Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WTR2700455(3)
AIRPORT 69ATERMAIN IMPROVEMENT f <� Lf [V-455 PHASE I & II BEGINNING OF FILE w - 4ss A �r�o�� l�a�cr Nla+�-, � mpr'ovcrnen� t T �qse � �► �+ - ♦ t P. O. BOX MOSO - TUBWILA, WA 8R1RB M. A. SEGALE; INC. ToL 22&3200 SOLD TG. .. '�T �...... ..._d2 r4 .. ........... ..-.-...... ,..... .. w —..r...............r.... .............. ,77 OVAMRT CU.Tp{' igllt bFBLTiF1'10R fl1CQ AYDU,N(_• , Ck no* ' I ft sY _ to SM _ GROBB WCXAft Ids. TRUCK WEKW Ids. '-- — NVr w�"ff L — — AECD BTU _ — AIKXJMT --T_'-"•-'.�------- SALM TAX -- - -- A TOTAL.AYT. 4. � 1Y I1 Is p•cMim11Y ape•W t1g1 M.A. SE6A1F,INC.•iS nrf 3. 1 J 21 b.tbbl•b anY nwn.c•1+drubWrl',sews,ary.la. • A � IYY4 rr�+M MwOp.M� in MIIv.r4y e ' ji e�•nIN•. Y i V O. BOj�.BBBBG TUXWMI. A. SEGALL', INC.A WA. De,Be Tel 226-3200 �,e DATE.r3_...` ... ........... SOLD TO:TO:, y� .y., f j DMAW TO �I` r 1 »1a 1 ovAxnn cu. o, 6 BscAanor EwAs Arlp - i w am — !M s- _.Gf:fJ65 wF70EIT LIL _�hT WFIGNT 18G - 1.. R07D BT AHOmrt f ? SALES TA% TOTAL AYE. _ a ? p`9 n'i�w.FNiraliv nVn.d...a M.A. SEG41, INC.. III na r l� G t M Sabo Iw onv danep. K114. .ws�G1 Zr.1 �• AMMM1.41Y�� ♦ 1 P. O. BOX BBpgO MKWII.A WA 9F.198 � K A. SEGALL INC. Tel. 226.3200 �:.. DATE .... ........ SOLD TO: ......._... __.____. . . ..._............................................._,r....... ........... DMX%rM TO:- �7fo.— i OUAWrHY CD.no' TO mm m mmSmd AIpUBT 1 T _afft-W_ w4 J -- --- I _—I Top am TMUCX WE=ff LK --- Lm WEGFff L!6 — RWD BY AMOUIrr �7 -- SALES TAX mom *mu AIR. 17 i jig , _ �r�•.p.o:r daad.. Mal M A.#ONL INC..M�iv w 1bE4 1 m w aNM r^Aaa0brr, ff..,ary a/w meow raa/ab-q aP M.w.niar \ 1 ,"-_---------_ r:I C0r1C1{�t ART P. Ip O. [OX 500 O[ 1R J_ NTOM, MA6NWOT0N e10// ARRFVC ft�'—'t,+rf 721.1000 1 . ACC YY RO. • x-AAUI DATf T MY UxIlGAO /Y nf� J./ -- I R xlAh ._ l Mt IOAp �/ �7 I '�� rf RVAR(R '1�-�f TOuwi OSRpII�tMYTv iMI '� iYwcwASt'IPorw RO lOr6R A'FMI J1 ^arm � ) /7, r�_'r `i � l-Q i�' ;;w.,. �Mom• am 0 AVUM.r S ' 1 — .Ja[inx 2 vx n - 2 '[A — ) + aiwur ITWT c=:w � AOr w.n caAiRr __ra,sxeR —"—'—'--�-• =V Or<trtM1 [XTRA= MlRfaryAl LOAO)VAII W Mx � RruLLv Y- - Ta �� aAro rart rRas�Rt ORA.IL -' tno � OwArtl IWW y exPAAM�WIpRT 6/ / -* _ X - rwr w[w 660 111 ) 66000 --- - Orr RA IHZIR APO HEAD 7 YARD L arAX 77 x3[W[ iR.OG/O S.! cw•a.[ws agA.,lxlf TO)7AL a.O.0 1 ti 1 iD.> CITY OF RENTON • UEPARfMENT OF ENGINEERING * • MUNICIP4s 1. ElUIiD!NG 200 MILL AVE. SOU7M, RENTON. WA. 96055* 235.2631 PROJECT PROGRESS PAYMENT ESTIMATE NO2" F'laal Contract r./p,y0t7y17 Contractor Aanta+ Constructloa ____ __,____ Closing Dete•luly 20, 1977 ghmet L.of!4 n Eat PREVIOUS TOTAL THIS ESTIMATE TOTAL TO 13ATL �_� Descr,pt(" Unit lit Price Qty LQty. m Aount -_Qty Ampsmt Qty Aniourtt ..,..._._ . �716 ,rE000� ' Gaiv, iron `later Pipe L.F. 3.00 70 0 70 210.00 70 210.00 2 f a 1 8" of (TJ) CL 52 water Pipe L.F. I i1 .50 1525.0 1400 307 '. 3.530.50 11707 19.630.50 i I 3 ji s 1 5 1/411 MVO Fire Mdyant ssemBlies (MJ or FL) EA { 700.00 5 4 1 2,80C.00 I 700.GO 5 3.500.oB 4 4F a 1 8" Gate Valves (MJ or FL) EA {� 300.00 4 3 900.00 300.00 i 4 1,200.00 psI th Wive Boxes 5 i a f Concrete Blocking C.Y. 1 40.00 ! 5 C.Y. 0 0 2.75 110.00 j 2.711 I10.04 6 F a I Select Trench Backfill TON ! 4.50 1 225 49.01 220.55 36.71 165,20 i 85.721 365.75 7 if ti) Asphaltic Concrete Surface TON .01 130 U 0 0 0 ! 0 0 8 IF a l Temporary MC Cold Mix TON 1 .00 i iti I 0 0 0 0 it Aasteration ! i i a I Cruahed 5/8" Minus TON 6.00 100 38.16 228.96 245.57 1.473.42 I283.731 1,702.38 urfaca Course ! - t6 yet of 0id Concrete FewWation L.S. on.$* L.S. I left 800.00 0 0 104 � 800.00 lacer Slab I Ii • .tt �f a 1 Y' Water Services With 2" EA No.so 2 0 � 8 1 ,600.00 ( 2 � I,600.10 ressure Reducer ` Asinstallation of 2,1 and Smaller SA 208.00 2 0 0 2 I 400.00 2 400.00 ter Yrrrvices 13 If a I Crushed 1 1/4" Minus Rock TON .01 130 0 0 ` 0 0 ; 0 0 lease Course for hsphalt Restoration 1 1 ! I ; 1,500.00 t Ir580.80 {4 i Y. Gate Kaly» and E a i 8" 0.5. & A 1500.W Isc. fittings for Complete installation In Precast Concrete f 1 vault C.O Number 11 Lamp SUM L.S. SS4•it L.B. 396.4t Sub Tot 1 I + 3D.7313.4t 5 4t Sales Tax f TUT01 i = lass 10 Retainers 173• Less Aequr.t Prev. Paid ; f D� AMOUNT BIA Tl,,1S t$TlNAV i COmillt ACTOR: I i Renton Corsr. Co. , Ine. 1 14329 SE i2eth St. 1{ I union, WA 96055 ' I LL t 'iI µ teY t.� ,.,•,y i3 to V R 1i 04 b iP y•M1y A•q I k w t + N AM D4rlb'/ �nt»M-. pppy. AN0 1 `� e!'ts.d i lMw4ro I ,.�%•.,r� ��� `� N' r .,, ff IhltL1��jhov 2Ir �a►13 rffy/Ors/l' -.G.� -� � • /nr tl�AA � �D j ► SoPreii t-Doug �t/it /Z"tfAr1! 1 7f { l . G�ra114rrFood - ` [alrf. /ant 1lftlf � W Co S co pt oLr- "}r p , �O w� (1e A Cir r rr�-Nca^ ,�.(��lJ�lyy EQGC O S (F V17:f �celY� fhpr� LQ�4 I9-ecstf Jtcr, � :t 4 � ( ,�• ems t/;q� } L_.__�� I �, INA SE G T/ O io"Aft g16 Pre seu+-t IKs�i a o a v aL.=t re. ,CLAN t dVATEQjK4 1. _ o .. ._._�.. i FIRE. INSURANCE ANU APPUR7ENANT COVERAGES K'r.•......w-" , •..NCH orncc• �... um-w. •....• .ui.. .. A....rw.uu............... •. a. •.• . r .• •wCKAN[ .s.. u... K.o:' o......... SEATTLE, W GTON 98t 11 .. .. .,or.. ...... ....... ASHIN T.CC.A ...... ..e.. ....,......... ,................ .. w. o.v�... ...... ....... � Irr v� F; EN �on) Wa.ar Company FLOW TEST REPORT LOCATION_ Ri RNToN AIRFIELD _ DATE_ - 23V78 '41'Aeox TEST MADE BY -� - TIME !O 4M REPRESENTATIVE OF•_—ENTU),) 1_7- ___�_ WITNESS Ir// C6 r.1) YAeA/ES r u PURPOSE OF TEST LL /t ;7,[E r[.,,1., U 4TA F64 A TOPIA?1C StIPM c R CONSUMPTION RATE DURING TEST / /9 C, P N7 AeRn��utc IF PUMPS AFFECT TEST, INDICATE PUMPS OPERATING HA E rZ FLOW HYDRANTS: A I A 2 A- 3 Size Nozzle ems/: —_ Total GPM_ Pitot Reading - �.s- GPI STATIC (B) G('_psi RESIDUAL (B) _43 psi PROJECTED RESULTS: (P 20 psi Residual1O?Igpm; ora_ psi Residual _gpm REMARKS: LOCATION MAP, Show: Line Sizes; Distance to next Cross Connected Lines; Valves; hydrant Branch Size; North Arrow; Flowing Hydrant--Label Al, A2, A3; Static and Residual--Label (B), Hydrant Sprinkler Other (Identify) q Twl'L F•L --- R2sw.r.43 1,� rou Fw�.l TTn�m IM ( 4 C.D. 0- CITY OF RENTON PUBLIC WORKS DEPARTMENT CONTRACT CHANGE ORDER AGREEMENT W-455 CONTRACT CAG 00-77 -- Rwom M%WICIopl, Al2FUZ1, k)ArW S,'Srdw iwpaOjCr*uvn CONTRACTOR (204"oN CoNS7 CO i iNC SUMMARY OF PROPOSED CHANGE ITpM F 1 A00,r,ONAL u1o0.K AuD "ArVZIAL5 RF(dui(!EO Fog Q6,N5TALL.ATIpr4 OF .1' ANO SMAUE.2 rVT(q-S IN PHASE j 3/4 �' '79 00 �- S"A TOTAL .241.ov I TC M z 'rib-OFF EX6TrN6 WAfG2 .MAIN AT RCN'OW _ A,RPnr (.OMrac(. ST��GR. N lao rio Cpa4uk) SUB ?'k)TA— 841 o0 S 4$ SAu:S rAx to 4) All work, materials and measurements to be in accordance with the provisions of the Standard Specifications and Special Provisions for tho type of construction involved. �rOARENT C RArT ESTIMATED CONTRACT G7 � I AMOUNT I THIS 11 41 I TOTAL AFTER CHANGE 43v, 1/o �J . zz 30 . 1[n5 22 3tih 4I 4 30, 527 6✓J SICNATURES: CONTRACTOR __[r $ DATE T7 PROJECT ENGINEER DATE jvLy 191. 1'0 7 APPROVED DY / �..,�-=�'*�n--��'�'"`- DATE (PuMic Works rector t C^ Mr. Del Bennett -2- R-6180-1169 The new 8" shutoff valve shall be of a similar type and arrangement as the existing 8" sectionalizing valve located approximately at station 0 + 36, 97'R. as shown on she,. 1 of 3 or 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 sole 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 exfending 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 rnnnot 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 plans until such time cs the conditions outlined hove been met, We are attaching a copy of our previous letter and sketch to assist you in your design. Please contact C. Garrison or L. Pappas, 237-8820 if any further ;nformati�n on installation details are required. Very truly yours, 70717271737 DIVISION Robert L. Mi let Facilities Operations Manager Attachments t "k BOEING COMMERCIAL AIRPLANE COMPANY P0. Po, 2707 Sratne,Washington 98124 A Dmn,or nl Thr On,. February 9, 1977 R-6180-1769 F Mr. Del Bennett Airport Director Renton Municipal Airport Renton, Washington 98055 ' Subject; Domestic and Fi,e Protection Water, Renton Field Door Mr, Bennett: We have reviewed the preliminary drawings submitted by Mr. R. Olsen, titled "Renton Airport Water Systems Improvements, Phase I, City of Renton Ergineering Drawings Series OW-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 The Boeing Company subjuct to the terms and conditions of our letter of December 17, 1976. The preliminary plans 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 position that all water, for both fire service end damest;c usage, be metered through a main meter at the point of connection to our lines. This arrangement was detailed in Boeing Sketch CFG 76-3, included with our previous correspondence. In as much as all of the water used by The Boeing Company is metered and subjected to domestic water rate schedule,, If is our position that any water ervice extende•t for the field be sebmetered in toe some manner. My additional metering on your system, beyond the main meter would be entirely optional and lie within your responsibility. It is also noted on :be drawing submittal that the 8" gote valve serving as on isolating valve at the beginning of tn�, 8" extension 6 Ixated in a different position as shown on the Sketch CFG-76-3. We prefer the 8" valve to be installed in tls position shown on the sketch. This will enable The Boeing Company the flexibility of supplying the new 8"extension from either circuit of the distribution system. Lp Y ""22 ryri krt w, v"r^Fri S r April 121 , 1980 To: I rIA -2- yyy . s1 , 1 met with Warren Gonnason in his office this morning, also with Ron 01ser., the water en ,ineer and Robert Puhlch, the City'; Water Superintendent. i met Ron Olsen down on the field and we went over the items heretofore mentioned and saw that the uS�ir.dr pipe which caused the leak was not ductile iron pipe as the blueprints called tr. This was installed in 1977 by Rar. on Concrete Co. , who put the line in to the restau- rant. According to Superior, if this has been ductile iron pipe, it possibly could have withstood the power surge and the fali-,re of the safety valves, but since this was the weakest link, that was where the leak occurred. i This afternoon I contacted the Sunbird Resturant and Renton Aviation to see if any other problems had come up since, but everything was alright. Saturday night, after Superior replaced the pipe, they personally went over to the fanbird Restaurant and shaww them how to turn oa th, water and make the tests necessary to avoid any com- piications, that was at 9:45 p.m. and at 10:45 p.m. they decked to open the bar for business and they resumed normal operation in time for the Surdiy brunch. It is still necessary to determine whero the responsibility should be placed, the liatllity may be with the installer of the pipe, the Seattle Water Department or Boeing's Fire Department. When I left the premises around 6:30 p.m. Saturday, I went dawn to the restaurant and advi:ed 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 p. there would be no danger of a mishap. ' When th•-, Public Works Departmnet gets caught up with some of the problems the City crews had this last weekend caused by the heavy rains, we will try and work out where the responsibility for the damage belongs. At the present time we have no estimate of the damages. Very trulyyours, Louie Gebenini Airport Director " ?`:• LG:jt cc: Mayor City Attorney Tom Trim Richard Stredicke Charles Shane 1larren Gonnason Mike Parness Ron Olsen * k r THE CITY OF RENTON U s} MUNICIPAL BUILDING 200 MILL AVE.$0. RENTtNI,WASH.98055 i 1 Q' BARBARA Y. SHINPOCH. MAYOR a MUNICIPAL AIRPORT s n � 9•o d �1lrb SkP`tN"' April 21, 1930 Insurance Company of North America c/o Pan Hauff 6 Associates P/O Box 770 , . .. 212 South 3rd Street Renton, WA 98055 Subject: Water Line Break on Renton Municipal Airport • .w. �i k I Gentlemen: At about 1 :5i .p,m. on April 19, 1980, I received a call from the Boeing Fire Depart- ment advising me of serious high pressure water leeks. These leaks were coming from the Boeing High Pressure Firefighting lines so I immediately called Sydney Adams, the Chief Maintenance Man on the Airport, and asked him to meet me at the. Airport. I 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 Boeings paint 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 Asiatron, this is the area that we just rebuilt Irst year for parking lots. The water pressure was pushing up the pavement, blacktop, dirt, a,,d 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 pressvre serge of some type was evident so I called Seattle Water Depart- ment Emergency which was 625-4185 and asked for immediate assistance. They, in turn, instead of coming out, called it beck to Boeing Fire Department. I verified with the dispatcher the time of the call and was informed by a f,xing Supervisor name] O'Prien that this was the way they handled it. 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' deep and 15' to 20' wide. We had to cut the water off on our side as It served the Renton Sunblyd Restaurant and Renton Aviation. While Superior was digging the tole out, Ron Seek and I went to the Sunblyd Restaurant and shut off their hot water tanks and their gas tanks to avoid an explosion so naturally they had to close the restaurant down. When we got back to the look• sit!, we told them to go ahead and pump it out and make the necessary repair but not to close the hole until Monday morning. In the meantime, 1 did con- tact Warren uonn:sva, but he was ha•,ing car problems, however, Don Miller agreed with us that because of the extremely dangerous condition that we should have the hole left open v.) that on Monday we could fecide what the best steps would be to take. ,;r STO N E WAY ►.O 50X500 RENTON,INASNINOTON INKU IZO 1000 197 7 r.O a�,(�_C VILA I SOLD TO_' _ ADDRESS i Clrr DELIVER TO H fMKll�rt, �nle eft AWNiMNAND�EL —USRED ROCKRfc. TOTAL TAX TOTAL No. C 31810 N ib WWM"IV"1M OW STONEWAr CONCRETE INC "I W 6E INN I"W la Rlr YN'P NI d"W"OV,"w ,"11 Rdm*",I*�V c,W WO praOE^Y u 4'M'Eal^I NdE aY Iwo MINIM"INr P.,A.m 1 1� STONE WAY CancrFet� . R.O.NOX 50 RENTON,WASNINOTON 98056 226.low I.O.40 G 61. V GTE--•/.-+.�.. ►LANT• HOLD TO._.--��c._.�.. _. AOD�ESS_ CITY�� DELIVER �'—'�-- TO- a rm SAND GRAVEL —_ CNUSMED ROCK /;E'Cox TOT., TAX TOTAL No. C 31891 "R NKSRKAIIY grws RNl STONFWAY CONCRETE INC.MI MI Y MS INW SEf MY �MAO IAYIY MM�m 4MNY/A4 rW4wiY G pM1N pfORMIY n dg*wmg moot I STO N EWAY tea . 0 P.O.aOX aoO-REEITOM,MASMIMOTOM MM6 000 D LOTO_ -- 1'• AOORESS clrr_ TDEOUVER w,wrir. —" uv YvunuyY — .r.Yw.r IL vpy SAF'U GRAVEL CIiUSNEO ROCK N 4/ We TOTAL - TAX CRIVER TOTAL No- C 31879 R N MMRAM,v WW rn.r STONFWAY CURCRFI E IRL.wdl nor p�bIA IwRIe for my e S*RAr MYaruh6xv.Imvw Ym.rgNMwlYr,roMlwv vprrvN.1,'pRly wt 9AMv�q rM ft p Move,on Xr Y y. 'i ST ONEWAY Canrresa .. P.O.&OX 509 PENTON,WAENINOTON 9GUM Iri 1000 � 7l Srr: ln.„L r.0.r C L... WLD TG J ADDRESS CITY DELIVER TO W rW tr (Y%YrITy=- I�rf6 M1Yp/Yb a 'w SAND GRAVEL CRUSHED RUCK NECO h X / TO TA TAX DRIVE, TOTAL No. G 31890 11 u crK'is,lly,pw6 t STONEWAY CONLRETE INC.pr W rr NIr N"NPrsv dal p to 01"bi-V tww .nt,.rMrpoc,ro,pyry w yw,1r rNp11T r#91" L Myl lips blmy,un MI„N,mrrb 1 5 9TONEWAY cons lets, - P,0.SOX SM REN ION.WASNINGTJN mom Z25 low ..,;LAM � TT, wiD io / ADDRESS DELIVER TO ea.+wnv. vecA,mae, we,ce '�' M 'ot SANG GRAVEL CRUSHED ROCK "F °x01 EW Ar TOTAL �rR TAX QRIVFII TOTAL No. C 31890 n R I0IK-f"lv We Inn FTOI1EWAY CONCRET! INC n1A I,FI W AN hW*IWW, demeR to enrVEberY.'lowve,Inv wW,enYI,ruMwAy ear y,I.eM1 FIXyY1Y NI . MW I,qE ebwe.nn npe premRe �M�' t N .xrpRN iJ b ST� WAY I i O.SOX tiOE.RENTON,I'rASHINGTON 9E05S 2M IDDO 0 2 5 4 0,E f.0 — iLAfii• .. SOLD TO_. r --7, ADDRE3E rfry DELIVER —_��--"— TO .vury n..v •NHN �� .a 6AN0 GRAVEL_ -- > CRUSHED ROCK nhrox Ii �.. /. SUE i_ TOTAL TAX WwER TOTAL No. C 29491 -- yN µwii¢,nY ATw/MN$I0REWAf CONCRETE iNC Rdl,..,;I IR hNn We xry naEr rp 010t." hnRNrr.my ulrhMEt vnlMwv w prnnv propp We brry dx o nMT n,N Lxed bnva.nn tlnv prm,Ma a ► STOIV EWgy c"nriuma E O.SOx 502 RENTON,WASHINGTON SOM /2201000 E0.• 0 L_ _) 2Aey RANT w SOLO TO__ •i r� /�•1 NOORESS__�—�_— CITV OFOLIVER -- wwi,♦ acu •� � _ MICE )VMI IN 'm SANG GRAVEL — A. _ -� CRVSNEO ROCK r RnErnx .� TAR DRIVEN ^—_ TOTAL No, C 29453 II RNIaARMV FMEa1 ARI STONEWAY CONCRk TE INC wlll np M AII/IYNE MY AMNEE to YMUEYrY.IlowRl,nIY RI/INYS 46w , vMwMYI rYMwV ur p° yI IMNRWI ft,o � 'R n w . 1 BTO N E WAV Canry+eta . ►.0.e4N fift NENTON,W'A W fta, N 9EEOf +.s t m ton SOLO TO _f - AMAE{E CITY — t w 'M EAND GRAVEL fOT,I r TAi DRIVE iOEAI NO, C 29489 f N4NrNNM'f *AlF*W*AYCONCIT7l INC wr9 nmMMlMIN rn,u,r i ON 0NNMrMw 1, M�Mry In Ngwr'IV nhN '► 4 _ _ IG DIwIT CDO[ [ILL[D MD DAY Y11 TMJGw PLANTilC/fT IID �-AT .�. O[LIVER TO Pry JOB 1 OT El(,. r+ �A M vMO p�)t(� GONGI[ T fTMR —T fL-0 4t 0 I 1206D 12050, 620)0 0. J y_ (ND 12020 42036 42060 FOUND6 11/2.4 ri3 . in Mil I 5201 5203 5205 5207 r'—Tj4-c iri6Lfl10["r VNICUL GRAVEL II $202 5201 5206 1206 O POUNDS MK CDUAfI ii-1I4 i1.- c a 1 Crt 62010 62030 62050 62060 1 OUR - MVY CRUSHED ft + vl.si1 vb—wli be r v..irx iMt *V j "L. ROCA 62020 62040 620" 62070 ArftP 76001 I UM MINIM LOAD if TONS 1 ..L..�."�. 1 1 _J.,- t SAX"WM fTANOARO 6660/ wvUNLT— __.T_L 30002 wMT[ 60007 F owl .r•Y 60004 _CpNC RI( am A'"14 MM Y _ PRGf49"AMfgN MINT H _ X �X to, _. L Ef[T Al.*ART— 650 / Ir GYp "ONI4N EK W111Gf wIMD L TAL ..-... �. LI./ CY•tJWw6 _. •TON t WAV RCMON OPPIC[ l r J � (5[IeAlefff 1< Y07wL VNr Y.N M Mn m . t e.n.M IW.Ow Nw ELIV_�' •_ .`,��^,-,�;,;-� :, ,•,,,, ., ,,,,,, .HT � DERY TICKET E gUAL OPPOI i UNI I Y EMPI 'YEN zra.lDDD 6141i MI 1 r. D Box aw'so AE A. SEGO •jt. ..,.. T.I. 22&32()p Zsc Soto TO: "' wtte.... _ .1................... :.... ............... FIJVg{ TO.. cto w.rig �y Aw(BT Ara BM Lit NBT '-- A11DUllr q� SALES TAX _ WA{AM. Y . tift"ff w"A. � "�►� Mw111 Wy�1�ti iwyMj Y Aa dw� ft tly I i � 1 P O BOX 88080 TUXMIL"A. 981" K A. SFGXM INC ` To). 226.3200 .. . ..BATE. ........ SOLD TCA.. 7 u r ................ ....... DIUMM...„........_.._...... ....... .......... .. No ORKal4P OUAIIIR► cu.rue m mr. MOM AWMr w _ w6■. TBUQ MGM tilt WD BT AMOM SAUS TAX p�pp fUlY AIR. ��77T3/1 to Nab fw Amew bµ 0,Bww W Alr WOU M MMIV M M 4Amy Owww N"d lbw w lV��ti4 1 t /. O Box 86050 rj&WILA, wA. 981M K A. SEGALE, INC. Tel 226-3200 ' DATE Som TO: ._... ...........,......... DELIM TO »......... ._.............__... WIM ouARmr a.m +wn es osarm„ rum uaM emod ar.Y M f EM Up" , ORM w000fl 'K . Mm wl7O►► W_r W0[3H71lx. KWD By _ AbKXWr 9ALM TAx ►DIAL A4 11 U modos*qpmI/aw M A wog L It,; , m M IY wM •„i*1" w M�M "O,�n d,IolM.,nr a m1'ri �4ft"YI-/,Y lYw wu„r N w, 8 \ S P. O. BOX 9909U ' TUK WIIA..WA. 98188 K A. SEGALE, INC. T91. 226-32W DATE DELIVER T(> .... 3 i Darren a/.na min Q2C 000,9RkM, POs Aeri9en l !w 9a Olr for to ff1UC= 'MPfOffe La _— �2T IIC.`D 9Y AMMW _ SAUX TAX tp be M�.�w IeK A,10alit A . . r W. +Mr�A Mr(♦"mw�M ,� 44grvy 1 qua 1 14 ti f� P.O.BOX 88050 TWAWILA, WA. 98I86 K JL SEGALE, INC. Tel, 226-3200 DA _..__.............../��..T.... .........................,........... _......... _._........... 7 .................. ' WAMHTT CV.TpP�Si2 wmmcam T m PSHCL AYWIIR i ' OL a=& . IloswYp _ h!r Die — j GROW WPJRM'Loa TK.`UC WlDQR N6 — NXT BBCD BY _ Am"Wf :ALFZ TAX Toni AMT. M 4 FrMmily w d H M.A SOMALIL AK.,+A rt b.J."la any d.".rc. Nbimv,fl w dry ddf w w low Am r Mr pwir B f' O. BOX p8p50 TUKWILA. IVA pp:He M� A• BEGAM INC. Tel. 226-3200 DATE 'OLD TO: . .... ...._.........�........... .... ................_..._ .............................................._....... ....... DIU-rm TO: W.IATIry a.10iI TONS E fi7rr]f1YfTOA Amour" ---•— O.lyAY EN TOP mma //—'' -�-�_ o V RWD By ---- —AMOUNT — -- — SALES TAX TOTAL ApR. ab 1060*1 l°�aA Ma K A,MCALE INC.. w �'1 ^"""M p1wN•roM° 1 n� hl�wyy-1 Md. M"pad Ay" Mw 1 ti J' . wro m E WAY 340 IegnCRLffi _. ){ P O.BOX SOS Xr MTON,WASNINOTOM EEDSg M1000 DATE__ P.O.• SOLD TO_, AD0RESS.�� f_ MKL y.r[VYr �. SAND r " n pIrAVEI :. CRUSHED HOCF I KicDx { SUE 1 rorni I ------------ TAX HI E -TOTAL ' No. C 32882 II n 0M""IV WWI MM STCNEWAV CONfSE IF INC."I nel L.n[la LYNX ar 1 erI.IM[d LEevL,pe I.. ,IA[:I aw'L1�4 n Ww[I ar p.yrb MaE[n7 wr 6nm[pE mp i ( Ik_ z� 5T0 N EWgy zc .ysr cmwrlel& . P.O.BOX 500 RENTON,WASMINCTON S@OM ~ ` zM,OOU 0 C f P.O.. , Ili -�'1PLANT•_ BOLD To-- --- iADDRESS_ '--- 1 1 {{1F DITY_ xxr _ OVER ��--• To C. roe SAND GRAVEL USMEO ROCK RECpX er STA TO TP._ TAX DRIVER TOTAL No. C 31051 R RW't"v EE W INEI STONERAY GONCR E7 E INC.vdl nm be Iy10 1,W.1.wry MmEp to W.bbey,N~l o}ReEvrn;roWwEv m MrraE orownv m lElrvnrup mm NiEI hKEL Ebfve,On fhy INERIIEry. SYONEWAY P.O.BOX SOBRENTON WASMNGtOft p{ ' C� vf3 U -' SOLD r0__ _L ADORESS_�_ CITY TOLIVEP rMI.MTiTY 5I., _ cu YOB. SAND T GRAVEL —__�- USHED ROCK BYcOX • •UB TOTAL 04 TAX DRIVER TOTAL i No. C 31053 I',•tp lfkOv Nwe d mN STONEWAY COACRETE INS.rill 0-I W m!a!m&*for my d—mYloehn.ppe•r,flprri,Ply MBBYAL;,pBEBr•ie wftm, ro ••b,hgen•bo.e.nn!ner pemNn P DRO OArverinE mn. I i k i STO N E WAY ate . tO-rX 5OS RENI ON,WASHING ION wa66 PO III SOLD TO— ADORLss CITY DELIVER TO w SANO GRAY CR ROCK r J X SUS TOTAL TAX HIV R TOTAL No. C 30895 'I N wuixrry+Fwd thn S1p MEriAY CDNCRE rE INQ will nm nu nd9 bNN fN EIN lNnEP to MruWuY.Mown,<i1Y udrwyYL roplWY'R WAIN Wn lly'n EMwny NIF�W liNll rbo.�,on IPw W1mrIH IN ti STONEWAY R,O.BOX SOB RENTON,WASHINGTON 9005 { 226 1000 PO w ra� ly,�i SOLD TO ADDRESS_ DELIVER TO a.anr�.. piunm�nr. m vD6 SAND GPAVEL CRUSHED ROCK n�pX �y1 TOTAL _ TAx ORivER TOTAL No. C 30894 II p Iq,n¢alll 11"d pal STONEWAY CONCRETE INC,Rdl not pe halE lyple la:E^Y mif"O"rp Nrubb I Ilownr,clly Ii0ENM4L nyREb pr prlyle prppMy in M041 nyE IHA sbW'on Mw pemipN i$iiii�+4wTrarr+*r�aMr. :. '�" _'�G.'+bd..+ �roedEl•>w§�ltr` .. . 1 1 3 i STO IV EWAV/? -1 u[[ qT I O BOX 509 RE A"NgT "M PO SOLD TO ADORESS_ CITY_ Ir DELIVER WRNII)Y n[fCAlllinN c[ �, aI rod SA/dD - GRAVEL CRUSHED ROOK Cu x TOTAL TAX DRIVER TOTAL No. C 30896 �i I R a RR[0fK01Y WM that STONEWAY CONCRETE INC WII nut to hold Is.61 rpl ohv dWAW to[o"Aho"Y,llo[wo,"h oulf"b,mN[sY p[p[N[I[oW'"ly d[hv[nly 0[I nd IRlod Mon,On Nor phoml[[I. [ T 4 vI'•.a;l :. 2 ' t }f$d I"� 1qt IGY°%L�vA Y T,r V STONEWAV e. c.U dolt SOB RENT ON.WASHINOTON NA{ I T m1wo IV i +L. LL.rr.. !.. SOLD TO ADDRESS DELIVER To ' WAMiiii Mffil�li+Ow W�[F f �� eM+IVMI 1I w .M SAND GRAVEL Itk . _ CRUSHED ROCK eiLu� SOB TOTAL _ rAx RIVER TOTAL No. C 31678 --- - -- It u MI pif,S/IY ypE"STCM EWAY COMIC RE TE IRC,wol nw M NW Iqh Ip MY MYM"0 bMWT."M OtV uOwMMt"*M y or pwpe popery m doll. IIy, RIMI pfwll+Ml l pi i • AM s+ f o. j STONE WAY concnatffl- . P O BOX SO► RENTON,WASHINOTON 990" 22F10" 0 Po PLANT SOLO TO AOORESS I CITY DELWCR -- 4 TO wr.n rrt. vncno °n <.� mnuni'— III a rpa SAND GRAVEL CRUSHED ROCK iv`OX - TA TOTAL TAK pyyER TOTAL N o. C 31887 -- - - W 6RIMM ft I"W OW STDNEWAY CDNCRETE INC "I nm N h. uW Ip En1 AMW" 0 1 ,119K9N,MV iWPNMY• 1°RJN9Y nr pwaln pa9M1 in j.Uw S n•q WW 1M19ESSIM an Mra Armen A) STONE WAY R0.1110Ri0w RENTON,WASHINGTON MUMS , / DATE p>_� 1 PO.w vt AN1 w�__ SOLD TD.__ f f ADDRESS f CITY DELIVER j TO w rfx SAND GRAVEL USHED ROCK Y Im. sum TOTAL TAX DgryEq TOTAL No. C 31885 Nkyaitaship wd MR S7001FWAY CONCRETE INC.Will rwt IN hod frlNiwwry /IIIIMR/.fl.,MY Ra"W"', rwdgY W Seem,m,nW"v.11 do,""We Rl� @Mw,On thew ws--w t r 1 f STONEWAy I.O.BOX SOB-u:NTON,aNASECI NGTON MGM "0 10 0 0C.-_ : ' 4 1FQelI.iy PO ♦ t ? I PL MiT SOLO TO ADDRESS f.ITY It DELIVER --_—' TO wolTII aauwin�on +u .wov..T N rDa SANG GRAVEI CRUSHED ROCK AEC O V ED. __ TOTAL IAR EVER _ TOTAL Ne C 31886 II .,.vlKally Woad Illal STONE'NAY CONCRETE INC.will.,I ba hNE li .fw any damya Ie JPubbwy,1lawata,ury aiOewMaL IOMwry w pliValr n�nlMRy in/elrvafi�mN wwl ImrE abnn,on Ibew FIrm�PH. ti STO N E WAY C anar rtt .. P.O.8OX 506 RENTON,WASIIINGTON 9IM6 (� ) ' � lJ .T i I.O. ILANT SOL V TO—__�_ t ADDRESS_ DELIVER TO ONC! �INVni °• SAND GRAVEL CRUSHED ROCK we TOTAL TAX DRIVER---- TOTAL No. C 31869 It n rW[irgWy yr••d m•r 5TDtiEWAY COMCPETf ISC. )not Oe hMI L•;>!Iw W' wwjw.ra°IN",0, Y Meta p cp;•Nea YWAMtL na:+rY Lr prAL'.!C.in,i In d•1wr�ry rw � 1 A. Provide in' "tigr. and Wlilrace to all staff and aun.gwent puonul vno .site hiring hack!f so that they "a awe" all IPPlic&rts 0411 be considered as sat forth in the Aftineative Action Policy. Pr Ioury consider&tlon shall be given to mlttorltOfs, swn end oth*r oroup. as defined herein at any tiw the City's wrk force does not reflect their participation in the work force of the City's noreel recruit. sent tam". C. Provide roarlod4c training for wne*ors end euparviwrs in equal opportunity objsctivss and the concept of affir"tiv. action. such traintni shall tnc4pesa @qual opportunity 1"Lolation, employmmnt practice*, potential discriminatory "to, ad cultural -v"Moss. Additional specific training will be providod to any city es,,I yeo chard with the res 9 Action mi assuring rail that with the to oatrw of . p City'. toreAffi anti sa Action Program Outlined heroin that pertains to ..ntranton. @ut- U.ntrac5dre aM suppliers. D. Provide svery new employ" with A general ori.ntation to the City,$ "PI.Y- aept operation, its personnel Wiciss ant practice., esploy"nt benefit*, department locatloha aM ressurcas for infot"tion. Lech new employe* shall receive a copy of the Pali Prarticae Policy and an explanation cl the grlavMca procedure relating thereto. 1. addition to the general Orientation. "eh rw employ" @hall "aceive as or1*ntatlon by his/her &uprvl"r specific to the department Dy which he/*ha is amplo•'d. C. Pay salaries In e.cordance with jab responsibility, a"Sniater fringe benefits equally to dl m:ployesa in Acoore*rc• nit.. labor ...curt# and ordinauces, and &.sign overtime work or. ss equitable and ran-digcrlmin.loi, begin. P. nacruit in xuch . wnn.t .. to a * oWlo,.*nt opp.[tunitiee known to the y - greatest number of wwn am miroritl*x possible within thq City'- meal ree[uitwnt area. such recrultment efforts will include the dletr:betlon of oon•prwtlonul position optnings to; 1. R,* Anton and sgettl* offices Of the "shington State I ployw.nt Security Departaentr 1. or94n19stions -hits easier in the aapic".ot of aftectd eaeaana .* is dewed appropriate by the Persoural Director, base ,%,oa job requiresenea and the type and *cop of yjacemant ""Ic.g offered by such orgeni"t10ns. A listing of thaw orl"lastlnes to availabl. In the city's Personnel Office for review 1. Current city staff. Such distribution shall ba "do by posting In the Personnel Office, the City Clark'. O:fice, tine Street it Department Office, the Pater Shop Office, and the Park tlaintonance Office. All city employ"4 will be lnforwd ad periodically r"lid of th.a. loc.tions. Such additional recrulbent m enures a& "y be deemed appropriate by tla Personnel Daractox may he employed in addition to those Mueer.too above. All employwnt notification. shall include the st.tament -'Ma City of Aent,a is an squat opportunity employer. wrnen ad mincritlas are eneour.gd to apply- AM shall be diatrlbo:d at Last tan days prior to the Application closing dote. Snpplsmentary hlri ,q progr"s such at port-tiros traipse, intern, am public sapleysswt PrOgr"s shall Also be .uble.t to the equal Opportunity Program. Ill. 4PIOYImmf Ot'✓CIDPIRIf[ The hirinq of minorities Ad wow on a fair and equitable basis ,a only the first s � to Affording egwl employment opportunity. Skill development, promotion, and .,sl now-diecrim Lutory on-the-job treateant are of equal lmprtMon G mth the individual and G the City. The City shall uud*rtd. the following to achieve esploy" job eat Gf"tlon and fair treateRat AM to mar* successfully utilise own and aloorlt persons in the work force. A. Asmur* that there will be no fiscrialrat:on for reason of te.*, color, .read, •": physical, rental, or esneory haMacap; age or "vital status In regard to ul.grdia, presiti", demotion, tranefor, layoff or termin.<ioe, fkploy" grit antes &ri*S-tg tram MY am IOYwnt action alleged to he a a discriminatory affect shall recel" LMdiatt action under Soctlon y heroin. S. Dev*lop a skill And interest irvantory of employee* which C" be used to identify supervisory AM eanperlal peal&ion Potential. 'ITIs poGnti•1 .lull be en ldti[id th through: 1. written stacessnts from employees indicating tbair skills, education AM lntorsat in advancement to Positions of hlgro respcnsibility. i EXHIBIT "A' ,,TIRMTIVt ACTI M VAOOAAM CITY M AOfft'aB The of Ins City of Mnem to to promote and afford equal trutarnt and service to all cltiaans acid asaufo equal eepaoynt oppeKwitY mall perems po MAed on ability and fitness r"arlies, of racoi cam", colon national origin: semi physical, "leery or mantel laMlc,p, Agsn or ma[ltal status. in recognition of its obi,9atlon w provide coemnnity leadershiV to owrccor past dreumatancas Mich have otth*r born to sot sncouragee >. diowura9ad repr9e,ntat. 0 sanoratY a,d fossils ,!,he, b,, the otcY o[ Union "a initiated a program o! afflrmativw Action delved amr,ayto "sere that the spirit end intent of Nis Policy ie rullsed. "a tort elnatity as Mretn used s, l: include,ha hot not�ricanb Indiana. 1,lmitod to, plr•t identified at Blacks, :penlsn-Aeerlc"a, Ml"s, physically, sensory, or of the equal opportunity pesky includes such persons as the phY y• soncallY handicapped, and those hatwe" tine ✓Be of e0 and 65, e." though the emghAal* is Ulan e.rorlties W Tama"". Tha 'o pnaes of the Affirmative Action Program are shim establish UMPL manton prectieee that will 1*od to Arid poLnuln • anoritY ccalro 21 achieve Arid mark forams that fullat of the utlllutimlOr recruitmentof minority 'it t laden employees at all position equitable position lraels: 31 Prrmata an atmoaphare of rwndiso[nieetlor. and [air cam utpoo[ within city goveriew Ati of Provide compliance with State and Federal equal op'.unrtw ity requirements and tepulstlons[ S) ".oura9traefo[� and eugVlj.ual ,e aof gnbusiness With efforts on the Pact of contractors, uhcani flow City of Pent.u%. This policy -hall to ode known to s, oy l<Yau, contractors, auomn rso )c, and suppliers through distributim ..of hap , nOks, but loupe, letters,ne[d 1pdginc conuc .. to, conference a M or m, orientation -sitna. Signed acknowledgments paoneel in on cooperati *hall M rvqulred o[ all dePaftmant MMs art upervlsory ,&ct�n. and the City of mentor and, wtsre appropriate, o, all cmtractcrs, subcmt epplrsfs to N o this policy ,hall aPenent ampi-hbne, orthwhat, oonttacca with the eeploysent love,. of slant nr wasp 4y -ity of Ashton att*.n a t*-al esceailing $10,000 1. pmii: "S➢DHs1BILITY To al-u:e that •ho equal *rplcymnt opp ltwlitY Policy and Cl ne provisionsopwrtuni ofOdice[ ma Affirtive Action Ptoq[" "A ^pried out, An Bquel Employment eMll he appointed or delgnaced by th, maYor. The Cftiur shall W the LocLL point !or the city's equal oPpoftwuY dtor<. are all adviw and *,silt see!!sanagesa+t pereonnsl. in -11 letters [elstinq to implementationnd of a CC@WIlarnce for the ttah with Ale Affirmative active, Fish, and berosponalblelato Sta to and successful ty and caemun agencies of this proof", utilizing the am,lmtanc* of apprap cad "g"Isetiun m .s AM maintain Close lials With the MYur and city Cc cil on the am , o[ tea ptogru. The Equal Mloymet Opportunity Officer Will no" the reoyens ibllitY to: A. Initise, rwrd_nat-, and e•telueta development of the city's Pl"a and Progtem, which ago deign-A t, Anson that all current and prospactlw employee, reuly* the beee[lt* Of Aqua. n layman opP° [tuilitles. B. Periodically audit the Practices of the City and retuned LPVot'omento in the Affirmative Action Policy to the mayor's Oflac* and the City Council. C. Inure that all eeemerslof with ithintU[ "tyAare fully llvs oore Of and their actimE are in camp h the tLOh Policy ,ertALniq to aqusl smPloysent oppc y• D. provide cant"-in' "Bas n c"'On or the A[ wtiw*outside ion Action Policy mon,gameot, employees, applicants for amp performing eervlcos for the OtY. II. z"WYMINT 9PA[TIRS TM .,,,all employment Practice provide the kcy to a*surinq saml employment cpp q an appropriate representation srepresentationIn the he fOl work torte. To achieve them, objectives, the City of Bunton "all undertake the ollwicq Acums: A. Conduct periodic review cat ell job descriptions to sosure •Mt they sccarataly uational . "Visions reflect ;8 content and related de Uta"kill [+qutfAnd/or em*ntatrhlch e[e unot f reasonablyreasonably related to Will be "do as "cossatY to the talks to be parfarNd. 7 t R. E%M Ii[t' ^gas "nil iATIVf ACTION PAWRAM .. Cl" M Nf rnw '1 The policy of the City of Ae'ton is U proants and afford equal Lrastment am A" service U all citizens and assure equal mmDloyaent opportunity to all parson, based on shility and HUsas regardless of race, steed, snick' national origin' meal physical, mensorY or Mahal handicap' aqe' or mazttal status. In recognition of .tom m .. .,. , obligation to provide community leadership to overcome pact cieeum'.taaces which Mvs .. f@rlanic„Iy moniT tne prsotleme at tam, city end rwoM=d improvmmmrtm in tM Afflymativm action Policy U tha Myor's Office ash the City Coonrll. C. sets that all members of mmeeqement within the City ate fully wawa Of am it .a actin . are in cowliance with the intent of the Affirmative Action Policy pe taining to equal employment opportunity. L. Provide ^. timing c w icstion ea the Affirmative action Policy to meneq"ent, splay",, applicants for maployment, and to outside or,anlas[lona psrforwi'9 v.rvicem for the city. II. OOLOyM PNALTIM it, overall sployrnt :tactics, providf the key U aacurill eq"1 sflloyment a apportunit•om &rod achieving an APproprists opresentatfon in the City's work force. to achieve Chase oojectives, the City of canton @hall undertake the following sctlons: A. Conduct pmrladlc rer'mr of all jN descriptions to ,,are that they accurataiy reflect job cot ant ud rale.ed skill and/or ^dricst/anel guallficotlonm. "Visions will M smde am necessary to delete requir,msncm which are not reasonably related to the tasks U " parfaraed. y x aw S : r W K t�P aG 1h�YI�t`i � a is 2. annual r.vt. and anwlyeie of each wplcl lob per"„vncO, SF wplowrnt d.velnpasut end wad/new m aseum,m A higher Ph tton. C. Identity Specific positions for which emp'l yees qualify and &sour* that witr,1n the c- etrdnta of Civil Sarv1Cs Rules and union contract rates, transfers and promotions are "do without discrielrutlon she on the basis of qualifications. D. Provide stllis training, apiorwnt oriertation and guidance to 'All hired under ony public ONployesht or tatdw educational program to assist them in asking the transition into perwnent seployall po.itlone in o/thOr the puhlit or -` private sector. ,. Conduct perSWa trolntnq sessions designed W increase the skill. and emplo @set potential of eWloyses in all departments. Assist all through e counseling, me requested, in developing individual programs for career doveiopment. W. LIAISON AND COOAOIMTION A. Thar* eclat @any org.olr.[fonm vitally concerned with *'Tull opportunity ano fair treable t of minorities, wtleon, and the physically, sensory and wontedly huAlcapped, and those oL w t or* over d0, whose rourrae can be of valuable assistance to ac1t1@ving the 9.10 of this orogr". lino City of Renton shall gwlnteln !onstant contact led coordinate various sapects Of the Affirmetive Action Program, with thew orgat.lratione. In addition to chow identified with respect to recruiting, hiring, add employ" dell working relationship* shall bw "intained with the varioue civil, labor, and minority organitatlon@ 1n the greeter Renton area. a. the City also rocognlsee its [esponslbilitlwo to coop lY with and assure that equal OppOlt"ity .rd no discr is"tion policies of State or Federal agencies with which It conducts business are carried out. Specifically, the City of Renton Sh ll: 1. ea responsible for reporting to the appropriate agonies any complaints ret*ived from any tapleYee Of, or an apPlicact Or mploy"nt with any City of Renton contractor or .Ubcwtr&c"r, u,,ltct to ba*cutive Order i Cooperate in specul cOWllance reviews or In inwestlgat tons as requested. t^r1e1 1. Carry cut eanct tun+ .gainer conlutto[la) and/or eubconcrec .s :squlred. *. easur@ itself and the agency .@ Par' of the great application process, Nat CM got tral or prise contractors will not hAvs sutaitted Par*- ral bids that deny open bidding to minority or any other Sub- contractors. S rurnish inforeation ea required, eslntaininng an affirset3v@ action file detailing its efforts, witt dates, to nowt its c it.arato under reacutive Crest 111". Alt dot. and doc,a*ntatlen generated a. a result of this Affireatlw Action Program @hall he wadi *y.ilabl@ to ant[ Federal or State e9e l for their realer upon request. V. GRIEVANCE rROC,OtlRrs The Rol of the Affiraative Action Program depends largely on the attitude of the ccrunity so well as the all opinion a@ W what cnnatlNtaa [dam W equal and Cr OAt@mnt e..Y vary widely and grltv*no@s sey ream". The following steps shall he t"on imol ly for any grievance arising from the LOpl*mwn on of this program " e. W YInt,in the best possible ample se-nge*rviwr end rtry- rowe,mlty relationships. A. no loll .hall bring any grieeano@ to the ett.mtion of the immediate supervisor or department toad, wlu will investigate a@ alc*."ry to detal the ceu" of the coal and work rich the eeploya* to Offset Aa equitable *olutioh A einl oa Of five W a se.im,um of tan working days Shull be Allowed for con:cili*tlon. ,very effort shell be sede to .wive the difficulty at this Level. My Owl at this point ham the option to ll the gria,.... through ,thoses outlined in bargaining unit contracts or proceed with Step A. a. If the difficulty is not resolved at Stop A, She wrvlcea of the atpa: oployemat. OpportMity officer my be requested by either Party. The tgual m,oploy"nt opportunity officer @hall intorviw both parties, conduct additional lnv"tlgatlon ea J necessary, add r..e .d in writing to both Partiae appropriate eo[r"rive action and settl agent conditions within ton working days of the receipt Of the 9riwance. r.t..ficl for t"oonsble cause may he granted at request of both parties- 1k } 6 krNlaiI "h" AYYIatAT1Vk ACTION PPU RAM CITY M RkMTOW TM policy of the City of Renton is w prmta W Afford 0 LL treatment and service to all citizens ash &,.mire Nual amplono nt opportunity N all pa[sear based airs ability And flthms regardless of race' creed: color, Optimal origin, Mani physical, sensory or VWtAl handicap, age' or marital atatua. In recognition of Ito obligotim to provide c sity leadership to owrcoma pat crrc'mwtancu Mich hew either barred, not encouraged or dib""sal raprosentative minority and foul* aaployaent, the City of Rontmn has initl6ted A Pro916e of afflrmatt" *odors deigned to suure Nat the spirit and Intent Of this Policy is r*allrod. Tee term minority am herein used shell include, but not be limited to, chow tder.tified AM Elacee, RpmIsh-smpr/cans, ,Mons. sM American Irdions. `he spirit of the equal opportunity policy Includes such persons as the ,hysirallY, sonsory, or untal_y haMiceppmd, ad Nose Grtwen ce Ages Of 10 and 65, even though the emphasis I. upon minorities W fenalm. The Purpoom of the Affirmative action Progrr at* to. 1) aat&bllsh employment practices that will lend to And maintain a R.tno[itY capo*itim of the City of Amntoo work force that reflects that of the m)or recruitment area(*); 1) athisw W maintain equLtable and full utilimtim of minority and temple enyloysem at all position levels; I) Prue an atmosphere of non-discrimination and fair treatment within city govsYmprit, a) grovlde compliance with State and Ped*cal equal opportunity raquirm owts end regulations, 5; encourage W sonitOr equal employment opportunity efforts On the part of contractors, subcontractors And suppliers doing businus with the city of Renton. Tlila policy *hall ba made knows to all employ**@, contractors, *ubcpncrsctars, W suppliers through distribution of handbook*, bulletins, 1*tdrs, AM Psr"Oel contacts, conferences W orientation mmicas. signed ackrmledg•ents p1e191M cooperation *hall be required of all d.pnrtewat Made and supervisory Personnel in - the City of Manton W, where appropriats, of ell contractors, *ubcon Actors, W supplier@ to wPa this policy *hall apply Mich include those with M aeA Aq* Annual amployeant level of eight or tors permanent employees or whose contract* with the -) city of Nnton Attain a 1eve1 exceeding $10,000. 1. pmJOMaM Rr.SPOMSIE)LITY ro m@ur* that the equal seplcymant opportunity policy and the provisions of the Affirmative Action Program are carried out, an Equal faployamt Opportunity officer shall M appointed or doelg:ated by the Mayor. The ON1c.[ shall b* the focal Lint for the clty's equal opportunity efforts W will advise W easier staff W manegmunt personnel In all matters relatinq to implementation of d compliance With the Affirmativo Action plan, W be responsible for the suncm6ful wmacutim of this program, utilizing the assistance of appropriate State W ccMaunity agencies W orymilations W Maintain clone lisime, with the mayor W City Council m the progrmm o/ the program. The Equal Employment Opportunity Officer will hew the responsibility to, A. Initists, coordinat., and ...lull. d.wlolmont of tts City's Plana and prog.emp which are d*ain-ed to lot—* but all current W Prospective amployoes recoio the Mn.fits of *,Mal ame,loyment upportuniti** S. periodically audit Na practices of the City and recoMaend L'prO a is :n the Alfirmativ. Action policy to the Mr,o[Y Office And the City Council. C. Insure that all sembeta of anagemant Within the City Mr* fully awme of W their actions to in oomph _e with the intact of the AffIYWtlw Action Policy pertaining to equal employ ant opportunity. P. Provide continuing compounlcatim of the Affirmative Rulers EolicY to =Ament, employees, applicants for employment. and to out@ido organizations perforflM servioee for the City. I). VWWYhs'YF PRAMICE' , The overall employment precticu provide the key to *souring equal employment II opportunities and achlevinq ai appropriate rmr*aenutim in Me clty's work force. Td *chi"* them objectives, the City of Manton shall und@rtek* the following actions A. Conduct Ioriodic review of all job descriptions to seduce that they accurately reflect hob content and related @kill and/or educational qualifications' movini ss will be made *0 Mac.amrY to dolote regclrenen[s Mich or* nut reasonably related the tasks to ne petfo_nad. CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 2017_ EXHIBIT The policy of the City of Renton is to promote and afford equal treatment and service to all ritiss" and assure equal eTZOyment opportunity to all persons based on ability and fitness regardlSes of rmce; creed; rotor; national origin; as; Physical, sensory or mental handicaps; age; or marital status. This Policy shall apply to swry aSpest of,V:opn,,t practices, employes treatimsn9 and public contact. In keeping with this principle the following guidelines are established and shall be the gowaning policy for aZZ depoub" to of the City of Renton. L. og,Lor W - Reoruiti.;g, hiring and appointment practices @hall be conducted sole y onT-�t a-basis of ability and fitness without regard to raw; color; creed; national artigin; see:; physiool, s,me,ry or mortal handicap; age; or marital status. 2. pRONOTIOM - p—tiam, downgradGq, lay<ff. discharge and inter-d*pu-bs,nWl . tests or�Tv 11 be dependent on individual Perform-'e and °"rk fore@ nods without regard to nma; actor; creed; nationtal origin; ees; physical. Sensory or mental hondiaat a; age; or marital Status, and wherlSwr amlioab.e, in agre✓mant with RaShtinpecn State C.>o iL of Cowry and CY.ry Employees, and in coeptiaare with g,wamCng CivCt Service Lens and Regulations. Y. TRAI^IM; - ALL on-the-Job training and city-supported Sduactiomal �pporeunitties shalT_�aa;inisared without discrimination to sncna,ags the fullest devslapmsnt of individual intere,ts and aptitudes. s. SNRPICT AND 6yR[41LE CONDUCT - The City shalt de.^t fairly and equitably with all oitieens it'rsrws a peretne it oWl;ys. City departarnts shall mintaim the e pol-y that w -ity facility shall be used in the furtherance of 4% disorLniuntory pract�oe. F. affici,L anvil apZoys, shall be resocn,ibt, to ,•arty cut 1'te intent and praviriw,,. of thin policy. 1. COOPERATION L'ITR Ruml, NIORTS ORGANIZATIONS - :he City shalt cooperate to the fulle@t @stem-pots, utt orpmiwtwns and cunrissions oo+sornsd with fair P,aotins mud equal opportnity ssrjoyin,st. Such or^�-,e ations include, but are _ not liwitd to the Renton Ruin Rights and Affairs Cammris✓ion, the SW O Nuemn Righte Coss.iesian, the Seattle N~ Right, Camri*oion, Seattle Moelsns' Cone ieeion, and the King County Area Age" on Aging, d. AFFIRWIYE A-TI011 PROGRAM - To faoClitat, equitable representation within the city..wr oroe esesv squeal .eploymrnt opportunity of minorities and w✓emem im City Covernrmtt, an Affirnatiw Action Progrrns &hall be initiated and maintained by the City of Rentam. It @hall be the responsibility and duty of all City Officials - rund llepratnent Reads W carry out the poZicis@, guidali.s@ and Ocrreatioe messwa,& as met forth by this piagnsn. 7. CONTRACTOPS' OBLIG rroN . Contmotors, Subcontractors and suppliers comduatimp burinwe— wi�t7n tTs-Ci Y] Romt," shalt affirm and sub,,rib, to the Prir Practises maw Ron-Irt&eriarinat{onn policies act forth therein. s. PoSTISG OF POLICY - Copies of thds Pclicy shall be distributed W at' city emplcysee�pear in all Operational docsentations of the City, including bid calls, and ehalL be preris,tt Ly displayed in appropriate city fa.-ilities. C,WU„Go [" by the City Coumcx, of the City of Mnws, Washington this 9th_day ef-JJaLiY _. 1976. r CITY OF "GIRO": �-RL�0" CITY COUNCIL: Nayee T_ CownCtl Pfee dent 1 CITY OF RI',NTON 1 GENERAL INDEX AND TABLE OF CONTENTS [ TO } CONTRACT DOCUMENTS Call for 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 Affirmative Action Plan *Certification of Equal F.mploy,nent Opportunity Report •Non-Collusion Affidavit *Minimum Wage Affidavit •Bid Bond Form Special Previsions 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 Executed Prior To u mitts or-M. AL i 1 y IIiSTRUCTiONS TO BIDDERS I. Sealed bids for this proposal will b� received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:00 o'clm:k P.M. , MEDNESDA_y MARCH 1p, 1977 At this ti-le th, bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. We proposal mry be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understooc: to be only approximate. Final payment will be based on field measurma;rr 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 to examined and copies obtained at the Pubn c 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 must 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 event of errors, the unit price bid wili govern. • Illegible figures will invalidate the bid. b. The right is res.rved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made Payable without reservation to the Director of Finance of C:it�of_ Renton in ar. amount not less than St of life t�ta amount i s a accll •ompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following lecision as to award f contract. The check of the successful bidder will be returned provider enters into a contract and furnishes a satisfactory performance bond a intllig the full amount of the work within ten days after receipt of notice ct intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. S. All bids must be self-i -lanatory. No opportunity will be offered far oral explanation except as the City as, -equest furthe* information on 1. :titular points. 9. The bidder shall, upon r^�iuest, furnish information to the ..ity as to his finenciri and practical ability to satisfactorily perform the work. 10. Payment for this work ..ill be made in Cash Wa-rants. 1 who � \ L „ VICINITY MAP FOR NTON AIRPORT WATER SY p0 w rnfrb f 113TN IMPROVEMENTS 5110 PIMA %•r t� sr s 111Try ST. P �\ � / i I ISTN fr 16 S IISTN PL PHASE I IT { 116TN Z ,.. W ; f a1.11,.. N�KK''NN® f 117TH Sr �a iwwil AIRCRAFT f 116I = It S I Ilr N f i jJ%1 ftt ' f i 1'fTw ST n '. < - .•.l.r C 7 I201M {I °;t f I 121ST Sr ,x 11 INDU9tMIAt < yL: :. ?1ST f. 122NO At ( }I NA, III, ST � L 7=D 6i of i r O = I NL.N TON Srrt �•dr + r w f V)NO <f "UNrC PAL Pl L= n < A'N PONT 124TH {T I. N .Iry ` ({ilSTw STI NW S1N ST 1 Nv. STw ry IT N •{•i Z IT IT a 1`'dd'{l sP 1 w r Y` t ST Id 15TH 7T D h 11 N11kV • QfTN IL nPP N < ) I Ntr 4rn = _ N 7 7 7 }S Stld�u� < I f +h�{N Pow T Sr �1 _j ' -< N ITN {T w. M 4 ' > + D 7 L C x = y IM) < < < IT 3N0 pl. A=1011 w w 3Nr s w < Aev r N ; =NwT r 7T =y i C O 3ro U ' _ • 3Ro KN 7r o M1rro WAT IR[r aT •may 7T _f S '. f TILM aN S TOIrN .4 ST � T " _ �NIOM sw WCTONr ti � < fT J ♦ � ei r.r r:,i0 III IfITN AgNTON I: N Sw 2N4 Yw ON < rr \ �< •lili:i• r + •M ha rON q f { ZNO W TN ST 4'•pf rp i 4�0 `• m � •1 1� J 5 IPO Pl N N ANTNONN S IlN fW < w SVNS�' w M(NIIrM1 loc-lo01 I •f IrM {T A Iiq � fll• rlhirN Z i f Rap • N[ UN + W rp P91.N PL <C� DM Ii < .d i� 7< + �• STN �ST • 5r5 4 CALL FOR BIDS Pik Sealed bids will Le received until 2 :OC 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 ly" galvanized ircn water pipe, 1 ,525 LF of 8" ductile iron water pipe, t! and appurtenances for Phases I and Il of the Renton Municipal Airport Water System Improvements W-455. 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 fixt•d for o;)ening will not be considered. Plans and specifications may be obtained from the office of the. Public Works Directcr upon receipt of a deposit of $10.00 for each set. Th•a 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. 9 The City reserves the right to reject any and/or all bids and to i w waive any and /or c'.1 informalities in bidding. The City of Renton hereoy 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 origin 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 opportunitv 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 8 to every aspect of employment practices , employee treatment end public contact. Delores A. Mead, ,.rty LlUxrK Date of 1st Publication: March 2 , 1977 Date of 2nd Publication: March 9 , 1977 Published in Daily Journal of Commerce: March 4 , 1977 ti 1 ^^s i C17Y OF RENTON BID PROPOSAL $ SPECIFICATIONS WATER PRCJECT #455 Water Main Improvements for the Renton Municipal Airport Phases I • The furnishing and installation of IV galvanized ircn, 4" and 3" ductile iron watermain at the Renton Municipal Airport. i t t Warren C. Gonnason, P.E. Public Works Director r 7 • City of Renton, Utility Dept. .� PRESSURE TEST FORM Water Project 1A.1 Name of Project STAo/+ A!4e. 7 ! This test was taken by A4WC7'-iw/ 4c-1A.1/' / on 4 - 2 7 - 77 At a pressure of _ .3C� PSI , for minutes. The test "Failed" on "Passed" on tr - Z 77 Comments: 1. r. P udi . ... .. .{�Ii�i l',�aYRAFM1.!RP'.w,�.NYb+eua wMR'!�.•wrr4.n:-PbAriH/'M.l tMrst ' City of Renton, Utility Dept. ' PRESSURE T,-ST FORM 3I 'dater Project 1,L,- . dry Y Name of Project �.. Eta, . 41f r 't •C'T l This test was taken by / !. ., ,., on 13 ^"7 At a pressure of 3 . ,.7 PSI , for _minutes. —' The Zest "Faf led" on . 3 "Passed —on # Comments: WROW a t AIRPORT WATERMAIN IMPROVEMENT tiJ-4 5 .. ` PHASE T & TT '' + i4- 14i41::}" x. F SPECIAL PROVISIONS (CONT'D.) q SP-05 MATERIALS The Contractor shall supply all waterpipe, fittings , gate or butterfly valves , cast iron valve boxes with their required accessories , concretes blocking, shackle rods where required, valve markers , and all o-her materials necessary to make a complete water k , main installation. Precast valve vaults will be required for large gate valves . Contractor shall also supply all meters, meter bores , and pressure reducing valves as required on this project . SP-06 PUBLIC LIABILTTY AND PROPERTY DAMAGE INSURANCE The Contractor shall obtain and keep in force during th- term of the contract public liability and property damage insurance in companies and in form to be approved by the City. Said insurance shall provide coverage to the Contractor, any subcontractor performing work provided by this contract , and the City. The City shall be named as an additional insured on said policy insofar as the work and obligations performed under the contract are concerned. 'rhe coverage as provided shall protect against claims for personal injuries, including accidental death , as well as claims for property damages which may arise from any, act or 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 shall be as follows : Bodily injury liability coverage with limits of not less than 5100 ,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 E7,00 ,000 for eac'i accident; and property damage coverage in an amount of not less than $50 ,000 for each accident . z A copy of the insurance policy, together with a copy of the endorsement n:.ming the City as an additional 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 satisfactory proof of carriage of the insurance required. SP-07 CERTIFICATION OF BIDDERS' AFFIRMATIVE ACTION PLAN The Contractor must execute the 3idders' Affirmative Action Plan Certification. Failare to execute this certificate will invalidate the bid. SP-08 EQUAL hMPLOYMGNT OPPORTUNITY AFFIDAVIT The Contractor shall be required to execute the "" , Ttification by Proposed Contractor, Subcontractor and Supp) ier arding Equal Employment Opportunity" form, as incorporated its document . Ile shall also abide by all rules and regulations required by the instructions of the aforementioned form. j SP-Z 1 1 SPECIAL PROVISIONS t GENERAL PROVISIONS ' SP-01 DESCRIPTION OF WORK p _ t The work to be performed under this contract consists of furnishing materials , equipment , tools , labo , and other work or items incidental thereto and performing all work as required by the contract in accordance with the plans and specifications and Standard Specifica- tions , all of which are made a part hereof. This improvement consists of the furnishing and instaV ation of approximately 70 LF of VY' galvanized iron water pipe and 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 Water System Improvements (W-455) . SP-02 DATE OF RID OPENING Sealed bids will be received by the City of Renton, Washington, by filing m. Wednesday the Cit CMarch 16,1970 andpwillnbe Washington, 2:00 p.m. , 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 k completion in all parts and requirements . The project shall be completed within sixty (60) calendar days from starting day of construction. Provided, however, that the City Council shali have the right upon 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 Le 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 not furnish any grounds to the Contractor for claiming an extension of tine 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. 1 SP-04 CONSTRUCTION DIRECTION r Construction direction and scheduling shall be as directed by the Engineer. Each segment of the project shall be completed before progressing co the next portion. SP- 1 _i f 14z � i i SPECIAL PROVISIONS TABLE OF CONTENTS Page SP-01 Description of Work SP-1 SP-02 Da'c of Bid Opening SP-1 SP-03 Time of Completion SP-1 SP-04 Construction Direction SP-1 SP-05 Materials SP '- F SP-06 Public Liability and Property Damage Insurance SP-2 _ SP-07 Certification 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 P1 m SP-3 SP-11 Non-Collusion Affidavit SP-3 SP-12 Nondiscrimination in Employment SP-3 SP-13 Wage Schedule SP i SP-14 Standard Specifications Sp-4 SP-15 Field Changes SP-5 SP- 16 Failure to Meet Specifications Sp- 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 flours 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 SP-9 SP-29 Construction F:qu�pment SP-9 SP-30 Size, Weight, Load Restrictions for Motor Vehicles Sp 10 SP-31 Delivery Tickets SP 10 SP-32 Waste Site SP-i1 SP-33 Dust Lind Mud C ntrol SP-11 SP-34 Payment to the Contractor SP-11 SP- 3S Liquidated Damages SP-11 SP-36 Awarding of Contract 1 � 1 BID BOND FORM Herewith find deposit in •he form of a certified check, cashier's check, cash, or bid bond 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: y That we, _ _ as Principal , and ---- -- as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Dollars, for the payaen: of which the Principal and the Surety bind themselves, their heirs , executors, administrators , successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 4 according to the terms of the proposal or bid made by the Principal therefo,•, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terns of said proposal or bid and award and shall give bond for the faithful per- formance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall , in case of failure 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 remain it full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS —DAY OF-------. 19 - — --�_- Principal Surety --- Received return of deposit in the sum of i 1 NON-COLLUSION AFFIDAVIT -m STATE OF NASHINGTON ; SS COUNTY OF S 3� being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on be- half of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the fore- going work or equipment to put in a sham bid, -r any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. ti HERE: Subscribed and sworn before use this ____day of — 19 o ary Public n an or e a cT residing at therein. 4 MINIMUM WAGF AFFIDAVIT FORM City of Renton ss COUNTY OF _ I , the undersigned, naving 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 thr Prevail- ing rate of wage or not less than the minimum rate of wagrs as speci- fied in the pri;Kipal contract; that I gave read the above and fore- going statement and certificate, know the contents thereof And the suostance as set !orth therein is true to my knowledge and belief. Subscribed and skwrn to before Tie on this day Of 19� RR- ary Public i 7&�JFWSUtd of Washington Residing at CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN Bidder is to indicate by chock-ark which of the following statmsents portains to this a bid package, end is to sign the certification for that specific statement: a) It is hereby certifiod that the bidder is saespt from the City's Affirmative Action Plan requiramenty becauso: "Average ennuel employment level is loss than eight permanent anployses, and the total contract amount with the City during the current year is loss than $10,000." ,osiaev rate— BY. �.. -- tl'F�i Qa b) It is hereby certified that an approved Affirmative Action Plan is on file with the City of Renton, and that said Plan specifios goals and timetables which are valid for the current calendar year. company Lace OR t) It is hereby certified that an Affirmative Action Plan is supplL+d with f this aid package. said Plan will tie subjo(.t to revive and approval by the City as a prerequ.site to the centaaet award, mad it includes: 1) Present utilization of minorities and females by job cla3sification, 2) Goals and Timotables of Minority and Fannie Utilisation, amd 1) 9pecific Affirmative Action Stops directed at uncrossing Minority am Panels Utilization. Company � BY: — -� -r OR '1) It is hereby certified that as Affirmatile Action Plan will be supplied to the City of kwrton within five (S) working days of receipt of notification of low-biddor status. Said plan will be subject to review and approval by the City as a prerequisite to the contract award, and it will imcludo: 1) Present utilisation of Minorities and Females by Job Classification, 2) Goals and Timetables of Minority ano Panels Utilisation, and 7) Specific Affirmative Action stops directed at increasing Minority and Pwa1e Utilisation. BY: �itui � 1 ,a r ,�y FOR THE MONTH Of ........„ ............ AFFIRMATIVE ACTION �I,N,fI! tOabK tl aeo m......_ CONTRACTOR SUHCON'fRACTOP MONTHLY MANPOWER UTILIZATION REPORT Ttmitcnd to the Crcy's Fcc7ect Goals and Timetables I% minority employ- o be su Engineer durt rul the fourth week of eanh went) as catmitted in contractor's i month while contract is in progress. Prime Affirmative Action flan................. r Contractor is responsible for obtait,ing and contract Starting Date............... submitting . 11 Subcontractor "Ports. treaa V. hImTHIY MANAIOURE Of ENA torMENT +.pw,,, + Tom la.Tot•t now••ee oo _...--Ta..-.— s. e.Tre • eee ," he.el •bete)of the Cnrrtpenv Nmb of Conbecto. a mu gopct Cleemsee I �er.�Onav 0emv MnarNv Efe ;weeonnacta carWrnrq ten nest1 d,.N tfh• Iles. Tee/ Ml rtf•rof,wo Ea •eancuna A~11IIaY'I to me'emm •leyM ae•►M pnM ' Miler•mv M of vobr conbectl 1 eU1 e%erMa. twai Mrn MMw., K� -'—TotM faN S . +umefetl ca.�Mebo T e.eer " thn �' n.M w --�- Tel 1 LtelfeYleee TretAM � VMent Ot ypyr rNnl crnapaM t9 netel re1e1 TefM % lagw-, Me -- te.Ilr•1•r of New Nara m Ih., Wr Wl for enn .part•y ba�aa> iela MNwfs.. TM�µ!f. ��-._ie�_ _-- ia1M Jelerl•Ye!•e Tfj __.___ -- Tr•bre A.e sae mA-001WI sew. •(Mlr•aY 7o1p Tiiwn:i. YrMilTtiiti:64nnr•. * •. .--1'nt•i_. of lees•) parN�Ml1d or•rnetoe eern�rp/ —'_. Prepared by: (Signature and Title of ":ate Contractors kepreeentative) Y. Na f Ya cow sewer nowe7 P.mviwrd By: (Stgnature and Title of Data City official) �Affirslativc Action token for prc.prme(J) tr" increase minority representatc.on or. permanent work fozcal 1 CITY OP RLMrON INSTRUCTIONS FOR L.L.U. CON'I'RALT COMPLInNCL RLPORTING (RLF: Title VI Civil (lights Act; Lxvcut-ive Order 11140, and City Resolution ISUS) I. This City of Renton Equal Employment Opportunity Reporting System will apply to all contracts in excess of $10,uou awarded by the City, except for those contracts which involve , fhh separate State Highway Department or Federal E.E.U. Report reuuirements. (See attached Sample Report Form - City of Renton) 2. ELO Reports are to be submitted at the end of each month during which a contract is in progress. Separate Report Forms will be used by the Pn,nti contractor and by each Subcontractor. The Prime Contractor is responsible for obtaining, verifying and submitting the reports relating to Subcontractor LLO performance. " All reports :re to be delivered to the appropriate City Project Lnginecr, and will be considered a prerequisite to the processing of Monthly Progress Payments. 3. In the event that a contractor .s involved with more 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. 0. Monitoring of LLO Compliance will be related to the Goals and 'rimetabics contained in the Affirmative Action Plan as provided by the Prime Contractor in connection with the bidding process. (Thc Prime Contractor shuuld obtain an Affirmative Action Program from cacti of the Subcontractors.) When the City's Project Lngineer is nut satisfied with the CCU perfurmance on a specific Proicct, an Attempt will first be made to resolve the problem by direct liaison with the Prime Contractor. If a satisfactury conclusion is not negotiated, the matter will than be referred to the City's LLO Officer for further evaluation. A tcn-Jay "show cause" will be sent to the Contractor before any further referral of a problem to the City Affirmative Action Steering Committee, and poasiblu subsequent action by the City Attorney. i i kcvisrd 1/8/75 i \TIAf.M1Olr :I 1 :alrKtm, sw.:mtt•nos, saaPl l.a lM CltY'. Afti.Ntlr. bt. P,an ..t..W. to alli tMN dolnq W.IN.. Ylth too city ta.rdl.o. .f «Y[G of fY ., b<n Nwllor n <mtr«tar Mr1/rq eNtYt lr. ,.nar W. 'ad t or Npf tho :.. 1%5 l.n An.tladl Im br tM P.rtW1K1t Np10wN Or .li« Me.. W.t .,t. Yale tAa i t .t 41n . •'qnt OI b, rYl•.. [•firl.eltl.. ne<ra[. r eM Ncr.t.ry n( ypOr My tM sK«t•ry . r•gYur to 1, b.ci rw11.r Yau ' Y wl or :Io.nOL• of Nw;na NI ill. oawlapNn< 21 p[«la tM City .Iln . tM "tY . A((1Mtly. ActlmnP["too prNMl tMGto, .N -Ill copy of It. owl AfflYw.tar. Kte d. P.agrr 1f o h'. honk.• rtrotJ.. atl b,iawato by tM Loc.l Public kNn'Y. tM aaruuY I.d of Uton, to -. ly by Yryl.taM ttq .lrlavl< arrC1WM I Pror'de . f y.bol, r„ [M ` ...4rY ^f Mw'M uW urNn r;wl RM .f(hurt and n +Kh !'d yK4q•. 'm•R INI'm .Kg41e ".b.K f°r µ.rpny+ of • a ' of wi rtro'. AlflfN<Iw ap>, PregrN Nre M pier llN ° coNl.ae.• Y'tn awn rvl++, rtqu LtlG., .,w olan. n v 2 re Y..r and NY .C', OoWY t t""?I' COntrKt bid. A I flw'. r . "a th Opt of Ncn fool to of .r.rtt of W b, i, art' .pwl.. uid P[.Nnt rN pa prAt.Neo., city I140rd[cu. thin «r'.Y.d [3.YpN of t114 cmt[Kt Or Y'U °OA<O[p wins. YIU tM nytVlKrIYNtIM vNIlY- tll.Y gYllq of rc.-OaplaAoca .a. rtaawl fIon RM .{yIb.11tY Iltt, btif,W thin Getl.. NY M cN.Hltl, blAanattl,nw .N, rt1Y3A^lan, a arau. of N4 Ktlm NG eWn'M aflalNaY, and laq t.tm Yn.n «tl.fK4rllY a.w,nt4eN and rn. conuortor NY N aC:.r.d t«llq'bl. for fN wtltne. t ,,ObN[ cmplrt. to f"L OploYNnl tbpnrtylrltY GILcu toot a(Icl. I.. Mw bNn O,t". n ptcolanrl erlU p.octlwN +atMrLW In t«eu', Want b. 112N o and on-tM-NY M d+4y.lntl by . chbok of oonpllance In.n)n�• 24,l nw,kM 5 IN KK.dbol, .tl .ucb otn., Nnrt'au Nv M Irpas" and ,ub Iw Krrawt prfarnaK•, r•P+y b. N renitl n [w,ya ndwa ao. 112" of p.ala awl. tM < p re.1.N•r .., 1%s 'q ut Ml GnVke[. 1.. .NMNI or bl' ruin, wgYL.V m, at erar of tM Ne«4iY f (..bar. tk, a put of too r«ulrantol Uat faaNl{Y 4nWtl Omtrato for Nre tun 510,Or of MrY•.. of nWnM atl orbN 4wL,pNnt, too laa Public .W)Ka W tM b«utlw Orar 111N cf M F 'rp Lrcr'ad DY law u Oral I1115 of ofn not 21. all i a da,anna 'o pY [mYCYNw (l) Tbr crr,t rec[9r nil IKIUEn tM t[Donn U, 1%., rM C.1Y t bntm Noll ulua, xa tiu4 .n •—I' aubcmtr.ct , onlo. o of Mf by of I. ," ll . •'U 9.nar.l and nub-marKtn4, tM (e11NYp pfwauonn: . 1, of o o, " ;hn Sa .NNtol by .-wq r.,"all.. N1bod, .Yr Karr of '. 9.c.1. nt nap°. of tM "."d of NOYUM W UabM•buraM tM prLatNae. or thin ,»ntr.ct, too cont[K[ur ..G.. .. foil 0..: Mwlwtlot Pa4«r.t .o�mt 2N at [a.1,.Y Lrar b. II2N nr kwol, r ... 1%S 1« ..1landt Mt o n p.«a.,II ')1 M b'tll. upon a,b Ill Thn cmr.Kto. .111 Mt dIK.I.INN W.onvwc..0a Or YtOr Taw c ,ft, nil t.1. onak .Alma r'U I., "i... tlY ..{'..U. .I Wpllc«t r NY .u...... Ad K pueMN O.b. N eM tan pill[ k rbw V I rN,l°Y.ant will to °( rK., calm, [nlaY tan. «. Uantl O.IaW. wnt OI W,YpM yid Uinta [F•al a, .. n Its p.prt- fllt aan[r¢nd will t.4 .1/lat* tra Ktlm W N.W. RnK rppi onvt r r to, nt NY ll.•lt . .Nan. MfMUin .Lp .NlOradr ./d t11.[ nap 10Y«. .fa trtlfW dYll to i.p'/tala4 ,M:CydIM Nn [lm. f01 nmcolrl l.Na:a PtK1A1d. 60Ya.-�r. NL M •N±ovrnt, nHwut Iaqud w thnlf Into, COlK, Itl'.glJrl, N., vt national rein. 5ucn tlnn aM11 tM IVMf rM wtrK Wf Ma'naf 'nml•H 'n. oI '. Ura.....d nU 11u«Vm :nclua, not not Y lomatol W tho fail..", Pith . N1.'... ...'t to •.1 wrwul r.NI, Of ;wh dnlrKt,m M the laal ail tantn<, Oft; rant. ofNa'on, Pupllo Agancr. r [M _ Or ttNtft[; rKNlflnnt Or tlWft vsal tion[f nr tafa Ntl o, O4t of I,•1.. . to .1 .. ,.. lit paw lop«ion [M VK[Or n atMr tKN of ho omira ion ... .. t tow for ton.,, Uc 1..Its «Y rpy.tt tIt JN°N '44n ! .n w. 'M° aKn Iftl 61m -o yratNt tM .ppfN4G.Np_ TM cmVKWt r4/e1r to M.NN of tN Nlred 4<K1• o pK M to anaaru. p by .....rau W .apleyoon ytl .ppl'ctlt* for thl. adawfl balcN to « =rar.dtl by ant UA wtelN faU W pranuonn Of U.a norWa Krl.'natlm f21 TM cnotla,lw, .111, In .11 «llclt.tlm. nr NVollI.n4 to, MploYMn pi mad by or an, behalf of t11n Oontr actor. &to" that al, q«I Lf Itl ♦pl l ent. p1L [K.I. prMld.Ntlm low +rpl°YM, b14nYt ." AN to rK.. co.w, r.I... On, .. o. national Klgin. f11 TM cmtNctaf will atM W Nrn IY°. nIon Of N aopn.tl4tlw Of .kata .tm plch ft. nN A MiI. Il. Mpolnang .gra•ny,t .1 othal cptract or uM1f- .tltll.a . Nile.. to be On...doo pY t .Own,' conuK-t up attics, Nr.unn tow" "ba" "'or —"I-. rNnwn44w of to. eplrrKNl•. cpp.bn„tr u.,d•r Net.N '02 Of 4KYttw Orar W, 1'246 of SWtaK.ar 24, 1%5 ran .NNNI r ant Nll pat cop bn of tM Ntt' in <m.plcuaua GL G. ....INI. to wtploYno. W np'ulleant. for grlap�.nt, 114, IT. <w,trK•w o11I taplY .,to .11 YiKwonn f f.cwt.y. v.ai On. 11246 f :aptr•i.r id, lN5 IN aaodtll and of W rvl«, rawYlotlmn, .M nlavNr a ot. of U. S.cN4rY of Lahr And tM W.."Y of bouts atl U1Mn 'dawlal-Nna 151 311. cmtr.td will fWnHF rll enfKNVor and retort. ♦pouN ev '► 4 i� ATTAcmtuT 1 UMGLWUTI LI iATIJII 1gYG 'AaKIR rpV,f aY JW CI SIr ICATIC. At'"..Ma t. E..a An !LLY lr'b Lllifl'. IllN And wistrat taplOvss ui'J'Ast\M Asa vrnNonliHltM !V sat ." /K.. Tliif furl rill q 'past" J.wrry 1 aM uJ, I oI AII<IALf Awi AMIMtaT4ytir ' In ordA! f0t try,City of MMbon to CO[r.'r u/Wae- Nch ".r. TM soMel CawllbMt .IN a.. .4t ut'ca m NYf...4ta.en lar Ntr, uu3aN4M in this lob coif ar.e.o.. f.w sn ;tins xloo,111 .^A .q aa"u:Y mtY aapsyrrnt lob classification .'iota as. .w4sbH in tM io.ranninnl rf lca for Asia wIL\ ra to W .tpioyq K -roit". With M avw4ea tgno at of s"Aa saplov"s (wail.. "r YaN in "1- -1....f¢.4N, .'" yll\N4M rill W ronsct"by )1 wcalpee 1M0. r+.4N" iT�n ./N .IgntM1 Will We .,manly (grunt" to fall vKK+.iN asLima, aec L,. co/iu roA 1TTb yLllf11531()xLb6 - This . rae. .Mori turmYN ." for prnrra.aPlMll aglOyaa. as f.. This city of r111Mn Iso..n a N. Sins count), N t4 N)o! sati.y. n ui trYnt KN. L30h, f. l.. wiry\lmllty, N" to he p1Kw an "I. Cl...ifin.rita. Th\I anal ..I, M."Ity fgre.gtanon. u tM patio....an of taw c.,y a curs MrlY •.`t, "a"wit, . .t41 n" " 11 aggb.. :'Mo. .r1oYN. rtprlaMt 1.24 at this CW(Mr Cis, of Mntq sat.. f0(ta. aY l4 J. i'/IA s s City will act usfo alnoritT sa M ginstloywt to rs(It A.is o! t total W ash Ty, City MJPICIAMS - U"ta L a ah M s Y'tla" on thin cl. tcata will ha correct" by splay-M Wits fKca. W." an NUu'"t" lY[mor of 10 Noo,ain in 1976 ♦ tuna bafA affot 4u g TM tsin fales. rat*of tuivno in this claswalac.tlq a very lw A" Ktaapta Wall M oasis 4 taylay /our alnK.411 Wlid (Nutt All ty,,as Of 'ngwt.4H4M " rIf. W "" 4 ..".t uiWrotallot an of tassel. [KMtta.N by )i cacrC.r :9Y5. TM Iselt'sh wg ms.. .11w, s"rsN .nn"t tNwgq at. a a". riva yiAA -Mu I""ft']r 'twi AO • car simlat, Na, thrive aamnty (ran.., cant t..... m TM follwyol table 1"scat" attempts this City of mantras Will Wake c. .Prrart aMr\sY twie�Wawa W W ao.laY" as Yrotsrt\w "Witt isrkKs rurgvel asggas uaaar.ell."tion by )ah ca..ntso.Ilan by 11 asrewbar 11b0. sat" On .vraN tnneal fir. my '.K p• this G3araflcat.M aiia an .,saw sill bs rW tP wrfKs 'Aass- tYril".r, MraMa to W air" by ll OKesda, 1w ."I'..t.cn as '! winter I''M. yyIMLL fN{A vA1NrLOpL'ar.IWILIS - Ma )Pb cl.Nl[Ic.uan a occYpaM ay A .r:..fv nrafr J! Wan. Mon-IIH. Mln. Wham."'.. wrn •tun Wan. Or almraty rl. And In,. mn-wnMntY rlo War" to W gobs" 1. w rr Kt q/auaga. 1. Nu of...I444M. ft.. veal rill W Nt If J) flKaiaal Off,aw. 1 ArlwtKcatPle 1 . 1 O IW9. This saaYal NloosK at. a PN anIPYN. ptotgaaaNy. 1 ) 0 4 ngti VC3fpIf.A1 - This" pougonr Mvo nHWricallY b.tn !Alai W some". bees, TaGMir' . 0 e C 0 car"Matt" IMwtaGq . N" for tau nMn LY !Mist, tun ..ignty r:.s. ans lwnry aTY NH. Armwr .veoaN five N,I".. par 'ems. AtlampU will ba plat Ktl.a WWI<. 1 6 1 P 1." 4 ..It .:.III.. .M Nl.. to rorrKt "ficisn[a. :n In,, tlr"if iC.[1a11 by pNTmfass'.1 0 0 t 1 11 wrrber sass. oltica/rlgaosi I 4 1 1 6L[L]AO CMAer - UN ataoaty fr sslo AM "M nnytnonty /rals. will W. fgloy" Salll" Craft 1 l 0 0 4 wyrKt '".turn{\rtlpn in to- cls.sifi..non b. 11 O.crbor IN10. A"ra a fnlmisl tir., a. PW (plat". "rvaa/r.nrMfnrf 1 f C v :IOYaCL/MIYT'aNWCL - M . .... .a. wyrovtr of fwr tap.cyW 1. Ann" a 'La LQ1C aAMCC flML6 ivaillralq. TwnaY'lovt fsN1N Is, aq.l,, .,. w.asa to wr nra a"ery.11lastil. Warn Wall W Kt.valy rK[bit" for that. entry:ova! ir,A'4aw of '.Wort "f.claaao The City n/ "at. wall Wf wary Isa.'Ail. ft.rr to MtI.ct asn'.t111aaiM a by Il Oarsrar 1•a:. All 4a"ttgn4 a" )Pb 11M.:fIWtion. as 1: OKatar 1115. Oast.1l haran9 Mi. by Job r1.Na/stets" ay.1s A: TM" .1. r"raawnt r t.'ta.lit .rN p*'res .. for ta.n s".alert tlq. par nffl:l.l. ." ".ani.,a4[. W pr.tata.agl. tM TNl far tM .aplolvilt of .oats, is pl'lYl{l. SAL,'. 39.11 With a NmrltY r.paNn4tlM of 't• rod"nluN fry twl-cwntY .r" of btM. Wan. Nn-xa, Win. No-Wln. Par", 'It"p, am SmMal.n A. th. t6[uatrnt KN 1., tIW. c1KKf".I... rrroi CamtV nr [M NlP( rK(vara.nt a(N far all ails, )M cl."iti.KIM.. This Offiri.ls I Ishii 1. tars 1 f 1 0 ql far f.gla Ia=MloM 1 •M" cl.asi l l cat Ins. 1. 45.14. xigfl4.. qll N "i f...1.la 17 M rAf IKt N b.14 Y<ali HllM. IKMic:ra All trial. Ina minable,will W u".'" ..X., W'fh I.tPTeK. N VN' .tt.'Ir.a, _ C :1 c it gnito," .ra-Nnaa:b. All ra,.Oras vie W.i:.bl. to, i.vaw :r. he h,.I Mi's .siren." 1Arv,:. i L, 3 A1'," (quit rorbnw A'... paanpgf.a.101y: Offs W/can-.1 I ] ]i caw" Craft 1 0 , P?AL 10 a5 5 l\ C. In the event that metwl egssement cannot he achieved. signed atatewtntl detailing the grievance and specific instigative action &hall te, obtained by the rqual Orplolemnt opportunity Offiat from the esployao and his supervisor. The ; Pgual tployment Opportunity Officer shall draw upon all resnurces at his/her disposal, both internally and thea, astorne, to the City, to arrive at recommended corrective 'x action AM settlement rondltions. The Equal Mploymeat Opportunity Officer shall /- forward these statements along With his/her rno Investigation report and recbmner.da- dons to the Aeyor's office for reaolgtion within tan working day, of the receipt of the signed grievance atatemente. '.' U. if disposition sstlsrectory to all parties in not uech" Within five working days of "a M,yor's receipt of the grievance, the mayor shall refer the griever a to the Penton Mn Plehts and Affairs Commission for investigation and resolution. Tie proc"V[e used by the Commission shall ba an outlined in l.irdinance 2775. Proceedings Of the Cosls,lon &ball be documented, and their dacislon shall M final and binding sublet Orly to review by the state Human Rights Commission or through the jud.dal ,yet". All reports, decisions end other documentation, generated by the grievance pio- cedure shall M msintalned by the Equal biployeant Opportunity Officer as a "troy of permanent record. Vf. MIDNLIMS POP MINORITY MD FEP%hU MPLOYMKMT The mrMl recruitaaent arse for City employmee is daeernin" to M as follows: i6 1. Paz officials, &dainisttatorm and professional. - King, Pierce, Smhomiah aM Kitsap Counties. 2. For technician, protective service workers, p&ra-profesmiohels, office and clerical workers, skilled craft workers, service -aintenannce workers - King County. To dst,rm)ne possible und*Mtllitat.on of women and minorities in the City's work force, the following statistics will be used: A. M analysis of the fecruitmsat area for each eMloymant classification as dalinl,ted above, includinq: 1. Total work force: 2. �mroai-." of mI.rit, and famal. work fora a9 coµared to the total wr.rk force; ). Tea extent of un,Rloyrnt anorq the miroriuy aM feMle unemployed Work force. Tnaea statistics will be caMiled fro• the annual Manpower Infureation [met& publish" by the Washington State Departmart of fployment security. a e. M Analysis of che City's labor force by amploym"t classification to detar4na the placement of miroritiae aM wonso At all levels including: 1. T, total main, of anployse. by ,mployment classification in each depert- ment. AM Use Percentage representation of femel:v a" ethnic Minorities in each classification. 2. The total nape[ of anploy"s by employesnt classification for all doput- Mento ceabin , And the percentage reprementatlon of files and ethnic mincrit-a in each cl...ification. I. The availability of promotable minority and (*MIA aMLGyN. Within Nch department. a. Tw number and job classification of employees, by department, who will retie within the next five years including tentative retirement dates. Toes statistic& will be e mpil" from cwputerir" data Of wra.nent employses, available Iron the City's Mt, Processing Ompartawnt, AM effective )0 June each year. Ms" W, the statistical analysis Outlined Above, owls aM t'"tab'sw will be eat"- lished aM implemented. The rtatleticai wlysis and goals ,hall be evaluated and "luated Annually in July No the goals shall Appear se &ttachmasta hereto. The goal• shall be directed toward Overall tennis and minority employaat and t rd underutiliaat)on or Concentration within the specific employment classifications. Tan goal& shall be established by Use City'. Personnel Director aM the Pq"i pployant rlppprtunity Officer, and .hell be reseonably atasinable. - -d— n \ 1 . .ty 7. M...I review end nnelylis of each erpleyee`e lob WfO asrc@, eployaant. develuprenc Art teedlman to &sS^set a higher Sust"on. q C. identify Specific positions for which Saployete qualify and &saure that rl Coin the constraints of Civil ,,,vice kulss and union eoatract terms, craegbra and pr000tiona ua weds without dtacrilneticn and on the basin of yualificstiors. 0. provide Skills traininq, employment orientation rid guidance to employee& hired Oder any public emplOYwent or tandem educational Program to reist them in rkinq the tranaitfon law pemenanc amployment Poettiohw in either th' V+ lic or private sector. 1 [, CMJ'r_t periodic trelning sessions deel4n6d to increase tha Sk111& And asployrnt potential of employs•& In all departma nte. Xsmist OSPlo9909 through caw"ling, a. roquasted, Jr. f-veloping individual programs for carmer dovelopment. Iv. LIAI6Mr AND COOMINAfidl A. +Tort axial many orgSo Lz.tjonS vitally coo,ernM with equal opportunity an! fair creatmen of minorities, worn, and the physically, 'Salary and mestslly handlcappedf �nd those hat "A over 40, whose resources can ha 'f valuable assistance to srhlevinq the goals of thin prograw. no City of Panto, shali maintain constant. curtact and coordinate various eepS, s of the Affirmative Action Prwlr" with these organ itatiana se in addition to tho identified .f th respect to recruiting, hiring, AIM employs. 40"letrnt, working relstlohshfps shall be maintained with the v+t ions civil, labor, and Minority of ganit&tiont it the greater kenton aria. Y. ^.lie City also YecOgnlrse its respensibilftlem to comply •-tt. and assure that equal opportunity aid rondle"falsetto" policies of State or yWt.l agencies with which It conducts business Or' carried cart. SPselfically. the C-ty of rntoo mh&ll: J. no responsible for repprttog to the appropriate Sgenelas any eq' '•ints received fro any '^Ploy@@ of, or an applicant for employment • any City of Fannon contractor or subcontractor, subject to "Souris. Order 11746, 7 Cooperate In special enaplianee rsvie s or in lnwstigationt as requentod. 1. carry out sanctions ngalnst contractorisl and/or .ubcootrarocrisl as required. e. Segura itself end the agehcy .. part of the gram Application process. that Jd ySneral or prlr c."Serar, will not have Submitted pro- packsyss bids that deny open btddiwy to alnorlty or any other sub- ocortaettts. S. Furnish lnf"reatlen as required, maintaining an Affirmative Action file "telling its efforts, with data.,, to vast its coemd torrid under nmscuti" Order 11246. All "to end %.,mSntAtJ., generated no A result of this Af fMri Srtrselrtion 111"C80 nn rqu+et. shall be made t vallable to any federal or State Aq,my forV. GRMAN[f PPACy011Afb The seta" of the A(rltmarive Action prw7raw depends largely o:t the Attitude of the cowimemity 0. "it AS the employ". Opinion as to whet coegtltutse fair and equal opportunity And tasataent may vary widely and grlevane. SAY result. the following sips atoll ha taken immediately for any grievance reApiny•'Supsrviser,Aid g asma city- of this proram as to intain the M possible et p r.aunity rwletltnthipm. A. fad ryloyea shall bring any grieve&toe to the attention of the "Sodfa" Supervisor or departaant head, who will invottiq*te As necessary to "termlr the cease of the complaint err work with the emploYad t. Affect an equitable Solatlon. of ton workltp date [toll to allowu o• for nreiliation. A UnLtm of Lva and • rxW Mid" effort stall be manor resolve t e dtffl, try at hhis rtlhodSlovtltned lnoyes At thl& Point has the opt pursue hargalninq unit contracts or +reseed with Stop s. m. it the difficulty is not tosolved at stop A, the u,vices of the squ&1 Employment Opportunity Officer SAv to reqiastod by either party. 'Yhe equal m^ploymant conduct Additional in"at/gstioa as "Tessurity, Officer Shell n writing to th part, cord appropriate correttia actior and settlement and stemma od in writing to both s at ar.,Gi rx"n40 arnt for rot ,. wloC& can L9rkllg days of the r. Lpf of the both parties. fmtenslone for reaarrDl• GaIu rY U grentad at rSqu ^ w J i TECHNICAL PROVISIONS (CONT'D. ) IS-03 PIPING SIAIERIALS, VALVI;b, AND FITTINGS, ETC. (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. t b. Ductile Iron Pipe Ductile Iron Pipe shall conform to ANSJ Specificatioli 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 Specificatiin A21 .4-19 (AWWA C104-71) , 4" through 1 "" pipe shall be 1/16" cement lined and 14" through 24" pipe shall be 3/32" cement li.ied. f The pipe ioints shall conform to ASA Specification A21. 11- 1964 (AWWA C11. -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. 'ipe Fittings Cast Iron pipe sittings 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 A21. 11-1964 (AWWA C111-64) . Flange joints shall be as per ANSI Specification A21. 10-1971 (AWWA C110-71) and shall be in accordance with ANSI B16. 1, with 125 Pound drilling pattern. d. Gate Valves Gate valves shall be cast iron body, non-rising stem, full bronze muunted 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 �} 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 be IOWA List " TS- 2 t TLCNNICAL 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-455 Renton Municipal Airport Water System Improvements. Articles , materials , operations , or methods mentioned herein or indicated on the drawings as being req^ired for the project shall be provided by the contractor, and he shall provide each item mentioned or indicated and perform according to the conditions stated in each operation prescribed, and provid- 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 segregate work covered by any trade or subcontract under one specification. Such segregation and establishment of subcontract limits will be solely a matter of specific agreement between each contractor and his subcontractors , and shall not be based upon any inclusion, segregation or arrangement in, or of, these specifications . The contractor and subcontractor in each case is warned that work included in any subcontract may be divided between several general specifications , and that each general -pecification or s ,b-head of the technical specifications may include work covered by two or more suirontracts or work in excess of any one subcontract. TS-02 STANDARD SPECIFICATIONS All work under this contract shall in general be performed in P accordance with the applicable provisions of "Standard Specifications fur Municipal Public Works Construction" prepared by the Washington b State Chapter, American Public Works Associatior , and in accordance j with the requirements of the City of Renton, except as otherwise amended, modified, or specified in these Special Technical Provisions . G Items of work riot specifically covered in these Special Technical i 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-03 PIPING MATERIALS VALVES AND FITTTNGS ETC. a. General All pipe sizes as shown on the drawings , and as specified herein, are in reference to "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 replacement of TS- 1 i► 1t TECHNICAL PROVISIONS TABLE OF CONTENTS Page x� TS-01 General Statement TS-1 TS-02 Standard Specifications TS-1 TS-03 Piping Materials , Valves , and Fittings , Etc. TS-1 TS-04 Existing Utilities TS-3 TS-05 Clearing TS-3 TS-06 Saw Cutting TS-4 TS-07 t1avement Removal, Trench Excavation, Bedding and Backfill IS-4 TS-08 Pipe Installation TS-7 TS-09 Restoration of Surfaces TS-9 TS -10 Testing TS-10 TS-ll Disinfection TS- 11 TS-12 Cleanup IS-11 TS-13 Measurement and Payment TS- 11 TS-14 Removal of Old Concrete Foundation Floor Slab TS-14 TS- 15 U. S. $ Y. Gate Valve and Vault TS-15 TS- 16 City of Renton Neters TS- 16 � 1 SPI'.CI.AL PROVISIONS (CONI D. ) A Si'-33 DUST AND MUD CONTROL The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks , power sweepers , and other pieces of equipment as deemed necessary by the Engineer to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation vill be made for this section. Complaints on dust, mud or %n-.afe 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 Pavment to be made to the Contractor will be made in the manner outlined in Section 9 of the Standard Specifications. Pa; ments shall be made in cash warrants . Partial payments on estimates may be xithheITuntil wo progress schedules as described in Section SP- 18 of these Special Provisions have 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 Mcifications will be assessed as follows : One Hundred Dollars o0.00) per calendar day plus cost of inspection, supervision, legal expense and court costs incurred beyond said date. The cost of additional inspection and supervision shall be an amount equal to actual salary cost , plus one hundred 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 , T SPECIAL PROVISIONS (CONT'D.) SP-30 SIZE WEIGHT, LOAD RESTRICTIONS FOR MOTOR VEHICLES All motor vehicles of the Contractor, Subcontractors , and suppliers shall strictly adhere to Ch. 46.44 f the Motor Vehicle laws of the State of Washington (1967 Edi' a and amendments thereof) in regard to size, weight, and loads vi 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 be reported to the affected lair enforcement agent. The Contractor is to furnish to the Engineer a listing of all haul vehicles used on t�is project , listing the vehicle number, license number, tare weight and licensed load limits . SP-31 DELIVERY TICKETS All delivery tickets that are required for the purpose of calculating quantities for payment mist 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 will not be made for delivery tickets which do not show type of material, gross weight , care weight, truck number, date and inspector's initials . Scale certification shall be submitted as early in the project as possible. Each weighing station shall maintain a record of the trucks weighed, date and time, tare and gross weight and type of material . In isolated cases whet scale weight is not available, the inspector shall measure the truck volume and 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 of obtaining his own ' waste site. All work included in this section shall be considered to be incidental to other items of work and no further compensation will be made. the route taken to the waste site shall be maintained solely by 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 Engineer to alleviate the problem of lost spoils along the route. Prompt restoration of the route is mandatory. The City 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� r. a h l SPECIAL PROVISIONS (CONT'D. ) >li opened to traffic at the :lose of each work day. 3. Where hazardous conditions exist, proper signing and barricading shall be provided as directed by the 1 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 operations so that these agencies may reroute their emergency vehicles around the construction zone. S. Any asphalt concrete pavement, crus. ed 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 the Engineer in the amounts designated. All costs involved in the above shall be r.-.sidered incidental to other costs of work involved and no further compensation will be made. SP-27 CONSTRUCTION SIGNS p , The Contractor shall furnish and install construction signs which conform to current 1971 M.U.T.C.D. Sign No. W20-1 , "ROAD CONSTRUCTION AHEAL," 36" x 36" or larger diamond, black lettering on orange backgroLnd. One (1) sign of the type mentioned above will be posted at each street entering onto the project site. All construction and detour signing shall conform to Part VI "Traffic Controls for Highway Construction and Maintenance Operations" of the Manual of Uniform Traffic Control Devices . j 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 necessity 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 EQII[PMEN1' 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 . c >I i SPECIAL PROVISIONS (CONT'D.) a 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 for acquiring the necessary change orders that are required by any of 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 OVERTI14E FIELD ENGINEERING When the Contractor performs construction work over the accepted 8 hours per day or 40 hours per week, or on any City holiday, and the work requires inspection, then the Contractor shall reimburse the City at the rate of $20.60 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 be 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 may be restricted. SP-26 PUBLIC CONVENIENCE AND SAFETY The Contractor shall , at his own expense, provide flagmen, shall furnish all signs , barricades , guards , construction warning` a nd 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 right to provide these lights and barricades and deduct such costs from payments due the Contractor. A plan for traffic control must be submitted for the Engineer's approval before the beginning of construction. fhe 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 be at all times reasonable ac.css to and egress from the business establishments and other properties adjacent to the project. 2. All road approaches and street connections shall be 51'- 8 ti 1 'rx SPECIAL PROVISIONS (CONT'D.) A 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 of 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 applicable facts and the law controlling the issues submitted to arbitration. The Board of Arbitrators shall sapport its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be Lorne 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. I.: 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 SUBCONfRAC'CORS 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 bidder status. This 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- ' A SPECIAL PROVISIONS (CONT'W information a progress schedule diagram will be computed, plotted 7 and a copy returned to the Contractor. Payment to the Contractor on any estimate may be withheld until such a schedule has been submitted and approved. Should it become evident at any time during construction that operations will or may fall behind the schedule of this first program, the 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 originai 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 , Lpon 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 withhel ' Execution of the work according to the accepted schedule of construc- tion, cr approved modifications thereof, is hereby made an obligation of the contract. br SP-19 CONSTRUCTION CONFERENCE Prior to the start of construction, the Engineer will call for a preconstruction conference. The Contractor and his subcontractors 1i 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 w with the Owner's representative to review progress and discuss any problems that may be incurred. SP- 20 DI_SPUTES AND LI ; IGATfON Any questions arising between the Inspector and the Contractor t! 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 immediately brought to the attention of the Public Works Director or his representative for interpretation and adjustment , if warranted. i 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. tie shall decide all questions relative to the execution of the work and the interpretation of the Plans and Specifications. d SI t Q � 1 SPECIAL PROVISIONS (CONT'D. ) A copy of these Standard Specifications 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 he 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 . k SP-15 FIELD CHANGES Any alterations or variances from the plan. , 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 er 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 Cicy may negotiate payment of a lower unit price for said workmanship. SF-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 size and location of existing facilities . It shall be the Contractor's responsibility to contact the GAS COMPANY; RENTON MUNICIPAL AIRPORT, MAINTENANCE: DIVISION; BOrMG ATA=f CORPOHATToN.UTTLMr'S DIVT"9 7R -CITY dr � E LE CM E POWER COMPANY ; an the a" WATER DEPARTMENT an RIKC-DTTART!GM for exact ocauons of t e��ir respective ut sties. 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, thr Contractor shall submit for approval to the Engineer a progress schedule. From this SP-5 4 } TECHNICAL PROVISIONS (CONT'D.) 4% TS-07 PAVEMENT REMOVAL TRENCH EXCAVATION, BEDDING PND NACKFILL (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 excavatod material which is used for purposes other than those designated. Should the contractor excavate below the designated lines and grades without prior aprroval, he shall replace such excavation with approved materials , in an approved manner and condition, at his own expense. The Engineer shall have complete control over the excavating, moving, placing, and disposition of all material , and shall determine the sui.tability 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 maiipulation of excavated materials . The City Park Department has available a site for disposal of clean dirt and broken concrete . Please c^ntact Park L' rector for information on the site at the Lake Washington 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 he shaped to uniformly support the bottom quadrant of the pipe throughout its entire length. In case unstable or ^-uitable existing material is encountered at the trench bottom, the Engineer may direct the use of borrow bedding material in accordance with Section 73. 2 .OS 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 be de-watered and an inspection made by the Engineer to determine the suitability of the trench material. All costs for de-watering shall be the responsibility of the Contractor. Bedding material shall be as requi+ed for Bank Run Gravel Borrow. TS- 5 1 ». 1` L SPECIAL PROVISIONS (CONT'D.) statement and any supplemental statements which may be necessary shall be filed in accordance with the practices and procedures by F 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 u2nefits , 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 t.hc Department ( f 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 protect estimate shall state the prevailing wages have been paid in accordance with the prefiied Statement or Statements of Intent on file w,th 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 he a t and disbuwo rsement of the State or corporate funds as the case may 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 con+ -act should be submitted as package. The Contractor shall also be required to read and execute 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 Constructioa prepared by the Washin#ton State Chapter of the American Public works Association, 197 Eiition, 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. SP-4 f SPECIAL PROVISIONS (CONT'D. ) SP-09 FAIR PRACTICES POLICY The Contractor shall be required to icad and abide by "The Summary of Fair Practices Policy of the City of Ren.toa" 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 a5 incorporated in this document . SP- 11 NON-COLLUSION AFFIDAVIT 3 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 C• collusive, and in no respect or degree is made in the interest or oil behalf of anv 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 subcontiactorF not to discriminate in employment practices. SP-17 WAGE SCHEDULE The prevailing rate of wages to be paid to all workmen, laborers or i mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39 . 12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule or prevailing wage rates for the. locality or localities where this contract will be performed as determined by the industrial Etatistician of the Department of Labor and Industry are by reference made a part of this ccn:ract as though fully set forth herein. :nasmuch 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 „ature and such dispute cannot be adjusted by the parties in interest , including labor and management representatives , the :natter 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 Director of Labor and Industries certifying 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 TS- 16 -� CITY OF RENTON TECHNICAL SPECIFICATIONS FOR 5/S-INCH AY 3/4-INCH. 1-INCH, 1 1/2-INCH 6 2-IH s COLD WATEP DISPLACEMENT TYPE fD*SC OR PISTON) METERS ) i 1 . GENERAL Water meters shall be the latest design of the manufacturer and conform to the standards of performance as outlined in A.W.W.A. Standards, C700-61T. <inly meters manufactured by a well-established and responsi- ble firm will be considered. Consideration will only be given to those meters manufactured wholly witnin the Unitad states. Quotations ,ill F only be received from those comoa"ies with a minimum of five years C experience in the manufacturing Or water meters, and each bidder must - have a minimum Of 100,000 meters of h_a latest design in sataifac my service throughout the U.S. Meters shall be positive in action and shall register a fixed quantity of water displacement for each nutation. - ; All meters shall have an outer case with a separate measuring chamber in which the disc operates. The Outer case shall be of bronze composition. Castings shall not be repaired, plugged, brazed or burned in. 2. TEST REgUIREMENTS. All meters shall be quaranteeri to operate under a working water pressure _ of one hundred and fifty (1;n) Vsi without leakage, loss of accuracy or damage to any part. All meterb supplied under these specifications shalt r,•cord flaws within the accuracies named in the Standard specifications of the American Water Works Association for cold water meters, displacement type. 3. REQI$TF.R 7C Register boxes and lids shall be made of bronze composition, with the name of the manufacturer cast on the lid in raised letters. The serial numi, r of the meter shall be plainly stamped on the lid. The lid shall be "+ recessed and shall le, Over the box so that dirt will be prevented from accumulating on the glass. The lens shall he heavy plate or tampered 1r glass, inserted from the inside. is 4. RFI;ISTER All meters shall be magnetically driven, shall be equipped with "Straight Reading" regiaters, shall register In cubic feet and the register shall be sealed against_ internal and external water. The minimum and maximum indication of the register shall conform to A.W.W.A. Specification -700. it IS- 16 F +► Y 4% TECHNICAL PROVISIONS (CONT'D.) TS-15 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 2337-8820. 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. 8 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 insralled 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. d i► TS-IS � 1 40 TECHNICAL PROVISIONS (CONT'D.) TS- 13 MEASUREMENT AND PAYMENT (CONT'D.) n. Furnishing and Installation of New Water Services The furnishing of meters , fittings , if required, and the installation, sPip Pipe,hall paid Pressfor ure reducers, applicable snit price for each, in place, complete, which shall constitute fill compensation 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 -ervice and pressure reducer if required. The unit price bid shall include all costs to make the connection { to the water main, furnish and install the water meter, and pressure reducer if required, and connect the meter. The unit price bid also includes all costs to adjust the pressure reducing ' valves for proper operation. ; o. Furnish and Installation of Crushed 14" Minus Rase Course The unit bid price per ton for crushed 1%" minus base course a fgravel shall constitutefor urnishingandinstallation, waterntcompactiontdhaulingrandoall other costs incidental to completion of the work as specified. TS-14 REMOVAL OF OLD CONCRETE FOUNDATION FLOOR SLAB In addition to required clearin andaj areas frr water main constructio grubbing n, theContractortshallPremove the old concrete foundation for the former Dominion Aircraft building on Phase I , map panel M3 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 shall be disposed of as approved by the Engineer, at the Contractor's expense. The site restoration shall be the same as for unpaved areas. See TS-C9-C. The lump sum price shall be full compensation for concrete re oval , utilities cut-offs , hauling disposal , storing, dust or erosion control, and restoration, fhe crushed 5/8" minus surface course shall be L separate bid item.1ty pp The cleardi a rtandrk br Department h ave a okenPortlandcementconcrete.duThessitefiis north of the existing Lake Washington Reach Park. For information, M� please contact the City Park Department Director at 235-2560. ✓ 'fS- 14 ' r 1 A TECHNICAL. PROVISIONS (CONT'U.) ` TS- 13 MEASUREMENT AND PAYMENT (CON'I'I1. ) h. Partial Furnishin and Reinstallation of Existing Water ,ervices on! 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 adjust or relocate the existing water meter , as required. i. Furnishing and Installation of Select Trench Ilackfili Select backfill 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. 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. Furnishing and Installation of Asphaltic Concrete Surface es oration 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 Ins a11inV, 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 costs 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. fS-13 d 7 � TECHNICAL PROVISIONS (CONT'D,) TS-13 MEASUREMENT AND PAYMENT (CONT'D.) b. Furnishing and Installation of Water Pipe The price per lineal foot fot installing of the wager pipe, size, cla_;s , 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, fcundation 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. Eurnishing and Installation of Gate Valve Assemblies The unit price per each for furnishing and installing gate assembli s , 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. dW T5- 12 1 TECHNICAL PROVISIONS (CONT'D.) y TS-10 TESTING (CONT-D.) b . Pressure Test Prior to acceptance of th, system, tic 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 dtilities 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 hydrostatic pressure for the leakage test shall be equal to 100 psi . i 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 Specifications and shall meet the acceptance of the State of Washington Department of Health. The initial concentration of M chlorine in the line shall be 50 parts per million and this solution shall he held for a period of 24 hours. Disinfection of y { the entire water system installed or distulbrd under this contract, (� including pipe , pipe fittings , valves and appurtenances , is required to conform with the specifications stated herein. f TS-12 CLEANUP J During the time that the work is in progress , the Contractor shall make every effort to maintain the site in a neat and orderly condition. All refuse, broken pipe , excess excavated material , broken pavement , etc. , 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 "clear.-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 incidentpls necessary to make the installation complete and operable. TS- II --s k TECHNICAL PROVISIONS (CONT'D. ) FI TS-09 GENERAL RESTORATION OF SURFACES (CUNT'D.j 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 ly" 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 8 asphalt. The Contractor shall be responsible for removal , temporary storage , and reinstallation of car wheel blocks on the Renton Aviation parking lot site. The Contract< r 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 "Top 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 arTvedhequal .all e The si " zed with application shall bein soil sterilizer or apPo accordance with manufacturer's requirements . Compaction of the Surface Course shall be to 95% maximum density measured in accordance with Section 13-3.1oES of the A.P.W.A. Standard Specifications. TS-1O�TING a. General Hydrostatic pressure and 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 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. IS- 10 r �1 a TECHNICAL PROVISIONS (CONT'D.) 1 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 installatior consists of two rods on opposite sides of the pipe. Shackle ':•od material shall be 3/4" diameter carb on steel bar material. tarnish approved coupling= where required. Bars shall be shop :leaned 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. Snore rods under cover and protect shop coating from abrasion. After installation paint rods and accessories with Koppers Bitumastic No. SCS 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 :lssemblies Water main blow-off assemblies shall be constructed rs 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 thn 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. TS-09 GENERAL RESTORATION OF SURFACES The basic requirements for surface restoration are as follows : roads , streets , driveways , 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 re orfaced 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. TS-9 �. 4 TECHNICAL PROVISIONS (CONT-D. ) ' TS-08 PIPE INSTALLATION (CONT'D.) d. Social Anchorage All free ends , bends , tees , laterals and any change in direction of piping shall be adequately braced and blocked to prevent movement from thrust by use of concrete thrust blocks , tie rods and joint harnesses. Concrete thrust blocks must be poured against undisturbed ground. Thrust blocks 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 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 a :complished 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 "ad 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, arid 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 of piping shall be adequately braced, blocked or restrained to prevent movement from thrust by use of concrete thrust blocks where applicable and/or shackling (tie rods and joint harnesses) . IF- 8 TECHNICAL PROVISIONS (CONT'D. ) TS-07 PAVEMENT REMOVAL TRENCH EXCAVATION BEDDING f, BACKFILL (CONT'D.L 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 r Pipe installation shall be in accordance with Section 74 of the A.P.W.A. Standard Specifications , 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 3b" unless soil condition requires wider widths. At the end of each working day, it shall be required that the ens' 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 it: such a mariner 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, as 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 *equires deflection in excess of the maximum recommended, special bends or a sufficient number of shorter lengths of pipe shall be used to provide angular deflections within the limits set forth. IS- 7 TECHNICAL PROVISIONS (CONT'D.) TA TS-07 PAVEMENT REMOVAL, TRENCH EXCAVATION, BEDDING AND BACKFILL (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 Backfill extending to a plane at least 12 inches along the crown of the pipe sL. Jl be hand-placed, selected excavated material free from scones , hard lumps or other material harmful to the pipe. i::itial bac!"fill shall be placed around the pipe in lavers not exceeding eight inches in depth and each layer shall be thoroughly compacted by mechanical tampers to at least 951 of maximum dry density at optimum moisture content as determined by Standard Pructor Compaction Test , ASIM Designation D698-58T, Method D. All works related to the testing of the compaction, including proctor tests and compaction density tests `hall be by the Contractor at his expense. Four i4) 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) SW)sequent Backfill : All subsequent backfill understreet and shoulcTcc area—' ss shall Fe—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 D698-58'1', Method D. In-place density determination shall be made in accordance with ASTM Designation D1556-58T, except as otherwise approved by the Engineer. 'resting 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 be made for com�ion, 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 Backfill Select trench backfill for the pipe shall consist of crushed or naturally occurring granular material from sources selected by the Contractor. The source and quality of the material shall be subject to approval by the Engineer. Select trench backfill shall meet requirements for bank run gravel Class "B" as outlined in Section 26-2.01 of the Standard Specifications . The horizontal limits for measuring select trench backfill in p place shall be the site of the excavation except no payment will 7 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 1 i y TECHNICAL PROVISIONS (CONT-D.) TS-05 CLEARING AND GRUBBING (CONT'U. ) p 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 52 , 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. A' : 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 t Specifications . The limits of clearing and grubbing shall not go i beyond the limits of the right-of-way or easements. TS-06 SAW CUTTING k The Contractor shall sawcut all existing asphalt concrete pavement and cement concrete pavement in Phase II or as directed by the Eng:vef:r. lht c the sawcut shall be a minimum of lIr inches for asphalt and .yes for concrete. Wheel cutting shall be made to the satisfaction of the Engineer. The metho. of saw or wheel cutting shall be approved 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 he in accordance with the applicable provisions of Section 73, A.P.W.A. Standard Specifications , except as modified herein. b . Pavement Removal The Contractor shall inform and satisfy himself as to the character, quantity and distr:butioi, 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 i lude full compensation for cutting or line drilling, breakins and removing all types and thickness of pavement encountered in 'his project . A Neither separate nor extra payment of any kind will be made for storing, handling, hauling or manipulation of removed pavement . 1 ti T'HCUNICAL PROVISIONS (CONT'D. ) 1 TS-03 PIPING MATERIALS, VALVES, AND FITTINGS, 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 . T'he markers shall be Lundberg concrete pipe Company right-of-way markers State Highway Design or equal. u. Fire Hydrants Fire Hydrants shall be 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, ()GO V. threads , O.D. thread-4.875 and root d4ameter-4.6263, 14" pentagon operatinp 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 Traffic 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 sha11 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.N.A. Standard Specifications , and Section 72-2.06 of the Standard Specifications . TS •04 FXISTING UTILITIES If, i„ 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 au.l provide tempc ,ary services for same. The Contractor shall at his own expense i ^pair all damages to such facilities or structures due to his construction operations , to the satisfaction of the Engineer. The City d -es not warrant or is not responsible for locationb of utilities , either field located or located on the maps . City of Renton Otilities Division will repair or replace all damaged water services a,td meters ac the Contractor's expense. TS-05 CLEARING AND GRUBBING Pavement, or other street and road surfaces shall he cut only to a the minimum width which will perwit the proper excavation and bracing of the trench, and which ;4111 nll�w passage of vehicular and pedestrian traffic. AIA pavement cuts shall be made smooth, i y SCHEDULE OF PRICES (Note. Unit prices for all item, all extensions end total J.-M=t of ) bid suet be shown. Show unit pricer in both words and figurer, end where conflict occurs the written or typed words shell pn,v.u!-1 a AMOT)NT ITEM ]APPROX. ITEM WITN UNIT PRICED BID 'JN/T PAICFNO. ANTITY unit Prices to be Written in words ,OLLARS CTS. DOLLARS . CTS. 1 70 LF F & I l±," Galvani-.cd Iron Water Pipe S Per Linear oot wor s (r':Xures (± tgures 2 1525 LF F & I 8" DI (TJ) CL 52 Water Pipe 5 r $ - er ins r oot 3 5 ea. F & I 5." %rV0 Fire Hydrant Assemblies (M.7 or FL) c $� f S Per Each1-- j 4 4 ea. F & I 8" Gate Valves (MJ or 1 FL) with CI Valve Boxes �- - Y er ac ± r 5 5 Cu.Yd F & I Concrete Blocking — I 4 I j 1 $ er u is ar a 6 225 Ton F & I Select Trench Backfill a s er on v� 7 130 Ton F & I Asphaltic Concrete Surface Restoration a er Ton 8 60 Ton F & 1 Temporary MC Cold Mix Asphalt Restoration a "n 9 100 Ton F & T (.rushed 5/8" Minus d Surface Course S $ S er on _ 10 Lump Sum emoval of Old Concrete oundation Floor Slab Lump SumI— r PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Gentlemen: The undersigned nereby certif that has examined the site of the proposed work and ha__read and thoroughly understand ____ the plans, specifications and contract Bove ming the work embraced in this imprevement, and m the method ' which payment will be made for saidwork, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following sch-dule 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 fiqures.) Signature Address Names of Members of partnership: OR Name of President of Corporation — Name of Secretary of Corporation — Corporation Organized under the laws of _! With Main Office in State of Washington at — BOND TO CITY OF RENTON KNOW ALL MEN Y THESE PRESENTS: That we, the undersigned_ as principal, and corporation organised and existing under the laws of the State of , as a surety corpor- ation, and qualified under the laws of the State of Washington to become 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 penal sum of S for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entereu into in pursuance of the otatutes of the State of Washington, the Ordinance of the City of Renton. Dated at . Washington, this __-day of __, 19_ Nevertheless, the conditions of the ab. ve obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. or by Council action of the Citv of Renton, passed 19_, the Mayor and City Clerk of said City of Renton have let or are about to let to the said _ the above bounden Principal, a certain contract, the said contract being numbered__,_ and providing for 4 (which contract is referred to herein and is made a part hereof as though at- ta.hed 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; NOW, THEREFORE, if the said shall faithfully perform all of the provisions of said contract in the manner sad within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub-contractors and vateri- ai, men, and all persons who shall supply said principal or sub-contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from act loss or damage occasioned to any person oz pro- r perty by reason of any carelessness or negligence an the part of said principal or any sub-contractor in the performance of said work, and shall idemnify and hold the City of Renton harmless from any damage of expense t.,, reason of failure of perfu rmance as specified in said contract or from defects appearing or devel- oping in the material or worknan.hip provided or performed under said contract within a period of one year after its acceptance thereof Dy 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 �J APPROVED: Nf N N,H �•� Ct ♦may n 26TH ♦ sT y 1 = 0 a nt 2 • L N 24fH 5, I ; S 0 OZ 1 f � t =n 2 W . O y b[ LOTH St ro > CITY PATW DEPT. DUMP SITE 1 N CONTACT PARK DEPT. DIRECTOR { ! z NE ^ < 161H FOR INFORMATION PH. 235- 259 Xz W W W N <Ia . nE 1{TH AT m N.WIIL'.I uN Z 111 1'\),Trin u HE pyJ z � WFF Ii IG7 "l Q vt 9r 1 1 y AIHCkArt � 5 116iH{ i W w z p gym 6 .. yt NE > _ i < 6 - � 5 ens s, �7 HIM IT" ST IN , E O= t l A ♦•a(in T / CT N 4tH • � p rf W �I 1 z Z VICINTY MAP 1 f� N N PARK DEPT LUMP SITE Y 4 < � � N _ XW T ST p r L r r I CA CFROM "TER NUN r Y i' A) - T To W m .nw i C `E _ Itrw A2 G<LI N4H Nn[ -.- - -A t� e 2• GLObE�vt' E rE N4L[ IIi . r - ---- v�N�Gbu C 2041 10 ELL - — EMaLE IP1STOCRNRM-700 I C 2•GNLv CLG C NIIYL[ -- .. 1 2• NL SSURC RLC vnlvC J610N_COUYLING ,_--f--W_ -}I}- Ste'—'•i 4 _ _.._ _ MONLL_._.WIIM INS -800 � Z °Rlv uN10N _ N 2* 64V T[[ � "Ei VERTICAL 2" GREY IRON_ YIK u__.FN _I�ro�9 .rpM• map._ - •---___— ----" _ J__t 2• v r " G•Lr BUSING _. _- _-� GItY or RENTON R YET COCN VNL[ P• •ENLLE r I T __ ... 1 •.•..••nw• yr u.NRw♦ .-.—_,_____ _ STANDARDr•5p[UF'CATION5 t CYST I RON M E'E R bOt L�wGE •-OLVNYIC - :'12 � ------- 2' PK5bVRE REDUCERS I j M I - 1 I t� s J'J. FRjm Y{EA YMN C r t [ To PPTC4 +E*u i c E _ c f..k _�t.N 6n.d TA.wt 2' GLOP( _ —_�[ -P- ,F4�t[ IP[ �- ST4CHNfY-Spp I _J [ 2 i�LV f0'E - - 1 [ 2•WiY CLUE voe.[ � ------- P 2• PA[3$y0[_nE] .�JPLIMG flg lEs[ f'll[IYS -f00 —� 2' Y t(E SE' vER•:Ut I sM Jui�.��. ilrTor V.P. P.♦ STANOAIiO SPECIFICATIONS l CAST Rpq WE*[ 'ta FOR - 'E prEplt ins PRESSURE REDUCERS rR__r } of ♦ 1 } 1 s 11y N LLLJJJ j 1 . I f N01A WAT[R MMN Va 1*N1 8T� ;A—, A lOITC01.�t aM T N• WKENETER %W (Ci PIft , Uya cflln.+f wR) JONn J•U!aG Yf' T1 w mm iafflT i-lhA m a USR mO i.V4E BRONZE oar w� n . r PRcsum fIAPKaIa •M4.Vl, WRIT U%M cowt nflu(ni! RioO 1 ' i eft Y l WHIN w m4ma A! 1 Mo.t[ WlRli Caf.l1 fUlf! IfgR ML 111REW JONlS J-ly)1 1 C 1 T T O. R R N T O. J off •YA w 1'. off.tE OIINIfr I ... .... .. .......... K i 147 f -CO % tf Iv[ . va E IRE) , ANDARD 55KCIFICATION7 L I CnT WR ir1a1 lftT FORW e.sul 1 PRESSURE REDUCERS r w ra. M! 1 e5 tF 1 Reduced Priat Do Not Somle ! ODD fM4. Mpl gYl1 l4 l (1 f[O .O. WN.. C• W. MOM Mft[f.M[ WM.IW[ • i +MW IaRLL vakVE •JbmiR,wrow [ taw +iaKa .Kilt Rb .la fW }�—� • •• f� CRbt Maw lK1U 0 h.MC f bnt t ' wane(.[w•n.,..) .qrs bias _ I '*2 WATER S:RVICES W.• e�wa. caM�.K r _ r I � I FI t 1 I tv _ �• 3al.0 TRW SLR. L e•r. Aoducod prn it a�_�+ltPa.... v -- t to •..x._ � !a _'.' --__. cirPCf PK _ _wat ay. ♦.w . ' _ — Do IWot Scale WIEi S"a+ .. wc, R X NjSp -- L vin. dlD\ vE?CP II'• _ppptiln — cilr o• wfwror !• �[JKALTf MZtfR SG1'—���_ '•PRM1LC frtl:[*S .�• •.. vo ... .• "- � �, -w•wPaen.rRLLis ' S'FN•••D � [Ci•iCR lOY�yjpp"'_—'--?----.._. YINTER �RYKCS -- � ��! t..w.e. ,w a!w __i ...a,,��.R.,F+uo i • tua e•a�ct to t��-+— } o n r! I �2" MI/N FINISHED GRADE SMALL INCLUDE / R HYDRANT EXTEN WHEN NEEDED f OL -ORYEOUAINDRY. Cl 1ALVE BOX 6" C.I SPOOL -6" GATE VALVE(FL" MJ) CONC 3/4'Sw►CKLE RODS BLOCKING- J r �QNC. BLOCKING C 1 1/2"WASHED G vVEL L X" 6" TEE •FU B" 16" 4" CONC BLOCKING } HYDRANT HYDRANT GUARD POSTS SHALL �I`BE STATE OF WASHINGTON DEPT. x OF HIGHWAYS OE CIRCULAR 2' PRECAST CONCRETETE CHARD RAIL POSTS. TWO(2) GUARD POSTS (MIN) SMALL �) HE SUPPLIED AND/Oft INSTALLED �-�^GUARD POST (TYP) O ADDITIONAL POSTS MAY BE REO'D BY ENGINEER FOR OPTIMUM PRO- TECTION FROM VEHICLES. ALL FIRE HYDRANTS AND GUARD POSTS SMALL BE PAINTED AS DIRECTED BY ENGINEER STANDARD DETAIL FOR HYDRANT ASSEMBLY BI I' I HYD. GUARD POSTS . y "r STANDARD DETAILS i c Table of Contents Standard Detail for Fire Hydrant Assembly SU-1 Standard Detail for 3/4" and 1" Water Services SD-2 Standard Detail for 1n" and 2" Water Services SD-3 Standard Detail for 3/4" and 1" Pressure Reducers SD-4 Standard Detail for 2" Pressure Reducers SD-5 1� Vicinity Map City Park Department Dump Site SD-6 75- 16 TECHNICAL PROVISIONS (CONT.) r'. 8• STARS (Cunt.) , i steel. strainers shall effective fit snugly and shall be easily removed. straining area shall be as Jarge as Practicanle a minimum double that of the meter main case inlet, y 9 nd as a • SEAL WIRE W-HOIES rr, f% The register box screws, on all meter^ shall be drill r than a 3/32 inch diameter hole for sealing. ed with not less 10. REPAIR PARTS 1qe The Contractor shall submit a complete listA effective for one of parts with quotations Year after award of the contract. 11. MANUFAC�JRER'S SPECIFICATIONS I to Bidder shall submit bulletins, catalogs or other literature pertinent Particular meter he proposes to fnr,•ish and shall also furnish an accuracy, registration and loss of Pressure chart or curve, the ; ressure loss shall not exceed that shown for the following delivery. METER SIZE DELIVERY (Inches) MAX. PRESSURE LOSS Gals. Per Minute Lbs. Per S A.W.W.A. 9. In. 5/8 x 3/4 0 1 Inch $0 11 1 1/2 Inch 50 15 - 2 Inch 100 160 20 20 4 !MTBR CAS_:JG meters shoal have in at. cuter "se with a separate measuring chamber to which disc or piston operates. The outer case shall be made of a corrosion-resistant bronze composition. Castings shall not he repaired, plugged, brazed or "burned in". All meters shall be equipped with oast iron breakable frost L+ot Gcros fitted with replaceable plastic or approved lining and be secured to the rain casing by means of bronze bolts, brass nuts and washeru. 1ff meter: (1" and under) shall be equipped with cast iron hreakable F frost bottoms fitted with replaceable plastic or approved lining and be � secured to th, main casing ov means of bronze bolts, braze nuts and .rashers. , Also, motets shall. be of all bronze construction and o:split cast: type. - - MEASURING CHAMBEd !ME The measuring chamber for ,all c;eters shall be made of bronze composition 'and shall not be cast as part of the outer casings. They shall be :aachined carefully and secured in position in the cuter casings so that ,iny slight diatorrion of the casings which might occur will not affect i !- 'he sensitivity o: the :ce Gei9. Snap-joint construction is desired, but -�in not mandatorv. . - DISC. n PISTONS Discs ;hall be made of herd vulcanized rubber, smoothly machine, of the ,f highest grade and of material having as nearly the same gravity of water j Js possible. They shall be fitted accurately in the measuring chamber, shall operate smoothly and freely. Disc piston shall consist of a Disc Plate and 2 Bell Halves and shall be equipped with a Thrust Roller and the measuring .:hrmbur slotted accordingly. ?istol.. shall be made of hard vulcanized rubber, smoothly machined, of the highest grade and of material 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, or rubber coated. Where a thros piece m?osu.ring chamber is to be furnished, a one piece conical shaped di � raet'al reinforced interior will be accepted. STNAI :RS tl{ meter hIZ11 . _ih e;traiuors. Strainer s,reens, shall nheez rapper, copper--alloy, ostaialea2a n-o ri I ..,�. .,....., .. — { Now I RAINIER AVE. N. Iry _� �� �-- �_� �_ �r_—.-.-----____ram. ✓_.__.�-• __ :.. - - _��— _,.,, 4'_-,+���- .�-- j -'—ash 64 .�•- � ._���.�_- _-~�--.��t..--- -^t,_�__y�- .�.- �- �--�� -�` -- --�`-'"_--ma's sr —_.n_ � I - Y' —Aw.=+A s•iy J G'✓nw.v A�•wr.sr, y yp-�_- _"-,_C•f?�,+\.r. � Pi.� 'R. •2 All — -- a �Y 1 ess.eJ wG .�,. .w.•...l...p! t } * --' --- , I�h o.J• "M"J f l• r _, L�-nwl..r.z.,r..w�.srr... '+_✓orrwr+.re }rs1;_ '� �� � L,. L�^i' r�---" � � �f-s�'r- '^. / N[4r,1,..y✓/K,rK?.1.wyr +q Y I C 3 t •`G� 11 G•r AAe;+it/A✓./IIVIr �(1u !ww J w�AO~46•• `Ilk ` 1 f�i/4wrrlr•�wYlwll•Mt !J•�twR Aw+4+l.wM1�� � ` ca..5..t.. !14✓A»i rsv..«a o E' � I 11 1�3L Ga fi/•�."�{.L 'IIJI / it.car-n 1r• 1 '''�. .'�Jw+A ✓h.s/.rG T � �' I H iflr-h wr V� - 4�`� -1 VIy�34.1M4 w/S.Y.A,Y-IM�sA c�lLY�yr� .WT• smr !_t•..ar ylA,rr► Af"is W'!. 9N w fwr MAA d.AYej 27 � � I I h i • ti ii,, ^Q� _ -- - If - - -- ------- tv Yy'�.• to ��nu ,t l�I�♦ t "1'.-_. 4� - C 1 ._ _'. �}�.:.� � _ ,. , �i is ! � — , '` ��'Ra _ ��� � i ! ll.rtw.w•a� ie -- ,, -- 1--.�._ I +_ N '`ice/6. i &)• RCN 5-400_27( Ar ` s•o� f4' SIZE RENTON MUNICIPAL AIRCORT a s _. '" r " .. ... ..,.. ,....,... .,...,.. NORTH ENTRANCE ROAD C / "" •... ...»�»».» ... PEkIMEi'ER ROAD 9 FENCING .r»:.•a �+•: •' V•� rq.l e,rN+eu� IIC•101 - ryM•l.� ELM • Y 1 I I H.SA MA_TCf/ L/Nf * � Y 157� It Not 02 • I i � I ~IJ Irl+sa /T•N U( ,sff T< ' ' -' - r � F� � r � * a � a.• qy I I�,__ ��is Aso 6 I • r _ � I - - - I r i �jt�� 33 - •^ I I 1 I � r� / - I ' ___.ee w.►rCF...rvi am ...r �� Yl'S X � �� •� I � � �� - Wit. ' A - ►� t � - - -+ �� � �°� � i I � il' I�3 I L• d 1 YI I I 1 , m J I A I e ► � I � '" � I \, �\ � 11 j a � I r►.s.,.., � s� a zs` \ ` ( 'I 1 Z ( � j z = Air It E x ............... - ly 1 / 1 • .•-�v .ter F'---'----__T�—.�'�_ '' ,(IF �\ } - -av V A `—sa.• cs.•+, ar a•sa i n .r r r s Ilr•r.•+.o it BWVW 4AO50V B- 4NM^•) q'Ka,a at w.a. t*..r....o s.•.i.i M Lr..� ?ROAD fw 4rt+t!•MYS. e'J.+:.,[x..Nwaa wwl•r atliil .1r4wf/.Y 6 J'AF R..f 1 irw M �.L gt,eur.tv r;xe 1 WT[ fC/t44 Gww•.M:r AIn.iMI __. - —r—" - "7'�--•--- 17 Fy7 7 -- koid� 30 Z _ _ tl40 ' J•OJCY ; AV. IWY i ro+arc.MwtrC PC sso-tca I /6.A?�- 60'. JMp Q 3•RRO?J �C4fSS�f 1 _ . . ..- - - •ttt a►Npy[p' -------------- AI VA• RENTON MUNICIPAL AIRPORT 'r W)RTH ENTRANCE ROAD—.— •�.� tie .,.�,..,�., ,.....,.. .,..,�.. l ._� .,...,... ..o. w.n•• -.•-� PERIMETER ROAD d FENCNI,� �'1�'r IMO4 w•i�Wr RL`- 1 1��K \ \+I `- it 3 `\ 1 /, / ///� \ ;p� `� -_L�„II ✓t —.0 -� Aw.0 0 . 6✓ r /// .'« Q- ,,c.. {:8` y -�I,. ='!�-y��� - �� _` r_•lriilrsar ,i 416 f IIi `\ '� / i� /�/� I II 1��� •M,. . 0 c, -.ts�J'�+��- , - •, � S \ L 1 - I 1/J•r7(/./ .mow. '- 1 \ tl t (' I t�! � •.< � �.. .•aa.:.r N.r. r w � �•. '�` \a._�_J/ !�.r/C h q. s 5k C$ 1 a.f h _ ." .rJ ftb.hs eeti- !Lr omw -' ' ',$N '� l `\C.9 ,a..1 i�.asi '� 3i n �. ♦A.�!•d1.<-rN Jwn.,r.r.a.ta�swy Olr..ypcb..er..r Mar.i.N 2 'lel�/. ..J ys">~ wi.rr'.. x•� :� .wn ty; 3 ai.w,rv.AA/4w t'MMrl.✓nM s't.11�r..•..r/'F�v III a ).k lrne Ow1r+w->Av LkN lMv//« Aw! C.a+r/lnlrf NN � �� �,1•IA• 1 y•JM Anr./IkV/�ee'n-.b�Yl• C�+r t..a•[.i.dlr.�emu.Clrrlea..I nir ebw-+._ Ar eNem .d' � y'• f <a+n rR<Ne.,iis 3r A.te�+{'sS.+hn► 1L ria .ics*'s4a.�rn,P.VbW6 ...e�.IA ss.e....«vN' < .<a.r.Yw.rrree.✓ �it•...hwv •« ni..i.w4s.a.[I..V s.>,a...-e..wr � ' � Nyr were., t ti+�"Y I/IDI,a!mrrvre fb C✓.Mr«K. Mrwwi.Alr IK Jhrltl q•A.. ry /fs-.s4 ry1 i1 ., r� 1 r ' Ibrnyn/Rul.Ia..fe�eKn< rt,x r•ae r t �'I C-. cy,..�.........sa..-.r- J 1i1 C . ?J Ir✓/11w-.+rrr 7JM ar.• > • n....x...-.+...y...n..w w.r.n<A.el..w..-.�.nrrn.a. - 1 K u ---�� rF-j� • lair . � t s nr AM•- <...Aalv✓a SA.r e.MN.v..✓, /sdn/+0 A�••'>^r-- • - � -rt i - - - - - --- -- r- -- - - - - - ---- a MA..r t•;r�l..et„w.r..r .r.a+c�u.w...•.w �. fl' a' �.i' - _ rn,r tatir+ry cMwsc-.rvoJ:cv.ar-a+rtro-maa-aa-or-r<raarr' I i Ci I ' cl Kill T/�-S�D . A.1.,.w4v.IM/�M !..'+✓(PI MIIi✓/C',rsr.•.frlJ!tl MrYl nl.w -.',• . . . •_--.: l - , _ � _ _ . • !�Jt+.r7w.A.r.'sy..r.. loop.rwsf�!•r,rrai/w>I.�Arirw- I I i' _ '_ .e,,,a ra>r►.Ar yyWy1 ty,wl.er. na.twN>,ea✓ � !+ v �': Ciwr•rw'1r .tN✓ANlMA.�M 1AMt ls�r6+..A Gqr;mwy0 , { Pir. rcc -- - — ilG..r R.•r sa.-•wv __. - - I �;.. _ ._.- I I I w�V �4 ry yg, .11ra t.n.x•rr.- ��__ _� �tw.....wa 6ei Ir•rw � dv-4rM✓sorrAir/,•,q!< ge i CAM4lSS POSC TARGET L/(ivT ,' £3�_60'NCo tS-Q WZ3 !C/~Zl AW-_60'RCP BS-QQAZ; -� ?•�� �k Tu fOf/tiGLITION G1ETIl/L ;' ' i _ �—. -- (C/m!•47l -- - Ur OVAL -• RENTON MUNICiPAI- AIRPORT --- ✓ ?ter'` ' of a' ian..u., ...,..ra, .,...,.. . NORTH ENTRANCE ROAD .. PERIMETER ROAD BI FENCING alr.,r re r1MR fa.nra.rnMM rM Asr rrew.anrrws llt R[II101' . r4 350 CURVE N 20' 55' W. 5 1 326.10' .? 544- Oh,44 20`25'34" t� R = 25L37 S7 Jyr..�♦ L = 99.61' T = 45 29 �tJ C = 69.14' JN 24049'04'E 1 3 I N -To =o rs A R E A 81,300.00 SQ.F T SCALE 1" 40' ¢ ; a W � � N S � z 0 0 I 2 1 L 300' , o rn i-- BASE LINE 350' OFFSET FROM r{ OF RUNWAY ,d 6 850 20' 29 E. 51t03.13 I — LEASE — 171.61' - ' - I RESTAURANT SITE so' RENTON MLNCftL AVVKM APPROVED DRAWN RC. DATE. MARCH 197'6 nrronT OIREGTpII CHECKED JA FIELD 1 I 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 Pre steer.*. artner Owner Mayor ATTEST: ecre5— tary -- — City Clerk d/b/a --rl_mNarre— Individual_ Partnership Corporation P Corporation . :ate o7_Tn—corporation 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 IUDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and nt-ne of the company. `+ 1 r 6 of 7 Contracts Other Than Federal-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 schedu�es, payrolls, reports, estimates, records and miscellaneous 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 rf the Contract, inciuding the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract: said bord to be in the full amount of the Contract price as specified in Paragraph 11 . The surety or sureties on such bond or bonus must be duly licensed as a surety in the State „f Washington. 11) The total amount of this Contract is the sum of which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "general conditions" of this Contract. t 5 of 7 Contracts Other Than Federal-Aid notice as heretofore specified shall be given by personal delivery i thereof or by depositing same in the United States mall , oostagc prepaid, ^rtified 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 srom the date of conmencement. For each and every working day of delay l after the established day of completion, it is hereby stipulated and ( agreed that the damages to the City occasioned by said delay will 9e j the sum of One Hundred Dollars and No Cents ($100.00) , � as liquidated damages (and nut as a penalty) for each such day, which shall be paid by the Contractor to the City. 6) Neither the final certificate of payment nor any provision in the Contract nor partiai or entire use of any installation provided for by s 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 fol any damage to other work resulting therefrom which shall appear within the pe. .od of one (1) year from the dat of final acceptance of the ork, 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 1 t Contracts Other Thai Federdl-Aid 4 of 7 S) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of 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, personal injury and/or damage to property arising from or out of any occurrence, a I omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification iprovision shall likewise apply for or on account of any patented or un- patented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unle.s otherwise specifically provided for in this Contract. ) t in the event the City shall , without fault on its part. be made a party to any litigation commenced by or yairst Contractor, then Contractor shall proceed and hold the City harrless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connectior with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. p r 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such 4 a Contracts Other Than Federal-Aid 3 of / 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 fcr the correction thereof be made, this Contract, shall , upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, 3 provided, however, that if the surety within fifteen 15 days after the serving upon it of such notice of termination does not perform the i Contract or does not conmencL.L4�rformance thereof within thirty (30) days from the dace 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. 1 j accowit and at the expense of the Contractor, and his surety shall be i liable to the City for any excess cost or ether damdges occasioned the City thereby. In 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, appliences , equipment, plants i and other properties belongiig to the Contractor as may be on to of i the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. i s 7 Contracts Other Than Federal-Aid 2of7 i and the construction installation performed and completed to the ° \' satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications ano all require- ments of or arising under the Contract. S 2) The aforesaid Contract, entered into by the acceptance )f 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 , thereef as if herein set out in full , and if not attached, as if hereto attached. a) This Aqreement r b) Instruction to Bidders i c) Bid Proposal 9 d) General Conditions ti e) Specifications f) Map; and Plans t g) bid �. h) Advertisement for Bids f i) Special Contract 'Provisions, if any k t 1 v 3) If the Contractor refuses or tails to pr ,ecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shalt be appointed on account of the Contractor's insolvency, or if he oi• any of h4s P 1 of 7 .� ,•, CONTRACTS OTHER THAN FEDERAL-AID l" THIS AGREEMENT, made and entered into this —_ day of _ _, 19_1 by and bet THE CITY OF RENiON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and hereinafter referred to as "CONTRACTOR." 3qi W 1 T N F S S E T H: s 1) The Contractor shall within the time stipulated, (to-wit: within sixty (60) working days from date of cummencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the +! labor, material, appliances, machines, tools, equipment, utility and transportat`on services necessary to perform the Contract, and shall complete the construction and installation wore 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 16 II . ! All the foregoing 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 c0er documents hereinafter enumerated, and in full compliance with all applicable nodes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances• machines, tools, equipment and services shall be furnished i % t -.r f i ,.HEDULL OF PRICES (Note: unit price:: for all iter..:, all ortunsions and total saomt of bid must be shown. Show unit prides in both words and figires any where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AN 7NT NO. QUANTITY unit erices to be written in words DOLLARS CTS. DOLL, CTS. I e 11 2 ea. F $ I 2" "Water Services with I 2" Pressure Rcducer I er ac L- E t' 1.2 Z ea. ?einstallation of 2" and Smaller Plater Services -- $Per aE cTi - s---t--- 13 1.30 Ton F 6 I Crushed 14" Minus Rock Base Course for Asphalt Restoration I 14 ! ea. F & I a J.S. $ Y. Gate Valve & Misc. Fittings for Coiaplete Installation in Precast Concrete Vault S S Per Each I Sub Total 5.41 Sales Tax TOTAL. — The u dersignedlbidder hereby agrees to start construe ion ork on t is proje t if awarded him within ten (10) days and to com lete work wit in sixty (60) coro cutive calendar day* from date of exec tion Dated this day of 1977 - - -- Signed a Title j Aadres t Phone f AIRPORT WATE RMAIN IMPROVEMENT -, W-4 5 5 PHASE I & IT i ' I I , , i i 4 r f LI A�GG �►l�.'- 1� 'Fi�':f 9k,�' �'M W`-.k t-ti 4:. :.:Y,1 ':, ;, 1w,1r7 4,ce4? n - "vvsaE C.l.. IUYc Qr Yi Cc+ - 4" •.:.��� tw.3 Yam.C^.. t 1 t, �E I • • -✓ f.-'7 `r .. '',psi . _ - 9 '''' .: ter.;r . .. � � , :.c>. 0i�.�-r-a .,� ,.,,,.firer;, -- ' �.� r o,:�. .,.,- ,., � ,H.:..G ,�n .y.JA ...,.,n '. ,. a;_�:.._ r_5. a. a� Crlaf-''.>a:�."f' 'v..,r,. ,r, � ,.,4� � - ..rr•� �"mot- ` � �^ Gi 4� Ea' :.y rir CLfa Y'Wit:. r. r� ! �'r� Y'�Pns . ! ��....� fry t r r ( -' �O�..G td� v�. � �' C o�,a'S`r,E..n sre-rr vf�c, � .. 1 , { { I t ! ' � 1. 1 a: 7 "7 . o s. a raw, u'� �.t Cowan . — Mtn 7"iLG F'♦f 1'lJ4i'� fPit.C.0 'yC �� P Ica rn V / r. . . . or f ! t«.,,pR'�.t� } �... 4:I?,' r' . :.,Tit•r- x? C y / , ,a �, /':' ', 7.f'ft.•- t,,a r �_ ,.Af.s ta./�.,r �,♦.r F'',p!N 9 '. '/ ,� `b,. - '/AC- ��ww aw ry 4 -� � J../A1.: 1"4 '. R T" Cr . 8.. UZp MAiv Ave , waIS 4PPp O-A S* Tp W QL IC(= S u @' ,/E Y I 2$".,) b1 y +,�,*. • .t p f a(. ' i.:,. .:� y J/fN�' T A:'E'.'C+l. et�!.J37'/I✓Cu �'.!.[' �� /r iGr T'f/.CJ- • • r, 4 i r i^ l z A 4 h.. __.�.•..n6>Y)h f)'�V[f i/1dLfn1 ))N,/�r11 1/)) )) b/)lf))Y1.. V , / A1R PoRi" j /rinr[ni�►I � rSr . � l se rf,rr[A Box, C.l. n OL`/A+P,r xru..rnv +dS//,'�sn.•r•1 / (A, j� ANSLC MtrCa SJoP/,J-/SSy/sPl►n ffnl/vie tnn coot. wrr) APAMM come /.tercet 1) 3 eA Cto5C NI/iuS (BCar2C) to Jv' PRA rtv/[It/t.s No, Goo, w/�rt�t -3/Y r/M/1Y CB rI�MZIt� • Gn ?/r 7C(t ,r dRoro2C � a / lLn 3/y Cuuit,N(, (COMA flACt )eMtt[ /P•kJ-/53/� 34 CUPPtn 1UI/H6 Af NE[DtD TftAAt�p� Srtr, � �•n 3/Y � Yv d uSel ,Ne yB�ta=t� IZa yy f'trCucrr Bnow2.t CA•+ltt /R ON Ar . /lam k'vvGl� SK� rcr� �' 4 py/,'Y 1•, '41 'y�i. wtiy(rt,,�r• �y� ,Htrtn GKhv K'* Acr[n fNP� �r 41 WWA rr;tt��i t.P R A V e Sir /hay ?YYt Mk° ( t: t1PlA 1, 5` liv UPIPn I (Mr 1-6 SCAt�� i RJR Pj 1 °/2 P, R. V. S 7A r/uN !. OtYM+AiC fo�wPAr ,lt5//�(tr,n6t� t J LA , Mr.rCA. J3oK / f, 1 Glob[ quE[t k^tvK�3oor Sr.chlmM,(/Pa/t� i elosC ^uPlttS���:v1 0 J QA, IY2 wlik 'nS N0, GOG P, A,V W/f/AIu�rLfJMwtt) J LA /Y2 sl�rlst+ � G w, 1 rib J14 , me �, BuSN �r.G,�GAty� 1 �p IYz rat CG^1'r� Pr rc oC/t �Au" �� t►�te /t r fi. /P� y Er lY2 Pe^It/ r cs 9n°,CGA�v� �e R v uG z a rc r� -� •i r` , rig ( Alva §ti �3 w' (fI6101LAh6L Yrcvrxst> >,. vrni,ue/0, S.�c.,,�. a�/En..i� bp7/ .� `A ?ssrr,N. / !Ys rt i�. i w'rnK GAtot V� � v OV ♦ arty ;fnYNt \,f &xy) 1 E� th clift 'w rK rfo/ le S�ALY� kA 10 ttA/N t.13��ALV� Netp Alrn+r 3f" OVA " N)1t�f/(GM4.) ow s[Yrct ,tlw[S Alnp&Al- h 57A7.1 MI ton«rL LIST� 1 ♦n . ANUA 8or , C,L, (S.wN=7 / [n /" , &Qj nurrn 1r•p, J-1 Sz y�ta►Prp Mslrn tw1. Net) /"r( V "Arre G (PhI?AAWI , C"rrr trnrarq� IrA I )yX / 2WSM/ME l Bnn Y14) 3 es 1` Ircere N/PPec5 OA6"7# a Pn /' P. 1, 4+J1 K�•. � 4 S No Gep w�wra.. l fra Ctvpl Jac. (opo(J Ki"'it of// w n4 t /P J 153/> ("PPIA To1/yh ^5 NttOt0 {7YPt ',I • Snf) l "SA X BuSN/1" B/lIk2t c PsantD F / [n yy " PC7Cp( I' wa PJA 50Vicr gnN6«E \cr7 trap sY Cf+ r.P ,i: i ,,,«o5t M�1VN ra S•raR� l « veRrrut h•Sir�w /'7[c,BMNa L Id r Iv.r Ia SCr.=L Pl i� f � 1 c �esss r�,t • ,� ; t � �� )y r y '� ♦il � � f Ali � ,'��.�' Ilk All 41 i I 1, � I ��t \ Ti- , •In All _ 1 ' I : fill rn ....ns SN1f AYE• N ' 1"' f+e ira..r+e R " ------- ue.raw.olo' ---�-- j-oi.. 4Y 1 t'I. K-nP s 1 n ________________ - low .j��C r v.•.H Cwnll � � G � .T 1 � V I IN/fS, .. 1 /�-� � , //-- `t 'V ` [-f'pw.l+K.S*.v /.�+ 9Y 3/•rC sb 951X 7.ta .Il mO _ �— �_}— i 4..r.. f.,- s,..r•as J--� • ``�—,...e. ,.»<.w�w,y„ �1. • f`re""" ..Ln - �' �� t-s'ow•:.r fww•„ne..5v s<•an'J 50 M,• a+ .orev I I r I ti..a..- t.......v.w Laf' � �'� I • Rww�4 C..ar Ae DSf..O-.Y'U oommo►460.Mfwrtb�ly.wir+M ! V f.-[1.Mn�iawry FW 1s�fY 1'•N D 6Y:V•r! J..S1M;e a<.aY/lMo.sy L.wwo wr. S wc*Mo 9.f71F L...ar ow M Ow.ry w PobtdM AY i 1*,%b Sot* Mo tM M%o A bV .0 A'.r.s.w.Wp.Yy.►.+1!br/Ti f'/!e M.r.6y!LYwar D Ar 7p 7rwM ab.0 Y Mo Ar L.awhoe Aar fir L AMW LZV, Je/y/.a�fw.f�A'-Wit A F•✓6 5.».e. �'a..<.~i AM r~o Lla.•.�.5w.eMw•dM~'+~fr' 0. L...V Ngr NVN.s II.•Y.1a+sw i MMJae sow�L� SM0. M!Y/Y I1wYM S=L4+PfiM7-M'L! 77" S..n 5 as b sbPAy,e ! CYww6.7 / ♦CdIAAO MY ivW" iwMfw* -! A►rr er� !►N PS w tit NR- ___ Sae- �- . _ - _... - 1 �✓nrC Art- r n _ _ -ei..r.?n-�x'Y � hY/aY- � F ( _ .-. _ Mc/les .-I•.s<if '. _ - .—._a_ — '_..—.._�__J_�srr±+►feal.____----- �_{~i...•s.r�a`i��:. � M'M� `" � t+.f � � - - sway. — -. - � � Iff �.fRJY-- • � I �F asfr -� �rw.s....i..ew.w.. � e.r..wr+a �'• a .b!'- 7 sX &" ,C%Aw Q of--e1s• Gaaavl Q J-'oo�y.,•,!oes - ! dstr-0.5 Aso 1 a•► `"` Ale ARENTON MUMPAL AIRPORT ))) _ NORTH ENTRANCE ROAD 1� PERIMETER ROAD 9 FENCING .....,... . .,...� ..�.u...,..M memo ..r..w„ T • 4• — ,5� a, RAINIER AVE - .•e'er=- -_ —�'T�.r� - �. > :.;x..- � '+'� �• ~��' -� -- �-_=--_•:yam__-�____ .- rr_-,__ _-� __ . :.war+.-��. ,:-_�- .�.�g. �„— r 4 �mv—N�y116i1'Arm _��s��Gi - __ r•. _t,)r•e-fix- - _ r.rra __ - -= SAv wo _ �w P,` try.arr..r 1.�� ia.✓�,ts/... 2F. {s ' A07cs: �= Tn.lb S. s.«..sa M.rr w Sro 4e." 34, le.t! A f1e. 49 $& a1.sr a M Je•rs ON 7! I !. tww.et.U.wrWrrn..nvwr,.w,.- 61 SS JMY s J-O.iW so. l..ar� �- Lam_-- _------ -- — ------ --•— _ qq - T ♦ I _ T� —Y � OMwOV[C - _ ties rJs•;eo_. c. .,i p s.anw .. ..L . .. RENTON hAJNICIPAL AIRPORT ',�;�� � .,..... ,. ....,... .,.,.,,. NORTH ENTRANCE ROAD — +��• ...•.• PERIMETERN ROAD a FENCING " ��— {�. ✓. ,s._/� ,v R AIJ lkE R .r.�-s-.+.... �r--::..ram..•. .w _ ---_-.� __ � __.. __ _ ��_ '� a.r �°� _ �.�'+"+-._^ +.- ..r"tiT� 'rs�`i:tea---- �-�'+ � L p fp•y-/ss..K.Y•A..sw.w. 1 � _ a w Iy...�-- wi..a..y r f Pdw,yrge*no�o ________':—�• _.,�• - ,L1 4 !o d• A N �K= 4 . Ai... Ar c✓Ar.crs4i.......A « K 4k .. __- N w. 47 Jna M.N 1D K 1.fIt N r '✓; V i � NM 30 — 2 fir NbY w.w � F Am '*f it ti { t { - ----- APPv�*•+.�� RENTON MUNICIPAL AIRPORT .;j, ' .. ........... .....,,.. .,...... NORTH ENTRANCE ROAD .�..., { PERIMETER ROAD 8 FENCING *Dew ..r.IMM RAINS€R AVE. ;.• —f t ----- ,. ;,. �t r -- i _ --t17 f2t - ��, �` Y� I �rr..Oe%wrY✓Atirwq \ �J ` wV byres.'A! S4'io. x ta+.� jrloArdwx ...ruia..sfar.s-aru �::. I ra�r ,Y►.ol..b! I A+......Y../..e -- - - - - ' —- - - - - ,s..• s«d..Y A s«do-9rl*\.f✓ fr\o\/:.o./.r ScF•F'..✓lr.y'. A.i.rAir. 46.�es.y,.\. Aramawww I I i I I voavz — r - xe,rarsreA.w - - — - rw� r.s• doAd aJ.N >Q 4Ggr ' r w.. ovwt \•0 RENTON MUNICIPAL AIRPORT ........ NORTH ENTRANCE ROAD :: ` ` • �--��» � •••• •• PERIMETER ROAD FENCING RAINIER AVE. It I � •IJ'-r.rrca w.r _ l � f 4 $2 \ h,. ---__-_ ,tir-j__1__-rr'c 1 ' � rarJar� �-� ti 3ai►•�— � Ili � tl 1 Li �Jx ` � 6a+Vi+Y O Cfi+ 3133 f I •- s i I k � is amJ .• �w�w Mee\ j�� � o� Z t�i� Mv Set . .R,1-.f ICI KI[L . [I_• _ _. . - - - -.. NN10Y[G C RENTpN MUNK3PAL AIRPORT _ -- - NORTH ENTRANCE ROAD wr�rw,s{wmwv. PERIMETER ROAD a FENCING ~- 1•{s� n•u�1.1{�{)� I � 11CKR{I �� w 'j —t 7.7 rn Lu�v'� F `-G�s�•o �..1 Cp,, i �Er../EC'A L CLn9.J - uP La r^'Cr..Pie rC MlC�. A. wn . Tl?IL+.a IED I a R.I6zST {''e�r rvS �Z- bLSe �.J . L.1 'TED f3EL.0 46 ITQ►n4 I j� '3 tF�cf' a ..tt Q�L PA J prwn a e u , r 1 r i ' .>�.R:wX$'C ix.1 �iti sJ'b.'T`« ' '. ;„..,.,�'. "C>;� L✓. i'.. As- wow $:.`Sr C..A=:!G.tw.t '._',4S•t.4,Er aft r tt�' C� <�,.-•�y t..• «.._14i, �.•�4S Qr i `°`Y' . 4 k»J:C_.., 56MS SOS t:-GI M 1 r r . 1 9 a,. � 1 y �■�mo� . c�,t� � 4a��� . : � �,4 t « clL .�j , ' eCLm 0 secs - r. f \& \ aT 14k C' r .. _ -ft •��.�t.J , � gyp. �� ,..� �r.fTFEC._ ".:j s_.j v.l ��^ � 1...•.i3 w,,,a"F'{a�../ l-�..ra w.^,• r, ^- •.:�Cnt�{":s,�__ r.. �,c ..) . •.Jr w . .,=� .��n `. . �w hi EwTai �f1•� J"�:.. Q.C.f�.4 tia�-A M'_',.•. �L.:" e � i - ' ' i._. F,• "_ _ Wit" JS,^.r�'a k: F"'v L V><a I I ., t n 4 _o rn 61 �a It y'. I ,. N: E, ^A �! `'' ^Ntl(`F j (�, i �� 7 i� �:� 5 1 ��r • ti s •, u y, U � u fi .__ ��aa.u�) uNa•�.YTH'�ab•wrv)sn)a•A)f'I u.n)�rf�))YIa�TIa)r . wr...�.....�.._..._ ..�.y`r..r,......... ... W��AWiirl�r n ��: .. c.:c1L" '� ,, x ,�. __, ., (�/ � /•_' /� � �,.,c�wt, . 'S L.C. S:a CJ,:�. . r 1 a s 9 f l Y ttiJ 30 tiwC F;o C. C7 p1 LA;.s'e M- 1 W -r" i* kr*.a.+¢t i I f i sf. I a s E n ?-4 S AC. L aai: ;1G 4 r • r Cv-w ...) B'..Li..C.t..Y A.Ce.. 4j:-'{:.., /1 Y , y.pr�, a.91-9 .J•. A...) Ae- /i Cr-A A� a L' 1."n.{:6i . ti .. . . . f1 .j • n b� i � I 1 ti y a r•;w a k 1J' w. i 1 K % " 1 % is. '.y _. .. p ,) A '. .'.:e2- ��/- I f44� yy1� fA' [ t 1 � � 1 f a . I-�-r �b�k'f 'R } }•�� "'yy � � ^R j f., 1 �` {(X 4 �' yy ��'� F R� {*,r Y t ri' . r j,p;kt Y' ;4. g 'fy oy F Gi L+4 a•se.. _ G'.Pc.L'T GF.A ,.. oe Lt or 4 1 I GAF I � Y M n' f X "03 I ,t f :x w' kNy �1� t - C+ A-r1 v1rY Au � 4 P' 11 1 1 i { �f. S' �o '- � '7 - Me,�� - .�/� c,i D.O b/ i �.w�-r-ov �o..,sr. — L � Nor W o E..�c. � { • i .� ! � w s�� i �' <R+ � F�.r. V S- 27- 77 M. 4.u Av.D Aed;IA/ . Of"f' 9 Oti1 n ,r I � f i a w 'nJ ,,nnJ µ+ W L .4 a p_` d e fit. ry 4 `r 4 Y _.._��n.�.w..0 Y^�.Yl llR �r. Yr��))JT))]//IM lli) YIY)))I%l)f)altNlY91l1 �I)I'l 111)J I1114)iYl�lpl i fl `{ b 2S• 77 klowD rn , Lu.a oY C1.i4@ti utsa��� l 1 , �1._suroa Caysr — A r'+ — Ljo t ♦ 1 r 03 a c r U U i r , C p.)rvr ...rer.r )rarr.✓...,nr}.4�rlr.rvwrrr...U..ur...)r.1.a.pr r�w. ,n,r.e rrl e..L.rl,.. �.asrb\.r...�rlfrs.4-r:.rrn...r{lo.h fslJ f��IlDll ul...1f 1. /. .�+r.+r r � I �F ► s r r ► ry a 7 O 3� �9 r "� _ 16/va� ivol r r r r-w a .Jlno., .��rrn7 W e S r J t rLvsY C!G�w OAJ eei•,z o. , CO+asT, ` n ! o .acr wn atc. TUC7AY. f i L P f , .y sj 1 r Cto4. ��U • ar'. t. f+/1 Q IJ - ELT c^4!�C r..� .� _ ;. �.^&".,; r _ 4L�..1'T"Onwi CCS A.a1 iA►i i T'1.) :'_`fw'R •.1 I..1n • i F, .►I % I � c , v_ .a, rw ° AE�� OYrliE -. ll; .ltL11N I�Q ws ars Tv T•�`i.ST T4u►T C?flr`T� O�.► of TUE r1�,•..� o �7 I • `.�o. titii� oc F'}fL o �. I 1 i i i 1 : .w M . '°" rev Pot C....�GK 'C141��. .7 aCtC.A 041 S LA f! was .'_.@Y t v¢o l R f?A G.Ic1'1.! wlTtia P.TKNeJc t.Ev� [.ED aCOr'. QLSo �CL1 9�arR C.7u•Qo Pas .eacv@.+G We AWo i 140'eA A/j'— per/ 1✓b. &A/O G,c- Pea r//aap� f J Y 1 e • 1. 1. i ! t • L i f, ' lA 1 _ �. •� i ,'� p U U r ,;� .�, 1 � r r .l ' � � S ««•...v•L.tYi.\:�f.f:WnPl►rM1lII LLI�Ir/Y.'+�rYl)t.$ ) 1 1 t+.cam . �t341,4i l'•.a Q. Eo u �P. = n•�e.s = P-. C . '^�j``f 'T'-�B Y W� V t_ r+►o r (S'G ko:J ,G K.+ .a -- T�1�s �<�s6.tt, s- e.s:.auae oe eawao rNe. e. P�Go,• T?1Gv 4I4vE TC C1 �s� SH . ♦ S. // - 77 r i -7-7 1 i lb IL s P f, fa 4 f : w. Lu pox e . %@ w e4L , u amew \ _rm! 4 . M. , . . . . . � ■ e a < ! . 146 C O O L SSO�01 rip F i r -y k re) a �,y/sy�o C'o��PtETELY W/rN L4Y/A4 o.c f � t P t iac r4I fv n. �VeJ r'�V1•� f.7r+lk/O ts, A ,U%VFJ -)N I;Pv"-7 S-L/v 17 'J �"� ✓-r Z� a'r'7n 0 `�!'///v/vn c� a �° ) � S..[/r r c7'� ryw J>i 3pN..L OL 17nO/) y6 ��e/raJ e.yo . c /„I ]I/l '%rv'�'n0 •Ii/ 6r /b/ 'l lyal /rG .3iv�Ci,�p cr � .�. 4 'Y.1 b' �.•, 2A V� rr � _14 'j. r-)CtiI'7A11ry rvTC)S`� '.Sr� r""nyM� ■ ��o� 7 1Sf>r�7'an0 v /.aiYny IiJ v X .X A 7 7 - Trite 1 vuD r 77 ■ +1+ i t r l • i A 4 Y N /Y�)rl�ir NAstTYaJwr IYIr7lR)f)Jf JNJ'>fr A.f)fnflr.Vr p{^may _ _ �.,.�...�.o rsr.IY• ymp•f1)Illft)ffYM)IrfdA L•/)rlYf:l.f1UI•A1IJ�ffVf))f!L)• h • • M. L u.vo y • CO(�U() ti10 AG_TIvrTY r..aq { ►,4 G7ti, • � PO �E TO ��. you L6 c.J A . h+t � N�'a STS TCT� TN+T- OEA CG. Car' LEAD COw, T-A,. -rF� Ili F,( 46VC -ro l";C M�.OR r.J ftv C �i Q V'M. 1I AQ-ove Imrla 4./AS Tv2NEC' �1.�T-q • � rr 1 • f r • k `� i f G - 77 - M• Lukioy C,o50 '¢S$o 6 A4L- 4 P.YC ✓ e .■ k-.EN 10 3 oo.JST. — Izz:a4r..) M�a1L.+ tic. i• - ""�'� EY. /"L vGa !'UV4D NoT !36 C�Arypy�p �! e l'" cLL S(a'7'10A.1 1` M✓ pFEQ fiAtF/GGE.> a �_:MP4cTE0 i.i 00 { C.�.vTG.o��qG _•;rAT�''d NE .N�'L��vt%e'D 7rV 77) 1 ` i t � L• 8 . 77 - • /'A Lusts of -10o t ovr:,c • �,+ c • K c.,�-o a Ca y lor" _" �GZ,A ki -4rre ryh r r ry cm • MA til oa 50. 43P P$ P.j A M . J � A 04>VI-= AAA IhJ P&SSEO Air— TT-93T iV F. M MAI .I TGS-r60 @. ?�4� P51 Mr.J. L os , VTI LITY hd PT• M46% 4eeiAr ..0 ne- rF,E, n ovE , • f i P 7 I • • ti t F G- 7- 77• �'� n a � _ E.t a. IJ �� rr my c.. -t-•`r= �E;: �r_ � TEaT Oe.) Zo. �rtwi OLD 1 :..J L..I►T� p. AA, f� M6{V CEO UOT • A. i s r l 1 I!i Y !<5 N �i 11, `V) v r l 4 4 e ' n � n J v • c v `� r , . i a h rvq •.�. Ylu ln�•. .�a.W,S FY%u t s AN."a,.n rl!•4)r.l f)211.01•u r v.r...)f...w..:...n ar...n..•. .a.... . • r lk w a W P+ - '�r ]J h n .-.—•wr�rF�aNIa J1}/rI)J LuvDsa)Na.1).)L>• 1)l!i)I D)1)a..� e __---� � � r .i J � �" ,�. �. ,� .,� �. 1 :;,, . f .���.an)�r),r.)�TI)I1�11)ll�y M1�)L�Nf*1)M)HII'yO))))�l'Yllil)Yw / i �I I I ?II C06T E'ST�µ'g9TCr 11 1 IF - 10 ti 04era L AT FAMC1462 (-LY W4V r-*TCMA C04 _.__.. # 144t,SO _ s �rdcTian.T o 11 27,Ov I 5.'t7i Ti x 139. 0'7 TOTwL �. �jA1wS �LYGrLav (pC . OD i x 27 7 �i -IN n �S S•hAu. FiacY�Nls v+Cr6isS ._ - µ 10�_—&WODYN6- CARP. -- I ! v I . INtfwa-�eAo�{ 3$5-0, 474 - -_— 44 - --- �; I ARPw�r ArsoasoN 4 000 I G i I 1`. i f - �'�'� M- I .r � CEDAR lm� I / LEGEND I -VALVES \\ - ■ WATER MMIS 6OlING fIRF --IN$ "*E NYORANTS I� TO 0OMESTI! EEATER LINE WATER � FIRE BOEMG 203# PRESSURE MAINS -'-EMERG"CY FIRE FROM CEDAR RIVER • PRESUME REDUCING VALVES 125/4O►S1 ! • PRESSUME 11MUCING WIVES 205;:2S KI i • CITY OF RENTON . 1 nEPARrnar- Nr OF Lr�c;Ir+��:�.Rt�c ' . MUNICIPAL BUILDING 200 MILL AVE SOUTH, RENTON WA "O'GRElSS PAYMENT ESTiMATF_- NO ._� :rjotratt No _ 017.77 Contracto, Renton Construction__..___.._�....._ �^ 1_at (PREVIOUS TOTAL THIS GSTIMA'ri TOTAL TO 0AT'" :S esc trtian tUn;r :Unit i',, a.l r- � � :_,��...R 4�_. .Y,-._.Y+'- „�„�,�� ' } a.n.r�vmmm^..^.».=-m•:c•.s are.:sc:.`_^}I� , _ Qt. « ,z An•K}L47 WCy. ,AryTfiuflI + Qiy i AetkYytf I 1 F 4 I 1V" Galy. Iron Water Pipe L.f. $ 3.00 70 0 0 0 0 0 0� 1 2 F 4 I 8" nI (TJ) CL 52 Water Pipe L.F, $ 11.50 152S.0 0 0 1400 $16 ,100.00 1400 $16,100.00 " 3 F 4 I 5V" MVO Fire 4ydrant Assemblies (NJ or FL) EA. $700.00 5 0 0 4 $ 2 ,-00.00 4 $ 2,800.00 , 4 F 4 I 8" Gate Valves (NJ or FL) with Valve Boxes EA. $300.00 4 0 0 5 S 900.00 3 $ 900.00 S ) G 1 Concrete Bucking C.Y. $ 40.00 5 C.Y. 0 0 0 0 0 0 6 F ; I .Select Trench Backfill TON $ 4. 50 225.0 0 0 49.01 $ 220. 5549.01 $ 120.5S ■ 7 F 4 1 Asphaltic Concrete Surface Restoration TON $ 0.01 130 0 0 0 0 0 0 8 F 4 1 Temporar/ MC Cu I Mix Asphalt Restoration TON $ 1.00 60 0 0 0 0 0 0 9 F 4 I ^rushed S/8" Mines Surface Course TON $ 6.00 100 0 0 tR. !b $ 228.9638. i6 $ 228,% 10 Removal of Cld Concrete Foundation Floor Slab L.S . $80C.00 L.F. 0 0 1001 $ 806 .00 100% $ 800.00 1' F 4 12" Watsr Services With 2" Pressure Reducer EA. $800.00 2 0 0 0 0 0 0 12 ' Reinstallation of 2" $ Smaller Water Services F.A. $200.00 2 0 0 0 0 0 0 13 T 4 I Crushed 1V" Minus Rock Base Course for .4aphalt Restoration TON $ 0.00 130 0 0 0 0 0 0 1 F $ I 8" O.S. € Y. Gate Valve & Misc. Fittings for Complete lnstailation in Precast Concrete Vault EA. $1370.00 0 0 0 0 G 0 Sub Total $21,049. S1 S.41 Sales Tax `� 1,136.67 Total 22,196.18 Less lOt Retainage (2,104.95) Ltss Amount Previously Paid ( -0- ) AMOUNT DUE THIS ESTIMATE $20,081. 23i CONTr CTOR: Renton Construction Co. , Inc. 14929 SE 123th Street ! Renton, Washington 9845S A , . I t i e►� r Z q + �--4sc+G �IQt:�.� ��.7 �. '�'' n1t3H66 1r�A Vl UJ4 �? •.�.}• AND erP t't ��. � �a P. ell 9R r. r �+ U- le i . i r, � v 0 W I� u ' i ~A 1 _. • f. 9 , T 03 .r 1 s r A t f ' v e ' i' yA L 1� ti •v +'im r . v { it 03 U Z► v a O • !✓i.v.s • Pr!a sao rCoF'62 DCF'T, Np:� ���, D aC T�"ST� �I� • r s � a F w > w fn L u.vr✓ S As � t v,•r-r r.a 1 � G- t - 77 No 4Crivi ::^y G- ZR 77 - !� Zi 77 - L - ZS - -7-7 L« � e w w•. C^JOLc LeYECL'aa f..ry Iro I • Y f i �-ra3r1 .. a w {' i _ •� r, . 1 w '1♦^1� r r . �! �, .� �, .. ". �. ,. , , . , ' t l /, r _ - +�,,,_ r AIRPORT V'JATERDIAIN IMPRQTEMENT �.- W-4 5 5 PHASE T & TT a City of ,ton, Utility Dept. �l PRESSURE TEST FORM ` Water Project Y S� i Name of Pro ject .L�TQ6a—F \lf�. Thls test was taken by 4,,4,CMA ' L yA.( on L - 2 9 -7 7 , At a oressure of a:0___ PSI , for _ D minutes. " The test ''failed" on _ ____ on `"Pa•.Sed" G z 9 7 7 II rrmments: —Z/b -- * S CITY OF RENTON • DEPARTMENT OF ENGINEERING e • MUNICIPAL BUILDING. 200 MILL AVE SOUTH. RENTON, WA 9b055. 235 2831 PROGRESS PAYMENT ESTIMATE 1,.0 _1 Contract No 017-7? Contractor_ Renton Construction -- —__ Closing 1977 Sheet 1 of 1 1t A Est PREVIOUS TOTAL THIS ES-RdATE TOTAL TO OATE Descnpt.on Unit Unit Pr,ce -- �r`'' u _ Qty Oty 4ty Amount Clty Amount _ -- 1 F 114" Galy. Iron Niter Pipe L.P.) $ 3.00 70 0I O 0 0 0 2 1 F 4 18" DI (TJ) CL 52 Water j I i Pipe L.F.i f 11. 50 1525.0 007 k400 1 $16.100.00I 1400, $16 ,100.00 � S F 4 I Sh" MVO Fire Hydrant Assemblies (MJ or FL) EA. 15700.00 I 5 0 0 4 f 2,800.00, 4 ' S 2 ,600.00 4 F 4 I 8" Gate Valves (NJ or I FL) with Valve Boxes EA. I $300.00 4 0 0 i 3 $ 900.001 3 $ 900.00 S IF 8 I Concrete Blocking C.Y' 40.00 S C.Y. 0 1 0 i 0 0 0 0 �I^ F 4 I Select Trench Backfill TON If 4.50 215.0 0 0 i49.01 S 220. SS49.01I1 220. 5S •• I 7 , F 4 I Asphaltic Concrete E ISurface Restoration TON It 0.01 130 0 0 0 0 ( O J 0 F 4 1 Temporary MC Cold Mix JAsphslt Restoration TON 1.00 60 0 i 0 ( 0 0 i 0 0 I9 F 4 I Crushed S/8" Min-isi III � Surfaea Course TON ; S 6.00 100 0 i 0 I3E. 16 t 228.96 8.16 $ 228.96 I10 Removal of Old Concrete Foundation Floor Slab L.S. L.S.I $800.00 O 0 11001 , T 800.n0 1001 ' $ 803.00 I 111 F 6 I Z" Water Services Nithl ' 2" Pressure Reducer IRA. $800.00 2 0 I 0 0 0 10 1 0 i13 Reinstallation of 2" 4 I Smaller Water Services EA. $200.00 2 1 0 0 1 0 0 I O 0 13 P i I Crushed 11t" Minus Rock Base Course for 1 Asphalt Restoration ( TON i $ 0.01 130 10 0 10 0 10 0 � II 14 F 4 I 8" O.S. 4 Y. Gate f i Valve E Misc. Fittings for ( Complete Installation. in 1 I � ' iPrecast Concrete Vault EA. f11)0.00 1 0 I 0 0 0 0 0 { Sub Tot 1 $21.049.51 1 5.41 Sales T x y 1.136.67 1 7ota1 j (T— 27,186.1E %00 `` Less 10� Ret�insge (2,104.95 Less Amount Ireviously Prid ( -0. r I � AMOUNT OUR Tests ESTIMATE i$20,0E1.231 i I i CONTRACTOR: I Renton Coastructlnn Co In 14829 SE 118th Strost Renton, Nashingtor 981 SS 'Iw � f I ' DATE May 6 , 1977 TD ,wen Ma,shal 1 , finance 01 re(,tor FROM: Del Bennett, Airport Director SURJ:C. : Estimate Nr. 1 Contract No. 017. 77 Project W- 155 Airport Water. System Improvement ; Phases I F a Contractor Ironton Construction Co. Inc. ■ Submitted herewith and recommended for payment is Estimate No. i der above subject: Total Amount to bate 5 i 21,049. 51_�� 5.4ir Sales Tax (tln n Apidicable) 1 ,136.67 TOTAL S 22 ,186 .18 Total Amount Retained S (2 ,104.95) Amount Previously Retained ; ( -0. ) Amount Retained This Estimate to be paid from Account/Accounts: 5 (z ,104.95) 402/004/15_534.90.63 _( ) S 2 T_A oS ( ) S .a Total Amount of Contract to'bate S —22.186. 18 Less Amount Previously Paid 5 Less Total Amount Retained S,—_ 2�104 ,95 Amount Due This Estimate To be Paid from Account/Accounts: S 20 ,081 . 23 402/004/15.534.90.63 5 20.081.23 J CHARTER 14, LAWS OF 1965 CITY OF REENTON CERTIFICATION 1,the dasirsidned do live&, urnfy under ,"City of pail ry, that the materials he-* boon /urmsMd the serricee rsndaled or the labor Perform@ M deaal6ed mean, art/ trial the claim e a just, due and Vn Pa,d oah■Ctior sPdinsf the City of It@ntan, and that I am authonldd to authenticate end certify to sera claim 4 t CITY OF ;?ENTON • DEPARTMENT OF ENGINEERING MUNICIPAL BUILDING, 200 MILL AVE SOUTH. RENTON, WA 98055. 235- 2631 PROGRESS PAYMENT ESTIMATE NO 1_ Contract No 017-77 _— Contractor Renton Construction _—_ _ Closnq DateM,' 6, 1977 Sheet i o} 1 Itet Est PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE No Descr�ptior Unit Unit Price _� _ QtY y� Amount Qt—Amount_ I � 1 F 4 114" Gsly. Iron Water Pipe L.F. $ 3.00 70 0 j 0 0 0 0 0 ( 2 I F 4 I 8" DI (TJ) CL 52 Water I f Pipe L.F., S 11.S0 1152S.0 0 0 1400 $16 ,100.0011400 $16 ,100.00 3 F 4 I W' MVO Fire Hydrant Assemblies (MJ or FL) F.A. $700.00 i 5 , 0 0 4 $ 2 .800.00 4 S 2 ,900.00 4 I F 4 18" Gate V31ves (MJ or FL) with Valv^ Boxes EA. $300.00 4 0 0 3 $ 900.001 3 $ 900.00 � � S � F $ I Concrete Blocking C.Y. $ 40.00 S C.Y. 0 0 0 0 I O 0 6 IF $ I Select Trench Backfill TON S 4. 50 225.0 0 0 49.01 $ 220. SS149.01 $ '220 'iI ,d 7 F 4 I Asphaltic Concrete Surface Restoration TON $ 0.01 130 0 0 0 0 j 0 0 I 8 ! F 4 I Temporary MC Cold Mix Asphalt Restoration TON $ 1.00 60 0 0 0 0 i 0 I 0 9 F 4 I Crushed 5/8" Minus ISurface Course TON S 6.00 100 0 0 38. 16 $ 228.96*16 $ 228.96 � 10 + Removal of Old Concrete Foundation Floor Slab L.S. $800.00 L.S. 0 0 1001 $ 800.0C 1001 S 800.00 11 F 4 I 2" Water Services With I2" Pressure Reducer EA. $800.00 Z 0 0 0 0 0 0 ; 12 Reinstallation of 2" 11 I j Smaller Water Services EA. $200.00 2 0 0 0 0 0 0 13 F I', I Crushed I%" Minus ( Rock Base Course for I 14 IAsphalt Restoration TON $ 0.01 130 0 0 0 0 0 0 F 4 I 8" O.S. 41Y. Gate 1 Valve $ Misc. Fittings for I j Complete Installation in iPrecast Concrete Vault EA. $IM0 .00 1 0 0 0 0 0 0 fl ! jSub Total $21,049. S1 i I 1 5.41 Sales Tax 1,136.67 Total 22,186. 18 I I Less 101 Retainage (2,104. Less Amount Prevl -)usly Paid ( -0-� I I I I AMOIINT DIJE THIS ESTIMATE S20,081.23 ! I t I CONTRACTOR: I ! I+ ^enton Construction Co. Inc. I ' 14629 SE 128th Street - Renton, Washington 98955 oil i I 1 � fi tiIl 01 SO NTON • MPAR IMI \ I of I \td\II Fl .( . • rl . ,Y41'P4L LlU1LI31041 ?CJO AILL AVE SOUIM RENTfIN VA vtfVbSt,: "rCT..._.�•♦, ..__. PR,p(SRESS PAYMENT Lsi,mArE Np - �'.um.oc• No 117'rP -. ..__ Canb attar._�!!lR.�U1t�7R4S�K! C:owyi paeylLL 1/Pf Q•wt.l el l_ __ _.. .. y .. ,__.... .. ...p tOTA It E t / .11E_YW rpT/y,_ Uf tM15 lb2MAATP TOTAL TO DATE 1 po Unit Uml P•,c,rl QIr OtY Arr,.wnt �QI�r�Am QtY Mwnt— 7 1 ! 1 1 ly Gir. 1 r.n "tor Pips L.F t 3.00 70 9 9 6 t • � e � 2 0 / 1 t" 01 (TJ) CL 52 Worst 3 KM L.P. / 11.50 1521.0 0 9 1100 iNrIM.1♦I 24" 110,IN.00 ► 1 1 K" tIVO !lr hhPP drat 1 Saaorl Us (MJ or•il) F.A. 1700,00 5 0 n • { 2,001,801 a { I,N0.00 a P 4 I t" Gat* Yeirae (MJ or PL) with Y•]re ■0a•. BA. 1300.00 / . 0 1 i IN.1♦I S / 900.00 1 s „ $ P 1 : C"creto blocki•t -... , e0.00 5 C.T. 0 0 a o 10 0 6 P a i Select Ir"cb 0ockfill TOM t 1.SO 111.0 0 0 69.01 1 1 220.S6 SPAM 1 P 8 i ,tllF•I t/c Concrete + Sar[• a leot•Tot len TOM 1 0.01 ISO 0 a 0 0 I a 0 t P 1 I Temporary MC Cold His ttlas"et6otle. T071 1 1.00 60 0 0 0 0 I O 0 ! ! 1 I C.ruo►od 1/1' M1ew Surfs" Course TON t 6.00 too 0 0 34.10 1 72ti9406.16 1 225.5' to SaMoral of Old Castrate Paaadatlec Floor 510 L.S. t400.00 L.S. 9 ♦ '.001 { N0.0/' 1001 { 000.00 11 ► 1 1 2" Water "micas With 1" pressure "Outer EA. {100.00 2 C 0 0 C 0 0 12 SalAstallatieo If 2" / Smaller Voter 50"I"s SA. $200.00 2 0 1 0 0 0 0 73 ► 1 ! Crwh*d It" N1Aos bck Ease Cenroo for Asphalt Saateratles TCN t 0.01 ISO 0 0 0 n 0 C N P / I v0.6. 1t. Gat* Volvo 1 Misc. ►ittlspl for Complete Imatellatl" in Precut Concrete vault EA. /190.00 1 0 0 0 0 0 0 Sub Tot sl 121,069.11 6./1 u�ie Tea L13f.f7 #,�i .ij Total 22,IN.11 f Lees 101 "gteye (.,IOa.9SA Loss AMaust Prert"Gly 0610 ( -0• ) •,L AMOUR Ili♦ T111/ SMUTS i2l,otl.l7 L� i t1l•TUICTOS: � � I i Smat" Cpatruction Co„ lot I 11/70 tS 120t► Street Sent", Wu►ta♦t" 0 IS6 j � I t DATE May 6, 1977 TO: Gwen Ma-still . Finance Director FROM: Del Bennett , Airport Director SUBJECT: Estimate No. 1 Contract No._ 017-77 Project W-455 Airport Water System Inpro✓ement: phases 18 II a Contractor Renton Construction Co. Inc. a Submitted herewith and recommended for pa).ment is Estimate No._per above subject: Total Mount to Date $ 21,049. 51 5.4% Sales Tax (When Appli;,able) 1,136.67 TOTAL $ 22,186 . 18 Total Amount Retained S (1,104.95) Mount Previously Retained $ ( .0- ) Amount Retained This Estimiato to be pA;d (2,104.95) from Account/Accounts: S 402/004/15, 534,90.63 ( ) L2 lnq oc Tota! tvesunt of Contract to Date $ 1j�186.18 Less Mount Previously Paid $ Less Total Mount Retained $ 2 ,104.95 Amount Our This Estimate To Be PAId from Account/Accounts, S 20 .081.23 402/oo4/IS. 534.90.63 _( ) $ 20 ,081. 23 ( ) S ( ) S CHART" 116, LAW OF 1Oft CITY OF RENTON CERTIFICATION I, IM rMnlpNe do Ire" certify MM /tmeny of aerlary, that the maMiea taw beam ,wrMOAoe, the ilervie" r~ee tor tM 460, Performed as Sao~ %Spam,a" /ha the claim e A Iwo#, dwe end imPow aelidetiam a",not too city / :faMem, and that , aim avohaw 404 to sethomtieato aM certify to MN Odin owed . t CITY OF RLATON • DEPARTMEN1 OI 1 N( tl\I I KING s : j MUNICIPAL SUILOINS. 200 MILL AVE SOUTH RENTON WA vtl0`,'..e 2.35 2631 PROD@CT_W PRO< MESS PAYMENT E$TIMArE NO?^} i Rini Cunb,L1 No 017 77 ^_CaM�tfe. tlM JulY 1w0, 9_77ShCant facto Ckmn0 Oslo gt1 I _pf It _ Est VIOU3 TOTAL THIS_ESTIMATE TOTAL To cbmi { p,s<npl,on U-11 Umt Pr,ul Q1Y I Qty I Arnptint Qty Amount Qty. AlttOwtt 2 1 O b 1 1 1/7" "1" Ire, Wtar rlg0 L.O. 3,00 -M 0 0 70 21C-00 70 210.40 r j 1 h DI (TJ) CL 52 Wets: Is 'L.F. 11.50 IS2S.e 140 It,100.00 7q 1 ),530.50 1707 13.t70•M 3 If 6 1 5 1/4" MVt Fire ndyant [A_.a*llos (MJ or FL) i LA 100.00 5 4 2,400.00 I 7WA0 S 3.SN.M ✓' O r s 10' rate Valeas (Ml or FL) i EA 300.00 4 I 7 900.0o 11 300.00 4 1,200.00 Ith Yal.0 Aoaas 9 f b I Concrete rlocklhg C.Y. 40.00 S L.Y. 0 0 2.75 110,00 2.is 110.00 1 { If 9 1 Se' t Trench back fI I TOM 6.40 j C4S 49.01 220.55 36.71 165.20 85.72 3111S.1S 7 if a,! Asphaltic Coocret, Surfa,e I TOP .01 190 ' 0 0 0 0 0 0 I 4 mr 0 I raArorary M Cold Mi. TOM 1.0 60 0 a 0 0 0 0 IAarhalt Restoration 19 jf 6 1 ;rushed 5/0' Minus 100 6.00 Ion i3{,16 224.96 245.57 1.473.42 20.73 1.702.39 urface Course i TO Illroval or Old [,hoot. FomNatlM L.S. BCFi.00 L.S. j IOU e00.00 0 0 100; 800.00 Moor Slab 1 I III F A 1 2" "to, Servicas With T. EA 800.00 7 0 0 2 1'"0.00 2 1,600.00 1 �ranve odour 13 10e1latall atich of 2" and Sea)let EA 2U0 00 7 0 0 2 W6.00 2 e00.00 Water Services 13 'f t ! CrusMd 1 1/4" Minos Mock TO" '01 130 C 0 0 0 0 0 Mso Course for A oneIt Mstorstlon 1 !14 14 1 e" O.S. ItY. "to Yale. aM EA 1500.00 1 0 0 1 t.500.00 1 1,500.00 Ise fittings for Complete 1, lat ion In Ireust Concrete IWuI r C.O usN� Or /1 Lapp Sue I.S. 159.61 L.S. 359.41 Sob Total 11,739.04 5.44 SAIn iaa I fOTµ Len 104 Ae4i,ge '3.177.90) Less AM01nt Prow, Paid tC 001: AMOUNT MRTHIS ESTIMTE S 17, 67 OW$kACTOR: I Tight o, Co",, C,., in<. 14429 SE 120th S, IWlton, 1M 96055 IN 11111 m m i I e t DATE August 1 , 1977 J T rl: Gwen narshall , Finance D rector ik FROM: Warren C. Gnnnason, Public Wrtrks Director / p' SVSJiCT: Estimate N,,2nd f FinalContraet No. 017'77 ' Project W-455, Airport Slater System Improvement; Phases 14 11 Contractor Renton Construction Co. , Inc. �__.._ �• epn d and Fine — - Subhnitted herewith and recommended for paymtn, is Fstimate Nb. _ per ablwe subj b]C Total Amount to Date S 31 ,739.04 SwIV Sales Tax (When Applicable) _1_713-91 TOTAL S 33,452.95 Total Amount Ret A:ted S 3_173.90 Amount Previously Retained S (2,104.95) A,nount Retained This Estimate to be paid f;rxo Account/lccounts: I S 1 ,068.95 402/004/15.534.90.63 ( ) 5_. 1 ,o68.95 _ ( t S Total Amount of Contract to Date $ 33.452.9c, Less Amount Previously Paid S (20,081 ,23) Less Total Am!tunt Retained i ( 3,173.90) Amount Due This Estimate To 8e Paid front S 10,197.82 Accrtvnl/Accounts: _ 402/004/15.534.90.63 ( 5 10,197.82 ( 1 S r,MARTFR 116, LAWS OF 1965 CITY OF RENTON CERTIFICATICN !.the uraon,tnod do horoov "'Iltt Irnoar pwa!ry of porhuty, t"I the nloterrole have boom torn.o"d. Ino por.'Coo rortafroa W the :Gear parfonamd " a000uoa Mom, OW the Ina clo,m q a loot, ovo one unpaa 01,40f on nad,nof the Car of Roelon, one that t atr ww wuao to out" to Ma Go,", to Goa r/aNt j DATE August 1 , 1977 T' Gwen fsa Vshal I , Finance 0i rec for F u!1M Warren C. Gonnason, Public Worl, 9;rec ter SU6JFCT: Estimate 144nd G FI, - ontract No. 017-77 Project W-455, Airport Water System ImpfC/emenl; Phases I G II Contractor Renton Construcrion Co. , Inc. )) 'a Submitted herewitt• and recommended for payment is Estimate N7>od�einj�ve subj e!t Total Amount to Date 5 31 ,739.04 5,W Sales Tan (When Applicable) 1 ,713-91 5.4% TOTAL $ 33,452.95 Total Amount Retained ; 3,113.5D Amount Previously Retained (2,104.95) A,rount Retained This Estimate to be paid from Account/Accounts' $ 1 ,068.95 402/004/15.534.90.63 1 ) 5 1 .068.95 of . ' of Total Avtnunf of Contract to Date ; 33,4i2.95 _ tr 1 Less Amount Previously Paid 5 (20,081 .23r,__ , Less Total Amount Retained Amount flue This Estimate To Be Paid from Account/Accounts' $ IO.i97.62 402/004/15.534.90.63 ( 1 5 10,197.82 CHARTER LIB, LAWS OF 1965 CITY OF RENTON CERTIFICATION "the arQenibnoa do Won, certdy uhln 'wdoy of RHlary, the the mabpiale here i j oNm fur mebo, Iho eV nUe renelr eo Or tM ja Coo aarforwM tM, too rid,* d a tuet, d,al emit --Pita 0110-T61'" oda"ot the City A Renton, on.l tM, 1 ue, mrtawuee /o eWMh�pato ono ce.h'r fo "Id j }�Y y4� _� t ' e r CI IN OF R.-ATON • DE:PARTMI- N. (A I \( pl\I I RI VC; e • � MUNICIPAI. BUILDING 2M MILL AVE SOUTH H; v1+IN ,., rhl I"'.. a 2 )IS 2031 i 1•v )JF U1 W-459 _. . - _._ PROGRESS PAYMENT f511MAR. fyC32M 6 /IMI (.or....,. N., 011-17 _. I.,.. . Rest" eORetr"llows ckn,-q Dato'Irl�10, �9718nee•!_of INo( T r Q _VIQUB T01_AL TH1$ ESTIMATE TOTAL T O OAt F J hnr 1 ,Iry u � , U,.t P,.c Ealt y Qfy. Artie vrtl Qty Arnourst Qly AAr im F k ..' 1 VY wi,,. 1'.." vat" Ilne t F. ? 00 10 0 I 0 70 I10.00 ( 70 110.00 1 12 1 L I 0 11 (U) CU 52 Water ripe L.r. 11.50 a 1526.0 1400 ; 16,100.00 307 3,530.50 I1707 191670.50 3 1 4 1 5 1/4" MV✓ Fir, 1ldyant AsaMiles (War or FL) FA 700,00 4 2.b0.00 ) 1 700.00 ,I S 3rSa.M 4 If 6 1 0' " Velvet (MI or FL) EA 300.00 Y 3 900.00 1 y00.00 j Y I,I00.00 rrl th /elve Fors ' .. S �f 6 1 C.,nc me EI«k1,y C.r. 40.00 S 0.T. o 0 Z.75 no.00 2.75 110.00 1 6 iF 6 I Se Pact Trench Back I I TOM 4.50 225 49.01 220.55 36,71 165.20 $5,72 105.75 7 'F 61 AapMltic Con<rafe Surface i10 .01 130 0 0 0 0 0 0 0 'I/ 6 1 Tryorory OK Cold MI. TMI 1.00 60 0 0 0 0 0 0 emit Restoracloo If . I Crulhad 5/0" Minus Tom 6.00 too 34.16 226.0 245.57 1,473.47 283.7) 1,702.38 Surface Course �10 ;Removal of 0•d Co«rate Foundation L.S. SM.00 L.S. 100E 800.00 0 0 100% 800.00 Iflaor Sift 1 I11 i7 6 12" W,ter services With V EA 800.00 2 0 0 2 1,600.00 2 1,600.00 i assure Ivducar ii Ioatallatlor. of 2" rd Suallar EA 200.pO 2 0 C 2 4o0.00 2 40C.00 {B Se'vicas 1! IF s I Crushed 1 1/4" Minus Rock TOM .01 00 0 0 0 0 0 0 r Course for Asphalt Restoration (N f t 18' O.S. s V. tote Valve and to 1500.00 1 0 0 1.500.00 1 1,500.00 �1st. flttinys for Coovists lMtallatlon In Precast Cuncrate ORuIt 0ummor /1 Lusts, Sums C.S. 359.0 L.S. 359.41 Sue total 31,739.04 1 5.4E Sales To. 1. . 111 TOTAL T . Less 104 IVtainve (3.17).90) Less Am wtt Pratt'. rain (20,08L.111 AMOLWT WA THIS ISNMATE S ! 1'28 NUTOR: Denton Cons,. Ca.• !nc. 14029 31 128th St. `I IVntao, Will 96055 � I 1 i � i r� 1n DATF August I , 1977 TO, ;den Marahalf , fiiance Director FROM: varren C. Gonnaso -, P,tbI is Works Dl rector SUBJECT: Istimate Noind 6 rinalContract No. 017-77 f rc Je(.t W-455, Al ,port Watcr System I mp rovement;_Phases I G II Contractor Renton Construction Co. , Inc. �-Submittedhewitt and reumme ndcJ for payment is Estimate oAnd and Find .--Per aLlve subject : Total Amount to Date 31 .73904 $wy Sales Tax When Applicable) � 1 ,713.91 — 54> TOTAL g 33,452.95 Total Amount Retained S 3,173.90 1 Anvwnt Previously Retained $ (2,104.95) A:hount Retained This Estimate to he paid from Account/Accounts: I 5 i ,068.95 402/004/15.534,90.63 ( 1 S t ,068.95 ( ) S Total Amount of Contract to Date 5 33,452.95 _ Less Amount Previously Paid S (20,081 .23) Less Total Amount Retained 5 1 3,173.90) Amount Due This Estimate To Be Paid fr;m� ID,197.82 Account/Accounts _ 402/004/15.534.90.63 ( ) 5 10,197.82 — CHARTER 116, LAWS OF 1986 CITY OF RENTON CERTIFICATION 1,the ,0401*19nad do wan WWI radar veneer of pag9rr, that the raglan Ma have eon ivrmohod, tho nrrlcp ,anaaao or the t000r porfarmod M doWioN 6~,Wed that ins rle"M 4 9 Not, d9a Me vnpa,d W.491 o. aaomat tbh City of Renton, one that i am e1ther4od to avthonllpoN Ono cerhlr to dold &4 tl %land j ef>„...I.te 1 0F k� L A~ PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 235 2631 _ WiNICIPAI, BUILDING 2OU NILt AVE SG RENTON WASH 911111I55 b P +rf0 Sf Ptt## CHARLf', 1 DELAURENTI tom: m MAYOR y . Honorable Charles Delaurenti , Mayjr Members of the City Councils Subject: Final Estimate, W-455, Airport Water System Imnrove-nent .M Phases I and ! I ; (CAG 017-77) Dear Mayor Delaurenti and Council Members: - The above referenced project was completed by Renton Construction Inc. on July 19. 1977 and accepted by the Public Works Department on the sane day. It is recommended that the City Council accept completion of the contract a as of August 8, 1977. Final payment due the antractor is in the amount of S101197.82. -•+°'try V If, after 30 days, no liens -)r claims are filed against the project and t•� proof of payment of tax Iisbi l; ties Is received, it Is recommended that the retained amount of $3,173.90 oe paid the contractor. d Very truly youry;, 7y , i QL' ,— o.. •� a 17arren C. Gonnason, P.E. Public YMrYs Director =t� RLO:pmp Attachments 1 .t SING COMMERCIAL AIRPLANE C W NY P, Box 3707gt„n 00124 A Division of The 8oein0 Cgmparry r February 28, 1977 R-6180-1192 Mr. Del Bennett a Airport Director Auniclpai Building RECEWD 200 Mill Ave. South Renton, W- ^n 98055 MAR 3 - 19; Attention Ronald L. Olsen tiatcr Subject: Domestic and Fire Protection Water Main Extension, Northwest Corner // Renton Municipal Airport [ Gentlemen: r We have reviewed your drawings for the extension of the Boeing-owned 8" water main at Renton Airport as submitted by Mr. Olsen on February 23, 1977• The Boeing Company hereby grants approval for the extension, with the ger •ral ar:angemeot as shown in the drawings titled "Renton Airport Water Systems Improvements; Phase 1 , city of Renton Engineering Ora-wing Series M4-455, Sheet 1 through 2." This approve) is contingent upon your execution of a Hold-Harmless Agreement, which is being prepared and will be sent to You soon. i Please coordinate a!l construction activities that interface with The Boeing Company, tnrough Will Skartvedt, Construction Engineering Group, Boeing Renton, telepnona 237-1013. A minl•num of 24 hours notice is required for any shutdown of the Boeing water system. As you can eppreclate, the duration and frequency of any water outages must be held to an absolute minimum. Request% for any water outages must be.. coordinated through Mr. Skartvedt. i We would appreciate receiving a set of as-built reproducible drawlays yyppcv ; coa.hletion of the construction worit. If further information or Instalfitt details are required, Please contact Leon Pappas or cliff Garrison on 237-U20. Very truly yours, a, 707/727/737 DIVISIOM *SIXby / Director tf Facllittes �I�JlFOG�'� f ♦, y Seattle Water Deprtlnent MNMln 1S LdWrT.n SUWnnbnd,nl RECEJVED January 14, 1977 JAN 17 l 7 CM W ti t RMtpw MOOR Mr. Del Bennett a Airport Director Renton Municipal Building 200 Mill Avenue South Renton, Washington 98055 Subject: Airport Domestic Water From Boeing Water System on Renton MLnicipal Airport Dear Mr. Bennett: This will serve as a written agreement between the City of Seattle and City of Renton Airport to tle following. 1) The City of Renton will install and read the meters of the proposed airport restaurant and Renton .Aviation. 2) The City of Seattle will calculate the amount of water charges to the proposed airport restaurant and Renton Aviation. 3) The City of Seattle will bill the City of Renton Airport for water usage indicating the amount '`r the proposed restaurant and Renton Aviation. 4) The City of Seattle will indicate the amount deducted and subsequently charged to the C ty of Renton Airport on the billing to the Boeing Commercial Airplane Company. 5) It is understood that the Boeing Commercial Airplane Company is not responsible for the billing or collection of water charges to the City of Renton Airport, but has agreed to this arrangement. If further clarification is required, please contact this office. Sinc ely, FRANK FIELDS, JN. Frier Service Director AGREED TO BY CITY OF RENTON: r 1 1 Date Oel . n .t, Airport Director <W W aIM110- WMar ryd.'IM*At 101&fond M.mN alh 01cor 1 aline W.•Mnyldn 381U QQdi k'-• ' , r Mr. Robert L. Miller Page 2 iebruary 17, 1977 7) The Renton Airport will provide adequate protection and safeguards to insure against crosr, connections to the water system. g) The City of Renton acknowledges the Boeing Company's right to chemically treat the water system for corrosion <:ontrol in accordance with accepted a and approved health and sanitary practices . 9) The City of Renton will grant to the Hoenig Company a hold harmless agreement as requested. The Boeing Company has agreed to prepare the agreement for execution by the City. We are presently in the process of revising our plans and specifications to conform to the standards recommended in your letter dated February 9, 1977. Upon a-, . -vat of these plans and specifications by the Boeing Company, we will ad-ertise for competitive bids to undertake this project at an early date. We sincerely appreciate the time and effort you and your staff spent to help resolve this matter. Sincerely, RENTON MUNICIPAL AIRPOR- 1 .+J nett Airport DirCLtor DCB:cah cc: Mayor Delaurenti Councilman Stredicke fir. R. N. Morgan / Mr. R. Olsen 1 OF x�.l �c �»f ►i~ PUBLIC WORKS DEPARTMENT o WARREN C GONNASON, P.F • DIRECTOR Y' MUNICIPAL aUILDING 2DO MILL AVE SO RENTCN.WASH 911055 • 206 233 2599 0 4 �lF�SEP't CHA►ifs !. DELA VNENTI Fehruar: , 1L1- - MAYOR Mr. Robert L. Miller Facilities Operations Manager 707/727/737 Division BOEING COMMLRCIAL AIRPLANE COMPANY P. 0. Box 3707 Seattle , WA 98124 Re: Domestic and Fire Protection Water System, Northwest Coraer Renton Municipal Airport Dear Mr. Miller: Pursuant to our meeting of February 15 , 1977, we are responding to the terms and conditions for the installation and extension of the 8- in water main at the northwest corner of the Renton Airport . 1) The City of Renton has secured an agreement from the City of Seattle in accordance with the request of the Boeing Company. 'rhe agreement is attached for your review. 2) As ! ind_cated at our meeting, the Bryn Aawr Sewer District has been billing Renton Aviation and Dominion Aircraft (the site of the new restaurant) for several years . It will not be -ec-cssary to secure an agreement, as they will continue to bill without any cost to the Boeing Company. 3) We would have no objection to a five-year review of this agreement by Boeing. 4) We have no intention of modifying or increasing the usage from the Boeing water main without specific approval of the Boeing Company. As I pointed out at our recent meeting, we will be formally requesting permission to connect to the Boeing system for domestic water service In the vicinity of the Renton Tower. However, as we pointed out , the usage would bo minimal and serve only three users in that area. We will be making this request at a later date. S) 'rho Renton Municipal Airport will pay all costs associated with the extension of the Boeing main. 6) The Renton Airport will pay for all maintenance costs associated with the extension of the Boeing main. -i OF 11 PUBLIC WORKS DEPARTMENT UTILITY ENGINEERING DIVISION • 235.2E31 Opp b MUNICIPAL BUILDING 200 MILL AVE SO RF.NtON.WA 98055 �Q O,P,rFO SF r1E�e CNARLtSJ DELAURENTI February 22, 1977 MAYOR Mr. Robert L. Mille, Facilities Operations Manager 707/727/737 Division BOEING COMMERCIAL AIRPLANE COMPANY P. 0. Box 3707 Seattle, WA 98124 Subject: Domestic and Fire Protector. Water System, Northwest Corner Renton Municipal Airport Attn: Leun Pampas Dear Mr. Miller, Pursuant to our meeting of February 15, attached herewith is a set of revised plans showing the new 8" gate valve in the Boeing fire line as requested. Please approve said plans and notify the City as soon as possible regarding approval . Very truly yours, Ronald L. Olsen Engineering Division RLO:pmp Attachments BMING COMMERCIAL AIRPLANE COMPANY P.O.Box 3707 Seattle.Washington 96124 A Division of The Boeing Company April 18, 1977. R-6180-1299 h City of Renton Municipal Building 200 Mill Avenue South Renton, Washinnton ;8055 Attention: Ron Nocbm 0ISo - Subject: Underground Utility Facilities, Renton Field, Renton, Washington I Gentlemen: Enclosed are drawing numbers 600-000-0576, 0577 and 0578 for water, air, gas, electricdl and sewer facilities at the south end of the Renton Airport. We da not vouch for the accuracy of these drawings, but they should indicate what can be expected in that area. We hope these drawings will be of service to you and if additioua. information is desired, please contact the undersigned. Very truly yours, f 70717271737 DIVISION W. T. Skartvedt Supervisor Contract Construction Mailstop 62-15 Enclosures MEMORANDUM of A''_TION TAKEN BY BOARD OF DI=LECTORS OF RENTON CONSTRUCTION CO. , 1"C. Without Meeting March 4, 1975 Renton, Washington eliton we, the un6ersigned, beingakeathetfollowing actionfiwithoutpei struction Co. , Inc. , hereby r.,eetiny: Tne directors of the corporation hereby :esolve that the president of the corporation shall have the authority to enter into and sign all contracts and documents on behalf of the corpora- tion. There being no further action to be taken, the directors hereby affix their signatures. Bruce L. ou Doris Goul _ Je C y it.. Chrlstinc Britt e ti ti t� , July : 5. 1977 Dal Bennett Ron Olsen ,a s W-455 Airport Water System Improvements The contractor has comnletad the above water prcject. We are In, the process of making up GIs final pay astlmeta now. Would yo+i plaasa ■eke a final Inspection anti report your findings back to me. Thanks. 4 Rl01M 'Y t 1) rt 3e5 Nov. loll,/n; Contract No. ..A.,�. oi7- '7 NOTICE ,;r -,'WIF.'TION OF PUBLY WORK.. ;ONTRA'T To: Lxcie:e Tax aiv.sion Data: Audit Sec!1on Tax Cowtission Olympia, WashinPton s a Do Not Use, .t-am: City of Renton Assl6ned to: Public Works Department 200 Mill Ave. S. hate Assifpods Renton, WA 98055 Y.W.C. *Amber[ Gates :;entlemsn: Notice is hereby given relative to the coaplotion of contract or project described below: :iescription of .:ontrect W-455 Wa.er System Improvement; Phases I c 11 ,ontractoris Name s Penton Construction Co. , inc. Contractor's Address 14829 SE 128ch St. , Renton, WA 98055 :late. Work Comeaw,,ed April 15, 1917 Eats 'Work Caiplated July 19, 1977 .late Work Accepted: August R, 1977 :Slroty or Hooding '%onprany American Fidelity Fire insurance Company Agebtta Addrags C. Fred Maure, 12CO Westlake N. , Suite 502, Seattle, WA 98109 ;ontract Amount W 30,168.22 Amount Disbursed S 30,279.05 Addition 1 ,570.82 Amount Pataiaed 3.173.90 ,ales Tax 1 ,713.91 Total 33,452.95 Total 33,452.55 By Disbursing officer - f'insnro Director THRM COPDLS OF THIti NOTICE %L':'T HE i:Cp LVI T'ED BY THE 7ISBMIW, OFFICER AND MAlIED TO THE DEPARM17 uF' RF.VMM AT OLMIA, WA5KLVGTO4 t DMIATLLY APTO ACCEPTANCE OF TIE; 'WORK DONE LWAk THIS rkYMCT. NO P nlENTC ;: MpIM FROM REIAL`,E3 FMu IKIL RECEIPT OF AG ORDANCE WITH :SAID CERTIMATE. d 325 Nev. 10AL/70 Contract No. C.A.O. 017-77 NOTICE ji COMFLLTION OF PUBLIC WCW CONTRACT 10: Excise Tax Divi-ion Date: Audit Section Tax Cosetission Olympia, Washington s r Do Not Use Fes: City of Renton Aasigned to: Public Works Department 200 Mill Ave. S. Data Aseiptadt Aenton, WA 98055 F.W.C. NI'bers Latet Gontlawn! Notice is hereby R+ven :eiattve to the completion of contract or project Aescribed below: Description of .;ontract W-455 Water System Improvement; Phases i L II )ontractor's Name Renton Construction Co., Inc. Sontraetur's Addre:.s 14825 SE 128th St. , Renton, WA 98055 Late Work Commencrxt April 15, 1977 Late Work Completed 'uly 19, 1977 Data Work Accepted[ A-,gust 8, 1977 'surety or Bonding xx%any . American Fidelity Fire Insura:rce Company Agent's Address C. Fred Maure, 1200 Westlake N. , Suite 502. Seattle, WA 98109 ':cntract Amount 30,168.22 Amount I:darursed s $ 30,279 U5 Additions 1 ,570,82 Amount Retained 3,173 90 ,ales Tax 1 ,70.91 To'si 33,452.95 Total 33,452.95 BY Di a Di teeter THRPB ',OF17.S Ct TifIS %T10£ If-3T 9£ CWLETED BY THE 013,13U&,= OFFICE,'. Of- MASSED T') THE DEFARTMEYr UP' REVENUE AT OLYWIAw WASKINOTON I?hEDiA"ELY AFTER A'Crj rANC£ OF THE WORK XNE VWLIM THIS ;oN&McT. ALL BE MADE FRJM RETAII�D FJND UNTii RECEIPT OF T) r A . A u (X0fI)ANCE WrIN SAID CERTIFICATE. �. Nab d W.ihmOlw .. J �^ ap�nwNnl of Mrmw 1 PFLL, OIF�Alic'm aWRWN Iteg. No. __:g}11,.. " �' ArdR rroaNur« t .«b.r OlYnq�e. Wa:tinFlen e8504 'I Oil' Certificate of Payment of State Excise Taxes by Public Works Contractor Contractor: UNTON CONSTHi1MON 0MLIANT, INC. 14829 sO,fMFAr ,T 1287a srasaT PWC Nt: 36951 B,XkMA, WA35INGTON 96055 We hereby certify that taxes, increases and penalties due or to become due from the above named contractor under Chapter 180, Laws of 1935. as amended, with respect to the following public works contract. .._.._ .... kiii3'Ahl........._..._.__.._.._....._........_....._.-...._.........__...... .._...__._....._..._.__,_.__ ----......_......_.,�q,Sfh.-Wat"._4ysaRa,..4%pswm ea .......-----...__._....._............ ._._..._....-- -..... _.. ....._._._. ._ _......__......................... ...... ........__._ .... ... .__. . ..__._.. together with all other taxes, increases and penalties due from such contractor, have beers paid in full or that they are, in the Department's opinion, readily collectible without recourse to the state's lien on the retained percentage. , This certificate is issued pursuant to the provisions of Chapter 60.28 Revised Cale of Washington for the sole purpose of informing the state. county or municipal officer charged with the duty of disbursing or authorizing the payment of public funds to said con•ractor that the Department of Revenue here:hv releases the state's lien on the retained percentage provided by this Chapter for ex- cise taxes dui, from said contractor. This certificate does not release .said contractor from liability for additional tax which may be later determined to be due with respect to the above mentioned contract or other activities. Date at Olympia. Washington, ...1t ljgr-.23r IIZI7 STATE OF WARHTNGTON DIPARTMINr OF R"Infuz Certilvoti;091ter ROVTINO White Coccus—Disbursing OM r.CxMry C4r, CLmtr*etnr. f'Ink CupY--tile,Ootdmrr,<I CUOY-�>iOeTla1 fl�e, K RI RIY JI Ma 12411, J t �R STATE OF r)FpARTMQNT OF LABOR AND INDUSTRIES = WAS► ING1 ON G.'"As..wws.sytae.ok . .W..N of.SSW 16,.a•` Duy Iwr Ray Go.e+m Auguat 18, 1977 �s City of Renton City Nall Renton, WashL.Rton Res Contract Me. CRO f117677 . . Firs ➢o. 351,374-W Gentlemen: Pl(a:ue be advised that the Department of Labor and Industries does hereby release City of Penton from any �. furt.uer liability pursuant to RCW 51.12.050 and RCW 51.12.070 as would otherwise incur in connection with Contract 4o. CAC 1)17-77, wnur Asia LlstalIAttos, City of Renton. `. . n`.s certificate does not release Reason Construction Co., Inc. ft� liability for additional contributions which later may be determined to be due with respect to the above mentioned contract or any other contracts said contractor may have performed. Very truly yours, Ksye •rlasg��=u�l Mhdaistrstive Assistant Contract Release Section ICK:nh cc: Renton -onatrnetirn :,c., Inc. w-1•1b% arts in cnmr rl/ `1 i:- 325 017-77 Rev. 10/14/rj Contract No. C.A.G. NOTICE. )F" C0WIX.1ION OF PUHI.TC Wt)RK5 GOATRACT To: Excite Tax Divi-Ion Date: Audit Section Tax Cam irsioa oly:.pia, 'eashinrwr. Ds Not Use u Fran: City of Menton A37ivned 'o: Public Works Department 200 M?II Ave. S. Date Assigned: Banton, WA 98055 M fiber• I L :tare: Gentlo;mn: Notice is hereb;' Riven relative to the completion of contract or projr.t described below: Description of Contract W455 Water System Improvement; Phases I L 11 rentractorts Name : Renton Construction Co. , Inc. Contractor's Addre:;s 14829 SE 128th St. , Renton, VA 95055 Date Work :omnenced : April 15, 1977 Tate 'Work Completed July 19, 1977 Date Work Accepted: August 3, 1977 Surety or Bonding %o. ny 4narican Fidelity Fir_ Insurance company Alent's Address C. Fred Maure, 1200 Westlake N. , Suite. 502, Seattle, MA 98109 (;ontract Amount : > 30.163.22 Amount Dimbureed $ 30,279.05 Additia•s : 1 ,570,82 Amount PAtaiued 3, 173.90 "ales Tax 1 ,713.91 Total : 33,452.95 Total 33,452.9: By _ - 1):aM.re:nM offirer - Finance Director THTtfE COPty; OF THIS MCYfICF. MU:•>T 3E ,tl6PtZTED BY THE JI.i13DR +iMG OFFIGFJt AM) MlS:ED To THE DEpAIM,".1V uF REVENUE AT OLYWIA, WASKEMMM DIMATELY AFTER A, CEPTANCE OF THr WORK DOME UND'1i TM: rDMTRACT. NO P D ::HALL BF MADE FRuM RETAL"rED FUND UTIL RE;.E.:PT D vA �� C�VhLUlwCE WITH SAID CF3TIFICATE. y, City of Renton. Utility Dept. it PRESSURE TEST FORM Water Proj-ct 14 Nar,.e of Project This test was taken by on 0 ' -7-7 At a Pressure of ---All J PSI , for _ �� minutes. The test ''Coiled" ?n "Pw sed" on Lonments� -�-' ti � PROJECT NO. UTILITIES DEPAP.-,-L! CITY OF P.E1.70H 4CPK ORDER r,o. _ WASHINC:TON DATE SUBMITTED _ DATE COMPLETED DEPARTMENT Ul' ' DESCRIPTI 4 OF WORK j A f tiro NECESSITY WORK TO BE DONE BY, City Fortis (� contract l� Others ITEM QUANTITY UNITj COST AMOUNT 1( CS (.lS a/c.✓ p,Pt r- �3.4 l 4 7_1 S o .',. r �,v ra= i/ ' r.Jc V./,,-c (F1x.m7.j / Ctic)= ( ,,.Oo rw� �'FX 'Y CT TEE- { TxFt� f110 ' 11rp .OJ ' r F�l i" FY1 f Ca> N o s Cc. S00 I 500.00 r;x Gc ?3" CZ '5; rrL Pam,- :a I L �. �41 J� I 41. 00 1. TRf..rf1�! [rhhM 7 00 INSY.e LLwsi�,. Cc:i! I 'V I LF ADSW 112�•p0 } S $ rA I39.Oi l 3r TOTAL COST 4 .67 APPROVED BY LUPT. OF UTILITIES 7 lid r EXISTING WATER FACILITIE6 NEAR RESTAIIRAMT SITE 8" Fire Service Putin @ 210 psi - served by the City of Seattle. 4" Domestic water main @ pressure reduced to 125 psi - served oy the 8" fire service main. 3" and 2" Domestic water main (old galv.) @ 65 psi - served by the City of Renton. Present buildings sensed off the 4" domestic and 8" fire main again reduce the pressure as it enters the structure. PROPOSED DOMESTIC AND FIRE PROTECTION WA'IF.R MAINS TO THE RESTAURANT SITE "Alternate" A - Install approximately 1100 ft. of 8" D.I. water main with 3 fire - hydrant assemblies @ $14.00/ft. or $15,400.00 plus tax. Domestic ser .ce would also be taken from this Pt' D... water main and pressure reduced to 80 psi to serve the Prop. Restaurant and Renton Aviation @ 700/each or $1,400 plus tax. Total estimated cost of "Alternate A' - $18,OOO.DO. "Alternate B Install approximately 1100 feet of 8" D.A. water main with 3 fire hydrant assemblies (fire protection only) @ $14.00/ft. or $15,400 - plus tax. Install approximately 1100 feet of 4" D. I. water main (domestic service only) @ $7.00/ft. or $7,700.00 plus tax. The water services to the Prop. Restaurant and kenton Aviation would still have to be pressure reduced to 80 psi g $700.00/each or $1,400.00 plus tax. Total estimated cost of "Alternate" B - $26,000.00 ADDITIONAL BENEFIT The existing 3" and 2" galy. water main served by the City of Renton would be abandoned from the control tower to the north end of the airfield. Renton City Council w 3/21/77 Page 4 old Business Cont;nueJ Aviation No. The Public Services Committee Report, Aviation Division, recommended import that the low bid of Renton Construction Co. , Inc. in amount of $30.168.22 be accepted for the Airport water system Improvement Phases i and 11 Bid dArd (3/16/77 bid opening reported earlier and tabulation attached). The Airport report recommended authorization be granted for the Nayor and City C_l�erk Water System to execute the contract agreement and noted the contract prov a—id s for completion of the project within 60 working days. MOVFD BY BRUCE, SEC- ONDED BY PERRY, COUNCIL CONCUR IN THE RECOMMENDATION OF THE PUBLIC SER- VICES COMMITTEE, CARRIED. AssignMnt of The Public Services Committee - Aviation Dvn - note-' review of reouest N.M. Worsen from Harry M. Petersen (Eastside Air Park) and Berreil Guthmiller (Air- Loose port Specialties) for the assignment of the Petersen lease to Nr. Guthmiller. The report explained five-year lease terminating 711178 containing provisions which restrict use of the property exclusively �o aircraft tiedown and that Guthmiller has be&n a tenant on the field since 1975, presently developing hangar facilities northerly of subject property. The Aviation Committee reccimmended Council appro al of the 7 O{c �1 s A�-•^ �^ 10 j PUBLIC WORKS DEPARTMENT WARREN C GONNASON• P,E. a DIRECTOR C I MVMICIPAL BUILDING 200 MILL AVE SO RENTON. WA:9a08a 206 235 2500 0 P 094 to SEPIt CHARLES J DELAURENTI , MAYOR LtLEIVEU November 15, 1976 NOV r 1975 Mr. R. N. Morgan m•.;<i Property Maaagement Manager THE BOEING COMPANY P. 0. Box 3707 Seattle, Washington 98124 M.S. 75-66 1 ` 1 Re: Extension of Boeing 8-Inch High-Pressure Water Main to Northwest Corner of Renton Municipal Airport { . Dear Mr. Morgan: The City of Renton is presently planning the construction of a restaurant at the northwest corner of Renton Municipal Airport. The exi^ting water service to this area is a 2-inch galvanized line which is inadequate to provide the necessary- fire protection and domestic use to the proposed restaurant. The only adequate water supply is Boeing's 8-inch high-pressure main located at the Port east corner of the 5-140building. We are proposing to extend your 8-inch high-pressure main approximately 1 ,100 feet, with fire hydrants placed approximately every 300 feet. We would further propose a 2-inch domestic tap, pressure-reduced, at both the proposed restaurant and Renton Aviation. It is our opinion that the extension of your main would not detrimental to your existing system. We feel that it would, in fact, improve the overall fire protection on the airport and thus benefit the Boeing Company. We are therefore requesting that +he City be granted permission to extend the 3-inch high- pres - Ire main, and we would agree to provide the Boeing Company with the necessary hold harmless agreements . If you have any questions regarding this matter, please contact me. Sincerely, 1 1 D 1 Be eit Ai t Director cc: hairman, Aviation Committee Ron Olsen - - j r , ` "h M CHIC. - C 7c.•3 ,a xa x, r Attachiaent "8" ti ro Letter -1061-2-066aw. Oucember ii, 1976 " i .. TER'rS AND CO 'i1 Y_; FOR INSTALLATION OF_ 8" WATEC LINE BY THE CITY OF RENTON __•' T,a Ci,.y of iientcn will secure agreement fro'i, the City of Seattle * that the City of Benton will read the meter on the new installation, infoma the City of Seattle who will calcuiat-e the amount of the water charges, and delete these charges from the Boeing Commercial Airplane Company billing. In order to assure that proper credit is being received, the amuunt deducted must be shown on the Boeing Commercial Airplane Company billing. The Toeing Cocrnercial Airplane Company will not :e responsible for billing or collection of water charges from customers of the new installation. Y� 2. The City of Renton will secure agreement from the Bryn Mawr Sewer District. thet the Bryn i?awr Sewer Listrict will determine the amount of sewer charges to be paid 1;y the users of the new installation, and collect the charges. 3. This agrecinent shall be subject to review on January 1 , 1982. Continuance of the agrce,nent beyond this date is at the option of the hoeing Commercial Airpmane Company. y 4. No further modification or substantially increased water usage from the 8" diameter Boeing water line serving the airport shall be permitted without the specific approval, in writing, of The Boeing a 'AV Commpony. v 5. The airport shall pay all the installation costs for extension of the ° line, valves, meters, manholes, pits and necessary requirements, as required. 6. The airport shall pay for all the maintenance costs of the extension, and shalt perform all the maintenance labor to service the line. 7. The airport shall provide adequate protection and safeguards to insure against cross connections to the water system: E. The Boein, Corpagi ,::,:intains its right to r1 en,icaIIy treat the system v water for corro;,ion control , if e.csirod, is accordance with accepted and approved Houlth and Sdnit,+ry practices. 9. The Boeing Company shall be granted a "Hold Horlaless" .rgrecl,;unf with the airport for possibly water service shutdowns or delivery of water in insufficient quantities. -Y �'t �P Attachment "A" To Lett, 6-1061-2-066 M`r December 11, 1916 S Proposal from the City of R!^nton to_provide uv;!esxfc and fire rotection water to the north�rest Portion oRc ton t4unici�a} ;+lrlort. The City of Ror,ton will install approximately 1 ,100 linear feet of 8" water line. The lire would concert to the existin.^, 8" Boeing owned fire meter, meter bypass and valves as shrwn on protection water line with Boeing SketchCFG 76.3. Three fire plugs would be installed on the new 8" line. Plans, specification and schedules for this work will be subject to review and app.^oval by Plant Engineeriiy of Boeing 10717271737 Division Facilities, prior to commencing work. a r a e Bt:lEING COMMF.ltCiAL !t�PLl;NE CI .IfvifANY P,. [lox3707 $cattle,Waohingtun 98124 r A ul The eWInJ Ctlmlwny December 17, 1976 6-1061-2-OG6 ate i'` JiO� Mr. Del Bennett .p Airport Director.' u Renton l4unici,)dl Airport Renton, Wash:n'.on gaO55 a F Subject: Dbve;V*c and Firs Protection Water Dear Mr. Bennett: � We have revacru:d your Tc U er of November lath outlining your proposal for � � "• ' providing Jvscstic and fire protection water to the northwest s:-ction of the Hentcn Minicipal Airport. While your proposal does provide a relatively straight-forward way of provi -:g water to the area, t;aere are some legal and financial co;,sideraLicons . ,;ulved which affect the Boeing Co+r.mercial Airplane Company. - One of the major cOnc.erns is that Boeing, as owner of the existing A" system, is providing fire protection. water. A legal liability may exist, in the event of failure Or i:,adeq;racy of the fire protection water system. r� We are also concerned that the actual water ar.d sewer charges be assessed against the users directly. Boeing does not wish to be involved 'in the reading of raters, calculation of charges, billing or collection of charges. All billings to The Boeing Co,;;pany for domestic water :gust b;: net. We are, by this :otter, authorizing you to proceed with your proposal as identified on Attacht,tent "A", subject to the terms and conditions identified on Attaci:n,cnt "B". Very truly yours, BOLING COf'7iCRC1AL AikPLANE COMPANY .�. 4--�C " 1:,mcrt N. Murrgan, hLluvger % V Property t4anaq „ent Attachments N. L. Blangy 3. D. .,i xb,;, F. ::arelson E. W. : .,hra 1 r � FACILITY A r R �. rc rw •T' I IJ I r I r i- I i 1 ca e JJ Zi - 1. PUBLIC WORKS DEPARTMENT WARREN C ,ONNASON, P.E. s DIRECTOR �• I MUNICIPAL BUILDING 700MItL AVE SO RENTON.WA•,9a055 200 205236Y b' P �,rFO SE Pita,' CHARLES J DELAIJRkNTI , MAYOR u .January < , i477 a Mr. 11. N. Morgan Property Management Manager THE BOE.ING COMPANY P. 0. Box .3707 Seattle , Washington 98124 M.S. 7S-6b Dear Mr. Morgan: i The ANro-Dyne Corporation is proposing to i;,Iild a new general maintenance hangar on the City of R.enton' s Municipal Airport. A vicinity map showing the proposed location is attached. The fire protection sprinkler system for this new facility will have a water flow requirement of approximately 4290 GPM. The Renton Airport does not have any water lines that will produce this amount of flow. Me are therefore requesting that the City be granted permission to connect a 10-inch fire protection service only .(no domestic) to your 10-inch high pressure line that exists adjacent to the south side of the proposed facility. The City would require that a detector check meter be installed between the water main and the building. We would also agree to provide the Boeing Company with the Necessary hold harmless agreements. If you have any questions , please contact this office. Sincerely, RENTON MUNICIPAL AIRPORT ennett Airport Director cah Attachment 1 r •:iV 4a i January 11 , 1977 Mr. be] Bennett ;a Airport !Director Rcnton Municipal Building 200 Mill Avenue South Renton, WA 98055 % Subject : Airport Domestic Water From Boeing Water System on Renton Municipal Airport Dear Mr. Bennett : 'Phis will serve as a written agreement between the City of Seattle and City of Renton Airport to the following: 1) The City of Renton will read the meters of the proposed , ` airport restaurant and Renton Aviation. 2) The City of Seattle will calculate the amount of water charges to the proposed airport restaurant and Renton Aviation. x) The :ity of seattle will bill the City of Benton Airport ror water usage indicating the amount for the proposed restaurant and Renton Aviation. 4) The City of Seattle will indicate the amount deducted and subsequently charged to the City of Renton Airport on the billing to the Boeing Commercial .Airplane Company. 510 It is understood that the Boeing Commercial Airplane Company is not responsible for the billing or collection of water charges to the City of Renton Airport. If further clarification is required, please contact this office. 3lncerely, Prank Fields Director of Water Service AGR12ED TO BY CITY OF RENTON: Date e ennett , irpurt trrector ti � LAY rt F n PUBLIC WORKS DEPARTMENT WARREN C GONNASON, P F. • DIRECTOR MUNICIPAL RUILDINC 200 MILL AVE SO Rf NTON,WASH 96055 • 206 735 7SG9 OP. ¢ P N'to Sr PtE�'�`' CHARLES J. OFLAURENTI MAYOR January 10, 1977 Mr. Frank Fields Director of Water Service CITY OF SEATTLE WATER DEPARTMENT 1015 Third Avenue Seattle , WA 94101 Dear Mr. Fields : 1s per our telephone conversation of Friday, January 7, attached herewith is a copy of th - proposed letter agreement . This is in draft form and should probably be put on your letterhead. If you rave any questions with the proposed agreement , please give me a call. i Sincerely, Ron Olsen Engineering Division RO:ch cc: Airport Director i Attachment �M � OF fix,'L THE CITY OF RENTON V ;3ar Z MUNICIPAL BUILDING 2e0 MILL AVE SO RENTON WASH 98055 CHARLES J. DELAURENTI,MAYOR • MUNICIPAL AIRPORT 10 •, P ��ED SEPT�� February 2, 1977 THE BOEING COMPANY P. 0. Box 3707 Seattle, Washington 98124 Attention: Mr. R. N. Morgan Property Management Manager Organization 6-1061 M.S. 75-66 Gentlemen: i Our previous request for a fire protection connection to your existing 12-inch water line near the Aero-Dyne building will not be required. This fire protection service has now been arranged to come oft" of the City of y Renton line. Your help and interest in this matter have 1 been appreciated . Sincerely, RENTON MUNICIPAL. AIRPORT 1 L j 1 Ben tt C Air Director i RO:ch L SCHEDULE OF PRICES (Noce: Unit pricer for all items, all ea:ensions and tot41 amount o, bid must be shown. Sha; uni, prices in both words and fiqures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT N4• DUANTITY un.tt Prices to be written in words DOLLARS CTS. DOLLARS CTS.' 11 2 ea. F�t; I Water Services with 2" Pressure Reducer s ,ach $- 1�T= c< i 13 2 ee.fReinstallation oi: 2" and Smaller Water Services Per •a—T cFi---1 / 13 130 Ton F B I `:rushed 1%" Minus Rock i Rase Curse for Asphalt � RestJJpration'.' $ ..Ai` $ 14 1 ea. F C I g" O.S. fi Y. Gate Valve fF, Misc. Fittings for Complete Installation in Precast Concrete Vault $ �. ,_ .l•� r .{mil/,_ _ �_, s v52 Per Lacti ��Tff I Sub Total . - 5.4% Sales Tax o- i TOTAL The uridersigned bidder hereby agrees to start construe ion ork on this proje t if away ed him within ten (10) days and to com lete work within sixty (60) cons cutive calendar days from date of oxec Lion Dated this '' day of k162 ram- 1577 Signed -; tle _ I Address 1 ,�� .� � __ _ P. O. LUX F?1..O1 — 121 S. Ric " ST. -- � AlTf Phone3�— �T_ �M i � 1 � i i ,CHFDULL OF PRIM ►P&C fi' PAUit& 'Mote, Muff prions for ell Itar, all extend,,, and tote! &amount of bid out be shorn. Show unit prices In both words ent figures and where mnfllct occurs the written or typed worde shall prevei 1.) ITEM APPROX. ITEM WITd UNIT PRICED BID '""�"' NO. QVANTITY unit Prices to be written, in w UNIT PRICE AMOUNT orris DOLLARS CTS. D01.LARS CTS. 70 LF F 6 I IV Calvanized Iron Water Pipe er near oo Wor s ( gores (T�gures 1 2 525 LF F E I 8" DI (TI) CL S2 Water Pipe s G t f er inaar oo --- " 3 5 ea. F 6 i S4" MVO Fire hydrant Assemblies (MJ or FL) 4 4 ea. F 6 I 8" Cate Vdlves NJ r FL) With CI Valve Boxes terse--his.—.l L • A� �� s $ er each S 5 (:" . Yd F F, I Concr?te Blocking $ 1 er m.noyc Yard - - 6 ..2S Ton F 4 I Select Trench Backfill /' 7 130 Ton F 6 I Asphaltic Concrete ` Surface Restoration sPe _.. �, � S tea' ao 8 60 Ton F g I Temporary MC Cold Mix i Asphalt Restoration $ fi Per on — $ •� $ f 9 100 Ton F f, I r;rush;rd 5/e" Minus Surface Course $ $ vet on — 10 ILump Sum ",Oval of Old Concrete oundation Floor Slab 1 I r': SCHEDULE OF PRICES (Note: Unit prices for all iter_•., ell rrta,.aione end total emrunt of bid must be ahwn. Show unit pre-•,, in both words and figures end wY.ere r.vnflict Occurs the written or typed words Shall prev+il.) S ITEM ApPROx. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY unit Prices co be written in words DOLLARS CTS. DOLLARS CTS.� fL 1 ! 2 ea. F fi [ P' 'dater Services with J 211 ZTes,sirc ,Reducer fsw sae /3 on o t> j _7.%m a 1 e—erLtaE 12 2 ea. Reinstallation of 2" and I Small r Water Services I w ;�—c�do 1 ,�0 00 v0 i ooin0 Per ac 13 130 Ton 1• ti I Crushed 14" Minus Rock � Base Course fer Asphalt Restoration — — 3 c�rc�*-c• c�ott'a,..<. o--c� 3"l o�� ; �rs� 00 14 1 ea. F fa 1 B" U.S. Q Y. Gate Vaive , 6 Misc. Fitting for Complete � ) Installation in Precast Concrete Vault CT .8c 3c1 731 I �� Sub Tctal >> 5.41 Sales Tax i TOTAl, i The u dersignedlbidder aereby agrees to start construe ion ork on this proje t if awarded him with'n ten (10) days a d to com le?e work within sixty (60) cons cutive cglerrar •lays from dat of exec tion Dated this 'L day of 1,1 19771 -Signed }-- Title Acldres^. X�,_ �nX�Suo7.. Phone ♦ 1 SCHEDULE: OF PRICES !Note: unit price& for all items, all estenalona and total aeount of bid gut be shown. Show unit prices in both words and figures and where conflict occurs the written of typed words shall prrvell.) ITEM APPIAOY, ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QU.MMITY Unit prior to be written in words DOLLARS CTS. DOLLARS CTS. 1 70 LF F E I 1V ualvanized Iron Water Pipe $ G2�/-LC44n.-i9<- c'/ n $ 6 B s 4/Z o O o Per LJnLar toot (Words) (figures ) (figures- 2 1525 LF F G I A" DI (TJ) CL 52 Water Tire iPer near oot } 3 5 ea. F 6 I S%" MVO Fire Hydrant Assentblies (MJ or F' ) $ $ �i�oo co e 8C r k 4 4 ea. F 6 I 8" Gate Valves (MJ or FL) with Cl Valve Bo es s d 'Zoel .. oro a $ 0 on $ /Zee e d eec } azi S S Cu.Yd F 4 I Concrete Blocking pk 1 $ rxc tars-Cis+.�✓- �o,00 f 1 / eu Yard 6 215 Ton F 8 I Select Trench Backfill Pe rr o"I"n 7 130 Ton F 8 I Asphaltic Concrete Surface Restoration f ` v../ Alit-la.c�� a f O PO R*eEf Per"lo❑ 4 8 60 Ton F 6 I Temporary MC Cold Mix Asphalt Red �retion /2 cu i c2clC�l-ct-v-�Y s f /-'a0 OO Per ion I r 9 100 Ton F G I Crushed 5/8" Minus Surface Course $ ua f Soo aA Per Ton -- --�—_ s 10 ).;imp Sum Removal of Old Concrete � Foundation Floor Slab jra o I e v / 90 0 ad L Sum --- f tl TABUL�`,TI©N FOQ W« 455 TO►ow-, + 5twm Inc _ RENTON MUNICRN AIRPORT PO &Y, 584 WOODMKLE, WA50 9807Z WATER 5Y5TEM IM> OVEMENTS PHASt I + 1 � j a MA CH % , I'M rk t7Ek! QUANTITY i ;'� ti+ ;t ONiT ' tUNIr j LUN�/tT ' UNIT kr�MdT mT h' -10` gtrL 4 _ T n_ e . F�I{:SgtSN s 1 STA t.L �A {�. TOTAL "�� �11`� .. LMY 07%. \ PiPF. r 4.25 297.53 _y j € l (!.r) C: :..a iWER F'+PE 1525 lF 20.14 31,toLii 50 3 I Fa/ �" WiD ?IRE 4 CA 900.00 4,500 00 $' OAS[ r1b n *N ♦ VALVE HOA � 4 EA. ?SO.GO i400.00 .'� t Fa-i COW.R i$ Est^<, 5 cv YC 70.00 3550.90 i (p F� r. SEIELT TAF N w y — — > 225 "r0 fo00 350.00 3 7 iF*t ASF'HALTFc COW --4AjRFW"E RE—:PTORATFQi1! C50 TOW 20.00 2 !000.00 Fri, 'Ta MiWAR'f aC t:? M1117C b0 70A': . S.uO 400.00 4 I F4-1 t*rjR€D `W- SORFALF ,COURSE IOo Tow, goo 800.00 ReMOM OF OW COW F:Oop SLAG E- 4 3fOWW 3,"G.00 . tt F41 Z' V 41%, +x4 MICE WFTA 2" o R V 2 Ep 1200 tr 2.400.00 ¢ t Ri aiAT 41!" .,v Of ? V. 5s4Aiak W F.€RVicn _ C".00 1,200.00 r 4; C R�S*O C 144 'WK F pZ NWRAO RE5 ,_ 8.00 1.040.00 t4 E41 E"' ; t '�•€ A 'iC N f%CVff CoW VAU!' a 47900 474.00 i " J,ub TOTAL. j 8 52.555"00 - Yt TAw 55,42A. Q tow 2 t A$tJ OP ..W 45 REKTo�t GOMl7 Co. TW TRAvsRSO CoNsr. CaL FwwK COwttl0 cofts PK" f'rm% to, k Bw ROWAN cat RENTC�'•l NlUNfrIP,�L AIRPORT MM SE 1'l8`4 ST. 11180 E. I�AA6tmL WAY Co. lNt: PO Bm 1Z03 co k R[NTON. WAiti, W55 SEAM-, WASM. °8!68 %W Emm WA( S. SeFTTtE, WASH OB PQ BLx SOOT WATER �Y�"FM i>41PROYEMENTS PHASE I +n , tam++ ►s, 1q77 JoTTLF M!h5H 9811$ KENT, Wue 16031 + ITEM QOANTITY 'i UNi ? U�LT UNIT a� Ee *rsa ♦ INS IlL Pk Cr t_ �# PRICE TMINL - - 1c 2ED OC _ 10.00 ' ^700.00 zoo le n.o0 Co.00 420.00 -ES� 4 _ ____ .M...•� .-�3 [ Ci 5? WA f'tPE K25 iF I I.5J 17,557.50 11.25 17,15k 75 14.00 1 z1 350 00 10.65 16 241 25 12.67 19 321.75 1 ., µ S _ 700.00 3 500.00 (Ooo.aj 5 000.00 aw.00 4000.00 1200.00 Cn,000.00 y! Lh'f IALVEn WITH t-i VALve a" 4 rA j(•0.00 1,200.w 350.00 1,4OC.00 300.00 ~ 13WOG 400.00 I.400.00 300.00 1,200.00 5 40.00 - 200.00 - « - 150-00 75v.00 60.00 23c.o0 45.00 225.00 40,00 200.00 vE�E:ti EN�rI INACKPrLL 223 4.50 1,012.50 *.50 I.01•L.50 2.50 %2.50 4.50 012.50 4.00 90000 Imo^' T"j, 0.01 1.30 25,00 3250,00 20.00 2,Co0O.00 35.00 455C..00 'S4.QT 4,42` 00 •;0;D MIX _... _ �_ Tot":., 1 00 60.00 18.00 1,080.00 10.00 ra00 00 90.00 ',E00.00 1200 U.aoo 6.00 600 00 5.75 575 00 5.00 Soo 00 7.00 70000 5"00 L 5 800.00 woo oo 1000.00 000.00 500.00 500.00 1,500.00 f,500.00 i,8O000 1,800.00 4a*LR 5E[iv:Ct,� O'rrH Z R \ 2 Ep 800.D0 i,600 OG 1,000.00 2.000.00 900.00 1.500.00 B25.00 1,650.00 1,203.00 1.00000 ^ .:'ry •:':. :'+7i.iE.k A Rv;�f�[. 2 -E,a too 0040000 400.00 800.00 500.00 1,000.00 55200 1,104.00 800.00 1,600.00 C.01 1.30 5.75 747.50 5.oC 650.00 - - 7.00 910.00 5.00 450.00 :l'�eY A�"t ',A.'_4� 'tl y:K. :RSr Gv eAJt� • F' 1500.00 1.500.00 I,000.w 1,000.00 1,000.00 I,CC0.00 700.00 700.00 1,30000 �,j00 00 TCfTAI f 28,E22.6D >1 3/0051.25 ! 34o•7;2 5C 39,I?2 T� 9 j9,731.75 `411tIE5 3A}r l 1,545.62 1.946.77 1,982 4E 20541 17 . . . 2,145.51 • j9.26t oe t- a� 36,694.119 30 166 22 37,9ve.a? _ w _ 4a 1S 1.92 41,977,2i 5►uET 1 r[ t CORAL Teo 9lo3 BIC) TABULATION 'SHEET PROJECT : W - 455 - AIRPORT WATER IM PROVE MEN DATE - MARCH Iro 1917 BIOOEit BIO ^Arlt Tsx R@NroN coNST, 30. i68 .22 T. W. TRAVEQSo S 37.99S. 02. FRANK CouuCCIO S 38,694. 96 ENGfNEEQS EST104ATE 39. . Go. oro PACiFlc PAVIN(o st go, 19I . 92 QEfCT R061SOM 11 41, 877. 3Co EDMOMOS + STEVENS 0 55,42.4. 54 ToAno 1 oar TbP a Low B A�sn+►4s Ri.wai"ov& sq. (Ro.5¢ 1 t 'P � Elmer Shaver City of REnton-Engineering 235-2631 Raymond Saude Police 235-2544 Martin Lundy Engineering 235-2631 Willard Skartveu The Boeing Co. 237-1015 Tom T imm Puget Power AL5-2464 Jack Chapman City of Penton - Water ;hop 235-2646 Bruce L. Goula Renton Construction Co. 772-2085 Syd Adams Airport Maintenance 235-2538 A. J. Rowe City of Renton - Water ,hop 235-2646 Gordon Arwine Pacific Northwest Bell 228-0280 Ron Olsen City of REnton-Engineering 235-2631 'r}y: ;7 o- 'wf3 •a 1 Page 2 Adrian Rowe and Sid Adams explained location of existing abandoned lines for Contractor's benefit. Ron Olsen explained scope of work and purpose of p eject to a. l those presenr. Relocation of water meters discussed - final decision to be made in field. Shut down time, etc. of Boeing Co. fire line was discussed and all have to be finalized at a later date to insure that all parties concerned are satisfied. • Contractor said he would contact Gas Co. for location of gas mains, etc Sid Adams will handle the relocation of float planes which are stored at Renton Aviation. Contractor requested centerof water mains be staked. Bends have been staked, lid Adams knows location of ex plugged sewer connection at old Dominion aircraft )uilding and will locate so Contractor can protect during floor slab demoli- tion. Contractor was directed to prepare as-built drawing of water system revision and extension. April 15, 1977 PRECONSTRUCTION CONFERENCE RENTON AIRPORT WATER MAIN EXTENSION People Present: Sea Attached Sheet ! t was noted that the contracts have been signed. Noted that an agreement between the Boeing Co. and the City of Renton is to be signed Monday, April 18, 1977• This will permit the contractor to start Tuesday, April 19, 1977, officially. The Contractor requested permission to c asphalt paving on Monday. Permi- ssion was granted. Ron Olsen noted that the projert is compr>sed of work at two different locations on the Airport. 1 . Near Airport Way adjacent to Aerodyne hangar 2. N.W. corner of Airport - north of Renton aviation Puget Power volunteered that there is existing underground power on the easterly edge of the perimeter road on the West side of the fence. Power Co. will locate for contractor on Monday a.m. It was noted that an existing gas main runs along the center line of the access road from Rainier Ave. The Boeing Co. stated that they have existing underground utilities north of the "514" Building. The Contractor will contact Boeirg for locations. Renton Police Department indicates no problems. Suggested to Contractor that trucks not use Airport Way during peak hours. Contractor agreed emphatically. Pacific Northwest Bell has some underground facilities on the Airport. Locator will meet with Contractor Monday a.m. One week from Monday - April IH, 1977 - which would be April 25, 1977, the Contractor plans to start laying pipe on the north end of the project. Sid Adams, Airport Maintenance, requested Boeing Co. H.P. water mains be located for contractor - Boeing to locate. � s cool TR ACTOR-6EWERAE RENTON CONSTRUCTION CO INC 1g829 SE 1281N STWA 96055 RENTON ` p 01 ' ACCOUNT RU14ER E%IIRATI- 011��TF� 223-0 RE 252B 01-0-1--TB�� . Yam. CONTRACTOR INFORMATION SHEET Fenton Construction Co. Inc. 14829 S.E. 128th St. Renton, Wash. 98055 Telephone 772-2085 or 772-1692 Wash. State Contractors License 4 223-01 RE-NT-GC-42528H City of Renton License 4 See application Ens ,:ed. R, Eli! r'.'. April 15, 197 . . constcuc don Cont. ispr_t wator -TUU7, it nro:•+�nene.^, 6-455 Name gtgcnization Phone Elmer Shov,.. C'`ty u Renta, 235-2631 Raymond Saudc C{.':y of Rentou 235-2544 Martin Lunoy ;_ty of Rontc.: 235-2131 Willard Skarix,,, r:9.ng 237-1013 I Tf� Tom Trim pb ,15-2464 s V ^ Jack Chapnar. ,115-3037 ,rF Bruce L. Goul. ,.neon Con:;' ] ,. 1,2-2085 syd Adams A,rport :3c1.r.'- U 5-2538 A.J. Rows, .t"L Dspti. 235-2646 Gordon Ar 226-2080 Ron Olc,- ._ ._ . .. jS-2631 � i y y. t r 4,1'• I ; l aln6 K • • 4 ENDING OFF1 FILE TITLE ro I i i • t a ;y r ' SCIIEDULL OF PRICES '\ (,vote, Vnit prim# for all itow, all extensions and total amount of Did aunt be shown. Show un.lt pricee in bosh words and figures and when conflict nc"re the &,rattan or typed words ,hall prevail.) ITtl1 APPROX. ITXX WITA UNIT PilIC2D BID UNT1 PRICE AMOUNT NiJ. QCANTI�Y Veit Prices to be written in words DOLLARS CTS. DOLLARS CTS_ I 10 LF F $ 11y1 Galvanized Iron * Wate'r Pipe fret Linea—r Foot r:or s (figures (.iRurPs 2 152S LF F 5 I 8" DI (T.T) CL 52 Water fib is , 'A 76 i s_ f L e r ear Foot 3 S ea. F $ 15k" MVO Fire Hydrant Assetyblies (MJ or FL) f . A i- u f 7oo — S 3Soo er aP--E ch 4 4 ea. F $ I 8" Cate Valves (M! or FL) ith CI Valve Boxes er eacri S I S Cu.Yd F $ I Concrete Blocking f „eG.w Y- :�.. $ z/o f c 0 e r c a`rd 6 225 Ton F $�I Sele<�t Trench Backfill e4""r"Ton 7 130 Ton F $ I Asphaltic Concrete y I Surface Re5toration o� �i I! f 7 � _ 9 $ O $ 3 er .on t 8 50 Ton F $ I Temporary MC Cold Mix ' Asp alt Restoration f '�+ (1atbn_ $ f c per !on 9 1100 Ton F $ I Crushed 5/8" Minus Surfs-- Cou%se er on 10 'T.ump Sum emoval of Old Concrete Foundation Floor Slab �;irtc 7/fLr��,..( .iG. a i• o o f o l_co � Lump Sum , 41 � OW FIVIr - S�cEDULE OF PRICES c !Note: Unit pr.Gvs Lnr ell lfem:, all extnnaiw)e and total aaoun[ Of bid must be sh,' r:. Shuw ut,lt prat,-* .n both words and figures and where onfl-ct o: ,urs the written or tvyed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED HID UNIT PRICE AMOUNT tic. QUANTITY Unit Prices to be written in Words DOLLARS CTS. DOLLARS CT+. 11 2 ea. F 8 2" Water Services with 2' Pressure Reducer :a 12 2 ea. Reinstall lation of 2" and Smajler water Services er ac 13 I 130 Ton F 6 I Crushed 1%" Minus Rock Base Course for Asphalt Restoration g hh a'r�.z __ - _71 14 1 ea. F 6 1 8" O.S. 6 Y. Gate Valve 6 Misc. Fittings £or Complete Installation in Precast I Con .eta Vault I �; $ �le 'Y- ry n..l�:.'J,i I I" ��Jn Ofv I J /SOU e�Fac I Sub Total 119 11;2 to 5.41 Sales Tax y TOTAL 0�9� / The u dersigned bidder hereby agrees to start construe ion o;k on t is proje t if awar ad him within ten (10) days a d to com late work wit in sixty (60) consQcutive calendar days from data of exec tion Dated this 1G_ f _ day of /7N„ r. 1977 Signed litle a� ! _ ' Address_f•/i J •3 F " . j ( Phone 7 I I r � ft 'S 0 SCHEDULE OF PRICES f , \ (Note: Unit prioes for all item, all extens'ons and total emcunr of bid must be shown. Sheri unit prices it, both words ,md figure• and whwre conflict oocu.,s the written or typed words shall prevul.) 4y ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NG. aUAt1TITY Unit Pricers to be written an Words DOLLARS _ CTS. DOLLARS CTS. 001 11 ' ca. F f, L 2" Water Services w h 2" Pressu Reuucer ��� c,� i is I $P44 er -Each .tee "�� , s t Per -Each 12 2 ea. Reinstallation of 2" and !' Smal er Water Services a f $ 2 Pef liTch 13 130 Ton� F k I Crushed l "' Minus Rock base Course for Asphalt 747 Res ration / 1 Ar 14 1 ea. F & 1 8" O.S. g Y. Gate Valve B Misc. Fittings for Complete 1 installation in Precast Cansaete Vaujt EE $ -06 Sub Total :_lien' 4 3(o 051 25" 5.4% Sales Tax 77 [ TOTAL, i Y The u dersigned bidder hereby agrees Co start construe ion Work on t' is proje t if awar ed him within ten (10) da/s and to ccm lete work within t sixtyl (60) eo m cutive calendar days from dat of exec Lion Dated this day of 977 Signed M Title p Address — Y Phone %loo( f J � tl T UJ. Ti?A%IEASO 1" 13LHEUULt- OF PRICES plot*; wUt Prloaa for all hear, all oxtanelone and total aeuunt of bid rant be ahom. Show unit PrIvas in both word• and flour#$ sad -,fM owflict oocure the wr tt*n or typed vorde shall prevail.) ITEI4 APPSAX. ITBm NITN (MIT PRICED BID UNIT PRICE AN"T NO. QUANTITY Unit Prices to be Written In N"&j DOLLARS CTS. DOLLARS CTS. 1 1 70 LF F 6 I lil" Galvanized Iron Water Pipe ,� ppPer near foot two; s (I I gtires ( gures Y 2 1525 LF A 8 I 8" DI (TJ) CL 52 Water _Pape a ear o��- _ _ #` 3 5 ea. P S I Sy" MVO Fire Hydrant Lei Assemblies (MJ or FL) ver Each— x d A ea. F 6 1 8" Gate Valves (MJ or FL) with [' Valve Bo es f $ $ r a /�t''¢�[ic1 S S Cu.Yd F 6 I Co crete �Blo/ck�iinngg , _ �� $�d` 7'`1/1 # c Yard 6 225 Ton F 6 Select Trench Backfill /I S e_d on _,GLaL( $ S I 7 130 Ton F $ I Asphaltic Concrete Surface Restoration $ . / ,✓ . _ S f Y r nn a 60 Ton P S I Temporary MC Cold Mix Asphalt Restoration s Per o rZ 9 100 Ton F 6 I Crushed S/B" Minus S S w 1[ a Surf ce Course' � � $ Y e o 10 Lump Sum lemoval of Old Concrete i 'o datlonCor SW Lump Sur. l ( x SCHEDULE OF PRICES i ,.VntH; unat prices for all items, all oxtunsions end toral ajwju,t Ot h)d must be ghwn. show unit prices in both words and flyures and where conflict occurs the written or typed words shall prev4il,l ITEM APPROX. ITEM WITH UNIT PRICLD BID NO. UNIT PRICE Q!.IANTITY unit prices to be written in words AMOUNT DOLLARS CTS. DOLLARS CTS. Z ea. F & 1 2 ' Water Services with I P. Pressure Reducer � Pe'f' FaeTi 72 2 ea. Reinstallation of 2" and I I SmaLlcr Water Services er ac — i 13 130 Ton F & I Crushed 1'4" Minus Rock Base Course for Asphalt IR,esteration $ lz - --� _ o S --L—L 1E 1 ca. 1' & 19" O.S, r, Y. Cate Valve I & Misc, Fittings for Complete I I lInstallation in Precast IC,-nc ete Vault I 'e .ac Sub Total ` CJ o 5. 41 °ales rax TOTAL The u dersigned bidder hereby agrees to start construe ion ork on t isa projept if Ewer ed ?im within ten (10) days a d tc complete work wit in sixty (50) cons cutloe calendar days from dat of exec tion IDated this �( _ day of /7 Qc�r , 1977 ISigned - n � Title iAddress__Z I � Phone 7,7 2�� ,�� •.._ i � 1 1 3 SCHEDULL. 0� PRICES (!Iota, Unit prioaa for all Itese, all srtensicns and total asnu,t of Did filar. be short+. Show unit prices in botn words and figures and 'hers mmflic•t *roars the written of typed words shell prev.+" 1.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PP:CE AMCiUNT� NO. QUANTITY ruftit "Icse to be written In wordsDOLLARS C_TS' DOSS_ CTS. i 1 70 LF F G 1 ik" Galvanized Iron ` Waty.t Pipe S 3 f 1 y FG. f / _ I f er near * wor s ( gures ( igures 2 525 LF F $ 1 8" CI (TJ) CI. SZ Water j Piper i 3—'- ' f S S�Ll . V eQ" near oo 3 S ea. F 8 I Sk" MVJ Fire Hydrant Asse blit. (M.i or FL) T� a r 4 4 ca. Gate Valves or(MJ I I FL) with CI Valve Boxes Ierf o 43- ac5 5 Cu.YdF 6 I Concrete Blocking Sp r c arr-6 22S Ton F 4 sie -t TTrenchBackfilly n eor on 7 150 Ton F 8 I Asphaltic Concrete Surface festoration $ tv ��i;• i i er on I 8 60 ;on �I' 6 I Temporary MC Cnld Mix Asphalt Restoration S o Pit ion 1 9 I10^ Ton F 6 1 Crushed 5/8" Minus I1 surface CO1Jtl'SPlit fo e, I '— per ron III 10 1LUMP Sum emoval of Old Concrete I oundation Floor Slap e% goo +oo �n a 00 Lump Sum i i BID TABULATION FOR RENTON MUtdlGPaL aIRPWT woean{ c.Wel io7t VOOTER St STEM IMPR07=MFNT5-PAW i♦1 f MJIA[H li RTT li __ .. yNIT IJIIIT UNITIN11T UNrt ( 11NR UIIIT UNT TNR � i/MT >R ITEM gMYTT1' I PAICt TOTAL PRKL TarAL Pi1Ct TOTAL PRICE I TOTAL PRICE 'TOTAL ' Iyr i.l � 11iw4M� IYSTILL _ 1 F.1 ilk' "Y 111M AWO Oft TO LF {.M E.T.fD _-._ __. __-__ --- �'-_•� ._.� , F.1 E OI l CI 52 'FI+ECA I" Ws LF I&W -- ---t-- ----- '� -- _ f.l !�•illl0 /ull NRMMT A1ltllflt9 9 y �fO.OD 4,90.00 -- �-- __-.T- ----"1 A F.1 {' MT YrtY25 wlM Carwom ow .-{il- MAD __��fODAD- _t--- - _ --�•- ----d f F61 UWJATE !0C?1016 s d b. TO.m _ 220.60 • f*I *,IKT TO w shevIL. an tiFM 4J0 1,{{p.ro ! — ? F i, wIF1I1lTY c We jjw t ovmwnOUrEf we* 1M AD - I { F.I `41EOMRT W. CMD' I+w--_�-Go RMf A" IkID 00 �—� •f—_"'-- ^-� 1 • F., Q5ME9 V" WMACE .GO1MA[ I{ REf1owIL or Da CM-K. R 04 SfLA{ _ t a. 1 at�o. ►Mo_m -_._... - ---- --- f��r wa wEnnce+ ON f vRv s w ' tw r. s.ee,so -- -- ------._ -- - —+ _- n SAC 1040.00 rl 5kA TOTAL 1 ♦ st.{a.w 5.4 7. II TOTAL -- L—___—_—_ wuT a Il— . • ,r k� QID TABULATION FOR W-455 Rune, Co.9i Co TW Tfwow Cow FF.wi CN * Cows Pkim 11 rA � � Bxa AWMW CAW I RFNTON MUNICIPAL AIRPORT IWI SE Ltd` A Ir{0 E. Mo w, wt�w cf 4 Do In W, J Cf IK WATER SYSTEM MPROV.MEAiRR ASE It Y REMM Wow 4055 swn .vipm. virA !I %w Ewa Way 5 Seel,I. W" Yt10t 4 p0 BW -w MARCH A. w77 ,� Seam:. Well wig � IiEvr, Vk* ilo3 • �_ ITEM —0 71n NN1i U1wi LOUT - LWIT 1 ..MR UM;T -� ' {),rtT VNIT UUR =z-.MTT r•1 . nrYwn. r,ST.0 PRtCe TOTAL /IIIL[ T�K !i rr1U TOTAL PRIG TOtK ii PRICI, TOTAL. 1 F•1 rt 61I1tl WN rmN Ile b V 9e0 — xN« M_ — sr -ftN — MAD am t .4 m1-- TntsSm 4m.r J e F•I • M cu)CI la Mfto M is 0 11.21 17,19tb- HAS fit%as _ 14I0 tI,/rN faffrfy, gTfio_A S F-0 Di*Ob All HVINIM ff MWnNlS G irk 9,NO.N emr� wle 409,0 If,fN o,aMN0"m 4,2 4.M� 4 r•I V aw.. raves Wr11rCI *;A 9 =1 , •>Vee txoaet—�.IOar aw+o�- r,►xm teom r,xro.se eMeo T__ 1.oM.m SW.M x,aeoe 9 IN ODWAM bDN"i� 9 m.+0 r«. _-ssoM rq_M-i-- �lL.n iwa► xM.M �QiO I p9AD I�W.b, -JK�y I —..-. • F•1 9a((i AJ[r rKrF,.I 9!9 Mn 1.79 IAtt.19 4r 1AWS t:.M r9x.M s-l��Mt.90 yo qm&m — 7 F•1 4%0%fA7K CaIC MIMIC[ .NlNRIf4 ly 7tW1 rN r.b t9,0f %xrr tA.0 1.MO.M rN ♦,9rm f4A0 r ti�1 T9w/N11Kr K WW fff + fA i0rs1 IM Yr M,r I,MD.r I aM T N0.,0 tr�,Mfr tiM IM40 F•1 (NfwxD ,r• w1FAis,C01f1Y[ loo,er► r of fr r� 9,»—9i90o 11 5« MO.r sm I Nor 9» so MINIM ar dL (NK Kam 9LN--tt 4S. MN—} _pM �1 MPMy � I OOG GC � 190.M —�9r10 9. �I.9MOD� IAr.M 11 TFH t rwal onyRN, w% rpm! { t G. sos.r f —t:W r rAr r _ xAOo m xc« I.MO.tO Msw mom It MFNuuaWwx-neSIVALMW Now / wcr 1 irm «oW, .-1--_.--'. w;mr x I.-c.. xr aw'm r.oem 1Ar.r A 11+1 CNM!• 14*7aCf MRMr&%U a5 4*AM% fa 1.30 975 11150 am tl0.r it 44 X, sm YD.m -� h� tQStY aN9 rILFx NfNiiS OII[r11ai� 1 to "woo leer m 10r. . -mD OD ,'lOL eO� I WO.r NL00�_-7a'I Of kamw i 1 — 4 9UD TOTAL • if.4xi.r • 9A,(�SI is • 36,112.70 • N,1ft.,i t 7,,791.75 b4 X 3KES TAX 79x N — xA".17 , •,II1.S 9 »ao.en TOTAL • x,fH.az— • ni af.ot _ f N`vaN { 4e nl,q { 4+.Sr x4 f1Afi A: ' t e SCHEDULE OF Pk;�FS (Note: Unit prices for all items, elt extens. -vie a'! totsl &morn- of bid must be sham. Shan unit prices I, burl. words and flyurca and where conflict occurs the written or typed words $hail prevail.) Iz IN APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NJ. GUA'7TITY Unit Prices to be written in Words) DOLLARS CTS. DOsng rTS. 11 2 ea. F 6 I 2" Water Services with I f" Pressure Reducer 100 $Pi10o _ er .ac. 12 2 ea. Reinstallation of 2" and Sm111-: Water Services `Q0 ` if faJO S — }— er ac — 13 130 Ton F E i Crushed I+." Minus Rock Base Course for Asphalt _ Restoration$ _14 l ea. F & 1 8" O.S. 6 Y . Gate Valve G Misc. Fittings for Complete) ' Installation in Precast Concrete Vault L S Ly . t f r ie Per Facn Sub Total � g 5.4% Sales Tax I 'T,?3G S9 ! I TOTAL 55 424' S�1 The u d,rsigned bidder hereby agrees to star* construe ion ork on t is proje .t if swat ed him within ten (10) days d to com lets work wit in sixty (60) cots cutive calendar days from dat of exec tion Dated this day of ��A it 19771 tiigned Titre ! Le Al` add res5_13oL3 � Phone i i I i rtir g t �i11 Ab)j y. SrEUr11 J. SCHEDUL`. OF PRILES :Note: Volt Priosa fir a ll icom, bid aruet be sWwn. Show unitl rjten&J0o8 and total &Wont of and when conflict occurs the written In both wcrda and fl or typed Nor 9uree ITEM _ words shall prevail. APPROX. �H WITH NO• OUANTITI UNIT PRICED BID --��'E'^ �. Unit Prloy to be written In words UNIT PRICE AMOUNT WLLAR5 CTS. DOLLARS I 1 70 IF F T CTS. lh" Galy, -ized Iron I Water Pipe — $ s .29 7 SU Per &neat rotT"� S Nor (� f 2 1525 LF C figuu res I' 6 1 8" DI (Ti) CL 52 Water Pipe IS er near oo S 7y 31 6zB F $ I 5�" MVO Fire Hydrant —_Assemblies (MJ or FL) If S I er ac -- _ $ �C.1 $ r500 J J oa' F 6 1 8" Gate Valves , FL) with CI Valve Boxes or S er ac 3 3SD _ IS /`/Ov 5 5 Cu.Yd I. g I Concrete E Blocking f S _ — lc ,r -c ar S 70 r t :55'O � •,y 6 225 Ton ,F 4 I Select Trench Sackfill` G I er on $ 7 f130 Ton p g I Asphaltic Concre Surface kestora ion to " er On — $- O — S 00 — Y. r I 60 Ton - & I Temporary MC Cold Mix Asphalt Restoration Per—o f - 9 100 Ton F f, i Crushed 5/8" Minus S�" 'ace Course I —' S $— er on 10 Lump Sum r val of Old Concrete Femooundation Flon S?ab i I I , 'ti 1 i SCHEDULE OF FRIC.S (Note: ihilt prices U�r All item:, all uxter+slons and total aeount of bid rntist be sharn. Snpr unit' priros in both words and flyures and where conflict occu=s the written ur typed words, shall preva.l.) ITEM APPROX. ITEM WTTH UNI't PRICED HID UNIT PRICE AMOUNT NC. QUANTITY Unit Prices to be Written in Words DOLLARS CTS. DOLLARS CTS. 2 ea. ��---- FF, ?-=�--_,�,"=Wate-�r.__ 1 ! Services with I2" Press:ar • Reducer $ 7'u"W ver Lach I I I 12 2 ea.lReinstallation of :" and Smg] ler Water Se•rvtces $ C/ l{/C. CILt+� 1 IJI 10O 'I Per Each 13 no 'ton F I I Crushed is." Minus Rock Base Course for Aspha.t Rest aretion S .Zt.•w�d,a-[.F� .yet/ __. _��_I s_ �. �, 14 1 ea. F 6 I 8" O.S. $ Y. Gate Valve & Misc, Fittings for Complete Installation in Precast Con rete d,r9lilt ,! " � $ .x-fCO-u,�.a..n.sr ..,..s•-rt':a.1.a. _ /coo n rJ S / OO td o ri er -Far /n1 yy I Snb Total IR.41 Sales Tax Ill TOTA L. The u dersigned bidder hereby agrees to start construc ion Ton 0 is r projet if awarded him within te,i ( 10) days aid to comylete work wit 11„ sixty� (60) ConsIcutive calendar lays from dateof execution ( I Dated1 this day of _rn� 1^77II l lnndn 6vu•6UU 'XMIRUC11 GWO7 I 1 l Signed Title 4.i ::7T C UCC10. VKQ F* _I ' L I Address_`__ mw r vlRr weY soUrH SEATTLCr ASHINGTOM Phone .Z-53o G +r L SCHEDULL OF PRICES Nlots, Unit priors for al® learn. all astaneimo and total amount or y bid rut be shown. Shay unit prlcsa in both rotdm and flqurra and rhsry conflict ocwts the mitten or typal v�,rdm shall prerail.l ITEM APPRU%. ITEM mm UNIT PRICED BID UNIT PRICE AMOUNT y NO. QUANTITY ptmit Arices to be Nri tten !r: words mums CPS. DOLLARS C'A�. f i 70 LF F 4 i 1':' Galvsnized Iron Wate Dipe + $ w01_'a-C.c°eA-.C-- 6V lip U 3 49oi, reP i Linear woros — ( gures iTgu `—• i 1 52 LF F $ I 8" DI (TJ) CL 52 Water #, Pip $ a I�t rct.0 ds C�tu✓ t_�_l �o S.2/3b o 0 I er near oo 3 5 ea. F 6 1 54" MVO Fire Hydrant i As pmh ies !MJ or FL) s {S a c� l e �Lt.MC 2t.t S_�OOG ry = /�Ano e v ; Y a. r ��— ► 4 I 4 ea. F 8 18" Gate Valves (M.1 or I 1 FL)y with I Valve Bexes Per a 5 5 Cu.Ydl= o onrete Blocking.� cl �. _ tt , S-A. 6 225 Ton F I Select Trench Backfill Per Ton 7 130 Ton F B I Asphaltic Concre C✓ SSugace Rworation / Ii / Par I on I 8 60 Ton r 8 I Temporary N,C Cold Mix A*alt Restoration `f 9 100 Ton F 8 i ('rushed 5/8" ?-nus Surface Course e 1 Per ion i t 10 Lump Sum emoval of Old Concrete j o nds*ion "loor Slab c on •ajsw 'rev Lump Sum 'b 1