HomeMy WebLinkAboutWTR2700880(2) W-880 WELLS #1, #2, & #3 WELL HOUSE CONSTRUCTION WTR-9 l
#3 Contrast Documents
BEGINNING
a/O� 1F� � F�ILE
FILE TITLE Ofj
z ec)
(3) Lk6u-Se- (3*5 040
�+Pvc 6cQmeKX-,S
1
1 S112S.12
G26.23
10/6/87
CITY OF REN'TON
ADDENDUM NO. 1 TO THE PLANS AND SPECIFICATIONS OF PROJECT W-880
' WELL NOS. 1, 2 8 3 REHABILITATION AND CONSTRUCTION
TO ALL PLANHOLDERS:
' You are hereby notified of the following changes, deletions, additions and
corrections to the plans, specifications, and other documents comprising
the contract documents for the City of Renton's Well Nos. 1, 2 E 3
Rehabilitation and Construction.
' I. GENERAL
Due to pending changes in the National Fire code, a chlorine gas
removal and rinsing system shall be addai to this project. The
rinsing system consists of a ceiling mounted water sprinkler system
in each chlorine roan that is activated during a chlorine gas leak.
During operation, the fallin3 water droplets capture elemental
chlorine gas that is preseiit in the room's air, and washes the
trapped chlorine into the sanitary sewer system through the building
' floor drains. The work required to accomplish this addition is
detailed in attached plan sheet nos. Al, A2, A3 and A4. These sheets
are, by reference, made a part of the contract documents for this
' project . Additional work necessary as a result of this change
include:
I 1. Move all ventilating louvers from the doors in the :hlorine
rooms to the wall panels and add motorized dampers tc the
louvers. During a chlorine leak the dampers will be closed
` to seal the room and prevent the escape of chlorine gas
' before it is removed by the rinsing system.
2. Change ceiling material in the chlorine rooms to a substance
that is not effected by water spray.
' 3. Change wall coatings in the chlorine roans to a substance
unaffected by hydrochloric acid.
4. Increase size of floor drains in the chlorine rooms to
accommodate the sprinkler spray '100 gpm per room) and change
I floor drain material to PVC to resist hydrochloric acid.
5. Change material of the sanitary sewer from ductile iron tc
PVC to resist hydrochloric acid.
6. Change light fixture material in the chlorine roans to a
tlush mounted, wet environment tupe to resist water spray.
I 11. GENERAL
Due to budget constraints, the chlorine equipment in Chlorine Feed
Room 1 , and Chlorine Storage R^om 1 will be deleted from this
I
City of Renton--Page 2
October 6, 1987
contract. The equipment will be installed by the Park Department at
a future date. The contractor shall provide all non-chlorine related
equipment (lights, electrical devices, floor drains, etc.) in thin
contract so that a chlorination system can be added in the future,
without requiring building modif-ications. The following chlorine
equipment will be provided in this contract: 1) gas detector; 2)
feed and solution piping to the pool pipe gallery, and, 3) sprinkler
system.
III. GENERAL
Due to budget constraints, the Pool Building (Rath House) will not be
connected to the new sanitary sewer provided in this contract.
Delete all references to this work.
IV. GENERAL
i The following subcontractors have been approved for use for the
i Automatic Control Equipment for this project. This information is
presented to assist General Contractors in preparing a bid price.
1. Uniface Inc. (40b;139-3373
2. Universal Interface Tectnology (415)592-9550
V. SCHEDULE OF PRICES, PAGE 4, ALTERNATE FOR EQUIPMENT
1 Add the following paragraph:
�I THE BASIC 810 SHALL Rr FOR THE WELL BUILDING, COMPLETE WITH THE
AUTOMATIC CONTROL EQUIPMENT SPECIFIED. THE CONTRACTOR SHALL
SUBMIT AN ALTERNATE ADD OR DEDUCT PRICE FOR THE CONTROL '_QUIPMENT
LISILD BELOW, WHICH MEETS THE FUNCTIONAL REQUIREMENTS OF THE
f.PINTROL EQUIPMENT SPECIFIED. EQUIPMENT QUOTES MAY RE OBTAINED
FROM 'UNTVER'A1. INTERFACE TECHNOLOGY.'
Phone: (415)592-9550
1. RUGIO COMPUTER S _
VI. TECHNICAL SPECIFICATIfINS, DIVISION 9; FINISHES, SECTION 9.6
_ Add ti.e following section:
1. CHU BLOCK (INTERIOR CHLORINE RUM WALLS)
SURFACE PREPARATION - ACID ETCH
ONE COAT HI-BUILD EPDXOLINE
4-6 MILL OFT
ONE COAT HI-BUILD EPDXOLiNE
4-6 MILL OFT
ONE COAT ENDURA-SHIELD
2 MIL OFT
i
City of Rentan--Page 3
October 6, 1987
VII. TECHNICAL SPECIFICATIONS, DIVISION 11; EQUIPMENT, SECTION 11.4, PAGE
11-7
Now Reads: NPSH - 24"
Snould Read:
NPSH (MET POSITIVL SUCTION HEAD) - 24" OF WATER SUBMERGENCE MINIMUM
VIII. TECHNICAL SPECIFICATIONS, DIVISION 11; EQUIPMENT, SECTION 11.4. PAGE
11-9. SUBSECTION "PUMP HEAD"
Now reads:
THE PUMP HEAD SHALL BE FABRICATED STEEL WITH A...
Should read:
THE PIMP HEAD SHALL BE EITHER CAST IRON OR FABRICATED STEEL WITH A...
I IX. TECHNICAL SPECIFICATIONS, DIVISION 11; EQUIPMENT, SECTION 11.4, PAGE
11-9. ',UBSECTION "COLUMN"
' Now ,ad5:
PUMP COLUMN SHALL RE SCHEDULE 40 PIPE WITH THREADED COUPLINGS.
' Should read:
�. PUMP COLUMN SHALL RE SCHEDULE 40 PIPE WITH THREADED COUPLINGS,
12-INCH MINIMUM DIAMETER.
X. TECHNICAL SPECIFICATIONS, DIVISION 11; EQUIPMENT, SECTION 11.4, PAGE
11-9
' Add the follow`ng sentence:
THE LINE SHArT SHALL BE ASTH C1045 WITH FLAME SPRAYED JOURNALS SIZED
IN ACCORDANCE WITH AWWA SPECIFICATION E101, SECTION A5.5 PER TABLE 3.
Xl. TECHNICAL SPECIFICATIONS. DIVISION 11: EQUIPMENT, SECTION 11-9.
SUBSECTION "BOWL AND IMPELLER ASSEMBLIES"
Delete the following sentence:
THE SUCTION BELL SHALL HAVE A SMOOTH ENTRANCE INLET AND SHALL BE V010
OF ANY THREADS, HOLES, OR OTHER FAULTS.
III. TECHNICAL SPECIFICATIONS, DIVISION 11; EQUIPMENT, SECTION 11.4, PAGE
11-9. SUBSECTION "SEALS"
Now reads:
...WITH A MINIMUM OF TWO CAGE RINGS AND FOUR RINGS OF PACKING.
Should read.
...WITH A MINIMUM OF ONE CAGE RING AND FIVE RINGS OF PACKING.
XIII. TECHNICAL SPECIFICATIONS, DIVISION 11. EQUIPMENT, SECTION 11.4, PAGE
11-10
Delete
Delete the following sentence:
ALL OTHER SUBMERGED FERROUS METAL SURFACES SHALL RE EPDXY COATED, AS
SPECIFIED IN SECTION 9.0 "FINISHES."
City of Renton--Page 4
October 6, 1987
IXX. TECHNICAL SPECIFICATION, DIVISION 18; MEASUREMENT AND PAYMENT,
SECTION 18.9, PAGE 18-3
1 Now reads:
..INCLUDING: VACUUM CHLORINATOR, ACTOMATIC SWITCHOVER
VACUUM-REGULATING VALVES, CHLORINE CYLINDER SCALES, CHLORINE GAS
DETECTORS, COORDINATION WIT'1 THE PARK DEPARTMENT FOR POOL HOOKUP, AND
ALL OTHER WORK NECESSARY 'OR A. COMPLETE CHLORINATION SYSTEM FOR THE
POOL.
Should read:
...INCLUDING: CHLORINE GAS DETECTOR, AND PIPE CONNECTIONS TO THE
POOL PIPE GALLERY FOR FUTURE USE BY OTHERS, AND PORTABLE WATER
SUPPLY.
Addendum Number 1 is hereby made a Part of these corcract documents, and
its terms and conditions are fully binding on t'..2 planholder and
contractor. The contractor shall acknowledge receipt of this Addendum
Number 1 by signing in the space provided below and attaching it to his
proposal.
RH2 ENGINEERING, P.S.
Richard N. Harbert, P,E.
Issued October 5, 1987
Received and acknowledged:
Contractor
By
_Title
1 _ Date
CITE OF RENTON CALL FOR RIDS
t Wells 1, 2, and 3
Rehabilitation and Construction
' Sealed bids will be received until 2:30 p.m, October 15, 1981, at the City
Clerk's office and will be opened and publicly read in the 4th floor
Conference Room, Renton Municipal Building, 200 Mill Avenue South.
The work to be performed within 150 working days from the date of
commencement under this contract shall include but not be limited to:
' o Construction of a TILT-UP concrete well building in Liberty Park,
;ncluding site work;
0 Provision of pumping equipment for three potable water deep wells;
o Provision of equipment for fluoridation, chlorination, electrical
and automatic control systems;
' 0 Demolition of existing well facilities.
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 contract documents may be obtained
at the Public Works Department office at the Renton Muncipal Building for a
fee of $25.00 each set plus $2.50 to cover postage, if mailed,
' A certified check or bid bond in the amount of five (5) percent of the
total amount of each bid must accompany each bid.
The City's Fair Practices and Non-Discrimination Policies s.,all apply.
' Ma ,'ator,,—�k
Published: C.
' RECORD CHRONICLE: 9/25 and 10/l/81
JOURNAL OF COMMERCE: 9/25 and 10/1/81
1
t
ERTIFI:AfION BY PROPOSED CONTRACTOR, SUBCONTRACTOR AND SUPPLIER REGARDING EQUAL EMPLOYMENT OPPORTUNITY
General Construction, Inc. Water Project #880 - We11s Nos. 1,2, & 3 Rehabilitation &
are CT r me Contractor GD:IS tITJCt1OnPro)act Name
INSTRUCTIONS
his certification is required pursuant to Federal Executive Order 11246. The implementing rules and
eculations 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
arcncipated in any previous contract or subcontract sub3ect to the equal opportunity clause; and, if
c, wnether it has filed ill compliance reports due under applicable instructions.
the City has heretofore adooted Resolution 211C under date of June 2, 1990, emending a 'Fair Practices
Policy.- as implemented by an 'Affirmative Action Program' therein amendinq the policy of the City of
enton to promote and afford equal treatment and service to all citizens and to assure equal employme..;t
pportunity based on ability and fitness to all persons regardless of race: creed; color; ethnicity,
ational origin; sex; the presence of a non-job-related physical, sensory or mental handicap; age or
as rital status. This policy shall likewise apply to all contractors, subcontractors and suppliers
onducting business with the City of Renton who in turn shall affirm and subscribe to said practices
nd policies. The aforementioned provisions shall not apply to contracts or subcontracts for standard
ommercial suppliers or raw materials or firms or organizations with less than eight employees or
:ontracts of less than $10,000 business per onnum with the Ctry.
an the Contractor/Subcontractor/Supplier (hereinafter referred to as the Contractor) is required by
he City of Renton to submit an Affirmative Action Plan, the minimum acceptable percentage of minority
mployment will be that percentage wt,ich is currently listed in 'Appendix In (City of Renton Goals and
timetables) in the published City o: Renton Affirmative Actir:n Program, i.e. 9.1%. This Program is
vailable for review at the Municipal Building.
he undersigned contractor therefore covenants, stipulates and aqrees than during the performance of
this contract he will not discriminate against any person in hiring, promoting, discharging, comoen-
ating or any other term or condition of employment, by r^aeon of such perscn's status, reference
e (11) categories listed in par&. 2 above.
..ontractor further agrees that he will take affirmative and continuous action to insure full compliance
with such policy and program in all respects; it being strictly understood and agreed that failure to
reply with any of the terms of said provisions shall be and constitute a material breach of this
ontract.
]ontractor shall. upon request and/or as soon as possitle thereafter, furnish untc the City any apd all
'nformation and reports required by the City to determine whether full compliance has been made by the
ontractor with said policy and program and contractor will permit access to his books, records and
ccounts by the City for the purpose of investigation to ascertain such compliance.
Contractor further acknowledges that he has receivel a true and complete copy of the City'$ 'Fair
rartices Policy.- CAG
Contract Identification Number
ERTIFICATION BY: CONTRACTOR X or SUBCONTRACTOR _ or SUPPLIER
NAME; Imco General Construction, Inc.
ADDRESS: 4509 Guide Meridian, Bellingham, WA 98226
REPRESENTATIVES: Frank Imhof
TITLE: Fresident PRon; (206) 671-3936
Contractor/Subcontractor/Supplier has participated in a previous contract or subcontract subject
to the Equal Opportunity Clause: X Yes _No
Compliance reports were required to be filed in connection with such contract or subcontract:
X you _No
Contractor/Subcontractor/Supplier has filed all compliance reports due under applicable
instructions: X Yes _No
If answer to item 1 is 'No', please explain in detail on reverse aid. of this certification.
CERTIFICATION; The information above is true and complete to the best of my knowled4e and belief.
Frank Imhof, President
Name and t Of gnfr (please type or print)
�— October 16 1987
Ignature Date
*viewed by City Authorityr Data'
CERTIFICATION OF EQU- EMPLOYMENT OPPORTUNITY REPORT
Certification with regard to the Performance of Previous Contracts or Sub-
contracts subject to the Equal Opportunity Clause and the filing of Required
Reports.
The bidder x , proposed subcontractor hereby certifies that he has x .
has not participated in a previous contract or subcontract subject to 7he
equal opportunity clause, as required by Executive Orders 10925, 11.114 or
11246, and that he has x , has not , filed with the Joint Reporting
Committee the Director the Office uT Tederal Contract Compliance, a Federal
Government contracting or administerini, agency, or the former President's
Committee on Equal Employment Opportunity, all reports due under the applicable
filing requirements.
Imo General Constxt tion Inc.
(Company)
By: ' Frank [m(wf
President
Title
Date: October 16, ;95'
Note: The above certification is required by the Eqval Employment Opporturity
Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and most 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 e0-1.5. (Generally only contracts or subcontracts of
$10.000 or under are exempt.)
Zurrently, Standard 'orm 100 (EEO-1) is the only report •equired by the
Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a
previous contract or subcontract subject to the Executive Orders and have not
filed the r^quired reports should note that 41 CFR 60-1.7 (b) (i) prevents
the award of contracts and subcontracts unless such contractor submits a
report covering the deliquent period or such other period specified by the
Federal Highways Administration or by the Director, Office of Federal Contract
Compliance, U.S. Department of Labor.
Rev. 6/83
PUBLIC WOR', OR IMPROVEMENT
' PARTICIPATION CERTIFICATION: REP. ACM 35.22.650
CONTRACTS ERCEEDINC $10 000 tOR $15 000 FOR WATERMAIN CONSTFUCTION
MINORITY BUSINESS ENTERPRISES (MBE)
and
1 WOMENS' MINOPIIY BUSINESS ENTERPRISES (6^3E)
(BUSINESSES OWh'EV AND OPERATED BY WOMEN)
contractor agrees that he shall actively solicit the employment of minority group
embers. Contrartor further agrees that he shall actively solicit hide for the
subcontracting of goods or services from qualified minority businesses. Contractor
`hallL hp
furnish evidence of his compliance with these requirements of minority
loyment and solicitation. Contractor further agrees to consider the grant of
subcontractors to said minority b'idecs on the basis of substantially equal
roposals in the light most fivorable to said minority businesses. The contractor
hall be requited to submit evidence of compliance with this section as part of the
id. As used in this section, the ter; "minority business" means a business at
east fifty-one percent of which is owncd by minority group members. Minority
roup members include, but are not limited to blacks, women, native Americans,
rientals, Eskimos, Aleuts and Spantsh Americans. The City will consider sworn
affidavits presented by suucontractors in advance of contract sward as one means of
establishing minority status In accordance with criteria cited above.
To be eligible for award of this contract, the bidder must execute and submit, as
part of the lid, the following certification which will be deemed a part of the
�esulting contract. A bidder's failure to submit this certification or submission
of a false certification shall render his bid nonresponsive.
' MINORITY BUSINESS ENTERPRISE CERTIFICATION
Imo General Construction, Inc. Certifies that:
Name of Bidder
'(a) it. (does) (does not) intend to sublet a portion of the contract work and
!has) (has not) taken affirmative action to seek out and consider minority
business enterprises as potential subcontractors.
Lb) the contacts made with potential minority business enterprise subcontractors
and the results thereof are listed below. Indicate whether MBE or WMBE and
' identify minority group. (If necessary, use additional sheet.)
MBE Min. Gr. WMBE
El El
(Name of Firm, Bid Item, Results of Contacts)
2. h6111I h" {' 1 ❑ ❑
3. LL , LI'P7 sI' 4 0 r10_
' 6. 11.j jIr c ❑ ❑
S. ❑ El
,Mr.ft. Juiy Bracket has been designated as
the liaison officer for the administration of the minority business enterprise
,progro for this fin.
CELTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN
Bidder is to indicate by check-mark which of the following statements pertains to this
' bid package, and is to sign the certification for that specific statement:
a) It is hereby certified that the bidder is exempt fror_ the City"
' Affirmative Action Flan requirements 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 510,000."
' Company Date
BY:
Title
OR F_x� b) It is hereby certified that an aoproved Affirmative Action Plan is on
file witt the City of Renton, and that said Plan specifies goals and
' timetables which are valid for the current calendar year.
Imco General Cunst n Inc Date
Compan-, / Date' BY: . / FrDn�C :nt�of Title President
--r---7
i
OR C c) It is hereby certified that an Affirmative Action Plan is supplied with
this Bid Package. Said Plan will be subject to review and epptaval by
the City as a prerequisite to -he contract award, and it inclines:
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 7tilization.
' Company ate--
, BY:
Tile
' OR d) It is Hereby certified that an Affirmative Action Plan will be supplied
to the City of Renton within five (S) working days of receipt of
notification of low-bidder status. Said Plan will be subject to review
' and approval by the City as a prerequisite to the contract award, and
it will include:
1) Present utilization of Minorities and Females by Job Classification,
' 2) Goals . d Timetables of Minority and Female Utilization, and
3) Specific Affirmative Action steps directed at increasing Minority
and Female Utilization.
' Date
Company
BY:
Title
Rev. 9/9/75
� In"Rorstruction
Md64C9�w
(206)671.3936
AMRMATIVE ACTION PROGRAM
' IMCO General Construction, Inc. hereinafter known as "contractor" agrees to
the following plan in meeting its equal opportunity obligation pursuant to
Exxutive Order 11246, and Title VI and VII of the Civil Right Act of 1964.
' 1. Equal Employment Opportunity Policv
Contractor'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 handi-
caps, age or marital status. :his policy shall apply to every aspect of employ-
ment; upgrading; duration; recruitment; layoff or termination; pay scales; and
' apprenticeship or on the job training.
2. Equal Employment Opportunity Officer
The Contractor hereby designates Judy Bracken, Office Manager, as EEO Officer
with full authority to administer and promote an active program of equal employ-
ment opportunity.
' 3. Dissemination of Policy
a. Contractor's 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
policv and contractual r(-sponsibilities. To insure the .wise is carried out,
the following minimum actijns will be taken:
1) Meeting of is-eman, le,, n and personel indicated in 33 above, will
be held periodically not less th.:,. semi-annually and contractor's equal employ-
ment opportunity policy and its implementation reviewed and explained. These
' eetings will be conducted by the EEO Officer.
2) All new foremen, leadmen and personnel indicated in 3a above will be
thoroughly indoctrinated by the EE) Officer covering contractor's equal employ-
, ment opportunity obligations within thirty days following hiring in.
4. Recruitment
' A. Any advertisements for employment in t'+ newspaper shall include,
contractors statement, an Equal Employment Opportunity Employer, or recruit-
ment for contractor, employees will be by Affirmative Action order to the State
Employment Security Commission when a vacancy is to be filled by a miniority
group person.
1
BYnwn.y Wfttvpom 90226
AFFIRWI= AMON PROGRAM
Page 2
' b. Contractor will encourage employees to refer minority group appli-
cants for employment in discussions regarding the procedure for such referral
and by posting appropriate notes anC bulletins on employee bulletin uoards.
' 5. Personnel Actions
a. All benefits, monetary and working conditions, will be extended with-
out regard to race, color, creed, ethnicity, national origin, sex, the presence
of a non-job related physical, sensory ur mental haidicap, age or martial status.
The following acticns will be taken:
' 1) Periodic inspections of facilities will be made to insure non-dis-
minatory treatment of personnel.
2) wage evaluation made to insure non-discrimatory wage pract4ces.
- 3) Periodically review personnel actions for evidence of discrimination
and take corrective action where 4ndicated.
4) Investigate in full all camplaints of alleged diserimation and take
appropriate action where indicated and inform all complainants of avenues
' of appeal.
6. Training and Promotion
a). Contractor will endeavor to locate, Gr- 'ify, and increase the skills
of minority group employees and applicants.
b). Consistent with requitenants and as permitted within Federal and State
regulations, contractor will fully utilize training programs for the contractual
area and advise employees and applicants of these programs and their entrance
requirements.
c). A program of review of tFa training and promotion potential of minority
group employees will be conducted and these employees encouraged to apply for
same.
' 7. Subcontracting
Contractor will strive to utilize minority group subcontractors or those dth
' meaningful minority group persons in their employ and use all effort to assure
such subcontractor compliance with their equal opportunity obligations.
B. Reports and Records
' a). Contractor 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-
'
1
AFPIPHATIVE ACTION PRCr,' M
Page 3
assisted project of minority and non-minority, group members employed.
' 2) The progress and efforts being made in locating, hiring, training,
qualifying and upgrading minority group employees.
a) Contractor's progress and efforts in securing the service of the
subcontractors noted in paragraph 8 above.
' h). All such records will be retained for three years following contract
campletion and be made available for inspection by the Contract Canpliance
Division at reasonable times.
c). Contractor will submit periodical reports on forms furnished by the
Compliance Division of its employee and those of its subcontractors, if any.
d). Contractor will require in every subcontract of $10,000 or more a
WRI= Affirmative Action Program consisting of all requirements herein or
wdC�such modification as is necessary to obligate the subcontractor to a pro-
gram of Affirmative Action, copies of such program being retained at contractor's
office.
9. Goals
Contractor has a complement of 25 employees, 12% of Which are minority group
individuals. An appropriate balance in the complement is 22 white and 3 ran-
white. Because of limited number of emplovees and low turn-over rate, the
contractor will make a good faith effor' to hire minorities whenver a vacancy
occurs.
City of Rantcn
C.ee4ined Affidavit a tvtlficatlan Far.,
' ocii llusion,Anti-Trust, and Minlis.Wags
(Non-Federal aid)
' NON-COLLUSION AFFIDAVIT
Bung duly sworn, deposes and says, that he is the identical person .no subss,11.d
The foregoing proposal or bid. and that such bid 11 genulna and not sham or <di-
' IUSIva or mdo A In. interest or On benelt of any per Scn not tneroiA named. end
l.,that, that the deponent NOS not directly induced or Solicited any that Bidder
ao the fOregOing work or epuipaen- t0 put in a shoal bid, Or any OMar person or
corporation to refrain froaa balding, and that deponent has not in any manner
sought by C011usion to secufs to himself Oc to any other person any advantage
' over other Bidder or Bidders.
NO
CERTIFICATION RE: ASSIGNENT OF
ANTI-TRUST CLAIMS TO pljiftoi5ER
' Vendor and purchaser recognize that in actual econOmw practice overcharges
resulting frOn anti-trust v4olat1QAs are in fact usually borne by he purchaser.
Therefore, vendor hereby assigns to purchaser any and all clams for such ova,-
charges as to goods and materials purchased in connect.on with this order Or
' contract, Oc,spt as TO overcharges rasolling iron anti-trust violations con-
aencing after the date of the bid. Oudlatim. or other event Whisi-Shing the
price under Toss order or contract. In addition, vendor warrants and reprasaels
that each Of his suppliers a'nd subcontractors stall assign any and all such
claims to purUaser. Sub:ec, to the alOrementiOned exception.
' AND
NIMINAN WAGE AFFIDAVIT ED"
iI, the unders,gned, having been duly sworn, "posed, say and cartift that in
conneltion with the perlorconc. of the work of this project. I will pay each
' cless1110tiM of laborer, workmen, or sKn ll! doi in the orlorYnce
of such work: Not less than the Of"*'ling f .Y 01 wage or not IeSs than the
Minimums -ate of wages as specified In the principal contract: That 1 hava read
Intl ebov. and foregoing statement and certificate, and. ton can tents thereof
and the substance as sat forth chase'a is true to cy •ndvdadge, and belief.
FOR: ION COLLUSION AFFIDAVIT, ASSIpIEW Of ANTI-TRUST CLAIM TO PUICH04W
' Al MINI" WAGE AFFIDAVIT
' Water Project No. 68L Well Nos, 1t2 F. 3 nsCTU RehabilC[litation and
nabs se Project On
lnco General (:construction. Urn;.
am cT`Trd�� s MIT
Frank Lmhof. E'resid�nt
Signature of Autrited Wr ybtiw c/ BIIIK
M
SubscrlbW and sworn to betare w an this _16th dsy of
sty Publ lc In find far Vta
of Wahingtan Billat
""en %
BIC BOND FORM
herewith find deposit in the form of a certified neck, cashier's check, cash, or
bid bond in the amount of $ 5% :which arount is not less than five percent
�f the total bid.
Sign Here
Frank Irtlaf, President
aID BOND
ow All Men By These Presents:
at we, IMCO GENERAL CONSTRUCTION, INC. as Principal,
and ❑NITED PACIFIC I1;5URANCE COMPANY , as Surety, are
�eld and firn;ly bound unto the City of Renton, as Ouligee, in the penal sum of
•-FII'F. PERCENT �5%) OF THE TOTAL AMOUNT BID" Dollar., for the payment
tf which the Principal and the Surety bind themselves, their heirs, executor„
dministrators, succrssors and assigns, jointly and severally, by these presents.
the condition of this obligation is such that if the Obligee shall make any award
to the Principal for WELLS 1, 2, 6 a REHABILITATION L CONSTRUCTION
according to the terra of the proposal or bid m,de by the Principal therefor, and the
Principal shall duly make and enter into a contract with the Obligee in accordance with
e terms of said proposal or bid and award and shall give bond for the faithful per-
ormance thereof, with Surety or Sureties approved by the Obligee; or if thu Principal
thall , in case of failure to do so. pay and forfeit to the Obligee the penal amount of
he deposit specified in the call .or bids, then this Obligation shall be null and
fold; otherwise it shall be and remain in full force and effect and the Surety shall
orthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the
amount of this bond.
tMED, SEALED AND DATED THIS ietBAY OF October 19 a'r
IMCCO' GENERAL CONSTRUCTION, 'NC.
91 i ,/ Funk 2NIot, President
�n tpaT,%
TI I IC INSURANCE COMPANY
Patty Saito. Attorne - -Faci ure y `
19,
deceived return of deposit in the sum of S
' UNIT'FD PACIFIC INSUFLALNCE COMPANY
MEAD OFFICE FEDERAL WAY.WASHINGTON
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS Thai IN UNITED PACIFIC INSURAMC.,' ANY,•Fo•An Klon win rPnued uMn,N Y.1 of,N
SYO OI WYq\rrp,N.'bw 1WFOY pIFY.f.mnp llub.rr0 E000mi
' PATTY SAITO of SEA'TLE, WASHINGTON ------
' mbrr Fria 4Mul A1IXNY'MiKl.to rrwae.Fcuu.Fwala d.rw lu Xl/an roglFWl.fa4�rb AFF�GFM
ANY AND ALI BONDS AND UNDERTAKINGS OF SURETYSHIP -------
t .aW loom IN UNITED PACIFIC INSURANCE COMPANY tbneby K It ye,lo,NMXe H.Wd add Rates bones and undrwbnK aM o,N,.rn•nR
satin.lry m IN Nlu. IMpI sera YpraO by.Ii Ens.11 I 0Is Anty neel.—PACIFIC IN$IJRANCE COMIANY.N wOO anE anKteO by oN
w 11cr 01 fuG11 OIIhMI YIU harpy NI11Yl area mnlumf all seal.If YIO A1lO.Ny1sI•n fXl My d M1 VueMY.Nn IHarI
' Th, P.. , o.Auwnay .f gr.nle0 urWa m0 Ov.ulhpl'v of blsY VII OI IN BY"Yedl UNITED PACIFI INSURANCE COMPANY nn¢n
Oeumv of IKt•M$eplenEFr J.19JB,Mricb pOnvonf Me rWw rn lull.Ord XM f11M,re dyna X Io11XX
ARTCI E':U EAEC'u T:ON OF BONDS ANU UNDERTAKINGS
' 1 The Bono of D,peows 1N PrX•d1'.I the CNl,hesh OI INd B •p,M ri Y Se Vhe heYWfnl,an,VKe P,K n4•N,,i w A ianr V 2e Pr K+Yn1
Tear.,,it UevyNlW Ov IN ase,d OI DnTcipY Wb Nye mare,ME WINrnV t0 let l ago..,At,h,—,l In Fall NW In.ulnin.le lean,to'.et
m dNlf OI IN OorWY arnd uMe•Mf.rq{,redynlF,.nc'1,con"..OI•IIdIMnY and OIN......hiss COligllery rn IN Niurf'he'.t nrW III
o.KrpK anv wcb Athh NY n,Fall at any I,..hd Hyv\a In.OOrMr and au shin tPase lO bm
J A.,.Nys.n FK,NHI Ns!Oonr'r and wleoldy.odhan,o IN IMXe and nm•MI.O n.O11N dove,01 allaMY.weal to INm.IO I.Ku1e
aMIdHMr On Whist OI IN COmpnV bonds and urWrlaa•ngf rKlpn.tanrel.doseMf al ihilk-1Y and.1",..hugs MnplwV'n IN Ntog INehl
The cwmrah,wI n M1 MF."lo, IN YlbnY of ant Wnd and vMa.laa•ngr,rewgn•tNCX.mni,Kll Ol indTnhr Ft.oll n nr.lih n mhq.IpY
'r IN Niwf IN'.I
} A1,u.NYs'rn FK, he,N•Ye main and WIN,-il 1.leKYla all,daunt,muhad 10 W.IIec11N to bOndl.,ahlgn•t.nlnl.odi OI nrdT
.11 W In,.4,rtlniMFl O,obigal.,,urtlnl.l.hin and he,FNII...NN mya,MO Futno,q,10 GH•1v IN Inv .,IIKeMn,OI tea Column,Ynd
' to mP.fl M IN BY I'.OI IN UnlpnI a Fly."'o.o,.ft'lln Ihe.,
Fannon
This n at also,may ugn and waled by farf,Ta' uMh and by ah1N,.1y of IN IollOnny Fla Vl on a]uPHO by IN BOYO OI D••fcIWs 01
VNITEOPACIFIC INSURANCE COMPANY aI.insisting Feld on IN SIh day of 1.N.1979, 1 An.ch.Rtro•nn q,...I.and Yd AsHolubon Nl..I
1. ormandad o,.apeled
' "RlwlyM.INI IN sryNluren of soon OUXton and oNlce,s and Ine rat of the Compnir has m aNi.p to any such pointer of
nIY X MY W,ufiUla I.W.,Ihn.l.be lKnmua and MV loch m.n Of.IwlnaY of U.unUif toth",—h I."oh-H
s•Ign......in IaWhvY wl shill W rVM and brnd,nq upon IN Cloy.,Phil In,.0 m.a,w.-Noted and FOI,I-w by
' I.c..hi lrgNlu,el and lass-1,Hot sNll W val,.l and blndrrq umn IN ConlpnV In the 1o1411 nnh IXpCI 10 MY—0 Or
urdttl.l„1q 10 WN,h it n.nMhM
IN WITNE 55*HE REOF,IN UNITED PACIF IC INSURANCE COMPANY N MoW thew pewms to W l•pwO by d.VIw hXlowl .ro ns co-o Zhl
.110 W on—h, ed,this 19th day of January 19 87
' 051
Ustal PACIFIIC INSURA CE COMPANY
STATE OF Washington V.
COUNTY OF Ring Ill
' on lens 19th Fee of January .19 87prwhoNoueanni Charles B. Schmalz
to me shown to tee IN VgfPre.wnt 011N VNJED PACIFIC INSURANCE COMPANY and achrwnlatlprf in.,N'.eculed pM a11euW In,fore
With,, mili,nihint Pawl alb.ad IN seat of Ytl ro,m,Xron ihnelb,and that AHOY VII,SKIgn 1.7,and}Of IN By La.s of MO Co.MYYIv.M•d IN
RewlullYn .FI Idln'7"',me
......n noun'...
MY GltnhtlWun E'pr,X —.
may 15 '1990 i'+� .t Nosy"PmbF an Profs sine of yashing[y
' ..a�• Res.bN at Tacoula
I Lawrence W. Carlstrom Awwant SaoXnv of IN UNITED PACIFIC INSURANCE COMPANY,d N adve ca•bly that IN
.bow aN lo,poany n a lrsi and Fsh,M dope o•F Points,of Auo.Ny Femininely by..•d UNITED PACIFIC IN51LAANCE COMPANY,Mnc4 1111,11 m lot'
Ipca.nd.11K1
IN WITNESS WHEREOF.IN.Nrwnlo set min hand and.11ued IN Wl of Yq Consists-,IN. ifitC de,of OC[Ob 19 B7
' sow,",Ed .'BD ��a.1L}`i Aw..unt SK-a
�r
Lawrence W. Carls[rom
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Oeitlemen:
The undersigned hereby certifies that he has examined the site of
the proposed work and has read and thoroughly understand s the plans,
specifications and contract gove ming 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 coney 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 &mown of bid should be shown. Show
unit prices both in writing and in figures.)
is
Signature ank Imhof, President
4509 Guide !meridian
Address Belliry;hem WA 98226 .
Hares of Members of Partnership:
OR
Name of President of Corporation Frank Imhof _
Name of Secretary of Corporation P2tti Imhof
Corporation Organized under the laws of Washin ton
With Main Office in State of Washington at Bellingham
CITY Of RENTON SCHEDULE OF PRICES
WELLS 1. 2. ANf 3 OLTOBER, 1987
SCHEDULE OF PRICES
WELL NOS. 1. 2. AND 3 :
PROJECT NO. WBBO
(NOTE: MUST BECES FOR SHOWN. 'S40W ITEMS.
UNIT RICESEXTENSIONS
AND
UNIT BOTH WORDS ANAMOUNT
FIGURES AND
WHERE CONFLICTS OCCUR, THE WRITTEN OR TYPED WORDS SMALL PREVAIL.)
ITEM DESCRIPTION ITEM PRICE
1. LU.IP SUM MOBILIZATION-DEMOBILIZATION
SITE PREPpRAT1% 0 CLEAyUP
vaLtdialdoo
0. IN S pa X I s
2. LUMP SUM SITE PORK
3. LUMP SUM UNDEgG OIIND T
00i X 1 ff_ 4
�PtILE IN WORDS
{. LUMP SUM CONCRETE PA EM KNT
X 1 • f " SL1LEa.J'
5. LIMP SUM WELL BUILDING 4=xgj
Grr11U�Q1dd
XI • fD
6. UNUP SUM Flytli5Mf5yb"L
, � X 1
SCHEDULE OF PRICES - 1
SCHEDULE OF PRICES
CITY Of RENTON OCTOBER. 1987
HELLS 1, 2, AND 3
7. 3 EACH FURNISH AND INSTALL
M LAPUM 91U1�1 �°,ua4
X 3
8. LUMP SLM FURNISH R INSTALL
FLUOR Atp TION,wan&4Idud
S /IliW7/[_ �Q ` — X I ' S1Q 75A.0�
PRIDE INN UD
9. LUMP SUM FURNISH AND INSTALL
CHLORINATION SYSTE14 i
X 1 • s��°�41�
Rl E N OS
10. LUMP SUM FURNISH AND INSTALI
CHLO( R�1,QN T M N0.
11. LUMP SUM MECH ICA -
,mx 1 • S/ ]d
R J
12. LUMP SUM ELECTRICAL
S X I S/5P 43�.Ltd
13. LUMP SUM AUTTOMATICClC NIY ,
�'•Ifti��l�X 1 _
14. LUMP SUM LANDSCAPING _
t JI�.Y��� -,. x 1
15. LUMP SUM EXISTING
1t�AF C�I,L�I�TI�E5'•D�FJDLITION
�1
SCHEDULE OF PRICES - 2
i ' .
'CITY OF RENTON SCHEDULE OF PRICES
WELLS 1, 2, AND 3 Of.TOBER, 1987
16. LUMP SUN PARK RRECt,AM1ATION I
�F1LA.�ww I X 1 ' f
N WORDS
£�rJ�ll�l�litdduk�4, d�t�lJdTt�
SUBTOTAL ( DS o'n!� (F1—GU RES ,
SALES TAX (e.11) f40aos �L{,�iU t� i5 f— S1
WORDS (FIGURES
TOTAL 4 ny.+I m�mrd ry;Alwedtld (FIGURE
W RDS t' J.u[ /1Qp
ALL BIDDERS SHALL SIGN THE PROPOSAL IN THE SPACE PROVIDED BELOW
THE UNDERSIGNED BIDDER HEREBY UNDERSTANDS, THAT IF AWARDED THE CONTRACT, IT
MUST START WORK ON THIS PRNEf,T WITHIN 10 DAYS AFTER FINAL EXECUTION AND
COMPLETE THE WORK WITHIN 150 CALENDAR DAYS AFTER STARTING CONSTRUCTION.
DATED THIS 16th DAY OF j9.-&7
CONTRACTOR Ingo General Construction, Inc. _ -
SIGNED BY�� � / Frank Litaf
e
TITLE President /
ADDRESS-_ 4509 Guide Meridian
Bellinghon WA 98226
1
TELEPHONE (206) 671-3936
CONTRACTOR'S LICENSE NO. lMCCc C*2153P
RENTON BUSINESS LICENSE N0. G 8500
SCHEDULE OF PRICES - 3
r 0---
CITY OF RENTON - SCHEDULE OF PRICES
WELLS 1, 2, AND 3 OCTOBER, 1987
r
ACKNOWLEDGEMENT OF ADDENDA:
N0. t DATE 10-6-87
NO. DATE
N0. DATE_
ALTERNATE FOR EQUIPMENT
THE BASIC BID SHALL RE FOR THE WELL BUILDING COMPLETE WITH THE PUMPS AND
MOTORS AS DESCRIBED IN SECTION 'MEASUREMENT AND PAYMENT.' THE CONTRACTOR
SHALL SUBMIT AN ALTERNATE ADD OR DEDUCT PRICE FOR THE PUMPS AND THE
ELECTRIC MOTORS LISTED BELOW AND WHICH CONFORM TO THE SPECIFICATIONS. THE
ADD DR DEDUCT PRICE WILL MODIFY THE SUBTOTAL OF $10 ITEM NOS. 1-16 AND DOES
NOT INCLUDE SALES TAX. THE ADD OR DEDUCT PRICE SHOWN SMALL COVER THE
COMPLETE COST OF THE EQUIPMENT AND ALL MODIFICATIONS NECESSARY TO
ACCOMMODATE THE SUBSTITUTED EQUIPMENT. ALL PUMPS SUPPLIED FOR THE WELL
BUILDING SHALL BE OF THE SAME MANUFACTURER. (THE BASE RID IS BASED ON A
PEERLESS PUMP).
PUMP AND MOTOR
MANUFACTURER MODEL NO. ADO OR DEDUCT
1. GOULD
2. PEABODY FLOWAY -q-jkjqLzKp -
3. BYRON JACKSON 1 N,SRN�+IOC� � LOU
1. JORTHINGTON
5. INGERSOLL RAND lU
6. RATIONAL
T. SIMMONS
B. OTHER j�E-61'- !4 HxB �+-�r�^�"�
IANUFACTURER)
SCHEDULE OF PRICES - 4
)
�MCO
Gerwm sl ConstrvCUon
..coot -w.
(20E1 E713838
' October 16, 1987
' City of Renton Re: Renton Hells 1, 2 & 3
' 20D Hill Ave. So. Rehabilitation & Construction
Renton, HA 98055 "Our bid proposal - "Alternate
for Equipment"
Attention: Ron Olsen
' Dear Ron,
Per your request, this letter serves to clarify our bid proposal
submitted to you today for iten "Alternate for Equipment". As stated,
Peerless Punps are included in our base bid price under Iten No. 7,
' "Furnish and Install Well Puny and Motor".
Under "Alternate for Equipment", item 8 Other, we have listed
Peerless Punps only as a conparison to add or deduct for change to the
total contract if other manufacturer pins are utilized for Bid Item
No. 7.
' Listed below arc the actual add or deduct changes for each pulp
manufacturer:
2. Peatcdy Flouay Model 4 Stage Dql Add $ +16,764,00
3. Byron Jackson Model 12WM 5 Stage Deduct (7,493.00)
5. Ingersol Rand Model 14NKL Deduct (( 207.00)
' He agree to add or deduct for the amaant stated above if the City of
Renton decides to substitute the Peerless Purps as included in our base
bid, Item No. 7.
' He Mope this clarifies our intent to substitute equipment as listed
in our bid proposal under "Alternate for Equipment".
If you have any other concerns or questions please don't hestitate to
contact us.
ihsdn you.
' very truly yaws,
Judy Brnam
TMOD GBO AL 01CMUMON, INC. OCT 19 1m
awn r r.r.A4& f1tGmFT AG Din
Gin OF NENION
BOND NO. U69 00 25
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the unde•;lgned INCC GENERAL CONSTRUCTION, INC. _
4509 Guide heridian, Bellingham. WA 98226
as principal, anJ UNITED PAC IPiG INSURANCE CONPASY corporation organized
and existing under the laws o Che state of WASHINGTON as a surety
corporation, and qualified under the laws of the State of Washington to become surety
upon bonds of contractors with municipal corporations, as surety are jointly and
severally Geld and firmly bound to the City of Renton in the penal sum. of
$ 936,695.15 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 Seatr:lc , Washington, this day of 19
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Ordinance (or Resolution) Md. 2295 providiig for
1 WELL :IDS. 1, 2 AND 3 REHADILITATION AND CONSTRUCTION
which contract is referred to herein and is made a part hereof as though attached hereto),
and
' WHEREAS, the said principal has accepted, or is about to accept, the said contract, and
undertake to perform the work therein provided for in the manner and within the time
set forth;
rNOW, THEREFORE, if the said I9C0 GF.N R v
Shall faithfully perform all of the provisions o saidon ctract in the manner and within
the time therein set forth, or within such extensions of time as may be gra�,ted under
said contract, and shall pay all laborers, mechanics, subcontractors 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 said con-
tract or from defects appearing or developing in the material or workmanship provided
or performed unde• said contract within a period of one year after its acceptance thereof
by the City of Renton, then and in that event this obligation shall be void; but other-
wise it shall be and remain in full force and effect.
0 GENE L C NS' C _
UNIT D PACIFIC I URAIia CQMPANy
' By:
Nato A. bbs, Attorney-tn-Pact
Rev:sed: 8/16/83
Urli"I PACIFIC INSURANCE COMPANY
MEAD OFFICE.FEDERAL WAY,WASHINGTON
tPOWER OF ATTORNEY
KNOIY ALL YEN BY THESE PRESENTT That IPA UNITED PACIFIC INSURANCE COMFANY a mowalean Cafe winlsd w.b,tM they of No
Awe r I WM,r.(Mn,dpw haMn,ere",MMtnula HIE aNpIM
1 MARY A. DOBBS of SEATTLE, WASHINGTON -------
M eYa on level Allaynan ,FM.1er ..IIII. .PAW Yed WnR TV alld an M Nataft,W w,a WwM rN
ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSPIP ----
and to D„V IPA UNITED PACIF IC INSURANCE COMPANY tnotably M fully Pnd To the wlNewMr.wIf Will D011df and urlderML,nptarWalNr ewnrN'
m"pPto,v In the Mbn tMgol nee Weed DY on Eaaw"w OILOTr OI the UNITED PACIFIC INSURANCE COMPANY PM fol and mMeteE DY oM
wM al Full pll,wrf,on,NP*n M,.PM contymt all that I„teed Allw,rrltl,n-Fan mar do u,p"--Mroof
The Po.w,of Alton M,n wenled uMY Ond by Wihwnr of made YII of IPA By Lae of UNITED PACIFIC INSURANCE COMPANY nhlFn
Deem!enw"W SaplenM).19]S.Atrlvr woneow Ya row m full lord aM wfe,T.,aeaM w bfbw(
ARTICLE VII-EXECUTICN OF SONDS AND UNDERTAKINGS
' t TM a gha of the I Savo
1 D,oc,IPA ap hey n of e, Boyd.w,r SHuw l op RweMnt,ntl V,w n.net I w n-Ile l In 0.WCenI
w Meal of dcoyelp DY IPA and OI DuMwl that'MYe .co Mfa WI.1 not 10IFI and Ill AI1w-InIP FM FrW In ene hat" 1Mm Io eNGUM
1.. DI IPA h Allothe WM n a w y jorly Had,.I.In Mae.man ae of lty sh t-1It,end otMr wnmpt oDLipory m IPA Mlwe iharrol,PI,d IDI
Io remor an,fYcn Auothay.o-FannanY D•M alE rewfe me lnewr and PVIIMnr PlrwllO Mm.
p AIIwowne v.FM"I M.pone,a,W autnM,Ir.yuDIM Io IN Iy,M"Iun'-"of the powr of"I"'de l,ed Io IMm,Io I""
I,OOe1MrOn IwllMl OIiM DOIr,WnY.DOnd1Y,d urWrUPINf.reddpniLl,Cw,0mrw1{OI aloi tY and o1Mr M,l,npe CAIlpalwY,n IPA MIYre IMrepl
The twpOOlr.1 If not.,v Iw IN bl4rp OI."DwEt Y,d YrWruLnror,reFgnunon.WntrMt of,ndernI and whor rluhp oDIMIory
nIM NIwe 1M W1
n] A,"n" Fan WII MV Nner and.,now.,le lI..allidel,u e f to M wMO,ed 1.DOMt.r,m III mLnttt,—han-Of fooll
n1,M naf,p)r,dinONf O,ODlipelory uMMML,,1 had they thall.1.Mw poets and FNM,It,IO III IPA 1,hone,n tonva 1 OI IN COn pon,MC
to wpnF OffM B,llwt OI:M rOlrpnY M FnY YI,CN Or wC1,01,IMiI.
Thrf...w of ellor NY Ofnan aM Wle aul
d d or ha,I Mal end Dr nMllr OI IPA 1011o'el RHbI adapted by the Board of Dnwlwe of
UNrTEOPACIFIC INSUAANLE COMPANY Of*nNIIq MId on the Mh WY Of 1uM,Ip)p.eI MI¢n a Ouorum Nf wewnl,eN Hk RMIyIIOn Iw Nt
Men Emend O.MoNOW
' "WwIVQI %MFyriww Of IMI,d"Poldr,and OI.,and M Not OI 1he COmpenr for M FILVE lien
to enr ln poewl dl
n ro,nay or any wnd,One r WI,N tMrwp On,UnImIle and any Wah poet of wlwor or Lefulawv Manny Wan IawmoN
xpNlyree by f lywhe Wl dell M Wltl Hall D,ndln9 M.IPA cd,,Mnr and an,W[h M.fO etKwW eM MrtIMd DY
1wtImI4 WNfww and Iw4T11!WI(hall De,al,d end OIndlnp yNn IM contain,In the Iwyr!wlln MIl eCt to anY bend Or
uroanaLlN to eA,N n n HIP,ho,
IN W'TNE SS WHEREOF,fM UNITED PACIFIC INSURANCE COMPANY Me aura Inew W-11 In M"Plead DY CI VIM Nadent,and III colmn!
WI IO M IrrwO alDaed,In,, 24th de,of August is 87
UNITE PACIFIC INSURANCE COMPANY
d
V.heldw,l
STATFOF Washington
COUNT',DF King N
U.M. 24th Car of August .is871NeaonMNopWed Lawrence W. Carlstrom
to nes binn to M IPA V M Preefdant of the UNITED PAC IF IC INSURANCE COMPANY,YM wanunladyed IMt M wM.MT,and anwted IN we
,onp......Mnl and atfow the WI pl w,d<orpoMuon thwelo,W IMI ArteN VII,Senton 1.2.Onto]Of IM JY Lan.OI wE cantoonY.W tM
' A POWMan,Pat lOnh Intern,Off R,D,n lull torn. —
May 15 ,p 90 >"a H��I.omaWash ' ton
R«rde..t Tacoma
I John E. Vance AP,,AV,t 5avwa,v of IM UNITED PACIFIC INSURANCE COMPANY,b MVer pw"Iv Thal the
' Cow Had foreyo,rep n I ,Mg ant pouts copy Of a Pone,of Anw Mr nenged DT 04 UNITED PACIFIC INSURANCE COMPANY,,CIHD 11"41,n IlOR
lye Ya mM
IN WITNESS WHEREOF,I IrV Mffeallo rl now MM W Offeed the yea"'red Con any III+ M of (41 li
All"
1110Un411(L 4110 I ohn E. Vance
I(DATE EMM"% Yl
THIS CERTHICGTL 15 65BEU AS A MATTER I,Wo WATION ONLY AND CONFERS
NO RIDNTS UPON THE CERTIFICATE HOLDER.THAT CERTIFICATE DOES NOT AMEND.
E%TEND OR ALMA THE COVERMEE WoMea M THE POLICIES BELOW.
Hurley, Atkins 8 Stewart, Inc.
500 Fairview Aw.North COMPANIES AFFORDING COVERAGE
P.O.Box 19147 --
5eotne,WA98109 IE�[nY A
(206)682-5656 nit
COMPANY
_-- LETTER a
INSURED
dustrial Indemnity
COMPANY
Imco General Construction, Inc. LETTELETTER O
4509 Guide Meridian
Bellingham, WA 98226 -
OOWAAITY C
F NDT IC Tn CCN LNG ANY
FOLICK5 0f IN5URAMf L15TEp BELOW NAVE BEd 1991KDTOTNE SRUNED NAMED ARDVE iOR THE POLICY PERIODOOCAMAY
EDT SUEDi ANDING ER AFOUINE INSURANCE
TERM O FORDED HRN OE ANY POLICIES M M OTNER DOCUMAAWCT T N LL T14E TD WHKN THS IONS, M C MAY
DE*SUED pA MAY PERTAIN.THE NSSURANCE AFFORDED BY TIH POLICIES OESCIUDEO NNEi1FFS!!S iUWECT TO ALL TNC TERMS.E%CLUSNONS,AND CONO-
TNNNS OF SUCH POLICIES.
m%r rRECNA AaAY NyIILaIpN L1I,&Lltt LIMBS IN W O TMO NB
TYPE OF INSURANCE POLICY NUMBER M,B APNODYN yR WCQ'M T M N dRBME
BENEI4L LIA ILITY WAIA, $ $
A X coA mtwvt IOPM UP0362817 1-24-87 1-2448 _ —
MEM15[SONMICHS NORE.Tr
1UNNKKIX
X E%PLOSION Sa uµ; WARS
X PnoouclSCONPLERO OPERATAINS
BDRO DROWNED
S 1,0 $ 1,000
X o%TwTUµ
X wOEPEMUNT CONTW ORS
X eMMG FORM PNDPEATV OAMAOE PERSONAL INJURY $ 1.000
PERSONAL INJURY
- epNr
AUT A "TOELuenErY
ANY
UP0362817 1-24-87 1-24—M
µI OWNED w1OS(PAN AASW a�uw
$
ALL OWM:O AUTOS{NN III JN Nlnw!
HREU AUT05 uFi„ $
MW OVBNLO wim
GARAGE LAB%ITY M e PO $
coMBv 0
E%DEBS LMBIUTY
B UMBRELLA FORM JUB9944W 2-2-87 1-24—M WCO MED $ 1,()JO$ 1,000
OTHER THAN UMBRELLA NAM STANitVry
WORNEINS'COMBENSATION $ (EACH ALLDENTI
AND $ IO15FASE-RILEY LIMB)
EMPLO"ERS LABILITY $ IdBEASEPµNENR0YEf1
OTHER
SCRIPT gN(Y OPPRATNPLVLFIfATNNNWL EH�X`�FStSPFr,AL ITEMS ITY OF
I&I WATHt PROJECT ND. Q, WELLS III, 2 KID 3 FEiABILITATION AND CON9rRU0rLION. C
REMION IS ADDED AS ADDITIONAL INSURLD AS RFSPWI5 OPERATIONS PERFOEMM BY THE NAMED
SHOULD ANY OF THE ABOVE DCSLHOLD POLICILS BE CANCELLED BEFORE THE C%-
CITY OF RFNICIF PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 33R� DAYS WRITTEN NOTICE TO THE HOL
DER LDER NAMED TO THE
MUNICIPAL BUILDING LEFT.NIF CABIN,,To MAR SUCH NOTICE SHALL IMPOSE NO p T10N OR UAGBITY
200 MILL AVENUE S. OF ANY RIND UPOII TINE COMPANY.ITS AGENTS OI MPMSENT TIVEs_ .
RFSIICN, WA 98055 AUTHOR Road R. Hartz
■ I Rz—A.�-�c;,�rc_. . ,.r-: -�-_--ter.:._
1987
' ISSUED 12/22/36 CITY OFRENTON G 8500
FEE SI0e 00 4509 L SS OAN CLENENTS
U106 MERIDIAN FINANCE EDIAIDTM
e-^
LICerMAs KIM IMOe Appu,,,j,n I,&City of RenrPn w Buanlee3 LKAn+e in eCCudnG with the prpel-
enA of TitleV.Buelma RABu4lbne CMpler 1.DPPe PI ee�Wyl U,omentos of the Olt of Revlon
AM epren IP WhPlY wile all the reVunemenls oI SAW PIA:Mnce 1-e.mw SMII Iur1Mr CMP1Y With
ant'end All o114r COY Couee.OrPlMncee.Slate Ww;oto Rpul,O,.,je APPIMAole to the Pumness Ac
' INKY licensed MreunMr
INCO GENERAL CONST INC
' 4509 GUIDE MERIDIAN
BELLINGNAN ■A 98226
RECEIVED 3,20 2 8 i386
' I � LSttr+ri�ra-�wr-ri
' DEPARTMENT OF LABOR AND INDUSTRIES
THIS CERTIFIES THAT THE PERSON NAMED HEREON IS REGISTERED AS PROVIDED BY LAW AS A
CRNST CONT GENERAL
MQWIHM NeuweA IIwuree Hn
C8I TNCOG1t21SR1 2/21/8T STATE Of WASHINGTON
INCO GENERAL CONSTRUCTIONPINC
4309 GUIDE MERIDIAN
BELLINGNAN„ WA 96226
Ums:naa �
iiZille =may
1
GENERAL INFORMATION'
1
1 Contractor: IMCO General Construction, Inc.
Address: 4509 Guide Meridian
1 Bellingham, WA 98226
Phone: (206)671-3936
1 Emergency: (206) 384-0659
1 Foreman: Kelly Brown
(206) 384-0658
Office Manager. Dean Irwin
1 (206) 758-7104 Temp
President: Frank Imhof
(206)671-4224
1
' Insurance Hurley, Atkins, & Stew2rt, Inc.
Address: 500 Fairview N
Seattle, WA 98109
ePhone: (206) 682-5656
Bond Agent: Mary Dobbs
1 Insurance Agent: Cindy Hawden
Insurance Carrier. United Pacific
1
1
WATER AND SEWER PROJECTS
PRESENTLY UNDER CONSTRUCTION
IN
THE CITY OF RENTON
WATER PROJECT / neri SEWER PROJECT i DATE
WATER PROJECT TITLE Well Yc•. ! 2, and 3 Rehabilitation and Construction
PROJECT LOCATION Liberty Park
DEVELOPER City of Renton
ADDRESS 200 NULL Avenue South, Renton, dA 98055
PHONE (206) 235-2631
EMERGENCY
PHONE (206) 235-1902
CONTRACTOR imro General Construction. ]n
ADDRESS 4509 Guide Meridian, Bellingham WA 98226
PHONE (206) 671-3936
EMERGENCY
PHONE (206) 364-0658
FOREMAN Kelly brow
PHONE (206) 384-0658
EMERGENCY
PHONE (206) 384-0658
City of Penton Inspector RH2 Engineering, (206) 453-0241
Other Insnector
ENDING
F FIL
FILE TITLE
v • ��O
5&�PL Sou,e�eS
(3) LjeLCAouse. u�i'o*
C�aro+ pact- �ocunseKj*S