Loading...
HomeMy WebLinkAboutWTR2700384 EAST VALLEY FROM S 16TH - 3 Tl �84 S 26`I'H ST. r 4J JAENDING OF FILE TITLE t, CAJt4 • M V � � r r � l � ��• � Mill �tNli IINi�. oil, I itllldlllllllrirr +cY�. _ i III Illlllrli it flu," I Itll�till 111i1N 11 III fl! 1NI ' ''� Ililr fi ��Ili-Ih ilt�tlllllltih ,r ,'�"�; �II� �1�1��1� ,I�UIH II � �fillll1 tll� � ill t �• Il�r ,�;>�� titlyt�ali � latlitlil.,< 1 r ltllf,,,,. MNewsom amter.. ZZ \.1777 A lJ wr..ti S w r mm, molwi itr Ir • I- y � . . o • 1Z" WATER MAIN /y i i k �r fr�iiD I _ I I All All I (Z # 3_Looa � n N'VV4 2131HM „ZI dpbd N + 1 it I ♦ LI ' 11 ' 01tv ! R L wd3S •i N � O '� "j i f _ _ _ --------- -- _W- - ---- ------- - - - ------_-_ �- _ __-- --------.-. . - ------ --- At 1 p ^ •t - j h ♦L 1C Ir rE M'� is NI 00 N Ow — rri ix waL -r - IT- _ , I . n I ,1 � I rrrrrr`rrrr, » IIII „ I,i ,1 i -- ----, - Sly Al X3 ------ NJ 0111 Y' 1I - - i 1V141y 1N1 K� � " "i11611 � rltl VM PROJECT NO. _ UTILITIES DEPARTMENT CITY OF RENTON WORK ORDER NO. WASNINC'TON DATE SUBMITTED.1-2t-I2� DATE C0MPLElED DEPARTMENT Whtgr DESCRIPTI(14 OF WORK Industrial Area Tie Main NECESSITY WORK TO BE DCNE BYs City Forces contract l� Others GJ ITEM QUANTITY UNIT COST AMOUNT ,'Route 1) Furnish and install 12" D.I. water main and hydrants 4600 LF 12.00 S16,200,11 (Route 2) (Land Fill cid Pipe Bed Construction) 130D LF 67.000 Furnish and install 12" D.I. Water main and hyJrants 1300 LF 15,600 82,600 TOTAL COST APPROVED DY eUPT. OF UTILITIES VAT- APPROVED '� k MORRIS STATE'14T OF 3EEO F01 EAST VALLEY WATER IfITERTIE A 12" water main on the East Valley Road from S.W. 16th Street to aoprox1ratel> F S.W. 27tb Street, connecting an existing 12" water main in S.W. 16th Street win a 12° water main in East Valley Road would allow for distribution of water in two directions if needed. The area along the East Valley Road between S.W. 16th Street and S.N. 27th Stroed is zoned for light industry with some developrent in the area presently. The new 12' main would not only provide water for developrent but also provide fire protection service. At ortsent, the water sunoly for the area bounded by the East and West Valley Roads and S.W. 43rd Street, In th• Valley General Hospital and several medical-dental cer.tors, are supplied by water frog the City of H.nton Snrin(,,rook water scurce. In tl,e event of low grater supply, daraged supply lanes or raintenance work necessi- tativq shutting down all or a portion of the Springbr ck collection system or supply lines, the new 12" water main could be utilized to s ;)1y water from the downtown Penton supply lines. Future industrial development of the properties lying within the valley area Currently planned is dependent upon an secq ate water disis tribution system. Presen sent water facilities involve single supply. the maintainebr- system. At present the water from the Stiringbrook water Svpply is piped into Renton via • single 24' supply line. The preposed 12' line would allow alternate or additional line as needed. This %;ould also work in reverse in the event of a shutdown at the Sprinabrook collector basin. Water from o'4or sources could be piped south through either or both lines assuptng adequate water and fire protection fo^ the industrial area of the v11ey, the Palley General Hospital , tedieal Centers, residents in the Talbot Hill area and emergency connections when necessary to the City of Kent and the City of Tukwila. � t +Y March 29. 1972 TO: Gordon Ericksen, planning Director FROM: Bert H. McHenry, Utilities Engineer Attaclied is the latest statement relative to the material previously transmitted regarding the East Valley Water Intertie for which funding is being requested. Recent outage and loss of Springbrook collector supply from February 28 to March 23, 1972 indicated extreme need for this interconnect. During this time. period water had to be pumped south from the Wells 01, 02, b 0 on a 28 hour basis against gravity head requiring continual rebalancing of the pressures in various harts of the entire City system. Jue to tiia excessive peeing requirements. Well 02 sustained a problem condition on a 3.5,1; gallon Per rdnute purr. Which 1s now out of service for approximately one week While repairs are being made. If the SpringDrook collection system had not been ternorarily repaired to provide adequate supply, the entire City *a of Renton would be facing critical water problems at the present time. This intertie wilt reduce the problem in pumping from the City south and in provid- ing Springbrook supply into the overall City. &4ft:oj Attadi. P i Aim Nay 9, 1973 TO: Warren Gonnason Yf XI: uick Houghcou c.3F,(M Two l:osplsints from Couacilmau Grant 1. Warren Golan Coxplaiat About Gar5age Not Being Picked Up I aal).ad Gentiral Jispuaal. :hey said they picked it up on :fay 7. I chacked Lite restaurant myself o., day 3, 1973, at 1:30 p.m. The coutainer was nearly empty. So, looks okay 2. Watarliae - S. W. 15th Street (S. W. lite Street) f v We :wve not metalled a waterline on S. W. Lith Streer. I helieve lie meant S. W. 15tb Street. tie shoulder area is to be bladed and excess materials removed and the crush rock will be sproad. This will clean up the shoulder and blend in with the other native material. This will be doae prior co cite 18th of :fay (Aaeing Season opens). When our oil riy,3 are set up later this super, it will be double suot. Tire work to be done by the Street Aepartsiert. RM:sp i 'ti f go '7 Jl I a in. n a b BEGINNING OF FILE • FILE TITLE P-) I EAST VALLEY FROM S 16TH - S 26TH ST. 'Z- ._-t► W-384 1 r 1 May 16, 1972 m . ( To: Ron Olsen From: Bert Mcdenry - Subject: UAB Project 09-1-102(17), S. 2nd Street We have reviewed your request of May 9, 1972 relative to an estimate of $21,130.36 regarding water utilitier adjust- ment on S. 2nd Street from Whitworth Avenue S. to lake Avenue South due to street construction. Please order the plans and work performed for billing against the U.A.B. project, Oouth 2nd Street, as the facili- ' t-es will be disrupted dcring construction. t 1 y 9BMc:pmp y 1 T May 30, 19n TO: Bert McHenry FROM: Ron 41san SUBJECT: Project i8-1-102(17) S. 2nd Street Due to the Eid crices received an U.A.B. i8-1-102(18) S. 3rd Street and U.A.I. Project /8 1-102(13) Airport slay Water Main Adjustments , I would like to revise abr ea.,nriats for the Water Main Adjustments required an the subject Project S. 2nd Street as follows: Material $8,955.36 Installation 12.616.80 Ras+ ration 5,302.50 Servtca Reinstallation 1 .443.75 Engineering 1,400.DO Total now estimate 4 29,718.41 Old estimate 21,130.36 Difference 1 8,580.05 1 would like to request the U.A,B. Project to provide the additional $8,586.05, which will probably be required to make the necessary water main adjustments. Rt 0:mJ if d ,r. .Z OPPICE OP THE CITY CLERK BID OPENING MAY 11 , 1977 7:00 P.M. Watermain Adjustment 6 Reloastlon S. hid Street , Whitworth Ave. S. to Lake Ave. s. , DAB Project 8-1-102 (17) BIA BIDDER BO N0 BASE BID SALES TAX TOTAL BID 1 Colucclo Con.! . Company X 5151190. 0C S 759. 50 $15,949. 50 j 777E Seward lark Ave. So. ! Snat'le, wn. 98118 4 N. Construction X ;19,d; ) . 00 $ 99e. d, $26,845 .65 '0014 - llth Avenue So. Seattle,Ws. 9P14s j �'onst ompany . . . 4^1. Cl 9:� . , C79 , 177. 10 14740 - 117th N. r . {YJYJY Yirklanl, Ma. 9adli { r { SCIWOUL? OF PRICES (W-382) APPROXIMATE I• .7S OOA'ffZTY UNIT ��E'"CRIPTSON __PRIG _ 10 80 CY turninh and Install Ceoent ronrrete Surface Aast:or ti -y�C:ubi- ° a s $0 oa Per Yard 11 42 Tons "unieh and Install Asphaltic Cone^w•e Su face Resto[/)t OTI Par Ton e 12 6 EA Reinstallation of 3/4" Water Service co Per Emh 13 2 EA Reinstallation of 1" y4ter Service Per each 14 1 EA Reinstallation of 1S' Water Set- t vice 4 • GO ! Per Each 1S 1 !<J1 Reinstallation o �2w �Water Service i Per Each T/— Subtotal fp�6 CFO SI Sales Tax `Ta(.)/0 TOTAL 171E uIlDERRIGNED armeR HERESY AGREES TO START COUSTRUCTION MORE OM T:IIS ' PROJXT IP AWARCED FQM, WITHIN Tt:7(10) DAYS AND To COMPLETE TM WORX WITHIN + THRITY (DO) CONSECUTIVE CAMUDAR DAYS AFTER/STAPTING CONSTg1CTI0N, THIS OF 4 1972 �"� SIGNED JJ ( 'ZITtE Ax.ru_e y^ � ADORE"' --ZL' y1 -�4lyslr�P°—�� / t .W a V.J.N Cif.•'J SCHEDULE OF PRIC6a j (W-382) I r APPROXIMATE UNIT 'I OPAL ITEM CUANTITY DESC1j PTION PRICti PRICE 1 14A LF Install 8" Cast Iron (T.J.) Water pi Per L.P. (Words) I (Pigurri) y�00.=-To 2 100 .F Install 6" cast Iron (T.J.) Water Pipe I C.� Per L.F. 3 19 LF Install 4" Cast Iron (T.J.) Water Pipe � _moo.....' f 1her.,..G Per L.P. 4 6 EA Install (t" and Smaller Gate Valve AssenLlie JO300, C{1 ) Per sae 5 4 EA Install Fire 1 Brant Aas blies AVtie � f l - l�•.7 Sa• vo Per f;ach 6 4 EA Furnish and Install Fire Hydrant f Guard r/Posts J �' ZJiIL.V� 1 Y Per each ( 7 1 EA Furnish and Install 2" slow-off Assemblies pD Uti� 1.70 Per each 8 6 CY furnish and Install Concrete Per-Cubic Yrxds 9 260 CY Furnish and Install Select back- fill Mattclal ^ �— 5 toe , Prrr C.w1c Yardi i rr� SCH9DUTA OP PRIC99 ." (W-3B2) APPROXIMTD 1rUT WF-7TMY _k;=azU1'zmL VICE PRICE i 10 BO CY Purnish and Install Cement Concrete Surface Rq■:.oration Fnrtu dada rc nu c r n S q4' Co uu Jo'ho ttt Per rulKio Yard 11 42 Tons Puroish and Install Asphaltic Concrete Sur ace Restoration i Cfh45 6,211,011 j 9J'A,00 Der Ton 12 6 D1 "installation or 3/4" Water Service Ta, huyli VA LbrS )go c r n4-. 0�' -�0 ✓ Per Each 13 2 RA Reinstall doqq 0(( 1' Water Service Ten byr,�rFJ dnlhrs nncsnj S lo '. nrL 100.cc Par Each 14 1 G Reinstallation of IN" Water Ser- vice I Ti1'AE1un�rsd d0111rS n0 Cf"i _ .(Oe)'40 6 ?0n.00 Per Each 15 1 RA Painstallati n of 2' Water S (vice T U61611ajs s,2 75,00 g74jr.CO ✓ For Each n0 c r 41.S Subtotal 5% Sales Tax I TOTAL a��y,. Z-.5_/s'� '✓ �..,;T Ti$'. UVWV IGNZD BIDDER HEREBY AGPEES TO START CONSTRUCTION WORK ON THIS P:lOSDLT IF AYARDED HIM, WITHIN TEN(10) DAYS AND TO CO;171rm THE WORK WITHIN TMITV (30) CONSECUTIVE CALENDAR DAYS AFTER STARTING CONSTRUCTION. DAT6r THIS 7 DAY Or ram,• 1972 E AprREBS 3_,.tt L t) J . L I 1 � a1y C. SCHELULE OF PRICP.9 (W-382) APPROXIMATE UAIT TOTAL TF -0AllTIY`t__ AF:SCR PTIOH _PHIS" PPi/,jl_ 1 1400 L: Install 8" Cast Iron (T.J.) Water Pi .Irpen dollars -FItcsn C£nt5 __ g 7,/5' Per L.P. (Words) (F:9urea) 2 100 LP Install 6" Cast Iran (T.J.) Water Pipe „ x dullar5 no cEn+s �/•00 ll�An..Q Per L.F. 18 LP Install 4" Cast Iran (T.J.) Water Pipe. " _ S)xdolldr6 n� cEkrts r_�.On l,JC,_.00 Per L.P. 4 6 EA Install 8" and Smaller Gate Valve Aasanbllcq Fi44 dollars nn <[ hf"s s •00 0.00 Far W 5 4 SA Install F re jiydrant Assambliec „ 'CD& h m�r d tn! nt�f.uc dol/dn5 S/b'Ti co (D.OD Per Each noctniS 6 4 EA Furnish and Install Fire Hydrant Guard Posts 1 ri�'1u Jallan5 no C£h7S Par E •h 7 1 EA Furnish and Install 2" Blow-off Isewsb11 A h,inmed ?W Y d _IIOrS i. •?� Par Each nO c 1 F1 5C_1 qt5 • 6 CY ivrnish and Install Concrete Blcckln9 F:arfa dallar,, no ecnf.5 4 DD ;IJ14=00 j Per C� is Yards 9 260 CY lvrnish and Install Select Seek- fill PAteriAl 0 ✓ Aa11ArA 16 C1 Y115 "C t�TS�Oe Per Cubic Yards a i 1 r ti SCMwLS or FRlcts (w-3S1) AF6R00IIMATS I7KH' =AN4E D-�CRIPTION MIT 10 80 Cy Furnish and Install Car nt Concrete Sur cc3 Restoration yr Cubi(f Yazd 11 {T Tons ►urnish and Install As C rate Sur( Rhaltic faoa Aastozaticn 17 S BA Reinstallation of 3/4" water irvice 13 T EA Reinstallation of 1" water ServLce / s/ ver I%r 3� 14 1 ZA Reinstallation or 1 " v e y water $or Fer Each IB 1 1nstAllatlon O� I" wags Sq vipe t Far Each '� L�� s zso_ Eubtotal Sa Sales Tax L -,5-9 fi TOTAL S /.5'" 95/9 f'C' ✓ TR! UMWXSIG16CD BIDDER MEp88Y AGREES TO START COwSTNXITOG w01M Ow THIS '!'FR OCT IF ALiARDH,'O RSM. wITiCM TEN(10) DAYS AND TO CO ;U..TB IRS tIM R°T!N>91 RATTY (30) C('NOW fIVs CAZMAAR DAYS AFTER STAATIUG C0%tCTRUM0X. Day OF__� is77 TITLE ADDUSS SFA VI I C, w/,SN, S+Cil13 SCHEDULE OF PRICES (W-382) APPr,0x1MTB UNIT TOTAL jay OVAIiTITY _ DECC"tIPTION PL CI n, 1 1400 LF Install 8" C..at Iron rT.J.) Water Pi a .4'- , ♦n ✓ Per L.P. (Words) tl (Figures) 2 100 LP Install 6" Cast Iron (T.J.) Water Pip,qq C. Per L.P. 3 is LP Install 4" Cast Iron (T.J ) Water PSPs Per L.F. 4 6 EA Install 8" and Smaller Gate Valve As emblies 7 Per Eac /, I 5 4 EA Install,rir® Hydrant Assemblies �" e $ 4,00 I Per Each 6 4 BA Aurnish and Install Fire Hydrant 11Wd Poets ; Tar Eac / 1 1 EA Furnish and Install 2" Blow-off i ll/ss�wbI/}• .'r �' - .L:C24G- c1 C�i'�P//L*/ $��li_ .S/41z, M Per Each C, 9 6 CY Purniah and Install Concrete i al king Par Cubld Yards { 9 260 CY rtmnish and Install Select Sack- 111j ►utarial L7...o Poe.y _ ; - Par Cubic Yards r � i 8i ,9 ra�x • it .a*+ db aw w &A,P4 nos AM ' � .•1 rr r • • M. M I+I' M . ' r I ow Fe rip r i , r ii • � 8 8 88 8 8i8 ` 8 '8 �� 8 �$ ' S � � '6 • CH.'R.TIB'ICAT� OB' INEfVRANCffi in affect on date of this cortiflcate, arranged by 8'I'ANLEY T. e;ccy T & CO., INC. Balm MAMUsalu AVM. III. S�ttio.W"hln{ton 91B10Y This is to certify that the insurance described below has been arranged for the Inwrd designated in this certificate. Any requirements or provisions in any contract or agreement between the Insured and any other Person, firm or rorporuno., will not be construed as enlarging, altering or emending the definition of insured or any other terms or conditions of this certificate or this insurance designafd.Such insurance, subject to the limits of liability, coverages, hesards. exclusions, provisions, cordi6oms and nther forms flio sof, is in full force and effect as of the data this certificate was iaiusd. Name of;mured IMez OOLM W COMTeOCriM OeMe/r Address of insured "7e O«d tMY AMA. ft.. OLtattloo, Wdhitgirrn etaar INxrY Waasl W.rtw.- G ew Tw a.r..,.alir .. Primarm�Iem�ur�ar �� Eepir _1e�Lyy(t�yy_/��ol.�yN. WO limit, e-�--_ eh Pb ... S. � Each Occvnana 1MAMWtW__ ,s,grpety% Gain. Intense, _.__ E,dnt _Pd. No—_. Urrih F S+dl Panes 1 EecF Ouur..nu ! -useray.N T,1.1 s e�s®�• a"_h Fences Ste!! Eeth n••mr••u 5 •*,.Aaaraeah aaaair I•Iv,r Wtaaf,Sataresq—Aebm$ . Pnmrry lessen, 6Db..�e.le_��.P.I. No Ge 116M Lm,h 1 NsIANk•r sNh a.nea E.co. Inwrar_ _Expos _ Poi. Ne__ Umlh $- _ VA P.noo s —,__Fich Ocwnmu T.t.l S 11rIII•r Each parse,t j1Lfi111A& ..,_Es,h Ocw,nwc. nswi,h a.m...Wallin,I.wr.s.—ofW TYa a.N•eeb Pnm.ry Inw,.r �p � hpim�Re le lflf _Pal. No 11�el Umih SAL11111'r E.ah O,r..ncc. Ni, F-aF Owu.nnc. f_ee..�� �e� �_.____._..•B9nge,. Tntd S_ NAIRA loch Ocaonna Pr.•.•ry o.me..wwft Iwr.ata—Awhw ink eyee� Friar", In, rar� MQm GIMM 6"r M16 1s lm F.I. N. as M limih a h Utturnna Umiw {---- Esh O.curranca Tetra { +R F•ch OuvmnG Ir accordance with the above, fho insurance coven the operations and locations described ns ind,xding cuntractual liabilitycoverage with res } to am Contract a ae n in ,�6�<t t ell t six, clus.ons. conditios and other provisions of the msu-nn<s. � Y " bMee"t hr MeM am siesue W rwfue h M tray). N feeet niie (M) 4" row win" memo N gowns im in MOMt1M of t"A lAetteere diall be oewe to tb balm seed eeldw N iW firrelf"Wo. It to Mora" tAw the City of etttwy Meese etwt{Iom, to firerd air dl ddl. rtsmi wound Mir as w*.t. tW &w i Mwe"" seem ewes. This certificate is not a policy and does not afford any insurance coverage. This certificate ,f insurome does not in any way amend, extend,alter or vary the coverage afforded by the policy or policies refened to herein. Except as specifically provided for in this certificate, the Insunsrs shall have no duty to rsttify the party to whom this certificate IS addressed as to any change in, or wtcellation of the insurances and shall not bs responsihlejjWtpjailM* do n. Date OW ad �• • wTA247vmy T. ■COT All, CO., logo. To M AM MCNe •erMElww tlf yffy..- / , Address -), L-.e _.�r 11 its e ex olls �. + INTER-OFFICE MEMO TO: Pon Olsen DATE May 31 1972 FROM: Bert McHenry RE: UAB Project P-1-102(17) S. 2nd Street we have reviewed your memo of May 30, 1972 relating to cost estimate of $29,718.41 for water main adjustments on s. 2nd Street due to street adjustments. ct ld Former approval was given estimate toing to actualthe figures®base donebiduiteoutici- pate correcting the 1 B104c:pop cc: S. 2nd St. UAB Filo i ` STATE Or WASHINGTON DEP'f OF LA9oR DEPARTMENT OF LABOR AND INDUSTEMS . & �' _ . .. «""lA w"ra.,`+ ; TEMENT OF INTENT TO PAY PREVAILING WAGES JUL 6 137E ON PUBLIC WORKS CONTRACT j Awarding Agency City OS<._AiMLM._. Contract Number 00 Prol. 6-1-102...(17) Zed. St. S. ar- ........ . Date Contract Awardtvl ,IItM 13, 197E County in Which Work Performed ...,.. ,._,.._..._......_.....__.._....._. Location Within Count.; Raaten Prime Contractor Frank coleccio construction Co., Inc. STATE OY WASNINGTnN aa. County 0f..._.__..LClM.. _._ } In compliance with Chapter .19.12 RCW, I, the undersigned. being a duly authorized representative of Prealt Colw"o Covistreatioe Co., Era. 7778 Saward Park Ave, $.a Seattle, Gash. 98116 ContrW.,ar suhcantr.cW1 Add., do hereby certify that in connection with the performance of work on the public works project above described comm.ncing. duly 1,. , 19 72. , the following rates per 'tour for each classification of lahorers, workmen and mechanics will paid and no laborer, workman or mechanic so employed u on such work will be paid less U the prevailing rate of wage as „ determined by the Department of Labor and Industries as specified in the principal contract. Of CLASso-WATION OF LABOR HOURLY�PAY FAING11 am, ITS Sbuiral Operator - LJ Yd. 7.63 .91 ' 8eekbos Operator - 60 NP 7.41 .91 Loader Operator - 3 Yd. 7.63 .91 Dosar Operator - under D9 7.23 .91 Oiler 6.77 .91 Pipelayer 5.40 1.05 Laborer 5.10 1,05 Truck Driver - 10 Yd. 6.87 1.03 NOTE:Attach Additional sheets as Needed 7.59 1.74 FRAW COL=10 — .e_. ea Ry .. IA�IuerWd"Pre,emau .r PHeI+aR Subscriber and sworn to before me this...2ltrh__....._day of.....,1'MER_ , IQ Notary Public M and for the State of W,,hMdtnn M.IAh,n in Washington. The purpose of this statement is to provide evidence of intent to comply with the prevailing wage requirements of Chapter 39.12 RCW. IT IS A PRELIMINARY FILING ONLY and cannot be construed as application for certification by the Director of Labor and Industries that the prevailing wage requirements as set forth in RCW 39.12.040 have been satisfied. THE A13OVE STATEMENT OF INTENT TO PAY PREVAILING WAGES IS #Deent This space reserved for Director's approval Lebo: A Ird u ..es �t10 ...DateBEFORE FINAL SETTLEMENT CAN BE MADE in th any public works project it will be necessary for the contractor. and any subcontractor to produce evidence of certification by the Director that prevailing wages including fringe benefits have been naid to each classification of ;aborers, workmen or mechanics em;l0yed on said project. Form S. F. 9943 "Afildavit of Wages Paid", or a similarly constructed form should be submitted for the Director's certification. These forms are available upon request from any office of the Department of Labor and Industries. PROGRESS PAYMENTS Each voucher claim submitted to ar, owner by a contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the pre-filed statement or statements of intent on file with the Department of f.:,hor and industries as approved by the Industrial Statistician. COMPLETE AND MAID.. ENTIRE SET FOR APPROVAL TO: Industrial Relations Division, Department of Labor and Industries, General Administration Building. Olympia, W:shingt,m 98501 ! 00eera""", ntaT�n�yfprrAAIw Unsis sTATNYXJRs M AN ►01AA S ty t uKl'ry41�I A AIIaa�1pMLR, A4E`,j7rc T + Cl r QI As11/e A9'e-i Al ".rATISTWIAN 1I *M d hs tNv.n, veo s,Y.He,aK.O--4.e/, t7, y- I r 4� ' fJ •i TABLE OF CONTENTS SPECIAL TECHNICAL PROVISIONS - Sectian Description Page =aJ, TS-01 General Statement Ts-1 TS-02 Standard Specifications TS-1 TS-03 Existing Utilities i �+ TS-1 TS-04 Clearing TS_y TS-OS Pavement Removal, Trench Excavation bedding •nd Backfill T5.2 TS-06 Piping Materials, valves, and T..-4 _. F1[tings TS-07 Pipe Installation TS-5 TS-08 Water Services TS-7 TS-09 Restoration of Sorfac-ra TS-8 TS-10 Tfetinq TS-B TS-11 Dietnfe,:tlon TS-9 TS-12 Cleanup T5;-9 TS-13 Moasurment and Payment TS-9 1 tom, .r GENERAL BID 6 SPECIFICATION TABLE OF CONTENTS 1 Scope Call for Bids Vicinity NAP Instructions to tnd.:ers General Table of Contents Special Provisions Table of Contents Technical Provisions Table of Contents Bid Bond Form Bond to C'.ty of Renton Ford - Special Provisions Non-Collusion Affidavit Form Certification of Nondiscrimination in Employment Form Minimum Wage Affidavit Form Technical Provisions Standard Detail for General Blocking Standard Detail fnr Hydrant Assembly t Hydrant Guard Ivsts Standard Detail fcr 2" Blaw Off Assembly - Standard Detail for 3/4" and 1" Meters Standard Detail for 1 1/2" and 2" Meters Proposal Form "'' ScheGule of Prices Agreement f ` Construction Plans E` " INSTBUCTIONS TO BIDDERS (CONT.) 9. The bidder shall, on request. furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this wor: will Le made in cash warrants. F ., g. y K e. AY �{ il+'n t M'. 4 tr �k ,.c .^4r�f l Y v �f 1 h� lY� e3] Ask �4 h INSTRUCTIONS TO BIIRIFRS y 1 Sealed bads for proposal will he received by the City of Renton at • the office of the Renton City Clerk, Renton City Hall, until 2:00 o'clock F.M., Wednesday, May 31, 1972. AL this time the Lids will i,e publicly cpened and read, after which - the bids will be considered and the award made as early as practic- able. No proposal may be changed or withdrawnafter the time set for q. receiving bids. Proposals shall be submitted on the forme attached I� hereto. 2. The work to be done is shown on the plans. quantities are understood to be only approximate. Fina' payment will be based on fiele, measure- ment of actual quaniti_ies 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 ba examined and copies obtainer at the ( ity Engineer's Office. bidders shall satisfy themselves as to tje local conditions �f 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 specifics- - 'F Lions. 5. The bid price shall be stated in terns of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7 . A certified check or satisfactory bid bond made payable without res- ervation to the TREASURER OF CITY OF RENTON in an amount not less than 5% of the total amount bit shall accompany each bid proposal.. Checks will be returned to unsuccessful bidders immediately following decision as to award of contract. The check of the SuCCesafUl bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall he forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further informs- tion on particular points. - C, 46 � , r i t nto pi ti t� �AAk J t{ •, r ,', ` , T !y J i /F r� iR�+ per r - j Any.:' ifir... .«► a}a^.�. '�r�.l YJ� ��'i^:�4� III�C�" �y{,f�it � ." x'IT• � '!.'.. 'M VrrlN�Ri qL as . yip-aY'a v�l. —'M^... y r•� - �'T'_1 w' xV.� a ► ,. owl - u _r AMA, ram. CALL FOR BIDS Sealed bids will be received until 2:00 o'clock P.M., Wednesday May 31, 1972, at the office of the City Clerk and publicly read aloud at 2:00 o'clock P.M., same day, in the fourth floor con- ference roan located at the Renton Municipal Building, 200 Mill. Avenue South for the installation of a 8" C.I. WATERMAIN in South 2nd Street Fran Whitworth Avenue south to Lake Avenue • .South. Plans and specifications ma-., be obtained from the office of the City Engineer upon receipt of a deposit of $10,00 for each set. The deposit will be forfeited, unless Plans and Specifications are returned in good condition thirty (30) days after date of bid opening. A certified check or bid bond in the amount of five (5) percent of the total amount of the bid ,nurt accanpanv each bid. Washington State Sales Tax shall be a separate bid item. The City reserves the rinht to reject and and/or all bids and to waive any and/or all informalities in bidding. All cast iron pipe, fire hydrants, gate valves and fittings will be furnished by the City. aelmie Nelson, City .lerk Date of let Publication: Wednesday, May 17, 1972 Date of 2nd Publication: Wednesday, May 24, 1972 Published in the Daily Journal of comnercec Friday, May 19, 1972 Friday, May 26, 1972 �. 4 Ask CITY OF' '-F.NTON BID PROPOSAL AND SPECIFICATIONS WATER PROJECT 382 WATER MAIN ADJUSTMENT a RELOCATIONS FOR SCUTH 2ND STR3ET, UAB PROJECT 8-1-102-(17) i 1 t. The installing of 8" Cast Iron Water Main in South 2nd Street from Whitworth Avenue South to Lake Avenue South Jack E. Wilson, P.E. Director of Engineering �Y r �u ENGINEERING DEPARTMENT WATERMAIN ADJUSTMENT � RELOCATION: FOR S. 2 nd STREET U.A.B. PROJECT 8- 1-102 (17) FROM WHITWORTH AVE. S. to LAKE AVE. S. W- 382 CITY ENGINKER'S OFFICE . RENTON. WASHINGTON NUNICIPAL BUILDING 200 MILL AVE.SO. RENTON, WASH.98055 235-2631 1 ;P r q OVA R�•1 a L Z UTILITIES DEPARTMENT RENTON•WASHINGTON o � LiTVHALL, CFD.R RIVEN PARK NFN tO N. WA5NiNGtON 98053 • ALPINE S3164 �00 P M1d •�W bei(AP.111 May ll,1972 Following is a list of accounts located on south 2nd street, from Whitworth Ave .;outh to lake Street South as follows: Acct 24394 Luthern Church 200 dhitworth Ave Jo 5/4 inch Acct 24395 7entons Park Dept Sprinkler on island. 2 inch Acct 24396 Glamorella 315 .south 2nd 3/4 inch Aect 24398 Beckman Bldg 321 South 2nd 3/4 inch Acct 24472 Backman Bldg 309-11-17 South tad 3/4 inch Acct 24474 dealth Club Inc 5 Jouth 2nd 3/4 inch Oct 24475 Backman Bldg 3U5 South 2nd 3/4 inch Acct 25312 Renton .]ehool Athletic Field 1 inch Acct 25314 Iaen Employment 200 South 2nd lh inch Acct 253% Swartzenberger 116 South 2nd 1 inch Total 3/4 6 Total 1" 2 Total 1*1 1 Total 211 1 10 f } : f" a 1"YN >1' uF RA,,y V Z UTILITIEB DEPARTMENT RENTON.'*1'A9tIINGTON ' CITY HALL. CEDAR RIVER PARK, RENTON. WASHINGTON 99055 • ALPINE 5 5464 jnt5 t •��1P •O1j UhpL aft =1 1 ,1 x :. May 11,1972 a 1 . AN.i.... Following is ■ list of accounta located on south 2nd street, from Whitworth Ave south to Lake ;treat South as follows: a Aect 24394 Luthern Church 200 Whitworth Ave ;0 3/4 inch �. . ., Acet 24395 Benton Park Dept Sprinkler on island. 2 inch Acct 24396 Glamorella 315 Mouth 2nd 3/4 inch Acct 24398 Backman Bldg 321 south 2nd 3/4 inch i Acet 24472 Backman Bldg 309-11-17 South 2nd 3/4 inch Acct 24474 Health Club Inc 315 :;outh 2nd 3/4 inch Acct 24475 Backman Bldg 305 South 2nd 3/4 inch Acet 25312 Benton .;chool Athletic Field 1 inch Acet 25314 Wann Employment 200 :ouch 2nd 1y* inch Acct 25316 Swartzenberver 116 South 2nd 1 inch Total 3/4 6 Total IN 2 Total IW' 1 Total 211 1 10 t PAGE 2 W-382 PROJECT NO. UTILITIES DEPARTMENT CITY OF RENTON NORK ORDE1, :0. WASHINCTCN DATE SUMMED DATE COPPETED_ DEPARTMENT WATER DEPARTMENT DESCRIFT'.:Xl OF WORK Water Mair Installation - S. 2nd Street from Lake Avenue S. to Whitworth Avenue South NECESSITY WORK TO BE DONE BYs Ci-.y Forces Contract Others C� ITEM NIITY UNIT I COST AMOUNT 4" C. I . Solid Sleeve (MJ ,LP) I EA $ 16 .9 $ 16.95 6" C. I . Transition Coupling (C. I .xA. C. ) 1 EA 31 .0 31 .00 8"x6" C. I . Reducer (PExPE) 2 EA 20. 3 40. 70 8" x 4" L . I . Reducer (PEx PE) 1 EA 17.65 17.65 8" C.I . Plug (MJ) 2 EA 12. 20 24.40 5" M.V.O. Corey Type Fire Hydrant (MJ) 4 E4 230.90 923.60 Fire Hydrant Guard Posts 16 EA 13. 25 212.00 Blow-off Assembly 1 EA 160.00 160.00 Shackle Rods 16 LF .?2 5. 12 8"x24" Cast Iron Valve Boxes 10 EA 14. 10 141 .00 Sub Total $8.360.31 5% Sales Tax 418.02 TOTAL $8,778. 33 TC-AL COST APPROVED BY CUPT. OF UTILITIES DATE APPROVED .— q PROJECT NO. LIILITIES DEPARTMENT CITY OF P.ENTON WGRK ORDER NO, WASNIN(TO! DATE SUBMITTED May 11 . 1972 DATE COMPLETED DEPARTMENT Utility Engineering DESCRIFTICC OF WORK Water Main Ir,;tallation S. 2nd Street from Lake Avenue S. to Whitworth Avenue S. NECESSITY WORK TO BE DONE BY: City Forces 0 Contract Others ITEM QLANrITY UNIT COST / am 1 8" C. I . Water Pipe (T.J. ) 1 ,400 LF 3. 28 4,592.00 6" C . I . Water Pipe (T.J. ) 100 LF 2. 30 230.00 4" L. I . Water Pipe (T.J. ) 18 LF 1 . 53 27. 54 8" Gate Valve (NJ x NJ) 3 EA 128.45 385. 35 i 8" Gate Valve (FLxMJ) 3 EA 123. 30 370. 50 6" Gate Valve (FLxMJ) 4 EA 79. 20 316.80 8" C. I . Cross (MJxFL) 1 EA 113. 15 113. 15 8" C. I . Tee (MJxFL ) 2 EA 69.20 138.40 8" x 6" C. I . Tee (MJxFL) 4 EA C,3.95 255.80 8" C. I . 22 1120 Bend (MJxMJ) 2 EA 35.65 71 . 30 8" C. I . 11 1/4° Bend (MJxMJ) 2 EA 35.65 71 .30 6" C. I . 22 1/2° Bend (MJxMJ) 4 EA 25.30 101 . 20 4" C. I . 22 1120 Rend (MJ:,MJ) 2 EA 17.80 35.60 8" C. I . Solid Sleev . (MJ ,LP) 1 EA 31 .00 31 .00 6" C. I . Solid Sleeve (NJ , LP) 2 EA 23.80 47.60 TOTAL COST APPROVED GY SUPT, OF JTIL:TIES _ DATE A?PROlED A i "ay 15, 1972 s Daily Journal of Cocanrce 83 Colur+bia St. Seattl3, Mashinyton 98191 IW: City of F'.enton - Ca11 for Lids Installation of 8" C.I. aatermain in South 2nd St. fron! Whitworth Ave. S. to Lake Nve. S. Gentleman. WO are Submitting nerewitlli City of Fenton Call for Bids on the above-captioned improvement to be publi8hed on Friday, May 19, and Friday Fay 26, 1972. Flease furnish affidavit of puulication in duplicate. :han;: you for your courtasios . Very truly yours, CITY OF RE14TON Helmie W. Nelson City Clerk uwi./m Enc. cc: rny. i,eµt. ♦ t p:I fYI �4 +�w ,SPECIAL PROVISIONS + +9. GENERAL. PROVISIONS ++, SP-01 DESCRIPTION OF WORK ( The work to be performed under this contract consists of furnishing _ certain materials, equipment, tools, labor, and other work or items - incidental thereto (excepting any materials, equipment, utilities or service, if any, specified herein to be furnished by the City or Others), and performing all work as required Ly the contract in actor- dance with plans and specifications and Standard Specifications, all of '1 which are made a part hereof. This improvement is subject to the installation of a S" cast iron water �i. main and related facilities in S. 2nd Street from Whitworth Avenue South to Lake Avenue South. f?r i` SP-02 DATE OF HID OPENING s l 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 e.14. Pacific Daylight Time, May 31, 1972, and will be opened and publicly read aloud in the fourth floor conference room. SP_09 MATERIAIS SUPPLIED The City of Renton shall supply all water pipe, fittings, fire hydrants, ' gate valves, and cast iron valve boxes with their required accessories. The contractor shall supply all ether material such as concrete blocking, shackle coos, fire hydrant guard posts, valve markers, and all other " + materials necessary to make a complete installation. ' The water pipe and all other material will be stockpiled at the City of Renton, Water Shop, located at let Avenue North and Burnett Street. ;ry_ SP-04 CONSTRUCPSON DIRECTION The starting location for this project will be at the intersection of - S. 2nd Street and Whitworth Avenue South and then pro cessing to the West. SP-05 TIME OF COMPLETION The Contractor is expected to diligently prosecute the work to comple- tion in all parts and requirements. The project shall be completed within thirty (30) calendar days excludirg day of starting. Provided, however, that the City Council shall have the r+ght upon request of the Engineering Department, City of Renton, Washington, to sp-Page 1 1 SPECIAL PRO`.'ISIONH (CONT.) SP-21 HOUA5 OF WOW The working hours for this project will be limited to week days during the period from 8;00 A.M. to 4:00 F.H., unless otherwise approved by the City. SP-22 PUBLIC CONVENIENCE AND SAFETY ':. -7 The Contractor shall, at his own expense, provide flagmen, shall furnish all signs, barricades, guards, construction .,arnings, 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 Engineer, the City shall have the right to provide these lights and barricades and deduct. such costs from payments due the Contractor. A plan for traffic control must be submitted for the Engineer's approval before the heginring of construction. The Contractor shall maintain detour routes and other routes used by his equipment hauling materials ` to and from the area. Attention is directed to applicable portions of Section 7.15 of the Standard Specifications. In addition the following special provisions shall apply: A. Traffic and pedestrian access will be maintained as dirrctr.' by the Engineer. I. Three lanes to be available 7 days a week between the hours of 4:00 P.M. and 8:00 A.M. 2. Two lane may be permitted between the hours of 8;00 A.M. to 4:00 P.M. Monday through Friday. 3. Under no eircumntances may the road be closed for any extended period. B. Local police and fire departments shall be notified, in writing, prior to construction. C. Access an:i egress to local residents shall be maintained at all times, with special attention given to business properties. All costs involved in the above shall 1,e considered incidental to other costs of work involved and no further compensation will be made. SP-23 CONSTRUCTION SIGNS The Contractor shall furnish and install construction Signs which con- form to current City of Renton Sign No. T-38 "CAUTION, CONSTRUCTION AHEAD," SF-Page 9 l 1 SPECIAL TECHNICAL PROVISIONS TS-I� MEASUREMENT AND PAYPTNT (Cont.) j. Furnishing .and lnstallation of Crushes Rock Surfacing The furniohing and installing of all crushed rock surfacing material required in the street restoration shall be incidental to the contract. k. Furnisbinu and Inatallatinn of NC Cold Mix >uphalt MC Cold Mix Aophalt shall be measured and paid for at the applicabl- contract price, per ton, payment of which shall constitute full ompan- sation for furnishing and installing the material in place complete. I. Patching of Cement Concrete Cement concrete resurfacing or patching shall he measured and paid for at the applicable contract price, per cubic yard, as per Section 54 of the APWA Standard Specifications, payment of which shall consti- tute full compensation for the resurfacing, complete, including sub- grade preparation, and all necessary incidental work. M. Patchina of Asphaltic Concrete Aap.,altic concrete patchinq shall be measured and paid for at the Applicable contract price, per tau, as per Section 54 of the Standard Specifications, payment of which shall constitute full compensation for the resurfacing complete, including subgrade prepara- tion, preparation of and connectic , to existing pavements, base course, tack coat; finishing, and all necessary incidental work. n. Fartial Furnishing and Reinstallation of Existing Water Services The furnishing of the fittings and l�ipe necessary, and the reinstalla- tion of the existing water services shall be paid for at the applicable unit price for each, in place, complete, which snall constitute full compensation for the individual water service as detailed on the Improvement plane and in conformance with all manufacturers installa- tions. The Contractor shall supply all materials for the water services. Phu unit price bid shall include all costs t- make the connection to the water main, furnish and install the water service, and connect to the existing water meter. The unit price bid also includes all costs to adjust the existing water meter, as required. TS-Page 11 SPECIAL TECHNIC.rL PROVISIONS fCONT_1 TS-11 MEASUREMENT AND PAYMENT (';pnt.) c. Partial Furnishing and Installation of Cate Valve semblies (1) The S" and smaller gate calve assemblies shall be measured i and paid fe- at the applicable unit Prue per each, in place, complete, which shal. constitute full compensation for the valve, valve box with 'extensions, if necessary, concrete valve marker, and for all other necessary accessories for A complex, inst.aliation. Note: City to supply arly the valve and valve box. d. SrUtallation of Fire Hydrant t Fire hydrants assemblies shall be measured and paid for at the appli- cable unit price per each, in place, complete, Which shall_ constitute full compensation for tee, valve, valve box, spuol, fire hydrant, shackling, installation Of blocking, bracing drains, fittings, and all other necessary &C:Ossories for a complete installation. Note: City to suppir only the tee, valve, valve box, spool and fire hydrant. e. Furnishing and Instail.uon of fire Hydrant Cuard Post Fire hydrant guard posts shall be measured and paid for at the appli- cable unit price per each, in place complete, whion shall constitute full compensation for a complete installation. f. Installation of Fittings Fitting installations shall be incidental to the contract. 9• Purni�t�ang and installation of 2" Ylav-Gff Aesemh l_y The furnishing and installation of blew-off assemblies shall be paid for at the applicable unit price per each, in place complete, which ■hall constitute full compensation for plea, or cap tapped 2"r 2" 9AIV. iron pipe, 2" gate valve, valve box, 2" galy, vOo h,end with 4" drain hole, 2" x24f" adapter tIPTx Hosc) with cap and :ha:n, and meter box, and all other necessary accessories for a cnmplate installation h. FurnishjqS and _Installation of C•�+cret e, Stork i� Concrete blocking shall be measured and paid for at the applicable c�- tract price, per cubic yard, payment of which shell constitute full compensation for furnishing the material in place, comllete, i. Furnishing and tallation of Select Trench W-kfill Select backfill shall be measured and paid for at the applicable con- tract pricr,per cu.yd.payment of which shall constitute full compenss- tion fgr furnishing and installing the material, in place, complete. TS-Page ]O a � o SPECIAL TE(;HI AL PROVISIONS (CCUT.) T5-11 DISINFECTION Disinfection of the new water system shall be required prior to compl .- tion of the project and Mall be in accordance with ANNA Specification C601-54 and Section 74 of the A.P.W.A. Standard Specifications and shall Net the acceptance of the State of Washington Department of Wealth. The initial concentration of chlorine in the line shall be 50 parts per million and this solution Mall be hold for a period of 24 hours. Disinfection of the entire water system installed or disturbed under this contract, including pipe, pipe fittings, valves and appur- tenances, is required to conform with the specifications stated herein. TS-12 CIEANUP During the time that the work is in progress, the contractor shall make every effort .o maintain the site ni a neat and orderly condition. All refuse, broken pipe, excess excavated material, broken pavement, etc., @hull be removed as soon as practicable. Should the work not be main- tained in a satisfactory condition, the engineer may cause the work to stop until the "clean-up" portion of the work has been done to the satisfaction of the owner and/or engineer. T5-13 PSE"UP"MT AND PAYMENT a. General Un1.t or lump am bi.d prices for all items shall include all costs for labor, equipment, material (if included) , testing, relocation and modifications to existing utilities, and all incidentals necessary to make the installation complete ane operable. b. Installation of Water Pipe The price par lineal foot for installing of the water pipe, size and quantity listed in the bid schedule, shall constitute full compensation for the water line in place, complete, including: clearing, grubbing, stripping, all pavement removal, excavation, trenching, backfilling, foundation preparation, compaction, pipe laying, jointing, fitting installations, sheeting, shoring, dewatering and excluding temporary restoration, cement concrito and asphaltic concrete resurfacing or patching. TS-Page • I SPECIAL TE9yRICA1 _PA0VIfiIW (Cotrr.) TS-09 PE5TORATION OF SURFACE£ A. General Due to the fact this work is being performed in conjunction with the street widening project, the extent and type of restoration will be decided by the Engineer or his delegated representative. Basic Requirements for surface restoration are as follows: Roads, streets, driveways, shoulders and all other surfaced area, removed, broken, caved, settled or otherwise damaged sue to installa- tion of the improvements covered by this contrect :hall be repaired and resurfaced to match the existing pavement o- landscaped area as set forth in Section 54, of tILe'A.RM.A. Mpesifioatacros. • ►- T4mperary MC Cold Mix Asphalt MC Cold premixed asphaltic concrete shall be required in same areas for temporary patching on this project, where deemed necessary by the Engi- neer. TS-10 TESTING A. General Hydrostatic pressure and leakage tests on the new pipeline shall be made in accordance with applicable provisions of AWWA C600-54T or C603-64T and Section 74 of the A.P.W.A. Standard Specifications, except as modified herein. All equipment necessary to make the tests shall be furnished by the contractor and the contractor shall conduct all toots under the super- vision of the engineer. b. Preoeure Test Prior to acceptance of the system, the installation shall be subjected to a hydrostatic pressure test of 250 psi, and any leaks or faper:sr,- tione developing under said pressure shall be remedied by the contractor before final acceptance of the system. The contractor shall provide all necessary equipment and shall perform all work connected with the tests and conduct said toots in the presence of a utilities Department Inspector. Insofar as practical, tests shall be made with pipe joints, fittings and valves exposed for inspection. C. be"age-19142 Leakage tests may be required after the pressure test has been satiefac- torily completed on the now pipeline or concurrently with the pressure test. The hydrostatic pressure for the leakage test shall be equal to 100 psi. TS-Mge 6 SPECLAL TECHNICAL PROVISIONS nCCMI.1, TS-07 PIPE IMSTALl,TION (Colt,1 q. Fire Hydrant Assambliss Fire hydrant assemblies installation shall be in accordance with Section 77 of the A.P.w.A. Standard Specifications. The Fire Hydrant Assembly Shall include: 12" x 6" C.I. Tee (MJ x FL), 6" Gate Valve (FL x MJ), 6" C.I. Pipe Spool (PE x PE), 5" MVO Fire Hydrant (NJ Connection), 8" x 24" C.I. Gate Valve Box, and 3/4" Shackle Rod with accessories, and hydrant extension where called for by Engi- neer. Fire Hydrant guard post Shall be installed where deemed necessary by the City engineer and/or sham on the construction plans. The City of Renton Standard Detail for hydrant assembly and hydrant guard posts is bound in these specifications. Note: Only the Tee, Gate Valve, Pipe, Fire Hydrant, Gate Valve Box, and Hydrant extension will be supplied by the City. h. Blow-off AssemblJ91 Water main blow off assemblies shall be constructed as shown on City cf Renton "Standard Detail for 2" Blow Off Assembly" as bound in these specifications. Galvanized steel pipe and fittings shall conform to the requirements in Section 72 of the APWA Specifications. Note: Contractor shall supply all material for the Blow off Assemblies. i. g2gcrete Blocking General concrete thrust blocklnq shall be in accordance with Provision 02.14 of Section 74, A.P.w.A. Standard Specifications. The City of Renton Standard Detail for general blocking in Gonna in these spacifi- cations. TSS-OS WATER SERVICLS M The existing water services shall remain in service during construction of the new water main and until final Acceptance of the required tests on the new main. Upon final acceptance of the new main, the existing services will be reinstalled or tapped into the new main and the meter boxes relocated where necessary, or as directed by the Engineer. They shall be installed AS pnr the City of Renton water service specifica- tions As bound in this document. r TS-Page 7 SPECIAL TE2W ICAI 9RGVISIONS mow-) TS-07 PIPE INSTALLATION Won_ d. §peg;al Anchorage All free ends, bends, tees, laterals and any change in direction of piping shall be adequately braced and blocked to prevent movement from thrust by use of concrete thrust blocks, tie rods and joint harnesses. Concrete thrust blocks eust be poured against undisturbed ground. Thrust blocks shall be provided a all changes in direction of piping. In addition, all joints at bends or changed in direction, to a point at least throw joints beyond the tangent point on either side of the bend, shall be provided with a positive locking device to prevent separation of the joint under full test pressure. The locking may be accomplished by use of tie rods and joint harness, subject to the prior approval of the engineer. After the pipe has been joined, aligned and permanently bedded, the joints shall be drawn up to assure permanent water-tightness but not so tight as to prevent flexibility to allow for some movement caused by vibrations, expansion and contraction. r. Connections to Existing Pine and Structures Connections to existing pipinq are indicated on the drawings. The con- tractor must verify all existinq piping, dimensions and elevations to assure proper fit. The Contractor must also provide anv specials required to make a satis- factory connection. The City of Renton. (•tilities Department shall make connection to existing mains at the Contractor'■ expense. The Contrac- tor shall also be required to help the city forces with the connection at the discretion of the engineer. The contractor shall be responsible for the protection of all existing piping and appurtenanese during construction, and shall take care not to damage than or their protective coatings or impair the operation of the existing system in any way. f. Valves and Valve Chambers Valve installation shall be in ac<nrdance with Section 75 of the A.P.W.A. Standard Specifications except as m,xiwfied herein. $1) 8" and smaller gate valves shall include an R" x 24" cast iron gate valve box and extensions if required i)v the City Engineer, Note: Gate valve and H" x 24" cast iron valve hx-x to be supplied by the City. TS-Page 6 w � 1 SPECIAL TECHNICAL PROVISIONS C(,N_) TS-Ob PIPING f4ATE RIMS, VALVES, ANU FIL1_7IN)5 (Coot.) materials, valves, and fittings shall conform to A.P.W.A. Starrlard Slxci- fications and shall be in accordance with the city of Renton Requirements. All pipe, valves, fittings, and specials shall be for a minimum water working pressure of 150 psi or as revised by City of Penton standards, and shall conform to the requirements of tht applicable sections of the A.P.N.A. Standard Specifications. TS-07 PIPE INSTALLATION a. General Pipe installation shall be in accordance with Section 74 of the A.P.w.A. Standard Specifications, except As modified herein. All buried pipe shall be laid upon prepared foundation or bedding material so that the bottom quadrant is uniformly supported throughout its entire length, as specified in Section TRENCH EXCAVATION, BEDDING AND BACKFILL. The average depth of cover for the water main shall be 310", and the trench width shall be no greater than 30". b. Laving and Jointing Cut iron pipe and accessories shall be handier) in such a manner as to assure delivery to the trench in sound undamaged condition. Partica.lar care shall by taken not to injure the pipe lining and coating. Cutting of pipe shall be done in a neat, workmanlike manner with ar, approved type mechanical cutter withcut damage to thy• pipe. Jointing shall be accomplished in accordance with manufacturer's recan- mendations. C. Bends and Curvee Deflection fro straight line and grade, as require' by vertical curves, horizonral curves and offsets shall not exceed the maximum deflection per joint as recommended by the pipe manufacturer. If the alignment requires deflection in excess of the maximum recommended, special bends or a sufficient number of shorter lengths of )ripe shall be used to provide angular deflections within the limits set fortn. TS-Page S 1 1 � ANN. _AECLAL TECHNICAL PROVISIONS (COT.) TS-05 PAVEMENT REMOVAL. TRENCH EXCAVATION, EODDIti4 AND BACKFILL (Copt 1 e, ranch Eackfill and Compaction (cunt,) tests shall be selected by the Engineer. If one or more tests do not meet the specifications as stated above, a.iditional tests will be taken as requested by the Engineer at the Contractor's expense. (3) Subsequent 8ackfill: All subsequent backfill under street and shoulder areas shall be placed in lifts not exceeding 8 inches in loose depth, and each lift compacted to at least 95 percent of maximum dry density at optimum moisture content as determined by ASTM Designation D698-58T, Method D. In-place density determination shall be made in accordance with ASTM Designation D1556-59T, except as otherwise approved by the engineer. Testing for rcmpactions in the improved areas shall be in accordance with the testing as stated in the section on initial barV fill. (4) Payments No separate or extra payment of any kind will be made for compaction, wetting drying, water, or processing of materials, but shall be included in the applicable unit price paid for the waterline in place, complete. f. Select Trench EackfilI Select trench hackfill fur the 1,tp, shall consist of crushed or naturally occurring granular material from sources selected by the Contractor. The source and quality of the material shall to subject to approval by im Engineer. Select trench barkfill shall meet requirements for bank run gravel Class "@" as outlined in Section 26-2.01 of the Standard SpecLfi- cations. The horizontal limits for measuring select trench hackfill in place shall he 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 oarrel of the p.'oe and not the bell or collar. Any excavation to excess of tic above requirements shall be replaced with the native material or select trench hackfill, as directed by the Engineer and at the Contractor's expense. The price per cuyd shall be full compensation of selecting the source, furnishing and pla-ing the material as outlined in Section 26-2.01 of the Standard Specifications. TS-06 PIPING MATERIALS, VALVESI_AND FITTINGS All pipe sizes am shown on the drawings, and as specified herein, are in reference to "nominal" diameter, unless otherwise indicated. All piping TS-Page 4 4 r .YI\ $44 SPECIAL TECHNICAL PROVIS I<NJS (CON.1 TS-05 PAVEMENT REMOVAL, TRENCH EXCAVATION, BEDDING AND V4KFILL (Cont.) c. Excavation (coot 1 the lines and grades necessary for pipe, Bedding and structures, and &a indi^ated on the drawings, Temporary drains and drainage ditches shall be installed to intercept or direct surface water which may affect the promotion or condition of the work. All excavated materials not meeting the requirements for backfill and all excess materials shall be wasted as specified. No separate nor extra payment of any kind will be made for storinq, handling, hauling or manipulation of excavated materials. d. Foundation Preparation and Bedding Foundation preparation shall be in accordance with the applicable provi- sione of Section 7J, A.P.W.A. Standard Specifications, except that the bottom of the trench must be shaped to unifoamly support the bottom quadrant of the pipe 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 specifica- tions. Wet trench conditions will not necessarily be considered as an indication of unstable conditions. The trench shall be de--watered and am inspection made by the Engineer to determine the suitability of the trench material. All costs for de-watering shall be the responsibility of the Contractor. Bedding material shall be as required for Bank Run Gravel Borrow. e. Trench. Backfill and Comoactiopi (1) (tent,. Excavated materials that are free from mud, muck, organic matter, ucoken bituminous suriacii.q, stones larger than R inches in dimonsior., and other debn.is, shall he used for backfill except where otherwise required. (2) Initial Backfill extending to a plane at least 12 inches alonq the crown of the pipe shall be hand-placed, selected excavated material free from stones, hard lumpa or other material harmful to the pipe.. Initial backfill shall be placed around the pipe in layers not exceeding eight inches in depth, and each layer shall be thoroughly compacted by mechanical tampers to at least 95% percent of maximum dry density at optimum moisture content as determined by Standard Proctor Compaction Test, ASTM Designation D698-59T, Method D. All works related to the testing of the compaction, including proctor teats and compaction den- aity teats shall be by the Contractor at his expense. Three compaction tuts stall be taken on the water trench areas. The locations of the f n TS-Page 3 x r Im% ,sw. SPECIAL TECHNICAL PROVISIONS (CONT.) TS-04 CIEARING Pavement, or other stre.,t and road surfaces shall be cut only to the minimum width which will permit the proper excavation and bracing of the trench, and which will allow passage of vehicular and pedestrial traffic. All pavement cuts shall be made smooth, _ :raight lines or to nearest con- struction joint, and shall be made with clean vertical faces. Removal of bituminous and concrete pavements and utilities shall be con- ' ducted in accordance with Section 52, A.P.w.A. Standard Specifications, except as otherwise providel herein. TS-0`. PAVEMENT REMOVAL, TRENCH EKCAVA7'ION, BEDDING ANT) WCKFILL 1 A. General f Pavement removal, trench excavation, hackfill, foundation preparation and bedding for waterline u,d appurtenances shall be in accordance with the appiicaLle provisions of Section 73, A.P.w.A. Standard Specifications, except as modified herein. Avement Pamoval c mtrac:tor shall inform and satisfy himself as to the character, .usnt_ty and distribution of all pavement removal. Removal of existing •_�. pavement *hall cover all types and thicknes-es of pavement. The con- tact price per lineal foot for "installation of wa%ur main" shall include full compensation for cuttinq 3r tine drilling, breaking and renoving all types and thickness of pavement encountered in this project. Neither separate nor ,extra payment of any kind will i,e made for storing, handling, hauling or manipulation of removed pavanont. C. Excavation The contractor shal_ inform and satisfy himself as to the character, yuantity and distribution of all material to be excavated. No payment anail be made for any excavated material which is usedfor purposes other than those designated. Should the :.ontractor excavate below the designated lines and grades without prior approval. he shall replace such excavation with approves materials, in an approved manner and con- dition, at his awn expense. The engineer shall hp-e complete control over the excavating, moving, placing, and disposition of all material, and shall determine the suita- bility of material to be used as backfill. All unsuitable material shall be wasted as specified. Excavation of every description, nlassificatfon and of whatever Substan- ces encountered within the limits of the project shall be performed to TS-Page 2 � `v � ht SPECIUiL.,.TECHNICAL PROVIS-JNS TS-01 GENERAL STATf.WNT This section, Special Technical Provisions, is devoted to features of on-the-site conditions which are peculiar to the facilities to be con- structed for W-382 S. 2nd Street, U.A.S. Project #9-1-102(17). Articles, and some materials, operations, or methods mentioned herein or indicated on the drawings as being required for the project shall be provided by the contractor, (except material which is to he supplied by the City of Renton - see Special Provision SP-03) and he $hull provide each item mentioned or indicated and perform according to the ronditions .. sta..ed in each operation prescribed, and provide therefore al: necessary labor, equipment and incidentals necessary to make a complete and opera- ble installation. - No attempt has been made in these specifications or plats to segregate work covered by any trade or subcontract under one specification. Such segregation and establishment of subcontract limits will be >Iely a matter of specific agreement between each contractor and his subcon- tractors, and shall nct be based upon any inclusion, segregation or arrangement in, or of, these specifications. The contractor and subcon- tractor in each case in warned that work included in any subcont-a�t may be divided between several general specifications, and that each general specification or sub-heal of the -ethnical specifications may 'nciude work covered by two or more subcontracts or work in excess of any one subcontract. TS-U2 STANDARD SPECIFICATIONS All work under this contract shall it general be performed in accordance With the applicable provisions of "Standard Specifications for Municipal Public Works Construction" prepared by the Washington State C)upter, America.. Public Works Association, and in accordance with the require- ments of the City of Renton, except as c•hen ism amended, m..difieu. or specified in these Special Technical Provisions. Iceme of work not specifically covered in these Special Technical Provisions shall be performed in accordance with the requirements specified in the A.P.W.A. Standard Speciacations, and in accordar, with the City of Renton requirements. TS-03 EXIST!NG UTILITIES If, in the prosecution of the work it becomes necessary to interrupt existing surface drainage, sewers, underdrains, conduit, utilities, or similar underground structures, or parts thereof, the contractor shall be respons.ole for, and shall take all necessary precautions, to pro- tect and provide temporary services for same. The contractor shall At his own expense repair all damage to soch facilities or structures due to his constriction operations, to the satisfaction of the engineer. TS-page 1 SCHEDULE OF PRICES (W-382) APPROXIMATE UNIT TOTAL ITEM QUANTITY DESCRIPTION PRICE PRICE 1 1400 LF Install 8" Cast Iron. (T.J.) Water Pipe Per L.F. (Words) (Figures) I 2 100 LF Install 6" Cast Iron (T.J.) Water Pipe S $ Per L.F. 3 18 LF Install 4" Cast Iron (T.J.) Water Pixie Per L.Y. 4 6 EA Install 8" and Smaller Gate valve Assemblies Per Each 5 4 CA Install Fire Hydranc Assemblies S S Per Each 6 4 EA Furnish and Install Fire Hydrant Guard Posts S S Per Each 7 1 EA Furnish and Install 2" Blow-off Assemblies S S Per Each 8 6 CY Furnish and Install Concrete Blocking S 5 Per Cubic Yards 9 260 CY Sl:rn Ls' n.' I -call Select Back- fill Ma --ial S Per Cubic Yards SPECIAL TECHNICAL PROVISIONS (CONT.I TS-09 RESTORATION OF SURFACES a. General Due to the fact this work is being performed in conjunction with the street widenino project, the extent and type of restoration will be decided by the Engineer or his delegated representative. Basic Requirements for surface restoration are as follows: Roads, streets, driveways, shoulders and all other surfaced areas, removed, broken, caved, settled or otherwise damaged due to irs.talla- tion of the improvement- covered by this contract shall be repaired and resurfaced to matr :he existing pa,,ement or landscaped area as set forth in Section 54, of the A.P.W.A. Specifications. b. Temrary 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 Engi- neer. 1 TS-10 TESTING a. General Hydrostatic s.ressure and leakage tests on the new pipeline shall be ' made in acc,:rda,ice with applicable provisions of AWWA C600-54T or C603-64T and Section 74 of the A.P.W.A. Standard Specifications, except ,T as modified herein. ;ri s; All equipment necessary to make the tests shall be furnished by the contractor and the contractor shall conduct all tests under the super- vision of the engineer. b. Pressure Test Prior to acceptance of the system, the installat.on shall be subjected to a hydrostatic pressure test of 250 psi, and any leaks cr imperfec- tions developing under said pressure shall be remedied by the contractor before final acceptance of the system. The contractor shall provide all necessary equipment and shall perform all work connected with the tests and conduct said tests in the presence of a Utilities Department Inspector. Insofar as practical, tests shall be made with pipe joints, fittings and valves exlosed for inspection. C. I,eakaae Testa Leakage tests may be required after the pressure test has been satisfac- torily completed on the new pipeline or concurrently with the pressure test. The hydrostatic pressure for the leakage test shall be equal to 100 poi. TS-Paine 8 A. �Y r. SPECIAL TECHNICAL PROVISIONS (CONT.) TS-07 PIPE INSTALLATION (Cont.) g. Fire Hydrant Aasembliea Fire hydrant assemblies installation shall be in accordance with Section 77 of th A.P.W.A. Standard Specifications. " n The Fire Hydrant Assembly shall include: 12" x 6" C.I. Tee (MJ x FL), 6" Gate Valve (FL x MJ), 6" C.I. Pipe Spool (PE x PE), S" MVO Fire Hydrant (MJ Connection), B" x 24" C.I. Gate Valve Box, and 3/4" Shackle Rod with accessories, and hydrant extersion where cared for by Engi- neer. Fire Hydrant guard post shall be installed where deemed necessary by the City Engineer and/or shown on the construction plans. The City of Renton Standard Detail for hydrant assembly and hydrant guard posts is bound in these specifications. Note: Only tLe Tee, Gate Valve, Pipe, Fire Hydrant, Gate Valve Box, ' and Hydrant extension will be supplied by the City. h. 2" Elan-off Assemblies Water main blow off iseemblies shall be constructed as sh(xi on City of � . Renton "Standard Detail for 2" Blow Off Assembly" as bound in these specifications. Galvanized steel pipe and fittings shall conform to the requirements in Section 72 of the APWA Specifications. Note: Contractor shall supply all material for the Blow off Assemblies. - i. Concrete Blocking General concrete thrust blocking shall be in accordance with Provision #2.14 of Section 74, A.P.W.A. Standard Srecifications. The City of Renton Standard Detail for general blocking is bound in these. specifi- cations. TS-(.8 WATER SERVICES The existing water services shall remain in service during construction of the new water main and until final acceptance of the required tests on the new main. Upon final acceptance of the new main, the existing services will be reinstalled or tapped into the new main and the meter boxes relocated where necessary, or as directed by the Engineer. They shall be installed as per the City of Penton water service specifica- tions as bound in this document. TS-Page 7 1 SPECIAL TECHNICAL PROVISIONS (CONT) ! i TS-05 PAVEMENT REMOVAL, TRENCH EXCAVATION. BEDDING AND BACMLL (font.) e. Trench Backfill and Compaction (cunt.) teats shall be selected by the Engineer. If one or more tests do not meet the specifications as stated above, additional tests will he taken as requested by the Engineer at the Contractor's expense. !3) subsequent Backfill: All subsequent backfill under street and +houlder areau shall be placed in lifts not exceeding 8 inches is loose le th, and each lift con `� p plcued to at least 95 percent of maxim:m dry density at optimum moist+:re content as determine by ASTM Designation D698-58T, Method D. In-place density determination shall be made in accordance with ASTM Designation D1556-58T, except as otherwise approved by the engineer. Testing for compactions in the improved areas shall be in accordance with the testing as stated in the section on initial back- ; fill. (4) Payment: No separate or extra payment of any kind will be mode for compaction, wetting, drying, water, or processing of materials, but shall be included in the applicable unit price paid for the waterline in place, come te. f. Select Trench Backfill Select trench backfill for the pipes shall consist of crushed or naturally occurring granular material from sources selected by the Contractor. The source and quality of the material Li.ill be subject to approval by tt, Engineer. Select trench backfill shad meet requirements for bark run gravel Class "3" as ou Llined in Secticn 26-2.C' of the Standard Specifi- f t The hcrizontal limits for measuring select trench backfill in place shall be the side of the excavation except no pay,r.�nt will be mrde for material replaced outside of vertical planes. 1.0 feet outside of and parallel to the barrel. of the pipe and not the bell or collar. Any excavation in excess of the above requirements shall he reclaced with the native material or select trench backfill, as directed by the Lnoineer and at the Contractor's expense. The price per curd shall be full ogmpensat.: , of selecting the source, furnishing and placing the material as outi ned in Section 26-2.01 of th^ Standard Sgecitications. TS-06 PIPING MATERIAL:, VALVES, AND LI,1TINGS All pipe sizes an shown on the drawings, and as specified herein, are in reference of "nominal" diameter, sinless otherwise indicated. All pining TS-Page 4 1 � SPECIAL TECHNICAL PROVISIONS (CON'�..j TS-05 PAVEMENT PEMOVAI, TRENCH EXCAVATION. BEDDING AND BACKFILL (Cont.) C. Excavation (cunt.)_ the lines aad grades necessary for pipe, bedding and structures, and as indicated on the drawings. Temporary drains and drainage ditches shall be installed to intercept or direct surface water which may affect the promotion or condition of the work. All excavated materials not meeting the requirements for Backfill and all excess materials shall be wasted as specified. No separate nor extra payment of any kind will be made for storing, handling, hauling or manipulation of exca�.ated materials. d. Foundation Preparation and Bedding f Foundation preparation shall be in accordance with the applicabi sions of section 73, A.P.W.A. Standard Specifications, except U. bottom of the tren^h must be shaped to uniformly support the bottom quadrant of the pipe 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 Specifica- tions. wet trench conditions will not necessarily be considered as an indication of unstable conditions. The trench shall be de-watered and an inspection made by the Engineer to determine the suitability of the trench material. All costs for de-watering shall be the resnonsibility of the Contractor. Bedding material shall be as required for Bank Run Gravel Borrow. e. Trench Backfill and Compaction (1) General; Excavated materials that are free from mud, muck, organic matter, broken bituminous surfacing, stones larger than 8 inches in dimension, and other debris, shall be used for Backfill except where otherwise required. (2) Initial Backfill extending to a plane at least 12 inches along the crown of the pipe shall be hand-placed, selected excavated material free from stones, hard lumps or other material harmful to the pipe. Initial backfi.11 shall be placed around the pipe in layers not exceeding eight inches in depth, and each layer shall be thoroughly compacted by mechanical tampers to at least 95% percent of maximum dry density at optimum moisture content as determined by Standa O Proctor Compaction Test, A.STM Designation D598-58T, Met;iod D. All works related to the testing of the compaction, including proctor tests and compaction den- sity tests shall be by the Contractor at his expense. Three compaction tests shall ba taken on the water trench areas. The locations of the TS-Page 3 . 1 i :i } r r SPFCIAL TECHNICAL PROVISIONS (CONT.) I - a TS-11 DISINFECTION i-, Disinfection of the new water system shall be required prior to comple- tion of the project and shall be in accordance with AWWA Specification C601-54 and Section 74 of the A.P.W.A. Standard Specifications and shall meet the acceptance of the.. State of Washington Department of Health. The initial concentration of chlorine in the line shall be 50 i4 ',)x?� pacts 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 appur- tenances, is required to conform with the specifications stated herein. I T4-12 CLEANUP During the time that the work is in progress, the contractor shall make every effort to maintain the site in a neat and orderly condition. „ I refuse, broken pipe, excess excavated material, broken pavement, etc., shall be removed as soon as practicable. Should the work not be mai.r twined in a satisfactory condition, the engineer may cause the work to stop until the "clean-up" portion of the work has been done to the satisfaction of the owner and/or engineer. TS-13 MEASUREMENT AND PAYMENT a. General i Unit or lump sin bid prices for all items shall include all costs for ) labor, equipment, material (if included) , testing, relxation and } modifications to existing utilities, and all incidentals necessary to make the installation compinte and operable. b. Installation of Water Pipe The price per lineal foot for installing of the water pipe, size and quantity listed in the bid schedule, shall constitute full compensation for the water line in plac:, complete, including: clearing, grubbing, stripping, all pavement removal, excavation, trenching, backfillinq, foundation preparation, compaction, pipe laying, jointing, fitting installations, sheeting, shoring, dewatering and excluding temporary restoration, cement concrete and asphaltic concrete resurfacing or patching. TS-Page 0 u SPEI;IAL TECHNICAL PROVISIONS (CONT.) TS-13 MEASUREMENT AND PAYMENT (Cont-) j. Furnishing and Installation of Crushed Rock Surfacing The furnishing and installing of all crushed cock surfacing material required in the street restoration shall be incidental to the contract. k. Furnishing and Installation of MC Cold Mix Asphalt MC Cold Mix Asphalt shall be measured and paid for at the applicable contract price, per ton, payment of which shall constitute full compen- sation for furnishing and installing the material in place complete. 1. Patching of Cement Concrete Cement concrete resurfacing or patching shall be measured and paid for at the applicable contract price, per cubic yard, as per Seetioi, 54 of the APMA Standard Specifications, payment of which shall consti- tute full compensation for the resurfacing, complete, including Sub- grade preparation, and all necessary incidental work. M. Patching of Asphaltic Concrete Asplaltic concrete patching shall be measured and paid for at the appl:cablc contract price, per ton, as per Section 54 of the standard Specifications, payment of which shall constitute full compensation for the resurfacing complete, including subgrade pzepara- tion, preparation of and connection to existing pavements, base course, tack coat; finishing, and all necessary incidental work. n. Partial Furnishing and Reinstallation of Existing Water Services The furnishing of the fittings and pipe necessary, and the reinstalla- tion of the existing water Services shall be paid for at the applicable unit price for each, in place, complete, which shall constitute full compensation for the individual water service as detailed on the improvement plans and in conformance with all manufacturers installa- tid-S. The Contractor shall supply all materials for the water services. The unit price bid shall include all costs to make the connection to *he water main, furnish and install the water service, and connect to the existing water meter. The unit price bid also includes all costs to adjust the existing water meter, as required. TP-Page 11 e SPECIAL TECHNICAL PROVISIONS (CONTs,)_ TS-1-1 MEAS)11.EMENT AND PAYMENT (Cont.) c. Partial Furnishing and Installation of Gate Valve Assemblies (1) The B" and smaller gate valve assemblies shall be measured and paid for at the applicable unit price per each, in place, complete, which shall constitute full compensation for the valve, valve box with extensions, if necessary, concrete valve marker, and for all other necessary accessories for a complete installation. Note: City to supply only the valve and valve box. d. Installation of Fire Hydrant Fire hydrants assemblies shall be measured and paid for at the appli- cable unit price per each, in place, complete, which shall constitute full compensation for tee, valve, valve box, spool, fire hydrant, stickling, installation of blocking, bracing drains, fittings, and all other necessary accessories for a complete installation. Note: City to supply only the tee, valve, valve box, spool and fire ' hydrant. i e. Furnishing and Installation of Fire Hydrant Guard Posts Fire hydrant quard posts shall be measured and paid for at the appli- cable unit price per each, in place complete, which shall constitute full compensation for a complete installation. f. Installation of Fittings flitting installations shall be incidental to the contract. g. Furnishings: and Installation of 2" Blow-Off Assembly The furnishinq and installation of blow-off assemblies shall be paid for at the applicable unit price per each, in place complete, which shall constitute full compensation for plug, or cap tapped 2", 2" galy. iron pipe, 2" gate valve, valve box, 2" galy. 900 bend with S" drain hole, 2" x2h" adapter (IPT% Hose) with cap and chain, and meter box, and ali other necessary accessories for a complete installation h. Furnishing and Installation of Concrete Blocking Concrete blocking shall be measured and paid for at the applicable con- tract price, per cubic yard, payment of which shall constitute full compensation for furnishing the material in place, complete. i. Furnishing and Installation of Select Trench Backfill select backfill shall be measured and paid for at the applicable con- tract price,per cu.yd.payment of which shall constitute full compensa- tion for furnishing and installing the materiel, in Is,o_ �, v,I,t, . TS-Page 10 V 1 l .. SP?'CLAL TECHNICAL PRUVISIONS (CONT.) TS-07 PIPE INSTALLATI')N (Coot.) d. §j21.cLla1 k.choraae All free ends, bends, tees, laterals And arty change in direction of piping shall be adequately braced and blocked to prevent movement from thrust by use of concrete thrust blocks, tie rods and joint harnesses. Concrete thrust blocks must be poured against undisturbed ground. Thrust blocks shall be provided at all changes in direction of piping. , In addition, all joints at bends or changed in direction, to a point at least three joints beyond the tangent point on either side of the bend, .,' . shall be provided with a positive locking device to prevent separationof the joint under full test pressure. The locking may be accanplished by use of tie rods and joint harness, subject to the prior approval of the engineer. After the pipe has been joined, aligned and permanently bedded, the joints shall be drawn up to assure permanent watertightness , p- but not so tight as to prevent flexibility to allow for sane movement caused by vibrations, expansion and contraction. p e. Connections to Existing Pipe and Structures Connections co existing piping are indicated on the drawings. The con- tractor must verify all existing piping, dimensions and elevations to assure proper fit. ' The Contractor must also provide any specials required to make a satis- factory cormect:ion. The City of Renton Utilities Department shall make connection to existing mains at the Contractor's expense. The Contrac- tor shall also be required to help the City forces with the connection at the discretion of the engineer. The contractor shall be responsible for the protection of all existing piping and appurtenances durina construction, and shall take care not to damage them or their protective coatings or imlair the operation of the existing system in any way. f. Valves and valve Chambers Valve installation shall be in accordance with Section 75 of the A.P.W.A. Standard Sfx cifications except as modi.. ad herein. (1) 8" and smaller gate valves shall include an a" x 2VI cast iron gate valve box and extensions if required by the City Engineer. Note: rate valve and A" x 241• oast iron valve box to be supplied by the City. TS-Page 6 SPECIAL a'ECHNICAL PROVISIONS (COLT.) TS-OG PIPING MATEFIALS, VALVES, AND FITTINGS (Cont l materials, valves, and fittings shall conform to A.P.W .k. Standard Speci- fications anc shall be in accordance with the city of R :nton Requirements. All pipe, valves, fittings, and specials shall be for a minimur.. water working pressure of 150 psi or as revised by City of Priton standards, and shall conforr to the requirements of the appli.cabl, sections of the A.F.W.A. Standard Specifications. TS-07 PIPE INSTALLATION a. General Pipe installation shall be in accordance with Section 74 of the A.P.W.A. Standard Specifications, except as modified herein. " All buried pipe shall be laid upon prepared foundation or bedding - material so that the bottom quadrant is uniforr.ly supported throughout its entire length, as specitied in Section TRENCH EXCAVATION, BEDDING G AND BACK FILL. S t The average depth of cover for the water main shall be 3'0", and the trench width shall be no greater than 30". .,ialpn b. Laying and Jointina Cast iron pipe aid accessories shall be handled in such a manner as to assure delivery to the trench in sound undamaged condition. )'articular care shall be taken not to injure the pipe lining and coating. Cutting of pipe shall be done in a neat, workmanlike manner with an approved type mechanical cutter without damage to the pipe. a Jointing shall be accomplished in accordance with manufacturer's recom- mendations. i c. Bends and Curves Deflection from straight line and grade, as required by vertical curves, horizontal curves and offsets shall not exceed the maximum deflection per joint as recommended by the pipe manufacturer. If the alignment requires deflection in excess of the maximum recommended, special bends or a sufficient number of shorter lengths of pipe shall be used to provide angular deflections within the limits a,' forth. TS-Page 5 f' I SPECIAL TECHNICAL PROVISIONS TS-04 CLEARING Pavement, or other street and road surfaces shall be cut only to the minimum width which will permit the proper excavation and bracing of the trench, and which will allow passage of vehicular and pedestrial traffic. All pavement cuts shall be made smooth, straight lines or to nearest con- struction joint, and shall be made with clean vertical faces. Removal of bituminous and concrete pavements and utilities shall he con- ducted in accordanc^ with Section 52, A.P.W.A. Standard Specifications, except as otherwise provided herein. TS-05 PAVEMENT REMOVAL, TRENCH EXCAVATION,BEDDING AND BACKFILI. a. General Pavement removal, trench excavation, backfili, foundation preparat.on and bedding for waterline and appurtenances s*.all be in accordance with the applicable provisions of section 73, A.P.W.A. Standard Specifications, except as modified herein. b. pavement !removal The contractor shall inform and satisfy himself as to the character, quantity and distribution of all pavement removal. Removal of existing Pavement shall cover all types and thicknesses of pavement. The con- tract price per lineal foot for %nstallation of water main" shall include full compensation fur cutting or line drilling, breaking and moving all types ana 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. c. Excavation The contractor shall inform and satisfy himself as to the character, n-iantity and distribution oS all material to be excavated. No payment shall be made for any excavated material which to used for purposos 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 con- dition, at his own expense. The engineer shall have complete ccn over the excavating, moving, placing, and disposition of all material, and shall determine the suita- bility of material to be used as ba xfill. All unsuitable material shall be wasted as specified. Excavation of every descriptio:o, classification and of whatever substan- ces encountered within the limits of the project shall be performed to TS-Page 2 1 F a dq s r r SPECIAL TFCNNICAL PRO SIGNS TS-01 GENERAL STATEMENT This section, Special Technical Provisions, is devoted to features of on-the-site conditions which are peculiar to the facilities to be con- structed for W-382 S. 2nd Street, U.A.P. Project 88-1-102(17) • Articles, and some materials, operations, or methods mentioned herein or indicated on the drawings as being required for the project shall be provided by the contractor, (except material which is to be supplied by the City of Renton - see special Provision SP-03) and he shall provide each iten, mentioned or indicated and perform according to the conditions stated in each operation prescribed, and provide therefore all necessary labor, equipment and incidentals necessary to make a complete and opera- ble installation. ,,, v;;tys No attempt has been made in these specifications or plans cu regregate work covered by any trade or subcontract under one s; .cification. Such segregation and establishment of subcontract limits .11 be solely a matter of specific agreement between each contractor and his subcon- tractors, and shall not be based upon any inclusion, acaregation or arrangement in, or of, these specifications. The contractor and subcon- tractor in each case is warned that work included in any subcontract may be divided between several general specifications, and that each general sl,ec7f4cation or sub-head of the technical specifications may include ;t work covered by two or more subcontracts or work in excess of : y one subcontract. a TS_02 STANDARD SPECIFICATIONS p< ., All work under this contract shall in general be performed in accordance with the applicable provisions of "Standard specifications for Municipal „ Public Works Constructior" prepare? by the Washing-ten State Chapter, American Public Works Association, and in accordance with the require- ments of the City of Renton, except as otherwise amended, modified, or specified in these Special Technical Provisions. Items of work not specifically covered in these Special Technical Provisions shall be performed in accordance with the requirements specified in the A.P.W.A. Standard Specifications, and in accordance with the City of Renton requirements. TS-03 EXl_9TING UTILITIES If, in the prosecuti,, i of the work it beomes necessary to interrupt existing surface drainage, sowers, underdrains, conduit, utilities, or similar underground structures, or parts thereof, the contractor shall be responsible for, and shall take all necessary precautions, to pro- tect and provide temporary services for same. The contractor shall at his awn expense repair all damage to such facilities or structures due tc his construction operations, to the satisfaction of the engineer. TS-Page 1 3. i TABLE OF CONTENTS SPECIAL TECHNICAL PROVISIONS Section Description Page T TS-01 General Statement TS-1 TS-02 Standard Specifications TS-1 5 *• b SQ l4 f, TB-03 Existing Utilities TS-1 "' • •Y;1"."vYi� TS-04 Clearing TS-2 y. TS-05 Pavement Removal, Trench Excavation Bedding and Backfil_ TS-2 „ f" TS-06 Piping Materials, Valves, and TS-4 Fittings TS-07 Pipe Installation TS-5 TS-08 water Services TS-7 i TS-09 Restoration of Surfaces TS-P Z. n TS-10 Testing TS-8 TS-11 Disinfection. TS-9 TS-32 7leanup TS-g TS-13 Measurement and Payment TS-9 y f n e 1 r May 9, 1972 To: Ber McHenry From: Ron Olsen Subject: U.A.B. Project 88-1-102 (17) S. 2nd Street 1 The construction of this street improvement project will require the j relocation of the existing watermains in S. 2nd Street from Whitworth Avenue S. to Lake Avenue S. - - The resign of the new watermain, as to size and appurtenances, is based on the design require-rents of the Washington Survey and Rating Bureau (which is a part of the City of Renton, Water Utilities Ordinances). A copy of the design criteria and the City Ordinance are attached here- with. The material estivate on this installation is approximately $8,955.36, tax included, with the installation estimated at $7,875.00 tax included. (The installation is based on 1500 L.F. of main at $5.00 L.F.) There will be some temporary concrete and asphalt restoration on this project, and an estimate of this restoration is $2,100.00, tax included. There are also approximately 9 water services that will have to ba re- locar1. The estimated costs for these relocations is $800.00. And fina the estimate of engineering costs is $1,400.00. The total estimate of cost for this watermain relocation is $21,130.56. I would like to request the U.A.B. rrojert to provide the necessary 1 $21,130.36 to aceanplich this watermain relocation. ROzpip i r 1 May 9, 1972 Too Bert McHenry I � k Frame Ron Olsen , > Subject: U.A.B. Project M8-1-102 (17) S. 2nd Streot y tea. The construction of this street improvement project will require tie relocation of the existing watermains in S. 2nd Street from Whitworth Avenue to lake Avenue S. The design of the new watermain, ae to size and appurtenances, is based onthe design requirements of the Washington Survey and Rating Bureau (which is a part of the City of Renton, Water Utilities Ordinances). A copy of the design criteria and the City Ordinance are attached here- with. 0 The material estimate on this installation is approximately $8,955.36, JI tax included, with the installation estimated at $7,875.00, tax included. (The installation is based on 1500 L.F. of main. at $5.00 L.F.) There will be some temporary concrete and asphalt re_!:ortion on this project, and an estimate of this restoration is $2,100.01, tax included. 7 There are also approximately b water services that will have to be re- located. The estimated costs for these relocations is $800.00. And _ finally, the estimte of engineering costs is $1,400.00. y} The total est:,mte of cost for this watermain relocation is $21,130.36. A r I would like to request the U.A.P. Project to provide the necessary f " $21,130.36 to accomplish this watennain relocation. RO:1.mP :. ..,_ b k F ._ t 4 May 9, 1972 To: Bart mCrAftry From, -:on Olson subject, U.A.B. Project r9-1-102 (17) S. Street The construction of this street LsprovWmt project will regeire the relocation of the existiDq wateraalns in S. 2nd Street ftcm Whitworth Avenue S. to Lake Avenue S. The design of the now watemain, es to site and appurtenances, is based on the design rsquirmests of the Washington Survey and Meting h.raau ;which is a part of the City of Renton, Water Utilities Ordinances). A copy of the derign criteria and the City Ordinance are attached here- with. The Yteri4a estiMate m this installation is appromimataly $8,955.36, tax included, with the installation estimated at $7,975.00, tax included. (The installation is based on 1500 L.P. of main at $5.00 L.P.) Then will be soar temporary ac -Im and asphalt restoration on this project, and an estimate of thi toration is $2,100.00, tax included. Them are aloe approxiastely 8 we*... services that will have to be rue located. Ths sstLrated costa for those nloeationa is $400.00. And finally, the estimate of engineering costs is $1,600.00. The total estimate of Coat for this watemain relocation in $21,130.36. 1 would like to requart the U.A.B. :roject to provide the necessary $21,130.36 to &C':mp1L1h this waterasin relocation. AOrprp i � 3 CITY OF R E N TON NO OOL4);� DATE May 10, 1972 REQUISITION TOTAL AMOUNT JEPT WATER MAINTENANCE VENDOR ACCOUNT a302 1 542/13/63(5U) AMOUNT $27.20 Pacific Water Works Supply Co. Inc. ACCOUNT• 301 542/13/63(50) AMOUNT. 3.02 2900 first Avenue S. Seattle, Washington 98134 QTY DESCRIPTION IN DETAIL f 1 6" C.I. x 6" A.C. Transition Coupling 28.78 (Smith Blair #433) @ $28.78 Sub Total 28.78 5% Sales Tax 1.44 TOTAL S 30.22 ❑ PURCHASING TO ORDER <-✓ AUTH By � a. . 1 _1, S. 2nd Street CITY OF R E N T 0 N IvO. OOH ��_ DATE May 10, 1972 REQUISITION TOTAL AMOUNT DEPT WATER MAINTENANCE _ VENDOR ACCOUNTS. 302 1542/13/63(50) AMOUNT 12-049.75 Pacific Water Works Supply Co. Inc. ` ACCOUNTII_301 542/13/63(50) AMOUNT 227.75 2900 First Avenue S. Seattle, Washington 98134 A OTY DESCRIPTION IN DETAIL 3 8" Gate Valve (M)xMJ) @ $128.45 _ 385.35 3 8" Gat: Valve (MJxFL) @ $123.30 369.90 4 E" Gate Valve (FIxM)) @ $79.20 316.80 10 8" x 24" C.I. Valve Box @ $14.10 141 .00 4 5" MVO Fire Hydrants (MJ Connection) @ $239 nn 956.00 Sub Total S 2,169.05 5% Sales Tax 108.45 _TOTAL 2,2 77.�3 As per bid(Material) award, y city Council March 13, 1972. OPURCHASING TO ORDER -- AUTH— _`p II, i d. � Page 2 _ No. OC+ yI� C ITY OF RENTON ' DATE REQUISITION TOTAL AMOUNT DEPT VENDOR__--- ACCOUNT t _ _ AMOUNT I ACCOUNT • AMOUNT I � OTY DESCRIPTION IN DETAIL 16.95 1 4" C.I. Solid Sleeve (MJ,LP) @ $16.95 40.70 2 8"x6" C.I. Reducer (PExPE) @ $20.35 _ 17.65 1 8"x4" C.I. Reducer (PExPE) @ $17.65 j$6,105-C9 2 8" C.I.. Plug (_ M1) @ $12.20 Stla TOTAL 5% Sales Tax • TOT,:I As per material bid awarded by City COUA W March 13, 1972. R i - P PURCHASING TO ORDER AUTH BY 1 r i + r S. 2nd Street C I T Y O F R E N T O N N0. _ 00 �1�0 DATE May 10, 1972 REOUISITION TOTAL AMOUNT DEPT WATER MAINTENANCE VENDOR ACCOUNT a 3D2 542/13/63(50) AM ouNT $5,495.12 Pacific States Cast Iron Pipe Co. ACCOUNT• 301 542/13/63(50) AMOUNT 610.57 211 - oth Avenue N. CITY DESCRIPTION IN DETAIL Seattle, Washington 981098. 400 LF Cast Iron Water Pipe (T.J.) @ $3.28/Ft. 4.592.00 100 6" Cast Iran Water Pipe (T.J.) @ f2.30/Ft. _ 230.00 18 LF 4" Cast Iron Water Pipe (T.J.) @ $1 .53/FT. 27.54 1 r C.I. Cross (M)xFL) @ $113.50 113.50 2 8" C.I. Tee (K1xFL) @ $69.20 138.40 4 81'x6" C.I. Tee (M)xFL) a $63.95 255.80 2 8" C.I. « 1/20 Bend (K)xW) @ $35.65 71.30 2 8" C.I. 11 1/40 Bend (K)xMJ) @ E35.0 71 .30 4 6" C.I. 22 1/20 Bend (K)xK)) @ $25.30 101.20 2 4" C.I. 22 1/20 Bend (MJxMJ) a E17.b0 35.0 1 8" C.I. Solid Sleeve (K),LP) @ $31 .00 31 .00 2 6" C.I. Solid Sleeve (MJ,LP) @ f23.80 -- -- 47.60 —— --- OPUR-:HASIND TO ORDER AUTH BY i i 1 r z s r .r. ?age 4 responsibility for faulty materials or workmanship. The Contractor shall be under the duty cc remedy any -facts in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from "'a daL_ 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 each sub-contractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, repurts, estimates, records and miscellaneous data pertai.ung to the contract as may be re- quested by Lhe City from time to time. (10) The Contractor shall famish a surety bond or bonds as security for the faithful performance of the contract, including the payment of all persons and firms performing labor on the construction project under this contract or furnishing materials in connectior. with this contract; said bond to be in the full amount of the Contract Price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. (11) The total amount of this contrs.t is the our. of which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "general conditions" of this contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has 4ereunto set his hand and seal the day and year first above writter. CONTRACTOR CTTY OF RE''NTON w Mayor _ ATTEST: _ City Clark Psge 3 said contract such materials, m.,chinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. (4) The foregoing provisions arc in addition to and not in limitation of any other rights of remedies available to the City. (5) The Contractor shall holm and save the City and its officers, rgents, servants, and emjioyees harmless from ary and all liability of any nature or kind, including all coats 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 manufactured 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 perry under the contract shall be in writing and shall be dated and signed by the party giving such notice or by ' its duly authorized representative of s.,ch party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States Mail, postage prepaid and registered. (7) The Contractor shall commence performance of the contract on the day of 19__, and shall complete the full performance of the contract not later than _30 calendar days from saiu date of commencement. For each and every day of delay after the day of ec �pletion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of One 4Un red D011ar5 (S100.0Il) __..__/ as liquidated damages for each such flay, which shall be paid by the Contractor to the City. (8) Neither the final certificate of payment nor any provision in the con- tract nor partial or entire use of any installation provided for by this contract shall relieve the Contractor of liability in respect to any express warranties or /y I 1 �Y page 2 (a) This a,;reement (b) Instruction to bidders (c) Bic proposal (d) General conditions (a) Specifications (f) Maps and plans (g) pad (h) Advertisement for bids (1) Special contract. provisions, if any (3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this contract, or any extension in writing thereof, or fails to complete said work within such time, or 1f 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 S� on account of the Contractor's insolvency, o: if he or any of his sub-contractors should violate any of the provisions of this contract, the City may then serve written notice upon him and his surety of ics intention to terminate the contract, and unless within ten (10) mays after the serving of such notice, such violation or non-compliance of any provision of the contract shall cease and satisfac, _y 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 of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contrac- tor and she surety shall have the right to take over and perform the contract provided however, that if the surety within fifteen !15 days after the serving upon it of such notice of termination noes not perform the contract or does not co®ence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the contract and prosecute the same to completion contract or by any other met .;d 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 such event the City if it so elects may, without .iabillty for so doing, take possession of any itilise In -saq,leting r' • z THIS AGREEMENT, made and entered into this day of 19_, by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referi_d to as "CITY" and _ hereinafter referred to as "CONTRAfTOR". W I T N E S S E T H: (1) The Contractor shall within the time stipulated, (to-wit: within 40 calendar days from date of execution hereof as requited by the Contract, A ' of which this agreement is a component part) oerform all the work and services requirea to be perfm nod, and provide and furnish all of the labor, materials,appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and in- stallation work in a workmanlike manner, in connection with the City's Froject (identified as OA8 8-1-102(17)No. W-382) for improvement by construction and installation of: S. 2nd Street from Whi•vorth Avenue South to Lake Avenue South. All the foregoing shall be perfoi ed, 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 agre" and stipulated that said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction avid installation or performed and completed to the satisfaction, and approval o° the City's Engineer as being in such conformity with the plans, specifications and all requirements of the Contract. (2) The aforesaid Contract, entered into by the acceptance of the Contractor's Lid and signing of this agreement, consists of the following documents a: of which are component parts of said Contract and as fully a part thereof as if herein set out it full, and if rot attached, as if hereto attached: i r i l SCHEDULE OP' PRICES (W-382) A,FNOXIMATE UNIT ITEM )UMgITY DESCRIPTION P.P4CE PRICE 10 80 CY Furnish snd Install Cement Concrete '- Surface Restoration Per Cubic Yard 11 42 Tons Furnish and install Asphaltic Concrete Surface Restoration S S Per Ton 12 6 EA Reinstallation of 3/4" Water Service S S Per Each 13 _ .A Reinstallation of 1" Water Service _ S S Per Each 14 1 EA Reinstallation of 15" 'later Ser- vice Per Each 15 1 EA Reinstallation of 2" Water Service Y`___ 5 Per Each Subtotal 59 Sales Tux '$ TOTAL $ .._ _ THE UNDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJ_',CT IF AWARDED HIM. WITHIN TE`7(10) DAYS AND TC COMPLETE THE WORK WITHIN THRITY (30) CONSECUT' CALENDAR DAYS AFTER STARTING CONSTRUCTION. ',ATE: THIS DAY OF 1972 SIGNED TITLE ADDRESS ML EAST VALLEY FROM S 16TH - S 26TH ST 11_384 I I ISSy fOySyGFlY" SYjWAY mR. HASH. f1071 f M. A. SEGALE, INC.] BA 1-41 DATE DTO: { DFIJM TO: I cuaYrmrTru.mt taYc ca as�avr,or r+uct �,*� t T." —^l— L _._�_...... roY�. AYrt. ' S 4 y.W1Y.Ny y.Yd MW At A.SrONl.1NC.,.N1 M NO b26826 .. f-,.M..,... ..Y. ,.,... . j w.MN Iw.d.bsn r Mw n•.-Nw u} k 4 IAq,{I YVWAT LLMT. WA{Y 11071 K A. SEGALE, INC. _ NA &IM DATE /7�J .. . SOLD M. I MV.ff WUrW Ulf. I __ Orm sirYoii wwk .+. .wn 0"WV++ j wfu memo« P,. ft p o A rw..N , „X6 f ISM OWWA3 M*A4FWAT aMFF. MAFt OM `tp M. A. SEGALL iNQ. k BA F•M ",D T ....................... .._........... . ... DF1NF71 TO: CiUAM}lT G7.'rUl' TOMS am Nook,," PWO= — w DA Wr nux: warsrr ua - --- �..-.... '.ALA TAX TOTA. Art I »'w ow 126817 M IIeG4 M NM Iw»N N r»yyyNy,Mown,<IM»V rsW. rpa.lwy M Mw1I YAMW �n 1NMIYy , �MM»I i:iN Nw.ns»NM pnw»w 10" OVAINOCNANW4NUPWAY Km. 'NAY( I" M. A. SEGALE, INC. EA Lboo DATE 7 /-. ' Ua1v,A Ta 4-:l _ .. I a t — J WINf}R' CV •M TOML bdf#1}IOM ►AKX AIIdM -. 7j{t raM�MYO - __nNnc wader ux mx'c sy _A_MO uM — "Alm TAX earA.+mr. 126312 `Ibyl.it b r b.a1.�o IMdh/y,II11w.�.y� i+w«a iNrM.f.o+.en.nw.rnr�wr SOMCERNS UAWWAT 1zw, MANL MM► ! M. A. SEGALE, INC.- NA a1:7Q, . ._.... - SOLD TO, �- t DM" TO: i AMa•— _ nX�ac wrxDe us --f- •'AUZ TAX ' !! 701A.AMR. I 1 1 Q. Mal M •. µGAM,11C..RM MI 2 6 8 i•NYi ^i41 W ,..w aM 0 M M.w Iw•^+•plop•w,�.�nw ' p�4 .oriTw/ M II.AI• M•I/•� N �pMw waht:ll IM•p MP•M MM M•••� t - IMM�SONINCZNW*FWWAT XM. WA9K +roof M. A. SEGALE, INC. SOLD T .L CC ......._..... Df1.Im TO.. rSd(G G(Gd[lv�.. WAIff1R Cl1.nMi TOw am I wata1wwm M= AMOM saw ow -Qww wowa"Waaw La t tI --+,,— t�c._`•. 7txA. AML t— I 12980• . I*1M•Ip pry d'/.wr 10/1ryWyry, "-* p,'Yi. roJ.Ud p p,. p�OMtY �•, WwM7 •Mn��M lyy/,W..n rlyy pMNM INN /91.4C=nW-PA"AT 1VM. MASK N031 f K A. SEGALE, INC../ BA &3200 DATE, SOtD DELJVFh TO: wAMRT Ql.+nA rew 09CIIOTIJM. PMU2.A�c AYOVIR _ — Gowd — _._ _ . UP ra gpOM W VAR uc_ Tour trrrrnrt ua wwcw�cai J *. c r AWWiff «_..�. .. AV- TAX AWC �! lEiBAi A. A. ![oAr.WC.a.. M AA4 AM wT l w 10 I.eArLwy.Ae.r.,Jlr M. .MYs. ,....q . I.rN, .n,.n, . .N�.... r 100I0 60011PCIIIIIIIIIIIIIII MUWAY KUff, WAf0. NMI IMI. A. SEGALE, INC. OA 63900 �) DATE JJi SOLD TO: 'L 4 lleere4 ......_ .... ... ........ ..... .r�rl' ...... ................ D©tip Ta. �. c ................ ,Wad tm ""X!S "MqR Lm. _ lac wl",J�ac Mir�'—_- ._. .__...tAl aver - ....r..._,... -.._.../ w AM. Ntf 26794 M M M�M+�0�1.wnu,MI�K A. N4NR.iN4..M awl • Y M IYi.1✓sn,M..nW r...A•.rN.ry. �e�rl, r..q Y4 +ylyl.l INM.Al.w mn�tw mM�,Y 1 efit fA _ n44 rn t9i sv� rKl -- . �jnR„ p ZelAL 3 �• u 7N 1ND Svc AkV 1�010 Z:IWICI.'OR►Jr ^AACNA4 • _ SENT, WASK moll M. A. SEGALE, INC. 1 6A652Wj / r DAM._:_ . . .... E &XD —,0 w�C L Ln1wr�ja7S J r �T'1 AAV Xi ..... DII.[V+3t TC �- mil', ..J/............. 1 WANIITT a.nsl -J+n NS D=Cxymlm PMM ,Uff ate_+ Pig— =n7 , r Hl- rrr sr N! 127160 ""» .•r w..e a e M MWte.uuc .®w awr.H IIwI.Mo•a..•»�rhw , k 10010 SQVMrCW I ?AAiWAT a. AAm I= M. A. SEGALE, INC. MA I-mo DATE r .... ' 5b1A 7171,,�1y Wit. ............ ....................,.... .......,. ; OUMRRT CV,rri 7016 i M" P.MOUM -�_ Good Tq rt r + Vamm - hECD sT ,: AMJOMT 5ALa TAX NO 127189 .....:.tea... k "aril.1w-, d 1/ w U"fmw"W"aI l*b ryl 00 a WM/r whk nril..,r w wi--ft r+Mn ro INlw.w S r) '• �M.A,1 Yw1 rY,w+r Nw rnr.r 1 1wr1� tartrcartrx vAALWAr cart:, W?JIL raw Me JL SIG ALE, INC. RA 64 W DATE.. J SOLD 'r4,r'kt�*"r A...... . .... .... ...... E i 1X7I9YfI� Q1.T!d UZ `a1K ;✓,EL^YM VIL'Cf now iMl yy� — r -CL seaSET - _rAwx _ I IY TAX err. or" WIN heW•p7 1H forW MY rvJew-WASN wr�bW�.14+-r4 ter SAW me f w'4MIV �^ JrYYM .. B rJ IuN/Jwo w IM ww1nr K JL SEGMLE. 1NG: •_ + BA I.;-jm .ca Ma vt� PR — ' ; raw to 'Pow UK @eft9b. 127162 .a eee..r >amw pw p b ASSOCIATED SAND & GRAVEL Sg C7 COMPANY, INC. • NRM DIVISION P.U. BOX U870 • ib:✓J bl)MHCENTER PARKWAY • TUKWILA, WASH, 98185 SEAMS • (206) 2 a2000 P%IRCH 1! ORDER [ — ORDER SI CYfTCY[11 300260-00.4_ DAT[ [ y 15 72 .w YPAMI< CCLUCCIO CONDIT PJ PUMT CFATTLr WA Sell® YOOJ - - ---_- ---- --- --- a s OYANTITY YM ZSCIVIPIYMI __ JUw,T PIhOt AMOUNT __ ,S4r. L[S. MC COLD MIX / TONS 51 HDARO M1% ,. TONS SCHOOL MI% .i • [ ' *O!4 TOPEKA Mlx NE LO SNEF! TOP MI% TONS STATE M-CIMAYM nAu TONS ASPMALT MATO WE GAM EMULSION OAM TRUCK NO. RfC[MI[D b� '-- TAX ITICKET. n13438 ACCOMPANIED BY MY �y C'JSIOMER COPY TC71LL 8 ASSOCIATtO SAND & GRAVEL 1 p 8ES COMPANY, INC. . NHM DIVISION `S P.O. BOX 88870 • 18:OD SOLANCENTER PARKWAT' • TUXyHiA, WASH. 981BB ._!a-. SEATiLE • (Me) tay.]80p PUKCHASL is CUATOM•:Y. ORDER 'DATE 1) FRANK CJUCCIC CO_NST 9 15 7` PUNT ? r�YAiID AARx ------- zrA!TL[ VA 9H118AYt TUKWILA -- ---------------- ----- -------------------------------------- La raal M[NYW[N OUIIIT ry _ _�UNR-DEfC11►pON—�-----_��_, --___� — MC COLD MIX-- - -- TONG STANDARD Mix TOMS SCHOOL Mix IONS TOPEKA MIX --- TONS $WIT TOP AUX TONS STATE SPECIFICATION --- TONS ASPHALT TREATED EASE GALS, EMIRSION DALE. 85-1 D ASPHALT TRUCK MO RXC[IVM w X� �' 1 E (] ^ CLAIMS/pR ADJUKTM[NT MUKT[[ L — (.�J f� ACCON/ANIM RY TMIY i1CNR. .i CUSTOMkR COPY 4 p ASSOCIATED SAND & GRAVEL 56E T' COMPANY, INC. . NRM DIVISION Y.J. !OX EA10 • „SW SOUTNCENTER PARKWAY, • TUKWRA, WASH. "In PURCO 1[ ORDER NOO _ORDER . SK CUS10RJ•_.. ---- 300260 00 4 -__-__ ______ .__ .______ __ TRAM! E __ _ ____..____ OATK, � IT 7�,`cL000IO COMST CO PUNT -LWAJtu-pA"-*"---------- ru!cvt 3EATTL_ VA 2811a L,A ------------------------------ ---• 2501 ------------------------------------- i DUANTfTY UNR. D[9CRIPYIDM ."i ...-•- UNi PRKI ANOUNT-�7_ LSS. MC COLD MIX TOMS STANDARD MIX TONS SCHOOL MIX TONS TOPFKA MIX told SHEET TOP MIX TONS STAIR SPECIFKATION TOMS AXPKUT TREAT® SASE 0A11. EMUIMJN GALS, 65­100 ASPHALT TRUCK ND. �TR[O� !Y _ TAX 14 912 4LAI X�Y TM,o�" CUSTOMER COPY L � 1 i .ccou�T—coot . . Ew rr- tuo . Mo., .T rR TRucx PLr+* (T x? ITRIP --_ f O 7 I4 lPAL AT IM SOLD TO: s NL LOKJ DELIVER TO: P.O. JOB-LOT-ETC. 1RMT ^{{I IIVA l.l_ I • 1 !UNLO — -- .max w YMO RRtGL AMOUNT �� w A. ISLU%VI 1 VS 1 P(,1 RMIt 5 / u rCi 0 NTURLr <� y 1 2 2 3 • L 5 R[T 1 4 F oz.✓.s• ors wn •�• OI.OiI ORO ma Yt.N 7 Rpl iKx .[R 3.C% Nor v.1LR mI cr AEA of "AN.,�uwN- sKw nE cLM[Rt 20001 200L2 20003� 30004 1-- 20005 —_20006 WNwuM LOAD 5 YA rxxos L>tt"A NwL 30001 � _ .� +:.si..wno aA%Nruxav wAuw.<aM[nr wxs�12M . ceM[NT i0001 —_ 50002 I 50011 J___ x x 10 P[cn ExPANMM JOINT 64 _ . ----•-- E50 CUTS ES000 I. •ELT..L MR — i [pxx z,,0MNo xIa430sA { -- SACRf sxwo 430f20 •� �/VI I{/l ORAN� >lE MAORIYLL sACRS EiIV ,[L 53010 .. 20 53 r ( i SUB TOTAL i _ TA% C. TWI dJ[ vM�YN t�O[J WIPY __ oAis i„Nsn%IE - TOTALTONSWAV REAttON OFFICE `" • ' °°° DELIVERY TICKET AL OwPOPtU L oyaR MIOW%Y DI/KE ..CwwouR+b w o✓Rv.e�.tw.o .<K+xn •. EOU Is a, ACCOUNT COO[ SAIB 1 CALLED MO aY YII TRUCK ILANT_ STABT TIMP t7LI, Al ARIwY[ SOLO TO t N[Loea DELIVER TO: /.O. •lOY LOT ETC. AT" • Q ,^ IM041M UMUDAO BACK w YABD wNICE AMOUNT ARX sLUAr w ---- ---- i. W VM 8TD HvaRLY { VL r IFA 14JT LTWT / cwKxT 0 1 �..3 ✓y L 1 2 2 3 4 s � rAATW o:w[z oz Rrer ors ANt� rARIN �. cALFNN WITn ] rtw sArn rtw sAcn rQny 1EA wnr uaaRnK AEA v <tAWXT of uARNT te.n ar czrz NT YqT W.iv . 20001 20002 20003 20004 20005 20004 cunt YAROS EX NAUK 30001 AzwBzur LOAu S rARDS CEUCNT E.A tT.MMAD SAX XVUIKY RBLe[YL! clw-T Y e OVLK A[ i -- wool E0002 A $0011_.___L__ 800t2 n[us [XwANSMW 1dNi —E4 / `, % % 10' —_ FEET BE BAR CUTS woo SACKS SAND CONtK[TL to zo IUFaKFw[iANa 43010 13020 % 43030 SACKS GRAY[_F, 53010 — TT 20L 53030L _ — i !UG TOTAL lY[out wAT[R.aatO cUSTOM[Rf �� __ uuX '�'� TOTLL -� mijP56-110'N=WAY RENTON OFFIC- E �__—_ rRBS"" " °°° DELIVERY TICKET r��....r.w..rri.�.w .eX. .n+• � .o Ao.xK-wTXTo.. ww .wCK YraeAownew[ -frwraTrtw.upY(4cw+[ FWIIL OwwORiIINITV[tMLOY[K MIDWAY OFFICE A, A "TON L FL'J4::?Y TIC:<FT -- MwwAr STO N EWAV r+'k �Ty=<�Gt h4,.. MARE VALLEY _TIIAI P.O. BOX $09-RENTON, WABMINGTON 90055 AMW[ --- ATXW INMH '''��T'TT�� AcC { f.C.kl UWLOAO • ~ AR. j t.MA{It GATE NAM%RT 0 �f.IlL YAW ..»cLwo S/00/79 67! EouALarRanuWnYCMnae! vuRcwu ORCIER w ►, cOLhCCiO �� ���::. .r.r�:::�r r nARur.TWe�A.Lw�ee wA.Awo UAW IIa1C[ A6AOUe3 i 6 @ {O reruwLv • 9 1 v: vn MA of 1 z 3 { LIM eM x rUS fKf.NM WRM W.A� O I r WATLW CXLOIUOL ALA I RR LA<M I KR Lcx 1qT O CLMLMT'f� O!Cf MEXT R YARI{ EXTRA HAUL 3��0/ MMMUM LOAD!YA1e0{ LXT y . KD T r MYIg1LY E0001 bbf ! GOMLWLf[ Y IIMf 91rIW1NL �— 4"10 ^ leOlJ .]IUO ✓3 .—�.�— _- "A MAYLL fAM 6RAVLL !be• !bx !bb FXPA=XXUT 84 ! /f X A X10' _ IL �- ! � Gun t800o --- SUS 9 NO• { INATTUCR _TOTAL TAX TIL3CM MO. RwMt Af4VM ruT4 TM!OU[ WATd AOOFO �—� L AT L r L 4 tWV-jP!"W=M aASMAY tuff. WAWL N001 M. A. SEGALL INC, BA &32M •fi' DATZ7—...,-?S;�2 .�oED ro: GC c. V9AMTRT C"T----c MS SZE ppp�lPnOM vNYz AMOut�t --_anoss we�tr us. _ _rntxz wemrr rss arsro ay A,saBr .. .._- .. SAL TAY �.- III _ mM Arc 1 ! 126890 '.k Wmit"fi,W. d", K .tOA,F.� .0 b•4*6 em any dewog.a A,r.bb",Pr <r tl .eik., rmd.oy r w+.k o-eewny •n dNbe,ke B PnIM•1I f�I.d V yA p.IFM Ylewly., I EQ14.$Y"CORBI*A41WAT MM. WAM �IBBI M. A. SEGALE. INC. } BA 6940U DATE SOLD TO: ............. MJVER TO, i QUAXWY -V gloms AMOUW �G.VrL y l 1N ow —._— T_ww.— _,_TPtICL WFlliiil'IJlB 7C N p2m)BY °AU5 7AX �_ fF NY+.+kd'1+ag.aMalrA.LEOAIE.INC., WNw. i V i M IwMa 1v anY�ai+aP.ro ArWb'ry.Eewa dK wM .a'Ls. wve.w w wn.+. aropM : d.irv.rMp no+w:.l IM.d.bov.an�A.y anmx� 11Q1�.b UfNCf716`yAyfWAT AM, WABA B8071 M. A. SEGALE, INC. ' 4 BA &MO DATE../ SMTO ..'1i'- /.G.GIi............................................. 1 WSW. nu 7Ycu.T* 20M 568��ppfGlASiON PNFQ AWDM WT � ---�-�- MICA"m _ f NT7D By AIKAM lye fOTA. AM. 1 268O Fl tt h pwilkelly oBwed N.o.M.A. SFG VP,INC..wiB.el 1 L V 00 J pr Ilubb kw may dowapr lu A,�obry. Ibwn,ah Md� malYc. .mdwoy o. a�otr D'a»�-�ro .n ed�w.l.p B rwF��rl Iwrd r6ow rFw onm,w. 1 FM ►A/,�WAT 1®R. NAM /M71 A. SEGALE, INC. MA 6-WO DATE 7—i2 saD To. ............. DOM OUANTM Ir V sm mnom RAC AM�.B Tp Bo8 CWoss NET— i ,/-% AMOUNT SALES T'.A I� "nf AWL dw'w 126848 nY,B.oAooBrwr+ erhr Lb.r Bow. . �D yIYYb Yr mr do.o9 H wow.. oow�r ,. adY.«w i CIF Eoil%REW -OMWAE [DR, WAM NMI K )L SEGALE. INC. ^�77- t !A &M DATE � �.li .... SOLDTO:( 14;95r .Ia. ................................................. DELrVM TO r Sur vuAEEEm a..M4= oaca rwx P aft" AE:C'P DT _ AAIO��AR F fENA.AAIT.' T S�>7i iVAJI p p �K -`0 `29884 x 4 wl,w a d. XM K A 3E6AM.INC.,ov ry r 1 Ov 9 M iMM br q'domaN�a�n rhb�n. dol— auy rb. wlNe reee.a « ,.•wm. ww.'N In d.lh..irq 8 ' ns w Iio W above m ur or��. 1 ti 11p1�&-QM ENM BYWAY EW, WASK Ma /K A. SEGALE, INaC. BO -7 BA L a DATE . 0 ..O[D DELIVER TO F+ 7 (i{/Qlad ,rrrtrY,ct.YOB mas a¢s I'>maurnrm nBr� ABg1aR — -�a.AN& -- GROSS WPY3i1Y LBB. T— ` TAUGX WH6Ft7' LB6_ _ ��,8 MM WHCHY IA9 -- SALC IAY r I r� Zpp f 6 8 le Y w.aBB..AY•�..a 1bd M.A. SK7ul,INC.,.0 a W Imbl.A.any yr aS la drvbb.ry,Borvr,[BY Md� wB '..d F p O f Orep.Ay IINI. ' B „OI.I u1 11.N ObOV. t r Ittplu SOMICEMM PA"AY MXr, WASK MWl , K A. SEGALE, INC. 7 PA 6-MO DATE..��._.a"�j SOLD TO (// .GC14 ............._.............................. DEL[VLT2 TO /.__. ��� ... . WAlRIfY c31.TWI TONS WE M= AMMM _. 01d hosm Cmcm Woma LK I T'AVCK WHCJ{f UIL WEraw LB �.._._. _._.._'_____ Rmv By wit N� 1 2 6 n$pip 1� TOTA.AYY. j n .pw(i ally oyn.d Mm M A SfU4E, iNG ...,r G IIanM Iw anY dvmep+ro♦.rnn..y. nowr,c,rr ad. «mt> .uI.+r.riel i~ Ao., rn... ... 1 r .: r �i 1 •L1lp�.�.a� �rt ASSOCIATED SAND & 5$� GRAVEL COMPANY, INC. • NRPA DIVISION gATTU SO% WTI) ��8599 ER PARKWAY • TLIKWIIA � SOVIHCENT , WASH L�971 • M ft CHASe 260 00 ORDER f • �AANh C;�LUCCIO CON!! QO YIA !_p1gK_Uti_ MAW nFATtLs YA pAl1D BF.NlON ---- Fbr�q - -----.. . Joe mu••u AWITy Uw11 Rice AMQyLjT� .) OIL ARC COLD MR _ r TOM STANDARD MR S TONS SCHOOL MI% TONS TOPEKA MI% TONS SNH7 TO► AM% TONS STATE S►ECIHGTPSH CIASS — —�� TOM ATIlIALT TaILTED SASE --`--'• •at, DAU. EASgAW" --" DALE. 56109 ASPHALT TANI NO. R C%IV TAW 7 _ 13572 AC�CO EPDAp OTNLILEYw" r CUbTOA,6k :PY ` i e�k xt F � V v y v' N � � t y X1AM �1 ASSOCIATED SAND & GRAVEL , r,r G W� C Sg' COMPANY, INC. NHM DIVISION P.O. PO% :N10 • 16500 SOUT . SEATTLE I20b7 2� 2"o HtEMTEK PARKWAY • TUKWIIA, WASH. pKipg PUACMAll RUER 300260 00 4 - pATR . y N Tl f!: Any C' LCCCIC COILS? Co PLANT 7 ' ' -YAFI PARK Avg Z"4i'Lr VA 9PIIS RE11T011 --- gaao -------------- YUAMgY,. ---_ Vim• ._ QtjNf `3 ° lM`KIC OWO ENX . TOM SIAPMALM WX �� Wt TOM schom ENX ___.._... —_•,,, ri ;;9H. _ TOM ?OPERA AV% ION NR;I TO► A%% TOM STATE SPECWmATiON CARS _ TOM AERNAET TREATED SASE —^_. —_ _--^•^ �. OAIf. MIALISSEM . GALL. SSTER ASgTMT TAX 13571 AN AWURNRNT HURT Ta ISO SY THI TIORRT. CUSTOMER COPY L I EASSOCIATED SAND & GRAVEL COMPANY, INC. • NRM DIVISION LO. SOX 0"70 • ib.W SEATTLE • SOVIH(:ENTER PARKWAY • TUKWIU, W fT05) I�8Ye0p ASFL NII80 PUYCNASE TA 4MSTGYEK OROEA NO_ 300260 oo - a - - owrs 1 Q 20 72 � ' )RANK cc:L000lo COINS? CO PLANT µ 7,1- stwifAD Yf11R f�� P[NTON . 2600 _ _ _ --U IT SIM i�Rle[_ a. ERL MC COLD MIX —"'-� ,+ TOW STANDARD MIX x TOW SCNOOE MIX --_. I e '" .:'•. .. _ s TONS TOPEKA MIX TOW ""TOP MIX —_— TONS STATE SPECIFICATION CLASS_.__ v. —� TOW ASPWQ1 TREATED IME 1 J __ — I X CLAIM, WVRM,IYI YVR,E 13 5 6 I �.�,T rNl,rwK,T, _ CUSTOMER WPY t EASSOCIATED SAND & GRAVEL COMPANY, INC. NRM DIVISION P.O. Epx EEE10 • "'M SOUEHCENTE/ PARKWAY • TUKWILA, WALL "I" SEATTLE • (206) 11d-2900 PURCHA/L ' TIUUTOMLR ORUER 300260 -OO.-4- DATE F4ANM C'LVCCIO CONS? 00 PLANT T77 "S E ffa7F0 1FA7f 4Y1t - —— R CNTGN VrATTL� rA palls II6G� i ---- O•AURTq I � UN T .�LkA1PYlON LSS. MC COLD MIX __ TONS STANOALD MIX ---'-- TONS SCHOOL MIX TONS TOPlKA MIX TONE SHIFT TOP MIX i _._ TCM$ STATF SPECIFICATION C TONS ASPHALT TFEATW SASE GAL{. EMULSION ---__-- GALL 8116100 ASPHMT Mlq XA 13564 C AIM/ ApJULTM[TI MUTT AGCOMPANI{p/Y TNI/t1 MUN „, CUSTOMER COPY i 5 r ASSOCIATED SAND & GRAVEL COMPANY, INC. . NHM DIVISION P.O. Lux L 70 • lhri SOUTHCENTER PARKWAY • TUKWILA, WASH. 98180 SEATTLE • (pp) 740-2M 1' PURCHAbft DD"D.61270 00 •i DATL • 9 19 M. , . TRZ-ETIT[ COM TROCTION pp Pu r sIIG6 WA 7A303 .o..��.. 1 200n - -- - — ---- O.VL•=-_ UNIT._GcsGnInIQN LAX, MC COLD MIX ' TOMS STANDARD MIX TOM SCHOOL MLX TONS TCPRKA MIX TOM SHIRT TOP MIX TOM STAIR SP"ICATION CLAM— TOM AWUIT TRRATED RAM aAlL MALULUM GAL& RSTRD ASPHALT IIVL��DSSRY Y" r r W ALYR FO AZUUATMKHT"WRY RR 1355GAc: bu`AMILD RY THIR MARY. f CUSTOMER CUP-' 1 1 ASSOCIATED SAND & GRAVEL S�•G COMPANY, INC. • NRM DIVISION i I.U. $OR 81—0 • IBYMC 6 UTHCFNTER PARKWAY • TUKWILA, WASH. "I" j SEATTLE • (206) E•d2800 13j{ FV B[[HA:F CNRTOMFN 300260 00 4 s I9 '►2 YFAN4 CC.L000I< CONST CO PlwNt 7"7__SEYAkL i'ARx AY6 PENTON _ FATTLr 04 JPIle YEO:f T /01 MVM•G OY/Ni Tg?Y "-__. uMli.BKKRiIT1 Y IMF MMY—mm . LOS, MC COED MIX TONS STANDARD MIX TONS SCHOOL MIX TOW TOPEKA MIX ` .TOM SHEST top MIX . .... "TONS STATE SIEC.FICATION CUSS TOM ASPHALT TREATED SASS GALS. EMWION "LL SS.ISD ALPMALT R NO, RlG4VCO NY M r CLAW FOR A l`*XM MUST I913544 AGgom "I by THIST CUSTOMER COPY j��} EASSOCIATED SAND & GRAVEL 58,G COMPANY, INC. , NRM UIVISICN ►.O. BOX BN70 • I8'00 SOOTHCFNTFR PARKWAY • TUKWILA. WASH. 9818S TATTLE • CM) 2/1L2800 PURCNAYI OADEA NO._-..,_ W�TOMKRI --�.�--_ 300260.._00 .4 _ _ DAYS F 9 19 71 I:aAMY C-LUCCIC CONS? CO PLANT V SATTLfYA� PAw flf11E 2bCTON 'It 11rE - a: QUANTITY iuPiwllirP uwn►.icT�.AMOUN_L� LSS. MC COLA MIX TONS STANDARD MIX TONS SCNOOE MIX `— — TONS TOPEKA MIX TOM SMEET TOP MIX _—_-- — —_ . PpF TONS STATE SPECIFICATION CLAW-L.-l— -- TOM ASPHALT TRCATED BAN CALL EMULSION ^_ GALL "100 A9HALT TIHI4iN NO. HRCIIYRO EY I TAXG 13536 AC MP411%ODYY TN Y 7 CKET KK GJSirIMEa � jPY t ASSOCIATED SAND & GRAVEL & COMPANY, INC. . NRM DIVISION I.O. Dr„ 888]0 • I8'1W SOWNC[NUR PAFKNAY • TURWILA, WASH 9RIK SEAITLE • (206) 2"28W rURCNA6[ *'77 `o260 00 a C tUCCIC cons? - DArR 9 1872 777R SV YAkD_ _,.F�'Y71;. i+4 -Aell• - �!MlOM a;� 8d00 . M[INANw� ,. r x i. _��Y71AIX �_— LK. MC Cm A TONS MANDAROTONS SCLIOOL MTONG TO/E[A AITONS SHEET TOP TONS STATE SKCIENi1TION C TONS ASINALT TREATED SAM GALS. EMULSION _— GALL W00 AS/NALr TIIUGR NO. IE[uIVRo sr i X 13530 °ACUCOM/AHR�MrNLN^,4CWT. R :. CU510MER (.,-)PY ErASSOCIATED SAND & GRAVEL COMPANY, INC. . NRM DIVISION i i P.O. ROX RN110 • I"W SOUTHCENTER PARKWAY • TUXWIU, WANT. "in MA17U • f10N 246.200 PURCHASE {� OIIOER Np_ OYSTIU0260 00 4 .._f'a4pr COLYCCIC Can?. 100 ------ DATE R9 to 72 � PLANT y'.. 2800 - - -- Law wYWq ^'� -_-_; _ .- .---UNIT.D%SOHI/TIOII -_ ;p-Asu� IRS MC COLD MI% TONS STABXIAW MIX TOME BCHOOL MI% TONE 1'OPEKA MIX / TOMB6An H-.i: j TONE EPECIiIUITIai TONE AN71Mi TIPMR0 RAN ORS—GWIiION�- ._ OAti. SL100 ANNAtT -- TTla�icait wD. [C[TJ I //�� X 31L� ayC"Imm vNIL JUSTNE0iS TICKETMU6T -- -` V CLAINR P DJWTHENI MUTT w[ 4AER COPY ASSOCIATED SAND & GRAVEL st COMPANY, INC. NRM DIVISION �.n. &'a SERVO • IRSW SOVTNCENTER PARKWAY SEATTLE u'b1 2•6JR00 NKWIU, WASH "IRS, P'JRCYASE , ORDER NO.___ _ cuAMb260 00 4 � --(�� . _iitAN► - --------` - ._ - GATE • il 1872 F 7� 9 CM,��� 00 :. . F•t7Li 1T� p81ae REXTcorA I . .�..-. _._.-__1N.l3Fs_PS1�,=_-�=•1:r,,,4t� AMQVM U6 MC CORD Mil[ . r,- TOM STANDARD MIX TGPY SCROM AUX .— TOM TGPEKA XVX OIEET - -- TOM TOP M Of food STATE SPECIPKATN CL1K� , TOM ASPHALT TRGTW"a OALL MUSS ANNNALT nAifAi MO' s �NYfD SY y�N,y _..— /� r X t 13520 CAGCOYPANIIRS PNRD IY TNIY TICRURTf.. ER ' CUSTOMER COPY Awl ASSOCIATED SAND A GRAVEL S&W COMPANY, INC. • NRM DIVISION K.O. yU y�470 • IX5M SOV�HCENTEA PARKWAY • T')KWIIA, WASH. "I" SEATTLE • UUTeI ].14140) PU"I.A%r ""nb260 00 4 OATS a III '2 I R AN% C"LU CM CONST � _ All ------ NENTON r ATTL:. Ya 96110 2E0� I _ •..�� 4�f�KTTt�-- . _ u�r!r_oRRCIIr►TTwi ..--- - LM. MC COLD Aux TONS STANDARD ANX .I� TONS'SCHOOL ANX ... .— _TONS TOPEXA ANX TONS imm TOP MIX 1 - TC04 STATE SKCNICAVON ...-- TONS AW"T TMAUD SAM OAb. MHXSLON -�` OAU. SLISD ASPHALT - ,�. . NlD TµNS _ _ .i_. -- -- -- X ``- - _ w 13520 `tATNR POA ADl THIS rIM �[ Aecor►wHlco HrwHST .RT CL!SiOMER COPY L M .. 4 A�Er ASSOCIATED SAND & GRAVEL 5$, n COMPANY, INC. • NRM DIVISION i� rF, P C, Box 955T0 • IB>00 EOVTNCENIEE '+wXKWAT • tUKW1U, WREN• "I" ST ATTIE (206) 248 2E00 ORDLA N O • AULA O ._.._.__._-... ,,$TOME" owT. , q IS 72 300260 00 - ---- --_ - _ naNT fvAn, C".L00020 COW 00 AF.NTOA O , YAkTS -FAff*-Aft _. 46G� L WA 90119 9l1ANT TY ER6. MC COW mix TONS STANDARD MIX _ '._ TONS SCNOX MIX -- TONS TOPEXA MIX TONS SHEFT TOP MIX _ _. ..__.__..._._- _. / R}M STATE SPKIFIGTION-aA"--iri TONS A~LT TREATED FARE _...—.. OAK W100 AS►NAIT -. Xy CLAP •D.IVRIMRMT NYRT N -�'._...r. 13505 �+ TNIR T CEERT. 1VE/. CUSTOMER COPY NA 1 o- O"p ASSOCIATED SAND & GRAVEL s4G COMPANY, INC. . NRM DIVISI'1N G.C. BOX 88810 • 10'j ] SQOH4INTTR PARKWAY • TUKWIIA, WASH. 981" SEATTLL • (200 2482800 . p�J RCHwre S curroweR 300260__OQ. A DATR L 9 ¢a rr j TRANk COLUCCIO Co"T CO ►RANT -?xa--Sf.-i1R0--PAME-Awl - ---- R�IITJN PKATTCE VA 90118 RrIT _ > f _ __ __ «_ a WANTiTY _._._ _ _ UNIT�DRrCRIR'ON —� YNn ceAMt1T_ LRS. SIC COLD AUX TONS STANDARD#0 TOI.. SCHOOL AUX TOM TOPEKA AUX TONS BMW TOP AUX \ r • TONS STATE SPECIFICATION r, Y TOM ASPHALT TREATED OAK Ve DAIS. EAWWON GALS 05-100 ASPHALT f T X. µ 13497 `AUDriTp/AN Rp:Y THE K"UUT BE CUSTOMER COPY y� 1 Ii j • W-3LL C,1111S'. PITTSB( IGH TESTING L ABO ATORY� FORM NO.I.ME, ..,..LLtltPITTSCURGH, PA. A./. MUTVAL •OT.rnON TO CLIENT.. TN[.U.YC^NO OURSELVES. ALL .EMIR. aeel No. rAIq .V.UiTT.O A THE CO.,ROLNTIAL PROPERTY O.CLIENT.. AND AUT.ORIAATION 1IOR PV.LICATION'II STAT[NENTS.CONCLUSIONSON[%TRACTSTROYO.AEG..OINOReport No.oNR.oD.T.M Rvvr[n POI.N.oo.w.nTEN AIII.I.L. C1'"Vs No. REPORT OF IN-PLACE SOIL DENSITY TESTS Client NrAnlr MI-AACC40 COnatzUction CO.. Inc. -- -- -------- Project $MIUM YwtYr_JSna. Raman. Washington Soil Uescriptlot QN. WAYA.31Y,...Modius_Mw Max. Dry D"so _ lifl.l Ibs.icu. ft. Optimum Moistur. 11.1 -__o Methad of Test 18� 'L " 7C1 fiaH[nA h D.,[DI TEST LL[u. LIIT AI[LO IN IL.C1 ore NSITY TH, �. T E 5 T L O r, < O N �. OIyiM1[ L NOrria N.Y. (at intAngft m und"_ j I _Maw s patchiDoL._ ---- - _ _ - - 27*0 - 4_Aattuek S.E. (at lMar..eetne uOdar I - �ttution RaauiratwRLl. .4'�.COpaction i Aran iutad Ywt__$Iplslt},cltiph$�q�lcsantt . - �_�_ I tTCM AD FILL2MD DFFWICH 177yltn 1 Ai4flYL_ I i Remarks ___ S FTL PITTSBURGH TESTING LABORATORY D TNIC M.NAG[w� t I I - INTER—OFFICE MEMD TO: Bert McHenry, Acting Director of Engineerin; DATE October 6, 1972 FROM: Victor TeGantvoort, Street Superintendent RE. U.A.B. B-1-102(17) This memo is to inform you thst the Street Department accepts the above noted project which rums from Whitworth ;,venue S. to Lake Avenue S. It pertains to water main relocation (W-3&). VT:r. 1 Aft FL 325 19"_ .71- RaP. ]An4/70 Contract No. C.A.O. ,.OTICE OF COMPLETION OF PUBLIC WORKS CONTRACT To: Excise Tax Division Dues Audit Sep,tion Tax Commission Olympia, Washington Do Not Use Pros ' CrT•! of acuToN Assigned to: CYT`I MuNrCtPAL 6ura.UswrG. Dots A.9eigneds top HrCl AUE. S . RENTe►1 , wASN. g405ti P.W.C. Numbers Dates Gentlemen: Notice is hereby given relative to the completion of contract or project described below: Description of Contract �L rF1 ' !2"9 ST"`~sr�N-poNdN ST�CNi ANO UCIOCATroN (:ontractorss NW.e s FaAWK COINtCra CU6l4'[ cc. Contractor's Address -1-rn SEA t. ao PAAW AJE.S. SiAT7tE ..'ASN. 94 Ud D1lte Work Commenced Just' 1•7. IgTZ Date Work Completed oCToSogg 5, 19TZ Date Work Aooepteds CwTOGEn I4, 1gT2. Surety or Bonding Company GENCQAI IN SNR ANCE. Co'^•-'Pu`' IF A.'e-44LA • STAw LEY T. -Se OTT A CO, INC, { Agent's Address : Z15r2 EASTLAKE tie - C. • nTTsf wASN• :untract Amount s a i$s 190 . 00 Amount Disbursed i f 13, I80. 5 8 t AddiLiesse 1, 17, , s — rg.g4 . 1 z Amount Retained s I ,45C.S`1 Sales Tax i ,25.ZI Total s $ 1 5,2-4 1 _1 "/ Total s 11 IT) 1'!1. 1'7 By D+eAurninq officer - Finance Director THREE CUPIES OF TKI:� NOTICE MUST BE COMPLETED BY THE DISBURSIR6 OrFICER AND MAILED TO THE D PAR.TMENT OF REVENUE AT OLYMPIA, WA.SHIN040N IMMEDIATELY AFTER A' CEPTANCS U: TIM WORK DONE UNDER THIS CONTRACT. NO PAYYMEENTS SHALL BE MADE FROM RE11I22;D F.ND UNTIL RECEIPT OF D S cINIF16ft, AYD WITH SAID CERTIFICATE. 4 } ■w■wwrn . ._ e laNts RE'` 14 IN, 'A %SHIN ;'T(M ✓ MUNICI►4,l 6U11O1N('a, RENTON '.WASM#NGTON 990S..5 . 35- 761 20d St. Wet In Relocation U.A.O. PioJect 8.1-102 (17) PROGREs' E STiMAH.. Cenho,.,_CAC 1997-72_-�- Faf.r.,n/e No F LAST ESTIMATE THIS ESTIMATE Item Onsr•, s,on nit Fr ce C.)vnnr,r Total 01a"t,r Two! ram-cat QuaF'. Unt, 1. Install 8" C.I Water H L.F. 3.70 1200 6,840,00 1Y357 039.50 ` -- +-- --- -}---- -t -----j L2, Install 6" C.I. Water Pipe L.F. 10.00 -- 20 200000 91 910.00 3. f Instill 4" C.I. water Pipe L.F. ! 10.00 I 0 0 10 100.00 -ti{ 4. Imtall and smaller Cate Fit 25.000 6 150.00 7 i 176.00 valves ____ S. Install Fire R7dror EA 100.00 4 f 400.00 { 4 400,00 Auaailtes -_�- 6 Furnish and Install Fire FA 25.00 0 ! 0 I -0- -06 Hydrant Guard Poets , i 7. FurL off Aoh and Install 2" Slow- EA- - 140.00- - 0 0 --1 11p.40 off A-assbiies a. f ft raiah aV Install Concrete CD. TO, 30.00 1 ' 30.00 i 1 30.00 RIONALMS i , !. lrtaish and Install select ; CD, YD. 2.00 109 218.00 149 298.00 �packfill i 10. I Furnish and Install Concrete C.U. YD, 30.00 0 0 6 1E0.00 en..... Restoration ..-.._. ___. ----- ----__--- ---_ ---J il. Parrish and Install Asphaltic TON 20.00 0 0 170; 3,560.00 ! Surface Restoration 12. ; Reinstallation of 3/4" water EA 100.00 0 0 4 400.� j Service 13. Reinstallation of I" Water i I Service FA 125.00 0 I 0 2 250.00 --�.. ---�-- -7-- ---- - 14. Reinstallation of L{" Water 8A -~ 200.00 Service 15. Reinstallation of 2" Water Service EA 250.00 0 0 1 i 250.00 ' rield Change Agreement Dated 7-21-72 IAwp Sum 573.38 . '. , X r cu! Total 14,505.88 •"' Salem Tax 725.29 i Sub Total 15,231.17 ffff} L:88 10'K Retainage 1,450.59 ".ub Total 13,fi!0.58 ! i tt{Less Amount Previously Paid 7,446.10 [A-,vmmt This Lekimato 1,03448 f i ,+aaRrxtams +4 t Fraak Caluccin Cwrtruetina Co. s 1 7116 Mmrd Park Ave. 9Wuth leattlev WA gem ` , 4 i qRp db•MdK dyi�t #YY!<aSNd4. alEaN'1+Jta tM6�a►wMR?a+` a4 , . a 7 e yI t (N-862) 6, 2ad st. Vateraein Rlloration r7.A.H. Pm►"ct 8-1-102 (17) PROGRESS FSTOATE 0wtaRNrIo *k* . in° auto s 3iL.l ;wt ___..._._. �CakS1' E3?1MJ►taE '�. aDoncr:pi+ara Licit Uaw polo* is 1. IRaatoll B" C.I. Water pipe L.P. 5.70 111 1200 6,840.00 ^v ' Install 6" G.I. water pipe L.P. 10.00 t 20�� IWtall a C.1. Water PLpe L.F. 10.00 _ 0 0 * Install !" and saellar Gate LA 25.00� 6 — 150.00 ' Vale"S. Install Fire iydrant AA 100.00 4 400,00 n Aseaablios fttDiAt and Install Fire u 25.00 vydreat Guard Posts :r Pwmtob sad Install 2" Blow* BA 160.00 0 ' CIO off Asaaafbliss w.>. FRRrntsb asd Install Concrete cu. YX :R0.00 1 1 30.00 3 .. 4 slockking 9. aroish aed 1nsre11 select Ctl. B Iryq 18,4Q 1+d0 s„ �. and Install Coecrste lt CO. 0 i 4 b t Id+y X4 le toratiwo i Qd'p . _. �_... 0.. 0 Pdreisb " llvtoll Aopiaitic TON ' 20.OG i K t a7sdrtae+ leatorstloa Catba of 3/4" Vaar 6A 100.00 -- 0 W is 111tio, of I. Wrtaa —j Fa 125.00 � o r , tuners of 114" Wafer � sA i 200.00 o ..' if�aetall"Jow of a" Water 1 230.00 0 U Aprerarrnt j j guk+ Total boles Tux . Bub *'Utz Laec I(k Ret i @'Ib Total ot INAW r' 1 f P T R TIT... r -� rrri rNr,t.,%rf:tc"K r►rFtr:k: • HEN crA, %A•ttt%c"rr►N X _ } o f MVNICIPAt WHOING, RPN7ON WASMIt/GTON 98035 • 23�- 26?f (w382) S. 2od Rt. katormin Roiccation O.A.n. Project 8-1-1Os f17) _ PROGRESS ESTIMATE C dJlifOrl CAL199742 istimote No Date .-Qgt . ILA2I2- slum ,,,ta., F' _LAST ESTIMATE TK% E 11AAATE Itom Description Unit Unit Price - Cuonf+ty Tofal © +onfif Yotol rTIT,t 1. Install 8" C.I. Water Pipe I L.Y. 5.70 1200 6,840.00 1285._ 7.009.soo 2. install 6" C.I. Water Pipe L.Y. 10.00 { 20 200000 91 910.00 8. , Install 4" C.I. Water Pipe L.Y. 10.00 0 0 10 100_00 4. Install ' aM smaller Cate FA 25.00 6 150.00 7 7F.00 I valves I S. 1 install Fire Hydrant EA i 100.00 4 4CO.00 4 400.0077 Msseblias _ - 6. Furnish esd install Fire FA 23.00 0 Hydrant Guard Posts 7. Mnrnisb and Install 2" Blow EA 140.00 0 0 1 1".00 ! oft Assemblies I 0. I Fnruieb add Install Concrete CD. YD. 30.00 1 30.00 1 30.00 Blocking --- - 9. Furnish and Install Select CIT. Tn. 2.00 109 218.00 ! 149 298.00 i 10. Furnish and Install Concrete CO. YD. 30.00 0 0 6 180.00 j surface Restoration it. Furnish and Install Asphaltic TON 20.00 0 0 178 3,660.00 Surface Restoration 1?. I Reinstallation of 3/4" Water EA 100.00 0 0 4 400.00 j service --I ---- 13. Reinstallation of I" Wstet Service EA 125.00 0 i 0 2 250.00 + 14. Reinstallation of IN" Water EA 200.00 0 0 1 200.00 Service _ 15. Reinstallation of 2" Water Service 9A 750.00 0 0 1 250.00 ' I i rield Change .Agreement Dated 7-21-72 leap 9" 578.38 Sub Total 14,505.89 I I 5/ Sales Tax 725.29 RI.b Total IL,231-17 . f I Lew 103, Retafbage 1,450.59 (jlt I t i Sub Total 28,780.59 ... I I Use Wnaurt Peevlauly Paid i 7,d6o,10 , I � j I I Aaotot ThL Eatiante 6,584.48 ( t t, ,dc foLurio C,erMtruct 1oi Co. ` 7778 -shard Park Aw. 9sutlr i} Stettle, WA 98118 i r , A ! I October 10. 1972 Hcam cable Awry Garrott, Mayor Members of the City Council Subject: Water Project W-382, Cab 1997-72 S. 2nd Street (U.A.B. e-1-1020 7) Gentlemen: Submitted herewith and recommended for payment is the final estimate dw frank Coluccio Constrwtica Company for work perinnmd on the r watersmin in S. 2nd Street from Whitworth Avenue S. to Lake Avenue S. , The ammwt dua the contractor is 9,334.48. This contract was completed on October S, 1972 and accepted by the Utility and Engineering Depertments on October 6, 1972. It is recom- mended that the City Council accept completion as of October 16, 1972. Tf, after, 30 days, mo liens or claims are filed against this projeat am proof of payment of tax liabilities is received, it is recommandM the retained amount of 31,450.59 by paid the contractor. The above is to be paid from the folloo.ing accounts: (Final Estimate) U" 9rli 0302/542/13/63(50) $5.711.03 FVi 10% I301/S42/13/63(50) 633.45 (hetainag*) +D16 90% f3%/S42/13/63((50)) 1113G5.53 PVT 10% /3)1/642/13/63(50) 145.06 3T.z56�+1 Very truly yours. Bert if. McHenry, P.E. Actirm Director of Engineering BHMC:en � y Aw .., t1. 325 Rae, IO/ W70 contract No, c,A.O. NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT To: Excise Tax Division Data October 10, 1972 Audit Section Tax Commission Oly:npia, Washington Do Not Use From* ' City cf Renton Assigned to: City Municipal 9ulidlog Date Aseigxteds 200 N111 Awnw S. baton, Washington 98055 P.W.C. Humbert Dater Gentlemen: r Notice is hereby given relative to the completion oZ contract or project described belowt Description of Contract CAC.1997-72 Watervoln adjustment and relocation for S. 2nd Street, penten Contractor's Name frank ColuCCle Construction Co. Contractor's Address s 7778 Seward Park Ave. i.. Seattle, Washington 98118 Date 'r(ork Commenced : July 17, 1972 Date Work Compieted : October S. 197 Late Work Accepted: October 16. 1972 Surety or Bonding Company t General insurance Company of America Stanley T. Scott A Co. Inc. Agent's Address 2312 Eastlake Ave. E.. Seattle. Wasb/ngtsn Contract Amount A S.190.00 Amount Diaburaed s $ 13,100.58 l� Delections -684.12 Amount Retained : 1.45C.59 Sales Tax t 725.29 Total ' S 15.231.17 Told f15.231.17 By Isi sbursina Officer - Plnmes Director THRM COPIES OF TRIS NOTICE MUST BE COMPLETED BY THE DISBURSIM iiFFICER AND NAILED TO THE DETARTMENT OF REVENUE AT OLYMPIA, WASHINOTON DgEDLATELY AFTER ACCE?MCE OF THE WORK DONE UNDER THIS CONTRA�1- NO PAYMENTS SHAIL BE MADE FROM RETAINED FUND�UNTT31 RECEIPT WITH SAID D S C , CERTIFICATE. , w �, DAMN 1 W Alm alb wsuw It aAai f i TAIT W WAIWIMOTOM DEPARTMENT O/ LABOR AND INDUSTRIES Oenerol Adm.m,watien auddlnt OIYM►IA 98361 aMT OM W iNOUSTmA� IIatIYwO tMIIW T. /aa, ItsaYM MaV�r �e 1!N Mailed to City at Radw 11/17/71 TO WHOM IT MAY COKIR11i obi W-381 CM 1"7.71 i Cent lemon; This is to certify that Frank Colueslo Censtrrstlem Co., Sm., TM Sarrd Dark Ave. Sweh, Seattle, Washington, Firm ft. 104,I69 has made payroll report and paid premiums due the Accident and Medical Aid funds of the Department of Labor and Industries covering g~ ry waterma l m. Very truly yours, SUP.EERRVVISOR OF INDUSTRIAL INSURANCE SIYII. Chief, unMaMltlag SKtlaa kk N t y sl 1 Frank Colucdo Construction Company, Inc flWM, WATER"M$, UM Ml 7778 SEWARD PARK AVENUE SOUTH SEATTLE, WASHINGTON 98118 ►ww ►Arkwey 2.3706 December 7, 1972 1 "Clete r u� cam' •� 4 J 53 City of Renton 200 NiII St. Renton, Waab. Attention: Ron Olson, Engineering Dept. Centlemew Enclosed is. the Department of Labor and Industries relaase on the UAB Pro]. 8-1-102 (17) 2nd. St. S. project, Tours truly, FRANK COLUCCIO CONSTRUMON CO., INC. offles MM"w jP R CEMP9 DEC I 1& ndlNtcKlnG lv t 10. The required "PRESSURE TEST" has been taken by At a pressure of PSI , for minutes, on The test: Failed , Passed Comments 11 . The required "PURITY TEST" has been taken by On Date of Reply Failed Passed Comments 12. Is there an Easement required? ri Jlf so, give rates for: Preliminary Submitted Recorded And Recorded Number I _ I;. This Project included /2 3 LF of C I— We to rmaIn And —] '? Gate Valves Gate Valves tt; Gate Valves and Gate Valves, t And all miscellaneous accessories for a total value of $ Also, 141 Size Hake TOE type Cc,4�4 Fire Hydrants for a total value of $ —�T- 14. The transfer or "Bill of Sale" is in; Preliminary Submitted --- Recorded form.The recorded number—'s, � . 7 15• This project informatf'n was sent to the Utility Dept. for recording on and taken into "plant" on 16, What drawings doe, the Water Shop have on File. Preliminary As-Built pgpg 8 1 Form Completed on City of Renton Utility Department Project Form I . Water Project N _ 13 Z _Date Project No. given 2. Project Description and locationcn 4 G enN {- P/ St<iced t-irM�l -- _ 3. Developer's tame (if City check ✓� ) _ Address Phone N Engineer's Name pPlry L' '..i/Cc.,�., (if City check Address Phone N Contractor's lam Ei<•., � ` 4 r'o! ^) (If City check ) Address 7]_ 2 G S'� An, z 4e ,_ , /1 !Z 0 //.a-- Phone 8 104 '7 G ?nl 4. Is there an ACTIVE late-Coom•rs Agreement in the project area? 0✓ 6 if so, give File Name _ Recording Date And Number 5. The Utility Department Work Order Numbers on this project are as follows: 6. 'That plans have been submitted? Preliminary _j�As-Built 7. Has an Estimate been Prepare- for Project if so, give Date Prepared _And Total Amount of Estimate ; 5•✓) ! U, C J 8. is there to be a late-Comers Agreement on this project /I..! L' If so, give dates for; Preliminary Submitted M "' Recorded and Recoiued Number 9. Date of "Start of Construction" v/ rl?132Date of "Completion" n� /G 7� 1 SAND & GRAVEL [ft]ASSOCIATED COMPANY, INC NRM DIVISION P.O. BOY 80870 • 18WK) SOVTHCENTER PARKWAY • i INVII,A, WASH. "IBB SEATIU . (206) 2A 2600 PURCHASE ORDER NO._____ CU'T•fM26 C 00 ~ owrs • 9 22 72 C' LUCCIC CCMST 6O NAW A tL WA 2elle — RENTON 2600 _ _- _____ M.wuYYA i 9,1j1JMTITY — . DESCRIPT-itO�i• LRIT P.Ic' AMQVN _ I LSE. Mc CMD mix 1 E Tow STANDARD MIX f TOM uHooE Aux P[1 *ONS TO %A MIX TONS WO TOP MIX TOMB STATE FPSCIFICATION CUSS TONS ASPHALT TREATED RAN GALA FMNSION S GALA BB-IOD mpHALT i 11GGIT MQ R%O VRD - —s.. iAL'i TI t 13598 ►�mATTHIS TIC C N } CV! TCMA,,EP. CCIPY 3 a June 23. 1972 To: Vic TeGantvoort Bob Puhich Police Department Scotty falls µ From: Ron Olsen Subject: Pie-Construction Conferem e %'Y 1 Please be advised that a pre-construction ,onferer,,a cj: S. 2nd Street water line will be Lead Tue ,Ay, June 27. at 2:00 in the 4th Floor Conference Room. P.O:pmp Mill ♦ ti I i f f e THE CITY Ok-' R.ENTON MUNICIPAL BUILDING 2DO MILL AVE SO. RENTON,WASH.9W55 AVERY GARFETT. MAY(R p OFFICE OF THE CITY CLERK OP ,�Q' HELMIE W NELSON CITY CLERK 41to SF P(F.* June 13, 1972 V. J. M. Construction Co. 14248 - 117th N. E. Kirkland, Washington 98033 Re. Watermain Adjustment 6 Ralccation S. 2nd St., Whitworth Ave. Se, to Lake Ave. So. , UAB Project 8-1-102 (17) Gentlemen; The Renton City Corncil, at its agalar meeting of June 1?, 1972, has awarded the bid on the ebove-captioned improve- ment to the lo-a bidder, Co)uccio Construction Co. , in the - -nm of $1.5,949.50. We thank you for your interest and your bid. very truly yours, CITY 01' RENTON ,. ij 4P •L Belmie W. Nelson City Clerk ._. __in.ov...�v..,.�owwo�.¢rr �r .�uararrirrrr.r:.nw.�r.�..n.,..^..--`..•••.a....r.ycrirmi.uaiu�norrrucwaWuw �Nti11SlYIr Of R ti J o 7 THE CITY OF RENTON MUNICIPAL BUILDIN3 200 MILL AVE.SO. RENTON,WASH.99065 411, AVERY GARRETT,MAY09 a OFFICE OF THE CITY CLERK 9• HELMIE W. NELSON, CITY CLERK 4rFD SEP'IE June 13, 1972 - E. P. 6 N. Constructior Co. 20014 13th Avenue So. Seattle, Washington 98148 Be: Watermain Adjustment S Ra_oca-:ion S. 2nd at. , Whitworth Ave. SO tv ". Lake Ave. So. , UAB Project B-1-102 (17) Gentlemen: 3 The Renton City Council, at its regular meeting of June 12, 1972, has awarded the bid on the above-captioned impxove- ment to the low bidder, Coluccio Construction Co., in the sum of $15,949.50. We thank yca for your interest and your bid. Very truly yours, CITY OF RENTON Helmie W. Nelson City Clerk t1WN:j t i ti f �-� ov. THE CITY OF RENTON MUNICIPAL BUILDING 200 MILL AVE 50 RENTnIJ,WASH.SS056 4 AVERV GARRETT, MAYOR o OFFICE OF THE CITY CLERK .p HELMIF W. NELSON CITY CLERI- 7TFO SEP�E� Jane I3: 1972 Colucc_o Construction C..mpany 7778 Seward Park Avenue So. .. Seattle, Wmshington 98118 - Re: Watermain Adjustment S Relocation S. 2r.d Street, Whir +orch Ave. S. to Lake Ave. S. , UAB Proiect 8-1-IC2 (17) Gentlemen: The Renton City Council, at its regular meeting of June 12, 1972, has accepted your low bid on the above-captioned improvement in the sum of $15,949 50. Performance bond, certificate of insurance, and ropy of your State Contractor's License should be filed with this office as soon as possible in order that the contract docu- ments may be completed. Yours very truly, CITY OF REN70N Helmie W. Nelson City Clerk HWN;jt { p(IE CoMST2u<Trpn� MtFE N(o Fo2 rj 2Me '$T W47G2 ✓W 1 N 7.:ov P.J. '(GCrid.Oy Jun/6 27, io7L �TTCNa��sf E L.!CT i /� �Jh (�e�G.'11uiJNJToc�/ TTZrf/fonie vgke� v�Pf HL saz ye - AV& A&*,"A r 41ry doff AJGvrwv 23s— 342o AqR/AN �o'�� r , z3S-24;36 RUN Mc-StN OF 26LI tea, SL4MK/f- (Ne-`r,nYr.; wt &% C. 111A'26167 AI,C. l-✓AcL.j C.,y a, o f ;v,-�'�✓ �,.� i *Y� �1 z•_"v . fj .Z. Al 1. fist{/ /Ja[� dL•rncl. o/ <"errzf.44/s. , • (all -67�Gd- 1p f,"�LI��Z�q. �l''-1- ' %� �h-f-C!•lcJ!A•�C. 'Ct3. �fJ .-fiOL�i.� J .ELR� lX eG,{- T sr 3 ,1�C.zEGtr> .£c1K,//r�� crt !r �iCe =�i 'z a•d /off 41,.et.,s lee �, � ,�'-Ru7,.ij 7t/z1',C f''('%<,^rt,P • ./a.o : +''n , ,:=Rdt CrC-�-2rt A S 1LC�C � j 9s r4r' i24'1O �rI�LC+t '( r.Q o . �liesre .loh��'r4 tvx ,u ,sro 1(�i,. ors •fie. 2�*C..j �✓' ���: fr,/.wrc: �p.uR,tc.0 ��vr•ox r.�;,�'-yr�L�r. /'.'-'fi./'� .r✓nCIG LL�fLO P{hi �`[G,- p .T.. •s4r G"� •�✓Y..'.�L`���Y°°L��� ��/ , ,f✓�SC. �O'OrP�-L/.,Z,.fi.OLr, S/«6L:+¢ „G�-P Fn�l/._(� I-•^,?.� .F'KrC-lrFE's,,, ./-f B. L F.-Y✓q C.d.Gt/ �!G �".//.Q'''CGQ-> f/./M.+f' �^E /,r-.q AA.4[4+AQl.+�_ /. 'JR•4Y2J/'.QLb.+%/. / G'E:'c4F4' � � LTL�..a.� r . /'ufT+�" .L`G. ,L1(r�L.•eE.'t/t. sth.�C •-+R*RI.RlR{s.a.d. CL7 '°`�'Ls<^�C G' so :- PA z- 53ato vr..P A4tu C�q.- .f.J PA 5- 4ch3 /,z . % �4�t�t G�L�G'v �✓ .Lr n/+6 .r tYi Ff DEPARTMENT OF LABOR AND INDUSTRIES +ENTJN JUN 2 b 1972 June 28, 1972 ii'1019; i)FVI Freak tloluccic Cc, s`rt.ctioo ::o., Inc. 7776 $ward Fork Avenue Nark Sa.attle, Washington 98116 Re. firm No. 264,169 Geatlomoa: � We have boas notified that you have bF#n aw.rded a connect on henol: v. of the .:ity of Reston, Offlca of t,ity Gldr4 , Ciiy Fall, Kenton, «ashiagtem. a. This samtrrt: sells for wtormeis adjustment mod releostioa so Louth Ind attest la Roston, ring �;ousty, Contract No. CAG 1997-'2, O All work under Use jurisdiction of the work om's CAmpomattom Ant as this contract is to be reported by your fi:. under classification 1-1 which has the 1912 raters of 5.1914 per wtrkmam hour for industrial ineuranco and 8.069b par workmam hour for aedicel aid. we are enslaving a supply of our forms for your aasistemom to sewrlea IIIIILLLJJJ{fffV"'I���)I a reloaao and cortificotfea that prevailing wage r"*o have bate paid on this contract, very rraly Tows, sitfK VW= Ong LR VMIAL MORAY= Rnym errrlayt Contract Clark Ile sac loom* cc: city of Reston i 4 t .7 CITY OF RENTON Erginecring Department ffl� CHANGE $1111W AGREEMENT CONTRACT r ACo i 9G 7- 72 2t1v c.;T u✓ATG2a7.arN (1EcACATaro _CAG icic�7- 72 CONTRACTOR----- F(ZANK eot.uccto eoNsr,2wcrofy eo• ---------- ---------------------------- --------------------------- SUMMARY OF PROPOSED CHANCE__•____________________________________________________ -_�Rk:AK ANO FILL, CAC'A IATrOft OF "xi ,�rnG ASANOONEO - ----------------------------------------4------------------_-__-___________ SEWAiv6 CAL L.(_GC TrUN -rAuKS ON S 2-0 ST AT' SiATrpr1 ------------------------ .-___-___.,_-_____-_------__----------_-____________-__ 1 3+ 78 AND 14 *21 . THE CONTR rc)(Z AG4EES To ------------------------------------ --gj(2EAK-QNT TN6 CXI STW(o T 74 ANkS AND FILL 7E EX(AVAE'ON ------------•------------------------------------------------------ WITtI___SE� T: 'MCNGi--[3ACkFit� rygr llifK.-- 7G `L�l1wtlT __�ON5�2uCT{QN__ OF T41E NFtti) WATE.'U'tA/A---FoiZ -TKe yc,_2EED POKE--- AN0 THi2TV -F�S�NT--eF,nrtS-- --'----3----W�-- t.'uwiP su--1 �GwA-ETE -- -- ----Sw- l--- C)V, -.CrE,------- --rH --�6UtJC_- YLS?u4€a HWaLy - - COSTS t-O(L L-Ai3o2 AND I5C'-rIPmC.14 USES` SEt-E.cr` -Ti2CW ' _-, F!tL ItA (3F, PI 4CEO ANO �CiW1�GTE0 AT - --- ------ -------------------------------------------- ONIT AID COST. -------------------------------------------------------------------------- r / D M Q 7- 2l- 72 SIGNATURES: CONTRACTOR----3�4�(4 --J��/'}�''/'��--QL- �---- t ---DATE----- ------- ��II2'tT P _ �L,�oC-- ENGINEER__"_._ _ -" _. _ -------------DATE--------------- APPROVED RY--- -------------------- --------------19------- ---------------------- (Munic:Pal Authority) (Date ) (Authorized Official) i Frank Coluccio Construction Company, Inc. .`MIERf, WAT[WAINS, UTIIITIlf 7778 SEWARD PARK AVENUE SOUTH SEATTLE, WASHINGTON MIS /ham /Arkway 2.3306 July 27, 1972 City of Renton 200 Miil St. , Renton, Wash. ------------------------------------------- -------------------------- Watermain Adjustment 6 Relocation - S. 2nd. Street During course of construction of wtermain, yams old septic tank► were discovered to be in the ditch line. It was necessary to stop *"rations to remove these tanks. The charges following are for lost tiros and to- novel of the tanks. July 20, 1972 Superintendent - Paul Ursino $10.20 per hr. Operator - Curtis fink 9.50 per hr. Plumber - P.ric Allen 9.50 per hr. Pipalayer - Bob Detting 6.75 per hr. Operator - Bill Ring 9.25 per hr. Truck Driver - Ernie Crutcher 9.15 per hr. 54.35 x 4 Hro. - $217.40 20% Profit 6 Overhead 43.4A $260.88 (1) 510 Case $1C.00 per hr. (1) 1 ?on Truck 5.00 per hr. (1) Ford Pavement Breaker 12.50 per hr. (1) Dump Truck 12.00 per hr. (1) 966 fonder 22t50 per hr. 62.00 x 4 Rrs. - $248.30 15% Profit 6 Overhead 37,20 $285.20 $546.08 5% Sales Tax 2:.30 TOTAL $573.38 cur I': \GI,\I:F:its IwFWE " It \ I !►\. A %%III\4. iu\ MUNICIPAL BUILDING, RENTON WA-HINCION 98055 23.5.2631 (w-382) 4 2nd St. wATERMAIN RELOCATION PW)) ,;RESS ESTIMATE !:o..... CAC, 1997-72- _�_ f mote No 1 Dote July 28, 1972 1 1 J I� LAST ESTIMATE _THIS ESTIMATE Item Gesc, ption Unit Unit Price '------__. Quantify Total QUont.t Total 1. Install 8" C.I. water L.P. 5.70 I 4y 1200 F 6,040.00 _ Pioe 2 Install 6' C.I. water L.P. 10.00 I i 20 200.00 Pipe 3 Inatall 4" C.I. Dater L.P. 10.00 ' —�— _0_ -0- Pine 4 Install 8" and Smaller EA 25.00 6 150.00 Gate Valves 5 Install Pi.re Hydrant I EA 100.00 i 4 , 400.00 Assemblies ! Purnish and Install Tire EA 25 10 0- -0- '—I�—H dy rant Guard Posts 7 I Purnish and Install 2" EA 140.00 -0- -0- Blow-off Assemblies S Purnish and Inatall Con- Cu Yd 30.00 1 30.00 crate Blocking 9 Furnish and Install Sal- Cu Yd 2.00 109 213.00 _ act Backfill 10 Furnish and Install Con- Cu Yd 30.00 -0- -0- crete ,urfsce, Restoration 11 Furnish and Install As- Ton 20.00 -0- -0- vhaltic Surface xestora- I ) tion 12 Reinstallation of 3/4" ; EA 100.00 -0- -0- �_ water Service 13 Reinstallation of l" EA 125.00 -0- -0- water Service 14 Reinstallation of 1 1/2" EA 200.00 -0- -0- Water Service 15 Reinstallation of 2' EA 250.00 -0- -0- water Service Sub Total $7,936.00 51 Sales Tax 391.90 Sub Total $9,229.91 101 Retainaqi 783.80 +Amount Due Tkia L.-timate ,446.10 t I i I I 1 Y. I 4 July 28, 1972 TO: Helmie Nelson, City Clerk FROM: Bert H. McHenry, Actinq Director of Engineering RE: S 2nd St. Contract MCAG 1997-72 �` ` w M Dear Helmie: Submitted herewith and recommended f y ' ' ,��s,. dl for S. 2nd St. watermain relocatior• c or oa ment is estimate amoun the contractor, Frank Coluccio ConstructionrojeComoanveInc. is due 57,446. i0 This is to be paid from the following accounts: U.A.B. 90% A302-542/13/63(50) $6,701.49 F.T. 10% 0301-542/13/63 (50) 7114.61 Total $7,446.10 j f I l Bert If. McHenry, P.E. Actinq Director of Engineerinq a MU";CIPAI 3xJIltSIfi1G. REMTCv WAS 480t,, ww (W-382) 6 2nd St. NATERMAIN RELOCATION PROGRESS r TIMATE Contract CA4 I997-72 kat,mote me __1 nowduly 28, 1972 54+aer 1 at— ... LAST �STIM 02� r , Tws ISTiMK F dRaen C7ettriptlon ilmt Unii ?rice l Install 9• C.I. Hater L.F. 5.70 �•� 120'r 5�$l •0 _ Piy�e 2 Install 6" C.I. Water L.F. 10.00 20 .06•d0 { 3 Install 4" C.I. Water L.F. 10.CG -0- - - { Install 8" and smaller EA 25.00 6 100 00 Gates Valves -----�'tt-��-- Wa; , 5 Install Fire Hydrant &A 100.00 4 49Q.011 'Assemblies 6 Furnish and Install Firs I NA 25.00 -0- -�. Hydrant Guard Paste 7 Purnieh and Install -0-2- F,A 140.00 r MMt A slow-off Assembliu • Famish and Install Cos- Cu Yd - 30.00 � s 1 crate Hlooki It �L Furnish and Install Sal- Cu Yd 2.00 109 9 ► 9 eookfill Pnrni'sh and Install Con- Cu Yd 30.01 f -0- * ` o :* S%rf#mt ratlMf 1 it Furnish and Instftl As- Ton 20.00 _0- -Q- i phaltic Rurfaoe JfWtors- ' tips - 1e ; Reinstallation of 3/4" PA 100.00 i -J- r service stallation c6 1- EA 125.00 11111 13 Mates Service __ _ MajAstallation c,f 1 1/2""EA 200.00_0 _0- 24Waftax Service t ' tallation of 2" LA 250.00 ! -0- S. sub o ; tluh P; E at . t AwAftbt Elieto S ff` F ° 1 y 1� PITTSBURGH TESTING LABORATORY 140 MOISTURE - DENSITY RELATIONSHIP TEST Client's No: Order NO: --W 11182M ■■■■�■►ia'■1 i Report No: ■■■■■■■a'■r� Reported To Ifelis- 130 Sample■■■■■■■■■►�a■► �' its==i■Niii���i, Identification: g w o � .�■■■■�■�i■■■r►�. , 0 By 120 ■■■■■�■�=■■=■ra= ■■■■■■■■■■ i■■►.►■, _... . .. ►,....j ■ ■■■■i■I ■\\■\\■,\► �■■ ■..,■.► ����s�r ss■�s��lf�i�►i, ■■■■.s.ss 1010 FOR SPECIFIC GRAVITY ■is ■ ■ ■ i��s �s=1� �,105 CURVES OF 100%EOUAL TO. LURVE SP 10 .70 95 �s ��_ $ ■■$ss $ s ►_ 2.60 1 TEST RESULTS MAXIMUM DRY DEIII AM*1 ts. Cu. Ft. JOPTIMUM MOISTURE-11.1 Ilk MOISTURE rONTENT - PEN CENT OF DRV v 'r I vi- 1 F