HomeMy WebLinkAboutWTR2700192(7) LIND AVENUE SW #4 0 is-19 2
1
E. Insure that all members of management within the City are
fully aware of and in compliance with the intent of the Affirmative
Action Policy pertsinina to equal employment opportunity.
! F. Provide continuing communication of the Affirmative Action
Policy to management, employees, applicants for employment, and to
outside organizations verforminq services for the City.
II. EMPLOYMENT PRACTICES
The overall employment practices providt the ke} to assuring equal
! employmen' oonortun!ties and achieving an appropriate representa-
tion in the City-s work force. The City of Renton shall undertake
the following actions to achieve these objectives:
A. Review all position qualifications and job descrintions
to •nsure requirements are relevant to the tasks to be performed.
Revise as necessary by delettiq requirements not reasonably related
to the tasks to be performed in order to facilitate hiring of
! ' minorities and women who othe•wise might not be considered.
. B. Pay an(,' fringe benefits shall depend upon job resoonst-
bility and along with overtime work he administered on a
nondiscriminatory basis.
C. Inform and provide guidance to those staff and management
personnel who make hirinq decisions that applications for all
positions, including those of minorities and women, are to be
considered without discrimination. And that all applicants shall
be given equal opportunity regardless of race, creed, color, national
!-' origin, sex, physical handicaps, or age. Primary consideration shall
be :,iven minorities, women, and other def.nable groups at any time the
cit•'s work fcrce dres not fairly reflect the membership of these
nrcups residing within the Renter employment area.
D. provide periodic training for managers and supervisors
in equal opportunity objectives, making use of sash programs
as currently offered by the Intergovernmental Personnel Program
Division of the U. S. Civil Service Commission and other agencies.
E. Provide orientation for all new employees specifically
emphasizing how the City of Renton assures equal opportunity and the
significance of the Affirmative Action Program. Encourage all
employees and specifically minorities to avail themselves of
services rendered.
F. Recruitiig shall be accomplished in such a manner as to
inform the greatest number of minorities and women possible in
the Renton area of employment opportunities and to make known
that such applicants are sought. As regaraa minorities a des-
crioti,,n of each position shall be:
1. Advertised in the ariQus Renton area ethnic news
med4.a.
2. Circulated to current staff and encourage present
employees to refer minorit; applicants.
3. Forwarded to schools in the Renton a-ea with
minority students.
0. Distributed to minority and human relations organiza-
tions in the Renton area requesting referral of qualified
minority applicants. An up-do-date 1Latinq of these orgsniza-
tions and their spokesmen shall be maintained by the EEO
Officer and the City Personnel o.re:tcr. These organizations
would be identified as, but not be limited to, the Urban
League, Equal Opportunity Center, Neida, Rinetachopi, Et':
All employment notification shall include the "Equal
Opoorate
shallibelat least y fivesdaysment and price todcut-OffpJa, on
e for
receiving applications.
G. Programs such as apprentice, summer and part-time trainee:;,
intern, and other supplementary hiring programs shell be considered
in the same manner as full-time Citv positions and be subject to thu
pro•nsions of the Equal Opportunity and Affirmative Action Programn
A
' AFFIRMATIVE ACTION PROGRAM
City of Renton
r
The Policy of the City of Renton is to promote and afford
equal treatment and service to all citizens and aasure equal
employment npportu.:.:v based on ability aid fitness, to all
persons regardless of race, creed, ^oler, national origin, sex,
physical handicaps, or age. In recognition of its obligation to
provide community leadership to overcome past circumstances which
have either barred, not encouraged, or discouraged representative
minority and female employment, the City of Renton has initiated
a program of affirmative action designed to assure that the spirit
' and intent of this policy is realized.
The term minority as used herein shall include, but not be
limited to, those identified as Blacks, Spanish-Americans, Asians,
and American Indians. The spirit of the equal opportunity policy
includes such persons as the Physically handicapped, and those
ever the age of 45, even though the emphasis is upon minorities
and females.
The our oses of the
P Affirmative Action Program are to:
1) establish employment practices that will lead to and maintain
a minority composition of the City of Renton work force that
reflects that of the Greater Renton community; 2) achieve and
maintain equitable and full urilization of minority Ind female
employees at all acs4 lon levels; 3) oromotu an Aw,caphere of
non-discrimination ago fair treatment within city government;
41 provide ✓omulian.:e with State and Federal equal opportunity
requirements and regulations.
This policy shall be made known to all employees, contractors,
subcontractors, and supo'iers through distribution of handbooks,
bulletins, letters, and ersonal contacts, conferences and orien-
tation sessions. Signed -cknowledgments pledging cooperation shall
be required Y all Jeoartment heads and supervisory personnel in
the City of Renton, and, where appropriate, of all contractors,
subcontractors, and suppliers engaged in City-administered projects,
`ueh contractors, subcontractors, and suppliers to whom this policy
shall apply to shall include those with an average annual employment
level of 25 and/or those who annually do business with the City of
Renton in an amount exceeding $10,000.
I. PRAGPAM RESPONSIRILITY
To assure that the equal opportunity policy and the provisions of
the Affirmative Action Program are carried out, an Equal Opportunity
officer shall be appnin,ed or designated by the Mayor. The Officer
shall be the focal point for the City's equal opportunity efforts
and will advise and assist staff and management personnel in all
natters relating to imolementaticn of and compliance with the
Affirmative Action Plan, and be responsible for the successful
execution, of this oregram, utilizing the assistance of appropriate
State and community agencies and organizations and maintain close
liaison, with the Mayor and City Council on the progress of the
Grogram. The Equal Onport inity Officer will have the responsibility
to:
A. Initiate, coordinate, and evaluate the City's plans and
programs which air designed to ensure that all current and p'os-
oective employees receive the benefits of equal employment
opportunities.
B. Evaluate the Equal Employment Opportunity Plans and
Programs of the City to ensure compliance with the Affirmative
Action Policy.
C. Coordinate the attention given tQ Equal Employment
Opportunity throrghout the City.
D. Periodically audit the practices of the City and recommend
improvements in the Affirmative Action Policy to the Mayor's office.
0V Rah^ SUMMARY OF
V` % I PAIN PRACTICES POLICY
OF THE CITY Of MENTOR
Y
ADOPTED BY RESOLUTION M0. 1805
TEO RIt�'
The policy of the City of Renton is to promote and afford equal treatment
and service to ail citizens and .sure equal employment opportunity based
on ability and fitness to all persons regardless of race, creed, color,
national or191n, ear, physical har,dicaps or age. This policy shell apply
to every Aspect Of employment practices, employee treatment and public
contract.
1A keeping with this principle the following guidelines are established
and shall be the governl ng policy for all departments of the City of
Renton.
1. EMPLOYMENT - Recruiting, hiring and appointment practices shall be
s conducted solely on the basis of ability and fitness without regard to
race, color, tree Hi national origin, see, physical handicap or age.
1. PROMOTION - Promotion, d, ingr'ading, layoff, discharge and inter-
departme tal transfer shall be dependent on individual performance and
work force needs Without regard to race, color, creed, national origin,
sex, physical handicap or age, and, whenever applicable, In agreement
With Washington State Council of County and City Employees, and in com-
pliance with governing Civil SsTvice Laws and Regulations.
I. TRAINING - All on-the-job training and city-supported educational
opportunities shall be administered without discrimination to encourage
the fullest development of lndividual interests and aptitudes.
a. SERVICE ANr EMPLOYEE CONDUCT - The City shall deal fairly and equit-
abiv with all citizens it serves and all person, it employs. City depart-
ments shall maintain the policy that no city facility shall be used in the
furthotaAce of any discriminatory practice. Each official And employee
shall be responsible to carry out the intent and provisions of this policy.
5. COOPERATIUN WITH HUMAN RIGHTS ORGANIZATIONS - The City shall cooper-
ate to the fullest extent possible with all organization, and commissions
concerned with fair practices and equal opportunity employment. Such
nrvanizations include, but are not limited to, the State Human Rights Com-
mission, the Seattle Human Rights Commission, Seattle Womens' Commission
and the Seattle Technical Advisory Committee on Aging.
b. AFFIRMATIVE ACTION PROGRAM - To facilitate equitable representation
within the city work force and assure equal employment opportunity of
minorities and ✓Oman in City Government, an Affirmative Action Program
shall be initiated and maintained by the City Of Renton. it shall be the
responsibility and duty of all City Officials and Department Reads to
carry out the policies, guidelines and corrective measures es eat forth
by this program.
7. CONTRACTORS' ONLIGATION - Contractors, Subcontractors and suppliers
conducting business with the City of Renton shall efflrm and subscribe to
the Fair Practices sad Non-Discrimination policies set forth therein.
S. POSTING OF POLICY - Copies of 'his policy shell be distributed to
all city employees, shall appear in all ODefAtional document&"one of the
City, including bid calls, and shall be prominently displayed in all city
facilities.
CONCURRED IN by the City Council of the City of Renton, Washington this
10th day of July , 1977.
CITY OF RENTON RENTON CITY COUNCIL
ry Garrott, V.r Earl Clymer ncil Pr..,
ATTCST: .I//�t,G' Pro Tam
tle:e a Nelann, City cP
t
riTY OF RENTON
' GENERAL INDEX. AND TABLE OF CONTENTS
TO
CONTRACT DOCUMENTS
Scope
Call for Bids
a Vicinity Map',
' Instructicn to Bidders
General index and Table of Contents
Summary of Fair Practices
Certification by Proposed Contractor, Subcontractor, and
Supplier Regarding Equal Employment Opportunity
Certification of Bidders Affirmat'se Action Plan
* Certification of Equal Employment Opportunity Report
Non-Collusion Affidavit
t Minimum Wage Affidavit
Bid Bond Form
Special Provisions Table of Contents
Special Provisions
Technical Provisions Table of Contents
Technical Provisions
Standard Details
Bond tc City of Renton
t. Proposal Form
+ Schedule of Prire; Forms
Agreement
Constructicn Plans
* These documents must be executed prior to submittal of bid.
1
INSTRUCTIONS TO BIDDER.;
1. Sealed bids for this proposal will be received by the City of Menton at
the office of the Renton Ci'.y Clerk, Renton City Nall, until 2:00 o'clock
P.N., Wednesday, November 6, 1974.
At this time :he bids will be publicly Opened and read, after which the
bids will be considered and the award made as early as practicable.
NO proposal may be changed or withdrawn after the time set for receiving
bids. proposals shall be sutmitted on the forms attached i.ereto.
2. The work to be don.: is shown on the plans. Quantities are understood to
be only approximate. Final payment will be based on field ccaznrement
of actual quantities and at the unit price bia. Thu City reserves the
right to add or to eliminate portions of that work as deemed necessary.
?. Plans may be examined and copies obtained at the public Works ❑i•.cctor's
Office. Bidders shall satisfy themselves as to the local conditions by
inspection of the site. .
4. The bid price for any item must include the performance of all work
necessary for completion of that item as described in the specifications.
5. The bid price shall be stated in tcrms of the units indicated and as to
a total amount. In the event of errors, the unit price bid will govern.
Illegible figures will invalidate the bid.
6. The right i.a reserved to reject any and/or all bids and to waive
informalities if it is deemed advantageous to the: City to do so.
7. A certified check or satisfactory bid bond made payable without reserva-
tion to the DIRCCTOR OF FINANCE OF CITY OF RENTON in an amount not less
than 51 of the total amount bid shall accompany each bid proposal. Checks
will be returned to unsuccessful bidders immediately following decision as
to award of contract. The check of the successful bidder will be returned
provided he enters into a contract and furnishes a satisfactory performance
bond covering the full amount of the wo.% within ten days after receipt of
notice of intention to award contract. 51OUld he fail, or refuse to do so,
the check shall be forfeited to the City o: Renton as liquidated damage for
such failure.
8. All bids must be self-explanatory. No opportunity will be offered for oral
explanation except as the City may request further information on particu-
lar points.
g. The bidder shall, upon request, furnish information to the City as to his
financial and practical ability to satisfactorily perf>rm the work.
10. payment for this work will be made in Cash Warrants.
11. All schedules must be c.mpleted in this profrsal. Failure to fill in and/or
complete all schedules will invalidate the bid.
_. ^ SW. 16th ST.
FORMOST
' - AUSTIN CO.
14 v It
3
arr -
� w
a
EDWARDS
I C]
I GULF -
J -
' PROJECT SITE �
lT GOLDEN GRAIN
MOBI L d 3
2
OLYMPIC
r
W �-
J
N
w
GLACIER PARR
W - 192 ,
VICINITY MAP
u o I
I i
Scaled bids will be roceived until 2.00 o'clock, Wednesday, November 6, 1974,
at the office of the City C1sYk and publicly read aTo>�E�70II'v'c3eete--�,w.r----
sane day, in the Fourth Floor Coniurence Room located at the ,Renton Municipal
Building, 200 Mill Avenue South, for the furniaLing and installation of
t approximately 160,000 tons of embattlement material, 3500 l.f. of 24" Ductile Iron
water main, 1225 l.f. of 160 Ductile Iron water main, 1H25 l.f. of 12" Ductile
Iron water main and all appurtenances in Lind Ave. S.W. and S.W. 29th Street from
S.W. 16th Street to the east valley Highway.
Bid proposals delivered in person will be received only at the office of the City
Clerk in the Renton Municipal Building.
la
Bids received after the time fixed for opening will not, be considered.
Plans and specifications may be obtained from the office of the Public Works
Director upon receipt of a deposit of $10.00 for each set plus $2.50 to cover
postage if mailed. The mailing charge will. not be refunded. The deposit will
be forfeited, unless Plans and Specifications are returned in good condition
thirty (30) days after date of bid opening.
,
' A certified check or bid bond in the .mount of five (5) percent of the total
amount of the bid must accompany each bid.
Washington State Sales Tax shall he a separate bid item.
The City reserves the right to reject any and/or all bids and to waive any and/or
all informalities in bidding.
The City of Renton hereby notifies all bidders that minority business enterprises
will be affordeL full opportunity to submit bids in response to this invitation
and will not be discriminated against on the grounds of rice, color, or national
origin in considerati,n fnr an award.
Bids will be considered invalid if the required "Certification of Bidder's
Affirmative Action Plan" has not been executed.
The policy of the City of Renton is to promote and afford equal treatment and
service to all citizens and assure equal employment opportunity based on ability
and fitness to all persons regardlese of race, creed, color, national origin, sex,
physical handicaps or age. This Policy shall apply to every aspect of employment
,.racticesf employee treatme.t and public contact.
&
Delores A. Mead, City Clerk
Date of Peblication:
Record Chron.cle October 23rd and October 30th, 1974
Daily Journal if Commerce October 25th and November lst, 1974
SCOPE
The scope of the Lind Ave. S.M. Water Main Project includes, in Phase
I Development. the filling of a moderately swampy road bed with embank-
ment material to a surcharged condition. This surcharged condition will
be maintained for a minimum of two months and then removed to an estima-
ted road subgrade. This excess embankment will be placed in Phase 11 De-
velopment pipeline right-of-way and at this time additional embankment
material be placed on the area _o a surcharged condition. This Phase It
section will also remain the surcharged condition for a period of two
months and then leveled to the estimated road subgrade. The estimated
water main material delivery time Is approxiMOLely six months which
coincides with the probably completion date of the embankment work. At
this time the water main construction can proceed.
Because this project has several funding sources, all schedules must be
filled out. The vario�is schedules with the designations A and B are
areas where oversizing of mains will be paid for by various developers
and the City. Failure to complete all schedules •viil invalidate the bid.
ors- '
a*
�.uPY
ContractIra1.1.A1:
AWARDED 17 ' �l^ 7�
UTILITY ENGINEERING
I u
i
•
WATERMAIN INSTALLATION
i FOR
LIND AVE . S . W.
S .W. 29TTHH S T .
BETWEEN
i S. W. IBth ST 8 EAST VALLEY HIGHWAY
e ( W .- 192 )
i
e
i
e
(:ITy OF PENTON
i PUBLIC WORKS DEPARTMENT
MUNff IPAI WILDING, ro Mlll AVE S
ofNTON, WASH 98055 • IFJA173S ]A31
3
e
i
r
NNW .
1
t
1
1
� I
i
i
► y
f
j
L
e � l
• J 4 .
1
BEGINNING
OF FILE
TITLEFILE
TRI•STATE CONSTRUCTION, INC.
Equal Employment Opportunity Program
Prequalification Statement
Page Four
5. EMPLOYMENT (Continued)
g. Wages, working conditions, and employee benefits are
determined and administered on a non.iiscriminatory basis.
r In the case of hourly employees these wages, conditions,
fand benefits are normally assured by both union and
governmental surveillance. Certified weekly payrolls are
furnished to the owner that indicate compliance with the
above.
r
This company does net at this time sponsor any recreational
or social activities for its employees.
h. There is no discrimination with regard to upgrading,
l promotions, transfer, :emotion, lay off., and termination
o. employees.
Supervisors and administration are instructed to consult
with the company's Equal Employment Officer prior to any
such actions which might adversely affoct minority group
employees.
G. APPRENTICESHIP AND TRAINING
This company works with civic groups, labor unions, govern-
mental agencies, vocational training groupz, and minority
group resource organizations, and others concerned to
encourage increased minority group participation and apprentice-
--hip training programs and such training programs as may become.
vailable.
Field trips are available for minority groups on projects or
i.,terest by previous appointment witl, the Equal Employment
officer, These field trips are suggested to include students
of vocational school to stimulate interest in construction
work.
This comr -ny agrees to use and maintain apprentices ano
trainees as union agreements, roderal and State regulation::,
and job conditions will safely permit
r�
TRI-STATE CONSTRUCTION, INC.
Equal Employment Opportunity Program
Prequallfication Statement
Page Three
5 EMPLOYMENT (continued)
3. the number of minority group members currently
employed in each classification.
C. Any advertising for employees contain the notation "An �+
Equal opportunity &mployer" , and such advertisement is
inserted in newspapert_ having a large circulation among
minority groups in areas From which the work force would
normally be recruited for that particular project
including, but not in lieu of, those newspapers which
may be listed in the specifications for an-,, given
contract.
d. Since most or all of this hiring is done '_hrough hiring
halls and pursuant to valid bargaining agreements, this
company has notified all p-�tentlal sources of employment
or prospective employees that it is morally anC legally
committed to a policy of nondiscriminatica in employment.
This notification and acknowladgement of such receipt by
these prospective employees and potential sources of
employeei- is a matter of record and on file.
Present and potential employees are made aware of this
Equal Employment opportunity Program by form Letters
which are periodically circulated among the current v., •k
force with the weekly payroll, whic'i is our normal time
for disposition.
e. openings or positions where positions are not previously
obligated to the local hiring halls through current
bargaining agreement, ale made known and advertised through
the State Employment Service and word of mouth to minority
groups now employed on pro3ects.
f. Supervisory person,:mil are en^ouraged to refer minority
groups which are interested in employment and to further
encourage minority groups toward training for positions
which ccald be united in the future in our activities.
TRI-STATE CONSTRUCTION, INC.
Equal Employment Opportunity Program
Prequalification Statement
Page Two
3. EQUAL EMPLOYMENT OPPOF NTTY OFFICER (Continued)
visits each project and reviews each crew' s progress and
procedure. Any complaints, grievances, or hardships are
reviewed and/or taken ender consideration at this time. The
preceding day's work force is r viewed and orders given for
the hiring for future pork load requirements.
4. COMPANY PERSONNEL STAFF
All administrators and superiisors, general superintendents,
construction engineer, foremen, leadmen, and office manager
are aware of this company's Equal Employment opportunity
policy and signatures have been obtained from them of their
knowledge and compliance with this Equal Employment opportunity
program and p..licy.
The above mentioned people have the authority to hire, transfer,
promote, and discharge employees. Any matters which are not
routine are reviewed by the construction engineer and the
general superintendent.
Bulletins and new iniormation pertinent to equal employment
and affirmative action are distributed to these people through
our normal means of distribution such as payrolls, etc.
5. EMPLOYMENT
a. Upon request, this company agrees to submit a summary of
its Equal Employment Opportunity Program during the past
twelve months based upon the records maintained pursuant
to Section l0a of this pre.qualification statement.
This company agrees to submit, if requested, a breakdown
of our current work force. Breakdown shall show and include:
1. all classifications of employee_ on the contractor':
work force or crews,
2. the total number of employees in eac$i classification,
and
WU. 9 0]l9 MU.V69 2'1030
TItI-STATE (11SE('I1 ( CTI01•. 1AC.
EQUAL EMPLOYMISET OPPORTUNITY PROGRAM
PRE)QUALIFICATION STATEMENT
1. GENERAL
Tri-State Construction, In^_.,
Tri-State Construction Company, DBA and
Tri-State Construct`on Company submits this Equal Employment
Opportunity Program Prequali.fication Statement and -affirmative
action program pursuant to Department of Highways Notice to
Contractors dated October 22, 1968, as subsequently amended
and to FHWA Order Interim 7-2 dated October 1, 1968.
2. EQUAL OPPORTUNITY POLICY
It is and has been this company' s policy not to discriminate
against any employee, future employee or applicant for
employment because of race, religion, age, color, sex, or
national origin. Additionally, it is our policy to t-ke
af" ii ative action and promote a program which insures that
eq. )pportunity and affirmative action is an intregal part
of our working procedure and end result.
Signed_ ("'' l
Title _ President & F.F..O CiPficer _
Date November 6, 1974
3. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
January 15, 1968, Joe Agostino, President and General Superin-
tendent, Tri-State Construction, was appointed Equal Employment
Opportunity Officer. Mr. Agostino has been in a supervisory
capacity in both personnel and administration for the previous
twenty years, and he is very capable and hae a reputation of
being very fair. pis employees over the past years have
reported very few, if any, grievances or indications of
discrimination and hards'ips. Mr. Agostino alm.;:! gaily
"An Equal Opportunity Employer"
'T:
t
�P
CERTfPICATIOW 0_ F�UAL EIfPLOYN£NT OPPORTI7lI Ty WORT
Certification with regard to the Performance of Previous Contracts or Sub-
contracts subject to the Equal Opportunity Clause and the filing of Required
Reports.
-he bidder proposed subcontractor hereby certifies that he has •---�
.aa nor _1 participated In s previnus contract or subcontract subject to the t
equal opportunity claua:,, as required oy Executive Orders 10925, 11114 nr 11246,
and that he has ✓! has not . filed with th* Jo1at Reporting :omoittee
the ')hector of the Office of Federal Contract Compliance, A Federal Government
contracting or administering agency, or the former President's Committee on
Equai Employment Opportunity, all reporta due under the applicable filing requ-
lrtaenta.
(Title)
Date:
Note: Th move cerr lffeat ion !u required by the Equal Employment Opportunity
Fegulatl no o[ the Secrecazy of Labor (41 CPR 60-1.7 (b) (1). and must be
submitted by bidders and proposed subcontractors only in connection with cont-
racts a...; e•:bcontraeta which are subject to the equal opportunity clause.
Contracts and subcontract* which are exempt from the equal opportunity clause
are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of
510,000 or under are exempt.) -
Currently, Standard Form i00 (EEO-1) is the only report required by the Execut-
ive Orders or their faplementing regulations.
Proposed prime contractors and suborn. factors who have participated 1r. a pro- 1
vi0us contract or subcontract subject to the Executive Orders and have not
filed the required reports should not* that 41 CFR 6(1-1.7 (b) (1) prevents the
award of contracts and subcoorracts unless such contractor aabmita a report covering
the deliquent period or such other period specified by the Federal Highways
Administration or by the Director, Office of Y dorel Contract Com,.11anca, U.S.
Department of Labor.
1
CERTIFICATION OF
BIDOERS AFFIRMATIVE ACTION PLAN
NOTE: FAILURE TO EXECUTE THIS CEkTIFICATE WILL INVALIDATE THE. BID
Bidder I,. to indicate by check-mark which of the following statements pertains to
this Lid package. and is to sign the certifica .on for that specific statement:
• a)^ It is hereby certified tnat an approved Affirmative
Action Plan is on fila with the City of Kenton, and
that said Plan sreeifies goals and timecibles which
are valid for the: current .alendar year.
Date: ( ompany
By: —
to
b) It is hereby certified that an Aff s..ative Action Plan
is supn'zed with this Bid Package. Said Plan will be
sub,- . to review and approval by the City as a pre-
requi ce tt, the contract award, And it includes:
1)) Goals 6 Timetables of Minority Manpower Utilization
and ?) Specific Affirmat: ie Action Steps directed at in-
creasing Minority Mann der Utilization.
(Company)" ^ —/
Date: ," G /9 7�/ By:
/ 7fftle
OR c) it is hereby certified that an Affimative Action Plan
= will he supplied to the City of kenton within five (5)
working days of receipt of registered-mail notification
of low-bidder status. Said Plan will Le subject to
revitw and approval by the City as a prerequisite to the
contract award. and it will include:
1) Goals and Timetables of Minority Manpower Utilization
and 2) Specific AffirmativaAction steps dire tad at in-
creasing Minority Manpower Utilizati -7
6;- _
TEanPinyy
Date BY:G i97f� C _ �v o+rHJ
it. e
4
rr,.ci •..
��---�-�Pll N°(..EO C�.11AG7A.�� 0
A" 16.rs s/fJ oa!rurt1on" oc,:t
w a�('r u. Gurt,a tar
is nrttricatim le regairrd parduaat to federal Cxeauttva Order 112.W. Thi, 1plawntiM raise and tadµ,..•t ium provlde that my
Ydei or pre.pectivv cwtrartor, or my of the L• prefowd subcontractor* and euppil.rs, dboll .tote Ie ar initial part of (In' hid
nMgutiativew of the euntract whethi., it hoc prticlpotad in any pmvl"us ."triel or aabm.ntnet *AJsct is thr -4061 opp.0"'
ty demo; ", if ao, .1wilrsr it had flied all .,wpll+rwe rep,.rt. du.r under applicable iadtruetlwa.
t City has bvz•tofore inoptu0 Uh.olutiw No. 'sot• oudar data of July 10, 1972 aatabltobl"{ • "fair Yrndlees w•llcy", u iaplr-
.nted 4y an "Afli[aativs Avow Irosras" there'" aotabliahil nt ro+u lg�e the t<Ita•Y of the City „t Ranine to prom[a o a
ford ..Owl trratuent and .+wire to all eitirdhe M,i to a,*are arch" hjdicpea agy'senteplt 4ar�lmY 4d/ilwllylik.wt. Ppl and iltimo y t>�
reoh:, rrgardleaa of racr, crud, eelo-a national,"Isis. , phY
1 sane r"•r�,.. tore and rupplf.n eoductioµ busls.ad with the City of san•.on wM Ib rate du.tl afEAre and •.brcriba
s or
hot
ly to
al opplierucor-rah ahteriala or fire* oror$+niuot"i" with Molten 2�.mPl.ye tmd/or cunt!ct, If t lerarthen 110,000 Woi-
b per A➢Ww with lip- ,,ity.
p
M the Cnntr. :ter(aubt»Mraotor/SupplNr. is ruprlrN W the City of MBtw to whit On Afflraettva Action Plan, the doh- i
I decryeabla j.."do.g. of ofmr,ty aployadnt will be that pore ntals which is eosseotly 11.tad In .""sut 1" (City
A.ntm Coda hall Tlaatablrs) in tho published City of sonton A"Irootiva Actiom Protrae.
uder.iArwd emtrart:.rr lnerorore covatunts., at tyulat.s and asreoa tsdt during the pt•+fvr.>rev of this coot tact no 1111
di-crtziot, aaafnat ony p.rum in hlrirgt, proadtbe7, kiecharit1w. ceopanwtlnu ox to any other lets ar amJulon of "WlddY"
t, by r.aw,n a( u,wh pra rwu's race, tread, color, religim, anvv,ir; or outlaoal -r iµ to .a lwplrvruted by the "Afti:gtiv.
III Prograe".
tractor further egr.•ee tet be will take af(treativa and rmtirarova hat/an to iadur, (all ewµ,lfa:re vtth sw•b pulley and pro
e Lip all r..pec•t.l it being Strictly understood and ogruad that failure to coply with any of the torte of Bald provisions
11 b, ,,it runotitut. u wthrtal breach of this contract.
'rwtor ,loll, upon request ad/or as amen as p.slala tMroafter, furaiol; "to Jw City any had all tnforeation saw repirts
bind by the city to drtorwine whethbr toll :owp14 in:+• has bran adds by for a,ntrecter with "'a i.,l it} ad po•:xrww and to
,
towill I., it arc,%. w his books• records and •rc:•ownta by tht• City for tie purpurr of /nrratlset/un to Oar',ta to web
pilau•-.
tro,tur tartiwr xknw.iodg.a tlet M but rh eived A trips and complete copy of the City'. -fair hart!... policy" and "Affirsa-
e Aitton P,.µree.
0AW47 {nClfflpfCaTttgt Afl ff/--/ A
aniriCAritW sY (AWMACTOR
SOBOWMACT,st't CEUTIy ICAT1ON
WPPLTCR'S CEs(?TMCATljt�t /_..
w i !brad r_...r...'e �.�..
rae .r,subcwntro-1 or/dupylSet ono pr'ttc 1pa ad 1, a prrvInto controet or •uw ont rmT eublert to IL, C9uo1 irynortunIty
Yre LN;E7 no
CoePItuncc "porta ragclr.d to be tilled in ,otuwcti"a with •such coast,-I or aubevotro:t.
Yea su=
oru r+rt or/M�hr'en.raeoir,rSupp lead had flied all ceuplLrc ""ITS 41a under apPllutloe tMtrect bona.
1,r/Ysu" An 1Waa esq.lred 4
If nmw,v to can is Net", pltaa. explain In dotal. oo raveraa aide of tblr car[ifKatlua.
fll.at Wh - The lnroMat too abuve to trio Ard coeplate to tlw bv.t of ay knowlaoge and balie .
-^ 4. i.✓a / w, oL CC G
OL
tars
_• i vo by city A thurity: --
r
ATTACItT111hT III ('Wr.)
e
F'agv 2
agreement or other corntr'tet or understanding a notice, to be
provided by the agency contracting Officer, advising the labor
union or worke•.rst representative of the contractor's comaitments
under Section 202 of Executive order No. 11246 of September 24,
1965 (as .nded), and shall post copies o!' the notice in con-
spicuous piaces available to employees and applicants for employ-
ment.
"(4) The contractor will comply with all provisions of Executive
a order No. 1124n of September 24, 1965 (as am^nded) and of the
rules, regulations, and relevant orders of the Secretary of Labor
and the Secretary of Housink and Urban Development.
"(5) The con*ractor will furnish all information m,4 reports
required by Executive order No. 11246 of Septemb.r 24, 1965
(as amended) and by the rules, regulations. and orders of the
Secretary of Labor and the Secretary of Housin, ud Urban .
Development pursuant thereto, and will permit acce ,. to his
books, records, and accounts „y the Local Public Agency, the ' is p•5,,�
Secretory of labor, or the Secretary of Housing and Urban IY.-
velopment for aurposes of investiga:ion to ascertain compliance
with such rules, regulations, and orders.
"(,,) In the event of the contractors' noncompliance with the
nondiscrimination clauses of ti.is contract or with any of such
this contract may be. cancelled,
or orders Y
� , es regulations,
el. , ,
"terninated, or suspended in whole or in part and the contractor
may be declared ineligible for further Government contracts
in accordance with irocedures authorized in Executive Order
No. 1124e of September 24, 19ti5 (as amended), and such other
sanctions may be impo:.ed and remedies in Joked as provided in
Executive order No. 1124o of September 24, 19(,; (as amended)
or by rule, regulation, or order )f the Secretary of Labor, the
Secretary of Ilol:sing and urban De"eLepmont, the Local Public
Agency, or as herwise pr,wided ty law.
11(7) The cc, ;-tor will ircl.ude the provisions of Paragraphs
(1) through in (,very subcontract or purchase order unless
exempted by rules, regulation.., or order of the Secretary of
Labor or tho -ecretary of Ifouaing and Uroar, Development pursuant
to Section 204 of F.xcvutive Order No. 1124n of September 24,
1965 (as anitende(i), :,o that such pno,Mnns will be binding upon
each subcontractor or v,•ndor. The e mtractor will take such
action with respect to any subcontract or purchase order as the
Local Public Agency, or -tie Department of Housing and Urban
Development may direct es a means of uforcing :,uch provisions
including sanctions for noncoupliance: Provided, however.,
That in the event the contractor becones nvu vea in, or i:,
threatened with litigatioe with a subcontractor or vendor e.A
a result of such direction by the Local Public Agency, or the
Department of housing and Urban Development, the contractor may
request the United States to enter into suc•ii litigation t:,
prot, t the interest.: of the united Stt es.
t, 1;y�
1
ATTACHMENT III
Contractor, subcontractor, Supplier
1
The City`s Affirmative Action i•rograr.: extends to all those doing
business with the City regardless of source of funds. F.ach supplier
or contractor having 25 or core employees and/or contract in Cxcess
of $10,000 is required to: (1) Become familiar with the City's
Affirmative Action program: (2) Certify that they have their own
Affirmative Action program: (3) Provide a record of intent to
comply by completing th. affidavit. The affidavit and a copy of the
firm's Affirmative Action Program may be provided once each year or
with a specific contract . ,I record is kept of each firm's response,
and present and past performance. In investigation into the pest
performance is also made at the initial submittal. City records are
then reviewed yearly. Firms guilty of non-compliance are renioved
from the eligibility list, notified of! this action and causing deficiency:
and re-instated sha-n satisfactorily demonstrated to C.O. Officer that
deficiencies ha •e been corrected.
Compliance is determined by a check of previous performance and
on-the-,job inspection during the current contract.
As part of the requirc+nent that federally funded contracts for
more than H60anc0
0
dedtbyuC-erui.inetordere11375E, ffoctoher41:1,fl9oS,ether
L4, 105,
City of Renton c.futll incl.cdv, in. its. contrcct5 wi+:h general and sub-
contractors. it,, fo]].uwing provisiona:
"[hirin,' th,: p,.•rf,r�.a;oc .,f this contract, th, contractor agree%
as folluws:
contractor will mat discriminate against any Fenployee
or applictmt for empl,viient becaese of race, color, religion,
sea., or national origin. Tire cont.racinr will take affirmative
action to ensure tbrt applicants are "'Floyed, and that employees
are treated During empLuyment, without regard to their race,
color, religion, sex, or rational origin. Sucheaction er9ita11
?nclude, but not be limited to tile, following: p Y
uperadinsl, dennti.on, or transfer; recruit: s of anit or menti on;
advertising;
layoff or trr, inatiun; rates of ikry or other form rn
and selact?.on for train?nc, iucludily apprenticeship. The
tractor a;.rees to lxsst in cnnsp icaous places, available t:o
employees and applicants for employment notices 1.0 be provided
by the LPA 6ettin9 fortis the provisions of this nondiscrimina-
tion clause.
"(2) The contractor w111, in Lill solicitations or advertisement:,
for employee% placed by or on behalf of the contractor, state
that all quolif?('J .r •?lic;mt., ,.ill receive cor.sideration for
msployment, v:i.tit rr4ard to race, color, religior, sex, or
national origin.
"(3) The contractor gill ren,i to each o
labor union r re pre..
aentative of workers with •-.Itivh he bas a c.illective bargaining
ATTAClKNr I
t � '
City of Renton Orals and Timetables ,
is
^G
The City of Renton, under the .:tablishcd Aff-inrative Action
1 Program, has set forth a goal of 3.h;; minority employm•mt over a
timetable span of Su,u$t 1, 1472 through December sl, 1',73. The
3.5', minority employment is based upon an average permanent payroll
of approximately 31.S employees. This Percentage will be re-evaluated
in July of each year.
' The pe:reent:,1• w,al is seaormplisited in the fullowii.g ..aniwr: Tin
ru.�ideitcy of ail p•o7nanent City employees is plotted on a regional
t map. The area containing 8[X permanent force is analyzed using existing �
i enesus and Renton School District data to determine the number and
categories of minorities living in this area.
Initially all the total minority population was determined at.
This percentage is then applied to the City permanent work
farce ind for future minority employment is set- accordingly.
, Additionally, a comparative study is also made with other nrunicipali-
tier within the greaten Puget sound area to establish validity of an
equitable ixrcenta,N goal.
In the event that the City minority work force is less titan the:
area percentage, a one year perioa _3 established as tht lino- in
which the Cite; will 4orreet. ihv deficiency utilizint_ measures deerrfhed
in the City's Affirma+ ire Action Irocram.
ATTACfWNT II
City ', irncrams for Achievement of foals
t
The City of Renton has set fort', it I-tlicv that they wfli ❑4eke
the ner•essdry not it'icatian •'et.;xrdin;: ;ws i'fon oj-nln„- on the P"rmvn•,nt r W
.,tuff i.hrou;�6 ;arhl is aeivt t t�•w:�..; ..•er Rt•ui-a. '? w.; and - 5
the Record Chr,ot7 ti: for *nro weeks prior 1:, interview
ripen positions are also registered with the Washingtmt Matto Employment
Sceurfty, hniversity of Washinet.ox3, Seattle ❑niver:�it_v, KiM County
Public Eniployme.rtt iroernm, City of Seattle Personnel Office, and
other municipaliti.' , as All advertisements contain the
j words "The City oi' R,•nton i_ ;.:r e,joal opportunity ermpl++yer" and indi-
cate that utinurit. opplicuut� :- -I >ought. In addition, the following;
a Lvncies that: ee:r:ice Il hi.vit ,,,ncontration of minority employment are
notified of c„,h po.;iti,.0 npp"n•tartity: Asian Employment, Indian
Affair.,, PRATT Center, >.O.I.f.., Veteran's .Administration, The raets,
and .Active moxicano-. Dev.:lolwwnt Center. TIP, City employment a;-plica—
tion form has at,,, to en re ,. i.-:od to reflect the equal opportunity
employment sent inx,nt.
.All those inn Pxr;Sft ion to hire, fare or transfer- Cft:v ..employees
ha•.e inert inotrucivd to use eondiscrimina`ion in their ,judgment of
personnel. A13 deci-ions relatfnr to relationship$
• will be reviewed by the Cityy'.; C.o. oft ice for possible abuse of the
Gity's Pdir Praetic,,s Policy and ;rflinitative Action Program.
We have totally re—evaluated our ,joh descriptions within the Cft;'
to insure that qualiflcations are reall.,tic—that Pmsition criteria
reflects skill level and physical capabilities required for performance
of task and not a reflection of prevailing; labor market. Those
position:, for which phvnicall.v handicapped are suited are id- ni.it'ied
and priYft: e.tI,! l i�,'rdt ion ill I,, "P.en tL, thOce inii:'idtlaf K.
4. Availability of minorities and females having requisite
skills and experience it the labo- area.
1 5. T,.e extent of unemployment among the minority and
female unemployed work force within the area.
B. perform an analysis of the City's labor force by job
category to determine the placement of minorities and females at
all levels of responsibility.
1. The number of employees by job classification for
1 each department in the city. s
a 2. The availability of promotable minority and female
employees within the city's offices and divisions.
,
3. The number and job classification of employees, by
department, who wili be retiring within the next five years.
This list is to include the tentative date of retirement for
each employee.
4. The anticipated turnover of employees due to their
inability to perform adequately, by 1M classification per
department, and possible date for action.
C. Establish coals and a timetable for the correction of
deficiencies identified. These goals and timetables are an
essential part of t,e 41ty's Affirmative Action Program and will
be me intained and updated on at least an annual basis. Although
the primary concerti of these goals is overall minority and female
employment, they shall also include minority and female under-
utilization within specific lob levels: management, professional,
technical, office and clerical, and skilled positions.
The goals and timetabl,ts established as result of the above
analysis shall be reasonably attainable and shall appear as
Attachment 1 within 60 days after finalization of this document.
The Equal Opportunity Officer shall be responsible for establish-
ing these goals.
Specific programs which the City of Renton proposes to undertake
4 to facilitate the achievement of the set goals shall appear as
Attachment 1 also within 60 days after approval hereof. These
programs shall also be established by the Equal Opportunity
Officer.
i
f
$�,, .,
Furnish information as required, maintaining an
affirmative action file detailing its efforts, with dates,
to meet its COMitments order rxecutive Order 11266.
All data and documentation generated as a result of this
Affirmative Action Program shall be made available to any
Federal or State agency for their review upon request.
V. GRIEVANCE PROCEDURES
The success of the Affirmative Action Program depends largely
on the attitude of the community as well a the employee. Opillon
( an to what constitutes fair and equal opportunity and treatment
may vary widely and grievances may result The following steps
shall Le taken immediately for any griever. 2 arising from the
implementation of this program so as to maintain the best possible
1 employee-supervisor and city-rammunity relationships!
A. The employee shall bring her/his grievance to the atten-
tion of ner/his immediate supervisor or department head, who will e
s investigate as necessary to determine the cause of the complaint
and work with the employee to effect an equitable solution. Every
e:fort shell be made to resolve the difficulty at this level.
E. At the option of either party, the services of the Equal
Opportunity Officer may be requested. The Equal Opportunity Officer
shall interview both parties, conduct additional investigation as
' necessary, and recommend appropriate corrective action and settle-
sent conditions.
C. In the event that mutual agreement cannot be achieved
and binding re%.iiution is required by the city administration,
signed statements detailing the grievance and specific investiga-
ties action shall be obtained by the Equal Opportunity Officer
e from the employee and his supervisor. The Equal Opportunity
Officer may draw upon all resources at his disposal both internally
and those external to the City to arrive at recommended corrective
action and settlement conditions. The Equal Opportunity Officer
shall forward these statements along with his own investigation
report and recommendations to tee Mayor's Office for resolution.
D. The Mayor may elect as deemed necessary and as circum-
stances so dictate to refer the grievance to a special arbitration
committee. (This committee shall be selected from among City
employees and consist of an equal number re nacemert and statf
personnel.) The Equal O000rtunitv Officer and those directly
involved in the grievance shall not be 1'ctinp members of this
.om•ittee. Proceedings of the committee shall be documented and
their decision shall be finai and binding subject to review only
by the State Human Rights Commission Or through the judicial
system. All reports, decisions, and other documentation generated
by the grievance procedure shall be maintained by the EquaJ
Opportunity Officer as a matter of permanent record.
e
VI. GUIDELINES FOR MINORITY AND FEMALE EMPLOYMENT
Pair Practices and equal opportunity within City government cannot
be fully realized until an equitable representation of women and
ethnic minorities currently in the Renton area work force are
reflected in the City'c employ.
To determinr the area and City work force profile, the City of
Renton shall undertake the action outlined in Section A and S
below. As inequities are identified, corrective measures will be
initiated as established in Section C.
A. Determine ti,e minority and female profile within the
Renton emplovment area in which the majority of current employees
reside.
1. Fwmber of minorities per ethnic group in this area.
2. :eneralized location of each minority group (i.e.
any significant concentration within the area) .
J 3. Percentage of minority and fenalee work force as
compared to total work force for the entire area.
.r
r
r .
2I7. EI@LOY6S JLNL'LUi'ffEa"
She hiring Of ainorities and women a a fair and -quitable basis
is Only the first step in affording equal employment opportunity.
A Skill development, promotions, and equal nondiscriminatory on-the•
job treatment ar,, of equal importance to both the individual and
to the City. The follnwinq actions shall be undertak., to achieve
employes lob satisfaction and fair treatment and to more success-
fully utilize womor and Tinortty persons in our work force.
A. Assure tnat there hall bw no discrimination for reason
of race, color, creed, sex age, or physical handicaps with regard
to upgrading, promotions, transfer and demotion, lay off and
termination of amOloyees. Any action which might adversely
affect minorities or wOmer, will be brought to the attention of
' the Equal Opportunity Officer. EamlOyee grievances arising from
such action shall race!"e immediate dtton*.ion in accordance with
Section V1.
f
S. Develop .:kill lrveutcry for amoloyees which can be
usad to identify supervisory and managerial level position
potential. Thte thal: be accomplished by:
1 Obtaining irors the employees a written statement
,s to their desires, skirls and interest in higher paid
msitions.
i Pariodic ru,iew and anaivsis of employee development
:_a:grase and teadiness to assume higher positions.
J. !dentiq^ :Oec.fic positions for which employee
qualifies. and casure that requests for interdepartmental
•ransfers and promotions are considered without discrimination.
' L. Actively encourage employees to increase their skills
:and ;ob Potential through training and educational opportunities.
Offer guidance Arlo counseling in developing programs tailored to
individual aptitude and desires, taking full advantage of programs
offered by the Mate Deoattnent of Employment Security and Manpower
'h!veloPmert Proarams.
..IAISON AND COORDINATION
• :hero exist many organizations vitallv concerned with
ecuai opocrtunit^ and fair treatment of minorities, women, and
cue rrhysically handicapped, and those that are over 45, whose
resources can be of valuable assistance to achieving the goals
of this program. The Citv of Renton through its Equal Opportunity
'.� Officer shall maintain constant contact and coordinate various
Aspects of the Affirmative Action Program wit.`. these organizations.
In addition to those already identified with respect to recruiting,
nixing, and employee development, working relationships shall be
maintained with the various civic, labor, And minority organizationa
in the greater Renton area.
a. 'rhe City also recognizes its resnensabilities to comply
with and assure that equal opportunity and nondiscrimination policies
of State or Fed^ral aganries with which it conducts business are
Tarried out. Specifically, the City of Renton shalt:
Z. Be responsible for reporting tv t..c approp
igenc.ea any complaints received fr,,m any employe An
applicant for emoloyment with any City of Beare r or
subcontractor, subject to Executive order 11,N(
X. Cooperate in sneciai compiiince ravi,ws c
;at.ions As requested.
n. Cary out sanctions against a contractor W and,or
'ubcontractnr(s) All required.
4. Assure itself and the agency as cart of the grant
application process that he general or Prime contractors will
not have srbmitted ore-packaged bids that deny open bidding to
ni.nnrity or any other subcontractors.
LIND AVENUE #4 �PS��n
� � �S Ta-19 2
f�
I
I
1
k
PNOPOJAL
1
TU THE CITY OF RENTON
RENTON, WASHINGTON
Gen tl emen:
The unde rsigned hereby certif.,e!4 _chat S has examined the site of
the proposed work and have—read and thoroughly Linderstand�_ the plans,
' specifications and contract governing the work embraced in this improvement, and
the method by which payment will be made for said work, and hereby propose tr y
undertake and complete the work embraced in this improvement, or as much there,;f as h6
can be completed with the money available, in accordance with the said pans,
specifications and contract and the following schedule of rates and prices: I
(Note: Unit prices for all itemo, all a"ensions.
and total amunt of bid should be shown. Show
unit prices bo ri , it no and in figures.)
\ I
Signature ... .-�� /
Adcress /Ji(/Czo�04—
i iFJ� it
Names of Members of Partnership:
In
• it
OR
Hama or President of Corporation C a D
rr—
Nast of Secretary of Corporation .a -.���
Corporation Organized under the laws of — —r +—
With Main Office in State of Washingtnn at
f.
i
;1
I
1
BOND fp CITY OF RENTON
KNOW ALL MEN BY TH1SE PRESENT;!
�'^ c
'that we, ilia uneer•lg��d 1IIL.}7'lt rc_ ( c�,v_rqu�rr,.Me T/v 4:^�
<
as principal, and %_�.�.. F"F,corporation organised
and esibcing under the iawa of the Sr," of �ejy a•. , As a surety corpor-
artun, and qualified under the laws of the Staty of Washington to become *or*-
ty upon bonds of contractors with municipal ecrporations, as surety are ;oit.tly
i and severally held end firmly bound to the City of Renton In the banal sum of
',.Zl_!�faL Ylf<.r the Payment of which .um an dsmend we bin.' ourselves and our
auccvb;:ors, heirb, administrators or pereanal repreaentativv.s, as the cabe may
he.
Thii obligation is eutereu into in pursuance of the stav,tea of the Scat*
of Washington, the Ordinance of the City of kenton.
Listed at Washington, this _day of __, 19711 .
Nevertheless, tit* cond a ion* of the above obligation are such that;
WHERt\S, under and pursuant to Ordinance (or Resolution) No, or by
Council a cion of the City of Renton, passed , 19 the Mayor and
City Clea of said City of Renton have let or are about to 1< t to the said Tti. V#7,
(riti ,r 6_ t 4 the above bounden Principal, a certain contract, the said contract
being nwei,ered nd ep ravlJing for .; 'j/%). �y/ (,ryy4<.s,
(uh Lro rantract L referred to herein and is made a part hereof as though •t—
tu.be'i hn,to), and
WHEREAS, the acid principal has accepted, or is about to accept, the said
contract, and undertake to perform the work therein provided for in the manner
and vlthia Elie time met torch; s,s
NUW, INUEF:.RE, if the matJ'/, f rrd'i.r7 iuv 1,40. shall faithfully
perform all of the provisions of said contract in the manner and within the tins
therein eat forth, or within such extensions of time as may be granted under
said contract, and shall pay all laborer*, mechanics, sub-contractors and materi-
al, sea, and all persons who shall supply said principal or sub-contractors with
prowl-<i. r,a And supplies for the carrying on of said work, stir, shall hold said
Ctty <,, Renton harmless from any loss or damage occasioned to any person or pro-
party y reason of. any carelmssness or negligence on the part of said principal
or Ana bub-contractor in the performance of said work, and shall idennlfy and
hold th.- City of Renton I.:,rmless from any damage or expenbe by reason of failure
of pertarmtance ob sprcitied in said contract or from cafects Appearing or Cevol-
aping in the material cc workmanship provided or performed under raid contract
within a period of one year altar Its acceptance tl•ereof ty the C1cy of Renton,
then acid in that event thi* oo/igatian shall be void; but otherwlae it shall be
and remain in full force and e'tett.
APPROVED AS TO LEGALITY: T1i". 9F "1-/'1✓ /oiej, .aC
ckrs Irdernihy C: m^any
Coy H. Bodknue ?E.
' r1�1a J�M�rnM1a.rVM1
REGis CONTRACTOR.GENERAC
TRI STATE CONSTRUCTION INC
959 100TM AVL NE
BELLEVUE MA 90004
{ �GGGWM aWY�aM aawu I
2 2
r 1
1 al
I
1
1 . �
...r.«...1W fY+1.% "`W►.rye,y...l'r.
Y LHAtl �rl
1 i��p07p CITY Of RENTON
,.�II
0 � I
BUSINESS LICENSE Azlil.q.
,.,.ul: .�{f111NV11U111(lf+L11Y 01 I1G111U11 IlIb111QY Ll:Gnx ul i-111dit"e Willi 1IW
1111Y111C♦1 koo"I+IIUIl.l ll+lflir 1, l vdv J llcua.d UIJwe11.Ys 0 Ill.
1 it'oi,ul ."id ,Ilvee%10 comply will al Ih. H'ylurclucUl>ul ..,el. 16o...sf
I:,44 Iln llor uugli) w1111 +11Y +lW"AI pIINI I. sly Cod'.. IlrJw..u..'..
li It:;uLd Peps n(griN allk' IU 111r I/Ybl11GN di 11YI{Y IbaUYY 1111YI1PJl'l.
1� 1
TRI•NTAT9 C9NIT119Y91I94o I14i1
ysy IotlTN AVA Ng
tl[LLtVYL♦ MAI 71994
CLERKS FILE COPY
_._...___ .------_._— sss
PARKER WI IH& FEFh INN. INSURANGF BROKERS
9f1i WANK L4(A,ml xM A af,,, -':am r wthUF
'rA1Ttk WASnNG'Ota aM iW.o.,pyr IMA 8622
CERTIFICATE OF INSURANCE
CITY OF RENTON
CERTIFICATE ISSUED TO: Municipal Building, .00 Mill !,venue South
RelLon, WasHngton 98055
NAME OF INSURED. TRI-STATE CONSTRUCTION, INC.
959-108th Ave roe N.E.
Bellevue, Washington 98004
04
This is to certify Char file insuram.e indicated her UfIJer has been issued and is in full force and effect on rile
effecnve dare of this certificate.
This Certificate of Insurance does nor in Any ray amend,extend, alto or vary the coverage Afforded by the pducy
or policies referred to herein. It is simply a synnpsfs or summary of the actual insurance contract s
COVERAGES PROVIDED LIMITS
I. Bodily Injury Liability—Auto $100,000 Each Pervm
$300,000 Each Occurrence
fkAiiy Injury I.iability—Other than Auto
$300,000 (iadriMrarspr Aggregate
$300,000 Each Occurrence
2. Property Darnage Liability—Auto
$100,000 Each0.currcme
3. Property Damagelaabiliry•—Otherthan Autn $100,000 Each Occurrence
broad Form Property Damage Liability $100,000 Aggregate
4. "Umbrella" Excess Liability riding $1 ,000,000 Each Occurrence
over and above primary limits of $1 ,000,000 Aggregate
Bodily Irjury L Property damage limits
shown above
EFFECTIVE; EXPIRATION
NAME OF INSURANCE COMPANY IK)IJr:Y NUMBER DATE DAT-E
I Arnerican Foreign Insurance AYA922230 6-30-74 6-30-75
2 A•nerican Foreign Insurance AYA922230 6-30-74 6-30-75
Market Ins. c/o R.O. Fleming L Co. XGA002318 5-18-74 6-30-75
4. Stonewall Ins. c/o Spence Pitts Ins. 31000239 6-30-74 6-30-75
Drscuption of stem, location,or project to which this certificate applies
Job - Watermain Installation for Lind Avenue S.W. - $.W. 29th Street
between S.W. 16th St, L East Valley Highway, City of Renton, Washington.
u
IT IS AGREED THAT THE CITY OF RENTON, CITY OF SEATTLE AND OLYM. IC PIPELINE COMPANY
are named as Additicar,al Insureds insofar as the work and obligations performed
under this contract are concerned. It Is further agreed that the Inclusion of
more than one insured hereunder shall not increase the Insurer's Limits of Liability.
CERTIFIED TRUE COPIES OF THESE POLICIES ARE ATTACHED.- Primary Policies.
Ten (10) . . . .,lays written frxiee of eAncellawm +x reducnnn in ansounts iq insurance shall bt• given to
111e AMrvc nonrd FKAAr +4 this certificau_
DAte of lspm 12-12, 74.. PARKER. SAIi rH'; ay.Vy)N
By
V
1 .u........e.,n.1., I
RtGf CDNTRACTCR.cENeRAL
TRI STATE CONSTRUCTION INC
9!19 100TM AVE NE
1 BELLEVUE WA 96004
CCGUN/MVYY.M ttYl,YfuiM Y11•
no an
va.....JY(5'.u.-�11��I� V1f1Yl�. aYa-.....�...d...W W r✓�..'M�IiiM1li,IJ�
u ssor
1L�Gp�'7� CITY OF kENTON
BUSINESS LICENSE cYsln�Cl. htta cG
690 90
1
i i..n .: I,.r. INJJr dPpIWJ11UJI INJc�lly UI K1111.M1 htbnkfa LJGYIIA' 1..h.uIJ�J1:C wllll Ills
... ..,n ..I I ill: �. IIU+uWy, Rt►u1J IIYJb l6JPKf I, /u.I[ W Gut.LJ I „I m.lnas ul 16:
.'.0 JJlfc'• Iv aauply MIIII ifl file requlleJ.CJIl.w '—I „I.: ,A'.:. Lb:nw:
� .,If Lnlln! ...mill, with Joy JuU-'ill Ullw, idly CV&l. INJm.1u.:, dale Laws JuJ ')
'I 1:<�ul.iln nl+dppigdldp I,,Ills' (INa111N,LI,YI{y INClliff.l Ib willIIICL
TMIsbTAT9 CPNFTRW;TIQRo INg1
q*V 1067" Avg N[
OL669YNC1 MAI V4999
CLCRK'S FILE. COPY
,✓ r
PARKER SMITH B FEEK, INC INSURANCE BROKERS
"''9 SAW,($"Al rFOuteA Q NIEP-9W Ain AW.N f.
•A I r(E WAJBNG roN 9nteA PH"aa2"?W
CERTIFICATE CF INSURANCE
CITY OF RENTCN
CERTIFICATE ISSUED TU. Municipal Building, 2C0 Hill Avenue South
Renton, Waslington 98055
fi
NAME OF INSURED: TRI-STATE CONSTRUCTION, INC.
959-108th Avenue N.E.
Bellevue, Washington 9t,904
This is to eertidy that the insurance ndicated hereumler has been issued art it sn full force and effect nn the
effective date of this cerrificate.
This (krtifinte of Insurance does ,,x in any way amend,,wend, alit, tx vary the coverage afforded by the psdicy
ce policies referred it, herein, It is simply a synopsis or summary of the actual insurance contract,
COVERAGES PROVIDED LIMITS
1, Bodily Injury Liability—Auto $100,000 F-wh Fermin
$300,000 Each Occurrent
Muddy Injury Liability—Other than Auto $300,000 lias�Rwswr✓Aggregate
$300,000 Each Occurrence
Z. Property Damage Liability—Auto $100,000 Each Occurrerce
,. Property Damage Liability—Other than Auto $100,000 Each Occurren(e
Broad Form Property Damage Liability $)00'000 Aggregate
4. "Umbrella" Excess Liability riding $I ,000,000 Each Occurrence
over and above primary limits of $I,000,000 Aggregate
Bodily njury £ Property damage limits
storm above
EFFECTIVE EXPIRATION
�I"'�'_=08 Staadard th'sulinpr
A;IMM 1 104rAITE 00 got No,I ONS
PC"I Mee N[PLAf/MINI LATCH
Gut '.nAIL CI VlkilEAt top 1M
I1N011 l00S1NE0 ASIMAIf /IAIN Y/NTILALLY SIMAIC"T L141L AS LIMC(TLO.
I LISTING A$INALI -A YIM(NI (OMI AI I( 111 IIM4 LOUCIEII PAVEMENT
L UMrA!r!0 LYUSHIP 10(C
1-1044 NISIO PASE-� _ __ ��_ type An )• YNIM OAOCc[0
A"— of THE 1N01MEIA
s
f"PAETCO TAIACM pA CA/ILL
1 i 1
E PSPMACI CONCAEf, CIA 211 INS IMOVS
PLANT MIA PAVEMENT AEPIAC[MEAr CUT SMALL Of Y[IIICAf,
TNICANELA Of IIISTIMA AND IN SfIAIGNT 1-14(1
'V! v11M 41.a+A rf( IAYf Hl N! tu�rl, + PAVINf MI PLUS ? / AS p11.1(IEr
{, y i•.-, i 111L11M4 LONCA[TI
PA YI ME MI
1111111414 Millet, p45( ---
AMEIf YIOTM Or PATEN IS
Liss TMAM 51
WHEAT PAT(H IS 4. OI. - GOMPA(fit, Sfl[ET NA11x1ALS
N04I IN West,,
C OMPACIffs /IIN(P pAC.F"', �..
1 '. r
�11',10 •AV(Pf4T WITH ASPHALT
_ter
COM1IIIf, SUITA(f, A I I I 0 M A r 1 p IT Hl Y! t0A4 Al TL PAYLMI MT—
fj T Y P I [ A L I A I C M 1 0 0 11 6 1 0 I A Y I N E N I.
r Ib ALf tOM1:A!!l GI 111T•NIN^'JS ASPM4L1 S44(If tl
PIAMr MIN MIII,ACewf MT PAT(M
) ' HIM SVPIALI
1
/ E � •I
IS144 OAS,
CUMIAC T If SITE f'r MA If 0141
1 "'-COMPAC SIO Tom. 14"I 'll
T P I t A l I A T [ M 10 I
Cf Mf1" Hoff '
SNAIL It t AS, 6.51, r•yiM 1 5
4 •La55 '.1) ` xNl(41 VIA i CPt„-`rt
1
LIHE MT CtA:I 11NE PA"x(YT PA,;u
l4pl
IIr r'yAI C. Pavement Patching
' •, rwfAf ll ft1L, 'A IVM PA YfM/M1 IA If x".
1E11}ON
ITT,MIN
PLA47 MII f01 PAVLMf Nt PATCH'.
I(A ION
Stondrerd Plan No 18
SL-ZI
Atmospheric (Non-Pressure) Type Vacuum Breaker
COMPANY SIZE COME AhY SIZE
AE'TNA 306-A 1/4" MODERN FAUCET Modern-Aire 957 1/2" . 2"
( ARMSTRUNC. PLASTIC 3/4" 310 (side inlet) 3/4", 1'
CASH 3/8" through 2" SLOAN VALVE (Hot A Cold Water)
1 V-177-A 1 1/1"
BELVEDERE 401 A 4U2 1/4"
V-350-A 3/8", I/2", 3/4"
1 CHAMPION bRAS:; 262 6 362 1 1/4", 1 1/2",
2" V-360-A 1/4", 3/8", 112",
3/4"
( 162 (straight) 3/4" a 1",
1 1/4", 1 I/2", 2" V-370-A 1/4", 3/8", I/2",
3/4"
1 162 (angle) 3/4" z L",
SURGICAL MECHANICAL RESEARCH
362 (angle with union) 400 1/2" (cold water)
1 3/4" s 1"
403 3/4" (c.ld water)
CPICAGO FAUCr? (Hot 6 Cold Water)
I 892 1/2" H-400 1/2" (hot 6 cold water
893 3/4" H-403 3/4" (hot 6 cold water
PEDCO (Hot 6 Cold Water) TEMPSTAT VB - 10 1/2", 3/4", t"
710A 1/4", 3/8", I",
1 1/4, 1 1/2", 2" WATER SAVER L 100 3/8"
710C 1", 1 1/4", 1 1/2", L 101 L/2"
2"
WATTS (Hot 6 Cold Water)
715A 1/2", 3/4" 80 L/4"
715G 1/2", 3/4" 288A 1/4" - 3"
H. L. GEE B (angle 6 through type)
1/2" - 2"
310 (side Inlet) 3/4", 1"
....................................... ........................................................
Pressure Type Vacuum Breakers
COMPANY SIZE COMPANY SIZE
CLA-VAL Model 27 2 1/2", 3", SMR Model P-701 1"
Model P-711 2"
PEBCO Model 760 1/2", 3/4",
1", 1 1/2", 2" Model P-711f: 2" for but
water service
Model 770 I", 1 1/4",
1 1/2", 2" Model P-714 for use on
approval
HERSEY Model VC-VB 3", 4" wl Lt. Double Check Valve
SHP. P-714 Assemblies
50-20
k
DEPARTNf.NT Of SOCIAL AND HEALTH SERVICES
HEALTH SFkVl(:f:S DIv I510N
WATER SUPPLY AND WASTE UNIT ,)
Post Office Box 178i
Olympia, Washington 98504 11
Telephone: (206) 753-2453
(206) 751-3466
N MARCH 1973
"APPROVED CROSS-CONNECTION CONTROL DEVICES"
t • (Replaces July t972 Listing and
All Previous Listings)
A x�
The Rutes and Regulations of the State Board of Health regarding Public
• Water Supplies relating to cross-connection control require the installs- +ci, n4 `
tion of cross-connection control devices under certain conditionse'
(WAC 246-54-470, WAC 248-54-480, WAC 248-54-500). The regulations require
that the devices use6 for service protection must be approved by the
• Secretary, Department of Social and Health Services.
Effective yDepartment
• Jul 1971 , the of Social and Health Services will
approve only those devices which have satisfactorily passed an approved
testing program. Questions concerning the testing program should be
directed to this office,
44
This list will be updated periodically as new devices are approved.
--------------------------------------------------I—-- -------.--------------------........._.
Reduced Pressure Principal Devices Double Check Valve Assetablies
COMPANY SIZE COMPANY SIZE
REECO 06 2", 2 1/2", 3", 4", 6", BEECO VC 2", 3", 4"
8", 10"
CLA-VAL DC 1". V'' /2 l 2" 3",
Y6C 1", 1 1/2", 2", 2 :/2", '
b"
3", 4". 6", b", 10"
130 1", 1 1/4", 2", 3", 4" GRINNELL B-1 4", 611, B"
/lOL 2"
B-2 4", 6", B"
f12 3/4„ HE.RSEY 01 2", 3", 4", 6", 81., 10"
#14 3/4", 1" SMR DHC 1". 2"
CIA-VAL RP 2", 2 1/2", 4", 6", 811,
10"
CRANELINE A 1", 1 1/2", 2", 2 1/2",
3", 4", 6", 8", 10"
SD- 19
TYPICAL REDUCED PRESSURE
BACKFLOW PREVENTION
Q1
M
SHUTOFF
r
DRAIN
♦J �
V
APPPOVED
TEST COCK 2( AIR GAP
NECESSARY
TYPICAL INSTALLATION OF
REDUCED PRESSURE PRINCIPLE DEVICE
LOCKED COVER
' RECOMMENDED
PROVIDE HEAT OR
INSULATION
o ADEQUATE DRAIN
\ 12" + NOMINAL DIAMETER
OF DEVICE MINIMUM
�qT
FR
METER
M44N
In Reduced Pressure Bsckflow
Prevention Device Vault
Contractor to supply plans for above ground R.P.B.P. Vault. to be
insulated and ha•. t an adequate drain
6" C. I . Nipple 6 L.F.
6" C. I. 90' Bend (MJ)
6" C. I . Nipple 6 L.F.
6" C. I. 90' Bend (MJ)
6" C. I. Nipple 2 L.F.
6" G.V. (MJxFL) (May be included with
RPBP Device)
6" R.P.B.P. Device (FLxFL) (See State
Specifications)
' 6" G.V. (FLxMJ) (May be included with '
RPBP Device)
6" C. I . Nipple 2 LF
6" C. I . 90' Bend (MJ)
6" C. I . Nipple 6 LF
6" C.I . 90' Bend (MJ)
2" Galy. Pipe 6 L.F.
2 ' Galy, 90' Bend (IP)
2" Gaty. Pipe 6 L.F.
2" Galy. 90' Bend IIP)
2" Galy. Pipe 2 L.F.
2" G.V. (IP) (May be included with
RPBP De+icy)
2" APbP Uevice (IP x IP)
2" G.V. IIP)
2" Gaiv. Pipe - 2 L.F.
2" Galy. 90' Brun (IP)
2" Ga 1v. Pipe 6 LF
2" Gale. 90' Bend (IP)
2" Gaiv. Pipe 2 L.F.
2" oaly. 90' Bend (IP)
Connection to Existing Mains
6" cl Nipple 6 LF
6" Ci 90' Send (MJ)
6" Cl Pipe IS' or to meet existing Steel
Main
b" CI 90' Rend (MJ)
6" Ci Nipple 2 LF
6" CI to STL Adapter
2"Galy. Pipe 25 LF or to meet existing 2"
gals, water main
2" Galy. 90' Bend
2" Galy. Nipple 4" long
2" Galy. Union (IP)
Note: This list of materials is approximate only. it is Irtended to be a
guide only of what materials may be required and Is not intended to
he complete.
$D-16
SPECIAL DETAIL
Y�
PARTS LIST
From 16" Main '
Sta. 0+80 16" x 8" C. I. Tee (MJ x FL)
d" G.V. (FL x MJ)
8" D. I. Nipple 10 LF
8" x 4" C. I . Tee (MJ)
Blind - 2" Tap
8" x 6" C.I. Reducer -
(MJ x SEB)
6" C.I. Nipple 2 LF
7" Gaiv. Pipe 3 LF
2" 90' Band OP)
Galy. Pipe 2 LF
In deter Vault
.�.nrrector to supply plans for meter vault
L" c 6" Meters may be together
or in 2 separate vaults -
vault to be treated with Zypex
os any other valve vault
6" G.V. (MJ x FL)
6" C.I. Long Adapter (FL X PE)
6" Detector Check (See Dec.Ck. Spec.)
6" C.I . Adpt. (FL X Bell)
6" G.V. (FL x MJ)
%hackie Rods
2" G.H. (IP)
^" Displacement Meter (See Plsrltat.
Meter Spec.)
G.H. (IP)
xa
I '
tail IVIIU,'11 5 WI I'It 1J I,S
(W-192)
Olympic Pipe Line I:Jru Main (STA 27+26.35)
(N.r1T.: Unit prices for all items, all extensions, and total amount of bid must
be shown. Show unit prices in both words and figures and whore cun-
11ict occurs, the written or typed words shall provaJl.i
AI'I'POS IMA"1'li UIJIT 'IOTXL
1;1_2 i;il l.S'I'1'(Y UBSCRIP'I•ION I'It l,'G Pklc[
I o:•U 1.1 Furnish and Install 8" Fill. ,
Class u , (T.3.) Water Pip,
ui ulyuthylcuc Inac; •nY j� GO
£ �'��/j��3 7
'i'vr I.nn.,l Pin. 'I! uivs )--�`--��
� F. 1
.. I Ld i•ur•nish and Install 8" G.,"
s �
Per fuch
3 F IA Furnish and Install 5" MVO
P' ltydr nt Assem y U I
Per L,,ai�"
d :5 'IONS Furnish and Install So e�
Bnckf l Matcri"t , tI
3 JJ7f II�. TILT
Per lon
1 a. Yds. Furnish and Instal Cu;
block. L!Wte Jul
P
Pcr CubiW Yard
Ydy, Furni• •rs and Install Asp ha tic
$
trR.stor, tiuj
V' r byuurc Yard
O,a
Subtotal
S.39. Sales Tax
TOTAL S••hpiula 5 �
t
f�
I
SCIII.OUl.t J UP lkl(:LG
(W-l )2)
sW --911, Stre..L . ONA 0,30 to S'IA 13e35)
APINtUYIIAIL UNIT Tai'AI. -
1'[I•t _AL1Nf:'Iy UP.SCR I VTION I DICE PRILE
a 1 Cu. Yd. Furnish and Install ConCt' •te
Blockil Qh ; / 04
I$'cT uUl ' arJ Nj Ti!•'ures)
a 7 ':y, Yd. Nnlish and InstalI L"on-r to
Surface Aestoration
Kr ''yu.u• ialJ
Purn.sb and Install 2911 x 16"
Arch Corrugated Hetal Ur.annge
Ap
Ill 'II lie.il I'JJt
p ND
SUh LUtJ1 s P/J,LQy,_,_.
5.34 Sales 'fax f y„�1.
�Y
TOTAL Schedule A $ `,T: tt/
tv, -
t
souvUhL A Of h(Ila:S
bW 290 *)trout - (STA 0.30 tv .3.35)
•_ (I'ri il'P.: �Snrt price for all itcias, all vatensiuns, anJ rural olaount of 6ti! must
I,l. ,Jlvwn. Siww unit prices to Uuth words and fil;urus and whui', cvn-
Ilict oGGurs. Ilic writEvll or typed Mulls 511a11 pruvall.)
AVITOA IMAT UNIT '1(yl'Ah
LL"I;.t,,NI I I y Ul_SCkI PTION - I'll ICL PR1C1.
I'a.it sh :Bid Install )2" 1).1. ,
Class 42, (T,J.) Wvtar pi a to
P :rh iana n svmunc Ifol p �O
r �� 3 7
j 1 f/3y?
' Lniwl I (War >)
Furni:ii and lnstali I." U.1 . ,
Class 42, (MJ) Water Pipe, In
!U ` 1!'1 vile (d1CJ?/�,`io,"il1`I���
1 .1 I.A Farnis.i ,ind lnstoll 12" Gate
Valvvs (M, in Cuoe. Vaults
w 1" I Pass Ass %Ul us
too
i.acn
.I I LA Furilisl'. and Install 5' MVU
Fire Ilydrant Absu"Iy (I,L)
Ftw,
n r Op
_-
5 7,5UU 'IONS Furn i sit aad Install "Filter
` SanJ and Gravel" Llb nkawn
M: L riu'
sue, �_ - i
Put lull
y J,ouu IUNS Furnish and lnstall "Bank Itun
Sarat and urovol" LmliAi'kaaalunt /7
Nataria! lam ✓
Y
7 14,U JMb Fumisb an,t Li;ltvll
RRock��. ,6
pvr lull
1
' rl'IICUUI.IC Sll Ui' 1'R1C1:.`:
I.isW Avc. Sot - (S'LA 36•:2.40 to ..4TA 40•34)
APPROX IMAn UNIT TOTAL
VI Lm QUA.N'lITY" W..SCRI)'r10N I'It 1Cli I'R I
s :Ja 10:.5 I'Yrlij i, old ustal/ Cru hvd Buck OG
Par Tou (WurdsJ (Pipures)
9 :: i'u. 1ds, Furdiei ,urd hlsr.,ll i.o ate
MOO. np, /^ i1Ga CO
Pcrurd / —
i
1U SU i.,l Furnish and :nsrall 3u" x °T"
Arch Curru,.-atvd M1lvt4l I1ra J:lJgc
�/� �� �/ L
rcr Lin 1 „�ua7fNMl►y/�p
Su/Moral
5.3+k Soles 'rnx $ f' .1:1y, _
1'U'I'AL Schadulr 31t
1
4
a �
z � a��4• ry(. 'C AP 6^' ri ��M' •
yy
r�ry �' F^..y��d��l�,'l �'3ex� /`,'[R�x• � + +A :, rho r i
J
:IallllllLh 3lt I�;: !'1!1CL5
(W 19
I.tttJ Atu. GW - (S'I" .SS-S-.49 lu Sl'A 4ti-34)
I1Hli L, 11�1[ .a (w ❑II Ltvmb, all uxc%: ' tun], and total .uuuunt Qf bid ➢lust
..hewn. siww un,t priGca III boll wt,r'Js and It 'V� and Whurc C'>n-
. ,ct ..Clurb, the Wr)ttun or rypuJ W..rd.S Snail vall.)
'Ntli,t'a:1 tL IlA,i 1' '1'II`1.
I 1L: ',.l\3iIlY 11LD.CIt 11''I'lUN I'I :. I. I'I .Lh I
funush and Ina Call i:" U.l. ,
t.lanl� l7 (I.J.) Water Plpu In
I .r. 1'unu3fl :Ind i:.
zcl
>1_!_7
: Ir: upd Cai�u 4p
lv�
r't.�.tl�.l'✓ �
furnish Slid Install MVU
III, 4ydralit Asscwi.ty (MJI Oo
1utYlI .11 .Ind In.tail "I�IltI,
Sand all'I 1,ryVY1" I:pt)a111wol
417
All, J
Jer Ivu
:'t1t.5 burn,sb and !natal Y""tlnnk
;. Pun Sand and Gr.kvV;/j'/y { y co
60,
(j
IPI r fw: _
I
SCHEAULL 3A OF 1'Ii1Cl.`,
(W-192)
Lind Ave. SW - iSTA 38,52.49 to STA 46+34)
API'kUX 1MA 1'L UN 11 "IV!'AL
l T'1.7�f QUA.U'I'I'iY fl_'SCRIFTION PRICE PkICL
g yn TONS Furn instuil Crux d
Per 'I'cn Wet Fi 'arcs)
9 1 Cu. Yd. Furntsh and Install Cuncr, c
blueAi � �:e a0
$er
W So L.f. Furnish and Install 3611 x ?2"
Arch Corrugated Metal Dra m"ge
�+P ii f�— p0
/ U Suptotul f V/1,�fO• "
5.3% Sulea Tax X,
TOTAL Schedule 3A
.ie
"x .- t �+rY„ i ixs°, srss�m VP�r�r)r,,.� '=+�,�FI66' Y°tln"tst ,'..atis�;*.:t• �m.�•
SCHLOULL 3A OP PIOUS
(W-lp2)
Lind Ave. SW - (S'1'A 38•52.40 to Sl'A 44.34)
(NOTL: Unit prices for all items, al ' e8tunsions, and total amount of bid must
br sht.wn. Show unit prices to both words and fi+;ures and whore con"
flict .,ccuri, '.h. written or typed words shall yrevAil.)
APPIMIYATL UNIT "raw.
Ihl?IAI Qu"UM,I , Y ULSCHI I''I-!ON VIA CL 11R ICE
I 7uO L.r. Furnish and Install 24" VA.
Class 91 (T.J.) Ylacer pipe
in P l e h -vie Lri asayient 0
1'1,1y i.0 11y"L, (Words)
2 90 I.J. FOi.r/nish anu ln.tall 24" 0.1.
CI•:>s o1, (M. 1.) Water P
an f'j yc:hyl e r ca um Co
I LA Furnish and Install 24
Butterfly Valve (DLI) to stand-
ard 'Onc. V., It •O 1 `�/ _.
}�� h A4w � a —
1'cr pia:;
•t 2 LA Furnish and Install b" Gate
Vajyy:y I�LxILI) /y aG �
—
Per
1 "A Furnish and lnstnll S" MVU
Fire Hydrant Assembly (MJ) CO
y 4,SUu 'PUNS Furnish and Install "' ilter
Sand and L'ravel" Lmb nkmun h 0/7 +
material , �/it,
$ /� CO
��� --
"'� (O�t• (dr
Per Too F✓�
13,000 1 NIS Furnish ant. Install "bank Nun
Sand and Lravel" Lfil,anLr. 67
!AWAY ��k
Pe r�Jy�
A'
SChLJULC 23 of :-i'cl;',
(W li2)
i
Lind Avu. 5W - (S'A 12.35 Cc'STA''^St
APPROXIMATE UN11' TO'^AL
f l�t19A IJAM '!TY w:5cf(l PT10N ,,. P1<Il't ITICf: •. .,,.
i
b 0,000 TONS Furnish and Install "bank Run
�. Sand and Gravel" fsalb nkount -
Material
Par ']bn ds) (Niburas) '
1 9 330 TONS Furnish and Instal; rj., ;ad `
Ruck
L
Per Ton
I
lU 6 Cu. Yds. Furnish and Install Co cr trIJ
$lac - s
Per l:ub a1
i
11 150 L.F. Furnish and Install 29" x 181'
Arch Corrupted Motal Oraiaagn ., 3G
PZZL4
Pc L1noa1 Foot
12 3UU L.F. Furnish and Install 2S" x 1u'
Arcft Corrugated Metal Drainage G
$ 53eln —
Per L1nea1 Fout '
13 50 L.F. Furnish and ;-.,.Ail 36" % 22"
Arch Gorrubutea Motel Drainage '
Vic 1145 00
'w r
..o
5.341Sales Trx �.. .—,,(' Y.P7
TOTAL $c q u40 2U �$
+�1`.
IA-
TAW
i ji��
��]: r/ "�rf
.. 7 it i
SCUI)LL 20 OF l'u1Cl.l.
(W-192)
Lind Ave. SW - (STA 12#35 to 5'1'A 38152.49)
(WIT; Unit prices for all itaMs, all extensions, and total amount of bid must
r.' De >huwn. Show unit prices in both words and fil;urct and where cun-
8
i
1'liaa.t ucw a, ,.Iw wn lien yr typed words shall prerori.)
APPRUX111ATL UNIT 'TOTAL
1'If1�l Ati'I'I CY UI SCH1Wrim 1'I/WL Ph ICE 1
1 2,ud0 I.J J. Furnish and lnstall 16" D.I.
Class sl (T.J.) Water Pipe
in Polyethylene P.ncasement 1'eL Wur,la
2 40 L.F. Furnish and Install 30" Galy,
Stl. Nastablu Casing, 10 GA
Plana I
s $
Ver Lin ` �—
t
3 o IA Furnish and Install '10
autterfly Valves (1U) in
StandarJ Cone. Vault,
I'er Bach
4 A urnish and Install 12" Gate
Lalvca (W) in Standard L.unc
Vault with
l/l" bypass Valve
00
5Y�lds�.a�Sf�.lr��'�
�� o0
Per Lach
5 IA Furnish and Install 6" Gate
Val 'LxMI /
aes
Per Lach
b 4 IA Furhisb and Install 5" MVO
C4ruy Type, I'ira Hydrant,
$ _s� f/or"GfiilLlYt�/
e LaCh�`r
7 23,U00 TONS Furnish and/Install
Sand and Gravel" lirpaanAm Irt
L i—�C
vateri., -OF ^„L"�• c ��r--
Pcr un ' f !/
5CULUUI.L 2A UP 1'It1CLE
(W-192)
Lind Ave. SW - (STA 12+35 to STA 38*52.49)
APPROXIMATL UNIT TOTAL
1'fEM ' OAN'I'I'fY DLSC.R1PfION P111CL Ilk:CL
8 o7,U00 TONS Furnish a[,d Instull "Bank Rw:
[ irn1 and Gravel" �r� jank.j 7Materirl / (jam'd>1 (F igures
�wMV
( 9 330 TONS Furnish and Install shod
Itoc lxl/ �X7 qG•
$
y
I'cr w[ r
lU b Lu. Yds. furnish and Instuil Concre o
1'er .ub l and
11 1SU !.I• Furnish and Install �9" x l8" _
Ar- Corrugatedl Metal nrr}nege jb
I r JLAnval Foot -
12 SUo LF Furnish and Install 25" x lo" o
Arch Lorrugated Metal Urainage Q�
Pip o0
1'er Liuval Fort
13 So LF Furnish and Install 30" x 22"
Arch Corrugated Metal Urainage Q
PaI y T�l
S61ttoral
5.3% Sales Tax
Ile
TOTAL Schedul.
� r
{r
S('IIFDUI,Ii 2A OF PrOCPS
(N-192)
' Li,,d Ave: SW - (STA 12+35 to STA 38+S2.49)
(t7AL: Unit prices for all itesls, all eLtenSiOnS, and totLl amount of bid must
be shown. Show unit prices in both worts and figures and where con-
flict occurs, the writton or typud words steal: provail.)
APPBOX[MATE UNIT TOTAL
111.M fVANI 1 fY UUSCP.IPTiON PRICE TILT.
1 2,620 1•.17. Furnish and Install 24" 0.1.
Class 01 (I .J.) Niter Pipo,
in Polyu7ylenu (:r�YnC $
9.5 S fia f
�.- J --SL—
I'ur la ica ' ot_ -reWurds) (Figures)
? 4U L.P. Putn�i sh :ul Install 36" G�alyy.
Sri. Nestable Casing, 16 7 OQ
Plan
Per 1,11101 (•a,t
3 6 EA Furnish and Install 24"
Butterfly Valves (NUl in
Stu d Cunc. Va t o0
17 t.x { ar
4 2 LA Furnish and install 12" Cart
Valves (W) in Stand Conc.
Fault with 1" Bypass Valic ��++
%S ` to $
I'e /kauh e J
S S LA Furnish and Install
!�t66"�trGaaato
Valves P/, LrcAtl)—_—�� / 00
Arls�dctrG S_oZyO
Per laci«tlL�ivs
6 4 !.A Furnish and Install S" 14VO
Corey Type, Fire Hydrant
Assemblies (W) for 6 Pt. 00 O0
Be `'f ' , 1 ls?c�
Per Lueh4 �
7 23,000 TUNS Furnish and Install "Filter
Sand and Gravel" lip ankon:
Matey �%
Per •tun �.ry
iCNLUULE 1 01; PRICLi
(N-192)
Lind Ave, SW rA U•17 to STA 12.35)
' APPRU%aWn: UNIT Tt1TAL
I'i'1?1 LI:iN'I'CI'Y DFSCRIPTIIIN PRICE: PR ICL
s 2 Cu. 'id. Fu sh and n,tail Cone etc /
ing $ /__e $ /
Yard (ZuyQnj- ()•i1urua
9 150 L.F. Furnish and Instali 29" x 14"
AK91Coirugated Metal bra n- �Q
$47
�' Lin�ni moot
5.3% Sates Tax $ X ��l• />7
TOTAL Schodulc 1
y
SCIIEDULL I OF PRICES
(w-191)
y Lind u. SW s (STA 0*17 to STA 12.15)
i
(N071: Unit prices for all items, all extonsions, and total amcwtt of bid must
j be shown. Show unit prices in Loth words and figures and wwro con.
flirt oc.urs, the writtoa or typed worts sha11 prevail.}
APPROX ;MATE UNIT lf1'AL
1'11:n1 a!:1tiL I'Y DGSCRIryfJON PRICC P!t1CC
t
1 1,22D I—F. Furnish an] Install 16" D.I. OD
Class JI (T.J•) Water Pipe, in
Polyethylene Ln:asoswnz qG
%LLc -a Opt�,_,(hords)� (1�i Pures/
1 1 IA Furnish and Instill 12" Gate ,
Valve (MJ) in Standard L'onc.
vault with 1" Bypass Valor.
2rnbly_ �� C -eo
f t
a �
Lach
2 I.A Fur„ish and Install 16"
Butterfly Valve (6i1) in
�. g6 tandard C Vault QO
Per Lach o e
4 3 LA Furnish and Install o" Gate DO
I&Io
Per01
Each
5 6,uuu TONS Furnish and Install "filter Sand and Gravel" "ankment 1
Material f �j0.70 00
Ptr Ton
6 17,009 TONS Furnish and install 'Bank
Run Sand and Gravel" ` ba
went te Ma •7a�7
Per 'Ion
150 'PUNS Furnish and lnstall CF{: hcu
Ra
ck
Per Ton `
``\ 1 _ �
10
t ,1 l Q •/l'ty,g�r,1 II 1 _ F �,p��1 , , },
` r j`��� ,� �, � �('V��/ ,f r .t.,'Js.. _ - ~ 1 �'{�1`(51 ♦� ,,` ![''pxp�IP�4��'4 �r' ' 1 !M Z 4--+-�(_� 1--�--++—� I $ �—�
}1 Ir�� ; L_ r wu•x7+�V��'�A��" IIY�ppp/) ' —r----^--__. ._ ,..11i
ttt / x
� cti n,...• .y - � �i a �.-n , . ' _ �
ENERA ! IICINI-S VA, __ l (tt , �•t ..�'_. . _. - ,,f
J i
COVER S4EF ,' t ,y - „Qr3
PLAN INDEX 8 3_id _ :C. "•,� tt ::•.� • _ '1.
I
VICINITY MAP
4 BID SCHEDULE INDEX `
3 EMBANKMENT ! FILL DE FAIL_ i ` J-� PROJEC? r-
°i EMBANKMEN T / FILL DETAILS AREA
7 DRAINAGE STRUCTURES 8 ROAOWAi \��� ; •• , �, -
.
8 LIND AVE PLANS • STA 0+1; !c ;;,,.: I I
9 LIND AVE PLANS , STA 10+00 10 22+O:
10 LIND AVE PLANS , STA 22+00 to 33+0' !
.rt. t
l i LIND AVE PLANS, STA 33+00 to 44+5L \. ,• ( I I + f
12 LIND AVE. PLANS, STA 44+50 to 46+52Fv.' ,• } -: ',�• .....
8 SW 29th ST PLANS , STA 0+00 10 8+0c __.' cinApt ro.
13 SW 291h ST PLANS , STA. 8+00 to 1?» ,'_P '• pyy7p! �' 1
14 MOBIL OIL SERVICE PLAN 1 �T� - �•"'�'��-
15 OLYMPIC PIPELINE SERVICE PLAN
CI TT OF RENTON
Dep.alYtNT of fM51M[[[1.•
•Nole• �f, W-19
.LL CC R A.C1 N Idle W.
i LIND AVE.3 IN WATER MARS
MI•CCOMUKt WIN ••t w• '
S�KYK.vxOx4 —. _--•----_ r�4.•n
■
: CY
kNzO�
y
`n,i• tar,:ae u,ac I
i
WATER MAIN PROJECT W- 192
a
I
i I
PROECT
LIMITS
ou ! -!n/CMe
n�
LI
!
!
•a0it•
N CCO lwau N tt t!OW
a./�� Se[CMKM:OMl.
L i N D AVE . S .W. aS.W 29 t h ST. CITY OF MENTON
ov•wruwr o• waa:waw uwe
1 WARREN C GONNASON , DIR PUBLIC WORKS
(1G) Continued
and firms pertorming labor on the construction project under this contract
or furnishing mat�rlals in connection with this Contract; said bond to be
in the full amount of the Contract price as specified in Paragraph 11 . The
surety or sureties on such bond or bonds must be duly licensed as a surety
• in the State of Washington. •
(11) The total amount of this contract is the sum of Five Hundred Sixty-Four
Thousand Thlue Hundred Twenty Seven
and 89/100 (5564,327.89)--------, which includes Washington State Sales Tax.
Payments will be made to Contractor as specified in the "general conditions"
of this contract.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its
Mayor and attested by its City Clerk and the Contractor has hereunto set his
hand and seal the day and year first above written.
CONTRACTOR CITY OF RENTON
Tri-State Construction, Inc.
a Wa5hingttf9s:'"C3rpor Ion
Mayor
ATTEST: jz6,f1,z1 Q.
State of Washington License:
City of Renton License; 21 - 75
App d as to Form Dy City Attorney
_�/4 Alm
G, aid M. She a1Tl n
,1
(7) The Contractor shall commerce performance of the contract on the
day of yTa 19 2.1�. and shall complete the full
performance of the contract not later than '��.calendar days from said
date of commencement. For each and every day of delay after the day of
completion, it is hereby stipulated and agreed that the damages to the
r , City occasioned by said delay will be time sum of One Hundred Dollars
($100.00) , as liquidated damages for each such day, which
shall be paid by the Contractor to the City.
(8) Neither the final certificate of payment nor any provision in the
cortract nor partial or entire use of any installation provides for b3
this contract shall relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship.
The Contractor shall be tinder the duty to remedy any defects in the work
and pay for any damage to other work resulting therefrom which shall appear
within the period of one (1) year from the date of final acceptance of the
work, unless a longer period is specified. The City will give notice of
1 observed defects as heretofore specified with reasonable promptness after
discovery thereof.
(9) The Contractor and each subcontractor, if any, shall submit to the City
such schedules of quantities and costs, progr. .s schedules, payrolls,
reports, estimates, records and misellaneous data pertaining to the contract
as may be requested by the City from time to time.
(10) The Contractor shall furnish a surety bond or bonds as security for the
faithful performance of the contract, including the payment of all persons
commence performance thereof within thirty (30) days from the date of
n
serving such notice, the City itself may take over the work under the
contract and prosecute the same to completion by contract or by any other
method it may deem adv'sable, for the account and at the expense of the
Contractor, end his surety shall be liable to the City for any excess
cost or other damages occasioned the City thereby. lr such event the
f�
City if it :o elects may, without liability for so doing, take possession
i)
of and utilize in completing said contract such materials, machinery,
f appliances, equipment, plants and other properties belonging to the
Contractor as may be on site of the project and useful therein.
(4) The foregoing provisions are in addition to and not in limitation of
any other rights or remedies available to the City.
(5) The Contractor shall hold and save the City and its officers, agents,
servants, and employees harmless from any and all liability of any nature
or kind, including all costs and legal expense incurred by reason of any
work on the contract to be performed hereunder, and for, or on account of
any patented or unpatented invention, process, article or appliance manu-
factured for use in the performance of the contract, including its use by
the City, unless otherwise specifically stipulated in this Contract.
(6) Any notice from one party to the other party under the Contract shall
be in writing and shall be dated and signed by the party giving such notice
or by its duly authorized representative of such party. Any such notice as
heretofore specified shall be given by personal deliv^ry thereof or by de-
positing same in the United States mail , postage prepaid and registered.
'i
,n
(2) The aforesaid Contract, erteril into by thrr acceptance of the Contractor's
t` Jid and signing of this agreement, consists of the following documents all of
r' which mponert parts of said Contract and as fully a part thereof as if
'i,�rein set out in full , and if not attacned, as if hereto attached:
�.
(a) i%:is ayree r,::t
(h) Instrurti ,n to l.i•ib:r,
r' (c) bid proposal
d) C'scoral condition i
e) ;pe_rfieario•1,
(f) gaps and plan;
(g) aid
((h) Advertisement for bids
(i ) Special r-ontract provisions, if any
(3) If the Contractor refuses or fail', to prosecute the .cork or any par, there-
r
of, with such diligence as wilt insure its completion within the time speci-
fied in this contract, or any extension in writing thereof, or fails to com-
plete said work within such time, or if the Contractor shall be as udged a
bankrupt, or if he should make a general assignment for the benefit of his
creditors , or if a receiver shall be appointed on account of the Contractor's
insol,,ency, or if he or any of his subcontractors should violate any of the
provisions of this contract, the City may then serve written notice upon him
and his surety of its `-.ention to terminate the contract, and unless within
ten (10) days after the serving of such notice, such violation or non-
carpliance of any provision of the contract shall cease and satisfactory
arrangement for the correction thereof be made, this contract, shall, upon
the expiration of said ten (10) day period, cease and determine in every
r
respect. In the event of any such termination, the City shall imrediately
y serve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the contract, provided
U
however, that if the surety within fifteen (15) days after the serving upon
U � it of such notice of termination does not perform the contract or does r_t
THIS AGREEMENT, made and >ntered into this 2 day of ), ULJ&L , 19-2:L,
by and between THE CITY OF RENTON, Washington, a municipal corporation of
the State of Washington, hereinafter referred to as "CITY" and Tri-State
Construction Inc. a Washin [on Corpor do „
g , here?nafter referred to as "CONTRACTOR .
W I T N E S S E T H:
(1) The Contractor shall within the time stipulated, (to-wit: within
!90 worlA ng days from date of execution hereof as required by the
Contract, of which this agreement is a component part) perform all the work
and services required to be performed, and provide and furnish all of the
labor, materials , appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall complete
the construction and installation work in a workmanlike manner, in connection
with the City's Project (identified as W. Project No. 192 for improve-
ment by construction and installation of: 2411, 16" and 12" Ductile Iron
Water Main in Proposed Lind Ave. S.W. and proposed S.W. 29th St.
All the foregoing shall be performed, furnished, constructed, installed, and
completed in strict conformity with the plans and specifications, including
any and all addenda issued by the City and the other documents hereinafter
enumerated. It is agreed and stipulated that said labor, materials, appliances ,
machines, tools, equipment and services shall be furnished and the construction
and installation be performed and completed to the satisfaction and approval
of the City's Engineer as being in such conformity with the plans, specifications
and all requirements of the Contract.
CERTIFIED COPY OF CORPORATE RESOLUTION
l OP
TRI-STATE CONSTRUCTION, INC.
I, Dorthy E. Panyburn, do hereby certify that I am the
Anr,istant Secretary of Tri-State Construction, Ire. , a Washington
.•orporation, and that at a meeting of the Board of Directors, duly
h-Id in iocordance with the Articles of Incorporation and Bylaws
of a.iid corporation and at which meeting a quorum was eresnnt and
.,rt in- throxviholit , the following resolution was unanimously aL!0,)1`V(1
by thv �a rporation, to-wit;
"RESOLVED: That .roe Agostino, The President; Martha Agos-
tino, Vice President; Donald Cable, Secretary-Tr • i!;Ur,,rr
•out worthy Panyburn, Assistant Secretary, or any or t ;iva,
ba and they are each hereby authorized to make, execub: and
d�livur on behalf of this corporation any and all documents,
Rapers, contracts and instruments of every nature whatso-
�, r that tney, or any of them, may consider necas:+ary or
,i.,rirupriatc in connection with tha affairs of thin curuor-
❑t: ion, including, but without limitation by reason of speci-
fication, the signing of contracts, bonds, an,: other assur-
rncon.
t 'urthc;, certify that said resolution has not in any way been
au+rrndc,d or revoked.
DATED at Bellevue, Washington, this 24th day of December,
1.174. /
"i
TOTAL SCMUULL OF PRICES
(W-192)
Liad Avr. SW and SW 29th Street
TOTAL SCHEDULE I ,�I VJ'��*"
TOTAL SCIILDULL 2A
TOTAL SCHEDULE 3A 1� 1,(f.
■ TOTAL %:HLUULE 4 >✓9 ■
TOTAL SCULDULL 5
'rO7'AL SCHEDULE 6A �.?9G 91vD
TC7'AL OF THE
A.WYL SCIILUULES
ADDITIONAL SCHEDULES IN DID:
SCUMULE 2D
SCIIEDULL 3D —'�'
.. SCIILDULE 611 ---�-- !3
7Lc undcraigneJ hereby agrees to start construction work un this oroject if
awarded him within ten (10) days w�d to complete the work within 190 working
Jays after starting construction.
UA'fE: rr��— TIIiS D Y.OF
Day j
SIGNED: rai�
.:TITLE: l
Y.
d
SCHEDULE 6b OF PRICLS
(W-19Z)
Mobil Oil Service Linu - (SIA 34.02)
APH(UAIMATB UNIT TOTAL
1_iL�f 4UA'4'f11Y DLSCRIP"."S PRIL'L PRICL
3 Lwip 5uw Furnish and Install Mobil Oil
Co. Service Connection, including
Meters, Meter Vaults, Reduced
Yresbure backflow Prevention
OUYiCes (R.P.B.P.U.), Above
Cround R.P.b.P.U. Vault and
Appr
�'Ubtotal 3
5.3% Sales Tax 3 5" /3
TOTAL Schedule 63 S op'147_7�/3
lw-1i21
Mobil ,h: icrvi :, Line • (31-A 34.02)
Unit priccs fnr all iu;ms, all catcnsions, and total awount of bid must
be pllowul ::,low uu.t price, i:, both words and lil;urub and whure
con-ours, tho wr:trun o: typcl words shalt orcvail )
PPITUXIMAIT' UNIT 'rUTAL
a 1 1"I:41 UUANTIIN UESCRIPTIUN PRICE 1'R1CL •
I �uu L.F. Furnish and install 12" D.I.
Cl. += ('I•,J.) water pi in .SD
Poll
by one f: cI went
3 $ !1
Vc L1r.�J1 Fc,.e�LWo: ) (Figurua)
1 1 LA Furnish and install "" Cate
valve IN) in Standard Colic.
VaiiLl with tlypJ_f Valvey CA
M rjQ
Asa, ly iz a
C tLv .1
i•a{ t.���,
"urnish and Install B" Catc
v:,lvu t11t1) Ass muly O�
o'er P,,Ch�L•+
Cd. Furnish and Install 5" MVU
Fire ltydranL ssembly
hio&il Bur /700�
3
Vcr l..ach
Furnish and Install Sclu, / 0(5
acXY 1 Material &n .� /QD
$ '
Per
o us Sy. Yds. Furnish 1 d Install Asphalt,
Street 1 storatir�
I jJ i
Per S'yuarc Yird
y Cu. Yds. Furnish nd Install Colic.
11l4C K t
l
I'r.r Cub` "acd
XHUQU 6A OF I'RicLll'
mobil oil Service Lino - (STA 34+02)
AP:'KJXj,4Arii UNIT T(YrAL
_LILN QUANI' TY ULSCNIONGN PRICE PRICE
Lwy Sa Furnish and Install Mobil
Oil Co. ScrVL"' Cwanection,-
Including Meters. Meter
Vaults, Reduced Pressure back-
flow Prevention Devices (R.P,B.
PA).), Al,ove Ground P-P.B.P.D.
and Appurtonanceq C40
$
Vvi Lump 5wj
4
Subtotal
L,s, s"les Tax /
TOTAL Schcdule bA
SCIILVULL uA OF I'61CI"j
rw-192)
Mobil Oil Service Lino - (STA 34.U2)
(NO IL: Unit prices for all items, all eXtvnsianS, and Total amount pt bid mu,:
uv shvwn. Show unit priers in both wcrdb and f.gures and whure con-
+ I ict occurs, the writtvn or typed wvrds shall prevail.)
AFPo:UXIMATL UNIT TOTAL
DGSCHI
l'!AI pUANI'1TT P"1'ION PRICE PRICL
f r..,,
1 SOU 1..1 Furnish and Install lb" U.I.
Cl4ss 41 (T.J.) Water Pipe in
,Lyy Ylvne n±
.nCabCnW
is
Flg Furnish and Install lo"
Butterfly Valvv (MJ) in
Stela rd r . c. Vaul np
$ /400 1 a o7S
Per Lae +
1 :iA Furnish and Install S" Ca. p0
Valves (ail) . ssvuw y j,.
SOO i
Per Lath h, 7
1 2 FA Furnish and lr.stail 5" MVO
Fire Ilydrant Assn:bly (W) prj
1> Bur ,,
Y
5 2$ TONS Furnish and Install svloct40
_
Backf. Materi�Ii' 404
_
3
Per un
Sq. Yds. Furnish nnul Install Aspha ic COStrrc tvstoratiun �� m
S Sr--
Pex Square T4rd
7 2 Cu. Yds. Furnish w6 Install Conc. '
Block r,• .�
,Per ub and•. -
{
a.i c 36 SEATTLE PIPELINE R/W _ _--`-
'a'ar.Y:..n
' .If'LfMlf t
P-9 CHANNEL V�ilk °`I �,. .{ i
[ [
Lit I._y r �. � i .I -•. ,� ..•.w f.. n.t<» ,ran•• fgPe f
le
tfa•un •.} }L*sfrnsa a�w _� _ 1 I —:.._._ ( _ - - 1! i= 1
1
t•.i '91w.ra1 au :Hta lA
40RIZ09TAL SCAIE 1'•.0' i OLY"PIC, PIPCUNE SERVICE I Ix !,r z
i PLAP;
M I
0440 U40 0400 1104 2+00 6+00 0+00
f
i
i to
fuecwaaa.area _ :t
r
ea 9yaa_ - e.c:I•ip__1_^'S_ _ _.. __._ riu •pe<eaLFl 40 yoo' � Z '
I
3� 1' of Ris�'•iTL�Y2Y *a' _grt -.af aea'
1
CITY 0F RC NTON
v CIq ICK SCALE, 1••7, W— 192r---�
OLYMPIC PIPELINE SERVICE II UN., AVE SW WATER MAiN•.:
PROJECT --
r
TRAVERSE PPOFILE
- i
" i •art curt na.Yn !. !• APY.a MTP....a--�,, '� z Ian
r D i Fr[ IYII • J � . ff( IOt YY.. W
I J I
•pa [. L.O•s IYJ.h:.tn ..w � 111'.� __ ,. W
. r. o• ! a a
j r.'CI IIW IYJ� y Y
O
1 fi) ra o.00 .nr ;
utt a,vt ! T
}
N. 1 1
EASE MEHT �j —'".r'
.,... of
f—_-----------
MOBIL OIL SERVICE
PLAN
N011/ZORTAL SCALE 1*. .C•
}•i C•M
!0' .� 1 •f e[I rsa'.rl fI'. - •JY
- Ycs. ^.er.nca •-• --.-
vec [G[mY(rrs
11
I
ri
i
to
(Yt —
i
y 1 I
1I
_ 1
1
1
-w
F
t l.w
{ttff nl.(Y TMt Yi
s.00 4.00 3.00 2.00 1#00 owo
I W- 192 1
1 LIND AVE S WATER MAINS
VERTMAL sckE. l•.y- MOBIL OIL SERVICE _ PROJECT
- TRAVERSE PROFILE
f
-... ._- .�_�. _ — _ __ _ -�._..-._ —. i[�C f-T6l 0 ht[ [ �Y.�JN• .•M I `�-L\ IR?[C COMpp N-3[ a _ __.�.__ -.___�._ _..__.____`_' �.__�
^^ i[YrHY 1 IIOI• Y 01 wr
_- � �1. � �, Sj�` It[� 41/qUa 9 . 4•K��.[ t I�v
1••l(IY O[1 11Kr 111 I 1"pY (YA .5.1 tl•ta 1
I tay T
.2 vlw11,in•!1K 1111 .W., rVn(,p[I
l rt[ µu Y.: a•1NM
O Ily Yrp It••.r,w-• an pa•0•
i•t'cl In tYl.ryaw [ • �
f'•r tq.rn I W c I aeu
a'Yro ru[ nrp 1• > ['<1 a^uo a[[art t11a 1.•ip Nwa
i__—_ y.._ armt on• J
70 9LCPE 9 CON CASEMENT------- �I �.I 0
1
\_ I
..�1. 'J'UTILITY- { gASEMEMTI
{ J
wr sr. ...aw •I �'I >
o
nv Y: an
i• en.r t
• w Mt Uwt nT an 1
1 t
! 1
Y0i[
j
• `C(YTn a[[ W-aa-a COY1 p1C1W 'E •Y• ••C q •11Y [IT♦ �NV[Ciq• 1
Yry t W �rl •[M <M(cc Cr of.," `1 iY. 11Y K KO•w1110
YlY 1.9 fM1. a[ ibl(p • V•qR! K[Nt Tq •Y
MORgOMT�I ECM[•l•p40'
S.W. 29tA ST
PLAN
9+00 10+00 1400 M+00 13+00 i 1
__ ._.-____.____ —_.___ 7YrGrf•af [arn t •$p;, __—____.___- T""—'aims+[ m a+• n•wN
i
to I __ � twat 3UKNK V i
e°'! Vol 01 I'll 0 - [1 If V.N)[Y NAY
10
! I
________.____ to trR a• :+'• r ________r -
f
° .
$,W 291h $T 1 .. t TNT OF RE NTO I I
NVEAT-CAL SCALE 0-3- PROFILE w-192
LINT; ACE WATER MAN1S
h f'fv Dq•wl ,fs
' �✓t� lW rYn
y'
••e« f.r.. . .wu 4
w. Y< <roa ula YMf•f aa.w 0..
rt- C but IYY
\ �� J •, 1. < Ynt [� CYDM Yi
I u f
- {
-
t
�q'af IN).fir D.M
,.•.f ,.Dl, Sw 29 tn S-
N L
ttoRlxoN*Al SCALE r'•Ao'
r
1
S W. 29m ST,
PLAN
LIND AVE !W STA
45+00 46♦00 46+5269
0+00 1+00 2+00 3,4D0 4*00 5+00 4.00 7400 8+00
YS
A
I
eo
'01 ar w( n( ncc I
{ s Lam.
«[rz D .•r. f..eN w« r. : D, fblN r-.• «r nnD _ __ _ �_ - _ —-- --""�_
t•[ {«ab.[D.t[`.Y�«tD AI�Nt f(DmRO _ �
CfOq f.1 w.•• . it �p+
1 3. fwKq[D MH S-.., f[ G[.M >- Y!C•r}mbl JD�N[ O h
� w- 192 ,
uvr WATER MAINS
VERTICAL SCALE I'-!'•s' S 1 W 29tp ST. 1 1. P PRJjECp
E PROFILE
1
— I
u
N rl'e�eal l..J.1 IN INN - .- - _ -
t aY aaaA N'•4'a. rp IYlI IN•!C 1p ata.Rl.lu M•N !Y•�C Ra IYI4LIAL N.N
i !a Vl.Yal Nui C Oaq
�av m..i �i•4'fl •wa wn _YMRt,4i r tW MWa
■{ -�14r M •�M• t-4-CI RW p{1 }�-�11Ia pl.iE,4i! :•v0,nM�I IY.I,a tWr • !
.^, A-•8t-t. •• aM , li'YM Mi Ni H11•a'allN a\ai c: •v H• iF1'•a•!1 tla IwaK,.!!•U+M
a:rfua Y.R 1 atiN-f.: H M I t.KW wn a !•Ma•IN:
..»i, aW!l4,.N.N.N>„ slrut �lPHASE I —END— I PHASE I — START— " "Aa ':le.„,
i• �� N CI KN ti•, 1 N•NRl Wits coal
aH IN to
wYi. i ..1 - t•\
1
It
_ _ ____ e __ ___
\ --�4- '1 �---� �_�-- �— _�""�'_—__�r�.—--+�-_ ��--- j. a - .
3l�
RK+lW1. o n• u.a• nn <eY< a.•.. +
1 � a . t , •ei j I
mwaa RR EASEMENT _
'r
off III .. .N err... \ LIND AVE. EXT .. _
\ PLAN
r•---- ,Z 1 NO.IION TAI SCALE i••40'
. Ywn 0.1 vn re s • u.0•• \ swu ntr�.ata •L.YaE ..eY au .••a:.!
33•00 34.00 36r00 16.00 3710., !. 39100 - 40.00 41.00 4E400 Na00 44400
r
S4;00al ia.ai a _-u m�.
� � Y I
i
PHASE I PHASE 1 ;
a+ld �.•.m 4V sw
VERTICAL SCALE •I'•S'
LAND AVE EXT �,.•*al•., .* ; }'
1.•"�f. CITY Ot RENTON
WEST d fL OF RIGHT OF WAY - --Ly\ i .--.� • r•o._`c we..*
PROFILE _ - ?�*•`` LIND AYEwS. I92 WATER MAINS 1
PROJECT
I+v .. ` ��--- '--__^.- Yi: ....•.ACT ta.na
.t.
L_
IrtaYNN[aVuwl.Ilaal.N r >Q ( .rfr •.r..aaN �iatia'a, Kiwrw,arf .MY p
E la Ir i, hYY WI
1 ., an �'e- I A' r
V.tarrr.,III V • I 'N'HRr L'. •I,,fra P• I
1 war or •re •M�I , /�`e,w nR.vraHr
J pf' oyr w.i fttr Nu. NiN it iU • IT. HU4
.e aa•r em.n , ; { ]1 1 (-tle'e
ae. M.N.,14
-crt e. rncl ! \ :• , I' // LIND AVE S W
L
• . ausw .� ! ♦ I I_ a i` �Z ,•• .tL-1
R
�„ r11140
ft�i+`Il{ . • r . I � �`� (1_ Narau Y, N u er .M / I ; 30' RAIL Ao EAMENT+ 1'
rt. i,w 1 �-L_._ .1--_� .. I 1
e'al.alr lrr. / / fW 1 r,\ _ �-r T'� __ •.r — t —f
POISON[Me wIww 1 NS eYtTaIIII Ja1.fH p•ee N.r<I i �u� '
1 [ v { It aY.R1�I.� Nrr
N"R,V r•aH awl,S,• tear W ' i -i �fCi - i sr p...rl r
... - �v . n y v It" ssa, v vuar ' I Zc++wa.n,r
`4 [. i 1.1�. ('I I . J f1. J *'..ft Mq IYII . M Y Yve.11l yf• rq
�YYt . CIr -..: W �yf a r.� t".:l c, sv W. fe-M.x�. c I. er i
a.. I UrI y 1 T W ' : e.r..a oy T .. ; ._:-4 p
ar•�r t.alws:.r...era u•m S ..ttt 1 __ Z tW�' v r .. .I {- ' . _ I.-Iii... \
arras ay,yawa •la1N ra•aaa, all n fr t-le'cr.w tr.l 4 �. h alt an Q 1 r j ..
eLrMr[ Rn.rV /
ii bap •4•t :.. Jr.m•r /- III• {'� a]a Pxrta
err aPu v ,•uV Q �' m,wc ein.r
W 96 • p ..c. .na ro tram LIS LIND AVE. EI{T
*OTC•
ra a►T_IR% A0, Ot LINO AK a,r. tir r ro,c wn,Nnw r�Y Wwrn SH,rour par can... PROP ;»t e. oarwc In`w's�
MCA ta. 1f1A ET. ID SEATTLa IWEN MA N,N � I I k18HT OF WAY PLAN - _ •*» eS. 1Nra _- �
0WtZOIITAL SCALE-I-40'
:s
tt•oo ta.00 xN[,ao ta.00 ztaoo nwo xt.00 tt.00 aoaoo x.oa ax.w aa.00
to
•rrar t _�
-------------
to
�ce.r,.nau
r�
my tea, 0#1 "up 1111all
__
' ran. ELK on _-__-�___-'__- as •.tr •ue Ba
p, S: War,.r.a wra.rt--_ Y� i �_ ( .e. r Ulm"
><
- r••Taa a.' MC.R.N[laa.fia ,r•r. �-� 1 � � I• K. curt.. arv.
1; ..Tea M» l III M•s"I"a 1. 1•i
.*,cam ..,I. NI. / fa sawamax av
k f "It ....'Slab If aft •Qaa'
NI•Nam, SMy. J
- ,l N•TAtNWr MIq H449. at-• ��_� WT,amI" tN' w,[ .rtUY.�. o�K O. r_• 1 .
i- YN[al e•aN[ h•.rO,MU trail I'm - M.YNa n.. H Y W40 ..IW 1
1
Y 41• 1 ,O .-t COArOeCipy ,161y
arlaa 1e Ia"law "M 1---- -tl itol.c a•!s M.t , y�yi; _-_ -
� . A� C
w ll • if '+.Tpq
..a, ae rr P
rfl. ,. wSa .uxnr -„
VEIITICAL WALt-I'a a' v .N'.eaacut LIND AVE. EXT �. w 192
s ! UNO M E OTTER MAINS
RIGHT OF WAY PROFILE
f
T I-
� ♦ � u{r.ellfl. L4 «vfO- �[['c.�•.ua RAW �wr..fu ,..•a x T
g • M « :[a.i it T«IYtR),fM ••.« l{l. nW lYI IJ« b
< � l .•.[n.na � rw,,a lr.wNa.7,
li
Ones a,n\tw
.a«
n ww i
wM -
r flgv +nllf Imo '( wR fW .NU Nifi UHCbWIwM«.tU1.fw WHf,[.a a Ma. c• wf INl f
i« .NO Kcl c«a1 tY...l tw
"..a rv[i IVLr r4vff IY.YI.T. 4.a tt.w• '^� --yi.r Iq.aA Rf gafD Swa•4tNR•)•t l.
MNS Y YyL I D a,1/D .,Rr r w0., �Y�Ni aubD.a. h/Y. NNSK, •/w aY..yl I II i t� .wt YA, WT i
_ e St OI MS 1.\. �'-'- �-J rV,V11f •ni wt N.\f
�� - (N•DI hII • \I �
F N•<. RM'wAI .S' ., •... :' f41 t. in IY.at.fla 4.N,/:
• I Saaf WR1 __ V
17�1 i :•L.YI
`M arlr VAIN* bAl,fa :ta« �. _:_: S ••-.1 ,fi�l e'( h.M YW 1 1
P_to f+nsf .,n, v wuL, r••,n ..n ..w.. I
CMA:B•IEL aloRlzownL x►LU1'•40' .Novo...
E ..aw ...a.« .•e wt LINO AVE EXT
ROTE WESTERLY 40' Of LMD AVE SW R/w NOT ROUNI ED 1
.AST RIGHT OF WAY �L Ati FRO11 SO [%M ST. TO SEA77LE WATER OWN R1W
m ln.« nm
zs
10000 11100 IefCO I}OO IsaOp IS100 Isa00 t7.00 IW.00 ro.DD I I 20a00 EMOO g Go
' __- __^_____— ,•Yea f to i
1Cr Dr Ain [ ■ OD' ``' 1
Y_y- ,
"no la on "Vace
M ro w f[fWw 1
1 1a �' • ,
ex cw SYRIAN al
N« r-• -.-�. [. nr ,.«Ran• S 8$
1`{1 W.«•MCw IRA qr •o as
` I fn,al SLf R 1. Olaf
't'' .rn alnw'r r•w a . c \ERTWWL SCALE 1'•S'
O cw,wt. ..0 « r,D...tn r•,w _—_- - 6 !h!O N
.D . 4 OYL WCtgw
W
LAND AVE EXT. '92LIND AVE S WATER YAM
' EAST RIGHT OF WAY PROFILE _ PROJECT
a•
r- ne
ram._
2 PHA:i L t - START - nwuta.! tw ppm! vw r\w!» r•.IY trN�a( .c.w MM
• - t-A C. htlN uw
V. {t{IN "INSTRUCTION • {01 0•IT
. s �1q atRtlW exl.U• ,lla. 11; I�: r•
i`•'
i
ta_{•O6 LIND AVE. S.W. '- •_-_ .-i�.___._._._—.
i 13 �'I 'ram C,URI4l .JI• )1, '.v- 1.91„{
�+•oat l([IYnIJ...•0..1 "Kl(C,H[IiFM1L..•Hft w',i C�iR twW1 Oa pM j
1 i.•t[ 1w,
II\.Y•1 ( t iY IR.NI
C, .YR[I.•11 i Wf v4vl11UMi
�.•' ] \r WUR. YC 1•L,K lYA i C .lIt '. 1 1f11M1•Mt Owe Wv00�1.
' N.1!'up.Sn 0.11 !tl W( qH 101•Y I'•bY Its, •+�~
s�
y � I � N .. •.w•w••+ or ,n l,ew I
_ • re „ u\t n f f����
i c
�• � � M004010TI4 SCALE•0•40'
31: LIND AVE. E%T.
tO m EAST RIGHT OF WAY PLAN
I
AV Y'
I
26
0.00 I.00 2.00 3.00 !:'M 6.00 {!Op T.00 6400 9.00 I0.00 i
\_ I
AA
t0 n .i c, ••tom -_-- �_�_``__�— __ - •,.Iq __ __ ___
-- -- I :_lt i..m a•n u. _�
is I u.Y o.+wlC __
,(w .:a I1A ..q• ..,,
10
a
VERTICAL %CAI[ •1••a'
LIND AVE. =%T. I LINO AVE S WATER MAINS
PROJECT
EAST RIGHT OF WAY PROFILE iy_ �.GIZA*."
y: �4
Aa
IMEF
+ FORYOST YCAESSON•INC
A !Rr I.. n..,. w.,.. a. a FRAN) EDWARDS JR
f - L'YL, AVE. S W 1It
1 -
�, ,:• � M%w N w011w)r tIIIE rr[1 r o r:x •r r.w Ui, .�tl aae.I —.—_—.—. -- ^ I
old
HI OT
-- -
.� ,
alEr off CORP ayj OYT or RtRtON\ . !
22"
C.
NAK! PW hN- ' .J "1i I Y•, )l�1N.w•.. 1 yf M�W t\.q uC.a come, )A H Orb �)c.. •. f
3 _ m 1...0 W., w„ d.W-. ' i THE AusnN CO
H P li. r.M N✓
w.Y M M P
If e [
f I
YPIC PIPELINE CO f
GLACIER NIIM INC MOBIL OIL CORP OV 1
MICM .i rOOf OI ■■(j •I
f \ , Y .1ra••ucxrcrr ).. s.x v., r ; , .'� _I 1:, nr�. ri �-. . . . .. .v.. .. .!s� I a
- \
INk
•; 'j�) III ( t -_L�N✓ -..QVE W`
' GLACIER PARK INC. "' A
N
GULDEN GRAM MACARONI CO ;
PHASE I PHASE I # irf Jw
- .. •, TYPICAL ROADWAY 9 DITCH
X -SECTION
1-7
I
OI rS• I'RO•�` —
OEM—
EASTSCALE I'•10p'C.. to a•re se.. i.1 HIGHWAY
DRAINAGE STRUCTURES
_ & ROADWAY
.era Porr.T .tu)roN r:u PIwMr AR nu
CITY OF RENTON
oo swTwu) of tNrawturwr
LIN" AVE S W W WATER NAAS PR4IEGT
Fr.» 1W I{W Sl r
�t W Y[Rq
■
iI I jNt:1W1.1[x[LLl'.1 .rxm
f
LIND AVE S W
I ► �.. ..��. ...
I / � EMBANKMENT TYPE I .____- _`___. .-a?uu .c. .• 1_ti��_.___- �_��g.cr.. ..�
i
x-9ECT10H
STA 2100 TO IHl• I .tYdt■!!Y�-i rlrx .xxm
1 I r
K0 hN �� �r—FM r.v .u OU flll /- YMIt�,Lu ri�np
--__L.�•.� i -. --alp "NIJ E�u[su _. `_ _ — I i / ' I EMBANr IEt'T TYPE a
IIII pp J ` .-SECT. .1
FROM STA 34111E249 10 A•1l4 RS
LIND AVE S W i f (1 i PHASE _
� l
I
�.___ -. _." t!ul• �9 _. . aur_] .. .•c. _- �-_"�.�'.�+y}�'YFw�T I_I �w oa —
HORIZONTAL SCALE 1--10•
__iw(•�ct .tI(F-1 L" • a gO VERTICAL !GALL•I'•J• •_ aw ...-., ;ln. qua •not(� .
� ^�3bY9iti�]!_IEoo' \ � � 0•.. -r t. , . �oP
EMBANKMENT TY
2 PE S
/ EMBANKMENT TYPE , ■-s[cTl[N
rx - %-SECTION r tF"M STA OO.OA TO. 13140
FROM !TA IHl[ TO 10140 `� PHASE Z
vl
Ft1AS[
i ;� e.ry nW .qoo otB .r4 +1
_yy'T`.4`Y�.+��.�RCP-Tl�sv"��� � _ .f.P .�. F�3.A ... .� .. �A `•T"-Ji^
C,1$ �i :pY • ^•tail Yx Ai aYN.tYII
•C( ] 11]x.r.r .Gtl]] %1kYlR.
LIND AVE SW SW 24th ST
[t ;
_ � ___ qK fl.«.0[ _ q`!tl .Ptd '_ e���w r rsrr.rwM_. .r.t P•rI 4 r..i.r
fk �� EMBANKMENT TYPE 3
` .M eur rrl.W t' .»r..yll»IIIM•�M p.r•1. _ a i 4
pwo ETA 20110 TO 36•E2 S
W W tr•r.i ''Al\��41N
RAME I 1. MW.x1•Yrt ar •».�.:.1 wM1w r»»
\ h 1 abet ti Rr». EME%NAMENT/ FILL
»w, ...••. .,., .>. IM»u. rya
i i7p[iSFf�[ts'A�3v'+lc"+lri9lpG�R1F'KII■!�},1: ! Twfw�W�P/R7c --- R..»r.»wuw u.r 9..I I+I•w� R�••
( CITY OF R[MTOM
JIM: AIR__--- A"A VP , EMBANKMENT DETAILS of .uPIH(IRxM
lo..a
TYPICAL X-SECTIONS LIND AVE SW WATER MANS
PRCUECT
LiND AVE SW
■
ry[
II T +
I m +• + .,.• a.rr FRANK EDWARDS JR w» C? !
EMBANKMENT L ••.•••w ,• :w\ W
R7 Lirl \ TYPE it
LINO AVE SWL 11 il
,
SIX
w ♦ '"G+"FR�Ai.[+�+•...x+ •••. .^yes•-.-.r')+�'^^'J."'.rER':i �!.-r--ryywy..wgRy
..•-ram
} If N
lE -I
GULF OIL CORD I ]T'. OF RENIDN
7L,
THE AUSTIN CO i
EYRARaR1EMT !u o.00 E 1 I
a•.l Eo.ro' Ials•• an.^c51i"A 7711E 1 —__.._._ .,
[MBIMNYEMT I
SPECIAL {. .,...' r an x.P . . [•i
3EATTLE
MAGI e i
KING t¢
f i WOOL OIL CORP COUPIC .I.ELINE CC
GLACIER PARK IMC
ITYPE 4
j r
• EYRANKYENT TYPE ] -- — ---_ �.
Qj{ E MRANR M!N t 1
to � •II i% I j y. .-_ _��.
3 L I N A V E S W
GLAGER PARK INC .•. .• A I c fI 1
me s s
yyy
[YRANKI ENT GOLDEN GRAI% MACANOW CO ;
D uan.sw.an+ [
PHASE I PHASE I
--' """"•^"•' EMBANKMENT TYPES `
aa REFEI. :O CROSS SECTIONAL
PROFII£S+ ?EE SMEET 6
ti'' ' ,. •••.. FOR TYPICAL I'ROSS SECTIONS
I
an .a+ao 4( u. ..~ ry u..• SCALE ice• 100
}; I
EAST VALLEYa HIGHWAY
•_� _ . .y [,.,+ EMBANKMENT / FILL DETAILS f
..an sn +a-a -T.ems'.Y.---• -:w � _ _ _ -• .. .. �. cilz
CITY OF RENTON Ov.w+w[NT OF A.AIRRWW'..
UNO AVE SIR WATER NAME PROJECT
Ipw SW 140 ST 10 E AI Y
■
roRNnT NekesoN,,Nc
�I
�w .• w R.wx FRANK EDWRROS .IR
i t
it-
G
• •• I O GULF OIL CORD
w INp • � qTv OF
R[NTON I 1
yl„1,• 4 f SCHEDULE i !
THE N1ST,N Ca,. F 1 I I
f I „ •• i
s�
SC H DILLE �.Y..w •' '
2 A 8 2 B
j
I i !
f YOG:L OR CORP OLY YNC RISF UYF CO I
I GLACIER MAN INC �
I SCHEDULE I'I
j SCHEDULE 3A 8 38 6A 8 68 ;>EI
I SCHEDULE —i _!
:I
I SCHEDULE 4 --
I _
ICI III I LIN AVE S W
GL RCIF= !ARK INC. � ••,••• ,
j I F•� � ' IN
r �N •.n..<s..,uw ..wn.� GOLDEN GRAN MACARONI CO ! ;
i PHASE t PHASE I R IYf.I
r 1�.. ••n. • .•..... SCHEDULE 2A B 28
i
I EAST—YALU HIiHWAN
a-w-•''•��`i��r Ywc_._ +.' _ _ _ ,� dIC SCHEDULE INDEX
P��1 • CITY OP MENTON
I > ' ptr•urYSNTf eur Ewe.wRRR.wR
E UNO AVE E.M. WATER WA IRS NN)J[LR
ftem EM 1EU Er I V
I '
I
i i e � '.) IOR11077 WMr 530M•NIC Ni
1 A . r. n...• FRANK EOraROS JR f •
� • � i3 �^ a.Y1ww ,.. p•' a..ww •. .+ > ci� 1 ,"aF♦
[) Y
4 ro\\LIND AVE. S.W.
! y SMFFT N0. :0
-� I !HEFT NO S
1 _t
• •++.� i1 4 E ! I� FOEF OIL ORP. rA UTV OF RENTON SHEET NO a
i
THE AUSTIN CO. " •^1
.EFT 1l , � , - •.
+-0CUMF CO 1
{ alatSFR PARK IN;
SNEE' NO 12 \
- 2
� 71
# •� II - a-- .1
UN AVE S W
1 to II. I R n I In
'SHEET NO a SHEET +:O c {Y��
�1 OOLOEN 6R• N M11L11ON1 CC
Iy -n"ASr • n N
'i
EAST-VALLEY
„. ..< .�• .;L.- c'_rxKf�-.-_ . -"� _ � d`N'a :9CINITY MAP �
1 - jptCCi+•'y CITY OF RENTON
I, i`p !: � Ra..KT YFwT or aNR:Yaa R:No
ilNo AVE s IFw w.IaTFR raw! FROJECf y
FrM SIR 16* ST 10 FFRI VFRq
'4A •m• wear ..✓)
r�
I `
� 1
I
Oil
o �+
l/f3� tic
-L IW
`M
`r .
`7Y7 � 1/
r>
z �fj�y� on9
✓?1(4 / ✓
�si•d .4i.it��� � o�p r/� /
..�,d .••mod � ,��'7
4Prh00 L - n�h ���
w.._
r�
w = r8 4`i-! L.u. Irz�� vrl�w�
Lf
■
l / TY
2 • 73" (.
�rw /t ta+..4e
;OLL
try -2 d " — Col, SJ G Ir
Us,� z / YS fl�yti �tsc, 04,/
�L�tlo,
rx Pore
4
ZV��
_ 12 9' /�•
■ r
,)..*.. Pcmcw, = 70 ps t Zo ps; +
ram pc.
L 7 q3 .33 • 25
SRj ?NsiG
�a 12S ~1
G/S'
60
90 1.97
1Z.o 2� 13
I �� 7 ,3S
� ,Kam+ i�a r `' .�.., ��-.: sY .�: r ,.�a�A.► .�.. .'"1-=... r.•a a. :d_r
.i)
i
_ Z3 .y3
Z'3 5S
23 /3
:fir
aw.Ylr+r►'Mc++'�„.Y�ar r. rY :kr. A• r ! 'A Mii�+rW�I....�`'�y L.°�4:r�_r's .►. .A:;t. k
11
r
1
j
�L
i
• � �, t� �•f�"'-'S"� ^T'h�.:' yt ,�T.. ?. arc .N�:s '�
1� _. .x r N:d" �.�YL to . .. a •'.r. .sY'h` Y 4..�..y Y .. � � �.1
J
iLl
■
• 7 -7G 2a.9 7.
I J y93 'J. s
t i
r
41. -
I
� 57 , , ,ems irp_�` 1:,..�
c
-yr
.► -,r �+zl.. ,ram _ MEN"
4 fib
r
I
I I
I
+ I
i
e
M
` c `•t„'�.� it .. -v."v.:_ � Yana;b are-h n. - �w _.i ,�:.;,•a+r. .:aS�Y,: �a
^•-..+-,"'''fir l.,;ti• Yv�. • ,. _..
n
I S
i
-, i .+ Y _ tau w� ! L 1��. �� c 2 � M.•1
1 ,
i
I
,
�:�..
JI• Y
j 0
Guq�tr
Ci
Aw
N.
• i
wy
ry teWR
a,,
i.
sf/� � ;r Lt , r
y,
. T7
ii
„i
,c
LABORATORY 'I7m RKET L
j Lab. No.
Cample
cont. No.
Date /
Aggregate for
S12rs Retained Paecing Specifications practure
Fibs Grading (1/4" Minus)
a 21—Lbs. $ U.S.No. Retained Passitg
410
lb
20
30
50
1 A 200 „ rq
pan
4 0 i. „ - e /� $ Total_. Epeclf
1
50 � i_,� _ ^rganic p.p.m _Max.
Sand Equivalent _Min.
80
200 „ 4• < Fracture Pine__ ,� n•
Fnn� " $ d Silt Text
Tot_ Moisture Content _%
Coarse Aggregates Specifications
Wood Siaste ¢r � Max'
Fracture % Min'
.��`' CSM?VrA'PIONS
L I ND AVENUE
UPSTATE CONSTRUMO1, INC.
EQUAL EMPLOYMrWT OPPORTUNITY
AFFIRMATIVE ACTION PLAN
Page Seven
o. We agree to solicit bids for subcontractors from the f ' lowing
minority subcontractors in the following indicated tradws:
game Address Trade
None
itvsults of all solicitations will be maintained. We agree to
notify the following minority contractor associations of sub-
contract opportunities:
Central Contraotors Association
Results of the aforementioned contacts will be maintained. We
will post and maintain EEO posters at the job site, replacing
them if damaged or des'croyeC.
We will file EeO reports, as required, at least monthly with,
proper department. We will require the same prompt filing from
each of our. subcontractors.
We will file and will require. subcontractors, suppliers and
vendors to file such other reports relating to the provision¢
of the EEO ' '•ause of the contract as shall be required by the
contracting officer, the administering agency or by the Office,•
of Federal Contract Compliance.
TRI-STATE 1OIST11117105, INC.
EQUAL FMPLOYAENT OPPORTUNITY
AFFIRMATIVE -XTION PLAN
Page Eight
We agree to abide by such regulations of the Department of
LaLor and other such agencies as may apply to the equal employ-
ment opportunity provisions of this project. The President of
the r_orporacion will have the overall responsibility for the '
carrying out of these policies.
We understand that violation of any substantial requirement
-� of this agreement including failure to make or require a good
faith effort to meet the stipulated goals of minority utili-
zation in each trade, will be deemed to be non-compliance with
the Equal Opportunity Clause of th- contract, and will be
grounds for the imposition of the sanctions and penalties of
{
Section 209(a) of Executive Order 11246.
We understand that the failure of a union having a collective
Larqaining agreement for exclusive referral to refer minority
employees, will not be an excuse for the failure of the con-
tractor or aubcor.tract)r to meet the goals stated herein.
I accept and agree to these provisions on behalf of Tri-State
Construction, Inc. I am an officer authorized to make such
commitment.
TRI-STATE CONSTRUCTION, INC.
959 - 108 Avr ue N.E.
BFL vue, 'ash Agton 98004
Joe Agostino
President 6 EEO Officer
Date- November 6. 1974
�L.
TRI•STATE COISTRUMOY, INC.
EQUAL EMPLOYM^NT OPPORTUNITY
AFFIRMATIVE ACTION PLAN
Page Six
h. We agree to raake specific efforts to encourage present minority
employees to recruit their friends and relatives, as follows:
1. That the Corporation' s EEO policy statement is posted in
applicant and employee traffic areas.
i
2. That all recruitment sources are aware of the Corporation' s
policy of equal employment opportunity.
3. That minority group employees are .asked to encourage friends
and/or relatives to apply for employment.
i. We agree to examine all jobs and selection requirements and to
insure they are valid as being essential for job performance.
We agree to validate all pre-employment and pre-promotion tests.
j, we agree to develop on-the-job training opportunities as
possible through apprenticeship training programs with unions
with which we have agreements and/or those which may become
applicable in the future.
k. We agree to continually inventory and evaluate all minority
personnel for promotion opportunities and to encourage minority
employees to apply for such opportunities.
Job Superintendent and/or EEO officer shall have the responsi-
bility for accomplishing this and for keeping records of con-
tacts and efforts.
1. We agree to make sure that seniority practices, job classifi-
cations, etc., do not have a discriminatory effect. The
president of the Corporation will be responsible for this.
m. we agree that all facilities and company activities are non-
segregated.
n. We agree to monitor all personnel activities continually to
ensure that our EEO policy is being carried out. The President
of the Corporation will be responsible for this.
Tei-STATE CONSTRUMON, Iff.
EQUAL EMPLOYMENT OPPORTUNITY
AFFIRMATIVE ACTION PLAN
Page Five
3. `otifying and discussing our EEO policy with the following
subcontractors and suppliers:
Per attached letter to Subcontractors and Suppliers
1
r
4. Reviewing affirmative acti.)n plans of the above subcontract-
ors and supy,iiers periodically for the d .ration of the
project.
Per monthly EEO Reports as required
g. We agree to make specific and constant personal, written and
oral recruitment efforts directed at:
1. Minority organizations, as follows:
United Construction Workers
Central Contractors Association
2, Schools with large minority representative as follows:
Not applicable
3. Minority recruitment organizations, as follows:
United Construction Workers
Central Contractors Association
4. Minority training organizations, as follows.-
United Construction Workers
Central Contractors Association
TRUSTATE COMBUCTION, INC.
E'QUAI. EMPLOYMENT OPPORTUNITY
AFFIRMATIVE ACTION PLAN
Page Four
3. By including in our annual reports the fact that we are an
Equal Employment: firm, the above action being our intent to
inform employees and applicants of their rights under the
Civil Nights Act of 1964.
4. Conducting staff, employee and union representative meetings
to explain and discuss the policy by mont.)ly iobsite meetings.
The meetings will be conducted by Job Superintends t or the
EEO Officer.
5. Specific review of the policy with minority employees, by
posting on bulletin boards at our office the results of
meetings and by attendance of monthly meetings.
6. Posting the policy will be accomplished by Jo. Superintendent
and the EEO Officer
7. Monthly attachment to the employees' payroll c. ecks advising
them of this firm's EEO program. (see attached)
f. We agree to disseminate our EEO policy externally by;
1. Informing the following recruitment sources of our policy
and discussing it with them:
United Construction Workers
_ central Contractors Assoriation
Trade Unions with which we have agreements
Associated Cencral Contractors
2. Advertisements in the following minority and non-minority news
media. Copies of said advertising to be maintained for review
by interested parties.
Daily Journal of Commerce
TRI•STITE CONSTRUCTION, INC,
ROM, EMPLOYMENT OPPORTUNITY
Ar•'FIRMATIVE ACTION PLAN
Page Three
Trade Unions w.th which we have agreements
United Construction Workers
Associated General Contractors
t, b. We agree to maintain a file of the names and addresses of all
minority applicants referred to us and to show on the retort] wi,.nt
action has been taken with respect to such referred applicant.
If the worker wus not employed, give reasons. If such referred
applicant was not sent to the union hiring hall for referral,
give reasons. If the worker was not accepted by the union, we
will record the reasons.
Payroll clerk shall be responsible for maintaining the file of
applicants which will insure names and addresses and results of
referral,
C. we agree to immediately notify the general contracting officer in
writing when a union with which we have a collective bargaining
agreement has not referred to us a minority worker sent to the
union by us. We agree to immediately notify the contracting
officer in writing when the union referral process has impeded
our efforts to meet our equal employment goals in any way.
d, we agree to participate in one or more of the following con-
struction opportunity training programs in tho area:
prent:icesh training by aDAli^able trade uniji.v and assi.nted and
maided by the nsse ited Cenerat Contractors
e. we agree to disseminate our EEO polity within our own organization
by;
1,. Distribution of the Corporation Fa4� F7nployment Practices
Policy annual report.
2. Ay including in any publicatioP or advertisement the fact
that we are an Equal Employment firm.
TKI-ST:ITE C.ONSTRCITION, INC.
EQUAL EMPLOYMENT OPPORTUNITY
APPIRt•UATIvi: ACTION PLAN
page Two
we agree that any violation of such conditions by a subcontractor will
t;-� promptly reported to the contracting officer in writing by the
prime contractor. We agree that failure to make such report by the
prime contr.:ctor when a violation has occurred will constitute a
violation of the contract.
We will i,sc the following listed construction trades on this jnh:
G-1 erat-intj engineers
I.abore"e _
Th. workmen for the trades listed are members of local traclo unions
indicated:
OP erating h7nineers Local 302, Western t Clay, Seattle MA 2-6180
Laborers IAcal 440, 565-13 Avenue Seattle FA 9-1540
Teamste�e t,c,cal 174 1900 Airport Way South Seattle My) 2-8212
in compliance with this agreement, we agree to make every effort to
find and employ qualified minority group journeymen. If minority
I ourneymen are not available, we will seek and employ minority
trainees in pre-apprenticeship, apprenticeship, journeyman training
or seek the cooperation of the union local to establish training
programs.
We agree to require each supplier or vender of materials or services
of $ld,000 or more to certify to the maintenances of a written and
signed affirmative action plan as specified in Title 41, Code of
Federal Regulations, Chapter 60-1 and 60-2.
we agree to specific affirmative action steps as follows:
a, wo agree to notify the following community organizations that we
have empl�ytnent opportunities available and to keep records of
such notices and any responses:
Central Contractors Association
T!;e p,eattle Plan (Director) Glen % akely MA 3-2166
r
1
' THI-STATE C0.1STHI CTIOY, INC.
' 1.�enna� rontaNainr�
1150 1",n AVE NVE NE MLI'EVVF Ww.niN4'VN 9M(1.
b' .EE.. .bbt!$, • WA111F 63f1111
EQUAL EMPLOYMENT OPPORTUNITY
AFFIRMATIVE ACTION PLAN
Pursuant to Executive Order 11246, as amended, Title 41, Code of
Federal Regulatirns, Chapter 60 and all orders, and guidelines issued
thereunder, Tri.-State Constructi.,n, Inc. submits this EEO Affirmative
Action Program to comply with the EEO provisions for the construction
of:
.,, S.W.
_.Lind Avenue S.W. - 29th St. , at
The commitments h..reunder are made in consideration of any award of
contract on the above project to the above contractor.
We ae;ree that during the duration of the above contract, the total
minority manhours of training and employment used, expressed as a
percentage of the total manhours worked during the performance of
this contract by our entire workforce in the herein listed trades on
all projects within the area covered by the EEO bid conditions of
this project (both federal and non-federal) , will be as follows:
(See attached craft manhour breakdown sheet) .
We agree that the minority manhours used on all projects and for
each ) rade covered by this agreement will be substantially uniform
duri:,g the entire length of such contract.
We agree that the transfer of minority employees or minority trainees
from employer-to-employer or from project-to-project for the sole
purpose of meeting these goals is a violation of the conditions and
intentions of the EEO clause of the contract.
We agree to require that each -subcontractor must agree to this EEO
program as a condition of the subcontract, and we agree to provide
the original signed copy of the affirivative action plan of each
subcontractor to be used.
T61•STATE CONSTRUCTION, INC.
4. All subcontractors shall be bound by the stipulations
contained herein.
5. he following affirmative action program is in effect:
a. Participation in training programs set up and sponsored
by the A.G.C.
b. solicitation of proposals from qualified subcontractors
' belonging to minority groups.
C. St:eking of labor contract terms through the A.G.C. which
will enhance equal employment opportunity and increase
minority group involvement.
d. In the event nonunion positions need filling, advertise-
ment will also be placed in papers having large circulation
in minority group areas. Also emplcyment agencies familiar
with availability of minority group applicants will be
contacted. All applicants shall be interviewed personally
and be hired upon the basis of qualifications alone.
e. Since all hiring of hourly wage earners is done tl.rough
union hiring halls pursuant to valid bargaining agreements,
this company, through the R.G.C., has notified all unions
that it is morally and legally committed to a policy of
non-discrimination in employment.
f. Soliciting of referrals by other minority group employees
already on the job.
g. All written or printed advertisements published by the
company shall contain the phrase, "An Equal opportunity
Employer- .
I4/ i►
oe ostino, President
Subscribed and sworn to before me this bth day of _Novemher
19�• �
Notary Public in ant for the State of
wash:ngton, residing in Seattle.
w[b. a.oaob Yrr.ea
..Luauaa L•91t1
TRI-STATE CONSTRUCTION, INC.
Gj'anna� C�Yntm<tiny
' lYl. YYiOO[w.• MOY.M •Lbi tl L. w.bn naL.ON YYIOb
Subjects E.E.O. Program
To Whom It May Concern:
4
1. As an A.G.C. member, it is the policy of the Tri-State
t Construction, Inc. company not to discriminate against any t
employee or applicant for employment because of race,
religion, color, sex, age, or national origin. Additionally,
4 it is the policy of this company, within the boundaries of
its authority, economic feasibilities, and limitations to
take affirmativ^ action to afford equal opportunity to
qualified persons and to participate in training programs for
members of minority groups through the A.G.C. or otherwise as
approved by the A.G.C.
2. In order to secure compliance with the above policy statement
and wish the followin3 affirmative action program:, Joe
Agostino has been appointed as E.E.O. Officer of this company.
His duties are:
a. Indoctrination of personnel doing the actual hiring of
employees.
b. Administrating of the L•'.E.O. policies and reporting as
required.
C. Serving as the company' s representative in matters of
E.E.O.
d. Recruitment of personnel of minority groups within the
boundaries of the above policy sta=ement and the follow-
ing affirmative action program.
3. All staff and supervisory personnel authorized to hire,
promote, and discharge employees have been made fully aware
of this company' s E.E.O. policies and programs.
"An Equal Opportunity Employer"
TRI-STATE CONSTRUCT106, INC.
Equal Employment Opportunity Program
Prequalification Statement
Page Seven
S. progress results relative to securing minority group
subcontractors, and
6, progress results of subcontractor' s achievement in
pursuing an Equal hmployment Opportunity Program.
These records are retained for a peri;d of three years
following completion on each contract and are available
for inspectior by autho. zed representative or their
agents of the Department of Highways and t ,e State
Highway Administration.
b. This company agrees to submit to the State Highway
Department a r,ionthly report and thereafter upon request
for the duration of the project. Such report indicates
the total number of employees and each work classification
and the number of minority group employees in each
classification as currently engaged on the project.
11. AFFIRMATIVE GO:.LS
a. On any project over $10,000.00, it will be our goal to
employ a minority trainee on the project.
b, in the event we sublet work, we will try to obtain and
utilize competitive minority subcontractors.
c. We will have minority craftsmen at all times.
d. We wjil insure minority promotions in all construction
crafts.
Signed �Z
Title President 6 EEO Officer
Date Novera�Ar 6, 197•'
TRI•STATE CONSTRUCTION, INC.
Equal employment Opportunity Program
Prequalification Statement
Page Six
I
C. This company accepts its responsibility to assure su:-
contractor' s compliance with the equal employment
opportunity provisions of the subcontract, including the
subcontractor' s prequalification statement as applicable
1 where set forth by Section 10a of this prequalification
statement.
9. PROGRAM MONITORING
1
During the progress of a given project this company, at
fairly continuous intervals, holds review meetings to include
representatives of the subcontractor and representatives of
organizations directly concerned or involved. Such meetings
are to monitor the project equal Employment Opportunity
Program and to affect changes therein which, if approved, will
achieve practical results.
This company requires participation of subcont;actora in all
aspects of the equal Employment Opportunity Program by
inserting appropriate language in subcontract documents.
10. RECORDS AND REPORTS
a. This company maintains suitable records end permits
analysis of its Equal Unpioyment Opportunity Program.
Such records include:
1. the number of minority group met-bers in each work
classification during the specifies period of contract
performance,
2. the names and addresses of minority group applicants
that were not hired and the reason therefore,
3, progress reports relative to rooporation with unions
to increase minority group employment opportunities,
4, progress results relative to !,-. ating, hiring, training,
qualifying, and upgrading minority group employees,
TRI•STATE CONSTRUCTION, INC.
Equal Employment Opportunity Program
Prequalification Statement
Page Five
7. UNIONS
At all job conferences with union representatives the company
Equal Employment Opportunity policy is described with the view
to seeking the full cooperation of the union and provide
meaninglul assistance to mutually conduct Pmployee and
apprenticeship training programs.
In the State of Washington all negotiated labor contracts
contain nondiscrimination clauses. This company shall continue
to seek labor contract terms which will enhance employment
equal opportunity and promote increase of minority group
participation.
B. SUBCONTRACTORS
a. This company solicates subcontract proposals from qualified
minority group subcontractors and subcontractors with
minority group employees where available and competitive,
This company, upon request, will give reasonable advise and
assistance to potential minority group subcontractors
relative to methods and procedures to follow in order to
qualify as sub:: retractors on highway construction work as
set forth in Section 10a of this prequalification statement.
h. This company will not award any subcontract in excess of
$10,000.00 until:
1. the subcontractor has submitted Equal Employment
Opportunity Prequalification Statement,
2. the statement has been approved by the Department of
Hi hways and concurred in by the state Highway
^..ministration, and
3. the subcontractor' s approved prequalification statement
has been incorporated into the subcontract as •a con-
tractual obligation of the subcontract.
1
1 SP-29 CONSTRUCTION SIGNS
The Contractor shall furnish and install construction sigi,.; ,rhi::i. conform to currem
1 1971 M.U.T.C.D. Sign No. W20-1, "ROAD CONSTRUCTION AHEAD"r 36" x 36" or larger ,
diamond, black lettering on orange background. One (l.) sign of the type ment4oneC7
above will be posted at each street entering onto the proiar,r. site.
1
All onstruction and detour signing shall conform to Part I'll 'Traffic vontrols ib: �3
Highway Construction and Maintenance Operations" of tha Manual. of Uniform Traffic+ � Tb
1 Control Devices.
SP-29 REMOVING TRAFFIC AND STREET SIGNS
1
The Contractor shall be responsible for maintaining all traffic dn( street signs.
In the event it shall be necessary to remove a traffic or street sign, the Contracts,.
shall notify the Director of Public Works, City Municipal Luildingr City of Renton,
Washington, for all changes wade. when the work has been completed, and prior to
said area being open to traffic, the Contractor shall notify the Public Works
Director, City Municipal Building, City of Renton, Washington, ana obtain his appro-
val of signing.
SP-30 CONSTRUCTION EOUIP14ENT
Drivers of motor vehicles used in connection with the construction oe. repair wore
shall obey traffic rules posted for such location in the same manner and under ch-
same restrictions as provided for the drivers of private vehicles.
SP-31 SIZE, WE--HT, LOAD RESTRICTIONS FOR MOTOR VEHICLE-`
i
All motor vehicles of the Contractor, Subcontractors, and au;opiiare shall strictly '
' adhere to Ch. 46.44 of the Motor Vehicle laws of the State of Washington :1967 Edi-
tion and amendments thereof) in regard to size, weight, and :.oads of motor vehicles-
Payment will not be made for any material that is delivorei 1c d cese of. .he legal
weight for which the hauling vehicle is licensed.
� Any gross violation of these regulations shall b;: reporteo i , -:he ,...ffecced 4ae _
enforcuaent agent.
_ The contractor is to blrnish to the Engineer a listing of all haul vehicles used on
this project, listing the vehicle number, license number• tare weight and '.icensed �
d
load limits.
SP-32 DELIVERY TICKET`
All delivery tickets that are required for the purpose o.: calculating quantities
for payment must be received by ..h:; Engineer at the time of delivery. No naymenc
will be made on tickets turned in after date of delivery of material .
Payment will not be made for delivery tickets which do not show type aL material
groee weight, tare weight, truck number, date and inspector's 1_nl.tials.
Scale certification shall be submitted as early is the project as possible. Rath
weighing station shall maintain a record of the trucks weighed, date and time, tare
ind gross weight and type of material. In isolatea cases whers wcalo weight is not {
SP-9
$P-7.5 OVERTIME: PIELD E:NGINLI ERING
When the Contractor performs construction work over the accepted 8 hours per day or
1 40 hours per week, or on any City holiday, and the work requires inspection, then
the Contractor shall reimburse the City at the rate of $12.Uo per hour. The City
shall have the sole authority in determining the necessity cf havinq the overtime
inspection, and shall notify the Contractor of intent and said costs will be
deducted from monies due tbu Contractor on each monthly estimate.
SP-26 HOURS OF WORK
The working hours for this project will be limited to week days during the period
from 8:00 a.m. to 4.30 p.m., unless otherwise approved by the City.
SP-27 PUFtLIC CONVENIENCE AND SAFETY
1
'The Contractor shall, at his owr, expense, provide flagmen, shall furnish all signs,
barricades, guards, construction warnings, and night lights in order to protect the
public at all times fr.m injury as a result of his operations. If the Contractor
shoula fail to maintain sufficient lights and barricades in the opinion of the
Engineer, the City shall have the right to provide these lights and barricades and
deduct such costs from paymeats due the Contractor.
A plan for traffic contrw must be submitted for. the Engineer's approval before the
beginning of construction. The Contractor shall maintain detour routes and other
routes used by his equipment hauling materials to and irom the area.
Appropriate portions of Section 7.15 (APWA) Standard Spec_fica tions shall apply to
this contract. In addition the following Special Provisions shall apply:
1. There shall be at all times reasonable access to and egress from the
business istablisha.ents and other properties adjacent to the project.
2. All road approaches and street co:mections shall be opened to traffic
at the close of each work day.
3. Where hazardous conditions exist proper signing and barricading shall
be provided as directed by the Engineer. Where designated by the
Engineer, the signs and barricades shall be supplemented by lanterns or
flasher units during the hours of darkness.
4. The Contractor shall notify the local fire and police departments in
writing before the beginning of his operations so that these agencies,
may reroute their emergency vehicles around the construction zone.
5. Any asphalt concrete pavaanent, crushed surfacing gravel base, or water
rsauired for maintaining traffic during the life of this contract shall
be placed by the Contractor, immediately upon request by the Engineer in
the amounts designated.
All costs involved in th� above shall be considered incidental to other costs of work
involved and no further compensation will be made.
SH-8
' SP-21 DISPUTES AND LITIGATION (Cont-)
Failure on the part of the Engineer or his represcntat.ives to discover and condemn
or reject bad or inferior work shall not be constraca is an acceptance of any such
work or the part of the improvement in which the same may have occurred.
To reduce disputes and litigation, it is further agreed by the parties hereto that
the Engineer shall determine the quantity and quality of the several kinds of work
embraced in these improvements. He shall decide all questions relative to the exccu-
tion of tha wozk and the interpretation of the Plans and specifications.
In the event the Contractor is of the opinion he will be damaged by such interpreta-
tion, he shall, within three (3) days, notify the Engineer and the City Clerk in
writing of the anticipated nature and amount of the damage or damages. In the event
an agreement cannot then be reached within three (3) days the City and the Contractor
will each appoint an arbitrator and the two shall select a third.
The decision of the majority of the arbitration board shall be binding up'n both.
parties and stall be delivered before any work is performed upon the feature in
question.
' The arbitration shall be conducted in accordance with the statutes of the State of
Washington and court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the Contractor
unless it is the majority opinion that the Contractor's filing of the protest is
capricious and without reasonable foundation. In the latter case, all costs shall
be borne by the Contractor.
1
The venue of any suit shall be in King County, Washington, and if the Contractor is
a non-resident of the State of Washington, he shall designate an agent, upon whom
process may be served, before ca.mencing work under this contract.
SP-22 SUBCONTRACTORS
A list of subcontractors and suppliers that will be involved with th's project shall
be given to the Engineer for his review and approval immediately after notification
of low bidder status. This list must be received by the Engineer before the con-
tracts may be signed.
,SP-23 CHANGE ORDERS
_ All additional work that requires compensation to the Contract �r for items for which
prices are not included in u,e contract or is not. within the l,mits specified in
APWA Standard specifications, Sec. 4.03, shall require a written change order before
work may be done. The Contractor shall be responsible for acquiring the necessary
change orders that are required by any of his subcontractors.
SP-24 SURVEYS
Section 5.06 of the Standard Specifications shall be amended by the addition of the Al
following sentence: "The Contractor shall notify the engineer . minimum of 49 hours
in advance of the need of surveys".
J
L SP-7
to
a
a
3y
v1Y
41
Kf,
SP-19 PROTECTION OF PURL!C AND PRIVATE UTILITIES Ccnt.
protection of public and private utilities.
Location and dimensions shown on the plans for existing underground facilities are
in accordance with the beat available information without uncovering and measuring.
The Owner does not guarantee the size and location of existing facilities.
It shall be the Contractor's responsibility to contact the GAS rOMPANY, TELF.PRONR
COMPANY, POWER COMPAF,Y, and the RENTOf: WATER DEPARTMENT, OLYMPIC PIPELINE., CITY OF
SEATTLE WATER DEPARTMENT, RENTON ENGINEERING DEPARTMENT, for exact locations Of
their respective utilities. Also, contact the CABLE TV COMPANY if necessary.
1
SP-19 SCREDULINO OF WORK
Section 6.01 of the Standard Specifications shall be deleted and the following inser-
ted:
Promptly after the award of the contract, the Contractor shall submit for approval to
the Engineer a progress schedule. From this information a progress schedule diagram
will be computed, plotted, and a copy returned " the Contractor. Payment to the
Contractor on any estimate may be withheld unti. such a schcx.ule has been submitted
and approved.
Should it became evident at any time during construction that operations will or may
fall behind the schedule of this first program, the Contractor shall, upon request,
promptly submit revised schedules in the same form as specified hereini setting out
Operations, met'.ods, and equipment, added labor forces or working shifts, night work,
etc., by which time lost will be made up, and confer with the Engineer until an appro-
ved modification of the original schedule has been secured. Further, if at any time
any portion of the accepted schedule is found to conflict wi." thN contract provisions
S.t shall, upon request, be revised by the Contractor and work shall be performed in
compliance with the contract provisions. Payments of any further estimates to the
Contractor after such request is made and until an approved modified schedule has
been provided by the Contractor may be withheld. Execution of the work according to
the accepted schedule of construction, or approved modifications thereof, is hereby
made an obligation cf the contract.
SP-20 CONSTRUCTION CONYERENrE
Prior to the start of construction the Engineer will call for a preconstruction
conference. The Contractor and his subcontractors shill attend the preconstruction
conference, the time, place, and date to be determined after award of the contract.
Subsequently a representative of the Contractor will attend a weekly conference with
the Owner's representative to review progress and discuss any problems that may be
incurred.
SF-21 DI.;PIMS AND LITIGAT'fM
Any questions arising betw n the Inspector and the Contractor or his Superitendent
or Forman as to the meant.. and intent of any part of the plans and specifications
,hall be immediately brought to the attention of the Engineer and will be adjusted by
him.
SP-6
SP-14 WAGE SCMDULE (font.)
or Statements of Intent on file with the Departmen: of Labor and Industries as
approved by the Industrial Statistician.
Affidavits of Wages Paid (Sr 9843) are to be filed with the State Treasurer, or the
Treasurer of the County or municipal corporation or other officer or person charged
with the custody and disbursement of the State or corporate funds as the case may
be and two (2) copies of each affidaAttentiont are o bIndustrisl with
RelaCrons Director
Uivie she
Department of Labor and Industries,
1601 Second Avenue, Seattle. whenever Practical, affidavits pertinent to o particu-
lar contract should be submitted as package.
1
The Contractor shall also be required to read and execute the "Minimum Wage Affidavit
porm" as incorporated in this document.
SL-15 STAIDARD SPECIFICATIONS
The Special Provisions hereinafter contained shall supersede any provisions of the
standard Specifications in conflict therewith.
The standard Specifications for Municipal pubiic works Construction prepared by the
ican Public Works Association, 1969 Edition,
Washington State Chapter of the Amer
shall be hereinafter referred to as the "Standard Specifications" and said specifi-
cations together with the laws se far as the ate ot applicable, aren and herebyhincludednin these
Charter of the City of Renton, hall apply except as amended
specifications as though quoted in their entirety and s
or superseded by these Special Provisions.
A copy of these Standard Specifications is on file in the Office o£ the Public forks
Director, City Hal3 , Re,-.On, Washington, where they may be examined and consulter ��Y
any interested party.
he ownere
reference is made in the Standard Specifications o to,reUrefer c refer-
Wherever
reference is made to
once shall be construed to mean the City of Renton,
the Engineer, such reference shall be construed to mean the public Works Director,
City of Renton, or his duty authorized assistant or assistants.
SP-15 FIELD CHANGES
Any alterations or variances from the plans, except minor adjustments in the field to
meet existing conditions
shalllic bes requested
e rector or writhisreprena-natives actinggay not be tspecifically
until approvedby the
upon his instructions. In the event of disagreement of t. necessity for such
changes, U:e Engineer's decision shall be final.
s F-1 TO MEET sPECIF'ICATIONS
In the event that any workmanship do Fs not meet the requirements ip ift c
heEngineer deems touch
l
the City may have the option to acce t such worka-anszO
paym ided the pity may negotiate
accep
be
ent of a lower
tance onunit price interest
said orkmanship.P
SP-lfl PKOTECTION OL' PUBLIC AND PRIVATE UTILITIES
The Contractor shall conform to Section 5.09 of standard Sped ficationa in regard to
4_I i2 NON-COLLusIoN AFFIDAVIT
The Contractor shall be required to execute a Non-Collusion Affidavit to satisfy
the City that the bid offered is genuine, is not sham or collusive, and in no
respect or degree is made in the interest or on behalf of any person, firm, or
corporation not named in the proposal containing such a bid.
Sp-13 NMDISCRIMINATION IN EAFLOYM"T
Contracts for work under this proposal will obligate the Contractors and subcontrac-
tors not to discriminate in employment practices.
1
SP-14 WAGE SCEEDULE
The prevailing rate of wages to be paid to all workmen, laborers or mechanics
employed in the performance of any part of this contract shall be in accordance with
the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the
Department of Labor and industries and the sc%edule of prevailing wage rates for the
locality or localities where this contract will be performed as determined by the
Industrial Statistician of the Department of Labor and Industry are by reference made
a part of this contract as though fully set forth herein.
Inasmuch as the Contractor will be held responsible for paying the prevailing wages,
it is imperative that all Contractors familiarize themselves with the current wage
rates before submitting bids based on these specifications.
In case aiy dispute arises as to what are the prevailing rates of wages for work of
.y a similar nature and such dispute cannot be adjusted by the parties in interest,
including labor and management representatives, the matter shall be referred for
arbitration to the Director of the Department of Labor and Industries of the ;state,
.o and his decisions therein shall be final and conclusive and binding on all parties
involved in the dispute as provided for by R.C.W. 39.12.060 as amended.
y The Contractor, on or before the date of commencement of work, shall file a statement
under oath with the Owner end with the Director of Labor and Industries certifying
the rate of hourly wage paid and to be paid each classification of laborers, workmen,
or mechanics employed upon the work by the Contractor or subcontractor which shall be
not less then the prevailing rate of wage. Such statement and any supplemental
statements which may be necessary shall be filed in accordance with the practices and
procedures by the Department of Labor and Industries.
prior to commencing work, each Contractor and each and every subcontractor shall file
V) a sworn Statement of Intent JSF 9€82) with the Owner and with the Department of
Labor and lndustries AS to th, prevailing wage rate, including fringe benefits, for
each job classification to be utilized. The wage rated thus filed will be checked
against the prevailing wage rates as determined Sy the Industrial Statistician of
the Department of Labor and Industries. If the w-.y,; rates are correct, the Industrial
Statistician will issue an acknowledgement of approval to the Contractor and/or
Sub-contractor with a copy to the awarding agency (owner) . If any incorrect wage rates
are included, the Contractor and/or Subcontractor will be notified of the correct
rates by the Lidustrial Statistician and approval will be withheld until a correct
statement is received.
Each voucher claim submitted by a Contractor for payment on a project estimate shall
r state that prevailing wages have been paid in accordance with the prefiied Statement
$P-4
SP-07 SPECIAL UTILITY LIABILITY AND PROPERTY DAMAGE INSURANCE (Cont.)
of the bodily injuries to or death or two or more persons, In any one
accident, and regular property damage viability in-, ance providing for
a limit of not less than $500,000 for ail damages to or destruction of
property, in any one accident, and, subject to that limit, a total (or
aggregate) limit of not less than $1 ,000,000 for all damages to or destruc-
tion of property during the policy period.
� A copy of the insurance policy, together with a copy of the. endorsements
naming the Olympic Pipeline Co. , the City of Seattle and City of Renton as
additional insured, shall be provided to the City wltl,in a reasonable time
after receiving notice of award of contract.
PROOF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the City with satisfactory proof of
carriage of the insurance required.
SP-08 CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN
The Contractor must execute the Bidders Affirmative Action Plan Certifica-
tion. Failure to execute this certificate will invalide the bid.
SP-09 EQUAL EMPLOYMENT OPPORTUNITY AFFIDAVIT
The Contractor shall be required to execute the "Certification by Proposed
Contractor, Subcontractor and Supplier Regarding Equal Employment Opportunity"
form, as incorporated in this document. He shall also abide by all rules
and regulations as required by the instructions of the aforementioned form.
SP-10 FAIR PRACTICES POLICY
The Contractor shall be required to read and abide by "The Summary of Fair
Practices Policy of the City of Renton' as incorporated In this document.
SP-11 AFFIRMATIVE ACTION PROGRAM
The Contractor shall be required to read acid abide by the City of Renton
Affirmative Action Program as incorporated in this document. fA
r
SP-3
SP-05 MATERIALS lCont.)
pipe, landacaping and erosion control and all other special or necessary materials
to make a complete installation.
SP-06 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE
,
The Contractor shall obtain and keep in force during the term of the contract,
public liability and property damage insurance in companies and In form to be
approved by the City. Said insurance shall provide coverage to the Contractor, any
subcontractor performing work provided by this contract, and the City. The City t
1 shall be named as an additional insured on said policy insofar as the work and obli-
gations performed under the contract are concerned. The coverage as provided shall
protect against claims for personal injuries, Including accidental death, as well
as claims for property damages which may arise from any act or omission of the Con-
tractor, or the subcontractor, or by anyone directly or indirectly employed by
either of them.
The minimum policy limits of such insurance shall be as follows:
Bodily injury liability coverage with limits of not less than $100,000 for bodily
injury, including accidental death, to any one person, and subject to that limit
for each person, in an amount not less than $300,000 for each accident; and property
damage coverage in an amount of not less than $50,000 for each accident.
A copy of the insurance policy, together with a copy of the endorsement naming the
City as an additional insured, shall be provided to the City within a reasonable
time after receiving notice of award of contract.
PROnF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the City with satisfactory proof of carriage of the
insurance required.
SP-07 SPECIAL UTILITY LIABILITY AND PROPERTY DAMAGE INSURANCE
The Contractor shall obtain and keep in force during construction where he
parallels and crosses the Olympic Pipeline and crosses the City of Seattle trans-
mission water main, special public liability and property damage insurance in
companies and in form to be approved by the City. Said insurance shall provide
coverage to the Olympic Pipeline Company, the City of Seattle, the Contractor, any
subcontractor performing work provided by this contract, and the City. The
Olympic Pipeline Co. , the City of Seattle, and the City of Renton shall be named
as an additional insured on said policy insofar as the work and obligations perfor-
med unoer the contract are concerned. The coverage so provided shall protect
against claims for property damages which may arise from any act or omission of
the Contractor, or the subcontractor, or by anyone directly or indirectly employed
by either of them..
The policy limits shall be not less than $500,000 for all damages arising out of
the bodily injuries to or death of one person and, subject to that limit for
each person, a total limit of not less than 51,000,000 for all damages arising out
SP-Z
k's
( SPECIAL PROVISIONS
( GENERAL PROVISIONS
SP-01 DESCRIPTION OF WORK
1
The work to be performed under this contract consists of furnishing materials,
uquilme.;t, tools, labor, and other work or items incidental thereto and performing
e all work as required by the contract in accordance with' the plans and spocifiea-
tions and Standard Specifications, all of which are made a part hereof.
� This improvement consists of furnishing and installing approximately
160,000
tons of fill, 2401, 16" and 12" Ductile Iron watermainse drainage, restoration, and
erosion control n Lind Ave. S.W. and S.W. 29th Street from S.W. l6th Street to the
e. East Valley Highway. The project shall be completed in two phases. (See Scope)
SP-02 DATE OF BID OPENING
Sealed bids will be received by the City of Renton, Washington, by filing with the
City Clerk, City Hall, Renton, Washington, until 2:00 o'clock F.M. Pacific Standard
r� Time, Wednesday, Nov. 6, 1974, and will be opened and publicly read aloud in the
fourth floor conference room.
'C SP-01 TIME OF COMPLETION
The Contractor is expected to diligently prosecute the work to completion in all
parts and requirements. The project shall be completed within one-hundred ninety
(190) working days from starting day of construction.
t.l Provided, however, that the City Council shall have the right upon request of the
Utility Engineering Department, City of Renton, Washington, to extend the time of
completion of said work. No extension shall be valid unless the same t,e in writing
and accompanied by the written consent to such extension by the surety on the bond
If the Contractor.
Time lost in replacing improper work shall not furnish any grounds to the Contractor
for claiming an extension of time for the completion of the work, and shall not
release the Contractor from damages or liabilities for fa:Llure to complete the we.4
within the time required.
SP-04 CONSTRUCTION DIRECTION
This project shall be completed in two phases. Phase I starting location will be at
the intersection of Lind Ave. S.W. and S.W. 16th St. and progress to the south of
Mobil Oil facility; Sta. 33452.49 Bk. Ihase II starting location will begin at
Sta. 38+52.49 Elk or Sta. 0+00 AHD and progreas to the south and east to the East
Valley Highway. Phase II embankment shall co.merce after Phase I is completed.
$P-05 MATG;RIALS
The Contractor shall supply all water pipe, fitting gate or butterfly valves,
and valve boxes with their required accessories, c ncrete blocking, shackle rods
where required, valve markers, and all other materials necessary to make a complete
water ma)n installation. The Contractor shall also supply fill material, drainage
SP'1
1 SPECIAL PROVISIONS
TABLE OF CONTENTS
Page
I
SP-01 Description of Work SP-1
SP-02 Date of Bid Opening SP-1
4 SP-03 Time of Completion SP-1
SP-04 Construction Direction SP-1
SP-1 t
SP-05 Materials perty Damage Insurance SP-2
SP-06 Public liability and Pro
SP-07 Special Utility Liability & Property Damage In�urance SP-
SP-08 Certification of Bidders Affirmative Action Plan SP_
c SP-09 Equal Employment Opportunity Affidavit Sp-
SP-10 Fa;r Practices Policy SP
SP- II Affirmative Action Program SP
SP-12 Non-Collusion Affidavit SP
Sp
SP-13 Non-Discrimination in Employment
SP-14 Wage Schedule SP-
+ SP-15 Standard Specifications
Sp-
SP-16 field Changes SP-
SP-17 Failure to Meet Specifications Sp-
SP_SP-18 Protection of Public and Private Utilities SP-19 Scheduling of Work SP-
;P-20 Construction Conference SP
SP-21 Disputes and Litigation Sp-
SP-i2 Subcontractors ,?-
SP-73 Change Orders SP_
SP-24 Surveys Sp-
SP-25 Overtime Field Engineering SP-
SP-26 Hours of Work Sp_
SP-27 Public Convenience and Safety So.
SP-28 Construction Signs Sp-
SP-29 Removing Traffic and Street Signs SP-
-' SP-30 Construction Equipment _P_
SP-31 Size, weight, load restrictions for motor vehicles SP-
SP-32 Delivery Tickets SP-
SP-33 Waste Site SP_
SP-34 Dust and Mud Concrol SP-
Si -35 Payment to the Contractor SP-
`-'' SP-36 Liquidated Damages
SP_
SP-37 Awarding of Contract
�i
v
i'
810 BOND FORM
Herewith find dep pit in the forni oS a certified :heck, cashier's check, cash, or
Dfd 6�in the aarunt of Soil/ _w1 ich amunt 1s not le
-ih* total bid.
Sign Here
BID BOND
Know All Men By These Prestnts:
' That we, , TA- - S'TATf_ �+
and y. 7 as Principal ,
--1f 'R4�F 1•�:1J�/Yl/ie T't r'
as
held and firmly bound unto the City of Renton, as Obligee, in the penal s'woofurety, are
/rkit /L-,.lcr,� b Jr Mrt �:✓. Ar> >�.4,7 l�riif ' '
_�!kgtz:61�✓ Dollars, for the paynent
of whi_h the Principal and the Surety bind themselves, their heirs, executors,
ad;ninistrators, successors and assigns, ,jointly and severally, by these presents.
The condition of this obligation is such that if the Oblira�e shall make any a;raea
to the Principal for
according to the terns of the proposal or bid made by the Principal they:for, and the
Principal shall duly make and enter into a contract with the Obligee in accordant- with
the terms of said proposal or bid and award and shall give bond for the faithful per-
formance thereof, with Surety or Sureties approved by the Obligee; or if the Principal
shall , in case of failure to do so, pay and forfeit to the Ooligee the penal aeuunt of
the deposit specified in the call for bids, then this obligation shall be null and
void; otherwise it shall be and remain in full force and effect and the Surety shall
forthwith pay and forfeit to the Obligee, as penalty and liquidated dam Ws, the
amount of this bond.
S1(:YED, SEALED AND DATED THIS G•I�y DAY OF ud ,- 19 9V
7L'1 7i` SY utTrJu ZAC
� (Icj a
low urety rylMw".C/ Ir• j.rcr
Rec, ived return of deposit ill the sum`of $
G
j MIRIMJP WAGE AFFIDAVIT FOPH -
City oP Re»
ss
COUNTY OF
1, the undersiL ed, having been duly sworn, deposed, say and certify
that in connec, ion with the performance of the work of this project,
1 will pay each classification of laborer, workman, or mechanic
employed in the perfcrmance of such work; not less than the prevail-
ing rate of wage or not less tnan the minimum rate of wages as speci-
fied in the principal contract; that 1 have read the above and fore.
going statement and certificate, know the contents thereof and the
substance as set forth therein 1s true to my knowled•le and belief.
Subscribed and sworn to before me ,on this 47+L day of 2Ek�
v r �
fbtary u c n an or t6ef
Washington
Residing /at
' �ww
. ,.,
NON-COLLISION AFFIDAVIT
STATE OF WASHINGTON
COUNTY OF SS
being duly sworn, deposes and sgys, that he is the identical persnn
who submitted the forenoing proposal or bid, and that such bid is
genuine and not shag col'usive or made in the interest or on be-
half of any person - ..ierein named, and further, that the deponent
has not directly indu.sd or solicited any other Bidder on the fore-
going worK or equipment to put in a sham bid, or any other person or
corporation to refrain from bidding, aid that deponent has not in
Nh any manner sought by collusion to secure to himself or to any other
' person any advantage ever other Bidder or Bidders.
SIGN Hf
ell, ti<
Subscribed and sworn before me this _(rt day of
Notary u c n an or a aETi of
f residing at
thervin.
TS-13 TRENCH EXCAVATION, BEDDING AND 8ACK_FILL %i.on L. )
f
F. Ur w stable Foundation Excavation (coat.)
All costs and expenses involved in displacement or removal of unsuitable mdtar�als
shall be incidental to the embankment installation. Neither separate or extra pay-
ment of any kind will be made for storing, handling, hauling or manipulation of
f unsuitable excavation.
TS-14 WATER PIPE INSTA'.IATION
f A. General
t t Pipe installation shall be in accordance with Section 74 or the A.P.1J,A. StartdsrJ
Specifications, except as modified herein.
All buried pipe shall be laid up,rn prepared foundation or bedding material so chat.
r the bottom quadrant is uniformly supported throughout Its entire length, as speci-
fied in Section TRENCH EXCAVATION, BEDDING AND BACKFILL.
t
The average depth of cover for the watt - ain shall be 4- and the trench widtr.
shall be no greater than 48" unless soil conditions require it.
At the and of each working day, it shall be required that the end of the water may
be plugged, the trench backfilled, compacted, and where necessary prepared for
r :raffic with temporary cord mix asphalt, if necessary.
B. Laying and Jointing
Ductile or cast Iron pipe and accessories shall be handled in such a manner as t:
assure delivery to the trench in sound undamaged condition, Particular care shall
t taken not to injure the pipe lining and coating.
Cutting of pipe shall be done in a neat, workmanlike manner with an approved type
mechanical cutter without damage to the p:pe.
Jointing shall be accomplished in accordance with manufacturer' ;
C. Plastic Film Pipe Encasement
All pipe, fittings, valves and accessories shall be encased in Polyetav'�ne wrap as
per TS-09 in this document.
D. Encasement Pipe
The 24" water main at its intersection with the Seattle Water Hain shall be encase,!
in nestable steel casing as per TS-08 in this document.
E. Bends and Curves
Deflection from straight line and grade, as required by vertical curves, horlront "
curves and offset shall not exceed the maximum deflection per joint as recommendeu
by the pipe manufacturer. If the alignment requires deflection in excess of the
maximum recommended, special bends or a sufficient number of shorter lengths of pTo�
shall be used to provide angular deflections within the 1;,0ts set forth.
TS-11
' 'S- 13 TRENCH EXCAVATION BEDDING AND BACKFILL (Cont.)
D. Trench Backfill and Cumpactlon (con t.)
2. Initial Backfill (cost.)
1
The locations of the tests shall be selected by the Engineer, if one or
more tests do not meet the specifications as stated above, additional tests
1 will be taken as requested by the Engineer at the Contractor's expense.
3. Subsequent Backfill
1 t
All subsequent backfill unde- street and shoulder areas shall be placed
in lifts not exceeding 8 inches in loose depth, and each lift compacted to
at least 95 percent of maximum density at optimum moisture content as
determined by ASTM Designation D698-58T, Method D. In-p ace density deter-
mination shall be made in accordance with ASTM Designation D1556-58T, except
as otherwise approved by the Engineer. Testing for compactions in the
Improved areas shall be in accordance with the testing as stated in the
section on initial backfill.
4. payment
No separate or extra payment of any kind will be made for compaction, wet-
ting, drying, water, or processing of materials, but shall be included in
the applicable unit price paid for the waterline In place, complete.
t
E. Select trench Backfill
Select trench backfill for the pipe shal consist of r,rushed or naturally occurring
fgranular material from sources selected .y the Contractor. The source and quality
! of 'he material shall be subject to approval by the Engineer. Select trench back-
fill shall meet requirements for bank run gravel Class "B" as outlined in Section
26-2.01 of the Standard Specifications.
The horizontal limits for measuring select •,,,nch backfill in place shall be the side
of the excavation except no payment will be made for material replaced outside of
vertical planes, 1.0 feet outside of and parallel to the barrel of the pipe and not
the bell or collar.
Any excavation in excess of the above requirements shall be replaced with the native
material or select trench backfill , as directed by the Engineer and at the Contrac-
ter's expense.
The rice p per ton shall be full compensation for selecting the source, furnishing and
placing the .material as outlined in Section 26-2.01 of the Standard Specifications.
t. F. Unsuitable Foundation Excavation
Unsuitable material shall be excavated by the Contractor as directed by the Engineer
to give the constructed embankment full bearing on solid ground. Old fills, or
i wastes, unstable materials including lugs, stumps, peat and muck will be excavated
when in the judgment of the Engineer these materials will impair the stability of the
l embankment.
TS-10
TS-13 TRENCH EXCAVATION, BEDDING AND BACXFILL (Cont.)
B Excavation (Cont.)
disposition of all material , and shall determine the suitability of material to be
used as backfill . All unsuitable material shall be wasted as specified.
Excavation of every description, classification and of whatever substances encountered
within the limits of the project shall be performed to the lines and grades necessary
for embankmen, pipe, bedding and structures, and as indicated on the drawings. Tem-
porary drains and drainaga ditches shall be hstalieJ to intercept or direct surface
water which may affect the promo.ion or condition of the work. All excavated mater-
ials not meeting the requirements for backfill and all excess materials shall be
wasted as specified.
No separate or extra payment of any kind will be made for storing, handling, hauling
or manipulation of excavated materials.
C. Foundation Preparation and Bedding
Foundation preparation shall be in accordance with the applicable provisions of
Section 73, A.P.W.A. Standard Spec i f i cat Ions, except that the bottom of the trench
must be shaped to uniformly rupport the bottom quadrant of the pipe throughout its -
entire length.
In case unstable or unsuitable ex;sting material is encountered at the trench bottom,
the engineer may direct the use of borrow bedding material in accordance with
Section 73.2.05 of the A.P.w.A. Standard Specifications. Net trench conditions will
r not necessarily be considered as an indication of unstable conditions. The trench
shall be de-watered and an inspection made by the Engineer to determine the suita-
bility of the trench material. All costs for de-watering shall be the responsibility
of the Contractor. Bedding material shall be as required for Bank Run Gravel Borrow.
D. Trench Backfill and Compaction
t
1 . General
Excavated materials that are free from mud, muck, organic matter, broken
bituminous surfacing, stones larger than 8 inches in dimension, and other
debris, small be used for backfill except where otherwise required.
r
2. Initial Backfill
Special attention will be given tc initial backfill oecause of the
Polyethylene wrap on the water main, therefore extending to a plane at
least 12 inches above the crown of the pipe initial backfill shall be
hand-placed, selected excavated material free from stones, hard lumps
or other material harmful to the pipe. Initial backfill shall be placed
around the pipe in layers not exceeding eight inches in depth and each
layer shall be thoroughly compacted by mechanical tampers to at least
951 of maximum dry density at optimum moisture content as determined by
Standard Proctor Compaction Test, ASTM Designation D698-58T, Method D.
t All work related to the testing of the compaction, including proctor
tests and compaction tests shall be taken on the water trench areas.
t
TS-9
TS-10 CONCRETE VALVE VAULTS (Cont.)
E. Waterproofing of Vaults (tort.).
2. Installation (coot.)
backfilling shall not take place for thirty-six hours after application.
If backfilling takes place within seven days, the backfilling material
adjacent to the waterproofed surface must be moist so as not to draw
moisture from the waterproofing treatment.
F. Steps
All concrete vaults shall have fiberglass steps installed as directed by the
Engineer. The fiberglass steps shall be reinforced with steel (Utility
Products perma-step or approved equal .)
TS-11 SAW CUTTING
The Contractor shall saw cut existing asphalt concrete pavement and cement concrete
c pavement where shown on Elie plans or as directed by the Engineer.
The depth of the saw cut shall be a minimum of 1 1/2 Inches for asphalt and 3 inches
for concrete.
The methuJ of saw cutting shall be approved by the Engineer.
t
TS-12 PAVEMENT REMOVAL
The contractor shall inform and satisf; himself as to the character, quantity, and
distribution of all pavement removal. Removal of existing pavr.,ent shall cover all
types and thicknesses of pavemert. The contract price per lineal foot for "installa-
tion of water main" shall include full compensation for cutting or line drilling,
breaking and removing all types and thickness of pavement encountered in this project.
Neither separate nor extra payment of any kind will be made for storing, handling,
t hauling or manipulation of removed pavement.
TS-13 TRENCH EXCAVATION, BEDDING AND BACKFILL
A. General
Trench excavation, backfill , foundation preparation and bedding for waterline and
appurtenances sha:l be in accordance with the applicable provisions of Section 73,
A.P.'d.A. Standard Specifications, except as modified herein.
8. Excavation
s The contractor shall inform and satisfy himself as to the rharacter, quantity, and
distribution of all material to be excavated. No payment shall be made for any
V excavated material which is used for purposes other than those designated. Should
the contractor excavate below the designated lines and grades without prior approval,
he shall replace such excavation with approved materials, in an approved manner and
condl•ion, at his own expense.
SL
The engineer shall have complete control over the excavating, moving, placing, and
TS-8
4
TS-10 CONCRETE ;ALVE VAULTS (Cont. )
C. Styrofoam
All concretes valve vaults shall have the pipe openings water proofed and have com-
pressed 1" cyrofoam layer rammed Into the annular space between water pipe and
r concrete vault. The styrofoam shall be inserted from the outside of the vault and
waterproofing mortar shall be inserted from the inside of the vault Into the
annular space.
E. Waterproofing of Vaults
I . Material
All poured-in-place or precast concrete structures shall be waterproofed s
' with Zypex waterproofing material as manufactured by Zypex Chemicals (USA)
or approved equal .
t • 2. Installation
C, A manufacturer' s representative experience) in the application of Zypex
will instruct the waterproofing applicator in the proper procedures for
preparing the surfaces and applying Zypex material and will be at the job
as required to see that all procedures are carried out strictly according
N to the manufacturer's directions.
111110 Zypex treatment must be kept constantly moist for at least three days after
its application. The coating must be fully protected from sun, wind and
frost.
M Contractor will conform wish the manufacturer's specifications for all
phases of waterproofing treatment as the Engineer judges them applicable,
M including the following:
a. Concrete surfaces to be waterproofed shall be examined for
structural defects, such as cracks, honeycombing, rock pockets,
t0 etc. , to be repaired in accordance with the Zypex specification
manual.
r It. Form ties should not be excessively oiled. Fill in thr. tie holes
with mortar of Zypex Modified.
c. Surfaces must be clean and free of form scale, concrete laitance,
excessive form oil , and other foreign matter.
tar d. Surfaces to be waterproofed will not be subjected to curing com-
pounris that will fill or seal pours of concrete.
e. Surfaces to be pre-moistened so that the concrete is suitably
absorbant prior to the waterproofing application and shall be
damp, bui not wet, at the time of application.
f. Zypex appiicatiun should take place as soon as possible after the
tr forms are stripped. (14-36 hours)
g. To the damp surface apply one coat of Zypex Concentrate at 1.5
pounds per square yard.
h. The second coat at 1.5 pounds per square yard shall be applied
after the first coat has reached an initial set (approximately
sixty minutes) but before the f?ost coat has dried.
I . Light pre-watering may be required between coats.
l.,
TS-7
TS-07 WATER PIPING MATERIALS, FITTINGS, VALVES, ETC. (Cont.)
F. Fire Hydrants (Traditional Style) (Cont.)
Standard 7 1/2 threads per inch and one 4" pumper nozzle with the new Seattle Pattern
6 threads per inch, 60° V. threads, O.D. thread-4.875 and root diameter-4.621:3,
1 1/4" pentagon operating nut and opening by turning counter clockwise (left). Hy-
drants shall be constructed wit^ mechanical Joint connections unless otherwise
specified in bid propesal description.
Fire hydrants shall be of Traff;c Type and provision shall be made for drainage of t
barrel to protect units from freezing. Fire hydrants shall be such length as to be
suitable for installation with connections to piping in trenches 3'6" deep unless
otherwise specified. Fire hydrants shall be IOWA or approved equal. Approval must
be obtained prior to bid opening.
TS_08 ENCASEMENT (CASING) PIPE
The portion of water main crossing over the Seattle Water eain shall be encased 'n a
36" Galvanized steel nestable casing pipe. The pipe shall be 16 Gage Galvanized
steel pipe Installed around the po'rethylene encased 24" Ductile Iron water main.
The 36" encasement pipe shall extend for 40 feet and will be sand filled after in-
stallation is complete.
TS-09 PLASTIC FILM PIPE ENCASEMENT
All Ductile Iron water mains, fittings and valves, not in vaults, shall be encased
in Polyethylene Encasement. The Polyethylene shall prevent contact between the
pipe and the bedding material, and shall be a loose A mill tube or sheet around
fittings taped in place around all pipes and appurtenances, or as otherwise specified
by the engineer. The encasement materials, installatior and taping methods shall
meet or exceed A.W.W.A. C-105-72 Specifications.
TS-IC CONCRETE VALVE VAULTS
A. General
All valves 12" and larger shall be nstalled in a precast or cast-in-place concrete
vault. The vaults shall be grouted and sealed as detailed below. The valve vault
tops shall be excentric lids.
B. Precast
Precast vaults shall be Standard 12 ' Cast Valve Chamber (Lundberg Concrete Co. In.,
Tacoma) with 1-24" Additional Section (rather than the 12" Section) or 16" and 24"
Butterfly Valve chamber, (Lundberg Concrete Co. , Inc. , Tacoma MVC-20) with 1-24"
Additional Section, or approved equal. The knock-outs shall be filled with a non-
shrinking grout (Embeco of equal).
C. Cast-In-Place
Cast-in-place vault plans shall be supplied by the Contractor, and subject to approval
and review by the Engineer.
TS-6
TS-07 WATER PIPING MATERIALS F:TTINGS, VALVES, ETC. (Cont.)
8. Ductile Iron Pipe (cont.)
through 24" pipe shall be 3/32" cement lined.
The pipe joints shall conform to ASA Specifications A21 .11-1964 (AWA Cill-64) . Pipe
joints shall be rubber gasketed Push-On and/or Mechanical as required by the bid pro-
posal description.
Pipe thickness class shall be as required by the bid proposal description.
t C. ?ipe Fittings
Cast iron pipe fittings 4" through 12" shall be Liars 250, as per NASI Specification
A21 .10-1971 (AWWA C110-711 .
i
Cast iron pipe fittings 14" through 24" shall be Class 150 as per ANSI Specification
A21. I0-1971 (AWWA CI10-70 .
Mechanical Joint fittings shall be as per ANSI Specification A21 . 11-1964 (AWWA C111-64) .
Flange joints shall be as per ANSI Specification A21.10-1971 (AWWA CI10-71) and shall
be in accordance with ANSI 816. 1 , with 125 Pourc Drilling Pattern.
D. Gate Valves
Gate valves shall be cast iron body, non-rising stem, full bronze mounted with double
disc gates. All valves shall be designed for a minimum water operating pressure of
two hundred (200) pound, per square inch and shall conform to A.W.W.A, Specification
C-500-61 and any subsequent modification thereof. Each valve shall be "0" ring type,
provided with a standard square operating nut, and shall open by turning counter
clockwise (left) . The valves shall be IOWA List 14, Mueller A-2380, or Kennedy.
E. Butterfly Valves
Butterfly valves shall be of the tight-closing rubber-seat type, Class 1508, and
meet the full requirements of A.W.W.A. Standar ; C504-70. Valve bodies shall be of
Cast Iron ASTM A126 Class 8, and with ends as Indicated on the drawing. Valve disc
shall be constructed of either alloy cast iron ASTM A436 Type 1 (NI-resist), or for
valves above 12" for 200 psi leak-tight service shall be constructed of 316 stainless
steel. Valve shafts shall be turned, ground and polished of 18-8 stainless steel , and
shaft diameter must meet minimum requirements estab Ished by A.W.W.A. c504-70. Valve
shall have bonded seats, molded in, vulcanized, and bonded to body with seat bond with-
standing 75X Pull. Valve bearings shall be sleevetight, corrosion resistant and
self-lubrirating. Valve operator shall conform to AWWA C504-70 standards and shall be
of the tr: ,eling nut type designed for buried service. Valve shall close with a clock-
wise rotation of the nut. Operat)r components shall withstand an input torque of 300
feet pounds at the extreme operator positions without damage. Butterfly valves shall
be Henry Pratt Groundhog or approved equal. Approval must be obtained prior to bid
opening.
F. Fire Hydrants (Traditional Style)
Fire Hydrants shall be Corey Type (opening with the pressure)conf ormi ng to AWWA C-504-64
with a 6" inlet and a minimum M.V.O. of 5', two 2 1/2" hose nozzles with National
TS-5
t
Ts-o6 DRAIN ANG CULVERT PIPE KATERIAL AND INSTALLATION
A. General
Due to the nature of the embankment installation, proper drainage will have to be
maintained through and around said embankment.
,
B. Culvert Material
All drain and culvert pipe shall be galvanized steel or aluminum alloy corrugated
pipe with dimensions, lengths and sizes as detailed in the plans and standard details.
1 All material and installation practices shall conform to Section 60, A.P.W.A. 1
' "Standard Specifications".
C. Culvert Installation
The culvert pipes shall be installed in the embankment, with Installation and backfill
methods conforeiwg .pith those for Cucti le Iron water pipe. The cut and grade sheets
shall be supplied by the Engineer prior to installation of the drain/culvert pipes.
Removal , relocation, lowering or raising or intercepting existing drain or culverts
shall be Incidental to the project. Because installation of the drain pipes is made
prior to surcharging and settlement, after the settlement period and before the
ductile iron water main installation, any sunken, disturbed or broken drain pipes will
be relocated to their design depths and locations.
The Contractor shall be responsible to maintain proper drainage through the drain/
culvert pipe. It shell be the contractor's responsibility to keep the drain pipes
clean and serviceable during the lift of the contract.
TS-07 WATER PIPING MAIERIALS, FITTINGS, VALVE, ETC.
A. General
All pipe sizes as shown on the drawings, and as specified herein, are in reference
to "nominal" diameter, unless otherwise indicated.
One type of pipe as indicated below will be considered for this project. All pipe
shall be fabricated to fit the plan shown on the drawings. One type of pipe shall be
used throughout the entire project except as necessary to match existing piping or
as otherwise specified by the Engineer. Where relocation or replacement of exist-
ing piping is necessary during construction, materials used shall match the existing,
subject to the approval of the Engineer.
All pipe, valves, fittings, and specials shall be for water working pressure as
described in the following specifications and plans and shall conform to the require-
ments of the applicable sections of the A.P.W.A. Standard Specifications, as modified
herein.
S. Ductile Iron Pipe
Ductile Iron Pipe shall conform to ANSI Specification A21.51-1965 (AWA C-15)-65)
Grade 60-42-10.
Ductile Iron Pipe shall be cement lined and sealed In accordance with ANSI Specifica-
tion A21.4-19 (AWA C104-71) , 4" th^ough 12" pipe shall be 1/16" cement lined and 14"
TS-4
TS-05 EMBANKMENT MATERIALS AND INSTALLATION (Con`_)
3. Bank Run Sand and Gravel (cone.)
occurring granular material from sources selected by the contractor. The
source and quality of the material shall be subject to approval by the
Engineer.
C. Embankment or Fill Installation
The installation of the embankment material will entail two phases of development.
t t
1. Phase I Development
The Contractor shall commence with Phase 1 Embankment first. The embank-
ment will be filled to its surcha, ged elevation of +22.00 feet and main-
tained for a minimum of 2 months. After this time, excess embankment
materials will be removed to a subgrade elevation of +18.00 feet. The
excess embankment will be removed to and placed in the Phase If Section
after the necessary filter sand and gravel has been placed.
2. Phase II Development
The Contractor shall continue with Phase 11 Embankment second. The em-
bankment will be filled to its surcharged elevation of +22.00 feet and
maintained for a minimum of 2 months. After this time, excess embankment
materials will be removed to a subgrade elevation of +18.00 feet. The
excess embankment material will be removed and disposed of on City proper-
ties adjoining the project site (Fire Station Site) or City right-of-way
and easements on the project site.
4. Ditching for Drainage
Drainage Ditches will be installed in the, embankments. These ditcnei
shall be installed as specified in the Plans and as directed by the
Engineer. Ditching shall be consider:d incidental to the embankment in-
stallation and no separate or further payment shall be made.
TS-3
TS-04 CLEARING AND GRUBBING (Cont.)
Clearing and grubbing shall consist of removing logs and brush and cutting of all
standing trees at ground. No attempt shall bi made to remove stumps and the exist-
ing grass and cattails shall remain.
Clearing and grubbing shall be accomplished In accordance with the applicable provi-
sions of Section 12 of the A.P.V.A. Standard Specifications excep'. as otherwise
provided herein. The limits for clearing and grubbing shall not go beyond the limits
of the right-of-way or easements.
TS-05 EMBANKMENT MATERIALS AND INSTALLATION
A. General
Embankment materials and installation shall be in accordance with the applicable
provisions of Section 13 and 26, APVA Standard Specifications, except as modified
herein.
B. Embankment or Fill Material
The embankment will consist of two principal components - bank-run sand and gravel
and filter sand and gravel. The material placed below the water table and for at
least 2 feet above the wrier table will be filter sand and gravel. The upper
portions of the bill will be bank-run sand and gravel .
1. Embankment Compaction
Fill material which Is placed under water will have an initial lift which
extends two to three feet above the surface of the water. Subsequent
fill will be installed in lifts not exceeding 8 inches in thickness and
compacted thoroughly. The initial lift of uncompacted fill placed over
dry areas will be 2 feet In thickness. Subsequent lifts will be
thoroughly compacted. The compaction of each layer shall conform with
Method B of Section 13-3. 10E 3 of the Standard Spec:fications. The top
(2) two feet of the embankment shall be compacted to at least (95) ninety-
five percent of the maximum density per ASTM-D698-58T Method D. The
layers in the lower lifts shall be compacted to at least (90) ninety per-
cent of the maximum density per ,ASTM-0698-58T Method D. All works
related to the testing of the ccopaction, Including proctor tests and
compactl�n density tests, shall be by the contractor at his expense.
Location and number of the tests shall be selected by the Engineer.
v
2. Filter Sand and Gravel
L, Filter sand shall meet requirements as outlined in Section 13-3. 10 B 2 of
the Standard Specifications. Filter sand and gravel shall consist of
crushed or natural occurring granular material from sources selected by
the contractor or by Burli ton Northern Railroad. The source and quality
of the material shall be subject to approval by the Engineer.
3. Bank Run Sand and Gravel
Select trench or bank run sand and gravel shall meet requirements for bank-
run gravel Class "A" as outlined In Section 26-2.01 of the Standard
Specifications. Bank Run Class "A" shall consist of crushed or naturally
TS-2
e.l .
SPECIAL TECHNICAL PROVISIONS
TS-01 GENERAL STATEMENT
This section, Special Technical Provisions, is devoted to features of on-the-site
conditions which are peculiar to the facilities to be constructed for W-192,
Lind Ave. S.W.
Articlas, materials, operations, or methods mentioned herein or Indicated on the
drawings as being required for the project shall be provided by the contractor, and
he shall provide each Item mentioned or indicated and perform according to the condi-
tions stated in each operation prescribed, and provide therefore all necessary labor,
equipment and incidentals necessary to make a complete and operable installation.
No attempt has been made in these specifications or plans to segregate work covered
by any trade or sub contract under one specification. Such segregation and estab-
lishment of subcontract limits will be solely a matter of specific agreement between
each contractor and his subcontractors, and shall not be based upon any inclusion,
segregation or arrangement in, or of, these specifications. The contractor and sub-
contractor in each ca:e is warned that work Inclined In any subcontract may be divided
between several general specifications, and that each general specification or sub-
head of the technical specifications may include work covered by two or more
subcontracts or work in eAcess of any one subcontract.
TS-02 STANDARD SPECIFICATIONS
All work under this contract shall in general be performed in accordance with the
applicabl provisions of "Standard Specifications for Municipal Public Works Construc-
tion" preeared by the Washington State Chapter, American Public Works Association, and
in accordance with the requirements of the City of Renton, except as otherwise amended,
modified, or specified In these Special Technical Provisions. Items of work not
specifically covered In these Special Technical Provisions shall be performed in
accordance with the requirements specified in the A.P.W.A. Standard Specifications, and
In accordance with the City of Renton requirements.
TS-03 EXISTING UTILITIES
If, in tho prosecution of the Work, it becomes necessary to interrupt existing surface
drainage, sews rs, underdraiss, conduit, utilities, or similar underground structures,
or parts thereof, the contractor shall be responsible for, and ;hall take all nece-
ssary precautions, to protect and provide temporary services for same. The contractor
shall at his own expense rspair all damage to such facilities or structures due to his
construction operations, to the satisfaction of the engineer.
TS-04 CLEARING G GRUBBING
Pavement, or other street and road surfaces shall be cut only to the minimum width
which will permit the proper excavation and bracing of the trench, and which will
allow passage of vehicular and pedestrian traffic. All pavement cuts shall be made as
smooth, straight lines or to nearest construction joint, and shall be made with clean
vertical faces.
Removal of bituminous and concrete pavements and utilities shall be conducted in
accordance with Section 52, A.P.W.A. Standard Specifications, except as otherwise pro-
vided herein.
75-1
,
SPECIAL TECHNICAL PROVISIONS
TABLE OF CONTENTS
PAGE
TS-01 General Statemew TS-1
TS-02 Standard Specifications TS-I
TS-03 Existing Utilities TS-1
TS-04 Clearing and Grubbing TS-1
TS-05 Embankment, Materials and Installation TS-2
TS-06 Drain and Culvert Pipe Material and Installation TS-4
TS-07 Water Piping Material, Fitting, Valves, Etc. TS-4
TS-08 Encasement Pipe TS-6
TS-09 Plastic Film Pipe Encasement TS-6
TS-10 Concrete Valve Vau"t TS-6
TS-11 Saw Cutting TS-8
TS-12 Pavement Removal TS-8
TS-13 Trench Excavation, Bedding and Backfill .S-8
TS-14 Water Pipe Installation TS-11
TS-15 Restoration of Surface TS-14
7s-1F Test!ng TS-15
r Disinfection TS-16
;oar$way TS-1,
Mydro-Seeding TS-16
Tl, tv Mub; l 011 Service TS-18
"iS-21 Cleanup TS-20
TS-21 Measurement and Payment TS-20
, . SP-32 DCLIVERY TICXETS .Cunt.1_
available, the inspoctO+ Ahat1 m•. zur :n- ;ruef: ro Wm.. Ora. oertify as to i�a
full load delivery.
' SP-33 WASTE SITE
1 _
The Contractor shall, aonforta to oectior 4.06 of Standard Ep,,ci£icationa in regard
t0 waste sites.
The Contractor shall Lavc the responsibility of obtaining his own waste site.
All work included in this section shall be considered to be incidental to other
items of work and no further compensation will be made.
The route take„ to the waste sit_ shall be maintained solely by the Contractor in
e manner as described below:
:
The Cortractor shall be prepared to use water trucker power sweepers, and related
equipment as deemed necessary by the Engineer to alleviate the problem of lost
spoils along the route. Prompt restoration of the route is mandatory.
SP-34 WST AND MD CONTROL
The Contractor shall be responsible for controlling dust and mud within the projec
limits and on any street which is utilized by his equipment fox the duration of the
project. The Contractor shall be prepared to use watering trucks, power sweepers,
and other pieces of equipment as deemed necessary by the Engineer, to ,.•yid crea-
ting a nuisance.
Dust and mud control shall be considered as incidental to the project, and no
compensation, will be made for this section.
Complaints on dust, mud or unsafe practices and/or property den age to private
ownership will be transmitted to the Contractor and prompt action in correcting
will be required. Written notice of correction of complaint items will be called
for snould repetitive complaints b: received by the City.
t P-35 PAYMENT TO THE CONTRACTOR
Payment t be made to thn Contractor will be made in the manner outlined in Section
9 of the Standard Specifications. Paymen�s shall be made in Cash Warrants. Par-
tial payments on estimates may be withheld until work progress schedules as
described in Section SP-)9 of these Special Provisions have been received and
approved.
SP-36 LIQJIDATED DAMAGES
Liquidated damages for failure to execute the contract as specified and in accord-
an;e with Socticn 8.08 of the Standard Specifications will be assessed as follows:
One Hundred Doll•rs ($100.00) per calendar day plus cost of inspection, supervi-
sion, legal expense and court costs incurred beyond said date. The cost of �Y
additional, inspection and supervision shall be an amount equal to actual salary
cost, plus one hundred percent (10U%) for overhead and other indirect expenses.
51'-37 AWARDING; OF CGNTRAC?
Awarding of contract will be :)abed oil eotal sum of the Schedule of Prices. Prices
01 through M6. Note: Either_Alternato A or D may be used in Schedules 02, Y3, 86
in the final computation of the total smm. No gartia'i bids will be accepted.
d'
/ 4
� 1
w
w Q.
3�
ELEVATION VIER'
PLAN VIEM
MATERIAL LIST
J
( 2) — H 10049 1 " MUELER CORPORATION STOP
I" COPPER NIP, LE , 3 " LONG, MALE I P T r MALE I.P T
I " H13475 CORPORATION STOP 90• COUPLING
2 LINEAL FEET , TYPE 'K' COPPER PIPE
STANDARD DETAIL
FOR
I " BYPASS ASSEMBLY
FOR '2" GATE VALVE
r,
STANDARD DETAILS
TABLE OF CONTENTS
PACE
Standard Detail for 1" Bypass 12" Gate Valve SD-I
Standard DetalI for Hydrant Assembly f Guard Posts SD-2
Standard Detail for Pre-Cast 12" G.V. Vault SD-3
Standard Detail for Cast-in-Place '2" G.V. SD-4
Standard Detaii for Pre-Cast Butterfly Valve Vault SD-5
Standard Detail for Cast-in -Place Butterfly Valve Vault SD-6
Standard Detail for 1 1/2" and 2'' .ter Services SO-7
Standard Detail for Detector Check SO-8
Standard Detaii ;or 2" Blow Off SD-9
Standard OetaiI for Drain and Culvert Pipe SO-10
Standard Detail for "General Blocking SO-11
Mobil Olt Service SD-14
Mobil Oil Service Marerial List SD-15
Typicai Installation of R.P.S.P. Device SD- 17
Typical R.P.B.P. Device SD-18
Approved Cross Connection Control Devices SO-19
Pavernent Patching SD-21
TS-22 MEASUREMENT AND PAYMENT (Cont.)
L. Furnishing and Installing of Concrete Blocking
r
Concrete blocking shall be measured and paid for at the applicable contract price, +
per cubic yard, payment of which shall constitute full compensation for furnishing
the material in place, complete.
M. Furnishing and Installing of Select Trench Backfill
Select barkf ill shall be measured rnd paid for at the applicable contract price, per
ton, payment of which shall constitute full compensation for furnishing and install-
ing the ma.eriai , in place, complete,
� t
N. Furnishing Pnd Installing MC Cold Mix Asphait
Furnishing and installing MC Cold Mix shall be incidental to this contract.
C. Resurfacing of Asphaltic Concrete and Cement Concrete
Asphaltic concrete and cement concrete patching shall be measured and paid for at
the applicable contract price, per square yard, payment of which shall constitute
full compensation for the resurfacing complete, including subgrade preparation, pre-
paration cf :nd connection to existing pavements, base course, tack coat, finishing
and all necessary incidental work.
P. Crushed Rock Surfacing Material
Crushed rock surfacing material shall be measured and paid for at the applicable
contract price, per ton, payment of which shall constitute full compensation for
furnishing and installing a 10' wide utility roadway surface, the length of the
project and 4 chain barricades as called out in T.S.-18 of this document.
Q, Furnishing and Installing Hydro-Seeding
The furnishing and installing of Hydro-Seeding as called out in T.S.-Ig of this
document shall be incidental to this contract.
R. Furnishing and Installing Mobil Oil Service
The price per lump sum for furnishing and installing tha Mobil Oil Co. service shall
be full compensation for 2" domestic meter, 6" detector check meter, 2" and 6"
"educed pressure bacwflow prevention devices, underground vault or vaults for meters,
above ground vault or vaults for the reduced pressure backflow prevention devices,
all piping, valves, and all other necessary accessories for a complete installation
as called out in T.S.-20 of this document.
J
TS-22
TS-22 MEASUREMENT AND PAYMENT (Cont.)
1
F. Furnishing and Installing Water Pipe
1 The price per lineal foot for furnishing and installing of water pipe, size and
quantity listed in the bid schedule, shall constitute full compensation for the
water line, in place, complete, including: all pavement removal, excavation,
1 trenching, backfill , foundation preparation, compaction, pipe, pipe laying and
jointing; Diue blocking, special shackling and bracing, s, °ting, sharing, and
dewatering, fitting,connections to existing piping, all su face restoration exclud-
ing crushed rock resurfacing, concrete and asphaltic concrete resurfacing.
The price per lineal foot shall also Include all cost for furnishing and placement 1
t 1 of Polyetf;ylene pipe encasement as called out in T.S.-09•
G. Furnishing and Installing Encasement Pipe
The price per linear foot for furnishing and installing of casing pipe, size and
quantity listed in the bid schedule, shall constitute full compensation for the
1 casing pipe, in place, complete, including sand filling of casing pipe and all
incidental work necessary for a complete installation.
( H. Furnl->hing and Installing Gate Valves
12" gate valve assemblies shall be measured and paid for at the applicable unit
t price per each, in place, -or-lete, which shall constitute full compensation for
valve, b,.pass valve, conc, va,it, steps, and cone, valve marker and 8" gate valve
assemblies, valve, valve box with extensiuns if necessary, and conc. valve marker;
and all ether necessary accessories for a complete installation. Also the price
per each shall include all costs for materials and installation of vault water-
proofing as called out in. T.S.-10 Section E of this document.
I . Furnishing and Installing Butterfly Valves
1 Ib' and 24" Butterfly valve assemblies shall De measurec and paid for at the
applicable unit price per each, in place, complete, which shall constitute full
compensation for valve, conc. vault, steps, conc, valve marker and all other nece-
ssary accessories for a complete instaliati on. Also the price per each shall
include all costs for materials and installation of vault waterproofing as called
out in T.S.-10 Section E of this. document.
J. Furnishing and Installing Fire Hydrant Assemblies
Fire hydrant assemblies shall be measured and paid for at the applicable unit price
per each, in place, complete, which shall constitute gull compensation for tee,
valve, valve box, spool , fire hydrant, shackling, installation of blocking, bracing,
drains, fittings, and all other necessar,.- accessories for a complete installation.
The price per each shall also include furnishing and installing of two fire hydrant
guard posts painted white, and the painting of the fire hydrant to City specifica-
tions.
K. Furnishing and Installing of Fittings
Furnishing and installing of fittings shall be incidental to the contract.
T$-21
1 TS-20 MOBIL OIL SERVICE (Cont.)
E. Reduced Pressure Back low Prevention Devices (p.p.B.P, ) (con t.) ,
Research Foundation for Cross-Connection Control of the University of Southern Calif-
ornia. If the backflow preventers are to be used on fire lines, they must not only
be fully approved by the Research Foundation for Cross-Connection Control of the
' University of Southern California, but also be approved by the Underwriters
Laboratory, Inc.
r A list of State approved Cross-Connection Control Devices 'nc lulled in the Specifica-
tions in the Standard Details.
I 1
r, TS-21 CLEANUP
Durino the time that the work is in progress, the contractor shall make every effort
It, to maintain the site in a neat and orderly condition. All refuse, broken pipe,
excess excavated material , borken pavement, etc. , shall be removed as soon as
practicable. Should the work not be maintained in a satisfactory condition, the
e7 engineer may cause the work to stop until the "clean-up" portion of the work has
been done to the satisfaction of the owner and/or the engineer.
TS-22 MEASUREMENT AND PAYMENT
A. General
N
Unit or lump sum bid prices for all items shall include all cots for labor, equip-
ment, material , testing, relocation and modifications to existing utilities, and all
f• incidentals necessary to make the installation complete and operable.
M B. Clearing and Grubbing
Clearing and grubbing of the project site shall be incidental to this contract.
N C. Furnishing and Installing "FiIN r Sand and Gravel" Embankment Material
The price per ton shall be full compensation for selecting, furnish, hauling and
0 placing the material as o4tlined in Section 13-3. 10 B 2 of the Standard Specifications.
No separate payment of any kind will be made for compacting, wetting, drying, water
or nrocesving of materials.
7
D. Fun.'.,hing and Installing Bank Run Sand and Gravel Material
The price per I-a shall be fuil compensation for selecting the source, furnishing,
hauling and placing the material as outlined I - Section 26-2.01 of the Standard
Specifications. No separate payment of any kind will be made for compacting, wetting,
drying, water of processing of materials. Also
included in price per ton shall be any required ditching.
E. Furnish;ng and Installing Drain and Culvert Pipe
The price per lineal foot for furnishing, placing and adjusting if necessary the
culvert plpe, size and quantity listed in the bid schedule, shall constitute full
compensatior for the drainage lines complete.
TS-20
TS-20 MOBIL OIL SERVICE(Cont.)
B. Vaults (cont.)
6" service vaults so as to have both 2" and 6" meters in one underground vault
and both 2" and 6" RPBP devices in one above ground vault.
The underground meter vault(s) shall be treated with waterproofing Zypex similar
to valve vaults.
The above ground R.PBP vault(s) shall have adequate drains and insulation or heating.
The vault(s) shall have adequate room for testing and repair and have a locked
cover. (See Standard Details for a tyoical installation.)
C. Detector Check Meter t
The detector check meter shall oe a 6" detector check meter and a 3/4" displacement
type meter on an external bypass. The external casing shall be mode of grey gal-
vanized cast iron thoroughly galvanized inside and outside. The valve domes and
bottom cases shall be bolted together with eadium plated steel bolts and nuts.
The detector check shal ! be a combination of an automatic compound lever valve in
the main line and a bronze case disc meter on an external bypass connected to out-
lets on either side of the valve Ldsing by brass or bronze fittings. The external
bypass shall have a gate valve on the inlet side of the bypass meter and a swing
check valve on the outlet side which permits maintenance without shutting down the
mainline. The mainline check valve shall have a rubber facing and the detector
check must be fully approved by UL Laboratory, rM Laboratory and ULC Laboratory.
The meter shall be a Hersey, or an approved equal.
D. Displacement Type Meters
The displacement 2" and 3/4" meters snail i-•e Colo water dis,_ or piston type meters.
Ail meters shali have an outer case with a separate measuring chamber in which the
disc operates. The outer case shall be of bronze composition.
Pistons or discs shall be made of hard vulcanized rubber, smoothly machined, of the
highest grade and of material having as nearly ;he same gravity of water as possible.
Trey shall be fitted accurately in the measuring chamber, shall operate smoothly
and freely. Disc piston shall consist of a Disc plate and 2 Ball Halves and shall
be equipped with a Thrust Roller and the measuring chamber slotted accordingly.
Pistons shall be one oiece and may may not have a pilot. The division plate may
be of stainless steel, brass, or ruuber coated. All meters shall be provided with
strainers. Ali meters shall operate under a working n-essure of 150 psi without
leakage, loss of accuracy or damage. The meters shall a Hersey or Carlon or
approved equal . Approval must be obtained piior to bid opening.
I
E. Reduced Pressure Backflow, Prevention Devices (R.P.B.P.)
The R.P.8.P. devices shalt be both Washington State Department of Social and Health
Services approved devices, both the 2" size ,d 6" size.
The devices shall be in accurdance with the Washington State Reguiations as approved -
on April 27, 1966, All backflow preventers must have rec^.ived full approval by the
J
TS-19
TS-19 HYDRO-SEEDING (Cont- i
D. Fertilizer
f Section 9-14.3(I) of the standard specifications is supplemented to include the
following:
'f A commercial fertilizer of the following formulation shall be furnished as specified:
All fertilizer shall be pre-mixed prior to bringing on the job. The
fertilizer shall be applied at the rate of 500 pounds per acre.
Available Soluble
f Totai Nitrogen Phosphoric Acid Potash Lbss/Acre
1 �
as N as P 2 0 5 as K 2 0
f *18.4% •14% *14% 500
Not less than *60% of the total nitrogen shall be derived from ureaform or
ore a forma l dehyde. Final mix to contain not less than *7.82 water insoluble
nitrogen..
t`.
Label shall meet requirements of Washington Commercial Fertilizer Act.
*Guaranteed on label .
E. Mulch
Section 9-14.4 of the Standard Specifications is supplemented to include the
following:
Wood cellulose fiber shall be applied at a rate of 2,000 pounds per
acre, or straw mulch shall be applied at the rate of 3 tons per acre.
Stockpile Seeding - All stockpile areas where the material is expected to remain
in place during the inclement months shall be seeded, fertilized, and mulched.
TS-20 MOBIL OIL SERVICE
A. Genera'
A special water service connection shall be made to serve the Mobil Oil Corpora-
tion facility. The service shall comprise 2" potable water and 6" foam/fire
water service, both protected by Reduced Pressure Bzckf low Prevention Devices
(R,P.B,P. ) . The 2" potable water service will have a 2" displm. meter and a.2"
RPBP device. The 6" form/fire service will have a 6" Detector Check meter and
a 6" RPBP device.
B. Vaults
The Contractor shall provide plans for the meter vault(s) and RPBP vault(s) subject
to review by the Engineer. The Contractor may have the option of providing sepa-
rate meter vaults ant, RPBP vaults for the 2" and 6" services or combine the 2" and
J
TS-18
b
TS-19 HYDRO SEEDING (Cont.)
f
Seeding shall not be done during windy weather or when the ground is frozen,
excessively wet or otherwiso ontiilable.
An approved type, hydro seeder, which utilizes water as the carrying agent shall
be used.
r
B. Application of Seed, Fertilizer and Mulch
C• These materials shall be applied in two applications.
The first application shall consist of seed and a nontoxic tracer.
r
t The second application shall consist of a homogenous mixture of fertilizer and
wood cellulose fiber mulch. This mixture shall be uniformly applied over the seed.
C
The second application of fertilizer of the same formulation and at the same rate
as the initial application shall be applieH 60 to 90 days after the initial appli-
cation of fertilizer; however, the second application shall be applied only
between March I and December 1.
M C. Material
Seed
Section 9-14.2 of the Standard Specification_ is supplemented to include the
following:
!r
A seed mixture of the following composition, proportion, and quality shall
be applied at the rate of 100 pounds per acre:
Kind and Variety Percent by Minimum Percent Minimun Percent
of Seed in Mixture Weight Pure reed of Germination
Colonial Bentgrass 10$ 9.8% 95%
(Highland or Astoria)
Red Fescur (Illahee 40% 39.20% 90%
Rainier or Pcnnlawn)
Perennial Rye 40% 39.20$ 9o%
White Dutch Clover 10% 9.90% 90%
(Pre-Innoculated)
M Pcrcent Weed Seed .50% Maximum
Inert and Other Crop 1.40% Maximum
TOTAL 100.00%
V
TS-17
TS-16 TESTING (Cont.)
t
C. Leakage tests
i
Leakage tests shall be made after the pressure test has been satisfactorily com-
pleted on the new pipeline or concurrently with the pressure test. The hydrostatic
pressure for the leakage test shall be equal to 100 psi . 4
TS-17 DISINFECTION f
Disinfection of the new water system shall be required prior to completion of the
f project and shall be in accordance with A.W.W.A. Specification C601-54 and Section
74 of the A.P.W.A. Standard ''specifications and shall meet the acceptance of the t
r State of Washington Department of Health. The initial concentration of chlorine in
the line shall be 50 parts per million and this solution shall be held for a period
of 24 hours. Disirfection of the entire water system installed or disturbed under
this contract, including pipe, pipe fittings, valves and appurtenances, is required t
t to conform with the specifications stated herein..
c
TS-18 ROADWAY
A 10 foot wide roadway shall be furnished and installed atop the finished embank- C
� . ment, the complete length of the project. The roadway shall comprise a �ruohed rock
surface course, 2 inches thick, installed in conformance with TS-15 crushed rock
surfacing. r
The crushed rock surface course 0 1/4" minus) shall meet the requirements as out-
lined in Section 23 of the Standard Specifications. The Contractor shall select
the source, but the source and quality shall be approved by the Engineer. Where
additional 'fines" are required by the Engineer, 5/8" minus crushed rock, meeting
specifications, shall be used, in lieu of (1 1/4") at no change In price.
The roadway shall be graded, rolled and compacted as specified by the Engineer.
Chain barricades shalt be supplied at 4 points along the project to control access
to the project site.
w
The chain barricades plans shall be supplied by the contractor, subject to review
by the Engineer, and shall include a heavy galvanized chain opeing across roadway.
Four (4) "Best" locks shall be supplied by the contractor, keyed to the City's
"RE" Master. The control points shell be specified by the Engineer.
TS-19 HYDRO-SEEDING
A. Genoral
Hydro-seeding to control erosion will be -equired on thi project. All disturbed
areas, all embankments slopes and areas other than roadway surfaces shall be h.ydro-
seeded. The hydro-seeding shall be performs, after all settlement has taken place y
and after the water mains have been installel. The hydro-seeding materials end
installation practices shall conform with Washington State Highway Commission.
"Washington 1974 Standard Specifications' Se;.ti.m 6-01 and 9-14 Roadside Seeding.
The contractor shall notify the Engineer nw: less than 24 hours in advance of any
seeding operatior and shall not begin the work until areas prepared for seeding
have been approved.
a TS-16
t
TS-15 RESTORATION OF SURFACES (Cont.)
F. Crushed Rock Surfacing
t. Existing shoulders, and existing gravel surfaces shall be resurfaced with crushed
rock so that a join i mum finished thickness of 4 Inches is obtained. The finished
surface shall match the slope, crown and grade of the existing surface.
Materials and placing shall be in accordance with the applicable provisions of
Section 23, A.P.W.A. Standard Specifications except as modified herein. Ballast
and maintenance rock will not be required. Crushed rock surfacing shall in all
respects meet the requirements set forth in Section 23-2.01 , A.P.W.A. Standard
Specifications.
Water shall be added during rolling operations as necessary to secure required
compact Ion,
The crushed rock may be spread in one layer and shall be adequately bladed and
mixed to obtain even distribution of the rock. Alternate blading and rolling shall
continue until the required finish surface and density is obtained. The crushed
rock shall be compacted to at least 100 percent maximum dry density at optimum
moisture content. Water shall be added as necessary during blading ano rolling
operations to obtain the required compaction.
G. Temporal MC Cold Mix Asphalt
MC Cold premixed asphaltic concrete shall be required in some areas for temporary
patching on this project, where deemed necessary by the Engineer.
TS-16 TESTING
A. General
Hydrostatic pressure and leakage tests on the new pipeline shall be made in accord-
ance with applicable provisions of AWA C600-54T or C603-64T and Section 74 of the
A.P.W.A. Standard Specifications, except as modified herein.
All equipment necessary to make the tests shall be furnished by the contractor, and
the contractor shall conduct all tests under the supervision of the engineer.
Any blow-off assemblies which may be required for testing shall be supplied by the
Contractor.
B. Pressure Test
Prior to acceptance of the system, the installation shall be subjected to hydro-
static pressure testing as follows - 8" waver main Q 300 psi , 12" water main 0
250 psi , 16" water main G 225 psi , and 24" water main s 200 psi. Any leaks or im-
perfections developing under said pressure shall be remedied by the contractor
before final acceptance of the system. The contractor shall provide all necessary
equipment and shall perform all work connected with the tests and conduct said tests
ir, the presence of a Utilities Department inspector. Insofar as practical , tests
shall be made with pipe joints, fittings and valves exposed for Inspection.
TS- 15
TS-15 RtSTORATION OF SURFACES
A. General
t
Roads, streets, driveways, shoulders and all other surfeced areas, removed, broken,
caved, settle or otherwise damaged due to Installation of the improvements covered
by this contract shall be repaired and resurfaced to match the existing pavement or
landscaped area as set forth in these specifications.
t The ends and edges of the patched and resurfaced areas sha; . meet and match the
existing surface and grade, and shall terminate in neat, even lines parallel to,
and at right angles to the roadway. No piecemeal patching or repair will be
allowed. Damaged, disturbed or otherwise affected areas as defined shall have
edges of existing pavement trimmed back to provide clean, solid vertical faces, free
t
from loose material.
,
B. Areas to be Resurfaced
1. Fxlsting asphaltic concrete surfaces shall be patched with asphaltic
..oncrete over a crushed rock base course.
2. Existing shoulders and existing gravel surfaces shall be repaired with
crushed rock surfacing.
3. Existing Portland cement concrete surfaces shall be repaired with
pc rt,and cement concrete to match the existing
C. Private Driveways
Private driveways, walks, and other surfaced areas shall be repaired, patched and
resurfaced as required for the type of surfacing encountered.
D. Maximum Patching Width
The maximum patching width in trench area will be 5 feet. Any patching done beyond
this limit ai ', l be done at the Contractor's expense.
E. Asphaltic Concrete Surfacing
The finished [catch sh:.11 provide a minimum thickness of 2 inches of asphaltic con-
crete over 4 inches o` crushed rock base course.
Before placement of the asphaltic concrete patch, the base course material shall be
shaped to the same section and slope as the finished grade and compacted to 100 per-
cent maximum dry density at optimum moisture content as determined by Standard
Proctor compaction test, ASTM Designation D699, Method 0.
�I The asphaltic concrete patch shall be placed over the base course so as to obtain a
minimum thickness after compaction of 2 inches, and shall match existing surfacing.
The asphaltic concrete shall be rolled and crossrolled to obtain thorough compac-
tion.
Base course material shall meet the requirements srt rth herein for crushed rock
surfacing.
Asphaltic concrete shall be hot plant-mix, conform.ng to Section 34, A.P.W.A. Stan-
dard Specifications, Class B. Asphalt cement sh,.11 have a penetration of 85 - i00
and shall meet the requirements set forth in apr,licable provisions of Section 27,
A.P.W.A. Standard Specifications.
TS-14
TS-14 WATER PIPE INSTALLATION (Cent.)
G. Valves and Valve Chambers (cont.)
The 12" gate valve assembly shall include - 12" Gate Valve (H,ixMJ) , 1" Bypass Valve
Assembly, and a Precast Concrete Vault. The City of Renton Standard Detail for
"Precast 12" Gate Valve Chamber (Note modifications in TS-10) and the Standard
Detail for the I'" Bypass Valve Assembly are bound in these specifications.
r
The 16" and 24" Butterfly valve assembly shah include - Butterfly Valve and Precast
Concrete Vault, The Standard Detail for the Precast Concrete Vault for a 24"
Butterfly Valve (Note Modifications in TS-10) are bound in these specifications.
1 �
Valve chambers shall be in accordance with Section 76 of the A.P.W.A. Standard
r Specifications except as modified by details bound in these specifications.
All valves shall have concrete valve markers with distances clearly marked.
The concrete valve markers shall be Lundberg Concrete Pipe Co. , right-of-way markers
r
State Highway design or approved equal .
H. Fire Hydrant Assemblies
Fire Hydrant Assembly installation shall be in accordance with Section '7 of the
A.P.W.A. Standard Specifications.
The Fire Hydrant Assembly shall include: C. I. Tee (MJ x FL) , 6" 6ate Valve (FLXMJ) ,
6" C. I . Spool (PE x PE) , 5" MVO Fire Hydrant (MJ Connection) , 8" x 24" C. I. Gate
Valve Box, and 3/4" Shackle Rod with accessories, and 2 concrete guard posts.
The hydrant shall be for a 6 foot bury.
Upon completion of the project, all fire hydrants shall be painted to City of Renton
specifications and guard posts painted white.
The City of Renton Standard Detail for hydrant assembly and hydran. guard posts is
bound in these specifications.
1 . Connection to Existing Pipe and Structures
Connections to existing piping and tie-ins are indicated on the drawings. The con-
tractor Must verify all existing piping, dimensions and elevations to assure proper
fit.
The contractor shall make all connections and tie-ins under the direction of the
City of Renton Utilities Department. The contractor must also provide any specials
required to make a satisfactory Connection.
Tie contractor shall be responsible for the protection of all existing piping and
appurtenances during construction, ar,d shall take care not to damage them or their
protective coatings or impair the operation of the existing system in any way.
TS- 13
r
x
t
TS-14 wicfCm rin INsrALl.AT)UH (Cunt.)
F. SPECIAL ANCHORAGE
f General
Ali free onus, bends, toes, laterals and any change in direction of piping
shall be adequately braced, blocked or restrained to prevent movement from
thrust by use of roncrete thrust blocks where applicable and/or shackling
,tie rods and joi,rr harnesses).
t t t
Concrete Thrust (docking
General concrete thrust blocking shall be in accordance with Provision ,f2. 14
Qf Section 74, A.P,W.A. Standard Specifice0 ons. The City of Renton
Standard Detail for general blocking is bound in these specifications.
t
thrust blocks Shall be prov, 'ed a, all changes In direction of piping.
t Concrete thrust blocks must be poured against undisturbed ground.
9. shackling
Because of the embankment of fill condltiun of hater line location ,ndcllinq
and/or special restraint methods will be required on this project. Where
_ shackling is 'equired, mechanical }oint pipe and fittings will be used.
Materials for shackle rod and bolts shall be a Cor--Ten steel alloy.
Approval of shackle rod material shall be obtained frcr tow rnoin,;er pring
to Installation.
after the pipe has been joined, aiigned and permanent), ta:Jle9, the ioinr,
;hall be drawn up to assure permanent water-tightness but not so tight as tc
„revent flex;bility to allow for some movement caused by vibrations, eApan
:tun an,; rootractfon, and finally any further settlement of the embankmer!.
Shackle rod, nuts and/o, harnesses shall be painted or .oated with a cold-
tar enamel solution. Special attention shall also be given to removal and/cr
covering of any sharp edges in the shackle rod so as to prutect the
polyethylene wrap which shall cover t:a entire installation.
The number of bolt,, and/or tie-rods required per joint, six of bolts and
ideation= ::,ha? ; be determined by the Contractor 6 reviewed by the Engineer.
special restraint joints such as a lock-mechanical type joint pipe and/or
:'fitting:; will require prior approval by the Engineer.
Contractor shall also note plans for locations of areas where special restraint
V joints, other Than those covered above, must be installed.
Jalves and Valve Chambers
Valve installation shall be in accordance with Section 75 of the A.P.W.A. Standard
..i
Specifiearlons• except as modified herein.
6" and 8" gate Valves ;hall ir;clude an 8" x 24" cast iron gate valve box and eaten-.mi •
If requlred by thr, con inner
a
s:-12
�~ �30' UTILITY EASEMENT
( STA OHO le".e" C 1.TFe INJ.�cLI
The fkJbll Oil Service Is an 9"4V(F L.W) ise .24' CI V 13OX
b a"NIPPLE 11LF
11" tap split Into 6" and 2" W t'14"G, TEt aLINO(MJ1 2"TAP
se rvlcts. The 6" service 2 s-. 6"REDUCER (MJIS 8)
G
wIII connect to a foami to O
1
system all require a NEW1 D I IT r
L MAIN
4te n ctnr eck ..eter and r m
• 3/4" B+Pass FMter. I Q UNDERGROUND
-I ME'ER VAULT
W
The 2" se rvite will connect m I � 2" LISP, ME TER
:o the potable water system
a Cr I s"aiEC TOR Lh
and requires A 2" displace- u I 1 MF TER
roan( muter. 5011. services
shall Le protected with a I � Y
Stale Approved Reduced im 1
Pressure Backf low Prevent Ion W z
Device (R.P.B.P.). q'� 'z ABOVE OROUN
HPBP DEVICE
rho Coo tractor shall provide' W VAUL1 7 4 i Arai
plans for below ground met• r`ty ¢ etvlces
vault(%) and above grounl ° I
R.P.B.P. vault(s). The
R.P.S.P, vault(%) shall
include Insulation, proper w I
drainage and locking 2�' ytiR'/ICE_
cover.
rr _—
1 � I
i
MOBIL OIL SERVICE
SPECIAL DETAIL
SD-I�
;r
TABU I fIMRE I
TJIryst at FlttirWe in 110 nd:, 7y"cal 'thrust Block l.cgat
M iw, n�1w L^rn4.,s'
w as1 re.a __
r-Y1 uY UY "1 tls- — = • ---- -^
IY uM am INS t11 [`
ale 11N 32!0 ixM fir_ 4075'l190 via
fy� ` �{ [�^'' Ip9,.••.. ;
aY am awe am 7t0
WO far 3330 IMO 111
-in ftr binra0 11/0
us 61011 /MI a101 IY1 \
1 on flit PY an lm
t'-lr OII rr s
M_Ir AN*OW am no
rr"a
rM 3m
_ "it Lim Mr fre
te'—YY IYta MM IYr s10/s �
110 17 1 MY `
IY IIMO ismMi0 IYD
no IIxY_ I1b0 14f0 _ MIo
1t'-10 IM00 IMM.__.._ IMW S3W
Ir 11100 IMW (tire VOC
ISO11am r1100 :am 11110
M 17M0___ _iMM 13M0 Hx0 er"PW to- Y 100W Isiso UW 1270
100 NOW M UIW 7110
IY Sim M1M 1f500 1110
aR 1300 32WI 17IJO
Vale
IW IUlm'm 1100 11+W I10W t
tY rllM now :1rac 1Mco -
M0 7MW ISam 211W IISW �,�
r'- aC 1M00 :2M--IMW _- 1;lW
Ir 10300 13s00 111W Iis00
so "M 11100 NOW 11100
fo1 YMOas X?W Sim Ulu 14302
xliw „IW IItOL
IN M!M 54101 SUN 15100 �10>•
IN 13000 0MM 12M0 111W J j�
30,0 n1M_ sf00/ WIN IsS
N"--. le— u1W iow .1oM 232M
IM W00 Y'IM .1200 1xiW
IY 11100 1l WO 11100 tOiW
tW Sta0 17" u700_ _*flea •� ..
sy M Stall)WSW MOW 67M ax100
IM M300 11lODD 111M 24100 —'
M M!M 1176e0 14M 1190
7s0 _ IO/WI__IMUW___ IIIM 4I40
r'- is new 1610M SIM MCI
Its I210M 1"M Mir 11/1111
ISO uMM IMOM It"U Yfr
fr 1I1011) t1Yr 1160111 U391
TABLE It
_'afe_e�azxnu Loads is Lb/Sa. rt.
The sate hearing 1t,.7s given :n the ,`utloeiaq t"le are for
horizontal U.r. sts w➢:cn the uo,th of -over o',er the pipe erc.�!�
4 feet. '..AFL SLARIBO IA AO
SGZ,� fia. nor Sa.Ft_
-Muck, peat. etc.
Sclt clay 1,000
Sand 2,000
Sand and gravel 3'orc.
Sand and gravel cemented with clay 4.000
Bard shale 10.000
-In m„ck or peat all thrust* are restricted by p•Ies or tie rods to
solid foundations or by reoval of muck or poet and rcplacment with
ballast of su Pficient staLility to resist ttrusts.
Blocking Page
SD-1]
D. CCALCUIJITION SU ATIONS
Maximus operating prrssur� 1.5 x normal operating pressure
Area of concrete (A) T4VMt in oouftds _ = T
Safe searing lord in Mlu ds/sq. ft.) SHL
Maximus height of thrust block (ff.) - Depth of trench ig1 feet - h
2 2
Depth of concrete thrust block . (width - trench in feet)(wtside diameter
�f Rite in teed
2
2
2
Maximum length of thrust block (IH) . Area of Concrete _ A
Maximum Height He
Required amount of concrete icu. yd.)
(Height x depth x length)x0.03704=(NxlmxDc)xO.03704
f:. jixAMP;E
1. Prob}em: calculation of the amrmnt or core-ete required Co block a
90- bend in an V C.I. war.ernainr the normal operating pre-sure in
the pips will be 65 pal and the soil condition in the area indicates
sand end yrawl.
2. 5yli_t1 ion:
Msx Lout operating pressure = 1.5 x 65 - 97.5 psi
- Outside diameter of D` pipe • 9.05 in. -- 9.05/12 ft.
.o to Table Is The calculated maximum operating pressure is
97.5 pot, the table does not list this figure ao we take the first
figure in sequence being 100 psi
ror an s' wterpipe, having a sralaso operating pressure of 100 psi,
we ace that the thrust on a 900 bend is 5,420 pounds.
-k:n to Table II: Table If gives 'he safe beffrirkq load frr sand and
9ravel i,onu Ur/sq.ft.
-CA, to Figure f: irigure I indicates the positim of the concrete
for blocking the 9n* raid
-Go to the specifieaaions of Na project and find depth of trench (h) n
3 foot
Width of trench (w) • 3 feet
With the shove alu sibled inforeation we proreed to the final
calculations:
-Area of concrote (A) Tb_ru)1t $420 = 1.90 sq. ft.
Sato searing Load 3000
^Max' -)ght of thrust bloc IHa) . Depth of trench = h 1 1.5 ft.
2 2 2
-Dept. w-ate thrust block (De)
wide: of trench in foot (w) -_Dlitaide niesnc .r ref Pius (d)
2
2
length of thrust block {Ion) . Aloe of Concretg -.A 1,0j>-).2 It .
Height of Conc. 16 1.50
-s<,.( .-red amount Of concrete - IHeiyhtxDepthxlangth) x 0.03704 e
Il#t x 1, a Dc) x 0.03704 . ft., x 1.2 x 1.111 x 0.03704 = 0.074 cu.yd.
?!-w king page 2
SD-12
STANDARD DETAIL FOR GENERAL BLOCKING
�!WRETE Pl,—K1NC, SIZING PROCEDURE
y
A. CeNERAL
The Amoun•_ of concrete required to anchor horizontal bands, teas,
and dead ends depends on the strength of the soil. The methods of
Placing con' :te to keep the joint accessible is shorn in Figure I.
.he area in square feet of concrete which must bear against the
side of the trench is focnd by dividing the thrust in pounds shown
1 in Table I by the safe bearing load of the soil As shown in Table II. - 1
P- ^ "7,R A
- The sizing procedure is for horizontal or downward thrust only.
- "eight of the thrust block must L equal to or less than 1/2 the
delth from the ground surface to the Klock base.
- T' thrust block Nearing phase is approximately rectanqular.
cancrste blocking shall be as p.+r APMA specification 74-2.14.
C. SYMLS
d- Cuts:de Diameter of ripe in Feet.
T . Thrus_ in panda at Cho fitting (Table f)
SAL. Safe bearing I<.ad in pounds/sq. ft. !Table II)
h . Depth of trench in feet
M . Width of trench in feet
A . Area of concrete which must bear Against the side of the trench
in sq. ft.
16. Naxiaus hoioht of the thrust block in feet
Dc. Depth of ncrete thrust block to bearing surface in feet.
1sus• Maxia-m let; �f the thrust block in feet
I
H _h7
W
!locking Page 1
SO-II
N�F w
Pr er
f y.n.'.f`' dam.• r
1
f TYPICAL TRENCH
�.. *P I
I_ �MEc« PLACED PIPE DIMENSIONS
NANO PLACED
t !ELECT 911FILL� s I R PIPE
...e. IV111M1IH10M•-WCI!
•1% PROCTOR ( ,r I •++� s,er fW • • ,. 6 w 1
COMWCTION I • !t ra Isae rrel qv s'rr. t'v
):1
E __- t
• + +J
EC OOINO (K NEC ptA�) T 1 t n
•• olo - � Is n n u w le
—LIMITS OF AKFILL PIPE -ARCHES
P.F• A= cap DIW MSKIII•-ntMR!
n,
_. P�M G"+�* w el i 101. re. i 1el Ih}4. f'W T'1N
I N u cOCO' K +q 1 • I• b •e
N s W q R16 +c
tb M1 OOcO �• •'A u'h G +x 61
t 0 Oli i+ •W IG �14'btt' 54
•O W
s Tx [ IDS R wW I191Al 16 ♦6
Se •1 O...K' ., IxYo in A6 101
H N OI" IT I+ !• S_4
c• +O 5 x li W M
'1T + 15' Il T R ll IS HL
CIRCULAR PIN I PIP% -ARCH
Olow1•E•r SPCA
r� I '1NI.IIipM' '4w Y_�•11.I n•iair�f
M m.wrT Wr»anlu
TYPICAL INSTALLATION o»bec•..I„pIFMN I �+A' 'Y��Ns�a"� .
CLEARANCE BETWEEN PIPE5-MULTIPLE IHSTALLATIONS`
i
SECTION ON ♦ OF Pi Ps _--
I LNGINEER WILL SUPPLY CUT SHEETS
FOR EACH CULVERT
2- ROUND B ARCH PIPE MAY
BE INTERCHANGED ON APPROVAL STANDARD DETAIL
OF ENGINEER
S- RELOCATION Of CULVERTS
MAY BE REQUIRED AFTER DRAIN a CULVERT
SETTLEMENT PERIOD
s�-Io PIPE
{BENINL CURB OR SIDEWALK
6 0 B•'
O APPROX 18"930'.16` METER BDx-
;I ALVE BOX- 31,
11 i a
A {
cs JI F(
I}�T 1/4" GRILLED HOLE
- -
C
M \-8"_2" GIILV. PIPE
(NOT TO SCALE$
'DOE ITEM BRAND ANT DESCRIPTION
A2 UP E_STRAP SERVICE CLAMS MUELLER I NOTE- VALVL IRON BC."", 2" SOUARE
B2 CORPORATION STOP MUELLER H-ID013 I OPERATING NUT
JI 90' G_ALVIRON PLAIN ELL _ 2 2REO PEP SWING,
R CLOSE GAIN IRON N'PPLE I If REG PER SWING)
C GALV IRON WATER PIPE VAR
M 2 GATE VALVE IS x S I LtALI_ER A-238- I SEE NOTE
N 8.24 CC 1 GATE VALVE BOX IOLYMPIC f
J2 90' GALV. IRON PLAIN r WITH r--- -
114" DRILLED HOLE -- I STANDARD DETAIL
S 2"■ 2 1/2` ADAPTER (IP! ■ HOSE) -- -- ----- -__ FOR
wITN cnP aNc ci+ w�� " v--- 1 211 BLOW OFF ASSEMBLY
E CAST IRON METER BOX OL7MPIC • 5112 1 I
mAfER1AL LIST:
I- DETECTOR CHECK OR DETECTOR METER
-- .• .=+n,— -.--�--� 2- CAI VALVE IMJ,FL) WHEELHANULE
P•. / 0 ',J 3- OR ;FL9 FL) OS;'/
'• 1 I I 4- C I. 8`LONG ADAPTER (FLYPE)
5 - CA FLANGE COUPLING ADAPTER
2 4 5 I 3 6 9•. 7 6 - Cl TEE (ALL FL i IF USED FOR FIR.DEPCON
I'''•.�:-:':--r' .1' � 1 7 - Cl ADAPTER( FL+0c) OR ( FLIBELL)
I
8 - SHACKLE RODS a ANCHOR PLATE
VAULT
I VAULTCONSTRUCTION AND REINFORCING
SHALL BE AS TOR LARGE VALVE CHAMBER
24'
MIN y '»�I MIN La-
MIN. 12" LID AND RING SHALL BE OLYMPIC
MI,N FNDRY • OR EOUAL.
4"RING AND 36"LID WITH METER
READER HOLE
;4 B ."ih. ✓/ $o4.c" .>roia�wid/,✓r .ran6cJ
�3'-8•wN . . ,.
A -LENGTH OF DETECTOR CHECK +I I/2'
—12 MIN. 8 : » . +9-1/2
NOTE
1�"'• •.L,... IF THE DISTANCE BETWEEN MAIN-VALVE
;' I •I 124 AND DETECTOR CHECK IS LESS THAN
18-MIN. 50', GATE VALVE (2) AND ADAPTER (4)
., -- I •
1 CAN BE DELETED.
ALL DETECTOR CHECKS OR METERS SHALL
�•. 2 MIN ,.� BE INSTALLED BY CITY FORCES.
r.� .•I
I STANDARD DETAIL
FOR
DETECTOR CHECK OR
DETECTOR METER
'D-8
i
i
f
I 7"
b
Reduced Print
iA-Ell -ti no NOt Senile
f e (LvfgYai StOI M 4if• wit '
(YLr JN N M (N '•�'_�
v
IWHS >[r _ Ci.. or •
_ _ - l.e .....
(o.o wnEn .ff_ne ,fs n. • y AtiD ARD D 5 v I ,V I i.
La 1 [lflf .,r r) �LWfs J Vi ..
r
Yl'V
SET AT GROUND SURFACE
ELE 18.00' MIN
VAULT �' I j MIN
11AA TCONSTRUCTION AND
REINFORCING SHALL BE " • 24�MIN.
AS FOR LARGE VALVE " 18 MIN r_
CHAMBER ELE_ 14,00' . o
O O O
G _,I
.�.Q IIIIl�MIN �
LID AND RING SHALL BE I+ O O
OLYMPIC FNORY • '3822 I ! 0 0
WITH TYPE D LID OR
EQUAL " 24 MIN
"
MAN
�.
. � r
PERMA -STEP LADDER WILL BE REQUIRED
STANDARD DETAIL
FOR
BUTTERFLY VALVE CHAMBER
16+9 UP
CAST- IN-PLACE
6
NO. 4 BAR AT B' O.C.
j -I --�N0. SOAR A'f S' O.C.
' I — N0. 3 BAR AT OPENING
KIN
� I
_ J '
_ I BOX REINF
1 l
31!4- I14 MESH WITM
N
see• J NO 4 BAR A 12 " VERT.
NO ! BAR AROUNO ALL
OPENINGS
1 _ / SET AT GROUND SURFACE
,. E-E. I8.00'
uJ
. 11 jIIx
4 I, y
16— //o
�O• STYROFO AM .
1 ELE. $4.00'
�
3 I
— j 1p
It
� Ll - .` -
6 O
"Mz DIMENSION, SMOWN ARE MINIMUM STANDARD DETAIL
Iron 24' SUTTEPFLY VALVE, VALVE FOR
CONC EP NOCo, INC `ACOMA),` LARGE PRECAST CONCRETE
CdICRETE J, IC , 7AC OMA),
oft APPROVED EQUAL BUTTERFLY VALVE CHAMBER
+
PE+iMA - STEP LADDERS WILL
BE REQUIRED
Sp-5
J
i
J
OLYMPIC FNORY
12 MN. A CASTING • 5822
lows VATH YPE D
LID OR EQUAL
LADDER IRON
160 0 C
B. ;= 2
( 2. 24- Sol IS
BRICK R GROUND LEVEL
•HOLE OLE 3-8 MIN.
ALL CON(. Cr 5(1.1/2) I. E LE . I S.00
A
1 24•mim • i l/2'ANNU-
ELE I400' AR SPACE
i
I 11
� I I
EXPA-
NSION JOINT
MATERIAL
5'-0* FOR
5�8AR5 ?4'-
4 CTS
SECTION A-A
T _ EXTRA
BARS
f
S O BARS 64CTS.
�L EXTRA BARS
DERMA -- STEP LADDER; WILL. BE REQUIRED
STANDARC DETAIL
FOR
LARGE VALVE CHAMBER
CAST— It' - PLACE
i
CILYMPIC FNDRY.
CASTING + I
WITH TYPE —_
LID OR EQUAL
CONC RINGS BLOCK
OR BRICKS (TYP)
MORTAR (TYP.) GROUND LFKEI
r
ELE. 10.00
21
..'. 24" MINIMUM
y.;
40
i
— -- ELE. 14.00'Mtn
f 2 q
� 48' I $�
r �
LPRECAST VAULT SHALL BE STANDARD
12" VALVE CHAMBEi ( LUNDBERG
• CONCRE fE CO INC., I"ACOVIA ) *, i H
I- 12" ADDITIONAL SECTION OR
APPROVED EQUAL
rr
EXCENTRIC VAULT LIDS d NERW - 'C
r, LADDERS ARE REQUIRED
STANDARD DETAIL
NOTE FOR PRECAST
W
O 1 EXPANSION JOINT MAT'L CONCRETE VALVE CHAMBER
(STYROFOAM) AS REO D FOR 12 GATE VALVE
(TYP)
o �
(-2" MW FIN;SKED GRADE
SHALL INCLUDE J.._ �
HYDRANT EY.TENS
' WHEN NEEDED __
I
OLYMPIC FNORY
- OR EQUAL CI
WLVE BOX
6" C I SPO4DS --�
GATE VALVE(FL•MA
CONC 3�4" HACKLE , CONC
BLOCKING-- 4, j BLOCKING
•tt
I•I/2"WASHED GRAVEL X• 6" TEE fMJ^FL)
—L" � • ••16. 4" CONC BLOCKING
HYDRANT
2'
HYDRANT GUARD POSTS SHALL
BE S rATE OF WASHINGTON DEPT.
OF HIGHWAYS DESIGN OF CIRCULAR Z' f
PRECAST CONCRETE GUARD RAIL
POSTS
O GUARD POST (TYP) O
'LL HYDRANTS SHALL INCLUDE
2 GUARD POSTS. HYD. 9 POSTS
SHALL BE PAINTED
STANDARD DE TAIL
FOR
HYDRANT ASSEMBLY 8
HYD. GUARD POSTS
s o-.
LIND AVENUE
S W-192
10010 SOL-MCX17TX11 rAAXTPAY _
M. A. S£GALE, INC.
es
DATE
SOLD 7tD .................
....................................................
DEUM
OUT
ovm7w,
— sod
c'.y --
C4
T..w
- cross wmw Los, -
rnrrcc --
ner . y --
„`
n '
:.`17D BY ANOtATf
SALES TAX
D11�ND1 TOTAL AIR.
n h W*6' o"y ftn WP M A.3lGML b.!btr.rw n+r dainaP.ro.�,vbl r
w:Ls. IW*d ro w Prpt. PrPp.rry �n tlM1 MJ�
MnN Inw.le..
t
IMu sounKawm )AAAWAT
18010 sounicmfm
)AAAWAT ffiIT. WRAC MI
M. A. SEGALE, INC.
' BA "200 DA1T. _................................. '
SOLDTO: _. ....................................................................
..--_. ....._. ....................................,...............I.................
.
DELIVER TO: _ ---___._..:._._..,. _ _.................................................
Mom tom IR
OVANTRT ICU,TDSj TONS S=i vfulwfi(.x )MIS I AYOVNT
fp..aLtt
rt Au>.
DNI
�sa
_OA06S WF7fiN'I LAB
_Tacxz VIERM s LM
NET WEIGHT 1JB
RWD By AMOIOIT
uam TAX -- —
MTAL Art.
A,.p Oc lly"t that M A.MOALL ING.�l na
M IM ko bt a d. .to drub0.ty,town.Yry tld.
tryl , t..1.t,Y M P.-`W. Crowty In d.IMrirq p
.WW AdN lb.m tAw 1m . L
P"pw�
ywnytY • b,•ao�a aw�.a &..P w +1A•
aoP N? 'awnay'4MVn.N e.�MYwO sue.°I MVA:N
•awv sva
ZVI S1
AlI xm I—
oa .— Ai a-,m
7f1 AflFffaM SSIOY'J
_—
WA ——
•a w
— Irmo
aanonr xmtd wownexaa I aas wcu aA�ro Answr�ro
.... ... . _ _ _ of t UMO
................................ __ . __... ......_
._... __.. ............._....I........,........... _. . :pl Ms
*OM '3FlVV3S *V 'W
IMM WVA% 'UM AYdsfiYd ==L RLIoi iIM•
�twUrid uLmnomos O MT
10010 00Q}NLprm 0AIMPT MINT. WAON. owl
M. A. SEG 4IX, INC.
• BA so0 , DATE ..........
SOLD TO: _ TQ ._ _... .... ...................
DEUMTO:......_................ ._ _ ..................................... .......
_.__..
m Ml TM CK"
I
caAM!Rf MMR roNa I s¢c rNECllvrroN MUM AWXW
M.w!
— -- )tier ---
DM=:iJ
-
-----
ROM 0T AMOUI!!
S1UlS TAY _
a
N N .1i,Wp d M.A. SFOAIt.INC.,010 nsl
M Il bM"ar +.yp nol.to�h-bb". 0.,coy Md.
wAA dw «gym. Pn " d,ii.Mp
mer«vll III.0 e.oy.m M.r e�mllwa B
LIND AVE. S.M. s S.M. 29TH ST. HATER MAIN PROJECT (M-192)
t INSPECTOR'S DAILY REPORT
WEATHER ' DATE
SCHED10.E II-A
LINO. AVE. S.M. 12 35 to 3852.49
1. 24' D. I . Class 1 IT.J.) Water Pipe in Polyethylene
Encasement
fie v. it]. Neste le testnGa.
4 T' utter Ye ve N.J. In Std. Conc. Yau t
4. 12i to Valve T In Std. Gonc. Vault with I
9 Pass V Iva A en�i
Gate Ya ve LzMJ
6. ' MVO Corey T pe, Fire Hydrant Assam y
for 6' Bur
filter Sand and rave m ankmentMateria
Run and-�-e Cravel E an Mont Maier a
Crushed Rock
Concrete10. B oc12 kl,� .�
1 . I, x 131, �el Dra
' x Arch "-«ru eted Meta rains e c ___
13.
' z rGl�orru�a to Heta� pre negt {pe
COMIE1111'S:
SKETCHES - Diary Page No.�
INSPECTOR
POSTED DATE __BY_. _