HomeMy WebLinkAboutWTR2700611 irnQrt Watermayn Extension can East
(;011t.
d e of Si 1-iel(
BEGINNING
OF FILE
FILE TITLE
�� 11
y .2s--tr
C��
tr�a..yy..,��QV 7.1 VIM Interior fix Mco4u 1 W
Nis
erawtrvw vine avrataw
F,W lot Record at PAgwW of
TO
BILL OF SALE e- ` aN
[NOW ALL MEN BY THESE PRESENTS: That Renton Municipal Airport
Of Renton
County of K. ,Stale of Washowon,the Pan, of the first pan.
for and -n coosideratim of the aM of One Do I f ar s 001100 (51.00)
Dawn
lawful axnay of the United Sates of Amino"to them in hand paid by i ov %i t f of Renton
the part t at the wood pan, the receipt whereof to hereby actoowledpd. do t , by three pnowau great.
bargato,sell and deliver unto the acid put y of the wcond pan, the following deacribed personal property now
bratedat Rainier Ave. N. L Airport way
Is the City of Renton ,Caeety el King and Suit of Wuhington, oo-nr.
W-611 - East Side of Airport and the Cedar ,.fiver
APPro.imateiy 1,010 I.f. of 12" Ductile Iron Pipe, 500 I,f, of 12" P,V.0 Ductile
Iron pipe and two (2) of fire Hydr Int Assemblies and two (2) 12'' of Gate Valves,
and all appurtenances pertaining to -ald walerma In, expressly warranting said
watermain against any expenses, cost or lions hereto Incurred thereoa by, through
or under seller herein.
TO HAVE AND TO HOLD the seine to the said pan y of the aeomd :=n, its hers, eaecuttxa.
admtnutretws and assigns forever. And mid pat o1 the first pen, for it, hers,
easeuton, adminutnton, cownutat "I agree. to and with the aid put , of the wood part, i t s
executors, adentustntora and &soigne, that aid pan , of the firs put 1 the eweer of the wd
property,gooda asd cbatub and be , good right and full sud*,nty to VU the lees, red that i t
will warnat and defend the art hereby made unto the aid put y of the second pan, i is
ascttttvs, adtmosuatws W asuM epinst all abd every prism at person, whoassever, fearfully clelones w to
claim the rant,
1N WITNESS WREEEOF,The ad pan , of the Seat put he b",eato art i t, hood
and raj the day of
—(saawt)
(ere at)
ST.A%E OF WASHINGTtM,
4
County of
Om"day Pew'ttpprrW before we
to nor knows, to be the Individual described to W who 4ncuted the within W fonlifet ff eerumeot m!d
aehsawWpsd that aped the same u Inn W voluntary act W deed. fun Ihr
uaa red purpeass tram mentioned.
GTYLN seder 4 ►sail led older oral tab rF of
X A1is in Sell)W 41111 SON e1*41N.4aaq
I�rw SNFIMAry 1.✓-6�1
('.rn'rnr
�1M�•yy111
STATE(1F 1A'1 f1n iv
Si11vC:Ttlty
DEPARTMENT OF LABOR AND INDUSTRIES
<+rkr�l.MPrM•cry+frtn
���IP • 1 4� IY�JrrTli.n 4YA4
iv.
V
O
p
OF kFti
U A °z THE CITY OF RENTON
Q MUNICIPAL BUILDING 200 MILL AVE.SO. RENTON.WAEM.ee055
D BARBARA Y. SHINPOCH, MAYOR a MUNICIPAL AIRPORT
e
P
rEL' SEP�Q�
March 18, 1981
Renton ConstrtCLion Co.
10601 Rustic Road South
Seattle, WA 98178
Attention: Mr. Bruce L. Gould
Dear Mr. Gould:
I have discussed tlwe matter of the drain on Fancher's Flyways lease
with Dick Houghtor iod Ron Olsen. The Airport has done the work that
we understood you were to have accomplished. We did this in order to
satisfy Mrs. WI-Z's complaints.
Also, we have received in writing a complaint from the Boeing Field
Superv'sor that you have left their property in bad condition. I
personally made an inspection and I agree with then and we feel that
the weather no longer has a bearing on this.
We request that this be taken care of immediately.
Very truly yours,
Louie Gebenini
Airport Director
LG.jt
cc: Aviation Committee
,Richard Houghton
Robert Morgan, Boeirg
RENTON
CONSTRUCTION
COMPANY, INC. Sebruary 20, lopl
'h,� 11ty of Renton
„unicipal 3uilding
20C "ill Ave:,ur South
Renton, VA 98055
Attentionw '•r. Richard 7 :iou;•Iitor.
Artirg Ful:lic�works -�iroctor
Subjec- t `,,n-ton ':uni'ipal Airport -o^.tract
CA'" 00]-Ri, '„aterl?ne 'Extrnsto.'.
a�1r ':r. ?iou�ivtom
'n renporse to your letser ,Sated ^ebruzr}, _o, looi. '.t war
ny underwta.id in.• "'ram ti:;ousc ion at ,+re-e.,=.;truction mat-
in,,,, that a drainije £rohlam oxin.ed (lo Property loased Lyy
linche� rlyw.tys, tha. t"loy would hirr, ue to Make corr, ec onu,
t?lst " would bo wntactt d by Cer(la wiry to make arrangvments
do the work for them at the time w« installir., tha wwater-
1'n.• ."or `_)w :ity of r^naton. ',:'he,: we were not contacted uv
^,a:umr<� they :-.ad r'.Ide oth,-r arrangements.
�!acer.•1y,
�rure L. roul�!
�1.0 w d{;
Ott Ron C15011
Louie .�'-.ani
10fit)1 Rustle Read South ! Seeme,Wychmgton 9H1]$ ! Ph,Tne 7722085
r � v
Renton City Council
2/23/81 Page 2 1' f
CONSENT AGENDA The foil Owing itams are adopted b1 one motion, which follows
those business matter Included, unless otherwise requested;
Firm Payment MOVED BY STREDICKE, SECOND REE0,10 REMOVE ITEM 6F RE FINAL
1 Airport tpteratain PAYMENT OF RENTON MUNICIPAL AIRPORT WATERMAIN PROJECT AND
Project TO HOLD FOR ONE WEEK, CARRIED.
Request for Holmes Electrical Contractor, request for latecoasar's agreement
Latecomer's for required extension of watormain for fire hydrant on Seneca SW
Agreement-Holmes and water and sewer lines on Raymond SW, Refer to Utilities
Electric Coamittre.
Transfer of Funds Flnance;Persunnel Departments request resolution for transfer
Unemployment of fords in the amount of S6,000.00 to cover fourth quarter
Compensation Payments In 1961 for Unemployment Compensation. Refer to Vays
and Means Committee.
Transfer of Funds Parks Department request resolution for transfer of fc^ds
John Bean Sprayer in the amount of S3,469.77 for purchase o John Man SPrayary
Refer to Ways and Means Committed.
CF/CHG Associates Hearing Examinur recommended approval of rezone from R-1 end
Rezone R-131-80 R-2 to R-2 and R-3 as reque,led by CF/CHQ Associates. Residential
planned unit development lu.dted west of Stevens SW at the
Intersection of SW 6th Piece. R-131-80. Refer to Way+ and Means
Committee.
Acceptance of Public Works Dept. request for acceptance of project, Municipal
Airport East Airport East Perimeter Rudd Watermaln, as of March 2, 1981.
Perimeter Road Approval of final Dayment and also subsequent release of retained
Walermain Project amount subject to receipt of requlr• ' releases. Council concurred.
Consent Agerda MOVED BY STREDICKE, SECOND REED, TO APPROVE YNE CONSENT ABENOA
Approved AS AMENDED. CARRIED.
CORRESPONDENCE AND CURRENT BUSINESS
Public Meeting Letter was read from Wav:.i h. Clemens, Act 'ng Planning DI•octor,
Northeast Quadrant that the Renton Plannlnp 'wmmisslor, and the Northeast Quadrant
Comprehensive Comprehensive Planning Ca roittee will hold a public meeting
Plan on the Northeast Quadrant of the Comprehensive Plan on March
Ilth at $:Do P.M. In the Council Chambers.
Assignment of Council positions for the upcoming 1981 elections were designated
Council Positions by Delores A, Mead, City Cierk. 01 - Councilman Slant's position,
YI-I-J 02 - Councilman Clymer's positlOn, and r3 - Councilman Read's
position.
OLD BUSINESS
Cat Problem Councilman Stredicke Prot ted letter to be read 'rom Jessie C.
Leendertsen re uncontrolled freedom and increasing 0,00040041
of cats.
2orinq Code- Councilman Stredicke inquired regarding Position of the City
Airport Use re the P-1 Swing use limit ition on the a,fi.dsrt; notinq resutti nq
1 Is re •td to dr-olopmant Provisions of ex"tInq 11eases
r of kF4,
THE CITY U1; RENTON
MUNICIPAL aU1t0l046 too 1i 11 AVE SO alNTON,WASH laD55
BARBARA Y. SMINPOCN, MAYOR a MUNICIPAL AIRPORT
P
'ec aePtaM*
February 20, 1981
Renton Construction Co. , Inc.
10601 Rustic Road South
Seattle, NA 98178
Attention: Mr, Bruce L. Gould
Subject: Renton Municipal Airport Contract
CAG 001-81, Waterline Extension
Dear Mr. Gould:
We enclose a letter from Garda Wirx regarding the drain•
age problem on the east bide of the Airport. According
to her letter and her understanding, this matter was to
have been taken care of during the construction on the
above-referenced contract.
Apparently, Louie Gob enini, the Airport Director, had
the same understanding. Can we get this matter rectified
or can you furnish us with an explanation.
We will be waiting to hear from you.
Very truly yours,
Richard C. Houghton
Acting Public Works Director
RC.11:j t
cc: Louie Gebonini
Ron Olsen
Gorda Wirt
V.
For Ose Oy City Clerk's Offl" Only
AGENDA ITEM
RENTDN CITY COUNCIL MEETING
SUBMITTING
Dapt.f Dlv./Bd./Comm.Tj lr,lp ,,IIr sr,rs� To, Agenda Of
Staff Contact L" frbenlnl at ng a
tw. Agenda Status'.
SUBJECT: Renton Municipal Airport Natermsln Consent
Eitenalpn a and Final Payment Public MNrinq
- Correspondence
OrdiMnce/Aesolution
Old Business
Exhibits: (Legal Descr , Hops. Etc.)Attach No. Business
A. Study Session
-- Other
C. Approval
Legal Dept, Yes_ No N/A
COUNCIL ACTION RECOMMENDED: Transfer of Finance Dept. yes_ No. N/A
Funds from Account_ 0402/000/015.534•90_61.43 Other Clearance
to /402P0001011.534.90.63.04 in the amount
of 57,758.61 to cover C. 0. EI and overrun.
f IS[AL IMPACT:
f spentlitura Required $ Appripiation-
B dgeted S Transfe rRequired $ 7,750.61
S UNWARY (lackgrnund Info rma tlon, prior action cnd affect of Impleayn;at.on)
(Attach additional pages if netestary.)
Funds transfer Is from AOAP Project/Fencing account.
PARTIES OF RECORD/INTERESTED CITIZENS TO BE CONTACTED:
7RYOIIIT THIS COPY TO CITY CIE RK IY M01N/ ON THURSDAY NITM DOCUMENTATION
N' 4 li
For Vise By city elsl 0111ca only
AGENDA ITEM
REMTO CITY COUNCIL MEITINis
SUBNITTiFK
OePt./Olv./Bd./Comm,. Puhll Ylorkf _- For Agenda Of
Staff Contact (Meeting u
Agenda States:
SUBJECT: u-611 JCAG 001-81) Consent
Public Hearing
Correspondence
Jrdl Mnce/Rasolutlon
Old Business
Exhibits. (Legal Descr., wPs, Etc.)Attech Mew Business
A• Pay Est lints, !1 6 Final Study Session
Other
B. ss,ti of Coenletl of P bli- _
Works Contract
C. Approve 1
Legal Dept. Yes_ No N/A_
C OOMCII ACTION RECOMMENDED. Finance Dept. yes_ Nod_ M/A_
A" 1 F D F Narrh 1 1g81 Other Clearance
�I NPACT
E xpendi tore Moui red f 35,258.61 Amunt ropriation-
Budgeted 5 AP
27.500 Transfer Required f 7.758.61
SUPPARY (Background Infor"tlon, prior action and effect f 1 I o mp ementation)
(Attach additional Pages If necessary.)
Project was completed Febrwr} 19, 1981 and accepted by Public Works Deparnment as
of February 23, 1981.
Departmental Recommendation:
Council approve final payment and also Subsequent release of retained atn,unt subje.t to
receipt or required releases.
PARTIES OF RECOAO/IMTERESTEO CITIZENS TO BE CONTACTED:
SUBMIT TNIS CMS_ y Tg_CITY BY MOON ON THURSDAY WITH pOC IENTATIJN.
n 325
PAV' 30/14/70 contract No, c.A.o. 001-81
NOTICE J! C0I41FLETIk41 OF PUBLIC WORN.; CONTRACT
Tol Excise Tau Division Ate: °ebrunry 19, 1981
Audit Section
tax Commission
f4 pia, Washington
Do Not Use
Frost City of Renton Assigned tot
200 MITI Ave. S.
Renton, WA 98055 Data Assigned'
F.W...'. Kober'
Data'
t;ontlesr t
lbtica is hereby given relative to the capletion cI contract or project
described belwt
Description of Contract w-611, CAG 001 -81 - Rentou Municipal Airport East
Perlw ter Road Watermaln Extension
'10ntractor's 4xeu t Renton Construct,on Co.
Camltraotor's Address 10601 Rustic Rued South, Seattle, WA 98178
Date Work c:owenred t January 12, 1981
rate Work Copleted February 19, 1581 Data Woek Ada t opted February 23, 1961
Surety or tiondinv ,:emgtxryr t Great An'ericen insurance Co.
Agent's Address t
Contract Amo, t : 529,955.05 Astmt Mabarsed t $ 31,913.39
Addi tics t 3.497.15 Amount Retained t 3,345.22
'ales Tax t 1.806.41 Total I 15.258.61
Total t 35.258.61
Disbursing Officer - Flnwre Director
THREE COp1ES OF T'QS NOTICE MUST 3E c',WLETED IVY THE MSFRWIM
OFFICER AND NAILED TO THE UTAlINM OF RV OM AT OLYM'IAs WASFILNYTON
IM I)LATELY AFTER ACCEPIAXI OF THE WORE DO:Ic UNM THIS ,XNTRACT.
HO PA 5 NAD6 FROM RSTAIHED Jilin UNTIL RRICEIPr OF
,A ..t - CPORnml WITH SAIr
N
CERTIFICATE.
lu. -4%" MOSOALL. RIRANK NMCION Mil fM►WCY IL t�l .
I Rt'N,
•o{;U(i rROaA[ti RAyLNNT
I IWI MMHiJ.1 A. F1.1
CWIIRMI IOMrma. CAA -001•dl "oAcT Airport IIRt Nrmal"s W-611
I. tON14CtON IAWM% THIS WIMit
T. SALLS TAN •
�. IOVAL CON/NMI ANOONI THIS k1VIMiL T iG a� CI
A, 1AANIAnS ♦*ivlWlkv RAID TO CONiRMT011 { 0
�, IAANINat pak CON14ACTOM THIS IITIMiI 30.106.t18
SNTOIAI - CONIRACIOE MIMS 1 in Imo.OA _
�. r(tAiNAa( W r'Rlv10Oa IARNINai 1 0
X. R1IAINASE ON kAONINW THIS IIVINAit l�iYS_]T
I, SUITOIPI Rf IAINAd i L1A5.22
SALLS TAA I•rty IOOSL+ PAID 1 0
Il. SAIL{ VAN Out THIS tstIMtI ��.OX Yt o
Il. SU1101AL - sAIIS IAT 1 1.806.y1
GRAND IUTAt 1 Ieaila2r.A.&INr�:=
FINANCE ypmltiNI ACTION:
vAtNLNI 14 CONIMCTOR (LINSS i AND 111:
AL,v. f InvLenlS_GtY_O0.6i_M I11-gjiAll
a tA1W0 AHLHwt ILtkt U:
...r. f lJyl/pOO/OIS.S>,�YIIU0.61.06 { 1.1A5.2!
rail,
allow tic%A"0 k%b filth, IRIS 1',I{tU111 1
a"OR Wil"CENITIVICA" 1
v
M
IMN/AN,
CITY OF RENTON • DEPARTMENT OF ENGINEERING
0 e MUNICIPAL 1"L000. 000 011111. AVt {OUTr9 11{wTON. V,,,
"Ojec' tr.�a.•.t..l u.... pI1mms& OMYMlNT !{T1MATt NO 1�_i POW
l�tanrl. 1.iM.IM
QM••aPI NP .tAC_ooiLLCMvaaar ; Pn G. CMI DyP rwrwr If.
IP 1
!.1 YIOU{ TOTAL
Ne Wan Pr mn U•nt Vmt V.,.. Cty T1tl{ e{TraAT! TOTAL TO MTC
QJ -,,oma•. Wv I AmPok,Pl WT I Arn0lrra
I I 1 I It"0/1 tlno ISO'ooBreate t1 15.OP S00 q 0 I SOO /,500 Sy 1,fa.y
0.1. ci... sa oat .P1 I/ 11•36 1.0211 0 0 II,OA ILON 2s r,011 11.119.1$
r. 11/1 Piro 0od M'
at.okbiln fake 1.000.W t 0 0 l i.y0.00 2 t,010.00
1 r i 1 1r• as I.Iw Mle.elr salve 11,2oo.y 1 ! a 1 I I.tae.oo 1 I.Jy.ea
S 1 0 1 I1'• » I r N1w Al.artv t t. 1.$00.00 I 0 0 1 LSOO.y I i,SW.00
0 / / I toolaro4 steo.in t.i. 0,01 t 0 0 t l C 02
1 / t 1 ..Plr.tt"i tgy info.lo.wrniP t.L cal Ps I 0 0 » 0 »
01 I11 crawl J,rr rocl No Watlr•I S.q� 001 1" I 0 0 110 � i p �y Lp
I I t.oant cent'.to brr...
MuontlM S r_; C 01 1 O C t 04 I ) 0.
10 1 1 1 rnM='. OrM.4r 0odi i ion P.01 12i o O s..1' H I N•1 I A
11 I 1 4.1KI pMin it Mulp
I I I
I.r.nn TPe N.00 p u 0 as 1). 1.029 94 11111411 1.011.91
i t
t ) 1,10.ee is. LM1.ai
1 ' s..wui A.ef1.N
$
,nt.� n.2se.a
u.. lot
Loot 1.PHt 1r.•�eylr r.0 0.p
j4w•• Ow r�it twoot. 1 31.113
1001 kO it 1t11W ,,'k r. Ilt('
Iy01 Mltr 0oatl smote
iNOi., W r11N
i
i , I
I II ,
I I
f
r f
OTTO ROSENAU & ASSOCIATES, INC.
CONSTRUCTION INSPECTION I TESTING
IR05 S Jackson St A Stettle,Wa.98144 •SAW['
(206)323-3900 �� a3
Joe NJMeER 81-n1E REPORT NOTAoeR )01 DATE 9 e'ehruts" 1181
COMPRESSION TEST RESULTS ON STANDARD S" ■12" CONCRETE TEST CYLINDERS
(A,N 28.3 S9,In.)
JoS City Of 11"tm .Jatar Pru,lect 0611
APORM Pt AM:T NW*tft
AACWTICT ENGINEER
CON/IIAcroft Benton CDnstrLJrtlOn SMENCTN AEOUMIMEN,
DATE DATL AGE W �P EGM1W YtT eT11ENGTN STa LN;.TM
CAST ea(MEN DAt{ YILRMFII M.-.;n' IN Los te5. SO IN
.a. _
2-tuft 2�9.57 1 1-A kIMS a. t29,000 E563
2-7-81 3.2-51 'Q 1-e 3002 or. 150,00J 5109
2-2-81 3-2-81 i?. 1 30JN Ds. 160,000 5660
Not, ClaEa "A" Concrctaz hatcn Nei9hts/cul+lc yard: 565e TNw' 1 cI.AIPnt, tl1W sand,
19W 7/0" aggreqete, it calciw zblonde, sl%M: t/?",
C: "te toweraturet 56- P.
EIANT INSPECTOR WuNG PLANT $tnntNAy Can(-rot,
PIELD SUPERN,Eal D. Aquino Cast cylinders TARDAGE 1 cubic yard
MEATNQ StNWhine, e5* F. CYLINDERS&ARMED W LAS I-3-N1
sPfCelltlE lARlN f110M CONCRETE PLACED W ME EOL1 OMNNJ IOC ATNJ1e e1 Concrete patch In RRntah Alrpat.
ccl
5- ontractw
OTTO ROSENAU S ASSOCIATES,INC
t
OTTO ROSENALAI & ASSOCIATFS, INC.
CONSTRUCTION INSPECTION & TESTING '
1905 S Jacg{on St.R Se{thl,wa 98144 _7 AVE.
1206t 323-3900 " w
XSWM N A1sl4 PEPOAT NuAIetP "C7 DATE 9 FPhRIg[y 1951
COMPRESSION TEST RESULTS ON STANDARD 6 A 12 CONCRETF TEST CYLINDERS
1 Rree 2E.3 Sq. In I
JOE ITy ..r
ACD,At SS "FNMIT Num"A
APCHITECT ENGINFEA
CONTRACTOR 4fnl. m -c,A!THeRioFi URENG T"glOUeIEMFNT
DATE - DATE AuE IN SPILLpEa
CAST BROKEN _ _ DAYS ._ �
2-2�E7 2�9-57 T MP5 0.. 179,000 4563
WA. C1AAR ",^" :Oncr Ace: Batch weight{/cu^ic yard; 56%0 Tyne 1 C Nnont, 1110e {And,
195011 T/R" Pggregate, IL Cnlcim chloride. Slurp: 1/7".
trncrete tt ,ereture: 56P F.
PLANT INSPECTOR MIXING PLANT SNvTaway CIm.rete
f IFLO 6UPEAVpOA 0. Aqulm CARt cyllnderR VAgDAGt 1 cubic yArd
WFAI"EP SIp XhiM, aiA F. CTLINDEPS ARRIVED IN LAe +-3-81
EPECIIRENS TAKEN PROM CONCAETE PLACEO W THE F0tLOWI"G LOCATID1NSI COnCtetP pgtCh in Nento" ASrPOR.
CC:
54ontrActor
OTTO ROSENAU A ASSOCIATES,INC
C-ty of Renton, Utility oept.
PRESSURE TEST FORM
Water Project
Name of Project
This testa, taken by _ _ on
At a pressure of PSI , for minutes.
The test `Failed" on
"Passed" on
Commen t s: 1
Y '
CITY OF NEWTON
shoot .I of I PUBLIC WORKS DEPARTWBNT tawr
pots 2-17-8I CWANGE ORDER OM11ei
Myer Y 1
0X OrdorN by tµmeer under tons, If Asctwm 4.1 of tke CAG 001-d1
•..•• standard Syxi hoot lone 1APM1 ie arsrt No.
i7 "Nut, Prapww by tetractor Te:
d,dors" by: RENTON CONSTRUCTION COMPANY
New
... ! Podenl Atd be.
Title Project Title '—
Content ptwt" As Swdyt edits U*MAdl __-
. . ' ' ' ' . . . • . . . . • . • . . . . DUCRIPTIam or Nm • . . . . . . . . . . . . . . . . . . . .
you sn ordered to Porfon the followiµ ♦ecrlbnd wort ysa tecelpt of se annved Cory of tA1e doeµ. or",
Contract W-611, Renton Municipal Airport East Perimeter Road Water Main
1. Furnish and install two 12" 45' bends to adjust location of water line approximately 6'
east from Sta. 1+10+ to -0-10+ to avoid conflicts with three 13.9 KV power cables and :i
chain link fence. Subtotal: S1,400.00
2. Furnish and install one 10" 45- bend at 5 -0-10+ to give adequate depth to main
north of the tie in to the existing main. Subtotal: $600.00
3. Repair and clean existing 12" storm drain at approximately Sta. 13+40. Lower the elevaliun
Of the storm line to give adequate depth to the water main which passes over it.
Subtotal: $400.00
A11 won, rterisls Mt esuraee to be to •acsra M pn
aecs with tvis/es of the Standard specifications ant Spectsi
Pnvlstawo Poe u at the type of toastfuctiao involved.
ORIGINAL MO COYlRACT CURRi1R OOIRRACT RRTIMATRD I= CRANOR LRTIMATRD CONTRACT
AMOUNT ACT
ORDRR TOTAL AMR CHANGE
$ 31,542,66 s l 42.66 R 2 s 34.072.26
�AGRMC't USE AGaxtt USE
❑ APPaDPAL RIONR IMM ❑ ArsaoTRo
DIRTRICr STATR-Al0
Minn
WATER AND SEWER PROTECTS
PRESENTLY UNDER CONSTRUCTION
IN
THE CITY OF RENTON
WATER PROJECT 0 N-611 SEWER PROJECT A DATE
WATER PROJECT TITLE s611
Cast Perimeter Rd. Niter Main
PROJECT LOCATION Renton Airport
DEVELOPER City of Renton
ADDRESS Airport Uiv,
PHONE L. Gebenini 235-2591 Sid Adams 235-23SO
EMERGENCY
PHONE
CONTRACTOR Renton Construction Co„ Inc.
ADDRESS 10601 Rustic Rd. 8.
PHONE 12-2085
FMERGENCY
PHONE 881-7757
FOREMAN Gary Budd - Bruce Gould
PHONE 772-169,
EMERGENCY
PHONE -'2-2085 772-1692 881.7757
City of Renton Inspector Rill Kullherg
Other Inspector
Ij ROPPICE CORRESPONDENCE
Date
TOi Ros . lson. Utility Engineering
PROMI Delores A. lead. City Clerk
6UBJZCTt Project 611. Renton Municipal Airport watersain
------------------------------------------------------------------
Me return herewith fully executed document(s) , as
above-captioned, copy of which we have retained
for our official public records. Copy should be
forwarded to Renton Construction C,o.
and the other for your file.
Pursuant to your memo of we return
herewith document(a) , as above-captioned, which
have been signed by City Officials and need to be
forwarded for further execution by
Please file a fully executed copy with the City
Clerk's office for our permanent records when
received. Thank you.
DAWAP
cc; I
rrrfrtogLg€� €cg�assox8��€f
a�_lnuary B,All"
TO: Del Mead, City Clerk
FROM: Ron 01+an, Utilities Engineering
SUBJECT: Project ell, Renton Municipal Airport Naterma in
Please have the attached documents executed and signed by your office and
the Mayor's.
RLO:pmp
Attachment
I NT6 .R ? fFl Cd' CO A' F S9PO .q 8N 6
Date January 2, 1981
M Lawrence J. Warren, City Attorney
MWt Warren C. Gonnason, Director of Public Works
SU5JWTt Watermains at Renton Nuni:ipal Airport, East Perimeter Road
Water Project No.•oll
Please review the attached set of specifications containing the
original contract to Renton Construction Co, for the waterline
work for the Renton Municipal Airpurt. We seek your legal approval
so that we can allow the cuntractor to beg,n the job.
Warren C. Gonnu.:on, P.E.~
Director o. Public Works
by Richard C. gkton
A, OF RAM /j
r
z THE CITY OF RENTON
MIMNOIPAL WALOM Mf MLL AVE.fD 11ENTO16 NAlix MMf
A. F EARMA Y. SKIN►OC/I, MAYN a DELORES A. MEAD
CITY CLERK f (206) 235-2500
r� Btrta'�
December 10. 1980
Renton Construction Co., Inc.
10601 Rustic Rd. So.
Seattle, MA
ATTN: Mr. Bruce L. Gould, President
RE: Water Project #611
Dear Mr. Gould:
The Renton City Council, at its regular maeting of December B, 1980,
has accepted your low bid on the above-Captioned project in the amount
of $31.542.66.
Undated performance bond and Insurance certificate will need to be
provided to Project Engineer, Ron Olson, Engineering Department for
preparation of the contract documents along with proof of state and
city licenses.
If you have any further Questions, please contact this office.
Yours very truly,
CITY Of RENTON
, "t" Q -�
Delores A. Mead, f � C.
City Clerk
DAM/s t
Ot k,o
c
THE CITY OF RENTON
MUNICIPAL BUILDING 100 WILL AVE.$0. RENTON.WASH 9l055
ma uvlo BARBARA Y. SHINPOCH, MAYOR
9 m • MUNICIPAL AIRPORT
e
EQ
9�LU SEI'\EN'a
Ilccember 4, 19BU
Chairman Richard St., .acke and
Members of the Transportation Committee
Municipal Building
Renton, WA 98055
Subject: Agreement for Extension of Twelve-Inch
Water Line on East Side of the Renton
Municipal Airport with The Boeing Company
Dear Councilman Stredicke 5 Members:
It is necessary for the Airport to have an agreement with the
Boeing Company to connect to their ten-inch Water line in order
to extend the fire protection on the airport to our tenants.
An agreement has been drawn up and pert to Boeing and the City
Attornev for approval. Subject to the approval of both the
City Attorney and the Boeing Company, wo recommend this agree-
ment be approved and recommended for signature by the Mayor
and City Clerk at the next Council meeting on December 8, 1980.
A copy of the agreement is attached for your information.
Very truly yours,
Louie Cebenini
Airport Director
jt
cc: City Clerk
Attachment
AGREEMENT FOR EXTENSION OF TWELYE-INCh WATER LINE
THIS AGREEMENT is made and entered into by and between the CITY OF RENTON
"Renton") and THE BOEIN6 COMPANY ("Boeing") with reference to the following fade:
n. Renton, in connection with the operation of the Renton Municipal Airport
desires Li, eunsu ucL avid vvislall approximately 1,520 feel of twelve-
Inch water line (the "Extension") for the purpose of providing fire protection
water to the east side section of the Airport, with the Extension to be cvnnuv.te0
to Live existing ten-inch fire protection water line owned by Boeing, as shown oo
the attached Exhibit and including two fire hydrants to be Installed on the Extension.
B. uoetng would not egret to the construction of the Extension and its connec-
tion to Boeing's existing water system in the absence of this Agreement.
NOW, THEREFORE, in consideration of Renton's prompt and faithful performance
of the covenants, terms and conditions set forth below, Boeing hereby agrees to live
eonslruce,on and installation by Renton of the Extension, and further agreus to the
connection of the Extension, subject to the terms and conditions of this Agreement,
to the existing ten-inch water system owned by Boeing.
Renton hereby covenants and agrees as follows:
I. All plans, specifications, and schedules for work involving the installation
of the Extension shall be subject to review and approval by Boeing's Plant Engireer-
ing Division Facilities.
2. Renton agrees that no costs will be incurred by Boeing as a result of the
Extension for Airport usages for fire protection for facilities based upon the Air-
port and the line will be used for fire protection only and no domestic use.
}. Boeing shall have no rasponsiGility whatsoever for the installation or main-
tunance of the Extension, and the Airport shall pay all installation costs for this
Extension, including, but not limited to, the line itself, valves, meters, manholes,
and pits, as well as any other necessary requirements. The Airport shall also be
responsible and pay for all maintenance costs related to the Extension and shall per-
form or furnish all of the maintenance labor necessary to service the Extension.
4, Renton agrees that Boeing shall retain the right, at its option, to treat the
system water with chemicals for corrosion control, in accordance with accepted and
approved health and sanitary practices.
5. Renton agrees that no further modification to or substantially increased water
usage from the existing ten-inch diameter Boeing water line serving the Airport shall
be permitted to Renton without the specific approval in writing of Boeing. Renton
r
acknowledges and agrees that &zing's present and future uses of water from its
existing water system shall always have priority over any uses of water supplied
through the Extension. Renton shalt provide ndequote protection and Safeguards to
insure against any cross connections to either the existing tan-inch water system or
the Extension.
6. Renton hereby agrees that it will al all tunes hereafter do oml, indetunily and
save harmless Boeing from any and all liability, claims, suits, Ie,ses, damages, or
expenses, including attorney's fees, on account of injuries to or death of any and
all persons whumsoevcr and any and all properly damage arising or growing out of the
operation, the failure for any reason whatsoever, or the inadequacy of the fire pro-
tection water system supplied through the Extension. The provisions of this para-
graph 6 shall be binding on Renton, its successors and assigns, and shall inure to
and benefit, Boeing, its successors and assigns.
T• This Agreement shall be effective upon execution and shall remain in effect
fm as long as fire protection i, required for facilities on the Airport, or until
Renton and the Bowing Company, ny muloal agreement, terminate this agrewmont. The
City of Renton and the Boeing Company agree to give written notification of any plans
to modify the terms of this Agreement.
8. In the event of any court action between Boeing and Renton involving this Agree-
ment, the prevailing party shall be entitled to recover all costs and reasonable
attorney's fees.
DATED this day of December, 1980.
THE BOEING COMPANY, a Delaware Corporation CITY Of RENTON. a Municipal Corpora-
tion of the State of 4ashington
By By
Mayor
Its Attest:
Approved as to legal form: City Clerk
Renton City Attorney
J OF RE,M
T
!� •� z THE CITY OF RENTON
_ MUNICIPAL BUItOING 200 WILL AVE SO RENTON.WAS" NOSS
BARBARA Y. SKNPOCM. MAYOR
w • MUNIC PAL AIRPORT
kP
rED SS P1 kya
November Ij, 1980
Mr. Bernie Guthmiller
Airport Specialties
20850 S.E. 123rd St.
Issaquah, WA 98027
Subject . Construction of New Wa
terline On
the East Side of Municipal Airport
Dear Mr. Guthmiller;
The call for bids for the above project has been published and the bids
will be Opened in a few days. As You are aware, this project is to
supply fire protection to Your leased property.
Se arerantinnclos'ng the
COPY of this letter with a place for you to
9 9 ty permission to build this leased property.
Gity. water line on your
Please this agreement and return to us ds soon as we do ro le if
_eive it within the neAt three days, we willo not bbe able
to start ..nutruclion.
Thank You for your courtesies.
Yours very tr,,ly,
f�
r
Wrren C. Gonnasat, P.E.
Public War" Director
j1
Enclosure
I hereby yrant the City of Renton
permission to install a water line
On my leased property on the Ranton
Municipal Airport
t
t
Al is
't,W I Affidavit of Publkation
(My N bft
w.hn#fi.
0Ya M na tgn,laa, #
w \.r' a\\ el„saY
STATE Of WASHINGTON
CA"e
M\Ye\a \e.Y1ryl.4 KING COUNTY— SS.
aYN PIIIII\PAIL
w YAM YYr. NaAR
na AN\I1 aces
.Id�M.
11�/:YP eat rMr• �
,•rn.e„r tn.,•Iv c�i:+a. The undenS,ttte*I 1 n oath states fhnl he Is an
a•. Md YM . eMaaalla
tr. tN n"P. o„s .r.ad avthnrlxM raprealntaYlve or The Daily journal of Commerce.
w cl w RYat"a a daily newspaper, whlrh news r is a
oY1niN.�ll mill wrw late , WPe' hytul newspaper
rF.wP+Y a,w of general el-culation and It is now and has t+ren for more
�^^'•d• ^'•"""'"� "" than six months prior to the date of bliration hereinafter
Yb•+, Pweraa aM YM {l lw
.,n yr�YYn,..Y,Pa.It r.,rY refried in, Published in the pnghah tanfivai,4s continuously
as a daily newspaper in SrAttlr, Kin{( County, Washington,
FPtl/VIM
tt- a�rIP/w+Y.:M;. and It is now and during all of said time xaa printed to 4n
P..r .. �c.. aI. nfftee maintained at the aforesaid place of publication of
Im ✓rd,-1. n m P� ua
.•,a ,PY raw ,„a /r.,m.a. this dsvnewspaperJi The Inc poured o Commerce wwason the
Tit 111, rwrYYY 1., ,IaFr IY 1_th dAV of June, 1941, appmvM as a legal newspaper by
�,M�,+,�+fl �T I. the Superior Court of King County.
1". d 'Me notice in the exact form annexM, was published In
.wwr e �d N '"`. � nA; regular liana of The Daily Journal of Commerce,which was
At tas M NSNi regularly dlstrihutM to its aulactlbers during the W,ow,
n itated period Tito anm,xed notice, a
to a tM
tati �M Notice of Bid Call
p .tl
vas txehliaho oU Noverber 14, 21. 19@0
„ r taa Sw.
.arts, pIMIMt# _ ..
cot
Subscribed and sworn to before, me on
_November 21. 1980
Natw9 r'udNr tar N a N r.Mn•d wx,MnamP,
I aMieN
_1 Affidavit of Publication
(ilr of Reoloa
W,bertuiw ► nect
M a'. 26- STATE OF WASHINGTON
"^ wr 1eV'1O, KING COUNTY—SS.
1•Ala. rww wm
Yalw lwwtwleeww
w+tww Y.i+ w\aw
rAfFY 1•waw'f
a.•la IM.°'•""" •••
.1 M The undrrslgn n o,d, oil states that he is an
W 1 N ww ia.UM
nrlM.nP'tiw IYle�;bl~M .HN authorised rcpresontaliec of The Dath Journal of Commerce.
M m,"•{I,..r rnl .r.wn. a daily newspaper• whit-h newspaper is a legal newspaper
(s N Iwtw [.1alaJ
naina,wps rnl A.• M�n1A of general months
prior
and It ix now and has 1n�Y`h for more
ea..ma to anrfnrm.+•a.n than six months prior to the date of publication hereinafter
�la<'�Mi.W.+�I refered to, publ!shed in the Enpluh language continuously
n.. . .1•Il.u„n ..1 .•1•, rIM as a daily newspaper in S all
of. King County, Washington,
..a ,y.na•wm�1n and it Is int and during ail re said time was printed m an
tiwuw...a,n<n 1. ry,yll u this n maintained at the aPour a l place of ce wag
o
•wnlnw,!<��.d w: 12t newspaper. The 41, a Journal s Commerce waa on the
w„a la. rl.�, ..a •.•<Ins• 12th day of Tune, 1941, appml�ed as a legal newspaper by
w,n
tn.ate ,1,,,•«111e, u[at I. the Superior Court at King County.
nle[I a 1••Man •11 Mtmwab
The nnthm o. the exact form annexed. was published In
`Mi.r.wr.a 'I.. ..a i.e. 0 t regular Issues of The Daily Journal of Commerce,which was
-Vehrt a,lum•nM YM> a n •
wi latlk.II I�Irwu�a�nn< regularly distributed to its subscribers durign the below
uw. mr.a.p wa Mt •rw�•.y<�n, stated period. The annexed nolice.. n
Ilµ,niilM,lr~\I Ioa� t r�. M
r.a•Mw +WII .....n te ......_.,_......_. Notice Of 81d C4111
P.... ..a ar.<Ixnunm 1. `
rvMlllml.'Iola\MIr1Y IN, eln[ -.................
<Mrp 1. .•Mn11,a. ein
ul n.l M r,N Knvo"gir 14, 21, 19"0
r a14 Y MM was pul+l{ahal on
In tIN •^`^.nl t . UI ih
N 1 of 1.!IM.1\W}n. <t4 nal
W,.-mNr1lnlNnnn fYll<lo real _.
Ur1Y. nwoara .. Yrnn.
CIIr llb.
H p• • "p 1 1 uMM� . In N.
IIM f141Y )wry J I'll ,
rc.. _
31.
SuGccribed orrl sworn to before me on
November 21, 1980
x'•+oY 1•vnur r•.. m. . rlr.<n-,nn•.n.
rNtal[[ In MNU•.
('.ell a;,�
CITY OF RENTON, OASMINGTON
PERMIT
SHORELINE MANAr.EMF.NT SUBSTANTIAL DEVELOPMENT
City of Renton Municipal Airpor
application No, SM- 52-80 Aoplicant.200 Mill Ave. So. , Renton, WA
PROPOSED PROJECT: Installation of waterline on Municipal Airport, line to be located
approximately five west of the East Perimeter Road.
Development shall be undertaken pursuant to the following terms
and conditions%
1. The issuance of a license under the Shoreline Management Mat
of 1971 shall not release the applicant from compliance with
federal, state, and other permit requirements.
2. This permit may be rescinded pursuant to Section 14(7) of the
Shoreline Management Act of 1971 in the event the pe-nittee
fails to comply with any condition hereof,
3. A construction permit shall not he issued until thirt,, (30)
day after approval by the City of Renton Planning Department
or until any review proceedings initiated within this 30 day
review period have been completed,
4. Pursuant to Section 14, Chapter 286. Law; of 1971 Extra Session.
the City of Renton has taken the following actions%
A. (uxxI Approved
B. ( ) Denied
C. Reasons:
1. The proposal is consistent with the City of Renton's Compre-
hensive Plan and the Shoreline Master Program.
2. The water main will be located underneath an established
city street.
3. The water main will increase the fire protection available
to the City of Renton Municipal Airport.
D. Conditions%
sell October 3, 1980
ann%n r.t nr Date
:c. Dept. o LcoluRy
State Ally. Gen, Ofc. City of Renton
Pub, wks. Dept.; Engrg, 6 81dg, Div.'$ Planning Department
lican
WAS
NGTON OFFICE
33811 H19TH AVE SO 15J U 11 EW ®U" 11 WQINB>INJC U UQCe
WASH
a FEDERAL WAY,WASH, 98003
TELEPHONE. 12061 89841 1 1 Lf•
ENGINEERS/PLANNERS TACOMA(20a)972.5000 ate, I 1-31 1-002-801
MEVgDA/WASHINOTON Pon Olson23-2631)
To ^Public Yorks Departaent Cl of Renton --
EnoiTleerinq.Division vCiLy Hall____ Airport Water Line
Renton. Yashinp np --
GENTLEMEN. ..__
WE ARE SENDING YOU 1, Aeacha0 -. Under separate cowr via---- the following items.
G Shop drawings fi Pants _x Plans SAmpMs it Swdicatlons
Q CoPy of letler t, Change order
eoerts n.tt ew
otsca'enon
Ori • _P1anS �3 sheets) _
Orig. 5 ! cifications
THtSE ARE TRANSMITTED as one eed below
for approval 1Approve0 as subm.tte.f I Resubmit,-_copes for approval
,1 Far yo.p use 1 AppovW as noted 11 Submit_ ,.copies for dlstnWbon
❑ As tpuested 1 Returned for correchonf Ralurn_,_corratttd prints
For IH intLrat�ra►�r�
R 81DS DUT ? ..._t9_ — PRINTS RETURNED AFTER LOAN TO US
MARKS Shoreline Permit Status:
Printed in newspapers
8/13/80 = Printed in newspapers
9/13 80 a End of City review period
91780 - To State
_ 10117/80 End of State review period
11/1/80 = Safe time frame for award of ntract
COPY T0._r,_u Gebeni nlwithout s e_ ( cifications)
O
Leon Poppas (without specifications) SIGNED_
,. .......h..r......
•"'O "°•"••••"'• Oenn J. Donovan
1 (1 ► n y R 33811 SOTON OFFICE 1�IEUTEM ��
t`rl'rr+� 33d 11 NGTAYE. FI lL 11 U
FEDERAL WAY,WASH. 98003
TELEPHONE (2061838-2111
EN91NEERSIPLANNERS TACOMA 120M 9725000 `•Jyn! 30, 1980`—���P-'.�1_002-801
NEVADA/WA8H1NGtON �Nr•. ROn Olsen 235-2631
�___
lO _ Public Works Department C1 of Renton
_, Engineer}no Division - City Hall Al rt Water Line
Renton, Washington 98055
GENTLEMEN
WE ARE SENDING YOU K: Attached I Under '*Par&%Coen via the follomng items'
L S;ep drawings r Pnnls Fans C Samples J Specifications
C Copr of letter I I Change order
Coen($ Ml( No .3c.'r"ON
2 _ Vlans 3 sheetsl
_5910—fi (30 Paces)
1 dr li
Re rt on Comyass Rose_ n tic Zones (6 Paces)
3 Tele o Conversation Record (1 p gat
fH(SE ARE TRANSMITTED as cha.aed brdit
L. For arigro.at � Approved as submdtel Resubmd__c upies for apprueal
^ For Your use 1 App o"d as noted I: Submit_.,.__._..coPre' for drstnbutmn
C As reeueated Returned for correcoons Retum__,_Cwwted prints
:.1 For m ow and t"ment I
FOR ENOS DUE ,. _ 19 _ PRINTS RETURNED AFTER LOAN TO US
REMARKS.___._._
COPY 10__.
SLGNEO.�;
. 00nov.w.______...____
«»,Den i�J ��Ydn• F.E.
TE,.EPNON£ CONVERSATION RECORD
Oate: �.34- QC? Time:— — AN Project
-PM -
To: :n,., _- From• ,
Representing_, .3ee:.., TelephoreNo. KO
Subject:__C,,Try..__Q?.
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
Remarks:
fa1_. Facts /r.,-L-_s•LtlaLtr , a'f_-.'th..�
oYL., p�a_.[._ ti+° .. :..'._. .� ._ 4S.[�.ar�`�� i._.-II.0 i.�n_.�G['.•!1_ T._ _ t.�
J
Wn. �sJ----=•-•--•i..-i+lrmtiw.ar++r-.�.�.w..�.+.a.�. s�-r..rr+ir.•r.+vf.-..�'^a�....c_m. +s..�..r.^4q.�.�rr
wa.,..,..a.....n�rxP•...... -.... ^M1'1"� •x'.-r... . +._r t.�.-..-T..�..� .uy.�yiu.y...r.,-Mw�f.M1'- f:''
�� +YMrr,..._r�✓.wuWY- -M lr._rtlJ:.i .-_ . ..-�r�!u.r w.�+a.`^.+T�M!.rn.ati+r' . ...irwY�.rY..u;'_.VM" -...MrMM., r ..1!�Y?�NwaN . o-w. MIF..Y a +�.W,w.,W`.��•..'"' `r,W a .v i-'�.
+RV
AASINGTON
Q 33811 OTH AVE SOLE LSL. Il LI L.R IV OV tl WQVC.�ZWU011 L%[L
FEDERAL WAY.WASH 9WM
TELEPHONE 120618382111
ENGIYEER&IPLANNERS TACOMA(2061 97 2 5000
M 6/21/80 1-311-002-801
NEVADA)WASHINGTO14 Hr. Ron Olsen (235-2631)
Public Works Department
TO -.—. CITY OF REVTON
Engineering Division - City Hall AIRPORT WATER LINE
Renton. Washington 98055 _
GENTLEMEN _
WE ARE SENDING YOU k Attached Umer separate toyer vw the foil"'ng items
Shop drarmµ fT pants Mans Samplss a SpeUhcabons
Cop, of letter runt#"der
crsn»a n.rt rro unc+..row
2_ 6/1/80 1 Cover Sheet
2 611/80 2 Water Line Extension
2 611180 3 Water Line Extension
i Htbf ARE IRANSMIT1i0 as rnersM be,nv.
g; to, approval 1 Approved as submitted i Resubmn_.___copies for approval
for rnur ux t Approved as MIXI I Submd _. _copies for d-stnbutton
C As repuesjad " Returryd for coRwAm s Return_.—
_ corrected pnnt3
I.I for review and comme'it
fOR BIDS out ___... __19.__. ..... PRINTS RETURNED AFTER LOAN TO US
REMARKS—.____._.__.__._._._._ .._._ ..._.
_...__.
COPY T*.- Louie Gebenini (nlame.)
M•. Leon Pappas (V/enc. SIGNED.
DEN S J. DONOVAN. P.E.
u
PA?E cousrr VCTieN GouF.
AiRPoer EAV pilptfv �d
�%OEt Milk WtA1 SPO
I�hME AprRr�rl0u PNou{ Aa
!,6rda/Yi,Pz F4•vcr�ER F+�YI?'Ays s. zL- �6i7o
7�
Gt r.F?&Vrw
Ave. AP" Xvf m4
,Qt. >D. .. •A117 . 772.20I !r
cd6aL i.Pr..(}.�. i8�• � S�7
�'" .o-o�-,•••c,, ass :?j�c�f
TRH KUL( FER(, � �rr of � ? NTou
I
i
M1
may 29, 19RO
BOEMG CO4.1RM1 AIRPLANE COI;PANY
P.O. Box 3107
Mail Slop 94-44
Seattle, ilashington 98124
Attention: Mr. Lou Organ
SUBJECT: REPORT OF FINDINGS ANO kLCOI;:LNDATIONS REGARDING THE EFFECTS
OF THE NEW CONSTRUCTION PROPOSED WITHIN THE RENTON FIFLO
COMPASS ROSE iIAGAETIC FREE 7alE
Gentlemen:
The first week of Illy 1980, Horton Dennis 6 Associates, Inc. ;HOA) was
contacted by Mr. Bill Sproull, B.C.A.C. Facilities Engineer rena,ding new
construction activity near the Renton Field Coa.pass Rose Facility.
Mr. Sproul 1's concern was "lthat effect will the proposed i? rovc:.cnts have
upon the nagnetic field of the Renton Conpass Rose Aircraft Swinging Ease?",
and, "Will the resultant effect of the magnetic encroacl, ;nt dis(;uglify the
Renton Co pass Rose frog military accLyLdnce under MIL-STD-765A as currently
certified?' To answer these questions, in as practical a o-:ay as possible,
HDA consolidated current field testing and thirty years of prior ragoetic
survey experience for qualification.
HDA has been certifying Poeing Co-;less Rose Facilities under ililitary
Requireiaents MIL_-STU-165A for thirty years. The problem of ii.prove.tent
encroachment at Renton has occurred at least six (6) times throughout the
period. Each time a solution was found which satisfied all concerned.
.ton-magnetic .aterials were substituted in the construction or relocation
of the irprove ent and proved to be the answer. The present situation is
far a ;e co. plex th„n the prior concern, thus, HDA will define the proposed
activity and testify to the resultant effects to the best of our professional
knowledge. Final action shall remain with the Boeing Co, pany and the Renton
Airport Authority.
The problem of cunt,.a%ination of Co•pass Rose Facilities at all air0rts
is perpetual. The continued expansion of ir,pruea: ents on a fixed quantity of
real estate is 'he classic reason. Renton Municipal Airport is the extreme
exarple. The aujoining topographic features and toted or.nership cue expansion
6OE1'•G CO'LIERCIAL AI:.
Attn: fir. Lou Organ
Re: Report Of Fi:, - "I'r) rrr.� 'cJ,1 i„n , •.,,. r�ln„ r, 1.
• J'
Of The New r ' r,i lion Pryo„•d 6ithin the F, ,i , ,, 1:1
._. . I
Ilay 29, 190�0
Page Two
of the airport near i. n.• -.sblr•. OU,cr ;1,,,n Lhu prt;en' lord' _
ava fable mag,:etically if.e on F,ntun Iiold for a co .,,a,,� resi. '.l, •:tll
Wet. nil itary standards. HOA h,s sf,, lied the airport several tirrv., C, ruse
relocation over the y, a,s with n-odt.iva re,ults. If the Si-ntort rir,st Facility
becomes contaminated tfirn tho 6ceirng C(,. ",Any will the effiti,ory of
certifying the aircraft compass systems at RCltton Field The ortions Mg+,t
be to fly the neA• aircraft to either lvrrett. S.attle or Ilosr,s L,kp uhere
a certified compass rose fs ovailable.
1liv Following report Mines the Renton Cor�pass Rose prpble+n and o .t
rffects resulting therrnf. No attel'i'l n•ade to e4Tculr<r hz� ..
ev..Inetic flux related rl „finn. 1 •
geophysics could not ;, or local r.:a+p"
may be caused by the
be conta-aination and 1, •, .,it jr, h,< perr, d
prepared stele drawings tt,-
practical r.anner, the
1) Problem oefinil
The Fancher Flp,
permit to con�t' _ ,, . 1 • ,
on the Fancher l
hoeing-Renton F kk ;
grading of the
asphalt surfacin, r,.
auto.nobile parki
13 aircraft plus
spaces. The open .. ..,: I .
appruxin,ately te, 'L,1 !; ,
automobiles is
detailed desi-,it J.'
Facility For Fall,
] sheets. In ao,
new water main ti I'
feet east of Rosy.
adjacent t.esterl - .. .
of Federal hay,
water main.
I fort,., Il;nu,r ft affa:
I n ING C . RCIAL AIWAaE CUTA.Y
Attn: No I.ou Organ
fe: howt Of Findings And Recon indations Regarding The Effects
Of The New Construction Proposed Within The Renton Field
Co„gnass Rose Magnetic Free Tone _
May 29, 198D
Page Three
Carly all of the above proposed new construction lies within the
600 foot construction free radius (from Rove Center) prescribed under
MIL-STO_-165A, The Military Standard requires imradiate recertification
of the aircraft swirg base when any new construction or new a..tivity
suggesting magnetic contamination encroaches within the 600 foot
radius. Since we all know the 600 foot radius has long since been
violated, we now look to the practical or critical requirements
end effects such as the 250 foot magnetically clean radi-•s quoted
in the Military Standard.
Since its initial construction, the Renton Compass Rose has been
certified ragnetically clean to a rad;us of 180 feet from rose center.
Die to undefined underground contaminants, the Military Standard radius
of 250 feat could not be met. However, since the mixi"m wing tip
reach of the Boeing 107 is 114 feet from rose center, the 180 foot
certified clear radius has been accepted as workable by the Military.
The flux valve or "Y" coil far the 101 aircraft is located in the
airplane ring tip. This flux detector device is the instrur,mt that
must travel over a magnetically stable area throughout a HO degree
rotation. Magnetically stable is defined in MR-S O45A as an area
,There the vector of magnetic north shall not vary at any point within
;his area more than two tenths(2/10ths.) of one (1) degree - or -
plus/minus six (6) arc minutes from the rean cngnetie a0 uth
roasured at the areas reference center. The present clear i..agnetie
tollerance at the Renton Compass Rose is 66 feet, the difference
betnxen the 180 foot certified clear radius and the wing tip or
flux detector radius of 114 feet. The 114 feet must not be contar,„ir;atee
at all costs. The prior figure should be restated as 120 feet to
allow for variation of wheel position during aircraft rotation.
The problem is the increase of ragnetic materials from the Fancher
F1 •..ays proposed 0provunints and the Airport's proposed cater rain
to be concentrated within one (1) q,adrant of the Renton R4•e Free
Zone. The question to be answered, or, prejudyri•.,nt to be ,-:rde is;
will the proposed A Wroverants and rr:lHY activities create a flux
field of local ragnetic distuncence sufficient to a rninate the
current Renton Co,•pass Rose Certification radius of i80 feet, and,
will said local disturbance extend into the working radius of 120
feet v.hich will void the Renton aircraft SlAng+ng Base from practical
usage thereafte-.
r1. ,,..rr n• ,,::,r r'- .t;. ,;.�r,•a. for r,• .,rrr,';. n , �: :: ,:
,l) R•0 CU:1-PC1AL A. .1A,JE
ttn: ltr, Lou Organ
le: Report Of Findings And R.+cc: "-"tuns Regarding the Efrects
Of The !:err Construction Proposed Cithin The Renton Field
Co ",ass Rose tagnetic Free lone
J'ay 29, 1980
Page Four
2) Test Gxk-Up
the most practical means of ••sti,ating the rzgnetic influence of the
Proposed Frncher improve+:vents vas to find an existing facility of
similar properties and test its magnetic field. Hany similar str.,el
structures were found, however, ail situations on the airports or in
industrial areas nearby included extreme eoanestion alloe:ing no free
area approach essential to the test. Finally. HOA located a 5O'xl3O'
steel building situated on the west side of Auburn :Jay North, Auburn,
:'ashington, opposite the Children's Hot,* Society building, 4338
Auburn kay !forth. The site offered open, undeveloped pasture both
rest and south of the building necessary to accuorvodate the radial
test profiles. Five (5) radial tEst profile lines, each 600 feet in
length, were staled at 25' centors from the south„cst building
corner. The horiiontal angle was m.asured between the baselines to
Support cor,;putation of parallel magnetic flatness. text, a T•0
magnetometer was set at Each 25 foot station :.here the n-,gnetic
azimuth was observed and recorded. P"Sults of the r egr;utic rradima
rare then plotted by station and magnetic arin.rth for each profile
line. Study of the profiles i•ldicate deviation from nor-:at to br-gin
at about 200 feet fro^l the building corner. From Zoo fret to : .' at
the building currw the Iagnetie deviation accellerator - a;cunling to
theory - the density of the local r.aanetic field varies by the inv.rse
of the sgaare of the distance tiierenf. please refer to the he in„ tic
Test Site" sketch and '7'sg11etic Test Site 01+servaiion" profiles
included herewith. - -
Unfortunately, the test budding h;d wor.d roim.ns rather than steel as
do the proposed structures. On the Other hand, fair (4) vehicles rare
parked adjacent to the teat building which offset the lack of structure'
steel m.e..S�.°rs• The VOJ-up provides One sure answer and that is;
Contamination is essured within 200 feel. of one 6j steel structure
and its accessory vehicles, c,iscpl jell^ous rachinary, rqui,.-ant, etc.
The Faucher Flyways' develoy nt is d "61e the n, nifade of t
tthe test mock-up, This does not double the distance Of cant,-_inetion ki :_r,
tes the test results wt�gast the possibility of a variable field of
contamination when applied to the Fanct,er site as propated, please
K*ILG C0:'1 PC IAI. Al r.rtAU CO'.N,%V
Attn: Cr. Iou Organ
Re: F;port Of Findings And Rrto .-zndations RcgarCing The Effects
Of The New Construction Proposed tlithin The Fenton Field
Cc; Pass Rose F'agnatic Free lone
tray 29, 1930
Page Five
, ,'i .+ the ',,ntcn Compass Pose Violation Study' rap herewith and
%ute the approximated zones of-nagnetic activity. This rap considers
Sxi^,m activity when the proposed tie down areas are full of aircraft
and accessory support equipment, parked cars in ind about the facility
and the No (2) steel buildings at full capacity. Contamination of
the Rose Trde lone could encroach to within 60 feet of rose center.
The area frci 50 feet to 200 feet from rose center is difficult to
pre-detenaine until the facilities are constructed and occupied.
The materials used for sub-base and paving can contain iron bearing
aggregate sufficient to contaminate the area, etc., etc.
3) possible Solutions
the rrost obvious solution is to not allow the new irprovcrents on the
Fancher lease. Relocation to another area of the airport should be
considered.
As an alternative, CM sugoc•sts substitution of raterials fur the
proposed hdngers such as %rood, fiber glass, aluminum, etc. R!•quire
ragnetit testing of new craterials to be used for sub-base and paving.
Restrict auto-obile perking to north of ne+v buildi•-gs, hove smith
tie do..n area to taxiway "D" positicn and use area adjacent to south
lease line for taxi,.ay only.
In any cscut, if the facility crust be constructed, then any relocation
or redesign directed at mewing am.ay from ruse center or reducing
ragnetit n,atcrials will be helpful. The final result will only be
knoc.n when a recertification survey is done after construction and
occupdtion of the new ir.pro+_tknts.
The solution sugyeste•d for the propnsed water main is basic. Require
non-r.agnetic pipe 300 feet north and 300 feet south of rose center.
Ve want no iron in the rose area regardless of site or dopth and
conderrur the philosophy "A little '.ore st el out there shouldn't hurt''.
The "bottom line" remains with The 6ueing Cc, piny and its nt,vd for a
practical, certified aircraft cetnpass swinging base. HDA has supported
Il. , f ,.... f' .1'3. '.r(C lu: t..+r<..�f nd r •r.;err;r: �.'.r/(�:. I1 f.•n
GOtING CO::kRC1AL AITPM-C CO:tPA7R
Atto: 11r. Lou Organ
Re: Report Of Finjings And Reco. ,,ndotions Regarding The Effects
Of The New Construction Proposed Within The Renton Field
Canpass_ Rose,ragnetic Free lone
Fay 29, 1990
Page Six
the fight to maintain the Renton Rose for puny years. This new
Problem is of greater magnitude than past encroachments which were
resolved.
fiortun Dennis d Associates. Inc., regrets not being able to be more specific
regarding the amount of disturbance to be created by the Fancher developront.
We can assure there will be contamination. however, to :hat extent we can only
offer our estimates as presented herein.
Sincerely,
HORTQI OUIM S a ASSOCI LS, INC.
Duane T. tlartt•an, R.L.S.
Vice president
UTH aee
Attech,,:nts
eF R�
� 1T
7
OFFICE OF THE CITY ATTORNEY RENTON,WASHINGTON
n+91 l h b..l. IW 1M MM ft'. • 1..� tiL,K1M N 11 1,. 0.•,
'r F� LAW RENCL I WARREN on o.oixx• DANIEL KELLO(:G. .ee n.�• a•• o•o�,r.
e° Mav 28. 1980
rEp SE psE�
TO. Del Mead, Citv Clerk
FROM: Lawrence J . Warren,City Attorney
Rc: Contract for Airport Water Main Extension - CAG 32-80
Dear Del ;
The above referenced contract is approved as to legal form
except for parabb�raphs 7 and 13 which should be eliminated.
If the amount o£ tho contract is more than $5.000 00 I would
feel it advisable to redraft the entire back portion of
the contract. 1 i
Lawrence J Warren
LJW:nd
Enc.
cc: Mayor
Council President nn
RAY3
To: Warren Gonna<an, Public Works Director ENEI,VEEQO �I
*MU
From: City Clerk's Office
Re: Attached acireements CAG-32-80
The above agreement is attached for �etlsion per Attorney-% instrth_tion.
Please return to this office for signature.
ENGINEERS
Q PLANNERS - -
-
OATS�.---E3-.P.•,
SUBJECT ^.Y'Zoe,;L.L., ;,A„-.:blh.SQ^ice OESIGNEO_Atu.a•`_CNECKEO__-
.- I � I it .. IOTA_ M{A. � ♦oOE i
tla. a
— r
;Iry rv'I,
fa 1 •
Tw 7
U ENGINEERS
PLANNERS
PROJECT T`.L_.7!' ._.L.`�.=9.Li..�'e'��c� q—r� OATS
SUMECT_+S`�QlL„y�!j�_L1y����-_• rz__.._.. DESIGNED ,%.jxg: CHECKED_.__ __
T' u _ _ _ A . � T.
o - I
N.Lc
N — '
LF M;aTi O I A. A "NFLOW
N.) (5. 0
N.A. _. I :> l) J =. c 4 b S �
1 - - - 9
'.a .0 tia> tltaJf .a - J .P.f•.b. ,3 ...���
.�
>o
.. e
n
� �
I
1
:�i.."^.
.1.1 .+
_ i _ . a ^, a
i'
G:\ .:
4
14
IS it 12
L I I i I - 0 1 iWOO
C QMPI.'IHT ION HHVE C DH',LFCF D K TEF' I IIF P?iT I )W-1
THE 014PUT
N)DE 0 HEHII
311,843
313 SO
4 312.917
434
291.417
7 277.Ol 2
8 2;4.408
9 2.1 3.�OA
to 2 f'I.45$
I. 14
F"VE 4 VELOC I TY F[ 11 f 1r. F Fw.'TQF
1 6.32? 2�' ; I,
Al.035
131 1 e39
11.Q T
3.021 0.OV
MOW 4b1 tSd 0.1331)
C". 4 1 ZOO. 4 0.iXP
7.149 1120.04i 43.a 3 14
10 4.911 0.03,
11 1.410 0.01;
13 3.443 M21IA4 0.0V 11
13 9. 2 2 ills
14 1."2 "4,
is 0.0#7
'Emb -vi-
o
.1,
I
. l'...
V v N ...
c
CC,'rRVT AC;FED' M
to eyaye the services of W-611
n'A. .
as a CDnsn_ cant and Advisor
THIS AGRE84 yC, entered into at Federal May, Washington on Ule
E MEERSRtA11RERS
11d day o= early _ 19 90 , by and bet-ween
City of Renton, Washington
address 200 Mili Avenue So to h - FpnIgn. WA. 98055
hereinafter called "Client", and SE- INC., ENCINEEAS/PLANKEAS
hereinafter called "Engineer" is as follows
The Client intends to construct a watermain extgv$igq gt:_Renton __
Airport
hereinafter called the "Project". The present record a er is
ltm Client and Engineer for nutual consideratim hereinafter set forth,
agree as follows:
A. ENineer agrees to perform certain consulting, design, advisory
arclior surveying services for Client as follows:
_ See engineer's letter of 4/9/80.
B. Client agrees to Pay EYatrnoer as c"npensatim for services as
follows:
On a time and materials basis with a budget_of S5,000.0.0 in
accordance with Engineer's letter of 4/9/80.
t!1'/1E:: [Aster provisions of this agreement, a late payment FDMXX C}IAE:t.
will bn coagnted at the periodic rate of l% per tmnth, *Iich is an
AR"AY1L PEPCF 7VM PRATE: of 12%, and will it applied to any unpaid balanoe
centering 30 days after the date of the original invoice.
i C. 'fie stardaud provisions eet forth .qnm the reverse side hereof
.. ," are hem !:vorporatod into xsd rvniv a part of this agreement,
..,o+ IN h77ta''S,S WFh;Nfy1F', the parties hcreio h0a, as ceTAed, male and .xecutel
..�..,. this agrecnrsnt upon the terns. ctxditions, a:d provisions above stated
yrvi V ♦na j---� hereof, the, day arc: ;oar first shove written.
...•... .• BY:_ 1_ BY: .~7 /I
. mwo.wcow F"xmt D. $choles, P.E. l �/
�+•. •,,..,,. TIME: Vice President TIT..E:
CITY OF RENTM ATTEST:
TM .I ls.t etl ."Alas. awl'" aMa the tellatlM NMwIwN 0.11 bee . "It .1 toll, sN..w.nt1
1. vow all.., nlM.%..,A A. eN N %woN, ewtMw.. ""at.... .d Aw let....... .awl ...ep. to aM rrooN.• Ant.
Nr.q.wl le K'Rprrt .. .1] el !M arrl0 tY tpwJ\t1eM wl AM.
.gr.1
!. In the c ant tut lM p1.M. .petabNt less .M/or ItelA ~I t .rail .y 101+ ....reel . . \M.r f.gvlr• Iluq
efe.1nM.1.1 .•e..w''a. atl In alw won. IMt dw to CMnq• of 1.111V .I .44 Mingle. .fief low "A. .1 he. +YI... • . walllttM.l
.I eto of Ilea wR N rMs"ra. the Nld .MA"Anal qrt steel, be q1A I. N c1•ena N wHN .or..
1. 1. the .tool Wa any urlehe a "at,"" N an feet of Dee Or ",fete at M. then aM 1+Nr, the twt of PNatIM tYlt
to qN for LY tl}enc a wrl.
d. In the oven, H anY Anew...f eNta dw N a110 "Aft of wyt vw'rN.n "helm ones, t.PftY•w bMUt..w to aM
toles .f GOT now I.br Arawwnt NeIM 1M llf+tres of the* wNew.na, awn ancreaeo enall q "hilted to sll the.
t. Tln {I unf ."It MY the at.a1 cMe4nv aal I.Opltale flat. qn.M news atu w N to a w sllteH I .. aAnno ern.
laws. nil. en N.lh .Iw. to.""Ito, q.i. to."" far., ..flat tep>elnf•nY two. news .11 .'An' Acne, Mwtt a. bM pawl". "fee
e.w.ny <brve.. Nwpet.b 1M rrprgKYw, .M .11 of Mr lye/.. so, aN'CIIIetl IY .'sal by the '...of the. Mralwaas.
t. All if.."., NrwY Ate.• .fe, Am, er 11.1 dw.efr+la . In.arwnw at .or.... ... sN a O&I a. ,. 1M DrawrtY of
sow the wlar. N.pt owaR by An. to p anowen t 'raw canna Mo'w w1Le rrgaety
). .liwarNxta.O..r•e.W1.p-w� ---1 Amer, An wlorw, Mt the w .lwa wan M eleee tyeNw.wo N N wN Nee-.1
.esaaw.f as..aw.eq leYa.>a dander ..rw+.Nwert.a.w. .gl.etNw.-!w,�jI.pj.yyWpw.a M.rwae.wt
awae. ra.e w►on, l,han ..l.rtM _••- .Wt.+rMww,. Meam A.
1 epF.iTnwa
a. last ..wl tMf MNN lot M NIIN Mln1Y lM ra pfMM.Na. M the Ml agwl 1 M dW aM {l.t a1
Ca1l1A.
1. I. 1.11 Me, wr use to n, h roll M.sA.. at oM g r. .c ..ta et It /.1 ocean. M11M is an n1111111LL e[srmAtllfd YTt
H lit, .1, the h wpwlltl w an, ungN P1.I, twweg•IM la esY• tour the Y. of 1ha flu one IsseN.
It, in lM aNM o/ .y Ill...een, tluna "anew to wY A.e.Inwr .ntlrue on al N6 M blswcw et the .4 of 101
we tens
11. e1.Nt Mr..Y .A ..o test the blsge N t a.tl an the 11II1M ors rM 1nee Mee l el.nt to Nrr.ete boo, on "'
OIMIM .^ M ti1It un 1N. rllrnt 011 1. ten oit," Nw M1w the Mu H the NtIM .f 1M 0>IIOM MUf N. .M lnwf aw .rate..
of the M1. AM n lUe 11 n An 1.Ia1q t0 b A.
..a f,
Ina In AM 111nt All o toes pc,alon of the w R IVN.aSo oa sed on
PrIM,N - , h t toM1r b ." ..I . .....cone, o
.[u AtN, the eLNI .Mil wY the on.lwo fu the wrh PrtefW w N MwIY Mau. rot ae eaxaN anY woes cony uaa .we\
.pin.M Mtv..
1l itya►ell"..._.. ... ._. K..... •--,... a.a......1.�s..a..�sid. to It .,at" on wrl...f to,
wuow, Or Mvi 1p-.', olds N No. .eeiLY aa( .wnNNll w-.fyt t1'Efi. .a.d, M .1 rdln a ..rowrin In1
..•. on el.ona Mrwt to MY MIMR .Y.y6..ii'�eww'ef .agrnsd'. :NR. "pals t 1Meq.• twK aq rowt
wm N en nIons, ..er+YpaNalt.f fNao enl r fY ut.l :.1 . owl". w-awn"eLJwad e.l.lr
.par f not l all ee flea.►ho.owa11.Y.boall . V/,.•
N. NrtW the Lwt 1MIM.f ti. Nu.. M t .6.a1. wl ,A. the erftue j... of lM ether.
IS, TM ...toes. of .1 A wpfib...O lw ...ina'.q eM Awe tiNrel ow, In l '.' low ellh Yt. to,
ewtlflN I.
M
drwuge as Mr then -hot al ewe fivurN era en lqut cont, wY aM .Mwwr wM l: not M uaDwnaWb one flwewuwt w eNo
"Anew
11, In aM e f !t%U 1 .. on low t...wwa el e, {n.'Vo.1.M Sorg!, .. .11 dlsputN at mntreY.M1N aflHM Mt.•
u,M.A .YL w 9etaoN N rM lewl of the tale .M.ae.l Mel.. .I. to .a g.f IM I
❑. q s,Mn ton.w egt 1- .,if" alullra. any An Ab laa>, roe Nd1M to s. t M Maoaf y he M n.,u gloms noel..
a It, Alats- w .11eawN a watt.. N •>tMt wRY An ahu Mrewone .M ll It b fn ant qi OY . olne..
It, All A. some .ad w lM\naef't .1 ON rant.reana upua .0,.M dnala atoll It 11 row... io a l.t d. I'. Or ed In Mf.Ht
K b "to,. to ,o att a.NY{a N rM q aw d.l N. lw p.r1.oYMe Y/id eM H .ttobwa o whavol .trlty of ICtt at GN. .M
.the. M1t.w ae.ln data,.q MyOA .AIM.t•1 rb.UMl11 control.to Of date, to +e taN1 ul oMN111. leli e. .tqt at n.ty,le.PM
RN law rnea or d. 1. In, by fal., .1 el 1, or M.er'. canal. tL to 1 lnlcoesue ea a. spp a .. ..... the,...ryas,Y• es dw to IMw O 11w. N fa..' Y.% Ill. w 1Y wA., ne M1 t". wou. or Varw.c,.. ala SM tee, the pr se,
.lash of U. omw ae nt.". fN N wrwl wAs the prlarYMo of eM.rNe'o e.a.. In the e.N of the MN.wtM of qY
wW. 1, ' of N>sy, lM Uw of tgpltl IN .MIA M aet.Mtl • rwrllMlY-
I11 M the Nwl eMt 1R.Ntlwn As '.nl.'N Voodoo 1. t.w. .. -naltles of Into a.wwesne. the .ewe I. to on .{.gwt
.M Anne In yN.c 1.1 tun Nfw fw al aM .wet of eAs t<wtr N shten he "slaw.•. wewfwl pl.w H walw. N INHN and
cored wow. tM te.lu to ra.w AM ...t Wonsan. a V1N I., of eswptwd to .w'/other aenMY an yo..QNi
g f M g a na w
)wttlaaag.
)., tlM. . t ' re the epl.ewe or gNINy of wrferNrc. e! . travt of the ewplltfen or yuhltty of warto w,
.M. Of cgtrNt. be the cea..."..NV..fnr if uMtr.ol..., or of Mr tout h data, M•1 1. M rw.p.eO.l. An, the,, I.e. of
w1..IN.
ll. aestattha qua M we r.Ra. .taut taw+w m iwwtae.. .. aw, dta ofNupa, .e.)I, .,.PI al>eoNeor." or prO orell
owes" esr.pt lest lbq law ptaeslotitl .ftt1 bA'. pragrM In....alms tltw v.Mu11Y .ecap{N aM1Mwf.v Puc4cw wM
qbr AM lien to" of SoelRps.. Plot No inMl .Aalvwa._
ll. thq'on a\r N. aa, C.epar.tl In .Res aN 1NfY way n null 1. . a n pr OlK t.
)). bptnNt .... M few
paNenblmM vOgtr nano toll!ee, of the u naprJ 1N 11Y en.loalM a esoli.. m 1Nt .'1AV. t.
And M It n .. Is fM .nY Iet011lrY tut YY Ruw Oat of lM ra. .:y at 1.f:arw to qao galnNreN.. ur .Nyuttgs
anal 1Nl aof..fyene rn: qao twt my
rd. p. .. t. w rgw..nitt oche cew.fnl ..town.of .NN .&, On of w w" to . tti .fo aw ahot
n
will . ea 1.rw ate enlwN .wan.rN \a Mal11ew1. <+Itff.N tone. t\l: OMY M t.r1a M.. ."."cone In clot Ant aM t an
wNl itwA chYN IQ close
]5. In Ito e 'es tMl MY el.nAn, Na qM to the It.. es, own ofira,arn. 1Y aM Ill.., w P...n e'ho then aM .nY test
.worn R... tteleMfnN r'e wtl, Iss .M it -laws f4Y N.1.A ar of .1nw OMM1e > acne . Ins An. the Melwtr .M the
C.141 NKgew tell \o.b' weer, Iw a<w egesw elM lodge M. p.w gNrr pr ur glow .M M. aK l.ved frA sMlnwf
oH1w cTRMa lot , 1.. oun.
t6 The a'to Mar 1.wsI ..weal.N. eM .IwaltY An NIrM .Y Q11Mt w.ppn.' chef.,. fN OO N el Nnt of NT ether
w.It N she Planw or boa.M1 qt ofaMd N N.Ingf.
It. Ilpan "taus tag.." Mt of the .1t t.. 11.we .hell NgsN .we Mllwr of r w to 1h ...cuab aM NnNtN. own
Ndl28. T Iw.rwM1 W dwuwwat two Cw "w en , etrY aM P.o .. to cep 1 the 1v.a of tWa wrawfnt.
la. TM Iifer am pew . of ant. el So rgm me o Ml M cans.pq to NAr, w "leer, NY ,Ito at stq qHN
e llwIS. Nato 1M 1.PMr , . here oat the pa.fOtNof of Y1al Mar the p.rfq, ,towsll t.Ve oow.A't.
IS. bN e. Wat wANV of anY f an, .,no, n or ay.wa.na .r the enge Mre ,Mil oat b egaerON lY tar tibwt .. . wow[
ee a t. 1.uwbe ...Watch of t1w . r Ny of e . coo Let, er ecwnwnt
)t. In the • ent el-A tell.. to NT .r.efgeart.ahln .l.l 1441 d.T+ elect 1nr0>.. of wM.rtl. for t 'I..nt wwrwa tut
Kp bat. Nail Mw Ito nowt le eon..der .elw err Nos • teul Cresyh he lh. N..eotnt lntl the dulls. of the .noennr utlw the
intle by trwlMleJ In own wont, cbe.. .hell eMe prpewt lY wY lPo ,.pour for all 01 aM lw.. Ahern. aM Nn.cN wr-
lerq. PY .M 1ab.r o q Nr.'o Mw1Y lane..
It. In lht .Ina sA}to•,twfol.t MU atN.w.nt Nall M boa to N mrp ld .M uAnler.Mele. the et Mr pr.rmwn. .1 eNe
q!.)J, lwll M Valid d. 11 M1nt en the wet ul Ito. he
,l. war are
Pasw suhln Shea .RPw.. .w cep the meeuae Ve u of the ".na
!l, vote. of w wMnunUMa at Mtw.esnu except H Mwu Npwa1Y ",none.
1 have read the above '
provisions T
,and understand same. CLIENT: ��-�-
�j'
By: `
���
V � � � /
R� April 9, 1980 Ur Q'i
Ft
Q
r NGrNEERL►1A1M1ER5
Mr. Marren Gonnason
Director of Public Works
City of Rento:
200 Mill Avenue South
Renton, WA. 98055
RE: Airport Water Main Extension
1-311-902-801
Dear Mr. Gonnason:
We are pleased to submit herewith our proposal .o provide the
required professional er veering and surveying services necessary
for the design and construction of the water main extension a.
the airport. We have met with Louie Gebenini, Ron Olson and
Boeing to discuss the scope of this project.
It is currently proposed to extend the water main 1500 feet along
the east side with two fire hydrants to serve the general aviitiun
area.
SEA proposes to provide the following services:
1. Preliminary Survey
Topography strip nap - f 3ld topo survey of proposed align-
ment to locate existing features. Map to be prepared at a
scale of 1-inch - 40 feet.
2. Design Dhase
Prepare plans, soPrifiratinns and estimate of construction
costs in accordance with requirements of the City of Renton,
Boeing, DSW5 and Fire Department,
{ As
the City in obtaining required approvals. Assist
in analyzing thtr Sid% received with recommendations for award
of the contract.
w 3. Constructioi Phase
Provide necessary Construction Staking.
i
• i
April 9, 1980
Mr. Warren Gonnason
Page 1
Wring the construction phase we would also review the pay
estimate requests of the con actor with recanmendation on
payment and be available to answer any questions or inter-
pretations of the plans and specifications if necessary.
We would not anticipate being on the job on a daily basis
but only provide construction observation as requested.
We would propose to do this work on a Time and Materials basis
using our Standard Fee Schedule. We have established a budget of
$5,000,00.
Enclosed herewith are two copies of our Standard Contract Agree-
ment to perform the above described services. If this is agree-
able we would ask that you sign both copies of the enciosed con-
tract on the front and back retaining one copy for your records
i and returning the other to this office. We understand the timing
of the project schedule and we are prepared to coumence work upon
notice to proceed.
Very truly yours,
I
SEA, INC., ENGINEERS/PLANNERS
/-'ames U. Wiley, P.L.
JOW:je
Encl.
i
I
CONMACT ACJ402M CAG 32-80
to egagu tlx: services of
O Q INC.
as a t'Ionsulnsultant and Advisor
TN1S ACR£DOM, enterexl into at federal May. Wshington on th
E MEERSMLANNERS -
91LL day Of Alirl1 _. 19 80 , by and between
Litt' of Rentun, Washington
address 200 N111 ova _bout Winton, yp, 980SS
hereinafter omlled "Client% and SEA, INC., ENGINEERS/PLANNERS
hereinafter called "EYginevr" Is as follows:
'fie Client intends to construct a watermain extension at Rentyr�
airpprt _
hereinafter called the "Project", 'fie Present record owner is ----
The Client and Er`Jjnerr for mutual consideration hereinafter set forth,
agree as follows:
A. "inner agrees to Perform certain consulting, design, advisory
a:d/or surveyirg services for Client as £olluwa..
see engineer's letter of 4/9/80.
11, Client agrees to duly Ehetil,eex as ccnpmsation for services as
follows:
0n a time and materials basis with a budget of $5,000.00 in
accordance with Engineer's letter of 4/9/80.
KIM: Under Provisions of this agreeeent, a late
will be Lymputed at the Periodic rate of lfl Payment PI WINCE CHAW12
ANKIA. PERCF2?rM;E RAZE of 12%, and will do aPPlied to arch is an
PP a unpaid balat>,
ognEnancin3 30 days after Uu date of the original invoice.
C. The standard provisions set forth upon the reverse side hear•:-,f
are here incorporatod into and made a part of this agreement.
IN WITNESS PSa'7tF7. , the Parties hareto have accePtesd, made and execute
..»... this agn.�t ulron the terms, conditions, and provisions above stated
..•"`"," NK(.mof, tlx: day and year first abrnn: written.
dilcbert U yr'holes,
... . TI'1"l2..:__Vice Pros t
STAMMI•IY rw"f1.aL w avauxlm
a •lla Wl.•nt mark rxvlarr poll that !M Is11w1M PIOvl Olun. FMII " A oA,, Of 1W 11 grerPvn4
1 ila+ illy,\ WW> am'.11, nu paRj f, pu[rvr It nIn, Wnlhl Yl utofb YJ Mlynf l0 \Ae opinuY to tl.0
wpu wa.\ 1n t Yt tY[II ul 11.' .e1.. ... roW lUOlu YI rinr 1.1 ..toot.
,I. tnal A I Gl+na, 11'Or\I ..- aW+PI II.1J Vofl .14 IN b/ \Ala root.... afp tM-, ravlulfM X ddi"L
u,vatr+f ul 11 + l..a aW an \lu .v.,,l that Mi lV al , M Y V
ulticv PF IIviJ ,.ur\ h•hry Of a+la a.mnara Ntr'r \M OaM PI IxU yrccwni, aJJ 11 a4M1
1. In r4• IF ttyaN N. .,n Yld will tonal Krl atoll lF Va:J .. LI cll<na nx v.", ....
.at A. . an. al+amp 1a dcntr,yN by ax OYt W uW ur WnlcF wM1 alun ty uw[. tM [wl OI er1tN1 atoll
W' 1+4. t11 ly . '.% A. a wn. to
-. IN t..1 avant Of ..plan. raw N coat! Jue to 1M1i 4. m4 1t wvr near".. A hall of Mf ..1"Y 1. all I..ill lu \M
\v.Y el AN,Th. .11 law AN ll "I N.In. ant l.1 114aaY of Mu av,.w•n\. awn .n.'wAd .toll no Wlu tW to ill (Out.
Y. 1. el,ml atoll .. \.n 'nRa o/ I.-- " dwl t-l"ao"N' Ire... a 4 11 AW an YWt.w Wgllot ton law, taw Ma.nl
Irw. Ylla vnyin.r.\w Iwo. toll eenmp Iona, a.11Al \Ol V,ql n,4Y Iaef, wad all lMrplwf. peulu. Wld Iah, "..a" a
auya4. rkitvr., el nvp.NH m.N ..'. :`•.lMINI. wxt all eU,rr ,4.0 aY. not W..,1 w.f It ..N br tee MAI th l.it Nreeapna.
.. ,.1 11."It I W. %I .t a. aM MMt Yt".. da aa. m,nla Ja 1PY!lww n\• OI ."I Ca 1fa a11a aM11 frY{w tM FfryarlY of
Ilel In4lnret, f [apl Y11[!e b) IaY Of Yf It,.-
tAvy dw'unalY L."'uY puL11C PIu1Yll1
pT.rn,v11 It.'aa I--. Wa twat.,.! to ro\a.n 1.'4.1 [uunvN 14 .l ur[r an, I... r pror..In. ul IAl♦ wraM'n\r Or \tl eOl lecl an,
V+Ywbtr tXat y[f errant. tl,Cn all aC\e.rry•a Ieoa, vellYrt ton rapt,"♦, laq Vatlw ."nYa OW .OWI
...H. wall M n,d LY tM el loot we{vw tha Ulanl ahall Nbl.aN a .anaury )W.aan1.
1. Ykwt -M -In-' that"-.114 M ball" xe.11hly a Ito wIa p1.pr.lwa, And tM oat r.mn atoll h♦ dY at lM UY uI
LIIIbL
•. A l"I IAn apt IIMYCP nt ." Mall M eurpulN Aa Ito YvtIW.. ...a Of I• pea "IN, •Noah II -N A"NAL YLKCaTAtI MTC
of Ill, a 1 11 .. tp.1tan IO ant ,Y.aad L,Ilancu rOMellely la day, arya. tM da{1 W Ina OnVtnal anv9ler.
.b. In ab avant OI any 1.......... NI... ...... tb DaY lY epmea. ..it.an m .11 Y..% dot MIAn..a A, tho ule OI 10%
Ill, ,.+w.
it. {'II-11 1 ,ebY Aar.w. am one baLmY w Na\N .a„ Ito Vall lnu IfY tM erN:nY, to tlwnt L cl-rne\. cona.gw aM,w111re uh IIN e! vni un:e♦ :I IrNt vlthi. ten Otto day. lfva Ito data Ot lM WnV nt eM blllahy Mtltaea *Ndoaet In wr a\In4 xula.�nw lharan n11nIN to M 1<et.cl.
aM. In n,a 1 en. shall
c try p.pUw YI Ina, anu ptefuml 1 Iurl ullY P.gw.ud III lY sndl Mrt too
IN, ewpanded. tNrfixlwJ.
ea, ..1m•r hall WY ink ."law. fut kM w.a IwlluraN In, M.fty Mn I. hot to tateW any aAkahma ta.t.a.t +vx,
YI'wr11aN Mann. ,
1;. 1P Urc avuca that chant 1:Atltubf A -oat ,glop Ynq ll,al.r Me+uw OI any laalVu u. tit"M tall... to prtora. .
+a OI na•Vl.yFnva. aW 11 I.tN ..Il to M\ 1u.,Y..l Yl1Y 1.••+a..'vtW, 1 11 !t 1.a{Y W M t>a , e[ II tdlr{ Ia tYnaatMl #1.p,•
"•Pl,wr, t)Inn\ [U-1. t0 "I YryIW. Y And .41 at. ul InIln-, le:lwohq aItornay . too.. eigr. VIaM."o. too.. AW I.."
all wW ANY am .14 ethat eAtwraea N Mbns ..to Any M nwdt.l, INa NI4,i yY [otlw.p QraaAMl at Ina ..Y OI laaaaao,.tely
ul+`n wrdiet MIr9 IoNdeaa In MMII OF Ano...
It, IW ItMI Ito tit.m Not ep.nYal atoll wuvn hu tot".., rn Inn AVragpnt YrtMul tM anitw [ ....I of \M ..A.,.
1:. TM an4..Nat Yla. W "PI.tantat.M t.Nculnllp kill ..at t19uI^a Y.H Inc ..weft"at1A ypt• ):Iwx. apecltica{aon.. <,,
olM, than -Mt .11 cwt Il".. ... ..1~.. Ink, ..I Ina er..vm-f .A.11n-.-it M ...hon-W. to. flha.at,nn. an r Ytl
IF- IN tM .vent YI 1p.4+1.ON N this a...eaan, t e I.A.1110.1 lea {M,eal, aal Ayl NfYub- 1a euntrpafnlo arlalpV ton..i..M�. YlYll M, OYVY[Md b) tM Inri YI aM plat. WM.IY IP IM wrV\a'an ... {O An YYt 19rON.
TT.. as ewdll leP. et lraleafnip.wA, i1Lu d.w.wUp 1., rill addim to tM tetw het.ot .toll M ..kid ual.w Ppmml
•., YIiit.N Mn•,N. Or e.fWrt'It 1, at Ftlp pY d%I%" wr\Y to thin .4......I and ."Ns \r."IA.4 t tn. OI."
lIll. Intl1 tNl�•11y u, Jr1n . .\nv.•I't wet At. rood Mle.t ulwru ..Itenq.p.xr .pallntFaM.•LlYylo. daYYva Ol M In kfa1U I+.1 by 111..PE "I y. In"'i"manw by te+wn .1 at....... la:'.waat. .al.en... A.1♦ of raal, nd f u.t Y • J t1 WY 1 lglwet . a abN Cont1Y1 W a 4. alltlrtyV9 aq-vHi.bll tY NI 1.., d. pd►l,.hAd
wW III at
14Y 'Y L o, at q.n ♦ ) nt. " I.. t nl l 1f
k Ir tlY, d.n a k., 1. to NY Y Ivle LY -an'.... IMe 'NIUY .. • a• PP .Varll'NA�I 4wFv�I,M ax•1111 I Atlaa rtlrl .f e w Y11u,to.nl+1
p.µa. t I. al .,In lA t fl w a 41 pM.nk+.'f Wta Ip {M to. Of lM AwpPnly OI .p Ya.11 a.aR 6t o ova in. tlI Oo llf. 'o NH11 '] mAII t). w.rker.F.,itly..
"' An 1110 avant that lit lgat lI, On in.tatu.1 unall III I.lna q1J <YI an..... Of hai. Wfeapnt, lM laM I. IY bt O1YYyat
r.x LTtN I. ]1. 114 , 1:n1`.-Ion CI lM ..alai 41 \nr 1. Ill „. YXIIn iM . afneat a yfa1M11.AI Fl.[. 11 MfIM.. Yr 101'alN tad�.u.0 wIw- l , r 4ht \u navr {M Wn ltuWht, Y. , N,. ,Ill.,, I .YrovN 1n any Ito .11h1Y w Iola.a+l lur.W at.a.n.H. o,41.tav NYua . , ..,III a t.. twpl.nam ,. qu.I,tY .1 pwr(u.wnh. el sent..!.\.p1 lAa w.apl..... .r ".I,ky ..1 ywt[.Ia
.,..I ul tool ueu by the",tall uY Ctlnt.:actY m cw,lha'1n... ur ut gat tMtd pat ua, Y[ w M1e t OhNIA&bla tut IMi. all. ..v4 nn llw., f
'I. Lpuwvl Yl.- m1 wnwk, aIL11 ..It... ur I.planf, an In ... tlnd.pn, 'neondM. A
Y "I., ..a w laona. apae.l leaf Gans. u. Vrul M.lur.rl.11. IYPt t • .Nn P. v y1lYH11- ,., Na" p.nryllad ... ...I u(.an..r,kn .......1, Aao'wva,a wganwn.4 W.11l.a. .na
w,Jvl tM l
do It fe4at YIN
q. C'So" air air-. IP ruuW.+4 In --I and vuaY Ial Yr Y4no, .11, nut lN`etM ,N
a P.Ol.c1.
ani NO .lpaMOtnµ't Yba M nPrew,xtnt lcaa aOnl.ipp n ,t n, bl:nn. m.lo.Y e I11a.Ily mhnll,l In il,I" In inly aqr.va.'.A,rqunalple Ina anY IIII111tY kh.a MY .[I.. at YI Ito, w Ip o1 laa:un fe Y.. W.l a..Yay.. al Otr.,..nl I
91.. Yn.Illw`I n.• a M .rlrrxm<a1.lYe Cnn..a,alp n11,MnY .It . .. .I,.Mlea nl tall. a. en npxl unlY anJ a,r tut l yam alnam.lan .wn aFw 1a oa11111 ua. 1111.11N auab wtl w1Y M 9avni rlwn 1AywY1nJ n .NunV +`a .a .w.I,11a lYM1 (p+Wio I [laCNl N
0I. in tM .rank .hal AnY ahAN11♦ .1.Pad. IN aM Plan. was .P•clf.cn LnM by tlw",..t Y Iwr.anv ul Mr thwx 'No epbnnl.
`IIh altl.4 •fie "N"...'. wart.. wY .4 ." '" Mn. 4 11aLNlty "" "' ul huth waY "I'All a awl/Ht Ine vNIL-1, ..I IN,,f1rY1 1.4.0 Iai tYlIpYUYllily Idk wrp IMAVw .w1PY Olb.l Ma rll.an Inplderr F.... NYt{00 And M. n,Y.µd Il ea .....[ t v1IN.n nnAant lur S b Nandah.
W TAe .M ,NM1 t.f..1 w YYapt` u.it la. .nd r,l:n,tlly I lv.l by .1-o an ....I.1 tp•1tIwY.. lef u>e ny al Wilt .( Othal
1 'i-nn n! I plant r 41.-... .1 In,A Ny .n.l r p any
IT. upa. Yawn Ita)ya.., wroth .t IN. YI,,mf Lornnr "'A" , .ub• •„{ n.q g.e, 01 Cpe to W� eulN .andde1nYW. .wN wll 1 Wv1 LMIr,Moat NM awuaeria ",.n a Yi. TM tI irb pre ta.9na YI Ir q In.11 .+r .
1 p 1 1 IL 1' ln..lnnJa t� , .. ... ..t Y 1 .ntel .top MUca
d A IL..1. nt ,1. u1 , 1,. Yuf ullxt 1 1 1p M r N.It not Le renNwN FY in. rLvnl w A w1Vef
to. in 1INn I " r1"mv la,l` 1. 4fi •'N,n.rrlr thln J.unY ,LV) IJ.Yp Uak[ aaMe.N. IAeN [INn. A{rev. that
...I, M31 Na.. IN. 4nl 1. u 4d.t MId dr0.1t - tvtwl bllxh.1 \Nll pleoMtq .M tI-O.L.q ul 1 t--',-41 1. er Iola
'IIWM•hl t„lPlna3N. In y[n YYene, Yla.nl .M 11 than P,oN,,lY 1'al I.. an9laYCr IV. all .1 {Y fa... .1....... A aal val Y. IMf'Llwd nk efy]Mur Pn An.1.rnA AuuNl fast..
11. IA aM.Veam any n^.I,r,en ei IA.. Av.ovavna 1La31 ha MId 1. Ill nY1N ud maM.,Naela, in. alto[ p1Y.1 a1QM N IAta
+u rwMxt .Ad41 4Y ..lad .na N,ud-, nn Ito ` I lMe.vlu.
H. FTevpa•a pr0v16.d .Itnm anl. y. .•,ur t+ a 1., Ilx+ e.clnllvv uu, of IN. Olwnt.
1. Ther. .4.TY uwen.lu tllul ael .ga II I. ..Cnpt +. %"..,n ep,..waly tlwlW.
I have read the above g:.rovlNloue
,and und"st and same. CLIENT:
BY
.1A:, AGAIINA� «
` IL I,I VI Mmu, re nVh.r
IMIS lotillml. Ell t1A 1 .......J ,.. luy,I,.0 , .,n.�l l.. .a �J'`� •.•
11M. by s•J hVI -I rh. Ell- Of M%Ivo, I,IMI <ee of,
1.,r.l.ull.r rearnJ a ., •<,r,; 1.J IAKUL. fly" S, IW.. a Va
ffl.Irat 1W^, NI l•! ( 1.lr.J 1•• •' MM. 11'
YI Iot$%#
1. In w+llklp{On ar IM .ov:.anty «.1 u,,h.rf o0 u: IM I..l;Fw
r.iMI W, +el In111., fowl Mr♦ ether l.aa. tl'A 016,1 Wla foal'\ too
blip„I y riwJ "".1 .' r.vl .•.1., .(Tcflad f,Vq Lfl", rn .<+ •Lr I'•'
ni
.q Itsatrd .Ilhin IM <w„Ih,a .1 bN 1�.•t nn .�ip•.rr, M IVn.
•:. .J aa..lhing •o. ta.' Sim At, ►.I. I►a...I `W-i and
t A.. d►al..l '•M'1 &*.flow .teq ; . Yu.nl Y In. wnlvl in. rl r'.. wl, Ao"o,
/ AYM+a, ral.1104 to M ltaljp.• Woo, them\ If. i' fry'
alovq V,IJ CMle11•M a J{sl M•(e OI I,QA.00 lafti th.nz,
iO 1r' 1. a e{ltan<o of ISO ',at to the true Fall, of wql n•I.:VL
:Mnr emtlnflnq O. O5, W 1r' I. . Ji.:env. W Iay,IS left.
or, .1;<.J.c. •.1 36I.04 t:alb'
` ININVOOMI, 1'M-.Y\.—DS 12' ON U. . Jl+t
/ a-< e. l lit.Ol July tMh<a a. l' W 4r, a.,a J \.v<. VI
, •, a the I" wiuF of aaglhnl .;,
-�'' • + rolk MIA IYarcnl. "A'• .^o "IY'j. /0,/IS•K \ewn ,.<t
�J
IUJ-tMr Y"v, me Yrl Yjley\ IV w " 10 •ar I r..A bI iV.
al '.iy ai,.or incl aJinq rYnYn W oMe! ►ufll '1 1, a h.1
n a••J tA•rr:. a nyn aK1Yal.< aaaia, a o <to pr tJ 4ted e.lea
m.l requlal _.�. ., no.1 eel+t w '+Iv '+..a tee W O!o'PW pl.a b
\aYu �, :. l4 1{s. i J IYIIM, aVbletl Io all f..^ Y
e.r: ai f(ri.'::'Y - •141e\. a d I.Ia
ar tn. Ivan Ma I'll 11nl.1+_,111 +.l ..It" 1r1 ,. . r I • lhirl, r•e ,
Ih, I,y at P.wu. 1')lt, a^a Le' .a:. ..I ..
'lay o' .:',, loOO. . r+ ,a...q .nc a:t.a. .. .
to,. to n. .. rn.. ..r yr ••• Ion 001
Lbllw he, IMn ,..l
City of Renton Engineering Uepartment
23S-2631
PRECONSTRUCTION CONFERENCE
DATE: 1-15-80
TIME: li_00 A.M.
PLACE; 4th Floor Conferef,c_l' R10111_
DEVELOPER / CONTRACTOR OR SUBCONTRACTOR 7 NAME OF PROJECT
Name: Bruce Gould ---
Phone: 772-2085 - --—
Project: A Renton Air rt East Perimeter Road . _
Proj. e: ,.W-fill -_ ---
NAME OF APPOINTED INSPECTOR
Bill Kullberg —
Please check departments to be notified and specify person to attend,
Engineering Dept. Oepartment's Choice
x _ Fire Dept.
Police Dept. _
Street Dept. --
Traffic Dept. _
• �_ Utilities Dept.
Water Shop
x Other Airport Louie Gebenini
Additional outside departments you may wish to notify.
Department of Transpurtation
x Pacific N.N. Bell Company
x Puget Sound lower 6 Light Company
Teleprompter Cable TV Company
Washington Natural Gas Company
_ram Other Ilceing
01
AWARDEO_ Contract
TO
�1TILITY E,,.GlNEERING
• BID PROPOSAL AND
SPECIFICATIONS
..F WATER. PROJECT
NO 611
RENTON 14UNICIPAL AIRPORT
EAST PERIMETER ROAD
WATER MAIN EXTENSION
CITY OF PINION
PUBLIC WORKS DEPARTMENT
"- uU6tlRM1 WIl01Nc; MQ mitt AV! S
00410'4 WASH M5l I IM61235 2634
•
•
UID PROPOSAL AND SPECIFICATIONS
• FOR
WA'1'4R PROJECT' 0611
•
• RENTON MUNICIPAL AIRPORT
FAST PERIMETER ROAD EXTENSION
• CITY OF RENTON
PUBLIC WORKS DEPARTMENT
•
•
•
•
•
MY OF RENTON
BID PROPOSAL AND SPECIFICATIONS
• RENTON MUNICIPAL AIRPORT EAST PERIMETER ROAD
WATER MAIN EXTENSION
W-b it
• INDEX
Title Page
index
• Scope of Work
Vicinity Map
Call for Bide
Instruction% to Bidders
Su nary of Fair Practices/Affirmative Action Program,
City of Renton
• *Certification by Proposed Contractor/Sub-contractor/Supplier/Ret. EEO
*Certification of EEO
*Certification of Bidder's Affirmative Action Plan
*Minority Business Enterprise Certification
*Non-Collusion Affidavit
*Certification Re. Assignment of Antitrust Claim to Purchaser
• *Minimum Wage Form
*Bid Bond Form
*Proposal
*Schedule of Prices
Bond to the City of Renton
Contract Agreement
EEO Compliance Report Samplr Form and Instructions
Environmental Regulati•c ,.isting
General Provisions
Special Provisions
Technical Provisions
Standard Detail Sheets
•
Documents marked * above must be executed by the Contractor, President and
Vice-President or Secretary if Corporation by-laws permit. All page% must
be signed. In event another person has been duly authorized to execute
contracts, a copy of the corporation minutes establishing this authority
must be attached to the Bid Document.
• City of Renton
Public Works Department
Renton, Washington 98055
•
•
CITY OF RENTON
WATER PROJECT ibll
•
SCOPE OF WORK
The work Involved under the terms of this Contract Document shall be the
full and complete installation of water main at Renton Municipal Airport.
Work to Include, but not limited to water main, fittings, valve assemblies,
• complete restoration of all surface material so as not to he a visihlr
distructiai. All work shall be as set forth in the design drawings and specifications.
Any contractor connected with this project shall comply with all Federal,
..rate, County and City Codes or Regulations applicable to such work and
• perform the work in accordance with the plan and specifications of this
Contract Document.
•
•
•
•
•
•
� r
�t • MN
- + Project
• „,�� Location
T
•__ _; ' Y CITY OF RENTON
- � Water Project"611
•
VICINITY MAP
ti CITY OF R:.NTON CAL- FOR BIOS
• RENTON M ., P A P PER ER ROAD
WATER MAIN il(TBNSION
WA R —1
Sealed bids will be recalled until 2200 p.m,AOv.26,19d0 ,at tee office of
the City Clerk, and will be opened and publicly read aloud in the 4th Floor
• Conference Room, City of Renton Municipal Building, 200 Mi'. Ave. South.
The work to be periurmad *hall include furnishing all osceauory labor,
materials and equipment, and perforating all work required for installation
Of water pipe and appurtenances *a shown m Plana and described In the
specifications and such other work as may he eacessary to complete the
. Pto Ject, all in accordance with the plane and speelf Scat Ions,
The City reserves the right to re}ect any and/or all bids and to waive any
and/or all informs lities.
Approved plans and for" of contract documents may he obtained at the Public
• Works Department at t.w Municipal Building, for a deposit of $10.00 each get,
plus $3.00 to cover postage. if mailed. The deposit will he refunded upon
return of the Plane and Specifications in Bond condition within thirty (30) days
after bid opening. The ma'.ling charge will act be refunded.
A certified check or bid bond in the amount of five (5) percent of the total
_ amount of each bid must accompany each bid.
The City's Fair Practiced and Non-Discrimination Policies shall apply.
-112 De,oras�A•• �d, CS[ Clerk
Published: Seattle Time (South)- November 12 8 November 19, :580
Daily Journal - November ie B November 21. 1980
INSTRUCTIONS 14'0 bI00E1tS
1. Seared bids for this proposal will be received .by the City t Root..n at tlk,.
attics of the Renton City Cl.ck, Renton Ct Ly ball, until 2:uO *'clock p.m.,
on the data seek f. J , tlw C31i .or elda._ , _.
At thls time the bids Will ba publicly upuocJ and toad, attur which. the
bide will be considered and the award maJu ,..,' early as praeticabla.
No proposal may be changed or withdrawn after the time set for rec.•ly int,
bids. Propuaals bill" be aubmltted on the lolls attuchud leruto
2. The work to be done I. shown m, the rhos. QeanLlLiss are undurs toad to
be only approximate. Final payment will be banned on field awasuroment of
actual quantities and at the unit price bid. The City reserves the right
to add or to eliminate portion of that work as deemed necessary.
3. Plana may be examined and copies obtained at Lila Public Works Wi artmcnt
Cffics. bidders uhall Satisfy the"elvcs as to the local conditions by
inspection of the its.
4. The bid price for anv item most include the perform.dmu of all wurk
necessary for completion of that item as described Ln the spccifieatiotu.
5. The bid price shall be stated in terms of the units indicated and Am to a
total amount. In the event of •errors• the unit Price bid will govern.
Illegible figureu will invalidate the bid.
b. The right Is reserved to reject any and/or all bids and to waive inform-
elitist if it is deuced advantageous to the City to do so.
7. A certified check or satisfactory bid buud made pnyabir. without rcwcrv.,.man
to the Director of Finance of the City of Renton in an amount not lewu than
5% of the total amount of the bid aha't accompany each bid proposal. Checks
will be returned to unsuccessful bidders immediately following the dectolwi
as to award of contract. Tie check of thu uucceeatul bidder will be
returned provided he enters Into a contract and rurnluhas it Satisfactory
performance hand covering the full amount of the crk within tell days alter
receipt of notice of intention to award contract. Should he fail, or
refuse to do so, the check Shull be torl_lt.:d to the City of Renton is
11gULJ4tcJ damage for such failure.
B. Ail bide must be self-explanatory• No opportunity will be oftured for oral
t♦ :"planation except am the City may request further information on particnlar
points.
9. litw bidder shall, upon request, furnish Inforeatlan to tilt City as to hid
financial and pce•ctical ability to satlufac Lurily perform tie work.
10, Fsyment for this work will be made In Cash Warranta.
11. All successful bidders must comia.. With Cavuro*r's Executive Order No. 11-08
tegarding Employment Security Department Spuciai Form No. 144-S, "State
Contractors Quarterly Rcpart of New Hires."
fur" will be forvatded to tie note asmful biddgr by thu Employment Socurlty
Department upon receipt of notice of contract award.
LEGAL . BID DOCUMENTS
CITY Of r.ENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION No. 2140
• The policy of the City of Renton is to promote and afford equal
treatment and at rvtoe to all eitisens and to assure aqual smp.oy-
ment opportunity to all persons regardless of race; armed; color;
ethnicity; national Origin; tax; the presence of a non-job-related
physical, sensory, or mental handicap; age; or marital status.
0 This policy shall be based on the principle* of squat employment
Opportunity and affirmative action guidelines as at forth in
federal, state and Ioaai lace, elm departments of the City of
Renton shall arhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - ALL activitisc relating to employ-
ment ouoh at recruitment, selection, promotion, tsrminatian
and training shall be conducted in a nom-disorimin,tory
marner. Personnel decisions will be based on individual
performance, staffing requir^meats, and in accordance
with go to rn ing Civil Service Laws and the agreement
between the City of Renton and the Washington State
Council of County and City Employees.
L21 COOPERATION WITH HUMAN R:GH75 ORGANIZA770NS - The City of
sn ton Wt cooperate u y wet a . organ sa eione and
commi eione Or-anised to Promote fair practices and equal
opportunity in employment.
13) AFFIRMATIVE ACTION PROGRAM - ,he City Of Renton Affirmative
Aaron Program will a ma eta ined to facilitate equitable
. representation Within the Ctty uorkfora,, and to assure
equal gmpioyment opportunity to all. Ze shall be the
responsibility and duty of all City offioia Le and employees
to carry out the policies, guidelines and om -active
measures as sot forth by this program. Corrective
employment programs may be estabtishei by the Mayor on
the recommendation of an Affirmative Action Cammittse for
• 'hose del+arcments in which a protected class of employees
is under-repreesnted.
(4) CONTRACTORS` VBZIGATION - Contractors, suboontraotois and
suoa tern can uottng usineee with the City .f Renton
shall affirm and subscribe to the Fair Practices and Non-
eerimination policies set forth by law and in the
• Affirmative Action Program.
Copies of this policy *hall be distributed to all City employee*,
•ha LL appear in all operational docurenta Lion of the City, including
bid oa:Is, and *hail be prominently displayed in appropriate City
facilities.
' CONCURRED IN by the ^ity Counett of the City of Renton, Washington.
this Zed day of Just 1980.
CITY OF .RENT.A: RENTON CITY L70UNCIL:
Mayor Caunai. President
Attest
Issued, ,;uly 10, 1972
��f Wvisedv Prbrwry 9, 1976
l' Revised: dlne I, 1980 01
CERft FICATION 6Y PROPOSED CO`:TRACTOP, SUMCONTRACTOP AND SUPPLIER RLGARDINC Equal, EMPLOYMENT OPPO'RUN[TY
ttor --
INSTR'@IIONS
Than certification is required pursuant to Federal Executive Order 11266. The lmplemserieg rules and
rag• ' ,dons provide that any bidder or prospective contreetor, or any of their Proposed subcontractors
and suppliers, *hall state sa me initial part of the b.d or nowtiations of the contract 'whether it has
participated in any previous contract or subcontract subject to the equal opportunity clause: and, it
SO, whether it has filed all compliance report. due under applicable extractions.
The City has heretofore adopted Resolution 2340 under date Of June 2, 1900, a.Mndinq a `fair Practices
Policy,` as implemented by an -Affirmative Action Program' therein amendinq the Policy of the Cit; of
Renton to prcAotM and afford equal treatment and service to 41 citiamns and to assure equal sapioyoent
opportunity based on Ability and (sine ss to all permors regardless of race, creed; Color: ethcicaty.
national origin sex, the presence of a non-job-related physical, sensory or Rental handicap. age or
marital st.tus. This Po lrcy *ball lixewise apply tc all contractors, subcontractors and suppliers conduct inq business with the City of Renton who in turn shall affirm and subscribe to said practices
end policies. The aforementioned provisions shall not apply to contracts or subcontracts for standard
commercial suppliers or -a• materials or ti rote or organisations with less than Might employees or
• contracts Of 1em5 than 510. :)0 businai per assume with the City.
anon "a Contractor:'Subcontractor/Supplier Iherainaftet referred to se the Contractors is required by
the City of Renton to submit an Affirmative Action Plan, the minimum acceptable precentage of minorl
"PlOYMint will be that percentage which is car- --t;y listed in `Appendix I` !City of Renton cue is sty
d
TLMetablosl in the Publish-d Citl of Renton A' rt lve Action prgnreM, isms 9.1s. This Proo rand a•available for review at the Municipal Suildi
The undersigned contractor therefore covenants. stipulates and agrees that during the Performance of
this contract he will not discriminate against any person in haring, promoting, di*charging, eomI'an-
voting or any other term or condit_on of employment, by reason of such peeson's atatum. reference
tea 1111 categories listed in para. 2 above.
Contractor further egress that he will take aft.imita ve and concinuoa action to tneure full compliance
with such Policy and program in all respacts, it being strictly understood and egrged that failure to
comply with any of the term. of said provision, shall be and constitute a Materiel breach of this
• contract.
Contractor wall, upon request
information and reports requir ed and" soon am a soo am pooible thereafter, furnish unto the City an) and all
by the City to determine whether full Compliant has been made by the
contractor with said policy 'd program and contractor will permit access to his books, records and
accounts by the City for the arpose of investigation to ascertain such compliance.
Contractor further acknowledges that he has received a true and COmPlItO COPY of the City'a `Fair
• Practices Po:1cy.-
t`—on`tisct asta cat on r
CERTIFICA*.ION By! CONTRACTOR _ or SUBC0NTRACT0R or SUPPLIER _
NAME:
• ADDRESS:
REPUSENTAVVES:
TITLF: _ PHONE:
1. Contractor/Subcontractor) upplier has participated in a previous Contract or subcontract sotiect
to the Equal. Onportunity Clause: _yn _NC
2. sae- reports were requited to be
—Yes _No filled in (tannection with such contract or subcontract:
_Yee
I. Contractor/Suucontractor/Suppliet has filed all Compliance reports due under apply=anon
instructions: _Yes _No
a. It answer to item 3 is -No-, please explain in detail on reverse side of this certification.
CERTIFICATION: The information above is true and complete to the best of My knowledge and heliMf.
en,e an at.e o 5agner p ease ty'Ja or ptid[f --
— —�iq nature at-y to --
Reviewed by City Authority: _ Cate.
amv. 6416/e0
•
CERTIFICATION OF EQUAL E1.PL0IME%r OPPORiJNITY REPORT
Certification with regard to th- Performance of Previous Contracts or Sub-
contracts subject to the Equal :.tunny Clause and the filing of Required
Reports.
• The bidder , proposed subcontractor , hereby :ertifies that he has
has not _,part::ilated in a previ,aus contract or subcont- subject to iK—e
equal opportunity .iause, as required by Executive Orders IN,S, 11114 or
11246, and that he has I has not filed with the Joint Reporting
Committee the Director -oT the Office federal Contract Compliance, a Federal
Government contracting or administering agency, or the former President's
Committee on Equal Employment Opportunity, all reports due under the applicable
filing requirements.
Company
by:
Tit e,
Date:
Note: The above certification is required by the Equal Employment Opportunity
Regulations of the Secretary of Labor (41 CFR b0-1.7 (b) (1) . and s.ust be
submitted by bidders and proposed subcontractors only in connection with
contracts and subcontracts which -re subiect to the equal opportunity clause.
Contracts and subcontracts which are exempt from the equal opportunity clause
are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of
$10,000 or under are exempt.)
Currently, Standard Form 100 (EEO-1) is the only report required by the
Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have partic'pated in a
previous contract or subcontract subject to the Executive Orders and have not
filed the required reports sh,uid note that 41 CFR 60-1.7 (b) (i) prevents
the away' if contracts and subcontracts unless such contractor submits a
report covering the del,quent period or such other period specified by the
Federal Highways Administration cr by the Director, Office of Federal Contract
Compliance, U.S. Department of Labor.
•
CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN
Bidder is to indicate by check-mark which of the following statements pertains to this
bid package, and is to sign the certification for that specific statement:
• a) It is hereby certified that the bidder is exempt from the City's
Affirmative Action Plan re,luirements because:
"Average annual employment level is less than eight permanent employees,
and the total contract amount with the City during the current year is
• less than f10,000."
Company Date --
B1:
• Title
OR b) It is hereby certified that an approved Affirmative Action Plan is on
file with the City of Renton, and that said Plan specifies goals and
timetables which are valid for the current calendar year.
•
Company Date
BY:
..tle
20. c) It is hereby certified that an Affirmative Action Plan is supplied with
this Bid Package. Said Plan will be subject to review and approval by
the City as a prerequisite to the contract award, and it includes:
C) Present utilization of minurit'^s and females by job classification,
2) Goals and Timetables of Minority and Female Utilization, and
• 3) Specific Affirmative Action Steps directed at increasing Minority
and Female Utilization.
Compan>_ �— Dace
• Bl':
itle
OR F d) It is hereby certified that an Affirmative Action Plan will be supplied
to the City of Renton within fiv (S) working days of receipt of
• notification of low-bidder status. Said Plan will be subject to review
and approval by the City as a prerequisite to the contract award, and
it will include:
1) Present utilization of Minorities and Females by Job Classification,
2) Goals and Timetables of Minority and Female Utilization, and
• 3) Specific Affirmative Action steps directed at increasing Minority
and Female Utilization.
company Date
• BY:
Title
Rev. 9/9/75
MINORITY BUSINESS ENTERPRISE PARTICIPATION
The Contractor agrees to use his best efforts to carry out a policy in the
award of his subcontracts, agent agreements and procurement contracts to the
fullest extent w utilize minority business entarprises consistent +ith the
• efficient performance of this contract. ..s used in this contract, the term
minority business enterprise" means a business, at least 50 percent of which
is arced by minority group members or, in the case of publicly owned businesses,
at least 51 percent cf the stock of wnich is owned by minority members. For
the purpose of this definition, minority group members are Negroes, Spanish
Speaking Spanish Surnamed American persons, American Orientn's, American
• Indians, American Eskimos, and American Aleuts. The City will consider sworn
affidavits presented by subcontractors In advance of contract award as one
means of establishing minority status In accordance with criteria cirad above.
To be eligible for award of this contract, the bidder must execute and :abmit,
as a part of the bid, the following certification which will be deemed a part
• of the resulting contract. A bidder's failure to submit this certification
or submission of a false certification shall render his bid nonresponsive.
MINORITY BUSINESS ENTERPRISE CERTIFICATION
• — __ __ (Certifies)
Name of Bidder(,)
That: (a) it (does) (does not) intend to sublet a portion of the
contract work and (has) (has not) taken affirmative
• action to seek out and consider min,.rfty business
enterprises as potential subcontractors.
(b) the contacts ioade with potential minority business enter-
prise subcontractors and the results thereof are listed
below: (If ner_ssary, use additional sheet)
(Name of Firm, Bid Item, Results of Contacts)
2.
1.
4.
5.
Mr./Ms. has been
designated as the liaison officer for the administration
of the minority business enterprise program for this
firm.
Rev. 6/BO
•
NON-COLLUSION AFFIDAVIT
•
STATE OF AASHINGTON )
) SS
• COUNTY OF )
• being duly sworn, deposes and says, that he is the identical person
who submitted the foregoing proposal or bid, and that such bid is
genuine and not sham or collusive or made in the interest or on
behalf of any person not therein named, and further, that the
deponent has not directly induced or solicited any other Bidder on
• the foregoing work or equipment to put in a sham bid, or any other
person or corporation to refrain from bidding, and that deponent has
not in any manner sought by collusion to secure to himself cr to any
other person any advantage over other Bidder or Bidders.
• SIGN HERE:
Subscribed amd sworn before me this day of
19
• Notary ub is to an or t e fate of
residing at
• _ _ therein.
•
• CERTIFICATION RE: ASSIGNMENT OF
ANTITRUST CLAIMS TO PURCHASER
• TO THE CITY OF PENTON
RENTON, WASHINGTON:
Vendor and purchaser recognize that in actual economic practice
• overcharges resulting from antitrust violations are in fact
usually borne by the purchaser. Therefore, vendor hereby assigns
to purchaser any and all claims for such overcharges as to goods
and materials purchased in connection with this order or contract,
except as to overcharges resulting from antitrust violations
commencing after the date of the bid, Quotation, or other event
establishing the price under this order or contract. In addition,
vendor warrants and represents that each of his suppliers and
subcontractors shall assign any and all such claims to purchaser,
subject to the aforementioned exception.
Name of Project
• Name o Bi der s Firm
Signature o — ut orize Representat-Tve of Bi drier
•
Date
•
•
•
MINIMUM WAGE AFFIDAVIT FORA
• City of Renton
----------------
COUNTY OF ss
•
I, the undersigned, having been dully sworn, deposed, say and c. •tify
that in connection with the performance of the work of this Project,
• 1 will Pay each classification of laborer, workman, or mechanic
employed in the Performance of such work; not less than the Prevailing
rate of wage or not less than the minimum rate of wages as specified
in the principal contract; that I have read the above and foregoing
• statement and certificate, know the contents thereof and the
substance as set forth therein is true to MY knowledge and belief.
•
Subscribed and sworn to before me on this
day of
• otary u c n
of Washington an or t ate
Residing at
•
BID BOND FM
• Her?with find deposit in the form of a certified check, cashier's check, cash,
or bid bond in the amount of = which amount is no* less than five
Percent of the total bid.
• Sign Here
BIC BOMD
Know Ail Men By These Presents:
• That we,
and as Princ spa
held and firml As Surety, are
Y bound unto the City o� Renton, as Obligee, in the penal sum of
Dolla
s, icr the
Of which the Principal and the Surety bind themselves, their
heirs, executors,�t• 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
•
according to the terms of the proposal or bid made by the-Principal
and the Principal shall duly make and enter into a contract with the Obligee in
accordance with the terms of said proposa, or bid and award and shall give bond
• for the faithful performance thereof, with Surety or Sureties approved by the
Obligee; or if the Principal shall, incase 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
• in full force and effect and the Surety shall forthwith pay and forfeit to the
Obligee, as penalty and liquide2ed damages, the amount of this bond.
SIGNED, SEALED AND DATED THI' DAY OF
19
•
n nc spa — —
• urety
Received return of deposit in the sum of E
•
•
PROPOSAL
•
TO THE CITY OF RENTON
RENTON, WASHINGTON
Gentlemen:
• The undersigned hereby certif_ that ^ has examined the site of the
proposed work and ha_ read and thoroughly underscanG_ the plans,
specifications and contract governing the work embraced in this improvement,
• and the method by which pay^ent will be made for said work, and hereby propose
to undertake and complete the work embraced in this improva,unt, or as much
thereof as can be completed with the money oval' le, in accordance with the
• said plans, specifications and contract and the following schedule of rates
and prices:
(Note: Unit prlce4 for all items, all
extensions, and total amount of
! bid should b, sham. Show unit
prices both to writing and in
figures.)
Signature
Address
lames of Plenbers of Partnership:
!
OR
Name of President of Corporation
! Name of Secretary of Corporation
Corporation Organized under the laws of _
With Main Offic in State of Washington at
•
SCHEDULE OF PRICES
• RENTON MUNICIPAL AIR:ORT
EAST PERIMETER ROAD WATER MAIN EXTENSION
W-nil
(Note: Unit prices ta, all item. all extension and total amount of bid meet
• be shown. Show unit prices In both words and figures and wher. con-
fltets occur, the written or typed words shall prevall.)
APPROXIMATE UNIT TOTAL
ITEM QUANTITY DESCRIPTION PRICE PRICE _
1. 500 L.F. Furnish and Install 12' polyvinyl
chloride, class 150, restrained
rubber gasFet joint water seine.
S S 5
Pcr L.F. (words)
• -• 1.020 L.F. Furnish and install 12- ductile
Lion, class 52, Tyton joint
water mains.
S $
S
Per L.F. Word.
3. 2 Each Furnish and install 5•' MVO fire
hydrant assemblies.
S $ S
• Per Each (Wurdn) _ ---
°• 1 Ea. Furn lsh and install 12" gate valve
assembly.
S S S
• Each Words -- ----
�• 1 Each Furnish and install 12" outside
stem and yoke gate valve assembly.
S S S
• Each Wor de --
b• 2 C.Y. Furnish and install concrete
blocking.
S $ S
• Per C.Y. (Words)
7. 75 S.Y. Furnish and install asphaltic
concrete surface restoration.
S S
• Per S.Y----'—�'yurdi,
•
APPROXIMATE UNIT TOTAL
ITEM QUANTITY DESCRIPTION PRICE PRICE_
• P. 195 S.Y. Furnish and install gravel
surface restoration.
• 9. 7 S.Y. Furnish and install Portland
cnieent concrete surface restoration.
S S S
Pr S.Y, Words "
• 1.:�. 126 Ton Furnish and install trench granular
bedding.
S $ S
Per Ton Ww da
• 11. 13 Ton Furnish and install select trench
granular backf ill.
5 $_
Per Ton Words
SUR TOTAL $
5.3% SALES TAX $
'TOTAL SCHEDULE $
THE UNDERSIGNED BIDDER HEREBY AGRaES TO START CONSTRUCTION WORK ON THIS
PROJECT IF AWARDED HIM WITHIN 10 DAYS AND TO COMPLETE THE WORK WE'!HiN 60
CONSECUTIVE WORKING DAYS FROM LATE OF EXECUTION.
DATED THIS DAY OF
. 14
SIGNED_ _
TITLE
ADDRESS
TELEPHONE__
•
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned
•
as principal, and .�. corporation organized
and existing under the laws of the State of as a surety
Corporation, and qualified under the laws of the State of Washington to
becr. ,e surety 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 04_rselvea and our successors, heirs, adminis-
trators or personal representatives, as the cue may be.
• This obligation is entered into in pursuance of the statutes of the State
of Washington, the Ordinance of the City of Renton.
Bated at , Washington, this day of ,19_
• Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Ordinance (or Resolution) No. 229S providing
for
which contract. is referred to herein and is made a part hereof as though
attached hereto), 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 and within the time therein set forth, or within such extensions of
time as may be granted under said contract, and shall pay all laborers,
mechanics, subcontractors and material, men, and all persons who shall
supply said principal or subcontractors with provisions and suppplies for
the carrying on of said work, and shall hold said City of Renton harmless
from any loss or damage occasioned to any person or property by reason of
• any carelessness or negligence on the pert of said principal, or any sub-
contractor in the performance of said work, and shall indemnify and hold
the City of Renton harmless from any damage or expense by reason of Failure
of performance as specified in said contract or from defects appearing or
developing in the material or workmanship prreided or pe rmed under said
• contract within a period of one year after it , acceptan_ thereof by the
City of Renton, then and in that event this obligation shall be void; but
otherwise it shall be and remain in f^11 force and effect.
APPROVED as to legality:
• Approved: --
•
1 of 7
�ONTRACiS OTHER THAN FEDERAL-AID FHWA
•
THIS AGREEMEN-. made and entered into this _ day of , lg
by and hetwien THE CITY OF RENTON, Washington, a municipal r.Orporation of
the State Gf Washington, hereinafter referred to as "CITY" and
hereinafter referred to as "CONTRACIbP."
WITNESSETH:
•
1) The Contractor shall within the time stipulated, (to-wit: within V)
working days from date of commencement hereof as required by the Contract,
of which this agreement is a c=Por.,nt part) perfurn all the work and
•
strikes required to be performed, and provide and furnish all of the
labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall
•
ComPlete the construction and installation work in a workmanlike manner,
in connection with the City's Project (identified as No. W-611
for improvement by construction and installation of: Watermains at
• Renton Municipal Airport Fast Perim,.tpr n n
• All the foregoing shall be timely performed, furnis.,ed, instructed,
installed and completed in strict conformity with the plans and spec-
ifications, including any and all addeeda issued b the City and all
• other documents hereinafter enumerated, and in fy'. )liance with all
applicable codes, ordinances and regulations of th cy of Renton anG
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
•
•
Contracts Other Than Federal-Aid FHWA of /
• and the construction installation performed and completed to the
satisfact' in and the approval of the City's Public Won- Director as
being in such conformity with the plans, specifications and all require-
ments of or arising under the Contract.
• 2) The aforesaid Contract, entered into by the acceptance of the Contractor's
biu and signing of this agreement, consists of the following documents,
all of which are component parts of said Contract and as full a part
• thereof as if herein set out in full , and if not attached, as if
hereto attached.
a) This Agreement
b) Instruction to Bidders
• c) Bid Proposal
d) General Conditions
e) Specifications
. f) Maps and Plans
g) Pid
h) Advertisement for Bids
1) Special Contract Provisions, if any
•
3) If the Contractor refuses or fails to prosecute the work or any part
• thereof, witti such diligence as will inSure its conpletion within the
time specified in this Contrast, or any extension in wr'ting 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 shall be appointed
on account of the Contractor's insolvency, or if he or any of his
•
3 of 7
Contracts other Than Federal-Aid FHWA
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 1 e Contract, and unless within ten (10) days
after the serving of such notice, such violation or non-compliance of
•
any provisicn of the Contract shall cease and satisfactory arrangement
for the correction thereof be made, this Contract, shall , upon the
expiration of said ten (10) day oeriod, cease and terminate in every
respect. In the event of any such termination, the City shall im"diately
serve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the Contract,
•
provided, however, that if the surety withi n_fifteen j151 days after
the serving upon it of such notice of termination, does not erform the
Contract or does not cdelaence performance thereof within thirty (10)
•
days from the date of serving such notice, the City itself may take
over the work u,.der the Contract and prosecute the same to completion
by Contract or by any other method r- may seem advisable, for the
•
account and a' the expense of the Contractor, and his surety shall be
liable to the City for any excess cast or other damages 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, appliances, equipment, plants
and other properties belonginq to the Contractor as may be on site of
the project and useful therein.
{) The foregoing provisions are in addition to and not in limitation of
any other rights or remedies available to the City.
Airport Watermain Extension on Wl-61 1 Co n t.
•
Contracts Other Than federal-Aid FHWA 4 of 7
• 5) Contractor agrees and covenants to hold and save the City, its officers,
agents, representatives and employees ha unless 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,
omission or activity upon, on or about the premises corked upon or in
anv way relating to this Contract. 'his hold harmless and indemnification
• provision 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, unless
• otherwise specif'cally provided for in this Contract.
In the event the City shall, without fault on its part, b� made a party
• to any litigation commenced by or against Contractor, then Contractor
shall proceed and hold the City harmless and he shall pay all costs,
expenses and reasonable attorney's fees incurred or paid by the City
in connection with such litigation. furthermore, Contractor agrees to
Pay all costs, expenses and reasonable attorney's fees that may be
incurred or paid by City in the enforcement of any of the covenants,
• provisions and agreements hereunder.
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
• Contracts Other Than federal-Aic Fn;iA 5 of 7
notice as heretofore specif•ea shall be given by personal delivery
thereof or by depositing same in the United States mail , postage prepaid,
• certified or registered mail.
• 7) The Contractor shall commence performance of the Contract no later than
10 calendar days after Contract final execution, and shall complete the
full performance of the Contract not later than 60 working days
• from the date of commencement. Fo. each and every working day of delay
after the established day of completion, it is hereby stipulated and
agreed that the damages to the City occasioned uy said delay will be
• the :um of
as liquidated damages (and not as a penalty) for each such day, which
shall be paid by the Contractor to the City.
•
8) Neither the final certificate of payment nor any provision in the
• Contract nor partial or entire use of any installation provided for by
this Contract shall relieve the Contractor of liability in respect to
any warranties or responsibility for fau' v materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the
work and pay for any damage to other work resulting therefrom which
shall appear within the period of one (1) year from the datt of final
• acceptance of the work, unless a longer period is specified. Th. ".ity
will give notice of observed defects as heretofore specified with
reasonable promptness after discovery thereof, and Contractor shall be
• Contracts Other Than Federal-Aid FHWA 6 of 7
obligated to take innediate steps to correct and remedy any such defect,
fault or breach at the sole cost and expense of Contractor
9) The Contractor and each subcontractor, if any, shall submit to the
• City such schedules of quantities and costs, progress schedules, payrolls,
reports, estimates, records and 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 of the Contract, ir.aluding the payment of all
Persons and firms performing labor on the colstruction project under
this Contract or furnishing materials in connection with this Contract;
•
said bond to be in the full amount of the Contract price as specified
in Paragraph 11, The surety or sureties on such bond or bonds must be
duly licensed as a surety in the State of Washington.
11) The total amount of this Contract is the sum of
-- _, which includes Washington
State Sales Tax. Payments will be made to Contractor as specified in the
"general conditions" of this Contract.
•
Contracts Other Than Federal-Aid FHWA 7 of 7
• IN WITNESS WHEREOF, the City has caused these presents to be signed by its
Mayor and attested try its City Clelk and the Contractor has hereunto set
his hand and seal the day and year first above-written,
•
CONTRACTOR CITY r1F RENTON
• rest en artner, -ner, ayop�—r--
ATTEST:
ecretarT---y"__—
itY er
• d/b/a
trm arse
Individual_ Partnership _
Corporation __ A Corporation
• StateoTTncprporatton
Attention:
If business is a CORPORATION, name of the corporation should be listed in
full and both Fresident and Secretary must sign the contract, OR if one
signature is Permitted Cy corporation by-taws, 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 tusiness is an INDIVIDUAL 'ROPRIETORSHIP, the name of the owner should
• appear •,,Mowed by d/b/a and name of the company.
•
CITY OF RENTTON
• INSTRUCTIONS FOR E.E.O. CONTRACT COMPLIANCE RFPORTING
(Ref: Title 11 Civil Rights Act; Executive Order 11246,
and City Resolution '340)
• 1. This City of Renton Equal Employment Opportunity Reporting
System will apply to all contracts in excess of $10,000
awarded by the City, except for those contracts which involve
separate State Highwav Department or Federal E.E.O. Report
requirements. (See attached Sample Report Form - City of Renton)
• 2. EEO Reports for each month are to be submitted during the first
week of the following month while a contract is in progress.
Separate Report Forms will he used by the Prime Contractor and
by each Subcontractor. The Prime Contractor is responsible for
obtaining, verifying and submitting the reports relating to
• Subcontractor EEO performance. All reports are to be delivered
to the appropriate City Project Engi eer, and will be considered
a prerequisite to the processing of Monthly Progress Payments.
5. In the event that it contractor is involved with more than one
City Contract at o given time, each contract is to be reported
• separately. Under no circumstances will FEO statistics for
multiple projects be combined.
4. Monitoring of LEO Compliance will be related to the Goals and
Timetables contained in the Affirmative Action Plan as confirmed
by the Prime Contractor in connection with the bidding process.
• (The Prime Contractor should obtain an Affirmative Action Program
from each of the Subcontractors,) when the City's Project Engineer
is not satisfied with the EEO performance on a specific project,
an attempt will first be made to resolve the problem by direct
liaison with the Prime Contractor. If a +atisfactary conclusion
is not negotiated. the matter will then be referred to the City's
• EEO Officer for further evaluation. A ten-day "show cause" will
be sent to the Contractor before any further referral of a
problem to the City Affi r1ft2tive Action Steering Committee, and
Possible subsequent action by the City Attorney.
-
-
Revised 1/8/-5
Revised 7/8/80
A
CONTRACTOR/SUBCONTRACTOR
MDNTHLY MAIIPOVER UTILIZATION REPORT - O 1 REPORTIMG PERIOD
Month: Vast:
TO be sub-ti tteding to the City's Pro)act .A
Erb inter during the lat wait of following r� O'oals and Timetables as eomittej
nth while contract is In progross. Prime ,'�•` in Contractor's Affirmative
so
Contractor la responsible for obtalninq and Action Plan ,
s !al tin,- all Subcontractor Re rto, or per City's Plan 91
To: Isw aa- location of CaPll;nce Aasnq oapt.)
From: taw we "at,,, of eontrscwrl
Thu report is roqui red y Ezecut ve Or er 11246. eet ion .03. al ure to report can
result in sanctions which include suspension, rentnatlun,
contract. cancellations or debe anent of
• r• 7.
� °• f 5. b.
Work Hours of a. tine- Total .otal
D loyaant 19ee foctm to) rlty nuab;r uabor
Cleg1 a• .• of
G oapany ; r:u; f:.: , Tra Ja tics; Tot- black Nls• ar. Asian/ otal totalr alnorit Ispbr.
nets: %,iftt - eee
Pentc f;lan� f�'.e vR. PPlay
es
T
�— r
Tr
T
An
• , Ccesany 0r ttla 's lane ure an it
Tr
,at
Sla nln
9. To aPhorw tlaber
(Include Area codal
Ray. 110'7 90 "w'"s L remiss, "Mlnoritles G Non-mln.rltles)
' (Subwittal Rmquiroments a City'a Gools/T,mtablasl
Page of
•
RE 111RFMENTS FOR THE PREVENTION OF ENVIRONMENTAL
POL '17x71flaL JM%� alfl[CES
• In accordance with the provisions of Chapter 62, Laws of 1975,
H.B. 621, the Contractor shall secure any permits or licenses
required by, and comply fully with all provisions of the follow-
ing laws, ordinances, and resolutions:
King Count Ordinance No. 1527 requires Building and Land
• 5eve opaent vision ■n y raulics Division review of grading
and filling permits and unclassified use permits in flood
hazard areas. Resolution No. 56230 establishes storm drain
design standards to be incorporated into project design stand-
a rds to be incorporated .nto project design by Engineering gServices. Reivew by Hydraulics Division.
•
Kin Count Ordinance No, Bf NO. 9090.0.i_..No. 1006 and Rltsoluticn
o• o. caSS3�o '27E_3 'Mr. De9e inT�TTcolGx ne.:
in tng ounty oae''T�Cfo3 'o 1?.j le are provi>ions or disposi-
tion of refuse and litter in a licensed disposal site and pro-
vide penalties for failure to comply. Review by Division of
• Solid Waste.
Pu etet Sounc Air Pollution Control A enc Re ulation I: A regu-
atl oontro t e -miss ono a r contaminants from all
sources within the jurisdiction of the Puget Sound Air P->ilution
Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in
• accordance with the Washington Clean Air Act, R.C.W. 70.94.
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 18-02: Requires operators of stationary sources of air
contain nants to maintain records of emissions, period'ally re-
0 port to the State information concerning these emissions from
his operations, and to make such information available to the
public. See Puget Sound Pollution Control Agency Regulation I .
R.C.W. 90.48: Enacted to maintain the highest possible standards
• to ensure t e purity of all water of the State consistent with
public health and public enjoyment thereof, the propagation and
protecting of wildlife, birds , game, fish, and other aquatic
life, and the industrial development of the State, and to that
end require the use of all known available and reasonable methods
by industries and others to prevent and control the pollution of
• the waters of the State of Washington. It is unlawful to throw,
drain, run or otherwise discharge into any of the water of this
State any organic or inorganic matter that shall cause or tend
to cause pollution of such waters. The law a so provides for
civil penalties of SS.0001day for each violation.
• R.C.W. 70.95: Establishes uniform statewide program for handling
so i wastes which will prevent land, air and water pollution.
Makes it unlawful to dump or deposit solid wastes onto or under
the surface of the ground or into the waters of this State except
at 9 solid waste disposal site for which there is a valid permit.
s
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
Kin Count Resolution No. 25789 requires an unclassified use
permit or t ing, quarry ng includirg borrow pits and associ-
•red activities such as asphalt plants, rock crushers) and
refuse disposal site; and provides for land reclamation subse.
quent to these activities. A copy is available at the Department
of Public Works or Building and Land Development Division.
Shoreline Dlana ement .kct 1971 requires a permit for construction
on rate s ore toes. ermit acquired by Public Works and reviewed
by Fuilding and L^nd Development Division.
Kin Count Ordinance No. 1488 requires permit for grading, land
• i s, Breve ptts, umping, yuarrying and mining operations
except on County right-of-way. Review by Building and Land Develop-
ment Division.
WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME
• Cha ter 112 Laws of 1949: Requires hydraulics permit on certain
protects. In
ounty epartment Of Public Works will obtain. )
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A,C, 173-210: Requires a National Pollutant Discharge Elimination
stem permit before discharge of pollutants from a point
source into the navigable waters of the State of Washi.igton.
W.A.C. 372-24: Permit to discharge commercial or industrial waste
waters int—o—gtete surface or ground water (such as gravel washing,
pit operations, or any operation which results in a discharge
• which contains turbidity-.)
IV.A.C. 508-12.100: Requires permit to use surface water.
W.A.C. 508.12-190: Requires that changes to permits for water uze
e reviewe y tTie Department of Ecology whenever it is desired
to change the purpose of use, the place of use, the point of
withdrawal and/or the diversion of water.
W.A.C. SOB-12-220: Requires permit to use ground water.
W.A.C. 508-12-260: Requires permit to construct reservoir for
Water storage.
W.A.C. 508-12-280: Requires permit to construct storage dam.
W.A.C. 508-60: Requires permit to construct in State flood
contro —zone. King County Public Works secures one for design.
Contractor secures one for his operation (false work design, etc. ) .
-3-
CONTRACTOR/SUBCONTRACTOR
�T��IG
MONTHLY MANPOWER UTILIZATION REPORT L'%�tt' Month: RFaORTING PERIOD
e Year:
To 'x submitted to theCi ty's Project Goals and Timetables as committed
Engineer during the let week of following in contractor's Affirmative month while contract is in progress. Prime h Action Plan
Contracto• is responsible for obaining and —%
submitting all Subcontractor Rertsl or per City's Plan 9.1
To: (awe .nd lmestlo. of C.epllanc. Alma, ompt ) From: (Name and 11,1110n of contract.,)
• This report is require y Erecutl� er 11216, Section 03. 'allure to report Can
result in sanctions which include sispension, tnlrmination, :ancellations or debarment of
contract.
mino- Total Cal
WOM -'Ours of Buploymant ISO* foc cno t.) Irity nu.I,mr utal
Cla.mt a. . • w/h Of .f of
Con a Fame n i ^,rate flea- Him- Amor. am�a, otal alnorlt Empby.
DW (I.-. done COtm Black In'
ian lac ute Fe_ total Employ- e.s
panic rsbnd a, urn elm
40
Tr
•
Tr
Tr
AD
Tr
Tr
• Tr
7. .cmpatir Offiela '. ix- tors On a ?ate 3 ned L e r. epr one i�me.-
(lnel..de Area Cods)
RAu. l'!77 ('MAIN L Femmiec. ••Minn cities G Non-minorities)
7.180 iSubmittal Requirements c City's Goals/Timetables) Page __ of
•
INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT (CITY OF REMTON)
The Employment Utilization Repot is to be completed by each subject contractor •
(both prime and subcontractors) and signed by a responsible official of the
company. The reports are to be filed on the day required, each month, during
the term of the contract, and they shall include the total work-hours worked on
the project for each employee level in each designated trade for the entire reporting
period. The prime contractor shall submit a report for Its work force ind shall
collect and submit reports for each subcontractor's work force to the Compliance •
Agency that is funding their construction project.
Reporting Period . . . . . . . . . . . Self-explanatory
Compliance Agency . . . . . . . . . . City of Renton (administering department)
Contractor . . . . . . . . . . . . . Any contractor who has a Qualifying •
cona.ructlon contract with the City of
Renton.
1. Company's Name . . . . . . Any contractor or subcontractor who has a
qualifying contract. •
2. Trade . . . . . , . . . . . Only those craft% covered under applicable
EEO bid conditions.
3. Work-hours of Employment The total number of hares worked by all
employees in each ci 'fication; the total •
number of hours worker y each *minority
group in each classification and the total
work-hours for all women.
Classification . . . . . . . . . . The level of accomplishment or status of
the worker in the trade. (C - Craftwrker - •
Qualified, Ap - Apprentice, Tr • Trainee).
4. Percent of minority work-
hours of total work-hours . . . . The percentage of total minority work-hours
worked of all work-hours worked. (The sum •
of columns b, c, d and a divided by column a.)
5. Total Number of NSnorlty
Employees . . . . . . . . . . . . Number of minority employees working in
contractor's aggregate work force during
reporting period,
•
6. Total Number of Employees . . . . Numbc: of all employees working in contractor's
aggregate work force during reporting period.
• Minority is defined as including Blacks, Hispanics, American Indians and Asian •
and Pacific Islanders - both men and women.
0
•
POLRREQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL
CES
• In accordance with the provisions of Chapter 62, Laws of 1973,
H.P. 621. the Contractor shall secure any permits or licenses
required by, and comply fully with all provisions of the follow-
ing laws, ordinances, and resolutions:
Kn Count Ordinance Na. 1527 requires Building and Land
• ■ndefillint Permit Div s
an y ee_ raulics Division review of grading
g penits and unclassified use peewits in flood
hazard areas. Resolution No. 36230 establishes storm drain
design standards to be incorporated into project design stand-
ards to be incorporated into project des:;n by Engineering
Services. Reivew by Hydraulics n+vision.
•
KIRILE22Lty Ordinance No. 800 No. 900 No. 1606 and Resolution
NO.
3778 °' °• °• an o. conta ned
n ing ounty o e it es an are provisions •or disposi-
tion penalties
refuse and litter in a licensed disposal site and pro-
vide penalties for failure to comply. Review 4y Division of
• Solid Waste,
Pulget Sound Air Pollution Control A enc Re ulation I : A regu-
at on to contro t e emission o air c,3ntae ,ants ram all
sources within the jurisdiction of the Puget Sound Air Pollution
• Control Agency (King, Pierce, Snohomish, and F.itsap Counties) in
accordance with the Washington Clean Air Act, R.C.W. 70.91,
WASHINLION STATE DEPARTMENT OF ECOLOGY
W.A.C. 18-02: Requires operators of stationary sources of air
• contsminants to maintain records of emissions, periodically re-
port to the State information concerning these emissions
his operations, and to make such information available to the
sie publ emissions from
ic. See Puget Sound Pollution Control Agency Regulation I .
R.C.W. 90.IP: Enacted to maintain the highest possible standards
• to ensure t e purity of all water of the State consistent with
Public health and public enjoyment thereof, the propagation and
protecting of wildlife, birds , game, fish, and other aquatic
life, and the industrial development of the State, and to that
end require the use of all known available and reasonable methods
by industries and others to prevent and control the pollution of
• the waters of the State of Washington. It is unlawful to throw,
drain, run or otherwisnorganic matter t e discharge into any of the water of this
State any organic or ihat shall cause or Land
to cause pollution of such waters. The law also provides for
civil penalties of $5,000/day fnr each —iolation.
• R.0 tV, 70.95: Establishes uniform statewide program for handling
so i wastes which will prevent land, air and water pollution.
Makes it unlawful to dump or deposit solid wastes onto or under
the surface of the ground or into the waters of this State except
at 4 solid waste disposal site for which there is a valid permit.
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
R.C.N. 76.04.370: Provides for abatement of additional fire haz-
er as s3 upon which there is forest debris) and extreme fire
hazard ft:cas of additional fire hazard near building, roads,
campgrounds, and school grounds) . The owner and/or person respons- •
ible is fully liable in the event a fire starts or spreads on
property on which an extreme fire hazard exists.
R.C.W. 76.04.010: Defines terms relating to t suppression or
• atement o orest fires or forest fire conditions.
R.C.W. 70.94,660: Provides for issuance of burning permits for •
• atinng of prevention of forest fire hazards, instruction or
silvicultural operations.
R.C.W. 76.04.310: Stipulates that everyone clearing land or
c ear-T zng rzgiW of-way shall pile and burn or dispose of by other •
satisfactory means, all forest debris cut thereon, as rapidly as
the clearing or cutting progresses, or at such other times as the
deparimenr may specify, and in compliance with the law requiring
burning permits .
R.C.W. 78.44 : Laws governing surface mining (including sand, •
gravel. stone, and earth from borrow pits) which provide for fees
and permits, plan or operation, reclamation plan, bonding, and
inspection of operations.
W.A.C. 332-" : Delineates all requirements for surface mined
an rec ama--ion. •
W.P .C. 332.24: Codifies requirements of R.C.W. 76.04 pertaining
to an c caring and burning.
U. S. AMY CORPS OF ENGINEERS
Section 1 of the River and lierbor Act of June 13, 1902 : Author- •
izes ecretary o rmy an orp$ 0 ngineers to issue Permits to
any persons or corporation desiring to improve any navigable
river at their own expense and risk upon approval of the plans am
specifications.
•
Section 403 of the Federal tracer Pollution Control Acc�PL92-500
tat. —Tut�ForTies t o ecretary o t e army, actTng—
tTirougTt ee orca of Engineers, to issue permits for the discharge
of dredged or fill material into the navigable waters at specified
disposal sites. Permits may be denied if it is determined that such
discharge will have adverse effects on municipal water supplies, •
shell fish beds and fishery areas and wildlife or recreational areas.
MISCELLANEOUS FEDERAL LEGISLATION
Section 13 of the River and Harbor Ac+. a proved March 3, 1899:
rout es t a* sc arge o refuse wit out a permit into navigable •
Haters is prohibited. Violation is punishable by fine. Anv citi -
zen may file a complaint with the U. S. Attorney and share a por-
tion of the fine.
-2-
•
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
Kin Count Resolution No. 25789 requires an unclassified use
• permit or t tng, quarrying including borrow pits and associ-
ated activities such a, as
plants, rock crushers) and
refuse disposal sites and provides for land reclamation subse-
quent to these activities. A copy is available at the Department
of Public Works or Building and Land Development Division.
• Shoreline Management Act 1171 requires a permit for construction
on Late s or-I nI es. -Permit acquired by Public Works and reviewed
by Building ani Land Development Division.
King County Ordinance No. 1088 requires permit for grading, land
i ills, graver pits, 3umptng, quarrying and mining operations
• except on County right-of-way. Review by Building and Land Develop-
ment Division.
WASHINGTONSTTATE DEPARTMENT OF FISHERIES AND GAME
Cha ter 112 Laws of 1949: Requires hydraulics permit on certain
• protects. tng ounty epartment of Public Works will obtain.)
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 173-220: Requires a National Pollutant Discharge Eiimination
• KYsteM__MrbM, permit before discharge of pollutants from a point
source into the navigable waters of the State of Washington.
W.A.C. 372-24: Permit to discharge commercial or industrial waste
waters into State surface or ground water (such as grab-el washing,
pit operations, or any operation which results in a discharge
which contains turbidity. )
•
W,A.C. 508-12-100: Requires permit to use surface water.
W.A.C. 508-12-190: Requires that changes to permits for water use
e revtewe y tFe Department of Ecology whenever it is desired
• to change the purpose of use, the place of use, the point of
withdrawal and/or the diversion of water.
W.A.C. SOB-I2-ZZO: Requires permit to use ground water.
W.A.C. 508-12-Z60: Requires permit to construct reservoir for
• water storage.
W.A.C. SOB-12-280: Requires permit to construct storage dam.
W.A.C. 508-60: Requires permit to construct in State flood
contro tone. King County Public Works securesone for design.
• Contractor secures one for his operation (false work design, etc.) .
.3-
•
PERMITS REQUIRED FOR THE PROJECT - Continued
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
R.C.W. 76.04.150: Requires burning permit for all fires except 41
oT r sme7Cut�oor fires for recreational purposes or yard debris
disposal. j.Iso the Department of Natural Resources reserves the
right to restrict burning under the provisions of R.C.W. 76.04.150,
76.04.170, 76.04.180, ar.d 70.94 due to exteme fire weather or to
prevent restriction of visibility and excessive air pollution.
•
R.C.W. 76.08.030: Cutting permit required before cutting merchant-
s e t1m er.
R.C.W. 76.08. 175; Operating permit required before operating
power equipment in dead or down timber.
•
R.C.W. 78.44.080: Requires permit for any surface mining opera-
tion inc u ing sand, grave.-., stone, and earth from borrow pits) .
UNITED STATES ARMY CORPS OF EN.. VEERS
Section 10 )f River. and Har'aor Act of Dlarch S 1899: Requires
Permit or constructioiier t an rr ges, sec S. Coast
Guard administered permits) on navigable waters (King County
Department of Public Works :ill obtain) .
FIRE PROTECTION DISTRICT
•
R.C.W 2t or0 52.28.020
rovi e5au8 i uire2.e8nt0 3o, 5a.n 28.040, 52.28.050:
ty or, reqms
penalties for failure
to secure a fire permit for building an open fire within a fire
protection district.
UNITED STATES COAST GUARD •
Section 9 of River and HarFor Act of March 3 1899 General A�ridg_e,
A-t oFfarc an enera ri ge ct of
b as amended
ust equires s permit for construction of bridge on
naviga—Tile waters (King Courty Department of Public {Yorks will obtain) . King County Department of Public Works will comply with 0
pertinent sections of the lillowing laws while securing the afore-
mentioned permit: Section a(f) of Department of Transportation
Act, National Environmenta: Policy Act of 1969, Water Quality
Improvement Act of 1970.
PUGEf SOUND AIR POLLUTION CONTROL AGENCY
Section 9.02(d) (2) (ii of ReCulation is Request fur verifica-
tion of popu at on ensity. o--�niract`or should be sure his opera-
tions are in compliance with Regulation I , particularly section
9.02 (outdoor fires) , Section 9.04 (particulate matter--dust) ,
and Section 9. 15 (preventing particulate matter from becoming
airborne) .
-4.
•
PERMITS REQUIRED FOR THE rROJ£CT - Continued
ENVIRONMENTAL PROTECTION AGENCY
! Title 4p Cha ter Ic, Pa-t 61: Requires that the Environmental
rctection gency be notitied 5 days prier to the demolition of
any structure containing +sbestos material (excluding residential
structures having fewer than S dwelling units) .
! The above requirements will be applicable only where called for
on the various road projects.
Copies of these permits, ordinances, laws, and resolutions are
available for inspection at the Office of the Director of Public
works, 900 King County Administration Building, Seattle,
Washington, 98104. It shall be the responsibility of the Con-
tractor to familiarize himself with all requirements therein.
All costs resulting therefrom shall be included in the Bid Prices
and no additional compensation shall be made.
All permits will be available at construction site.
•
!
-5-
GENERAL PROVISIONS
s
CENERAL PROVISIONS
Standard Speclfics0ons
Headings
Order of Precedence
Failure to Meet Specifications
Field Changes
Protection of Public and Private Utilities and
Facilities
Public Convenience and Safety
Payment to the Contractor
Scheduling of Work
Wage Schedule
Public Liability and Property Damage Insurance
Proof of Carriage of Ineurance
Act of God
Shop Drawings
Or Equal
Approval
Written Notice
Contractor's Plant and Equipment
Attention to Work
Deviation from :,ntra,t
Suggestions to Contractor
Lrrors and Omissions
Information to be Furnished by Contractor
Damage to Work
Protection of Contractor's Work and Property
Unfavorable Weather and Other Conditions
Contractor's Copies of Contract Documents
Disputes and Lltliptlon
Acceptance of Work
Contract Compliance Reports - EEO
Working Drys and Contract Completion
C
•
Clfl Of pLelpe
Sip4xaP CEW0* Ia01il"",
Sp FE I+I EDY1Oa
with
A.,tow •fuoNr^N Staff, of S~lard SNnI����++.Noc iatlon I j7jNrf0 fv [M
• i,o qa of ►aI1cM I• aaapl nptm aM tM ardonl" ana Said sap?/till,ion. Mail 4•
Iro+if lmatMlr entl'. and fb,l ll.pll "ec►oadf,e t,, off am ch,ato, of,
In• City OF
a Co., of tMN drnd•0 or µNr+dad "y ftM SPei ial
pl'•Ctor. S,a'rd•ra flwclh4tlmf
• ►^eulN• aMmrPlnt�pdta'pw Mntan. flat Eton�+ tM of nl
° tr. Ic• tM ruel lc V.,xa
MASS,
+shall M 4nftrn ' ra In tM '• tMY ear a •u.in•d eN
d1
n y,n41/oenMrf,pdf MN o.Vw to ofMt p.•0~4 oar Cfr•!•rb't 0.Mr, fu:x re t•ranw
Y 1ut
• WE
Na°rev�flows of I,e l"°to, WAl."edta Mona aw'ln addition r p•t Poor a•neon,�o.
c.ff lct tAarp^.tn
,All
Fl
. Oai^OOF Ita[ _Mi1M 11 ryrtralf•tl t1M Inlb°gal,m Ii 1oftwo CNartN I°r iOnvMlenq
erl
YMr. tynlli Batt bi,eaan ry.
Ilanawa nlnp ,n/orhe on Q to Iror1U +I .,I Act tM Plans +n Il to tion+ I
LallllaE TO K[,I hid MM tM II"nl -it stma,dNSOCrOnSNCl/I4tlen3'.7P•i I/IgNony
or, MII er Sta,Mud
SIECIfICal,Oaf Nti Rcat lan and tM
Y'.
• I" eM t"mt to
of
li, WI way
FIELD e(trU1Gf9 M�NN`M NY►At"Of a4<+fNar~ a+�<bell ,a`leaaaphu�sp►o tafo`°y0 recto.
my •I' ,�•, f•I° vN.�a o.IV; Pad.
• ar the Mu pl°ld1l'.3„nallCpo I..,o th P,m
elm+. bra PNo,o«o«�^toil [n 4.71•uI oho nor •OJuNrnnR ryut•h riela ro ►•,
a Oi
If.
atlalon +n�f doff t Nr•am rI rot
+aOidp10a Of Itq ( aM ral Vpt t oI tM n•nrtltY al npr<�cnanpd,ItW ,qI$ p;,Pc ed
En• Conoac for E dt""Ill
aep faC ltlry Sr
hill,I
Ff to
*.A,"...^d diUansl"M f�nI..".SNllm1P3! %of SUnard SNif lliatlm+ In rpwr6 t0
It aMl a 'bt ap",.A,l" a^,hill and lOQ4t ton •f'Mot poncore e'ound lull,,, •.
N
°" of .....
ls ,A, fN i'As aM►Nurinp, aT in
Mwrrp ue art' +Ldro'tfatl ut-po'nlnallit`itu canton Quell
•e, M
;u IC LPptlLpl wAt
we µ0— S�TV th iini tv a/ tM l<anatrxct�Pary,a colpnlef
!'d Contract*, fMll. of 'I, own oPons". Varies UI fldn+. Da" Cadpa, Peara,
i
GINEIb4 MOgISIow$ "on I
•YKIC CONVENIENCE ME) SAFETY (Cartel
construction wernirees, and night lights PA order to protect the public at Oil it"% fro.
I.J." ., a result of .I. oq r.tionS. it 'bore Contractor should fail to all Sufficient i
lights aed barricade, In the opinion of the Engineer, the City Shell have the Ight to
prerid. th.S. lights and Mrrt udeS aAJ deduct such .at, Iran paymantf Ale the Con[•ector.
hark Shall ae rylrlcted, the order of work modified, ton noun of work Ruelfl.d er the
work halted altogether at the .nginasr'S disctalloo When the .Miry, finds such a course
r courses Of action he...sary to protect the public or the cwlractu-s Safety. health
.1 Mltale.
.AYMAIT t0 THE CONTMCTON i
pbymants to he Rude to the Contractor will be Mde in the gnnar outlined In Section 9 of
the Standard Specifications, eeymantf shell be wade In Cash Warrants. partial pyeanls
On estl is, way be withheld until . work progress schedule ., dovleed In they.
ren.ral .rovilion' huh. been recalred .red .00Mp .d.
SCHEDI Or WAN i
SaplleA E-1.01 of the Standard SgCIf IcItlOns shall be deleted and the following
I....ted
less• lr after execution end dellwry of the contract and before the first partial
pgnent is made, the Contractor shall deliver to the Engloa , an estinal construct on
Orpr.S• "haeule In rprw catilfactoly to in* Engines, 'rowing the proposed data, of i
raeeencwnt and cases latton of each of the various pay Items of work reamlred under the
Contract Oocvmaots and the anticipated eep.H of each Smoothly payment that wi I I becasa
des to the ContraCtor In accordance with the prolir.ss 'then le, The Cantr.clo. 'hill
.ISO furnish Periodic itewlted .,tlastes of Work done for the purpOSa Of making partial
D.Ymany thereon. The costs employed In asking up any of these scheduleS will ee used
only for detewining the basis of partial payRuntS and will Act be considered a, fl.Ing
a 04111 for eddltions to or deduction, trots the Cant roc t.
Should it beCw evident At any it" during corStfactlon that operations will or Way i
fall bet"he the vahadule of this first pr.gr*M, the Catraclor Shall, upon r.duest,
pmmp[ly .ehmlt "It'" uhedulas In the Sow a. Specified herein, setting out
oeerdbn', wathadt. and equipment, added labor force or working Shift., night work, etc.
by Which tIma lost will be made up, and MAf4f witn the Engineer until an Approved wodlfi-
cation of the original Shcedule he, been Secured. further, if at env it. Any portion of
the accepted schedule IS bound to wAflilt will, the contract piovi,I.AS, it Shell, upon
request, be .Nod by the Contractor old the work shall be perf.rasd In COmpli.nda with i
the c"11.ct prori Sloes.
00,a ll Of any further .,elMl., to the Contractor ft., Such AN....t IS Fade and until
an approved modified schedule Kos been Drovid.d by the Cptraclor may M withheld.
FHcoston of Ithe work according to the accepted uradule OI cpntlrutt ion, or aPPI...d
npdiflgtions thereof. Is leeybV asde .n obligation of the contract.
MU SCHEDULE
•
Tmm Dr.vai ling rate of .p., to he yid to •II workasn, Iaborelt, .1 Mchanlcf eon lasted
In the perforasnc. Of Any Dart Of this contract shall be in accordance with the Drovi-
♦ions of Chapter 19 I= NEW .1 ."al. TM ruin and regulations of the Department of
tabor and Indu.ui., ..it the schedule of preval ling wage rate, for the lo,01ty or
loull[ies why. this contract .ill be DerforMe At determined by the Industrial
Sla[F,ticlon of the 00041teent of LAW, and Indu.trl.,, are by reference made a part of
'his cantrw as theph fully at forth noa7 n. i
nalauch y tree Contractor .111 be held IsSWnsibie far paying the pnr.iling '.veeb It
', iffpar.tlp that All Contractors Awiilariro the.s.lvn with the current wage at., be-
fore µbnitting bolds based on they Specifications.
IA case &As u,Ou[. .fiseS AS to What Are the If,railing ryes of wags for Work of a
similar nature and Such dispute cannot be adjusted by the parties In Interest, Intludi rep
labor and asn.gMAl repraeantetluS, the matte, shell be referred for arbitration to i
•
R NLaµ fB0VISI DMS IC on[.1
• Hai[ SCHEDULE (cool )
the Director of the Deportations of Labor and Ind.,trles of the State, aM his A.cltion,
there" Shall N final And eatcl.siw ard binding on all part;.$ inwoleP, in the di,pota
at provided for by ACV 39.IE,0BD, ., Financed.
Chin Contractor, on or Wfor- the date of Cp4mnl.m.nt of work, shall file a t.towd,A
under oath with th- Donal and .,ith the Director of labor and lAAu.Lyles ...tlfyin, the
• rate of hourly .9. p.id and to be paid each It...iflCAtion of Iabolers, worluen, or
oethan,,% sep loved upon sha work by the Contractor or sub cntractor which .hall two not
less than the pvvalllag Pair of w9.. Such %taten.nt and any suppl adental st,teemat,
which stay 0d Ai cart' shall A. filed in accordance with the ...till,,, and Procedure% by
the Dbpartnent of Labor anti IMustrle>.
Pr to cuwncing .,it, each Contractor And ...h aM .err wbmntrector shall fi 1.
Sworn State of Intent (Sr 9892) with the Omer and w •• Llns OePArte.nl of Labor and
. Industries as to the prevelling ';age rate, including fringe benefits, for each job
CI-ssificatl-n to N utllired. the wage vet.- thus Mod will 60 checold again,, the
orbital ling wage rate, Is Ml..IA.d or the Industrial Statlfticla- of the Departaent of
Labor and IMm vies If the wage rat*, are correct, IN jAbu,tri.l Slati,tllion will
I--w an ocYrowled9eene of "IrovN to the Cant...for and/or fubcuntractor with a copy
to the amrdin9 agency (Otfne, . If any Incorrect "ago rate% are Inclpdod, the Contractor
end/or libcon,r.ctor .111 ad Mtlf ied of the cnr•ect rate, by the Industrial Sfbllsticl.n
• and apprOwal will be withheld until . correct ttatewenl Is revived.
Caplan Of cope rate aPprpv-Is will the furnished the awarding P,i and the Contractor
land the prlae Contractor in the cold Of a subcontractor) by tins Indultrlat Statistician,
Each woolly Claim %whwllfad by . Lontr.clo. for Pay Went on a profblt eati veto (hall Slate
that Prwailing wages haw bear paid in accordance with the profiled Stalatlnt or State.
'At$ Of Intent on file with the Oepanment of Labor and Industrio. .S approved by the
• IMU6t,141 SWIlticlon.
AM davit, of Nag.$ Paid ($1 981)) or. tag be filed with the %tote Tr.aarnr, or the
Treasurer of the county or eunl<Ipai corporation or other officer or person charged with
the custody and di,bu,s ee t of this state or Co rpo•Hb fund- ea tN use may, be and two
(S) copies of each Affidavit are to be filed with the Director of the Dopertnent of
Labor and Industries, Attention: Industrial Relations Division, 1601 Second Aveoue,
Snttl.. Menewr pncticeble, allidevill pertaining to A pl"icul.r contract should a.
• submitted .s a P.lkago.
PUBLIC LIABILITY AND PROPERTY UAeAOI INSUW CF
IN Contralto• Shall obtain and keep in force during the term of the contract, public
I Abl l I ty and property damage Insnranr. in coiganles and in form to be app,ov.d by the
City Said inf.,SAle Shall p•ovidb coverage to the Eoneralty, any obeontrwfor
perfor.irig Wrk Provided by this Pont'Act, and the City, Thi Cily hAll M Mined .. on
• -ddl tIOAAJ I11d1e0 on old col lq insofar n the work and obi lgAtldn$ ",forma order the
contract are co-urNO, Iha coverpo fo Provided %hall Pfii against Claim for
personal Inju,I,,, including accidental &,M, a% well as 11.1 rm for property dawa9o,
which way an ae fr. any a.l or owi$sion of the, Contractor, or th. subcontractor, or b,
anyone dl iy or indirectly eMlay.d by either of them.
iho minimum Peal et' limits Of Sinn insurance ,hall be a$ follows:
• Bodlly injury liobilit, cov.rage .,in liens Of hot lot. than SIMON for bail, injury.
including -Ilia.-tat death, to .A, one person, and subject to that It-it for .,tin
"I.A, In -n alpynt hot 1-11 than 1300,000 for bell aWd.nti and Properly daft"
CONar Age In on doodont of not less than $S0.0D0 for each .cc idon%.
A r V of the in%.'.... policy, together vdtb a cop, of Shia Aft,,,went naming the City
a. .n additlen.l Intuited. .hall be provide. so the City within a r..$Wobto fine it,,
rpeiving rAI of Gard M 'art...1.
• PROOF Or CANRIADE Or INSURANCE
TN Contractor ,hall furnish One City with wlsfactory Proof of carriage of the in,uranv
rNui red.
Gt HIRAI PROVISIONS (Cons.1
.CT [ TOO
'Act of Gud' eases was cart ngvake, flood, ",,June pr of Mr ca 4clrsNl phenoevon al •
nature. A rain, windstora, high water or other natural IhenamRron of unue wl Intensity for the Spaciflc locality of the Bork, ,Rich might reasonably Rev. bon MticiDated from
ohfistGuord.ic" records of the general locality of the units, shell not be construed a' an act
SHOP DRAWIN45
The Cann "5,op OrselWS" Mail refer to the Pictorial ad*criptIus of the details of pro- •
t""it ee to rids, all"Peant, satMtls of Installation, or Other coUru ncllbn 11e001ad by
the Contractor a subcontractor or a mdnufaclury and smbmltlad for the NDrpval of the Hiner.
ORE Wt
afraid the tarn Of Egwl" is used here, the Owner, or the Ounar on recpmgndetion of
the Engl near, that) be the sole Judge of the duality Red sulubility Of the proposed
substitution.
APPROVAL
The tern"Approvai" 'bell sax approval given by or given prope,ly 0, the ""If of the
Owner,
WRITTEN NOTICE •
Witten ndllw shell be deeemd to have bean duly served If delivered in person to the
Individual, or lc a partner of the fire, or to an offi car of t'a carpdretion or Orin,
of to an executive official If the Owner is a Wvtf a vtol body, or If sent by Registered
United State' Mail to the business address 'Men In the Contract Dociaesn,.
CONTRACTOR'S PLANT 00 [WUIPMENT
The Lont rea d• alone shall at all times be responsi bla for the Adedwcy. efficiency end
sufficiency of his and his subcontractor's plant and aquiplart. The Ownar shell have the right to ,lake use of the COotrector's plant and equipment in the performance of any work
on the site of the work. The use of such plant and equipment shall M considered as
extra Bork and Paid for accordingly.
ATTENTION TO WDR,
The Contactor 'ball gin his personal attention to and Mall Snpa,vila the uurk to the
and that It 'hall be Drosecuretl faithfully, .it ehen he i5 not Personally Pre Net on the
work, he snail at all reasonable limes OR repreledted by a colepsrent iuparinbndent ens
'hall revive rand obey all instructions or orders given under the contract, and hew Mall have full authority to execute the sang, end to Supply sager Cals, tools and labor without
delay. and veto 'hall be that legal raprareMRttw of the Contractor. The Contractor "hall •
be liable for the faithful op»ry anp of any instructions delivered to him or to his
auC Mri»d repro care btiya
PEYI AI10N EWA L"TULT
The Contractor shell not make any alteration or variation In or addition to or deviation
or ON Ion fpe the tarp of this contract wItMW the written consent of the Amer.
SUGGESTIONS TO CONTRACTOR •
Any plan or net MC of work su 99asted by the Oche, or the Engineer to Ends Contractor but
not sPRciflatl or required, if adopted or fdllowd by the Contractor In whole or In .it,
Ma11 0. used at 'he risk and I.SCH dbil lly of the Contractor; and the Owns, end the
Englnae• Mall a'suma no "SYonsibl lily tMrefora.
OENta AI PROMISIINS (Coot.l
• EPADAS .40 OMISSIONS
11 the Contractor. in the .rouse of the work, N[Opf Mare of any error, or adeia%Io,% in
the contract docuwnte or In the layout as 9Ivan by survey Points and inetruC iOnf, or if
he WcomeS Aware of any dissfepancY Wrwoen the c.ntnU documents and the [nv,i cal
...ditto., of the locality, he shell iawdlal.)y ofar. the Enginear AM the ErolifsAer• if
he dame it -.'.Italy, .hall racily, the melt,• and advise in. .ecordiply, any
• wort done after wch discovery. until author cad, will be done at the Contractor•% fist.
INFORMATION To 1E FUMtSNEO IV CONTRACTOR
The Contractor Mall furnish all drawings, 1"CIfiutions. descriptive Nta, certificates,
tarot-,. utts, •othOdf, schedule,, and men.factfir,I'a inftluctlons is, SNClflcally
reaul red In the contract da.upnte, ..it AT I other Inf-l-tlon a1 mey raponablY ba reaul-
rad to d.Momtr.ta fully that the waprials And ,quipmen to be f.rni.had ..it the method,
• of work coyly with the provisions and intent of the specifications and dronloolS. If the
inforptlon shows any deviation flew the contract requirements, the Contractor shell, by
a atsitedeenl in wrltl" ACp011deanying the Inforwation, advise the Engineer of the darietl.n
and state the reason tMrofofe.
DAMAGE TO UORN
The work atoll be find., the Contrecto,'s retponSlple ter, and ch.q.. The Coot,.for ,hell
War all lot, and dame,, whatsoever And trade whatsoever ad,a, erupt that cauSN solely
soy the act of the Dan., which may, .,our on or to the work during the fulfillment of the
contract. If env such loss or dame, occurs, Is. Contractor %hall iuMdedletely eke good
MY I-'- Idn' Or dAMge, And In tr. .vinl Of In, Contractor ltlful—, or ..glacting t0 do
W, the Own,, way Itself or by the apl.lamnt n1 fame other parson wake pod an, such I...
or it.". and in, con and empans. of to bins, shell be c",ad to the Contractor.
. PROTECTION Of COMTRACTOM S IOM AND Wall
The Contractor alone shall at all ties be r.%pun,ibit for the total, of h.. and his %upc.n-
tractor's N%p I."It. and for his and his wktont lac tor's plant and Paul pment end the method
of proa.cuting the work.
MIAA.OMILE MEATNEA AND OTnEft CONDITIONS
During unfavorable ..the, and other conditions, In. Contractor Mall pursue only such
portions of the work at Mall not be damaged thereby.
No Nrti.ns of the work shot ..tltf.ctory quality ter efficiency will W affected by
wnf..orabi. conditions Mail be wmtructed while these conditions .Nile• unless by special
mean, or p... ohs acupl able to .he El is, 1, the Contractor %hall W able to ."'come
thew,
• CONTRACTOR'S COPIES Of WkJoACI DOCUKNTS
The Con,,.,tcP ..it b. supplied by the owner with S its And aped flutipnf. At least one
camplate Set of contrect docueents Including one full site set of drowl"s ,hall W k.Ot
at the sit. of construction 1- good condition ..a At all times Available to the Owed, end
the En,lnmer. Additional copies of the 'OstfACt docupntl. It reaulred. will be fufn,Shed
by the Owner at net cost of reproduction.
• DISPUTES AND LITIGATION
Any gwastlo:s Nl,ing Maintain the Inspector and ION Contractor or his superintendent or
Furamen of to the meonln, .W Intent of anY part of the plans end SNclfiutlons or any
conlrect d.comens, shell W Imadiatdy brou,bt to the attention of the Public works
Director or his rpmpoomt.tIvIs. for Inbrpr,4tlon and "J.,tment, If we ,am.a.
Failure on the Part of Ue Public Works Director or hit rpresentative to discover and
• Imo or rol't Improper, defective or Inferior work or meterials, (hall not be conftru.d
es .n accptanu of any such .,it or -atarlals, or the part of the IprovAMAnt In which the
Ions, "I Wre Ashen .,ad.
TO Prevent dispute, and Itlpatlan, it Is furth.r .,read or to. Parties font. that the
•
.[N[Mc PAOYISIOeS (Cont.l
pI SPYi ES AMO 1IT14TI0N (cant 1
Pub''c Yorks Direct-' or nil raorennntiw sh•II determine Ihe quart l ty and q,.a IIT of •
the %*.'.I k;", of work embraced In these loprovamanb, ht shell decide all gwk,,on,
slat ire to the aab<ution of the work And the Intervention of the Plan, and SMc1/lce•
lions.
In the are., In, -Irl'uto, is of if. .bini.e 1e hill N "saw by own integn n"On.
he Shell, within tlin. (1) days. "HIT the [ngine.r and the City Clark in writing of the
"cl,inotad nHun and fao.nt of the dams, e, damages. Ti4 1. of Thd *,we• in the '
gi-i" of such notice. In the •rant an "'impo t cannot than be nb<Me rli Min "'s, f7)
days the City and the Contractor wi II each d ilt an Anllnl-r and the two 1"11 select
a thin, within 10 day, thenolto.
TM finding, and deci soon of I" boa'd of Arb'lr.lor, small " I,n,l and binding on In.
Parties, unless the age'le"d Doty, withln ton (101 "'1, challenge, I" li Mleg, and
dec I Ilor by t•n:ry And filing a petit'an to, n-1dh by the SuNrlor Court of ling
County, w.bingtor the grounds row in. g.tltlW for n.leer p• Ilwl nO to ste,ing tat •
the findings ..d de<I,lon.
1. An not reseonslue to the aue'[Inn♦ 'uMitnd;
E. Is contrary to the toms of the contract or any toseon.nt thereof;
7. Is arbitrary and/or Is not baud upon the Me'I..bl. facts And the Iw
control1,nq the issues 1-bsitted to arbitration.
The loart of Arbitrators shall suoeort its decision by sotting forth In witing their •
finding' and bi on the --laterite ddiced at an, Such bearing.
The arbitration sill be conducted in accordanct with the sl.tutws of the $nn of
YAShington and cou,t decision, wnvr," such qn, gune
The GbSit .f LLLn arbitration thrall W ac" a-u.11y t, the E.ty and the CMtn<lar unl•-1
It Is the board's majority ";.idn that the Contrxtoe't filing of the Protest or aetlun
i, cpNctp-f o' -11"1 reasonable foundation. In the letter LH•, all Cott+ call be
bal" ay the Contractor.
The wnw of Any suit shell se In King C-usi YASnington, end I Ina Contractor n • no.-
resident of the Stet. of YHhington, he 'hail io'ignoto an ,n. coon drbm Prot.,• nay
To fined, briore —riling .o rk under this c.rtr.,t.
ACCEPTANC[ OF MM
The Contr.,,, shall n-tif, the [ny.nee. i .',tire of the tc,oletion of the hu,k -he,.upwr •
the Cngl near wl 11 erupt IT. by Fortune l i"%MI On. sal ylr hlm.•II as to the actual con•
elation of the wicrk in scdordence with the terms of like contract, and ,all IhenkOon
re<om.and to the unk r I%, the work 1. acteatuble. Final denrmlwu„un of the
acc•ptabl l tT of the work $hell or made by the iski
CONTRACT COOL IANC[ REPO*?$ - [EO .
The Conlrtctor will be faquired to compute Ind sub.i, the following docWMnt befon
onions, and/or rind) pgadnts to the Contn,t-r will be -11rond by Ihe Public Yetis
Direct.,
CItY of Agri Affirmative Action labor, for COntrac for/S Wcanusc for
(I thly 14rp-wer Ytilinlloe keaortl
The Wier .111 fu'rlsn th•t• 1-11 1- the Pried ioetn't.♦ du•i.D kn,..tr.,t;on *mating. •
An Equal EeolciY.ent Opportunity bpurt Cortif;4&J& Shall be esac.cdd by the bidder with
his bid prop..l an This Protect and welch cons within the p ki Sian, of the ".01
d.ielaTbenl OTPorbnily regulation, .1 the $U rotary of labor as n-yed stay E1. I"S. The
for.df ...tilicala will be rurnis"d to I" CMtncter with the oroati slating as to
whether na, his fire, asto,iet'or, <mpartnti or corporation Ms Participated In on,
p".1ous W.tnctt or fu\tortraRon subl.ct ti, the awl bead,it unity cleat. and if 'o, •
what"? .r not he hat submitted all raportf due ender apllceale filing eq,rdd t
• uxEaa raorlsl"s Iwml
COIITMET CONLIMCE kEPOaTS EEO (cont.)
sa,lur. W the "I of tM Nd"r to !care... ... ."ui lid ....lf tata will hod sud cause
for fej•ctivn .1 If. blew
II . Con ties to, to dw. do •ward I about to W Bede. •.Copt for lack of an Equal Ecfolaymot
• DWertunitr ""Ft certificate, refuse% u, fail$ to pr—tit •"Cute and turn sn I
ta M resuir•0
sartiliw .;thin 10 do,, after na11Ca W the Dlrattit of Public ski that ssaa Ik lack,nq
froat his or $11. the propel gwraelaa, in for. .1 bond, check. or cash until cn ascam-
denied IN bid, .111 lee forfeited to the CH,.
Wh M"r a contractor requests "MISSIM to sublet a part of any ton Veet and .Vdh tWtrKt
ceeas within the previ.lens of the "met ke.plaVownt .".rtunitr regu1,11w, of the Sotrettarf
Of Labor, raul.ad mey it. 1%4, he shall abt.11 this cotlflietlon frw file ropted s.b-
contractor and farwrd It toptt", .Ich such rpwst, b k.bcpmt ract .111 N WM,,,d
awfora receipt of such certJficalloo fro. the ."con........
for this purpose, certiflcatlee farm nuke be obtained tick. the Project Engi"ar as% argd t*
this project.
YOIIhIML DAYS MO CONTRACT COPPLETICo
' Th. %,uncial pro•Islon. and sort ratt .gr.Wrl Snall %tote the Coitraal lid ken wofe;np dart.
A working day ID am OOV Val ofber.ls% "fined Perot" as a non-working deg. A rondo thing
day I daf lnub as a So I.r"r. S.rod" . resgni ded be Ida . ar a do, on Van irh lM Coot at for
.. ....lficall, r"uirod of the contract or the CIt, to susp.rW const,ucUm_ q#,,ni lad
holiday, .hall be as fdllor, M. I..", Day. Onwln'. Birth",. W$M pore.'% UrIhisV,
. 0,1.1 WV, Jul, b, LOW, D.Y. Veterans D.Y. TMnksglving and the do, foliwlo,' and
Chrlst.ts Dan sthoo any of the above recopn4w Ml flogs fall on Saluraii the pros"dinb
frl JaY shall " wunted .% a holiday and unnae any of the above recaplted belldaTS fall w
• Su,Nav, the fvllwing mord.Y '%dl be counted as if holi"Y.
.t the WpinnIN Of soy wrtra•t, a twistl•a ale for w.pletioo of contract wart will W
established. based ea the "tun of o%r rd of the contract ash the number of V,,kleg "If
%Cochlea Such date —It W "Jutted as rpuirod free tied to ties for Con-mtking Oaks
.it btenllonk of like. ♦llor%d an"f to. contract and Is resognind a not Wing a forecast
Of actual anticip.ted cunil•tlon dab..
•
•
SPECIAL PROVISIONS
•
•
•
SPECIAL PROVISIONS
•
Special Provisions
Description of Work
Date of Hid Opening
Time of Completion
Nondiscrimination in Employment
• Notification of Construction
Hours of Work
Excavated Material Spoil Area/Waste Site
Dust and Mud Control
State Sales Tax
Surveys
• Overtime Field Engineering
Delivery of Tickets
Size, Weight and Los Restriction
Subcontractors and Suppliers
Change Orders
Preconstruct in Conference
• Field Office
Sanitation Facilities
Project Construction and Identification Signs (Roadway Projects Only)
Line and Crude
Easement and Right-of-Way
Land Provided by Owner
• Land Provided by Contractor
Restoration of Structures and Surfaces
Side Sewer Policy
Traffic Control
Removing Traffic and Street Signs
Soil Information
• Salvage
Awarding of Contract
Liquidated Damages
Authority of the Engineer
Construction Direction
Materials
• Construction Equipment
11 =Ed
ti
•
•
"t TY of ePPivn 1 of :
k PtCIAL y11pVld3nit
• al�elalWwpioru Mniaaftar amtalned $Uyst.". any cantlit", Piwiaiwu of tar r an,ut„
slaclflatlmt, and the for".M, �mdbanb to :1. standard sVaCll/"firma airs harmay side a,art ut Mr. cunttaat.
rher,.i r rafNM[s la Mde to the CNI.Ar, ouch referonCc shall hw CUnaf[.rM t, e n the
ewke Uuertut, city of antra. " his duly autawised repreemaCatiye. •e
]i{►1'eICPIIM (Y' WK
• The ways to be Wlfarned nude, Nu Contrast ,or.l.'a o1 tYrniehriul matnuels. ,ynil�nn4 t.ols,
laborver and other ot at ItemsinCldoetal thereto I61teptip and
or say Material*. Rillrnt, uH li tin
rear is s. 1f any, tec ." assets '.o forfitsnI by the City or others 1, pertpralp all
warp as refulked OY the Ctrect in tecotMMa itio Plana end apactflMtlena and Standard tpac-
If"o"lon" 11l of Vn1Cn are of a pert ha[M1.
yjYTL Gf„ kip QVIALIA,
•
waled Lida "III M rncxlvad by the City of Penton, rash!n4eon, b% Mimi vtN In. city clork,
nuNciWl V,Idrp, Penton. r.Shlptoy. until x:oil o•clack P.n.,Hptan{er]6. Im. n:a r131
be epeead and µlonely read aloud.
T1�cQllPlaTltrt
Tha Contractor tv eeeaptnl to di"gentlY Pweecute• N¢ .twk gua.onte. The psolect Mall he Completed with,, to comPlatlm in all falls And [e-
sari
Y Icq worktna days.
r Yovided, no•awr, flat Me City Council shall uAYe the, right uro, refusal et the public r..rtks
Deedrtre.6 city of Penh., wa[hl"ton, to ant¢nd the time of CawVleflw, of said prk, Na
extension anal! W valid unl ass Na sane M In vrltIN and eroda ma," by the rufNn Cumaaet
to ouch aatansico by the surety an the bond of the Contractor. Tine lost is saPbrin'l rn ear
work o material shell mat tumisn any aroYnds w the Cont derma. I., tlauip an astege/on at
time for Me aompletlm rt Me wort, add, shall not .lone the Contractor from
bll/ties tar fallouts to fomPlate to teak eithin the tine r dtnper or lta-
agUl[M
tr3:b1.5CklrinaTllw
Ccot[acn ton eurk under this Koo'saal eill rblrMte the Co u htr to,. and .0 ijoat ,Cto.$ not to
n iv':v iPlnatr (n anPloynant pfacti"6.
• ntYfIilfa IlNUr I-'tw,eTis.Cf ml
The Contractor shall nat"y all P""Ify ntr.w[s slurry the a It",coestrurtton erw, by Mil, pr;oY
" cm$lyattlm, a . and actresses rill be forn(aned by the
dines. The rfanK$Ctor arch
treatt M ttcVWncy on, win Yn,w of WYa Ivroi vY I.,.tkYCtim t
t .k each ndl,IY pre CI.rk. is Pars n
InuPP c. w
• The wrl Ny boon for Nis ..o1Mt rill W limited to reek days tl.", the Wiled 1, m
a.n. to _ in both„ the hours of work may I,e "a lerref
whtn It ie to the interest 4! Na Y bed at iha dueo[lm o[ Na eplMer
.1 sellers. pubile Ya the euneraetos dua to reaama of SAfat Y. health
"UVATt'o
. The :oatracto, $hall cdtf.rw to 6actlm 4-1.06 at Standard S'nritiCetrms kn rperd to W$rn
sit..
All material des,tr tad by the Lair...c to as wasted shall be Mitred. M
]orations salaried by the Connacenr. bed. a.d q�.read at the
'Iha Counselor shell have the resµena Nility of 4bta1nln4 his ten watts ttta. Ali work tnCludad
in NU $act(m "all be considered to W inct"I'"s to other maws of vnrk red Ua further
. conWMation vil he mad..
Tna routs taken to the were rite shall W maims vnetl solely by th¢ Contract., a a manna.
ae described hslw:
•
• "EC1111 p,,y S1MS rcone.i
=r�hVill.t NA"E 1 of s
Th.
tle ` ,actor shall be
s loddu e acbsary by the Clewred tc uae we
ttvckl,route, pro.pt reatae.ti Works
Director
dal� atthe ` tonof the routsialires s asWM0. aat Piabliof Joe, pod
The Contractor shall
°n an or
street whleh bs respo➢sibls
Contractor Is vtlllaed b (o[ contr°llinq dust
""PownG aanda, DA Prepared Y hie equlpa®nt foi the ddda°1�d
to use wtarin within Na prolact licit,Int-t and stud ab
Need naceegrY by the 6 ° crock', uOn °f Ns
will be w e for trot shall be c°netdar'glnear, [e avoid ctea�n,s enulean..
arePieces
Nta aeeeion. ee N ino,dantal t
• Ce,platnu ° the
Pro Jest, and eon
!» tr J° aunt, eud or unesf weroetlon
notice ct totterllon sof°dttactordAddeproaes pt and/or Property
received by she qGy. °'plaice Itwa will belcalled in cforaehoouuljdessptitiwyty 1. iWrittenl
I lia TA
nts be
1! all had in this c°ncn<t are a pare
Y defined In Kula 171, Issued bYothe E
aver is or An
fl. Ne °f Ne conacructian
WYeent xeip of a public r
The C°ncrset f °opus tesTon all at lalw of Ne Soh rood IaProvaeent
saw Section ?r °M11 lnrl ltaes, of Washington, Na
tint, bid
�l.pq vd° in old Sreciflcationa. Y car4ensatiry to.of the Standard 3 Fries' an
sh, tthid Project i' 'thee a that must be Paid.
PPIY Md De a aeparat.hl dvilm road earutruetlon, Gh e washlrgton state sales Tax
s Action 5-I•ps o
follovin f the Stands
rd Specifiuti
of NA neeawt"Ks'
for at, .TAe conc or shall roct notify
DY tAeeE the by e addition of the
ye,^
sT1 lsmauju nolneer s mirinta of a➢ hours in
advance
when the Contractor petTorua coot ttucti
felt/ (apt h°nta
[ae C,ottaet per wesk, on work over t
day
have °T Ahe1] retnD or on ,nY CllY Aol ids he accepted aigh2
the Iola aothorlG tree the cis Y. and Ne work (N1 Acura
I rat.
the dMCz�eilly the Contract Y In te[elnin Y ie ➢,°yaps of 121.00 pet�oy1ejr. tnePact3onr Nenor
. 4 the
. [Y6➢Y t,tr on CA eoflNlVr of ll
aeti,,t Intent and "id cats will bMe
dadeert L.rQ-sFacl 0 city B.ndu°
All delivery "Wine
• t suat be urns, in afterddi ACthetor dol 11e r At et a a "rPoae of..cam for
ver tree of dsllva lco Lttno quantities
a• By 1. Na/a�ant Pa Ysent
Will I» made ch ticket,
wlghrt toil alght ease for delivery ticked iWhich do not
tn show t N4ria1,
S rock mobet dare,
and whleh d
tale cerei flMtlo�; YPe of
shell D laL• 9rosa
b°D wf h • euprt ttaa as oar ly In
of all truek,a•Sus shell eaintaln the pre fact as Posaitle.
plicatla e wlrovidin oriel to record of Ne truck
en du o Nt
truck°valves endNcMtt fY9 ea euwItaht aNnot d ddllabryo tDla Cityae/the be attendant.
• 5TXCIAL PA SSMS (Cont,i
I at6
WVSky Qr TI YSTS '[ )
• b. Sv .,the, Mass
hethod for sea*uyA*ent and [ Iavvt for -canal brought tc the site by uthu
w111 be detemined by Contractor - wAA, agrsusent before Award of cen'.[aganYt. aAaM
SIM, WS2GW AWp 14AZ Ur_ 5� T�S
All motor vehicles of the Contnetor. SubContrActora, and sar uppliers n•_• to Ch. 46.44 of the Motor Vehicle Ls of Me State of Washington Mend Ne
Ants racfl in regard to site. waigh6. aM loeda of motor q0-11 Atriet ly adhere
11 l7 Yditioo and
as.
PAyeenwhicht w411the not be Leads for My material that is delivered in etcess of the legal weight
for vMi CIA is 1LCAnsed.
AnY gross violation of these ryulatiorl shall M rAportee to the affected law enforcAatnt
• agent.
The Contractox a to furniM to the Public Works Director a :lstLq Of all haul vahicl.a wed
on this project, listim the vehicle number, 11CAnse number. care w*ight AM licensed
1Md liait$.
HUSCLNTMCTIM AND SUP
r, A list of suboontrAotol$ An:, aupplL*ra that will be involved with this protect shall be given
G the Stginaer for his rsviaW and Approval ianediately After the Con"Act hoe bean awrded.
This list must to received by the EnpiMer before the Contract way be signed.
�'HMIGS OPffi PS
all additional work that requires cmpAMAtlon to the Contractor for itess that prices are
• not included in the contract sMll rpuire a written ChsMe order before work way be done,
The Contractor Mall be responsible for a.quiring the necessary chnge orders that are required
by any Of hie subcuntractore.
DfE-C(NSTWUCTIW CWAS
prior to the start of Construction. Me Contractcr, Engineer, all sub..entractors, Utility
Departwent, Telef:hone bwpany and other Interested d.ta, eants small attend A prsemer�rctlon
Conference, with time, plaes and date to be deGlmina a m ea[ award of tte a Leant.
5umaquently a rAapreAAnta"" of the Contractor will attend a weekly conferatKt to review
progtu. AM piscuee any "leer' that say be incurred. The time, i,late and ass to M
established at the pracoMtructlon cotferonc..
FILM OTyIC6
• The Contractor .hall provide a field of[LC*with have, lights. telephone And all weather
automobile aecen and parking ie A central location . the lob 'Lt.
for the MA Of
the
Engineer. The field office should he of surliclart site to accowatpata the inspeotor
wed allow adequate additional ram for me*tlrge of up to three 1)I people.
All *.pans.. Inctrrnd in suPplying the field office shall he ConAidered incidental to tM
• project.
6ANITATIM DA I rT2
sanitation fac""L vs 0611' bs provided In the or" of the field cffir. to Confect with
Sectibb 7-1.22 of the SGnbard Sp ifieatioM. All ..p A... incurred An wpplYing aceAq,
prkln9 and sanitation facilities $hail be Considered incidental to the pralact and noCmpeneat row, shall M red..
• DA0.=CT C_�mST�i_' �I X NTIrtCATIW fil21S (AOP_ey,y D -
The Contractor shall fuml.t AM 'Mtsll pretact iAdeAttficatLAA a!
project ma (1) weak in aavann of .Mtyvet Lon. The right shall a Afore ttoohthe An of the
apwlficatien* as per Attached sheets. Oe. $I,. of Nab t,p Atoll be lnefilled At Nch
And of the project.
• SPICIAL GPOVISIOIS IC:Ort.l a of 6
Par O "MST CTIl A' iDGNTIFI_A:[at_5IGAG llmkOl\Y PIIO.M[T 'aryl ( t 1
Censtruceao• Cyq�
• The Cptractor shall furnish and "Stall Con/trurtlnn gig" which COnforw tO Pert 6 of the I471
Adltion of Wnpi of Unienrs: Tratf" Central D 'C*s for Sir"" end Nayhwys. United dbatp
ftaparagpt of Trapportatlon - rederal Migbmy Adoiniatratlon.
The Coat of furhasbiny and plalitry all Construction and identification signs shall he
incides"I to the orOlect and no CspenaAtion will be pd..
LINGG AND GRAOSt
The frgineer shall have the clght to asks reaenp61* Changes In the grader as they are shown on the drMings. Gredea wall he estatllabwd in the fore Of offset stakes at distances not
greater th" SJ feat. Set In ""We of the wOr' . Wheravaa work is in progress. the Contractor
a hall Mve, in his agplO""t A worker coryatpt to set a Mttar board or Other e00Sbructlon true the Ilea and grade stakes qi"n by the tnginpr. vuida
• Such esployesa shall have the duty and [eapmsibility of placing and mint such cpaructlon
ofl des. A IMS. hoard /et with p Oce sneer's I*vel shall he oaed for all line/ rot on a grade
Of o.50s or leas. at least threa betty boards shall rpain in plate during pipe laying
O90"U ns, If, through the Contractor'/ np119enca. py Stakes shall he destroYW and require
rp*ttl", a sue shall be deducted fOM the Contr tor'' final Fapsent quival Mt to the extra
Coet " engineer"q squired for such rapt, agent.
The bear method Of establishing grad. cry be used providla4'
1. Nqupt for leas gVIWe t and wathn of oFormUnn *re S`ba'"W for City swiss And
approwl at least 5 days ear for to use.
2. CVWns are rheckW at loss, once rvery 5o teat And at least .1 floes daily by eonvtntiasl petbud*.
w
1. Roper anchoring Of pipe is Aerfom" in Iecatlrna share a bow is Min, ugW for awcavatfon.
The Contrator *hall arrange hu work to all. a rpaocahie tlws fa, the getting of atakea for
the neat Phae Of his operstion to prevant work dalsys Mile with, for construction guides.
6AUWM AND PIGM5-OT-"Y
The cwnar will Obtain all easaganta And fanchisea taqulr" for the pro Het. The Contractor
shall Bait his opecat"n to ifs amps obtained OW shall not tretWas on pritate property.
.l1ND PROVIDED By
no tamer NY C,cmide curtain lands, aS 1Wieatod in Connection with the work under the COotlact
together with the night of acOSIA to such laWt. The Contractor shall not uhruaaenWly eneuwber
• the prasbp with his equit enr. or pterlala.
LAK i'PPImp by C9NTr&'lM
The Oontrsctor shall prervlde with no Mobility tv the aaer any Wditiasl land and atie s
thereto not sham or dpetlbed that a'-, be require for tanporary coptrtwtlon tsCllltip or
Storage Of pterials. he shall construct all *rcaa rode, detour road*. Or other tagporary
work a required by his oparat"m. ThO cootractor shall Confine his equifaant, storage Of
' "lariat and OperAtion Of his workers to MOS6 arMS Sham and described and such edditiuwo j
area• a he My pMvlde.
IBSkzmzloi OF STM=KS MW SUPIAM
a• kepral. All COnatructlon work under this Contract on "Sagpts. right-oftiay, rn*r priwte
property or franchise, shall be conE"M ne the lusits Of each eaaaaesta. eight-of-way or franchise.
• All work shall hx 'ItOspllabed se a to Cause the least scurt of diaturhanca as a wioiwue Asount
of cheap*. IT* CoatrOcte[ shall aghtdule his work so that tranchea across "assists shall not hs
left oF'p duting vaektnds Or holiday$ and trpches shall not be left Open for war* than ed hours.
b. Structures. Mo Contractor Shall two" such existing structural as may be netteaary for the
pertorwate Of the work ard, if rquired. shall rebuild the /truttutp thus ragewad " a geed a
condition as found with atn.ls rqulr eats " Mrein specified. a shall Iigo repAit all exist
-
!ng Structures which way be d*Pagad as a result Of the work under this contract.
SPtCIAL Ph VISI0.IS Cant,% . of 6
WT sr0.. IM N Sryirmns Ilia SLr0.ACL5 i:mt.l
• C. All cultivated areas, .leher
agricultural rr lwne. and other surface tmprovaents which are lamagae by actions of the con-
tractor ondli be featured as nearly as poftible to Chair original Condition.
prior to secavatlon as An easement cc private right ro!wy, the Contractor shall strip tip a011
fra rho tranch Or e<battuctlon at" And stockpile it In Ruch a manner that It may be replaced
by has, upon csplltiwt of cM.tTWIS H. ornamental track And shrubbery $boll be carefully So-
• moved.with the pith gSroundirq their toots rrapW in bu.lsp and r.plAnt" in chair original
posltloms with in ae hours. All Ahrubbary or is"* destroyed. or damaged, shall be roplatm by
th Coatt"to[ with material of oqual quality at no additional coat " the Comma. In "hI want
that it is necessary to trench through any lams area,. the rod S"11 ho carefully tit A" rolled
and replaced after the tromchma have been backfilled. no lam area shall be elsamed, ty
weeping or other means. of all ear" Red debris.
The ContrAttof ehAll We rubber wheal equlfoaar similar to the wall tractor typo backh es used
by sift assay Contractor, for all mark. iaal"ipl excavation and beckfill, on easaaarte or
xights-of-rsy which have Iowa areas. All fences, markers. mail bases. or other tamponry ob-
stacles shall be rammed by the ^mtractor And laaedlately [.placed it,, trench is backfllled
in their original puaxtian. Tba Cuo",actor shall notify the Amer and property owner at least
Is braes in advance of any work done ow 1.6som to or rlghts-ot-way.
All construction work under the Contract an easoments, right-ofwy over private property or
fronehlse Shall be confined to the lint,* of Such waswentn, right-,if-way or lnnchise. Al.
hall work S ba aCeoep110W So AS to cause the least Amomt of disturbance and a minimum amount
of darawe.Tr. Contractor Shall sahedul. his woty So that trenches act". "*.onto Shall not
AS left upon durima weekend+ or hall",,, and treachre shall not be left open for or. than aft
hours.
Aamage to exiwtinq structures outside of vasmmeat areas that may result from dNtterixlq and/or
other cunotructlon Activity under this contract Shall W rector d to its original condition nr
better. The Original condition elan he established by photographs taken am/of intpection
We Wier to ematrneeton. All such work Shall ba done to tha satbhetion of the proporty
wmerk and the (lVnet At the expense :f the Contractor.
d. btrmata, The Contractor will Seems all raspotaibllity of restoration of the .ur Nee of
all streots itravelled ways) uaed by him it dasm od.
• In the event the Contractor does not. have IAboe or material imedlately Available to make
necessary repain, the Conttactor knoll Sr in torn the timer. The Omer will wake the neon sary
tepaixs am the cost of suoh repairs Shall be Laid by the Contractor.
A= ZME POLICY
W side samosa will ba installed until Such time as that swum of the main oamet pipe line to
which the sido ewer avo to be Contact" has bean tested by the contractor and . rmuomm of
oppromal [rA wCh xaat an hoa bear issued by the bwnet.
The Contractor Ina the Owner underet6m Am Agtes that fullwlM the i..uranee Gy t..e 0mn of
a memorandum, which. memorandum allnuves a specified section of the win pipe line, the Omor
may oudotire any sides ewer contractor, duly licensed by the tamer, to install and Connect and
test pie "mare aide Saverl to any Such approved male pipe line. After "a first aide smear
to actually connected to the main pipe line, the Contractor shall not M held r..paaiblo for
• any lorei" "ftar, debris, mud. And swage Smith reaches the main pip. line within I proviously
awav," ..tion. however, the Contractor to in no way relieved from the reepnn.ibil y am
g'aarAntn n.r811WeNte Am hereinafter set for" for material., workmanship And repair to Con-
tractor-installed pl,e line and Appurtenances.
It la further alut6t tood and agtsmd t!at during the Contractor's guarontee purl" if there are
any Indications of failure of the win pipe line or me or more side sa,rs, the burden of proof
A. to whether Me failuso is within the main line or the. aide ewer or ewers, shall seat with
the Onion however. if Investigation of such failure tanduct r by the mans+ disclose, that
such failure is on the main pipe 'ins, the Contractor shall make repairs and promptly reimburse
the Omer for actual cost at such investigatiM.
Tnsrfic CCHTML
Section 1-1,16 of the Standard SpediftcAtipa is oupplwonted by the following:
• SPECIAL PROVISIONS front.) 6 of 6
TMIPIC CQWML IG t )
The Cmtt&eto- Shall raintain detour routes and other rant.- u.ed by his Agvi Pant hack',
"t-rial. to and fro, ". arch.
In odaltlm. the lolla,i,g shall apply:
a. T.Oti1Y traffic and Fed-etui On a:c..s will be sa Nt&lned 6e directed by the Engln..r.
b. Local Polito and fire deporteent. shall be notifies, in writing, prior to ccnetructlon.
• c. togreas And Agree. for local [.rider&[. shall b msint.ined at all ti%e..
REMOVING ThRMC An �Ipnlr Sim
Tht Contractor Shall be responsible for -a nta'niAg And preservin9 -11 traffic And street elgns•
In "A -wnt it shall bO noces ory to reMov. or rwlogte a traffic ar .treat sign, th. Cmtl.ctor
shall notify the Sng imer of all NA changes lade. All signs rwoowd Nall M c01104 i by the
Contractor, who shall than notify the E,glna-r to hew the Traffic C1vi Aim [wove chase sign.
from the project sits to the City yard.
Wheat, work has been topletad And prior to Alid or" Ming openad to traffic, the Contract,,,
Shall notify the Engineer who shall .w No Traffic Division replace All Signs necessary.
hie
The Contractor 'he" be reSpunsible tot the pplacment of all signs lost or dam," due to
SOIL IIiPOMIMTIQc
The tidder shall Sake We own deductions and concluSi ona &A to the .tare of the materials rn
M excavated, the difficultla of a"ing end %i ih MiliAg r-gairei ..""tions, the diffic•itie.
Mich My art" fro[ sw suriar. conditions, N,d of doing any other work affected by the .ubourfacs
condition. and Nall accept full responsibility.
S"YAM
All sslaog. %&ratio' a noted m the plan 6m taken frm any of the dleeard-d facilities shall,
at. the engineer's de Seretl M. be c&refully alvagad and dwlivarad to the City TAMd
Any cost incurred in .&lv69ing Am delivering such Storrs shall be crosidsr,d incidental to the
project and no one onNtlm will oe node.
AWARDING Or CUITMCT
Awarding of contract will M based or, total awn of All .c
will be .f prices. NO [t1a1 bid.
accepts&. pe
11OIUAUM 2M&fi
S¢tiM R-1.Cs is Seemed as follow.,
Llquld6ted damages for failure to complete Ns contract within the specified time will result in daSaq. being aseessad a ;,or the follming tAOL:
i=U-t P11na Is+'AWAU Riftu
C - e SO.000 s 50.CCA klnq day
f SJ,d00 - 31501000 f100.00Aearklnq day
S15C,000 - $250,000 f10C.001working day
S150.000 and ow. $300.0CAorking day
no above figure d,• not Include coats for lnepectim, supervision, legal aspens. and court costs incurred beyond mntteet sayl-tim doe-. The cat et Acdit lo.l ion peetion 6m our[
v", eAAt1 Man 6nonlrt .ales' to actual salary cost plea me homrso percent (10,A)for
• super-
",hood.she
ASl WAITY Or TIa
The Engineer Shall have Sole &un='ty to change And/or r"olat- work hour&, %.thods or 'motion
of work to ac,calmoc- Actual field camltime.
CONSTRUCTION DIRECTION
Construction shall begin at the southerly end of the project ar;d proceed
northerly. The Tie-in to the existing 10" main shall be completed after
waterline construction and testing.
MATERIALS
The Contractor shall supply all pipe, fittings, gate valves, 12" outside stcni
and yoke gate valve with valve chamber, cast iron valve boxes and their
required accessories, concrete blocking, shackle rods, where required, valve
Tgrkers, and all other ;materials necessary to make a complete water mair
installation.
CONSTRUCTION EQUIPMENT
Drivers of motor vehicles used in connection with the construction or repair
work shall obey traffic rules posted for such locations, in the same manner
and under the same restrictions as provided for the drivers of private
• vehicles.
!t is mandatory that doting the hours from 5:00 PM to 7:00 AM, no construction
equipment or vehicl-s occupy or be lurked or stored along/or adjacent to the
existing gravel rod form Station 3 + 06 to Station 8 + 06. This restriction
A oPlies to work days, holidays and weekends.
•
•
TECHNICAL PROVISIONS
•
•
•
•
TECHNICAL PROVISIONS
• TP-01 GENERAL STATEMENT
TP-02 STANDARD SPECIFICATIONS
TP-03 EXISTINC UTILITIES
'I1-04 WAI'ER MAIN AND FITTINGS
TP-05 TRENCH EXCAVATION, BEDDING AND BACXFILL
• TP-06 VALVE ASSEMBLIES
TP-07 FIRE HYDRANTS
TP-08 REMOVAL OF EXISTIN(t S'IREE'T IMPROVEMENTS
TP-09 RESTORATION OF IMPROVE, SURFACES
TP-10 0U5'T CONTROL
TP-11 CLEAN-UP
•
•
•
•
•
•
T
•
TP-01 ^;ENERAL STATEMENT
•
This section, technical provisions, is devoted to features of on-the-site
conditions wnich are Peculiar to the facilities to be constructed for W-611.
Articles, materials, operations, or methods mentioned herein or Indicated on
the drawings as being required for the project shall be provided by the Con-
tractor and he shall provide each item mentioned or indicated and perform
according to tho conditions stated in each operation prv�cribed and prnvidc
therefor all necessary labor,, equipment and incidentals necessary cu make
complete and operaIle installation.
No atleaPt has boon lade in [home speciflcatic�a or plans Lo segregate Wr1.
• covered by any trade or subcontract limits will he solely a matter of speci-
fic agreement between each contractor and his subcontractors, and stall not
be based upon any inclusion, sagragstion or arrangement in, or of, these
s Pociflcations. Ttx Contractor and subcontractor in ,each case is warned that
work included In any subcontract may be divided between several general
,Pecificatiuns and that mach general specification or sub-head of the
tech-"'cal specifications may Include work covered by two or more subcontracts nr
work in excess of any one subcontract.
TP-02 StANDARD SPEf.1F1CAT10NS
Ali work under this contract shall, i❑ general, he performed In accordance
•�" with the applicable provlafans of the red yStan lord Specifications Chapter
for Muni-
cipal Public Works Conat cacti ton' prepared by the Wos hen gtun State ,
American Public Works Association, and in accordance with the requirements .,f
the City of Renton, except as otherwise amen.'ed, modified, or specified in
chase Technical Provisions. items of work not epee if ice ley covered to these
Technical Provisions shall be performed in accordance with the requirements
specified in the AFWA Standard Specification,, and in accordance
City of Ronton requirements. with the
TP-03 EXISTING UTILITIES
If, in the Prosecution of the work, it becomes necessary to Interrupt existing,
• surface drainage, sewers, underdraina, conduit, utilities, or similar under-
ground eree, or Parts thereof,
and shalll take take all the Contractor shall he responsible for,
necessary precautions, to protect and provide temporary
services for sane. The Contractor shall, at his own expense, repair all
damage to such facilities or structures due to his construction eperatione,
to the satlafactlon of the Engineer; except that water and sewer lines will
• ired by the L'I il
be repa try Department at Contractor's expense.
There are various places show Onthe Construction Drawings where the new
waterline will cross or connect existing facilities. All elevation and loca-
tion information show are calculated from prior construction records which
are not always accurate. Therefore, all cn.saing or connection locations
moat be excavated and verified by the Contractor prior to laying of pipe Pi
the near vicinity of these cross ing/connections.
•
•
TP-04 WATER M.Al�Ni ANU FiTTf NGS
v A. GENERAL
•
All pipe sizes, as shown on the drawings and as specified herein, lr,, in reference to -numinW diameter, unless otherwise indicated,
All pipe shall he fabricated to fit the plan shown an the drawings. Two
types of pipe shall be used throughout the entire project except a$ neces-
• *sty to with existing piping or as otherwise specified by the Engineer.
Where rolucattuo of or n•pl.,ccment of exla lnK VIPL,g (s ic cssory chrr in t�
construction, materials s+used shall match the existing, wb)ect to the
approval of the Engineer.
The waterline shall be referenced where shown, a,, the plans with concrete
• waterline markers with distances clearly labeled. The concrete markers
shall he Lundberg Concrete Company markers, or approved equal. set flush with grade. Furnishing and installing erkers shall be considered inctdpn-
tal to the contract cost.
111 pipe, valves, fittings, and specials shall be fur water working
pres-sure as described in the following specifications and plans and shall
conform to Ll,c requirements of the applicable sections of like AMA Stan-
dard Specifications as modified herein.
B. DUCTILE IRON PIPE
• Ductila iron pipe shall conform to ASA SPectf tcatton A21.51.1971 (AW1A
C1S1-71 Crude 60-42-10),
Ductile iron pipe shall be cement lined and sealed In accordance with
ASA Specification A21.4-1964 (AWWA C104-!4), 4` through 8" pipe shall
be 1/16" cement lined anti 24" pipe stall be 3/32" cement lined.
•
The p[pc joints shall conform to ASA �peciflcatioa AZ1.11-1964 (AWWA C 111-4). Pipe Joints shall by Tytan Joint, Mechanical Joint �w approved
equal, as required by the bid proposal description. Approval moat be
obtained prior to bid opening.
• Pipe thickness class shall he as required by the bid proposal description.
C. POLYVINYL COLORIUL (PVC) P1PE
Polyvinyl chloride (PVC) pipe alall conform to AWWA C900-75 with •mtefch
diameter equal to cast iron pipe and with gasket bell ende. Mialm e
wall thickness shall be equal to or greater than nR of 18.
All PVC water pipe shall he considered flexible conduct.
Joints shall conform to ASTM 0-3139 using a restrained rubber gasket
conforming to ASTM P-477.
•
i
•
D. PIPE FITTINGS
• Cast iron Pipe fittings shall he Class 250, as Per ASA Specitication
A21.10-1971 (AWWA C110-71). Fittings shall he 1/16' cement mnrtar linen i-,
accordance with A21.4-1974 (AWWA C104-74).
Joints for tittings shall he Neclrsical Joint as Par ASA Specification
A21.11 (AWWA C111-64).
• The nhnvc shall hold Iroe unless called not otherwiso on the plan. .a' in
the bid Proposal.
•
•
•
•
i
•
i
•
F.. PIPE INSTALLATION
1. General
•
Conform to Sectln 74 of the Standard Specifications except as herrtn
modified. Jointing stall conform to the manufacturer's recommenda-
tions. Cut pipe with approved pipe saw. only. Koep pipe pinjW d
except during actual pipe laying. The inspector will stop work un-
less an approved plug In on site and available.
•
Pipe lay lag slw ll he done In accordance with the Spual[(cat luny and
instructions of the manufacturer of the kind of pipe used. The
installation of PVC pipe shall conform with the recommended practices
and precautions given in ASTN D2721-74. Tools designed especially
for lnatalling ouch Particular type and kind of pipe shall be used.
• All pipe ends shall be square with the longitudinal axis of the pipe
and shall b,• reamed and uUnerwiae smoothed so that good connections
can he made. Threads shall he cleanly cut, flaring of copper tuhlnc
atoll be accurately and smoothly done, and all operations for any
special type of pipe, Joint or connection shall he carefully done to
accordance with the manufacturer's instructions.
•
All pipe fittings and valves atoll be carefully cleaned of all dirt
and foreign material as they are placed. The open ends of pipe and
fittings shall be plugged with a temporary watertight plug whenever
work is stopped and/or when water in the trench threatens to enter
the pipe. Groundwater shall be excluded from the pipe at all tames.
•
2. Special Anchorage
Provide concrete blocking at all fittings and horizontal or vertical
angle points. Conform to the Standard Detail for General Rlocklnn
herein and the A%fA Standard Details for vertical blocks. All
fit-tangs to be blocked shall he wrapped with visqueen. Concrete black-
ing shall be properly formed with plywood or other acceptable form-
ing materials and shall not be poured wound Jofnte. The forma
shall be stripped prior to backfilling. Shackle rods, where re-
quired shall he installed with the use of shackle lugs. All shacklo
rods shall he galvanized or coated with two coats of asphalt varnish,
• Federal saeciffcation TT-V-Sla or J.A.N.P. - 450.
1. Connection to Existing Pipe and Structures
Connections to existing piping and tie-ins Are indicated at the
drawings. The Contractor tilt verify all existing piping, dimensions
• and elevations to assure proper fit.
The Contractor stall provide all materials, equipment and labor
necessary to install all connections as indicated an the construc-
tion drawings, EXCEPT the City shall close and open all existing
valves. The Contractor shall cut the existing water roam, perform
• all the excavation, materials assembly, concrete blocking, install
the pipe material necessary to make the connection and all bedding
and backftlling. The Contractor shall, At his expense, transfer all
salvageable material to the City shop.
•
•
7. Connection to Existing Pipe and Structures (continued)
During the tie-in to the existing 10" main the pressure on the
• existing system most be shut down. This tie-in must be made in
4 hours, during times designated by the Airport Oper„tione Ofti :c.
The Contractor shall be responsible for the protection of all exist-
ing Pipinr a'd .lppurtenaor,, during cun;,tructiou fled shall [aka care
not to damage them or their protective coatings or impair the a cart
• tion of the ex iating system in any way.
F. TESTING
I. Central
• Hydrostatic pressure end leakage tests on the made in accordance withapplicable rev pipeline shall be
sU and Section 74provisions of AWWA C-600-77 or
as modified modi f iad herein. of the APWA Standard Specification,, except
a
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.
Any blow-off assemblies which may be required for testing shall he
supplied by the Contractor.
2• Pressure Test
Prior to acceptance of the system, the entire System not installed by
City forces shall be @object to hydrostatic pressure testing at
200 psi. Any leaks or imperfections developed under said pressure
shall be remedied by the Contractor before final acceptance of the
• system. The Contractor shall shall perform all work provide all necessary equipment and
connected with the teats and conduct slid
testa in the presence of a Utilities Department Inspector. Insofar
as practical, tests shall be made with pipe joints, fittings and
valves exposed for inspection.
d. Leakage Tests
• Leakage toetS shall be made after the pressure tests
satiafactor i ly completed on the hewn been
the pressure teat. new pipeline or concurrently Fi•1,
The hydrostatic pressure for the leakage tests
shall be equal to 1Do psi.
• G. DISINFECTION
Disinfection of the new water system shall he required prior to completion
of the project and shall be in accordance with AWWA Standard Specifica-
tion C601-68 and Section 74 of the APWA Standard Specifications and shall
meet the acceptance of the State of Washington, Department of Health. The
• initial concentration of chlorine in the li^,e shall be 50 parts per
million and this solution shall be held for a period of 24 hours. Disin-
fection of the entire water system installed or disturbed under Chia con-
tract, including pipe, pipe fittings, valve, and appurtenances, is re-
quired to conform with the specifications stated herein.
•
H. MEASUREMENT AND PAYMENT
• The price at linear foot for installing the water pipe, of size and
quantity listed in the bid schedule, shall constitute 0.11 compensation
for the water line, in place, complete, including: all pavement removal,
excavation, trenching, native backfill, foundation preparation, compac-
tion, pipe, pipe laying and jointing; sheeting, shoring and dewatering,
connections to existing piping, pipe markers, and furnishing and installing
• all fittings. Pipe measurements were made through fltc logs end [hare-
fire do not represent the nctool oxaet Pipe lengths to he installed.
Concrete blocklne,, shall he 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. All Lie rods, except those
• used In hydrant assemblies, shall he measured and paid for at the applicable
contract price, per linear Ln,[; p[ymenL of which shall ce„athlete full com-
pensation, for furnishing the material, including shackle lugs, in place,
complete.
TP-05 TRENCH EXCAVATION, DF.DDINs AND aACKf1LL
• A. GENERAL
Trench excavation hackfill, foundation preparation and bedding for the water
line and appurtenances shall be in accordance with the applicable provisions
of Section 73, APWA Standard Specifications, except as modlfied herein.
• a. EXCAVATION
The Contractor shall inform and satisfy himself ss Lo the character,
quantity, and distribution of all material to be excavated. No payment
shall he made for material which L, used for purposes oth+r Lhan those
• designated. Should the Contractor excavate below the designated lines and
grAdes without prior approval, he shall replact, such excavate" with approved
materials, in an approved manner and condition, at his own expense.
The Engineer shall have complete control over the excavating, moving, Planing,
and disposition of all material, and shall determine the sultahllity of
• material to be used as backfill. All unsuitable matertal shall he wasted at
a site provided by the Contractor.
Excavation of every deacription, classification and of whatever substances en-
countered within the limits of the project, shall he performed to the lines
and grades necessary for embankment, pipe bedding and structures, and as
• indicated on the drawings. Temporary drains cold drainage dtcchxes shall D,.
installed to intercept or direct surface water which may affect the promotion
or condition of the work. All excavated materials not meeting the require-
merits for backfill and all excess materials shall he wasted at a site pro-
vided by the Contractor.
• No separate or extra payment of any kind will be made for storing, handling,
hauling, manipulation or waste of excavated materials.
•
•
C. FOUNDATION PREPAxATION AND BEDDING
Foundation preparation shall be in accordance with the applicable provisions
• of Section 73, APWA Standard Specifications, except that for ductile iron the
bottom or, the trench must be shaped to uniformly support the bottom quadrant
of the pipe throughout its entire length.
For fuctile iron pipe in use unstable o, unsuitable existing material is en-
countered at the trench bottom, the Engineer may direct the use of sand gravel
• bedding material in accordance with this section. Vet trench conditions
will rot necessarily be considered os an indication of unstable conditions.
The trench shall be dewarered and an inspection made by the Engineer to
determine the suitability of the trench material. All costs for dewatering
shall be the responsibility of the Contractor. The price per ton for bedding
material shall be full compensation for selecting the source, furnishing n,l
• placing the material as outlined in Section 73-2.06.
Material to be used for bedding for PVC pipe shall be sand-gravel material
as listed below. Redding shall be placed in men• than (Inc lift. The first
lift is to provide at least 4-inch thickness under anv portion of the pipe
and shall be placed before the pipe is installed, and shall be spread saauthiv
• so that the pipe is uniformly supported along the barrel. Subsequent lifts
Of mot more than 6-inch thickness shall be installed to 6
crown of the pipe and individually inchesit the
compacted [0 90; of maximum density as
determined by ASTN D698-58T, Method D.
Bedding material shall be a clean sand-gravel mixture free from organic
matter and conforming to the followin
• with ASTM U-422. R gradation when tested in accordance
V.S. Standard Sieve Sizes Percent Passing by 4eight
3/4 inch IOU
3/84 inch 70 - 100
IO 55 - LOU
35 95
20 20 - 80
�140 0 10 - 55
#200 0 ' 10
• 0 - 03
The price per ton for bedding material shall be full compensation for
selecting the source, furnishing and placing the material as outlined in
Section 73-2.06.
• D. TREbCl1 BACKFILL AND COMPACTION
1. General
Excavated materials that are free from mud, muck, organic matter, broken
bituminous surfacing, stones larger than 8 inches in diameneion and other
•` debris shall be used for backfill except where otherwise required.
•
•
2. Initial Backfill
• For ductile iron pipe initial backfill shall be placed around the pipe in
layers Out exceeding eight inches in depth and each layer shall be
thoroughly compacted by mechanical tampers to at least 95 percent of
.naximum dry density at optimum moisture content as determined by Standerd
Proctor Compaction Test, ASTM Designation 3698-58T, Method D. All work
related to the testing of the compaction, including proctor tests aM
• compaction teats shall be taken on the pipe trench areas. The locations
of the tests shali be selected !y the Engineer. If one or more mats do
not meet the specifications as stated above, additional tests will, be
taken as requested by the Engineer at the Contractor's expense.
3. Subsequent Reckfill
• All subsequent backfill under stre^t. and shoulder areas shall be placed
in lifts not exceeding 8 inches in loose depth and each lift compacted
deto t etrm leaac 95 percent of aas[aum density at optimum moisture content as
i and by ASTM Designation D698-58T, Method D. in place density
determination shall be made in accordance with ASTM Designation DI656-5R2,
• except as otherwise approved by the Engineer. Testing for compaction
in the improved areas shall he in accordance with the testing As listed
in the section on initial backfill.
`• Payment
.- No separate or eALra payment of any kind will be made for compaction,
wetting, drying, water, or processing of materials, but shall be included
in the applicable unit price paid for the water line in place, complete.
E. SELECT TRENCH BACKFILL
• Select trench backfill for the pipe shall consist of crushed or naturally
occurring granular material from sources selected by the Contractor. Thr
source and quality of the material shall be subject to oppro-,al by the Engineer.
Select trench backfill shall meet requirements for bank run gravel, Class IV%
as outlined in Section 26-2.01 of the Standard Specifications.
• The horizontal limits for "souring select trench backfill in place
be the sides of the excavation except l
no payment will he made for material
e ashall
replaced outside of vertical planes, 1.0 foot outside of and parallel to the
barrel of the pipe and not the bell or collar.
Any excavation in exctss of the above requirements shall be replaced with
• the nativa material or select backfill, as directed by the Engineer and at
the Contractor's expense. Select back[ill shall be placed only in those
Places designated by the Engineer.
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. No separate payment of any kind will be made
._ for compacting, wetting, drying, water, processing of materials or removal
Of unsuitable soils.
•
•
F. UNSUITABLE FOUNDATION EXCAVATION
._.. Unsuitable material shall be excavated by the Contractor as directed by
• the Engineer to give the compacted backfill full hearing on solid ground.
Old fills, . stes, or unsuitable materials, including logs, stumps, Twat
or muck will be excavated when, in the J,dgment of the Engineer, these
materials will Impair the stability of the backflll.
All costs and expenses involved in displacement or removal of unsuitable
• materials shall be incidental to the cost of the water mein. Neither
separate or extra payment of any kind will be made for storing, handling,
hauling or manipulation of unsuitable excavation.
TP-06 VALVE ASSEMBLIES
• A. GATE VALVES (6" THROUGH 12")
Cate valve, shall be cast iron body. non-rising stem, full hronxe mounted
with double disc gates. All valves shall he designed for a minimum water
operating pressure of two hundred (200) pounds per square inch and shall
conform to ANNA Specifications C-500-71 and any subsequent modification
• thereof. Each valve shall he "0" ring type, provided with a standard
square operating nut, and shall open by turning counter clockwise (left).
The valves shall he I04A List 14, Mueller A-2380, Pacific States, U.S.
Metropolitau, Kennedy, or M 4 It.
B. OUTSIDE STEM AND YOKE (O.S.4 Y.) GATE VALVE
•
O.S.4 Y. valve shall be cast iron body, flanged ends, conventional packing
with lockable handwheel, full bronze mounted with double disc gates, parallel
seat type. Stems shall he fabricated from solid bronze rod having a high
tensile strength, with electrically upset thrust collars. Valve shall I,e
designed for a minimum working pressure of one-hundred-seventy-five (175)
• pounds per square Inch and test pressure of three-Ismdred-fifty (350) pounds
per square inch. Valve shall be listed and approved by Underwriters Lahord-
tories and Factory Mutual, O.S.4 Y. valve shall be Mueller, Smith, Kennndv,
or Approved equal. Approval must be obtained prior to bid opening. The
lack shall he provided by the Boeing Fire Department.
• C. VALVES AND VALVE CHAMBERS
Valve installation shall be in accordance with Section 75 of the Standard
Specifications except as modified herein.
Cate valves (6") shall include an 8" x 24" cast iron gate valve box and
• extensions, as required. Gate valves (12") shall include a valve chamber.
The 12" O.S.4 Y. gate valve assembly shall include U.S.4 Y. gate valve
(FL x FL), I" bypass valve assembly and a precast concrete vault. The City
of Renton, "Standard Detail for Valve Chamber", is also bound in these specl-
ficatitma. Valve chamber mast be modified to accommodate Additional clearances
• required for rising-stem and handwheel.
Valve chambers shall be in accordance with Section 76 of the Standard
Specifications except as modified by details bound In these specifications.
•
• C. VALVES AND VALVE CHAMBERS (continued)
ti All valves shall have concrete valve markers with distances clearly marked.
The concrete valve markers shall be Lundberg Concrete Company, water valve
markers design or approval equal.
D. MEASUREMENT AND PAYMENT
Hydrant auxiliary gate valves will be paid for under Fire Hydrant Assembli.•s.
The 12" O.S.6 1. gate valve assembly shall be measured and paid for at the
applicable unit price per each, in place, complete, which shall constitute full
compensation for valve, concrete vault, steps, concrete valve marker and
all other necessary accessories fo< a complete installation.
• TP-07 FIRE UYDRAN'rS
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 2-1/2" hose aczzles with
National Standard 7-1/2 threads per inch and one 4" pumper nozzle with the new
Seattle Pattern A threads per inch, 60' v. threads, 0. D. thread 5.875 and root
diameter 4.6263, l-t/4" pentagon operating not and opening by turning counter clock-
wise (left). Hydrants shall be constructed with mechanical joint connection un-
less otherwise specified in bid proposal description.
Fire hydrants shall be of traffic type and provisions shall be node for drainage of
barrel to protect unite from freezing. Fire hydrants shall be of such length as to
be suitable for installation with connections to piping in trenches 4-1/2' deep
unless otherwise specified. Fire hydrants shall he IOWA, Pacific States or approved
erual. Approval =at be obtained prior to bid opening.
Fire hydrant assembly shall include: C. I Tee (MJ x FL), 6" Gate Valve (FL x NJ),
6" C. 1. Spool (PE x PE), 5" MVO Fire Hydrant (NJ Connection), 8" x 24" C. 1. Cate
Valve Box, and 3/4" Shackle Rod with accessories and two concrete guard poets.
Paint shackle rods as specified in Special Ancnorage of this section.
The hydrant shall be for a 4-1/2' bury unless otherwise acted on the plan. Upon
completion of the project, atl fire hydrants shall be painted to City of Renton
specifications and guard posts painted white.
The City of Renton Standard Detail for hydrant assembly and hydrant guard posts is
bound in these specifications.
Fire hydrant assemblies dull 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, spool, fire hydrant, shackling, installation of blocking, bracing
drains, fittings, and all other necessary accessories for a complete installation.
TP-08 REMOVAL OF EXISTING STREET IMPROVEMENT
A. GENERAL.
Conform to Section 52 of the Standard Specifications.
•
B. PAVEMENT REMOVAL
• The Contractor shall inform and satisfy himself as to the character, quantity
and distribution of all pavement removal. Removal of existing pavement shall
cover all types and thicknesses of pavement.
Cut pavement, or other street and road surfaces to a minimum width which w111
permit the proper excavation and bracing of the trench and allow for passage of
vehicular and pedestrian traffic. All pavement cuts shall he smooth straight
• lines or to the nearest construction Joint and shall have clean vertical faces.
C. PAVEMENT COST
All cost of pavement removal shall be considered incidental to the contract
cost.
• TP-09 RESTORATION OF IMPROVED SURFACES
A. GENERAL
Roads, streets, sidewalks, driveways, shoulders and all other surfaced areas,
• removed, broken caved-in, settled, or otherwise damaged due to the Installation
of improvements covered by this contract, shall be repaired and resurfaced to
match the existing pavement or landscaped areas as set forth h, these specifi-
cations.
_. The ends and edges of the patched and resurfaced areas shall meet and match the
• existing surface and grade, and shall terminate in neat , even lines parallel to,
and at right angles to the roadway. No piecemeal patching or repair will be
allowed. Damaged, disturbed o- otherwise affected areas, shall have the edges
of existing pavement trimmed back to provide clean, solid, vertical feces, free
from loose material.
• R. AREAS TO BE RESTORED
1. Existing asphaltic concrete surfaces shall be patched with 2" of aspf..alt[c
concrete Class B over 4" of crushed rock base course.
2. Existing shoulders and existing gravel surfaces shall he repaired with 4"
• of crushed rock surfacing.
1. Existing Portland cem-•nt concrete surfaces shall be repaired Fith Purtland
cement concrete to match the existing.
C. TEMPORARY MC COLD MIX ASPRALT
• MC cold premixed asp halts: concrete shall be required in Pavement areas for
temporary patchl g on this project, where directed by the Engineer.
Furnishing and installing MC Cold Mix shall be considered incidental to the
contract cost.
• y D. MINIMUM PATCHING WIDTH
The maximum patching width in trench area will he 5 feet. Any patrhing d.,ne
beyond this limit will be done at the Contractor's expense.
•
-. ASPHALTIC CONCRETE SURFACING
• The finished patch shall provide a minimum thickness of 2 inches of asphaltic
concrete over 4 inches of crushed rock base course.
Before placement of the asphaltic concrete patch, the base course materint
shall be shaped to the as" section and slope as the finished grade and ccn-
Pacted to 100 percent maximum dry density at optimum moisture content as deter-
mined by Standard Proctor compaction test, ASTM Designation D698, Method I).
The asphaltic concrete patch shall be placed over the base course so as to
obtain a minimum thickness after compaction of 2 inches and shall match the
existing surfacing. The asphaltic concrete shall be rolled and crossrolled
to obtain thorough compaction. The edges of the patch shall he scaled stall
• asphalt grade RC 70.
base course material shall meet the requirement set forth in Section 23-2.01,
APNA Standard Spec if Scat tons.
Asphaltic concrete shall be hot plant-mix. conforming to Section 34, APHA
• Specifications, Class B. Paving asphalt shall be Grade AR 4000 or meet the
requirements of Section 27.
Asphaltic concrete patching shall be measured and laid for It the contract
Price, per square yard; payment of which shall constitute full compensation
for the resurfacing complete, including subgrade preparation, Preparation of
•`— and connection to existing pavement, base course, tack coat, finishing end all
necessary incidental Work.
TP-30 DUST CONTROL
The Contractor shall provide a minimum 11500 gallon capacity water truck with a
pressure spray system designed for street cleaning. The streets shall• of dust and del -is at the end of 6e cleaned
each Working day. In addition, pruvide sprinkling,
as necessary la%'ate dust nuisance or as directed by the Engineer. The
Contractor 'ain a fire hydrant meter from the City Utilities Department
and xren re n ttment
�nC er use. A31 costs of maintaining dun[ control on this pro-
ject will be ,red incidental to the contract cost and no sap..rate payment
Of any kind will oe made.
TP-11 CLEANUP
During the time that the work is in progress, the Contractor shall make every
effort to maintain t'a site in a neat and orderly condition. All refusal broken
pipe, excess excavated material, broken pavement, etc., shall be removed as
• soon as practicable. Should the work not be maintained in a satisfactory con-
dition, the engineer may cause the work to atop until the "cleanup" portion of
the Work has been completed to the satisfaction of the owner and/or the
engineer. All coats of cleanup on this project will be considered incidental
to the contract cost and no separate payment of any kind will he made.
•
STANDARD DRAWINGS
lrm r�.
• PLAN
• .en ..ry w r.n�.ls•e
r wtW�nl i«v
• fr nn.W. .wvt w.
' lv nup..,,u..paw .YYr•�n'twra fnr w..,p
( . .Y 4trl! r'Y ry;tl Mw l Yn' 1.n.I.YW ryrn nli
� t i!1MM rn rir / M1..tiW n 4 '.n..p [y(.l•
H
�.l nbR[r 1t4y.
4 WtRP.r IIN i W.IMiilu�W nn
I'WI Yt 11Y41_
I ��� J 1 Nbl Op ptYp
.. .e• �1"'W n b rn W 111•M•r�n�
\IYp n r.l �.1 �.• 11 \W
M1r.WN11 WtiNM I � _�I fY..R IA IY n!'+Y
� nW l.•�fl Fl rp Wi.\ �. i•
�I�AVf"♦TY�j.M3yf. !`��N.N �qa b.
tilt Sf/,t�1151 i1r�• t kYw. ef�y M�.�tAtr
ON
• F-- ., eLEv
Z�� BLOW-OFF
ASSEMBLY
WATER STANDARD DETAIL
• CITY OF RENTON
DEPARTMENT OF PUBLIC WORKS
ranwu •sn
• i .Maa M IY tt>♦[Iral .M nn
� • 1 {lWlrw\.t•rn
/M VN 1/f.1iµ t YII Wy
Iya 11 Y\Y\t• ..nIN M
I � rlY nn Iµ1
PLAN
• I ��1•In w fwlY a w fr faw
•Y Mi ntYYl µ\Y`•i yf\w01 IwfYrl IIi\M•\I � IIF P'Wn.art,y4 N'/Y n•h•
nYfii,s• Yrµ `
pf\♦,Y IV I.Yif,µ\I Y`IGe�t aI/Y trt. t}'Yl
• {' fY(V1f µylaM µlY
I M.rtwl Mitu
w�uiii —.._•_ _ 1 .11tur trY1 fw n
' rr•IY m rrn w....`
f :MI µ YtitVi M�tart�� _•t.Y M Vf1Y`1f�T cawtn, rh.
1
1
• I I _ .• �.1 I _. �V.Yt, . Iµ1Ya Na.11nµ•1 fW IY+M
• -._. .- - � .�.. •1.Wfp Iti I.pr.r[q/CM9
v.[ •I': "i` � {C�n . µY Yl µ � µMY.rn M fMy,l nI.
' .. arint..yM1t, •h•.v atl•MwC
ELEVATION ELEVATION
• 12" GATE VALVE INSTALLATION
•
WATER STANDARD DETAIL
CITY OF PENTON
11 r01r.11 DEPARTMENT OF PUBLIC WORKS
•
TIE POO SELECTION TAALE
r
..LN- Y! III-•--r—.-..
W
N 1Y p.pe Il/•
M" Ip NIIY
IA•
1. llpl 1p la.pl pll\M y W llylt IIYMrt N M.O.11
p IIIv4
1%Wf W1 nw waNW-fMv^RM w0..r tt.•.I H yr.al M Ip a W Yb.•wtlw ql
• l IWyryp W!W ppp4 Ws.p r%Yp{rtfyfe Yyl a
ppw41 p ball W W4 p W by
• %11�MU 11 MbbY.wl Ir1N we r[rn grhn pppr 4 bV1Rpp jpn IY el1 wwM wr Iw{yatl,
!. ppl M gwlly p1pyR 1ppYelp p lyNl W11 R p•v
p aWil W v%lyf n qar rt Ml W%�W Jpn
I IYt
uY iw•{Irwrw y YY114 'la+w p fw .rty+n.clyoylly.YYtYY IWW 1 4Y(y1w•.M pNWI
CAST ON LUGS TIE BOLT 'DUC.LUG"• FIRE nYDRANT AND G W{ATE VE RETAINER CLAMP
TIE ROD ATTACHMENTS
•
•
WATER STANDARD DETAIL
CITY OF RENTON
• 'O1 '° '°• ' DEPARTMENT OF PUBLIC WOPKS
CONCRETE KOCKM SUM PIlOC[Om
♦Iraq rrm.N qy,w'r'Nr bMN 4,1.[Yr rw,wr �....
h. 4
x.•W�n Mw,'M N.w.r,N M{r M.q« ml'�x11w N4.r• I F IN wN NlrrN'W N IN Nu«.Nw:,Iq4!. I'..•
CAP
• 1 Irw. •s..� ..•Ip.�r�..,.w.wr n ,'
It
kWN.h. 141N fl
•REM.nr.. III MI
•gMNf 1•kx
• a .'MNtw.wn+rP wl yl ylm.N 0.0
V: -IIM1vIN,ya N 14 Myr eNN:,qlr \
., ,N,r .rNa nr IN.. ,eliM .,Irl .via....,....•
y 111me W..•
�4NIl.YY ,� • I 1,
y KMO
1.,.11 Nx,w lx . :.a M, a• NI' BERG
Inv,,
TT•iN.
I yIv rlw,N N.w Fp/yl.ImP'! �n •I FIGURE I
N enLlNh« NptE f(Y1 C4 l VER1 1 FNa.r[«anu MN a4«.JJxtf-'-. KIIL BE46 81.OI.NKs:;. SEE M1YA StAfOElO
FM•W•..I.)twM.Y.,4,1.Ir' TABLE I
•M.4n kl.eMM .,N w aY •u x
wl n
}I w Nr aln •)IYy y.e�
.�w< ..: �.h.:..l�.« •..hM w xW f' � 1 W em m.. 11�1 a •wq M'a y MMy. V lq 1 In_ s)m )Ne )A•e NNII«iY Wu,i.N1[w NNY
I u' V' e1 a fm I CM l 510 1 Ne
y Iri ii�F}- N.fb q.Ne - eip• w.:x..«'=y e.a.... �Ir Irl.,1.Iw
N h n«•f.N:r f.N/4.O y n .._
•
ry.u'tNI'"'uM m ,r Iq N.w w Ip, Ih IV' M IL1N N.by N.W It.lp
4 N INI,1 Mln 1 l:m eN uF q.r:Ile IRE Iy IaI _ r.
••.VMI. I:w'h..w q. IY __IY_ _Y.pV,- _
•'N.I„N'r Y NN 4e 4_W_ M M N.MO 1I0
b 4 rN Ilw Oq['«ry V IN Nw«r w IIN Wrl.M bwn A" _ me Y.Ib it fb'.1•• . _ Ndb I5 Rt
.MN N��:n.P ro•1'M r'_ ^^ yap w.M. 4.rN v. w s �
W- vm amot a,'} IY,M y.Is
• r'�INrM�WWy xlyypr•w I�rW a rr.,em J
ur N 1•ugn YI, �-- i1..mY•)4 y. rr'•�.�Nr�y[MI T� TAKE L
- 'rr+w.wl. Iawn m I;I-L'EC.a"�,._g• !, 1.)_a n.
Yqn iwgnlan.IPW le�l •t•T Nnw • — ..
.ml\.•.' rI^M rN h:y le", .n 1N le w.^,
• •� :r.l.r lllt uh '1q.W
,r:r Wa N lanq uW IYI.�r►r N nG—nl. V.ilp 1 •u. 'I
1.11 I M
MI:M Yhw.N tMINN,iw' I WF a.tl
w.Fn+. emM lo.w
.............111..
N1q �n•'I'M'a .W���I aIP' I�
WATER STANDARD DETAIL
CITY OF RENTON
'°"° �•" DEPARTMENT OF PUBLIC WORKS
•
/�/ w-iNar.e wNe M1.YIlII Iw.wN
xlNt»aaY�VII.WN+{N.4 r. .W».eur
~� w MIWI MM�II�x111M•Y1
• i�
i - 'f
• 1al aeon. +rl w � 1
._�_� ov IVV rnY ar lma
PLAN
• 1
ELEYAT-V
• FIRE HYDRANT GUARD POSTS
I
/ •WM Y Iw M Ar 1 ir,.lr x x rN'. • \ r.
IMNK VW�WMf r01rMl.(A+I<,rr M�
n6.a.M 1' {w»a{M»ll»WI � tln•>lyl
- ` IiYY Y. iltulrun4 r1,.P .0.0
• M CUT
T'
-«w..{....:
ro r.{1.yP
1
.�y,V 9lttIM Y1.- I
t.-' M N�ir q
J
a\;Vyr Wil 1 Y•nM{tl �oril,
• 'V Y" ! M.YtY 1 1 �I�M' \\, Jai OM,. 'J i.11a.1Y
�qf �� .:v 11 4Yirt....1. „11111 t1• •
+'� 1.4 I M1Y 1 '0 -IVtiMYilw.�in
.L V`.YIO w t IIw4 � 1i^
FIRE HYDRANT A�SEMOLY
FILL
FIRE HYDRANT LOCATION IN
CUT OR FILL
I
WATER STANDARD DETAIL
CITY OF REN ON
i
• DEPARTMENT OF PUE .IC WORKS .. ..
L.
• Slaudard Draa'Ings
ASPXYLI L0Y(Airt 0, 1111M10Y3
PLAIN' NIl AV11(1.10/ Bat(M
<Ul SY1lL at Y(1114a1 AYG
IIt wOY( LOOff Y10 IfIM.LII }alY VERTICAL IY /SIOO I1*1 LINIL 1} OIOLIt(0 A
I,ItTINi AfIMU pYLXtY} -(OYCAt TI (` (n STI.t to.cAt It 11: .�N1
tea_
(OMly ill CAOS.It ACL•
u 1LYlY( OIWO I.tl-. ._'— x TY01 Ye 1. 1t1Y .....r yI— 11 1X( tNlml! Il
A., A„
(6XA1(Ilo .to,. .h(MILL
ali ( NaT { 1 •
AANA\1 (tN(Il}1 Ot Ill uwlNOtl3 a
L T All IAYI MI Yi
RATE"
NI ALK(XI Yl ([" $-ALL Of Y(a'gIy
I h (l AY4 IA 3TMI%.' LIYLf
_ iM1CYA133 D1 (rI3T 111A Y. OIIl 11116
• Cut VITX INIV MIIf PAW IFIYT LOUR OA Y(YI YI lI US I"
I LI LiIAG AfAxY L1,�..._. CYIf iIYi (MCL(It
AFYtNNI lAVMNI
. �\ \�YNU( .1014 Ci 013Cn IS
LESS SABA A-
YIget 'Arc" II l' 00 CONI.Ci❑ fME' AAT{Llai
X00( IY VIRT.
CONRAD ISO yet 41Y th0lATll'��
• t" S•' il" VARIABLE 11" /' i 1"
"Sit lAYCOCOT With 1IIIIALt
OO.(Alll 10(A(( h l 1 C A N A 1 [ • S cif wltl f1NNli1
I I1ICAl Aa T CM IBA AIC10 rAV101AT
Y1YN ht1 (OYU1['n ON IITVn1Y011 — —�
PLANT Al. R[YLA(/Nth} MI(N L.IStINB 111N1L1 p,-rf 11
(n311 YG oll ql 6'• w1Y `
L_ -- L-L,nrlNc e.ef
• (0114010 sil"T WATER,&, _
I I ! 1 [ 1 l 0 A T ( x 1 c I. f l 1 L L 1 • 1 v ( n f Y I
• GC.I.Al NOTE_
(DYCYL f F11 SNAIL B( (LASS {,S(1-1/LIF,1 6
0 A'I SI_I
01 (,.Is S11•I/}) YNICXLYO IS ......1[0.
Pavement Potching
Siondord Plon ':a 18
Page Vl]-.22
✓] Standard Drawings
4 pp
e spa" R.riy
YY17 m t �t
15 - -
Zr� r
• 700 »"� at *••w a--- y .-.�.
�? b
e 30V L 'a 79
+s M - Ss if- .. .o
m 30
16 iris 9r \ O Uc:os•S�•.}al�crc
•
2oa ':t0 )32q.a 7'J -..
,$e -� 4
br ay veert9ia�9a�ts
,n aY urtca aaa
a rV WJckes ��
lit 5 6 Al
x ��.n - Laz1s o tW z3� • ,-
a
i
I
Blocking For Convex
Vertical Bends
i
_.. ------ - Standard Plan No,73
Piy4 Vli '•!
ENDING
OF FILE
FILE TITLE
W� I1