Loading...
HomeMy WebLinkAboutWTR2700024(1) W-24 HIGHLAND 2 MG COVERED RESERVOIR WTR-11 1 � #1 Genera► Correspondence & Contract Documents �~ U BEGIN iNG;bf;. � OF FILE FILE TITLE LQA)( s QaeRuciR iionaau. le §Moor Joe R, Baxter and lbnbers of t"s City Cau411 centlomms Plana z � $,ecifications are no�. r+ ady for u!a orizatm to advertiss for bids to construct the tre ailiian gallon ground 10w1 ressrvsir in tie H:ghlandss prnycrt W.2e, a ,art of the 1959 Revenue Bond ivogram. The Utlitles veaartrvnt ratiueat V-s City Council to &;,,,rave t�ls authorization ith bits to oe opened on %,rch 22a 1460a Yours very truly, k, t. Schroecer 5uperintendsnt of utilities �t�aar &Ac. usiSS.::Lii ?. Ca" Pun uis Sealed bids for the construction of ■ cowered concrete lined 2 as "tot rs"r'Vuir Will be forgives by the City Clart at tte City Wall, amtne, Ma"'Wan =tit 5400 I.M., March 2'�, 1960. be the saw nay be Presented is tat City CsUncil Until $100 P.M. an the ,sue data. At this tine the bids Will be oDdAk" and rood. The ptiacipal items Of rook "a as follows: 5,700 6.y. of esteruksemt, e10 c.y, of concrete, 75 ter of Strretoral steel, 16 prntreased cooc:rte girders, 70,000 ". ft. of alemlaws roofing and sidiss. Plam and speeificstiou my be obtained tops the Srperistaw"t of Utilities, City Hall, kesttu, Washington r from the Csasrlting Igiuear, A.i<. Wolff, 1506 Smith Toner, Seattle e, bWiWss wpm d4p"it of ia5.00 Par set. Pin deposit will be aetuased to bidders if Dlaus and specifics- tiess we retaosed is Unable cosditiem prior to March as. 1960. Woo- bidders will be tefUnded ne half of the deposit if Sets are returned by the "" date. Wankingtos .:hate "lea 4r small be stated as a soDarate item in the ,id. A ctrtif ied check or bid bond " the sagest of A of the total bid ..uat KCaKany men bid. The City of knten ruereao the right t„ re)"t any or all bids. 9ooa M. Wanda CAty claw Publish: March 9, 16, 1940 •�ii Go 'd.ZS.c� 3- ii-moo �zr� /6.z714F 3s"�i�G. ,clF .�l%der�eaari/ �JdKor MG, e_x SSS - ✓- Go dd25�� '� 111144L //lit OAC RICHARD E. WOLFF e—l", .'y..„. We SMITH TOWER SEAEEI.E. WASH MAIM REM �afeh 1T. lt6E' Tao plaabolden Majors Moork1w am aelerweit haJewt w.S4 AAaw471w1 we. 1 spnrtftratioas, peraerspw 4.4 stab Jalat$ 7Le Jsl+tl St tow tOr tw, ttrt Fost Of the ataow Slab OW1: br 1/4 iaef2 t"". The Jalat at No by of the stove S"ll w Swwe i with pratnwe A la tr*rgwatee tutor with t4N tap 1 iw1:A "at" with Yaloate, . VIRN Jbi" St the fart of the Uapo Mall haoe a o iwah lKlti.S"s tRlter *to as owmwaflraa by irSaa /reftne iww., Seattle, vita prdaerq t" b"WOMiMMd ttlfar 1SRd tow tap t toes aaalan Mtr, tlbrdle,.. tb aulLyc ,wapwRMMI iRRtwates owl tbraftaw stall ba a r*SRfaettaRo' ''} A. C. Uora :bEgwdaw w :Nl. Ts *Ad cm Or* foe "MMtte filled legot.- ltew t7 91 tbo at I proposal, shall lwrt.R,te thr want d 1M PMOMawa fUfwa 11110 taMll tr a e tvlee- ttaw Of Nw. .w t1M41 of a &ft watmiwiw. •iw orelrfows. *hest JR. Y.. NOW eat sac. ■. M. Sebroader at? Nall AewbEE. 1160iapae RICHARD E. WOLFF 4"s'r &)-- IMIG SMITH TOWER • SEATTLE A. WASH. �yl MAIN t-WM tr( , Mar^n 17 7,i.., Mr. Marvin H. Schroeder Superintendent of Util±ties City Hall Renton, Washington Dear Marv: Herewith is a voucher for 1R616.72 covering plan preparation for the Highlands grounai reservoir. 1 have been carrying payroll costs on this and the other jobs for nearly a year and so am rather anxious to get some of the money bacM. For this reason I used our estimated construction cost, as provided in the engineering agreement and hope you can have it passed at the March 22nd Council meeting, I expect bids may x slightly lower than this. but adjustments can be made later in the final settlement. Thanks for your consideration. Sincerely yours, REWil R. E. Wolff, ` Vial" how" am Ra■6RYUlt p1 N M-14 L3. ST O! ►iJJOtta.0aR4 HatehanN aaildera, Inc• P.O. �Ins �a 1i4S White Worry $ward 8144. Nettle $4, Ha■a►rttw Nettle 1, (r4~001 Hatt/ MaWist Pacifie Coast castractiar 16$74 »tr Ate. F.S. Box lam Hattie 33. psWtoatm Llaarood, ruhiytm 1 M Ssiaoaa M a m Mlles, Cstructi ca. 16;w Meadow Road 4?UY 9ta0■ wa Aea■aa "ldorweed Manor Seat:la 73, ruhlaltm J. a Colima a Co.ce.iaaet CeastraCtice A. Colimaim lail Soon Street (plate) 13N "at ad $eetti., S. maohlytsa Nettle 04, amsafaatm Amp. Co. aaaaters, Inc. Masalaad'lUrlef ac 774 pextet 9040 bur $33 �- Reaaote, r♦eYytm Nestle 4. tWrW$aa�M Clair L. ►roocott a,.,.,,Ip{ 4:. , oes a's 3316 Airport Hey Seattle 4. waaiaaton lir �iert mac, (Osaeral Contractor) gig :.Sdr lac. 711 Randolph Place Seattle u. Mah. a. R. latecomer 91o1 lath Aea. 9.11. Seattle 7, ra■hia$ton Suchasua a Johnson. Inc. 7436 lest► Aae. S.r. Seattle 6, roo►iraton o a a a o 4 J a • O ,x F j 'F"-.i •;•.y.y—r��y-�'---�tom.... �L:VP 4 � �f Y t � t h :tE= V � /Z �'"AvE.N. � RESERVE/R SlTE a� 12 TN AVE N t w 1 ¢ d ? 2 M O Cwew*o V d • PC Rv" sms � i c , e .1 T N w o V O l ��t WD R � t it M1 vc It VICINITY MAP SCALE 1"-2000' ' CITY OF PENTON PROJECT W -24 2 M.G. COVERED RESERVOIR ' RICHARD E. WOLFF CONSULTING ENGINEER — 1506 SWTN TOWER !CATTLE IAAI N 2-Oh/A Joe s312-c i CTTy OF RENTON 2 MG RZSFRVOIR - PROJECT %-24 ' Instruction to Bidders Bid Proposal General Conditions Specifications: 1.0 SPECIAL CONDITIONS r1.1 Scope of work 1.2 Time of completion ' 1.3 Items furnished by the City 1.4 Continuity of service 2.0 SITE AND WTN110RK r2.1 Scope 2.2 Line and grade ' 2.3 Excavr 2.4 FilI ate . borrow 2.5 Measurement ud payment 3.0 DRAIN SYSTEM 3.1 Reservoir drain 1.2 Subdrain 3.3 French drains 3.4 Overflow 3.5 Manholes 3.6 Measurement end payment ' 4.0 REINFORCED CONCRETE 4.1 Sco,z 4.2 Materials ' 4.3 Placing and finishing concrete 4.4 Slab joints 4.5 Embedded steel items ' 4.6 Measurement and payment 5.0 PRESTRESSED CONCRETE GIRDERS ' 5.1 Materials 5.2 Fabrication 5.3 Erection 5.4 Measurement and payment 5312-C CITY OF RENTON 2 AG RESERVOIR - PROJECT W-24 r6,0 SgWCIVRAL STEEL AND OPEN WEE JOISTS 6.1 Materials 6.2 Fabrication 6.3 Erection 6.4 Measurement and p,ment r %.0 ROOFING AND SIDING 7.1 Materials r 7.2 Fabrication and installation 7.3 Measurement and payment ' 8.0 MISCEUANF.CUS 8.1 Fabricated steel ite,% 8.2 Hollow metal doors 8.3 Asphaltic Concrete paving 8.4 Cleanup r r r r r r I'STRUR. 'IQ1S TO gIDDGS 1. Sealed bids for the construction of a 2 Million Gallon Reservoir will be received by the City Council, Renton, Washington, r.t the City Nall until 8:00 P.N., Much 22, 1460, The envelope containing the bit shall be plainly marked on the outside as "Bid on 2 MG Reser,,ir, Project 11-24" and with the name aid address of the bidder. Bach bid shall be accanpahied by a certifies check, or bid bond by a reliable surety company, made payable to the City Treasurer, Renton, Washington, in an amount not less than 5% of the anount of the bid. (71ecks will be returned to the unsuccessful bid' rs immediately ae"er 1 decision as to award of the :ontract. The check of the successful hidder will be returned provided he enters r into a contract and provides a satisfactory performance bond for the full az^, unt of the contract within tm days after notification of award. 3. Bids shall be submitted on the forms enclosed herewith. Tha work to be clone is shown on the plans and described in the specifications. Quantities are understood to be approximate. Final payment will be based on field measurement of actual quantities. Attention is invited to the "Measure- ment and Payment" section of the specifications which defines the work to be included under each bid item acid the basis for measurement. 4. 71ne bid price shall be stated in terms of the units indicated and as total amount. in the event of errors, the unit price will govern, Illegible figures will invalidate the bid. S. The right is reserved to reject any or alt bids and to waive informalities if it is deemed advantageous to City to .lo so. 6. Bid proposals shall state the time of beginning work and the time of completion. 7, The State Sales Tax of 4% of the amounts bid shall be stated separately. Tax free items shall not be included in the tax computations and shall De identified on the bid, or in an accompanying latter, F. -Note that the successful bidder is required to submit for approval: Names of major subcontractors, fabrication drawings, and other items as stated in the Specifications. 4. Payment for the work will be in cash and will be based on monthly estimates of the work rnnpleted. r r 5312-C 1n PkOS'BAL ;AX1,LT '444 me 11mosarla Wt'r en: L 4:it1' nt nr,•t9n ttasktesl sr. [sdwtltsra.. Tka uMoni6nr.i he.rbt zest,iiea thtt 'It hul rr.ntrscl the gilts tNr r, lu ns, work awl ths+ :rc has red and th•„ovgkiy unlerstasde th• �3,ss, eV aAd conisact µpterninj tor the work. It :A turthe, u:Gerstoal the �tonstzuctioa to to PamisY eke Msterhat'w, 'lades S" egpaPea,rt :--"Mftt7 Ort or a casp]ete water Irtatws Mort as otherwise up#, ifirally statod is the pleat end apeciiieatib", and tgat the coats of tbsasae 'It t mitAe e4in the SundtWe" t •>,Laka ga?ted b"Satter. Actordrrtslt, tee undersigne� q.pro and ranpakte the Work as set fwtb, in the iwpe and at the prices M" led �a follows Lnit 1114" Qo*tl}„ wt Dsacc tiow 4rt::e Awou�t, 1. 1 Jab L.S. site ma "etk»ock 11 ± "t r'c 2. 170 c.Y, Persil :ataferced cupexete ;:ri. .�.� 3. 3.250 S.Y. 6" comrete slab 1. li fa. `ardIrr in P340 r can 8 tete a , i. 11,000 Os. 6tepttwasl steel 6. r t0 ltr. ®akearisaa .;•Pep We, !outs .... '•� y`t„�ftd f,Y, 7. 30.1" sq.ft. Alrs+imm 044"* sad roof I" .:6u:: •t• s, 1,rr.'1C Ibs. psswicatrd steel itaaa .i �.•.;51.3. 9. 550 a.7• ?" ,apksltic coscrete narin6 .a..�: ..- 10. ' ra. 61v41 kelloor Metal dtx.r With fespa iyr tr Ail. 2,70n I.f. 6" water stop in PIVI •'` r 12. -,200 i.f. Mastic filled Joint 13. 150 I.f. Install W- c,sat iron pip' 14. A I.f. Tartan t" ewt Ims pipe 15. 1 ea. Anniaat and iBstaii IC' Fat, Yalvt �. k.E. istt* ��iNtVk 6" 'S• :..�+ � :�§'. 90. nib k.t. kR k9. Owst. ��� �1°0 �• Sitts SalCt ISO 00 t. k ice~ ,oft 410-iu-.,..+""'". to ttk SOW* 18N pixie ' O4kt pvo, ZS .wrY Qi Giy4ttLi' ��fiiY + Sri t �, .s M��.�fi .. lttf dttt Lt � � ..+" u / i Co. �,tttill'td tfstta • &roes of cif �l� 1A. Date sakes 6El�R�. .^.a�ul�Ias I. Interpretation of Phrases, a. Whenever the word *(Amer* is used In this contract, it shall be dnderstooi to mean the Board of Water District Commissioners, City Council or ' lndivldual which has jurisdiction over the work and is a party to the contract. b. Whenever the word "Zngincer" is useu it shall be understood as re- fcrriny to the Engineer employed by the Owner, or his representative on the job as the case may be, tihenaver the words "directed," "permitted," "considered necessary," or words of like import are used, it shall ba understood that the direction, permission, order, etc. of the Engineer is Intended; similarly, "approval,"nntisfactory,* "acc,table" shall mean approved, satisfactory, or Acceptable to the Lncineer. c. TI.e• word "contract" will be understood to include all the terms, stipulations, and covenants contained to the Did Proposal, General Conditions, ■ Specifications, Plans and Bond. ■ d. Whenever the were "Contractor" Is used it shall mean the person(s), 1 co-partnership, or corporation who has agreed to perform th:: work covered by the contract, or to his legal represer;tntive. During the absence of the contractor, the job superintendent will be considered to he the Contractorls representative unless otherwise designated by the Contractor. ' 1I, Righ-•s and Responsibilities of the district: t. s ectiont It is autw,lly agreed that the Owner, Vxougih its agent the Engle 7 Thal] inspect the -.ork during the construrtlon to determine its acceptability, conformance to plans and specifications, quantities of work performed, and other funitlons requisite to securing a satisfactory, workaan- like job. ' The Contractor shall furnish reasonuble aid and aselstanee as rquired by the Engineer, or Inspector, for the proper Inspection of the cork and measure- ment of quantities. b 1 ht of Entr t The Amer eserves the right to construct or Install such collateral works as It nay desire during the period of this construc- tion. Suc6 work will be do ith as little hindrance or interference as possible with the Contractor. The Co...ractor agrees not to Interfere vita or prevent the performance of such work or to Blair. any extra compensation or damages by delays 1 or hindrances which may be cause:. c Channes Alt rations and Extra Work; The :.detractor agrees that the ' Owner nay Bake'suc a leer one et t may see fit in the line, grcdc, form, dimensions, plan or material of the work either before er after the beginning of construction, If such alterations diminish the quantity of the work to be done, they stall not constitute a claim for daaagcs or anticipated profits on the work that may be dispensed with. If they increase the amount of work, such increase shall be ,aid for according to the quantity actually done, and at the prices established for such work under the contract. Howev;x, If such changes make useless any work already done, or material already furnished or used in said work, the Owner shall recompense the Contractor therefor, C�nerai Con�li Lions No Work shall be regard*,, as extra work unless it is ordered in Writing by tha Engineer and vitli the anrewd price t'nr the save specified in said orler, pro- vided the price is not otherwise detcrminel by this contract. All claims for extra w,rk shall in side before the Work is started, and a statement ;lf the cost of the smac shall he made Within 10 days after completion of tine extra work. d, Dlscrcrancles and Qwissloresm It i� Eur Lher agree,; that It is the intent of flits eontraec tat ]vnr ci—must be done and all material must be tcrnished in accordance: with the best practice. In the event of any discre- pancies between to the plans and speelficati ajqthe ors, or otherwise, or Ill the ,cent. of Plans, ns, the Engineer shhaallll doubt as to s of arty portim of the contract, specifications or define Which Is intended to apply to the work, an:l the Contractor shall be r,ounl by such decision. Any work or material not. herein specified but Which ray ue fairly jr- plied as included In the rontraet, of which the Engineer shall be Jle judge, shall ;x Code or furnf shed by the Contractor without extra charge, ' e, Estimated Quantitiesi This agreement, including the plans, spect- ' material }I5, an 69L m Le, a n ended to E`.Ow clearly %1I work to be done end matzrlel to be furnished tun¢under, The VanLitles are approximate and are. to Le used only as a :axis for estimating the proiat.le cost of Ulu Work and for 'oapar ing the proposals offeral for the work the basis for p . It, is understood and agrees' that aysy ;t sh»II he the actual amount of Work !one krd the material ' fiu•n Ishehea. I. Lines -nd C,radesm Tile alignment and grade shall be as shown or the Plans, arid as st n e eld U1 the Engineer. The Contractor shall !live the Engineer duple notice 01- file ti a and plane Where the lines and grades wi I ba needed, All stakes, marks, etr., she! Any construction stakes or property 1 be carefully moved, r moo­verj by the Contractor. 4 I P party survey inners moved, removed or destroyed Mall be rcplared where required by the En,iaeer at the expense oi the Con- tractor. Securin of Franchise:. Lasements RI itsrot-N y: 'i'he bistrtct tnr the Purpose o s cons ruction agrees to secure sac cane , see easements and/or rights-of-Way as arx necessery {or the permarsesxent location�and operation of the pipe lines. The Contractor -5all be furnished copies of such agreements as affect construction operations. Me ntractor 1 agreements Of aotmaoporaryannaaturetass�urb those special permits, tions -,-- or struction, ) desirable due to conditions n: em- h. Estimates and pa ants: An estimate in writinn will be ma9e'ny the Engineer once a mver o t amount of work done and material furnished, in- the vas material delivered on tile ground to be used in the completed •ork, and of the value tlw!r*of In terms of r.he contract. The 111strict will pq file Contractor 85% of this eLtiaatmi value, and wtienever the contract shall be completed, ;last When said work end :material shall be accepts; try the City, a careful and detailed ' estimate shall be made of the value of all work and material furnished and the Contractor shall be paid for this amount within thirty-five (35) providrd, however, that claims for labor and material, taxes, damoges, royaldays, otherwise have been satisfied, ties, it -2- �i General Conditions Partial and final payments will be made in cash, I.I.D. warrants or bonds, as stated in "Information to bidders" or in "Special conditions" of the specifications. ' I. Extra Mork: If turing the performance of this contract the °ngineer shall order n v777Tngother work ,lone or materials furnished whirl, Mmot be classi- fied under the unit prices of this contract, the Contractor shall perform such work and furnish such material and shall be paid therefor the actual cost plus 15% in additiori thereto. The actual cost Is defined to include the cost of all labor, equi*.a:ent and materials necessary for the performance of the extra work, including any extra expenses incurred directly on account thereof, and also the wages of fore- men and the expenses attached to the Contractor's liability insurance covering the labor so employed. _Pquipnent rental rotes used in arriving at the actual cost shall be the preeailtng rates, or the, latest published AGC schedule of ownership -xpensc. tctual torts shall be substantiated by attaching copies of invoices, certiflea copies of rayrolls, or other documentary evidence of cost with billings for extra work. A•.l clntas or bills for extra work shall he submitted monthly for the pre- ceding period. ' No additional allowance shall be made for overhead charges, general super- intendence, general expenses, contingencies, or depreciation of eyuipncnt. ' ill. Rights and Rcsponsibilities of Contractor: ' a. Personal attention of Contractor: The Contractor shall give personal attention to the faithful prosecution anl completion of this work and shall be present either to p..rson or by duly authorized representative on the site of thi. work cord Uaril ly dui ing Its prnnress. ' b. �ontrmctorvs Address: The '.cmtraetor shall designate In his proposal an cddress to which wriRen no cos pertaining to this contract may be sent, and shall Immediately wttfy the City of any change in such address. lief-livery of such notices to the address designated shall constitute receipt by the Contractor. r.. servancc of Laws and Ordinances: The Contractor shad conform to tic requt ream s o e rant sex covering work a my State and County highways and to the state an'. local lays pertaining to this work. A. Protection a ainct Negli nee w:d damages: The Contrartor agrees dur- ing the performance o e wor o e necessary precautlons and to place proper safeguarus for the prevention of accidents, including barriers, lights, and warning signs. Thz Contractor shall take proper mewls to protect property ut:ch night be injured by why process of construction, and he shall be liable for any claims for dwages in connection with the corstruction veri_ t1henever it is necessary in the course of construction to remove or dis- turb culverts, driveways, roadways, pipe lines, or other existing improvements .hey shall be replaced to a condition equal to that existing before they were so removed or disturbed. _a General conditions ss Shell o� ded the period of(construct on,rtOvnisudn across private Jtoenetiveways and canstitute aohsd ant torthe ' People who use them. All construction operations shall be conducted In such manner as to interfere as little as possible with the noemal procedure of traffic.. Where desirable to minimize hazards or expedite traffic, or when directed by the Engineer, flagman shall m stationed to assist thu public cast the construction work, Protection Age in agrees th st ('Islas for labor and Material: The Contractor at e v 1 n eM an save arm. ess ¢ at _ isl furnished ry. or work done under this contract. It is Yurtherg agreedcla that ha ml, form ytl7 furnish the ty sat lsfectory evidence that all persons Wno have done work or fur- , niched material under this aryreement, have been duly paid for such work or material. In case such evidence is demanded and not furnished, such amount as may in the opinion of the City be necessary to meet the claims of the persons aforenentloned, ' may be withheld from the monev due the Contractor until satisfartory evidenc furnished that all liabilities have been fully discharged, e is f, rssicmment and Subletting: The Contractor agrees that he will not sublet the oresa won or t e urn s Ing Of material, and that he. will not assign by power of attorney or otherwise any portion ref' said contact unless the previous consent of the City. The granting of such consent t by he and with not !n arry wa shall y relieve the Contractor of his prime rasponsibilityforthe performance of the. work Including the work done by subcontractors, ' g�lb+.ndonment: In case the Contractor shall abandon the vorh air! fail, cr refuse,-t-o cemmen'e?G again. within ip ,lays after notification, or if he shall fail to comply with the Orders of the engineer or vitt, this agreement, then and in t that case the sureties on the bond shall be neoti,.ed and directed to complete the same. h. Time and Order of contract, _ leti One It is the meaning and intent o; thi; vn ess o erw se eren ere spec fically provided, thot the Contactor Shall be allowed to prosecute his wort; at such times In such order and in such manner as shall be.. most conducive to economy of r of precedence, ' however, that the order and the time of prosecution shall becsuehr thatotho widen shell be complete(! as a whole within the tine of eempletion .hereafter deslgnatedi Providedhtime also that when the City is having other work done, tine engineer may direct the time and manner of constructing the work under this contract so that conflict will be avoided and the various works being r!one shall be harmonized. The: 3ngineer will arrange all such work so as to avoid as far as practice`_ alp unnecessary In- convenience and expense to the parties concerned, extension of completion Civic will be granted only upon submission of a request, in writing to the Engineer statinn the condition necessitating such exten- t store, at least two weeks before the expiration of the contract time. Determination as to whether or nct an extension of time shall be granted will be at the discretion Of the Engineer, subject to approval by the City. The col-.cation time shall be as stated in the Bid Proposal. The date of the contract shah be the date the document was signed by the Contractor, but not later than ten cal�ndar days after the date of -.he Notice of Award of Contract by the City, -4- 1 ' rieneral :.ondit i ons i. Plans and 3 ecif ic,11ons .geressil+le: The Contractor will be furnished ' copies of p ans an spec ca ons an s a eep one copy of the smee constantly accessible on the Job. _ Ptotcctton of Flr.i stied or Partially Finished Morki The Contractor shall be rc.,.ms o or a n e or part al y n1 a wrc until the entl n: contrnct is completed and accepted by the Engineer. Fstimetes of partial payment shell not release the Contrnctor from such responsibility. k. Defects and Thetr Remeclig It is agreed that if the work, or an,/ part thereo , or any ma er a mug on the ground for use in the work shall he deemed by the Engineer as unsuitable or not in conformity with the specifications, the !:ontractor shall forthwith remove such material and relmild, or otherwise remedy such work, sn that it shall he in full accordance with this contract. The Contractor warrants that all material furnished, and all construction wort performed are free from defects and are correctly adjusted to perforr properly ' as a complete operating system, as set forth in plans and specifications, for n period of one year after final acceptance of the work. Any defectS in the construc- tion work performed under this contract. showing up, or discovered, within this time shall be made good by the Contractor at no expense to the District. ' 1. Sanitation: Necessary sanitation conveniences for the use of workmen on the job, proper y secluded .from public observation shall he rolstructed oral ' maintained by the Contractor. Specifications 1.0 SPECIAL CONDITIONS ' 1.1 Scope of York The work to be performed under this contract consists of the construction of a covered 2-million gallon water reservoir and associated ;rain system. The main features of the work are: Excavations and fill for the formation ' of the basin, lining with 6-inch concrete slab, reinforced concrete walls and columns, prestressed concrete girders, structural steel and open web Joi ats for the roof framing, aluminum roofing and siding, cast iron and concrete pipe for the drains. tThe details of the work to be performed are described in these specifications and in Drawings 5J12-C, sheets 1, 2, 3 and 4. ' The attached vicinity map shows the location of the work. ' 1.2 Time of CoaOleti on The 2 MG Reservoir shall be completed and ready for use not later than July 15. 1960. ' The Contractor shall schedule his cork for mininun interference with other contractors working in the reservoir area. ' 1.3 items furnished b the City The City of Renton will furnish the 30-inch and 8-inch T1.ton joint, A.S.A. Class 22, cast iron pipe. The Contractor shall furnish the fittings and the valve as shown on the drawings or described iu the specific■tiona. The City Will provide the water for construction work at no cost to the Contractor. ' 1.1 Continui t_ vi oar=, ' The existing facilities shall be protected and kept in service at all times. The tie-in to the existing reservoir drain shall be xhrdu led in advance with the hater Superintendent. Operations of valves of the existing water system shall be performed only by the Water Department personnel. ` 5312-C Specifications 2.0 SITL AND &IATIRMK 2.1 Scope The work covered by this section includes all site preparation excavation and placement of filli and the procurement, hauling, placement and compaction of suitable borrow materiala• It also covers the fine grading >f toe reservoir ' slopes and bottom and any other eartlwork not included in other sections of these specifications. The approxinate quantities of the earthwork as cxmputed from the ground contours are: ' Excavation - cu.yd. 3,500 Fill - " 3,700 Borrow _ •• 2,000 ' The above quantities are intended to be used only as a guide and do not represent tho basis either for the bid price or for payment. The Contractor shall compute his own quantities for estimating the earthwork bid price. 2.2 Line and Grade ' The Engineer will set stakes locating the principal center lines c` the reservoir and the bench marks for elevation reference and control. The Cmtroctor shall set line, grade, and slope stakes as may be necessary to define the work as shown in the drawings and as directed by the Engineer. All basic reference stakes and bench marks shall be protected from displacement by equipment or construction op,:rations. 2.3 Excavation ' Approximately the top two feet of soil it the site is a sandy loan. Below this is hardpan. Any roots, stumps, brush, vegetation, rubbish and othci organic material shall be removed from the reservoii site and disposed of. 'Lop soil Shall be stripped off to inorganic soil and piled for later slope dressing or incorporation in the fill as directed by the Engineer. A cut off trench shall he cut to a depth of two feet aloag the centerline of the embankment and back- filled with compacted clayey material prior to placing the embankment. Excavation shall be carried to the grades shown on the drawings. The method ' of Correcting over-excavation shall be as directed by the Engineer and will b - uependent on such conditions as the amount of over-excavation, type of base material, moisture conditions, etc. A uniform solid support of the lining slab is required. ' Provision shall be made daring excavation for drainage of rain and ground water to a pwnp sump and its removal to avoid excessive absorption C` moisture ' by material to be compacted in embankment. 1 5312-C ' Specifications 2.4 Fill and Borrow The construction of the embankment sha:l be made with materials from the ' vacsvation and from approved borrow sources. The fill shall be placed in 6 inch layers compacted with approved equipment ' to a minimum of 9n compaction. The material in each layer while being compacted shall contain optimum moisture for maximum density within practic_ aced able limits. Sandy materials shall be for the outer third and top ' portion of the embankment insofar as pra:tieal. Impervious materials shall be used for the care and inside portions. Borrat material is not available at the site but is obtainable within ■ two aile radius, or less. To be suitable, a sand containing sufficient fines or clay for good compaction is best. Excessive clay or organic material will not be acceptable. Rocks over 4 inches iv diameter and woody material shall be removed. Compaction shall be by multiple passes of "sheeps foot" roller, vibratory roller, or other. The Engineer shall be satisfied that the equipment proposed has enough weight and penetrating power to produce the desired compaction, Moisture shall be carefully controlled by ceasing work during rainy weather, Ay maintaining a smooth sloping s.urfa:e for drainage, and in excessively dry periods by adding sufficient water to secure compaction. Particular care shall be u.,ed to secure adequate Compaction in areas of embankment supporting girder columns and the end walls. Slopes and surfaces shall be trimmed to smooth, straight planes of the proper Slope. Surfaces to be covered with the slab shall be compact and clean of loose material. 2.5 Measurement and Payment The lump sum bid for Earthwork shall include the cost of all labor, materials and equipment for the excavation, burrow as may required.be ired. co and fine q compacted fall grading necessary for the con atruction of the reservoir and re lateA ' facilities is shown on the drawings. It shall include such other earthwork bidiitems.dental to the completion of the •ob not specifically included in other bid items. ' The basis for payment will be the limp sum price for earthwork. Specifications 3.0 DRAIN SYSTEM 3.1 Reservoir Drain The drain lines for the existing and new reservoir will be made of 30-inch cast iron pipe and 10-inch concrete pipe as shown in the drawings. The 10- inch cast iron pipe will be furnished by the City. Tne Contractor shall provide the necessary fittings to connect the piping as shown in the plans. They shall be Class 150 cast iron short radius fittings as manufactured by the Olympic Foundry Co., Seattle, or apptoved equal, and shall have mechanical joint ends for use with ASA 22 pipe unless shown otherwise. The 10-211c:: We valve shall conform to AMYA Specifications for double Jisc valves, 50 psi working pressure, cold water service. The valve shall be cast iron body, with bronze mountings, non-,uing stem counter-clockwise opening nut operated, mechanical joint ends, Iowa List 10 or approved equal. The valve shall be installed in a vertical position and equipped with a cast iron adjustable valve box as manufactured by the Olympic Foundry Co., Seattle, or equal. The box after installation shall be centered an the valve act and be vertical. The 10-inch concrete pipe and fittings shall be of dense, impervious, high strength cutrcrtte materials, well vibrated and with a smooth interior uncein- forced and shall conform to latest ASTM - C la, joints far the cant rete pipe shall be made with cement mortar. Trench shall have a uniform grade to provide support along the barrel of the pipe. Hell halts shall be provided. Trench shall be free of water until baekfilled. Selected soil, free of large rocks, Shall be tamped under the pipe t , to the springline and the pipe coveted with 12 inches of selected backfi_1 before the remainder of the backfill is placed. If moisture condi- tions wake good compaction for support impossible to obtain, the Contractor shall provide pit-run sand backfill to the middle of the pipe. Baekfi-ling of concrete pipe shall not be permitted until cement in pipe joints has completely set. ,a&RdY backfill shall not be used adjacent to the pipe which will be under the embankment of the reservoir. In this area, particular attention shall be given to securing a watertight scat along the pipe for the full trench width. Concrete cut off walls shall be provided as sheen in the drawings. The drain line from the gutter on the rmbankmnnt between the nex and the existing reservoir shall be made of o-inch concrete pipe located as shown in the plans. Materials and installation shall conform to these specifications. Connections to the existing drain line and existing storm sewer mauhcle shall ' be made in a neat workmanlike manner. 5312-C Specifications 3.2 Subdrain ' idr to collect the leakage from the in the reservoir shall be installed as tbewtt in the ticamings. Un the perimeter and along the East-West center ine o= bottom the sutd rains sha C4 oll be made of 6-in.> 1..rn tile conforming to latest ASTM - f a t7pe alproved by the Engineer, installed 1• wi-6 th open joints in a " trench and backfilled with clean durable 3/81• minus th gravel. Joints Of plain end tile shall be loosely wrapped with a 4-inch strip of tar paper to exclude gravel. The top of the gravel shall be covered with tar or building Paper to prevent grout leakage from the concrete slab pour. The connect on from the North-East corner of the reservoir to manhole No, 1 shall be made of ' 6-inch concrete aewer pipe. Materials and installation of the o-inch concrete pipe shall be as specified in paragraph 3.1. 3,- French Drains French drains shall be constructed on the inside slope at the locations shown in the plans and shall extend 15 feet up from the bottom subdrain. The trench of 1 x lfoot cross sections shall be filled with clean, durable 3/8" minus pea ' gravel. The top of the gravel shall be covered with tar or b p Prevent grout leakage from the concrete slab pour. uildingaper to 3.4Overflow The overflow from the new reservoir shall be made of 8-inch cast iron pipe from the overflow intake to the 10-inch reservoir drain line.installations shall be as specified in paragraph 3.1, Materials and 33.5�Manholes ' Manholes shall be constructed to the dimensions shown in the plane. be either precast concrete or bust in place. hey may ' Precast manholes shall be fab .cated by a recognized, dependable manufacturer and approved by the Engineer. Quality of materials and accessories shall be at least equal to built-in place structures as specified below. r Tne manhole shall be built of solid concrete blocks shaped to the cornet radius at , placed on a poured concrete base. The base shall 7e provided with ' channels directing the flow formed by laying half rile in the concrete or by breaks n, •ut the top half of a full tile after the concrete is sufficiently set. channel rOpO" inverts shall be finished smooth and jumtions shall °tA1)' Joints between wall blocks shall be completely filled with pecified in Section 4.U. mortar containing one part cemt he as s of and two parts Send. All concrete work shall ' Walls Mall be plumb and to a true radius. Backfill around manholes shall be placed symaetrically on all sides and ell compacted in 8-inch layers. 5312-C ' Specifications .1.6 Measurement and Payment The bid prices for 8-inch and 10-inch cast iron pipe shall include the costs of the work described in the specifications bove and in the drawings, except only the pipe to be furnished by the City. It shall also include the concrete ' for the cut off walls. The basis for payment will he the measured lineal feet of pipe of each classification in place. Measurement will include the length of fittings ' and valve. The bid price for 10-inch gate valve shall include only the extra costs above those included in the 10-inch cast iron pipe price. It shall include also the valve box. 1 The basis for payment shall be the number of 10-inch valves installed. The bid prices for 6-inch and 10-inch concre a pipe shall include the cost of furnishing and installing the pipe, joint materials, fittings, connection to ' existing drain and manhole, trenching and backfilling and everything else necessary to complete the work as specified in the above paragraphs and shown in the drawings. ' The basis for paynes:t will be the measured length of pipe of each classifica- tion in place. ' The bid price for 6-inch open rAnt drain tile shall include the costs of furnishing and installing the tile, the joint materials, the trenching, the furnishing and placing of the pea gravel and the building paper protection, ' The basis for payment will be the measured length of 6-inch drain completed according to the drawings and the specifications. 1 The bid price for 1 x 1 French drains shall include the cost of trench excavation, the furnishing and placing of the pea gravel and th- building paper protection. The basis for payment will be the measured length of Frenc[ drains compleced. The bid prices for manholes shall include the cost of labor, materials and equipment for excavating and building the manholes, including cover frame, cover, rungs autl concrete bottom. The bid prices shall be for complete manholes approximately a and 14 feet respectively. Payment will be based .)n the number of nwnholes. ' 5312-C r Specifications 4.0 RBJNFORCED CONCRETE r4.1 Scoot The Work covered by this section of the specifications includes all concrete for curb and end walls, columns and column footings, girder supports at the beams, overflow structure, inlet-outlet block, bottoms and interior $lope slabs, bottom oia gutter and steps. Water seal „oints and miscellaneous embedded steel items are also included. 4.2 Materials rConcrete; Portland cement concrete shall be Proportioned with not sacks of cement per cubic yard, leas than The concrete for the slabs shall be mixed with an approved admixture to entrain 1% of air. Aggregates shall be clean, hard and free of weak or deleterious particles, Coarse and fine aggregates shall be proportioned to secure a plastic workable mix with 4_inch slump maximum. The concrete shall have a compressure strength of not less than 3,000 psi at 28 days. iOne set of three cylinders will be taken by the Engineer from each days' pour or for every SO cubic yards of placed concrete for tes`'nq conformance to these requirements. Any coot rete found deficient must be rr,.wed and replaced with out cost to the City. Reinfo rein : The reinforcing steel shall be intermediate or hard grade bars deformed accordance with ASTM-A 305. The steel mesh for the slabs shall be 4 x 4 No. 4 wire welded in accordance with ASTM-ALBS. Minimum lap for reinforcing bars shall be 24 diameters but not less than 12 inches. r for steel mesh shall be 4 inches minimum. liars shall be securely tasOverlap B in place and at the designated sparing. The Contractor shall submit plating drawings for the reinforcing steel showing dimensions, bar shcedules and bending details for the a accordance with the A,C.J pproval of the Engineer. Details shall be in . Code. 4.3 Plac inq and Finishing Concrete r Forms shall be of strong material firmly braced and supported, true to lint and grade as shown in the drawings and tight to prevent loss of grout. Surfaces that will be per exposed shall be formed with 3/4-inch Plywood Chamfer all corners with beveled strips. Any excess excavation underneath footings rhall be filled with lean concrete to the proper grade. All water shall be removed from the excavation before placing concrete. Forms shall be clean and reinforcing steel shall be free from rust, scale and oil. No concrete shall be placed without prior approval of the forms and of the reinforcing by the Engineer. Concrete shall be placed in forms without segregation and vit+r►ted with mechanical vibrators. 5312-C Specifications i4,3 Placing and Finishing Concrete contd. Newly placed concrete shall be protected against damage and properly cured. Remove forms after concrete has properly set. Remove below grade forma before backfilling, Cut ties I inch back of the finished surfaces and ti P". ;steh and finish surface pits, grav 1 pockets, form mark! and any other defect as directed by the Engineer. Slabs to be monolithic finish, steel troweled to a hard, dense, smooth surface. Slope bottom slabs to the central gutter as shown on the plans. IConstruction joints shall be located as shown on the drawings. Construction joints in the end walls shall have shear keys and vertical joints shall be finished with V edges. No continuous concrete pour shall extend more than 40 feet without placement of ■ construction joint. Concrete for the slabs shall be poured first in the panels between columns. Concrete in the column strips shall be placed later in order to reduce shrinkage cracks. 4.4 Slab joints Joints for the bottom and slope Slabs shall be located as shown on the drawings. The joint at the top of the slope slab shall be filled with approved sealing compound. The joint at the foot of the slope shall have a 6-inch Mui•i-Seal water stop as manufactured by Tecon Products, Inc., Seattle, with approved prefotmed tar impregnated felt filler and sealing compound. All other slab joints shall have a 6•inch Multi seal (later stop as detailed in the drawings. The Polyvinylcbloride plastic strips shall be welded into one continuous piece including junctions at slab corners. Details of installation shall be strictly in accordance with manufacturers recommendations. Special care shall be given to placement and vibration of conrete at the joints to prevent air entrapment, voids, and grout leakage, and to secure a water tight seal. Where the slabs are placed above or in contact with other concrete structure, cover concrete surfaces with a heavv cost of tar or approved bituminous paint to prevent bond, j4.3 Miscellaneous Embedded Steel Items ' Steel plates 6" x g" x 1/9" thick with 1/2-inch round har anchors shall be set at the top of the end walls for supporting and connecting the roof purlins as shown in the drawings. 4,6 Measurement and Paymnt The bid price for fotmed reinforced concrete shall include the costs of excavation, form work, reinforcing stetl, conectte, stripping, finishing, cuting, bsckfill and Protection and every other accessory necessary to complete the concrete wotk in a workmanlike and satisfactory way. The basis for payment will be the computed cubic yards of concrete in place to the dimensions shown on the plans or subsequent modifications thereof. r531 -4' r rSpecifications 4.6 Measurement and Payment cuntd. The bid price I 6-inch concrete slab shall include the costs of subgrade preparation ann .:��stton, orm work, tar coating, reinforcing rteel and steel mesh, eonct:.�e, finishing, stripping, curing, protection of the finished rslab, and shall also include the costs of the concrete steps and bottom gutter. rha basis for payment will be the computed square yards of concrete slab in Place to the dimensions shorn in the plans. rThe bid prices for 6" water stop and mastic filled hints shall include all labor, material and equipment necessary or the comp let on of the lab in a workmanlike and satisfactory way. Payment will be based on the linear feet of each classification cempleted. The embedded steel items will be Paid on the basis of the weight in pounds r of the it eau installed at the hid price for fabricated steel items. r 1 r r r r 1 i r r `.pecifieations 5.0 PRESTRESSFI) M4CRETE GIRDERS t5.1 Materials Precast, prestressed concrete shall have a minimum compressive strength of 6000 p.s.i. at 28 days and of 4800 p.s.i. at the transfer of the prestress. The concrete shall have a unit weight not greater than 150 p.c.f. Prestressing ' steel shall be JA inch seven-wire, cable strands, uncoated and stress relieved with a minimum ultimatetensile strength of 250,000 p.s.i. and a yield point of 80% of the ultimate. The 3/8-inch strands shall have a net area of ' 0.0799 square inches and Mal- conform to ASTM-A416. Unprestressed reinforcing steel shall be intermediate or hand grade bars deformed in accordance with ASTM-A305 Bearing pads shall be installed at et supports and shall be Neoprene Rubber 3/4-inch thick as suppled by kunz Company or approved equal. ' 5.2 Fabrication The girders shall be fabricated in a qualified plant having previous experience on structures of comparable size. Fabrication drawings shall be submitted for the approval of the Ensincer. The drawings shall show all the structural features of the girders, the method of prestressing, the details of the hold down devices, the strand release sequence, the steel inserts and the lifting loops. They shall also show ' the size, location and number of strands and the harping points. All 3/8-inch strands shall receive an initial lacking force of 14.000 lbs. per strand. e Steel plates 3/8 inch thict for fastening to purlins shall be set on the girders extrados as shown is the drawings. The release of individual strands shall be staggered so as to produ=e a 1 minimum of tensile stress in t!,e concrete. All strands shall be cut flush with the girder endn.. Add 0.008 inch per foot on length of the girders to compensate for the shortening due to prestress and shrinkage. 1 Lifting loops provided at the ends of the girders shall be of the same sire, material and strength as prestressing strands. They shall have a lifting angle of 459 minimum and shall extend to within 3 inches clear of the bottom of the girder. ' The sire of the girders shall `.. as shown in the drawings with cross section dimensional tolerances of 2 I,- inch, length tolerance - 1/4 iucn, camber tolerance _ 1/4 inch of the design camber. Applicable parts of Section 4.0 of these specifications shall govern. inspection by the Engineer of the plant, materials and workmanship, before and during fabrication of the girders is required. The Contractor shall give proper notice and allow full facilities for this inspection. ' 5312-C Specifications 5.3 Brection shall means,of the lifting loops. After rinstalling the ight sitionarubN tieaa and lifted by coluar's and on the supports at the berm.the girders shall bearing pads on the Posit to line and plumb. The steel bars at the end of the girders halllbee tiedue to the reinforcing steel projec tiny from the supporting structure and then grouted in place as shown in the drawings w Section 4.0. ith concrete •s Specified in 5.4 Measurement and d�pa�Oe�t ' The bid price for prestressed concrete girders shall include the cost of all labor, materials and equipment for the fabrication and erection of the girders, .including steel inserts, bearing pads, steel connection and in place grouting. The basis for payment will be the number of girders in place. 1 t t■� ■ 5}71-� Specifications 6.0 STRUCTURAL STEEL AND OPEu WES JOISTS 6.1 Materials All structural steel shall conform to ASTM-A7 for structural grade. Open web joists shall be Behtlehem 14S6 as fabricated ts, Arc Welding Manufacturing Co., Seattle, or approved equal, and shall conform to the Steel Joist Institute requirements. Arc welding electrodes shall conform to the .American Welding Society Specification's latest edition. 6.2 Fabrication Shop drawings shall be submitted for the approval of the Engineer. Shop drawings shall give all the necessary information and details for the fabrication, erection, and finishing of the structural steel members and open web joists and shall be based or A.I.S.C. Specifications. Shop connections shall be welded. Structural steel members shall receive one coat of red lead-linseed oil primer paint in the shop. After erection they shall be tourhed up as required and ' receive a second coat of tht same paint. Open web joists shall be hot dip zinc galvanized as per Seattle City Light Company standards for structural steel. Material and workmanship at all times shall be subject to the inspection of the Engineer. The Contractor shall give proper notice and allow full facilities for this inspection. 1 6.3 Erection Handling and erection shall conform to the A.I.S.C. specifications and co,ie of standard practice for the structural steel members and to the Steel j ,ist Institute requirements for the open web joists. ' Ridge and cave roof members shall be connected to the concrete girders by mrans of steel plate hangers, fabricated and installed as shown in the dtawir.gs. Open web joists shall be welded to the steel bearing plates set on the girders and in the end walls. Bridging shall consist of continuous ' horizontal 1/2-inch round bars, one bar at top chord and one bar at bottom chord, attached by welding or by approved clamps, on three lines located at the 1/4 points of the span. ' Touch up all abrasions of galvanized surfaces with approved zinc chromate primer and paint. ' 6.4 Measurement and P:ymrnt The bid price for the structural steel shall include the cost of all labor ' material and equipment or t e a rtcat ion and erection of the steel members other than the open web joists. It shall include shop and field welding, Painting, anchors setting and grouting as required. The basis for payment will be the calculated weight in pounds of steel in place conforming to the plans and specifications. 5312-C 1 Specifications r6.4 Measurement and Payment contd. r The bid price for the open web foists shall include the cost of all labor, material and equipment or the abrication and erection of the joists. It shall include shop and field welding, galvanizing, outriggers and bridging. r The basis :ir payment will be the calculated weight in pounds of the open web ioists in place conforming to the plans and specifications. r The steel plate hangers will be paid on the basis of their weight in pounds at the bid price for fabricated steel items. r r r r r r r r r r r r ipecifications 7.0 ROOFING AND SIDING 7.1 4$terials Aluminum roofing ant :siding shall be Alcoa V-Bean 4-7/8" pitch x 1-3/4" depth x 41-1/8" width, O.N,)" thick, stucco finish, natural color, lh lengths indicated in the drawings. Flashing shall be formed with flat industrial Aluminum sheets 0.040 inch thick, stucco finish natural color Perforated flashing shall be formed with aluminum perforated sheets, 0.024 inch thick, stucco finish, natural color. Closures shall be preformed rubber I inch thick as manufae tured bV Fabricated Products Company, West Newton, Pennsylvania, or approved equa: Fasteners for securing aluminum roofing and siding to the ;truetural sopports shall be Type 305 stainless steel self-tapping screws, No. 14 x 1 inch with hex, head Type "g" and 5/8 iscL O-D. coapos!te aluminum and neoprene washer, Fasteners for side laps and for securing flashing shall be aluminum sh^et ' metal screws No. 12 x 3/4 inch, slotted panhead Type "A". Where fastening to concrete is required, expansion shields shall be used. fAll materials shall be approved by the Engineer. ' 7.2 Fabrication and Installation End laps for roofing shveti .g shall be 4-inch,side laps shall be one corrugation. Flashing side laps shall be 4 inches minimum. Shop drawings giving all necessary information for the fabrication and erection of the roofing, siding, and flashing shall be submitted to the Engineer for approval. Aluminum sheets shall be stored on end in A dry place to avoid condensation. t They shall be kept clean of materials which might cause stainirg su. h As mud, concrete, cement, lime and strong chemicals. Fasteners to structural supports shall be At every valley for sheet end ' supports and at every other V valley for intermediate supports. Siding and flashing fasteners shall be at 12-inch maximum spacing. Formed flashing shall have a minimum bend radius of 1/16 inch. ' All aluminum surfaces in contact with concrete shall be back painted with a hesvv coat of approvtd bituminous paint . Keep aluminum from direct contact ' with ungalvanized structural steel by an approvedl caulking compound or an asphalt impregnated tape. Rubber closures shall be installed wherever required to prevent bards and animals from entering the reservoir. ' 7.3 Neasuremeut and Pavment The bid price for aluminum siding and rooting shall include the cost o: all labor, materials and equipment for the fabrication and inatallation. It shall ' include flashing, fasteners, closures, painting,caulking and every other accessory necessary to complete the job in a workmanlike and satisfactory way. The basis for payment will be the computed square feet of aluminum siding and roofing measured in place. 5.ia-C 1 1 specifications 1 g.e �usi:Elureot!s 8.1 Fabricated Steel Item 1 This paragraph covers all fabricated steel it.,as such as bearing plates, hangers, inlet-outlet screen, etc. 1 Steel items shall be accurately and neatly fitted and exposed welds ground smooth. Steel to be cleaned of foreign substances and given one heavy coat 1 of approved (rimer in the strop. After installation torch up shop coat and finish with a arccnd cm% of the acme primer or two coats of oil paint. No paint is required for item to be embedded in concrete. 1 The bid price .or this item will be applied to all steel items not specifically included in any other bid item and shall include all coats of labor, equipment, steel and accessory material such as fasteners, bolts, galvanized mesh, paint, 1 etc. The basis for payment will be the weight of each item completed in place according to drawings and specification, 1 8.2 Hollow Metal Doors ' A b• x s', 1-3/4" hollow metal swing double door, flush type, shall be icstalled at each end wall of the reservoir as shown in the drawings. The door frames set in the concrete wall shall be made of 8-inch steel channel with 1/2• inch anchors at 2 foot O.C. and 1" x 5/8" steel door stop. The doors shall be as manufactured by Fenestra Inc. , Detroit, Michigan, or 1 approved equal. Hariware shall be bronze US26D finish and shall include 1-1/2 oair V x 4-1/2' 1 ninges per leaf, to;; and bottom bolts for inactive leaf, tee latch and padlock hasp 1 Doors shall receive one shop coat of baked-on metallic primer and two finish coats cf approved paint. Doors to be set plumb, square and true, and adjusted to operate perfectly. 1 The bid price for this item shall include all costs of labor, materials and equipment necessary for the fabrication W, installation of the doors. It shall include the steel Crane, the hardware and the painting. 1 The basis f'r payment will be the number of doors installed. 1 1 5312-C Specifications 8.3 Asphaltic Cote rete Gutter Paving The embankment between the existing and the new reservoir shall be graded and sloped to a central gutter as shown in the drawings and paved with 2 inches of tat mixed, trot laid asphaltic concrete. An asphaltic cox rete gutter shall also be con,.tructed on north side of the reservoir. ,he asphaltic concrete mixture, and placing, shall conform to State Highway Department Specifications for Type 1-1. The material shall be compacted by rolling while hot, with addition or removal of material as necesary to obtain a smooth draining surface. ' The gutters shall slope to a precast concrete catch basin approximately 24" x 24" x 24" with a cast iron grating top an! connected to the drain line a4 shown on the plan. ' The price bid for 2-inch Asphaltic Cnnc re to Paving shall include the costs of the work described in Da ragreph A.3 exceDt the drain lines. The basis for paymert shall be the square yardage of paving actually placed. 8.4 Cleanup At the completion of the work before final acceptance by the City, the reservoir shall be cleaned and thoroughly gashed down with a solution containing 50 parts per million of chlorine. The Con-raptor shall remove all materials and equipment from the reservoir area and dispose of all trash and debris outside the fenced site. The reservoir area shall graded to a smooth, neat surface. Cleanup shall also be defined to include the furnishing of satisfactory evidence that bills for materials and labor, and that claims of the Tax Division and the Department of labor and Industry have been satisfied. r.� THIS AGRE?'MiT, A and entered into this ZZ�di^ + s0 15, _,, by and between THE CITY OF REVr H, Washington, a mun4,.1,41 corporation s, e, lasaw�h s�� (IfW:�inafter referred to as "City* and , hereinafter referred to as "Contractor," W I T H E S S E T H; 1. That the Contractor shall perform within the time stipula-ed, to.witl era' howand eta 0") to complete construction within calendar de,ie from date of execution hereof as rewired by contract, of which this agrwrr T%t is a coaponet part and everything required to be performed, and Contractor shall provide and furnish any and all of the labor, materials, tools, equlpment, utility and trsnsportation se=n•ices necessary to perform the contract, avid y complete sere in a workmanlike manner and all '.h.e conetruxtion work ecrvered by a oweaIlliaa the contract in connection with the construction and improvement cf yells" (1,000.000) reseewelr as apeeni" in Jaes■aato YsasleAIM and all the fo^- going in strict conformity with the plans and apecficatinns, including any and all addenda issued by tl!e City, with the other documents hereinafter emu:sratad. It is agreed and stipulated that said labor, rurter. ials, tools, equipment and services shall be furnished and the contract per. formed and corpleted under the direction of and subject to tie approval of the City art,' , its authorised representative. 2. The contract entered into by the acceptance of the Contractor's bid and the signing of this agreement consists of the following documents, all of which are coronet parts of said contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: a) This akraement + ` )) Inetrsction to bidders (c) Bid proposal (d) General conditions (e Specff!'catiome (f Maps and plans 11' (g) Bid 'I I (h) Advertisement for bids (I" Special contract provisions, if any 3. If the Contractor refuses or fails to prosecute the, work or any part thereof, with such diligence as will insure its completion within the time specified inthis contract, or any extension in writing thereof, or fails to complete said work withir such time, or I.e the Contracts- shall be adjudged a baNcvpt, or if he should -eke a general asaignment for the benefit of his creditora, or if a receiver shalt be appointed on account of the Contractor0a insolvency, or if he or any of his sub-contractors should violate any of the provisions of this contract, the City may then serve written notice upon him and his surety of its intention tc '.erminate this contract, such notice to contain the reasons for such intention to terminate the contract, and unless within ten (10) days the serving .,£ such notice.Itch violation or non. compliance of a.v provision, of the contract shall cases and satisfactory arrangement for the correction thereof be made, this eunt,_t, aball. upon the expiration of said ten (10) day period, ceare and determine in every re ape et. In the event of any Such termination., the City shall immediately serve written notice thereof upon the surety and the Contractor and the Surety anall have the right to t.eke over and perform the contract, provided however, that if the surety, within fifteen (15) days after the serving upon it of such notice of termination does not perform the contract or does not commence performance thereof within thirty (30 days from the date of serving Such noti.r_, the. City itself may Like over the work under the contract and prosecute the same to co pleticn by con- tract or by any other method it may deem advisable, for the account and at the sole expense of the Contractor, and his surety shall be liable tc the City for sty excess cost or other damages occasioned the City thereby, and In Sanh event the City may, without liability for so doing, take possessiml :, and utilise in completing said contract such materiaie, applicances, plants and other properties belonging to the Contractor as may be on nits of tl.e project and necessary therefor. 4. The foregoing provisions are in additixi to and not in limitation of any other rights or reriedies available to the City. 5. The Contractor shall hold and Save the City and its officers, agent, servants and enploysea harmleas from any and all liability of any nrture or kind, ir.,'_ading all costs and legal expenses, for, or on account of any pat. anted or unpatented invention, prooees, article, 'r appliance manufactured for use in the performance of the contract., includls_F to use to the City, unless otherwise Specifically stipulated in this Contract. 6. Any notice from one party to the other party under contract shall be in writing and shall be dated and signed by the party g.•-ing Such notice or by its duly authorised representative of such party. Any such notice as here- tofore Specified shall be by nerscmal delivery thereof or by depositing Same In the United States Mail, postage prepaid and registered. 7. The Contractor shall CorSmnce performance of the contract on the _LL�� of _Jaa'La , 19.y.2 and shall complete the full performance of the contract nct later than w y@dVy xis (I@$) calendar etys $tom this eenttset. M"dats of/MMMONOWN6. Far each and every day Of delay after the date of completion, it is hereby stipulated and agreed that the danages to the City occasioned ty Bald delay will be the sum of an pal lace (iloo.a) ter py as liquidated damages for each Such day, to be paid by Contractor 2 - unto the City. f,. Neither the final certificate of payment nor any provision in the contract nor partial or entire use of any inetallatim provided for by this contract by the City shall constitute an acxptance of work not done in accord- ance with the contract or rell� ee the Contractor of liability in rvsperot to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other .mrk resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed def'erte as heretofore specified with reasonable promptness after discovery thereof. 9. The Contractor and each sub-oantractcr, if any, shall submit to the City such. schedules of quantities and costs, orogress schedules, payrolls, reports, eatimates, records and miscellaneous data pertaining to the contract as may be r_gseeted by the City from time to time. 10. The Contractor shall furnish a surety bond or bands as seou.-ity for the faithful performance of the contract, including the pay-. nt of all persons performing labor on the construction project under this contract and fbrnishing of materials in connection with this contract. The surety or s,reties on such bond or bond0 moat be a duly licensed surety company. 11. The total amount ri *his contract is the sum of QN Lrdrad Taree 10ess" rlw raMlM MLsty..8err Dellars tarty Quea (�lq,lN.dY) which includss Washington state se.les tan. Payments will be node unto Contractor as speci. fied in the "general conditions" of this cortra�t. IN WITNESS WHEREOF, the C"ty has caused these presents to be signed by its Mayor and atteaved by its City Clerk and the Contractor has hereurtr set his hand and seal the day and year first above written. THE CM OF HENTON Attests City ciark G. A. IfIfOMI 00NrrtP9r= CID. sy Parerr _r -u Pre-M3z Concrete Conforeing to The Seattle Building Cod, Job Loral A'LOi1.C1LS--:.d,LES R«HA... nit ilc*..E—Aar. ..- Job Location Renton 'da Permit No. TBF. JNIlMIG!fm C*sufi OF PPS ovN P.rspon iu-N C:4TIFI&^. that the pro-mixed concrete listed balm and delivered to the above location conforms to the requirements or the Seattle Building Code as to quality of materialr, trading of agpregatea, proportion, of niz and time o: mdxing ae Set fOPth In Chapter 26.and Table 2&A,. Cement Type of C>i Tds. cur..s oar pd- ) Lsaent k ra-au 1,1W Admizbne 5 5-sk. I 7/R 3e Wane S�n-tit � I' cri'j*d and sv-rn before u., thie Lay Titre '�= _'ID— .. COMPOW c . Address P.O, -OX 295, .saple Valley `�_ Date Aot+w�i'ITi_' r- a •x-.�sa,pr�f►llu ;fit . �........ - : ,,�.w %w"ja urn.. " / attT 44won. i� d �s **Jim DM.rM F +tiFf �tTI �i i sP/ i10C Yr Ys" 1 y, r++y'tr fR ,sue stttq 41r 1 bM i lr11064 �1�tY prsrlMr%b si Mri16 w Cfy'6LW.6, &s1er '' El+y i'bsitltV �M,:1R w N ,5 AFFILAVIT Or Cn 'F^UANCi TO AN^l-KIC3hACK pFCVISI"•\S State of ... ?I ' s County of J Pity sifnina affidavit)_ f!n "eing duly scorn, d,. ?ep,se are sav: -. A, I ra by ^r a ervlse the payment of the Perrone emploved by 41- t (Contractor )r tube ant sac' )r) on the vork; that euring the payroll period "Imencing in t"e day of r �{ , IQ and ending the 1 l e day of"-1"T `�-r--- all persons employe? on sa;d prnlect have "een paid the full vepuly mare, earned, thr• 1, re"e,Pr "aye "een or n111 AP mad eithe�r/'directly or indirectly t > or nn behalf of said (contractnr or suhcnntractor) fmn t"e full reedy r,res Parnee }y ',iv person and t*•at no deductims "eve 'eon Wade either dtrec,ly or ineirectl" fnm t"e full r.eekly wakes Pnr+ed "v anv per-n, other tan per+tssihle deductions, ns defined in the regulat.t,ns under t"e "'<Ick-Hack" Act (AB Stat. 9L'+) and descrlhPd Teloa: (Paravraph descri),ine deductions, if any) ?'.T -ci .$ MY- Signatu and yttle --'°'�"i1 worm to t,efore me this �dev of RICHARD E. WOLFF 4-417 r-- Itel SMITH TOWER . SEATTLE 4, WASH. MAIN Z-0 4 May 2. IV*(, She Honorable mayor and Councii City of Woton bshingtun raw"34, un "Ilk ao. 1 t M MURVOtk - P*JJBCT 111-24 Contractor# O.R. Lei.chaer Coast. Co. 9201 - 12tu Aral 1,a M.w. Seattle 7, Ltnskdatton item await unit Unit _Q ton_ SCO"Pi- trice Amount 1, l ,job L.S. Site and earthanrt So% 3.773.00 L2,es7.30 ]. 270 C.T. roomed reinforced cmcrcte 3% 33.00 742.30 3. 11h l.f. Install 10- cast iron pipe lad% 3.70 775.20 4. 20 1.1. Install S" cast Ernst pipe 1001 9.00 1s0.00 3. 1 sash tarnish and install icr rote Valve 100% 190.00 190.00 C. 780 l.f. Purniah and Lostell 1LT concrate pipe ion 4.00 3,120.00 7. 120 l.f. Furnish and install 6^ cmerote pipe Ioc3 4.23 51C.00 8. 1 Cacti 14- manhole 75% 400.00 300.00 v• 1 ear.h 8' manhole 3LM1 300.00 1 a—w Vol" of mark completfd 38,833.20 State $a'ea Tax 4% 334.21 Tctel Amount f9.200.41 Lcss ISI retelaed 1.381.41 Payment duo contractor $7 fa (jo I ro / , Consultihit Snxineer ►lay 9, 19tA S*Wrsble MsYsr Joe R. Nexter and Yeebsxs of the City COWKil Gentla Imp nw Attached hereto is Satiswte No. 1 f:r row} c. .leted on the trro s1111on gallon roeervotr - :.f3r Work k C by G. R. uisc hoer CoM&'wwction :fie Value -f work eospleted $8,055.20 State Sales Tax !Y Total Amount NM 21 �+ Less 15% rorelned S9M-dal lraysent due Contractor S7,M.00 The Utilities deyrtmnnt has tre4kad the •tleehad eetleste and rsaosaends payment of astisats 41. Yours very truly, K. Schroeder S%uperintandent of utilities *ISwar Attw 1 V ! °� V �I x 14'C.Z TO& L.L.M... CITY Of RENTON UTILITIES DEPARTMENT �//CL�/L.4NG�3 PEs. s/rN cN. Dare sH r a I�y�L91 11I'mFp. WE fr1® R :• Y Sr`or >rr9 I I T�dt 7 f- dx ,� T'd} t. 7�'f� �F_'i' .../A_'+Y�liv✓ !%-IX'-fe uLit G-,n-dts,..x ddd T-r{ ( L Y x i f iii.r{w„ f Maur 84 ra a i iryp 1•' T-{( ��--t Icy HL-P,A)1-M 6 le f I` d 0 i �z+� taee nl. 0- m I N C 0 1 C S ?M $MTN AV&" KW. .e, NAME 7. WASH _NORTH AMERICAN INSPECTION G TESTING 31 "ny '1'1 PrOJ"tl 8lgalima 'eater Tank Rent". Aaahin`toa City of Rental Water ,Department e% P.irhard E. Wolff, -agineer 8aith TOaer Seattle, ushingtaa 563-6J flsid1W inspeetieo i jobsita hra, a 14.0U e1e.00 Pick up of syiindas on the follosit&,� datea, aq 18, 24 4 31 - total of 6 bra. a 56,00/hr. 36.00 Co"assion tests or, ennerets test syliafars to per ot• Lertlfioats No. 0809 3 N 113.00 ea. A" Total 063.00 ie f f 4S a RICHARD E. WOLFF im,Swint, 10M41 . S4[TU 4 WMM 4Nn f-aMt The Rleaarable motor am. Council Ju-w 1. 19W City of Renton Mashiest oa PROGRESS R3TI161T0 NO. 2 2 RIG Rs52A70IR - PRO.MT a-24 watractort G. A. Laisrhwor Qom9tructioa Coagaq 0201 - 12th Avenue R.w. aeattlt 7, moahinstoa Item qm?-tit Limit Description = Welt f osplelo race A`aat 1 1 Job L.S. Site %ad earthwork 73 $3.773.00 90,331,23 1 122 c.y. pormad reinforced coacretr lop 35.00 6.710.00 3 11. 134 lbs. Structure: steel Lou 0.27 4.613.16 11 2.7t10 l.t. b" wator stop in place SO 0.37 1,014.3-3 13 130 l.f. Install 10" caat iron pip, 1W 3.70 sss.00 lc 30 l.f. Install 8" cast tron pipe 30 9 04 2ss 00 13 1 ea. Pumiab and inetall 30" seta Val" 1W 190,t10 190,t1U 16 780 l.f. pweeish and install 10" Cw xwte pipe 100 4.00 ,tau.0,. 17 630 1.f, purnish and install 0"0.3. drain tilt 73 1.30 633.73 is 200 1.(. Puraish son inatell 6" coal rate pipe 1t10 4.23 030.00 20 1 ea. 14• yohole 100 400.00 400.00 11 1 ra. .,I msMci- 1W 300.00 300.00 value of work coapleteo State Salts Taa 4% $21.442.68 937.71 Total Atmtn" 524,3A0.39 Leos 13% retained 4 taeaat due Coatractoi .i20,636$7.33 39 Less preeioua pay,,l 7.3ao.uo payawat due t:ootreetur 812.493.33 ems! R. ti, eolfc "� Lonsultins Regime, Jww , tnso ItaeOS'•blr bt m prow. ...!w t aM ftebee• of the '.1ty Caail IV, kvi• MU;to' Mr,tn IS Cstirte WA .:. far C�Ylrtad Le tFr' l t;w-t,r •z, , j,'t 'tw^.i•�rplte• Proloet W-34 by r,. &.Lrfabhrl�r :rai�:>:�:c� '�b . '.. ''eY• vaaw of anpla•t ap State• ''•a1aoray a^' 3w"3iR.R:t•bB roul ODUMLoft k*ujnr': 3 6 tu•wnt Joe 4iMLtrftttWP =?aa -'!eyl xa *,"rlt JlyR'nt U"y ';Atttar The L'tllltiob deprrtty::it 'tea eAeeketl Uw :etarbro..•ottrt• and aaooiroawM raymnt of `otlamt, °awr'a Mnl1 'sAyq v.H.8bbrowt7 sR'erlatan'Mt of s�/r I N V 0 I C S 7M M M AV6*A KW. r SFAM 7, WAM. — i NORTH AMERICAN IM PEC'i ION G TESTING Su 24W Su. 241s1 37 Jiu�e 1?F„ PmJects Highline Bater TWc Renton. 'Wu ihington C'ty of Renton Water Departuert u/o Richard X. kol:f, Fr4inaer Smith Tower Ukttle, ''w ehington 6-2840 Pick up cylinders 2 bra. a U00 $12.00 Cosr{reooicz testr un 00e0r,AQ tuet cylinders broken and reported in June 10 C $3.00 ae. 10.00 June Totul 542.0n AL.111111111hiis Cowlead main UNTED PACIFIC is -.k-I lle-11. Blind No. 645M Date il'tatas V, 1960 MY of PAUUM Attefflilm: Tylearlaw Contractor......Qe..Ali..1114SUROM QDMU-*MUM 00. ....... .............. ....... Contract I., P'*IJW�L "N"tAV' ;�UQa Qf 2.=,00D BLUM g.momigrAgir................................ ..........................................I.....................................--.................. ....................................................................... Contract No............................................ ........................................ In the amount of S. .JM,,WAj@--.............—, Our Company is Sure:, jr the bond covering the above contract. In order to render proper service and complete our,rec. .,do in connection with this contract it is necessary that we have the information hereinafter t.quiri,rd We Will appreciate your completing this form and returning it immediately in the attached addressed envelope. ad 5 a ty I)ii, cess,sat I. Percentage of work completed ............ .. ...... ......................—iii;wj.4.7............ .. 2 If Fully completed. date of completion ............ ............................. Date accepted_......._....._................................ 3. If not complete.what is probable date of completion)........ ................... ........................L.....­ 4. Amount of mottoy paid contractor to date - ...................I............... ............. .......... - 5 Amount of retained percentage withheld to date 4,07,06..........1—........I....... ......-....-............................ 6. Amcc.t of increase or extres,allowed to date , ........ .cdja­------------L............................................ ....... 7. What is or will be total contract price including"tie.? Mtros........................................................- & Have any liens or claims for unpaid labor or material bills been filed) ,.......h&...................... .... ........... 9. Is the work progressing satisfactorily)._ .. .....'Yes,.............................................. . 10. REMARKS: ........_......._._.......... .............. .......................................................................................................... ...­............L.-L------------................... ..................................................... .................—.. ...........................................................................................--...................................................................... MIMd..................................I-—-------- ...................... 7*i asil Ve lie Schr"dw Data. ........ ........-................. TWO........... ......... Additals..... ............ rwln a im.clokil'Ut-0..... a...1W RICHARD 'Eg'7• WOLFF 16M SMITH TOWER. SEATTLE 4. WAW. "N IL9" The Menorable 4 U7 1, 1660 Ci. . TRr an7 Council Y Qf Renton 'cambial ton Pwomns "T1MATE No, 2 MG Reservoir - project no. n_24 Contractor, G. R. Leisebner Constractien C'R+agr 9201 Twelfth Avsaae S.M. Itaa Seattle 7. Nyki6,6ten Writ unit 1•• 1 Job Site L.S. . Veit rti�ee Anoint 2, 162 a aa.. eut,Lyora z 900 !• POIM'4 reinforced eoa6rete 3 $5,775.00 =6,SJ3,SS 16 e17. 6" concrete 10 slab 3S.00 6,930.00 Prestraaaad concrete 98 $.so S, in place Si rder s.932,0p a. t1'000 ihs• Struetusl steel 94 Ia. 260 lb,. Fabricated steel itey s0 I�O,JO 13 303.60 1 ea. 6� x ,. holloa 100 0.27 2.766.00 netaJ door 0,70 165.00 11. sits Crane 17. 1'000 I•f• 6+ rater stop 330.00 1.30 I.E.f IAsvali 10+�cyt if" 70.00 31. 30 1.1. ran pipe 100 0.73 73t6.00 13. 1 ,ea. Install a+ cast xll pip, 100 `•m hrntah and iytall 10+ y,p,l 6SS.00 16.. late valve 370.00 $/6 1,t, Puralsb and (nstatl 10+ 100 1v0,Op lvo.00 17, 690 concrete Pill,1.1, drain 100 +. b Red install 6• � J is. drain ti le O.J. 1.Me.w 200 l,f, Purn"k ani install 6+ 95 1.30 '9. ct"wrett 852.15 160 Dipe 10. 1 ea. i'.x 1• Preach drain 10�0 ••23 630.00 71. 1 ea. $1 aankolmanho" t00 0.40 000 72 00 too y.)O_00 600.00 Valur y�+00.00 State $& Red h9 SaleUsS lax e; •612,00 LessTata 1__ •Sp2,:a Less 13% %etainrd ��'�-- AaWOt Due Contractor 6.e6 210 67 Less ►revials h7aents " 19mw �723 3333 PEWat Due Contract-, 16 470.0 A. it, Mblff Cloasaltiaa SE,6ynetr July 11, 19M MOnera0lo :�eyW' Pre;tk At lss�nt _•� errat=ers of the Ity Council us,atlw�sM ,tached hereto 1s "Mute ras. 3 for etlsw[ ^n tie 2 mlllia c;�tlon reservoir :zoJect t—ya 6y w h. LeiscMer Ceslstructimq +^1ny. Yalns -f NOrk CoMleted +39s .1 t.W State b..les Tax aN 1• .�„ , lctal .410<l4.41 Less 1u xetainwl Aawnt due C,mtractog 4.1 .9 Lass ".,rivlaus .Yy�s>nis �j PAVwnt 0%0 bntractop f1q�gT0.r, The utilities Uyyrtuant has C14"ed ti.o attathwi sttirte and recoa nft eymsnt of &stivale No. 3. vwro very trvly, P. NO ici^.rnwiQ SuPoriat&ndent of utilities i 5oms Atta I RICHARD E. WOLFF ir-441 .1 ,., l fps SM17H TOWER a SEATTLE f.WASH. . 44 August 1. 1960 City of *"ran Maahimgtoo PfOGam ffTIMMI no. 4 2 MG WAKY011L - ►fgJWT M-24 Contractor) O.R. lsischnor Comatructien Company 9201 - 12th Avgaw M.Y. 2eattlt 7, aenhingtoa 1. Wit Item � -ity Description Cwpl. Price Ann rat k 1 job Site and oarthrork 92 $5,775.00 $ 5,313.00 2 243 C.T. Formed taimfoec*0 Concrete too 55.00 13.365.00 3 2,Sw $.I. or concrete slab too 3.60 14.336.00 4 It me. PtestrooW Concrete girders I0g 940.00 13.440.00 5 lt,9CA] to. Structural steel 100 0.27 3,103.00 e 26.400 to. geivsaiasd open met Joists too 0.39 7.634.00 7 30,JJ;) s.f. Alumisw roofing 4C 0.07 1,04u.OU 6 I"N'o to. Paariested steel items 90 0.70 630.00 10 1 ea. Metal door with ltwe 20 350.00 70.00 11 2,200 I.f. Water stop in pins* 100 0.75 1,OA.00 L3 ISO I.f. me C.S.P. t0o 5.70 655.00 14 So I.I. No C.I.P. 9S 9.00 427.50 13 1 ea. 10" gets valve Loa 190.00 190.00 to 800 l.f. l0m clacrete pipe too 4.00 3,2p0.00 17 630 I.1. 0 upon joint tike I00 1.30 644.00 is 200 l.f. 6" cemerete Pipe log 4.3$ 630.00 IG 54o I.f. Prena, drain 100 0.40 216.00 20 1 ea. lo, Mambole Iw 400.00 400.0O 21 I C_. 6' Manhole 10G 300.00 Aw-of) Yalu. 1d more completed S7t,666.5J State false Tar, 4% i.013.40 579,901.96 Less In retained 11,994.70 Amount due Cwtt*ctor $67.067.6, 1,486 previous payments 33.193.s1 Payment den Contractor $32 773.83QIR6Aim Aichar, 6. Wolff &all CaWulting Engineer CA G.N. latecomer Coast. CO. August 4, 1%0 rznorArle !ayvr Frsnt 1,11u .t and %moons of the City Camci.` Uentleaent Attached hsrato 's istleate No. 4 for vaek oonplsted on the two d1lion gallon resarvolr, Prolact F.*W by G, K. lelschner Cotwtruot"on CA,pany, Value of stork cwwlotad 76,1s36,5C tste Sala Ina tMes 11% Astained ��yb v77 A,Pmmt fnw Cestreotcr 67,967.9 Loan Orevlaw fty"Ats ..a fi l 8aywm¢ due (,Wtmtol S71,773,M The Utilities rapartrwnt ,# tlfl" trot the Attached estimate is cxrect .nd recommmu s •..-nt of &st:wte :M. 4, ',*-jr* very truly, 40 M. Schreader Su erintenisnt of Utilities ts3tr Attt 1 RICHARD E. WDLFF '4--A.i Ai-- I" SMRN Towle a WATTLE/, WASH. MMN 2-0 A4gu_. 1JOi G. R. Leisc her Conctruction Coepsny 1Nl . 12'th Avesr N.V. Seattle, 1, Washington Bear ttrl your letter of August t, 146U reguestiny an extension of time from, July is to gOptem,her 1, 1960 on the Reston reservoir has bean adved• I se me i"l(nad to apprme Of this extension, rs- Althoaah a iM days were lost on the excavation in April I Consider the weather to have been neuaus ay favorable, awd other factors more riti:al in delay of the Job, !lease furnish m,e rith Specific avide.ae of t:?e thiega that delayed over-all cospletina of the Jo O. I world like copies of correspond..eber, etc., east to "Core delivery at the propel tile, and the m,wsOer of days COMPletim was actually delayed. very truly your&. R9Wsi k. f. volff c/c W. H. Sthrosdet City Gall Renton, sashingtun August 22, 1960 Richard F. Wolff Consults^g Engineer 1116 Snick Tower ferttle L, Washington Ref: 2 NO Covered Reservoir Aentnn, washin^ton Gentle-Ant addiePp„ersnce is made to your lstt08,gf August 19t*, requesting al infnmastlon regarding our "qgart of an e; !enslon _f t1ra on the above mentioned pro'set. As of this day, the reservoir is ready to Ise filled with wn•.vr, *her* is also cleanup and numerous nthsr work to he done. Ire have tried to expedi*e this work and listed %*rein ere excerpts srd portIr!' of our work diary wh!ch Are 41860 OWanItcry. 1'ste Peserirtien Weetber 'Fuss. 4/5 Field Fnrtneer started layout of reservoir lines k F.rrdes. We supplied 1 1a6nrer ? hr Goad Wed. 1/6 Field EnKinerr continued layout of reservoir we sup-lied 1 laborer to help Ftrr. 6 sirs. Onnd Thur. 1/7 Field Engineer continued lsynut tie xi Fri. 1/9 Staking and layout. Rain, no' possibl,1 wnrpr. Fain Dale;■ fr-m A/1/60 to 4/1lAW 10 days i'nn• 4 h 1 Sterted ripe line and reservoir •xeays-.ten. Good Te Tues. 4/12 Continued pipe line 4 reservoir excsva:!.nnr 39 M a ^ Paln Thu;. 4/1# a ^ ^ n Rain Materials are As• "nd slorpy Fa!n Fri. 4/1S Conttnued pare 'sine and reservoir exassatiees Rain Suspended work This P. M. "on. LAS 90 work nn Peservoir, Too yet Toes. 4/19 ^ " a ^ a ^ 6e_ Wed. 4/7% e ^ e ^ ^ ^ Rain Thar. 1/21 A " a v ^ Pain L,elayed tine 4/16 to 1/25 Pain 9 dogs Mon. 4/25 to May.30 Continued placing CI and Concrete pipe Chicago Pridge and Iron and painters had the Area under- neath tilt Flevnted Tank blocked. To were not able to use tta least side of property to haul in materials, eof1pa111ng sa to drive the full laagth of reservoir to deposit fill. This condition existed throughout. the protect. re elso had to wove materials k etc. belonging to Chicago Bridge and Iron, sn we could fill in the vest fide of reservoir. '110 to excava`.:on for the sewer line or 'he eta* side of the reservoir, delayed haul of fill, until tM r portinn was completed. Tues. S/3 Resuaed work on reservoir haul and fill Fri. 5/6 Canceled pour because of rain Fain 4 'dud Nir. 9/9 Poured Concrete wtni^i� should have ^een poured t/6 C+13yed time 3 days Tuss. 5/10 Pou i 4 footincr in south bank of Reservoir reap Wed. 5/11 Susp.nded work because of rain Rain 6 vud relayed time 1 day *hur. t/12 Poured 2 footings (Man) "Uth Want of Heservnir Grind Fri. 5/13 Poured 3 Center pier footings Mon. R/16 ^ 3 a it A Fri . S/2n It 4 Seetinne of *all on south line won. 4/23 viniahed bottom ring Concrete poured 3 c^U mnr Wed. 5/25 Poured 4 footings ots north bank. Started setting screeds on south slope. Thor. 5/26 Poured 3 Center columns Tues. `%11 Inured 4 rew ning footings on Nnrth Bank and are ready to set concrete Beans. Fri . 6/1 P.)ursd Colurj., R S. Concrete Foams were cos•. Tensioned 6/16 i; 6/17. at Craystine yard. +on. 6/20 Started placins prer1ro3sed Concrete Bears. "slur. 6/23 Finished placing a s a Fri. 6174 Vured rtrst minpe slab 9 cintinued to completlon. Thsae are tilt Male delays because vesther and etc. , our clai+e fur •,Name delays are a total of 23 days. An order for Alcoa Al4'ain UM Roofinr end Flashing war rlaced re April 17, er. 1`eltvory "s to he made in :Tx weeks "roe the recelyt of,rda r. Also included to a copy o,^ a letter �f In 712estion and ,fell+wry date of Way 11, 196n. Delivery was asAe on s re avt d pq/esl60, or a elapsed time of 6; days. F'e hod nade repented eslis asklny to expedite this order. This delalrin rwee3rinR roafind compelled es to hire two corder. cThis ,. rTpedl*e Installation. In sumrinr up, we foal under the listed circusstanoe,, we did cvproach ery well in oroRresa On this project. Pcasitly a Tore reels.•„e oepletlin tie*. We not efeel Of this nature wnuld Is a Iwo r Re Cite any way, and 0 BepLeTRer 1wouldof Renton was hurt in , 146n be 9 bela ete our request for an extension of titie*►ranted without penalty or prejuA!ce. Very truly yours, C. R. :,6ISCRNkh C_78_RUC_l,)1 CO, C. R. Lsischner OFL/lm cc: vr; Y. R. Schroeder, City Kgr. City gall Rental, iraehlngt N1 e,ItefdAT 11, 1-EA "r. RICh*rd b. <Iff Canwltuy Sntllneur lub Salth Tatar eeatt o 4, hlaaUtn.�tan Aces W, tI"$ `-* ura ow-I In8 two contract statue ro,?oru w 14 fills^ out for t hied Pactflo In"W noo loapaw, Since y+"3 pr3oet4y hove ao awrent lnfegtlan on to is than I hw*. yoald „w pies* fill out and re mn to this oft toe? '„mm very tvulq, cm OF RV 7M `tl roe!'er Superint*ndent of utilities Mh3f M Enc. * RICHA9RR',�yD7 E. WOLFF a6►s/M f ptY� a Kew♦V A K M N son q►toYar u, ipW no M000rshle Yeyor and Council City of Rmton ws"Iftgton PIs30Rm FsTlnATr RG. 3 2 nG aasurms, - MiRL7 0.24 contractor: G.K. Lelwhner LonstroctJ" Cs. 9301 - 13th Awonue W.W. 5�dttic 7, aaahiagtsa I tea qMntity 'left clptlaa ; Unit "Dow'l. trice Aaquat 1 1 Job L.R. Site and earthiork 2 149 c.y, Port•.c relnfotted concrete 100% $5.775.00 S 5,773.00 7 ,tll2 4.7, 0^ coattett slab Iws 53.00 13,693.00 1 16 to. p.estresmed concrott girder 00 in place IW1 5.00 17,16U,RQ 3 23S the. Structrral steel 440.00 13,440.00 6 37,134 the. 0slv6 ise4 open web 100% •27 3,414.h5 7 2i72s s.tt.Aluaitua Joiets om, lUul .39 10,6Ui,gg e 1653 lbw. Pabricated atetl�ltir ring tUJ1 •67 19,147.7i 607 a.y. 2^ asphaltic crocrate Net 1001 .7U 1,177.19 10 1 •a. G't4' hollor metal ass, frith fraue IOUs 2.39 1,335.40 11 2744 1.f. 6^ rater stop in place loos 350.00 700.00 12 1063 1.t. mystic filled Joint 1001 •75 210315.00 13 1so 1.f. Iutall lu^ cast Iron pipe 3001 1.00 1.063.00 14 30 l.f. Imtali ,^ cut iron pipe IOUs 3.70 $35.00 13 1 ea. Purnlsh •ta se Install to- gate etl 1001 1OU4'00•0D 1 190.00 10 It is Puraish and install to- coot. 000 17 690 1.f. Furnish and install 6^ 0, pipe iWi 1,00 3,1.4.UO the J. drtn le 142 1.(. ptrnlsh mind install 6^ cant, 1W1 1.30 r,97.00 19 173 1.(. 1'al' french drain pipe 1001 4.25 77.t.30 20 1 ea. 14' manhole 1001 .40 110.00 21 1 ea. s' aanholr ion 400.00 400.00 3001 300.00 300.0U Pallet of work completes state $61e5 To, 41 $99,410.07 Total Amount 3,970.41 Less 13% retained i103,3A6.4a 13.7kt7.97 Aauunt due Lbmtractor Iris prowl"m payments i 87,n7e,31 67,96 66 payment due CoatrMq[ S 19.41v,33 RLWt1 Csaaalt inter LIM TIED pOkCj rjC Nsat�" Swed 146 64588 .City of R-.Mton Do" SePtember 19, _go :Attfttion! Superintendent of Utilities city 11.11 Renton. Washingtz, coaftselor............q.jKj.j a Mr..0 Contract I......... 1wl"t-WAlk .....I................................................................... .. ..... ...........11-........... .............I.......... Contract No, ..............I........... ......-....... . . "I........1.1—.......................I..................................In tba ........—()or Company is Surety on the bond to a ne the above contract, In order to render Prop"I-Vice and complete our lea_ old-in connection with thi'connn"'t h ill nee"*'ey that we have the in formation hereinafter requested. We will appr,iat, Your completing the form and the attached addreelld envelope, (- F� I —.. —..... .....— 4,....41— '44,�A� ------------ i4lity ad S.'.' Dap r �...; ... 1 Percentage of work completed ........ As at ............. ======= 2. If fully completed, date of completion (0«°1 .. . ................. Det. &.Mp%d....- 3. If not wroplett.what is Pr-ba6le data of completion),-,_,- 4- Amount of money Paid contractor to date 5 Amount of retained percent,,,withheld t.data 6 Amount of in,,,ear r extTea ,,owed to data ......... 7 What is or will 6a total contract Price including=tlia,? ........ .........................---—I... Jdj�-JJN........................ 8. Have any"an#of claim.for unpaid'OhOr or material hills ',,on filed? .......... ............ 9 Is the work p,,ss,$jft@ fttjlf&cto,jIy) ............. 10. REM An CS: 'f A ............ . ...... At I, ........................ ............... ....................... ...................... ..........- ................11.............................................. ......... ........... .............................--............................... Signed.........1�41 Do....... .............. rill,.... 111� a,.... ....ton Adel,.. ..... ................ RICHARD E. WDLFF `--y 6P— Ism aMMN TOWN . IeATMm a WASH. MAIN 7iMe September 23, 1960 Mr. M. H. Schroeder Superintendent of Utilities City Hall Renton, Washington Dear Marv: Our observations of the performance of the 2 mg reservoir recently con- structed by 0. R. Leischner Construction Company showed that when filled to 14-1/2-foot depth leakage to the underdrain system amounted to 25 gpm. In addition, wet spots at the toe of the embankment at the northwest corner and possibly at the southeast and northeast corners cause me to suspedt that same additional leakage is occurring in these areas which does not get to the undardrain, The design decision to use a single seal with a relatively thin slab was based on comparison of the savings in construction cost against the costs of further work that might be necessary. On the whole, I am satisfied that ' _ :erma-Seal (polyvy"l chloride) lo1nt seals used were quite effec•.ive and superior to other types that have been used previously. Failure to achieve 100% effectiveness IS probably traceable to imperfections In the concrete at the 3oints. I rather doubt that, as a practical matter, perfection can be obtained under usual working conditions. My criticism of Leiachner's work In principally that the cmi was undermanned. The fact that the bid price was considerably lower than was considered a reasonable price probably contributed to the situation. I chipped out several spots which looked bad on the surface but found solid concrete within 1/2-inch depth. The problem of pinpointing location of leak$ for spot repairs would be laborious and of doubtful effectiveness. The recommended procedure is to saw out the joint to 1/2-inch depth by 1/4-inch wide, b.vel the upper 1/4-inch to 3/4-inch wide at the curfage, and fill the ,loint with an axpoxy-thlokv 1 type of material. I have investigated several type$ of sealant materials and Lalieve this mattei: has better bonding, strength, flexibility and durability characteristics than any other. Charles R. Watts Co. has given me a firm quotation for doing the work as described above for $1.25 per foot. There are a total of 2,300 lineal feet of joint So the cost of repair would amount to $2,875 plus tax. The amount Is such that It could be handled by purchase order. I believe. An uncertainty regarding source of the leakage is the density, or rather the porosity, of the 5 or 6 corner slabs where the concrete set up before the finishers could travel the surface. I am inclined to think that the hand working of the strike-off screeds in these curved slabs together with the plasticity resulting from the air antraini.ng aSent was sufficient to secure a dense concrete. My suggestion to that Lelachner be given the option of surface sealing (cost about $600) these slabs now, jr waiting until the Hr. N.H.. Schroeder Supt. of Utilities City of Renton Renton, Vashington Page 2 - 9/23/60 reservoir is refilled after completing the Joint seals -j see if the loint work eliminates the leakage into the fill. 1 have considered whether thie work should be done now or later. Settle- ment of the fill must be expected. Also the water tightness will Increase with time. However, : believe it would be far better to secure as good a seal as possible now. The total settlement will be less, and the rink of chsnnel_sing leakage will be removed. Sincerely yours, REY:c September 26. 1960 "Sharable ftM Frank Al lft of and Vkwtpa of V�, City council Cwntlesraa A*tac ad hereto is setfewts 'b.by for work aem�letmmd twois 4 nil lfobischAe7 :oeutraetim Cor-erry an the hIghianda 7allon reaervelr, f4elact w.2e. WtO If work Coa!tieted S gg.410.M cbte Seles Tux 4% Total!,% r twined Less 1etaintl Anourt dUe Cmkrac tog i ss Lou ;rovious payro nts r Psywrnt doe Contractor l 190 'Rr Uttlities be;ertnsnt certiflra that the above asttxuq le earrwet Char" and recoxmmnds eyeent of astf. as to MS. Yours very truly, ". f4 ktroader sucerintendwrt Of Utilities 441 sr Atta 1 RICHARD E. WOLrr A--Alf 4p-- 1 ob SLani rower • SeAThr t. WA . WIN 1-0NW DaM4r 47. 1%0 G. A. Letsehner Co atruetiou Ct.pany 92D1 - Ian N.V. At*ttle T. W`obtstton ti*Mlesen: Subi t" city of Renton t u0 Reservoir ►rOJeet w-ps Anse of th, aloPt stabs of the tua 4G rgervcir, sea*stly easpletad Mp yoor t*spssy, hove shorn treessi-e rrrOaity 41r4 petseability, yhr '.efeet!vt slaps elabv sfe those Iaated st tbt aurttwst snd Aoetheatt corsets of the reservoir. ACCOrdint to the tees* of your eoatract, GWmca1 Conditions,Oantraph 111-1:, Toll, art direeted to ton" the defect by a waterproof coattef of the oore•,s coac.,ow. Thy aettr noflet *hall he "(12 With a trout Of c*asat, aatt"IS **ud and!srstt}1' ItrashtA nr the slst surfaces with a stiff btovh. 'Darawld* is * systA*ttc later, ruloiaa predated by W. A. arser sad CON"sy, sad !Ocaliy supplied by Marles A. palls Cas9*my. aim, appileatior and caring of Me `DanWelda trout shall be strictly u per instraetions. At the nomletioa of thim repslr Mort, the city of Aentoa will socept the rt*e[voir *a eos«,alettd ender the provtstons of the controctval MrrYty for asterimis M, waresassbir, Very truly yours, Rawl) F. F. pouf, Comeuitiae GKlnetr A/o' Ulf- N. N. Schroader city well Aaataa. lAraMia�tM RICHARO E. WOLFF '&--7 .ss— Im SMITH roW k . SEATTLE 4, WASH MAIN t q.4 City of Renton Mashil8ton PROFESS RIVAL RNG1NkfiR1NG afiRVl CRS PRO BLT M-24 Project construction coat: Final estimate G.R. Leiachner Plus items furnished by City - $09,410.07 150 ft. of ION C.I.P. • f3.70 . $555.00 50 ft. of 8" C,1,P. 0 2.87 = 143..50 698,SO Total construction cost f1J0,308.57 BnRineerinq fee, 8% of construction cost as per a&reement S% of $100,108.57 . Plus concrete cylinder tests (invoices attached) f 8"1118.69 87.0 f 8,095.69 Less previous payments March, 1059 $1.030.w March 12, 1960 4,616.72 5,646.72 f 2,448.97 RICHARD E. 'WOIFF Ism Swarm IOM �4.WAfN. MAIN Ida Superintendent of Utilities City Hal. Kenton, Washington Dear Kr. Schroeder: -rhe 2,^C• ,,00-gallon reservoir in "ht Highlands, rhlch Was con$trmted by CM p. K. iwlechner Gonetructfon Company has t- •n tested for nearly three Moothe now without MR.Or faults shoving up. Te aeries at eveta you have recently ecmplsted shored to q satlsfsotthe and I believe to yours. that the *0or leakag. Was come D7�d �ent111asettlle- minor faults - a $Mall amount of leakage (. 9W Went In the southeast corner - will re0uire only Small thxtsniltureB they rl lby the contractor to repair. I have been assured by the taken care of. / do not Dtlisve we are Justit'Sed in Withholding payment of the $15,507-97 retained percentage any .onger, and xco rdingly reaawend test Lrti$ amount be released to the contractor, If you concur. 1 expect re will have a Meeting Lt r with eoeeMWri 2T, 1960. next reek regarding action on my Sincerely yours, it. Wo KEW:t 14,Een, at tips C tl 71U � A1f �aaR LCtad b7 ttw 1213ttiea {}wR t6p �,+s'laley fas tYe pet thaws tvtilr � Y,aP.e�p aMe 7ta+ 4lsnri ""No rod tmt !Ar cl�y e< ttNr r+�aaavwo�fr der! V*1 *0 ei,lr+ry {! , day, . /pi0d Aa etrlteaL 7hst aftar VtI.rst!yy drys, U so lift* lad o"Ifto trw "wt. wo m mw of, lllti.y tart liar twoui-tvd N to Lhe am"31C61A Yen* January lot 1961 Diehard t. Wolff Coeeal.ing Rnginoer 1406 smith Tour Resttle A. Asshington Pet: City of Renton 2 Ito Posorvcir ProlOct *-24 oontlewens *-hrsnos Is lade y-3ur letter of 9sewshor 1960 requaetlnI our eospsny to waterproof five (5) eloped slabs +n *-h• s go Reservoir with olrarswslds SirtJre. will begin this operation January 121th. 1961 and ocepaste it ►s paan or possible. Aowover, if no appreciable leakage stop is obtained, •e will Oak that payesnt be sa" to so on tho b"te of get M rdrk, SAO wo will do thts wort m the* bosto. 9ery truly y'Mrs, o. A. ipUSCURA CRR6TROCTT"7 c++. PL o. P. Lotschner OPLLe CC$ of Pontftn jmftvy 3% lial t *Won"* Ryan P"t olls&ht t &W 4Rre:Artw at t!* 014W courati 4rRlwonr hme `rota la a it tre a"% ?to** of aryaaat at r h w 9. Lolsorrr Camtr+xt, co"" taw vo .'tat9 762 Car tpio.N on Tbo vtugun Uuprtpa t ow"Ve'ato xwuanMo War tBttMmR bra wWartaa as bd M+a/lty Rnaall as t d►aorrY f'► "Us be Vold a60= 7► IOd30 t+ar rppreral 10 It Le ra"m W.- be r14++alatMr �. Ywrr vrry 4WY► A. Py Sa%sewiK waalrtraiorrt of vulltlaa '141M x;. Attt 1 e r"t ti� w • • RF 3.3 STATE Or aASNINCTON - OP010E11T Of hE,Lta SMIM favor - ae Stile e, 1130109too t(KOT CA PACTERi OLOGICAL EIM14ATIMt Of VATEe SAMPLES collected 0, _R. We Pa!" Oate Collected�2-2 Sovrtee of Meter-_111111111 _ 0.., of Supply Qt7 sf Npona TC R. Y. Puhich GSL� Hill Date of revert IMton, Haflhingtoa hbnoT 6, 1961 t JIW;tpry fo.nl .atom setwr of 10 al. CMra\ NA Ovr Saeole tat portions >hon nG eonclusiws II Do, Tason talifoM wpnldp Sat.steG(orj _ __.,i (d poruroe eeml_naa 1, y Attuonwte� Bnuuaeactwy I 611 Highlands now reservoir 0 612 Righl"s now eeserroir 0 613 }udrant 104th S.E. 0 (Rev Main) 614 ?ytfrantf 108 S.S. and 5 S.R. loll (Nor Main) Y . I edShci Sf,,t,ry. Invtai�edly 'JUu]1t i C I>: T. SUMtIT AVOITItaal SAMPLES. Duoltlonaole. Revealed maul;& Of tnls type sfo•'I .n cons'dered unsaliefatla" Inveetlaftf trouole and s4Mit addrtlnnal IMPlts. If no po,tlons has wessMee .f eol•eoM wae.lans ins retvlt it 911lldf of tart To Sett ilel. DoperMMt of 'en"h MC 1141101NICA1 Standards . 0,.011C sate, wall, {call rNfo.'e to the foliating: of ell to* SleMwd Lon a111111ttr its al.) Wilms evutlhld per will. hot we than ten (ca) aw cat Ahab ohm tea na C. w401m of the 011 faro pros. Occasionally three 11) or We of the five 15) eetal tan a,11,l lte" Ito 01.1 Wtloha dwsll tttn; 1 al hgle it antler[ a"I,SOY that tat *raw"of a,@TVI eta of the col Ifore thaip, prct l wd thlt this dealt hot w 1110sa0e it 't oGc.rs In CMseCutfW Swplea Or in We than (a) Flea iS) par -dot of the SIVOWd Sa.piea ~ lowly 110) or We Saaplee hate Dvan eewllw per oath- lb) One 11) standard Strait .ten less then toenty (tot &ells ha.f awl e'so',so per 'o-tn. The smrc evwlnaltons we new 1V the State Deowtsent of . 'Till Lamrntorles 'h ec:Ordenct Arta Iht latest Nltfon of Standard M(hwa at dale, AMlysis. Copies to: Ring CoIc1t7 Health Department //�,4,vu(o11i, ."I'A tnp�iel,C-fl�/Jr{O.G(�.� KELLY POOLS 6 CONSTRUCTION Co. 404 West Titus Building Kent, Wasrington 98031 8524854 February 14, 1983 MECf1YEU Robert E. Bergstrom FEB 15 9' Ngr. Superviaor, City of Renton Municiple Pldg. .nenton, We. 98005 Dear 0entlaman, I submit this letter, per our conversation of February 14, 1983 to request access tbrough the Highlands Water Tower property for the purpose of constructing a gunitc swimming pool for the Dennis Vadney family residing at 1210 Monroe NE. We would like to roll heck the fencing far enough to permit the excavation and guniting. Estimated time for the proposed process would be 3 days. 0f course we wold assume responsibility for closing up the fencing at the end of each day in addition to repairing any damage that might oce7or to city proper. ty. Your anticipated cooperation is much appreciated. Siaoorely, / i /Mark W. Hall Kelly Pools ! Construction Company MEH it" cc: Dennis Vadney 1210 Monroe ME Renton. Wa. uF RFC !"4 Z PUBLIC WORKS DEPARTMENT MAIN TENANCE I`t 7855 N.E. 2ND STP iET RENTOH. WASHI W�BM�NOTON 88056 Y b �P ��Eo ser.b BARBARA Y.SHIWOCH MAYOR MEMORANDUM TO: Ron Olson FROM: Ray Sled DATE: October 31, 1986 SUBJECT: HIGHLANDS RESERVOIR As of October 31. 1986 we are draining the 2 m.g. Highlands tank. This will leave the 1.5 m.g. reservoir on line for storage. The approximate time down for cleaning and painting will be two to three weeks. I do not anticipate any problems with one of the tanks being empty. ay Sled RS 1Jf CC: Jack Crumley Fire Department m m ShRa9¢ FoAi Li� icS END7nG QFFIL FILE TITLE V� .27�'►. L QNps Aej aw I'IR # I - Gcoveita L 4` CAWtAQCf �Cu �ntrtl'F ,