Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WWP2700155
SAN-1 APOLLO SCHOOL/WD90 S-155 1X I I I b Zti .ti w.:w.,..6tn11� HILL, INGMAN,CHASE & CO. Consulting Engineers and Analysts...since 1891 2909 Third Avenue,Saattle,Washington 98121 I206) 620-6000 September 21, 1970 Mr. Bert McHenry Assistant City Engineer City of Renton Municipal Building Renton, NA. 98055 Re: Issaquah School District No. 411 Elementary School No, 8 Sewer Service Reference is maaa to our meeting of September 15, 1970 with you ana your staff regarding modifications to the newly installed wet well of Union & Sunset Streets. Per our discussion we have made a rough sketch of what was pro- posed to be added to the existing facilities. We hope addition of the sumPpump in the wet well would greatly reduce the normal maintainance of the facilities. Should there be: any questions, please give us a call. Very truly yours, Rasool Doneshvar, P.E. Project Engineer CP �^ RKD/kb n `` o Enclosure cc: Water District 490 = c m Issaquah School DistrictLO , z C2 JL c$ '� b► a r �a ISSAQUAH SCHOOL DISTRICT NO. 411 KING COUNTY, WASHINGTON SPECIFICATIONS FOR r CONSTRUCTION OF LATERAL SEWER, FORCE MAIN AND LIFT STATION ELEMENTARY SCHOOL NO. 8 1970 HILL, INGIVIAN, CHASE & CO. Consulting Engineers and Aoalysts since 1891 2909 Third Avenue , Seattle, Washington 98121 MEMBER U.R.S. SYSTEMS CORPORATION ISSAQUAH SCHOOL DISTRICT NO. 411 KING COUNTY, WASHINGTODT S P E C I F I C A P I O N S T' O R CONSTRUCTION of LATERAL SEWER, FORCE MAIN AND LIFT STATION ELEMENTARY SCHOOL NO. 8 iULL, INGNIAN, CHASE & CO. Consulting Engineers 2909 Third Avenue Seattle, Washington 98121 BID OPENING 2: 00 P ,M. , P.S.T. , March 2 , 1970 At Offices of : ISSAQUAH SCHOOL DISTRICT NO. 411 22211 S.E. 72nd Street Issaquah, Washington o MMMEMMEEMMMM r TABLE OF CONTEI:TS INSTRUCTION TO BIDDERS Section 1 - Advertisement for Bids Section 2 - Information for Bidders Section 3 - Proposal Section 4 - Agreement Section 5 - Performance Bond Section 5A- Certificate of Insurance SPECIAL PROVISIONS Section 6 - GENERAL DESCRIPTION 1. Location & Extent 2. Description of Proposal Items 3. Description of Tally Method for Payment Quantitias 4. Commencement of Work & Time of Comrletion 5. Standard Specifications 6. Restorz,ti.on Guarantee_ Fund 7. Access to Site for Regulatory Agencies 8. Payments to Contractor 9. State Sales Tax 10. Use of Sowers Pricr to Completion 11. Safety Standards 12. Surveys or. Uncleared Easements & Rights-of-Way 13. Use of Off-Shore Items 14. Electricai Power During Construction 15. Legal Wages on Public Works 16. Employment of State Residents Section 7 - GENERAL CONSTRUCTION PROVISIONS 1. Commencement of Work on Public & Private Riqht of Way 2. Construction Schedule 3 . Work on Private Property 4. Road Maintenance and Restoration 5. Covenants & Stipulations of Easements 6 . Power & Telephone Poles 7 . Underground Telephone Lines 8 . Existing Drainage Facilities 9 . Public Complaints 10. Engineer ' s Field Office 21. Repair of Pipeline Failures 12. Protection of Live Sewers 13. Connections to Existing Manholes 14. Shop Drawings Section. 8 - SPECIAL CONSTRUCTION PROVISIONS 1. Manholes 2. Manhole Rings & Covers 3. Trenching & Backfilling 4. Force Main - Alternate Materials �atiaw .iL* n c.Ar.aifilOWi4..�Yv,.. Table of Contents - Page 2 Section 8 - Special Construction Provisions !Continued) Testing Pressure Pipelines 6. Tees Section 9 - PREFABRICATED SZWAG1: LIFT STATION 1. General 2. Structural Requirements 3. Operating Conditions 4. Pump Chamber & Entrance Tube 5. Weldino 6 . Protection Against Corrosion 7 . Pumps 8. Constant. Speed Motors 9. Control Cabinet 10. Lift Station Control 11. Alarm System 12. Dehumidifier & Ventilating Blower 13. Sump Pump 14. Piping 15. Lights 16. wiring 17. Factory Tests 18. Ma.intenance & Operation ,Manual 19. Spare Parts 20. Field Adjustment 21. Experience & workmanship 22. Manufactured Eiuipmer.t 23. Plan Submittal 24. Wet well 25. Piping 26. Excavation & Backfill Section 10 - ELECTRICAL WORK 1. General Materials a. General b. Substitution of Materials C. Conduit & Fittings d. Conductors e. Junction Boxes 2. Installation a. Conduit b. Conductors 3. Wet Well Alarm 4. Dry Well Alarm 5. Eme!:gency Power Adaptor 6. Sig•ial System 7 . Service 8. Tests �i .rllu.. ram. A �r i 1 i Table of Contents - Page 3 I CONSTRUCTION DRAWINGS Drawing No. 1 - Standard Manhole Cover & Ring Locking Type I Drawing No. 2 - Construction Standards Metro Manhole Cover S Drawing No. 3 - Foundation Gravel & Sackfill E� r I Y•:ar/►'sE.y, _+i1YFs..,/Ui.�iO(►.. � .yiQ.tY y�py�...r..._--- 1 Section 1 Page 1 Adverstisement for Bids ISSAQUAH SCHOOL DISTRICT NO. 411 I ADVERTISEMENT FOR BIDS SEWER CONSTRUCTION Notice is hereby given that the Issaquah School District No. 411 will receive sealed bids for construction of the Lateral Sewer, Force Main and Lift Station to be located in King County, Washington, in the vicinity of S. E. 116th Street from 140th Avenue S. E. to east of 148th Avenue S. E. 1 The bids will be received at the offices of the Issaquah School District No. 411 , 22211 S. E. 72nd Street, Issaquah, Washington, until 2 : 00 P.M. , Pacific Standard Time, on March 2 , 1970 , at which time the bids will be opened and publicly read aloud. Principal items to be bid are as follows: 1,650 L.F. of 8" Lateral Sewer & Appurtinances 2,060 L.F. of 6' :orce Main i One Package Lift Station Each bid shall be in accordance with the plans and specifica- tions and other contract documents now on file at the offices Of Sall, Ingman, Chase & . 0. , 2909 Third Avenue, Seattle, Wash- i:,gton, 98121, where copies may be purchased as follows: Standard Specifications $4 . 50 I One Set of Flans & Specifications $6 .00 i i Bidders and/or contractors are notified to examine thoroughly the bid instructions, proposals, the form of contract, plans and specifications. If there be any doubt or obscurity as to the meaning of same, intending bidders or contractors should ask the Engineers for an explanation before submitting their proposal and/or accepting their contract. V I Each bid shall be accompanied by a Bid Pond, Cashier's Check or Certified Check, made payable to the Issaquah School Dis- trict No. 411 in an amount not less than five percent (5%) of I the bid. i f �r as�,�rwR,wv�aw,s�w4�me�a..dy,r�r�_ i f , Section 1 page 2 � t Advertisement fcr Bids The Issaquah School District No. 411 reserves the right to reject any and all bids or waive anv informalities in the bidding. No bidder may withdraw his bid for a period of ninety (90) days after the day of bid opening. In accordance with the State Statutes, the Contractor upon ccmpletion of :he contract shall submit a statement certifying the nature and source of all off-shore items in excess of twenty-five hundred dollars ($2, 500.00) , which have been utilized in the performance of the contract. By: ISSAOUAH SCHOOL DISTRICT NO 411 F Section 2 ffff Page I Information for Bidders INFORMATION FOR BIDDERS l I. Preparation of Bid Forms. The owner invites bids on the form attached to be submitted at such time and place as is stated on the adverfisement for bids. All blanks in the bid form must be appropriate. filled in, and all prices must be stand in both words and figures. i Bidders should fill in the loose bid forms furnished wit'• the bound specifications. Do not fill in the bound set of bid forms. All bids must be submitted in sealed envelopes bearing on fhr outside the names of the bidder, his address, • and the name of the project for which the bid is submitted. It is the sole resposibilify of the bidder to see that his bid is received in proper time. Any bids received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. 2. Signatures. The bid must re signed in the name of the bidder and must bear the signature in long hand of the person or persons duly authorized to sign the bid. h 3. Modifications. Charges in or additions to the bid forms, recaprfulaions of the bid upon, alter- ative proposals or any other modifications of the bid form which are not specifically called for in the contract documents may r,.sulf in the Owner's rejection of the bid as not being responsive to the advertise- ment. No oral or fe;ephone modification of any bid submitted will be considered and a felegraphic modifica- tion may be considered only if the post mark evidences that a copy of the modification by the telegram, 1 signed by the Bidder, was placed in the mail prior to the opening of the bid. 4. Erasures. The bid submitted must not contain any erasures, interlineations or other corrections unless eech such correction is suitably authenticated by affixing in the margin immediately opposite the corrections the surname of the person or persons signing +he bid. S. Examination of the Site, Drawings, etc. Each bidder shall visit the site of the proposed work and fully acquaint himself with the conditions relating to the construction and labor so that he may fully under- stand the facilities, difficulties, and restrictions attending the execution of the work under this contract. Bidders shall thoroughly examine and be familiar with the Plans and Specifications. The failure or omission of any bidder to receive or examine any forms, instrument or addendum or other document or to visit the site and acquaint himself with conditions there existing shall in no wise relieve the bidder from obligations with respect to his bid or to the contract. The submission of a bid shall be taken as a prima facie evidence of compliance with this section. 6. Withdrawal of Bids. Any bidder may withdraw his bid, either personally, by written request, or by telegraphic request confirmed in the manner specified above, at any time prior to the scheduled closing time for receipt of bids. 4( 7. Agreement and Bonds. The form of Agreement which the successful Bidder, as Contractor, shall be [ required to execute, drd the form and amounts of surety bonds, which he shall be required to furnish of the Iltr time of execution of the Agreement, are included in the Contract Documents and should be carefully exam- ined by the bidder, The agreement and the surety bonds shall be executed in six (6) original counterparts. f I j II I i1 Section 2 Page 2 Information for Bidders ... Interpretation of Plans & Documents Prior to Bid Opening. If any person contemplating submitting a i.A for the proposed contract is in doubt as to the true meaning of any part of the plans, specifications or other contract documents, or finds discrepancies, in, or omissiors from the plans or specifications, he may submit to the Engineer, a written request for an interpretation or correction thereof. The person submitting tine request shall be responsible for its prompt d^livery. Any nterpretatior. or correction of the contract documents will be made only by Addendum issued by the Engineers, and a copy of such Addendum will be mailed by regular mail to each person receiving a set of contract documents. However, responsibility shall rest solely with each of the intending bidders to determine that he has, by time of bidding, received all Addenda applicable. The Owner or Engineers will not be responsible for any other explanation or interpreta- tion of the contract documents. No oral interpretation or provisions in the contract documents will be made `o the Bidder. 9. Bidders Interested in more than one Bid. No person, firm, or corporation shall be allowed to make, or file, or be interested in more than one bid for the same work unless alternate bids are specifically called for. A person, firm, or corporation that has submitted a sub-proposal to a bidder, or that has quoted prices of materials :o a bidder, is not thereby disqualified from submitting a sub-proposal or quoting prices to other bid�'ers or making a prime proposal. 10. AY ird of Contract. Th, Owner reserves the privilege of rejecting all bids and not making an award. The award of the contract, if made by the Owner, will be made to the qualified 'bidder submitting the lowest and best bid, but the Owner shall determine at his own discretion, whether a bidder is qualified to perform the the contract, and what bid is the lowest and whether it is to the interest of the Owner to accept the bid- 1 I. Evidence of Qualification. Upon request of the Owner, a bidder whose bid is under consideration for the award of the contract, shall submit promptly to the Owner satisfactory evidence showing the bidder's financial resources, his construction experience, his record of performance on previous work for the Owr.er, and his organization available for the performance of the contract. 12. Non-Collusion Affidavits. Upon a specific request of the Owner, the Bidder, before the award of a contract, shall submit to the Owner, non allusion affidavits, in accordance with and properly executed in the manner indicated by the form attached, covering the Bidder and all sub-contractors. 13. Bid and Performance Guarantees. A certified check, cashier's check, or bid bond payable to the City for which the work is to be performed (if the bid is to a City) or to the County Treasurer of the County in which the work is to be performed (if the bid is to a utility district i, for an amount equal to at least five percent 15% ) of the total amount bid shall accompany each bid, as evidence of good faith and as a guarantee that if awarded the contract the bidder will execute the contract and give bond as required. The successful bidder's check will be retained until he has entered into a satisfactory contract and furnished a one hundred percent performance bond. The Owner reserves the right to held the bid security of the three 13) lowest bidders unfit the successful bidder has entered into a contract and furnished a performance bond, but in no event longer that the hold period specified in the Advertisement for Bids. Successful bidders will be required to file a performance bond in the full amount of the contract price, which bond shall be furnished by a surety company acceptable to the Owner. Should the successful bidder fail to enter into a cortract and furnish a satisfactory performance bond within five (5) days after his pro- posal has been accepted, the bid security will be forfeited as liquidated damages. X i J 114 Section 3 Page 1 Proposal P R O P O S A L TO: ISSAQUAH SCHOOL DISTRICT NO. 411, King County, Washington, herein called the Owner: 1. Pursuant to and in compliance with your Advertisement for Bids and the other documents relating thereto, the undersigned Bidder, having familiarized himself with the terms of the pro- ject related to those items herein bid and being aware of the local conditions affecting the performance of a Contract cover- ing the items bid and having knowledge of the cost of the work at the place where the work is to be done and having familiar- ized himself with the Plans, Specifications and other contract documents, hereby proposes and agrees to perform the work or furnish any and all of the labor, materials, tools, expeniable equipment and all utility and transportation services necessary to perform a contract covering any or all of those items herein bid, and to complete in a workmanlike manner, all work covered by said contract in connection with the Ow:.er's Sewer Project, for an amount computed upon the basis of the quantity of work actually performed at the following :,id prices: ITEM ESTIMATED UNIT TOTAL NO. QUANTITY DESCRIPTION OF ITEM PRICE COST 1 7 Ea. Std. 48" Manhole (Per Each) $ $ Wor s F1guresT- 2 30 L.F. Manholes , Extra Depth (Per L.F. ) _ $ $ 3 1 Ea. Connection to Existing Manhole (Per Each) $ $ 4 1570 L.F. 8" Concrete Sewer Pipe in place (Per L.F. ) $ $ 5 2110 L.F. 611 A.C. Force Main in place (Per L.F. )` $ 6 20 Ea. Tees, 8 x 8 x 6 (Per Each) $ $ 7 300 Tons Foundation Gravel (Per Ton) $ $ c _ Section 3 Page 2 Proposal ITEM ESTIMATED UNIT TOTAL NO. QUANTITY DESCRIPTION OF ITEM PRICE COST 8 10 C.Y. Embedment Concrete (Per C.Y. ) $ $ 9 1000 Tons Foundation Gravel (Per Ton) $ $ 10 140 Tons 5/8" Minus Crushed Gravel. (Per Ton) _ $ $ 11 210 Tons 1 1/4" Minus Crushed Gravel (Per Ton) $ $ 12 350 L.F. Asphalt Concrete Surfacing (Full Width) (Per L.F. ) _$ $ 13 L.S. Jack Crossing under 142nd Avenue S. E. (Per Lump Sum) $ L 14 L.S. Package Lift Station A. L.S. Smith & Love..ess (Lump Sum) _ $ B. L.S. Alternate Manufacturer (Specify make, size, model) (Lump Stun) $ C. L.S. Alternate Manufacturer (Specify make, size, model) (Lump Sum) (Specify 15 L. S. Sewage Lift Station Alarm System (Per Lump Sum) $ $ 16 L.S. Modification to Existing Renton Lift Station Wet Well (Per Lump Sum) $ TOTAL (using Alternate A f6r item No. 14) $ 1p �f 1 7 Section 3 Page 3 Proposal 2. The undersigned bidder hereby proposes to comriete this entire contract within 180 calendar days as defined in these specifications. It is understood and agreed that the work under this Contract shall be commenced by the undersigned Bidder , if awarded the contract, within seven (7) days of the date stated in the Owner's Notice to Proceed. 3. It is understood that the quantities are approximate only and are subject to either increase or decrease and are stated only for the purpose of comparing bids and fixing the amount of surety bonds, and that should the quantities of any of the items of work be increa- sed, the unoersigned Bidder shall perform that additional work at the unit prices set out herein, and should the quantities be decreased, payment will be made on actual quantities installed at such unit prices and the undersigned Bidder will make no claims for anticipated profits or additional compensation for any increase or decreases in the quantities. It is further understood that actual quantities will be determined upon completion of :.he work covered by the Contract. 4 . The required bid security consisting o" a certified check or bid bond in the amount of $ is hereto attached. 5. Receipt of the following Addenda to the Plans and/or Specifica- tions is hereby acknowledged: Addendum Date of Receipt Signed _ No. of Fddendum Acknowledgment 1 2 3 4 Note: Failure to acknowledge receipt of the addenda may be considered as an irregularity in the proposal. 6 . Notice of Acceptance of this bid or requests for additional information should be addressed to the undersigned at the address stated below: DATE: PROPER NAME OF BIDDER By: ADDRESS Telephone: _ Section 4 Page I Agreement AGREEMENT THIS AGREEMENT made f , dnv of 19_ . by and between ----- __., herein called the Owner, and _ hereinafter called the Contractor. ARTICLE I. SCOPE OF WORK. The Contractor shall perform, within the timr stipulated, the Contract as herein defined, of which this agreement is a ccmponent part, and everything rc.pired to be performed and shall provide and furnish any and all utility and fransportafion services necessary to perform the contract and complete in a workmanlike manner all of the._ .... . .. _.. .... ....... work covered by the contract in connection with the Owner's .._.. _ __..._...._.__....._..__. ...............-__..__....._..-._.._.__..___......................._ __-...__.. . . ... ...............Project in strict conformity with the plans and specifications, including any and all Addenda issued by the Owner, with the other confraO documents hereinafter enumerated. It ;s agreed the+ said labor, materials, tools, equipment, and services shall be furnished and the contract performed and completed subject to the approval of the Owner or its authorized representative. ARTICLE II. LUMP SUM PRICES. The Owner shall pay to the Contractor as full consideration for the per- formance of the contraci, an amount equal to the Lump Sum amounts as set forth in the bid. ARTICLE III. UNIT PRICES. The Owner shall pay to the Contractor as full consideration for the performance of the contract, an amount computed upon the basis of the quantity of work actually performed at the unit prices as set forth in the bid. It is understood that the quantities stated are approximate only and are subject to either increase or decrease, and should the quantities of any of the items of work be increased, the contractor shall perform the additional work at the unit prices set forth in the bid end should the quantities be decreased, payment will be made on actual quantities installed at the unit prices set forth in the bid and the contractor will make no claim for anticipated profifs for any increase or decrease in the quantities. Actual quantities will be deter• mined upon completion of the work. ARTICLE IV. COMPONENT PARTS OF THIS CONTRACT. The Contract entered into by the accepta-.ce of Ass Contractor's bid and the signing of this agreement consists of the following documents all of which are component parts of said Contract and as fully a past thereof as if herein set out in full, and if not attached, as if hereto attached. ,. r .r w:-...-: �Yer. -11b isutrMR:�'�R+. ..w.ry ....-.11eMa a: .:.w.o...rAlH4rixew�t�ill/S+.Jnw+�.rs ysaD]Ys;al�sal►:R+iif�/!r Section 4 Page 2 Agreement I. This Agreement 2. Change Orders 3. Addenda No... .._ ....._ _. 4. Special Provisions 5, Plans 6. Standard Specifications IGenerai Conditions, etc.) 7. Information for Bidders 8. Advertisement for Proposals 9. Proposal 10. Performance Bond In the event of any conflict or inconsistency between any of the foregoing documents, the conflict or inconsistency shall be resolved upon the basis of the numerical order. The document ur documents assigned the smaller number or numbers being confrolling over any document having a larger ;umber in the numerical order set forth above. IN WITNESS WHEREOF, six (6) identical counterparts of this Agreement, each of which shall fcr all i purposes be deemed an origiral thereof, have been duly executed by the part;es hereinabove named, on this day and year first above written. Corporate Seal: - Owner By: TITLE By: TITLE By: TITLE ---------------------------------------------------- ------------------------- ------- Corporate ................_........ -------_..._...-.....-------------............................ Seal: Contractor BY:_ .......... ..... ..............__...................................__..._. ...I .....I. . ................. ....................... .................._TITLE WITNESS, if individual or partnership ATTEST (if Corporation) By: By: _. . . _ . ._. . . _ _. .. TITLE. Section 5 Page I Performance Bond PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we __---._.. .. .._. _ ._ ... .. _.- ...-. ._..._ ___..... ._ ._ _.. . ..-._ .. -. ------ the Contractor named in the Contract hereinafter referred to as PRINCIPAL, and as SURETY, are held and firmly bound unto the State of Washington and unto _ _..... hereinafter called and also being the OWNER named in Baia contract, _.. in the penal sum of DOLLARS I$ 1, lawful money of the :Inifed States, fer the payment of which sum well and truly to be made, we bind our. selves, our 'heirs, executors, assigns, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that Whereas, the Principal entered into a certain contract with the Owner, dated 19 -... , for._. __ ._ ...-.......... _------------ __........ ._...... Work in connection with the Owner's ___._.__..._ ..__....__.. .... -........... -.-._.._..--..-------....._. ......._._ _.__._......__._..._..___ . .............Project in__......... County of. State of Washington. A14D THAT WHEREAS, the Owner has a permit to construct upon certain roads and Right-of-Way of County, all of which construction is covered by the Owners contract with the principal. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform all of the provisions and fulfill all of the underta67ngs covenants, terms, conditions and agreements of said con ract during the period of the original contract and any extensions thereof that may be granted by the Owner, with or without notice to the surety; and during the life of any guaranty required under the contract; and shall also well and truly perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said contract that may hereafter be made! notice of which modifications to the surety being hereby waived; and furthermore shall pay all laborurs, mechanics, and sub-contractors and material men, and all persons who shall supply such person or persons and such principal or sub-contractors with provision and supplies for the carrying on of such work, shall indem-ify and save harmless o,vner from all cost and damage by reason of the principal's default or failure to do so, and shall pay the state of Washington sales and use taxes, r.-,,4 amounts due said slate pursuant to Titles 50 and 51 of the Revised Code of Washington then this obligation to be void, other wise to remain in full force and effect. � W W aasaefisrlY�rst/Il Section 5 Page 2 Performance Bond IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals This day of. ___.._.._. ___. . .- . __.., 19. +he name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. PRINCIPAL by: _._------------ --- ------------------------- -- _.-- TITLE: TWO WITNESSES: ATTEST: (If Corporation) By: TITLE: i Corporate Seal: _ ............... -- ------------------------ SURETY By: .... ................................ ................. - TITLE: . -.... . . _............ .. ADDRESS Corpora+e Seel: CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bend; that _.. _ .._.... . who signed the said Bond o behalf of the Principal was ___ _.. .. _ _ of said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and atie0ed for and in behalf of said Corporation by authority of its governing body. Secretary or Assistant Secretary A copy of this bond shall be filed with the County Auditor, except in the case where the contract is with a City or Town. CERTIFICATE OF INSURAkNCE Section So Page I Certificate of Insurance Name of Insurance Company: Job Description or U.L.I.D. No.: This is to certify to: _. ..___ .. .. Address .. .. _.... . __. _. . _.. . _... --- ....... __.____ that the following policy(s), subject to its normal terms, conditions and exclusions has been issued as indicated elow: Name of Insured: _ .. Address: INSURANCE IN FORCE The of lu� Policy No. [tlecNve Eyinm limits of Liss"Ity Manufacturers' & Contractors' 250.000 Each Person I Bodily Injury) 500,000 Each Occurrence Manufacturers' & Contractors in. 250 000 Each Person - cluding Completed Operations 500,000 Aggregate (Property Damage) Owners' & Contractors' Protective 250,000 Each Person (Bodily Injury] 600,000 Each Occurrence Owners' & Contractors' Protective 250,000 Each Occurrence (Property Damage) $00,000 Aggregate Blanket Contractual i 250,000 Each Person (Bodily Injury) 500.000 Each Occurrence Blanket Contractual 250.000 Each Occurrence (Property Damage) 500,000 Aggregate Comprehensive General 250,000 Each Person (Bodily Injury) 500.000 Each Occurrence 500.000 Agg. Products 250,000 Each Occurrence Comprehensive General 500,000 Agg. Operations (Property Damage' 500,000 Agg. Protective 500.000 Agg. Products 500,000 Agg. Contractual Automobile 250,000 Each Person (Bodily Injury) 500,000 Each Occurrence Automobile I Property Damage) } 250 000 Each Occurrence '� I Policylsi has been endorsed to the occurrence basis, fo. both Bodily Injury and Property Damage Liability __. Yes No The District and Hill & Ingman have been addd to the above policy(s) as additional named insureds Yes No Explosion, blasting, collapse and destrucfion of underground utilities (X.C.U.) covered Yes No In the = gent of cancellation of o• uny reduction of limits in the insurance or other material change ss shown herein the issuing company will give ten days advance notice by certified mail to the parties to whom this certificate is issued and at the address stated herein. The mailing of such notice as aforesaid shall be sufficient proof of notice. Date: Insurance Company By: __...... •" '''• 'O•" 'O�" Authorised Rap,eaentatixe Section 6 Page 1 Special Provisions ISSAQUAH SCHOOL DISTRICT NO. 411 KING COUNTY, WASHINGTON SPECIAL PROVISIONS SECTION 6 - GENERAL DESCRIPTION 1. LOCATION & EXTENT Issaquah School District No. 411. is located in King County, Wash- ington. The project area extends along and in the vicinity of S. E. 116th Street from 140th Avenue S. E. to East of 148th Avenue S. E. More exact locations of the project are shown on the Contract Plans. i 2. DESCRIPTION OF PROPOSAL ITEMS Bidders and/or Contractors are notified to examine thoroughly the bid instruction, proposals, the form of Contract, Plans and Specifications. If there be any doubt or obscurity as to the meaning of the same, intending bidders or Contractors should ask the Engineers for an explanation before submitting their proposal and/or accepting their Contract. It is also specifically stip- ulated that the Plans, Specifications, and other contract documents do not purport to control the method of performing the work, but only the requirements as to the nature of the complet I work, the Contractor assuming the entire responsibility for men ds of per- forming and installing the work. Suggestions as to meL.. 'd included in the contract documents or given by the Engineer shall be deemed advisory only and the feasibility of such methods or the lack thereof shall not affect the Contractor' s liability under this Contract. All items herein specified are to be paid for as set forth in the description of proposal items and are subject to all stipu" stions of the "Standard Specifications and Standard Details" , 4th Edition, 1966, published by Hill & Iugman, Consulting Engineers, unless otherwise modified herein and the aforesaid "Standard Specifications and Standard Details" , are by this reference incorporated in this contract as though completely set forth herein in full. The following items are appliccble to the Contract as noted in the proposal. ^gym u.w. Section b Page 2 Special Provisions Manholes, Bid Item No. 1 The unit price bid for each manhole shall constitute full compensation for all work, labor and materials involved in its construction, complete and ready to operate on the basis of a standard depth of 8 feet, measured front manhole cover to invert. Manhole depth in excess of 8 feet will be paid for per foot of extra depth of manhole as per separate bid item and excavation and backfill shall also be paid for under the pipe sewer Lid items. The cost of channeling of manhole bases for the accommodation of future lateral sewers shall be included in the unit price bid for each manhole, and no additional compensation shall be made for this channeling. Manholes, Extra Depth, Bid Item No. 2 The price bid per foot of extra depth of manhole shall consti- tute complete payment for all labor and material required to construct each foot of extra de-th below the 8-foot standard depth, measured from manhole cover to invert. Payment shall be made for each foot, and one-tenth portion of a foot, con- structed under this extra-depth provision. Connocti.on to Existing Manhole, Bid Item No. 3 The unit price bid for -ach connection shall constitute complete compensation for furnishing all materials, labor and equipment required to complete the connection ready for use in accordance with these Specifications. Specifically included, but not limited to, is the cutting into the existing manhole wall and the chan- neling of the manhole base to form a smooth transition into the existing -hannel. 8" Pipe Sewer, Bid Item No. 4 The unit price bid per lineAl foot for sewer pipe shall constitute complete compensation for all work, labor , mater- ials and equipment necessary for its installation. Pay mea- surements will be from center to center of manholes, measured on the horizontal for lines having less than 10% slope. For lines with 10% or greater slope, the pay measurement will be along the centerline of the pipe. Payment for all work required and specified under the Contract, excepting those items segregated in the Proposal, shall be in- cluded in the unit price paid per foot of pipe. I Section 6 Page 3 Special Provisions Specifically included in the unit price, but not limited to, are all costs of excavation, backfill, sheeting, shoring, com- paction, dewatering and furnishing and placing bedding material. Also specifically included in the unit bid price for this item, but not limited to, are all costs of clearing, grubbing and grading for the trenching operations and disposal of the debris , and seeding of slopes f-r control of erosion. Also specifically included in th 'nit price bid for this item, but not limited to, shall be all fists or expenses involved in maintaining and/or replacing all public or private utilities , structures or improvements which may have to be moved, or which may be in any way damaged �)y operations of the contractor, and grading and shaping the roadway. Special attention is directed to the paragraph covering work upon easements. All work involved in restoration of easements is included in this bid item, and all costs of said restoration shall be included in the price bid, and no additional compen- sation will be allowed. 6" Force Main, Bid item No. 5 The unit price bid per lineal foot for the force main shall con- stitute complete compensation for all work, labor, materials and equipment necessary for its installation. Included on the price per foot for the force main shall be special sections, closure sections , fittings such as bends , tees , and all other appurtenances such as blind flanges and adapters not speci- fically segregated but necessary to produce the finished project. Measurement for pay purposes will be along the pipe from the face of the cast iron pipe noted on the lift station drawing to the centerline of Manhole No. 7. Payment for all work required and specified under the Contract, excepting those items segregated in the Proposal, shall be in- cluded in the unit price paid per foot of pipe . Specifically included in the unit price, but not limited to, are all costs of excavation, backfill , sheeting, shoring, com- paction, dewatering and furnishing and placing bedding material. Also specifically included in the unit bid price for this item, but not limited to, are all costs of clearing, grubbing and grading for the trenching operations and disposal of the debris , and seeding of slopes for control of eros'.on. � .nR•.: Section 6 Page 4 Special Provisions Also specifical-Ly included in the unit price bid for this item, but not limited to, shall be all costs or expenses involved in maintaining and/or replacing all public or private utilities , structures or improvements which may have to be moved, or which may be in any way damaged by operations of the contractor, and grading and shaping the roadway. Special attention is directed to the paragraph covering work upon easements. All work involved in restoration of easements is included in this bid item, and all costs of said restoration shall be included in the price bid, and no additional compen- sation will be allowed. Tees , Bid Item No. 7. The unit price bid per Tee shall constitute complete payment for furnishing and placing same in their final locations , plugged, and ready for future use. Note , however, that the amount paid for tees is in addition to the price paid per foot measured through the tee. Ali-connection points shall be tees except where noted on tl plans , or where directed by the Engineer during construction. The price paid for a wye snall be the same as for a similar sized tee. Where an 8" Tee or Wye is called for, the unit price paid per each shall be the same as for a 6" Tee. Foundation Gravel, Bid item No. 7. The price bid per ton for foundation gravel in trench shall be full payment for furnishing and placing the material as specified at such locations as may be necessary. Material shall be used for foundation gravel as specified in Subsection 3.2232 of. the Stand- ard Specifications. The unit price shall also include all costs of over-excavation, removal and disposal of the unsuitable found- ation material. Foundation gravel shall be pair, for oo�n__l_y� to the limit of the trench width, at the top of the pipe, for tFesize of pipe being placed as set forth in Lhe Specifications. Embedment Concrete, Bid Item No. 8 The price established per cubic yard for embedment concrete is for concrete in place and the price shall constitute complete pay- ment for such concrete in place. Section 6 Page 5 Special Provisions Embedment concrete, when placed by the order of the Engineers, will be paid for only to the limit of the trench width, at the depth shown, for the size of pipe being placed as set forth in the Stand- ard Specifications, Subsection 3.2232 (a) . Depth of embedment concrete which will be paid for under this item will be the depth directed by the Engineer; the Contractor will not receive any com- pensation for any volume of concrete placed beyond the abov= pre- scribed limits. Backfill Gravel, Bid Item No. 9. The price bid per ton for backfill gravel in trench shall be full payment for furnishing and placing the material as specified at such locations as may be necessary. Material shall be used for foundation stabilization as specified in Subsection 3.227 of the Standard Specifications . The unit price shall also include all costs of removal and disposal of the unsuitable backfill material. 5/8" Minus Crushed Gravel , Bid Item No. 10 I The price bid per ton for 5/8" minus crushed gravel shall con- stitute complete payment for furnishing, delivering and placing crushed gravel on roads to the width and depth as prescribed and designated by the Engineers. It is anticipated that a minimum depth of approximately 1�" will be required. Also to be included in this item shall be the cost of all motor patrol or grader work, or any other equipment required to shape the roadway to proper grade before gravel is placed, as well as all equipment required to spread and compact the crushed gravel uniformly on the road. Grader work is to include necessary scarification of road surfacing, as may be required by the Lngineer. During dry periods, the En- gineers may require water. sprinkling prior to , ie crushed gravel placement ?.nd while spreading this gravel. The cost of such sprin- kling shall be included in tl.e unit price bid for the crushed gravel. Certified weigh bills shall he furnished with each load of material delivered and payment q, antities shall be measured as described in these Specifications. 1V Minus Crushed Gravel, Bid Item No. 11 The price bid per ton for 1:" minus crushed gravel shall constitute complete payment for furnishing, delivering and placing crushed gravel on roads to the width and depth as prescribed and desig- nated by the Engineers. It is anticipated that a minimum depth of approximately 2�" will be required. Also to be included in this item shalt be the cost of all motor patrol or grader work, or any other equipment required to shape the roadway to proper grade before gravel is placed, as well as all equipment required to spread Section 6 Page 6 Special Provisions and compact the crushed gravel uniformly on the road. Grader work is to include necessary scarification of road surfacing, as may be required by the En�':,,eer. During dry periods, the Engineers may require water srrinkling prior to the crushed gravel placement and while spreading this gravel. The coot of such sprinkling shall be included in the unit price bid for crushed gravel. Certified weigh bills shall be furnished with each load of material delivered and payment quantities shall be measured as described in these specifications. Asphalt Concrete Surfacing (Full Width) , Bid Item No. 12 The price bid per lineal foot shall constitute complete compen- sation for furnishing all materials labor and equipment neces- s,iry to provide full width asphalt . oncrete surfacing to a com- pacted thickness of 2 inches. This shall include , but shall not be limited to, cost of scarifying and/or removing the exist- ing surface. Crushed rock shall be Faid for elsewhere. Pavement Crossing, Bid Item No. 13 The lump sum price bid for each crossing shall be full compensa- tion for jacking or augering a cr.sing of sufficient size and strength to enclose the force main pipe of the size shown in the plans and to withstand an H2O highway loading. Tunneling will not be allowed. Note that force main will not be includes in this bid price but will be paid for undar force main item. Sewage Lift Station, Bid Item No. 14 The lump sum price for this item shall constitute complete com- pensation for all work, labor and equipment required to furnish and install the prefabricated sewage lift station and the wet well and connecting piping P..nd cast iron discharge piping and electrical power service complete and in operating condition, all in accordance with the plans and specificaticr,a. Sewage Lif, Station Alarm System, Bid Item No. 15 The lump sum price for this item shall constitute complete compen- sation for all work, labor and equipment required to furnish and in- stall alarm transmitting and receiving equipment at the Lift Station site and at the district office, all in accordance with the plans and specifications. Modification to Existing Renton Lift Station Wet Well, Bid Item No. 16 i AMMON Section 6 Page 7 Special Provisions The lump sum price for this item shall constitute complete compensa- ,-on for all work, labor and equipment required to furnish and in- stall an additional wet well chamber beside the existing Renton Sew- age Lift Station at the intersection of 132nd Avenue S. E. and S . E. Sunset Blvd. and make connection to the existing structure all in accordance with the plans and specifications. Also included, but not limited to, is the restoration of the site including pavement to match initial conditions. 3. DESCRIPTION OF TALLY METHOD FOR PAYMENT QUANTITIES Where items are specified to be paid for by the cubic yard, ton, or truck count, the following tally system will be -ised. All trucks to be employed on this work shall be measured by the Engineer to determine the capacity of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate telly tickets shall be prepared to accompa-v each truck- load of material delivered on the project. The tick,_ts shall bear at least the following information: (1) Truck Number (2) Quantity delivered in cubic yards or tons as applicable (3) Driver' s name and date (4) Location of delivery. By street and stationing on each street. (5) Place for receipting by the inspector. It will be the Contractor' s responsibility to see that a ticket is given to the inspector on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. If measurement by cubic yards is impracticable, or if the bid item stipulates that weigh bills shall be furnished, then the volume of material delivered shall be computed from the weight of material delivered on the basis of one bic yard of crushed gravel o_ o,".e cubic yard of backfill gravel weighing 2 ,800 pounds. +NM^ A �� Section 6 Page 8 "oecial Provisions 4 . COMMENCEMENT OF WORK AND TIME OF COMPLETION The Contractor shall proceed with the execution of the contract within 7 days after the date of the Owner ' s Notice to Proceed, and failurq to do so within such time specified may result, at the option of the Owner, in a deduction of such lost time from the total completion time specified in the contract. Wcrk for this contract shall be completed in accordance with the time scheeule noted in Paragraph 2 of the Proposal . There shall be no exceptions or revisions to the stated time schedules without written Notice from the Owner. 5. STANDARD SPECIFICATIONS Standard Specifications for this Contract are contained in a bound volume entitled "Standard Specifications & Standard De- tails" , 4th Edition, 1966 , published by tliil & Ingman, Con- sulting Engineers, of Seattle, Washington, Copyright 1966 , consisting of 160 pages of printed material and 13 pages of standard Details, pl-is a Revision to said Specifications dated January 10 , 1967, consisting of 13 pages of printed material , which volume is incorporated in this Contract by this reference as if set forth in full. The Contractor' ; attention is called to the fact that said Standard Specifications contain General Conditions to this Contract as well as Standard Details. The responsibility for supplying himself with these Standard Speci- fications shall rest with the Contractor. 6. RESTORATION GUARANTEE FUND In addition to the amount which the Owner may otherwise retain under this contract accorling to Section 1 .38 of the StanO..ard Specifications, the Owr:er will withhold 2% of the total con- struction cost of this contract for restoration guarantee. This fund shall be used .in cases determined by the Owner when the Contractor does not wake the necessary repairs or restoration of any failures, including ditch settlement, of any portion of the project covered by the project guarantee, i7ithin twenty- four (24) hours after notification by the Owner of the require- ments for said repairs. At the end of the 24-hoar period, if the contractor has not scromplished the necessary .,ork, the Owner will have the work lone and pay all costs in connection therewith from the fund. This amount will be withheld for a period of one (1) year be - ginning on the date of acceptance of this contract by the Owner . At the end of this period the amount originally retained less the amount used for restoration, as mentioned above, will be released to the Contractor. .�rtwad..uea r F M Section 6 Page 9 Special Provisions The retention and/or use of such fund is in addition to and shall in no way limit the Contractor' s liability regarding the project guarantee as stipulated in the remainder of the specifi- cations. 7. ACCESS TO SITE FOR REGULATORY AGENCIES Representatives of the U.S. Public Health Service and State of Washington Health authorities shall at all times have access to the wor'-. wherever it is in preparation or progress and the contractor shall provide proper facilities for such access and inspection. 8. PAYMENTS TO CONTRACTOR Payments to be made to the Contractor will be made ir, the manner as set forth in Subsection 1 . 35, Genecal Conditions in the Stan- dard Specifications; provided, however, that partial payments for work performed but not completed may be made in accordance with the following schedule : (1) Excavation Completed & Sewer - 60% of unit price for Pipe in Place (Frcn Manhole pipe in place to Manhole) (2) Backfill, Compaction, Cleanup - 408 of unit price & Testing Completed (From for pipe in place Manhole to Manhole) (3) Manholes - 100% upon completion and satisfactory comple- tion of the downstream sewer pipe (4) Manhole , Extra Depth - 100% upon satisfactory completion of the man- hole All such payments shall be less the percentage to be withheld as specifi,ad in the Standard Specifications or as modified in this contract. All payments to the Contractor, whether made pursuant to Subsection 1. 35 of the General Conditions or the above schedule , or both, shall be made only on the basis of duly certified and approved estimates of the work, which, in the opinion of the Engineer, has been satisfactorily completed. It is understood that the determination by the Engineer as to whether or not a 1 Section 6 Page 10 Special Provisions certificate or estimate for payment, including the final estimate, should be issued and/or the amount of said certificate or estimate shall be based entirely upon the opinion of the Engineer, said determination shall include without limitation the following factors: (a) All phases of the work being coordinated, being accomplished in a proper manner and being pursued in a proper sequence of operations , particularly with regard to testing, cleanup and road restoration. (b) The observance by the Contractor of the requirement that all work and operations be confined to public right-of- ways and/or easements. (c) whether or not the contract is being performed pursuant to its terms, and in particular Subsection 1.072 of the General Conditions The opinions, determinations and decisions of the Engineer shall be final and conclusive. 9. STATE SALES TAX The Revenue Act of 1935 as amended required the Owner to pay the Contractor, for transmittal to the State, a 4 .5% Sales Tax on the total charges made for construction which pe tains to all bid items of the Contract. Sales tax shall not be included in the Bid Items; however, it shall be paid to the Contractor by the Owner in each Periodical Payment. 10. USE OF SEWERS PRIOR TO COMPLETION Che Owner hereby reserves the right to make use of any portions ,if the work prior to completion of the entire contract, without invalidating the contract and without constituting acceptance of any of the work. 11. SAFETY STANDARDS It is herebv understood and agreed that the Contractor shall perform this Contract in accordance with the safety standards of construction work as adopted by the Safety Division of the Department of Labor and Industries of the State of Washington, pursuant to the provisions of the 1960 edition (and any revisions thereof) , as issued by the Division of Safety, the said safety standards being hereby adopted and incorporated as fully as if set out at length in this contract. F®r,_+� 7tion 6 k 3e 11 Provisions If, in the opinion of the Owner, the Contras )r is not complying with the provisions of the said safety standards .or construction work , then the Owner shall have the ri ,ht, but not the duty, to stop the work until such time as the Contractor doe,-- ,omply with said safety stardards for construction work. Stop wor ar3ers shall not relieve the Contractor from the obligations of thi contract. 12 . SURVEYS ON UNCLEARED EASEMENTS 6 RIGHTS-OF-WAY Manholes and angle points shall be staked and flagged by the Engineer so that the Contractor can clear the route of the pipeline . When clearing and burning are finished, the Engineer shall complete the construction ;survey. The Contractor shall be responsible for preserving and protecting survey points and any such points damaged or removed by the Contractor' s operations shall be replaced at the Contractor' s expense. 13. USE OF OFF-SHORU ITEMS The State Statutes require that upon the completion of a public contract, the Contractor shall submit a certified statement to the Owner, setting forth the nature and source of off-shore items in excess of twenty five hundred dollars ($2 ,500 . 00) , which have been utilized in the performance of the contract. Off-shore items are defined as those items procured from sources beyond the terri- torial boundaries of the United States , including Alaska and Hawaii. 14 . ELECTRICAL POWER DURING CONSTRUCTION The Contractor shall be responsible for installing any temporary electrical power service required during construction and for the metered power costs for this temporary power. Power required for testing purposes and other uses from the permanent electric ser- vice shall be the contractors responsibility until the installa- tion has been accepted by the Owner. The Contractor shall in- clude the costs for this item in his bid. 15 . LEGAL WAGES ON PUBLIC WORKS Delete Subsection 1.43 of the Standard Specifications :in its entirety and substitute the following : The prevailing rate of wages to be paid to all workmen, laborers, or mechanics emnloyed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39. 12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality cr localities where this contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this ,contract as though fully set forth herein. Section 6 Page 12 Special Provisions Inasmuch as the contractor will be held responsible for paying the prevailing wages it is imperative that all contractors familiarize themselves with the current wage rates before submit- ting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be ad- justed by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and binding on all parties involved in the dispute as provided for by RCW 39. 12 .060 as amended. The contractor, on, or before, the date of commencement of work shall file a statement under oath with the owner and with the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classifica�ion of laborers , workmen, or mechanics employed upon the work by the contractor or subcon- tractor which shall be not less than the prevailing rate of wage. Such statement and any supplemental statements •ohich may be neces- sary shall be filed in accordance with the practices and procedures required by the Department of Labor and Industries. 1E . EMPLOYMENT OF STATE RESIDENTS The law of this State provides : In all contracts let by the State or any department thereof, or any county, city or town for the erection, construction, altera- tion, demolition or repair of any public building, structure, bridge, highway, or any other kind of public work or improvement, the con- tractor, subcontractor, or person in charge thereof, shall employ ninety-rive percent or more bona fide Washington residents as employ- ees where more than fifty persons are employed and ninety percent or more where fifty or less are employed: and shall pay the standard prevailing wages for the specific type of construction as determined by the United States Department of Labor in the city car ceurty where the work is being performed. The term ' resident' as used in this chapter, shall mean any person who has been a bona fide resident of the State of Washinatoci for a period of ninety days prior to such employment: Provided, That in contracts involving the expenditure of federal aid funds this chapter shall not be enforced in such man- ner to conflict with or be contrary to the federal statutes, rules and regulations prescribing a labor preference to honorably discharge soldiers, sailors and marines, or prohibiting as unlawful any other preference or discrimination among the citizens of the United States. Section 6 Page 13 Special Provisions In the event a sufficient number of Washington residents shall not be available the contractor or subcontractor shall immediately notify the public body with whom the contract has been executed of such facts , and shall state the number of nonresidents needed. The public body shall immediately investigate the facts and if the condi- tions are as stated the public body shall, by a written order, desig- nate the number of non-residents and the period for which they may be employed: Provided, That should residents become available within the period, such residents shall be immediately employed and the period shortened consiotent with the supply of resident labor. The provisions of this chapter shall be written into every such public contract, including the following penalty. Any contractor or subcontractor who shall employ a nonresident in excess of the percentage preferences, excepting as herein permitted, shall have deducted for every violation, from the amount due him, the prevailing wages which should have been paid to a displaced resident. The money so deducted shall be retained by the public body for whom the contract is being performed. Any person, firm or corporation violating any of the provisions of this chapter shall be guilty of a misdemeanor. i... w V` ♦..,ice. Section 7 Page 1 Special Provisions SECTION 7 - GENERAL CONSTRUCTION PROVISIONS 1 . COMMENCEMENT OF WORK ON PUBLIC & PRIVATE RIGHT OF WAY fWork shall not be started on any private right-of-way until clearance is given the Contractor by the Engineer. The owner will obtain a permit to construct sewers on all roads within the Contract; however, it will be the responsibility of the contractor to comply with any special requirements of the permit. If there is a delay in obtaining construction permits owing to acts of omission on the part of the Owner, the Contrac- tor agrees to hold the Owner harmless from any claims for addi- tional compensation or damages or anticipated profits due by such delay. The Ownex is in the process of obtaining the easements required for the project. These easements are as shown in the appropri- ate places on the Plans. If the Contractor is delayed due to acts cf omission on the part of the Owner, he will be entitled to an extension of time and the Contractot agrees that he will hold the owner harmless from any claims for additional compen- cation or damages or anticipated profits due to such delay. The Contractor shall meet and fulfill all covenants and stipulations of each easement obtained by the Owner for this project. Copies of all casements and special covenants are on file in the office of the Owner in a separate volume, which volume is incorporated in these contracts by this reference, as if set forth herein in full . If the procurement of easements by the Owner after the contract is let, calls for construction procedures and/or mater- ials not called for under these specifications, such changes shall be negotiated between the Contractor and the Owner. 2. CONSTRUC- A SCHEDULE The Contractor shall coordinate his schedule with the Engineer and with other public agencies concerned, such as the City of Renton, County Engineer, Fost Office, Fire Department , 4iater District i30 and School Districts. It shall be the responsibility of the Contractor to submit to the Engineer for approval, multiple copies of his proposed com- plete construction schedule at least seven (7) days prior to commencement of work. In addition, it shall be the responsibility of the Contractor to furnish at the end of each week, two (2) copies of a detailed schedule for the next two weeks. The con- tractor shall use the two week schedule to ke-,p the public, Fire Department and other interested parties informed of proposed construction. ,_,. $awry=ar�M�rr• : ^w R Section 7 Page 2 Special Provisions 3. WORK ON PRIVATE PROPERTY General The Contractor shall restrict his operations in working across private property to the limitations of the easements. Landscape Restoration Restoration of landscaping shall be performed by a qualified land- scape gardener whose principal business is this type of work. The name and qualification of the landscape gardener shall be sub- mitted to the Engineer for approval prior to beginning of con- struction. Photographs A minimum of one nre-construction photograph shall be taken of each lot or parcel of property upon which sewer construction will take place. On large lots or lots with extensive improvements several photographs shall be taken. The photographs shall be 5" x 7" size , glossy finish, and must show the flag.,ed position of the route of the pipeline and adjacent property and improve- ments. Each photograph shall be marked with identifi.;ation showing easement number, date taker., and location. Two (2) com- plete files of all photographs shall be delivered to the Engineer prior to beginning of construction. All photographs shall be taken by an acceptable commercial photographer hired by the Con- tractor. Seeding Unimproved areas shall be seeded for erosion control. Before seeding, the areas shall be trimmed and raked tu the true lines. The specified seed mixture shall be sown uniformly at the rate of 12# per acre and lightly raked into the soil not depoer than 1/4" . Contractor shall water and otherwise maintain seeding un- til final acceptance. Seed Mixture Perennial Ryegrass 3 lbs./Acre Alta fescue 3 lbs./Acre Orchard grass (Akaroa Strain) 3 lbs./Acre Creeping red fescue 2 lbs ./Acre Big trfoil 1 lb./Acre i ` Section 7 Page 3 Special Provisions 4. ROAD MAINTENANCE AND RESTORATION General After completion of sewer installation the Contractor shall clean up drainage ditches and restore all existing drainage structures which he may have damaged during the course of construction and otherwise comply with all requirements of the Road Agency. More- over, the Contractor shall restore any private improvements on rights-of-way including, but not limited to, culverts, driveways , parking strips, parking areas, etc. , whether or not a permit for such improvements has been obtained, and the cost of all such restoration shall be included in the unit bid price for the pipe , or material in place, and no additional compensatioi, will be al - lowed. The Contractor' s responsibility as to road restoration shall include, but not be limited to, proper backfill and compaction of sewer excavation, shaping and general restoration of the road- way, restoration of public and private improvements when damaged by construction, restoration of drainage facilities, scarifica- tion of existing surfacing, if required, removal of debris and surplus material an3 all other requircments of these specifications. In addition, upon completion of the above restoration, backfill gravel and crushed surfacing or crushed ruck surfacing shall be placed where required, in the opinion of the Engineer. On streets where the sewer iE located 6' or more from the edge of existing bituminous or concrete surfacing, no payment shall be made for cost of restoring street surfacin(, which may be damaged by the Contractor' s operations. If the Engineer requires crushed surfacing spread on the shoulder, it shall be paid under the crushed rock bid item. The road crossing required at 142nd Avenue S. E. will be installed by augering or jacking and not by "open-cut" methods and all costs including, but not limited to, patching, road base preparat'-ons , casing, etc. , shall be paid for at the lump sum price for pavement crossings. Maintenance Until accepted in writing by the R/W agency having jurisdiction, the Contractor will maintain all roads in a condition satisfac- tory to the agency concerned and the Owner. This shall include periodic grading of all streets on which traffic is allowed wherever in the opinion of the Engineer, such grading is re- quired. A suitable motor grader shall be available for this work wherever required by the Engineer. 1 Section 7 Page 4 Special Provisions All streets in the construction area as well as any unpaved streets used by Contractor' s trucks or any other equipment haul- ing material to and from the area, whether within the improve- ment district or adjacent thereto, and any unpaved streets used as detours during the construction shall be serviced with an application of oil or continuous use of sprinkler trucks to allay the dust. The oiling or sprinkling of the dust on the roads or streets will continue until accepted by the Agency, or until the roads or streets have been completely restored. Preventive Street Cleaning Contractors working dump trucks anC/or other equipment on paved streets from the excavation site to the disposal site, shall be required to clean said streets at conclusion of each day' s operat ' . If tht <ets are not properly cleaned and/or the co^dition of the ex�a,u::ion warrants, the Engineer shall direct the -ontrac- tor to provide facilities to remove clay or other deposits from tires cr between dual wheels before trucks and/or other equip- ment will be allowed to travel over paved streets. Any violation of the above requirements shall be sufficient grounds .for the Owner to order the streets in question cleaned by others - the cost of the operation to be paid by the Contractor. All costs in connection with the above work shall be considered as incidental to the construction, and payment shall be con- sidered to be included in the prices bia for the various i':ems comprising this improvement. Backfill Gravel where, in the opinion of the Engineer, the existing material removed from the trenc;i is not suitable for roadway subgrade , backfill gravel shall be used as directed by the Engineers. Backfill gravel shall be placed .in such a manner as to meet the density requirements of the Engineer. upon completion of placing backfill gravel, the existing bituminous surfacing shall be patch- ed or replaced as required elsewhere in these specifications. Rase Course On streets where the sewer line has been located on the surfaced portion of the roadway and other locations determined by the Engineer, 5/8" and 1:" minus crushed surfacing base course shall be placed as follows: i Section 7 Page 5 Special Provisions Upon cc eletion of installation of sewers a.,d si(le sewers and after compaction has taken place , the roads shal be shaped to the required cross section and crushed surfacing small be placed. 14" minus crashed surfacing shall be placed to a compacted thick- ness of 2�" . Then 5/8" minus crushed surfacing shall be placed to a compacted thickness of 1�" . The final grade of the base course shall be the same grade as it was prior to sewer construction. If required, this grade shall be obtained by lowering the sub-base by the Contractor hauling away surplus material. Full Width Restoration Phece full width road restoration is required, all cf the original surface which is not removed by the trenching operation shall be scarified and removed prior to grading ind shaping for the final surfacing. Manhole frames, valve boxes, and monument boxes shall Se adjusted to final grade prior to surfacing. Trench backfill and base course shall be as previously described. Surface restoration shall consist of asphalt c(-ncrete material or bitimunous surface itreatment as specified herein and as directed by the Engineer. 5. COVENANTS & STIPULATIONS OF EASEMENTS The Contractor is required to protect the Owner on all easements and to do all or any work necessary required tz) protect the ceve- r.ants and stipulations of each easement. 6. POWER AND TELEPHONE POLES The Contractor shall make all necessary arrangement:_. : • pro- tection and/or moving of existing power and telephone lines along the route of the sewer that interfere with construction of the sewer. All costs of providing any required changes or temporary protection shall be paid by the Contractor. 7. UNDERGROUND TELEPHONE L;NES The Contractor shall notify the Telephone Co. be ire starting con- struction of sewers. i 8. EXISTING DRAINAGE FACILITIES Existing drainage facilities sk ,wn on the drawings are for infor- mation only and are not necessarily complete. The Contractor I i Section 7 Page 6 Special Provisions shall verify the exact number and locations dnd take necessary precautions tc protect from damage and replace any drainage fa- cilities damaged. Payment for relocation will be made only for those specifies- in the proposal. 9. PUBLIC COMPLAINTS Wherever the Contractor fails to repair or restore existing im- provements damaged by his operations within seventy-two (72) hours of written notice of public complaint, the Owner may order said work done by others anc all costs incurred shall be paid by the Contractor, or withheld from his monies due under this Contract. 10, ENGINEER'S FIELD OFFICE The Engineer maintains a field office at 24607 Pacific Hwy. South, Midway, Washington, Telephone VE 9-7353. Arrangeme;:ts shall be made with the field office prior to construction so that a,, inspector may be available when construction starts. 11. REPAIR OF PIPELINE FAILURES Broken or otherwise defective pipe shall be removed and replaced. Repair bands or clamps or. conci:!te collars shall not be used to repair defective pipe unless specifically authorized by the Engineer . 12 . PROTECTION OF LIVE SEWERS All existing live sewers shall remain in service at all times. 4 Adequate provision shall be made for disposal of existing flow if any existing sewers are damage. Any damage shall be re- paired to a condition equal to or better than that existing Prior to construction at no cost to the Owner. The existing system is discharged through some sewers with flat grades and in some cases through lift stations. All water 6 accumulating during corstruction shall be removed from the new I sewers and shall not be permitted to enter the existing system. The Contractor rill be expected to flush out the existing lines and/or repair lift station or other facilities if gravel, rocks, f or other debris is permitted to enter the existing lanes. The physical connection, to an existing manhole or .,aver line shall not be made until so authorized by the Engineer. This authorization will not be given until all upstream lines have been completely cleaned and all debris removed. t C y� I i i i r i t e ft Section 7 Page 7 I Special Provisions 13. CONNECTIONS "0 EXISTING MINHOLES The Contractor shall excavate completely around the existing manhole to insure against unbalanced loading on manhole. The Contractor shall ? eep the manhole in operation at all times and take all precautions necessary to prevent any debris or other materials from entering the sewer. The Contractor shall be responsible for repairing all damage to the manholes resulting from his operations. All flushing water shall be pumped from existing manholes and not allowed to enter the live sewer. The lateral shall be brought into the existing manhole so that the crowns of the two incoming pipes are at the same elevation. The channel shall form a smooth transition into the existing t line, I � r 14. SHOP DRAWINGS `r " Paragraph 1.08 of the Standard dpeoifications shall be modified to provide that the Contractor shall submit four copies of all shop drawings in addition to the number of approved copies that the Contractor desires to be returned to him. The Engineer will retain four copies of all approved shop drawings and return any additional copies to the. Contractor. Each copy of all shop drawings, manufacturer's literature and/or equipment data submitted shall be accompanied by the form shown at the end of this saction. The form shall be reproduced by the Contractor and shall be properly executer by a repres ntative of the general contractor. All shop drawings, manufacturer's liter- ature, and/or equipment data shall bear the project name as shown an the specification cover and the transmittal number correspond- ing to the accompanyinq transmittal form. All data submitted shall be clearly identified to indicate the exact piece of equip- ment or location for which the data is being submitted for approval as well as the specification paragraph and drawing number on which l the data is described. Each transmittal shall be nucbered consec- utively in a space provided for "transmittal number". This number shall form a serial number for identifying each submittal. The transmittal number for the previous submittal for the same item shall be indicated in the appropriate blank when it is a re-sub- mittal. A separate form will be used for material submitted under separate sections of the specification. f f E I i SHOP DRAWING TRANSMITTAL TO HILL, INGMAN, CHASE & CO. Date. MERE 2909 Third Avenue Seattle, Washington 98121 PROJECT LOCATION r TRANSMITTAL N0. PREVIO!JS TRANSMITTAL NO 111 Resubmitted) Spec n, scription and Use of Equipment Manufacturer Dw9 or Data No. Action Para. No (Contractor) (Address) ; fHISSPACE FOP ENGINEER) Date: We are returning herewith copies of the above items with action designated above in accordance with the following legend: A Approved subject to Contract Requirements. B. Approved subject to corrections noted and contract requirements. C. Correct Drawings and resubmit. D. Returned not approved. COMMENTS. r HILL, INGMAN, CHASE & CO. By i 1 i Section 8 Page 1 Special Provisions SECTION 8 - SPECIAL CONSTRUCTION PROVISIONS 1. MANHOLES 1 Manholes shall be pre-cast or formed in place and shall be con- structed to detail No. 1 of the Standard Specification. See lard Details No. 2 through 8 of the Standard Specifications . Tnc top manhole rung shall be not more than 13" below the top of the manhole ring. A rubber gasketed pipe joint shall be located not more than 18" measured from inside of each manhole on both the incoming and outgoing pipes. 2. MANHOLE RINGS AND COVERS Standard manhole rings and covers shall conform to Subparaqraph 3.427 of the Standard specifications with the following addition: Shall be locking type Construction Drawing No. 1 , included with these specifications. Standard Manhole Ring and Cover for the wet wells shall re locking type Construction Drawing No. 2 , included with these specifications. 3. TRENCHING AND BACKFILLING Trench excavation shall be unclassified. The Contractor shall excavate whatever materials are encountered to the depths shown on the plans or as directed by the Engineer. No extra payment will be made for ledge rock, boulders, hard pan, cemented gravel or any other material encountered. The Contractor shall make his own estimate of the kind and extent of the various materials which will be encountered in the excavation. Contractor shall install at least one clay dam located it approxi- mate mid point of each run of pipe unless otherwise directed by the Engineer. Care shall be exercised to carefully shape sub- grade below pipe to provide proper bedding. Dam shall extend the full width of the trench and at least one (1) foot over the pipe. Clay shall be thoroughly compacted. 4. FORCE MAIN - ALTERt7ATE MATERIALS: (a) Asbestos-cement pressure pipe, conforming to AWWA C-400, Class 150. (b) Cast iron mechanical joint or Tyton Joint pipe, thickness Clac:s 22 conforming to Federal Specification PIW-P-421 with cen-, at rortar lining. Section 8 Page 2 Special 7rovisions TESTING PRESSURE PIPELINES ras ragraph 3. 514 of the Standard Specifications shall apply except :ierein modified: Force Main - Hydrostatic pressure tr,st at 15C psi (gauge) at the Lift Station. 6. TEES The Contractor shall install tees at the locations as indicated on the plans and in other locations indicated by the Engineer. The Owner' s Engineer will contact all property owners in advance of an,, conztruction of the gravity sewer and shall locate in the field all tees. Such locations shall be marked by a stake or other suitable marker. Contractor shall be responsible that a "tee ' be located in the gravity sewer apposite each marker. A plus shall be installed in the tees. .cam.: Section 9 Page 1 Special Provisions SECTION 9 - PREFABRICATED SEWAGE LIFT STATION I. GENERAL The Contractor shall furnish a factory-built, automatic pump station as manufactured by Smith & Loveless, Division - Union Tank Car Company, Lenexa, Kansas , or equivalent. The station shall be complete with all needed Equipment factory installed in a welded steel chamber with welded steel entrance tube and with ladder to provide a,:cess. The principal items of equipment shall include two vertical, close-coupled, motor-driven, non-clog sewage pumps ; valves; internal piping; central control panel with circu°,t breakers; motor starters and automatic pumping level controller; lighting; sump Pump; motor-driven ventilator; dehumidifier and all internal wiring. The station shall contain 2 pumps. 2. STRUCTURAL RE �'IREMENTS The structure shall be designed and fabricated in such a manner as to result in a structurally stable unit at all times. Structural design shall be accomplished by a registered structural or civil engineer. Structural design criteria and calculations shall be submitted to the Engineers for approval prior to fabrication. 3. OPERATING CONDITIONS - Each constant speed pump shall be capable of pumping 200 G.P.M. of raw, unscreened sewage against a total dynamic head of 37 feet. The maximum allowable speed shall be 1200 pi . All openings and passages shall be large enough to permit the pas- sage of a sphere 3 inches in diameter and any trashy or stringy material which can pass through a 4 inch house collection system. 4. PUMP CHAMBER & ENTRANCE TUBE The station shall be built by the Manufactu::er in two major sections, consisting of the pump chamber and the required section (s) of entrance tube, for ease in ship.pert and handling. These sections shall be joined at the job site by welding. The field joint shall then be coated with Polyamide epoxy resin, provided by the manufac- turer. The pump chamber shall contain all pumps and other equipment and shall be a vertical cylinder of circular or elliptical cross- section with shell of 1/4" (or heavier) A.S.T.M. 283 Grade "C" steel plate and outside dimensions shown on the drawings. The clear height inside from floor to ceiling shall be sufficient to Provide two feet clear between the top of the motor and the ceil- ing, but in no case less than 7'-3". The top and bottom of the 0 f f I MMMMMMMM Section 9 Page 2 Special Provisions I cylinder shall be 3/8" thick structural grade steel plate with 3" high flange to overlap the shell on the outside. The pump chamber shall be reinforced beneath the bottom .in both directions with B" I-beams weighing a minimum of 18.4 pounds per foot, to stiffen it against hydrostatic uplift forces. Two I-beams shall be placed parallel to and beneath the suction lines extend- ing beyond the diameter of the pump chamber one foot at each end, to act as skids and to protect the protruding suction lines during shipment and installation. If a flat top pump chamber is used, it shall be reinforced on the f top in both directions with B" channels weighing a minimum of l 13. 75 pounds per foot and adequate to support the weight of the li over-burden, plus an} surface traffic. Lifting "eyes" adequate for the entire weight of the completed chamber shall be provided welded to shell just below the top. Steel plate thickness and size and number of structural members are considered minimum allowable size acceptabl,s. Actual size and dimensions shall oe determined by structural requirements. A 20-inch diameter by 8" deep sump with walls of 1/4" structural grade steel plate shall be provided. Where the cast iron suction and discharge lines pass through the station walls , they shall be reinforced with 1/4" thick steel sleeves , welded inside and out to the station walls. The space uetween the cast iron pipes and the steel sleeves shall be packed tight with Portland Cement Grout containing ?mbeco to prevent lea' age. A box sub-base shall be welded to the floor of the pump chamber for each pump. Sub-base shall be made of 1/4" thick s' •l plate. A lifting "eye" shall be welded to the ceiling over each pump so a pulley or hoist can be attached for service work. The entrance tube shall be provided in one or more sections , as `f required, with ladder and cover. It shall rest on the roof of the pump chamber which shall have a suitable matched opening to provide access. The tube shall he a vertical cylinder made from 1/4" structural grade steel plate, rolled to inside diameter shown on the drawings. The length shall be adequate to place the cover above the surrounding ground and any anticipated local flooding. The entrance tube shall be stiffened at the bottom and at the top by a 3/4" square bar, rolled to match the outside of the tube and securely welded thereto. The bottom stiffener bar shall rest on a 1 1/2" x 1 1/2" x 1/4" angle, shop welded to the roof of the pump chamber. The field weld to join the two sections shall be at th= outer diameter of the bar and angle to avoid damage to the interior finish paint. Lifting lugs and/or "eyes" shall be provided on each section of entrance tube for handling and installation. Section 9 Page 3 Special Provisions The entrance tube cover shall be of the hinged type with suitable drip lip around the edge and shall be made of fiberglass reinforced plastic or epoxy coated meta]. with reflective color to reduce heat absorption. The cover shall be provided with a handle and a simple , dependable lock of the pin-tumbler type, which can be opened from the inside without a key. Tube cover shall have a counter balane- ing, mechanism to assist in opening the cover and shall open to a vertical position. One or more "hand" assist bars shall be provided on the underside of the cover. A dependable latch mechanism shall be provided to keep the cover from blowing shut or closing under any normal load. A continuous molded neoprene gasket shall be provided on the top of the tube to provide a watertight seal and to protect the top edge of the entrance tube. The access ladder shall have rungs of 1" steel pipe, spaced on 12" centers from top to bottom ana welded to the air-vent ducts of 3" x 4" rectangular steel tubing which shall form the side rails. The ladder section in the entrance tube shall be li ed up accurately with the section in the pump chamber by self-aligning projections ti from the upper vent ducts. Neoi.rene rubber sleeves shall be provided to seal the joint between adjacent vent sections. Each section shall be supported by heavy steel plate brackets welded to the walls . The ladder brackets shall be welded to the wall if separate air ducts are used. A minimum of 4" shall be provided between side rail of ladder and any obstructions. 5. WELDING All steel structural members shall be joined by electric arc welding with fillets of adequate section for the joint involved. Wher, required, to exclude ground water or for structural reasons , such welds shall be continuous and water-tight. All inserts for pipes, etc. , shall be welded inside and out. Two random x-ray photographs may be required to examine welds for slag enclusions. A testing laborato y location at point of manufacture may be used. Selection of 'aboratory shall be subject to the approval of the Engineer. All costs involved shall be borne by the Contractor. 6. PROTECTION AGAINST CORROSION After welding, all inside and outside surfaces of the structure shall be blasted with steel grit to white metal in accordance with the Structural Steel Painting Council specification SP-5 , removing all mill scale , rust, dirt , paint or other foreign matter. All weld spatter and surface r.oughm s shall be remc-ed by grinding. Blast^d surfaces shall not be left overnight before coating. All grit shall be removed from the surface by brush or industrial vacuu.n. o Section 9 Page 4 Special Provisions Immediately following the cleaning, a single heavy inert coating having a minimum thickness of six mils shall be factory a.,plied to all insi9e and outside surfaces. This coating shall be a polyamide epoxy resin especially formulated for abrasion and control resistance. The dry coating shall contain a minimum of 85; epoxy resin with no diluents. The balance shall be pigments and thixo- tropic agents. The pigment shall be chrome oxi('e with no fillers . An extremely high volatile blend thinner stall be used to assure quick solvent release. The coating shall be applied with an air- less heated catalyst type gun. A touch-up kit shall be provided for repair of any mars or scratches occuring during installation. This kit shall contain detailed instructions for use and shall be a material which is compatible with the original coating. The touch-up coating shall contain a minimum of 85% epoxy resin. Four seventeen pound packaged magnesium anodes shall be provided for cathodic protection. Each anude shall be provided with a minimum of 6 feet of No. 6 AWG cooper wire with Type RR insulation suitable for direct burial and having high insulation resistance. Four copper lugs shall be equally spaced around the structure at approximately the top of the pump chamber for the anode connections. A heavy synthetic rubber mat shall be cemented to the station floor in the normal walkway area to protect the steel floor from abrasion. The manufacturer shall arrange for the inspection of the surface preparation of the completed structure by a recognized commercial testing laboratory approved by the Engineer. A certificate shall be furnished by the laboratory indicating that the inspection has been made and the work was done in accordance with these specifications. 7. PUMPS The pumps shall be vertical, close-coupled, "non-clog" sewage pumps especially designed for the use of mechanical seals. Each pump shall be of heavy cast iron construction and shall include a ver- tical motor with the pump impeller mounted directly on the one piece motor-pump shaft. The motor shall be attached to the pump volute by a one piece cast iron adaptor and backhead. The combination pump and motor shaft shall be one-piece stainless steel from the top of the motor down through the impeller. The pump shaft shall be sealed against leakage by a double mechanical seal installed in a bronze s2alhousing constructed in two sections wit registered fit. The ::;,using shall be recessed into the pump bac'';head and securely fastened thereto with stainless steel cap F t I Section 9 Page 5 Special Provisions i screws. The inside of the seal housirg -hall be tapered or re- lieved to facilitate the assembly of the seal partF . The seal shall be of double carbon and ceramic construction with the mat- ing surfaces lapped to a flatness tolerance of one light band. The rotating ceramics shall be held in mating position with the sta- tionary carbons by a stainless steel spring. The seal housing with assembled parts shall be so constructed as to be readily removable from the shaft as a unit and shall be provided with tapped jack screw openings to assist in removing it from the backhead. The seal shall be pressurized and lubricated by water taken directly from the pump discharge, through a filter, to the seal housing and introduced between the upper and lower sealing surfaces. The fi _ ers shall be of corrosion resistant materials and shall screen out the solids larger than 40 microns. The seal system shall contain a brass valve, connected near the top of the seal housing to permit the rellef of any air trapped in the seal unit. A manually operated brass air release valve shall also be provided to vent the pump volute . The pump impeller shall be of the enclosed type made of clo,;e grained cast iron and shall be in hydraulic and dynamic balance . The impel- ler shall be keyed and secured to the motor-pump haft by a stain- less steel cap screw equipped with a "Nylock" or other suitable self- locking device. The impeller shall not be screwed or pinned to the motor-pump shaft and Ehall be readily removable without the use of special tools. The pump volute shall be of heavy cast iron construction, free from openings or projections that might cause clogging or interfere with flow through the pump. A suitable 1/4" N.P.S. openi. g shall be pro- vided in the volute for the connection to the pump seal fluid line and air vent valve. The pump shall be supported by a heavy cast iron base with four legs to provide maximum rigidity and balance. The height shall be sufficient to permit the use of an increasing suction elbow. The suction and discharge openings shall be flanged, faced and drilled 125 pound American Standard. The suction flange shall be drilleu an tapped for installation of a suction gage. A gage cock only shall be installed on the suction flange. The diE _narge flanges shall be tapped for installation of a discharge pressure gage. A gage cock and pressure gage shall be installed on each pump discharge flange. S. CONSTANT SPEED MOTORS The pump motors shall be squirrel cage, splash proof , across-the- line start and shall conform to the applicable NEMA Standards. i r 1 Section 9 Pace 6 Special Provisions The motors shall be suitable for operation on three phase, 60 Hertz 480 volt power supply. The motors shall have adequate horsepower to prevent overloading at any possible pump operating condition, but the horsepower rating will not be required to be greater than one standard horsepower rating larger than the next standard ho:-se- power above the horsepower required for the stated design condition. The motor operating cycle will be in the range of two mii _`es ON and two minutes OFF, to one minute ON and 12 plus hours OFF. The motor insulation shall be not less than Class B and include an epoxy dip coating for protection against accidental submergence. Ambient temperature will Le approximately 25 Degrees C. , and under these conditions and operating cycle the service factor shall be 1.0 minimum. Each motor shall have oversized, grease-lubricated ball b, rings with the thrust bearing at the bottom locked in position to elim- inate shaft end play. The motor pump shaft shall be of one-niece stainless steel from the top of the motor down through the impel- ler. A stub sha•'t to extend the motor shaft into the pump will not be permitter',. Minimum shaft sizes for squirrel cage frame sizes 182 th.cough 286 shall be 1-7/8" , beyond 286 through 405 shall be 2 1/8" and for frame 444 and larger shall be 3" diameter. The motor-pump shaft shall be centered in relation to the motor base within .005" and shall be centered in relation to the mech- anical seal housing within .014" . The shaft run-out shall be limited to . 003" . The motor shall be fitted with heavy lifting "eyes" capable of supForting the entire weight of the pump and motor. 9. CONTROL CABINET The control equipment shall be mounted within a NEMA Type 1 enclo- sure f,bricated of steel and reinforced as required. The cir^uit break section shall be dead front and the motor starter and con- trol section shall be provided with doors, complete with handle and suitable latching devices. Convenient to the operator, acces- sible from the outside, shall be located the selector switches, blower timer and the humidistat and thermostat which operates the humiaifier. A grounded type convenience outlet shall be provided for operation of 120 volt AC devices. Thermal magnetic circuit breakers shall be provided for disconnect service and over-currents. Therr. 11 magnetic circuit breakers sh,,ll be provided for control pilot circuits and each auxiliary circuit . Magnetic across-the-line starters with under voltage release shall be provided for each pump. The starters shall have thermal overload heater coils in each ph.ise to give protection against single phasing. — ...ems .. .. Section 9 Page I Special Prox• i. ions Each single phase auxiliary motor shall be equipped with an over- current protection device, in addition to its branch circuit break- er, or shall be impedance protected. The control cabinet shall be form wired and color coded with no less than ten c-lors with all wires except flexible leads around door hinges to be run vertical or horizontally and parallel with the top, bottom and sides of the enclosure. A wiring diagram; of the complete installation with color code identified shall be provided within a pocket on the inside of one of the cabinet doors. 10. LIFT STATION CONTROL A separate circuit breaker shall be provided for alarm transmitter equipment external to the Lift Station enclosure. To control the operation of the pumps with variations of the sewage level in the wet well, an air bubbler system shall be provided con- plete with two air compressors, bubbler line to wet well and sen- sitive pressure switches. The air compressor shall be of the close-coupled, positive displace- ment oil-less Hype. Each compressor shall have a minimum capa- citv of 0.2 cubic feet of free air per minute at 10 Y.S.I . A cam type motor driven timer shall be provided to alternate the compres- sors on cycles of 5 minutes on and 5 minutes off. The pressure switches shall be of the mercury-tube type, with sensitive pressure elements and independent high and low adjust - ments for each pump capable of a minimum differential of 18" of I water. An automatic alternator with manual "O,]-OFF" switch sh-ill be provided to change the seluence of operation of the pumps on `.he completion of each pumpinq cycle. Provisions shall be made to i interlock and to prevent the pumps from operating in parallel should the level in the wet well continue to rise above the start- inq .level for the low level pump. Provision ,hall be made to pre- vent both pumps from startinq together after a period of no power. "hand-off-auto" switches shall be p- -)vided for each pump. 11. ALARM SYSTEM j Alarm con*acts shall bs provided. An alarm condition s%r ll trans- mit a signal through a telerhone connection. Alarm conditions to be transmitted -hall be high level in the wet well , low level in the wet well (failure of pump to tarn off) anu water standing above floor level of dry well. The alarm contacts shall be housed in a NEMA 12 enclosure, complet- cly assembled and tested in the shop. All wiring shall be color i .:ok2ed. The .ontractor shall provide the connection +:erminals and i �. I Section 9 Page 8 Special Provisions conduit penetration of tank enclosure. 12 . DEHUMIDIFIER AND VENTILATING BLOWER A packaged dehumidifier assembly with hermetically sealed Freon refrigeration-type comiressor, expansion coil, fan ana condenser coil, sh, '.l be furnished to maintain the rela' lve humidity of the air in the pump chamber law enough to keep the electrical equipment dry and to prevent condensation on the walls. The dehumidifier shall handle 20') cubic feet of air per minute and at 80; Fahrenheit, shall remove up to 15 . 5 pints of moisture per day. The denumidifier shall be controlled automatically by an adjustable humidistat and low air temperature cutout and with contacts f adequate capacity for the dehumidifier motor. The dehumidifier shall be housed in a heavy steel enclosure , welded �-o the vent lines and the chamber wall at the foot of the ladder. Tue condensate shall be drained to the sump. An air inlet vent litre forminu one side rail of the ladder shall be provided to draw fresh air from the outside and discharge it directly into the inlet of the dehumidifier so that most of the moisture may be removed before the air is circulated within the station. A ventilating blower, housed in the dehumidifier enclosur". shall pick up air from within 18" of the floor and shall discharge ?_t to the open air through a second vent line forming the other side rail of the ladder. The blower shall be of the squirrel-cage high effi- ciency type, of adequate capacity to change the sir once every three minutes. The blower shall be controlled by e 10-minute cycle percentage timer with a range ,:)f 0 to 100% . When the entrance cover is raised, the blower and lights shall be turned on automatically by a double-pole spring operated entrance switch mounted just under the cover, thus assuring lights and ventilation for anyone entering the station. A manual switch shall. be mounted in the side of the duct just below the limit switch for operation of the lights and blower with the cover closed durirg bad weather. Thq steel vent lines shall have suitable covers, to prevent the entrance of rocks or other fort gn matter. 13. SUMP PUMP A submersible sump pump with close-ccupled vertical motor shall be installed in the sump. Phe volute casting shall be arranged so as to support the impeller antra:.ce a proper distance above the bottom of the sump. It shall have a minimum capacity of 1000 GPH at design head. The design head this pump will operate against is the static head from the sump to 2 ' below grade , plus allowance for pipe friction both inside and outside the pump chamber. A mechanical seal on the sha shall exclude water from the motor housiig. The pumps shall controlled automatically by a built-in a i Section 9 P�qe 9 Special Provisions float switch, capable of .operation on a 5" differential. It shall discharge into the wet well through a 1 1/4" galvanized steel pipe, with two check valves and a gate valve within the pump chamber. An enclosure of 1/4" heavy galvanized steel mesh shall surround the sump and the sump 1,amp to keep out debris. 14. PIPING Pump suction lines shall be Class 150 cast-iron pipe with plain end cutside the pump chamber and with bronze fitted, double-disc gate valve inside the (-:,amber. The discharge line check and double-disc gate valves shall be installed in each discharga line. The check valves shall be of the spring-loaded lever type so the clapper can be lifted to back; Olush the pump and suction line. Check valves shall have stainless steel shafts with double "o" ri Is and grease fittings at both ends where the shaft passes through the body of the valve. The di-charge outlet shall be Class 150 cast-iron wipe with a mechanical joint bell )ust outside the pump chamber Eyes for the rod attachment shall be provided to resist the thrust on the discharge Ell beside discharge pipe. The sump pump discharge line sh 11 be of 1 1/4 " galvanized standard steel pipe. S.'.ze of pipe shall be as shown on the plans. The air bubbler line inside the station shall be 1/4" nominal tubing terminating in a fittir3 in the entrance tube to accept the 3/4-inch piping extending to the wet well. A return loop in the bubbler line shall be provided to protect the station from flooding and a valve shall be provided to bleed off condensate accumulation in the air bubbler system. 15. LIGHTS T.,iequate lighting consisting of two 40-watt fluorescent tubes shall be provided for the convenience and safety of the operator. The lighting shall provide illumination for all areas in the sta- tion control panels. The lightin't shall be controlled by the spring operated entrance switch and a manual switch as described above. 16 . WIRING The pump station shall be completely wired at the factory in accordance with National Electrical Code. All wiring in the pump station shall be color coded as indicated on the wiring diagram. All wiring outside the panel shall be in conduit, except foi ' 5 Volc AC accessory items which are provided with cDnnectinq i ated service cord by the Manufacturer. Tne Manui.;cturer hai_ r Section. 9 Page 10 i Special Provisions provide conduits from the control panel across the ceiling, and up the entrance tube to receive the feeder and signal lines. The conduit shall terminate in a threaded conduit conr �ction through the wall of the entrance tube above the ground level. The service entrance feeders will be provided and installed by the installing contractor. . Small accessory items such as the sump pump, dehumidifier and air compressor, shall be plugged into polarized, grounded, con- venience outlets located close to their installed position, sc t'zat such items can be readily removed and serviced or exchanged for replacement units, if necessary. 17. FACTORY TESTS The completed pump station shall be given an operational test of all equipment at the factory to check for es;cessive vibration, for leaks in all piping or seals and for correct operation of the automatic control system and all auxiliary equipment. The pump suction and discharge lines shall be coupled to a reservoir and the pumps shall recirculat water for at least one hour under simulated service conditions. "he automatic concrol shall be adjusted to start and stop the pumps at approxi:•ately the levels required by the job conditions. 18. MAINT:NANCE AND OPERATION MANUAL The Contractor shall furnish three copies of maintenance data on all mac .inery and equipment in the pumping stations. Complete manufacturers maintenance and opera ions manual shall be assembled and indexed so that the informatior. n any piece cf equipment can be readily found. These manuals shall be bound in first quality, heavy, p<armanent type multiple ring loose leaf binders. The Con- tractor shall submit the binders he proposes to furnish to the Engineers for their approval before assembling all of the material . The contents of each senarste binder shall include the following list: (1) Drawing of Lift Station snowing relationship of all equipment. (2) Wiring diagrams of control circuits. (3) Cut-a-way sections of equipment. (4) Pump curves. (5) Parts list. (!;) Operating instructions. 7titi l!W JI�6��rf^..iY�i�ridY�l`i W i� Section 9 Page 11 Special Provisions (7) Lubrication anu maintenance instructions. (8) 'Saintenance data on all component parts to the equipment. (9) Aanufacturer' s warranties for all equipment. j 19. SPARE PARTS A complete replacement pump shaft seal assembly shal_ be fur- nished with each type and size of pump in the station. The spare seal shall be securely fastened to the control p4nel and shall include complete installation instructions. A spare vol..te gasket eAall be provided. Two spare filter cones for the seal filter shall also be provided. A one years supply of every kind of packinc- cirease, or oil required and all oil cans, grease guns and other necessary items for proper lubrication Lhall be provided. 20. FIELD ADJUSTMENT The Manufacturer of the station Fhall provide the services of a factory trained service man to check and adjust toe pump control- system after the station is ccmpletely installe,^ and ready to be placed in operation. 21. EXPERIENCE P.ND NORKMANSHIP The pump station shall be the product of a Manufacturer with a minim-m of five years of experience in the design and building ,f such automatic, factory-built, underground pump stations and all workmanship and materials throughout shall be of the highest quality. 22. MANUFACTURED EQUIPMENT In these specifications and on accompanying drawings , there are specified and shown certain equipment and materials deemed most suitable for the service anticipated. This is not Font, however , to eliminate others equally as good and effici :nt. The Contractor shall nrepare his bid on the basis of the particular equipment and ma. + als specified for the purposes of determining the low bid. Any equipment proposed for substitution shall be superior ^ equal in construction and/or efficiency to that specified and that such quality has been demonstrat, l by at least 5 years of service in similar installations. ..St... i Section 9 Page 12 special. Provisions In the event the Contractor obtains the Engineer ' s ipprovii on equipment other than that which was originally laid .t, the Contractor shall at his own expense, make any charges in the structures, building or piping necessary to accommodate the :quipment. 23. PLAN SU3MITTAL The Contractor shall submit with his t._ 1 Plans and Construction Details of the package unit he proposes to Turn A. These shall include pump and motor data; guar;.nteed performance curves for the pump at -arious speeds; deta` 4s of speed control unit; and wiring diagrams for electric pc ,er and controls. Complete shop drawings shall be submitted prior tc fabrication in ordance with requirements of paragraph 1. 08 of the Standard Spec�ficutic S. Except tha, four copies shall. be submitted in addition tj the number of approved copies that the Contractor wishes returned to him. 24. WET WELL The Wet Well shall be constructed of one of the following materials : (a) Precast manhole wall secticns or standard reinforced concrete sewer wipe conforming to A.S.T.M. Designation C-76 , ".ass III modified as shown on the drawings. (b; Reinforced concrete low head pressure pipe conforming to A.S.T.M. Designation C361-61, Class 100. minimum strength requirements shall be as specified for A.S.T.M. Designation C76-62T . Class IV, modified as shown on the drawings. (c) Reinforced concrete pressure pipe, pretensioned re- info cement (still cylinder type) conforming to Federal Specifi- cation SS-P-381 for Class 100. Joints shall be as shown on the drawing cr the wet well shall be constructed with one section of pipe. A welded aluminum ladder may be substituted, at the Contractor' s option, for the safety type manhole steps as specified for access to the wet well. Strings shall be minimum of 3/8" x 2 1/2" flat bars. Rungs shall be minimum of 3/4" round rods at 12" cc set in holes in the strir3s and gelded. Ladder shall be minimum width of 1' -6" and supported on both sides at ma. imum spacing of 10 feet. Minimum distance from wal:_ to rungs shall be 6 inches. r Section 9 Page 13 Special Provisions 25. PIPING All outside sewer piping between the wet well and pump chamber and discharge from pumps shall be mechanical joint, cast iron pipe, conforming to Federal Specification WW4-421A, Class 150. All steel pipe exteriors to the station in contact with the soil shall be field coated with one -,oat of polyamide epoxy resin, after inst .ilation. 26. EXCAVATION AND BACI'FILL Exc:• ation for the lift stations shzii be carried to the estab- lis. �d grades so that all forr,irgs shall rest on firm, undisturbed ground. It any over-excavation occurs, the excavation shall be brought up to grade with structural concrete at the Contractor 's expense. Excavation shall be kept to a minimum necessary for construc- tion purposes. The Contractor shall use adequate bracing and sheeting to maintain a minimum ground opening . Backfilling directly around tY..e lift station structure shall be with sand or gravel or pit run, gravel through which water will drain freely. The limit of the granular backfill around the structure shall be as jhown or, the contract drawings. Backfill beyond these li:nits can be made with material excavated from the site up.,n approval of the Engineer. All gravel or other backfill shall be placed in layers so that differential eart'- pressures on structure shall be small. Fill in zny layer rr: not be more than four (4) feet higher on one side of the s _ure thai. on the ether side. All backfill shall be placed in layers not exceeding nine inches loose dtrth and then each layer shall bP mechanically compacted to within 90% of maximum density at optimum moisture content as determined by the modified proctor compaction test procedure (AASHO T-180) . All excavated material not needed for backfill or for bringing the area up to permanent grade and unsuitaole materia' for backfill shal %ie disposed of by the Contractor at no expene . to the Owner. The (_ ntractor shall provide any additional fill m_terial required to adjust the grade in accordance with the fin .shed contours shown on the drawings. Section 10 Page 1 Special Provisions SECTION 10 - ELECTRICAL WORY. 1. GENERAL MATERIALS a. General All materials shall be new, free from defects and of tf.%, quality specified herein and on the drawings, and listed by Underwriters Laboratory for the purpose for which it is to be used. Each type of material shall be of the same make and quality throughout the work Where the material is not specifically described in these spr .ificaticns, it shall nevertheless conform to the quality and types outlined on the drawings which form a part of the specifica- tions. All parais and enclosures shall be furnished wits, a factory finish baked on enamel. r. Substitution of Materials The Contractor shall submit for review and acceptan%e, information on all electrica' material and equipment which he wishes to sub- stitute for that specified. If the Contractor shall fail to fur- nish such information or shoiild any of the substitutions be unac- ceptable, the materials specified shall prevail. C. Conduit and Fittings (1) Rigid Conduit. Unless otherwise specified, all conduit shall be rigs —steel-with full threaded connections. Conduit shall be seamless , hot-dipped galvanized or sherardized . (2) Conduit I, :Lings and Boxes. 411 fittings for rigid conduit shall be hot-dip galvanized. Union Joints shall be .nade with con- diait couplings and running threads shall not be permitted. Boxes shall be galvanized or cadmium plated cast metal equipped with galvanized or cadmium plated sheet steel covers and gaskets. Locknuts shall be extra heavy steel for sizes 1/2 inch to 2 inches and malleable iron for 2 1/2 inches and larger. Bushings shall be malleable iron for sizes 7/2 inch to 1 inch. Bushings 1 1/4 inch and largo;_ shall be malleable iron with phenolic insulating collar. ( 3) Conduit Supports. All channels, hanger rods, bolts, nuts, Gt �s, clamps and rock assemblies shall be galvanizes: steel . Field cu . shall be re-galvanized with ai. application of Galv-o-weld . Con- duit rack cross members shall be channels of not less than 12 gage steel having a section not less than 1 1/2 inches wide and 3/4 inches deep. Plumber' s perforated hanqer iron shali not be used for conduit installation. go .dwbm Section 10 Page 2 Special Provisions d. Conductors Conductors shall be copper wish RW or TW insulation except THW where noted on the urawings and not less than No. 12 AWG except where indicated otherwise and in pre-wired panals which may be No. 14 AWG minimum and fixture wise which .,lay be No. 16 AWG minimum. All wires shall be strancJed. Terminal lugs and connectors for power or lighting circuits shall be copper alloy pressure type. e. Junction Boxes Junction boxes shall be cast metal condulets or FS and FD boxes, as hereinbefore specified, of size and depth to suit conditions. If such boxes are not of sufficient s?.ze to suit conditions, sheet steel boxes may be used in accordance with the requirements of the NEC. The boxes shall be made of cote gage steel using welded con- struction. The boxes shall be fabricated without knockouts and galvanized after fabrication. The necessary knockouts shall be field cut with an acceptable knockout cutter. Boxes shall have covers provided with gaskets and secured with brass m-chine screws, not smaller than No. 8. Weathercight boxes shall have hubs instal- led during fabrication. 2. INSTALLATION a. Condu. t Conduits shall be run exposed unless otherwise shows. Exposed runs of conduit shall have supports spaced not more than 8 feet apart and shall be installed with runs parallel or perpendicular to walls, structural members, or intersections of vertical planes and ceilings with right-angle turns consisting of cast-ner_al fittings or symmet- rical bends. Bends and off-sets shall be avoided where possible , buc where necessary, shall be ;ude with an approved hickey or con- duit bending machine. Where required for ease of pulling and as necessary to meet code, the Contractor shall install condulets or pull boxes even though not shown. Wooden plugs inserted in masonry or concrete L'hall not be used as a base to secure conduit supports. Conduit shall be supported on approved types of galvanizes: wall brackets, ceiling trapeze, strap hangers, or pipe straps, secured by means of expansion bolts in concrete, machine screws on metal surfac _s and wood screws on wood construction. Nails shall not be used as the means of fastening boxes or conduits. The Contractor shall exercise the necessary precautions to prevent the lodging of dirt, concrete, or trash in conduit, fittings and Loxes during the course of installation. All conduit entering boy.__>s Section 10 Page 3 Special Provisions or cabinets through knockouts shall be secured by locknuts on both the interior ana exterior of the device and shall have a bushing installed over the end. All joints shall be made with standard couplings. The ends of all conduit shall ba cut square reamed and threaded with straight threads. Conduit joints shall be made up with a mixture of red lead and boiled linseed oil with mixture application to the male threads only. welding, brazing or otherwise heating of the conduit will not be permitted. b. Conductors Care shall be exercises; in pulling conductors into conduit so as to avoid kinking, putting undue str .ss on the conductors or other- wise a! ading them. No grease will be permitted in pulling con- ductors. Soapstone, talc or UL approved pullin; compound only will be permitted. All wire splices shall be soldered or made with mechanical connec- tors pro3erly replied. After soldering, all splices shall be wrap- ped with Un: 'iter Laboratory approved plastic electrical tape. The wrapping shall be composed of two independent layers , applied Sep-Irately. These two separate layers shall be half-lapped. 3, WEII WE';., ALARM The contractor shall furnish and install a watertight high wa ar level alarm signaling device in :he wet well similar to a Heaiv- Ruff Co. Bulletin 756 alarm switch. The unit shall be installed in the wet well, as indicated on the drawings and be provided with a mounting that will allow three feet total adjustment of mounting height. The lintt shall be provided with a flexible watertight electrical connection to allow for tnis n.cvement. This unit stall provide the source of them 7h wet well alarm" signal transmitted to the District Office. 4 . URY WELL ALARM The dry well shall be the same unit as used in the wet well except shall be mounted to indicate a vat:er level 4 inches above the floor. 5. EMEF2GtNCY POWBR ADAPTOR The r tractor shall furnish an adapt( ;:e emergency power conne, cion consisting of an 18-inch 1.. 50 MCM, 3 conductor with ground flexible cable (T17NEX, 3 c •pe G or Simplex TX2114) with a Russell and Stoll reversL able plug No. 734SR on one end and a Crouse-Hinds cable le APC40428 on the ither end. 1# k' W t Section 10 Page 4 Special Provisions 6. SIGNAL SYSTEM The work covered by these specifications shall include the furnish- ing and installation of an alarm system as described herein. Except as otherwise noted in these specifications, the system shall detect and relay clarms From the Pump Station to the King County Water Distract No. 90 office at 15606 S. E. 128th Street, Renton, Washington. All of the instruments and materials necessary to perform the func- tions stated herein shall be as supplied by Service C,)ntrols Company, 518 American Bank Bldg. , Portland, Oregon, in order to insure compu- tability with existing controls, unless otherwise approved by the Engineer. The supplier shall assume complete responsibility for furnishing the equipment, supervising the installation, adjusting and guaranteeing the performance of the complete system. The signal system supnl`_er shall make a complete installation of all instruments and material he proposes to furnish at the various loca- tions. -he supplier shall provide all electrical wiring at Pump Station and the Districts' existing system. The supplier shall employ an elect- ician at his own expense to do the wiring at the various locatiois as required. The signal system supplier shall furnish and install an appropriate small building at the pumping statiin site to house his transmitting cc ipment above-grade. L.straments furnished and installed under this contract shall ue readily adaptable to the extension cf ntrol circuits to any addi- tional supervisory instruments which may be installed at a later date. It is the intent that the instruments which are installed under this contract shall not require removal for factory adjustment or change in order to permit their use in connection with any additional instruments installed at a later date. All instruments are to be of positive mechanical operation and shall not. use tone control or radio transmission. The instruments to be furnished and installed including all elec- trical wir.' ng to place same in operation, are to be isconditio*ially guaranteed for a period of two (2) years from thL ite of installa- tion and approval. This guarantee shall apply both as to labor and to materi?1. The guarantee shall also include, for a period of two (2) years, regular free monthly inspection. _a 1 + ..�so.r.errr. Y Section 10 Page 5 Special Provisions I T:a individual alarms shall be as follows: I 1. high or low water in wet well . 2. Water in Pump Chamber. 3. Opens, grounds, or shorts in each r,,f the leased telephone circuits. 4. Poorer failure at Pump Station. Instruments to be furnisi.ecl and installed shall meet the approval of the Telephone Utility in ach requirements as are necessary in leased transmission lines. 7. SERVICE The Contractor shall arrange with Puget Sound Power and Light Company for their work to be dons in installing the primary cable and associated work on poles and underground in extending power lines to the site, etc. Necessary allowance :hall be made in his bid to cover furnishing and installing the transformers, cost of all materials and work to be firnished or performed by the utility company and himself i . providing electrical power to and within the site. The Contractor shall be responsible for these construction costs and for metered power costs until the entire facility is accepter by the District. 8. TESTS The Contractor shall be responsible fc conducting tests -h- anical and electrical equipment as individual units and ti. _,e same units in complete systems, as appropriate, with the results recorded on formali%ed forms approved by the engineer. The Con- tractor is expected to perform these tests himself, prior to the official acceptance tests witnessed by the engineer and/or owner, to an extent sufficient to inure that all items will perform satisfactorily at the formal ♦ -.A witnessed by the engineer. The Contractor may be charged fc,r any time expended by the ownez or engineer by being called to the site for a test, before the contractor has made a successful test himself. The Contractor shall furnish and temporarily install, as required, any equipment, instruments, etc. , not part of the permanent in- stallation but necessary to perform the tests and collrct pertinent data. The Contractor shall. furnish evidence of recent calibration checks of all t,st instruments to be used. The test equipment may include, but is not limited to, pressure pumps, volume pumps , tem- porary water supply, temporary air supply, pressure gauges , ther- mometers, feeler gauges, dial indicators, ammeters, voltmeters, SAN-1 APOLLO SCHOOLJWD90 S-155 2X Section 10 Page 6 Special Provisions meggers, flow meters, revolution counters, stop watches, etc. Tests shall include the following: Each pump separately for speed, quantity, static s dynamic head. Sump Pump Control and alarm system. Ventilation. and/or Dehumidification Dialectric test of insulation on all circuits and motors with (3) copies of the tabulated results furnished for the permanent records of the District. I OuSEWERcj AA 0 OC`Edges shall be smooth & Vertical and set solidly on the ring TOP VIEW OF COVER BOTTOM VIEW OF COVER 2'- 1 3/8" 3' e B B SECTION A-A Io \ J I — I Hole for Cover removal /W. 3-5/8" Countersunk N.C. Everdur Socket Head Cap Screws. \ —\j%J i � Bolt Cover to Lugs in Ring. Drill Lug Holes full Depth Word "Sewer" Letters to be o Minimum of 2" High, TOP VIEW OF RING TOTAL WEIGHT Not less 'hon 400 lbs. 2' 3" —� It/16" 1 11/16 11 Lj f a CONSTRUCTION DWG NO 3 - i STANDARD MANHOLE /8' 5" 2'0" 15 COVER & RING - .-_. . T.. - LOCKING TYPE — 2'- 10" - - HILL & INGMAN SECTION B- B CONSULTING ENGINEERS SEATTLE. WN. . -Jj_z,0 FN�_. . ouwwa r.oi NO DRAWN BY N VOL No CM{CK BY � 1 'CAL{ I A,ww BY M 9 — 13 FILE No ,_- I HOLE -CLCA75 1 1 -V I7 /L•04Arnrn Hat h ~ • / T FOP L ALOER 70cn Lj r�On ui)T� i]\1 -i 04ACWRhVLE FOR ADDER rOLA�IIW' „� _ Iil SE NER ( I3 � NME AEA HIA�RIM; RAF - HOL r ti \J'��I ol�n•jjonca�o� BEA/dNG yTAPnYCS � HO[£ N U U'1 U I1 Jy CLCAr3: HAS// _ 14'O/Ay /• ��3JI�.-.JIJ Ju.Ju-J/ N•D[ Ar rwi W of STO A!H FRAAC :• ���� �. i- Hid P MCR V AT BA.^E 4N01"LONG -%L/FT/N6 hgtf W } METRO STANDARD MANHOLE �T FRAME AND COVER NO SCALE F-/'C HOIC3 RFOO lw, -CAM rYPF LOCK Jr DIA jJ 3 RfC0 a_•� 3 - , 'V R/Bs SECTION `r �•�' NO SCALE h Y _ CLEATS 60. PLAN �/ - -Rmo r .. UNDERSIDE OF STANDARD COVER ytRaw p: J NO SALE "V Ha[ FOR SrEE[ COrrEN PAV PS? D/4 — /P ��- �� F• AWCMNEO -- —_ •0 / a� L �w�uTACIURED � ' I E •P? LOCK FCSrA>N . J ( SECTION z 3 -iDN SARI AoS PL 4cc CAM LOf.K54?l h'OT PL ACCOI L -/figY/N 7HRCF SEGAIL Nr5 WHFRC UO SCALE 2 CAM LOCKS ARE Pt ACED) It, SECTION THROUCH STANDARD COVER NO OC&Lt NOTES /. CAST/NCS SHALL BE CAST STEEL A.S.T.M. DESIGN47ION A-37, GRADE 70-36 OR NODULAR IRON A7TMDES/GN4r/i'VA-339,GRACE GO-45-IO. CONSTr.. JCTION DWG. NO. 2 ?. STEEL COMPONENTS SHALL BE S7"RUCr4/RAL GRACE A.S.TM DESIGNATION A.7, CONSTRUCTION STANDARDS FARR/CAr/ON B WORKMANSHI.o SHALL OE /N ACCORDANCE WITH A./.SC. "SPEC. FOR FAB. METRO MANHOLE COVER R/CATION @ ERECTION" 4. WFL DING SHALL CONFORM TO /CODE FOR ARC HILL & I N G M A N Wamv /N RUILDINu CONSTRUCrLON;' SCCr/O.N 4, CONSULTING ENGINEERS SEATTLE, WN. WORKMANSHIP, AACRICAN WELD/h'C SOGErY SPECS. HEAR-oE 5 ALL FABRICATED SrLEL ITEMS SHALL BE GAL- vein. No. DeAwr. ov J;B $2367 - ✓AN/ZED PFR A.S r.M. DES/GNATON A.3B3 D A-JB6 / AFTER COMPLETE AJSCMBLY B FAHRICArION. ' OL. NO C.ECe ay.,'ZrS SCAT[ NONE A.... e. . ', ��,' ..;,,•E a� awl[ .+IR�'RRwY►+r1� .+ri.. - r i NORMAL COMPACTED BACKFILL COMPACTED EARTH BACKFILL — SEE NOTE I g" NORMAL GRAVEL\ ��• BEDDING SEE DETAIL i� t �1 'o o�� W = SEE NOTE 3 I \ ^j \ \ I FOUNDATION GRAVEL I Depth Varies 11 �� SEE NOTE 2 Max. Vol. for Pay Quantities o for Foundati n Gravel < � 0 FIRM FOUNDATION W Plus (2 x Depth of Foundation Gravel) NOTES'. I. FOUNDATION GRAVEL OR NORMAL GRAVEL BEDDING MAY BE SUBSTITUTED AT CONTRACTORS OPTION AT NO ADDITIONAL COST TO OWNER 2. REMOVE UNSUITABLE MATERIAL CONSTRUCTION DWG. NO. 3 TO FIRM FOUNDATION AND REPLACE WITH FOUNDATION CONSTRUCTION STANDARDS GRAVEL WHERE REQUIRED. 3. W = 40" FOR 15" PiPE AND FOUNDATION GRAVEL SMALLER. OR 1.5 I.D. PLUS 18" AND BACKFILL • FOR 18" PIPE AND LARGER HILL, INGMAN, CHASE & CO. 4 } CONSULTING ENGINEERS SEATTLE. WN. 4406 -O6-L50 WA DMMMG rROJ.N DRAWN BY D.M.A VOL. NO _ CHECK BY 717 SCALE NONE ARRR. lY.1f 41 C —SAN-1 Apollo School / WD 90 Corespondence I — - wde�er�,,.,sr�,.a�wrrera�,ra�rsr+�tiro.:..r�iawesar�re � MEMORANDUM I September 18, 1975 TO: DICK HOUGHTON Utilities Engineer FROM: WARREN GONNASON Public Works Director RE: APOLLO SCHOOL CONNECTION Mr. Kemper Mullen is interested in connecting six or seven lots to the Apollo sewer. His address is 15646 SE 138th Place , and his phone number is 228-3848. As I recall , we reviewed this matter in connection with Don Holm's similar request and we were receptive to a change in the agreement with the School District and Water District 90 that would allow for these connections . I don ' t recall any final action being precipitated out of this. Would you please review this matter and advise Mr. Mullen of the present status or the action that would be required to modify the agreements . Maybe we deferred the thing entirely because of lack of capacity; I don ' t specifically recall . may/ WCG: cah w qp -tA-,Lul f 1 , A i i I l i I i i • September 1, 17/0 TO: Ted Bennett, Utility Accountant FR(':1: 1,urt Ii. FJHCn_•,•, Assistant City Lnginucer t,ttached is a cory of 'ietro letter, dated February 1(�, 1170 wh( rc•:r= ater District �`-)O will _rav `letro's sewasy� disi,osal :har, •-s to the City of r.cuton •.t the current '-letro charge to the school of $2.50 each 900 cubic felt of water metered throuyii tho school's water meter. Also attached is a copy of t'.rc ',uju;t 27, 1970 letter from. Rasool Duneshvar from till, Ingman, Chase & Co. requestinc, the connection of the Issaquah vchool to Lie Renton system. Plthough certain parts rf our ajreem.•nt with Water District #90, the Issaquah School_ District and Hill, Ingman, Chase . Co. I.ave not been finalized or comuleted; the �cwer line and wet well reconstruction have been performed and it is permissible to admit sewage from the Issaquah line to tLe City of Renton. '.lease have your meter reader personnel check with Water District #90 to determine what water meters are involved at the Issaquah School and what their schedule is for reading the meterF at that location. Also, please dete ne ..,iat I:euton charges will be involved relative to the Issaquah School. I am attaching a cony of the agreement between the Issaquah School District, Water District #90 and the City of Renton for your information. Please contact me should additional information be necessary. B ERT BEDlc:mj Y ov RF� CITY FNGIINEEII.S ()FI"ICE RENTON, %VAS111N(:TUN is 't o MUNICIPAL BUILDING, NENTON, WgZ111NGTON .BO!! 0 BRl�ln 81110 EXT. llC V 3U c W SsgOAr CAPITAL September 1, 1970 :asool )one livar, P.E. 1;i11, Ingman, Chase & Co. 2909 raird —iue Cattle, •.Iasi,inyton 98121 SUBJECT: Issaquah School -,,ewer i Dear ::r. Doneshvar: Our inspection personnel hasc indicated the wet well reConstruclion ..t Union Avenue liftstation in l�rr ..rat:on for reenivinq the Issaquah school sewage has been coln�ictcd .Ind aceen Mule, :•,icy indicate taut, due to tie locking lids on rho rlanhol,s, tiioy cannot i.ns_,uct the portion of the sewer line from the lssac.uah School connecting into Trenton System. We will accept your inspection of these lines provided we receive a copy of the air pressure test results and an inspector's report that the manholes have been installed and channeled ;properly. We request, for tie manloles that are within the Cite of Ronton, that we be provided a tool for unlocking the manhole lids; .;o our sewer personnul can .:heel; and maintain thusc sewer lines within—,onton. In additio,i to the locking tool, we will require inal as-ijuilt of the portion within .:cnton, a rol-v Of the test res•llts, a loill of sale or quit claim deed for the wet well and tine iortion of the sewer line with.i.n :tcn.ton (in accordance with Item 7, of the agreement between the City, Water District #90 and the School District) . A review of Metro letter of :cbruary lu, 1970 indicates the City of Renton will be billing water District #90 for ':Ictro Sew ge charges at the $2.50 rate for each 900 cubic feet of crater raAered tnrougii the school's supply meter and, the City will bill the reqular sewer charges. our llat.cr Utility Personnel will contact Water District 490 personnel later relating to the location and arrangements for the deter reading. We see no reason to delay allowing admittance of the L.;saquah school sewage until the, above items are complet<,:d. However, we inquest completion of Lie quit claim deed or bill of sale, by the Issaquah School District; the submittal of tost results and as-builts; and the finalizing of th.: items !t involved in our agreement within a 3) u., Therefore, we accept temi)orary connocL and other data are submitted promptly to us . Please contact us should additional information 4 Very truly your.. , 3II:Ic:mj 3ert H. :Ic?ienry, P. . cc: E. 0. NcLman, Issaquah 7chool 11 trict :.ssist..nt City Enyin., Wateer�D istri�.cct #90 C i HILL, INGMAN,CHASE CO. ��� Consulting Engineers and Analysts...since 1891 2909 Third Avenue,Seattle,Washington 98121 (206) 623-6000 A UAS Syeteme Affiliate August 27 , 1970 Mr. Bert H. McHenry Assistant City Engineer City of Renton Bunicipal Building Renton , Washington 98055 Dear Mr. McHenry: Re: Issagi.iah School District No. 411 Elementary School b8 Sewer service This is to advise you that sewer construction for the above referenced school is almost complete and ready for accept- ance. Hill, Ingman, Chase & Co. ii ;pectors have observed the con- struction and testing of the facilities , an0 their report indicates that except for miscellaneous+ cleanup that still must be done, facilities are ready for use. Mr. Dick Holden of your office has been sending, from time to time , an insaect- or to observe the construction and testing of the facilities. We have been informed by the Issaquah School District that they are planning to have the buildings ready for occupancy sometime next week, and consequently need the use of the sewer facilities. Would you kindly advise us if the facilities constructed are meeting your requirements , and if e!o, could King County Water District No. 90 begin using them for servinq the above refer- enced school . Looking forward to :tearing from you soon. Very truly yours , 7 Rasool Doneshvar , P. E. Project Engineer RD: f cc: Issaquah School District Water District No. 90 i f't t7 l: o E l,Utr �o r.oz 1�4v4 -[N6 -PY'oP.a�� Wra.v�.C.�fo. -!q oy.. • b.v� U V rt 0o v�♦i h�t� W March 13, 1970 Hill, Ingman, Chase 6 Co. 2909 Third Avenue Seattle, Washington 98121 Rs: L.C.A.G. 10'3G-70, King County Water District #90 Iasaquah School District #411 Gentlemen: We are t,:aawmi tting, Alerawit.i, taree copies of the above- captioned Sewei Agreement. Yours very truly, CITY OF ItIW2011 I i Helmie W. maleoa City Clerk HWN/rlg cc: Jack Wilson, City Engineer z. a March 4, 1970 .iaSOUi CC!la>fIVtT 111 lnywn, ;we & CO. f:ofuol :ing Engineers 2909 'k.i rd Avanua Seattle, !Washington 98121 Dear t,r. Ooneshvar: ::e have reviauz:: your specifications and plans relating to th-, Issa:;.aa School Cistrict server, force r,.ain and liftstation relative to our letter of February 9, 1970 requesting clarification and your subsequent letter and transcA ttal of your standard plans and specifications. We approve your plans and specifications providing: (1 ) Air test be utilized for the portion within the City of Renton. (-') Our Inspector be advised of anv tests to be glade so he can witness the fast. lie understand the location of your liftstation has been selected to nxduce potential water hal-i.,cr and nut provide service ':o trhe svrrouuding area. ,klso we understand Renton will ire accepting only Issaquah School sewage. .0 are atterptinc, to contact the owners of the property ou tBa South- east corner of Union Avenue A.E. and N.E. Sunset Doulevaru relative to th.r construction easement. Should we be unable to obtain acceptance prior to March 15, 1970, vie will transact the availaole infunnation to you for ,your auencv to obtain the necessary construction easement. i The agrcrment Lot.:een Eater District ,i40, the Issaquah ;thuul oastrict and the City of Renton is being reviewed. Please contact Mr. ,lack :Wilson, fity Engineer, snould ycu nave questions relating to that agreerlent. Please advise if acditional infonaation is necessary. Very truly yours , L'Htdc:mi 3ert H. Vdienry cc: Click Hibbard, t,atro Assistant City Engineer Mr. McCormick, Pollution Control Cohlnissionc State health Department E.O. Neuman, Issaquah School District ! 1 I i February 16, 1970 Board of Commissioners 1 King County Hater District .]o. 90 j 15606 Southeast 126t:t Street Renton, Washington 9b655 - Subject: 1rsaquah .le:.entary School :io. 3 Sewer Plan and Prozile Genticmen: In accordance with t'te Rules and Regulations of tic Water Pollution Control Co-�::;assiou, the plans aad soecificatioos i for the subject project have been reviewed and are hereby { approved with the follouin;� provisions: 1. 111c pulp station overflow shall be raised one foot. 2. No additional cocnectious small be made to this - - li-ne prior to Lhe abandoziment of the picip station. Very truly yours, +I i { JA?QES P. BEIFLIiL• t Director I I JPB::at cc: Frill, In^r..an, Chase 5 Lo. !;V J City of :'.•erton `.. King Coun: y f!calt:i Department 41* King County Planning Commission C/��lfp, `T Ise tro NCO State Department of FSealth, O)rmpia and Seattle Water Pollution Control Commission Seattle. `4 ' a.., •. • 'at1i..laYs .y ti. '�h-1a'I• `�M✓.w::.r.�..._.... y.♦hA.�.aii ,_.r��. STATE OF WASHINGTON DISTRICT OFFICES: CEPARTMENT OF HEALTH SMITH TOWL?—SEATTLE 98104 PUBLIC HEALTH BUILDING W_ 824 SINTO—SPOKANE 99201 OLYMPIA 98801 :eattl• aavlaaol office •with tower lo.rwa►y At., laJti +`Data of ioo .laalwrrs .Iaa iawt► -ago► vlstrict ..Go 1)4a . 1 , 1160 ''.troet '',aaloa, �Oshle%vm AW53 p `01 Joctt lilay Cowaty Mator As t It 'so, _s Is♦a�vah ilom 1 c, A it a•• t-At*" as a Intorl" Ll�,aatian wtlo'vwt t"Ime aat soaclflcatio,u OZ4 ,04. t, rreelvo.t la ud s e4f1co loava►v ):., 1:7u, wr, In a<aardsrte with T♦tu.y2 .&C.. or* t"rroThott to Tkeowe rat with es iaoar. 2, w oaa s ♦ shall be -afs o t�l♦ 1 pr to noo Oat of %to rsrl truly yours, . L i V ,t,, �.r, as Is Director of 'aalth rlstrIct lYclassr %sattary ta,latto►lol leatloo A6rljl t:C1 .i*0r rol .aatrol .a..ulsaloa 0,**,s IV.) ILION Lovoty o4alo *evertaom% KI*j Louaty rlaaalaq s.wloksxlpp 'At/V Clil, 140048. Giq♦o .O, Ily of -enten udw 3 rr L r r T r rL-SS AC`�V Able METRO �. ` 410 WEST HARRISON STREET —QLSEATTLE, WASHINGTON 98119 ATwatc. 4.5100 ►, .cam ��,ti ��9�� Metropolitan Council •C��_`V' rm Chaian QV C. Carey Drmworth ,a6� February 16, 1970 SEATTLE F�_ Mayor Wes Uhlmnn Councilmen Ted Best charles M.Carroll City of Renton George E.Cooley 200 Mill Avenue South Tim Hal Renton, Washington 98055 Mrs. Arthur V. Lamphere Wayne 1). L.Am Sam Smith Attention: Mr. Jack Wilson Liem ling Tuai City Engineer Mrs. Jeanette Williams Gentlemen: BELLEVUE Cmmn ilman Interim Sewer Connection - i:enneth A.Cnle Water District k90 KIRKLAND : (Issaquah School Dist• 4411 - Flementary :*R:) Cmmeilmen Albert A. King We r n specifications for the above project from seater District 490'n consulting MERCER ISLAND engineers. we are returning one copy to them with a Ma'nr copy of this letter. Aubrey Davis,Jr. REDMOND We hereby approve the connection, subject to the follow- Mayor ing: Selwyn L. "Bud"Young 1. The connection shall. he apnroved by the Citv P MayorENTON of Renton. (Refer to February 9, 197n letter Mayor from Cityof Renton to Hill Inaman Chase Ar<ry Garrett � r } Co.) SMALLER TOWNS James W. Barton 2. Water District 090 will pay Metro' s sewaae Mayor.Hunts Point disposal charges to the Citv of Renton. The current Metro charge to the school will be KING COUNTY $2.50 each 900 cubic feet of water metered ounh'Executive John D. Spellman through the school's water supply meter. County Council In accordance with Metro' s Rules and Regulations it is lNehut CouRepnty C..meis , Thum, M.Forsythe requested that the Municipality he furnished with a copy William H. Reams A. Dean Worthington Executive Director Chulea V. Gibbs CLEAN WATERS I City of Renton Februa n, 16, 1970 Page Two of the "Contractor' s Notice to Proceed" and, upon completion of the project, with a cony of the test results. very try yours, i Executive Director CVG/JEH:sk cc: Hill, Ingman, Chase 6 Co./enclosure Attenti- i: Mr. Rasool Doneshvar King County Water District #90 Water Pollution Control Commission Washington State Department of Health VY{S t AmB01Yl!W I�SIY i r' I f , 4 Of OL L CITY ENGINEER'S OFFICE RENTON. WASIIINGTON MUNICIPAL BUILDING, RENTON, WASHINGTON 90H BAI"n ►5710 R%T. 370 9 i .tisq ,r, B February 9, 1970 Rasool Doneshvar Hill , ingman, Chase & Co. Consulting Engineers 2909 Third Avenue Seattle, Washington 98121 ) Dear Mr. Doneshvar: t We have reviewed your specifications and plans relating to the Issaquah School District lateral sewer, force main and liftstation and find the following: i (1 ) Renton requires specification based on A.P.W.A. Specs.-1969 addition with air test specified. (2) We do not have a copy of the Hill , Ingman & Chase standard specifications - 1966. Upon receipt of the standard specifications, we will review them to determine their applicability to the plans and specifications submitted. (3) We suggest clarification and supporting data be provided regarding the location of manhole #6, the wetwell and liftstation at the top of the slope rather than placement in the valley. The present location provides a severe possibility and probability of a clogged force main with no provi' ion for clearing and a reduced potential area of service. (4) We suggest consideration be given for a gra';ity line at approximately 142nd Avenue S.E. and additional deepening of manhole #7 to accommodate this gravity portion. We realize this sewer line is being constructed for the Issaquah District #411 and that extension and use of these facilities for other properties in the vicinity are not feasible at this time due to restrictions in portions of the Renton system. Also, we realize no future date can be given when Water District 190 sewer system will be able to serve this area properly with sewers. z. Therefore, in the event that `uture annexations easterly to the City of Renton might occur prior to ccnstruction of an adequate sewer fac. 1ity by Water District `90, and potential needs in this immediate vicinity may require extension of the usage of the e liftstation and trunk lines in add- ition to school use, we require additic a justification for tae liftstation location. Thank you for your assistance. Very truly yours, BHMc:1*1j Bert H. McHenry cc: E .O. Neuman Assistant City Engineer Issaquah School District cc: Dick Hibbard, Metro I !i I 4 I M HILL, 14G1.1A4,CHASE & CO. ' Consulting Engineers and Analysts...since 1891 2909 Third venue,Seattle,Washington 98121 (206) 62 •.000 January 30, 1970 0 Wa hington State Health Department Smith Tower Building -Seattle, Washington Attention: Mr. Al Koch Re: King County Water District #90 Issaquah School Elementary '#8 Gentlemen: In behalf of the Issaquah School District No. 411 we are here- with transmitting a copy of the Plans and Specifications covering construction of sewer facilities that would serve proposed Issaquah School District Elementary No. 8 (Appolo Elementary) . Gravity portion -of the proposed facilities is designed to serve the areas that ult`.mately have to be served through the line. Lift station and force main portion is designed as an interim facility and would be abandoned upon construction of the main trunk that would be connected to the future Metro May Creek Interseptor. Your approval of the drawing and specifications is requested so that construction may start as soon as possible. Approval of the drawings and specifications prior to con- struction is being requested of the Washington State Water Pollution Control Commission, King County Health Department and King County Right-of-Way Permit, City of Renton, Engineering Department and Metro by copies of this letter and the attachments thereto. Very truly yours, Rasoul Doneshvar, P.E. Project Engineer RD:bg Encl. cc: King County Water Dist. #90 w/encl. cc: WSWPCC w/3 encl. cc: King County Health Dept. W/encl. cc: Nctro w/2 encl. cc: City of Renton w/2 encl.-!/' cc: King County Right-of-Way Dept. w/3 encl. Ram kTE OF WASHiNGTON DAM EL J. EVANS, GOVERNOR 4 C l � C V WASHINGTON z STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS C' p OFFICE OF OISTRICt ENGINEER IISTRICT NO. 1 Irrr\ 64' SON AVENUE SOUTH .ATTLE 98108 January 28, 1970 Hill , Ingsysn. Chose t Company 2909 Third Avenue Seattle, Washington 98121 CS 1713 (SR goo) F-020-1 O 116th Avenue S. E, to 1;8th Avenue S. E.Gentlemen: Utility Relocation Enclosed please find the following Information relating to the City of Renton's sorer facility in the S. E. qJadront of Union Avenue S. E. and SR l00: 2 sheets Profile of Union Avenue h. C. 2 sheets -- Portion of Ss 900 profile ��I�1 2 shoots +� Sketch, Ilft stat'On location and proposed channali:ation JI I sheet Chsnneli.-ation plan with pavement elovntions Thls informat on stuuld a'd youcapac in the deveiop+men u t Of pla for increasing the "Ditify this officee. anity of your .mping plant. If we can be of any further essistee please ote/ Wry truly yours. W. C. 1110$ART, P. E. District Engineer BY: JJHN BERKOOWITZ District Utility Eng near JMH:ej CC: Mr. Matchette hr. golly Mr . Hanscom C 4 ty of Renton, Mr. Jack Wilson - i 1 e A71 �7. �� �-•° Cum • 1 rt A3��7> A G R F. E M F N T THIS AGREEMENT made and entered into this V W day of 1970 by and between the City of Renton, hereinafter referred to as "City" , Issaquah School District #411, hereinafter referred to as "S.:hool District" and king County Water District #90, hereinafter referred to as "Water District" ; W I T N E S S E T H: WHEREAS Schao'1 District is contemplating the construction of a certain elementary school located within the present boundaries of Water District and WHEREAS both such Districts have petitioned the City of Renton to provide for the installation, construction and hookup to the city's existing sewer system as herein below set forth and WHEREAS all of the parties are agreeable to accomplish the foregoing subject to the terms and conditions herein below set forth, NOW THEREFORE, IT IS HEREBY AGREED AND COVENANTED BY AND BETWEEN THE AFORESAID PARTIES AS FOLLOWS: 1. Tha Water District is hereby given permission by City to build, construct and install a certain B inch sewer line over, unto and across the following described property, a distance of app. 200 feet to-wit: On S.E. 116th Street, from approximately 195 feet East of 140th Ave. S.E. to existing manhole located S feet, more or less, Ilest of 140th vc. S.E. and to hook up said line to the City's existing sewer installation lo- cated as follows : Existing hH on S.E. 116th Street approximately 5' west of 140th Avenue S.E. -1- .�.+�.. Amok 2 . It is expressly understood and agreed that said sewer installation, service and maintenance thereof shall be limited to and for the purpose of servicing the proposed elementary school to be built by School District in the vicinity of Soutneast 116th Street and 148th Avenue Southaast , and for no o•,her purpose. F 3. All of such work, whether for labor, material, secure- went o" casements and other right of way, shall be at the sole cost and E expense of the parties other than City and City shall be held harmless from any liability or cost in connection therewith whatsoever. 4. All expenses and costs for the maintenance , replace- ment and servicing of said sewer line , when so installed and connected, shall be at the sole cost of Weer District. 5. Water District further agrees to pay unto the City the regular sewer charges as provided for by the City's ordinance for quasi-municipal corporations and located outside the City limits , to- gether with any and all charges imposed or assessed by the Municipality of Metropolitan Seattle, known as "Metro:' 6. In further consideration of City entering into this Agreement, School District agrees , at its cost and expense, to enlarge that certain wet well for the existing city lift station located at Sunset Boulevard East and Union Avenue 'N. E. in order to adequately accommodate the additional sewage vol-me anticipated from said School District' s element--y school. 7. School District shall deed unto the City by Bill of Sale jand/or Quit Claim Deed that certain s=ction of gravity system to be constructed at the westerly end of the proposed extent-"-on, and all as more particularly shown on the attached ^xhibit, labeled "Exhibit A" , which is incorporated herein and made a part hereof which said Exhibit shall also govern the 7oration and construction of subject sewer line. Such transfer and conveyance shall be made without cost unto City. -2- . I i S. All of the plans , specifications , and terms of such construction project shall be submitted unto City and "Metro" for their Prior written approval and no work shall be undertaken until such approval has been secured. i 9 . Water District, provided it is responsible for the in- i stallation of said sewer line, shall retain ownership thereof;roof; but in 1 i the event the area containing said sewer, extensio^ , or any portion thereof, is hereafter annexed unto the City of Renton as provided by law, then Water District shall promptly and timely convey such sewer line unto the City of Renton, without cost or expense to City, and Water District shall there+ won promptly execute and deliver unto the City its Bill of sale therefor. 10 . This Agreement shall be in effect for a term of 10 years or until such time as Water District has de .eloped and constructed its own trunk sewer system to service the property of School District at which time the City will discontinue its service to the School District and Water District shall promptly pay all charges and expenses up to the effective date of such termination. Water District shall give , at least ninety (90) days prior written notice unto City prior to the 1 effective date of its service unto the School District. In the event, however, that Water District has not constructed and put into use its own trunk sewer line upon the expiration of this initial term, then both districts shall have the right -to renew >uch term for a further period of 10 years upon such terms and conditions as the parties hereto may agree on. 11. All construction shall . e performed in compliance with all applicable building codes and upon appro%al, in addition to the City as hereinabove stated, of all governmental agencies having or claiming jurisdiction thereover. -3- i 12. School District and Water District, severally and jointly, hereby agree and covenant to hold the City harmless from any liability, cost or expense in connection with the aforespeci.fied sani- tary sewer project , its construct;.on, maintenance and replacement, whether to person or persons or damage to property or both. In the event City is joined as a party defendant in any litigation or claim arising out of or in connection with the aforesaid sanitary sewer pro- ject, then both Districts agree to promptly and timely defend such matter or such claim on -behalf of the City of Renton without cost or expense to the latter. t IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and seals the day and year in this instrument first above written. CITY OF RENTON KING COUNTY WATER DISTRICT 090 e ' i ISSAQUAH SCHOOL DISTRICT #411 — v r7 % STATE OF WASHINGTON COUNTY OF KING ) ss On this �/d� day of/ 1970 , before me, the undersigned, a Notary Public in and for the State. of WashingtQn� duly commissioned and sworn personally appeared - F� and nl - <i� ywcommissionedro me known to be the and t � = , respectively, of the City of Renton, a msnicipal corporation that executed the foregoing instrument , and acknow- ledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on lath stated thatPU. ' authorized to execute the said instrument and that the seal affixed is the ,�orporate seal of said corporation. WITNESS my hand and official seal hereto affixed the day and year in this certificate above written. Not/ y Public in and tor the 6tate of ashington , residing at Renton -4- 1 STATE OF WASHINGTON ) ss COUNTY OF' KING ) On this 0 day of 1970, before me, the under- signed, a Notary Public in and far the State of Washin ten, d•.ily com- missioned and sw rn personally appeared � • I?• 0/(-0'9" O ' and to me known to be the C' h( .r h.N and 90, 4(PcvP��y, y , respectively, of the King County Water District No. e corporation that ex�-cvted the `oregoing instrument ,and ac- knowledged the said instrument to be the free and voluntary act and deed of said corporation, for 'the uses and purposes therein mentioned, and on oath stated that -rla y/ authorized to execute the said instrument u,d that the seal affixed is the corporate seal of said corporation. WITNESS my hand and official seal hereto affi;ced the day and year in this certificate above written. Notary Public in and for the Stat9 of Washington, residing at Renton STATE OF WASHINGTON ) ss COUNTY OF KING ) On this day of FQW�# , 1970 , before me, the under- signed, a Notary Public in and for the State of Washin ton , duly com- missioned an sworn personally appeared John 00 and MrM T. am to me known to be the P"Admti and SOMMUM , respectively, of the Issaquah School District No. 411, the corporation that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and of ath stated that MW an authorized to execute the said instrument and that the seal affixed is the corporate seal of said corporation. WITNESS my hand and official seal hereto affixed the day and year in this certificate above written. Notary Pti lic i- and for the State of Washington, residing att@aftian -5- AGREEMENT THIS AGREEMENT made and entered into this //,&/ day of day, 1970 by and between the City of Renton, hereinafter referred to as "City" , Issaquah School District #411, hereinafter referred to as "School District" and King County Water District #90 , hereinafter referred to as "Water Distri-t" ; W I T N E S S E T H: WHEREAS School District is contemplating the construction of a certain elementary school located within the present boundaries of Water District and WHEREAS both such Districts have petitioned the City of Renton to provide for the installation, construction arid hookup to the city's existing sewer system as herein below set forth and WHEREAS all of the parties are agreeable to accomplish the foregoing subject to the terms and conditions herein below set forth, NOW THEREFORE, IT IS HEREBY AGRErD AND COVENANTED BY AND BETWEEN THE AFORESAID PARTIES AS FOLLOWS: 1. The Water District is hereby given permission by City to build, construct and install a certain 8 inch sewer line over, , unto and across the following described property, a distance of app. 200 feet to-wit: On S.E. 116th Street, from approximately 195 feet East of 140th Ave. S.E. to existing manhole locates! 5 feet, more or less , West of 140th Ave. S .E. and to hook up said line to the City' s existing sewer installation lo- cated as follows : Existing Mi on S.E. 116th Street approximately 5' west of 140th Avenue S.E. • -1- 2 . It is expressly understooc' and agreed that said sewer installation, service and maintenance thereof shall be limited to and for the purpose of servicin ; the prcposed elementary school to be built by School Dist-ict in the vic,*..".y of Southeast 116th Street and 148th Avenue Southeast , and for no . ther purpose. 3. All of such work, wheal--r for labor, material, secure- ment of easements and other right of a . , shall b,� at the sole cost and 9 expense of the parties other than Cit nd City shall be held harmless `rem any liability or cost in connection therewith whatsoever. 4. All expenses and costs for the maintenance , replace- ment and servicing of said sewer line, when so installed and connected, shall be at the sole cost of Water District. 5. Water . District further agrees to pay unto the City the regular sewer charges as provided for by the City's ordinance for quasi-municipal corporations and located outside the City limits , to- gether with any and all charges imposed or assessed by the Municipality of Metropolitan Seattle , known as 'TIetro:' 6 . In further consideration of City entering into this ? �ti Agreement , School District agrees , at its cost and expense, to enlarge that certain wet well for the existing city lift station located at Sunset Boulevard East and Union Avenue N. E. in order to adequately accommodate the additional sewage volume anticipated from said School District' s elementary school. 7. School District shall deed unto the City by Bill of Sale and/or Quit Claim Deed that certain section of gravity system to be constructed at the westerly end of the proposed extention, and all as more particularly shown on the attached exhibit, labeled "Exhibit A" , which is incorporated herein and made a part hereof which said Exhibit shall also govern the location and construction of subject sewer line. Such transfer and conveyance shall be made without cost unto City. -2- 8. All of the plans , specifications , and terms of such construction project shall be submitted unto City and "Metro" for their prior written approval and no work shall be undertaken until such approval has been secured. 9 . Water District , provided it is responsible for the in- stallation of said sewer line, shall retain ownership thereof; but in the event the area containing said sewer extension, or any portion thereof, is hereafter annexed unto the City of Renton as provided by law, then Water District shall promptly and timely convey such sewer line unto the City of Renton, without cost or expense to City, and Water District shall thereupon promptly execute and deliver unto the City its Bill of sale therefor. 10 . This Agreement shall be in effect for a term of 10 years or until such time as Water District has developed and constructed its own trunk sewer system to service the property of School District at which time the City will discontinue its service to the School District and Water District shall promptly pay all charges and expenses up to the effective date of such termination. Water District shall give at least ninety (90) days prior written notice unto City prior to the effective date of its service unto the School District. In the event, however, that Water District has not constructed and put into use its own trunk sewer line upon the expiration of this initial term, then both districts shall have the right -to renew such term for a further period of 10 years upon such terms and conditions as the parties hereto may agree on. 11. All construction shall be performed in compliance with all applicable building codes and upon approval, in addition to the City as hereinabove stated, of all governmental agencies having or claiming jurisdiction thereover. -3- 12. School District and Water District, severally and jointly, hereby agree and covenant to hold the City harmless from any liability, cost or expense in connection with the aforespecified sani- tary sewer project, its construction, maintenance and replacement, whether to person or persons or damage to prope^ty or both. In the event City is joined as a party defendant in any litigation or claim arising out of or in connection with the aforesaid sanitary sewer pro- ject, then both Districts agree to promptly and timely defend such matter or such claim on behalf of the City of Renton without cost or expense to the latter. IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and seals the day and year in this instrument first above written. CITY OF RENTON KING COUNTY WATER DISTRICT #90 Z / ISSAQUAH SCHOOL DISTRICT #411 STATE OF WASHINGTON ) COUNTY OF KING ) ss On this �irW_ day of ?A�e�1. , 1970, before me, the undersigned, a Notary Public in and for the Statg of W shington duly commissioned and sworn personally appeared0,za' IZc t,u and�t�>ua -+Z Y ° -to me known to be the y� and (7;�j �„y,,� , respectively, of the City of Renton, a mupicipal corporation that executed the foregoing instrument , and acknow- ledged the said instrument to be the free and voluntary act and deed of said corpora ion, for the uses and purposes therein mentioned, and on oath stated , that ,.�4a authorized to execute the said instrument and that the seal affixed is the c6tporate seal of said corporation. WITNESS my hand and official seal hereto affixed the day and year in this certificate above written. o ary Public in and or the State o Washington , residing at Renton -4- STATE OF WASHINGTON ) ss COUNTY OF KING ) I On this I i20 day of , 1970 , before me, the under- signed, a Notary Public in and for the /state of Washington, duly com- missioned and sworn personally appeared 'T. 0 ' r0 " + or' and ,fdrd rn f to me known to be the 1.n1'r -"fe . and c'�rr/d y•� respectively, of the King County Water District No. 90 , t corporation that executed the foregoing instrument ,and ac- knowledged the said instrument to be the free and 31untary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that 72 off/ authorized to execute the said instrument and that the seal affixed is the corporate seal of said corporation. WITNESS my hand and official seal hereto affixed the day and year in this certificate above written. Notary Public in and for the of Washington, residing at Renton STATE OF WASHINGTON ) ss COUNTY OF KING ) On this 9th day of /rE1l 7 , 1970 , before me, the under- signed, a Notary Public in and for the State pf W&."ton, duly com- miss����YY'' 'ionel j" sworn personally appeared Pled and to me known to be the and "metal , respectively , of the Issaquah School District No. 411, the corporation that executed the foregoing instrument , and acknowledged the said instrument to be the free and voluntary act and deed of s-- d corporation, A" j6e uses and purposes therein mentioned, and on n stated that authorized to execute the said instrun.. nt and that the seal affixed is the corporate seal of said corporation. WITNESS my hand and official seal hereto affixed the day and year in this certificate above written. Notary uDlic in and for the State of Washington, residing at i -5- AMMIP t tC// cfi10 ��< <.� �d tl /¢ e �✓ / iaHS e,04 f« „�P�✓. Val 1. i s HILL, INGMAN, CHASE & CO. . ._ '.--- —/-� //�7_ _ ESTABUSHFU JB91 CDyld(�ii(g. �072Q,QjyiJ MA 3-a000 OO e_-- -��'`? TIiVgo AVENUE SEATTLE. W'ASHINGTON 9e121 Febr 12, 1970 Mr. Bert H. McHenry Assistant City Engineer fQ City o Renton A ?W Manic' pal Building Renton, Washington 98055 Ike: Issaquah School District #411 Elementary School No. 8 Sewer Service Dear Mr. McHenry: :his is to acknowledge the receipt of your letter of February 9 , 1970 , regarding Plans and Specifications for the above referenced project. In reply to your letter we world l;,ke to, first of all, thank You for your prompt review of this project. Secondly, we would attempt to answer the points in question in the same order that they have been raised in ;your letter. 1. Although General Conditions of Standard Specifications and Standard Details of Hill, Ingman, Chase & Co. , are somewhat different from that of A.P.W.A. Standard Specification as far as technical requirements are concerned, they are very similar indeed. In more particular, the requirements of both Standard Specifications i:, regard to air testi-ig of a sewer line are exactly alike, as our firm has been one of the pioneers in developing criteria for air testing sewer lines and paragraphs setting aside requirements for air testing have been part of Hill, Ingman, Chase & Co. ';- Standard Specifications for some time, 2• We are transmitting herewith a copy of our Standard Spec- ifications and Standard Details for your review and approval. 3. A careful examination of profile for the force main would reveal that placing the .rift Station at the lowest point along the sewer route would result in producing water hammer and relai;ed Problems each time the pump is stopped. As you know, failure to consider the effects of a and/or sudden stoppage of flow on the Power outage p c embarrassing and costly. Having realized thatplacing cthedlift station in the valley would create waterhammer problems, some protective measure had to be taken to prevent failure of the force t i i i N Page 2 of letter frvm HILL, ,NGMAN, CHASE & CO. Date.? 10: 2/12/70 Mr. Bert H. McHenry main. Several alternatives were available as follows : ` A. Choose an alternate location for the Lift Station so that the effect of down surge would be minimized. B. Increase the inertia of the rotating parts of the pump motor units. C. Provide an air chamber on the pump discharge. We favored Alternative "A" for the following reasons: a. Alternatives "B" and "C" were more costly and almost would have doubled thi; cost of the Lift Station, as both alternatives would require a built-in-place structure instead of prefabrir.ated package lift station. b. The Lift Station and force main are designed as an irterim I facility, partly due to restrictions of the Reni ,n *.em and partly due to the fact th t we think, before too ..ong, j Water District No. 90 would have its own facilities ca.. structed in such a manner that the proposed lift station could be taken out of service. 4. Extension of the Gravity Sewer on the Westerly portion of this project not only increases the construction cost but it would also flow against the natural drainage which in effect has been the determining factor in establishing the agreed upon sewer service area between the City of Renton and Water District No. 90 . In addition, the District' s Comprehensive Plan requires an eight inch grevity line flowing easterly between 141st Avenue S. E. and 142nd Avenue S. E. As Engineers for Water District #90, we are compelled to follow their comprehensive plan. However , if there are good reasons why we should not carry on with their com- prehensive plan then we would make necessary recommendations to the Board of Conanissioners for adoption of an alternative plan. We sincerely hope the above explanations would anbwer all of your questions, but should there be additional points that need clarification, please give us a call . Very truly yours, Rasool Doneshvar, P.E. Project Engineer RD/jch cc: Dick Hibbar, Metro Issaquah School District, Mr. Neuman King County Water District #90 Mr. Don Holm, Attorney Enclosure a.e►!xc�ar� x .:.,.a.,.....aa: ra .� OV RED T O I,, f} 'j, OFFWN OF THE PITY ATTORNEY • RENTON,WASHINGTON o POST OFFICE BOX 626. 100 2N0 AVENUE BUILDING, RENTON. WAS INGTON 98055 ALPINE 58678 a GERARD M. SNELLAN, CITY ATTORNEY ♦JSp _ 00/ JOHN N. PAIN. JR., ASSISTANT CITY ATTORNFY December 26 , 1969 C��j Oz REN�� a Mr. Jack Wilson KECw-iV City Engineer Z' City p Renton Municipal Bldg. Renton, Washington 98055 Re: Proposed greement with Water District #90 & Issaquah School District #411 rye Sewer Line Extension Dear Jack: Pursuant to t� -- letter you handed to me at the last Council meeting December 22nd, we have prepared and are enclosing herewith original and two copies of the proposed agreement with the Water District #90 and the Issaquah Scc ostrict. As you will note we have gone beyond the points listed i11 your letter in order to make this agreement as complete as possible together with the hold harmless agreement, termination dates and like provisions . You should insert the proper information at the two blank spaces we have left on Page 1 regarding the location of the line and also the place of hookup. Please re.nember that adequate plans and specifications should be attached, as an exhibit to this agreement , and samv ehould be initialed by all the parties concerned. After you have a chance to look this matter over, please give the undersigned a call and let me know whether anything should be added or modified. After completion and execution, we would like to have one conformed copy `or oar office file . If we can be of any further help to you in this matter please let us know. We remain, ` Yours very truly, J k J I: { SHELLAN, PAIN, STONE & SWANSON GMS:mt Gptard M1hellan cc: Pres. Council , Mayor, Sanitation Committee December 17, 1969 Honorable Avery Garrett, Mayor Members of the City Council Re: Issaquah School District 0411 request for Sanitary I Sewer Service Gentlemen: The regvest of the Issaquah School District for sanitary sewer service was referred to the Engineering Department on September 15th of this year to work with the district to develop an acceptable agreement. The terms of the agreement have been established and it Is the recommendation of the Engineering Department teat sanit y sewer service be provided to the Issaquah School District 0411 for their proposed Elementary School #B under the following conditions: 1. This proposed extension is to be accomplished at ne xpenso to the City of Penton. 2. The district agrees to limit sewer service to the proposed Elementary School located In the vicinity of S.F. 116th Street and 140th Avenue S.E. E, The district agrees to maintain the extension and pay all operating expenses. 4. The district agrees to pay Metro charges and City of Renton sewer charges as established for quasi-municipal cornorations located outside of City Limits. S. The district agrees to enlarge the wet well for the existing city lift station at Sunset East and Union Avenue N.E. to accommodate the additional sewage volume. � 1 P ' Il F Page 2 6. The district would deed to the City the short piece �f gravit, system to be constructed at the westerly end of the proposed extension. 7. Plans and specifications to he submitted to the City and Metro for approval prior to construction. At this time it would be necessary to refer this matter to the City Attorney to develop the agreement to be signed by the City and Water District I90. Very truly yours, Jack Wilson City Engineer JW:m cc: City .Attorney Rasool Doneshvar- liili, Ingman and Chase 3 I fcTORS: JOHN O.FISH • DON ALE'A.arHNSON • HAROLD D.JOHNSON •DONALD A.M .EDITH•MIIS.ELAINE WOLF Issaquah School District No. 411 Chftnnlohnson, Superintendent I lar eY T.hand,Business.lhnagcr Stanley Vnl.iler, Assistant Superintendent C.O.Keuman, AISISfant Superintendent a,16 y Is: quah, Washington Gan1,7 rm9n The Tr:lu_jnah school P,I.;isri.e , nl^nn to lmii-l.d an elnru�ntary- chnol ..VC. ^n(i In a reccnL (:ti. :u::si.en cri;.h :'tnLn anu county r_ee ^., Lhe> indleated that conct.ruc Lion Of an eL:^. '7La:;v •�^tloo.l on „id.' . ...'.(, wou'.d be depon(iant upon `:,1 avt il.ab_J . : of cewor remicc. ,c i Jr i,n tnl; _jbe.,er: _cc wil) b Phe cn inECrs of 1:ater Dle'.ri'c :"1 C, i,l.l, Ti^77:L"l, C: ". f7 ::ill be r^ i.n plans ;'or 1 I,hroujii '.iai•ca' ui,r;,ric o co:lnle:,e. Lhis Service. i:re are, thcrelore, I'B�lUd.^. ,i,l`', nerjLssion LU u;.ili„^ l,hn il.e;atop ,'Stem fo:• this particular cicr7crta-'. :.shoo]. s:rv;rn. ncere7.; , bb i ccasool Doucehvar, Bill, Inman, C�:aSc 4 Co. ,'rater District 110 I •y �� 1 ' a it k: i4 f r �.. elk RFNT0,"2 CITY COUNCIL REGULAR MEETING 'leak June 16 , 19t>9 REFERRALS rTY ATTORNEY AN:) ;i1SURANCE CARRIER Summons and Com� iaint filed by Wm. Graves and wife re damage to residence when street was widened CITY CLERK To provide information regarding Forward Thrust Funds and financing of "north 3rd - 4th Street undergrounding and improvement projects . CITY ii.';GINEER ' Petition for L. I. D. for water mains, hydrants and appurtenances along Rainier Avenue �01 1,istrict 411 . Issaquah request to utilize city sanitary sewer fa=il.ities for Metro connection 0` new proposed sci.00l 9:1 Y(,R To consider Renton Avenue improvement and South J.,a and 3rd Street and Rouser Way undergrounding and improvements .in prelimina.:y budget Authorized to pursue required funding for storm sewer improvements and re- sch,-dining of Forward Thrust bond issue proportionment proposal . ((" PROPERTY COMMITTEE To secure costs of acquisition of needed right of way for Renton Avenue addition, " access and turn improvements ;,tFBLT': RELATIONS C0^1MZTTEE Improvement by railroad companies of crossing conditions .SANIT'iT r,,;,' CnMMZTTI::' Ltorc SchoolD.str., , t. .ii quz.h co ❑tillc� citl san' tary sewer connections "!et.-u for ,> . nposed new school APPO_t CTMENTS : John Buff. Lieutenant in Renton Police Department , probationary perioc tr, commence June 16 , 1969 . )'amen H. t;oL, : ,r ;a , Lieutenant , Renton Police Department , probationary period commencing June 16 , 1969 . James E. Phelan , Sergeant , Renton Police Department on permanent status , effective as of May 1 , 1969 . MEETINGS AND EVENTS : 6117169 - Meeting with King County Humane Society officers at 9: 00 a .m. 6118169 - Committee or the Whole at 7 : 30 p.m. , 6th floor conference room Planning Committee at 4 :00 p.m . , Planning Direct;. and Building Director req.ested to attend 6123169 - Public Relations Committee at 7 :00 p.m. Ways and Means Committee at 7 :15 p.m. 7114169 - Public Hearing, vacation of portion of F.thier Road (Benson Road to Eagle Ridge Drive) A I MI.NLTEC - Bi: , . . 'i . '!' .'�; .'TI. MfE1: . ._ ., 6116169 Ccun�zInan Crant sui,to,;te,l that COan: iIMan .,:. )n ' t",, - ' eyai Opinion regard tc —6 : et. trrrs of resignation and subsequent wi i.hdrawal of same, ;haaa !loting w.:nt to resign end stay ur,t. l a new Council- 'as e-70"t 1 p.! t -:p request of m.-ny persons , inr-J u•:iny five different nos ,he hid wzt2:4rawn the resignation . .+!ORRIS reported Committee approval ` of City of Ren£or: Vouchers .Nos . 2417 through 2481 an,l MOVED THAT SAME BE T7L' C`)U:.CIL FOR 1'. 1'Pl!i'.'T IT THIS TIME . Tltn .MOTI0:1 WAS SECONDED C.' RRIL:D "un,l bi �kdown follows : C�lrre^t Fun,: 1417 - 246q t 4 , 758 . 61 .. _ tg Street Fund '469 - 2 4 6 u 29,06'. 10 t1 i_quipment Rental Fund 2437 - 2504 1 ,089 . 04 __brary Fund 2505 - 2536 2 ,284 . 72 lark ! und 2537 - 2562 15 ,553 . 07 .. atez,,or':s r't`lcto !'und 2563 - 2577 5 , 599 . 31 irk "ovara 7'h r-,:st 2518 219 . 64 . rpu " !'und _. 2579 - 2580 267 . 7 5 2581 24 . 56 S 58 , 857 . 80 - - 1 that t. e ;+mutes c: the meetings of the special ?!un:ci Dal C )vernrent 11 ivisoru Corvnittee be nailed to -lie Councilmen. li rS l^!i;'SS BY ('ili �1CIL : CIT7' HALL PUILDI`J C'!'Ff f!= _::'EE CHAi3Ff :' , C017,4CIL!'AN GARRETT, reported recom- mendation of the Committee that bid invitation be extended for the fountain :which was Donated .to..ard new city hall landscaping program. MOVED BY SCIILLLFRT, !*_ECO:NDF"1 PY FDl;ARDS , T'1 CO°,*CUR I.'! THE REC:OMMENDATIn;l. CARRIED. Mrs . Nelson noteddonation of a marble bench by the Soroptimist Club of Renton . Councilman Shane inquired regarning acceptance and final payment on the .lectrical Contract `rr the -:unic4pal Building . Mayor Custer advised t::at upon receipt o.` some small amount of additional information the total C1 ' y !!all project can be approved an,: Final acceptur,ce authorized, some areas of dispute new having been resolve,: . Council Pres-'dent Perry submitted letter which had been dizected to him by F . O. Neuman , Asst . Sup' t . B1dgs . and Grounds , Issaquah School Dist . 411 , advising of plans to build an elementary school at 148th Ave . S.E. and S.E. 116eh Street in King County and approval of such construction by State and County agencies would be dependent upon a••✓ailab ±laty of sanitary serer facilities . It was requested that the City allow connection to Metro throug its system , rater District 90 and Engineers , frill , Ingman , Chase 6 Co. , to complete plans for utilization of such services . MOVED BY S.11ANE , SECONDED BY FERRY , TO REFER THE REOU.`:ST TO TILE CITY ENGINEER AND SAf:ITATION COMMITTEE FOR REPORT BACK. THE MO_TI D:f CARRIED. Councilman Edwards inquired whether any action is possible to require the railroad to improve condition of the right-of-way crossings . MOVED BY PERRY, SECONDED BY MAXIN TO REFER THE SUBJECT TO THE PUBLIC RE- ' LATIONS CO11:4ITTEE. THE MOTION CARRIED. COMMITTEE CHAIRMAN:! EDWARDS announced a Public Relations Committe • meeting on Monday , June 23 , at: 7 : 00 p.m. PLANNING COMMITTEE CHAIRMAN MAXIN announced a committee meeting on Wednesday June 18 , at 4 : 00 p.m. , the Planning Director and Building Director invited to be present . Councilman Bruce inquired regarding speed limit regulations for. ambulances . Police Chief Williams , upon inquiry, advised that whatever speed prudent and safe to expedite transporting of persons to the hospital , is _ resently in force . Councilman Grant requested the City Clerk to report on total Forward Thrust funds received to date by the City and what portion this is of the total to be received. - -4- it �✓'!'b�vl-� l_iL1C���^: .Yw �r .=J,M�r�i�.e..e�--. .��. �'�.1+�—�.��hJ 9115169 .MINUTES RENTON CITY COUNCIL MEETING AUDIENCE COMMENT Mr. Richard Stredicke, Planning Commission Chairman , calling attention to Commission actions regarding the sign ordinance advised that delay may cause problems, the Commission not wanting to approve a sign and have it be non-ccnforming the next week. Early adoption of the new s. gn ordinance was urged , the sign industry being informed as to legislation to be included and further delay unwarranted . :_aw and Ordinance Committee - rman Trimm assured '9r . Stredicke that the Ordinance would be preser. for final reading next week. APPOINTMENTS: Appointments by the Mayor were approved by th Committee of the Whole and presented for Council ccnfirmation as fol-ows : :'ire Department appointments to permanent status : Richard Geissler , Assist-int Fire Chief , Gerald Nichols , Captain and Art Pringle, Lieutenant . Recommendation of Police Chief Malls was attached. MOVED BY DELAURENTI , SECONDED BY SCHELLERT, TO C "'1CUR IN THE APPOINTMENT. CARRIED. Mayor Custer reported he was to have had a Park Board appointment but at request of absent Councilmen to hold same until their return he would not present it tonight . OLD BU91NES` : ^ Councilman Perry noted prior referral of matter to the Sanitation Committee concerning proposal of Water District 90 for joint sewer rcrvice program. (Attorney Don Holm was in the audience and invited to -peak. He outlined results of surveys and noted urgent action re sewer service is needed for ;Issaquah School , such as now serving Hazen High , and calling attention to grant for building program received by the Issaquah District , requested City of Penton cooperation in extension of sewers for the proposed school to Renton lines similar to agreement between Renton and Cascade Sewer Dis- trict where lines come down to Metro. After further report of proposed operation and City Engineer ' s Wilson 's caution regarding provisions for excess capacity and maintenance matters , it was MOVED BY BAREI , SECONDED BY SHANE, TO REFER THE MATTER TO THE CITY ENGINEER TO NE(X TIATE PROPER AGREEMENT BETWEEN THE CITY AND THE WATER DISTRICT AND REPORT BACK, THE MOTION CARRIED. _ FIRE AND WATER COMMITTEE MEMBER GARRETT submitted report recommending that the low bid of Carlon Meter Sales Company for supplying meters up to two inches for the following year be accepted. (Total Bid was $15 , 346 , 35) MOVED BY DELAURENTI, SECONDED BY TRIMM, TO CONCUR IN THE RECOMMENDATION. THE MOTION CARRIED, d PLANNING COMMITTEE CHAIRMAN .MAXIM submitted report advising that the committee ,after review of request for amendment to t':e Code regarding parking of travel trailers On private properties , has determined revision is needed to include such items as camper trailers , boats and boat trailers camprrs , on and off trucks , and other vehicular items . It wa.s recommended that in the interim of such study , the present ordinance be amended to delete reference of parking of house trailers under cover . MOVED BY BAREI , SECONDED BY MAXIN, TO CONCUR WITH REFERRAL TO THE LAW AND GRDINANCE COM- MITTEE. THE MOTION CARRIED. SANITATION COMMITTEE CHAIRMAN SHANE recalling prior refer,ai rey� rding sewer services with Water Dist . 90 for the new school project , reported recommendation that the connection be allowed and City Engineer be authorized to draw up the necessary agreemant . Discussion ensued regarding Metro position , payments to be involved, need for legal work in drafting agreement and comparison to Cascade Sewer District Agreement , MOVED BY BAREI, SECONDED BY GARRETT TO REFER THE MATTER TO THE CITY ENGINEER TO NEGOTIATE WITH THE WATER DISTRICT AND SCHOOL DISTRICT AND REPORT BACK RE- GARDING AN AGREEMENT. After discussion regarding policy of serving areas ; outside the City, the pending MOTION CARRIED. -4- 1*1 HILL, INGMAN, CHASE & CO. ESTABOSHCO fli-12909 THIRD AVLNUEE - SEATT(/LE, WASHINGTON 901P1 i October 7, 19G9 I Municipality of Metropolitan Seattle 410 West Harrison Street Seattle, Washington Attention: Mr. T. W. Mallory Re: King County Water District No. 90 Dear Mr. Mallory: Subsequent to our meeting of September 18, 1969, we have had discussions with Mr. Jack Wilson, Renton City Engineer, regarding sewer service for the proposed Issaquah School Dis- trict' s Elementary School, which is located within the bound- aries of the King County Water District No. 90. Mr. Wilson believes that any municipal corporation outside the Renton City limits, that requires sewer services through the facili- ties of the City must, prior to entering into any agreement with the City of Renton, obtain the written consent of the Municipality of Metropolitan Seattle. This he thinks is nec- essary, because Renton is inside the Metro boundaries and Water District No. 90 is outside the boundaries. From our preliminary discussions with Renton' s City Engineer, we are of the opinion that the City of Renton is both able and willing to provide tempora+-, sewer service for the proposed Elementary School until sucti time that Water District No. 90 has built its awn trunk line intercepting the proposed line which will serve the school. We are looking forward to hearing from you and will be glad to answer any questions that you may have. Very truly yours, Rasool Doneshvar, P.E. RD: ser Project Engineer Ciit OF RENTON cc: Water District No. 90 FIECEIVE® Mr. Jack Wilson, Renton City Engr. OCT 9 1969 Mr. Don Holm, Atty. ,ENGINEERING DEPT. ,o� - - Win-,.,•. ^ j der MEl R U 410 WEST HARRISON STREET SEATTLE, WASHINGTON 98119 ATwater 4.5100 MDlropelitan Ccuncii October 17, 1969 r Chairman C Carey Dnn'orth SEATTLE Board of Commissioners Mayor King County Water District No. 90 Floyd C. Miller 15606 S. E. 128th Councdmen Renton, Washington 98055 Ted Best Charles %I.Carroll Mrs.Harlan 11. Edwards Gentlemen: Tim Ilill Mrs.Ar•hur V.Lamphere proposed Sewer Service to M. B Nltchell Issaquah School District Sam Smith Lie.Erg Tsni Don D. Wright On October 9, 19b!- we received a letter from the District' s consulting engineer requesting Metro' s 0ELIEVUE consent to allow the City of Renton to provide a sewer Mayor connection for Issaquah School W-trict' s Elementacv Kenneth A. Cole School NO. 8. KIRKLAND CouncilmanThe Municipality has no objection to the City providing Albert A.King an interim sewer connection for Water District No. 90, providing the District agrees to the following conditions: MERCER ISLAND Councilman 1, That the District agree to enter into a long term Cleseland An,-hell sewage disposal agreement with Metro prior to any l REDMOND further sewer connections being made by the District. Mayor Selwyn L."Bud'Youny 2. That the District agree to pay Metro' s sewage dis- posal charges to the City of Renton. The current RLNION Netro charge to the school will be $2. 50 for each Mayor 900 cubic feet of water metered through the school 's Donald W.Custer water supply meter. sr.iALLER TCV;NS Jr sW. B„ton In addition to the service charges, it has become neces- Ma; Hunts Point sary for Metro to adopt a policy whereL-y new areas to be served by the Metro systen will be charged an area char; 000Nn of $400. 00 per acre. Consequently, the District must mak, Cou..ty E.ecntive provisions for collecting the area charge prior to this John D. Spellman interim connection being made. County Council District RepresenWtisea e amount to be collected and paid to Metro at the time Thomas Al. Forsythe Th William H.Reams the sewage disposal agreement is executed will be based A.Dean Worthington on the gross area of the property served. EaecuGve Dhector Chula V.Gibbs CLEAN 1NATEP,S I i Board of Commissioners October 17, 1969 Page Two If these conditions meet with your approval, please sign and return the accompanying copy of this letter. Very truly yours, Charles V. Gibbs Executive Director CVG:ms cc: Washington State Department of Health Water Pollution Control Commission Hill, Ingman, Chase & Co. Att: Mr. Rassool Doneshvar City of Renton i Att: Mr. Jack Wilson, City Engineer Mr. Donald G. Holm Mr. James R. Ellis r f 1rr • ' I CTRO 410 WEST HARRISON STREET SEATTLE, WASHINOTON 93119 ATwaler 4.5100 I;I % �✓ a f.,ctropolitan Council Chairman ' Dnnwonh Novelrber. 12, 1969 SEATTLE Mar,r rlo,d C. A1dlrr Cnuncil.nrn "r,d n,.r City of RentonJO ch,,,h, M.Carr,tl 200 Mill Avenue South Ni.:. Harden H. Edward, Renton, Washington 98055 : C T;nr ud1 Q �.I O `I',' Arthur V.1"amphrrc Attention: Mr. Jack Wilson M. n Ilarhe0 Sam Smith City Engineer to .ti 47� L.ru, Eng Twi Oy Dan 1). wnpht Gentlemen: 2 BELLEVUE Interim Sewer Connection M, Water District 90 K:r.nee,A. C,,:• KIRKLAND Water District No. 90 has agreed to the conditions of our Councilman letter of October 17, 1969, regarding sewer s„Lvice for Albert A. Xmig Issaquah Elementary School No. 8. MERCER ISLAND The Municipality hereby approves of t 'Te District' s request T'Oefr`ln'a" to allow the City of Renton to provioe interim sewer ser- Ch,el.u,d .An.,,:hr11 vice for this school. REDMOND ,lay,, If there are any questions regarding this matter and the Selwyn L. "Bud-Young required billing procedures please advise. RENTON Very ryly yours i \lays I)o.Md W.Cnnter I SMALL0, TOWNS 1,-"/µ{• (me `/ ! r Jm„rs W. Marton Charles V. Gibbs Mayor,Ilnnts point Executive Director KING COUNTY CVG/RLA:sk Cau„r:Esr.mlvr J,ha D 1pe11mm, cc: King County Water C,unty Gwmd District #90 Distrwt Reprrsentahses Thnmar M. Forso, Wdlmm IT. 11, Hill, Ingman, Chase 6 Company l)-in Worthir ju Attn: Mr. Rasool Doenshvar Executive Director Chulcs V.Gibbs CLEAN WATERS a wrie r, HILL, INGMAN, CHASE & CO. P 9:�°3 r.aPO /AVENUE .EVVV.1 LE ✓VASHN y JGTON 9 E3t2. T November 24, 1969 Mr. Jack Wilson elry OF City Enal,,eer Re R,_NTQN Renton City flail_ � � Renton, Washingto '1[OrV, 26' 9� G'�wtlrf� D&r Re: water D-striCt No, 90 Issaquah Element- y School No. 8 Dear Jack: On November 18, 1969, at the regular meeting of the King County Water District No. 90, we reported to the Board of Comm:.5- sioners the points that were discussed in our meeting of November 18, 1969, with yuu and some members of Your staff. We have been instructed to inform you of the following: 1. King Couat" water District No, 90 agrees to limit the dis- chargiI79 of the sewage into the existing manhole of the City of Rerzon system, located at S .E. 116th St, and140th Ave. S .E, extended to sewerage from Issaquah School Elementary ##8, 2. The Water District shall be billed for the sewer services provided by the City of Renton. Monthly service charges to be in accordance with rules that govern other schools within the City of Renton. 3. Water District No. 90 agrees to maintain and operate, at the expense of the Issaquah School District, all sewer facilities within the boundaries of the District. that serve the above referenced school. 4. The Water District will ask Issaquah School District to in- struct their engineers to work with your office in -egar t , the modification of the existing wet well, located at Union 5 Sunset Streets and the cost of the rcqu ired modifications is to be paid for by the said School District. We are looking forward to hearing from yoi: soon. Very truly ours, Rasool Doneshvar, p,E, RD:ser project Engineer C Water District #90 .Issaquah School Dist. Mr. Don Holm, Att'. HILL, INGMAN, CHASE & CO. �• y/J,,,� MA 3-e000 2909 THIR_l AVENUE - SEATTLE. WASHIPIOTON ge121 November 24, 19t,y Mr. Jack Wilson OT Y Of R�prON City Engineer Renton City ilsllV �V Renton, washingto 2 6),%9 tpG DEP;r Re: Water District No. 90 Issaquah Elementary School. No. 8 Dear Jack: On November 1q, 1969, at the regular meeting of the King County Water District No. 90, we reported to the Boar-', of Commis- sioners the points that were discussed in our- meeting of nvember 18, 1969, with you and Some members ^f your ;staff. We have been instructed to inform you of the following: 1. King County Water District No. 90 agrees to limit the dis- nharging of the sewage into the existing manhole of the City of Renton system, located at S .E. ll6th St. and '40th Ave. S .E. axtended to sewerage from Issaquah School Elementary #8. 2. The Water District shall be billed for the sewer sevi-es provided by the City of Renton. Monthly service charges to be in accordance with rules that. govern other schools within the City of Renton. I 3. Water District No. 90 agrees to maintain and operate, at she expense of t'ho Issaquah School District, dll sewer facilities within the boundaries of the District that serve the above referenced school. 4. The Water District will ask Iss,�quah School District to in- struct their engineers to work with your office in regards to the modification of tre existing wet well, located at Union & i� Sunset Streets and the cost of the rrquired modifications i.s r to be paid for by the said School District. We are looking forward to heari.n- from you soon. Very truly outs, Rasool Doneshvar, P.E. RD:ser Project Enyi_neer CC: W iter District ##9C Issaquah School Dist. Mr. Dun Holm, Atty. aaii ..4 ..ils... i M rS ti 1 ` f � YES i METRO 410 WEST HARRISON STREET SEATTLE, WASHINGTON 98119 ATwater 4-5100 I t T Metropolitan Council Chinaman J C.Carey Donworth November 12, 1569 5 E Art tE Manor FIr,d C.Mill,, A Councilmen ` 7 Ted Best City of Renton Clyde, M.Cm,.B 200 Mill Avenue South �*? cz Mrs. ITadan H.Edwards Renton, Washington F3055 Tim Hill Esc /r A O \Ins. Arthur V. Lamphere Attention: Mr. Jack Wilson �* M. B Mitchell Sam smith City Engineer 4' Liem Eng t D on D. WrightWrighr{Kht Gentlemen: LEVUE Interim Sewer Connection Mayor Water District 90 Kenneth A.Cole _ KIRKLAND Water District No. 90 has agreed to the conditions of our Cnnncslman letter of October 17, 1969, regarding sewer service for Albert .A. Ki^K Issaquah Elementary School No. B. MERCER L`.AND Counclmen The Mur.icipalit,E hereby approves of the District's .rrgYu®St Cleveland Aaschell to a" low the Cite of Renton to provide interim sewer ser- vice for this scrool. REDMOND Mayor If there are ally questions regarding this matter and the Selwyn L."Bud"Young required billing procedures please advise. RENTON Mayor Very ly yours Donald W.Custer ALLER TOWNS bates W. Barton Charles V. Gibbs Mayor,Hunts Point Executive Director KING COUNTY County Executive CVG/RLH:sk John D. Spellman C.Um, C.U.tcil cc: King Coun'-y Water District Aepresentutives District #90 Thomas M. Forsythe William H. Reams Hill, Ingman , Chase & Comriany A Dean Worthington Attn: Mr. RaJool Doens'.tvar Executive Director Chvles V.Gibbs CLEAN WATERS r � M`-- pb4 TIFC t 410 WEST HARF.ISON 57REET SEATTLE, WASHINGTON 98119 ATwater 4.5100 i ('�Rj 5 i 1)u11R.RrI � ` \1 n n The Mayor and City Council City of Renton 200 Mill Avenue South Renton, Wasl,inaton 98055 \W Gentlemer: Financing of Second Staf*e i Construction Program ""' We are preparinl- a pre-desirn report on Ferro's Second Stage construct ion prurram (1970-198 9) which prelimi- narily shows the need , expend a160 million during,, that, period to maintain our hJrh water cuality standards and provide canac;t,y for the exrected nopl,Tation increase. The financing, 1f such a nrorram will he m r1, difficult and obviously; reo+tires a search for row sources of income. In the evaluatior of ou- current firancintz nroaram, it becomes apparent that the current customers of metro are nayinr, and have committed themselves to nay millions \ .... of dollars to provide capacity in the existing seweratce system adequate to transport and treat sewage from thousands of acres of land located outside M1'etro's boundaries from which no revenue has ye* been received. Enuity demands that the developers o this land nay some kind of area charge sufficient to at least cover the cost of extensions to ',he :!'Ptro system reouire,' tc serve this land. Pevenue received from the monthly charges raid by people livinr. in these new areas will be usr.d, as will rc 1; similar charces from peonie in the old areas, to ray 'or maintenance and oneration an( for expansions of the core system which are of Feneral benefit ' o everyone. An initial charge of $400 per acre for all land located „ 11 14, ,,,,, outside Metro's boundaries and which is not already } " sewered or included within a city or town is bei.ns con- sidered by the Metro staff. Any such charge must also L,,,,,,,,,, I, , 1,• escalate over the years with the cos* of construction, Charles P. Cpd,, such escalation to he determined on a yearly ',,asis C i t October <?, loF() Fare Two I* is obvious that 9 charge of the type being considered would have a sirnificant impact on your operation: a.nd th?refore it is extremely important that we discuss the matter in detail. To this and, I am irranc-ing a meeting of all of ';etro`s component agencies affected by such a police change arri urre that you and your advisers attend. Details of the meetinn place and time will be sent `o you as soon as they are complete. In the meantime, please be thinking of questions which you will want answered. Very *.rely ,yours, III Charles V . Citbs Executive Director CVr,;sk y cr. Carey Donworth l t t 1 } t t r r >> • ., A. 411F+: SL. n r......r.iai .� � 410 WEST HARRISON STREET SEATTLE, WASHINGTON 98119 ATwater 4.5100 T;••il�('�IGIi Melrol;,': i Ccurcil �1 October 17, 1969 Chairman C. Carey Donworth SEATTLE Board of Co:dmissioners Mayer Kirg County Water District No. 90 Flo;a C. Sfiller 15606 S. E. 128th Councilmen Ted Best Renton, Washington 98055 Charles M. Carroll Mrs. Harlan H. Edward; Gentlemen: Tim Hill Mrs.Arthur V.Lamphere proposed Sewer Service, to M. B Mitchell Smith Sam Smith Issaquah School District_ Liem Eng Tuai Don D. Wright On October 9, 1969 we received a letter from the District' s consulting engineer requestin^ Metro's e""' 'F consent to allow the City of Renton to provide a sewer Mayor connection for Issaquah School District' s Elementary Kenneth A.Cole School No. 8. KIRKLAND Councilman The Municipality has no objection to the City providing Albert A.King an interim sewer qt nnection for Wader District No. 90, MERCER ISLAND providing the District agrees to the following conditions: Councilman 1. That the District agree to enter into a long term Clevc.md Anschell sewage disposal agreement with Metro 9 F 9 prior to any r�DNtOND further sewer connections being made by the District. Mayor Selwyn L. "Bud"Young 2. That the District agree to pay Metro' s sewage dis- posal charges to the City of Renton. The current RF,;iON Metro charge to the school will be $2. 50 for each Mayor 900 cubic feet of water metered through the school 's ' 1)omals!w.c:u:te, water supply meter. James W. Barton In addition to the service charges, it has become neces- Mayor,Hunts Point sary for Metro to adopt a policy whereby new areas to br served by the Metro system will be charged an area charge KING couNTr of $40. ^0 per acre. Consequently, the District must make County Executive nrovisior. for collecting the area charge prior to this John D. Spellman interim connection be _ng made. County Council District Representatives Thomas M. Forsythe The amount to be collected and paid -- Metro at ,.ae time William H. Reams the sewage disposal ag: cement is executed will be based A. Desn Worthington on the gross area of the property served . Executive Disecto, Charles V.MT CLEAN WATERS +.AIY/IriYM .Jrtlwl�l�w2�wYrWtIM�lJhar Board of Commissioners October 17, 1969 Page Two If these conditions meet with your approval, please sign and return the accompanying copy of t"q letter. Very truly yours, i Charles V. Gibbs Ifi Executive Director P p� CVG:ms f cc: Washington State Departmcnt of Health 4 Water Pollution Control Cc.mmi>sion Hill, Ingman, Chase s Co. Att: Mr. Rassool Doneshva City of Renton Att: Mr. Jack Wilson, City Engineer Mr. Donald G. _1olm Mr. James R. Ellis it Mailed l�J �70 i�ILL//,]]INGIbIAN, CHASE & CO. CSTABLiSICO AAA 3-B000 2909 THiRO AVENUE SEATTLE. WASHINGTON 9et2' I October 7, 1969 Municipality of Metropolitan Seattle 410 West Harrison Street Seattle, Washington Attention: Mr. T. W. Mallory Re: King County Water District No. 90 Dea Mr. Mallory: Sl. )sequent to our meetCng -if September 18, 1969, we have had discussions with Mr. Jal!l, t^?: lson, Renton City Engineer, regarding sewer service for the proposed Issaquah School Dis- trict' s Elementary School, which is located within the bound- aries of the King County Water District No. 90. Mr. Wilson believes that any municipal corporation outside the Renton City limits, that re:quire3 sewer services through the facili- ties of the City must, prior to entering into any agreement with the City of Renton, obtain the written consent of the Municipality of Metropolitan Seattle. This he thinks is nec- essary, because Renton i; inside the Metro boundaries and Water District No. 90 is outside the boundaries. From our preliminary discussions with Renton' s City Engineer, we are of the opininn that t}+� C_cy of Renton is both able tend willing to provide tempora rer ,er ice for the proposed Elementary School until su• me that Water District No. 90 nas built its own trunk line intercepting the proposed line which will serve the school. we are looking forward to hearing from you and will be glad to answer any questions that you may have. '/ery truly yours, ewe Rasool Doneshvar, P.E. Project Engineer RD: ser Cl OF RENTON cc: Water District No. 90 RECEIVED Mr. Jack Wilson, Renton City Engr. 1% Mr. Don holm, Atty. OCT 9 1969 ENGINEERING DEPT. .ter bs RENTON CITY COUNCIL REGULAR MEETING A G E N D A Office of City Clerk September 15 , 1969 1 . PLEDGE OF ALLEGIANCR TO THE FLAG 2 . CALL TO ORDFR AND ROLL CALL 3 . APPROVAL OF MINUTES OF PREVIOUS MEETING - September 8 , 1969 4 . ORDINANCES AND RESOLUTIONS 5 . CORRESPONDENCE AND CURRENT BUSINESS a . Jack Wilson , City Engineer , request for Resolution authorizing appL - cation fow public facility loan for L.I. D. 263 , (iCy . s . San. .;ewers) b . Renton Public Library Bard request for action in reyard to repair of clearstory area on the library build?.ng C . Mr . Arthur Treosti request for permission to landscape city propertu at 413 Stevens NW in conjunction with owners beautification program . d. City Engineer Wilson-final estimate L .I. D. 259 , recommending Council acceptance and commencement of 30-day Lien period. e. Applications for license to operate coin type pool table at Eag13 Tavern and two nove. ty games at Hil'crest Bowl . f. Valley Regional Planning Commission report r. Emergency Phone Project g. Reports of Bin' openings : (Tabulations Distributed) 1 . Storm Seo-ers - Airport (Opened 8122169) 2 . Flatbea Truck - Water Dep ' t . (Opened 9110169) 3 State I11 Development - Lake ;-In . Beach Park (Opened 9111169) 6 . AUDIENCE COMMENT � J4, 7 . APPOINTMENTS ` � �E-"�¢,{� 4as� �►�-t 4 O 8 . OLD BUSINESS 9Y COUNCIL Lif'-T �Ti�T�prJ E►.X�►2!.&M�S�►r 9 . NEW Bi SINES.: BY COUNCIL 10 . AUDIENCE COMMENT Te Q6 dr NL,A1t.(mratli, 11 . ADJOULNMENT -jV"�C' L�r�'L tviNd✓'r;r n., �, OLi LiII.L Li DIRECTORS: JOHN O•FISH •DONAL JSON • HAROLD D.JOHNSON •DONALD t JITH•MRS.ELAINE WOLF Issaquah School District No. 411 Clifton Johnson. Superintendent Harvey T.Hand,Business Manager Stanley Volwkr, A rdstunt Superntendenf E.O.Neuman. Assstant Superintendent Isstaquah, Washington City of iienLon '.On Mill Avenue .r--oath iexton, ldas ninrrton ;bJ'•j Attention: itr. Ceorjr i.'er^y, ;'rf- ;i8cn'.; o_ the Ci`.-- Council_ GenL'lemen: The i ssaquah School Di strict plro Lo imild an eimwotar.y on pi-open;,• lorated at IA:,h ',ve. and ,P.. " • •! t In a recent diGCussicn Yrith sLn.l.e anti ccunL1r auv,rir^, tbey i^ l^atnd that conctructict; of an elcma•1Lnry chool on Ado r:ii.c would be dependant, upon the av:dlrWJi_I-- of sower neri-i.cc.. „r ;,Dn;_: this ,,erai.ce will be a.vailabio to 2:c`..ro lines via t:: I{enton . , Thr cn-incers oZ Idater Dis',rirL "r) (Eil.l, 1rn,mon. C.!: v , . ro:.*.),_ will be n^king plans l'or u�; I,hrou,1,h l?atcr Ul itri c'. .l' -o cormic:.n this services. i•Ie a.,e, therefox-, xequr,stilrg ner71'.ssioli '�.o 1:'�i.)5 fhr iZeitr+r c„•stem for this particular elementa y :school sor',i ac. nrerel;,•, ins ._:'.an'. uunerinten, i C^: :?3.^,001 11':1le LfiVlr, Ihll, ),I:�'IRaTI, cii�Se Go. ' ';atcr District ;.'() +s t i V1 DIRECTORS: JOHN O.FISH • OUNALD A. 'OHNSON HAROLD D.JOHIJSON •DONALD B.MEREDITH•MRS.ELAINE WOLF Issaquah School District T14o. 411 Clifton Johnson, Superintendent Hovey T.Hand,Business.tfanaRer Stenley VoMler, Anditant Superintendent 1-0.Neuman, Aa scant Superintendent ` Issaquah, 'Washington I'll'. Bert H. MCHenry Assistant City Engineer bw0-cipal Building Renton, Uashington 56o55 Dear Kr. McFenry: 1.j appreciate your interest in and attendance at the meeting held May 23, 1969. Enclosed is a brief summary ui the subjects and procedures discussed. cU nc erely, e0�� E.G. Ne Assistant Superintendent Buildings and Grounds bb �:nclosure �t 1 ^_as "aa�!stlnr g�?.t; t:.,;•e 1.0 ,;;tea..: ,.c-: . '.�• .'+3'tFia.1, �14?3r,3^.r. lEo'G.`,Ltuix �i�:+G+51 ,,^.�3�1'iat IIo. jr i i.'a*t3.:x F•aericic Sea' £?C-Yi-:� "aunty �:•au:_th ^cparttacnt 7 au Bogard Y2'C!: V'cnG,, BQ&�r,. t- jimdtt Rasool Doneshva- Hill, rat;ff.ma, Chin© C. ^oapatny Earnest Dodge Hill, lrgia_n, Chae:a ?! CoVany Ted A&Uo¢y Metro Bert 1D$enry City Gf Rentoa haricot E. Langatrft F...ng Co,aoty Departm at of ?la:jxlx,, FAynoci C. Schneider Collate of Arch. ?. Thi)nn Plri.ai LZ, u. of R'. Georgo fiW�. 1'cyTG•2, a:' . vi` .(.:':3 J1 „w lhe..+�." ° :;�y♦OY.•).'v�. C1. .isst;ic�gtoa 111St.on Jahnscxn IEs sx SCboal P j`xJr.t So. 11 i ^tc?: Pa1im Ecc ;.'i.r, q:�:�g /C�o�vfsl 44' 1`-r+pltyh Dgwx ^tr ,at :C.I? SMC-4tla-Kimo Coun%' !of%Uh DVvrtm3_Zt a..G. Koch tt t^ r•,clta ".A. Sict,I,herd St>'ue 1.aher Pollzx:.icr: Central Cocsdssion J.B. CaLiRbaa Soai:tlz-T,L:•. C(Far.wy :3v-1th D7,artmxnt IEeurics Sulla&s t.xC r':. t, ? ]lsi g A tls Bob V,Ibs IsaC e'i. or ILgla 5"tuol Roy Rar:fner Ray 1,. ''arz'dmer & 98t:o^., cesiteiws Gerald Pwa q 3u ctt3tcc , :Jalct w Nmeray suigwS The pMzm( d saxiov I.!:: _Zd alas. :z^' as :::ac . :,. " ac:;-.d r a as airsa r,,t condtrsive to septic. tm*a. PEz'culrtiom test:, nit: not satisfactory and tLs feaaiblUty of 1:,4:73::3 swarago to a 11.•xo is of ' :LQbJ::e.1 (1114 0 par gallon). Secvase in the psaara?. traar City of ^._utoa i,rd lea.fiz liat is a 9G .greed on a auttual bouut^sy uh.ch Nana 'jGtrcen Mar,:w rac "ither 2choci ate, Thare is a Wcibillt,, t: , Tatar XsUs.i Q m C xx u J : , ".he a=or bnsdaeas, bat s`:Xst certain ag tbis mat be c e. (11 17cra test ba a recesasty to proceed. (2) A ccmprdteaaiou plan =wL be prepersi. (3) is +.saunnes of u toad and a vote of t:ta pcaplu in 'Uw arc z 9s:Jived m x u;! CIL-=. Thi actaal fall r;}iG7s of •`,he :,*llt;xx' I'latlICL :s at "'.:ast 18 =141M 4ray. B'ILp av~cu Lhe aertd.ficate of mecasid•tq is ioss:aa, to.GfAc'�r et is reaclj to enter into Ccmt_^acts 4dth firm or the School Diatzlet. 9rrar-g=wte for e=c-ants and plea ro the limt !maid Co u d to be =do. Prooecbxe for the Iesequah ::hoe:, Mstr?.ct. (1) coatwt Water District W, draw tp a latci-ea=s agrecmaat uIth ttsisxr, (2) contest City o" :2eaton, give FAnLaa iaformaticn ragnrdisg the lo.atioo, tir..+ perrcd iavolrad, and ultiat por.3on cf tbic Um umad oextuli.t RmxC•cj, ' ) •, cover scrt;y could have to be made Xt tho eaponm o:' the &:-haul DizUe-'ete -- 1 " r r Page 2 Seer P.•ablcros Cmv.mwd Dos ftard zrde this aba:rvatians Ti:e School Mutriot could coaatnaots at tbei r am e ; ees a Be or 11aos and then a:urn it'. over to water Di otrtot 90 °ar meintenuace and ape-oM M A stU4 a the entire. or a aw' 'no rrl:a. The Vat-or Diatrsat stall aatbos:so tbd; % esWr to be ;in ::t ahould Lake app ad=tely 6 to 8 aw.tbs to perfam 'this; stow'. r Steps Pon the ;le:sagaa?=. S:hool Dist;-9ct to talcs to caraact with Banton i, Cs:�:4:f3.cat3tw Pre A 'i `:3 �tP i 2. Aut miaatica to uc :3sd 3. Lotter of intent 17m a Water Dist: ict 90 that they V=M. tako wrer Rhea they at,i r.:aT;y. Am scou as Routen p;aaa ;.he aaor taros tbo firg Ccmty Health Depeu4mut rill give. the Be-a:,entd* 'We en,.t noto that before Hentoa car: act, a cost, etudy sr;.st bo wrowned and t:ss rmattst ads:es cagaeitys and voLlwe of Plat not be dot x 'aed. Tha Isaaqu3lh S:uoo1 I..ata.ct .;blatl.l —,u3 : latter to the S:,ats Hac].th Depa wwzvt a:d the Eater 9o]lut cu Control CaxAsaSua stitt:ng the problem In det:11. New Swtor HW SLtogs ft. a lge seer Plx One big aVuux ell as , ,'n. The Di uvuld aaao Li 5-7we gmrsazo.io :a om—ar ar that the Z-"A ii.sis!^.t• wild no-, uel. this om% Piv,1 yearr to r'Ie irate '.saltla ,-.G` a"--at:. An f W` wv field of equal capacity wcili have to be :;sel7tu le. The School District s'xK:d serd the :,tote '.iw tb Dapartiowt the tentative A= y kQ4 detnila ;or yuchWe plant --- thsy mm1 •L• i,:v mat be epp¢owd. I .a SAN-1 APOLLO SCHOOL/WD90 S-155 DIRECTORS. JOHN 0.FISH • DONALD A.JOHNSON - HAROLD D.JOHN£ON •DONALD 8,MEREDITH•MRS.ELA NE WOLF Issaquah School District No. 411 Clifton!ohnson, Superintendent Harvey T.Hand,Business Manager Stanley Volwllee, Assistant Superntendent E.O.Neuman, Assistant Superintendent Issaquah, Washington a Bert H. McHenry, Assistant City Engineer iiunicipal Building Menton, Wasitinyton 58055 Dear Air. E-Henry; ns per our conversation on May 16th, I have scheduled a meeting for the discussion of two new sites for the Issaquah School District at 9:30 a.m. Friday, Mey 23, 196;. This meeting will be held at the District Administration Office located at 9th and Bush S'creet in Issaquah. The sites under discussion will be a new senior high site off of S.E. 123th ;street and an elementary site on 148th Ave. S.E. The main topic will be sewerage facilities. Yq apologies for inadvertently picking up the enclosed papers from your desk. Yours truly, tru2ly, E.O. Neuman Assistant Superin�endent Buildings and Grounds bb I Enclosure 3 I 4 a / G f� / r 4 k ���.ra N!'!�e � ..,,.. ..._,,.l.-fC. �.G�Lc`- tt f-�•*'r _ 7` - zo*- / 1 ! �ySG10/ 1/OI7PS�G'c7/' �i��J ..ln��J.v..ly. L f r• :a' . I C I i 1 C :l , ..� .7 ., . '.mil.' /�l , � .. - _ !' • � �_. � , + � x� ,4 �r�ZZGLG+�,Q'�� I.bCC,C�LG�• •ri�4i.�.'.��.��lG;� �r���� Vf 1 �J Pi.'E'.•:..�. t.F'.. .J e�c.- �, c.._.y .-e . f, �...c � .-, i. 1 A , � ✓•�a 1i• �J / I -T.A fl -,.�7,i� V,J'./ � t�ll.l'—. . :1. �{1r '�h'l,iill`.a�Gll•1 GERALD PpN&Roy WALAQOtit Romseey- AtA,,Iw,+i Da h s w fNiAsBr►A1G LIaYi. 1 i I t day,October 5.1969 PG' Zp rkan Will Speak Sears ling October 9 �.__..... loffner, Ktrk Schrelber, Snarwood and 'Maywood. The xk Lecoq, Cougar Pee- three are Dennis Dillon, Alvin ii- 6 .0 �;. . :\I Dunham.and Donald Johnson. Dennis Kul- ^nn. U.S. Candidates for Position 4 - t i j�.,.�{� • reported OL I at Oak. which stretches from Issaquah 71 41li e r l tie t f 0I�0 Calif. for overseas duty, to include Maple Hills and laic spending his furlough at Kathleen aroas are Gr:mt Alli 11yr y Dennis enlisted on his son, Dorothy Singletary and �e- a11,4 .1g trthdav Star. 16 and look Harold Tate. Voters will choose f ed training at Ft, 1 g at He among these candidates Novem- f ' ' ' ,:���,� �py, 4' ed further Fort at Fort her 9. i 4 . 'old., and F'ori Sill, Okla, Club Organized j ,, , i grandsion of Mrs.Waver- At an Oct. 1 meeting at y rihenn. Issaquah High School,a parent ,- a taah High School par- teachers-students booster clue, �. udents-leachers Comma- was organized. The group wll! _ f alendar dates arc: Odo- form a communications lu,:. EE 1,' - Briarwood Elementary between home and school M-:u\ E '.��'.,"'i1 ® �•� ��p Leo m {il 7:30 p. .; Oct. 12 5-Star ters of concern as well :. eague football; Oct. 13 . general information about the Hills Coummrdty Club: schoo! and its activities will br 4 - Maywood Junior High discussed. The first general Open House;may Valley meeting will be Oct 9 at 1 p.m. Kathlcena Estates Com- at the high school.All interest-Id I ONGEST liE9RD in Fla- y Club; Oct. 16 - SWInY parents are invited W attend. land graces the Jaen of this s - - unitesHomemakers. May Valley Alliance Church pensioner, Sigurd Bomar of Actual now Visits Women's Missionary and Prav- llelsinW. The beard, about ! � rats will have the oppor- er Fellowship will participate in two feet long, Wok seven '. Size. .. to visit their junior high are area rally Oct. 9 at Kent years to grow. Bomar said 1Veighs less How youngsters classrooms as wish to a Church. Those who his tr only problem 15 keeping flow their students'daily wish to attend should meet at it straight. than 1)3 oz. tie,in brief,a;the Oct. 14 the May Valley Church at 9.30 and Junior High School a.m. and bring a sack lunch. A otrse. nursery will be provided for Three Parties Scout Pack 637 opened Pre-schoolers at Kert for 81 per '-- - _-- -- - ---- - i pL 26 meeting with a flag mother, _ env and Pledge of Alle- An estimated 200 youngsters To Negotiate -led by tide new Webclos will enjoy an evening of skating whichmeets weekly with Oct. 7 at the May Valley .AW- Sears Tru-Ear A Aksamit. Cubm skating Running Pact aster once Church's Youth skat Running welcomed the party. g Behind-the-EarHeari.kg Aid grents,and prospective Issaquah School District An agreement to solve Issa• Modern, convenient hearing aid that fits be. - LunchMeau quah's sewage disposal prob. (rind the car inconspicuously, e canddates tiled for Oct. I3: FJementar Slo v lems will be negotiated between yet is completely Y W>. Issaquah School District, the comfortable. in 2 Board of Commission- Joe, buttered peas, carrot City of Renton and Water Dis- saquah School District 411 sticks,milk,peanut buffer cook trio 90. noassulg May Valley, ie: Secondary -Hot dog in bun, Negotiators for the pact will buttered green bans, apple r——————————————— - ———— ----• quarters, milk, gingerbread be the firm of Hill. Ingman and I Scars,Roebuck and Co. I with who Chase, consulting engineers for t whipped cream. Issaquah School District which Renton Sh.,,iog Center f Oct. 14: Elementary - Spa- has hv:n unable to provide a I Ite000,wash. 1 �� ghetu with cheese topping,cok l I f slaw with pineapple,apple, and sewage system for Elementaryit I School No. 8, as yet not under I marshmallow, spinach W brot- Aids,Twouldlike FREE information amundoon Sean Hearing 1 eoli, idle, frosted eiMamal construction. I Aids,t widerstand t am under nu ohhgation. 1 r+ roll;Secondary-Pizza,buttered Construcnan of the school has I 1 ���� leas or hroccoh, bread aaJ been delayed because King I 1 �tter, milk, Ice cream sundae County Health Department has I cvp' refused to approve the site at i Name....:............Yltuue.....,..........,...., 1 Southeast 148th Street. 4 x- Oct. IS • Eleroentar,,, - Hain- burger on him, buttere.1 Ftren The City of Renton has agreed i Address..:..............:......................... I a coa,nct I in Valtq Gen beans, apple quarters, [silk, to accept Ihe districts sewage if I t apllet. 1 chocolate pudding. Water District 90 will agree to - ad Yq. Thomas tiuboutl, (kt 18 & 17 Nu school - allow a troirli tine to bee Installed I City..............StIIte............. 7.ip...... 1 liotb St,a daurhl.r,Oct 2 retard d. from the site to the city limits. I 1 taelontf-eDlta' King County woiild share instal ------- -----------------J ' 4a0d MM Uer.wib Newman" httion costs on a 50 ry, a 50 baste with IAttr loctomn kIf aaad,tal.s foa,Oct.2 Waecv Derdick Will ,the school district' RENTON SHOPPING CENTER t a/fln.III Perry.t1210 , .Ne IM a son.fkl.2 ie.;he Torch Adult BalletPilaf. Highest Ptak - NfYrf &C awl4Lua4u.4, - Adult ballet classes will be 1{arnry Peak In the is the SIIOPA'f SEARS Sear 6A 6-2323 1 Itt 2: .;•riakv slemoriai HCh aJ sum Dakota Is the AN:t SAVE 1 taught by Fairy Derrick start- highest summit east of the in,7 Oct.18 at Pritchard Fltdl,lees yIt ky Mountains. It ha&an N,} Ja'atal^. 8rahaoA S..Hendon. @lcvallon of 7,241.leet. r- • C'1-'pV AG !tE ;: E NT T.:IS AG:(EELT:NT, mado and entered into this 27th _ day of ;iarN,, 1964, by and between CA,;LADE : E 1: : DISTRICT, a :mni_inal corporation of the State of .ashington, hereinafter called "DISTRICT', and the CITY OF RENTON, a municipal corporation of the State of :ashington, hereinafter called "CITY", : [ T N C S S E T A: TIAT .:!iEREAS, the District and tic City arc situated conti-Ijously in ::inn County, State of 'ashington, and :IIEREAS, the District has nre-ared construction Plans and called for contract bids for construction of an interceptor sei,cr line to :xtend from the Present sewer system oncratcd oy the District, within its hour !arics, and to run through certain Portions of the City to collection trunk sewe: lines constructed by the :lunieinality of Actronolitan Seattle, and ':11EREAS, certain areas hor:ina£ter described situated within Lie boundaries of the City may also be served byusc of said interceptor line, thereby eliminating the necessity of the City constructing such trunk facilities, and ' :11EREAS, the District is willing and able to construct and nay for the 0 costs of said line and the City is willing and desirous to reimburse the District for an agreed uron Portion of said construction costs, accordinj to the terms and conditions hereinafter set forth. %0.1, T1!EREI'ORE, IT IS ARE3Y '1UTl1AW COVENAITED AND AGREED by and between the Parties hereto, as follows: 1. That the entire construction cost of said intercentor line, according to the enpineerinp nlats therefor, heretofore Prepared by the District and approved by the City, shall be Paid by the District. 2. That said line shall be constructed through and across certain areas within the City of Renton, ::ing County, .:ashington, described as follows: The following description located in ::in,v, County, :ashington, described the centerline route of the pronosed intercentor Sewer from its noint of discharge into the Trunk Sewers of the :ilnicipality of ?lotropolitan Seattle to the Southorly line of the Seattle Cedar River pine line right-of-way, which is also the city limits of Renton: 0eginning at the intersection of the 'lo-th line of the NE 1/4 of Section 21, Township 23 North, Range S East .:.'1. , and the Northwesterly margin of the City of Seattle's forcer Island nincline R12, said intersection also being ;forth 3900012411 17ost 1112.45 feet from the Northeast corner Of said Sec. 21; thana S,uth 28023,5411 lest along. said 'lurtMaesterly margin 1,008.02 feet; thence S•_9th 61036'06" Fast aer"endicular to said Northwesterly margin 5.00 fact to the true noint of beginning; also being existing Nlotro ;1,1. R-10-33; -1- a_ s. (1) Thenca South 28023154" Jest 913.00 feet; (2) Thence :South 87004109" .;cst 54,50 feet, (3) Thence North 32001111" .Jest 133.00 feet; (4) Thence .forth 80°1s'03" ,Jest 1,21-'.76 feet; (5) Thence South 14013142" lest 321.90 feet; (6) Thence South 36027157" Jest 425.92 feet; (7) Thence South 40052144" ;est 195.69 feet; MThence South 72°39142" :cst 282. 20 f et; Thenco ,Guth 48008'23" :est 397.D0 feet; (10) T'ience South 14026159" .'ost 54.09 feet; (11) Thence South 41051'37" Fast 742.00 feet; (12) Thence Sout'i 470411001, Cast 762.7v feet; (13) Thence South 11"26154" 'est 603.91 feet; (14) Then cc South 11003'08" Jest 104.00 feet. The entire route of the interceptor svw•• within the centerlin , of which isdescribed above, islocated'oo casements n� except the following, which are on Public Right of '.Jay: J City of Renton streets; The most Southwesterly 105.90 feet of Course (9) ; All of Course (10) ; The most Northwesterly 37.49 feet of Course (11). The City shall grant to the District a nernit for the construction, operation and maintenance of said line, subject to the terms and conditions of this Agreement. f 3. That said line shall be used, oncrated and maintained by the t District and by the City for s vice of their present and future customers for transferring sewage collected by the District and by the City within their respective territories for delivery to the >Ietro trunk lice and no payment or service char..^,e therefor shall be required by either of these narties one to the other for the privilege of such use, other than as hereinafter set forth herein for reinbursement of construction costs, maintenance and repairs. 4. That the City shall have rhe, right to authorize connections to said line by property owners of pronerty situated within the boundaries of the City of Renton, Fang County, 4ashinuton, described as follows: That nortion of See. 21, Township 23 North, Range 5 Fast tJ-M. lying South of the Cedar River and :forth of the South line of the Seattle Cedar River pineline R/IV, except the East 1/2 of Southeast 1/4 and except the Southeast 1/4 of Northeast 1/4 of said Section 21; Also, that portion of the Easterly 1/2 of Sec. 20, Township 23 'Jorth, Range 5 Cast I4.11. i ')m which the sanitary sewage is carried Easterly or Southeasterly in ' thz future across 116th Ave. S.E. and into said Sec. 21 or into Sec. 28, Township 23 ;forth, Range 5 Fast IJ.`d. under such terms aid conditions as the City clay establish for malting such connec- tions. Tile City shall also have the right to authorize connections to said line by property owners of property which may hereafter annex to the City, under the sam terms and conditions as provided herein for nronerties now situated within the boundaries of the City. -2- a S. to nersoi,, firm or corporation shall be granted a nernit, or be author- ized to tap into, hook onto, or use said sewer int�rcentor line, has hereinabove described, during a period of thirty (30) years f om date hereof without first paying unto the City, in addition to any and all other costs and charges made or assessed for such hookun, tan, or use, an amount of not less thin $.013 ner square foot of area included in any such properties for which connoctions are allowed by the Ci!y. All amounts teccived Ly the City shall be paid out by it unto the District under the terms of this Aore eient within sixty (60) days after receipt thereof. Furthermore, in case any tap, hookup, or connection is made into any such interceptor sewer, without such nayrent first having been made as hereinaaove set forth, the City Council of the City of Renton may remove, or cause to he :e ad a &h IT-u r. r.74 ' tap, hoot un, t • c..nteeti , and all connecting, tilt or pine located in toe facility ria.ht-of-way, and dispos, of unauthorizei materials so removed, without any liability whatsoever to any party. It is expressly understood that the aforesaid minimum charge per square foot, (hascd on the provisions of R.C..i. 35.92.025) ,shnll not prevent the City from adding or .-posing such other reasonable charec for collection and bo')%keening crvices, includinI taxes, if any, that nay reasonably be incurrAd by the City, .n providing for the collection service herein undertaken for and on behalf of the District; it being stipulated that the aforesaid ner square foot rate is solely a method of measurement of the amounts due Ind owing to the District for pronerties allowed to connect and use said interceptor line facility. 6. That as between these parties, it is stipulated that the nronortionate share of costs of said interceptor line, as located within tiie boundaries of the City, is approximately $60,000.00 and that it is the District's intent to be reimbursed by the abutting property owners for such costs. It is expressly agreed ind covenanted byand between the parties that the City does in no .+ay warrant payment of any such sum, or sums, during the life of this Agreement, and that the City's obligation hereunder shall be limited solely and exclusively to the collec- tion of charges, asibove stated, from property owners who wish to hook up and connect to said interceptor sewer trunk line, No interest shall be charged the City upon such sum, or any other sun, by 4tc District, and the City's agency for collection purposes on behalf of the District shall not impose in any way any liability or other costs upon the City, and the District hereby agreos to hold the City harmless from any liability relating, to the costs of installation, or the District'sbonded indebtedness in connection therewith. 7. That maintenance Costs, repairs and oneratlon necessarily incurred For said interceptor line wit!iin the boundaries of the City shall be borne on a proportionate basis determined on the same ratio as the number of users served by the District bears to the number of users served by the City using said inter- ceptor line. Damage to said interceptor line which ma be caused bythe nerlipence of either these parties, their a�!cnts or assigns, shall be repaired by the i responsible party. 3. That ownership of said line shall remain in the District until the expiration of a period of thirty (30) years from date hereof er nayment in full of the present bonded indebtedness of the District or subsequent bonded indebtedness incurred for the purpose of refinancinfz nereof shall have been paid in full, whichever event shall cone first, or as otherwise nrovided by law. Thereafter, the City shall be und:r no further obligation to collect or remit any other or further sums to the District as reimbursement for construction costs and owner- ship of said line shall be jointly vested in the District and the City, with full and complete right of use thereof allowed to each „arty and w.th expenses of maintenance thereof continued unon the same proportionate basis as hereinabove �( set forth, i �. In the event said line shall become inadequate to serve the entire area lying within the District and the City, preference shall be given to the District and its users and the City shall, as additional lines becom- available, divert sewage collected within the District into parallel and additional trunk lines, which it is contemplated would then be available as lines necessarily constructed in development of said nronerties to such extent. Iii "'ITNESS MIERF.OF, the parties hereto have set their hands and seals this 27th day of March, 1964. CASCADE SF.'?ER DISTRICT Dye:1 _ , ^Z'6 a i rma Dy cccre' - CITY OF hTON BY: - Attest: 1 layor F tl y -4- 4 hV 4 a STATE OF '.1ASIIINGTON ) ss. CO11`d1Y OF KING ) On this 27th day of !•larch, 1964, before me, the undersimed, a Notary Public in an for the State of !ashington, duly cormissioned and sworn, personally appeared LOWELL V. LECKENDY and GIARLES .1. BAYLESS, to me known to be the Chairman and Secretary, respectively, of CASCADE SFTR DISTRIc`r, a municipal corporation of the State of :lashington, the corporation that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath sta•ad that they are authorized to execute the said instrument and that the sca, affixed isthe corporate seal of said corporation. tIITNESS my hand and official seal hereto affixed the day and year in this certificate above written. Notary u is in an or t e tare of ',lashington, residing at Renton STATE OF WASHINGTON ) ss. COLP47Y OF KING ) On this z day of 4rch, 1964, before me, the undersigned, a Notary Public in anU70r the Sxatk4 of 11 hington, duly commissioned and sworn, personally appeared FRdL{„=�.hi�;V—nd !IEl;,IIE• 'NELSON, to me known a�a to be the tlayor and City Clerk, respectively, of 711E CITY OF RENTON, a I municipal corporation of the State of lashington, the corporation that executed the foregoing instrument and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that they are authorized to execute the said instrument and -hat the seal affixed is the corporate seal of said corporation. .117NE•SS my hand and official seal hereto affixed the day and ,year in this certificate above written. otary-public in and for the State of 'lashington, residing at Renton n.� RATIFICATIO:7 OF AGR "; ENf The undersigned, beinS the Principal owners of nroperties hereinabove described, situated within the bounc'-ries of the City of Renton, in consideration and recognition of the c ligations in erred by the City of Renton under the ter.is and conditions of the foregoing Agreement, do hereby ratify and acknowledge the obligations thereof to ;he extent that said Agreement affects our real nronerty hercinabove described. t o do hereby acknowledge cnon behalf of ourselves, our ! heirs, executors and assigns that none of our said nronerties may be € I conleeted to the sewer trunk main wing censtructe.l by Cascade Sewer District until Payment has been made to the City of Renton of such connection and hook-up fees as may be established by the City, which amount will include the S-013 obligation of the City to the District as hereinabove described. DATED this � � /.� day of :arch, 1964. VIKING INVESTMNT CORPORATION tres nt UY ea ur ARNE G. GOEDECRF., indivti a y and as Attorney-in-Fact for Louise w. Goedecke, Iris wife 'i.