HomeMy WebLinkAboutWTR2700381 AIRPORT WAY FROM LAKE AVE S TO LOGAN AV S W_381
SCFEEDULE OF PRICES
(Mote: Unit Prtccs for all items, all extensions and total a.count of
bid must be shown. ShOW unit rraees In both words and flguras
and where conflict occurs the written or typed words shall prevail.)
.�=a_ _ _
ITEM APPROA. ITEM WITH UNIT PRICED BID UNIT PRICE MrJUNT
1.
QUANTITY 'unit Prices to be Written In Words) DOLLARS CfS. DOLLARS CTE.
12. 1 .400 S. Y.FRt Concrete Pavement
Words igu es13. 770 L. F. nd Gutter
Words gu es
14. 425 S. Y. Remove Cement Concrete sidewalk
E _
Per �. Y. (Words gu es
15. 2,OF$ S.Y. Remove Cement Concrete Pavement
f
Per S. Y. Words gu es
16. 7,600 S. Y. Grading, Subgrade Compaction
I Per TWords gu es
17. 370 L. F, 12" Concrete Pipe
E
Per 4. r. (Words) yi. es
118. 6 Each Type I Catch Bas:^
f Per ac tWords gu es
19. 2 Each Type I Storm Manhole
Fer Eac�i'�— Words gu •es
20. 1 Each Adjust Inlet to Grade
E
Per Each Wor s gu es)
21. 1 Each Abandon Manhole
E
Per Each T-W-O-rUs-T� gu es
22. 1 Each Remove Existing Inlet and Catch
PRosin I
er Eachr s n 'PS
23. C. Y; Select Trench 8e0M)
11,330
RP G'• Y• (Words) (Figu es)
L
SCHEDULE OF PRICES
SCHEDULE "A"
(motat Unit prices for all item!, all extensions and total amount of
bid mat be shown. Shaw unit prices In both words and figures
and where conflict occurs the written . typed words shall provall.) j
ITEM AYPAOX ITEM WITH UNIT PRx tlIU UNIT PRICE AMOUNT
NO. QUANTITY Unit Prices to be Written In Words DOLLARS CTS. DOLLARS CTS.
1. Lump Sum Mobilization and Demobilization
Per (Words) (Figures)
2. Lump Sum Clearing and Grubbing
Per Wor s� gu es
3. Lump Sum Demolition of Existing Bridge
Per L. S. Words (Figures)
4. 6,254 L. F. Furnish Timber Piling
$
! Per (Words) gu es
5. 143 Ea. Drive Piling
a
Per Each (Words) (Figures)
6. ILump Sum Complete Bridge with Exception of
Piling to the Lines Shown on the
Drawings
S _
Per L. . Words gu es/
7. 21 L. F. Barrier Rail - Southend of Bridge
Per (Words) g es
S. 65 L. F. Barrier it Northend of Bridge
Per L. F. (Words) g es
9. Lump Sum Construct Detours
$
Pert (Words (Figures)
10. Lump Sum Clearing 6 Grubbing
S
Per (Words) es
11. I10,100 C.Y. Compacted Fill
PerZ.—T. (Words) —(Figures
DID DOND FODM
Herewith find deposit in the forty of a certified chock, cashiers chock, cast., or
bid bond in the amount of $ which amount is not loss than fivo percent
Of the total bid,
Sign !fore
DID BOND
Know All. Men By These Prooents:
That ve, ae Principal,
and as Surety, are
hold and firmly bound unto the City of Ront4n, an Obligeo, in the Raral cum of
Dollars, for the
payment of which the Principe and the Surety bind themeolven, their heirs, executors,
administrators, succeasora and assigns, Jointly and soverally, by those prnaento.
The condition of this obligation is eucl, that if the Obligee shall make any award
to the Principal for
according to the Derma of the proposal or bid made bf the Principal therefor, and the
Principal ehall duly make and enter into a contract with the Obliges in accordance with
the terms of said proposal or bid and award and onal1 Drive bond for the faithful per-
formance thereof, with Surety or Sureties approved try tho Obligee; or if the Principal
shall, in case of failure so to do, pay and forfeit to 44o Obligee the penal amount of
the deposit specified in the call for bids, then this obligation ahall be null and
void; otherwise it shall be and remain in full force and effect and the Surety shall
forthwith pay and forfeit to the Obligoe, as pe,wlty and liquidated damages, the
amount of this bond.
SIGNED, UAIED AND DATED THIS DAY OF 19
h
Principal
surety
19,
Received return of deposit in thu sum of $
� r
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Gentlemen:
The undersigned hereby ccrtif that has examined the site
Of the proposed work and ha reed thoroug y un erstand the plans,
specifications and contract governing the work embraced in this improvement, and the
method by which payment will be made fur said work, and hereby propose to undertake
and complete the work embraced in this improvement, or as much thereof as can be
completed with the money available, in accordance with the said plans, specifications
and contract and the following schedule of rates and prices:
(Note: Unit prices for all items, all extensions,
ana total amount of bid should be shown. Show unit
prices both in writing and in figures.)
Signature
Address
Names of Members of Partnership:
OR
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With gain Office in State of Washington at
LA
SCOPE OF WORK
The work involved under the terms of this document shall be performed under the
condition of the contract to construct a new bridge over the Cedar River at
Login Avenue, including demolition of existing structure, detouring, approach
embankments, sub base, pavement, piling, concrete, miscellaneous metals, curb.
gutter, sidewalk, drainage, electrical conduits, wires, and fixtures within the
limits o° wo indicated or the drawings.
The Schedule of Prices must be complete for both Schedule "A" and Schedule "B".
No partial bids will be accepted.
The project is to be completed in accordance with the plans and specifications
which are herewith rada a part of the Contract Document.
1
^:F
J
y
:9
INSTkUCTIONS TO UIODERS
1. Sealed bids for Proposal will be received by the City of Renton at the city
Clerk's office in City Nall until
At this time the bids will be publicly opened and read after which the bids
will be considered and the award made as soon as practical.
No proposal may be changed or withdrawn after the time set for receiving bids.
Proposals shall be suhmitted on the forms attached hereto.
2. The work to be done is shown on the plans. Quantities are understood to be
only approximate. Finai payment will be based on field measurement of actual
quantities and at the unit price bid. The City reserves the right to add to
or to eliminate portions of the work as deemed necessary.
3. Plans may be examined and copies obtained at the City Engineer's office. Bidders
shall satisfy themselves as to the l )cal conditions by inspection of the site.
Work along highways must be in conformance with the applicable County Jr State
regulations.
4. The bid price for any item must include the performance of all work and the
furnishing if al , material necessary for completion of that item as described
in the specifications. i
Where alternate material is bid, the bidder shall fully describe the material
proposed, either in the bid proposal or supplementary Lott. • attached to the
proposal.
5. The bid price shall be stated in terms of the units indicated and as a total
amount. In the event of erros, the unit price bid will govern. Illegible
figures will invalidate the bid.
6. The right is reserved to reject any or all bids and to waive informalities if
it is deemed advantageous to the City to do so.
7. A certified check or satisfactory bid bond made payable without reservations
to the TREASURER OF CITY OF RENTON in an amount not less than 5% of the total
amount bid shall accompany each bid proposal. Checks will be returned to
unsuccessful bidders immediately following decision as to award of contract.
The check of the successful bidder wi11 be returned provided he enters into a
contract and furnishes a satisfactory performance bond covering the full amount
of the work within ten days after receipt of notice of intention to award
contract. Should he fail , or refuse to do so, the check shall be forfeited
to the City of Renton as liquidated damage for such failure.
8. All bids must be self-explanatory. No opportunity will be offered for oral
explanation except as the City may request further information on particular
points.
9. The bidder shall, on request, furnish information to the City as to his financial
and practical ability to s tisfactorily perform the work.
10. Payments for this work will be in cash warrants.
i
i
CITY OF REN1,^,i;
CALL FOR BIiiS
Sealed bids will be received until at the office
of the City Clerk and will be opened and publicly read aloud at
P.M. , same day, in the 1st F.00r Conference Room, City of Renton Municipal
Building, 200 Mill Avenue South, for the improvement of THE LOGAN AVENUE
BRIDGE OVER THE CEDAR RIVER AND APPROACHES.
Bid proposals delivered in person will be received only at the office of
the City Clerk in the Renton Municipal Building,
Bids received after the time fixed for opening will not be considered.
The successful bidder will be required to adhere to the gene-al requirements and
covenants contained in the "Standard Specifications fcr Municipal Public Works
Construction," 1969 Edition, as prepared by the Washington State Chapter of
the American Public Works Association. All work relating to bridge superstructure,
retaining walls, foundations, piers, abatements, electrical, miscellaneous
,petals, etc. shall conform to the 1969 State of Washington Standard Specifications
for Road and Bridge Construction.
The work to be performed will include furnishing of all necessary labor, materials,
and equipment, and performing all work required for construction of a new bridge,
and demolition of an existing bridge, paving with asphalt concrete pavement;
including construction of cement concrete curb and gutter, cement concrete side-
walks, drainage facilities, rock retaining wall , and such other work as may be j
necessary, all in accordant with the plans and specifications.
The City reserves the right to reject any and/or dll bids and to waive any and/or
all formalities.
Approved plans and specifications and form of contract documents may be obtained
at the office of the City Engineer at the Municipal Building, Renton, Washington,
for a deposit of $10.00 per each set. The deposit will be refunded upon return
of the Pans and Specifications in good condition within thirty days after bid
opening.
All items in this contract are a part of the construction of a public road improve-
ment as defined in Rule 171 , issued by the Excise Tax Division of the Tax Commission
of the State of Washington, and the Owner is exempt from the payment of sales tax
on al' items.
Tne Contractor shall include in his unit bid prices any compensating tax that must
be paid. See Section 7.09 of the Standard Specifications.
A certified check or bid bond in the amount of five (5) percent of the total amount
of each bid must accompany each bid.
en . rs a1T Deputy TTty er
Date of lst Publication:
Date of 2nd Publication
Published in the Daily Journal of Commerce:
i
_ t
ti �
. f
i
3-33 Rock Riprap for Slope Protection
3-34 Finishing and Cleanup
Technical Provisions -- Water
4-1 General Statement
4-2 Standard Specifications
4-3 Existing Utilities
4-4 Clearing and Stripping
4-5 Trencn Excavation, Bedding, and Backfill
4-6 Piping Materials, Valves, and Fittings
4-1 Pipe Installation
4-8 Restoration of Surfaces
4-9 Testing
4-10 Disinfection
4-11 Cleanup
4-12 Measurement and Payment
r
1
1
1-37 Construction Conference
1-33 Field Office
1-34 Salvage
1-35 Awarding of Contract
1-36 Consulting Engineer
1-37 Relations with the Washington Department of Fisheries
Technical Provisions -- Bridge
2-1 Bridge, General
2-2 Payment for Lump Sum Briage Item
2-3 Mobilization
2-4 Piling
2-5 Demolition
2-6 Shop Drawings
2-7 Electrical
2-8 Pedestrian Walkway Luminaires
2-9 Installation of Ducts
Technical Provisions -- Streets
3-1 Street Improvement, General
3-2 Storm Sewers, General
3-3 Clearing d Grubbing
3-4 Compacted Fill
3-5 Remove Asphalt Concrete Pavement
3-6 Remove Curb and Gutter
3-7 Remove Cement Concrete Sidewalk
3-6 Remove Cement Concrete Pavement
3-9 Grading 8 Subgrade Compaction
3-10 Storm Drain Pipe
3-11 Catch Basins, Inlets
3-12 Manholes
3-13 Adjust Inlets to Grade
3-14 Abandon Manholes
3-15 Remove Inlets and Catch Basins
3-16 Select Trench Backfill
3-17 Crushed Surfacing Course (1-1/4")
3-18 Cement Concrete Curb 8 Gutter, Type "A"
3-19 Cement Concrete Sidewalk
3-20 Cement Concrete Driveways
3-21 Asphalt Treated Base
3-22 Asphalt Concrete, Class "B"
3-23 Miscellaneous Asphalt Concrete
3-24 Cold Mix Asphalt Patching
3-25 Connection to Existing Line
3-26 Rock Retaining Walls
3-27 Filter Material for Retaining Walls
3-28 Monument Case and Cover
3-29 Broken Concrete Riprap
3-30 Construct Detours
3-31 Water
3-32 Unclassified Excavation
fy i"r,Y.
A
i
INDEX
i
Call for Bid
Instructions to Bidders
Scope of Work M
i
Proposal
Bid Bond Form
Schedule of Prices
Schedule "A"
Schedule 9"
Special Provisions
1-1 Description of Work
1-2 Plans of Existing Bridge and Soil Report
1-3 Schedule "A" and Schedule "B"
1-4 Date of Bid Opening
1-5 Beginning of Work, Time of Completion, and Liquidated
Damages
1-6 Public Liability and Property Damage Insurance
1-7 Nondiscrimination in Employment
1-8 Standard Specifications
1-9 Order of Precedence
1-10 Field Changes
1-11 Failure to Meet Specifications
1-12 Protection of Public and Private Utilities
1-13 Relocation or Adjustment of Existing Utilities by Others
1-14 Public Convenience and Safety
1-75 Construction Equipment
1-1;• Project Construction and Identification Signs
1-17 Removing Traffic and Street Signs
1-18 Scheduling of Work
1-19 Hours of Work
1-20 Waste Site
1-21 Dust and Mud Control
1-22 State Sales Tax
1-23 Payment to the Contractor
1-24 Disputes and Litigation
1-25 Gage Schedule
1-26 Surveys
1-27 Overtime Field Engineering
1-28 Delivery Tickets
1-29 Size, Weight, Load Restrictions for Motor Vehicles
1-30 Subcontractors and Suppliers
1-31 Change Orders
hs lr
CITY OF RENTON
ENGINEERING DEPARTMENT
BID, PROPOSAL , AND SPECIFICATIONS
FOR
LOGAN AVENUE BRIDGE
RENTON AVENUE EXTENSION I
AIRPORT MAY
LOGAN AVENUE NORTH
LOGAN AVENUE BRIDGE TO NORTH 3RD STREET
Jack E. Wilson
Director of Engineering
I
1 4
r
LATECOMER AGREEMENT TABULATION
RECIPIENT: LCA K
PROJECT: K ' - - PLAN TILE K
PROJECT
DESCRIPTION:
PROJECT COST (BILL OF SALE)
MATERIALS S
LABOR S
ENGINEERINr,, COST (IF APPLICABLE) S
LESS OVERSIZING, ETC. ( " " ) S
TOTAL ASSESSMENT COST S
TOTAL ASSESSABLE FOOTAGE (FRONTAGE/AREA)
TOTAL COST PER FRONT FOOT/SQ. FT. S
i
� 1
I
b e o
CI i
' I
H
i
Cain Itr.n Brand An T �— Dea llption
A, SsN6LE STRAP SERVICE CLAMP MUELLER I FOR STEEL MAIN
Aa DOUBLE STRAP SERVICE CLAW � MUELLER FOR ASBESTOS MAIN ReaZiQed Prialt
B, CORPORATION 9TOF --� MUELLER H-15025 I FOR u5T IRON MAIN �y
C, COPPER PIPE TYPE K VARIABLE no Mot t S e mb l e
O, ANGLE METER STOP MUELLER H-14250
E COLD 1VATER METER AS PER BID I TV OF k E N ti
FICAST IRON METER 90X OLYMPIt iglll FOR IMPROVED
a.s..�[e[i�a♦ sa+mow•..t +
IMPROy EO STREETS Fa CONCRETE METER t)OX >1f1' ONIY -UNIMPROVEOSTREETS STANDARD CIFICMION
FOR
G METER BEND MUELLER H-14200 1 — q- I WATER SERVICES
HI UNiCN COUPLING MUELLER H-154tS iN'ev-P
ga CORPORATICN STOP MUELLER H-15000 I FOR DIRECT TAP , ~ •o. �. :n e��
we. mWelaw DAtt
�i
1'
i'
t
i
1
Page 4 Special Provisions
(I .
3.07C Indemnity
The Contractor hereby agree; to save ;he Owners, the Engineer, and the
Owner's Consultants, and each of their officers and employees harmless
from losses or damage occasioned to them or to an/ third person or
property by reason of any acts or omissions on the part of the Con-
tractor, subcontractors, agents, and employees in the performance of
the contract and will, after reasonable notice thereof, defend and pay
the expense of defending any suit which may be commenced against the
Owners, the Engineers, or the Owners' Consultants by any third person
alleging injury by reason of such acts or omissions, and will pay any
judgment which may be obtained against the Owners, the Engineer, or
the Owner's Consultants or any of their officers or employees in such
suit.
3.07D Builders' Risk. "All-Risk" Insurance
9efore commencement of the work, the Contractor will submit written
evidence that he has obtained for the period of the Contract, Builders'
Risk "All-Risk" Completed Value insurance coverage (including Earth-
quake) upon the entire project which is the subject of this Contract
and includinq completed work and work in progress. Such insurance shall
include as Additional Named Insureds: The Owners; the Engineer; and
the Ow"er's Consultants; and each of their officers, employees, and
agents, and any other persons with an insurable interest designated by
the Owner as an Additional Named Insured.
Such '.nsurance may have a deductible clause not to exceed $250.00
( - .e deductibe on earthquakes may be in accordance with the Underwriters'
requirements. )
1-7 NONDIS�n MINATION IN EMPLOYMENT
Contracts for work under this proposal will obligate the Contractors
and subcontractors not to discriminate in employment practices.
1-8 STANDARD SPECIFICATIONS
The Special Provisions hereinafter contained shall supersede any pro-
visions of the Standard Specifications in conflict therewith.
The Standard Specifications for Municipal Public Works Construction
prepared by the Washington State Chapter of the American Public, Works
Association, 1969 Edition, shall be used as S' ,.,lard Specifications for
all work on this project with the exception if the Fridge work, including
Piling, concrete walls, piers, abutments, deck, precast members, mis-
cellaneous iron, electrical fixtures, conduits, wires. etc. , inrluded
in the lump sum cost of the bridge. The State of Washington Standard
Specifications for Road and Bridge Construction, 1969, s;. 11 be used
for these items. These two specifications shall collectively be
hereinafter referred to as the "Standard Specifications" and said
1
,
Page 3 Special Provisions
As evidence of specified insurance coverage, the Owner may, in lieu of
a,:tual policies, accept certificates issued by the insurance carrier
nowing such policies in force for the specified period. Each policy
or certificate will bear an endorsement or statement waiving right of
cancellation or reduction in coverage without 10 days' notice in writing
to be delivered by registered mail to the Owners.
3.07A Compensation Insurance
The Contractor shall take out ano maintain d,rring the life of this
contract Workmen's Compensation Insurance for all of his employees
employed at the site of the project and, in Lase any work is sublet,
the Contractor shall require the subcontractor simile "y to provide
Workmen's Compensation Insurance for all the latter's employee; unless
such employees are covered by the protection afforded by the Contractor.
In case any class of employees engaged in hazardous work under this
contract at the site of the project is iot protected under Workmen's
Compensation statutes, the Contractor shall provide, and shall cause
each subcontractor to provide compensation insurance with a private com-
pany in an amount equivalent to that provided by the Workmen's Compen-
sation statute for the protection of his employees not otherwise pro-
tected.
3.07E Public Liability and Property Damage Insurance
Before commencement of the work, the Contractor shall submit written
evidence that he and all of his subcontractors have obtained for the
period of the contract Public Liability and Property Damage Insurance
coverage in companies and in form to be approved by the Owners. The
Bodily Injury portion will include coverage for injury, sickness, or
disease, and death, arising directly or indirectly out of, or in
connection with, the performance of work under this Contract, and will
provide for a limit of not less than three hundred thousand dollars
($300,000) for all damages arising out of bodily injury, sickness, or
disease, and death of two or more persons in any one occurrence.
The property damage portion will provide for a limit of not less than
three hundred thousand dollars ($300,000) for all damages arising out
of injury to or destruction of property of others arising directly or
indirectly out of or in connection with the performance of work under
this contract and in any one occurrence including explosion, collapse,
and underground exposure.
Included in such insurance will be contractual coverage sufficiently
broac, to insure that provision titled "Indemnity" hereinafter.
The Public Liability and Property Damage nsvrance will i-elude as
Additional Named Insureds: The Owners, t•,e Engineer, the Owner's
Consultants; and each of their officers, agents, and employees.
A copy of the insurance policy, together with a copy of the endorse-
ment naming the additional insured, shall be provided to the Owner
prior to executing the Contract.
Page 2 Special Provisions
Schedule "A" 360 Calendar Days
Schedule "B" 540 Calendar Days
Provided, however, that the City Council shall have the right upon
request of the Engineering Department, City of Renton, Washington,,
to extend the time of completion of said work. No extension shall
be valid unless the same be in writing and accc nied by the written
consent to such extension by the surety on the and of the Contractor.
Time lost in replacing improper work or material shall not furnish
any grounds to the Contractor for claiming an extension of time for the
completion of the work, and shall not release the Contractor from `
damages or liabilities for failure to complete the work within the
time required.
Liquidated damages for failure to execute the contract as specified
will be assessed as follows: 5300.00 per calendar day plus cost of
inspection, supervision, legal expense, and court costs incurred
beyond said date. The cost of additional inspection and supervision
shall be an amount equal to actual salary cost plus one hundred per
cent (100") for overhead.
1-6 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE
Section 3.07 of the Stancard Specifications shall be deleted in its
entirety and the following paragraphs substituted in lieu thereof:
3.07 Contractor's Insurance
The Contractor will nc. commence any work until he obtains at his
own expense all required insurance. Such insurance must have the
approval of the Owners as to limit, form, and amount. The Contractor
will not permit any sub-contractor to commence work on this project
until the same insurance requ, ements have been complied with by such
sub-contractor.
The types of insurance the Contractor is required to obtain and maintain
for the full period of the contract will be Workmen's Compensation In-
surance, Comprehensive General Liability Insurance, and Builders'
Risk "All-Risk" insurance as detailed in the following portions of
this specification.
Ary insurance bearing on adequacy of performance will be maintained
after completion of the project for the full guarantee period.
Nothing contained in these insurance requirements is to be construed
as limiting the extent of the Contractor's responsibility for payment
of damages resulting from his operations under this Contract.
1
t' ,
SPECIAL PROVISIONS
SECTION 1 GENERAL PROVISIONS
1-1 DESCRIPTION OF WORK
The work to be performed under this contract consists of furnishing
materials, equipment, toots_ labor, and other etc.
Said improvements shall include all work on Logan Avenue from
Station 21+15 to Station 27+25 which includes the construction of a
new bridge over the Cedar River and the demoltion of the existing bridge.
Work includes all piling, concrete walls, piers, precast ginders, slabs,
railings, lighting fixtures, zonduit, wiring, sidewalks, compacted fill ,
asphalt concrete paving, cement concrete sidewalk, curb and gutter, storm
drains, slope protection, and all other related work shown on the drawings.
1-2 PLANS OF EXISTING BRIDGE AND SOIL REPORT
The original working drawings prepared for the construction of the existing
bridge are available for inspection from the Director of Engineering.
City of Renton.
A soil investigation has been made of the subsurface conditions in the
area in which the work under this contract is to be performed. This
report is available for inspection at the offices of the Director of
Engineering, City o` Renton.
1-3 SCHEDULE "A" AND SCHEDULE "B"
Schedule "A" prices are predicated on the assumption that the existing
piles under the bridge piers are sound and can be used for the supporting
of the new superstructure.
Schedule "B" prices are predicated on the assumption that the existing
piles under the bridge piers are not structurally sound. This Schedule
shall take into account the extended construction period to complete
the entire project. See Section 1-38 (RFLATIONS WITH THE WASHINGTON
DiPARTMENT OF FISHERIES) and Section 2-4 (PILING).
1-4 DATE OF BID OPENING
Sealed bids will he received by the City of Renton, Washington, by
filing with the City Clerk, Municipal, Building, Renton, Washington
until 2:00 o'clock P.M. lacific Daylight Time,
and will be opened and publicly read aloud.
1-5 BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES
The Contractor shall begin work within 15 days after receiving notice
that the contract has teen approved by the City of Renton. The time
alloted for completion is:
� i!
SCHEDULE OF PRICES
- (Notes unit prices for all itear, all ertemlou; and total amount of
bid must be shown. Show unit prices in both words and figures
and where conflict occurs the written or typed words shall prevail.)
r
jTC.-0 APPRO�X. ITEM WITH UNIT PRICED aID UNIT PRICE AMOUNT "},
NO. j QUANTITY ' unit Prices to be written i ords DOLLARS CTS. DOLLARS CTS•
I ,
r47. 4 Each $nstali Fire Hydrant Guard Posts
Per Ea— cn Words igu es
48. 2 Each Install 12" and 8" C. I. Tees
(All MJ)
Per Each rds igu es
49. 1 Each install 8" C.I. Tees (MJ) I�
5 _
Per Each Words �Figu es
50. 3 Each IInst3ll 8" Gate Valves (MJ x MJ)
Per Each Words igu eS
51. 2 Each Install 12" 450 Bends
I Per Each�6rds igu es I
52. 6 Each Install 12" 90° Bends
$ _
Per Each Words Figu es
53. 2 Each Install C.I. Caps and Plugs
Per Each Words � igu es I
54. 10 C. Y. Furnish Concrete Blocking _
$
Per Y. (Words) igu es
55. ILump Sum finishing and Clean-up
Per L. S. CW_o_r_d_sT_ igu es
SUB-TOTAL
5% SALES TAX
TOTAL
� it
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions and total amount of
bid must be shown. Shur unit prices in both words and figures
�- and where conflict occurs the written or typed words shall prevail.)
I ITc:1 APpROX. ITEM WITH UNIT PRICED DI�D��UN IT PPRICE AMOUNT
NO. QUANTITY Unit prices to be written in Words, DOLLARS CTS. DOLLARS CTS.
36. 20 S. Y. Broken Concrete Riprap
(Words) —jFigu es -
37. 25 M Gal. Water
Per J-(,al- Wards I�tgu es
i
38. L. F. 24" Concrete Pipe
$ !I
Per L. F. Words gu es
39. 1 Each Type IV Storm Manhole
Per Each rds tgu es,
40, 500 C. Y. Unclassified Excavation
S I _
Per C. Y. Words tgu es
41. 150 S. Y. Rock Riprap for Slope Protection
8 _
Per S. Y. Words igu es
42. 215 L. F. Install 12" Ductile Iron Water
Pipe (TJ)
S _
Per L. Words — gu es
43. 840 L. F. Install 12" Cast Iron Water Pipe
(TJ)
S_ _
Per Words Ftgu eT
44. 90 L. F. Install 8" Cast Iron Water Pipe
(TJ)
S
Perms--(Words — F gu es
m
45. 2 Each Install 12" Gate Valves and
Vaults (MJ x MJ)
S
f'er ac Words gu es
46. 2 Each Install Fire Hydrant Assemblies
$ _
Per Each (Words) gu eT I II
f
1
}
SCHEDULE OF PRICES
(note: Unit prices for all items, all extensions aml total amount of
bid must be shown. Shaw unit prices in both words and figures
and where conflict occurs the written or typed words shall prevail.)
ITEM I APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (umt Pr:ces to be written in wards) DOLLARS CTS. DOLLARS CT6.
24. 1 ,490 Tons Crushed Surfacing Course (1-1/4"-)
8
Per on Words (Fig u es
25. 720 L. F. Cement Concrete Curb and Gtutter,
Type "A„
8 -----------
Per (Words) (Fig es
26. 530 S. Y. Cement Concrete Sidewalk
8 ----------
Per S. Words ig es
27. ,u S. Y. Cement Concrete Driveway
8
PW S. Y. —(Words) (Fig u es
28. 1 ,050 Tons 1 Asphalt Tre, Base
E
Pero— on— —7Words igu es
29. 1 ,220 Tons Asphalt Concrete, Class "B"
E
Per Ton Words Figu esj
30. 20 Tons Miscellaneous Asphalt Concrete
8
Per ion (Words) igu es
31. 10 Tons Cold Mix Asphalt Patching
Per own Words (Fig u es
32. 2 Each Connection to Existing line
E
Per Each (words) igu es
33. 4 Tons Rock Retaining Walls
E
Per Ton Words (rig es
34. 2 Tons F ll-r Material for Retaining
Walls
E
Per Ton Words igu es
35. I1 Each I Monument Case and Cover
E
Per Each (Words) Figu es
I
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions and total amount of
bid must be shown. Show unit prices in both words and figures
and where conflict occurs the written or typed words shall prevail.)
=1TEMAPPRO%. ITEM NITH UNIT PRICED BID UNIT PRICE AMOUNT
NTITY unit Prices to be written in words DOLLARS CTS. DOLLARS CTS.
I
12. 1 ,400 S. Y. Remove Asphalt Concrete Pavement
E e __
'er S. Y. Words Figu es
13. 770 L. F. Remove Curb and Gutter
E
Per L. Words --7F:gu es
14. 425 S. Y. Remove Cement Concrete Sidewalk —
Per S. Y. Words (Fig u es
15. 12,085 S.Y. Remove Cement Concrete Pavement
E E I
Per S. Y. Words igu es
16. i7,600 S. Y. grading, Subgrade Compaction
Per — Words igu es
i
17. 1370 L. F. 12" Concrete Pipe
E
Per (Words) (Fig u es
18. 6 Each Type I Catch Basin
E
Per Each Words (Fig u es
19. 2 Each Type I Storm Manhole
$
Per Each Words igu es
20. 1 Each Adjust Inlet to Grade
E
Per Each Words igu es
21. 1 Each Abandon Manhole
E _
Per Each (Words) gu es
22. 1 Each Remove Existing Inlet and Catch
Basin
Per Each Words igu es
23. 1 ,330 C. Y. Select Trench Backfill
f _
Per C. Y. (Words) (Figs es)
i
SCHEDULE OF PRICES
SCHEUULE "B"
(Note: Unit prices for all item, all extensions and total amount of
bid must be shown. Shaw unit prices in both words and flguros
and where conflict occurs the written or typed words shall prevail.)
ITEM APYROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
j NO. QUANTITY (unit Prices to be written In Words) DOLLARS CTS. DOLLARS CTS.
1. ilLump Sum Mobilization 8 Demobilization
f
Per 'Words— igul es
2. Lump Sum Clearing and Grubbing
f
Per . S. Words igu es
3. ILump Sum Demolition of Existing Bridge
f
Per L. . . Words gu es
4. 9,748 L. F. Furnish Timber Piling
f
Per L. S. (Words) --(Fig es
5. 251 Each Drive Piling
f
Per ac. Words g es
6. lump Sum Complete Bridge with Exception of
Piling to the Lines Shown on the
Drawings
f
Per Words (Fig es,
7. 21 L. F. Barrier Rail - Southend of Bridge
f
Pere- Words) (Figt es
B. 65 L. F. I Barrier Rail - Northend of Bridge
r
Per L. Words ig es
9. Lump Sum Construct Detours
f
Per L. Words g es
10. Lump Sum Clearing 3 Grubbing
f _
Per L. S. Wor s� (Fig u es
11. 10,100 C.Y. Compacted Fill
f
Per Wor s igu es)—
I
I
SUEDULE OF PRICES
(Moto+ unit yriees for all items, all sxtenslons and total amount of
bid must be shown. Show unit prices lu both words and figures
and whore conflict occurs till written or typed words shall prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY Unit Prices to be Written In Words DOLLARS CTS. DOLLARS
4% �i4itch Install Fire Hydrant Guard Posts
Per ac Wor s igu es
Each Install 12" and 8" C. I. Tees
SAIL MJ)
Per Eac WordsT_ Figul'es
'49. 1 Each Install 8" C.I. Tees (M))
C- Per Each Wor s igu es
eV: 3�ieh Install 8" Gate Valves (MJ x M))
\, E
-/ Per Each Words igu esT
YX 2 Ch Install 12" 450 Bends
E _
� J 1 Per Eac Wor s yu es
6'4ch Install 72" 90° Bends
S
Per Each Words —(Figu es
63. 2 Each Install C.I. Caps and Plugs
S Per FacF Words igu�es
54. 14 C. Y. Furnish Concrete Blocking
8
Per Words igi, es
55. Lump Sum Finishing and Clean-up
E
Per L. S. TWO_FdS7�
gu es `
Ir
SUB-TOTAL
5% SALES TAX
TOTAL _
.46
i
% t
SCHEDULE OF PRICES
(Notes Unit prices for all items, all extensions and total amount of
bid must -o shown. Show unit prices In both words an figures
and whoro conflict occurs tho written or typed words ohall provall.)
IThM APPROX. I ITEM WITII UNIT PRICED BID UNIT PRICE. AMOUIIT
�NO, pl'ANTI 'Y Unit Prices to be written in words) DOLLARS CT(;. DOLLARS CTS.
_�_ _ _
I
36. 20 S. Y. Broken Concrete Riprap
5
Per S. Words —(Flgur�es
37. 25 M Gal. Water
$
Per + — ;lords (Fig es
38. L. F. 24" Concrete Pipe
Per L. Words gu es
39. 1 Each Type IV Storm Manhole
Per Each (Words) igures
40. 500 C. Y. Unclassified Excavation
Per C. Y. Words gu es
41. 150 S. Y. Rock Riprap for Slope Protection
E _
Per S Words igu es
42. F. Install 12" Ductile Iron Water
\ Pipe (TJ)
Per L. F. WorrT% —(F gu es}
43. 84Q L. F. Install 12" Cast Iron Water Pipe
(TJ)
E
Per l.7r. — Words gu es
44. 90 L. F. Install 8" Cast Iron Water Pipe
(TJ)
S
Per C--t. Wards ---',Figures)
45. 2 Each Install 12" Gate Valves and
Vaults (M) x MJ)
5
Per—M — or s —�F�u es)—— (W i
46. 2 Ego Install Fire Hydrant Assemblies I a
I I Per Each (Words)
I )
♦ ti
SCHEME OF PRICES
(Note! Unit prices for all items, all cxtenslons and total amount r
bid must be shown. Show unit prices in both words and figure,_
and wnezo conflict occurs the written or typed words shall prevail.)
IO. APPAOX�ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. pUANTITY (Unit Prices to be Written in Words DOLLARS CTS. DOLLARS CTS.
24. I1 ,490 Tons I Crushed Surfacing Course (1-1/4"-)
Per Ton Word— jFiqu es
25. 720 L. F. Cement Concrete Curb and Gtutter,
Type "A"
E -----------
Per L. Wor s —(Figu es
6. 530 S. Y. Cement Concrete Sidewalk
Per V. ---- Words rgu es i
27. 40 S. Y. I Cement Concrete Driveway
g I
I Per S. Y. r s 4� 9
28. 1 ,050 Tons Asphalt Treated Base Per on Words 29. 1 ,220 Tons Asphdlt Concrete, Class "B"
Per on Words�'�
30. 20 Tons Miscellaneous Asphalt Concrete
8
Per on
— (Words) —ZFigu es
31. 10 Tons Cold Mix Asphalt Patching
S
Per Ton Wor s (Fig u es
32. 2 Each Connection to Existing Line
8
Per EachWor s gu es
33. 4 Tons Rock Retaining Walls
E
i Per Ton (Words) igu es,
34. 2 Tons Filler Material for Retaining
Walls
f Per on (Wor s) (Fign es
i 35. 1 Each Mrnument Case and CovoP
1
4 f,
SCHEDULE OF PRICES
(Notes Unit prices for all items, all extensions and total saount of
bid moat be sfawn. Show unit prices In both words and figures,
and where conflict occurs the written or typed words shall provall.j
IT:iN I APYI20X. ��IITEM WITH UNIT PRICED BID UNIT PRICE AIQOUNT
NO. QUANTITY (unit prices to be Written In words DOLLARS CTS. DOLLARS CTS.
12. 1 ,4 S. Y. Remove Asphalt Concrete Pavement
$
Per S. Words igu es
13. 770 L. F. I remove Curb and Gutter
$
Per L. Words ggu es
14. 425 S. Y. I Remova Cement Concrete Sidewalk
$
Per S. Y. Wor s 41g
1
15. 2,085 S.Y. Remove Cement Concrete Pavement
$
Per S. Y. Words
16. 7.600 S. Y. Grading, Subgrade Compaction
5
Per S. Y. Nor s gu es
17. 1370 L. F. 12" Concrete Pipe
Per
or s igu es
18. 6 Each Type I Catch Basin
Per EachWord I—IFTgu e57
19. 2 Each + Type I Storm Manho',e y I
Per Each--(WordsT`'
20. 11 Each Adjust Inlet to Grade
S
Per Ea.-n— Words igu es
21. 1 Each Abandon Manhole
b _
Perer Eac i� `�w'p — gu es
22. 1 Each Remove Existing Inlet and Catch
Basin
Per at (Words,)
23. 1,330 C: Y: Select Trench Becp'410
Per G'• K• (Words) I (Figu es)
♦ ,y
TECHNICAL PROVISIONS
SECTION 2 TECHNICAL PROVISIONS
2-1 BRIDGE, GENERAL
Bridge shall include all structural excavation, backfill , concrete work,
Piling, railing, miscellaneous iron, elastomeric bearing pads, light
fixtures, conduits, and wiring, shown on the plans and defined as limits
of work. The 1969 Edition of the State of Washington Standard Specifica-
tions for Road and Bridge Construction shall apply as the Standard
Specifications for these items of work except as hereinafter specified.
2-1 PAYMENT FOR LUMP som BRIDGE ITEM
Payment for the bridge item shall be that percentage of v.,.rx completed
within the limits of the bridge work indicated on the drawings.
2-3 MOBILIZATION
This bid item shall provide compensation for costs incurred by the
Contractor for moving equipment to the job site, securing suitable
storage areas, providing a field office, if desired, providing sanitary
facilities for the workmen, rotating equipment during the project, and
removing all equipment and faci'iities from the project area upon com-
pletion, I
The lump sum bid for mobilization shall be full compensation for all
labor and equipment, and all other costs necessary for the Contractor
to perform mobilization a> specified. Partial payment for this item
will be paid only when the owner determines that sufficient progress of
the project warrants such -ayment.
I
2-4 PILING
Prior to driving any permanent piling for the construction of the new II
bridge, a cofferdam shall be constructed at the west side of the existing
north and south piers. Thr, cofferdam shall be constructed in such a
manner that the existing piles may be exposed, ano the area dewatered
to permit taking of core ;ampler of the existing piles to deterrine
the structural adequacy.
A private testing laboratory shall , at the City's expense, take a mini-
mum of one core sample from two pile et each pier for evaluation of
tneir adequacy. The testing laboratory shall submit the results of
their testing, in writing, stating their conclusions and an opinion
as to the adequacy of the existing piles to withstand a maximum load
of twenty-five (2:) tons.
i
t
I
Page 16 Special Provisions
17. No gravel or other bottom material shall be removed from
within the high water flow channel bed of any stream or
from the bottom of any other state waters, except as
provided in the Technical and Special Provisions of the
Department of Fisheries approval.
18. Any debris resulting from this project is to be disposed
of by placing beyond high tide and/or high water flows.
*. t
Page 15 Special Provisions
5. Equipmeet may operate in the water while shaping the
toe of the bank and/or the key at the toe of the bank for
placement of bank protection materials, except that the
drive mechanisms (wheels, tires, tracks, etc.) shall not
enter or operate within the water during these operations. i
These operations shall not take place during the period
when spawning or incubation is taking place in toe vicinity
of the project, i.e. , these operations shall—take place j
after and before I`
6. All bank protection material shall be placed from the bank.
There shall be no dumping of bank protection material
directly from a truck bed onto the bank face.
7. Bank protection materials shall be clean and shall be of
sufficient size to prevent its being washed away by high
-ater or by wave action.
8. If a filter blanket is to be used, filter material shall
be placed from the bank and bank protection material shall
be placed simultaneously with filter blanket.
9. All cut slopes and fill slopes shall be structurally stable.
ID. All cut slopes and fill slopes shall be planted immediately
after final grading with brush and grasses typical of the
vegetation in the general vicinity of the project.
ll. Water quality is not to be degraded to the detriment of
fish life as a result of this project. Compliance with
the quality limits set forth in the Wdshington State
Water Quality Regulations shall be maintained throughout
the life of the project.
12. Siltation of the bed or bottom of any state waters to the
detriment )f fish life shall not occur as a result of
this project.
13. At no time and under no circumstances is there to be
created a block to stream or tidal flow or fish passage
as a result of this project.
14. No equipment is to enter or operate in any flowing stream
or other state waters except as provided in the Technical
and Special Provisions of the Department of Fisheries
approval.
15. Any fish stranded as a result of this project shall be
safely released to the flowing stream or open water.
16. Any stream bank or shoreline ;raa on which vegetation cover
is disturbed shall be replanted with trees, brush, and
grasses of similar type and concentration as exists along
the stream banks or shoreline in the general vicinity -)f
the project.
Page 14 Special Provisions
PROVISION; OF THE DEPARTMENT OF FISHERIES
Concrete Piers
1. The entira work area at each pier which is within state
waters is to be ai,closed by sheet piling or similar
mechanism.
2. A clamshell , dragline, or hydrau+ic dredge may be used
for excavation and backfilling inside the sheet piling
enclosure, except that the drive mechanism (wheels,
tires, tracks, etc.) shall not eater or operate within
the flowing stream during these operations. Excavated
materials shall not be stockpiled or spoiled within
the high .pater flow crannel of the stream.
3. After pld( •rment of the Concrete seat, the area inside
the sheet piling may he dewatered, providing the discharge
from the dewatering operction meats the quality limits
set forth in the Washington State Water Quality Regulatiors.
4. Backfilling around each pier shall take place prior to
ren,oval of the sheet piling.
5. The bed at the base of each pier shall be armored as
necessary to prevent scouring. Armcring materials shall
be clean and shall not extend above the pre-project
bed elevation.
6. Backfill material , other than that required to prevent
scouring, shall be clean, well rounded, uniformly
graded, granilar material , ranging in size from U4 1
to 4 inches.
Bridge Construction
1. Abuttments and piers shall not -restrict the flow so
as to cause any increase in scour or an appreciable
increase in t::e back water elevation.
2. Sufficient clearance shall be provided above the stream
Ned to pass all anticipated flows and debris.
3. There shall be no direct discharge of roadway drainage
into the stream.
i
4. All raw bank areas shall be suitably protected to
orevent erosion.
1
r-
Page 13 Special Provisions
Engineer. the field office should be of sufficient size to accommodate
Lhe Inspector and one or two additional personnel ; so as to discuss the
plans or problems that might arise during construction.
Sanitation facilities should be provided in the area of the field
office to conform with Section 7.22 of the Standard Specifications.
All expenses incurred in supplying a field office and sanitation
facilities shall be considered incidental to the project and no further
compensation shall be made.
1-34 SALVAGE
All salvage material as noted on the plans and taken from any of the
discarded facilities shall , at the Engineer's discretion, be carefully
salvaged and delivered to the City yard.
Any cost incurred in salvaging and delivering such items shall be
considered incidental to the project and no compensation will he made.
1-35 AWARDING OF CONTRACT
Awarding of contract will be based on total sum of all schedule of
prices. No partial bids will be accepted.
1-36 CONSULTING ENGINEER
Section 1.03 of the Standard Specifications shall be deleted in its
entirety and the following paragraph substituted therefore.
Wilsey & Ham, Inc. , has been retained by the Owners as Consultants,
to design and prepare the plans and specifications. The funrtion of
Wilsey b Ham will be limited to providing interpretation of the plans
and specifications during construction unless otherwise notified in
writing.
1-37 RELATIONS WITH THE WASHINGTON DEPARTMENT OF FISHERIES
The Contractor shall be the responsible party to maintain contact with
Washington Department of Fisheries, Phone Number 753-6650, to determine
what time of year pile driving and rofferdamming will be permitted.
For the purposes of bidding, it is anticipated that the period between
June 1 and September 1 will be suitable for pile driving, cofferdamming,
and working wit:,ir, the wetted perimeter of the Cedar River. Additional ,
but not necessarily all , restrictions of the Washington Department of
Fisheries are listed below;
Page 12 Special Provisions
1-29 SIZE, WEIGHT, LOAD RESTRICTIONS FOR MOTOR VEHICLES
All motor vehicles of the Contractor, Subcontractor, and suppliers
shall strictly adhere to Ch. 46.44 of the Rotor Vehicle Laws of
the State of Washington (1967 Edition and amendments therof) in regard
to size, weight, and loads of motor vehicles.
Payment will not be raade for any material that is delivered in excess
of the legal weight for which the vehicle is licensed.
Any gross violation of these regulations shall be reported to the
affected law enforcement agent.
The Contractor is to furnish to the Director of Engineering a listing
of all haul vehicles used on this project, listing the vehicle number,
license number, tare weight, and licensed load limits.
1-30 SUBCONTRACTORS AND SUPPLIERS
A list of subcontractors and suppliers that will be involved with this
project shall be giver to the Engineer for his review and approval
immediately after the contract has been awarded. This list must be
received by the Engineer before the contracts may be signed.
1-31 CHANGE ORDERS
All additional work that requires compensation to the Contractor for
items that prices are not included in the contract shall require a
written change order before work may be done.
The Contractor shall be responsible for acouiring the necessary change
orders that are required by any of his subcontractors.
FORCE ACCOUNT
The City will accept work against Force Account in accordance with
Standard Specifications, Section 9.04 and charged to special account.
1-32 CONSTRUCTION CONFERENCE
Prior to the start of construction, the Contractor, Engineer, Sub-
contracto/s, Utility Departnlent, Telephone Company, Power Company, Gas
Company, and other interested Departments shall attend a pre-construction
conference, time, place, and date to be determined after awardance of
the contract. Subsequently a representative of the Contractor will
attend a weekly conference to review progress and discuss any problems
that may be incurred. Tre time, place, and date to be established at the
pre-construction conference.
1-33 FIELD OFFICE
.l
The Contractor shall provide a field office with heat, lights, ana
telephone in a central location on the job site for the use of thr
1
Page 11 Special Provisions
Each voucher claim submitted by a Contractor for payment on a project
estimate shall state that prevailing wages have been paid in accordance
with the prefiled Statement or Statements of Intent on file with the
Department of Labor and Industries as approved by the Industrial
Statistician.
Affidavits of Wages Paid (SF 9843) are to be filed with the State
Treasurer, or the Treasurer of the county or municipal corporation or
other officer or person charged with the custody and disbursement of the
state or corporate funds as the case may be and two (2) copies of each
affidavit are to be filed with the Director of the Department of Labor
and Industries, Attention: Industrial Relations Division, 1601 Second
Avenue, Seattle. Whenever practicabl-, affidavits pertaining to a
particular contract should be submitted as a package.
1-26 SURVEYS
Section 5.06 of the Standard Specifications shall be amended by the
addition of the following sentence: "The Contractor shall notify the
Engineer a minimum of 48 hours iii advance of the need of surveys."
1-27 OVERTIME FIELD ENGINEERING
When the Contractor performs construction work over the accepted eight
(8) hours Per day or forty (40) hours per week, or on any City holiday,
and the work requires inspection, then the Contractor shall reimburse
the City at the rate of $12.00 per hour. .he City shall have the sole
authority in determining the necessity of having the overtime inspection.,
and shall notify the Contractor of intent and said costs will be deducted
from monies !ue the Contractor on each monthly estimate.
1-28 DELIVERY TICKETS
All delivery tickets that are required for the purpose of calculating
quantities for payment must be received by the Engineer at the time of
delivery. No payment will be made on tickets turned in after date of
delivery of n terial.
Payment will not be made for delivery tickets which do not show type of
material, gross weight, tare weight, truck number, date, and inspector's
initials.
Scale certification shall be submitted as early in the project as
possible.
Each weigh station shall maintain a record of the truck number, time,
date, and weight of all trucks providing material to the project. The
weight list small he maintained in duplicate with one signed copy
transmitted daily to the City by the scale attendant.
In isolated cases where scale weight is not available, the Inspector
shall measure the truck volume and certify as to its full load delivery.
i
Page 10 Special Provisions
1-25 WAGE SCHEDULE
The prevailing rate of wages to be paid to all workmen, laborers or
mechanics employed in the performance of any part of this contract
shall be in accordance with the provisions of Chapter 39.12 RCW, as
amended. The rules and regulations of the Department of Labor and
Industries and the schedule of prevailing wage rates for the locality
of localities where this contract will be performed as determined by
the industrial Statistician of the Department of Labor and Industries,
are by refer^^.ce made a part of this contract as though fully set
forth herein.
Inasmuch as the Contractor will be held responsible for paying the
prevailing wages, it is imperative that all Contractors familiarize
themselves with the current wage rates before submitting bids based
on these specifications.
In case any dispute arises as to what are the prevailing rates of
wages for work of a similar nature and such dispute cannot be adjusted
by the parties in interest, including labor and management representa-
tives, the matter shall be referred for arbitration to the Director of the
Department of Labor and Industries of the State of Washington, and his
decisions therein shall be final and conclusive and binding on all parties
involved in the dispute as provided for by RCW 39.12.060, as amended.
The Contractor, on or before the date of commencement of work, shall
file a statement under oath with the Owner and with the Director of
Labor end Industries certifying the rate of hourly wage paid and to be
paid each icassification of laborers, workmen, or mechanics employed
upon the work by the Contractor or subcontractor which shall be not
less than the prevailing rate of wage. Such statement and any supple-
mental statements which may be necessary shall be filed in accordance
with the practices and procedures by the Department of Labor and
Industries.
Prior to commencing work, each Contractor and each and every subcontractor
shall file a sworn Statement of Intent (SF 9882) with the Owner and with
the Department of Labor and industries as to the prevailing wage rate,
including fringe benefits, for each job classification to be utilized.
The wage rates thus filed will be checked against the prevailing wage
rates as determined by the Industrial Statistician of the Department of
Labor and Industries. If the wage rates are correct, the Industrial
Statistician will issue an acknowlegement of approval to the Contractor
and/cr subcontractor with a copy to the awarding agency (Owner.) If
any incorrect wage rates are included, the Contractor and/or Subcontractor
will be notified of the correct rates by the Industrial statistician
and approval will be withheld until a correct statement is received.
Copies of wage rate approvals will be furnished the awarding agency,
and the Contractor (and the prime Contractor in the case of a subcontractor)
by the Industrial Statistician,
t
Page 9 Special Provisions
The Contractor shall include in his unit bid prices any compensating
tax that must be paid. See Section 7.09 of the Standard Specifications.
1-23 PAYMENT TO THE CONTRACTOR
Payments to be made to the Contractor will be made in the manner out-
lined in Section 9 of the Standard Specifications. Payments shall be
made in Cash Warrants. Partial payments on estimates may be withheld
until a work progress schedule as described in Section 1-18 of these
Special Provisions has been received and approved.
1-24 DISPUTES AND LITIGATION
Any questions arising between the Inspector and the Contractor or his
Superintendent or Foreman as to the meaning and intent of any part of
the plans and specifications shall be immediately brought to the
attention of the Engineer and will be adjusred by him.
Failure on the part of the Director of Engineering or his representative
to discover and condemn or reject bad or inferior work or materials
shall not be construed as an acceptance of any such work or materials,
or the part of the improvement in which the same may hdve been used.
To prevent disputes and litigation, it is further agreed by the parties
hereto that the Director of Engineering shall determine the quantity and
quality of the several kinds of work embraced in these improvements. He
shall decide all questions relative to the execution of the work and the
interpretation of the Plans and Specifications.
In the event the Contractor is of the opinion he will be damaged by
such interpretation, he shall , within three (3) days, notify the City
Engineer and the City Clerk in writing of the anticipated nature and
amount of the damage or damages. In the event an agreement cannot then
be reached within three (3) days the City and the Contractor will each
appoint an arbitrator and the two shall select a third.
The decision of the majority of the arbitration board shall be binding
upon both parties and shall be delivered before any work is performed
upon the feature in question.
The arbitration shall be conducted in accordance with the statute: of
the State of Washington and court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and
the Contractor unless it 4s the majority opinion that the Contractcr's
filing of the protest is capricious and without reasonable foundation.
In the latter case, all costs shall be borne by the Contractor.
the venue of any suit shall be in King County, Washington, and if the
Contractor is a non-resident of the State of Washington, he shall
designate an agent, upon whom process may be served, before commencing
work under this contract.
i
♦ 1
s
Page 8 Special Provisions
1-19 HOURS OF WORK
The working hours for this project will be limited to week days during
the period from 8:00 a.m. to 5:00 p.m. , unless otherwise approved by
the City.
During peak traffic hours, construction shall be restricted to the
traveled roadway. Three (3) lanes shall be open to traffic at all
times during peak traffic periods and/or as directed by the Engineer.
1-20 WASTE SITE I
The Contractor shall conform to Section 4.06 of Standard Specifications /+
in regard to waste sites.
The Contractor shall have the responsibility of obtaining his own waste
site. All work included in this section shall be considered to be
incidental to other items of work and no further compensation will b
made.
The route taken to the waste site shall be maintained solely by the Con-
tractor in a manner as described below:
The Contractor shall be prepared to use water trucks, power sweepers,
and related equipment as deemed necessary by the City Engineer to
alleviate the problem of lost spoils along the route. Prompt restora-
tion of the route is mandatory.
1-21 DUST AND MUD CONTROL
The Contractor shall be responsible for controlling dust and mud within
the project limits and on any street which is utilized by his equipment
for the duration of t;)e project. The Contractor shall be prepared to
use watering trucks, power sweepers, and other pieces of equipment as
deemed necessary by theEngineer, to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project,
and no compensati,)n will be made for this section.
Complaints on dust, mud, or unsafe Practices and/or property damage to
private ownership will be transmitted to the Contractor and prompt
action in correcting will be required. Written notice of correction
of complaint items will be called for should repetitive complaints be
received by the City.
1-22 STATE SALES TAX
All items in this contract are a part of the construction of a public
road improvement as defined in Rule 171, issued `iy the Excise Tax
Division of the State of Washington, and the Owner is exempt from the
payment of sales tax on all items.
6
#t
Page 7 special Provisions
PROJECT CONSTRUCTION AND IDENTIFICATION SIGNS
The Contractor shall furnish and install a Project Identification Sign
on each errd of the project one (1) week in advance of construction.
The sign shall conform to the Speci'rcations as per attached sheet.
The Contractor shall furnish and install construction signs which
conform to current City of Renton Sign No. T-38 "CAUTION, CONSTRUCTION
A'ICAD," 24"x24" diamond, black lettering on yellow background. One (1)
Sign of the type mentioned above will be posted at each street
entering onto the project site.
All construction and detour signing shall conform to Part V "Traffic
Controls for Highway Constr
Manual of Uniform Traffic C uction and Mafntenanc: Operations" of the
ontrol Devices.
The cost of furnishing and placing all construction and identification
signs shall be considered as incidental to the project and no further
compensation will be made.
1-17 REMOVING TRAFFIC AND STREET SIGNS
The Contractor shall be responsible for maintaining all traffic and
street signs. in the event it shall be necessary to remove a traffic
or street sign, the Contractor shall notify the Engineer for all
changes made. When the work has been completed, and prior to said area
being opened to traffic, the Contractor shall notify the Engineer, and
obtain his approval of signing.
1-18 _CHCDULING OF WORK
Section 8.61 of the Standard Specifications shall be deleted and the
following inserted:
Promptly after the award of the contract, the Contractor shall submit a
progr --hedule for approval to the Engineer. From this information a progr schedule diagram will be computed, plotted, and a copy
returned to the Contractor. Payment to the Contractor on any estimate
may be withheld until such a schedule has been submitted and approved.
Should it become evident at any time during construction that operations
will or, may fall behind the schedule of this first program, the Con-
tractor shall , upon request, promptly submit revised schedules in the same
form as specified herein; setting out operations, methods, and equipment,
added labor forces or workinq shi,ts, night work, etc. , by which time
lost will be made up, and confer with the Engineer until an approved
modification of the original schedule has been secured. Further, if
at any time any portion of the accepted schedule is found to conflict
with the contact provisions, it shall , upon request, be revised by
the Contractor and the work shall he performed in compliance with the
contract provisions. Payuoant of any further estimates to the Contractor
after such request is made and until an approved motes to the
c)edule has
been provided by the Contractor may be withheld. Execution of the work
accordfng to the accepted schedul. of construction, or approved modifica-
tions thereof, is hereby made an obligation of the contract.
i
Page 6 Special Provisions
It shall be the Contractor's responsibility to contact the GAS COMPANY
POWER COM"ANY, TELEPHONE COMPANY. RENTON WATER DEPARTMENT and a i of er
private utility y companies or exact ocations o— them respective under-
ground utilities.
1-13 RELOCATION Ok ADJUSTMENT OF EXISTING UTILITIES 8Y OTHERS
The Contractor shall conform to Sec`ion 5.08 of Standard Specifications
in regard to movirg or adjustcient of public and private utilities. The
Contractor shall notify the nterested public and private utility in
ample time to make necessary adjustments.
1-14 PUBLIC CONVENIENCE AND SAFETY
The Contractor ;hall , at his own expense, provide flagmen, shall furnish
all signs, barricades, guards, construction warnings, and night lights
in order to protect the public at aii times from injury as a result of
his operations. If the Contactor should fail to maintain sufficient
lights and barricades in the opinion of the Engineer, .ne City shall
have tyre right to provide these lights and barricades and deduct such
costs from payments due the Contractor.
A plan for traffic control must be submitted for r„ie Engineer's
3ppro;al before the beginning of construction. The Contractor shall
maintain detour routes and other routes used by his equipment hauling
materials to and from the area.
Attention is directed to applicable port(ons of Section 7.15 of the
Standard Specifications. In addition the iollouing special provisions
shall apply:
A. Two-way traffic and pedestrian acce. s will be maintained
as directed by the Engineer.
S. Local police and fire departments shall be notified, in
writing, prior to construction.
C. 4r_ess and egress to local residents shall be maintained
at all times.
All costs involved in the above shall to considered incidental to other
costs of work involved and no further compensa'ion will be made.
1-15 CONSTRUCTION E UI4 . MENT
Drivers of motor vehicles used in connection with the construction or
repair work shall obey traffic rules posted for such location in the
same manner and under the same restrictions as provided for the drivers
of private vehicles.
i
f
% r
t
Page 5 Special Provisions
specifications together with the laws of the State of Washington and
the Ordinances and Charter of the City of Renton, so fir as applicable,
are hereby included it these specifications as though quoted in their
entirety and shall apply except as amended to superseded by these
Special Provisions.
A copy of these Standard Specifications is on file in the office of
the Director of Engineer, Municipal Building, Renton, Washington,
where they may be examine; and consulted by any interested party.
dherever reference is maae in the Standard Specifications to the
Owner, such reference shall be construed to mean the City of Renton,
and where reference is made to the Engineer, such reference shall be
construed to mean the Director of Engineering, City of Renton, or his
duly authorized assistant or assistants.
1-9 ORDER OF PRECEDENCE
Where conflicting information as to specifications is ound in the
"Standard Specifications," Plans and Special Provisions, the plans
shall hold over the "Standard Specifications" and the Special Pro-
visions shall hold over both the Plat6 and "Standard Specifications."
1-10 FIELD CHANGES
Any alterations or variances from the plans, except minor adjustments
in the field to meet existing conditions shall be requested in writing
and may not be instituted until approved by the Director of Engineering
or his representatives acting specifically upon his instructions. In
the event of disagreement of the necessity of such changes, the
Engineer's decision shall be final.
1-11 FAILURE TO MEET SPECIFICATIONS
.n the event that any material or workmanship does not meet the
requirements or specifications, the City may ha.e the option to accept
such material or workmanship if the Director of Engineering deems such
acceptance to be in the best interest of the City, provided, the City
may negotiate payment of a lower unit price for said material or
workmanship.
1-12 PROTECTION OF PUBLIC AND PRIVATE UTILITIES
The Contractor shall conform to Section 5.09 and 5.10 of Standard
Specifications in regard to protection of public and private utilities.
Location and dimensions shown on the plans for existing underground
facilities are in accordance with the best available information
without uncovering and measuring. The Owner does not guarantee the
size and location of existing facilities.
1
� ti
i
Page 14 Technical Provisions
The unit price bid per ton for asphalt treated base shall be full
compensation for dll labor, equipment, materials, and all incidental
costs necessary for furrishing acid placing the asphalt treated base.
3-22 ASPHALT CONCRETE CLASS "B"
Asphalt concrete Class "B" shall be in accordance with Section 34 of
the Standari Specifications except that joints between successive layers
of asphalt concrete shall be lateraliy offset a minimum of twelve (i` .
inches.
An asphalt tack coat (SS-1-) shall be placed in accordance with Saction 34
of the Standard Specifications. Ti.e tack coat shall be applied to all
existing pavement surfaces, asphalt or cement and between successive
layers of asphalt concrete pavement. The tack coat shall be considered
as incidental to the cost of the asphalt concrete.
Asphalt concrete pavement Class "B" shall be used in twd layers --
2" ai•d 1" respectively.
The unit ;rice bid per ton for asphalt concrete Class "B" shall be full
compensation for all labor, equipment, materials, and all incidental
costs necessary for furnishing and placing the asphalt concrete.
3-23 MISCELLANEOUS ASPHALT CONCRETE
Miscellaneous asphalt concrete shall conform to Section 34 of the
Standard Specifications except that it shall be placed by hand and
rolled with a roller weighing no more than 5 tons. Miscellaneous
asphalt shall be placed as directed by the Engineer. The unit bid
price per ton for miscellaneous asphalt concrete shall be full compen-
sation for furnishing all labor, materials, tools, and equipment to
place miscellaneous asphalt complete.
3-24 COLD MIX ASPHALT PATCHING
Cold Mix Asphalt shall be placed and compacted as directed by the
Engineer. The unit bid price for Cold Mix Asphalt Patching per ton
will be full compensation for furnishing all labor, materials, and
equipment necessary to place patches to the satisfaction of the
Engineer and no other compensation shall be made.
3-25 CONNECTION TO EXISTING LINE
Where shag ar is plans, new orain Pipes shall be connected to
existing ; iaos. The Contractor stall be required to break into the
existing line, install a tee section and connection in a workmanlike
manner and to the satisfaction of the Engineer.
Page 13 Technical Provisions
3-21 ASPHALT TREATED BASE
The asphalt treated base shall be placed in one lift and to a compa,:ted
depth as shown on the plans. The material shall be placed with an
approved paving machine employing those methods described in Section
34-3.07, 34-3.08 and 34-3.09 of the Standard Specifications.
The asphalt treated base shall be a hot bituminous plant mix material.
The material shall be made in conformance with Sections 34-1.03, 34-3.038,
"-3.04, 34-3.05, and 34-3.C6 of the Standard Specifications.
The asphalt cement shall be a paving grade asphalt 85-100 penetration.
j The aggregate for asphalt treated base shall meet the following test
t requirements:
r
Los Angeles Wear, 500 Revolutions, A.S.T.M. Designation
C131 , 40% Maximum.
Sand equivalent (Section 6), 35% minindm.
The mineral aggregates, when combined in the designated proportions
and mixea with asphalt cement of the proper grade and quality, shall
I meet the following requiremerts:
Stabilometer Value (Section 6) 20 Min.
Cohesiometer Value (Section 6) 50 Min.
Modified immersion compression
test, % retained strength
(Section 6) 70 Min.
The materials of which the asphalt treated base is composed shall meet
the following grading and proportioning requirements.
The percentage of aggregates refer to the complete dry mix
The percentage of asphalt refers to the complete bituminous mix.
r
All percentages are by weight.
Passing 2" square sieve 100%
Passing 112" square sieve 56%-100%
Passing 1/4" square sieve 40%-78%
Passing U.S. No. 10 sieve 22%-57%
Passing U.S. No. 40 sieve 8%-32%
Passing U.S. No. 200 sieve 2%-4,5%
(The exact percentage of asphalt to be determined by the Engineer.)
t
t
� 1,
Page 12 Technical Provisions
the price per ton of crushed surfacing shall be full compensation
for furnishing and placing crushed surfacing, (1-1/4").
3-18 CEMFNT CONCRETE CURB AND GUTTER TYPE "A"
Cement concrete curb and gutter shall be constructed in accordance
with Section 40 of the Standard Specifications and Standard Plan No.
I . It shall be constructed of Class 5 (1-1/2) Portland Cement
Concrete.
Curb depressions in front of driveways shall be included and w'll be
measured and paid for as part of this bid item.
Measurement and payment of Cement Concrete Curb and Gutter, Type
"A", will be by the lineal foot of curb and gutter, in place,
including driveway depressions, ,which payment will be full coripen-
sation for all labor, equipment, materials, and incidental costs
necessary for the furnishing and placing of cement ,oncrete curb and
gutter, Type "A".
3-19 CEMENT CONCRETE SIDEWALK
Cement concrete sidewalk shall be Type 'S" and shall be constructed
in strict compliance with Section 42 of the Standard Specifications
and as shown on Standard Plan No. 14.
The unit price per square yard for cement concrete sidewalk shall
be full compensation for all labor, equipment, materials, and inci-
dental costs necessary for the furnishing and placing of cement con-
crete sidewalk.
3-20 CEMENT CONCRETE DRIVEWAYS
Where shown on the plans, the Contractor shail construct cement con-
crete driveways, Type "D" and fype "0" Modified, in conformance with
Section 41 of the Standard Specifications, Standard Plan No. 10,
except as modified herein and on the plans.
Material shall be Class 5 (1-1/2) Portland Cement Concrete six inches
thick.
Measurement will be by the square yard for driveway surface area
measured between the back of curb to the back, of sidewalk.
Payment for concrete driveways, Type "D" and Type "D" Modified, will
be at the unit price bid per square yard for cem,at concrete driveways,
which price shall be full compensation for all labor, equipment,
materials, and all incidental costs necessary to complete this item
as specified.
* ti
Page ll Technical Provisions
Abandonment of manholes shad be coordinated with construction of
new drainage facilities sufficiently to provide alternate drainage
protection after abandona*nt.
New catch basins or i.,;ets shall be constructed and connected under
the appropriate bid item.
Payment for abandoning manholes will be made at the unit price bid
for each manhole abandoned, which price shall be full compensation
for all labor, equipment, materials, and all incidental costs i
necessary to complete the work as specified.
3-15 REMOVE INLETS AND CATCH BASINS I
Where existing inlets and/or catch basins are shown on the plans to
be removed, the Contractor shall first plug all pipe openings with
Class 5 (3/4) concrete or with mortar and masonry, block or brick,
to provide a watertight closure. The castings shall be removed and
delivered to the City of Renton corporation yard and the inlet or
catch basin structure removed and disposed of off the site by the
Contractor. Thi opening shall then be filled with sand or excavated
material from other portions of the work and compacted as Directed
by the Engineer.
Removal of inlets and catch t3sins shall be coordinated with new
construction sufficiently to provide alternate drainage protection
after removal.
Payment for removing inlets and catch basins will be made at the
unit price bid for each inlet or catch basin removed, which price
shall be full compensation for all labor, equipment, materials,
and all incidental costs necessary to complete the work as specified.
3-16 SELECT TRENCH BACKFILL
Select trench backfill for pipe shall consist of crushed or naturally
occurring granular material from sources selected by the Contractor.
The source and ouality of the material shall be approved by the
Engineer. Select trench backfill for pipe shall meet requirements
for Bank Run Gravel Class "B" as outlined in Section 26-2.01 of the
Standard Specifications
The unit price per cubic yard (truck measured) shall by full compen-
sation for selecting the source, urnishing and placing the material,
as outlined in Section 26-2.01 of the Standard Specifications.
See Section 2-10. '
3-17 CRUSHED SURFACING COURSE (1-1/4")
Crushed surfacing Course, (1-1/4"), shall meet the requirener.ts as
Y> outlined in Section 23 of the Standard S, _J ficacions. The Contractor
shall select the >ource, but the source and quality shall be approved
by the Engineer.
k
Page 10 Technical Provisions
A minimum of one course of 8" wide brick shall be placed under frames
for adjusting.
The unit price bid for cacn catch basin and inlet will be full compen-
sation for all labor, equipment, materials, including adjustment to
final grade, and all incidental costs necessary for furnishing and
placing catch basins Type I.
3-12 MANHOLES
Manholes shall be constructed in conformance with Section 63 of the `
Standard Specifications and Standard Plan 40 except as modified herein.
Manhole covers shall be Olympic Foundry No, b920, 7" depth, Style C
or approved equal .
A minimum one course of 8" wide brick shall bp �:;ced under the frame
for adjusting.
Final adjustment of new manhole frames ana covers to match finish
pavement surface will be included as part of the bid item for the
respective manholes and no separate payment will be made therefore.
Type I and IV manholes will be constructed in their entirety as part of
the Manhole, Type I and Type IV bid items.
Type I and IV manholes will be paid for at the unit price bid for the man-
holes complete in place, which payment shall be full compensation for
all labor, equipment, materials, including pipe cunnections, adjusting
frame to final grade, and all incidental costs necessary for furnishing
and placing manholes as specified.
3-13 ADJUST INLETS TO GRADE
Adjusting existing inlets to grade shall be done in conformance with
applicable portions of Section 53 of 0e Standard Specifications.
The unit price bid per each inlet adjusted shall be full compensation
for all labor, equipment, materials, and all incidental costs necessary
to adjust inlets to grade.
3-14 ABANDON MANHOLES
Where existing manholes are shown on the plans to be abandoned, the
Contractor shall first plug all pipe openings with Class 5 (3/4) concrete,
or with mortar and ma>lnry blocks or brick, or such other procedure as
approved by the Engineer, to provide a watertight closure. The casting
shall be removed and delivered to the City of Renton corporation yard
and the manhole structure removed to at least two (2) feet below finish
grade. The remaining portion of the manholu anu excavation shall then
be filled with sand or excavation from other portions of the work and
compacted as directed by the Engineer.
t
� t
Page 9 Technical Provisions
Joints for both types of concrete pipe shall be of the rolling "0"
ring or "0" ring in a groove rubber gasket type with concrete bell
and spigot cast integrally with the pipe.
the maximum trench width for concrete pipe, As measured at the crown
of the pipe, shall be 40 inches for 12" diameter and 54" for 24" diameter
pipe•
Trench width at the surface of the ground shall be Kept to a minimum
amount necessary to install the pipe in a safe manner. If the maximum
specified trench width is exceeded by the Contractor without written
authorization by the Engineer, the Contractor will be required to
replace at his own expense any additional select backfill material or
pavement patch required.
Trench excavation, shoring, dewatering, foundation preparation, cribbing
and sheeting, beddding, backfilling, disposal of surplus excavation,
will be considered incidental to the storm drain construction and all
costs in connection therewith shall be included in the unit price bid
for the pipe, in place.
All pipe sha'.1 be bedded with Class 6 bedding unless shown otherwise
on the plans.
Trench backfill shall be excavated trench material unless select imported
backfill is ordered by the Engineer. Where trenches are backfilled
through existing paved areas, the compacted backfill shall be brought
to a point 10 inches below existing pavement grade. The balance of the
trench shall then be filled with 4 inches of compacted crushed sur-
facing conforming to the requirements of Section 23 of the Standard
Specifications and 6 inches of cement concrete pavement patch conforming
to the requirements of Section 54 of the Standard Specifications and
Standard Plan No. 18.
Storm drain pipe will be measured and paid by the lineal foot of pipe
in place including all trenching, pipe laying and jointing, bedding,
and backfilling with excavated trench material. Where called for
by the Engineer, imported select trench backfill will be measured
and paid for under the bid item for select trench backfill. Where
crushed surfacing and cement concrete pavement patch is specified in
pavement areas, the crushed surfacing and cement concrete will be
measured and paid for under the bid items for crushed surfacing and
cement concrete pavement patch.
Payment at the unit price bid will be full compensation for all labor,
equipment, materials, transportation, and all incidental costs necessary
to complete the work as specified.
3-11 CATCH BASINS, INLETS
Cast iron frame and covers shall be Olympic Foundry No. 5434 or approved
equal.
Catch basin Type I shall be Graystone No. CB-18 or approved equal .
1
�► 1
Page 8 Technical Provisions
Where cement concrete pavement is encountered hidden beneath an
asphalt concrete or bituminous surfacing, it shall be measured and
paid for as remove cement concrete pavement.
Where cement concrete pavement is removed for trench excavation, the
maximum width permissible for payment under this item will be the
maximum trench width specified in Section 3-10 unless additional width
is authorized in writing by the Engineer.
Removed Cement concrete pavement shall be removed from the site and
disposed of by the Contractor as part of this item of work.
Measurement and payment for removal of cement concrete pavement will
be made at the unit price bid per squarE yard of cement concrete pave-
ment removed and disposed of as stated above, which payment shall be
full compensation for all labor, equipment, and incidental work and costs
necessa-y for the pavement removal ac specified.
3-9 GRADING AND SUBGRADE COMPACTION
Following removal of existing asphalt concrete pavement, cement concrete
pavement, curb, curb and gutter, driveways, and sidewalk, the Contractor
shall grade and compact the area including any regrading and/or removal
of existing base rock material to the required subgrade fur construction
of new street improvements.
The Contractor shall use care not to overcut and to maintain a neat line
along the edge of existing pavement to remain in place.
After grading, the subgrade shall be compacted to 95% of maximum density
and finished in accordance with Section 15 of the Standard Specifications.
Excess material removed during grading :,iay be disposed of off the site
in a disposal area obtained by the Contractor.
No separate payment will be made other than the unit price bid for
grading and subgrade compaction under this item.
Measurement for grading and subgrade compaction will be by the square
yard of area graded and subgrade compacted.
Payment will be at the unit price bid per square yard for grading and
subgrade compaction, which payment will be full compensation for all
labor, equipment, anO incidental costs necessary for the grading and
subgrade compaction as specified.
3-10 STORM DRAIN PIPE
All storm drain pipe except the 24" sire shall be nonreinforced concrete
pipe conforming to ASTM Designation C14, Table II (Extra Strength) and
Section 60-3.01A of the Standard Specifications.
24" pipe shall be reinforced concrete conforming to ASTM Designation C-76
and Section 60.3018 of the Standard Specifications, and shall be Class III
Pipe.
1
� ty
Page 7 Technical Provisions
Removal of gutters and depressed curbing at driveway entrances will
be considered as part of this item.
Removed curb or curb and gutter shall be rpmoved from the site and
disposed of by theContractor as part of this item of work.
Measurement and payment for removal of curb and/or curb and gutter
will be made at the unit price bid per lineal foot of removal and
disposal, which payment shall be full compensation for all labor,
equipment, and incidental costs necessary for the removal and disposal
of the curb or curb and gutter.
3-7 REMOVE CEMENT CONCRETE SIDEWALK
Where existing cei,,ant concrete sidewalk is removed adjacent to existing
sidewalk to remain in place, the removal shall take place to the nearest
existing thru joint or dummy joint outside the limit of removal shown.
Removal of cement concrete driveway approaches betwe^_n the back of curb
line and back fo sidewalk line will be considered as part of this item
of work.
Removed sidewalk shall be removed from the site and disposed of by
the Contractor as part of this item of work, except that a sufficim
quantity of slab sections shall be retained to construct the concrete
rip-rap outlet wall and splash pad around the outlet on the north end
of Logan AVenue Bridge.
Broken sections of sidewalk used for the conc:ete rip-rdp outlet shall
be minimum 100 pound pieces and shall be paced in conformance with
the plans, and requirements of the spp-ifications for broken concrete
rip-rap.
Measurement and payment for renioval of cement concrete sidewalk will
be made at the unit price bid per square yard of sidewalk removal and
disposal as stated above, which payment shall be full compensation for
all labor, equipment, andincidental costs necessary for the removal
and disposal of the sidewalk.
3-8 REMOVE CEMENT CONCRETE PAVEMENT
Wherever, it is necessary to remove existing cement concrete pavement
for trenching, or elsewhere if directed by the Engineer, the Contractor
shall pre-cut the concrete by line drilling or saw cutting to assure
breaking the concrete along straight lines.
Where the Contractor elects to line drill the concrete, the drill holes
shall be perpendicular to the surface and shall be on a maximum spacing
of six inches center to center. Where the Contractor elects to saw cut
the concrete, the saw cuts shall be a minimum of 1-1/2 inch of the thick-
ness of the concrete to be sawed, or sufficient additional depth to
assure a neat, clean, straight break.
Page 6 Technical Provisions
It shall be the Contractor's responsibility to select the source of
the sill material, however, the source and quality of material shall
be approved by the Engineer before using the fill material in the
embankment.
Where dpprcved by the Engineer, excess suitable material from grading,
subgrade preparation, and trenching operations may be well mixed through
the imported fill mat:.,rial and utilized in the compacted fill .
Compacted fill will be measured by the cubic yard, truck measure,
of acceptable fill material placed and compacted to the required density.
Payment for compacted fill will be made at the unit price bid per cubic
yard (truck measure) of fill material placed and compacted, which price
shalt be full compensation for all labor, materials, equipment, and all
inc',dental work necessary to obtain and place the compacted fill as
specified.
3-5 REMOVE ASPHALT CONCRETE PAVEMENT
Pavement removal shall be performed in those paved areas behind existing
curbs, in driveway ramps, shoulder areas, and other areas outside the
primary traveled street area shown on the plans, and in trench areas or
other areas in the traveled way designated by the Engineer, and shall
consist of removal of all asphalt concrete pavement or other bituminous
surfacing in the designated area,.
At the limit of work for pavement removal , either adjacent to the primary
traveled street area or at the line of driveway and/or parking area pave-
ment conforms, the existing pavement surface shall be cut vertically in
a neat line to provide a clean edge for construction of the new paving
section.
All removed pavement material shall be removed from the site and disposed
of by the Contractor.
Measurement of pay.nient removal will be made by the square yard of pave-
ment removed to the lines shown on the plans.
Payment will be made t the unit price bid per square yard of pavement
removed and shall constitute ful , payment for removal and disposal , off
the site, of the pavement designates for removal.
3-6 REMOVE CURB AND GUTTER
Where e, i.1"ing curb and/or curd and gutter is removed adjacent to curb
and/or curb and gutter to remain in place, the removal shall take place
to the nearest existing thru joint or dummy joint outside the limit of
removal shown.
1
h
i
i
Page 5 Technical Provisions
1
The Contractor shall maintain existing storm lines in operation at
all times except with special permission from the Owner.
Pumps and/or other equipment necessary to perform such shall be inci-
dental to the project and no further compensation shall be made.
3-3 CLEARING AND GRUBBING
The lump sum bid for this item shall constitute complete compensation
for all labor and equipment required to remove from the site all such
items as trees, brush, and items of a similar nature which must be
removed in order to construct the new facilities to the design grade
and cross section as well as complete compensation for all labor and
equipment required to remove from the site all brush, roots, stumps
and debris. The disposal of all material shall be the complete responsi-
bility of the Contractor. Any salvageable material shall be the
property of the Owner and shall , upon removal, be immediately loaded
and hauled to the Owner's designated yard and there shall be carefully
unloaded and neatly stacked or stored in the area designated.
The disposal of inflammable material such as trees, stumps, brush, etc.,
shall be the responsibility of the Contractor. There shall be no
burning on the job site. The Contractor shall be responsible for all
arrangements, maintenance, and clean up of all disposal sites required
for the disposal of all inflammable and other waste material .
There will be no payment for overhaul for any bid item or portion
thereof in these contracts. All bid items either dealing directly
with, or implying movement of, any material to or from the project
area or in the project area itself, are hereby understood to include
full payment for all movement of material.
The unit price bid for clearing and grubbing shall include all costs
of labor, equipment, and all incidental costs in connection with
clearing and grubbing.
3-4 COMPACTED FILL
After the completion of clearing and grubbing and installation of
the storm drainage system in the area, the Contractor shall place cci-
pacted fill to the lines and grades shown on the plans. This shall
include the landscaped mound fill , a portion of the bridge approach
fill , and any required street fills.
Fill material shall be granular in nature placed in maximum loose
lift thickness of 8-inches, and compacted to at least 90% of laboratory
maximum density (A.S.T.M. : 0-1557-707T). Where required by the
Engineer, the existing ground slope shall be "benched" to receive the
compacted fill.
Page 4 Technical Provisions
Laid shall be 100 watt A-23 medium screw base deluxe white phosphor
coated mercury vapor lamps.
2-9 INSTALLATION OF DUCTS
Installation of ducts for the respective Public Utilities shall con-
form to their published standards and shall be subject to inspection and
approval by their designated field representatives. Installation of
structure lighting and allied materials shall conform to applicable
codes and standard practices.
Conductors shall be tested for insulation resistance and correct
connections. Insulation resistance shall be not less than 1 megohm to
ground and 1.5 megohms line to line when tested with a megger type
instrument having a test voltage of not less than 250 V. D.C.
All equipment shall be grounded in accordance % :h code requirements.
Supports for utility ducts shall conform to details on the plans.
Concrete inserts shall be used for support hanger rods. The use of
power driven studs or bolts will not be permitted. If required, ex-
pandino metal shields may be used in drilled holes as approved.
SECTION 3 TECHNICAL PROVISIONS - STREETS
3-1 STREET IMPROVEMENT, GENERAL
Street improvement shall include all excavation, removals, installation,
relocation, adjustments, surfacing, restoration, and incidentals to
complete the work in accordance with Standard Specifications, Special
Provisions, and/or Technical Provisions. The work to be performed is
shown on plans, specified and/or will be directed by the Owner.
The road shall be maintained and open to traffic at all times except
with special permission from the Owner. (Ref: Special Provisions
Section 1-17 HOURS OF WORK).
3-2 STORM SEWERS, GENERAL
The Contractor shall install a storm drainage system with all necessary
appurtenances as shown on Plans, specified and/or as directed by the
Owner. All work shall be performed in accoraance with Standard
Specifications, S... it Provisions, and/or Technical Provisions.
Where existing pi a to be abandoned connects to existing manholes, s
catch basins and, jr curb inlets to remain, it shall be plugged at no
additional cost to the project.
All new and existing storm drains shall be connected to the new and/or
existing storm lines as shown on plans and/or as directed by the Owner.
All existing connections disconnected shall be plugged in accordance
with Standard Specifications, Special Provisions, and/or Technical Pro-
visions.
t 4
Page 3 Technical Provisions
Conduit: All conductors shall be installed in ducts of rigid galvanized
steel conduit except that street I .3hting ducts may be of plastic conduit
between bends. Plastic conduit shall be concrete encased, type I or 1I
conforming to Federal Specification W-C-1094. Bends shall be of rigid
steel conduit.
Conductors: Shall be of copper of sizes indicated on the plans and
shall be Type TW, THW, or THWN.
2-8 PEDESTRIAN WALKWAY LUMINARIES
Pole Mounted Luminaires shall be of cast aluminum construction with cast
aluminum housing, arm, extruded aluminum pole and cast aluminum base.
Housing shall be of corrosion resistant aluminum alloy with integral cast
baffles. Lamp housing shall be n< t less than 1/16 inch thick. Arm
shall be not less than 5/32 inch thick. Balla shall be mounted in arm.
Provide gasketed removable cover on one side. Pole adaptor shall be of
cast aluminum.
Housing, louver guard, arm, and pole witn adaptor shall be ground to a
smooth satin finish and shall be anodized with protective black enamel
coating.
Lamp holders shall be of glazed porcelain supported on stainless steel
brackets ano shall be positioned for proper light control.
_uminaires shall be provided with rugged cast aluminum louver guard.
Poles shall be of extruded aluminum 2-1/2 inches square cross-section
with 1/8 inch minimum wall thickness.
Bases shall be standard surface type of cast aluminum with hinged door
for access to anchor bolts and wiring. Anchor bolts shall be 3/4 inch
diameter galvanized steel with do ule nuts, washers, and templates.
All bolts or screws for access to interior of luminaires shall be vandal-
proof type.
Wall mounted Luminaires shall conform to details and light control
data indicated on the plans. Housing and door shall be of die cast
aluminum and shall be mounted on flush outlet box with fixture stud.
Refractor shall be single piece prismatic lens of thermal and shock
resistant crystal glass contoured for maximum resistant to mechanical
shock. Luminaires shall )e provided with rugged cast metal guard.
Finish shall be natural aluminum. Luminaires shall be provided with
durable gaskets for weatherproof service. Access to interior of units
shall require the use of Allen wrenches or equal method.
Ballasts shall be constant wattage type for 240V service.
1
Page 2 Technical Provisions
The Contractor may cormence driving of permanent piling after having
received from the City an approval of the structural adequacy of the
Piles. Approval of the existing piling then constitutes continuation
of the contract under Schedule "A".
If the piles are determined to be unsatisfactory, the contract shall
continue as a Schedule "B" contract.
Section 6-05.3 (2) shall be modified to require an 8-inch minimum
tip diameter.
2-5 DEMOLITION
The Contractor shall demolish, remove, and dispose of the existing
bridge structure as indicated on the drawings. Care shall be taken
to meet the Department of Fisheries requirements regarding working
in and around the Cedar River.
Demolition and removal of the existing structure shall be paid on a
lump sum basis.
2-6 SHOP DRAWINGS
The Contractor shall submit to the Engineer for his review, six (6)
copies of reinforcing bending and placing diagrams, miscellaneous iron,
and electrical fixtures prior to installation of any of these items
of work.
11-7 ELECTRICAL
Scope: The work shall include construction of electrical work com-
p ete in place and ready for use as specified and indicated on the plans
and shall include the following:
Installation of street liqhting electroliers furnished by the City
of Renton.
Electroliers and fixtures with electrical service for pedestrian walk-
ways.
Service conduits and conductors.
Installation of conduits furnished by Utilities for their use.
Incidental items of materials and labor not specifically called for
but required to coaplete the work as intended.
Codes: The work shall conform to applicable provisions of local and
State codes and the National Electrical Code, 1971 edition. In the
event of conflict between these codes a,id work specified or shown on
.. the plans, the higher standard shall govern.
r
s
t'
i
f
t
Page 27 Technical Provisions
h. Concrete Dlccking
General concrete thrust blocking shall be in accordance with
Provision N 2.14 of Section 74, A.P.W.A Standard Specifications.
The City of Renton Standard Detail for general blocking is
bound in these specifications.
4 -6 RMORATION OF SURFACES
Rudds, streets, driveways, shoulders ar.d al cner surfaced areas,
removed, broken, caved, settled, or otherwise damaged due to installation
of the improvements covered by this contract shall be repaired and re-
surfaced to match the existing pavement or landscaped area as set forth
in these specifications.
The ends and edges of the patched and resurfaced areas ,hall meet and
match the existing surface and grade, and shall terminate in neat,
ever, lines parallel to, and at right angles to the roadway. No piece-
mea patching or repair will be allowed. Damaged, disturbed, or other-
wise affected areas as defined shall have edges of existing pavement
trimmed ,ck to provide clean, solid vertical faces, free from loose
material.
a. Areas t,) be Resurfaced
Existing concrete surfaces shall be patched with concrete
over a crushed rock base course.
b. Private Driveways
Private driveways, walks, and other surfaced areas shall be
repaired, patched, and resurfaced, as required for the type
of surfacing encountered.
C. Maximum Patching Width
The maximum patching width in trench area will L 5 feet.
Any patching done beyond this limit will be done at the
Contractor's expense.
d. Temporca MC Cold Mix Asphalt
MC Cold pre•. i:ed asphaltic concrete shall be required in so•,e
areas for temporary patching on this project, where deemed
necessary by the Engineer.
4-9 TESTIM
Hydrostatic pressure and leakage 'ests on the new pipeline shall be made
in accordance with applicable provisions of AWWA C600-54T or C603-64T
..1 and Section 74 of the A.P.W.A. Standard Specifications, except as modified
he-rin.
' I
0.
I
Page 26 Technical Provisions
I
The Contractor shall be -esponsiblf- the Protection of all
existing Pipi; q and appurten�-tec construction, and
Shall take care not ;o damage :h i protective coatings
or impair the operation of the ex .,y system in any way.
e. Valves and Valve Chambers
Valv. installation shall be in accordance with Section 75 of the
A.P.W.A. Standard Specifications except a. modified herein.
6" and 8" Gate Valves ,hall include an 8" x 24" cast iron gate
valve box and extensions if required by the City Engineer.
The 12" ate vr.lve assembly shall include 12" Gate Valve
(K) x K)}, 2" Bypass Valve Assembly, and a precast concrete
vault. The City of Renton Standard Detai: for "Precast 12"
Gate Valve Chamber" and 2" by-pass assembly are bound in these
specifications.
Valve chambers snail be in accordance with Section 76 of the
A.P.W.A. Standard Specifications except as modified by details
bound in these specifications.
All valves shall have concrete valve markers with distances
clearly marked as required by the Engineer.
f. Fire Hydrant Assemblies
Fire Hydrant Assembly installation shall be in accordance with
Section 77 of the A.P.W.A. Standard Spec'fications.
The Fire Hydrant ASsembiy shall include: 12" x 6" C.' Tee
(M) x FL), 6" Gate Valve (FL x MJ) 6" C.I. Pipe Spool (PE x PE),
5" MVO Fire Hydrant (MJ Ccnnection), 8" x 24" C.I. Gate Valve
Box, and 3/4" Shackle RO with accessories, and hydrant
extension where called t r by Engineer.
Fire hydrant guard p st shall be installed where deemed necessary
by the City Engia:er, and/or shown on the construction Plans.
The City of Renton Standard Detail for hydrant dssembly and hydrant
guard posts is hound in these specifications.
g. 2_Blow-Off Assemblies
Water main blc off assemblies shall be constructed as shown on
City of Renton "Standard Detail for 2" Blow Off Assembly" as bound
in these specifications, Galvanized steel pipe and fittings shall
conform to the requirements in Section 72, of the APWA Specifica-
tions. The Gate Valve and C.I. Plug shall conform to the applicable
specifications bound in this document.
r
1
h.1f,� aR
Page 25 T.ethnical Provisions
1
a. i ng and Jointing
Cast iron pipe and ductile iron pipe and accessories shall be
handled in such a manner as to assure delivery to the trench
in sound undamaged cordition. Particular care shall be taken
not, to injure the pipe lining and coating.
Cutting or pipe shall be done in a neat, workmanlike manner
with an approved type mechanical cutter without damage to the
pipe
Jointing shall be accomplished in accordance with manufacturer's
recommendations. r
b. Bends and Curves
Jef'ection from straight line and grade, as required by
vertical curves, horizontal curves, and offsets shall not
exceed the maximum deflection per joint as recommended by the
pipe manufacturer. If the alignment requires deflection in
excess of the maximum recommended, special bends or a sufficient
number of shorter lengths of pipe shall be used to provide
angular deflections within the limits set forth.
C. Special Anchorage
All free ends, bends, tees, laterals; and any change in direction
of piping shall be adequately braced and blocked to prevent
movement from thrust by use of concrete thrust blocks, tie rods,
and joint harnesses. Concrete thrust blocks must be poured
against undis urbed ground. Thru.t blocks shall be provided at
all changes in direction of piping. In addition, all joints
at bends or changes in direction, to a point at last three joints
beyond the tangent point on either side of the bend, shall be
provided with a positive locking devic? to prevent separation
of the j,;nt under full test pressure. The locking may be
accomplished by use of tie rods and joint harness, subiecL to
the prior approval of the Engineer. After the pipe has been
oined, aligned and permanently bedded, the joints shall be
drawn up to assure permanent water-tightness but not so tight
as to prevent flexibility to allow for some movement caused by
vibrations, expansion, and contraction.
d. Connections to Existing ripe and Structures
Connections to existing nipiny are indicated on the drawings.
The contractor must verify all existing piping, dimensions and
elevations to assure proper fit.
The Contractor must also provide any adapters, ripples, or other
specials required to make a satisfactory connection. The City
of Renton Utilities Department shall make connection tr existing
mains at Contractor's expense. {
� 4
Pa5d 24 Technical Provisions
cations C-500-61 and any subsequent modification thereof. Each
valve shall be "0" ring type, provided with a standard square
operating nut, and shall open by turning counter clockwise
j (left). Te.: valves shall be IOWA List 14, or Mueller A-2380,
or approved equal. Approval by the Engineer must be obtained
prior to bid opening.
Fire Hydrants (Traditional Style)
F`re ii,drants shall ' : Corey Type (opening with the pressure)
cunforming to AWWA C-502-64 with a 6" inlet and a minimum M.V.O.
of 5", two 2 1;2" hose n0zzles with National Ztandard 7 112
threads per inch and one 4" pumper nozzle liith the iew Seattle
Pattern 6 threads per inch, 60°V. threads, 0.0. thread-4.87�and root diameter-4.6263, 1 1(4" pentagon operating nut and
opening by turning counter clockw se (left). Hydrants shall be
constructed with mechanical joint connections unless otherwise
specified in bid proposal description.
fire hydrants shall be of Traffic Type and provision shall be
made for drainage of barrel to protect units from freezing.
Fire hydrants shall be sucn length as to be suitable for
installation with connections to Piping in trenches 3'6" deep
unless otherwise specified. Fire lydrants sl'•11 be IOWA or
approved equal. Approval by the Engineer must be obtained
prior to bid opening.
e. Pip Fittings
Cast iron pipe fittings 4" thru 12" ;hall be Class 250, as per
ASA Specification A21.10-1964 (AWWA C110-64).
joints for fittings shall be Mechanical Joint as per ASA
Specification A21.11-1964 (AWWA Ci11-64).
The above shall hold true unless celled out otherwise on the
plans or in the Bid proposal.
4-7 PIPE INSTALLATION
Pipe installation shall be in accordance with Section 74 of the A.P.M.A.
Standard Specifications, except as modified herein.
P'l buried Pipe shall be laid upon prepared foundation or bedding
material so that the bottom quadrant is uniformly supported throughout
its entire length, as specified in Section TRENCH EXCAVATION, BEDDING,,
AND BACKFILL.
The average depth of cover for the water main shall be 4'6" feet, and
the trench width shall be no greater than 36" except at valve chamber
locations.
,
r
Rage 23 Technical Provisions
One type of pipe as indicated below will be considered for this project.
All pipe shall be fabricated to fit the plan and prnfile shown on the
drawings. One type of pipe shall be used throughout the entire project
except as necessary to match existing piping. Where relocation of or s
replacement of existing piping is necessary during construction, materials
used shall match the existing, subject to the approval of the Engineer.
All pipe, valves, Fittings, and specials shall be for a minimum water
working pressure of 150 psi, and shall conform to the requirements of
the applicable sections of the APWA Standard Specifications, as modified
herein.
a. Ductile Iron Pipe
Ductile Iron Pipe shall conform to ASA Specification A21.51-1965
(AWWA C151-65) Grade 60-42-10,
Ductile lron Pipe shall be cement lined and sealed in accordance
with ASA Specification A21.4-1964 (AWWA C104-64), 4" thru 12"
pipe shall be 1/16" cement lined.
The pipe joi;.ts shall conform ASA Specification A21.11-1964
(AWWA C111-4). Pipe joints shall be rubber gasketed push-on
and/or mechanical as required by the bid proposal description
except where crossing under the Logan Avenue Bridge where joints
shall be Flange type.
r
Pipe thickness class shall be as required by the bid proposal
description.
b. Cast Iron Pipe
Cast iron pipe 4" thru 12" shall conform to ASA Specification
A21 .6-1970 (AWWA C106-70) and/or A21.8-1970 (AWWA C108-1970)
and shall be thickness Class 22 designed to ASA Specification
A21.1 method of design using a modulus of rupture of 45,000
psi, and a tensile strength of 21 ,000 psi. The cast iron pipe
shall be designed for a working pressure 0 thru 300 psi for
laying condition B and 5 feet of cover.
All cast iron pipe shall be cement linen and sealed in accordance
with ASA Specification A21 .4-1964 (AWWA C104-64), 4" thru 12"
pipe shall be 1/16" -ement lined.
The pioe joints shall conform to ASA Specification A21.11-1964
(AWWA C111-64). Pipe joints shall be Push-On and/or Mechanical
as required by the bid proposal description.
C. Gate Valves
1
Gate valves shall be cask iron body, non-rising stem, full '.
bronze mounted with double disc gate;. All valves shall be
designed for d minimum water operating pressure of two hundred
(200) pounds per square inch and shall conform to AWWA Specifi-
i
Pace 22 Technical Provisions
(
Unimproved Areas shall be all areas in the natural
state or otherwise undeveloped, where slight subsequent
settlement of the backfill can be tolerated, and shall
include wooded and turfed areas, pasture land, and all
other areas in a wooded or undeveloped state not adjacent
to existing structures. Wherever the pipe line passes
through unimproved areas, the subsequent backfill shall be
deposited in lifts of approximately 12 inches loose depth,
and each lift shall be compacted by a method acceptable
to the Engineer to a density such as to minimize subsequent
settlement. Where subsequent settlement is anticipated,
the backfill may be mounded over to compensate for the
settlement. Trenches over wh'ch excessive settlement does
occur shall be regraded and restored to meet natural grade.
(4) Payment: No separate or extra payment of any kind
will be made for compaction, wetting, drying, water, or
processing of materials, but shall be included in the
applicable unit price paid for the waterl'.ne in place,
complete.
d. Select Trench Backfill
Select . rch backfill for the pipe shall consist of crushed or
naturariv occurring granular material from sources selected by
the Conur•actor. fhe source and quality of the material shall be
subject to approval by the Engineer. Select trench backfill shall
meet requirements for bank run gravel Class "B" as outlined in
Section 26-2.01 of the Stan�ard Specifications.
The horizontal limits for measuring select trench backfill in
place shall be the side of the excavation except nu payment will
be made for material replaced outside of vertical planes, 1.5
feet outside of and parallel to the barrel of the pipe and not
the bell or collar.
Any excavation in excess of the above requirements shall be
replaced with the native material or select trench backfill,
as directed by the Engineer and at the Contractor's expense.
The price per ton shall be full compensation of selecting the
source, furnishing and placing the material as outlined in
Section 26-2.01 of the Standard Specifications.
4-6 PIPING MATERIALS, VALUES, AND FITTINGS
All pipe sizes as shown on the drawings, and as specified herein, are in
reference to 'nominal" diameter, unless otherwise indicated.
}
1
Page 21 Technical Provisions
I
I
No separate nor extra payment of any kind will be made for storing,
handling, hauling, or manipulation of excavated materials.
b. Foundation Preparation and Bedding
Foundation preparation shall be in accordance with the applicable
provisions of Section 73, A.P.W.A. Standard Specifications,
except that the bottom of the trench must be shaped to uniformly
support the bottom quadrant of the pipe throughout its entire
length.
In case unstable or unsuitable existing material is encountered
at the trench bottom, the Engineer may direct the use of borrow
bedding material in accordance with Section 73-2.05 of the A.P.W.A.
Standard Specifications. Wet trench conditions will not be
considered as un_table conditions. Bedding material shall be as
required for Bank Run Gravel Borrow.
C. Trench Backfill and Compaction
(1 ) General: Excavated materials that are free from mud.
muck, organic matter, broken bituminous surfacing, stones
larger than 8 inches in dimension, and other debris, shall
be used fo lackfill except where otherwise required.
(2) Initial Backfill extending to a pl>ne at least 12
inches along the crown of the pipe shall be hand-placed,
selected excavated material free from stones, hard lumps,
or other material harmful to the pipe.
Initial backfill shall be placed around the pipe in layers
not exceeding eight in(.hes in depth, and each layer s'-all
be thoroughly compacted by mechanical tampers to at least
95% of maximum dry density at optimum moisture conler:t as
determined by Standard Proctor Compaction Test, ASTM
Designation 0698-58T, Method D.
(3) Subsequent Backfill shall be the remainder of the
trench backfill , above the initial backfill , and shall be
carried to elevations such as to receive the proper depth
of surfacing materials, as applicable.
Improved T -eas: All subsequent backfill under street
and shoulder areas shall be placed in lifts not exceeding
8 inches in loose depth, and each lift compacted to at
east 95% of maximum dry density at ! ,timum moisture
content as determined by ASTM Uesignation D698-58T, Method
D. In-place density determination shall be trade in accor-
dance with ASTM Designation D1556-58T, except as otherwise
approved by the Engineer.
.. j
R
'► 4
Page 20 Technical Provisions
b. Stripping
(1 ) General: All areas to be excavated shall first
be stripped of all topsoil , grass, sod, and other material
not prescribed under Clearing and GRubbing. All stripped
and removed material shall be wasted, except as otherwise
required.
(2) Removal of Existing Pavements and Street Improvements:
Pavement, or other street and road surfaces shall be cut only
to the minimum width which will permit the proper excavation
and bracing of the tri,ach, and which will allow passage of
vehicular and pedestrial traffic. All pavement cuts shall be
made smooth, straight lines or to the nearest construction
joint, and shall be made with clean vertical faces.
Removal of bituminous and :oncrete pavements and utilities shall
be conducted in accordance with Section 52, A.P.W.A. Standard
Specifications, except as otherwise provided herein.
4-5 TRENCH EXCAVATION, BEDDING, ANO BACKFILL
Trench excavation, backfill , foundation preparat;on, and bedding for
waterline and appurtenances shall be in accordance with the applicable
provisions of Section 73, A.P.W.A. Standard Specifications, except as
modified herein.
a. Excavation
The Contractor shall inform and satisfy himself as to the
character, quantity and distribution of all materiel to be
excavated. No payment shall be made for any excavated material
whi issued for purposes other than those designated. Should
ti ontractor excavate below the designated lines and grades
w, _,: .ut prior approval , he shall replace such excavation with
approved materials, in an approved manner and condition, at his
own expense.
The Engineer shall have complete control over the excavating,
moving, placing, and disposition of all material , and shall
determine the suitability J material to be used as backfill.
All unsuitahle material shall be wasted as specified.
Excavation of every d,:,cription, classification, and of whatever
substances encountered within the limits of the project shall be
performed to the lines and grades necessary for pipe, bedding,
and structures, and as indicated on the drawings. Temporary
drains and drainage ditches shall be installed to intercept or
direct surface water which me affect the promotion or condition
!)f the work. All excavated materials not meeting the requirements
for backfill and all excess materials shall be wasted as specified.
Page 19 Technical Provisions
between several general sp?cifications, and that each general specifi-
cation or sub-head of the technical specifications may include work
covered by two or more subcontracts or work in excess of any one
subcontract.
4-2 STANDARD SPECIFICATIONS
All work under this contract shall in general be performed in accordance
with the applicable provisions of "Standard Specifications for Municipal
Public Works Construction" prepared by the Washington State Chapter,
American Public Works Association, and in accordance with the require-
ments of the City of Renton, except as otherwise amended, modified, or
specified in these Technical Provisions. Items of work not specifica',Iy
covered in these Tecnnical Provisions shall be performed in accordance
with the requirements specified in the A.P.W.A. Standard Specifications,
and in accordance with the City of Renton requirem.:nts.
4-3 EXISTING UTILITIES
If, in the prosecution of the work it becomes necessary to interrupt
existing surface drainage, sewers, underdrains, conduit, utilities, or
similar underground structures, or parts thereuf, the Contractor shall
be responsible for, and shall take all necessary precautions, to pro-
tect and provide temporary services for same. The Contractor shall at
his own expense repair all damage to such facilities or struct.:-es due
to his construction operations, to the satisfaction of the Engineer.
4-4 CLEARING AND STRIPPING
Whenever the construction Crosses grassed, turfed, sodded or landscaped
areas, the sod and topsoil shall be stripped and stockpiled separately
from the rest of the excavated material , and shall be salvaged for
re-use to restore the area to its o,iginal condition. All plants, trees
shrubs and other planting in landscaped areas shall be salvaged or re-
placed
It shall be the Contractor's responsibility to contact each owner so
affected, prior to commencement of construction operations affecting
that Owner, and make arrangements for the satisfactory protection and
restoration of the items to be removed or otherwise disturbed.
a. Clearing and Grubbing
Clearing and grubbing shall be accomplished in accordance with
the applicable provisions of Section 12 of the A.P.W.A. Standard
Specifications except as otherwise provided herein. No separate
nor extra payment of any kind will be made for clearing and
grubbing, but will be included in the applicable unit price bid
for the waterline in place, complete.
� 1
r
Page 18 Technical, Provisions
The rock material shall be hara, sound, durable rock, free from segre-
gation, seams, cracks, or other defects tending to destroy its resistance
to weather. The slope protection shall be started by excavating not
less than 6 inches or more than 1 foot ie depth below the subgrade in
excavation ,ections or not less than 6 inches or more than 1 foot in
depth below the existing ground level in embankment sections.
Rock selection and placement shall be such that at 'east 80 percent of
the exposed face of the slope protection is rock. Voids between rocks
shall be grouted with mortar conforming to Section 63-2.04A of the
Standard Specifications.
Each row of the rocks shall be well seated in the rock below and bedded
by hand tamping the backfill material so as to provide a stable condition
for the entire wall .
The unit bid price per square yard shall be full compensation for furnishing
all tools, materials, equipment, and labor, including all excavation
necessary tc construct the grouted rock riprap slope protection. No
further compensation will be made.
3-34 FINISHING AND CLEAN-UP
Finishing and clean-up shall be performed in strict compliance with
Section 4.08, 57, and 68 of the Standard Specification.
The lump sum bid fo, Finish and Cleanup shall be full compensation for
all labor and eouipment, and all other costs necessary for the Contractor
to perform such. No partial payment will be paid on this item.
SECTION 4 TECHNICAL PROVISIONS - WATEP.
4-1 GENERAL STATEMENT
This section, Technical Provisions - Water, is devoted to features of
conditions which are peculiar to the facilities to be constructed.
Articles, materials, operations, or methods mentioned herein or indica-
ted on the drawings c., being required for the project shall be Drovided
by the Contractor, and he shall provide each item mentioned or indicated
(of quality or subject to quaiificrtions noted), perform according to
the conditions stated in each operation prescribed, and provide therefore
ail necessary labor, equipment, and incidentals necessary to make a
complete anc operable installation. Where a manufacturer's name is given
the words "approved equal" shall be consider( ; a part thereof except
where no substitute is permitted.
No attempt has bean made in these specificet;,as or plans to segregate
work covered Sy any trade or subcontract under on specification.
Such segregation and establishment of subcontract limits will be solely
a matter of specific agreement between each Contractor and his subcontractor
and shall not be based upon any inclusion, segregation, or arrangement
in, or of, these specifications. The Contractor and subcontractor in each
case is warned that work included in any subcontract may be divided
Page 17 Technical Provisions
The detour plan shall have a minimum of two lanes of traffic, one
lane in each direction, open at all times during bridge construction.
The Contractor shall provide adequate sign:ng and necessary flagmen
to insure safety to pedestrians and traffic at all times.
The Contractor shall refer to Section 1-18 of these specifications
for the scheduling of work on the detour construction.
The method of payment shall be lump sum and shall include all signing,
stripping, cost of traffic lane relocation, sheet piling, compacted
fill , crushed surfacing course (1-1/4"-) asphalt concrete, Class "B",
and all incidental work necessary for the detour construction as
specified.
3-31 WATER
Water shall be acquired and placed in strict compliance with Section
16 of the Standard Specifications.
The unit price bid per thousand (M) gallons of water shall be full
compensation for furnishing all labor, materials, equipment, and doing
all the work incidental to furnishing, hauling, and applying water as
specified.
3-32 UNCLASSIFIED EXCAVATION
The price per cubic yard shall constitute complete compensation for
materials excavated from the roadway and landscape area and used for
roadway fill or wasted, whichever is determined by the Owner. The
location fer any waste disposal shall be as specified in Section 1-20.
Concrete, asphalt concrete, asphalt and cement concrete driveway,
sidewalk and driveway excavations, cement concrete curb and gutter,
cement sidewalk and existing drainage shall not be considered as part
of the roadway excavation and .iiil not be included in the unit bid
price for unclassified excavation.
Any excavation beyond the limits shown on the c ,wings, unless ordered
uy the Owner shall nut be paid for.
Payment quantities will be determined from cross sections made by the
Engineer before excavation. Records of the Engineer will be available
for inspection by the Contractor.
3-33 ROCK RIP.RAP FOR SLOPE PROTEC"iION
Rock riprap shall be constructed where shown in the plans or where
directed by the Engineer. Rock riprap shall be constructed of rubble,
on-man, two-man, and three-man rocks ranging unifo,mly :n size f;om 25 to
100 pounds, 100 to 300 pounds, 300 to 600 pounds, and 800 to 1 ,200 pounds,
respectively.
� t
Page 16 Technical Provisions
The case and cover shall be State of Washington Standard Pattern.
The bid price per each shall be full compensation for all labor,
equipment, materials, including adjusting case and cover to final
grade, and all incidental costs necessary for furnishing, delivering,
and installing monument, case, and cover.
3-29 BROKEN CONCRETE RIP-RAP
After placement of the two 12-inch storm drain outtdlls on the north
side of the Logan Avenue Bridge, the Contractor shall place broken
concrete sidewalk sections around the pipe outlet to form protection
for the compacted fill banK and channel bottom at the outfall.
Broken sections of sidewalk used for concrete rip-rap shall be minimum
100 pound pieces set in tiers around the pipe outlets as shown on
the plans.
Measurement and payment will be by the square yard of exposed face,
which price shall be full compensation for all labor, equipment,
materials, and all incidental costs necessary to place the rip-rap.
3-30 CONSTRUCT DETOURS
Work under this bid item shall consist of all labor, equipment,
and services required to construct the detours. Then detours are
located at each end of the west half of the new bridge as shown on the
contract plans. The Contractor shall be responsible for the compacted
fill , crushed surfacing course (1-1/4-) asphalt concrete Class "B"
and all other incidental items necessary ti construct the detours as
required or as directed by the Engineer.
The compacted MI shall be constructed in accordance with Section
3-4 of these specifications. The crushed ;ui `acing course (1-1/4-)
shall be constructed in accordance with Section 3-17 of these
specifications. The asphalt concrete, Class "B" shall be constructed
in accordance with Section 3-22 of these specifications. Sheet piling
or any alternate method of retair•inge used by the Contractor ;hall be
constructed as necessary to retai:i ti. embankment.
If the Contractor chooses to use sheet piling to retain the detour
embankment, he ma, choose to drive them at the same time as the pilings
for the ;)ridge in order to avoid additional move-in time. If this
method ,s used, and the pilings are located such that they interfere
with the travel way of the detour during the first phase of the bridge
construction, they should be driven below the level of the travelway
and extended by welding when rgcessary to support the embankment.
Detouring of traffic during the construction period shall be in
accordance with the detour plan as shown in the contract drawings.
If the Contractor chooses to use an alternate detour plan, he shall
obtain approval of such plan from the Engineer.
Page 15 Technical Provisions
The unit price bid for each pipe connection to an existing line shall
be full compensation for all labor, equipment, material , excavation,
and all incidental costs necessary to cot..,ect new drain pipes to
existing lines.
3-26 ROCK PETAINING WALLS
Rock retaining walls shall be constructed where shown in the plans or
where directed by the Engineer. Rock retaining walls shall be constructed
or rubble, one-man, two-man, and three-man rocks ranging uniformly in
size from 25 to 100 pounds, 100 to 300 pounds, 300 to 600 pounds, and
800 to 1,200 pounds, respectively.
The rock material shall be hard, sound, durable rock, free from
segregation, seams, cracks or other defects tending to destroy its
resistance to weather. The retaining wall shall be started ber.cavatin
not less than 6 inches or more than 1 foot in a th be��w t e sh idewall
subgrrad-n—de to excavation sections or not less than inches or more-, than
T foot in depth be ow t existing grourd level in embankment sections.
Extreme care shall be exercised by the Contractor in all operations so
that the-e is a minimum of disturbance to private property. Rock
selection and placement shall be such that at least 80 percent of the
exposed face of the gall is rock. Voids between rocks shall be grouted
with mortar conforming to Section 63-2.04A of the Standard Specifications.
Each row of rocks shall be well seated in the rock below and bedded by
hand tamping the backfill material so as to provide a stable condition
for the entire wall.
The unit bid price per ton shall be full compensation for furnishing
all tools, materials, equipment, and labor including all excavation
necessary to construct a grouted rock retaining wall. No further
compensation will be made.
3-27 FILTER MATERIAL FOR RETAINING WALLS
Filter material for rock retaining walls shall be crushed rock (2-1/2"
minus) conforming to specifications for base course as outlined in
Section 23-2.01 of the Standard Specifications.
The unit bid price per ton for filter material shall be full compensation
for all labor, material , and incidentals 4ncuried in urnishing and
placing filter material as per, plan_. No further ation will be
made.
3 .28 MONUMENT, CASE AND COVER
The Contractor shall furnish, deliver to the proje- and install
concrete monuments complete with case and cover a! outi .aed in Section
50 of the Standard Details.
1 t
AI RPO.RT WAY FROM LAKE AVE S' TO LOGAN AV S W-3 81
72 ,,4;7 --;�>
�y Ft}V
fm�t .
� 7
I11YOF40AL BID SCHEDULE
FOR
(W-381A) HOEING WATEN MAIN RELOCATION
AT
LOGAN AVE. BRIDGE
(U.A.B. 8-1-102(13)) r' MA
APPROXIMATE
j OOAM ITY QESC RIFTIOh UNIT PRICE TOTAL FRI_Q
1 460 LF Furnish and Install 12" Ductile Iron
CLM2, (T.J.) Water Pipe
s ----
Pei L.F. (horde)
2 6 EA Furnti,i and Install 12" C.I. 900
Bends (MJ) a �
5 !Y
Per Each
k
2 EA Furnish and Install 12" C.I. 450
Bends (MJ) t ,.
Per Each
4 4 EA Furnish and Ins. Ill 12" C.I. Solid
Sleeves (LP)
Per Each S
5 240 C.Y. Furnish and Install Select Backfill
S �
Per Cu. Yd.
6 6 C.Y. Furnish and Install Conc. Blocking
S 3
Per Cu. Yd.
Sub Total �-
5% Sales Tax
TOTAL. 5
IT SHOULD BE UNDERSTOOD THAT THE PRICE PER UNIT FOOT OF WATER PIPE INSTALLATION SHALL
INCIUDE THEE BREAKING AND REMOVAL OF' THE CONC. PAVEMENT AND THE TEMPORARY STREET RESTORA-
TI(:N THAT WILE. BE REQUIP.ED FOR THIS INSTALLATION.
THE UNDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PRO.IECT -F
AWARDED HIM, WITHIN S:..RTi (7) DAYS AND TO COMPLETE THE WORK WITHIN TEN (10) CONSECUTIVE
CALENDAP DAYS AFTER STARTING CONSTRUCTION.
DATE: THIS DAY OF ,1972
SIGNED.__
TITIE _
ADDRESS
f
� r
k+v
PROJECT No. W-3111A UTILITIES DEPARTam,
CITY OF RE14TO4
WORK O1DER NO. MASHING`IOJ
DATE SUBMITTED 5-30-72 ¢
DATE COMPLETED DEPARTMENT 1e-i li!
DESCRIP'i ICO OF WORK
50aiuy l:n. Main {<nl(a;itlon (d Iixlan Avenue N. Bridge : .
'IECESSITY WORK TO BE DONE Sys
• City Forces L-
Bridye Construction Contract
Others G7
ITEM QuAmTITY UNIT COST AMOUNT
12" Ductile Iron (T.J.) CL 02, Water Pipe 460 LF 9.85 2,691.W
Installation of 12" D.I. Water Main 460 LF 14 so 6,670.00
12" C.I. 900 Bend (MJxMJ) 6 EA 75.00 450.00
12% C.I. 450 Bend (MJxMJ) 2 EA 66.00 132.00
Select Backfill 240 C.Y. 3.50 840.00
Conc. Blockirul 6 C.Y. 35.00 210.00
Note,
(No restoration included)
Sub-To Al 10,993.CD
5% Sal s Tax 549.65
Total 511,542.65
TOTAL ^COST
APPnOJED BY
SUP'.. OF UTILITIES DATE APPROVED
1
;J
PROJECT N0. UTILITIES DEPARTMENT
OITY OF P.ENTON
WORK ORDER NO. _ WASHINcTON
DATE S;jBMITTED
DATE COMPLETED DEPARTMENT
DESCRIFTIw OF WCRK
L'ECESSITY WORK TO BE DONE By$
City Forces
contract O
Others
ITEM NTITY UNIT COST AMOUNT
eA
12 C :I , p NCa � M )
g" C ,1. PLNG t` wll� y EA
EA
4" G.I . x Ac. TRwNSrrloN COUP""G% CA
C4 AW UNION cG4a-1N4 LS.OS) I LA
TOTAL COST
APPROVED BY
DATE APPRCNID
CUPT. OF UTILITIES
1
♦ ti
(D
F'RWECT NO. .— UT:LITIES DEFARTAQWr
CITY OF RENTON
WORK ORDER NO. WASRIIX TON
DA:E SUBMITTED 4-42
DATE COMPLETED
DEPARVAENT w'4 TC2
DESCR:FTIW OF WORK
W'A7e2 MN,0 00wc Ai,UN W 0414,
1c 2o.n HArG ANE. 5 To t cGAH A�.` ►1.
NECESSITY WORK TO BE DONE BYT
City Foress O
Ia A �illEE i p1 ,cc T. contract L-7
Others
IT'cM UANTITY UNIT COST AMOUNT
It" Dwlr Oo�I "AMIZ PIFt U,02 A ) .<9S Lf.
g" C .1 . ,...�ATce P'PC T.A.) 2D44 LF
(A" C.1 . WATC�1 P,AS LT! .� 133 �F
4`
C .1 . WATG-R P,06 'T'A )
2s GAIJ. IRON L4JAT0c- elpe Zy 1 F
12- GATE JAIJG LMAAAt!) 2_ eA
z^ 6YPASS ASStAt.kIGS FOR. 12" 6.J. l
EA
Co,,,C VANLr — PnCCAti 2- EA
g" GArC .JAIJG. (rtA. IMA) g EA
$,. (oATG- VALJG F4-` MA 1 LA
G" (,AT6 VALLIC, C FI'x SN A q CA
4` GATG 'AIJC C04sA wl 1 GA
4." GATG JAIJ@ CFI. CA
2" GATG .�µ.06
_TOTAL. COST
APrnO/ED PY
DATE APPROVES --
:UPT. OF UTILITIES
4
0
PROJECT NO. W ' 3451 UIILITIESDEPARTMENT
CITY OF P.EITCN
WORK ORDER NO. WASHINC;TON
DATE LUBMITTID
DATE COMPLETED
DEPARTMENT L,N7ElC_
DESCRIPTIai OF WCRK
NECESS IIY WORK -0 BE DONE BYt
City Forces t�
contract �1
Others O
ITEM XIANTITY UI:IT COST AMOUNT
$"l 24 if .1 . (HATS JALVr. 60XrS 2 1 EA
'g • C. 1 , C"SS ( ALL .H�� Z EA
a I A
TeG- CA6L
TCc- mj AFL.) 1 EA
Iz L G.1. TEG Ml x FL EA
T6t
ALL wu 1 I EA
g CA
TCO CHl rFL , 2 EA
114 ' g,-040 MJ0 '"M, I EP
4 C .I. 90' gem Of3.wj 2 EA
,Z•• GALV 9(r' OGND
5" MVO Finn H`I04AN7 9 eA
TOTAL COST
APPROVED BY
:,AIE APPROVED
OUPT. i UTILITIES
1
s �
rke`N"
INFORMAL. BID SCHEDULE;
FOR
(W-331A) HOEING WATER MAIN RELOCATION
AT
LGGAN AVE. BRIDGE ,
(U.A-B- 8-4-102(13)) .;ot2r.
APPROXIMATd
ITIN -SEATT1'FY D-WEIx PION UNIT PRICE TOTAI,�RI`: ,
1 460 LP
Furnish and Inrtail 12" Ductile Iron s
--'- (1'.J-) tarter "Pe -
.--L.fG.rLi � 7
Par L-F. (( or�2�-"y,.
2 6 FA Furnish and Install 12" C.I. goo I
nda Ti) ( '� f/
Per Each .. �c'� a i/Cr
3 2 EA Furnish and Install 12" C.I. 450
Per Each
4 4 EA Furnish and Install 12" C.I. Solid
Sleeves ( ,P)
Per Each
240 C.Y. Furnish and I nsta 1 Select Rackiill J
PerPer C
G 6 C.Y. FurniP a�'n,,d��fl Install Conc. Blocking `{r
Per Cu. Yd �---
Sub Total ..`
St Sa1as Tax /
TOTAL
IT SHOULD BE UNDERSTOOD THAT THE PRl,-E PER UNIT FOUr OF WATER PIPE 114,iTALLATION :HALL
I14CWDE THE B11EALLING AND REMOVAL. OF THE CONE. PAVEMENT AND THE TEMPGRARY STREET RESTOFA-
TION THAT WILL BE RE(UIRED FOR TH1:9 INSTAL.IATION.
THE UNDF.R.SIGNED BIDDEN HEREBY AGREES TO START CONSTE1iCTION WORK Or; 17(IS PL+DJECT IF �+
AWARDED XIM. WITHIN SEVEN (7) DAYS AND TO COMPLETE THE W<ntK WITHIN TEN (10) CONSECUTIVE' '1=
CALENDAR DAYS AFTER STARTING CONSTRUCTION.1
DATE: THIS w7/3T UAY OF.^ n .1972
IONLD
1dZ�
TITLE [ t7 is -TT—
t
INFORMAL BID ScUSDU1E
1 POR
I (W-MIA) BOEINr7 WATER IMIN RFIL0rA1'ZQI
AT
14CAN AVP. BRIDGE,
(U.A.B. 8-1-102(13))
J APPROXIMATE
ITEM -ZJAWa!rY DESC ITION 1
MIX.FRjCZ SS�'AL. PRLC'E
I 166 LF Furnish and I.letall 12" Ductile Iran r
CLY2, (T.J.) Water Pipe
Twk!EL -tNo dollars b fifty cents
Pat L.Y. 10,350.00 f
2 6 EA Furnish and Install 12" C.I. 900
Bends (MJ)
One hundred dollars------
Per Each 100.00 5 600.00
3 1 EA Furnish and Install 12" C.I. 450
Bends (NJ)
One hundred do]1Ts_--- . Ion.00 Z00.00
Per Each '---
4
4 EA Furnish and Install 12" C.I. Solid
Sleeves (LP)
One hundred collars------- 100.00
Pee Each -- S 400.00 A
5 240 C.Y. Furnis:i and Install Select BaC41111
Two dollars-------
---�.,__., �__ 2.00 480.00
Per cu. Yd.
6 6 C.Y. Furnish and Install Conc. Block u,g
Per C��Yd I$Ts---_._ S 10.00 5 180.00
Su; Total. L12,210.00
5l Ealss Tax I_610.50
TOTAL ]r 7 820.50
IT SHOULD BE UNUY.RSTODD THAT THE PRICE PER UNIT FOOL' OP WATER PIPE _
I NCIUDP. THE BREAKING AND kt„10VAL OF I(:STALIJITZON SHALL
THE C'ON:.. PAVEMEIFr AND THE TEMPORARY STREET RESTORA-
TION THAT WILL BE RL''QUIRED tOR THIS INSTA-,ATION.
THE UNOERSI:,F.'ED SIDUdR HEREBY AGREES TO START CQ4STPUCTION WORK @t TI1IS PRO.IECT IF
AWARDED HIM, NITHIM SEVEN (�) DAYS AND TO COMPLETE THE WORK WITHIN TEN (10) CONSECUTIVE
DATE: DAYS AFTER STARTING CONSTRUCTION.
DATE:
THIS_ Ibth -Dpy OF June
,1572
TITLE •--•�PSci�=PPi"'II"��'"''�.�—
ADOREbsn7R".Sur;.fr • -SS;—:Y[?t;t►f.
1
,M
INFORMAL BID SCHEDULE
FOR
(W-381A) BOEING WATER MAIN REIA)CATION
AT
LOGAN AVL. BRIDGE
(U.A.B. 8-1-302(13))
APPROXIMATE
I EM UANTITY DESCRIPTION UNIT PRICt: TOTAL PRICE
1 460 LF Furnish and Install 12" Dur ile Iron
C142, (T.J.) Water Pipe
Per L.P. (Words)
2 6 EA Furnish and Install 12" C.Z. 900
dends (N,J)
S 5
Per Lach --
3 2 EA Furnish and Install 12" C.I. 450
Bends (MJ)
Per Each
4 4 EA Furnish and Install 12" C.I. Solid
Sleeves (LP)
S S
Per Each
I
240 C.Y. Furnish and install Select Backfill ,.
Per Cu. Yd.
6 F. C.Y. lvmnish and Install Conc. 5locking
Per Cu. Yd.
�b Total S
'iS Sales Tax
TOTAL S
IT SHOULD BE UNDERSTOOD THAT THE PRICE PER UI:IT F()(Ir OF WATER 'PIPE. INSTALLATION SHALL
INCLUDE THE BREAKING AN➢ REMOVAL OF THE CONC. PAVEMENT AND THE. TEMPORARY STREET RE�TORA-
T10N THAT WILL BE REQUIRED FOR THIS INSTALLATION.
THE. UNDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT IF
AWARDED HIM. WITHIN SEVEN (7) DAYS ARID TO COMPLETE THE WORK WITHIN TEN (101 CONSECUTIVE
CALENDAR DAfS AFTER STARTING CONSTRUCTION.
DATES THIS DAY OF ,1972
SICNED _.
TITLE
ADDRESS
^. 4
�017 R@Y
�� (11"•I('I{ 1)N"19t1: 1'1'1'1' AT'1'OHNF7\' • HF:NT0V.M'A$411 WfJTON
� 4�
POST OFFICE SGA 676 100 2N0 SIA,fT "WIOING. A("TON, WAS"rNOTON SA005 AL•INL lNfN ry
Y: «
"y 49eM11, M. ANULAN. CITY ATTONNL♦ v S w
A A111N■. PASM. N.ASSISTANT CITY AITOAN(Y + d
A
fD 5[p"r c�9'`' June 6, 1972 « t •d'.
f ,
♦:r
�1W
Mr. Ron Olson "
Engineering Department ( �`
City Hall
Renton, Washington 98055 111
Re: Proposed Draft - Logan tvenue Water Main
Relocation
T
Dear Ron:
:a
You handed us yesterday a proposed draft of the Logan Avenue ril ,
Water Main Relocation Project between the City and the Boe.rLg
Company.
our comments are as follows:
a. Re paragraph 2, it would be advisable to provide that �: a
The Boeing Company shall, within 10 or 15 days after receipt
of the estimate, approve same, or if no action is taken during
the specified time period, approval by the company is presumed.
b. Re paragraph 3, we would presume that the furnishing of
a statement of final costs would be to "The Boeing Cc:apany"
instead of the "City" otherwise that phrase does not seem correct
inasmuch as the contractor is not a party to this agreement. � «'
c. Again in paragraphs 4 and 5, we would suggest that there
be a time limit indicated for review of the costs and also pro-
vide that full payment shall_ be made by the Boeing Company within
15 days, or so, upon completion of construction and that Boeings
will furnish unto the City proper evidence that such payment has
been timely made unto the City's contractor.
d. Re paragraph e, 're would assume that the Boeing Company r ✓•
will also assume responsibility, not only for maintenance and
repair but also for replacement of these water mains. Incidentally
do they remain property of the Boeing Company?
t is
ed
to
Werwouldoappreoiateeifh you gwould nforward ptovus as final draft
form.draft
of the Agreement to give our approval before execution by the
IT parties. Very truly yours,
Gerard M. 3hellan �� s
_ I
GM3:bjm
A
k S. "The Boeing Company" will review the estimated cosv of the water main re-
- locationiawi► +en.
6. "The Boeing Company", upon completion of consf-ruction, will pay ill refoea't#ft
costs* as presented in the final cost statement^directly to 'The City's" `.
contractor. .c
7. "?he Boeing Company" will perform all construction inspection at the `
Company's expense.
S. Upon final acceptanon by "The Boeing Company" of the relo:ation construction,
"The Boeing Company" will�aseera responsibility for all future maintenance, S
and rspa* costs of the water mains and holOThe City" haniless from any future
expenses connected therewith.
LOGAN AVENUE - WATER MA'N RELOCATION
This agreement, made and entered into this dey of
19__, by and between the City of Renton, a Municipal Corporation of the State
of Washington, hereinafter referred to as "The City" and the Boeing Company, a Deldware
corporation, hereinafter referred to as "The Boeing Company"
WITNESSETH;
WHEREAS, the City of Renton is constructing certain street imprevements in Logan
Avenue North in conjunction with Washington State Lrban Arterial Project No. 8-1-102(13).
and
WHEREAS, said street improvements include t.'r. reconstruction of the Logan Avenue
North Bridge widening and lengthening the structure; and
WHEREAS, said bridge reconstruction will require the construction of new support
piers on the south tangy of the Cedar River; and
WHEREAS, "The Boeing Company" owns two 12" cast iron water mains located in the
south bank of the Cedar River adjoining the existing bridge structure; and
WHEREAS, said water mains must be relocated to permit constructior of the new bridge
support piers; and
F
6
WHEREAS, said street improvernnt project will improve traffic safety on Lcgan
Avenue North and is in the public interest;
NOW THEREFORE, IT IS AGREED AND COVENANTED BY AND BETWEEN THE AFORZSAID PARTIES AS
t
FOLLOWS: a,
1. "The City" will provide the design of the relocation of "The Boeing Company's"
two 12" cast iron grater mains to a location which will not interfere with bridge
construction.
2. "The City" will furnish an estimate of the relocation costs to "The Boeinq Company"
prior to construction. '
3. "The City" will retain the Logan Avenue North Street Improvement contractor to
perform the water main relocation as a separate contract from the City Street
Improverient Project and furnish a statement of final costs to"The City"
4. "The City" will transmit to "The Boeing Company" the final statement of the
costs of the relocation of the water mains.
1
I
Page. 2
3. "The Ci ty" wi I I retdin the I.ngan Pyenun (forth I,trrn•t ;rv,ruvemmt
contractor to perform the water main re1nr.ation e, , , pordte contra,
from "The City" Street Improvement Project and furni.h o statement of
final costs to "The boeinq Company".3 tt .x
4, "The City" will transmit to "The Boeing Sompany" the final statement
of the costs of the relocation of the water mains.
5. "The Boeing company" shall review the final costs of them water main
relocation within 15 days from receipt of said cost;. if no action is I �;
taken during the specified time period, approval ty' 7ha Boeing Company" 33
is presumed 1
6. "The Boeing Company" , upon completion of construction, will pay ail
relocation costs as presented in the final cost statement within 15 rr "
days after acceptance of said costs directly to the "The City's"
contractor, eud furnish untr, "The City" proper evidence that such f
payment has been timxely mwde unto"The City's" contractor.
FY
7. "The Boeing Company" will perform all construction inspection at the xf °�
Company's expense. yy
3. upon final acceptance by "The Boeing Company" of the relocation
construction, "The Boeing Company" will assume ownership of said water
mains and responsibility for all future maintenance, repair, and re-
placement costs of the water mains and hold "The City" harmless from
any future expenses connected ther-with. dd
e �
LOGAN AVENUE WATER MAIN RFLOCA'f'i011
This agreement, made and entered into this ._ _ day of
ig_, by and bebieen the City of Renton, a Municipal Corporation of the State
of Washngton, hereinafter referred to as "The City" and The Boeing Company, a
Delaware corporation, hereinafter referred to as "The Boeing Company".
WITNESSETH:
SMEP,EAS, the City of Renton is constructing certain street, irprovenents
in Logan Avenue north in conjunction with Washington State Urban Arterial
Project No. 8-i-iO2(13):
an d
WHERM, aaid street irprovements include the reconstruction of the Logan
E
Avenue North Bridge widening and lengthening the structure; and
WHEREAS, said bridge reconstructioa will require the construction of new
support piers on the south bank of the Cedar G,-,er; and 111
iIHEREAS, "The Boeing Company" a::ns two 12" cast iron water mains located
in the south bank of the Cedar River adjoining the existing bridge structure;
and
UHEREAS, said water mains must be relocated to permit construction of the
new bridge support piers; and
WHEREAS, said street iirprovarzent project will inprove traffic safety on
Logan Avenue North and is in the public interest;
NDil THEREFORE, IT IS AGREED AND COVENNITED BY FND BETWEEN THE AFORESAID
PARTIES AS FOLLOWS:
"The City" will provide the design of the relocation of "The Boeing
Conpary' ' Lwa 12" cast iron water mains to a location which will not
intarfeee with bridge construction.
"The City" will furnish an estimate of the relocation tests to
'The Boeing Company" prior to construction. "The toeing Company" shall
within 10 days after receipt of the estimate, approve same, or if no
action is taken during the specified time period, approval by "The
?oeing Company" is presumed.
1
r '
INTER-OFFICE MEMO
TO• Ron Olsen DATE May 25, 1972
F!0m:_ Bert McHenry
RE: U.A.B. Project N8-1-102(13) Airport Way
We concur it authorizing Moss Constn 7tion Co. the water utility work on Schedule B of the
UAB street Iuprovement Project as the overall project bid, including street and utility
adjustment, is approximately $30,000 less han the next lowest bidder.
We would contemplate extensive difficulties in attempting to administer separate projects
relating to the utilities adjustment for street irprovements and will concur in the in-
creased utility adjustment cost involveo.
BHMc:Pmp
i
May 16, 1972
9
To: Ron Olsen
From: Bert McHenry
Subject: Agreement - Logan Avenue Water Main Relocation ✓ "
.Y�s
Please review the attached agreement and prepare transmittal
data for the Boeing Company regarding the water adjustments
at the Logan Avenue Bridge.
Check with Kent Stepan regarding title and address of
Boeing representative (Granger).
Hold the material for discussion with me prior to the trans-
mittal.
csi`�L
BHMc:pmp
Attachment
d
1
i
Page 2
3. "The City" will retain a contractor to perform the water main
relocation and furnist a statement of final costs to "The
Boeing Company"
4. "The Boeing Company" shall review the final cost _f the water main
relocation within 15 days from receipt of said costs. If no action
is taken during the specified time period, approval by "The Boeing +,
r
company" is presumed.
e
5. "The Boeing Company", upon completion of construction, will pay all k
relocation costs as pr9sented in the final cost statement with'
15 days after acceptance of said costs directly to the "The Ciuy's"
contractor, and furnish unto "The City" proper evidence that such
payment has been timely made unto "The City's" contractor. �
6. "The Boeing Company" will perform all construction inspection at the it
Company's expense.
1. Upon final acceptance by ,The Boeing Company" of the relocation ,A
construction, "The Boeing Company" will assume ownership of said
water mains and responsibility for all future maintenance, repair,
and replacement costs of the water mains and huld "The City" harmless
from any future expenses connected therewith.
r
GATED THIS DAf OF /_ 1972 y
CITY , RENTON, Iy,Munlciparp. TrE BOE COMPANY
91' t "Affr,ia Airplane rv�
9 - Direct -r - "cillties a ,rvicea 4
BY
City Clerk1
l
APPROVED A TO
BYE , �
<
/icy
w ' #
LOGAN AVENUE WATER MAIN RELOCATION
This agreement, made and entered into this / %%N day of
19�, by and between the City of Renton, a Municipal Corporation of the State
of Washington, hereinafter referred to as "The City" and The Boeing Company, a
Delaware corporation, hereinafter referred to as "The Boeing Company".
WITNESSETH:
WHEREAS, the City of Renton is constructing certain street improvements
in Logan Avenue North in conjunction with Washington State Urban Arterial
Project No. R-1-1020 3),
and "
WHEREAS, said street improvements include the reconstruction of the Logan
Avenue North Bridge widening and lengthening the structure; and
WHEREAS, said bridge reconstruction will require the construction of new
support piers on the south bank of the Ceda: River; and
WHEREAS, "The Bueing Company" owns two 12" cast iron water mains located
in the south bank of the Cedar River adjoining the existing bridr structure;
and
WHEREAS, said water main, must be relocated to permit construction of the
new bridge support piers; and
WHEREAS, said street improvement project will improve traffic safety on
Logan Avenue North any is in the public interest;
NOW THEREFORE, IT IS AGREED AND COVENANTED BY AND BETWEEN THE AFORESAID {
PARTIES AS FOLLOWS:
1. The City" will provide the desiqn of fhe relocation of "The Boeing
.ompany's" two 12' cast iron water mains to a location which will not
interfere with bridge construction.
2. "The City" will furnish an estimate of the relocation costs to
' The Boeing Company" prior to construction. "The Boeing Coiryany" shall
within 10 days after receipt of the estimate, approve same, or if no
action is taken during Gie specified time period, approval by 'The
Boeing Company" is presumed.
•r� 4
ti S
_ a
o~ j THE CITY OF RENTON
4 p MUNICIPAL BUILDING 200 MILL AVE.SO. RENTON,WA>H.99055
y AVERY GARRETT,MAYOR a OFFICt OF THE CITY CLERK
Q HELMIE W. NELSON. CITY CLERA
�,rEO SEp'tE��
June 22, 1972
Mr. R. W. Granger ..
Utilities Management
The Hoeing Company "�`�•
p. 0. box 3707
Mail Stop 62-15
Seattle, Washington 9R124 "
Res R-6190-1991, City of Renton C.A.G. 2003-72,
Logan Avenue Water Main
^v
Dear Mr. Granger'
We enclose herewith for your files a fully executed
copy of the above-captioned agreement document.
If you have any queetionS on the matter, please contact g•x��,
Ron Olsen at 235-2631.
Very truly yours,
CITY OF RENTON
fi +T
Helmie W. Nelson
^-it" "iork
HWN:yt
Enclosure
r
i
1
INFORMAL BID SCHEDULE
FOR
(W-381A) BOEING WATER MAIN RELOCATION
AT
1,OGAN AVE. BRIDGE
(O.A.B. 8-1-102(131)
APPROXIMATE
bT _m_AN= OFSC RIITION UNIT PRICE TOTAL PRICE
1 460 LF Furnish and Install 12" Ductile Iron
C142, (T.J.) Water Pipe
Twency-two dollars & fifty cents 2.SO g 10,350_00
Per L.P. (Words)
2 6 EA Furnish and Install 12" C.I. 900
Bends (NJ)
Cne hundred dollars------ CC iOO.00 600.00
Per Each
3 2 EA Furnish and Install 12" C.I. 450
Bends (NJ)
One hundred dollars------- 100.UO 200.00
Per Each
x
4 4 EA F❑rn is!: and Instal: 12" C.I. Solid ,.
Sleeves (LP)
One hundred dollars------- j__I00.00 5 400.00
Per Fact. '
5 240 C.Y. Furnish and Install Select Backfill
Two dollars------ $ 2.DO_ ff 480.00
Per Cu. Yd. !
G 6 C.Y. Furnish and Install Conc. Blocking
Thirty dollars------- 30.00_ $ 180.00
Per Cu. Yd.
Sub Total $ 12,210.00
5e Sales Tex S 610.50
TOTAL 1$ 2,820.50
IT SHOu LD BE UNDERSTOOD THAT THE PRICE PER UNIT FOOT OF WATER PIPE INSTALLATION SHALL,
INCWDE THE BREAKING AND REMOVAL OF THE CONC. PAVEMENT AND THE TEMPORARY STREET RESTORA-
TION TFAT WILL BE REQUIRED FOR THIS INSTALLATION.
THE UNDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT IF
AWARDED HIM, WITHIN SEVEN (7) DAYS AND TO COMPLETE, THE WORK WITHIN TEN (10) CONSECUTIVE
CALENDAR DAYS AFTER STARTING CONSTRUCTION.
^ATE,: THIS 16th DAY OF June ,1972
SIGNE
TITLE
ADDRESS 'eward Park 11s'
R
INFORMAL BID SCHEDULE
FOR
(W-3SIA) BOEING WATER MAIN RELOCATION
AT
LOGAN A7E. BRIDGE
(U.A.D. 9-1-IO2(13))
APPROXIMATE
ITEM DUANTITY DESCRIPTION UNIT PRICE: TOTAL PRIC
1 46O LP Furnish and Install 12" Ductile Iron
CLR2 (T.J.) Water Pipe
Per L.F. ( ords)
2 6 EA Furnish and Install 12" C.I. 900
w.,
Sendo 1)id) pv s ✓ 'fit ,� "z+�'L �
Per Each
3 2 EA and Install 12" C.I. 450 yi ; 4'
Be ds IMJ) pv s� 3P 12
Per Each " �h ,• ,
4 4 EA Furnish and Inata31 12" C.Y.
sleeves ("P)
Per i Bch
240 C.Y. F'oznl= and Insta
41 Select Backfiil eu
Per Cu. Ye.If
3
5 6 ('.Y. Evrnis'and Install Conc. Blocking
„fir:" ••,�.
Per _o. Yd
00 r,l
Sub Total ,����flo — N�
5% Sales Tax
O�
TOTAL
IT SHOULD BE UNDERSTOOD THAT THE PRICE PER UNIT EOCIf OF WATER PIPE INSTALLATION SHALL
INCLUDE THE BREAKING AND FENOVAL OF THE CONC. PAVEMENT AND THE. TEMPORARY STREET RESTORA-
TION THAT WILL BE REQUIRED JOR IBIS INSTALLATION.
THE UNDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT IF
AWARDED HIM, WITBIt; SEVEN (7) DAYS AND TO COMPLETE THE WORK WITHIN TEN (10) COE:SECUTIVE
CALENDAR DAYS AEi%R STARTING CONSTRUCTION.
DATE: Tills 1ST1
DAY OF cx�e •Y11972
SIGNED
TITLE O'.5-" — --��—j• PS� _
ADDRESS 3 S Egtl/A—_{SLa21L_
i
INFORMAL BID SCHEDUIE
FOR
(W-381A) BOEING HATER MAIN P.ELOGITION
AT
LOGAN AVE. BRIDGE
(U.A.B. 8-1-102(13))
AV Ff:OXIMAT*: i w
I1'E:17 �ArpL4TITY DESCRIPTION UNIT PRqCZ TOTAL FRI<
• 1 450 LY Furnish and Install 12" Ductile Iron
�"?L (T.J.) Water Pipe cy +
Per L.F. (fiords)
A
t
2 6 EA Furnish and Install 12" C.I. 900
B .nds (rIJ)
Per Each
3 2 EA Furnish and Install 12" c.I. 450
Be de (MJ) ttt!!!
Per Each .- &`T "'
4 4 EA Furnish and Install 12" C.I. SolidIto
-
S1 eves ( )
Per Each
5 240 C.Y. Furrnnifi6 and In�stt4;1
S-e_lect Lx C%till
Per Cu. Yd.,
6 6 C.Y. Furnish and Install Cone. Blocking
4, V
Per ZuJYd
Sub Total
58 sales Tax
3
TOTAL
IT SHOULD BE UNDERSTOOD THAT THE Ph.CE PER UNIT HOOP OF WATER PIPE INSTALIATIOri SHALL
INCLUUZ THE BREAKING AND hEMOVAL OF THE CONC. PAVE?TNT AND THE TEMPORARY STREET RESTORA
TION THAT WILL BE REQUIRED FOR THIS INSTALLATION.
THE UNDERSIGNIX BIDDER HEREBY AGREE'- TO START CO4STIQCTiG4 WORK Oa THIS PROJECT IF
AWARDED HIM, WITHIN SEVEN (7) DAYS AND TO COMPLETE THE WC.RK WITHIN 7V4 (10) CCGzc TIVE
CALENDAR DAYS AFTER STARTING CONSTRUCTION-
DATE: TH13 :?/5! DAY Of LIC41re ,1972
SIGNED � �(,a^
TITLE_ a'' 1 e
ADDRESS
INFORMAL BID SCHEDULE
FOR
(W-361A) HOEING WATER MAIN RELOCATION
AT
LOGAN AVE. BRIDGE j
(U.A.B. 8-1-102(13)) 4
APPROXIMATE r
I'TFiI OUAFfPITY_ DESCRIPTION UNIT PRICE TOTA. PRICE - -
1 460 LP Furnish and Install 12" Ductile Iron z
Per L.F. ;Words) c � � ^+'A'
2 e, EA Furnish arJ Install 12" C.I. 900 .�: r tiro+JC' xjy
Per Each
A'
l
3 2 EA Furnish and Install 12" C.Z. 450 �
tde (M,I)
Per Each
4 4 EA Furnish ar.d Install 12" C.I. Solid
"leeves
PetetEach i
5 240 C.Y. Fur_ni�p and install Select Backfill 4L
zo
Per
' 44
6 6 C.Y. Fvrn9y and Install Cone. Blockilm
ki
^ tea s . �-o �= - '3no �o
Per Cu.fYdZ
S•.tb Total < // _wo
5% Sales Tax s� 5-,6 v CI
TOTAL
IT SHOULD BE UNDERSTOOD THAT THE PRICE PER UNIT FOOT OF WATER PIPE INSTALLATION SHALL
INCLUDE THE BPEAKING AND REMOVAL OF THE CONC. PAVEMENT AND THE TEMPORARY STREET RESTORA-
TION THAT WILL BE REQUIRED FOR ".'HIS INSTALLATION.
THE UNDERSIGNED BIDDER HEREBY AGRdES .O START CONSTRUCTION WORK ON THIS PROJECT IF
AWARDED HIM, WITHIA SEVEN (7) DAYS AND TO COMPLETE THE WORK WITHIN TEN (10) CONSECUTIVS
CALENDAY DAYS AFTER STARTING CONSTRUCTION.
DATE THIS :?/$f DAY OF (sn c' ,1972
6'I.'NED
TITIE 0, s is t Imo.
ADDRESS
k 4
� s
j,t
r �
GUV M. Ball Construction Co. -' '
e0719-9Sth E. D3 .h.mmh, W..h. ee290 • HUe-MA10• Lob-GV4C ) Iwoz{,P, 5
June 26, 1$'t2 ,..
c^
i StaP.t .d :;_ ❑r:-;r � `�P�'r`
City of it nton
2QO V"1.11 Ava=e South • ��
w
hentono shinrten FL: Loran : - -e r•." ` '
tixtra
et-'I te,
r
Dear !'r, '-cFlenry,
On Tuesday, Jr.n} 2c, ] 1 .. it 'r:c riereOi �r"t7d +.hat w.it"Al
the 11,Sts net forth 111 t'.:c sc-ecific at'ens it %as irpcs.it
to constrict "in s•.,ch a ma,ner t; rt the c-�;.r,.'•:
piles n'v' to exmosed, nri tno area dr'wi'ored% This :- '•,i.
ras firlly evidences] In, the "hollinC" c" ttn wr tpr and v:rrt
iron under the exf.atln; "ootin? duri7 th.r 3:•: '.Fri.n;; ukase.
-'As di ca. +_.,d thaa " rt itcrr cror'; tc ^r:esc tf.�; -.xutiine
t.:.lin- `. ,, s,r�;, • ,.imi-ra•,-r �et;wls. .-s e_:^nvation
ro„rcm;i. r 7t Y.-z ,rod thnt. a 2' t ,(,,l ; ,al exi+�tod
i ennrti th. eai stir , "-vtir.(i rrhfch r c :.rid ri'trral'le
over exrnr_t'.on to Bain acce^s to the r7d.etir. otla.
this scrl in not. indi.cat,J on s,try available dravrings.
'he above clearly are 'chic ed condit . —r". . ?p carry I).";r f
forward •+ `r t j;;r orf :.in t , ove•- 17 constriction
procram .n'i wl 1 ' nsee r7 completely
rclo a t'ie n foot in, wrk 1r •is in et of uilc
ro°£. rdrn rr ci-filllp ::ill regrij r. n cars of .•�+ ` �flk",..'*�' �}t
tho Northwest c-,'ferda m to r_..tore t; e access t.' t'
the condition prior to ovarexcrvation. To r.:-o e eri=r.it:g•
piling under similar conditions on the Soatt,.r t co^f rda., ;r R` rti, r'
it nil]. ''e n cot ,;ar;, tr. Install r,d8i.tierwi r,}.e.�t pile :o ae
not to tee 12" hit pressure vrater rtains.
uronoe=: Vint the �ror7 ';:• done on a time anrl ztrriul
l;asis vil ,h d4 U ' tlm meets signed by , our rcareventat vo,
r. 'Tarr;/ Orlie1.
At this t re 1 can on]:, estim.te the a2dition,-1 cost.,
o pinion in that the additicnal cost F mld cct exec
"Ihic is :redicat_d on t, n a: . r •:
r,13,DG'% to the city. "���k_
that nark can proceed on a str .i;ht time basin to
the Department of Fish:.lriea
wx'
Vo .rt you
f; i. G CC fr' 'Cl:;
G:. _.. ..
.. S).
lu ;�rer
1 )
GUY M. 0011 Conntruouion Co. ^^[cy QO7 -OGah E. • Onohomin y Waah. OJOGO a FEU a �((nJ-OLOO. LOO-GL!gO YU �`� O"
r
a
June 26, 1972 sau 2 Va'I
( )"r. Serf H. 'r,Flenry, P.E.
1, xssiztent City Engineer
A City of henton
TP
2 3 pill Avenue South
..enton, 'riashirizton let Logan Avenue ;ridge
Extra work cans Ao. 1
Costa related to
conflicts with 2-12" i it t. ✓; 4
precaure water mama.
1 Dear '.'r. '.cf?enry, Y
` In response to our meeting of June 21, 1972, enclosed is
Irl ,.4 analysis of costs to date and an est:,mate of future
costs due to conflicts with the existing 12e rater lines.
,
On Twn-diq, June 6, 1972, in order to 1•e-in operations
on thecouthwest portion of the bridge, it we., necesstT
to determine tie mcact location of the '-ater lines.
The co:ctroct draaitwe only indicate location r.:thout
profile and note they are to be abandoned without
further comment. Costa accrued on this date :rero 0340 "?
without overhead or profit. }
It will be necessary to protect the water lirea from .,
damage by installing, additional sheet lilirg. This
-'11 tie discussed in detail un!:ar case No. 2, letter
to follow. Further work will he recessary to remove a
portion of the lines to construct the new sough alaatnent
u,on relegation of the -xi.etin . .For this work and to
backfill the abandoned lines, costs to the city are not
expected to exceed %000.
Co..,ment sr,ould he wde at this time i ?ic t:r; the
potentic,l conflict between *he exist; irc ,*cd new
piling location for the new abutment lurt`!er
investirati.on is necessary to determine the -rtual
pipe location near the south abutment, e
Very ours,
G' LT. CO,1sri.r,CTIOAt
C. .l. on
project 11 n: ^et
CDJ/bam
<J,
lli I,
"t: Ii p t
THE CITY OF nP.M.'UN
MUNICIPAI. OUILDINR 200 MILL AVE.SO. RENTON,WASH.98055
�p b AVERY GARRETT,MAYOR • DFPARTMENT Of ENGINEERING ,C
000 51V JACK E. WILSON — DIRECTOR
440 SEplt* g.
::ay
Mr. R. W. Gran(;r.r
D,ilities Nanaganent
707/727/737 Division
+ maii uop (32-15
Seattle, Washington 9S174
RE: N-Gls'0-1991
Dear Mr. Granger:
Enclosed is -'�e I-reposed 'rjroement for the 3?" water : ain n:loca
tions, due t. the Logan t.veuue Pridge constniction. ii. it moets
with your approval please have it properly exncuted.
Also enclosed is copy w .,.n relonation desien plan, a:,.. a Copy "*
of the installation est.: ate. The estimate of cost ::cs `ho
installation Ls 1111542.65, street rust„ atiwr A,-;'no. 'fatal
estimate of cost to the Boeing Comr•any $12,742.65. .
If you have any el i..cstion. on tl:o above information, pleas; contact
Hon Olsen at 235-2631.
Very tru17 yours,
.Tack P.. Wilson, I,..
Director of Enginvori.ng
Pert H. N;cflonrv, P.L.
_Utilities Ennineer
J n
Enclosures)
ZX
Al
v
1
(
♦ 1
INFORMAL BID SCHEDULE
POP.
cW-381A) HOEING WATER MAIN Ru I.OrniON
AT
Lk, :,N AVE. BRIDGE
'C.A.B. 8-1-102(13))
E
APPROXIMATE ,
ITEM __9l ANTITY .. DESCRIPT'ION UNIT PRICE TOTAL PRICE a
r
1 460 LC Fumich and Install 12" Ductile Iron
CL62. (T.J.) Water Pipe
Per L.F. (Words)
t
Z i, LA P`urnish and Install 12" C.I. 900
Bends (MJ) J�"18A
ner Each
J.
3 2 EA Furnish and Install 12" C.I. 450 k �;..
Bends (MJ'7 e..
Per Each
4 1 EA Furnish and Install 12" C.I. Solid
Sleeves (LP)
E_ S
Per Each -
5 240 C.Y. Furnish and Install Select Backfill
Per Cu. Yd.
5 5 C.1'• Furnish and Install Conc. Block+.ng
Pei Cu. Yd.
}
Sub Total
5% Sales Tax S
TOTAL
IT SHOULD BE .^.NDERSTOOD THAT THE PRICE PER UNIT P)CT OF WATER PIPE INSTALLATION SIULL
INCLUDE THE BREAKING AND REMOVAL OF THE COIY_. PAVEMENT AND THE TEMPORARY STREET RESTORA-
TION THAT WILI. BE REQUIRED FOR THIS INSTALLATIOV.
THE UNl::RSIGNED 9IDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT IF
AWARDED HIM, WITHIN SEVEN (7) DAYS AND TO COMPLETE THE WORK WITHIN TEN (10) CONSECUTIVE
CALENDAR, DAYS AFTER STARTING CONSTRUCTION.
DATE: THIS DAY OF ,1972
SIGNED
TITIE
ADDPE S
.;y i"��+.�F"�,u.`9;A� �+li i!E.. .,'�i.�'"p,�a ,.i"t"'F . .YtL:•,�7C'i����
X
Ntsi
�t
C I T t O F REt1 TON "'�•
DATE ".-72 REQUI--ITION TOTAL AMOUNT
DE PT_ me M
112 Ulu VENDOR
ACCOUNT • t •:e7/t1ir."t/lll AMOUNT A4j4 a'.
4107.76 Pac4fir.
ACCOUNT• AMOUNT
456.42
k'
QTr DESCRIPTION IN DETAIL IA '31le
r
'.1) 79_201-A n
n Italup :r I• q Fl frl,hr
' La. 2' Lat, Vale= (6 r r onn_1 0 29,7Slea
1673.00
r r.. "VO Fire ,i n 279.00 .HD
Via. 12" Fire hvirant :atension '+ 5".77Lea _ _ 11).94
IS ea. r` o r Gate ajv�:t6Xe5 114.19/��a r d,"
4346.84
717.34
61,1 r4I-V co..,..•4j Lis
4564.10
Q PURCHASING TO ORDER
AUTH By
4
1
r � y
--wool"
I C ! TY OF REN TON NO.
DATA 4/25/72 REQUISITION TOTAL AMOUNT
DEGT Water Meintenance
VENDOR
ACCOUNT a_ 302 l 542/13/63(11) AhVUNT 325.28
Pacific Plater Mort Supply Co., Inc.
ACCOUNT R 301 542/13/63(11) AMOON7_36.14
2900 First Avenue So.
QTY OE�CR;PTION IN DETAI'--__ Seattle, WA 98134
2 8"x4" C.I. Tee (MJxYL) @ 67.50/sa _ 135.00
2 4" C.S. 900 Bonds (MJxMJ) @ 21.87/ea _ 43.74
1 4" C.I. Blind FL, Tapped 2' @ 5.85/ea 5.85
2 4" C.I. x4" A.C. Smith Blair #433 Transition Coupling @ 18.85 sa 37.70
42 2" Stand. Wt. Galv. Stl. Water ?ipe (T&C) it, 21 it. lengths @ .73/ea 30.6E
4 faith-Blair R313 12"x2" Saddles @ 15.80/ea _ 63.20
2 Smith-Blair #421 2" Flex cou li gXs[Y @ 4.60/ee 9.20
2 2"x24" Galv. Iron Nipple @ 2.76/ea 5.52
4 2"x12" Galv. Iron Nipple @ 1.99/ea , .96
4 2^x6" Galv. Iron Nipple @ .72/ea h I 2.88
4 2" Galv. Iron 900 Bend (5xS) @ 1.25/ea '+44.2
LL 5% Sales IT"
3 .42
® PURCHASiNfi TO ORDER AIITH BY
o--
f
z.
INTER-OFFICE MEMO
TO: clerk's office DATE April 25, 1972 -
FROM: Ron Glsen
RE:
The following sum of $R,005.85 should be reduced from the amount of the
encumbered funds on Requisition #19173 due to the fact that these materials
will be charged to the UA8 Project 8-1-102(13) - Airport Way and Logan Ave. N.
Street: Improvement:
Account #302 - 542/13/63(11) $ 7,205.27 UAB 90
0301 - 542/13/63(11) 800.58 TWT 103
$ 81005.85
This should be accomplished as per procedure memo to the undersigned dated `+✓'(
April 20, 1972, attached herewith. i
j RO:pmp
Attachment
I
7
tiD rADv L ATiG^r F� `S W-367s --
F."..";K COLUCCIO CONST. C i LINOBROOK CONSTRUCTION
U.A.B. Project 08-1-102(18) 7778 Seward Park Ave. S., P.O. Box 1076
Seattle, WA 20215 - 64th Ave. W.
S. 3rd Street Lynnwood, WA
-
=r-
�TL QJnNi�; Y UiW UNIT N,7 7 -
- - T..-zq` PRIC-E i TurA'`-
i
y
1 Install 24" D.I. Water Pipe 280 LF 14.00 3,920.00 20.00 5,U00.00 -
2 Install 12" D.I. Water Pipe 2360 LF 8.85 20,886.001 15.00 35,400.00
3 Install 8" C.I. Hater Pipe 580 LF IG.UO 5,800.00 14.00 81120.00 r
4 Install 6' C.I. Water Pipe 360 LF 10.00 3,600.00 10.00 3,6DO.00 .,
5 Install 4" C.I. Water Pipe 80 LF 10.00 POO.00l; 10.00 800.00
6 _ FIP + 1 24" Butterfly Valve Assem. 2 EA 2.000.00 4.000.00 00.00 800.00
7 FIP + 1 12" Gate Valve Assembly 4 EA 400.00 1,600.U0 ; 400.00 1,6UO.00 - I
8 Install 8" Gate Valve Assembly 15 EA 35_00 525.00 100.00 1 .500.00
4 Install Fire Hydrant Assembly 10 EA 150.00 1 ,500.00 ,, 200.00 21000.00
10 FAI Fire Hydrant Guard Posts 8 EA 40.00 32U.DO 1. 20.00 160.00 .
11 FAI 2" Blow-off Assembly 2 EA 175.00 350.00 ), 350.00 700.00 .
- -- - - -a
12 F&I Concrete Blocking 20 CU YD 30.00, 6DO.00 20.00, 400.00_..__ .
13 FAI Select Backfill 1360 CU YD 2.00 2,120.00 ;, 3.00 3 180.00 ,-
:_ 14 FAI Concrete Surface Restoration 130 CU YD 50.00 6.500.00 35.00 4,550.00
!_ 15 . FAI Aspnalt Surface Restoration 140 TONS 25.00: 3,500,00 30.00 4,200.00 ..
4 116 R.I. 3/4" Water Service 20 EA 100.U0, 2,000.00 100.00
-2,0M.00
�__lI R.I. 1" Water Service 6 EA 150.00 900.00 . 125.00 ___150,p0 .._- T`tl
18 R.I. 1-112" Water Service
- ___.3 FA _ 175.00. ---- 525.00 i. 175,04: - __-
I - }L19 R.I. 2" Water Service 2 EA 200.00 400.00 200.00` ��^ -- ---I
� NOTE: R.I. - Reinstallation
&I . Furnish A Install - - -- - _ ----- -- - #-�--- -`- -- -
FIP + 1 - Furnish in Part 8 Install
't __76,285 00
SALES TAX 2,992.30
- _- 3.814,E
I TOTAL it
__- __ �___ s2,838.� , 80,099.255
FB TABU LAT-161 ' FOR 1 1 ,
{ ! MOSS loNST BEt[E dUE au[G�oTe L D L . RACiFiC ov✓rw6 L"O .iviefner w.vy �/�/Fv i
I L/AB �a�Etr a i -io2 l 3J ' /NC I /iIlC I
dTFUEvuF, 6ViV SfATr2E. Wit/
Sc..xcctF B "
UNIT UNIT UNIT T -�-- -�
# ITEM QUgNFITY PRICE TOTAL PRICE TOTAL II PRICE UNIT UNIT UNIT UNIT uNyT
TOTAL { PRICE j TOTAL PRICE 1 'TOTAL
1 PA — ------ �I00 00 _ e /AAo.ee a3o 920 So _ 50 0
-1_-At�L'wL c'I [Y tt I arise L .�o'Q fSfo ao 7/7S wL 1
3e3 LZ 26e
---y---- - -' �- -- - -: -''s-.fie + at8�eo _ 3•aS� 335���.00 ( 330.00�
36e —70 Oo 3.os
YV41el: Aulena �Es Z ev SSO oe / ao.ao
T— 1_- wee, oe�idoo 0o ea�o doo 0o Soo-ao ' /Ooo oe i
�✓ �1ALSLlLL��f SMR[Cs�. �rq '. LYf / E.o
i
_-- 000. 136,0
0e. i / 7s-.ee
F// �� se.es i B600� YO.oO 40eie ---_•
9' .wrrwe� s" ns.o <'eE /JYo,esov r � � z�- _
--- - -- . _— __�.�q. ".r.0
- _ -�te1k4 fbFZft
�. . 3-.521
__ 30op•Y 4?..0.00 i
49y-F tnarri fiwu7.vcc Y Xar-o .as y If IFA I{ oo Zoo 00 y, �e.ao i o�ao e e ! 3o_o.vo ZSo pp iI
--
� G�o_oe sdee 6ao 00 _ 3S_oa 48e,oe t
4 ?"wo�a. rar✓rr5 { 3 E.o. a3o s_ 690.o0
-"T— - — �
�.o. . • 6Ao eo 00-Oe OO.Oe ?7d'd0 ?3/ s "i
/oZ Aoki. f l04?w see0t �_ _ / _ �
/.vsnKc / ' H,.o - sE,T✓/!g!! 3EN. /4e.eo 420.00 i
_.. -.#.•-----/1 Ea
/OS t --r----- See /soo.00 eo 336o-ao /.s?.00� /Ba oo - i I
[A1Y.AY/W-,Q v .--��¢�F. ,�•5o I 6 0 00 _ 1See 1 Ld
i
if
SUB TOTAL. �`/7
_-- - 9/Z , 4/7. I- 9 7S• i /3,3.4rssic
5 7. SALES TAX -- i 0 s g5G. 99 '�GS7. 749
89s. 63 830. oo
TOTAL — I jr/8,808. 13 /7,43o,eo ! '017, 996. 74
24, 1912
TO: Bert Mrilenry
ROM: Ron 11sen
SUBJECT: U.A.B. Project f8-1-1J2(13) Airport Jay
Bids were rfr4lved on May 18. 1972 for the above mentioned street improvement
project. �dhedule "B" in this bid proposal was for the water main adjustment
required P.y this street improvement. The estimated cost of this adjustment
was $27,667.00. The actual material cost for this project based on bid prices
is $13,924.66 and the low bid for the installation of the water main was
$14,023.28 for a total of $27,947.94 or approximately 5300.00 over the estimate.
It is mpg understanding that the low bidder of the various schedules is toss
Construction, whose water main installation bid is $18,808.13.
If the varicws schedules are fill awarded to floss construction Co, and not split
up, will the U.R.C. authorize the additional $4,784.85 required for this water
main adjustment?
APRIL 20, 19
ATTN: RON OLSEN
SPECIAL PROCEDURE FOR PROCESSING PAYMENT ON P.O. 19173, BY PURCHASING
AND FINANCE
MAKE TWO COPIES OF ORIGI.AL REQUISITION, CHANrjNG AMOUNT AD ACCOUNTS,
ONE FOR EACH FWD, 302/542.13.63(I8) - $38,034.36
301/542.13.63(18) - 5 4,226.04
ENCUMBER THE LAB AND FWD THRUST ACCOUNTS WITH THESE REQUISITIONS.
a
W
UNENCO4BER 542,260.40 FROM ACCOUNT 401/542,32.64 (P.O.-REQ NO. 19173)
LEAVING $80,270.93 ENCUMBERED TO WATER MAINTENANCE, BY CHANGING AMOUNT
ON ORIGINAL REQ, RESUBMITTING TO DATA PROCESSING ON BLUE SHEET TRANSACTION
LL
FORM AT END OF MONTH DER CANCELLATION ROUTINE (CANCEL REQ. AND OP.IG I:AL AMT.) ,
THEN PUT ADJUSTED ORIGINAL. BACK IN REQUISITION BOX AFTER BEING PROCESSED.
WHEN INVOICING IS RECEIVED BY PURCHASING ON LAB AND FIND THRUST PORTIONS
PURCHASING WILL MAA.E A PHOTOCOPY OF THE ORIGINAL P.O. (ONE FOR EACH FUND) ,
AND PUT ONLY THE UAB AND FWD THRUST ACCOUNT tM1BERS AND PAYMENT ACTS ON
THEM (WITH A NOTATION TO FINANCE TO ACCEPT THE PHUTOCOPIES AS ORIGINAL
W
� DOCUMENTS) AND THE PAYMFt.? WILL BE MADE, THEREBY LIQUIOATItY, THE ENCt,MBERANCE
TO THOSE ACCOUNTS. THE RERAINItNG $30,270.93 WILL THEN BE PAID COMPLETELY
OUT OF WATERWORKS ON THE ORIGINAL P.O. KLD BY PURCHASING WHEN THAT
INVOICING IS RECEIVED OR PE STATED PROCEDURE WILL BE REPEATED IF LAB AND
FWD THRUST PAYMENTS ARE TO BE MADE AGAIN.
SIGNED,
P't1RCW�$ING DIR./ / .
ACCWNT CLERK
r,
pd
APRIL 20, 10
ATTN: RON OLSEN
SPECIAL PROCEDURE FOR PROCESSING PAYMENT ON P.O. 19173, BY PURCHASING
AND FINANCE
MAKE_ TWO COPIES OF ORIGINAL REQUISITION, 01ANGING AMOUNT •AND ACCOUNTS, 'ro,
034.36
ONE FOR EACH FUND, 301/542,13.63(18) - 534,226.04
V
ENCUMBER THE UAB AND FWD THRUST ACCOUNTS WITH 1HESE REQUISITIONS. !
"
rn
w f
✓ r
UNENCUMBER $42,260.40 FROM ACCOUNT 401/542.32.64 (P.O.-REQ 140. 19113) "
w LEAVING $80,270.93 ENCUMBERED TO WATER MAINTE.NANCE, BY CHANGING AMOUNT
ON ORIGINAL REO, RESUBMITTING TO DATA PROCESSING ON BLUE SHEET TRANSACTION
FORM AT EIR(% OF MONTH PER CANCELLATION ROUTINE (CANCEL RED. AND ORIGIIAL AMT.) •A ,. ,p .;..,
THEN PUT ADJUSTED ORIGINAL BACK IN REQUISITION BOX AFTER BE114G PROCESSED.
WHEN INVOICING IS RECEIVED BY PURCHASING ON UAB AND FJD THRUST PORTIONS
PURCHASING WILL MAKE A PHOTOCOPY OF THE ORIGINAL P.O. (ONE FOP EACH FUND) i
AND PUT ONLY THE LAB AND FWD THRUST ACCOUNT NUMBERS AND PAYMEITT A11TS ON
THEM (WITH A NOTATION TO FINANCE TO ACCEPT THE PHOTOCOPIES AS ORIGINAL
w r THFP.FBY LiQU1DATING THE. E1K�IMBERANCE
DOCUMENTS) AND THE PAYMENT WILL BF. MADE,
a
TO THOSE ACCOUNTS, THE PDIAINING S80,210.93 WILL THEN 8E PAID COMPLETELY 1
'^ OUT OF WATERWORKS ON THE ORIGINAL P.O. i£LD BY PUP.CIIASING WHEN T149T
itNMCING IS RECEIVED OR T1E STATED PROCEpVRE WILL BE REPEATED IF UA6 AND '
FWD THRUST PAYMENTS ARE TO BE MADE X;AIN.
SIGNED
FURL
COU CLERK
f
A► }
April 25, 1972
To: Purchasing Department
From: Ron Olsen
Please have delivered from Pacific States Cast Iron Pipe Co.,
211 - 6th Avenue N., Seattle, Washington, 98109 as per portion + :
of materials ordered on Requisition #19173 (based on materials
bid dated January 27, 1971) the following:
220 Lf of 12" Luce. Iron, CL 02 water Pipe (TJO _
a 5.59/ft 5 1,229.6'
1970 Lf of 8" Cast Iron (TJ) water pipe @ 3.10/Et 6,107.00
108 Lf of 6" Cast Iron (TJ) water pipe @ 2.18/ft 235.44
36 Lf of 4" Cast Iron (TJ) Water pipe @ 1.455/ft 52.38
7,624.62
5% Sales Tax 381.23
a
$ 8,005.85
r
The material is to be charged to UA13 Project 8-1-102(13) #339, ,
Airport Way and Logan Avenue N. Street Improvement as follows:
Account 0302-542/13/63(11) $7,205.27
N301•,542/13/63(11) 800.58
$8,005.85 y'
If you ho-ie any questions, please contact this office.
,R7:pop
7,.r. J11NC E'•. �'lilwnr P.P. -2- 1f...61CO-2001
Please contact the ur KlerslgneJ of W-3295 for any
Very Irulj
r
r
s
liic
Group
.w
i 's C'1wa � r i�,ytyr y.
6.trt klzllenry
ipy of Idulan
AR'
c
S
F„
,r
___ :a:.ti�YKt'M¢.,L.•nnw.rv...Wn -rWrw!
COMMERCIAL Alilel-ANE GROUP ~
MiG�t'-Op a1'15 �17rC IC. r•-,.
May 4, 1972
i
R-6180-200i
Mr. duchy. vviGun, P.ii.
ba'6ur of 0,jinuei iug
Ciiy Of I:o+.ion + `
R¢ntvn, VJashinjtoir 98055
sulioct; RLIocuiiuo or the Two Boeing C3weca 12" `Jaier Mains "
Deal Mr. Wilson: '1'f
We iiavu ieceivcd your Idler outed May 2, 1972 aguiuiug tclocaticn ui the two Boeing
owned 12" wutur(ruins which cross Logan $ticet uilot, the Cc, ur fiver B,fdge.
.
Gviecukiy, ill, IQ Lao oca:n u rntsundersfanding rey.,rdirrg Zhu LYxu}g C.o.irpany`s v rlhnUnus
iu;tiy :vr this 1410cotion. the Boeing contact, rGf{,.-VlMGLJ in puiugruph iwo of your luticr
bare intend?d to iuw1ve resi:uo,ioiliiy for f l- ciigir,wl o" uii,:ort mwiy which cresses Lagon
street uadcrgruurid wine distance auth of the ccdor i:ivur bihiga.
Lwilier ucnvcr.utions w,•trvuan t..preeentativcs of ncC City, Wil:,oy a Him and Boeing r�_ �;c J
ill v'crcai Gyre6t."Ilt ti:,:; iu rio: . <: .0 _:i oiw±a l; .i:::izcJ Ly 4"; u, ing
reiut,ation ut the t.vo 1:' i.:g ❑ruins in the Laidv e w;itrcct w i:ith D'ainy paying file rc cation
co.is in a uianneraceapiublu :u tit3 liia L.,eirnj puariw re;js:Jiug this ag:eansenr is ,.
uiici.anguu.
01, irwy 3, K'/Z ti.a [;or, wns R a Ui;_n Y lu advised that
Mr. Kount stepon uu cwu;.rctud.
s
Mr. Stepan has iu ounud us tnar there is dill e p ribiiiry of inciu•:ir _ rulocutiu-i Gf t%V 14"
Mains in tiie lvidge contiuct and that tie wtll contuct Ivu, Lcii 1, Aivory on Ma"
Wo remain rCUay towo,s witri your rvpf 35en tafiVG'.Grill u:c t{sot r,ra waier r,airi r
lauition urn be iticivueJ in floc- brirpe caioYrucr,
1
Mr. R. u. Grainer -2- Play 2, 1972
will be d6legatud this activity.
ThLrk you fir your assistance.
Very tru?y yo%irs,
Jack E. wllsan, f.8. I., .
Director of E.ygiieaclnq
Bart 11. McIlenry, Y.E.
utilitsoa 9"inar
AttacLamts
r
.1
Q
1
� 1
•L
�g x�
I'i I Y
9 A
t
1
say =• 1972
F.u' III
l:r. R. W. cz:ngar
Utitilien mana,cment
707/74717 37 Division
d>aila"cp 62-15
l Beattie, Washington 28124
Dee• R-GIGO'1S21
Dear Pr. Grangers �`•4 ..
We s-o non bidding the Logan Avenue azidgo I .--t a;zoss tlu Cad" ,t ;�
'XoutG And
8A Avenue And reqUeNt
the two* g Rivor 12` v ter s�ai.aa the Boein9YC'ml "IY by `rltaC.lc�crtlra �jr,t
Follow-up to your Irzter of Afri1 7 by Mr. Runt J. Stepan o'. wtlser K 8s�
Sndicatc3 roprosentetivss of &,sLnq did not conni'.. c..,. >cm of A ncet
cical,
chatgbsSae nature to Chos. Ls the biddLtq of .no pro;act cr- c-i
A-
ve advice: wilsoy a I:a-a to drop Adjuat,-^".* of CIO tr-O 120 Dosing water lima frw t:A bcJ67e pro}oct Design s-.A cpacifications.
4'ne U.A.D. p=oi°c�� CundirrJ for the bzLGge structure does not pay tea•
r
providi-�q facilities being adjus'_ad incluLing ouch items as i.xget sorer ,9'�• W
w
I, pv4ar linca, GAS C-6yany lines, roattle water lanes, and the Boeing 12' '
supply lines.
i ty
We have aC.viced our Consulting Firm, wilco/ 6 Kew, anj Car ut'.liovldlrq
wa'or argineoss to work with you ont`:e ad;aotcenta roc :eery p
tb ,y are at your coat and not char9e4ble against the prvjoct.
A
we are attaching a copy of the tlana and GiccifILAUCns for the
a the rwceasaty adjetmants C
which can be used by your firs to datonsain
required. � .
ethebam's bri4a stcuetareatoa require xO iaJ9uatmOAte andciently in the prelocation the
Oar potmits relative to shoreline mana6M"1at Dead floc control y�
ar.a:s to p,,.Add3 sathoziraticn ads-
,or ad,awtacsts Wit mot your
to secure additi=" peraita from other agencies.
t
Fie"s, advise Va, by letter, of your pro;oet onginser's rrmme - Der wlo
001)
ENGINEERING PLANNING SURVEYING ^•�:4
EY[RO"C[" YUILDPAO. ID SOUTH GNAOY WAY-RENTON. WA[NINOTON 89066 '.
r[L[INONL 1206 9A D-IODD L,I,L I MILL[t IT _
IMi.IbA[I 2.h, I ,�Ig
All
U.
A bA...
.pril 3, 1972 ...
File No. 3-1086-0560-20 6.«pow " ;6N
O[M L •ANY[Ua
TA[O[HICN J"IAUOCN
.Y M IOWLCA A y
e NCI„L. wULIT y
c ,ILa4 w. OUORLIOO[ f i4 IK t
OL QC C C,D,11N4N y} CC
L. Da1t OLIAND
L J[O C 00I1(iT I 1
"Ll. r.WAAAS
Mr. Jack E. Wilson, P.E. ;,:„ I.
Director of Engineering P
City of Renton e r
Municipal Buildir.nw+>
Renton, Washington w3
Attention: Mr. Bert H. McHenry ..
RE: RENTON AVENUE E%TENSION - AIRPORT WAY - LOGAN AVENUE NORTH µ"
Gentle,ien:
This letter is to report the proceedings of a meeting held on March 22, 1972,
with representatives of the Boeing Company, Plant Facilities, regarding the
relocation of two 12-inch water lines near the Logan Avenue Bridge.
Those in attendance were as follows:
Mr. Dick Granger, Boeing Company
Mr. Norman Omodt, Boeing Company
Mr. Ron Olson, City of Renton
Mr. Kent Stepan, Wilsey & Ham, Inc.
The address of the Boeing Company, Plant Facilities is:
M-S 62-15 Organization R-6180
The Boeing Company
P. 0. Fa.. ,"7
Seattle. Ai.'., Lton 98124
Mr. Granger can be reached by telephone number 237-3295.
During the meeting, I described the referenced project and displayed maps
showing the location of the new Logan Avenue Bridge. The relocation of the
two 12-1 (:h water mains was discussed. The Boeing representatives felt that
the Boeing -mpany should not be responsible for the cost of relocation.
Mr. Olson explained that in this case, as in other cases involving a private
utility, the owner is respor-ible fo the cost of relocation at the request
of the City.
OYNV AabIONA OLf ICL[-IOL,[/Cnr .1N iASAv[Nn A..O't00. LnR,'6lp OUI HOrvolctu „i Ia[nANv Ouv Tuc,ax �.< , . ...
Wilsey d. Ham -2- R-6180-1991
If earlier notification can be given, It would assist us In minimizing our fire
loss potential on the field.
Should problems develop as a result of these requests, please contact the
undersigned.
Very truly yours, '
THE BOEING COMPANY
Commercial Airplane Group
R. W. Granner
Utilities Management
707/727/737 Division
5
!a
COMMERCIAL AIRPLANE GROUP t'0/ :rr,i .,
Mailsrop 62-15
April 7, 1972
j�fnu{ IS Il R-6180-11991
APR i C i972 U
Wll•-SEY & HAM,
Wilsey 8. Ham
Evergreen Building
15 South Grady Way
Renton, Washington 98055
Attention: Mr. Kent J. Stepan
Subject; Rerouting Two 12" Boeing Comoony Water Mains to
Accommodate New Logan Avenue Bridge
Reference: City of Renton Engineering Deportment Drawing
Nvmber 3-1086-0502-20-01, Sheet 16 of 20,
dated March 31, 1972
Gentieme n:
We are submitting our requirements to minimize fire protection risk and production
disruption at our Renton Plant as a result of the City rerouting our two 12" water
mains. We request that one 12" water main remain in service at all timer arsd that
totoi service be restored in as short as time as practical. It is our understanding
that the total tie-in time can be accomplished on both lines in less than one day.
To accomplish coordination with all organizations affected by this disruption of
service and ac:orrmodate Factory Mutual and Fire Insurance requirements, we
request the Boeing Fire Department, telephone 237-2305 and Plant Services,
Bill Main, telephone 237-9900 be notified at least twenty-four (24) hours prior
to disruption of service. Indicate the day and hour of requested shut off and
which 12" line to isolate. Also, indicate approximate time of service renewal.
Our Plant Services personnel will shut off valves and turn on when tie-in Is
complete.
The two 12" lines cross each other on the west side of the brill.ne. As a pre-
cautionary measure, double check the 12" line to be tied-in to assure proper
line valves ate closed. We suggest new pipe be tled-in on the west side of
the road prior to cutting line on pit side. This will assure water supply on
on 12" line in the event the wrong pipe is cut.
� •� ENGINEERING PLANNING SURVEYING
I .. Uvwna Is soars Gw.n. w., Nl.r.on w.>Nn n asass
TLL[PwOn[ 1206, DA 0.1060
April 11, 1972
File No. 3-1086-0560-20
Ilk
Mr. Jack E. Wilson, P.E.
Director of Engineering •••..
City of Renton
Municipal Building
Renton, Washington 98055
Attention: Mr. Bert H. McHenry, P.L.
RE: LOGAN AVENUE NORTH BRIDGE
Genclemen:
We are transmitting herewith two (2) copies of the letter received
from the Boeing Company in relation to the relocation of two 12-
inch water mains near the Logan Avenue Bridge.
This letter specified the conditions under which the Boeing Company
requests that we maintain during construction.
Upon your approval, I will insert the Boeing Company's conditions
into our construction specifications.
Your office should prepare an agreement with the Boeing Company
for their reimbursement to the City of Renton for the cost of con-
struction of the relocated lines.
If you have any questions, please contact us.
Very truly yours,
WILE,Y & HAM, INC. ''A}.��•
1Y OF RENTON
Kent J. Stepan, P.E. APR I L IM
KJS:cp EHGiNEE81NG GEFy ';
Enclosure
4 ..r• Y.49 rr.t OlrlC a['-IO.ru CIr >O Y.n P.9.O[n• S•n O{YO I•..[.Y C•ll1 NOFO[Y.Y NI P01.r[.Y1 O.. TVc•.On ..< IVCI.N[VI[L.Y[ N[V
*t
Bert 4&e.iry, Util+ties engineer Aoril 13, 1972
Ron misen
U.A.B. project.- Renton Avenue/Airport Hay/Logan Avenue
Water Utility Adjustaents (W-381)
The cost estimate shown below is for materials, installation and restoration in
respect of 2472 L.P. of water main .rhirh will be adjusted, relocated or replaced
It is requested that materials for this project be procured on an Advance-Old
and Purchase basis, and billed against the UAS funding. Installation and restoration is
to be accomplished as part of the basic UA3 project.
Materials Estimate $16.667
Instal'.r ,ion Est' sate • 8,000
Restoration Esti, ite 3.000
$27.667 ^
s�
RLO:wJ
4
April 17, 1972
T0: Ron Olsen
FROM: Bert McHenry, Utilities Engineer
SUBJECT: U.A.B. Project: Renton Avenue/Airport Way/Logan Avenue
Water Utility Adjustments (5-381)
We concur in the request to order materials and bid the installation required
by the Water Utility due to Renton/Airport/Logan Avenue project construction
in the amount of $27,667 chargeable against the UAB project.
We realize this estimate is subject to materials and installation bid and
requires correction notice upon completion of the contract work.
Please provide estimate of ad;ustnent work which will be billed against the
project that is to be provided and charged by Water Utility personnel on areas
not covered by this contract.
i-71�K
' e Kenr P.
rt c1 y,
BHMc:mj
cc: Vince Lee
Dick Houghton
1
�► t
t ,
CITY OF RENTON —UMMESS DEFT. TREASURER'S STUB
200 MiH Avenue So Renton, Washington 98055 RENTON UTILITIES DEPT.
Phone 235.2527
PLEASE R"MM THIS STUB WITH REMITTANCE
MAKE C4ECKS PAYABLE TO CITY TREASURER
DATE October 12, 1?7' 200 MM Avenue So., Renton, Washington 99055
SUNDRY SALES BILL N° .1291 SUNDRY SALES BILL N2 3291
f"
':ity of Renton '�gineartpq Department
Englnopring Depar'; ...-t
L I '
AMOUNT' DUB °!"'•, 7
xo 264C To relocate 1" meter s"r!«icr it corner of
Air Rort My end Logan - Rp- S `.zh Volksrs.
Project W 9.°1
I
Labor :3G 1�.
=*, 6r 66
c... 19 2b
F-: "' 3 1l
SI'll 07
S.S.BILL 3291
�. 1
T
P.O MON 1219.Pr[Ovr..UTAN 84601 TELEPNONE.AREACOO. 4I13736510 Pf`\ 10-A—V-
CITY 0/ RLNTON
TRubK 1�4,
RCNTOU MAIM rtooa •t'x '°n
t4N10N. WARMINOTON
vw vuww r s
1AMc • 77701
0700 CBNVCR AVt 0rvvac oiM '— °unw�`�an erNu
BfftTT�t�M!E _ e�0 0 __ u. 7078. tit
D C f C II I r I 1 0 M 310CN Ov1NTlry• TO
tCI-C.
MUYe[II ANTI rCCT WCN[5 CYK[ "kk
1�buee7L� c�Aeb 3 nJ ►ir aye;us—*
it 'MJ FOLLOWER ALAND tOlt7t1R 1 .00O .p
to Mul RUtOCR OA8XFT t01t7t4R
t/R X r COR TLN COLT 0e1876t1 t + E000)
' E000 'EQ� `"' "•
r l�
Y k
,,Art OF UTAH I ctc
SS I I r IWI
LWrry I t'Of UTAN( fY}�4}e1nAYR+E inrpi,ejd 1lerein ac.Df1f F.dO I�
111erobY cDrfi __`` Iy;1Ay;ryum le.¢IF ie:fabGSMd
1 r.err ehrl
IAM�Sf°Anr1r edl Cp n�aorr o-•N nvl raT>crrvr•dI na MPNYd.ANh. low pwio.uy p-11111d w o�,pE�Mf� Ontrn<1 r -D• G ('� 1615 deed pYY ^
is,
M11h EDYtiW OE I97It
/EG,R�E gnu E41
A YW Flr[CEEFYr
AOWTOR � � I
EYhrr:bd�A! awn //'•�_ler.'f/
}�
_ — tMuy hYEn
TAXAOLc AMOUNT 8141000
TERMS: NET 30 DAYS
NO DISCOUNT boo Fop 1Rtoo 0360,40
r. O. a. CODES oee 0M0u1 -- ----L—
1 rr 1 MANUFACTURERS OF CAST rRON PRESSURE PIPE.FITTIW S.GATE VALVES. FIRE HYDRANTS
Nnnw+m n.n' N w:vtwwM Ul a N.o..•°I NwNt N.Ns erfu Yw IMNA*Uffr.r .In<rnc carts cnv rNl FYI Cn ..Ir
rrwwn nY .•.wwlnnr umwr nu u+.anw n•w.wu.wm rrt<m nv.xau.wln w• � �I lwrYN twrl rwnw w•r m
I IwwN nrnr pwNvrr s rn. nnNrwrmIN 4arrurC.rsrn°r omo nN rrmur6 or'n[rne tnrtt cn•uen nrC cM••.r.
"b+LN Nnr ra .utw.N'l LMIIO d iMi pYaC1 rlN INOKCI M fAYIWN[ bIr•W[N9YM[NleiY M 1«t Ilrr wN1 luKn Nt Kl w N.
l'nIKNSN +.VM.nw •i.M[wl° `.
F
,f
PURCHASE ORDER
- CITY OF RENTON
NOTICE. n ft rubnn .....FN.d 1.u.n acn 6..,.,�rn. . ..be.cm..,mP un M,ooM•�pr.i e.,.1< d o.da. This NUMDER N. ..wu .ill b.h.no..d-,li—1 rbH n.mlr: I.W..M..L A... ..Mb h.dw.d4..HM.d....d fIRPRRp I.eI.AI.. MUST APPEAR O O V V
ry
ON
15W000 N'lwd N Irto•,n.r..a�b,q��pn+^r. ALL INVOICES
PLEASE DELIVER THE FOLLOWING i
GOODS OR SERVICES TO:
CITY OF RENTON
401 534/32/61►
Water _
'O Pacific States Cast Iron Pipe Company
211 Sixth Avenue North
Seattle, Washington 98109 {
October 18 1992 as_
OvOII.11 'EM 1, �
1 120 : 18.25 LF of 120 Ductile Iron Class #3 MJ
Water Pipe with 20 welaod collar strengthened
by b struts each side located 6100 from
spigot end of pipe. Complete with accessories
FOB Routes
s'
Confirming order plaotd Boa Olson
as— NUMERICAL FILE COW' NIRIWSl G AGENr ,H
ji
i
1
1
.. ,'M. .AY..AAIr+faY MYl.wr.ir. .. ;.>•,. ' . ..a•aA.v'-
I
.. ....seal
r � ,
t
1�
7,7
LOGAN AVE. N.
,• s 1
1--.__. PUTWtE Q' MM1CI! Mww
f 7 ry
)1i;Cd. 4v KEND* (Ml.M.1)
IF
rAS
• `, ''+/--� ��, �/// � ,�' ice• a
ILI
10
, � 1
� � 1
/
2 Iz"C1 9p'BENDSMJ.
,/ GITr or RENTON
/ cwn�ccclws oc►wwrwa w.
W- 381A
g0E1NG CO, MAIN RELOCATION
@ I..OGAN AVE BRIDGE
>• I
f
2 - IV C.I. fG•�C�S(MJ+[U} r- J11
/ . '' C-
I/I
iIt
It LOGAN AVE. N.
-s 1
Fi+TURE Q' MMTlI Mwlr
O,
f ,
8 l ;///
-- --
- __ _
zl-/ Iz• C.I. 4v BEt� (I"U' )
///
`.Y 6..IMPi GAS r jY,�� F/ 4'CNP3 ty1S
R
r,it 11
W
w
\ \Q ,
V i
/ r 1
2 - 12' c l/�6'9EN05,Whu/!
CITY O. MENTON
r' / [MwiM[[wlwl• D[tr.arYCMr
It
A BOEiNG CO MAIN RELOCATION
r r
r , _
Lr%GAN AVE BRIDGE
: c.I 90
,l
r
1
t
,
.11 .
/ \ 1
, / I
/t LOGAN AVE N.
CC� ' .�'/ •/ / // � C---- ___� F�7tgK P. \wtct, M�\w
IW
12' C.1. 45' BENDa (MJ+MJ). - - -.4 _
,' �_- / Q'e �\�/ I _yQOF S• srogM�Rs_
__6.Ii,FI 6 A5 ' , l:l
'/-er
�4i, {
2 12r.{. yb'gENO`J J+MJ)
1 ? Y Oi RENTON
W- 581A
/ WEING CC MAIN Rt-OCATION
@ LOGAN AVE MOM _
12" CA W* SENDSLias.a
1 T Y Of REN TON NO
D&TE 4-25-72 REQUISITION TOTAL AMOUNT
DEPT_ Water Maintenance
VENDOR
ACCOUNT • 302 542/13/63(11) A�ASOtNiJ36-01_ I —
��� �yT Pacific States Gast IC2 Pipe Co,
ACCOUNT a_301 , 542/13/6301) A>vfot --87.33
CITY DESCRIPTION IN DETAIL Spattle WA 1—9 _
2 EA 8" G.I. cross (All NJ 9 74 80/ea 149.60 E
1 EA 12"x4" G 1 Tee (All MJ) P 91.40/ea _ 91.40 i
7 EA 8 x6" C Y Tee 447.65
!XXi XzX11XIN (MJxfl) B 63.95/ea _
65.55
1 12u C.!. 11 1/40 Bend (MJxMJ) P 65.55/ea
1 EA 12" C.I. Plug (TJ) ? 28.75/ea 28.75
4 EA 8" C.I. MJ P1u ® 12.20/ea 48.80
831 .75
tax 41.59 (,-1
NOTE: As r material bid awarded b
\ total 873.34
City Council March 13. 1972. _ —
PURCHASING TC ORDER S
XX AUTH Br
r�
a'
•/
ENDING
OF FILE
FILE TITU .J • r • ��
• •
t
7
A
it
Ma.-ch 24, 1972
To: Bert McHenry, Utilities Engineer
rrom: Ron Olsen, Utilities Office 'ng!neer
1 Subject; U.A.B. Project 06-1-102(13) Airport 'way-Logan Avenue
The construction of this street improvemnt project will reoeire the
relocation of the ex4sting watermain in Airport May from Lake Avenue
South to Logan Avenue South, and In Logan Avenue South fray approximately
150 feet south of Airport Hay to the Logan Avenue briJge structure.
The design of the new main was based on the design requirements of the
aashington Sur,ey and Rating Bureau (which are cart of the city of
Rnaton, slater btil,itias Ordinances), a c py of whicc is attached.
The estimate for material on this project„ � .x included, is $16.754.86,
i— and the estimate for installation is S10.36. .4% tax included. The
y� Installation figure is based on 2.472 L.F. of installation at $4.00/LF.
�+ The total estimated cast assuming no street restoration, �ervicp
agjus',ients, or engineering roars would be $27,137.26.
01
CL The water service relocation is estfl^ated to be $1.370 and the Engineering
estirated cost is $1,200.
Q The total estimated combined cos s of the enti •e watermIn installation
a,t
� is 530,207.26, ggw
m We request the
flm Thrust
olidh $S0,2h7.26
for thework and materaliolvedihis utityadjstaent.
'1
Thank you. -
RO:sn
K
Q
a�
r�
i
. 1
,Y.rt VS� .
March 30, 1972 W-753-70
Addendum to
"Soil Investigation for Improvements
and Widening of Logan Street
Bridge and Airport Way"
Renton, Washington
December 1971
Due to changes in the scope of the above referenced project and an
omission, the following three points should be added to the original suits
report:
1. Full-time field supervision of pile installation should be
provided by a qualified soils engineer to assure that the piles are based
In the proper soil stratum. Our firm would be pleased to provide this
service.
2. After additional consideration, the final penetration into the
very dense sand and gravel bearing stratum should be taken as one (1) frot
rather than three (3) feet as previously stated. This figure represents a
more realistic estimate and should avoid the occL -rence of structural
damage to the pile frorn overdriving.
3. Cince the time of our original report, the scope of the work
has changed to pro, ide for a complete new bridge structure, which, in
part, would be suppor .:d on the existing piles. Information provided by
the structural engineer describes the existing piles as untreated timber,
thirty feet long, extending from elevation +10 to - 20 feet. Assuming the
structural integrity of these piles is beyond question, and further assum-
ing that our soil rrofiles (which are interpolated between four borings)
arp applicable, th. maximum load which could be supported by one of
these piles would be 20 tons (factor of safety = 2.5). A further assumption
which must be included is that all of the piles were driven to the same tip
elevation (-20 feet). It should be borne in mind that should any of these
assumptions prove inaccurate, slightly lower capacities may result.
If any further questions arise, please do not hesitate to contact us.
.respectfully submitted,
RA1Ey9 GEOLAPS-WASHINGTON, INC.
`
Alvin R. Zem P.E.
ARZ/mb �sfoisrea�e��
�SfONAL EN6
ox.wa0, ssra
t
I'
a
—s—
,
22. (Cont.) t on }
The City will evaluate the overall impact of the revisions k
and especially such factors as the evolution of project
needs since last ttovc.nber and the scope of the basic re-
sponsib`lities normally assumed by a consulting firm.
13. ,lack Dovey questioned the extent of further changes beyond ?
• those list 3 in the March 23 letter. It was estimated Enplan
that such additional changes would not be to<, major, but W&H +
attention .as directed to the :act that specifications D. Hamlin
still have to be reviewed.
14. Bert McH^nry asked for a summary schedule of "lump-sum" bid Enplan
items on chsnnelization, col,duits, etc.
15. The following schedul^ was arranged for ir ,ut of Consultant WSH
Material to the City for review:
a. 3/30/72 - r2) sets of revised preliminary street
plans (phase 2), plus (1) set of related specifi-
Cations.
b. 4/3/72 - revised preliminary signalization and Enplan
illumination plane, together with re: �ted specifics-
W&H
tions.
i. Bert McHenry asked Enplan if Controller specifications had
been prepared. The answer was "Yes - on an open basis to
permit free bidding."
•r
17. Additionally, Bert McHenry enquired whether or not Taylor
.lvenue cignals could be sequenced into Rainier Ave. if
required by traffic conditions. Answer: "Yes, by install-
ing wiring in the conduit which is provided for such an
interconnect."
18. In cenclusion, it was recrn ended that a check should be W&11
made of tho progress to-date on all Permit Applications. City
(Note: Subsequent check by City on the Shoreline Manage- Engr•
meet Permit established that the probable data for State Dr_rt.
approval is 5/8/72.)
VGF2E _let .
VL:lrnl
l
� 1
r�
-4-
_ 30. (Cont.)
Illumination was with the City or the lack of regular progress meeting Action
with Wilsey and Hen, s
The specific revision requests were discussed, includ-
ing the following items; Enplan
W&H
a. City had asked that channelization be referenced D. Hamlin s
signalization plans, on
to facilitate evaluation of
ed mast arm long tl�s, signal placement, etc. Jack Dovey indicated that Wilsey 6 Nam will supply +-
tinn details to En 1 pp y channeliza-
p an and will cover the costs of
adding them to the Plan sheets.
b• Remote amplifier cabinet usage is to he evaluated
in terms of system compatibility. Enplan
D. Hamlin
c. Loving the signal controllers from the planned island
locations will require new wiring diagrams and would
be a major revision. Locations had been selected for
ease of maintenance, and were shown in the November
design report. This problem to he checked by Traffic
Engineeripq in conjunction with Rnplan. (Note,
Subsequent investigation of Possible alternative
locations has resulted in a decision by Traffic Engi-
naering to retain the original island locations for
controllers.)
d. Signal head sizing was established by Enplan from
data supplied by vTN.
e. Signal am loading had been checked by Enplan and
is considered to be within acceptable limits.
11. Jack Dovey asked for Enplan to explain what the dollar lan
and time irvoJvemert could he to resolve and incorporate D.1pF.amlin
the revisions listed in the City-s letter.
W6 N
Enplan indicated that apart from such items as a new
wiring diagram the majority of the revi.sicne are not too
major. Based on the City,s offer to coordinate require-
ments, including Dave Hamlin visiting Enplan's office,
it was established that Enplan will deliver revised plans
to Wilsey s Ham by Monday, April 3, 1972.
12. Bert McHenry and Jack. Dovey discussed the possibility of B. McHenr
requests being submitted to the City for an increase in y
fees due to various change require-tents. It ..;as agreed
that consideration of such fee changes will be deferred.
f
-3-
6. (Cont.) Action
Trees and shrubs will N installed and maintained by the ( }
School authorities. (cut off point will be approximately [$
3C0' north bridge.)
7. Wilsey s Ham presented a Preliminary set of Plans for the WSH
Logan Ave. Fridge. Construction of the Bridge will be by R. Houghton
separate contract, which should also include the paving "
of the trail paths. -
S. it was noted that the Bridge Plans contain specific
"Construction-Phasing Instructions" and that one of the
existing bridge abutt-,ents is not mounted on pilings.
9. A discussion ensued ccneerning the need for luminaires
on the bridge fox provision of adequat . street lighting,
versus the undesirable effect of the light poles on the q
aesthetic :onsiderations of the total bridge structure.
Referencc was made by Enplan to the City's standard
uniformity ratio of 1:2 for lighting distribution, which
had been used as the basis for locating the (3) subject
bridge lights. Movinq these lights back to the ends of
the bridge would result in a ratio of 1:3S.
It was deci ae. tnat the City would review this problem B. McHenry
and make a -_coir�endation later 1n the day. (C:,te:
Wilsey 6 Ham stare subsequently advised that they should
revise the lighting locations.to show a Sodium Vapor WSH
Lumincire at each of the (4) cor ors of the bridge, but
positioned so that the pole-bases do not encroach on Enplan
the bridge structure. This new arrangement is to be D. Hamlin
evaluatea by Enplan for acceptability of lighting leve).
and continuity.)
10. A previous City review of Preliminary Signalization and _
Illumination Plans as submitted by Enplan had resulted
in a letter dated Marc;i 23, 1972 requesting certain reri-
sions to those plans.
Enplan representatives made reference to the establishment
of project requirements by the City on October 29, 1971 and
the subsequent design report as supplied in November 1971.
It is their contention that their system presentation is L
compatible with the original concepts establiphed for the }
project, end that the xequested revisions are in part due
to the change in personnel 'n the City Traffic Engineering
Office.
Bert McHenry pointed out that the most significant feature
of the project activity in respect of Signalization and -
i1
a
TT
e. (Cont.) Act
was decided that the specifications will include
a statement to the effect that "work on the perimeter q=
road will be performed in conjunction with the basic
Airport Way Construction, but no such work is to be
performed until the required clearances have been :
received from the Airport Board and the FAA". (These -
clearances will be Obtained by the City) A 60-'day "
time period will be referenced in the specifications in
connection with the perimeter road work.
f. Tn response to a question by Del Bennett, it was confir- W6H
Toed that the Airport Hay project includes all but the R. Houghton
North 90' of the airport entrance. Project construction
ends appxoximately 20' before the locations for curb Ij
returns on the new perimeter road.
g. Bart McHenry advie�d Wilsey & Ham that N. 3rd Street and (Ws'!
N. 4th street are not to be included in the scope of the
project.
3. Landscaping of the project is to be the subject of a separate
contract, whic!i will probably need to be timed for the Fall (W&H
planting season. mhis will enable street contract to be (R. Houghton
closed out as sou as possible after completion of street
work. Wilsey & Ham will prepare a package of Plane and
Specifications for landscaping, including applicable
revisions as previously discussed and itemized in City's
letter dated 3/23/72. Cost estimate should be ccordinatel
with the City Landscape architect. G. Erickse..i
4. The street construction contract will include only the
following landscaping featuras: IW&H
P. Houghton
a. Sidewalk block-outs for tree planting locations.
b. b ilding of the bank along the Airport perhmeter.
C. rport chain link fence relocation
5. Wilsey a Ham will provide a separate cost breakdown for W&H
Del Bennett, in connection with the FAA negotiations D. Bennett
concerning a 10' Right-of-Way requirement. This break-
down will indicate casts of landscaping to be performed
on Airport Property, aed also the matching cost figures
for landscaping on the adjacent street right-of-way.
6. Tile area north of the bridge and along the Fenton High W&H
School property will be the subject of a special R. Houghton
"Materials Only" provision in the Landscaping Contract.
R
R
t
a
MINUTES OF MEETING AT RENTON CITY HALL-3/30/72
Subject: Review of Renton Ave./Airport Way/Logan Ave. Preliminary
Stre-)t clans (Phase 2); Signalization and Illumination Plans,
and Logan Ave. Bridge Plans.
It, Atlendanoe:
Wi csev & Ham: En lan:
--�—_ City of Renton:
Jack Dovey Carl Dupuis Del Bennett
Dick Reeves Chris dr>wn ,,,
Kent Stepan Bert Le Eenry
Ken Wuect Bob aaicale Dave Hamlin
Dave EvaaS
Vince Lee
1. The purpose of the meeting was to review the status of the Action '.
subject project, a;;d to establish a list of the require- 4 +
ments which must be met in order to pernit finalization of !
Consultant Plana.
2. A set of Revised Preliminary street Flans was presented by
12
Wilsey & Ham, and the following items were discussed:
a. City Engineering Department is in the process Of design- R. Houghton
ing the new 24" storm draivago line at Logan Ave. W6H
Alignment data for this line will be supplied to Wilsey
and Ham.
b. Water Utility changes are to be installed up to the R. Olsen
Logan Ave. Bridge, with block-offs at the transitl- W&H
from the street eontruct to the bridce contract.
c. Cit 111 assist in the liaison in respect of (3) R. Olsen
Do i water lines on the east side of Logan Avenue. W&H
d. Water Utility Equipment will be furnished by the City R. Olsen "
for installation by the Contractor. City will check W&H
requir�nents agAinst order and stock position, to
verify that equipment will be available. Any departure
fry this City furnishing procedure will be by spec;-
fic arrangement on the part of the City Water Utility
Office, for inclusion in the project specifications.
s. The Airport perimeter :vad is nut being designed as W&H
Part of this project. Plane currently show the R. Houghton
tc�.lpurary construction of a 22' road, which is to be
marked as "Construction By Othe)rs". Del Bennett
reminded all concerned that the perimeter road access a
must be maintained duripq pro, -t construction. It
I
t 4
3. Minutes March 17, 1972 (Wilsey & Ham)
8. PLAY SHEET 8:
a) Change the cross-over drainage line.
b) Add catch basin/manhole nearer bridge on both sides of Logan Avenue.
c) Obtain details of previous 'Houser Way Bridge Drainage System' from B.
Peterson, City Engineering, for adaptation to Logan Avenue bridge project.
d) Co-ordinate with R. Olsen, City Water Utilities , on final water main
locations (some changes needed - will differ from original marked-up pl,
set supplied). jt
e) Liaison should be established with the Boeing Company, since some of their
water lines may be affected.
9. PLAJ SHEET 9:
Storm drainage to be revised as discussed.
10. GENERAL COI-111ENTS:
1. Trenching requiremmits and related installations need to be co-ordinated for
the complete project.
2. City will provide materials for water utility adjustments, foi 7nstaliation
by Contractor.
3. 'ndication from Del Bennett (via Planning Departr.ent), is that special side-
walk treatment, e.g. exposed aggregate, will be required along the north side
of Airport Way and at the Airport Entrance.
4. Chain link fence along Airport should be included in street contract.
5. Lands:aping will probably be a self-contained contract requirement, for trees/
shrubs , etc. and complete installatiun. Preference would be to have a separate
Maintenance Agreement, perhaps for a Tull two-year period.
—'Vince e—C e—
i �
4'
- Y
2. Minutes March 17, 1972 (Wilsey b Ham)
4. PLAN SHEET NO. 4: (Cont.)
d) Review the storm-drain location where it crosses Airport Way from north to
south. If possible, move to other side of intersection to combine trenching
with prcposed water utility line.
e) Consider relocating the storm drain line which is presently shown under the
street along the north edge of Airport Way. Could this line be moved back
from street, to the area behind the sidewalk?
f) On Lake Avenue, extend the match line furthe• down and indicate the join as
a straight line on the plan.
((dote that it is usual to extend 100' or 150' into adjoining side streets,
and also that full extent of sidewalks on these streets will be decided in
the field).
g) Establish the Power Pole changes.
5. PLAN SHEET NO. 5:
a) Include stubs at each location.
I
b) Check on feasibility of running the storm drain line along the side of the
road 0 eliminate cross-over.
c) Review the proximity of the storm line to the 4" gas main.
d) Consider relocating storm line under the sidewalk, on the south side of the
road near the gas main. e
6. PLAN SHEET NO. 6
a) Verify position of fire hydrant on corner.
k
h) Co-ordinate locations of two (2) storm line crossings with any traffic signal
cuts which may be planned.
c) Straighten out the "diagonal" run of the storm line between stations 25+76 and
26+98.
d) Extend the match line further into Shattuck Avenue, and indicate the join do
as a straight li;ie on the plan.
7. PLXV SHEET NO. 7:
The proposed re-routing of the 24" storm drain lint. will result in a co�plete
revision of the related storm trunk line system. These cha,ages are to be co-
ordinated with the City Engineering Departr.,nt.
y
- 1
\y.
b.'
.: r
March i 7, 1972
City of Renton review of "Advance Preliminary" Street plans as submitted by Wilsey
& Ham - for project Renton Avenue, Airport Way & Logan Avenue (Phase 2).
Bert McHenry covered the following main items, and requested that each be considered ,
and incorporated prior to submittal of the five copies of the preliminary plans to
the City.
1. COVER SHEET:
Re-design the cover sheet to show a larger area of the City in the Vicinity map;
remove lot lines; draw street radii for project streets; identify the Logan Ave.
bridge; include Renton Ave. Extension, using different tape; add Stadium ana Airport
names; la',el N. 3rd E N. 4th Streets; make 'North' arrow more distinctive; renove
'scale' information, and add the City seal plus a signature listing block.
Consideration should also be given to maintaining legibility when this sheet is
reduced in size.
2. BASIC PLAIT SHEET FORMAT:
The bottom edge, of the plan sheet requires soar_ revision of format, to reduce the
visual inpact of the large empty block which extends across most of the sheet.
3. PLAN SHEET NO. 3
a) Study the possible re-location of the sidewalk at the northwest end of Airport
Way on the corner radius. Preference. would be for the walkway to be moved in,
away from the street, with a planter-strip separator.
b) Uefine the sidewalks , etc. whip'- -e nrt included in this Phase 2 contract.
c) Show new right-of ^y lines, anG construction casements where applicable
(e.g. along Airport property).
d) Improve the definition of monument and station data.
4. PLAN SHEET NO. 4:
a) Supplement the existing monument line and stationing information, especially
at the Rainier Avenue intersection area.
b) Use different nomenclature for "curb return data" on the traffic islands.
c) Change the configuration of the 'ou':h traffic island at the westerly end of
Airport Way by making the nortr dge parallel to street centerline.
,
44
A ,
v
g.
March 31, 1972
To: Richard Houghton/Ron olsen
From: Bert hcHenry
Subject: Revised Preliminary Street Plans Renton
-
Ave./Air port Way/Logan Ave,Preliminary Specifications (Phase I), and
Please arrange to review the subject input from Wilsey & Ham
in conjunction with the attached list of Revision Items as
previously submitted on March 17, 1972.
These plans and s,^ccifications can not be finali..ed until we
have provided Wilsey & Ham with the following:
1. Location and elevations for the 2V storm drain line
at Logan Ave.
2. The results of our review as requested herein.
3. Final action 47 respect of the Boeing water lines,
and confirmation of the status of water utility �-
equipment ordering for all the equilment required
on this project. `
Refer to the Minutes of Meeting, 3/30/72, for additional de
tailed information.
� 7
SHMc:pa:p
ti• 1
(
r
Mr. Jack L. Wilson, P.L. April 3, 1972
City of Renton, Washington Page 2
Mr. Granger explained that they do not know for certain who owns the two
12-inch water lines. He was going to check all available records and report
his findings to Mr. Olson.
I tailed Mr. Granger on this date and he informed me that the Corporate
Office of the Boeing Company has conceded that they hold ownership of both
12-inch water mains. Mr. Granger will be available for a meeting to work
out any details. as necessary, with the City of Renton.
Thank you,
WILSEY 6 HAM, INC.
Kent J. Stepan. P.E.
KJS:cp
\ a
AIRPORT WAY FROM LAKE AVE S TO LOGAN AST S TI-3 81
� gi--�
Ib uN�1{NILq+r In P1unJg ' • •
�r t00�lunJg r•w hwrr b+1A�{WUc.hlnew0
�T+71n wf N4 .5 4i I
/M psi I..I I'"M1 9•M - 6W 6.N
r—lod 1-20 1770 —77t 470
ISO 1270 Iona AVID ail
00 161O 2110 1210 624
`¢'-100 t010 M 144 751`
ISO IWO MCI) 155O 110
M2 21M 7370 IM0 all
IS r— O 2010 2140In0
ISO 40 2140 1o00 Ira 710 671$920 3
—100 6280 Oslo $340 2720
130 7910 1200 SI10 solo
7tV 7910 It30_0 ¢0.O ]070 r
II'— 90 fail 100 Mail 1
146000 7030 4026
I 11300 15900 Ms50 0
ISO 12300 17400 9150 4810
J'.Lror.
Y°t
lr— s0 17900 Isso0 10000 5 370 �� •�� �-`-^ pp.,f{/�
100 100 2500 112 5700 0,i0'A1 _ _ !' L
ISO 1595300 72500 127.M00 7I10a
100 UI00 SHOO 15200 7720 •,
18600 36]00 11700 7270
ISO 21600 30600 15200 II40
200 71600 32100 16500 logo y
100 H]00 72300 17800 8090 '
16 SO 24WO 337" 14400 silo r
100 ISM 0670C 12700 W100
M 27600 31400 21300 10100
2% 303M It000 23200 uln0 ) •; .
Ir— 50 24000 62g00 270fq LL700—
100 32300 65600 24700 12600 'xTYrm
ISO 15000 49500 29600 13700 6, Qg.y '
100 39./0o 54100 2930.0 igloo
r-- SO 96700 51900 911100 10309 —
100 29700 M100 900 1 32900
16000
00 mil 4740n ao]o 36w0 moo
91-- 50 $2300 74000 00000 20100
loo $6000 001n0 43500 22z00 110E '
ISO 61700 67300 47.00 24100
20 62200 Mono 63100 32200 ( Y"� •..
la-- 5 S o ua u o 7 uioo`Doo 9roo
IN 30200 125000 67S00 11100
ISO 96700 127000 74000 27700
200 1060M IS" atoll, 41400 � ( loom
2r— $0 1111000 167014 90000 09100
100 117000 179000 N900 41100 1i
150 trim 187D00 too" 114000
700 I6M00 21¢070 IINM MfM
STANDARD DETAIL
FOR
GENERAL BLOCKINU
i
1
URBAN ARTERIAL ~ y
1
1 C SerKs E �sners
Green WM n On ft_
- —C O N T R U C T � 0 .�A\�V s i
4"
L CITY OF RENTON 3'
- - -
4 $ersDs 0 Lstfen
FORWARD THRUST ; GAS TAX 3'
00,000' 00,000 4'
- _
L URBAN AR"1 ERIAL BOARD _ ,'-SaKsCLerfers
1 y 2 1.12"
3"Specof efrers /
Mote On Green---� Gran On Wnas ------
Past 4
W responsibility for faulty materials or workmanship. The Contractor shall be
under the duty to remedy any defects in the work and pay for any damage to other
work resulting therefrom which shall appear within t%t period of one (1) year from
the date of final acceptance of the wo.k, unless a longer period is specified. The
City will give notice of observed defects as heretofore specified with reasonable
promptness after discovery thereof.
(9) The Contractor and each sub-contractor, if any, shall submit to the
City such schedules of quantities and costs, progress schedules, payrolis, reports,
estimates, records and miscellaneous data pertaining to the contract as may ba re-
quested by the City from time to tine.
(It)) The Contractor shall furnish a surety bond or bonds as security for the
faithful performance of the contract, including the payment of all persons ani firms
performing labor on the construction project under this contract or furnishing
materials in connection with this contract; said bond to be in the full amount of
the Contract Price as specified in Paragraph 11. The surety or sureties on such
bond or bonds must be duly licensed as a surety in the State of Washington.
(11) The total amount of this contract is the sum of
^- which includes Washington State Sales Tax.
Payments will be made to Contractor as specified in the "general conditions" of
this contract.
IN WITNESS WHEREOF, the City'hae caused these presents to be signed by its
Mayor and attested by its City Clerk and the Contractor has hereunto set his hand
and seal the day and year first above written.
CONTRACTOR CITY OF RENTON {I!{I
Mayor
ATTEST:
City Clark
1
04
Page 3
said contract such materials, machinery, appliances, equipment, plants and other
properties belonging to the Contractor as may be on site of the Project and useful
therein.
(4) The foregoing provisions are in addition to and not in limitation of
any other rights or remedies available to the -ity.
(S) The contractor shall hold and sale the City and its officers, agents,
servants, and employees harmless frnm any and all liability of any nature or kind,
including all costs and legal expense incurred by ressen of any work on the contract
to be performed hereunder, and for, or oa account of any patented or unpatented
invention, process, article or appliance manufactured for use in the performance
of the contract, including its use by the City, unless otherwise specifically
stipulated in this Contract.
(6) Any notice from one party to the other party under the contract shall
be in writing and shall be dated and signed by the party giving such notice or by
its duly authorized representative of such party. Any such notice as heretofore
specified shall be given by personal delivery thereof or by depositing same in
the United States Nail, postage prepaid and registered.
(7) The Contractor shall commerce performance of the contract on the
day of _ , 19_, and shall complete the full performance of
the contract not later than 150 calendar days from said date of commencement.
For each and every day of delay after the day of completion, it In hereby stipulated
and agreed that the damages to the City occasioned by said delay will be the sum of
'200.00 (Two Hundrtd Dollars ) , as liquidated damages for each such day, which
shall be paid by the Contractor to the City.
r
(6) Neither the final certificate of payment nor any provision to the con-
tract nor partial or entire use of any installation provided for by this contract
shell relieve the Contractor of liability in respect to any express warranties or
M
r.g• t
(a) This agreement
(b) Instruetinn to bidders
(c) Bid propo+al
(d) General conditions
(a) Specifications
(f) Hapa and plans
(g) Bid
(h) Advertisement for bids i
(i) Special contract provision3, 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 tine specified in this
contract, or any extension in writing thereof, or falls to complete eaid work within
such time, or 1f the Contractor shall be adjudged a bankrupt, or if he should make a
general ass..gnment for the benefit of his creditors, or if a receiver shall be appointed
on account of the Contractor's insolvency, or if he or any of his sub-contractors
should violate any of the provisions of this contract, the City may then serve written
notice upon him and his surety of its intention to terminate the contract, and unless
within ten (10) days after the serving of such notice, such violation or non-compliance
of any provision of the contract shall cease and satisfactory arrangement for the
correction thereof be made, this contract, shall, upon the expiration of said ten (10)
day period, cease and determine in every respect, In the event of any such termination,
the City shall immediately serve written notice thereof upon the surety and the Contrac-
tor and the surety shall have the right to take over and perform the contract, provided
however, that if the surety within fifteen (15) days after the serving upon it of such
notice of termination does not perform the contract or does not commence performance
thereof'within thirty (30) days from the date of serving such notice, the City itself
may take over the work under the contract and prosecute the same to completion by
contract or by any other method it may deem advisable, for the account and at the
expense of the Contractor, and his surety shall be liable to the City for any excess
cost or other damages occasioned the City thereby, In such event the City if it so
elects my, without liability for i doing, take possession of and utilise in completing
+► r
THIS AGREEMENT, made and entered into this day of _, 19_0
by and between THE CITY OF RENTON, Wan:.ington, a municipal corporation of the
State of Washingwn, hereinafter referred to an "CITY" and
hereinafter referred to as "CONTRACTOR".
W I ': N E S S E T H:
(1) The Contractor shall within the time stipulated, (to-wit: within
160 calendar days from date of execution hereof as required by the Contract,
of which this agreement is a com cient part) perform all the work and services
required to be performed, and provide and furnish all of the labor, materials,
appliances, machines, tools, equipment, utility and transportation services
necessary to perform the Contract, and shall complete the ^onstruction and in-
stallation work in a workmanlike manner, in connection wish the City's Protect
(i.dentifie,l as UAH 8-1-102 No._,IrL_) for improvement by construction and
installation of! Curbs and gutters, sidewalks, esphal, pavine, storm
drainage, r-taining wall and such other work as may be neees3nr3
to improve Rainier Avenue South,
All the foregoing shall be performed, furnished, cons rutted, installed, and
completed in strict conformity with the plans and specifications, including any
and all addenda issued by the City and the other documents hereinafter enumerated.
It is agreed and stipulated that said labor, materials, appliances, machines, tools,
equipment and services shall F! furnished and the construction and L •tallation be
performed and completed to the satisfaction and approval of the City'■ Engineer as
being in such conformity with the plans, specifications and all requirements of the
Contract.
(!) The aforesaid Contract entered into by the acceptance of the Contractor's
oid and signing of this agreement, consists of the following docwnents all of
J which are component parts of said Contract and as fully a part thereof am if
herein met out in full, and if not attached, as if hereto attschadt
A
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned
' t
as principal , and and existing under the news o corporation organ zed
an qualified on, and the State o as a surety corper- ,. .
under the laws of the State o Washinq ton to became surety ,jpon
bonds of contractors with municipal corporations, as surety are jointly and severally
held and firmly bound to the City of Renton in the penal sum of for the payment of which administrators or persona sum on demand we hind ourse'ves and our successors, neirs,
l representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of ,
Washington, the Ordinance of the City of Renton,
Dated at Washington, this day of , Iy
+' 7 •
Nevertheless, the conditions of the above obligation are such that:
VAEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for 6
which contract s re erred to nerein and is made a par: hereo as though a c ached
hereto) , and
WHEREAS, the said principal has accepted, or is about to &crept, the said contract,
and undertake to perform the work therein provided for in the manner and within the
time set forth;
NOW, THEREFORE, if the said
Shelf faithfully perform all of the provisions of said contract in :he manner end with-
In the time therein, set forth, or within such extensions of tide as may be granted
under sold contract, and shall pay 311 laborers, mechanics, subcontractors and material ,
men, end all persons who shall supply said principal or subcontractors wflh provisions
and supplies for the carrying on of said work, and shall hold said City of Renton harm-
less from any loss or damage occattoned to an} person or property by reason of any
carelessness or negligence on the past of said principal , or any subcontractor in the
performance of said work, and shall Indemnify and hold the City of Renton harmless from
any damage or expense by reason of failure of performance as specified in said contract
or from defects appearing or developing In the materaai or workmanship provided or per,
formed under said contract within • period of one year after its acceptance thereof by
the City of Renton, then and in that event this obligation shall be void; but otherwise
It shall be and remain In full force and affett.
APPROVED as to legality:
Approved:
t
MINIMUM WAGE AFFIDAVIT FORM
City of Renton
ss
COUNTY OF
I, the undersigned, having been duly sworn, depose, say and certify that
in connection with the performance of the work, payment for which this voucher
is submitted, I have paid the following rate per hour for each classification
of laborers, workmen, or mechanics, as indicated unon the attached list, now
referred to and by such reference incorporated in and made an integral part
hereof, for all such employed in the performance of such work; and no laborer,
workmen or mechanic so employed upon such work has been paia less than the
prevailing rate of wage or less than the minimum rate of wages as specified
in the principal contract; that I have read the above and foregoing statement
and certificate, know the contents thereof and the substance as set forth
therein is true to my knowledge and belief.
CONTRACTOR
Subscribed and sworn to before me on this day of
19
Nctary Public in and for Re tare o
Washington
Residing at
«r
Y
NOU-C6tl.USION AFFIDAVIT
STATE 6r WASHiNGTON )
LOVNfV O SS
F
being duly sworn, deposes and says, thdt he is the identical person
who sutxnitted the foregoing proposal or bid, and that such bid is
genuine and not sham or collusive or made in the interest or on be-
half of any person nct therein named, and further, that the deponent
has not directly induced or solicited any other Bidder on the fore-
going work or equipirent to put in a sham hid, or any other person or
C—poration to refrain from bidding, and that di.ponent has not in
a,,i manner sought by collusion to secure to himself or to any other
person any advantage oven other Bidder or Bidders.
SIGN HERE:
Subscribed and sworn before me this day of _
19
Notary Public in and for the State o
residing at
therein.
F
i
1
CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT
The bidder represents that 1•e / / has, /_7 has not, participated
in a previous contract or subcontract subject to either the equal
opportunity clause herein or the clause contained in Section 301
of Executive 0-der 10925; that he %j had, /7 has not, filed all
required compliance reports; and that representations indicating
submission of required compliance reports, signed by proposed sub-
contractors, will be obtained prior to subcontract at+ards.
Y
Company
by
Title
Date
(Tha above representation need not be submitted in connection with
contracts or subcontracts which are exempt from the clause.)
D.I.F. 14.43
e
Page 30 Technical Provisions
The City of Renton shall furnish the fittings; however, the price
includes all costs to transport these materials from the City
of Renton Corporation Yard to the job site.
f. 2" Blow-Off Assembly
Blow-Off Assemblies 0all be paid for at the applicable unit
price per each, in place, complete, which shall constitute
full compensation for plug or cap tapped 2", 2" galvanized
iron pipe, 2" gate valve, valve box, 2" galvanized 90° bend
with 1/4" drain hole, 2" x 2 112" adapter (IPTX Hose) with
cap and chain, an meter box, and all other necessary accessories
for a complete i;,s.allation.
the City of Renton shall furnish the above materials; however,
the price includes all costs to transport these materials from
the City of Renton Corporation Yard to +he job site.
g. Concrete Blocking
Concrete blocking shall be measured and paid for at the applicable
contract price, per cubic yard, payment of which shall constitute
full compensation for furnishing the material in place, cnmplete.
i
Pape 29 Technical Provisions
a. Water Pipe
The price per linear foot for installing of water pipe, size
and quantity listed in the bid schedule, shall constitute full
compensation for the water line, in place, complete, including:
clearing, grubbing, stripping, ail pavement removal, excavation,
trenching, backfill, foundation preparation, compaction, pipe
laying and jointing; pipe blocking and bracing, sheeting,
shoring, and dewatering; fittings; removal of existing piping;
connections to existing piping; all sirface restoration,
excludirg crushed rock and concrete surfacing.
The City of Renton will furnish the pipe; however, the price
per linear foot includes all costs to transport the pipe from
the City of Renton Corporation Yard to the job site.
b. Gate valves
12" and 8" gate valve assemblies shall be measured and paid for
at the applicable unit price per each, in place, complete,
which shall constitute full compensation for valve, bypass valve,
concrete vault; and all other necessary accessories for a complete
installation.
The City of Renton will furnish the valves and the valve bypass;
however, the price includes all costs to transport these materials
from the City of Renton Corporation Yard to the job site.
C. Fire Hydrant
Fire hydrant assemblies shall be measured and paid for at the
applicable unit price per each, in place, complete, which shall
constitute full compensation for tee, valve, valve Vx, spool ,
fire hydrant, shackling, installation of blocking, bracing
drains, fittings, and all other necessary accessories for a com-
plete installation, i The City of Renton shall furnish the tee, valve, valve box, spool,
fire hydrant, and fittings; however, the price includes all costs
to transport these materials from the City of Renton Corporation
Yard to the job site.
d. Fire Hydrant Guard Posts
Fire hydrant guard posts shall be measured and paid for at the
applicable unit price per each, in place, complete, which shall
constitute full compensation for a complete installation.
e. Fittings
Fittings shall be measured and paid for at the applicable unit
price per each, in place complete, which shall constitute full
compensation for fitting, shackling where necessary, installation
of block, and all other necessary accessories for a complete
installation,
I
ie
i
i
Page 28 Technical Provisions j
All equipment necessary to make the tests shall be furnished by the
Contractor and the Contractor shall conduct all tests under the super-
vision of the Engineer.
a. Pressure Test
Prior to acceptance of the system, the installation shall be
subject to a hydrostatic pressure test of 250 psi, and any leaks
or imperfections developing under sail pressure shall be remedied
by the Contractor before final accept.nce of the system. The
Contractor shall provide all necessary equipment and shall per-
form all work connected with the tests and conduct said tests in
the presence of a Utilities Department Inspector. Insofar as
practical , tests shall be made with pipe joints, fittings, and
valves exposed for inspection.
b. Leakage Tests
Leakage tests shall be made after the pressure test has been
satisfactorily completed on the new pipeline or concurrently
with the pressure test. ihp hydrostatic pressure for the leakage
test shall be equal to 100 ; si.
4-10 DISINFECTION
Disinfection of the new water system shall be required prior to com-
pletion of the pro.'ect and shall be in accordance with AWWA Specifica-
tion C601-54 and Section 74 of the APWA Standard Specifications and
shall meet the acceptance of the State of Washington Department of
Health. The initial concentration of cholorine in the line shall be
50 parts per million and this solution shall be held for a period of
24 hours. Disinfection of the entire water system installed or dis-
turbed under this contract, including pipe, pipe fittings, valves,
and appurtenances, is required to confnrm with the specification stated
herein.
4-11 CLEANUP
During the time that the work is in progress, the Contractor shall make
every effort to maintain the site in a neat and orderly condition. All
refuse broken pipe, excess excavated material, broken pavement, etc. ,
shai' .a removed as soon as practicable. Should the work not be main-
tainea in a satisfactory condition, the Engineer may cause the work to
stop until the "cl :an-up" portion of the work has been done to the
satisfaction of the Owner and/or Engineer.
4-12 MEASUREMENT AND PAYMENT
Unit or lump sum bid prices for all items shall include all costs for
labor, equipment, material , testing, relocation and modifications to
existing utilities, and all incidentals necessary to make the installa-
tion complete and operable.
a
1
•-••- 1'i7:i
.W4b lGudtru'LL4:1, iac:.
P. U, BOX 89365 _.
:zenith, WA v81.�8
Subject: G-381J--•Logan avenue s. dater Line Aljustment
Geatlement
Thie is tc mckacw1odge and accept the work performed on toe suoiect project
as per our Agreement dated May 15, 1913.
'Pie total amount of tale Agreement, tax ine_uded, is 53,454.:;t;, aw will oe
prv;oaual througa this office as soon as possible.
Very [rely yours,
.IUL ltu �. ..wlaMn.,u, i'.'.
Puolle War" Director
.W.&P
ti
10. The required "PRESSURE TEST' has been taken by
At a pressure of PSI , for _ minutes, on
The test: Failed Passed Comments
II . The required "PURITY TEST' has been taken by
On Date of Reply Failed
Passed Comments
12. Is there n Easement required? if so, give dates for:
Preliminary Submitted _ Recorded
And Recorded Number y? _
13. This Project included LF of Watermaln P
And Gate 'Valves _Gate Valves d
Gate Valves and Gate Valves,
Y,
And all miscellaneous accessories for a total value of S
Also, Size Make type Fire Hydrants for a
total value of S
14. The transfer or "Bill of Sale" is in; Preliminary
Submitted ^ ,iecorded form.The recorded numbe._,_
15. This project information was sent to the Utility Dept. for recording on
and taken nto "plant" on
16. What drawings does the Water Shop have on File.
Preliminary , As-Built
Form Completed on
City of Renton
Utility Department Project Form
r
1 . Water Project # _ Date Project No. given
/1. ^ ('
2. Project Description and location � i . t L V,
r
(if City check
3. Developer's Name
Address
Phone #
t
(If City check
Engineer's Name
Address
Phone #
(if City check
Contractor's Name
Address _
Phone # --
4. Is there an ACTIVE Late-Comers Agreement in the project areal .
If so, give File Nare
And Number
Recording Date
are as follows: t
The Utility Department Work Order Numbers on this Project
As-Built
5, What plans have been submitted? Preliminary
yj red `or Project
If so, give Date Prepared
7, Has an Estimate been Prepa
J And Total Amount of Estimate
" — If so, give
$. Is there to be a Late-Come rs Agreement on this project
Submitted �.�— Recorded
dates for; Preliminary __—___._
an, Recorded Number
Dzte of "Completion"_ _
y, Date of :,Start of Corstruction"
f
til
iR� S 7a c c pxov/i i o ry.9
" w p T e 2. ?f A JPi Ir t' HIGH' _
Grp
4
i
�, . .
y, ,.
f. `4. _. A
f
e
�� . • SM.:`n32-� b
i � �r / /
hh31 � ! N� i°. C.
�'� �w``jj ... . � T ia`rd 1Q
1y 7'1
n`�"e� � _
•..'•`} _
���-a
Z ���� {
�d � �
�. ,v
'� �
D
Sc ALE C • 3.0, �t vc
PLAN VIEW
: e
-ay�.i-se-r.__-_
t
-_
_ •e° -�.. ° as .� � •° _._-�
Road 0urface ELEVATION VIEW
e °• —
is 1F �Z Ip nl PIPE CONC BLOCKING °
; I
R - m 1 �-- SPECIAL IS.LENGTI. OF • • SLEEVE
TT rn S rn PIPE WRN E'WELDEO • ° '1I ° 1-. •.
�m�
jjrv4.
I � 1 -�V•'. �j -
13
Z
I I m SPECIAL [/�` DIA SNAC KIE
I A V/ Rp0 FOR RC_TRP INT OF PI 0-.
'11 E RACE CREOSTE TREATED
♦1 i INSTALL AT TIME OF BLACKING WOOD SADDLES UNDFJ7 PIPE
PLUM IN BRIDGE ABUTMENT
I
y
f
r
43'MN 3g Ql 'QAFI
( / -
:rF► ♦ t1i rW) M4 J.MV AH 3W-4 �QAW 4
if�.►i{!!1 #8 ♦...f0i Ud ULVM I'J .9 P jl ZI
\ F (li •fW j 711'1'J „9•„Q j C ,'' ',
\ /
Cry
--:r
Al
OA•la) aAIVA a:.v9 .9 , 4
ILL I s:a� jt.ra WAS
+nvw aurM �n .a� xa (rl)ad+t
i
A-
Cf"-U) aA1VA airy ,9
fa-la vls J MEE i i
A
TYPICAL SIDEWALK
DETAIL
a
r-- m�I �
12r4EKpo�mmonliftferioi
1/4" 'I R At Joints i Ilj
11 z'k 4"Ex ns W
Store lines To Be Roa,ol 7o Material � � Cam.Canc Curb& Gutsier
Curb9Gutler - - ,
W 1141"R At Jpnie
12"X4" Expansion Material
1/4"R At Joints 1 3 I I I I
Score lutes --
.
"W= Width Of Sidewalk
L
1/2k4" Expansion Material, �---�
1/4' R At Janis -- G_112"X4"Expansion Material
1/4 R At Joints
1/4"/Ft Slope
I/4'/ct Slope
II2"R lR"X S Expansion Material
Curb Retwn Only V2'R 1/2'R
- L
7S?ondord
R mart As per Plans T Pavement As Per Pans
4' I
Cam Con Curb 4 Parkway
B Gutter. Standard Cam.Conc. CwD 6 Gutter
SECTION A-A SECTION B-B
GENERAL NOTES:
Where The SvIewolk Is To Be Placed Against The Curb a Gutter, The Joint
Shall Be A Cold Joint Expansion Material Shall Be Placed At All P T's 8 PC.e
Of All Curb Returns, And It Shall Be Placed At Every Fourth Sidewalk Panel.
A
The Concrete Mix For Sidewalks Shall Conform To The Requirements Of i
Class 501/2). The Maximum Slump Shall Be 31/2".
F
C
O -2'MIN SHALL INCLUDE FINISHED GRADE
HYDRANT EXTEN
WHEN NEEDED
r OLYMPIC FNDRY.
—OR EQUAL CI.
VALVE BOX f
6" C.I. SPOOL —6" GATE VALVE(FL• MJ)
CONC. 3/4"SHACKLE RODS
BLOCKING— ` •.� c •:� LOC.
B
LOCKING
• I 1.1/2"WASHED GRAVEL X• 6' TEE •FL)
•16" 4' CONC BLOCKING
HYDRANT
HYDRANT GUARD POSTS SHALL
BE STATE OF WASHINGTON DEPT.
OF HIGHWAYS RESIGN OF C RAIL p 2 2' Z'
POSTS.
ST CONCRETE GUARDD RAIL I --"�'
1 O GUARD POST(TYP) O
STANDARD DETAIL
FOR
HYDRANT ASSEMBLY a
HYD. GUARD POSTS
I * �
i
CURB OR
ell\ SIDEWALK
\\ / WATER MAIN
HYDJ vy \\
GATE VALVES PLUG WITH 2.TAP
\\ 2'BLDW OFF
ASSEMBLY
X�
B"EHINU�CURB OR SIDEWALK
6.
i
APPROX 2(X16+x15 METER BOXY ?
VALVE BOX- �2y 2 1/2 ADAPTER Ong HOSE)
WITH CAP B CHAIN
r-BLOCK END OF MAIN
I PLUG WITH 2'TAP 2*GALV. PIPE
2"GALV. 90• ELBOW
WITH 1/4 DRILLED HOLE
WATER MAIN 2 GALV. PIPE \
2"GATE VALVE 1-6!-•2*GALV. PIPE
(C1. BODY a 2�
.. OPERATING NUT)
STANDARD DETAIL
FOR
2 " BLOW OFF ASSEMBLY
% s
♦\ // \ CURB OR
`•` / / WATER MAIN \l
'1YD. ♦�►y\ \\
GATE VALVES PLUG WITH 2 TAP
\\\ 2-BLOW OFF
\ ASSEMBLY '
BEHIND CURB OR SIDEWALK
18�=
APPROX 21x16ti3 METER 80X-� �
VALVE BOX- 2y 2 V2 ADAPTER(IPT[HOSE)
WITH CAP B CHAIN '
BLOCK END Of MAIN
2'GALV. PIPE
PLUG WITh 2"TAP I
2 GALV. 20•ELBOW
WITH I/4 ORIl1.EG HOLE
WATER MAIN 2� GALV. PIPE
2"GATE VALVE ` 6�-2 GALV. PIPE
(C.I. BODY B 20
OPERATING NUT)
STANDARD DETAIL
FOR !
aj 2 " BLOW OFF ASSEMBLY
o +
1 �•
t 45° /
`. MATERIAL LIST
x ' : I - 12 GATE VALVE (MJ)
ELEVATION VIEW 2- 2" 900 tLL(IPS)(TYP)
3- 2" GATE VALVE( C.I. BODY)
--- ( 2" OPERATING NUT)
,,'.a"• ---- s' 4- 2" NIPPLE (IPS)(TYP)
5- 2 DRESSER COUPLING
!. '•
2
of 4
5
PLAN VIEW.
STANDARD DETAIL
FOR
2" SYPASS ASSEMBLY
FOR 12' GATE VALVE
1
01- ?." IC FNDRY.
CASTING A 5622
WITH TYPE C —�
LID OR EQUAL r
v
CONC. RINGS-BLOCK z
OR BRICKS (TYP.) i
MOTAR(TYPJ GD
,:.
' 7K
X
Q
•• :•4 M Z ' •�' �Fi3dSJQM
a :� JOINT MATERIAL
�,• ":i'. lac. :.c i.
I
I
STANDARD DETAIL
FOR
CONCRETE VALVE � 'AR
FOR i2' GAiE VALVE
v
r
1
iA
5 i3 ro
/G• n
7 F�SS
y� 1� x t ±•'��.ffy
rn•�x
r�4
3=z�a*
a� v--le�
s
w
\ ` 1
ti
I ti
j
. i
1 R
CITY OF RENCON WATER DEPARTMENT
Pressure Test 6 Purification Test Form ;{
PROJECT NO.38
E �R+OGE WATCA ly�ir!
NAME OF PROJECT—L oG_R ON �3
ff '1. . 73
Uu/E_ Jr._
PRESSURE TEST TAKEN BY H I` MIN.
AT A PRESSURE OF -� ��.. PSI, FOR
20
TEST ACCEPTED ON -2-?-73
ON
PURIFICATION TEST TAKEN PURIFICATION TEST TEST RESULTS, SAMPLE NI
SAMPLE •2__�
SAMPLE
REMARKS: / E CN!_oR/rvR7Fi DEAD �
-p f t t=
R Q u l R ELF
A/ 0 PuRi T`I
"+ 1
17ec"m er 28, 1971
Vincent Lae, U.A.S. Department
Ronald O1sen,:Uci1![y Officc Engineer
U.A.R. 18-1-102(13) --Airport Nay
This to to inform you that the City of Renton Utflfty Department has purchased by
warrant transfer (dating December 27, 1773), the following listed materialn wh[ch
wore purchased originally by the U.A.B but were never ueed on the project.
uertit Unit Total
Item
g----Z Price Price
S x 24 C.I. Valve Boxes(Completa) 3 Ea. 13.43 40.29
12 x 4 C.I. Tee (MJ) 1 Ea. 87.n5 87.05
r G.V. (M7) 1 Ea 172.33 122.33
4" C.V. (tt7) 2 Ea. 56.48 112.9E
4" Trans.Coupling, S.B.043
(C.I. x STL) I Ea. 20.83 20.83
4' C.I. Solid t;leeve,S.P. (Ml) 1 Ea. 17.95 17.95
fub Total $ 401.41
5% Sales Tax 2_1.07
TMAL' $ 421 AS
If you have any other questions, please contact this office.
Ronald (Teen, Utility Engimar
10:mw
� 1
November 21, 1974
Vincent Lest
Ronald Olsen
U.A.B. I8-If1020 3) - Alrport May
r, This Is to Inpartment has purchased
you that the City of Renton Utilityhe following listed net rials
by warrant tre,.afer (dating December 27, 973),
which were Purchased originally by the U.A.B. but were never used,an the
project.
ITEM • PO / uantlt t dolt Price Total Price
8 x 24 C.I. Valve Boxes 00224 3 an 14.10
42.30
(Comlete)
12 x 4 c.l. Tao (MJ) 00227 1 ea 91.40 91.40
B" G.V. (MJ) 00224
i ea 128.45 128.45
4" G.V. (MJ) (FL) 00224 2 an 59.30 118.60
b•' Trans. Coupling, 00225
1 as 18.95 18.85
S.D. I433 (Cl x STL)
Sub-Total S399.60
5.0% Sales Tax 19.98
TOTAL T' 9.5$
If you have any other questions, Pleeae contact the undersigned.
KLO,pmp
4
y
f t*�
e v
1sC� t
Z x \ I fE• �
a � i
^l.
}
{^e„f
SCALE
v
PLAN V! `VV
�O ,Q
J ti
i 1 _
ELEVATION VIEW
3 Z o n
D -_- -
� ,
z < " E ,� 4 VIA
I
PE F T.L^u� H OF
0 D' CAS: • CMS) o ° ,
_ W .Aal
-_..
-
L
L s0 7C "�--- 1
_�I
`f A D PEACE CRE S TREATED
N ER P;.
IN a{h06E Af.TMENT
f
a:
I.
All
-
STA 21.21
12"•4'C 1. TEE (MJ•FL�
SCaI`L !4 LF J G" C i R/P
5' MVO, FlRE HYDRANT CMJI
'!' ; `/' HYD TO BE SHACKLED
/'-_ 2 _ --------------
STA L1•f,� YAI
12'GA wi (iN� w CONC
— ____ T
See __._r_ ,�— ,
�etg i on Sh#. 2 ' _I --� BEGIN =JTA 21.00
STA 22o01. 12-C1 (04 PLUG
IFTPR-OXJh
^®` \ WATER PME(T J.j 'I
2• D:l MMTLR MAIN
—I$TA 21.41 . 12'*R"Ci. TEE ( MJ•FL)
o yV+ ,b, 8 GATE VALVE (FL•MJ)
c
N 9'i2.49-E « - _A ._ _ ,.• - _ •'- _. •� ! '_ �' _. 1. 1 !
K I N
/ 3
G-G/P_ �.rY
0 a
11
77
! ti .
1 Ts.
— ---- J7ry �,Y nil 416It r.
/ J
CJ �. t / STA 0•�2 �r
o" GA C.1 TEE (MJ- FL) +
�, / / fo.• GATE VALVE (FL.MJ)
J 12 LF of 6" C.1. WATER Pn
�• �/ ` .lC ,� `a"MYO. FIRE HYDRANT CµJ) CITY or RENT O N
f
HYp. TO 13E SHACKLED +cte �s ^t•awttttwt J
STA •7rn 8' C I OL UG (Ml� W " 381 B ,'.'•_"•�•
LOGAN AVE 5 BRIDGE WATER
MAIN AD_JSTMENTS
qn R. vcw " >tl
I ( i
! p`•G'C I TEE
r 1
ro GAT'E VALVE (FL•Mj)
SCALE l 20 4
�r 14 LF of " C I PIPE
�/ 1 5' MVO, FIRE HYDRANT (MJ)
/ HYD TO 9 E SHACKLED
r'5 w4Y6i r
. 1'A Ll•fi� 2"1 CiAI�' '(Mj) MI
See Det Shf
ail on 6t" 57A 2j•00
WA 22001, 2'c.L (M8 Ruc J - j _ --
s `Aar N. 110 LF .f 12' p,1. WATER PRE (T )
l ---`
ar'
t~ ;'• u% v I �._; EX. +2' D.l WATER MAIN
iSTA 2t•4t 12'S' C.1 TEE ( MJ•FL)
Jr ` r' `4♦' ? i/ / _ I T I ! B' GATE VALVE (FL-MJ)
N ' _ _.
fr ,
"I groove s�^'ea
?Roves_.-.•--�
Ob
S Sj,T
JkV
T 1 ti
W 1 (_M
—---
- 1 V,
g / �'1 r 1 \
5TA 0.72
8'•G-' C !. TEE (MJ+ FL) it
G' GATE VALVE (FL.MJ)
♦/ ,•' /�j / 12 LF .f G' C.I. WATER PIPE
5` MVO, FIRE HYDRANT CMJ) _ CITY
T Y O c aE N.O N
r r♦' // r, 1 HYD TO BE SHACnLED a W. i-.g __ �..
Al, rr // LOGAN AVE 5 BRIDGE WATER
♦r N _ MAIN ADJUSTMENT5
A _ _
,y w . 1• to
i
>3
F;
lai
F
byq
v
i
r
1
4
I
q
I 1 bi"
i. :81 � /n �n��r:�� ! ���� it �/r" '•/' � ZAP.
MOSS Construction sae.
GENERAL CONTRACTORS I04 '++� /�✓N �S O. ✓r�,J�
POST OFFICE BOX 97 /u�OO��,. �I•�l,�p /Qeu.3fi^,,,,.�f' ,yxp ,{
6T
ZENITH. WASHINGN 961Bo
.».r+»�.....H.,.. H.. . .,..r GT :.. .. ;,..a.»x.�,r•+..w.r+w...�..ase.....w,«...♦....x+.- f
to Awl
DAM 141�4
1 / 4'U4,41 'L C1 S G7N r/Rt-I G77
ZZ
PLEASE REPLY TO.-)N�
rDAM
V 3110 PAAIS I AND 3 W"""0%pttACY
R�IisnA•
Nay 15, 1973
+ .bee Gonscrucrion, =�'.•
Ceomral Contractor^, lac
p. U. bax 89305
:,snith, WA 90188
Subjmct: W-3818 - Lo6au Ave. bridge Water talc Installation
Gentleman:
Thir is to confirm mad accept your proposal dated May 10, 1973, for the
installation of water sair and firm hydrants near the south portion of
t!r oar Logan A". bridge, in the amount of $3,282.00, plus tax; total
amount, 13.455.95.
It is understood that the City is to supply all water Pips' "'uses"
hydrants, and basic material, end that the Contractor shall Pick up this
material at the City yard. It is also understood that to ContlJCtor will
supply concrete blocking, sh-+okling, mad any other dsullansous materials
required. The Contractor will also do any street restoration that might
be required for a complete installation.
The attached sketch show the area, marked in red, where the installation
has ye• to take Fla"• Also attached is the u-built of the City itrulled
portion of the project.
It should be noted that the Contractor will have to supply sn "-built
sketch of t]» completed Project.
Very truly yours,
Warren C. (,*mason, P.b-
vubl.i: Works Director
R0:&P
Attachments p
4
.r,s�-c •.No
;f'
lloss Co3s$ruc4Gou Inc. .
GENERAL CON TRA FRS,
POST OFFICE BOX flb o09 5� § �7%�'�/P'7• /►:' �d-.
5 ZF_NITH. WASHINGEON feloo 4�•ru�d,'•
SUB.ECT .�&W� Sp�f� V1/4AWZAe,! Ai DA7E�
..CrA -7�3.. —VA04 .-1f1QZ"rt... .fiiwa K6Y.E-
.
//1_t.._cr�crr--�asu�--._�:/�
36
swNEO
r —
OATt 1 S16NEG
621.0, n 1 at B tNt GIPm r.. .
..5!e [ Yn! !f lE/CiRf4 W;M e
4s "q
y1
roan 5, 1973
'C0: Gwen Nars'ull, YLvance Director
nm; Warren C. Goaneacv, Public works Director
303 SM Iavoica Yayernt--Water Project 381-3--1o{aa Awaus S.
Water Line Adjuneasat
Pleas* pay the attached invnite in the amount of 03,454.36, tat i►.clyded, for
work completed by Mole Construction, Inc.
Charge to Aecouat 4011534132164.
RO;sp
Actaabaeat
,4�Of R�V�o
z THE CITY OF RENTON
k/."1.%!^,1/AL8UILDSNO MfMLLA%/R.SO. R:NTOV,VJASM.aeer5
p A';Z:-.VOARn5TT,MAYOR • DEPARTMENT OF ENGINFERIVG
9h D SE
i
July 10, lg72
Guy M. Bail Construction Co
P.O. Box 895
Renton, WashingtoR 98U55
Attention: Chuck Jones
Subject-, Boeing 12" Water Main Relocat'or - Logan Averse Bridge
Gentlemen:
Attached herewith is a copy of the tow bid in the amount of $11,844.00
as submitted by Moss Construction Inc. for the subject water main relocation.
As previously negotiated, the Guy M. Ball Co. charges related to this water main
adjustment will be 10% of the sub-contractor's job price, viz: $1 ,184.40.
The Boeing Co. has been advised that the adjusted cost will be $13,028.40,
and they ha.e supplied verbal acceptance of this cost.
Please proceed with arrangements for timely completion of this water main
work, and provide Narry O'L'eill with related schedule information. Advise Mr.
Granger, Boeing Utilities Manager, Tel. 237-3295, prior to starting work, since
the Boeing Company wishes to perform all construction inspection (in conjunction
with the City inspector).
One water main must be retained in operation at all times to ensure an
adequate water supply in case of emergency.
Your final "Statem nt of Costs" should be submitted to the Boeing Cr.:pany 1
upon completion of con:.tra,:tion. It should include a reference to the Agreement a
Number, which is "R-61b0-1991 , City of Renton C.A.G. 2003-72", and should be C
addressed to:
Mr ' . W. '{^anger
Oro. -zat:wn OR6180
1.1/S 62-15
P.O. Box 3707
Seattle, Washington 98124
T
COMMERCIAL AIRPLANE GROUP
Mailstop 62-15
September 22, 1972
R-6180-2104
City of Renton
Municipal Building
200 Mill Avenue South
Renton, Washing, 98055
Attention: Mr. Bert H. McHenry
Subject: Boeing Owned 12" Water Lines,
Logan Avenue Bridge
Gentxmen:
This confirms previous verbal agreements between the City of Renton and The
Boeing Comr, iy representatives regarding two Boeing owned 12" diameter
water 'fines under the Logan Avenue Bridge.
These I ine: have been disconnected east and west of the bridge and abandoned
in place. The Boeing Company has no further use for the pipe remaining between
the disconnect points.
Very truly yours,
THE BOEING COMPANY
Commercial Airplane Group
1. D. Bixby
Director of Facilities
70717271737 Division
CITY y
RE
SEP 2 71972
�,IN�clnc oFpt.
I
SCALE t !" ° 3.0'
R A N `�i! �VV
�� • v
I oIt ,
of I
tL La
g y U, Road oaf"Ce E L E VAT I O N VIEW -
on In
PIPE tCti•C 13LXKIN6 ..1.. � t7 °-N • °+ + ♦
D = e — 24 DIA
w<' �-- SPECIAL 16 �ENgTN OF °
F P z` E A , CLA6y . LM�)
Gt! UJ z� PIPE WITH 2 wCLDED
LaLAH • ° J-°< • - -
�
O
Z 11
80
rn rn 1 SPECIAL a�4' D,4
11 p LloD FOk RLSikAIKIT Of v:.'Jo. `\ PLACE CREOSTE '!4E.ATEt-
N I%ITAL. AT TIME OF SLOCK Nb - J --N'CCO SAJ LEi uM1JEk PIPE
P/aJA IN NRIDGE Aftn Mt NT
R
STA z1•z1
12%6'Ci TEE (MJ,FL)
1 I / G' GATE VALVE (FL+MJ
'
SCALE 20' 1 .� 14 LF of (e' C.I PIPE
1" = %' � -.
' � ; 5 MVO, FIRE HYDRANT (MJ)
HYD. TG BE SHACKLED
i
STA 21 ,12"GATE/%AIA'(MJ) IN CONC yAUIT r 1 —_
See Detail on S}�#: 2 ' 1 — _ /t —- - 1 BE61N 5TA 21.00
51A 22409, r2"C.I. (!r3) PLV4
r,` o-• , APPRO)t. '110 LF p.l. WATER Pin U.
ti, • a ' �,.. ' I C ) EX. 2" D.L WATER MAIN
_
* Ii ISTA 21.4t 1 12%8TC.1 TEE ( MJ•FL)
/
GATE VALVE (FL- MJ)
T I I
4- 45'5r
HA•EW dY•BGE Q. { t�,, r '_'y^. / � ti ' A / /= 1� >• -__ +
-�-
fe J_[/
IL
ell
S 6F O
'b
f �
(41
IMP
4 i
STA p.72 I
r , X
8"+k�' C 1 TEE (MJ+ FL)
f <' If G" GATE VALVE (FL•MJ)
12 LF ,l C, C.I WATER PIPE -
r' CITY OF H
5"MVO FIRE HYDRANT (,Ml
J\ E N T O N
/ I �.. " A11tYz
c / I NYD. TO E.F SHACKLED `W'_- 681 B__.
—STA 0.70 W CI 7LW (hli)
' JJJ LOGAN AVE. 5. BRIDGE *ATEq
MAIN AWIJ5TMENTS
_..
... _V.. ,.. .
C
PROUECT NO. W-381B :7ILITIES DEPARTMCENT
CITY OF RENTON
WORK ORDER NO. WASHINUTON
DATE SUBMITTED Oct. 2. 1972
DATE COMPLETED DEPARTMENT W:lttr
DESCSIFTION OF WORK
Airport Way Project (Based on Moss Const. Bid Prices)
(Installation only)
NECESSITY WORK TO 9E DONE BYt
City Forcos r—1
Contract
Others
rM QUANTITY UNIT '�i~ AMOUPII
Install 12" Ductile Iron Water Pipe 110 LF 16.00 1,76U.00
Install 8" C.I. Water Pipe 108 LF 3.20 345.60
Install 12" Gate Valve Assembly 1 FA 550.00 550.00
Install 8" Cate Valve Assembly 1 CA 80.00 80.00
Install 5" MVO Fire Hydrant Assembly 2 EA 150.00 300.00
Furnish and Install Conc. Blocking 3 Cu.Yd 50.00 150.00
Sub Tota $3,185.60
`S Sales Tax 159.2P
Total $3,344.88
TOTAL COST
APPROVED BY
SUPT. OF UTILITIES DATE A?PROVED
R
PROJECT NO. � 3�(r^nt_1 UTILITIES DEPARTMENT
CITY OF RENTON
WORK CRDER NO. WASHINCTOH
DATE SUBMITTED Qa ?, ruse
DATE COMPLETED DEPARTMENT Valgr
DESCRIPTION OF WORK
NECESS:Ty WCRY. TO BE DONE BYs
City Forces O
contract
Others
rrEM UANTITY UNIT COST AMOUNT
Smith-Blair 0313, 12" x 2" Saddles 2 FA 15.80 31.60
Smith-Blair #411, 2" Flex Compiling 1 I EA 4.60 4.60
2" x 24" Galy. Iron Nipple 1 EA 2.76 2.76
2" x 12" Galy. Iron Nipple 2 E.4 1.99 3.98
2" x 6" Caly. Iron Nipple _ LA .72 1.44
i
Cily. Iron 900 Bend (S X S) EA 1.25 2.50 !
2" Cate Valve (S X S) 1 LA 29.7r 29.75 ,
Sub Tot 2,847.85
i
SaleF Tax 142.39
.$2,990.27
I
1_
TOTAL COST
APPROVED PY
SUPT. OF UTILITIES DATE APPROVED
1
PROJECT NO. k'-391B UTILITIES DEPARTMENT
CITY OF RENTON
WORK ORDER NO. WASHIN(70N
DATE SUBMITTED Oct. 2. 1972
LATE COMPLETED DEPARTMENT '^�'t'"r
DESCRIPT11% OF WORK
Logan Ave. S. Bridge, Water Main
(Material only)
NECESSITY WORK TO BE DCNE BYt
City Forces C)
Contract L�
Others O
rm NTITY UNIT COST AMOUNT
12" D.I. Class #2, (T.J.) Water Pipe 18' length 92 LF 5.81 534.52
Special 12" D.I . Class # (NJ) Water Pipe with Limp EA 300.00 300.00
welded collar
8" C.I. Water Pipe (Ti) 108 LF 3.28 354.24
12" Gate Valve (MJ) 1 EA 252.95 252.95
8" Cate Valve (FL X NJ) 1 EA 123.30 123.30
till Gate Valve (FL X MT) 2 EA 79.20 158.40
8" x 24" C.I. Cate Valve Boxes 3 EA 14.1.0 42.30
12" x 8" C.I. Tee (NJ X FL) 1 EA 116.15 116.15
12" x 6" C.I. Tee (MJ X FL) 1 EA 109.55 109.55
12" C.I. Solid Sleeve (LP) 1 EA 49.35 49.35
8" C.I. 450 Bend (MJ X MJ) 1 FA 35.65 35.65
8" x 6" C.I. Tee (MJ X ET.) 1 EA 63.95 63.95
12" C.I. Plug (MT) 1. EA 20.75 20.75
8" C.I. Plug (M.:i) 1 EA 12.20 12.20
5" MVO Fire Hydrant (MJ) 2 EA '239.00 476.00
12" Fire Hydrant E,:tensiou EA 59.97 119.94
TOTAL COST
APPROVED EY
SUPT. OF UTILITIES DATE APPROVE{
t
MEM1RANDUM
October 5, 1972
TO! Bert Mclienry, Acting Director of Engineering
FROM, Ron Olsen, utilities Office Engineer
SUBJECT: U.A.B. Project i8-1-102(13) Logan Avenue Bridge Widening
The construction of this bridge wideninq project will require the
installation of fire hydrants near the bridge structure for prote^Lion,
as the State Highway Department is now requiring on their new structures.
This extension was originally planned for during the widening of Airport
Way, but because of the division of contracts on the street widening and
the bridge construction, as well as the acute grade change an the south
approeai to the bride, it was decided to wait until the south approach
was to be filled.
The estimate for material on this project, tax included, is $2,990.27.
(Material estimate attached.)
The estimate for installation, based on Moss Construction Company bid
items on Airport Nay widening project, tax include , is $3,344.88.
(Installation estivate attached.)
There would be nc water services requirino relocation and engineering
cost would be approximately $500.00. The total cost of this project
would be estimated at approximately $6,835.15.
We request the U.A.B./Forward Thrust provide the $6.835.15 for this
required project, and approval for requesting Fbss Construction Coapany
to perform the above installation, as an extra. Dased co his bid prices
on the Airport Way widening project.
RL0 at1 -_-----
♦ s
r
,
' I
I
/
D
1 ' '
d //
i ITY o♦ REMTOdc
3
♦ t
t'r t
LOGAN AVE. N.
;a t3 :•If! 40 r 7
F A
p
"
n
M + Ali t
OEMpy ,� r` f . • �
J/ �♦ r � � � �i� � �,
bi
♦ y � fr r
, J
Navin '�* a ♦wp xt
VAN
g9 4;
October 17, 1972
To: Ron Olsen
From: Bert McHenry
Subject: Logan Avenue Bridge Waterline
--------------------- ---------------------------------------------
Due to the previous reduction in water main replacement on Logan
Avenue at Station 21+00 being withheld until proper street trade
was established, the UAL project will provide funds for the fol-
lowing:
Installation of 12" D.I. water piping (TJ) from Station
21+00 to Station 21+41 , the hydrant and connections at
Station 21+21 and the Tee fitting at Station 2'+41.
If the additional work is to be covered by Water Utility funds,
the street project would provide for final "rivice restoration.L,aw1
Pipe and fitting north of Station 21+41 and wester;y of 21+41
will not be charged against the UAB project.
i
BHMC:sn r
cc: 'Vince Lee
Harry O'Neill
fl r
}
11I
0 6
L� ,tom'71
cam,
LOCATION O ( li& 17. E
ILA SIl-6 Ec.23.Sfr
T Z.7i o
21+9W.� �• � Ec.,��
21+6a S•'--- `+'Ec zs'sP
�l
r C�
q �.
♦r2
1
t
. N
y
.j
Page 2
3. "The City" will retain a contrarror to perform the water main
relocation and furnish a statement of final costs to "The
Boeing Company'
4. "The Boeing Company" shall review the final costs of the water main
relocation within 15 day, from receipt of said costs. I` no action
is taken during the specified time period, approval by "The losing
Company" is presumed.
5. "The Boeing Company", upon completion of construction, will pay all
relocation roots as presented in the final cost statement within
15 days nit:- of said costs directly to tht a City'$"
contractor, and furnish unto "The City" proper evidence that such
payment has been timely made unto "The City's" contractor.
6. "The Boeing Company" will perform all construction inspection at the
Company's expense. x
7. Upon final ac,eptance by "The Boeing Company" o' the relocation
construction, "The „oeing Company" will assume ownership of said
water mains and responsibility for all future maintenance, repair,
i
and replacement posts of the water mains and hold "the City" harmless
from any fdturs expenses connected therewith.
GATED THIS DAY Of 1972
CITY Of RENTON, A Municipal Corp. THE BOEING COMPANY
By BY _
Mayor
By BY
I �
APPROVED TO 2
By
4s Y y G .> >z.
r
4
e
Pape 2
3. "The City" will retai, contractor to perform the water main
relocation and furnish a statement of final costs to "The
Boeing Company"
4. "The Boeing Company" shall review the final costs of the water main
relocation within 15 days from receipt of said costs. If no action
is taken +wring the specified time period, approval by "The Boeing
Company" !, presumed.
5. "The Boeing Company", cpon completion of construction, will pay all
relocation costs as presented in the final cost statement within
15 days after acceptance of said costs di•ectly to the "The City's"
contractor, and furnish unto "The City" proper evidence that such
payment has been timely made unto "The City's" contractor.
6. "The Boeing Company" will perform all construction inspection, at the
ry
Company's eypense. v, ..
x{4
7. Upon final acceptance b) "The Boeing Company" of the relocation ,
construction, "The Boring Company" will assume ownership of said
water mains and responsibility for all future maintenance, repair,
arr replacement costs of the water mains and hold "The City" harmless +
from any future expenses connected therewith.
DATED 1HIS DAY OF 1972 r a,
CITY OF REHTUN, A 'qunicipal Corp. THE BOEING CO~ r
.Yo
By-- BL— —
CityClark
APTROPED TO
B
r —
.as
L
,
Wfk''
i
_-
LOGAN AVENUE WATER MAIN :tLIOCATi ',
This agreement, made and entered int; this day of _
19_, by and betwe-n the City of Renton, a Municipal Corporation of the State
of Washington, hereinafter referred to as "The City" and The Boeing Company, a
Delaware corporation, hereinafter referred to as "The Boeing Company".
WITNESSETH:
WHEREAS, the City of Renton is constructing certain street improvements
in Logan Avenue North in conjunction with Washington State Urban Arterial
Project No. 8-1-102(13);
A and
WY.-REAS, said street inproverrents include the reconstruction of the Logan
Avenue !lord. Bridge widening and lengthening the stroct•ire; and
WHEREAS, said bridge reconstruction will require the construction of new
support piers on the south bank of the Cedar River; and
WHEREAS, "Tire Boein.; Company" owns two 12" cast iron water mains located
in the south bank of the Cedar River adjoining the existing bridge steucture;
and
WMEREAV, said water wins omen he relocated to penrd t construct on of the
nor bridge support piers; and
WHEREAS, said street rmprovemient L oject will improve traffic safety on
Logan Avenue North ana is in the public interest;
NOW THEREFORE. IT IS AGREED AND COVENANTED BY AND BETWEEN 'HE AFORESAID
PARiUS AS Fr.LLOWS:
1 . "The City" will ^.rovide the design of the relocation of "The Boeing
Company's" two 12" cast iron water mains to a location which will not
nterfere with bridge construction.
?. 'The City" will furnish ar estimate of the r ocation costs to
'The Boeing Company" prior to constructiun. "'the Boeing Company" shall
within 10 days after receipt of tht estimate, approve same, or if no
action. 1s taken during the specified time period, approval by LShe
Boeing Company" is prennmd.
� m
r � }
Mr
Ar�y�
+1
LOGIN AVENUE WATER MAIN RELOCATION
This agreement, made and entered into this ___day of
19.^, by and betneen the City of Renton, 3 Municipal Corporation of the State
of Washington, hereinafter referred to as "The City" and The Boeing Company, a
Delaware corporation, hereinafter referred to as "The Boeing Company".
WITNESSETH:
WHEREAS, the City of Renton is constructing certain street improvements
in Logan Avenue North in conjinction with Washington State Urban Arterial
Project No. 8-1-102(13);
and
WHEREAS, said street improvements include the reconstruction of the Logan
Avenue North Bridge widening and lengthening the structure; and
WHEREAS, said bridge recorstructior. will require the construction of new
support piers on the south bank of the Cedar River; and
Wlf^EAS, "The Boeing Company" owns two 12" cast iron water mains located
in the south bank of the Cedar River adjoining the existing bridge structure;
and
WHEREAS, said water mains mat be relocated to permit cars ruction of the
new bridge supp• iers; and
WHEREAS, said street improvement project will improve traffic safety an
Logan Awnum North and is in the public interest;
NOW THEREFORE, !T IS AGREED AND COVENANTED BY AND BETWEEN THE AFORESAID
PAB'. = AS FOLLOWS:
1. "The City" will provide the design of the relocation of "The Boeing
Company's" two 12" cast iron water mains to a location which will not
interfere with bridge construction.
2. "ihe City" will furnish an estimate of the relocation costs to
"The Boeing Company" prior to construction. "The Bee:ng Company" shall
within 10 days after receipt of the estimate, approve same, or if no
action is taken during the specified time period, approval by f1he
Boeing Company" is presumed.
Page 2
3. "The City" will retain a contractor to perform the water main
relocation and furnish a statement of final costs to "The
Boeing Company"
a. "The Booing Company" shall review the final costs of the water main
relocation within 15 days from receipt of said costs. If no action
is taken during the specified time period, approval by "The Boeing
Company" is presumed.
S. "The Boeing Company", upon completion of construction, will pay all
relocation costs as presented in the final cost statement within
15 days after acceptance of said costs directly to the "The City's"
contractor, and furnish unto "The City" proper evidence that such
payment has been timely made unto "The City's" contractor.
6. "The Boeing Company" will perform all construction inspection at the
Company's expense.
7. Upon final acceptance by "The Boeing Company" of the relocation
construction, "The Boeing Company" will assume ownership of said
water mains and responsibility for all future maintenance, repair,
and replacement costs of the water mains and hold "The City" harmless
from any future expenses connected therewith.
DATED THIS DAY OF 1972
CITY OF RENTON, A .Municipal Corp. THE BOEING COiPANY
Commercial Airplane Gr.up
By
Direct„r - Facilities and Services
By
City Clark
APPROYEDA TO
By !'
7s iY eY G J gar
r
� 1<
�ii3 �Zoo3 7z
_OGAN AVENUE. WATER MAIN RELOCATION
This agreement, made and entered into this day of
It 7;, by and between the City of Renton, a Municipal Corporation of the State
of Washington, hereinafter referred to as "The City" and The Boeing Cory any, a
Delaware corporation, hereinafter referred to as "The Boeing Company".
WITNESSETH:
WHEREAS, the City of Renton is constructing certain street improvements
in Logan Avenue North in conjunction with Washington State Urban Arterial
Project No 8-1-102(13);
and
WHEREAS, said street improvements include the reconstruction of the Logan
Avenue North Bri4ge widening and lengthening the structure; and
WHEREAS, said bridge reconstruction will require the construction of new
support piers on the south bank -f the Cedar River; and
WHEREAS. "Tha Boeing Company" awns two 12" cast iron water mains located
ie the south bank of the Cedar River :otning the existing bridge structure;
and
WHEREAS, said water mini must be relocated to permit construction of the
now bridge support piers; and
WHEREAS, said street ioVrovement project will improve traffic safety on
Logan Avenue North and is in the public interest;
NOW THEREFORE. IS AGREED AND COVENANTED BY AND BETWEEN THE AFORESAID
PARFUS AS FOLL01i5:
1 . "Thq City" will provide the design of the relocation of "The Boeing
company's" two 12" cast iron water mains to a location which will not
interfere with bridge construction.
2. "The City" will furnish an estimate of tl" relocation costs to
"Tht Boeing Company" prior to construrtion. "The Boeing Company" shall
within 10 days after receipt of the estimate, approve same, or if no
action is taken during the specified time period, approval by Me
Boeing Company" is presumed.
of
�� �� vrru•No:A•rin•:1•rr�• w•ra•ntcnra• iel•:�•row.�r.�wEu.r:•ru!v
POST OFFICE RO.; 626. 100 F'NC STREET RUIEDING, RENTON.WASHINOT N TPUS5 AIPOII 5 A61A
K ti
A •":) b. a[NANN•. sNAUAN, CPT AT10RN[r
Q 20NN N.PAIN, 2N.• ASSISTANT CITY AI TORNEY ;
u�*4FOSEP-0,0 June 6, 1972
4
Mr. Ron Olson <
Engineering Department T,
city Hall
Renton, Washington 98955
Re: Proposed Draft - Logan Avenue Water Main
Relocation
�I
Dear Ron: 3`
•fcu handed us yesterday a proposed draft of the Logan Avenue
Water Main Relocation Project between the City and the Boeing
Company.
Our comments are as follows:
a. Re paragraph •2, it would be advisable to provide that
2 The Boeing CompaTry_ snail, within 1Q Y on�ej "
• of �t`Tre estimate, approve salves .Qr i AO �t '� ""�-r
"fi"e specified time period, approval by the compa.., is presumed..
b. R, paragraph 3, o.e would pre Me that the furnishing of
a statement of final costs would be to ' The Boeiz:g Company"
instead ,f the "City" otherwise that phrase does noc seem
inasmuih as the contractor is not a party to tb4-3 agreement.
Again in gatsgraphs 4 and 5, we would si;{—st that there
De a^ti.me limit indicated ;or revie•,, of the costs and also rro-
vide that full pay:: nt shall be made by :he Bec 1: T Company ori.thin
letion of construction -Ind that Poeing
15 days, or so, upon comp that such payments
will furnish alto the city propercontractcr
been timely made unto the City
d, Re paragraph 8, we would assume that t; r3oeingibilit Company 6
will also assume respor.lacement�Ofoth�seJwaternly for rmains- Incidentally
repair but also for ep e
do they remain property Of the Boeing Company?
Except for the above the Agreement is approved a. to legal form.
We would appreciate if you orould forward to us a final' draft
of the Agreement to give our approval before execution by the
Lh'duy M. Sall Construction i^.o. runee CC (�
00710-aOLh E. • Snohomloh, Wash. 08280 • HU a-0000• LO a-G04U �,1ijj Q9 ROM
Jung, 26, 1y72 IttN2Ei�l7=
.'r. 9crt.. E. y, Y•i:
6ssistant J:ty ui. ineer •
City of Renton
200 ;.all Avenue South
Renton, Washington Re: Logan ;Vt nue Tiri.1go
Extra cork cans 1,10. 1
Costs relrted to oneratlonal ..,
conflicts with 2-12s
nressure w-�ter mains.
Uear,?.r. !Wenxg, l
In response to our meeting of dune 21, 1972, enclosed it;
r7 analysis of -oats to date and an estimate of futr e
costs due l,o conflicts with the existing 1211 water lines. .
0n Tuesday, June 6, 1972, in ordor to ceegin ucerations ��, t,, t
on 'heso*.then L :ortion of the bridge, t nscessar,;
to determine tT exact location of the to i.nes.
,he eontr..t dra.d nas onlr indicate loratinn .1thout f 1v
profile `and note they are t be abanda w_,t:out
further comment. CosLs accrued on this date wore 6340 s . `rrr
without overhead or profit.
Tt will be recersary to protect the mn i lin—e from l ,.
damage by installing ad''ticnal sheet ilia?[. This
III be [iscu<s.1 in r' it undar can o. 2, letter
to follow. Further a vfill he reee oar,; tc remove 4
portion of the lines to construct the nMe north abutrwnL t
upon relocation ,f the existin•. For t'as rr:,r4: and tod�=•
backfill ti:o abandoned lines, costs to the city are not +.'.
expected to exceed
Comment s,ould be made at this time the ^ � A
potential conflict betre.n the 3xistine jcn c � i new d
pUtng locat ion for the aml ab..tment.
investi'ation is necessary to d,,terrine the entail
pipe location near the south abatment.
V"n, •,o .rs,
C' S ? .LL C7HSTi?"GTIP;;
C. . . on
Yro�e:ct '+. ger'
Cll.1/hare
�f
FOLLOWING IS A LIST OF SERVICES LOCATED ON AIRPORT WAY FROM LAKE AVE SOUTH
TO LOGAN AVE. '
AOCT NO LOCATION rkTLR SI7.E
25342 Ill Airport Way 1S4 " d2
25344 125 Airport rt 'day 4"
y 3/
25346 201 Airport Way 3/4"
25347 209 Airport '+lay 1"
25348 217 Airport Way 3/4"
25349 219 Airport Way 3/4"
25350 221 Airport Way 3/4" -
25352 235 Airport 'day 1"
25356 305 Airport tay 2"
25362 423 Airport Way 3/4" }}
25363 423 Airport Way 3/4"
25364 501 Airport Way 3/4"
25366 511 Airport Way 3/4"
25368 515 Airport Way 3/4"
FC(.LZ41NI IS A LIST OF SERVICE; LC�ATCD C74 LOGAN AVE 150 F6LT SOUTH OF
AIRPORT "+GAY TO BRIDGE STRUCTURE.
04217 36 Logan Ave South 3/4"
04219 30 Logan Ave South 3/4"
04222 21 Logan Ave South 1"
k
Total 3/4" meters 12
Total 1" meters 3
Total lYz" meters 1
Total 2" meters 1
Grand total 17
r
FOLLGWINO I.i A LIST OF SERVICE:i LOCATED ON AIRPCRT WAY FROM LAKE AVE SOUTH
TO LOOAN AVE.
Av:T NO LOCATION P'11MR, SIZE
25342 Ill Airport 'way I,* "
25344 125 Airport Way 3/4"
25346 201 Airport 'Way 3/4"
25347 2o9 Airport day I"
25348 217 Airport Way 3/41,
25349 219 Airport Way 3/4" T.
u.'+ v
25350 221 Airport Way ;/4" } kh.
25352 235 Airport Way
Irt
25356 305 Airport 'day 211i
25362 423 Airport Way 3/4"
25363 423 Airport 'Way 3/4"
�u1
25364 501 Airport Way 3/4" +
25366 511 Airport Way 3/4'. ate~
` W
25568 515 Airport Way 3/4"
t.
FOLLOWINI 1.3 A LIST OF .iERVIC&7 LOCATED ON LOAM AV$ 150 FELT SOUTH CF
AIRPORT WAY TO ERIME .iTRUCTURE.
04217 36 Logan Ave South 3/4"
04219 30 Logan Ave South 3/4"
04222 21 Logan Ave South l"
Total 3/4" meters 12
Tctal 1" meters 3 :..
Total l&" meters 1
Total 2" meters 1
Grand total 17
�w OF Rg,
o,�i 3y aZ THE CITY G RENTON
MUNICIPAL BUILDING 2D0 L:'LL 1. :. so. RE%C:l,V1 SN M5$
i y AVERY GARRETT,MAYOR • D6F,%1-1T&11NT C1 ENGINEERING
TFO ��
July 10, 1972
Mr. R. W. Granger
Utilities Management
The Boeing Company
707/727/737'Diaision
Mail StoD 62-15
Seattle, Washington 93124
Re: R-6180-1991 , City of Renton C.A.G. 2003-72
Logan Avenue Water Main
Dear Mr. Granger:
In accordance with the terms of this Agreement, and confirming our
July 7, 1972 telecon with Mr. Cal Kautz of your office, we are herein furnish-
ing a statement of final costs for the subject water main relocation.
Subcontractor - informal low bid $11 ,644.00
(Moss Construction Inc: copy attached)
Prime Contractor's related work:-cost 1,184.40
restricted to 100 of above bid
(Guy M. Ball Construction Co.)
TOTAL $13,028.40
These are considered to be fixed-costs, thei a any variation would have
to be by negotiation between the Field Engineering inspectcr and the Contractor { of
involved.
As requested, we have stipulated that one water main must be retained in
operation at all times, to ensure a water supply in case of emergency.
If you requires further information please cont t Ron Olsen at 235-2631.
Very trullyyyours,
Bert H. McHe r, , P.E.
Acting Director of Engineering
Houghton
R. Olsen b.—
T. North
I
ell
INFORMAL BID scHEDUtz
MR
(W-381A) BOEING WATER MAIN RELOCATION
AT
LOGAN AVE. BRIDGE
(U.A.B. B-1-102(13))
APPROKIMATE
.� OUAR= DESCRIPTION UNIT P-U 6 TOTAL PRICE
I 460 IT F"Mish and Install 12" Ductile Iron
CLA2 (T.J.) Water Pipe
Per L.P. ords)
2 6 EA Furnish and Install 12" C.I. 900 ,
B n ) o
Per Each
3 2 EA Furnish and Install 12" C.I. 450
Be ds (M )
��
p _a Da S �y0 a� s 2 S� •=
Per Each '7 F
4 4 SA Pl rnish and Install 12" C.I. Solid
Sleeves
Per Each
5 24J C.Y. Pur t and nstallSelect kfill 6- o
77 �� 1,... ZIP
Per Cu. Y�y
6 6 C.Y. FurnijjtLand Install Conc. Blocking
Per Cu. Yd
f^
Sub Total
St Lales Tax
TUTAL _� S/y
!T SiWID BE UNCERSTOOD THAT THE PRICE PER UNIT FOOT OF WATER PIPE INSTALLATION SHALL
INCLL'Dw THE BREAKING AND RLMOVA: OF THE CONC. PAVEMENT AND THE TEMPORARY STREET RESTORA-
TION THAT WILL BE R,EQUIREL FAR THIS INSTALLATION.
THE UNDERSIGNED PIDDER HEREBY AGREES TO STAR': CONSTRUCTION WORK ON THIS PRCJECT IF
AWARDED HIM, WITHIN SEVEN (') DAYS AND TO COMPLETE THE WORK WITh_N TEN (10) CONSECUTIVF
CALENDAR DAYS AFTER STARTING CONSI.-:CTION.4-
DATE: THIS ';?' / DAY OF LHl _,1972
SIGNED _ __
Tim dSS ist by
ADDRESS oX 305 a _.
}
,
Page 2.
Guy M. Ball Construction Ca.
The atiangements as finalized herEin are deemed to include resolution of
the "E;tra Work" ccnsiderat'ons previously documented in your letter of June 25,
1972.
Yours very truly,
BHMc:mj Bert H. McHenry, P.E.
cc: R. Houghton Acting Director of Engineering
R. Olsen
H. O'Neill
T. Marth
Attach.
t