HomeMy WebLinkAboutWTR2700192 LI ND AVENUE W-19 2
I
T
I
f
SPECIAL_TECHNICAL P'.OVISIONS___ CONT.Z
d. Maximum Patching Width
The maximum patching width in trench area will be 5 feet. Any patching
done beyond this limit will be Boni t. the Contractor's expense.
e. Asphaltic Concrete Surfacing
The finished patch shall provide a minimum thickness of 2 inches of
asphaltic concrete over 4 inches of crushed rock base course.
Before placement of the asphaltic concrete patch, the base course
material shall be shaped to the same section and slope as the finished
grade and compacted to 100 percent maximum dry density at optimum
moisture content as determined by Stnndard Proctor compar_t;or test, ASTM
Designation D698, Method D.
The asphaltic concrete patch shall be placed over the base course so as
to obtain P minimum ,tIckness after compaction of 2 inches, and shall
match existing surfacing. The Asphaltic concrete shall be rolled and ;
cross-rolled to obta n thorough compaction.
Base course material shall meet the requirements set forth herein for
crushed rock surfacing.
I
Asphaltic concrete shall be hot clant-mix, confor-,iing to Section 34,
A.P.W.A. Standard Specifications, Class B. Asphalt cement shall have
a penetration of 85 - 100 and shall meet the requirements set forth in
applicable provisions of Section 27, A.P.W.A. :tanda.rd Specifications.
f. Crushed R;ck Surfacing
Existing shoulders, and existing gravel surfaces shall be resurfaced with
crushed rock so that a minimum 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 pro-
visions of Section 23, A.P.W.A. Standard Specifications except as
modified herein. Ballast and maintenance ock will not be required.
Crushed rock surfacing ;hall in all respects meet the requirements
set forth in Section 23-2.01 , A.P.W.A. Standard Specifications, except
Ow crushed material shall meet the following gradation:
U.S. Standard Sieve Size by Wt. Passing
1-1/2" square opeO ng 100%
1" square opening 70-95%
1/4" squire opening 15-70%
0200 .0% max.
rS-Page l0
r
i
C�
-iv i -�
CY G�v
__.4f 1
� vv � i` lei10r
• USt SIDC RC Y 1111�W1ER9NED. /ASrr YLt OM SMet S L
1(nrnml nC'. rw. .•.. — T"- .r n. .U:.. •. 1 P.Y a .. ..wn ..
t !
1 n-r 81 rL
hl
YY5K7 SODWJ I u n�51'r.9r �___ L�
1.10 wW@ 1 Icl. L3@ Yol Y1J I;d II.S Is..
/ 71 T.."it
DIM
' 6 .Dols � 7.1 e3 015,���-r -
n .;r I 6 :m •„ i-�.- 5@ 1.1� . I I I x I : o I s s
r c 6 1 r 75�-'�"-t.—E-•_—h ..----1
1 I 1 I 1 Ltl 2.0 I S 9 ---
r r.•3 IDLrco 497 55 Y6 W _5 =6 Y°
I i 93 4 JL-~'1 I locr915 �—T�—.—j a w tl; r.
1.51s 5=2ba- -_Sa�__ 76
11956K�SSw�� I D6 I)i � Y .- --... --- `r v,'.1 •'!roSm' '°..0'7�5 I �111)
'DYO 4 0027r !
erg I
Ei
Tldl^SS i581 lul Yq n- U1—^lit 1 298 IB.S 7! P 0 e 0
0 6 49_---L.. 3. l
T JET--�---�-�---;-I I--�-�-�---�
See oeyr h f.� n.nr+ _•-- - �
isu. �...,,� <r�. I� . <e. � '! � t!�''':. 000—� . j oo.x�x��'I ala I L�s --i. _I �•�_ � ss.v r. t
i rac torw too•m o:oz a Iv 3o zt 3 f I
_ -
1 11H2O :I if.ia 1?•3 14 10 30_ I=LI 2.. 1} � .4 ,]_ f.e _
{—r-5 lu-v5 sse»s5 a,ts zv w es lv.I .I ;v�i 1
I 1 I .owe < .wta, f_ ow� 5zs 1 f -a n 9f t
,•--r.t... .,r__ :.)o 57 —1 C..__.r.179`IIS.o�_I0.0
P 5,1 yno__r tP 00 I� 3� y r � e• I t.i I ].9 I �— I
23
r fazwo 3sr•5 1 .:� �'l�yq) L10 19 z r�
1 I j aolo73,l ow�.p s -
L_ ':21•75 x• .:3 Y,S to* if g I 1 �.�i
t.6 e 2,1 _
�ava f9flc a' I 5] as �], 5 13�
II<{-R. xv5•u v to > .n I1 1<.=� '
_l201 rr
-
_ .a2i�_
I I
is VA f41 A4 fl a yI It,o jI.?
I
I _L.�_ I_. J 1 r:. ra o1�,._s—L'=i•s L o]` I I _._L_� h)_r �.�+.—rr
('�'-�9 '4 }w..�—}gyp•" . e ]—�1_�_.. -_ _ --��—�.��'•
1 I. _p,
t _
Ife,_. �to ,t0!z •n 33a aoa afs�ysf e sca_ t i �_ --�_ 5 _ �L _ —
It
�l-fl=�_._:_�<.. �__t_.tL.S.�:�a;,�••�_ __ .... �.. I _ I I r T <_I. � �LL_ I _ ._ ! 1.-'�-�
TADIL I FIGURE I
Thcust at Pitti�rna�s in PoSl:�nds: Typ,�5/7�y�t ela_•k t,ocations
r—IM Itm 1120 ■1 474
to t770 10M Inc sitlots
"`--
lA told n" It" _ $M_ VIMMM:• •CTJ �0. `�4 —I Vag 21M HM fN �1
1M am nu I4N iM
NO
O NN »b _ 1101 ale
41---100 3130 s4M 2030 lEm
no 411111 NM 310 16M
110 47■ e10 ■■ IM0
r—M NM -"to —Wie 10N
IN ow M70 6344 AA ��, ■
O arm
_ li1■ _ 30 N fOM
W-- 10 MN 134M 7310 Was
'M I. A 14400 7090 WIM
tagII3M 1NN solo 44M _
7m 1230 114 _ to_ 1430 uswam e4a
III*— is 17100 It{00 INM SIN �— a�Yilu1M1�
IN NN I time Ilim 07m
IN INN
It3m 4]id
No I7IN 24400 171M 120
W— N Is600 36300: 14m0 7270
IN 14N0 m IS3m 1140
IN 216M 3p_n IOSm NN
Is - N 24WO I'll" IS400 1370
IN 237M Nam IV" IOWL IN I7Im 31400 IW loom t `�•
am >o0 .f1od i22M .m- ,■.,,,
It W NOW .2400 Elam 11700 --
IN 3230 45400 24100 IISM
IN t3000 41500 24t00 13700
Sm 1341M S{Im slim 14W0
an -—�5y ]3i0V ai1G0—i�1u0..T iiiQi
1M 197M massM40O ISm0
IN 410M 6090 33W0 1NM
fM 314c'_ s10M M300 NSN
14 N Slim 74000 N000 low —•
Im Nsm so" 43M 23200
IN $Im 4n" #I= Ulm
I00 NS00 Mom 11106 HIM
as W 124M II/M0 4310C 22N0
Im slim Ifmm 67140 34400
ISO 167M 1370m 7NM 371011
NO _ IMMO__ 13nOm__false 41400
■"- N I'WO 1670W Mom N1N
IN TOW 171m0 1/WO M00
IN 1290L0 117M0 IMOM 141m
am 152M timw IILnM Slim
'I,.MIX II
>af4 Hearing Lcd_:c in "/Sg. Ft.
The sate bearing loads given lr. the following table are for
horizontal ttlrsts when the. depth of cover over the pipe exceeds
2 feet.
sort efaAiN: ulna
SOIL " per fig.Ft' .
*Muck, pest, etc.
Bert clay 1,ObC
Sand 2,Ur7O
sand and gravel
Sand and qravel cemented wi.•1 clay 4,000
Hard shale l0,00r
*In muck or peat all thrusts are restricted by piles or tie rods to
solid foundations or by removal of muck or peat and rlplaenent with
ballsat of sufficient stai.lity to resist thrusts.
Blocking Page
D. C.SI011ATIUW_ZUATIUHS
Maximum operating pressure i.5 x n meal operating pressure
Area of concrete (A) Thry�t !n l.ounds __ T_
Safe Hearing Ioxa in Ipoumds/eq, ft.) SAL
Maximum height of thrust block 11L1 Deeth of Lreneh in feet h
2 2
Depth of roncrete. thrust block (Width of trench in feet)(outelde diameter
of nile_in test) _
2
2
■
Maximum length cf thrust block (1%) - Urea of C53ucrete A
Maximum Height Hm
Required amount of C<xtcrete (cu. yd.) _
(Height x depth x length)xo.03704.=(HmximxDc)xo.03704
x• F7i1.ltlF.l&
1. Probl men: Calculatim, of the amount. of concrete required to block a
900 bend in an e- C.I. wtersain; the normal operating pressure in
the pipe will be 65 psi and the soil condition in the area indicates
sand and gravel.
2. Solution:
- Maximum operating pressure - 1..5 x 65 • 97.5 psi
- Outside disaster of H- pipe = 9.o5 in. - 9.05/12 ft.
- ;o to Tablx 1: The calculated maximum operating pressure is
97.5 psi, the table does not list this figure so we take the first
fiqure in Aoquence being 100 psi
For an H- eaterpipe, having a maximum operating pressure of 100 psi,
we, see that the thrust on A 900 bend is 5,420 pounds.
-Go to Table I1: Table 11 gives the Safe bearing load for sand and
gravel: 3,0oo lba/sq.ft.
-C.o to Figure I: Figure 1 indicates the position of the concrete
1+.r blocking the goo band
-Go to the apecificatimc of the project and find depth of trench (h)
3 feet
Width of trench (W) . 3 feet
With the above asseenleu aformmtim re proceed to the final
calculations:
-Area of concrete (4) il�,t 5420 • u.So sq. ft.
Safe searing Load 3000
-Maximum height of thrust block (14„) Muth oC trench Ji • 3 - 1.5 ft.
z z z
-OeptA of concrete thrust block fDc)
WSAth of trenoh In fgit (W) - CA tells Vtm ter of Fine (di
2
3 - 9.05/12 • 1.12 ft
2
-MAXIMUM length if thrust block (I*) - .}i0Q' 1.3 [t.
Height of lmc. 1.50
-Poquired amount of concrete (HsightxDepthx1anyth) x 0.03704 -
Ifys x I% x Dr.) x 0,03704 - 11*5 x 1.2 x 1.1Jt x 0.03704 + 0.(174 cu.yd.
blocking Page 2
STANDARD DETAIL FOR GENERAL BLOCKING
coNCRETD hbxKLNG SIZING PPOCEDURE
A. GENEM
The amount r. concrete required to anchor horizontal bends, toes,
and dead ends depends on the strength of the soil. The methods of
placing concrete to keep the yOinL accessible is sh wn in Figure I.
The area in square feet of eoncrete which must bear against the
side of the trench is found by dividing the thrust in pounds shownk
in Table I by the safe bearing load of the soil as shown in Table II.
B. CRITERIA
- The sizing procedure is for horizontal or downward thrust holy.
- Height of the thrust block must be equal to or less than 1/2 the
depth f-u the ground surface to the block base.
- The thrust block bearing phase is approximately rectangular.
- The concrete blocking shall be as per APWA specification 74-2.14.
C. SYMBOLS
d a outside Diameter of rife in Feet
T a Thrust in pounds at the fitting (Table I)
SBl.. Safe Bearing Load in pounds/sq. ft. (Table II)
h • Depth of trench in feet
W • Width of trench in feet
A . Area of r.oncrete which nurc bear against the side of the trench
in sq. ft.
Hm. Maximum height of the th:-ust block in feet
Dc- Depth of the concrete thrust block to bearing surface in feet
rm- Maximum length of the thrust block in feet
IIM.vD irw/wt/
h`
_• I371�"s%Yl"
� W
blockLng Page 1
li
;a
-Ja
5jC7j2 7 33I
sn
Sp r� 1,s C1o, 3oc�
/vu� uao `1H179,
N
SA j3, :ts
Lo i
r tj
o4tliri- ) Ocr,- -,-
! Cz
J
J 16s
fII1 � V�J
Zyt I Q) JZc9U 1hS J
� P
f,;1.�ACw/�//LG. �l 21 N J ,:r� 1.. �C.a-✓•t::.
,'�-/Y C/.� ! /�U�/ e/,y.QJ /d n,�v /✓de�'f J'�.,,J r�.� (1� _.._ ,..Y�J / Y✓���
�, ,V C'l Y � ��L7 N.. �!«�A.• c. tt_� �CIT'�-'s
yPic
y �
Z75 . (
V
_ ✓ 7CCl.lf4!'F.�rr ..�..f.. �-./r''� � �vP, � 5(.�
4
Z-7-7,
125-2
70'�
lz5G x 71Z
7
4 i:-Ce .. C
ra tr
ri
i
�2
_"--
1
liF:l C�41
C)o ,
L'
TRANSMITTAL MEMORANUUM
N.E.2011&14dth AVE.N.E.
SERVICE ELECTRIC CO., INC. WOODD I 191
NVILLE,WASNINOTON 99077
IP
AREA CODE 206
486 076'
DATE— —.._._..
TO. —
i
VOUR NO --
OUR N0. -- —_
ATTENTION.--- —
we are sending YOU A Nelewlttl
0 Under separate Cover
Via
The Following' (� CAt AI.r NI UI'rs
rFSCµP')ION SHEETS 13 APPNOVF'DSNpY DRAWINGS
SHOP Dµ A%INGS cl orUPlt
SPFlCRICAl10NS —r OAT It
QUANTITY
DRAWING a
--- " —
—
J Correction and Resubmdtal
FoI Too" Apploval J Febncstron
/[J lotormauoo Otner----
[] OltNlbabon
REMARKS: 00
____
w
I
'y
y,.
TRI STATE CAN5T
bid 5ched�4e Totnls _
Total 5che6vle * 1
jotol Schedule w 2A 294,391 .42
T^1 5cltedult • 3A
TdUI Schedule 4 85,Sol . 49
TetW ScModule 05 9 445.41 --
Total 29,G94.Go
TOTAL BID ESTIMATE s 5r 150.00�
Schedule # 6B , ( Mobil Oil Co) _
1 f i 1 jr, 0.1. ,_CI. 12. (r.J.) Water Pip* Encas $00 CF 14.50 ` 9,150.00
2 f i 112'" iati Valve and Vault AS$W*Ar I EA 900:00 900.00
-00
► i 1 a' Gate valve Assawly 1 EA 3 '00 360
— 1 EA 850.00 1,100.00
11 F i 1 9, MVO Fire Hydrant Asso*ly,
25 t 4.00�— 100.00
5 f s 1 Select iaekfi I I _�� __. - - -
_6 i i 1 As►haltic Street AasotratlOn 65 C. 7,00 455.00
j / i 1 Concrete lilockinq _.-_ _ 2 C• _---_�_ � 120�00—
1 Sum 10,250.00 10,250.00
b F i 1 Ibbll oil Service Connactian _ _ 00
SUB TOTAL -- $ 23,V25.00
55% SALES TAX 1,252.Ij
TOTAL 5CHEDULE 6B s 24,877. 13
5chedUle 4
1 i { 1 12" D. 1 . , CI. /2 (T.J.) Maur Pipe Encased 1.220 Li Iq SO ' 2 .7410.00
�]�2 F 6 1 12" O.I., Cl. /2, (N.J.) " 80 Lf 21.0,0 I f,728.00
60" %aIvm P+d Yeult Asssmblles _--�' 6 EA 900.00-t 3,600.00
4 IF t 1 5" MVD Fire Hydrant Assembly I I EA 050.00 ' - 050,00
i B I Filter Sand and Gravel Ewb►nkmen_t 7.500 TONS 1.67 12,575.00
6 F 6 1 link Run Sand end Gr vet EmWnkment _-� 22.000 TONS -1.67 36,'140.00
7 f { I Crushed Rock �Tf 160 TON$ Soo $00 00
BI F t I Concrete Blocking I 1 C.Y. 60.00 - 60.00
9 f t I Concrete Surface Restoration 7 S.Y. 20.00 - 14-0,00
10 F t 1 29" x W Arch Corrugated Drainage Pipe 50 LF 14.30 965.00
SUB TOTAL $40,41 .2Z • $1.196-00
5. 3%'0 5ALE5 TAX 4.30349
TOTAL 5CHEDULE # 4 sg,39 85 50149
5chedUle V 5 , (Olym,c Pipeline CO)
1 F s 1 91 0.1., CL 12, (T.J.) Water Pipe Encased F 11 50
_ 2 i B I d' Gete Wlve Assembly 1 EA 35000 -350.00
F { I 'f' MVO fire HydranR Assae4ly �7 �1 1 EA 550.00 .. 850.00 -
4 i { i Select eackflll Materiel `- M _25 TOMS 4.00 100.00
5 IF { 1 Concrete Blocking -- ---'- 1 C.Y. (00 00 - - rs0.00 -
6 f t i Asphaltic Street Restoration -22 S.Q.V. 700 -„ 154_00
SUB TOTAL (0 7 7.25 11 �489 0e,
------ - - - -- �-
5.3% SALES TAX
TOTAL_ 5CHEDULE 0 5 1j I 97 * R465.41
Schedule # 6A , M0611 Gil CO)
1 F { 1 16" O. I. , Cl /I, (T.J.) Hater Pipe foamed 500 Lf _ 26 30 t3.150.0o
�-
---- 2075.00 ' 2 075.00
2 F ti 16" Butterfly Valve end Vault Assembly I EA �_--__•
I Gate Volvo Assembly 1 EA 3`5000 3SO.bo
' 2 EA 850.00 I, 700.co
1 S' NVO rin Hydrant Asuetb lY --- __ ---_ ' ------
► a f Select Bactfill Material -- - 25 TOH 4,00 100.00
6 F t I Asphaltic Street Reftoration 65 5-y 700 4.55 00
7 F { 1 Concrete Blocking 2 C. 60 00 120.00
0 F S
t i Mpbsi 011 Servlca Connection 1 Lunp um 10,
--- -- ' 2s0 a0 10,250.00
....
SUB TOTAL 21. ']$$,S f 28,200.00
5. 3"/a 5ALE5 TAX ( 4 G7 1 .494 (.o
-TOTAL 5CHEDULE 6A 3° 53 .Z20 29,694.60
�')4���
1
W49greD.To Losing
r s 1 l&' W tartly Vatw and vault AssewblX 6 to L07500 12,450 0o
_-_S_ ._ -.-_ 6 11
6 6 1 12" Wt• Valve and vault AsssTbly - - 2 EA 00000 1 ,800.00
" 4#tf V•Ive A _tq! r _ EA 29000 1,450 00
S 1 ' WC Fire 4ylrant Assembly 4 EAW $50,00 3,400.00
F 6 1 Filter Sand and Gravel Embankeeatt q 000 TONS 1.47 38,4.10.00
_- F R 1 Rank Ran $sod and Gravel Enbenkeent 67,000 TRNS 1.47 111,890.00
F a I Crushed Rock 330 TONS 5,00 1,450.00
to F a I Concrete Rlocklnq _6 CU.FD 40.00 3ro0, 00
11 F R 12!'}x I Arch Coragated Drainage /ltte Igo LF 19.30 2,8'►5 00
_..-._ .....-__._. _.-. . . ,__
12 F 9 .1 25" ■ 16" " _, " 300 LF IT 60 5,j+0.00
1 1 .F s I )6" ■ 2r' "----" �'_ 50 LF r5 70 I, 185.00
5U9 TOTAL • 245, 2za oo
- --- - - - ---- -
5 50/. 5AL.E5 TAX IZ,Y94.87
TOTAL SC, : L-DULE Z 8 s 258.220 87�
5chediie 3A
1 F s I 26•• D.1 . , C1. ii, (T,J.) water rtpa` 700 LF 33 70 2.5.90.00
: F s 1 24 0.1 Cl. /1 (ry)
- + -- _ , -90 LF 34.00 3,2+0 00
__I- i a_ 1 2M" Rutgrfly laic and Ysutt AssealbI� 1 EA 3400.00 3,4o0 00
6 F i 1 6" mb
Gate Volvo Assely -.'._ 2 E4 290.00 _ 590.00
T7F
_.f" MV4..Ft re herd/ant 85000 850,00
T 7,sis.00
Rank A" Sand Md Gravel Embenrtassnt 13,000 TUNS 1.67 21,7tO.00 caslydTONS 5.� 440.00
2 CU.TD 4o 00 1to.00
Arch Corrugated F 23 70 1,165,00
I
5U(N TOTAL 145 3.11 0 62.880.00
5 5% 5ALE5 TAX 2 S7, G4- 3,332 64
TOTtiL SCHEDULE * 3A 48,4 ^ . S 66, 212.6a
Scheduie 3B
0.1.. CL. 12. (T.J.) Water ripe Encased 700 LF 19 5o 1°J,r.50.00
2 F t 1 D.I_,-CL. 12 (M.J.) heater ►ipa Encased_ 90 hi _ t1.40 I.771 . to
► t..!_. .Wit. V lyp vault AsswbI . - EA 90000 400.00
F s 1 6" Gate Valve Assaobly ) 2 EA 290.00 - -5150 00
F a 1 VI MYO Fire Hydrant Asseablr 1 1 TEASI0.00 �550 00.
6 F a 1 Filter Sand and Growl Embankment 4,500 i.v7 7r 515 00
-
F • !_Rank Rut Sand and Gavel Embankiinet 1 l 1.47 21,710 00
_ - -- L--
a r 6 t rushed Rock .--_.4-
S4 6 00 + 490 00
-. . ..__
i s 1 Concrete flecking 2 Cy 40,00 1 12000
IO i a 1 )6 a 22" Arch Corrugated Drainage Pip* g0 Li 21 70 l 85 00
SUB TOTAL. II f '71 20
5 3% SALES TAx -
584_ 87
TOTAL SCHEDULE # 3B ' 51 . 356 07
Bid OpeiTRI STATE C0N5T
n gCa INS
� � � ^—•7 ^ q54 - 1081" AVE NE
(``-!'yl BE��EVVE WASH 98004
November 9 _
�.-- Unit Total
-tern
- Quontltu� P
Item Description CC__
Schedule * 1 -
1 ,220 LF ...24,40 29.7le000
1 F i 1 16'_D.I_, .CI. , F1, (T.J.) Meter PIPW.. ..—A 6 .00 -_00
F 1 yelvt� Vul A 1y --"
1 EA
EA 2015:00 4.150 00
2
J F i 1 16" 6uturflV Yallye and YOU) Asie�Bly 240•� 670'00
EA
M F_i 1 �4�t v A 1v 6 00 TONS 1.47 10,020.00
1.)Slt�l^9-in-d�l�L1�hB4�t - -p w 17,000 TON
i.47 28,390.00
S
6 f i I n1 Run Sand end Gri ) EebsnMsnt $•00 750.00
150 TONS
7 Fit z cu2 00 .Crusbed_bek. 12000
- �
-- 2,1395.00
f t i.S1ffifiEfC4�144 1t1�— - 150 LF 14 30
y F i 1 29' x 164" Arch Corrugated Orelnpe_ W
59 70. 19 ?7,743 00
5U6 TOTAL. 3 — --
__ - -- — 4 i 2 1.44-
- 5 3'/, SAEE`r TAX 3 • �Z---�
TOTAL 5CHEDULE 1 z;
oo ,� 1 # 81,884.44
---------------
Schedule, # Z A
244.00
2,620 LF _..---- -
1 F i 124" D. I . , CL /1 , (T.J.) -Hater Pipe 32.60
36"_Leiv_.-Sti._�asiaQlt_.;__�------- .yepp op 2 •.,. J ,
6 EA ---'
F 1..2.4"-_�lLs.t€rf)�: l+l vt_4nd Vault 90000
I,SOA.00
2 EA ----- —"
_ .� 1450.00
F i 1 IT" Gob Valve-end Vault Asssebl�_ 290.00
— $ EA
�--�F f 16" Gau•Yalv_e-Assembi — j,4•p000
F 4 EA 830'QO —
b i I MVO flre NVdrent Assembly_ ._--- --_ - — L47 38,410 00
i _y.,_ ! Embankment 2J,C' 0 TOMS
--_ .
7 F i 1 Fi l ter Send and Grove _.._ — —
41 111
__ 1. ,890.00
_ 67.000 TONS -----
g F ♦ 1 Benk Run Sand and Grewl Eisb�nknwnc 650 00
�..-_ _�—_ '- "— 330 Tons SOU i
F i i Crushed "CL' _ Io0.0O jyO 00
9 _ _ _ 6_cu,rp - -
14 Po 7_ 89 5 00
10 ' F i I ,Concrete B1oQlclny _.__- - - �0 LF-__.
11 i i 1_2�' x IB" AFch Corrugated lralnoge_Pip�-- - - 17 80 S,ja0.00
--- J00 L F .. _
12 F i 1 24' x I&' Arch Corrugated Orslnage Pipe -__ _ 185.00
1J F i 1 36" ■ 22" Arch Corrugated Orsinaga pe
- 1 2t9 SJ'
__-
5U6 TOTAL
_ _ 27 i4•s17 a2
__-- �- 5,37. 9AEES — l 3z8.
TOTAL SCHEOU E " 2 A � 3 G a 1 +4 $3_.,?- 394.42
1q
zlr�
w
30
x0
0
0
:
zf ao
a JAL V
f up /b l 8 3 3 ✓E.
'' ': .`, T
At
?� 0,
��--r—'—;—' t---- -- -- — ..—_ fr Fly t�._G�d ;?x b' :� _ ■
ZS
r
u)—
gal
--- . .
szol
I
t
y.�-.� .. . •4 art. ....u..�.. .�.•.s.w_... �u._ .u. 1/���/
® V
---- —..� .L __ ._„...' 1 :_ lJok, La. eA.r�yh Alorc's �. +�, •J. ,
r _ _ pr dtr..-W 1'r4l
r H'de p9,4v3
' I
i .
� '{� c•:�R,h
Frw Llec '
` d
W' ... .ter-�.�,�,—�^—...,x
..,, '.vk. ,.
"'
.., __._... ._� ....:,u,
�, • ���� �
,� .. _ 1 _. . �.rd_..,y�.a 5. ./J
__ . . .
. __� 1
_ __. J . a� .. . a _
; �
_ . , _
_ ,
_. �— -
_ _
f
1 � , .
_ L/,l;£'
• - -- -- �-- r---- - t:�.-
1 � . ..
• � .�_ �i
.. __ ___
1 _ _.._..___. _.... _ .._.. _ __ ____ _ __ __ ..���
I I ._. .
_ _._. .,
,. .._...__ _ _ � ___ fy. _
t a � I
. _.._... _ ._... . ___ _ .y
I _ t � i �
i 1 _ _. _
6 � i {{ ....
"� _��.�.. ._ _ �.�.��_.. r� � � _ .+P
�.
- '. n _.
�e _._._. ___._._ —.� # i � _�.___.
}
r _. .`.._.�_....__ '
._ __..._ � f � _�_ ✓
i '_ _ _ t—_ — � .
��._. __
__
_------r-- - -- _
,.; __
a .. �., �
r. �
HI.x
7.z478�nRSo.�el2'xVAI-Ivji�At
QQ ZsfBn"' fln._.
S YK.t.P.fey„y�r llo. Fn�r 90• xe,
} �
■
Pyr:Lim r
r 1
je In Y TC
VF
T
sty s
. . - - _ .,! - �" C✓in..T . -y .ea f �nck N•!R TaP
�G�/It�S.7-.
49
s00
Il4f 7
tj
t
K�eJ F-r,
se1t1.,1.,fc 3aN� n�i�w , �
0
Frj s
b.£.
1`1oZ.s. . . . oJ8"
4gP4200 —i pf
' 1
.� .. ._ ti 4^yznd�[.•.a� yam,
-— - is K•s•tF -''
_ d. . _--- -�—�-$ j- -... ' Z a rp
f• R371.CGS � � IIL'L.a R '':«:; `{":RP:,
I c.tlx['ml / 31Y ovc
4d
:
UX
Ir-
7-1
33
LI
V
I ;
--
ti
hpV:a i - - -.._..._..,- _. "�/1:' 1 1 „t X,.}, ,.` 1 ' + • fro ;
1 '. .,w.rw. .,vn....aw wwr•. .. ...�.<..� ...own.+.
C ( i r4 r) l '�2osct
; il 5ta �
7 _ ___ _ , II
9.4 2
-
T"
i
STIfi
9,�Z
i
ti
. �ti'S p ; •odyL7
A.s-T 461It4�I to `3 iv 17
4
i0 , 1 { �iy a✓
q Cl
3g 3o IY i
STA ► IfiJ
2Ll,S7 /A-1 7
itj ,`11
a),go
I i.S, idL l�l,47
^_._---- 9. 7
r ■
19,E
-75774 �,z7— I^g,k 7
I '!4
�r It
T yLL IV
1b
Ilk
�ti• �2' 0Z' '40
rl
Ibb?,79 l3riv,65-
1�2 9.43 T
t87Z,'s7 T
�/-5,7 / N38,S0
399tiSo �
p J7
STA
r J,3;
} 11
A31 } 31
r, MIS
'$ for, t
A
r 1 n�c.+ w yS 4
ry,62 rti..,z
i
7 J '
N'1rr0
r H.7o
STfj tay.. �,. ..
Cr
-7
a 766
Got. �B
. ,1
�AWNGCPIENT OF NArtURAL REVE6ET(�T\OCR CETR\LS
MA\NZENANGL)
SELECTIVE M.Mik 7"WilNG
� y i
--------------
I T4.in to abo�.at 25ac
n •
� 20 i Thin to abort 1focc..
W
G Then to about \0 ac.
E1�ERA6E "EAI T OF STAND
SELECT �S\60ROJS TREES TO 6E RETA\NEC
CRUP6R `SNOliLD 0E C.R\TER1P\ RATHER THAN
SVST TAUGHT.
CARE StlO\1LD gETFKERI %0TT0 DR1AGE
TREES TO $E RETFi�P;Ep
• CRRF_�.�iOV.LO BETAKEN TO D1ST VRB
LLNOERFSRVSi'� RS L\'CCLE fi`� POSSIBI..E
RRER vvaml D pvm-TED
'� /Irj'��� � TREES ANC SHRUQS
\ \� A\l P\an<s OQeT 2'
It should be the intent of this planting that trees and shrubs which do
not survive will be replaced. This procedure will reduce cost by eliminating
the need for Irrigation. A reasonable replacrns:nl schedule would look sort of
like the following:
Initial Planting + I year - Replace 50 - 75%
initial Planting + 2 years - Replace 30 - 50%
Initial Planting + 3 years - Replace 25%
Initial Planting + 5 years - Replace 10%
Beyond 5 years - no replacement.
-3-
10' o.c.). The second thinning would be when the tree, were 12 high to a density
of about I tree for 24.6 s.y. (or about 16' o.c.). The final thinning of 20'
trees would be to a density of I tree for 60 s.y. (or about 25' o.c.), The time
of the thinning would depend upon the site conditions and response of the trees
to elimination of competition, weather and other factors.
do Factors that must. be considered in these thinning operations to make the
program a success are: attention in the selection of the most vigorous trees;
care to preserve and minimize damage to the underbrush, and care not to damage
trees to be retained. The first thinning would be less expensive than subsequent
thinnings. The intent .s to impair the growth of the small alder favoring certain
selected trees. It would only be necessary to cut these trees back close to the
ground and not bother with herbicide application. If the remaining trees do
manage to sprout from the roots the developing canopy should shade them cut. The
debris from the cleaning operr,Lion should also be minimal . If it were not for the
fire hazard our recommendation would be to leave the debris.
LAYDS-APE PROPOSAL:
If natural vegetation is allowed to dominate the site certain aesthetic
criteria will not b.; fulfilled. To unify the area as a whole a planting of
Evergreen trees shcLld supplement the natural revegetation. This can be handled
in both of two ways. Evergreens, Western Red Cedar (Thuja plicata) and Western
Hemlock (Tsuga he:eruphylla� , can be planted under the canopy of alder. Since
these species are tolerant of shade they can succeed the alder. For more immed;ate
effect certain pines can be planted.
The ground cover. layer can be helped by providing a minimal number of shrubs
near the top of the fill slope to provide seed for a new undergrowth layer.
-2-
PLANTING P^OPOSAL
1.90: Fill Slope Vic. Vasa Pork Interchangc -
NATURAL REVEGETATION:
If the slope at Vasa Park Intprchaage were allowed to develop naturally,
e• the site would be invaded by a thicket of Red Alder (!loos robra) and Scotrlmroom
(C ,,sus scopanus). Neither of these plants tolerate shade. As alder begin to
doi.unate the site a canopy would develop. Scotchbroom would be shaded out. The
alder stand would not be particulariy healthy. The first year thousands of
seedlings would germinate. The 2" seedlings would have a density of up to 36 to
50 per square foot. 50re of these would survive to be 18" tall in a stand with a
density of 3 or more per square foot. After fine years the trees would be over
2C' tall. Each tree could accupy as little a, 2-3 square yards. Beneath the Alder
thicket few shrubs could exist on the little sunlight that could penetrate . The
alders in th%s thicket would also not be particularly healthy. Stiff competition
would yeild spindly trees with wood c at is weak due to its forced rapid growth.
The trees would also be more scsr_eptible to infestation of tent caterpillar because
of the weakened condition irauced by competition.
MANAGEMENT OF NATURAL REVEGETATION (MAINTENANCE) :
Under more mr • controlled conditions it is possible to produce a better stand
of trees and also to eventually create a better (more aesthetic) natural ecosystem.
This is accomplished by selective thinning several times during the life of the
stand. At any particular time coo little thinning will result in too much cempe-
tition and a weak stand of trees. Too much thinning and a new invasion of alder
and scotchbroom will result.
Ideally the stand should be thinned when the trees are 3' . 12' and W tall.
A 3' thicket would be thinned to a density of ebout I tree for 9.6 s.y. (or about
.1.
Mulch
Section 9-14.4 of the standard specifications Is supplemented to Include
the foIlow irq:
ee Wood cellulose fiber shall be applied at a rate of 2 000 pounds ne.r
acre, or straw mulch shall be applied at the rate of 3 tons per arse.
Stockpile Seedir.q
All stockpile areas where the material is expected tc remain In place during
the inclement months shall be se=ded, fertilized, and mulched.
ROADSIDE PLANTING
Description
Section 8-02. 1 of the standard specifications is hereby supplemented to
include the following:
The natr lals as described elsewhere in these special provisions shall be
planted In two separate areas.
Area "A" shall he the strip of land between the Upper Preston Road and the
Raging River with a westerl•, limit of the structure on the FL-2a line at
Station 42 + 00 and an easterly limit at approximately Station 23 + 00
on the Rel U.P. Rd..
Area "1" shali- be that area designated as Pit Site A-271 .
Materials
Section 8-02.2 of the standard specifications is hereby supplemented to Include
the following:
Native willow species, salix sp. , shall not be described but refers to
those species of native willow indigenous to the project area.
SR 96
Preston to Echo Lake Interchange -lo(•- Rev.
**Aevtaed May 29, 19T4
In addition to the above, wildflower and shrub seed supplied by the State
}^ v shall be applied to all area, recelving erosion control %ceding except
between freeway mainlines and exit and entrance ramps. The wildflower
and shrub iced mixture shall be applied at the same thv using the
• same methods of application as used for the grass seed L,d shall be-14 applied at the rates specified by the Engineer but will not exceei 5
pound; per acre. All costs involved In the application of wildflower and
shrub seed Including all supplies, tools, equipment and labor shall be
considered incidental to other bid Items for roadside seeding.
Fertilizer
Section 9-14.30) of the standard specifications is supplemente,; to include
the following:
A commercial fertilizer of the following formulation shall be furn'shed
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
Total Nitrogen Phosphoric Acid Potash Lhs/Acre
as N as P205 as K20
*18.4% 414% *14% Son
Not less tha *60% of the total nitrogen shall be derived from ureaform
or ureaformaldehyde. Final mix to contain not less than *7.8% water
Insoluble nitrogen.
Label shall meet requirements of Washington Commercial Fertilizer Act.
*Guaranteed on label.
sa go
Preston to Echo Lake Interchange
-105-
Appl 4 ation of Seed, Fertilizer and Mulch
These materials shal' be applied in two applications.
The first application shall consist of seed and a non-toxic tracer.
Tne second application shall con-.1st of a hoc.ogenous mixture of fertilizer and
wood cellulose fiber mulch. This mixture shall be uniformly applied over the
seed.
The second application of fertilizer of the sac,e formulation and at the same rate
as the Initial application shall be applied 60 to 90 days after the initial
application of fertilizer; however, the second application shall be applied only
between March 1 and December 1.
Material
Seed_
Section 9-14.2 of the standard specifications Is supplemented to include the
following:
A seed mixture of the following composition, proportion, and quality shall
be applied at the rate of 101) pounds per acre:
hind and Variety Percent by Mlnlmum Percent Minimum Percent
of Seed in Mixture Weight Pure Sced of Germination
Colonial Dentgrass 10% 9,8$ 95L
(Mlghland or Astoria)
Red Fescue (Illahee 40% 39.20% 90E
Rainier or Pennlawn)
Perennial Rye 40% 39.20% 90%
White Dutch Clover 10% 9.90% 90%
(Pre-innocuiated)
Percent Weed Seed .50% Maximum
Inert and Other Crop 1.40T Maximum
TOTAL 100.0n%
SP, 90
Preston to Echo Lake Interchange
-104-
Industrial comfort heaters convection type
1, Types EH, HVT, H and V Heevy4tity mnStruldlon,These series are er ulpmen amw4Na
Wall mounted-'.250 to 4.5 KW of the highest dependability for pant areas slvtir —th pie
very SmalMst and meluding unmanned areas Heat Source In
e abuse-prool maintonance tree all models s one Lr more reliable Chromalox Strip heaters with
is For crane cab,shop office or plant areas. "sternal befiling Cases are perforated,heavy-gauge Heel
e To replace heal lots^s under windows.
Types EH and HVT—.260 to 1 KW(U.L. BMW) Type H—t to 3 KW
One Cflrcenaloc strip heater IS mOrrnied on a Willed back heal source I$One.two or three Chrolnalo+strip heaters.
plate.Perforated sheet housing has lough attract(Ve,dark Healed au is dlsonargnd horizontally Extra4wavy construction
brown wrinkle finish.Omotf switch or thermostat can be weed Available with or without 3-heat Switch and Ox cable.Finish is
into Type EH.see Controls Section hard black enamel If thermostat is wanted see Controls
Adwvlabn Section.
lIN"M14 Iron pnirn—ra.ern. IM1mosIM
<a.,j MlO Solve ce^rura-'/ r:yre. rHVT only),��e MtO FgnO
7 O idle hmea �j
i t
1 L 'n; MIY
t � r '4
U,mensloM—tMMa a 00 OI AOOIna olmnnMem-'Inch. MWnOne
Canba CrAO HO Nor C.1. Now.
aw Velb a • C NumC. LLN) IWILM No LenYlh width Ne,eM A a
Tvve EH — H-1001 20 4 4,y I
120 14?b 6"b 3r EHd221 26183J 6 d H-2405 76 4';.
..5 r40 14% 6'4 1% EH 1221 261941 - 6 15 11-24011 2h 4 it
1?C 14% 6% 3% EH 1251 261950 675 H2407 fi S•. ll., 8 9.,,
?40 14% 6iA 3% EH-1251 2618611 6.7,
—_ CNI
120 2638 6'4 3"4 EH 2471 261876 Ili ernauct Caen Ne11sul F` .
W.Ih
,40 26% 6A 1% EH-2471 261194 Ito won S.."h Ap.,
!'•,.lop 6r"1. s.nah Nu
1'0 26% 1•M1: 3!. EH 2411 261692 110 aW Vwr. NumMr sever. ec.me wl Las
24+ 26% MY 374 EH-2411 261905 11 1.0 120 H d60I 161913 261949
4
28
-v Type Hill", wile 40 to 90eF.adjustable thermostat 240 H 1901 261941 Z61956 28
(�as 1.0 28 M 3Y� ✓7-1751 240055 I25 30
.�.�.� 1.0 120 28 69 31+ HVT-2411 240071 1 145 j 1.5 170 H441A 261971 262000
atl4.Mh:Ouanhry.cnalup M. Ili rive,nr nnan,a 240 H 2" 261980 262019 30
4W 1l-M,� 2620I7 30
2.0 1?0 H2.1(16 262035 262W 37
240 H 140E 2(2041 762076 32
4d) H-7406 26M 242086 32
1.0 'IV H2107 262107 262131 32
4A0 H-?407 262115 262140 32
Type V-2, 3, 4.S KW Four or six Chrorrlalox Step r,.dm code No.VCNr
_.. heaters are mountod vertically, W,Ih wimoul Applox
behind a pnrforated Steel grille 10 No.01 canny BwnaF Broth Np
provide a high volume of rising Aw Vats time..Nm,OM S c•sr. •c•hn vet I.
(..
warm air controls MY be wall- V.?020 262210 762254 34 t ..,.
moaned Ihermostata. Type V 2 ?4u 4
may be obtained with or without 3 240 d V-20:A1 261289 262IU 34
3 heat smitcn and cable Caa has 460 4 V2030 262297 262126 34
a t hard black eoemel tansh 4.5 260 6 V-2040 262142 262377
I aw 6 V 2tW0 261350 262385 41
DlweMnw-rh.Ntl Mwnkna • e Z � 3
' NO. WMra H.4M 0,I A 0 3
V-2020 121A 27 51. 25 10
Yd030 12% 27 Y. 25 10
V-2010 111ip 27 5.% 25 141/,
4 i,
Industrial comfort heaters convection type Ir
Types EH, HVT, H and V HslalrYdulY tanstruetioh.7hesa series are eawpmRni answers .T•
Wall mounted—.25O to 4.5 KW of the highest dependability for plant art."starting with the sl
oCty smaue:l and including unmanned areas Heat facti io
.maintenance Ire.. all models is une or mprU reliable Chromalgx strip heaters with L.
11 Abuse-proof
'Plains)baffling Cases are perforated heavy-gauge steel.
•For as v,cab,sh ap office or plant areas.
•To replace heat losses under windows
Types EH and 6tyT—.250 to 1 KW(U.L. listed) Type H-1 to 3 KW <.
One Chromalox strip heater is mountsd on a baffled back Heat source is one,two or three Chromalox strip heaters. If
plte lti Healed air is
schillged
al Extro-neavycostruclital
braown w int a finishrated y On-oft switch or theet housing has 'rmostattealt beive rvoted Available with lo without 3-heat tswitch and B cablenRmsh is
into Type EH,see Controls Section hard black enamel If thermostat is wanted.we Controls
Aawslewe Section.
Ili, Mfg note 1.1411 12"Floc reset ld
241, Mly hole content-24"rift IHVT onw14 ' "" Mfg 1q:ai
5' Mlq hole. erw •{� A ,.
a
a M1 ?jr} 4 y
1 +'H-Mfgy 1\I
e MIY I
Ll
/
DIIMnMena-IMMt ho0u 1 aLOrox q�memie"-IncL. MZies
Col." cutem. Nul GI
KW Voila, A • C relator Ier%NI Iwo lCf NO. Length Width N 9M A D F
T MEH HdWt L ,. ! s 19Yr S.± I
120 14Yt 611. 3'4 EHd221 26113 675 H-24u4 76: 4,, 1.1 75 r
"25 240 14",b 62a 3% EH 1221 26194. 6.15 H,2406 rb 4y. IV, 25 o'e
H-2407 26 4'h Was 9so „ 1
120 14'1a 61A 3% EH-1251 261150 6,15
740 1414 6%t 3% EH 1151 I6IKs 6 15 {!
I20 2BYa 6?6 314 EH 2471 261976 11 0 w•,a coos wa 11 leM1mul
.15 240 26lk 616 33/4 EH 2471 261/N 11 0 a n Al.o•et
Ceblay ewncn 6 an.1cP NN ! !
120 $ 6Va 3?& EH 2411 261992 11.0 Kw vas. Nu
26 Fill scam. sCe wl L" 3
t00 20) 26% 6'4 3'4 EH All 261905 11.0 10 120 H-1801 261913 761948 Z8 r
__`Ar TYPe HVT VVI 40.10 906F.ad uslable ther'Mslal 240 H 1901 261921 261956 28 f
0.5 120 28 6K 3�. HV?-1251 240055 I75
_ la 1n1 2fl F3L 3'i HVT-1411 210071 7B5 1.5 120 H1405 261972 2610W 70
snfNM-GuaMM.uui.y no N.v.ux Kw.e,naet.n 240 H-I^ 2619W 262019 30
480 H-2405 262027 30 1
2.0 120 H 2406 262035 2F2060 32
• 240 H Mai 262043 262075 32
480 H 240b 162051 262066 32 1
F
3.0 112407 212101 262131 32
480 H 7401 26ZI15 262140 1 37
f
Type V-2, 3, 4.5 KW Four or six Chromalox strip talon",cons No.(PCNI ► '
' r healers are mounted VerllCanY With wall.., Also,.. 3
behind a perforated Steel ghuri to No .1 "Wo9 Swam swath Nel
r provide a high volume of "sing Kw voila rforl Ne rt e, A Canis a tea wuM }
warm air Controls may be wall- I 240 I r APO 761220 262251 %1 I
y fir:• p ; mounted thermostats Type Y 7M 4 V 7050 262289 Z71 34 p.
H, J7.}ate; .'.' - may be ODtalru:d weal or without3 480 4 V 20P 262297 2623261 34
T i f f 1 3-host Switch and CabM.Case.has
hard black enamel finish 4.9 140 6 v10S0 262342 262377 44
4*) 6 V 2040 262350 262385 44
l i PP °�'ja.
Eminenawm-IMnft Mau.una ' l 4T
.N. al Ofoo' • D
V-2020 12'y 27 5'.a 25 10 -
V-7010 12`4 27 5t4 25 10
V-2010 1Iif 27 5'/. 25 1416 1
114 #9
1
I
COLLECTOR
A R T E R I A L S
A . NEIGHBORHOOD COLLECTOR
Oil Iv
rjy Min. Ri to Wen Ur a�naaa
36, yir,raea a2•-aS'
,aa• Do, ab to 10'-1}•
as pasira la R:antbf-saq
to access streets, ar
Function . . . To callecl and distribute lnffic from higher (ypa arterial itrects rotors Such
to
raf . thin a neighborhood: and to $-Vc neighborhood
tlic desnnauons to save ualfir w traffic
znnment area
as a. small group of stores, an clemen+ary school.ctwtch.dub house.rn+afl hanpttal, an`_ a('a
(tight -of-Way Width . ,to minimum,to dcstrablc.
Width &iw.:a Curbs' . . . .%- in low density residential.zommvrcial and i.+dus:�iuf -:.. �'-0' •❑ :nigh densir�
mddcni al 'osnmercial and industrial areas.(Desirable for transit wares:.
Moving Lanza...:.
Access Conditions. .. Intersections at grade•vith direct nuxr;to adjaccru prornt_'�
Traffic Features . . Traf': , 'I measure,as warranted.Parking rwricied as
Manning Features . . . Shouiu wive as an art-vial street T'only within on, +'1,whbonccac. All tralfi-;t.:Ktd should
have either an origin or destination within the subject acighhorhood.
•Dei isinn MI whether arm is low " high densfly Will he the rtap:utsihiri� rdicidual ahrm
III-10
i
I. MAJOR ARTERIALS
E. PRINCIPAL ARTERIAL II
DESIGN VOLUME i,,0) To 10,E PTD
r
10 m1r.
qu' minimum 10' win.
min. 8' an
s' min 8'
Y4' minimum
1 minimum. Its' desirable ri t-of-wa
minimum. t0' desirable ri ht-of- a7 with ditch aeetirm
Function . . . To expedite the utovernenl of through traffc io major traffic generators such as the Centra'
Business District. a major shopping area.commercial service distrtci-small college or university. and a military
business D: and w c.vLedis the movement of through trafic Irmo community 10 community. to colkct and
mstallatdistribute uAltic born frcewevs and eaprrssways to less important arterial streets,us directly to uafRc destiny
lions.
Right-of-Way Width...60,minimum,additional width as required.Slope easemm es 35 necessary.
Noving Lanes . . . , Uncreased to 3 or 4 lanes by hndtatlons on curb ovate) Over 5,000 VPD- 3 lanes with
left turn lane or 4 lanes I
Access Conditions . . . Intersection at grade with duct access to adjacent property.
Parking restricted. as necesvey. Traffic signals as warranted by the Unifotm Manual for
Traffic Futures Pa
I
turning AM
desirable in commercial industrial, and high-density residential
bailie Conu a Ih:a Pa Median
areas. Pedestrian crossings 81 grade.
planning Futures . . . Should not bisect a neighborhood. a martin .h,ppmF 'trea. a park or other unified areas. 'I
II
111-1
I. MAJOR ARTERIALS
A PRI.I.qCIPAL ARTEitli I
DESIGN VOLUME 3.000 TO 40.()00 VPD
6' min.
6' min. Lift' minima., 4W dessreble for 4 lanes —' th Curb
tw�
with curb al mn.
S' mtn. 56. min Muir. 60.. de,,,able for 4 lanes shoulder 6r min.
slaulder ..th median ,urmng IYK ith d,tC
61 min.w.thditch Ri DiT-0E-WAY (4 ianea) section
section 601 min.. t0r desirable for Curtl section
_ 72- mil.. 9W desirable fur ditch section
RI72, mu-riio(4 tares w"th median turning term) ---��
72' min nm. 9t' dev mole for curb section
Stir minima,. 10D de,trable for ditch wetter
• aad v,io+or ever+ +/ r�mm, a ,.tea cawv oohs .o..a+�
traffic generators
a,the Central
Function . . .To expedite the mrwelnen' �alru traffic
major
rict,mallcollege of univer h sity,,uniil tare installation.
ulnuerc
nee. District,a major etom^in8 area.c
collect and distribute
or IIIexpeditr the movement of through craft ii cafPe al tstrents`or directly to iraftla destin'alirms-
traffic fo,nj freeways and expressways n, less tmlor lam
Right - of - Way Width . . . 60' minnnum, addilional width as re4uirnd. Slope easements as necessary.
moving lanes . . . 4 - 6.
Access Conditiolls . . . Inlersectons at grade with dire�i access to adjacent property. Over '_S,1100 VPD partial
control of Access and/or grade separation,
;5,000 VPD. Icft turn lane at major intersections. Over _'5,(1DD VPD. nedten left cum \
Traffic Features . . . Channclvat Wn used to a,ntrol turning mu.ements at intersections and xl private driveways -
as neemary. Under
densid high
iane ty resident"'or Pat",'
controlri of Xcd sas oeuessaryrn(naffic signals 11 wa rani din rbyltiledUniform ustrial tManual
y
for Trn(flc Control Devices. Pedestrian crossings at grade or separated as necessary.
Planning Features . . . Should nor biscc: a nogRborhood.a major shopping area. a park or other unified areas
111-6
Olymrin Pipe Line Company
July 141 1967
VAP -3-
Since no apteL is subaurface info n ;ion is evallnblo along
.be proposed ali_-smut, va ban used settlement data from other projects
Li the area to cotimate eattlewnt of the,cmbs,ksnt fill, As such,
tbefa astl=tos ohould be rcZarded as approlaate.
Us enticipatc vidaly varying aottlon:Itt 41cu3 the prope3ed
Alij-,natnt due to the irstall: a of the propn3ca road_ad till Del
s:scharsft. the ultimate scttl<.rrnta may ran,-o fr(sz a fca L=hw to
an foot or care wdara the ao tar soils coasiot of silt rather Chao past.
Rhcre peat eriats in awl significant thiekarsa, we would e-geat as
e s^ttlsrent to to greater* glop& stability shoutd also be given considars- •
Clan In such areas.
dire& CLo cocprctaible material to vnorally lnterbed&,d with
cos& free-drainIgg szuu38, the consolidation is expected to "cur rather
rapidly. SottLxwnts of tbo amount anticipated would be detiArwntal to
the propczod 24-inch enter line if the line In operative during the
Period of mr:Laua settlement. It is therefore our o'icion Via some
period should be allou d for stabilisation of the Lill prior to
LmtallatLou of the vatos tine. A six- to el!�it-nce% stabilization
period should be adequate, provided the pipe line is designed to tolerate
Dom post-conotructioa cettle=nto it m.wt to re-en-haziged that these
conclusions are based on a--ztzVtjonsj and only by satclfic Su•.,estigatim
aubsurfaae conditions along the ali�nmcnt caull izeurato a,eticnaat
estiaztes be made. gazli an invastlgatirn would also :moist in more
accurately &stl=tin3 the surebarg& rocuircment,. The eurchar02 fill
elevations could to varizl from am area to saothar to accelerate pro-
construction aetticments if areas ware defined in whlah this proecdure
would be advantageous.
Sic trust th3 ta°c-motion provided in this ro;)ort will serve
your Lwadiate ucada. Pleaaa eoetait us If we can be of further service.
Yours very truly.
DAMS a IMM
1
By.�i1'K-�'-�i�"_-�'it-..4 dam.•-<_
JL-=4tj= Joseph Lsecnt. Jr.
J C7icr Suet tted
r.//row
oti tie. Jack wilaoa ir�QN LAojp_'
City En Lozcer pro�
Citj Rsll
..:Ilion, Baahis„-ton
r AL V.,„G��i/�
NNN//
oly.-?ie Pipa tine c--:.W
July M, t967
Pa£e -2-
Tuts subject sllm�z+sat eressdo a ewampy area which, frog drawSW
provided to us, has an average Grauod surQcca at about Elovettoa 10.
prom South 156th Street to Seed! l6r4h Gtrect, tla existin3 Crowd surfs"
is cavrrad by 12 inahsa tO 1 feet of wztet. The rxtar surf¢cs at the
LL;mu o. our laaesCLSation v=+ about Eiav_tion 11.51 No pondcd vater was
c srrved lmtvicen Sout/a 1GCth Street cad the south Project MAC at South
1G5Ua Gtrect.
our reviov of tuao lags of boria-z drilled at the Glyapts Pips
u-19 Cocnany pucpin;; station site srA for ether proposed construction
is the iia2adlaLa ;Ficiniry indieatas the ourfuca to be underlain by soft
soils res;;ias from about t.v to nice Cant in thickness. iris material
is underlain in turn by cc.:V=t sal and gravel. Peat is c:;pected to
exist in tho evai?y area, particularly between South MCI and South
164Lh Strcots. The dc;wx of the post is unUnov*- The pmtlon of the
site which is presently vmJar watts supports s dowse grow:r, of Cattails
wad aarsh ;,Tara, The propoaod elignaant south of SOut." •_h Street is
smarlcad by doaas brushy undarerwth and nuocrous lard uVw tre^..a.
ohs proposed roadway cri J=sat ae n'aowa on the nkate'i Provided
to ua will consist of two principal c�cuentau pit-run er.ad and gravel,
wad c tiltar send wad gravel, the di.fiatcnco betveso tl:e two bainq in
the ailavablo percants,;s of contained flea. It is our opinlou that,
in view o= the ezrgiral surface and aucsurrcca conditions v!atch waist
aloa3 tla propocod altC==t, the eaatlro vomlbcd sbOuld be, constructed
02 a Cr.-s+lar rizterisl v4sentlallY tree of fines: JhLa decrial could
bu supplied from a au.'ab'ss of borrow sow ccs in the area auich, because
of the naturally eteaa staler ante-* o: the uatcrial, need not be
orarly as 0-,PLc.iva as the macbenlcaliy ;--=bal and tit-^d material
!cheated on tha prallcaiearY C&Ateh. Iho borrott wteriul selected should
be wall graded is wand and gravel size'. Tl.e vaterial plated bold the
war�r t--bls and for at last r.7a feet ebc.ve tSia writer table should be
ne^Itillly free of materiel which %maid cans a t:o, 200 &Levu. Ths'-
U"�o: p3rtien of the fill could centciu note fines insofar as c upsetioa
L cor_erasd, llcaevar, if t:,c urcharGe is to ba placed Irtar in
sdjaccnt rarXied ercan, is r,::ould be eeaantially free of silt or clay.
Any fill w.teriai vhicb rinat be plcccd in voter should dtie as
initial lift which cttc is b.o to tree Lout abxo the eurfaec of the
water, Sul:saqueat fill taoild be iactallad in lifts not euceeding
el,+Iat inches in thichaieoa aad crzVaeted thorouL.jly with apprapriata
eLeul,I badry
equip-aent.about to initial
ItatUaii kosn,xru+d unceaptedsubscgD"zt lMmed lijill �orallould be
fcaaoapseted an acted above.
Stripping should coasisL of rerovir,, !c a and brush and
crttin of all standin5 trots at the proundsilna. but no at cattails betwocshould South
be ctde to rc=we sta=ps. The existinZ; grace
s�
1Sbib SLreot and Soutb 15%h street ray T.C=Jn.
lL+ALtpES 8 MOAS2S: ,; . . .. .•
C ON9ULT«NT5 IN .O«.IEP PrRll+
•.... _eea. . u[.w.n..a ..din+..,[.. .. ..t p... _
51t-r .VEN'JC N.C^'n 5'4TtLC.W/9 NlNGTO!y df ^, "'Air '
VARTN[N J01:"'N v U- ln. 7
Assor.^Tr. OONA.L E. NEL'.0% Sa1y 16e LO/'J9
Olympic Tkm Use GonpmW
P. o. no:t 235
Linton, c:ashinaton 9L`::5
Attention: tlr. J. L. Cooper
Mtrtlerxm:
CoanuitaCloa 'e Proposed Rc3dbed Stability
Prn;Tcaavd 87Lh Imenue South Sr.prwcaent
lnton klashin-ttm
At your rr,/;r�t, va have c:.®d.rd t!rJ a1]3oaovL for A rvv?0204
oyod
cstension of 87th Aven+:'o South Hear &entnne Wp , .tcae P
et ,nn ie ssetica proWt3 ca a prallaiaM drawing by tka City of
Rautcm gnsiucavin-, Sapartwmza
The proposed construction arculd ccnaist Of a 9snulav a;bsnk-
r=m fill eatendW 14Lsxan South 155th Stet aroi South 165th Street.
C�natructioo o`. tS:. prccsod roid'.eay vcuU sc:va to facllitata iaatalla-
nc
tun of a water servica pip» lima to t1". 1 43t�:fa1 ptapertle:a -butt th
the readvny alig=rto patvro utiliti.s would :-.=o be iaatalled in thto
rooduay 4R11LA=nt.
L,10 laitial i-ortion of t1/a construction would CoMfLac owe-lull
of the uletnr_to otraot wirttt:. Shia oc/_cinn s,ev.J be 20 f«et in ore
width and Srdlod to alc7at!ca U. Thu voter line woul•l be 12[;irtcJ1 Sa
ic d la
dt= cr frog Soutu 153' rt"-4 to South LS�th Street,
in Ji nrtar withie the p.ojcce a " (SouI-h 15'ith Stroot to Gr::th Vlth
Strcr Zoe' ). e larpr Ila, In tUs art•.: 'J'.ui- cc:x rd=4u an r1 1.tw'na]
trltutary 1, -/TSGi lira. ca be instellez .0 1:5th k+«root ivr..linto
the rubjact =rea f-= a tuturc City -f :-c.crvoir. ,Ile %sitar line
i-:aert Trxald 1,e at *.lmv ton 12. c proy03_d r4ti:lu3y wGLid not bn Paved
1 c„3lItaly, tout would tx %urcharG t v1eL auu: foc-t Of lilt follnaLt
S--vtullatioa of tho w+:tar line, sad the aurc'=Cc fill vauld bo r:aovad
in about orn year.
Tho 0itt eca3tti::^3 vcra ex•^.tL"^d by rcriow o_' data abt4l. d
Leon boring our firs has drill^_d for cl..or rro)c:ta in t::s utca rnd L•y
,. r_. Of the proptevd aligimmmt by an .,: a. sing noolc„iet :a our
ataff.
r.n.. •m„ass ..«,«cur
OA
f-e��2 `
s; - .�-
-zc���
17
q
f U &ir. -�N{y J
25� yDo-rs�S -
2 S+Yo
w �' I I �
u
5 ic—ka..
+sz
scL� 3 ; -7 06
Ai u ,
ti
4IN �
1w, 17
tiT7_.L
'v
sy �� y •
l — _ ---
-71
31 lei
$S `t9
fUG _ i
c�
k,.
I
3cl U w KG � v
52. �y
�,�� 5TR yG�52. Ys
lzs�jhs�7 •- ��^�sr7y 3Sq, 6
� 7 7
3 �3 76•C� 7-
�oi3 60 r
C_r,FiL 7� 'Z(e 3a.51 Q'cyr-s
Tom" 3
y � 'J` I W'4/�►'Mw' V
1 �
0,07
t �
11,70
}a 6
44 , 3 �f
3s:9 t "3 7
�.55 -44t9 4 aJ +rJ s
22,'7 G
G`y. �
57� 55
• � d
r i
-a-
/tv 4
STP
Z�Cfo
�•53
.v
1
,�y � w
-- - !
Weather <.v�q_
day date
-- SIGN:
Ai: enlriea made by person signed above ualcsa_T
i� otherwise indi-ated by other wguature adz.+sent
to eR
—. daY date
t I s 1
SIGN: --
-- -- - All entrks made by person signed above unless
othemise indicated b_•• other signature adjacent
to en
Weather: __
da9 date
SIGN-
All entries made by p• -
-- -- olherx-iae indicated
c
Weather:
day date --
SEE
_ _ SIGN:
A:l entries naee by person signed aboYe tmlea
otherwise indicated by utter signature adiacait
— Weather.
__-. -- day dale--
_ 1
_ Ali entrie, made by persen sie ed above UrJca
- — - - - - otherwise indicated by other siputure adj,,ma
w
i
INFORMATION
- F. A.No..__ .__._ . ... _. Contract No,
t
date of eantract %Ik:u" days calculated c._ .. -mVl.•oun natc
Station . _. to Station
?' Ti"3'PRj'C1'C411+15� - Began principal classes of work:
CLASS OF WORK DATE BOOK PACT.
a•
1. head Chapter 's of the Comstruction Manual.
:`I Fall in. per-ftent uata on Information Sheet in Book No. --
3. Begin eA& new dad' at top of right hand o on any day _
there is activity on the project. If no work, s., ,te. Us.� more _
c than 3 pages if needed. _
Stock to FACTS. If entry is an opinion, so state.
4
_ .. ... __ _..._ - .._.___.Twriag excavation operati�ac note soil type: and water
conditions. _
Prier full explanationg
nj elevation changes, length of pilin ,
and who was ccnsulttd.
List belowprime contractor, subs. material supplier>. '� Idila cumpiny. adjoining w .wer!,glpmg
' '. Cn back of page enter equipment a.^tiving, departing ne contractors, federal, state, cuunty or city person �v railw•zv, tx�ard or aommrssr�n
a' b,oken down, with size, capacity and purpose, representatives through which liaison has been
lar actil7ties of other a NAME AGENCY SC 1`n0\E NO.
$ gencie_:, utilities, railroart, etmtract
etc.
Last access coedit-tow to and from job site. raat rims rotuumed,
progress, deviations from schedule, pnotna, alleged claims
eon:p!ainb- status and mronditions of con,truction signs.
n the errat this _
loat!?a, return _
is address:
rv_. F-' .__.....__._ ........ ...... _..
t1-192
L I ND AVENUE
i
r
TRI-STATE CONSTRUCTION, IYC,
Equal Employment Opportunity Program
Prequalification Statement
Pagc Six
C. This company accepts its responsibility to assnrc
contractor's compliance with the equal employment
opportunity provisions of the subcontract, including
. subcontractor's prequalification a .tement as applicable
where set forth by Section 10a Of this nrequalificati_o:7
statement.
9. PROGRAM MONITORING
During the progress of a given project this company, at
fairly continuous intervals, holds review meetings to inciud..
representatives of the subcontract- ., and representatives of
organizations directly concerned or involved. Such meetinge
are to monitor the project Equal Employment Opportunity
Program and to affect changes therein which, if approved, wii_'
achieve practical results.
This company requires participation of subcont,actors in 71
aspects of the Equal Employment Opportunity Program by
inserting appropriate language in subcontract: documents.
10. RECORDS AND REPORTS
a. This company maintains suitable record:: and permit::,
analysis of its Equal Employment Opportunity Prograi,;.
Such records include:
1 , the number of minority group members in each wor}:
classification during the specific period of contras
performance,
2. the names and addresses of minority group applicant:
that were not hired and the reason ther,.4ore,
3. progress repo.r_s relative to cooperation with unions
to increase minority group emplovment opportunities,
4, progress results relative to locating, hiring, train.in,.,
qualifying, and upgrading minority group nmp7,ovec<„
i
Tail-STIT6 COSST111 C7I01 , I''C.
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
meaningful assistance to mutually conduct employee 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
part4.cipation.
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 requast, will give reasonable advise and
assistance to potential minority group subcontractors
relative to methods and procedures to follow in oxder to
qualify as subcontractors on highway construction work as
set forth in Section 10a of this prequalification statement.
b. This company will not award any subcontract in excess of
$10,000.00 ur'-il:
1. the sub ontractor has submitteu Equal rmploymeat;
Opportunity Prequalificatton Statement,
2, the statement has been approved by the Department of
Highways and concurred in by the State Highway
Administration, and
3. the subcontractor' s approved prequalification statement
has been incorporated into the subcontract as a con-
tractual obligation of the subcontract.
` TRI•,ST,ITE 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 nondiscriminatory basis.
• In the case of hourly employees
p oyeos these wages, conditions,
and benefits are normally assured by both union and
governmental surveillance. Certified weekly payrolls are
furnished to the owner that indi_ate compliance with the
above.
This company does not at this time sponsor any recreational
or social activities for its employees,
h. There is no discrimination with regard to upgrading,
promotions, transfer, demotion, lay off, and termination
Of employees.
k,
Supervisors and administration are instructed to consult
with the company's Equal Employment OcfiQur prior to any
such actions which might adversely affect minority group
employees.
6. APPRENTICESHIP AND TkUNING
This company works with civic groups, laoor unions, govern_mental agencies, vocational training group.;, and minority
group resource organizations, and others zoncerned to
encourage increased minority group participation and apprentice-
ship training programs and such training programs as may become
available.
Field trips are available for minority groups on projects of
it,terest by previous appointment with the Equal Employment
Officer, These field trips are suggested to include students
Of vocational school Lo stimulate interest in construction
work.
This company agrees to use ana maintain apprentices and
trainees as union agreements, Federal and State regulations,
and job conditions will safely permit.
0
TRI•STATfl CIIISTItCCTION, INC.
Equal Employment Opportunity Program
Prequalification Statement
Page Three
'. EMPLOYMENT (continued)
7. the number of minority group members currently
•
employed in each classification.
c. any advertising for employees contain the notation °/n
Equal Opportunity E3nployer" , and such advertisement is
inserted in newspapers having a large circulation among
minority groups in areas from which the work force would
0 normally be recruited for that
ular prj
including, but not in lieu of, thc: ecnewspaper.Cwhich
may be listed in the speciiications for any given
contract.
• d. Since most or all of this hiring is done through hiring
halls and pursuant to valid bargaining agreements, this
company has notified all potential sources o: employment
or prospective employes that it is morally and legally
committed to a policy of nondiscrimination in employment.
This notification and acknowledgement of such receipt by
these prospective employees and potential sources of
employment is a matter of record '%nd on file.
Present and potential employees are made aware of this
Equal Employment Opportunity Program ,Dy form letters
which are periodically circulated among the current work
force with the weekly payroll, which is our normal time
for disposition.
e. Openings or Positions where positions am not previously
obligated to the local hiring halls through current
bargaining agreement, are made known and advertised through
the State Employment Service and word of mouth to minority
groups now empJ:jed on projects.
f. Supervisory personnel are encouraged to refer minority
groups which are r..terested in employment and to further
encourage minority groups toward training for positions
which could be united in the futur: in our activities.
i
TRI•STATE CQNSTRUCTIUD', INC.
Equal Employment Opportunity Program
Prequalification Statement
• Page Two
3. EQUAL EMPLOYMENT OPPORTUNITY OFFICER (Continued)
visits each project and reviews each crew' s progress and
• procedure. Any complaints, grievances, or hardships are
reviewed and/or taken under consideration at this time. The
preceding day' s work force is reviewed and orders given for
the hiring for future work load requirements.
• 4. COMPANY PERSONNEL STAFF
All administrators and supervisors, general -uperintendents,
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 E]Iipicyment opportunity
program and policy.
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 information pertinent to equal employment
and affirmative action are distributed to these people through
our normal .eans 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 10a of this prequalification statement.
b. 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' s
work force or crews,
2, the total number of employees in each classification,
and
'PIt1 -S'Ya�'H; ('li] S'I' i► 1 f"I'llil . Ilf'.
Vill
. .1039 flH2OCfnA. NOH,n •.,..i,. .._ ... i.. .n i.. 1
EQUAL EMPLOYMENT OPPORTUNITY PROGRAM
PRWUALIFICATION STATEMENT
•
1. GENERAL
Tti-State Construction, Inc.,
Tri-State Construction Company, D8A and
Tri-State Conatruction Company submits this Equal Employment
Opportunity Program Prequalification Statement and affirmative
action program pursuant to Department of Highways Notice to
Contractors dated October 22, 1468, as subsequently amended
and to FHWA Order Interim 7-2 dated October 1, 1968.
•
2. EQUAL OPPORTUNIT! POLICY
It is and has been this company' s policy not to discriminat•-Z�
against any employee, future employee or applicant `or
employment because of race, religion, age, color, f <, or
national origin. Additionally, it is our policy to take
affirmative action and promote a program which insures that
equal opportunity and affirmative action is an intregal part
of our working procedure and end result. C/`)
Signed ✓ �'^
Title President & EFO Officer
Date November 6, 1974
3. EQUAL EMPLOYMENT OPPORTt^ TTY 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 admin'�tration for the previous
twenty years, and he is very capable and has a reputation of
being very fair. His employees over the past years have
reported very few, if any, grievances or indications of
discrimination and hardships. MI . Agostino almost daily
"An Equal Opportunity Employer"
w
CERTTFICATION OF E UAL FNI'LOYMENT OPPORTUNITY REPORT
Cortttic,.clon with regard to the Performance of Prevlous Contract& or Sub-
contracts subject -o the Equal Opportunity Clause and the filing of Required
keportm.
w The bidder ✓ , proposed subcontractor __, hereby certifies that he has
ham not __ the
equal opportunity clause, as required by Executive Orders 10925. 11114 nr 11246.
tad Dirt he has _✓ , has not , tiled with the Joint Rsporting Committee
the Director of the Of fits at Federal Contract Cuapxience. A Federal Government
contracting or adminlater nor agency, or the former President's CorAlttee on
Equal Employment Opportunity, all reports due under the applicable filing requ-
iruenxa.
(COOMpeny)
(Title)
Oa t e:
Note. Th above cerriffcatlon to rsc,ulred by the Equal Employment Opportunity
kegulati no of the Secretary of Labor (41. CFk 60-1.7 (b) (1), and must be
cubmirrod by bidders and proposed subcontractors only in connection with cone-rscts And subcontracts which are eabject to the equal opportunity clause.
Contracts and subcontracts which are exempt from the equal opportunity clause
are &at forth in 41 CPR 60-1.5, 'Generally only contracts or subcontracts of
$10.000 or under ace exempt.)
Currently, Standard Form 100 (EEO-1) is the only report required by the Execut-
ive Orders or their Implementing regulations.
Propo&ed prime contractors end subcontractors who have participated in a prs-
vious connect or subcontract subject to the Executive Orders and have not
tlled the required repots should note -hat 41 CFR 60-1.7 (b) (1) prevents the
award of contracts and subcontracts unless such contractor submit* a report covering
the deliqueat period or such other period specified by th4 Federal Highways
Administration or by the Director. Offiat rl Federal Contract Compliance. U.S.
Dapartmmnt of Labor.
CFRTIFICATiON OF
BIDDERS AFFIRMATIVE ACTION PLAN
NOTE: FAiLURr TO EXECUTE THIS CERTIFICATE WILL INVALIDATE THE BID
Bidder is to indicate by check-mark which of the following statements pertains to
- - _ `this bid package, and 1s to sign thecertification for that specific staterKnt:
a) It is hereby certified that an approved Affirmative W +
Action Plan is on file wit;i the City of Renton, and
that said Plan specifies goats and timetables which
are valid for the current calendar year.
•
Date: TC0m`pa`nyT'"—
— By:
TTtTe7— `
f)R b) It is li-.eby certified that an Affirmative Action Plan
- is ssippiied with this Bid Package. Said Plan will ht
sul:ject to review and approval by the City as a pre-
requisite to the contract award, and it includes:
iI Goals A Timetables of Minority Manpower Utilization
and 2) Specific Affirmative Action Steps directea at in-
creasing Minority Manpower Utilizaa-tiio-n-.
/err il-
Pate: / ` iy �/
By. L i
(Title)
OR c) It is hereby certified that an Affirmative Action Plan
wi .1 be supplied to the City of Renton within fire (5)
working days of recaipt of registered-mall notification
of low-bidder status. Said Plan will be subject to
review and approval by the City as a prerequisite to the
contract award, and it will includti
1) Goals and Timetables of Minority Manpower Utilization
and 2) Specific Affirmative Action steps dir rttd at in-
creasing Minority Y.afppivwer Utilization.
Date:
BY:
t eA WIN
r,•
/CA h' r`�w'q'✓ CTrt/�JL p�Ay AMU nrill W Aht1U i0+'� .,
+ti arPrrpTutlm
w u Pr w� fa art tort nnK -------------
Y cert S flcalloa 14 required librarian to federal Laasatiao Order 11244. Ttw Iap:tNatlnd mile and reealn btu urnulM rant pny
Jder yr Pro.p.rt He cuntrarh,r. it any „f tMlr pmivad wan:mttaclura a,v1 w,ypli.n, roll stela A. u, lnlital pert "(that
It" Fly
y rotµ.uatlora. or t'. evntrar.t whether it Ms particlpetrd In any pravl,rva watra.t or wbt+wiI tar[ •.tltl-n to the +wal npyortu-
ly elm,aw; and. If ae. whether it boo filed oil somplYNwr Favorite due Wader aprl coFH thetrw•t 1"rw,
a City Ise Iwratefor. edw.d 10ee3Ytmp M. IdPI uadte date of daly =p, 1972 establishing A "r,ir harties, paltoyr, so tyC,n
oted by da "Affirsetive Aatim l90II14 " thbraLp aatoblJohloll ad prawwlµoting the policy of tiro Ct[7 we pant" to Prewnq nd
fwrd .lira»3 treatawat ants eurvlri to e11 pfttpme pan to eeran agbel L.Yrrpt •PtertenitY booed en ability sits Plttwet to all
1 .w.•racturh wiW'Mtrwtbr. modoa�litra mn4artittypolgbtwsln+e,rtiFy�City of or sea. Tbto polity •fw11 llkw'w 4Vyp►ly to
.aid aaPPPp aµ M Ciiy 4P row"n wlw In two aba/l off
'A wbacr'ba i.'Kltcr-e awl fwllrlaa. The •faYitrntirmeg ptwlt:atu ellall n•tr aPp1Y to Contrevis or wtatwr;r•rlr far aEgWalA r.nerh
per ar
'aal nrypl/era or rawaetertalt or Aggro or urtrat"tlaw with 10" Yba 25 mPloyw, apd/,rt v ay r,Cta of lea• then dl b,ppu 4.vt-
a• rira With the city,
ao the C4ntrpofor1&At0tr+rover/yrapplfar Is r64ulyd by :.ty at Renton to a eadaptabla Pora"'Z"Ia it MlwrAry atrploywert vfal be that wall ere. AlPlertlw trKlm plate the peetm Ceel. tied Tfhrtablonl in the fubllafud City of toawn 4ft"aat3wl Act ion Prm"ll limits in "Art 7"
Y oawkralrnW v.pK r».tut tkBr+rere aawoawtt/, etlwlatet bad agrees that durlm the paeloraanew or this ¢antra" he will
air n"wo,- f b�th any iwruan is hfrlpg, prae.ardt, dlsrturt l,ty, roepansat (It ar In any ether tan or rob4I,I,n or eap.luy-
t, by rle•w, u( web µ•.s.m'e two, pryd. cater, ra11t1vn, aecretry or I'll" 1 -'Wn •a trrplrwnted by the "Afhcatt I,,
lop ymµrw" .
It 3or forth4r attae the he will take affl~%ive had tontl,,ohn a,,rIbn to lowra (+11 :4yllaare w/th wah ►ollcy and pro'
•
e la +31 trtgwrta; it Was .trimly aderatoud and agreed that (eilury to aow,ly with any of the lit n P as/d proYlclod,
rl by +cal c,m.tltnt., a w24r101 breach of this rontrwtt,
Y tr4vtor Nall, "p"p rfgyett aWilor U neaa, Ae paesibU iayonPar, lb.•ntM ante tan City any •n1 all H(,.rr.iM. she rrpana
Ultra by it. Cfty to drt.retim rluther fall caaplivatoo Me F++a aeda by taw c,wt m;tCi with said alltry ats
VWr wit.' Iv MJL a,lwat 44 �J, Iwae,, record, ar•1 by the clLy far tiro ia.year *IQ lane
plfar.v. faarp.r' of Invest l,aHwa to ea6,r/411% Awch
tt+vt,a (.rider ackpovleyr.a that h. ha* roertvr,, a 'rnw sad towluto oapY be the Clty'p Pratt Precttart Wllcy" and r'APltrwt-
• . Glpritact 10PirrimATUa1
CLp'l IY1CAtiOp by YJdQNAI'itM ,/'•
btlbioinalk TCp'S CLAT1yLCATlgg
.WFL4R'S CLRT1rICATZ �M
41W /J /y�y)�
a dew /J/
... _v/ .&
• svo ..dl 6J' .i_. %/01'4fr�%E,��,
�d
� plSet Ma ►eatlrlpotad io epratlMrd mntrert nr wtuuN rant w=F.1a-t .., 0a ;•, a t ai.yurt unb a
Yet 43;27 No !"�' ..,.. .
rr .
* ayapl„b/a tri M ra r��ed to be f111M Is 40, uil.p
Ath w.af.
arattu�r„ea.nt S :»r led //Ld' alowluo, lesions flat
twuaMrrra r:atp yolrl oe,:t�*3,oMMypct.n am.YeaL I NmW
Lf r.:.rer to Iteo I is "U". p:ae.. •`Plato In datA11 sm 4WAL`pear•w atria of thle attlelaettrM.
Iri<at tun - TM Iefarwatlm
ot..ve ie troy w1 ODWAoa to t
W.t,Ipt of ly, h:wwHdga aaa br1Hf.
r
�f✓C) �
a:to
aIr Y•e yya
hJ "`
Wad br city ALIPO tYt
A
ATTACI4@NT III (Coig.)
Page
agreement or other contract or understanding it twtie to be
provided by the agency contracting officer, advlNit,., the labor
or workers' representati;v,r of the contractor's commitments
niter Section 202 of Executive Order No. 1124o of September 24,
1965 (as amended), spit Nivall past copies of the notice in eon_
41 spicuous place's available to employees and applicants for employ-
event.
"(4) The contractor will comply with all prmvisions of Executive
• Urder No. 1124s of September 24, 1965 (as amended) and of the
rules, regulations, and relevant orders of tic• Secretary of Labor
and the Secretary of Uaising and Urban Devela;maent.
'(S) The, contractor will furnish all information and reports
required by Executive order No. 11246 of September 24, 1965
(aa amended) and by the rules, regulations, and orders of the
Secretary of labor and the secretary of lousing and Urban
Dwvelnpmaot pursuant thereto, and will permit access to his
books, records, c-,nd accounts by the Local public Agency, the
v Secretary of Labor, r the Secretary of Housing and Urban De-
velopment for purposes of investigatiote to ascertain compliance
with such rules, regulations, and orders.
0 "(6) In that event of the contractors' noncompliance with the
nondiscrimination clauses of this contract. or with any of such
rules, regulations, or orders, thaw contract may ',e cancelled,
.' "terminated, or suupended in whole ot• in part and tha contractor
may tic- declared ineliViblc• for further Government contracts
in accordance with procedures outhorizud in Executive order
O No. 1124r of September •:4, 19hS (as amended), and such other
sanctions roily be imposed and remedies invoked as provided in
Executive Order No. 1124e, of September 24, 19on (as amended)
r or by •ule, regulation, or order of the Secretary of Labor, the '
Secretary of Housing and Urban Develolxm-nt, title Local Public
Agency, or as othe•rwim provided by law.
"(7) The cot.`ractor will include the provisions of Paragraphs
(1) through (,) in every subcontract or purchase order unlers
exemptec: by rules, regulations, or orders' of the Secretary of
`/ labor or the Secretary of Housing and Urban Development pursuant •
to Section 204 of Exe•ceative Or•har No, 11246 of September 24, a
19ie5 (as amended), se, that such provisions will be binding upon
m each subcontractor or vendor. The contractor will take• ,uch
action with reaper
t to say subcontract or purchase order as the
Local public Agency, or the Deapartaarret of Housing and Urban
it Development may dirpct. as a means of enforcing such provisions •
Including sanctions for noncomplianeet provided, however,
That in the event toile contractor brcoamas Involved n�r is
threatened with litigation with a subcontractor or vendor as
a result of 'uch direction by the Local Public Agency, or the
Department of Housing and Urban itavelupment, tine contractor may
r request the United States to enter into such litigation to
Protect tine interests of the United States.
J
�1 q,4`.
�. .-,«.e..�.,..r......e,r...��.a.r..r'v.�..w..+.e..r«u..�..........n�._ ..�....w....v..urr...rn...�.�...-...... rv—..ram
Y
ATTACIIMLNf III
Contractor, Subcontractor, Supplier
The City's Affirmative Action 11rograin extends to all thot•e dnittg
business with the City regardless of *xtrce of funds. Lach supplier
or contractor having 2ti or more employees and/or contract in excess
of $10,000 is required to: (1) Recomu• familiar with the City's
w Affirmative Action program: 2) Certify that thfy have their own
Affirmative+ Action program; �:I) provide a record of intent to
comply by completing the effioavft. The affidavit and a copy of the
firm w Affirmative Action program may be provided Once each year or
with a specific contract. A rcenrd is kept of eacli fire's response,
and present and past performance. An investigation into the past
* performance is also made at th.r initial submittal. City records are
then re, _wed yearly, Firms guilty Of non-compliance are removed
from thi eligibility list, ru,fified Of this action ®nul conning dcficicnVy,
and t•e-i:istated when eatiafactorily demonstrated to E.O. Officer that �r.,",i
dOffelencies have been corrected.
Co,:g,liance is irtermitp ,i a check of previous p«rformanc•e and n
on-the-,job inspectfim durf.n,: current eontraet.
kApart )I' th. i that federally funded contracts for
more than $10,000 or, • • •., the Eeecutfve Order 11246 of Septcrnb.-r
24, 190(+, ass amcnele„ fhvler 11375 of October 13 1968 t I,.
0 City a.^ Renton :,hall , :, ., c,ntrd,tts with gereeral�and aub-
contractors, tla: fo1J �... r, - •-�
0 "Wrong the pat for!'-:n - 1 + h is cant rani , the contractor egrcea
as fulL,wa:
40 "(1) The contractor ! ; . n.,t discriniitwte aµainst any employer
or applicant for becauxf; of race, color, religion,
sex, or national on„in. The contr:rct.or will take affirmative
action to easurr that applicants are employed, ant that employee,,
are treated during employment, without regard to '.heir .dce,
color, relig.pon, sex, or national origin. Such action shall
M include, but not be limited to the following: employment,
upgrading, demotion, or transfer: revrtitment or advertising;
layoff or termination; rater Of pay or other forms of compensation;
and selection for traininu, Including apprenticeship. The con-
tractor agrees to post In cnnx+plc�aous placas, available to
employees and applicants for employment notices to be provided
Y by the LpA setting forii+ the provisfor•s of this nondiscrimina-
tion clause.
` (Z) The contractor will, in a1.1 solicitations or advertinenwrts
for employees, placed by or on behalf of the contractor, state
that all qua.liffed 'ippl-lentits+ will receive coreiderution for
employment without re„ard to race, caL,r, religion, sex, or
Y national Origin.
"(3) The eontracf:,r will ;nl to each labor union or reprt-
aerttative ,I' worke•r:a with which he has a collective bargaining
M
i-
F,TI'ACItl�kPi' r-
Cory ne:•n!:on Coals and Timetable:,
•'ha Oi ''y o. Renton u.utcr the ,,atvLlistud Affirmative Action „
'rograae; has sot forth e t!oal of '3.54, minority employnn•nt over a
.irnetable span of Sa"_n51 J J.972 through Ueczmber 31, 11i73, The
minority employment Is tissud upon an average permanent payroll 1 apprex^ma cly 3l5 ,•mpfoyot-,s. This percentage will lie re-evaluated �h
oly o,, :,a ll Y. e
4*
A "1 nearfn,.+ go t ;s ,�• �mpllshed in the following nu,rtnerc The
,d,nc.y of all permanent City !mployces is plotted oil a regional ,»
r.;.p The area Containing BUY, permanent force Is analyzed using existing
r1e9aS and Renton School District data to date mica the number and
of minrrrities living in this area.
0 Initially all the toLDI minority {Y
3'�• This population Cft w-:pd determined at
r percentage is then applied to the City permanent work
force and goalw for fei-ur-: minority employment it, set accordin-
• Additionally, a *c, rirative study to also made with other nminicipalf- al
y.
c+.es within the greate:a Puget Found area ro establish validity ofequitable ne.-centage goal.. ,' , .
in the eve.;; :i,ai the City n1111ority work Eorec Is less than the
area percentage, a one yva: period is ariahlished as the time in
wfilch the ,^,o,} will correct th deflefunc'y utili2ing measures described + "
_. the Ci tyla afPt-n..,tiu+. ,t._t ion 1•roe ram.
ATTArC'KNT II , y:�
icy'a 1 n .rams for A00t.v4 "nx+nt +:fP Goals
^he C:c�.; or Kenton h , s^nL ;, r Ir -, fnilie, that they will. mike
the a cessary uo,iffeatt.orr pi,Tiion opening, on the permam.•ni
:,tiff through publ.(, t,. tr•r Rout-An firwy and
,.he Record efmmi^lr fy- !Fill we3!cs ,rrfa:r to ini_:rrvied dnrure,
Open positions are ai.:,o ree;istered wiih Lh;:r kashfngtou Rate Gmpinymumt
Security, Unlvers1ty or Washington, Seattle University, King County
,public t:mpinyrm'reL Procr.vl+, Ciiy of Seattle Personnel office, and
ocher aualcipuliti,e ; es :,pf:rupriace. M1ll advertisements contain the
words "The City of Renroa ;s an equal opportunity employer" and indl-
Cate that minorit, applic•:,nin ;,I:,, tillght• In addition, thf' following
agencies that serir,„e ., Iarfi ecncv•nt rat ion of minority miploym-lit are i
.untif•i ' or each posit on oppor:anity^; Asian 6raploymemt, Indfan
Affairs, P&ATT Canter; v C t, V t,-ran's Administration, The racts,
and Active Mexitanns lbvelo,ixme,u. Comer. The City employment uppliaa- P
..ion form fr:rs also :,ert1 r^eviAc•d ;n -'rrlect the equal opportunity
m1n?nyrm^n, ea'ertimrn1 . t
all thrse in a riOsitioo to htr;, i'i�� �,r. transfer City cmlployces
ua, " tx.n in,ttructrd• ,o use nondlscriminaaIon 1n tlu�lr Judgment of
personnel. All deco, ions relatlnM To managensmt-employev relationships
will Le revirwcd by th.• Citt.:. :: 6. orrice ror possiwe abuse or ti:.
Cit.V's Pnl.r 1( ', i' ,lie AMI ep'.frmfll i++:_ i.
y ^ Act:. 6n I'rogrnm.
have ,r„ ,l / our job der,vrfpLions within :tr_ e:ii,
.0 insure that qua? ificatl m, at ., 'rfai ,C .-that- {Mahlon criteria
refleete skill 1 o t and physical capabilitiHs required for terfomonco t
of as% and min 1 re llee ,fon ,e 11re Riling labor market. Thos,+ •,
fxisitioas for xl:ich phy.0cal7.y ictm,H_yrtupe:t arcs suited are fdentiffi-,
and priority c^rioi,tdm>yri„n will he given ' , those 'Intl tvf4uc'11s.
r
"". ' .
a
141
x .
,
t
rr
i
_ a , I-
4. Availability of minori.ies and faawloc lt;vt.�u: -aquio
s§ills and experience in the labor are.. i
i. The extent of unemployment among the ,aino:.• quit i.v '
✓emale unemployed work force within the area.
S. Perform an analysis of the City', labor Sorce, by job
category to determine the placement of minorltl.es and :Mateo a•
all levels of responsibility.
1. The number of employees Sy loll alaes!fl.cation +'o�-
,ach department fn the city,
2. The availability of promotable :ainority and `dsaa L:
employees within the City's offices and divisions.
1. The number and job classification of employees, w
department, who will be retiring within the next five yentc.
This list is to include the tentative date of retirement fo.
/ uach employee.
s. The anticipated turnover oi employees due to cho1:_
inability to Perform adequately, by job classification por
department, and possible date for action.
C. Establish goals and it timetable for the correction n'
deficiencies identified. These goals and timetables are an
essential Part of the City's Affirmative Actior.be maintained and updated Program and vi l:
the primary on n at least a annual facie. Although
concern of these goals is overall ninority and female
om�loymsnt, they shall also include minority and female under-
utilization within specific ,lob levels: mer,agemen t, alepro under- ,
eehnical, office and clerical, and skilled positions. -
"�
The goals and timetables established as re cult of the •? + ta,aA+ y�i
analysis shall be reasonabl•• attainable and shall a 'tbov.e
Attachment 1 within 60 days after finalization of thisado H cuont. i ni •�'4s'
as
The Equal Opportunity officer shall be responsibly ing these goals, for establish
Specific programs "hich the CfLy of Renton oroposes to underta}.
to facilitate the achievement of the set gods shall ,appear ac
Attachment 2 also within 60 days after approval hereof. This
crograms shall 1130 be mtsbi'ned h 'oy thr ;qca'')fficer. Oppe_tani.y _
:fl
' I�
+n„C
r . a , 2
Joy'
ti
i
•
•4
MASS AFFIDAY f .FDRM
City of Renton
.. COUNTY OF
1, the undersigied, having been da'y sworn, deposed, say end C�
that in connection with the performance of the work of this prof
I will pay each classification of laborer, workman, or mechanic
employed in the performance of such work; not less than the preval #
ing rate of wage or not less than the minimum rate of wdges as speci ,
fied in the principal contract; that I have read the abovs and fore
going statement and certificate, know the cor'2nts thereof and the
su ostlnCL as ffRt /Q LIk1,roin is true to my knowledge and belief.
I`
Subscribed and sworn to before me •on this Jay off
w
off Lary Fub I and for the ate of
Washington
Residing at
NON-COLLAION AFFIDAVIT
STATE OF WASHINGTON j
SS
COIirITY OF
� )
�O a=
being duly sworn, deposes and says, that he is the identical person
who submitted the foregoing proposal or bid, and Oat such bid is
genuine acid not sham or collusive or made in the interest or on be-
half of any person not therein named, and further, that the deponent
has not directly induced )r solicited any other Bidder on the fore-
going work or equipment to put in a shah, bid, or any other person or
corporation to refrain from bidding, and that deponent has not in
any manner sought by collusion to secure to himself or to any other
person any advantage over other Bidder or Biuders.
SIGN HE
Subscribed and sworn before me this _Zjz�_day of
otA—aryF�n and or the-5aeo
_residing at
therein.
TRI-STATE COSSTRIITION, 1%
EQUAL EMPLOYMENT OPPORTUNITY
AFFIRMATIVE ACTION PLAN
Page Seven
o. We agree to solicit bids for subcontractors from the following
minority subcontractors in the following indicated trades:
Name Address Trade
h-ne
Results of all sol'citations will be maintained. We agree to
notify the following minority contractor associations of sub-
contract opportunities:
Central Contras org 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 destroyed.
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 wil'. file and will require. subcontractors, suppliers and
vendors to file such other reports relating to the provisions
of the EEO clause of the contract as shall be required by the
contracting officer, the administering agency or by the office
of Federal Contract Compliance.
TRI-sTHE Co,9sT Hain, mc.
EQUAL FN PL0YMFNT OPPORTUNITY
AFFIP14ATIVF, ACTION PLAN
Page Eight
We agree to abide by such regulations of the Department of
Labor and other such agencies as may apply to the equal employ-
ment opportunity provisions of this project. 'rho President ofq`. .
the Corporation 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 the contract, and will be
grounds for the imposition of the sanctions and penalties of
Section 209 (a) of Executive Order 11246.
1
We understand that the failure of a union having a collective
bargaining agreement for :zclusive referral to refer minority
employees, will not be an excuse fcr the failure of the con-
tractor or subcontractor 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.
Tf;'_-STATE CONSTRUCTION, INC.
959 - 108�A—v ue N.E.
Bel vue, ash N.E.
98004
7C
Joe Agostino
President 6 EEO Officer
Date; November 6, 1974
TRI•STATE COYSTRI'CTI05, INC.
EQUAL EMPLOYMENT OPPORTUNITY
AFFIR.MATI'✓E ACTION PLAN
Page Six
h. We agree to make specific efforts to encourage present minority
employees to rarruit their friends and relat es, as follows:
1. That the Corporation's EEO policy statement is poste] in
applicant and employee traffic areas.
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 ali 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/Oi 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.
A
Job Superintendent and/or EEO Officer shall have the responsi-
bility for accomplishing this and for k:eping 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 wil �e 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 respoiiaibie for this.
THI-STATE IIMSTftC(.'TION, INC
EQUAL EMPLOYMENT OPPORTUNITY
AFFIRMATIVE ACTION PLAN
Page Five'
3. Notifying and discussing our EEO policy with the following
subcontractors and suppliers:
Per al.tached _letter to Subcontractors and Suppliers
4. Reviewing affirmative action plans of the above subcontract-
ors and suppliers periodically for the duratiun 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 r.>presentative as follows;
Not applicable
3. Minority recruitment organizations, as follows:
United Construction Workers
central Contractors Association
4. Minority training organizations, as follows:
United Construction Work.ers _
central Contractors Association
a
an.w V r i..r'w...—. ... .. ..........ter. ..r...w.—
TR!•STATE CONSTRUMON, INC.
EQUAL 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 Rights Act of 1964.
4. Conducting staff, employee and union representative meetings
to explain and discuss the policy by monthly jobsite meetings.
n The meetings will be conducted by Job Superintendent or the
EEO Officer.
5. Specific review of the policy with minority employees, by
posting on bulletin board, at our office the results of
meetings and by attendance of monthly meetings.
6. Posting the policy will be accomplished by Job Superintendent
and the EEO Officer.
7. Monthly attachment to the emr ees' payroll checks advising
them of this firm's EEO progi_ ... (see attached)
f. Wo 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 rontractcz5 Association
Trade _Unions with which we have agreemi•nts
Associated S.eneral r�rntract r
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
TBI•ST, E CHSTRILMON, IAC.
EQUAL EMPLOYMENT OPPORTUNITY
ACPIRMATIVE ACTION PLAN
Page Three
Trade Unions with which we have agreements
United Construction Workers
Associated General Contractors
w b. We agree to maintain a file of the names and addresses of all
minority applicants referred to us and to show on the recoru wk,,at
action has been taken with respect to such referred applicant.
If the worker was 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 ;nsure names and addresses and results of
referral.
C. We agree to immediately notify the general contracting officer in
writing when a union witn 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 trainin{ programs in the area:
_Appz._nti%ship training by aoolieable trade unions z.nd assisted .end
uided by the 'associated c�r�rr �l Contr-rtrrs
e. We agree to disseminate our EEO policy within our own organization
by:
1 . Distribution of the Corporation Fair zYnploymrnt Practices
Policy annual report.
2. By including in any publicatiot. or advertisement the fact
that we are an Equal Employment firm.
TRI-STATE C0.ISTII1ITIM, KC.
EQUAL EMPLOYMENT OPPORTUNI7"
AFFIRMATIVE. ACTION PLAN'
Page Two
We agree that any violation of such conditions by a subcontractor will
bo pr:;mptl7 reported to the contracting o::ficer in writing by the
it Prime contractor. We agree that failure to make such report by the
prime contractor when a violation has occurred will constitute a
violation of the contract.
We will use the following listed construct..on trades on this job:
` C�peratinq Engineers
Laborers
Teamsters
The workmen for the trades listed are members of local trade unions
indicated:
O..erating Engineers Local 302, Western & clay, Seattle MA 2-6180
Laborers Loc.il 440 565-13 Avenue Seattle EA 9-1540
Teamsters Local 174 1900 Airport Way Suuth, Seattle MU 2-8212
In compliance with this ogrcement, we agree to make every effort to
find and employ qualified minority group journeymen. If minority
.uurneymen 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
prog• ams.
We agree to require each supplier or vender of materials or services
of 510,000 or more to certify to the maintenance of a written and
signed affirmative action plan as specified in Title 41, Code of
rederal Regulations, Chapter 60-1 and 60-2.
We agree to specific affirmative action steps as follows:
a. We agree to notify the following community organizatijns that we
have employment opportunities available -.nd to keep r,icords of
such notices and any responses;
Central Contrar_torc Association
The Seattle Plan f0irector) Glen `,lakely, MA 3-2166 ^�
A
'I'lil ,S1' 1TF; CONSTRUCTION. INC.
,• UVV IOBm AVENUE Nk BLLLEVVE WAS,IINGTONOW04
BEu.LVVL 436I510 • SEATTLE 6]] 1111
EQUAL EMPLOYMENT OPPORTUNITY
AFFIRMA^.IVE ACTION PLAN
• Pursuant to Executive Order 11246, as amended, TiLle 41, Code of
Federal Regulations, Chapter 60 and all orders, and guidelines issued
thereunder, Tri-State construction, Inc, submits this EEO Affirmative
Action Program to comply with the EEO provisions for the construction
of:
e S.W.
Lind Avenue S m 9 h st
at
,
The commitments hereunder are made in consideration of any award of
• contract on the above project to the above contractor.
We agree 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 trade covered by this agreement L .11 be substantially uniform
during the entire length of such contract.
We agree that the transfer of minority emplu. ees or minority trainees
from employer-to-employer or from project-t:)-project for the sole
purpose of meeting these goals is a violation of the conditions and
intentions of the EEO claust of the contract.
we agree to require that each 'subecntr4cLwr Lust agree to this EEO
program as a condition of the subcontract, and we agree to provide
the original signed copy of the affirmative action plan of each
subcontractor to be used.
1
TRI•STATE COSSTRUTIUS, IIC.
4, All subcontractors shall be bound by the stipulations
contained herein,
w
�. Tile 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. Seeking 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
M in minority group areas . Also employment 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 al )ne,
e. Since all hiring of 'sourly wage earners is done through
union hiring halls pursuant to valid bargaining agreements,
this company, throuch the A.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".
doe ostino, President
i
Subscribed and sworn to before me this 6th day of movember
1974
Notary Public in and for the State of
Washington, residing in Seattle.
+ums..ca e.. ar
TKI•STATC CONSTRUCTIONS INC.
,n,tpt eoahaeliyy
1e91 691006.` NORTH e[.frlr. +'..ru w9fON OU'Us
Subjects E.E.O. Program
'Fn Whom lc May concern:
y
As an A.G.C. member, it is the policy of the Tri-State
Construction, Inc. company not to discriminate against any
-:rnployee or applicant for employment because of race,
religion, color, sex, age, or national origin. Additionally,
it is the policy of this company, within the boundaries of
.its authority, economic feasibilities, and limitations to
:ake affirmative action to afford equal opportunity to
qualified persons and to participate in training programs for
:ambers of minority groups through the A.G.C. or otherwise as
y� approved by the A.G.C.
2. in order to secure compliance with the above policy statement
and with the following affirmative action programs, Joe
Agostino has been appointed as E.E.O. Officer of this company.
His du*ies are;
Indoctrination of personnel doing the ac.:nal hiring of
employees.
Administrating of the E.E.O. policies and reporting as
required.
Serving as the company' s representative in matters of
E.F..O.
1. Recruitment of personnel of minority groups within the
boundaries of the above policy statement and the follow-
no affirmative action program.
h:.t staff and supervisory personnel authorized to hire,
nroamote, and discharge employees have been made fully aware
of t:h.t.s company' s C.E.O. policies and programs.
"An Eaual Opoortunity Employer"
TRI•STATE COUTRU'CTIO6',
Equal Employment Opportunitv Program
Precualification Statement
. Page Feven
5. progres results relative to
subcontractors, and
6. progress results of Subcontractor' s achirvemcnt pursuing an Equal Employment Opportunity Program.
These records are retained for a p_riod of three. yea,-:;
following completion on each contract and are availab!.for inspection by authorized representative or the:.agents of the Department of Highways and the State
Highway Administration,
b, This company agrees to submit to the State Highway
Department a monthly report and thereafter upon reques::
for tF- duration of the project. Such report indicates:
the 1 number of employees and each work classificati ;and 4 number of minority group employees in each
classification as currently engaged on the groiec•..
11. AFFIRMATIVE GOALS
a. On any project over $10,000.00, it will i,u x:r
employ a minority trainee on the project, on..
b. in the event we sublet work, we will try to rb•_ _,;;
utilize competitive minority subcontractors.
c. We will have minority craftsmen at all times.
d. We will insure minority promotions in all constrna :i;,•,
crafts.
Signed �'7-�2
Title President & EEO Office-
ate n;cva7-1! 1974
i
SPECIAL TECHNICAL PROVISIONS
TABLE. OF CONTENTS
i
PAGE
0 TS-01 6enerai Statement TS-i
TS-02 Standard Scecifi cations `S-1
TS-03 Existing Utiiltlea TS-1
i TS-1
TS-04 Clearing and Grubbing
TS-05 Embankment, Materials and Installs ion TS-2
TS-06 Drain and Culvert Pipe Motar,al and installation
. TS-4
TS-07 Water Piping Muter;:; , fitting, Valves, Etc.
TS-08 Encasement Pipe TS-6
TS-09 Plastic 'ilm TS-6 ripe Encasement Ts-6
•
TS-10 Con;,rote Valve Vault TS-8
TS-11 Saw cutting Ts-8
. TS-12 Pavement Removal TS-8
TS-13 Trench Excavation, Bedding and Bock fiil TS-11
TS 14 Water Pipe Inst6110000 TS-i4
0 IS-15 Restoration of Surface TS-15
TS-16 Testing TS-16
TS-17 Disinfection TS-16
TS-18 Roadway TS-16
0 TS-19 Mydro-Seeding TS-16
TS-20 %bil Oil Service TS-20
r TS-21 Cleanup TS-20
TS-22 Measurement and Payment
A
r
•
S P-32 DELIVERY TICKETS (Cont.-)
available, the inspector stall measure the truces volume and certify as to its
full lead delivery.
Sp-33 WASTE SITZ
The Contractor shall conform to Section 4.06 of Standard Specifications in regard
to waste sites.
The. Contractor shall have the responsibility of obtaining his own waste site.
All work included in this section shall be considered to be incidental to other
items of work and no further compensation will be made.
•
The route taken to the waste site shall be maintained solely by the Contractor in
a manner as described below:
* The Contractor shall be prepared to ,se water trucks, power sweepers, and related
equipment as deemed necessary by the Engineer to alleviate the problem of lost
spoils along the route. prompt restoration of the route is mandatory. -
SP-34 DUST AND MUD CONTROL
The Contractor shall be responsible for controlling dust and mud within the project
limit!. and on any street which is utilized by his equipment for the duration of the
project. The Contractor shall be prepared to use watering trucks, power sweepers,
and other pieces of equipment as deemed necessary by the Engineer, to avoid 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 damage to private
ownership will be transmitted to the Contractor and prompt action in correcting
will be r.Nuired. Writes.;n notice of correction of complaint items will be called
for shou:d repetitive complaints be received by the City.
SP-3S PAYMENT TO THE CONTRACTOR
Payment to be made to the Contractor will he made in the manner outlined in Section
9 of the Standard Specifications. Payments shall be made a Cash Warrants. Par-
tial paym-nts on estimates may be withheld until work progress schedules as
described •.. Section SP- 19 cf these Special Provisions have been received and
approved.
s P-36 LIQUIDATED DAMAGES
Liquidated damages for failure to execute the contract as specified and in accord-
ance with section E.08 of the Standard Specifications will be assessed as follows:
One Hundred Dollars ($100.00) par calendar day plus cost of inspection, supervi-
sion, legal expense and court costs incurred beyond said date. The cost of
additional inspection and supervision shall be an amount equal to actual salary
rest, plus one hundred percent (100a) for overhead and other indirect expenses.
SP-3-1 AWARCIwjO OF CONTRACT
Awarding of contract will be based on total sum of the Schedule of Prices. Prices
41 through 06. Notes Either,Alternate A or R may be used in Schedules 02, M3, N6
il� the final computation of tee total sum. No partial bids will be accepted.
SP-10
i'
r,
li ,Fi
`-28 CONSTRUCTION SIGNS
The Contractor ehall. furnish and install construction signs which conform to current
1971 M.U.T.C.D. Sign ho. W20-1, "ROAD CONSTRUCTION AHEAD", 36" x 36" or larger
diamond, black lettering on orange background. One (1) sign of the type mentioned
above will be posted at each street entering onto the project site.
All construction and detour signing shall conform to Part VI "Traffic Controls for
Highway Construction and Maintenance Operations" of the Manual of Uniform Traffic
? Control Devices.
SP-29 REMOVLNG TRAFFIC AND STREET SIGNS
The Contractor shall be responsible for maintaining all traffic and street signs.
In the event it shall be necessary to remc�c a •.raffic or street sign., the Contractor
shall notify the Director of Public Works, City Municipal Building, City of Renton,
Washington, for all changes made. When the work has been completed, and prior to
said area being open to traffic, the Contractor shall notify the Public Works
Director, City Municipal Building, City of Renton, Washington, and obtain his appro-
val vs signing.
SP-30 CONSTRUCTION EQUIPMENT
Drivers of moto- vehicles used in connection with the construction of repair work
shall obey traffic rules posted for such location in the same manner and under the
same restrictions as provided for the drivers of private vehicles.
SP-31 SIZE, WEIGHT, WAD RESTRICTIONS FOR MOTOR VEH-CLES
All motor vehicles of the Contractor, Subcontractors, and suppliers shall strictly
adhere to Ch. 46.44 of the Motor Vehicle laws of the State of Washington (1967 Edi-
tion and amendments thereof; 4n regard to size, weight, and loads of motor vehicles.
Payment will nut be made for any uatcrial that is delivered in excess of the legal
weight for which the hauling vehicle ..s liGounau.
Any gross violation of these regulations shall be reported to the affected law
enforcement agent.
The contractor is to furnish to the Engineer a listing of all haul vehicles used on '
this project, listing the vehicle number, license number, tare weight and licen:.;ed
load limits.
SP-32 DELIVERY TICKETS
All delivery tickets that are required for the purpose of calculating quantities
for payment must be received by the Engineer at the time of delivery. No payment
will be made on tickets turned in after date of delivery of material.
Payment will not be made for delivery tickets which do not show type of material,
gross weight, tare weight, truck number, date and inspector's initials.
Scale certification shall be submitted as early in the protect as possible. Each
weighing station shall .,aintain a record of the trucks weighed, date, and time, tare
anc gross weight and type of material. In isolated cases where scale weight is not
SP-9
U-25 OVFRTIME FIELD ENGINEERING
When the Contractor performs construction work over the accepted B hours per day or
49 hours per week, or on any City holiday, and the work requires inspection, then
the Contractor shall reimburse the City at the rate of $12.00 per hour. The City
shall have the sole authority in determining the necessity of having the c.vertime
inspection, and shall notify the Contractor of intent and said costs will be
deducted from monies due the 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 PUBLIC CONVENIENCE AND SAFETY
The Contractor shall, at his own expense, provide flagmen, shall furnish all signs,
barricades, guards, construction warnings, and night lights in order to protect the
♦ public at all times from injury as a result of his operations. If the Contractor
should fail to maintain sufficient lights and barricades in the opinion of the
Enyireer, the City shall havn the right to provide these lights and barricades and
♦ deduct such costs from payments due the Contractor.
A plan for traffic control must be sutmitted 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 frmi the area.
Appropriate lortions of Section 7.15 (APWA) Standar, Specifications shall apply to
this contract. In add::ticn the following special Provisions shall apply:
1. There shall be at all times reasonable access to and egress from the
business establishments and other properties adjacent to the project.
2. " '1 road approaches end street connections shall be opened to traffic
the dose of each work day.
3. Where hazardous candltions 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 drying the hours of darkness.
4. The Contractor st.all notify the local fire and police departments in
writing before tt.e beginning of his operations so that these agencies
may reroute their emergency vehicles around the construction zone.
5. Any asphalt concrete pavement, crushed surfacing gravel base, or water
required for mainta_ning traffic during the life of this contract shall
Le placed by the Contractor, imediately upon request by the Engineer in
the amounts designated.
All costs involved in the above shall be considered incidental to other costs of work
involved and no further compensation will be made.
SP-8
i,
SP-21 DISPUTFS AND IITICATION (Coi n
Failure on the part of the Engineer or his reprcS, ntatives to discover and condemn
or reject bad or it-erior work shall not be construed as an acceptance of any such
work or the part o: 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 qual .ty of the several kinds of work
embraced in these improvements. He shall decide all questions relative to the execu-
tion of the work and the interpretation of the Ple.ns and Specifications.
In the event the Contractor is of the opinion he will be damaged by - uch interpreta-
tion, he shall, within three (3) days, notify this Engineer and the City Clerk in -
writing of the anticipated nature and amount of ohe damage or damages. In the event
an agreement cannot then be reached within three (s) 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 upon both.
parties and shall be delivered before any work is performed upon the feature in
question.
The arbitration shall be conducted in accordan•:e with the statutes of the State of
Washington and court decisions governing such xocedure.
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.
The venue of any suit shall be in King County, Washingto:,, and if the Contractor is
a non-resident of the State of Washington, he shall designate an agent, upon whom ,I
Process may he served, before commencing work under this contract.
SP-22 SUECONTRACTORS
A list of subcontractors and suppliers that w .11 be involved with this project shall '
be given to tiie Engineer for his review and a:,proval immediately after notification
of low bidder status. This list must be rece.ved by the Engineer before the con-
tracts may be signed. ,.
SP-23 CHANGE ORDERS
All additional work that requires compensation to the Contractor for items for which
prices are not iccluded in the contract or is not within the limits specified in
APWA Standard Specifications, Sew. 4.03, shall require a written change order before
work may be done. The Contracto. shall be responsible for acquiring the necessary
change orders that are regsirec by any of his srr,contractors.
}
S P-24 SURVEYS
Section 5.06 of the Standard Specifications shall be amended by the addition of the
following sentence: "The Contractor shall notify the engineer a minimum of 48 hours
in advance of the need of surveys".
..,..fib
)
SR-7
t;
i
SP-18 PROTECTION OF PUBLIC AND PRIVATE UTILIT7ES
protection of public and private utilities.
Location and dimensions shown on the plans for existing underground facilities are
in accordance with the best available information without uncovering and measuring.
The Owner does not guarantee the size and location of existing facilities.
It shall he the Contractor's responsibility to contact the GAS COMPANY, TRrFpHoNp
COMPANY, POWER COMPANY, and the RENTON WATER DEPARTMENT, OLYMPIC PIPELINE, CITY OF
SEATTLE: WATER DEPARTMENT, RENTON ENGINEERIN : DEPARTMENT, for exact locations of �•
their respective utilities. Also, contact the CABLE TV COMPANY if necessary.
SP-19 SCHEDt'ANG OF WORK 4.
-� Section 8.01 of the Standard Specifications shall be deleted and the following inser
teds
Prompt_y 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 to the Contractor. Payment to the
Contractor on any estimate may be withheld until such a schedule has been submitted
oral approved.
i 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 herein; setting out
operations, methods, and equipment, added labor forces or working shifts, night work,
etc., by which time lost will be made up, and confer with the Engineer until an 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 with the contract provisions
I it shall, upon request, be revised by the Contractor and work shall be performed in
t{r. compliance with the contract provisions. Payments of any further estimates to the
Contractor after such request is made and until an approved modified Jule has
f been provided by the Contractor may be withheld. Execution of the work according to
the accept_± schedule of construction, or approved modifications thereof, is hereby
made an obligation of the contract.
c
SP-20 CONSTRUCTION CONFERENCE
' Itior to the start of construction. the Engineer will call for a preeonstruction
conference. The Contractor and his subcontractors shall attend the preconstruction
conference, the time, place, and date to be determined after award of the contract.
Subsequently a representative of the Contractor will attend a weekly conference with
the Owner's representative to review progress and discuss any problems that may be
incurred.
bt_=21 DISPUTES AND LITIG.VrION
Any questions arising between the Inspector and the Contractor or Lis Superitandent
or Foreman as to the meaning and intent of any part of the plans and specifications
shall be immediately brought to the attention of the Engineer and will be adjusted by
him.
i
sP-6
0
SP-1.4 WAG,' SCHEDULE (Cont
or Statements of Intent on file with the Departmen: of Labor and Industriesc as
approved by the Industrial Statistician.
r
Affidavits of Wages Paid (SF 9843) are to be filed with the State Treasurer, or the
Treasurer of the County or municipal corporation or other officer or person charged
with the custody and disbursement of the State or corporate funds as the case may
be and two (2) copies of each affidavit are to be filed with the Director of the
Department of Labor and Industries, Attention; Industrial Relations Division,
1601 Second Avenue, Seattle. Whenever practical, affidavits pertinent to t particu-
lar contract should be suixnitted as package.
The Contractor shall also be required to read and execute the "Minimum Wage Affidavit
Form" as incorporated in this document.
SP-15 STANDARD SPECIFICATIONS
The Special Provisions hereinafter contained shall supersede any provisions of the
Standard Specifications in conflict therewith.
The Standard Specifications for Municipal Public Works Construction prepared by the
Washington State Chapter of the American Public Works Association, 1969 Edition,
shall be hereinafter referied to as the "Standard Specifications" and said specifi-
cations `ogetner with the laws of the State of Washington and the Ordinances and
Charter of the City of Fenton, so fay as applicable, are hereby included in these
specifications as though quoted in their entirety and shall apply except a.; amended
or superseded by these Special Provisions.
A copy of these Standard Specifications is or, file in the office of the Public Works
Director, City Hall, Renton, Washington, where they may be examined and consulted by
any interested party.
Wherever reference is made in the Standard Specificati, is to the owner, such refer-
ence shall be construeu to mean the City of Renton, ar. where reference is made to
the Engineer, such reference shall be construed to mean the Public Works Director,
City of Renton, or his duly authorized assistant or assistants.
SP-16 FIELD CHAN';ES
Any alterations or variances from the plans, except minor adjustments in the field to
meet existing conditions shall be. requested in writing and may not be instituted
until approved by the Public Works Director or his representatives acting specifically
upon his instcuctious. In the event of disagrea.;ent of the necessity for such
changes, the Engineer's decision shall be final.
SF-17 FAILURE TO MEET SPECIFICATIONS
In the event tS,at any workmanship does not meet the requirements or specifications,
the City may have the option to accept such workmanship if the Engineer deans such
acceptance to be in the best interest of the City, provided the City may negotiate
payment of a lower unit price for said workmanship.
SP`1R PROTECTION OF PUBLIC AND PRIVATE UTILITIES
The Contractor shall conform to Sect'on 5.09 of Standard Specifications in regard to
SP-5
Y.
1 �
4r P`12 NON-COLLUSION AFYIDAVIT
The Contractor shall be required to execute a Non-]ollusfon Affidavit to satisf,,
the City that the bid offered is genuine, is net 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 NONDISCRIMINATION I4 EMPL,)YMENT
Contracts for work under this proposal will obligate the Contractors and subcontrac-
tors not to discriminate in employment practices.
SP-14 WA,iE SCIIEDULE
The prevailing rate of wages to be paid to all workmen, laborers or mechanics
employed in the performance of any part of thia contract shall be in accordance with
the provisions of Chapter 39,12 RCW, as amended. The rules and —gulations of the
Department of Labor and Industsi_S and the schedule of prevailing wage rates fur the
locality or localities where this contract will 7e performee as determined by the
Industrial Statisticiar. of the Department of Labo. --H 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 Contrac ^ors familiarize themselves with the current wage
rates before submitting bids based on these specifications.
In case any dispute arises as to what are the prevailing rates of wages for work of
a similar nature and such dispute cannot be adjusted by the parties in interest,
includinc labor and management representatives, the matter shall be referred for
arbitration to the Director of the Department: of Labor and IndustrieE of the State,
and his decisions therein shall be final and conclusive and binding on all parties
involved in the cispute as provided for by R.C.W. 39.12.060 as amended.
The Contractor, on or before the date of commencement of work, shall file a statement
under oath with the Owner and with the Director of Labor and Industries certifying
the rate of hourly wage paid and to be paid each classification of laborers, workmen,
or mechanics employed upon the work by the Contractor or subcontractor which shall be
not less then the prevailing rate of wage. Such statement and any supplemental
statements which may be nucessar•,Y shall be filed in accordance with the practices and
procedures by the Department of Labor and Industries.
Prior to coamcncing work, each Contractor and each and every subcontractor shall file -
a sworn Statement of Intent (SP 9882) with the Owner and with the Department of
Labor and Industries as to the prevailing wage rate, including fringe benefits, for
each lob classification to be utilized. The wage rates thus filed will be checked
agai t the prevailing wage rates as determined by the Industrial Statistician of
the Department of Labor and Industries. If the wage rates are correct, the Industrial
Statistician will issue an acknowledgement of approval to the Contractor and/or Sub-
contractor with t copy to .:he awarding agency (Owner) . If any incorrect wage rates
are included, the contractor and/or Subcontractor will be notified of the correct
rates by the Industrial Statistician and approval will be withheld until a correct
statement is received.
Each voucher claim submitted by a Contractor for payment on a project estimate shall
state that prevailing wages have been paid in accordance with the profiled Statement.
SP-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 reg0 a property damage liability insurance providing for
a limit of not less than $500,000 for all 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 within a reasonable time
after receiving notice of award of contract.
PROOF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the City with satisfactory proof of
carriage of the insurance required. "
SP-08 CEPT:FICATION OF BIDDERS AFFIRMATIVE ACTION PLAN
The Contractor must execute the Bidders Affirmative Action Plan Certifica-
tion. Failure to execute this certificate will invalidate the bid.
SP-09 EQUAL EMPLOYMENT OPPORTUNITY AFFIDAVIT
The Contractor shall be required to execute the "Certificrtion by Proposed
Contractor, Subcontractor and Supplier Regarding Equal Emiloyment Cpportunity"
form, as incorporated in this document. He shall also abide by all rules
and regulations as required by the instructions of the aforementioned form.
AL
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 and abide by the City of Renton
Affirmative Action Program as Incorporated In this document.
sP-3
SP-05 MATERIALS (Cont.) ;r
pipe, landscaping and erosion control and all other special or necessary materials
to make a complete installation.
SP-06 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE
n
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 .o the Contractor, any
subcontractor performing work provided by this contract, and the City. The City
shall be named as an additional insured on said policy insofar as the work and obli-
gaLions 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 tnan $300,000 for each accident; and property
damage coverage in an amount of not le.s than $50,000 for each accident.
A ropy 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 notices of award of contract.
PROOF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the City with sat!sfactory proof of carriage of the
insurance required.
SP-07 S:ECIAL UTILITY LIABILITY AND PROPERTY DAMAGE INSURANCE
'ne 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 Glympic 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, a.rd the City of Renton shall be named
as an additional Insured on said policy insofar as the work and obligations perfor-
med under 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 perso.i, a total limit of not less than $1 ,000,000 for all damages arising out
SP-2
SPECIAL PROVISIONS
GENERAL PROVISIONS,
SP-01 DESCRIPTION OF WORK
r
The work to be performed under this contract consists of furnishing materials, 5-
equipment, tools, labor, and other work or items incidental thereto and performing
all work as required by the contract in accordance with' the plans and spccifica-
taons and Standard Specifications, all of which are made a part hereof.
This improvement consists of furnishing and installing approximately 160#000
tons of fill, 24", 16" and 12" Ductile Iron watermains, drainage, restoration, and
erosion control in Lind Ave. S.W. and S.W. 29th Street from S.W. 16th Street to the
East valley Highway. The project shall be completed in two ohases. (See Scot..)
SP-02 DATE. OF RID 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 P,M- Pacific Standard
Tins, Wednesday, Nov. 6, 1914, and will be opened and publicly read aloud in the
fourth floor conference roan.
SP-03 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.
Provided, however, that the City COlkncil 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 be in writing
and accanpanied by the written consent to such extension by the surety on the bond
of the Contractor.
Time lost in replacing improper work shall not furnish any grounds to the Contractor
for claiming an extension O' time for the completion of the work, and shall not
release the Contractor from damages or liabilities for failure to complete the work
within the time required.
SF-04 CONSTRUCTION DIRECTION
Tnis project shall be completed it 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. 38*52.49 Rk. Phase 11 starting location will beyln at
Sta. 38452.49 RA o� Sta. 0r00 AHD and progress to the south and east to the East
Valley Highway. Phase 11 embankment shall commence after Phase I is completed.
SP-05 MATERIALS
The Contractor shall. supply all water pipe, fittings, gate or butterfly valves,
a nd valve boxes with their required accessories, concrete blocking, shackle rods
where rcwuired, valve markers, and all other materials necessary to make a complete
water nn.in installation. the Contractor shall also supply fill material, drainage
SM
SPECIAL PROy!514NS
TABU OF CONTENTS
Page
i SP-01 Description of Wor,: SP-1
SP-02 Date of Bid Openina SP-1
SP-03 Time of Completion SP-1
SP-01! Construction Direction SP-i
SP-05 Materials SP-i
SP-06 Public Liauiiity and Property Damage insurance SP-2
SP-07 Special Utility Liabi !ity 6 Property Damage Insurance SP-
Sp-08 Certification of Bidders Affirmative Action Plan SP-
SP-09 Equal Employment Opportunity Affidavit SP-
SP-10 Fair Practices Policy SP-
SP-11 Affirmative Action Program SP-
SP-12 Non-Collusion Affidavit SP-
SP-13 Non-Discrimination in Employment SP-
SP-14 Wage Schedule
SP-15 Standard Specifications SP-
SP-16 Field Changes SP-
SP-17 Failure to Meet Specifications SP-
SP-18 Protection of Public and Private Utilities SP-
SP-19 Scheduling of Work SP-
SP-20 Construc'ion Conference SP-
SP-21 Disputes :gation SP-
SP-22 Subcont. SP
SP-23 Chan?e L, SP_
SP-24 Surveys SP
SP-25 Overtime Feld 'Engineering SP-
SP-26 Hours of Work SP-
SP-27 Public Convenience and Safety SP-
SP-28 Construction Signs SP-
SP-29 Removing Traffic and Street Signs SP-
SP-30 Construction Equipment SP-
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 Control SP-
SP-35 Payment to the Contractor SP-
SP-36 Liquidated Damages SP-
SP-37 Awarding of Contract SP-
BID BOND FORM
Herewith find deposit in the form a cert4fiec check, cashier's check, cash, or
Ei`d bin the amount of jl�which amount is not le five pe rce n t
'-'of the total bid.
S1gn Here �
BID BOND
Know All Men dy The:e Presents.
That we, ( ET,97-f K'eWSr&WCnr,N. -
_ as Principal ,
and JNr T2ove� kc i.:a�m�sry f as Surety, are
held and firmly bound unto the City of Renton, as Obligee, in the penal sum of _
�w''Kn�rtia'daurDOI)am, for the payment
of which the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, by these pro-sents.
The conditirn of this obligation is such that if the Obligee shall, Rake any award
to the Principal for
according to the terms of the proposal or bid made by the Principal therefor, and ne
Principal shall duly make and enter into a contract with the Obligee in accordance with
the tem6 of said proposal or bid and award and shall give bond for the faithful per-
formance thereof, with 5urety or Sureties approved by the Obligee; or if the Principal
shall , in case of failure to do so, pay and forfeit to the Obligee the penal amount of
the deposit specified in the call for bids, then this obligation shall be null and
void; otherwise it snril be and remain in full force and effect an., the Surety shall
forthwith pay and forfeit to the Obligee, as penalty and liouideted damages, the
amount of this bond.
SLCNED, SEALED MD DATED THIS ��_DAY OF �r 19 'I1/
�cw Spar1>EnrL;r�T Y e,�nwl
6. i u'Y..l - .Mt ore
Recei•red return of deposit in the sv:--+f, $
I
Ts-14 WATER PIPE INSTALLATION (font. )
G. Valves and Valve Chambers (cont.� '
The 12" gate valve assembly shall include - 12" Gate Valve (MJxMJ) , I" Bypass Valve
Assembly, and a Precast Concrete V.�jlt. The City of Renton Standard Detail for
"Precast 12" Gate Valve Chamber ;Note modifications in TS-10) and the Standalyd
Detail for the 1" Bypass Valve Assembly are bound in these specifications.
•
The 16" and 24" Butterfly valve assembly shall include - Butterfly Valve an^ Precast
Concrete Vault. The Standard Detail for the Precast Concrete Vault for a 24"
Butterfly Valve (Note Modifications in TS-10) are bound in thf.se specifications.
Valve chambers shall be in accordance with Section 76 of the A.P.W.A. Standard
• Specifications except as m)d: fied by details bound In these specifications.
All valves shall hav, concrete valve W '.ere with distances clearly marked.
411111
The concrete valve markers shall be Lundberg C-ncrete Pipe Co. , right-of-way markers
A State Highway design or approved equal .
1
H. Fire Hydrant Assemblies
• Fire Hydrant Assembly installation shall be :r accordance with Section 77 of the
A.P.W.A. Standard Specifications,
The Fire Hydrant Assembly shall include: L- l . Tee (MJ x FL) , 6" Gate Valve (FLXMJ) ,
6" C. I . Spool (PE x PE) , 5" MVO Fire Hydrant (H1 Connection) , 8" x 24" C. l . 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 ;hat ; of. oointed to City of Renton ~
specifications and guard posts painted white. '
i
The City of Rentor. Standard Detail for hydrant assembly, -.vd .rydrant guard posts is
r
b.cnd in these specifications.
1 . Connection to Existing Pipe and Structure,
Connection, .o existing piping and tie-ins are indicated wt the drawings. The con-
tractor must verify all existing piping, dimensions snd elevations to assure proper
fit.
The contractor shall make all connections ane tie-ins uncle, the direction of the
City of Renton Utilities Department. The contracto. muse ateo provide any specials
required to make a satisfactory connection.
r r. i
The contractor shall spon sable for tSe protection of .,1: axist:ng piping and i
appurtenances durlrg -: rL '. ion, ar.d shall take care not to damage -hem or their
protective coatings o, ' ,ta' ' the operation of the existing system in any way. fj
I
(
1
qqi
�6- p
i
k
TS- 14 WATER PIPE INSTALLATION (Cont. )
F, SPECIAL ANCHORAGE
I . General z.
All free ends, bends, tees, laterals and ar,y change in direction of piping +
shall be adequately braced, blocked or restrained to prcvent movement from
thrust by use of concrete thrust blocks where applicable and/or shackling
(tie rods and joint harnesses) .
2. C-increte Thrust Blocking
General concrete thrust blocking shall be in accordance with Provision A'2. 14
of Section 1., A.P.W.A. Standard Specifications, The City of Renton
•
Standard Detail for general blocking is bound in these specifications. «
Thrust blocks shall be provided at all changes in direction of piping.
Concrete -hrust blocks must be poured against undisturbed ground. •�
3. Shackling
•
Because of the embankment of fill condition of va ter line location shetk ! ing
and/or special restraint methods will be required in this project. Where
shackling is required, mechanical joint pipe and fittings will be used.
Materials for shackle rod and bolts shall be a Cur--Te„ steel alloy.
Approval of shackle rod material shall be obtained from the Engineer prior
to instaliation. -
Atter the pipe has been joinod, aligred and permanently bedded, tn, joints
shall be 'rawn up to assure Permanent water-tigntne;s but not so tigh• as to
Pre -nt flexibility to allow for some movement caused by vibrations, eAl..in-
sio,l and contraction, and finally any further settlement of the embankment
Shackle rod, nuts anal/ur harnesses shall be painted or .:mated with a cold-
tar enamel solution. Special attention shall also be given to removal and/or
covering of any sharp edges in the shackle rod so as to protect the
polyethylene wrap which shall cover the entire installation.
The number of bolts, and/or tie-rods required per juint, %ice o� bolts and �.
locations shall he determin.-d by the Contractor G reviewed by the Engineer.
Any ,pecial restraint joints such as a lock-mechanical type joint pipe and/or
fittings will require prior approval by the Engineer, y
Contractor shall also note plans for locations of areas wne.re special restraint ]{
joints, other than those covered above, must be installed. ;
6. Valves and Valve Chambers 1
Valve installation shall be in accordance wish Section 75 of the A.P.W.A. Standard
Specifications except as modified herein.
i
6" and B" Gate Valves shall include an B" x .4, ca_: iron gate valve box aryl
if rag„iced Ly the Fngin"r
t
TS- 12
TS-13 TRENCH EXCAVATION, BEDDING AND BACKFILL iCont.)
F. Unsuitable Foundation Excavation (tort.
All costs and expenses involved !n displacement or removal of unsuitable materials
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
• unsuitable excavation.
TS-14 WATER PIPE INSTALLATION
A. General
Pipe insta' lation shall be in accordance with Section 74 Of the A.P,W,A, Standar4
Specifications, except as modified herein.
•
db All buried pipe shall be laid upon prepared foundation or bedding material so that
the, bottom quadrant is uniformly supported throughout its entire length, as speci-
fied in Section TRENCH EXCAVATION, BEDDING AND BACKFILL.
•
The average depth of cover for the water main shall be 4' and the trench width
shall be no greater than 48" unless soil conditions require it.
* At the end of each working day, it shall be required that the end of the water main
be plugged, the trench backfIIled, compacted, and where necessary prepared for
traffic with temporary cold mix asphalt, if necessary.
B. wing and Jointing
Ductile or cast iron pipe and accessories shall be handled in such a manner as to
assure delivery to the trench in sound undamaged condition. Particular care shall be
taken not to injure the pipe lining and coating.
Cutting of pipe shall he done in a neat, workmanlike manger with an apprcved type
mechanical cutter without d..mage to the pipe.
Jointing shall be accomplished in accordance with manufacturer's recommendations.
C. Plastic Film Pipe Encasement
All pipe, fittings, valves and accessories shall be encased in Polyethylene wrap as a
per TS-09 in this document.
D. Encasement Pipe
The 24" water main at Its intersection with the Seattit Water Main shall be encased
it nestable steel casing as per TS-C8 in this document.
E. Bends and Curves
Deflection from s' raight line ono grade, as required by vertical curves, horizontal
curves and offset shall not exceed the maximum deflection pe- joint as recommended
by the pipe manufacturer. If the aitgr,ment requires deflection in excess of the
maximum recommended, special bends or a sufficient number of shorter lengths of pipe '
shall be used to provide angular def,ectlons within the limits set forth.
i
r
TS- ll
i
TS-13 TRENCH EXCAVATION BEDDING AND BACKFILL (Cont. )
D. Trench Backfill and Compaction (cont. )
2. Initial Backfill (cons.)
•
The locations of the -asts shall be selected by the Engineer If one or
more tests do not meet the specifications as stated above, additional tests
'+ will be taken as requested by the Engineer at the Contractor's expense.
3. Subsequent Backfill
w
All subsequent backfill under street and shoulder areas shall be placed
in lifts not exceeding 8 inches in loose depth, ano each lift compacted to
at least 95 percent of maximum density at optimum moisture content as
determined by ASTM Designation 0698-58T, Method 0. In-place density deter-
mination shall be made in accordar.ze with ASTM Designation D1556-58T, except
• as otherwise approved by the Engi,,ear. 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-
tino, drying, water, or, processing of materials, but shall be included In
the applicable unit price paid for the waterline in place, complete.
E. Select trench Backfill
Select trench backfill for the pipe shall consist of crushed or naturally occurring
granular material from sources selected by the Contractor. The source and quality
Of the 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 `tandard Specifications.
The horizuntal limits for measuring select trench 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 be, l 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-
tor's expense.
The price per ton shall be full compensation for selecting the source, furnishing and
placing the material as outlined in Section 26-2.01 of the Standard Specifications.
F. Unsuitable Foundation Excavation
Unsuitable material shall be excavated by the Contractor as directed by the Engineer
to give the constructeo embankment ful ! bearing on solid ground. Old fills, ur
wastes, unstable materials including logs, stumps, peat and muck will be excavated
when in the judgment of the Engineer these materials will impair the stability of the }
embankment.
iS-10
i
k
. i
TS-13 TRENCH EXCAVATION "_DOING AND BACKFILL (Cont.)
w
B Excavation (Cont. )
disposition of all material , and shall determine the suirabillty of material to he
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 embankment pipe. bedding and strictures, and as indicated on the drawings. Tem-
porary drains and drainage ditches shall be installed to intercept or direct surface
water which may affect the promotion or condition of the work. All excavated 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
A or manipulation of excavated materials.
C. Foundation Preparation and Bedding
r
Foundation preparation shall be in accordance with the applicable provisions of
Section 73, A.P.W.A. Standard Specifications, except that the ��ttom of the trench
# must be shaped to uniformly support the bottom quadrant of !pe throughout its
entire length.
In case unstable or unsuitable existing material is encountered at the trench bottom,
the engineer may direct the use of borrow bedding material in accordance with
Section 73.2.05 of the A.P.W.A, Standard Specifications. Wet trencf conditions will
not necessaril, 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. Ail costs for de-watering shall be the r�sponsibllity
of the Contractor. Bedding .wterial shall be as required for Bank Ran Gravel Borrow,
D. Trench Backfill and Compaction
1. General
Excavated materials that are free from mud, muck, orqunic matter, broken
bituminous surfacing, stones larger than 8 inches in dimension, and other
debris, shall be used for backfill except where otherwise required.
2. Initial Backfill
Special attention will be given to initial backfill because 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 is layers not exceeding eight inches in depth and each
layer shall be thoroughly compacted by mechanical tampers to at least
95% of maximum dry density at optimum moisture content as determined by
Standard Proctor Compaction Test, ASTM Designation D698-58T, Method D.
All work related to the testing of the compaction, including proctor
tests and compaction tests shall be taken on the water trench areas.
TS- 9
i
a
u'..1a.'a'i1a!YLIu�:4 w:,.iYe�,rwa...—..�_....._...�..,..s.n,�...._�...�...w.++��.+.rrnx.w..�...rvn.aa�.. .».•..s....r....+.ter...
• TS-10 CONCRETE VALVE VAULTS (Cont.) '
E. waterproofi"g of Vaults (coot.)
2. Installation (cont.)
6ackfilliny shall not take place for thirty-six hours after application.
If backfilling takes place within seven nays, the backfilling material
v adjacent to the waterproofed surface must be moist so as not to draw
mnisture from the waterproofing treatment.
F. Steps
All concrete vaults shall have fiberglass steps installed as directedl by the
Engineer. The fiberglass steps shall be reinforced with steel (Utility
Products perma-step or approved equal .)
TS-II SAW CUTTING
The Contractor shall saw cut existing asphalt concrete pavement and cement concrete
y pavement where shown on the 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 me thin of saw cutting shall be approved by the Engineer.
TS-12 PAVEMENT REMOVAL
The contractor shall inform and satisfy himself as to the character, quantity, and
distribution of all pavement removal. Removal of existing pavement shall cover all
types and thicknesses of pavement. 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,
hauling or manipulation of removed pavement.
TS-13 TRENCH EXCAVATION, REDOING AND BACK�ILL
A. General
Trench excavation, backfill , foundation preparation and 'bedding for waterline and
appurtenances shall be in accordance with the applicable provisions of Section 73,
A.P.W.A. Standard Specifications, except as modified herein.
B. Exca. tion
The contractor shall inform ,d satisf• himself as to the character, quantity, and
distribution of all material o be exc. aced. No payment shall be made for any
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
condition, at his ov- expense.
3
I
1 ie engineer shall have complete control over the excavating, moving, placing, and
T`--8
(,w � :y .
TS-10 CONCRETE VALVE VAULTS (Cont.)
D. Styrofoam
w
All concrete valve vaults shall have the pipe openings water proofed and have com-
pressed 1" styrofoam layer rammed into the annular space between water pipe and
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
• 1 . Material
All poured-in-place or precast concrete structures shall be waterproofed
'r with Zypex waterproofing material as manufactured by Zypex Chemicals (USA)
or approved equal.
2. Installation
A manufacturer's representative experienced in the application of Zypex
ft will instruct the waterproofing applicator in the proper procedures for
preoaring the surfaces and applying Zypex material and will be at the job
as required to see that all procedures are carried out strictly according
41b to the .nanufacturer4s directions.
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.
Contractor will conform with the manufacturer's specifications for *11
phases of waterproofing treatment as the En;?neer judges them applicable.
including the following:
a. Concrete surfaces to be waterproofed snail be examined for
structural defects, such as cracks, honeycombing, rock pockets,
etc. , to be repaired in accordance with the Zypex specification
manual .
b. Form ties should not be excessively oiled. Fill in the tie holes
with mortar of Zypex Modified.
c. Surfaces most be clean and Free of form scale, concrete laitance,
excessive form oil , and other foreign matter.
d. Surfaces to be waterproofed will not be subjected to curing com-
pounds that will fill or seal pours of concrete.
e. Surfaces to be pre-moistened so that the concrete is suitably
absorbent prior to the waterproofing application and shall be
damp, but net wet, at the time of application.
f. Zypex appli.ation should take place as soon as possible after the
forms are stripped. (24-35 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 (appfoximately
sixty minutes) but before the first coat has dried.
I . Light pre-watering may be required between coats.
TS-]
• TS-07 WATER PIPING MATERIALS, FITTINGS, VALVES, ETC. (Cont.) '
F, _Fire Hydrants (Traditional Style) (font.)
•
Standard 7 112 threads per inch and one 4" Pumper nozzle with the new Seattle Pattern
6 threads per Inch, 60° V. threads, O.J. thread-4.875 and root diameter-4.6263. f
v I I/4" pentagon operating nut and opening �y turning counter clockwise (left) . Hy-drants shall be constructed with mechanical Joint connections unless otherwise S..
specified in bid proposal description. ):
A j
Fire hydrants shall be of Traffic Type and provision shall be made for drainage of y
barrel to protect units from freezing. Fire hydrants shall be such length as to be
suitable for installation with connections to piping hi trenches 3'6" deep unless
otherwise specified. Fire hydrants shall be IOWA or approved equal . Approval must
be obtained prior to bid opening.
A '
TS-08 ENCASEMENT (CASING) PIPE
Or The portion OF water main crossing over the Seattle Water Main shall be encased in a
36" Galvanized steel nestable casing pipe. The pipe shall be 16 Gage Galvanized
steel pipe installed around the polyethylene encased 24" Durcile Iron water main.
w The 36" encaswent pipe shall extend for 40 feet and will oe sand filled after in- s
stallation is complete. a.r.
a ,
75-09 PLASTIC FILM PIPE ENCASEMENT
F
All Ductile Iron water mains, fittings and valves, not in vaults, shall be encased
in Polyethylene Encasement. The Polyethylene shall prevent contact between the i
pipe and the bedding material, and shall be a loose 8 mill tube or sheet around
flttingsrtaped in place around all pipes and appurtenances, or as otherwise specified 'h
by the engineer. The encasement materials, installation and taping methods shall
meet or exceed A.W.W.A, C-105-72 Specifications.
TS-I0 CONCRETE VALVE VAULTS "
A. General
All valves 12" and larger shall be installed 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-5
f
}f
+'M 5 nw•eY2Ls++�1a+CW.:I!'Iw+,Y+Y
TS-07 WATER PIPING MATERIALS, FITTINGS, VALVES ETC (Cont.)
B. Ductile Iron Pipe (cont.)
A through 24" pipe shall be 3/32" cement lined.
The pipe joints shall conform to ASA Specifications A21. 11-1964 (AWWA CIII-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.
C.r Pipe ngs Fitti-
Cast iron pipe fittings 4" through 12" shall be Class 250, as per NASI Specification
A21. 10-1971 (AWWA CIIO-70.
•
Cast iron pipe fittings 14" through 24" shall be Class 150 as per ANSI Specification
of A21, 10-1971 (AWWA CI10-70.
Mechanical Joint fittings shall be as per ANSI Specificatiun 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 B16. 1 , with 125 Pound Drilling Pattern.
D. Gate Valves
Gate valves shall be cast Iron body, non-rising stem, full bronze mounted with double
disc gates. All valves shall be designed for a minimum water operating pressure of
two hundred (200) pounds Der 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 1506, and
meet the full requirements of A.W.W.A. Standar.l C504-70. Valve bodies shall be of
Cast Iron ASTM A126 Class B, and with ends as indicated on the drawing. Valve disc
shall be constructed or either alloy cast iron ASTM A436 Type I (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 75B pull. Valve bearings shall be sleevetight, corrosion resistant and
self-lubricating. Valve operator shall conform to AWWA C5014-70 standards and shall be
of the trt,eling nut type jes!gned for buried service. Valve shall close with a clock-
wise rotation of the nut. Operator components shall withstand an input torque of 300
feet pounds at the extrrsr. operator positions without damage. Butterfly valves shall
be Henry Pratt rrnundhag or approved equal, Approval must be obtained prior to bid
,pening.
F. Fire Hydrants (Traditional Style)
Fire Hydrants shall be Corey Type (opening with the pressure)conforming to AWWA C-504-64
with a 6" inlet and a minimum M.V.D. of 5", two 2 1/2" hose nozzles with National
TS-5
I �I
,iM. ........u. .w.m:is,....e:.,uuvu..........................u.«w.....r....n....-.®A-.».....,e..e...., .Y.....`_,......�.........m_..y..._-,�.�V..�,......--.��
TS-06 DRAIN AND CUL!'ERT PIPE MATERIAL AND INITAILATIDN
A. General ! '
•
Due to the nature of the embankment installation, proper drainage: will have to be
maintained through and around said embankment.
4
B. Culvert Material
is 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.
All material and installation practices shall conform to Section 60, A.P.W.A.
"Standard Specifications".
C. Culvert Installation
•
The culvert pipes shall be installed in the embankment, with installation and backfill
methods conforeleg with those for Ductile Iron water pipe. The cut and grade sheets
r 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 Contra_tor shall be responsible to maintain proper drainage through the drain/
culvert pine. It shall be the contractor's responsibility to keep the drain pipes
clean and serviceable during the lift of the contract.
TS-07 NA TER PIPING MATERIALS, FITTINGS VALVE ETC
A. Gene-al
All pipe sizes as shown on the drawings, and as specified herein, are in reference
to "nom no)" diameter, unless otherwise indicated.
One type of pipe as Indicated below will be considered for this project. '.II pipe
shall to 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
descr bed in the following specifications and plans and shall conform t the require-
ments of the applicable sections of the A.P.W.A. Standard Specifications, as, modified
herein.
B. Ductile Iron Pipe
Ductile Iron Pipe shall conform to ANSI Specification A21.5i-1965 (AWWA C-151-65)
Grade 60-42-lo.
Ductile Iron Pipe shall be cement tined and sealed In accordance with ANSI Specifica-
tion A21.4-19 (AWWA C104-71), 4" through 12" pipe shall be I/16" cement lined and 14"
TS-4
IS-05 EMBANKMENT MATERIALS AND INSTALLATION
(Con-.)
3. Bank Run Sand and Gravel (cont.)
•
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.
~ I. Phase I Development
The Contractor shall commence with Phase I Embankment first. The embank-
ment will be filled to its surcharged elevation of +22.00 :eet and main-
tained for a minimum of 2 months. After this time, excess embankment
,r materials will be removed to : subgrade elevation of +18.00 feet. The
excess embankment will be removed to and placed in the Phase II Section
after the necessary filter sand and gravel has been placed.
2. Phase II Development
The Contractor shall continue with Phase II 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 vn the project site.
is
r .
u ,
4. Ditching for Drainage `.
Drainage Ditches will be Installed In the embankments. These ditches
shall be installed as spec"Ied in the Plans and as directed by the
Engineer. Ditching shah .a considered incidental to the embankment in-
stallation and rw separa•*: or further Payment shall be made.
TS-3
}
•
TS-04 CLEARING AND GRUBBING (Cant.)
Clearing and grubbing shall consist of removing logs and brush and cutting of all
A standing trees at ground. No attempt shag ' be made to remove stumps and the exist-
ing grass and cattails sho' I remain.
Clearing and grubbing shall be accomplished In accordance witt the appiicatle provi-
sions of Section 12 of the A.P.V.A. Standard Specifications except as otherwise
provided herein. The limits for clearing and grubbing snali not go beyond the limits
A of the right-of-way or easements.
TS-05 EMBANKMENT MATERIALS AND INSTALLATION
A
A. General
1 Fmbankment materials and installation shall be In accordance with the applicable
provisions cf Section 13 and 26, APNA Standard Specifications, except as modified
herein.
A
8. Embankment or Fill Material
A The embankment will consist of two principal components - bank-run sand and grave'
and filter sand and gravel. The material placed below the water table and for at
least 2 feet above the water 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 wr=er. Subsequent
fill will be installed in lifts not exceeding 8 inches in thickness and
compacted thoroughly. The initial lift of uncempacted 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 Specifications. 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-D698-58T Method 0. All works
related to the testing of the compaction, including proctor tests and
compaction density tests, shall be by the contractor at his expense.
Location and number of the tests shall be selected by the Engineer.
2. Filter Sand and Gravel
Filter sand shall meet requirements as outlined to Section 13-3. 10 8 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 Burlington Northern Railroad. The source and quallty
of the material shall be subject to approval by the Engineer.
Bdnk Run Sand and Grave,
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 "r," shall consist of crushed or naturally
TS-2
SPECIAL rECHNiCAL PROVISIONS
�j
TS-01 GENERAL STATEMENT
This section, Special 1"ethnical Provisions, is devoted to features of on-the-site
i conditions which are peculiar to the facilities to be constructed for W-192,
Lind Ave. S.W.
Articles, materials, operations, or r=;etirods mentioned herein or Indicated on the
drawings as being required for the project shall be provided by the contractor, and
he shall prcvide each item mentioned or indicated and perform according to the condf-
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 case is warned that work Included in any subcontract may be divided
>f between several general specifications, and that each general specification or sub-
head of the technical specifications may include work covered by two or more
subcontracrs or work In excess of any one subcontract. r
TS-02 STANDARD SPECIFICATIONS
All work under this contract shaii in general be performed in accordance with the
applicable provisions of "Standard Specifications for Municipal Public Works Construc-
tion" prepared by the Washington State Chapter, American Public Works Associatior and
in accordance with the requirements of the City of Renton, except as otherwise amended, r
modified, or specified In these Special Technical Provisions. Items of work not
specificaliv 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 u71U TIES
If, in the prosecution of the work, it becomes necessary to Interrupt existing surface
drainage, sewers, underdrains, conduit, utilities, o, similar underground structures,
or parts thereof, ,:)e contractor shall be responsible for, and shall take all nece-
ssary precautions, to protect and provide temporary services for same. The contractor
shall at his ewn expense repair all damage to such facilities or structures dui to his
construction operation,,, to thu satisfaction of the engineer.
TS-o4 CLEARING 6 GRUDBINC
Pavement, or other s="reat and road surfaces sha11 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, h.P.W.A. Standard Specifications, exc.,pt as otherwise pro-
vided herein.
TS-1
I
�2' MIS
SHALL INCLUDE FINISHED GRADE
HYDRANT EXTEN _
WHEN NEEDED
I OLYMPIC FNDRY
j �-OR EQUAL Ci
WLVE BOX
• f � 111
6' C.I SPOOL •L -"'E" GATE VALVE (FL"MJ;
1 CONC 3.4"SHACKLE RODSr CONC.
3LCCKING- 3LOCKING
1 1/2"WASHED GRAVEL. /X• 6" TEE J-FL)
16' 4" CONC BLOCKING !I
I
-HYDRANT
HYDRANT GUARD POSTS SHALL ^�
8E ST1TE OF WASHINGTON DEPT
OF HILHWAYS DESIGN OF CIRCULAR 2' �
_ 2' 1 l
PRECAST CONCRETE GUARD RAIL � �
PGSTS
0-GUARD POST (TYP1
A
ALL HYDRANTS SHALL INCLUDE ,,..
2 `L'ARD POSTS. HYD 9 POSTS
SHALL BE PAINTED f
i
(
STANDARD DETAIL
FOR
HYDRANT ASSEMBLY &
HYD. GUARD POSTS r
o-� 7
a ` 3
p
a
3
�� y��y ELEVATION VILA
j�AN VIE
MATERIAL LIST
I ( 2) — H 10045 1" MUELER CORPORATION STOP
L ( 2)— 1" COPPER NIPPLE , 3 " LONG, MALE I PT % MALE I.P T .
( 2)- 1" H I3475 CORPORATION STOP GO• COUPLING
2 LINEAL FEET , TYPE 'K' COPPER PIPE
STANDARD DETAIL
FOR
i " BYPASS ASSEMBLY
FOR 12" GATF VALVE
So-'
w
;a
a '�
STANDARD DETAILS
► TABLE OF CONTENT
t
PAGE
Standard Detail for I" Bypass 12" Gate Valve SD-1
• Standard Detail for Hydrant Assembly b Guard Posts SD-2
Standard Detai ! for Pre-Cast 12" G.V. Vault SD-3
Standard Detail for Cast-in-'lace 12" G.Y. SD-4
♦ Standard Detail for Pre-Cast Butterfly Valve Vault SD-5
Standard Detail for Cast-in-Place Butterfly Valve Vault SD-6
Standard Detail for 1 112" and 2" Water Services SD-7 I
• Standard Detail for Detector Chuck SD-8
Standard Detail for 2" Bloom Off SD-9
Standard Detail for Drain aid Culvert Pipe SD-10 f
♦ Standard Deta: ! for General Blocking SO-I ]
.,,,bil Oil Service SD-14
Mobil Oil Ser-ice Material List SD-15
Typical Installation of R.P.B.P. Oevice SD-17
Typical R.P,B.P. Device SD-18
Approved Cross Connection Control Devices SD-19
Pavement Patching SD-21
1
r.,
Tr-22 MEASUREMENT AND PAYMENT (Cont.)
C. Furnishing and Installing of Concrete Blocking
Concrete blocking shall ..e measured and paid for at the applicable contract price, ;y
per cubic yard, payment of which shall constitute full compensation for furnishing
the material in place, complete.
•
M. Furni;hina and installing of Select Trench Backfill
Select oackfill shall be measured and paid for at the applicable contract price, per
ton, payment of which shall constitute full compensation for iurr:ishing and install-
ing the macerfal , in place, complete. '
N. Furnishing and Installing MC Cold Mix Asphalt
r Furnishing and installing MC Cold Mix shall be incidenta! to this contract.
0. F.surfacing of Asphaltic Concrete and Cement Concrete
•
Asphaltic concrete and cement concrete patching shall be measured ano 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 of and 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 fu ' compensation for
furnishing and ;nstalling a 10' wide utility roadway surface, the length of the
project and in barricades as called out in T.S.-18 of this document.
Q. Furnishing end Installing Hydro-Seeding
The furnishing and installing of Hydro-Seeding as called out in T.S.-Ig of this
Aoaum,. tt shall be incide, al to this contract.
H. Furnisning and Installing Mobil Oil Service
The price pew lump sum for furnishing and installing the Mobil Oil Co. service shall
be full compensatiun for :' domestic meter, 6" d, •ector check meter, 2" ana 6"
-educed pressure backflow prevention devices, underground vault or vaults for meters,
above ground vault or vaults for the reduced pressure backflow prevention devices,
all >iping, valves, and all other necessary accessories for a complete installation
as called out 'n T.S.-20 of this document.
TS-22 i
va
.K,
TS-22 MEASUREMENT AND PAYMENT (Con t. )
_ i
I
F. Furnishing and Installing Water Pipe
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 lin-, in place, complete, including: all pavement removal, excavation, 1
a trenchin backfill , foundation preparation, compaction, pipe, pipe laying and t
t
jointin pipe blocking, special shackling and bracing, sheeting, shoring, and
dewatering, fitting,connections to existing piping, all surface restoration exclud-
ing crushed rock resurfacing, concrete and asphaltic concrete resurfacing. 1
The price per lineal foot shall also include all cost for furnishing and placerrevt
a of Polyethylene pipe encasement as tailed out in T.S.-09.
G. Furnis. Ong and Installing Encasement Pipe
� 1
The price per linear foot for furnishing and installing of casing pipe, size and
gaantity listed in the bid schedule, shall constitute full compensation for the
casing pipe, in place, complete, including sand filling of casing pipe and all
incidental work necessary for a complete installation.
H. Furnishing and Installing Gate Valves 4
12" oate valve assemblies ;hall be measured and paid for at the applicable unit
price per each, in place, complete, which shall constitute full compensation for
valve, bypass valve, cone. val.it, steps, and cone. valve marker end 8" gate valve
assemblies, valve, valve oox with extensions if necessary, and conc, valve marker;
and all other necessary accessories for a c_mplete 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.
1 . Furnishing and installing rutterfly Valves
16" and 24" Butterfly valve assemblies shall be measured and paid for at the
applicable unit price per each, in place, complete, which shall constitute full
compensation for valve, cone. vault, steps, cone. valve marker and all other nece-
ssary .ccessories for a complete installation. Also the price per each shall
include all costs for materials and installation of vault waterproofing as called
out in T.S.-ID S,- -.ion E of this document.
J. Furnishing and Installing Fire Hydront Assemblies
Fire hydrant assemblies shall be measured and paid for at the applicable unit price
per each, in place, commplete, which shall constitute full compensation for tee,
valve, valve box., spool , fire hydrant, shackling, installation _' blocking, bracing,
drains, fittings, and all other necessary accssories 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.
Furni 0 in anA Install %ng of Fittings
Fur+ ishing and installing of fittings shall be Incidental to the contract. #
TS-21
_ 4
i
r
TS`20 MOBIL OIL SERVICE (Cont.)
E. Reduced Pressure Backflow Prevention Devices (R.P.B.P. ) (cont.) 9
Research Foundation for Cross-Connection Control of the University of Southern Calif- f
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
a, University of Southern California, but also b>. approved by tkr Underwriters
Laboratory, inc.
A Ilst of State approved Cross-Connection Control Dt vices included in the Specifica-
tions i,. the Standard Details.
TS-21 CLEANUP � •
During the time that the work is in progress, the rontrar-ter shall make every effort .
to maintain the site in a neat and orderly condit'on. All refuse, broken pipe, '
excess excavated material , borken pavement, etc. , shall be removed as soon as
AP practicable. Should the work not be maintained in a satisfactory condition, the
engineer may cause the work to stop untii the "cican-up" portion of the work has
beer, done to the satisfaction of the owner and/or the engineer.
7 TS-22 HEASUREMENT ANO PAYMENT
A. General
Unit or lump sum bid prices for all items shall Include all costs for labut equip-
ment, material , testing, relc- . Jn and modifications to existing utilities, and all
incidentals necessary to maka r•a Installation o,mpiete and operable.
B. Clearing and Grubbing
Clearing anu grubbing of the project site shall be .ncidental to this contract
C. Furnishing and Installing "Filter Sand and Gravel" Embankment Material
'.rhe price per ton shall be full cnmpensatio for selecting, furnish, hauling and
placlny the material as outlined in Section 13-3. 10 B 2 of the Standard fpec' ficat' ns. -
No separate payment of any kind will be made for compacting. wetting, dr1 Ing, water i
or processing of materials. I!
1
D. Furnishing and Instaliing Bank Run Sand e.nd Grave! Material '
,
The prise ton shall be full compensation for selecting the source, furnishing, j
hauling at placing the ,nsterial as outlined in Section 26-2.01 of the Standard '
Specifications. No separate payment of any kind will be made for compacting, wetting, I
dryira, water of processing of materials. Also
included it price per ton shall be any required ditching.
,
E. Furnisiting and Instaliing Drain and Culvert Pipe
i
the price per lineal foot for furnishing, placing and adjusting if necessary the
culvert p1Fe, si_e and vuantity listed in the bid schedule, shall constitute full
t
compensation for the drainage lines complete.
o t,1
r
r
TS 2D MOBIL OIL SERYICE(Con L1
a
B. Vaulis (Cont.) r ..
6" service vaults so as to hav^ both 2" and 6" meters in )re underground vault
acd both 2" and 6" RPBP devices in one above ground vault.
t The underground meter vault(sj shall be treated with waterproofing 2ypex >imilar '
to valve vaults.
i
The above gr.,und RPBP vault(s) shall have adequate orains and insulation or heating.
The vault(s) shall have adequate room for testing and repair and have a locked
e h cover, (See Standard Details for a typical installation.)
fl 1
C, Detector [hack Meter Y'
46 The detector check meter s;naii be a 6" detector check meter and a 3/4" displacement .,.
type meter on an external The external casing shall be made of grey gal- !r
vanized cast iron thoroughly galvanized inside and outside. The valve domes and Ir
bcttom cases shall be bolted together w: th cadium plated steel bolts and nuts.
the detector check shall be a combination of an automatic compound lever valve in
a the ma;n line and a bronze case disc meter on an external bypass connected to out- 1
lets on either siw- of the valve casing 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 1
check must be fully approved by UL Laboratory, FM 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 shall be cold water disc or piston type :peters. t
411 meters shall have an outer case with a separate measuring chamber in which the
disc operates. The outer case shall be of bronze r.omposition. i
Pistons or discs shall be made of hard vulcanized rubber, smoothly machined, of the (�
highest graL'e and of material having as near.y the same gravity of water as possible.
They shall be. fitted accurately in the measuring chamber, shall operate smoothly j
and freely. Disc piston shall consist of a Disc Plate and 2 Ba: l Halves and shall I
be equipped with d Thrust Roller and the measuring chamber slotted accordingly.
Pistons shall be one piece and may or may not have a pilot. The division plate pray
be of stainless steel , brass, or rubber, coated. Ali meters shall be provided with 1
strainers. All meters shall operate under a working pressure of ISO psi without }
luakage, loss of accuracy or danage. The meters shall be Hersey or Carlon or
approved equal . Approval must be obtained prior to bid opening.
r
1
E. Reduced Pressure Back' low Prevention Device. IR.P.B.P.)
The R.P.B.P. devices sh.:ll be both Washington ;cote Departme- t c: Social and Health (9
Services approved devices, both the 2" size and 6" size.
The devices shall OM in do}rdance with the Washington state Regulations as approved
on April 27, 1966. All backflow preventers mist have received full approval by the
TS-19
4
4
TS-19 HYDRO-SEEDING (Coat-,J
}
D. Fertilizer -
Section 9-14.3(I) of the standard specifications is supplemente , to Include the
following:
I
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
fertiiizer shail be applied at the rate of 500 pounds per acre.
Available Soluble
Total Nitregen Phosphoric Acid Potash Lbss/Acre
_ I
as N as P205 as K2 I
*18.4% *14% *14% 500
i
Not less than *60% of the total nitrogen shall be derived from ureaform or
ureaformaldehyde. Final mix to contain not less than *7.8% water insoluble
nitrogen.
Label sha! i 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 pound; per
acre, or straw mulch shall be applied at the rate of 3 tons per acre.
Stockpile Seeding ell stockpile areas where the material is expected to remain
in place during the incler—"t •months shall be seeded, fertilized, and mulched.
TS-20 MOBIL OIL SERVICI
A. General o
A special water service connection shall be mad, '.0 serve the Mobil Oil Corpora-
tion facility. The service shall comprise 2" iotable water ano 6" foam/fire
water service, both protected by Reduced Presrure Backf;ow Frevention Devices
(R.P.S.P. ) . The 2" potable water service wily have s 2" displm. meter and a,2"
RPBP device. The 6" form/fire service will have d 6" Detector Check meter and
a 6" RP9i• device.
B. Vaults
The Contractor shall provide plans for the neter vault(s) and RPBP vault (s) subject
to review by the Engineer. The Contractor may have the option of providing sepa-
rate meter vaults and RPBP vaults for the 2" and f services or combine the 2" and
r5-18
1
TS-19 HYDRO-SEEDING
D. Fertilizer
Sec, ,on 9-14.3(1) of the standard specifications is supplemented to include the
following: -
., A commercial fertilizer of the following formuiat ion shall be furnished as speclfled:
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
., Total Nitrogen Phosphoric Acid Potash Lbss/Acre
as N as P 2 0 5 as K 2 0
*18.4% *14% 1,14% Soo
Not less than *60% of the tutal nitrogen shall be derived from ureaform or
ureaformaldehyde, Final mix to contain not lets than *7.8% water insoluble
n i h ogen.
Label shall meet requirements of Washington Comme-cial Fertilizer Act.
*Cuaranteed on label .
E. Mulch
Section 9-14.4 of the Standard Specifications is supplemented to include the
folluwing:
s
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
to place during the inclement months shall be seeded, fertilized, and mulched.
TS-20 MOBIL OIL SERVICE
A. General
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 prolected by Reduced Pressure Backfloa Preventicr Devices
(R.P.B.P. ) . The 2' potable water service will have a 2" displm. meter and a.2"
RPBP device. The 6" fo•m/fire ;ervice will nave a 6" Detector Check meter and
a 6" RPBP device.
• B. vaults
The Contractor shall provide plans for the meter vaults) and RPBP vaults) subiect
to review by the Engineer. The Contractor may have the option of provioing sepa-
rate meter vaults and RPBP vaults for the 2' and 6" services or combine the 2' and
TS-18
t
TS-I9 HYDRO SEEDING /Cori.)
Seeding shall not be done during windy weather or when the ground is frozen,
excessively wet or otherwise untillable.
An approved type, hydro seeder, which utiIizrs water as the carrying agent shall
be used.
B. Application of Seed, Fertilizer and Mulch
These materials shall be applied in two applications.
The first application shall consist of seed and a non-toxic tracer.
The second application, shall consist of a homogenous mixture of fertilize and
wood cel :ulose fiber mulch. This mixture shall be uniformly applied over the seed.
The second application of fertilizer of the same formulation ane: at the same rate
as the initial application, shall be applied 60 to 90 days after the initial appli-
cation of fertilizer; however, the second aypiication shall be applied only
between March I and December 1.
C. Material
~ Seed
Sectiun 9-14.2 of the Standard Specifications is supplemented .o include the
following:
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 Minimum Percent
of Seed in Mixture Jeight Pure Seed of Germination
Colonial Sentgrass 10% 9.8% 95%
(Highland or Astoria)
Red Fescur (Iliahee 403 39.20$ 90$
F.ainie, or Pennlawn)
Perennial Rye 40% 39.20% 90%
- White Dutch Clover 10$ 9.90% 90$
(Pre-lnnoculatedl
Percent Weed Seed .50% Maximum
lrt•. rt and Other Crop 1.40$ Maximum
TOTAL 100.00%
TS 17
S}
1
rs-16 TESTING (Cont.)
C. Leakage Tests
Leakage tests shall be made after the p: essu-e test has been satisfactorily com--
plated on the rew pipeline or concurrently with the pressure test. The hydrostatic
pressure for the leakage test shall be equal to Ion psi . _
TS-17 DISINFECTION -
Disinfection of the new water system shall be required prier to completion of the
project and shall be in accordance with A.W.W.A. Specification C601-54 and Section
74 of the A.P.W.A. Standard Specifications and shall meet the acceptance of the ;, r
State or 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. Disinfection of the entire water system installed or disturbed under
this contract, including pipe, pipe fittings, valves and appurtenances, is required
to conform w; tt' the specifications stated herein.
TS-18 ROADWAY
A i0 focc wide roadway shall be furnished and installed atop the finished embank-
ment, the complete length of the project. The roadway shall comprise a crushed rock
surface course, 2 incnes thick, installed in conformance with TS-15 crushed rod.
surfacing.
The crushed rock surface course (I 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. i
The roadway shall be graded, rolled and compacted as specified by the Engineer.
Chain barricades shall be supplied at 4 points along .he project to control access '+
to the project site.
The chain bar ri caries plans shall be supplied by the contractor, subject to review
by the Engineer, and shall include a heavy galvanized chain opening across roadway.
Four (4) "Best" locks shall be supplied by the contractor, keyed to the City's
"RE" Master. The coI.crol points shall be specified by the Engineer.
TS-19 HYDRO-SEEDING
A. General 1 .
Hydro-seeding to control erosion will be required on this project. All disturbed
areas, all embankments slopes and areas other than roadway surfaces shall be hydro-
seeded. The hydro seeding shall be performed after all settlement has taken plane
and after the water mains have been installed. The hydro-seeding materials and
installation practices shall conform with Washington State Highway Commission
"Washington 1974 Standard Specifications" Section 8-01 and 9-14 Roadside Seeding.
The co.�tractor shall notify the Engineer not less than 24 hours in advance of any
seeding operation and shall not begin the work until areas prepared for seeding
have been approved.
TS-16
e"
TS-15 RESTORATION OF SURFACES (Cont.)
F. Crushed Rock Surfacing
Existing shoulders, and existing gravel surfaces shall be resurfaced with crushed
rock so that a minimum finished thickness of 4 Inches is obtained. The finished
surface shall match the slope, crown and grade of the existing surface.
w
Materials and placing shall be in accordance with the applicable provisions of
Section 23, A.P.W.A. atandard 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.
w
Water shall be added during rolling operations as necessary t0 secure required '
compaction,
The crushed rock may be spread in one layer and shall be adequately ,aded and
mixed to obtain even distribution of the rock. Alternate bladin., and rolling shall
continue until the required finish surface and density is obtained. The crushed
rock shall be compacted to at least :00 percent maximum dry density at optimum
moisture content. Water shall be added as necessary during blading and rolling
�. operations to obtain the required compaction.
G. Temporary 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 Eng L.,eer.
TS-16 TESTING
A. General
Hydrostatic pressure and leakage tests on the new pipeline shall be made in accord-
ance with applicable provisions of 6.WWA C600-54T or C603-64T and Section 74 of the
A,P.W.A. Standard Specifications, except as modified herein.
A! i 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 - B" water mai ' 300 psi , 12" water main P
250 psi , 16" water mai-, 8 225 psi , and 24" water main o 200 psi. Any leaks or im-
perfectiors developing c der said pressure shall be remedied by the contractor
before final acceptance of the system. The contractor shall provide all necessary
equipment and shall perform all work connected with the tests and conduct said tests
in the presence of a Utilities Deoart ,ent Inspector. Insofar as practical, tests
shall be made with pipe joints, fittings and valves exposed for inspection.
TS-15
1
»w.w.e.:.. .ar -xr�aatrow�r .r.:r...r ,.... _.. _...,.,.......�....,..—,...�.-._...,.��.r...�......v._.�-_...�....__.._._._....--...,,
TS-15 RESTORATION OF SURFACES
III` A. General
Roads, streets, driveways, shoulders and all other surfaced areas, removed, br)ken,
cased, 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.
The ends and edges of the patched and resurfaced areas shall meet and match the
existing surface and grade, and shall terminate in neat, even lines parallel to,
and at right angles to the roadway. No piecemeal patching or rt„air will be
allowed. Damaged, disturbed or otherwise affected areas as desined shall have
edges of existing pavement trimmed back to provide clean, solid vertical faces, free
from loose material.
a*
B. Areas to be Resurfaced
1 . Existing asphaltic concrete surfaces shall be patched with asphaltic
concrete over a crushed rock base course.
1. Existing shoulders and existing gravel surfaces shall be repaired with
y criiched rock surfacing.
3 Existing portiar,d cement concrete surfaces shall be repaired with
pertland cement concrete to match the existing
r
Private Driveways
y 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 v
0 this limit will be done at the Contractor's expense.
v
E. Asphaltic Concrete Surfacing
The finished patch shalt provide a minimum thickness of 2 inches of asphaltic con-
crete over 4 Inches of crushed rock base course.
r
Before placement of the asphaltic concrete patch, the base course materiai shall be
shaped to the same section and slope as the finished grade and compacted to 100 per-
cent maximum dry density at optimum noisture content as determined by Standard
Proctor compaction test, ASTM Deigiation 0698, Method D.
The asphaltic concrete patch shall oe , laced over the base course so as to obtain a
minimum thickness after compaction of 2 inches, and shall match existing su: fa 7ng.
The asphaltic concrete shall be rolled and crossrolled to obtain thorough compac-
tion.
Base course macerier shall meet the requiremeits set forth herein for crushed rock
surfacing. t
Asphaltic concrete shall be hoc plant-mix, conforming to Se• P.W.M. Stan- '
dard Specifications, Class B. Asphalt cement shall have a pe_ of QC ;dui
and shall meet the r pP D 7
requirements set forth to applicable roves action 2 f
A.P,W.A. Standard Specifications.
TS-14
f
W-192
LIND AVENUE
I
TABLE i e
PIrUPM I
Thruar }t Fittima in /c nJn
T--
T' ' Sa1�.gcat none
r. .lr I720 17r -
w set as
nu all
• to m-100 low nw /m Iss �� K•K.
for 40 Iw Ism
so
7m
e'-to >M %1 - 11
I50 alr no law I/rw0 1;
10o--am ow o
f-IMrr Iw
Ir Bile am Nis aW rn
' Iea Sale N7r am a
no
Ir srr
11.w !no on a y
177o fwp sm
At,-
Y M- IMm INoo- -. /rau - -
Ir Iwe 7ieU
I0w0 line $110 aelae.d+lau
� iiwwcw uIe It7o wlo
/o INN two i.
IY Slow loom 1 .� flw 1
fo Sim 17700 ___ 1)aac Nw
w' M 71000 __--71ao --100_
Ir 15fo am IpN
IN SIFISSIS
707o arse Area low
tjto JIM
mm 'Ir nW 050 - tt000 ii
In SSW N m tcfe law
twno et
w'-u oleo_ SIf00.._-._tf)O0 yfw0
m wfr win Igloo ia7ao -
Iw 70o ISSN
_ 7r -. -1wW^ a 0 77w IwN
w"-r woo - )woo__- 7N00 Usow
UIN
its all rlW IfiW Mono
aalr w(OO
Itf00 tafN
-...:� `.ISO Irm _IT)woam0 _.._--WN 1226 -y1
Iw "?= 117ON fwo 3"001:700 ••�-�•�--
fI. 7r Ip0o0_ :NON allo also .. ,
!♦'-. r Iloo SHOD also 1
f I" /tf0o 1)a0wp Moo
IN Ism WIN 5U00
3
f1500p 116M Nee
TABLE 11
W �-ifQ bear194 Load6 to S a II
"-'he Bale beari'jg l..ads giver in tho follwlnu hw):ann!nl eaLle are for U•r .a LO +.i:cn ffie a;un th of cover oaer the pipe exc...
:.Af1: M-AR11YG aA.) F
•Muck, twat, ctc.
Scat C'!ay }}}
Sand
1,JOr
Sand And gsavel 2)000
Sand And gravel errented with clay 31001,
Hard shale 4,000
*In mock cr peat all thruete are reecractad G In,-,Gc;
a011L1 foundations or by raaloval of mock ur poae S• Icsr or acamentt is e., Ih
Ballast of eulflcient ata1.11ity to )weix tpeaata.
Socking Fage ?
f
SD-)3
0. S�1yCl_UT10N M1111[rlox5
Maximum operat:rfq pressure 1.5 x normal operating pressure
Area of concrete (A) 7�tt1 t �pou�s _ e T
Safe Bearing Wad in (Pounds/eq. ft.) SBL
Maximum height of thrust block (1,) • gepj�l o[ trsrlch ] [set t h
J J
Depth of concrete thrust block - (Width of trench in feet)feutslde diameter
of Pine Lag [eat3
J
�d
1
Maximum length of thrust block (lytl . Area . CAtccete A
MaxiAru. height Me
Required taount of r;nlcre4 (cu. yd.) =
(Height x depth x IengthlxD.07704 tl*&cltixl,r,)x0.01704
1. Vrob)S: Calculation of the mma. t of concrete required to 1,100% a
900 her,] in sn A• C.I. Materwaini the normal ratt
ng 1 will be f5 a.ande t
P Pe psi ana the soil condition in the arM indicaates
s the and and gravel.
2. syl utiun:
Maximum operat.ny pressure . 1.5 x 65 _ 97.5 psi
Outside diameter cf q^ pipe - 9.05 in. g.05/72 ft.
.n to Table 1: Th+ calculated maximum operating pressure is
97.5 psi, tha table does not list this figure so sr take the first.
figure in sequersre being Ion psi
Fnr An N` wterpipe, having a maximum operating pressure of 100 psi,
re see that the thrust an a 90a bend is 9,/I0 pounds. (
-f to Table I•: Table II gives the sate hearing load for sand and ff
yraysl 7,000 "/sq.ft.
-6 t to Figure 1: Figure I indicates the position of the .YnO?otn
for blxkin9 the 900 bond
-GP to the specifications of the Project and firs] depth of trench (h)
J fee,
Widtl of trench (W) . J feet
With the alr,ve asseahled information W proceed to the final
salty latlons:
-Area of concrete 7.90
(A) _ ��e5._ - .`tom ay. ft.
Safe Nearing brad 3000
-Maximum height of thrust block Its) - UppN of [conch 7 u 1.5 it.
-Depth of concrete thrust block Ilk] 2 J J
Midth,g[ trerssfi n f Aits1514.�E� 41C n( Pipe I'll
z
-naxi�tm length of thrust black ( ) lire
]tx �.gj Crstet eta A 1:QQ°.1.2 fr.
Hniqht of v�,tic. Ha
-N«)ui red amount of coxcrete r lMight_tfnmpthx length I A 0.q I.50
j./0a
ll� x if x Ur) x 0.01704 _ (1.5 x 1.2 x. 1.171 x 0.03701 11 0,074 eu.yd,
blocking fags 1
SD-12
•
STANDARD DETAIL WR GENERAL BLOCKING
A.
+ The amount of concrete required to anchor horizontal bends, tees,
and dead ends depends nn the strength of the soil. The methods of
placing concrete to keep the joint agcessible is shown in Figure I.
The area in square feet of concrete which must Mar against the
side of the trench is found by diyinynq the thrust in pounds ahrnm
in Table 2 by the safe bear anq load of the soil as shown in Table 1I.
• e. SAZTLRIA
- The sizing procedure is for horizontal or downward thrust only.
+' - Reight of the thrust block must t.e
depth from the equal to or less than 1/2 the
ground surface to the tlrKk bass.
- The thrust block bearing phase ra epprOximately eectarpular.
- The concrete blocking shall he As per AASA epeciflatiM /4-2,14.
<'. BlMAO1S
•
d = Outside Diameter of Iipr in Feet
T a Thrust in poonAa at the fitting (Table 1)
S94. FAfe hearing load in pnunds/aq. ft. (Table If)
h • Depth c` trench in feet
M + Width of trench in feet
A + Area of concrete whlrh must hear against the side of the trench
in sq. ft.
fie+ Maximum height of the thrust block in feet
Pc Depth of the concrete thrust black to hearing surface in feet
]m• Maximum length of the thrust block in feet
ew a ..r i
s-
I
hi g
" Nsr •ni•,
lllncki" page 1
SD-11
•
i TYPICAL TRENCH
— I N[CN PLACED PIPE DIMENSION3
NAND PLACED _
• 7EL[CT RRPILL f I'V R VIPt —
EE% PROCTdI � IHi MN M Rllltrli --- ,
A COMPACTION • _ rNl tN Yip. �•tn M x'tr t'm
CARP PIPE r
AL-
M
• ' A
' REDDIMG (K N[CfE'ARY) i0
C 2 _n
• \_ 4L JOL' , t ,f it fo ,pit
L INITL Of AIFILL -
PIPE -AIRCNED
• 1 PLMy~ `•'v` r..eiw awuN—wi-am:ws
►c
[Fo, ISM '" 1 ">N. Nu ,'AI t 1M.t'xM
Ii ❑ to" NI �►� i O
{t N r t
xF ,i OOFQ' K i 1.'A f a ix
J(, _} OOPS 1♦ AW Ii .�. RR 10
1 at WS 1a q Itbt xtA ♦1 F i
F0 O I0i' rl q W 70 j 01
ii if,'
l a ll 1.
CIRCULAR PIN PIPE-ARCM
3NtsD'»tiw rIiw r_ rw- 'NI .. i4i!
TYPICAL INSTALLATION "e♦"L�i.":. i.:.«I n' iE' Il RPiIV)$ AC
CLEARANCE BET1YEEN PfPEE-NULTIPLEE WII�TALLATIORW
s,
4
Ime
t•' �
SECTION ON t OP P/IR
I ENUINEER WILL SUPPLY CUT INEET$
FOR EACH CULVERT
2• ROUND 0 ARCH PIPE MAY
RE INTERCHANGED ON APPROVAL
DP ENGINEER STANDARD DETAIL
I� RELOCATION Of CULVERTS .�
MAY eE REQUIRED AFTER p.
SETTLEMENT PERIOD DRAIN a CULVERT
so to PIPE ''
BEHINL _:fRd M 5DE WALK -
1 OAPPROX 's�a30�16� METER 80x-
i
i
�N VALVE BOx
i
w
C I/4 DRILLED ROLE
M 6"-2' GALV PIPE
(NOT 10 SCALE)
OWE ITEM BRAND AIM
CESCAI PTION
rat
t DOLE STRAP SERv;CE CLAMP MUELLER
8 CORPORATION :;TOP "- NOTE VALVE IRON BODY, 2" SQUARE
r
MUELLER H-10013 1 _ OPERATING NUT
.t � GALV IRON PLAIN ELL_ 2 2 Rf0 PER SWINGI K CLOSE Gt,LV IRON NIPPLE —
C
! 1:GALV IRCN WATER PipE REO PER SW!NCi--- -----�`"- VAR
M 2 G f t VALVE (SUS,
-
MUELLER A-23.0-` I
N Bea 24 C ! GATE HALVE 80X OLYMPIC I SEE NOTE
it SC? GALV IRON PLAIN ELL WITH
1/4"DRILLED ROLE 1 STANDARD DETAI.
S 2tl■ 2 U2` ADAPTER OPT . HOSEI -- -__ __ — I FOR
WITH CAP AND CHAIN -..--
- ' 2 BLOW OFF ASSEMBLY
E CAST IRpi METER BOX OLY MPIC • 5t12 j
MATERIAL LIB
I- DETECTOR CHECK OR DETECTOR METER
2—GATE VALVE (MJ• FL) WHEELHANDLE
3— OR (FL9 FL) OSy/
1 I 4— C I. 8"LONG ADAPTER (FLY PE)
' 5 — CA FLANGE COUPLING ADAPTER
245 1 3 6 C„ 7 6 — C: TEE (ALL FL) IF USED FOP FIR.DEPOON
l•+ -:•_: -' —� 7 — C i. ADAPTER( FLlPE) OR ( FLy0ELL)
8 — SHACKLE RODS H ANCHOR PLATE
VAULT
I VAULT CONSTRUCTION AND REINFORCING
SHALL BE AS FOR LARGE VALVE CHAMBER
24' '•- i IB
MW ,, MIN— L!.4_
18•
MIN. I "'I 12' LID AND RING SHALL BE OLYMPIC
IN FNDRY • OR EQUAL.
1..
{lam' 4*RING AND 36"LID WITH METER
((---'D READER HOLE
B CiYr/ a/ 3Qod.e /oi�nrd I,✓w. -AA-)
3'-a'Not
A :LENGTH GF DETECTOR CHECK .( I/2'
I 12' MIN B .9 1/2'
iv4?E
)j0 ' '• IF THE DISTANCE BETWEEN MAIN-VALVE
101 - ' AND DETECTOR CHECK IS LESS THAN
'24 MIN,,
!, "+I -a—.M N. 50, GATE VALVE (2) AND ADAPTER 14)
CAN BE DELETED
� "{'— ALL DETECTOR CHECKS OR METERS SHALL
'�• 2 MIN BE INSTALLED BY CITY FORCES.
STANDARD DETAIL
FOR
DETECTOR CHECK OR
DETECTOR METER
:D-8
t i
( V
Do Not Scale
I � L:. . . v'f¢ •l+R¢ �. .��....�---L- - •�1�) O: Rt Y)OY
-R IVR. wnTEA SERVICES
r
SET AT GROUND SURFACE
-T12' MIN MIN f— j
ELE 16.00 —�
VA_ ULT i MIN
AULTCONS" 'UCTrON AND • • 24�MIN �
REiNFORCMG SHALL BC
AS FOR LARGE VALVE • IBM MIN. (III
CHAMBER ELE 1406 6 _ 0 � i
AQ O O
r-. I�MIN
LID AND RING SHALL BE • .I
OLYMPIC cADRY • 582: ,.�I �O O
WITH TYPE D LID OR f
EOUAL � 'I I 24"MIN
Fill—
I MIN
DERMA -STEP LADDER WILL BE REQUIRED
STANDARD DETAIL
FOR
BUTTERFLY VALVE CHAMBER
160 8 Un
CAST- IN- PLACE
G-6
Jt ...rsw.w+.Wu. ��"�wV"re_.+.w.aarY-.r. .'.lu......,.._..�.—.rr,�.—r.+�.wn -+rwrur.�.+r�w•M.•�• h
NO 4 BAR AT B" O.C.
NO. 5BAR AT R` A.C.
NO. 3 BAR AT OPENWIS
• 4 4 e`
a
•
—1 BOX REINF
3 - ] IAA - 1i1 MESH
NO 9 BAR A/ 12 �� VER VERT
NO 3 MAR AROUND ALL
OPENINGS
•
SET AT GROUND SURFACE
OR
1J
4a
! ;
Cc
> �O �20" , STYROFOAM -
' ELE 14 00' '
cr
, -
Saar/z• i�
L_ 6'0" �JI
NOTE oIMERsIows SMOWN ARE M,NIMUM STANDARD DETAIL
FOR 24' BUTTERFLY VALVE, VALVE FOR
co�RETENco , INC., TAcomKJRS
Al, LtRGE 'RECAST CONCRETE
DR APPROVED 1"..L BUTTERFLY VALVE CHAMBER
NERMA - STEP I. ADDERS WILL
BE REQUIRED
:G
+,....._ ..,.:J+f"lwwanmm.•rzwmrwcb:,:rw:.-uux. ......._. ..._,......-.-- -�..-.-.-.....--�+.,.•.»..,.....�........_..—....�......� .
S
•
OLYMPIC FNDRY
If MN A CASTING • 5822
o _ e-= WITH TYPE
-- LID OR EOUAL
LA DOER IRON
0
16. 0 C
y I
2 '
2" .+ 24• BR' i6
-� BRICK R GROUND LEVEL
ALL CONC C I S(I I/2•)
J A 1• ALE' 18�OC
•
24"MN �•�E
o t 4 I.
I
B. 'i. 3N4 EXPA-
� -
NSgN JOINT
GMTFMAL
S'-Ow FOR I
;0' WkLVLr5
I - FOR
4,CTS S 124�6s 50"
'�{ I &E TI A-A
- EXTRA
BANS
_.. S(0 BARS 6"CTS. I c
EXTRA BARS
DERMA -STEP _ADDERS WILL BE REOUIRED
STANDARD DETAIL
FOR
LARGE VALVE CHAH3ER
CAST- IN- PLACE
I
• ULYMPIC FNORY. •
CASTING is l
WITH TYPE D
• LID OR EQUAL -- •
CONC RINGS BLACK
s OR BRICKS (TYP.) Y—� ■_ 2 •
MORTAR (TYP,) - GROUND I FVEL-
ELE 18.00'
N
•
Q
•
.4 24" MINIMUM
- --
ELE. 14.00_
a..
gZ n
N
1 , i
_.l
' l PRECAST VAULT SMALL BE STANDARO f
12" VALVE CHAMBER ( i.UND9ERG
CONCRETE Co INC., IACUMA ) WI-H
1- 12• ADDITIONAL SECTION OR
APPROVED EQUAL
EXC.ENTRIC VAULT LIDS 9 PERMA- STEF
LADDERS ARE REQUIRED
STANDARD DETAIL
NOTE FOR PRECAST
QI EXPANSION JOVNT MAT'L CONCRETE VALVE CHAMBER
(SAY OAM) AS REO'C FOR 120 GATE VALVE
(TYP)
*caA
ap"r...s.wra"'�S#R�s'�.sdawor..4.. ..........__....P._......�,..,-..._....._.._,..�,_.......,._._.,».._............s.�...._�.__.-..a»—.w,..m.,_
0
i
• 00 ,
V ,
• �2' MIN_FINISHED GRADE
SHALL INCLUDE
HYDRANT EXTEN
• WHFN NEEDED
• OLYMPIC FNORY
I•— OR EOUAL C I
WLVE BOX
• � j j
6" C I SPOOL — 6" GATE VALVE(FL•MU)
• CONC 3/4"SHACKLE RODS '
BLOCKING— , 1 ` CQ`IC.
_ 11 BLOCYiNG
• 11/2"WASHED GRAVEL L X" 6" TEE -d•FLU
16' 4" CONC BLOCKING
°sr
HYDRANT
HYDRANT GUARD POSTS SMALL 1�
BF T STATE OF WASHINGTON DEPT I
OF HIGHWAYS DESIGN OF CIRCULAR �2' F 1__ 2' 2
PRECAST CONCRETE GUARDD RAIL RAIL 1 -T � .X
POSTS
OGUARD POST (TYP) O
''LL HYDRANTS SMALL INCLUDE
2 GUARD POSTS HYD 8 POSTS
SMALL BE P41NTE0
STANDARD DETAIL
FOR
HYDRANT ASSEMBLY 81
HYD. GUARD POSTS
0
SHALL INCLUDE
�2' MIN---FINISHED GRADE
`
HYDRANT E%TEN _
WHEN NEEDED
OLYMPIC FNDRY
—OR EOUAL Cl
ALVE BOX
6' C I SPOOL —6"GATE VALVE (FL•MJ)
CONC 3/4'SHACKLE RCAS '\ _
CONIC.
BLOCKING— �, .i: BLOCKING
I I/2 'WASHED GRAVEL Z X, 6" TEE AJ•FL)
16' 4' CONC BLOCKING
a
I
I
HYDRANT
HYDRANT GUARD POSTS SHALL
BE STATE OF WASHINGTON DEPT
OF HIGHWAYS DESidN OF CIRCULAR 2' 2 2' 2'
PRECAST CONCRETE GUARD PAIL — —�
POSTS.
OGUARD POST (TYPI
ALL HYDRANTS SHALL INCLUDE
2 GUARD POSTS. HYD 8 PO'sTS
SHALL BE PAINTED
STANDARD DETAIL
FOR
HYDRANT ASSEMBLY 81
HYD GUARD POSTS
PROPOSAL
i
TO THE CITY OF RENTON
RENTON. WASHINGTON
Gentlemen:
The undersigned hereby certif C-4 that -= has examined the site of
the proposed work and haj/a_read and thoroughly understand._ 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 to
undertake and complete tie work embraced in this improvement, or as 'uch thereof as
can be completed with the money available, in accrrdance with the said plans,
* specifications aid contract and the following schedule of rates and prices:
(Note* thit prices for all items, all extensions,
and total amount of bfd_should be shown. Shcw
unit prices,rYbotAn riting and in figures.)
gnature
�i
Address
Names of Member of Partnership:
OR
Name of President of Corporation �,spC1� P d
Name of Secretary of Corporation _
Corporation Organized under the lawn. of
With Main Office in State of Washington atY p�iGl ^��� aK+.fi
BOND TO 1111 OF RENT ON
KNOa ALL MCN BY THESE PRESENTS:
'That we, the uncle rsigned� _Sjr Tc' Csc„v ,7 /lvm ri„n v C.
as prigclp corporation ocgonixed
and exlbtiig under the laws Of the 3tat; of C°a r a+ at a surety corYar-
ation, and qualified under the laws of the State of Washington to become •urs-
ty upon bond* of contractors with municipal corporations, as surety are jointly
and `evera;ly hard and tins(y b,rund to the City of kantan in the portal aum of
5 1, L 1'y_f„r the {,.ayment of which bum an demand we bind ourselves ano our
succebaoTb, heir-,, administrators or personal representativeb, as the cage day �+
bC. tl .
'lhts -bllgation is entere.0 into in pursuance of the statutes of the State
of Washington, the ordinance of the Citv Of Renton.
Ua(eJ At .___.._..... ...• Washington, this _. day of ,, 197_! .
Nevertheless, the amdtn ons of the anuva Obligation are such chat:
WhhKLAS, u,tdvr acid pursuant to )rdtnance (or Resolution) No. _ or by
Council Action tat the City of kencon, passed 19 , the Mayor and
City i;lark of saidCity Ut Runtun bevy !et at ace about to let co the ■aid
r'„Y.,,.n: the above aoundvT. 1rincipal, a ctrtain contract, the said contract
heirne numtered end provtdinK for
(whir ontrut 1W referred to i,ervin i,ral is made a part hereof as though ac-
ta.hed hteto) , and
WHt:N taiS, the said prin Cipal has accepted, or is abort to accept, the said
contract, and undirtake to perform the work ttdrein provided for in the saner
and within the time set lurch;
Nr W, THEREFORE, It the su[J���_Si�°yysy.rt-r,;Tl�r s•_ shall faithfully
perform all of the provisions of said contract in Elie manner and within the time
rncre v, ,et forth, or Within such x[enstons of time As may be granted under
+a ni ��neract, and shoji pay ai, laborers, mecbsnirs, sub-centractura and materl-
..1 , 141o1, and all persons who shall supply said principal or ,ub-contractors with
p rcv is ion-, and supplies for the carrying on of said work, and shall hold said
u[v ae•ntan harmless from any lusb or damage occasioned cc any person or pro-
perty by reason of. ::ny carelessneba or negligence on the part of said principal
or any ,ob-rnntrar for in the performance of said work, :,no shall 1Jern1ty and
hold Ito ,:ity of Kenron hurmlvas from any daraze or expense by reason of failure
of Pert..•rmance as epecffted in bald contract or from defect, appearing or devel-
oping In thv Material ac workmanship provider. or performed under said contract
within a Period Of one year attar its Acceptance thereof by Cho City of Renton,
then .tnd to that event this obligation shall be Vold; but athervl.e It shall be
and remain In fu Ll tvrce and effect .
APPROVED AS TO lEGA1.ITY:
APPRUVEU:.�� -„� �: 5 tridcMilill-I c mpany
Cuir 2. book"o 7a.
BONo f0_CiTr O�RENTON
''iL MEN P,Y THESE PRESENTS:
:hat We, the undersigned r o b )_
w
as principal,LL.and f
And exist h+g under-the lrus of the-S Cata of rya-. corporation oz =�d
at Sun, and qualified Under the laws of the State of Mash in gt[oa eorbacowerpor-
tY upon bonds of
. contra-tors Wlth wuniclpal corpora[Sons, dura-
ann severaily held and firmly bound to the Cs surety are �oln[ly
Ure ry of Renton in the panel aum of
Payment of "'Itch buin :d demand we bind ourselves su...eseo re, halls, administrators or petso and ournai representative>, as [is cads may
he.
• -lh+s „blagac tun is entvreo into in pursuance of [he dtrtutes of Cl,, grata
rt 4auh lrgt"n, the ordinance of the Clty Of Renton.
i'ateJ at .. _.�__..-... L:•+sh+ngC°^ chi*ib ----day of
19 1710( ,
Rvvc•rtheless, the [ono Lci,,fib of the ab.,ve obligation are such that:
W11hRl:A$, under And IsurmuAnt to O
i:uunctl ar U,•.,n inane, (or Resolution) No,
"1 the City ui Renton, _
Passedthe Mayor or by
city ,,leek of sriJ Pity ut Kenton bawl lot or are abou[•w91 e[ [o the said jand
numbered
Above bnundmr 1'ru,<ipal, a ccrtaln contract, the said Contract
�' nuwbared c 1 /Mr4'
}nd Pruvtdin• fo '7 f
fx�II.r _ 7C)� b r _G� -i c.r r•/ice- % G'.0 .a
twill.' ., (ontract i-✓ re(erredt�l�rein LG
cadud hretu) , and and is to a part bcreot as though ugh at—
said
o"n- ract ' Andt ndertake r to inc
Perform has
the cworkdePC cne w as s d
and Within the time set torch; therein provide" for
er
NOW, TKERF.WR£, if the sai _.�lll <� ays7a• .t•
pert ors, all of chi prow Islam of Said c,, .tract 1^ the �anshall in faltheut.ae
rbV r,•,n «;et forth, Jr within such eYtenniuns of time as way be granted under
sal" "'- '"I'l , end sprit pay ell Laburerb, mvchauics, sub-""radar, and watarl-
pro gun, ma All pe r„ons who sha11 bupPiy said principal or >ub-contractor, With
prow tiuh. and auppiles for the cArrving on of said work, AnJ ,hall hold said
pert .,f kent"Alr reason
tt0" any from an?' Suss 'or damage occasioned co ,toy person or pro-
perty by reason oi. "try uareledanebs or negligence on the part of said principal
or .m•, n,rb'-contri, tor in the pat turwam_. ul 'Aid work, and stall idemnlly rnJ
old th
.. etty of renton t'" miass Atom any damage or expense ty reason of failure
or Derr 'rrm.tn.•e as rper•tfied In said contract or from Jafveta appearing or devel-
'Vino '.n the e.rterial or Workwr^ship provided or parfor"d under said contract
th
wlanth+u end r pet, trlh udat orvaf one yvar alter its acceptance thereof by ttjv L.:fy of Renton,
nt Allis obligation shell be void; but otherw;.,e it shall be
and reaatn in full force and etter-
APPRbVP.L, T6 Lbt1ALITY:
APPkUVFD: ny
Cuy D. tiocktia.
t
r
• Y,.Yre u>w.t•InN4rgry
REGO CGNTRACTOR.GENERAC
I
701 STATE CONSTRUCTtON INC
106T11 AVE NE
BELLEVUE
WA 9e006
Y[CGUMI n1yMY\M asY,Y�rl4n U�Ir• i I
UL—
�1 1 1
�yp
YYSS � I
Ills
r
L[O[n/7• CITY OF RENTON Y R`CY '}I
lil •CUrUO BUSINESS LICENSE AlnAd,n ,Y�./��,q'' S;
"•, .,• L.I� ul.ldr eppllrli1011 101,C11 01 I<v ' , •
r •...,.n"i. �d I llir 1' Y Illorl Ifuaula'>r Ll:rbx• ul+..ul d.n+a. null Ilw• a
Ifuulpia k.Itldnlnu+t6aplal i, (uJe oI 41'Iw- 10 LUlll ll Gnl•'l•J Uldm•lu•aa ul Ihr
.,,II I.n del I YKIIIl Jil lj c")NIR'llla'tll♦.A auJ .4Jlu.�rhe. LLubt.
unu)II) 1,% (I YIIY •IIJ 'ill UIIICI lll)' (bJra. 11N111•�rb C'•• 11.11c I owa .IllJ
I'. ,Lill.oily,Il ll,q..Jlly fu Illr bu+IIICM Ij nalnlq L.anaJ hn runJC1. A
Y7y�OfA1` CON9TKUG�30q/ jh�l �11
3Otl1N AYE 11t
I$L6i.&WCi W&I 7tlYa•
_CLERK'S FILE COPr
. I
"PARKER SMITH& FEEK, INC. INSURANCE BROKFRS
141y o.N.,1,914(.NIVU, f N It k h amAVENUF
!"'" W.a'„rt,('"A'MIU 1'rKHlrtiala622
CERTIFICATE OF INSURANCE
t LRTIFICATE )$,SUED TO: CITY OF RENTON
municipal Building, 200 Mill Avenue South
Renton, Maslington 98055
NAME OF INSURED. TRI-STATE CONSTRUCTION, INC.
959-108th Avenue N.E.
Bellevue, Washington 98004
This
is of this certificate.certify that Ito Imurarace iruiicataal hereunder hss t(6,.nrr , been issued and is in full (mee and e((ect on the
This Caa,:cure of Imu"" dots nm in any way Itmend,t:nnd, alter Or vary die cwenge (I. the the
IY pldacits referred to bm" It Is sirr"Ay A synapsis m stunmAry of the actual Insurance contract:
by p licy
I rtYl:/[AC,!.5 PROVIDED
i &-Ii1Y Iniuq'Li (�mrrS
ability—Auto
$100,000 Euh Peron
$300,000 EA01Octmrtme
tkdity injury Liability—Other than Auto
$300,000 I-AJ6 mwrAggrcgate
$300,000 rAch Occurrence
' Pntprrry Damage liability—Auto
$100,000 Fxh Ouurrtncc
' Pntperry Dunage I.iaitiliry—Otha dun Attto '
Broad Form Property 0amage Liability $100,000 Each Occurrence
$100,000 AWrS,e
4. "Umbrella" Excess Liability riding $1 000 000 t
over and above primary limits of Each Occurrence t
Bodily Injury I Pr $1,000,000 Aggregate
shown above
Property damage limits .}
EFFE('rIVE EXPIRATION
h
�kh � � �• I L It P i � 1 W�
I�1 r✓ � iP,3�f n� .� � ; f � i. t 4 u S V _ � i v �.
3 vi pnu.�: '1 Nv>• f' 9:.
J
1t '
1
P+lMt 2M Slmldnrd brae>iapt
AS OPAL I. (ON(OF It 04 AI TUH 10-,,
P1.4t All YGIt'4r XEnT V,ILH
till ""it Y( VIYIICAI -JOIN
A(N0 Y( LOOSEN
to AlPXAIT �I.IMIN V(AIICAt LV ",IXa1CVT 11N1S AS L11,3010.
L Kf STING ASPHALT PAYIN(NI [ON,rI IT
SOIIL Y/tl PA YI NI Mi
V '
.-(VNr At ftD L0115n10 ROCK
f YllilNG AILib Most', TIPS N4 1. WHEN OYOLREO
LY INE ENGINEER
CDNP A(1(01R L NC II ON KI ILL -- ---1* - •.-�W l__ _. '"
ASPNAL, CONCHltC ON RItUNIN00t A L I r N N A T I A
PLANT NIC PAV(N(Nt RIPIACUIENtN� CUT SNAIL ►( YEOTICAI
PATCH tN,C KNifl 01 [IIStI NL l AND IN STRAIGHT LINES
' YITN PNf It IA{'r P,VI,Af NI PAY(N(NI PLUS I.. AS OIYLC iIC
'1'. , •nl ERISTINO CONCRCtE
PAYE HINT
Irr.tf NG AIOIO NASE-- •�"•.•
• ~ `. _ _ .,I YNt4f YIDSN Or IArCN IS
y /!
Li 55 CNAN +•
YN{Yf PAT[" IS 11 OR- 1 'to S/L[C/ N.L ICRIALS f
N DYi to Y10iH /
COMA(IfIF VOINCN 1ACK(IfL
1 r '
9
r IS10 PAVE HINT V•TN ASOMA"
I.ONtAl I( A L T E A A A t IF -tINf N, GONEACft PAVENINt-
t Y I l C A l ! A T C w r 0 A A f G t D I A V I N C N I
L'IVAa( II`M1:1'S if 5A Gf t11NI NS,S,
PLAAt PtA AVLACININT PAICN EVISI NL A-h"ALI .CVClttt
X- SUAl All
ge
1511N4 RASE
CDNPA[TtD SE LIE, Mtl ALAI - \ � � N
CONPACTIO TRENCH RALAr III
T Y ♦ { C A L P A i f N ! O M A I I I A V I r H
41 NEPM NDIt I
f�•,.4•tE 'r M.11A NI 1 %fl '
A Yrwn, PAIL A' , Pavement Patching
•Iry e.n-.- .,, ,. PAtt Nt NT
Standard Plan Na 18
SD-21
Atmospheric (Non-Presaure) Type fP Vacuum Breaker
COMPANY SIZE COMPANY
SIZE
AETNA 306-A 1/4" MODERN FA
UCET Modern-Aire 957 1/2" 2"
ARMSTRONG PLASTIC 3/4"
310 (side Inlet) 3/4", 1'
CASH 3/8" through 2" SLOAN VALVE
(Hot 6 Cold Water)
BELVEDERE 401 6 402 1/4" V-177-A l 1/1"
CHAMPION BRASS 262 6 362 1 1/4", 1 1/1", V-350-A 3/8", 1/2", 3/4"
2"
V-360-A 1/4", 3/811, 1/2",
162 (straight) 3/4" x 1", „
L 1/4", 1 1/2", 2" V-370-A 1/4", 3/8", 1/2",
262 (angle) 3/4" x 1", 3/4"
362 (angle With union) SURGICAL MECHANICAL RESEARCH
3/4" x 1" 400 1/2" (cold Water)
CHICAGO FAUCET (Hot 6 Cold Water) 403 3/4" (cold Water)
892 1/2"
H-400 1/2" (hot 6 cold Water
693 3/4"
M-403 3/4" (hot 6 cold water .
FE8C0 (Hot Cold Water)6
710A 1/4", 3/8", 1", TEMPSTAT VA - 10 1/2", 3/4", 1"
1 1/4, 1 1/2", 2" WATER SAVER L 100 3/8"
71OG 1", l 1/4", 1 1/2
2" L LOl 1/2"
715A 1/1", 3/4" WATTS (Hot 6 Cold Water)
80 1/4"
7L5G 1/2", 3/4"
288A 1/4" . 3"
H. L. GEE B (angle A through type)
1/2" - 2"
310 (side Inlet) 3/4", 1"
Pressure Type Vacuum Breakers --.- -•-•-
COMPANY SIZE
-'�• COMPANY SIZE
CLA-', AL Model 27 2 3
2" "
1 , '
/ ' SMR Model P-701 i"
FLBCO Model 760 1/2", 3/4". Model P-711 2"
Model P-711H 2" for hot
Model 770 1", 1 t/4", water service
1 1/2", 2"
Model P-/14 for use on
HERSEY Model VC-V8 3", 4" With approval
SMR P-714 Double Check Valve
Assemblies g
SD-20 1
s
DEPARTMENT OF NXIAL AND REAP TH SERVICES
11EALTH SERVICES DIVISION C
WATER SUPPLY AND WA.iTM UN19
Post Offica Box ttbd
Olympia, Washington 98504 1
Telephone: (206) 753-2453
(206) 753-3466
MARCH 1073
"APPROVED CROSS-CONNECTION CONTROL DEVICES"
(Replaces July 1972 Listing and
Ali Previous Listings)
The Rules and Regulations of the State Board of Health regarding Public
Water Supplies relating to cross-connection control require the installa-
tion of cross-connection control devices under certain conditions
(VAC 248-54-470, WAC 248-54-460, WAC 248-54-500). The rsgulstfons require
that the devices used for service protection must be approved by the
Secretary, Department of Social and Health Services.
Effective July 1971, the Department 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.
This list will be updated periodically as new devices are approved.
-'----'-......._...................................- .........
Reduced Pressure Principal Devices Double Check Valve Assemblies
COMPANY SIZE COMPANY SIZE
BEECO 06 2' 1 1/2", 3", 4", 6", BEECO VC 2", 3", 4"
6' , IO"
CLA-VAL DC 1", 2", 2 1/2", 3", 4".
Y6C L•', 1 1/2", 2% 2 1/2", 6"
3., 4„ 6„
GRINNELL B-1 4", 6", 8"
010 1", 1 1/4", 2", 3", 4"
s lOL 2" 0-2 4", 6", 8"
012 3/4 HERSEY sl 2", 3", 4", 6", a... 10"
"
014 3/4", 1" SHR DHC 1", 2"
i
1
cts-VAI. RP 2^, 2 1/1", 4", 4", 6",
10"
CRANELINE A I% 1 1/2", 2". 2 1/2%
3", 4". 6", 8", 10"
t
SO-19
3-k.
A
TYPICAL REDUCED PRESSURE
• PREVENTION DEVICE
J 1V
SHUTOFFv
r
DRAIN
APPROVED
TEST . , . MINIMUM
• � � s �
TYPICAL INSTALLATION OF
REDUCED PRESSURE PRINCIPLE DEVICE
LOCKED COVER
RECOMMENDED
PROVIDE HEAT OR "~
INSULATION --,
i
c
I
ADEQUATE DRAIN
12" + NOMINAL DIAMETER
OF DEVICE MINIMUM
i
`L4TF
R
METER
Mg14e
In Reduced Pressure Backfiow
Prevention Device Vault.
Contractor to >upply plans for above ground R.P,B,P, Vault. To be
• insulated and ha�e an adequate drain
6" C. I . Nipp!e 6 L. F.
6" C. I. 90" Bend (MJ)
6" C. I . Nipple 6 L. F.
6" C. 1 . 90' Bend (MJ)
6" G. I . Nipple 2 L.F.
6" G.U. (MJxFL) (May be included with
RPBP Device)
6" R.P.B.P. Device (FLxFL) (See State
Specifica,ions)
6" G.V. (FLxMJ) iMay be included with
RPBP Device)
6" C. I . Nipple 1 LF
6" c. i. 90° Bend (MJ)
'U 6" C. I . Nipple 6 LF
6" C. I. 90' Bend (MJ)
1" Galv. Pipe 6 L. F.
2" Galy. 90' Bend (IP) '
2" Galy. Pipe 6 L.F.
2" Galy. 90` Bend (IP)
2" Galy, Pipe 2 L.F.
2" G.V. (IP) (May be included with
RPBP Device)
1" RPBP Device (IP x IP)
2" G.V. (IP)
2" Galy. Pipe - 2 L.F.
2" Galy. 90' Bend (IP) i
2" Galy. Pipe 6 LF
1" Galy. 90' Bend (IP)
2" Gaiv. Pipe 2 L.F. I
2" Gaiv. 96' Bend (IP)
Connection to Existing Mains fir,
6" CI Nipple 6 LF
6" Cl 90' Bend (MJ)
6" Cl Pipe IS' or to meet existing Steel
Main
6" C1 .90" Bend (MJ)
6" CI Nipple 2 LF
6" Cl to STL Adapter
2"Caly. Pipe 25 LF or to meet existing 2"
gaiv. wa Ser main
2" Galy. 90'' Bend
2" Galy. Nipple 4" iong
2" Galy. Union (IP)
Note: This list of materials is approximate only. It is intended to be a
guide only of 'what materials may be required and is not intended to
he complete.
SD-16
M)BIL 0 1 L
SPECIAL DETAIL
PARTS LIST
•
From 16" Main
Sta. 0�8o 16" x 8" C. 1. Tee (MJ x FL)
r
8" G.V. (FL x MJ)
8" D. I. Ripple ID 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
Galv. Pipe 3 LF
2" 90' Bend (IP)
2" Galy. Pipe 2 LF
In Meter Vault ' "`+'
Contractor to supply plans for meter vault
2" 1: 6" Meters may be together
or in 2 separate vaults -
vauit to be treated with Zypex _
as any other valve vault t,
t47,NM Rt�
6" G.V. (MJ x FL)
6" C. I . Long Adapter (FL X PE)
6" L'etPCtor Check (See Dec.Ck. Spec. )
6" C. I . Adpt. (FL X Bell)
6" G.Y. (FL x MJ)
Shackle Rods
2" G.V. (IP)
2" Displacement Meter (See Displmt.
Meter Spec. )
2" G.V. (IP)
sd-15
h
30' UTILITY EASEMENT
n
ETA OHO Is .a" C I, TEE (MJ LFL)
The Mobil Oil Service IS IIn �.Gv IF1.MJ) Ba a24" CI vSUR
C' tap spilt into 6" and 2" W a"N+°PtL IO S,
a'l♦"C I. TEL BJMi s s t ) tAP
services. The 6" service 1 o a". a"R[DU C[R (MJ.SC BI
w'II connect to a foaeri to O
system and require •
detector check meter and m
a 11/4" By►oss meter. Q — UNDERGROUND
� the 2" service will connect PETER VAULT I m i �
tr, the potable eter system OIEP. ME TFR
'> and reGji res a 2" di splece- ILI, ! I a"O[TECTOR Ce
ment meter. /oth ser.Ices PETER
shall t,, protected with a
State Approved Reduced p1111
Pressure ckflow Prevent Ion W _r _
Device B.►.). d Q ABOVE GROUN
RPBP DEVICE I
the Eon tractor skit provlr' m VAULT a' I RPBP I
plans for below ground m..ter' a I I DEVICE[
veult(s) and above ground 4 I I
i
R.P.B.P. voult(s). The
t uw+l m LL
R.P.B.°. vaults) shall I I '
include Insulation, proper q+
drainage and Iocking v 2"cover. BCRVECE
— -
•°9EYVICE
I I
i
i
MOBIL OIL SERVICE 3
SPECIAL DETAIL
SO-14
I
i
x
.SCIII'UU�I: 5 lIF I'R1t.'Ii5
Ulympfc file Line Piro Main (;S'FA 27.26.35)
(N(rrt Uai: pricos for all itons, all extensions, and total amount of bid stust
bu shown, Show unit prices in both wmtils and figures ,nd where cun-
ttict occurs, the written or typod words shall prevail.)
A1114WX 14A1'L UN!'1'
i 1L_i AV'i 17T _ UESCRIFTION NkICC TOTAL
—� ilk ICL'
I 650 1.1, Furnisb and Install p 0.1. ,
Class s2, (T,J.) Ylatrr
11�4olycthytena Iaucas�munY OQ
1'ur Lulea! I'uu: (W u 1 (),iga...ws
furntsu and Install S" Gate
perP1(-_�55e I1I ,
P�•��
1.A Furnish and Install S" NVO
FAX4 11 Jr nt Asscyw y U pp pp
f Y G67 D d.Si� p6
I 2" 'WNS Furnish and Install So.cc
Backt't 1 Material
i p+cai�/ _ f T
Per Ton
1 Cu. Ids.. Furnish an"r --
MVFur uhl� -----..-
aLea
`.Sq. Ids. Furnis and Install Asph•xltic
Str Re3t oror;.t��
1'er
ypU
..., .sutitotul s
S.St Sales 'ux
TOTAL SchyJule 5 �T _
t, �
ItTl
(a-IJ11
:.IV :90 Street - ("TA 0•36 to s't'A 13.35)
APPROX I+IATL UNIT T0'CAL
ITO,! FrUA:,CI�I'Y 9LSckIm'iOR
�. _ 1'1tJC:i PIKE
3 L Cu. YJ. Furnh and Install Concr ton
Faro
i
Per Lubi ' jr (Ku
IJ. Furninb and Install Con•r to
S`urfaCe Rest"ratlon.
i
z
I'vr .xlu.u• Y rJ —�
lu i,c l,.r. Famish and ln::ta:l 19" x IS"
Arch Corrugated Metal drainage
!a L.n�.,
lout
,..
k•:
ARK
Subtotal
5.3. Sales Tar.
r()TAI• SchcJulc 4
is
• .waa Y iO w.r++w A.rYwrrrrr..u...
1
^4
h
LW-1'J:)
n
5W :0tlt StIWLt 04A 0,34, tv 13+3s)
1W-'fl ' ll,ilt prf ss for all items, all extvl:a tons, and total amount pt' bid must
I„- shown, Slww u:ut proves i.. 4orb Words and fil;ures and whero con•
f tfct ueCurs, the writ tun ur tyl+ud wul its shall prava,l.j
APITtIX IMA'I•F'
UNIT 'IMAI,
P111Cl; IT If
-,t; 1..: . Vurnl sl, 411W lns t411
.n Class N2, (T.J.) Water Vi ,e. in
if* iVOWAL
66
f Wu
IVal
,U 1..1 , ILrn/sIl and install 121, U.1 . ,
C14a s 02r 14J) Water 11tpv, .a
I'u Ix,unL Ii7iCa SyVIC11t. /G^
.1 LN Form if. ,1 In,tall I", Gati
Vulvas (NI y in Luny. Vnultx /)
w 1" -Pais Assn61 e,
1•
," f.
+ I f.-1 Furnish anJ ll+atall s'' MVU
';Iry Hydrant As•.umbly (FL)
!e 1
,100 fuss Furnish aial lnstali "Filter
Sand "no Gravel" LJfitIfl.rav �T
N,dttu�r-i Cji
1, -,1>`al 'fCitt5 Furnish and Install "bank (tun
Fand and Gravel" Embal rxlent /7
Mate•riul fr �/��
Per lot, .`_� �...�
u0 'TUNS rurniah unit Install Ciusn
kock ,
r 10 ca I i1
I
r;F,
" UP RILL,
- r a{w-192) • 11TV .�
K
c. SW, (StA 36.52,49. to A 46*34)
AI'PNU%I;AA TC
UNIT
1 I I:+t r tl l\.;.I I �}•� UGSCRIP•rION 'A4
PRICE i`k1CG _.
a L)a 1u. , _..__
1'w•a,:p6 and jn�talLCru �- 14+c1 0�+ 00
;wr.011 Rssg",ra./I,�d
Prr `Con (Words)
9 = rill• IJy. Furdisp and Install Cc Illy
ate
s• OWL" 00
+rJ
p�l
I'e Cu
+u U L.1 . Furni h arid Install 36" x 22"
Aref . orrugutnd 6ktal Ura{rragv
s. I�1S' ,. ZED
�fMMy.(r/j�
Sale, lux
r {
iAA�/iYrrAr+�rri.�wWr.uai.�•r.u�...r....rw..�..-..�......_......_�.::..._._..__,
y
r
r>.
I.n.J Av-.. Sw (5'1'A SdtS:.4!t to S'I'A 44.54)
;,,d tutal amount :,i Lid ,aust
,huwn. Shuw unit p['l:vs ll. botu wards and Yibutwn auJ whcru con-
IIi,C .,.:eu:•d, 'hc wrLtt,/1 Owl• typv,' ward:: silrll prcvail,j
i, 1u1111At4 lit,1T
IH -! .,iVl'IY Ul:^,P' I"1'1Uh 'IWAL '
I hay L.P. IurlIlnb all" install 12" 11.1
/y tlaa, Y ' (I ,J.). wjtul' Vlpc In
J
77=—
_ Y
Va1v� ;su} ,u ar,l:Jur.� (.ula.
Va" • 'tth ' llypai% t•JIv,
A4; - ii f dG a.Jc
Fly s
,utrtl�,l anJ ln>,L:,u V' I ,lty
i6LAN �•-�.�
f'arnlun unJ llistali
1'l rh l.y.'1 an[ Ana,-mL1+
� ' �
: ._au ,.NS FYtnt►Il and Uis Ca11 "'1•tltur
Una .ark "Yul". Eefa9 Lawn • / l
. Muturl air„ b
'-y.�ou :"JttiS' Fu+wtixhai+G l+4►till�?`"lianl: -
Lun 6attt( wad crai*A I,dral, 71
lnvnt Mrt rl,
Pi:r XL
�.k
M♦ r�
,
ate... ♦ n.. ..
y 4
SJiJiDV4(: 3A OF PRICL,.S
(W-192)
Lind Ava. SW - (STA 38'52,49 to STA 46+34)
APPRUX IKk'i-f UNIT
_QUANTITY DEECRIPPION TOTAL
PRICL• PRICE
8 98 TONS Purn—is Install Crus d
o
Per '1'011 va )
WO ' figures
9 2 Cu. Yd. Furnish and Instal m,cr
l (; - o A hioclin /
0
��,�,
10 5U L.F. Furnish uid Install 3E" x 22'.
w Arah Cor,agatod No-al Utainage tip
Pi
Pcr Line rout 44
JU Subtotal
S,3t Sates Tax s ��'� �G✓
TOTAL Schp lulu E
SC111DULL 3A OF Pk1CLS
(w-192)
ltnd AVc. SW - (STA 3B+S2.49 to S1'A 46+34)
(NOTL• Gi,it prices ter ail itums, all eatonatons, rnd total amount of bid must
' uv shown. Show unit Prtccs in built Wurds and figures and where wn.
flict occurs, the written ur typed words 04'11 prevail.)
APPROXl:NA'I'li UNIT TMAL
UUSCIa III-I(NJ - PIUCC
1 70U L.G. Furnisli an•.i Install 24" U.I. �Y' •�`
Class sl (l.J.) Water Pipe
in P "'ethytlra tn.0 V �� Q
r Per, 6tr - ! ,_Z;,�� Wo s'Ja�T' (I , urea
O� �.As(0
1 90 L.F. Furnish nd Install 24" U.1.
Class il, (N.J.) water P�{�
in Pa yc.•thyl o }'(ca rmy(yf
Pe Lin 1 :� �t =--� 2�..
3 I LA Furnish and Install 2411
Butterfly Valve (.+tl) in Stand-
ard nc tie It
- Per Luc -
I 2 I.A Furnish and install b" Gate
Yn1v�s I,�d7Jj � / n�}
5 1 I:ri Furalar and Install 5" MVO
Fire `iydrnnt Assunbly ($U)
G 4.,UC TONS Furnish and Install "Filter
Sand and Gravol" Emb bw 7
s!l-✓ K
ar on (Oro
7 13,000 TONS rurnish and Instal "Bank Run
s and and Gravel" Bply.... ��
Malaria' / -I, qp
a
r „ ,
.VAIWULI: 23 OF Fh(Cfi:.
I.rnJ Ave. SW - C.STA 17-35 tU STA 38*52.49)
i
APPROX INAI'8
17„GM t,�U,tNI'I77 c UNIT
UG..CL IF'f lO7 TOTAL
PRICE 14t(CI:
6 b7,GUD Y'ONS Furnish and Install 'Bunk kun
Sand and Gravel" 1?tsb nkmant
MituriAl
$ J G 7
Per 'Ion r�; _. .,.-�'r
to 0 330 'TONS Furnish wad .1nstulI ru:;hed
kock
Far Ton Furnish and install 2ot�cr to
Bloc
l io
'j^_�c/s+c� S
her Cub ar'l
J1 150 L.T. Furnish and install 291,
Arch Corrugated metal Drainago
YJ-.�ywL�1 I
1` 300 J_F• Furnish and install 25" x 16"
Arch Corrugated Matal Drainage
Yer Li,a oa F �A4 - -7�p i 53j ao
13 50 L.F. Furnish and Install 36" x 22"
ik-
Arch Corrugated ►lctal Drwinago '
1'er Li u! Fn,
------------1-T F
4 Subtotal
5.3% Sales 'fax ; g�G i `
TOTAL Schadulc "2u "; 9sA ?Je !';p
n y
r
e
hr
SUILUUU. 20 OF PR1C66
(W-192)
F
Lind Ave. SK - (STA 12*35 to STA 38-S2.49)
unit prices for all items, all extensions, and total amount of bid Must
Do shown. Show unit prices all
both words and figures and wbrr* Con-
Cl ct occurs, the written or typod words shu11 prevail.)
�.I'I'Rt.X l M•PrE UN t f
1'I—I�s}I fU,t r1.u"1 r�Y� IDTAL
DESCRIPTION VNICE
..._ PRICE I'itlCl'
1 2,620 L.Y. Furnish and Install 16" 0.1. ~
As Class 01 (T.J.) Water I11pu
in pulyathylone L'ncasament /D
CIO
r Ltnl, 1.Jyc t tVurla YtguraiS' '+��r�
4U I.J. furnish aad Install 30" Caly,
N St). Ncacable Cuaing, 16 GA
Ian
1'er t.t ,T oft
3 6 TA Furnish and Install lb"
butterfly Valves (NJ) in
Standa
rd Lonc. Vaal ¢'
to Furnlsb mad ?nstall 12,, Gare
Valves (M) in Standard Cool:
Vault with 1" bypass Valve
As J1*s �
5 1-A Furnt*h and Install 6" Gate p
Va.lyos LxsU
ter #---_�
t> 4 tit Furnish sad Install 5" MVP
Coray 'rypo, Fir* Hydrant,
As,ytPbl3e�6 ('MJ} or Hury
i slJY✓ �Qa'U J �S cG i
�csTe�ac`h ...._.L
7 23,M0 'TONS Furnish and Install ,,Fiad: '�-'•
Sand and Gravel"
Materl' sn raC.. tj
A
SCI!LOULI'. 2A OF PµICL3
(w-112)
Lind Avo. SW - (SI'A 12+35 to SfA 38+52.49)
APP!d1Ximn UNIT TOTAL
DES! ) lIPTiUN
-SINI ITY '
PIt1CF. pµ1CL
M 8 67.060 TONS Farnish and Install 'Bank Run
Sand and Gravol" anLaw
Material ` 7
I'�7r,'1�+"' urds7 (Flgurus
« 9 330 •IC1NS Furnish
snd 1ALtall shed
le 'Ir . i �"1— $_ .6
1U 6 Cu. Yds. rurnish and ln.stall Concro e
~ blorki p
3 I+ �0 t/ •'o
� S��� I�=Jl�
Pe'-r c an ---
!7 1:0 LF 1'Lrni4;& and Install 29" x la"
Ar• Corrugated Moral Ora
nage
/ $ $�b95 00
I •r Lineal F'oot4 �._.
t1 30U Lr Furnish and Install 25" x 16"
.Arch Corrugated Nets; Drainage �+Q
Pi #7
1'er Lama Foot
i3 Su L.i Furnish and Install 36" x 2".
Arch Corrugated Natal Drainage 0
#a , Lin
Ubtota7
5.3% Salos Tax
TOTAL Schedule 2A--L-! Ile�//
_t,; .�' � mt•Td� "i..o'^'y.yvt,-a. " ''%`V 1 ,,.:.lJe;;•k. . .,�: [ti�isM'
SCILEDu.E 2A OF ptiICES
A Lind Ave. SW STA 12+ ''
(NOTE: Unit prices for all items, all extensions, and total astount bid must
he shown. Show unit nrices in both words and figm•e: any wh Ofry con-
occurs, the written or typed word, shall prevail.l
w •-
APPROXIMATE
['!_::M t)UrLVI'!TY DCSCRIP't]QY UNIT T(7iAL
Pk ICE
! 2,620 L.F. Furnish and Install 34" D.I.
w glass MI ('I'.J.) Water Pipe,
in Polyeth Arne Lncasemant
1'er_fj �„4Words -
4U L.F, Furnish an Install 36" Caly.
Sti. Nestable Casins, 16 („
00
Prt L n 1 Puot -----• -
3 6 LA Furnish and Install 24"
Butterfly %/,Ives (MJ) in
staid (.wu. Vau t _ oC
„.
t r a�i e,✓a. ice"'
4 2 LA Furnish and Install 12" Gats.F'" ., v ri
Valves (kJ) to Stand Conc.
Vault with A I :" Bypass Va,vc '. .�
Ito �/Av l/ �•+
Pv Eu� ( y t,S2 —.
S LA Furnisl: and Install 6" Gate
Valves I'LxMU)
yr -• S���
Lacllt
6 4 I.A Furnish and Install S" MVO
Carey Type. Fire hydrant
Assemblies A), for 6 Ft.
bu 00 00
r-
Per
7 23,000 TONS Purnish and Install- "Filter
Sind and t'.ravel" ,kme
Matrria ,�..., � 67
I'ur� ^ �
s
a76m�
..wE SLHEUJLL 1 OF PRICLS .
(W-l0i)
ft l.inC Avc. 5W - (S'fA 0.17 .o STA
aPrlul><IhUTl:
I'1._tld QOANT I't'Y n: S •+ +'• UN I'i TOTAL
�_SC,Ill I TfS PRtI'e
PRICE
f• e = Cu. Yd• Fuc !j -nd Ins tali L'onc utc
ing
1' r ,i c Yard 4
$ S
9 ILU L.F. Fur/rriii�sh and Install 20" x is"
� A�� orrugated Natal Oran-
�,
1' Lineal Foot
f�
Subtotal
S.3t Sales Tax
TGTAL Schedule 1 t •--�--/� ���/ �
7 ( }
� it.fz i[3N L�4
r z
•
h •
lin.l Aver, SW (!'IA 0.11 to Sr^. 12�55)
(NC7rh. Unit prices f'or all itoms, all orterr .ors, and total smow,t of bid qty
be mown. Show unit prices in bc:n words n"i fiyures and where cop;.: .�, •.0). ,.
flier cccars, the writtan or typed worn. shall pro-jail.)
APPROX J.W1T9
t1ANfrrY � ;+`OE5Cii11"PION UNIT 'f0'fA,.
ITLM „ ro
- IkiCC YNICL ,..
! 1,220 I..F, Furnish and Install 16" ll.J,
Class 01 (T.J.) Water Yipe, in t+0
O Po, c ,ylepc Cn aspment71
i�Li ai os.c� worctil-' `(l..ipu,ua�'","
c •
I i.A Furnish anJ instaltal
l 12" Gatp
Valve OU) in Standard CO AC.
r Vau=t with 1" cypasa Valva
Pe La^h
2 EA Furnish and Inttull 16"
tl4t:o:fly Vatvo (hU) in
tandard raeI" Vrult 09=i ,
4 T;r Lich d
A 3 LA Furnish and Insta11.,6".Gatm
_ L+�os LaM.J) 1,, 00
Par t,,cfi'. fL// i��l� f�d•_.._ S�.T...
5 6,000 T')NS Furnish a, i Install "lilt;z F
Sand and Gravel" Lmbo., kmonT
'"'a'
"ia'
Per Ton
,• ,rlpQ TONS Furnlsh'+�nd Irutsll "14q:;
Ran $pnsj and brava." ilras. " ry h .
moat'kate fq'
Iso 'IVnS Furnish and Igstal: �;�,shed�
ock
•: 14r1
- r . 1
f
Y
Ail-
1 _ V-
,
`1 ♦ IINf�, t t, r\.r YY.r � � 1 Lx J r rt r r �
•� w � f t• � . . 'Irh I - IJ•il'tl
� _ mow, / / �`� v ':: •• .� �i
GENERAL VICINITY MAP
I J AN IND-CA %1_• t �� lz
COVER SHEET
2 PLAN INDEX B GENERAL VICINITY MAPS + --
3 VICINITY MAP
4 BID SCHEDULE INDEX ` . . t `
5 EMBANKMENT i FILL DETAILS
6 EMBANKMENT i FILL DETAILS AREA t ,�, -. 1
7 DRAINAGE. STRUCTURES 8 ROADWAY \ � ' I � �++ - • '
4
8 LIND AVE PLANS , STA. 0+17 to 10+00 t to -
9 LINO AVE PLANS , STA 10+00 to 22�00 r .'.. ` • � -
10 LIND AVE PLANS . STA 22+00 to 33-00
I I LIND AVE PLANS, STA 33+00 to 44+50 �:—� -.• ' _ j �. :^ 1. `, �� ••,
12 LIND AVE. PLANS, STA 44+50 to 46+52.49
8 SW 29th ST PLANS , STA 0+00 to 8+00
13 $W 29ih ST PLANS $TA. 8+00 t0 13 t25.l7 i� ��r �_ t • ,
14 MOBIL OIL SERVICE PLAN NN
1 15 OLYMPIC PIPELINE SERVICE PLAN
n
clrr or RCNTON
�♦ 0(.11,l YfnT 01 [N�Iw([T!w•
WW-192
•wore.YQ((Lutt M f•C(IO LIND AVE 5F1. WATER MAIDS
Ma r
pfta-Eel
M•CCOL'Y...Ct rr,M APWA --
liKi•CY,py t--+
�.e
I —
1
jry
� �
YTII IT♦ IMJ�NII IINa
I
WATER MAIN PROJECT W- i92
' .c
` J
`'
� .I
• T fcn�eu�t Y..k�' 9
uw{w a I
PROLE C T
- 1 LIMITS
N
} jlo-aOUtf 11..Ta
w g _�a
`---
iahaD�a •J �.
1
1
4oTf
- _ Ala +EOM faYll N NI{WYO
v KC�tWK1 wttw kawa
LIND AVE . S .W. a S.W 2 9 t h ST. CITY OF WENTON
Dt a't 11TY{MT Dt {Na11w1{•IMs
WARREN C GONNASON, DIR PUBLIC WORKS
t{ allw• w 1.w rw Nww �•+
(10) Continued
and firnb pertotming labor on the construction project under tnis contract
or furnishing materials in connection with this Contract; said bond to be
in the full amount of the Contract price as Specified in Paragraph 11 . The
surety or sureties un 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 S;xty-Four
Thousand Three Hundred Twenty Seven and 89/100 ($56h,327.89)--------- which includes Washington State Sales Tax.
Paynents 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 WashingtcfK7Corpor ion
�M.yor
—_�-Z+z-�.-- -- ATTEST:�� y Ct y C erTc _
Cc
ate of Washington license: d aa�-3
C i ty of Ren 3
ton' License: N , :��� - 75
App _d as toFc!l�r ity Attorney
G. and M. Shellan --
K
(7) The Contractor shall commence perfonrance of the contract on the
s =� day afy 19J and shall complete the full
per!onuance of the contract not later Liam calendar days from said
dice of commencement. For each and every day of delay after the day of
completion, it i here0y stipulated and dgreed that the damages to the
City occasioned by said delay will be the sum of one Hundred Dollars
($100.00) , as liquidated dear.ages for each such day, which
shall be pal by the Contractor to the City.
(8) Neither the final certificate of paynr,nt nor any provision in the
contract nor partial, or entire use of any installation provid.d for by
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 under the duty to remedy any defects in the work
and pay for any damage to other work resulting therefrom which shall appear
within the period of one (1) year from the date of final acceptance of the
work, unless a longer period is specified. The City will give notice of
observed defects as heretofore specified with reasonable promptness after
discovery thereof.
(9) The Contractor and ea�:h subcontractor, if any, shall submit to the City
such schedules of ouantities and costs, progress schedules, payrolls,
reports, estimates, records and misellaneous data pertaining to the contract
es 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
t
commence performance thereof within thirty (30) days from tie date of
,serving such notice, the City itself may take over the work under the
contract and prosecute the same to completion by contract or by any other
method it may deem advisable, for the account and at the expense of the
Contractor, and his surety shall be liable to the City for any excess
cost or other damages occasioned the City thereby. In ;uch event the
City if it so elects may, without 'liability for so doing, take possession
of and utilize in completing said contract such materials, machinery,
appliances, equipment, plants and other prc•o,e ties belonging to the
Contractor as may be on site of the prof . .,?" useful therein.
(4) The foregoing provisions are in addition to and not in limitation of
any uther rights or remedies available to the City.
(S) 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 ;hall 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 delivery therrof or by de-
positing same in the Lnited States mail , postage prepaid and registered.
(2) The aforesaid Contract, entered into by the acceptance of the Contractor's
Ad and signing of this agreement. consists of the following documenti all of
which are corponent parts of said Contract and as fully a part thereof as if
!erein set cut in full , and if not attached, as if hereto attached:
(a) This agreement
(b) Instruction to bl,lik!rs
(c) Bid proposal
(d) reneral conditions.
Me "pecIfi cat ion;
f Maps and plans
(g) Bid
(h) Advertisement for bids
(i Special contract provisions, if any
(j) If the Contractor refuses or fails to prosecute the work or any part there-
of, with such diligence as will insure its completion within the time speci-
fied in this contract, or any extension in writing thereof, or fails to rom-
plete said work within such time, or if the Contractor shall be adjudged a
bankrupt, or if he should make a general assignment for the benefit of his
creditors , or if a receiver shall be appointed on account of the Contractor's
insolvency, or if he or any of his subcontractors should violate any of the
provisions of this contra=t, the. City may then serve written notice upon him
and his surety of its intention to terminate the contract; and unless within
ti..
ten (10) drvs after the serving of such notice, such violation or non-
compliance of any provisiun of the contract Oall 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
respect. In the event r' any such termination, the City shall imrediately
serve written noti,;e G.,reuf upon the surety and the Contractor and the
surety shall have the right to t:kz uver and perform the contract, provided
however, that if the surety within fifteen 15) days after the servinq upon
t of such notice of termination does no[ perform the contract or does not
THlS AGRCENENT, made and entered into this _LL _day of
by and between THE CITY Of REhTON, Washington, a municipal corporation of
the State of Washington, hereinafter referred to as "CITY" and Tri-state
Construction Inc. a Washington Corpor�iere tion
g inafter referred to as "C6NTRACTOR".
WITNESSETH:
(1) The Contractor shall within the time stipulated, (to-wits within
Igo working days from date of execution hereof as required by the
Contract, of which this agreement is r 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, t4tility 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 imprave-
ment by construction and installation of: 20", 16" and 12" Ductile Iron
Water Main in Proposed Lind Ave. S.W. and proposed S.W. 29ch St.
A17 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 agnaed and stipulated that s. id l.ibor, materials, appliances ,
machines, tools, equipment and services shall be furn.shed and the construction
and installation be pertormed 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.
r
e ra to -�'✓n,
�q r
777
W �*M�`WM�iw*WPWiiw+Wi
x
A
CERTIFIED COPY OF CORPORATE RESOLUTION
Y
r� OF
TRI-STATE CONSTRUCTION, INC. 'B
i Tv y
I, Dorthy E. Pangburn, do hereby certify that I am the yYr .
r V11 ea+v`
Assistant Secretary of Tri-State Construction, Inc. , a Washington
MPI.
corporation, and that at a meetinq of the Board of Directors, duly
hr•Id in accordance with the Articles of Incorporation and Bylaws
of said corporation and at which meeting a quorum was grescnt and
artinq throughout, the following resolution was unanimously adc?Led
11y tht� corporation, to-wit:
"RESOLVED; That JOn Agostino, The President; Martha Agos- Y
lino, Vice President; Donald Cable, Secretary-Treasurer; v{
.,nd Dorthy Pangburn, Assistant Secretary, or Any of ti:ea,
be and they are each hereby authorized to make, execute and �
deliver on behalf of this corporation any and all documents,
papers, contracts and instruments of every nature whatso-
ewer that they, or any of them, may consider necessary or tp
appropriate in connection with the affairs of this corpor-
ation
, including, but without limitation by reason of speci-
fication, the signing of contracts, bonds, and other assur-
Further certify that said resolution has not in any way been
amended or revoked.
a'
DATED at Bellevue, Washington, this 24th day of December, Vh -
i
i
1
I
ryorA oR" '"it
(W-192)
L:nd Alle. SW and SW 29th Street
i
�/ I
TOTAL SCHEDULE 1
707'AL SCIl1:DULt 2A
TOTAL SCHEDULE 31,
Y'OTAL SCHEDULE-4 - � v
TO'1AL SCKUULE 5
'rUTAL SCHEDULE 6A
TOTAL OF THE rc
ALVJVL SCMDULES tif' 7,,,,,_�/•S�._'
ADDITIONAL SCHEDULES IW DID:
SCHEDULE 20
SCHEDULE 30 ��J�,��L•
SCIiEUULE LD ?s���
the unJcrsignnd hereby agrees to Start construction work on this project if
awarded him within ten (10) Jays , d to complete the work within 00 working
days after starting censt.'ln:ticn.
/nJnis D Y OF _/J/rY 1974 x
(Uo.l
SIGNED:
TITLE:
Y
r
M
SCiII:UULI: 68 OF 1'1t1CLS
(w-192)
Mobil Oil Service Linn , (SIA 34.02)
!Tl:a _UUA,YI'CfY IIGSCRI UNIT 'TOTAL
PTIUN PRICE
PRICE
Y Luwp Sew Furnish and Auta11 Mobil Oil
CQ. Service Connection, Including
74ators, Motor VOU", Rsducud
Prasture Baciflow PreVention
UavYces (R,P,tl.P,U.), Abuvo
Ground I1,P,D.P.U. Vault turd
1-pp mann-ecs`�_
$�-rR[.4GiL
F�/j•
Subtotal
S,31 Sales 7'ax t i �� /3`
TOTAL Schedule o1; y:--------�-✓ 7 /3
x r
e
4
�...
Sj
JILOULL
Mobil Uil Survico Linn - (STA 34.02) e5. c
'(NOIL: :hut pricnx for all items, all extern'0 i nS
n
.. . A d tut al, al amount of bid6 must
5
� s, uwn. Show unit pricnx in bull, wurds and filturvs and whvre con.
flirt oxurs, thu writttn or t;pnd words Shull provuit•)
AFFROSIMATE
17"I:Ff !�U,l\'f1TY UZSCRI F'f ION U4lT tY AL
1'I!(L'G ;ielch
1 SUu L.F. F"mllsh and Install 1.11' 0.1,
'1• s+ (•{'.J.) water 1'i ui
POI by cur LnL
_ /7� y^7
dPO
ur r
Fe Ilntal ) (�i.ci, j 40
Furnish and lnstn!l 1T" Gate
vLlve (NJ) in Standard Caul.
� • Vau with Bypass valve,
ik
t detG
As ty m4
Pc EaeL
I LA Furnish and L+.%u'i S,, Gat
t'alvn Mn) Ass ably `p
For
For
.iwr
.I L1 Furnrs,, and Install S ' MVU
Fire ;lydranC uvwuly (NJ)
IA.r
t
--
n vti Furnish and Install Svin
Backf 1 Maty ial
PCr on
u GS ,y. Yds. Furnish, d install Asphalt
SLMnt atorat�l.,n
*r uero YartlGfd."'-'_'""
7 = Lu. Us. Furnish nd Install C011C.
B1ocFi
1''a i.a i rd
(w-1°Z)
MobiI U± 'r:rvicc Linn - (STA 31.02)
ANNIiUX IMA'IC
!l'IiAI t1AN•ry TY UN 1'I'
L__
UGSCIt TOTAL
NTICI:' hklCir B l.u,Y}, Swc Furnish wnc ln,�cklj Mobij
Oil Co. Service Connection,
lnclud'ng Meters, Meter
V' ults, Rsduced Nressurx
flow Prevention Unvicc4 (1, p,g,
P.O.) Above Ground k.p,p,P.U.
Vuu [ 3nd A pur•en:,n
-GS S �A� �O �Q
L
�(r'rguresj
4 Subtotal ly7•_, j�'��O O[`J
5,3i Srle. TAX
TOTAL ScAcdul# 6A
' 1
.t ..t• ..
r�
G!lLUU4L GA OF Pk1CLS
�• Mobil Oil Servicu Line - (STA 34.02)
(vOTL! unit prices for all items, all extensions, and total amount of bid must
be ahuwn. Show unit prices rn both words and figures and where son-
, flirt occurs, the written ur typed words shall prevall.)
A1,11WIX I MATL UNIT ^°
•1 i}O;i Y`ftTY p4CCk11''1'l ON TOTAL
I ltt
PkICC• Ilk ICE.
,l l Sou 1.,F. Furnish and Install 1611 D.J.
Class 01 (1'.J.1 Water Pipe in
1_.J11xet ylene -nca; cment -
fvr Itnc _ i14
.. I LA Furnish and Install ln"
Butterfly valve (JIJ) Iu
`'1�L s l.� so?oTS s27• c�a
11% Furnish and Install 81, Cate
iValy (IRI) swab y ec CCJ
er Lac.:e
.1 ? I,l Furnish and Install S'1 Mvo
Fire Hydrant Asscrbly tk;) rXS
Fo Bur
G o
iu ;1z�
Per 1.
N
Furnish sad install Scloct
hackfl Matori4 l
Par at.■�ZI�i� f 1we
o b5 Sy. VS. Furnish and Install Aspha �;ic
Stteu`= na to
'ir
er yuary ar
7 2 Cu. Yds. Furnish a,.d Install Conc.
tllock' 7 r,
S j j $
FBT far 5
WSEATTLF. PIPELINE R/W
I
v
� P-? CHANNEL
7 {
I .
;? r1 K
•.e.[.rr 1`uvtgr tM[ � � � 1 � ', t /�� foe" [a.
_ W •
+ORIZONTAL SCALE '1'.iC -• _ �� 1
OLYMPIC PIPELINE SERVICE ¢ I
i ¢ 4
i PLAN � O
rn l
6 I 40
4+00 5 00 4+00 3.00 2+00 :+00 0.00
i
25
20
Y' na e:/ wr[• .!3_=_.•a. at nn -tsr �(Be 1 116
ke
ci
---I T O r R E NT UYERTIetL /CAI` 1'. D' W- 192
OLYMPIC PIPELINE SERVICE UND AVE.SW WATER MAINS
PROJECT
TRAVERSE PROFILE - __ . 1_ -«+ u,.- •-_= �
4=' f
y.
� I
JOi✓4• w:IR ills�_� ti Z
2Vf 11 .. IYJi f aI a li • W.R `1' N YfGol IYJI •�i
aw t i •••O•R nnTu WYI � 1
Hla•C1 11. Ip.ltl.lq.HY %1. •� •5
A
5-0, •ir 1YJ'.i.•
' In"cl nw Ill. ,
r I.'<1 •. wl i .sYlir f 1 p ! �r: • f
lo
•u.n•i tart -" _ .. ._ _ A I � >
t 3p_�7 y1y Na Mi 01 i4 J1 Mrra Y,,, •Ot! } �I IR•"-� a
E4SEMENT f i f -�Y�_'__ ._—•---'�-��,.�---i— �'� ' i
�n1 ua ro is mwwm • ..n � �{
�� •eac.m. \
! - � MOBIL OIL SERVICE
PL .N ' \
•IOIIIIONTAL SCALE 1" . 40' I ! \ '•y.t o1a` I's Y r•qR
R• �tf! tKCe4 U[1•µ {y
•.e. at toils
i
t.c •.i
li j to
-- ---_--'f�._c+uY_;.r_eR� ..Ye iL+'S..:•.traiw,y_�;y`L_7 ! i
rIi _�.a_1� 1111 Is
vJl a..... Y..._ __
1
4
l
�� i.00 3.00 T.00 I ndrV Y FEN TON
-
Ib0 000C y�j\1§�i �[. ti_.=- T t
Y[RTIOA. "ALE- 1•.3' `1:. ` W- 192
MOBIL L SERVICE A1ww LINO A!•: S WATER MA S
PROJ E_CT
TRAVERSE PROFILE :'
w
im
1. 1
�piMN b 3
tYw�ra a�o,.v 14] eo i• .ifts: 3�134 �f 0:LN7�
� _ --�"' _zt<'yt _ -1S 41 62 M•S '4•'I - I �
1
t
i
I
-'-' a "--__----
t
.I. .L.. .r. .2, a.
` � 1r If{rr +
_.__ -- _. - Pow. adea•ns it+nl --_ ` g�
1
02
a:jsllu--�-4•I �_._-�•--.-•.-.— -L39':TTid)T�,.'wBllf _____--_
00+4i 00+41 00+11 00+01 00+4
NVId
1S w63 µS
,owes•D"m iralloitwm
w L! leO.b wu.ene • wl[la N :1M Mi pri ant p t w.w I OIYMML N .NI '.. NL OIOa{ Yp'aDW] J M1L i-tt IX T{ Vlnla�iYajUu llta erN .t la, ).p pl wJ'tYYCJ '—__
t.•w
}
O1 Jl ] e
I�u w.0 1.6 W J. an en
i yI\I� I � �:e Wa• ut ael a
' ./ Mn 011p ttR
j / I
LN4N)4'!] fm 0 3M1=,8L
g + nYwYa
t c1.•.i
nL1 P
jaj,(Ml stnx anw IC el / tv .n.",Ws �.LJnsr .•}I c I, u.e
,IMO Ot'Irwl L e.tr tt •.21 M_nP4l 111 �1�.�Si
1;.'Tta Hn 10� OW YIL w I
I M1j.n{ �w a )li 1p lr IM IiL �j li'Iw. •e.P
I IM{j1.1G �MIA•-N
1 _ a•s•stc �rwl a.el �w�� 1 n•sc we•oxs
`--1 M1A jat'NMleat la•t1 `i.. _
:'c raw twY
W urw[ r,ly nrrr . ar°
[•rra tra• r awa• Q +s
a.:�te crop uu•rl.[xt N.>. '�
I-c r..rt a•q
�t'e eiw qn
1 ' S.. x1�Yt� tRq Yaa ral,SSatHO $ -
•r , '....�._.__�_�_ .._ ___.i0•ELV�F"Z"LQZ�ENT--__----- ___T_�_..1_.�—.__—_ �1y _ —_ 7i
N tx Iral,tu a�w
rtv rnv S.W. 29 th ST
urC H!Sv.e.
N MMIEONTAL SCALE 1••40'
i
t
I
i
S W 29th ST
PLAN
LIN: AV[ SW S'.A
45+00 ♦6+00 46.01{9
� 00 1.00 2+00 3+00 4000 3t00 6+00 00 9+00
to
i ' _ .. _ Y•. .f' � xr weir •V i(. -—... _ _
- Me:•[ , twgtam,NarNr{t xmm tttmr•a _—_-____.—___..____. -
Jt 4 a ii na w S• xuw[t 4[l a• -
' C.ON R.• q•H CAM Y{ �
twtca.[o Nra [.w a{ eatss x- v.•wrrtu lelnr
L W 192
VERTICAL SCALE i••s' SW 29th ST. i LIND AVF_a_O_J CT WATER MAINS
i PROFILE __ _, .ram _ ;arm.____. ers�••+�_ .—
a
'M N't,Itt.1.I0 SY. llN to C rlc lYYnr,lU N.W.-._. -.. '•:ai CI tt1 N/.n r,!„ >HW 1
i 0.01WA (So ricr S.":.
a,l �i••,rL.x11 li• '.rf t, bq• r.L. 4.,.lr.
K YL+ILt,,e,I f1.MNf -.I•«•N\a,l}yI t-9'cl .\wt b/I
'N•.r10/Mx rC lYil a 4AY \�x-IiCl .tM lrll ••.\t. •L I i.VJ IrILx Y. fY'I" fw1, II:.iS"II IYI•ILI eIrt•t.Y
i•}\[1 •r .rr. 1•Y.",,I,1.P In.1,I MV•
t f�.i tr l• .W Ili.tier IY W.
r 1 YWCt11 rMrl \ , lrKtle NM' I'.K4t Y111[ ICI tY 'It I..' a
\{\1 '1:cr 0Wl Nli
e \\u1.v.So.)"
I —END— I PHASE II — START— ;IIIT..t I,.,
l. Y,a.«• Y
So !Y N.0•• -
it caw. a r Lor Ye r
i [ I »•L 1I'C [.m0 N.s.,IJI,I r
wrnwlte's nt:ea
.� \ I ..o • � t f � �I i
tfrw•e'R .— �� RR EASEMENT
LWD AVE EZT i
PLAN
--- - - - —"� �j RORISOMP•L SCALE•1--tOW
u•Vr• ,.. :.Lr• L,[rx.t• A•I l4t i ca�� MW{ I•nY f<. NN1W
`PI rc•..rc i\!nr r-_ s•• N•u,!_J \` WR•t•n[Ilawt
33.00 34.00 35-00 i6•tq 31•b0
I
36•00 79400 40,00 •I.00 42I00 03IOO •- M:
.__us_�.
w t t PP'
., _ « . Inv .I•o'
-- -------- — ---- --- — ---- -- — ; i
1
PHASE I I PHASE II l
as f ft afa r+.
VERTICAL SCALE 1'.S - - -
LIND AVE EXT
RE NT'ON
WEST IN E OF RIGHT OF WAY l!",
PROFILE Atz.>1 L[rf .. WATER MAIUB
^1ECT
Sol SO
U 3tatl. �.
f�+T�� • .ati,
- -
-- .. -- ----- --
ef!rftr peY rll a.l•K. eHre �r1•'cr r
.. .. i 1�x-r{'U N.uY tat y I E r•a-. !�•µM.�vK Y rea.Ia..tn tx.r# -_ - 1
so. .0sla-r.• I Ix.•Rw. .aw re.n. n. x .I •.r^!.g •.` w y 4 ,
L.: �:i�... . \N I ..� r 1 1 frwc Rwr v r..ar .... 4 .'i'i�-'. :•Y 'T I.
4{ r s wr. nw spr DM,'.
I i �ttr{ R Ym' % \1 � /// �' / ,x r .�• u..r N .� I.
-T' t f , LIND AVE S W ' ;
I
or
• • ! ! • Y i _� f I ' N[ NIY Ylq \ '1
�i ettifesm wu an M.ae • I I a —.---
e'er
a•u.nw wn 1 s ',. ' •� 1. -•...�� _ ! 30' RAIL 4OA0 EASEMENT, tr i
asam n•! we•.ar /� C t r_"" '_—` •--. —_ -�.__- _
♦ 4
N^KII. vox N4L K, xww 'yx '!a �li. �' fo' _a 'Y\.c rr .u.n. n.•o •
"`,' i/�• �''1�` erf•e brtr r r.vs, Z ttI {[{ ` f"•v nlw- tf.acr nr W.ru f�. Do•eD._.. L.�VVA11C / J N ( +� 5 ,. .—.._f'.D'rq.t is _ • feI K. t,
fa , ,r few. � --e•Fs•lr.aal _
tw Wal wn / ! Wa I w • W Iv r' l� ,ltf cr •r fC. e'arO qY av0 Pn rlr\a_ • '� 1
4 N• - c r a 3. ygr r)e 15 ,. L aMMA u n C.A. c
e sul xeY t"11w, ••y •xY r.w oq I _
r ro fn . ._— � r tY[F.{ vnT 1
" ��_— es.Yp t-�i cr
�3'!r WYIi � j � r �a re•a.x-l,a I I.I . '�`a; E
s.
!-D Kta W wlN SIW --mum �
1 I )- grlr.x wgarMV \ f
N' l INl,eee ie N• F. / MCwMef f,e� dZ
l•lMD Rrl,r r.Mwt W !C� wr e:l.Pr< a..faW
NOT(•w(!T[RLT 40' 0/ LrND AVE !r A/w
f4011 l.r. Iixalr io SEATT •c toys .•'(,Yl.. ..,. 1 LIND AVE EXT
L[ WATER NMN R/r I suw[rerseNp•e •k•Fe ty,i.ar r.t•.arRf Y xTar.c rWlrt tr,t�
RIGHT OF WAY PLAN Mr-9m Y.ees
to NDRIZONTAL 3OALE•P.4W
It-OD 23s00 24r00 E5•00 EOf00 27•pp 2O.00 '
29400 30f00 llioo
u1+00 33-00
to
------------
I YaelY [YT •/► %� __—,dlLL1l9YL—L�-rtY#.—
a _ _ Y•re D r 'TQ..It. Yre I
! p' I [. q•fw•Mr•w9 w1{uwe _�j�� � � •,D +.tDta•.a .e YY[ •(lT b•---------------------
T .1. #t Wrr.,
#Rqf (D' CpC IMl.rl.Rl rK.p � 'i
•111I ..tr. ..rye qrt, 1x1r1•[ � 7 ; ...
-. D,kry
! yOr[ rrrl try.ilD re !l1 .Ir O! i
/ � M1M01 .-• OJyfa 4. .]V
btrr S(liflf .11ry. r
I`- K0, MW reµ rK.,ID Ovtll
YRlll alq• ertF re Y1l, )i f
' YR Ya(,KY•(0,YlY fl[4 r,M ; � � eDt•DY klI l•l FDr! YrlrrYn.1 t,
Wl I, C•.wN. •il♦ M tOOtlµD Mr9e
r• D C.NYI t9 N lM1D "S,,' .,,I. I r0
IFRYM1.T,rte I -u PI-enK a•n ." .\
l y iw otx' Du rcerr 3�.`r _
I + VERTICAL SCAL111'e3' '• "'0 lfao<o[ Cti� - •�
kti= LtND AVE. EXT h ,
I({�% LIND AVE
R!GHT OF WAY PROFILE -- __ _ _ PRS EN 4,-tR MA:yg
3 y fe. rC. coke, Iw),I,A G.Ta
-_ -_ f IM.'tx.rtt tNaanl.ln la.M }--{tat a tftuoI w [p[I.lTa wNO a w.RaNM u p
)a•tv.n." 1 f1S e. Rw�[41 a
RW IGNI , . �r•[r�w tGN•RL•Ra.N•s �L • (+l, a.N M
P M'. t•r C 1 • N'cw patio NO,
G I "OIL 0.,Nrt,GNYM I I - i �j :1all
�i'� \: �'•a a a i `� ,.J:....`
LIND AV S W.
1 i
to
1 • a y I I• I • y • Z
1 x c ezwsa[aN an w.p k,
{j( al IRn•m low Io.+vl j/// sus Pp,V , vWU /
( rT M .NA�f I.C, '"le 1.Om Nan.t.N.n.qN! % �n,z'I ..w wl
aT. T•w I.C�CWIGIW.YN GiI IN." xi ia•C•
f•].p .r t Y Y.YGI� Pa:.PJ ,'. .r..pn,n. q.N aT q' r-�--- z\ cY 1. �t[ NI.Rf ff..[all,"IT
'•a
reTso atR.v r.wT �; lrnyNNa a,c .ae.•�. a*. loa+e
n r:o.Rr alt)p. [.arlRT R[R Gat.ak.
I Ixro.mt �i
I-ram c. Rue un
.oacaLl .1 ,rat bJ..Gl,an n•ao� .
�4'a.R, a.Cvl .1.an �I.aa i-. �.L: i-i1- � �.!_.i.l +'c• q�.NbO f,
P-10 moo oln, Y ..uG, ... .. L ..oat..
CHANNEL NONIIONTAL SCALE 1'•40• —x—�
i
( -,In a.N.r .w.Ya LIND AVE EXT, MOTU WESTERLY •O' Of :INO .VI SW R/W NOT .pU1R ED '
a•M EAST RIGHT OF WAY PLAN FROM 3 IN IlkST TO UATTLE WATER MAIN R[AltaJa
23 '
N+CO t•00 MOD 14+00 IE+00 IE600 I7.00 i4+00 N+00 20.00 91+00
-7 __ r•ut a,nr.ut a .load -
� u .
IS a[Gr
1 _ __
41
- N Ott -
Y...• I 11
II av
to •e n Latta. 1 ` -+ a�Y L-�Nno .1.9
1
I 1
POW •-• l }
Gw..[l x G; iNr llOb Nq•
` ) rr Gar fTO.Y f[Ra ,a r,rl
1 1 b.w MC. Fw e
1 aaTTY [L[ )`a '1./ MV .I 10 [a1 .a.at
Ji{ wLocau 1 :7
r
na,; "It.... ..- e. ...a VERTICAL SCALE, 1'.E'
I -+ � ', O, HI NTON
1_IND AVE EY -. w .92
LIND AVE S WATER MAINS
' - EAST RIGHT OF WAY PROFILE _ PROJECT
. . N . a,wawa......
PHASE I - START - twit sutNNRa alit 94*E v All tNi1! -�w♦U'Nis 14l w:,ira NN
`scot" CONSTRUCTION STA 0-IT l , y \ a'i I. .AWi MA
��` I; a / w•li CislYt wl,Ta :.ro ..r• ti.
STA 0 00 1 \ ^��.' �_• \ i -
M
•
r� I
x I LIND AVE S.W. •--�-.Y.— _,____,—; �
AUa=Auc*ui r,vf nw!i AI •Ant T n r
_.r--_ _ try _ -t � s_--1•--�- ! � �_- _ ` —_ Y
_ rY c. Pfulw• wl, ira m.r [..sn.c
ITiv l•LI tTa O.is w"•i:r rIt 1011.1'I,an a.., `Nli C r rR lwrRr,tTa NM w.r C,M
'��' • �^it-IYO r MR[C,..r i Oaft r.avtlquq IY1R I•Ity( Ih.W I vs. IR•M `
I'j IY vw..r YCI RVG IY.I rGr .C'M !w1 \C.p yl
'�. ;.N CI ntu.u. H4lNVn.1.1L O.a rV.Vq qIR n.Ou.r fYCVi[ Naa POIIYIr aYCY4 aw.gRaRl
I. f
VI 1.0 ..Il., a.. .t.
N .a+r .w.w- 01 w.[ rw•I
t t' rf a us. a { 'Z -S i
I'r �I �^ NORr:OVT1L 7CALE I'�10'
{
I. LINO AVE EX'r
� _ror m
EAST RIGHT OF WAY PLAN
Af a
25 '
0.00 1.00 2.00 3.00 4.00 0.00 $.0o 1,00 6+00 0400 10.00
I
to
_`
FoY
I
C
wriuf( �� —_ _ I i c ■ _
_�.• "wm Y.I, yov ` cam ~�Tr
10 r
I � 1
6 i 1
ti
VENTICAL lCAIE i'•]' -�
al
0 "�: r— C ' Y OF R^"TON
M,. I orl.x-u.• c• •uR rt.rc ol•wf
LIND AVE EXT '`""' W- 192
- I LINO AVE.S. WATER MAIMS
EAST RIGHT OF WAY PROFILE y�-^----��- ,_ PROJECT
r
r
e-
Ed. �Zfw .+e Ya«. .•.• wrr FRAM[ EORARDS JA i fs f� 9I I FORYOST d"ESSON,INC —` a-I__ j�` •— .. a
... w.. wry 3 •...r_ . a. , N II .
k •,: M aTav a tisEAr. �nrt fa a r t I ; ��
�____�_.� { ' -P. __. __ t .. e.+b lT PAa.ON tr! AFRa• \+ � O �
.� c
w•a r E •� _ AILi OIL CORF. CITY OF RE*TO*\Zt
-
R-)f N Yltw Cw TTa LRM H o1 1p'n CY I YM'.H MCw [r ft. +
Nra.rt Yl4 hn� I i 3 N W-m !A'. q'..cr C+Y tq •fao. 3 '+ 1 j
.. . ♦ .�; + , � v \ ,•. "w se.• w.. � -a` _ TN[ AUSTIN DD i ,4
N _ E.•• .: • 4rr �
T
t i
YOML OIL CORP OIT YRC PIPE L+Nf CO 1
1 I GLACIER PARK INC
I
.n. .r lea,
+ 'n• '
twwur•
/w� • asw•ti _ I t
Is'rwa tYr; re au rcw•W.45.7♦," �. ', I it .
I f+R af•.ro A
I � fa'•N.wC. tr s•• aaa� v••
iL
LIN OVE S W 'i Ji,•.� _�
a
O� -ER RL k -iN� '' R
1
e
' N
_a rr rrw,•r••n•r unaer. GOLDEN GRAIN MACARONI C9
PHASE I PHASE I Z } H
w
I �—.Y +•++. •.rr.. � TYPICAL ROADWAY B DITCH
� I o�swan wr••_ 1•- a' �-«i X-SECTION
43,10 nu
SCALE 1'. ADO'
9a\`gip
w.E! Ya,• z�+ ��. .T• CT'tR
FAST -.1rq 7� ' HIGHWAY
' :� -1..:'s u� .Re n tr r-n-• DRAINAGE STRUCTURES
9 ROADWAY .
woer wR.Rur „aou.roN . . Rf.VnR a raa CITY OF R E N T O K
ov.wtrtrR or tYo.riKRlre
W-1Y2
LIND AVE S W "TER MAIM$ IROJ"f
f� f•.-Y SW IRR ST I. Ert V
It R
.aete'
I LINO AVE. S W
+ / i EMBANKMENT TYPE I wsg«- —•.------ t••^T u
x-srcnoN —
/ _ _ y'------ 1. FROM ESi I+MI TO ilf» / JUIt" at•law r
ea• .aa j ��.t .,r ..! 1 I
1
ftoLAP
•wr i. —.tR1._-f!!tt ae ue m• ` i �r at T ax \ a I 1
EMBANKMENT TYPE 4 i
FROM STA/ —•i—
A.62 I! 70 KfR/t
LIND AVE S W I + / .M19E a
y i
HORIZONTAL SCALE -I••tO' ;
R cEM.y1l g,L Yr
VERTICAL SOLE•i••y' I ;
�ul.a«««N n dr.uw
t
t ; N1N>�➢iTL __ICL< \�\,� A 1 I rayg_tuep«RNs
/ _ l EMBANKMENT TYPE 5
/ l EMBANKMENT TYPE 2 t.SECT R
FRAM
/ tl ///�M----1E—•--_{ ROM STIR IINt TO EO.00 ' l\ \ I FIRM STA OfOO TO 13+•N
P !TA / /.
PHASE 7 � �' r� Y � � P� - \l 'ARAM II
I/' e. •�.1 .. aIt«o ow na. / Mt •«r .�t oa� t l
I 1 l
_— JII� 5 a..oe . - •�!.�pf� E[ �y�,ppl�� P ;alb _ I
+ R S x�q Wra
1CCIN LIND AVE SW a.},•NOT f.fl Yl«T .Mf•f tWRP.a
SW 29th ST
I � i
-i.Llt-R7P_ i 1
+• h _•11
' I' �— I \ I • 1. CIM„Y W•nY14 A.11.r 1 J.r.iV lY.FP..1
' __ aww, RMP.eI a_ ta[ wOJ \ I d- IN�1 11 W,Ty.r.a n•.•. W•.....e•rl
__ —� a\ 1 tN _ -- • M rY b • W raft P.4 ..•o..0
1 n a.a..ti..r iti�wl.rmHl wu w...IwW.
\`\ � EMBANKMENT TYPE 3 a ' P, R.r«.a-a all.rla.r: Hnn n.•.wl..sH. `�I FROM SECTION
w.a..erl.rt nw wuwnra..aw N...a `.
d- t\\ ( FROM 5T420+T0 [O 3t.623
I PHASE S s w.•..na
'{fA\)1 •. .y.. 1.rrlr,.a..••r.�r r\M.THEM MIM.NM (.
w.T I YI..2OD �/ r .1 Wa1�•4 M•.M. A... 11+l.Iwr Fln'— \ I _ Ln a lam.p.W .aw.1a.M1r...w
\\\\\\\L. NNNMMM a. "'� ••n«,4.rarer 1.....•. •r.. wu EMBANKMENT/ FILL CETAIL$
• a _ ,•WW/r a«.r 11 WII p VY M ISJiI l
•• Y.,..n r M.f l...,a4 1ps.h..ar. --
I CITY Of RENTON
n.rw "Ana" rr
oo.RTwt.W 1 awslw[[wuw
I I ? n EMBANKMENT DETAILS _I
C TYPICAL X-SECTIONS
L LINO AVE 5 W WATER MAINS
LINO AVE SW PROJECT
.e. .w�. w ♦rw •n•
t
Ewr.xr Y+n• .,.rr\ INANN ECNAA08 IN Y. ,.X.H ! r`@ !f ,•.•nw fOa POST YeKF:yON,INC
( I EMBANKMENT
TYPE 2
BIND AVE. S w
li'• —�
w al coax � �
I OTT OF Af NTON
a N - :
!— TYPE i 3
THE AVSTIN CO_
"
... a I
EY4MIIr[Mtrnero.,e�.,,,. sY rowT
spwo� I \ EYB aMENT
SEATTLE Y.wx•, Y,A n..K
YAM . n. nx•w Y I I •ao I
AINB B ' •n
+,
MOBIL OIL LOAF ( OUYHC FDEUNf CO
' •_ GL Ar1ER PARK INC
I i
TYPE
1 EMBANKMENT TYPE 3 y • ����N�•X
EMBANAYEAT • �E•
� y
f � B � L � ,• 13 I
.. `. . ..z LIN AVE S W
1
" B .. .
GLACIER PARK INC. o
TYPE B
[rBLNAYENT •• •, •• � H
1
`�.-15 ,•X•,,r.X•,<m u,...� 6010EN GRAIN MACARONI Cl) ! I;
1 PHASE I PHASE I 4x�
r "
e
_aY bMY
EMBANKMENT TYPES
V REFER TO CROSS SECTIOI,:.L
-- PROFILES, SEE SHEET 6
�� _ r •^•• ,•••• FOR TYPICAL CR>SS SECTIONS
m ,p4pA SCALE 1•• 100'
\r �
EAST..yALLEy HIGHWAY
u+-n a. r.n-.�"'-��-� E-_-+===v _- ___�_�-• Y 5.. wn-, EMBANKMENT / Fill DETAILS
r�E¢$.) •,� I CITY OF NEKTON
I y't'Tl BA..1.1", a, tYA.NKaA.He
1V •7l t.�.� Y_1
9
— LIND AYE 8 N NLTG YL'*: ' T
Ifte
hM SW MN ST. ,5 E4H .K. YK
FORMOST Mtx ESSON,INC NI fr
it- t �\ ,.. w s.w• .. ..,.� rR\Mx LDw\RO! JR
\ . •,. ..«.� �r �� 3' ..x.n .. ... . I r I
! • 1
g It l'
I
( .•w w.+« I � I i �� W_f OIL CDR► N ', CITY OF RENTON i
31 SCHEDULE I
If - l'L N w�•e dH r THE AISTIM r.0 I
IS,CH RULE 1 •� ' "
1
' 4041 OIL CORP Oli 4v1� PIPELINE CO I I
GLACIER PARR INC
1 i
SCHEDULE
j 6A 8 6B
SCHEDULE 3A 8 38
{I�
" SCHEDULE - I 3
�I ` � _ _._ ___._.-�—__ _ _•.fa.ntROIA L�KR.R! __� __ \-_' 1
SCHEDULE 4 ----iINS 'IL +
I i LM •AVE S W 'I
1 GLACIER ►Awx INC. •"••• A
1 L.
GOLDEN GRAIN v\CAROMI CO '•• n.en �N
PHASE I PHASE I
i R
SCHEDULE 2A a 28
1_3 0.♦... uw•ev
I �
I I ,
S"'—Z
SCALE 1••100'
FA;T_.�♦a1L1`_i WAY
a.o. �, n .Y • - - rm�.'� t'✓ - ' ___�_✓` .� *�' u-w-. p•, BID SCHEDULE INDEX
CITY Of►ENTON
t
91..1.T Yl Mt O. INOIHtRI.II..
w 19
LIMO AVE Sw WATER MANS ►IWJ[h'
} Few SN IETSr Ie Ewr
I
------------------------------
f 4{! .. m x .ar n.• FRANK EDWAROS ift .«+. ( Sr .Js� FUA POST YCRE940N INC :y'._
L-_ \. 1
AYE. S W \
ITT. - - w ; - - --- - -- - _ � y
A. n SHffE NO IO - SHEET No
.•: S a` OMLF OIL OA►. N pTY OF RENTON 0. SHEET NO { _ _
5 ! THE AUSTIN CO I I �
�� �•• « t SHEET K HI
( . •� 5•EEi NO 15
i MOJ•L OIL tORF ppEUNr CO
{LAC'ER PAR. INC !. 1
1 t �
4
• I SNEET NO 12 \
I
/ A
•
17
LINVE
` YIAQEA PARK INC. •• T•. x.uo ywECT NO 11 A t.
' SHEET NO IO ...•..wr
GOLOLN GRgIN MACARONI CO �3
PHASE E PHASE [
�I / MEET NO 11
t / SCALE I•• r00
f I
EAST IGHWAY
MAP
...... ,.. xw.��. E?tR'tYSL__—' �_ !• �. ,. .alb.
CITY OF REAlTON 1
• O[I.RTY[NT 01 {NOIHp IIRO
vacL'mc A MANS PROY•CT
I FM SY 'AM ST /! EMIR Y{1161
LIND AVENUE W-192
1 :
V y G � yl I N
I• I ' � � fr
Y W I Q I
_ 3 1
k 4
a
■
i
i
I�---
I
V, rir.•n`"" �` /� '. „"" `� I r+rM:.e � .la-•1_rz�r��)i
..r l
+• � "_'sue-1 t;r.. -� �,��'L'.0 �,` � '"':'�— 1 4.. 1 '.
YI
XM
Ni���
.-1M 4�1'?I�NIwo-
✓.�'�,�li. , . ,. a sa '�" '
ttt
rw.i •` � Vim - � ��1'�{'►.a ��MNY�� _. y9.a � � E� `�"f� '+
U S-OCPARTMENT OF AGRICULTURE -- —
504 ,oNSEpvnnaN sEprcE PRELIMINARY PLANS DtrE
EAST GREEN RIVER WATERSHED KING COUNTY WASHINGTON
+C:STMG lcC6l SupN50RiNG GGENOES etwv j
_. P-9 CHANNEL
■
I I. SECONDARY ARTERIAL
A COMMUNITY ARTERIAL I
DESIGN VOLUME 3,000 TO 1 l"al PI'D
r
j
gr rain.
5' min. yY' win.. YR- desirable fd Y lanes with Curb G. min
with cureI am.
6' mon �• min gD" des.rLlte Ior Y lanes --- IdH J.
.'a
shoulder w�M aedrar, turning IaM w,th dltO.,in ditcn RIGRT4f41alr (4 lanes) section
section dO' arn,rY. RC' restorable for curt, seet!as
_ 72' ern'". 9G' desirable fa drlcn sect pan
Rtc"T-M-ov (R lanes with eadran turning lane 1
nr a nieso. !ID' desirable fa arb $atom
04, rummer. IGO' desirable fee ditch Sadler:
• ayrµ..Iial .NV. 'I ... ', " raw cnM,noss .""t
Function , . . It, collect and distrihute traffic from higher type arterial highways to less important streels, or
10 dne.d} to vaf!ic dntinatium:to sal Je traffic from neighbo,hood Ira suchtaslal a mmun ry sho ng area`high
mental and industrial areas:and to serve secundh �?od s�lsopping area major park. golf course. imP4u I`m
school, :onrnunity center. athletic field, 6
grouping of churches. muhiple residence area, concentration of ut(Kes or :Imi;s, major private recreation
(a..diry and large hospital.
m
- , additional width a required. Slope ""ten is es occcvu"
Right o[ Way WAth . . . GO' minimu
' (increased fat 3 or 4 lanes by limitations on curb usage)
Moving lanes .
Access Conditions Inlersel l"IN m wade with direct ac-Tss to adjacent prorcr ".
Traffic Features . . . Parking restricted as necessary. Over IO.OIA) VPD, left turn lanes at major mtersect:r,ns.
Median turning lame desirable in commercial, industrial, and high density residtmial areas. Trs((l, signals as
pes'ices, P
warranted by the t)niform Mamml our Traffic Control Pedestrian crossings at grade.
Ids
Ol
Planning Feafnres . . . Generally located on oeighborbood boundaries, Ma) he located within netghbm allic
lots
o,tied
served sonly hould havers;to pro 'ids ad m ate traffic gsoe'
dcstinat~n within the subjealeommunitym ncighhcrhoods, 1'ntia
ori
III-8
r
I
�� lI
I I. SECONDARY ARTERIAL V
B COMMUNITY ARTERIAL II
DESIGN VOLUME 1,5W TO 1n,raal VPD
i+ I
in V won. r ' alit
i 10' win. 7V' minimum 10' min. : •
5' nin,
8' win. aY' Minimum e Min. 6' of
I
60' mmoism, 75' desirable ri t-of-waY
81 min. shoulder widthlunder 8000 YPO-1986 open uraina8e
' 72' winimum. 90' desirable right-of-way with ditch section I
t
Fmnetlos . . . T.r collect and distribute traffic from higher type arteriil highways to Its important streets,or
directly to traffic destinations;to serve trefftc from neighborhood to neighborhood within a community;com 1
mercial and industrial areas; and to serve secondary traffic generators such as a community shopping area,
high school. cur nnunity center, athletic field. neighborhood shopping area, major park,golf course.important i
groupie* of churJus, multiple residence area, cwncertrauon of offices or clinics, major private recreation
lasibfy, and large hospi=al
kight - of - Way Width . . . 60' minimum, additional width as required. Slope easements as necessary.
Moving Lanus . . . 2 linueased to 3 or 4 fines by limitations on curb usage). Over 5.000 VPO. 2 or 4 lanes
with left tum lane es iccessary.
Access Cc riditions . . . Intersections at grade w uk direct access to adjacent property.
Traffic l nature, . . . Pa-iung restricted, as mceswpy. Trafftc signals as warranted by the Uniform Manual for
Traffic Conl,ul lk�hes. Median turning lane desirable it, cmumercial, industrial, and high-densuy r:sidential
areas. Pedestrian crossing; at grade.
I'
PWaning features . . .Generally Itmated on neighborhood boundaries.May be fixated within neighborhoods only
when necessary to provide ade4true service to traffic generators located within neighborhoods. Traffic served
should have either an origin or a destinauun within the sable,t community.
I
ill -9
I
LIND AVENUE W-192
MCI
- - -Weather. . .,
r '
-- daY date
P \'
t
1
_ SIGN:
---"' I All mtne mada n. arson eiS:�e.. oWve�
011lllU'la'! iedia'a d Jw n!�t� 51;MLIYp t
I All mines made h, xenon qV,, sbovs tnkn _
-- eth"Wit! MdiC A*d oy other sW$atuR 6dW"*
Weather: �
day �'Ptit
-----------------
b}
i
SIGN:
i
All —tries made by De.a signed above mj m
G Mnsve ivAka%ed b7 other sijnspue &4juv t _
T S
Weather:
—� daY date
i
SIG\:
` All enttiei. mad. -:+,d ab
othlta'SA` izd�r.' r of .;
.�aP]'r adiaeen:
� W Entry.
Bather:
_ SIGN:
—.— All eatrtes made hr person sword Mw +mW=
-- otheniae indicated by other smpatiae adjaamt
_ to
-� Weather:
SIGN
-- —"1 rien madr Ly �., _ _-- - In
4
LNar.— OP
f m.y.
r
n l
_ SIGN:
All entries made by pw used abxn nnlcu
other md"ted by oUwr agate aAWa t
12 to
Veather:
.-- — day
-------------
_ SIGN:
AL mtries made by Peeeon sieved above Wes
otbem,w indicated by other aigmrt 24*m t
lip iD
day + doh
SIGN
wtiha ma& by pence nsned abe w%km
otbervlse Indicated by otb+ vxml use **juw a
-- Weather. -
day
t'
SIGN:
All 7:- made It
'— Mherwife indtcaA•.+ ,mt
10 W entry.
�—_ day i date---
-
-
SIGN:
_- ---- - A8 MUSH was b ►Q ■bm, m lq
_� . ... oumwwue bdaWW b7 *am Ott sdwa t
�— data
It
SIGN:
All mtri m made by pet,o.. a4ned abot< tnitb
utherw htdhated by other vtmature adja t
--- to MWY
-- — _ Weather: _ c S,
day date —�
SIGN:
All en-ries made by person s:aned above unleo
._f - ctt en w indicated b7 other -gn-ture adja t
Weather_ ' tin - ' .
day date
'acre, l'_ t
`rr,
l i VA L
-- SIGN:
- — --- All entries made by pers,w signed above uniasa
— -- otherwim inliuted by other signature ad;acmt
Aft
{
SIGN:
/ All entries made by person sign#'. above ndeas
otherwise indicated by other argnattue adjaent
.sill. 31 to entry.
--
-- - " ---- date f
i
---------- -
SIGN:
.!d eatrks made by t'erssn sltaed w0
othe w Mdlnted by otbor aipaturr aMl #
:40 to entry.
Veather:
aHy —j aste
1
SIGN:
_ -
-- other. :"ieaten nr mdjae t
qq tr r_
-__ __.--------' Bather'
te
{
SIGN:
----- __/ All entries made by Person „nlcae
otherwise indicated by other -:aces.
28 to rntrc
. �,.
i.
OWN
t
_ SIGN:
All entrlm made by person siined abv »
c¢beM indicated b7 other aiputu adj mm
27 to entry.
,a
-------------
- SIGN:
— - _ All entries made by person Swwd above tmleas
oNemm indicated by other sipytuR apj t
w entry.
day date
I
M
--- SIGN:
—/ All entries made by person sttQed above via
otherwise indicated be other siputve adjaeaat
�i �_— 25 to entry.
-- -----
weather-C�
aas date
z _
— _ SIGN:
-- Ai, e-Hr4x mrde by jw tip+M a!•+ct +rJ.t
otbemm m•ix4ted by olfirt ^;..z1,;te +dj,~
Z4 i, entry
— ---- wea :
- -�
SIGN:
M estrus male Dy pet+on ugwd &bo Wars
othrrvirm tndiwted D other
to entry. y •iNe.,ue ed)aaaet
a'
-- —'_-------� —� `--far —
— 1lG
f -
A "C-A r
—� SIGN:
—� — All Mtn" made by person signed =bone t,.b.
-- otherwise i Ad ated b. other ,signature aAjappt
—� 22 1 a
— — Weather: .y
day date
SIGN:
-- All eatnes made by perrw, aimed aboce mleaa
otherwise irdicaW by other a:&eatL,a adjaeml
to enby.
.— ------ — weather:
— _ c
day date--
-� AA . W
-----------------
SIGN
--- —'—'�- All entries made bS lvn signed above =leas
otherwise indicated by other siSn ttuelow ed}aeeni
_ 20 to entry.
loan
Viggo
�_ rather:
I `asy -
-� t .
-- —-----------
— T
Tt - 1
Ail mteiea made b>• p"r n signed above unles
-- -- -- — othemiw indicated by oth" dj.,M
._—� 14 W el try.
:: y 4 1 we-Alr*�,
-----------------
dal dam_.-_
SIGN:
All entries made by person signed abnve untess
otherwise indicated by other signature adjacent
_�--- 43 to entry.
1 �.
dafe
age
SIGN:
All —td- made by Deraeo aittned above noiese
-- otherwise indinted b7 otkK etwa:vre adlaaat
t' to mtra.
_ --- % gather.
- - --
SIGN:
All entries made b7 h^ ...,coed a�oae`Yu
Otherwise indicated F: ,.y-naturr adjetent
41 to entry.
7- a
L 4
' E�O
n
f t�L
� I (/y°✓i...:->.',. / .r•. / ,- 'few•/ r � ,
�� 1../.J� �/i'(.4- -C....LC.�Gt,f-' F.2./t ' .! • _ " . ✓d .3 Fr�l�._. _...
iz ^
s
_� i`Lr ,�, •^•,- f' :� e. " r ...., � '-' , ,.,:/G• ,,:� 6..ifs!", ..l��/N/'/� �Y r..." ��'
.f
ri t
✓ // r
Y"
I � I
� I I
I ,
I �
p
`f 1
pat
day
—�i
----�---"� _ rAll mtrxa made bl Pew vPJ'ed alwye un}ms
otturwi% indicated bl otb� s'P"aturc xU+Rnt
a '
V
day date
L'.
e�
SIGN:
----
Ail rnMes made by Few willood aMrr unless
Awk ot:ur m indicated.by other signature ad;aeeot
_- - -
r dllly
wool
—_--- _
SIGN:
—�� Ali cot: i toady h7 pft a Agn d shoes oaken
ou.r' ar hubliaNd by other avWt sdj�t
, R
— — , K
--
— n
--_—
�a
—r
r
` SIGN:
—�-� All entries made b) pericn m9ned above unieas
o berwix indicated by other $Wxture adjac it
to snit .
...,.. .__ . v .•. ....._. .. �.y..a..
AW
entry.
teat
---�_ _'—�- --- T'o
�1L_ _
26.
Id
--� T
Lmbm
------------
di
r
dal da ---..
-- i
SIGN:
`"•a•. — All mtrbes made by pommm signed above bless
otherwise hidlrated by othn' sigmbse, adiaa®t
N
SIGN:
A11 en r e� mane by person llgn i eMrja�
. . i,:.•, n.,
-" iaMtl
*P_ather:
Ag-
------------
� e
SIG—:
Ail entries made by person signed abmm tn�lea
—- otherwise indicated by other signature adiaeent
to entry.
date
- j
- ----- -
- -_ SIGN:
All entries made by t�er+on aitQud above t.nlea�
otherwise ,.- tcd Cy on uRreafure adjacent
to —07.
._._,.�_.............
_ -
- sicx:
AR mtdu mwM by peracp riltwd above mless
to tadiUNad b7 other ngna adja t
SIGN:
�'----- All entries made by person signed above unless
otherwise indlr ted by other slptature adjacent
55 to entry.
: t
a-
--- day I date
-------------
Y _
s
{ -
- _ SIGN:
All rnlri" made by pen signed aboje unless
otherwise indicated by other signature adjacent
$q to entry.
aar date �—
r --
1
F
SIGN:
All entries made by person signed above woes,
othem m indicated by other signature edjacmt
53 to entry.
- ' ,, Bather: �; � �... d- �t'�_��: _ -T'u�- 4 — : � • 7 S
day Cate
_ 1 4 411i
-_ P 1Ag9- -r
, t .
-----------------
-------------------------
-------------
SIGN:
All entries made perano
signed
othemw indwated by other signature enc ir...,....- 52 to entry.
__ aed�mtra�tw ,;;ar,
a.Y a.ee
NA '4d@
ELIA5E Z' A , nPi�Fcpc [7
- ---------- —
�_
—
-- —
SIGN:
— —
All entries made by W'�o igned ahoae unlea
othetwtse indicated by other sjgnatu adjacent
yI to entry.
i_ /eather: C C at -
daY ate
F.
-_I
ck 7-
L T'
r _
---_—r-
— SIGN:
�— - All entrim made by
person signed above unless
entry. Indicated by other vc m
. ature adjaat
to
.� to envy.
3
v t
- ICI
may date
ACL pt,? Cy .. r ,_
r� -rz.. n 4 _ s --
�t
f —
r
i
SIGN;
'--' �'--- All entries made by person s,gned above ;minu
-._. otherwise irdicated by other signature adiaeent
-_ �9 to entry.
-_7�7_
daY date
.1 IA P t'
SIGN:
- All entries made D y Dt'toth sign urr a laoent
otAe t y. Indlytad by other Siputure adjacent
48 to entry.
i t
t
day I -ate'•.=—
—� tA
—— — SIGN:
All entries rtwde by Pennon signed above unless
otherwise 47 to en indicated by other siputwe WJacmit
� try_
} 6
a
E
Weather. _
day �—
5r —
_ Cusp
t
Ali MtFl" made by Veen v`ned bore un!es
othemix indicated by other PiMt tur ad)a ettt
,16 to entry.
i�
�—
Weather:
day
r
�-------.•-� .�� SIGN:
made by pert+n signed above m.lean
xr
otherv•ise indicated by other s4natum adja¢eat
to entry.
L
---�
d" dam
---- -
IU i
J
i _ Cl� {
__� tibLE
--- --- - SIGN:
made by person si`ned aba►a unim
.. .-- otbeevise btdicated by otber uFmtW# &djoa of
44 to wtq.
3. Furnish 'nformetiou as roqulred, ylntaiainq an
)ifirmative actlun file detailing its efforts, with data:.
-o meat its caaitmentn under Executive Or:vr 11266.
All data and documentation generated as a result of this
Affirmative Action Program shall he made available to .,n,,
Federal or state naencv fo, thui ravie upon reouont.
GRIEVANCE !,ROCEDURES
:'he §:, of the Affirmativo .icclon Prograt, depande largely
o.' the attitude oI the community as ,ull Le the �eaployeo. Opinio:,as to what constitutes fair and equal opportunity and treatment
may vary widely and grievances may result. The following steps
'hall be taken immediately for any grievance arising from the
.. imole.nentation of this Program so an to maintain the beet possibl'_
.vaPloyse-sunciv or and city-communx,:, -elatfonnhipe)
., A. The employee shall b.inq her/his grievance to .he atterr
tic" of ,nr/hi■ i-reGate supervisor or department head,i,r•estigat) as necessa who will
ry to determine the cause of the c sad aor :.;;n the employee to effect omplaint
an equitable solution Ever—
of ,r. Shall be made to resolve the difficulty et this level
0. At "0 OPtian Of -tLhe. party. :be services of the Equal
Opportunity Oif'cer nay be requested. The Equal Opportunity Officer
shall interview posh parties, conduct additional investigation as
necessary, and recommend appropriate correcr-.vo ,VtiOn and settle"ment conditions.
C. in the, e.n. shz_ ,.:u ual agraersenr c.nno_ ba achieved
:,nd binding rerclutfon is required by the city 4PAiniatration,
_+rgned statements detailing the grievance and specific Cnvestig,:.•
_,ve action shall ie obtained by the Equal Opportunity Officer
.rom the employee and his supervisor. The Equal Opportunity
Officer may drat, upon sir resources at his disposal both internali•
nod those external to the City to arrive at recommended corrective
actic.n and settlement conditions. The Equal Opportunity Officer
ihali forward these statements along with his own investigation
-sport and recommendations •:o the Mayor's Off!ca for resolution.
i'ho :"ayor• m))y elect as doomed necessary and as circuu-
rtances So dictate to refer the grievance to a special arbitratia..
committee. (This committee shall be Selected from among City
ennloyess and consiat of an equal number of manayement and scaf,
p� personnel.) The Equal O"Dortunity Officer and those directly
R involved in the grievance shall not be voting members of this
f c0m7ittee. Procfedin s of the comittee
C "heir decision shall be final and binding&subject hall be to jilt,
by the State Raman Rights commission or through the )udicial
system. All reports, decisions, and other documentation goner.::_,,,
oy the grievance procedure shall be maintained t;y the vqua'.
Oppartur.i ty Officer ❑e : matter of permanent record.
d
GUIDELINE£ "02 'IP`OR11•Y :ND :EA kLE `.NPLOMeNY
'air Pracc!ces and equal opportunity within City Se fully realized until oov_:,seem zanno.
-ethnic -minorities currently equitable Rentoneareaator%ion force
comer am �
reflected in the City's employ force arc
t
10 determine .he area and City work ::once pro.ila. au: C!cy 0.
Benton shall undertake the action outlined in sectl.on A and D
E : below. As Inequities are identified, correce:'ve measuron '.111,
`nitlated as es-ablishod in section C.
Determine the Winori,y anti ieraal,, ?ru:iia 'thin tS,
roa idQ.e0g)Pym.;nt ,•.rg,t in •h ich the ma)ority 0,' ccrrent lmptovo•;.
i
.jumbo: o'' ..dno- ..?,r )a • ..bp'c yrOuP
Coner:tizea location o1 each wrnoricy ar01n '
ev significant o�ncantratio.; ••,chit tse trea) .
j• .Percentage a. .4inorl..y and fastala •,,Oe% 'O -cr
^.aaperad t- sot.•) ,.•or': ;Oren 'o- the: +n¢i r.: •re, .
1 py
�*
, x
' III. EMPLOYEE UEV1,U'PMENT
The hiring of minnrities and women on a fair and equitable basis
is only the first step in affording equal emplo
entty
Skill development, promotions, and equal nondiscriminatorytun onithe'-
to the beatment are of equal City. The following iactioais c shall e to bbehunderta-en the i to aachieve
e,wplOyse job satisfaction and t fair treatment and to more succeas-
ully utilize women and minority persons in our work force.
A. Assur that there
hal) be no
of race, color, creed, sex,sage, or physical ihandicapsfor witheregs.r _
to upgrading, promotions,
termination f transfer and demotion, say off and 9 d `trc o employees. Anv action waich migt
n .t adversely
affect minorities or women will be Lrouaht to
i the Equal OpNrrtuny office of
r. the a ttentiv n Employee grievances arising from '
such action shall receive immediate attentivn Sn accordance with
Section vI.
B. Develop a skill inventory for employees which can be
used to identify, :hall
and managerial level position
potential. This shall be accOrvliahed by:
t 1. Obtaining from the employees a written statement
as to their desires, skills, and interest
positiona. in higher paid
r
2. Periodic review and anal"sis of employee development
progress and readin•,ss to assume higher pon,cions.
t 3. Identif7• soecific positions for which employee
qualifies, and assure that requests for interdecartmental
transfers and promotions air considered without disotimination. ry! is
C. Actively encourage emnloyees to increase their skills a"
and lob potential through training and educat inal Offer guidance and counselingopvprtunities.
in developing programs tortured es
i nciv Gd ual aptitude and deaf to
res, t•ki.,a full advantage -f programs
offered by tt^ State Leoartment of Employment Security and Manpower
Development Programs.
Iv. LTAISON AND COORDINATION
A. There ex.st many organizations vitally concerned with
eq,,al op?ortunitq and fair treatment of minorities. women, inn
the physically handicapped, and those Coat arc over women,
whose
tescutcae can be Of valuable assistance to achieving the goals
cf this program. The Citv of Renton through its Equal Opportu.,ity
Officer shall me .stain constant contact ami coordinate various
asnects pf the A'fi nativc Action Program with there organizations.
In addition to those alreadl identified with respect to recruiting, t
hiring, and employee development, working rwlationships shall be i
maintained with the various civi^.,
in the labor, and minority organizations
greater Renton area.
'1. The City also r¢ -gr,izes its resnonsibilities to comply
with and assure that equal opportunity and nondiscrimination of State or Federal agenciespolicies
with which it conducts business are
carried out. Speci tically, the City of Banton shall:
I. Be responsible for reporting to the appropriate
agencies any complaints received from any enoloyee of, or an I
applicant fox employment with. any City of Renton contractor or 1-abcontrac*.or, subject to Executive Order 11246.
2. C-operate in sneeial c^-.pllance cevi ws or in ic i-
veat
gatxoi:s as requested.
3.tr Carry out sanctions against a contzactorfs) and/or
qubconacter I a) as required.
4. Assure itself and the agency as part of the grant
application process, that the general or prime contractors will
not have submitted pre-packaged bids that deny open bidding to
minority or anY other subcontractors.
A E. Insure that all members of auinagement withir. the City are
fully aware of and in compliance with the intent of the Affirmative
Action Policy pertaining to equal employment opportunity.
F. Provide continuing consnunicatior of the Affirmative Action
Policy to manaqement, employees, applicants for em010ya—,.1, and w
outside organizations ❑erforminq services for the City.
II. EttPl.OYMENT PRACTICES
The overall employment Practices provide the key to assuring equal
employment opportunities and achievinq an appropriate represer.ts-
tion in the Clty's work force The City of Renton shall undertake
the following act:.onc to achieve these objectives:
N A. Review all position qualifications and job descriptions
to ins6re requirements are relevant to the tasks to be performer'.
Revise as necessary by deleting requirements not reasonably related
to the tasks to be performed in order to facilitate. hiring of
minorities and women whr otherwise might not be considered.
B. Pay and fringe benefits shall depend upon job remoonsi-
A bility and along with overtime work be administered on a
nondiscriminatory basis.
f Inform and Provide quidance to thos? staff and management
• person 1 who make hirinq decisions that applications for all
positions, including those of minorities aril women, are to be
considered without discrimination. And that all applicants shall
be given equal oopoc unit: regardless of race, creed, color, national
• origin, sex, physical handicaps, of age. Primary conside.ation s:eall
be given minorities, women, and other definable groups at any time the
Cit-'s worn fore lops not fairly reflect the membership of these
• groups residing within the Renton employment area.
D. Provide Periodic training for managers and supervisors
in equal opportunity objectives, making use of such programs
as currently offered by the Interqovernmenta l personnel Program
A Division of tre U. S. Civil Service Commission and other agencies.
E. Provide orientation for all new employees specifically
emghaeizing 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. Recruitinq 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 regards minorities a des-
cription of each position shall be:
1. Advertised in the variora Rentor area ethnic news
media.
7. Circulated to current staff and encourage present
employees co refer minority applicants.
3. Forwarded to schools in the Renton area with
minority students.
4. Listributed to minority and human relations nrgauiza-
tIOns in the Renton area requesting referral of qualified
minority applicants. An up-do-date liatinq of these organiza-
tions and chair spokesmen shall be maintained b•, the EEO
Officer and the City personnel Director. These organizations
would be identified as, but not be limited to, the Urban
League, Equal Opportunity Center, Nelda, Kinetachopi, Ftc.
All employment notification shall include the 'Equal
Oporrtunit�- Employer" statement and date of publication
shall be et least five day:: prior to cut-off date for
receiving applications.
G. Programs such an apprentice, summer and part-time trainees,
ern, and other supplementary hiring pros-ame shall be considered
i the same mangier as ful:.-time City positions and be subject to the
pruvisions of the Equal Opportunity and Affirmative Action Programs.
AFFTRNAT)VE ACTION PROGRAM
City Of Renton
The Policy of City of Renton le to promote at,d afford
equal treatment , 'ice tr all citizens and assure equal
employment opport"., ,Bed On ab:.lity and fitness, to all
Persons regardless ce, creed, color, naG, hysical handicaps, „ge. In recognition -font, origin,isex,
provor to
ship to
have to i.theermbarreduPIty lenotrencouraged,�rorme past discouragedurepresentative
minority and female employment, the City
A program of affirmative of Renton has initiated
affirmativeaction designed to assure- that the spirit
46 and intent of this policy is realized.
The term minority as used herein shall limited to, those identified as Blacks, include, but not be
and American India Spanish-Americana, Asians
Includes a ,
the
over the age
Indians. 'he spir it of the equal opportunity policy,
the phvslcally handicapped, and those rf 4i, even persons es
and females. though the emphasis is upon minorities
~ The nurposea of the Affi motive Action Program are to:
1) Astab Lish employment practices that will lead to and maintain
a min.-ri ty :mp-srtlrn of the City of Rent
reflects that of the Greater on work Eurre that
Renton community; 2) achieve and
maintair equitable and full utilization of minnrity and female
employees at ell position levels; 3) promote an atmosphere of
nor.-disoriran,.tion and fair treatment within city government;
40 if provide compliance with State and Federal equal opportunity
requirements and regulations.
This p-liC` shall he made known to all employees, contractors,
subcontractors, and supnliers through distribution Of handbooks,
bulletins, letters, and personal centacts, conferences and orien-
b¢ r¢qu tation sessions. Signed arknowledoments pledging cooperation Shall
ired of all denartment heads and supervisory personnel In
the City of Renton and, where appropriate, >f all contractors,
subcontractors, Ord suppliers engaged in City-administered projects.
Such contractors, subcontractors, and Suppliers to whom this policy
ude those
• leAel Ofll o25 end/rrlt ho selwho annually with
dnacueiresrewith uthe"Pty ofnt
Rer.tnr, in an amount exceeding $10,000.
PROGRAM RESPONSIBILITY
To assure that the equal opn-rtunity policy and the provisions o:
the f'firmative Action. Program are carried out, an Equal Opportunity
officer shall be appn,nted or designated by the Mayor. The Officer
shall be the focal pnint for the City's equal opportunity efforts � -
and will advise and assist staff and management nersonnel in all
matters relating to imolementa^_ion Of and compliance with thef
Affirmatu'e Action plan, and be responsoblc for the successful
execution of State and this program, uti. zing the east:tance of appropriate
this
agencies and organizations and maintain close
liaison with the Ma'✓
or and Cit.
program. The Equal Opportunity Gfficer willV Council on trhaveothe s
of the
to: responsibilicy
A. Initiate, ccori:hate, and evaluate the Ctty's plans and
brograms which ace designed t�, ensure that all current and p-os-
oective employer., receive the ben-fits of equal employment
opportunities.
Proqr6a-
Evaluat¢ the Equal Employment Opportunity Plans and
ctionm Policy. -a -f .he City
Action to ens--re compliance with the Affi mativc
C. Coordinate the attention given s Equal Pmployment
Opportunity throughout the Cie.;•
O. Period,cally audit t
improvements in the Affimati, � P}ti, .^Polio
cY[to the he yMaY'+r's ntfL�nnd recof4,p.
.
• OP ^41? SVNMARY Or
0
2 FAIR PRACTICES POLICY
4
OF 1H6 CITY UY RLMTUN
A•
ADOPTED BY RL60LU}IOM NO. 18,5
The policy o1 the City Of Renton 1a to p....to and Afford treatment
equal tze
and aarvice co all c,tirena and *sour. equal employment equauntre based
on ability and fitness to all parsons regardles, of race,national origin, sox, physical handlcsps or age. creed• color,
to *very Th s
contract,aspect of <RplOym.nt practices, ts Policy hell apply
employee treatment and public
In *&spin , with this principle the f011OWinq quadelanes era eats clashed
onto".And shall he the governing Doll cy for all departments of the City of
F
1. EMPLOYMENT - Recruiting, hiring and Appointment practices slall be
conducted solely on the basis of ability and fitness Without regard to
rats, color, creed, na tionAl origin, ses, phys11-1 handicap Or age.
7. PROMOTION - Prm.mOtlmn, downgrading, lay of
f, dischrge and in .
departments: transfer shall be dependent on Individuala performanceeand
work force need, without regard to race, color, creed, national sox, physical handicap or age, and, Whenever applicable, in oil gin,
With Washington State Council of County and City Lmployses, agreement
and in eon-
Dliance with governing Civil Service LAWS and RegulAtions.
1. TRAINING - All on-the-job training and city-supported educational
opportunitlec shall be ,.um:nl$tered without discrimination to encourage
.� the fullest development Of individual interest- And aptitudes.
s. S£RVICF A.VP EMPLOYEE CONDUCT - rho City shall deal fairly and equit-
ably with .1: ei[:sons is serves and all persona it employs, City depart-
no. menta shall taintaln the policy that no city tacility shall be used in the
fur[herNn re of any discriminate- , practice. £AOA official and employee
Shall be rapnnoaDle ce carry out the le Gant and DrOVIAiOn, of this Policy,
5. COOPERATION WITH ROMAN RIGHTS CFGANIZATIONS - The City shall cooper-
ate to the fullest rtent possible rich all organazatiors and commissions
concerned witons fal practices and equal Opportunityem missions ti one include, but are not limited to, the State gPUman Rights Com-
snt, Such
mission, the Seattle Risen Rights Commission, Seattle Romans' Commission
and the 5eattle Technical Advisory Committee on Aging.
6. A(FIRMATIVE ACTION PROGRAM - To facilitate equitable repres en stets
wi than the city Fork tO ice and assure equal employment Opportunity of
minorities and roman in City Government, an Affirmative Action ;rogue
$hall be initiated and maintained by the City of Penton. It shall be the
resp' ability and duty of ell City Officials and Department Reads to e
carry out the policies, guidelines and corrective N.Asur.s as set forth
by this program.
r CONTRACTORS' OBLIGATION - Cnnt motor Subcontractors And suppliers
e . ductinq buslneAa r: th the City of Renton s hall
l Affirm and subscribe to
the Iair Practices and Non-Disctieinatlon policies set forth therein.
a B. PpSTING�t�Y - Copies of 'his polies shall be distributed to
•11 city ANN oyes,, shall appear 1, all operAtl Oval documentations of the
City, including Did Calls, And ,hsl be prcmin*ntly displayed in All city
facilities.
CONCORRLD IN by tie City Council of the City of Renton, Washington this
l Oth dayof
July 1977.
CITY OF RVNTOOA RENTON CITY rOUNCIL
V n
4.+ratr Lamar
ATTLST: cll Pro,.
Dro Tear
Helm a Ielaon, Crty C nrI/'n`r'�~.//
CITY OF RE NT GN
GENERAL INDEX AND TABLE OF CONTENTS
•
TO
w
CONTRACT DOCUMENTS
•
w Scope
Call for Bids
Vicinity Maps
instruction to Bidders
• General !ndex and Table of Contents
Summary of Fair Practices
r * Certification by Proposed Contractor, Subcontracto. , and
Supplier Regarding Equal Employment Opportunity
* Certification of Bidders Affirmative Action Plan
* Certification of Equal Employment Oppertunity Report
• * Non-Collusion affidavit
* Minimum Wage Affidavit
0 * Bid Bond Form
Special Provisions Table of Contents
Special Provisions
Technical P-r, .ions Table of Contents
0 Technical Prn-• siors
Standard Details
Bund to City of Renton
* Proposal Form
* Schedule of Pries Forms
Agg_'eement
• Construction Plans
w
r
•
r * These documents must be executed prior to subn,ittal of bid.
•
INSTRUCTIONS TO BIDDERS
1, Sealed bids for this proposal will be received by the City of Renton at
,y the Office of the Renton City clerk, Renton City
P.M., 'Wednesday, No�,ember 6, 1974. Nall, until 2nG0 o'clock
' At this time the bids will be publicly opened and read, after which the
bids will be considered and the award made as early
as practicable.
y No proposal may be changed or withdrawn after the time set for receiving
bids. Proposals shall be submitted on the forms attached hereto.
2. The work to be done is shown. on the plans. Quantities are understood to
be only approximate. Final payment will be based on field measurement
o� actual quantities and at the unit price bid. The City reserves the
^� right to add or to eliminate portions Of that work as deemed necessary
3. Plans may be examined and copies obtained at the Public Works Director's
Office. Bidders shall sa'isfy 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 terms 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.
5. The right is reserved to reject any and/or all bids and to waive informalities it it is deemed .advantageous to the City to do so.
7. A cert,_ied check or satisfactory bid bond made payable without reserva-
tion tc the DIRECTOR OF FINANCE OF CITY OF RENTON in an amount not less
..J than 5L of the total amount bid shall accompany each bid proposal_ checks
will to returned to unsuccessful bidders immediately following decision ar:
to award of contract. The check of the successful bidder will be returns:
provided he enters into a contract and furnisi es a satisfactory performance
' bond covering the full amount of the work within ten days after receipt <,f
notice of intention to award contract. should he fail, or refuse to do so,
the check shall be forfeited to the City of Renton as lrq uidated damage for
such failure.
8.
All bids must be self-explanatory. No opportunity will le offered for oral
explanation except as the City may req
lar points. uest further information on particu-
9. The bidder shall, upon request, furnish information to the City as to his
financial and practical ability to satisfaccori.ly perform the work.
10. Payment for this work will be mate in Cash War ant.;.
il. All schedules must be completed in this proposal. Failure to fi.l in and/nr
complete all schedules will invalidate the bid.
yr
S W '6th ST. '• ,.
i :OR MOST r ..
• AUSTIN CO,
r
CITY
a a 411 1
EDWARDS
GULF
J III
PROJECT SITE
GOLDEN GRAIN
r
MOBIL a 4
3
OLYMPIC =
r
W
I-
' I
GLACIER PARK _.! •riI' 1F _
S W 29tA ST.
9
W - 192
VICINITY MAP
Rim 4q zf"'r d r94 .
k.td
r
s
�Pfi
AlAM
CALL FOR BIDS
Sealed bids %ill be received until 2:00 o'clock, Wednesday, November 6,
`• at the office of the Ci:.y Clerk and
same day, Publicly read aloud a , , 1g74,
rn the Fourth floor Conference Room, t 2:00 o clack
Building, 200 Mill Avenue South f located at the Rentor, Municipal approximately 160,000 tons of or the furnishiu and
embarJcment material, 9 ins falls Gicn c.f
water main, 1225 I.f.a of 16" Ductile Iron water m 3500 l.f. of 24"
Iron water main and all appurtenances in Lind Aveain, Ductile Iron
' S.W. l6th Street to the east Valle . an lof 12" Ductile
Y Highway. S'W' and S.W..W 29th Street from
40 Bid proposals delivered in person will be rec
Clerk in the Renton Municipal Building, eived Only at the office of the L'i ty
1
Bids received after the time fixed for opening will not be considered.
!
Plans and not
may be obtained from the office of the
Director upon receipt of a de posit of S1d.o0 for each set Plus
Works
Postage if mailed. The mailing cha nle will not be refunded,usTh 2.50 to cover
be forfeited, unless Plans and Specifications are r deposit will
r
thirt}, (30) days after date of bid opening. returned in good condition
A certified check Or bid bond in the amount of five (5) percent of the total
r
amount Of the bid must accompany each bid.
Washington State Sales Tax shall be a separate bid item,
' The ^ity reserves the right to reject any and/or all bids and to waive any and/or
all .informalities in bidding,
i
The Cityf of hereby notifies all bidders that minority business enterprises
will be afforded full opportunity to submit bids in res
and will not be discriminated against on the grounds of Ponce to this invitation
? Origin in consideration for in award, racz, color, or national
Bids will be considered
'r Affirr;ative Action Plan" has invalid t beenhe execc zeuted.ut "Certification of Bidder's
ed.
The policy of the z of Renton is
.r service to all citizens to prom
ote and afford equal treatment and
en and assure equal anployment opportunity based on ability
and fitness to all persons regacdless of race, creed, col r_r, national or?.gin, sex,
Physical handicaps or age. This
Practices,
F'ol icy shall apply to eve. employee treatment and public contact. ry aspect of employment
i
1
. � "YSt s J
Uel"es A, Mead, Cfty Cl rk Date of Publication:
kecord Chronicle
October 23rd a
Daily JOUrnal of C an October 30th, 1974
ommerr_e October 25th and November Ist, 1974
Ate,
•
r
f SCOPE
The scope of the Lind Ave. S.W. Water Main Project includes, i•, Phase
I Development, the filling of a moderately swam. , road bed with embank-
ment material tc a surcharged condition. This surcharged condition will
be maintained for a minimum of two months and then •emoved to an estima-
ted road subgrade. This excess embankment will be placed in Phase It De-
velopment pipeline right-of-way and at this time additional embankment
material be placed on the area to a surcharged condition. This Phase II
section will also remain the surcharged condition for a period of two
j months and then leveled to the estimated road subgrade. The estimated
water main material delivery time is approximately six months which
coincides with the probably completion date of the embankment work. At
y this time th; water main construction can proceed.
Because this project has several fundino sources, all schedules must be
filled out. The various schedules with the designations A and B are
areas where oversizing of mains will be paid for by various developers
and thu City. Failure to complete all schedules will invalidate the bid.
40
a7
r
a
•
f
•
1
4•
' w
r•
CITY OF RENTON
•
BID PROPOSAL AND SPECIFICATIONS
•
WATCR PROJECT N192
•
WATERMAIN INSTALLATION
for
• LIND AVE. S.W.
•
•
A
The furnishing and installing of embankment material , and 24", 16"
and - ' Ductile Iron Water Mains in Lind Ave. S.W. and S.W. 29th St.
from S.W. 16th Street to the Eas. -iley Highwn
k
r
Warren C. Gonnason, P.E.
Public Works Director
•
IM
rVVARnED_I � - ~ (.(rnlract n�L,(:A000! 7S
TO —�—
�caecaz.����—
y>
L'r
UT'.ITY ENGINEERING
w
•
WATERMAIN INSTALLATION
•
FOR
•
LIND AVE . S . W.
S .W. 2 9T" S T ,
BETWEEN
a
S. W. I6th ST. & EAST VALLEY HIGHWAY
r
•
( W - 192 )
•
CITY OF AENTON
PUBLIC %A/ORKS DEPARTMENT
MUNICIPAL BUILDING, 200 Mill AV( S
RlNfpN, WASH gs"3 • (20612.15 2EP
r
e�
l
i i ! ; 111i1 � I
1 � I
+ j lj
l I iI '
gil III `, ;
� � 1. I •. �. �. � I I � , 'I �I o*'
MARTIN LUNDY
� ENGINHMK 0lRMTMRNT '~
�."to sit"011•PUBI IC WORKS DEPARTMENT rl
I I MUNICIPAL 9UI1hING 100 Mill AVfNU2 SOUTH �
RENTON, WASHINGTON 98055 2752631
cn
� � I
I
,x: