Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SWP272358
Rentonnet City Clerk Card File Page 1 of 1 CW CM& CArd F99 ANONNOMMON" aftwoommomm Y,^I,,.4 °i,�'�ue ��91i���� ICI iI ��y u�y ��UV�y� r 1��, N11 Y�V !!Y III 7■Ire iLllv�l Record 154 of 200 Title: CONTRACT, WILSEY& HAM/REDRAINAGE BLACK RIVER CHANNEL 69 Effective Date: Jan 1, 1969 Date Entered: Oct 24, 1984 by User: CC Date Modified: Oct 14, 1992 by User: CC4 Narrative: ■ 6/3/69 -Wilsey & Ham, Inc -Consulting engineer re-drainage plan for Black River channel on Airport; contract between Airport Board and Wilsey master drainage plan-improvement of Black River Channel and reconstruction of Black River outfall at Lake Washington. Keywords: ■ AIRPORT 69 ■ BLACK RIVER 69 ■ CAG-69-1489 ■ WILSEY& HAM INC 69 Location: MICROFILM ROLL#37 Return to Rentonnet http://rentonnet/web_sites/intran.../index.cfm?fuseaction=showdetail&REC=154&ID=2910 01/16/2002 CA RENTON, WASHINGTON BID PROPOSAL SPECIFICATIONS FOR RENTON MUNICIPAL AIRPORT STORM DRAINAGE IMPROVEMENTS JACK WILSON CITY ENGINEER 9 S 51'ATE 04 ' rL J � Q x wP t Y �y- ��1889 STATE OF WASHINGT I DEPARTMENT OF LABOR AND INDUSTRIES OLYMPIA WASHING DANIEL J. EVANS GOVERNOR H. J. PETRIE DI EC ' R DIVISION OF INDUST AL INSUR CE DUANE S. STOOKEY, SUPERVISOR February 26, 1970 WHOM IT MAY CONCERN: Re: Contract No. CAG 1552-69 Gentlemen: This is to certify that Frank Coluccio Construction Co. , 421 Lloyd Building, Seattle, Washington, Firm No. 204,169 has made payroll report and paid premiums due the Accident and Medical Aid funds of the Department of Labor and Industries covering storm drain- age for Renton Airport. Very truly yours, SUPERVISOR OF INDUSTRIAL INSURANCE By / H. Woodard p, Chief, Underwriting Section je 3 SCHEDULE OF PRICES lQuanii-�y Descrintion Unit Price Total i. 734 L. F. 8'x5' Reinforced Concrete Fox Culvert $135. 00 $99, 090. 00 Per Lineal Foot Z. 2 Each Culvert Manhole Onenings $200. 00 400. 00 Per Each 3. Lump Sum Outlet Structure $5, 000. 00 5, 000. 00 Lump Sum _. Lump Sum Reinforced Concrete Head- walls $850. 00 850. 00 Lump Sum 5. 600 Sq. Ft. VTin:�walls $3. 00 1, 800. 00 Per Square Foot 6. 170 L. F. ' 2" Concrete Piloe, $7. 00 1, 190. 00 ?er ir.eal Foot 7. 2 EZ,C:; Catc=1 Fasn Inlet $300. 00 600. 00 Per Each 3. :?0 L. F. Salvage 721lx44" CMP Culvert $20. 00 3, 400. 00 er _ineal Foot 9. 40 I.J. F. C .w._re 36" CMP Culvert $15. 00 600. 00 Per . ,izeal Foot Sheet 1 of 3 SC.—=Di.i LE OF PRICES Description U nit Price Total CLUB':rt $4, 000. 00 4, 000. 00 11. 153 Cu. Yds. Pourda ion Material $6. 00 2, 700. 00 Per Cubic Yard 350 Tons d C-r vel $3. 00 1, 050. 00 c: - - 13. 1, 700 Cu. :'cas, 0c.7c - 3ac'c-` 1 Material $5. 00 8, 500. 00 Cul-iic Yard i= ..c_::te P��verr.ert 180 Sq. Yds. Co tc:: n $15. 00 2, 700. 00 Per Scuare Ward 15. 620 Sq. �' It...s. ='�s-��ai„ .Pavemert $5. 00 3, 100. 00 Per Scuare Yard i6. 7� Cu. Yds. Crus".ed Suraci_.b, Top CouA•s e $7. 00 490. 00 Per Cubic Yard Sub Total $ 135, 470. 00 4. 5% Sales Tax $ 6, 096. 00 Total Amount of Bid $ 141, 566. 00 Sheet 2 of 3 SCHEDULE OF PRICES APPROX .aTE Ty DESCRIPTION UNIT PRICE TOTAL 1 . 690 L.F. 8' x 5' Reinforced Concrete Box Culvert 135.00 92,150,00 Per Lineal Foot 2. Lump Sum Outlet Structure _5,000.00 5,000.00 Lump Sum 3 . Lump Sum Reinforced Concrete Head- wall 675.00 675 .00 Lump Sum 4. 900 Sq. Ft. Wingwalls 3 .00 2,700.00 Per Square Foot 7 5. 90 L.F. 12" Concrete Pipe _LZ-.gfl 1 ,080.00 Per Lineal Foot 6. 2 Each Storm Inlet _30g;gfl 600,00 Per Each 7. 170 L.F. Salvage 72" x 44" CMP 76?C2 Culvert �O�QB 3 ,400,00 Per Lineal Foot 8. 40 L.F. Salvage 36" CMP Culvert �v 600.00 Per Lineal Foot 9. Lump Sum Fill Existing Culvert 4,000.00 4,000,00 Per Lump Sum 10. 200 Cu. Yd. FFoundation Material _6,86 1 ,200.00 /po � Per Cubic Yard 11 . 1-88-Cu. Yds. Select Trench Backfi l l 3 Spa Material 750,0 Per Cubic Yard P LrG AUG 7 Mg D PRELIMINARY SCHEDULE OF PRICES APPROXIMATE C.U:,NTITY DESCRIPTION UNIT PRICE TOTAL 12. 180 Sq. Yds. Concrete Pavement Patching 15 .00 2,700.00 Per Square Yard S'.oca 3/oc 13 . 620 Sq. Yds. Asphalt Pavement Patching --` 75 1- r'rQr.9 Per Square Yard TOTAL AMOUNT OF BID $ 117,550.00 THE UNDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT, IF AWARDED HIM, WITHIN TEN (10) DAYS AND TO COMPLETE WITHIN CONSECUTIVE CALENDAR DAYS AFTER STARTING CONSTRUCTION. DATE THIS DAY OF ,1969 SIGNED: TITLE: ADDRESS: CALL FOR BIDS Sealed bids will be received until 2:00 o'clock P. M. September 10, 1969, at the office of the City Clerk and publicly read aloud at 2:00 o'clock P. M. same day, in the first floor conference room located at the Renton Municipal Building, 200 Mill Avenue South for Storm Drainage Improvements at the Renton Municipal Airport, in the City of Renton, Washington. The approximate quantities are 734 LINEAL FEET OF 8'x5' REIN- FORCED CONCRETE BOX CULVERT, 1 OUTLET STRUCTURE, 170 LINEAL FEET 12" CONCRETE PIPE, SALVAGE OF ALL CORRUGATED METAL PIPE, FILL EXISTING CULVERT, 450 CUBIC YARDS FOUNDATION MATERIAL, 350 TONS BEDDING GRAVEL, 1, 700 CUBIC YARDS SELECT BACKFILL MATERIAL TOGETHER WITH ALL NECESSARY APPURTENANCES. Plans and specifications may be obtained from the City Engineer upon receipt of $10. 00 for each-set. The deposit will be forfeited unless Plans and Specifications are returned in good condition within thirty (30) days after bid opening. A certified check or bid bond in the amount of five (5) percent of the total amount of the bid must accompany each bid. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities in the bidding. Payment for the work will be made in cash warrants drawn upon the Airport Fund. Helmie Nelson, City Clerk Date of 1st Publication: August 27, 1969 Date of 2nd Publication: September 3, 1969 Published in the Daily Journal of Commerce: August 29, 1969 September 5, 1969 3® 5� INSTRUCTIONS TO BIDDERS 1. Sealed bids for Proposal will be received by the City of Renton at the City Clerks Office in City Hall until 2:00 p. M. September 10, 1969. At this time the bids will be publicly opened and read after which the bids will be considered and the award made as soon as practical. No proposal may be changed or withdrawn after the time set for receiving bids . Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans . Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add to or eliminate portions of the work as deemed necessary. 3. Plans may be examined and copies obtained at the City Engineer's Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. Work along highways must be in conformance with the applicable County or State regulations. 4. The bid price for any item must include the performance of all work and the furnishing of all material necessary for completion of that item as described in the specifications. Where alternate material is bid, the bidder shall fully describe the material proposed, either in the bid proposal or supplementary letter attached to the proposal . S. The bid price shall be stated in terms of the units indicated and as a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation to the TREASURER OF CITY OF RENTON in an amount not less than 5% of the total amount bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract . Should he fail, or refuse to do so, the check shall be forfieted to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points . 9. The bidder shall, on request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payments for this work will be in gash warrantG -4- �a�•� SURETY DEPARTMEN1 GENERAL INSURANCE COMPANYAF AMERICA sAceeo STATUS INQUIRY Frank Coluccio Construction Co,, Igc. Contractor: Date:' Address: Seattle, Washington Bond Number 853170 Description Renton Muniei al Airport Storm Drainage of Contract—: F pa Include location and owner's contract number City Clerk Contract Price S 141,082.32 City of Renton Bond(s)S Same Renton, Washington Owner. City of Renton Effective date 9/30/69 t Without prejudicing your right or affecting our 'liability under our bond(s) described above, we would appreciate Very truly Yours, such of the following information as is now available. GENERAL INSURANCE COMPANY OF AMERICA Approximate date I. IF CONTRACT COMPLETED of completion and/or fk ` PLEASE STATE ______________ acceptances —Final contract price 2. IF CONTRACT UNCOMPLETED Approximate percentage or dollar amount of PLEASE STATE__________________ contract completed or delivered Sales Tax Probable date of completion Total 3. Do you know of any unpaid bills for labor or material? ❑ Yes X�No 4. Remarks: (if any) Da �r' Signature "' r4 PY QF-1 a in order to assist the City of Renton in properly evaluating construction bids from time to time, the following information should be submitted to the City at or prior to the bid opening, to determine the bidder' s work experience and financial responsibility to satisfactorily complete the project. The information thus submitted will be treated on a confidential basis by the City officials . The form should be filled out in its entirety and if any additional or explana- tory information is to be submitted by the bidder, an extra sheet may be added for said purposes . If any essential information is omitted, the City reserves the right to reject such bid. CONTRACTOR'S PREQUALIFICATIO"! FOP."", 1 Submitted to: Citv of Renton Frank Coluccio Construction Co. , Tnc. A Corporation B Y : A, R 1 fat r ski�� a Axe-I�diui-dua>_ { Principal Office: 7778 Seward Park. Ave. So. , Seattle, Wash. 981.1-8 j r EXPERIENCE QUESTIONNAIRE 1 . How many years has your organization been in business as a general contractor under your present business name? 16 2. How many years ' experience in sewer & watermain construction work has your manization had: (a) As a general contractor 16 As a subcontractor 16 ? 3. 'Jhat exne,-ience has your organization had in construction of public improvements? millions of dollars of sewer and watermain installations for cities, counties and private owners in the State of Washington. { 4. !?hat other projects has your organization completed? Contract Amount Class of Work When Completed Name & Address of Owner 810,000 and less to $2,000,000, and more, for Metro, City of Seattle, Citv of Everett, Renton, Auburn, Bellingham and others and Sewer and Water Districts 5� i sr QF-2 5. a) Have you ever failed to complete any work awarded to you? _ No _ if so, where and why? _ — --- b) Have you ever been unable or prevented from fully completing any job which required a bonding corinany or third parties to take over and complete the project? If so, please Pxnlain fully. No — 6. List at least two corporations , individuals , cities, counties, or states for whom you have uerforred work during the last rive years , and the name of the individual to whom you re-Fer. Citv of Seattle Engineering Dept. City of_ Renton, F.n.gineer_i_n� Pept. _. 7. What is the construction experience of the principal individuals of your organization: Magnitude individual ' s Present Position Yrs . of Construc- & Type of In What Name or Office tion Experience Work Capacity? Frank Coluccio President 30 years Sewer/Watermain Supt. J. N. Coluccio Secv-Treas. 40 years ditto ditto Vincent Coluccio Vice-Pres. 25 years ditto ditto Vincent Minice Asst Sec.-Tr. 35 years ditto ditto 8. List the major items of equipment which you own or which will be available for use on the proposed work. 1-yd. to 4�-yd shovels, 3-4 vd. loaders, bulldozers small backhoes and all related construction equipment. 9. List below the contracts which you or your company or corporation. have engaged in during the previous 10 years that required court action for settlement. None p 4 1011 ��Q h OF-3 In lieu of completing the Financial Statement below, the Contractor may submit a copy of his latest audited Financial Statement with the notation that the information therein contained is true, correct and cor,nlete. t CONTRACTOR'S FINANCIAL STATEMENT Condition at close of business 19 ASSETS 1 . Cash, including cash on hand, in banks , and elsewhere . . . . . . . . 2. Notes receivable . . . . . . . . . 3. n.ccounts receivahle from completed contracts , exclusive of claims not approved for payment . . ;;' , 4, Su;rs earned on uncompleted contracts as shown by Engineer'` or estimate, including retained percentage �. . . . 5. Accounts receivable other than construction contracts 7. Interest accrueds r onloans , securities. etc. . . . . . . . . . . . 8, Real estate . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I 9. Stocks and bonds . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . —_— i 10. Materials in stock not included in Iter^ 4 . . . . . . . .. . . . . . . 11 . Equipment, book value �� . . . ..:4�."' 12. Furniture and fixtures , book value �� . . . . . . . . 13. Other assets . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .�:. . . . . . . . . , , t Total Asset 5 . . . . . . . .,: . . . u LIABILITIES 1 Motes payahle . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2. Accounts payable . . . . . . . . . . . . . . . . . . . . . . . .. . . . ' ' . . . 3. Real estate encumbrances . . . . . . . . . . . . . . . . . . . . . . . . ./. . . ! 4. Other liahilities _ 5. Reserves . . . , . .). . . . . , �'. . . . i f , Capital stock paid up . . . . . . . . . . . . . . . . . . . 7. Surplus (net worth) . . . . . . . . . . . . . . . ./'. . . . . . . . . . . . . . . ./ . . . . . Total Liabilities CONTINGENT LIABILITIES 1 . Liability on notes receivable, discounted, or sold . . . . . . . . $ 2. Liability on accounts receivable, pledged , assigned, or sold . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ! 3. Liability as bondsman . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4. Liability as guarantor on contracts or on accounts of others . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5. Other contingent liabilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . Total Contingent Liabilities . . . $ The undersigned hereby declares that the foregoing statements are true and that the foregoing financial statement is a true and accurate statement of the financial a condition of said firm. Dated at Seattle, Washington this 10th day of Sept. 19 69 ( / I ✓ ttr(y, Flir�� �t l 'vi_U�w�l �r� i...`i:.:�l✓111iii �::.�lilii�l��� �i`Jlr. 1 Organization o By President 1 i i QF-6 AFFIDAVIT FOR CORPORATION STATE OF Washington � COUNTY OF King ) I , Frank Coluccio, President . ,- being duly sworn, de- pose an say a am President_ of the Frank Coluccio Construction Co. Inc. _ , the corporation described erein an ute t e oregoing statement; t at I am familiar with the books of the said corporation showing its financial condition; that the foregoing financial statement, taken from the books of said corporation , is a true and accurate statement of the financial condition of said corporation as of the date thereof, and that the answers to the interrogatories of the equipment questionnaire are correct and true as of the date of this affidavit; and that the statements and answers,. to the interrogatories of the foregoing experience questionnaire are correct and true as of the date of this affidavit. ( f icer must also sign ere Subscribed and sworn to before me this 10th� day of September 19 69 � � My commission expires January 7, 1970 Notary Public QO g� R 1 < BID LAND FO;a4 Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ 5% which amount is not less than five percent of the total bid, FRANK COLt1CCIO CONSTRUCTION CO. , INC. Sign Here resl ent BID BOND Know All Men By These Presents: ► That we, Frank Coluccio Construction Co. , Inc. ;as Principal, and General Insurance Company of America ,,as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Five per cent (5%) of total amount bid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Renton Municipal Airport Storm Drainage Improvements --------- according to the terms of the proposal or bid made by the Principal therefor, and the i4 Principal shall duly make and enter into a contract with the Obligee in accordance with I the terms of said proposal or bid and award and shall give bond for the faithful per- formance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the 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 10th DAY OF September , 19 69 F,�rapk,Coluc o gpsp�ruction Co. , Inc incipal Gene 'I su anc Com f America Surety S1011 Received return of deposit in the sun of t.. BOND TO CITY OF RENTON OW ALL MEN BY THESE PRESENTS: That we, the undersigned FRANK COLUCCIO CONSTRUCTION CO. , INC. , a Washington Corporation 7778 Seward Park Avenue South, Seattle, Washington 98118 as principal, and G ERAL INSMUNCE COMPANY OF MMICAcorporation organize and existing under t e laws of the State of as ington as a surety corpor- ation, and qualified under the laws of the State of Washington to ecome surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and City of Renton in the penal sum of $141 082.32- - - - - - -for. the pay- ment bound to the y p ment of which sum on demand we bind ourselves and our successors, heirs, a nistrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washing- on, the Ordinance of the City of Renton. Dated at . Washington, this U day of 19 T Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. or by Council action of the City of Renton, passed , 19 , time Mayor and City Cle'rk of said City of Renton have let or are about to let to the said— the above bounden Principal, a certain contract, the said contract being num ere and providing for Renton Municipal Airport Storm Drainage Improvements (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said FRANK COLUCCIO CONSTRUCTION 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, sub-contractors and material, men, and all persons who shall supply said principal or sub-contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub-contractor in the performance of said work, and shall idemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as speci- fied in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. APPROVED as to legality: FRANK COLUCCIO CONSTRUCTION CO. , INC.. B � C,e Approved: - GENERAL INSURANCE MANY OF AMERICA By Co Attorney-in-Fact BOND TO CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned as principal, any , corporation organized and existing under the laws of the State of , as a surety corpor- ation, and qualified under the laws of the State of Washington to ecome surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ for the pay- ment of which sum on demand we bind ourselves 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 , Washington, this day of 19 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. or by Council action of the City of Renton, passed , 19 , the Mayor and City Clerk of said City of Renton have let or are about to let- to the said the above bounden Principal, a certain contract, the said contract being numbere and providing for (wHich contract is referred to herein and is made a part ereof as thou-gE attache hereto) , and WHEREAS, the said principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said shall faithfully perform all of the provisions of said contract in the manner 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, sub-contractors and material, men, and all persons who shall supply said principal or sub-contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub-contractor in the performance of said work, and shall idemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as speci- fied in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. APPROVED as to legality: - Approved: r e MINIMUM WAGE AFFIDAVIT FORM City of Renton State of Washington ss COUNTY OF Kind I, the undersigned, having been duly sworn, depose, say and certify that M in connection with the performance of the work, payment for which this voucher I is submitted, I have paid the following rate per hour for each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no labOTer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. CONTRACTOR Subscribed and sworn to before me on this 10th day of September, 19 69 Notary Public in and for the State of Washington Residing at Seattle i I 1'COS S�Q THIS AGREEMENT, made and entered into this _Z/1 day of U� 19 , by and between THE CITY OF REdTON, Hashington , a municipal corporation of the State of !-Iashington , hereinafter ref rred to as "City" hereinafter referred to as "CONTRACTOR" . W I T N E S S E T H: (1 ) The Contractor shall within the time stipulated, (to-wit: within 130 calendar days from date of execution hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equip- ment, 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: drainage system irnprovements at the North_ west end of the Renton Municipal Airport - All the foregoing shall be performed, furnished, constructed, installed, and completed in strict conformity with the plans and specifications , including any and all addenda issued by the City and the other documents hereinafter enumerated. It is agreed and stipulated that said labor, materials , appliances , machine, tools , equipment and services shall be furnished and the construction and installation be performed and completed to the satis- faction and approval of the City's Engineer as being in such conformity with the plans , specifications and all requirements of the Contract. (2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents all of which are com- ponent parts of said Contract and as fully a part thereof as if herein set out in full , and if not attached, as if hereto at;,ac'ied: (a) This Agreement (b) Instruction to Bidders (c) Bid Proposal (d) General Conditions (e) Specifications (f) Maps and Plans (g) Bid (h) Advertisement for Bids (i ) Special Contract Provisions, if any \001 EQ � S Page 2 (3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this contract, or any extension in writing thereof, or fails to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment- for the benefit of his creditors , or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his sub-contractors should violate any of the provisions of this contract, the City may then serve written notice upon him and his surety of its intention to terminate the contract, and unless within ten (10) days after the serving of such notice, such violation -or non-compliance of any provision of the contract shall cease and satisfactory arrangement for the correction thereof be made, this contract, shall , upon the expiration of said (10) day period, cease and determine in every respect. In the event of any such termination , the City shall immediately serve written notice thereof upon the surety- and the Contractor and the surety shall have the right to take over and perform the contract, provided however, that if the surety within fifteen (15) days after the servinr, upon it of such notice of termination does not perform the contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the contract and prosecute the same to completion by contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event the Cite if it so elects may, with- out liability for so doing, take possession of and utilize in completing said contract such as materials, machinery, appliances , equipment, plants and other properties belong- ing 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. o IS S Page 3 (5) The Contractor shall hold and save the City and its officers , agents , servants , and employees harmless from any and all liability of any nature or kind, including all costs and legal expense incurred by reason of any work on the contract to be performed hereunder, and for, or on account of any patented or unpatented invention , process, article or appliance manufactured for use in the performance of the contract, including its use by the City, unless otherwise specifically stipulated in the Contract. (6) Any notice from one party to the other party under the contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail , postage prepaid and registered. (7) The Contractor shall commence performance of the contract on the day�� , 19 /, and shall complete the full performance of the contract not later than 120 calendar days from said date of commencement. For each and every day of delay after the day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of too 00 as liquidated damages for each such day, which shall be paid by the Contractor to the City. (8) Neither the final certificate of payment nor any provision in the contract nor partial or entire use of any installation provided for by this contract shall re- lieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1 ) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof. (9) The Contractor and each -sub-contractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls , reports , estimates , records and miscellaneous data pertaining to the contract as may be requested by the City from time to time. 101 �Q g } Page 4 (10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the contract, including the payment of all persons and firms performing on the construction project under this contract or furnishing materials in connection with this contract, said bond to be in the full amount of the Contract Price as specified in Paragraph 11 . The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington, (11) The total amount of this contract is the sum of 47 /,c/i, which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "general conditions" of this contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attesting by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above written. CONT CTO - � : THE CITY OF RENTON Mayor ATTEST; City Clerk g� Frank Coluccio Construction Company, Inc. SEWERS, WATERMAINS, UTILITIES ti 7778 SEWARD PARK AVENUE SOUTH SEATTLE, WASHINGTON 98118 Phone PArkway 2-5306 ' t September 29, 1969 City of Renton Renton, Washington Gentlemen: Please be advised that the By-Laws of the Frank Coluccio Construction Co. , Inc. authorize Frank Coluccio, the President, to execute any and all documents on behalf of the corporation. Very truly yours, FRANK COLUCCIO CONSTRUCTION CO. , INC. President. FC/awr 01081 S PROPOSAL TO T111 CITY OF RENTON RENTON, WASHINGTON Gentlemen: The undersigned hereby certif that 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 Address Names of Members of Partnership: OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at + Y E 1 UANIEL J. EVANS STATE OF WASHINGTON ; GOV;KNOB DIVISION OF PROFESS11NAL L ! CFNSI ^4�i THIS CERTIFIES TMA• THE PERSON NAMED HEREON IS k-,c`NSED AS �POVIDFE'•+y LAW AS A ' GENI�RAL CONTRAC"CP C04UCCI0# FRAMW %NST CO 7778 SEWARD PARK A�F SO SEATTL.E w► -9811A EXPIRATION DATE � I rocs olRi crop I 2 2 3 0 iI — c`6 ! L_ _Oi Y�I ,�� r. i eAs --- ----I-- i6 =7E �• j t i 1 SCHEDULE OF PRICES Approximate Item Quantity Description Unit Price Totai 10. Lump Suez Fill Existing Culvert 2,000.00 2,000.00 Lump Sum Two thousand dollars 11. 450 Cu. Yds. Foundation Material 4.00 1,800.00 Per Cubic Yard Four dollars 12. 350 Tons Bedding Gravel 3.00 1,050.00 Per Ton Three dollars 13. 1, 700 Cu. Yds. Select Backfill Material 2.85 4,845.00 Per Cubic Yard Two dollars & eighty-five cents jz.. 180 Sq. Yds. Concrete Pavement Patching Per Square Yard R Twelve dollars 15. 620 Sq. Yds. Asphalt Pavement Patching 4.00 2,480.00 Per Square Yard Four dollars 16. 70 Cu. Yds. Crushed Surfacing, Top Course 7.0 0 _!1Q(Z,(10 Per Cubic Yard Seven dollars Sub Total $ 135,007.00 4. 5% Sales Tax $ 6,075.32 Total Amount of Bid $141,082.32 I i Sheet 2 0£ 3 SCHEDULE OF PRICES Approximate Item Quantity Description Unit Price Total 1. 734 L. F. 8'x5' Reinforced Concrete Box Culvert 132.00 96,888.00 Per Lineal Foot One hundred thirty-two dollars 2. 2 Each Culvert Manhole Openings 300.00 600.00 Per Each Three hundred dollars i 3. Lump Sum Outlet Structure 14,000.00 14,000.00 Lump Sum Fourteen thousand dollars 4. Lump Sum Reinforced Concrete Head- walls 1664.00 1664.00 Lump Sum Sixteen hundred sixty-four dollars 5. 600 Sq. Ft. Wingwalls 3.60 2160.00 Per Square Foot Three dollars & sixty cents 6. 170 L. F. 12'' Concrete Pipe 11.00 1870.00 Per Lineal Foot Eleven dollars 7. 2 Each Catch Basin Inlet 300.00 600-QO Per Each Three hundred dollars 8. 170 L. F. Salvage 721lx44" CMP Culvert 12.00 2040.00 Per Lineal Foot Twelve dollars 9. 40 L. F. Salvage 36" CMP- Culvert 360.00 Per Lineal Foot Nine dollars Sheet 1 of 3 Q1969 �Q 9 S 6 THE UNDERSIGINTED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON TI-iIS PROJECT, IF AWARDED HIM, ti�'ITJ.IIN TEN (10) DAYS AND TO COMPLETE WITHIN ONE K NDRED TWENTY (120) CONSECUTIVE CALENDAR DAYS AFTER STARTING CONSTRUCTION. DATE THIS loth DAY OTeptember , 1969. T , CC CONSTRUCTION CO. , INC. '� SIGNED: .^� -(E2 C 0PU ��_,r TITLE: President ADDRESS: 7778 Selaard Park A.ve. So. SPattle, bush. 98118 y�y 4 a 1 1 Sheet 3 of 3 NCO" e o CO" S ' r r NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ) } SS COUNTY OF King Frank Coluccio, President 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 be- half of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the fore- going 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 or Bidders. SIGN HERE: for FRANK COLUCCIO CONSTRUCTION CO. , INC. Subscribed and sworn before me this loth day of S=tenhp-r_ , 19 69 4 � Notary Public in and for the State of Washington residing at Seattle therein . i E P x ca � ; SPECIFICATIONS The Specifications to be followed for this project will be the "Standard Specifications for Municipal Public Works Construction" 1963, prepared by the Washington State Chapter of the American Public Works Association as adopted by the City of Renton. 01� S SPECIAL PROVISIONS I. The Special Provisions hereinafter contained shall supersede any provisions Of the Standard Specifications in conflict therewith. 2. Public Lia;,ility and Property Damage Insurance: The Contractor shall obtain and keep in force during the term of the contract, public liability and property damage insurance in companies and in form to be approved by the City. Said insurance shall provide coverage to the Contractor, and subcontractor performing work provided by this contract, and the City. The City shall be named as an additional insured on said policy insofar as the work and obligations performed under the contract are concerned. The coverage so provided shall protect against claims for personal injuries, including accidental death, as well as claims for property damages which may arise from any act or ommission of the Contractor of the subcontractor, or by anyone directly or indirectly employed by either of them. The minimum policy limits of such insurance shall be as follows: Bodily injury liability coverage with limits of not less than $100, 000 for bodily injury, including accidental death, to anyone person, and subject to that limit for each person, in an amount not less than $300, 000 for each accident; and property damage coverage in an amount not less than $50, 000 for each accident. A copy of the insurance policy, together with a copy of the endorsement naming the City as an additional insured, shall be provided to the City within a reason- able time after receiving notice of award of contract. Proof of Carriage of Insurance: The Contractor shall furnish the City with satisfactory proof of carriage of the insurance required. 3. Nondiscrimination in Employment: Contracts for work under this proposal will obligate the Contractors and Sub- contractors not to discriminate in employment practices. 4. Dewatering: It shall be the Contractor's responsibility to provide for all necessary dewatering of the site during construction, including the outlet area in Lake Washington and the existing open channel and culverts. Runoff water entering the channel from the South end may be dammed temporarily or bypassed through the work site, however, no temporary or construction work shall prevent or obstruct the passage 019� SO � of excess runoff through the Black River Channel during rainy periods. Extra compensation will not be made for dewatering the work site and bidders are directed to consider any extra costs in submitting prices for the items of work in the proposal. 5. U tilitie s: The existence and approximate location of underground utilities or structures in the immediate work area and shown on the plans were determined by search of available records and may not be complete. The Contractor shall take the necessary precautionary measures to protect the utilities or structures shown and any other utilities or structures at the site. It shall be the Contractor's responsibility to notify the owners of the utilities or structures concerned be- fore starting work. 6. Lines and Grades: The City 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. Wherever work is in progress, the Contractor shall have in his employ a man competent to set batter boards or other construction guides from the line and grade stakes given by the City Engineer. 7. Traffic Maintenance and Protection: The Contractor shall make provision for handling local traffic around the work site during construction with a minimum of interruption. The entry road from Rainier Boulevard may be closed during excavation and construction of the box culvert between stations 10+68 and 11+08. However, once the road is closed, the Contractor shall expedite his construction work, in this area, in order to reopen this road to traffic as soon as possible. While the road is closed, the Contractor shall be responsible for maintaining, signing, and providing barricades and flasher lights along a detour route acceptable to the Airport Manager. Access to existing buildings and hangars shall be maintained by the Contractor at all times. The Contractor shall notify the Airport Manager seven (7) days before commenc- ing work in aircraft tiedown or storage areas or before opening any access roads or taxiways. 0� S The Contractor shall not operate or permit any of his equipment or personnel closer to the westerly side of the main runway of the Airport than the con- struction work area line shown on the plans, and shall take all necessary precautions when moving equipment and personnel to and from the site so as not to obstruct taxiway and apron movements and work operations. The Contractor shall conduct his operations in such a manner as to provide vehicular and airplane access to the Tritan Hangar at all times. The Contractor shall place and maintain, during the construction, sufficient quantity of proper lights, barricades, and flagmen as may be deemed nec- essary to maintain the flow of traffic. If the Contractor shall fail to main- tain sufficient lights and barricades in the opinion of the City Engineer, the City shall have the right to provide these lights and barricades and deduct such costs from payments due the Contractor. Extra compensation will not be made for traffic maintenance and protection and bidders are directed to consider any extra costs in submitting prices for the items of work in the proposal. 8. Construction Schedule: The Contractor's operation shall commence at the Outlet Structure and pro- ceed upstream through the box culvert drainage system. No diversion from the existing Black River Channel to the new box culvert shall be made until the downstream portion of the culvert drainage system has been completed and approved by the Engineer. i The Contractor shall schedule and complete the construction of the box culvert at the Rainier Avenue entry road within forty-five (45) days after starting con- struction. 9. Failure to Complete Work on Time - Liquidated Damages: The Contractor's attention is directed to Section 8. 08 of the Standard Speci- fications. In accordance with this section, the Contractor shall pay to the City liquidated damages in the amount of $100. 00 per calendar day for each day's delay in excess of the number of calendar days specified for the times of completion. 10. Dust and Mud Control: The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment. The Con- tractor shall be prepared to use watering trucks, power sweepers and other pieces of equipment as deemed necessary by the Engineer to avoid creating a nuisance. ,erg `b 0 SO Dust and mud control shall 'be considered as incidental to the project, and no compensation will be made for this section. 11. 81x5' Reinforced Concrete Box Culvert and Headwall: Concrete for reinforced concrete box culvert and headwall shall be Class B concrete with 1 1/4" maximum size aggregate in conformance with Section 107 of the Standard Specifications. Reinforcing steel for reinforced concrete box culvert shall conform to the requirements of Section 111 of the Standard Specifications. The unit price bid per lineal foot for 81x5' Reinforced Concrete Box Culvert, and the lump sum price for reinforced concrete headwall shall constitute com- plete compensation for all move in, material, labor, tools, and equipment for the 8'x5' reinforced concrete box culvert in place, including pavement removal, excavation, dewatering, backfill, and disposal of surplus excavation. Founda- tion material, select trench backfill material, bedding gravels, and pavement patch, when called for by the Engineer shall be measured and paid for under the appropriate bid items. Alternate box culvert section designs utilizing precasting techniques for the 8'x5' box culvert section will be considered upon submittal by the Contractor, of all pertinent design and cost data to the Engineer including installation time schedules. 12. 12-inch Concrete Pipe: 12-inch storm drain pipe shall be cemeneconcrete pipe conforming to Section 60-3. 01A of the Standard Specifications. Joints shall be of the rubber "O" ring gasket type with concrete bell and spigot cast integrally with the pipe. Payment for 12-inch concrete pipe shall be made at the unit price bid per linear foot of pipe in place and shall constitute full compensation for furnishing all material, labor, supplies, equipment, and incidentals for completing the installation including pavement removal, excavation, dewatering, plugging of pipes, reconnection of pipes, connections to existing catch basins, and dis- posal of surplus excavation. Foundation material, select trench backfill material, bedding gravel, and pavement patch when called for by the Engineer shall be meas- sured and paid for under the appropriate bid item. 13. Catch Basin Inlet: Catch Basin Inlets shall conform to Section 64 and Standard Plan No. 50 or No. 51 of the Standard Specifications. Grates and castings shall be set in relation to the existing surface as directed by the Engineer. h y The bid price for Catch Basin Inlet shall be full compensation for all labor, equipment, materials, including adjusting frame to final grade and connecting pipes, and all incidental costs necessary for furnishing and placing catch basin inlet. 14. Foundation Material: Foundation material where required by the Engineer shall conform to Section 61-3. 03D, Foundation Material and Placement, of the Standard Specifications. The price per cubic yard in place shall be full compensation for furnishing and placing foundation material as outlined in Section 61-4 of the Standard Specifications, 15. Gravel for Pipe and Box Culvert Bedding: Gravel for pipe and box culvert bedding shall consist of crushed or naturally occurring granular material from sources selected by the Contractor, but the quality shall be approved by the Engineer. Gravel for bedding (pea gravel) shall have 100% passing the U. S. Standard 3/4 inch opening and not more than 3% will pass the U. S. No. 200 (wet sieve), 0-8% will pass the U. S. No. 8 sieve and 95-1007o will pass the U. S. Standard 3/8-inch opening, with a minimum sand equivalent of 50. Pipe bedding shall be 6" deep under the box culvert and 4" deep under all pipes. Gravel for pipe and box culvert bedding will be measured by the ton Y in the trucks at the point of loading. The bid price for Bedding Gravel per ton in place sahll be full comp- ensation for selecting, transporting, and compacting the bedding gravel in place. No further compensation will be made. 16. Backfilling of Pipe and Box Culvert Trench: No work shall be covered until it has been examined by the Engineer. The earth which is filled around the pipe and box culvert and to a depth of six (6) inches over the top of the pipe or box culvert shall be free of rocks greater than two (2) inches in diameter. This material shall be hand tamped most meticulously so as to obtain the highest density possible. The remainder of the trench shall be backfilled in uniform layers not to exceed 12" in depth, and it shall be compacted to 90% optimum density using a vibratory compactor. IOQ 0 0� S Where in the opinion of the Engineer the native material is not suitable to be returned to the trench, it shall be placed in the designated disposal area as specified below, and the trench shall be backfilled with select trench Back- fill. Select trench backfill shall meet the grading requirements of Bank Run Gravel Class "B" as outlined in Section 26-2. 01 of the Standard Specifications. Select trench backfill shall be paid for as per the Special Provision for Select Trench Backfill. Excavation The Contractor is advised to adhere to the Section entitled EXCAVATION, Section 61-3. 01 and Section 61-3. 04 CRIBBING AND SHEETING, of the Standard Specifications. All surplus excavated material not used for backfilling shall be stock piled adjacent to the existing Black River Channel until such time as the new box culvert and outlet are placed in service and the existing 72" CMP pipe is salvaged. Areas of the existing Black River Channel, where designated on the plans as "Disposal Area" shall then be cleared, following which the sur- plus excavated material shall be taken from the stockpile and placed in the existing channel in the areas designated as "Disposal Area" and compacted to a density equivalent to the surrounding soils. All costs of move in, excavation, pavement removal, backfilling with native material, compaction, clearing, and disposal and compaction of surplus ex- cavation material in disposal areas, shall be absorbed in the unit price bid for the appropriate installation in place. No further compensation will be made. The maximum permissible trench width from the bottom of the trench to the crown of the pipe shall be 40 inches. The maximum permissible trench width from the bottom of the trench to the top of the box culvert shall be 15 feet. Any excavation in excess of the above requirements shall be replaced with native material or select trench backfill, as directed by the Engineer and at the Contractor's expense. Select trench backfill shall be paid for by the cubic yard in place to the above maximum trench widths only. 17. Select Trench Backfill: Select trench backfill for the box culvert and 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 approved by �Q 3 p�yOy S the Engineer. Select trench backfill shall meet requirements for Bank Run Gravel Class "B" as outlined in Section 26-2. 01 of the Standard Specifications. The price per cubic yard in place shall be full compensation for selecting the source, furnishing and placing the material as outlined in Section 61 of the Standard Specifications. 18. Concrete Pavement Patching: Concrete pavement patching in the area North of the Tritan Hangar shall be done in conformance with Standard Plan No. 18, Alternate "A" Typical Patch for Rigid Pavement (Cement Concrete Pavement) and Section 54 of the Standard Specifications. Cement for pavement patch shall be Portland Cement per Standard Speci- fications Section 37-2. O1D. Concrete shall be Class 6. 5 (1 1/2). The unit price bid per square yard for concrete pavement patching shall be full compensation for all labor, materials, equipment, and incidentals nec- essary for the completion of the work as specified. 19. Asphalt Pavement Patching: Asphalt pavement patching shall conform to Standard Plan No. 18 (Typical Patch for Flexible Pavement) as modified by the Special Provisions on Crushed i Surfacing Top Course and Section 54. The maximum patching width in trench areas will be 4 feet in pipe trench areas and 17 feet in box culvert trench areas. Any patching done beyond this limit will be done at the Contractor's expense. The unit price bid per square yard for Asphalt Pavement Patching shall be full compensation for all labor, materials, equipment and incidentals nec- essary for the completion of the work as specified. 20. Crushed Surfacing Top Course: Crushed surfacing top course, where required by the Engineer, shall con- form to Section 23-2. 01 of the Standard Specifications and shall be placed to the thickness directed by the Engineer. The unit price bid per cubic yard for Crushed Surfacing Top Course shall be full compensation for furnishing and placing in accordance with Section 26 of the Standard Specifications. � 0 g�Q t r 21. Salvage Existing CMP Culverts: Where indicated on the plans the Contractor shall remove existing 72" x 44" CMP culvert pipe and existing 36" CMP culvert pipe and shall deliver and stockpile it at the southwest corner of the Airport adjacent to the intersection of Airport Way and Rainier Avenue as directed by the Engineer. Pipe shall be carefully excavated and band couplings removed such that the pipe may be removed in sections to the stockpile area without damage. The unit price bid per linear foot for salvage of existing CMP pipe shall be full compensation for all labor, materials, equipment and incidentals nec- essary to remove the pipe and stockpile in the designated area as specified. 22. Wing Walls: The Contractor shall construct broken concrete or sacked concrete wing walls at the inlet and outlet ends of the box culvert sections crossing the Airport entry road and at the inlet to the downstream section of box culvert. The wing walls will transition from the vertical wall culvert entrance to the future 1 1/2:1 slopes of the open channel as shown on the plans. Where necessary to form a smooth transition from the culvert to the planned open channel slope the Contractor shall shape the bank behind the wing wall by excavating or filling as necessary. Any shaping done with fill shall be compacted to the equivalent density of the surrounding ground. i Materials for the wing walls shall be broken concrete removed from existing wing walls and culvert structures during construction or broken concrete or sacked concrete supplied by the Contractor. However, each wing wall must be constructed entirely of one type of material. Individual pieces of broken concrete shall be a minimum of 1/2 cubic foot in- volume (approximately 75 lbs.) and shall be laid in overlapping tiers along the slope to form a solid blanket at least 1 foot thick. Concrete for sacked concrete shall be Class 4 (1 1/2) concrete conforming to applicable portions of Section 37 of the Standard Specifications. Sacks shall be made of at least 10 ounce burlap and shall be approximately 19 1/2 inches by 36 inches measured inside the seams when the sack is laid flat. Sound reclaimed sacks may be used. The sacks shall be filled with concrete loosely placed so as to leave room for folding at the top. The fold shall be just enough to retain the concrete at the time of placing. One cubic foot of concrete shall be placed in each sack. � 9 0IRV Immediately after being filled with concrete, the sacks shall be placed and lightly trampled to cause them to conform to the slope and adjacent sacks in place. The sacks stall be placed in tiers and rows to form a solid blanket at least one (1) foot thick. Not more than four (4) vertical courses of sacks shall be placed in any tier until the initial set has taken place in the first course of any such tier. Sacked concrete shall be cured by sprinkling with a fine spray of water every two (2) hours during the daytime for a period of three (3) days. Broken concrete or sacked concrete wing walls will be measured and paid for at the unit price bid per square foot of wing wall surface in place and shall be full compensation for all labor, materials, equipment, and incidentals necessary for completion of the work as specified. 23. Fill Existin-- Drain: As soon as the 8'x5' box culvert, outlet structure, and wing walls are completed and ready for use, the Contractor shall divert the existing channel into the new structure. The Contractor shall then fill the existing culvert extending from Lake Wash- ington, through and under the "Tritan Hangar" and to its entrance approximately twenty (20) feet to the right of Station 2+80t (total length approximately 2401). That portion of the existing culvert and inlets from the hangar north to Lake Washington (approximately 501) shall be filled by removing the concrete walls of the existing channel and filling with surplus excavation material from other portions of the project. Fill shall be placed and compacted in accordance with Section 13-3. 10E3 (Method B) of the Standard Specifications. After completion of the fill and compaction, the Contractor shall trim the broken edges of the existing concrete pavement and place concrete pavement patching as specified in these Special Provisions. That portion of the existing culvert and culvert entrance to the South of the hangar and outside the existing concrete pavement ramp (approximately 501) shall be 'illed by excavating the existing ground material over the culvert, removing the top section, removing the side walls, and filling as stated above, or by the method designated below for the area under the hangar and concrete ramp. That portion of the existing culvert beneath the hangar and concrete ramp (approximately 1401) shall be filled by placing surplus excavation material from other portions of the project as fill through the existing grate openings at each end of the hangar and compacting it in place such that the entire space beneath the hangar floor and concrete ramp shall be filled with compacted material leaving no void areas. � 30 y •J� t Any additional openings in the hangar floor other than the aforementioned grate openings will be permitted only with the approval of the hangar tenant and the Engineer. The Contractor shall submit his proposed procedure to the Engineer for approval beior e commencing work. The lump sum price bid for filling the existing culvert shall be full compensation for providing all labor, materials, equipment, and incidentals necessary to fill the existing culvert including the necessary approvals as specified. Where in the opinion of the Engineer, the surplus excavation material from other portions of the project, or the native material over the existing culvert, is not suitable for use in filling any of the three segments of the existing culvert, the culvert shall be filled with select trench backfill material measured and paid for as per the bid item and Special Provision for Select Trench Backfill. Concrete pavement patching will be measured and paid for as per the bid item and Special Provision for Concrete Pavement Patching. 24. Outlet Structure: The lump sum price bid for the outlet structure shall be full compensation for all labor, materials, tools, and equipment necessary to construct the outlet structure as shown on the plans. 25. Payment to the Contractor: .w Payments to be made to the Contractor will be made in the manner outlined in Section 9 of the Standard Specifications. Payments shall be made in Cash Warrants. 26. Culvert Manhole Openings: Manhole openings on the top of the box culvert shall conform to the details shown on the plans, Section 63 of the Standard Specifications, and the applicable details of the Renton Standard Storm Manhole Detail. The location of manhole openings shall be as stationed on the plans. The manhole frame and grate shall be set at the elevation directed by the Engineer with a minimum of one course of 8" wide brick placed under the frame for adjusting. The manhole steps shall be carried down to the bottom of the box culvert. _) f J • A 64 _,+ • t, • The bid price for Culvert Manhole Openings shall be full compensation for all labor, equipment, materials, including the steps in the box culvert, and incidental costs necessary for furnishing and placing the Culvert Manhole Openings. 49 AV l* C S-CO�.M CAST I IJ G OL`C. F D 2`f 5�)ZO �A0JUST ME-MT 12" hAAY. �GO►JE �� -P iZ.E C ASS S 1 G-f 1 O►J STEP 3/4" DEFOP-MEO 48" LADDErZ M02.TA,t� F 11.t` iv PZEC �3A.SE SEGT10►.1 0 2 CAST I NI P LACE G"M I►J, TYPICAL. DETAIL - STORM M L M HOLE NO EQ 3 Ol 5 Frank Coluccio Construction Company, Inc. ` SEWERS, WATERMAINS, UTILITIES 7778 SEWARD PARK AVENUE SOUTH uuua SEATTLE, WASHINGTON 98118 Phone PArkway 2-5306 February 28, 1970 City of Renton Engineering Department City Hall Renton, Washington Gentlemen: Enclosed herewith is Release from the Department of Labor & Industries in connection with the contract for storm drainage at the Renton Airport. Very truly yours, FRANK COLUCCIO CONSTRUCTION CO. Office Manager. awr encl. �Cljy �F RF Fk^ C 578 063 699 Form 2474—DUPLICATE Reg.No..........___._---._. Revised 9-30-68. DISBURSING OFFICER Department of Revenue of the State of Washington Contractor: Frank Colucc io Construction Co. PWc N: 16698 7778 Seward Park Ave. South Certificate of Payment of State Excise Seattle, Washington 98118 Taxes by Public Works Contractor We hereby certify that taxes, increases and penalties due or to become due from the above named contractor under Chapter 180, Laws of 1935, as amended, with respect to the following public works 5' x 8' Culvert for Drainage on Airport CAG 1552-69 contract: ............... ........................................................................................................................ . ......................_..................................................................................... ... City of Renton .............................................................................................................................. .............._................................................................ ......._._................................................. ........................................................................................................................................................... .................................................... ......._..........._..........................................._........ together with all other taxes, increases and penalties due from such contractor, have been paid in full or are readily collectible from other sources. This certificate is issued pursuant to the provisions of Chap. 60.28 RCW (Chap. 236, Laws of 1955), for the sole purpose of informing the state, county or municipal officer charged with the duty of disbursing or authorizing the payment of public funds to said contractor that the Department of Revenue hereby releases the state's lien on the retained percentage provided by Chapter 60.28 RCW for Excise Taxes due from said contractor. This certificate does not release said contractor from liability for additional tax which may be later determined to be due with respect to the above mentioned contract or other activities. February 6, 1970 Datedat Olympia, Washington....................................................I......................................................................................................._....... ........................ D DEPARTMENT OF REVENUE OF THE STATE OF WASHINGTON �.._.. . .... .�w�............................. Aaio s '� ertifying Officer Jack J. Gilbert, Auditor PI-325 Rev. 9-1-55 File No notice of Completion of Public Works Contract, To: Excise Tax Division Date Audit Section Tax Commission Olympia, Washington �-___ Do_Not Use _______ From: i Assigned^To :r I 0—1� o S ee o Date Ass v � igned: P. W. C. Dated: CT ►''SU a { . Date of Claim: Gentlemen: Notice is hereby given relative to the completion of contract or project described below: Description of Contract : LS !At-f- v4,e,1 s�l2A. wi�aGtr of Po2 M Contractor f s Name a2�a�« Contractor's Address : -T is I Z LLB k.�J. Date Work Commenced : Date Work Completed : 7 _ 1-7, q Date Work Accepted: �zL Surety or Bonding Company ; �, ,o,Lsv � Agent's Address . Z74 VZ L—:ks►may i Contract Amount "S', 00'1, o O Amount Disbursed: m 138�01'9,fru Additions I Ii LoV?,o'L Amount Retained S0 Sales Tax ` S-l4 1,'� Total IS Z,G 4R,so Total 1 �Z J 0 By___ ---- Disbursing Officer THREE COPIES OF THIS NOTICE MUST BE COMPLETED BY THE DISBURSING OFFICER AND MAILED TO THE TAX COMMISSION AT OLP PIA, WASHINGTON IMMEDIATELY AFTER ACCEPTANCE OF THE WORK DONE UNDER THIS CONTRACT. NO PAYMENTS SHALL BE MADE FROM RETAINED FUND UNTIL RECEIPT OF COISVISSION'S CERTIFICATE, AND THEN ONLY IN ACCORDANCE WITH SAID CERTIFICATE. PUBLIC WORKS CONTRACTS - LIEN FOR EXCISE TAXES -- FINAL PAYE NT RCIAT 60.28.040 (sec. 4 chap. 236, Laws of 1955) The amount of all taxes, in- creases and penalties due or to become due under Title 82, RCW from a contractor or his successors or assignees with respect to a public improvement contract where- in the contract price as five thousand dollars or more shall be a lien prior to all other liens upon the amount of the retained percentage withheld by the dis- bursing officer under such contract, and the amount of all other 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 officer after all other statutory lien claims have been paid. RCW 60.28.050 (sec. 5 chap. 236, Laws of 1955) Upon final acceptance of a contract, the state, county or other municipal officer charged with the duty of disbursing or 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 any 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 been1mid in full or that they are, in the commission's opinion, readily collectible without recourse to the state's lien on the retained percentage. RCW 60.28.060 (sec. 6 chap. 236, Laws of 1955) If within thirty days after receipt of notice by the Tax Commission of the completion of the contract, the amount of all taxes, increases and penalties due from the contractor or any of his successors or assignees or to become due 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 a- mount of all taxes due and to become due with respect to the contract and may re- quest payment thereof to the Tax Commission in accordance with the priority provided by this chapter. The disbursing officer shall within ten days after receipt of such certificate and 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 pay to the Tax Commission the balance, if any, or so much thereof as shall be necessary to satisfy the claim of the Tax Commission for the balance of all taxes, increases or penalties shown to be due by the certificate of the Tax Commission. If the con- tractor owes no taxes imposed pursuant to Title 82, RCW, the Tax Commission shall so certify to the disbursing officer. January 7, 1970 Renton Municipal Airport Board Renton, Washington 98055 Re: Final Estimate Black River Channel Improvement Gentlemen: Submitted herewith is the final estimate for work performed on the Black River Channel Improvement by Frank Coluccio Construction, Inc.- The amount due the contractor is $33,063.15. The work on this project was completed by the contractor and accepted by the Engineering Department on December 17, 1969. Acceptance of the project by the Airport Board is recommended as of this date. We recommend the retained amount of $14,609,50 be paid the contractor at the end of thirty (30) days beginning December 17, 1969 if no liens or claims are filed against the project, and upon-proof of payment of tax liabilities. Very truly yours, JEW:mj Jack E. Wilson City Engineer 0 O U a734 S -132 S 96888 . 0000 AO ° 2 S O 300 S `D 600 . 0000 AO Ct 14000 S ° 1 S Q � 14000 . 0000 AO a 0 0 � 1664 S 1 S 1664 . 0000 AO � 3 . 6 S 0 900 S O `3240 . 000 AO c� 11 S 203 S o 2233 . 000 AO Q a -� 300 S 0 ° 3 S a r 900 . 000 A ti 12 S 168 S o 2016 . 000 AO -040 S r 9 S r� ro 360 . 000 AO L a 0 y �2000 S Q o J 1 S 2000 . 000 AO a� C 4 S 434 . 94 S 1739 • 760100 3 3 S --409 . 25 S CO 1227 . 75 0 71 . 7 S Q 0 S a 0 . 000 AO 0 0 i 2271 . 79 S a ---2 • 85 S _,___6474 • 601 AO 4 S ° — 2450 S —9800 . 000 AO CO 7 S — 109 . 14 S o 763 . 980 AO Q o 155 . 45 S 0 1 S a 155 . 450 AO c 2032 . 48 S (b i S 2032 • 480 AO O Y 146095 • 021 f 0 CO 6574 . 275 b0 L 0 152669 . 296 FO Q 0 14609 . 502 CO 0 104 . 99665 S a 137954 . 797 BO 14609 . 502 CO a� Y 0 146095 . 021 f 0 0 6574 . 275 bO 152669 . 296 FO m 14609 . 502 CO a 0 Q 104996 . 65 S 0 33063 . 144 BO 0 L a� a c .f3L A� /VEiQ Ch//4NN�L WL WRT • FI?AN.0 COL 0 CC/O CO/VST.PUC T/ON FIAI,4 L E S T//Y/,4 T,' DATE TAN 5 /9 70 • DESCe/PT/O/�/ U/f�/T. KE 4!/ANT/TI') LAST ES TM. G�l/ANT/TY TN/S Z--5 8'ir5' Bax Lc /ver/ /3 �, .F 7 34 9� 88�5 734- Z. 3. Ouf/mot Sti vcrtirs /4,0�_ S- /O /4©O.O /00 !¢ OOO.Od 6 64 3.60 s F go 1> /z" Co.�c .�i' c - //.0o C.F. //4 / Z54.00 za3 Z� Z� 3.00 7. CQ tch Bas.n 300. E4. 3 `'DO. � 8. 54/r4 e 7Z"<44"C.M.A /Z.oo 4.P: 9 S�/✓csg e 3e.," C./Yl.P. 9.0o L Z 0000c. // four,�i�fion /YlQ7`snin/ Q.00 G, ✓. 434. 94 / 739. 7(0 ¢ 3-4. e74 /� 73 � 7� ✓e/ 3.0o Tom• - 409. ,Z5 /, Z27. 75 4409. ZS / Z Z.7. 75 /3. Se%7` B4c f t%%/ /j'/Q7` 2.85 G. Y. 8 95, 0 Z,SS2.69 Z,Z 7/• 7 q 4 7¢•�0 /-S• AsP/►t. .�carnhf PQ>ch 4.00 S. SY Z,4 SO 9 800.Gb Z 5.9/ /S/3 7 /O 9 i 7 G ,eovTi/✓� iss¢s .c. s. /O O 7� /S5.4 5 Z(::�>3Z •48 �S'•cl TO 7`/9 L /572 . 30 LESS 41V7 /I PE"v �A/D ;n4, 99�.65 ,41MYI ✓NT I ,/ CONT,P. Frank Coluccio Construction Company, Inc. - SEWERS, WATERMAINS, UTILITIES 7778 SEWARD PARK AVENUE SOUTH SEATTLE, WASHINGTON 98118 Phone PArkway 2-5306 January 2, 1970 City of Renton City Hall Renton, Washington 98055 Attention: Don Taylor ---------------------------------------------------------------------- In re: Renton Municipal Airport - Storm Drainage Improvements EXTRA WORK Haul excess materail from Renton Airport to Fill Site 10/14/69 5 trucks, 8 hours each = 40 hours @ $17.63 = $705.20 1 truck 4 hours @ 17.63 = 70.52 950 Loader, operated 4 hours @ 20.00 = 80.00 10/15/69 5 trucks, 8 hours each = 40 hours @ $17.63 = $705.20 310 Dozer, 8 hours @ 15.00 = 120.00 10/16/69 1 truck, 8 hours @ $17.63 = $141.04 1 truck, 4 hours @ 17.63 = 70.52 310 Dozer, operated 4 hours @ 15.00 = 60.00 950 Loader, operated 4 hours @ 20.00 80.00 $2032.48 Washington State Sales Tax - 91.46 $2123.94 z 4cc �oq cesur { ?Aga oa9+a tFr C1 LAC) reoe{tonjq n� Olnc:u �r�av� 1 � LPG la 11 p" Lid , F . R Frank Grabner, Al rport Di rector December 29, 1969 Bert H . McHenry, Assistant City Engineer a Dear mr•, Grabner, Wry inspected the (,ompleted Airport drainage project on December 17, 1969 and determined that no outstanding items remain for completion by the contractor. Therefore, we recommend Deccribe ' 17 as th(= bec�lnning of the one-year warranty period, b;e recommend the retention period fnw the 1DZ reta.inage also be December 17 and suggest the retainage be released on January 17, 1970. Final bills are being tabulated for the final payment on this project. A memo is ;.-ittached covering Items which will need attention in the future on the area covered by the completed contract. Bert BHMc:rn,j i t -- = J. T. BR OA DFjOT CO., INC.PUBLIC AND � � PRIVA_• S 4MMING POOLS PNEUMATICALLY PLACED CONCRETE e CONCRETE PUMPING IIV!arson 4_3900 12714 Aurora Ave. No.P.O, Bo� Bitter La s 0 PRESSURE GROUTING Lake .Cation Seattle, Wash. 98133 TERMS: NET 10TH NO DISCOUNT 8% INTEREST CHARGED ON PAST DUE ACCOUNTS Cvs"We Order_No. \ - �� --— —______Date 19 �6 r -- --- $old To — � _-- Address (� Cary ----— SOI ID-8 W - -— —_ CA9t - I C. O. D. - -T--- MDSE. RETD PAID OUT CHARGE ON ACL — QUAN. • . - — • --- --- ---- --.- ---- -DESCRIPTI -- !•RICE 1� _AMOUNT — v O b TNANIC YOU Please keep this copy for reference. _ _ ------ TOTANo. 12463 L CAPEO 'Ne Received by STOPIEWAY 69TON BA 6-1000 ` MIDWAY TA 46661 I N C. P.O. BOX 509 r RENTON, WASH 98055 r BA 6-1 000 ACCOUNT CODE INVOICE F F COLUCC10 C,"N'ST Cn IS3107 r SOLD TO 7778 SEWARn PARK A.Vr- SEATTLF WA gpllp. RUAILAR ACCrIUNT INVOICE NO. DATE DELIVERED TO f,04 CnRNF-P KTN; AT 2 0131"5 ) ? r!o (,y TAXABLE CREDIT OUANTITY PRODUCT DESCRIPTION U PRICE * EXTENSION CI lo ! YDS ST 8 SACK (,R01JT Cnr,;CRFTE 2nj 44G 20It 50 I I I I ( I � I I I t i I t I i I I t I i t I I I I f t i I f I t f I � I I I f t i � i I t i t � � I I I I STONEWAY CONCRETE INC. SALES TAX I Please Remit To P. O. BOX 509 RENTON, WASHINGTON 98055 TAXABLE TOTAL OUIE - lt i � MT rt. �r Cry �( �:',� .. �, .• December 5, 1969 Frank Coluccio Construction Company 7778 Seward Park Avenue South Seattle, Washington 98118 Re: Filling of Box Culvert under Tritan Hangar Dear Mr. Coluccio: The filling of the box culvert under the Tritan Hangar by the pumping of sand and grout as requested has been approved by our office. The sand used In this operation will be paid for at the same rate as select trench backfill . One-half of the cost incurred in the rental of equipment and required material for necessary grouting will be borne by the City. Very truly yours, Bert H. McHenry Assistant City Engineer BHMc:m December 1, 1969 Renton Municipal Airport Board Renton, Washington 98055 Gentlemen: Submitted herewith and recommended for payment is progress Estimate No. 2 for work performed on the Renton Airport Blacki River Channel Improvement by Frank Coluccio Construction Inc. The amount due the contractor is $48,239.09. Very truly yours, Jack E. Wilson City Engineer JEW:m r .�L ACi !/Eft Chl�NNFL t�f?T FRA/V,C COL lO CC/O CO/VST,QUC T/ON DA TE o,_C. i • )/9 6 9 DESCe/PT/ON UNIT PeiCE G�UANT/Tr CAST• ES TM. G�l/ANT/Th" Tf//S E577/77 S228cq:n00 7 3 4- Z Cv/ver f A7 h o. EQ . Z l�Oe000 3 Our`/e�` S ti-uc 7'vre !4 Oct S /O 75 �n /, Z48.00 /OO jo / 6.ro4.00 5• W�:� wo/% 3.� S.F. -+¢00 / -�-¢O•p0 900 3, Z40.00 �. /2'" Cor,c Fi• e_ //.00 .�.F. ---~— /!� /,'z 54.00; 8. Sa/vo c 70"x 44"C.1W.P. /2.e;� L, 9.' S4/✓as e 3 " C•/Y!• P. 9.00 [. F. �O 3ro0-G� �i O 3 6 O.OO /0• .�,�// Ex,.s7`.:� C�/vex/' Z,�o ,C. S. 3 ZO.gO / Z83.6o 4 34. 94 /, 739. Iry /2. Baq/�.�,_y G��r✓e/. 3.Oo Tom Z 84. 66 S 53.95 40-7. Z5 '1 Z27. 75 57c47:1/ A1*7`. Z.eS C. Y. / 73. 3Z 493.96 895.6 8 Z'S S 0.66 /S. AsP1,f. Pa✓�7` PQ?ch ,l.00 S. 5Y /!o. CrvsfiPo/ Sir�ac�:� 7 Oo�. F Z5. 9/ /8/. 3 7 2 S. SUB - 7-o7-Al- ///} /O 7. 56 SALES TA X 9.8¢ 7-0 7-,gZ //low /O 7. ¢� O. 75 ,CE-SS 41VT /`,e V f'A/O 56, 757. 56 A/Y/D/✓NT I�UE^ CONT E'. 4 8� Z-39. 0 9 November 12, 1969 Lefty Grabner Airport Director Re: Septic Tank Overflow at Renton Aviation Dear Lefty: It has been noted by our inspector there is a direct connection between the sewage system at Renton Aviation and the Black River Channel. This condition has been verified by the dyeing of the system. The modification of the storm drainage because of the installation of the Black River Channel Culvert may not allow this overflow of effulent from Renton Aviation. Even if this modification does not effect the existing overflow this connection is a definite viola- tion of local and state health regulations. It is recommended a study be made of the feasibility of making a correction by reconstructing the existing sewage system because of the excessive distance (approximate 500 feet) to the existing sanitary sewer. This condition should be corrected as soon as possible. Very truly yours, Bert it. McHenry Assistant City Engineer BHMc:m r rr November 10, 1969` TO: F. A. Grabner, Airport Director FROM: Bert H. McHenry, Assistant City Engineer AIRPORT DRAINAGE REPORT NOVEMBER 4, 1969 Rainfall commenced at 3:00 A.M. and continued heavy rainfall until approximately 6:00 P.M. Inches per hour recorded at the downtown weather station, which gave a total of 1 .56 inches of rainfall for the 24 hour period drew the following inches per hour: 3:00 A.M. 0.05 1 :00 P.M. 0.06 4:00 A.M. 0.13 2:00 P.M. 0.04 5:00 A.M. 0.12 3:00 P.M. 0.03 6:00 A.M. 0.14 4:00 P.M. 0.02 7:00 A.M. 0.15 5:00 P.M. 0.10 8:00 A.M. 0.17 6:00 P.M. 0.06 9:00 A.M. 0.14 10:00 A.M. 0.13 11 :00 A.M. 0.15 12:00 P J1. 0.20 The highest 5 minute amount was approximately noon when a 0.10 inch rain- fall was recorded in the 5 ninute period. Field trips during the day revealed the following: (1 ) Airport Drainage Project This project was checked at 9:30 A.M. , 12:00 noon and 3:00 P.M. by the Engineering Department employees. At 9:30 A.M. the water flow was relatively heavy and the following approximatewater levels were noted: Lake level 13.5 feet Sta. 0+40 (North End Triden Hangar)14.0 " Trench South of Tri den 15.5 Southend Box Culvert & South End 72 inch C.M.P. 16.0 feet Sta. 11+00 - South End Box Culvert -North Entrance 16.0 feet North end 72 inch C.M.P. 17.0 feet South End 72 inch C.M.P. 18.5 North End 48 inch C.M.P. 19.0 South End 40 inch C.M.P. 19.0 ° North End Field Building Culvert 22.0 " South End Building Culvert 23.0 '° 2. At this tithe Coluccio was performing some pumping of the north end box culvert but water was coning in through the coffer dam just south of the north box culvert at a rate that was excessive. dater in the box culvert and trench was at approximately 15.5. The 12:00 check of the channel gave the following information: (1) All water levels had risen by approximately 1/2 foot. Coluccio crew had shut down operations and the bank between the new box culvert and the existing channel had been opened on the north end to permit the water to flow from the box culvert location into the existing channel and out to the lake. At this point it was evident that the exist- channel in the location from approximately 800 -feet south of the lake margin continuing from that point northerly was inadequate to handle water flow and the water had followed the course of completely flooding the box culvert area and flowing through and over it to its northern escape point. Boeing had installed plastic and sand at the north end of their 72 inch corrigated metal pipe culvert in order to prevent flooding at that point. Water levels of 6 to 8 inches were evident on the east side of some of the Boeing buildings in the vicinity of the 5-14 and 5-63 buildings sourtherly of Northwest Avionics. South of this area all trench locations were approximately 6 inches higher than observed in the 9:30 visit. A check of the existing trench under the rainfall conditions given indicate cleaning of trench to inverts of all existing culverts would be necessary to alleviate potential flood problems when new culvert is opened. Should this not be perfomed, the only alternative available is to retain ditch checks to the top of existing silted channel and over excavate at entrances to the new culverts to provide ponding area. Otherwise existing silt will wash into the new culverts and cause substantial restriction. Bert H. McHenry o` I T� I - -I- L I _ I I =17 i II II1 --I I I I I I r t'1tf ,- --T a-L- -1I-� I I I - _ I I : fir, I -TT� I I i�- I _L�_ I- , I _. ! T ! I I I I I I I i I I I -- - - - -1 �74L T- i - I -�- I f --�-•-I i -- I I I I I-� -i-- : I T i-� 3 i�i f -? ? I - I I - 1I - I �- I - - ----- -mil _ I - r -1 -- I 1T - I I-I ! - - I 20 _-- i� -- T - 30 40 O O O 80 Q 6 7 . /a a - Kesldential - high density U-� New residential 6 0.24 9 Residential - medium density 0•�0 f Old residential v ' 0.30 Residential - low rty 0.50 l.K 100 per cent development • School grounds wiWitldings 0.4r, c : � New residential 12.5 0,39 Public parks 0.30k Old residential 18.5 0.50 Playgrounds 0.20 Multiple family 40 0.55 Mixed industrial and residential 0.25 Strip commercial I 0.56 0.70 Outlying shopping centers 0.85 Downtown commercial 0.90 lem of design frequency, it is obvious that th. �' ' Industrial, exclusive of selected for a major flood control project railroad yards 0.65 much longer than that for urban drainage t r.a —Parks and rough terrain 0.10 under consideration in this report. �� 01 the ram, factors taken into account and evaluated(�� f'., Source: Metropolitan Tacoma Sewerage and Drainage Survey- to each other, a 10-year design frequent in rr's.y Brown and Caldwell, June 1957. Chapter 7, page 127, 5 is rrrj,• Table 7-4 — Calculated Runoff Coefficients. mended for trunk storm drainage facilitic metropolitan Seattle area. Local drainage fr,r Selection of a design frequency is governed by such not critically affected by flooding may well he related considerations as (1) economic implications for a shorter recurrence intervals of local flooding ; (2) type, nature and extent of areal For a given frequency or recurrence inter,;;,, ,.development which might be subject to damage. by intensity of rainfall varies inversely with the /iar�, x�@ flooding; (3) magnitude of applicable rainfall inten- of the storm. In other words, heavy sho%tier_ r; sities; (4) size or extent of tributary area; and (5) last as long as rains of lower intensit is economics of construction. In considering the prob- tionship can he illustrated as a curve, with ht i- 2.0 /.BL -. - ----� 3I 50 r---- -- --- -- 16 10 - 2 ct , — — - D — h 0 5 /0 /5 -- i - - -- -- — - — RECURRENCE INTERVAL�YEARE 08 _ - , — ---- — ----- T Z 25 _ 10 5 0.4 2 ---r--_ - _-.- L.. .__ Do /5-1—._ao I 45 60 75 90 /05 120 /35 /50 /65 DURATION, MIP✓UTES Fig. 13-1. Rainfall Frequency-Intensity-Duration for Seattle, January through December Based on curves developed for Seattle by U.S,weather Bureau and published in "Rainfall Intensity-Duration-Frequency Curve,-, Technical Paper No. 25. Design of trunk storm drainage facilities is based on use of the 10-year frequency curve. 4 t' Y Y. � M Significant data regarding analysis of November 4th rain with design data: (1) November 4th was below design storm levels . It compares with a 2 year design storm by 0.2 or 60.6% 0.33 A 5 year design storm by 0.2 or 42.5% 0.47 A 10 year design storm by 0.2 or 36% 0.55 A 25 year design storm by 0.2 or 32% 0.62 A 50 year design storm by 0.2 or 27.7% 0.72 (2) The design for the channel was based on 91 CFS at Airport Way and 180 CFS at the Lake is for a 10 year design storm with all channels open and maintained properly. (3) The November 4th rain with Airport Way inflow of 30 CFS and outflow of 60 CFS provided water levels above the 10 year design flow and, if ditch is not cleaned and maintained extensive flooding will be anticipated. (4) Trench sedimentation of 2 1/2 feet to 6 feet in height currently occurring will require 12" or more above existing east bank for confinement. Water elevation would then be between 20 and 21 feet south of 72" CMP. On Austin Company Datum with 7.36 ft. elevation above USC 4 GS Elevation the flooding will occur to elevation 21.0 feet USCGS 4 28.36 Austin Co. Data or 5' above existing storm drain inverts draining the area between the main runway and the existing channel. November 5, 1969 TO: Mr. F. A. Grabne r, Airport Manager Renton Municipal Airport Renton, Washington FROM: Bert H. McHenry, Assistant City Engineer The construction of the box culvert at the north end of the Airport drainage channel will require maintenance and cleaning of this channel to at least the depth of the inverts on all culverts to prevent flood conditions and silting of the new culverts. The flow line of ditch shown on Exhibit "C" of Wilsey & Ham's report is the channel flow line as it existed at the time of the survey (June 1969) and indicates the extreme extent of ditch silting. In several cases it shows silt levels well above the bottom of exist- ing culverts. It is quite obvious that the channel has not been maintained for a number of years and that provision should be made in the future for channel cleaning on an annual or semi-annual basis to prevent silting of the downstream culverts. As the maintenance of the channel was considered to be a part of the contract with the Boeing Company, no provisions were made with the contractor constructing the new culverts to provide cleaning and mainte- nance of the channel . As shown by the drawings , most of the culverts contain from one-quarter to one-third level of silt at the present time and these should be cleaned along with the removal of silt material . Until the silt removal is performed and the vegetation in the channel removed, continued and potentially hazardous flooding and drain- age problems will exist even with the new downstream culverts. A copy of the Wilsey & Ham Consultants' letter regarding this problem is attached. Thank you for your assistance in this mutter. Very truly yours, Bert H. McHenry BHh9c:mj ENGINEERING PLANNING • SURVEYING PACIFIC NORTHWEST AREA OFFICE-214 WILLIAMS AVENUE SOUTH EARL P. WILSEY RENTON, WASHINGTON 98055 11892.1957) TELEPHONE 206-228-1080 LEE E. HAM WILLIAM B. WRIGHT AUGUST W. COMPTON DONALD B. GUTOFF NOR MAN B. HANSEN RONALD T. CALHOLIN HAROLD K. SCHONE November 3, 1969 JACK H. DOVEY HAROLD H. HEIDRICK DAN IEL W. KLAR DEN IS W. LE VASSEUR File No. 0-1086-0201-20 SAMUEL M. NASH FREDERICK J. PAUSCH EDUARDO BARANANO ROY W. FOWLER. JR. ROBERT B. WRIGHT KENNETH L. WUEST O CHARLES W. LOUGHRIDGE JOS EPH H. LI PSCOMB tot) � G�v9 Mr. Bert H. McHenry, P. E. �OV Assistant City Engineer City of Renton Renton Municipal Building Renton, Washington 98055 Dear Mr. McHenry: On September 16, 1969, we transmitted to the Renton Municipal Airport Board the results of our studies, and our recommendations for the improvement of the Black River Channel passing through the Renton Municipal Airport. Exhibit IICII of this report indicated the location and elevation of all observed pipes and culverts within the existing Black River Channel, and also the channel flow line as it existed at the time of survey (June 1969). No holes were set to deter- mine what the original or intended flow line of the channel might have been, how- ever, from the profile, it seems apparent that considerable silting has occurred not only in the channel, but also in some of the culvert pipes. We have no knowledge as to how long it has taken the silt to build up to this height, however, backwater from a silt bank about 500 feet downstream from the south end of the ditch has submerged the last upstream inlet. This backwater effect appears to extend to existing manholes on the southwest and northwest side of the intersection of Rainier Boulevard and Airport Way where silting is also evident. - Continued - OTHER REGIONAL OFFICES-SAN MATEO AND ARCADIA, CALIFORNIA; HONOLULU. HAWAII; LAKE OSWEGO, OREGON 0 Mr. Bert McHenry, P. E. November 3, 1969 City of Renton Page Two A periodic program of channel maintenance, as recommended in the report, should assist in keeping the culverts upstream from the Black River Channel free of silt and debris by maintaining the open channel section necessary for passage of the design storms. Very truly yours, WIL5EY & HAM, INC. ck Reeves, P. E. DR:cp cc: Mr. F. A. Grabner, Airport Manager CyANNFL t/ER T FRANC COL CJ CC/� C�NSTRUC T/ON ES TIMA 7'E No . . .. . . DA TE- /Yo v ¢ /9 ,67 • DESC P/pT/On/ U�1'? P.eiCE Q eIAoVT/T/- L AS T ES'7-M. OC,-W IV 7 Y Ti4'AS AC S 7-,I ` /. 8"x s' 'Sox 3. Oufi�t st,-uc rare ,�oar ,c. s- t /09� /400.DO L.S . 75�0 / Z4BOO — SQ 49 P. 4.00 4. _- ------ ---- �� FOUns�tr7�i0� /�g7`airiAl -sf,!!O "C. K .32 0. 90 �� 8ta✓s�ii� Cra✓e/ 3.Oo Ton Z$'�. �p�o $53. 98. 'S• As�i�`. Pors7� Bch Ada i 4.o0 S. Y 1 z 5. 9/ 1 A f �Ess A/Y�T. �,PE-r! i�Aio ,4/YIDI/NT L�IJE" CO/VT '.�.SIo 757. S6 � j�(J✓ ��l��4 C7 Y/<,..'���.7�j F'�I`rr R <�.Cr� # i '�4:;.-O /� . */,W AW2 70 e#,O 0;40 0 e* A �''p✓E e4e,�o 10-20-69 Fran oluccio Construction Co. Inc. Wing Walls - 7778 Se d Park S . SUBJECT: Airport Drainage Project Seattle, hington We call your attention to Item 22 "Wing Walls" in the specifications inxtkax for the contract job and paragraphs 5 and 6 of that specification repeated as follows : "Concrete for sacked concrete shall be Class 4 (1 Q/2) concrete conforming to applicable portions of Section 37 of the Standard Specifications . XXX Sacks shall be made of at least 10 ounce burlap and shall be approximately 19 112 inches by 36 inches measured inside the seams when the sack is laid flat. Sound reclaimed sacks may be used. The sacks shall be filled with concrete loosely placed so as to leave room for folding at the top. The fold shall be just enough to retain the concrete at the time of placing. One cubic foot of concrete shall be placed in each sack." concrete We note you have used a dry true mix with no water a�g the original sacks and this material has not been mixed with water and will not form proper concrete for the wing walls . We have advised our Inspector, Don Taylor, to contact you and require removal of the dry mix sacks and 1.1Wlipme with burlap sack concrete as called for replacement in the specifications. Thank you for your assistance in this matter. �.,( VTY-Bert H . McH. Assist. C.E. /V O' lc, �"� !.r �c I �t-✓ �!O .rc�,-! �'�' • ���✓�t mac/ bid 07jj�- ed'/&YC do✓� — /'Ir�IyJ v//.� � a T40" G' v� —�OcJ�P✓-rj"d G/k I.r• /o- Zo- t 9 Pipe shall be c ul - � .�cavated and band coupsnoved such that the pipe may be rem`M ed�sections to the stock ile area wit hout thout damage. The unit price bid per linear foot for salvage of existing CMP pipe shall be ia'_1 compensation for ayl iabo , materials, equipment and incidentals nec- essary to remove t.�e ri i i and stockpile in &e designated area as specified. T,2� `.O:atraCtO:: S1ia11 CO=-,,^-,'---:'uCt broken oken concrete or sacked concrete wing walls a' t'_.a i Let an,-I Ou';yet ends of the box culvert sections crossing the r entry roar anc a, lne in-let to the downstream The wing wavy am will section of box culvert. transition from the vertical wall culvert entrance to the f-ature 1 1/2.1 slo_:)es of the open channel as shown on the plans. Where necessary to fora a smooth transition from the culvert to the planned open chan__-;el slope the Contractor shall shape the bank behind the wing wall by excavating or fi'?ing as necessary. Any shaping done with fill shall be compacted to the equivalent density of the surrounding ground. viater_ais for the wing walls shall be broken concrete removed from existing wing walls and culvert structures during construction or broken concrete or sacked concrete supplied by the Contractor. However, each wing wall must be constructed entirely of one type of material. Individual pieces of broken concrete shall be a minimum of 1/2 cubic foot in- volume (approximately 75 lbs. ) and shall be laid in overlapping in tiers alon the slope to form a solid blanket at least 1 foot thick. g Concrete for sacked concrete shall be Class 4 (1 1/2) concrete conforming to applicable portions of Section 37 of the Standard Specifications. Sacks shall be made of at least 10 ounce burlap and shall be approximately 19 1/2 inches .y 36 =—aes measured inside the seams when the sack is laid flat. Sc,.nd reclair_ed sacks may be used. ._e sac-ks stall be filled with concrete loosely placed so as to leave room for -�- _ at t= top. The fold shall be just enough to retain. the concrete at the i- ' 1e °i P=aCznj• One cubic foot of concrete shall be placed in each sack. S�Q � 0 5g69 -- _ Y' U4 46 t .. dd 'git" '3k "' x, s '� T 341.If s` 4 fpsCni � ,ttrtlye ; - , a�+� 8 1 f 3 �Ar F Wy ( ss 'r'W '' `Yet`_i� y*' s e st taM`-•r t _. ' x`, ` "M4% �'.&`• '' �w x ;3�'r -;`L� ,a �r. « '•k .' -µ a. -p.ka'?.bus y- � '. - 'h _ • G,,; off. i CITY OF RENTON INSPECTOR'S REPORT Engineering Department Materials Received l OB LOCATION /Q�,� �i i��l� �L��/t / DATE .0! 194 4 CONTRACTOR ' �'�—����� _ _SUPERINTENDENT REMARKS - ITEM NO. I!4'��/ i� ) Track-Invc. Quant. Truck-Invc. Quan - emarks; /44 'L O Z 42 - SUB-TOTAL TOTAL R M RKS: INSPECTOR T ti TITLE vt HERMAN ADALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE, WASHINGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS MAKING DATE: 10-10-69 ^« JOB: .. .,Municipal Airport - Storm Drainage Improvements ..................................... ..............................................................................................................................«.........«.................................... ADDRESS. Rentopi Washington ENGINEER: Wilsey &..Has, Inc., 214 Williams Ave. to. ARCH ITECT:....................._. ................_.................«R.N'wltt--W;.............. CONTRACTOR: East alley Construction Co. MIXING PL:,NT: ......Mile* Co. - lent Plant #2 PLANT INSPECTOR:.............«........................................ city of Renton ............................ FIELD SUPERVISOR: .._...........«........................................................._........ BATCH WEIGHTS PER CUBIC Y.",RD: 5*75 sack - 1#" Max. Agg• - 3000 P.S.I. 0 28 days ............«......................................._..............................................................................................................................................«..........................._.«....«..........I..................... TYPE OF CEMENTS gTj2 n Portland cement ....... DMIXTURE: ._-. ........_.....«..............«................w........_........................... ................................... YARDAGE: $'t .,;VER.•,GE SLUMP. 3_..... _._._.........................._....................._....._....... LOC.'►TION OF CONCRETE PL;,CEMENT: ..walls. $ ceiling...- North end of Renton..Atrport�.. . .. ........... . . ....... ..... ......«.............................�- .... .........._.....1..�.D..._...... . ...................-................................... ........ . ................�... ..............�. .......�....-......._.«...........«...�.................._....._............. ................«........... .................................._....:.................................................... _ ........... «... �PECIMcN nGE IN ULT. S ENGIH STRENdff� DnTE NUMBER D.':.YS '., ;iEIGHT IN LBS. LBS.�SQ. IN. BROKEN s i i......................«................r........................ ........................................«......t...........«.......... ....... ......... �..... ...»...._.�.................... ............... ......................................... i t e1-A 10-17-69 1 t i ..........W1-8................ ...44............... 290LI.osl_- ].],8 000......._r... ....!9 7.�....»._«_..... _ ................._......_.... 10-24-69 i 1-C .._.............. ...�... ............=8. ................ 4528 11-7-69 .....«.»..»..........................:............... W rAported. t REMARKS: Cylinders delivered to lab 10-15-69 by East Valley Construction _» ......................................................................................_..._.«..........................................................................................w..._......ww....w......... _w_ .i.._._«w............_........ cc$ ...................................................... .............................._..........................................................................._..........................«._....................................._......_......................... 4-&ast Valley Construction Co. .............. .....................«...................................................................................................................«................................................».. ««..._.............................................. 1-File vw"' .'�v................................................................._...........................•-•.................................................................................................................................................... HERMAN ADALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE, '.'JASNINGTON 96144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS MAKING DATE. _.10-22%_49 JOB: .........R.P.... .......N..u...n#.q#pal.,Airpqrt •.. Storm..D.mina a p t .............................. ....................................................... ADDRESS. ...... .......................................................................................................................................................................... ARCH I TECT: ................................ ................................................... ... ENGINEER: )(1.140Y Wa. ........... CONTRACTOR: Up mpt4p. M IX ING PLAN T: ..Th0..RUbm...Go., Xeat.JPja6at..j#.a........... PLANT INSPECTOR: __P41...Cusick.. ..............-1....... FIELD SUPERVISOR............. .................................. Class B concrete - 5 Asa BATCH PER CUBIC Y,,RD: H W ck 3. .. ..0-Apipturg,.....W.0#..P4P4 one..added..wt..er..- ............... TYPE OF CEMENT. ,.......P.o,...14....mlbi .,.Tvpe.. . ...... ............ .................%DIAIXTURE ..QW............................................................................... YARDAGE:............. ............. .............................._...-nVER.',GE SLUMP. .........3."_a1WW................................................. LOC.',TION OF CONCRETE L,',CB;AF_NT. Culvert ............. ........ ................_............................................................................................................................ ..............................__ ...... ..... ..... ................................................................................................................ .............................................. ........t?.......;z4_.V1i........_�'.......................................................................................... ............... '7 ....... ......... ........................................ T DATE IN ULT. STRENGTH STREN�W NLWBER D,'IYS WEIGHT IN LES. LBS./ . IN. BROKEN ........ .............................__....... ................................... ..................... ............ SQ ........................ ........... .. ........... ....................................... 000 .7 ..................g 4 -------------- ....................7................ ............ ...........JQ .......... ................ ........ ................. 30ft..in.......... .......... ........ .............. ................. _."V.6. .......... . .---------------............. .............................................. ..................... ........... ............................................... ...................... ...................................... ..................................... ...................................... ............... ........................................................................................................................................................ ................................ .................................... ....................................................................................................--------------- ......................................... ................................... . ...........................I....... ........................................................................ .....................0........................... REMARKS. ..........CyLjNjyjLS..A0. .MQF1-JATMR.013MMM m Cv2.indera-.a=J-ved..im..3.ah.-I1�2'X.. ......................... *Freviousl;y reported. . ..................................................I.................................................................................................................................-......................... ............. ............................................................................................................................................................................. ......... 4-Zast Vallay Construction Co. .................... ................................................................... ....................................................... ............... ...... ........ ................... HERMAN ADALIST & ASSOCIATZS, INC. 1905 S. JACKS014 STREET 6EATTLE, MASH INGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS t•1AKING DATE: 10-24-69 JOB: .....Identon..Flunic3.pal.Airport - .S azzn_Dm inaga ZuiDxov aa.zto. . .._.....................................«................._..................... . ADDRESS: .........��_WaBhin.gton................. ............I. ....... ARCH ITECT: .... .. ENGINEER s ............WaS�Y..&..H �. . .5�.......... CONTRACTOR: _.., a.at..Yakj.o7...Q.p=-ti'41QU-0A..Q9..........MIXING PLANT: ale..Leo.--C;o .W#...Xeat..Plant PLANT INSPECTOR: .....B.I. ...Ct}a3ak........................._................ FIcLD SUPERVISOR: ._9#v� of Banton BATCH WEIGHTS PER CUBIC Y.,RD: ..o, e. E oono ete -._5..... 14..kl at �44.9enent, 660_1 31g" a� •, ®_.1 ....fit.j...L400# sand t 6 m.o. - 20 gallons added water TYPE OF CEMENT; .....Columbia.. ...I ..... ................:........,;DrAIXTURE: ....................None----... _. ............................................................... Yi,RDnGE: .........50...aUbiC �t1I't18.................. ..%VER.ZE SLUMP; ..........3M..sl."- p,................._......... LOC.'%TION OF CONCRETE PL,,CFJAENT: ....ClaVU7tt. WM3.18_tAd..t.QPu...............:_... .....»_. ....Act 0. . . .. Z a. G f2 7'2O Sta. 7t, 8' R u ��' w►�ll.�._... ................. ....................I .... .......... ....... .... ......_..........._......... ............. . .... L eg _........ ..........I.. ........ ............... �.._... ....... ....._................................ r ULT. SIREN EN. . T.. ;..............._D...TE.. T ... D,iYS STR ...........UMBER...,......•... ._............... ...... ';IEIGHI IN LBS. i LBS.�SQ. IN. BROKEN ... ..................................... ...................................................L._................. «.............�................................ .........! r t : ............ ..ou...............:.».....3t3 `3. .Q. ...... ............... 2Q,.QOQ.....« p ..................' ry o ....................�......._..». 1. ./. t j....»................................ ....................................S»......_........................... ..................................................j..................... «............_..._...». .......................................... ................................ ............. ...._........ «.................................i.............. I 7 S t = t t ._............ .................................................. ......».......r..._..............._..........................s............._........»................... :. _.... ._. ... ........... ._... .... ..._................................................._........................................................................ ... . ...................................... REM,;RKS: CYLINDBRS AND INFORMATION SUBt4IT1'F,'D - Cylin.. .arringc .ii}.Iab 10- Z-E?�a................ _............................_..........._......_............................................................._...................................._....................._............ �.. ............"I............I............................._..................._......................................................«_...._._...................................._..._..._... .... ...._.........._................................... b ast Va*UaJr..G.o atm Im qo............................ I-File .................... _ ......................_...................... ................ .._........................................................................................................... /........... I../................................. .......... ................. ............................._........... .............................................................................................................................................. �� ~�' 8E8NAN &DALlST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLG, NASHINGTON 98144 EA 3~3920 DATA FOR STANDARD 6" u 12^^ CONCRETE TEST CYLINDERS MAKING DATE. JOB: -- .���?���'��pg�x�JP��..���Q���'��-�����.��%�������- .......... ... .............................._........................... ADDRESS: .......]�������'�� '-_-'_---------------------.'_---..-__._-'-------_----_-_.-_. AR(>iI --_--'_--........~.--......... ... _.... ...................................EN0IAEEBx . 'k.Bmv ................~....... _................. CONTRACTOR: -Bm %t. . ..G*&--_MIXING PlANT: -..T}e.'�glm�'��g�N���»-� PLANT INSPECTOR: '- __-__-__..-____ FlELD SUPERVISOR: _........................-............. ~_.......... _~�.� BATCH .11GlGHTS PER CUBIC Y,JRD: . _ ��um_����_ ��_��� �w�*i�� I4OO# sand 50 mwo�_~._20 ________added water����������������'......... TYPE OF CEMENT: _- �oIx�u��a ��n� � I�TURE� ---. ..............---........................... YARDAGE»----------5.IxozlLtc..I0u%dil................ .................................AVER.]3F. SLUMP: ..........3m Alm. ..... _--_-_--__-_~'------- ------ --_~ ............ �---------'--�-�'� ...................... ...... .....|''-_............. ..................-_.... ... .............. REMARKS. ----GXLl0l)FM...AIM... .................... -_-------.'_-'_----_'_-''---_------..___.-..____'^_----'� , ..... ........ ___~~_..................._......_...................................................................... ....................... _____`___.................................... .................. .................. --___ .............. ....... ________ _................................... ~___........ _... .....................__....................................... J,-Fast Valley CompuW .............. ...... -----...--.......................................... .............._~_.............................................................---___'~--_--_-_--......................................... - HERMAN ADALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE, WASH INGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS MAKING DATE. ¢-��- JOB: ...... .......But-qu.....ft.i101PA1. A..U-Pqr% -...$t4rm...Am Q. 1wro entA............ ..............._.............. ADDRESS•. Washington.................gcn#.an, IAta.sh tan....._........_..............._......._....._........................................ ..........._............................................._.._........... nRCIi ITECT:...» .. ..._.__...._........ .... ...................................ENGINEER s ...... & Fi6tuts.... Ql............................_._. CONTRACTOR: ...EstAh.Uv7..G.onstxiAction..G.A............MIXING PLANT: ..ThO..MU. S.4 Pa??Y�.�ent Plant �2 PLANT INSPECTOR: ...........8�..a...CU0.1Pik..................................... FIELD SUPERVISOR: ........................ ..«. . .. B.,TCH 'ilEIGHTS PER CUBIC Y.%RD: ..Claoo..9 544# ae ants 660I 1 3I8" a • Q. 30-Z-0., 1395.E 1/4"...zat 0 _j% m.o., 1400# sand � � m.c. '- 20 gallons added water TYPE OF CEMENT. ......CA. .=bU. ...I...................................ADMIXTURE. ............»...........None..........._.................... ._........ ... ._.._..... YARDAGE 75 GuU9 yards ,;VER.'3GE SLUMP. e LOC.'.TION OF CONCRETE ' rr T. ...._.........._......................_............ ......«..... t _... .....�...... ............ ............... � PECI1w1EN �:........i+GE:::: ::. T. .STRENGTH..... .....�.�_'STRENC i•..... ...f:.. :::: _ ......._.. ..: � . j NUMBER '' DAYS .. � '114EIGHT i IN LB5 LBS. IN. BROKEN { ; i I.. .. ..... _..... ...... .. ._.._....7._........._............'r _ .. .... .... .. ...102,000......... _...__... ... .. . t.. 10" _ j»... . . �._.. ....._.....�.. .».. ... .. .............a.....................................«..................................... ...._ i.................__. .... ....................i................................._...... �. i {'...«......._.........«..............1.«................_.....».........._...«...................._......4..................................................j................... ...»...................... t t .i.._...................... »......_.......3. �.r................._._ ._..»....i.. .....«...... .. ._......�..... ._........................i..........................._. .................y................._....._..................._...i.............».......................... i «. .... ...._....«. ..... ...a... _....._.._ «.... ._.....»... ...... ............................................... j ............. ...»... ... ......... ......»..................... i «*.. ..�... ..i» ... ....i ; ..l. .....r......................»..........w.................................. .......................................................................................................... ........«..................«..........r.....»..........� REMARKS: C7ISNDM AND INrORMATICN � arrived— Cylinders arriv in lab 11-3-69 ......................................_............. _............................................................._...................................................................................... _00 t ... ... 4—East Valley Construction Company .........................._.................. .... _. . __ .. . _ _ _. .. _...... ... ....... _ ... _ ... ....__ ]�Ti1s ..._............. .. .......................................................... .......... _. _. _ _ _ . . . .. .... ........ ............................................................ ....... . .. l/47� • � 0 HERMAN ADALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLEP WASHINGTON 98144 EA (3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS MAKING DATE: 10-10-69 JOB: Renton Municipal Airport - SionDrainage Improvemmts ADDRESS: ......ikentoap Wa a h I n g to a .......... ARCHITECT: ............. .......................................................................... .....ENGINEERs Wil_.60Y.4 H"I Inc., 214 Williams Ave. ...................................... ...... CONTRACTOR. "..V.alley Construction Co. All** Co. - Kent pls;; 02 .....................................................................MIXING PLANT. .............................................. PLANT INSPECTOR:.............................................................................. FIELD SUPERVISOR. City of Renton BATCH WEIGHTS PER CUBIC Y.*,RD; ...5*75 sack - 1j" Max. Agg. - 3000 P-Sol. 0 28 days ..................................................................................................................... ............ .................................................................................................................................................I........................................................,............................. TYPE OF CEMENT: Orion ArUAN...9Pngn.�......................IDMIXTURE: _Ao".............................................................................. YARDAGEj ...14....................... -VF .................................................................._,% R,'kGE SLUMP. ......3*-........................................................................... LOQ*,TION OF CONCRETE PL,-,CEMENT: .Malls g ......No.rt.h....end. of R-0tp.n A.I.I.W. ..rt.. ..........- ............ ...... ......... ................................................................................................. .............................................................................. ................... ............................................................................................ .............................................. ...AT'E-"" SP A"ff,E ULT. STRENGTH G STREN T NUMBER D,'..YS i WEIGHT ........................................ ................................. IN LBS. LBS. BROKEN .....................; �N. ! ............................................................... ............ ........... ...................... I-A 7 29M on .................................... .................................... .............. 110�017m69 ..................... ................. ............. + . .................... .................. .................................................44............... .............................. ............................................ 10-24-69 .......................................... ................................. I-C 9 ......... ........... ................. ...... ...................................... 11-7-6 ............................. .......... .................................. ......................................... ....................... ................................... ................................. .................................................................. .......................................... ........... ..................................................................... ........ ........................................ ........................................I .................................. ..............................................................................I..............I.................... .......................I............ REMARKS. _.Cylindwe delivered to lab 10m15-69 by 546t Valley GDnstructim . .................................................................................................... ........... Valley..I................. ......................................... .................................................................................................I.................I................................................................ 463 ..............................................I-.................................4....2...6..4..t.. Valley Construction Co.................................................................................................... t ............. IF1 * ...................................................._...,.................... v ......................... ..................... .....................................................................................................I .................................... .......................................................................................................................................................................................................... ......................................... • 0 -f HERMAN ADALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE, IWASHINGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS MAKING DATE: 10-24-69 JOB: .....Renton Nunicipal. Airport -..Storm Drainage Improvmtaeats3.. . .. ................................................................ ..- ADDRESS. .......Renton,, Washington ARCH ITECT. ......... ENGINEER: ..........1J .0X..&.. ... .•............................... CONTRACTOR. ....,�p,��.Y�lR,1f...G.0=.tMQtl..0U...QQ*.........h^,IXING PLANT: T.bg.. ��._��04�i_.Ee�►t�...�2�ti..��.... PLANT INSPECTOR: ....R.t3.1..qt}aiak.................. FIELD SUFERUISOR: ....City. oY«Renfion _ BATCH WEIGHTS PER CUBIC Y.,RD: ..Q1ass..B conoxete.._ 5....�14_ea*!..._544. dement,. 664��1 3�"„e►,gg., 9..10..&9.ea 1325 -3.A."_ m* ® .. ....zm-* .1409#..sand @ n.o. 20 Mons added crater TYPE OF CEMENT. .....Columbia.. I.................................,�DAIXTURE. ...................��................._.................»........._.......................... Yi,RDAGE. .........50..cubic..Ya?'ao......................_.............................. .;,VER.,GE SLUMP: ..........3"..s1. ................_._. ............._................... LOC.',TION OF CONCRETE PL.,CE;AENT: ...C.Ua.Ver#e. W1Q,LU .Apd... iQRn.S. A.t._.(J ..... To........ ..... /,5 . ............_........................_......................................................................................................................................................._............._......._..................................... .... _........_................................................................................................ ... ........................................_..... .............................................. ......................................_. :....................................._.. . ... ....... 5FECIi�IEN .;GE IN ULT. STRENGTH STRENGHT 3 DATE NUMBER D.',YS ';4E1GHT IN LES. LBS./S BROK EN KEN e .. ........._..:...._ .3.145. o� _ _ 74 000. ....... ....... . ......Za._.............». 10•- �.-�6. ........... ................ ..................ad..............<. 30#3. o$ lzo,000 ...... __. .....1 ......._........... .......... . .....Rf^f.»...... .... 30�9 ..Q�- .. . '.... .........�V,1•/11V........ �............_...lflEia,+h......_..._.......i............11.Q.11�:529.. :..........f'eTi.�ely ,?'e.P.or 0............ ..... .................... :.... R EMAR KS: CYLINDERS AtdD INFOIU IATION SUB14ITTED - Cylinderp a . ................................................................................ ...................... ................................................................._.........................................._...._.............._.........._...... qQi......... ..................................... 44wt Vs�.1.a.oy..Goz'atx'+lction.C9....... __ _.. ..._....... .........................................................................w....._........_..«........._. 1-File . .... ........................... I ..... .. .. ... 00 00 HERMAN ADALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE, WASHINGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS MAKING DATE: JOB: Renton Municipal Airport - Storm..Drainage Improvements..... . ........w.......................................... ADDRESS: ..........A0.AtQAjj,.V.Ag ll+'-on....................................................................................................---------------------------------------..................... ARCHITECT:_.................... ENGINEER: -W1.1.9.0y.A,.R , TrIP...... CONTRACTOR: ..Fast Valley Construction Co. .........MIXING PLANT. . The...KIPM.S.94P.W.WS...NPAt..Plant. �2 PLANT INSPECTOR:.......BJU...C-uits.......................................... FIELD SUPERVISOR; -................................................................ Bi%TCH IlElGHTS PER CUBIC Y.,RD; qlag.a...D. --.5-3.A.-pAq 'as a. .......... @j;4, mocep 21+00# sand 4 5-1% z*c. - 20 ga-12MM added Water .................. ...........................................................................I...................................... TYPE OF CEMENT: ........Columbia..., ..I" ................................................ --.-...... .. . ......;..................................OM I XTURE. ............Xw. 4 YARDAGEs .............5.1. zubJx-yards...................................................1'%VaR,',GE SLUMP: ......... ..........................I............................... LOC',TION OF CONCRETE PL,GEMENT: 5 ....f....z!"p..,>..5 ,.....2 dD T4..s .A..+..Z' 9 .....................I......................................................................................................................................................................................................................................... ........................................................................................................ ............. .......................................... ...... .......................SPECIMEN ; .1. ........... -GE IN :...... .......... ...... ULT. STRENGTH ........S-T"'R'-E*Ni- ............... NUMBER D,7,YS VIE IGi T 114 LBS. LBS. BROKEN '/ IN. ........................... ....................................... ................................... ......................................................................... ........... .............. 00 ........... ... ................. .......................700 oz 2264 13,5-69 ................ ......... ....... ...I....................................................... ................................. .......... ................. ..................4.......... ........N4.1.4-ge l4v500 .................. .......2944.................... .............. .....................................28......................�39#4-0z�.... ........... 5288 ...... . .......... .... .............................................................................................................. ......................... ..................................... ................................... ................................................4.................... ...................................... *Previously reported. i .......................... ............................................................................................. ...................... .......................I....................................................... ................................ ......................................-1................................... R LMAR KS; CyjUM, &U'.jLQ ........................ ............................................................-.......................I--...........................................I.................................................. ......................................... . ........................................................................................................................................................................................................................................................... PC: /+-Fast Valloy Construction Company ............ ................. ......................................... .................................................................................................................................. � r�1 HERMAN ADALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE, 'WASHINGTON 96144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TiiST CYLINDERS NIIAKING DATE: JOB: .......Renton Municipal Airport - Storm_.Drainage Ivprovewnts ........................................... ........................... ....._ ADDRESS: ._....Renton, Washington ..................................................................... _......................................................... ..................._............_........... . . . AKH I TECT: ...ENG I N EER i ...9WfV & 94m, .Io4.j........_......._................................. CON TRACTOR: .........Uati. Vallay..GRX ti G .. O..o.......•iIXING PLANT: - .. e.$....C-o !j...X-ent ,Flant �2 PLANT INSPECTOR: ..........Bill, QuajGk..... ................................ FIELD SUPERVISOR: .................................._............................................... P:,IQi iEIGiT5 PER CUBIC Y.,RD: a1O .. C "te ! .Oament 6600 1 3/8'*... o 0 m.c., 1325# 3A".. 88E•90 10 moo.i 1400#............sand 0 5j% ma. - 20 gallons added water ............... _... _ ...._...............I...._......... ............................................ TYPE OF CEMENT. ........g94;n *..Type I ........................DMIXTURE: ...........11111cm. .......................................I................... YnRDAGE: ..................96 94:0- mda. '%V ER.%GE SLUMP: ............3" slump..._.............................................. ... LOC.',TION OF CONCRETE PL,',CE;,SENT: _„-,Oulve2''t 4A1GLS .. .. c�Or...SA..�......l �S .To... S�A• Z�D� .............................................................................................................................................................................................................................................................................. ........................................................................................................................,...................................................,........_..................................................»..........................�........ ............................ ......r.............:................................. SPECIi EN A��E 1P1 ULT. STRENGTH STRE14 T DATE NUMBER D,',YS 114EIGciT IN LBS. LBS./SQ. IN. BROKEN ......_. .. 349 , Q................._...............OAT......._.................. -� 9............ . ................_;..................U+ ........._<...... ................................_................ ............._I........................ ....................... ........ .........<. 28 :..............i`R#............... ...:.......... ..... ...............:............-........ .-....................................... ..................... .............................................. .... ..... 1749 .........: 1 ....................................................... .............. ......... .............................................. . ............................................ ................_........................ ..............................:.............................. .. ... ................................ ............................................... ............. .............................. ........................................ RE i1;,;R KS: -., CILMMMS AND. WORMa1TI011 SUBMITTED -. 0y,lindsrs. arrived in lab 17rr NZ9 ............................... ... ..................... ........_ .... _.......... ._..... .......... ....................................................................................................................................... . cc: 4-&mot Valley Con trµctic ..Cog ..._............. . ............. .................................................................................................................................. 1-File ..... ............._........_ .......__......................................_............................................................ ................... _. _........ ............................................................................................._.......................................... HERMAN ALALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE9 14ASHINGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS MAKING DATE: Aq-�2 ......... JOB: ........R.e.n.tm..WnUl��.... , Airport...... ....... .. ... .............. _nto ................................................................................. ADDRESS: ...... ............. ARCHITECT: ...... MOPY H I le . ........ . . ..... ... .. ............. ENGINEER CONTRACTOR: ....... Y&I.. ..........MIXING PLANT: . The ItUaa Go., Kent. Plaat..#2 . ....... PLANT INSPECTOR: ................_........................ FIELD SUPERVISOR. ...Pj Q t'y BATOi WEIGHTS PER CUBIC; Y.,RD: C.4qs B concrete - 5 3A sack_ .. .. ...!qprqq#j..,.66.0# ya.. ........# .....gz'lnQ1. 1 m9l.4-tgrej, IM#.. added water TYPE OF CEMENT. ...................................OmIXTURE. ......RMe YARDAGE. .............59-94*...Z.dp.t................................. .... ....................'VffLZE SLUMP: ........3 1.. 1 WV. ....................................................... LOC',TION OF CONCRETE ilL,',CEMENT. .....C4y! ;7t....0 Z001Z) S�IA - 94-Zr -rV /V-16- ....... ................................................................................................... ................................(...................................................................................................................................................... ......................................... ......................................................................................................................... ...................... ............... ..... ................................... ............ .......................... .............................................................................. ..?.... __.:'DATE ............. ULT. STRENGTH ST ...G...H''T'" DATE NUMBER i D"16YS WEIGHT IN LES. LBS./ IN. B R 0 KEN ................... ...................................................................: - !........... ............................. ......... .............. ......................................... ................ ....................7......................�Q#4_24.......... j oOO ......_ . .................. ..................?5gg ........................Q!!2 ..............4;.................U................. ...Q&..... ..........LU'0500 ......... .............. iW.6.................. ........ ........ 2mc 213 29012 ox 145,000 ............................. 5129 ........ ................................................. .. . ....................... .................. ............... i 11-20-69 ..................................... ....................................... ..................................... ................................... .......................................... ............................. .................................... ................................. .................................... ..................... ..... ................ ... ... .. .................................. ................ ...................................... ............................... ..........................I................................... ................... REMARKS. ........CyLjNDFjL5.AjM. ._TM j DXTMN. lnJALb__lQojjjjW............... *Prev*Previously reported. iously ...................................................................................................................................................................................................... ............................ .................................................................................. ... .. ............................. ......4.......... ....... 4-East Vallay Construction Co, ....... ..............If. .......................................................................................................................................... ................?...................................................... .......................................................................................................................................................................................................................................................... HERMAN ALALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE, WASHINGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS MAKING DATE; JOB: ..............But - I don. .... Improyments.......... .... ...... .. ........... ......... ADDRESS; ..............Untan,,.Waahing.tam.......... ............................ .......... .......................................... .............. ................. ARCHITECT:..................................................................................................ENGINEER: CONTRICTOR: -.Za&j....Va1je7...Q"Stm Ctjp.n..Q.Q,*..........MIXING PLANT: ..Tho...14 an nt Plant....p. 7.............. .............. .f2 PLANT INSPECTOR: ............BiU...Guolck .................................... FIELD SUPERVISOR: ........................................................................... BATCH WEIGHTS PER CUBIC Y,jjD; /8 a......... ...SZ92... ...... M- a. - 20 gaLlons added water .. ......... .1.........I..................................................................... TYPE OF CEMENT: .......D01=b1a...Typo ,I...................................%DIA TXT UR F:. .........................jffi=....................................... YARDAGE. .................5.-mbiq .YVdIP.... ......................................... %VER,',GE SLUMP. .....-_38......................................................................... LCC*.TION OF CONCRETE PL,-%CEMENT. ......Cu.17�... ooe, ..•S•.t..�4�.....» _ s T..o_...5 ....2.fo© .......................-1.................................................................................................................................................................................................................... .................................................... ......................................................................................... ........ ............................................................................................................. . ...... ............. ULT. STRENGTH NUMBER DAYS WE IGH T IN LBS. LBS./ BROKEN .......................... ......................................t................................. ................................................. ............... .. ............................................. 7 102 000 ........ ..............................A.M.- ............. .......... ... ................. ...... ......... ..................... .................... ........16 10110.4sq ........... ............................30A ............... ................... ................ ..................4................................. ..................................................................................... ......... ........ ................................... ..................................... ...... ................................... ................................................. .......................................... ..........................................7 *Pre.vi. ....................................................................... ..................... ........................................... ...................................... .......... ..... ............................................................................................................................... ....................I--................ REMARKS. CYLINDERS AND INPOMATION SUBMITTED - Cylinders arrived in lab U-3-69 ................................................................................................................................................................................................................................ ..................................................................................................................I.................................................................................................. ............- .......... .. . ...... ........... ....... ...... . ......... ...... .............................................................................. ecs ..............- ......--......- . ...... . ........ .......... ............ 4-East Valley Construction Comparq ...................................................... ......... .. .... . ......... ... .... ... HERMAN ADALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE, WASiINGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS MAKING DATE; 11-13-69 JOB: -...Renton ..U.Un, .ic.i.p.al...A...i...r.p...o. r...t.... .....S...t..o....r..m.. ...D....r..a.i.n...age...I.mprovemen #. ........................................................................................ ADDRESS: .....NAck River Channelj..R&ntqn,..XA4hi, ................. . . ............. .............................................................................I.......................... . . ARUilTECT:............................... .. . ................... ENGINEER: Milaey 8 Ham In�qf j. 41._ _............ CONTRACTOR: !4.st...V.a.l.i.ey...Go.n.s-t.r.u.c.t.ion., Inc........MIXING PLANT. ..A*!s... PLANT INSPECTOR Cusick.......................................... FIELD SWr&RVISOR: ............................................................................. BATCH VIFIGHTS PER CUBIC Y.,RD-. .;lass B concrete - 5 3 t 5410.cemon ......................... 9 110 s*c*q 1325# 3/40 agge 0 If% mecal sand, 1400N 0 4% scoce 20 gallons added water* . ....... . .....1-1...... .. -...... ....... . . ..................I................ .........I.............. ...-... ......I....I.....I.....I....... TYPE OF CEMENT. ....CcAu.mbia...Type...-I....I..............................LMIXTURE: ...........None............................................ .................. ......-- ........... YARDAGE. ..........!!!P....M.kic.y a................................ .................. %VER.,GE SLUMP. 3*........I............................................... ........... LOC,,TION OF CONCRETE PL,,CFJIENT. . `5 ...-culvert.......... ......-r, .ZOaIZ).'57/4.........-f........................ro.......�..W.,......4f.0 ..............................I...................................................................................................................I...................................................................I...................................... ............................:........................................................................................... ....................If....:..........................................;.................-.................................................................... ......................... .....:....................................J......... .............................................. ..............................................................-. ......... SPECIMEN "%(-"F- IN ULT. STRENGTH STRENGHT DATE NUM BER D,',YS WEIGHT IN LBS. LBS./,9Q. IN. BROKEN............................ ....................... ........ ...... ........................... ........................................................................q...-................... ................................. 6-A 7 30#1 0z 7105M 2529 11-20-69 ................................... ................................ ................... ................. ......................................................................... ............................... .................................. ... .............................................. .................................................. ......................................... .................... ...................................... ...................................... ............................... ............. ................... ... .................................... ........ ...............................y. ................................... q ...................... ........... ...................................... .. ......................................... ................................. ........................................ ........................................................................................................................ ........................................ ...................................................................................................................................................................................... RjiMakS. CYLINDERS AND INFORMATION SUBMITTED - Cylind*rs arrived In lab 11-20-69 .....................................................................................................................I............................................................................................................. ............I..................................................................................................................................................................................................................................................... .............................I..................................................I................ I.... ...........I.................................................................................................................................. ............................................................I.................................................... ......................................................... ..................I.................................................................. ............I............ .........I.............. ......— I.... ..I. -...I................ -...........I ...........................................................................................................-....................... ...... .... .... .. ... .... ............... ........ ......... ..... ................................................................................................................................ HERMAN ADALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE, :'IASHINGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS 1;11AKING DATE. ._ 2 _._ _........ Renton Nuniei A - Storm... ............. ... ......._......... .....__... JOB: ..._ _......................... ...... ..........—.. ........._ ................. ADDRESS. ......4ntMa... 14s?= 9A......................................................_....................................................._....._....._ _..... ....... .._....,, .. _. ARCHITECT: ..............._. ..... . ... . ........... . . ........ .... . .... ENGINEER: 1±1i1 Qy .&..H ,. .. Qa,... lT#tt9l�, Ne• _..._ _. CONTRACTOR. .....X&At...V�1143�..Const�}ctti443»�9.........MIXING PLANT: _ _.Xi10s...Go Kent. Ilant.i2 ..... PLANT INSPECTOR: ...Bill Cusick•......................................_ FIELD SUPcRVISOR: .._91.teY...Q ... X1.fiAJC3..................._.. .. .... Class B concrete - 5 3A sack Bi,TL-,H ',/EIGfiTS PER CUBIC Y. RD: .5..4 ...a a?rt,....660# enact 1.3/..8..". t;rnvvj..... 1 ... q. ux�e,..1.32 i 3/.4"..xA.9hed..gnivol.9. 10.-MplAt ,...Wdi ..sand...®._ ..moisture 20. gallons ,added water. TYPE OF CEMENT. ..... olumbia..:TyJ?e .I .............DIAIXTURE. ...... ..............._....... YARDAGE. ...........52 P'4A YdAv................................. ....................... .:,VER.',GE SLUMP: ......... ................. LOC.',TION OF CONCRETE PL,X&IENT. ..•..CulvIrt .................................__..._...................................................................................................................._....................................._......................_.....«..................................... ........................._......................«..._................1....................................,............................................_.._.f,. ....»....«.........._..........-................_......................................_,. .......... ....:..............................................................................t............................ .. ..»....«.. .. ......... �i-ECIr.1EN AGE IN ULT. STRENGTK STRENGHT DATE NUMBER D.',YS WEIGHT IN LBS. LBS./SQ. IN. BROKEN ..........«.._........_...............:...........«...............................................................,................................................_ ....................... .............................«.«................................... 0 oa 000........«....__.�................. 1$2........ ....._....« ,9- �....... �............ .:A.««.............. ....................7....................... ....#4........................._. ._ i 1 ..................................................................................».................«..............................................................j............«................................ «......................................... _7 3 t ..«................._................... ........................................ ..._.......... ...... .... . ....j...................., I 3 7 REMARKS. ........CYLIMERS..Ab'—INE MIATMN. .,cMB IT=...+,. .Cylindnrs...arr.1ved..in..1ah. N.Z7,.69.........._............. ........................................................................................................................................................................................................................«............................................ . ».........na:..................................._._......... .................................................................................. .. ...... U13,eyr .Construction Ca,, _ 1�-k'jla.. ...... .......... _ . ... . .._.... .. . ... .. .... .... . ..... ....... . ........... ......................... _ ...__. _ ... ..... .. _... _ . ..........._. ...... .. ._.......................................I............ ,Z HERMAN ADALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE, WASHINGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS MAKING DATE: 10-10-69 JOB. Renton Municipal Airport - Storm Drainage Improvwaonts ......I...........................I......I..............................................................................................................................I....................................... ................................. ADDRESS. .......RsnUap.Wa.a.h.in g.t.on....................................................................................... ARCHITECT:....................................................................................... ......ENGINEZRt Wilsey H&MI Inc., 214 Williams Ave. So. RO;Wyl wae............ CONTRACTOR: " Valley Construction Co. Miles Co. Kent Plant t #2 valley.........................................................................MIXING PLANT: ......................................................................... PLANT INSPECTOR: ................................................................................ FIELD SUPERVISOR. City of Renton 575 sack - 1** Max. Aggo - 3000 P.S.I. 0 28 days BATCH WEIGHTS PER CUBIC Y.'RD. .... ...*....................................................................................................... ............................................................................................................................................11.....................................I..........................................................I..................... TYPE OF CEMENT: q;!!90 -,DMIXTURE: _..MOM..................................................................................... ..q...Po.r.t.land-Ce.m.e.n.t...................... ................... ............. YARDAGE ....;-A.............................................................................................r-%VFR,*,GE SLUMP. .......30 ............................................................. LOC',TION OF CONCRETE PL,-,C;EMF-NT. Walls & coiling - North end of Renton A rt ...I........I ceiling......................................................-.......-A.. ....I....................................... ...............................................................................................................................................................................................................................I ............................................ ............. .................................................................... ......... .................. ............................... ................................................ ...... ULT. STRENGTH St�EN*di*T-*--**,*:***-,-**-*--,D",A**'T*"E. ..... NUMBER D,'YS WE lCii T IN LBS. LBS./SQ.IN. BROKEN ..................I.................. ..................i..................: ................................................................................... ...................A......... .......... ...................... I-A .......................... ....... 7 2 on 69.g000 10-17-69 ........... ................................ .......... ................... 4.41 ..................... .................. ............................ 1-B ......................I............ ..............44......... 10-24-69 ................................-1. .................... ........... _4............................................ ................................... 1-C .................................... ............. .................................................... ...................................... t 11-7-69 ............................ ....................................... ........................................ ......... ........................ ...................... ............. ............................. ............................................ .............. ........... ................................. .................. .......... . . ............................................................... . .................................... ...................................................................... ....................................................................................................................... ...................................... REMARKS. Cylinders delivered to lab 10-15-69 by Beat Valley Construction ............................................................................................................................I...... Construction ................................................................ ................................................................................................................................................................................ .......... ............ acs .. ......................................................I..................................................................................................................................................................... ................... 4-4ast Valley Construction Co. .............. .................................................................................................. .....................................__.......................................................................................... 1-File ............................ ................................................................................................................................................. .................................................... ............................................................................................................................................................................................................................................ HERMAN ADALIST";9 ASSOCIATES, NC. 1905 S. JACKSON STREET SEATTLE, WASHINGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS MAKING DATE: 10-10-69 JOB: ,•.�.t�on Municipal Airport • Stolu Drainage Improvements ........................................... _........................................._................................................ ADDRESS: Renton,Washington ARCH ITECT:..... _.............._.... _.....ENGINEER: Wilsey & Nam, _Ina., 214 Williams Ave. So. ................................... .. R... . � ....__ e11'f�ri " 6 e 00NTRACTOR: !ast Valley Construction Co. MIXING PL.;NT: _Miles Co. • Kent Plant #2 PLANT INSPECTOR: .................... FIELD SUPERVISOR: city of Renton BATCH VEIGHTS PER CUBIC Y.',RD: 5•75 sack - 1#" Max. Agg• - 3000 P.S.I. • 28 days ................ ..................._.........................................._..............................................................._._.....................__......... ........ ..............................................I............_ ..............................................................................................._ ................ TYPE OF CEMENT: eQon.Portland CaaMft ,;DWIIXTURE: ...HARP........_......................... ... YARDAGE: ...24..........................................................................................,%VER.',GE SLUMP. ......,3"._.._-..................................................................... LOC.',TION OF CONCRETE PL,,CEAENT: Malls 8„ ceiling.- North end of Renton Air ort-•••......__............._ ........«.....................::.: ..::..:........................=.... _ ..•.....:... ...........:...,j::........1......»..................... ............:...-...._......-........................... ................«_................ w .... T. STRENGTH STRENC {T DnTE............. NUMBER D,•,YS V&IGHT ': IN LBS. LBS.ISQ.IN. BROKEN ........................................;.- ......................................�................... ................. ..._................_...................«.............................. ._....._ ........... .......................................... i * l-A , 29, 8 oa 000 1 ® i 000 ............__........................_,_.............. 4..................F...._.. ` ........o ....�........... 7 _ 11-7-69 re rted 4 j.. ......................................1........_.............._............. .................................. ............................................... _ _.._.......»...... .. «. i ..............................................._.................................w...._............................_........._............................................................................«................................................. ..q REMARKS. Cylinders delivered to lab 10.1549 by Bast Valli Construction ................................................................ ...._.....-----._..._....................................................._.........................................................._......... _.. .+.._. .... ._.................. OC= . . ........................................._._...__._..............._........_............__._.._......... 4-mast Valley Construction Co. ....... ....................................................................___.........................._...................._....................... 1-�Tue .__.............................................................--..................._.............................---................................................................................................._._._.............._......................... HERMAN ADALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE, rASHINGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS MAKING DATE: 10-10-69 JOB: .•2"lon Municipal Airport - Storm Drainage Improvements ........................................................................................................._..................................................._................... . hDDRESS: ......Renbp,Washington ................................................... ..:........................................................................................._............ _..................._ ..... . .._........... ARCH ITEM.................... ......ENGINEER: Wilsey A H&mq Inc., 214 Williams Ave. So. ............ CONTRACTOR: " Valley Construction Co. MIXING pL:,NT: -..,.Miles Co. - Kent Plant #2 ........._...._.................................................................... ....................... PLANT INSPECTOR: .............. City of Renton _._...................... FIELD SUPERVISOR: ..- ........._. .. .. BATCH WEIGHTS PER CUBIC Y.',RD: _5*75 sack - I** Max. Agg. - 3000 P.S.I. 0 28 days ................._.........................................._.........................................._..................._.................................... TYPE OF CEMENTc OtOQon Dostland Cement -. ........_.................. .......................................,DMIXTURE: ........ Y/.RDhGE s ...1�_4... ......_..... ._........................................._. ...............,VER.",GE SLUMP: .�"....._......_................... LOC.'►TION OF CONCRETE PL,,CEMENT: Nally k ceiling North end...of..R+nton Ai?port ...........__. _�___..........._...�__...... / s .. � � .. ......... ............._.................................. __....... ....................- :-:::............ ........::::: :::............................................: :::::.... ........w..._..__.......... __.........._.... _ .. ._..... _ _ ... SPECIMEN- nCiE IN ULT. EN TH ft T. STRENGTH ' NUMBER ST GNT D.,YS 9iEIGHT IN LBS. DATE LBS �9Q.IN. i BROKEN t....................................... ....................................,.........._.........._........................... ....................... 1-A 7 . C100 .__._...._..._.. ................,._...._......._..................._........... 10-17-69 • •1 e ; - 000 i s......._....._...................._.. ,............... .............._.«...........`�ii``..........a�.... 7 10-24..69 1-C 000 ....._._......................_ .._.__...._ @. ............... ........2913 ...,...........�.................... �S2S 11.7!-69 ..........._..._..... ........_. _........_._._....... ................................ ...................................................__................. _..___. _......_.._.._......................... .._._..........._..................._:...._._........................._.......__......................................................................_......_.. ........................................ REMARKS: _...trlindees delivered to lab 10-15-69 Bast Valley Consraction _............._..................................__.........................................._... ..........._.............._._ ..............t ....._.......... _._..........._ ........... .........................................................................................................................................._................ .... ...... _..._.......... _ .. x. . .. . . .... ._....... oc: ............................................_.........................._._........_..............._........_....................._........._..... 4-fiest Valley Construction Co. .................................................._............................................................._..............._.......................... 1-File HERMAN ADALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE, INASHINGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS 1.1AKING DATE: ._10-22 ._.. ...._ JOB: Benton xunlci-Paz Air?ort - storm Dt�ir ee -;4WQvPmQnt$..».....__...... __..».......__«..»...»__«.........» ...»....... ... ADDRESS: ..."».»......».............................................................»._.._.......»................._..........................._.._............._._............ ARCH ITECTs......... .......................................»......................................ENGINEER s Wiuey .&.. a_.iW.a. .R fntt=v We.. . .... CONTRACTOR: .......Jk#t...Y91147.. or st zctign..Cq.........MIXING PLANT: ..Thm-Mem-Ga.,.Zent...plmt-12 . .... . PLANT INSPECTOR: .....B111...9usiak........................................ FIELD SUPERVISOR: ...91ty...99...9m?.tAn..................... .. . ....... Class B concrete - 5 ?A sack_p BATCH 11EIGHTS PER CUBIC Y.,RD: .5..4 ...cemerrt�.,.66O yas,_.ed 1 //.88 gre►vel..®. ,..... q s. uxe, . 1325# . ..moisture..�...�..I.Allous._added...water............. ..... TYPE OF CEM NT: ....»Columb.-*..T-v1)-e..I..................................,VDMIXTURE. .»_5=4..........................._......_............................................ YARDnCE: .............59...9MR- 40*......................................................... .;,VER.'►GE SLUMP. ..._..................».............._...._............. LOCATION OF ODNCRE PL.' E1�AENT: .....fA31�!!is�"�!............._............... .............»......................_........................................._....................... __« .......»_..._ _. ...... . .. ...�...........J1- 1..»'...��. 4.2-7............................................_._».......__...___...«....«.._......................... r` .':�:: : ."-::::::::.... : .. . . ...... : ... ... ..... STRENGNI DATE # � . �TRENG?H NUMBER } D,IYS WEIGHT IN LBS. LBS. 'SQ. IN. BROKEN i f • = t «.....» ............_..t : 82 ' f ' t i i..._.....?!r$».. ........ .. ...........__Au►.................i....3Q#�2...R1.......... .......... r Q.....»._ . 1.. ............. .29 ..»»..»......... »._»... -G-�9..._......:. .. .»»».........».._.....««. ........._....«......................f.................................z»............................. .. ........i...«......«......»................ _..»_; ...r. ................... _............»...«........... ..«..»««......................i........»..............._........................=f............................»..».»..«..»..»F._ ..... . .............._.........T _ .»»..».....«.»_..»_ ... i..................»_...... ..» ............_......_.«......s. .._............................_.»..«.. »........._..,..«»......_. .. # .»...._........................... ... «..«. ...._... . ......_« ..._.._«.«......_.»_..»««................».............................__- « ... ......_. ... ..».,.._......_..._........._.......................................................... , REMARKS:_..._-iM1nME13S...A0-.MQHUTUN...SUMITTEA..,,..Cylindnra..arrived..in..lah.-IDo2Z.fi9........ ...... *Previously reported. .. ».........ant.................................... ...._.................«.........................»....._........................................._...._......»»........«»._....................»»........__...................................... 1r•�st Valley. Construction Ca.. .......»..................................._._.....»............4.»............_.................................................................... ...........]e-MA....«......»_....__...»_....._.._.....................................»..............................................................._.........._...._»._...«.........«........»»........_.................................. _. .....I...................................._.........._......................»......................................................I..........»...«...._.......................«................................................. 61/49).f* • HERMAN ADALIST & ASSOCIATES, INC. • 1905 S. JACKSON STREET SEATTLE, WASHINGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS MAKING DATE: ..._«lD-24_69_.__. JOB: .....Renton_Hunlaipal..Airpart - Storm Drainage. lzp.rov=ento. ._ . ........._....... ...._ _...............__......... ADDRESS: .........Renton� ti..aahington................... ...... ARCHITECT............ ...............ENGINEER& ...... 1� PY..&.. j%....Q........................_._................ CONTRACTOR: ...,,blQtlaa.la...0M.tmotim...QQ&..........MIXING PLANT: fto..W11.«C.AW.4.M. .a... tt...PI.I.&A0.19.... PLANT INSPECTOR: ......B_ ►_ k�� ............... ....... . FIELD SUPERVISOR; ....� �r ; ..Renton BATCH WEIGHTS PER CUBIC Y. RD: ..0].e aement. 6600..1 W.10..moes. la W. ...3A,".....em4l 0 _ %..p6o.� 1 00# saad 0 5 4 m1c. - 20 gallons added grater TYPE OF CEMENT.• Columbia Type I .;DMIXTURE• Kong «...««.....«....._..«..« . .......................................«»...._«...«._..... _.. «__.... ........_...«... Yi,RDAGE: ........50 auUia yards....«.............. SLUMP ..........3". !!Zt ........... «............................... ........ . LOC.',TION OF CONCRETE P ICEMEN ............ ......... .....«....« .......«. .................._._._................... «.__«..._._........_.._ ...__ _.............. _.' _...:�.l...............� ....................... _ .... w �. :.ULT. STRENGI}l:' ` :::.....':STR ENC�i t........ ::-..... ::=Dn«E.........»..«{ NIA�iBEFt 1 ........... i....._.. «.«..«..»._«.... «�_......««Dl.YS...............' ......................WEIGHT...... ..........«...IN...LBS......._..... .L. .........LB.. ..IN. » ..........«BROKEN...._.......& .. ...«*. 1►........_...«. .._.........__._.?.._......... ...... 0, 5. os......:.................7.k,Qi ......... ` 2b?. ._............._..F...._.......1t��3�.w,69._..+ t.« .._............ .«..... .........................,.............{..._..._................_........................................................ _..... ........................................ �. ' �'e?i ,a. Y., 4............� ......«_.............«.........}.......«.........«_......................«.. i ............ ... ._. ..«........»«.. .,.,.........................«... ` i {.» i.» . . .. ..._....... ......«...i ......_..«._.._ _....._....._j..............................._ ................................«...«........ �.... «.......«..«....«..«...«... .«., i _....« _.«.».._ .... _._......«... «_.......»«.«« ................... _..................................«..........«.....«.«......«...«..._.«...«.....«...... :................... ..«...... REMARKS. CYLINDERS AND INFORMATION SUBI iI2'TSD Oyl3nder� art'ivgc� }«lt►b IOZ-{y�...._..........................................................................................«........ .. «......_4 .i.._.....................................»..................................................................................«._.............«................_.._..................................................................... Fast.Yale CQz�stact.?.w ...Co.............................................._....................._........._.........._..................._.....«.........................................._. ] le .......... ... ........................................................................................._.......................................................................................................................................................... • HERMAN ALALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE, I.-JASHINGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TESL' CYLINDERS MAKING DATE: JOB: ...Rent...o...n......M...u..n.iciDal.....A 01t ..S.t..or...m......Dra.i..n..a...g e.....I...m...pr...o...ve...m...en...ts .................................................................................. ADDRESS. ......... ARCHITECT:................_..._............................................................................. ENG I N EER CONTRACTOR: .,.Z@at,-V&LUq, C.w)fi.truction Co. .........MIXING PLAN PLANT INSPECTOR: ...._BJU...G.0 j_Qk........................-. ......... FIELD SUPERVISOR: BATCH -JEIGHTS PER CUBIC Y,,RD-. Q.jag.g_$ q ......5.41, qe�ent 660# 1 )/'8" aag . $... , ........ .......... 0...10.AA-p-a... @.li%... ....1400# sand...0.... 20 gallons added water .......... ... ................ ..............*.................. TYPE OF CEMENT. .. .._.Columbia..."...1............................ .........I.............. . . ... '%DMIXTURE. ...........None.._..................... YARDAGE. .............5.1 =Uc. .yards ......................... ............. I'IVF-R,',GE SLUMP. ......... ....................................... L0C,'.TION OF CONCH E PL. C;FJAENT. -. Culvert P L .................... ................................. .....................................I....._..... . ........................... .............................. ... ... ....#I........ .'j..... .. ........ ................................................................................................... ........................................................................................................... ................................... ............................. AGE IN ECIh1E ........................ ....................................... ............4....... ..............f�........................?........ .................. ULT. r),TRENGT S' ENCH T DATE NUMBER D,' YS I WEIGHT IN LBS. LBS./ IN. BROKEN ................................................................... ....................................................................................... ........... .......... ....... ........................................ 3� oz 6/ ........... ....... .......... ...................... ........... + 000 2264 U-5-69 r...... ........................ ...... ............ .......................... .......................................... .............................. ................ ....... U-12-69 .............. .......1.4........... 104.9!!k....... ........... ................................................................................................................................................................................. • ........................ ........................................ ...................................................................................... ........................................ ......................................... *Previaisl� reported. ............ .. .................................................................. .................... ...................................... .................................. ....................................................................... ............................................-.-....... ................. ................ REMARKS. ........ Oyllmdara.. -11m3.69 -.............................................................................................................................................................................................................................................................. .. .......................................................................................................................................................................................................................-.:..................................... or"I 4-East Valley Construction ComparW ........................... I............... ......-..... .........-.. ............................................................I.......................................................................I................................ 1-Me .......... .......-........... ................ ......... .... .. ..... ...... .............. .......I. ........................................... V11YA). • • HERMAN ADALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE, WASHINGTON 98144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS MAKING DATE „. '� _.__� _•,• JOB: ..............Banton- ft4qlpal. A.UT..Qrt.!t..Storm...Aminsgq mare omt►o...............»....«_...............__..........»........«.............. ADDRESS. .................Banton,. Washington.........................................................................................................._................................................_............. ARCHITECT:..........«....._..._«................................ ......ENGINEER: ....1J11S67.&... ........«...._............._. GONTR/,CTOR: ...last,.Y811Cq..GQ7t1.Stx'LtGt�.Ci�..GQ............h1IXING PL:,NT: .. '?ie..M lep C.omPany,,_..Kent Plant 2 PLANT INSPECTOR: ............BJJU...GUO..10k-................................... FIELD SUPERVISOR: ............................................................... Bn TCH 'IE IGH TS PER CUBIC Y.,RD: ..Cla 3/4 sack t M4 Dement! 660# 1 3/8" age. 2AXW sand % m.c. - 20 gallons added water _ . - ................. ....... ........ ........ . ........................ _ TYPE OF CEMENT. .......�.Q. umb .. ..........__ ...................%DMIXTURE: _.. . JQne._.................. ............................................. YARDAGE; ..............75. C1 tiq .y.udS _ _.__.................................. .,%VER.',GE SLUMP. ...... .............................................................................. LOC,',TION OF CONCRETE .... FL,, RENT: Culvert. __ . .. ................ . ...................... . ......................................... ....... O ............. ............ ...............................»........_...........«..._.....................«....». »;.....�....................:::::.':i�:-:::::......._.............._:. _SPECIF�EN» n�E ICJ .....::::::::.......... « ......._._........ ....." .«........................ ......... »..................»........._..... . ::::.: :::: . . ........... ..:............ UL . .............................. REK STRENGTH . ... ........ T DATE NUMBER D.%YS 114EIGHT IN LBS. LBS.� . IN. BROKEN «........_«.................._.... t S i i 1.0z)0� ; 10-3 . 7tb p..«...........«.......................' • ...................y.................................... 1 j i t i .............................._.....j...«.._....._......................*.................«...........................................»......................j......................«......._................i............._........................«. t � REMARKS: CYLINDERS AND INFORMATION SUB�:ITTFaD - Cylinders arrived in lab 11-3-69 ............... .... .. ............... .. .... .. . .........................................................................................................................I............. ...........................................................................................................................................«..............................................«.................................. ................. .._.__........................................................»».......................................... ..... .................. ........................................................................................ . PC 4-East Valley Construction ComparW .. .............»...................................................................................................................................................._.«__................................................................... 1-Ml� ................«_..........................................................»..........................................................................«.............................«................................................ HERMAN ADALIST & ASSOCIATES, INC. 1905 S. JACKSON STREET SEATTLE, :7ASHINGTON 98.144 EA 3-3900 DATA FOR STANDARD 6" x 12" CONCRETE TEST CYLINDERS 1.1AKING DATE: ..»14"2 JOB: .._,..Renton.Hunieipal Aixport — Storm Drainage...I�9F?'QAee1 ............_......_. ..................................... ADDRESS: .....R,.@.ntoa,,...WAAt QA...._................... ..................................................................................................................................................... ...... . ARCIi ITECT: ...................._................................................._...................._._ ENGINEER: llT�#eOA,% I�e• CUNTR;+CTOR: .....East...vau ..C4net ucti4t . o......... ..IIXING PLANT: The . .0s...G. �{ez�t...Pla�ut.., 2 _ ........ PLANT INSPECTOR: .....Bill...Cusick•._. _.............. ............_._ FIELD SUPERVISOR: ...L'. tiY...9 ... Q .t+Q,Tl.. ._..-...._.... ._ ._........ Class B concrete — 5 3A sa Bi,TQi WEIGHTS PER CUBIC Y.,RD: .5 _.,oemer.... 660 washed i .gy p. gYbVQ1. mAistures .714CO#...sand...®...5 ...moisture 20._gallons.added water. TYPE OF CEMENT; .......Columbia...Tl'I?e...I............ _..................,,DMIXTURE: ......�TS�IR......._.. ......... .. YARDAGE. ............`�2 ,...l �R...........................................................AVER.,GE SLUMP. .........3"...aiww. ...... _.. ._.... . ..__ ... LOC.•,TION OF CONCRETE PL:,CE;.IENT. .....Culvert _. ................_..........................................................................................................._........................ :..........................E...C......I..f..,.9..E......N......_...... .............„......G._.E......._...I.....N................................................................ .......... ...... ..................................._ ._. ....................T......_...................._.........................._........................._. ....... ..............._. ULT. STRENGTH STRENGT _.:.DATE NUMBER D.',YS �'iEIC3{T IN LBS. SQ. IN. BROKEN ........._.._.........................:..........._............................................................;.............. .................................. ...........LBS. ........ ............. _._................................. .l` .. ......7. .........:..... Q#A oz 000 25.82..................................!9-23-64...... j..».....................................}........................................p........ .. :........................................ ................ � j f t j j t REMARKS. ...,..CyLINIERS..AIM.=Q]DIATIDII...SUI=TEA ". .Cylindars...arriirad..in.lah.1Q 9_......._.. ....................................................................................................................................................................................................»...................«........................................... ...........:cos................................................. ........ .............................................................................._........................_.—................................._...................................... _ 1#—.vaat Valley_Constxucti.oa Co, _ _ _.. ... _ ......................................................................_............................._........................ _ .. _ .......................... ......... . . _........ ._. ..... ... ....... . ..__ . .. CITY OF RENTON INSPECTOR'S REPORT Engineering Department Materials Received JOB LOCATION DATii3O,1�_l 9� CONTRACTOR 40 SUPERINTENDENT REMARKS ITEM NO. ( ' Truck-InvcJ Quant. Truck-Invc. Quant. emarkrp; 00) SUB-TOTAL. ,799QD TOTAL ,g_,�► �.-- �� R M RKS: I NSPECTOR_An� TITLE 0 0 Sk%�4, CITY OF RENTON INSPECTOR'S REPORT Engineering Department Materials Received JOB LOCATION � .. ���,� �;y�r �,w,��j� DATE 1944 CONTRACTOR ,!�.; �'p�� c c i� SUPERINTENDENT REMARKS ITEM NO. ( ���� - ruck-Invc. WQuant. Truck-Invc. Quant. emarks; 24i _ 02441 2 i � 6 a i 0 SUB-TOTAL �74 ,.. TOTAL z 98945� or- R MARKS: y INSPECTOR P, T��r- �j�,, TITLE S ` CITY OF RENTON INSPECTOR'S REPORT Engineering Department Materials Received JOB LOCATION ,8/�s�,E �i vtr i� ytr f DATE" 19 `. 9 CONTRACTOR e SUPERINTENDENT REMARKS ITEM NO. • nrck-Invc. WQuant. I Truck-Invc. Quant. Remarks; 5 Zo .441 t 2 SUB-TOTAL TOTAL ARKS: INSPECTOR� T r TITLE 1 CITY OF RENTON INSPECTOR'S REPORT Engineering Department Materials Received JOB LOCATION „ Q�,,� �y�r-- �d��y- DATE/O 19 _ CONTRACTOR , [ O��i��a SUPERINTENDENT REMARKS ITEM NO. ( . Truck-Invc. Quant. I Truck-Invc. Quant. Remarks; Z Q 7 SUB-TOTAL TOTAL 94f, 7 'Z, M . INSPECTOR TITLE 1 CITY OF RENTON INSPECTOR'S REPORT Engineering Department Materials Received JOB LOCATION ���.� 1. DATE 19 CONTRACTOR �� �, ,, ;2 SUPERINTENDENT REMARKS ITEM NO. Truck-Invc. Quant. I Truck-Invc. Quant, Remarks; O Z Z, 41,91-5 IT SUB-TOTAL TOTAL R S: INSPECTOR TITLE 0 October 2, 1969 Department of Fisheries General Administration Building OLYMPIA, Washington Dear Sirs : This letter is to inform you that construction will begin on October 3, 1969 on the storm sewer project on the west side of the Renton Airport. The prime contractor for this project is Frank Col uccio Construction Co. Attached is a copy of your permit dated September 5, 1969 relating to this project. Very truly yours, TDG:mj Theron D. Gibson Engineering Department September 25, 1969 Frank Coluccio Construction Co. 7778 Seward Park Ave. S. Seattle, Washington 1,,8118 Re: Renton Municipal Airport Storm Drainage Improvements Gentlemen: The Airport Board at the Renton City Council meeting of September 22, has accepted your low bid on the above captioned improvement in the amount of $141,082.32. Contract documents have been prepared and we will contact you when they are ready for signature. Very truly yours, CITY OF RENTON Helmie W. Nelson City Clerk HWN/mm H �• September 25, 1969 Austiln Construction Co. Box 547 Be',Llevue, Wa. 98004 Re: Renton Municipal Airport Storm Drainage improvements Gentlemen: The Airport Board at the Renton City Council meeting of September 22, 1969, has reported award of bid on the above captioned improvement to low bidder Frank Coluccio Construction Co. in the amount of $141,082.32. We thank you for your interest and your bid Very truly yours, CITY OF RENTON Helmie W., Nelson City Clerk f1WN1m,m September 25, 1969 Pat Carscadden & Assoc. 17028 116th S�E y Renton, Wa. 98055 Re: Renton Municipal Airport Storm Draiiiage improvements Gentlemen: The Airport Board at the Renton City Council meeting of September 22, 969 has reported award of bid on the above captioned improvement to low bidder Frank Coluccio Construction Co. in the amount of $1141,082.32. We thank you for your interest and your bid. Very truly yours, CITY OF RENTON Helmie W. Ne-Ison City Clerk WN/mm September 25, 1969 Constructors-Pameo 3600 Fremont Ave. N. Seattle, Wa. Sits Re: Renton Municipal Airport Storm Drainage Improvements Gentlemen: The Airport Board at the R(-nton City Council meeting of September 22, 1969, has reported award of bid on the above captioned Improvement to low bidder Frank Coluccio Construction Co. in the amount of $141,082.32. We thank you for your interest and your bid. Very truly yours, CITY OF RENTON Helmie W. Nelson City Clerk INK/mm 00 September 25, 1969 Venture Constiuction inc. P. 0. Box 878 Auburn, Wa. 98002 Re: Renton Municipal Airport Storm Drainage Improvements Gentlemen: The Airport Board at the Renton City Council meeting of September 22, 1969, has reported award of bid on the above captioned improvement to low bidder Frank Coluccio Construction Co. In the amount of $1411082.32� We thank you for your interest and your bid. Very truly yours,,, CITY OF RENTON lielinie W. Nelson City Clerk HWN/mm September 25, 1969 W. C. Frost Construction Co. 8005 So. 222nd Kent, Wa. 98031 Re: Renton Municipal Airport Storm Drainage Improvements ,3entlemen: The Airport Board at the Renton City Council meeting of September 22, 0 1969, has accepted the low bid on the above captioned improvement of Frank Coluccio Construction Co. in the amount of $141,082.32. We thank you fI)r your interest and your bid. Very truly yours, CITY OF RENTON Helmie W, Nelson City Clerk MqNlmm ENGINEERING PLANNING SURVEYING 1 0 PACIFIC NORTHWEST AREA OFFICE-214 WILLIAMS AVENUE SOUTH EARL P. WILSEV RENTON, WASHINGTON 98055 (1892-19571 TELEPHONE 206-228-1080 LEE E. HAM WILLIAM B. WRIGHT AUGUST W. COMPTON DONALD B. GUTOFF NOR MAN B. HANSEN RONALD T. CAL H OUN September 18, 1969 HARO LID K. VEY o JACK H. DOV EY File No. 0-1086-0201-20 DANIEL H. HEIDRICK DANIEL W. KLAR DEN IS W. LE VASSEUR SAMUEL M. NASH FREDERICK J. PAUSCH EDU AR DO BARANANO ROY W. FOWLER. JR. ROBERT B. WRIGHT KENNETH L. WUEST CHARLES W. LOUGHRIDGE JOSEPH H. LIPSCOMB Mr. F. A. Grabner Manager Renton Municipal Airport Renton, Washington RE: RENTON AIRPORT DRAINAGE Dear Mr. Grabner: At the Airport Board meeting of Tuesday, September 16, at which time an award of contract was made to the Frank Coluccio Construction Company, Incorporated for construction of the airport drainage project, a question was raised regarding approval of the work by the Water Pollution Control Commission. On Wednesday, August 27, 1969, I spoke to Mr. David Nunnalee of the Seattle office of the W. P. C. C. I described the project to him and requested information as to procedures for gaining approval by the W. P. C. C. He informed xne at this time that if the project was located in the City of Renton and was approved by the City, that no application or approval would be re- quired by the Water Pollution Control Commission. Other permits or approvals from the Federal Aviation Administration and the State Fish and Game Commission have been obtained and I believe copies of these approvals are in your files. I hope that this information will remove any concern which you or the Air- port Board may have. Very truly yours, WILSEY & HAM, INC. per, �*G/��p Al ick Reeves, P. E. C c: Mr. Bert McHenry OTHER REGIONAL OFFICES-SAN MATEO AND ARCADIA, CALIFORNIA; HONOLULU, HAWAII: LAKE OSWEGO, OREGON so so MEMO - AIRPORT DRAINAGE FILE Sept. 17, 1969 At the Airport Board meeting of September 16, 1969 the Airport Board acted to award the contract for the drainage project to Coluccio Construction as low bidder. We submitted our reasons for not desiring to perform the engineer- ing work on this project but the Airport Board chose to request the city to provide the surveying, inspection and contract administration at no cost to the Airport as the work involved will be taken care of a certain amount of city drainage . Therefore, I contacted Jack Wilson on September 17, 1969 and advised him of the Airport Board's decision. As it does not appear additional funds would be available, Mr. Wilson indicated we would perform the necessary work as part of our engineering department work and function. Therefore, Dick Houghton was advised to prepare the contract documents for signature and we will pursue the matter of initiating the project. Jack Dovey and Dick Reeves , both of Wilsey & Ham, will provide the time of their surveyor to point out the control points used in their preliminary work so it may expedite the survey of the final project. Bert H. McHenr Assistant City Engineer BHMc:mj RENTON AVIATION BOARD REGULAR MEETING SEP`,',!&JR 16, 1969 The meeting was called to order at 7: 32 PM. , in the Board room of the Tower building by President Day. Present: Day, Dime,, Cugini, McCorkle, Schaeffer and Grabner. Visitors present were Bert McHenry, Jack Dovey, Jack Volkel, Al Blake, and Gale Hilyer, Jr. Moved by Dime, seconded by Schaeffer that the Minutes of the 19 July meeting be apr. roved as mailed out. Motion carried. Letter from Dick Reeves, Wilsey & Hazy, Inc. , reported bid opening on 10 September, 1969, for the construction of Storm Drainage Improvements at the Airport with bids received as follows: Frank Coluccio Construction Co. , 'P"141,082..32 ; W. C. Frost Construction Co. , �149,779.85; Venture Construction, Inc. , �156,290.20; Con structors-Pamco, $177 , 608.20; Pat Carscadden & Assoc. , '�184,600.30; Austin Construction Co. , ��187,854.43 ; Peter Kiewit Sons' Co. , $191,,658.23 and Pacific Paving Ca. , Inc . , $207,766.90. He rec- owmended that the Board accept the low bid of $141,082.32 submitted by Frank Coluccio Construction Company. moved by Dime, seconded by McCorkle to concur in the recommendation, and that the President & Secretary of the Board be authorized to sign the required contract documents. Motion carried. Construction' staking, Administration and Inspection were discussed. Assist., City Engineer McHenry outlined the possible costs, estimated to be $6, 553 .00, and recomcaended that 1,4ilsey Rc Ham be engaged to perform this work, because of the work load scheduled for the Eng. , Department to be completed before the enn of the year. McCorkle called attention to Wilsey & Ham's original estimated cost between $1,100 and $1,900 for this work , and asked for an explanation. Mr. Dovey, Vice President, Wilsey & Ham, Inc. , explained that the enclosed box culvert system selected is much less costly to con- struct than the enclosed pipe system on which they original estimate . as based, but its construction requires more slzpervision. Dime pointed out that the Board had no choice but to fund this project or drown, and that the Engineering Department should administer the contract if at all. possible. Moved by McCorkle, seconded by Dirge that the City Engineer be requested to administer the contract. Motion failed. Moved by McCorkle, seconded by Dime that the, City Engineer be requested to perform the: construction staking, adminis, tration and inspection without cost to the. airport. . 11oUion. carried. Letter from Mr. Hilyer, Jr. , requested a meeting with the Board to explore the possibility of leasing airport property for storage hangars. He stated he would appreciate time to investigate financing and other problems in order to determine feasibility before submitting a firm proposal to the Board. rvoved by Cugini , seconded by YlcCorkle that interested parties be given two months to submit firm proposals for leasing the property at the south east corner of the airport for storage hangars. Motion carried. ( 2 ) IGN AVIr:TION BOARD ill"INt,TI's Sert.ernber 16, 1969 Permit Agreement granting Aviation Enterprises, ,Inc ., permission to enEage in the: backner towing business- , W .a reviewed. moved by Schaeffer, secor.c:ed by Cugini, that the Fern-ii.t he approved and signed . Mot' ion carried Letter from jack Volkel requested approval to proc!_.ed with a sub—lease agreement between Aeroa-Dyne and the hoeing Company for a portion of Apron "A" . 'Poved by Dime, seconded by Schaeffer that the request be granted. PN[otion carried. Letter from Mrs. grown, dated September 9, l9b9, addressed to the Flay or an(.-', City Council seeking relief from the noise caused by small aircraft flying over her home on Iientcn h:i.11. , was read. lrabner stUted that operators of airports can exercise no control over flight patterns , aircraft operating over ^rin�ested areas of cities and towns, or pilots in violation of FAA regulations. i'hese are Federal rri;-ttL-ers. He added that the Y'AA is doing all. +,ha_t, can be done to alleviate the noise situation, as much as operationally i'eas.Fta:i.ep ay discouraging unnessary flying over Renton hill . i<ioved by Dime, seconded by Schaef'fe;r that the President of the Board and Airport Director call can Mrs. Brown and explain to her. i'":otioAl c,arriPd. There being no further business, the meeting, ad'+ourned at 8: 35 PM- Gary Dirrie r:: ei z et< ry F, A. irabnF e , Airpo t i rector 0-1086-0201-20 September 15, 1969 Page 1 of 3 RENTON AIRPORT BLACK RIVER CHANNEL ESTIMATE OF COST SCHEME 4 lst U NIT OF CONSTRUCTION 1. 8' x 5' R/F Concrete Box Culvert 690 L. F. $135. 00 $93, 150. 00 2. Outlet Structure L. S. 5, 000. 00 3. R/F Concrete Headwalls L. S. 850. 00 4. Wingwalls 600 S. F. 3. 00 1, 800. 00 5. 12" Concrete Pipe 80 L. F. 7. 00 560. 00 6. Catch Basin 1 Each 300. 00 300. OQ 7. Salvage 72" x 44" CMP 170 L. F. 20. 00 3, 400. 00 8. Salvage 36" CMP 40 L. F. 15. 00 600. 00 9. Fill Existing Culvert L. S. 4, 000. 00 10. Foundation Material 425 C. Y. 6. 00 2, 550. 00 11. Bedding Gravel 330 T. 3. 00 990. 00 12. Select Backfill 1600 C. Y. 5. 00 8, 000. 00 13. Concrete Pavement Patch 180 S. Y. 15. 00 2, 700. 00 14. A/C Pavement Patch 620 S. Y. 5. 00 3, 100. 00 15. Crushed Surfacing Top Course 70 C. Y. 7. 00 490. 00 Sub Total $127, 490. 00 4. 5% Sales Tax 5, 737. 00 TOTAL $133, 227. 00 ~ • • Page 2 of 3 REMAINING CONSTRUCTION 1. 7' x 5' R/F Concrete Box Culvert 300 L. F. $120. 00 $36, 000. 00 2. 5' x 5' R/F Concrete Box Culvert 220 L. F. 90. 00 19, 800. 00 3. Headwalls L. S. 600. 00 4. Wingwalls 1400 S. F. 3. 00 4, 200. 00 5. Salvage 48" Concrete Pipe 300 L. F. 17. 00 5, 100. 00 6. Salvage 36" CMP 105 L. F. 15. 00 1, 575. 00 7. Salvage 30" CMP 30 L. F. 12. 00 360. 00 8. Connect 24" Pipe to Open Channel L. S. 1, 000. 00 9. Connect 18" Pipe to Box Culvert L. S. 1, 000. 00 10. Connect 12" Pipe to Open Channel L. S. 750. 00 11. Connect Misc. Pipes to Open Channel 26 Each 150. 00 3, 900. 00 12. Connect Misc. Pipes to Box Culvert 4 Each 200. 00 800. 00 13. Foundation Material 320 C. Y. 6. 00 1, 920. 00 14. Bedding Gravel 250 T. 3. 00 750. 00 15. Select Backfill 1200 C. Y. 5. 00 6, 000. 00 16. Crushed Surfacing Top Course 150 C. Y. 7. 00 1, 050. 00 17. Remove Building L. S. 1, 000. 00 Sub Total $ 85, 805. 00 Contingency at 15% 12, 871. 00 Sub Total 98, 676. 00 4. 5% Sales Tax 4, 440. 00 TOTAL $103, 116. 00 RECAP 1st Unit $133, 227. 00 Remaining Const. 103, 116. 00 TOTAL $236, 343. 00 r • Page 3 of 3 EXTRA ITEMS OF WORK ADDED BY CITY 1st U NIT OF CONSTRUCTION 1. 8' x 5' R/F Concrete Box Culvert 44 L. F. $ 135. 00 $5, 940. 00 2. Manhole Openings 2 Each 200. 00 400. 00 3. 12" Concrete Pipe 90 L. F. 7. 00 630. 00 4. Catch Basin Inlet 1 Each 300. 00 300. 00 5. Foundation Material 25 C. Y. 6. 00 150. 00 6. Bedding Gravel 20 T. 3. 00 60. 00 7. Select Backfill 100 C. Y. 5. 00 500. 00 Sub Total $7, 980. 00 4. 576 Sales Tax 359. 00 TOTAL $8, 339. 00 September 11, 1969 Mr. Frank Grabner Renton Municipal Airport tM-NTON, Washington 98055 Rei Inspection of A.iri)ort Storm Drainage Project Dear der. Grabner: Wilkey & Han have provided us with the following oust estimate in regard to necessary administration and engineering that is antici- pated in the execution of the contract for a box culvert at the north end of the Aixport: Inspection $4,800.00 Material Testing 613.00 Construction Staking 540.00 Contract Administration 600.00 TCrAL ESTIMATE $ 6,553.00 This estimate is based on the project taking the full 120 days provided by the contract to complete the project. All work will be done by Wilsey & Ham on a cost plus basis. In contacting Pacific Testing Laboratories it was estimated that the inspection and material testing alone would cost approximately $7,200.00. Because of the large; work load in our department at this time, it is not practical for us to provide the necessary services, therefore we recom- :awnd that Wilsey & Ham be engaged to do all necessary work required in regard to this contract. Very truly yours, BHMc:mj Bert H. McHenry Assistant City Engineer • 0 • 0 ENGINEERING PLANNING • SURVEYING 0 PACIFIC NORTHWEST AREA OFFICE-214 WILLIAMS AVENUE SOUTH EARL P. WILSEV RENTON. WASHINGTON 98055 (1892.1957) TELEPHONE 206-228-1080 LEE E. HAM WILLIAM B. WRIGHT AUGUST W. COMPTON DONALD B. GUTOFF NORMAN S. HANSEN RONASeptember 1 1 , 1969 HAROLD T. SCHONCAL N H AROLD K. SCHONE JACK H. DOVEV File No. 0-1086-0201-20 HAROLD H. HEIDRICK DANIEL W. KLAR DENS W. LE VASSEUR SAMUEL M. NASH FREDERICK J. PAUSCH EDUARDO BARANANO Renton Municipal AI rport Board ROV W FOWLER. JR Renton� Washington ROBERT B WRIGHT KENNETH L. WUEST CHARLES W. LOUGHRIDGE JOSEPH H. LIPSCOMS Gentlemen: On September 10, 1969, in the Renton City Council Chambers, sealed bids were opened for the construction of Storm Drainage Improvements at the Renton Municipal Airport. Eight bids were received ranging from a high bid of $208,150.42 to the low bid submitted by the Frank Coluccio Construction Company, Inc. in the amount of $141 ,082.32. The Engineers estimate for this project was $141 ,566.00. The Renton City Engineers office has reviewed all bids and found them to be complete with no irregularities. Wilsey and Ham has reviewed the bids for accuracy of unit price extensions and total prices. The attached bid summary tabulation indicates the results of this review and verifies the low bid. It is our recommendation that the Renton Municipal Airport Board accept the low bid of $141 ,082.32 submitted by the Frank Coluccio Construction Company and execute the agreement for performance of this work at the earliest opportunity. Very truly yours , WILSEY b, HAM, INC. 1 � Dick Reeves DR:jc Enclosure cc - Mr. Bert McHenry, Asst. City Engineer City of Renton OTHER REGIONAL OFFICES-SAN MATEO AND ARCADIA, CALIFORNIA; HONOLULU. HAWAII; LAKE OSWEGO, OREGON DL NOTICE TmBmFILED *Wffi4-*d0&Ym PRIOR rw START . � ��N�� -- -------���w��------ (Section) (Township) (Range) (County) Name of Tributary of TYPE OF (Logging, Channel Change, Gravel Removal, etc.) STARTING ___ DATE OF HYDRAULICS PROJECT AgzROVAI^...................................................... REMARKS.................................................................................................................................. ....................................................................................................................................................... -'''--------'-------'--------------------''-----'''--------------------' -EWE U.S.POSTAGE State of Washington DEPARTMENT OF FISHERIES Stream Improvement and Hydraulics 115 General Administration Building Olympia, Washington 98501 Fisheries and Game iftraulics Project ApproNlw yPT / DEPARTMENT OF GAME DEPARTMENT OF FISHERIEJ 600 North Capitol Way September S, 1969 General Admin. Building Olympia, Washington 98501 --- --- ---- -----..- --.-.-------- Olympia, Washington 98501 (Use date for correspondence reference) Storm__.-_Sewer_--Construct_ionUNNAMED_.._tributary-_.toLake_.WashingCon..._..-....-......--._--......-..-....-..... (Type of Project) (Drainage System) This approval is given to...........Renton Municipal Airport, Renton, Washingtoq....98055.................. ............._.............._......................_............_......_.._....._.___......to perform the requested project work which is covered by the Laws of the State of Washington, Section 75.20.100 of Chapter 75.20. The work may be conducted subject to the following provisions: 1. LOCATION: Work performance is limited to the noted area, NW.k...Sec4on...7.,...Township....23...North,..Range_5.. East,-.W..X..._in..King..County................................... ............ (Black River Channel) ..................... .............. ... -......_........................._......_............ -- ....................._..._..._... _....._.._...... -........ _... ............... ........................... .... 2. TIME LIMITATION: ...........Immediately ..to...Dec.ember_..3.1.,...19.6.9..............................................-.........-........................................... 3. ENCLOSED CARD IS TO BE FILLED OUT AND RETURNED BEFORE ACTUAL STARTING DATE. 4. SPECIAL PROVISIONS: _.................................. ....................................................... a). The use of equipment within the wetted perimeter of the lake shall be held to the absolute minimum necessary to construct . ..................._outlet....structuree_...-All-other...work_is to-.be conducted- 1n...the--.......--------..............-------------------..---- ...-. .. ....dry. --...... ....... .. ------------R ----- bj Itaw trenches---are- to be--filled- as soon as possible to prevent ---- ............................................................... silt intrusion to water areas. E ......cj............Extreme--care-shall--be--taken--to-insure that no iiuQe, wet-- concrete;................. .. petr ole um,..prod ucts,-. silt--.or...other_,del_eterious-_-_mater ial..._i s-.-.al lowed._.-.-_..............__...---_-. to fall, flow, leach or otherwise enter state waters. .................. . .....------------- ..............._....... ................... ---.......-----........ _............--------_ -------.........----.. --- - _... ... - d)..... .Concrete products act in orvnearmthemwater.seven days......curing..............._....__........... .. ` time ...._............... .......-. ............................... ................................................_................ _... ..............................................._.........__._.......-...._..---------- . ...._...------- ---...._................... ..........................................._..--._...._...................._............... U ...................................... ............-.......................-...........--.....................-...................-_...........................-.............................__-..............._..............._........-..................... . ................................._.................................-.......-_...............- _..............................._...._....... _ ._.......--............................................-................- .............. L ------. ---_. -- - . . - _ - - ..... .. . - - - _ _- . _ _ _ - . 5. Water quality is not to be silted or degraded to the detriment of fish life during these operations. 6. Under no circumstance is there to be created a block to stream flow or fish passage. 7. Debris from this project is to be removed and disposed of by burning or placing beyond high water flows. This approval is to be available on the job site at all times and the provisions closely followed by the operator conducting the work. o e J The Department of Fisheries and the Department of Game reserve the right to make further restrictions if deemed necessary for the protection of fish life. This approval is granted in the interest of fisheries protection only, and these departments cannot be held liable fo an ro erty damage which might occur as a result of this project. Director �. «:+- ..... --,.Director WASHI TON DEPARTM / GAME WASHINGTON DEPARTMENT OF ISHERIES Failure to comply with the provisions of this approval S.F.No.9840—OS-6-69. shall constitute a gross misdemeanor. 3 coo r, August 22, 1969 Daily Journal of Commerce 83 Columbia St. Seattle, Wao 98101 Re: City of Renton - Call for Bids Storm Drainage Improvements at Renton Municipal Airport Gentlemen: We are submitting herewith City of Renton Invitation to Bid on the above captioned improvement to be published on Friday August 29, and Friday.,September 5, 1969. Please furnish affidavit- of publication in duplicate. Thank you for your courtesies, Very truly yours, CITY OF RENTON j Helmie W. Nelson City Clerk Enclosure HWN/mm cc: Engineering Department ate» DEPART"'RENT Or C :: Sy:tl�l af`c t�►tY� ��t r: o'dy SEAT T'LE AREA OFFICE FAA BUILDING. BOEING FIELD 20 August 1969 SEATTLE. WASHINGTON 98108 O i0` � 2 � x /STRI" Mr. Dick Reeves, P. E. Wilsey and Ham, Inc. 214 Williams Avenue South Renton, Washington 98055 Dear Mr. Reeves: We have reviewed the plans for installation of box culvert at Renton iunicipal Airport, Renton, Washington, submitted with your letter of 7 August 1969. Since no part of the structure extends above the runway surface and the installation is approximately 450 feet from the runway centerline, this office has no objection to the installa- tion as proposed. The equipment used during the construction should not exceed 28 feet in the height and be kept at a minimum of 450 feet from the runway centerline as the transition surface begins 250 feet from the runway centerline with a slope of 7:1. Sincerely, law HANS J. SPERBER ' Chief, Airports Branch, SEA-0'00 Washington and Oregon iW4_ August 15, 1969 TO: Richard C. Houghton FROM: Theron D. Gibson SUBJECT: STORM DRAINAGE IMPROVEMENT Recommendations and suggestions made to Mr. Dovey of Wilsey b Ham by Theron Gibson and Frank (Lefty) Grabne r concerning the design of box culvert for the Renton Airport on 8-13-69. The following items concerning the design of the new culvert were covered: (1) Limits of construction area were carefully gone over in the field and agreed upon. (2) Clarification of notes on page 2 are to be made. (3) The installation of the box culvert has been extended to the P.T. at Stn. 7+18.94 and will be included in this portion of the project. (4) Additional tees are to be added to the west of the box culvert to allow future improvement of that area. (5) Invert of ditch between Stn. 10+68 and 7+00 will be shown to be one foot lower than box culvert. (6) It was suggested that the center portion of the decking on the outlet structure be completely removable. (7) The deck should be of treated lumber rather than cedar as shown on the drawing. (8) The maximum amount of impact on timber piles for the outlet structure should be called out. (9) On item "C" and "E'? UNDER General Motes, sheet 3 of 4, clarifi- cation should be made to exactly what type of material should be used. It was suggested that a brand name be used to simplify the problem. (10) Inspection manholes are to be added approximately Stn. 2+00 and N 6+70 to allow maintenance of this culvert. -2- The following items were covered while reviewing the specifi- cations for this project: (1) It was agreed that the entry road from Rainier Boulevard may be closed during the construction of the box culvert under that portion of the road. Also this work will be done in the very first portion of this project. (2) As mentioned before contractors working in this area will not be limited to the area as described under paragraph S under "Traffic Maintenance and Protection". (3) Under foundation material a correction should be made where reference is made to sections of the Standard Specifications. (4) Gravel for pipe and box culvert bedding will be a bid item. (S) Crushed rock that will be necessary for proper asphalt pavement patching will be a bid item. (6) A note will be made in the Specifications concerning the following items noting that they are incidental and that no additional charges will be allowed for these items. a. All breaking out of existing pipe and plugging as necessary. b. Necessary reconnections of existing pipe to the new box culvert. c. All necessary tie-ins to new catch basins. d. A note concerning cleanup. (7) It was agreed that 120 days would be allowed to install culvert. (8) Call out to be made concerning type of protective coating that all fittings on outlet structure will have. The following items were covered in reference to quantity: a. Quantity correction on 1211 concrete pipe. b. Quantity correction on foundation material . I feel that the quantity given on the preliminary schedule is far below what is required. c. Select trench backfill material is noted on the schedule as -3- 100 cu. yds. This item should be more like 3,000 cu. yds. d. Bedding and crushed rock will be additional items to be added to the schedule of prices. Jack Dovey plans to have these correction- and additions made to this project by the end of the week with tentative agreement that we would meet on August 20, 1969 at 8:30 A.N. in this office to review this material again before the bid sheets are finalized. TDG:mj cc: Bert McHenry Theron D. Gibson �,��:�-,��� ��. �-,��f �✓rya�?� �' . .,�~c ��, August 7. 1969 � File No. 0.1086-0201.20 M r. E. P. Dady The Booing Company Post Office Box 707 Mail Stop 6Z-15 Renton, Washington 980SS Dear Ed: At the request of Mr. Grabner. Airport Manager. there is enclosed a print showing the proposed drainage knproveYneuts to the Slack River Chaaael through Renton Municipal Airport. Also enclosed for your information is a preliminary print of Sheet I of 4 of the first stage improvements (Dw►g. 1066-0201-80-DI) showing construction work schedul*d for completion this year. Very truly yours. WILSEY & HAM, INC. Dick Reeves. P.E. DRtcp Enclosure cct Mr. F. A. GraUw r August 7. 1969 File No. 0-1086-0201-20 Mr. H. L. Sperber Chief Airports Branch Federal Aviation Administration FAA Building. Boeing Field Seattle, Washington Dear Mr. Sperber: The firm of Wilsey k Ham has been retained by the Renton Municipal Airport to prepare a master drainage plan and first stage improvement plans for the Black River Channel along the west side of the Renton Municipal Airport. The outlet is to Lake Washington. Enclosed herewith is a preliminary set of plans showing construction features of the first stage improvement which is scheduled for completion this year (Dwg. 1086-0201-20-D1). It is requested that you review and approve these plans. If you have any questions or requite additiomd taformatiou, please call this office. Very truly yours. WILSEY & HAM. INC. Dick Reeves, P. E. DR:cp Enclosure cc: Mr. F. A. Grabnes August 7, 1969 File No. 0-1086-0201.20 Mr. F. A. Grabner, Airport Manager Renton Municipal Airport Renton, Washington 98055 Dear Lefty: Enclosed herewith is one (1) set of preliminary improvement plans and special provisions for the Black River Channel. for your review. Two (2) sets of these plans and special provisions have been delivered to Mr. McHenry at the City Engineer's office for his review. As soon as the City Engineer's office has completed their review, we will make any necessary corrections to the plans, after which it can be ad- vertised for bids by the City. I have also enclosed applications (2) to the Department of Fisheries for your signature and transmittal to the Department of Fisheries and Depart- ment of Game. As discussed with you. I will be away from the office until August 25th, however, Mr. Jack Dovey will be available should you have any questions. Very truly yours. WILSEY k HAM, ;KC. Dick Reeves, P.&. DR:cp Enclosure MEN ENGINEERING • PLANNING • SURVEYING PACIFIC NORTHWEST AREA OFFICE-214 WILLIAMS AVENUE SOUTH EARL P. WILSEV RENTON, WASHINGTON 98055 (1892-1957) TELEPHONE 206-228.1080 LEE E. HAM WILLIAM B. WRIGHT AUGUST W. COMPTON DONALD B. GUTOFF NOR MAN B. HANSEN RONALD T. CALHOUN HARD LD K. SCHONE JACK H. DOVEV ^/ August 1 1969 HARD LD H. HEIDRICK DAN IEL W. KLAR File No. 0-�1086-0201-20 DEN IS W. LE VASSEUR SAMUEL M. NASH FREDERICK J. PAUSCH EDUARDO BARANANO ROV W. FOWLER. JR. ROBERT B. WRIGHT KENNETH L. WUEST CHARLES W. LOUGHRIDGE JOSEPH H. LI PSCOMS Mr. Bert H. McHenry, P. E. Assistant City Engineer Municipal Building Renton, Washington 98055 RED RENTON AIRPORT DRAINAGE Dear Bert: Transmitted herewith are two sets of preliminary plans and special provisions for the storm drainage improvements at Renton Municipal Airport. These plans are for your review and comments. As soon as you have completed your review, please return one marked up set to this office for correction. I will then stamp and sign the plans and return to you 10 complete sets of plans and bid documents for advertising and award of contract by the City of Renton. Very truly yours, WILSEY & HAM, INC. 1-517 Dick Reeves, P.V. DR:cp Enclosure cc: Mr. F. A. Grabner OTHER REGIONAL OFFICES-SAN MATEO AND ARCADIA, CALIFORNIA; HONOLULU, HAWAII; LAKE OSWEGO, OREGON W., Ne7oil go ,l,�- .,• � e ENGINEERING • PLANNING • SURVEYING • ARCHITECTURE PACIFIC NORTHWEST AREA OFFICE-214 WILLIAMS AVENUE SOUTH EARL P. WILSEV RENTON, WASHINGTON 98055 11892-1957) TELEPHONE 206.228-1080 LEE E. HAM WILL I AM B. WRIGHT AUGUST W. COMPTON DONALD B. GUTOFF NOR MAN B. HANSEN RONALD T. CALHOUN HAROLD K. SCHONE JACK H. DOVEV July 16, 1969 DA HEIDRICK AN I EL EL W. KLAR SA UEL M. NASH /� FREDERICK J. PAUSCH File No. 0-1086-0201-20 CITY OF RENTON ED U ARDO BARANANO ROY RECEIVED CHAR`LES W. LOUGHRIDGE /'�� ROBE B. WRIGHT KENNETH WUEST JUL 17 %9 JOSEPH H.LLIPSCOMB ���Q1�ERtNG DEP� Mr. F. A. Grabner Airport Director Renton Municipal Airport Renton, Washington 98055 RE: BLACK RIVER DRAINAGE Dear Mr. Grabner: This letter will confirm the results of the Renton Airport Board meeting of July 15, 1969, as this meeting pertained to the drainage study of the Black River Channel. At this meeting I presented schematic plans and profiles for several alternate methods of providing an adequate drainage system for this channel. These alternates consisted of: 1. A gravity pipe drain system consisting of double barreled 60 inch diameter and single 60 inch diameter pipes. The estimated cost for this system was $733, 000. 2. A dual system of pipe drains; one transporting only hillside drainage through the airport under low pressure and ranging in size from 48 inch to 66 inch diameter pipes, the other draining only the airport area by gravity through pipes ranging from 36 inch to 48 inch diameter pipes. The estimated cost for this alternate was $741, 000. 3. A reinforced concrete box culvert gravity system ranging from a 5' x 5' box to a 8' x 5' box. The estimated cost of this system was $606, 000. OTHER REGIONAL OFFICES-SAN MATEO AND ARCADIA, CALIFORNIA; HONOLULU, HAWAII; LAKE OSWEGO, OREGON Mr. F. A. Grabner July 16, 1969 Renton Municipal Airport Page Two 4. A combined open channel and box culvert gravity system at an estimated cost of $236, 000. All of the above systems considered a design frequency storm of 1 in 10 years. They were further evaluated for the effect of a 1 in 25 year storm on ponding and back ups and for a minimum velocity and silting conditions under 1/2 design flow conditions. The optimum system hydraulically was the box culvert system (Alter- nate No. 3) the combined open channel and box culvert (Alternate No. 4) was the most economical and yet was adaptable to conversion in future years to the full box culvert system should changing conditions so warrant. On this basis, it was my recommendation that the Airport Board approve the combined system as the master drainage plan for the Black River Channel. Following discussion, this recommendation was accepted by the Airport Board and I was directed to proceed with final design of the lower 700, plus or minus, feet of box culvert into Lake Washington along the approx- imate alignment shown on the plan and profile sheet. I was further directed to include in the final design the short 40 foot box culvert section under the approach road from Rainier Boulevard and the outfall works for trapping grease and floating debris. For your information and files I have enclosed with this letter xerox copies of those portions of the plan and profile exhibit which affect the work going into final design. I believe the above summarizes the results of the meeting, however, if you have any additions or revisions, please call me. Very truly yours, WILSEY & �, INC. Reeves, P. E. DR:cp cc: Mr. Bert McHenry MIl UT11S _ • RENTON AVIATION BOARD R GULAR MELTING July 15 , 1969 The weeting was called to order at 7: 35 PM. , in the Board room of the Tower building by Chairiiian Mark McCorkle. Present: Day, Dime, Cugini, McCorkle , Schaeffer and Grabner. Others present were Tvlkclienry, Reeves, Volkel, Blake, Grathwohl. and Beu. Moved by Dime, seconded by Cuginithat the Minutes of the previous meeting of 17 June, 1969, be approved as mailed out. Motion carried. Letter from William F. Crane, President, Aviation Enterprises, Inc . , requested permission to do banner towing at the airport. Proved by Schaeffer, seconded by Dime that temporary authority be granted pending the preparation and execution of an operating agreement , Aviation Enterprises to provide the usual hold harmless agreement file evidence of insurance and secure a business license. Motion carried . At this time, Mr. Reeves and Chet Day arrived, Day assuming his duties as President. Mr. Reeves presented schematic Plans and profiles for alternate methods of providing an adequate drainage system for the Black River Channel, all based on a design frequency storm of 1 in ten years, and further evaluated for the effect of a 1 in 25 year storm. These alternates consisted of: 1. . A system consisting of dual 60 inch diameter and a single 60 inch diameter pipe, estimated cost $733 ,000.00 2. A dual system of pipe drains, one draining the hillside west of the airport, and the other draining only the airport. Estimated cost .a741,000.00. 3 . A reinforced box culvert, gravity system ranging from a 5t X 5t box to a 8t X 51 box, estimated cost $606,000.00. 4. A combined open channel and box culvert gravity system, estimated cost :�2361000.00. He recommended the combined system as the master drainage plan for the channel as being the most economical, and yet adaptable to con-` . vv.rsion in future years to alternate No. 3 , the optimum system. hydraulically. 11ovecd by Mc Corkle, seconded by Cugini that Mr. ne.ev;:s proceed with the .final_ design of the lower h 50, plus or minus feet, of box culvert aroun the `Lritan hangar. Following discussion, Ric Corkla withdrew the motion with the consent of the second. e Minutes RAB meeting, 15 July 169 -2- Moved by Me Corkle, seconded by Cugini to concur in the reconuriendation of the Consulting Engineer, and authorize him to proceed with the final design of the lower 700, plus or minus, feet of box culvert into Lake V�ashington as recom:nanded, include in the final design the short 40 foot box culvert section under the Renton Aviation entrance roadway, and design of the outfall works for trapping grease and floating debris; the design to be reviewed and approved by the City Engineer. Motion carried. Letter from Mr. John Beu, Manager, Renton Aviation, Inc . , dated July 14, 1969, proposed for consideration, a price of 4.80 per sq. ft. " oer year for Parcel "A to be re-negotiated. in 24 months (1 July 171) Mc Corkle reported that a meeting was held at his request on July 8, 1969, McCorkle, Day, Grabner, Grathwohl and Beu present, as the final effort to reach an agreei:ient on the rental rate for Parcel "A" . After much discussion, negotiations were at an impasse, and he proposed that T-Ir. Grathwohl submit an offer of at least 4.8¢ per sq .ft per year, subject to review within two years, for the 'Board' s acceptance or rejection at this meeting. Schaeffer stated that it was his opinion tht Board's position would be untenable, if Renton Aviation's offer were accepted. He called attention to the rental rates established by the Board as of July 18, 1967, which were accepted by other operators on the field as being fair to all concerned. Moved by Schaeffer, seconded by Dime th&t the offer be rejected, and the rates for Parcel "A" be determined by arbitration. Motion carried. Moved by Dime, seconded by Schaeffer that the property be appraised by Homeland Associates, and that Charles Mattaini be en��aged as arbitrator for the City. Motion carried. The proposed Budget for 1970, previously mailed out, was presented and discussed. Moved by Mc Corkle, seconded by Schaeffer that the proposed Budget be approved and filed with the City Clerk according to statutes. Motion carried. Mr. Volkel stated that he would be interested in using a part or all of Apron "A" on a temporary or permanent basis for general aviation purposes, if acceptable arrangements can be made with the Boeing Company. President Day authorized the Airport Director to investigate and report back. There e'ng no further business, the meeting adjourned at 8: 30 PI-1. ary E Dime, Secretary F. A. Grabner, Airport Director ENGINEERING PLANNING RVEYING ARCHITECTURE 200 NORTH STATE STREET, P. O. BOX 128, LAKE OSWEGO, OREGON 97034 EARL P. WILSEY TELEPHONE: 5.3.636-8158 (1892.1957) LEE E. HAM WILLIAM B. WRIGHT AUGUST W. COMPTON DONALD B. GUTOFF NORMAN B. HANSEN RONALD T. CALHOUN HAROLD K. SCHONE July 1 , 1969 JACK H. DOVEY HAROLD H. HEIDRICK Q DANIEL W. KLAR SAM SH File No. O-1086-0201-20 FRE ERI K J. PA F REDERICK J. PAUSCH EDUARDO BARANANO ROY W. FOWLER, JR. CHARLES W. LOUGHRIDGE ROSE B. WRIGHT KENNETH L. WUEST JOSEPH H. LIPSCOMB Mr. F. A. Grabner Airport Director Renton Municipal Airport ! Renton, Washington 98055 RE: BLACK RIVER CHANNEL DRAINAGE Dear Mr. Grabner: In accordance with our agreement for the subject project, this letter is written to inform you of the current status of the work and of the design criteria recommended for completion of the studies and construction drawings. As of June 30, 1969, we have completed the vertical elevation survey and inventory of existing culverts for the length of the Black River Channel between Airport Way and Lake Washington. This survey data has been platted as part of a plan and profile drawing over the project area. A reconnaissance survey'of the tributary hillside area west of Rainier Boulevard was made to verify the watershed boundary indicated by the contours on the section maps, and to adjust for existing storm drainage where indicated by field observation. The overall watershed area map was divided into four sub areas each tributary to existing pipe crossings'of Rainier Boulevard and flowing into the Black River Channel . Additionally, where it appeared critical to the sub area breakdown, we ob- tained some construction drawings from the County Engineer' s office, showing storm drainage pipe routings, to assist us. Existing data from other reports on the maximum Lake Washington water level and confirmation by contacts with the Corps of Engineers and U.S.G.S. established the controlling lake level for design of the system. Based on the Renton Comprehensive Plan and available information from the County Planning Department, a prediction of future land use patterns over the watershed area was made to develop overall ra-F�fall runoff coefficients. A �r hypothetical flood routing was performed to establish concentration times n'c L'�ly �� 2 4' 4 V 1969 OTHER REGIONAL OFFICES-SAN MATEO AND ARCADIA. CALIFORNIA; RENTON. WASHINGTON; HONOLULU. HAW �G Mr. F. A. Grabner, Airport Director July 1 , 1969 Renton Municipal Airport Page Two the various sub areas feeding the Black River. Based on the following recommendations for design criteria, the peak flow for design of the outfall facility will be 180 cubic feet per second. RECOMMENDED DESIGN CRITERIA BLACK RIVER CHANNEL RENTON MUNICIPAL AIRPORT RENTON, WASHINGTON 1 . DESIGN STORM: One in ten (1 :10) year return frequency design, modified as necessary to control ponding and back-ups within reasonable limits when passing a storm runoff from a one in twenty five year (1 :25) return frequency. - II . RUNOFF COEFFICIENTS: A. Industrial and Commercial - 800% B. Multi-Family 60% C. Single Family 40% D. Schools 30% E. Parks and Green Areas 20% III: DATUM: U.S.C.&G.S mean sea level datum of 1929 as adjusted in 1947. IV: LAKE WASHINGTON: Controlling water level for outfall design elevation 15.0. We are now evaluating alternate routings and drainage plan options for the Black River Channel and airport areas and will report to you the results of our findings and recommendations for improvements, as soon as they are com- pleted. If you have any questions or wish to observe the work in progress, please feel free to call or visit this office at your convenience. Very truly yours, WILSEY & M, INC. Gr Dick Ree es, P.E. DR:cp ,�f / kip•/! / �' /i 4�0 # -fro n p 5e7of 2-oo 5cr--J')oh ct r*,ol es f far+-,fie e uw, rec'D ud4f i urea TAe PpproX IMA �,b Arm �W AS 9 Fro;-n Dvs)t h 4 C4;,r,,sTrtw- Ia., of 6 Rh 4•�4 r'n, �v ewers� QSCE -^ { r c �0 e$ YS o"r ►gyp !v Ar ! -TIu " T;%Ie. g `7aTAl l erA/od '�o,,., ri�1 �� t. mac. cucv.�Ti = 5.1001F ti _....�b` �. .•»„zt'"�'.1'?.. `';yS.� „Yk:, .r'+`r'.i' ,,:ts .r» z( ' I N MM � 3 �l 000 3",30' v ; LAkE f -from A) SCE b44bo- PA le S)n,; � "; We will Os e � Aa'.7o^ o'F D, SO. �,,,e of C o r)ca•',T spa►,: [ -�-- �, orcl a -f'o � e roper rAir,T'A1l ►WTIN 4,T I m be r)ece'ss r/ to tgrr►vc P A e3T•nA�T•rI i MW a� �e fro, -Pur1l-jI �,c drt n br�si �p �4- � � ��rc �O�n! �h � h fro%-, ASCU MAnumi w,11 v.Se ) 0 rn " Rs 71we '*-A for WgTer -r l/ Or H^ Rv slop of ct2 0.005 YU I �` t _ ; :fro, C,pAw. nc►nmUrepk ,e ve►OQ4Ty in 8 P• .0'FjaS !►'+ Zy' W I�� use i 6' + pj AS Sh Avj for b � c�►t S FT Ua-c _x Will use A ).5 ►�-,�r, Conce�T/`A v� k ('oTun n period. Ser CPA CkVT whyok s � US W.47x.r�► gurev � � '�- s•*717Q rA)pl''AAI ry 3CA 407 cFs Foy A-SOY* cis V r (am' _ S)Op e� P v rjal le j per BcO,"S o{w S Tvv orcuLw oh Sav 0„d o1`' f old i ? MS L e i�Ak� 15VI*A&g tl Y'a+wl�T�dQ ►+4.) t -SO .S" Fat�wTw►•.•ty . � ' , z pAW c�arT 1�� wcv1d re uite A v�� e �=�F1 3 S.x+.la F7-4 T 7' c cu Lv:�l' w ou id ^*T ',T w jT�i,, 7+e s pac4 -rrv.., ��w►T"6 —To P a ' ro A der a7 i p rove h 4c{ CM P lots 14-.-3 a#' A u9��V- �,wb A �..dv,T X,41-Ta Aft',Ar•A of A bo,,� 13-tS�Z :y LtAi,� Sl ")J 1 a► JL W) buTT ear dRkr, WQO Id +use A d•� 4�.. y ti p ►^afldw►�l Q� ,t Woj3d Serve AS A c, ,airnwl d.vrt'-3 q;XTir^c j .ti `y �0.5010. (No) = 17 8C.FS 52-for r -f rom GOrG n rQd-vvT C..W Ly r-O J -t S 7 2 A- Fr' r h- 77 - 6 5 4 1p A}14.3 F!`' f •C 1. 65 x f4o"Grit A`IM.� PT` ! 7t"x 4o"C"p i pppro z { { t' C t i T � , Vjoy ,.� A-r- .n�e�aci� ,c cpa�.7�y of 3G" Crap penes ryvi r4 C- i' 04CAl f �3 q L.LF�, f-f b r - -rc LverT L!✓���1� . G,7417 7 v`�ZG zn4 I ?O'l7a� ��/2 G - Z O, cbv!""St ValO-CI-y h,e-A ds i�q ' c cvLvw�'F cgr,r,*7 ppprcq,:1, -J�+e t^�q,. •� x�p r J Wi�o� i h eA� lass-1 77nQ -e-Xce-c e n ;9. i�9b1C CVIFrgrce SL)b me,roe� co . r ti V'e �� �,•• O�%er G 1.�»nz1 ����,1G1, ��ov 1� r-7� o s�(`ve ' wA_ o�' p�rl<n p�e�i1. T�I�s/ °��td reju►re- A SIZe co,C4V� Or r�l, C )►^�.Slh'fl�n Ti aQUOi� ��7n v � -L-2-t-Y, Sri A m aps —Te tS .a Ac AddACr•^ , ea 7�4 , SUrnc h� O a +F}Ijl�/ 5 7�0�� Ccrn10V e rT Gt?pA�'1 y 1n Crate ,,m l btlj► �'Gt.. i�fwpr �; Ca»GQiDT t i i rt G ;�, N�Ah►„r+9; -{'o�',r.vlA f� Opel, �,�nna( T low r 48 yz- '� _ ..���.� � o •�o�� c � .o z �-; _- _ z 3 � -fps E 0,014 . i rc�C e p �} ,_ c Zit S 2 _ - 1, S-55 I° tot -g 3b r AV = (3. 19) 3'b �F-1 M clip f Tor c_rr► p V S e Y1 fl 0 5 use 4 m 0+ huTr' eqqo u�„ e Area 14,3 FT' U,v I ,s 4e" A' J2.6F�- fro,,, F/v�CL lrt�q+w Af � -- /T pGtar's —T14TT or^pro),—,,,Hry sTud -ne beiT we u T We Z)Oly n G�,� A►'t;, GuLve, exTe,S, TI,e►„-, Jo It>ul�a� re G1 / ,+ , CuLv4w- wji PO ) 1 A k(e 77,e �etJr t �o� _. W o u �c� C�1�0)0►� t:St rg DWAY 1 ' F. j^ ror 1 yQ S7or�, Q : cfs e.re 5 vr'fAce sP+Q'e 1-.i- �J -� � r�;,e W I., C-vLv 10 1,a nv 1< L�'IE Std'"'� 0,4 J �A ) CoLv -.r.-,pP -"Lows, PA,- w, � s )vlti �o r 4RN�(' —t— �+atf S j 8e - 5714 z- 30 CFS , )4Q'S 7•� — 1�}16 GtsS1l9. f !"isc or�� - 02 gD Jay Yt PC-Ak' +1aw-s . s "T Sipe Se qq7 i ! W ►'v I .7 t a.Jod' a -Il"o j USe of -TAw Tx, why .F j -f, Id '�?o✓'l� A���.J �� So�i �, �ht�n+�s � ('�i..rrvo,r �ur,Kq peak -�aw. > 1 ` Co .+�, 1 e►�.( W 1 f WJ CA Z I A2 V K 0i vc ti AmA� i1 �le cans PN,'k4 ►� 1 �i[ f os WAY C-�+ �n n!.!� !� �V�'� � V f LS k1 0+�� � �a r I f�Uir•� o� `� vi �"��A t'u►�sh,p- P�hAp; Q S e:A*I% i 'Cb��"�I s•��,�. � A �'�►•.d,,,� �,;��T�Arc Goy ?d � us.a..� a �►��,l�s� w 7 ar�o lot /ClJ ''/caI`�icRi�ir, sTdV-ML 1 t f C ' 1 i r OFFICE OF TIIE CITY ATTORNEY • IZENTON,-NVASHINGTON POST OFFICE BOX 626, 100 2ND STREET BUILDING, RENTON, WASHINGTON 98055 ALPINE 5-8678 GERARD M. SHELLAN, CITY ATTORNEY JOHN K. PAIN, JR., ASSISTANT CITY ATTORNEY s'4 i4ay 29, 1969 v vkL` y F ` I11 Wilsey fiam, Inc. Engineers 214 Williams Ave. S. Renton, Wash. 98056 Attention: Mr. Dickinson Reeves Reg Mack River Channel Dear Sir: You handed us this date a copy of your letter dated May 27 , addressed to Renton Municipal Airport Board, as well as copy of proposed Agreement for engineering services. Our comments thereon are as follows A. Please attach the exhibit "A" consisting of eight pages dated May 19 , 1969, which was not attached to our copy and this scope of work should be approved by the Airport Board and the City Engineer. B. Re "Speda►l Work, Para III" we would suggest that if the City elects to proceed with Part TV that it should have 30 days instead of 14 days to so notify the consultant. This additional time undoubtedly is necessary to provides for financing and makes the necessary appropriation as needed. C. Paragraph IX, in our opinion, should be modified to allow tha City to terminate for any reason upo:, I days written notice, and payment is "to be made: up to the date of termination based on the fee schedule but said payment in no event to exceed the fixed amount specified for the scopes of the work. Otherwise the agreement is approved as to legal form. We believe that they above changes can be made on your present form very easily without requiring any re-writing. We remain Z. Vepy --truly yours, 4�ee M. S}lea:'llan zar�l City Attorney GMS:ds cc: z.A.Grabraer d Bert McHenry Mayor C'uste>r Q� 00 P y 40 Renton To: Avi�on Board From: Airport Director 16 Pay 1969 Subject: Black River Channel Since the meeting Monday, Mr. Shaughnessy, Shaughnessy & CO. , Inc. building movers, has examined the Tritan hangar, and will submit a cost figure for moving same, installing floor, plumbing, electrical, Etc. His off the cuff estimate was $12,,000.00. I hope to have his detailed estimate for the meeting. I discussed canceling the lease with the City Attorney as a possible solution to the problem. He suggested that the Lessee might be liable for replacing the culvert as it failed during the term of the lease. I assume this would be Clayton Scott, as it doesn't appear to me that Tritan Aircraft could be responsible unless by agreement with Scott. I have been unable to get an answer from Tritan as to estimated damages if the lease should be canceled. I doubt if we can get an answer without giving notice of caneellation.� Because time is of the essence, I asked Dick Reeves, Wilsey & Ham, Inc., to submit a formal proposal at the meeting outlining the work to be done to provide a long range drainage plan for the channel--That is , a topographic survey, preparation of a master plan, and construction plans and specifications for the channel outfall area and the culvert under the roadway at the Renton Aviation entrance to the airport . Because of the urgency of the situation, I feel the Board must elect, at the meeting, to do one of the following: 1. Cancel the lease with Tritan, pay the damages, and open the channel thru the hangar. 2. Engage the consultant to proceed with the complete plans as proposed. 3 . Engage the consultant to proceed with plans and specs to install pipe around or thru the hangar, and for enlarging the culvert at the Renton Aviation entrance, using only the information we now have as to the size of the pipe needed. I reconunend ,A2, the whole package, for the following reasons: 1. To prevent either, under or ove;rsizing the pipe needed now at the north end, and to insure against costly mistakes in the future, mistakes such as: a. Building a hangar over inadequate pipe. b. Installing pipe in the channel, either to small or at the wrong elevation. 2. To be ready with a plan in order to be first in line for Forward Thrust money for storm drainage, if same should become available. , C A9 . AGREEMENT (Engineering Services) THIS AGREEMENT, made and entered into this day of uM_x__, 1S69, by and between the CITY OF RENTON, a municipal corporation, acting by and through its Airport Board, hereinafter called the "Airport" , and 14ILSEY & HAH, Inc . , hereinafter called the "Consultant" . 11 1 T N E S S E T H WHEREAS , the Airport proposes to prepare a master drainage plan for the im- provement of the Black laver Channel , on the lands of the Renton Municipal Air- port , between Airport flay and Lake Washington, and also to prepare construction drawings , specifications , and contract documents for the reconstruction of the Black River outfall at Lake 11ashington; and WHEREAS , in the judgment of the Airport it is necessary and advisable to employ the services of a qualified experienced consultant engineer to prepare and provide the Airport with said plan, drawings , specifications , and documents ; and WHEREAS, the Consultants are consulting engineers with experience in form- ulating similar plans , drawings , specifications , and documents; and WHEREAS, the Airport desires to retain and employ the consultants to so pre- pare said plan, drawings , specifications , and documents ; and WHEREAS, the Consultant has submitted to the Airport a proposal and proposed scope of work dated May 191 1969 , consisting of eight (3) pages, a copy of which is attached hereto as Exhibit "A" and made a part hereof b;, reference; and WHEREAS, the Airport accepted Parts 1 , II , and III of said proposal , on May 20, 1969, and directed the President and Secretary to execute an agreement with the Consultant; NOW THEREFORE, in consideration of the mutual considerations hereinafter exchanged the parties hereto agree as follows: I . Employment of Consultant . Airport agrees to, and hereby does employ Consultant and Consultant agrees to perform engineering services for Airport in accordance with the provisions contained in this Agreement. 11 . Scope of Work: Duties of Consultant. For the consideration herein- after set forth in sub-paragraph V, Consultant agrees to perform all of the work set forth in Parts I , 11 , and III (combined) of said Exhibit "A" . III . Special Work . For the consideration hereinafter set forth _in sub- paragraph V, Consultant agrees to perform all of the work set forth in Part 1-A and/or Part IV of said Exhibit "A" . Said services shall hereinafter be called "Special Work" . Special Work shall be performed by the Consultant only upon prior written authorization by the Air- port . If the Airport elects to authorize work under said Part IV, said authorization shall be made within fourteen (14) calendar days following execu*ion of this agreement . IV. Exclusions . The following items will be excluded from the terms of this agreement . A. Preparation of legal descriptions and/or property plats . B . Investigation and testing of soils, which services will be pro- vided by the Airport . C . Preparation of applications , or accompanying exhibits , or en- croachment permits , franchises , construction easements, or other construction permits. --2-- V. Consideration , Payment Schedule , Additional Compensation for Special Work. A. In consideration of faithful performance of the work undertaken hereunder and the fulfillment of all terms , covenants and con- ditions of this agreement , the Airport agrees to pay consultant all amounts upto the totals hereinafter stated within thirty (30) days after the date of receipt of invoice from the Consultant for the percentage of work completed during the calendar month preceding the date of billing. 1 . . Pursuant to Paragraph 11 covering Parts I , 11 , and III of Exhibit "A", Ten Thousand Nine Hundred Dollars ($10,900.00) . 2. Pursuant to Paragraph III , Special Work , covering Part IV of Exhibit "A" the total sum of Three Thousand Four Hundred Dollars ($3 ,400.0C) . B. In consideration of faithful performance of the special work under- taken hereunder pursuant to Paragraph III , Special Work , covering Part I-A of Exhibit "A" and the fulfillment of all terms , covenants and conditions of this agreement, the Airport agrees to pay the Consultant on a Time and Materials basis in accordance with the Standard Fee Schedule portion of Exhibit "A" , within thirty (30) days after the date of receipt of invoice from the Consultant for wort: completed during the calendar month preceding the date of bill- ing. VI . Time of Commencement; Time of Completion. A . Consultant shall commence work hereunder immediately upon receipt of a fully executed copy of this agreement. --3-- B . Consultant shall complete the wor!< under Parts I , 11 , and III of Exhibit "A" within nine (9) weeks after commencement , provided , however , that if specific written authorization is forthcomine to perform special work under Part IV of Exhibit "A" the Consultant shall complete work under combined Parts I , II , III . and IV with- in eleven (11) weeks after commencement . VI1 . Assignment. No right , obligation, or interest of the Consultant under this agreement shall be assigned , or in any way transferred , without prior written consent of the Airport . VIII . Inurement . It is the intention of the parties hereto that the terms , covenants and conditions of this agreement shall inure to the benefit of, and be binding upon , the heirs , e;cecutors , assigns , administrators , and successors of the parties hereto. nn IX . Termination: Payment. This agreement may be terminated by upon seven (%) days Gar i tten notice ./+ paF� . In the event of termination , the Airport agrees to pay the Consultant for the portion of the wori: performed to the cute of termination on the basis of time and material in accordance with the stancard Fee schedule portion of Exhibit "A" The said payr;ent small be computed on a:;tuei time expended to thhe"" ate o� termination, less �-}o w�,rUL v��;pCs.+�vh¢.�.fin A�.•c��, �.�[-t.e.�..c�rtnC,�•�0+-1 payments al reacy made and receive . Fin i d payments shall be cue an payable iwrnedintely upon presentation of an invoice therefor. r X. Amendment to Agreement . This docur,,.ent contains the entire agreerilent between the parties hereto and may not be modified orally or in any �J other manner than by a writinci signed by the parties hereto. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed the day and year first above written . CITY OF RENTON, a municipal corporation, acting by and through its Airport Board , 0 By L, i- res i dent Attest 'G�✓—'2�1'� Secretary W I LSEY & I,Atl, Inc . By , Vice President Approved as to form City Attorney tlmn ftvdlon kmkipal Ail �O t Seard uOton, Washington It has bmm out P169rure, to rem"t recently "wo fLo. crabftr and $it. Pkikory As a ir s It of the InfoomOon 9afred eur1njthen 41 s4ur,stons, t are II 00AS44 to fttailt twrewi th a ptopus*4 tuqv of wrk and our r I t Perfam onq1twrfas zervtcazr C r t V ?ack River Vanool dratrwju i Our propozal cons;,sto of four tapevDte pmrts. Part I to a basic prmmj for t bialfel OngicoorIng V rVtcc-'% r qutred for ftconstfu4tion of the 61 J, Alwor Owmiel mtfall at t rgtan Mnjar only. Tf= th a'Nitlo a- 1 ports to tha propoz 1 oro lrx.rw mum to meters,, &N laps add . 141 0l bamfIts to thtalrpart &N to t iZy of ftntaa. f rt f solve$ thd imm"." to ' lam at V-0 Trium mnqor f'Ad r Present the solution to Vmt rz 3n the %ture alvog th* e315099 ANSr 04=0 ter Taft I OOVOIOP 4 r jar to prevent flow;flow;03 at o0ar Oraimce f llura at Palms upstmom of tl rAttn tkwqar. i rlprt It develops a rester ;nprampmmt p1 . t 1 tnq desl5A pror e, l e a 1 re len?th of the chrmn*l '6n fit% CX;%t*Dftq IOCOtIVO. VAtt I also ittalti _es Vans for rwtataimfte progrow.1 and culvart trussan and eta Istto halt t .. _This study usi t ura Cut t 1 p M s to tm ceintmted at the Tr1 t1anuar w td ba CON10tible with tho aaltiz t 1V' r ,.. t of Oft chorml to Its + tWOV $tit i . EXHIBIT "A" Renton Municipal Airport Board Page Two may 19. 1,969 4 Aar. nicr would consider alternate soluticns to the entire airport and ixaiAvenue dralnaSa situation o0Qr ti-on just 1rproving tiro exist- Ing open channol In its present location. A m. steer drainage plan which considers alternate routes and captions for flood control night achieve leas expansive total comtruction, onel/or allow for construction of • i perimeter road or buildings where 04 channel Is now located. Part,IV would develop .a waster drainage pint+ for the hillside drainaSc area west of Rainier Avenue tributary to the Black River Channai . and would further develop more detailed hyorology in the area. Which would result. in mre precise tzta on inf lot-is into t1he 01a^:k River Channoal . White a detailed drla+nare plan for this area would not be of primary benefit to the Airport. It is m stuc'.y Oct tho City of Itenten mutt under- tako someday If the hllls;do area is to a,.hlav* Its projected ultirratat land use. if tiro studly wcra unc!crtakon nori, it could he were econamic- j�� ally done in conjunction with the airport drainage studies and the airport tmld derive certain secondziry benafits therefron. Th4te are that the hillside master drainolo plan t=ld be totally conpatible with the poalnts of Infirm and qusntit;on, of dischargo assured for the Airport study and that tho mra precise inflvw to cztlon and quantity of di"hargle information mirht result in reduced airport drainage construction require. osants and therefore reduced coast. We. are most appreciative of this opportunity to submit a proposal to yakr for this project, Wo wt I be happy -to ci►sous in marks detal 1 with you any portion of the four part proposal submsItted herawith, It the entire proposal , or any portion of It, sects with your approval , we will enter into as centract with the airport Ord of the City of Renton, which con- tract can be prepared by eithar the City or us. at your direction. W look forward to working with you can this interesting study and contributing to the successful growth of that City of Renton. Vary truly yours. LIILSSY a ELAN, M. Jack H. lkway Bice President .fief icp I i FGit GIMEERI G SERVICES In ar axrda e wl th the Ci ty of Rent nt S requ a t, Ui ISOY twn PropOS05 to perform all or a portion of the following scope Of Servicss In rOgArd tO the Bi k River Channel and the dry i p i t t tci the nt Airport. SCOPE of UM i Part f - DESIGN AND PREPARATION OF COMMMMON DRAWINGS, EPECIFICAT101150 F let AT TRIM MUICAR Wilsey WI M . � fcomplate tW r phic survey of the Channel arm In i the vicinity of the Triton ftlgar frcm Lye Washington to a point Wroxirztely 600 feet upstrem, 2. Establish the des;M, storm, controUing elevation Of Lake Washi Ctun, and other design crtt ria. Perform hydrologic gic calculations bated upon the design criteria and projected land uses in the tributary 14tershad to c tOrMi th6 design #aQ!f (flow). in the Tri can Manger area of the Channel 4. Evaluate and review with the Renton Engleaering Staff alternate design locations in tho vicinity of the ' ri to m Hangar based upon the design flow and the topographic Information derived frcm tho sue ry. . select tt4 opt:nk dest n soiutlan and prepare construction draw- Ino, construction 4 t ils, tpaalfi cations, engineer's astic"ate, and contract eocumnts for the pr =*d construction. The design id give c sldarat;on to provisions of a floating oil and 4,abrls collectioa facility. No tolls Invastt rat i on 19 irclue,,ed is our pr osa) as W i I my & does not perform, so; is englM.ortng. Momver, i t i s rec aad d t,hat the C i ty of Renton cans I d r o;p I€nil nq tip tery i o:os of a sal I enginaer to rya a soils reconnaissance reconnalssance of the area and make rec- ndatlon any fo tion, aspects of the design. �. Provido tha City of Renton with ten (IC) sets of bidding documents inclu-ding pia d5, sp!gciflc do s, �pezlal provisions, mW contrmt dmungnts. it is assured that tie City will Issue the bid call and that the City's General C ditfom will be used. I Part 1A C014STR TI -STAKIR , Ga'I$1R CTlCel ALMD3S.TMT1 , AND IMPECT103 I 1n Witi€n, Wilzey & is vil I prov;dog construction staking and contract aka%in;stratlon and part tires inspection inspectlon of tin constmoc- t3on if ftsirad by the City of Renton. Part 11 PKEPANATION OF FASTER PLAU FOR EN IRS CLACK KIM MMIE'L tkWar, Part 11 of tto Sv*e of Vork Wilsey & tbm. wl 11 s 1. Perform a rtaca'l elevation survoy and lwventary of all existing culvert for t14 entire length of the Olack River Ci nnel . i 2, Wke a limited racoraualssamo survey of the tributary hillside area to determine sub areas tributary to each existing Inlet pipe Into the lll"k River citinnal. 3. Perform h drolog;c calc lat;ons In order to allocate the design #IT; (fl y to the Various extativiv inlet pipes. 4. Parfem hydraulic calculottms to develop a rmster plan and essign larch to for do eMsting Black River Channel with recameneations on design croas sectio s for varicus. reachas of Om c nnal rac- omnendstlons o, culvert Pima size, locatlon, invert elevation, and entrance cAmditions at each Wining culvert lcrnti a; rtcor m5ndations for a ms1nta1rm=.* pro r n for t1-4 existing Ownnal and 04 caisttng broken brie cronhole aW broken clay Pip* Inlet. Zsvi aw roll fIndtnas6 prq%ned c" :5n and racwmndat Ions with the { ongirwering staff of Om City of Ramon and the Airport Board. 6. Follotdnq ravIcw of 1411say & More conclusions, Wilsey & III= will prepare a letter-tic repot with as propri to maps end drvwtnSs Incorporating al l cwcluslons, proposed sign and reconmndations. P&art JW# CES103 MSMES OF AM MATE MUMS AIM OPTIMS FCA GASH RIVER CHANUEL AnD OTIjeh B all ORMUS MAlNlN4 '74 AMPORT AND ADJACE.11T MINIM y Under this part of the prcpmed seine of ter v i ces, VI I SAY & OM will evalvate and pregn re reltnbrs ry coat eatit tes for several alternate possible draina5a p7ons such as: 1. high level drainage syswo In Rainier Avwwe with secondary system on Ai rport. 1 fit, lox culvert, clued Pipe sa v a, or qwn chard In Present ci=nal or of r )motion. I High laVal Sr v3ty drelm 'cyst ," in Present cianral or otlmr location wl tb setodary ru.,%k I arrd ZP= system. 4. Low level Sravitv drairAge %ystcm to rO t C r l or other location. 0030d conduit pmssuro Vystc In 1"tion of existing Channel with sa:ondary runmy aml apron, systom. a. chuff$ wi b ret nV en POMB. 7. OtIme alternates that tiro steady spy suS90st. � t dditi l design offort wM. be basod upon the hydrology and survey infoniatton davaloped und r Part II1. The alternate desi % old consWer the possibility of c structtra 4 rider read or additional buildings wfiera ti gl rmi iS prGs tlV t ted. Thg relative rits and preliminary cost astirrate for each alternate, to- gether with our r c .�vmc'atimv yield be rMe d In tr hinge with ti engInaering staff of the l ty of Akmto d ti Airport Coard and presented In rp,log report form with ezaiVA lc MOPS 'd dr bra . 14 Part 111 of the scope of services Is undartzkon In sUl t i n to pert II 1 , the fIndIngs and re4==ndations. of b0th Stud i 9 wl t i W 1 OMO t 3 i D single rort. CIARM , UrXer Part IV of thO PMPOSOd UQPO Of tWvices W$lRey & thn wl 11: i. Cop4uct a voro4ot §is d rec eMI2s0 3 zur-M Of t1v hi II Ill" Ores to locate ,iStls dr : �:e eralwoo divides, cnd favor- able Imation for storm dr ir4ago conduits. 2. last a &tom dr 3r z s$�t fQf Vv hillside Btcs- Prilfom det ll d hydrologic end baydMulic r it"l4t OnS to d t0r�i S tho pipei .c- of tide rd s tem and the 'I of l t V&r r 2 points to t43 suet; iai y r Ctharmol. 4. Integrate the findinqa of t i d zlOn effort TMO ti0 a rk proposed . under Part It &nd II l i an tM. alocP, ill y r Channel . incorporate the resultz of this study In the proposed report vAtia &pproprjete s pt &nd drawings to party present tho p OPOS81. MMSATIM WI l y & i� proses to r �neated for ha Wee. Oat)it d vsz � l p to basis to the tents set Earth baiowz Part I ------wwwwww----w.f 4.900-00 PyM,{� /1A ■w�s� I, art It �YIy�MY.��111.1..M�ryl�Ol�f�A+Iw�rrwMAr71W MwMN /4/�,■}0�}�///.��0.�WAq♦0 •art R i Y �i-.11�'.'°�M'.IMrA-----------1---------MI.- 2,�j000.(V5/0 ' Fart iY ..---- --------.►+�---------►rwnr. --- �,' oo.00 Wilsey & Elam will undertake Fart l alone, Parts l and 11, Farts 1, I l , and Ill, or Parts 1, l 1, Ill, and IV. For the services under Part l A. or for any services that the City of Renton may wish Wilsey b dam to provide ov,:r and tabc a the scoped ahova. we prize Ito be cexrpensated can a t I m. and mnterials basIa to accordance with VI Isey Fr fbn's Standard Fee Sckolula IV' Ctffec:tive Oz;to%)cr 1 . 1563, a copy of which is attached. Such over and above ararvi ccs wul d Lva provided only on 0 a basis of tho City of Renton issuing a letter of cuthori«ation In each specific Instance befora Wilsey 6 Ham would prococd under this f" schedule for extra work. We estimate that the services under Fart IA will ran,,-* in cast between $1 ,100.00 and $$1,900.00, depanding upon the characteristics of they final design and the extent of construction staking and inspcction requIre3d by it. Billings wi i l' be-on a monthiy basis for the percerntage of work completed during the preceding month and wl11 be dues and payiab;a thirty (.30) days after data of 1r"Ice. PCRFORPV+MCE AND TliZO OF CCM> LM- O'i Wo airs prepared to undarta°ze this ansir4irruent Ir iediately and Mould completo the work under Part I in sIx (6) umoks ti: a. if Pizzas 11 and Ill are added to tha scope, an additional three (3) vncks wI l l ba required. An additional two (2) wseks would be required If Dart 1V were also unearta ken. M',MIMATiOM-PAY:^"4T This agracrant may be term rmted by el ther p«rty u4on thirty (30) days wri ttan Notice should time other party fail substantially to perform to accordance with Its terms through no fault of the e t or. In the event of tam, ination, WIlse:y & Ibm 0141) be paid for services parformd to the termination data cm the basins of a:tv-11 tim, and reate3rial charges, cam- ported in accordance with Wil ey & R."zils S€arm;,ard Fee 'Schedules "Set. Those charges shall be for tho actual tir.,e cxpenecd to the date of termination and shall bra duty and payable t►rrF,iiatCiy upon prenentatton of are Invoice. Said auazt shall be limited to #fas total aunt of fees sat forth laeraln. , "ha teens of the c tra-t Zro to ir'L'r•o to tzv henst-fit of and be bin-din LTOO the hairs, successors, are: cusigps of Vw p rt j thorato. 1 I I i I I WILSEY & HAM STANDARD FEE SCHEDULE The compensation of Wilsey & Ham for work done on the basis of salary cost times a factor, plus incurred expenses (which may be referred to as "time and materials," or "standard billing") will be the sum of all of the items set forth below: A. PERSONNEL SERVICES 1. 2.0 times salary cost. Salary cost is defined as total hours worked times the employee's straight- time rate of pay on an hourly basis plus 20% allowance for payroll taxes and other employee benefits. All time spent in connection with the order by executive, professional, sub-professional, technical, and clerical employees will be included. 2. Overtime premium (overtime hours worked times the difference between overtime and straight- time pay rates) if the client's requirements make overtime work necessary. B. TRAVEL AND TRANSPORTATION EXPENSES 1. Reimbursement for actual travel and subsistence expenses paid to, or on behalf of, employees. 2. Fourteen (14c) cents per mile for use of vehicles. A minimum of one dollar ($1.00) per hour will be charged for use of vehicles carrying field survey equipment. C. OUTSIDE SERVICES 1. Invoice cost of services and expenses charged to Wilsey & Ham by outside consultants, profes- sional or technical firms engaged in connection with the order, plus 10% overhead costs. D. BLUEPRINTS 1. The invoice cost of reproduction work other than that done by Wilsey & Ham. 2. Eight cents per square foot of blue-line prints, 25 cents per square foot for duplicate tracing, 15 cents per letter-size photocopy and 25 cents per legal-size photocopy, for reproductions made by Wilsey & Ham. E. MISCELLANEOUS EXPENSES 1. The invoice cost of materials, supplies, and services, including communication expenses, pro- cured by Wilsey & Ham from outside sources. All out-of-pocket expenses not included in items A, B, C, or D, will be included in this category. 2. The cost of field survey supplies as set forth below. Field survey supplies from Wilsey & Ham stock will be charged for at these rates: .1" iron pipe or lead and tack................$1.30 each stakes..............................._........................ .05 each 3/4" iron pipe......................................... .95 each disks or T-bars....................................--- 1.00 each concrete monuments or poles.................. 2.00 each Fees and all other charges will be billed monthly as the work progresses, and the net amount shall be due at the time of billing. Any amounts not paid within thirty (30) days of the billing date shall be considered delinquent, and shall bear a service charge of one (1) percent per month on the unpaid balance. Should litigation be necessary to collect any portion of the amount payable to Wilsey & Ham, then all litigation and collection expenses, witness fees and court costs, and attorney's fees of both client and engineer shall be borne wholly by client. W&H Form B Effective October 1, 1968 pF RENTON MUNICIPAL AIRPORT yLL P.O. BOX 296, RENTON, WASHINGTON 98055 • ALPINE 5-3464 (CODE 206) 99�sA�RrCAPI1PA- (WILL ROGERS - WILEY POST MEMORIAL SEAPLANE BASF,, —._ Flay 21, 1969 MAY 21 1969 Board of Public Works ` -......................�. City of Renton Renton, Washington 24jNG DEpP�� Gentlemen: Attached is the proposed scope of work and proposal to perform engineering services regarding the Black River Channel drainage problem as submitted by Wilsey & Ham, Inc . , to the Renton Aviaton Board. The Board is engaging the firm to perform the services as outlined in Part I, II, III of the proposal to be paid for with airport funds. It was the consensus of the Hoard that the City should contract for the services as outlined in Part IV, Master Drainage Plan for Hillside Area Tributary to the Blach River Channel, the work to be performed at the same time. It appears this is engineering work that will have to be done sometime, and could be done now at considerable saving to the City. It is necessary that you give this matter your immediate attention, as conditions at the Tritan hangar require that this work be completed before the fall rains. Very truly yours, Renton Aviation Board F. A. Grabner Airport Director �f i 1���� G(�o v� Cv<��� O� f�v 7`o v�'l�� �/� �• � l�rir y ✓�q 0E f' PLO V-S-a )I P t • • • = C;N F*MMMEN • ENGINEERING • PLANNING - SURVEYING - ARCHITECTURE PACIFIC NORTHWEST AREA OFFICE-214 WILLIAMS AVENUE SOUTH EARL P. WILSEY RENTON. WASHINGTON 98055 (1882-1957) TELEPHONE 206 BA 8-1080 LEE E. HAM WI RIGHT AU UST B. OMPTO AUGUST W. COMPTON DONALD S. CUTOFF �C�* (�\�\ NORMAN B. HANSEN May 19 , 1969 ` RECFIUED \ HAROLD K. SCHO EN v Y ` JACK H. DOVEY /gyp HAROLD H. HEIDRICK File No. 8-1 086-021 1 -20 AA n/1 (�/�{� SAMUEL M.W. KLAR MAY21 1969 �� FREDERI K J.A PAUSCH EDUARDO BARANANO \����• •• ••••• • ••� �� PAUL W. REITER ROY W. FOWLER, JR. j/ CHARLES W. LOUGHRIDG RIGHT 0 �•IN^ D5? KENNETH LWWUE T Renton Municipal Airport Board Renton, Washington 98055 RE: PROPOSAL FOR ENGINEERING SERVICES BLACK RIVER CHANNEL Gentlemen: It has been our pleasure to meet recently with Mr . Grabner and Mr. McHenry to discuss the drainage problem on the West side of the airport . As a result of the information gained during these discussions , we are pleased to submit herewith a proposed scope of work and our proposal to perform engineering services regarding the Black River Channel drainage problem. Our proposal consists of four separate parts . Part I is a basic proposal for the minimal engineering services required for reconstruction of the Black River Channel outfalI at the Tritan Hangar only. The three addition- al parts to the proposal are incremental in nature , and each develops add- itional benefits to the airport and to the City of Renton . Part I solves the immediate problem at the Tritan Hangar under present day conditions , but does not insure the adequacy or compatibility of the solution to other improvements that may be made in the future along the existing Black River Channel . Nor does Part I develop a program to prevent flooding or other drainage failure at points upstream of the Tritan Hangar . Part II develops a master improvement plan , including design profile , for the entire length of the channel in its existing location. Part 11 also includes recommendations for an immediate maintainance program and design recommendations for construction and pipe sizing at each existing culvert crossing and each existing inlet pipe . This study would insure that the improvements to be constructed at the Tritan Hangar would be compatible with the ultimate improvement of the channel in its existing location . OTHER REGIONAL OFFICES--SAN MATEO, CALIFORNIA - ARCADIA, CALIFORNIA • HONOLULLI, HAWAII t Renton Municipal Airport Board Page Two May 19 , 1969 Part III would consider alternate solutions to the entire airport and Rainier Avenue drainage situation other than just improving the exist- ing open channel in its present location . A master drainage plan which considers alternate routes and options for flood control might achieve less expensive total construction , and/or allow for construction of a perimeter road or buildings where the channel is now located . Part IV would develop a master drainage plan for the hillside drainage area west of Rainier Avenue tributary to the Black River Channel , and would further develop more detailed hydrology in the area , which would result in more precise data on inflows into the Black River Channel . While a detailed drainage plan for this area would not be of primary benefit to the Airport , it is a study that the City of Renton must under- take someday if the hillside area is to achieve its projected ultimate land use . If the study were undertaken now, it could be more economic- ally done in conjunction with the airport drainage studies and the airport would derive certain secondary benefits therefrom. These are that the hillside master drainage plan would be totally compatible with the points of inflow and quantities of discharge assumed for the Airport study and that the more precise inflow location and quantity of discharge information might result in reduced airport drainage construction require- ments and therefore reduced cost . We are most appreciative of this opportunity to submit a proposal to you for this project . We will be happy to discuss in more detail with you any portion of the four part proposal submitted herewith. If the entire proposal , or any portion of it , meets with your approval , we will enter into a contract with the Airport Board of the City of Renton , which con- tract can be prepared by either the City or us , at your direction . We look forward to working with you on this interesting study and contributing to the successful growth of the City of Renton . Very truly yours , WILSEY & HAM, C . y ack H. Dovey /IA i ice President i ` JHD:cp �`y RECEI�f ED off, PROPOSAL I r FOR MAY 21 196� ENGINEERING SERVICES In accordance with the City of Renton' s request , Wilsey b Ham proposes tor,?,,-" ' perform all or a portion of the following scope of services in regard to... %%" the Black River Channel and the drainage problem on the West side of the Renton Airport . SCOPE OF WORK Part I - DESIGN AND PREPARATION OF CONSTRUCTION DRAWINGS , SPECIFICATIONS , AND CONTRACT DOCUMENTS FOR RECONSTRUCTION OF THE BLACK RIVER OUTFALL AT THE TRITAN HANGAR Wilsey Ham will : 1 . Perform a complete topographic survey of the Channel area in the vicinity of the Tritan Hangar from Lake Washington to a point approximately 600 feet upstream. 2. Establish the design storm, controlling elevation of Lake Washington , and other design criteria . 3 . Perform hydrologic calculations based upon the design criteria and projected land uses in the tributary watershed to determine the design "Q" (flow) in the Tritan Hangar area of the Channel . 4. Evaluate ano review with the Renton Engineering Staff alternate design locations in the vicinity of the Tritan Hangar based upon the design flow and the topographic information derived from the survey. 5 . Select the optimum design solution anti prepare construction draw- ings , construction details , specifications , engineer' s estimate , and contract documents for the proposed construction . The design would give consideration to provisions of a floating oil and debris collection facility . No soils investigation is included in our proposal as Wilsey & Ham does not perform soils engineering . However , it is recommended that the City of Renton consider employing the services of a soil engineer to make a soils reconnaissance of the area and make rec- ommendations on any foundation aspects of the design . 6. Provide the City of Renton with ten ( IC) sets of bidding documents including plans , specifications , special provisions , and contract documents . It is assumed that the City will issue the bid call and that the City' s General Conditions will be used . --2-- Part IA CONSTRUCTION STAKING, CONSTRUCTION ADMINISTRATION , AND INSPECTION In addition, Wilsey & Ham will provide construction staking and contract administration and part time inspection of the construc- tion if desired by the City of Renton . Part 11 PREPARATION OF MASTER PLAN FOR ENTIRE BLACK RIVER CHANNEL Under Part II of the Scope of Work Wilsey & Ham will : 1 . Perform a vertical elevation survey and inventory of all existing culverts for the entire length of the Black River Channel . 2. Make a limited reconnaissance survey of the tributary hillside area to determine sub areas tributary to each existing inlet pipe into the Black River Channel . 3 . Perform hydrologic calculations in order to allocate the design "Q" (flow) to the various existing inlet pipes . 4 . Perform hydraulic calculations to develop a master plan and design profile for the existing Black River Channel with reconimiendations on design cross sections for various reaches of the channel : rec- ommendations on culvert pipe size , location , invert elevation , and entrance conditions at each existing culvert location; recorrimendations for a maintainance proqram for the existing channel and the existing broken brick manhole and broken clay pipe inlet . 5 . Review all findings , proposed design and recommendations with the engineering staff of the City of Renton and the Airport Board . 6. Following review of Wilsey & Harms conclusions , Wilsey F. Ham will prepare a letter-type report with appropriate maps and drawings incorporating all conclusions , proposed design and recommendations. Part III DESIGN STUDIES OF ALTERNATE ROUTES AND OPTIONS FOR BLACK RIVER CHANNEL AND OTHER STORM DRAINS DRAINING THE AIRPORT AND ADJACENT RAINIER AVENUE Under this part of the proposed scope of services , Wilsey & Ham will evaluate and prepare preliminary cost estimates for several alternate possible drainage plans such as: 1 . High level drainage system in Rainier Avenue with secondary system on Airport . 2 . Box culvert , closed pipe system, or open channel in present channel or other location. --3-- 3 . High level gravity drainage system in present channel or other location with secondary runway and apron system. 4. Low level gravity drainage system in present channel or other location. 5. Closed conduit pressure system in location of existing channel with secondary runway and apron system. b. Open channel with retention ponds . 7 . Other alternates that the study may suggest . This additional design effort will be based upon the hydrology and survey information developed under Part 11 . The alternate designs would consider the possibility of constructing a perimeter road or additional buildings where the channel is presently located . The relative merits and preliminary cost estimate for each alternate, to- gether with our recommendations would be reviewed in meetings with the engineering staff of the City of Renton and the Airport Board and presented in working report form with suitable maps and drawings . If Part III of the scope of services is undertaken in addition to Part II , the findings and recommendations of both studies will be incorporated in a single report . Part IV MASTER DRAINAGE PLAN FOR HILLSIDE AREA TRIBUTARY TO BLACK RIVER CHANNEL Under Part IV of the proposed scope of services Wilsey & Ham will : 1 . Conduct a more detailed reconnaissance survey of the hillside area to locate existing drainage facilities , drainage divides , and favor- able location for storm drainage conduits . 2. Layout a storm drainage system for the hillside area . 3 . Preform detailed hydrologic and hydraulic calculations to determine the pipe sizes of the proposed system and the inflows at various points to the Black River Channel . 4. Integrate the findings of this design effort into the work proposed under Part II and III on the Black River Channel . 5 . Incorporate the results of this study in the proposed report with appropriate maps and drawings to Properly present the proposal . COMPENSATION Wilsey & Ham proposes to be compensated for the work outlined above on a lump sum basis in the amounts set forth below: Part I ------------ - ---------------------- $ 4,9CO.00 Part 11 --------------- --------------------- 4,000.00 Part III -------------------------------------- 2 ,000.00 Part IV _...----------------------------------- 3 ,400.00 Wilsey & Ham will undertake Part I alone , Parts 1 and II , Parts 1 , 11 , and III , or Parts 1 , 11 , 1 1 1 , and IV. For the services under Part I A , or for any services that the City of Renton may wish Wilsey & Ham to provide over and above those scoped above , we propose to be compensated on a time and materials basis in accordance with Wilsey & Ham' s Standard Fee Schedule "B" effective October 1 , 1968 , a copy of which is attached. Such over and above services would be provided only on the basis of the City of Renton issuing a letter of authorization in each specific instance before Wilsey & Ham would proceed under this fee schedule for extra work . We estimate that the services under Part IA will range in cost between $I , 100.00 and $1 ,900.00, depending upon the characteristics of the final design and the extent of construction staking and inspection required by it . Billings will be on a monthly basis for the percentage of work completed during the preceding month and will be due and payable thirty (30) days after date of invoice . PERFORMANCE AND TIME OF COMPLETION We are prepared to undertake this assignment immediately and would complete the work under Part I in six (6) weeks time . If Phases II and III are added to the scope , an additional three (3) weeks will be required . An additional two (2) weeks would be required if Part IV were also undertaken. TERMINATION - PAYMENT This agreement may be terminated by either party upon thirty (30) days written notice should the other party fail substantially to perform in accordance with its terms through no fault of the other . In the event of termination , Wilsey & Ham shall be paid for services performed to the termination date on the basis of actual time and material charges , com- puted in accordance with Wilsey & Ham' s Standard Fee Schedule "B" . These charges shall be for the actual time expended to the date of termination and shall be due and payable immediately upon presentation of an invoice. Said amount shall be limited to the total amount of fees set forth herein. --5-- INUREMENT The terms of the contract are to inure to the benefit of and be binding upon the heirs, successors , and assigns of the party thereto, WILSEY & HAM STANDARD FEE SCHEDULE The compensation of Wilsey & Ham for work done on the basis of salary cost times a factor, plus incurred expenses (which may be referred to as "time and materials," or "standard billing") will be the sum of all of the items set forth below: A. PERSONNEL SERVICES 1. 2.0 times salary cost. Salary cost is defined as total hours worked times the employee's straight- time rate of pay on an hourly basis plus 20% allowance for payroll taxes and other employee benefits. All time spent in connection with the order by executive, professional, sub-professional, technical, and clerical employees will be included. 2. Overtime premium (overtime hours worked times the difference between overtime and straight- time pay rates) if the client's requirements make overtime work necessary. B. TRAVEL AND TRANSPORTATION EXPENSES 1. Reimbursement for actual travel and subsistence expenses paid to, or on behalf of, employees. 2. Fourteen (14c) cents per mile for use of vehicles. A minimum of one dollar ($1.00) per hour will be charged for use of vehicles carrying field survey equipment. C. OUTSIDE SERVICES 1. Invoice cost of services and expenses charged to Wilsey & Ham by outside consultants, profes- sional or technical firms engaged in connection with the order, plus 10 overhead costs. D. BLUEPRINTS 1. The invoice cost of reproduction work other than that done by Wilsey & Ham. 2. Eight cents per square foot of blue-line prints, 25 cents per square foot for duplicate tracing, 15 cents per letter-size photocopy and 25 cents per legal-size photocopy, for reproductions made by Wilsey & Ham. E. MISCELLANEOUS EXPENSES 1. The invoice cost of materials, supplies, and services, including communication expenses, pro- cured by Wilsey & Ham from outside sources. All out-of-pocket expenses not included in items A, B, C, or D, will be included in this category. 2. The cost of field survey supplies as set forth below. Field survey supplies from Wilsey & Ham stock will be charged for at these rates: 1" iron pipe or lead and tack................$1.30 each stakes..................... ...........................------- .05 each 3/4rr iron pipe.......................................... .95 each disks or T-bars........................ ................ 1.00 each concrete monuments or poles.................. 2.00 each Fees and all other charges will be billed monthly as the work progresses, and the net amount shall be due at the time of billing. Any amounts not paid within thirty (30) days of the billing date shall be considered delinquent, and shall bear a service charge of one (1) percent per month on the unpaid balance. Should litigation be necessary to collect any portion of the amount payable to Wilsey & Ham, then all litigation and collection expenses, witness fees and court costs, and attorney's fees of both client and engineer shall be borne wholly by client. W&H Form B Effective October 1, 1966 III R MEN ENGINEERING PLANNING SURVEYING ARCHITECTURE PACIFIC NORTHWEST AREA OFFICE-2Z14 WILLIAMS AVENUE SOUTH EARL P. WILSEV RENTON, WASHINGTON 98055 (1892-1957) TELEPHONE 206-228-1080 LEE E. HAM W ILLIAM B. WRIG HT AUGUST W. COMPTON DONALD B. GUTOFF NOR MAN B. HANSEN RONALD T. CALHOUN . u_ HAROLD K. SCHONE May 27, 1969 OLD H. HEIDRICK JACK H. DOVEV HAR DANIEL W. KLAR y� (�Q SAMUEL M. NASH File No. 8-1086-0211-20 FR UARDOK J. PAUNCH G EDUARDO BARANANO ROY W. FOWLER, JR. CHARLES W. LOUGHRIDGE ROBERT B. WRIGHT KENNETH L. WUEST J OSEPH H. LIPSCOMB Renton Municipal Airport Board Renton, Washington 98055 RE: CONTRACT FOR ENGINEERING SERVICES BLACK RIVER CHANNEL Gentlemen: In conformance with your instructions, given on May 20, 1969 , at the time of acceptance of our proposal for engineering services on the Black River Channel , there is enclosed herewith an "Agreement for Engineering Services" to which a copy of the proposal is attached as "Exhibit 'All' and made a part thereof. Copies of this agreement have been sent to the City Attorney, Mr. Shellan, and to the Assistant City Engineer, Mr. McHenry, for their review and approval . The proposal , as accepted, encompassed four parts, the first three of which were approved, in combination, by the Airport Board and the fourth, approved subject to approval and participation by the City of Renton. Although the proposal itself will become part of the agreement, insuring that all of the work and services stated will be performed, 1 feel that it will be of benefit to the board for us to recapitulate the scope of work for Parts 1 , 11 , and iII of the proposal in one combined, more comprehensive scope for the project. The following is a reorganized and combined listing of the total work involved and the approximate chronology of execution. Scope of Work: Parts 1 , 11 , and III A. Perform a vertical elevation survey and inventory of all existing culverts for the entire length of the Black River Channel between Airport Way and Lake Washington. OTHER REGIONAL OFFICES-SAN MATEO AND ARCADIA, CALIFORNIA; HONOLULU, HAWAII; LAKE OSWEGO, OREGON Renton Municipal Airport Board Page Two May 27, 1969 B. Perform a complete topographic survey of the channel area in the vicinity of the Tritan Hangar from Lake Washington to a point approximately 600 feet upstream. C. Make a limited reconnaissance survey of the tributary hillside area to determine the sub areas tributary to each existing inlet pipe into the Black River Channel . D. Establish the design storm, controlling elevation of Lake Washington and other design criteria. E. Perform hydrologic calculations based on the design criteria and projected land uses (as established in the Comprehensive Plan of the City of Renton) in the tributary watershed to determine the design 'IQ" (flow) at the var- ious existing inlet pipes and at the outfail into Lake Washington. F. Evaluate and prepare preliminary cost estimates for alternate routes and drainage plan options for the Black River Channel and other storm drains draining the airport and adjacent Rainier Avenue such as: 1) High level drainage system in Rainier Avenue with secondary system on airport. 2) Box culvert, closed pipe system, or open channel in present channel or other location. 3) High level gravity drainage system in present channel or other loca- tion with secondary runway and apron system. 4) Low level gravity drainage system in present channel or other loca- tion. 5) Closed conduit pressure system in location of existing channel with secondary runway and apron system. 6) Open channel with retention ponds. 7) Other alternates that the study may suggest . The evaluation of the various alternates will include recommendations on design cross sections for various reaches of the channel ; culvert pipe size, location, invert elevation, and entrance conditions at each existing culvert location; and recommendations for a maintenance pro- gram for the existing channel and existing broken brick manhole and broken clay pipe inlet, where applicable. Alternate designs will consider the possibility of perimeter roads or additional buildings where the channel is presently located and pro- vision for floating oil and debris collection. Renton Municipal Airport Board Page Three May 27, 1969 G. Review with the City of Renton Engineering Staff and the Airport the rela- tive merits and preliminary cost estimates for each alternate together with consultant's recommendations. H. Following review of consultant' s study and recommendations prepare a final report with appropriate maps and drawings incorporating all conclusions, proposed design and recommendations. 1 . Evaluate and review with the City of Renton Engineering Staff alternate design locations in the vicinity of the Tritan Hangar based on the design flow and the topographic information. J. Prepare construction drawings, construction details, specifications, engi- neer's estimate, and contract documents for the outfall portion of the approved master plan in the vicinity of the Tritan Hangar upstream from its outlet in Lake Washington and incorporating provisions for floating oil and debris collection facilities. K. Provide the City of Renton with ten (10) sets of bidding documents including plans, specifications, special provisions, and contract documents. Scope of Work: Part IV A. Conduct a more detailed reconnaissance survey of the hillside area than that set forth above to locate existing drainage facilities , drainage divides, and favorable location for storm drainage conduits. B. Layout a storm drainage system for the hillside area. C . Perform detailed hydrologic and hydraulic calculations to determine the pipe sizes of the proposed system and the inflows at various points to the Black River Channel . 0. Integrate the findings of this design effort into the work proposed under Parts 1 , 11 , and IIi above. f E. incorporate the results of this study in the report, with appropriate maps and drawings to properly present the recommendations. It is believed that this list may aid you in reviewing our work as the project is performed. When reviewing this agreement please note that your approval authorizes Wilsey b Ham to proceed on Parts 1 , 11 , and III only, however, provision is 4n made to include Part IV by written authorization (within 14 days) when approvals and funds are authorized by the City of Renton. Part 1-A of the proposal may also be made a part of the Contract , in a like manner. Renton Municipal Airport Board Page Four May 27, 1969 Receipt of one copy of the signed agreement will be our authorization to proceed. We look forward to a successful project, to which the Airport may look with pride in future years . Very truly yours , WILSEY g HAM, IK. I ` ickinson eeves, P.E. DR:cp � • + • AGREEMENT (Engineering Services) THIS AGREEMENT, made and entered into this day of , 1969, by and between the CITY OF RENTON, a municipal corporation, acting by and through its Airport Board, hereinafter called the "Airport", and WILSEY & HAM, Inc. , hereinafter called the "Consultant". W I T N E S S E T H WHEREAS, the Airport proposes to prepare a master drainage plan for the im- provement of the Black River Channel , on the lands of the Renton Municipal Air- port , between Airport Way and Lake Washington, and also to prepare construction drawings , specifications , and contract documents for the reconstruction of the Black River outfail at Lake Washington; and WHEREAS, in the judgment of the Airport it is necessary and advisable to employ the services of a qualified experienced consultant engineer to prepare and provide the Airport with said plan, drawings, specifications , and documents; and WHEREAS, the Consultants are consulting engineers with experience in form- ulating similar plans, drawings, specifications, and documents; and WHEREAS, the Airport desires to retain and employ the consultants to so pre- pare said plan, drawings, specifications, and documents; and WHEREAS, the Consultant has submitted to the Airport a proposal and proposed scope of work dated May 19, 1969, consisting of eight (8) pages, a copy of which :s attached hereto as Exhibit "A" and made a part hereof by reference; and WHEREAS, the Airport accepted Parts 1 , 11 , and III of said proposal ; on May 20, 1969, and directed the President and Secretary to execute an agreement with the Consultant; NOW THEREFORE, in consideration of the mutual considerations hereinafter exchanged the parties hereto agree as follows: 1 . Employment of Consultant. Airport agrees to, and hereby does employ Consultant and Consultant agrees to perform engineering services for Airport in accordance with the provisions contained in this Agreement. II . Scope of Work: Duties of Consultant. For the consideration herein- after set forth in sub-paragraph V, Consultant agrees to perform all of the work set forth in Parts 1 , 11 , and III (combined) of said Exhibit "A" . Ill . Special Work. For the consideration hereinafter set forth in sub- paragraph V, Consultant agrees to perform all of the work set forth In Part 1-A and/or Part IV cf said Exhibit "A" . Said services shall hereinafter be called "Special Work". Special Work shall be performed by the Consultant only upon prior written authorization by the Air- port. If the Airport elects to authorize work under said Part IV, said authorization shall be made within fourteen ()4) calendar days following execution of this agreement. IV. Exclusions. The following items will be excluded from the terms of this agreement. A. Preparation of legal descriptions and/or property plats. B. Investigation and testing of soils, which services will be pro- vided by the Airport. C . Preparation of applications, or accompanying exhibits, or en- croachment permits, franchises , construction easements, or other construction permits. V. Consideration, Payment Schedule, Additional Compensation for Special Work. A. In consideration of faithful performance of the work undertaken hereunder and the fulfillment of all terms, covenants and con- ditions of this agreement, the Airport agrees to pay consultant all amounts upto the totals hereinafter stated within thirty (30) days after the date of receipt of invoice from the Consultant for the percentage of work completed during the calendar month preceding the date of billing. 1 . Pursuant to Paragraph 11 covering Parts I , 11 , and III of Exhibit "A", Ten Thousand Nine Hundred Dollars ($10,900.00) . 2. Pursuant to Paragraph Ili , Special Work, covering Part IV of Exhibit "A" the total sum of Three Thousand Four Hundred Dollars (53 ,400.00) . B. in consideration of faithful performance of the special work under- taken hereunder pursuant to Paragraph III , Special Work, covering Part 1-A of Exhibit "A"" and the fulfillment of all terms , covenants and conditions of this agreement, the Airport agrees to pay the Consultant on a Time and Materials basis in accordance with the Standard Fee Schedule portion of Exhibit "A", within thirty (30) days after the date of receipt of invoice from the Consultant for work completed during the calendar month preceding the date of bill- ing. VI . Time of Commencement; Time of Completion. A . Consultant shall commence work hereunder immediately upon receipt of a fully executed copy of this agreement. --3-- B. Consultant shall complete the work under Parts 1 , 11 , and III of Exhibit "A" w4thin nine (9) weeks after commencement, provided, however, that if specific written authorization is forthcoming to perform special work under Part IV of Exhibit "A" the Consultant shall complete work under combined Parts 1 , 11 , 111 , and IV with- in eleven (11) weeks after commencement . V11 . Assignment. No right, obligation, or interest of the Consultant under this agreement shall be assigned , or in any way transferred , without prior written consent of the Airport. Vill . Inurement. It is the intention of the parties hereto that the terms , covenants and conditions of this agreement shall inure to the benefit of, and be binding upon, the heirs , executors, assigns, administrators , and successors of the parties hereto. IX. Termination: Payment. This agreement may be terminated by either party upon seven (7) days written notice for failure of either party substan- tially to perform its obligations hereunder through no fault of the other party. In the event of termination, the Airport agrees to pay the Consultant for the portion of the work performed to the date of termination on the basis of time and material in accordance with the Standard Fee Schedule portion of Exhibit "A". The sold payment shall be computed on actual time expended to the date of termination, less payments already made and received. Said payments shall be due and payable Immediately upon presentation of an invoice therefor. X. Amendment to Agreement. This document contains the entire agreement between the parties hereto and may not be modified orally or in any other manner than by a writing signed by the parties hereto. -4-- IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed the day and year first above written. CITY OF RENTON, a municipal corporation, acting by and through Its Airport Board, By President Attest Secretary WILSEY & HAM, Inc. By, Vice President Approved as to form City Attorney I!= c t felpal Mr ,*rt i6atca. uuw ton aw ` At's PAW"MAL FOR FUCIMMAINC SUVICES culkCIA RIVER L s It r Plearom to Cost mently I''th or. CrAmr 14C. Ackwwv to d aus4 t1 4r i r b t side of t t R. As a result of tho TnfemvVon Valmd durin2 th*m dis4masions, w are sub-fit r l R* M vcopa of work and it prvideoi t Pcrforn Onolfwarlas zervtcesra ¢W 3rr 0 *lack River 04mol 'dro;Wg err proposM coos4atz of fcur separate p4rts. Part # 1s a belie, rc o *) fur the iminiral erelln r4o v'z&rv1cc% requkred for t a "s of tho 61wak. AIv r a; mtfall at v40 TritonNom:*r only. The thr itk - t - its to tha rz Al ar-O i=r&"*ntA1 In mukro. M wh t l �% a&,- itlonal benefits to to i"rt and to VA City Kept, solvas t fmvdfoft prob4am, t the Tritan ftnoar a yr pr wi c � Altirm' but cmat not inuor t"' '41 ro y or caT'atlbi I Sty of /the $01V O'pffi-'ml '@t�.'$ �k' �" a �,�dp;.��a: 8" 4f"'y,"a � 9�.h u�`z Q�'' 'rt�� �q�q; ratio,,�.II n 0y 0 future Ion F t$rg $33 4.'. i°�4 # C' 8b�ml . i��'wg'9 4d 43 For I 5.';�v i'O + '7ajru* to Prevent flaW1149 or otter r 4wj f f,lure of pints uparcam of t Tr"tan ftnoor. I Part I develops a master �Xvram4%cmt plea. l t dlvs dasIgn prod'.i4a, f 4 *retire I elv2tt, 41 t ;. nn4j ;n j t s t Ioc tI on. r-.Art j I 41SO IM14401r - at for car lv=dlozai ¢ pr rQo' and Oesion r �Uions for CoAnruction 410 Pipe SWAP at eag;. O-Alstite ulv rt crossing a �ZO# I*t oo Wet pi pa. h;s stujy wwld ;Avurc vhzt tm Impro zaan s t* be cons t,ructicsaF Ot the fi;tan g3�Or old covatiblo with the U1 "rote Improves'WAt of the Channel to 41E "itting 1, sl*RW MmatelPa 1 Airport board Page Two may 19. 1.969 ii� � Y Par. . mould consider ,alternate solutic.as to the entire airport and #'cuiniar Avcnue dralm,:* situation other than gust inkroving the exist- ing open channel In its present location, A raster dra►tnaSt plan which considers alternate routes and options for flood control r.:;Sht achieve less expansive total construction, andlor allow for construction of a _ perimeter road or buildings tibers the channel is now located. PAr�t IV_ would develop a ►roster drainage plan for the hillside drainers area test of Rainier Avenue tributary to the Black River Channel . and would further develop u^ire destuei lead hydrealaeay in the area. which Would result in more precise eata out inficngs into tlm Bia«_k River Channel . White a detailed drainane plan for this area would not be of primary benefit to tha Airport, It is a s€u(;y that the City of Renton must under- take som- day If the hillside area is to rachieva its projected ultimate . land use. if the study were undertaken now, it could be more sconotaic- ally done in conjunction with than airport drainarge stud;es and the airport would derive certain sesccgieary benefits therefrom. Th4ts are that the hillside master drainage plan would be totally conpatible with the points of infieaae and quantitles of discharge uassu:r4d for tP4 Airport study and that the mra precise inflow location and quantity of discharso inforruution miVht result in reduced airport drainage construction requuire- exints and tharefors reduced cost. We are most appreciative of this opportunity to t'ubnit a proposal to you for thus project. We will be happy to discuss In swrea detail with you any portion of tho four part proposal submitted herewith. If the entire proposal , or any portion of It, r4ects with your approval , we will enter into • contract with the Airport Coard of the City of Renton, which C*n- tract can be prepared by either they City or us. at your direction. We look forward to working with You, on this interesting study and contributing to the successful growth of the City of Renton., Vary truly yours. . WILSEY i child. IIIC. .tack H. Covey Vice President 4)m icp t PROPEL FOR ENGINEERING VERVICES In acc rdame with the City ct kentoil s requea, ViIsoy 11w, prcpox,es to perform l i or a portion of the following scope of svrvicss in regard to tin i River Channel and the drainage prubJen on the West side of the Mora Ai rrt. SCOPE OF VOR i Part 3 CESIGN AND PREPARATION CWHSTRUCTION CRAWINGS, 115APECIFICATIMIll AND CONTMU MUMENTS FOR R, �CRiS UCTI THE ULAQA RIVER Willey 14 Zulus 1. Perform a cis plete upographic survey of the Channel area In tiv vicinity of tl,4 Tritan 4 nqar frora Lake Washington to a point approxhiztely 600 feet Upstream. 2. Estabilsh the d 3i rr stoma, controlling elevation of take Vashin t n, and other design criteria. . perform hydr to is "Iculations based upon the des!Sn criteria and projected lend uses In the tributary watershed to detsmina the deal So 'IT' (flaw) 1 n the Tr°i tan Hanger area of tha Cla ra l . 4. Evaluate and review with tivi Ra nto n Engineering Staff alternate c;osign locations in the vicinity of the Triton lkianSar lased upon the design flow and the topoGraphic inforr ti €n derived from the survey. 5. select the OgVoum design solution and prepare construction draw» lr $, construction d-- l;G, %p :i9ic tioas, 'engineer's e tirr te. and contract docwizewats for tM pr asad constraactlon. The design old give consideration to provisions of a floating *i 1 and debris collection f luty. W soils iaeesti Got Ian is I nc iuded In our propose) as ldil my & is does not perform soils engInatring. However, 3 t Is recommnded that tip City of Rentonconsid-or Wf9loying the services of a Seal i engineer to cake a soils reconrnaissance of tuna area and vake r c» radatloae on any foundation aspects of the design. 6. Provide the City of Renton with tars (10) sets of bidding docupm rsts Including plans, spgcificati ns, speclal provisions, " atra�t docua rats, it is assumi that the City wlii Issue the bid call and that tho Clty's Commal Conditions will W used. l Part 1A CONSTRUCT lf,,Xi STAKING, CXIMMUCTIOM ADMINISTRATIM, AND INSPECTION I n ad4i t 14%1, W!i sey & V44a wi I I prov I do const ruc t i an stak i nq and contract adtMn;stratlon and part ti m� inspection of tiva construc- tion if easired by the City of Aenwl. Part It PAEPARATIM CF MAS71n PLAU FOR EiWIM ULACK RMEM CHANNEL Vwlst' Part 11 of the Sccpe of Vork Wilsey & Ram wi I): 1, Perform a vertical clevatlon survey and inventory of all existing culverts for the satire I h of the Clack River Ckicanal . 2. Fake a limited recomalssente survey of the tributary hillside area to detarmine sub areas tributzry to each existing inlet pipe Into the Mack River Ch4mal . 3. Perform h drolo.glc calculations In order to allocate the design "Cel (fiow� to the various existlao Inlet pipes. 4, Perform hydraulic calculations to clevelop a caster plan and dgsiga profile for do existing Clack Elver Channel with recweendations on dazign cross sectiorha for various reachos of the channal ; rac- oranondatlons on culvert pipe siza, locztion, ;nvart elevation, and entrance conditions at each existing culvert locAtion; recaav*meat ions for a maintalrznc�o program for V-4 ex;sting d'sannal and tie w0stlng broken brick c4a e and brckon clay plpa inlet. Review all findings, propased 4osl5n and razom=ndatlons with the engineerIng staff of the City of Renton and go Airport SoarO. 6. Fol low;nq review of Wl I toy & i�mss cplus son s, WI Isay & Humn w)I I prepare a letter-type report with approprieta msfps and drmiine Incorporating all co=luslons, pruposed design and recoowandations. Part III DESIGN MWES OF ALTMEMATI WMMS AND 0-PTIMS, FCA MCM AM CHAUM M0 OTHER SSA DRAMS MAIMING 719 AIRPORT A14D ADJACENT RAIMMA Umd#er this part of the propose4 secpa of rarvices, Wilsey & Mm will evaluate and prepare prat inir4ry cost eat otes for several p s". ass alternate possible dratin*Da lans h 1. high level drainage systom In RalMar Avenue with secondary system on Ai rport. 2. Box culvert, 6vsod pipe sysIten, or qpen civil in present channel or ot&,4r location. 3. High love) gravity drainare systcM in present channel Or Other location with Seto ndary rUnWQ*/ arw apron syston. 4. Low level Sravity dra'snage systom In present channel or other lotion. 5. Closed con4uit pressuro system In 1"tlon of existing clArmol with secondary rur*my and apron systo3. Open c hanne I w F t h reton t'f an pryda 7. Other alternates that tho study fry suggest. 7Vi additional Odoslgn effort will be based up o4 the hydrology and survey Inforuiation developed under Fort it. The alternate. desioAs would consider the porszlbility of constructing a parlretor road or additional bulldiongs vJk4re tiv channel is presently located. Thu relative merits and prollminary cost estimate for each alternate, to- gether Faith our racor,mm r"I'atl cos would be reviewvd its mett nyjs val th Ube engineering staff of t ity of Renton and the Airport Soard and presented In working report form with suitable caps ",d 4raw;nus. If Part III of the scope of sarv;cas Is undertaken In addition to Part U , the f I nd;ro)s and recorxian4at I on& of both st-,jd I as wl I I be I morporated In a single roport. Part IV POSTER DRAINAM PLAN FCA HiLLUDE ARCA TRI=AAY TO 13LACK WAR CHANNEL Undar Part IV of the pMpozed scopo of se7vices Wilsey S tbm wiliz 1 . Conduc t a vioro 4.0to;lad reconno;a same survey of Ov hi I 12 14,0 area to Locate extsting dralm". fae,111ties, drain aga divides, and favor- able location for storm drairoga conduits. 2. Layout a storm Or it systau for ths hills;de area. 3. Pre'foni dotailed hyirologic wW Wt4raulic calculations to datarrnina ths pip* sizes of the pmposed ay am and the inflows at various points to tom Clock River Chon- nol. 4. Integrato Oz findinDs of thlz doolrin effort Into the wrk proposed umkr Fort il &nd Ill on vlas. Mack RivQr Channel . Incorporate the results of this Stv,(.ty in the proposed report with appropriate vaps and drawings to pre-por;y prevent tha proposal. C Or TEN A T I M U1 I*my & Ham proposes to be coMensated for tho wor% outlined OLove on 6 1" (I UM basis In th* amunts set forth below., Part t .._...��........�ww....,..._,..w.._w__ww_...w..: l� DD.t ► Dart It ----—----a...1r----------rwrww---- 4.000.00 Part 111 2,000.00 Part IV ------w.►-----a.r..w—.wia........A"Papokw- 3,400.00 Wi I sey & F:m wI i l undertake €✓art €}art* 1 4"d 11, Parts 1. I t , and III, or Parts t, 11, 111, and IV. for the services under Part I A. or for any services that the City of Renton ray wish iff i l say 6 p m to prov i d-O aver and abvwa those %coped above,. are preset to be compensated on a tiro and tutorials bu is in accordance with Wilsey & Mrm6 s Standard yam Sci�du lei 1,01, of fecti va Cctobcr 1 . 1!)63. a .copy of which Is ottachad. Such over and above services would bo provided only on do masts of the City of Renton Issuing a letter of authorization in each specific instrancs before Wilsey t Ham would proceed under this fcm schsdula for extra work. 16,* astimarte that the servtees under {.,3rt IA will rsnra in cast beYtwaen $i ,iCC.GO and $1,900.00, depandIng upon the characteristics of the final design and taxi extant of cons€ruct ion staking and Inspection requ i re3d by i t. Sidings will be can a monthly basis for t;-'eZ percentage;e of work eaaVleted Wring the pracedIng month and wi l I W due and payable thlrty (30) clays of Car data of Invoice. PMi;04tMME AND TIVI CF Cr It ME Wo are prcpared to undcrtclkc this asstommnt immediately and would ccavpiatra the work under Part t in six (G) urzelts time. If Phases it and tt1 are added to the scope, are additional three (3) woks will be required. An additional two `2) vxajj s ►wind be required If Part IV era also undarSakan. mr Mir!AT1M4 .. PAY. "174r Thl s agreem. nt my be tesrr:r►i hated by +ei tirer ptirty upon thi rty (30) days wri tte3n notice should the other fzrty fall substantially to Perform in Occardanc* with its terms through no fault of tha ether. In tia event of tgt'taaination. Wilsey & " m shAll bs paid for services perforr,*d to the termination date On the bCSis Of Gctc*i UM rind traterial chorrjes, coca- pored In accordance with Wi laey & IlaM's Standard I a Schedule "B". TbOSO charges shall be for the actual t1m, cxpc.rjLc4 to ti'rea eats of termination and shall be due and payable iarmdlately upon presentation of An Invoice. Said 4munt shall be li>sitad to the total amount of fees sot forth heraitl. I i IP, � I" ho terms o.�fgt ho contract assigns zr y go���agtt tq re toy tho benefit . fi €f b6 is upon the hairs/ � cc4sso . aaJ assQg�ps VPo tiv p& t thereto.. t i WILSEY & HAM STANDARD FEE SCHEDULE The compensation of Wilsey & Ham for work done on the basis of salary cost times a factor, plus incurred expenses (which may be referred to as "time and materials," or "standard billing") will be the sum of all of the items set forth below: A. PERSONNEL SERVICES 1. 2.0 times salary cost. Salary cost is defined as total hours worked times the employee's straight- time rate of pay on an hourly basis plus 20%, allowance for payroll taxes and other employee benefits. All time spent in connection with the order by executive, professional, sub-professional, technical, and clerical employees will be included. 2. Overtime premium (overtime hours worked times the difference between overtime and straight- time pay rates) if the client's requirements make overtime work necessary. B. TRAVEL AND TRANSPORTATION EXPENSES 1. Reimbursement for actual travel and subsistence expenses paid to, or on behalf of, employees. 2. Fourteen (14c) cents per mile for use of vehicles. A minimum of one dollar ($1.00) per hour will be charged for use of vehicles carrying field survey equipment. C. OUTSIDE SERVICES 1. Invoice cost of services and expenses charged to Wilsey & Ham by outside consultants, profes- sional or technical firms engaged in connection with the order, plus 10% overhead costs. D. BLUEPRINTS 1. The invoice cost of reproduction work other than that done by Wilsey & Ham. 2. Eight cents per square foot of blue-line prints, 25 cents per square foot for duplicate tracing, 15 cents per letter-size photocopy and 25 cents per legal-size photocopy, for reproductions made by Wilsey & Ham. E. MISCELLANEOUS EXPENSES 1. The invoice cost of materials, supplies, and services, including communication expenses, pro- cured by Wilsey & Ham from outside sources. All out-of-pocket expenses not included in items A, B, C, or D, will be included in this category. 2. The cost of field survey supplies as set forth below. Field survey supplies from Wilsey & Ham stock will be charged for at these rates: 1" iron pipe or lead and tack-...............$1.30 each stakes....................................................._.- .05 each. 3/4" iron pipe------------------------_-_--------- .95 each disks or T-bars------...................-----_----- 1.00 each concrete monuments or poles_....__....... 2.00 each Fees and all other charges will be billed monthly as the work progresses, and the net amount shall be due at the time of billing. Any amounts not paid within thirty (30) days of the billing date shall be considered delinquent, and shall bear a service charge of one (1) percent per month on the unpaid balance. Should litigation be necessary to collect any portion of the amount payable to Wilsey & Ham, then all litigation and collection expenses, witness fees and court costs, and attorney's fees of both client and engineer shall be borne wholly by client. W&H Form B Effective October 1, 1968 ENGINEERING • PLANNING • SURVEYING • ARCHITECTURE PACIFIC NORTHWEST AREA OFFICE-214 WILLIAMS AVENUE SOUTH EARL P. WILSEY RENTON, WASHINGTON 98055 (1892.1957) TELEPHONE 206 EA 8-1080 LEE E. HAM WILLIAM B. WRIGHT AUGUST W. COMPTON DONALD S. GUTOFF NORMAN B. HANSEN May 1 l 96g RONALD T. CALHOUN HAROLD K. SCHONE JACK H. DOVEY HAROLD H. HEIDRICK /� /�(� DANIEL W. KLAR File No. 8-1086-0211-20 SAMUEL M. NASH FREDERICK J. PAUSCH EDUARDO BARANANO PAUL W. REITER ROY W. FOWLER, JR. C HARLES W. LOUGHRIDGE ROB ERT B. WRIGHT KENNETH L. WUEST Renton Municipal Airport Board Renton, Washington 98055 RE: PROPOSAL. FOR ENGINEERING SERVICES BLACK RIVER CHANNEL Gentlemen: It has been our pleasure to meet recently with Mr. Grabner and Mc. McHenry to discuss the drainage problem on the West side of the airport. As a result of the information gained during these discussions, we are pleased to submit herewith a proposed scope of work and our proposal to perform engineering services regarding the Black River Channel drainage problem. Our proposal consists of four separate parts. Part 1 is a basic proposal for the minimal engineering services required for reconstruction of the Black River Channel outfall at the Tritan Hangar only. The three addition- al parts to the proposal are incremental in nature, and each develops add- itional benefits to the airport and to the City of Renton. Part 1 solves the immediate problem at the Tritan Hangar under present day conditions, but does not insure the adequacy or compatibility of the solution to other improvements that may be made in the future along the existing Black River Channel . Nor does Part 1 develop a program to prevent flooding or other drainage failure at points upstream of the Tritan Hangar. Part 11 develops a master improvement plan, including design profile, for the entire length of the channel in its existing location. Part 11 also includes recommendations for an immediate maintainance program and design recommendations for construction and pipe sizing at each existing culvert crossing and each existing inlet pipe. This study would insure that the improvements to be constructed at the Tritan Hangar would be compatible with the ultimate improvement of the channel in its existing location. OTHER REGIONAL OFFICES-SAN MATEO, CALIFORNIA • ARCADIA, CALIFORNIA • HONOLULU, HAWAII Renton Municipal Airport Board Page Two May 19, 1969 Part III would consider alternate solutions to the entire airport and Rainier Avenue drainage situation other than just improving the exist- ing open channel in its present location. A master drainage plan which considers alternate routes and options for flood control might achieve less expensive total construction, and/or allow for construction of a perimeter road or buildings where the channel is now located. Part IV would develop a master drainage plan for the hillside drainage area west of Rainier Avenue tributary to the Black River Channel , and would further develop more detailed hydrology in the area, which would result in more precise data on inflows into the Black River Channel . While a detailed drainage plan for this area would not be of primary benefit to the Airport , it is a study that the City of Renton must under- take someday if the hillside area is to achieve its projected ultimate land use. If the study were undertaken now, it could be more economic- ally done in conjunction with the airport drainage studies and the airport would derive certain secondary benefits therefrom. These are that the hillside master drainage plan would be totally compatible with the points of inflow and quantities of discharge assumed for the Airport study and that the more precise inflow location and quantity of discharge information might result in reduced airport drainage construction require- ments and therefore reduced cost. We are most appreciative of this opportunity to submit a proposal to you for this project . We will be happy to discuss in more detail with you any portion of the four part proposal submitted herewith. If the entire proposal , or any portion of it , meets with your approval , we will enter into a contract with the Airport Board of the City of Renton, which con- tract can be prepared by either the City or us , at your direction. We look forward to working with you on this interesting study and contributing to the successful growth of the City of Renton. Very truly yours , ILSEY rr HAM ZINC. Jack H. Dovey Vice President JMD:cp PROPOSAL FOR ENGINEERING SERVICES In accordance with the City of Renton's request, Wilsey & Ham proposes to perform all or a portion of the following scope of services in regard to the Black River Channel and the drainage problem on the West side of the Renton Airport . SCOPE OF WORK Part I - DESIGN AND PREPARATION OF CONSTRUCTION DRAWINGS, SPECIFICATIONS, AND CONTRACT DOCUMENTS FOR RECONSTRUCTION OF THE BLACK RIVER OUTFALL AT THE TRiTAN HANGAR Wilsey a Ham will : 1 . Perform a complete topographic survey of the Channel area in the vicinity of the Triton Hangar from Lake Washington to a point approximately 600 feet upstream. 2. Establish the design storm, controlling elevation of Lake Washington, and other design criteria . 3 . Perform hydrologic calculations based upon the design criteria and projected land uses in the tributary watershed to determine the design "Q" (flow) in the Triton Hangar area of the Channel . 4. Evaluate and review with the Renton Engineering Staff alternate design locations in the vicinity of the Triton Hangar based upon the design flow and the topographic information derived from the survey. 5. Select the optimum design solution and prepare construction draw- ings, construction details , specifications, engineer's estimate, and contract documents for the proposed construction. The design would give consideration to provisions of a floating oil and debris collection facility. No soils investigation is included in our proposal as Wilsey b Ham does not perform soils engineering. However, it is recommended that the City of Renton consider employing the services of a soil engineer to make a soils reconnaissance of the area and make rec- ommendations on any foundation aspects of the design. 6. Provide the City of Renton with ten (10) sots of bidding documents including plans, specifications, special provisions, and contract documents. It is assumed that the City will issue the bid call and that the City's General Conditions will be used. Part IA CONSTRUCTION MKiNG, CONSTRUCTION ADMINISTRATION, AND INSPECTION In addition, Wilsey t Nam will provide construction staking and contract administration and part time inspection of the construc- tion if desired by the City of Renton. Part II PREPARATION OF MASTER PLAN FOR ENTIRE BLACK RIVER CHANNEL Under Part 11 of the Scope of . ork Wilsey & Hem will : 1 . Perform a vertical elevation survey and inventory of all existing culverts for the entire length of the Black River Channel . 2. (Make a limited reconnaissance survey of the tributary hillside area to determine sub areas tributary to each existing inlet pipe into the Black River Channel . 3 . Perform hydrologic calculations in order to allocate the design 'IQ' (flow) to the various existing inlet pipes. 4. Perfom hydraulic calculations to develop a master plan and design profile for the existing Black River Channel with recommendations on design cross sections for various reaches of the channel ; rec- ommendations on culvert pipe size, location, invert elevation, and entrance conditions at each existing culvert location; recommendations for a maintainance program for the existing channel and the existing broken brick manhole and broken clay pipe inlet. $. Review all findings, proposed design and recommendations with the engineering staff of the City of Renton and the Airport Board. 6. Following review of Wilsey & Hem's conclusions, Wilsey 6 Ham will prepare a letter-type report with appropriate maps and drawings Incorporating all conclusions, proposed design and recommendations. Part III DESIGN STUDIES OF ALTERNATE ROUTES AND OPTIONS FOR BLACK RIVER CHANNEL AND OTHER STORM DRAINS DRAINING THE AIRPORT AND ADJACENT RAINIER AVENUE Under this part of the proposed scope of services, Wilsey & Heim will evaluate and prepare preliminary cost estimates for several alternate possible drainage plans such as: 1 . High levei drainage system In Rainier Avenue with secondary system on A i rport. 2. Box culvert, closed pipe system, or open channel In present channel or other location. 3 . High level gravity drainage system in present channel or other location with secondary runway and apron system. 4. Low level gravity drainage system In present channel or other location. 5. Closed conduit pressure system in location of existing channel with secondary runway and apron system. b. Open channel with retention ponds. 7. Other alternates that the study may suggest. This additional design effort will be based upon the hydrology and survey information developed under Part If . The alternate designs would consider the possibility of constructing a perimeter road or additional buildings where the channel is presently located. The relative merits and preliminary cost estimate for each alternate, to- gether with our recommendations would be reviewed in meetings with the engineering staff of the City of Renton and the Airport Board and presented in working report form with suitable maps and drawings. If Part 1I1 of the scope of services is undertaken in addition to Pert 11 , the findings and recommendations of both studies will be Incorporated in a single report. Part IV MASTER DRAINAGE PLAN FOR HILLSIDE AREA TRIBUTARY TO BLACK RIVER CHANNEL Under Part IV of the proposed scope of services Wilsey S Ham will : 1 . Conduct a more detailed reconnaissance survey of the hillside area to locate existing drainage facilities , drainage divides, and favor- able location for storm drainage conduits. 2. Layout a storm drainage system for the hillside area. 3. Preform detailed hydrologic and hydraulic calculations to determine the pipe sizes of the proposed system and the inflows at various points to the Black River Channel . 4. integrate the findings of this design effort into the work proposed under Part 11 and iII on the Black River Channel . 5. Incorporate the results of this study in the proposed report with appropriate maps and drawings to properly present the proposal . COMPENSATION Wilsey t Ham proposes to be compensated for the work outlined above on a lump sum basis in the amounts set forth below: Part i ------------------------------------ $ 4,900.00 Part It ---------------------- -------- 4,000.00 Part III ------------------------------------ 2,000.00 Part IV ------------------------._..--------- 3 ,400.00 Wilsey & Hem will undertake Part 1 alone, Parts 1 and 11 , Parts i , It , and III , or Parts 1 . 11 , 111 , and IV. For the services under Part I A , or for any services that the City of Renton may wish Wilsey it Ham to provide over and above those scoped above, we propose to be compensated on a time and materials basis in accordance with Wilsey & Ham' s Standard Fee Schedule "B" effective October 1 , 1968, a copy of which is attached. Such over and above services would be provided only on the basis of the City of Renton issuing a letter of authorization in each specific instance before Wilsey b Ham would proceed under this fee schedule for extra work. We estimate that the services under Part iA will range in cost between $1 ,100.00 and $1 ,900.00, depending upon the characteristics of the final design and the extent of construction staking and inspection required by it. Billings will be on a monthly basis for the percentage of work completed during the preceding month and will be due and payable thirty (30) days after date of invoice. PERFORMANCE AND TIME OF COMPLETION We are prepared to undertake this assignment immediately and would complete the work under Part I in six (6) weeks time. if Phases 11 and III are added to the scope, an additional three (3) weeks will be required. An additional two (2) weeks would be required if Part 1V were also undertaken. TERMINATION - PAYMENT This agreement may be terminated by either party upon thirty (30) days written notice should the other party fail substantially to perform in accordance with its terms through no fault of the other. in the event of termination, Wilsey S Ham shall be paid for services performed to the termination date on the basis of actual time and material charges, com- puted in accordance with Wilsey 6 Ham's Standard Fee Schedule "B". These charges shall be for the actual time expended to the date of termination and shall be due and payable immediately upon presentation of an invoice. Sold amount shall be limited to the total amount of fees set forth herein. w w�ww INUREMENT The terms of the contract are to inure to the benefit of and be binding upon the heirs, successors, and assigns of the party thereto, WILSEY & HAM STANDARD FEE SCHEDULE The compensation of Wilsey& Ham for work done on the basis of salary cost times a factor, plus incurred expenses (which may be referred to as "time and materials," or "standard billing") will be the sum of all of the items set forth below: A. PERSONNEL SERVICES 1. 2.0 times salary cost. Salary cost is defined as total hours worked times the employee's straight- time rate of pay on an hourly basis plus 209 allowance for payroll taxes and other employee benefits. All time spent in connection with the order by executive, professional, sub-professional, technical, and clerical employees will be included. 2. Overtime premium (overtime hours worked times the difference between overtime and straight- time pay rates) if the client's requirements make overtime work necessary. B. TRAVEL AND TRANSPORTATION EXPENSES 1. Reimbursement for actual travel and subsistence expenses paid to, or on behalf of, employees. 2. Fourteen (14c) cents per mile for use of vehicles. A minimum of one dollar ($1.00) per hour will be charged for use of vehicles carrying field survey equipment. C. OUTSIDE SERVICES 1. Invoice cost of services and expenses charged to Wilsey & Ham by outside consultants, profes- sional or technical firms engaged in connection with the order, plus 10% overhead costs. D. BLUEPRINTS 1. The invoice cost of reproduction work other than that done by Wilsey & Ham. 2. Eight cents per square foot of blue-line prints, 25 cents per square foot for duplicate tracing, 15 cents per letter-size photocopy and 25 cents per legal-size photocopy, for reproductions made by Wilsey & Ham. E. MISCELLANEOUS EXPENSES 1. The invoice cost of materials, supplies, and services, including communication expenses, pro- cured by Wilsey & Ham from outside sources. All out-of-pocket expenses not included in items A, B, C, or D, will be included in this category. 2. The cost of field survey supplies as set forth below. Field survey supplies from Wilsey & Ham stock will be charged for at these rates: 1" iron pipe or lead and tack................$1.30 each stakes........................................................ .05 each 3/4" iron pipe.......................................... .95 each disks or T-bars........................................ 1.00 each concrete monuments or poles.................. 2.00 each Fees and all other charges will be billed monthly as the work progresses, and the net amount shall be due at the time of billing. Any amounts not paid within thirty (30) days of the billing date shall be considered delinquent, and shall bear a service charge of one (1) percent per month on the unpaid balance. Should litigation be necessary to collect any portion of the amount payable to Wilsey & Ham, then all litigation and collection expenses, witness fees and court costs, and attorney's fees of both client and engineer shall be borne wholly by client. W&H Form B Effective October 1, 1968 -� OF RENTON MUNICIPAL AIRPORT P.O. BOX 296. RENTON, WASHINGTON 98055 • ALPINE 5-3464 (CODE 206) � � p .p 3� 9 �4. tispORT CAPITAA-OF (WILL ROGERS - WILEY POST MEMORIAL SEAPLANE BASE) ,ciy 21 > e Joard of Public Works City of enton Atnton, Washington ,untleT:ien: Attached is the proposed scope of work anO, proposal to perf'orin enginz�ring services the Black liverChannel drainage proolem as subr,:i` tea by 4,ilsey & Ham) Inc . , to the 7tenton Aviator Board . he board is ent aL-ing the f i.r:c to erf orm the services as outlined in Part 1 , II, III of the propoGal to be paid for with airport funds . It was the consensus of t- ,, -'-,soarc' the City ; should contract for the services a= outlined in Part IV, -:aster :.rainage Plan for Hi' lsi de Area tributary to the 31tich River channel, the work to be perforL)ied at the same time. It appears this is engir.eer_ng work that, will h<,ve to be done sometiiue, and could be cone now at considerable saving to the City. It is necessary that you give this ::)atter ;your immediate attention, as conditions at the Tritan hangar require z. iat this work be completed before trl� fall -rains. Very truly yours, ienton i"iviat ion Board ` F. A . Grabner Airport Director OF R'v RE`'TON MUNICIPAL. AIRPORT P.O. BOX 296, RENTON, WASHINGTON 98055 • ALPINE 5-3464 (CODE 206) 9 � tisAO�T CAPITAL 0� (WILL ROGERS - WILEY POST MEMORIAL SEAPLANE BASE) 1,1r. Gearad � Shellan City Attorney amity of icenton City Hall .Menton, WA 98055 Dear Xlr. 3hellan: Attached is the proposed scope of work and proposal to perforri engineering; services regarding the Black river Channel drainage problera as submitted by Yilsey & Ham, Inc . , to tht 3enton Aviation Board. The Board, at their regular r))eeting htld on 20 .Ily 1969, authorized the President and Secretary to execute a contract with the firm to perform services as outlined in Parts I, II, and III of she proposal, the services to be paid for with airport funds. Jack Dovey, Vice President , Wilsey Fc Hasa. Inc . , will prepare tnt contract, and subu:,it sarle to you for approval as to form. I will be out of town next w .ek . :' .eantime, if you have any questions concernin`- tha contract, please contact inert . .c :ienry, Assistant �3ity Engineer. Very truly yours, F. A. Graoner Airport Director cc Jack Dovey Wilsey & Fain .pert .c Lenr y Asst City Engineer May 12, 1969 Mr. F.A. Crabner, Airport Director Members of the Airport Board ^entlemen: We have reviewed the qualifications of the following relative to performing engineering work at the Airport for the westside drainage problem: 1. Wilsey & flan Engineers (Dick Reeves) 2. Of 1-t (Dale King) 3. Lewis 8 Redford Engineers (Mr. '.daring) 4. t?uinton-Budlong, Inc. , formerly Quinton Engineers, L.T.Q. (Mr. C.E. Torkko A 'Mr. Ronald J.Pitters) S. nlsen, Richert 8 Bignold Architects 4 Engineers (Mike Yuhl) As a result of our review we recommend a cost proposal be requested from Wilsey & Nam Engineers, Evergreen Building, Renton, Washington. We recommend the firm of Wilsey & SSam for this project for the following reasons: (1) The firm is locally based and currently performing a storm water- combined sewer separation study for the City of Seattle and certain data from that study would be useful for the current Airport study. (2) `Sr. Slick Reeves who would be project engineer on the project has worked on this type and nature of study and design extensively and frequently for his firm. (3) The firm has an available survey crew, computing equipment, and staff to perform the work locally with the minimum loss of time and the maximum defectiveness. Our next choice for work on this specific project would be CH M. This firm has the capabilities of performing the work, is currently engaged in storm water-combined sewer separation for the City of Seattle along the west side of Lake Washington north of the Airport area, has available storm water information, engineering capabilities and could mobilize to perform this work in the time limits necessary. They indicated, should they be selected, that they would use a local survey firm for the surveying. Our third choice would be Lewis & Redford Engineers located in Bellevue. They have the engineering capabilities and survey capa- bilities to perform the necessary work. Mr. Waring, of that organ- ization is familiar with the Airnort and would be project engineer for the project if Lewis 3 Redford were selected. This firm could nerforn the work in the time period necessary,has the engineering, survey and technical personnel to perform the work and would be prepared to submit a proposal if requested. Quinton engineers. This firm has excellent capabilities for performing the required work and indicated should they be selected they would assign Ronald .7. Pitters to the work. Mr. Pitters has extensive drainage design experience in numerous projects of a similar nature. Mr. Charles E. Torkko, Chief Engineer is familiar with the vicinity and the Airport. They indicated they would engage a local survey firm for the survey necessary to perform the work and could perform the work, if selected, within the time limits and needs of the project. Olsen, Richert, & Bignold. This firm has performed work for the :Airport previously, has estimated costs relative to the drainage facility currently under consideration and would be available to submit a proposal for the projects. Due to the urgency in getting this project under way and com- pleting the emergency or semi-emergency construction required at the northerly end of the field, and the need for having a long range adequate design of the facility for future construction purposes we believe the firm of Wilsey and Liam could best meet the project needs and complete the work most expeditiously with the best results. Copies of the suhmittals from the various firms relative to the firms qualifications are available for review. Additional information will be submitted by all firms should it be desired. Please contact us if additional information is desired. Very truly yours, #r* McHeilry � Assistant City E gineer BT IMC:m April 22, 19069 TO: F.A. Grabner, Airport Director FROM: Bert H. McHenry, Assistant City Director Re: Temporary Repair of Black River Channel Culvert of Tritan Hangar On April 17, 1969 the Street Department opened the portion of the hangar that was showing signs of failure. When the treated timbers , which acted as the top of the culvert, were removed there was shifting of the concrete walls . Action was taken at that time by the Street Department to protect the balance of the culvert on an emergency basis . After inspection by our department the following temporary repairs are recommended until this culvert may be permanently replaced. 1 . All spoilage be removed from the site to facilitate work required to be done. 2. Bottom of culvert be cleaned of all trash. 3. Bank on the east side of culvert be cut back approximately 5 feet from the edge of existing culvert wall . 4. The concrete slabs on east side that have collapsed be removed and a timber retaining wall be installed. 5. Installation of necessary shoring or timber sets (see attached sketch) or balance of the open culvert including the timber wingwalls at the outlet to prevent further shifting. This work should be done as soon as possible to prevent a complete blockage of this drainage channel . Bert H. McF(enry BHMc:rnj w !o !! CITY OF RENTON SPECIFICATIONS FIRE HYDRANTS Fire hydrants shall be; Corey Type conforming to AWWA C-502-64 with a 611 inlet and a minimum M.V.O. of 5«, Two 2j" hose nozzles with National Standard 7z threads per inch and one 4" pumper nozzle with the new Seattle Pattern 6 threads per inch, 110pentagon operating nut and opening by turning counter clockwise (left) . Hydrants shall be constructed with flanged connections unless otherwise specified in bid proposal description. Fire hydrants shall be of Traffic Type and provision shall be made for drainage of barrel to protect units from freezing. Fire hydrants shall be of such length as to be suitable for installation with connections to piping in trenches 3'6" deep unless otherwise specified. Fire hydrants shall be IOWA or approved equal. Approval must be obtained prior to bid opening. 3� 43x �` � S Ta 3� /'4�4 cry ao 4 ► ----- --- - -- - --- Z CEO yam• fi i Z� 79 /D 7 ear S 70 C z = rv, 4 ,) C/,/ ) (Zaa ) /moo QOr 7�i o,,-, 7c = 3 a Ol,^ S s a r S tc,-I--X.- G3 = C Z = co & 4 &1 -7 7,0 c F S y / le c, Qa y fs J4 = 7< April 21, 1969 TO: Bert McHenry, Assistant City Engineer FROM: T. Gibson Re: Survey Requirements for Airport Black River Channel Drainage Study The following is the survey information required for the proper study of improvements to the Black River Channel on the west side of the Airport: 1. Setting of B.M. 's along the west side of the airport on USCG Datum. 2. A control line be made that parallels existing channel. 3. A topog and elevations that are tied into new control line giving location of existing channel, culverts and any other items that may affect the installation of a future storm line. (I.E. Bldgs. , poles, Fire Hydrants, etc.) The following survey would take approximately 10 working days for a 4 man survey crew to perform. I would suspect the cost would run approximately $2,000.00 if done by a Consultant. Theron Gibson TG:mj Abc dhow is the time for all good men Now is the time Now is the time for all Now is the time for all good men to come to the aid Now is the time Now is the time for all Now is the time R I 4 AVIATION BOARD • REGUI,Ari !,'!- TING April 15, 1969 The meeting was called to order at 7: 35 KT- , in the Board room of the Tower building by President Day. Present: Cugini, Day, Dime, IcCorkle and Grabner. Visitors present V�ere Elvin Edwards, Pat Grathwohl, John Beu, Jack Volke 1, Al Blake and Bob Youngquist. Moved by Cugini, seconded by Dime that the minutes of the previous meeting of 18 I4arch 1969 be approved as mailed out . Motion carried. ,jert McHenry, Assistant City Engineer, and Theron Gibson, Civil Engineer, presented 'slides of the drainage problem locations in the, Black River Channel which handles the storm water coming from 450 acres west of the airport, and 76 acres of airport property lying east of the channel. A sketch of the approximate line size necessary for placing culverts in the channel at an estimated cost of �720,000.00 was presented.. A sketch of the airport showed the Frobleta areas needing irihmediate attention, and the areas which must be completed in 1969, They recommended action as. follows: 1. Irrrnediately remove planking and open trench. north of the Tritan Aircraft building, and make immediate temporary repairs to other portions of the system that are failing; 2. Engage a Consulting Engineer to i-aake the necessary reports and designs on the following items: A complete drainage study of the drainage area adjoining the Black rover Channel on the west side of the airport, the setting of a permanent grade and pipe sizing; for further improvement of the channel, a report on alternate routes and options for flood control in this area, and the design of permanent replacement of the culvert under the Tritan hangar; 3 . Bypass and replace the culvert under the Tritan hangar before fall 1969; 4. Yake; necessary improvements of channel as follows: ( a) Excavate and overside trench until culver installation, ( b) Increase berm or provide dike on east side of Channel adjacent to building 5-14, ( c) Improve intakes to existing culverts, and (d) Replace existing 361' culvert on north access road with two 60" culverts. Moved by McCorkle, seconded by Cugini that airport funds be authorized to engage a. Consulting Engineer to make the necessary reports ancz designs for replacement of the culvert under the Tritan hangar, and existing 36" culvert on north access road. P-iotion carried. Proposals to paint the Tower submitted by, Wes 'i"es Williamson Company (*1,,771.27 ) , H . P. Fisher & Sons ($2)05$.20) , and Gian.ini Decorating (:"1, 515 .25 ) were considered. I•ioved by Cugini, seconded by Dime that Gianiini's proposal be accepted and the Contract and Agreement be approved and signed. Motion carried . Grabner requested permission to attend the American Association of Airport Executives annual conference to be held May 24-28 in Denver. Moved by Dime, seconded by Cugini that the Airport Director be authorized to attend the conference, and that he be reimbursed for expenses incurred as provided by the Renton City Code. Motion carried. -There being no further business, tie meeting adjourned at 9: 15 PM. Secretary Airport Airport Director April 15, 1969 Renton Municipal Airport Board Renton, Washington 93055) Gentlemen: Recommended action to be taken on Black River Channel on west side of Renton Airport. 1 . Make immediate temporary repairs to portions of system that are failing. 2. Engage a Consulting Engineer to make the necessary reports and designs on the following items : (a) A complete drainage study of the drainage area adjoining the Mack River Channel on the west side of the airport. (b) The setting, of a permanent grade and pipe sizing for further improverient of this channel . (c) A report on alternate routes and options for flood control in this area. (d) The design of permanent replacement of the 42" x 42" culvert under the Tritan hangar. 3. Bypass and replace the 42" x 42" culvert under the Twitan hangar before Fall 1:169. 4. Make necessary improvements of Channel as follows: (a) Excavate and overside trench until culvert installation. (b) Increase berm or provid dike on east side of Channel adjacent to Building 5-A. 2. 4. (Continued) (c) Improve intakes to existing culverts. (d) Replace existing W' culvert on north access road with two 60'' culverts. Yours very truly, Bf114c:mj Bert H. McHenry Assistant City Engineer Theron Gibson Civil Engineer II ti1P bit 01 R�, U ` CITY ENGINEER'S OFFICE • RENTOr , WASIIINGTON CITY HALL, RENTON, WASHINGTON 98055 ALPINE 5-3464 41 9ysA�RT CAP17AX OE���• April 15, 1969 Renton Municipal Airport Board Renton, Washington 98055 Gentlemen : At the request of Mr. Grabner we have reviewed the Olson-Richert- and 3ignold report of the airport and have conducted a preliminary investigation of the drainage problem on the west side of the airport. As a result of that preliminary investigation we have the follow- ing information and materials to submit: (1 ) A slide presentation of problem locations in the drainage area on the west side of the airport. (2) A report on the tunnel below the hangar at the southwest corner of the airport. (3) A recommendation of future emergency measures necessary to prevent flooding of the airport. (4) A sketch of the approximate line size necessary for placing culverts on the west side of the airport. We will be available after this presentation to prepare a written report at your direction. Very truly yours , BHMc:m•J Bert H. McHenr Assistant City Enginee Off' U vi - CITY ENGINEER'S OFFICE RENTON, WASHINGTON 0 4 CITY HALL, RENTON, WASHINGTON 98055 - ALPINE 5-3464 � o �o 99�SAORT CA PITAX April 15, 1969 Renton Municipal Airport Board Renton, 'Washington 98055 Gentlemen : Recommended action to be taken on Clack River Channel on west side of Renton Airport. 1 . Make immediate temporary repairs to portions of system that are failing. 2. Engage a Consulting Engineer to make the necessary reports and designs on the following items : (a) A complete drainage study of the drainage area adjoining the Black River Channel on the west side of the airport. (b) The setting of a permanent grade and pipe sizing for further improvement of this channel . (c) A report on alternate routes and options for flood control in this area. (d) The design of permanent replacement of the 42" x 42" culvert under the Tritan hangar. 3. Bypass and replace the 42" x 42" culvert under the Tritan hangar before Fall 1969. 4. Make necessary improvements of Channel as follows: (a) Excavate and overside trench until culvert installation. (b) Increase berm or provick-dike on east side of Channel adjacent to Building 5-A. 2. 4. (Continued) (c) Improve intakes to existing culverts . (d) Replace existing 36" culvert on north access road with two 60" culverts . yours very truly, Bert H. McHenry BHMc:mj Assistant City Engineer u'- Theron Gibson Civil Engineer II d6 y April 7, 1969 MEMO: TO: Bert H. McHenry FROM: Theron Gibson SUBJECT: Box Culvert at the north end of the Airport at the outlet of the Black River Channel. The following conditions were noted when a visual inspection was made April 3, 1969 to the interior of the box culvert underneath the Tritan Hanger at the north end of the Airport. 1. The wooden planking that acts as the top of the box culvert has deteriorated to a point where portions of it have col- lapsed.Large voids above the culvert are being created by erosion caused by flood water passing through the culvert. This condition was noted in the middle of the hangar area and also at the north end of the hangar. 2. There is a tremendous amount of silt in this box culvert partially caused by concrete stringers that can be found approximately every twenty to thirty feet, about one foot from the bottom of the culvert. 3. The sides of the box culvert are concrete and it was noted at certain locations large cracks are appearing. The cracks in the wall are allowing erosion on the other side. This condition was noted to be quite serious at the outlet of the culvert at Lake Washington. It is my recommendation that serious thought be given to the complete relocation of the culvert. Because of the location of the existing culvert and the complete deterioration of its condition, it will not be economically feasible to rebuild it. This will require the construction of a new culvert parallel with the existing one before the existing one may be abandoned. Page 2 Because the complete failure of this culvert could create extensive property damage to the Tritan Hangar as well as severeflood- ing all along the Black River Channel the following temporary measures should be considereu. 1. The complete opening up of the culvert north of the Tritan Hangar as this is the portion of greatest immediate concern. 2. Areas above the box culvert where large voids are located could be blocked off to lessen the danger created by them. 3. A emergency plan might be considered to prevent severe flooding if this culvert fails before a permanent repair is made. The existing condition of the Box Culvert makes it imperative that a permanent correction of this condition be made this summer. Very truly yours, Theron Gibson Engineering Department TG:m 40 00 4-10-69 TO: F. A. Grabner, Airport Director FROM: Bert H. McHenry, Assistant City Engineer SUBJECT: Drainage Review - West Side of Airport (Black River Channel) Vie have investigated the drainage problem on the west side of the Airport, have taken pictures of certain problems in that vicinity, and have considered the Airport's existing and future needs relative to drainage on the west side. We will be able to provide a presentation of slides and make recommendations for required improvements and emergency measures necessary to prevent flooding during the 1969-70 winter and will formulate a more complete report after discussion with you and the Airport Board at your meeting April 15th, 1969 as per your telephone conversation with Theron Gibson. BHMc:m3 Bert H. McHenry r/ OL50Nr RICHERT B LD ARCHITECTS ENGINEERS DONALD S. OLSON 231 WILLIAMS AVENUE SOUTH ROGER R. RICHERT RENTON, WASHINGTON 88055 ROBERT W. BIGNOLD TELEPHONE (A.C.206) BA 6-3522 September 16, 1968 Mr. Jack Wilson, P. E. City Engineer City of Renton Cedar River Park Renton, Washington 98055 Re: Renton Airport Storm Drainage Study Dear Mr. Wilson: Enclosed herein are two copies of the preliminary hydraulic analysis and cost estimates for improvements contemplated within the old Black River channel on the Renton Airport, which you requested. This cost estimate is based upon providing facilities of sufficient capacity to handle the 1 year storm. The calculations do not provide for any possible flood storage capacity by reason of allowing minor flooding on the southerly portions of the field. (This drainage study is a minor part of the work which is involved in the Airport Study.) In an analysis this limited in scope no consideration was given to time of concentration except from the most remote portion of the drainage basin. It is probable that more detailed analysis together with flow studies of actual runoff rates during storms of known dura- tion and intensity would reveal that the capacities of this estimated system would have storm return periods in excess to 1 year. Should you desire any further information or need help in deciphering my printing, please call ! ! Sincerely yours, OLSON-RICHERT-BIGNOLD Michael H. Yuhl , P. E. Chief Engineer MHY: rb Enc. '0 0 rl,? x 4-4 /14 F�ara :,17 MF I U S RECAPITULATION PR )ECT �` �t� !UYl I�rPCC ESTIMATE NO 1 LOCATION � JC%� ' L�Y'r I,: LV. iji)cve 1�rl.'' "y)"r •� C.hj� SHEET NO. ,y_. ARCHITECT ENGINEER DATE SUMMARY BY PRICES BY 1 , CHECKED BY D E S C R I P T I O N QUANTITY UNIT UNIT TOTAL ESTIMATED UNIT TOTAL ESTIMATED PRICE MATERIAL COST PRICE LABOR COST ice_--- ZQ8 x4of27= 30� Yd-a i 7 � E`tG�;ven r�rc,r, IncL fryAYl S5YP" :.5 `fp3 �µ,l �C ` � `y�-T F,�e on'y 0 LF 5C'°' Jtr CQ p ! y� Ik;.�ArIJM `�/ L S 440 S 44A k(.�A W���IPi cr•t,J f ? 8N 3c x 40, j � q Y�3 �oo _kn 0% i-pA 141 V-1 wewA�er�,� 3Su"Ps.3 sI' ?Co tea., s7, j� ; f 5 635 1 77- b � 9q -0 0 i i n i F I r nc_v es J4' T k O�slat i` ton +J FRANK R WALKER CO.,PUBLISHERS,CHIC-0 r�n- r: • RECAPITULATION . Form 517 MF�Iff U S A. ESTIMATE NO. ^✓" PROJECT n � SHEET NO. L LOCATION ARCHITECT DATE Svrld > L R DATE ENGINEER ^ T PRICES BY � CHECKED BY SUMMARY BY UNIT TOTAL ESTIMATED UNIT TOTAL ESTIMATED ' DESCRIPTION QUANTITY UNIT {'PIKE MATERIAL COST PRICE LABOR COST � IFS!h� -AT�r Ass u>"e 72 ,41�H GALS As�� �'ogT*,l 4t p,kve r $- A CH. P. 7'ror-, 31. 6 - b8 _ ",53�f-'t Pipe f1nSf`glJail�., � 350 53 2"A-c �X�i1�rA It�r� a 9l I S — 3,50 al Y 35C/z7= + L4O0YP3 . A I 2 o z 3 50,1,2;- Z 6 >- 210ys'- 230 YD fn �SP1,AL7 P R G1�1PIZ ' 740 S'w„k x 3 50 /Q= 80YD 2 �' � MP�v>_ �kis"i►�G ��N�q�E Al-ONCi 1?D%r�" RecQ,, Ey r sp 400 j ? new as �D2op 1 01R 200 �! a i f ebc�'r,OV, 'd p�raW '� use SvIr-P, cu s S 83 sQ��ir 9 }. to 61 ca � 1 :I. - �?7CO3 t' LF I�- r i I R WALKER CO.,PUSLISHERS,CHtCACO r _ , Form 517 MFD U 5 A RECAPITULATION ESTIMATE NO. d j P,RtL1ECT ��� !Oi--� — LOCATION / o`J e y� -i -... /trOV l^ G i f( 'o+. yr`+,K' SHEET NO. ARCHITECT DATE ENGINEER i J SUMMARY BY � � �A PRICES BY -� � CHECKED BY l� D E S C R I P T 1 O N QUANTITY UNIT UNIT TOTAL ESTIMATED UNIT TOTAL ESTIMATED PRICE MATERIAL COST PRICE LABOR COST C. UF ' -T �A).!� SAT Su►�ps © �5'i ohLs AsS���ru I Cer►Te.�.s u,�,li �e r'eg�' i, ao�,pO 2Q� �Go Lr Sa`Q' r b:80 J e%cw. In-L rAndom GAGkFiLL �3 XJ9 1 60/27 ?3 80 �380 `fa3 Ej eda i n� I ui : - 2' xz6�' �Z7 = 2 So Z.�o Yn3 °� 1� 5 P ���e on��, GRAY-c�`o�e —60 LF SO : ! 3 D 0 0l i P e 1►+S 1 A L:_ti`i o., , �c ,�0 �I7 A Y 3 �ai ,351o„ c.ravw L f H� 140 = i.- 7 6 a Pipe GreL.o S rJ D 0`z'i �1�AY�2 ►�s,} 150 It I�f I 3oxc�0 9 - 73�fyp f 3 provide new CAfikl, 6taafl i 2S. 3ai it 1(ZI 0 (177, CG r,t _ J t,v�aq V re. F" Is for j �447Ax I i i i - - FRANK R.WALKER CO PVBLISHLRS.CNICACO F - RECAPITULATION Form 51; MFp IN U 5 A �,/ .. I ! PROJECT � � i.- ESTIMATE NO. �..� m :.�-,.. a ,,�yy,,,� ..ram^ -T � LOCATION 1 (o,lla GULver- r Yo So J: V)Cr o7 Q a ! O , cuter SHEET NO. ARCENGINEER '�I I I C Y E!ro Y Q 19 C1•W r �rQlr��(�X�'� C J� 2�Cir�� 1'I DATE SUMMARY BY PRICES BY hhh fr ! �� CHECKED BY C ONL - UNIT TOTAL ESTIMATED UNIT TOTAL ESTIMATE[ i- - . DESCRIPTION QUANTII Y UNIT PRICE MATERIAL COST PRICE LABOR COST i APaor, e 7c1 G % it ProPo.,ed 0ec,rjor, Tprco, `, ZSTP," ri"!g 'r, .. I' L � (IInc H Au1 r r4, eI .^v�^- �. Z o q10 Y2 7 1 'X X zo5V27 14 i . C : (-Pro►e% ske cl f ncL )nsTetL►T�►.,. ? 0 50 LF 53`� ' : .103 p a q IL. l F T 2 zi 2' xZ05o/27 1�yO YD3 C 45'5 0 wATer1rge 50 a>r L-F Q 20 o. I, f+ Newj i ��tst>,1�� Sao' c-c, j EA 240� 001 t cohT l090 - r 3-- - 1 1273 t 5 leis rAx 4.De4,a►. �5 � 7cF 00 -I 4u Iva b,- 20.810 /Fl 1 FRANK R.WALKER CO.PURLISHERS.CMICAC.O II }'Um 517 MFD IN U 5 A RECAPITULATION t� PRQJECT �}, ] - y��1•��`�,�' J ESTIMATE NO. LOCATION t�(z a�'�. :.vLve�^WFS Y �.'�i �Yl y l `; i i� V I `,�'Y!G� 81dp, SHEET NO. ARCHITECT 1 Dr1 ENGINEER T�ry� �O C" r�-� ` DATE r V 1 SUMMARY BY PRICES BY CHECKED BY D E S C R I P T I O N QUANTITY UNIT UNIT TOTAL ESTIMATED UNIT TOTAL ESTIMATED PRICE MATERIAL COST PRICE LABOR COST �. exts�� �+Ann�l - eXC�v �� CLAM US e 7� Xcvv � o� hrzvL o wAt7c f_ t►.a,;; A Ss'�►,n e ;r1,A T"�,e T t A i �x-cr7Av IS � 5Amz Per LF As iT Is er ! g 72"�y}e . 'FUr U�OSTrawM or 4 y P/rT t l oo 4 0 0 Y V CP3 —P eXcAv -rer will Wit Use 4yd ' //-rFcQ84'%Zoo' g007p3 `frJ3 C',~a ?'IZQ.a DewA �� Q spy 16 Ar 300 LF IV STreAi, VIA CJArtis I Oa 10 7Z X44 CMP tfno•.., s *.7- b,,T lQC `F 415.5s 1 s141L4 1044 100 LF 4? �- I54 1 I' 12CJa cL GnAYs o.,� �0 D L� ba°— a a 0 �' �14�' a JO 3 52 e.n-4rc 4 a �Ackf,t! , c,SSV+-mot Q•, 1•� 2 �- � I z o'x 2' x3 0 ',�z 4c 7 � -� YD 3 89 o i! 1 �r�V�c�p �? Cenc 4Ur+cTeh 5I2v�rtl�lry l pP ,� P,_' G•T,�� , c M F �-" RCP, i I wldQ G t..,,org3 � ? we li ep I,,/a.°:�al 17y � �., y1' 13 0 pewA7er we erA.;i@ ,, �h ---- 11i W�11 be QQ`, ✓ ,Ave A ^ n o� for p�;,j; 1 evT 4r�i r-ov4Le �,f CG 7c6 i ela add i5i �� _.. n+ �� 0.00 5 l IL_- FRANK R.WALKER CO PUBLISHERS CHICAGO RECAPITULATION h'cNm 517 MFD IN U S AAIIV Ibis IbIb PRQJECT J\ e�! !Q }") j', 1� 0% ESTIMATE NO s 11 . y _I. _ LOCATION �fep-r.t' �!� n� Cis J -V etr Ius '� J(�; h Cis; ^'J �.�1 SHEET NO ARCHITECT v ENGINEER DATE y^ � SUMMARY BY PRICES BY / �� �.�..-'�.� CHECKED BY UNIT TOTAL ESTIMATED UNIT TOTAL. ESTIMATED D E S C R I P T 1 O N QUANTITY UNIT PRICE MATERIAL COST PRICE LABOR COST :3Z4' 72"Y44 GMP , n p %qcc ( _ Ga�51er �A. �t�,e eXs't nq Concis, prpe 320 Lt &��' �73 0 j f 1 ! i I I It I j II I; I; 1 I I I:. FRANK R WALKER CO..PVBLiSMl RS.CMiCAc.O ' r RECAPITULATION l Form 517 MFD tN J 5 A •� i PROJECT `'''' ,C• + �,!•,Ji ESTIMATE NO. U T LOCATION r�.✓`�'t' G�✓ 1 C'I'I 1J �C1E,Ji �it °:L�T� CL�r � � 0, SHEET NO- ARCHITECT ' ENGINEER DATE SUMMARY BY PRICES BY CHECKED BY DESCRIPTION S C R I P T I O N QUANTITY UNIT UNIT TOTAL ESTIMATED UNIT TOTAL ESTIMATED ►� ;�� ,� PRICE MATERIAL COST PRICE LABOR COST pll ' `4v 7 . CO>i6,4ZI:ef $11I h;0 fr�C} tJDX fOIT In ie ¢ iT^+t�rVp,r!np�spice. Use G 6 CrtPs per, rne4.,s 152c >< /zc • (q 3� 2 .50 LF (.3840 q (Oal I I ASSv^t �vn�� �o441 30 ;,3 50 Lr 12 '18d . c �00c) I4 I� Y L I !, r I f l j I } a �_. FRANK R.WALKER CO PVBLISME RS,CHIC AGO RECAPITULATION Form 517 MFD IN U S A ' PWJEGT ir1 i h f/ ;I-P0e ESTIMATE NO. ' LOCATION f Lve/ 1 �� i �l I T��er j�f "/•Y!C �C.c:, �O.�it C, SHEET NO. g '- ARCHITECT I T r ENGINEER v o b M As ��� DATE SUMMARY BY PRICES BY CHECKED BY UNIT TOTAL ESTIMATED UNIT TOTAL ESTIMATED DESCRIPTION QUANTITY UNIT PRICE MATERIAL COST PRICE LABOR COST (e V✓ Comic `�'�e - �J�� L i� i� -1�r All �('.r;.v" ..a! pvrpo,;•s ;dirt IS -7 �' S H+ -r- I vc me +o 0'r+Q by lobMA I,�r w 111 use `r7.lc �9 un D F ?.�U f.�Q Q+0 oo, f . ��SuM�rq�c 9vA�bb� »�� Y'ec,{f�rmn� 6 7 ��L��Tri9 i�'Illir+� ;r 30 f�ho►, ; h�i I}A+n W oV boo 2 If O IE_ l II I. I: I LL FRANK R.WALKER CO.PUBLISHERS,CHICAGO � EF r`r,L I i F•,L. Form 517 MID IN U 5A RECAPITU LATfON �< 1P,6&JET ESTIMATE NO. LOCATION �Drr"tef� LUL� C�O1I IY1 ti;� �I, l,'r` � , rCn,. C'{ , 71 SHEET NO {' ARCHITECT 1" I i 1. DATEENGINEER Q SUMMARY BY PRICES BY CHECKED BY i t+4 DESCRIPTION UNIT TOTAL ESTIMATED UNIT TOTAL ESTIMATED t ©� QUANTITY UNIT PRICE MATERIAL COST PRICE LABOR COST v67 :.0 t+n v 17 2 '4 p --T- �•• •-"i_ i ; rs,. I !" "`��' 4 jam; r I!j • j i q it L ; j; II 'I I I II i I FRANK 1(.N'/1lh ER CO PUBLISHERS CHICA-1 p • EIO'RE �S PLANNERS LEO A . DALY AND ASS �IATES ARCHITECTS 30 November 1966 Seattle, Washington Mr. Jack Wilson City Engineer City Hall Renton, Washington Dear Jack: Pursuant to our conversation of 29 November 1965 I am sending you the following data and conclusions we reached in our storm drain analysis for the Black River Channel on the west side of the Renton Airport. As you know, we discussed the establishment of a profile grade from the upper end of the stream to Lake Washington. The survey investigations proved to be inconclusive because it was impossible to locate the bottoms of certain structures. ?de were able, however, to determine invert ele- vations of the 48" RCP section immediately northwest of the control tower and the existing 36" culvert under the southerly access road to the west side of the airport. It was obvious in analyzing these short sections of pipes that no overall gradient had been established (or local settle- ments had changed the elevations) . Our next approach was to determine he mean lake level and the existing pipe just what fall existed between t culverts near our construction area. This was found to be less than 1.0' for a distance of approximately 3300' . With this knowledge, it be- came apparent that in order to justify any analysis, the system had to be studied as a surcharged conduit. After it was decided to limit any channel improvements to the immediate vicinity of the 5-63 and 5-64 Buildings, the immediate problem became the selection of a pipe or channel—section that would satisfy local interface and clearance controls. It was decided to use the upper end of the ex- isting 48" RCP culvert as the controlling elevation. The new pipe section was located approximately 1450' downstream from this point and placed at an elevation that permitted a 0. 1 invert slope between them. The new section was constructed of a 72" x 44" CMP arch with paved invert and en- tirely coated. This conduit was constructed on a 0.1% grade. _it is my opinion that this pipe section will easily handle a five year storm with head waters at present surface elevations. We graded the areas adjacent to all structures in a manner that will permit overland escape routes in case severe intensity storms cause the storm O M A H A S T L O U 1 6 S E A T T L I S A N f R A N C I S C 0 N E W ORLEANS 8600 iN DIAN HILLS DRIVE 3207 OLIVE STREET SECURITIES BUILDING 45 MAIDEN LANE 4035 TOURO STREET -2- drain system to be temporarily inadequate. I am refraining from in- cluding any elevations in this commentary because the survey datum was discovered after construction was well along to be different from pre- vious datum used in the area. Very truly yours, LEO A. DALY & ASSOCIATES C. E. Torkko, P. E. CET/cb F 5. 0 0 a 0 0 6 7 5. 0 0 3. 7 0 1 4. 8 0 0 r - 1 0 7. 3 0 * 2. 2 0 0. 5 0 * 1. 8 90. 0 0 * 8 50. 0 0 3 7. 5 0 8 6 2. 5 0 * 42 0. 0 0 1 2 5. 0 0 6 7 5. 0 0 107. 30 2. 2 0 0. 5 0 1. 8 9 0. 0 0 8 50. 0 0 862. 50 4 2 0. 0 0 1 2 5. 0 0 7. 1 3 0 3 0 * Z. S io 7S 4- ¢ �d H.//stale - tc =3*0 411;-7 5 mar Sir»-� G 0.4 s� 7 fQ / Are4 7 4 t = 3 o ds T A? ! 7 S ,Y, //s,a✓Q -]o Y cw Xreq DSO Ac ries /o ew,- S-o'o—'O s C z r4 = o . 4 �o . SS�(4'S0 ,� = /S 3 IFS Wo , 4WAI 2•�sfq b' C'- C . g ''x4'' q - 4 ,k t4 � 6 "472Fx Cop le , lab 4 4 K 2 . Bo f/`a"-, 41-7"e' C /s�'�►.- ,bct C /Pqr� r =, r// 7`r�ssh , 4, ,E�Pmo✓e �.�crAeAr s/:7.v 7Sa4-7`' h4vQ Ccaf/a�p.s&`ow' BULK RATE N C MACHINERY C O. U.S. POSTAGE P.O. BOX 3562 PAID SEATTLE,WA 98124 SEATTLE,WASH. Permit No. 229 ADDRESS CORRECTION REQUESTED Cz �f c KEEPING UP with lift truck news from NC MRWM 777(,:^n R W SCPTT CONFTRUCTI11 CO PE"!TO"I JA OQ�55 � r 1 i J tyF' t t 14 ` ' �t I h a e Im A-r Lr�� tool sk JAP I'O"woO r �C -007 Iy .�, .-... ..�""., ..�.�. ti: �� `'�If �� �,pr• �I .` ,.' .� `�� �.. . k ,�: J ,�, �; �.'' i �. f `Y,�4 ry N � �"'�— a �,� _, -„� �� . �� *� , 4 �� "��. • '�+�.,� � � � x l� . � i . �,, �. -. s _ � •as 43 �L f � _�• � r �,. �. ;� t �^ .. t _ � .._ _�_:_�J .� a s f � r t �'L-� r7rw��t.� s 1 l 4 C� 31 Vonow .„� a. . �� -�`' ,� J j �. ;��� �'°' e -� '� �� �,i I !. ,,�.,. �.: ��,��, �.�� 1'i i �, 1' �' � k.. 4113 �& F4*4 ttoow Cup. i� AW Sr*g 3 1400 ,� y t• �_ <! . � • �� tA,° `j • �� .��iT • ��" .�;* �► �+ � • � •�• r ..,, � � � e i -''�'�► -'�'� ��-' '►�. 'c`y ��, '' Y 1 .�. �a i � y 1 V s/ r r r Jai- M 14 3z + z7 iNkc, ;ALw bOd �r � . ). �. ��� � � } �� ' �, �,, f�,f� � � A��. � �'. ! I / 'r. ,� ` ,�. �, �� _ /� �. ` � �, ,� 3 \\�.�\ �� .�• _ . . _ _ . . �© � �� \\ � �� : : � \ �� {// � \: \ \ �/%\ » » \ . >\�a . , �\f ,� z � � ` \ . t � / . � � �. . - : � ����y z \. : . ~�/ � ' � . . ^2 , �° . � � � � . . : � � f\/ � . . . -J�� � : w } \ �} : � ` � � ' � � y � � .,,. �e. � .� �.�.. a, � jC' ?��� �♦ . r-�.;` .� ,� _ �. !,, ��6 -.;-.'" ,��. ' ,l �4 .4�,; `�•� � �� Sb a C N y a F ifs_ 57 �« `, «, ^, ._ F' �i.`A 4• .s "a 1� 'tI'� \ .. w�.K �e +_ '�� _���l . i. -. r.. ,j"''.' ;���,� �,t 4 ,; ,� ` f4 v 5mbF v. r V� ax,� Y � }, A� �. .• •�=^ � 1 lY '_ r� � � '�-,S �FLIt .y 1� Fy 4 �, ,4"+ �-, � � y � .�,. � a .' � �� I i. ��. J' . - 1 �� ti �. � yf Jf• F r� •S' • �! ;F+ .. i Y"• �. ``• M' �� N tf 31 (03 i\ r Vim r.� 37 � :. r a�: �", a.�` '�'- k � d �.: -� �. � �. . �� :,�: s4- � p. F �: 360 r i.�. ti , R.+'tom "�- � "°�, ,� )'•�' '"� Y a q5x-'.�. Y _ �� y,_.a w � 1 .1 �:. } f I. �. � e I _— x> (P 340go Or LIY r� 1' Cis ,y 3� �' Z1�� • • 1 t r ° 33 � 22-� �t �. , „ l R , w__�;.. Y {, J Z w � �� IM ` -. �, r _ � `? . i 's \`\�\\•q1�1 .y, _ /� \\` / �. . � � �- kl4,t,Va-lz ..- 4w* �% '... 3 ^ar" .... � .�� . - ' r ^ ! � �t, 4 � / .� � ;�:., �. . �` � ` �, •� M -y 1. i 4�.. � �' ,F •� �.... { � ..4 ��7-�.tl. �� � ; , y, �;;` 32o � 1 ! VW. Y � ! 1. J K r •a i�+ � � �. .; -A. �,. '�- IM 3 NP �� �rt �. N r d ` � r �`' s'" s i r w . �� .� y \� • � -• ,r i � _` t :,�. I i� • Syr .r a�, , �,•:'k, � 3 a � _ lb. w . 4b . ,i • i K, 2 91 APOS., �; y� _ Y • ..��� `` .��',',.. .t ati �' M`, '�. �'.r. �,�,' ,, �. • '�_� f ,�, '�.. �� `�. "�{ �` 3,. ,r�,.; }, . .. � ` � v,.�� ,. Z0 � • OFF", • 00000 • • • • • 4Lw-- 17 + ZI r -- -. � _ _-.� .- 1�.�;_ ,3 ` t 4y-' 1" Y;rr--- '�'�,- s i '' a i .r,' ^ , a' 1��, ,��� � ��� r• �,, r. � . :�...,r, �; . 24/0 lv� r Na w� C- Z 1' 0 -17 ..r.. +•Or i 1 r- i/ wwww i 4 tom- x Ic Wm.,- 23 OWA" 0 2zow %foo� r i - . it i J 111 � � • .1 C: S/ *�gw tom__ • , , .a M _ rJPWW 20 Ja ' All- t h� j` "t .�T� r off /fl � / ZfZd I w � �. • v'� � � Y;1 P T' . , .. ,�� �� ,.�� � � •�N �i �' �• • t Y� '� • . I ��• I� 1- 17 As1w ,> K s y ,s� �K7�9(t /Y-Req- pQro ,r S7� qf� fA►- - �= t � �� t �� ,t �w � �� ,"� �.��'., w � _.� r� �c*' �� f i ,' ' l ' s �, '`� r�� � . � � ., ��: � �;t � � - - - .. . � .r ,� t�: �' ... ,r�: ,tip /17 ,�;M�w � . ��� ��;_ _ :;tJ K; �.�'_ '+�, v , - �f ' �� �). �. ., �ri S l ,� .�.� /.So, � •fr. ;� �5.� ♦i't� �' .•.,� "Mtn. `i`�.. �/ � K' c ��. ��' I -� � � i �• aw � i, :� __�� t �.. o� 7 774 � r .. is ' ��� ,�� �w ;' .�.� t�. � 1�. /�, �� � {�� / . . _, Y' T ...If w � N �� tii a �.`.i �� K. . . �2 �s� N � t r - CI ago a� rI. .. V � ,� � i' �'. � � ` z. �.I .. f�' - . � iA .;/ t ,� �� Y rt�. V. .,� f. ► �' ..,, �. • V�' ��� •:yyrr r � ,,4 fit.:_*, Fr�r i • y..•l yi +,,r ,'.�' , .�.� . � � 1 �, �.• ,'. 1:. � �• � ,.i ``� /2 a 6fa � 10 /P ! r r � - w f,» rIr - tv, . ;�;� �, . a ; M I _1• j ,� � . � .� � `� h ♦ -.. • •�. � b� • ��� ��.. r� i �a � �► �.,�. . • �� • ..1 // � a _ _ _ _ w �� • ., �. •.• •-mot • i'� •�i'art� V .�+. * '. . • --,• « � tw .. f e°. j` t + . �_ ., • «.. .r.,, ... �, . `� " -�, '� -. '> s 1V "1 �� � � ;. . , M � •i • � . � � r. � �:� i . Z 1• � • . M � f �• .�.� . , � �. �i �� � � � � � � �o Z�� � , �' �� � �• x s s � `. �' ,t v IV 1 ' _ Lr,����� - __ ____ _ __ __ ___ _ __ __ _ :a c, y r � -��'T":i.T � wi �� N yr f �:'� P �` `.� . .. r �� � `§ s11t 6 s a; �.,-, �, ',k j i y II�j,.,. �� � �, . ��' i •�., a. :� Yis� ��•�J 1••Jw A;Y M �, .,•' +�' �� ., �� i -�V } f f f �✓ J Y J, a � p. .� t�f, a��' __ g - 4_ ..� i ��r�. �- r t..wo..�.`.. .�:. r.f "r. �� s �•� � ' ?b�, � '"_ f' ,F" �, + _.. j . _. ,� - - ,, ,: .� �� � � . 09*0 13'l� f ` '�• T.�y a��.�r. I• 2 �� �, .:�. .� . .��... . *". � `� . ; �. x 1; '. Sap;,Aoo ,oQ 7010 1W 9 (7) • r 0 ` x A C-e S7W 3 1 4ow t�>O r �` 1. q7 I qto /cf, 270 r 1?.0 20 ar ?G 7 2-0 L� .2- p r x �c k L.® -1- 3 X Slac k /el vey Ct//ve r r Cl-ea h i k7 �n Vn Na R. 'V JTT CONST. CO. ' CARR ROAD � WA 98055 DATE o� ?5- 19 NAME ADDRESS SOLDBY LCA]SHC.O.D. CHARGE IONACCT. MDSE. PAIDOUT RETD. 7• DESCRIPTION • 2 3 4 5 's 6 7 8 10 �2 11 12 13 14 15 16 17 18 CUST E``R'S ORDER NO. REC D A.:.... KEEP THIS SLI FOR REFERENCE k SH270 REDSFORM ...® ... �.. DATE NAME �� .� ADDRESS SOLDBY CASH C.O.D. CHARGE ON ACCT. MDSE. PAID OUT - RETD. /v— DESCRIPTION 77- 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 CUSTOM R'S ORDER NO. REC'D B �ol/ KEEP THIS SLIP R REFERENCE 5H270 �i�o�nnl0 3 DATE NAME ADDRESS 'SOLDBY CASH C.O.D. CHARGE ONACCT. MDSE. PAIDOUT - RETD. DESCRIPTION 1 Fro o\ 2lin, ApJ 3 4 5 6 %. 7 8 9 10 11 12 13 14 15 16 17 18 ,� -GUSTO R'S ORDER NO. REC'D B KEEP THIS SLIP F®R REFERENCE 514270 0 Mjft4 DATE 19G NAME ADDRESS SOLDBY CASH C.O.D. CHARGE ONACCT. MDSE. PAIDOUT RETD. DESCRIPTION 73 l�S, bft 5% 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 CUSTOME ORDER NO REC'D 00, KEEP THIS SLI FOR REFERENCE SH270 O r DATE , 19 NAME ADDRESS SOLD BY CASH C.O.D. I CHARGE ON ACCT. MDSE. PAID OUT RETDDESCRIPTION PRICE AMO NT 1 7" 3 4 '' 5 a 6 7 8 9 10 11 12 13 14 15 16 17 18 CUSTOM S ORDER NO REC'D BY KEEP 6{i{S SEIP R REFERENCE 5H170 O 6 DATE 19� NAME ADDRESS s>:SOLDBY CASH C.O.D. CHARGE ONACCT. MDSE. PAIDOVT:aZ RETD. • DESCRIPTION • /0 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 CUSTOME 'S ORDER NO REC'D BY KEEP THIS SLIP R REFERENCE 514270 7 • Mimi r DATE 19 NAME ADDRESS / SOLDBY CASH C.O.D. CHARGE ONACCT. MDSE. PAID OUT RETD. 7 77�' 2 .7a J� cf 1r 3 4 5 6 7 8 9 10 11 12 till 13 14 15 16 17 18 CUSTOMER'S ORDER N. REC'D fro! KEEP THIS SLIP FOR REFERENCE 0 SH270 O F DATE NAME )) 2% -44 ADDRESS 'SOLDBY CASH C.O.D. CHARGE ONACCT. MDSE. PAIDOUT RETD. DESCRIPTION o, � , 7 sx; 4 s:r 5 ' 6 ::. 7 8 9 10 11 1� 12 ' 13 14 15 16 17 18 CUSTOMER'S ORDER NO. REC'D BYY� L -�s/ KEEP THIS SUP FOR REFERENCE 5H270 O m� J DATE NAME ADDRESS .£PSOLDBY CASH C.O.D. ..ARGE NACCT. MDSE. PAID OUT RETD. DESCRIPTION 3 4 5 6 7 8 9 10 11 12 13 14 L 15 16 17 18 CUSTO R S ORDER NO REC'D BY KEEP THIS SUP "FERENCE SH270 AEOiFOA^^10 o DATE 19t� NAME s� ADDRESS f]'s:SOLD BY CASH C.O.D. CHARGE ON ACCT. MDSE. PAID OUT:.i: RETD. Emu 3 4 , 5 6 7 8 9 10 11 12 13 14 15 16 17 18 CUSTOMER'S ORDER NO. REC'D BY/ KEEP THIS 5UP F®R REFERENCE io 5H470 '"^ DATE 19 g4; NAM E ADDRESS SOLD BY CASH C.O.D. I CHARGE ONACCT. MDSE. PAID OUT R ETD. 1 f • • 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 i 18 CUSTOMEFO ORDER NO. REC'D BY KEEP THIS SLIP R REFERENCE 514270 EE:102 RM " 2 011* 7 REN DATE Zz- Ag !O NAME ADDRESS >:SOLD BY CASH C.O.D. CHARGE ONACCT. MDSE. PAIDOUT RETD. DESCRIPTION 2 3 4 L�© 5 6 7 8 9 10 11 12 13 14 15 16 17 18 CUSTO ER S ORDER NO. REC'D BY KEEP THIS SLIP R REFERENCE SH270 aEoiFOAnnI® 3 DATE �� 1 NAME / } ADDRESS =.SOLDBY CASH C.O.D. I CHARGE ION ACCT. MDSE. PAID OUT R ETD. • • • i• f42 5 6 7 8 9 10 11 12 13 14 15 16 17 18 CUSTOM" 'S ORDER NO. REC'D BY KEEP 1 HIS SLIP R REFERENCE SH270 REDIFORM@) 0 /(/ DATE 19 NAME �1 ADDRESS SOLD BY CASH C.O.D. CHARGE ON ACCT. MDSE. PAID OUT REM Ou ANf DESCRIPTION • s�� 3 7G e� 4 s 7 8 9 10 11 12 13 14 15 16 17 18 CUSTOME S ORDER NO. REC'D BY -57 KEEP THIS SLIP FO REFERENCE 5H270 REDIFORM 0 S . 0 DATE 19 NAME y �- ADDRESS «sow CASH C.O.D. CHARGE o«c .� _o m�« w RETD. , . DESCRIPTION PRICEAMOUNT .......... 2 a 2 r6 gib. 4 ( \ 5 ƒ( \ � \ � k B ƒ 9 } @ k n k � \ . q ƒ Q ƒ 14 e \ . 16 17 181 . \ CUSTOMER' ER&a REC_By � \ �� KEEP THIS S ||PFOR REFERENCE SH2 0� 0 t / DATE 19 b NAME ADDRESS SOLD BY CASH C.O.D. CHARGE ON ACCT. MDSE. PAID OUT qL RETD. -.r5 / DESCRIPTION 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 CUSTOMER'S ORDER NO. REC'D BY KEEP THIS SLIP R REFERENCE 5H170 FOR^^O t 'ST. S 9840 CARR ROAD RUJ"ON, VVA 98055 DATE 19 NAME J ADDRESS SOLDBY CASH C.O.D. CHARGE ONACCT. MDSE. PAID RETD. • DESCRIPTION PRICE AMOUNT 1 I C� 2 S 'i 4u 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 CUSTOMER' ORDER NO. REC'D B / / ----- KEEP THIS SLIP FOR REFERENCE SH270 @ 0- j, • - � %fit DATE 1 ' NAME vV ADDRESS ")LDY CASH C.O.D. CHARGE ONACCT. MDSE. PAIDOUT RETD. DESCRIPTION • 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 CUSTOMERS OR C RNO. REC D BY KEEP THIS SLIP F® EFEREWE 5H270 �"^ sift DATE 19 NAME ADDRESS `.SOLDBY CASH C.O.D. CHARGE ONACCT. MDSE. PAIDOUT RETD. OUAN7 I DESCRIPTION • 1 � y 2 Sc 3 t 4 5 6 7 1 8 9 10 11 12 13 14 15 16 17 18 CUSTOMER'S RD`ER NO. REC'D BY KEEP THIS SLIP REFERENCE 514270 O io R. �RENTON, VVr DATE lle/9 � NAME ADDRESS SOLDBY CASH C.O.D. CHARGE ON ACCT. MDSE. PAID OUT RETD. DESCRIPTIONAMOUNT111F 2 (iL1 Sca7`t l 3 cp; 5 8 10 sib 11 12 13 sf 14 15 16 17 18 f COST ER S ORDER NO. REC'D , �.... KEEP THIS SLIP FOR REFERENCE SH770 REDIFORM® . z ' \ one DATE ME ADDRESS «SOLD BY CASH C.O.D. CHARGE o ACCT. .DS E _DOUT \ ^TD. / DESCRIPTION - . . < ` w xC k -.4 ................ 2 r� 6d « a } 4 � N. / 6 7 e 9 ,o �t 13 \ e \ / k N 6 1§ \ J6 / 9 # ƒ n CUSTOM sORDER NO. co Y / �p; / �00 � ■E PTHI S |6P�■R mR IC SNP 0 o o v@ z L Now DATE - d A �'6 NAME A C ADDRES S «SOLD BY CASH C.O.D. CHARGE IONACCT.1 _DO,\ J , . DESCRIPTION PRICE AMOUNT f 2 a \ 9 . / 4 f k 5 � / � d 7 g k « e / ƒ ` 9 % 10 n � 12 Q ) « a % 15 { 1 % « 2 ƒ 2 m \cur M sow ERNO. R�_B� \ } Vow , . . � ■■NTH SS■ kk�E SH270 23 DATE 19; NAME 4 ✓�P ADDRESS SOLD BY CASH G.O.D. CHARGE JONACCT. MDSE. IPAIDOUT, RETD. • AMOUNT t ✓ /5 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 CUST ER'SORD RNO. REC'DB ol ---'"� KEEP THIS SU NFOR REFERENCE '.::<.:...N. SH270 F7EDIFORM® .. J..... 1� DATE 1 NAME ADDRESS SOLDBY CASH C.O.D. CHARGE ONACCT. MDSE. PAID OUT ::: RETD. • DESCRIPTION • z 1 J zaa. 2 5.% 8 "x 5 it s.: 6 7 8 9 10 I1 12 13 14 15 16 17 18 CUSTOM S ORDER NO. REC'D B� KEEP THIS SUP: R REFERENCE SH270 REDIFORM 's Mae ADATE �� 3 A9-' NAME ADD ESS SOLD BY CASH C.O.D. CHARGE ONACCT. MDSE. PAIDOUT RETD. • DESCRIPTION • 2 � I 3 4 5 &: 8 10 11 12 13 14 15 16 e<. ° 17 x' 18 s1 '�sCUSTO R S ORDER NO. REC D BY KEEP THIS SLIP R REFERENCE SH270 REDIFORM 26 E840 CAM11 MOOD RENTON WA 98055 DATE C� NAME ADDRESS i SOLD BY CASH C.O.D. CHARGE ON ACCT. MDSE. PAID OUT s' RETD. • • • 2 � s 3 4 ¢s >a% 5 _$ 7 8 At 0 9 10 11 12 13 14 15 16 17 18 CUSTOM ORDER NO. REC D BY ./� KEEP THIS SUP FOR REFERENCE SH270 QQ 27 HENTON, WA DATE K511 _ NAME � , c ADDRESS SOLDBY CASH C.O.D. CHARGE NACCT. MDSE. PAIDOUT .ETD. Z- 777 1 n 3 4 'r 5 6 7 8 9 10 11 12 13 14 15 16 17 18 CUSTOMER' ER IN REC'D BY ; SH :::;;KEEP THIS: UP� ;;RREFE S DEFORM R RE -1O z $� _> DATE � 19�� NAME ADDRESS SOLD BY CASH C.O.D. CHARGE JONACCI _Do,\ , . DESCRIPTION PRICE . . « � ƒ � 2 � ƒ a .......... 4 k � 5 6 ........... 7 / 10 % e % 9 / �t 12 � \ 1 � » ® \ ƒ e k i k17 \ ® ` \ _ RC' ¥\cusOME ORERA. x\S/. y.. y : \ K E i B^ ■FOkR FER NC � aH�0 o o e �_. . . � � 29 DATE "�rl9� NAME (\C- ADDRESS SOLD BY CASH C.O.D. CHARGE ONACCT. MDSE. IPAIDOUT. RETD. • DESCRIPTIONAMOUNT I 1 P 3 }? 3 sa ;s:•r. 8 9 : 10 12 13 14 15 16 17 18 CUSTOM S ORDER NO. IREC'D BY KEEP THIS SUP R REFERENCE .SH270FlEO1FORM 3 Now RENTON, WA .:98U5a DATE 19_ !" NAME V ( ' ADDRESS SOLD BY CASH C.O.D. CHARGE ON ACCT. MDSE. PAID OUT RETD. :r<< i 2 C 3 4 g 9 >rj 10 �1 12 13 14 15 �z 16 M; 17 18 CUSTOM S ORDER NO. REC'D I i . 4 KEEP THIS S J FOR REFERENCE 5H270 REDIFORM0 0 DATE A 9 ers NAME, ADDRESS :SOLD BY CASH C.O.D. CHARGE Og DSE. PAID OUT ETD. • DESCRIPTION PRICE AMOUNT 2 yq,V'E' 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 COST ER'S ORDER NO. REC'D BY KEEPTHISSUPFO REFERENCE SH270 REDIFORM(D 2 R. W.&TT CO":'..7 CO. 9840 CARR ROAD RENTON, WA 98055 DATE 1 NAME ADDRESS S.SOLD BY CASH C.O.D. CHARGE ONACCT. MDSE. PAIDOUT RETD. • DESCRIPTION71 1 h 2 4n v4 3 4 5 6 7 ; E 8 >; 9 10 11 12 13 14 15 16 17 18 CUSTO R S ORDE/R NO. REC'D BY / -�S .f KEEP THIS SLIP FOR REFERENCEis a;;; SH270 REDIFORM 0 �..,. :::�:�::.... ' _ 1 To Date TimA WHILE YOU WERE OUT M of Phone No TELEPHONED PLEASE CALL WAS IN TO SEE YOU WILL CALL BACK WANTS TO SEE YOU URGENT RETURNED YOUR CALL Message O erator TRANSCRIPT®BRAND No. 01461 A QUALITY PARK PRODUCT i cer�4s+ DATE t�r`�' 19&, NAME ADDRES nt S y ` e' Q SOLD BY CASH C.O.D. CHARGE JOWACCT. MDSE. PAIDOUT I RETD. i • DESCRIPTION • 1 s . 4 r 5 6 7 8 9 10 11 12 13 14 s 15 16 17 \ l Y 18 Ya' ..,CUSTOM ER'S ORDER NO. REC'D BY s.` F::,�:a`ssn.,..a��S�F.�f'�'"�•'a:.`•cG:.'S.s:?.,.. KEEP THIS SLIP FOR REFERENCE 1. :.s:.. �... 5H270 REDIFORM( t DATE 19 NAME f'C ADDRESS t Z. 7 BY CASHONACCT. MDSE. PAIDOUT RETD.�TJRETD. ! DESCRIPTION • 1 2 3 4 5 6 7 8 9 10 li 12 13 14 15 16 17 YL 18 CUSTOM ER'S ORDER NO. REC'DBY KEEP THIS SLIP FOR REFERENCE 5H270 REDIFORM 0 L DATE 1 NAME C ADDRESS S SOLD BY CASH C. .D. CHARGE IONACCT.1 MDSE. PAIDOUT RETD. • DES RIPTION • 1 5rn� 2 3 X'` 4 7 8 9 10 11 12 13 14 . 15 16 l 17 18 t CUSTOMER'S ORDER NO. REC'D BY r?^ alr'k`'r,.:'U.<'�<�:2't.'C•c.:..WJ' irv<^�>::. KEEP THIS SLIP FOR aREFERENCE SH270 REDIFORM DATE NAME ADDRESS SOLD BY CASH C.O.D. CHARGE IONACCT.1 MDSE. IPAIDOUT. RETO. • 111 DESCRIPTION • AMOUNT 1 �'z 2 :t. 3 4 rr.. �Y 5 T 7 8 9 10 11 12 13 14 15 16 17 f.;.: 18 >. CUSTOM ER'S ORDER NO* RECDBY KEEP PHIS SLIP FOR REFERENCE SH270 (D 0 ;/ DATE / 19 NAME ADDRESS 50 BY CASH C.O.D. CHARGE JONACCT. MDSE. PAIDOUT RETD. QUAN.1- DESCRIPTION PRICE • 1 p 2 3 r, 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 CUSTOMER'S ORDER NO. REC'D BY oX . vYF .fir sk•r riSwa. .� . �I�,���' ..•.:. SHZ7G REDIFORM S R. W. 8C TT' v�NS;T. CO. 9840 CARR ROAD RENTON, WA 98055 DATE NAME ADDRESS SOLDBY CASH C.O.D. CMAR6E ONACCT. MDSE. PAIDOUT D_ RET . 1 i 2 3 DESCRIPTION 5 6 7 8 9 10 11 12 13 14 15 16 17 18 CUSTOMER'S ORDER NO. REC'D BY h w.x KEEP THIS SLIP FOR REFERENCE / 5HLrf� REDIFORM® 6 _ � RT SCOT Cg)S£ CO. 9840 CARR ROAD RENTON, WA 98055 DATE NAME _ ADDRESS «s CASH C.O.D. __ m .� _oo,a a _TD. .......... , . , . . , PRICE AMOUNT ƒ 3 k 2 � \� 4 -Al k9 \ 5 / ° � 7 a 9 f: 2 � H / / Q \ 13 !4 1§ 16 17 i 18 . y y CUSTOM ER'S ORDER NO. ,Ecoe¥ \ ` A ' ...... '{ � K E T I s l|P�■R�R NC SH27 �o o v S 7 R. W. 9840 CAt i HO-'AD REN T OIN, WA 98055 DATE ' 1 � NAME ADDRESS SOLDBY CASH G.O.D. CHARGE ONACCT. MDSE. PAIDOUT RETD. 723 • s � 4 5 6 Y 8 s< 9 xx 10 > 11 12 13 14 15 16 17 18 a:iCUSTOMER•S ORDER NO. REC'D BY F iX. KEEP THIS SLIP FOR REFERENCE 5H270 REDIFORM® R. � . W. ,�... S840 -RENTON, WA 98055 r DATE 19 NAME ADDRESS �A SOLDBY CASH C.O.D. CHARGE ONACCT. MDSE. PAIDOUT RETD. F 1 L V DESCRIPTION F_ ,# 2 �! fir• 3 ...........r�" 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 .CUSTOMER'S ORDER NO. REC'D BY ..::...x:..x.:: .k "r`'ltix: OEM r.N REFERENCE��� `YKEEP THIS SUP FOR �� 5H27O REDIFORM® 9 R. W. S* 9840 CAR R 0AD REN T ON, WA 98055 DATE 1 NAME C ADDRESS SOLD BY CASH C.O.D. CHARGE ONACCT. MDSE. PAIDOUT R ETD. I}c: DE SCRIPT16N �X; 1 9' X x 2 3 ' 4 sz 6 7 8 9 10 11 12 13 14 15 16 17 r 1- 18 � CUSTOM ER'S ORDER NO. REC'D BY r; ti;' •. r.l+ vM �v �� �REFERENCEr� ��� KEEP THIS SLIP FOR SH27O REDiFORM® �nci �d R. W. R��-,. .._ .. � 9840 CARR RENTON, WA 98055 DATE NAME ADDRESS SQT BY CASH C.O.D. CHARGE ONACCT. MDSE. PAIDOUT RETD. • DESCRIPTION • 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 r181 CUSTOMER'S ORDER NO. REC'D BY KEEP THIS SLIP FOR REFERENCE 51-1270 REDIFORM® // • DATE 19 NAME ADDRESS SOLD BY CASH C.O.D. CHARGE JONACCT. MDSE. PAIDOUT R ETD. r i • DESCRIPTION • 1 SA 3 liv 5 6 7 8 9 10 11 12 13 14 15 16 17 18 CUSTOMER'SORDERNO. REC'DBY KEEP�THISSU FO �l DATE 19 NAME _ ADDRESS SOLD BY CASH C.O.D. CHNWL IONACCT.1 MRDDE. PAIDOUT . S.i DESCRIPTIONQUANT AMOUNT k.. L 4 9 r .� 10 12 .�. 13 14f 15 ::>, 16 S 17 \ 18 CUSTOMER'S ORDER NO. REC'D BY KEEP THIS SLIP FOR REFERENCE 51-1270 REoiFaRM OO GATE NAME ADDRESS e ,-, (+ Q / SOLDBY CASH C.O.LD * ONACCT. MDSE. PAID OUT RETD. AMOUNTDESCRIPTION PRICE _ 2 f.F 3 4 6 is 7 g 9 10 rf 11 12 y> 13 14 15 16 17 18 CUSTOMER'S ORDER NO. REC'D BY KEEP THIS SLIP FOR REFERENCE 5H270 ® q DATE l 19J� NAME r ! � ADDRESS i1t%%:SOLD BY CASH C.O.O. CNAR6E ONACCT. MD SE. PAID OUT':;5� RETD. �i • • 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 t 18 CUSTOMER'S ORDER NO. REC'D BY KEEP THIS SLIP FOR REFERENCE 5H270 � DATE / � � !9`� �� ME ADDRESS 9' n «s�e CASH coo C_. IONACCT.1 ._E I PAID oUT OUT.....,.,, .ro DESCRIPTION PRICE . , 2 3 4 ) 5 \ \ a \ 7 a a � 9 \ 10 / u ƒ G ,3 !4 15 16 2 y « \ e \ \CUSTOM ER's ORDER No. REco BY \ KEEP THISSILIP FOR REFERENCE 5H27 R. W. SCO CONST. CO. 9840 CARR ROAD RENTON, WA li DATE NAME ADDRESS rl AfQt,,0T i 0 SOLD BY CASH C.O.D. CHARGE ON ACCT. MDS E. PAIDOUT UNT QUAN. DESCRIPTION • 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 CUSTOMER'S ORDER NO. REC'D BY 0 KEEP THIS SLIP FOR REFERENCE 51-1270 REDiFOF1M® R. W. Sc* CONST. CO. 9840 CARR ROAD RENTON, WA 98055 DATE 19?"�' NAME ADDRESS " SOLDBY CASH C.O.D. CHARGE ON ACCT. MDSE. PAID OUT 7RETD. QUAN. DESCRIPTION PRICE AMOUNT tjor 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 iCUSTOMER'S ORDER NO. REC'D BY KEEP THIS SLIP FOR REFERENCE 5H270 REDIFORM® �� , 1 R. w AT 'ONsr. C6. .840 CAR:R ROAD , REN7pN WA 98055 DATE x�& 19 V NAME J ADDRESS IJC-�rl,V X: +SOLI)BY CASH C.O.D. CHARGE JONACCT. MDSE. PAIDOUT:: : -�•�� RETD. DESCRIPTION 1 if Vai-eik S t' 2 E:= 3 X 4 5 6 7 9 10 , 11 12 13 14 15 16 17 18 `CUSTOMER'S ORDER NO. REC'D BY KEEP THIS SLIP FOR REFERENCE 5H270 [EPOIFORM DISCLAIMER THIS INVENTORY INPORNNI[M TOR THE STORM DRAINAGE SYSTEM • . iS I IS THE SCHEMATIC f S NC TNI COMPILED CT R USNI'MMATIN AALARC AT THIS TIME.AND SHOULD N SED rl,GENCRK GUIDANCE ONLY. THE CITY.1'RENTON r IS Ot RCSONSI,LE rOR ERRORS OR OMISSIONS. WHEN THIS V INr DRMA11ON IS USED TOR CNGINECRING PURPOSES.DESIGNERS ARE TO FIELD VCRIrY THIS IlORMATION. x SEE SHEET 6 S: 5TH I _ --.LJ 'ST � I LAKE WASH/NGTJN to- - S___ -- I I 1 5 -115TH f r T ---'--- L c9 lidi 1 N 0- ILBB Ia H � �W 1 LIM W M w W I :>: �= w sa N vP /E Lew lr, Ty Mod// ST,D 1 I I D n ^ 1 HAIJTHORNE! rn 1 ILC.-I 1,B K Q• 1 e� I �_— I1BItU m 1 A ISt G'e p 1 or N W Ll �• ; is u,-e I•-i- 9 lD ] n Lu S _:..Ii OTH� L a /W L&e I HlH QR/E B!�1,E eo,�/E Al oe I 1 uj u.ea•Iv �n-Ro '`IIR'.�j urtle _. I I I r--I'--__. l0 LOw 4N TYPP ,1 I ui-is SM CeQIE u�/c. ea.I. ua-rl I I —yl . .121 H TT-7-- co) r uu-u p ..A i�LC " i - I o RENTON MUNICIPAL AIRPORT _Yr. a-i i I 1. I --'L._.._ -__- lua-1 v. 11a 11 I TT� I 'w-: _ T 'Le ,S3kD. ST 4.+i - f'�. _-�-_ a �biMN Gk/b cl/�do Le By fi:k L S 123RD L L I I lu B Ty/" I lu B, I Yr.n IUT-11 I 1 I Wlr I IICTa Cs HST S• IL .�STI I.SIT 1 1 -`,a I /1 1:• i I' th aT 1 ILe,-t I I uI 16N .No \ Y...:.r l__-'I -IL-• Nor s7 _h Iph \ Low I�•.-\ _.� .__t7J`��_ ,(,T IL�r e..I .L � I \- —MH R/E � _ C C lu 151 ST v - r i T r ..> :9•'h �j HN CyR/E u�lE Le^.W E Y? h; IFe-IL IIOe_]� ISIeq 4 — — .4 two 1 1 94� tcs- T Itta-] IH ILCB I.`CB-1� _J L -T -dy lUe-1 SEE SHEET 16 -tA �� SEE SHEET 11 1 Iau•]_ I NW , 4 THm z� la ' zj 'ti Mode j I N11 3RDJ -LPL ,�'"a,Ez=i h" 'H<J CiR FL u�J F[ Lm.v E[ ue-qr _, WI i RENTON MUNICIAPL AIRPORT ' 4,C EL ego EL L"ge C 'FiL i 1 Iz /D:YY 1P -� NW 2ND PL W 1 an]a AIRPORT - WAY 2ND ST Ke.-I Ke••u P/ 'a'c'•' I r7 PH ,aw- to ar �TILLICUM: law- i .at._ie. i(ac4a ,acorn i En '� $T > ia— ral, Iowa IV44 - I •Ep1S0 n� /u.-n ��� — S.�..v.e� �� � �TdBI )—� I rn� - e � ICTpRlA Sid - 1 ,I a II lal«-I I �I I 'I v. SW 2ND STI{29-Y I W' Ilc a I Cl) s rn 2ND _ Si' I t1'tl. a-3._. ._ ?5 _ e , m Iam- i I I y it {3RD lasso �_._. wore S KK)' KE -- 1606 I 16E6 IB Ja(a•11 ,4ttrt —�,� b lb_] ,�6G6y I11�1a(���µ_-.. �'__ 616•rll 16L loran � 3RD Pl S , t a_] � 1 4TH- .. ST IV) ILt7_a ,V)-1 16.G6 1 9 10 6M 10 1 I I,. > Im _.. Pv- xri�-u lame W u> r . law-] = S._ll 5TH , I ) .Sj a,o. Ialn-,I u,v-] � \ _—r.� •-' urr sr doll -� �_ t- .. _ I lets lace-a — ... '(... -1 laws � I I c,en I 11uBa laie= I' : — ia;w:]Lp K,w-a L—.JL. �'� wbl� lore-o .. J lore-e S I —� F6 ST Si ilOtrt IIEB• I late-, i/. I wB-n Iare•IB /� I 3 P J sJT Kcx-. rot-B lue-v lace•la I n �w�� aw-y SEE SHEET 21 SI EMTSD11.XLS MANHOLE AND OUTLET PIPE INVENTORY SHEET 11 Fand inventory information for the storm drainage system was compiled from numerous sources and is the best information available at this time should be used only for GENERAL guidance The City of Renton is not responsible for errors or omissions when this information is used ngineering purpose. Designers are to field verify this information. DWN GRATE UPPER LOWER GRATE O/W PIPE PIPE STREAM PLAN STRUCTURE INDEX # TYPE CB ? IE IE IE TYPE SEP. DIAM, TYPE LENGTH STRUCT FILE MH 11,G7-2 2 y - - - C N 24 CC 225 OUT 16-1-54 MH 11,G7-1 2 Y - - - C N 24 CC 275 11,G7-2 16-1-54 MH 11,h7-3 2 y - - - C N 24 CC 270 11,G7-1 16-1-54 MH 11,D5-3 2 y - - - C N 36 CMP - 11,D5-13 4-4-254 MH 11,D5-2 2 y - - - C N 12 CC - 11,D5-3 4-4-254 MH 11,D5-1 2 y - - - C N 12 CC - 11,D5-2 4-4-254 MH 11,E7-3 2 y - - - C N 12 CC - 11,E7-2 4-4-254 MH 11,E7-2 2 Y - - - C N 15 CC - 11,E7-1 4-4-254 MH 11,D4-25 MOD4 y - - - C N 96X60 CC - - 13-1-39 MH 11,E5-1 - y - - - C N 96X60 CC - 11,D4-25 13-1-39 MH 11,E5-2 - y - 11.99 - C N 96X60 CC - 11,E5-1 13-139 MH 11,E6-3 MOD4 y - - 11.9 C N 84X60 CC - 11,E5-2 13-1-39 MH 11,E6-2 MOD4 y - - - C N 84X60 CC - 11,E6-3 13-1-39 MH 11,E7-5 MOD4 y - - - C N 84X60 CC - 11,E6-2 13-1-39 MH 11,E7-4 - y - 14.17 - C N 84X60 CC - 11,E7-5 13-1-39 MH 11,E8-4 MOD4 Y - - 14.18 C N 60 CC - 11,E7-4 13-1-39 MH 11,E6-1 2 y - - - C N 12 CC - 11,D5-1 MH 11,D5-13 VAULT y - - - C N 36 CMP - 11,E5-1 MH 11,D4-24 2 y - - C N 18 CC - 11,D5-3 MH 11,D4-23 2 y - - - C N 18 CC - 11,D4-24 - MH 11,D4-18 2 Y - - - C N 12 CC - 11,D4-22 MH 11,D3-7 2 y - - - C N 18 CC - MH 11,D3-6 2 y - - - C N 12 CC - 11,D3-7 - MH 11,D5-12 2 y 37.15 28.68 - C N 36 CMP - 11,D5-3 CROWN POINT MH 11,D8-1 2 y - - - C N 12 CC - 11,D8-2 2-4-951 MH 11,D8-2 2 Y 91.5 - - N - - - - 2-4-951 Dec, 1993 Page 1 EMTSD16.XLS tANHOLE AND OUTLET PIPE INVENTORY SHEET 16 The inventory information for the storm drainage system was compiled from numerous sources and is the best information available at this time and should be used only for GENERAL guidance . The City of Renton is not responsible for errors or omissions when this information is used for engineering purpose. Designers are to field verify this information. DWN GRATE UPPER LOWER GRATE OM/ PIPE PIPE STREAM PLAN STRUCTURE INDEX # TYPE CB ? IE IE IE TYPE SEP. DIAM. TYPE LENGTH STRUCT FILE MH 16,F8-10 2 y 15.8 12.4 - C N 24 CC - LIFT STA 4-4-254 MH 16,F8-15 2 y 22.22 14.91 14.12 C N 30 CMP 294 16,E8-16 SW 7TH MH 16,H7-17 2 y - 24.15 23.03 C N 12 - 295 16,H7-20 3-i 605 MH 16,D6-13 2 y 23.35 - - C N 60X36 CMP - 16,D7-6 19-1-113 MH 16,D6-12 2 y - - - C N 60X36 CMP - 16,D6-13 19-1-113 MH 16,E8-13 2 y 21.04 13.64 - C N 24 - - 13,E8-11 19-1-112 MH 16,E8-12 2 y 21.26 - 13.95 C N 24 CC 10 16,E8-17 19-1-112 MH 16,E8-4 2 y - 13.64 - C N 24 CC - 16,E8-14 SW 7TH MH 16,E8-18 2-72. y - 13.7 13.64 C N 24 CC 23 16,E8-4 SW 7TH MH 16,E8-17 2-72. y - 12.22 11.9 C N 48 RCP 115 16,E8-18 SW 7TH MH 16,134-3 2 y - - - S N 18 CC - OUT MH 16,E2-10 MOD4 y - - - C N 60 CC - 11,E8-4 - MH 16,E3-9 MOD4 y - - - C N 60 CC - 16,E3-10 - MH 16,E3-8 VAULT y - 18.49 - C N 60 CC - 16,E3-9 13-1-39 MH 16,H8-9 VAULT y - - - C N 24 CC - 16,H8-8 - MH 16,H8-8 2 y - - - C N 24 CC - 16,H8-6 - MH 16,H7-21 2 y - - C N 12 CC - 16,G7-9 - MH 16,H7-20 2 y - - - C N 12 CC - 16,H7-21 - MH 16,F8-9 2 y - - - C N 6 CC - 16,F8-8 - MH 16,G7-3 2 y - - - C N 8 CC - 16,F7-17 - MH 16,G7-2 2 y - - - C N 8 CC - 16,G7-3 - MH 16,F8-8 2 Y - - - C N 12 CC - 16,F8-5 - MH 16,F8-18 2 y - - - S N 18 CC - 16,F8-10 - MH 16,F8-17 2 y - - - S N 12 CC - 16,F8-18 - MH 16,F8-16 2 y - - - S N 12 CC - 16,F8-17 - MH 16,F7-12 2 y - - - C N 18 CC - 16,F8-10 - MH 16,176-11 2 y - - - S N 12 CC - 16,E6-13 - MH 16,E6-13 2 y - - - S N 12 CC - 16,E6-12 - Dec, 1993 Page 2 �- � � � r 1 s� /�" SEE SHEET 11 I 1 _I _, -_ 16,D2-, 16,E2- � i 7hE2-]0 NW 4TH I � ST -, 3 16,D2-5; I16,W-6 i Z I Z( WE2-1 II NW 3RDI PL Q 14D2- 14E2-2 _ _I 14E2-4 4112-p _ W I i 14E3-Y q w ,6.F3 ? 4.3 9 RENTON MUNICIAPL AIRPORT 16F3-2 16H3`-2 ,j Q t �� I NW 2ND PL 14E3 9 14N3-5 ram. 14C3-6. i4r3-. AIRPORT 1 3 2 4„3 A 14E3-5 / 2ND I = P� 14F3 3~!-" 14G3-3 14W-2 WAY 14M�7 ST �� _ —. 14D1-11 164D4315 / 14E4-7 /- 16F - 16Fh11T-�6F4-10 L6,W-4 ` 3- 16.H9-4 15�, / \\TILLICUM. 14E4-14 �74C4-6j 16,E4-15 H ST ' 14W-6', 14W-S'TI t4N4- 16M-14- ` 16,F4-6 _ 14E4-R '`.14`E_4-It ' i _---.__.-- illyF4- 14G3-_J 1\ I 6,134- 16L4 -1 b48 3 hDa S T D4- .. 5,r4 i1404-8 IU4-9 C/1 +,n _ VIC , ORIA ; ` 14 .. E4-t(I W I6 F4 - ..-] W ST I T _ _ I. 1 14Ct-t 14E4- I ._16E4-3 11 1I t6F4-3 r 16F4r.1� J F-! Lal 4 I 116,/44-1 14C5-7 (ij. , I i I oc 16.E5-6 Ib,ES-8. 1 ,- ME5-9. Z� W i J4F 15-6 16F5- -t6E5-2 - - SW 2ND ST 14E5-3 .._14E3-3. 14 16,E5-1 ! 1E F5-12 i Q I 14C3-1 S I6F5-T I 14E51( - --- - - - ��` -" 2ND S7 � 16F5-t0 16,F 5-9 _ _ 1� t6F5-8 � �16F34 -4 - 1 3_3 I -2 1 "`------_.. Ltl _ 16F5 I `--r _ _ 14N5-2 1 rr Q 14F5-14 .14G5-6 - ! (V 14E6-15cc IZ.. . N 16.1)6-5 16,E6-8 4E6 10 -- i16f5-16 - - J -76 14D6-IO - A 1 16,D6-4 16.D6-31406-2-. / ` -14E6-5 __—` - / 16,E6$ -i'4 b-`7 .__-.J__-._..-_.__ ._. 16.F-13I 3RA 4G6-3 14G6 _ 14D6 11% 16,E6-2 -'�-- 1 i I I6,E6-1 S7 16116-2� 14D6-1 14E6-18 J6 6-22 16.EG-2 --- -- _.__� 16F6-8 4 E6-23 14 � 16,H6 14r6 u \ p� E-19 �-1 V - 14X6E6-12 r 6F6-4 1 i 16,E6-1 1 70 14E6'l5 \ 3RD PL -- - 14F6- _ --- r -- 14E6-1 16 -2 1 6-3 14D6-13 ` 16,F6-11 16F6-12 E1 (� _ Q 14E6-17` \ 16F6- 4TH r ST II 16" 14F1- \ 16F7-6 16,G6-2 I4G6-1 14H7-i -16H7-18 14H6-3 16F7 1 y ! 14 1(H7-14 Lj I I 1 H 7-II 16H7-15 16,07-64 �14H7-13 �n \ 1&F7-19 ¢ Q Q I- I 14i-12 I6F7-9 Tn lr,,D7T7 6F7-19 1 -- F`c I 16F 7-20 pQ(($ Pa 16�7-Seca - 16F7- S.\ HA�Rl C1 ._ IQF7-10. -- _ 1417 4G 7'7 14D7-10 16F7-3 -14F7-t3 V 144772 � - 14D7-4. 14r7-I - 14G7-1 G _ - ,- --9 IF - 14G7-3 S - 6,H7-H 16,D7 r,F7-15 il JI 16.D8- _s-. �16F 7-16 '(CF7-17 Q 1607 3 --�- � Efri STATION IL,EEhS •, _ -/� � 1 -.14F8-11F- \14D8-7 16.D8-8 14 9 ��'1 14F8-10 I6,EB-19 ce 16F8-18, - \ 16,E8-2 .HB_ 16,D8-10 16F8-11 - t -+ 14G8-3 �\ -..'.. l6 , / 1 2 14G8-2 161i8-5 ,DB-11 / 14F8-7 14H8-2 6F8-17 14E8-I _.. / YI 16F8-8 S J1 6TH I--ST-----, 1 g 5 114E -7 16L -8 I6.E8-9 1t 16,118-4 ST 16,D8-2 16,E8 i I I6,E8-t // 16F8-13 14F8-19At I - - _ .. _ 16,H8-3 14E 8-14 I\ 16,E8-II ,� 14E8-216�E8-1� 14r8-1 ]4F8-12 L I 16,D8-3 \ _ l._7.4.. - T I -7/ 14E8-4 I Ib118-+ l4ER-IH 16,E8-17 16,E8-16 16f8-15 SEE SHEET 21 DISCLAIMER THIS INVENTORY INFORMATION FOR THE STORM DRAINAGE SYSTEM IS SCHEMATIC ONLY. IT WAS COMPILED FROM NUMEROUS SOURCES, IT IS THE BEST INFORMATION AVAILABLE AT THIS TIME, AND SHOULD BE USED FOR GENERAL GUIDANCE ONLY, THE CITY OF RENTON IS NOT RESPONSIBLE FOR ERRORS OR OMISSIONS. WHEN THIS INFORMATION IS USED FOR ENGINEERING PURPOSES, DESIGNERS ARE TO FIELD VERIFY THIS INFORMATION, SEE SHEET 6 12 -- S - - 113TH IST 1 I S 113T / \ , L AKE WASHING TON -p- ------ . S ---- L_ 11 T�1 =1ST'll' j _ I At- _ 115TH I.I \ LCo B1,1::14- 11,➢3-4 / I Dom; 1 3-3 ILD3-5 �- 1 4 it D4 17 LD4- .11 --LIi_ U TH I 1 ILD4 IS .4- T j > _ I W 1,4nq_I 14-11 ILD 19 IWi _-- ILL I ..�-.>' ILD 20 11 Q' - � = I I ! 14D- ILn4 zz SI I•11'7T� CCI D- ST cc) I �`�TI D-7 LD4-2 ! I1,n4-3.. 1(--.IL li 1-� 21,1) 4 u ,ILD-5 -I1,D4 23 ,34-e5 HAWTHpRNE ----- 11,C4-2 D4 -, �- I j n j iLC4 t 11 I 11,0 b - _ 118TH I Co70 aJ �._ T. I ,. --. Il,n-u - o S. 119TH D5-1D 3 1 ._ ~ r I r� �-T -'� I h1,➢3-12 14D 3 ' 1----.� I 11'.. 7 IL D 9 LIJ S ?0 r r _ 1H' T - 1 A W L- I-�--_ Fl r - - -- I co W &,-15 '�- -_1 STj S�f f W 1LB6-18 - I I,Bb-ISA 14C6-11 11,C6-13�- 11,C6 - /_ II,B6-15B II B5 1; -tl._6- v, '1 b,-20 I,C6Fl0 1,CN-1. II,C6-1 I- 11,C6-I5. S` (+ i1 r� IJT 1LD5-I 1'1,C6-B y , 11,B6-13 � � I1,E6-3 ND_ST I ---� 11,B6-12 II,B6-7 1 -9 �- _ RENTON MUNICIPAL AIRPORT 11,C6-5 I _ - , I1,B6-11 1,96- I I I.-- NW�, I I. __ _.___. ILE6-1 1 I o 16C6-4 --- - ST I t 1.B6-ID 6:5S � W . 123 ST I I 9 I I:,B6-4- .- - I � ILE6-2 1� I --�LB6-2 i I L_ -.I. __ -----'.. WZ _ 1 11!B�9A J 11, _ Il,l:6-1 11,B6 1 11,CB-19 -� _ T _ ILB7-9B `-_ ,B12 01)7-12 j PL 'C I ' 14Bi u C 19 16T� --_ 1' 1, 7-1 -r �ilLA 7-6 11,B7-13 11,C7-17 I- I i W ~ 1LE7-3 5 ._ ,,,t LN � i 14T STj ST ._.... 1,a7-ILC7-11 LC -9 ILC - 1LC - r I 14B7 16 , IL17{12 I 11,C711 II I 1 B1' F I1,C 7-3 ILB7-3 11,B7-5 LC7 I1LC7l6lLC7-2 LB7-2 11 lC JT,1I....- .__ 1 �a7_4 .- I �- ,_. :.r._. -i __-i N`^ ✓ ��','�T- I 1LE7-2 111 11,87-1 I ,-�SI i 1�5 I ST ' I> -- _ i ILC7-I5 3 ;_... , 1LE7-1 .p p DC7-161 11,BH-I 1LC8-6 A W nI�•DBZ 1,➢e ?.I i I" .. ....y 1LE8-3 ILDB-3 1 �I.-Id Z 97� _ 11,DB-2 .a-a �1 1> Li /- C3 rn > > 1 B-s ILCB-5 ; I �\ W - G_ t D8-14• I I,DB-t i 11,C8-3 I N Z '� I D-B �: 14C8-2 J I IL -7 16D8-6� I \ E8-1 I LCB-1 SEE SHEET 16 .....J '" ' Idly va.rYl u11Ci1{. 235-2631 �PRECONSTRUCTION CONFERENCE • DATE: FI210" J VNE' 7" 14 YjS — RC P0 TIME: 2:00 P.M. PLACE: ,3th Floor Conference DEVELOPER / CONTRACTOR OR SUBCONTRACTOR / NAME OF PROJECT Name: _ Ron Scott Construction, 9840 Carr Road South, Renton WA 98055 Phone: 226-4452 Project: _ Black River Box Culvert Cleano9l Proj. #: NAME OF APPOINTED INSPECTOR —Gary More-- Please check departments to be notified and specify person to attend. X Design/Utility Eng. X Fire Dept. X Police Dept. X Street Dept. X Traffic Dept. X Sewer Maintenance X Water Shop Park Dept. Building Dept. X Other Outside Depts. Department of Transportation Pacific N.W. Bell Company Puget Sound Power & Light Company Group W Cable TV Company Washington Natural Gas Company Other • DATE July 26, 1982 CITY OF RENTON N0. 30888 REQUISITION DEPT. AIRPORT VENDOR ACCT,_._402/000/ 15 . 534 . 90 . 31 . 43 $ 379 . 14 Amtest In ACC T, $ 4900 9th Ave. NW [- Seattle WA 98107-3697 CITY. DESCRIPTION IN DETAIL Ref: City of Renton Dredging Permit Analysis - Lake Washington, Vicinity of Seaplane Ram Sampling and bulk analysis of lakebed soil per attached quotation letter dated July 16 182 and U.S . Environmental Protection Agency letter dated May 10 1982 . (Coordinate with Don Monaghan, 2 -2631provide 3 copies of Test Report Total Cost S 56.00 6.5% Sales Tax 23. 14 TOTAL $ . 14 CONFIRMING Fl PURCHASING TO ORDER AUTH. BY ��""` • U. S. E *IRONMENTAL PROTECT ,N AGENCY �3,4;1t REGION X 1200 SIXTH AVENUE SEATTIE, V►ASHINf3TON 9. 101 y TO ►`rM Of% MS 423 MAY 10 i Mr. Donald G. Monaghan City of Renton 200 Mi 11 Avenue South Renton, Washington 98055 RE: 071 -OYB-2-007968, City of Renton, 4/19/82 Dear Mr. Monaghan: We have completed a preliminary review of the referenced public notice to dredge material from Lake Washington with disposal at Four Mile Rock. Before we can properly evaluate projects of this nature, chemical analysis of samples of the proposed dredged material will be required. The purpose of these analyses is to _etermire nhether or not the dredged material is acceptable for in-water si sposal . In this case, two (2) core samples preferably to a sediment depth of at least 3 feet are needed for analysis. Sedi.�ent samples should be collected from the sites indicated on the enclosed drawing . Each sample should be analyzed for the following physical or chemical constituents: Bulk Test Xc tTotal Sol ids Total Volatile Solids Chemical Oxygen Demand Po1ych lori nated Biphenyls (PCBs) sua Any testing laboratory that can certify the results of its analyses is acceptable. The background water used for the elutri ate test must come from the open water disposal site. w 0 -2- During the field collection and/or laboratory handling of the core samples the following need to be observed and reported: 1 . Presence or absence of oil and grease in the sediment , 2. Sediment depth of each core sample, and 3. Percentage and physical description of any solids (e.g. , rock or wood debris) collected in the core sample but not analyzed. If you have any questions, please contact Carl Kassebaum at (206) 442-1448. Sincerely, Ronald A. Lee 404 Review Team Leader cc: WDE w/enclosure WDNR r _ _ R. W. SCOTT CONSTRUCTION CO. General Contractors — 223-0/-R1V-St"-0C-229-A1U 9840 CARR ROAD RENTON, WASHINGTON 98055 PHONE 226-4452 July 1,1986 Mr. Richard Houghton C ityyof Renton , 200 Mill Ave. So. Renton,WA 98055 RE: P.O. 36485 Dear Dick: There is a second area of backfall in the 5 x 7 section of the Box Culvert. This is approximately 3100 feet from the lake and is about 1 foot deep. Our cost for this work is somewhat less than estimate # 2. We submit the following cost breakdown for the 3rd and final estimate. Power Master Inc. $34,130.75 RW Scott Const. Labor 10,385.25 Haul off, Pumping Power & Rental. 11,500.00 Total : $56,016.OU This reflects a savings of $30.42 per cubic yard under our change order price of $98.92 per cubic yard. Enclosed are pictures of the inlet pipes beginning at the lake entrance going south. If you have any questions please give me a call. Si ly, R,N.Scott.,pre ent R.W.Scott Construction Co. RWS/sjc Enclosures / 33 99 0� . INVOICE 5G53 • W. SCOTT CONSTRUCTION C• 9840 CARR ROAD - RENTON,WA 98055 RECEfVED PHONE 226-4452 PUBUC WORK8 DEFT. RW-SC-OC-C2-21 M7 CY OF RENTON / h /J SOLD TO SHIPPED TO City of Renton P.O. No. 36485 200 Mill Ave. So. ATTN: Richard Houghton Renton,WA 98055 Estimate # 3 Final CUSTOMER'S ORDER SALESMAN TERMS SHIPPED VIA F.O.B. DATE 7/1/86 Clean remainder of Box Culvert: 2530 L.F. @ $3.00 7,590 ,00 - Station 9+42: 250 L.F. d $3.00 750 ,00 Removal & Disposal : 696 Cubic Yards @ $68.50 47,676 00 G t" s Total : $56,016 00 1: r� ae r r? r ' 6' {kLw i FiEDIFORM 7S737 \) POLY PAK (50 SETS) 7P737 EXCHANGE CITY OF RENTON DATE 06/05/86 EXPENDITURE SUBSIDIARY LEDGER 402/000 AIRPORT MAY 1986 15 PUBLIC WORKS DEPARTMENT ACCOUNT # DESCRIPTION MAY YEAR TO DATE APPROP EXPENDITURES EXPENDITURES 05/27/86 TO CHECK #15253 7,710. 00 INSURANCE 7,000.00 7,710. 00 7,710.00 546 20 47 01 ELECTRICITY 20,424.00 4,783. 80 05/19/86 VR 15136 PUGET POWER 3.78 05/19/36 VR 15136 PUGET POWER 104. 14 05 /19/86 VR 15135 PUGET POWER 182.09 ELECTRICITY 20,424.00 290. 01 5,073. 81 546 20 47 02 WATER, SEWER & METRO 3,300.00 401 .35 • 05/05/86 VR 14705 CITY OF RENTON 12 .35 05/05/86 VR 14705 CITY OF RENTON 129.32 05/ 19/86 VR 15072 KC PUB WK-SOLID WAST 42.77 WATER, SEWER & METRO 3,300.00 184.44 585.79 546 20 47 07 DUMP FEES 1 , 200.00 546 20 48 00 REPAIRS & MAINTENANCE 25,000.00 10,597.38 05 /19/86 VR 15222 EQ. RENTAL 501 /348.30. 35. 63 05/19/86 VR 15086 P038382 MARGE & LEWIS UPHCLSTE 166.47 05 /12/86 PO 38424 REPAIRS & MAINTENANCE 25,000.00 202. 10 10,799.48 546 20 48 19 BLACK RIV CULVT CLEANING/AIRPT 39,645 .68 29,426.71 546 20 48 27 HEAT PUMP REPL/CONTROL TOWER 8,000.00 297. 25 04/14/86 LI 38181 05/05/86 VR 14683 PC38181 BARBER ELECTRIC CONSTR 1 ,945. 80 04/17/86 LI 38166 05/05/86 VR 14729 P038166 ELECTROMATIC SALES & S 7,912.92 HEAT PUMP REPL/CONTROL TOWER 8,000.00 9,858.72 10,155.97 546 20 48 28 SEALING PAVEMENT 'RACKS 16,000.00 546 20 48 29 UTILITIES PREV MAi �4605/29/86 LI 38338 NT PROGRAM 50,000.00 20 49 12 M-MBERSHIPS & REGISTRATIONS 1 , 235 .00 98.75 05/29/86 LI 38338 r c';t� co,: Q, I •.... 1._s f v. _ r. t; r e ��- ( ,-.T"'7-. bT'fsaJ"�"nT'a".��.'� _ -._o e•��.�- `"...'a. : ' _.._ __. to t,nvttntn to vt T.X a tT cr 0101 O t? U n -+r l d III N NNN rJh/NNN NNN Nh1-�N-+hr NNhJh) NN C- lnro C) r7 - ....a».► -.�01AC)hJ NC)CD rUN --1 C t \rn _0v)•O•C) �.r•rr1, Cld)CpY)%,At- LA10-UJ>- bite) cI C:) On IU lxl(b'. tt1 Ct)(gC}`�.Yl mf.}.•t to L" to Vtln r✓t v,r-l+lJrt� Vlk,�t_/t Vtln C)X• rf' L'+tr3 rirr"t:r' <GG r< tu7, 31 7t) ..ri:►) f` 17 y (T : �nCl li rTrN C7 r�1) tu 4.4 tvr, raI I717) is rtbn►+ p -1ra_4 or z zr) V) cx( ti;n)rt l`1 c ►, f-1t.nMT. -4 t-(4t-C'-Mtn � r-kAtMr- n,-tito ttu,r.lt,t i+!�bVttnA .r-'t1^1 ' In CI. >7 77 an 77-4 :1. . >e R x(y)G,3 ' 1'o o l— O to C) Y, -4-4 GJ l'T-+ n(f>> V '0 Urn m r✓nIy C 110 01C"1 D 1, fl) rlt r1 r 1 to 0 C)7,1 :-m n o M r rn 7t fT Ch�K it.. xi - 7r7 : -f Sl . -4 -4 -4- Cr-~ ?7 ;$I W to 0 U) 1-4 1r) Z 1n 3-4 2 ►, F, `J 'V In W Cl -0 ?J 7O ME, - )r) H 1-HH 7Or-4 G < P) % to h) 0�1. In III ►-, 1-4. 14 1 rn rn m c to tn(7 n1-0 U4 tr F- -1 n x) VA M ►r [1 ►-. to fn?'r1(A r-1 h >! Z) lrf Z III rip -< -t (10 LU a1-c m C) C) z)VP r '; (.,rl .') 7 C) G e ? .7 P� P"1 t) f1 r1171 A C C)CZ 7_ - D S.' i I11 nt 7t7 1J .117 7T r')(1. VU iI. ) >nt-Ixt--/ 2 n G)G) rl C? ,7_' I:• r fttt"1t-f1-4w x 7v-/7r)tn C7 (n I•i r r' D r I' "+ -4-4--1 G)r,, ntn rn m 7 -+ .. �t)v- -< -r tnr.e c to (n-il r, r11-1 n 1> h n -+ (-1 n C- C) -1-1 -1 I rl O rn o 7, ril C) m 1)C?Ct C1 tt>Q7n n 1 tnr_• H 1 1 T rn n n U i) + - D H 711••,Vt 4) --A FA- G, G) -•+ fil A 7,:1 T) S.T. 7) I frtfll tnM 77 rn Z 1n.,u (// X 7 Ls T* C- :4 a.W:" t/t-+th C Cif 6-4 r.-1 n C,?-•,--1 -9 -u 1-+ rn O C7 E C.- :r, r to fit ! u fto 1-, i ,1.-1 n 1 InC-f-C _ In f I t Cl') < ("if) t.n tin ( , l�l (1) to 11 -C fYt co w C) 1a t') r) n r) r 1 mc- i) I i E:) Q` a V iw' ID a cl i 0 C) VI C3 n C?tn o r:�p CN r, C.) ,-, c. C) O 0 " C30 C7 C7 -"Jl? C) C7 d U C.1 C.3 «:>t•C7 to" 14 • art"•� 1 r ♦ ♦ \ ♦ \ t+,C , (it .r.t•. ....a Cai : -•I :., to C')C) hJ urrr (r) ^J Ct O�h)J (tA,I C! t r�jC) t,.D f l {-1 (v fi ate n Ivry, ►,(zl CJt� , NfJ ti1hJ CY) Kl C) �fJv�fr--� gt7t•I C " t Cy,0. rVN tr '-a I J�If..)C") C t)r i :It j{ !� _ .Eye• • �� rn-< r ry rV f� cr Cr j ...► ..a `..C7 In •.v ry .� -1/ (A h) t "o (-1--4 r) r) -� CTh• //' :n N W) ! 0 ' C7 h I N 4)" 0 Crf C.? 1- i.n to C_('.I i C7 C7 r W -JM (-,�) N C) tT On t? 14) to 1471, ! rt1-A t I (,tin • i N NATION,IL cc CONCRETE CUTTING INC. 224 "G" Street S. W. • Auburn, Washington 98002 (208) 218 (206)*854-2171 • CONTRACTORS IIC.NO.•NA-TI-01-*212KB 71' _` f r y = r _ r f I �� V� ' r INVOICE POWER MASTER, INC. PLEASE REMIT TO: 10401 N.E. MARX ST.,PORTLAND,OR 97220 full service to industry 37405 Pacific Hwy, South • Federal Way,WA 98003 Tacoma Federal Way(206)927-4300 • Seattle,WA (206)838-7700 Date R. W. Scott June 25, 1986 9840 Carr Rd. Your Order Ne Renton, WA 98055 Out Order No. Attn: Accounts Payable WA 1682 Work Performed on .June 3, 1986 Vacuum Truck #50 and Operator $108.00 hr. x 6. 5 hour..- $ 702.00 Extra Labor $16.50 hr. x 2 men x 6.5 hours 214.50 Vacuum Truck #27 Labor Only $16.50 hr. x 3 men .ti 4 hrs. M-in. 198.00 Work Performed on June 5, 1986 Vacuum Truck #27 and Operator $108.00 hr. v i irs. -1'• " Extra Labor $16.50 hr. x 2 men x LO hrs. 330.00 Vacuum Truck #50 and Operator $108.00 hr. ,r. >- r'°"•CO Extra Labor $16.50 hr. x 2 men x 10 hrs. 330.00 Work Performed on June 6, 1986 Vacuum Truck #27 and Operator $108.00 hr- . x 12. 1 hours Extra Labor $16.50 hr. x 2 men x 12..5 hrs. 412.50 Vacuum Truck #50 and Operator $108.00 hr. x ;-2.5 hrs. Extra Labor $16.50 x 12.5 hrs. 206.25 Work Performed on June 9, 1986 Vacuum Truck #27 and Operator $108.00 hr. x .1.1. 5 hours 1,242.00 Extra Labor $16.50 x 2 men x 11.5 hrs. 379.50 Vacuum Truck #47 and Operator $108.00 hr. x 11.5 hours 1,242.00 Extra Labor $16.50 hr. x 2 men x 11. 5 hrs. 379.50 Work Performed on June 10, 1986 Vacuum Truck #27 and Operator $108.00 hr. x 8 hours 864.00 Extra Labor $16.50 hr. x 2 mer, x 8 hours 264.00 Vacuum Truck #47 and Operator $108.00 hr. x 8 hours 864.00 Extra Labor $16.50 hr. x 2 men x 8 hours 264.00 Work Performed on June 11, 1986 Vacuum Truck #27 and Operator $108.00 hr. x 4. 5 hrs. 486.00 Extra Labor $16.50 hr. x 2 mer, x 4.5 hrs. 148.50 Vacuum Truck #47 and Operator $108.00 hr. x 7.5 hrs. 810.00 Extra Labor $16.50 hr. x 2 men x 7.5 hrs. 247.50 Cont. on Page 2 POWER MASTER, INC. PLEASE REMIT TO: 10401 N.E. MARX ST.,PORTLAND,OR 97220 full service to industry 37405 Pacific Hwy; South • Federal Way, WA 98003 PAGE 2 Tacoma Federal Way(206) 927-4300• Seattle, WA (206)838-7700 Date R. W. Scott 9840 Carr Rd. June 25, 1986 Your Order No. Renton, WA 98055 Our Order No. Attn. Accounts Payable WA 1682 Cont. From Page 1 Work Performed on June 12, 1986 Vacuum Truck #27 and Operator $108.00 hr. x 11.5 firs. $ 1,242.00 Extra Labor $16.50 hr. x 2 men x 11.5 firs. 379.50 Vacuum Truck #47 and Operator $108.00 hr. x 11 firs. 1 ,188.00 Extra Labor $16.50 hr. x 2 men x 11 firs. 363.00 Work Performed on .June 1.3, 1986 Vacuum Truck #27 and Operator $108.00 hr. x 9.5 firs. 1,026.00 Extra Labor $16.50 hr. x 2 men x 9.5 firs. 313.50 Vacuum Truck #47 and Operator $108.00 hr'. x 9.5 firs. 1,026.00 Extra Labor $16.50 hr. x 2 men x 9.5 firs. 313..50 Work Performed on June 14, 1986 Vacuum Truck #27 and Operator $108.00 hr. x 7.5 firs. 810.00 Extra Labor $16.50 hr. x 2 men x 7.5 hrs. 247.50 Vacuum Truck #47 and Operator $108.00 hr. x 7.5 hrs. 810.00 Extra Labor $16.50 hr. x 2 men x 7. 5 hrs. 247.50 Work Performed on June 15, 1986 Vacuum Truck #27 and Operator $108.00 hr. x 7.5 hrs. 810.00 Extra Labor $16.50 hr. x 2 men x 7.5 hrs. 247.50 Vacuum Truck #47 and Operator $108.00 hr. x 6.5 firs. 702.00 Extra Labor $16.50 hr. x 2 men x 6.5 hrs. 21.4.50 Work Performed on June 15, 1986 Vacuum Truck #27 and Operator $108.00 hr. x 9.5 firs. 1,026.00 Extra Labor $16.50 hr. x 2 men x 9.5 hrs. 313.50 Work Performed on June 18, 1986 Vacuum Truck #27 and Operator $108.00 hr. x 11 hrs. 1,188.00 Extra Labor $16.50 hr. x 2 men x 11 hrs. 363.00 Vacuum Truck #47 and Operator $108.00 hr. x 11 hrs. 1,188.00 Extra Labor $16.50 hr. x 2 men x 11 hrs. 363.00 Cont. on Page 3 - � INVOICE • • POWER MASTER, INC. PLEASE REMIT TO: 10401 N.E. MARX ST.PORTLAND,OR 97220 full service to industry 37405 Pacific Hwy, South • Federal Way,WA 98003 Tacoma Federal Way(206)927-4300• Seattle,WA(206)838-7700 Date R. W. Scott June 25, 1986 9840 Carr Rd. Your Order No, Renton, WA 98055 Our Order No. Attn. Accounts Payable WA 1682 , Cont. From Page 2 Work Performed on June 19, 1986 Vacuum Truck #27 and Operator $108.00 hr. x 7. 5 hrs. 810.00 Extra Labor $16.50 hr. x 2 men x 7.5 hrs. 247.50 Vacuum Truck #47 and Operator $108.00 hr. x 7.5 hrs. 810.00 Extra Labor $16.50 hr. x 2 men x 7.5 hrs. 247.50 Work Performed on June 20, 1986 Vacuum Truck #27 and Operator $108.00 hr. x 8.5 hrs. 918.00 Extra Labor $16.50 hr. x 2 men x 8.5 hrs. 280.50 Vacuum Truck #47 and Operator $108.00 hr. x 8.5 hrs. 918.00 Extra Labor $16.50 hr. x 2 men x 8.5 hrs. 280.50 Work Performed on June 21, 1986 No Vacuum Truck Labor Only $16.50 hr. x 3 men x 12 hrs. 594.00 Work Performed on June 23, 1986 No Vacuum Truck Labor Only $16.50 x 2 men x 6 hrs. 198.00 Sub-Total "`' 1 . ?5 WA Sales Tax TOTAL -$— OF R� - o PUBLIC WORKS DEPARTMENT DESIGN/UTILITY ENGINEERING 235-2631 o = MUNICIPAL BUILDING 200 MILL AVE. SO. RENTON.WASH. 98055 9,0 �• 0,9gT�D SEPI' o-o BARBARA Y. SHINPOCH MAYOR MEMORANDUM DATE: June 9, 1986 TO: Dick Houghton Vince Lee FROM: Bob Bergstrom SUBJECT: Black River Box Culvert - Airport Low Spot Siltation As you and Ron Scott have pointed out, we have a low spot in the 5'x7' wide Box Culvert which often fills up with dirt, silt and debris. I have several concerns and several proposed solutions for your consideration: CONCERNS 1. The Box carries a lot of water which drains the whole west side of town ; therefore, we need the full cross-section of the Box to carry heavy rain flows. The original Wilsey & Ham design is adequate when clean, but must be continuously maintained. 2. Cleaning the Box and the Seaplane ramp outfall delta, are both very expensive. Just flushing the silt out of the low area will simply deposit it at the Seaplane ramp and screw up our Seaplane operations. The restaurant location is so restrictive that all lake and delta dredging must be done off of a barge. SOLUTIONS I am proposing three options oriented toward resolving or improving the siltation at the Black River Box Culvert. The three options are: 1) Inter- cepting silt before it gets to the Box Culvert; 2) intercepting silt in the Box Culvert before it gets to the low area; and 3) making improvements to the Box Culvert so we may maintain the Box without major construction. Dick Houghton Vince Lee June 9, 1986 Page Two 1. Intercept the silt upstream of the Box Culvert. In this proposal , several siltation basins or large chambers would be constructed just before the upstream culverts tie into the Box Culvert. This might require 3 or more large vaults - say the volume of the Pat Porter' s office. Siltation would occur here where maintenance evactor trucks would draw off the silts and debris. 2. Intercept the silt in the Box Culvert. In this proposal a large siltation chamber would be constructed, just upstream of the Box Culvert low spot. This would require a large vault or chamber, perhaps the size of the 4th Floor Conference Room, or Dick' s office. Siltation would be concentrated here where maintenance activities would remove the silts and debris. 3. Upgrade the Box Culvert for cleaning. This last proposal accepts the ongoing situation where silts deposit the entire length of the Box Culvert. We would make spot improvements to make maintenance easier; new access manholes would be installed; a large water tight dam or gate constructed to seal off the Box Culvert from the lake, to be used during the maintenance periods; and a permanent pump around system installed to allow the Box Culvert to be drained for main- tenance access. No cost estimates have been developed for any of these options. Our last year' s consultant engineers interviews developed a $25,000 design cost to design a single large siltation and oil separator chamber. Design of any of these options would require a similar cost range. The cost of construction is simply not known. :mf OF R4� ° PUBLIC WORKS DEPARTMENT RICHARD C. HOUGHTON • DIRECTOR °' MUNICIPAL BUILDING Z00 MILL AVE. SO. RENTON, WASH. 98055 P,0 206 235-2569 0 9grFD SEPI.1-0P BARBARA Y. SHINPOCH June 6, 1986 MAYOR MEMORANDUM TO: Bob Bergstrom FROM: Richard Houghton SUBJECT: Black River Box Culvert - Airport See attached copy of letter from R. W. Scott dated June 3, 1986. What should we be planning to do ref. fixing the low spot in the culvert? VL:pmp � "I"l al Corthrlrlors 2 2 3-Ill lM Aft 9840 CARR ROAD RF1 4TON, WAS1111-,!G'1'OPl 98055 PHONF 22G- 1452 June 3,1986 RECENED pUBUC O�REN ON . CITY Mr. Richard Houghton City of Renton 200 Mill Ave. So. Renton,WA 98055 RE: P.O. 36485 Dear Dick: As we discussed yesterday, upon startup of the box culvert cleaning, we discovered that the low area in the box culvert approximately 942 feet South bfi.the lake and near the North Rainier Avenue entrance to the air- port has filled in with sand silt again. When we left the project in late December this area was approximately 80% complete. It appears there is approximately 80 C.Y. of material that has deposited in this area. It is unknown if this is material which has moved down the box culvert from up stream or if it is additional material from winter storms and street sanding. If you have nay questions please give me a call. Sincerely, R.W. cott,president R.W.Scott Construction Co. RWS/s j c C.U. # 1 CITY OF RENTON PUBLIC WORKS DEPARTMENT CONTRACT CHA14GE ORDER AGREEMENT CONTRACT Airport Black River Drainage Culvert Cleaning and Maintenance. CONTRACTOR RW Scott Construction 9840 Carr Rd SE Renton WA 98055 SUMMARY OF PROPOSED CHANGE Purchase Order #36485 Phone #226-4452 1. Revise unit price for silt, gravel and debris removal in box culvert to 98. 92. Because of charged debris and water conditions September 13, 1985 to completion of project. Unit Price Revision for debris removal and disposal at 98.92 per cubic. All work, materials and measurements to be in accordance with the provisionsif the Standard Specifications and Special Provisions for the type of construction involved. ORIGINAL C014 RRMA CURRENT CONTRACT ESTIMATED NET ESTI TEU CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE $ 39,645. 68 $ 3 8 .6 $ 6,305. 39 $ 65,951.08 SIGNATURES: CONTRACTOR �' DATE A. PROJECT ENGINEER -� DATE Li�"I reo APPROVED BY DATE 2 - 2� — 14, Public rks Director — C.O. # 1 CITY OF RENTON PUBLIC WORKS DEPARTMENT CONTRACT CHANGE ORDER AGREEMENT CONTRACT Airport Black River Drainage Culvert Cleaning and Maintenance. CONTRACTOR RW Scott Construction 9840 Carr Rd SE Renton WA 98055 SUMMARY OF PROPOSED CHANGE Purchase Order #36485 Phone #226-4452 1. Revise unit price for silt, gravel and debris removal in box culvert to 98. 92. Because of charged debris and water conditions September 13, 1985 to completion of project. Unit Price Revision for debris removal and disposal at 98.92 per cubic. All work, materials and measurements to be in accordance with the provisionNf the Standard Specifications and Special Provisions for the type of construction involved. URIGII3AL CUNT—AR CT RREN CU T CONTRACT ESTIFU�TEU NET CH NGE ESTI TM7—EU CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE $ 39,645.68 $ 3 ti5.6 $ 6,305. 39 $ 65,951. 08 SIGNATURES: CONTRACTOR DATE PROJECT ENGINEER DATE-k APPROVED BY DATE 2 - 2;7 - Public rks Director — I N T E R O F F I C E M E M O TO: V INe DATE: F ROM: SUBJECT: zz- Ve 5 coo 2/000�is. y� Dew L� 'wo'a No. INVOICE 5592 9840 CARR ROAD - RE"aTON,%UA93055 PHONE 226-4452 RV I-SC-OC-C2 21 N17 SOLD TO SHIPPED TO City of Renton P.G. No. 36485 200 Hill Ave. So. ATTN: Bob Bergstror,, & Dick Houghton Renton,WA 98055 Estimate # 2 CUSTOMER'S ORDER SALESMAN TERMS SHIPPED VIA F.O.B. DATE 1/20/t6 Revised Billing Based on Changed Conditions a $3.00 $3.510 .00 k 9 ' 9' Li 224 00 -�. =28 734 00 ; See Letter Attached! REDIFORM® 7S737 POLY PAK (50 SETS) 7P737 INVOICE NO INVOICE , O. W. SCOTT CONSTRUCTION" . 9840 CARR ROAD - RENTON,WA 9805fi PHONE 226-4452 RECEIVED PUBLIC WORKS DEPT. RW-SC-OC-C2-2 CITY OF RENT�`-1.N SOLD TO SHIPPED TO City of Renton P.O. No. 36485 200 Mill Ave_ So. ATTN: Bob Bergstrom & Dick Houghton Renton,WA 98055 Estimate # 2 CUSTOMER'S ORDER SALESMAN TERMS SHIPPED VIA F.O.B. DATE 1/20/86 Revised Billing Based on Changed Conditions Cleaning: 1170 L.F. @ $3.00 Removal & Dis osa,l- 255 C.Y. @ $98.92 2 2 4 28,734. 00 [SeeLetter Attached] [RE61F ORM® 7 S 7 3 7 POLY PAK (50 SETS) 7P737 • 0 s' R. W. SCOTT CONSTRUCTION CO. General Contractors — 223-01-RW SC-OC-229-MU 9840 CARR ROAD RENTON, WASHINGTON 98055 PHONE 226-4452 January 20,1986 Dick Houghton City of Renton 200 Mill Ave. So. Renton,WA 98055 RE: Storm Sewer Cleaning P.O. No. 36485 Dear Dick: The following is a break down of costs relating to the changed conditions and an estimate of the remaining costs. 12/16/85 thru 12/31/85 Eduction: $18,369.00 $18,369.00 RW Scott: 8,325.00 8,325.00 Fixed Power:[6500-=-800 C.Y. = 8.00 X 255] 2,040.00 Attached billing: . $28,734.00 $28,734.00 We estimate 50 C.Y. yet to remove in backfall area. 50 C.Y. @ $124.00 6,200.00 Balance of Job: 495 C.Y. @ 98.00 48,510.00 Paid Estimate No. 1 9,324.00 $92,768.00 The total cost should run around $92,768.00 if there are no more surprises. S-i'ncerely, R. .Scotty reside [copies of Power Master billing enclosed.] ------------------------------ ki �r • s' R. W. SCOTT CONSTRUCTION CO. General Contractors — 223-01-RW-SC-OC-2.'9-MU 9840 CARR ROAD RENTON, WASHINGTON 98055 PHONE 226-4452 y/Y� January 7,1986 RECEIVEDPUBLIC WORKS DEPT. CITY OF RENTON Dick Houghton City of Renton 200 Mill Ave. So. Renton,WA 98055 RE: Airport Storm Sewer Cleaning Dear Dick: As I indicated in our meeting of January 2nd I feel we have a changed condition relating to the backfall in the 5x8 box culvert. This occures approximately 942 feet South of the North end of the box culvert. It also appears to be in close proximity to the North access road from Rainier Avenue. All of the material in this low area has not been removed due to rains which have prevented us from working. Approximately 50 L.F. still remain with the depth being approximately 3 feet. As near as we can determine the low area is approx- imately 170 feet long and up to 18 inches deep near the center. It has been extremely difficult and costly to control dewatering and excavation because of this. This low area will immedialtely silt in after the initial excavation is completed. Should the City desire to correct this situation that work should be contiguous with our cleaning as water should be continuously pumped around the low area while corrective work is being completed. Our cleaning will commence as soon as weather allows. If you have any questions please give me a call. Sing ely, i .W.Scott,pre t R.W.Scott Construction Co. RWS/sjc P � R TER, INC. PLEASE REMIT TO: 10401 N.E. MARX ST.,PORTLAND,OR 97220 ull service to industry 37405 Pacific Hwy, South • Federal Way, WA 98003 Tacoma Federal Way (206) 927-4300 • Seattle,WA(206)838-7700 R. W. Scott Date 9840 Carr Rd. 12-31-85 Renton, WA 98055 Your Order No. Accounts Payable Our Order No. WA 1621 Page 2 Work Performed on December 26, 1985 Vacuum Truck #27 and Operator $108.00 hour x 1.5 hours 162.00 Labor $16.50 hour x 3 x 1.5 hours .25 Labor $16.50 hour x 4 x 3 hours 1.7474.25 t 9800 Work Performed on December 28, 1985 Vacuum Truck #27 and Operator $108.00 hour x 9 hours 972.00- Labor $16.50 hour x 1 x 9 hours 148.50 Vacuum Truck #29 and Operator $108.00 hour x 9 hours 972.00 Y Labor $16.50 x 2 x 9 hours 297.00- Work Performed on December 29, 1985 Vacuum Truck #27 and Operator $108.00 hour x 5 hours 540.00 Labor $16.50 hour x 2 x 5 hours 165.00 Vacuum Truck #29 and Operator $108.00 hour x 5.5 hours 594.00 Labor $16.50 hour x 2 x 5.5 hours 181.50 Work Performed on December 30, 1985 Vacuum Truck #27 and Operator $108,00 hour x 9 hours 972.00 Labor $16.50 hour x 2 x 9 hours 297.00 Vacuum Truck #29 and Operator $108.00 hour x 9.5 hours 1,026.00 � Labor $16.50 hour x 2 x 9.5 hours 313.50 Labor $16.50 hour x 1 x 6.5 hours 107.25 Work Performed on December 31, 1985 I { Vacuum Truck #27 and Operator $108.00 hour x 9.5 hours 1,026.00 4 Labor $16.50 hour x 2 x 9. 5 hours 313.50 Vacuum Truck #29 and Operator $108.00 hour x 9.5 hours 1,026.00 Labor $16.50 hour x 2 x 9.5 hours 313.50 Sub Total $18,396.00 PLEASE REMIT TO: Sales Tax 10401 N.E. Marx Street Total Portland, OR 97220 is, INVOICE � • �,,•''' • POWER MASTER, INC. PLEASE REMIT TO: full service to industry 10401 N.E. MARX ST.,PORTLAND,OR 97220 37405 Pacific Hwy,South • Federal Way, WA 98003 Tacoma Federal Way(206)927-4300• Seattle, WA (206) 838-7700 • . Date R. W. Scott 12-31-85 9840 Carr Rd. r ^,5, Your Order No. Renton, WA 98055 • / Our Order No. Accounts Payable y WA 1621 Work Performed on December 16, 1985 Vacuum Truck #27 and Operator $1.08.00 hour x 11 hours $ 1,188.00 Labor $16.50 hour x 3 x 11 hours 544.50 Work Performed on December 17, 1985 Vacuum Truck #27 and Operator. S108.00 hour x 9 hours 972.00 Labor $16.50 hour x 3 x 9 hours 445.50 Work Performed on December 18, 1985 Vacuum Truck #27 and Operator $108.00 hour x 8 hours 864.00 Labor $16.50 hour x 2 x 8 hours 264.00 Work Performed on December 19, 1985 Vacuum Truck #27 and Operator $108.00 hour x 9 hours 972.00 Labor $1.6.50 hour x 2 x 9 hours 297.00 Work Performed on December 20, 1985 Vacuum Truck #27 and Operator $108.00 hour x 9 hours 972.00 Labor $16.50 hour x 3 x 9 hours 445.50 Work Performed on December 21, 1985 Vacuum Truck #27 and Operator $1,08.00 hour x 1 hour 108.00 Labor $16.50 hour x 3 x 1 hour 49.50 Work Performed on December 23, 1985 Vacuum Truck #27 and Operator $108.00 hour x 10 hours 1.080.00 Labor $16.50 hour x 3 x 10 hours 495.00 Continued on Page 2 PLEASE REMIT TO: 10401 N.E. Marx Street Portland, OR 97220 � it/'G✓,j T/�'_ C.-!'l,/fJr"`Y;j? *'�^ ,� /` �;�f ''-'r-- _ � ,•�'s�-'.w•:,x r 47 3 9 -40 , ITS" ?/,c,I L � i � ,• G� P3 t�`� G j J is —7 Zy -- j �arI V r S" s f" Ca a-� t ► • c r IlrA S 710 i r f f r ,�•I •l/p?`p 7 A/2 f cox f it /E' ��/.,' f/c�c.✓i3�'.e!�, ;>� f(). ' � � Y• t jUfJ d �� N` 1-2117 yf � r � cL1? l ? = L3.3 Ott -7 / 3rp m �� o ! / 1A• Y y Ener o of Ron or,4'!A V*,'EL.�L� F E B 3 1986 TD" Dick ffol", Sre3eic�r A TY4C� mom p � re-�i. Plt6seAtv-, WORK ORDER FOR TYPING ITEM: PRIORITY 1 2 3 TIME NEEDED Date and Hour REQUESTED BY SPECIAL INSTRUCTIONS (Please fill out and attach to any item for typing and circle priority) SENTER, MILLER & BOWDEN ATTORNEYS AT LAW SENTER & MILLER BUILDING DONALD A. SENTER AREA CODE 206 2817 WETMORE AVENUE BARDEI.L D. MILLER TELEPHONE 259-0918 GEORGE N. BOWDEN POST OFFICE BOX 1544 EVERETT, WASHINGTON 98206 =R=rtonya , C October 30, 1985 -.� R. W. Scott Construction Co. loci 1, 71 985 9840 Carr Road - - - • Renton, WA 98055 Attention: R. W. Scott, President Re: Renton Airport Storm Cleaning/A & R Eductor Co. , Inc. Dear Mr. Scott: I am writing you on behalf of A & R Eductor Company, Inc. in connection with the problems which have occurred on the Renton Airport Storm Cleaning project on which A & R Eductor Company is a subcontractor to R. W. Scott Construction Company under contract dated June 10, 1985. As has been pointed out to you on several occasions by A & R Eductor Company, their bid of $3 . 25 per linear foot for the cleaning of approximately 5425 L.F. of storm sewer line at the Renton Airport for a total amount of $17, 631 .00 was based on the estimates made by the City of Renton engineers to the effect that 600 cubic yards of material was lodged in those storm lines . The first 1890 feet of 60 inch storm line was supposed to average three inches of material throughout when, in fact, much of this area had material has high as 18 inches in areas approximating 100 L.F. each, The real problem in the contract developed when A & R Eductor Company reached the 7 x 5 box culvert. It had been estimated that the first manhole run was to have had 14 inches of material at the deepest point. The actual depth of consolidated material in this run is 24 inches with a 200 foot stretch having material measuring 30 inches . This condition requires removal of sub- stantially more material with a much higher compaction factor and greatly increased quantities of water which must be removed to get to the material. To date A & R Eductor Company has completed 1890 feet of sewer line at a cost to that company of approximately $12 , 000 . 00 . Progress payments for that amount completion would equate to $7, 588.00. It is estimated by A & R Eductor Company that they T v C4�- _ could not complete the job without a total cost to their company of between $30,000.00 and $40,000.00. As you know, A & R Eductor Company has asked you ever since the problems of this job came to light for an opportunity to sit down with your company and the City of Renton to determine the relief A & R Eductor Company might have in this situation. As you know, when A & R Eductor Company attempted to examine this job in February 1985, the storm drains were full of storm run off rendering it impossible to verify the estimates made by the City Engineers. It is unquestionable that this contract was based on a mutual mistake . A & R Eductor Company, valuing their good name, have attempted to perform this contract in spite of these difficulties and in spite of your refusal to take the matter before the City. Now, however, my clients are in possession of your letter of October 21, 1985, and your letter of October 22, 1985 . I attached these letters hereto as exhibits a and b respectively for your easy reference. In your letter of October 21, 1985, you suggest that time is of the essence although the same is not stated in the contract. You suggest that they are seven weeks behind on the projected completion, although no deadline was set for the performance of this work. As you will recall A & R Eductor Company had to, on several occasions, leave this job to undertake other projects because the provisions in the subcontract requiring monthly payment to the subcontractor had not been met. In your October 21 letter you advise my clients that if they do not commence work on the project by October 30, 1985, the subcontract will be terminated and the work will be completed by others and that you will look to my clients for reimbursement for any excess costs associated with this reletting of the contract . In the next paragraph you advise them that the $6, 142. 50 which you collected on this portion of the project from the City of Renton on October 17, 1985, would be withheld by you until the completion of the project reserving the right to pay the same over to another contractor if need be. Your letter of October 22, 1985, adds little to your October 21 letter other than to suggest the posting of a performance bond. As you know from the difficulties encountered in this project no bonding company would issue a bond after the job has been started. On August 30, 1985, my clients requested a progress payment under the contract. Although the requested progress payment has never been received you seemed to take exception to my clients not working continuously on the project since that time even though you recognize that it was a losing project . Even when you received funds from the City of Renton on October 17, 1985, you did not pay the same over to A & R Eductor Company within five days as provided by the contract, but take the position that you are going to withhold that money from them until completion of the job. This is clearly a breach of the contract . The only time table provided for in the subcontract was, in fact, the payment of the money to A & R Eductor Company within five days of receipt. In a prior conversation between my clients ' manager and Mr. Bob Bergstrom, engineer of the City of Renton, it was pointed out to the manager, Mr. Richard Uhlhorn, that your company had not been awarded the job on the basis of a competitive bid, but had, in fact, been issued a standard purchase order . Mr . Bergstrom advised Mr. Uhlhorn that if he did not believe that A & R Eductor Company could finish the job, Mr. Bergstrom would recommend cancellation of the purchase order, paying A & R Eductor Company for what they had accomplished and following it up with a public works bid to clean the rest of it. Mr. Bergstrom indicated that the purchase order equated the job in unit prices of $3. 25 per foot for cleaning of the storm drains and $34.00 per yard to your company for removal of the material removed from the storm drains . He indicated the City was unwilling to renegotiate these unit prices, so it would appear appropriate that this purchase order should be cancelled if the City is still of that mind and that you pay over to my client the $6 , 142 . 50 which you have collected on behalf of my clients and that the City pay over to them additional monies earned by them on their second request for progress payment. If this is not the way you would wish to proceed in the matter, I would assume my clients would still be willing to sit down with your company and the City of Renton in an effort to find some solution to this problem satisfactory to all concerned. I must admit that I do not understand how a job of this magnitude was awarded by the City on the basis of a purchase order and under the circumstances I could understand the City 's willingness to terminate the purchase order at the present point so that the remainder of the job can go to re-bidding. My clients are aware that you are upset with them in spite of the fact that they have attempted to proceed in a losing contract purely for the purposes of good public relations . They cannot, however, in light of the position taken by you in your letters of October 21 and 22, 1985, contemplate proceeding with this job where it is anticipated they would lose between $13, 000.00 and $2.3, 000.00 in completing the project due to circumstances not anticipated by any party to this transaction at the time of bidding. I am sending a courtesy copy of this letter and the enclosures to Mr. Bob Bergstrom, City Engineer for the City of Fenton, in the hopes of facilitating communication in this matter. I would like to thank you for your attention to this matter and I would hope for an early response. Very truly yours, SENTER, MILLER & BOWDEN Donald A. Senter DAS/ls cc: Mr. Bergstrom A & R Eductor Company R. W. SCOTT CONSTRUCTION CO. General Contractors — 22.E-01-R N-SC-OC-229-MU 9840 CARR ROAD RENTON, WASHINGTON 98055 PHONE 226-4452 October 21 , 1985 Mr. Clare Redwood A & R Eductor Company Inc. 15004 35th Ave. West Lynnwood,WA 98036 RE: Renton Storm Sewer Cleaning Your Subcontract dated June 10, 1985 Dear Mr. Redwood: You are hereby directed to continue cleaning of the storm sewer immediately. Schedule +k J vv` Time of of the essence. You are already over 7 weeks behind your No S 't T►" .projected completion with approximately 3500 L.F. left to clean. prv�ct .If work is not commenced by October 30, 1985 your subcontract will be ,terminated and the work will be completed by others. Should the cost to complete this work exceed your subcontract amount ��, we will look to you for reimbursment of this cost. 40 C,ub The $6, 142.50 will be held until completion of the project, any amount not used to complete your work will be immediately paid pon acceptance by the City of Renton. S A"s Repec ully, R.W.Scott;presidvfh R.W.Scott Construction Co. RWS/sjc K W. SCOTT CONSTRUCTION CO. --(�.•i1w u! (�U/1lI'UlY(Il'J' 2 23-UI-K lV-.5'C'_(X'229-NI U 9840 CARR ROAD REN`I'ON, WASHINGTON 98055 PHONE 226-4452 October 22, 1985 Mr. Clare Redwood A & R Eductor Co. Inc. 15U04 35th Ave. W. Lynnwood,WA 98036 RE: Renton Airport Storm Cleaning Dear Clare: In answer to your letter of October 17, 1985 I would like to clarify some statements you have made. Your subcontract is to clean approximately 5425 linear feet of storm line at the Renton Airport for $3.25 per linear foot. There is no quantity reflected in your subcontract only a unit price to clean:the storm system. �r It is your responsibility to satisfy yourself as to the amount of material to be reproved and thus reflected in your unit price. If you wish to use i,rtortination from a prior bid by the City of Renton this is certainly your, peroyative. M P� "� I received partial payment tram the City of Renton on October 17;,4985, I am deeply concerned because of non-performance on your part as to when the\ project will be completed. Your progress schedule shows your beginning work �► o u�,, S d on August 5,1985 and completion of the cleaning by t 25, 1985. It is ��r ``� now October 22, 1985 almost two months after the job is s i to be completed.�r., You have never worked continuously on the project and no effo has been44 Qis�f made since October. 2:,4 985 to do any work. until 1 have some assurance yuu will expeditiously proceed with the work I will withhold payment. I have offered to pay the reasonable cost of a . performance bond and pay you imiiiediately for the footage you have completed. ,l 4 If in good faith ypu intend to complete the project per your subcontract agreement this solution gives you immediate payment and there is noi,cost to you. � * k K' October 22, 1985 Mr. Clare Redwood A & R Eductor Co 1 ric Page (2) _• , Q Your last paragraph relating Lo needing more natural flow of storm water.: directly contradicts what Richard Uhlhorn told me in September. During and after a two week rainy period you did not work because of to much natural flow. As we indicated in -our letter, of October 21 , 1985 we are requesting that you immediately proceed with and complete the work per your subcontract dyreement. Sincerely, R.W.Scott,president R.W,S1 Construction Co. X' /RWS/sjc cc: City of Renton ' Cx R. W. SCOTT CONSTRUCTION CO. General Contractors -- 22 3-1t1-A N':5'(: (ir' 9840 CARR ROAD RENTON, WA!''HIND I'0N 98055 PH0NE 226-4452 ri�' En r.Division I y1 November 1 , 1985 ;"of Renton,WA 1 u +E K.OW V Senter,Miller & Bowden P.O. Box 1544 Everett,WA 98206 NOV 4 1885 RE: A & R Eductor Co. Inc. / Renton Airport Storm Cleaning Dear Mr. Senter: In answer to your letter of October 30, 1985, A & R. Eductor Co. Inc. had a subcontract to excavate and stockpile any type of material encountered from approximately 5425 L.F. of pipe and box culvert at the Renton Airport. Their subcontract is not based on any quantity other than what they feel is in the pipe and box culvert and therefore reflected in their unit price. Your third and fourth paragraphs are not applicable. A & R Eductor Go. Inc, I assume, examined this job in February of 1985 in reference to another contract bid to the City of Renton. At that time the entire length could have been walked. I personally examined the project along with two of our superintendents.Since that time due to an extremely dry winter and summer condition the pipe and box culvert could have been examined at any time prior to their signing of their subcontract. A & R Eductor Co.Inc. submitteda progress schedule based on their expertise, we excepted this as part of their contract since they are experienced in this specialized work. In reference to the bond. I would not have any problems furnishing a bond at any stage of the job if my intent were to complete the project. Your client requested a payment on September 10, 1985. We submitted a billing to the City of Renton on September 13,1985 and received payment from the City of Renton on October 17,1985. A & R Eductor Co. Inc's payment would be due October 22, 1985. They have not been on the job since October 2,1985. On October 31,1985 I met with the City of Renton. They had received a copy of your letter dated October 30.1985. The City has not offered nor are they of a mind to consider cancelling our purchase order- You may contact Mr. Richard Houghton, the director of Public Works, to verify this. ' November 1,1985 Senter,Miller & Bowden Page (2) A & R Eductor Inc. has abandoned the project and failed to take any steps to remedy their default even after reasonable notice from us. We too are concerned with our reputation and intend to complete this project even though your client has walked away from their obligation. We anticipate our costs will increase greatly and we will look to A & R Eductor Inc. for re-imbursement. Since 1 , R.l .Scott,presi e R.W.Scott Construction Co. RWS/sjc cc A & R Eductor Co. Inc. City of Renton - Attn: Mr. Richard Houghton October 25, 1985 TO: Dick Houghton (p Vince Lee FROM: Bob Bergstrom SUBJECT: Airport Storm Sewer Cleaning Project Here are the various letters between the contractor and subs. ti • 9*6 A & R EDUCTOR COMPANY INC. 15004 35TH AVE.W. LYNNWOOD,WA 98036 743-4396 En;r.CCdsian Cirr cf P n�n, October 17, 198D 1''A L`Z; Mr. Ron Scott R.W. •Scott Construction Go. 9840 Carr Road Renton, Wa 98055 OCT 2 � Subject : Airport Storm Sewer Cleaning - P.O. No. 36485 Dear Ron : As per our conversations over the past .3everal weeks, I feel we should render something in writing, regarding the above refered project and associated problems A & R Eductor has had in performing the project. As we have stated in the past. there is more material in the pipe and box culvert than what was estimated on the original hid documents for Schedule ki, City of Renton., Airport Storm Sewer Gleaning for which you have negoitiated a Purchase Order with the City of Renton in lieu of the actual contract, we bid the actual contract on. We have physically measured the depth of material in the box culvert as of Oct. iT, 1985 and find that there is approximately 800 4 cubic yards and not the 600 cubic yards as per the bid documents and P.O. # 36485 issued to you by the City of Renton. The volume removed from the 60 inch pipe alone is an indicator of the difficulity in removing materials that are deeper then originally estimated. This has increased the difficulty by approximately two thirds because of misleading documentation in regards to depths of material in the pipe and culvert. As I have tried to explain, the cleaning process is predicated on how much depth of material we must remove and not predicated on how many yards in order to get over all footage 4iranvd. Your position is that we should clean the nine no matter how many yards exist in the pipe. However, we feel that we have a definite changed condition and should be paid additionally for that changed condition. A & R EDUCTOR COMPANY INC. 15004 35TH AVE. W LYNNWOOD,WA 98036 743-4396 ! Qctoher i 7, 1985 Page ' We also submitted a request for a progress payment. on Aug, 30, 1985 on work completed. Your posi tior. wi as been that we either get morn footage or more cubic vards or there will be no pavment to us for work already accomplished ant'/or that we supply ac)k) with a performance bond on the project prior to any payment - , fer) �-hi,s is totally uncalled for and have sincere reservations as to whether we will receive payment for work al.re.ady performed or for future stork„ A & R E:ductor is much to small to sustain this tyre of prniec.t withnvt rrogress payments on a regular basis. We have tried several methods to me e this material and have stated that we need more natural flow of storm water to help move the excess material because of the overruns in cubic yards of material. because of extremely dry weather we have not had t.tis water to help move the excess volume of dirt in the pipe and culvert. Because of these problems and changed conditions we would appreciate a meeting with you and the City of Kenton on this matter. Thank you for your attention., ;sincerely Yuimz. Clare W, Redwond, V,Pres u Richard K, Uhlhorn, Manager CWR, RRU/ br s' R. W. SCOTT CONSTRUCT101 "- R ivmon n , " General Contractors - 223-01-R i-S'C OCR-2 29 All,',' Eli] 9840 CARR ROAD RENTON, WASHINGTON 98055 PHONE 226-4452 O C T 2 3 i98 October 22, 1985 Mr. Clare Redwood / A & R Eductor Co. Inc. - �-✓ 15004 35th Ave. W. Lynnwood,WA 98036 RE: Renton Airport Storm Cleaning Dear Clare: In answer to your letter of October 17, 1985 I would like to clarify some statements you have made. Your subcontract is to clean approximately 5425 linear feet of storm line at the Renton Airport for $3.25 per linear foot. There is no quantity reflected in your subcontract only a unit price to clean the storm system. It is your responsibility to satisfy yourself as to the amount of material to be removed and thus reflected in your unit price. If you wish to use information from a prior bid by the City of Renton this is certainly your perogative. I received partial payment from the City of Renton on October 17, 1985 1 am deeply concerned because of non-performance on your part as to when the project will be completed. Your progress schedule shows your beginning work on August 5, 1985 and completion of the cleaning by August 25, 1985. It is now October 22, 1985 almost two months after the job is shown to be completed. You have never worked continuously on the project and no effort has been made since October 2, 1985 to do any work. until I have some assurance you will expeditiously proceed with the work I will withhold payment. I have offered to pay the reasonable cost of a performance bond and pay you immediately for the footage you have completed. If in good faith you intend to complete the project per your subcontract agreement this solution gives you immediate payment and there is no cost to you. v October 22, 1985 Mr. Clare Redwood A & R Eductor Co Inc Page (2) Your last paragraph relating to needing more natural flow of storm water directly contradicts what Richard Uhlhorn told me in September. During and after a two week rainy period you did not work because of to much natural flow. As we indicated in our letter of October 21 , 1985 we are requesting that you immediately proceed with and complete the work per your subcontract agreement. Sincerely, R.W.Scott,president R.W.Scat,t Construction Co. RWS/sic cc: City of Renton s R. W. SC'OTT CONSTRUCTION CO. (.1r' .. ){ .(. A.f111 9840 CARR ROAD RI'NTON, WASHIN6 TON 98455 ,PHONE 226-4452 i�-1d October 21 , 19852� 1 Mr. Clare Redwood �I n & R Eductor Company Inc. �y(S 15004 35th Ave. West. Lynnwood,WA 98036 RE: Renton Storm Sewer leaning Your Subcontract dated June 10, 1985 Dear Mr. Redwood: You are hereby directed to continue cleaning of the storm sewer immediately. Time mg of the essence. You are already over 7 weeks behind your projected completion with approximately 3500 L.F. left to clean. If work is not commenced by October 30, 1985 your subcontract will be terminated and the work will be completed by others. Should the cost to complete this work exceed your subcontract amount we will look to you for reimbursment of this cost. The $6, 142.50 will be held until completion of the project, any amount not used to complete your work will be immediately paid upon acceptance by the City of Renton. Respectfully, R.W.Scott,president R.W.Scott Construction Co. RWS/sjc W. SCOTT CONSTRUCTION CO. A Genera! Contractors — 223-01-RW-SGOC-229-MU 9840 CARR ROAD RENTON, WASHINGTON 98055 PHONE 226-4452 September 13,1985 City of Renton 200 Mill Ave. So. Renton,WA 98055 Stuck Zivlev c%atiftel _,Q�rfoo►.1� RE: P.O. No. 36485 ATTN: Bob Bergstrom ESTIMATE NO. I Stcrm Drain Cleaning - 5,425 L.F. 1890 L.F. @ $3.00 $5,670.00 Storm Sewer Debris Removal & Disposal 600 CY 108 C.Y. @ 34.00 3,672.00 Total Ccrrpleted Estimate No. 1 $ 9,342.00!_t -- e' UK Tfl2 A4,/ 4jK-,v7 —Pil�2�►�) k�C c`3 S�(�'T 2o�n rY�'S- ��# 3c�u S 9,3yz =�-- CND rvrc- 25 p, , li- s R. W. SCOTT CONSTRUCTION-'t -- General Contractors — 223-0J-RTf'-SC-0C-229-MU 9840 CARR ROAD RENTON, WASHINGTON 98055 PHONE 226-4452 August 2, 1.985 Mr. Bob Bergstrom City of Renton 200 Mill Ave. So. Renton,WA 98055 RE: Airport Storm Sewer Cleaning P.O. No. 36485 Dear Bob: Enclosed please find (3) three copies of the construction schedule for cleaning the storm lines at Renton Airport. If they meet with your approval could you please give me a call. iWre cely, l / .Scott,p silent 'R.W.Scott Construction Co. Enc: (3) 5 � ° r'aV k � Red :;. AkLDLLs1a5QG 15004 35th Avenue West S C H E D U L E LS imwk, =od, WA 96036 RENTON Al RPORT STORMLI NE CLEANING 743-4396 FUNCTION AUGUST Set-up & Dam for 5 6 Box Culvert Pump Water Out 6 7 Clean 60 Inch Stormlines 6 7 8 Maintain Water • Level in Box Culvert 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 Clean 7 X 5 Ft Box Culvert 9 10 12 13 14 15 16 17 19 20 21 Clean 8 X 5 Ft. Box Culvert 21 22 23 24 25 Inspection. Throughout Project Demobilization August 26, 27, & 28, 1985 END PROJECT REMARKS: The above schedule is based on working 10 to 12 hour days throughout the project. • 15004 35th Acenuc West S C H E D U L E L}—wood, WA 9b,036 743-4396 RENTON AIRPORT STORMLI NE CLE A N I N G FUNCTION AUGUST Set-up & Dam for 5 6 Box Culvert Pump Water Out 6 7 Clean 60 Inch Stormlines 6 7 8 Maintain Water • Level in Box Culvert b 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 Clean 7 X 5 Ft Box Culvert 9 10 12 13 14 15 16 17 19 20 21 Clean 8 X 5 Ft. 21 22 23 24 25 Box Culvert Inspection. Throughout Project Demobilization August 26, 27, & 28, 1965 END PROJECT REMARKS: The above schedule is based on working 10 to 12 hour days throughout the project. Zu F j: I �A y R. W. SCOTT CONSTRUCTION S RUCTION CO. General Contractors — 223-01-RW-SC-OC-229-MU 9840 CARR ROAD RENTON, WASHINGTON 98055 PHONE 226-4452 September 13,1985 City of Renton 200 Mill Ave. So. Renton,WA 98055 RE: P.O. No. 36485 ATTN: Bob Bergstrom ESTIMATE NO. I Stcrm Drain Cleaning - 5,425 L.F. 1890 L.F. @ $3.00 $5,670.00 Storm Sewer Debris REmoval & Disposal 600 CY IOB C.Y. @ 34.00 3,672.00 Total Completed Estimate No. 1 $ 9,342.00--�z,3—. UiC Tfl2 1='r4 B11211 � SG p-T 20 m l q?L - 6 ti 3W '�.5- 18 • x 12 • _ 216- P� -3C,,y85 �R. W. SCOTT CONST. CO. � 9840 CARR ROAD RENTON, WA 98055 DATE �� 19 -1 NAME ADDRESS v: SOLDBY CASH C.O.D. CHAROt ONACCT. MDSE. PAIDOUT:;; REM Sst ,sz DESCRIPTION a 7 • b aik 7 z[i 8 :c 9 10 s1�3 12 !: 13 14 15 16 17 18 1 CUSTOMER'S ORDER N . REC'D BY KEEP THIS SLIP FOR REFERENCE jh 51-I270 ® �,._ Pw W. SCOTT CONST. CO. 9840 CARR ROAD RENTON, WA 98055 rAID) TE=S - R RES ;:$OLD BY CASH C.O.D. CMAROE ON A CT. MDSE. PAID OUT ">' EM DESCRIPTION • 1 2 18 r� 5 6 7 8 9 10 12 13 14 15 16 17 h 18 CUSTOMER'S ORDER NO. IkEUD BY KEEP THIS SLIP FOR REFERENCE 5H270 P,� 5 6,1-18 � 115 P. W. SCO17 CONST. CO. 9840 CARR ROAD RENTON, WA 98055 DATE NAME OW_,Lf ADORESS I - 7� OLD BY CASH C.O.D.O.D. CMARO6 ONACCT. IVIDSE� PAID OUT......-,*,*.." RETD. QUAN DESCRIPTION • 2 5 ............... 8 10 it 12 13 14 15 16 17 18 CUSTOMER'S ORDER NO. REC"D BY KEEP THIS SLIP FOR REFERENCE SH270 FiED1FORM& now * GUAN DESCRIPTION PRICE AMOUNT 1 c -_ c -- m �® m ®® m . ®� m ORDERCUSTOM ER'S . pF Rell �, PUBLIC WORKS DEPARTMENT DESIGN/UTILITY ENGINEERING 0 235-2631 MUNICIPAL BUILDING 200 MILL AVE. SO. RENTON,WASH. 98055 0 ::�R 0,9gT�D SEPI' o'-o BARBARA Y. SHINPOCH MAYOR MEMORANDUM Date: June 11, 1985 To: Larry Warren, City Attorney From: Bob Bergstrom, Engineering Supervisor Subject; Black River Culvert Oil Separator Professional Services Contract Please review per form the Professional Services contract for the Black River Culvert Oil Separator design. Please note the consultant will provide insurance certificates before the Mayor signs. Also, we are still in fee negotiation, which is estimated less than $20,000.00. Thanks! Y'- :jft Attachment P O O L ENGINEERING, INC. Consulting Engineers & Suruegors ONB Plaza• 10800 N.E.8th•Box 97033•Belleuue, WA 98009•(206)455-9494 June 3, 1985 Robert E. Bergstrom Engineering Supervisor Public Works Department Municipal Building 200 Mill Avenue South Renton, Washington 98055 Re: Airport/Black River Box Culvert Oil Separator Project Consultant Agreement Dear Bob: Enclosed is a copy of the proposed agreement for the referenced project. We propose to establish a fee after you have approved the scope. We would be pleased to discuss any comments or suggestions that you may have. Sin r ly, Gary . Bourne Pri cipal Goers a k- �� Tw� CONSULTANT AGREEMENT / FOR AIRPORT/BLACK RIVER BOX BOX CULVERT CULVERT OIL SEPARATOR PROJECT THIS AGREEMENT, made and entered into on this day of , 1985, by and between the CITY OF RENTON , WASHING hereina ter called the "AGENCY" , and the consulting firm of Pool Engineering , Inc. , whose address is ONB Plaza, 10800 N.E. 8th; Box 97033; Bellevue, Washington 98009, the location in Washington State at which work will be available for inspection, hereinafter called the "CONSULTANT". WHEREAS, the Agency desires to alleviate the problem of oil and grit reaching Lake Washington through the Black River Box Culvert by constructing a treatment device at or near the northwest corner of the Renton Municipal Airport; and WHEREAS, the Agency does not have sufficient qualified engineering employees to perform the necessary planning and to prepare the necessary construction plans, specifications, and contract documents within a reasonable time, the Agency deems it advisable and desires to engage the professional services and assistance of a qualified consulting engineering firm to do the necessary engineering work for the Project and to develop plans, specifications and estimates; and WHEREAS, the Consultant has represented and by entering into this Agree- ment now represents, that he is in full compliance with the statutes of the State of Washington for registration of professional engineers and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform the work to which they will be assigned in a competent and professional manner; and WHEREAS, the Consultant has indicated that he desires to do the work set forth in the Agreement upon the terms and conditions set forth below: NOW, THEREFORE, in consideration of the terms, conditions, covenants and performances contained herein below, the parties hereto agree as follows: I RETENTION OF CONSULTANT The Agency does hereby employ the Consultant to perform the engineering services upon the terms and conditions set forth herein. The Consultant shall conduct and complete the work in a competent and professional manner and shall furnish all supervision , labor, materials, equipment, supplies and other incidentals to complete the work, except for those items to be furnished by the Agency to the Consultant as described in Section IV hereof. 281310:1 II OBJECTIVES AND SCOPE OF WORK The objective of the Agreement is to provide engineering services necessary for the planning and preparation of plans, specifications and other documents required to go to contract. The Scope of Work shall include all services and materials necessary to accomplish the work as indicated below: Phase 1 : Define Design Requirements 1 . Data collection and review. Review existing data furnished by the Agency and assemble information relevant to the design of the oil and grit separator. 2. Define drainage basin. Develop preliminary map of drainage basin from existing topographic maps furnished by the Agency. Conduct field investigations to verify and correct preliminary map. Review preliminary map with City staff and develop final drainage basin map. 3. Develop drainage basin computer model. Convert information on drainage basin map to data for use with stormwater hydrograph routing software designed to run on an IBM PC microcomputer. Method of analysis will be consistent with the Agency's stormwater ordinance. 4. Verify model. Field verify normal flows predicted by the computer model with a "March-McBirney FLO-TOTE" measuring device. Modify computer model, if required, to achieve agreement with field measured flows. 5. Define present and future design flows. Using the computer model, develop present and future design flows based on current develop- ment and development allowed by the zoning. Current zoning will be furnished by the Agency. 6. Identify sources of oil and grit. Review available data and literature and conduct field investigation of the drainage basin to the box culvert to identify contributing sources of oil and grit. 7. Determine to what extent the box culvert contributes to the accumu- lation of sediment in Lake Washington. Take field samples of grit from the box culvert and potential sources of sediment in the drainage basin and compare in a laboratory with samples of sediment found in Lake Washington near the discharge of the box culvert. 8. Determine required effluent quality. Determine required separator effluent quality to prevent degradation of Lake Washington water quality and deposition of grit and sand. Coordinate requirements with appropriate regulatory agencies. 9. Identify possible upstream opportunities for control of oil and grit. 281310:2 4 10. Develop requirements for oil and grit removal. Consistent with the requirements determined, develop specific recommendations and alter- natives for removal of oil and grit. 11 . Size required facilities. Using the design flows and the removal requirements developed in previous tasks, determine the size of the oil and grit separator facilities. 12. Identify the preferred site for the oil and grit separator. Compile as-built mapping provided by the Agency to prepare a site plan. 13. Perform preliminary geotechnical field investigations to determine foundation and dewatering design requirements. 14. Develop preliminary design drawings. Prepare preliminary plan and profile views of the proposed facility to facilitate review and comment by the Agency. 15. Assist the Agency in the preparation of a SEPA checklist. 9 Y 16. Identify permits, easements, and/or land acquisitions In may be required for the project. 17. Prepare a preliminary cost estimate. 18. Review findings and conclusions developed during Phase I with the City Engineering Department. 19. Prepare a report of the work performed and the recommendations developed during Phase I . Submit ", ) copies of the draft report to the Agency for review and comment Submit a� copies of the final report to the Agency for distribution and final approval. Phase 2: Final Design and Preparation of Contract Documents 1 . Prepare plans, specifications and bidding documents for the facilities recommended in Phase 1 in accordance with City design standards. Plans will be on standard City drawing sheets. 2. Coordinate with Agency, City Maintenance Department and airport personnel and review design progress as developments dictate. 3. Perform additional geotechnical investigations, beyond those in Phase II , in order to conclude the foundation and dewatering design. 4. Prepare permits, easement descriptions and/or legal descriptions necessary for construction. 5. Submits copies of the contract drawings and special provisions to the Agency for review and comment, and submit -j copies to the Agency upon final approval. 6. Prepare a construction cost estimate of the proposed facilities. 28B10:3 IV ITEMS TO BE FURNISHED TO THE CONSULTANT BY THE AGENCY 1 . The Agency will furnish the Consultant copies of any information that the Agency maintains in its files that is pertinent to the project. 2. During Phase 1 , the Agency will furnish the Consultant copies of topographic field survey plans @ 1" = 20' showing all existing physical features and in sufficient detail to allow for siting of the proposed facility and for subsequent design. 3. The Agency will furnish the Consultant copies of the utility plans, profiles, cross-sections or documents available to the Agency that will aid in the preparation of the plans and studies within the limits of the project. V DOCUMENTS TO BE FURNISHED BY THE CONSULTANT The following documents, exhibits or other presentations for the work covered by this Agreement shall be furnished by the Consultant to the Agency upon completion of the various phases of the work. All such material, including photographic negatives used in the project, shall become and remain the property of the Agency and may be used by it without restrictions: 1 . copies of the Phase 1 draft report. 2. copies of the Phase 1 final report. 3. copies contract drawings and special provisions prepared under PFiase 2 for review and comment. 4. ', copies of contract drawings and special provisions prepared under Phase 2 upon final approval by the Agency. 5. One copy of detailed estimate of cost of the work to be constructed. 6. One set of all sheets comprising the set of contract plans on permanent scale stable reproducibles, together with one (1 ) copy of all pertinent reports and drawings. 7. One copy of special provisions to the Standard Specifications suitable for photo-reproduction by the Agency. 8. One copy of the quantity and design computations for construc- tion of the Project. 281310:5 VI TIME OF BEGINNING AND COMPLETION The Consultant shall not begin work under the terms of this Agreement until authorized in writing by the Agency. The Agency intends to construct the improvements identified in this project in 1986. The Agency and the Consultant will establish a schedule that will meet the objective during Phase of the Scope of Work. Established completion time shall not be extended because of any unwar- ranted delays attributable to the Consultant, but may be extended by the Agency in the event of a delay attributable to the Agency or because of unavoidable delays caused by acts of God or governmental actions or other conditions beyond the control of the Consultant. The Consultant shall make written request for time extensions to the Agency setting forth the reasons for the delay as specified in Section VII , A.4 following: Delays attributable to or caused by one of the parties to the Agreement amounting to 30 days or more, affecting the completion of the work, may be considered a cause for renegotiation or termination of this Agreement by the other party. r I� VII PAYMENT The Consultant shall be paid by the Agency for completed work or services rendered under this Agreement as stated below. Such payment shall be full compensation for work performed or services rendered; for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. A. Payment for work identified in Section_ -1 l , Phase -•1 , .Define Design Requirements, under the terms of this Agreement shall be on a Lump Sum basis for the total amount of $ for professional services plus direct non-salary costs at cost plus ten percent. Payment for work accomplished in Phase 2, Final Design and Prepara- tion of Contract Documents, and Phase 3, Construction Engineering and Inspection, will be determined by amendment to this Agreement. B. All vouchers shall be submitted by the Consultant to the Agency for payment pursuant to the terms of this Agreement. .Progress payments will be claimed monthly as a proportionate amount of the fee due the Consultant based on the estimated percentage of completion of the services to date. Such percentage will be negotiated monthly between the Consultant and the Agency. The •Agency shall pay the amount of each monthly voucher to the Consultant. 281310:6 C. A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussions of any problems and potential causes for delay. D. Payment for extra work performed under this Agreement shall be paid as agreed to by the parties to this Agreement in writing at the time extra work is authorized. Vlll EMPLOYMENT The Consultant warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee commission percentage brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this contact. For breach or violation of this warranty, the Agency shall have the right to annul this Agreement without liability, or at its discretion to deduct from the Agreement price or consideration or otherwise recover, the full amount of such fee, commission, percentage brokerage fee, gift or contingent fee. Any and all employees of the Consultant, while engaged in the performance of any work or services required by the Consultant under this Agreement, shall be considered employees of the Consultant only and not of the Agency and any and all claims that may or might arise under the Workman's Compen- sation Act on behalf of said employees, while so engaged and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the Consultant's employees, while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the Consultant. The Consultant shall not engage, on full, part-time basis, or other basis, during the period of the contact, any professional or technical personnel who are, or who have been at any time during the period of this contract, in the employ of the Agency, except regularly retired employees, without the written consent of the public employer of such person. During the life of the Agreement, the Consultant, for himself, his assignees, and his successors in interest, agree as follows: A. Non-discrimation: The Consultant, with regard to the work per- formed by him after award and prior to completion of the contract work will not discriminate on the grounds of race, color, national origin or sex in the selection and retention of subcontractors, including procurements of materials and leases of equipment. 28B10:7 IX CHANGES IN WORK The Consultant shall make such revisions in the work included in this Agreement which has been completed, as are necessary to correct errors or omissions of the Consultant appearing therein, when required to do so by the Agency, without additional compensation. Should the Agency desire for its own purposes to have previously satisfac- torily completed work or parts there of revised, other than minor revisions within the scope of the work, the Consultant shall make such revisions, if requested and as directed by the Agency in writing. This work shall be considered as Extra Work and will be paid for as provided in Section VII. All extra work shall be submitted as a supplement to the basic agreement and approved by the Agency before the work is undertaken. X TERMINATION OF THE AGREEMENT A. The right is reserved by the Agency to terminate this Agreement at any time upon not less than ten (10) days written notice to the Consultant. B. In the event of the death of any member, partner, or officer of the Consultant, or any of its supervisory personnel assigned to the Project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the Agency. This section shall not be a bar to renegotia- tions of this Agreement between surviving members of the Consultant and the Agency, if the Agency so chooses. C. In the event this Agreement is terminated under any of its terms prior to completion of the work, a final payment shall be made to the Consultant which, when added to any payments previously made, shall total the same percentage of the amount which would have been due if the work had been fully completed as the work completed at the time of termination bears to the total work required under the Agreement. D. In the event this Agreement is terminated prior to completion of the work, the original copies of all plans, prints, drawings and field notes prepared by the Consultant shall be come the property of the Agency. XI DISPUTES Any dispute concerning questions of facts in connection with work not covered by'' this agreement shall be referred for determination to the Agency's Project Administrator, whose decision in the matter shall be final and conclusive on the parties to this Agreement. 28B10:8 XII INDEMNITY The Consultant shall comply with all Federal Government, State and local laws and ordinances applicable to the work to be done under this Agreement. The Consultant hereby agrees to indemnify and hold the Agency harmless from and shall process and defend at its own expense, all claims, demands, or suits at law or equity, arising in whole or in part from the Consultant's negligence or breach of any of its obligations under this agreement. The Consultant shall secure regular Public Liability and Property Damage Insurance Coverage in the amount of $100,000 for death or injury to any one person and $300,000 for death or injury to two or more persons in any one occurrence and $50,000, for Property Damage in any one occurrence with any aggregate Property Damage covered of $100,000 for two or more occur- rences from an insurance company authorized to do business in the State of Washington. X I I I SUBLETTING OR ASSIGNING OF CONTRACTS The Consultant shall not sublet or assign any of the work covered by this Agreement without the express consent of the Agency. When work is sublet or assigned by the Consultant he shall require his subconsultant to maintain the same type and extent of records as required of him by this Agreement. XIV ENDORSEMENT OF PLANS The Consultant shall place his endorsement of all plans, specifications, estimates or any other engineering data furnished by him. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first above written. CITY OF RENTON By: Mayor ATTEST: POOL ENGINEERING, INC. By: City Clerk Gary R. Bourne, Vice President 28B10:9 l.1Ly or Kenton tngineering Department 235-2631 • PRECONSTRUCTION CONFERENCE DATE: FP-1 OAy J VNE' 7 14 S TIME: 2:00 P.M. PLACE: 3th Floor Conference DEVELOPER / CONTRACTOR OR SUBCONTRACTOR / NAME OF PROJECT Name: _ Rnn 'rntt Construction, 9840 Carr Road South, Renton WA 98055 Phone: 226-4452 Project: Black River Box Culvert Clean K3 Proj. #: NAME OF APPOINTED INSPECTOR Please check departments to be notified and specify person to attend. X Design/Utility Eng. X Fire Dept. X Police Dept. X Street Dept. X Traffic Dept. X Sewer Maintenance X Water Shop Park Dept. Building Dept. X Other Outside Depts. 7(9 `Co6�a Department of Transportation Pacific N.W. Bell Company Puget Sound Power & Light Company Group W Cable TV Company Washington Natural Gas Company Other _ DATE CITY OF R E N T O N* P-0.No. REQUISITION DEPT. ACCT. $ VENDOR NO. ACCT. $ PHONE NO. VENDOR NAME AND ADDRESS VENDOR "REMITTANCE" ADDRESS QTY. DESCRIPTION IN DETAIL AMOUNT u a LJ PURCHASING TO ORDER AUT40BY: i O F RLc• �10 o PUBLIC WORKS DEPARTMENT DESIGN/UTILITY ENGINEERING 235-2631 MUNICIPAL BUILDING 200 MILL AVE.SO. RENTON,WASH. 98055 9,0 (0. O,9gTtD SEPIE011iP BARBARA Y. SHINPOCH MAYOR MEMORANDUM Date: February 19, 1985 To: Vince Lee From: Bob Bergstrom Subject: Airport Box Culvert As you know, we recently bid, as an additive item, the clear- ing of grit and debris from the Black River box culvert on the west side of the airport. The low bid by Gelco at $42,651 .35 was an additive alternate. Your 1985 Airport Fund has budgeted $75,000 for cleaning of the box and replacement of the oil separator/grit trap, design costs should be less than $10,000 if we use a consultant engi- neer off of the small projects consultant roster. Any remain- ing funds can be carried forward into 1986 for construction of the oil separator/grit trap in 1986. A consultant should be retained because of the structural and hydraulic design elements are beyond our in-house design capability. I strongly recommend that the box culvert be cleaned. If we delay, the 600 to 1 ,000 cubic yards of debris will wash down into your seaplane ramp and block access. :jft