMPLE COLLECTED BY:!Nome! a SAMPLE COLLECTED SY:lNamq A896uL 0fwg _ (Amty tt+sPrcRna I SOURCE TYPE A b4ua C*'r_ uFlb &DO" ,,,���((( ❑ SURFACE ❑ WELL ❑SPRING ❑ COMBINATION SOURCE TYPE PURCHASED AW OTHER ❑ SURFACE ❑ WELL ❑ SPRING ❑ ��` PURCHASED )J COMOTHEBINRATION SEND REPORT TO:twmr Pan N.Y,,Addrose erw ZIP CPMI or �11 r of RF FCLON - SEND REPORT 70:(Ponl Fuu P le.Aadwes AnP zip caps 4)7S5" NL 2M gT 0rVY ec QctiZ_y WA% SrM -- �M,� 186,54 8 I 3555— NE 2� SA- WA$NINGrON •e�o�4 /{�(/.. eTp TYPE Of SAMPLE I l"� _WASHINGTONY IG'W.any—n 1N.slam., TYPE OF SAMPLE 1CMC\yMY•NY n IM.(dumnl 1. DRINKING WATER ❑ CR!onnaled fResiduar_-Total—Frei) Check Treatment--soFharod .� U DRINKING WATER ❑ Cnlormaled(Residual. Tolat—Free) ❑❑ cnKk treatment71 Fmered Untreated or Omer ❑ Untreated or Other 2. [� NEWRAIN SOURCE WATER 2. 4 RAW SOURCE WATER 3.YFQJ�I NEW CONSTRUCTION or ofAAMS 3, 15�JD^NEW CONSTRUCTION oa 4~8 OTHER ISpecrtY) ♦, OTHER ISwlfyj COMrLETE If THIS SAMPLE IS A CHECK SAMPLE COMPLETE IF THIS SAMPLE IS A CHECK SAMPLE PRE V!OUS I AB NO PREVIOUS SAMPLE COLLECTION DATE PREVIOUS LAB NO REMARKS' PREVIOUS SAMPLE COLLECTION DATE REMARKS: LABORATORY RESULTS(FOR LAB USE ONLY) LANQUTORY RESULTS IFOR LAB USE ONLY) MPjJ COLIFORM STD PLATE COUNT SAMPLE NOT TESTED BECAUSE: MPN COLIFORM STD PLATE COUNT SAMPLE NOT TESTED BECAUSE'. 1 wme.. 1m1 MPN ❑ Sam DILUTION TEST UNSUITABLE Sample Too OW ❑ Sample Too Old 11--�� MPN DILUTION TEST UNSUITABLE /'ov ml 1. tJ Confluent Growls ❑ Not m pmpw Container �0o'nl T, ❑ Conllwm Growls ❑ Not In Proper Conumer MF COLIFORM 2. ❑ TNTC ❑ Insufbcrenl Information MF COLIFORM /100 MI Plovoed—Please Read 2. ❑ TNTC ❑ Intalliclenl Infnmation 3 El Excess Oaerla Inelructions on Form /too m Provided--Please Rep . FECAL COLIFORM 3. ❑ Excess Deem Instructions on Form ❑ MPN ❑ MF FECAL COLIFOR �W nv 4. ❑ ❑ ❑ MPH ❑ MF 1. ❑ ❑ FORD KING WATER SAMPLES ONLY,THESE RESULTS ARE: 00 mI NATISFACTORv FOR DRINKING WATER SAMPLES ONLY.THESE RESULTS ARE _ ❑ UNSATISFACTORY ,�,�tA�� ' SEE E. VERSE SIDE OF GREEN COPY FOR EXPLANATION OF RESULTS U e"�FACTORY Cl UNSATISFACTORY LAB NO DATE TIME RECEIVED— RECEIVED BV SEE REVERSE SIDE W GREEN COPY FOR EXPLANATION OF RESULTS LAB NO DATE.TIME RECEIVED— RECEIVED BY 3 I /7 a5 Z DATE REPORTED LABDRATORP -- 1 J � v% AMTEST INC. AT REPORTS LAS0IUTOR REMARKS ` 4C00 9th Ave. N W. /�� PE ARK$ AM TEST INC. SFATTL�, WA RRi07-3Ft9 4900 91tl ijil N W. WATER SUPPLIER COPY WATER SUPPLIER COSEATTLE, WA 98107-3697 ilF � � IIIII�IIIIIIIIIIIINI !�!!1l11 � - - � 11..-111-�IIIIIIIIIIIInn1111 i1 1 UNION IIII�iI NINE NIII 1 1111111 11 111 � , I11111111 1111� MAN �11 111 IIIti11 III�ME ������ 1�1u� IIIIIIIIIS�111 IIIII �"��■ �" �r iialn1e11111111 RlIIIIIINME �� IIIIIIIa�1!� �111�1111N1111N11 I= 1111111 11I MINEIII Iii%in`�ii mii111� Iffil IIIIIIINIIii �lllln=11111 ��!►�i � r �IIIIIIIInn1111gA1111 11111 NIS■ n11111111111f►�i�iN71 1111 111�111111� 1 1111111 qN 1111 ��■�� i 1111111�1n1ii1111N11111111 ��.�� �IIIINIII.SII�IIIININIIINII ��■ �1111111l�II ��hi1111 INn11111� IIIIIIIIIII�IILIIIIIIIIII 111 ■ � III IIIIN1�11l��a�'IIIIII�Iq� � 1�111111 � i�ilfl1�i11 11111 NI � 1111111111� IINI� IOn 1�113�N1111111'� �N�I�gq!1111� �� iilIBM s iliiiu .J!:ar �iTlP]:ilLG7.Stt tu�tshrr.sa`ww.e�w..,,_. -.a. _....-, �rt�:.-�i•�.k.;ti. .i .�.. !! 1 111!�1111111111111111111�1l�! .1 I111N11111111ISS 11111� IIn IIIIIIIIIIIIIII��1/111 IIIIIIIHII Iliii11111 1111 r '�r � illlllll 11111111� 11111 � 11n1111111 IHi i1�111 11111 1NH1111111111 ! U 1 1111 i11i11111IH1111l111 IIIIIIIH 9111/111 lIILIIIINIIUHII� �� l�� 111 IIH 11�1 1l�11_I_IIIIIIII 111 IIIIIIIIIIIIIfii r 111NI HI N�► � � 11111IIIIIIIII: IIAHIII 1 11� H�� n111�H1 II ac71 NMINI IIIIIIIIn�i1�i11111111111111111 11�� IIIHIIII IJIIN nH111111111 IH111111 '�'lIIII�IIHIIIIU 11 111111111511L��ii11111111 11�111 III in �111111 H IIIIIIIIIIIHApWs1 1111 111�111111111ii1I�1�1/1 1 111111111 ���� IIIIIIIIIIIII�I�IIU N�111 Miiii�llniSmoak 1`ai�ii� 1 ■ ■ r i.ti44.v. y- ., II_ II!�!�IINIIINIINIIIIIl�!!!!I! �!� 1l��ll-� IN 111111 IIIIIIIi 11 ��� IIIII�IIIaN1111�1 Ia111 1 �� 1111111 11111 1 i1111C1111 1 11 � � 1111111�11111�1�111NN111�1111 �� � ' � �II�IIIIIIIIIIi11N=1111111 ©�, _: � � INN III�INIIII!S i1 Ia 111 �� I� i IIa�lII111��lIINIIIN�1 � � �Iilla�lllllN IIIIIIIII 1 ' _ �IIINIIIIINNl 1�1111111 1 mom 11nNiliiii�1 11 t J I IIIIIIIilNIIII 1111 11 r 11 IMIN NNIIi11AN1�1 11 11 IlMill gi " I1711111NN 11 �IIIIIII�i11Naa1N111 INIIIIIIIM 1 111 IINII IIIIIIIIIISI�1111111 IIIII 111111 1I I � 111'�i�A11111111 aa1 IS �Illllllt®IIIIIIINN111 IIIIIUI114 NI:IIIINI 111 toAN I' a1111�111 �� NIIIIIN I�11 Illig Ill1U1ilso 11111 . NNE iiiiiiiiinii�iiilaiiiNll ` I N 1 S. 7� a zs 4 i 1 w� { vl R, 1 4 � F r I, t — r t l r e THIS CERTIFICATE OF INSURANCE HAS BEEN ISSUED TO YOU TO COMPLY WITH YOUR INFORMATIONAL NEEDS, N , REGARDING OUR INSUREDS INSURANCE POLICY. w" IF YOU HAVE ANY QUESTIONS, _PLEASE FEEL FREE TO CONTACT: 7 �� LABOW HAYNES COMPANY, INC. PHONE #(206) 451-8699 P.O. BOX C-96760 BELLEVUE, WASHINGTON 98009 cert • 0 L&Sov,Hsynes a � K$7 if, ^JFs NAMF AND ADORES. LaBow, Haynes Company, Inc. COMPANIES AFFORDING COVERAGES 1.1400 S.E. 6th St. COMPANY A Consolidated American Ins. CO. P.O. Box C-96760 LETTER Bellevue, WA 98009 Eoit—, BUnderwriters at Lloyds 6 British CO. 's LF TT[R .•a� AND ADOREss OE INbUKD COMPANY, C Southern American Ins. Co. LETTER Archer Construction, Inc. 18211 East Valley Rd. [� t I.FR — Kent, WA 98032 COMPANY[TikR E Ttxs Is to certify that pPisres or nsurar`Le 11sted oelow there Deen Issued to the msuma named abare alTd are m NVDe at this time aMhsfnrMingg anY requirement,term or conditwrl M srry CgntrKt or other Ifacument Nrth ra,pegl b,rich this cerht"N,may ,a Issued w may Pertain.the Insurance afMrgee M the gpIlCles dexnbed harem is wMxt to ax the mi iia,e,Ckiii i s VA conditions of such poNciaa. 1T In h e ! 'ANY I01 I,t NUAPRFR 1 POIilt _ fACH AGGRFGA' •(R TYPE OF INSUR4a! x1NRA'IUN UAn (XCURw NCE 09KNINAL LIA81lRY --- — -- nooeYTNNW s Soo s 500 A a.OMPPEN[NSrvF P.IRM _ �— -- �RREMIsEs-OPERA'.II)Ns CAP 187615 1-8-86 E'RC°E'"°D""'^OE 'N/C E N/C 0 EXPLOSION ANDOLI APSE RA LARD " UNDERGROUND HA1MID r{IRROOUC TstiOMPLETED ��a URERArItiN5 NA2ARG ON11Nn) NJDILY MJt AAANO U;ONTRACTUAL INSURANCE PRO C Y t OMNED 6 DAD FORM PROf•EHTv DAAAGE RDEPEMXNT CONTRACTORS PERSONAL NNW PERSONAL INJUW E EGG ___.-�. AU70Mol8l LIABRRY Ex "E'r KNNY FWN s ZEAL ti45tRn A X 'vi"+ERINSME FORM I CAP 187615 1-8-86 I nn INED PHnP1%nY DAMAGE S X Ko 611Iffi\INJURYAND ,500 X UWNED P"11TTY DAMAGe W COM�4INED _ ' - LAAASS LIAIKRY tToonY NntW All C i-X I.M6Ri(1A EORM SU 021393 1-8-86 PROPERrYDAMA(f 5,000 `5,000 Ot""THAN tiMRRELLA CIWRNEO WORK ERS'COMPENSATION and EMPLOYERS'LIABILITY B BroddcFdf,% LH 30056LL 1-8-86 $250/$250 inch . x,c,u Property Damage Liability ot"PTION OF OPERATIONS tl RE: Water Project 774 (Supersedes certificate previously furnished) cancellation: Should any of iae above de,��r,t)ed polices ue cancelled before the expiration date thereof, the Issuing com- pany wdl MXK)tlp mail . _ days written notice to the l,elow named certificate holder.X4ltJtXxWM70MX txaaltxuabFpuaeMxxVlxanvc�cx�asl'YbakxxxxbAtl�4Det�txxkx�iRaxRkxx�tnexx�lt (CNAibtF yAN Do AfOD RRf Se`ntoTPnnf x.A1ENOLDER DATE ISSUEr-February --' i Mill Ave. South Renton, Renton, WA 98055 A HORIiFD REPNESFNTATIVE J LaBow, Haynes nc. AC'1NE1?511 r91 W-774- Transamerica Transamerica lnsurancefroup Insurance Services Qaftanel funn Stgn Inquiry CITY OF RENTON.— UTILITIES ENGINEERING -- Date FEERUARY 20,11�85 Owner,Obtleu or Orieinettne CompMY r 200 MILL AVENUE SOUTH Our Bond No, 5730 85 42 RENTON, AASHINGTON 980.i5 Reimured's No. ARCHER CONSTRUCTION, INC. Address: 18211 BAST VALLEY HIGuwAY — KENT, WASHINGTON 98032 Descrip,.,on of Contract:—CONSTRUCTION AND INSTALLATION OF 121% 8" 6 6" DIA. DUCTILE IRON WATER MAIN ^-- CIWS Lee,nee Ma O-a,:a Cono,m mw AND APPURTENANCES. R VJ�tr� -dye tlo W- 774 �,sner: CITY OF RENTON Contract Price E 55,568.59 Bond4; S 35,568.59 PF b PT Effectiva Date N01ii I6,1984 Without prejudicing your right or affecting our liability under our bond(s)described above,we would appreeinte such of the following information as is now available. PLEASE HAVE THIS COPY SIGNED, VJEB'LEJA�OIMN .y truly yyouurr%,, ACCEPTED AND RETURN TO TRANS�MERICA INSURANCE CO. BOND DEPARTMENT ATTO —IN—FACT 1, IF CONTRACT COMPLETED,PLEASE STATE: Approximate date of completion of work for final defiveryl _ Approximate acceptance date_ Final Contract Price$ 2. IF CONTRACT UNCOMPLETED,PLEASE STATE: '— GG Approximate percentage or dollar amount of contract completed or delivered $ 36,424 �' 9l [pMftEi�Oel, 3. Do you know of any unpaid bills for labor or material (Check) Yes—No-.X-- 4. Remarks: (If anyl._.Z&jjTXrf ShQVu 1E GOHff Q Ay li 3f 0 It Is understood that tlr Information contained t _ IK Tpl„f _'J herein n furnished as a safety and Is me for an Owrrer: _ confidential use of the aunty and Is merely an expressloe of oninlon, it Is also agreed that Iti l % ferrllshingthis Information, no tuarar•y at warranty By' Of accuracy or correctness Is mod,tid no raster- slblllty Is sssumed as a result of reliance by the T;tle; VTIIA VY "VIWA-- surety, whether such Information Is furnished by --------'� the awnar or by an architect or engineer as the agent W the swner, Date_._31/L 19_ THE LANGUAGE OF THIS FORM IS ACCEPTABLE TO THE SURETY ASSOCIATION OF AMERICA. 30588 A PLEASE RETURN IN ?H£ ENCLOSE STAMPED ENVELOP£ r kwy ,r.. c t i i r ....+..�s„w.....,r....... .�., ......... .,.. ...............w.«.,.r«..:...�...+.�.r.......w..�+�...�,,..«,..+.r......,..�.y..l-.....«�......or:mew...�.Lr...:,..�:.,.�....+w........r+.,.........�r..�...� al�st ^ f4M1 i4Y, 4.. f „Y .R x, } y i } . v R �" s 3 SC,^ •`� I rfy :,w Mt. � i tit, ' � {. +wr- � . r , 14 , .� `� �:. ����, X•... .,- �_ rl �� I ', i .. � V �1► Ar" 4 y x-10 s Al iCC t too v Z• t ��C't/TD.t/' A✓E V 't. � P Y s 407 �` �� -- -.. ' �$'3'i�6r rclnFpGv �� ti� - el s5� r �',urovA✓� So Ib0' H 7 Renton City Council 11/19/84 Page three Consent Agenda continued K.C. Fire District Fire Department requested approval of Mutual Aid Agreement No. 40 Mutual Aid for automatic emergency response with King County Fire District Agreement No. 40; contract shall be binding upon both parties for a period of one year and shall automatically renew itself for a similar leng0 of time. Refer to Public Safety Committee. Kennydale Beach Parks Department submitted CAG-056-84, Kennydale Beach ?ark Park Piling Project Piling Project; and requested approval of final pay estimate CAG-056-84 ki of $15,322.72, final acceptance of completed project, commencement of 30-day lien period, and release of retained amount of $743. 10 if all required releases have been receivea. Council concur. Fund Transfer Public Works Department requested transfer of funds from for Capital Re=arve Fund No. 3665 (4C Water/Sewer Assessments) unto Improvement Utility Fund No. 421 in the amount of S550,000 to fund Projects already approved cepital improvement utility projects. Refer to Utilities Committee. Fancher Flyways Public Works/Airport Lepartment submitted Fancher Flyways Lease Lease No. LAG-2096-72 for renegotiation of ground lease due LAG-2096-72 to expire on 12/1/84, property located on the west side of Renton Municipal Airport. Refer to Transportation (Aviation) Committee. Consent Agenda MOVED BY HUGHES, SECONDED BY STREDICKE, COUNCIL ADOPT THE Approved CONSENT AGENDA AS PRESENTED. CA,.RIED. OLD BUSINESS Utilities Committee Chairman Mathews presented a report Utilities Committee recommending removal from Committee referral list of the City-Wide Drainage following matters which do not require Committee action: Problems, Wetland City-wide drainage problems (Administration may propose Requirements for City drainage utility in 1985) ; Review of wetland P-1 Channel , Well requirements for P-1 Channel , Phase ; I ; Analysis of .fell Field Protection Field Protection Study by CH2M Hill (Council to address Study, Utility specific proposals during budget process) . The Committee Bill Collection also recommended removal of the matter of utility bill Fee Increase coi ;,ction fee increase which was referred in error on 10/22/84 (Council adopted recommendation of Ways and M c Committee for 30t fee on 11/5/84) . MOVED BY MATHEWS, S. +DED BY KEOLKER, COUNCIL CONCUR IN THE UTILITIES COMMITTEE REPORT. CARRIED. Bid Awarded for Utilities Committee Chairman Mathews presented a report Grant Avenue South concurring in the recommendation of the Public Works Waterma;n Project Department to accept the low bid of Archer Construction, Inc. W-774 in the amount of $55,568.59 for the Grant Avenue South Watermain Project (W-774) . The Committee also recommended authorization for the Mayor and City Clerk to execute the contract documents. MOVED BY MATHEWS, SECONDED BY STREDICKE, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. Bid Awarded for Utilities Committee Chairman Mathews presented a report Raymond Avenue S. concurring in the recommendation of the Public Works Watermain Department to accept the low bid of Grant Construction Co. Improvements in the amount of $35,564.90 for watermain improvements on W-712 Raymond Avenue South (W-712) . The Committee also recomneru, authorization for the Mayor and City Clerk to execute thF. contract documents. MOVED BY MATHEWS, SECONDED MY KEOLKER. COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. Interlocal Utilities Committee chairman Mathews presented a report Cooperative concurring in the recommendation of the Public Works Agreement with Department to enter into an interlocal cooperative agreement Water District between King County Water District p14 and the City of Renton #14 concern;ng transfer of water service in the vicinity of Dimmitt School to Renton. The Committee further recommended referral of ' 1e resolut :on to Ways and Means Committee and authorizat; .i for the Mayor and City Clerk to execute the contract docc"- MOVED BY MATHEWS, SECONDED BY KEOLKER, COUNCIL CONCU THE COMMITTEE REPORT. CARRIED. Renton City Council 11/19/84 Page four Old Business continued Utilities Utilities Committee Chairman Mathews presented a report Committee cont. recommending that the appeal of special connection charge Metro Appeal filed by Metro (8/6/84) ae denied. MOVED BY MATHEWS, SECONDED E( KEOLKER, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. Bid Awarded fo. Utilities Committee Chairman Mathews presented a report N. Riverside Dr./ concurring in the recommendation of the Public Works Liberty Park Department to accept the low bid of Grant Construction Watermain Company in the amount of $118,282.26 for the North W-585A Riverside Drive and Liberty Park Watermain (See Consent Agenda Item a.) . The Committee also recommended authorization for the Mayor and City Clerk to execute the contract documents. MOVED BY MATHEWS, SECONDED BY KEOLKER, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. ORDINANCES AND RESOLUTIONS Ways and Means Ways and Means Committee Chairman Clymer presented a report Committee recommending the following ordinances for second G final reading: Ordinance H3861 An ordinance was read changing the zoning classification of G. M. Associates pr, ,.erty Icoated at the northeast corner of Duvall Avenue NE Rezone Reversion and NE 4th Street from Business District (B-1) to General (Northward) Classification District (G-1) ; G. M. Associates Rezone reversion (Northward Development) ; File No. R-019-82. MOVED BY CLYMER, SECONDED BY REED, COUNCIL ADOPT THE ORDINANCE AS READ. ROLL CALL: ALL AYES. CARRIED. First Reading Ways and Means Committee Chairman Clymer presented a report recommending the following ordinance for first reading: Fund Transfer An ordinance was read providing iur appropriat 'on of funds for Union Avenue in the amount of $31 ,930.:0 from Unanticipated Revenue/ NE Project Capital Improvement Fund (Environmental Review Committee Fees) unto Capital Improvement Fund (Union Avenue NE/NE 4th/NE 2nd Street) . MOVED BY CLYMER, SECONDED BY MATHEWS, COUNCIL REFER THIS ORDINANCE BACK TO COMMITTEE FOR ONE WEEK. CARRIED, Brown Annexation Ways and Means Committee Chairman Clymer presented a report recommending approval of the Brown Annexation (denied on 9/24/84 due to small size) . Councilman Stredicke noted for the record that he will not participate in discussion of this matter nor vote due to potential violation of appearance of fairness doctrine. MOVED BY CLYMER, SECONDED BY REED, COUNCIL APPROVE THE BROWN ANNEXATION.* Council President Hughes spoke against the motion, noting earlier Council discussion and denial was based upon limited sire of the parcel . City Attorney Warren rev;ewed letter from Policy Development Director Larry Springer which provides a history of the annexation process: 10% Notice of Intent to Annex filed 3/29/84; approval given by all City departments except Fire Prevention due to creation of illogica' boundaries end illogical extension of services; 10% Annexation public hearing held 4!23/84--Council apprised that adjacent property owners dec! ined to participate in the annexation; Council authorized circulation of 75% petition; 75% Annexation public hearing held y!21/84, Council accepted the petition; Notice Intent to Annax filed with Boundary Review Board 6/27/84 and approved on 8/27/84. Continued Following receipt of a request for reconsideration filed by C. W. "Tiff" Hewitt � 10/29/84, a review of the City' s resol 'on outlining annexation procedures indicates a passage which „ates that adoption by the City Council of a 75% annexation petitio- constitutes to the full endorsement by the City of Renton of the annexation proposal . Based upon this legislation, Resolution No. 2429, adopted in No�.smber of 1981 , the Policy Development recommends the Council approve the rown annexation, *MOTION CARRIED. MOVED BY REED, SECONnED BY MATHEWS, COUNCIL REFER THE BROWN ANNEXATION TO WAYS AND MEANS COMMITTEE. TARRIED. WATER AND SEWER PROJECTS PRESENTLY UNDER CONSTRUCTION IN THE CITY OF RENTON WATER PROJECT # W-774 SEWER PROJECT # DATE12/11/84 WATER PROJECT TITLE Grant Avenue So. 12" Watermain - from S 7th St - to S. 9th St. S. 7th St. from Penton Ave. S. to Grant AvenUp S. PROJECT LOCATION DEVELOPER ADDRESS PHONE EMERGENCY PHONE CONTRACTOR Archer Construction ADDRESS 18211 East Valley Road - Kent, WA 98031 PHONE 251-8153 EMERGENCY PHONE Bob Archer - 271-5136 - Wade Archer - 255-4936 FOREMAN Jim Huffman PHONE 488-8754 EMERGENCY PHONE START DATE: January 7, 1985 City of RentonOther Inspector— Inspector T r r qL y w e r Grant Ave South 3X BIDDERS ArfA IKNIG<T W-77 Nf.l cv rl XAM crwrr a. Qf<wRL~)T.w BRwwr lw,n,ar ION "."A `,p<SGOROwrr. /+7aiu..Av. S!N<awr.tw[ ND TABULAT I •.o,+rtn n7iva ,yE<. R.rw<u r ;w- "."w.lf •so�^n s<ts 7"A rf f, sw, ,Df.�+tf 4asu eA c l w <ss ��•lra swrN r A.,1. •t7"'e•r f ( (nr,wR. sawa. Ka..r�rrw lily/ tw<u+,w,A/w.-toarr (<.ren,Ivw 1ao1 RlMwv.wir laorc Nwlf •p+r,w.< e• .w.. Hnsi,Mw t Ilar!MAW Illir fo7LLmillf Pia YIIR M" on film OR17a7LL w7s liil7N'LLONNIT R,if re7LL fwoi am tOtLL nu Y,1170rLL z2. /;T2. Tr 25._ /rl+u. t' 7 312.4• /7.i In? tr i0te /47r C /O.r iRo.v /f. _ ,/N.'� JG. Lst ,fr7. = Af, C V e C .Y rn sta w.wa rrJ1 i7�' •�' rd'G'O - Jl / <•v a GO .3G.*' rfaO.0 1f• 2 7fK. J4•C J's's4a -8 v 14 Ado. JS 1f,<IA6. JG.�� 260ra C Y • f! G'l+•a rar wrra.+. 3 s• C C Y t/ .J ✓ �' �u4' So 1e00. 100' O. O. i/G.t.. Oro' 47f.C pf5. i -Iwr! rar wrri we< �' /.�C JtS.C f73. elltror+.• Lam'!t +,r r w Goe.t2 /2R,p�V �.r DSO.= ftp4. 17CG.0 rriz.0 x�.0 JTS.0 7Svd C w. y H M « TOO /OOO.rdpp.O SOod /RRO•C w,u<T w. /G•o. 1,tc,D. ,aRe. LAb.'- /sw.b S•to0.tl /Au..=•. J,4w.i' f'SM& lar.<-..r ��. L• or r C lest+..,.rwreart C JSOo. jl • Rao. IIJW 7 rwaT rr r•ir.ry Br TS. .�' 9S v ieo.0 7S.C f1 et v a r•rr+a r! GaO. QO. 4I0. ff IGG.t wu,C dr,G 11 Sy,1f My or, V 2 I,So4.ir So-�• ,TRQ.••I 1,Ry.p /,JRT<.r f«(r.� /,O[O� i J.v f1 Y r[.wswfer o»...•z/ I,S7/ J/a2. taro. �fi1aio' ISOo. Jucc..- L,rc.- i,orti.7 3 4 „u:n.>...O r,a< '.EA. r.,o.C N t so.... SOD.C fU.i' /tKz.i llaC,L' ~L # So.C Ab. L ?SO. Sk.', �.4 /ill.t• 20 ro. .,!•...,._ , w,.. ,,fw r5o.c ♦So.tl sw.", dSo.Y o,tl .a s• >• _yR ds*. " tl :• t+ ..,..,«<....,...., ./s So.- JY,o.-' JqD. rou. sso.- Ko. t/. a.o.wr..n..<.. 'l+. Lae.a• d �' T••�' f,20Rr-tt C f/ "• �� S� r iw• .txo. Ito.- i47aor 270n Jef2.ti• J'.W.'r S,JSG-C ,b,.c• ,kr,.=` Gias.t' C,Rw.tl rwwaraa waoo....a.. oo .iz,., a.,.,....w S.�' d SOD.S S• !� i• tl ER V J.= /See• o. S S. s,00o. J. IA-, O. lop 6r� O• v s,4o. ,L tl rq•.w,.•a rw..r.eo to 4' Ste' 7. < �•= S4W 6• a9•i I +p7.Y /S• C KJO.tl /O C JaO.tl K T-• /wCo.C is C• rSo.=� a C y tl Jtc JD� G<t�. /s. lla,arwwr,w S.Y. 0. = 4uo.0 Intl d S/o•=• do, OP , SJUJ.0 r11.Q• 1,im tl /2.� v r w•nu.,u O..a...<a.•.<. ♦ /f . 40. f,Too. /6.t• L,GTO,C CS,tl «I25,tl /S. !.».x.rlu+.++•/.w / GO.Y LS r /e0.M Se.C duos A7 C sd0 =" f r '• i L• '• !«K E<rw rwrro�v o . o• �-• /oo.L• M!w'+�� 10,5' /s0 Mrs% IO' KO. SG. /ifi.- fo.0 /60.L'• /G. _ 254 /tb. /.=' C. /s0. 1 S .L O V Aau • _C .v JG.= V 20u,IVtl• /7. <,«oxrnt Cares+• L.S /Soo!r' I)oO.L• t«•r'2~.Y /eR..v' oso.tl dIM. C C a+ L /rzo. /fi0. /,flu. _' Ok..r o.o."' ;ae.s' Se•n _ M/ra M•<OfR, sr' $O.0 /ecV.r o = O.= a.0/ c 6• OC O =• o.� o. =I j4r r<.C.Ci r' tl If. •rwi.ar<wv Srwww< • S�• / L~�• c.l /Sen- z Sco.•e �- 7Wo.=' rRRc� I Rno,i• 7t t c• d<ao. lob. 0/0.la /<o. L /ir{.7 /,WJ. IJLOtl RRo sow. ♦ eiroK C•ewierio SU6TO TAL FT/So. -• $/,roll. LO S3,oJ7 " SD;Sro• v �+ S4,542. LG 44,/s4. 't 4t,2dS. =• y d0,V1.7 �./%SALES 7/IX 1,lE/. L-1 t;/i J. �t is fi. =2 • tt rfa°. L� • of,Saf/. S7 S,JS7. /a.7 i/ To TAL SJ /J/. iT 55,540. Sf 5;�J3J. aT .4o<fJTO. " 4/ /r<t. 71,S03.41 7V,Of7. f5,454.�/ OF RE,4 o PUBLIC WORKS DEPARTMENT U DESIGN/UTILITY ENGINEERING 9 235-2631 rll iR N UNICIPAL BUILDING 200 MILL AVE.SO. RENTON,WASH.99055 O 4b. P �19, <,EPS F'000 BARBARA Y. SHINPOCH MAYOR November 6, 1984 Nancy Mathews, Chairman and Members of the Utilities Committee Subject: W-774, Grant Ave. S. Watermain Dear Committee Members: The bid opening for the subject project was held on October 31 , 1984. The following is a tabulation of the bids received: Archer Construction $55,568.59 Rentin Construction Co. Inc. $57,333.25 Del Mar Construction Co. $60,038.74 Grant Construction Co. $61 ,144.13 R. W. Scott Construction Co. $71 ,503.83 Gary Merlino Construction Co. $74,897.08 S & W Construction, Inc. $95,656.61 Engineer's Estirate $53,131 .15 There was $54,000 budgeted in the Water & Sewer Construction Fund and there arsufficint projects budgvtedewillebeetween completedual and this year. It is recommended that the low bid, submitted by Archer Construction, Inc. , in the amount of $55,568.59, be accepted and the contract for the subject project be awarded to said contractor. Very truly yours, Richard C. Hou9htV. Public Works Director DGM:jft e UTILITIES COMMITTEE REPORT November 12, 1984 W-774, Grant Avenue South Watermain The Utilities Committee concurs in the recommendation of the Public Works Department to accept the low bid of Archer Construc- tion Inc. in the amount of $55,568.59. The Committee also recommends that the Mayor and City Clerk be authorized to execute the contract documents. Nancy Mathews, Chairman Katy 'Keolker, Vice-Chairman 'rman Thomas Trimm, Member VALLEY NLWSPAPERS W_774- a P.I 8CX 1 KEAT� MASHIN 96GTCk 98032-0130 PHrNE L2CClB72-660C LL- - DA7 CUB 0 8 FE�TUNr CITY OF E 1•L,�TC : CITY HALL - - -00- 1G/25/E4 49 51.71 PENTLN WA 98055 5064C DETACH 8 RETURN THIS PORTION WITH PAYMENT • « 10/12/84 R4451 24.CO 121.60 10/12/b4 93454 42.CC 226.$0 I /14/r:4 R9463 3.50 18.bu 0/15/R4 e9443 4.00 21.1:C W"0-14 f%94W• - 5.00 f Gs(it)i /ui 50.41} lvwf7TR4 ttl464 "^' 4050 6r(tr) -ue 47*26 + � 1C/15/94' R9469 2.50 13.5c 10/lv/84 V9471 5.00 27.uJ 10/10/84 I.S470 5.00 yeraSO 2 7. .;c I I I rrArr a tIQ, to CIT " CK :: s ^r I 'r,�IO ire..•: —. , q ,�. Lry�I re yww low !.� K L Wi NIXr tli:w:V my !. me nMN. IS.501.37-f js") * x 44 Its.301 .sl q(w) S VALLEY NEWSPAPERS 21 71_PAST DUE 2G Q lsv + 1 PAST DUE BALANCE ♦�� y�! I IF;.CI. FROM PREVIOUS MONTHS r PLEASE SHOW ACCOUNT NUMBER ON CHECK Affidavit of Publication STATE OF WASHINGTON COUNTY OF KING Cindy Strupp ........I.................... .........being first duly sworn on oath,deposes■nd saga that....she......lathe __._chief. clerk of. . THE DAILY RECORD CHRONICLE,a newspaper published six(6)times* week.That said newspaper is a legal newspaper and it is now and has been for more than six months prior to the date of publication referred to, printed and published in the English language continually as a newspaper published four(4)times a week in Kent,King County Washington,and It Is now and during all of acid time was rimed In an office maintained at the y hh E a 9 aforesaid place of publication of said newspaper.That the Daily Record a L _a Chronicle es been approved as a legal newspaper by order of the Superior g g k a 2 Court of the County n which It is published to-wit,King County, 6EEE Washington,7lNteManlNltadk■.Call._,for .Bids ._ % H 1u o �' ...................................................................... ; % $ 8 ...................................... .........as it was published in regular issues(and } g 8 H not in supplement form of said■awsit"r)once each issue for a period k R b ?Bj E a� B of ...tWo....................................ODM*CutlWissWa.Mmmencmgafthe yAa DUE $ 17t October ............h d■ya................................................le....84......,and■ndlythe �y Y {�+ :-�g In 2 .4theyof........October. . ...........................t9.�.4..,borha.fea inclusive, and that such newspaper was regularly distributed to its sub- 9 B a 'B E p pp scribers during all of said period. That the full amount of the feet ; i 61 g, charged for the foregoing publication is the sum of s4.7..1,6 whict 8ffPB- ,1R J& has been paid in full at the rue of r folio of one hundred words for the o--{{ E IiGG E a 21- 1 first insertion se ton and per folio of a ndred word.for each subsequentinse 2 a n a $ \ U ¢t$ LL .... nE I. ° �iEifO Subscribed and sworn to before me thin........ 4, h...................... day of October....., 111.8.4., Cam' , Notary Public in , or the State of Washington, aiding at Xggt King County. Federaj Way — Passed by the legislature.195S.known as Senate Bill 281,effective June 91h. 1955. —Western Union Telegraph Co. rules for counting words and figures, adopted by the newspapers of the State. vaesras.,ssoset 421/OW`�•j�� ,! GS(tS� lIA1L 'r0 pt��'l yt k�(RECfI y�.L, Statement of INDJSTRIAL STATISTICIAN S INTENT TO PAY Department of Labor t IndustriesEmployment t cs Division , P$EVAILING WAGES General Administration Building ^ ' 4 xii W� (Public Works Contract) Olympia, WA 88504 (206) 753-4019 C,ntract Number W-774, Grant Ave. So. Date Bid Was I?ue October 31, 1984 Contract Awarding Public Agency Date Contract Awarded_ December 13, 1984 City of Renton County in Which Wark Performed King Address 200 Mill Ave. So. Location Within County Grant Ave. So., Renton Renton. WA 98055 Prime Contractor Archer Construction, Inc. Phone 235-2631 Contractor's Registration Certificate No. ARCHEIs219DR DO YOU Intend To Use Subcontractors? Yea ® llo ❑ In compliance with RCW 39.?9.010 1, the undarsigeed, being a duly authorized representative of Hot MIx Pavers, Inc. 1207 E. Lynn St. , Seattle, WA 98102 n subocauKlm) (Admen) 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 he registered with the State Apprenticeship Council or they must be paid prevailing journeyman wages. CeAaT ESTIMATED NUMSKR RATE OF RATE OF HOURLY Or WORKERS HOURLY PAY FRINGE BENEFITS NOTE: Attach Additional Sheets as Needed. t�w,r Nry By Suhecribed and sworn to before me Tw) tltlg day of �r- '` _ , For L a 1 Use Only `~ APPROVED 19 _ wi Department of Labor III Industries Iadu rial 3tatiatician Nivary N.b4c ,n WW far &Ae Stet• u/ Wwhowtnn. D Date FED 7. ree,d"W it, R .huytun. -- BEFORE FINAL SETTLEMENT can be made on any public works project, the prim, tractor and earl. and every subcontractor must submit form I.I-700-7 "Affidavit of Wages Paid" to the officer charged with the disbursement of public funds. E`CH 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 : een 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, Wa,hington 98504 CONTRACTORS, DISTRIBUTC APP4,.JF.D STATEMENTS AS FOLLOWS: (PINK (OPY) ORIGINAL CON CRAC r—AWARDING AGENCY (GREEN �•OPYI DUPLICATE—INDUSMIA1. STATISTICIAN (Reuine,t by Department) (SLUE COPY) TRIPLICATE—PRIME CONTRACTOR (YELLOW COPY)QUADRUPLICATE—SUBCONTRACTOR MAIL TO: P�nE��REck/vt, statement or INDUSTRIAL STATISTICIAN L •;�..: INTENT TO PAY Department or Labor • Industries PREVAILING WAGES General AdministEmployment ration Bul Divisdung V4p/i W^ (Public Works Contract) Olympia, WA 98504 (YOS) 7b3-4018 Contract Number W-774, Grant Ave. So. Date Bid Was Due_ October 31, 1984 Contract Awarding Public Agency Date Contract Awarded December 13, 1984 City of Renton County in Which Work Performed King 200 Hill Ave. So. Location Within County Address Gran[ Ave. So. , Renton Renton, WA 98055 Prime Contractor_ Archer Construction, Inc. Phone 235-2631 Contractor's Registration Certificate No. ARCHEI*219DR Do You Intend To Use Subcontractors? Yes M N�❑ In compliance with RCW 39.12.040 I, the undersigned, being a duly authorized representative of Hot HIx Pavers, Inc. 1207 E. Lynn St. , Seattle, WA 98102 n &,bcmt..etael (Addeo,) 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 i4e paid less than the"prevailing rate of wage" as determined by the Industrial Statistician of the Department of Labor and Industries. PLEASE I40TE: If apprentices are to be used they must be registered with the State Apprenticeship Council or they must be paid prevailing journeyman wages. CRAFT RSTIMATED NUMBER BATE OF BATK OF HOURLY OF WORKERS HOURLY PAY FRINGE BENEFITS •r '.I7 O'i. .,. Nays: Attach Additional Sheets as Needed. (Go,epiey Man,( By - Subscribed and sworn to before me (Tutu( For L a 1 Uae oab• this —�— day of 7�,�- _, APPROVED 19 Department of Labor t Industries " Indu rial Statistician Notary Pu64c As and for the Suite of we.Ai,Woe, R Date F ED AM rrrlduy in W"Aimelm 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 of public funds. EACH AFFIDAVIT OF WAGES PAID MUST BE CERTIFIED BY THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES BEFORE IT IS SUBMITTED TO SAID OFFICER. PROGRESS PAYMENTS: Each voucher claim submitted to an owner by a contractor for payment on a project eatimate 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 98504 CONTRACTORS, DISTRIBUTE APPROVED STATEMENTS AS FOLLOW& (PINK COPY! ORIGINAL CONTRACT—AWARDING AGENCY (GREEN COPYI DUPLICATE—INDUSTRIAL STATISTICIAN (Retained by DepartlnentU tBLUE COPYI TRIPLICATE—PRIME CONTRACTOR (YELIAW COPY)QUADRUPLICATE—SUBWNTRACMR OF I? Y guy z PUBLIC WORKS DEPARTMENT z _ DESIGN/UTILITY ENGINEERING 0 235-2631 MUNICIPAL BUILDING 200 MILL AVE. SO. RENTON,WASH.99056 9 �94 TEo SEPT£09�'P BARBARA Y. SHINPOCH MAYOR December 13, 1984 Archer Construction Co. 18211 East Valley Road Kent, WA 98032 Re: W-774, Grant Avenue South Gentlemen: This letter is to serve as your notice to proceed with the above- referenced project. .As agreed at the pre-construction conference, the project and count of working days shall commence on Monday, January 7, 1985. Prior to commencing work, the following documents need to be sub- mitted: 1 . Statement of intent to Pay Prevailing Wages (State Dept. of Labor E Industries) 2. Estimated Construction Progress Schedule (Contract 8-1 .03) 3• Renewal of City Business License (Expires 12/31/84) Also, please find enclosed one executed copy of the project contract and specifications for the job site which was not delivered to you at the pre-constru:tion meeting. Very truly yours, Donald G. Monaghan, P.E. Design Engineer CRT:jft Enclosures -> OF IQ, �f } o PUBLIC WORKS DEPARTMENT z _ DESIGfa/UTILITY ENGINEERING 0 235-2631 MUNICIPAL BUILDING 200 MILL AVE. SO. RENTON, WASH.98055 b SEPIto" , BARBARA Y. SHINPOCH Derember 7, 1984 MAYOR MEMORANDUM TO: Maxine Motor, City Clerk FROM: David R. Tibbot, Engineering Dept. SUBJECT: W-774 - Grant Avenue South Contract Enclosed for signatures are five copies of the above referenced contracts, which have heen signed by the contractor. The point regarding the participation form raised by the City Attorney in the enclosed letter has been resolved by the contractor. DRT:ckd Enclosures ISSUED ii/21 /84 CITYI0F`RENT0N c BUSINESS LICENSE V , J. MULCAHY FEE 440.00 JEZ11 °AST VALLEY RC FINANCE DIRECTOR Licensee has made application for a City of Renton Business License in accordance with the provi- sions of Title V,Business Regulations Chapter 1,Code of General Ordinances of the City of Renton and agrees to comply with all the requirements of said ordinance.Licensee shall further comply with any and all other City Codes,Ordinances,State Laws and Regulations applicable to the business ac. llvity licensed oreunder. ARCHER CONSTRUCTION INC 18211 E VALLEY RC KENT WA 980SI OF RE, 4- 0 PUBLIC WORKS DEPARTMENT 3 _ DESIGN/UTILITY ENGINEERING 0 235-2631 p y MUNICIPAL BUILDING TOG MILL AVE.SO. RENTON.WASH.U055 9 a. $H,TED SEPtE�O�P November 27, 1984 BARBARA Y. SHINPOCH MAYOR MEMORANDUM TO: Larry Warren, City Attorney FROM: Don Monaqhan, Design Engineer SUBJECT: 12" Watermain Installation Water Project N774 Enclosed please find one copy of the contract specifications for Water Project N774. Please review the document so that we may forward it to the Mayor for signature. Thank you. Don Monaghan DT:ckd EnclosurE P/R�ECONSTRUCTION CONFERENCE PROJECT: R. � " �dc.v DATE: -/-/I- ADDRESS/L/OOCCATION: -0 340 PROJECT r W- 11 _ _ PERMIT M WORK. ORDER 0 ♦ t * • r t • � w r • • t • w ♦ • w • • r • • • ♦ a + • + • ♦ • + r • • • r r r THOSE IN ATTENDANCE NAME COMPANY/ PHONE Z21�7 x a2s D PAW. C Me 09 KAMOV 2;T-2 ro L o 1�- ooiXP Ni.MyY 'e v/o,v cJ.af�1c .435 XG'1G ..SA�y�/4(,� 1,fp�v�cs. Gun rt 3 ,• ? S- IU�e> ass-z�-sq / . �- r i i �/� l�0� �'- 7 i /� r -.. _ /� i �. ��?. � �: � ., :9t1wI-... .� � � e ... r �- _ , . �, _ _ 7 r ��.. /, � ! �.c'7.�'" tom.. �' /' �h'�f e .. . d.s+.��.. ..'�� 'd-` .�zt..��. _: �I �lr i r �, r--. V ,.. ,;j 2 _., �; .. •�t� V r• 1 L!/J . I,� u' Gf' v - / r Y .-f 1 City cr Renton Engineering Department 23S-2631 PRECONSTRUCTION CONFERENCE DATE: Tue, Dec. 11 , 1984 TIME: 10:00 a.m. PLACE: 4th Floor Conference Room DEVELOPER / CONTRACTOR OR SUBCONTRACTOR / NAME OF PROJECT Name: Archer Construction Inc. Phone: 251-8153 or 251-8156 Project, Grant Ave. S. - 12" Watermain Proj. M: W-774 NAME OF APPOINTED INSPECTOR _Abdoul Gafour Please check departments to be notified and specify person to attend. X Engineering Dept. X` Fire Dept, X Police Dept. X Street Dept. X Traffic Dept, X Utilities Dept. _ X Water Shop ' Other Additional outside departments you may wish to notify. Department of Transportation X Pacific N.W. Bell Company X Puget Sound Power 8 Light Company X _ Grout) W Cable TV Company X Washington Natural Gas Company Other 1 uC LQSr; Port .tiler A fo,A : f� ttr try Or 11Ft�i ?�rSPurc IZrFrtIf,, fro Lo, -rnacrS � W".Ca �-t0.qs l3a mq Z kGP,,Atj 4y *#40 Co••-rp.A4 YbIC TLI�` Po .T lL rGArcvva..� Tort PAnt,�,nATo w Fun. % Ize,sn� Fy naK c ry -ems A T�/ APY r1hr LrHCLtrSK() VPiT-M rt P-AS Y3 rs l> it l OF RF ti �f OFFICE OF THE CITY ATTORNEY * RENTON,WASHINGTON U � � ` POST OEAiCE OOA 6)i t00 S ..^.nY 51REET • RE NTON. WASwnA:rpN 9�OSl 155-•i17 AO �� LAWRENCE I.WARREN, CITY ATTORNEY DANIEL KELLOGG, ASSISTANT CITY ATTORNEY '$ Q`� DAVID M. DEAN, ASSISTANT CITY ATTORNEY 41TE E MARK E. BARBER, ASSISTANT CITY ATTO . D SEPT RNC ZANETTA L.FONTES, ASSISTANT CITY ATTORNEY December 3 , 1984 MARTHA A.FRENCH ASSISTANT CITY ATTORNEY TO: Don Monaghan, Design Engineer FROM: Lawrence J. Warren, City Attorney RE: Contract for Watermain Installation - Water Project #774 Dear Don: The contract document as provided to me is approved as to legal form with one exception. The contractor failed to complete paragraph3 a and b of the Participation Certificate . The answers to a and b are quite obvious since a later portion of the form depended upcn the answers to a and b has been completed. However, it would be the best practice to have the contractor fill out paragraphs a and b. Once that is done this contract is approved as to legal form. Lawrence Warren LJW:nd Encl . cc: Mayor City of Renton Engineering Department 235-2631 PRECONSTRUCTION CONFERENCE DATE: Tu c uiz` t ( ter S TIME: (O : cyz) A PLACE: CI ry VtA.�t_ 4-Ili r�..n.,. LC: -•�t.�.r. �..t rL..r[:.-1 DEVELOPER / CONTRACTOR OR SUBCONTRACTOR / NAME OF PROJECT Name: _ Ak� ikeiz Phone: 2 1 f3/5- 3 o r Z c7i- tom, Project: Aud S 1 " WATIT.c MMiV Proj. N: - 7 7 q- NAME OF APPOINTED INSPECTOR Please check departments to be notified and specify person to attend. Engineering Dept. " Fire Dept. Police Dept. Street Dept. Traffic Dept. Utilities Dept. Water Shop Other Additional outside departments you may wish to notify. Department of Transportation Pacific N.W. Bell Company Puget Sound Power 6 Light Company L. - Teleprompter Cable TV Company Washington Natural Gas Company Other �'_ OF RED ` w C OFFICE OF THE CITY ATTORNEY * RENTONMASHINGTON POST OPF#a WX 4" 100 S Z.d STNEET • fthTOM1, wwSMWGTOh 94097 29S-9679 C 9 p k* LAWRENCE J.WARREN, CITY ATTO , Y DANIEL KELLOGG, ASSISt T CITY ATTOR V 9 ' DAVID M. DEAN, .SSVA`,T CITY ATTOe y A0 �4rED SEPIE0O0; MARK E. BARBER, .SSISTIu.T CITY ATTOM+P' ZANETTA L.FONTES, ssIs TANT CITY .TTq l December 3, 1984 MARTHA A FRENCH, •SSISrurT CITY ATTOA y TO: Don Monaghan, Design Engineer FROM: Lawrence J. Warren, City Attorney RE: Contract for Watermain Installation - Water Project #774 Dear Don: The contract document as provided to me is approved as to legal form with one exception. The contractor failed to complete paragraphs a and b of the Participation Certificate. The answers to a and IT are quite obvious since a later portion of the form depended upon the answers to a and b has been completed. However, it would tie the best practice to have the contractor fill out paragraphs a and b. Once that is done this contract is approved as to legal form. 1 Lawrence P. Warren LJW:nd Encl. cc: Mayor r ewDEPS _.. WArtx Pxe rcr w' 7] , taw,f a.• l.lK irOffaerJf fM•aurO A.w SCN e . ,X-C ACMA.!CCwJf2 RaMna•" DEtw.+w:[aNl BA.•NT CWIKKI 4af0 UAC Awo [J M+••wra 1 MG So. Ae•rr Jr. BID TABULATION J aarw»ma uTr.n ,ALr• a.rwcrAT Ayl. ,•e«wJi[See•a'r rf[tr T*'wra KT•, ,?A-Ja naA,Nw Mw1r rwDI T f. - ATIO, t Nf,ww. SbJL RAMT,ww. iaey/ '/wcow.w,,.rw.woe lµfrarv,MM fa'•J RA•rf++•km a• Y.a:C�•w,'rw fo" wr TATaa 1Ma1 TOTr M on TATr Ilow S111C{ ear ma -a I WO un Mm N air TeTr .aaT TOTr /. w••w! Cevwiar Si 22.'f v aS.i /Mee•C 7'r I Jf2.W. /7. i• 152.=` ap, La I'll 26 /SLd.ell JO• /GdaY 7 /LDC'. •C,310/Hw[(rzq bz at vf o t s rr 2f• /,lbb 27• IG7{� Ie•f! f I.AD. /f. I,r71f.`- JU.L z oo. 'I'll a4� ~ 17f0. So.'f I,LGo=• Str I I,16<?y �C,it o•w•n,r.I) 0 3G.0 IUO.0 if. � sv1K• JL.0 JF fLU.- is-C A&I JS. J• JS,aBd.- JU _ 1L f5 wit n:0�- SG YI•D� � L_ wrt v<r wrt[Mr 3 s• C s• t -/ `� r rw,r•c...r,v sr feo. I aao. Saa. lee e. r o.a azo.=' plr0. i7S i a2S S kc4.=• /,awo.- 325.tr f7S. = yco l,zw. 'Awr[ r,v w#[..n. a +: V .• •2 4• C V C C' O.V C 9.0 C Gv /race.'• w,r, ,. r Geo. /aeo• a2s- aso. froo. goo- aco. dw J7J. 7S Soo. roeo. dm. s «-avert nv wr,tarn, a r (i. /awra r.v vwar IGm.� Sao- ,seo!f Jjwo.=' raa4• I J244•let /�4•r J.Lrw'.�- itorl�• J,cu..0 /,Grri Zau..0 aoao. Mrsc.`1 /,210o� J,L - rrw,.,,•+rw•rttrt e 6 V V V C C V V V i• =• rl i• V i• r....r„r..:••• e.✓ 7S. Lrw• 'K (•oo. 71• Gao. as 440 Or «JGO. ,s4 EJaG•" So. rave, rrn[ ••r 1: a • . « « Ew ,Sp•C loao.i ,Jeo. xe•o.0 ,SaU. J.••4.i �.0-0 -Z&v i I,l7fC J,/fa.2t L,Cco� kKo.i` rSCo. j4ee..- ��_ t,4ce. rrr..+aer .wr .,f V y „rn+n.r e..a `n�•[ Ew. Ioo.m ^0-a' JJ S o-=' ,O. So._ /tu.= 3ao.-• •Gcli SO. K,D. i 1sU.- Sas.i d0. /GO yGU ll9lblwlr w.•N•WF I • •n w r •O L` " ,,...,..... „-A,.[ „Ave sto-r PSo.� ato.' sse.� So.� �.- .Ta4.-'. Tao.: /�� - /44.-' LsO. aso.- Aao.rI ram. s ,fc�. ' s44 - raw-,! Ave. 3Aa. 2 I W' , ......«...... ra +,r it i rf i• >;,• ! C i• t « . . Jee. <,2eo. aao. l7Go. S .- L7t0. 276 �, ,f,B12.- Jd4. =• T,JYt /ai.- /.fcGC LL4 `�'C,fc•� i i ^ ruaa a eo.Lj. , rs -S. i Sa0. J 2o�z. .ao.r...n r'I',.r�..•r tw•rreo S4 t �! 3 « - C C •• C i O.r 6• e• " J. • s nvs' d -• 2ib /e• J� /S - KSO /4. JLo.- 20_ G(.o /s AS N. JJO = Lo. i L44.- wrw•wn zs.ru,a/v rGS Q C ? GO.r L. GSo=` LS_✓ f,r2S v rrA~,!•.v'.'S r. ' B. i• I,J20.r /LL �a.J,e.=' Rao.a 11,,Joo.0 u. J,Alo.� /2• /,fa0• Lo. $f ro.` 2, 11'orra a,.q Ca..a..C f = « N S.• C C • V r er .. LIG v- C /GO.•• r5. _ bo. 2f S IAe. Se. Je - 7U. lM.= /Qo. fl(D• fi!i•- p:0. So.- S'0. /G. lecc Alrwvw rro,.. 4 25.i• roo. . u •l i• i` C • •• C m- LS /Sao. /f00. •, a 2mo /me. /004. roo. Z /.]o.V /fAS /,1err.0 C �.0 esa.. ;am. ,coop, So4o.- � /Lc Ne[OECf i Lo $o.'e I eev.r o-� O.L o.� O.A-e o.0 o_=` O.� O. i• JIU•r �-� SO.`-`� i aa.u` Sb 4eo4. _ Le • - re C r• C t• •• Oe. <f /iC0 /LCG`� /,SU+C /fCO ? {oaer. ay0_+4 ` ,S .rnw•nnw Jrw.,.v6.LS ISa4. /Seo 7Mo•- 7tlo.- ♦mc. ,me.- Zpe 200 Ia7e - / f !.ltot LwrracrlO S46T07'A4 =• • J,Soo. w SG 42.f° i JS / J,1E/. Lr Cr/67. 7f at 4/ SALES TAX K,Lf& - 11• }alfB• 11• EI,SGI. S,JS7. lJ SC.11 /L• � TOTAL SS,SLd. Sf S7,JJJ.ZJ •Garold. x eb/, IaK. 7(�SOJ.QJ 7{LrBfL � g'SIGS4. e/ 0 Grant Ave. S. - S. 7th to S. 9th St. S. 7th - Renton Ave. S. to Grant Ave So. SCHEDULE OF PRICES WATER PROJECT k 774 (Note. Unit prices for all items, all extensions and total amount of bid must be shown. Shaw unit prices in 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 N0. QUANTITY Unit Prices to be written in words DOLLARS CTS. DOLLARS CTS. 1 . 56 L.F. 6" Cl . 52, D.I . Pipe (Mech. Joints) and F'ttings Complete oo �, �/ 0 Per L.F. 0 1 (Words) (Figures) 2. 62 L.F. 8" Cl . 52, D.I . Pipe (Mech. Joints) and Fittings Complete $ ✓ - ` r}7 O ) 1,67 Q Per L.P . cl 3. 960 L.F. 12" Cl . 52, D.I. Pipe (Tyton Joint) and Fittings Complete J Per,11�u4A-171n I ,l9.L ! a'�//,0 ` ci,f e_�7 4. 3 Ea. 6" Gate Valve Assembly With COst Iron Valve Box g ao 3ja 66 Per Each 5. 2 Ea. 8" Gate Valve Assembly With Cast Iron Valve Box $ 7 9fIf,"" 4, Per Each 11 6. 2 Ea, 12" Gate Valve Assembly With Gate Valve Vault Per Each 7. 8 C.Y. Furnish Concrete and Construct ; 7 Conc ete Thrust Blocks Per C.Y.c B. 2 Ea. Corey Type Fire Hydrant Complete With Shackle Assembly (5"MVO) , e? Per Each 9. 2 Ea. Temporary Blow-off Assembly on B" Pipe $ — Per Each 10. 1 Ea. Temporary Blow-off Assembly on 12" Pipe Per Each jt Grant Ave. S. - S. 7th to S. 9th St. S. 7th - Renton Ave. S. to Grant Av So. SCHEDULE OF PRICES WATER PROJECT N774 (Note: Unit prices for all items, all extensions and total amount of bid must be shown. show :alit prices in 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 Prices to be written in words) DOLLARS CTS. DOLLARS CTS. 11 . 14 Ea. New Service Connections from Existing Meters to New WaOtte��r''m,,,,ain /' Per ac or s igures 12. 1500 TONS Imported Bedding or Backfill (Bank Run Material) I Per on 30 TONS 5/8" inus Crushed Rock Per Ton 14. 165 S.Y. Asphalt Concrete Pavement Remo al & Restoration $ �fi12C�e)o Per S.Y. 15. 4 S.Y. Portland Cement Concrete, Remo? & Restoration �i1' y� ,, ����j v•S UG /�U '70 Per S.Y. 16. 4 C.Y. Rock Excavation $ /' ?/ �� o / )0 G Per C.Y. 17. L.S. Landscape Restoration y $ /N W i1 Per L.S. 18. 20 Ea. Hill Holders $ /J4)- r, err �e�i q Per acc 19. L.S. Construction Staking Per L.S. Subtotal < < 0 8.1% Sales Tax -3 TOTAL I SCHEDULE OF PRICES (Note: Unit prices for all items, all extensions and total amount of bid must be shown. Shaw unit prices in both words and figures and where conflic, occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be written in wordsi DOLLARS CTS. DOLLARS CTS. THE ERSIGNED BZ DER HEREBY AGREES TO START CONSTRUC ION WORK Oil THIS PROJECT, I AWARD HIM, NO LA ER THAN TEN (10) DAYS AFTER FINAL E ECUTION AND TO C LETE WITh IN WORKING DAYS A17ER STARTING CONSTRUCTION. DATED AT THIS 21 DAY 0 19 ACKNO EDGEMENT OF RECEIPT OF ADDENDA: NO. DATE NO ATE NO Z— ATE n SIGNED 1 TITLE +y" NAME ,IF COMPANY ADDRESS CITY/STATE/ZIP-j--,� G TELEPHONE CITY OF RENTON p STATE CONTRA TO S BUSINES LICENSE N dQ LICENSE 9 - I f' i..a':u. v;- ar, .-r•.z.,a,z-x--.-T- 4 .-.� r. .'s_F_s.. .ru, x.-- mTiPz%�TF.:Ka s�.� l' �.�,.�. BID TABULATION SHEET PRO JE.CT • GRANT AVENUE S. i5. 9TH STREET WATER PROJECT (W-774) DATE • OCTOBER 31, 1984 lAle s � BIDDER BID DEL MAR CONSTRUCTION CO. p k 15624 7TH AVENUE EAST TACOMA, WA 98445 GRANT CONSTRUCTION 12901 172ND SE RENTON, WA 98056 RENTON CONSTRUCTION, INC. a 11040 A SE 250th CT. KENT, WA 98031 5 6 W CONSTRUCTION, INC. A 9416 SOUTH FRONT STREET TACOMA, WA 98409 GARY MERLINO CONST. CO. 9125 10TH AVENUE SOUTH SEATTLE, WA 98108 R. W. SCOTT CONSTRUCTION CO. Q 9840 CARR ROAD RENTON, WA 98055 BID TABULATION SHE7PROJECT P RO J ECT • GRANT AVENUE S. /S. 9TH STREET WAT GATE • OCTOBER 31, 1984 PAGE TWO BIDDER BID ARCHER CONSTRUCTION, INC. 4pe *t?7 18211 EAST VALLEY ROAD KENT, WA 98032 ARCHER CONSTRUCTION, INC. 18211 E. Valley Rd. • Kent, WA 98G31 • 251-8133 / 251-8156 AR-CH-EI-219-DR November 6, 1984 Mr. Vince Lee City of Rentcn 200 Mill Avenue South Renton, Washington 98055 Dear Mr. Lee: Thank you for your help the past few days. EncL3;ed is a copy of our Affirmative Action Program for your records. Please read it over to check for compliance accuracy and call me if there are any problems. Thank you, ///� -?0 lY '�J"k! Allyson D. Archer Corporate Secretary EEO Officer Archer Construction, Inc. r WATER MAIN • CUSTOM EXCAVATING • GRADING AFFIRMATIVE ACTION PROGRAM Archer Construction, Inc. , hereinafter known as "Contractor", agrees to the following plan in meeting its equal opportunity obligation pursuant to Executive Order 11246, and Title VI and VII of the Civil Right Act of 1964. 1. Equal Employment Opportunity Policy Archer Construction, Inc's, policy assures ' tat applicants will be employed and will be treated during employment, without regard to race, creed, color, enthicity, national origin, sex, the presence of a non-job-related physical, sensory or mental handicap, age or marital status. This policy shall apply to every aspect of employment, upgrading; demotion; recruitment; layoff or termination; pay scales; and apprenticeship or on the job training. 2. Equal Employment 0 ortunity Officer Contractor hereby designates Allyson D. Archer, Corporate Secretary, as EEO Officer with full authtrity to administer and promote activity program of equal employment opportunity. 3. Dissemination of Policy a. Archer Construction, Inc. , personnel authorized to hire, supervise, promote, demote, and terminate employees, who recommend such action, or are involved in any of these actions will be made fully cognizant of, and will implement Contractor's policy and contractural responsibilities. To insure the advice is carried out, the following minimum actions will be taken: 1) Meetings of foremen, leadmen, and personnel indicated in 3a ah•,ve, will be field periodically not less than semi-annually and Contractor's equal employment opportunity policy and its implementation reviewed and explained. These meetings will be conducted by the EEO Officer. 2) All new foremen, leadmen, and personnel indicated in 3a above will be thoroughly indoctrinated by the EEO officer covering Contractor's equal employment opportunity obligations within thirty days following hiring in. 4. Recruitment a. Anf advertisements for employment in the newspaper shall include "Archer Construction, Inc. , an Equal Opportunity Employer", or recruitment for employees will be by Affirmative Action order to the State Employment Security Commission when a vacancy is to be filled by a minority group person. b. Contractor will encourage employees to refer minority group applicants for employment in discussions regarding the procedure for such referral and by posting appropriate notes and bulletins on employee bulletin boards. 5. Personnel Actions a. All benefits, monetary, and working conditions will be extended 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. The following actions will be taken: 1) Periodic inspections of facilities will be made to insure non-discrim- inatory treatment of personnel. 2) Wage evaluation made to insure non-discriminatory wage practices. 3) Periodically review personnel actions for evidence of discrimination and take corrective action where indicated. 4) investigate in full all complaints of alleged discrimination and take appropriate action where indicated and inform all complainants of avenues of appeal. 6. Training and Promotion a. Cor.:ractor will endeavor to locate, qualify, and increase skills of minority group employees and applicants. b. Consistent with requirements and as permitted within Federal and State regulations, Contractor will fully utilize training programs for the contractural area and advise employees and applicants of these programs and their entrance requirements. c. A program of review of the training and promotion potential of minority group employees will be conducted and these employees encouraged to apply for same. 7. Unions Archer Construction, Inc. , will seek the cooperation of local unions in increasing, opportunities for minority groups within the unions as follows: a. Cooperate with unions to develop joint training programs for the quali- fication of minority group members for membership in the unions and increasing skills for higher paying positions. b. Incorporate an equal employment opportunity clause into all union agree- ments to the end that each union will contractually be 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 requested, Contractor will fill vacancies with 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. B. subcontracting Contractor will strive to utilize minority group subcontractors or those with meaningful minority group persons in their employ and use all effort to assure such subcontractor compliance with their equal opportunity obligations. 9. Reports and Records a. Archer Construction, Inc. , will keep those records necessary in determining compliance with its equal opportunity obligations. They will indicate: 1) Breakdown by work classification on each city, Federal or 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 employment opportunities. 3) Contractor's progress and efforts in locating, hiring, training, qualifying, and upgrading minority group employees. 4) Contractor's progress and efforta in securing the service of the subcontractors noted in paragraph 8 above. b. All such records will be retained for three years following contract com- pletion and be made available for inspection by the Contract Compliance Division at reasonable times. c. Contractor will submit periodical reports on forms furnished by the Compliance Division of its employees and those of its subcontractors, if any. d. Contractor will require in every subcontract of $10,000 or more a written Affirmative Action Program consisting of all requirements herein or with such modification as is necessary to obligate the subcontractor to a prcgram of Affirmative Action, copies of such program being retained at Contractors office. 10. Goats Archer Construction, Inc. , has a complement of 10 employees, one of which is a minority group member. Pscause of Contractors limited number of employees and low turn-over rate, a good faith effort will be made to hire minorities when- ever vacancy occurs. AFFIRMATIVE ACTION PROGRAM ARCHER CONSTRUCTION, INC. kilt Allyson D. Archer Corporate Secretary EEO Officer November 5, 1984 UTILITIES COMMITTEE REPORT November 12, 1984 WW=774, Grant Avenue South Watermain The Utilities Committee concurs in the recommendation of the Public Works Department to accept the low bid of Archer Construc- tion Inc. in the amount of $55,568.59. The Committee also recommends that the Mayor and City Clerk be authorized to execute the contract documents. Nancy Mathews, C airman Katy eo er, Vice-Chairman Thomas Trim MMember OF Rt PUBLIC WORKS DEPARTMENT DESIGN/UTILITY ENGINEERING 9 235-2631 o MUNICIPAL BUILDING 200 MILL AVE. SO. RENTON,WASH.98055 9 0. Q0�4TE0 SEPZroee BARBARA Y. SHINPOCH MAYOR November 6, 1984 Nancy Mathews, Chairman and Members of the Utilities Committee Subject: W-774, Grant Ave. S. datermain Dear Committee Members: The bid opening for the subject project was held on October 31 , 1984. The following is a tabulation of the bids received: Archer Construction $55,568.59 Renton Construction Co. Inc. $57,333.25 Del Mar Construction Co. $60,038.74 Grant Construction Co. $61 ,144,13 R. W. Scott Construction Co. $71 ,503,83 Gary Merlino Construction Co. $74,897.08 S & W Construction, Inc. $95,656.61 Engineer's Estimate $53,131 .15 There was $54,000 budgeted in the Water & Sewer Construction Fund and there are sufficient reserves to cover the difference between actual and budgeted funds as not all the projects budgeted will be completed this year. It is recommended that the low bid, submitted . ; Archer Construction, Inc. , in the amount of $55,568.59, be accepted and the contract for the subject project be awarded to said contractor. Very truly yours, Richard C. Houghton Public Works Director DGM:jft F NOTICE OF NEW FIRE HYDRANT IN—SERVICE WE OF DEVELOPMENT ADDRESS 4 f�11NT � a INSTALLAT]CN CONTRACTOR A,QGNfR (ONst► S / WATER PROJECT NO. W -17 4 NUMBER OF HYDRANTS Z HYDRANT LOCATIONS (FOR FIRE DEPT. USE ONLY) �( HYDRANT NO. I. 'c�Mr� "fi" 7 S1 N �'v.tlfy, A � 5• �11�t� ri S '=+ 2. 3. 4. 5. 6. INSPECTOR OF RFti �y z THE CITY OF RENTON MUNICIPAL BUILDING 200 MILL AVE. SO. RENTON,'AASH.98055 rSl yQ BARBARA Y. SHINPOCH. MAYOR • MAXINE E.MOTOR. a9 Pam. CITY CLERK • (706) 235-2500 AO�,rEO SEPt E�O� November 21, 1984 Mr. Robert H. Archer Archer Construction, Inc. 18211 East Valley Road Kent, WA 98032 Re: Grant Avenue South Watermain (W -774) . Dear Mr. Archer: At its regular meeting of November 19, 1984, the Renton City Council accepted your overall low bid on the above-re -renced project in the amount of $55,568.59. To enable preparation of the contract documents, please submit an undated performance bond, insurance certificate and proof of City and State licenses to Project Engineer Don Monaghan, Engineering Department (235-2631) . If you require further assistance in this matter, please feel free to contact either thz Project Engineer or Public Works Director Richard C. Houghton at 235-2569. Sincerely, CITY OF RENTON Ilyn J. Petersen Deputy/,City Clerk cc: ,Ibon Monaghan, Project Enqineer -L OF RED THE CITY OF RENTON MUNICIPAL BUILDING 200 MILL AVE. SO. RENTON,WASH.98056 Z $ BARBARA Y. WNPOCH. MAYOR • MAXINE E MOTOR, o 9%9 e CITY CLERK • (206) 235-2500 ,TfO November 21, 1984 Mr. Gary Merlino Gary Merlino Construction Co. 9125 10th Avenue South Seattle, WA 98108 Re: Grant Avenue South Watermain (W-774) . Dear Mr. Merlino: At its regular meeting of November 19, 1984, the Renton City Council accepted the overall low bid submitted by Archer Construction Company for the referenced project. Thank you for your interest in this matter. Sincerely, /CITY OF RENTON lyn J . Petersen Deputy City Clerk cc: Don Monaghan, Project Engineer OF RFti its 0 THE CITY OF RENTON MUNICIPAL BUILDING 200 MILL AVE. SO. RENTON,WASH 98055 og BARBARA Y. SHINPOCH, MAYOR ! M,'XiNE E.MOTOR, 9 0' 0q EQ CITY CLE ill (206) 235-2500 91F0 SEPt EO,9 November 21, 1984 Mr. R. W. Scott R. W. Scott Construction Co. 9840 Carr Road Renton, WA 98055 Re: Grant Avenue South Watermain (W-774) , Dear Mr. Scott: At its regular meeting of N vember 19, 1984, the Renton City Council accepted the overall low bid submitted by Archer Construction Company for the referenced project. Thank you for your interest in this matter. Sincerely, CITY OF RENTON Z/a�yny � M J. Petel ;en Deputy City Clerk cc: Don Monaghan, Project Engineer OF RF o THE CITY OF RENTON MUNICIPAL BUILDING 200 MILL AVE. SO. RENTON,WASH. 98055 BARBARA Y. SHiNPOCH, MAYOR • MAXINE E.MOTOR. n 0 1% CITY CLERK • (206) 235-2500 OggTEo SEP't E'Ole November 21, 1984 Mr. Fred W. Jones S E W Construction, Inc. 9416 South Front Street Tacoma, WA 98409 Re: Grant Avenue South Watermain (W-774) . Dear Mr. Jones: At its regular meeting of November 19, 1984, the Renton City Council accepted the overall low bid submitted by Archer Construction Company for the referenced project. Thank you for your interest in this matter. Sincerely, CITY OF RENTON pl i�ynJ. Petersen ty City Clerk CC: Don Monaghan, Project Engineer OF RFC THE CITY OF RENTON MUNICIPAL BUILDING 200 MILL AVE. SO. RENTON,WASH.98055 a BARBARA Y. SNINPOCH, MAYOR • MAXINE E.MOTOR. CITY CLERK • (206) 235-2500 A4rED SEPIeo November 21, 1984 Mr, Bruce L. Gould Renton Construction Co., Inc. 11040 A SE 250th Ct. Kent, WA 98031 Re: Grant Avenue South Watermain (W-774) . Dear Mr. Could: At its regular meeting of November 19, 1984, the Renton City Council accepted the overall low bid submitted by Archer Construction Company for the referenced project, Thank you for your interest in this matt:r, Sincerely, CITY OF RENTON Ilya J, Petersen Deputy City Clerk cc: Don Mona .'-at . r�oject Engineer OF R'6. ti „y o� THE CITY OF RENTON MUNICIPAL BUILDING 200 MILL AVE Si. RENTON.WASH.98055 u1L BARBARA Y. SHINPOCH. MAYOR • MAXINE E.MOTOR. 0% . CITY CLERK • (206) 235-2500 P 0,9gTf0 SEP.' November 21, 1984 Mr. Richard Grant Grant Construction 12901-172nd SE Renton, WA 98056 Re: Grant Avenue South Watermain (W-774) . Dear Mr. Grant: At its regular meeting of November 19, 1984, the Renton City Council accepted the overall low bid submitted by Archer Construction Company for the referenced project. Thank you for your interest in tris matter. Sincerely, CITY OF RENTON vuy . Petersen Deputy City Clerk cc: Don Monaghan, Project Engineer OF R4 0 THE CITY OF RENTON MUNICIPAL BUILDING 200 MILL AVE. SO RENTON,WASH. 98055 z ye BARBARA Y. SHINPOCH, MAYOR • MAXINE E.MOTOR, o � CITY CLERK • 206 235-2500 ��TfO SEP�E�O� � ) November 21, 1984 Mr, Delmonte Miller Del Mar Construction Co. 15624 7th Avenue East Tacoma, WA 98445 Re: Grant Avenue South Watermain (W-774) , Dear Mr. Miller: At its regular meeting of November 19, 1984, the Renton City Council accepted the overall low bid submitted by Archer Construction Company for the referenced project. Thank you for your interest in this matter. Sincerely, CITY OF RENTON AZilyn J. Petersen Deputy City Clerk CC: Don Monaghan, Project Engineer ORIGINAL DATE: REVISION 1 DAT6: TO: Accounts Payable FROM: Public Works SUBJECT: Construction Contract CAG / C 74 —8 4-- Project Mane: _W - 77c� GCLAk- T- AV E S' Prime Contractor: Azc-�4gyz cowicT. ,Nc_ DATE RECEIVED DATE RECEIVED PRLME CONTRACTOR i SUBCONTRACTORS INTRMT TO PAY APPIDAVIT OP PREVAILING WAGES WAGES PAID A2CUER. can�sT. � I��SCS� 3/��/fff' Signed _l .y�f / �`�(�l/✓� Project Engineer CC: Project File Form: 2/15/85 MAIL TO. 04- 0, A. ,IDAVIT OF Th,INDUSTRIAL STATISTICIAN 1Department of Labor & Industries WAGES PAIDCONTRACT' F��F� Employment Standards Division General Administration Building ON PUBLIC WORKS Olympia, WA 98504 t (206) 753-4019 Contract Nomber -W-774, Grant Ave. so. _ Date Bid Was Due Octot r 31. 1984 _ Contract Awarding Public Agency December 13, 1984 Date Contract Awarded City of Renton Date Work Completed March 7, 1985 Address _ 200 Mill Ave So County in Which Work Performed Kin _ Renton. WA 9805 Telephone Number 235-2631 Location Within County Grant Ave, So Renton Was a Statement of Intent Filed? Yes 91 No ❑ In compliance with RCW 39A2.040 1, the undersigned, being a duly authorized representative of Archer Construction, Inc. 18211 E. Valley Rd. , Kent, WA 98032 ICaetraa««kibliaYrlG�irlrt{ IAdtrm) 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 anr, 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. Craft Rate of Rate of Horny Hourly Pay Friage Beotnu Paw Laborer 15.68 1.45 Operator b Loader for 16.92 4. 16 60 H.P. 8ackhoe Supervision by Owner Utilities Contract Nu,e Attach Additional Shuts as Needed. Archer Construction, Inc, lc ay Subscribed and sworn to before me Y- f<!!: `L ' B C �L.cr President this 7 O11 day of March lT ) 19_85. C i l Ur Only �I T hereby cc-wy that auordina to the wage rats and frinat benefits heron sworn to the prevailing wait requirement, of RCw 39.12.040 have been wtufied. NWary Pub,e in and for the:tan'of washinjim, reudlrry in washinyron INDUSTRIAL STATISTICIAN D ARTMENT OF LABOR AND INDUSTRIES INSTRUCTIONS: By i' Date: tMAk 1 .1 19E'Is L Pursuant to RCW 39.12.040 copies of this form must be completed ity the contractor and each of his sub- contractors. 2. Complete th;s 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, Ol.:mpia, Washington 98504. 4. Mail an approved copy to the Contract Awardicg Public Agency CONTRACTORS ARE RESPONSIBLE FOR OBTAINING AND FILING AFFIDAVITS of the SUB- CONTRACTORS. This is required by law -rd payments can not lawfully be made until s,.ch affidavits t re filed. 4111103 u.xot nRW.n a w9ab ' Ol,1 (4,91 PAYMENT RECEIVED MAIL TO. DEC 2 01984 �[» Statement of INDUSTRIAL STATISTICIAN L S 1 iSAC INTENT TO PAY Department of Labor 1 Industries nLyMPIA.WA PREVAILING WAGES Employment Standards Division (Public Works Contract) General Administration Building Olympia, WA 98504 (206) 763-4019 Contract Number W-774, Grant Ave So _ Date Bid Was Due October 31. 1984 Contract Awarding Public Agency Date Contract Awarded December 13. 1984 City of Renton County in Which Work Performed King Address 200 Mill Ave. So. Location Within County_Grant Ave. So. Renton, WA 98055 Prime Contractor Archer Construction Inc. Phone 235-2631 Contractor's Registration Certificate No. Alt- 1- I- 19DR Do You Intend To Use Subcontractors? Yes ❑ No MI In compliance with RCW 39.12.040 1, the undersigned, being a duly authorized representative of Archer (`onc r ,rt ion Inc IR211 F Vall n.rnc� WA 4ADI,) (Canusnoc n Subtontroct"I (Addror) du 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 tie 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 RATE OF RATE OF HOURLY OF WORKERS HOURLY PAY FRINGE BENEFITS Laborers 2 15.68 1.45 Operator 6 Loader for 60 H.P. Backhoe 1 16.92 . 4.16 Supervision by Owner Utilities Contract NoTR: Attach Arlditional Sheets an Needed. _�- By -'tl my� 4.eiL_President Subscribed an-' sworn to before me Mae) this 18,h day Of Mernmber For L It l Use Only APPROVED 19 Depart t of Labor d Industries J L Indust Statbtic'Notary PuhGr in and for o)I ,I ahington, ate ,1 msiding in Wwhington. 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 of public funds. EACH AFFIDAVIT OF WAGES PAID MUST BE CERTIFIED BY THE INDUSTRIAL STATISTICIAN O 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 98504 CONTRACTORS, DISTRIBUTE APPROVED_ STATEMENTS AS FOLLOWS: (PINK ^OPY) ORIGINAL. CONTRACT—AWARDING AGENCY (GREEN COPY) DUPLICATE-INDUSTRIAL STATISTICIAN (Retained by Depertmrnt) (BLUE COPY) TRIPLICATE—PRIME CONTRACI'OR (YELLOW COPY)QUADRUPLICATE—SUBCONTRACI'OR U.7WA' tewt w Fq 0M,Qr A-7p 1410s s PAYMENT RECEIVED MAIL TO: GEC 2 0 1984 Statement of INDUSTRIAL STATISTICIAN t g I-ESAC INTENT TO PAY Department of Labor t Industries (1tYMPIa WA PREVAILING WAGES Employment Standards Division (Public Works Contract) General Administration Building Olympia, WA 98604 f209) 753-4019 Contract Number W-774, Grant Ave. So. Date Bid Was Due October 31, 1984 Contract Awarding Public Agency Date Contract Awarded December 13, 1984 _ City of Renton County in Which Work Performed King Address 200 Mill Ave. So. Location Within County Grant Ave. So. Renton, WA 98055 Prime Contractor Archer Construction. Inc. Phone 235-2631 Contractor's Registration Certificate No. AR-CH-ET-219DR Do You Intend To Use Subcontractors? Yes ❑ No In compliance with RCW 39.12.040 1, the undersigned, being a duly authorized representative of Archer Construction. Tnr. IR911 tt_ Vntlav Rd _ t(nnr We^9gp32 teanlncun m subaw,ttanori (Adder) do hereby certify that the following rates of hourly wage and hourly fringe benefits will be paid to all laborers,workno-. and mechanics employed by me upon the public works project described above and that no laborer, woi ` or mechanic will be paid less than the "prevailing rate of wage"as determined by the Industrial Sta•. 1n 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 RATS OF RATE OF HOURLY OF WORKERS HOURLY PAY FRINGE BENEFITS Laborers 2 15.68 1 .45 Operator 6 Loader for 60 H.P. Backhoe 1 16.92 4.16 Supervision by Owner Utilities Contract NOTE: Attach Additional Sheets as Needed. y By ) 12 President Subscribed and sworn to before me (rnW) this 1K) h_ day of Deramher For L t I Use Only APPROVED 19 Depart of Labor & Industries Industtatistic' n Nota.y Public in and for the State o/ Washington, By ' �� ` "Siding in Waehindtan. BEFORE FINAL SETTLEMENT can be made on any public works project,the prime contractor and eacF and every subcontractor must submit form LI.700-7 "Affidavit of Wages Paid" to the officer charged with the disbursement of public funds. EACH AFFIDAVIT OF WAGES PAID MUST BE CERTIFIED BY THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES BEFORE IT IS SUBMITTED TO SAID OFFICER. PROGRESS PAYMENTS: Each voucher claim submitted to an owner by a contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the prefiled statement of statements of intent to pay prevailing wages on rile 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 985N CONTRACTOR-. DISTRIBUTE APPROVED STATEMENTS AS FOLLOWS: (PINK COPY) ORIGINAL CONTRACT-AWARDING AGENCY (GRFEN COPYI DUPLICATE-INDUSTRIAL STATISTICIAN (Retained by Department) (BLUE COPY) TRIPLICATE-PRIME CONTRACTOR (YELLOW COPY)QUADRUPLICATE-SUBCONTRACTOR uNaxa lean,w '•r nnu)QM A 79 '1svlfia'a MAIL TO: f'Altitr~Nl /�E4,f/V �.' Statement of t 1; INDUSTRIAL STATISTICIAN S j;) INTENT TO PAY Department of Labor • Industries t g) PREVAILING WAGES Employment Standards Division ^•.., E e•,« General Administration Building °M (Public Works Contract) Olympia, WA 98504 (206) 753.4019 Contract Number W-774, Grant Ave. So Date Bid Was Due—October 31, 1984 Contract Award' Public y December 13, 1984 Awarding Agency Date Contract Awarded City of Renton County in Which Work Performed King Address 200 Mill Ave. So. Location Within County Grant Ave. So Renton _ Renton, WA 980�3 Prime Contractor Archer Conser z�, Inc. pie 235-2631 _ Contractor's Registration Certificate No, ARCIIEI*219DR Do You Intend To Use Subcontractor,? Yee 11 No ❑ In compliance with RCW 39.12.o4o I, the undersigned, being a duly authorized representative of Hot Mix PaversIn, c. 1207 E. Lynn St Searrin me oR)n ( or Suhronvaewr) (Amnao) 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 ►esR 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 he registered with the State Apprenticeship Council or they must be paid prevailing journeyman wages. CRAFT ESTIMATED NUMBER RATE. OF RATE. OF HOURLY OF WORKERS HOURLY PAY FRINGE BENEFITS (` (>.. ].: t1. .A. -r., r L.• ot.,i r. ...'._�'. 1 !. .`i.4.i .'y..',;i 'r '�1 twl. � . r'l i'Z' .) :•i.,�l �1.'.� n e q �• • the+; 37.16 31�'4 IlvlItt^ 1 V,9C: 4*20 NOTE: Attach Additional Sheets as Needed. (Cmnpany Name) Ivn„� By Subscribed and sworn to before me true) this — day of . , For L • 1 Use Only APPROVED 19 -- Department of Labor & Industries Indus al Statlet' 'an Notary Nb it in and for .he State of wwhingion• By al( 5 residing in Womhington BEFORE FINAL SETTLEMENT can he 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 of public funds. EACH AFFIDAVIT OF WAGES PAID MUST BF. CERTIFIED BY THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES BEFORE IT IS SIJBMITT'FD TO SAID OFFICER. PROGRESS PAYMENTS: Each voucher claim submitted to an owner by a contractor for payment on a project estimate shall stete 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 98504 CONTRACTORS. DISTRIBUTE APPROVED STATEMENTS AS FOLLOWS: (PINK COPY) ORIGINAL CONTRACT--AWARDING AGENCY IGRF.RN COPY) DUPLICATE-INDUSTRIAI. STATISTICIAN (Retained by Prpartm"01 (BLUE COPY) TRIPLICATE-PRIME CONTRACTOR (YEIXOW COPY)QUADRUPLICATE SUBCONTRACTOR Lt man 1~&,r•.,11Ant QX A n �►a txEtoT�u {nt�/ AWARDED C011tf2Ct NO. CAG /1��• -st 34 sss6as9 as/ - s/ss ��Y � UTILITY ENGINEERING BID PROPOSAL AND SPECIFICATIONS FOR WATER PROJECT NO. 774 12 " WATERMAIN INSTALLATION GRANT AVE. SOUTH - S. 7TH ST. TO S. 9TH ST. AND SOUTH 7TH ST. - RENTUN AVE S. TO GRANT AVE. S. • CITY OF RENTON PUBLIC WORKS DEPARTMENT MUNICIPAL BUILDING, 200 MILL AVE. S. RENTON, WASH. 98055 • 12061235-2631 MINUTES OF SPECIAL MEETING OF BOARD OF DIRECTORS AND SHAREHOLDERS OF ARCHER CONSTRUCTION, INC. The special meeting of the board of Directors and Stockholders of Archer Construction, Inc. , was held Friday, November 16, 1484. The president, Robert Archer presided as chairman and Allyson Archer acted as secretary. This meeting opened with a suggestion from Allyson Archer, Corporate Secretary, that it should be plainly stated in the form of corporate minutes, who is to be allowed to sign contract documents, change orders, etc. It was decided to name Robert I1. Archer, Allyson D. Archer, and C. Dean Severtsen as those being allowed to sign the above named type of documents. All members of the board of directors and shareholders agreed to the above deaston. s�Q? A._lys ,n D. Archer, Secretary Approved: CI Lu'Ile , L6,0"Ilz Robert H. Archer, Chairman W-774 CONTRACTOR: AkCHER CONSTRUCTION, INC. 18211 E. Valley Rd. Kent, WA 98032 Office: 251-8153/251-8156 Emergency Contact: Robert Archer - 271-5136 INSURANCE AND BONDING AGENT: Anderson d Associates, Inc. 1123 Maple Avenenue S.W. Renton, Washington Office: 228-4064 r L]RPnton [EE 61 /1 / yy CITY 8F A NTON BUSINESS LICENSE * J. Ml.L 54^. w i �::Llt [+�T v -LLEY :.,. FINANCE DIREe has made application for a City of Renton Business Liconse in accoldallce wilt,t Title V,Business Regulations Chapter I,Code of General Ordinances ul me City ofees to comply wdh all the wgWrnmenls of :ald ordinance Licensee shall tunnRt Com au other City Codes,Ordinances.State laws and Regulations apphcatale to the Itusu ensed hereunder.SA CONSTRuCTIi:'. ?kC 1 8 VALLEY RO 4A 7�Oj1 i . z�7:RrtresT.ia�e�ersi[rla :ca>c r�.7-lrtrt_: srcci�nc: : :r r:- : s:tcrni0 1 DEPARTMENT OF LABOR AND INDUSTRIES THIS CERTIFIES THAT THE PERSON NAMED HEREON IS REGISTERED AS PROVIDED BY LAW AS A LI GENERAL CONTRACTOR REGISTRATION NUMBER E%PIRATM DATE STATE OF WASHINGTON ;�3-01 ARCH6Zl219DR 01/08/85 t sWHER CONSTRUCTION, INC '1R2j1 E VALLEY 'RD KENT, MA 98031' I88 lha Bb • �[a'-Em'rrer-rar-rar'� ,�i_.�na�.rarer•a,^r�e-raa•1�L��L"LAL2373::i3E.i.37�1•Z ,� 1 Or • ISSUE DATE(AIIYD[VN'Y) PRODUCER 11/16/84 THIS CERTIFICATE IS ISSUED AS A MATTER OF BIFORMATKIN ONLY AND CONFERS 4NUERSON h ASSOCIATES, INC. NO EXTEND ON u�n THE COVERAGE AFHOLDER FORDED ri CERTIFICATE PPOLICIIEsSeFSE W. L'E11D 123 MAPLE AVENUE SW t(ENTON, WASHINGTON 98055 C04APANIES AFFORDING COVERAGE �'q" A ROYAL GLOBE INSURANCE COMPANY IiBUpED LETTER COMPANY o AMLRICAN STATES INSURANCE COMPANY ACHER CONSTRUCTION, INC. LETTER Y C 18211 EAST VALLEY ROAD ENT, WASHINGTON 98032 LE�TTER"Y D COMPANY E — LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE OLEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PEFYOOBOBSATBD, NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS C'ERTNDAT•WAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY TIIE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS,AND OOMDL TIONS OF SUCH POLICIES. O TYPE OF INSURANCE POLICY NUMDE^ FL'LC1'DTN,TNL PDLLY DP 7" LIABILITY LIMITS INTHOUSANOB DAiE IBALAWpI DAIFIWImry1T H AC.GEIE(ylE GENERAL LIABILITY COMPREHENSIVE FORM INJURY $ 500 $ 500 PREws yDrcP•r10Ns PYAG 62) 17 1/8/84 1/8/85 — EJxPNOEL�ct OLLAPSE HAZARD Z 100 $200 PRODUCTSICOEWLETEO OPERATIONS '-- CONTRACTUAL III A PC COMBINED $ $ INDEPENDENT CONTRACTORS X BROAD FORM PROPERTY O MAOE X PEAWL4 INJURY PERSONAL MUURY $ AUTOMOBILE LIABR,FTyKIA SBtr ANY AUTO PYAG L2117 i $ ALL OWNED AUTOS(PRN PASS ]/8, 84 1/8/85 /��H� IDRr ALI OWNED AUTOS IPWVRPASS� �� $ HIRED AUTOS '. NON-OWNED AUTOS PROPERDAMAGE� $ GARAGE LIABILITY E LMBW I T COMBINED $ 500 XCESS `.• U UMBRELLA FORM SU 39683 1 /8/84 LI/8/8.5 co`e $ 5000 $5 000 OTHER THAN UMBRELLA FORMI WORKERS'COMPENSATION + STATUTC 4 AND STATE FUND I •';` $ (ENCHAOCIDENI) EMPLOYERS'LIABAJTY `� (OIBEASE70LIC°LIP^ OTHER $ (OISEASE4ACHEMPLCYEEI _SCRIPTKNI OF OPERATK)N&I.00ATIONSIVEHICLESISPECLAL ITEMS RE: UATFR PROJECT 774 SHOULD ANY OF THE 090VE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRAT{Q{I DATE THEREOF, THE ISSUING COMPANYNQ WILL RRR4ANXfQX ( T Y OF RENTON MALL !i1- DAYS WRITTEN NOTICE TO TPE CERTIFICATE HOLDER NAMED TO THE LUO MILL AVENUE SOUTH LEFT.BNkFAu++B4 R0.MAeasuaeANTOtw3 MAreF.ggraM TlpNpEgylNEgx RENTON, WASHINGTON 98055 op,X"KmaBFON Hfivowxovw xraMrr 'ETLFxroLLEsx LIT E REPRESENT T , wU I r CITY OF RENTON BID PROPOSAL AND SPECIFICATIONS WATER PROJECT NO. W - 774 imu'i Summary of Fair Practices/Affirmative A. - Ion Program, City of Renton Scope of Work Vacinity Map Instructions to bidder Call for Bids *Certification by Proposed Contractor/Subcontractor/Supplier/ref . EEO *Certification of EEO Report *Minority ar.d Womens Business Enterprise Participation *Cert ! flcation of Bidder 's Affirmative Action Plan *Non-Collusion Affidavit *Certification re: Assignment of Antitrust Claims to Purchaser *Mln !mum Wage Form *Bid Bond Form *Proposal *Schedule of Prices Bond to the City of Renton Con ' , act Agreement EEO Compliance Report Sample Form and instructions Environment., l Regulation Listing Hourly Minimum Wage Rates Special Provisions Technical Provisions Detail Sheets/Standard Documents marKed * above must be executed by the Contractor , President and Vice-President or Secretary If corporation by- laws permit . All pages must be signed . In the event another person has been duly authorized to execute contracts , a copy of the corporation minutes establishing this authority must be attached to the bid document . CITY OF RENTON Public Works Dep ` . Renton Washington 98055 M EXHIBIT "A" CITY O1' RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 2340 The policy of the City of Renton is to promote and afford equal t-satmer.t and service to all citiasnB :nd to assure equal employ- � int opportunity to all persona reCardlesc of race; creed; color; ethnicity; national origin; sex; the presence of a non-job-related physical, sensory, or mental handicap; age; or marital statue. This pol`^l. shall be based on the principles of equal employment opportur „y and affirmative action guidelines as set forth in fe4eral, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRA_ CTICEf - All activities relating to employ- ment such as recruitment, selection., promotion, termination and training -' ill be conducted in a non-discriminatory manner. Personnel decisions wilt be based on individual performance, staffing requirements, and in accordance with governing Civil Service Lava and the agreement between the City o1 Renton and the Washington State Council of County and City EmpZoyeee. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton wTTZ cooperate u y wtt a organizations and commissions organized to promote fair pra�tieea and equal opportunity in employment. (3) AFFIP�MATIVE .'^TION PROGRAM, - The City of Renton Affirmative Action Program wz a maintained to facilitate equitable representation within the City workforce and to assure cqual employment opportunity to a:l. It shall be the responsibility and duty of all City officials and employees to carry out the policies, guidelines and corrective measures as Bet forth by this program. Corrective employment programs may be established by the Mayor on the recommendation of an Affirmative Action Commitcee for those departments in which a protected class of employees is under-represented. (4) CONTRACTORS' OBL.GATION - Contractors, subcontractors and aupp:iere ecn acting business with the City of Renton shall affirm and subscrioe to tke 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 City empZoyeee, shall appear it all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this - 2na day of June 198% CITY OF RENTON: RENTON CITY COUNCIL: Mayor Counci. Prepident Attest: Issued: July 10, 1972 Revised: February 9, 1976 City Cl Revised: June 2, 1980 erk CITY OF REN10N Water Project No. 774 12" Watermain Installation Grant Ave. South from S. 7th St. to S. 9th St. and S. 7th St, from Renton Ave. S. to grant Ave. S. SCOPE OF WORK The work involved under the terms of this contract shall be the complete installation, testing and sterilization of a 12" watermain extension which will run north on Grant Avenue Soutt, from a tie-in point approximately 70 feet north of the centerline of South 9th Street to South 7th S,eet, then westerly along South 7th Street to Renton Avenue South as shown gn the project plans and specifications. The work shall incl;,de, but is not limited to, excavation, backfill and compaction and installation of approximately 960 lineal feet of 12-inch diameter, 66 lineal feet of 8-inch diameter and 60 lineal feet of 6-inch watermain. Ail watermain pipe shall be ductile iron, class 52. The work shall include all fittings, valves, sleeves- reducers, blow-off assemblies, concrete thrust blocks, connections to the sting system and complete res- toration of all surfaces and existing underground utilities. All contractors participating in the work on "iris project shall comply with all Federal , State, County and City codes or regulations applicable to such work and in conformance with the plans and specifications. r;. n• ,' WASH/N6TGN , .� � w, l.,w 1(� � � �' �i"' �:=t I(yf•sr. •� 1. , • ai . 1 �`• d' • rw. F = I i �I �� kk r•1` ��. l � / ' �1•'+. j, . 1` ® � * ly» 'F .si ui YS+'• �•• i � :° ��n � � ���� AYE^� • ... \�1�.-f �."� i '1 sa •� � °� J �� ouwyu• •� ,, 1 i it oil '� ^ wrr.. F . • 0(OF vu " MENCE .i F •y : `�;:,".00" I+ o' S ' .' '• F n •" • ' w""4.�,t, KMi Cal�r Mn. WAAftfW000 • i /TlYlrr 9u>•n. If °n• T I 0 , .. i i i' va F it _� ,• 1• I � m 1� .zo S 7 »i .,... + 7c it • _.� �,,,�,�,� , M IwnKw• � / �-�� "^ VICINITY MAP - d C/T y INSTRU" 'IONS TO BID00S I . 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'clock p.m. , on the date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quanti ies and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must inc'ude the performance of all work necessary for completion of that item as described in the specificatior; . 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. Illegib figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive inform- alities if it is deemed advantage, is 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 i:l ediately following the decision as to award of contract. The check of the successful bidder will be returned provided „a enters into a contract and furnishes a satisfactory Derformance bond covering the full amount of 'he 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 Rentor 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 oarticular points. 9. The bidder shall, upon request, furnlrh information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. Rev. 7/15/81 City of Renton Call for Bid& WATER PROJECT NO. W - 774 Grant Ave. So. and So. 7th St Sealed bids will be received until 2: 30 p .m. , October 31 . 19e4 at the City Clerk 's office and will be opened and publicly read In thy: 4rh floor conference room, Renton Municipal Building , 200 Mill Ave. South . The work to be performed within _ 25_ working days from the date of commencement under this cone act shall Inc ude, but not be Ilrttted to: Installation of 65 L .F . - 6", 65 L .F . - 8", and 960 L .F. - 12" water main , 2 - fire hydrants , 7 - valves , appurtenances and complete restoration as set forth ; n the design drawings and specifications 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 S 35 .00 each set plus S 5 .00 to cover postage, if malled . The deposit will be refunded upon return of the Plans and Specifications In good condition within thirty days after bld 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 Clty's Fair Practices and Non••Discrimination Policies shall apply . City Clerk Published: Record Chronicle: October 17 d 24; 1984 Dally Journal of Commerce: October 16 S 23, 1984 CERT FICATION BY PROPOSED CONTRACTOR, SUBCONTRACTOR AND SUPPLIER REGARDING EQUAL EMPLOYMEM OPPORTUNITY yl N O Pr me nt actor roleet Noma ! INSTRUCTIONS This certification is required pursuant to Federal Executive Order 11246. The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed Subcontractors and suppliers, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any p_evious contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. The City has heretofore adooted Resolution 2340 under date of June 2, 1980. amending a "Fair Practices Policy," as implemented by ,.n "Affirmative Action Program" therein amending 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 and fitness to all persons regardless of race; creed; color; ethnicity, national origin; sex; the presence of a non-job-related physical, sensory or mental handicap; Sae or marital Status. This policy shall likewise apply to all contractors, subcontractors and suppliers conducting business with the City of Renton who in turn shall affirm and subscribe to said practices and policies. The aforementioned provisions shall not apply to contracts or subcontracts for standard commercial ■u?pliers or raw materials or firms or organizations with less than eight employees or contracts of leas than $10,000 business per annum with the City. When the Contractor/Subcontractor/Supplier (hereinafter referred to as the Contractor) is required by the City of R,>nton to Submit an Affirmative Action Plan, the minimum acceptable peecentage of minority employment will be that percentage which is currently listed in "Appendix I" (City of Renton Goals and Timetables) in the published City of Renton Affirmative Action Program, i.e. 9.1%. This Program is available for review at the Municipal Building. Tie undersigned contractor therefore covenants, stipulates and agrees that during the performance of this contract he will not discriminate against any person in hiring, promoting, discharging, compen- sating or any other term or condition of employment, by reason of such person's status, reference the (11) categories listed in par&. 2 above. Contractor further agrees that he will take affirmative and continuous action to insure full compliance with such policy and program in all respects; it being strictly 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 as soon as possible thereafter, furnish unto the City any and all informat.-n and reports required by the City to determine whether full comcliance 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 ascertain such compliance. Contracto: fur her acknowledges that he has received a rue and complete copy of the City's "Fair Practicer Policy." �e�� ♦a�g�Q AOntract entTl:lcat on Number CERTIFICATION BY: CLONTRACTOR_ / or SUBCONTRACTOR or SUPPLIER AM NE: 't,_. . Tr�C ADDRESS: OZ G I 44� REPRESENTATIVES: TITLE: -i..4 {A PHONE: _ onttora /Subcontractor/Supplier has part is i patSd an a previous contract or subcontract subject Qxdsti�r Equal Opportunity Clause: XYes —No 2. Cogpliance reports were required to be filed in connection with such contract or sub,: ntract: Yes No 3. ont4e�cAP' ubcontractor/Supplier has filed all compliance reports due under applicable coons: Ai-Yea ,No 1. of answer to item 3 is "No", please explain, in detail on reverse side of this certification. CERTIFICATION: The information above is true and complete to the best of my knowledge and belief. 1 �ec.�etaae�_ � Nam an at oT Sr oar pease type or nt V)Z l gnat` eta_.. Reviewed by City Authority: _ Date: Rev. 1i31l81 , CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub- cont%acts subject to the Equal Opportunity Clause and the filing of Required Reports. The bidder 2L, proposed subcontractor hereby certifies that he has has not ���, participated in a previous contract or subcontract subject to the equal opp�tunity clause, as required by Executive Orders 10925, 11114 or 11246, and that he has , has not , filed with the Joint Reporting Committee the Director of the Office o Federal 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. i ( `pony `4 f '.4iitcc r�n� By: (Title Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60. 1.7 (b) 0) , 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.) Currently, Standard Form 100 (EEC-11 is the only report required by the Executive Orders or their implementit,i, regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Cr?vrs and have not filed the required reports should note that 41 CFR CO-1.7 r 'I prevents the award of contracts and subcontracts unless such contra. Snits a report covering the deliquent perioo ur such other period ••pe- icy by the Federal Highways Administration or by the Director, Offira of Federal Cop'.ract Compliance, U.S. Department of Labor. PUBLIC WORK OR IMPROVEMENT Rev. 4/83 PARTICIPATION CERTIFICATION: REF. RCW 35.22.650 CONTRACTS EXCEEDING $10,000 (OR $15 000 FOR VA'TERMAIN CONSTRUCTION) , MINORITY BUSINESS ENTERPRISES (MBE) and WOMENS' MINORITY BUSINESS ENTERPRISES (WM°E) (BUSINESSES OWNED AND OPERATED BY WOMEN) Contractor agrees 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 said minority bidders on the basis of substantially equal proposals in the light most favorable to said minority businesses. The contractor shall be required to submit evidence of compliance with this section as part of the bid. As used in this section, the term "minority business" means a business at least fifty-one percent of which is owned by minority group members. Minority group members ii:zlude, but are not limited to blacks, women, native Americans, Orientals, Eskimos, Aleuts and Spanish Americans. The City will consider sworn affidavits presanted by subcontractors in advance of contract award as one means f establishing minority status in accordance with criteria cited above. To be eligible for award of this contract, the bidder must execute and submit, as a part of the bid, the following certification which will be deemed a part of the resulting contract. A bidder's failu,u to submit this certification or submission of a false certification shall render his bid nonresponsive. MINORITY BUSINE�SSS ENTERPRISE CERTIFICATION .[�^i /c l k� A" Certifies that: Name of Bidder` (a) it (does) (dav@C[Z�L) intend to sublet a portion of the contract work and (has) (haunt) 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 WME and identify minority group. (If necessary, use additional sheet.) MBE Min. Gr. WMBE 1. sl , ,4-_ #/y M ❑ (Name of Firm, Bid It m, Results of Contacts) 2. ❑ ❑ 3. — ❑ ❑ 4. - ❑ ❑ +� 5. ❑ ❑ has been designated as iaiso?f oFT2cer for the adminlstration of the minority business enterprise 'am for this firm. CERTIFICATION OF BIL)DERS AFF'RMA'FIVE ACTION PLAN Bidder is to indicate by check-mark which of the following statement, to this bid package, and is to sign the certification for that specific statement: a) It is hereby certified that the bidder is exempt from the City's Affirmative Action Plan requircmcrtF because: "Average annual employment level is less than eight permanent employees, and the total contract amount with the City during the current year is less than $10,000." Company Date BY: Title —! OR b) It is hereby certified that an approved Affirmative Action Plan is on file with the City of Renton, and that said Plan specifies goals and timetables which are valid for the current calendar year. Company Date BY: Title OR c) It is hereby certified that an Affirmative Action Plan is supplied with this Bid Package, Said Plan will be subject to review and approval by the City as a prerequisite to the contract award, and it includes: 1) Present utilization of minorities and females by job classification, 2) Goals and Timetables of Minority and Female Utilisation, and 3) Specific Affirmative Action Steps directed at increasing Minority and Female Utilization. Company Date BY: Tit ' 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. C mpany f (/ ,j' _ - '00 D to BY: �l fJJil'JdXQ.i.I(�(Iy/(,,.tfJ��Illir 1 Title Rev. 9/9/75 W- 774- -- AY. IRMATIVE ACTION PROGRAM Archer Constructi( n, Inc. . hereinafter known as "Contractor", agrees to the following plan in meeting its equal opportunity obligation pursuant to P.xccutive Order 11246, and Title VI and VII of the Civil Right Act of 1964. I . t_2ual ET)lo Tent Opportunity Polite :Archer Construction, Inc's, policy assures that applicants will be employed and will be treated during employment, without regard to race, creed, color, enthicity, national origin, sex, the presence of a non-job-related physical, sensory or mental handicap, age or marital status. This policy shall apply to every aspect of employment, upgrading; demotion; recruitment; layoff or termination; pay scales; and apprenticeship or on the job training. 2. Y.qual Employment Opportunity Officer Contractor hereby designates Allyson D. Archer, Corporate Secretary, as EEO Officer with full authority to administer and promote activity program of equal e-mp.loyment opportunity. 3. Dissemination of Policy a. Archer Constr ction, Inc. , personnel authorized to hire, supervise, proM)te, dcriotc, and terminate employees, who recommend such action. or are iavolvad in any of these actions will be made fully cognizant of, and will implement Contractor':, policy and contractural responsibilities. To insure the advice is carried out, the following minimum ac ions will be taken: 1) Mc f Coremen, leadmen, and personnel indicated in 3a above, will he n 1, cal not less than semi-annually and Contractor's '",Dual en'I �purtunit policy and its implementation review-- 1 and explain., n�_tings 1 11 be conducted by the EEO Officer. 2) Ali new foremen, leat e:, and personnel indicated in 3a above will be thoroughly indoctrinated ay the EEO Officer covering Contractor's equal employment opportunity obligations within thirty days following hiring in. 4. Recruitment a. Any advertisements 'or employment in the newspaper shall include "Archer Construction, Inc. , an Equal Opportunity Employer", or recruitment for employees will be by Affirmative Action order to the State Employment Security Commission when a vacancy is to be filled by a minority group person. b. Coutr:,ctor will encourage employees to refer minority group applicants for employment in discussions regarding the procedure for such referral and by posting appropriate notes and bulletins on employee bulletin boards. W 774 Grant Ave South 4X 5. Personnel Actions A. All benefitr, monetary, and working conditions will be extended 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. The following actions will be taken: 1) Periodic inspections of facilities will be made to insure non-discrim- inatory treatment of personnel. Z) Wage evaluation made to insure non-discriminatory wage practices. 3) Periodically review personnel actions for evidence of discrimination and take corrective action where indicated. L) Investigate in full all complaints of alleged discrimination and take appropriate action where indicated and inform all complainants of avenues of appeal . 6. Training and Promotion a. Contractor will endeavor to locate, qualify, and increase skills of minority group employees and applicants. b. Consistent with requirements anu as permitted within Federal and State regulations, Contractor will fully utilize training programs for the contractural area and advise employees and applicants of these programs and their entran':e requirements. C . A program of review of the training and promotion potential of minority group employees will be conducted and these employees encuuraged to apply for same. 7 , Unions Archer Construction, Inc. , will seek the cooperation of local unions in increasing opportunities for minority groups within the unions as follows: a. Cooperate with unions to develop joint training programs for the quali- fication of minority group members for memb.rship in the iu,ions and increasing skills for higher paying positions. b. Incorporate an equal employment opportunity clause into all union agree- ments to the end that each union will contractually be 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 requested, Contractor will fill vacancies with regard to race, color, creed, ethnicity, national origin, sex, the presence of a non-juh-related physical, sensory, or mental handicap, age or marital status. 8. Subcontracting Contractor will strive to utilize minority group subcontractors or those with meaningful minority group persons in their employ and use all effort to assure such subcontractor compliance with their equal opportunity obligations. 9. Reports and Record a. Archer Constructi(in, Inc. , will keep those records necessary in determining compliance with ita equal opportunity obligations. They will indicate: 1) Breakdown by work classification on each city, Federal or Federally-assisted project of minority and non-minority group members employed. 2) The progress nod efforts being made in cooperation with unions to increase minority group employment opportunities. 3) Contractor's progress and efforts in locating, hiring, training, quL,ifying, and upgrading minority group employees. 4) Contractor's progress and efforts in securing the service of the subcontractors noted in paragraph 8 above. b. All such records will be retained for three years following contract com- pletion and be made available for inspection by the Contract Compliance Division at reasonable times. c. Contractor will submit periodical reports on forms furnished by the Compliance Division of its employees and those of its subcontractors, if any. d. Contractor will require in every subcontract of $10,000 or more a written Affirmative Action Program consisting of all requirements herein or with such modification as is necessary to obligate the subcontractor to a program of Affirmative Action, copies of such program being retained at Contractors office. 10. Goals Archer Construction, Inc. , has a complement of 10 employees, one of which is a minority soup member. Because of Contractors limited number of employees and low turn-over rate, a good faith effort will be made to hire minorities when- ever vacancy occurs. AFFIRMATIVE ACTION PROGRAM ARCIIF:R CONSTRUCTION, INC. r g`L j4 ( Allysonn D. Archer Corporate Secretary EEO Officer November 5, 1984 NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON SS COUNTY OF ) 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 refrain 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 ot, Bidders. SIGN HERE: _A� � 9 Subscribed and sworn before me this 3 y*'-day of 19 a Notary Public in and for t e tote of _4 s d'it residing at /&" 14?�4 - �herein. ` CERTIFICATION RE: ASSIGNMENT OF ANT?TRUST CLAIMS TO PURCHASER TO THE CITY OF RENTON kENTCA, WASHINGTON: Vendor and purchaser recognize that in actual economic practice overcharges resulting from antitrust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such overcharges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid, Quotation, or other event establishing the price under this order or contract. In addition„ vendor warrants and represents that each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. Name of Project -till Name of`Bidder s rm Signatu e oAuthorizedsentative of Bi der &4r,6,a, 3/ 19?y ')ate MINIMUM WAGE AFFIDAVIT FORM City of Renton ss COUNTY OF 1 , the undersigned, having been duly sworn, depo. ed, say and certify that in connection with the performance of the w;rk of this project, I will pay each classification of laborer, workman, or mechanic employed in the performanca of such work; not less than the prevailing rate of wage or not less than the minimum rate o - wages as specified in the principal contract; that I have read the ibove and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief CONIRACTOR Subscribed and sworn to before me on this day of 014 19,1. Notary is n an or t e tate of Washington Residing at l/f 3lc 11-3'147i✓s St Tiansamenca Insurance Company Transamericaa Si—k C1^1pent i+jn,e Ott.,, Los Alpe4•e (,ahlwnq IIIIII Insurance Services fad sod Approvea by The American Institute of Architects A.LA. Document No. A 310 February 1970 Edition- KNOW ALL MEN BY THESE PRESENTS, that we ARCHER CONSTRUCTION INC as Fiuu, not, heteinafter called the Principal, and IRANSAMLRICA INSURANCE COMPANY, a corporation duly organised unde, the laws of the State of California, us Surety, heremofte, called the Surety, are held firmly bound unto DIRECTOR OF FINANCE OF THE CITY OF RENTON as Obligee, here nape, called the Obligee, in the sum of ----FIVE PER CENT OF THE TOTAL BID-------------- ------------- Dollars Is ---5%------- 1. lot the payment of which sum will and truly to be mode, the said Principal and the surd Surety, bind our selvr s,our heirs, s oxecutots, admm,st,ators, successors and ass,gns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for CITY OF RENTON WATER PROJECT #774 NOW, THEREFORE, if the Obligee shall accept thn bid of the Principul and the Principnl shall enter into a contrnct with the OLhgee it accordance with the terms of such bid, aad give such bond of bonds as may be specified in the bidding or :onhact document; with good and sufficient surety for tyre faithful performance of such contract and for thrprompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter su-h contract and give such bond or bonds, ,f the Principal shall pay to the Obligee the difference not to erceedthe penalty te,eof between the amount specified in said bid and such larger amount for which the0bligee may in good faith contract with another party to perforrc the worli covered by said bid, then this obligation shot! be null and void, otherwise to remain ui full force and effect. iigned and sealed this 31st day of OCTOBER A.D. 1984 ARCHER CONSTRUCTION, INC / �i •� . � _. (Beall Transamerica Insurance Company s.nl Smetr �f" ,� orn.y-in-haU talent �81 BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. Sign Here BID BOND Know All Men By These Presents: That we, as Principal , and as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors aW assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for according to the terms of the proposal or bid made by the Principal the, efor, 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 perfirmancp thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall , incase of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF 19 Principal Surety 19 Received return of deposit in the sum of $ PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Gentlemen: The undersigned hereby certifLL_ that JU! has examined the site of the proposed work and ha;,- read and thoroughly understand._ the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much 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 /JY / Address Names of Members of Partnership: r OR Name of President of Corporation g. Name of Secretary of Corporation Corporation Organized under the laws of ,_, e fjy� With Main Office in State of Washington at Grunt Ave. S. - S. 7th to S. 9th St. S. 7th St. - Renton Ave. S. to Grant Ave. So. SCHEDULE OF PRICES WATER PROJECT k 774 (Note: Unit pries for all items, all extensions and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevai?.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in words) DOLLARS CTS. DOLLARS CTS. 1 . 56 L.F. 6" Cl . 52, D.I . Pipe (Meth. Joints) and Fittings Complete $ ::YG. .L/a _ 1, n oo - d `� Od Per L. c (Words) (Figures) 2. 62 L.F. 8" Cl . 52, D. J. Pipe (Meth. Joints) and F, ctinga Complete $ --�L din _ O`. „ Vic; /,ao 7 O Per- L. 3. 960 L.F. 12" Cl . 52, D.I. Pipe (Tyton Joint) and Fittings Complete $ � �• ` ,fin -A�n i 7 � _`��'�,�� ���' c�7 -/ U Per L F.0 4. 3 Ea. 6" Gate Valve Assembly With C st Iron Valve Box j "LY 4j,L:,dj21j 900 OC! Per Each 5. 2 Ea. B" Gate Valve Assembly With Cast Iron Valve Box ,. off/ •-- CxJ Per Each 6. 2 Ea. 12" Gate Valve Assembly With Gate Valve Vault Per Each 7. 8 C.Y. Furnish Concrete and Construct 17 Concrete /Thrust Blocks/ Per C.Y. 8. 2 Ea. Corey Type Fire Hydrant Complete With Shackle Assembly (5"MVO) yc jgiaj Per Each 9. 2 Ea. Temporary Blow-off Assembly on 8" Pipe $Per Each 10. 1 Ea. Temporary Blow-off Assembly on 12" Pipe Per Each Grant Ave. S. - S. 7th to S. 9th St. S. 7th St. - Renton Ave. S. to Grant Ave. So. SCHEDULE Or PRICES WATER PROJECT #774 (Note: Unit prices for all items, all extensions and total amount of bid must be shown. Show unit prices in both words and figures and where oonflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID U14IT PRICE AMOUNT NO. QUANTITY Unit Prices to be written in words) DOLLARS CTS. DOLLARS CTS. 11 . 14 Ea. New Service Connections from Existing Meters to New Watermain Per ac (Words) (Figures) 12. 500 TONS Imported Bedding or Backfill (Bank un Material) Per on 13. I 30 TONS 5/8" inu� Crushed Rock E . - r . OdA Per Ton — 14. 165 S.Y. Asphalt Concrete Pavement ' Remo a1 8 Restoration Per S.T. 15. 4 S.Y. Portland Cement Concrete, Remol 5 Restoration r Per S.Y. 116. 4 C.Y. Rock Excavation $ 10 G Per C.Y. 17. L.S. Landscape Restoration $ -fir ?,., a✓. 'r - - ,r J✓� 7 18. 20 Ea. Hill Holders 8 1. It X it Per c� 19. L.S. Construction Staking $ - cv r Per L.S. Subtotal 8.1% Sales Tax 7 TOTAL r rc SCHEDULE OF PRICES (Note: unit prices for all items, all extensions and total amount of Lid must be shown. Shcr unit prices in both words and figures and where conflict occurs tho written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY jUnit Prices to be Written in Words DOLLARS CTS. DOLLARS CTS. THE ERSIGNED B11 DER HEREBY AGREES TO START CONSTRU ION WORK 01 THIS PROJECT, I AWARD HIM, NO LA ER THAN TEN (10) DnYS AFTER FINAL E FCUTION AN TO COMPLETE WI IN WORKING DAYS AITER STARTING CONSTRUCTION. DATED AT / !" �.f r h., THIS •J1'�- DAY 0 }A 19 ACKNOW,EDGEKENT OF RECEIPT OF ADDENDA: N0, ATE NO ATI NO ATE 1 SIGNED li TITLE±1-4� ., NAME OF COMPANY ADDRESS c CITY/STATE/ZIP TELEPHONE CITY OF RENTON STATE CONTRA TO S BUSINESS LICENSE # (JX LICENSE I - I � 5730 85 42 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned ARCHER CONSTRUCTION INC as principal , and TRANSAMERICA INSURANCE COMPANY corporation organized and existing under the lads of the State of WASHIN T N as a surety corporation, and qualified under the lows of the State of Washington to become surely upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ 55,568.59 for the payment of which sum on demand we bind our- selves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washing- ton, the Ordinance of the City of Renton. Dated at Renton , Washington, this T6 C' P,v, fiN �-' 9 day of 19 84. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for 12" watermairF installation Grant Ave. , South - S. 7th St. to S. 9th St. and South 7th St.- Renton Ave. S. to Grant Ave.S.. which contract is referred to herein and is made a part hereof as though attached hereto) , and WHEREAS, the said principal has accepted, or is about to accept , the said contract , and undertake to perform the work therein provided for in the iianne.r and within the time set forth; NOW, THEREFORE, if th• said ARCHER CONSTRUCTION, INC shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractt.,L and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any care- lessness or negligence on the part of said principal , or any subcontractor in the per- formance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in saic con- tract nr from defects appearing or dev.:loping in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City cf Renton, ther, and In that event this obligation shall be void; but other- wise it shall be and remain in full force and effect . A r Con on tton Inc ,ten clY/z _ -- Transamerica Ins Company Attorney In Fact Revised: 8/16/83 Iof7 CONTRACTS OTHER THAN. FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this 4O lay of by and between THE CITY OF RENTON, Washington, a municipal corporation of the Stdte of Washington, hereinafter referred to as "CITY" and ARCHER CONSTRUCTION INC. hereinafter referred to as "CONTRACTOR. " W1TNESSETH: 1 ) The Contractor shall within the time stipulated, (to-wit: within 25 working days from date of comeencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. for improvement by construction and installation of: 12 8" & b" Dia. Ductile Iron water main and appurtenances. All the f^regoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and spec- ifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished 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 acce?ticce of the Contractor's bid and signing of this agreement, consists of the following ,cuments, 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 & Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i ) Technical Specifications, if ary 3. If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if lie should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his Rev. 4/83 '� Contracts Other Than Federal-Aid FHWA 3 of 1 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-comp;;ance 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 tc, completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. Contracts Other Than Federal-Aid FHWA 4 of 7 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every :ype and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property 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 FHWA 5 of 7 notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail , postage prepaid, certified or registered mail . 7) The Contractor shall commence performance of the Contract no later than lU calendar days after Contract final execution, and shall complete :he full performance of the Contract not later than 25 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 SEE Spicifications SEC. 8-1-09 , 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 find certificate of payment nor any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1 ) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be 6of7 Contracts Other Than Federal-Aid FHWA 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, progress schedules, pay- rulls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11 . The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11 ) The total amount of this Contract is the sum of Fifty Five Thousand, Five Hundred Sixty Eight and 59/100 Dollars which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. Rev. 4/83 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. .CONTRACT ;l CITY OF RENTON r Press a artne ner Mayor —' i ATTEST: cre ry �l City Clerk d/b/a ile/44.1 irm am Individual` Partnership Corporation A j,� n Corporation Sta e o .,.ncorporation Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the city and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. CONTRACTOR/SUBCONTRACTOk ��Y G � REPORTING PERIOD MONTHLY MANPOWER UTILIZATION REPORT Month: Year: To be submitted to the City's Project Goals and Timetables as committed Engineer during the 1st week of following in Contractor's Affirmative month while contract is in progress. Prime Nit Action Plan % Contractor is responsible for obtaining and submitting all subcontractor Reports. or per City's Plan 9.1 _$ To: (Name and location of Compliance Agency Dept.) From: (Nam and location of contractor) This report is required by Executive Order 11246, Section 203. Failure to report can result in sanctions which include suspension, termination, cancellations or debarment of contract. 1 . 2. 3. 4. Z 5. b. mino- Total total Mork Hours of Employment (See footncte) rity number iumber of of Clansl a. . • c. * . . e. . x/h of minorit Employ. flea- Hie- er. Asian/ Total total Company's Name (I.D. ) Trade done JTots Black panic Indian Island "ale w.h� eegloy- see C AD As Tr C A Tr A Tr Tr An I Tr AD Tr � �— C r Tr Tr 7. Ccr.,pany OfflciaL s ignature an , e Date Si ned B 9. Telephone Number- (Include Area Code) Rev, 11/77 (*Males 6 Females, "Minorities 6 Non-minorities) page of 7/80 (Submittal Requirements 6 City's Goals/Timetables) INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT (CITY OF RENTON) The Employment Utilization Report is to be completed by each subject contractor (both prime and subcontractors) and signed by a responsible official of the company. Th ! 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 fox 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.) S. Total Number of Minority Employees . . . . . . . . . . . . Number of minority employees working in contractor's aggregate work force during reporting period. 6. Total Number of Employees . . . . Number of all employees working in contractor's aggregate work force during reporting period. * Minority is defined as including Blacks, Hispanics, American Indians and Asian and Pacific Islanders - both men and women. I REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLU t7U1FCES In accordance with the provisions of Chapter 62 , Laws of 1973 , H.B. 621 , the Contractor shall secure any permits or l .censes required by , and comply fully with all provisions of zhe follow- ing laws , ordinances , and resolutions : Kin Count Ordinance No. 1527 requires Building and Land eve opment ivision and 1y raulics Division review of grading and filling permits and unclassified use permits in flood hazard areas . Resolution No. 36230 establishes storm drain design standards to be incorporated into project design stand- ards to be incorporated into project design by Engineering Services . Revvew by Hydraulics Division. Kin Counter Ordinance No. 800, No. 900, No. 1006 and Resolution No. 8778 0. Z4553, No. 2453 o. and No . 1 24dined in King County Code rities 8 and 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. PP�ugget Sound Air Pollution Control Agenc Re ulation 1 : A reg; - Iation to con trol the emission of air contaminantsfrom all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Ait Act , R.C.1V. 70 . 94 . WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A. C. 18-02 : Requires operators of stationary sources of air contaminants to maintain records of emissions , periodically re- port to the State information concerning these emissions from his operations , and to make such information available to the public. See Puget Sound Pollution Control Agency Regulatior. 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 require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters . The law also provides for civil penalties of $5 ,000/day for each violation. R.C.W. 70.95 : Establishes uniform statewide program for handling so 'i w� which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76. 04. 370 : Provides for abatement of additional fire baz- ar an s 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 re.ating to the suppression or abatement of forest fires or forest fire conditions . R.C.W. 70. 94 .660: Provides for issuance of burning permits for abating or prevention of forest fire hazards , instruction or silvicultural operations . R.C.W. 76. '4. 310: Stipulates that everyone clearing land or c ea7 ring—. ig�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 and permits , plan or operation, reclamation plan , bonding , and inspection of operations . W.A.C. 332-18 : Delineates all requirements for surface mined an rec amation. 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 Secretary of Army and Corps of Engineers 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 'PL92r 500 86 Stat. 16 : Authorizes the ecretary o t e Army, acting t rTi ougS t e orps of Engineers , to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites . Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas . MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act a proved March 3, 1899 : Provides that discharge o refuse without a permit into navigable waters is prohibited. Violation is punishabie 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 King County Resolution No. 25789 requires an unclassified use perm2t` roi fifling, quarrying including borrow pits and ass ated activities such as asphalt plants , rock crushers) and refuse disposal sites and provides for land reclamation subse- quent to these activities . A copv is available at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on State s ore roes.— e�rmit acquired by Public Works and reviewed by Building and Land Development Division. King Coun�Ordinance No. 1488 requires permit for grading , land fills , graver pits—;dumping, 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 Chapter 112 , Laws of 1949: Requires hydraulics permit on certain projects. (King bounty Department of Public Works will obtain. ) WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 173-220 : Requires a National Pollutant Discharge Elimination System permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. W.A.C. 372-24 : Permit to discharge commercial or industrial waste waters into State surface or ground water (such as gravel washing , pit operations , or any operation which results in a discharge which contains turb dity. ) 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 reviewe y tEe Department of Ecology whenever it is desired to change the purpose of ose , the place 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. 508-12- 260 : Requires permit to construct reservoir for water storage . W.A.C. 508- 12- 280: Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood Conti F 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.11. 76 . 08. 030 : Cutting permit required before cutting merchant- able timber. 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 ar,y surface mining opera- tion me u ing sand, gravel , stone, and earth from borrow pits) . UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of b'arch 3 1899 : Requires permit or construction of er t an ri ges, see U. S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain) . FIRE PROTECTION DISTRICT R.C.W. 52 . 28. 010, 52 . 28 . 020 , 52. 28 . 030 , 52 . 28 . 040 , 52. 28 , 050: rove es authority for, requirements of, and penalties or ailure 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 , 1699 General Bridge Act o Marc 1 and enera ri ge Act o 1 as amen e A_gust Requires a permit for construction—off on navigable 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) (iii) of Re ulation 1 : Request for verifica- tion o popu atro�enstty. ontractor should he sure his opera- tions are in compliance with Regulation 1 , particularly Section 9. 02 (outdoor fires) , Section 9. 04 (particulate matter- -dust) , and Section 9. 15 (preventing particulate matter from becoming airborne) . -4- 1 f I A PERMITS REQUIRED FOR THE PROJECT - Continued ENVIRONMENTAL PROTECTION AGENCY Title 40, Cha ter Ic , Part 61 : Requires that the Environmental rotection hit a notified 5 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 these permits , ordinances , laws , and resolutions are available for inspection at the Office of the Director of Public Works, 900 King County Administration Building, Seattle, Washington, 98104 . It shall be the responsibility of the Con- tractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. -J_ HAY-R3232J-AA PREVAILING MINIMUM HOURLY W4:,E RATES GCTOSER 04, 1984 O:CUPATION: FLAGGEKS LOCATION: CHELAN* CLALLAM, DOUGLAS, GRAYS HARBOR, ISLAND, JEFFERSON, LING, KITSAP, KITTITAS , LEWIS, MASON, PACIFIC. PIERCE, SKAGIT, SNOHUMISH, THURSTON, WHATCOM AND YAKIMA COUNTIES . FRINGE BENEFITS TOTAL HOURLY RENEFITS 3..*3 S/HR . STATE W4GE RAT= S OCCUPATION OCCJPATION STATE FEOER41. CO]E DESC�Q PTION RATE RATE 263-3310 FLAGGER 10.78 -- CITY OF RENTON (W-773 C W-7741 UNION AVE NE INE 17 ST - NE 25TH ST ) :,RANT AVE SO ( 7TH AVE - 9TH AVE SO) S. 7TH ST. (RENTON AVE - GRANT AVE S7 ) PAGE 1 HWY-R3232()-AA PREVAILING MINIMUM HOURLY WAGE RATES OCTOBER J49 1984 OCCJPATION: LABORERS ( SEWER G WATER LINE CONSTRUCTION) L3CAT134 : CLALLAM, GRAYS HARBOR * ISLAND, JEFFERSON, KING, KITSAP, LEWIS* MASON, PACIFIC (NORTH OF WAHKIAKUM :RUNTY 4ORTHE2N BOUNDARY =XTENUED UUE WEST TO THE PACIFIC OCEAN), PIERCE, SKAGIT, SVOHOMISH, THURSTON AND WHATCOM COUNTIES. FRINGE. BENEFITS HEALT4 AND WELFARE 1.75 S/HR. STATE PENSION 1.55 S/HR. STATE TOTAL HOURLY BENEFITS 3.43 S/HR. STATE 3. 11 S/HR. FEDERAL TRAINING FUND . 13 S/4R. STATE W4GE RAT= S 3CCJa4TIJN OCCUPATION STATE FEDERAL CO)E OFSCRiPTION 2ATE RATE 360-3010 GENERAL LABORER 13.80 14.03 360-1020 PIPELAYE2 14. 14 14.4#8 360-3330 TOP,MAN 14. 28 14.34 CITY OF RENTON (W-773 L W-7741 JNICN AVE NE ( NE 17 ST - NE 25TH ST ) ;RANT AVE S3 17TH AVE - 9TH AVE SO) S . 7TH ST . (RENTON AVE - GRANT AVE SO) PAGE 2 -tWY-R32320-AA PRFVAILING MINIMUM HOURLY WAGE RATES DCTOBER 04, 1984 =;JPATION: PJWER EQUIPMENT OPERATORS (SEWER E WATER CONSTRUCTION ) LOCATION: CHELAN, CLALLAM, DOUGLAS (THAT PORTION WHICH LIES WEST OF THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND* JEFFERSON, KING* KITSAP, KTTTITAS , LEWIS, MASON, PACIFIC (NORTH OF A STRAIGHT LINE FROM T-IE SOUTHERN BOUNDARY OF LEWIS COUNTY EXTENDED WEST TO THE 31ACIFIC OCEAN) PIERCE . SKAGIT, SNOHOMIS4 , THURSTON, W4ATCUM AND YAKIMA COUNTIES. FRINGE BENEFITS HEALTH AND WELFARE 1. 30 1/HR. STATE PENSION 2.30 61HR. STATE TJTA_ HJURLY BENEFITS 4.31 S/HR. FEDERAL TRAINING FUND .21 S/HR . STATE WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CO3E DESCRIPTION RATE RATE GROUP 1 580-3040 9ACk FILLER 16.92 16.9? 580-3030 BACKHCE (780 CASE TYPE AND LARGER WITH 16.92 16.92 ATTACHMENTS) 580-0100 CLAM 16. 92 16.9? 583-0120 CRANE 16 .92 16.92 583-3130 DITCHING MACHINE 16.92 16.92 5A3-3150 DOZER TALL CAT , TYPE D-3 AND LARGER ) 16.92 16. 92 580-0160 DRAGLINE 16 .92 16.92 500-D190 FRONT-END LOADER 12YD5. AND OVER) 16 .92 16.9? 580-3210 MECHANIC 16.92 16.92 SBO-3220 MECHtitiI' WELDER 16.92 16.92 580-3240 MuTOP GRADER 16.92 16.9? 580-3310 SLREED 16.92 16. 92 580-0330 SHOVEL 13 YDS. AND UNDER) 15 .92 16.92 583-3350 SIDE BOOM TALL CAT. TYPE D-3 AND LARGER) 16. 92 16.92 GROUP 2 580-)D20 BACKHOE 1600 CASE TYPE AND SMALLER WITH 16.425 16.425 ATTACHMENTS ) 580-0050 BENDING MACHINE 16 .425 16.425 580-3060 BLOM TRUCK (STATIONARY ) 16.425 16.425 vITY OF RENTON (W-773 E W-7T4) JNIDN AVE NE ( NE 17 ST - NE 25TH ST) GRANT AVE SO (7TH AVE 91H AVF. SJ) S. 7TH ST. (RENTON AVE - GRANT AVE SO) PAGE 4 HAY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RAILS OCTOBER 04 , 1984 OCCUPATION: POWER EQUIPMENT OPERATORS ( SEWER C WATER CONSTRUCTION) LOCATION: CHELAN, CLALLAM. DOUGLAS ( THAT PORTION WHICH LIES WEST OF THE 120TH MERIDIAN), GRAYS HARBOR , ISLAND, JEFFERSON, KING, KITSAP. CITTITAS, LEWIS. MASON. PACIFIC (NORTH OF A STRAIGHT LINE FROM THE SOUTHERN BOJNOARY OF LEWIS COUVTY EXTENDED WEST TO THE 'AACIFIC OCEANI PIERCE, SKAGIT . SNOHOMISH, THURSTON. WHATCOM AND YAKIMA COUNTIES. WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CO3E DESCRIPTION RATE RATE. 3ROUP 2 580-0070 PURINb MACHINE 16.425 16.425 530-3090 COMPACTORS 16.425 16.4?5 583-0140 DG2ER ( ANY TYPE SMALLER THAN CAT D-31 16.425 16.425 580-0170 DRILLS ILEROI TYPE) 16 .425 16.425 590-0180 FRONT-END LOADER 1UNDER 2 YD. ) 16.425 16.425 580-3203 GIN TRUCK 16.425 16.425 580-323U MECHANICAL GREASER ( LARGE GREASE TRUCK) 16.425 16.425 500-3279 PAVING MACHINES 16.425 16.425 580-3280 POT FIREMAN (ENGINE OPERATED A30VE 3 BBL. ) 16.425 16.425 530-1300 ROLLERS 16. 425 16.4?5 590-3320 SERVICE PLOW 16.425 16.425 580-0340 SIDE BOUM ZANY TYPE SMALLER THAN CAT D-3) 16.425 16.425 580-3360 TRACTAIR 16.425 16.425 580-D380 WELL POINT SYSTEM 16.425 16.425 GROUP 3 500-3010 AIR COM.oRF.SSOR 14.46 14.46 560-0080 CHAIN TYPE DITCHER (DITCH WITCH3 14 .46 14.46 590-3110 CUNCRETE SAW 14 .46 14.46 580-3260 OIL-GREASER 14.46 14.46 580-0250 OILER 14.46 14.46 5bO-0290 PUMP 14.46 14.46 580-D370 WELDINo MACHINE 14.46 14.46 CITY OF PENTON (W-773 G W-7741 JNION AVE NE (NE 17 ST - NE 25TH STi GRANT AVE SO (7TH AVE - 9TH AVE SO) S. 7TH ST. IRENTON AVE - GRANT AVE S01 PAGE 5 -4WY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES OCTJBER 049 1984 O::UPATION: SURVEYORS LOCATION: CLALLAMv GRAYS HARBOR, ISLAND. JEFFERSON# KING, KITSAP# LEWIS, MASON# PACIFIC • PIERCE# SKAGIT• SNOHOMISH, THJRSTON AND WHATCOM :OUNTIES. FRINGE BENEFITS TOTAL HOURLY BENEFIT - PARTY CHIEF 1.53 S/HR. STATE TOTAL HOURLY BENEFIT - INSTRUMENT 1.00 S/HR. STATE PERSON TOTA- H3URLY BENEFIT - CHAIN PERSON . 70 $/HR. STATE WAGE RATES OCCUD%TIJN OCCUPATION STATE FEDERAL C77E DESCRIPTION RATE RATE 720-3310 CHAIN PERSON 8.25 -- 720-0340 INSTRUMENT PERSON (JUNIOR ENGINEER) 11 .00 -- 720-0070 PARTY CHIEF (ASSISTANT ENGINEER) 11. 50 -- : 1TY OF RENTON IW-773 G W-774) JNION AVE NE (NF 17 ST - NE 25TH ST) ;RANT AVE SO (7TH AVE - 9TH AVE SO) S . 7TH ST, IRENTON AVE - GRANT AVE SOI PAGE 12 iWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES OCTOBER 04. 1984 O'.:JPATION: TEAMSTERS LOCATION: CLALLAM. GRAYS HARBOR* ISLAND, JEFFERSOV, KING. KITSAP • KITTITAS. LEWIS. MASON. PACIFIC (NORTH OF THE WAHK1AKUM COUNTY NORTHERN 83UNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) • PIERCE. SKAGIT, SNOHOMISH. THURSTON, WHATCOM, YAKIMA AND THOSE PARTS OF THE °ULLOWING COUNTIES LTING WEST OF THE 12OTH MERIDIAN: CHELAN AND DOUGLAS COUNTIES . FRINGE BENEFITS HEALTH AND WELFIR ' 1. 89 S/HR. STATE PENSION 1. 75 S/HR . STATE TOTAL HOURLY BENEFITS 3.64 S/HR. FEDERAL TrAIVING FUND . 00 FEDERAL WASE I:ATES OC�.UPATION OCCUPATION STATE FEDERAL CUOE DESCkIPTION RATE RATE GP oUP 1 ` 730-0690 LEVERIAAN AND LOADERS AT BUNKERS AND 17.06 17.06 BATCH PLANTS 730-1010 PICK-UP TRUCK 17 .06 17.06 730-1233 SWAMPER 17.06 17.06 730-1810 WAREH-IJSEMAN AND CHECKERS 17.06 17. 06 ;ROUP 7 730-1300 TEAm DRIVER 17. 11 17.11 ;.ROUP 3 730-0113 BULL LIFTS. OR SIMILAR EQUIPMENT USED IN 17 .16 17.16 LOADING OR UNLOADING TRUCKS, TRANS°ORTING MATERIALS ON JOB SITES :WAREHOUSING 730-3140 8JS OR EMOLOYEEHAUL 17.16 1T.16 CITY OF RENTON (W-773 L W-7741 UNION AVE NE ( NE 1T ST - NE 25TH ST ) GRANT AVE SO ( 7TH AVE - 9TH AVE SO) S. 7TH ST. IRENTON AVE - GRANT AVE SJ) PAGE 13 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES OCTOBER 04, 1984 OCCUPATION: TEAMSTERS LOCATION : CLALLAM, GRAYS HARBOR , ISLAND. JEFFERSON, KING. KITSAP. KITTITAS. _ EWIS. MASON, PACIFIC (NORTH OF THE WAHKIAKUM COUNTY NORTHERN BOUNDARY FXTENDED DUE WEST TO THE PACIFIC OCEAN), PIERCE. SKAGIT. SNOHOMISH, THURS70N, WHATCOM, YAKIMA AND THOSE PARTS OF THE F3LLOWING COUNTIES LYING WEST OF THE 120TH MERID14h: CHELAN AND DOUGLAS COUNTIES . WAGE RATS OCCUPATION OCCUPATION STATE FEDERAL CO)E DESCRIPTION RATE RATE GkOUP 3 730-)?30 DUMPSTERS , AND SIMILAR. EQUIPMENT: TOUR%D- 17. 16 17. 16 ROCKERS , TOURNOWAGON, TOURNOTRAILER, CAT OW SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY eAGON , EJCLID, T%O AND FOJR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADEO EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JJRISD1CiI0N:DJ4P TRUCKS• SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS Ok COMBINATIONS THEREOF :UP TO AND INCLUDING 5 YARDS 730-3460 FLAHERTY SPREADER 17.16 17.16 730-3490 FLATBED TRUCK, SINGLE REAR AXLE 17. 16 17.16 730-0610 FUEL TRUCK, GREASE TRUCK, GREASER, BATTERY 17 . 16 17.16 SERVICE MAN AND/OR TIRE SERVICE MAN 730-1100 SCISSUkS TRUCK 17. 16 17. 1b 730-1350 TRACTOR. SMALL RUBBER-TIRED (WHEN USED WITHIN 17.16 17. 16 TEAMSTER JURISDICTION) 731-1750 VACUUM TRUCK IT. 16 1T. L6 730-2033 WATER, WA30N ANU TANK TRUCK: UP TO 1633 17 .16 17.16 GALLONS 730-2200 WINCH TRUCK: SINGLE REAR AXLE 17. 16 17. 16 730-222J WRECKER. TOW TRUCK AND SIMILAR EQUIPMENT 17. 16 17.16 GROUP 4 730-3500 FLATBED TRUCK. DUAL REAR AXLE 17.27 17.27 GROUP 5 730-7080 pUGGYMJBILE AND SIMILAR 17.33 17. 33 :ITV OF RENTON IW-773 C W-7741 JNIUN AVE NE (NE 17 ST - NE 25TH ST) ;RANT AVE SO (7TH AVE - 9TH AVE S01 S. 7TH ST. ( RENTON AVE - GRANT AVE SO) PAGE 14 HWY-R32320-A PREVAILING MINIMUM HOURLY WA;E RATES OCTOBER 04, 1994 O::UDATION: TEAMSTERS LOCATIOV : :LALLAM, GRAYS HARBOR, ISLAND, JEFF_RSON, K1P�„ KITSAP, KITTITAS, LEWIS, MASON, PACIFIC (NORTH OF THE WAH( IAKUM COUNTY NORTHERN 30UNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , PIERCE, SKAGIT. iNOHOMISH. THURSTON, WHATCOM, YAKIMA AND THOSE PARTS OF THE FOLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND DOUGLAS COUN . .ES. f WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL C33E DESCRIPTION RATE RATE 'ROUP 5 730-0670 HYSTER OPERATORS (HAULING BULK LOOSE 17.33 17.33 AGGREGATES) 730-1190 STRADDLE CARRIER (ROSS , hYSTER AND SIMILAR) 17. 33 17.33 730-2010 WATER 6A50N ANJ TANK TRUCK: 1633 GALLONS 17.33 17.33 TO 3003 GALLONS 'ROUP 6 730-1500 TRANSIT-MIX, 0 TO AND INCLUDIN; 4.5 YDS. 17.37 17.37 SROUP 7 730-0210 DU4PSTERS, AND SIMILAR EQUIPMENT :TDURNO- 17.38 17.38 ROCKERS, TUURNJWAGON, TOURNOTRAILER, CAT DW SERIES. TERRA COBRA, LETLURNEAJ, WESTINGHOJSE ATHEY WAGON, EUCLID, TWO AND FJUR-WHEELED POWER. TRACTOR WTH TRAILER AND SIMILAR, TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFOR4ING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS , SIDE, END AND BOTTOM DJMP , INCLUDING SEMI-TRUCKS AND TRAINS OR COMEINATIONS THEREOF :OVER 5 YARDS TO AND INCL. 12 YARDS 730-3413 EXPLOSIVE TRUCK (FIELD MIX ) AND SIMILAR 17.38 17. 38 EQUIPMENT 730-3710 LUWBEJ AND hEAVY DUTY TRAILER: UNDER 50 17.38 17.38 TONS GROSS 730- ,910 OIL DISTRIBUTOR DRIVER ( ROAD) 17.38 17.38 730-1140 SLURRY TRUCK DRIVER 17. 38 17.38 730-1160 SND-GC. AND SIMILAR EQUIPMENT 17.38 17.38 730-2210 WINCH TRUCK: DUAL REAR AXLE 17.38 17.33 CITY OF RENTON 1W-773 C W-7741 JNION AVE NE INE 17 ST - NE. 25TH ST) GRANT AVE SO 17TH AVE - 9TH AVE SO? S. TTH ST. (RENTON AVE - GRANT AVE S3 ) PAGE 15 HAY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES OCTOBER 049 1984 OCCUPATION: TEAMSTERS LD:4TION : :LALLAMP GRAYS HARBOR . ISLAND, JEFFERSON# KING. KITSAP, KITTITAS. LEWIS, MASON, PACIFIC (NORTH OF THE WAHKIAKUM COUNTY NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN), PIERCE. SKAGIT. SNOHOMISH, THURSTON, WHATCOM, YAKIMA AND THOSE PARTS OF THE FOLLOAIN6 COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND )OUGLAS COUNTIES. J WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CD)` DESCRIPTION RATE RATE GROJ? B 73D-0220 DUMPSTERS , AND SIMILAR EOUIPMENT:TOJRNO- 17.44 17.44 ROCKERS, TOURNOWAGON. TOURNOTRAILER, CAT OW SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID, TWO AND FDJR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- L(,ADEU EJUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISOICTION:DJMP TRULKS, SLUE, ENO AND BOTTOM DJMP♦ INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOr :GVFR 12 YARDS TO AND INCL . 16 YARDS GROJP 9 730-3100 BULK CEMENT TANKER 17.49 17.49 730-0230 DUMPSTERS, AND SIMILAR EOUIPMENT :TOURNO- 17.49 17.49 ROCKERS, TOUR104AGON, TOURNOTRAILER, CAT OW SERIES, TERRA COBRA, LETCJRNEAJ, W�STINGH7JSE ATHFY WAGON, EUCLID- TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BCTTOM OJNP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF:DVER 16 YARDS TO AND IN:L . 20 YARDS 730-2015 WATER WAGON AND TANK TRUCK: OVER 3000 GALLONS 17.49 17.49 GROUP 10 CITY OF RENT')N (W-773 G W-7741 JNION AVE NE ( NE 17 ST - NE 25TH STI GRANT AVE SO (7TH AVE - 97H AVE S) ) S. 7TH ST. ( RENTON AVE - GRANT AVE SO) PAGE 16 HWY—R32320—AA PREVAILING MINIMUM HOURLY WAGE RATES OCTOBER 04, 1984 X CUPATION: TEAMSTERS LOCATION : :LALLAM. GRAYS HARBORj ISLAND, JEFFEkSON, KING. KITSAP, KITT:TAS, LEWIS, MASON. PACIFIC (NORTH OF THE WAH( IAKUM COUNTY NORTHERN 30UNDAkY EXTENDED DUE WEST TO THE PACIFIC OCEANI. PIERCE. SKAGIT, iNOHOMISH, THURSTON. WHATCUM, YAKIMA AND THOSE PARTS OF THE FOLLCWING COUNTIES LYING WEST OF THE 123TH MERIDIAN: CHELAN AND )OUGLAS COUNTIES. WAGE RATFS OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE GROUP 10 730—D120 BULL LIFTS* OR SIMILARY EQUIPMENT USED IN 17.51 17.51. LOADINS OR UNLOADING TRUCKS* TRANSPORTING MATt�: nl; ON JOB SITES: OTHER THAN WAREHOUSING 'ROUP 11 730-1510 TRANSIT-41X USED EXCLUSIVELY IN HFAVY 17.54 17.54 CONSTk. :OVER 4.5 YDS. TC AND INCL. 6 YOS. GROUP 12 T30-3010 A—FRAME OR HYDRALIFT TRUCKS OR SIMILAR 17.64 17.64 EQUIPMENT WHEN A—FRAME OF HYDkALIFT OR SIMILAk EQUIPMENT 1S IN USE !!OUP 13 730-0240 OU4PSTERS* AND SIMILAR EQUIPMFNT :TOURNO— 17.66 17.66 RCCKERS, TOURNOWAGON, TOURNOTkAILER , CAT DW SERIES, TERRA COBRA, LETOJRNEAJ, WESTINGHOUSE ATHEY WAGON , EUCLID, TWC AND FOUR—WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP— LOADEJ °QUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISOICTION:DUMP TRUCKS , SIDE, END AND BOTTOM DUMP, INCLUDING SEMI—TRUCK, AND TRAINS Ck COMBINATIONS THEREOF :UVER 20 YARDS TO AND INCL. 30 YARDS 730-0720 LOWOED AND HEAVY DUTY TRAILER: OVEk 50 TONS 17.66 1T.66 GROSS TO ANr INCLUDING 100 TONS GROSS CITY OF RENTON IW-773 E W-7741 JNION AVF NE 1NE 17 ST - NE 25TH ST) GRANT AVE SO 17TH AVE - 9TH AVE SO ) S. 7TH ST. IRENTON AVE — GRANT AVE S01 PAGE 17 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES OCTOBER 04, 1D84 OCCUPATION: TEAMSTERS LO:ATION: LEWIS, MASON,GRAYS PACIFHARBOR , (NORTHISLAND, OFJTHEE A TAS. WAHKIAKUM COUNTY BOUNDARY EXTENDED DUE WEST TC THE PACIFIC OCEAN)* PIERCE, SKAGIT. SNOHOMISH, THURSTON, WHATCOM, YAKIMA AND THOSE PARTS OF THE 'v FOLLCAING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND 30U,iLAS COUNTIES. WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CO)E DESCRIPTION RATE RATE GROJP 14 730-1520 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 17.70 17.70 CONSTR. :OVER 6 YDS. TO AND INCL. 8 YDS. GROUP 15 730-3250 DUMPSTERS, AND SIMILAR EOUIPMENT:T0jRNO- 17.82 17.82 ROCKERS. TOURNOWAGON, TOURNOTRAILER , CAT DW SERIES , TERRA COBRA, LETOURNEA'J, WESTINGHO'JSE ATHEY WAGON , EUCLID, Two AND FOUR-WIgEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EJUIPMENT TRANSPORTING MATERIAL AND PERFUR%ING WORK IN TEAMSTER JURISDICTICN:DUMP TRUCKS, SLUE, END AND BOTTOM DUMP, INCLUDING SEMI-TRU_KS AND TRAINS CR COMBINATIONS THEREOF :OVER 30 YDS. TO AND INCL. 40 YDS. 730-3730 LOWSED AND HEAVY DUTY TRAILER: 7VER 100 17. 82 17. 82 TONS GkOSS GROUP 16 730-1530 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 17.86 17. 86 CONSTR. :CVER 8 YDS. TO AND INCL. 10 YDS . ' ITV OF RENTON ( W-773 t W-7741 JNICN AVE NE (NE 17 ST - NE 25TH ST ) GRANT AVE SC 17TH AVE - 9TH AVE SO) S . 7TH ST. (RENTON AVE - GRANT AVE SO) PAGE 1P IWY—R3232O—AA PREVAILING MINIMUM HOURLY MACE RATES UCTUBER 04, 1984 DCCJPATION: TEAMSTERS LOCATION: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP , KITTITAS, LEWIS, MASON, PACIFIC (NORTH OF THE WAHKIAKUM COUNTY 40RTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , PIERCE, SKAGIT, SNOHCMISH, THURSTON, WHATCLM, YAKIMA AND THOSE PARTS OF THE tOLLOI.ING COUNTIES LYING WEST OF THE 12OTH MERIDIAN: CHELAN AND JOUGLAS COUNTIES . 'eAGE RATES OCCUPATION OCCUPATION STATE FEDERAL COl)E DESCRIPTION RATE RATE GROUP 17 730-3260 D'JMPSTERS, AND SIMILAR EOUIPM;NT:TOURNO— 17.98 17.99 ROCKEPS , TOURNOWAGON, TOURNOTkA1LER, CAT OW SERIES, TERRA COBRA, LETCURNEAJ, WESTINGHUJSE ATHFY WAGON, EUCLID, TWO AND FJJR—«HEELED POWER TRACTOR WTH TRAILER AND SIMILAR TJP— LOADEJ EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DU4P TRUCKS, SIDE , END AND BOTTOM DJ4P, INCLUDING SEMI—TRUCKS AND TRAINS OR CLMRINATIONS THEREJF :OVER 40 YARDS TO AND INN.; . 55 YARDS GROUP 18 730-1540 TRANSIT—MIX USED EXCLUSIVELY IN HEAVY 18.03 18.03 CONSTK. :OVER 10 YDS . TO AND INCL . 12 YDS. GROUP 19 730-1550 f °ANSIT—MIX USED EXCLUSIVELY IN lEAVY 18. 19 18.19 CUNSTR. :OVER 12 YDS. TO AND INCL. 16 YDS. GROUP 20 730-1560 TRANSIT—MIX USED EXCLUSIVELY IN HEAVY 18.35 17.70 CONST... :OVER 16 YDS. TO AND INCL. 20 YDS. GROUP 21 730-1570 TRANStT—MIX USED EXCLUSIVELY IN HEAVY 18. 51 18.51 CJNSTR. :OVER 20 YDS. CITY OF RENTON (W-773 C W-774) UNION AVE NE (NE 17 ST — NE 25TH ST ) GRANT AVE SO I7TH AVE. — 9TH AVE SO) S. 7TH ST. (RENTON AVE — GRANT AVE SO ) PAGE 19 HWY-232320-AA PREVAILING MINIMUM HOURLY i,AGE RATES OCTOBER 049 L984 OCCJPATION: TEAMSTERS LOCATION: CLALLAM. GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, _EWiS, MASJN, PACIFIC (NORTH OF THE WAHKIAKUM COUNTY NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN). PIERCE. SKAGIT. SNOHOMISH, THURSTON, WHATCOM, YAKIMA AND THOSE PARTS OF THE FOLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND 13OUGLAS COUNTIES . WAGE RATES OCCUPATInN OCCUPATION STATE FEDERAL CO)E DESCRIPTION RATE RATE GROUP 22 730-3400 FSCORT DRIVER 17.06 12. 00 730-1020 PILCT CAR 17.06 12.03 GROUP 23 730-3810 MECHANIC HELPER 16. 91 -- STOUP 24 730-38JO MECHANIC 17. 50 -- OTHER 730-9735 STATE : FOR OCCUPATION 730-0260 IN GROUP 17 A)D 15 S/HR . FOR EACH 10 YARD INCREMENT OVER - 55 YARDS 73J-9736 STATE : OVERTIME-ALL WORK PERFORMED IN EXCESS OF 8 WJURS PER DAY OR 40 HOURS PFR WEEK, MON- DAY THROUGH FRIDAY, AND ALL WORK PERFORMED ON SATURJAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE REGULAR RATE OF PAY.ALL WORK PER- FORME) ON SUNDAYS AND HOLIDAYS SHALL BF PAID AT DOJ3LE THE REGULAR RATE OF PAY. CITY OF RENTON (W-773 6 W-774) JNION AVE NE ( NE 17 ST - NE 25TH ST ) GRANT AVE SO 17TH AVE - 9TH AVE SO) S. 7TH ST. (RENTON AVE - GRANT AVE SOI PAGE 20 SPECIAL PROVISIONS CITY OF RENTON APWA STANDARD SPECIFICATIONS THE STANDARD SPECIFICATIONS FOR MUNICIPAL PUBLIC WORKS CONSTRUCTION PREPARED BY THE WASHINGTON STATE CHAPTER OF THE AMERICAN PUBLIC WORKS ASSOCIATION, 1981 EDITION, SHALL BE 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 MENDED OR SUPERSEDED BY THE SPECIAL AND TECHNICAL PROVISIONS HEREIN. A COPY OF THESE STANDARDS SPECIFICATIONS IS ON FILE IN THE OFFICE OF THE PUBLIC WORKS DIRECTOR, MUNICIPAL BUILDING, RENTON, WASHINGTON 98055, WHERE THEY MAY BE EXAMINED AND CONSULTED BY 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 RENTON, OR HIS DULY AUTHORIZED REPRESENTATIVE. NOTE: THE SPECIAL AND TECHNICAL PROVISIONS HEREINAFTER 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 ANC SHALL NOT AFFECT THE INTERPRETATION OF THE CONTRACT DOCUMENTS. SPECIAL AND TECHNICAL PROVISIONS STRUCTURE THE SPECIFICATIONS NOTED HEREIN ARE IN ADDITION TO, OR IN LIEU OF, DIVISION I, 11, 111 AND IV OF THE STANDARD SPECIFICATIONS. WHERE SECTIONS ARE MARKED "REPLACEMENT SECTION" OR "PARTIAL REPLACEMENT SECTION," THE SPECIFICATIONS HEREIN ARE TO REPLACE, OR PARTIALLY REPLACE, THE STANDARD SPECIFICATIONS NOTED. WHERE SECTIONS ARE MARKED, "ADDITIONAL SECTION," THE SPECIFICATIONS HEREIN ARE TO BE AN ADDITION TG THE STANDARD SPECIFICATIONS NOTED, WHERE SECTIONS ARE MARRED "SUPPLEMENTAL SECTION," THE SPECIFICATIONS HEREIN ARE TO BE A SUPPLEMENT TO THE STANDARD SPECIFICATIONS. Revised 3/84 SPECIAL PROVISIONS INDEX SECTION PAGE SECTION 1 SP 1 SPECIAL PROVISIONS SP I STANDARD SPECIFICATIONS SP 1 ACT OF GOD SP 2 SHOP DRAWINGS SP 2 OR EQUAL SP 2 APPROVAL SP 2 SECTION 2 SP 2 PUBLIC OPENINGS OF BIDS SP 2 SECTION 3 SP 2 CONSIDERATION OF BIDS SP 2 SECTION 4 SP 2 PROCEDURE AND PROTEST BY THE CONTRACTOR SP 2 USE OF MATERIALS FOUND ON THE PROJECT SP 3 WASTE SITES SP 5 HOURS OF WORK SP 4 CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS SP 4 SECTION 5 SP 4 SUBMITTALS SP 4 CONSTRUCTION STAKING SP 5 FINAL ACCEPTANCE SP 6 METHOD OF SERVICE OF NOTICE SP 6 ERRORS AND OMISSIONS SP 6 SECTION 7 SP b SANITATION SP 6 LOAD LIMITS SP 6 EMPLOYMENT OF STATE RESIDENTS SP 7 WAGES SP 7 SUBCONTRACTING SP 9 RECORDS AND REPORTS SP 9 CONTRACTOR'S RFSPONSIBILITY FOR WORK SP 10 RESPONSIBILITY FOR DAMAGE SP 11 PROTECTION AND RESTORATION OF PROPERTY SP 11 RESTORATION OF STRUCTURES AND SURFACES SP 11 UTILITIES AND SIMILAR FACILITIES SP 13 Revised 3/84 PUBLIC LIABILITY AND PROPERTY DAMAGE SP 13 GENERAL SAFETY REQUIREMENTS SP 13 FLAGMEN, BARRICADES, AND SIGNS SP 14 DUST CONTROL SP 15 RIGHTS OF WAY SP 15 EMPLOYMENT OPENINGS SP 15 SECTION B SP 15 PROGRESS SCHEDULE SP 15 PRE-CONSTRUCTION CONFERENCE SP 16 NOTICE TO PROCEED SP 16 TIME OF COMPLETION SP 16 LIQUIDATED DAMAGES SP 17 OVERTIME WORK BY OWNER EMPLOYEES SP 17 CONTRACTOR'S PLANT AND EQUIPMENT SP 17 ATTENTION TO WORK SP 18 SECTION 9 SP 18 MEASUREMENT OF QUANTITIES SP 18 SCOPE OF PAYMENT SP 19 OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS SP 19 Revised 3/84 SECTION 1 1-1.39A SPECIAL PROVISIONS (ADDITIONAL SECTION) ALL PROVISIONS OF THE APWA STANDARD SPECIFICATIONS RELATING TO AND PROVIDING FOR THE METHOD OF MEASUREMENT AND PAYMENT FOR WORK PERFORMED ARE DELETED AND VOID. THE MEASUREMENT AND PAYMENT SECTION SET FORTH IN THESE DOCUMENTS SHALL BE THE BASIS FOR PAYMENT OF ALL WORK PERFORMED UNDER THIS CONTRACT. 1-1.39B STANDARD SPECIFICATIONS _ (ADDITIONAL SECTION) OTHER CERTAIN REFERENCED STANDARDS, AS USED IN THIS SPECIFICATION, ARE FROM THE LATEST EDITIONS OF: AWWA AMERICAN WATERWORKS ASSOCIATION ANSI AMERICAN NATIONAL STANDARDS ASA AMERICAN STANDARDS ASSOCIATIONI ASTM AMERICAN SOCIETY FOR TESTING AND MATERIALS 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 DRAWINGS (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 MANUFACTURER AND SUBMITTED FOR 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. SP 1 Revised 3/84 Em 1-1.53 APPROVAL (REPLACEMENT SECTION) THE TERM "APPROVAL" OR "APPROVED" SHALL MEAN APPROVAL 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 RENTON, WASHINGTON, BY FILING WITH THE CITY CLERK, MUNICIPAL BUILDING, RENTON, WASHINGTON, AS PER CALL FOR BIDS AND WILL BE OPENED AND PUBLICLY READ ALOUD. SECTION 3 3-1.01 CONSIDERATION OF 8I05 (ADDITIONAL SECTION) AWARDING OF CONTRACT WILL BE BASED ON TOTAL SIIM OF ALL SCHEDULES OF PRICES. NO PARTIAL BIDS WILL ti ACCEPTED. SECTION 4 4 1.05 PROCEDURE AND PROTEST BY THE CONTRACTOR (REPLACEMENT SECTION) ANY QUESTIONS ARISING BETWEEN THE INSPECTOR AND THE CONTRACTOR OR 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 PORK OR MATERIALS, OR THE PART OF THE IMPROVEMENT IN WHICH THE SAME MAY 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. SP 2 Revised 3/84 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. TIPS IS OF THE ES',ENCE IN THE GIVING OF SUCH NOTICE. IN THE EVENT AN AGREEMENT CANNOT THEN BE 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 THE PARTIES, UNLESS THE AGGRIEVED PARTY, WITHIN 10 DAYS, CHALLENGES THE 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 LIMITED TO SHOWING THAT THE FINDINGS AND DECISION: 1. ARE NOT RESPONSIVE TO THE QUESTIONS SUBMITTED; 2. IS CONTRARY TO THE TERMS OF THE CONTRACT OR ANY COMPONENT THEREOF; 3. IS ARBITRARY AND/OR IS NOT BASED UPON THE APPLICABLE FACTS AND THE LP,W 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 REASONAELE 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 15 A NON-RESIDENT OF THE STATE OF WASHINGTON, HE SHALL DESIGNATE AN AGENT, UPON WHOM PROCESS MAY BE SERVED, BEFORE COMENCING WORK UNDER THIS CONTRACT. 4-1.1C USE OF MATERIALS FOUND ON THE PROJECT (REPLACEMENT SECTION) ALL SALVAGE MATERIAL AS NOTED ON THE PLANS AND TAKEN FROM ANY OF THE DISCARDED FACILITIES SHALL, AT THE ENGINEER'S DISCRETION, BE CAREFULLY SALAVAGED AND DELIVERED TO THE CITY SHOPS. ALL SALVAGED WATER MAINS, FIRE HYDRANTS, VALVES AND APPURTENANCES, CATCH BASINS, AND STORM AND SANITARY MANHOLE COVERS SHALL BE SALVAGED AND DELIVERED TO THE CITY SHOPS. COST INCURRED IN SALVAGING AND DELIVERING SUCH ITEMS SHAL' BE CONSIDERED INCIDLNTAL TO THE PROJECT AND NO COMPENSATION WILL BE k4ADE. SP 3 Revised 3/84 4-1.12 WASTE SITES (ADDITIONAL SECTIONN) ALL MATERIALS DESIGNATED BY THE ENGINEER TO BE WASTED SHALL BE HAULED, DUMPED, AND SPREAD AT THE LOCATIONS SELECTED BY THE CONTRACTOR. THE CONTRACTOR SHALL HAVE THE RESPONSIBILITY OF OBTAINING HIS OWN WASTE SITE. ALL WORK INCLUDED IN THIS SECTION SHALL BE CONSIDERED TO BE INCIDENTAL TO OTHER ITEMS OF WORK AND NO FURTHER COMPENSATION WILL BE MADE. THE ROUTE TAKEN TO THE WASTE SITE SHALL BE MAINTAINED SOLELY BY THE CONTRACTOR IN A MANNER AS DESCRIBED BELOW: 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 WORK MAY BE CHANGED AT THE DISCRETION OF THE ENGINEER WHEN IT IS iN THE INTEREST OF THE PUBLIC OR THE CONTRACTOR DUE TO REASONS OF SAFETY, HEALTH, OR WELFARE, 4-1.14 CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS THE CONTRACTOR WILL BE SUPPLIED BY THE OWNER WITH 5 SETS OF PLANS AND SPECIFICATIONS. AT LEAST ONE COMPLETE SET OF CONTRACT DOCUMENTS, INCLI'DING ONE FULL SIZE SET OF DRAWINGS, SHALL BE KEPT AT THE SITE OF CONSTRUCTION IN GOOD CONDITION AND AT ALL TIDES AVAILABLE TO THE OWNER AND THE ENGINEER. ADDITIONAL COPIES OF THE CONTRACI DOCUMENTS, IF REQUIRED, WILL BE FURNISHED BY THE OWNER AT NET C057 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 THE MATERIALS AND EQUIPMENT TO BE FURNISHED AND THE METHOD OF WORK COMPLY WITH THE PROVISIONS AND INTENT OF THE SPECIFICATIONS AND DRAWINGS. IF THE INFORMATION SHOWS ANY DEVIATION FF%" THE CONTRACT REQUIREMENTS, THE CONTRACTOR SHALL, BY A STATEMENT IN WRITING ACCOMPANYING THE INFORMATION, ADVISE THE ENGINEER OF THE DEVIATION AND STATE THE REASONS THEREFORE. SP 4 Revised 3/84 i 5-1.05 CONSTRUCTION STAKING (REPLACEMENT SECTION) THE ENGINEER SHALL HAVE THE RIGHT TO MAKE REASONABLE CHANGES IN THE GRADES AS THEY ARE SHOWN ON THE DRAWINGS. GRADES 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 EN^TNEER'S LEVEL SHALL BE USED FOR ALL LINES SET ON A GRADE OF 0.50 PERCENT OR LESS, AT LEAST THREE BATTER BOARDS SHA: '. REMAIN IN PLACE "ING 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 ESTABLISHING GRADE MAY BE USED PROVIDING: 1. REQUESTS FOR USE, EQUIPMENT, AND METHOD OF OPERATION ARE SUBMITTED FOR CITY REVIEW AND APPROVAL AT LEAST FIVE 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 EXCAVATIUJ. THE CONTRACTOR SHALL ARRANGE HIS WORK TO ALLOW A REASONABLE TIME FOR THE SETTING OF STAKES FOR THE NEXT PHASE OF HIS OPERATION TO PREVENT WORK DELAYS WHILE WAITING FOR CONSTRUCTION GUIDES. THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR DETAILED DIMENSIONS AND TRANSFERRING ELEVATIONS OR MEASUREMENTS MEASURED FROM SUCH STAKES AND MARKS. DELAYS BY REASON OF LACK OF STAKES OR A TLE REQUEST FOR SURVEY LESS THAN 3 DAYS ARE DEEMED A RISK TO THE CONTRACTOR AND ::HALL NO] 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, UNLESS A BID ITEM FOR SURVEYING I5 SPECIFICALLY LISTED IN THE SCHEDULE OF PRICES. SP 5 Revised /84 i 5-1.12 FINAL ACCEPTAW- (REPAACEMENT SECT;(!,) THE CONTRACTOR SHALL NOTIFY THE ENGINEEF. IN WRITING OF THE COMPLETION OF THE WORK WHEREUPON THE : 4GINEER 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 WORK IS ACCEPTABLE. FINAL DETERMINATION OF THE ACCEPTABILITY OF 1HE WORK SHALL. BE MADE BY THE OWNER. 5-1.15 METHOD OF SERVICE OF NOTICE (REPLACEMENT SECTION) WRITTEN NOTICE SHALL BE DEEMED TO HAVE BEEN OULY SERVED IF DELIVERED IN PERSON TO THE INDIV?DUAL, 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, DR IF SENT BY REGISTERED UNITED STATES MAIL TO THE BUSINESS ADDRESS SHOWN IN THE CONTRACT DOCUMENTS. 5-1.17 ERRORS AND OMISSIONS (REPLACEMENT SECTIONZ 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 3Y SURVEY POINTS AND INSTRUCTIONS, OR IF HE BECOMES AWARE OF ANY DISCREPANCY BETWEEN TLT CONTRACT DOCUMENTS AND THE PHYSICAL CONDITIONS OF THE LOCALITY, HE SHA: _ 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 SECTION) ALL EXPENSES INCURRED IN SL, . YING ACCESS, PARKING, AND SANITATION FACILITIES SHALL Lit CONSIDERED INCIDENTIAL TO THE PROJECT AND NO COMPENSATION SHALL BE MADE . 7-1.07 LOAD LIMITS (REPLACEMENT SECTION) �-L MOTOR VEHICLES OF THE CONTRACTOR, SUBCONTRACTORS, AND SUPPLIERS SHALL STRICTLY ADHERE TO CH. 46.44 OF THE MCTOR VEHICLE LAWS OF THE STATE OF WASHINGTON (1967 EDITION AND AMENDMENTS THEREOF) IN REGARD TO SIZE, WEIGHT, 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 LICENSFD. SP 6 Revised 3/84 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 HAUL VEHICLES USED ON THIS PROJECT, LISTING THE VEHICLE NUMBER, LICENSE NUMBER, TARE WEIGHT, AND LICENSED LOAD LIMITS. 7-1.08 EMPLOYMENT OF STATE RESIDENTS (REPLACEMENT SECTION) THE SECTION ON EMPLOYMENT OF STATE RESIDENTS IS DELETED IN ITS ENTIRETY. 7-1.09 WAGES (REPLACEMENT SECTION) THIS CONTRACT IS SUBJECT TO CHAPIER 39.12 ROW, AND AMENDMENTS AND ADDITIONS THERETO RELATING TO MINIMUM *ZES. ON FEDERAL AID PROJECTS, FEDERAL WAGE LAWS AND REGULATIONS ARE ALSO APPLICABLE. HOURLY MINIMUM RATES OF WAGES AND FRINGE BENEFITS ARE SHOWN IN THE CONTRACT . WHEN FEDERAL WAGE RATES AND FRINGE BENEFITS ARE LISTED, THEY ARE IN ACCORDANCE WITH THE UNITED STATES DEPARTMENT OF LABOR DECISION NUMBER WA 83-5110 'HE CONTRACTOR, ANY SUBCONTRACTOR, OR OTHER PERSON DOING THE ..JRK OR ANY PART ur IT zjAALL NOT PAY ANY WORKMEN, LABORERS, OR MECHANICS LESS THAN THE REQUIRED HOURLY MINIMUM RATES OF WAGES SHOWN IN THE CONTRACT. RAGES IN EXCESS OF SUCH HOURLY RATES MAY BE PAID. IN ADDITION TO THE WAGE RATE DESIGNATED, THE E"F'LOYEER SHALL CONTRIBUTE FOR EACH COMPENSABLE HOUR THE FRINGE BENEFITS LISTED. IT IS SPECIFICALLY UNDERSTOOD AND AGREED THAI THE WAGE RATEL AND FRINGE BENEFITS FOR THIS CONTRACT ARE SUBJECT TO CHANGES, THAT THE BIDDER ACCEPTS FULL RESPONSIBILITY AND ASSUMES THE RISK OF ANY INCREASED LABOR CO" BY REASON OF PAYING HIGHF' RATES THAN THOSE SHOWN IN THE CONTRACT. THE CITY DOES NOT WARRANT OR REPRESENT THAT LABOR CAN BE PROCURED FOR THE MINIMUM RATES SET FORTH OR AS CHANGED. IT 15 THE CONTRACTOR'S RESPONSIBILITY TO ASCERTAIN THE WAGES ABOVE SUCH MINIMUM AS HE WILL HAVE TO PAY. THE CONTRACTOR SHALL POST, IN A LOCATION ACCEPTABLE TO THE CITY AND INDUSTRIES, A COPY OF THE APPROVED "STATEMENT OF INTENT TO PAY PREVAILING WAGE," A COPY OF THE PREVAILING WAGE RATES FOR THE PROJECT UPON WHICH THE CONTRACTOR HAS INDICATED THE APPROXIMATE NUMBER OF WORKERS IN EACH CLASSIFICATION; AND THE ADDRESS AND TELEPHONE NUMBER OF THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES WHERE A COMPLAINT OR INQUIRY CONCERNING PREVAILING WAGES MAY BE MADE. ON PROJECTS GOVERNED BY WAGE RATES DETERMINED BY THE STATE OF 'NASHInrTON �FPARTMENT OF LABOR AND INDUSTRIES AND BY THE U.S. SECRETARY OF LABOF IF THERE IS A DIFFERENCE BETWEEN THE TWO Ir. THE PREVAILING RATE OF WAGE FOR A `'IMILAR CLASSIFICATION OF LABOR, THE CONI�ICTOR SHALL PAY NOT LESS THAN THE WAGE WHICH IS THE HIGHER OF THE TWO. •' SP 7 Revised 3/84 .i IF THE CONTRACTOR MAKES USE OF APPRENTICES ON PROJECTS QnVERNED BY WAGE RATES DETERMINED BY THE STATE DEPARTMENT OF LABOR AND INDUSTRIES, HE SHALL PRESENT TO THE ENGINEER WRITTEN EVIDENCE OF REGISTRATION OF SUCH EMPLOYEES IN A PROGRAM APPr .VED BY THE STATE APPRENTICESHIP COUNCIL AND THE PERIOD OF PROGRESSION rOR EACH SUCH APPRENTICE EMPLOYEE. IF THE CONTRACTOR MAVFS USE OF APPRENTICES ON PROJECTS GOVERNED BY WAGE RATES DETERMINED BY THE : .5. SECRETARY OF LABOR, HE SHALL HWSENT TO THE ENGINEER WRITTEN EVIDENCE OF REGISTRATION OF SUCH EMPLOYEES IN A PROGRAM OF A STATE APPRENTICESHIP AND TRAINING AGENCY APPROVED AND RECOGNIZED BY THE U.S. BUREAU OF APPRENTICESHIP AND TRAINING. IN THE ABSENCE OF SUCH A STATE AGENCY, THE CONTRACTOR SHALL SUBMIT EVIDENCE OF APPROVAL AND REGISTRATION BY THE U.S. BUREAU OF APPRENTICESHIP AND TRAI" VG. THE CONTRACTOR SHALL SUBMIT TO THE ENGINEER WRITTEN EVIDENCE OF THE ESTABLISHED APPRENTI--E JOURNEYMAN RATIOS AND WAGE RATES IN THE PROJECT AREA, WHICH WILL BE THE BASIS FOR ESTABLISHING SUCH RATIOS AND RATES FOR THE PROJECT UNDER TH: APPLICABLE CONTRACT PROVISIONS. IF ANY DISPUTE ARISES AS TO WHAT ARE THE PREVAILING RATES OF WAGES FOR WORK OF A SIMILAR NATURE TO THAT CONTEMPLATED UNDER THE CONTRACT AND SUCH DISPUTE CANNOT BE ADJUSTED BY THE PARTIES OF INTEREST, INCLUDING LABOR AND MANAGEMENT REPRESENTATIVES, THE MATTER SHALL BE REFEZREO TO THE. DIRECTOR OF THE DEPARTMENT OF LABOR AND INDUSTRIES OF THE STATE OF WASHINGTON (OR TO THE UNITED STATES SECRETARY OF LABOR WHEN PREVAILING WAGES ESTABLISHED BY THAI OFFICE ARE INVOLVED), AND HIS DECISION THEREIN SHALL BE FINAL, CONCLUSIVE AND BINDING ON ALL PARTIES INVOLVED IN THE DISPUTE, IF THE CONTRACTOR MAKES USE OF A LABOR CLASSIFICATION NOT LISTED IN THE SPECIAL PROVISIONS, THE CONTRACTOR SHALL REQUEST THE DETERMINATION OF THE APPROPRIATE WAGE PATE FOR THE CLASSIFICATION AND FOR THE AREA IN WHICH WORK IS PERFORMED, FROM THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT CF LABOR AND INDUSTRRES. ON FEDERAL-AID PROJECTS THE CONTRACTOR AND EACH SUBCONTRACTOR SHALL FURNISH WEEKLY PAYROLL STATEMENTS TO THE ENGINEER IF WEEKLY STATEMENTS ARE NOT UTILIZED THE CONTRACTOR SHALL FURNISH A CERTIFICATION, PRIOR TO EACH PROGRESS ESTIMATE PAYMENT, CONFIRMING TH4T PREVAILING WAGE RATES HAVE BEEN PAID. IF THE CONTRACTOR UTILIZES THE OCCUPATION CODE WHEN SUBMITTING PAYROLLS AND WAGE AFFIDAVITS, AND MORE THAN ONE JURISDICTIONAL AREA IS INVOLVED IN THE PROJECT, THE JURISDICTIONAL AREA INVOLVED SHALL BE SHOWN IMMEDIATELY FOLLOWING THE OCCUPATION CODE. NUMBER, I.E. : 10-0010 YAK.E. THE CONTRACTOR'S RECORDS PERTAINING TO WAGES PAID AND PAYROLLS SHALL BE OPEN TO INSPECTION OR AliDIT BY REPRESENTATIVES OF THE CITY DURING THE LIFE OF THE CONTRACT AND FOR H PERIOD OF NOT LESS THAN THREE (3) YEARS AFTER THE DATE OF ACCEPTANCE THEREOF, AND THE CONTRACTOR SHALL RETAIN SUCH RECORDS FOR THAT PERIOD. WHERE SUCH RECORDS PERTAINING TO WAGES PAID AND PAYROLLS FOR THE CONTRACT ARE MAINTAINED BY SUBCONTRACTORS OR AGENTS OF THE CONTRACTOR, THE CONTRACTOR EXPRESSLY GUARANTEES THAT THE RECORDS OF SUCH SUBCONTRACTORS OR AGENTS SHALL BE OPEN 7.1 T' ••-CTION AND AUDIT BY REPRESENTATIVES OF THE CITY ON THE SAME TERMS AND COND:" AS THE RECORDS OF THE ' 'JNTRACTOR. IF AN AUDIT IS TO BE COMMENCED MORE SIXTY (60) DAYS AFTER THE ACCEPTANCE DATE OF THE CONTRACT, THE CONTRACTOR LILL BE GIVEN A REASONABLE NOTICE OF THE TIME WHEN SUCH AUDIT IS TO BEGIN. SP 8 Revised 3/84 BEFORE PAYMENT IS MADE BY THE CITY OF ANY SUMS DUE UNDER THIS CONTRACT, THE CITY MUST RECEIVE FROM THE CONTRACTOR AND EACH SUBCONTRACTOR A COPY OF "STATEMENT OF INTENT TO PAY PREVAILING WAGES" (FORM L 6 I NUMBER 700-29 WASHINGTON STATE DEPARTMENT OF LABOR AND INDUSTRIES). UPON COMPLETION OF THIS CONTRACT, THE CITY MUST RECEIVE FROM THE CONTRACTO/ AND EACH SUBCONTRACTOR A COPY OF "AFFIDAVIT OF WAGES PAID" (FORM L 6 I NUMBEI 700-7 STATE DEPARTMENT OF LABOR AND INDUSTRIES) CERTIFYING THAT ALL PREVAILING WAGE REQUIREMENTS HAVE BEEN SATISFIED. IN ADDITION, THE CITY MUST RECEIVE FROM THE PRIME CONTRACTOR A COPY OF "RELEASE FOR THE PROTECTION OF PROPERTY OWNERS AND GENERAL CONTRACTOR" (FORM L 6 I NUMBER 206083 THE STATE DEPARTMENT OF LABOR AND INDUSTRIES). THESE AFFIDAVITS WILL BE REQUIRED BEFORE ANY FUNDS RETAINED, ACCORDING TO THE PROVISIONS OF RCW 60.28.010 ARE RELEASED TO THE CONTRACTOR. FORMS MAY BE OBTAINED FROM THE DEFARTMENT OF LABOR AND INDUSTRIES. A FEE JF $12.00 PER EACH "STATEMENT OF INTENT TO PAY PREVAILING WAGES" AND "AFFIDAVIT OF WAGES__ PAID" IS REQUIRED TO ACCOMPANY EACH FORM SUBMITTFD TO THE DEPARTMENT OF LABOR AND INDUSTRIES. THE CONTRACTOR IS RESPONSIBLE FOR PAYMENT OF THESE FLiS AND SHALL MAKE All APPLTCATIONS DIRECTLY TO THE DEPARTMENT OF LABOR Aral INDUSTRIES. THESE FEES SHAD '_INCIDENTAL TO ALL THE BID ITENS OF THIS CONTRACT. IN ADDITION, THE PRIME CONTRACTOR SHALL SUBMIT TO THE WASHINGTON STATE DEPARTMENT OF LABOR AND INDUSTRIES A "REQUEST FOR RELEASE" FORM PROVIDED BY THE DEPARTMENT OF LABOR AND INDUSTRIES. THESE AFFIDAVITS WILL BE REQUIRED BEFORE ANY FUNDS RETAINED ACCORDING TO THE PROVISION OF RCW 60.28.01O ARE RELEASED TO THE CONTRACTOR. 7-1.11I SUBCONTRACTING (ADDITIONAL SECTION) BEFORE PAYMENT OF THE FINAL ESTIMATE, THE CONTRACTOR SHALL SUBMIT AFFIDAVIT OF AMOUNTS PAID TO MINORITY BUSINESS ENTERPRISE ANC. "uMEN BUSINESS ENTERPRISE PARTICIPANTS ON THE FORM PROVIDED BY THE CITY, TIFYING THE AMOUNT PAID 70 MINORITY BUSINESS ENTERPRISE AND/OR WOMEN BUSINESS ENTERPRISE PARTICIPANTS. 7-1.11J RECORDS AND REPORTS (REPLACEMENT SECTION) THE CONTRACTOR WILL BE REQUIRED TO COMPLETE AND SUBMIT THE FOLLOVIING DOCUMENTS BEFORE PROGRESS AND/OR FINAL PAYMENTS TO THE CONTRACTOR WILL BE APPROVED BY THE PUBLIC WORKS DIREC70R: 1. EACH MONTH - DEPARTMENT OF LABOR STANDARD FORM 257 2. EACH JULY - STATE HIGHWAY FORM PR-1391 THE OWNER WILL FURNISH THESE FORMS TO THE PRIME CONTRACTOR DURING THE PRECONSTRUCTION MEETING. SP 9 Revised 3/84 AN EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE SMALL BE EXECUTED BY THE BIDDER r,'TH 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, k5SOCIATION, CO-PARTNERSHIP, OR CORPORATION HAS PARTICIPATED IN ANY PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND IF 50, WHETHER OR NOT HE HAS SUBMITTED ALL REPORTS DUE UNDER APPLICABLE FILING REQUIREMENTS. FAILURE ON THE PART OF THE BIDDER TO FURNISH THE REQUIRED CERTIFICATE WILL BE DUE CAUSE FOR REJECTION OF THE BID. IF A CONTRACTOR TO WHOM AN AWARD IS ABOUT Tn BE MADE, EXCEPT FOR LACK OF AN EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE, REFUSES 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 PROP05AL GUARANTEE, IN FORM OF BOND, CHECK, OR CASH WHICH ACCOMPANIED THE BID, WILL BE FORFEITED iJ THE CITY. WHENEVER A CONTRACTOR REQUESTS PERMISSION 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 WITH 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 ENGINEER ASSIGNED TO THIS PRO3EC7, . 7-1.13 CONTRACTOR'S RESPONSIBILITY FOR WORK (REPLACEMENT SECTION? THE WORK SHALL BE UNDER THE CONTRACTOR'S RESPONSIBLE CARE AND CHARGE. THE CONTRACTOR SHALL BEAR ALL LOSS AND DAAAGE WHATSOEVER AND FROM WHATSOEVER CLAUSE, EXCEPT THAT CAUSED SOLELY BY THE 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 MAKE GOOD AN ' SUCH LOSS OR DAMAGE, AND IN THE EVENT OF THE CONTRACTOR REFUSING DR 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 EXPENSE OF SO DOING SHALL BE CHARGED TO THE CONTRACTOR. THE CONTRAk `R ALONE SHALL AT ALL TIMES BE RESPONSIBLE FOR THE SAFETY OF HIS AND HIS SUBCONTRACTOR'S EMPLOYEES, AND FOR HIS AND HIS SUBCONTRACTOR'S PLANT AND EQUIPMENT AND THE METHOD OF 7RUSECUTING THE WORK. DURING UNFAVORABLE WEATHER AND OTHER CONDITIONS, THE CONTRACTOR SHALL PURSUE ONLY SUCH PORTIONS OF THE WORK AS SHALL NOT BE DAMAGED THEREBY. SP 10 Revised 3/84 NO PORTION OF THE WORK WHOSE SATISFPCTORY 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 HUD WITHIN THE PROJECT LIMITS AND ON ANY STREET WHICH IS UTILIZED BY HIS EQUIPMENT FOR THE DURATION OF THE PROJECT . THE CONTRACTOR SHALL 3E PREPARED TO USE WATERING TRUCKS, POWER SWEEPERS, AND OTHER PIECES OF EQUIPMENT AS DEEMED NECESSARY BY THE ENGINEER, TO AVOID CREATING A NUISANCE. DUST AND 14UD CONTROL SHALL BE CONSIDERED AS INCIDENTAL TO THE PROJECT, AND NO COMPENSATION WILL BE MAC FOR THIS SECTION. COMPLAINTS OF 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 CORRECTION OF COMPLAINT ITEMS WILL BE CALLED FOR SHOULD REPETITIVE 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 TAE PROJECT . THE CONTRACTOR SHALL LIMIT HIS OPERATION TO THE AREAS OBTAINED AND SHALL NOT TRESPASS ON PRIVAT- PROPERTY. THE OWNER MAY PROVIDE CERTAIN LANDS, AS INDICATED IN CONNECTION WITH THE WORK UNDER THE CONTRACT TOGETHER WITH THE RI& OF ACCESS TO SUCH LANDS. THE CONTRACTOR SHALL NOT UNREASONABLY ENCUMBER ;HE PREMISES WITH HIS EQUIPMENT OR MATERIALS. THE CONTRACTOR SHALL PROVIDE, WITH NO LIABILITY TO TwF OWNER, ANY ADDITIONAL LAND AND ACCESS THERETO NOT SHOWN OR DESCRIBED THAT MAY BE REQUIREC FOR TEMPORARY CONSTRUCTION FACILITIES OR STORAGE OF MATERIALS. HE SHALL CONSTRUCT ALL ACCESS ROADS, DETOUR RUAUS, 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. RESTORATION OF STRUCTURES AND SURFACES A. GENERAL. ALL CONSTRUCTI(" WORK UNDER THIS CONTRACT ON EASEMENTS, RIGHT-OF-WAY, OVER PRIVATE PRO TY 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 ' EAST 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 OPEN FOR MORE THAN 48 HOURS. FP 11 Reo 'sed 3/84 v 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 EXISTING STRUCTURES WHICH M1Y 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 CONSTRULiION 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 REPLANTED IN THEIR ORIGINAL POSITIONS WITHIN 48 HOURS. ALL SHRUBBERY OR TREES DESTROYED OR DAMAGED, SHALL BE REPLACED BY THE CONTRACTOR WITH MATERIAL OF EQUAL QUALITY AT NO ADDITIONAL COST 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 BACKFILLEO. THE LAWN AREA SHALL BE CLEANED BY SWEEPING OR OTHER ►'FANS, OF ALL EARTH AND DEBRIS. THE CONTRACTOR SHALL USE RUBBER WHEEL EQUIPMENT SIMILAR TO THE SMALL TRACTOR-TYPE BACKHOES USED BY SIDE SEWER CONTRACTORS FOR ALL WORK, INCLUDING EXCAVATION AND BACKFILL, ON EASEMENTS OR RIGHTS-OF-WAY WHICH HAVE LAWN AREAS. ALL FENCES, MARKERS, MAIL BOXES, OR OTHER TEMPORARY OBSTACLES SHALL BE REMOVED BY THE CONTRACTOR AND IMMEDIATELY REPLACED AFTER TRENCH IS BACKFILLED 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 OR FRANCHESE 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/OP OTHER CONSTRUCTION ACTIVITY UNDEi' TH15 CONTRACT SHALL BE RESTORED TO ITS ORIGINAL CONDITION DR BETTER. THE ORIGINAL CONDITION SHALL BE ESTABLISHED BY PHOTOGRAPHS TAKEN AND/OR INSPcCTION MADE PRIOR TO CONSTRUCTION. .ALL SUCH WORK SHALL BE DONE TO THE SATISFACTION C" THE PROPERTY OWNLRS AND THE OWNER AT THE EXPENSE OF THE CONTRACTOR. 0. 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 HAVE LABOR OR MATERIAL IMMEDIATELY AVAILABLE TO MAKE NECESSARY REPAIRS, THE CONTRACTOR SHALL SO INFORM THE OWNER. THE OWNER WILL MAKE THE NECESSARY REPAIRS AND THE COST OF SUCH REPAIRS SHALL BE PAID BY THE CONTRACTOR. SP 12 Revised 3/84 7-1.17 UTILITIES AND SIMILAR F4CILITIE5 (ADDITIONAL SECTION)) LOCATION AND DIMENSIONS SHOWN ON IHE PLANS FOR -XISTING UNDERGROUND FACILITIES ARE IN ACCORDANC" WITH THE BEST AVAILABLE INFORMATION WITHOUT UNCOVERING AND MEASURING. THE IWNER DOES NOT GUARANTEE THE SIZE 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, STURM DRAINAGE, SANITARY SEWERS, STREET LIGHTS, AND TRAFFIC CONTROL UNDERGROUNC UTILITIES ARE NOT A PART OF THE "ONE CALL" SYSTEM AND MUST BE CONTACTED SEPARATELY AS PRESENTED IN THE TECHNICAL SPECIFICATIONS. IF, IN THC PROSECUTION OF THE WORK, IT BECOMES NECESSARY TO INTERRUPT EXISTING SURFACE DRAINAGE, SEWERS, UNDERDRAINS, CONDUIT, UTILITIES, SIMILAR UNDERGROUND STRUCTURE , OR PARTS THEREOF, THE CONTRACTOR SHALL BE RESPONSIBLE FOR, AND SHALL TAKE ALL NECESSARY PRECAUTIONS TO PROTECT AND PROVIDE TEMPORARY SERVICES FOR SAME. THE CONTRACTOR SHALL, AT HIS OWN EXPENSE, REPAIR ALL DAMAGE TO SUCH FACILITIES OR STRUCTURES DUE TO THIS CONSTRUCTION OPERATION TO THE SATISFACTION OF THE CITY; EXCEPT POR CITY OWNED FACILITIES WHICH WILL BE REPAIRED BY THE UTILITY DEPARTMENT AT CONTRACTOR'S EXPENSE, OR BY THE CONTRACTOR AS DIRECTED BY THE CITY. 7-1.18 PUBLIC LIABILITY AND PROPERTY DAMAGE (REPLACEMENT SECTION) THE MINIMUM PO..ICY LIMITS OF SUCH INSURANCE SHALL BE AS FOLLOWS: THE AM;UNT OF COVERAGE SHALL BE NOT LESS THAN A SINGLE LIMIT OF $500,000 FOR BODILY INJURY INCLUDING DEATH AND PROPERTY DAMAGE PER OCCURENCE. IN ADDITION, AN UMBRELLA INSURANCE COVERAGE OF NOT LESS THAN $5,000,000 SHALL BE PROVIDED, WITH THE OWNER AND ENGINEER IHE NAMED INSURE- 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 DAY PRIOR TO CONSTRUCTION IN FRONT OF EACH PROPERTY. SP 13 Revised 3/B4 r 7-1.23C FLAGMEN. BARRE!;AOES. AND SIGNS (REPLACEMENT SECTION) FLAGMEN, BARRICADES, SIGNS AND TRAFFIC CONTROL FURNISHED OR f'P.f)VIDED SHALL CONFORM TO THE STANDARDS ESTABLISHED IN THE LATEST ADOPTED EDITION OF THE "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES," PUBLISHED BY THE U.S. DEPARTMENT OF TRANSPORTATION. COPIES MAY BE PURCKASED FROM THE SUPERINTENDENT OF DOCUMENTS, U.S. GC'IERM1ENT PRINTING OFFICE, WASHINGTON D.C. 20402. SHE CONTRACTOR SHALL IMPLEMENT THE TRAFFIC CONTROL PLAN(S) APPEARING IN THE CONTRACT PLANS, AS APPLICABLE. IF THE CONTRACTOR'S PLAN OF OPERATIONS I5 IN CONFLICT WITH THE CONTRACT TRAFFIC CONTROL PLAN, HE NAY PROPOSE MODIFICATION OF THE TRAFFIC CONTROL PLAN BV SHOWING THE NECESSARY CONSTRUCTION SIGNS AND BARRICADES REQUIRED FOR THE PROJECT, AND SUBMIT IT TO THE ENGINEER FOR APPROVAL AT LEAST TEN DAYS IN ADVANCE OF THE 'IME THE SIGNS AND BARRICADES WILL BE REQUIRED. THE STRIPING OF NO PASSING ZONES THAT ARE TO BE OBLITERATED IN EXCESS OF 150 FEET BY PAVING OPERATIONS SHALL BE REPLACED BY "DO NOT PASS" AND "PASS WITH CARE" SIGNS. THE SIGNS SHALL BE LOCATED NOT LESS THAN 2 FEET OUTSIDE THE USABLE SHOULDER NOR LESS THAN 7 FEET ABOVE THE EDGE OF PAVEMENT. UNLESS OTHERWISE SPECIFIED IN THE SPECIAL PROVISIONS, THE CONTRACTOR SHALL PROVIDE POSTS AND BE MAINTAINED BY THE CONTRACTOR UNTIL CONSTRUCTION OPERATIONS ARE COMPLETE. WHEN THE PROJECT INCLUDES STRIPING BY THE CONTRACTOR, THE SIGNS AND POSTS SHALL BE REMOVED BY HIM WHEN THE NO PASSING ZONES ARE RE-ESTABLISHED BY STRIPING. THE SIGNS SHALL BE RETURNED TO THE CITY AND THE POSTS WILL BECOME THE PROPERTY OF THE CONTRACTOR FOR HIS DISPOSAL. WHEN THE CONTRACTOR IS NOT RESPONSIBLE FOR THE STRIPING, THE POSTS AND SIGNS WILL BECOME THE PROPERTY OF THE CITY AND WILL BE REMOVED BY CITY FORCES WHEN THE NO PASSING ZONES ARE RE ESTABLISHED BY STRIPING. THE CONT.ACTOR SHALL, AT HIS OWN EXPENSE PROVIDE ALL SIGNS, BARRICADES, GUARDS, ''AGMEN, AND EQUIPMENT , CONSTRUCTION WARNINGS, AND NIGHT LIGHTS IN ORDER 'ROTECT THE PUBLIC AT ALL TIMES FROM INJURY AS A RESULT OF HIS OPERATILi.j. IF THE CONTRACTOR SHOULD FAIL TO MAINTAIN SUFFICIENT LIGHTS AND BARRICADES, IN THE OPINION OF THE ENGINEER, THE CITY SHALL HAVE 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 SALVAGES ANO DELIVERED TO THE CITY YARD. TRAFFIC MOVEMENT SHALL BE HEREIN DEFINED AS APPLYING TO BOTH VEHICULAR AND ! PEDESTRIAN TRAFFIC. DURING ALL PHASES OF CONSTRUCTION, TRAFFIC MO`ErENT SHALL BE MAINTAINED AS NEAR AS POSSIBLE. REASONABLE ACCESS SHALL BE "�TNTAINED AT ALL TIMES TO ADJACENT PROPERTIES OUTSIDE OF THE RIGHT-OF-WAY L' ALL ROADS WILL BE OPEN TO TRAFFIC DURING PEAK TRAFFIC PERIODS, 6:30 fO P M. AND 3:30 TO 5:00 P.M. SP 14 Revised 3/64 NO WORK SHALL BE DONE ON OR ADJACENT THE ROADWAY UNTIL ALL NECESSARY SIGNS AND TRAFFIC CONTROL DEVISES ARE IN PLACE. THE COST OF FURNISHING AND PLACING ALL CONSTRUCTION AND IDENTIFICATION SIGNS SHALL BE INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL BE MADE. 7-1.23E DUST CONTROL (ADDITILNAL SECTION) THE CONTRACTOR SHALL PROVIDE A MINIMUM 1,500 GALLON CAPACITY WATER TRUCK WITH A PRESSURE SPRAT SYSTEM DESIGNED FOR STREET CLEANING. THE STREETS SHALL BE CLEANED OF DUST AND DEBRIS AT THE END OF EACH WORKING DAY. IN ADDITION, THE CONTRACTOR SHALL PROVIDE SPRIPXLING, AS NECESSARY, TO ALLEVIATE DUST NUISANCE OR AS DIRF' :ED BY THE CITY. 7-1.24 RIGHTS OF WAY (ADDITIONAL SECTION) THE CITY SHALL OBTAIN ALL EASEMENTS AND ACCESS PERMISSION NECESSARY TO THE CONSTRUCTION OF ALL IMPROVEMENTS LOCATED ON PRIVATE PROPERTY AND PAY ALL COSTS OF THE SAME. COPIES OF ALL EASEMENTS AND ACCESS PERMISSION WILL BE PROVIDED TO THE CONTRACTOR. THE CONTRACTOR SHALL PERFORM ALL WORK ON PRIVATE PROPERTY IN STRICT COMPLIANCE WITH THE TERMS AND CONDITIONS OF THE EASEMENTS AND RIGHT-OF-ACCESS DOCUMENTS. 7-1.28 EMPLOYMENT OPENINGS (REPLACEMENT SECTION) ENTIRE SECTION OF STANDARD SPECIFICATIONS ON EMPLOYMENT OPENINGS IS DELETED. SECTION 8 8-1.03 PROGRESS SCHEDULE (REPLACEMENT SECTION) .MMEDIATELY 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 .iCHEDl1LES WILL BE USED ONLY FOR DETERMINING THE BASIS OF PARTIAL PAYMENTS AND 'iLL NOT BE CONSIDERED AS FIXING A BASIS FOP. ADDITIONS TO OR DEDUCTIONS FROM C:NTRACi. Sp 15 Revised 3/84 SHOULD IT BECOME EVIDENT AT ANY TIDE DURING ujNSTRUCTION THAT OPERATIONS WILL OR MAY FALL BEHIND THE SCHEDULE OF THIS FIRST PROGRAM, THE CONTR:._TnR SHALL, UPON REQUEST, PROMPTLY SUBMIT REVISED SCHEDULES IN THE SAME FORM AS SPb Lr1ED HEREIN, SETTING OUT OPERATIONS, METHODS, 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 SWILL, 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 I5 MADE AND UNTIL AN APPROVED MODIFIED SCHEDULE HAS BEEN PROVIDED BY THE CONTRACTOR. MAY BE WITHHELD. EXECUTION OF THE WORK ACCORDING TO THE ACCEPTED SCHEDULE OF CONSTRUCTION OR APPROVED MODIFICATIONS THEREOF, IS HEREBY MADE AN ABLIGATIPN OF THE CONTRACT. PRE-CONSTRUCTION CONFERENCE (ADDITIONAL SECTIONZ PRIOR TO THE START OF CONSTRUCTION, THE CONTRACTOR, ENGINEER, ALL SUBCONTRACTOR, UTILITY DEPARTMENT, TELEFMONE 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. T4F TIME, PLACE, AND DATE TO BE ESTABLISHED AT THE PRE-CONSTRUCTION CONFERENCE. 8-1.04 NOTICE TO PROCEED AND PROSECUTION OF WORK (ADDITIONAL SECTION) THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON AT LEAST 48 HOURS PRIOR TO COMMENCING WORK. THE SAME NOTIFICATIONS SH!'_L BE PROVIDED TO THE POLICE AND FIRE AUTHORITIES AND THE SCHOOL DISTRICT WHEN WORKING WITHIN A ROADWAY RIGHT-OF-NAY. THE CONTFACTOR SHALL ALSO NOTIFY PROPERTY OWNERS ADJACENT TO THE CONSTRUCTION AREA, INDICATING THE DURATION AND PROPOSED TIME OF ACCESS CLOSURE TO THEIR PROPERTY. 8-1.05 TIME OF COMPLETION (ADDI !jA..L SECTION) THE CONTRACTOR IS EXPECTED TO DILIGENTLY PROSECUTE ThE WORK TO COMPLETION IN ALL PARTS AND REQUIREMENTS. THE PROJECT SHALL BE CUMPLETED WITHIN THE TIME NOTED IN THE CALL FOR BIDS. SP 16 Revised 3/84 PROVIDED, HOWEVER, THA- THE CITY COUNCIL SHALL HAVE THE RIGHT UPON REQUEST OF THE PUBLIC WORKS DEPARTMENT, CITY OF RENTON, WASHINGTON, TO EXTEND THE TIME OF COMPLETION OF SAID WORK. NO EXTENSION SHALL BE VALID UNLESS THE SAME BE IN WRITING AND ACCOMPANIED BY THE WRITTEN CDNSENT TO SUCH EXTENSION BY THE SURETY ON THE BOND OF THE CONTRACTOR. TIME LOST IN REPLACING IMPROPER WORK OR MATERIAL SHALL NOT FURNISH ANY GROUNDS TO THE CONTRACTOR FOR CLAIMING AN EXTENSION OF TIME FOR THE COMPLETION OF THE WORK, AND SHALT. NOT RELEASE THE CONTRACTOR FROM DAMAGES OR LIABILITIES FOR FAILURE 10 COM['LEoE THE WORK WITHIN THE TIME REQUIRED. RECOGNIZED HOLIDAYS SHALL BE AS FOLLOWS: NEW YEAR'S DAY, LINCOLN'S BIRTHDAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, JULY 4, LABOR DAY, VETERANS DAY, THANKSGIVING AND THE DAY FOLLOWING, AND CHRISTMAS EVE AND CHRISTMAS DAY. THE DAY K FORE CHRISTMAS SHALL 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 TU RECOGNIZED HOLIDAYS IN THE STANDARD SPECIFICATIONS ARE DELETED ANJ VOID. 8-1.09 LIQUIDATED DAMAGES (ADDITIONAL SECTION) THE . IQUIDATED DAMAGES DO NOT INCLUDE, AND ARE IN ADDITION TO, DAMAGES FROM COSTS FOR INSPECTION, SUPERVISION, LEGAL EXPENSE, AND COURT COSTS INCURRED BEYOND CONTRACT COMPLETION DATE. THE COST JF ADDITIONAL INSPECTION AND SUPERVISION SHAD_ BE AN AMOUNT EQUAL TO ACTUAL SR -ARY COST PLUS 100 PERCENT F^R OVERHEAD. 8-1.11 OVER' .jY DW&R IPLOYEES (REPLACEMENT SECTION) WHEN THE CONIK PERFORMS C( STRUCTION WORK OVER THE ACCEPTED 8 HOURS PER DAY OR 40 HOURS PER WEEK OR Cii ANY CITY HOLIDAY, AND THE `ORK 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 SHAL_ NOTIFY THE CONTRACTOR OF INTENT AND SAID COSTS WILL BE DEDUCTED FROM MONIES DUE THE CONTRACTOR ON EACH MONTHLY ESTIMATE. 8-1.12 CONTRACTOR'S PLANT AND EQUIPMENT (REPLACEMENT SECTION) THE CONTRACTOR ALONE SHALL AT ALL TIMES BE RESPONSIBLE FOR THE ADEQUACY, EFFICIENCY, AND SUFFICIENCY OF HIS AND HIS SUBCONTRACTOR'S PLANT AND EQUIF'M-.NT. THE OWNER SHALL HAVE THE RIGHT TO MAKE USE OF THE CONTRACTOR'S PLANT AND EQUIPMENT IN THE PERFORMANCE OF ANY 4ORK ON THE SITE OF THE WORK. SP 17 Revised 3/84 W 774 Grant Ave South 5 THE USE OF SUCH PLANT AND EQUIPMENT SHALL BE CONSIDERED AS EXTRA WORK AND PAID FOR ACCORDINGLY. NEITHER 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 THL OWNER. THE CONTRACTOR SHALL LMPLOY SUCH MEASURES AS ADDITIONAL FENCING, BARRICADES, AND WATCHMAN SERVICE, AS HE DEEMS NECESSARY FOR THE PUBLIC SAFETY AND FOR THE PROTECTION 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 ENO THAT IT SHALL BE PROSECURED FAITHFULLY, AND WHEN HE IS NOT PERLONALLY PRESENT ON THE WORK, HE SHALL AT ALL REASONABLE TIMES TO REPRESENTED BY A COMPETENT SUPERINTENDENT WHO SHALL HAVE FULL AUTHORITY TO EXECUTE THE SAME, AND TO SUPPLY MATERIALS, TOOLS, AND LABOR WITHOUY 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. $Er,TION 9 9-1.01 MEASUREMENT OF NIANTITIES (ADDITIONAL SECTION) ALL DELIVERY TICKETS THAT ARE REQUIRED FOR THE PJRPOSE OF CALCULATING QUANTIIIES 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 INSP,CTOR'S INITIALS. SCALE CERTIFICATION SHALL BE SUBMITTED AS EARLY IN THE PROJECT AS POSSIBLE. EACH WEIGHT STATION SHALL MAINTAIN A RECORD OF THE TRUCK NUMBER, TIME, O.°TE, AND WEIGHT OF ALL TRUCKS PROVIDING MATERIAL TO THE PROJECT . THE WEIGHT LIST SHALL BE MAINTAINED IN DUPLICA'.E 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. SP 18 Revised 3/84 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 P'WARD OF THE CONTRACT. 9-1.03 SCOPE OF PAYMENT (ADDITIONAL SECTION) ALL COSTS AND EXPENSES FOR ITEMS OF WORK, EQUIPMENT, OR MATERIALS, INCLUD1Nr INSTALLATIONS, NOT IDENTIFIED AS BID ITEMS IN THESE SPECIFICATIONS SHALL BE INCIDENTAL TO THE PROJECT. NO SEPARATE PAYMENT OF ANY KIND WILL BE MADE FOR THESE INCIDENTAL ITEMS. 9_-I.M OWNER'S RIGHT TO WITMHOLD CERTAIN gIgUNTS (ADDITIONAL SECTION) PARTIAL PAYMENTS C ' ESTIMATES MAY BE WITHHELD UNTIL A WORK PROGRESS SCHEDULE, AS DESCRIBED IN SECTION 8, HAS BEEN RECFIVED 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. SP 19 Revised 3/84 �"�i4``"� - — -�+.cahuvaws.a:e•�i�+:lfy'.Ysier - .iidau.ldecy�r•. _ _ c�� TECHNICtL PROVISIONS INDEX SECTION: SECTION 5 CONTROL OF WORK 1 .05 CONSTRUCTION STAKING SECTION 12 CLEARING AND GRUBBING 12.3 CLEARING AND GRUBBING 12.3.02 CONSTRUCTION DETAILS 12.3.03 MEASUREMENT AND PAYMENT SECTION 23 CRUSHED, SURFACING, BALLASTING, AND STOCKPILING 23. 1 DESCRIPTION 23.2.02 BALLAST 23.3.04 DEPTH OF LAYERS 23.3 . 15 WATER 23.5 MEASUREMENT AND PAYMENT SECTION 43 CEMENT CONCRETE COMBINED SIDEWALK , CURB AND GUTTER 43. 1 . 1 RESTORATION OF CEMENT CONCRETE COMBINED SIDEWALK , CURB AND GUTTER 43.5 MEASUREMENT AND PAYMENT SECTION 52 REMOVAL OF EXISTING STREET IMPROVEMENTS 52.2.01 GENERAL 52.2.03 REMOVAL OF ASPHALT CONCRETE PAVEMENT 52.3 PAYMENT SECTION 54 PAVEMENT PATCHING 54. 1 DESCRIPTION 34.3 .01 GENERAL 54 .3.03 RIGID TYPE PAVEMENTS RES 'RFACED WITH ASPHALT CONCRETE 54.3.04 ASPHALT CONCRETE STREETS ON GRANULAR BASE 54.3 .06 INCIDENTAL. WORK 54.4 MEASUREMENT AND PAYMENT SECTION 56 LAWN REMOVAL AND REPLACEMENT 56. 1 .02 SOD REMOVAL AND REPLACEMENT 56 .5 PAYMENT 56.6 LANDSCAPE REPLACEMENT 56.6.02 MEASUREMENT AND PAYMENT SECTION 72 PIPE AND FITTINGS FOR WATER MAINS 72. 1 DESCRIPTION 72.3.01 PIPE 72.3.0IA DUCTILE IRON PIPE 72.3.02 FITTINGS 72.3.02A DUCTILE IRON PIPE SECTION 73 TRENCH , EXCAVATION, FOUNDATION, BEDDING, AND BACKFILL FOR WATER MAINS 73.2.04 BANK RUN GRAVEL FOR TRENCH BACKFILL 73 .3 EXCAVATION 73.3.01 GENERAL 73.3.06 EXISTING UTILITIES 73 .3.07 TRENCH EXCAVATION 73 .3.07A ROCK EXCAVATION 73.3.09 REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIALS 73 .3. 10 BEDDING THE PIPE 73.310A RIGID PIPE 73 .3. I1 BACKFILLING TRENCHES 73 .3. 12 COMPACTION 73.4 MEASUREMENT 73.4.03 BANK RUN GRAVEL FOR TRENCH BACKFIL' 73.5 PAYMENT 73.5 .04 BANK RUN GRAVEL FOR TRENCH BACKFILL 73.5.06 CRUSHED ROCK FOR TRENCH BACKFILL SECTION 74 PIPE INSTAL,ATION FOR WATER MAINS 74 . 1 .01 ALIGNMENT 74 •:-' CONSTRUCTION 74. 2.02 HANDLING OF PIPE 74.?.09 CON,gECTIONS 74.2 .09A TO EXISTING MAINS 74.1. 11 HYDROSTATIC PRESSURE TEST 4 LEAKAGE TEST 74.2. 12 DISINFECTION OF WATER MAINS 74.2. 12E REQUIREMENT OF CHLORINE 74 .2. 12P DECHLORINATION 74 .2. 13 CONCRETE BLOCKING 74.4 PAYMENT 74.4 .02 PAYMENT - BLOW OFF ASSEMBLY 74.5 PIPE JOINT BONDING 74. 5.01 SCOPE 74.5.02 BONDED PIPE JOINT 74.5.03 BONDED PIPE COATINGS 74.5.04 SERVICE INSULATORS 74.5.05 INSULATED PIPE JOINT 74 .5 .06 PAYMENT 74.6 CATHODIC PROTECTION TEST 74 .6.01 SCOPE 74.6.02 GENERAL 74.6 .03 LOCATION SECTION: 74 CONT. 74.6.04 MIRE 74.6.05 MIRE TERMINATIONS 74.6.06 FLUSH TEST STATIONS 74.6.07 ZINC REFERENCE ELECTRODES 74.6.08 PAYMENT SECTION 75 VALVES FOR WATER MAINS 75.2.03 GATE VALVES 75 .2.06 VALVE BOXES 74.3 INSTALLATION OF VALVES 75.4 PAYMENT SECTION 77 FIRE HYDRANTS 77 .2 MATERIALS 77 .2.01 MATERIAL FOR HYDRANTS 77.2.02 END CONNECTIONS 77 .02.06 SIDEWALK FLANGE CONSTRUCTION 77 .3 CONSTRUCTION DETAILS 77 .3 .01 SETTING HYDRANTS 77 .3.U2 HYDRANT CONNECTIONS 77 .5 PAYMENT SECTION 78 SERVICE CONNECTIONS 78. 1 GENERAL 78.3 CONSTRUCTION S�GTION 5 CONTROL OF WORK 1 .05 CONSTRUCTION STAKING (REPLACEMENT SECTION) THE CONTRACTOR SHALL BE RESPONSIBLE FOR SECURING THE SERVICES OF A PROFESSIONAL LAND SURVEYOR WHO SHALL PROVIDE ALL SURVEY STAKING IN CONJUNCTION WITH THE PROJECT . THIS STAKING SHALL CONSIST OF , BUT NOT BE LIMITED TO: ROADWAY CFNTERLINE , WATERMAIN SYSTEM, PLUS ALL OTHER STAKING NEEDED TO CONSTRUCT THE IMPROVEMENTS . THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR THE ACCURACY OF THE STAKING ANT? REPLACEMENT OR RESIAKING, IF NEEDED . THE CITY WILL PROVIDE THE CONTRACTOR WITH HORIZONTAL AND VERTICAL CONTROL NEEDED TO PERFORM THE CONSTRUCTION STAKING. THE SURVEYOR WILL ALSO BE REQUIRED TO PROVIDE A COPY OF HIS NOTES WHICH REFLECT AS - CONSTRUCTED INFORMATION ON VALVES, FITTINGS AND ALL CHANGES IN LINE OR GRADE. THE LUMP SUM UNIT PRICE FOR CONSTRUCTION STAKING WILL BE FULL COMPENSATION FOR ALL SURVEYING NEEDED TO CONSTRUCT THE IMPROVEMENTS TO THE LINE AND GRADE PER THE APPROVED PLANS . PARTIAL PAYMENTS FOR THIS ITEM WILL BE MADE IN CONNECTION WITH THE MONTHLY PAY ESTIMATES BASED UPON WORK COMI ,ETED AS DETERMINED B1 THE ENGINEER. SECTION 12 CLEARING AND GPIBBIN 12.3 CLEARING AND GRUBBING 12.3.02 CONSTRUCTION DETAILS (ADDITIONAL SECTION) CLEARING AND GRUBBING OF THE ACCESS AREAS AND THE WORK SITE SHALL BE ACCOMPLISHED IN ADVANCE OF EXCAVATION AND MOVE IN WITH EQUIPMENT AND MATERIALS . THE CONTRACTOR SHALL REMOVE ALL DEBRIS AND DISPOSE OF IT AT A SITE WHICH MEETS STATE AND COUNTY STANDARDS . NO ON-SITE BURNING WILL BE PERMITTED . THE CONTRACTOR SHALL CLEAR AND GRUBB AREAS ONLY AS NECESSARY FOR ACCESS, EXCAVATION, AND STORAGE OF EXCAVATED MATERIAL , AND FOR STRORAGE OF EQUIPMENT AND MATERIALS REQUIRED FOR ACCOMPLISHING THE WORK . THE CONTRACTOR SHALL GRUB AS NECESSARY TO KEEP ORGANIC MATTER OUT OF THE BACKFILL MATERIALS . 12.3.03 MEASUREMENT AND PAYMENT (REPLACEMENT SECTION) THE COST OF CLEARING AND GRUBBING SHALL BE CONSIDERED INCIDENTAL TO THE CONSTRUCTION OF THE PROJECT. T ING- AND STOCKPILING 23. 1 DESCRIPTION (ADDITIONAL SECTION) EXISTING SHOULDERS AND GRAVEL SURrACES SHALL BE RESURFACED WITH CRUSHED ROCK SURFACING (5/8 INCHES MINUS) SO THAT A MINIMUM FINISHED THICKNESS OF 3-INCHES IS ON SHOULDERS . THE FINISHED SURFACE SHALL MATCH THE SLOPE, CROWN, AND GRADE OF THE EXISTING SURFACE . 23.2.02 BALLAST (REPLACEMENT SECTION) BALLASI AND MAINTENANCE ROCK WILL NOT BE REQUIRED 23.3.04 DEPTH OF LAYERS (ADDITIONAL SECTION) ALL CRUSHED ROCK MAY BE SPREAD IN ONE LAYER AND SHALL BE ADEQUATELY BLADED AND MIXED TO OBTAIN EVEN DISTRIBUTION OF THE ROCK . ALTERNATE BLADING AND ROLLING SHALL CONTINUE UNTIL THE REQUIRED FINISHED SURFACE AND DENSITY IS OBTAINED. 23.3. 15 WATER (PARTIAL REPLACEMENT SECTION) WATER SHALL BE ADDED DURING THE ROLLING OPERATI , AS NECESSARY , TO OBTAIN NECESSARY COMPACTION REQUIREMENTS. 23.5 PAYMENT (REPLACEMENT SECTION) FURNISHING AND INSTALLING CRUSHED ROCK SURFACING (5/8 INCH MINUS) SHALL BE MEASURED AND PAID FOR AT THE APPLICABLE CONTRACT PRICE, PER TON, PAYMENT OF WHICH SHALL CONSTITUTE FULL COMPENSATION FOR FURNISHING AND INSTALLING CRUSHED ROCK ON SHOULDERS, GRAVEL DRIVEWAYS, ROADWAYS , ETC . CRUSHED ROCK IN ROADWAY RESTORATION AREAS IS INCLUDED AS PART OF SECTION 54, PAVEMENT PATCHING. SECTION 43 CEwFUT I (1N .R TE COMBINED SIDEWALK , CURB •NDGUTTER 43. 1 . 1 RESTORATION OF CEMENT CONCRETE COMBINED SIDEWALK , CURB, AND GUTTER (ADDITIONAL SECTION) 43.5 MEASUREMENT AND PAYMENT (REPLACEMENT SECTION) CONCRETE SIDEWALK, CURBS, GUTTERS AND FLATWORK SHALL BE PAID PER SQUARE YARD OF CONCRETE . PAYMENT SHALL ALSO COVER COMPLETE CJST OF RESTORATION OF AREAS AS DETAILED . SECTION 52 REMOVAL OF EXISTING STREET IMPROVEMENTS 52.2.01 GENERAL (ADDITIONAL SECTION) THE CONTRACTOR SHALL INFORM AND SATISFY I. IMSELF AS TO THE CHARACTER, QUANTITY, AND DISTRIBUTION OF ALL PAVEMENT REMOVAL . REMOVAL OF EXISTING PAVEMENT SHALL COVER ALL TYPES AND THICKNESSES OF PAVEMENT . 52.2.03 REMOVAL OF ASPHALT CONCRETE PAVEMENT (ADDITIONAL SECTION) 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. 52.; PAYMENT (REPLACEMENT SECTION) THE COST OF ALL PAVEMENT REMOVAL SHALL BE CONSIDERED INCIDENTAL TO THL CONTRACT COST . SECTION 54 PAVFM NT PATCh1NG 54. 1 DESCRIPTION (REPLACEMENT SECTION) CITY STANDARDS SHALL BE USED WHERE MODIFICATION OF THE APWA STANDARD SPECIFICATIONS ARE APPLICABLE . ROADS, STREETS, DRIVEWAYS, SHOULDERS, AND ALL OTHER SURFACED AREA , REMOVED, BROKEN , CAVED-IN, SETTLED, OR OTHERWISE DAMAGED DUE TO THE INSTALLATION OF THE IMPROVEMENTS COVERED BY THIS CONTRACT, SHALL BE REPAIRED AND RESURFACED TO MATCH THE EXISTING PAVEMENT OR LANDSCAPED AREP ; AS SET FORTH IN THESE SPECIFICATIONS . IMMEDIATELY AFTER THE TRENCH BACKFILLING AND COMPACTING HAS BEEN COMPLETED SPECIFIC AREAS ON THIS PROJECT, WHERE DIRECTED BY THE ENGINEER,SHALL BE TEMPORARILY PATCHED AND SHALL BE MAINTAINED AT ALL TIMES UNTIL FINAL PATCHING. 54.3 . ) 1 GENERAL (ADDITIONAL SECTION) ALL SHOULDER AND PAVEMENT RESTORATION WITHIN THE KING COUNTY PUBLIC RIGHT-OF-WAY SHALL BE ACCOMPLISHED IN ACCORDANCE WITH THE TRENCH REPAIR DETAILS OF THE KING COUNTY DEPARTMENT OF PUBLIC WORKS . 54.3 .03 RIGID TYPE PAVEMENT RESURFACED WITH ASPHALT CONCRETE (ADDITIONAL SECTION) THE FINISHED PATCH ON ASPHALTIC CONCRETE PAVEMENTS SHALL PROVIDE A MINIMUM THICKNESS OF 2 INCHES OF ASPHALTIC CONCRETE OVER RIGID PAVEMENT AFTER COMPACTION . THE ASPHALTIC CONCRETE SHALL BE ROLLED AND CROSSROLLED TO OBTAIN THOROUGH COMPACTION , 54.3.04 ASPHALT CONCRETE STREETS ON GRANULAR BASE (ADDITIONAL SECTION) SECTION 54 (CONT. ) ALL BITUMINOUS STREET SURFACES SHALL BE RESTORED WITH CLASS "B" ASPHALT, INCLUDING LIGHT BITUMINOUS TREATED ROADWAYS . EXISTING PAVEMENT OR PAT"HES LOCATED ALONG THE EDGE OF A ROADWAY , WHERE TWO (2) FEET OR LESS OF THE EXISTING PAVEMENT REMAINS SHALL BE REMOVED AND RESTORED FOR A MINIMUM WIDTH OF FIVE ( 5) FEET IN THE ROADWAY FROd: THE ORIGINAL EDGE OF PAVEMENT . EXISTING ASPHALTIC CONCRETE SURFACES SHALL BE PATCHED WITH ASPHALTIC CONCRETE CLASS "B" OVER 4 INCHES OF CRUSHED ROCK BASE COURSE . TEMPORARY MC C010 PRE—MIXED ASPHALTIC CONCRETE SHALL BE REQUIRED IN ALL PAVEMENT AREAS . 54.3.06 INCIDENTAL WORK (ADDITIONAL SECTION) THE FNDS 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 AREAS SHALL HAVE THE EDGES �F EXISTING PAVEMENT TRIMMED BACK TO PROVIDE CLEAN, SOLID, VERTICAL FACES FREE FROM LOOSE MATERIAL . 54 .4 MEASUREMENT AND PAYMENT (REPLACEMENT SECTION) ASPHALTIC CONCRETE SURFACE RESTORATION SHALL BE MEASURED AND PAID FOR AT THE CONTRACT PRICE , PER SQUARE YARD; PAYMENT OF WHICH SHALL CONSTITUTE FULL COMPENSATION FOR THE RESURFACING COMPLETE , INCLUDING SUBGRADE PREPARATION, PREPARATION 0P AND CONNECTION TO EXISTING PAVEMENTS, BASE COURSE , TACK COAT , FINISHING, AND ALL NECESSARY INCIDENTAL WORK . FURNISHING AND INSTALLING MC COLD MIX SHALL BE CONSIDERED INCIDENTAL TO THE CONSTRUCTION OF THE PROJECT. THE MAXIMUM PATCHING WIDTH IN TRENCH AREA WILL BE 5 FEET, EXCEPT AS REQUIRED BY CITY STANDARDS . ANY PATCHING DONE BEYOND THIS LIMIT WILL BE DONE AT THE CONTRACTORtS EXPENSE . SECTION 56 LAWN RFMAVAL AND R PLACEMENT 56. 1 .02 SOD REMOVAL AND REPLACEMENT (PARTIAL REPLACEMENT SECTION) EXISTING LAWNS SHALL BE RE-TURFED AFTER PROPER BACKFILLING AND SETTLING. THE CITY REPRESENTATIVE SHALL DETERMINE WHETHER THE SOD SHALL BE REPLACED WITH EXISTING SOD, NEW SOD, OR SEEDED . 56.5 PAYMENT (REPLACEMENT SECTION) SCD REMOVAL AND REPLACEMENT SHALL BE INCIDENTAL TO THE CONTRACT . 56.6 LANDSCAPE REPLACEMENT ( SUPPLEMENTAL SECTION) 56.6.01 EXISTING LANDSCAPING, INCLUDING FENCES, ROCKERIES PLANTIiGS , BUSHES , TREES , ETC . SHALL BE RESTORED TO ORIGINAL OR BETTEP,-THAN-ORIGINAL CONDITION. 56.6.02 MEASUREMENT AND PAYMENT (SUPPLEMENTAL SECTION) LANDSCAPE RESTORATION SHALL BE INCIDENTAL TO THE CONTRACT. SECTION 72 PIPE AND FITTINGS FOR WATER MAINS 72. 1 ALL PIPE SIZES, AS SHOWN ON 1HE DRAWINGS AND AS SPECIFIED HEREIN, ARE IN REFERENCE TO "NOMINAL" DIAMETER, UNLESS OTHERWISE INDICATED. ALL PIPE SHAI.L BE FABRICATED TO FIT THE PLAN SHOWN ON THa DRAWINGS . WHERE RELOCATION OF, OR REPLACEMENT OF , EXISTING PIPING IS NECESSARY DURING CONSTRUCTION, MATERIALS USED SHALL MATCH THE EXISTING, SUBJECT TO THE APPROVAL OF THE CITY . 72.3.01 PIPE 72.3.01A DUCTILE IRON PIPE (PARTIAL REPLACEMENT AND ADDITIONAL SECTION) 4" TO 12" PINE SHALL BE 1/ 16" CEMENT LINED. THE PIPE JOINTS SHALL CONFORM TO SPECIFICATION A21 .11-1980 (AWWA C111-80) . PIPE JOINTS SHALL BE PUSH-ON JOINT, MECHANICAL JOINT, OR AS SHOWN ON THE PLANS . ALL PIPE SHALL BE AWWA THICKNESS CLASS 52. 72.3.02 FITTINGS 72.3.02A DUCTILE IRON PIPE (ADDITIONAL SECTION) JOINTS FOR FITTINGS SHALL BE MECHANICAL JOINT AS PER ANSI SPECIFICATIONS A21 .11-1980 (AWWA C111 -80) OR FLANGED JOINT AS PER ANSI A21 . 15-1982 (AWWA C11I-80) WITH RUBBER GASKETS . FITTING JOINTS ARE SHOWN ON THE PLANS . SECTION 73 TRENCH , EXCAVATION. FOUNDATION . BFUDING A BEACKFILL FOR WATER MAINS 73.2.04 BANK RUN GRAVEL FOR TRENCH BACKFILL (ADDITIONAL SECTION) TRENCH BACKFILL FOR THE PIPE SHALL CONSIST OF CRUSHED OR NATURALLY-OCCURRING GRANULAR MATERIAL FROM SOURCES SELECTED BY THE CONTRACTOR . THE SOURCE AND QUALITY OF THE MATERIAL SHALL BE SUBJECT TO APPROVAL BY THE CITY . TRENCH BACKFILL SHALL MEET REQUIREMENTS FOR BANK RUN GRAVEL , CLASS "B" , IN ACCORDANCE WITH SECTION 26 OF THE STANDARD SPECIFICATIONS . 73.3 EXCAVATION 73.3.01 GENERAL (ADDITIONAL SECTION) THE CITY SHALL HAVE COMPLETE CONTROL OVER THE EXCAVATING, MOVING, PLACING, AND DISTRIBUTION OF ALL MATERIA!S AND SHALL DETERMINE THE SUITABILITY OF MATERIAL TO BE USED AS BACKFILL . 73 .3 .06 EXISTING UTILITIES (ADDITIONAL SECTION) THERE ARE VARIOUS PLACES SHOWN ON THE CONSTRUCTION DRAWINGS WHERE THE NEW WATER WILL CROSS OR CONNECT TO EXISTING FACILITIES . ALL ELEVATION AND LOCATION INFORMATION SHOWN IS CALCULATED 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 . 73.3.07 TRENCH EXCAVATION (ADDITIONAL SECTION) TEMPORARY DRAINS AND DRAINAGE DITCHES SHALL BE INSTALLED TO INTERCEPT OR DIRECT SURFACE WATER, WHICH MAY AFFECT THE PROMOTION OR CONDITION OF THE WORK . THE CONTRACTOR SHALL INFORM AND SATISFY HIMSELF AS TO THE CHARACTER, QUANTITY . AND DISTRIBUTION OF ALL MATERIALS TO BE EXCAVATED . 73 .3.07A ROCK EXCAVATION (ADDITIONAL SECTION) ANY SOLID ROCK EXCAVATION, EXTRA EXCAVATION, UNFORESEEN OBJECTS , OR UNSUITABLE MATERIALS ENCOUNTERED SHALL BE EXCAVATED BY THE CONTRACTOR AS DIRECTED BY THE LITY. SECTION 73 (CONT. ) 73.3.09 REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL (ADDITIONAL SECTION) ALL EXCESS OR UNSUITABLE MATERIAL SHALL BE DISPOSED OF AT A SITE APPROVED 6Y THE CITY. IN CASE UNSTABLE OR UNSUITABLE EXISTING MATERIAL IS ENCOUNTERED AT THE TRENCH BOTTOM, THE CITY MAY DIRECT THE USE OF SUITABLE FOUNDATION MATERIAL , UNSUITABLE MATERIALS SHALL BE EXCAVATED BY THE CONTRACTOR AS DIRECTED BY THE CITY TO GIVE BACKFILL FULL BEARING ON SOLID GROUND. OLD FILLS, WASTES, OR UNSUITABLE MATERIALS, INCLUDING LOGS, STUMPS, PEAT, OR MUCK, WILL BE EXCAVATED WHEN, IN JUDGEMENT OF THE CITY , THESE MATERIALS WILL IMPAIR THE STABILITY OF THE BACKFILL . WET TRENCH CONDITION WILL NOT NECESSARILY BE CONSIDERED AS AN INDICATION OF UNSTABLE CONDITIONS . FOUNDATION MATERIAL SHALL BE CLASS "A" OR "B" THE TRENCH SHALL BE DE-WATERED AND INSPECTED BY THE CITY TO DETERMINE THE SUITABILITY OF THE TRENCH MATERIAL . 73.3. 10 BEDDING THE PIPE 73.3. 10A RIGID PIPE (ADDITIONAL SECTION) THE BOTTOM OF THE TRENCH MUST BE SHAPED TO UNIFORMLY SUPPORT THE BOTTOM QUADRANT OF THE PIPE THROUGHOUT THE ENTIRE PIPE LENGTH. SELECT NATIVE MATERIA _ MAY BE USED FOR BEDDING OF DUCTILE IRON PIPE PROVIDED IT CONFORMS TO SECTION 73.2.02A . 73.3. 11 BACKFILLING TRENCHES (ADDITIONAL SECTION) TRENCH BACKFILL SHALL BE IN ACCORDANCE WITH KING COUNTY STANDhRDS . EXCAVATED MATERIALS THAT ARE FREE FROM MUD , MUCK, ORGANIC MATTER, BROKEN BITUMINOUS SURFACING, STONES LARGER THAN 6 INCHES IN DIMENSION, AND OTHER DEBRIS SHALL BE USED FOR BACKFILL EXCEPT WHERE OTHERWISE REQUIRED. SECTION 73 (CONT . ) 73.3.12 COMPACTION (ADDITIONAL SECTION' INITIAL BACKFILL SHALL BE PLACED AROUND THE PIPE IN LAYERS NOT EXCEEDING 8 INCHES IN DEPTH, AND EACH LAYER SHALL BE THOROUGHLY COMPACTED BY MECHANICAL TAMPERS TO AT LEAST 95 PERCENT OF MAXIMUM DRY DENSITY p- OPTIMUM MOISTURE CONTENT AS DETERMINED BY STANDARD PROCTOR COMPACTION TEST, ASTM D698, METHOD D . ALL WORK RELATED TO THE TESTING OF THE COMPACTION, INCLUDING PROCTOR TESTS AND COMPACTION TESTS , SHALL BE TAKEN IN THE PIPE TRENCH AREAS . THE LOCATION OF THE TESTS SHALL BE SELECTED BY THE CITY; THE FIRST COMPACTION TEST AT EACH LOCATION eHALL 2E PROVIDED BY THE CITY AT NO EXPENSE TO THE CONTRACTOR. SHOULD ONE OR MORE OF THESE TESTS FAIL TO MEET THE SPECIFICATIONS, ADDITIONAL TESTS WILL BE TAKEN AS REQUESTED BY THE CITY AT THE CONTRACTORIS EXPENSE . INPLACE DENSITY DETERMINATION SHALL BE MADE IN ACCORDANCE WITH ASTM D1556, 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 PARAGRAPH ON INITIAL BACKFILL . WHEN WORKING IN EITHER THE CITY OR COUNTY RIGHT-OF-NAY , THE APPLICABLE AGENCY 'S SPECIFICATIONS FOR COMPACTION SHALL BE FOLLOWED BY THE CONTRACTOR. 73 .4 .03 MEASUREMENT 73.403 BANK RUN GRAVEL FOR TRENCH BACKFILL (REPLACEMENT SECTION) MEASUREMENT OF "BANK RUN GRAVEL FOR TRENCH BACKFILL" SHALL BE BY THE TON , SCALE WEIGHTS . 73.5 PAYMENT 73 .5 .04 BANK RUN GRAVEL FOR TRENCH BACKFILL (REPLACEMENT SECTION) THE PRICE PER TON SHALL BE FULL COMPENSATION FOR FURNISHING AND PLACING THE MATERIAL AS OUTLINED IN SECTION 26.2 .01 OF 1HE STANDARD SPECIFICATIONS . NO SEPARATE PAYMENT OF ANY KIND WILL BE MADE FOR COMPACTING, WETTING, DRYING, WATER, PROCESSING OF MATERIALS, OR REMOVAL OF UNSUITABLE SOILS . SECTION 73 (GONT.) SHOULD THE CONTRACTOR EXCAVATE BELOW THE DESIGNATED LINES AND GRADES WITHOUT PRIOR APPROVAL, HE SHALL REPLACE SUCH EXCAVATION WITH THE NATIVE MATERIAL OR IMPORTED BACKFILL , AS DIRECTED BY THE CITY AND AT THE CONTRACTOR'S EXPENSE . IMPORTED BACKFILL SHALL BE PLACED ONLY IN THOSE PLACES DESIGNATED BY THE CITY . NO PAYMENT WILL BE MADE FOR MATERIALS REPLACED OUTSIDE OF THE VERTICAL PLANSES, 1 F00T OUTSIDE OF AND PARALLEL TO THE BARREL OF THE PIPE AND NOT THE BELL OR COLLAR. NO PAYMENT SHALL BE MADE FOR MATERIAL WHICH IS USED FOR PURPOSES OTHER THAN THOSE DESIGNATED . 73.5 .06 CRUSHED ROCK FOR TRENCH BACKFILL iSUPPLEMENTAL SECTION) SAME CONDITIONS AS 73.5 .04. SECTION 74 PIPE INSTALLATION FOR WATER MAINS 74. 1 .01 ALIGNMENT (SUPPLEMENTAL SECTION) THE LOCATION OF THE WATER MAINS, VALVES AND FITTINGS, INCLUDING MODIFICATIONS , WILL BE STAKED BY THE CITY WHEN REQUESTED BY THE CONTRACTOR. PIPES SHALL BE LAID TO SPECIFIED GRADE AND ALIGNMENT. REPLACEMENT OF STAKES LOST OR DESTROYED SHALL BE MADE AT THE CONTRACTOR 'S EXPENSE . 74 .2 CONSTRUCTION 74 .2.02 HANDLING OF PIPE (ADDITIONAL SECTION) JOINTING SHALL CONFORM TO THE MANUF, �TURERIS RECOMMENDATIONS . 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 . THE INSPECTOR WILL STOP WORK UNLESS AN APPROVED PLUG IS ON SITE AND AVAILABLE . 74.2 .09 CONNECTIONS 74 .2.09A TO EXISTING MAINS (ADDITIONAL SECTION) CONNECTIONS TO EXISTING PIPING AND TIE-INS ARE INDICATED ON THE DRAWINGS . THE CONTRACTOR MUST VERIFY ALL EXISTING PIPING, DIMENSIONS, AND ELEVATIONS TO ASSURE PROPER FIT . THE CONTRACTOR SHALL PROVIDE ALL MATERIALS NECESSARY TO INSTALL AL'_ CONNECTIONS AS INDICATED ON THE CONSTRUCTION DRAWINGS . THE CONTRACTOR SHALL PERFORM THE EXCAVATION BEDDING, AND BACKFILL AND PROVIDE CONCRETE BLOCKING FOR THE EXISTING MAIN AND ASSEMBLE ALL MATERIALS . 74 .2. 11 HYDROSTATIC PRESSURE AND LEAKAGE TEST (REPLACEMENT SECTION) ALL WATER MAINS AND APPURTENANCES SHALL BE TESTED UNDER A HYDROSTATIC PRESSURE EQUAL TO 150 PSI IN EXCESS OF THAT UNDER WHICH THEY WILL OPERATE OR IN NO CASE SHALL THE TEST PRESSURE BE LESS THAN 200 PSI . ALL PUMPS, GAUGES , PLUGS, SADDLES, CORPORATION STOPS, MISCELLANEOUS HOSE AND PIPING, AND OTHER EQUIPMENT NECESSARY FOR PERFORMING THE TEST SHALL BE FURNISHED AND OPERATED BY THE CONTRACTOR. SECTION 74 (CONT. ) THE PIPELINE TRENCH SHALL BE BACKFILLED SUFFICIENTLY TO PREVENT MOVEMENT OF THE PIPE UNDER PRESSURE . ALL THRUST BLOCKS SHALL BE IN PLACE AND TIME ALLOWED FOR THE CONCRETE TO CURE BEFORE TESTING. WHERE PERMANENT BLOCKING IS NOT REQUIRED, THE CONTRACTOR SHALL FURNISH AND INSTALL TEMPORARY BLOCKING AND REMOVE IT AFTER TESTING. THE MAINS SHALL BE FILLED WITH WATER AND ALLOWED TO STAND UNDER PRESSURE FOR A MINIMUM OF 24 HOURS TO ALLOW THE ESCAPE OF AIR AND/OR ALLOW THE LINING OF THE PIPE TO ABSORB WATER . THE OWNER WILL FURNISH THE WATER NECESSARY TO FILL THE PIPELINES FOR TESTING PURPOSES AT A TIME OF DAY WHEN SUFFICIENT QUANTIES OF WATER ARE AVAILABLE FOR NORMAL SYSTEM OPERATION . BEFORE APPLYING THE SPECIFIED TEST PRESSURE, AIR SHALL BE EXPELLED COMPLETELY FROM THE PIPE , VALVES AND HYDRANTS. IF PERMANENT AIR VENTS ARE NOT LOCATED AT ALL HIGH POINTS, THE CONTRACTOR SHALL INSTALL CORPORATION COCKS AT SUCH POINTS SO TH►,T THE AIR CAN BE EXPELLED AS THE LINE IS FILLED MITI. WATER. AFTER ALL THE AIR HAS BEEN EXPELLED, THE CORPORATION COCKS SHALL BE CLOSED AND THE TEST PRESSURE APPLIED. AT THE CONCLUSION OF THE PRESSURE TEST, THE CORPORATION COCKS SHALL BE REMOVED AND PLUGGED . THE TEST SHALL BE ACCOMPLISHED BY PUMPING THE MAIN UP TO THE REQUIRED PRESSURE; STOP THE PUMP FOR A MINIMUM OF 15 MINUTES UP TO A MAXIMUM OF 60 MI\LT. ES AS DIRECTED BY THE OWNER, AND THEN PUMP THE MAIN UP TO THE TEST PRESSURE AGAIN. DURING THE TEST, THE SECTION BEING TESTED SHALL BE OBSERVED TO DETECT ANY VISIBLE LEAKAGE . A CLEAN CONTAINER SHALL BE USED FOR HOLDING WATER FOR PUMPING UP PRESSURE ON THE MAIN BEING TESTED . THIS MAKEUP WATER SHALL BE STERLIZED BY THE ADDITION OF CHLORINE TO A CONCENTRATION OF 50 MG/L . THE QUANTITY OF WATER REQUIRED TO RESTORE THL INITIAL HYDROSTATIC PRESSURE SHALL BE ACCURATELY DETERMINED BY EITHER 1 ) PUMPING FROM AN OPEN CONTAINER OF SUITABLE SIZE SUCH THAT ACCURATE VOLUME MEASUREMENTS CAN BE MADE BY THE OWNER OR, 2) BY PUMPING THROUGH A POSITIVE DISPLACEMENT WATER METER WITH A SWEEP UNIT HAND REGISTERING ONE GALLON PER REVOLUTION . THE METER SHALL BE APPROVED BY THE OWNER. SECTION 74 (CONT. ) ACCEPTABILITY OF THE TEST WILL BE DETERMINED BY TWO FACTORS, AS FOL!.OWS: 1 . THE QUANTITY OF WATER LOST FROM THE MAIN SHALL NOT EXCEED THE NUMBER OF GALLONS PER HOUR AS LISTED IN THE FOLLOWING TABLE . ALLOWABLE LEAKAGE PER 1O00 FT OF PIPELINE* - GPM Nomina ; Pipe Diameter - In . Average Test Pressure-psl 6 8 10 12 16 20 24 450 0.95 1 .27 1 .59 1 .91 2 .55 3. 18 3.82 400 0.90 1 .20 1 .50 1 .80 2.40 3 .00 3.60 350 0 .84 1 . 12 1 .40 1 .69 2.25 2.81 3 .37 275 o.75 1 .00 1 .24 1 .49 1 .99 2.49 2.99 250 0.71 0.95 1 . 19 1 .42 1 .90 2 .37 2.85 225 0.68 0 .90 1 . 13 1 .35 1 .80 2.25 2.70 200 0.64 0 .85 1 .06 1 .28 1 .70 2. 12 2 .55 # IF THE PIPELINE UNDER TEST CONTAINS SECTIONS OF VARIOUS DIAMETERS , THE ALLOWABLE LEAKAGE WILT BE THE SUM OF THE COMPUTED LEAKAGE FOR EACH SIZE , OR FOR THOSI: DIAMETERS OR PRESSURES NOT LISTED BY THE FORMULA STATED IN SECTION 74.2. 11 OF :HE STANDARD SPECIFICATIONS . 2. THE LOSS IN PRESSURE SHALL NOT EXCEED I PSI PER MINUTE DURING THE TEST PERIOD . GAUGES USED IN THE TEST MAY BE REQUIRED TO BE CERTIFIED FOR ACCURACY AT A LABORATORY BY THE OWNER. ANY VISIBLE LEAKAGE DETECTED SHALL BE CORRECTED BY THE CONTRACTOR TO THE SATISFACTION OF THE OWNER REGARDLESS OF THE ALLOWABLE LEAKAGE SPECIFIED ABOVE . SHOULD THE TEST SECTION FAIL TO MEET THE PRESSURE TEST SUCCESSFULLY AS SPECIFIED, THE CONTRACTOR SHALL , AT HIS OWN EXPENSE , LOCATE AND REPAIR THE DEFECTS AND THEN RETEST THE PIPELINE . ALL TESTS SHALL BE MADE WITH THE HYDRANT AUXILIARY GATE VALVES OPEN AND PRESSURE AGAINST THE HYDRANT VALVE . AFTER THE TEST HAS BEEN COMPLETED, EACH GATE VALVE SHALL BE TESTED BY CLOSING EACH IN TURN AND RELIEVING THE PRESSURE BEYOND. THIS TEST OF THE GATE VALVE WILL BE ACCEPTABLE IF THERE IS NO IMMEDIATE LOSS OF PRESSURE ON THE GAUGE WHEN THE PRESSURE COMES AGAINST THE VALVE BEING CHECKED . THE CONTRACTOR SHALL VERIFY THAT THE PRESSURE DIFFERENTIAL ACROSS THE VALVE DOES NOT EXCEED THE RATED WORKING PRESSURE OF THE VALVE . SECTIONS TO BE TESTED SHALL NORMALLY BE LIMITED TO 1 ,500 FEET. THE OWNER MAY REQUIRE THAT THE FIRST SECTION OF PIPE , NOT LESS THAN 1 ,000 FEET IN LENGTH, INSTALLED BY EACH OF THE CONTRACTOR'S CREWS, BE TESTED IN ORDER TO QUALIFY THE CREW AND/OR THE MATERIAL . PIPE LAYING SHALL NOT BE CONTINUED MORE THAN AN ADDITIONAL 1 ,000 FEET UNTIL THE FIRST SECTION SHALL HAVE BEEN TESTED SUCCESSFULLY . PRIOR TO CALLING OUT THE OWNER TO WITNESS THE PRESSURE TEST, THE CONTRACTOR SHALL HAVE ALL EQUIPMENT SET UP COMPLETELY READY FOR OPERATION AND SHALL HAVE SUCCESSFULLY PERFORMED THE TEST TO ASSURE THAT THE PIPE IS IN A SATISFACTORY CONDITION. DEFECTIVE MATERIALS OR WORKMANSHIP, DISCOVERED AS A RESULT OF HYDROSTATIC FIELD TEST, SHALL BE REPLACED BY ThE CONTRACTOR AT HIS EXPENSE . WHENEVER IT IS NECESSARY TO REPLACE DEFECTIVE MATERIAL OR CORRECT THE WORKMANSHIP, THE HYDROSTATIC TE:T SHALL BE RE-RUN AT THE CONTRACTOR'S EXPENSE UNTIL A SATISFACTORY TEST IS OBTAINED . 74.2. 12 DISINFECTION OF WATER MAINS (PARTIAL REPLACEMENT SECTION) DISINFECTION OF THE NEW WATER SYSTEM SHALL BE REQUIRED PRIOR TO COMPLETION OF THE PROJECT AND SHALL BE IN ACCORDANCE WITH AWWA STANDARD SPECIFICATIONS C601 -81 AND SHALL MEET THE ACCEPTANCE OF THE STATE OF WASHINGTON DEPARTMENT OF SOCIAL AND HEALTH SERVICES . DISINFECTION OF THE ENTIRE WATER SYSTEM INSTALLED OR DISTURBED UNDER THIS CONTRACT, INCLUDING PIPE , PIPE FITTINGS, VAL"L S, AND APPURTENANCES, IS REQUIRED TO CONFORM WITH THE SPECIFICATIONS STATED HEREIN . 74.2. 12E REQUIREMENT OF CHLORINE (REPLACEMENT SECTION) THE INITIAL CONCENTRATION OF CHLORINE IN THE WATER SHALL BE 60 PARTS PER MILLION, AND THIS SOLUTION SHALL BE HELD FOR A PERIOD OF 24 HOURS. 74 .2. 12p DECHLORINATION (SUPPLEMENTAL SECTION) DECHLORINATION OF ALL WATER USED FOR DISINFECTION SHALL BE ACCOMPLISHED IN ACCORDANCE WITH THE CITY 'S STANDARD DETAIL INCLUDED IN THIS DOCUMENT . WATER CONTAINING CHLORINE RESIDUALS SHALL NOT BE DISPOSED INTO THE STORM DRAINAGE SYSTEM OR ANY WATERWAY . 74 .2. 13 CONCRETE BLOCKING (ADDITIONAL SECTION) 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, SHALL BE INSTALLED WITH THE USE OF SHACKLE LUGS . ALL SHACKLE RODS SHALL BE GALVANIZED OR COATED WITH TWO COATS OF ASPHALT VARNISH. 74.4 PAYMENT THE PRICE PER LINEAL FOOT FOR INSTALLING THE DUCTILE IRON PIPE , OF SIZE AND QUANTITY LISTED, SHALL CONSTITUTE FULL COMPENSATION FOR THE WATER LINE , IN PLACE , COMPLETE , INCLUDING: ALL PAVEMENT REMOVAL , FOUNDATION PREPARATION, PIPE , PIPE LAYING, AND JOINTING; SHEETING, SHORING, AND DE-WATERING, CONNECTIONS TO EXISTING PIPING, AND FURNISHING AND INSTALLING ALL FITTINGS . CONCRETE BLOCKING SHALL BE MEASURED AND PAID FOR AT THE UNIT PRICE PER CUBIC YARD . SHACKLE RODS SHALL BE INCIDENTAL TO THE PROJECT . PAYMENT SHALL CONSTITUTE FULL COMPENSATION FOR FURNISHING ALL NECESSARY MATERIALS IN PLACE , COMPLETE . 74 .4 .02 PAYMENT - BLOW OFF ASSEMBLY ( ADDITIONAL SECTION) IT SHOULD BE NOTED THAT THERE ARE THREE TYPES OF BLOW-OFF ASSEMBLIES AND THEY ARE AS FOLLOWS: 1 . TEMPORARY BLOW-OFF ASSEMBLIES THAT WILL BE REMOVED WHEN TIE-IN OCCURS . THESE WILL BE CONSIDERED INCIDENTAL TO THE PROJECT. 2. TEMPORARY BLOW-OFF ASSEMBLIES THAT WILL REMAIN, WHICH WILL BE PAID PER EACH . 3 . PERM4NENT BLOW-OFF ASSEMBLIES THAT WILL REMAIN, SUCH AS THOSE AT THE END OF CUL-DE-SACS, ETC. WHICH WILL BE PAID PER EACH. 74 .5 PIPE JOINT BONDING 74.5 .01 SCOPE THIS SECTION COVERS THE WORK NECESSARY TO FURNISH AND INSTALL BONDED PIPE JOINTS (ELECTRICALLY CONTIUOUS FROM ONE PIPE LENGTH TO ANOTHER) AND INSULATED PIPE JOINTS (ELECTRICALLY DISCONTINUOUS FROM ONE PIPE LENGTH TO ANOTHER) . BONDED OR INSULATED PIPE JOINTS SHALL BE PROVIDED WHERE SHOWN ON THE PLANS . BONDFD PIPE JOINTS MAY BE CONSTRUCTED IN TWO CONFIGURATIONS . 74.5.02 BONDED PIPE JOINT TYPE "A" OR TYPE "B" BONDS MAY BE PROVIDED AT THE CONTRACTOR'S OPTION . TYPE A TYPE A PIPE JOINT BONDS CONSIST OF 1/16" X 3/4" TYPE ASTM 8152-66 COPPER TERMINAL STRIPS WHICH ARE SHOP FUSED TO THE BELL AND PLAIN END OF ALL PIPES BEFORE PIPE INSTALLATION. THE TWO TERMINAL STRIPS ARE CONNECTED IN THE FIELD AFTER PIPE JOINT HAS BEEN MADE WITH A 3/4" COPPER JUMP STRIP AND SILICON BRONZE BOLTS. THE TERMINAL STRIPS AND JUMP STRIPS SHALL BE EQUAL TO U.S. PIPE ELECTROBOND . TYPE B TYPE B PIPE JOINT BONDS CONSIST OF 1/16" X 3/4" TYPE ASTM B152-66 COPPER TERMINAL STRIPS OR /2 AWG TYPE TW COPPER WIRE THAT IS FIELD FUSED TO THE BELL AND PLAIN END OF ALL PIPES BY THE THERMITE WELD PROCESS. THE ELECTRICAL CONNECTION OF THE JUMPER TO THE PIPELINE (PIPELINE MAY BE DUCTILE IRON, STEEL OR CAST IRON AS SHOWN ON THE PLANS) SHALL BE ACCOMPLISHED BY THERMITE WELDING TO AN AREA OF THE PIPE THAT HAS BEEN CLEANED OF ALL PROTECTIVE COATINGS . AT THE CONNECTION POINT AN AREA (APPROXIMATELY 2"SQUARE) SHALL BE CLEANED OF ALL INSULATION AND COATING, AND A FILE USED TO ABRADE THE METAL AND EXPOSE A BRIGHT METAL SURFACE , THE WIRE BOND SHALL BE MADE IN THE CENTER OF THE CLEANED AREA WITH THERMITE EXOTHERMIC WELD CAPS EQUAL TO ROYSTON LABORATORIES, INC. , PITTSBURG, PA. OR PHILLIPS PETROLEUM. 14.5.03 BONDED PIPE COATINGS ALL ABRADED OR DAMAGED AREAS SHALL BE COATED AFTER THE WELD SITE HAS COOLED OR THE BOLTED JOINT HAS BEEN MADE TO PROVIDE A PERMANENT CORROSION PROOF COVERING OVER THE PIPE AND EXPOSED WIRE END . THE COATING SHALL BE EQUAL TO TNEMEC 461-1-413 COAL TAR EPOSYT AND SHALL BE BRUSHED ON TO A MINIMUM DRY FILM THICKNESS OF 20 MILS . SPECIAL CARE SHALL BE TAKEN TO ENSURE COMPLETE COATING COVERAGE OF ALL HARD TO REACH AREAS . 74 .5 .04 SERVICE INSULATORS ALL WATER SERVICE LINES INSTALLED ON PIPELINES THAT ARE EQUIPPED WITH BONDED PIPE JOINTS SHALL HAVE CORPORATION STOP SERVICE INSULATORS EQUAL TO FORD METER COMPANY SERYICE INSULATORS . INSULATED PIPE JOINT INSULATED PIPE JOINTS SHALL BE PROVIDED WHEREVER NEW PIPELINES ARE CONNECTED TO EXISTING PIPELINES AND AT THE INTERVALS SHOWN ON THE PLANS . INSULATED JOINTS SHALL BE ELECTRICALLY DISCONTINUOUS FROM ONE PIPE LENGTH TO ANOTHER, AND SHALL BE IN CONFORMANCE WITH AWWA CII-7, C11 -8 . 74 .5 .06 PAYMENT THE COST OF BONDED OR INSULATED PIPE JOINT SHALL BE INCIDENTAL TO THE PIPELINE COSTS . 74 .6 CATHODIC PROTECTION TEST 74.6.01 SCOPE THIS SECTION COVERS THE WORK NECESSARY TO FURNISH AND INSTALL A COMPLETE CATHODIC PROTECTION TEST STATION . 74.6.02 GENERAL CATHODIC PROTECTION TEST STATIONS AFE USED TO PROVIDE A MEANS OF MEASURING THE CONDITION OF A BURIED METALLIC PIPEL . NE WITHOUT EXPOSING OR EXCAVATING THE FIPE . THE TEST STATION CONSISTS OF WIRES WHICH ARE BONDED TO THE PIPE AND TERMINATED IN A FLUSH-TO-GRADE ENCLOSURE WITH A REMOVABLE COVER , SO THAT ACCESS TO THE WIRES IS EASILY ACCOMPLISHED. THREE TYPES OF TEST STATIONS MAY BE USED ON THIS PROJECT, AS IDENTIFIED ON THE PROJECT PLANS: TYPE T: USED ON PIPELINES WITH BONDED JOINTS (ELECTRICALLY CONTINUOUS) TYPE I : USED ON PIPELINES WITH INSULATED JOINTS (ELECTRICALLY DISCONTINOUS) TYPE F : USED WHERE TWO PIPELINES CROSS OR ARE IN CLOSE PROXIMITY TO EACH OTHER THE THREE TYPES OF TEST STATIONS ARE DETAILED IN THE CITY OF RENTON - WATER STANDARD DETAIL ENTITLED "CATHODIC PROTECTION FLUSH MOUNTED TEST STATIONS ." 74.6.03 LOCATION THE LOCATION AND TYPE OF TEST STATION TO BE USED ON THIS PROJECT IS IDENTIFIED ON THE PROJECT PLANS. WHERE THE TEST STATION LOCATIONS ARE ACCURATELY DIMENSIONED, THE CONTRACTOR SHALL LOCATE THE STATIONS AT THESE LOCATIONS. WHERE THE TEST STATION LOCATIONS ARE NOT ACCURATELY DIMENSIONED OR ARE DIAGRAMMATIC IN NATURE , THE CITY RESERVES THE RIGHT TO IDENTIFY LOCATIONS IN THE FIELD. WHERE THE CITY DOES NOT LOCATE THE TEST STATIONS, THE CONTRACTOR SHALL DO SO AND SHALL LOCATE THE STATIONS SUCH THAT THE TERMINAL BOXES ARE NOT UNSIGHTLY, OR A PUBLIC NUISANCE , OR IN A LOCATION WHERE THE TEST ST,TIONIS USEFUL LIFE MAY BE REDUCED. 74.6.04 aIRE THE WIRES FROM THE BURIED PIPELINE TO THE TERMINAL BLOCK SHALL BE TYPE TIN STRANDED COPPER 12 AWG. THE WIRES SHALL BE DIRECT BURIED AND SHALL IN ALL CASES BE AT LEAST 24" BELOW FINISHED GRADE (EXCEPT IN THE TERMINAL BLOCK RISES PIPE) . THE WIRE SHALL BE INSTALLED WITH A 6" DIAMETER LOOP AT BOTH ENDS TO PREVENT EARTH SETTLING FROM STRAINING THE CONNECTION JOINTS. INSULATION COLORS SHALL BE AS FOLLOWS: 1 . RENTON BUi,DED PIPE (TYPE T) - WHITE 2. RENTON INSULnTED PIPE (TYPE 1 ) - WHITE (BONDED SIDE) - BLACK (UNBONDED cIDE) 3. FOREIGN PIPE (TYPE F) - BLUE 4. ZINC ELECTRODE - YELLOW 74 .6.05 WIRE TERMINATIONS THE ELECTRICAL CONNECTION OF THE WIRES TO THE PIPELINE (PIPELINE MAY BE DUCTILE IRON, STEEL OR CAST IRON AS SHOWN ON THE PLANS) SHALL BE ACCOMPLISHED BY THERMITE WELDING TO AN AREA OF THE PIPE THAT HAS BEEN CLEANED OF ALL PROTECTIVE COATINGS. AT THE CONNECTION POINT AN AREA (APPROXIMATELY 2" SQUARE) SHALL BE CLEANED OF ALL INSULATION AND COATING, AND A FILE USED TO ABRADE THE METAL AND EXPOSE A BR ; GHT METAL SURFACE . THE WIRE BOND SHALL BE MADE IN THE CENTER OF THE CLEANED AREA WITH THERMITE EXOTHERMIC WELD CAPS EQUAL TO ROYSTON LABORATORIES, INC. , PITTSBURG, PA. OR PHILLIPS PETROLEUM. ALL ABRADED OR DAMAGED AREAS SHALL BE COATED AFTER THE WELD SITE HAS COOLED TO PROVIDE A PERMANENT CORROSION PROOF COVERING OVER THE PIPE AND EXPOSED WIRE END. THE COATING SHALL BE EQUAL (O TNEMEC 46H-413 COAL TAR EPDXY AND SHALL BE BRUSHED ON TO A MINIMUM DRY FILM THICKNESS OF 20 MILS . SPECIAL CARE SHALL BE TAKEN TO ENSURE COMPLETE COATING COVERAGE OF ALL HARD TO REACH AREAS . AT THE CONTRACTOR'S OPTION, THE WIRE ENDS MAY BE ATTACHED TO THE COPPER JUMP STRIP AT THE BOLT JOINT ON BONDED PIPES, IN LIEU OF THE THERMITE WELD PROCESS. THE WIRE SHALL BE TERMINATED IN A RING-TONGUE LUG AND THE LUG BOLTED WITH THE JUMP STRIP. COAT THE JUMP STRIP AND THE BOND JOINT AS SPECIFIED ABOVE . THE ELECTRICAL CONNECTION OF THE WIRES TO THE TEST STATION TERMINAL BLOCK SHALL BE WITH CRIMP-ON SPADE LUG TERMINALS, SOFT SOLDERED TO THE TERMINAL BLOCK BEFORE BOLT TIGHTENING. 74 .5.06 FLUSH TEST STATIONS THE TEST STATIONS SHALL CE LOCATED AS SHOWN ON THE DRAWINGS AND SPECIFIED HEVEIN AND SHALL CONSIST OF A STANDARD 241 LONG VALVE BOS (EQUAL TO OLYMPIC TYPE B) THAT IS SET TO GRADE IN A CAST IN PLACE CONCRETE SLAB THAT IS 6" THICK AND 18" SQUARE . THE. VALVE BOX SHALL BE BACKFILLED WITH PEA GRAVEL , AhD SHALL BE FILLED INTERNALLY WITH PEA GRAVEL , TO WITHIN 6" OF THE TOP OF THE VALVE BOX . THE TERMINAL BLOCK SHALL BE PLACED INSIDE THE BOX ON THE GRAVEL SURFACE , AND THE TEST WIRES SHALL EXTEND FROM THE TERMINAL BLOCK THROUGH THE GRAVEL INS OE THE VALVE BOX BELOW THE VALVE BOX TO THE PIPELINE . THE BOX SHALL BE EQUIPPED WITH A CAST IRON LID MARKED "WATER" THAT WILL EXPOSE THE TERMINAL BLOCK WHEN REMOVED . THE TERMINAL BLOCK SHALL HAVE LUGS FOR THE CONNECTION OF FIVE SEPARATE WIRES, AND SHALL HAVE A PLASTIC BODY RATED FOR 600 VOLTS ISOLATION AND NICKEL-PLATED BRASS STUDS AND NUTS . THE CONCRETE FOR THE PAD SHALL CONFORM TO ASTM C150 TYPE I ; AND SHALL BE FORMED OF NEW WOOD AND BE TROWELED SMOOTH AFTER CONCRETE PLACEMENT . VALVE MARKER POSTS SHALL BE PROVIDED AT ALL TEST STATIONS AS DETAILED IN THE RENTON STANDARD DETAILS WITH THE WORDS "CATHODIC TEST STATION" STENCILED IN BLACK ON THE POST . 74 .6 .07 ZINC REFERENCE ELECTRODES A ZINC REFERENCE ELECTRODE SHALL BE INSTALLED AT EACH TEST STATION AND CONFORM TO ASTM B418-73 TYPE 11 . THE ELECTRODE SHALL BE 2 .5" X 2.5" X 10" AND SHALL BE CONNECTED BY 112 AWG TYPE TM STRANDED COPPER WIRE WITH YELLOW INSULATION TO THE TERMINAL BLOCK IN THE TEST STATION. THE ELECTRODE SHALL BE PLACED 18" FROM THE PIPELINE OPPOSITE THE TEST STATION CONNECTION AT THE SPRING LINE OF THE PIPELINE . BACKFILL THE ELECTRODE IN A MIXTURE OF 50% GYPSUM AND 50% BENTONITE CLAY (COMPLETELY SURROUNDING THE ELECTRODE) . 74 .6.08 PAYMENT THE COST OF THE TEST STATIONS SHALL BE PER EACH. SECTION 75 VALUES FOR WATER MAINS 75.2.03 GATE VALVES (ADDITIONAL SECTION) VALVES SHALL BE DESIGNED FOR A MINIMUM WATER OPERATING PRESSURE OF 200 PSI . GATE VALVES SHALL BE IOWA LIST 14, MUELLER COMPANY NO. A-2380, PACIFIC STATES, U.S . METROPOLITAN, KENNEDY, OR M d H . APPROVAL OF VALVES OTHER THAN MODELS SPECIFIED SHALL BE OBTAINED PRIOR TO BID OPENING. ALL GATE VALVES LESS THAN 12" IN DIAMETER SHALL INCLUDE AN 8" X 24" CAST IRON GATE VALVE BOX AND EXTENSIONS, AS REQUIRED . ALL 12" DIAMETER AND LARGER GATE VALVES SHALL BE INSTALLED IN A VAULT. SEE WATER STANDARD DETAIL FOR 12" GATE VALVE ASSEMBLY VAULT AND 1 " BYPASS INSTALLATION. 75.2.06 VALVE BOXES (PARTIAL REPLACEMENT SECTION) ALL VALVES SHALL HAVE VALVE BOXES AND EXTENSIONS . VALVE MARKER POSTS SHALL BE INSTALLED AT THE DISCRETION OF THE CITY IN THOSE UNPAVED AREAS WHERE THE TOP OF THE VALVE BOX COULD BE COVERED BY WEEDS, SHRUBS, BARK OR OTHER MATERIALS . THE VALVE MARKERS SHALL BE FABRICATED AND INSTALLED IN CONFORMANCE WITH THE STANDARD DRAWING ENTITLED "GENERAL MISCELLANEOUS DETAILS" WHICH IS INCLUDED IN THIS DOCUMENT . 75.3 INSTALLATION OF VALVES (ADDITIONAL SECTION) ALL VALVES 12" AND LARGER SHALL BE ENCLOSED IN A VAULT WHICH SHALL BE SET PLUMB ON A COMPACTED GRAVEL FOUNDATION. THE VALVE OPERATING NUT SHALL BE OFFSET 3" FPOM THE CENTERLINE OF THE VAULT AS SHOWN IN THE STANDARD DRAWING INCLUDED IN THIS DOCUMENT. 7` .4 PAYMENT (REPLACEMENT SECTION) THE GATE VALVE ASSEMBLIES OF THE SIZE LISTED SHALL BE COUNTED AND PAID FOR AT THE APPLICABLE UNIT PRICE , IN PLACE, COMPLETE, WHICH SHALL CONSTITUTE FULL COMPENSATION FOR VALVE , VAULT, AND ALL OTHER NECESSARY ACCESSORIES FOR A COMPLETE INSTALLATION . HYDRANT AUXILIARY VALVES WILL BE PAID FOR UNDER FIRE HYDRANT ASSEMBLIES . TION 77 FIRE HYDRANTS 77.2 MATERIALS 77.2.01 MATERIALS FOR HYDRANTS (REPLACEMENT SECTION) MATERIALS COMPRISING THE FIRE HYDRANT ASSEMBLY SHALL CONFORM TO THE WATER STANDARD DETAILS (SFE ATTACHED DETAILS) . FIRE HYDRANTS SHALL BE COREY TYPE (OPENING WITH THE PRESSURE ) CONFORMING TO AWWA C-504-80 WITH A 6-INCH INLET AND A M. Y.O . OF 5 INCHES , TWO 2-1 /2 INCH HOSE NOZZLES WITH NATIONAL STANDARD 7-1/2 THREADS PER INCH AND ONE 4-INCH PUMPER NOZZLE WITH THE NEW SEATTLE PATTERN 6 THREADS PER INCH, 60 DEGREES V . THREADS , O.D . THREAD 4.875 AND ROOT DIAMETER 4 .6263, 1-114 INCH PENTAGON OPERATING NUT BY TURNING COUNTER CLOCKWISE (LEFT) . FIRE HYDRANTS SHALL BE IOWA, PACIFIC STATES OR APPROVED EQUAL . APPROVAL MUST BE OBTAINED PRIOR TO BID OPENING. 77 .2.02 END CONNECTIONS (ADDITIONAL SECTION) HYDRANTS SHALL BE CONSTRUCTED WITH MECHANICAL JOINT CONNECTION UNLESS OTHERWISE SPECIFIED IN BID PROPOSAL DESCRIPTION. 77 .2.06 SIDEWA:K FLANGE CONSTRUCTION (ADDITIONAL SECTION) FIRE HYDRANTS SHALI_ BE OF TRAFFIC TYPE WITH BREAK-FLANGE CONNECTION AND PROVISIONS SHALL BE MADE FOR DRAINAGE OF BARREL TO PROTECT UNITS FROM FREEZING. 77.3 CONSTRUCTION DETAILS 77 .3.01 SETTING HYDRANTS (ADDITIONAL SECTION) HYDRANTS SHALL BE INSTALLED IN ACCORDANCE WITH AWWA SPECIFICATIONS C600-77 , SECTIONS 3.7 AND 3.8. 1 AND THE WATER STANDARD DETAILS . HYDRANT AND GUARD POSTS SHALL BE PAINTED IN ACCORDANCE WITH THE WATER STANDARD DETAIL . UPON COMPLETION OF THE PROJECT, ALL FIRE HYDRANTS SHALL BE PAINTED TO THE CITY OF RENTON SPECIFICATIONS AND GUARD POSTS PAINTED WHITE . FIRE HYDRANTS SHALL BE OF SUCH LENGTH AS TO BE SUITABLE FOR INSTALLATION WITH CONNECTIONS TO 6", 8" , AND 10" PIPING IN TRENCHES 3-1/2 FEET DEEP UNLESS OTHERWISE SPECIFIED. THE HYDRANT SHALL BE DESIGNED FOR A 4-1/2 FOOT BURIAL WHERE 12" AND LARGER PIPE IS SHOWN UNLESS OTHERWISE NOTED ON THE PLAN. 77 .3.02 HYDRANT CONNECTIONS (ADDITIONAL SECTION) FIRE HYDRANT ASSEMBLY SHALL INCLUDE C. I . TEE (NJ X FL) , 6" GATE VALVE (FL X MJ) , 6' C. I . SPOOL (PE X PE) , 5" M.V .O. FIRE HYDRANT (MJ CONNECTION) , 8" X 24" CAST IRON VALVE BOX , AND 3/4 INCH SHACKLE ROD WITH ACCESSORIES AND TWO CONCRETE GUARD POSTS . PAINT SHACKLE RODS AS SPECIFIED IN SECTION 74.2.13. 77 .5 PAYMENT (REPLACEMENT SECTION) FIRE HYDRAN'i ASSEMBLIES SHALL BE PAID FOR AT THE APPLICABLE UNIT PRICE PER EACH ASSEMBLY, IN PLACE , WHICH SHALL CONSTITUTE FULL COMPENSATION FOR THE TEE , VALVE , VALVE BOX , NIPPLE, HYDRANT, SHACKLING, BLOCKING, BRACING, AND ALL OTHER ACCESSORIES NECESSARY FOR A COMPLETE INSTALLATION . SFQTIQN 78 SERVICE CONNECTIONc (SL P EMENTAL <<CT10N) 78. 1 GENERAL WATER SERVICES SHALL BE PER STANDARD "DETAIL FOR 3/4" WATER SERVICES" AND PER STANDARD DETAIL FOR "SERVICE CONNECTION DETAIL TO EXISTING SERVICE ." 78.3 CONSTRUCTION (SUPPLEMENTAL SECTION) SERVICE LINE CONNECTION TO THE NEW MAIN WILL CONFORM TO THE STANDARD SPECIFICATIONS OF THE CITY OF RENTON BOUND HEREIN AS APPLICABLE . THE ENGINEER WILL INDICATE THE LOCATION FOR THE TAPS ON THE NEW MAIN FOR EACH SERVICE TO BE CONNECTED . THE CONTRACTOR WILL DIRECT TAP MAIN FOR 3/4" SERVICE . THE CONTRACTOR WILL USE COPPER TUBING, TYPE K . SOFT FOR 3/4" SERVICES . TYPE I CONNECTIONS TO EXISTING COPPER SERVICES WILL BE MADE WITH FLARE TYPE , THREE PART UNION COUPLINGS . TYPE II WHERE cXISTING GALVANIZED SERVICES EXIST, THEY SHALL BE REPLACED WITH A NEW COPPER PIPE SERVICE TO THE PROPERTY LINE . (METERS SHALL BE LOCATED IN PLANTER STRIP BETWEEN SIDEWALK AND CURB) . TYPE III WHERE FUTURE STUB SERVICES SHALL BE INSTALLED , THEY SHALL BE INSTALLED AS ABOVE , TO THE PROPERTY LINE WITH A METER BOX (LESS 3/4 METER) . A SOLID CORE THREADED SPACED THE LENGTH OF A METL:R SHALL BE INSTALLED IN PLACE OF THE METER . STANDARD DRAWINGS I Ilk N.AAN+ L -VII, 1.k IYIDUID.11 uYw.os+ 6'-D' I$ 1 it IAL .10kWKN cDMLKTL IkWPS ro k I",I wlu DIFEIIw 111 NO. nAv T. LaH ". OF AFVL •J / w. V-:u, IAT[1Auv au a A.nonox� 11k NY6NANT \1 - �v I CokkT[ NT 3, L NCI[ \ ,IS wl I111M•kJ IN It'll \-r / kWY011111IJ[! 11 (dlfkll IS.01 SPECIFIED, IW MC(IILL SKI1!SKIE S cwrune IN 6 urns oM0 rySI PLAN ELEVATION FIRE HYDRANT GUARD POSTS RYuux C.(akxCl nCx SiD[ j -C i• iAn Snl Ilq .,MA,fpWt 1D IdM!-Sllp JS fnW/. 1J(111( STATIS CAST I%OA 1I11 11, MIXL )_ DG k.1CHD V e [KML. 6"kWYICJt MIMT -1:t[T YITM LWS- Sl"MIN I 011NI114 YALY , TVC 4 XDR CDYYtLTIM: NATIONAL !TAVDYD TNKADS. • Nwn(MIICTIP. III, D1 cVTll TxkADl. A110 I{ I[VTJ4M OKUT,44 NN. 11k xIMAT TO K 1•INTtD.11x 10 COATS DI 1AIUL Ik SINYATIV[ IAINT Np 4),IIA, 1.11"J1 IDXAL Yt LI% ON ANADVtC COWL. On w,ll Ioc. CUT 'Wt.(DYN((TICN *01.11 AUWa 1 I NYpµnT FJ1(MSIW �TN-IC[Ct CAST I.OA vT If kDVINIV �� 10W1 rD A11. lY[ IOJ. f µYI(O , STµDMp B T01 S!(TIW YITX ALG'IT T Mt! S[[ bI LIKE. a ip'IT \ J fD1IG[T[ KOU nG LMCk TI KOWING kN. 16 4'.4' NINIy1N CNDMTt BLOC. 6' 6 F INDN SIN nTL LNICI Slpf DVTI[1 6' 4q YKVI. RN4i t k0-14, 101Ni, 'I", aN sm( 6 VA To.VI. 1 LD- J-J)EJ•n WI NA. Aan I 10R NIx I11W j.-0•. 6^CAST INN'En, CLASS Jx DA WLru[ tS.1T NINI"uASXID IAN 1111, CLASS 12, (INN' LIXID. 11.111 CUFF 'Al I,., I," wD TO FIT. TKO 1/4 STEEL Tit ALA!, LAC+^ z^_J RETAIN,0 N I .111U IDA TD FIT MI. 6 �1Jt FIRE HYDRANT ASSEMBLY i FILL FIRE HYDRANT LOCATION IN CUT OR FILL WATER STANDARD DETAIL CITY OF RENTON NOT :0ISCAL1 DEPARTMENT OF PUBLIC WORKS WNUaAV,uAp GENERAL MISCELLANEOUS DETAILS VALVE OPERATING NUT EXTENSION DETAIL sOWv[ In fora LEwtx SEE DEVIL 1 1/4 INA, I/6'MI6. ixICMESS.-�- / ii 1.16Ta sfal lEKix AS npuP[p. )/A-PIN. Tlllcross. rNr[ DIEMiIM MY [YTFxS1M NMF ✓-)/6' SET S[nN, EXTENSIONS ME Oftlfnn MMf THE will,(Ali IS 1 TMM ME( ()) FEET KLEIN F1NItnD MADE. EInMIMS ME"IE A Matta}p WE (IJ FOOT LM Pitt OK EITTENSIP1 M As USED no mEvE. 2 1/4' IM)IM RASMNENT. 2 1H' nvTN. WE: ALL immim an TO N Ya/[ OF Stows 92EC mi IMED,AND ATM 0 21) GENERAL NOTES THAT OF TEIL 11 CA4 1 ll.ii lE 'ATM 12221) As ANSPECIFIEDII MEstnn Mir w. SHOULD BE ON ALL AS AN MMMED Muwa WATER PLAN SETS NEnML NOTES I, All OrA YMr161% laill w 1.c"Itoirmq Ntth too fllowf6f NMI nOiftp. VALVE MARKER POST t)Ns of tM City of Mnlea"lilts'OaootloodPt w told tarn!wttfw N EIN ELEVATIONS A st l wc a 6M sif[L6tirl. 2. All IwotiNs of Nbl1Y Ytil!hays then an Iwiq to W It Milw Qld Lontratte.'1 rflaen N yleills, to flf,too Ends NN toff[, INMtJW N M N Npfe a "e• eilturWae. 1. All"W Yv"I to w 1Nawt lllw M[tllf IMN pw twIMINq M WI )wt'a 421-11-I1176 ar Itbit MtsfM, Mf'ont"CtNY w combat to ti, limn,ally af6) twtinq foil cu fem So ANSI A.21.4-74" 16tett YN still. I'1N joint, to As Pash-a Or m.ital Joint Ifwlnq tow Pass E. l N1 Ifiel.to ll Mft 1Rn,cfto 11.,.ail [l Ny 250, 177.,mles.A SIM41N Ew164%1 w wonM All fittltnq[e)*lot, Spec. A-21gp.)1N, M)1 A-21.11-n11 f Nor ,argiw. All Iittitlq pemtr to N w.Nenilo1 Jeinl or ILNall 12, A ewl Wl R et111N dv a[lptaan[! 'm AN8 1 16.1 6M fall w J25 IN, tMflquratlw.MINa otaYmsr boy"I'm N bw51p. S. All wtN YL ID 1n[Ml ane.11N to YbMM 6 W.L.INN pf So tilt N)av Finish paw All NPW in 72 01Khas aY 16nfler!Fail of at 6 Ntn1vP 01 41 Ultab wiN flnlln qNw. ill atilt,,lon"It s acw•, PAW,to,ldN by w lwfry to(IN, 1. All xlte,Yln, 1411 illp4y,ure tottod and al,tllfecm in 6[condance lltN too sm'"'Woo*of tilt city of Mnten a.A tle WiNngtan Slate NMIll Mpertlllnl. All pR„Yrf tlftinq yall 1e ANN, In Lot prt,lNLI el 6 twrY- tentative of tilt city Of NMton A pt!(ony truction tontlrenlf and twnlp.lour Yu,Not Re eill w tfeulrya ptor to fUrLnq M conftrylti M. N. It SMll 1f lM fentf*cwr'a rofponsl111ity to sature all wcessNY wlNits p•1et w st6rtfnq cmat"lion. YALY[Wa910 WE q Installation of End Oil, 1l Onto . Nter fftrl(M. lVllfy Nb YtNy to N NAIVE I,-if-1 Said 1)A Q^ IDy-NET2 ucAphaM0 1Y [Y P[Y of Mn,w. OWMMIEN R a L At M","to(IIW YNYE ID. All tTYltlon to Ngtiflq"to$ M w occalli q too(RY pf Milton. NIM M+IMII N[ I61K22L'YIM III()E I A P All Y.M,ary N[Nalito W Y[N16)t M N luw.tw A,lM LTt,.,tN, ana SIECIIIED IfaT1(M{(IfiIIIATIVEyopNICO M w w-fttf only to City bassmiatlw. YAr is- w alitOSIT SMLI IE SET AT 1). InNrctiw.ill >e A11atlplflfed 0 A ryNfllotatiN of toe[it dl Adi NI CM AKt11 W l)IN At Mph I.REASON. AIO SIMII IL e!i Will) IF A SnL Nq IGSPi. It atoll N yw Lwtnalen,flsolnsl1 11,6 to Mt1fy lw Yt11�tY wN•bNnl Fall Cpsvi[uous l0CATiw. DIS;MCE TO 21 hail in apranu of NLJ nitn9 all cwaro0.lon. tN[YALYE sglLL n "tilt STENCILED UM in Ii NE fA i I MR➢S YftN OAIWNJ-1pl 12. CwtncN to pmriN olugy am tonry 11 1n--e11 nw111es Ion testing(ALACXI AISPECIFIED It vnSIYgT)VE Nlo we purity acloptanc!Nor to final tie- n co. W "DY[o L10A1. IfAluery ISO, WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS CONCRETE BLOCKING SIZING PROCEOM • 4v[UL _ +. • TM eNmt II thill'i .11. to MW illIll Ma ," M«f .I N IN If er LM 1,it ill I. 1, sr •I41M tM[r11• '.p Wp tM .-I«u\\1. 11\, In Iieyry 1. tM em In Nwn MI OI [Mvu Mlin y\t NIr + Yligt lM\IGI sl tN (<Inin IL Ipp1 Ov elviliM tN [Mw1 In wlwe\\Yne In \�� �lt�I�'� � + ]yN t M iN ulf NpriM IW el tN tell n MYn In TtG 11 I. '_ Y'. f. Lfl�j.i� c" 1. TM filet. el If[W MM w N twwp li 1•.nO.Imn.•1 a •-. .,tn.w. !!�. !!MO 1. (\IKL \I N w1,N 1 Or •u tM 112/! tN Yin I.(M Ilwnf m.1q .e 111•H•t•NN. ).SN[Mill Ntl MrIY!KI la Mm•IYNIt ryilMeul•r. - P'<,•� V. IM i[NII elgi•{iNll M N N.•.1Y{•u11i4lIM S1-].1\. t . (. SAIIf 1 •eu[.IK 61.1.1 el AIM b SNI �\ 1 •"1" In NMN I( IN f(It," (rill. I) tb.NM 0.nIY NN in IILr1✓A.. 11. (10).]) I .fgln al Tmin 1n INI Y •Vleln N I==In tilt • •.ru•1 ten[n..wi wnt WI•\fill.! RN ti%01 IM irpMn In St, ft. Np •it i .MIMt If tM Y.rwl e1K4 In Iu1 at •Yli,el IN GMm..Tnrwl\leU N N«IM Nrf«. In tf11 ANCUMD L• •I[MIY LMf.•OI !M TMM, elsO In IN. ffNfM]WK] T!! \ . n ,r,ele, e♦ �} I ua s s A. V weuu w 1.y�1a e. TlK u•TIKS 7 !!"D b• BlNO I. •'..01 1 ..... (A) • Tnr tun rp.Ma} I N4 0.fi.l,If 1.ON I,II 1.„r '7-T•Tw FIGURE I ,. glnw wane er rnrvu u«k (1.) .bin prTT!•I•E (Viol(.el Trai 1.111l)'IM41u NOTE FOR CONVEX VERTICAL BENDS BLOCKING, I. ff«n er Iti Tn.,n et«k. 4 o p� riN in I I T SEE AoWA STANDARD PLAN NO 73 6. Vply L.,yln er Tnry\I n«. 141 ••••p• con Ie >aM;ii I ;-L'z TABLE I _ S- N.uirN/fa,m 01 Cwcn4 It.. 1e.)•Iwlln< •Nfi[n r L.MNI •0 01)0. Pq SSW( TIMYSI tl Il iTlxy ix n0✓,py D'I I. toll! m Tit. so• ks• nnJJ Lvv -L x.c toot u., I Inm mo eao 1. hmiw NIwV•IiM e1.N wOn{Of tMV1t1 r l` 100 Lq0 ),0@p 1,{)0 PIK a30 w •N tc [lack .fit Sw 11 a.e"1 I,wt.,wi.; tM wryp •NnfoS prNmry •" )DO )db 5.7M },p0 I,L)0 JSc fir tM.iN all N 6S pl MM IM NII [p1i11N in lM vN ;MI 6" )OJ e,500 gppp G, 1 uw aMf W 1raKl. S 0 ),ll0 1.>01` :. l•Ixtim. r' wo IS.100 m,go n,>so S.eea 3.0}0 1,70 n•a1M I..IiM p«w4 1]K TNIf I) )O0 KI I}" }50 )l,S]0 ke,000 15J50 11.]60 6,)b 0.nlN c.•.N.el p ylw•!OS In. .5.05JIx•0.)5 It, q" ib Md00 65.!)0 N to Lplf 1: 1M a in\.m0.f or j00 pl,w m lMl ISJb If,030 1,}w GI tnT.at «•1"Mne i.21,70 qM+. M� � ,25J N,000 N.UO ""a- 110w GI m T•nlf}: TNIe}ei Ni iM ub MI.iM IW Isr NnC w va+•n ),ep fib /N. L. .tOt' A.000 tI.AO y.p0 l0.lb N N rlryq fir ff e,,.r IM{utN(M M.IIiM el LM tNcruf ,ew a{,5p0 L1.06C }4,5]0 I},SGO re. elsklnp tM it •M. Gb M W 69.200 l) 11. 11,Iw JJO g1.5e0 I,t.l 1, SSJb })deln pl I.Mtn IVI )IN. .Sb ]1),550 155,Jb 1l.hM itn tM«e.f•.fwO1N Ill r.•tiN,w 01041! [O[M react 41wbt:ena. ..N n,tM<.a. I.1 . ) 1] \. TABLE 2 ,::gi pa VNIw 0.ym or Tnrva. oak (�1 •• m I n4.n_n •• }.0 r<, t•1•ball Lwea n 4./Sp 7•7 b•Vmif teo r uIr e T .If, t till 44 Nla•na+wl \ w n [M IpwlaOMN IrNr.t My I.0'M r.. TMI, tt M• Imt•1 mill" •tN«M i flip, • - 1,13 rt. LoIL jbn rt••IIc Low L6. +.. III Mniq uny[n If I.", NK W L I [Mv4 •N°k. L f... 0 SIIe x,Of • It AN MO Crywl • -1.6 R. III Mf 6ravfl 4N.t4.iln tlK �,m .f SMI• 10,000 RfipI I.N Npl,nl or LII[r.b•IM lfnt •K.tn.Lei 0.0!)0• •lw, 4•Otl . 0.0)l0\ •Im�ie�m fii l. .11 aeins. ~1 IfmvInfe n1•I1.1 Or it. f .iwl OI III.e,eryt aM 1}• .0•J.SL• 1.1)) n 0.03)e• oll"Iwnt.Itn Nn N V I el • Ili[iM.uMi it, m lu •0.)0 tut N- Mrvm WATER STANDARD DETAIL CITY OF RENTON KoT To scat" DEPARTMENT OF PUBLIC WORKS MOYI48L. 191, Type 4 B+ock,ny T *A Block to 11r4, e"•.'- _" �_KKcal EK4 for 1112�•-WrYw KW Y. Bee10s p}, 4a1 as for N M al vy 2, fixes— /Kt 1 20 ' 30 7 tl' t � 2 O J n 3 r J e 3w n y 0 4T 30 ; a 0 41 12 250 1 E ' uz 4 '3O .� 3 132 `1 16 225 t 7 i 49 ()Coss 6011 Cd+ct 2 i� 11 K -IZ d5 24 ZOU 1 laA 4j 1is5` Typt B Bbck�nq for aS•vertco� 6enss TYPe'WNB rmg $K�icWe Aw tar 45'vertcai Berxb v S $ C l y �- 1: v8 4 Tvro�ctes— - e idQ L' r y od c D Trre 6` 4 4S 30 jt 14E Al n B 123 SO ` J �5 232 6+ 1 31. 1 25w 40 C 200 A t' $ a2i 1 13d 1 INA IA . t7 Goss S(l►j-)ccrK STANDARD DETAIL FOR BLOCKING OF CONVEX VERTICAL BEND TIE ROD SELECTION TABLE N l OF TIE K01 SI}I PFI FOK! IF POWPS Is. 1 7 t f { 10 12 It 1{ }t 1" 300 }.1}0 VIP Y• 700 7.HP 1/f' 100 6.500 Sir VY 3/1' 0„ 700 IS.I00 ph. yf' 10" in 21.00 1/4" I}^ 2% 17.110 716, S/f' IY' 210 Y..200 1/Y• 16' }}5 15.250 1/4" Sit Ir am SP.100 7/4. 5/1,' }0' }00 6LA0 7/4 S/f 21- 200 10.4ft 1/4'. p. }Op I41.710 KTIS t. STEEL IN TIE I:0Y1 SIYII MW AN MLTIMT( SCREW-Of 60.00E PSI OA gIN i. 110M fKll MV! Y110Y4-CdXli[ TK(tP1 YI1V AT LEAST TIIO YVIS "TK IMF M ONE SILT-LOCIIIK NO, 1, STKKTm Of SPEC14 RY1Cf1 USED PM TI! ARCS ATFUNNE"i SILLL 6E SUFFICIENT TO TIIN ."TK fmq TO TM PVt_ 1, 11t MDS'.eSLL Of UIVMp IIP OF CON110 01 }IN" or."I' f CWRAV 'K� 61111MSTIC W-N (it NIL MINIM 01 TXgYESS). S. STEEL MOO SOMALIAN ISTfIUU CWFMPTION OR EOWLI SNAIL 6E OLE TO CORRECT SWO llt MOPS IN MRN 1L CET A00111ON l LAGTX. TIE FONT STU Swu TERMINATION.STAN SWL•COOPERATION OP EPWLEU sn LLIM LOMONl1a a wMll 14D CAST ON LUGS TIE 80.:, RETAINER CLAMP FIRE �IYDRANT AND GATE VALVE TIE ROD ATTACHMENTS WATER STANDARD DETAIL CITY OF RENTON NO) .c S-A'-F DEPARTMENT OF PUBLIC WORKS NOVEMBER IP)O WAVE..m. rrr aro nl{YIIY r' In 1M ^- r•aWA[ .Inu r•go,it I. r'ywttt•Ir w[on a•[.Im nn K YYYImo r••msmins rr.rn, rr•ass PLAN I lYO rl[tt tKT Ldl afn ba. r• IP T TO•mY Co.• AM.r..f[tTl[II,WlT YITM aWW PILL +� xnIa uKr.Tom ["•nwln•'no I Tln AlwWlrs j a-r-p WAWA.ull[wo r r•••fwuO Ir nn rr•fml• r wt Mo. moms r•am naL[ r•S.fwuO ow nn Nrm[.[•.a no f[KTY AWAIT •rl w [ur ELEVATION TEMPORARY 2" BLOW-OFF ASSEMBLY WATER STANDARD DETAIL CITY OF RENTON ■CT TO SCALE DEP%RTMENT OF PUBLIC WORKS ancrSu, nN WiV Mlx $T IIM SAO �--_ --� ALSO 4nx Y ns ra Ir AMIT Mu MJWIMI1 IS I r' umE MOVIREO. INSTALL 2 l CLOSE Ens eourE uAPn AIPPIt S ar'w ME, SCMWEOI �MCan ata w1 AT Txls .xT. _ .' CLOSE V TO [LFM' "'`i WVIVIIEC Iw11 .API[ Catkin ILOCAIxCZ ' I'll AS REQUIRED i-w pIM YL\MI[[D IVM"K. li LM6 PLAN xon ALL Plot AAo nnn.tS TC It WYYIno IAA TVO PIECE CAST ION V4Y[ IOI, 11{ ,I){' CMCkT! NFl[x wl YITx[OWl TO IIC"VPn CO . STµOMO )/16 Txl(x OIAJETE PLATf I Lil P'Ty SWIM, .,u MOUTH YEE SEn IM LnIQx TO III COVII. [cwL TO lOF71TE MIT. tacenl SEAL Co. w, 10 aTu IUI W..,. s�xu,rM� q, '— it WWI%..nit IIIM.'1, i +;:,: ' Txk.o 11.OSE T1u1IV Yl.x ii Cµ µ4 CHAIN E^.Wl TO JM[5 J." J-341 t+ a kM[E.• SCREWED E' WVMIiEO EOM IM i" YLVµ IitO .Mx PIK. y' lMt If MOT 10 !a [OV 1 DATE VALVE. 1-70 \ [ AL 0 STD[Mµ 4q)9-0 }'.I'Yi' Tn Y'CLOSE OVPLE BETWEEN TE[ 190 lUM Y"10' [lFM 2 CLOSE "I'll 2-1 IAM I'm i•'OALVMIRO RAM'tot REM EV OP OI AlW 4 RWIY TO!IT I It LOAD .r W n1Ox—/ IQ CU.".w o au",• I'll "W WITW [1s' TM 101 OMIV p^MF RETAEREI M 1"REtx r,A MA... j.P o�b.i7. !ti oOl ti.�.. �..• unuL A D AVER 10w PLASM tK. - Ate.° °����•:� A:�a OttI Wfx[O CMv[l. tN x0:[ IM PIPE. ELEVATION 2" BLOW-OFF ASSEMBLY WATER STANDARD DETAIL CITY OF RENTON No, TG SCALE DEPARTMENT OF PUBLIC WORKS MOVFY�l s,Stn Ylll M TM 1E^W(tll( Iw/IN YP IMCiaL 1"CWWTIN SYOP Vltx 1/NN I[MT tKx SIN N 4T. WAS"CaIYL TO R[llft a.x-na)S o IOg nR tit 1"TYN "It"SOFT CPPII VISION a uW wEV tit VAPLT PLAN /MMINI PIK MC CNE,TO N E/ CLEY f[I 'LM IP LNlTIM "In WAAL To NIPIC IN ,to, N 4LES1 MIYIaIi Tarv! N. MI YITx SOLID LID:R1N VAN Pl \ i 1/0"Dv,Rru I'll POLL I(-rpx Nlrttll. Lan!SMLL x!ry YDIINK an. naltr SMCTx ALM AND aV141q rKIK Dr YDJYS1RxT 1E' NA,IIKS.,h 1' NicYlllf 'I glDIII COCNTE STALIN NIb M KNEM,IIKS LLRTI STEP —1 M'W- Nrnl Im MILAN An LYN, II"Ylw rP vavl CMRLI EDWL TO NYto-CONCRETE PIINDLTI,- LIn P SIANL/ rrr- "SIGN S' LD- Mfl N[rIDY wow TO MTw"If PILOT SWIOA rr ""A MLI. IOWW 4.NYTP tOK rupatn IK. I ' TI �' LP:url wN..xD T.wrNr rxa mtat rartTxuER raM tau � TO tTMrDM EED nw+u tONPattD g[m4 rut AN, Y.LI. a7[ MILIIO IWFWT:p 6MVEl: P TAII , M 1pl W IxttllP 4l IKIIIO ELEVATION ELEVATION 12" GATE VALVE INSTALLATION WATER STANDARD DETAIL CITY OF RENTON NOT 10 $CALF DEPARTMENT OF PUBLIC WORKS IIA.c,. logo "It i Ott.Mn(DII, at Y UK µ•W W(µw KL(•$( VUVI MI(MI, SM.LL K IRMII[0 AT THE HIGHEST'CIA,OI LIK- If M14 i' RUI[E IlRAMEY MORE IMIS IY A LOGIId MNK •Sstav Caim K I' µp GVlilp ONE, n I (µm L , rtK DO lK AKITII KITH Or LIK TO IIK. ILLU LOUR CREATE ML ATE MIGM MIVT AT A LA WHEN ASSE1(AN r K INSTALLED L- i"WM MF VIHO I .IIE Tom Ir+ir'L011LNT[MIER nI m« LOT ORINIM AS KWIKD, )/r'STEEL DIMb*RATE (OVER - AIR• IYSULUTIM.~ tOMI"ROG-TlR MT(•SEAL LO AWIU RIt K i MR(DOG. II(l0 LOUT(. MOORE Mld SMK.,",( i'R 4"RE i' SO• SIM P'ESP KM WITH CLOSE -.LOSI NIpL( KRF(N KYD W Tit Ipll ["SO- KM M IM t' LOWE IbM IIp KOGiI UTE YNtt. RNNL c, " 1r LMk TO K.um '. Co.. I10. M, ib i-i"K'ullDi Ilex 0.Mt Nlptl KTMU um o E"GMMLDIIIO IMY PIK i tp WITH I/r WOLI IM D41N •}`dam" �� �• •� f� +". .^7:a: L-t• ri-IM rITM 404 BETWEEN 'y�ja •rb •G' iv�l J .M�$ Y LO,, THR .-Iy STM SO° N.V. e } •'. a^ a' .: '�Gy •. I.I. I tO11IA, fDOµ TO `A• ro',J:'x '4 URe• '�'[W tGI(lllI ll CO.LO. Y-SypL$ I wAl: GRAIL,, ISLLK e FLYMIitp 11p 11 40 KTAIMEO OM 1" I,It TD 117 KS.rU DMIY ODMIt ST4L• i"rC KM Kult[ All On mMK VLLK [lM WITI IK Tq 1D i" UKMLI -AMp IIT[MW IT MILLER L0, M. 14M M I41ML 2" AIR 9 VACJUM RELEASE VALVE ASSEMBLY WATER STANDARD DETAIL CITY OF RENTON NOT To SCALE DEPARTMENT OF PUBLIC WORKS luTlle lyro �I III IwIwwVED✓,R+-or-w• e IT'd!'CON"tt qRI MR VITA 1.� INSl4l qR.Dw AT PwuTr Un vir SRu DIMMD run COR.. I EMN, TD.a-nR Arm$14 CO [ w. tgnA R01 FI +� � rlwGtD-[IeOY ON RICE III. y 7"', 1 {1����11YY.. Inx nrt rllwt n.twt[ODY ro POPE. n-S rM IS' ILANCED MCI. "In.1. IAM PVC q-)rM P. 'EWE IN CEO AND MDLOC.VINES COOL TO l41{t JOES(O. l-ISll-I wi{II wT[A v-t DE sWu ED IT, M MIEEY INDx PIPE iI TIIE Cln L,IYM'IEIE rApY PC"C"p11 AL gMISED "m ull MM POPE T NgAo Eau" TD NltuE. N-1a010 • uwY. "q•tD CAME.IMLE 1 00' ILRM, IJ SC"Ito. Ir Illati n m W,SAW Kv E✓ AN to' ELRM. smito CAPITAL COUPLING MIAMI AS KQDI"O CIDAt NIM1I KT t"ttw TV ITtlAu 111(M SdVICE LIq SD" LLPON. xNEVER SS•E,IEY. "➢EYED "ME YIM I DRIVER.[LAM, "'ILRM. M1AEVED R Lt STME IM 1.11 T n'Mitt CLOP [D TO NtLLE.to, It SE Zee WATER SERVICE c1 =� p 1tf'.I Js (MAnt qiA ea : IN INIPPRURD.IMT-ff., C VIh O/ID' SIT EIAMND 1110.1E COVA [ IYST"l Ai Roe Al IMPENTv k EQOAL TO FK,IITE qIE.SEAL CO. 10 I lxt LATER NOT,_- _` w 'N1Y -- — SO READ MET gttR COW LINE T. E011 COME.SM.YI[I IQWL TO ■R • 5 LLIR CD. -IAD00 !� "T[P WWI STO,YIIN IOC.VIA,In COME. SERVICE EOM TD AL II[P to 0•14255 CD "W STEP Iq1 EYE TwEAO "At V' SO"COMV TV.INL YO,COPPER SERVICE CDu" TD g1ELLER to. 0-ISMS. INSTAL"➢DWCTIY 1.10 Diii IlM a CAST IRM P,•E MIER PETER R K SUPPOU IN,We CITY, 11 SERVICE 1.41 TD DMst IS To BE INSTALLED IN TNI WIN IYSTKI San taro TORINC cW LI%C COMA To IRM PVE {OWL To III Co. R-IS.OS YITN GALVANIZED -� INM C✓. NEOPERn (INFP CARL' AT" i CAP AND INSTALL MALINc A✓nEN AS / REQUIRED TO INSTALL"IN SERVICE LIRE •' COOP WW TO CENTERLINE EP Ai PA4 To PMVIOE SL". IN SOME [AST EARN M MISS SRI"I CE IINS To MIER NEW,MIN I �J/• —)7 9 It WATER SERVICE \AM SASBESTOS [EVERY MTR[t.ISI WIA, StM,N 5 IMTEII pV 5(Rv4f [LMV IQUAL To VINE CUP CO WATER STANDARD DETAIL CITY OF t'FNTON Nor To $CRY,' DEPARTMENT OF .-USLIC WORKS NOVEreE. ISVD r- SERVICE CONNECTION DETAIL TO EXISTING SERVICE TYPE 1 Retap Existing 3/4' Copper Service and if necessary Adjust Meter A Meter Box to Grade M_. HEW COMER SERVICE alma::. area 1rw61001 us"" ----- - 0$T "TTIG SEanCE 1.at ��\\ - -- -_- -= __$__ ________________ 0 D CUR,OEM S CORRECT EXISTwG \1 COOPER LRIE TO NEW CORPORATION STOP Saw a" Ex16 nNG Y�RI TYPE 11 Retap and Replace 3;4' Galvanized Service with 3:'4' Copper Service and if necessary Adjust Meter 8 Meter Box to Grade TYPE III Install 3/4' Copper Stub Service including Meter Box NOTE: 1. For TYPE 11 8 III Service Information See Standard Detail for 3/4` 81' Water .,ervices 2. On Watermains that are Bonded for Cathodic Protection All Service connections shall have Service Insulators. WATER STANDARD DETAIL CITY OF RENTON NOT TO SCALE DEPARTMENT OF PUBLIC WORKS MAY 1984 DEOHLORINATION TREATMENT PROCESS: AMOUW OF CM CAU5 REOUIRED: DwtAO melwn•bobwv..ha 0y V1e nmWnneaa chem.:N Inchon Of TW lax t chgnrn m OND ape11M wul Oe n fiml�by tra.blg wm oM h We er10 COR*Wwd~m m One Mplilm wan a deChlaKnbon agent pl lln chs . ksnd m TAW,1 TM Am nt of ills Ct .,20u�n0 MII The bps 6 w iaM Of dxtt cx M aKen swrae.•e WOO l y and from Ta01e 1 ease on an wluma a wanr.M i1e lawdual lasah ThimAl►(r AMYdlo l rytbnM COnznin0on in tha y0elme TaclntN gm 1000, hags $mom 40111s TABLE 1 yq TscN grode—N a 1001b bags pwR a D80n -tg Dham�r2f5 Fk .-md to NpUlr hbe Va,O , Ma m limmom Ismyaoua) Andual ch o ne Cm,oenlmoons tot Every I ow C 1",of vale• Tocrm.fJtl 9o0 lmlb tops and 4001b a':ns C111r1aM1.n0 Arrlel.n nea+ao(Pa.rd.l NaalOuai CNOmIe Sedumco�ovm Soma Ww ow TwAydrr Sodwm &whale Ida a parr,) InarerMydrousi 6111hn lennydrouv 10 02 015 C n aD 06 045 0n a0 Oa 0GO I u 50 0 O R 0 ] Morn fdlbn A 1%M Vpt anck a,y~cl an O.chwnM chammal wm a pl and by dlodv,nq every 11h a a hl meth an"l u.p m 1001M of wAtN When preparing m6 soi~ tM ChM l ahgAO W YJfnC to 1 w.1Er aM mty until rya cM ,al naa ar PmWiy a.adBd APPLICATION: LOCAL SUPPLIERS !. — meowd Fa smell(MW,n dechkM tg Gan he ache by CaMCtmg ine Van Waters am Rodger. Mk ",W yanr n a connmment w l eM a .ng wam Gonnnuous 620t$ 2121n mixing IM m orvd Anmunl OI a Oa 0n naOol oher."l atOck adueon Kent WA To.@361$1 a 672-5000 (1E Of OKhk Mhng Chm l4O wary 1001m of w, l Cvftlr 11a11.FMa MIMM JOnBS C1nmCU5.InC For urge gpw,ne y m co wW n l a ire chbnlxn0 wale,Is 1919 MenM Vro Drive .11pra l"(me cM"Wu reed memod n wommenOeO r1 no .u, Tacoma.WA To•5721030 br the chkMMbd wanl wli w aa1 al a CMannt rate..,vhl e m tant ran 01 dechbnnatxm clw "I stack w~NWI oe led i111 iha 1kw The two rkns wil'pe proponioMd s0 that"d hlomnaaM CM yvssl Corpaatmn c e ,cal con nwai o .1,be,onb. b mr0ugnoul the paled 2920 N E Blakeny ,paned n tiu the Chgnnand"W Iron the ppN,ne SM1tle.WA TO.52581 o ODO-5628194 PROCESS FLOW DIAGRAM: �I Ilecnbnmbm Crnmran 1% IM aeghq I Sa"ce a Supay Conu,mMr,l Dchalge to OR Chk nmw ,.1laell S1rrr ng sMnr(ptpwolr (tank tN kl AM hyamt W) WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS eaa<„ M CATHODIC PROTECTION JOINT BONDS AND THERMITE WELD ^ �rRR6RM/rE WEal CY r TfI r/rrANri� RCCO T '04" f RANLEp CORW Rl AMG ?rRAr�.ifp CYIAM�R WME W/rM n MCYArAON 1. RMRf WFrN ?W AS4&ArR,y,/ 7rl.r~lrw WELD rAL-AWIre RELp R.Rf OO'WMErrA ,IM AP RF RSYNfC.'Aav,rw MECHANICAL JOINT BOND PUSS JOINT BOND /w.`E•/Ze 04APA" r^w~lre weco CAP AREA ro 4%4%t.r merwc �'/ALaL/he A'AERMWrE "tLO WA4W cGMAPCno v AV F COAi rr1 C LO ALV CE L Ov rNERM/r AF p LAP ro COcO MhAEO COAC )M ANfTiC ANO AA�1(r _ CAR >p Frrcp iA" A.vo ✓E REDO MERMFrE r1EGO/NG Of /Z /2 AAK iMrCLER WNa a (JJE CDAYt (LCQ'yE pti• �L f�IfG JO/NT dpMpq./G R/ACS THERMITE WELD WIRE CONNECTION YhMlf1,T1 es.row.ru...,.� wuwar rra.n e. arwna unb..0 wLAow ccarro a.w oa urm War cero•ar. wrrtc. M rKirw MOTE: nv ww,m TfR7 CDM7NNN7T ONION TO BACRPILLR4 RPAM rwrwe r SPA" JOINT BOND CONTINUITY TEST SCHEMATIC WATER STANDARD DETAIL CITY OF RENTON NOT TO SCALE DEPARTMENT OF PUBLIC WORKS APPR. 1983 CATHODIC PROTECTION FLUSH MOUNTED TEST STATIONS /-C*' $LAO NN/!N GEAOE /'i�� / �CaNC SLAG ini •r }F.n u •u[ niiq m fCf/6r+ wgLNTEO TERM// L CLOCK FC U3/I MOL/NTEO -TCRNNAL AL of ! TiST SrArp rEST lrArryN !-w?ANS Cp4YR Nlfl n'r. MN/TE Wa w/n. ww/TE TF w4tl.-T/o� T/Y NIt.0 AT/ON rw NsuL Arro rMEwvecrnM- �riN C iqN LTYP COM\Y'CT/JN � TYP � NSULATEO \ .iiwr 01 A/�LiKT fir✓ TYPE T. Simple Test Station TYPE 1. Insulated Joint COA<RETE aLA! t� �FN�S^+ sAr1LY rE~w/ G(OCA fcul.� nq✓NrEO TEST STgr/OV—�_ _:-/ L e / �/z wN C / 'R wlr % CG�YR sntE rv/rr. (y/Cw n1�6 n/rn GLUE Tw w�ELIL rAV~'rE NAt0 pIP nuRF CONN rYO' �OREdY/ ONCL/NE-.. OwwEw3 AKtil TYPE F. Forsion Pips Crossing WATER STANDARD DETAIL CITY OF RENTON NOT TOGC4Y.e DEPARTMENT OF PUBLIC WORKS •PRIL 1983 Page 209 Standnrd Drawings ASPHALT CONCRETE OR SITVMIOUS PLANT MIA REPLACEMENT PATCH CUL SMALL BE VEFf ICAI Ed10 IN REMOVE L00fEN[D ASIMALf TRIM VERTICALLYSTRAIGHT LINES AS DIAECTED. CONCRETE (RISTfMC Af INAPT PAYE M[Mi [LISTING EOMC A[1[ IA Vt M[NT COMPACTEO CRUSHED ROCK _ TTOE NN. 7, VHEM OROEA[D f RISTING RI410 LASE A„ BY THE ENGINEER � COMPACTED TRENCH BACK 1'1 Ll A L T E R N A T E ' A ' ASPHALT CONCRETE OR BITUMINOUS VANT MIA PAVEMENT REPLACEMENT CUD AID IN STRAIGHT BE RAIGHT LINES VERTICALIMESES NT L PATCH Xe THICKNESS OF EXISTING AS DIRECTED CUT WITH PNEUMATIC PAVEMENT CUTTER\ >' PAVEMENT 126�k ILVS }" I \ _ EXISTING CDMCAlT[ EXISTING ASPNALI .P AVEMINT IA Yf NE H.i / EXISTING RIGID BASE WHERE VIOIM OC PATCH IS // LESS THAN S'WHERE PATCH IS A' OA/ S/d,MIN()S MORE IN WIDTH ZFUSHFD ROCK COMPACTED TRENCH BACIFILL—� I" 6" IE'• VARIAB RIGID PAVEMENT WITH ASPHALT -•CEMENT CONCRETE PAVEMENT— ^�• CONCRETE SURFACE- A L T t R N A T E I ' T Y P I C A L P A T C H F O R R I G I D P A V E M E N T ASPHALT CONCRETE un BITUMINOUS EXISTING ASPHALT CONCRETE PLANT NIX REPLACEMENT PATCH y' MIN SURFACE 6" MIM �` EXISTING OIL MAT 1-__ EXISTING PAS[ y8 MINUS CRUSHED ROCK _COMPACTED TRENCH SACKFILL T S' I I C A L P A T C H F O R F L E X 1 I L E ► A V E A E N 7 GENERAL 0079: 00 NOT SCALE CONCRETE MIX SMALL It CLASS OR CLASS S(I-1/t) WHICHEVER IS SPECIFIED. PAYMENT CITY OF RENTON "Ct KINY CONCRETE CUSS ( ) FOR PAVEMENT PATCH", PER CUBIC TARO. Pavement Patching / "ASPHALT CONCRETE CLASS 'I' FOR PAVEMENT PATCH", PER TON "BITUMINOUS PLAN* NIX FOR PAVEMENT PATCH", PER TON Siondord Plan No. IS ENDING OF FILE FILE TITLE w T C+� rant Ale. Soie'H1 CLt lltc� En9ineer ( n9 wlalv er �ro�ect7S