HomeMy WebLinkAboutWTR2700728 W-728 WELL #3 - Liberty Park WTR-9 1
BEGINNING
OF FILE` " '' ".�-" �
FILE
.� �uPPL.l �ouk��T
v
moo-1 0, LL #.3
L �awlio Well Drillin4w.
UL ILUNG CONTRACTOR
Raolh 46 am m TACOMA, WASHINGTON Wa+ony L9.'Sh
Date October 21 i9 '9
Addr.r wlefma V&&hI06ton
Job LowHom—.'41111rt) Lark
Drilling for 12" taming . . . . 105 ft. at 110.00 par ft. Im, 00
nwalsh A Install 12` easing . . . 99 ft. at 5.5C per ft. 54 50
Ott. 14 - rarforating cuing . . . 4 hrs. at 1T.00 per hr. 68 00
15 - terforate a de»lop 10} ` ` 17.00 ` • 176 50
16 - Leeeloping . . . 9 • " 17.00 " " 161' 50
19 - rest puspine 10 " ' !17.00 a 172 00
Sub-total 2172 50
State :ales tax 4¢ 86 90
total 2259 40
I
i
1
�I
i
it
A ' • • avY,�SG,GfGVICG L \GM4
IGG,BLnON 6UOMFGM GYG1fYG
P � ..GOING 4 GLGCfbC MOTOGS
PAWIVft W. YOU CAN POUR if, WE CAN HUM➢ IT!
�ftmS' s"S"t 0m MO PANT
> ]SI) NAGVGSTIR 4 .G
�MTUMO�•OaG�I T i LSINON G O Ll u b G.2 s
October 19, 19ol
City of Renton
Renton, "Shinto,
Attention: Mr. Marvin Schroeder
Sunt. or Utilities
Dear Martin:
I Am eMloaing Curves SC.1447, in duplicate, giving the performance of
the 100 HP turbine oulm for the newly drilled well, and also Drawing
A-3300, in duplicate, showing the installs Lion di menai ons.
This 100 HP unit w!d.ch includes
5-stave bowl assembly
+. ft. of 1} x P, water lubricated column, shafting
ti' a .1 bearings
sucti3n pipe and strainer
Discharge head r_th mechanical Seal and auxiliary packing
1' r 00HP General Electric vertical hcllowshaft, high thrust
mo
With trade-in of the two 75 HP Layne 6 Howler pump units
F.R.H. Portland, ;)regon . . . . .
. S 2,032.00
I am 100 n. forward to receivinf. your order for this unit.
Very truly yours,
PUMP PIPF M PCWF:R
C. C. 'warren, President
cw/g
Enc.
s
FOR CONSTRUCTION OF
LIBERTY PARK EXPLORATION WELL
PUMP HOUSE
FOR THE CITY OF
RENTON , WASHINGTON
Marvin H. Schroeder Supt. of Utilities
�. Lowrance H. Morrison U101t iss Engineer P
•
1962
TABLE OF CONTENTS
PART I - SPECIAL PROVISIONS
SECTION DESCRIPTION PAGE
S'-01 General Statement and Extent of
the work SP-01
SP-02 Plans for Construction SP-01
SP-03 Prequalifications of Bidder SP-02
SP-04 Employment of Residents of
Washington SP-02
SP-05 Prevailing wage Scal4 . SP-03
SP-06 Time of Completion SP-08
SP-07 "Or Approved Equal" Clause SP-09
SP-08 Specifications by Standard
Designations SP-10
SP-09 Non-Collusion Affidavit SP-10
SP-10 Guarantees and Maintenance Bonds SP-10
SP-11 State of Washington Sale Tax SP-11
SP-12 City Ordinances and State Laws SP-li
PART I
SPECIAL PROVISIONS
SP-01 GENERAL STATEKENT AND EXTENT OF THE WX
The work to be performed under these specifications and the
accompanying drawings consists of the furnishing of all labor and
materials necessary to construct a pump house structure complete
with wall sleeves, motor starter, circuit breakers, wire gutter,
conduit, wire and lighting fixtures, all as shown on the drawings
or indicated herein.
The City shall furnish and install all remote controls, pump
with motor, and all necessary valves, meters, pipe and fittings loca-
ted on discharge side of pumps.
Any material or equipment furnished by the City which is not
incorporated into the work shall be re+urned to the City of Renton in
good condition.
The contractor shall schedule his work in conjunction with the
delivery date for the various items of equipment furnished by the City.
No attempt has been made in these specifications or plans to
segregate work covered by any trlde or sub-contract under one specifi-
cation. Such segregation and establishment of cub-contract limits
will be solely a matter of specific agreement between each Contractor
and his sub-contractors and shall not be based upon any inclusion,
segregation or arrangement in, or of, these specifications. The Con-
tractor and sub-contractor in each case is warned that work included
in any sub-contract may be divided between several general specifica-
tions, and that each general specification or sub-head of the technical
specification, may include work ecvered by two or more sub-contracts
or work in excess of any one sub-contract.
The City reserves the right to accept any bid which appears to
serve the best interests of the City.
SP-02 PLANS FOR CONSTRUCTIOD
Detailed plans for this project are shown on drawings below
which bear the general title:
CITY OF RENTON
UTILITIES DEPARTMENT
LIBERTY PARK EXPLORATION WELL
PUMP HOUSE
SP-01
Individual titles, sub-titles and sheet numbers are as given in the
following list:
List
Sheet No Tire
1 Title Sheet Dwa N
2 Site Plan 62-01
3 Struct - Hor12 Section 62-02
4 Struct - Vert Section 62-0
S Struct - Flr Slab - T 62-04
6 Struct - Top Slab - BoottSStl 62-OS
62-06
7 Struct - Top Slab - Bott Slab
B Struct - DETAILS 62-07
9 MECHANICAL 62-08
10 ELECTRICAL 62-09
62-10
SP-03 PREQUALIFICATION OF BIDDER
The owner desires that this project be constructed by a contrac-
tor who is competent and adequately financed. Therefore, it will be
presumed that each bidder will have received such approval before the
time set for the bid opening. Consideration will be given only to the
proposals submitted by "Prequalified Bidders".
Prospective bidders who heretofore may have qualified with the
owner and whose evidence of such qualification is still acceptable may
upon request receive the necessaty approval without filing new proof
thereof - all subject to the discretion of the owner.
SP-04 'NPL0YMENT OF RESIDENTS OF WASHINGTON
The contractor shall employ bonafide residents of the State of
Washington in accordance with the following act entitled "PREFERENCE
FOR WASHINGTON RESIDENTS ON PUBLIC CONTRACTS" or any revision thereof:
AN ACT RELATING TO PERCENTAGE PREFERENCE FOR WASHINGTON RESIDENTS
ON PUBLIC CONTRACTS FOR GENERAL CONSTRUCTION. DEMOLITION, ALTERATION
OR REPAIR: EXCEPTING WHEN IN CONFLICT WITH FEDERAL LAWS: DEFINING THE
TERM RESIDENT; PROVIDING FOR 'THE PAYMENT OF PREVAILING WAGES; AND PRE-
SCRIBING CIVIL AND CRIMINAL PENALTIES FOR VIOLATIONS THEREOF."
BE IT ENACTED BY THE LEGISLATURE OF THE STATE OF WASHINGTON.
SECTION 1. In all contracts let by the state, or any department
thereof, or any county, city or town for the erection, construction,
alteration, demolit"OnOr repair of any public building, structure,
bridge, highway, or any other kind of public work or improvement, the
contractor, subcontractor, or person in charge thereof, shall employ
SP-U2
ninety-five percent (95%1 or more bona fide Washington residents as
employees where more than fifty (50) persons are employed, and ni.iety
(90%) or more where fifty (50) or less are employed; and shall pay the
standard prevailing wages for the specific type of construction as
determined by the United States Department of Labor in the city or
county where the work is being performed. The term "resident% as used
in this act, shall mean for a period of ninety (90) days prior to such
employment; provided, that in contracts involving tie expenditure of
Federal Aid Funds this act shall not be enforced ir. such manner to
conflict with or be contrary to the Federal discharged soldiers,
sailors and marines, or prohibitingas unlawful any other preference
or discrimination among the citizens of the United States.
SECTION II. In the event a sufficient number of Washington
residents shall not be available the contractor or sub-contractor
shall immediately notify the public body with whom the contract has
been executed, of such facts, shall state the number of nonresidents
needed. The public body shall immediately investigate the facts and
if the conditions are as stated the public body shall, by a written
order, designate the number of non-residents and the period for which
they may be employed; Provided, that should res dents become avail-
able within the period, such residents shall be immediately employed
and the period shortened consistent with the supply of resident labor.
SECTION III. The provisions of this act shall be written into
every such public contract, including the following penalty. Any con-
tractor or subcontractor who shall employ a non-resident in excess of
the precentage preferences, excepting as herein permitted, shall have
deducted, for every violation, from the amount due him, the prevailing
wages which should have been paid to a displaced resident. The money
so deducted shall be retaine9 by .he public body for whom the contract
is being performed.
SECTION IV. Any person, firm or corporation violating any of
the provisions of this act shall be guilty of a mi_G.
SP-05 PREVAILING WAGE SCALE
Prevailing wage scale where used in these specifications refers
to the prevailing wage scale for work in Renton, Washington and vicin-
ity and requ.res the contractor to conform thereto.
In case of a dispute which is related to prevailing rates of
wages for work of a similar nature and if such dispute cannot be ad-
justed by the parties involved, the matter shall be referred to the
Director of the Department of Labor and Industries of the State and
his decision shall be final, conclusive, and binding on all parties
involved in the dispute.
The following law pertaining to the payment of prevailing wages
SP-03
is quoted it full:
"AN ACT RELATING TO PUBLIC WORKS, PROVIDING FOR THE PAYMENT
OF THE PREVAILING RATE OF WAGE, AND PROVIDING PENALTIES FOR ITS VIO-
LATION."
Be it enacted by the Legislature of the State of Washington.
SECTION 1. The hourly wages to be paid to laborers, workmen
or mechanics, upon all public works of the state or any county munici-
pality or political subdivision created by its laws, shall be not less
than the prevailing rate of wage for an hour's work in the same trade
or occupation in the locality within the state where such labor is
performed. This act shall not apply to workman or other persons re-
gularly employed on monthly or per diem salary by the state, or any
county, municip=.'_ity; or political subdivision created by its law.
SECTION Il. The specifications for every contra^t for the con-
structior., reconstruction, maintenance or repair of any public work to
which the state or county municipality, or political subdivision cre-
ated by its laws is a p.arty,shall contain a provison stating the hourly
minimum rate of wages, not less than the prevailing rate of wage, which
may be p4i9 to =a:orers, workmen or mechanics in each trade or occu-
pation required for such public work employed in the performance of the
contract ^lther by the contractor, subcontractor or other person doing
or contracting to do the whole or any part of work contemplated by the
contract shall contain a stipulation that such laborers, workmen or
mechanic3 eaall be paid not less than such specific hourly minimum rate
of waae.
SECTION I1I. Definitions
(a) The "prevailing rate of wage", for the intents and purposes of
t"i :ct, rhall be the rate of hourly wage and other time paid in the
locality as hereinafter defined, to the majority Of workmen, laborers,
or mechanics in the same trade or occupation. In the event that there
is not a majority in the same trade or occupation paid at the same
rate; then the average rate of hourly wage and other. time paid to such
laborers, workmen and mechanics in the same trade or occupation shall
be the Prevailing rate. If the wage paid by any contractor or sub-
contractor to laborers, workmen or mechanics on any public work is based
on some period Of time other than an hour, the hourly :age for the
Purposes of this act shall be mathematically determined by the number
of hours worked in such period of time.
(b) The "locality" for the purpose of this act shall be the largest
City in the county.wherein the physical wnrk is being performed.
23C2ION IV. Before payment is made by or on behalf of the state,
SP-04
or any county, municipality, or political subdivision created D
laws, of em any sum or sums due on account of a contract
improvement, it shall be Y its
Trea-
surer o the duty of the S i�r a Public
f the COtY or municipal co State Treasurer, or the T arson g with the corporation, or rea-
char ed w' custody any other officer or
Corp-
orate funds, applicable to y and disbursement of
Payment is made, the contract _ the state or corp_
to require the contractorda and pursuant to which
contractor to file a statement and each a
_ officer, certifying in writing and every sub-
. rtifying the rate of hour] g in form satisfactory to such
of laborers, workmen, o Y °'ag"- paid such classification
work' and further certif mechanics employed by him upon such employed by him upon suchlng pu that no laborer, workman or mechanicpublic
ing rate of wage Public wort; has been anpr
the contract 9e °r less than the :ninimun rate paid less than orevail-
verified b which certificate and state-.nent be filed
filed shall
in
verified
y the oath of the contractor or be filed shall be
y be, that he has read s sub so
as the
ca by him and knows such a statement and certificate subscribede
his know the contents thereof, and that the
ledge.
same is true to
SECTION V, Any contractor or sub-contractor who
his oath verify any statement required to b
is known b shall upon
Y him to be false, a filed under this act which
disregard of the truth °r is "wde without ];Howled
and shall be shall be guilty of perjury knowledge in reckless
1909 S Panished a� provided 3 y In the econd
(section 2353, Remington's Revised cStatues) . Chapter j49 degree
on 301 Laws of
SECTION VI, Such contract shall contain a further
in case any dispute arises as to what are the
wages for work of a prevailing provision that
similar nature and ling rates dof
j by the parties involved, the ,natter such dispute cannot b to the Director shall be referred for @ adjusted
and his °f the Department of- Labor and Industries Ofb the
astat decision therein shall be final and conclusive
all parties involved state
in the dispute, and binding on
SECTION VII, If any sections or provision of this act
adjudged to be invalid or unconstitutional, such ad'
not affect the validityshall be
Sion o of the act as a o-;hole or any
shall
r part thereof not adjudged invalid or y section,
unconstitutional,
list of prevailing wace rates given below is intended to be
complete although if errors and ommissions exist in this list
wages paid shall be in compliance with the current
rates for the Re.1ton vicinity, the
prevailing wage
SP-05
MINIMUM HOURLY WAGE RATES - KING COVITrY - 1962
Trade & Occupation Rat&
Bricklayers 4.15
B�:_ckl- ;:s mortar man 3.40
Cement Block layer 4.15
Carpenter - foreman 3.755
Carpenters 3.38
Millwrights and machine erectors - foreman 3.905
Millwrights and machine erectors 3.53
Sawfiler. stationary power saw operator, floor
layer, floor finishers, floor sander operator,
aad operator of other stationary power woodwork-
ing tools 3.51
Cement Mason 3.67
Trcwel machin= operator 3.80
Foreman's differential shall be 13G when supervising 2 men
or less and shall be 25t when supervising 3 men or more. Fore-
men's differential shall apply over the highest paid man under
supervision.
Elect•-icians 4.11
Lineman 3.92
Carle splicer (outside) 4.33
Glaziers 3.42
Iron workers, structural 3.76
Iron workers, r%inforcing 3.56
Laborers
Laborers, building 3.00
Laborers, conerste 3.00
Mortar man and hod carrier 3.30
Pipe, layers (nonmetallic) 3.30
Power Qlc n'.!;�rrow or buw 3.20
Jackharener, pavement breaker, tamper,
vibrator and similar heavy tools 3.20
.:hipper, grinder, vibrator drill and
simi!.ar light tools 3.15
Operating Engineers
Bulldozers, all 3.81
Compres3ora, excavating 3.54
Cranes
"A" frame trucks, single power drum 3.84
"A" frame trucks, doable power drum 4.18
Crawler and truck type, floating, loco-
motive 3 yards and under 4.18
Crawler and truck type, floating, loco-
motive over 3 yards 4,54
SP-06
Trade and Qccunation Rate
Hydralifts 4.18
Hyster cat cranes and attachments 4.18
Hoists 3.84
Loaders
Elevating-Athey, Barber Green &
similar types 3.84
Elevating belt type-Euclid &
similar types 4.13
Elevating grader type-Dumor &
similar types 3.95
Fork lifts or lumber stacker
on construction sites 3.78
Overhead and frog end, under 2i yds 3.84
Overhead and front end, 2� yds up to
4 yds 4.18
Overhead and front end, 4 yds and
over 4.38
Mechanics, heavy duty 3.84
Mechanics helpers, heavy duty shop 3.30
Motor Patrol graders 3.90
Pumps
Fuller Kenyon 3.84
PUmp Crete 3.84
water 3.66
Scrapers
Carryall type, single 3.81
Carryall type, double 3.95
Screed man 3.84
Shovels
Crawler and truck type, all attachments,
3 yard and under 4.18
Crawler • -,I truck type, all attachments,
over 3 rds 4.54
Tractors, Farmall tyoe, less than 50 H.P. 3.54
Tournapulls, D. n.•s, Euclid scrapers and
similar type equipment-25 yards and
under 3.90
Trenching machines
Under 16 inches 3.84
16 inches and over 4.08
Master mechanics - $2.00 per day over ahovel scale
Operators on underground work shall receive a ten
percent(10%) additional premium, operators
of muz%ing machines excepted.
Painters, brush 3.465
Painters, structural steel and bridge 3.665
Plasterers 3.90
SP-C7
Trade G Occupation Rate
Plumbers 3.81
Roofers, slate and tile 3.87
Rooferz,composition 3.62
Steam fitters 3.81
Sheet Metal Workers 4.025
Teamsters
Buggymobile 3.55
Bull lifts in other than warehousing 3.72
Dump trucks; up to and including 5 yards 3.40
over 5 yard to and including 12 yards 3.60
over 12 yards to and including 20 yards 3.70
Dumptors, Euclids and similar type equipment
up to and including 12 yards 3.60
Over 12 yards 3.70
Flatbed 3.40
Hyster Operators ( handling bulk loose aggre-
gates) 3.55
Lowbed H. D. trailer; under 50 ton gross 3.60
50 ton gross or over 3.65
Pickup truck 3.30
Ready-mix used excl.isively in heavy construction
up to and including 4� yards 3.59
Over 4� yards to and including 6 yards 3.74
Over 6 yards 3.89
Semi or truck & trailer, other than earth mov-
ing equip. 3.60
Swampers 3.30
Team Driver 3.35
Tournawagon, Turnatrailer, etc., 3.70
Water Wagon: up co 1600 gallons 3.40
1600 to 3000 gallons 3.55
Over 3000 gallons 3.70
winch Truck, single rear axle 3.40
Winch Truck, dual rear axle 3.60
"A" frame trucks when "A" frame is in use 3.77
Ieverman and loaders at bunkers 6 batch plants 3.30
Drivers and helpers hauling cement (15C additional per hr.)
Operators of underground equipment (10% additional per hr.)
Welders - receive rate prescribed for craft performing
operation to which welding is incidental.
SP-06 TIME OF COMPLETION
The time of completion for all work to be accomplished under this
contract shall be forty-five (45) calendar days after the contractor's
SP-08
receipt of notice to proceed.
Should the owner cause a delay in the completion of the work
by reason of requirements on extra work, by failure to deliver required
material or equipment on schedule, or otherwise not provided for by the
plans or these specifications, the contractor will be granted an exten-
sion of time for completion equal to the amount of such delay and no
charge will be made against him for the extension of time so granted,
provided, however, that all extensions requester by the contractor shall
be made to the owner in writing on or before the fifth of the month fol-
lowing that in whcih the alleged delay is said to have occurred and
such claim for extension of time shall state explicitly the reasons
therefore. Should tie contractor fail to file such written claim for
extension of time within the period provided therefor, he thereby shall
have abandoned anv claim therefor. No claim for delay will be con-
sidered by the =wner except that alleged to have been caused by extra
work or special order of the owner acting through the engineer. The
owner shall have the right to order the work to cease for a time be-
cause of inclement weather. but in case such order is given the owner
also will. give notice as to when the work shall be resumed and the
contractor's time for completion will be extended for a time equal to
the am.-unt of the delay so ordered. The contractor must not antici-
pate such orders, but must obey them if issued and shall have no claim
for dimag^s other than that covered by the extension of time.
In awarding the contract the owner may give such va L.we to an
earlier completion time as deemed appropriate after all other features
of the bi.dd2r'� proposals have been considered.
In naming the prices for completion of the work within the time
specii-ed, it shall be understood and agreed that the work shall be
completed within that time. If, howevor, said work is not completed
within the time namad therefor in the contract, as extended to cover
the total days of delay allowed under the paragraphs above, the
owner shall deduct and retain out of any money then due o?- that may
become due the contractor at the time of suct delinquency or later, the
sum of Fifty Dolla,.s ($50.00) for each and every calendar day that
the date of fi.nai completion of the project _a delayed. In submit-
ting a proposat and signing the contract, the contractor thereby shall
have agreed to these provisions and, furthermore, that the sum so de-
ducted and retained is not a penaltv but a reimbursement to the owner
for damages which the owner will have sustained by reason of such de-
layed completion. Damages so liquidated which would be difficult or
impossible to ascertain accurately are understood to include the ad-
ditional cost to the owner for engineering supervision.
SP-07 "0. APPROVED EQUAL" CLAUSE
In order to establish a basis of quality, certain processes,
SF-09
types of machinery and equipment, or kinds of material may be speci-
fied on the plans by designating d manufacturer by name and referring
to his brand or product designation, It is not the intent of sucli
specifications to exclude other processes, equipment, or materials
that measure up to the standards of those named. If the contractor
desires to make substitutions, he shall secure the approval of the
engineer before placing a purchase order. Whenever a manufacturer's
name, brand, or item designation is given, it shall be understood the
words "or approved equal" are assumed to follow thereafter whether or
not they do so in fact.
SP-08 SPECIFICATIONS BY STANDARD DESIGNATIONS
Whenever practicable, specifications will be made herein by
designr,t�ng certain published "standards" of recognized organizations.
Abbre, iation "A.S.T.M." will be used to indicate the American Society
for Testing Materials and this will be followed by the officially
published designation number "or the particular specification to which
the reference applies, other standards will be indicated by the full
name of the sponsoring organization or by clearly recognized abbrevia-
tions. In all cases it shall be understood that si•ch references mean
the designated specifications or Cie latest-
All material, equipment and devices not specific.:lly covered
by such "standards" as indicated above, these specifications, by the
plans or by addenda shall be subject to the approval of the engineer
to determine the suitability for the service intended.
SP-09 NON-COLLUSION AFFIDAVIT
The owner reserves the right to require that any bidder, before
being awarded a contract, shall execute a non-collusion affidavit in
such form as will satisfy the owner that the bid offered is genuine, is
not sham or collusive, and in no respect or degree is mado in the inter-
est or on behalf of any person, firm or corporation not named in the
proposal containing such bid.
SP-10 GUARANTEES AND MAINTENANCE BONDS
Whether or not there appears here or elsewhere herein specific
reference to guarantees of all items of material, equipm-nt purchased
by the contractor, and of workmanship, they nevertheless shall be so
guaranteed against mechanical, structural, or other defect for which
the contractor is responsible and that may develop or become evident
within a period of one (_) year from and after acceptance of the work
by the owner. Such guarantee shall include care 0i bLC%-filling in
ditches or at structures should the fill settle to such extent as to
require refilling to restore the original grade. This guarantee shall
be understood to imply prompt attention to any remedy of such defects
SIR-10
as those mentioned above if and as they occur after the contractor
shall nave had written notice of their existence. If the defect is
of such nature as to demand immediate repairs, the owner shall have
the right to make them and the coat thereof shall be borne by the con-
tractor.
To support the above guarantees the contractor when his perform-
ance bond is released on acceptance of the work, shall file wit the
owner a maintenance bond in the amount of One Thousand Dollar• ($1,000.00)
which shall insure the performance required under this section should
necessity therefor develop at any time within said one-year period.
The maintenance bond shall be executed by a surety company authorized
by the laws of Washington to write such bond and otherwise it shall
be subject to approval by theCity Attorney of Renton. At the option
of the contractor the maintenance bond may be merged with the perfo-lm--
once bond in a manner satisfactory to the City .Attorney.
SP-11 STATE OF WASHINGTON SALES TAX
Each proposal shall show the amount of the State of Washington
four (4) per cent sales tax on all applicable items.
Regulations require that the buyer (owner) pay to the seller
(contractor) the amount of such tax and the seller make the necessary
accounting and payment to the State of Washington.
SP-12 CITY ORDINANCES AND STATE LAWS
All bidders are requested to familiarize themselves with all
City Ordinances and State Laws, whether or not stated herein, having
specific control over this type of operation.
SP-11
TADIW OF CONTENTS
F0T II -INSTP.00TIOTTS -0 BIDD R
sr.CT I Ct' D-S,CAIPT OF- ?301z;
IB-01 Intent of Plans and 5peoifications IB-01
I3-02 Interpretation of Documents ID-01
IB-03 Zxanination of Site and Contitions ID-Ol
IB-04 jualifications of Didder !D-02
IB-05 Preparation of PrO-Wal I3-02
IB-06 State Salcs Tax IB-02
IB-07 Alteration o Documents Frohi',ited ID-02
IB-00 Bid Dond I3-02
. '-09 Submission of Pronosal IB-03
IB-10 Modification of Proposal IB-03
IB-11 .lithdrawal of Proposal IB-03
IB-12 Opening Yids IB-03
IB-13 Award of ^ontract IB-03
IB-14 Basis of Award IB-04
IB-15 i'ejaotion of Bids IB-04
IB-16 Payment Ir •04.
INSTRUCTIONS TO BIDDERS
IB-01 INTENT OF PLANS AND SPECIFICATIONS
It is the intention of these specifications to provide for
careful, thorough and workmanlike construction procedure in the In-
stallation of materials and equipment and in the manufacture and
delivery of such materials and equipment. The bidder to whom the
contract is awarded shall furnish all the material and labor necess-
to complete said contract in accordance with all o;' its t,orms and
conditions.
The plans and speci: _�ations shall be considered and used to-
gether; anything appearing as a requirement of either shall be accep-
ted as applicable to both even though not so stated therein or shown.
The englr:eer may furnish supplemental plans and specifi_, tions to
define more clearly any requirement of the original documents; these
shall be accepted by the contractor as of the same force and effects
as though they had been included among the listed drawings and in case
of ' any conflict between the listed and the supplemental drawings, the
latt..r shall gcvern. The contractor shall not b�, entitled to extra
payment because of his compliance with the requirements of such supp-
lemental drawings unless they contain new requirements involving cost
which clearly could not have been anticipated by an experienced con-
tractor in his examination of the original listed drawings or could
not reasonably be Inferred thcp_fora as requirements of the contract.
All spccificaticns and notes appearing on the plans shall
have the same force and effect as though they were repeated herein.
IB-02 INTERPRETATION OF DOCUWNTS
If a prospective bidder is in doubt as to the true meaning of
any part of the plans, specifications, or other proposed contract docu-
ment. he may submit to the engineer a written request for an intcrpere-
tation thereof. The person submitting the request will be responsible
for its prompt dclivory to the engineer. An interpretation will be
made only by addendum duly issued by the engineer and a copy thereof
will be mailed or otherwise delivered to oach prospective bidder. The
owner will not be responsible for any other form of explanation or
Interpretation.
IB-03 EXAMINATION OF SITE AND CONDITIONS
Beforc making a proposal, the bidder shall examine the site of
the work and ascertain for himself all the physical conditions in rel-
ation thereto. Failure to take this precaution shall not release him
from his obligation as impli.d by the proposal he submits nor excuse
him from performing the work in strict accordance with the requirements
of the contract documents.
No statement made by any officar, agent, or employee of the
owner pertaining to the site of the work or the conditions under which
the work must be performed will be binding.on the ovnor.
IB-01
IB-04 UALIFI,,JIOM CZ' 21IMER
The owner desires that this project shall be built by a contractor
rho is competent and adequately financed. The owner may request the bidder
to submit a mitten statement to show experience in construction work of
this character a. an indication of qualifications and business standing.
If required the bidder may make his statement in such form as may seem
appropriate but it should be notarized and failure to comply with this request
may cause rejection of the bid which is affected.
IB-05 PREPA.:eTIJN OF PROPOSAL
Bids must be submitted by filling in with ink (or typing) each and
every blank provided fo: such purpose in the form headed "Proposal",or
if the bidder is required to provide a special form appropriate to the nature
of his bid then such form shall be complete in all respects as required by the
specifications if it is to merit consideration by the ocmer. !:here indicated
all blank spaces shall be filled in v:•ith words and figural. Written amounts
shall take precedence where there is a conflict between, the written amount and
figure.
If the proposal is made by a partnership, it should contain the name
of each partner and should be signed in the firm name, followed by the signature
of partner or that of a person duly authorized to act for and on behalf of such
partnership. If made by a corporation, the proposal should be signed dth the
name of the corporation and the State in uhich incorporated, followed by the
written signature of the qualified officer and the designation of the office he
holds in the corporation. The address of the person, firm or corporation Li
whose behalf the proposal is submitted shall be given. The biddc. enall comply
rith all other specific requirements of the proposal form.
IB-06 SUTE S,.LES TAX
The State Sales Tax of 4% of the amounts bid shall be stated separately.
Tax free items shall not be i,.cluded in the tax computations and shall be
Identified on the bid, o� in an accompanying letter.
IB-07 ALTERATION OF DOCU:EHTS PROHIBITED
Except as may be provided otheroise herein, proposals hich are in-
complete, are conditioneu in any rey which the plans or specifications do not
authorize, contain unverified erasures or alterations, include items which
are not named in the proposal form or •.-hich are unlawful, may be rejected
as informal.
IB-08 BID BOM
Each bid shall be accompanied by a certified check, or bid bond by a
reliable surety company, made payable to the City Treasurer, Renton, Pashington,
in an amount not less than 5% of the amount of the bid. Checks will be returned
to the unsuccessful bidders immediately after decision as to award of the contract.
IB-02
The check of the successful bidder !rill be re' urned provided
he enters into a contract and provides a satisfactory performance
bond for the full amount of the contract within ten days after
notification of awards.
IB-09 SUBi1ISSIU. OF "RO"DSAL
Each ;proposal shall be ^.oinletely sealed in a nackaga addressed
as required by the official advertisement, :narked with the nave of
the Bidder and the title of the .)reject; it must be delivered to the
addressee• at or :,ef ore the tine as a'd..In Said_icvcrts.,anort .
IB-10 ;{ODIFI.;M0 0' PRO OS�.L
Change in a proposal already delivered will ')a permitted only
If a request for the privilege of makin3 such modification is made
in vriting siZned by the Bidder and the s-)ocific modification itself
is stated Drier to the scheduled closiu;; tim for the receipt of pro-o-
sal• . To be effective every modification must be made in writing over
the signature of the Sdde ; no other form of procedure will b:; accep-
table.
IB-11 'WITHDA ,UAL 0.' PROPOSA,L
A proposal :.ay '� •dthdrawn at any time prior to the scheduled
closing time for filing aid3. This may be done by the Bidder in
person or u_ion his telegraphic or -ritten request. A telephoned re-
quest for withdrawal of a nro.iosal -ill not be recognized for this
purpose. If withdrawal is made personally, a rtritten ac'.cnowledg-
ment thereof will be required.
After tha scheduled closing time for filin,, bids, no Bidder
will be nermittee to rithdraw his pro osal unless no zwrrd of con-
tract has been made prior to the e::1lration of thirty (30) days
immediately followin the time when bids are submitted. Lids re-
ceived after the scheduled closin tima will w returned to the
Bidder unopened.
IE-12 OP NIX BIDS
All 9roncsals received prior to tha scheduled closin,; time and
which are not withdraum as above provided will be nublicly opened
and read aloud even thou_h there may be irre;;ulc.ritios or Wormalt-
ties therein, c:;cent that any nronosal -hich is not si;ned, will not
be read and, consequently, will be rejc.tud oithout consideration.
IB-13 A t W) O" ;OtTT:r.t'T
ithin thirty (30) calendar days after the opening of the
proposals the Owner will ace-, it one of the -_ironosals or reject all
bids.
IB-03
IB-14 SAUIS OF A' AM
The award iAll be made ui,on tha hasis of the proposal �ihich
in the Owner's sole, Judgement, will serve the '.pest interests of the
Owner, ..n early co4plation date is desired and the Owner may live
such value as may be deemed appropriate to the Contractors "construc-
tion time" after all other features of Vie Bidder's ;proposal havd
been considered.
IB-15 ALCTIJii OF BIDS
The Owner reserves the riht to reject any or all proposals
or to waive any infor >alities therein if it is 7elieved that the
best interest of the Owner uIll be served thereby.
IB-16 PAY oT
Payment for the work will be in cash and will be based on
monthly estimates of the work completed.
i
IB-04
7ABLE OF CONTENTS
PA-IT I'I Wi:E:I,,L COFDITIUIS
SECTION DESCRIPTION Pa
CC-01 ii,:�rpretation of Phrases CC-Ol
X-02 Rights and Responsibilities 00-01
W-03 Rights and Responsibilities of Contractor X-03
GENERAL CONDITIONS
M-01 Internretatlon of Phrases:
a, ',henever the word "Owner" is used in this contract, it shall be under-
stood to mean the Board of Water District Commissioners, City Council or
individual which has jurisdiction over the work and is a party to the contract.
b. Whenever the word "Engineer" is used it shall be understood as referring
to the Engineer employed by the Owner, or his representative on the job as the
case may be, 'Chenever the words "directed," "permitted," "considered necessary,"
or words of like import are used, it shall be understood that the direction,
permission, order, etc, of the Engineer is intended; similarly, "approval,"
"satisfactory," "acceptable" shall mean approved, satisfactory, or acceptable to
the Engineer,
c, The word "contract" will be understood to include all the terms, stipula-
tions, and covenants contained in the Bid Proposal, General Condit.-ns, Specifica-
tions, Plans and Bond,
d. .whenever the word "Contractor" is used it shall Wean the person(s), co-
partnership, or corporation who has agreed to perform the v;crk :overes by the
contract, or to his legal representative. During the absence o' the contractor,
the job superintendent will be considered to be the Contractor', representative
unless others+ise designated by the Contractor.
M-02 Hionts and Responsibilities of the District
a. Inspection; It is mutually agreed that the Owner, through its agent the
Engineer, shall inspect the work during the construction to determine its accept-
ability, cunformance to plans and specifications, quantities of wort, porformed,
and other functions requisite to securing a satisfactory, workmanlike sob.
The Contractor shall furnish reasonable aid and assistance es required 5y
the Engineer, or inspector, for the proper inspection of the work and measuro-
ment of quantities.
4. Rf pht of Entrv• The Owner reserves the right to construct or install
such collateral works as it may desire during the period of this construction.
Such work will be done with as little hindrance or interference is prssihle v:ith
the Contractor. The Contractor agrees not to interfere with cr prevent the per-
formance of such work or to claim any extra compensation or damagcc by delays or
hindrances which may be caused,
ps_Cnanpes. Alterations and Extra iork The Contractor agrees that the
Owner may make such alterations at it may see fit in the line, grade, form,
dimensions, plan or material of the work either before or after the beginning of
construction.
If such alterations diminish the quantity of the work to be dons, they shall
not constitute a claim for damages or anticipated prpfits on the work that may be
dispensed with. If they increase the amount of cork, such inc.ease shall be paid
for according to the quantity actually done, and at the prices established for
such work done under the contract. However, if such changes make useless any work
CC-01
already done, or material already furnished or used in said work, the Owner shall
recompense the Contractor therefor. No work shall be regarded as extra work un-
less it is ordered in writing by the Engineer and with the agreed price for the
same specified in said order, provided the price is not otherwise determined by
this contract. All claims for extra work shall be made before the work is started,
and a statement of the cost of the sane shall be made within 30 days after comple-
tion of the extra work.
d. Discrepancies and Omissions; It is further agreed that it is the intent
of this contract that all work must be done and all material must be furnished in
accordance wiV. the best practice. In the event of any discrepancies between the
Plans and specifications, or otherwise, or in the event of ary doubt as to the
meaning of any portion of the contract, specifications or plans, the Engineer shall
define which :s intended to apply to the work, and the Contractor shall be bound
by such decision.
Any work or material not herein specified but which may be fairly implied as
included in the contract, of which the Enginoer sha 11 be the judge, shall be done
or furnished by the Contractor without extra charge.
e. Estimated Quantities: This agreement, including the plans, specifications,
and estimate, is intended to show clearly all ;ark to he done and material to be
furnished hereunder. The quantities are approximate and are to be used only as a
basic for estimating the probable cost of .he work and for comparing the proposals
offered for the .rork. It is understood and agreed that the basis for payment shall
be the actual amount of work done and the material furnished.
f. Lines and Grades: The alignment and grade shall be as shown on the plans,
and as staked in the field by the Engineer. The Contractor shall give the Engineer
ample notice of the time and place where the lines and grades will be needed. All
stakes, marks, etc., shall be carefully preserved by the Contractor. Any construc-
tlon stakes or property survey stakes moved, removed or destroyed shall be replaced
where required by the Engineer at the expense of the Contractor.
g. Securing of Franchises, Easements, Rights-of-Way; The District for the
purpose of this construction agrees to secure such franchises, permits, easements
and/or rights-of-way as are necessary for the permanent location and operation cf
the pipe lines. The Contractor shall be furnished copies of such agreements as
affect construction operations.
The Contractor agrees to secure these special permits, easements or agreements
of a temporary nature as may be desirable due to conditions of construction.
h. Estimates and payments: An estimate in writing will be made by the
Engineer once a month of the amount of work done and material furnished, including
material delivered on the ground to be used in the completed work, and of the
value thereof in terms of the contract. The District will pay the Contractor fl5%
of this estimated value, and wnenever the contract shall be completed, and when
said work and material shall tr accepted by the City, a careful and detailed
estimate shall be made of the value of all rork and material furnished and the
Contractor shall be paid for this amount within thirty-five (35) days, provided,
however, that claims for labor and material, taxes, damages, royalties, or other-
wise have been satisfied.
X-02
General Conditions
Partial and final payments will be made in cash, L.I.D. warrants or bonds,
as stated in "information to Bidders" or in "Special Conditions" of the
specifications.
i. Extra Work: 7f during the performance of this contract the Engineer
shall order in writing other work done or materials furnished which cannot be
classified under the unit prices of this contract, the Contractor shall perform
such work and furnish such material and shall be paid therefor the actual cost
plus 15% in addition thereto. The actual cost is defined to include the cost of
all labor, equipment and materials necessary for the performance of the extra
work, including any extra expenses incurred directly on account thereof, and also
the wage; of foremer. and the expenses attached to the Contractor's liability in-
surance covering the labor so employed. Equipment rental rate- used in arriving
at the ac:ual cost shall be the prevailing rates, or the latest published ACC
schedule of ownership expense. Actual. costs shall be substantiated by attaching
copies of invoices, certified copies of payrolls, or other documentary evidence
of cost with billings for extra work. All claims or bills for extra work shall
be submitted monthly for the preceding period.
No additional allowance shall be made for overhead charges, general super-
intendence, general expenses, contingencies, or depreciation of equipment.
„` -03 Rights and Responsibilities of Contractor:
a. P,rsonal Attention of Contractor: Tho Contractor shall give personal
attention to the faithful prosecution and completion of this work and shall be
present either in person or by duly authorized representative on the site of the
work continually during its progress.
bs Contractor's Address: The Contractor shall designate in his proposal
an aGdress to which vaitten notices pertaining to this contract may be sent, and
shall immediately notify the City of any change in such address. Delivery of such
notices to the addr.:ss designated shall constitute receipt by the Contractor.
e. Observance of Laws and Ordinances: The Contractor shall conform to the
requirements of the franchises covering work along State and County highways and to
the state and local laws pertaining to this work.
iPz otee Lion against !oglipence and Dartages_ The Contractor agrees during
the performance of the work to take all necessary precautions and to place proper
sageguards for the prevention of accidents, including barriers, lights and warning
igns. The Contractor shall take proper means to nroteet property which might be
injured by any process of construction, and ha shall be liable for any claims for
damages in connection with the construction work.
Whenever it is necessary in the course of construction to remove or disturb
culverts, drivevays, roadways, pipe lines, or other existing improvements they
shall be replaced to a condition equal to that existing before they were so remov-
ed or disturbed.
GC-03
General Conditions
Access shall be provided across private driveways and rmadways during
period of construction, in such manner as to not constitute a hazard to the
people who use them. ,:11 construction operations shall be conduct d in such
manner as to interfere as little as possible rith the normal procedure of
traffic. r:here desirable to minimize hazards or expedite traffic, or when
directed by the Engineer, flagmen shall ue stationed to assist the public past
the construction work.
e. Protection Against Claims for Labor and ;daterials The Contractor agrees
that he will indemnify and save harmless the City from all claims for material
furnished or ..ork done under this contract. It is further agreed that he vdll
furnish the City satisfactory evidence that all persons who have done rork or
furnished material under this agreement have been duly paid for such ork or
material. In cace such evidence is demanded and not furnished, such amount as
may in the opinion of the City be necessary to meet the claims of the persons
aforementioned, may be r;ithheld from the money due the Contractor until
satisfactory evidence is furnished that all liabilities have been fully dis-
charged,
f. Assignment and Subletting. The Contractor agrees that he will not
sublet the aforesaid -ork or the furnishing of material, and that he will not
assign by poser of attorney or otharwise any portion of said contract unless by
and with the previous consent a. the City. The granting of such consent by the
City shall not in any way relieve the Contractor of his prime responsibility for
the performance of the work including the work done by subcontractors.
n. Abindonment In case the Contractor shall abandon the work and f:.il,
or refuse, to commeoce it again soithin 10 days after notification, or if he shall
fail to comply with the orders of the Engineer or pith this agreement, then and in
that case the sureties on the bond shall be notified and directed to complete the
Sam.
h. Time and order of Completion_ It is the meaning and intent of this
contract, unless otherwise hereafter specifically provided, Chet the Contractor
shall be allo,ed to prosecute his vrork at such times, in such order of precedence,
and in such manner as shall be most conducive to economy of construction, provided
hovrever, that the order and the time of prosecution shall he such that the s-ork
shall be completed as a whole ithin the time of completion hereafter designated;
provided also that when the City is having other work done, the Engineer may direct
the time and manner of constructing the z,ork under this contract sc that conflict
will be avoided and the various arks being done shall be harmonized. The Engineer
will arrange all such vrork so as to avoid as far as practical all unnecessary in-
convenience and expense to the parties concerned.
Extension of completion time will be granted only upon submission of a request
in writing to the Engineer stating the condition necessitating such extension, at
least tvo Leeks before the expiration of the contract time. Determination as to
whether or not an extension of time shall be granted will be at the discretion of
the Engineer, subject to approval by the City. The completion time shall be as
stated in the Bid Proposal. The date of ! e contract shall be the date the docu-
ment was signed by the Contractor, but not later tt:an ten calendar days after the
date of the Notice of .wxrd of Contract by the City.
GC-04
General Conditions
i, Plans and Specifications Accessible The Contractor will be furnished
copies of plans and specifications and shall keep one copy of the same constantly
accessible on the job.
i. Protection of Finished or Partially Finished Work: The Contractor shall
be responsible for all finished or partially finished :vork until the entire contract
is completed and accepted by the Engineer. Estimates of partial payment shall not
release thz'Contiaetbr'.from_such.-respppaSbility,
k. Defects and Their Remedies: It is agreed that if the work, or any part
thereof, or any material brought on the ground for use in the work shall be deem-
ed by the Engineer as unsuitable or not in conformity with the specifications, the
Contractor shall forthwith remove such material and rebuild, or otherwise remedy
such work, so that it shall be in full accordance with this contract.
The Cortractor warrants that all material furnished, and all construction
work performed are free from defects and are correctly adjusted to perform properly
as a complete operating system, as set forth in plans and specifications, for a
period of one year after final acceptance of the work. Any defects in the construc-
tion work performed under this cont-act shoving up, or discovered, within this time
shall be made good by the Contractor at no expense to the District.
1. Sanitation: Necessary sanitation conveniences for the use of workmen on
the job, properly secluded from public ober�ation shall be constructed and main-
tained by the Contractor.
OC-05
TABLE OF CONTEUTS
PART IV SP CIAL T_af!410AL PROVISIONS
AND
STANDARD TECHNICAL SPECIFICATIONS
SECTION DESCRIPTON PAGE
TS-01 Gcr.; ral
TS-Ol
TS-02 Easements for Work TS-Cl
TS-03 Excavation, Fill and Backfill TS-01
TS-04 Concrete TS-02
TS-05 Miscellaneous Mctals TS-O2
TS-06 Electrical TS-03
TS-07 Piping TS-06
TS-08 Waterproofing and Painting TS-06
TS-09 Cleanup TS-07
S . JAL T _ VIoLh ;
AND
STAiMARD T--MVI.Al, S . ;I7IJ.',TI00S
TS-01 GCNCR9L
This first S_,ction cov.ring so.cial Technical 7 ovisions is
eovot-d to f_atur,s of _h_arc pccbliar
to thL construction of th Jity of Renton. Also in:ludod ar, the
Standard T:udinical li. cifications for aoncr;t and R.:inforcad :oncr:�to.
Tho ovu.,r -ill rwid.; .:as,n:;nts for th_ vo>-., acid inforiation
rc—rding th:; location width, .tc. of such arc sheim on
the drawins.
Th- contractor shall t all times eonfina his on-,rations to
tha ar a furnishLd by tha ovn,r as ,as:, cnt.
linen constr'cti n oi_ro, ens are complota the contractor shall
remove all construction debris, brush, rock and reestablish th:: or-
iginal ,rado.
TS-03 L%:CAVATIOAvFILL 'Nli 1,AC:,FILL
a. Stri -o1ng;: , tri_i all sod, sass, to�,soil e.nd othi: w;lnic
material from areas to -r-d-d. . r_ ) . d rw trial shill x disnosod
of as snxifL,d 'or "'.:asta". _r:cavat:d _wt,rialt if not k,-•t frco of
topsoil ane. organic .material vial not be ao)rov,r. for .ill or back ill.
b. s::cavation L:ceavetc for footlin s -nd other installations
to tha clovations mcT ,'i i.nsions sho•.m on Vic drr.,,ings, -,ad o� an,lo
midth to acco.ymocate fore vorlc. Leave bearing surfac,.,s of earth un-
disturbod, lovol rnd clown.
a-:cavat ons 'or fo�mdations frac from %m'--r and frost. If
boarin;; surfaces becom so,tanod v i .r or frost, ra-e•.eavai'- to
solid boarin. at Concv^ctor's ,..v ns;. ..-'rovi o -nd maint: :i tomnorary
drainage, vt.vin or otho acasur=s r ouir::' to kacn free water out of
construction aroa.
horc and brace sidos of o cnvati.on in acco-earn "ith ;tato of -as'i-
ington roquir.� -ants. Romove shorin bofor: 'o:•ckf211ing.
,toc;; ,ilo c::ccvotod malarial which is annroved for fill and backfill
as Eir:�ctcd.
C. Fill fill. -,_:cvv:tad :axarial frc. frog roots, or
other or anic matar a , trash, au', mot,,: frozen aatcrial, and stones
havin a as imum dimension ,reeter than b inches, shall bo us d for
fill and 'mcL•fill shall be 'h,asted , as ss.c;.ficd.
TS-01
.rior to dae'Silling, for-xs shall 1)0 romov;d and tax c::cavztion
cleaned oC all trash and debris. Secure apnroval from the .n:;ineor
before :)a^. fillip- -round building foundation, BaC:fill Shall not be
nlaccd against building Valls prior to 7 days ait_r ca.t)letion of trall.
d• 11
� ttiioonn Backfill, fill un:er concrete sle. s and foot-
ings, and fil rr th15-the limits as $ao!!n on tho dra'rin;,s shall be
placed unifor ily i:l 3 inch lilts and each lift shall 'oe thorou hly
cork zua pactad to at least 95% of aaxl dry density at optimum moisture
content as deter need by A.:,.S.1:-0. :rocadure T99-49, modified as
follovs:
(1) eizht of ra vscr shall 10 ,ounds instead of .
5.5 pounds.
(2) Ramnor shall 'ja drojrcd rrnm a hci,ht of 13
inches instead of 12 in:les.
(3) The sap los shall be co iv t::d in 5 equal
layers instead of 3 equal layers.
Soil shall be dried or moistenad as necessary to maintain
optimum moi-. curd content,
e, tMlig.. suraius �. cavatad matariai, stri �nad material, and
c::cavated mater al not mcotinb the rc,;nirecL?nis for fill shall bccosto
"waste".
TS-04 CONCI--TU
Concreto and reinforced coner.:t., shalt be in accordance vith
the ",tandard Technical �nocifications for ,onorctl -nd ;.ainrorcad
Concrete". All concrotc shall be •'Liss 6. Ty-.)e I or Ty;tc II camrnt
may be used at the 0otion of the Contractor,
All ripe sl%vcs and iasbaddod items rust 'o aceuratcly located
any held firmly in nlccc, before concrete is ,our-d, Care must be
taken Turin ,lacing of concret,- nob to iisturb. or disl-' p such '
items.
To-05 NId -,LLA}i.Odd iLVT W ,
a, ,LcnGral: The contractor shall ;a'oricacc to tho dotail.
and shall install sccursly n< neatly all ^tisc a lanoous m:tal items
required to comnlctc 4he trcr!: includin:,, bet not limited to, the
follovin,,: ladder, aanhol_ frames and covors, y:bolts, plio anchor.
All supplemcntary parts and fastcnin;,s necessary to complete Inst,ll--
ation shall be included.
b• " T..yo bolts, nil anchor straps and access -latldcr
shall be hot-d nped •,a vaniz-d .ftor fabrication.
TS-02
TS-06 EL_CTRICAL
a• • the electrical -or's shall includa the furnishln;
and installation of all annaratus an-
aatcrial that are required for
the electrical system as indicated cn the drawings anc as covered in
this electrical s ,ocification.
The Puget 6oand Power and Li3ht Company will furnish and install
the power pole and 01_ mounted transformers and will connect the
transformers' secondary to the feeder wires at the ��citherhead on th
Ole.
b. orere=: Standards•
iational Electrical '.'or - (N.E.C.),
State of "ashin-ton Safety btandirds
national Electrical ;anufacturers Assn. (ii.C..LA.
)
American Institute of Uectri.cal En�inecrs,
Procedure and Test Standards
C. Con—actor shall obtain all permits, pay all
fees and obtain all naccssar7 ins*octicns from the authority enforc-
ing the electrical code, shall provide cortificati0.� of arproval by
the electrical inspector, havin, jurisdiction, if requested by oover.
d. Dtavin • The drawing is partially diagrammatic and is
not intended to s o•, in detail all features of the work. Contractor
shall take all measurements and do all cutting on the
c. Conduit:
(1) Ri-.id Conduit (Steel, Thickwall) shall be hot duped ,al-
vanizod or sherardiz�d. Uhall be used •,hon installed in the weather,
earth, concrete, wet or d: :a, loc tiona anC. for all nominal sizes, 2
inches and lar;er. Rigid conduit installed in the earth shall have
the malo ;thread white-leaded or glyptol applied so the joints will
be watertight end shall be paintod with asphaltum or bituminous coat-
ing, on the outside, after `weir.;; screwed t6-,oV er and before layin
In trench. There shall be a minimgm of 18 inches oarth cover over
conduit and the backfill shall be tamped in 4 inch layers to eowpaet-
ness equal to that of the surrounding earth.
lectric ictallic Tobin E.i%T.)
shall be a van za n's chd outside, with Lnurl:d inside finish,
ans i,ay be used 'or aLl nokinial sizes of 1-1/2 inches and smaller
in dry locations only. ',ll E.A.T. fittin ,s shall ba o: tho watertight,
eemporession ty,e.
(3) Install 'La o , conduit shall be run ex,osod and shall not
be smaller than ^ inc nominal size. All 90o elbows for 1-IA inch
nominal size and larger shall be factory elbows. Conduit shall be
run parallel to or perpendicular to the ::alls or coiling. Bond and
offsets may be used, unless innoarance dictates the use of unilets
or condul:,ts. Conduit shall have smooth interiors the ands shell
be cut square,reamed and shall butt and to and tilt?
t_, com, ems
TS-03
Running threads will not be permitted, use split couplings or Erick-
son unions.
(4) Sunports, conduit supports shall not be scaced more than
8 feet apart, and shall be su,ported on concrete with ex*ianding metal
inserts, �,lastic or fibrous inserts with lag screws or metal wood type
screws. 2hre=ded studs driven in by a powder charge and provided with
loc% washers and nuts are acceptable. Use metal wood ty^e screws for
mounting on wood, nailing :s not permissible.
(5) C]_amps, conduit clamps shell be one-screw, heavy stamped
galvanized steel for 1/2 inch and 3/4 inch nominal sizes, malleable
iron for larger sizes and sized to fit conduit snugly,
(o Eushinn, nd.Logk ut�s_ conduit shall be securely fastened
to all on closures. Each outside lo,.l:nut shall be fi :71y tightened
against each inside bushing or locknut for electrical continuity.
When the voltage is less than 250 volts and the wire size is smaller
than !To. 4 A.W.G. a malleable iron bushing may be used and for larger
wire sizes a steel bushing with molded phenolic insulation r*.all be
used. If wholly insulated bushings arc used for any size wire, one
locknut shall bo nrovided on the outside and one locknut on the inside
of each conduit tc�rmination in an enclosure. For more than 250 volts
the preceding applies, except in all caws there shall be one los:a,ut
outside and one locknut inside of each enclosure termination. In the
motor starter and other large enclosures, bushings shall be of the
grounding `.y_s and groundin., wedges or solderless ground clamps shall
be •:.sed for connections to water pipe.
f. Junction and Pull Boxes_, shall be galvanized or sherar-
dized pressed steel type, unilets or condul:tsin dry locations and
case, with hubs, case cover and gasket in wet or dame locations.
g. Wire :All ,,ire shall '�e 500 volt, code grade, and shall
�'. have not less than 981 conductivity, col,)r coded and marked with gaga,
type and make on 24 inch canters and shall ba brought to tho job site
in ori;;ire.l, unbroken packages. Mire shall be of the type shovn on
the drawing. Stranded, tinned copper wire smaller than No. 8 A.W G.
shall be solid' opp r cad -'o. 8 A.t!.G , and larsor shall ,'io stranded.
All wlre shall trj continuous from outlet to outlet. Lubrication, vhen
used, for culling-in wire shall be powdered soapstone or a comcound
specifically prepared for wire nulling and shall not contain petrol-
eum or other croducta which will have a deteriorating cffzct on the
insulation.
h. Wire Connectors and Lugs: Pigtail connections of No 8 A.
W.G. wire and smaller shall be made with Scotchlock and insulator or
copper splice cap and insulator. All splice caps shall be indentod
ith the proper size pressure tool. Pre-insulated connectors of plastic,
porcelain or bakelite }ackot types, (wirenuts) with or without metal
inserts shall not be used. All other connectors and lugs shall be
sol'._ :._-cs,copper or copper alloy, bolted crimp or indantsr types. All
connections must be mechanically and electrically sound. Pressure-tcol
dies used, shall be of the proper size. Split or tooth lockwashers or
palnuts shall be used on all bolts in connectors.
TS-04
and lu3s for Po. 2 A.I.I. G. wire size and larger. 430 volt connectors
shall be taped with one layer on half-lap of hi.!- grade snlicin com-
pound and :wo layers on half-lap of higq trade 'fti`t`on.tape..
i. ;lotcr Starter, Shall be reduced voltage alito-transformer
type starter in N!,IA-1 enclosure with overherd relays and selector
resetswitch and insh cycle, 440 volt motor,bfor nwall mo rating. Connect to the
e65� top.
j. Liehtine TransPor r,shall be of to size, volta;,e and
type as shove on the dwauing, for wall mounting. It shall _� of the
dry tyre, self cool sd class-L insulation for operatin� in ambient
temperatures up to 40 C., 45 deci-,le or less and shall meet the re-
quire.nents of trLi6. and AN slccifications.
k. Circuit rcalc^ram: Circuit breakers shall be in strict con-
formance �!ith ,; 'iA standard ABI-1959, or the latest revision thcreuf.
They shall be asseibled as O'noletc units in sun ,ortin, and enclosin;
housings of insulating -aterial. They shall have bi-:Metal ther-ial
overloads and ma ,netle short circuit trips sot at 10 times the o•r::r-
loads trips. --The "J" fra.ad-citrai, ' rcakor s:iall .have rrmovahlb'ane
interchangeable trips, and small:r circuit breakers shall have fixed
tries. All 2 crd 3 pole circuit br�akcrs shall have common automatic
trips ohich oner=te all '101cs simultaneously, and s',lall have integral
common oneratin:, handles controllin all )ol�s si:iultaneously. All
circuit b)fea::ars shall have enclosures and shall be FBIT..6oc.
size, fra:ae and nu:iber o: nolas as shown on tho Craving.
1• ' , shall '� of the size and style as shown
on the draw n; mounting on th,., wall.
M. :( t n,: All equi_rnenc amounted on an oucsice eoncr-t all
shall be mounted on a 3/4 inch wo1 •anized 1lywo0d backin: as sho+.m on the drawing.
n. Li ,htirr Fixture, shall o 01 the s':yln, size and eual,ty
and shall beounted as shown on the o.rawi;r,,. The 30;: mounted :;Lif's
shall be ',estinghouse standard ba,onctt he^l re:le,tors or approved
equal. All fi::turns shall be 'Underwriter's Laboratori,s, Inc apn-oved,
parts 3.T... Certified and union la'a,lled. Contractor shall iu..dsh and install r.11 lams. .111 fixtures shall bo thoroughly cleaned after
comlletion of construction.
o. Li :h n Ct icl s r d Agce 7 c ohal.l be as s'town on
the drawings. �1;.t�s s all stee , wrin:i a ;finished.
p. Grouncin; roundin, and bondinn of cabinets, conduit,
Motor and ocn"r;v' a, stall c in sc:•i t accordance with th latest
revision of the K.L.C.
and . 1—�. Test all uirin� and connoet`ons for continuity
,rounds ')efore :quinment, motor an6 devices ar ccnnectad and
run %23er tests i_' required. here suci: tests in'icate faulty in-
sulation or other defects, all suc:1 faults e.nd de-acts shall be
located,
TS-0 5
repaired or replaced and tested a;;ain, until approved. The completed
systeis shall have a resistance between conductors, ant'. betimen con-
ductors and gr%un;, as spocified in the latest edition of N.L.C.
section 1120.
Final tests shall be made in the presence o; the Engineer
after conduit wire, equipment ant devices have been installed. on-
nected, testes and ready to operate. Tha final tests shall demonst-
rate that evsrythin is in ;;ood operating conditions and complies with
requirements of this specification and drawing.
r. The Contractor shall uarantee the satisfactory
operation or all equipment, materials and worlmanshin, installed under
this specification and drawing, and shall repair or replace to the
satisfaction of tie Owner, without extra cost to the Owner, any def-
ective equipment, materials or urorkmansh,_� which may show itself within
one (1) year from the date oC final acceptance.
TS-07 PIPINC-
a. Tjjq:. jt%y' or Reti:on, liashihttdn wil'_ tnsthIl. .ht pumps and
pump dischare n.pin;, includin; valves, water met..r, rnd all appurtenant
fittings, su ports, saddles and ab" ssories. The contractor shall 'urnish
all materials necessary for the installation o: the hose bibb, fitt-
ings and accessories, and shall furnish all iipes sleeves requir-.d.
b. PIDe Supports: ^ro•:ide concrete pi,;e saddle for discharge
pi;)ing as shown on the drawings. Provide other supaorts as necessary
for all piping with pipe su-ports, wall hooks or han ers, and as det-
ailed in the drawings.
C. Pine Sleeves . Pipe sleeves shall be »rovidad wherever
pipe passes through a concrete wall. �leevas shall m of steel pipe
and shall b;. approximately one inch lar;,er She, : the outside diameter
of the pipe. Contractor shall determine the size of sieeve to use
at each location to match the .. ize of pipe contemnlatad, both for
future installation and owner installed pining as well as pining in-
stalled this contract. After installation o7 pi�:e through sie.ve,
the remaining slot shall ')e caul'sed and scaled :rate-tight. Temporary
plus :gust 'e provided for sleeves installed for future niping and
owner installed piping.
TS-08 UATERPR00PING .14D :1,114TING
a. Vater crgte: All a:teri r concret:• surfaces
above grade, shall be ;;Sven two coats of colorloss silicone- base
masonry treatment, "Dehydratine 22", as:manufactured by A-C Horn Com-
pany or approved equal. Anplication shall be in strict accordance
with manvfacturer's recommendation.
All exterior concrete surfaces belov :trade shall be riven two
coats "Dehydratine it", and applied in accordance wit:i -�.nu acturer's
recommendation.
TS-06
TS-09 cLLANUp
contractor's temporarynbuildin.;soanduinstallations,rexcess11-trrials,
debris ape -ubble are to be removed from the pre ases, -nd the site
left in . t and orderly condition,
TS-0�
TABLE OF COMP-NTS
.2ART V - ;TANDARD TECHNICAL
SPECIFICATIONS FOR CONCRETE AND
REINFORCED CONCRETE
SECTION DESCRIPT: N PACE
RC-01 Generpl RC-01
RC-02 P:ady-Mix Concrete RC-31
RC-03 Concrete RC-01
RC-04 Reinforcement Steel RC-07
STANDARD TECHNICAL SPECIFI:ATIONS
FOR
CONCRETL AND REINFORCED CONCRETE
RC-01 GENERAL
Concrete masonry shall consist of cement, aygre,,ates, and water
which shall Conform to the requirements of these specifications and
chich shall be proportional as hereinafter specified. Reinforcement
shall ae used where required by the drawings or specifications and
such reinforcement shall conform to these specifications.
RC-02 READY-MIX CONCRETE
All concrete pours over one-half cubic yard shall be ready-mix
concrete, unless approved by the Engineer, and purchased from a plant
regularly engaged in the production of concrete of the highest quality.
ASTM Spec. C94 in conjuction with the requirements of thesespecifications
will govern the control, manufacture and delivery of ready-mix concrete.
RC-03 CONCRETE
a. Class Designations. Concrete mixtures with differing strength
characteristics will be designated by "Classes" . The class designation
has reference to the number of bags of Portland cement required per
cubic yard of concrete in place. Al: concrete shall ue Class 6, unless
specified otherwise in the specifications or noted on the plans.
General data are as follows:
Recuired M DA&Z
Nominal Ratios Compressive Strength
Class by Volume (e 25 da s in Y ' psi as used
Eor 3-1/2 1:3-1/2:7 Design
4-1/2 1:3:6 1500
. . . . . . . . . . . . . . . . . . . . . .
5 . . . . . . . . . . . . . . . . . . . 1:2-1/2:5 2500
6 . . . .. . . . . . . . . . . . . . 1:2:4 . . . . . . . . . . . . . . . . 3000
7 1:2:3 4000
The ratio of sand to coarse aggregate in any mix and also the
amount of water used shall be suoject to approval of the Engineer at
all times and his orders concering such proportioning shall be followed
as exactl: as practicable. Water content shall not exceed six(6)
gallons per bag (94 lb) of Portland Cement unless approved by the En-
,-ineer and a water content less than six (6) gallons may ae required
by the Engineer if in his judgement such reduction is necessary.
RC-01
b. Cement, only Portland cement shall be used and it shall
conform to ASTM Spec. C 150, Type II. Type I may ne used upon the
approval of the Engineer or is specified elsewhere in Part IV.
c. A4ore,.ate. A,.gregate shall consist of washed sand and gravel.
No aggregate shall be used which after washing contains soft, friable,
thin, flaky, elongated, or laminated particles totaling more than 3%;
shale shall not exceed 1 1/2%, and silt finer than will be retained on
a No. 100 sieve shall not be in excess of 2%. These percentages shall
be by weight and the aggregate amount of such deleterious materials
shall not exceed 5% by weight. No aggregate shall contain organic
matter in excess of that permitted by ASTM foec. C40.
Unless specifically required by the plans �r elsewhere in Part IV,
coarse aggregate shall range in size from 1/4 inch to 1 1/2 inches and
shall conform to ASTM Spec. C 33: fine aggregate shall consist of sand
passing a 4-mesh siev a and shall conform to ASTM Spec. C 33. Fine
aggregate shall be well graded from coarse to fine-coarse particles
predominating with not more than 6% passing a 100-mesh sieve and not
more than 25% passing a 50-mesh sieve.
d. Measurement. Unless otherwise provided in the contract the
Contractor shall furnish and place ready-mix concrete; furnish and
place forms and care for all concrete and concrete work. The cost of
all such work, including sprinkling and curing, cleaning, bonding, em-
bedding perwament fixtures, roughening surfaces, removing laita-tee,
finishing and any and all labor or materials, except reinforceme..c,
necessary to secure concrete in conformity with these specifications
and the instructions of the Engineer shall be included in the price for
concrete or in the price for units (or unit) of construction wherein
concrete forms a part. Measurement, if a unit price is applicable,
shell be the net volume of finished structure as built in accordance
with the plans or the Engineer's instructions. Some concrete may be
used in building specific items for which payment is to be a lump sum
for the complete unit. In such case the building of the concrete portions
shall conform to the requirements of this section but measurement of
the volume will not be made.
e. Concrete Test. Concrete will be tested for slump and this
as a maximum must not exceed four (4) inches. For the type of work
identified the slump shall be within the range indicated below:
Slums in Inches
MAAiNum Minimum
Reinforced foundation walls & footings 4 2
Plain footings & substructure walls 3 1
Reinforced slabs, walls and beams 4 2
Columns, plain and reinforced 4 3
Mass concrete, 3 fr. or more thick 2 1
RC-02
Removal of over wet concrete or concrete that exceeds the above maxi-
mum slumps eith-.- before or after deposit in the forms may be required.
Concrete mixtures shall have the strength characteristics as
specified on the plans or if the Class is not specified it shall be
Class 6 having a 28 day compressive strength of not less tnan 3000 psi.
Where there is a total of more than 20 cubic yards of concrete in the
work or where the local building code requires the Contractor shall,
under the direction of the Engineer, take four test cylinders for each
' fifty (50) cubic yards of concrete placed ( or major pour is less than
fifty) ; two to be cured under job conditions and two in an approved
commercial laboratory. Two cylinders shall be tested for compressive
strength at 7 and two at 28 days. Three copies of all test reports
shall be furnished to the Engineer.
f. Placing Concrete. water l.n excavation or forms must be re-
moved before concrete is deposited in them and no additional water
shall be allowed to enter while concrete is being plac ed and there-
after for so long as may be necessary to prevent damage. If concrete
is to be placed in or under water the specification covering such
placement will appear on the plans.
Before mixing or transporting concrete, all equipment to be used
for these operations shall be clean and before concrete is mixed ready
for placing all debris must be removed from the places where it is to
be deposited.
Concrete placement in cold weather will be permitted only under
conditions which shall meet the approval of the Engineer and the concrete
in place shall receive special protaetion. Salt, chemicals, or other
foreign materials shall not be mixed with the conrete to prevent
freezing.
Prior to placing concrete a schedule of pouring shall be given
the Engineer and shall receive his approval before concrete operations
begin. When concreting operations have begun they shall be continuous
until all material of an appropriate unit of the structure has been
placed. Suspension of operations for more than one hour will not be
permitted during a continuous pour and this limit may be shortened on
order by the Engineer.. All concrete shall be placed within 45 minutes
after it is mixed, or if ready-mixed concrete is used such concrete
shall be placed within 45 minutes from the time the truck leaves the
batching plant or from the time the conrete is actually mixed in
transit-mix trucks.
Concrete shall be placed generally in horizontal layers not more
than 12 inches thick except as otherwise specified. When a monolithic
layer cannot be completed in one operation, it shall be terminated with
RC-03
a vertical bulkhead. Feathering out to less than six (6) inches will
not be permitted, where placing operations would involve the dropping
of concrete vertically from a height. of six (6) feet or more through
completed forms, concrete so placed shall Le discharged into hoppers
feedimi into flexible drop chutes. The free drop of the concrete mix
from chutes shall be not higher than two (2) feet. Where conditions
warrant this proved, may be altered by the Engineer upon request of
the Contractor.
• Concrete shall be thoroughly compacted by puddling and spading
with suitable tools or by the proper used of mechanical vibrators. It
shall be worked thoroughly around the reinforcement and embedded fix-
tures and into the corners of the forms. Where the total volume of
concrete on a project exceeds 15 cubic yards vibrators shall be used.
Clogging the forms with excessive depth of concrete which may prevent
proper compacting shall be avoided. Each layer of concrete is to be
regarded as a unit of masonry to be laid ani worked before the suc-
ceeding layer can be superimposed in the process of monolithic const-
ruction.
Special attention must be given to the need for securing ex-
posed surfaces which will not require patching after the forms are
removed. The Contractor shall at all times have an ample number of
experienced puddlers to insure a perfect and uniform contact between
concrete and form boards, and, if necessary and permitted by the
Engineer, holes must be made through the forms to permit proper and
effective placing, distributions and compaction of the concrete.
Suitable and safe runways must be provided for use while placing
concrete. If the Engineer belives that any temporary structure is
unsatisfactory or unsafe, he shall have the right to order its re-
moval or reconstruction but his failure to do so shall not relieve the
Contractor in any way from his obligations in these respects.
g. Curing. Exposed surfaces of concrete, horizontal and vertical,
shall be kept wet constantly for at least ten (10) days after being
deposited unless otherwise specified on the drawings or as ordered by
the Engineer. Surfaces shall be covered with burlap or other blan-
keting material to retain the moisture during thir period. In gene-
ral the curing of concrete by the constant application of water is
perferable but this shall not preclude the use of other surface treat-
ments where conditions make it necessary or particularly desirable
and in ca ,es where the Engineer's approval has be secured.
h. Admixtures. The use of admixtures will be allowed only by
written permission of the Engineer. Admixtures used will be considered
only as a means of improving workability of the concrete and facili-
tating placement, and in no case shall the cement content be reduced
RC-04
below the amount specified.
i. Forms. Forms may be of wood or metal and shall be built
accurately to provide the shape, lines,and dimensions required for the
finished concrete. They shall be strongly braced and tied so as to
maintain their position, shape and tightness, without bulging or
becomming displaced during the process of pouring concrete, and de-
signed to withstand the effect of vibration of the concrete. If de-
formation shall occur at any point when concrete is placed in a surface
which will be exposed permanently in the finished structure the con-
crete so disfigured shall be removed to the satisfaction of the Engineer.
Fci.;a lumber shall be of good quality, smoothly finished and free from
defects that might injure the appearance of concrete formed against it.
Except as noted below, all exterior surfaces of walls which will
be expos-d permanently when grading is completed and the structure
finished as required by the plans shall be formed against plywood not
less than 5/8 inch thick, or against thin plywood which may be used
as a lining for more substantial forms. This requirement with respect
to forms shall be applicable to surfaces which normally may be covered
by water except that some such surfaces may be excluded specifically
by the plans. wherever practicable, wall panels shall be formed by
using on^ piece of plywood. plywood used for forms shall be thoroughly
oiled cr soaped to prevent raising of the grain when the surface becomes
wet. For interior faces of circular walls tongue and groove lumber lined
with plywood shall be used. Curved exteriors of walls may also be
formed against well-matched narrow-width tongue and groove lumber if the
Contractor shall so desire, and if the Engineer shall approve as not
detrimental to the appearance of the finished struct+arc. where surfaces
are to be given a special finish which is not affected by the forms,
one-inch boards of uniform widths may be used for forms. All
joints between adjacent pieces of form lumber shall be closely fitted,
so that lines in the concrete shall not be disagreeably evident where
the boards have met. Care shall be taven to keep the g.cain of plywood
in the save direction in adjacent pieces if to do othoraise might pro-
duce an unpleasing surface. Special treatment of forms shall be given
attention if it is required by the plans. Forms shall be oiled or
thoroughly wett,-4 just before placing concrete in them. No forms shall
be remo•ied until the concrete has the strength to resist all possibility
of damage to it.
Use 1/2-inch 450 bevel inserts at all inside and outside corners
exteppt where �;rotccted by steel edgings.
The use and removal of form ties, such as bolts, or other de-
vices for holding the forms in place, shall be subject to approval
by the Engineer. Any such approval will have special reference to the
effect of such use on the appearance of the finished structure anu there
must bc iefinite assurance that form-tying will not have a detrimental
RC-05
Moo
effect. The Engineer at any time shall have the right to reject the
method in use if in his opinion more satisfactory results can be ob-
tained with some other device or procedure. In general, form ties
of twisted wires will not be permitted and must not be attempted with-
out first having secured the approval of the Engineer.
j. Removal. of Forms. In the determination of the time for re-
moval of forms, falsework and housing, consideration will be given
to the weather and other conditions influencing the setting of con-
Crete, curing and materials in the mix. In general the following
periods, exclusive of days when the temperature is below 400 ., for
removal of forms may be used as a guide subject to the approval of the
Engineer.
Centering under beams 10-14 days
Floor slabs 10-14 days
Walls 12-24 hours
Columns 1-7 days
Sides of beams and other parts 12-24 hours
k. Surface Finish. All surfaces of structures, including curbs,
exposed to view shall be smooth formed using approved plywood or hard-
board form liner.
The appearance of all exposed concrete is of major importance.
Forms shall have a minimum of joints and concrete shall be carefully
placed and vibrated to obtain a smooth surface, free from gravel poc-
kets, voids or segregation. At all locations requiring smooth forming,
form ties which can be brcken 1/2 inch back from the finished faces
shall be used. Forms shall be removed with care and all corners, etc.,
protected. While the concrete is still green voids and form tie
pockets shall be packed with grout, joint projections ground level,
and surfaces then rubbed and sacked to a smooth even finish. This
work shall begin within forty eight hours after removal of forms.
1. Inserts and Fastening DevigeS. In cooperation with all trades
and other contractors all inserts and fastening devices such as anchors,
hangers, ties, bolts, conduits, water stops, nailing strips etc.,
shall be properly located and secured in position before concrete is
poured.
m. Construction Joints. The location of construction joints not
shown on the drawings shall be approved by the Engineer. Prior to
placing new concrete against any previously poured concrete, the lat-
ter shall be cleaned of all loose concrete, debris and laitance,
roughened if required ant thoroughly soaked and covered with a layer
of grout.
RC-06
RC-04 REINFORCEMENT STEEL
A. General. Unless otherwise provided elsewhere in Part IV,
all steel used for the reinforcement of concrete shall be furnished
and placed in accordance with these specifications.
b. Quality. Steel bars shall conform to the basic requirements
of ASTM Spec. A 15 and deformations shall conform to ASTM Spec. A 305.
All bars shall be round, deformed, except No. 2 (1/4) . Welded wire
fabric or mesh shall conform to the basic requirements of ASTM Spec.
A 185.
C. Pldcement. Reinforcement steel shall be cut to length, bent
and placed as required by the plans and the latest methods of practice
approved by the Concrete Reinforcing Steel Institute (CRST) . Where
splicing of reinforcing bars is permitted not less than 24-bar dia-
meters shall be overlapped unless provided otherwise by the plans or
elsewhere in Part IV.
d. Payment. The Contractor shall furnish the Ergineer with a
detailed schedule of the location, sizes and weights of all reinforce-
ment steel. This schedule shall be submitted to the Engineer for
approval before fabrication and shall be sublcct io verification J•,
the Engineer before payment will be Duce.
Payments for reinforcement steel in place shall be according to
the following schedule of weights where payments are to be made on
a unit weight basis:
Number Size and Tyne Section in Sa.In. weight in lb. i ft.
2 1/4" plain .05 0.167
3 3/8" deformed .11 0.376
4 1/2" deformed .20 0.688
5 5/8" deformed .31 1.043
6 3/4" deformed .44 1.502
7 7/8" deformed .60 2.04.4
B 1" deformed .79 2.670
19 1" deformed 1. 00 3.400
10 1 1/8"•deformed _.27 4.303
11 1 1/4"*deformed 1.56 5.313
*Bars 9, 10, and 11 have sectional areas equal to square bars
of these dimensions.
RC-07
BID PROPOSAL
ONSTRUCTION OF
LIBERTY PARK EXPLORATION WELL
PUMP HOUSE
FOR THE CITY OF
RENTON , WASHINGTON
8L' OPENIN:. _ CITY OF RENTON
1
i PUMP HOUSE PROJECT N?.W-It9
MARCH 26, 196�
LI BERTY PARK EXPLORATION WELL 3
'' - B ! ODER -AMOUNT COMPLETION TIME
___---
1
i` V✓ C . FPoST 8So "H"duct 5, 4AS rA$ 3i7 9e v,.ys
env
�+ c ` a Ta- SbTR 00 t
1 c�EoBG� l�f dL4TE.E' � fe.'wc Bsu-.�/_moo r
H rar -
TA—
TOY.e.. dig- 79�3 1 /O cc
-
1 a
1 1
AD
I o fbr
SerR YO rii __
1
f rr
1
rY�
1 _�
r
Y+ro! P6. 14fit
gammas %vor ant wanail
City of goatee
Renton. WWaohiogten
Suppleesntery Bid Proposal - Liberty Park Axploratloa %,1
by less• - pro,leot &119
%entleesni
The prior quoted for this jre dean not inolude the
Purshess or installation of netorlag equipeat for the
lleotrioity. Also it does ao', Smeluds the motor starters
or motor wiring, for rotor starters bend motor wiring, add
as additional $2200.00.
tery,.�rwly yours.
Georte
18% 155th Awn" S. S.
Bella*ue. Washington
!r
BID PROPOS, L
LIBERTY Z..JW EXPLORATION 1ELL
PUMP HOUSE
PROJECT N-11.9
The Honorable Rayor anti Council
Cit/ cs. Renton,
�,-shin<,ton.
Geutle,aen:
Tne undersigned hereby certifies that he has examined the site
Of the proposed work and that he has read and thoroughly under.
stands the plans, specifications, and contract governing the
work. It is further understood that the Contractor is to fur-
nish the materials,labor and equipment necessary for the con-
struction Of a complete Pump House except as otherwise speci-
fically stated in the plans and specifications, and that the
cost of the same are included in the prices quoted hereafter.
Accordingly, the undersigned proposes and agrees to undertake
and complete the work as set forth, in the time and at the
prices quoted as follows:
ITEM QUANTITY UNIT UNIT
DESCRIPTION PRICE AMOUNT
1• 1 job L.S Reinforced Concrete
Pump House complete 1 _ s ' 7r 7, o�
t.. 1 lob L.S Cut and Recap well
ey casingG ^,
1• 1 job L.S Misc.- Ladder,
Lifting eyes, conceete
inserts and pipe
rail �00
i'
r
`.x
BID no; SAL
LILAC':r" 414. LAPL: RAII�iz WELL S.
Flute He Z (con') M
UNIT
11'i'11 AN ITY UNIT DESCRIPTION PRICE AtAWNT
!in.
1L0 ft. Power Supply - 3'
conduit with Lei.ls
+ind p otheed.
S. 1 lab L.S Lighting fixtures
conduits w/wire, S .. a
Boxes s switches S T.
SUB TOTAL 4- "d /
State Sales Tax
TOTAL BID
I. awanjed the contract, I agree to start the work within _
S_ Calender days and to complete the work within
4fA C.,lender days from date of the contract.
Attached hereto is eh 4 e/V for $ 2211, 4 a , payable
to the rreazurer, City of Renton, which is 5% or more of the
bid above.
ADORBSL OF BIDDER. IGNEG
Title
/
� AN 'el 14
ct'•S'S' Title
�iY �Y6 3 & /#G `t.- 4
Telephone Gate
Title
BID PROPOSAL
LIBER"iY -,RR BX?LOR-+TYX _.
PU!1}' HOUSE
.Y�
1 ROJECT Y.-11S
T.w Hon.i:a_i: ..., _r an, I,GUuI _
Rentcn.
>hlru for
(,entle pen
Tin: um.orsl;nvu hereby certifies that he has exdminec. the sit,
oi the proposed work and that he has read and thoroug)•.}. undex•
stands the plans, specifications, and contract governinu the
work. It is further understood that the Contractor is to tut-
nish tht :aaterials,labor and equipmei.t necessary for th-. con-
struction of a complete Pump House except as otherwise peci-
fically stated in the plans and specification, and that the
cost of the same are included in the prices qx ad hereafter.
ACaordingly, the undersignec; proposes and agrees to undertake
anu cooR>IeLe the work as set fortis, in the time and at the
prices quoted as follows
UNIT
ITtaa QUANTITY (MIT DESCRIPTION PRICE ANOVMP
1. 1 7o1 L,S Reinforced Concrete
Pump House complete $
?. 1 jot. L,o Cut and Recap well
casino
3. 1 fob 1,.: ;Hisc.- Ladder,
Liftim, eyes, conceete
inserts and pipe
rail
i
BID PROPOSAL
LIBERTY PARK EXPLORATICS WELL
PUMP HOUSE (con')
UNIT
ITEM QUANTITY UNIT DESCRIPTION PRICE AMOUNT
lin.
4. 150 ft. Power Supply - 3'
conduit with Leads
and pothead.
S. 1 job L.S Lighting fixtures
conduits w/wire, J
Boxes 6 switches
i
SUB TOTAL
State Sales Tax 3 i •��
TOTAL BID ty? 67.4H
If awarded the contract, I agree to start the work within (IZ)
Tr",. _ Calender days and to complete the work within
r.,z.. ,=„rCalender days from date of tie contract.
Attached hereto is •$y ti.�.�_ for f ,� payable
to the Treasurer, City of Renton, which is 5% or more of the
bid above. 1
ADDRESS OF BIWER: SIGILD
Title
Title
Ass s '�cF _
Telephone Date
' Title
Telephone Date
s.
BID PROPOSAL
LIBERTY r," EXPLORi-ION FELL
PUMP HOUSE
:-ROJECT W-119
The Honorable Mador and Council
City of Renton,
o.tshin,ton.
Gent le.nen:
The undersigned hereby certifies that he has examined the site
of the proposed work and that he has read and thoroughly under
stands the plans, specifications, and contract governing the
work. It is further understood that the Contractor is to fur-
nish the materials,labor and equipment necessary for the con-
struction of a complete Pump House except as otherwise speci-
fically stated in the plans and specifications, and that the
cost of Cie same are included in the prices quoted hereafter.
Accordingly, the undersigned .proposes and agrees to undertake
and complete the work as set forth, ;� the time and at the
prices quoted as follows:
UNIT
ITFA4 QUANTITY UNIT DESCRIPTIuN PRICE AMOUNT
1. 1 job L.S Reinforced Concrete
Pump House complete $ Y>c'�
2. 1 job L.S Cut and Recap well
casing5�.re
3. 1 job L.S iOisc.- Ladder,
Lifting eyes, conceete
inserts and pipe
rail /�'!.•� t!l �c
BID PROPOSAL
LIBERTY PARK EXPLORATION WELL
PUMF HOUSE (con')
UNIT
ITEM QUANTITY -MT DESCRIPTION PRICE AMOUNT
lin.
4. 150 ft. Power Supply - 3"
conduit with Leads
and pothead. $/a. s, !$2A,ZSoo
5. 1 job L.S Lighting fixtures
conduits w/wire, J
Boxes 6 switches 41ev-m -91ee-ee
SUB TOTAL $ 146• ce
State Sales Tax IPu6- 9Z
TOTAL BID f 74-03 9Z
If awarded the contract, I agree to start the work within _
^.slender days and to complete the work within 4"
Calender days from date of the contract.
Attached hereto is !�,•ri �j:.o for $ •`' �� payable
to the Treasurer, City of Renton, whicK is 5% or mere of the
bid above.
ADDRESS OF BIDDER: SIGNED ( '7r.0�if•Ti%ia'r« �c
Title
Title
Telephone Date
Title
Telephone Date
N S U R A N G E C O M P A N 11
OF M1Y wft
sM RROCRLYM AVIMA KE,
SEATTLE.VASYIINOTON
I BID OR PROPOSAL )BOND
K�t.a AL 1. Ak:S Itl' 1Nf St PFfS'fNTf.
[ That me,
a
Am Pdac"l, mad GENERAL INSURANCE COMPANY OF AMERICA (btn•ioa(re�otl la.AtrhrSnrct�pe as Salel ty,
Are held and firmly band
(herti-01C,called the Obligee)in the penal sum of. ]FIVE ► .jW jE Yr ATVAgjM M
hN the ps'wm nl aAich the PrfA<' 'Ad.__. he" he I'll a`-t>P+1 the Surety hied tpreshranmelte s, thnr heirs, rsrcuras, admmntrsm,a,
aucetason atd Auipoa, windy ud mteull•, firmly by thexe prcstnu.
SIGNED And SEALED this. ... 26TIJ y of
THE COADMON Of TNIf 0131./6A7/0N 11 SUCH. That, aherea. be print i 1
M has Aahmtacd as is aiuwt to xab
air t pu- Ml m the Obhpee oa a cmcut fAr__TME..COIISTNILT 111rL.�-21Nr J�ISE _
NOV, TNERPPONE, 11 the said conaact he timely aAarded m the P.intipAl ead.aAd rRe �einei fiat as mAv I- ,of d Pal slmll. rnhm auc6
Wt rater tam the cm Va« in rh,, Ai and pier brher h bard be rtpuind,Vith avtet a<-
ceptaw r rhr 1:161 11f et the lefthf.tfect.fKrlomaau of,he aawl<muatt,then,hit ab"AutoA sha!!be vmd, n
atis<m rrax,n m(dl hire and effect. aMe-
M. C. Frost - .
! o q r
yt ator C&rAltn .r
ho •ftre =nt .4trr Cemcitteo' am tto 3wrtatw**t o4
iAllttlrs Gas aovi"Id 00 bids opened laot Gsw*il meting foe
the asrot:sotior, of a 'F+ hgtsr' teaatre to Ltt.xrty C&A.
it L Vir saaelm rWt.On tlw t :Vies r.fid be md9 to 'United
contz"tara Ca., exy far taslz low 'lid of $7004914 " trAt
site `yid be aeseytad by the City. It to hwtbw emowanddd
tint ha 'Sty Attaamy be tMtTMUd to A*pore tht 40(ltraa!
far oignsunwo
yaase Very '>mty
mi OF
aw
t
Dan of
Yi '4 i
ggeep{stendant of L'tilitlas
y.
.�nc�,"rrU ?rG,�r,set�cut
ki•rt�'ori,
cotamo SOW,
wA
,ts__1. Srt 04-0roe
�
M ae�
a d w/M Y aA yp*0
ar
Y+
,e,,perW V OYMM k'M1 MM d Ago.
oovitvvL
9&00
o
GawNM''
P.
u►
F 4.
L1M this pir
ij� r and
a :.t
between 773F CSA of C
R°h"'m, rash9ngtdn, n _^.ur:loiPal c.>rpCratisr
of the 8'ate o_r
:inG`Vm, hereinaft«r ta8hrrlal to n,. "r,+t,,.« s.d
CFf`Rur `.
Dp rff end rixk -41, a , harelNltnr referrtd tc at "roa�rartor,a 6wrtnership drb/a `JWJJU CSMIAA4,,,M COVANy.
W IT14Fa « T Ay
1a That the C,rttr4ct0r shall perform v *din te:e ja s:-r.lete�, r _wii.r
t: ceeslett ;"et7"I^ti;;: within forty.ttva (4.}
salerdat d'..o
`:aa late'af exccsticn hereof as required ry rtract' :• w^:j,t' :• , g-••a-er,•,.
's " `srrr,OMt part and evar-,lhing rerairod tc be, par formed, in. CCn.rac' -r
eta'. ,rovtde and -famish any and all of the labor,. materials, tools, egsiixxr.':, '
ut'.. 'Ay and tran"portation serv!ces necessary tc; perform the contract, all I
complete sa:tie in it worloaanlihe manner and all the oonatroctifn v rk covered :y
ti:e contract In cotneantton with the conatractdon and improvement of LIPBR1y ..nay
SAPIDUTIO7 wgii. PISW HMS. all located in libarty Park, aeatoa, Bing County, 4eehinktonl.
and all M foregoi.g in strict conformity with t e, Piano and spoci^Scationst
includ.tng WW and all addenda issued by the City, Witt. the other docun•nta
tureie^.after enurrerateC. It is agreed and stipulated that said :ahora rate
Ws, tools, equilrvant and eerviess :-.ail be furnished and the cortract per.
formed and completed under the direction of and subject to the approval of
the City and/or its authorised repreen:tative,
2. The contract entered into by the acceptance of the Contracter�a bid
and the signing of this agreement consists of the following doc% rafts, all of
Mich are eomponet parts of said contract and as fh:ly a hart therer' as if
`.rein set out in full, and if not attached, ae if hereto Attactmdl
(a) Thin aRsoment
ib) Instruction to bidders
(c) Aid preposa_
(d) Cenral Conditions ,
et 8paciticaticne "
(g) Adds and plans
Advertisgant far bids g2
(1) Special 00 tract provisions, if amy B
3e If the ContraMCr redoes tar fails to prosecute the work or eny pga.p
thereof, wish such dilsganoa ae wily Inge" its ^,,pletion within the time
specified in7lis contract, or arty er%nai.on in writ
ipg Llrrvef, or fails to
eospiste said seek within such tyre, or if ;'%e lontraoteT ahWU he adiudged
• batlrupt, or if be ahau,d wYe a general aaeigMant for the heafit of :ia
creditor", or !f a ""iwr shell be appoiptwd on account r.! i . . ,
;nsolvensl, 'c if hp ,.- say cr tts. a`..-- --:'ra•t..r rY•..:
y
+ ro"A1cr. y1 irn1 ur R'vr
��;,,, �,lyp�k`r
+r thin +ar s i -t t eha11 oeaa* sad pturnotmy
pp�,lhanae of .N ypao+r;'..10 of h yawn
be ss4a. thia oontrart> e.asl3 r
A.-ruv*enelt Sea the yac:eat::m thex+of
"he
3e' 'd}11* t^ ever! recr*ct,
,�irstiotr of add P**i0d+ cash atri
tAs CStY atoll yaedSatAlY carve artttm:
In the avant of we v3oL ty.mysadmr •i'etY an*ll "I" tM
notice tyaaot %Kc to sooty `tSe Contraotcr alai tt* r
ritLt tota]s anaY VAPrr e-0*'e the oWWct, proviisd hs*ev*rr that if tM aura�)
aittiln fifteen (15) uo after the Nr�t a it of Ra¢h notice of
do*s not perform tho -11tract or does not amm*no* x,Mtereano* time°! with thinn
thirty f30) ¢*7e froa the dau of eervi.nd r cb xroticor tile City itaelf wy take
the rmtraot and proescuu the *see to by by om-
owe tb wrk vdlar
sa'thod it W deft 9jyieables for the accclint and at
twat or by W otW and hi, soret7 shall be 12able to t* City
the col* vJW*aas of the Contractor+ and in eueh
for mac;{ ex¢asa cost or other dent"* oeo*almad t}a City LberabY+
evc:,t. tha City sty+ Without 3labilitY for so doint+ take po*seas`m of and
*PPlir caeer pgeata end
¢mtaact sna`s aW,urlals+
utility i^. otmoutint as ,v 4e m stu of the pr03*ct
o*Lsr prorrtLs beten{tnt t'O %bs GmtrecW
atd mataoasry therefor. taa is aadltlm to and not is 'Wtatim of
4. The fwWU4 praviolms
� t¢ the Cit7.
*MU or
to
tap o- -Tb rant" t MlleLa h44 aad aenx w cif to its WY at��t r eau«ti 04
Ott aad �m.er Lusto" Eras •V� •1 r Mm meo.=t f ow Pat- '
ldndr inladiat sa
au ooats arA Ulal aapas+*•a/fass or
e tiular oe �ppl.Sarae�s
, !,more* for
*UW as ="twmAimartimr is0'*n
Ws in w par'fea7aRea of UP •snteaotr w1 its as b w Cityr yalaN
ffi tbia
Cartts'aoi-
¢a*.:.1« at.aitiaala .tivel.A.a ee =4w
,�. , err PaeAY Rath por
uuw m aJti" or
he in wtumMotu"
.• s4 &An b• 6del *rod sib 14 cna P� �t SAbwo-
V"Veod of tay. !RV t tip its da77 wtlraris*d tire¢+6t ar b! d+PotitisL aeRa
tat*" * CM4 •mil bo W PW*mva 0sUVWY
pa apat6 a d rrf�*taa+�•
totir aeaiML BteMa ear,Rae*��'""'a' sc tht eammwt a° 1ei
t. fhe cootm
of
.ly� aae Ypli sai41*t• W' �naa
tho OWWWWt pat I~ ♦ on x*serf I" (")
Tta M+aL eld as y aw of $*Am arw the as" of
seta Balm at exam womm'" thex the dwww 1a <J* City
payykiaey it 36 bat�tl U6 aaai we"
. rW! 4a1Q Wtsl#e w Von as i'tltic e+ilwir 0"'06> Mr nsiaaaas Aq
Yttilttaat' ,1ce1li^* s.;r � eadb '�, o; '+ ;•sit 'ax ,oaewcctar
' 3
e,n�rac: .,." Ae'tla .fi"`t's+l. use o° an. r+
contract by the City ilia.;.) xrr+:it::`,e an acoep%i,;oc :q ter;: r:_n, doto A acccrd-
anre with the c:altr6ct or rel,,on the Contractor at liability in :aspect to
any er!•ress warranties or resconslbility for faulty materials or wterkamnenip.
The Contractor shall be wrier ..he duty to remedy any defects in the work and
pay for any damage to other work resulting tberefr:r which *hall aKear within
s6
the perioe: of one (1) year frru the date of final aeesptance of °:,he work, unless JIE
a longer period to specified. The City will gl.ce ratios of observed defects
a, heretofore specified with reasonstle promptness after discovery thereof.
S. The Contractor and each sub-contractor, if an^, shall suhdt to the
City such schedu se of quantities and coats, progress schedules, payrolls,
reports, estimatea, records and miscellan*oua data pertaining to the contract
.as may be regaeated by the City from tiros t.c time.
10. The Cottractor shall furnish a surety bond or bonds as security for
i
the faithful performance of the contract, ineltding the pay^aert of all parsons
perfcr dng labor on the constructior: project under this contract and furnishing +
of materials in connection with this contract. The aw,, ty or swretias,cn
such bond or bonds must be a duly licenead surety company. Said surety bond shall be
in tee full suount of the contract price specified is Foragrapb 11.
11. The total amount of this contract is the eau of Sewn Tteusand Peer Hundred
Shirty-throe sad 92A odtte Dollars ($7,453.92) whi^b includes
Washington state sales tax. Payments Will be -*ado unto Contract,- as speci-
fied in the "general conditions" of this cantrrct. 4
1H WITNEW MMOF, the City has cauasd these preaonto to be sigma+ by 1
its MAyor we. Vtested by its City Clerk and the Coatfaetor has hereunto net
is ;^.and and seal the day and year first above written.
CM OF WIl'O1, a municipal corperatioa,
�r
1Tnnk Aliment, —`AV r
Attest:
ONITKU CONTRACTORS COMPANY. --�1,
a paria. robip Helsie Nei son, y ,�-
'dr4a'A..an .
raracy ' Z .ice/;
-c.'r t.: 6cYncaledgE•_+ receipt
Of a cc;.v of thic dr•;:a�at
6
0
5C 1447
NOTE: COLUMN .06SES ARL :hCL"OEO JOHNSTON RER NO -
' I PL/NP 0aS .� IOMIT�
7e CD�IO/C7 is6ND OLC.
DEALER.� --
' t "H t _ ' CVSTOMER- G/TY OF 6tN TONA (//ASH.
41
IT
I I
t
! I I
r 'IT
� � - ! t }
LLL
r : "Ir,
_ a.• }�
r
Eli
v
THE CA►ACRT,HUD AND OEKKNCT SLL - J O N N 3 T O N P U M P C O -FRF,)RMANIE.-' _STAGE
GUARANTLE 16 FOR THE DESIGNATED
MINT ORLT: rr r 641E0 ON SHOP ...GJ,aN�61•IIL
TESTS:WHEN HAWING CLUIL MSH I VERTICAL PUMPS ��N6
,
WATER AT A TErrERAWRE Or Not T IC . 2 DG TfLS
MAN SS' E. AND UNDER WINNI
CQAWTN)W AS SROEKD NO THE
cORTRAcr. ..
•./O-rt-Ll - ML PAGAOENA CALWORMA USA
Scia.4.7
i 2*54
VE.CrruL wo6u✓ S/MIT MOTL!
HP .� >•wosE 4Q cvcCE
Ti 4.00 _ V&-T-L.QQ Xrm
ti Dal•rsaaR AWe4OSfiC6
5 '3f•, .S ^1
_. - '�'-1•+ •• AL b0A W4rw A6VAIU
APPQpa(. r PACkIN6
2 K� DISCwAeiG MMD. 37�1L
/aka - - YO�x ISO /'C,ANgLr
nLUr-q/ ASSEMALY
57AC.E _12DC SOWI A1S8M ElY
!.APACIT Y /400 G Pf'1
1 A 220 rT ..
g�.. E�aU- L14J1D W4i 6R.
SPEC G ItA v 1 0
/0" CONE 5Tt6tNLC
•
/OO MT Ymc 3eNG PUMP - --_._• _�.._—��
O.a .CCn TON4 WASH. W
�.61 A3300 0
ROUND SURFACE. E/[J KI
. — � Pq fig— • .._
:. ,. •
�= y LOG OF FORMATIONS
y a•
SAND AND GRAVEL
•Q , (DRY);
WELL No.3
y •
;° ' j♦" RENTON ,WASH,
oL0[�So G,DI J�y.•
a'wA rsR)A e
r,cmr G,PAJ�f-�
•P e f •
V40 *Y- L A Gw u0.0
• d 4 Oe C+TV ENA. - JAMES H'swreN
LOOSE GRAVEL AW
L oag.aE s(✓L• SV°r N� VTIL iT+6-M N SGVROO•R
.11 ;, • e e I CON[• [NG R L W" '
d a Q a `QAe r STARTSO - ie/6/19
S-� CoMR..En,e e°YS nL rT/Lt
5AN0 nNa GAM+r4 I
4 <vwrcv7 a
• as A •' MSS
ti GNr SAND AYO
• G/►AJ/L,,A e
;AA' •• :::=js WELL LOCATION
G + �+ N END Of LisrQrY PA4K
S E Y} Nw 4 Ssc r
CCARlE Sa•n AAM I T$3 N• F7SE
G¢o vEL(w.iIR�A
P •e ' o ,
a•u. q A y y � ;
1ti1GN7aAM01NP'
4MVEL,[•�•�
p.. •c...yr y..QI
LApfAS OGS✓M✓AL}IOPtRtafwrfEP 4S'
C�6owit,-ttwY�
top
• _—,• I ARPA'bj�MwYA' G/w.=�rY .T00 G.�?H/Fr
e�
it
C"Y lag I
Comwents on Liberty Park Test Well
The well Was pumped spasmodically at 540 gpR (Rotor idling) for
about 112 hour. Water level responded instantly when pump started
and stopped. Test was abandoned because of traffic hindrance and
flooding hazards.
The few draw dorm readings taken indicated a specific yield of
probably 500 gpR per foot of drawdowW. A 2_3 day test of the permanent
well mould be desirable to thoroughly check characteristics of the
aqu_fer, water quality, and recharge.
Static water level was 21 feet, 11 inches below top of casing.
RE4;j
R. E. Wolf(
e vxs.arro.-us-s�ro-eta.anu
RECORD BY WELL DRILLER OR OTHER CONSTRUCTOR OF WORKS
FOR WITHDRAWAL OF GROUND WATER
Under Permit No. G. W. __.. .
("The well driller or other 1rui"rt.r of work, fa the withdmwd of Public ground waters shall be oblupaw to ow.
nish the permutee . certi,ed rceord of the factual infortoatian agaaaary to show wmphance with the preivldea, g Oils
ortmpP fiat.6.Chap,163,Lws of 1945.)
1. uf-Rantm.. . ......__...._._. __.__.. Nautma_lashlnyt(In...._..............._....____..
tx.rn.rod adarea of eaaer a w.a a oak work.t.,w V araw.l ar.�ree,
2. Type; name or number of works where water is taken W211 .....__.... .._....._.._
(w.u,bawl or amtraam ar�eL>
3. Date on which work on well or other structure was started .._Pe.,tobv_;_@a,
4. Date on which work was completed_.. August 2.7,__1Q62._...__..............
5. If work on well or other structure was abandoned,give date__.___._.._...._..._._..__._.._...___._.._.___.
andreason for abandonment ...__.._..._..._._.__.__,...._...............__.__--............_..._._....._.__.................._........_._
6. DssciumciN or WORKS:
(a) W=L: Depth...._._i.ffi__. ft Diameter......12.__.Sn.or ft. Dug or drilled._J.illed...__.._..._.__..
Flowing or pump well......._..PumF_. _. Water Temp......-__.SL._........__.......
_�..___.__
L,Pump W E=: Type and size of pump ia__.._....1lAQ...G,E,Iy,...._,_._____....._�..._._..__._.._...._..._.....
Type and size of motor or engine is.._._._..._.__G..E.. .100..H.P�.__.._.,__..__...._..._........_...._......
.._....
Depth from ground surface to water level before pumping...._...._.___.__._.._.._.._20 .._........_...f yet
After continuous operation for 3,_ .,__ hours, the measured discharge of the pump is
(At lent fc,.1
1645 g.p.m.,and the drawdown of water level is .._..3.. _..feet
(P 'aa te.el saw eauc w.ter Iwel)
Recovery data oaken after pump has been shut off) (time taken as zero when pump turned
off) kwater level measured from well top to water level)
111"Re waste Laski rba WSW Local
..._.........
_._._1�ZOAM) _.._...13:...__.--
ua2o._..(niLf.f)
Date of test.... 10-..10-51.. ...
Ir FLownac P Memu ed discharge .545_.. g.p.m. on _.__@>ZZ!e4,Z.._.._.............
_.__._.....
tarn
Shut-in pressura at ground surface..........__._.._._.. lbs. per eq.in.on ......_.._�._.___....
am")
Wateris Controlled by....__.__........_.__________._.._._._....._......._._....._. __._.......______ ...._ _....
(Cap..alm W.)
CASING'. (Give diameter, commercial specifications and depth below grcund surface of each
casing size)
in. diameter_.�_ tram__.....9...._.._.to
in, diameter_.__a._._._..._.....__.....�..n.._._..__from_.._.__ to_.._._..._tL
_.._._.._in.diameter.... _.......__ ..... from to.._.._.__..ft
........ ..._. .......in.diameter 1. .____._.__ from ._._.. ___.__.to-.__.----_tt
Describe and show depth of shoe, plug, adapter,liner or other details:
Perforated casing or screens:
from to ft
(powwow am a"dwm"mrhva aaaaMMavawl
66'
---tram—w .....
------ from to fL
------ from ft.
Loow '"A'a"onTummm: (Describe each stratum or formation clearly,indicate if water bearing,
and give thicbmers and depth as indicated.)
Tb,=- o-w'
Top 9,11 0 4
q,nd & Qravol (DUI 4 20
T... C.r...I (IM,+,r) 20 35
Tight Gravel-- 11% 37
I— G—val-and-boadexi- Uatez) so
IZ.nd .'d Gr.V.I 55
Tighl CZand 2M G"val
5a_ 73
Tight Sand AW-Gnay2L-- 79
--1aytr5 of $.and And Gravel - Clay 84
Silly la 91
Gig and Drawl QR
Sandy Clay 98 101
(b) INr1LTRATxoN TRr CH oa TuNNzL:
Dimensions-
Bottom width ft. Discharge............ g.pm. Date of test.
Position of water bearing stratum with reference to portal of tunnel
N
See. 13Top. Age.
x Show approximate location of well or other works
F with (X) on section plat at left.
W I E
iAeA Zk
--------- -----------
AMmo
&ale. V 0 2W
UAED•ONTRACTORAO. •
GENERAL CONTRACTOR•
465O 9TH AVE.50. SEATTLE s,WASHiNGT,,N PHONE MAIN 4.6691
tiny G2, lyod
City of Renton
Invoice for c",etion of tho oonstrection of a pORp
house, less the electrical work that is remaining to to
accofplished, per City F.O. v5153
Original Contract Amunt $701y8,00
Less Elect, Amotint 1.900.u3
Total............. $5e3,N.:m
k£ Wash. State Sales is, 213,02
Total of Invoice........ $5,561.92
UAE•❑NTRACTORE C❑•
OE ERAI CONTRACTORS
46SO eTw AVE.so. SEATTLE B.WASHINGTON PONE MAIL 4-6881
City of Renton
City Hall
Renton, wash.
Attn: Mr. Marvin Schroeder
Subject: Liberty ?arc Exploration well Rump House
C ar Sire
Enclosed herswith is our invoice in the amount of $5,561.92
for work accomplisned for 100A comnletion of the subjedt ,job.
It is our understanding that you have no objection to
recove the electrical subcontract work from our contract at
this Lime, and allow the subcontractor, Cnapman Eltc.ric, to
a:eomplish their work directly for the City at the time of
installation of pap and piping thereto.
If t.ie above benifits the City we cartalaly will have
no objections to such a program. The amount of Chapmanls
quotation for tke electrical subcontract work is $1,BW.0C.
Full crevt for this amo•.nt is shown on our invoice.
Yours .1-"Y,
UKITMrv" :OVT.RAC:YiRS CO.
o .Gaols mayor jr �.. :.liesnt
end AWebers of the city Council
tantl~s
;,ttaehed hereto is estimate 1o. 1 tar vat coMieted by
LInitod Contr€eton Corp" so the Liberty ^ark Pulp house +? 3
(explosstlos well site) Project W-119
Value of cork :osyletsd en,md.oc
State '_ales Tax aX 211.22
Total Amount 30,:'9.92
-eas lbt retained BX-50
,.want nue contractor this estlmato b4,W.42
The Utilities Dejurtannt certifies th-:t the abase
stisate is the correct ch:rr-e AM reeowands psyoont of
estimets q /,
Your% Very truly,
CITY IY MZN (A
'.h. :chroc4ar
Suparintendent of Utildt:aa
toy a lk
ESTIQ,'.TE
I:i�Qlnlc i ( Cys !::I7 rsiiE AMCWl
1 I Job lainforeed Coneiet* AMP House 100% s4613.00 s4673.00
:On let*
1 Job Curt and Recap +ell Casing — 50.00 -�
.ac. 1.:.::.r - Luting -yea. ION 100.00 100.00
3 1 Jot+ Canerote ie*erts and pipe roll
c. 150 L. F. Pawn Supply ?3% 13.SO L.F. 523.0�
LIOting Fixtures. Cadults r/wiro -- 30r,.00
Peps 8 'Witttes
Valve of o:k Conyle+*d s
State gales Tax
e5.5O9.92
lass 15 d i?et.lnwd ea.50
;mount bus :cntmctor _4,613.4jp
UNOIE•ONTRACTORAO•
O CNCRAt CONTRACTORS
4660 ST.AVE.So. lEATTL[0.WASHINGTON PHONIC MAIN 4.601
dins 20, 1962
City of Renton
Renton, Washington
Attn: Nr. N. H. Schroeder
Supt. of Utilities
Dear Sir:
As requested, we are pleased to quote the work involved for
replacing the existing 30" manhole cover and frame with a 36" square
manhole cover and frame, at your concrete pumphouse at Liberty Park.
Our quotation is based on furnishing ar. Olympic Foundry #5736
frame and cover with provisions for bolting the oover to the frame
with brass screws and a rubber gasket between frame and cover for
water tightness. The breaaout of the existing concrete shall be
in a neat workmanship manner. :ne groutlrg of the 361, square man-
nole frame shall be with concrete havin.! the same strength as the
existing concrete. The reinforcing steel shall be properly cut
and placed.
Our price for this work shall be lump sus y653.W (six hundred
fifty-three) not including kashington Sales Tax, in addition to our
prssent contract amount.
We can com Tense work immediately upon receiit of notice to pro-
ceed.
Tours truly,
L. K. Sparks
UHIT30 ;ONTUCTCAiS W.
June 21, 1962
United ::ontractor■ Company
4650 9th Ave., South
14attle b, Washington
Attns Kr. L. K. Sparks
Bear Sirs
Title letter is your authorization tc replace
t..e existing 30" manh016 cover with a frame 36-
square ( maah .le cover and fra no) at .,ur concrete
pumphcuse well No. 3, located 1:. Liberty Pars.
Purchase order No. 5577, will be sent to you
for billing.
We with this work t.: be completed as quickly
as possible so that installation of electrical equip-
ment can be ma-'s.
Very truly yours,
CITY Or RMTOR,
M. R. SCHROiARR,
K88sgmc Superintendent of Utilities
UNSEAONTRACTORAO.
GENERAL CCNTRACTON9
4650 9TH AVE.50. .9 cTTLE 8,WA5HtNOTON PHONE MA 4-6881
,u,-wt 2.,, 1962
city of :.ontoe
tntoa, 'oot"mton
M-AL fnoLN for Ooaplatios of tea ooaatr"VLOG of a
,-amp 1rM. per City u. 052% and Y. o. 5577.
P. 0. U53 waist `7,W.w
P. 0. -$577 wrist
Total... W
6F Sabo Tat ULA
:'OLLL Wunt..
west mle 2ato100...... 13,421.62
h�ywt 27, 1963
Honorable Mayor Prank Aliment
and Xanbera of the City Councij
aantleeemt
httat'...ed hereto Is the final estimate tar %ark
completec by United Contractors company on the liberty
Park "I 80use 03 (eaploratioa %ell site) Pro)ect %-119.
&lue of worw completed $ 7,433.92
Lens estimate p1 4.683.42
2,750.50
Leas 15% retained final
estimate 1.115.09
Amount due Contractor 1,635.41
Me also, recaw:aend that the City accept the installa-
tion which has beer completed in eonformancc t- plans and
epeciticationa, arw the thirty (30) day lien period started.
That after thirty lays, if no liana or claims ate
filed against the wort., and On proof of payment of Tar
liabilities, that the retained amount of p1,115.05 be paid
to the Contractor.
l;f very truly youra
o N. H. SCBRMDZR,
IOS�gmc SuperintOndeat of Utilities
PIM16 iSTZNM
IUD g.. QL . Description lima )rice ANN"
1. 1 Job Roi.nforced concrete
Yusp House t.•splets 100% $4.673.00 $4.673.00
2. 1 Job Cut& recap kell casing 100% 50.00 $0.00
3. 1 Job Mac. Ladder lifU% eye*,
concrete inserts & pipe
rail 100% 100.00 100.00
4. ISO Lr rower supply 100% 13.50 L.r 2,02S.00
5. 1 Job LS Lishtiny fixture, cond-
uits %/wire J' Boxes &
snitches 10^ 300.00 300.00
Value of v3rk ccWleted 10" f7,14b.00
Salsa Tax 26S.52
$7,433.42
Lass Estimate %1 4,663.42
f2,750.60
Lose 1SX retained 1,115,05
Mount du* Contractor this data {1.635.41
.up.t n. l9st
Emi.. x� alesaim
Audit Section
TAZ COWASSIM
jam. +gwutm
owtumms
ti &M tmnsaitt;na t,eaevlth Noo.ico of Cooplatlon
of Fobllc *Eta caatseat, Aroyoat u 319 a,.Vwirw smair.
notim of a conoteto puq house, core ct r. �nitoi
Conteactwre (.,Vpar9/, :ewttL, Was)dngton
Very trul:,, yours,
cirr 02 867StAt
Helaic, le"m
City Clork
1 Oal (! aye)
A%V rt xl, 190
peat. a:
DeParbest of LLer aril Inoustrien
31pn".
oentlm�»n:
We are attaching hereto arigina and tam eopies at
&eleaas in oomaot;on sith Contrast He• W-W caeeRdm
a oanerou Poop hmsp In I3harty Park, santtastars
United Lonttastora CowW7, 5eattla, Vembloom
yery tx5ay rep#
CIPf or ROM
Rode NISIM
City Clork
WOO
1 6001 (3 aye)
P9- g,
i I
- CEnE.CAL GC EC T,CK I
__ VE,CTrCwL No�L�✓ SlAAFT MO70rt !
_ NF 3 YN4fC _GQ cvt LE
440 VOLT '&cc Peru
_nRl*raoc� _fnccosate
i
5-�" � ! f15�,. SEAS 60n WrTN AtY4,l,AlY
APP.QO7l.
DISCNACGE NiAV, 37B1L
X 150 � fL ANCE
,I
1
B�- COLUMN ASSEMM.Y
4U-0" j
48=0` I
i S 57A(E .�[ $OWL q�MSLY
CAPA[.Tv /4006PP',
8-0p 'S-p. NEcaD 22O rT
! Llawjo WATER.
SPEC' at&v. 1.0
�� CONE STtLUNC-$
1
11 /GbM7� TrJrelAv�t Pr<roA
� . /Woe- G/7Y OI .0 E//rO N� WASN,
' A '
"" .l Fii7t. 7t
Mum
f of li3!!�ie1 i�?£ii� ��p
iti�:ii'i"�'ksiiiHpwr... RISC
i'lIffindaEEMO >
iEibPitNI*0wiWfI
Ali;4Ciii i Im '
to
fig:
i:t�fpftlei 'i 4=ff:j
' !'iIG:::
4•::i:lY t:trlpp
rtµ•��iie i3:i:3:::d3i4�i i��itl�yitf�i � t
UMMMIMUMN
yEMi...
it.. a.....
xj it51�11tl1lIBI bin Sir71 ta��Qvvt�tlF3ittrt��P'•iit Wi:�6"Ng� �p g�y �.:tt
if
E3=t.;8ie! ! ••:art.:s� r rr ,! .x r rr a�:firs:n �{
r..:::::a, .t.is�i@itfl?!i?Iteair`.3fl3iea:i:f:E:eEc i:e:::at.::t..:a.•i:3» .• ii�. !i'8�j
ENDING
QF FIL
RLE TITLE
00�
S� e $
OjzLL * r3
L ; hpzoy f� eK