HomeMy WebLinkAboutWTR2700455(1) AIRPORT WATER MAIN IMPRQVEPRENTS
PHASE I & II � �
x
+ o
! Q
Q
i WA/Sf.
r .1P.9! K
N ,
Gornoressed n ,-die-r + f C/. Pt. 71-
0wy Ni M 19 — '"♦ tabpos. !p 2
I
btu 9" Air !r /�4 `fa r 2 Z' Sae do to,�
For 9ultivrc e♦/tn trtnt [ Li,d
`
�srrf i*"JrVIll /0✓ grl
W f+ lf -1-
Aq;ee fee
v/ sier, 6a3t� ram_
y ex, as, 1'I��s•. i� 'h-E. IIIn�o,✓t�. T
� w/rc manh�7 y � ,_wig/5 �� fyp,•.✓J c.e 4
W A/Nyy-04fee ft1
♦ fa/vYt ♦tftntron 5 1" R eOs A C. At C A o
tY a Mr, �L 19.!B nrG/. 3.8? 1 b!i .tGO
" 00 Zkl
�r Svo• M°,ip' s awp
,1g 6. � �x/tt �2" dnlrrt
i
4
\:J
'ku�Yt rj /' ;ooO
/1rlch
ON OT4,04S
/ �2k.. � v 5 � '7.C1^'7 �'" i� 6�$ P• 42t.*..t� �I w.L✓C'. �-!�s
Eel,4
v'
1 �
I
1�
1 1
' V
SE C rl 0 A✓
- -0.3p ti' da• =_ lea.
�t
LAAl
� T��ArEP V L E5 { LA - C7IEk �
5
�SL
I
a�.
TIRE INSURANCE AND APPURTENANT COVERAGrS
w.M-—ao.wa rr ewwvcv orne[e
lwv.we ♦..... ..11°In6
... .ru.o. ....u.o.e., n.n e o• , .. eeol(wve ...e.. .....
SEATTLE., WASHINGTON 99111
n..... .....
................... .. �.. o..•... ...... ,.......
G17' RENIC'k
Water Company `
PLOW TEST REPORT
LOCATION Rr=N TON A19Plel- D DATE Z -Z3 - 78 I�
TEST MADE- BY -i j _ TIME /Q 41-7 I
REPRESENTATIVE OF_ f<FK70Q i-it F 1"L 07- f
WITNESS_ /7// Y1= i7YA"Vt S S / "� -> OR4 ___ f
PURPOSE OF TEST L: .7a,7z , j FieE fa,,w D. TA e,,q ! •;c •TrC. _5r iNf t 2
CONSUMPTION RATE DURING TEST / c ,A G P /N7 neanur:6
IF PUMPS AFFECT TEST, INDICATE PUMPS OPERATING wn N�EK
FLOW HYDRANTS: AI A A
Size Nozzle _• <- t
Total GPM
Pitot Reading 1
GPM
STATIC (B) (06 psi RESIDUAL (B) psi
PROJECTED RESULTS: s 20 psi Rcsidual2638gpm; orb_ psi Residual !_gpm
REMARKS:-
LOCATION MAP, Show: Line Sizes; Distance to next Cro,s Connected Lines;
Valves; hydrant Branch Size; North Arrow- Flowing Hydrant--Label A1, A'
A3; Static and Residual--Label (13), Hydrant Sprinkler_ —
O,.her (identify)
-""L LL
4 3
At
i< .
C.O. I
CITY OF RENTON
PUBLIC WORKS OEPARTMEhT
CONTRACT CHANGE ORDER AGREEMENT
W- 45s
CONTRACT CAV 01 i-77 — (j6N7oN MUNMIG/1L 4iRPU2Y UJATCR St5 (5vl 1" ioa,t1E4GN7$
CONTRACTOR RE,.1T0N CoNb r Cp INC
SUMIWRY OF PROPOSED CHANGE
I TCm A I AGO,TII.NAL A%0121{ ANO MATCa ALS Rt Wuwer) rot
Q6wsTAu-ATQr4 Of I" AND Sn4u.G2 r'1ta TCQ-S 114
co
sNg TurAL 241.00
1rCm -Tle -orf Em5Y1r.(, 2 WATC2 N1Aw Ar RLnraw
/�1RP.-12i CANt2cl. TOuJ612 x I00 CX7
to�tsw0 sUb -roTA 341 oQ
S rµx iK41
-rorAL C,4"CC a4nea 35H 41
All work. materials and measurements to be in accordance with the provisions of the
Standard Specifications and Special Provisions for the type of construction involved.
itl
AMOUNATkA�1� CORRAMOUNT7TtF1C ILT�STi►�IIS ORDER
AMOUNT I AMOUNT THIS ORDER I TOTAL AFTER CHANGE
It
301 1 (0 . 2L 30 . 1loB z a 3d'l 41 3i�, 527 0-3SIGNATURES: CONTRACTOR DATE 7 -It- 7 7
_ 1 __ DATF JW / 0, ig77
PROJECT �NGlNEER — -
APPROVED BY l !- - > _ ,.s •e• >t -- _. DATE
u t Wor s rector
Mr. Del Bennett -2- R-6180-1169
The new 8" shutoff valve shall be of a similar type and arrangement as the cxisting
8" sectionalizing valve located approximately at station 0 + 38, 97'R. as shown
on sheet 1 of 3 of your drawing. This valve shall be an outside screw and yoke
type located in a manhole with a heavy cast iron lid cover. The valve will be
locked by the Boeing Fire Department and under their sale operation and control•
We also note that the Renton Aviation, Building has been added on to the 8" supply
line extension, This building is presently served by the airport's domestic water
service. Approval of your request for exf-nding The Boeing Company's distribution _
system was granted primarily to assist in providing extended coverage to the northwest,
portion of the field and furnish primarily domestic service to the new restaurant. We
cannot approve any additional service connections without detailed knowledge and
a review for its use and estimated consumption.
The general layout of the line as shown on the drawings is acceptable, however,
we are withholding approval of the pions until such time as the conditions outlined
have been met. We are attaching a copy of our previous letter and sk=tch to assist
you in your design. _
Please contact C. Garrison or L. Pappas, 237-8820 if any further information on
installation details are required.
Very truly yours,
70717271737 DIVISION
k .c.'.� �.✓ j 'ICGi--i
Robert L. Mi ter
Fceilities Operations Mana,<r _.
Attachments
fY
1.y11,
LL
sg i
1 i't
.Kr
BOEING COMMERCIAL AIRPLANE COMPANY too F 3707
F",rro,, Wa0,-ofpmn 98124
A Drvi•,ion o1 Tye no"wq Company
February 9, 1977
R-6180-1169
Mr. Del Bennett
Airport Director
Renton Municipal Airport
Renton, Washington 98055
Subject: Domestic and Fire Protection Water, Renton Field
Dear Mr. Bennett:
We have reviewed the preliminary drawings submitted by Mr. R. Olsen, titled
"Renton Airport Water Systems Improvements, Phase I, City of Renton Engineering
Drawings S--ries NW-455, Sheet 1 through 3•"
The general arrangement for the 8" extension of the Boeing water main for providing
service to the proposed new restaurant and the three field fire hydrants is as originally
presented and was approved by Tie Boeing Company subject to the terms and conditions
of our letter of December 77, 1976.
The preliminary Flans as presented, do not conform to some of the terms and conditions
specified in our previous correspondence. Approval of your request was predicated on
the listed conditions. Therefore, our approval is withheld until these conditions are
met.
It is our posWin Got all water, for both fire service and domestic usage, be metered
through a main m^ter at the point of connection ro our lines. This arrcngement vets
detailed in Boeing Ske.ch CFG 76-3, included with our previous correspondence.
In as much as nil of the water used by The Boeing Company is metered and subjected
to domestic water rate s,hedules, it is ovr position that any water service extended
for the field be submetrred in the some runner. Any additional metering on your
system, beyond the main meter would be entirely optional and lie within your
responsibility. Is
It is also noted on the drawing submittal that the B" gate valve serving as an isolating ;;
valve at the beginning of the 8" extensior is located in a different position as shown
on the :ketch CFG-76-3. We prefer the 8" valve to be installed in the position
shown on the !ketch. This will enable The Boeing Company the flexibility of t
supplying the new 8" extension From either circuit of the distribution system.
F
To. INA -2- April 21 , 1980
1 inet with Warren Gonnason in his office this morning, also with Ron Olsen, the
water engineer and Robert Puhich, the City's Water Superintendent. I met Ron Olsen
down on the field and we went ove- the items heretofore mentioned and saw that the
pipe which caused the leak was not ductile iron pipe as the blueprints called for.
This was installed in 1977 by Renton Concrete Co. , who put the line in to the restau-
rant. According to Superior, if this has beer, ductile iron pipe, it possibly could
have withstood the power •:urge and the failure of the safety valves but since this J
was the weakest link, that was where the leak occurred.
This afternoon I contacted the Sunbird Resturant and Renton Aviation to see if any
other problems had come up wince, but everything was alright. Saturday night, after
Superior replaced the pipe, they personally went over to the Sunbird Restaurant and
showed them how to turn on the water and make the tests necessary to avoid any com-
plications, that was at 9:45 p.m. and at 10:45 p.m. they decided to open the bar for
business and they resumed normal operation in time for the Sunday brunch.
It is still necessary to determine where the responsibility Should be placed, the
liability may be with the installer of the pipe, the Seattle Water Department or
Boeing's Fire Departmenr.
When I left the premises around 6:30 p.m. Saturday, I went down to the restaurant and
advised them to shut their overhead sprinkler system off because when the water came
back on it could cause more damage and also asked Superior to check the sprinkler so
there would be no danger of a mishap.
When the Public Works Oe artmne[ °s
p gets caught up with some. of [he problems [he City `
crews had this last weekend caused by .he heavy rains, we will try and work out where y,
the responsibility for the damage belongs. At the present time we have no estimate
of the damages. ,i� �� ;*�`,t$ ..€.. 'r
.,
Very truly yours,
Louie Gebenini J/_
Airport Director
LG:jt
cc: Mayor
City Attorney
Tom Trim 1.9
Ri.hard Stredicke
Charles Shane
Warren Gunnason r"
Mike Parness
Ron Olsen
a
t
OF /Q
THE CITY OF RENTON
MUNICIPAL BUILDING 200 MILL AVE.SO. RENTON,WASH.98055
BARBARA Y. SHh'POCH, MAYOR • MUNICIPAL AIRPORT
90 0_
O9,'ED SEP' 91
April 21 , 1980
Insurance Company of North America
c/o Dan Hauff E Associates
P/0 Box 770
212 South 3rd Street
Renton, WA 98055
Subject: Water Line Break on Renton Municipal Airport
Gentlemen:
At about 1 :55 -pm. on Apri . 19, 1980, 1 received a call from the 90p ing Fire Depart-
ment advising me of serious high press-ire water ieaks. These leaks were corning from a
the Boeing Nigh P.essure Firefighting lines so I immediately called Sydney Adams,
the Chief Maintenance Man on the Airport, and asked him to meet me at the Airport. 1
then placed a call to Warren Gonnason, Public Works Director, and Don Miller, the
City's Maintenance Superintendent, however, they were not at home, so I continued
down to the Airport. Upon reaching the airport, I Immediately contacted Ron Seek,
who is Boeing's Supervisor of their Airport facilities. We made a quick tour and
found where the high pressure line broke In two places in front of Boeing's paint ' t
hangar on the east side of the field. Boeing had a large crew working on it so
we proceeded immediately to the other area which Is between Boeing's electronic -
building and Renton Aviation, this is the area that we just reoullt last year for
parking Iota. The water pressure was pushing up the pavement, blacktop, dirt, and -
there was a 3 to 4' bulge on the blacktop that we had just put down. Noted that
this was a high pressure leak which looked like a water pressure reducer valve
failed, a pressure surge of some type was evide.,t so I called Seattle Water Depart-
ment Emergency which was 625-4185 and asked for immediate assistance. They, in
turr, instead of coming out, called it back to Boeing Fire Department. 1 verified
with the dispatcher the time of the call and was informed by a Boeing Supervisor I
named O'Brien that this was the way they handled it. Rg(
After the Boeing crew and our crew determined the leak was on our side of the fence,
they left to go to their other trouble spot so Superior Fire Equipment, who does
Boeing's work under contract, was on the field. By this time, the water line that
was leaking badly had cut a hole about 6' deap and 15' to 20' wide. We had to cut
the water off on our side as it served the Renton Sunbird Restaurant and Renton
Aviation. While Superior was digging the "ale out, Ron Seek and I went tc the
Sunbird Restaurant and shut off their hot water tanks and their gas tanks to ivoid
an explosion so naturally they had to close the restaurant down. When we got back
to the leak site, we told them to go ahead and pump it out and make the ltecessary
repair but not to close the hole until Monday morning. In the meantime, I did con-
tact Warren Gonnason, but he was having car problems, however, Don Miller agreed
with us that because of the extremely dangerous conditior that we should have the
hole left open so that on Monday we could deci;e what the best steps would be to
take.
f
% g
BEGINNING
OF FILE
FILE TITLE — 4 SS
A i r�0 r �a�tr II Qa; n I rnprove►nenA s
T �qse 1 .► �,
}
STONEWAy
carl"w._rt .,
/.0.1011608 RENT0N,WAmh11NOTONSSOSB
MURK)
►.D.r �r c._ . �... L/,,-
vLANT
SOLD TD_.. {
ADDRESS
i
CITv
DELIVER
TO
rwnr.rr. �'�--
nwarrvt
a vU SAND _
GRAVEL i
CRUSHED ROCK I
SUB �. .
u, TOTAL
TAN
RIVER TOTAL
No. C 31890
11 n Wrt'Irtalie apraed that STONEWAV CONCRETE INC will nnl M held bible I.any damapa to A"byVy.Iluwlrr.[ate POWAkI.roadway or Dnvate DroPerry n deluererp mat&MIl Wed above,on rater!wgn'RL
M
t
� S
a-t ult:�s sufilu„u,
+yto
1
!
/ 3
STONE WAY ■
Concrete. .
/.O.BO%SOB RENTON,WASHINGTON 98055
226 1000
I'DB aL4Mr w
WE - /
AD^RESS
CITY
_ J
TTOELIVER
OI/.Rn t• _ oex R�n,r�r. aY wunwr- .
�d
w vm SAND
GRAVEL
CRUSHED ROCK I.
Rok-04X wB
TOTAL
TAN
' DRIVER TOT11
No. C 29491
4 o pwnOcNly"Food In,,STONkWAY CONCRETE INC will not 6o hold Iikde loronv
lonwp to rhnRRwry Ilowrf,tdy.bvwMko uaRwov or pnvok Wo"1V I.RNIwnnE rtRl -
rM bnoE X.V. nn Oar pomnn +
I
7,7001
'► 4
_. N �„
k,
I
,•� T
STO N E WAY
ConctL�sa .
v O NON 50P RENTON,WAt INGTON SAM
2M 1000
too • rLAaTw
SOLO rO_ 11
ADDRESS ._
CITY �..__.
DELIVER
TO
w.u.rry oeu.,rrtor. _ .woowr
+Rs 5ANO
GRAVEL
CRUSHED ROCK I
fPE<DX ws
P TOTAL
L _
AtF+'s TAN
R Q Iyeof TOTAL
No. C 29453
It of IpRohbllp preen Ihn STONEWAV CONCNETC INC.won not he AR!Iwha for"V
Tempe ro tivubMny.Rnwe.I,my 4pewYEf,roeEwey Rr plMe progrty or,doin,,q me
ono R.d ebnve an Ih.v Prt.....
STO N E WAY E
• 0.BOX 509 MENTON,/YASNINGTON%055
226 IODI)
pO y PLANTr
SOLD Tom_
ADDRESS a i L To N
clrv_..._
DELIVER
T
gVAM1ta/v rYa Ni-�_ ��
SAND
GRAVEL _
CRUSHEDROCK
Sue
N Gx TOTAL _
�///t
DRIVER �.. ...__
No. C 29489
II A NNcdK*ly wwd the STONEWAY CONCRETE INC w"I not IV,hwd bxMe lo,$IV
d"W:x lbinbW y,Ilowve,cdy Idewy4,roxd.Y ur VrwNe oluglly in delrrorrnx nnI
YNI I mwd WN"on eMy xeernlm Y
x ,fir.
A
t,rr
;cam
7u�r
ALGCVNT LOGE SUB T <.411[G HMO TORT vR - TRUCK PLAMT iICY2T NJ START'
...... row i
( • ,PILE 7 � �� � -
s N[LO4o Of L1Y[R TO P O - !OB LOT -ETC.
BACK
;' M vARO
f AMOUNT
„- —__—___ ------
POVNOfi GONCRET[ SIAA WANO MCIALWENO
120t0 --/2010 /2050 .� 12070
��TINL {UKIIFM[ MI'ER
- SAND 12020 42020 12060 0
Rd/ND6 i 111. i �ji'— 'R • � 0.7 qum O
$201 5202 sps $207 I I
�T, tT
GRAVEL $202 $204 5206 5208 O
I POUNDS 62010 62070 62050 620s0
01' R6[ 1 114.$16" 512.M11111K. 5 VI MIM IR{. �LYr.
(I CRUSHED, IN
ROCK 62020 62040 [2060 62070 WXI*
T AUL 70001 MINIMUM LOAD 10 TONS
i
I/ SAX c9ww STANOARo s000t wruRLr 80002 ww*f s000�
W.s ONE MASONRY [41CA[Tt TOwPww
i 60601 s0
l0007 cfwr M T 005 wX s0006
i
- -- --
PKCfS[[PQ46X1M/01MT 61 / X X t0__
ICE,or BAR —050 arA sow
TRM Ou[ `�l R4riR AOpO sue TOTAL
oAwrw 1TO N E WAV
R[NTON WIK[ _. .TOTAL
L'B1M'11rB RK TOTAL
M r n BVK IN M-i.M NN
....,. ............. . . ,., . .. „_. COME TICKET
f ql JAL OPPOR T Uhl TV EMPLOYER
21M1000
eTlalOo
1
;.c
P. 0. BOX 68050 NKW" WA. "I"
M. A. SEGALL INC.
Tel. 226-3200 DATE
SOLDr0: _.__....._._... .................._....._ .....................................
....................
DELVERM. . ._... ___... . . .,.,__...._................:..........._.............
oummrT cu.Tral im u ximIox I ANONrt
— Be"
so"Ofto
rk an
—_� Btl
Tops"
GBON WEOITT tAIL
TV= WEvf[UA
BTf-D IT AMCM
SALES TALI
MAIL ANY.
OBfVOI
N w pwOkOy o,,r INO IL A. UGAIL INC..We M
M Iwbl.for ony doinap.1.�,Ubbwr.fi o .Mt 0&
rolb. r.adwl a ynrot. p.appry m da'nru0 B
nel.r�.l IIId.bow w Ibn.w,r
1
i
l�01l�1 � S
Y O BOX 88050 TUK W ILA, WA Wfm
M. A. SEGALE, INC.
Tel. 226-3200
DATV. .
SOLD TO' _....::.:..............
DELIVER TO
.....
QU&%MfT OU.no TOM{ >:@ 0fX:8MR(OM RUGS AL00rrt
__tM
a.rw
OM1
MM WQONf UK
—tMRi WCOIR ua
MR WQ"? La
RMCD MY .__ ANOM
_. SALES TAX
.__._. T m ANY.
II I..OwdK.11Y W.n'd Mr M A.UGALL IPX.,.A M
M Ibbb iw onr d".q.ro dr.bbwy.Aw.r.,",'d►
} ..IY.. ..ndwq w w�.ar. prtq..ry In A.In,.rl.y
w�plipJ
P O BOX e8090 TUXWILA, WA, 98199
K A. SEGALE, INC.
Tel. 226-3200
DATE ._................:..::...:rt-.....
SOLDTO: __........... .......................... .. � ...
_YFR To.
OVMRRf'.VrT 7p 8Dl Dd(aU M, ,pPZ� AlI r
_ to I
Gwu
6.W
I—saftwo --
_ R�
OIOM Wtl@R Lm
TR= *1=f LJlI —
n?Vfw.mff Im
RWD rT AMOUNT —
SA[lE TAX
oetyNl TmAi,AML I
��U i�Nimlly ap.M Ib Al A f v
tlM1 oil,
papny in dd.w.My
r..r
rar.a....- rar�r�rr.r�a '.arrwl •ilYiYuw.�,rx.���� �r
Eli
V O- PDX 880s0 901"
M. A. SEGALE, INC.
Tel. 226.3200 DATE
SOLD TO:
DMIM TO.
mum
W"RTTT W TDeI TOMB 3AJ: I uckApm-m Pan "purr
_ Same I_ }
aw w F
! Yw am_ me
To M
GROSS WDOHT U/.
TWJCi WCOWT IAA —
MT WIIOHT LM
REC'D BY AMOUNT
$I-- TAX
DIIjYTII TOT"ANT.
n r,pnt0/ 11y ftlr Ob K A MGAU, IK.,SIT p
A.O.W.bw any dl.."I A,.bb�m A v c,,,W
.mn., .oad" « 11 1. WOPWY .+ dNnrtiq p
�IpIN�.I I.y.d BMW�MIS.pMl�. Y
P O box 97090 !'..;KW?I,A, WA. 98199
+ M. A. SEGALE, INC.
T91. 226.3200
✓ Jy
r�
DELIVER TO kJ CC......... Z .�............. '
79AIMM al roe TONS MZET FlUGt AhKOW
aanl —
a.9.a
rA 9+
,i --Topm
TRV= WEKW Let
MY W9(3M L99 �._...__...J.... — —
I�
!+ RWD 9T_.yr —
_� SALEB TAX -.
nwrva
ioTAE ASR. I
yy 1. N I.rparl,wali.aeraad Mar M A.SEGALE.W.,wd til
rs ralW, .md.W w A,bb ,fi ," 4
rpp Bpnwta
aws"Now ebw sa rMw prw+m
Y�`"r
V 0. SOX-88090 - TUKWILA, WA. Bete!
M. A. SEGALE, INC.
Tel. 226.3200
DATE ...�.. .._.
ZOLD TO:
.................,............,........................
DELIVER TOt. ._._._....:._._...:!...............:a�. .r ::er::T.....~.~....... -
p IAMRY W.TOA 70ri e>a nrscwtrlwe Meta AMOUNT
SoldSw�eYp
I.
01.
rM so
GROSS WOfMR LK —
?F= WQOW LSf.
N=er _ f AbK Wr
Y SALn TAX
verve
.OVAL ANN. 1
e b W..M.W*prN Mal M A.$FGAI[.Ma BIG..
r1�1.1
. ,.. ,, � '�.r M uobb br M^I Aanae.•^rhrvbMry.Bann,o'.y Mdrr
�i N&IW W ar pwth arao.r.v rn dNNwlny
4 Mad+w�Mrr o�«.u� B
4
Y O BOY. 880_'G TUK'NILA 'AA 98188
M. A. SEGALL INC. ■
Tel. 226-3200 1 %� - ; ?
DATE .....
SOLD TO: a: t....... ....rt.�`:s.Ai., .....................
. _. .... ..VO ....
.....................
QULMAIT M.TDB TUYA sem MMTeRWN Pam mwm
---„` w ---- —
CWwd
!J
--- —
DM
Taw so
I
cmoes W00ER U& _
TN= W"Mff Ili
NCI WC16NT U&
ROM
SAL$TAX
plumTOTAL
iF7p{ w.O it y w.rll wtir.u.W Mw M.A. MALE, JW- w,N 1.d
li.bl.Im.nv dawap.ro sbr�bb.ry,Ao«w• �h MJ«
«alY=, rwe«oT a Or r,n. o••q.»� • e.l««ro 8
s' ::
Uk- RL N I ON
L)E:NARTMt N'"T OF E.h( ,I1VLtE. IN6
� IR • MUNICIPAL BUILDING 200 MILL AVE SOUTH, RIENTON, WA. 980550235. 2t391
PROJECT M-ySS� PROGRESS PAYMENT ESTIMAT E NO 21d_i Final
'ontrect Wo.._01�,_77_ Contractor Renton Construction OataJuly_20, 197T 1 1
closing Sheet__of._-
_..r�� _�
`It ___ -� ..... Es
tIOUS TOTAL THiEi EE3TIMAT£ �TOTAL TO DATE
r)o Qencrrpt,on Un-t Unit Price
Amount I Qty Arnouof Qty Ar+xwnt
I F s ! I I/2" Gely. Iron Water Ilpa , L F. 3.00 0 70 210.00 70 210.00
2 (F 6 1 8" Of (TJ) CL 52 Water Pipe L.F. I 11 .50 1 16,100.00 307 3.530.50 �1707 19.630.50
3 IF 6 15 1/4" MVO Fire Ndyant
Assemblies (MJ o; FL EA 700.00
I 2,800.00 I 700.00 S 3,500.00I,F 6 I B" Gate Valves (M) or FL) EA 300.00 900.00 I3pp,pp 4170fi 00
,with Valve Boxes5 ';F 6 I Concrete Block(ng C.Y. ao.00 5 0 2.7, 110.00 2.75` 110.00 ;
f 6 'F s I Select Trench Backfi11 I TON 4,50 225 149 01 220.55 36.71 165.20 I $5.72 385.75 i
7 F tat Asphaltic Concrete Surface ,1 TON , .01 130 0 0 0 0 0 0 111
• 8 F 6 I Temporary MC Cold Mix I TON 1.00 I 60 0 0 o 0 0 O •
Asphalt Restoration
9 F 6 I Crushed 5/V Minus TON 6.DO I 100 138.16 228.96 :245.57 1,473.42 283.73� i ,702.38
.Surface Course '
i
10 Removal of Old Concrete Foundation: L.S. 800.00 L.S. 100% 800.00 I 0 0 IOOx 800.00
(Floor Slab i f
11 'F s 1 2" Water Services With r, EA 800.00 2 0 0 2 1,600.00 2 1 ,600.00
Pressure Reducer -
12 Reinstallation of 2" and Smaller I EA 200.00 2 0 0 ! 2 400.00 2 400.Oo 1
Water Services I
t ,
13 F 6 1 „rushed 1 1/4" Minus Rock TON ."1 130 0 0 0 0 0 0
.Base Course for Asphalt Restoration
14 F L 1 8" O.S. E Y. Gate Valve .,ni t_4
i
p p I 11 5UU.00
'Mist. Fittings for Complete
Installation In Precast Concrete
Vault
C.O. Number If Luhp Sun L.S. 359.41 L.S. 359.41
Sub T.,tal 31 ,739.04
5.4% Sales Tax _1j13 91
TOTAL
Less 104 Retainage (3, 173.90)
Less Amount Prev. Paid z2COLi.2
AMOUNTr
DUE TMIS ESTIMATE ' '
i
CONTRACTOR:
Renton Consr. Co. , Inc.
14829 SE 128th St. !
Renton, WA 98055 +t
1 � I
� I ,
1
i
I i
i
err �- :r�r�rr MYMYN�F�1r7�a�YYrr..+rtYM�a�i� f 'ems
I
t
1
S TO N E WAV r�
CArr ..rwta
R.O.a)N GO.RENTON.WASNINOTON 98056
'T 197_�
! a • 2G .
l3 •?8 +
26 • 48T
ce,
CK
1 '
SUB
11, V TOTAL 1
TAX
t1 TOTAL
DR VER
No. C 31053
11 is 5peut¢M1v qra tMt 6TONEWAr CONCRETE INC.W,II not ce he1E In6m for•ny j
,mye m tfimbbery,Moaq.atv vdmWkL rotamr or pans..prop<tlr n tlNwewp mC- I 1
e,,0 I.O.d 90ara,nn t} tYem1YT
1
4`
1
1"R
+t x dh fWrs+
� t
77
■ STO V EWAN-'
Concnntr
P O.BOX 509 RENTON,WASh INGTON 9SM6
zm IwcY
0
}�� lei
GO-• A.ANT• —
pLD TO—
ADDRESS
CITY
DELIVER
TO.
WIVITIeY ¢K�IetOrt MILL •Y�ulNf�
w rUs. SAND___
GflAVEt
C_R ROCK /�
!i
TOTAL
f - y TAX
TOTAL
uN�VkR __--
No. C 30111
It is LALciLcLlq",W that STONEWAY CONCRETE INC.V AI not be held 1.We IDI Lny
d~m 01mEoe.y,ts,.,Lny R&RMLI,nLdlM nr pnM D.DPLITI w delwermE Int
•W 1100 W10,Dn tlwL M-m �r
f-
STONE WAY ■
►,O. XSOS RENTON,WASHINGTON 960&
r — . 1,or ,
RO ♦ PLANT•
SOLO TO
ADDRESS
CITY
DELIVER
TO _—
wnwnry M,..uT
vos SAND
GRA•
f
1
NEC'O•
er
II
ORI♦
No.
.I l r to svllj wy .IC ot co br 61,1E Inbly tpr ery
bmv11,to devblRry t1u. a pnue prpprtry ni Evinenn'nW
RW ila"00.,un th"iX
a'
STO N E WAY
P.O.BOX 509-RENTON,WASRINGTON W055
226 I U00
P.O.•—___� .—PyANWLO TO-
ADDRESS
CITY
DELIVER
TO
W AM1ii♦ Oai[P�T i1H.
lb IDS SAND
GRAVEL
CRUSNkD ROCK
I
Brno., we
TOTAL -
TAX
TOTAL
DR IV ER
No. C 30894
It It NIVihallily W"d mat STONEWAY CONCRETE INC.rA w W ME WW NN Rwv
-,I Aamy!to Ihnimwv,nOWrt MV%dpwtlas,rowmv of piwN pISpRr YI�MY'nNIStI�
wry lityatl alurP,on th.panne.
1
...w" W�vX.rt _. E 7�.;Yi➢"SFYwnRA1Ri1Nv°
E
A? yl�
F ---- •- i 3
STa N EWAdz•wo
.o �
1 R.U.BOX 506 RENTON,WASRINGT fI�0N6
2361(M
V
v.o • L �y�sue r_ANr• ,f/
SOLD TO_ A /_r.. z _ 9 F
ADDRESS
CITY—
DELIVER
`' —
TO Ixuamnw me
w voe SAND
GRA/EL
CRUSHED ROCK �
I
1
VECD — —_ 70,
_PvXL
TOTAL
DRIVER
No. 0 30896
II R%W,f¢Nly W,md Ibe1 STONEWAY CONCRETE INC "I nm W Mid fwWfa_V
dfmfpe 1D Nmbbeey,f10.1,oIy eWM&Ik.nudwav o1 prrvne wowlly ^felrvmM n1M' I
.,,N hald Nave.m1 IbP_Pnmlm. i
1
STO N E WAY
■ Conrsrsa .
P O.BOX 509 RENTON,WASHINGTON 9505640
_..
2241000
197_-0 IL
d
P.O.i RANI• __— ! g lin .rr� "rhl.
SOLD TO----
MOVE To a:e�.i.r ocun�n n,ce
m ros SAND
GRAVEL
CRUSHED ROCK
NacD SIZE
ry TOTAL
l I' 1AX
'— iOTAI
DRIV R
No. C 31878
It a cpK,J e,,Vg thal STONEWAV CONCRETE INC.will n01 m"Nd IwMa ICPa V
damage to 01-bba11.Ib„rRry,c,,+.d WkL rped.V a prwKe p,.WV i1,dehmirq m t
wnY LRed eb rt,on 1h.plem,Rl
�• M
■ STONE WAY ��� •
Concnesc
p.O.SON 60# RFNTON,WASNINCiON 9#O63 _;
PI T
39i1000 "e:,
0� i Qn , '
J
PO • 3• Sy PLANT#_ /
SOLD TO
f .
ADDRESS
CITY _
DELIVER
to
n°wwn.. oeacavror. wnpuwr
w +°e SAND
GRAVEL
CRUSMEDROCK
TOTAL _
TA%
DPIVfP TOTAL
No. C 31887
1,a smitmdb q-4 that StONEWAY CONCRETE INC.wAl uur W herd tulle Im my
SdR11Se to,hm pWrr ❑ow#s,air RMw#b,medvwY or WrvMe property in dehvmnS trap
eri#IlPed>b:wr,an m,A premuP.
1
1
I
■ STO N E WAY
ca"clu aft ..
P.O.BOX SOS RENTON,WASHINGTON 98066 r
DATe >✓ � re�� _
vU.• —PLANT• _
SOLD TO
ADDIi
CITY
DELIVER
TO
W�Nl�ly IYScn�11�(w Eck
c vpd SAND
GRAVEL
RUSHED ROCK
Yv�°X TOTAL
TAX
DRIVER TOTAL
No. C 31885
it i.fl X ripc* V+WeN that STONEWAY CONCRETi INC.will nol W hand Liable for On'
SemtW W rembberv.Hoorn ory uutkM4k,1046"y IN ynW1t bmytnY in danrvaln5 not
trial lined.bmt,on fhtke Inirl—
f l
1
1
STO IV E WAY
ca.,a..,_.l.
P.O BOX 509-RENTON,WASHINOTON U065
2261000
'wire '�1aT_=
%D
PLANT i
SOLD rU
ADDRESS ---_
CITY
I DELIVER
To
' Wagn)v Ct SCPlorlpry
N vOc SAND
GRAVEL _
- CRUSHED ROCK
OT
fI TOTAL
TAX
+ DRIVER TOTAL
7!E�y1J�7{ No. C 31886
If n IW'fKWy WP,d IT$STONEWAY CONCRETE INC.wtll om be hdE Lade loI any
11-W to shrubbery,V,A ,,my WM-Ikk IWia
I%ial'w.d abara,nn rheN premipl v oI
pnytle VroWrry in llNnreliry maF j
e
i'";i
11
STO N E Wqy
C"
P.O DOX 509 RENTON,WASHINGTON 9MM
PO III
PLANT s
BOLD TO
ADDRESS-
CITY a
DELIVER r ��
w.xx witE + hIt tl�t m
YDa SAND
i 'A
GRAVEL
+'
CRUSHED ROCK 6ro
BYC U V SUB �.
TOTAL
TAX '
DRIVER TOTAL I t
No. C 31869
4 n SWIfIcally W W that STONEWAY CONCRETE INC.will n• be hxla IhWe Inr any Eampa Ip Ih+ubbar;.Ilawen,uIv t+dewalEa the. rodrwy at pmb p.. y.n dehnnnp mat mwl LRxE above,an pam+Rl. m
9!
F
_ I
ST 3NEWgy
F 0 BOX 509 RENTOfl,WASHINGTON U056
197
r.o.r
SOLO TO
ADDRESS
CITY,
DELIVER
TO.
rxue,rnrn. _
cu rus SAND
r
GRAVEL— I�
LISHED ROCK
I�
N"UV
BY A
SY6TL
TAX
DRIVER _ TOTAL
No. C 31870
If K WoKellY W W 1111 STONEWAY CONCRETE INC.will W W held 1,01.for eny
d8ovW to fhr.bbt,.florari my fidewelki roMwev ar
will pfted Move,on thew premun. prnbe 1111111,m d0wennS me,
� w
�► s
I
I
S:0NEWAY ■
coy, imi
P O.BOX 509-RENTON,WASHINGTON 9e066
226.1000
LO.• l�
PLANT
EOLD TO__. (-
ADDRESS—, I�
CITY
DELIVER
TO
61rPFtriv CCS(PrPir(M
OVMr
v ra SAND
GRAVEL
CRUSHED ROCK
�r 1'
� I
Sue
—= L' TOTAL
TAX
rax
DRIVER TOTAL
No. C 31g91
II'I IPPI'L.:y4 prnc'hot STONEWAY CONCPETE INC.wdl nat be hey!hgyy for any Wmeg1 Io Mrubberv,Ilnwpp,ntv PEaweYl,"M'V or.rvrte Property m OKRwmq trot.
aW b I'd Pbovx,an the.W,.T
f
STO N EWAY
CvnciTeSC .
P.O.BOX 50 RENTON,WASHINGTON 3e055
2261000tly ' f
C/ L
S �
PLANT• i
SOLD tO_ -
ADDRESS
CITY ___
LIVER
TO-
vti.vryo SAND
GRASEL
RUSHED ROCK
i
�1
tTeX
DRIVER AL ++ II7I
No. C 31878 II
r II ., IFXIIIY EPud"M STONEWAY CONPRETE INC.will not M W ditto, ,
d,p,p to tMobbit,Ilowon,utV adr"kt tog#%,or pines r W,indMnn,Xq not,
-
WW liMd obovo.on Mop perneh
e �
f
CITY OF RENTON
SUMMARY OF FAIR PRACTICSS POLICY
ADOPTED BY RESOLUTION NO. 2011 EXHIBIT "A"
The potioy of the my v; Renton is Do promote aed afford equal treatment and service
to all citisme and assure equal employment opportunity to all persons based en
ability gad fitness regardless of raw; creed; color; national origin; aez; physical,
eevar,, or mantal hmdi Ws; age; or marital status. This policy Shall apply to awry
aspect of an,"y wnt practice'. emplayse treat eat WO public contact.
In k"-i nC I th this principle the following guidalt"o am established and shall be
the grn-eming policy for all departmweto of the r'te of Renton.
Z. ATgL rMW - Recruiting, hiring and appointment practice, shall be conducted
solafon[ri—i lasts of ability and fitness without regard to moe; color; crssd;
rational origin; sar; physical, sensory or mental handicap; age; or marleal e'atus.
2. pRCNO770N - Promotion, dawgradiAg, layoff, disc7arg+ and inter-deparboontai
trans or # 11 be dependent on individual perfotmmee and w,,rk force neede without
raw ad to race; color; arced; nctioncl origin; soa; physical, sensory or mental
h..-diocps; age; or marital Status, and whenever applicable, in agrasmmt with
Vashirnpton State Council of County and .City Dptoyees, anvil in corZimaa with
governing Civil Service Laws scut Ragulationt.
J. TR4IN7G - ALL on-the-job training and city-supported educational opportunities
Shal >T-i-a-Xinietatvd without discri, ination to mcaurt:ge the fullest dawlopm-.nt of
indi,dduat interests and aptitudes.
A. SERVICE AND FAVLOYEE CONI.y/C.- - The City shall deal fairly and equitably with all
eitisns it forms and aU perio" it "ploys. Ney dep"bownte ehall maintain the
policy that no city facility shall be wed in c" furthsw-* of any discriminatory
practice. Each official and employ" shall be responsible to carry out the intent
and provisions of this policy.
5. COOPERATION VITR HUMAN NIGH= ORGANIZATIONS - The City shalZ cooperate to the
flnitest extentwr�l organ and commissions concerned with fair
practices and squat opportunity amployment. Such organisations include, but ace
net Liwited to the Renton Num n Rights and Affairs Commission, the State Human Rights
CrwRrt"ion, the Seattle Human Rights Comiestan, Seattle Nomana' Commission, and the
Ring Cototy Area Agency on Aging.
s. AFFIRMATIVE ACTION PROGRAM - To facilitate equitable representation within tho
city won once "Saps equal oTwyneat opportunity of mincritis, and wmen in
City Govsrfsernt, an Affirmative Action Progron shalt be initiated and main*wined by
the City of Renton. It shall be the responsibility and duty of all City Officals
and Deparbean9 Rands to carry out the poZicisS, guidelines and corrective -,,:cures
" eat forth by this progron.
7, CONTRAC_, S' ORLIGATION - Contractors, subaortraetora and suppliers conducting
bwimwe viwi city o, Renton shalt affirm and eubsribe to the Fair Practices
and den-Nocrimiration p.,lici.es let forth thSrwin,
A. POSTIIC; OF POLICY - Copies of this poZtcy wall be distributed to all city
esploy"�,enra�pear in all opsratioat documentations of the City, including
bid calls, and ihaZ1 be prominently displayed in appropriate c.to facilities.
CONCUR D TN by t" City Coancrl of the City of Renton, Washington thi.
9t/, day of_yeyr� 1976.
CTW OF "WTON: RFNTON CITaY�COVWCCII,L:_
Yo C- iRc�!�I Pr" ame
r
t
ti
CITY OF RENTON
GENERAL INDEX AND TABLE OF CONTENTS
TO
CONTRACT DOCUMENTS
Call fur Bids
Vicinity Maps
Instruction to Bidders
General index and Table of Contents
Summary of Fair Practices
*Certification by Proposed Contractor, Subcontractor,
and Supplier Regarding Equal Employment Opportunity
*Certification of Bidders Affirmat've Action Plan
*Certification of Equal Employment Opportunity Report
*Non-Collusion Affidavit
*Minimvm Wage Affidavit
*Bid Bond Form
Special Provisions Table of Contents
Special Provisions
Technical Provisions Table of contents
Technical Provisions
Standard Details Table of Contents
Standard Details
Bond to City of Renton
*Proposal Form
*Schedule of Prices Forms
Agreement
Construction Plans
*These Documents Must Be [xecuted Prior To
9-ubmittal—o i .
.W
•y--r.. _ Wyamrwc.�.. . ......aver "" - - - -- -
i MOM
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at
the office of the Renton City Clerk, Rep.ton City Hall, until 2:00 o'clock
P.M. , WEDNESDAY MARCH to, 1977
At this time the bids will be publicly opened and read, after which the
bids will be considered and the award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving
bids. Proposals shall be submitted on the forms attached -to. s
w
2. The work to be lone i; shown on the plans. Quantities are ..,derstcod to
be only approximate. Final payment will be based on field measurement
of actual quantities and at the unit price bid. The City reserves the
right to add or to eliminate portions of that work as deemed necessary.
3. Plans may be examined and copies obtained at the ['ublic Works Director's
Office. Bidders shall satisfy themselves as to the local conditions by
inspection of the site.
4. The bid price for any item mu>t include the performance of all work
necessary for completion of that item as described in the specifications.
S. The bid price shall be stated in terms of the units indicated and as to a
total amount. In the evert of errors, the unit price bid will govern.
Illegible figures will invalidate the bid.
6. The right ii reserved to reject any and/or all aids and to waive
informalities if it is deemed advantageous to the City to do so.
7. A. certified check or satisfactory bid bond made payable without reservation
to the Director of Finance of City of Renton in an amount not less than
5% of t ee toteTamount i a s 11 accompany eaC bid proposal. Checks
will be returned to unsuccessful bidders immediately following decision as
to award o� contract. The check of the successful bidder will be retuimed
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 co 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 ca particular
points.
9. The bidder shall, u,ion request, furnish inforwtion to the City as to his
financia' and practical ability to satisfactorily perform the work.
10. Payment for this work will be made in crash Warrants.
1
.�ii
VICNITY MAP FOR
W� SII12NST � NTON AIRPORT WATER7SYT�""" I MPROVEMENTS fTENSi S 1141" ST
Iisr" ST 16
4
] IISTN PL „ 1/ PHASE I ;4
4 T f 1161N 2 4
F.r!
Ma0® s ITN sT ' _ z A Rr R A T T
� L
Ma 4
MAW(�wR S 116i < -
5 IISTN PL _
CC S IIRN Sr • p'."..
L J � Su° STatun
ss S 4 IISTN Sri N
S s 120T�. Sr
I'.I '.giNGi 4H1
s 11111 sr -'
S 12IST ST - 9
2 I NW >TN $T 4 �
SRO 31 1
e e i O L FLNTf1T1 /l
<4 , . M'J NIC4•n, ?�
I 113N0 PL or
a'NTI( NT
114TN ST N bTN
^ bTN ST
< (S 113rN Si) µW i
O MW SIN K /, Z Z
V. 4 L L �I i
1 N 31 4:} p �•�hk p7NW Sr r N = ]TN ST �'.Nt'
12STN PI L
} � J
NOOaER
NIy IT N aiN ` sr . war N
4T. NW i ST r r L i $
r ;
4 i i i L NW r 4 < LION
fPYII < ♦ < inc Pl L "RTC I< < j0 t
i }
< 3u „ < µE A u „ N 3RD 1CN Si
„ NW aRD OS [ r R bRD 3:
WL O J m I [[ ss N
ZN0 a m ST
< v NW 24 L o r aIRPo WAY I, T N 2NDa $TL
S 3 rILLIC I "
Q S TO YIN .< bt
'i3Ni N ayf aYC/ T 4, i S SIN P� 4 N r
A.
SW VICTORIA* Sr P ". ORT� I _ty'• 'y', ti
„ RENTON
3 SW 2N0 '^ OR NION
SCti00L
it $ ` sT a. ` 1 t „
v g<I IANOa ON i < 5 ■ 2ND ST
T `>♦
PI i YSI .y P L „ ' sfF
t (4j b
'Y < OSIph 3 3RG <ST
RO 4 -�
ST * < i <
ANTHONY' S •LN St S
Q i µSf� N wl'.:'.I'• SCI.00L T
dly W SU IT y rd•ri Yl,
IL
f �•• Y s `' SIN mil 5Tw
ST
N 3W
� 1
t
., ........ . -.-•.+�ra•Rsy b?NII ......... yr..:.x .�. ,,ARr,'<.-
Nool
CALL FOR BIDS
Sealed bids will be received until 2:00 o'clock Wednesday, March 16,
1977, at the office of the City Clerk and publicly read aloud at
2:00 o'clock p.m. , same day, in the Fourth Floor Conference Room
located at the Renton Municipal Building, 200 Mill Avenue South, for
the furnishing and installation of approximately 70 LF of 1§"
galvanized iron water pipe, 1,525 LF of 8" ductile iron water pipe,
and appurtenances for Phases I and I1 of the Renton Municipal Airport
Water Syst_m Improvements W-4SS.
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. ■
Plans and specifications may be obtained from the office of the
Public Works Director upon receipt of a deposit of $10.00 for each
set. The deposit will be forfeited, unless Plans and Specifications
are returned in good condition thirty (30) days after date of bid
opening. A charge of $2.50 to cover postage, if mailed, will be
required. The mailing charge will not be refunded.
A certified check or bid bond in the amount of five (5) percent of
the total amount of the bid must accompany each bid.
Washington State Sales Tax shall be a separate bid item.
The City reserves the right to reject any and/or all bids and to
waive any and/or all informalities in bidding.
The City of Renton hereby notifies all bidders that minority
business enterprises will be afforded full opportunity to submit
bids in response to this invitation and will not be discriminated
against on the grounds of race, color, or national ot.gin in
consideration of an award.
The policy of the City of Renton is to promote and afford equal
treatment and service to all citizens and assure equal employment
opportunity based on ability and fitness to all persons regardless
of race; creed; color; national origin; sex; physical , sensory or
mental handicap; age or marital status. This policy shall apply
to every aspect of employment practices , employee treatment and
public contact .
ror�5 A. mead,City�U.Lerk d_
Date of 1st Publication: March 2, 1977
Date of 2nd Publication: March 9 , 1977
Published in Daily J(,urnal of Commerce: March 4, 1977
CITY OF RENTON
BID PROPOSAL f, SPECIFICATIONS
WATER PROJECT 0455
Water Main Improvements for the
Renton Municipal Airport
Phases I
The furnishing and installation of
1' " galvanized iron, 4" and 8" ductile
iron watermain at the Renton Municipal
Airport.
Warren C. Gonnasort, P.E.
Public Works Director
� t
City of Renton, Utility Dept.
PRESSURE TEST FORM
Water Project 1/-/ s�
g Name of Project F-FA\T` '�" T' Aw
This test was taken by /yDl T'/" G on
77
_PSI , for m7nutes.
At a pressure of
The test "Failed" on --
"Passed" on t. - z 9 77
Comments: tj/ � c�S
1
e
City of Renton, Utility Dept.
PRESSURE TEST FOAM ,
Meter Project Jw • bra —
Name of Project
x
on
This test was taken by /l
minutes.
PSI , -
At a pressure of � for
The test "Fa; led" on�__
on
"Passed"_._____—..__. r
a
Comments: { -
R
� ?d
�i
7. G. BOX 88080 TVKWII.A WA. 9d188
M. A. SEGALL INC.
Tel. 22&3200 DA
SOLD TO:
............................
I��_ .... ......................
S .
DP1.tVFR TO-.
OUANYM CU.TMI
D6CNi►DON PR= AYOM
,J 6.4d
swe"imM
PH am
DM
Top W4
G80SA WMGW Loa
—���
_NET WEEGNI uL _. d U __
AMG 1EfT
NECD !7 -
�ALES TAX
---- rmu uEr.
ry� —�`— MoE Al A. SE sAIE INC..NM M
N i.mWfimlly �On.d �o J+,+bbW AW,.. '•�'
M'wbl.Eu m.a p rvaN uror»M m y11rMMq B .
xp1k4 +M IFW Orwn,r.
f
9
k
P O BOX 88050 'IUKW'I.A. WA- 98188
M. A. SEGALE, INC.
Tel. 226-3200
DATE _. _.................
SOLDTO: _................._.. ..................,...................:.............._........
_. .. _.. _............. ...................................................................
DELrMTO: _.... ..................................................
OVAMIEff CU.YMJ TOMB SCE DIS(]IVI'IOM ppMM rAMOeMf
— S — T—
a.a.r
— — a
Md _
TOP so
GROSS VMGPM Ida
TRUCK WE7GHf LBa _
NRf Wt7GIR LA — _ I
1�0
s
RWD BY
MIGVIIf
_._ .—._ SALES TAX -�—
To .ASR.
__�---11 4 IY+�Mlmlly W d MM Ill A SEOM/.INC.,w 4 M
b.IbbN Nr any 4.w 1..h.vWrv.Ea.an.dN ad.
..N.. a. wi.go waNm '� alrv.r 1p B a/rM B kow M aMw�r1�r waT�ar
• Z3, / 7 �
0 '
STONE:WAY
VmLnwf�
P.O BOX 509 RENTON.INASRINGTOAl 90055
3961000
DATE —19T—.
P.O.w —PLANTS
SOLD TO-
ADORE
CITY
DELIVER
TO
�pVTi.. w:ecnrnaN —i�<c iwwN
�JGRAVEL - f
CR11511E0 ROCK
Reco �Ia I
sr X TOTAL
TAX
_----- _� TOTAL
DRIVER )(y
82
No. C �. 28
li n Iwikiliv IEIee!RNt 17ONEWAY CONCRETE INC.NiN nm M AN!IIEIIN 1p r
Jnmpe Ia Nm CMrv,i14wNL ulv or a vm D'oprty M ANnpuy mm
pad I.mee A.n,un f11ei•psnl�T
4
4
■ STONE WAY zc 'yk
CpTTrn��w
P O.BOX 50S RENTON,WASNINGTON 00055
220-TODO
C _To-- 107-
P.o.At YLANI • —
- SOLO TO '
ADDRESS_
CITY
DELIVER
TO
va mN ,cr
qq ro.vos SAND
± GRAVEL
Y — rCRUSHED ROCK —
S
PEC D SAVB
ry X _ TOTAL
AK
TOTAL
DRIVER C
No. C 31051
It d tgail Kelly K w6 Met STONEWAY CONCRETE INC oot not De Aeld M11f1'Ipr My i
ILmW to nhrubMry,,Inrrml,city tbgvNla,roodwav nr grate property m EslrveulN mtl '
.Rl hwE"ove,on the:p omlTn.
_ 'Y
8TO N E . _ 4Y
r!"TAriwaa .
P.O.BOX 609-RENTON.WAS41NCTON 9805E
P.O. IE PLANT
SOLD TO.
ADDRESS
C'TY
DELVER
TO
Nvnn... s� —ice
v ros SAND
GRAVEL
USNED ROCK
I
uFcu rOrATA
n X L _
TAX
TOTAL
DRIVER _
No. C 31053
I I'm p 'fa Nlv NYPW rhea STONEAAY CONCRETE INC.rtll enf M Md IuWHm sny Y
tlamapa to IhrupEery,Ilo. rt.nh udexJiA wadwaY a prrvRa PrnpxlY rn dNNxuy rM 1
F
e 10 I-mil apove.an Ihar Pnmirr
1
AIRPORT WATER MAIN IMPROVEMENTS `� � W-455
PHASE I & IT oL '�1 �
Y
S
�f T
SPECIAL PROVISIONS
TABLE OF CONTENTS
Page
SP-01 Description. of Work SP-1
SP-02 Uate of Bid Opening SP-1
SP-03 Time of Completion SP-1
SP-04 Construction Direction SP-1
SP-05 Materials SP-2
SP-06 Public Liability and Property Damage Insurance Sp-2
SP-07 Cer'ification of Bidders Affirmative Action Plan SP-2
SP-08 Equal Employment Opportunity Affidavit SP-2
SP-09 Fair Practices Policy SP-3
SP-10 Affirmative Action Plan SP-3
SP-11 Non-Collusion Affidavit SP-3
SP-12 Nondiscrimination in Employment SP-3
SP-13 Wage Schedule Sp-3
SP-14 Standard Specifications SPA
SP-I� Field Changes SP-5
SP-16 Failure to Meet Specifications SPI
SP-17 Protection of Public and Private Utilities SP-
SP-18 Scheduling of Work SP-5
SP-19 Construction Conference SP-6
SP-20 Disputes and Litigation SP-6
SP-21 Subcontractors SP-7
SP-22 Change Orders SP-7
SP-23 Surveys SP-8
SP-24 Overtime Field Engineering SP-8
SP-25 Hours of Work SP-8
SP-26 Public Convenience and Safety SP-8
SP-27 Construction Signs SP-9
SP-28 Removing Traffic and Street Signs SP9
SP-29 Construction [equipment SP9
SP-30 Size, Weight, Load Restrictions for Motor Vehicles SP-10
SP-31 Delivery Tickets SP-10
SP-32 Waste Site SP-10
SP-33 Dust and Mud Control SP-11
SP-34 Payment to the Contractor SP-11
SP-35 Liquidated Damages SP-11
S11-36 Awarding of Contract SP-11
Al,
4
t BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or
bid bcid in the amount of $ which amount is not less than five percent
of the total bid.
Sign Here
BID BOND
Know All Men By These Presents:
That we, _ , as Principal,
and , as Surety, are
held and firmly bound unto the City of Penton, as Obligee, in the penal sum of
__ Dollars, for tie payment
of which the Principal and the Surety bind themselves, their heirs , executors,
administrators, successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award
to the Principal jr
according to the terms of the proposal or bid made by the Principal therefor, and the
Principal shall duly make and enter into a contract with the Obligee in accordance with
the terms of said proposal or bid and award and shall give bond for the faithful per-
formance thereof, with Surety or Sureties approved by the Obligee; or if the Principal
sha" , in case of failure to do so, pay and forfeit to the Obligee the penal amount of
the deposit specified in the call for bids, then this obligation shall be null and
void; otherwise it shall be and rema'n in full force and effect and the Surety shall
forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, tie
amount of this bond.
SIGNED, SEALED AND DATED THIS DAY OF 19
k
ri— n�fpaT— —
—ire-y
19,
Received return of deposit in the sum of
� 1`
NON-COLLUS1')N AFFIDAVIT
STATE OF WASHINGTON j
SS
COUNTY OF
being duly sworn, deposes and says, that he is the identical person
who submitted the foregoing proposal or bid, and that such bid is
genuine and not sham or collusive or made in the interest or on be-
half of any person not therein named, and farther, that the deponent
has not directly induced or solicited any other Bidder on the fore-
going work or equipment to put in a sham bid, or any other persor, or
corporation to refrain from bidding, and that deponent has not in
any manner sought by collusion to secure to himself or to any other
person any advantage over other Bidder or Bidders.
SIGN HERE:
Subscribed and sworn before mL this day of
19
Notary u c nan or a aeon
residing at
therein.
MINIMUM WAGE AFFIDAVIT FORM
City of Rentor.
e
45
COUNTY Of
1, the undersigned, having been duly sworn, deposed, say and certify
that in connection with the performance of the work of this project,
I will pay each classification of laborer, workman, or mechanic
employed in the performance of such work; not less than the prevaii-
i+rg rate of wage or not less than the minimum rate of wages as speci-
fied In the principal contract; that I have read the abeve and fore-
going statement and certificate, know the contents thereof and tie
substance as set forth therein is true to my knowledge and belief.
�6AT�1CCT61�-- — --
Subscribed and sworn to before me on this _ _ day of
lg_
Ttary Public in and To—F-tWe7fate of
Washington
Residing at
t 1
CERTIFICATION OF BIDDERS AFFIRMATIVE ANION PLAN
Bidder is to indicate by check-mark ahic`s of the following statements pertains to this
bid package, and is to sign the certification for that specific statement:
a) It is herebv certified that the bidder is exempt from the City's
Affirmative Action Plan requirements because:
"Avera;e annual employment level is less than eight permanent employees,
and the total contract amount with the City during the current year is
less than $i0,000."
Company Date
s
BY:
it-
-re-OR b; It is hereby certified that an approved Affirmative Action Plan is an
file with the City of Renton, and that said Plan specifies goals and
timetables which are valid for thn, current calendar year .
Company Date
BY:
JR C) It is hereby certified that an Affirmative Action Plan is supplied with
this Bid Package. Said Plan +rill be subject to review and approval by
the City as a preregL.Jite to the contract award, and it includes:
1) Present utilization of minorities and feasles by job classification,
2) Goals and Timetables of Minority and Female Utilization, and
3) Specific Affirmative Action Steps directed at increasing Minority
and Female Utilization.
Company Date —�—
BY:
Ttlo
OR J) It is hereby certified that an Affirmative Action Plan will be supplied
to the City of Renton within .ive (S) working days of receipt of
notification of I.a-bidder status. Said Plan will be subject to review
an,; approval by the City as a prerequisite to the contract award, and
It will include.
1) present utilization of Minorities and Females by Job Classification,
2) Goals and Timetables' of Minority and Female Utilization, and
3) Specific Affirmative Action steps directed at increasing Minority
and Female Utilization.
Company Ante
by!
T1t1•
Rev. 9/9/75
� 1
FOH rNE MONTH OF _.
AFF( 2NATIYI. ACTION �✓ N��
CONTRACTOR SUBCONTRACTOR v �
000"LY MANPOWER UTILIZATION REPORT
t' Two be submitted to the City's rroject Goals and Timetables (s m:nority an( lo�-
Engineer during the fourth week of each went) of committed in :ontractor's
month while contract is in progress. Prime Affirmative Action Plan..... .... .. ......
Contractor is responsible for obtaining and
submitting all Subcontractor Reports. Contract Starting Date....... .. ..... ....
Trod« red WORM r MAWwOURS OF 161PLOYMENT a.►«Wool a To1N TO TWO
nF1 uNdO
TM Carnfwlr More Of CalhaTw a Mn pgorl a' e' t a. o. n11AD1rtY No 01 j GYnre«of
.%Ix.u." C&kAs..rra am '"MI O nnF UIn 0116 Taw seps alert QNA l•Irnw.l MrgrrlY
of mlNF. Em
.oawlrry A•1«10600 W «N✓leun WWoo OIOTr
pGrrOd
Awfsl•laa
DMIM Nrr m of V.,CM"." TlalllA
IoW MMiup YaN Wn.MNnln. % � rrnu rm.0
t Alrr•rrarn
k Nrr.uroe conponon more of Ywr wo:1 7rylyo
,n Inn conlmU —�
TVA
ao.'noYlflon __.
GbIFaY
vwoonl of Your.1k cumpttM!n dNN '--
TM�M e1MN�in-CMMnii —T# 1qY
4 Ilm/rr
NumEor M Mw Nu« la Inn oro,ocl
IM Inn «lorlinF P«up, T
iotM MMnIL To1M MU-EY�nll%A 1 iolu 1 orp
AMNfIFr•wl __ _
maim
inM Mulwni« App"Lld" �__��
TTNIMr
fro rou myrvo r Your <orrlr ocl Tef- rr, 7riiTlitri-it{nfiri, �—ti- "'T'eU1 —'Tou
Io«W pwniwn Ip nn IMIOF IrinwEr "^'^�`^�-
prepered by: (Signature aad Title of Date
Contractors Representative)
v« No
„In,,rn.nlonY nu,IJ ?•✓iwed Hy: (Signature and Title of Date
City official)
.. ........... . i — — — , - —
�—At firmativo Action taken (or propoafd) to ineruumu minority reprceentation on permanent
work forces
CITY at; ah'rON
INSTRIX:TIONS FOR L.L.O. CONTRACT CClIPL1ANCC RLPORTING
(RLF: 'Title VI Civil Rights Act; Lxucutive Order
and City Resolution ISUS)
I. 'this City of Renton Equal Lmployment Opportunity Reporting
fystem will apply to all contracts in excess of $10,000
awarded by the City, except for those contracts which involve
separate State highway Ihpartmer.t or Federal E.E.O. Report
requirements. (See attached Sample Report Form - City of Renton)
2. EEO Reports are to be submitted at the end of each month during
which a contract is in prograss. Separate Report Forms will be
used by the Prime contractor and by each Subcontractor, The
Prime Contractor is responsible for obtaining, verifying and
submitting the reports relating to Subcontractor EEO performance.
All reports are to be delivered to the appropriate City Project ..
Lngineer, and will be considered a prerequisite to the processing
of Monthly ,'rogress Payments.
3. It, the event that a contractor is involved with mort than one
City Contract at a given time, each contract is to be reported
separately. Under no circumstances will EEO statistics for
multiple projects be combined.
/. Monitoring of LLO Compliance will be related to the Coals and
'timetables contained in the Affirmative Action Plan as Provided
by the Prime Contractor in connection with the bidding process.
(The Prime Contractor should obtain an Affirmative fiction Program
from each of the Subcontractors.) When the City's Project Engineer
is not satisfied with the CEO performance on a specific Project,
an attempt will first be made to resolve the Problem by direct
liaison with the Prime Contractor. If a satisfactory conclusion
is net negotiated, the matter will then be referred to the City's
LLO Officer for further evaluation. A ten-day "show cause" will
be sent to the Contractor before any further referral of a +¢
problem to the City Affirmative Action Steering Committee, and
p.ssiblo subsequent action by the City Attorney.
Y
i
Revised US/%
1
r
ATTACIYI/rf [
1IAK AAIAY CAYLA eT Jae liAbilr[CAtifx
VNI><pITILI iATioA -
AtlY.11YYt Ir 6111CL. CItT IaA ILINIfaNtannt Atil W"'t Iylwol uI.I.sati. IM •Ar3rlALG .X0 6pt11{IL'fM*'N - So KY! tN •M city -1 plat6n tO [OlrNt YWfr•
cacao utlllYtloo by t .M trY. Th. for..Ul b +PdItM J6IUIry I rM iulY I o1 vta llt6tton an tAu la0 tINA I(u.nen, flw s.X !oM NMrxlp Ills w14Xr tLY
/ Nrn wK TTt Girton '• Uryllt000t Alb M. tNta1[ICI YI YYtrYt 111Y[:po lsr IKk M31 olll nroa to It6191oyN orwoobM, It Ll1 orrvotA91 tYeNlt of 1SWo" oWboYNi.
,IIY Aewrtrnt by lob vWtl/Lu[IAl Mlfn K. wulWl. In tM I.r .1 f(uA forIIf yo., Il tN..,NKf lwtl011. a11INOU lIYUIMI .ill b cnrrKtlt by 11 31.cr.Mr LW.
rwlw. Owl!(L• Carr AAA t1Aefttlol .all M IItLy*&V I-MitN w fill orrclY as LMY Worry
• aUALs roA 1976 wUReei0KAL6 - f1Y....tN .1 MI . , ob for "of...Most +loos.. I. I.,
TYM City of lott. Kill.CI1Rly N tt. top. II[:IOYN IIa'lYlirlMt NM t19At filth IOM YNrItYI nI.A t0 61 r1KM In MI. [1.C.1fic4ttM. "to pool r.11
mi.tY r.prlNn4titn Y tM pt6VlltLln N IIry CTMtY I. [Y[roNlY ..Is. iWor, tY ..^' .1"tY6 by 31 ONr4.! INO.
anploYe.. toprotont r.N of tM Wftett City of Keotr Port for". liv to JW I976 1
W City ."I to"MY sMotis, 6A.IOYMt to I6floct A.fl Of tM tWl wraNart city _Kiel i I3toeI." LYtlM YI e1u [ NrttlottM .111 M o'y IaoM by ttoop..
oYA fofe.. YYd an fn II6Lca/otN Gorit"or of I'J MyIoYN. M LIU I %06 9.10 off.t UtrIN. TM rY of WIXu.or In t6[t cUootirgtrP Y 31 Wry�1�AM 1995wTM
.Ill b t.. f< ob fw Nrorlt.N r+ r.GKe rll tyfn't of AOYt1[111YlIw r wtll N iYAo W cNrleo YAeNYt111r11N of fre:1 tNMaeiw t7
mtlor. also M oI lllw. IwrAM.t1IYA1 WTw6[ YCI to w.
IM Ica tp WIM - OM eLOIC.Ay rl.. W. umntY }w1N, oM roar.. ron-
1. V[ YLAA c W wtoiruY lwlo ac M ri.19YY1 N p[ot e". Y I • votbf. rui .I. ows[ N.
To !ollaltivo tools LMacNN Attropts tM city of MnMo will rke to rorroat ftW Poo YNr Ia t61. .3NIif evit. AM In .1MOr, rr11-M Wa [o 0011eca vMor'
:Mrrvtt llrcLm by lob at....fit....a by 11 tYcolbor lw. MetO N tWl 191 .1 ut:tl.alt. by 11 DAc.rK 19N.
torlo.er, wrNns to b bit" by 11 UNrwbl LIAO
Y1YrKUrrS61oYA15 - .trio 106 =lurlrlcl..ton to .,ty P1 .. t 9rN[K ni61I o}
rllMll Attu M:r rn.n rn. OIo Il to tY rlr.M •n.1t r- "I. "i r1N nM 1 b N/laYM
Min. IDI1Mln. Illn. NN'IUn. to 5, Tht A6l 4M I 1. ..to to III +cKIM- T,» 'pAl .+Il b rt py Il pACelef
IWY. YM InIYI Wrrowr ..to le w 11NN.
Ctf¢L.1. I tMlnueubar 1 I 1 a
Orotaltar♦I ♦ 3 0 0 :Mori K/CIAIQI - TMN pO.ItbN Mre n1IW[1 Lot, Alen f111Y by +oleo. UM.r-
ull.Itlp r
1 lArltt/aN . rA for Ica umruY f.rlY tw etrornY rUo, o:M t.enty-
ToCMlflw 0 6 0 U gat roo-Nro[lry Mlfo. 'o-" oW[H.. hW rplayM. pop YNr. Mtaplt rill M
Y[otKtlW YwIC1 l 6 1 4 YN to IKleat II.It[N rIM Yl.t to ,alrKt 'AfIC1.ItlN :n pool cl.e.lf lftt t90 6Y
1 11 pKaYrr 1945.
ww'.fr.acuol 0 O I
o Ilc./Cl..ao.l 1 U I + Li3YA0 CIWT utY fwU s1:6 mN ronyLrorrty fwtll .ill IA Aw.1wol
Y eo[fr[e WWt[uu ltNuonro.: ens. c1N6lt.amen by 31 OKtB:tr If9t. nwrN1 rMNI
Nlllm cWt i ] 0 0 tufNtrr Io oN MIp1gN.
fltV\Cl/Mlnt.WN 1 • O U
RW1C[ 1ROMM-L - M AWu9. .nnb1 t rM.Ir of lour rt.^Yw i In it
w a: a 1t lM.ti.. eet'.tow fwl.. itw . [ttYl .r n w u .ct• NtN M1etlMl.iaYLun-
LOeo AA..AK GOAL Yarn .all by K m
tly.l, ucrvtuL for oot ontrY-I6,0 w.+4an. to ,arrrrt Albclaran
TM C.".1 o... +Ill tots carry pNsl.1.Affart to <N W lN r
root YI '.411.Atf In AY 11 aerromm I w
Ali U. roosts aW sat eloo.lfleatlrs b/ 1. Warr. 1996. TMN tool, INro.snt .Kro rant AIIe yrleHttW1. !e. rern AM warorltlN. rer
'Mh 11 nu m9 'Welt by 3oA cLwlfao4on ancld.:
of IUIL Ito IA•tnlrtyoot t Na pro/Nuwb •N oosi fer tM s.gluyrnt :+r +oton +.
I[lYit AIL! IL It utA A I1rontY rtpftwntAt1N o} 't re[w9111a.o9 tM (W[-fOuntY ..N of XLM.
Xln. bn-X1 n, .,a. .on•tlan. Ytofal, ltor,. IM $Mnal.n Y tM r.a.[Wtrn[ .r N ler I- cUYtftcrttan..
.mti CONY a tM rlor recrvlalMt .1. M N for ail ot 'two uK.it...+ftU .. Too
afflu All Idtm utrsten 1 A 1 0 9ool for }cal. Iwrotnutto0 I. .... tb..Iflut woo to Y..It. XIM[1uN ni: b
II.I.yrel W r.f Lct N r.it atlllutam, aM .MUIIIY •+tA pralnY m qwa KWIINIII
troforraNLL. l P 0 All Sao La IAI ti.atabl.. Ills At ap4 or r r. tM Yor.onlYi :fflcl
TKMIriN. L :1 9 a oonrtorM ervrrooel lY All IerotL ry Ku:.N. ! wIN t
Jur1M eHu[tl oarkln9 MN'..
tf.I.ttw
r.,"rof...Iwt ° 1 i
WflN;cUn vl t L t tl I -
itllld Cot
tor.lbdlYtntoMN. l_ tt _r 0 e�
T+fnl 10 As f 16
ar,
t
a
.rY
t��e �t�'FSs= E : c ;saa ; � s,�o� � � ��� � �.- • Ea^a��' �
:s; r� R;f 'erfsj�5
s f�a ;RoS �q� $iR � s� g�e$3lsiZ � EF �� eY �lgEElsa"� ^�
$=x gsbR @BAR f!' ° xgzFe & !a IF
sa�lat
4 ire ;15a: e as se
!� 'ss •� � zar_ $fiar6^�^ qR ° "z � as"�:�;� y�� A
oE .
� ff c'p' fF s 'aS= A
lgtRxt .Rp��" E . sYa„ ;: eYr- :$eE'
is � s € =ff pag � �issj � s
$3 " lAofse� Ysa �Ri sA�B s!F"�':
--------------------------
°�s� _3A3F3S.. y��Ye3 }) sa�afE
$fg gg ,fR`
F3t� �YY���tI'a4 tlR '�4ii g° x"7 ;
z "
r, TO rho event that nnt"I mireement oahnct he mebiev d, igntrl xtateme^ts
detailing the grievance and opeetflc Investigative action IMll be obtai"A t. the
fqu,l employment Opportunity Officer from, the mployee and him supervisor. -
equal Employment Opportunity officer shall draw upon all resources him/hti d,.apoeal,
both Internally and ones external to the City, to arrive at recomeardad correct,vs
action and s,ttlement conditions. Tha Equal Employment Opportunity Officer shell
forward then staternts along with his/her cm investigation report and roc Mnda-
time to the Mayor's office for resolution within can workinq days of the receipt of
the signed griavance statements.
D. If disposition satisfactory to oil parties Is out reached within five working
days of the Mayor's receipt of the grievance, the Mayor shall refer the gritnnce
to the bnton Human Right, and Affairs Cowission for investigation and resolution.
The procedure used by the cowiaalon shall be a outliad In ordinance 177'.. Proceed•.,•
of the Cuesission Shall he documented, and their decision atoll be final ate binding
subject only to ravlew by the State Musian Rights rowieslon of through the judicial
,yet*,. All reports, dactmiona and other ducam,antation ge-arated by the grievace pro-
cedure shall be melntm Lied I, the Equal EYplcyment Upportnity officer as a emitter of
permanent record.
vi. GDIDzuns roR MINORITY AND FFMAU WWYMEMT 1
The mormal recruitment area fit C,ty employees it determ,inad to be as follows:
1. tot ,'fficlals, administrators and pr,,f.nu onale - Klnq, Pierce,
.;rnMm,ish And Kitsap counties.
1. rot technicians, protective service worker,, per,-profeeeloils, office
And clerical worker., skilled craft workers, service melntenance ..Rare -
King county.
To datersine possible underutlli"tion of women AM minorities in the City's work fo,co,
the following statistics will he usaa:
A. M aria lyxis of the recrui taint ayes for each arploymert classification as
deiiniated Above, including!
1. Total work forces
1. Percentage of airnrity And fesale work force as compared to the total
work force;
1. The extent of unaeployment e.nq the Minority and famele unemployed
work force.
Than statistics will he com,prled frm the annual Manpomnrr Information
Data published by the Washington State Department f EMptoyment Security.
•. M a,,,lysig of the Clty'm labor force by esplo,asnt classification to determame
"a placmesnc of simritlet AM woven at all levels including:
1. The total ou,,A, of eeployes• by eploy"ot classification in each depart-
ment, a the percentage representation of f es emel and ethnic simrltles
in m,each classification.
1. Me total uuaber of employees by asployment classification for all depart-
sent, com,bined, and the percentage recresent.tion of favAles and ethnic
sino.itise in each cl.e.ificAti.A.
J. The avallai,ility of proattable minority and famle mvpleyees within each
department.
a. The nuMber ,nM lob classification of esployss'. by deperfant, who w111
retire within the next five year, includinq tentative retirement dates.
Thaw statistics will be cospil d from, computerised date of permMneat
*aplcyese, available frog the City's Det, Processing Department, Well
effect," 10 June each year.
Me" on the statistical Analysis Outlined Above, goals and timetables will be ectab-
lishad and ieplaMmeted.
The statistical arlmlysls atd goals *hall be Overrated and ,dlsstmd IM-Ally in July
,M the goal• ,hall Appear as attachments hereto.
TTr, goal, SM11 be dllscted toward overall fewls and mlnirity employ�mx,t AM toward
uMtrutillsotion or concentration within the sPacific asplay"nt clAaslficatton.
TIN "Six shall he astabllsMd by the City's Personnel Director am, the Equal Employment
'ipportmity Officer. and Ahall be reasonably attainable.
-q_
1
I
2. Annu.i revive and analysis of .ach amployo.'s fob performance,
mmploymont development and readiness tam assume m hlq Mr pomition.
C. Identify &Pacific positions for which employees qualify and a*auro that
within the constrain's of Civil 6.rvlc- Rules and union contract tern, tran.ferm and
promotion, arm made without disrr/win ticn and on the hest• of qualifications.
D. Provide skil:., training, amployment orientation and gaidam* to employ"s
hired under any public amploy"nt or tosdem educational program to assist them it
sour Ing the transition into permanent employment positions in either the public or
private sector.
E. conduct poriulic tssininq sessions designed to inccea.e the skills and
amploymant pot.nti.l of eWl.yo.o in all departments. "*let employees through
counseling, a requested, in developing individual programs for career development.
IV. LIAIhom AID CWRDIAATIrq
A. Theta exist many organizations vitally concerned with equal opportunity and
fair trata,nt of minorities, woman. and the ohysi^ally, sensory and mentally
haedleappedi and those that arm aver 40, whose resnuress -a he of valuable assistance
to achaevinq the goals of this program. The r ity of Renton shall "Intein constant
co -Act and coordinate various aspects of the Afftraa[ive Action program with these
o ntsmtion,. in addition to those identified with respect •n recruiting, hiring. ..
and employee development, working relatloneiipq shall M maintained wide the various
rinil, labor, and minority organizations I,% the greater sont#,n era.
■. The City also recognites its reeponsibi l trio* to comply with and aseure that
aqugl opportunity and nondiscrimination ,eolbies of State or Pedkrol agencies with
which is conducts business is tallied rot. Specifically, the City of Manton shall:
1. de responsible for reporting the appropriate n9anciso Any complaints
received from any employ#* of, or au: applicant. I, swployment with any
City of kancon contracto,: or subeontrnctor, rublect to Ezacuti" order
112e6.
2. Cooperate in spec iel ccopliancc reviews or In investigations as
requeated.
1. Carry out an,tloru agatn*t contractor(.; and/or subconccacnor(ot
as required.
a. As,ure itself and the agoncY as pat of the grant application process,
that the general of pit" contractors will For have .uimitted pr&-
Packages bids that deny ope. bidding to minority or any other sub-
contractors.
5. furnish Information as required, maintaining an offirmatiwa "tion file
detaifinq its efforts, with dates, to met its commitments under
Etecutive order 11246.
All data and documentation generated as
a result of this Affirmative Action Program
shall made available to Any Federal he or State agency for their review upon request.
V. GRIEVAIC'E PIK)CEM"S
Pee sucrose of the Affirmatly. Action Program depends largely on the attitude of flee
commarunity *a wall as the employ". opinion an to what constitutes fair and equal
opportunity and treatment may vary widely and grievances may result. The following
.tops shall to taken tsimadi.toly for any griwante arising from the implementation
of this prngcom ao a. to "Intel. the beet possible eryloy"-auperviwr and city-
commwnSty relationships.
A. no employee shall bring .dy grievance to the attention of the la*distm
supervisor .r department had. when will investigate as necessary to determine it-
cause of the complaint and work vith the employ" to effect an equitable solutic•n.
A minimum of five and a mash,& of tort working days ,Mil be allowad for conciliation.
Nary effort atoll be mods to tesolve "a difficulty At this level. Any empldYsa at
this point has the option to puts" the grievance through methods outlined in
barqatninq unit contracts or procaed with Step R.
R. It the difficulty is not resolved at Stop A, the services of the Rqual
Mployment Opportunity Officer may be requested by either Party. The Equal dployment
Opportunity Officer shall interview both Patti&@, conduct additional inv*scigatlon as
"C*alary, and recommend in writing to both Patti" apprCprlats Corrective action am
settlement conditions within ten working day* of the receipt of the grlewanes.
Extension, for reasonable case may be granted at request of both parties.
-3-
f
S. Provide l.nformatlon sod gullance to all staff And management p+r,wmnei new
make burin, decisions ao that they ate ware all applicants shall be considered ♦e
set forth in the Affirwative Action Policy. Pr Lary consideration shall ke gtv*n to
minorities, women and other grnupe as defined herein at any tile, the rity'g work force
doe, not reflect their porticopaticn In the work t(,re* of the City's noreAt recruit-
"or at".
C. Provide periodic training for managers And sapsrvisor. In equal opportunity
objectives and the concept of affirmative action. Such training atoll encompao, equal
opportunity legisl&tion, employment practices, potentiae discr Llretory mete, and
cultural awarenras. Additional specific training will be privlded W any city employee
charged with tha responsibility of assurinq compliance with the ;rovition, of the
City's Affl[wative Action Program outlined herein that pertains to contractors, sub-
contractor. and suppllors.
D. Provide awry new, employ" with t g*neral orientation to tie City'. employ-
want opereticn, Its parsonnal policies and practices, oployment benefit•, department
locations and rescureas for lnformaeion. Each new oployea shall raea[w a copy of
the Pair Ptscticsa Policy and An explanation of the grievanro procedure r*latinq
thereto. In addition to the general orientation, each - . aft toy** shall receive an
orientation by his/her supervisor specific to the dep'-bent b, which he/she 1s
employed.
E. Pay salaries in accordance with job rasp ..lbility, administer fringe banefite
equally to all employees in accordance with labor rontracta and ordinance., end assign
ov*rt Le work on an equitable and non-discrlminmtory basis.
r. Recruit In such a mannat an to sake *eploymant opportunities known to the
greateot nuabor of worn and min eirl.. posoible within the City's normal recruin,ent
at". Such reotu:twent efforts will include the distribution of non-p[omotiomal
position openings to:
1. She Renton and Seattle offices of the mashanq Goo gtata E&plOYrnt
Security Depa[trnt;
g. organization, which easier in the employment of affected close*&
as is daemed appropriate by the Personnel Director, based upon
job requirernts and the type and scope of placement "rvicIts
offered by such organitatlons. A listing of these orgasiz&tlone
1s avml:abla in the city', Personnel Office 'or review.
1. Current city staff. Such distribution shall be made by posting
In the P*reorne! ^ffic,, the City Clark'. Office, the Street
Department Office, the water Slop office, and the Park MIAterance
Office. All city employ"a will be informed and periodically
reminded of these locations.
Such Additional tacruiteent measures as soy Do d.seed appropriate by the :*raonnel
Director may, W employed in addition W those anWrat*d Atom.
All employment notification. shall include the statement -Th. City of &amltan I. an
equal opportunity employer. women and minorities are encouraged to apply and shall
be distributed at least ten days prior to the application closing date.
Supplementary hiring pntgrams such as pit-time trainee, intern, end public eaployrnt
progress shall rI" Do suh),,t to the Equ&l Opportun.ty ProgrY.
Ill. OfPWYMNT DEMDPNEmP
Plna hiring of elnorltles and worn on A f&1.[ And equitable basis Is only the first
step In affording equal sploymot opportunity. Skill d,w,loP&nt, preeotiona, and
equal non-dlscrLloatoe, on-the-job, treatment are of equal Importxnee to both the
Individual and " the City. R City shall undertake the following W Achieve employ"
job satisfaction and fait treatment and to more guga,asfully utilize warn And minority
Persons in the work force.
A. /assure chat there will be no discrimination for reason of rae*n colon cr.ed:
sex; physical, rntil, or sensory haedlcaps; age or e&rl' it status in regard W upgrading,
promotion, devotion, trane:*r, layoff or t*mimtlon. Employ" grievances arising from
Any "ploy ort action alleged to have a discriminatory offset shall local v* lseodteto
action under sottioo v hataln.
a. Develop a skill and interest Inventory of saploy". which can ba used W
identify supervisory and monagsriml position potential. Thim potential shall no
Identified through;
1. Witte, •t.tarnts from, aeploy"a Indicating that' skills, education
and Interest In advaneseent to positions of higher ra&iwinslbllity.
1
C%N 1Bli "B'
AFFIRMATIVE ACTION pR(%RAR
CITY Of RElffsei
The policy of the City of Renton In to promote and afford equal treatment sent
Service to all cltiasns and assure equal employment opportunity W all parewia
beSod de ability and fitraes regardless of race; cresd; color, national origins "A;
physical, menSory or mantel handicaps A", or marital status. in recognition of it.
obligation to provide community 1e66Or1011p to o"rccee past circumstancs, which have
either barrel, not encouraged or discouraged representative minority and tamale
employment, the City o" Renton has Snitutd a program of affirmative action designed
to aesurs that the spirit and intest of this policy is realized.
The tore minority at lereln "d shall include, but not be limited to, theme
identified u Blacks, 9penlsh-Americans, Amiams, and American Idimeo. The e,lrtt
of the equal opportunity policy includes such persons as the phymi�ally, asomory, or
mentally handicapped, and tboae between the aq" of 10 and e5, wen though the emphasis
is upon minorities W famAlas.
The purposes of the Affirmative Action Program sera to: 1) establish employment
practices that will land to and maintain a minority composition of the City of Renton
work force that reflects that of in* major recruitment arse(s); 1) achim" and
maintain equitable ad full utilisation of minority and fasalo amploy"s at el.
position levels; 11 promote an atmoSpfare of non-ducriminatlon ad fair treatment;
within city government sel provide compliance with State W Federal equal oyportualty,
requlrematto end regulations; 5) oncouranse and monitor equal employment opportunity
efforts on the part of contractors, subcontr"tore and suppliers doing busiesss with
the City of Renton.
Thin policy ohell be made known to all omployess, contractors, aubcontractors.
and rup;aleso through distribution of hadbooks, bulletin., letters, and perwsal
contacts, confarencea and orientation sesoloes. Signed acknowledgments pledging
cooperation shall be required of all department hands and supervisory personnel in
this City of Renton and, -her. approprut., of .11 contractor., su1bcontr1ct.r-, and
supplier@ to whom this policy .hall apply which incljG# those with an average annual
employment level of eight or more permanent employees or -home contracts with the
City of Renton attain a level exceeding $10,000.
1. PROGIamm RESPONSIBILITY
To assure that the wquml amployment opportunity policy rind the provisions of the
Affirmatl" action Program era carried out, ma Equal Wooyment opportunity 'ifficar
atoll he appointed or designated by the mayor. The Officer .hall he the focal polnt
for the City'a equal OPWrtunity efforts and will advise ard assist muff and
moneqamont personnel in all matter. relating to implementation of and compliance
with "a Affirmative Action Plan, and he raepKinsible for the mucceesful execution
of this program, utilizing 'M &asistance of appropriate State and co lty agancia,
and organizations and maintain clone luison with the Mayor and City Council on the
progress. of the program. The zeal employment Opportunity Officer will have the
re.poneibillty to:
A. Initiate, coordihate, and evaluate developmant of the Clty'S plane and
programe which are designed to on,ire that all current Ad prospective amploy"s
local" the benefits of equal employment opportunities.
a. Periodically audit the Practices of the City one recommend improvement-
in the Affirmative Actlor Policy to the mayor'. office and the City Council.
C, Insure that a mesa*to of ma "eq nt within the City are fully aware
of and their actions are In compllenca with the intent of the Afflrmati" action
Policy pertaining to equal me,iloyWnt opportunity.
0. FCOwide continuing cammsieatlon of -he Affirantl" action Policy to
man•yament, oploy"g, applic ,to for employment, mod to outside organizations
performing orrice, for the Cit f.
pi. W WYPKW PM ICES
The overall employment practices provide the key to assuring equal emploYmsnt
opportunities and echuving an aipropruto representation in the City-8 work force.
"- To achieve the.* obyactivea, the sty of Renton shall undertake the follwl;p actions.
A. Conduct periodic review n f all lob deectlptlono to esenrs that they accurately
reflect lob content and related akfil ad/or educational quailflcations. Revision,'
will be "do as mereesaiy to dalet, requirement, which are not reasonably remand to
the took. to be performed.
� r
TECHNICAL PROVISIONS
TABLE OF CONTENTS
P2
1
TS-Oi General Statement TS-1
TS-02 Standard Specifications TS-1
TS-04 riping Materials, Valves, and Fittings, Etc. TS-1 ExistiFitly
TS-OS Clearing TS-3
TS-06 Saw Cutting TS-4
TS-07 Pavement Removal , Trench Excavation, *:
Bedding and Backfill TS-4
TS-08 Pipe Installation TS- 7
TS-09 Restoration of Surfaces TS-9
TS-10 Testing TS-10
TS-11 Disinfection TS-11
TE-12 Cleanup TS-11
TS-13 Measurement and Payment TS- 11
TS-14 Removal of Old Concre— Foundation Floor
Slab TS-14
TS-15 0. S. L Y. Gate Valve and Vault TS-15
TS-16 City of Renton Meters TS-16
' * 1
SPECIAL PROVISIONS (CONT'D.)
SP-33 DUST AND MUD CONTROL
i
The Contractor shall be responsible for controlling dust and mud
within the project limits and on any street which is utilized by
his equipment fer the duraticn of the project. The Contractor
shall be p-epared to use watering trucks , power sweepers , and
other pieces of equipment as deemed necessary by the Engineer to
� avoid crPati.:g a nuisance.
■
DLst and mud control shall be considered as incidental to the j
project, and no cc�pensation 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.
SP-34 PAYMENT TO THE CONTRACTOR
Payment to be made to the Contractor will be made in the manner
outlined in Section 9 of the Standard Specifications. Payments
shall be made in cash warrants. Partial payments on estimates may
be withhe?d uniil work progress schedules as described i
Section SP-18 of th se Special Provisions hive been received and
approved.
SP-35 LIQUIDATED DAMAGES
Liquidated damages for failure to execute the contract as
specified and in accordance with Section 8.08 of the Standard
Sppecifications will be assessed as follows : One Hundred Dollars
(3100.00) 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 actudl salary cost , plus one hundred percent (100%) for
overhead and other indirect expenses.
SP-36 AWARDING OF CONTRACT
Awarding of contract will be based on total sum of the Schedule
of Prices . No partial bids will be accepted.
SP-11
1
SPECIAL PROVISIONS (CONT'D.)
SP-30 SIZE, WEIGHT, LOAD RESTRICTIONS FOR MOTOR VEHICLES
All motor vehicles of the Contractor, Subcontractors , and supplier4
shall strictly adhere to Ch. 46 .44 cf the Motor Vehicle of ,
the State of Washington (1967 Edition and amendments there. -) in
regard to size, weight, and loads of motor vehicles .
Payment will not be made for any material that is delivered in
excess of the legal weight for which the hauling vehicle is licensed. ^ ■
Any gross violation of these regulations shall b.; reported to the �J`
affected law enforcement agent . ' `
� .
the Contractor is to furnish to the Engineer a listing of all
haul vehicles used on this project , listing the vehicle number,
license number, tare weight and licensed load limits .
SP-31 DELIVERY TICKETS
All delivery tickets that qre 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 material.
Payment gill not he 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 submittal as ear:y in the project as
possible. Each weighing s`ation shall maintain a record of the
trucks we'_ghed, date and time, tare and gross weight and type of
material. In isolated cases where scale weight is not available, the
inspector shall measure the truck volume an ' certify as to its full
load delivery. Tickets that are not complete will not be accepted.
SP-32 WASTE SITE
The Contractor shall conform to Section 4.06 of Standard
Specifications in regard to waste sites.
The Contractor shall have the responsibility f 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 be made.
The route taken to the waste site shall be maintained solely by f
the Contractor 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 Fngineer
to alleviate the problem of lost spoils along the route. Prompt
restoration of the route is mandatory.
The ;:ity Park Department has available a site for disposal of clean
dirt and broken concrete. Please contact the Park Director for
information on the site at Lake Washington Beach Park.
SP-10
1
SPECIAL PROVISIONS (CONT'D. )
opened to traffic at the cluse of each work day.
3. Where hazardous conditions exist, proper signing and
barricading shall be provided as directed by the
Engineer. Where designated by the Engineer, the signs
and barricades shall be supplemented by lanterns or
flasher units during the hours of darkness.
4. The Contractor shall notify the local fire and police
departments in writing before the beginning of his y
operations so that these agencies may reroute their
emergen .) vehicles around the construction zone.
,
S. Any asphalt concrete pavement , crushed surfacing
gravel base, or water required for maintaining traffic
during the life of this contract shall be placed by
the Contractor, immediately upon request by he Engineer
in the amounts designated.
All costs involved in the above shall be considered incidental to + �
other costs of work involved and no further compensation will be made. J 4
SP-27 CONSTRUCTION SIGNS
% N{
The Contractor shall furnish and install construction signs which
conform to current 1971 M.U.T.C.D. Sign No. W20-1 , "ROAD CONSTRUCTION `,•,
AHEAD," 36" x 36" or larger diamond, back lett^ring on orange i
background. One (1) sign of the type mentioned above will be posted (3,.
at each street entering onto the project site.
All construction and detour signing shall conform to Part Vi
"Traffic Controls for Highway Construction and Maintenance Operations"
of the Manual of Uniform 'Traffic Control Devices .
SP-28 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 Director !
of Public Works , City Municipal Building, City of Renton, Washington,
for all changes made. When the work has been completed, and prior
to said area being open to traffic, the Contractor shall notify the
Public Works Director, City Municipal Building, City of Renton,
Washington, and obtain his approval of signing.
SP-29 CONSTRUCTION EQUIPMENT
Drivers of motor vehicles used in connection with the construction
of 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.
SP-9
SPECIAL PROVISIONS (CONT'D.)
not within the limits specified in APWA Standard Specifications ,
Sec. 4.03, shall require a written change order before work may
be done. The Contractor shall be responsible fo- acquiring the
necessary change orders that are required by any r his sub-
contractors .
SP-23 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 in advance of the need
of surveys ."
SP-24 OVERTIME FIELD ENGINFERING
When the Contractor performs construction work over the accepted
8 hours per day or 40 hours pe- week, or on any City holiday, and
the work requires inspection, then the Contractor shall reimburse
the City at the rate of $20 .00 per hour. The 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 due the Contractor on each monthly
estimate.
SP-25 HOURS OF WORK
The working hours for this project will he limited to week days
during the period from 8:00 a.m. to 5 :00 p.m. , unless otherwise
approved by the City. If in the Engineer's judgment should it
become a safety hazard the hours of work mcy be restricted.
SP-26 PUBLIC CONVENIENCE AND SAFETY
The Contractor shall, at his own expense, provide flagmen, shall
furnish all signs, barricades , guards , construction warnings , and
night lights in order to protect the public at all times from
injury as a result of his operations . If the Contractor should
fail to maintain sufficient lights and barricades in the opinion of
the Engineer, the City shall have the rightto provide these lights
and barricades and deduct such costs from payments due the Contractor.
A plan for traffic control must be submitted for the Engineer's
approval 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.
Appropriate portions of Section 7.15 (APWA) Standard Specifications
shall apply to this contract. In addition the following Special
Provisions shall apply:
1. There shall he at all times reasonable access to and
egress from the business establishments and other
properties adjacent to the project.
2. All road approaches and street connections shall be
SP-8
�► f
SPECIAL PROVISIONS (CONT'D.)
In the event the Contractor is of the opinion he will be damaged by
such interpretation, he shall , within three (3) days , notify the
Engineer and the City Clerk in writing cf the anticipated nature
and amount of the damage or damages. Time is of the essence in
the giving of such notice. 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, within
thirty (30) days thereafter.
The findings and decision of the Board of Arbitrators shall he
final and binding on the parties, unless the aggrieved party,
within ten (10) days, challenges the findings and decision by
serving and filing a petition for review by the Superior Court of
King County, Washington. The grounds for the petition for review
are limited to showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any
component thereof;
3. Is arbitrary and/or is not based upon the applicakle
facts and the law controlling the issues submitted
to arbitration.
The Board of Arbitrators shall support its decision by setting forth
in writing their findings and conclusions based on the evidence
adduced at any such hearing.
The arbitration shall bi conducted in accordance with the statutes
of the State of Washington and coirt decisions governing such
procedure.
The costs of such arbitration shall be borne equally by the City
and the Contractor unless it is the Board's majority opinion that
the Contractor's filing of the protest or action is capricious
or 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.
SP-21 SUBC(,NTRACTORS
A list of subcontractors and suppliers that will be involved with
this project shall be given to the Engineer for his review and
approval immediately after notification of low bicker status .
phis list must be received by the Engineer before the contracts
may be signed.
SP-22 CHANGE ORDERS
All additional work that requires compensation to the Contractor
for items for which prices are not included in the contract or is
SP-7
1
f�1
s_„-
------------
SPECIAL PROVISIONS (CONT'D,)
information a progress schedule diagram will be computed, ,lotted
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 t ; ;ie during construction that
operations will or may fall behind the schedule of this first
program, the Contractor shall , upon request , promptly submit
revised schedules in the same form as specified herein; setting
out operations , methods , and equipment , added labor forces or
working shifts , 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
contract provisions , it shall, upon request, be revised by the
Contractor and work shall be performed in compliance with the
contract provisions . Payments of any further estimates to the
Contractor after such request is made and until an approved modified
schedule has been provided by the Contractor may be withheld.
Execution of the work according to the accepted schedule of construc-
tion, or approved modifications thereof, is hereby made an obligation
of the contract.
SP-19 CONSTRUCTION CONFERENCE
Prior to the start of construction, t Engineer will call for a
preconstruction conference. The Contractor and his subcontractors
shall attend the preconstruction conference, the time, place and
date to be determined after award of the contract . Subsequently
a representative of the Contractor will attend a weekly conference
with the Owner's representative to review progress and discuss any
problems that may be incurred.
SP-20 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 or any contract document ,
shall be immedi&tely brought to the attention of the Public Works
Director or his representative for interpretation and adjustment, if
warranted.
Failure on the part of the Public Works Director or his
representative to discover and condemn or reject improper, defective
or inferior work or materials, shall not be construed as an
acceptance of any such work or materials , or the part of the improve-
ment in which the same may have been used.
To prevent disputes and litigation, it is further agreed by the
parties hereto that the Public Works Director or his representative
shall determine the quantity and quality of the several kinds of
work embraced in these improvements. lie shall decide all questions
relative to the execution of the work and the interpretation of the
Plans and Specifications.
`iP-6
1
SPECIAL PROVISIONS (CONT'D.)
A copy of these Standard S?ecifications is on file in the office of
the Public Works Director, City Hall, Renton, Washington, where they
may be examined and consulted by any interested party.
Wherever reference is made 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 Public Works Director, City
of Renton, or his duly authorized assistant or assistants.
SP-15 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 Public
Works Director or his representatives acting specifically upon his
instructions . In the event of disagreement of the necessity for
such changes , the Engineer's decision shall be final.
SP-16 FAILURE TO MEET SPECIFICATIONS
In the event that any workmanship does not meet the requirements or
specifications, the City may have the option to accept such
workmanship if the Engineer 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 workmanship.
SP-17 PROTECTION OF PUBLIC AND PRIVATE UTILITIES
The Contractor shall conform to Section 5.09 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
sizj and location of existing facilities.
It shall be the Contractor' s responsibility to contact the GAS
COMPANY; RENTON MUNICIPAL AIRPORT, MAINTENANCE DIVISION; BOMNG
ST7=T CORPORATION UTTLTTTE7-TIVTsT0N; CITY OF 9=, LE-WITE1F
E V PA. ; an the
N TER
DFFARTRFWT and RENTON ERGTFLFRIVC�7M-TR AT for exact ocaT Lions of
t eiTiirr respective utilities . Also, contact the CABLE TV COMPANY if
necessary.
SP- 18 SCHEDULING OF WORK
Section 8.01 of the Standard Specifications shall be deleted and
the following inserted:
[ Promptly after the award of the contract , the Contractor shall submit
for approval to the Engineer a progress -chedule. From this
SI'-5
I
1
TECHNICAL PROVISIONS (CONT'D.)
TS-07 PAVEMENT REMOVAL, TRENCH EXCAVATION BEDDING AND BACKFILL (CONT'D )
C. Excavation
The Contractor shall inform and satisfy himself as to the character,
quantity and distribution of all material to be excavated. No
payment shall be made for any excavated material which is used for
purposes other than those designated. Should the :ontractor
excavate below the designated lines and grades without prior
approval , he shall replace such excavation with approved materials ,
in an approved manner and condition, at his own expanse.
The Engineer shall have complete control over the excavating, moving,
placing, and dispisition of all material , and shall determine the
suitability of material to be used as backfill. All unsuitable
material shall be wasted as specified.
Excavation of every description, 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 may affect the promotion or condition of the work. All
excavated materials not meeting the requirements for backfill and
all excess materials shall be wasted as specified. Erosion control
shall be the responsibility of the Contractor and controlled where
directed by the Engineer.
No separate or extra payment of any kind will be made for storing,
handling, hauling or manipulation of excavated materials .
The City Park Department has available a site for disposal of clean
dirt and broken concrete. Please contact Park Director for
information on the site aft the Lake h shington Beach Park.
d. 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 necessarily
be considered as an indication of unstable conditions. The trench
shall De de-watered and an insper.' :r made by the Engineer to
determine the suitability ut the trench mat. .-al. All costs for
de-watering shall be the responsibility of the Loi,tractor. Bedding
material shall be as required for Bank Run Gravel Borrc'+.
'IS-5
1
h► }
GP
SPECIAL PROVISIONS (CONT'D.)
statement and any supplemental statements which may be necessary
=hall 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 acknowledgment of approval to the Contractor and/or
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.
Each voucher claim submitted by a Contractor for payment on a
project estimate shall state the 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 t e State or corporate fun& 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 practical, affidavits
pertinent to a particular contract should be submitted as package.
The Contractor shall also be required to read and execLte the
"Minimum Wage Affidavit Form" as incorporated in this document.
SP-14 STANDARD SPECIFICATIONS
The Special Provisions hereinafter contained shall supersede any
provisions of the Standard Specifications in conflict therewith.
The Standard Specifications for Municipal Public Works Construction
prepared by the Washin ton State Chapter of the American Public
Works Association, 197 Edition, shall be hereinafter referred to
as the "Standard Specifications" and said specifications together
with the laws of the State of Washington and the Ordinances and
Charter of the City of Renton, so far as applicable, are hereby
included in these specifications as though quoted in their entirety
and shall apply except as amended or superseded by these Special
Provisions.
SI'-4
f
�Y'lr�1M�$ lrriilr1�14i
SPECIAL PROVISIONS (CONT'D.)
SP-09 FAIR PRACTICES POLICY
The Contractor shall be required to read and abide by "rhe Summary
of Fair Practices Policy of the City of Renton" as incorporated in
this document.
SP-10 AFFIRMATIVE ACTION PROGRAM
The Contractor shall be required to read and abide by the City of
Renton Affirmative Action Program as incorporated in this document.
SP-11 NON-COLLUSION AFFIDAVIT
The Contractor shall be required to execute a Non-Collusion Affidavit
to satisfy the City that the bid offered is genuine, is not sham or
collusive, and in no respect or degree is made in the interest or
on behalf of any person, firm, or corporation not named in the
proposal containing such a bid.
SP-12 NONDISCRIMINATION IN EMPLOYMENT
Contracts for work under this proposal will obligate the Contractors
and subcontractors not to discriminate in employment practices .
SP-13 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,
3s amended. The rules and regulations of the Department of Labor
and Industries and the schedule or prevailing wage rates for the
locality or localities where this contract will be performed as
determined by the Industrial Statistician of the Department of Labor
and Industry are by reference 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
representatives , the matter shall be referred for arbitration to
the Director of the Department of Labor and Industries of the State,
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
Directo^ of Labor and Industries certifyinp the rate of hourly
wage paid and to be paid each classification 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
SP-3
t s
s .
r.r�Yrt :t1.�..waY�• .rar.�wr M.a'�Irri.Yt�i ■Il.f�al�alLieiYB1•'f,/r.UM
1 I I r 117 A
.r1PIR �Y`p riprp.uKBd^"avfire�S.F^.r our n:.r 6,64
" 11 fai !GAA'•Ri}�]6,,.'':F.4;:!,.`.."i l� .x „,;.� •.
SPEC`AL PROVISIONS (CONT-D. )
SP-05 MATERIALS
The Contractor shall supply all waterpipe, fittings , gate or
butterfly valves , cast iron valve Doxes with their required
accessories , concrete blocking, shackle rods where required, valve
markers , and all other materials necessary to make a complete water
main installation. Precast valve vaults will be required for large
gate valves . Contractor shall also supply all me�ers, meter boxes ,
and pressure reducing valves as required on this project .
SP-Of, PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE
The Contractor shall obtain and keep in force during the teim of the
contract public liability and pr-perty damage insurance in
companies and in form to be approved by the City. Said insurance
shall provide coverage to the Contractor, any subcontractor
performing work provided by this contract , and the City. -:ie City
shall be named as an additional insured on said policy insofar as
the work and obligations performed under the contract are concerned.
The coverage as provided shall protect against claims for personal
injuries, including accidental death, as well as --laims for property
damages which may arise from any act or omission of the Contractor,
or the subcontractor, or by anyone directly or indirectly employed
by either of them.
The minimum policy limits of such insurance shill be as follows :
Bodily injury liability coverage with limits of not less than
$100,000 for bodily injury , including accidental death, to any one
person, and subject to that limit for each person, in an amount not
less than R300 ,000 for each accident; and property damage coverage
in an amount of not less than $50 ,000 for each accident .
A copy of the insurance policy, together with a copy of the
endorsement naming the City as an addit_onal insured, shall be
provided to the City within a reasonable time after receiving notice
of award of contract.
PROOF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the City with satisfactor - proof of
carriage of the insurance required.
SP-07 CERTIFICATION OF BIDDERS' AFFIRMATIVE ACTION PLAN
The Contractor must execute the Bidders• Affirmative Action P,an
Certification. Failure to execute this certificate will invalidate
the bid.
SP-08 EQUAL EMPLOYMENT OPPORTUNITY AFFIDAVIT
The Contractor shall be required to execute the "Certification by
Proposed Contractor, Subcontractor and Supplier Regarding Equal
Employment Opportunity" form, as incorporated in this document. He
shall also abide by all rules and regulations as required by the
instructions of the aforementioned form.
SP-2
WFIMPW
SPECIAL PROVISIONS
GENERAL PROVISIONS
SP-01 DESCRIPTION OF WORK
The work to be performed under this contract consists of furnishing
materials , equipment , tools , labor, and other work or items incidental
thereto and performing all work as required by the contract in
acc)rdance with the plans and specifications and Standard Specifica-
tions , all of which are made a part hereof.
• fhis improvement consists of the furnishing and installation of
approximately 70 LF of 1�" galvanized iron water pipe aad 125 LF of
4" and 1 ,525 LF of 8" ductile iron water pipe, and appurtenances
for Phase Iand Phase II of the Renton. Municipal Airport Watc. System
Improvements (W-455) .
SP-02 DATE OF BID OPENING
Sealed bids will be received by the City of Renton, Washington, by
filing with the City Clerk, City Hall , Renton, Washington, until
2:00 p.m. , Wednesday, March 16,197; and will be opened and publicly
read aloud in the Fourth Floor Conference Room.
SP-03 TIME OF COMPLETION
The Contractor is expected to diligently prosecute the work to
completion in all parts anu requirements . The project shall be
completed within sixty (60) calendar days from starting day of
construction.
Provided, however, that the City Council shall have the right upoi.
request of the Public Works 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 accompanied by the
written consent to such extension by the surety on the bond of the
Contractor.
Time lost in replacing improper work shall ^ot furnish any grounds
to the Contractor for cla ming 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.
SP-04 CONSTRUCTION DIRECTION
Construction direction and scheduling shall be as directed by the
Engineer. Each segment of the project shall be completed before
progressing to the next portion.
SP-1
NO
TECHNICAL PROVISIONS (CONT'D.)
TS-13 MEASUREMENT AND PAYMENTSCONT'D.)
n. Furnishing and Installation of New Water Services
The furnishing of meters, fittings, pipe, boxes, pressure reducers ,
if required, and the installation, shall be paid for at the
applicable unit price for each, in place, complete, which shall
constitute full compensati for the individual water service
as detailed on the improvement plans and in conformance with all
manufacturers installation. The Contractor shall supply all
materials for the water service and pressure reducer if required.
r
The unit price bid shall include all costs to make the connection t
to the water main, furnish and install the water meter, and i
pressure reducer if required, and connect :he meter. The unit
price bid also includes all costs to adjust the pressure reducing
valves for pr ;. r operation.
o. Furnish and Installation of Crushed lea" Minus Ba.,e Course
Tae unit bid price per ton for crushed 1y" minus base course
gravel shall constitute full payment for subgrade preparation,
furnishing and installation, water, compaction, hauling and all
other costs incidental to completion of the work as specified.
TS-14 REMOVAL OF OLD CONCRETE FOUNDATION FLOOR SLAB
In addition to required clearing and grubbing of the necessary
areas for water main construction, the Contractor shall remove the
old concrete foundation for the former Dominion Aircraft building
on Phase I , map panel 13 of 3.
The slab is approximately 97'x 751 , with an area of 7,300 sq. ft.
The Contractor shall remove the slab and plug all existing sanitary
sewer and water main services as required by the Airport Director.
The broken concrete and waste shalt, be disposed of as approved
by the Engineer, at the Contractor'^. expense.
The site restoration shall be the same as fcr unpaved areas.
See TS-09-C.
The lump sum price shall be full compensation for concrete removal,
utilities cut-offs , hauling, disposal , storing, dust or erosion
control, and restoration. The crushed 5/8" minus surface course
shall be a separate bid item.
The City Park Department does have available a dump site for
clear dirt and broken Portland cement concrete. The site is north
of the existing Lake Washington Beach Park. For information,
please contact the City Park Department Di; •.-ctor at 235-2560.
..i
TS-14
� 4
TECHNICAL PROVISIONS (CONT'D.)
TS-13 MEASUREMENT AND PAYMENT (CONT'D. )
h. Partial Furnishing and Reinstallation of Existing Water
ervices ont
The unit price bid shall include all costs to make the connection
to the water main, furnish and Install the water service, and
connect to the existing water meter. The unit price bid also
includes all costs to adjusr or relocate the existing water meter,
as required.
I . Furnishing and Installation of Select Trench 8ackfill
Select backfill shall be measured and paid for at the applicable
contr, ,:t price, per ton payment of which shall constitute full
compensation for furnisO ng and installing the material , in place,
complete.
j . Furnishing and Installation of MC Cold Mix Asphalt
Cold Mix Asphalt shall be measured and paid for at the applicable
contract price, per ton, payment of which shall constitute full
compensation for furnishing and installing the material in place,
complete.
k. Furnishin and Installation of Asphaltic Concrete Surface
estoratton
The unit bid price per ton for asphaltic concrete surface restoration
shall constitute full compensation for the following:
Roadway patching: Asphaltic concrete patching shall
be measured and paid for as per Section 54 of the
Standard Specifications , payment of which shall
constitute full compensation for the resurfacing
complete, including subgrade preparation, excluding the
crushed rock base material , preparation of and connection
to existing pavement , base course, tack coat , finishing,
and all necessary incidental work.
1 . Furnishing and Installing of Crushed 5/8" Minus Surface Course
The unit bid price per ton for crushed 5/8" minus surface gravel
shall constitute full payment for subgrade preparation, finishing,
installation water, compaction, soil sterilization, hauling and
all other custs incidental to completion of the work as specified.
M. Furnishing and Installing Fire Hydrant Assemblies
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 box, fire
hydrant , shackling, blocking, drains , fittings , and all other
necessary items for a complete installation. Fire hydrant spool
runs shall be paid under a separate pay item.
TS-13
F
'M1 1r
TECHNICAL PROVISIONS (CONT'D.)
TS-13 MEASUREMENT AND PAYMENT (CONT'D.)
b. Furnishing and Installation of Water Pipe
The price per lineal foot for installing of the water pipe, size,
class , and quantity listed in the bid schedule, shall constitute
full compensation for the water line in place , complete, including:
clearing, grubbing, stripping, all pavement removal, excavation,
trenching, backfilling, foundation preparation, compaction, pipe
laying, jointing, fitting installations , sheeting, shoring,
dewatering, but excluding saw cutting, temporary restoration,
cement concrete and asphaltic concrete resurfacing or patching.
C. Saw or Wheel Cutting
Saw or wheel cutting shall be incidental to the contract .
d. Furnishing and Installation of Gate Valve Assemblies
The unit price per each for furnishing and installing gate
assemblies , size, class , and quantity listed in the bid schedule,
shall constitute full compensation for the valve, valve box with
extensions , if necessary, concrete valve marker, and for all other
necessary accessories for a complete installation.
e. Furnishing and Installation of Fittings
Fitting installations shall be incidental to the contract .
f. Furnishing and Installation of 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, complete.
g. Furnish and Install 2" Blow Off Assemblies
The furnishing and installing of 2" Blow-off Assemblies for either
permanent installation or for temporary flushing shall be incidental
to the project.
h. Partial Furnishing and Reinstallation of Existing Water Services
The furnishing of the fittings and pipe necessary, and the
reinstallation of the existing water services shall be paid for
at the applicable unit price for each, in place, complete, which
shall constitute full compensation for the individual water service
as detailed on the improvement plans and in conformance with all
manufacturers installations. The Contractor shall supply all
materials for the water services.
..r
TS- 12
� Ml�lf !I�Ti �I� fIM�'►d Nlrllll"iCl'��tlli;li'#"ii�l ,i13LM'/.,%UV`.Y'>QMWlii'"�1'UMMPf.19M 11t AKI LI11
TECHNICAL PROVISIONS (CONT'D.)
TS-10 TESTING (CONT'D.)
b. Pressure Test
prior to acceptance of the system, the installation shall be
subjected to a hydrostatic pressure test of 300 psi , and any leaks
or imperfections developing under said pressure shall be remedied
by the Contractor before final acceptance of the system.
The Contractor shall provide all necessary equipment and shall
perform all work connected with the tests and conduct said tests
in the presence of a Utilities Division inspector. Insofar as
practical , tests shall be made with pipe joints , fittings and
valves exposed for inspection.
C. Leakage Tests
Leakage tests may be required after the pressure test has been
satisfactorily completed on the new pipeline or concurrently with
the pressure test. The hvdrostatic pressure for the leakage
test shall be equal to 100 psi .
TS- 11 DISINFECTION
Disinfection of the new water system shall be required prior to
completion of the project and shall be in accordance with A.W.W.A.
Specification C601-54 and Section 74 of the A.P.W .A. Standard
Specif ations and shall meet the acceptance of the State of
Washington Department of Health. The initial concentration of
chlorine in the line shall be 50 parts per million and this
solution s'lall be held for a period of 24 hours . Disinfection of
the entire water system installed or disturbed under this contract ,
including pipe, pipe fittings , valves and appurtenances , is required
to conform with the specifications stated herein.
TS-12 CLEANUP
During the time t:iat the work is in progress ,
ithe
n a Conneatractor
nd orderly
shall make every effort to maintain the
condition. All refuse, broken pipe, excess excavated material,
broken pavement , etc. , shall be removed as soon as practicable.
Should the work not be maintained in a satisfactory condition, the
Engineer may cause the work to stop until the "clean-up" portion
of the work has been done to the satisfaction of the owner and/or
Engineer.
TS-13 MEASUREMENT AND PAYMENT
a. General
Unit or lump sum bid prices for all items shall include all
cost for labor, equipment , material , testing, relocation and
modifications to existing utilities , and all Incidentals necessary
to make the installation complete and Operable.
TS- I1
powwow
widow
TECHNICAL PROVISIONS (CONT-D.)
TS-09 GENERAL RESTORATION OF SURFACES (CONT'D.)
a. Temporary Cold Mix Asphalt (Cont'd . )
The unit price bid per ton of cold mix shall be full compensation
for all labor, equipment , materials , and all incidental costs
necessary for furnishing and placing the cold mix.
b. Airport and Roadway Patches
A minimum of 6" of 114" minus crushed rock base will be used in
all trenches prior to placement of any pavement restoration.
All subsurfaces such as concrete under asphalt shall be replaced
in like manner and thickness.
All asphaltic patches shall be Class B asphalt.
The Contractor shall be responsible for removal , temporary
storage, and reinstallation of car wheel blocks on the Renton
Aviation parking lot site. The Contractor shall contact Renton
Aviation before work and give proper notification. Any work
involved with wheel block removal and restoration and log barrier
removal and restoration shall be incidental to the project .
C. Crushed 5/8" Minus Surface Course
A minimum of 2" of 5/8" minus crushed surfacing will be used to
restore all unpaved areas . The surfacing material shall meet
specifications of "'rop Course" material in Section 23 of the A.P.W.A.
Standard Specifications .
Installation and compaction of the Surface Course shall be
performed in accordance with Section 15 and Section 23 of the
Standard Specifications.
The gravel surfaced areas shall be sterilized with "Princepe"
soil sterilizer or approved equal . The application shall be in
accordance with manufacturer's requirements .
Compaction of the Surface Course shall be to 95% maximum de,isity
measured in accordance with Section 13-3. 10ES of the A.P.W.A.
Standard Specifications.
TS- 10 TESTING
a. General
Hydrostatic pressure ind leakage tests on the new pipeline shall
be made in accordance with applicable provisions of A.W.W.A.
C600-54T or C603-64T and Section 74 of the A.P.W.A. Standard
y Specifications , except as modified herein. All equipment necessary
to make the tests shall be furnished by the Contractor and the
Contractor shall conduct all tests under the supervision of the
Engineer.
TS- 10
TECHNICAL PROVISIONS (CONT-D.)
TS-08 PIPE INSTALLATION (CONT'D.)
g. Concrete Blocking (Cont 'd.)
Provide approved duck lugs at all installations- -do not shackle
through bolt holes. Each installation consists of two rods on
opposite sides of the pipe. Shackle rod material shall be 3/4"
diameter carb on steel bar material. Furnish approved couplings
where required. Bars shall be shop cleaned of all loose mill scale ,
dirt , rust , oil or other foreign material by flame cleaning or
■ power brushing and shop primed with Koppers Bitumastic Mill Undercoat.
Store rods under cover and protect shop coating from abrasion.
After installation paint rods and accessories with Koppers Bitumastic
No. 505 to minimum 15 mil , film thickness. The number of bolts and
tie rods required per joint , size of rods and bolts shall be determined
by the Contractor and reviewed by Engineering.
h. 2" Blow-Off Assemblies
Water main blow-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 A.P.W.A. Specifications.
Temporary blow-off assemblies will be installed where directed by
the Engineer.
i. Water Services
The existing water services shall remain in service during
construction of the new water main and until final acceptance of
the required tests on the new main.
Upon final acceptance of the new main, the existing services will
be reinstalled or tapped into the new main, the meter boxes relocated
where necessary, or as directed by the Engineer. They shall be
installed as per the City of Renton water service specifications
as bound in this document.
T`;-09 GENERAL RESTORATION OF SURFACES
The basic requirements for surface restoration are as follows :
roads , streets , drivt,rays , shoulders and all other surfaced areas ,
removed, broken, caved, settled or otherwise damaged due to
installation of the improvements covered by this contract shall be
repaired and resurfaced to match the existing pavement or landscaped
area as set forth in Section 54 of the A.P.W.A. Specifications ,
except as modified herein.
a. Temporary Cold Mix Asphalt
The Contractor shall place Cold Mix as directed by the Engineer.
ES-9
1
TECHNICAL PROVISIONS (CONT'D. )
TS-08 PIPE INSTALLATION (CONT-D.)
d . 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, tic rods and joint
harnesses. Concrete thrust blocks must be poured against
undisturbed ground. Thrust biocks shall be provided at all changes
in direction of piping. In addition, all joints at bends or change
in direction, to a point at least three joints beyond the tangent r
point on either side of the bend, shall be provided with a positive
locking device to prevent separation of the joint under full test
pressure. The locking may be accomplished by use of tie rods and
joint harness , subject to the prior approval of the Engineer. After
the pipe has been joined, 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.
e. Valves and Valve Chambers
Valve installation shall be in accordance with Section 75 of the
A.P.W.A. Standard Specifications except as modified herein.
All gate valves excluding those in pressure reducing vault shall
include an 8" x 24" cast iron gate valve box and extensions.
f. Connection to Existing Pipe and Structures
Connections to existing piping and tie-ins are indicated on the
drawings . The Contractor must verify all existing piping, dimensions
and elevations to assure proper fit.
The Contractor shall be responsible for the protection of all
existing piping and appurtenances during construction, and shall
take care not to damage them or their protective coatings or
impair the operation of the existing system in any way.
The Contractor shall make all connections and tie-ins under the
direction of the City of Renton Utilities Division. The Contractor
must also provide any specials required to make a satisfactory
connection.
g. Concrete Blocking
General concrete thrust blocking shall be in accordance with
Provision N2. 14 of Section 74, A.P.W.A. Standard Specifications.
The City of Renton Standard Detail for ,general blocking is bound
in these specifications.
All free ends , bends , tees , laterals and any change in direction
"r of piping shall be adequately ' raced, blocked or restrained to
prevent movement from thrust 'jy use of concrete thrust blocks
where applicable and/or shackling (tic rods and joint harnesses) .
Ts- 8
TECHNICAL PROVISIONS (CONT'D. )
TS-07 PAVEMENT REMOVAL, TRENCH EXCAVATION, BEDDING f BACKFILL (CONT'D.)
f. Select Trench Backfill (cont 'd.)
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 for selecting the source,
furnishing and placing the material as outlined in Section 26-2.01 of
the Standard Specifications.
TS-08 PIPE INSTALLATION
a. General
Pipe installation shall be in accordance with Section 74 of the
A.P.W.A. Standard Specifi ations , except as modified herein.
All buried pipe shall be laid upon prepared foundation or bedding
material so that the bottom quadrant is uniformly supported through-
out its entire length, as specified in Section TRENCH EXCAVATION,
BEDDING AND BACKFILL.
The depth of cover for the 6" , 8" and smaller water mains shall be
3' unless otherwise specified. The trench width shall be no greater
than 36" unless soil condition requires wider widths.
At the end of each working day, it shall be required that the end
of the water main be plugged, the trench backfilled, compacted,
and prepared for traffic with temporary cold mix asphalt.
b. Laying and Jointing
Ductile or cast iron pipe and accessories shall be handled in
such a manner as to assure delivery to the trench in sound undamaged
condition. Particular care shall be taken not to injure the pipe
lining and coating.
Cutting of 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.
c. Bends and Curves
Deflection from straight line and grade, ds required by vertical
curves, horizontal curves and offset shall not exceed the maximum
deflection per Joint as recommended by the pipe manufacturer. If
the alignment requires deflection it, 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.
TS-7
1
TECHNICAL PROVISIONS (CONT'D.)
TS-07 PAVEMENT REMOVAL, TRENCH EXCAVATION, BEDDING AND IACKFILL (CONT-D.)
e. Trench Backfill and Compaction
(1) General : Excavated materials that are free from mud, muck,
organic matter, roken bituminous surfacing, stones larger than 8
inches in dimension, and other debris , shall be used for backfill
except where otherwise required.
(2) Initial 8ackfill. extending to a plane 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 e?ght inches in depth and each layer
shall be thoroughly compacted by mechanical tampers to at least 95%
of maximum dry density at optimum moisture content as determined by
Standard Proctor Compaction Test, ASTM Designation 1)698-58T,
Method D. All works related to the testing of the compaction,
including proctor tests and compaction density tests shall be by
the Contractor at his expense. Four (4) compaction tests shall be
taken on the water trench areas. The locations of the tests shall
be selected by the Engineer. If one or more tests do not meet the
specifications as stated above, additional tests will be taken as
requested by the Engineer at the Contractor's expense. All
compaction tests shall be at the Contractor's expense.
(3) Subsequent backfill: All subsequent backfill understreet
and shoul e�tI bee placed in lifts not exceeding 8 inches
in loose depth, and each lift compacted to at least 95 percent of
maximum dry density at optimum moisture content as determined by
ASTEM Designation D698-S8T, Method D. In-place density determination
shall be made in accordance with ASTM Designation D1556-58T, except
as otherwise approved by the Engineer. Testing for compactions in
the improved areas shall be in accordance with the testing as stated
in the section on initial backfill.
(4) Payment: No separate or extra payment of any kind will he
made for compaction, wetting, drying, water, or processing of
materials , but shall be included in the applicable unit price paid
for the waterline in place, complete.
f. Select Trench 8ackfill
Select trench backfill for the pipe shall consist of crushed or
naturally occurring granular material from sources sele-ted by the
Contractor. Thr source and quality of the material shall be subject
to approval by the Engineer. Select trench backfill shall meet
req- irements for bank run gravel Class "b" as outlined in
Section 26-2.01 of the Standard Specifications.
The horizontal limits for measuring select trench backfill in
place shall be the site of the excavation except no payment will
be made for material replaced outside of vertical planes , 1 .0 feet
outside of and parallel to the barrel of the pipe and not the bell
or collar.
IS-6
k
TECHNICAL PROVISIONS (CONT'D.)
TS-05 CLEARING AND GRUBBING (CONT'D.)
straight lines or to nearest construction joint, and shall be made
with clean vertical faces .
Removal of bituminous and concrete pavements and utilities shall
be conducted in accordance with Section 51 , A.P.W.A. Standard
Specifications , except as otherwise provided herein.
Clearing and grubbing shall consist of removing logs and brush
and cutting all standing trees at ground. All stumps shall be
removed.
Clearing and grubbing shall be accomplished in accordance with the
applicable provisions of Section 12 of the A.P. W.A. Standard
Specifications . The limits of clearing and grubbing shall not go
beyond the limits of the right-of-way or casements.
TS-06 SAW CUTTING
The Contractor shall sawcut ail existing asphalt concrete pavement
and cement concrete pavement in Phase II or as directed by the
Engineer.
The depth of the sawcut shall be a minimum of lk inches for asphalt
and 3 inches for concrete.
Wheel cutting shall be made to the satisfaction of the Engineer.
The method of saw or wheel cutting shall be app_oved by the
Engineer.
TS-07 PAVEMENT REMOVAL TRENCH EXCAVATION BEDDING AND BACKFILL
a. General
Pavement removal , trench excavation, backfill , foundation
preparation 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.
b. Pavement Removal
A.
The Contractor shall inform and satisfy himself as to the character,
quantity and distribution of all pavement removal. Removal of
existing pavement shall cover all types and thicknesses of pavement.
The contract price per lineal foot for "installation of water main"
shall include full compensation for cutting or line drilling,
breaking and removing all types and thickness of pavement encountered
in this project .
Neither separate nor extra payment of any kind will be made for
storing, handling, hauling or manipulation of removed pavement.
TS-4
TECHNICAL PROVISIONS (CONT'D.)
TS-03 PIPING MATERIALS. VALVES, A! D FITTINGS, ETC. (Cont 'd.)
d. Gate Valves (Cont'd.)
14 or Mueller A-2380, or Kennedy, or Pacific States , or U.S.
Metropolitan. All valves shall have concrete valve markers . The
markers shall be Lundberg concrete pipe Company right-of -way markers
State Highway Design or equal.
e. Eire_Lfydrants •
Fire Hydrants shall he Corey Type (opening with the pressure)
conforming to AWWA C- 504-64 with a 6" inlet and a minimum M.V.O. of
5", two 2y" hose nozzles with National Standard 7! threads per inch
and one 4" pumper nozzle with the new Seattle Pattern 6 threads per
inch, 600 V. threads , O.D. thread-4. 875 and root diameter-4.6263,
14" pentagon operating nut and opening by turning counter clockwise
(left) . Hydrants shall be constructed with mechanical joint
connections unless otherwise specified in bid proposal description.
Fire hydrants shall be of Tre.ffic Type and provision shall be made for
drainage of barrel to protect units from freezing. Fire hydrants
shall be such length as to be suitable for installation with
connections to piping in trenches 3' deep unless otherwise specified.
Fire hydrants shall be IOWA, Pacific States or approved equal.
Approval must be obtained prior to bid opening.
f. Galvanized Iron Pipe
Galvanized iron pipe shall meet or exceed Section 72-2.05 Steel Pipe
as specified in the A.P.W.A. Standard Specifications , and
Section 72-2.06 of the Standard Specifications.
TS-04 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 thereof,
the Contractor shall be responsible for, and shall take all necessary
precautions , to protect and provide temporary services for same.
The Contractor shall at his own expense repair all Jamages to such
facilities or structures due to his construction operations , to the
satisfaction of the Engineer. The City does not warrant or is not
responsible for locations of utilities , either field located or
located on the maps.
City of Renton Utilities Division will repair or replace all damaged
water services and meters at the Contractor's expense.
TS-05 CLEARING AND GRUBBING
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 trench, and which will allow passage of vehicular and
pedt•strian traffic. All pavement cuts shall be made smooth,
'IS-3
TECHNICAL PROVISIONS (CONT'D.)
'IS-US PIPING MATERIALS, VALVhS. AND FITTINGS F.TC (CONT'D
a. General (Cont 'd.)
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 water working
pressure as described in the following specifications and plans and
shall conform to the requirements of the applicable sections of the
A.P.W.A. Standard .Specifications , as modified herein.
b. Ductile Iron Pipe
Ductile Iron Pipe shall conform to ANSI Specification A21.51-1965
(A.W.W'.A. C151-76) Grade 60-42-10.
Ductile Iron Pipe shall be cement lined and sealed in accordance
with ANSI Specification .A21.4-19 (AWWA C104-71) , 4" through 12" pipe
shall be 1/16" cement lined and 14" through 24" pipe shall be 3/32"
cement lined.
The pipe joints shall confora. to ASA Specification A21. 11-1964
(AWWA C111-64) . Pipe joints shall be rubber gasketed Push-On and/or
Mechanical as required by the bid proposal description.
Pipe thickness class shall be as required by the bid proposal
description.
c. Pipe Fittings
Cast Iron pipe fittings 4" through 12" shall be Class 250 , as per
ANSI Specification A21. 10-1971 (AWWA C110-71) .
Cast iron pipe fittings 14" through 24" shall be Class 150 and
Class 250, as per ANSI Specification A21. 10-1971 (AWWA C110-71) .
The class of fittings are described on the plan drawings.
Ductile iron fittings may be used in lieu of cast iron Class 250
fittings.
Mechanical Joint fittings shall be as per ANSI Specification
A?1. 11-1964 (AWWA C111-64) .
Flange joints shall be as per ANSI Spe_ification A21. 10-1971
(AWWA C110-71) and shall be in accordance with ANSI 816. 1 , with
125 Pound drilling pattern. "
d. Gate Valves
Gate valves shall be cast iron body, non-rising stem, full bronze
mounted with double disc gates. All valves shall be designed for a
minimum water operating pressure of two hundred (200) pounds per
square inch and shall conform to AWWA Specification C-500-61 and
.d 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 (left) . The valves shall he IOWA List
IS- 2
son WNW Im"Opomm
TECHNICAL PROVISIONS
TS-01 GENERAL STATEMENT
This section, Technical Provisions , is devoted to features of on-the-
site conditions which are peculiar to the facilities to be
constructed for W-45S Renton Municipal Airport Water System
Improvements. t
Articles , materials , operations , or methods mentioned herein or
indicated on the drawings as being required for the project shall
be provided by the contractor, and he shall provide each item
-nentioned or indicated and perform according to the conditions
stated in each operation prescribed, and provide therefor all
necessary labor, equipment and incidentals necessary to make a
complete and operable installation.
No attempt has been made in these specifications or plans to si
segregate work covered by any trade or subcontract under one
specification. Such segregation and establishment of ,ubcontract �r .pr:k`
limit, :Tilt be solely a matter of specific agreement between each �e *.
contractor and ni, subcontractors , and shall not be based upon any "
inclusion, segregation or arrangement in, or of, these specifications . G °
The contractor and subcontractor in each case is warned that work
included in any subcontract may be divid—i between several general
specifications, and that each general specification or sub-head of � , ,
the technical. specifications may includi work covered by two or more
subcontracts or work in excess of any one subcontract. ` i 'uuaAJ,.�
TS-02 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 requirements of the City of Renton, except as otherwise
amended, modified, or specified in these Special Technical Provisions.
Items of work not specifically covered in these Special Technical
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 requirements.
TS-0. PIPING MATERIALS, VALVES, AND FITTINGS, ETC.
a. General
All pipe sizes as shown on the drawings , and as specified herein , are
in reference tu "nominal" diameter, unless otherwise indicated.
One type of pipe as indicated below will be considered for this
project. All pipe shall be fabricated to fit the plan shown on the
drawings. One type of pipe shall be used throughout the entire
project except as necessary to match existing piping or as otherwise
specified by the Engineer. Where relocation of or r,placement of
TS-1
44 !
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Gen tl a men;
The undersigned hereby certif that has examined the site of
the pro,used work and ha--read and thoroughly understand___ the plans,
specifications and contract governing ti.e work embraced in this improvement, and
the method by which payment will be made for said work, and hereby propose to
undertake and complete the work embraced in this improvemeit, or as much thereof as
can be completed with the money vailable, in accordance with the said plans,
specifications and contract and the following schedule of rates and prices:
(Note: Unit prices for all items, all extensions,
and total amount of bid should be shown. Show
unit prices both in writing and in figures.)
Signature
Address
Names of Members of Partnership:
OR
Name of President of C.,moration
Name of Secretarj of ( o.,, ation
Corporation Organized under the laws of
With Main Office in State of Washington at
♦ 1
a ..
BOND TO CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned
as principal, and corporation organised
and existing under the laws of the State of—tat
as a surety corpor-
ation, and qualified under the laws of the State of Washington to bacons sure-
ty upon bonds of contractors with municipal corporations, as surety are Jointly
and severally held and firmly bound to the City of Renton In the panel sum of
$ for the payment of which sum on demand we bind ourselves and our
successors, heirs, administrators or personal repre+entatives, as the case say
be.
This obligation is entereu into in pursuance of the statutes of the State
of Washington, the Ordinance of the City of Renton.
Dated at , Washington, this _day of , 19^
Nevertheless, the conditions. of the above obligation are such that:
WHEREAS, urier and pursuant to Ordinance (or lesolution) No. or by
Council action of the City of Renton, passed , 19 , the Mayor anc
City Clerk of s-ld City of Renton have let or are about to let to the said _
the above bounden Principal, a certain contract, the said contract
being numbered and providing for
(which contract is referred to herein and is made a part hereof as though at-
cauhed hreto), and
WHEREAS, the said principal has accepted, or is about to accept, the said
contract, and undertake to perform the work therein provided for in the manner
and within the time set forth;
."rid. THEREFORE, if the said shall faithfully
perform all of the provisions of said contract in the manner and within the time
therein set forth, or within such extensions of time as may be granted under
said contract, and shall pay all laborers, mechanics, sub-contractor- and materi-
al, men, and all persons who shall sup,ly said principal or s,ib-contractors with
provisions and supplies for the carrying on of said work, and shall hold said
City of Renton harmless from any loss or damage occasioned to any person or p,
party by reason of any carelessness o: negligence on the part of said principaa
or any sub-contractor in the performance of said work, and shall idemnify and
hold the City of Renton harmless from any damage or expense by season of failure
of performance as specified in said contract or from defects appearing or devel-
oping in the material or workmanship provided or performed under said contract
within a period of one year after its acceptance thereof by the City of Renton,
then and in that event this obligation shall be void; but otherwise it shall be
and remain in full force and effect.
APPROVED AS TO LEGALITY: -
..i
APPROVED: _ — --
e
71 ht
fh L{ : w
e cl
i z
F 16TN
ST y .y
N ]zTN
8 =
<
Y 1"
1 c T
i
o i. i
¢ NL OTF ST
�S 0 W
i •n Sr•;nLall B[.
!m, .OUV ErIInf�N L
CITY PARK DEPT. DUMP SITE \ N
CONTACT PARK DEPT. DIRECTORS I wI
ME � IiIM
FOR INFORMATION PH. 235- 25 W W W
OV <
F[ l[TN ST •
1 <.1
U ME
OR h
.`�.., !
�= Sezr rir ne
PVn 1LM' �
rFe■ y0p
sT � t
167
PL • 1 (/ P n• 0
AIRCRAFT =
Pt
Sr z + t SA,
i y� I ■ v
< g, • M �iM ` ti Me i 41
t 1
O M[
S MST ST s
c
v v
= Nw TrN si
k¢t
m W G = I.NTrJN
<= J N. 1'n, '^ 1 - Sir
oz i i Il rot)wT CT
e1M SI /
L1 Nn \ [ _
PL _ ' VICINTY MAP
9N
t S'
PARK DEPT. DUMP SITE
S N
_ ♦ S1 w
NW
W
NW
3PU PL F
i MZ
t
i
R
cn FROM NhTCR MA y C _ :::3 To own mgm
?-p~4 1
tp
/I ERIRBL[�
2 GAL/ WON ..E__ - v
IS 2 4L0BE V.Lj E_— rEMGLE V; • •EYSLE IGT bTOt•N�Y-3O0 I
0 2-.1/4 G♦IV 11)!- . .—. 1
E 2'WLV CLO E RIIOL[ _
F 2' PRESSURE RED V♦LVf Uh10R COUPLING_ BMMIZE MILKINS —900
w' G♦LV. TEE , SET VERT'CRk -
_ � CITY O MTOM
[ GRLV IRr, , PIPE agER: iWc � .RnCs ronp ..u.uu
'. lia' ww Bus wiRG 1 5TAHDARO IdCAT1oN5
_
9 --"-- I R T •EYSLE I V T 1 2' PRESSURE REDUCERS
1( I i PE TCOCR MIL[ _ -.—�.—
L CAST IRON tlEtER BOM LYRG[
N
I
1
s �_C /RMA WATER MMN ,ti E2Ra M2T2ll_ � —'
L
� 90R COINII/IRE 'Tf1E N' �MI•ali
R MORE MET2R 51w (CPPPPR N•M "MR <LIIIIINi NIR) JON2S J-,520 i
C )V TWCK METER 6N (APAAFs Oo V L2ATNRII I
° i.V• IY�•1' ORONzc WsnnU.
E EN20NZ[ GAE! NIPPLES �
/ f'RESMME RE9INJNR WKVE, WRN UNION COOKNi WNl(IM •400_ I
6 RROrEE IMION I
N M XE TEE I
umle ('ajp I COPPER /fit • IRaI //E TM2P0 .!ONES J'H.!1 1 CITY O I R E N O N
in•\nii• r• Hq•.r.n•
V•Y,� i-It.; aftwo E^%" __ 7 ANDAR WECIFICA7i0N5
K Y4� PETCOCK M•1E IVf_ I°MLE IYE) I
I' PRESSURE REDUCERS
L cw NION ME1C1 b (swu) owNE raxonE•aul I �'i♦
— rrw
(
�► y
i
I
i
w I
Reduced Priat
w+x.Yct CIALw /UeLLtA DO NO` SCAle
O CMIonAlwn SSW wY4Lt1 r1 4WIS
J !0•WLv ApY MYM lL' 1 l 2 40 PoI MAwi)
A c,ow f,IIY tllCw ft~ !
[, YN.4ALv MIDw "I hPE _WNgLt � ...V.♦
v w •.N..�..
D, NMG ( MttL VC
i is A[I — ��, w•
t [o o wAne MI M �-b T— 9•ANO,•D p�U•1 A ON
/, usi iADw wt*u w °L"✓K "'_ ' -.---- - I .2 WATER SERVICES
I _
( •nArra(wno n•a rr) JoAds J In --
6JAr raw w�M toW,r4 �—• - _ .__ � _�—
IrSil
1
_ _ _
i
1
1 �
Iti
I
Reduced Print
- - _ --- Do Not ScaJte
-- --�-t
C �QU V.Srq S'.E1rq —� .5✓a bP j� - _
.._..__
( : *ca(*( s.[.(a em a -r �«� w -,..r-_ � - ^` f•1•ICA~ION
I M1:�. .....�� v„e.:.. . r5,n _ _ .• Tip.. ..r[a,. .�-- ,
�f' CMf1iMT.JN ,TOI - � MY4LY�1'�9Ya0 I iYq W l{CT TRI -'.e� lYlAAJIf.
+l
x�
i
7
G
(
0
SHALL INCLUDE �2' MIIN- FINISHED GRADt
HYDRANT EXTEN
WHEN NEEDED
r
' OLYMPIC FNDRY.
- OR EQUAL Cl
WLVE BOX
6' CA SPOOL -6" GATE VALVE (FL• MJ)
CONIC3/4"SHACKLE RODS
BLOCKING
BLOCKING
• II/2"WASHED GRAVEL `- X• F' TEE J•FL)
16' 4" CONC BLOCKING
HYDRANT
HYDRANT GUARD POSTS SHALL i5
BE STATE OF WASHINGTON DEPT. qp
OF HIGHWAYS DESIGN OF CIRCULAR 2' 3' I 2'
PRECAST CONCRETE GUARD RAIL
POSTS.
TWO(2) GUARD POS I'S (MIN) SHAD ;/ �)
BE SUPPLIED AND/OR INSTALLED GUARD POST (TYP) v
ADDITIONAL POSTS MAY BE REO'0
BY ENGINEER FOR OPTIMUM PRO-
TECTION FROM VEHICLES
Ai_L FIRE HYDRANTS AND GUARD
POSTS SHALL BE PAINTED AS
DIRECTED BY ENGINEER
STANDARD DETAIL_
FOR
HYDRANT ASSEMBLY a
HYD. GUARD POSTS
+• 1
STANDARD DETAILS
s
Table of Contents
Standard Detail for Fire Hydrant Assembly SD-1
Standard Detail for 3/4" and 1" Water Services SD-2
Standard Detail for 111" and 2" Water Services SD-3
Standard Detail for 3/4" and 1" Pressure Reducers SD-4
Standard Detail for 2" Pressure Reducers SD-S
Vicinity Map City Park Department Dump Site SD-6
�.i
TS-16 TECHNICAL PROVISIONS (CONT.)
8. STR4ILvBRS (Cont.)
steel. Strainers shall fit snugly and shall be easily removed. The -
effective straining area shall be as large as practicable and as a
minimum double that of the meter main case inlet.
9. SEAL WIRE HOLES
The register box screws, on all meters shall be drilled with not less
than a 3/32 inch diameter hole for sealing.
1). REPAIR PARTS
The Contractor shall submit a complete list of parts with quotations
effective for one year after award of the contract.
11. MANUFACTURER'S SPECIFICATIONS
Bidder shall submit bulletins, catalogs or other literature pertinent
to the particular meter he proposes to fur .sh and shall also furnish
an accuracy, registration and loss of pressure chart or curve, the
pressure loss shall not exceed that shown fcr the following delivery.
METER SIZE DELIVERY MAX. PRESSURE LOSS
(Inches) Gals. Per Minute Lbs. Per Sq. In.
A.W.W.A.
5/8 x 3/4 20 11
1 Inch 50 is
1 1/2 inch 100 20
2 Inch 160 20
� 1
Ts-16 TECHNICAL PROVISIONS (CONT.)
S. METER CASING
All meters shall have an outer case with a separate measuring chamber
in which disc or piston operates. The outer case shall be made of a
corrosion-resistant bronze composition. Castings shall not be repaired,
plugged, brazed or "burned in". All meters shall be equipped with cast
iron breakable frost bottoms fitted with replaceable plastic or approved
'fining and be secured to the main casing by means of bronze bolts, brass
nuts and washers.
All meters (1" and under) shall be equipped with cast iron breakable
frost bottoms fitted with replaceable plastic or approved lining and be
sec�ired to the main casing by means of bronze bolts, brass nuts and
washers.
Also, meters (1 1/2" and 2") shall be of all bronze construction and of
split case type.
6. MEASURING CHAMBER
The measuring chamber for all meters shall be made of bronze composition
and shall not be cast as part of the outer casings. They shall be
machined carefully and secured in position in the outer casings so that
any slight distortion of the casings which might occur will not affect
the sensitivity of the meters. Snap-joint construction is desired, but
is not mandatory.
7. DISC s PISTONS
Discs shall he made of hard vulcanized rubber, smoothly machine, of the
highest grade -nd of material having as nearly the same gravity of water .
as possible. They shall be fitted accurately in the measuring enamber,
stall operate smoothly and freely. Disc piston shall consist of a Disc
Plate and 2 Ball Halves and shall be equipped with a Thrust Roller and
the measuring chamber slotted accordingly.
Pistons shall he made of hard vulcanized rubber, smoothly machined, of
the highest grade and of matexial having as nearly the same specific
gravity of water as possible. They shall be fitted accurately in the -
measuring chamber, shall operate smoothly and freely. Pistons shall be
one piece and may or may not have a pilot. The division plate may be of
stainless steel, brass, o* rubber coated.
Where a three pieoe mea. curing chamber is to be furnished, a one piece "~
conical shaped disc wif metal reinforced interior will be accepted. v'
v,.
S. STRAINER;:
All meters snall be provided with strainers. Strainer screens shall be
made of heavy rigid perforated sheet copper, copper-alloy, or stainless
7'S- 17
1 '
TS-16 CITY OF RENTON TECHNICAL nPECIFICATIONs
FOR
5/8-INCH BY 3/4-INCH, 1-INCH, 1 1/2-INCH, & 2-IMCH
COLD WATER DISPLACEMENT TYPE (DISC OR PISTON) METERS
1. GENERAL
Water meters shall be the latest design of t`� manufacturer and conform
to the standards of performance as outlined in A.W.W.A. Standards, )
C700-61T. Only meters manufactured by a well-established and responsi-
ble firm will be considered. Consideration will only be given to those
meters manufactured wholly within the United -tates. Quotations will
only be received from those companies with a minimum of five years
experience in the manufacturing of water meters, and each bidder must
have a minimum of 100,000 meters of his iatezt design in satsifactory
service throughout the U.S. Meters shall be posi :ive in action and shall
register a fixed quantity of water displacement for each notation.
All meters shall have an outer case with a separate measuring chamber in
which th, disc operates. The outer case shall be of bronze composition.
Castings shall not be ropaired, plugged, brazed or burned in.
2. TEST REQUIREMENTS.
All meters shall be guaranteed to operate under a working water pressure
of one hundred and fifty (150) psi without leakage, loss of accuracy or
damage to any part.
All meters supplied under these specifications shall record flaws within
the accuracies named in the Standard Specifications of the Maerican Water
works Association for cold water meters, displacement typo.
3. REGISTER BOx
Register boxes and lids shall be made of bronze composition, with the name
of the manufacturer cast on th^ lid in raised letters. The serial number
of the meter shall be plainly stamped on the lid. The lid shall be
recessed and shall lap over the box so -hat dirt will be prevented from
accumulaticg on the glass. The lens shall be heavy plate or tempered
glass, inserted from the inside.
4. REGISTER
All meters shall to magnetically driven, shall be equipped with "Straight
Reading" registers, shall register in cubic feet and the register shall
be sealed against internal and external. water. V e minimum and maximum
indication of the register shall conform to A.W.W.A. Specification C-700.
TS- 16
� 1
TECHNICAL PROVISIONS (CONT'D.)
TS-lS 0. S. $ Y. GATE VALVE AND VAULT
This gate valve shall be installed in the Boeing Company 8" C.I .
fire main. Its installation shall be coordinated with the Boeing
Company, Attn: Mr. Cliff Garrison, Plant Engineering, Phone 237-8820.
This valve shall conform to gate valve specification T.S. -03,
subsection (d) Gate Valves , except that it shall be an outside
screw and yoke with wheel handle (O.S. F, Y) . The valve shall be
IOWA List 14 , or Mueller A-2483-6, or Pacific States, or U.S.
Metropolitan, or Kennedy.
This valve shall be installed in a precast concrete vault. This
vault shall be or be equal to Concrete Conduit Company vault
#577 LA with a 332P eccentric diamond plate lid.
y
TS-15iq
i"
I—
e
1
RAINIER t A V E.
-
•' \`.
� �—p �._—�--ice � _-.�_�__�-..�_.__--_ 7c_ / /��\-_� � �-`___.... �. � I
h_ '� -� � !•rv..rh.A�Mrww v `--�� ��`•� �_ �'��=�� �ti�.� _�.� _�'-���`__ram I
e � N erer.rt..rs•Gv/f.�er o lf���-��� ��_`�. ��, '.
-K T1
^ ��� r.rf '�"+a.►�Y.,,r�� •
1�M�6
•Z
mac.r..w,be♦�.4wAr• a._rI• ,
ewhmEd r «..aruwh�a ra-r• a.b•cz•IS ri i +`" - e
P.VInfO A. I • Pcrr•zrcP rznr. \ cw n wr ••,y.ar 'f �' 9��A.C. A M-
{r d C1rd fa. i ��'� �,`ei�.,♦ •w+brbh ul..nv f!h ri nN) Gre !('K'.lfALf C.w Ol1 le4s � 1 tl� ``�.:y" • .d+i ar C�nw.v
/mr Gt !♦.P♦hi AH./K. I CM N'dAr •
to = ei'i 'ra"'r>tlw�Qn J` rsM c w I
' S
I
30
p •i flwwJ df.*0 O:/af —&, PCP{ liti l0
ti --=— ---- ———— I G
I
AV ovfo -
- �' � /s38_� �GP-! 3-0002i /CbsslY? _ j— '_--� _ - .- - - - ';�_�• � '
' ,. , , T••n� 'r WE
Arri IALSim
— �•_..,? .• — � RENTON MUNICIPAL AIRr-ORT
NORTH ENTRANCE R. .. bA u•r•uvuw Sur•n�ew n.••in• I OAD
—i.••. — ,•• PERIMETER ROAD 6 FENCING as
.-- `Na•� �Isr�. s�wi rrwvr� MENTOR MSMfTM �•`3'
M•i
1
i
—J—,,
V �-`�./^\ ^.��—...� `�-��r�-.-�.�—�.��—i��'�_ ��� �.yr�`��� �bnlniYZ [Y�AA N S.Ol<AeI y � •
c�ii� a o...r '�w . �� ����--�an ��w_ —+�—,—"� �c•_r�w.�aox —__ /C1 ,,.
h
Jtw..
- -- fw.M1 n<rs.te ; 1s•ss s'yv r. 6r pa.p'.fI �EIIK' APFLIY 8• A✓rNGJ-"
P is CAO �i P'A.EA•Nr O H'Ii4.i Y f►w GY�Iwr 1. y/.v M /rz Lb/D 9•• YNJ•....2J. /'c'M..ern.Rnn en pM 1«wI '`A
KwW tep
�-�_ �:1 rE 9[.ltt-.: bI•M1r Awp�.iFAAo.sn/
, ! ' .% L rw .,u.r. I<Mww<R•I•tJ•rrAwr(
I! _ •-J
-....- - M T r. M� C P•M1♦ sA..4wr(6 A4 h
map
¢ ADDCS V�
1 „'N V — -- __-- FA—WtA,K Aw XYAo e�aaw Mari'_ - - --- -- , 1
211)
10
-- rfJC'_ 60- POP t 3•a0023 (cUSSlI)
SIZE
AI YAA .
d+'Ly RENTON MUNICIPAL AIRPORT �q1
«u.au«. ......,.,. .,.wa.. NOPTH ENTRANCE ROAD �
........, ��•• • ....w .» waw.tunw.. PERIMETER ROAD a FENC14G
Eger e«o-a.•wwwwy w•w 1EMi0M W.MTpl1 r
.a nn
is
F;
1 / I
'� �"--_� \ i� S'{LJ,/�/..'� .♦�. !'�\ ew+n..e�.-asry L.RA 7"_,...- -+-rl- ii
� I \' J/ � //���; -• ��+ ..-� fw.n..+. 6br�(�•/ • _ � _ .�
it
tl
-%?�'v'- �' �- � a _ -�,r�"44 a d.'[# .-� �� . . � . + •, ,
FjF
V� r it /°�"" l $ i� ay.0 N w. s..s
�l a �" rsi<tr..s
`'� �`,✓�/e,r1 _ R.�..fWAi•ewo ;s y
,./'.! ✓ te^�'y"�:::t.�".-rn'... "+w' iiije 3�1 n4 l M.� ar.-t
.v/ay :y ca..l.mm•.ee.. arr
A OR twber•4r/AI IM+r tL'b�/rry N LM s'dw�(wf/'weer { `. p' JM 1i+rn/Ao/w16r.�ee✓3 QY} (Ywr 6.r[Ir3�.�/M+r n l • .�
At 1Rn cy+/t«w,r. .ris rM ce...,.�.i+s ta.R. i /f// 'C[�r �r�. /+I rw!•I c[X•.r L.w rl,..-./w-rur/s sA.
A�. R...,/v s�+ +tom.l,�r'�,� ♦ aM•w./..�.+.,'i� ..
(rurtrw G'hio(eM O.•n..dowry fe rN thwwa.a� � e��/ I � coral wvW e.4aq raw/4.++.Y'M'.'i► 1 L
p'Mr/!•f►✓"Wl6rli A`gd..[w-..-O..fa.n•.cw l-aM ? r erL./Irxrr/sv le.✓ ".
Jw 7rR.•L..n.w.re..Ow/o.' ds.ra OR.Mr I / A.wlr� I
t�:ra•drw..v re v.brt.. lw.ewre fnY/wnn.rie+JM b 7 AM7[: '1 Or.r .tae e j�y w__ 3 �' -
w+>-te.L�.RnrwR D�.e.frr w+n.r/bM 4lw.rorr I� / MAIA/ld A�.Aw at
lY+n4/.+M.�fevro' � '/ ARfM.M'e.n Mo L.yrKl// 1
�_--___ �� a 6__I
l..rL.y nN e.✓Jw-.-.rw A rM q..vw<core 7- r.�/! .ln.I _ - 1 12 p f t- --F..T -3 NZI t
�•H- 11..Aw+h-J..nL 0. RinbrN " I
(-�.4• ro.eRt.t•i....�C.�wah+•.a awr t.M6Rrr� .BL� �
rw�..a.+.�RR.-d I I I
` '; Coke
�'+A+f.iYtV/JG-.w.vod fL,tr.ta.-.cv-Lro-ea-a-or-urnr•..l4.� �� _ � _ �� � �'
o+Rw /w 6/ww�(l^1b+1 rAG.ew-.Ir
sw.Lws LFm'wlnrrAf A JJ•r GswpRi.,toti 1�R/
rd//M AM AMi-!?•�M+A mw MewLr(/6irw/J IHAfA wbb--
O.ln/c'M.b'++ AQMM:SliwavJ (�♦ _ _ wl_ _..._ ,.. __ _ _- _ ._.
e qL
V
it-
- r - •1!r) 'Mr/.MLrL� Tid � I' - .--l�ri:►rt be•
it
yl� I NTmor
J
• Lim-le
lem
� - I A/"V[D y
I
more T - P34°60'191C? PS'0W4?3 (C/ou�I` , X"-WWI IIIc�.•+.�-4.a+eR— i�;L } �,.. '
Rwaa7 W ZX7,4/4SIZE, i
A. O.AI . .. /� :.
wsq.y ! RENTON MUNICIPAL AIRPORT
d, ', .. , t..,a,.,., .�..,.,.� .,...,.. . NORTH ENTRANCE ROAD
t
it '�'' ,.,..fin rwtre•in.er•wr .w. PERIMETER ROAD EA FENCING
Willow a •lo'rtk� �.
wa wn y,
v.
350
CURVE DATA N 9" zo' 55 iv,
326.101 I 9'¢.06.4-3 3f {
A : 20025'34.' � �- - -�M 7
L = 9961
s:.
r = 45 2 9�
8914' (N 2404y'04"E 1 rt '
3 �1 i
AREA 81,300.00 50.FT. v
M " f SCALE i" 40
a z
QN 2 � !
Z
Z
a �
m Ia
W Ix
N
� m 2
_ n JE� 51+0113
9tiOP, BA5E LINE 350 OFFSET FROM E OF RUNWAY
N. 85• 20' 29' ! — L E A S E;71.61' 1 ' RESTAURANT SITE
so RENTON MUNICIPAL AIRPORT
APPROVED _ DRAWN R.C. DATE' MARCH i476
AMORT .1REMA CHECKED ,iA FIELD 80LIK 7
Contracts Other Than Federal-Aid 7 of 7
IN WITNESS WHEREOF, the City has 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
rest i e-2 nt/Dartner Owner �y�r
ATTEST:
ecretary City C erk
d/b/a
irm Name
Individual_ Part-ership
Corporation _ A Corporation
State o ncorporation
Attention:
if business is a CORPORATION, name of the corporation should be listed in
full and both President and Secretary must sign the contract. OR if one
signature is permitted by corporation by-laws a copy of the by-laws shall
be furnished to the city and made a part of the contract document.
If business is a PARTNERSHIP, full name of each partner should be listed
followed by d/b/a (doing business as) and firm or trade name; any one partner
may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should
appear followed by d/b/a and name of the company.
1
ti 4
6if7
Contracts Other Than federa(-Aid
obligated to take immediate steps to correct and remedy any such defect,
fault or breach at the sole cost and expense of Contractor.
9) The Contractor and each subcontractor, if any, shall submit to the
City such schedules of quantities and costs, progress schedules, payrolls,
reports, estimates, records and misce'ilaneous data pertaining to the
Contract as may be requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the
faithful performance of the Contract, including the payment of all
persons ar -irms performing labor on the construction project undor
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 Contrac,.
t
5of7
Contracts Other Than Federal-Aid
notice as heretofore specified shall oe given by personal delivery
thereof or by depositing same in the United States mail , postage prepaid,
certified or registered mail.
7) The Contractor shall commence performance of the Contract no later than
10 calendar days after Contract final execution, and shall complete the
full performance of the Contract not later than _ 60 working days
from the date of commencement. For each and every working day of delay
after the established day of completion, it is hereby stipulated and
agreed that the damages to the City occasioned by said delay will be
the sum of One Hundred Dollars and No Cents ($100.00)
as liquidated damages (and nit as a penalty) for each such day, which
shall be paid by the Contractor to the City.
S) Neither the final certificate of payment nor any provision in the
Contract nor partial or entire use of any installation provided for by
this Contract shall relieve the Contractor of liability in respect to
any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the
work and pay for any damage to otner work resulting therefrom which
shall appear withir. the period of one (1 ) year from the date of final
acceptance of the work, unless a longer period is specified. The City
will give notice of observed defects as heretofore specified with
reasonable promptness after discovery thereof, and Contractor shall be
4
�► t
Contracts Other Than Federal-Aid 4 of 7
5) Contractor agrees and covenants to hold and sate the City, its of' icers,
agents, representatives and employees harmless and to promptly indemnify
same from ane against any and all clairs, actions, damages, liability
every type and nature including all costs and legal expenses incurred
by reason of any work arising under or in connection with the Contract
to be performed hereunder, including loss of life, persrnnal injury
and/or damage to property arising from or out of any occurrence,
omission or activity upor„ on or about the premises worked upon or in
any way relating to this Contract. This hold 'harmless and indemnification
provision shall likewise apply for or on account of any patented or un-
patented invention, process, arti,.le or appliance manufactured for use
in the performance of the Contract, including its use by the City, unless
otherwise specifically provided for in this Contract.
In the event the City shall , without fault on its part, be made a party
to any litigation commenced by or against Contractor, then Contractor
shall croreed and hold the City harmless and he shall pay all costs,
exy s and reasonable attorney's fees incurred or paid by the City
in connection with such litigation. Furthermore, Contractor agrees to
pay all costs, expenses and reasonable attorney's Fees that may be
incurred or paid by ity in the enfo-cement of any of the novena^ts,
provisions and agreements hereunder.
6) Any notice from one party to the other party under the Contract snall
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
-„wrf 4fa,i"Yli"ialYYiiid'ksi r"'
Contracts Other Than Federal-Hid 3 of 7
subcontractors 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 terminate in ever,
respect. In the event of any such termination, the City shall immediately
serve written notice thereof upon the surety and the Contractor and the
surety shalt have the right to take over and perfcrm 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
Cortr,,ct 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. Iri such event, the City, if it so elects, may, without
liability for so doing, take possession of and utilize in completing
said Contract such materials, machinery, appliances, equipment, plants
and other properties belonging to the Contractor as may be an site of
the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of
any other rights or remedias available to the City.
�► y
IHNIIH rIr1•►III��•R":'.'±(� �. .. sv• fTw�,eiMNNHMrrNM.�
2 of 7
Contracts Other Than federal-Aid
and the construction installation performed and completed to the
satisfaction and the approval o' the City's Public Works Director as
being in such conformity with the plans, specifications and all require-
ments of or arising under the Contract.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's
bid and signing of this agreement, consists of the following documents,
all of which are component parts of said Contract and as fully a part
thereof as if herein set out in full , and if not attached, as if
hereto attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) General Conditiors
e) Specifications
f) Maps and Plans
g) Bid
h) Advertisement for Bids
i) Special Contract Provisions, if any
3) If the Contractor refuses or fails to prosecute the work or any part
thereof, with such diligence as will insure its completion within ..e
time specified in this Contract, or any extension in writing thereof,
or fails to complete said work within such time or if N Contractor
shall be adjudged a bankrupt, or if he should make a gereral assignment
for the benefit of his creditors, or if a receiver shall be appointed
on account of the Contractor's insolvency, or if he or any of his
t
. ., ,nN wY�Yr H�f�aHlydr .'Y�#1LA�iIif H4,Vf:I ii{+L��
I of 7
CONTRACTS OTHER THAN FEDERAL-AID
THIS AGREEMENT, made and entered into this _ day of I9_1
by ana between THE CITY OF RENTON, 1'•shington, a municipal corporation of
the State of Washington, hereinafter referred to as "CITY" and
hereinafter referred to as "CONTRACTOR."
WITNESSETH:
1) The Coctractor shall within the time stipulated, (to-wit: within sixty ((Jo)
working days from date of commencement hereof as required Di the Contract,
of which this agreement is a component part) perform all the work and
services required to be performed, and provide and furnish all of the
labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and sha:l
complete the construction and installation work in a workmanlike manner,
in connection with the City's Project (identified as No. W-455
for improvement by construction and installation oF: Renton Municipal
Airport Water System Improvements Phases i ll II .
All the forego'ng shall be timely performed, furnished, constructed,
installed and completed in strict conformity with the plans and spec-
ifications, including any and all addenda issued by the City and all
other dn;uments hereinafter enumerated, and in full compliance with all
applicable codes, ordinances and regulations of the City of Renton and
any other governmental authority having jurisdiction thereover. It is
further agreed and stipu% ed that all or said labor; materials,
appliances, marrinr;s, tolls, equipment and services snall "e furnished
1
1
r__ . ..., _ . __. .., ._. m��,._.....,.�-�:�ii'i'ia �iKi,rawdar.►a.«ass«t+n►•r�awrw•w+a.w�rw��sesiii�;tPtil.�
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions and total amount of
bid must be shown. Shaw unit prices in both words ano figures
and where conflict occurs the written or typed words shall Prevail.)
ITEM APPROX. I4'EM WITH UNIT PRICED BID UNIT PRICE AMOUNT
N0. QUANTITY Unit Prices to be written in words; DOLLARS CTS. DOLLARS CTS.
11 2 ea. F & I 2" Water Services with
2" Pressure Reducer
$ $
12 2 ea. Reinstallation of 2" and
Smallei Water Services --
$Per aF c $ —
13 130 Ton F 4 1 Crushed 14" Minus Rock
Base Course for Asphalt
Restoration
$ $
14 1 ca. F 6 18" g Y. Gate Valve
G Misc. Fittings for Complete
Installation in Precast
Concrete Vault
$
Per Eachi
Sub Total
5.41 Sales Tax
TOTAL
t
The u dersigned bidder hereby agrees to start construe ion work on th s
project if awarded him within ten (10) days and to com lete work within
sixty (CO) tors cutive calendar days from date of exec tion
Dated this day of 1977
Signed
Title
Address
Phune
i
I
iW6/ .,,a1w�.q/.e Nrwwtww�e/MN � "^+�tT ikS"
SCHEDULE OF PRICES
(Note: Unit Prices for all items, sll extensions and total amount of
bid must be shown. Shaw unit prices in both words and tlyures
and where conflict occurs the written or typed words shall prevail.;
ITEM APPROX. ITEM '11TH UNIT PRICED BID UNIT PRICE AMO' "
NO. QUANTITY Unit Prices to be written in Words DOLLARS CTS. DOLLARS CTS.
1 70 LF F $ I 1!i" Galvanized Iron
Water Pipe
Per Linear Foot wor sT— (llgures ( lgures
2 1525 LF IF a I 8" DI (TJ) CL 52 R'ater
Pipe
Per Livear Foot
3 5 ea. F t, I 5':" 4; Fire Hydrant
Assemblies (i4.J or FL)
E $ $
eP r Eachw
4 4 ea. F & I 8" Gate Valves (MJ or
/ FL) with Cl Valve Boxes
< $
par caun
5 5 Cu.Yd F & I Concrete Blocking
$ $� $
e rP— u. c a r�'—
6 225 Ton F $ I Select Trench Backfill
$ $ $�
er on
7 I130 Tun F to I Asphaltic Concrete
Surface Restoration
$ 'S $
Per Ton
8 160 Tun F 4 I Temporary MC Cold Mix
Asphalt Restoration
Per on
9 100 Ton F A I Crushed 5/8" Minu:,
Surface Course
$ $
( er on
v 10 Lump Sum emoval of Old Concrete
oundation Floor Slab
Lump Sum —�
1
+MMrt`SR�n�el'rr--T04m", ijvjj now "j.Yw♦N.HNee!I• e.♦H/a I .w•w,1Yq),r
AIRPORT WATER MAIN IMPROVEMENTS
PHASE I & IT
� `' ' f'� ''�l � ; � 7 � ' ' ; � � � � � ; I !� � �� . .�`%.
. � ,
s
L7;
, � -
•� �
1,
.. �
I' ,..
r
u
r
i
i
._.. � " ` i
Y - /d 7 -7 I r •.i B.
IM GuR✓Gy
D qG-Ar - 4,7-r d
�G UTQ �,1 ♦. •a wa •r. - I�/CT K ' .T� ' ..,n. 'a .f."dI
'TitC RC•'i'/' . ,!'1i,C..d'T' f':"., :i:C � r/.. J i � {_
-.Cr N'e`
,C/Qx.ErrT
...tA �':. '..!v F;'pIt 'T-415.
rJ M,.aAja,
P x r
1:1...
3440 vc o v.Id 'S 4 PPQ.0'�
,rit we a F' %RJ W iL M (s $ �E: V C Y L VO ip 1 W4 a RAJ
rr
AVVA cL O fe T'✓ /r!+a vE R �'
<r<Y 4 P✓J'.r �
r.r .6.l. , ..'.!C.-.�' yJ�' J�G�,tFC ,?'_' ,:`..?Ct,u3�-
'Sc �.��.: �L ,e.r' �..� r. •.F.:+„! �`Y .S 7'.l.CRn a r,.if.. T7�F I"'.
�'•� F"L" ts L .. F':L„R: ;P4 � nRy✓ .dr rFEz"",
t
i�
j ��
,,;,: ,
e
, .
.0
• F �
.]
r
v
.,
1<
j..
y; ,
' ;.
Y.
�: x_
L
R POn �'
P. V �T/!TIJN
/N1rTCR1�►L LIST; / �A narr[1<• Box, C. /, / otYA•pir FovaDe`i .7S/!/�s+w��L�
rA, .31, AN61G A+rrrn SJoP/j-/_524,{ef A F[/.nC Je~tn C&Vr, A/W'
I FA 31,beh" MeTtR 6ASMdr(�AAlrf;n ca•r.0 lt.rntn)
j CA .3/y' �LogG wriPu5 rBAwzt j
do 3/, hB.V. / WILK/t45`I14e. 1:09, !��uwle/.
/ 9n 3/Y 6I0Y/64 \ BnOw21[)
Zn -7/r Tee
/[n 3/, roa pi. rN6 (c&P to flAAnt lA+tLC /P,xil-IS31)
v Coflrr IuSl/ G AS NELotto L TYPG )c SrAr
l �n FLAn e o
I �• Y* Pit CuG K , Bnar.ZG (A+nLe
(16II Skkf6I-'
al 0.a
it
1 ,131- 8�u/w6 bYrrt[ V r�° tir 5 r
3/y r(Y/ A+t rtn GRAer �` P � y
..j�AP&Z A.ro s/el��Y
C
co � •
>/
\ M
�I p
A
V r ,
1 ' Soir o►vr4 �"= --7ti7t Mk " !a<t Cahod A L
fAV wnKvs COO
b'�VN 7 al.
Norr_
(N.r
e
/� 1 R poRr
vy2 P. R. V. STAr/urn
/nr.rLn 1 r•: LI S ) rA , Aierfl� $oK j C,/,/ 4lYy*Prc IrOLOM ►Y
?, dA / ySN rl Aty /t )S[-A5 ilh//rlrY /o To /P '1419�
f tr, .=raLoEr AHE:_ V�trC,�oay 1
G LA / fit:" L�oS[ N1P/1CSCC�Atv�
�A. I Y3.• W/S ti erw5 /VC, Cad P. A.V W/GA/u,�iLBMH7C�
Ua/oN l r 6 A;k
/
I ,FA /Yz rsg
/ to OtrcuGlf � �rfuN2�(�Arte // or Fla /,Pl
y En /Yz PtA,H tccs 96',(GA4v�
i
RouGil Itrc(4 '1
Ya GRa6t AN&t Vn1Yt
( 3e6 Srat►io.ft y/6M..Gr
` � PoSrrua
' /�i d X, BrZwwC Gri
/til«M/ Fly,►r,.
'y R.
o Srn„tt tl / het
{ ? n *"pit
44
`v if
�PLY nnyi(f
J
+sWrN6; � La l'1: 90 /'r. XltS(Gnev�1
I IA /Ys c/est
lor.
5u,i�.G, } ifs. 90' Ptn�.i {'t�5��Lv� Nor rc Sr�r.P'7
/ E• rA esafr /irrrtrs�t;wi� No�O nunµ 3." Bvnti
ON SLVItG tlHdf
' �"p�� I•hr'91Yf.4
t
M• �
Y f�
r�
`rd
A, R Pp n----------------
.a
5..,
M�Tsntwt L{fT � / [w , Mrrrit Bor , C./., O!'�w,/I(r AslumVAy AM S/1l
J ti /" ^N6kt "M11 S7a/� ,/./52 y�C1►/rR A+NE M Mtltn C�v►. Nv►,
ti.
/ fA l"tt r�c y MCIrR (sefher �Pp�A/�fi., cueree Lrwrrrl, �£
SA
3 Ea /• cieSt Ht/P1a nwZor
rA /" cwlaa �B�.Nzt )
! [A /n nr (SPa#,7
/ �A /// eOuPi tor, Co/Prr Ra.Ar x AAg &
fn CoPPrn Trisiwb AS ivtrOc� /7YPr 'lc• saf,) M F " sue.
/ "QA / x kr BU 50 thG B/t r►t 7t fa.,,�p '
/ Ln Yy"
piTCOCIC �8/1.1+7C C n I.& /P
v U61t� sk'f 7-6/j
J AN(v1E MNtn SAP N♦ ��� I a��� �l i.���5t % p�N 11� '�.� �Y ry}��, ,
II
t
\` � �,,y�P y vewrlut A/SrrIN,
r '
\ � f"✓� frt�uni�MIn �,,A
J r
\1 �
s M11
h•r 7u �tntt
I
d.
Slate AIA7CN CA1/[ t# M
AJI
x " I I 8 ` 3 1' � 1 'k 1
q,IA
� � � `'*t 'l t , ,!•yam
/ t!
C_,
It
CAL
` • ` { - I I f --TL Z2$ _ _ --�{ 4H/.V t 11 ��`j\�/
� I
�Tl
\n
t it rem
,�
0 LIP
lit )i6
� F5ao fl II� �/(�l '• Ii ILp
'l
SD m t►a I �,I fi%/
I l
AVE. N. .., e - —�� _- � ✓ �..
77
WWAIFWWA
Pmv
_ #�_ " _�.
4 L c p , I - E------------------- 1 I wr.,�..�.�,J. �y — �•--`
aWNM/.►+ sM!u.10 T. SM Sd•� r.9, 1.Jrr
QQ " }L f r•✓ rs���.-�.ri...,.n....sn.ss•ee�r,sax•eeg.s�r,e,roo
urn . ; nth. 1
1 i rd �„ >r.ro ` �.i �•a.� .�..zwM.r I r w nr s s�..oas ue�a�r[.v��
�I 2'.v !-n..an-sw v 4k.J.)u..sw •,•sr A sa x•rs sw-s+.N.'J av waM d..Oy S w +aror w.vm s.1~. 1 1rM tie...M..
11'I *.ana+l�s/►r s 1i.bh.. see* ran t...er sd.r o',Hwy
•qr•..y.•A R.www.e*.V n.A...ei• r S'rYn a.rasy r ca.+.a•/s w. b '_ --� n A.I.Ali a.e.11.�+'fit Jµ
a NA wwaiL.M.I' tSaA ,8. P ss• ! r E.06 swr a�"4/"I
Ww O.. I.wlw0 lw
Ibde
[r S8.S IF L.LO� o s0Mw4 Aw f*AMA,. iM.A/w nN l.w-
dcv/11w4110 _—..� _..,� _.,. - _ 'p as
Rl MVa aL ,,1
I Pl. SS•7!
b
Ap
lZ
'- � o ' ��• elf - �- _ _. _ _ - � :. '
�7 - - e —
t _-
}
• � �d «is.ste-rt'or '�"ii. I' - Kalw e1..isw^w__i ', I rt sv►
2y re.:asters. �� -si•.ess-A+.sor i i.s.�s=]1t7' .LA-
API .
��
��ff � f
r
f� 4' a1 _ +,LmenRENTON MUNICIPAL AIRPORT
i •
..uruu.. ..sn ur. ru.nw
NORTH ENTRANCE ROAD {
-- -- .... .....d, ... ... PERIMETER ROAD 8 FENCING
PIN ..u..+...e..� toom rs"mar"
'�'� ':•' 'Ir` •�+ - s t. RAINIER AVE. M,
=tom' _ _^avi-==-__ _.?==r_ --�—_��.�j� a.�v= - �:•...ss... '•-+a�z+..�.
y y ���' $w'T6�r°'�fi7C"''6S'•A� _n -- -=-- ----- -=a�.v..�-
ap / mil.-ycr"�rar" z s
�— v flnrnKKAr•R/1'rArw y—_ ��wC /I �� �` •• r o 3� =- _
Sh+e7-T:'Ailr�
-- a
� _ r. �OYy�..� .fir KF/A'iw 1 \pM I�Y� DSO S' • I I rt GV �'}�_�-7'�77T??� r �k�i
F 8� C�b` er.•1 � � �. r
Of 3xrd 4,bFe/brr:
Fiw,r Ste NwoT v J1. 41."
36 I1•43, *$'/e J/rh
. ------ • a31* sr r.str se.rs
,r I
- J17.
-
Mrw 4
so
of
NI
- � a-elnf r•o mr � � 1 � ti -
No
� � _.♦_, �-_[_--_---___ _.--�ti.-.�S'Pn.w.cw/I�.CLNIN __- _ �J't..�l'fJfl��-_-_- V ._ __ _ ..
I rtn'�rf�.�. _ QM • -_ _._ t - - - .. ray ��- Aedl.fwr Dlwl -
1
it
ti�s-rls Irw1
AL
RENTON MUNICIPAL AIRPORT
_ A '� w;. e ° +w11,1+++rIN, N+1+11.♦ r.••11111r ' ' - NORTH ENTRANCE ROAD
PERIMETER, ROAD 6 FEN!
.O "� �r1 Y a MIM rMr w•,
RAKER AV /N - ww .` .`i w+.. •t� ;
.�_. �+-c-�.-•-_ - ._-._. i7i" �ti+r___ I n.r S.M-c.r.. a„n,..pw�+ s�i.+ �
----- `�_�� --_w _�--..�'-T.T....:.�"_�.er_-L-•y=vrs_•vww..,.-.:i::;,a._+.e:. �� ! —�_ - _-.`..y�'��--�
� - --- _-
----- - -
flw.w
1
*' ��� wvtavfwnM7♦f1K4I-! ��__- __
r�1it= wr.r. w.r na w...a M..•.>.w.
CMws an.+.n.
♦
a
�� M
r - T
_ � JJ
L I i I Note:
--? 1 '—. {" ! I 4—�- •- � , F�«'�MM M 6MM•'• twr~i.s+N.AWw. A,.' �_
_. � I � � � i t ! I ! E N M.VMITe M•O
I i t
67
30
41
so
` �rMe•co
A•• Al
.`• �'• itsRENTON MUNICIPAL AIRPORT
-- NORTH ENTRANCE ROAD
r uuxeul«w ut•mww ruxx�«•
�•••-.•• • .••• -.• PERIMETER ROAD 8 FENCING
^.t... t..e ......�� Fri valmorm
^r>
RA144CR AVE.
1
Z_�_
�� fw•-r.r.Kl �• —�� Y
__- _____J-______. �Y/� `1y�M1Ati T.I/t1' C CH .IJw►A4e
V�
sw.11w/.b
- x
Away: -• 30 3 a
•o
A/J+•4.bhrbl JFr tf l#:of.4:ILir..Qy./.a1NA"WW, - _ : 41
tR.•a,.Ff.s!.Olr+r(t11 ny++•)�wvwrWr. Jt.q..lwy
-.. _. _ �pn/s�M//A.Jwd/Aa•�M#!A/Ir-#lAf Ay-•,.A. /�..�. -
'YR'.°6'-W AW?r
A„►'[LWI A:r!A 6�w/[f.N. f4...Ai. _ _ _ A S� sNYr r,r S J .0
.r.K low f✓.q.~AVW A*~
4
i
41y ro. F coo
't A $.
t:? ---
so
14
--- - w _" --- '— -- ----- ---- -----+�� ft"`+....v✓�.raw+ _ --_r_ � - _
Ii lie
a..w
c.aaritca wv
YI(
�'.+` ;•o RENTON MUNICIPAL AIRPORT
� � �. _ ,•. .....•. ,...�... .,..... NORTH ENTRANCE ROAD
- PERIMETER ROAD 8 FENCING `
RAlRIER AVE. N.
• 1y�
SOS C..b
Sri
.".'K�
C -------- - — r
14
S'?I win rt
I ..trG Rf a
31 33
�... ._.... .»....,.........s.Y.f.
34
*- --- -' - "- n f..s...r...�r.a•a as
a
40
jk
A
{ $ _ .._ _ i � sy:eicww..el •r b ,h ? dim � so
` J 4i�fy
t0.
utot
dl iaf_rry rrxl _ ! ; ,
--_' ---------1------t— 3' 8or Cater/, i S-QAA' IPCMI!
Y!•
t"";•rr� `—.01+� RENTON MUNICIPAL AIRPORT T
...,.,..,.. ....,.,.. .,.,.,.. NORTH ENTRANCE ROAD , -1
•• 40! `: ' •-• »••••�-• PERIMETER ROAD a FENCM
Paaf.� ..�....,.a.� ■cMra ��
RAINIER AVE. N.
dlil
Al
40
���° • at .1a„,erg .-___ _ --.w_-- — —_—` _ •-- i 's '`� - ..
O
��p �_— •� �.+.a�raf+,l ca-.n.e.•.A .�.�_.�_�. �_"�� �s-��__ .y .. __._._-- _fY'i'fL.�� / {
rC
GSIC- 1. �IC, ..__ 1 •\ -- .ty.-..—
+ I
ll CAS �4r.w rswYi� ---',�+�s•�- -ice. -� - .b O+,'rd'°s
f All
ti yy 1 -I - tl 1 •v w✓.�.«r pppsss
4f$C X$� t �� 1,//o.n.,.►n►wwY/�Iy�l "11W i�.+inwllarr j
rcan.v-lrer 41 .lv,-a,r
e� we row aV'tk
-I � V !,r !«,arc•a.o c..r n.,,,,a.,,,. •
as
40
2 _ �uA°sebr. Al
._
pill
Ik
"M
v
p - I 1 � » � N�•, R i SRr.ewv a � f/li' fit' �1_"Ul�;'Z L lZL
—�-'--'�--� . --'��=�°•��R � s-aanz��ia�wal:_-�.,ol -- � �ld,c..w..• o �. C
..
i s•aca
, . C - �,+H". -� •• � RENTON MUNICIPAL AIRPORT
_ @. r r :; . .,.,,...,,. .....,,.. .,...,.. NORTH ENTRANCE ROAD
...,,,... `•, - PERIMETER ROAD d FENCNCs
•,•sr �nw.�.•ws w• ■El
�A
� �
'4 Pf ,
�w
...Y.� >
� < 2' .y
Y
Yi.
ar�,�.�r
�„� � ..
i,'� },Y
.. � �� rafi"�.L1.
�'
A
��'
•�� .��
F ,
.�
` • I
a
7
__ �
`,
L L-
it
1
M1,.:
•N.r`.
«h,
.i
.x
�5 v,�t.
-�
, 1� J]
1
i y , :�
f
� 1
I- i-
_. J
1
.ti
I /
1
{.
L
r
;d
1 I
� �
y
3
__.._T
__
----- -- —
s � , t}- ,
.z
�,
�-
_._ . -.
. , .. ��
e-
c
C>% a�
. . < 2\�\ ,
2 yr ay ± +
��x » � �
- -1
1 I
.. �Oon..._3 . 0 . . - Nn. •. ...r. v.: � [ r .r. � , � f- fin I
9
7".. Pw R2.
.�� i
F �
� �
M
1' A
Y
� � � i ✓ i
J •L��
F
� �
F
.:: � � .. „
r
qF u.a p 1010, + o w.1 ".ewe-w t;.. :) C.
w#MC 49 A"t IZ CT-'. v�r., �:' .�,) w._,... LE t� S� -"..�
r,
I
(
I
47
u-r /aa '
uZ
�kJF .; 7',,,3' d.I• % '..t'/.d.^^'AG w m;:-".^5 A!" `✓ifr,•+-" . '-c' .
t l.el(; Jf_„. L:' .`j.' !'fT 1.4..,.'.�'Q .•.I.1 }, .Jr3/�/7 _,,.. _
a
i
4:•. C O -7-t .. �y./.mot';.
err
'C'.hi t:)f ` 4 t�'� e l '- Ste.�a`4, 9C.... 't !t G�:'.. x:•..
r
:. I. 6w1 hJ i-. •T>,4p,Y 1.5 "P� f,...� !� '- /, r �;. rt � f- i r f` ��' ,° .
�r
T
i..WE :crG•.a . ova hN S- ear� t -K',K= t ,to Fry .
..�„•.. J .. •�,r� ;:: -ir: . I "'a..•' "" � > �/rti�°. ,xyr �a'+ 4 rk'
FA
ra t:' b" �n c:t n1 = :,
6.'C>
LA vutC= c 4 . wTc "As e i
1 1
�.�m �re�..,ri►.r�ure�n win
- 7 -7 - d- P4 .
y
6+�$,
. W
. \ \ \
\ �^^^
:« £
. .
� �
•,�,, pi;µ � .:` �t
/
1 n
w
i
))-)17nf/.Y»)tfb)xt))faT•W tf r).«'IAIf)Q•'+w'+�••+V++"`�'�•^��"" "'T ,^ w. I slat 24vp,.%V,)a t). SI)/'f
-7 7 - -77W e
COOL • owee�Qar
EOU/R s MGN
V/ 7-Y
„r iI
t � •4i h
Or
♦ i
c_ ZS- 77 6/ED.
A JA IJ• At�T�V r TY
ai ¢_
AIL
r
F
S ^ z a '7 7
E.A I N - OLf G 4 d tit
EAR L Y A M IJ o A c.'r, .� • r Y .>< + .:.
P M. Wo .SCT . it STY. �a.
r�.
i
i�
�V
i
Y
�.w
wX
+9
77
C�OUi P r nngf.J may
A.
P.M. C-otJnJD No 4cr f v fT,-r Cao "h1C. c.->•
4„f.
� f
xis
WAiZ�� a pV�GC..�.E'r
rJu2.v �SY CeQW oa
Pro �. l►.,) CA12 l� Y A , M ^' ►��E,A TOr4 "rt
OMT. pC P%Pg
4
E'Cl.1Toto (.opisT, " Di o .3*r %..jo %2T.,
-ro O A Y. ,
'c ti
l
s- /9 — 7-7
r
LA
C.oc L,
CO war 0-A.C-i O VC "ST/►TQ C � rc. •,.14 wl T} T'o
-'•"kL T'lA x►T PO Q-.T w T-"E. 0
ILM
4i
t
I
Y
, I
III
aCCA mti.f
AIO. EuD Vic' P'C^�. L4t0ua^sr'4:D ACF,/n w11RC.E
Ek, k ct'l o v4LC iv R ("'SAL`6ttc
w�Tu 2v weI.4:D oA-C. AI.Sa A'BD.
Gu�fto posrs t:Sw PLac.&V 42nuti0 NYOC�ev!
p ✓ ,c1e. `yf w
N. .. OLSo..a Mwt /I tcJwlt O.t" r*r# At40 v4 '
4 6 '
a
i
n
LAc TE / //I
17 7s'-
Z % 1. si R40c.r�z/a X14, glw/p PC.�,
•r . .
�i
f. �-
� =
. �
t r7Aa�
kM I�
1ryy�. N
t e!�dyV`
..1
rR'
1A w.
COM.-)tpw C o..fST. - . 4J,., � .. + �oyCt p
r yr
e, C . Tt.FhT T'K E v �.�� L..t_ �.►o r fS C. W v it%C-, .j v
■ Tuta va��t S',EC�.ua¢ of auo r�+a- P2e,. r. '
, � 4
-77 Ca�E%tEp if�or 8w�t wd�z Jc• nr,serx+sr
y nrr e 1.," wr
lC�t�c��re' .tu"trs� x..
ti 1
%' -r• LIE UEC�. L a�a-in.J - LP
(31=1 wJ Cs F'lif�vex�Me0.
A. M ,
6LSae3 . �1sTEP �:. Lo � � hEE. 'Til^ic
—c
7 Sgi./r
rem
'TOG&
1 y
t r , �,�.r
.>
c-rA. C�fm »A
e,A-7 E�-E Lx v, A-1 4L10V,4 -,�
. . . .
AIV
�\
�