Loading...
HomeMy WebLinkAboutWTR2701141 W-18 MT. OLIVET 3 MG RESERVOIR WTR-ll 1 #1 Site r repa ra t i o n -s INN1938 61111 i^, In &rS0Albert3"h Aymm a.c. 9satLLe Se LYah'n�6rn .Vw Sir$ To nest the 4=mnd of its rapid X've'ai the C1ty of '.:a^ton Me fomat it awneoery to e�aM the faellittes of h,e t vatw eystwb Ageatyatal► 6] #am was spent for is. fpmvwmts 4n 'Z3 and as W"ttoaal M*000 am p3mcmd fat this year. Me ~to LeprOtwAWA prOV%n ioolu&w the awatmstion of a 3*003,OW @LUm atoeme tank which wMt be emetreoted an Smuml of a dSnMt4 devarim wAst the seas tine, Le LI tle vicinity of the C1tsy proper so as nM. to :.eke "m pip line coats prohibitive. fai am poporty- that seats thew rOW Jart:ts at the northeast oarmor of the Jawtim of mreoeae icy berth, nt. alivet S.Ky end the strwt 'ato the hbits dmslap'erur't. Tba rise rep Uvd for gthi• rt odd' a PPuftl i s )We � is 45e� r ofoM�e a of this Tht aPPewaiats Yaw cunideratim 0 cash basis, �aI of pwprtW Ukiah Uooli be on yer.r troy youcr, .,ass ,: ,•,� Y"IV .. J7. ILI I r � {•a'�S .. �.F.M.� _ i 2,c�-o-a. Q v 3 avOre•.e + .,,..Wyk laoG � aa a S•. wM -n4 Cw srn., • .. •� ��. t. nRq r 1 aI :t.� � A ��. e _,.s .�u vt le^c 30. 1 yw rW;C . . ��.•. • 'kr. n Oar nnG�af .:1r,. m c,:- .r i r•. :... :i rr1 { ... � . � r e to•v.. �' Y!•s9V^�� � I 1 i a i f a i r 1341 A +f l.'�.f.4 -�.1,�o!,f• ./„t Lr1eV:,r' 142v 14P, s�1 t , K!dL( xe+. L•.��r1.U� x t0 - ���iL�_; y ai 3� ! 14' r3n.4. v1.5 I1')4'" i lM..ilia.' :� ' Ai•.G.'y'�•iJ df10^+n Q b 1L 1 `S fJ w a i Fay � �j �w,... ice..••" �lr'.!/��"!�.342G'�!' �•- H� • w_ C 0 M M U N I T B U I I D F R Y r r • I r o lir May 17. 1954 Mr. James L. Highton, City Engineer Cite of Renton Renton, Washington Dear Jim: We have tried to call you several times, but either you have been out oa the ;ob or busy. Although we are not anxiot.s to do so, we are willing to cooperate with you tc whatever extent necessary so that you can build your water storage tank at the northeast corner of the )unction of P.onsnn Way North, Mt, olive Way, and the street into the White development. Please have your appraise!, study the lots, anS we will do whatever possible to do whatever yet wand. Yours very truly Albert Batch i RICHARD E. WOLFF U V'. ENG�NEEVt ISO.: aYirN Towt. . sit" -u. ..W......... NONa M..1.0944 June 29, 1954 Mr. Janes hignton City Gall :tenton, Washington Dear Jimt On too attacned snaet is a more detailed r�m�isen���er of the construction costs involved in vcricuc sites studied or_tne reservoir than vas g van In the pond issue estimate send you June 2. Too figures nave been made more comuarable with one another for the purpose of awdying the &: unt trat cut.lc i,e spent on site acquisition. Tues , estim tee all corer the awns tning, namely, a 16" equivalent pipe from Aronson and ,,aussr to 4tn 1'. and Railroad Ave., a 16" connection between the aforesaid line tnd a 3 mg reservoir and the site preparation. Tna coldest; treading "Dotson NE" moa:.s the site in the northeast corner of Dobson'. tract. The otuers are similarly explained. Altuougn tas quantities on which the estimates are based are still roubns a decided advantage is snown for Site A. We will make a detailed survey Of this site tomortvw and vili check quantities and Quote if possible before next 'Tuesday. You will note that these figures do not agree with the eatimatee for item 1, in the June 2 letter because of a difference in the extent of pipe lines anu ther items used in ins estisat". Tue figures in toe June 2 1 ••er still stand for purposes of project cost eatimat.es. "ne decisions as to selection of a site and its acquisition are no ;t .if the tnnefits of the additional stora'.'e in reduction of pumpinf, id improved supply are to be realised. Yours very truly, r PjAi-jo Ficaard >. Wolff' Enclosure W.T[!IVNIY lFFll.! llMNe[ Mt1TY[NT YUMICI..I [MOINi[I.INY Dobson Dobson Halcn F.r- Olive; NE SE Nortr; 5.... a Canyon Site A Site b Site F, fiite D site E Roadway siteRoadwa = 1,d00 $10,00U 6.300 = 6,6W 919,200 Fsne!Up access 500 300 350 Drairline 3,300 LWO 3.800 h,600 5,000 Valve awl control assembly 2,000 2,800 1,200 75n Tank foundation. 3,5DD 3,Suo 3,500 6.5Do Ii�DW►s 200 m Pipe connection to Brpuen and tlauser I3 ) ( 03 ) 23,700 23,800 31,400 21,700 21„300 En eqc;ralcnt to 4tn N. & hailoosd Engiasering, tax, and contingencieo - 6'�D - t,90o 9,900 5,ea 7 500 HA or easement cost 100 ,5� 7,?� �I,600 9,?O0 Total estiaated cost exclusive of site puocaase cost 646,900 s6L,60o $6o,000 $61,100 $78,300 Extra cost over Site A - 17,700 13,i00 1)4,2o0 31a 'Lo0 • * For drain line to Olivet creek ee extra fill ccmpaction i r , •-ram- �-,.,..,.,..,,,� _r,�..,.,,,,� .,,�., x.:� t Y OF A N T G N KING COUNTY, WASHINGTON •_— �_ Mt 11. MMTiR. MwvOw LC1�V1NiA t 609it'�.iNY.wutaN M L W Noah.,A rvl W+uOY Whip CROML a1t1V 1xVNl YYuwN r MMY ef.RIY•.N.J •.I�MMP Yyyll O.Muc+ w.AiMlr r,rl�Te QYllltl Mu[vvn M4M MNMtx OYN A- I.AN e N• MItlAp vYMwx wx4 Yn4r M ro.+c. AI.Ax r�tl�Y {. 4YfMN4t .{Y.t N NaxelpM IMf fxlil ytpllpf OeaWirt u4Y NI.MIM MY.1wYK111N1 tlF1 ixCINCEN 1� .OJ R. vv10I.1uV1 � �, y. {Pveva 4x1A •Y.,. M 'lr�ul�er Al[I4N W r elpYiv COMRe1.Jr. �. $aattL4 $4 Aaat Hirt tramaaaa• is "M M W aS pail MW4 ib -Ad,* I &am o wMsor'--a empaa aR thor tt. tba %V or Ararat sar tYa Yoe wipar a! MV "th okw 0"rn terra so tt miso 1q 0+114 but wmu amp"h 40 as nu to Wft a um siM awi1. abu. tall am *lot" wft ktw* Alt 1M aw MONO it, is a.oa.aasr ^ar as to or ww Mtllwataa stir the 1gy1 aawatr gad ia4Fr+wood it a mm M im IzaA"tttarvi.n sho l+r ilr Ya N ae trda twteM6a Stu 1 `b the boMA ss%is oM a�. +�tr"doo)"i MAv� ardsm"111* it is +olu^.aia+4d. gwy way Jannt4 JS:;tt11 COMMUNITY 9 U I L 0 E R r t . • t . 0 . • July 7, 1954 City o^ Renton City Hall Renton, Washington Attention: James L. Highton, City Engineer Dear Sir: With reference to your letter of June 29, and our telephone conversation of this , the prig iuoted of $5,000.00 per acre t.,r the 1 1/2 acres for a tank site is acceptable by Mr. Balch, This is provided We can mutually agree on a suitable site. Sincerely yours, t LEONARD N. CLEVE'N LNC:peb TABLE OF CONTENTS IISTRUCTIONS TO BIDDERS 3. CONSTRUCTION BID PEOPOSAL 3.01 Clearing and Grubbing 3.02 Trenching GENERAL CONDITIONS 3.03 Installation of Cast Iron Pipe SPECIFICATIONS 3.04 Pipe Laying and Testing 3.05 Sterilization 3.06 Backfill and Cleanup 1. GENERAL L. mscsLIANEGOs WORK 1.01 ^ascription of Work to be Done 1.02 Special Conditions 4.01 Breaking and Replacing Pavement 1.021 Time of Completion. 4.02 %ncretc Ping Wall 1.022 Clearing and 0rading :..03 Oiled Sand Cushion 1.023 Street and Highway Crossing 4.L4 rence 1.024 Crcesing Under Pacif1c Coast Railway 5. MEkSURE:£Nf AND PAIK'NT 1.025 Depth of Cover on Pipe Line 5.01 Purnish and install Pipe 2. MATERIALS 5.02 Furnish nd Install Gate Valves 5.03 10" Bypu_s Line 2.01 Cast Iron ripe 5.G4 4" Drain nie 2.02 Valvea 5.05 Railroad Undorcrossing 2.03 Cast Iron Fittings 5.06 Altitude Valve and Strainer 2.04 Casing Pipe 5.07 Culvert Pipes 2.05 Concrete 5.08 Clearing Tank Site 2.06 Double Acting Altitude Valve 5.09 Site Excavation and Grading 2.07 Strainer 5.10 Roadway Gravel 2.08 Drain Line Pipe 5.11 Reinforced Concrete Foundation Wall 5.12 Oiled Sand Cushion 6. FORM OF CONTRACT INSTRUCTIONS TO BITURS* 1. Sealed bids for the construction of connecting pipe lines and tank site grading will be received by the City of Renton at the Council Chambers in the City Hall until CiOO P.N.., October 5, 1954. At this time the bids wit' be publicly opened and read, after which the bide will be considered and the award made as early as practicable. The orrvelops containing the bid si,ell be plainly marked "Bid on Tank Site Preparation." No proposal may be charged or withdrawn after the time set for receiving bide. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the place. Quantities are understood to be only apprrximato. Final pay ant win be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add to or eliminate portions of the work as deemed necessary. 3. Plane may be examined and copies obtained at the City Engineer's Office or at the Office of R. E. Wolff, 15C6 Smith Tower, Seattle. Bidde�s shall satisfy themselves as to the local conditions by inspection of ttn site. 4. The bid price for any item must include the performance of all work and the furnishing of all material necessary for completion of that item as described in the specifications. Where alternate material is bid, the bidder shall fully describe the material proposed, either in the bid proposal or supplementary letter attached to the proposal. 5. The bid orice shall be stated in terms of the -nits indicated and as a total amount. in the event of errors, the limit price bid will govern. Illegible figures will invalidate the bid. 6. State sales tax shall be shown as a separate item on the Bid Proposal. Where all or part of a bid item may be exempt from tax, details of the tax computation shall be shown In an accompanying letter. 7. The right is reserved to reject ary or all bids u d to waive informalities if it is deemed advanbageoua to the City to do so. 8. Bid proposals shall state the time of beginning aork and the tine of completion. This will be a definite consideration in deciding award of the contract. Completion of the tank site grading and tank foundation is required before November 30, 1954. Balance of work shall be completed prior to Jara:ary 1, 1955. 9. A certified check or satisfactory bid bond made payable without reservation to the TREASURER l? C1^Y OF REATCN in an are unt not less than 5% of the total amount bid shall accompany each bid proposal. Checks will bo returned to unsuccsscIcl biddors in+ediately following decision as to award of contract. The check of the successful bidder will be xetuewd provided he enter$ into a contract and furnishes a satisfactory performance bond cover ing 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 be forfeited to the City of Renton as liquidated damages for such lailure. "stb The Our of Roston Reston, 14shusSton OaW.leeens AL '. The usd s + the sift of the prrpo"d Tk dbeIthat %be GCO VOd ssay for the .wawtavetim of Sn the plan are. im, tle trio" qw we homm"ar ar. A".. to ueder- tsha and owooto the w.r1r. °4 priosa quoted. as follaps Itea 1tf gat D►eoriptioa QpLt Price Asnua 1 1'i65 L.P. Furnish and Install 16" Oast Iron ptps 2 290 L.T. Furnish and Install 60, 12 gamp dipped and wrapped stool pipe 3 Lop 10" Cast hm pipa bypue (at am altitude Valve) 4 175 L.T. hP Drain Tile 5 1 tAW Railroad C:-Ab:arosA% sum, 6 1 Each i" Unto Val" 7 1 Each 10" Jate Valve a 1 Each 12" Oaft Valve 9 4 stab 16" oate -..a 10 '_. EoO 16" double aotioq Altitude Valve 31 1 Eacb l6" Straker 12 1 Each Tel" Clamber 13 30 L.T. 12" Culvert pip in place 14 27 L.T. IV CnlvorE pipe is plans - 15 0.8W "we Clearing rock Sits 7A 3,600 O.T. Sift samotbion red trad4so _ -1- 29 40 O.Y. M&nforeed c .owte fr .M+Ytiv: wall �. 1`. 140 C.Y. 011ed send f mndation awhloa Solos Tax aft TOTAL WD Tf smudsd the oontreot, I she to couple" CS work within _ ealwldsr eps after dots of oontraot. Att,ohed hereto Is for '-wahle t, the Treasamr, MY of Beaton, which ewo a or more o ahova. Audress of Bidders 5ipad kTit o Date _g_ OSTERAL CONDITInNS I. Interpretation of Phrases: a. Whenever the word "City" is used in this contract, it shall be under- stood to mean the City of Renton. b. Whenever the word "Engineer' is used it shall be understood as refer- ring to the City Engineer, or his representative en tie ,job as the case may be. thenever the words "directed," "permitted,- "considered necessary," or words of like import are used, it shall be understood that the direction, permission order, etc, of the Engineer is intendedl similarly, "approval," "satisfactory," "acceptable" shall mean ioproved, satisfactory, or acceptable to the Engineer. r, Tne wcrd "contract" will be understood to include all the terms, stipulations, and covenants contained in the Sid Proposal, General Conditions, Sneoifications, Plans, and Bond. d. Whenever the word "Contractor" is used it shall mean the person(s), co-partnership, or corporation who has agreed to perform the work covered by the contrast, or to his legal representative. During the absence of the Contractor, the lob superintendent will be considered to be the Contractor's representative unless otherwise designated by the Contractor. II. Rights and Responsibilities of the District: a. Inspection: It is mutually agreed that the City, through its agent the City E�n�gTFRW,­MM inspect the work during the construction to determine its acceptability, conformance to plans and specifications, quantities of work perform- ed, and other functions requisite to securing a satisfactory, workmanlike job. The Contractor shall furnish reasonable aid and assistance as required by V*e Engineer, or Inspector, for the proper inspection of the work and measurement �f quantities. b, Right of Entry: The City reserves the right to construct or install arch collateiaTwor�9_ t may desire durint the period of this construction. Such work will be done with as little hirdrauce or interference as possible with the Contractor. The Contractor agrees not to interfere with or prevent the perform- rnce of such work or to claim any extra caspensaticn or damages by delays or hin- d:aress which may be caused. c. Chan pa Altatis, and 3Ntra Uork: The Contractor agrees that the City may mare sue aj eraar ono onae may see fit in •he line, grade, form, dimon- siors, plan or material of the work either before or after the beginning of con- struction. If such alterations diminish the quantity of ' is work to be done, they shall not constitute a claim for damages or anticipatod profits on the work that W be diapensA with. If they increase thn aaornt of work, such increase shall be paid ;'or scoording to the quantity actually done, and at the prices established for rj;h won:: under the contract. Hcwever, if such changes make uoeless any work already Dora, or material already furnished or used in said worl:, the District shall renompense the Contractor thsfefor. -1- General Conditions No work shall be regarded AS extra Work unless it is ordered in writing by the Engineer and with the agreed price for the Same specified in said order, pro- vided the price io not otherwise determined by this contract. All Claims for extra work shall be made before the work is starter, and a statement of the cost o: the same shall be made within 30 days after cotplation of the extra work. d. Discre ies and Omissions:It is further agreed that it is the intent of this contract a a vorl must _e_&one am all materiel must be lrrri shed in accordance with the best practice. In the event of any dlscrepanciea bEtween the plara and specificat'_orm, or otherwise, or in the event of Any doubt as to the mean- ing of any pc:tion of the contract, specifications, or plans, the Engineer a;,to^all de- fine Which as intended to apply to the work, and the Contractor shall be bod by such decision. Any work or material not herein specified `.ut which may be fairly implied as inc;aled in the contract, of whit% the Engt veer shall be the judge, shall be done or firrsshsd by the Contractor without extra charge. e. Irtimatad �uantlties: This agreement, including the plans, specifi- cations, a�FF+,! a Ss .n a to show clearly all work to be done end material to he fvrnished hereunder. The quantities are approxiamte and are to be used only as a basis for estimating the prwwble cost of the work and for comparing the pro- posals offered for the work. It is understood and agreed that the basis for pay- =nt shall be the actual amount of work done and the material furnished. f. Linea and Grades: The alignment and grmde shall be as shown on the clans, an as s e n t a field by the Engineer. The Contractor shall give the Engineer ample notice of the time and place where the lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor. g_Securing of Franehiaee. Easements RS hts-ol-1! : The City for the purpose o Ss Cenatraet on, agrees tosature such ant set, permits, easements, andjor Rights-of-Way as are nccasaary for the permanent location and operation of the pipe lines. The Contractor shall be furnished copies of such agreements as affect contruction operation. The Contractor agrees to seems those special permits, easements, or agree- r nta of a temporary nature as may be desirable due to conditions of construction.. h. 7.stiretes and pnvmert,w An estimate in writing will be made by the ?rginear once a moat ns amoud6 of work ,nne and matorial furnished, including, material delivered on the ground to be used in the completed work, and of the valve thereof in terms of the contract. The City will pay the Contractor 85% 1 this. estimated valts, and whenever the contract shall be ec.�pleted, and when acid work And material rhall be accented by the City, a careful a:.d detailed estimate shill bo rase of the value of all work and material :urnished and the Contractor shall ba Fold for this amount within thirty-Siva (.l5) daya, prarided, hcwever, that claims for I.bcr and material, damages, royalties, or otherwise have been Satisfitd. partial and final paymenta will be made in cash. -1 Genera conditions I. Extta Yo%:! during the performance of this contract the Engineer :hall order in vri� nIn O...:. work done or ma�rrials furnished which cannot be class- ified under the unit urice� or this contract, the Connector shall perform such work ,nd furnish such material and shall be paid therefor the actual cost plus 15`; in addition thereto. The actual coat is defined to include the cost of all labor, equipment and materials nccessary for the performance of t;te extra work, including wW extra exp9nses incurred directly on account thereof, and also L s wages of fore- men and the expense: attached to the Contractor's lia.ility insurance covering the labor so employed. Equipment rental rates used it arriving at the actual cost shall be the prevailing rutos, cr Chw put:inked :.GC schedule of rmorstlr cxpence. .ao additional allowance shall be caade for o:arhead charges, general super- intendence, gerez Al expe'.u+es, contingencies, or depreciation of equipment. 11*I. Rinhcs and ResLnsibilities o: Contractor: a. Personal Attention of Contractor: The Contractor shall giTs personal attention to Eho t..iu prosecution andcompletion of this work and shall be present either in person or by duly authorized representative on the site of the work continually during its progress. b. Contractorts Addresst The Contractor shell designate in his pr,Dosal an address t., which written no cos pertaining to this contract may be sent, and immediately n,tify the City of azor change in such address. Delivery of such notices tQ the address designated shall constitute receipt by the Contractor. c. Observance of faws and Ordinances: The Contractor shall conform to tho requiremcFs Pf+he franchisis covering State and County hign"ys and to tv State and bona/ laws perttlning to this work. u. Protectli ¢Ha..inst "'egligenee and Damage-: The Contractor agrees dur- ing tie per or-�mance of tEre :aT to take ai?. nccosstry precautions and to plsce Faaper snfcgum do fur the in evcntion of accidents, inclvding oarriera, lights, aryl - .zatne signs. The contractor shall ta.e proper mecns to protect property which mfyta be injured ay or/ prccess of construction, and he shall be liable for any olains for damages on account of his failure to so do. Whe..ever it is :resrssary in the cease of construction tc ro uve. cr dis- turb culver.s, driveways, rndrays, pipe lines, or other existing improvements ;.trey shall be replaced to a condition equal to .hat existing befce they were so rauoved or disturbed. Bridging shall be provided across private driveways and roadwvs !luring t:;e period tie trench must be open, in such nanner as to not constitrte a Lazard to the people who use then., rll canstruction operations shall be conducted in such rs,w- as to interface as little ;.a porsible with the normal proeeduro of traffic. J 1 General Conditions e. Protect,onnA Against Claims for Labor and Material: The Contractor agrees that ho indemniirj am save harmless the City fra all claims for mater- ial furnished or work done under this contract. It is further agreed that he will furnish the City satisfactory evidence that all persons who have done work or fur- nished material wrier this agreement have been duly paid for such work or material. In case such evidence is demanded and not furnished; such amount as may in the opinion of the City be necessary to meet the claims of the persons aforementioned, mq be withheld :from the money due the Contractdr until datisfactory evidence to furnished that all liabilities have been oully discharged. f,_ i�aeignment�aM SubietW: The Contractor agrees that he will not sublet the a oref acid work or the furnialiing of material, and that he will not scribe by power of attorney or otherwise any portion of said contrac• unless IT and with the previous consent of the City. The granting of such consent by the City shall not. in any way relieve the Contractor of his -rime responsibility far the performanc, of the work including the work don by subcontractors. g�.ibaudontxnt: In case the Contractor shall abandon the work and fail, m• refcse,� o crnnenca�t againwitln.LO days after notification, or if no shall fail to comply with t.te orders of t',e Engineer or with thir agreement, then and in that case the sureties on the bond shall be notified and directed to oomp:ete the same. h. Time and Order of Completion: It is the mr aninC and intent of this sat,ur.�ess of a -here, ter speclricaliy provided, that the Contractor r.:all be allowed to prosecute his work at such times, in such order of precedence, a:d in such manner as shall bs - ost conducive to ec,nory of construction, provided hrwever, that the order and the time of prosecution shall be such that the wo-k shall be completed as a whole within the time of completion hereafter designated} provided also that when the City is having other work done, the Engineer may direct tho thus and manner of constructing the work under this contract so that conflict will be avoided and the various works being done shall be harmonized. Tim Engineer will arrange all such work so as to avoid as far as practical all unnecessary in- oor enieroe and expense to the parties concerned. Extsnalun of completion time will be granted only upon submission of a raquent in rAing to the Engineer stating the condition necessitating such extan- r.i+a, at least wo weeks before the expiration of the contract time. Determinatio.. as to wimthe_• or not an extension of time shall be granted will be at the discretion ei VA Engirr-r, subject to approval by the City. The Contractor apses that he will commence the work within days after thr signing of this contract and will progress therewith so thJ=wn _ rays after dote of contract the work shall be camplstod. 1, Plans and Specifications Aoeesslblst The Contractor will be furnished ecpiea of , na spec cater oano shall keep one copy of the son constantly acccastble on rho lob. Frotection of FSntahed or Partial'v Finished Work: The Contractor ahall be rospo`neS-le .or a sT* of parLla� ani�ed—work until the entire cr,xaot is completed and uacepted 'ay the Engd.ueer, fatimatea of partial pWme. stall n•.A relraee the Contractor from such reap onsibility. v rNA.ril Condition k. Def.ats and Their hinedieav It is agreed that if the work or ary part thereof, or sny molar ro on the ground for use in the work, shall be daemed by the Engineer a* unuitaolw or rot in conformity with the specificatio the Contactor shall forthwith ra.aove such material and r�uild or otherwise rc ns,na, even work x that it 3ha21 be in lull accordance with this contract. 1. Sanitation Mcessary sanitation convenience* for the use of workmen ot: the jo , proper secluded from public observation shall be constructed .%nd maintained by the Contractor. m. Cie n Besore this contract shall be considered complete, the Contractor save t:, backfi.l in trenches level, clean out ditches that may have been filled during the work, replace damaged surfacing, remove surplus materials and trash, burn or otherwise dispose a brush, repair all damages, grid othenv,i*e leave the Job in a neat, orderly, are workmanlike condition. SPECIFTCATTONS I. OENEFAL 1.01 D��oso��ripption of Work to be Done WNTttriot is or the pre;)aration of the site on which a steel water reservoir tank is to be erected by another contractor, and for the construction of the pipe line connection to the city distribution system. The site of the tank is on the hillside 1A rile east of the central business district of Renton, Washington.. The work at the site includes clearing and excavation of the tank site, construction of access road, construction of a reinforced concrete foundation wall, compaction of material within the foundation wall, including the oiled sand cushion, installation of the control valve, valve box, tank connection and tank drain line. The connecting pipe line extends Iron the intersection of Bronson W4 and Houser Way to the tank site. It involves a crossing under the Pacific Coast Railway, details of which are described in "Special Conditions." In general, the contractor is to furnish all the labor, materials and equipment necessary to complete the project as described in detail by plan sheets No. 5304 Sheets 1 and 2 and in these Specifications. 1.02 Special Condition 1.021 Time of " etion $Tie�In uc ions to Bidders,, states that work at the tank site shall be completed prior to November ?0, 1954. This date is dotermined as the time at which the tank constructor expects to start erection. Completion of the connecting pipe line is desired as early as t,ossible but not later than January 1, 1955. 1.022 Clearin. F.d Oradi nr Ine 1 e o tFs area to be cleared are shown on the plan and will be stalood on the site. Trees and brush outside this line shall not be disturbed unless specifically directed. Material cleared must be disposed of either by burning or chipping at the site or ty hauling away. As shown on the g,kading plan, the entire aria underlying the Lank, with the exception of a small portion, is planned to be undisturbed earth. The small area requiring shallow fill shall be thoroughly compacted by travel of vehicles during progress of the work. The City, on requect, will provide a place for die?oeal of excess excavation within 1 mile from the reservoir site. The area excsvated shall be bladed to a smooth plane for surface drainage, and to the grades as shown. Cut slopes stall be trimmed to a saaoth, neat and uniform appearance. Unless the inside face of the ring foundation wall is poured againat undisturbed earth, any airt backfill shall be tamped with mechanical tamer and/or water settled " nay be directed by the Engineer after cone deration of tha type of material available. Specifications 1. ORNERAL (contd) 1.02 Special Conditions (contd) 1.023 Street and Ni hw • CroaaCrow'ts e crossings required ol• the Maple Valley Road and Bronson Way are within the City limits and are under City jurisdiction. It is contemplated at this time that the contractor will be permitted to "open cut" both crossings if he so desires, provided that the work is so arranged and timed that satisfactory detours can be obtained and need be maintained only for a reasonably short time. Details of the requirements for breaking and replacing pavement are statud in Section 4.01 of these specifications. 1.024 Crossing Under Pacific Cne,at Railway Th pipe— ic oast lway track at Bronson Way shall be placed inside a casing pipe, the top of which shall be not less than three feet ander the base of rail. The casing pipe shall extend to a distance of eleven (11) feet from center line of track as measured at richt angles. Casing say be placed by jacking, tunneling, or, if arrangements are made with the railroad, by open out. Permissible materials for the casing pipe are stated in Section 2.04 of the Specifications. 1.025 Da rth of Cover on PS Lines s on . o�e Specifications is hereby modified to require a minimum of 36" cover on 16" pipe unless othc- Ise directed by instructions on plans or the Engine,.r. • a Specifications 2. MATERIALS 2.01 Cast Iron PS e ast non p pe shall be centrifugally cast conforming to standard Federal Specification WWS'-L21 Class 150 or American Standards Association - Class 22. It my be furnished in standard bell and spigot, or mechanical joint types at the option of the Contractor. The outsids shall be coated with coal tar varnish and the inside lined with eesent mortar. Each length shall be plainly marked with the manufacturer's identification, year cast, and class of pipe. Bolts furnished for mechanical joint pipe shall of high strength cast iron with a minimum tensile strength of 50,OCG psi. Any pipe found to be defective or damaged shall be repaired or rejected as directed by the Engineer. 2.02 valves 2.021 Gate Valves 12 inches and under .te va ves e a con u-ra to ttRe last adopted standard specification of the Paerican Water Works Association for cold water double disc gate valves. They shall be iron bodied, bronze mounted, non-rising stem, counter clockwleu opening, unless shown otherwiso on the plan. Valves not placed in vaults shall be nut operated. Valves in vaults • shall be furnished flanged and with harxh+heels unless otherwise specified. Valves are to be Class 150 for working pressures of 100 psi more or less. 2.022 Gate Valves 1L inches and over e 'gar ga a va ve.,sha�6e subiect to the same specifications as for 12 inch and under valves. Valves are to be for vertical mounting and without gearing unless otherwise noted on the plane. Valves specified for horizontal mounting shall be equipped with bronze track, rollers and scrapers to support the gate discs inside the housing. 5303A Specifications 2 M4IMIAIS (contd) , 2.023 Check Valves FIc:�%onLal axing chock valves for underground line service shall be Rensselaer Valve Company List 37, or apprcved equal. The valve stall have cast iron body, bronze seats and hinges, stainless steel pine. 2.024 Air '.elves rA3�wcuum release valves shall be of the float and lever type, positive acting, with ample ,,pp -t size for the release or admission of air. They shall be of 314" size, unless otherwise shown on plans. The air-vacuum valves shall have been tasted at 300 psi and shall be suitable for 150 psi working pressure. Floats and wearing parts shall be of v3rrosion and wear-resisting materials. In types where contact of the float closes U' e %mcuum release valve, the float shall be of stainless steel heavy enough to withstand the impact of sudden closure without damage. The large air and vacuum outlet shall be threaded for standard steel pipe extension. the air outlet valve shall be so shielded from the velocity of the released air that it will not be blown shut but must depend on water entering the valve chamber to cause closure. The valve shall be capable of releasing or accumulating after the main is in service and under pressure. 2.025 Valve Boxes AZITnot located in a valve pit or vault shall be egsippeo with ad .stable cast iron valve boxes, Olympic Foundry Co., Se,t llo, Nos. 5140 and 5150 or equal. Lid on top of box shall have the -crd -41ATE7," cast in relief on it. 5303B Specifications 2. MATUTALS contd 2.03 Cast Iron Fittings Toes, a is, laterals, adaptors, etc, far use with cast iron or cerent asbestoa pipe shall be of beet grade grey cast iron. Details of manufacture, dimensions and thickness shall conform to the standards adopted by the A.W.M.A. for Class 150 service. Unless impractical due to special conditions, long radius fittings shall be used . 2.04 Casin PSkl Pipe used or the encasement of water pipe under railroad tracks shah to one of the followings a. Reinforced concrete conforming to AST.M specification C-76 Table II b. Corrugated galvanised sheet metal culvert pine, minimum 14 gauge, sisea to 18 inch, 12 gauge for 24 inch. c. Plain steel pipe, asphalt dipped, minimum 8 gauge, sizes 18 inch to 24 inch. Pipe used for the encasement of water pipe when required under aighways or streets shall be plain concrete culvert pipe, corrugated steel culvert, or plain steel pipe. 2.05 Concrete onere a %.sed in replacing pavement or in new pavement, or in protective slabs shall be "Class 5-1/2" concrete. Proportions shall be approximately $}sacks of Port:and cement, 1,370 lbs, of damp sad, 1,940 lbs, of damp gravel per cubic yard of concrete. Quality of cement, aggregate, mixing water, and conditions of proportieninr, rSxing, transportation, and placing shall be in accordance with the best accepted practice. 5303C Specifications 2. MATERIALS (contd) 2.06 Double Acti Altitude Valve nel�eiEuae va ve s..all e a doable acting globe valve type which will close to prevent overflow when the tank is full and open to permit backflow when the head on the outlet side is 6" greater than on the inlet side. It shall be sufficiently sensitive to control the water level in the tans within a range of 6". Speed of opening and closing shall be adjustable. M..terials of ccnstruction shall be cast iron body with bronze working parts. The valve shall be Model 40 DAWR as made by the Paaa Valve Manufacturing Co., Troy, New York, or Figure No. 33-D as produced by the Golden-Anderson Valve Specialty Co., Pittsburgh, Pa. 2.07 Strainer 1T a strainer to be used in conjunction with the altitude valve shall have cast iron body with a screen or basket of non-corrosive material. The openings of the screen shall be small enough to retain particles large enough to impair seating or operatics of the valve. The waterway area of the screen shall be several tim.s the area of the pipe line. The screen or basket material skull be of hoavy material capable of withstanding at least 20' of head differential. It shall be removable from the top of the strainer for cleaning. 2.0'1 Drain Lira PS e. e pTh used for the drain line stal: be electr_c welded steel pipe, 12 gauge or heavier, dipped in bituminous enamel and wrapped with 23 lb. asbestos felt or equivalent. It shall be connected with Dresser couplings. Specifications 3. CONSTRUCTION 3.01 Clearing and Grubbine T e area on sac s e of the pipe line location shall be cleared of trees, brush, and stumps prior to trenching. Large stumps and boulders whose future removal might damage the pipe shall be removed. Material so cleared shall be piled and burned, or otherwise disposed of to the satis. faction of the Engineer. Ornamental trees or shrubs outside the roadway limits shall be protected from damage. 3.02 Trenching 3.021 Line and Grace The location of the pipe shall be as shown on the plans and as staked in the field. Unless otherwise noted on the plans, the grc '.a on top of pipe shall be 30 inches below the adjacent roadway. Where there is no existing roadway, the depth shall be 30 in-has below ground surface. The pipe shall he laid to a smooth grade with vertical curves made as long as poss_ble. 3.0: Clawing T.e�nnh Urge stones end boulders shall be removed from within 9 inches of the aides of the pipe. Bottom of the trench shall be cleaned of stones and leveled to provide a uniform bearing along the pipe. 3.023 Trench Width TR-77977o trench shall be sufficien+ to permit the pipe to be laid ari jointed properly and the backfill to be placed and compacted as specified. Extra width for sheeting and bracing shall be in addition to the minimum dimens-ons given below: Nominal Pipe Diameter Minimum Trench Width 4 18" 6 21" 8 211" 12 28" 16 31" 18 31" 20 33" 2L 36" 5303D Spa•4 fications 3. CONSTRUCTIM contd 3.03 Installation of Cast Iron Pipe 3.031 Excavation and Preparation of Trench: s lea shall be provided at each joint to permit the jointing to be made properly. Excavation to Grade e tren'f� c-a alma excavated to the depth required so as to provide a uniform and continuous bearing and support for the pipe on solid and undisturbed ground at every point between bell holes. any part of the batcom of the trench excavated below the uniform required grade shall be corrected with approved material, thoroughly compacted as directed by the Engineer. The finished sub-grade shall be prepared accurately by means of hand tools. 3. 32 Laying: i a�n��t�i Pike pAIT ipe�` stings, valves and hydrants shall be carefully lowered into the trench in ouch a way as to prevent damage to water main materials and protective coatings and linings. Under no circum- stances shall materials be dropped or dumped into trench. Havener Test heT pipe and fittings shall be inspected for defects and, while suspended above grade, be rung with a light hammer to detect cracks. Cleaa-iL � �� ins ll41sP4e sa erFeltat excessive coal tar coating shall be removed from the bell and spigot end of each pipe, and the outside of the spigot and the inside of the bell shall be wire brushed and wiped cltan and dry and free from oil and grease before the pipe is laid. isying Pipe very precaution shall be taken to prevent foreign material from entering pipe while it is being placed in the line. After placing a length of pipe in the trench, the spigot end shall be centered in the bell and the pipe forced home and brought to correct line and grade. The pipe shall be secured in place with approved backfill material tamped under it except at the bells. Preeautlon shall be taken to prevent dirt from entering the joint space. At times when pipe laying is not in progre.=s, the open ends of pipe shall be closed by a watertight plug or other means approved by the Engineer. Joints of pipe in trench which cannot be poured shall be calked with plccing to make them as watertight as possible. If water is in the trench when work resumes, the seal shall remain in place until the trench is pumped completely dry. The cutting of pipe for inserting valves, fittings, or closure pieces shall be done in a neat and workmanlike manner without damage to the r',,a or cement lining and so as to leave a smooth end at right W.Lles to the axis of the pipe. Pipe 5303E SpecSficatl one 3. CONSTRUCTION ;eontd) 3.032 Laying (contd) La Pi a (eontd) alai a id with bell ends facing in the direction of the laying, :mess directed otherwise by the Engineer. No pipe shall be laid in water, or when, in the opinion of the Engineer, trench conditions are unsuitable. Wherever it is necessary to deflect pipe free a straight line, the amount of deflection allowed shall not exceed that required for satisfactory calking of the joint, and shall be approved by the Engineer. 3.033 Jointing Yarning or Packing Material Yarning or pac ng ma er shall consist of one of the following: (1) Molded or tubular rubber rings, (2) asbestos rope or (3) treated paper rope. All of the above materials shall be handled with care in order to prevent contamination and shall be dry whet. put into place in the joint. The material used shall be free of oil, tar or greasy substances. Placing of larnin Materials The yarning melon &I shall be placed around the spigot of the pipe and shall be of propor dimensions to center the spigot in the bell. When the ,7tgot is shoved home, the yarning material shall be d-'..an tightly agains, `"e inside base or hub of the bell with -• !.aide yarning tools. When a •+*And of oe.+.+-- -,,;.vrials is used, it shall have an overlap at the top of not more than 2 inches. When more than a single strand is required for a Joint, men strand shall be cut to sufficient length so that the ends will meet without causing overlap. The ends of the strands shall meet on opposite sides of the pipe and not on the top or bottom. Each strand shall be driven home separately. A space of not less than 2-1/4 inches in depth shall be left in the bell for pouring jointing material. Po urt Joint Material t r as—high gra a d containing not less than 99.73$ pure lead or an approved sulphur compound may be used for jointing pipe. Lead shall be heated in a melting pot kept in easy reach of the joint to be poured so that the molten metal will not be chilled in being carried from the melting pot to the joint and shall be brought to a proper temperature so that when stirred it will show a rapid change of color. Before pouring, all scum shall be removed. Each joint shall be made with one continuous pour filling the entire joint space with solid lead (o- sulphur compound). Spongy or imperfectly filled joints shall be burned out and repoured. The joint runner shall fit snugly against the face of the bell and the outside of the pipe and shall be dammed with clay to form a pouring lip to provide for filling the joint flrah with the face and to the top of the bell. After cooling to the temperature of the pipe, lead joints shall be calked 5303y Specification 3. COMMUCT.LON (cmtd) 3.033 Jointing (cmtd) Pourin Jointin Material (cmtd) pnsutaL a orUW tools operated by competent workmen until such ,joints are thoroughly compacted and water tight. Care shall be taken not to overstrain the bells during calking. 3.034 Settin Valves and Flttin s Ives, t ngs, pugs and cape shall be set and jointed to pipe In the manner heretofore specified for cleaning, laying and jointing pipe. All dead ends on new mains shall *• closed with cast iron plugs or cape with or without a blow—off cock shown on the plans. 3.035 Setting rants .yurants a ITSe set at the location designated on the plane or determined by VA Engineer in the field. The hydrant shall be set plumb with the hose nozzles not lees than 12 inches above ground level. Where impractical to use poured concrete thrust blocking behind the line tee and the hydrant, the thrust shall be taken by shackle rods or flanged connections. Hydrants set in clay, or other impervious soil, shall have a drainage pit two feet in diameter ark —ee feet deep excavated below it and backfilled with coarse -- gravel to a point six inches above the hydrant drain open! 53030 Speciflection 3. CMTHUCTION (contd) 3.OL Pipe Laying and Testing 3.L,41 Thrust F_,oking Pipe she.l ba adequately braced to prevent movement wtSls placing. Concrete shall be placed behind all elbows, too*, eresses and hydrants in such .armor as to take the kinetic thrust of the water. The quantity will vary with the sine of pipe and she 11 be sufficient to substantially corer the fitting and extend back to undisturbed earth. It shall not, however, cover the joints of the fitting. Concrete mix shall be of stiff consistency, 1136 or richer. Plugs or valves on pipe ends and hydrant tees shall by braced against solid earth with concrete in a mamier satisfactory to 0o Engineer, LOU Teatin and Prelimimat 'Eackfill r er to es he, the pipe shall be backfilled between Joints sufficiently to prevent movement when presaure is applied to the .ins. Ix, making this backfill, good soil, free from stones which migh' damage the pipe or its coating, shall be tamped under the pipe tc the width of the inside diameter, and similar material placed t� cover the pipe to a depth of at least 6 inches. No atones larger than 1 inch diameter shall be allowed to fall ca the uncovered pipe. An soon as pipe is adequately secured against movement under pressure, it may be filled with water. Satisfactory performance of air valves should be checked while t!.e line is filling. Water for filling mains, testing and flushing will be furnished by the District at no cost. fuquiµaent and labor for performing the pressure anf leakage testa shall be furnished by the Contractor and shall include, pressure pump, pressure gauge, valves and the necessary miscellaneous pipe, fittings, etc. The test will consist of pumping the lino to a pressure of 150 psi and checking all points for leaks. Leaks occurring during the test shall be repaired. During the pressure teat, the quantity of water pumped to maintain a pressure cf 150 psi for one hour 'ha-1 be recorded and shall not exceed one-half gallon per hour per 1,000- foot length per inch diameter of the pipe under test. The pipe line will not be acceptable until the leakage as determined by this test is lees than the allowable maximum. The Engineer, or his representative, shall be present when pressure tests are made. 3.05 Sterilization s sections of pipe are cow truct.ed and before pipe lines are placed in service, they shall be sterilised in conformance with the requirements of the State Health Department. Chlorine shall be applied in One of the following manners, listed in order of preference, to secure a concentration in the pipe of at least 50 ppi. (1) Inflection of chlorins-water mixture from chlorinating apparatus through corporation cook at beginning of section after pipe has been filled and 5303H Spesi: ..:ations 3. CCNSTROOTION (ccntd) 3.05 Sterilisation (contd) (1) (coatd) with water exhausting at end of section at a rate controlled to produce tas desired chlorine concentration, (2) InjoLtion similarly of a hypechlorits solution. (3) Placement. of dry chlorinated lime throughout pipe line as constructed in proper quantities to produce the desired dosage. Filling of pipe line with this method should be at a very slow rate. Pipe line should be filled within two days of placing sterilizing agent. After the desired chlorine concentration has been obtainted throughout the section of lint, the water Li the line shall be left standing for at least 3 hmrs amd preferably 2L hours. Following this the line shall be thoroughly flushed and a water sample collected. The line should not be placed in service until a satisfactory bacteriological report has been received, 3.06 Backfill and Final Cleanu ac ng aWl le—p-artially uomplatsd prior to testing and steriliz Log as outlined under Section 3.042. Immediately after the Engineer has approved tine testing of a section of line, the Contractor shall proceed with the backfill and comple• . It within the earlieat possible time, Selected backfill consisting of sand or dirt from tlm excavated materiel, free of stones, roots and not frozen, stall be used for the initial back- fill to a depth of 6 inches over the top of pipe. The material stall be placed in successive L inch layers and thoroughly tamped under the pipe and across the full trench cidtn until the Iorizontal diameter is reached. From this level to a level 6 inches above the pipe crown, selected backfill material stall be placed by hand. The balance of the backfill may be by hand or mechanical means using unelected excavated material except that large s•icks and roots shall be removed. Material in trench shall be compacted to minimize later settlement. Whenever, in the opinion of the Engineer, suitable selected backfill material is not available from the excavated material at trancheide, tee Contractor shall obtain such material from a location approved by the Engineer and will be reimbursed as outlined in Section on "4tra Work" in the "General Corditlon." 53031 Specifications 3. COP1.",TRt'CTION (contd) 3.06 B,ickfill and Final Cleanup (contd) Backfill at road crossings stall consist of clean sand to 12 inches over the pips crown topped by pit-run. gravel. The top 12 inches stall be pit. run gravel and cobblestone. All large stick$ and roots recovered from the excavated material stall be immediately disposed cf or burned. Final work of leveling the area, grading of tho surface to good appearance and proper drainage Shall proceed without delay. Final disposal of rubbish, leveling and grading shall be done within one week's time on any section of line tasted, provided that where weather conditions temporarily prevent oomps0ion and leveling of trench backfill, this work shall be prosecuted diligently as soon as conditions persit. The road surfacing where disturbed by any con$t-UCtion process shall be replaced to its criginal condition with similar material. Cloarup shall include a final inspection in which all valves are opened and shut, valve boxes cleaned, regulating valves set at proper pressure VW checked for operation, mid strainers or sediment tees cleaned of accumulated material. 5303J Specifications 4. N.ISCELIANEM WORK L.01 Break and Ra t;.� favament ere s neceasafv tj�ireax existing concrete pavement tht following requirements shall be fulfilled: 1. Wherever possible, we or more sides of the cut shall extend to an exiotinE joint, either expansion, constnccticc or contraction. No strip leas than 30 inches wide shall be left between the edge of out and a joint. . . The width to which the pavefAit is broken shall be at least one foot elder than the width of trench required. 3a. The line of cutting or breakage of the concrete shall he as straight as can reasonably be achieved with pneumatic paving breakers. Any fractured, cracked, or weakened sections shall be removed. Any edges breaking so that the repaving concrete must feather out and thereby be later likely to spall off stall be chipped to more nearly a 90 degree angle. 3b. (alternate) The edge of the area to be broken out shall first be outlined by line drilling on a uniform lire so as ti limit the area of breakage. The spacing of drill hole. stall be not greater than twice the diameter of the drill being used. 30. (alternate) The edge of the pavement area to be broken out shall first be outlined by sawing a uniform line not lose than one inch deep. After thus establishing the plane of weakness, the breaking may be accomplished by pneumatic breaker, ram, skulleracker, or other method,provlded care is used and any areas fractured outside of the intendedarea are repaired by squaring off, sawing the elEe, and removing broken concrete as may be direoced by the Engineer. 4. The entire depth of trench shall be filled with coarse sand and/or gravel approved by the Engineer. It stall be compacted by power tamping, water settlirg, or when approved by the Engineer, by traffic on a teopor>ry patch of bituminous material. 5. Pavement shall be replaced as soon as possible with Class 5-1/2 concrete. Surface of old concrete shall be clean and deepened before placing new concrete. Any expansion 3oint, dowels, etc, existing previously shall be replaced. The finish applied to the new concrete Shall match the surface of the adjacent concrete. Curing shall be by covering with burlap kept damp, .00ist earth, or spraying with Hunt's Frooess curing compound. Pavement shall not be reopened to traffic until it has gained sufficient strength to handle the loads without damage. 5303E Specifications 4_ HISCELIAR'.:OUS WORK (contd) 4.02 Concrete Ai Mall The rein orcec! concrete ring wall which is the support for the tank walls ehh,, be constructed as mown on the plans. The Contractor at his option may elisanate the form on the inside of the wall, pouring against •andis- turbed soil. However, the quantity of concrete oa which payment will be base♦ will be the oom}.uted quantity for the wall thickness shown and the depth as constructed. The top 01 the wall shall be level throughout the circwafsrenre with a permissible variation of 1/a" plus or minus. At vertical construction joints, circumferential steel shall be lapped a minimum of forty diameters. Concrete used shall contain 5-1/2 a . of cement to the cubic yard and aggregate proportioned for good workability. L.03 Oiled Sand Cushion After the ea;th material within the tank foundation wall has been compacted and bladed, a base cushion of oiled sand shall be spread and leveled. The sand shall be clean and free of corrosive elements such as lumps of clay, organic matter, etc. The said shall be mixed with a mineral oil in a (onerete mixer, pug mill. or by blading a windrow before placing on the foundation. Only sufficient oil shall be used as to wet the sand. The oiled sand shall be placed approximately 4" thick with not less than 2" thickness at any point. Level of sand surface shall be 1" higher than the ring wall at the wall and 6" higher at the center of the tank. In liou of the oiled sand, the Contractor may substitute 1-1/2" rolled thickness of asphaltic road mix. 4.04 Fence The fence s.5all be constructed of chain. link wire fabric, 61 high. Wires shall be copper bearing 6tee1, Hoe 9 gauge, hot dip galvanizeu after weaving with a 2" diamond mesh. Posts of H section or standard weight pipe Shall be hot dip galvanised Bet in concrete, and equipped with out- riggers extending 12" outward. Three strands of barbed wire shall be fitted on the outrignrs. Each stretch of fence sbail be equipped with a top rail of 1-5/8" galvanized steel pipe. Comer poets shall be braced and trussed. All fittings shall be galvanized. Tie wires fastening fabric to the top rail shall be ;raced not more than 24" apart andto posts not more than IL" apart. The gate shall be a two leaf, eight foot opening equipped with catch, padlock eye and center rest. 3pocifleatione NUMARNOT ldr. FaYWM 5.ul Furnish and Install_?I Where not cove:- d apeemac finally in some other bid item, ties item shall covers Clean g. -ng, disposing of cleared material, grading and preparation orri. Labor and ui rat for tranchi , m atr Sbu4ing and placing pipe, testing, repo e , ua rag, a*.er zing, thrust blocking, backfi'_ling, and backfill a+. road crossings. Furniahin sna in�stall�in.g pipe, fittings, tees, hydrant tees, crosses, em owe, n em especial fittings, adaptors, plugs, and connec- tions to existing liner, is required to perform the work shown, or, the plans, ^�mpleta and ready to operate. Incidental work such as breaks and re laci avement, temporary drive- w�rl3gTrg, ar era an g s, pumping, a sting, repair of damage and temporary connections to old lines to maintain service. Other costa not chargeable to other specific items of the contract. Basis for payment small be the unit price bid for each item and the actual measured length of oath dlametor pipe. Measured length to Include fittinge and valves Feasuremert where pipe size changes will be to center of fittings. No measurement slAll overlap. �.02 Furnish and Install Gate Valves us items cover t urnishing and installing of the gate valves and cast iron valve boxes, complete and rea(V to operate. Basis for oyvment will be unit price bid for each item and number each site installed. 5.03 IT se Line This item shall cover 4he coat of the pipe, elbows and concrete blocking necessary to bypass around the altitude valve. The 1U" gate valve is a separate bid item. The 16" x 10" tees are to be included in the pipe line coat. The cost of furnishing the material and installing the bypass will to a lump sum. 5.04 V Drain Tile sii item shall cover the cost of furnishing and piaci[g plain end drain the on a uniform grado to chain the altitude valve chamber. No special grave:, bedding will be roquired. For the moat part the same trench occupied of the 8" and 16" pipes may be used. The measured length placed will be the basis for payment. Specificauona 5. M kSOREMENf AND PAYMM (contd) s.05 Railroad 'Jndercroa.i This item a ll include the extra cost of furnishing Lid placing the water vain and casir.A pipe under the Pacific Coast Railroad track at Bronson May and H"ser N..y. The pipe line footage will be included in the quantity paid for in Item 1. The extra cort shall be stated as a lure sum. 5.06 Altitude Valve and Strainer amour or ee-tema shall cover the cost of furnishing, installing and adjusting each item. 5.rr? Culvert Pipes These item are to cover the costa of fiuniehing and placing the culvert pipe. The price bid on the 18" culvert steal? in addition cover the cost of gravel backfill, surface replacement, and aacing of loose rip rap at cutlet. Payment will be based an actual length of culvert placed. 5.00 clearing-Tank Site •s tem a a cover the cost of cutting and disposing of surface growth from the area designated, including any special penm!ts or p tective measures -hich might be required. 5.09 Site Excavation and Gradin Thin item Shall includecoat of excavating, hauling and disposal of excess mater!als to grade the site to the elcretions shown. It shall also cover the cost of making and compacting (by vehicle passage) the :ills shown on the grading plan, and blading to leave the area smooth and clean. The price big shall be based en the aasusiption that the material encountered will be such as can be handled with the ordinary equipment as power shovel, trucks and patrol grader. Tve basis for payment will be the computed quantity of excavation as determined from before and after cross sections. 5.10 Roadw.•y Gravel M-Ttc7 9r:4'i cover the coat of furnishing; placing and blading pit run roadway gravel to aaitable road contour. Should suitable material be fjund at the Bite, this item may be deleted Keastuvnent for payment will be t ,sed on the anst accur to practicable method of determining the volume involved. Specifi.••tleay L. i6ASOR8,.,x An FA:flw ;ccntd 5.11 Reinforced Concrete Foundation Hall e an a nc ude a costa of excavating for well, formic furnishing and Placing c^icrete a^d reinforcing steel, backfilling and Compacting fill for the tank parameter fot,adation wall. Baeie for payment will be the computed volume to the thickness shown on the Plana and to the depth as constructed. 5.12 Oiled Sand Foundation Cushion Thie item ahaninc.a,.e t�cost of canpacting and Imling the earth - within the ring wall, furnishing the oaterisle Paction and leveling of the Oiled sand cushion. Placing' c.xa- Measurement for payment will be based on the .host accurate, practicable method of determining the volume placed. UNITED CONCRETE PIPE CORPORATION .oi .. W.,e1NOrON July 29, 195L City Clerk City Nall Cedar River ?ark Renton, Washington Attn: Mr. Wiley Crock Subject, Specifications for Construction Steel Water Reservoir Tank Dear Sir, Enclosed 1s our check for 25.UO deposit on the set of plans for subject work. Please send them to us sn that we may quote on this project. Tours truly, 'TfITED CONCRETE PIPE CORPORATION Thomas J. Larsen TJl.tph `(arager HYDRAULIC S1170LY MANUFACTURING COMPANY FABRICATORS OF METAL PRODUCTS 7500 STH AVENUE SOUTH Rkmica 0670 SEATTLE S.W►SHINDTON J..ly 30, 195L City Engineer City of Renton Ronton, Nashingt s, Gentleman, Please send us plans and specifications for the construction of a steel water reavrvoir tank for the City of Renton. Enclosed is check for $5.00. fours very truly, HYDRAULIC SUPPLY MFG. CO. v. Corcoran ()rose Sales Engineer encl. All ep..,.m. wv�.lnpant aMn o6k.4 IaAav4.IMt, xaA.nn e.oner ma.t el"I.,Agent eat�em:vl MAL PM XMC �t2t � aornn._ Rsax arnrr�_ n,ssao. MMO smr &.OWM IN TM Or w so arS wAim, my am, am I=I'M4 s Nme M16-MMN Van hop P.14, !omwo oosm f, l"it IN OW sN N iMMIAM 90 TNs arr oWAM Is W NOW WAS 0 0#0 aatM '.x., sM IN 0 WIM UM All SIw W UL It PWW wllsl! AID no loa To MUM or to Ira TAM sm An oonTamm" or rls OSAsaiTND PVS IMIL Bat ssI*MU 1ROIa Cr UM IKIo F= AM 9,dos CT Or MWATIM, 46 CY onr=M MMMIM& AM I,"5 IT. w 16" CUT noN M%. .AWQ2WOx VAT% SUM TAX Way V 9lArTE •s A avAMU IM Is In BIB. :IG7d[ TAT my a: RTc an Fwk rt MD. rR CZ7 Or Imam To mum mrfzw ZRIVICAM s ISD M= as BID sm IN TEE MWW w rm (5) rMcm w Ta ma Alm* w =lml wo 1600wm wl DID. THE RD swam VIM a Iswsirm O To am Ir = SOKMOsL Il F" TO I 'M Im A 13a MOM= vmh V (1D) OW AM so (W T= OCNTRM. A rslEo XAM NO = M F= AMUVr i TH9 OOE MM WILL ss=OMN& ?OW7 IN Ts>t wean a in COW. TNR CISI sssRlb rla smlQ m Osi1R.AW AWOR ALL US. MAkV M W ss MUM MW TIE CM MUM", on Ma . L. Want Im ants rAr, a►ma 4 wuiCs, Bros owom or m o ams moo) m W. rAl WMT YM M W=M V TSE FLM AM eaTtMM IN MAW 0017104 a om"m IS, 199.. vita mm mar VAN 4c so — �rtAA} � 19A RICHARD E. WOLFF I CIVIL LM6IMata 1506 SwIlN r.W.Y eu--t14.�Y„NNaIOw i Pmome MAi%0944 first 17, 195i Mr. Jews Roston, City magimew City fill Renton, Wash. Dear Mr, Hightone This is to report that after obeuking and entreetins the oospatatioos of the bide submitted, I find the following are tin three lancet bidders on each projector Bidder Amount inclucing tax Start Supply Line Re2la29ont Job Ali& 4 LIMA Construction Co. t93,356.33 90 days Palley Construction Co. 99,950.92 150 Harbor Construction Co. 103,'407.08 90 w 3,000,000 Oallon Steel Reservoir Hammond Iron Worha $69.650.66 8u days 175 days Consolidated Western Steal Co. 71,821.90 6U • 120 Y Pittsburg—Des Y.oirrs Steel W. 73,784.05 110 9 170 s The bids being below mp estimate and by reputable contractors, I recommend award to the low bidders. Sours truly, pS.'mu R. !.. Wolff W1ttN,YNIT UW[., UW40[TN[,TNtM YVMKIe,I \MOIN(,MNO e Meter Fipe Line Deposits. 0. 1. 8emdng joi, -- n.Gl/..;-sly 15318 Smash Drive N. E. t� �( y/�� r-If Seattle, Wasnirrton Rummy & Company 3821 Airport Way ,�.y Seattle 8, Washington ��~ /' Rea ', White Construction Co. P' o-L,w..e A�J Renton, Washi ,.ton a 4lp-`a'`f )�-J Matt Malaspino Company o��`2-.c, "t'."^44w-c�(/L/ 1901-23rd So. 44 _Seattle 44, tiasr.ington �..�..�Al.�J jy,w,�7_ /�� ���(.L, .j,.Z&,) Western General ^onstription Co. A-� Seal S. W. •• U Seattllee 6, Washingtonr._�_'"__ pEr,TMENT Oor NtALTtl wrfii m/aayilMOTON Rialkwd t 19 a WeLff TOW Seattle k, Vublvataa Dear Biro Bmtaa, ttu�imgtaa Steel 'Ater S sad Pips Lisa A •osordaaas mlih tM tales i sf the State Beard of Bsolthl the plant sM spso Yt fo Or we pro)rat received in this oofias Amanst ), 54, om B►, 13 lave base reviewed ani are harmby a \ trslr. r \ A LBL, m. D. Bt"s Director of mm ata Won ddl[raaa Sao so Dept. C )�aaar, Aw 1 � � I 71 — _ ; (.. ti- , _ �,_ l - - 1. 1 _.{1 ti nil om^-';1 ��s ._. 41_ 7• i-r- i r �»v o r ; r_ t ` r dd c rY9(+ fi �1+761 owd n - li 1 r. 11 I ' ' T• „�f7r � r a .: cut: n! .r I . tl i llJ. � --.: 4 r 1 c L all a FApm l i 1 4k L'hl ( i'O rf D i �i aLN �I W t' 4 Li — — !>l I ' �! - - ! p t YL o�I 1 , id'I- `7ei0ah 0 { `ii r itt - - ! '• r L IR I 1 o-Del*`�' xa4 1 + + 1 oTT t . tJ'I oa - r fF I 1Jn {F'! roir ,_ so .1 , r- tar - '� � n idr ; iPdrjt�+i 1 tI Pv.k q +� • vodsGrF ._ ++ _ L r,.: y.j�. r x 4f t yi 'CI�• �LSi 6t n�sil�flrul moons'± •d"F - :akft<I 4• �t s —. -dsa T�s rM o zi .A z .- te�rry] . - gSET 'S ffi807J0 - W110e 'eR1 niD1 m1I f85 7{Id r�ew : �f,.n - �r.. � ♦♦�/�Ueu -i.(..n�✓.<ir k4� ♦r./ .J.•� II +/�05 iC"i.L ✓.�.,�. T Il 1' I IeLO I / o 1 l l� 6 lo;a6 lo lO 1b. tfj rDS�. :'sJ o,{, cw 3�au 4d J,do. 3l#0 if Ct. 4.os. .,. -'AZ' ?i- ,".ice- :S o_ lfro _ r ,9+4�`0 316 ffS4- SDo�- th £ 160E } co I Ijof �O, Y:OoAj 1. Iw B'1..� l i.'r I P'L4 _ n. - I r l ✓ 00� i q3 J- Ile o ;I44 ( a- g{y SIP - Is60, 'i119 MeI rs .1Q o ,iS o.. 17q �4 #w Ic"G� a1dP° asses if>I� �sr'�1.� ' pq _ a,l �}y7rrs + o tU.E. _icy I:1D631 --.a119t- ='_'T_' —aim tl { la IL •.4 er - - br✓q 344by I k{a;- l Yf'11 116 _ l St9 I SxI- ; I. ISOR•0- 1' 1300- :3 14 Sa aSO�' f - I o[ MD - ,Zoo M -f9' ':i�#ceJ', Q,u 7.w�..<yaa.b•cr.•.un/ll . 4 o7q1;3$,� �..oL��if2I-_;xI--L:.. --tSiO4tfooei l:�ro"--. . J 4Af'mo1 A--�0.�_,! — 4 I oo` �fo_r'oco a, ! . a-4 Ii :1 . IIj%/ } j3 Ab 0 4 O 37 e ag 4-SO I 1ro >w�S to41, M7 1,0 3 4a 7 sjlpo9 98 G 0 0O i: 3 'r m Igo, .M r- h t - y� } .i9 boa. # ' w _- Sub (s�a j 1 v.;s.W4fb. 4t IsosY 40'10 oK a37717.1/, 3c(19 Sc#vl7 ' *I 01 't: 33?33wo. 33Pi1 0. 3a{ifa sagl �.. 4 9 *I srfor r A � Tfa7 g� 391.L Ib4- 4174v;4 411+SIiG •7-1 F1� . %Q�e a 1 i r ` '• r 341 p r 11 , j --- i THIS AGREEMENT, made and entered into thisIf fty of OCTOF_, 19_1 by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter refereed to as "City" ari MATT M;ALASFINA ,OF'� A— , hereinafter referred to as "Contractor," WITNESSETH; 1. That the Contractor shall perform within the time stipulated, to-wits to corp,ete construction within( — TN37TTOTIO - calendar days from date of execution hereof as required by contract, of which this agreement is a component part and everything required to be performed, and Contractor shell provide and furnish any and all of the labor, materials, tools, equipment, -Jlity and transportAtion services necessary to perform the contract, and ccx;,lote same in a workmanlike manner and all the construction work covered by tte contract in connection with the construction and improvement of -.A 3ITE AND CONNECTING FIFE Llti= and a" the foregoing in s;-iot conformity with the plans and specifications, including any and all addenda issued by the City, with the other documents hereinafter enumerated. It is agreed and stipulated that said labor, materials, tools, equipment and o2^vices shall be furnished and the contract performed and completed under the direction of and subject to the approval of the City and/or its c_*hnrize�, representative. 2. The contract entered into by the aecoptarce of the Contractor's bid ❑nd the signing of this agreement consists of the following documents,all of t,aich are conponent parts of said contract and as fully a part thereof as if hare'_n set out in full, and if net attached, as if hereto attached: (a) This agreement (b) Instruction to bidders (c) Bid proposal (d) General conditions (e) Specifications (f) Nape and plane (g) Bid (h) Advertisement for bide (1) Special contract provisions, if any ,d�t•,�.���* e w ee<- t?Af4ttt hWO'A :� 3. If the Contractor rafuees or fails to prosecute the work or ap pu, thereof, with such diligence as will insure its completion within the time specified ,n this contract, or any extension in writing thereof, or fails to complete said work within such time, or if VJ Contractor shall be adjudged a bankrupt, or if he should make a General assignment for the )enefit of his credit ore, or if a receiver shall bs appointed on account of the Contractor's insolvency, or if he cr any of his sub-contractors should violate any of the provisions of this contract, the City clay then serve written notice upon Lim and his surety of its intention to terminate this contract, such notice to contain the reasons for such intention to terminate the contract, and unless within ten (10) days after the serving of such notice, such violation or non- compliance of any provision of the contract stall cease and satisfactory arrangement for the correction thereof be made, this contract, shall, upon tie expiration of said ten (10) day period, cease and determine in every respect. I' tie event c. any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right tc take over and perform the contract, provided however that if the surety within fifteen (15) rkys after the serving upon it of such notice of termination d.:es not perform the contract or does not commence 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 by contract or by any other method it nay deem advisable, for the acco=t and at the sole expense of the Contractor, and h.e surety shall be liable to the City for any ercess cost or other damages Occasioned the City thereby, and in such event the City may, without liability for so doing, take possession of and utilize in conpletiig said contract such materials, appliances, plants and ether rrmerties belonging to the Jontractor as may be on site of the project end rccessary therefor. U. The foregoing provisions are in addition to and not in limitation of Fxj other rights or romediec ava'_lrble to the City. 5. The Contractor shall hold and save the City and its officers, agent, c3hvants and employees harmless from any and all liability of any nature or kind, including all costs and legal expenres, for, or on account of any patented or =patented invention, process, article, or appliance manufactured for use -2- in the performance of the contract, including its we by the City, unless otherwise epeciMally stipulated in this Contract. 6. A% notice from one party to the other party under the contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorised representative of such party. An- such notice as here- tofore specified shalt be by personal dolivery thereof or by depositing same in the United States Mail, postage prepaid and registered. T. The Contractor shall com.ar.ce performance of the contract on the , day of , 19_0 and shell eaplete the fall parforarg,se of the contract no: later than .k^ {:•< .- 1r s�•.f„ / e, /._ cale"" days`ffcm For each and every day of delay afte. the date of completion, it is hereby stip'ila'.ed and agreed the; the damages to the City occasioned by said delay will be the sum. of - . ./.- , ( z.!r') as liquidated damages for each such day, to be paid by Contractor unto the City. S. Neither the final certificate of payment nor any provision in the contract nor partial or entire t::e of any installation provided for by this contract by the City shall constitute an acceptance of 1 •rk not done in accord- cnrs with the contract or relieve the Csntractor of liability in respect. to any express warranties or responsibility for faulty materials or wcr:vsanship. The Contractor shall be under the duty to remedy any defects in the work and ,.ay for any damage to other work resulting therefren which shall arpear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specifled. The City will give notice of observed defecta as he;ttofore specified with reasonable promptness after discovery thereof. 9. The Contractor and each a;.-contractor, if any, stall ;.ubnit to the .City such schedules of quantities and coat;, progress schedules, payrolls, reports, eatirates, records and miscellaneous data pertaining to the contract az may be requested by the City frog, time to time. 10. The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the contract, including the payment of all persona perforating labor on the construction project under this contract and furnishing -3- Of aateriale in connection wIth this contract, The surety or sureties on such bond or bonds must be a duly licensed surety company. ll. Tba Lptal arount Of this contract is the sum of--: �qin tRiaD�c•_i r�.�,.,,,,� —__--which includes state sales tax, Fa 7wmts will be made unto Contractor as specified B in the " nO-al condlticna" of this contract. �� WITN.FS, WHM30F, 'he City has caused these presents to be -Spno,: bq its Mayor and attested by its City Clerk and the Contractor has hereuntc set `:ia ha:� and seal the day and year first above written. }fE CITY OF A:tYt: A cm—rao cr nit nnrty a. wvi_r r C�. iNeewiak eaea OU110 TOW[* . a[{tTlV A.W{,NIN*TOM ' ►NONR. MAIN JaA♦ sormimr 1, 195L IIT, laatrr Jehsng Ils�mmd Yrng tiae4a Pram, Utah 'Dear Mr. Johnsont T51e is in rep?y to your, letter of October 25, 195L in which you re- q eats.! a variatim free the painting epecificatiom for the Rwntng tank. It should be apparent from the epecitiastioro that we desire an abso- lute bond between the ".was artal and the paint cast iWOW es it is pract.icaWs to obtain. We have no intention of relaxing thda riadaeaa- txl renuirvment. If such a reed'. can he obtained by mandhlmatiag the entire Literlor prior to painting, I will have no objecting. It awe like_y to v, however, that with the high hsaridity to be expected within the tank at the tine of year In which the work will be done that saffiaisot saefum oxidation nay occur in two days or so an to ,uqulrs r re tx. shiag prior to the priaor vast. I would like to have ;ear comment regarding the efficacy Of adding my lltharge to the red lama paint to speed dryi[eg of the interior -at.zt, or we of a phanolir resin varnish. Tours truly, Uchard L Wolff HIYxn civil zogineer W 1T{N ,V1..LT ..W\R, [IW.OI TR{1TM{NT YUMIC I.,L [NeM[{RINK RICHARD E. WOLFF CIVIL GNOINeie lane erTN Town. . S.."'.4.W.[NINeTON PNON[. MAIM OSA4 November 12, 1954 Matt Nalaarpid & Co., I:.a. 19M 23rd Avenue 3oatb Seattle, Washington 6evtlenen- Subject: ChaNQe Order No. 1 Tank Site Reparation Rc7tan, '_='aU;4'tsn Tan aue rsgoestsd to install a 16 x 6[' flanged outlet Tee and 6e �K ' Bate valve at the location shcvn On the enclosed revised nruinp No. 5304-1. Fiaais for payment rill be as stated in Paragraph II-i of the Oenaxel COnditions Covering fttra work. Tows very tz%uv, Wolff CnncL-rad In City ruler W.T.R.U.VtY 'r—' [[W.o2 TR[Ji MINT MU MIC II/l [NOINf(MIND CIVIL ENBINGLR 1DOZ1 aplY.TOWtp egTYN 4.M4pNINplpp r4ph{:MAI.Daat mosols � y��,. '**ember I0, 19% ikmdm MeapzaAle Joe b. AQGyj�t '11� of Who Cis. C uawil aeotar., tideahi.1Iral dwtlawal hVg"Wa FWANIte ae of BoVgMbet 30, 19% ca mett ' Matt Mulae:pina CO. 1901 2-AftAlftme ga4L Seattle Sly, �:asjuact e It�ae ��yy__It�_ _ P �3r.PSDt1°n Bi.di, .0 Ugmiw—u lit 1 1562 ft. low I. Pipe installed f .if.1.52 95 tiS,,61O.63 2.ii ft. 1.6^ i. Y-ips fan lot) 10.y2 �o 2,1F .16 2 290 ft. t'" 7 A v 3tse1 pthe 3.11 65 (am job) 593.78 5 1 JDD Ka!lra" [indarDmeetng 315.00 LiO 31:.00 F 1 ea. 12" GAU UIYD testalied `rl.O0 100 195.a, 23 32 ft. 120 culvert pike inst:Llaa i,oc 96.00 14 214 ft. 18" Cnf ert pine inatd 1Da 4.20 10O loo,80 36 O.% acres C.aaring Tank 'itr 600.00 DO 5O1E.O0 16 3577 c.y. Excavation <r, 100 1,78£.50 1P 40 C.Y. Cmcrwto F'oxvw— uel l A7.4 LW 1,896,00 Lxt.ra wrk ae ter breakdan, zttact.A_ L&fi 15% k",T'DMD $23,532.00 ' i 2 .80 rim A STAT'e TAX $ { 600.O7 PA'nH�79' DUH ;';1;ffRAGT,.Yt 1�2 .2 I•., i. Nollf .- Cmealt gag F,nginaat Coararred ins City t'wnaez W.T1P 14.f LY •L`W{p{ p{N.p{Tpl.l p{hT M4NIC 1"\L {MpIMp[plhp o,ocE no. MH�WE /N ` - REPORT r LC`US MATKO A. TITLE --I- HELFE..--- EQUIP Na OE�NiP7'fON OF ROAR HOURS pannum Afa& Afakapina 9 Lea* ro got 23w0"ENUE SOUTH TELEPLCNE FRANKLIN 5300 8E TTLC♦1.WAe NINOTON G E N E R A L C O N T R A C T O R S Uscember 24,1954 Lr. James Dighton, Jity ;.aginaer Re: acceptance of contract 31ty of nenton as lack Site and Jonnecting *enton, 4ashington Line, :ity of 4enton and l:att -aisspind :._ -,o.,:ontraetor ,ear Vs. `nightoa; 'his lager is to confirm the tale,hone conversation and verbal agreement between Hr. •tiehard -ollf, consulting engineer for the aforementioned project; and :..r. Joseph �ohenbrle representing the contractor. it is hereby understcod that the contractor shall, when detected, ropair a s.aall lea:. or leaks on the 15 i.:.an cast iron connecting line that is now ap;:;rant,but not diaolosed when so ordered by the oiner. she acceptat:ca of this contract does not relieve the eontrae'.lir of his reap-:naibilitY to reps+ir the leek. :eta" this 23rd day of -acember,1954 at .'cattle, «ashington ;.:att :oalaspina 3 Co. !no. i ..ontractor r. J. xighton • • RENTON. WASH.. 18� M TO City of Renton DR. �osi, o� ;euY Yoc- :.eaa and -1,W&Uw k%lan = ant now emMd -4 eftala8 uL :er I"ae Linn.................................+17.a1 irJ.ra in 63 1'o4si taysat I'm 417.52 Klk,MAKUM. WNLrr CIVIL tN61NCER lane ernN TONraa IaATTIA 4.Ya A,NInATew r NONao MAt 0 e44 Doomber 30, 19% Matt hQlW l»r A Catgsq MOM - 234 A..= Ewth Swttle, `ashimem LeAr Sin S+e haTe dsnided to pootpme co;atructim of the :sues item m your -retract cove ie; the P. utm took site I=til the to* is su:fi�antly erootod as to rWne the possibility of duap to the fear. Qa the Luis of oar pmegnt informtim, this Tana postpument tc slad Maroh. Tl- omtract coVietim List for t.,1e fence ites, mly is accor- dlnKly "twlded. w n trlyr, Mil L Wolff Consulting Intlnssr Concurred in, city Aogirer w1ta. + •rt wf W�wf .rr Aci TR.ATN.W ... VII [Na�Nt.)YM4 § 4 \ a � \ ¥ � S a ■ k a@ a a « �� s � ! \ f ■ § § ■ ■ § ] ■ ; § k 9 a J § , ■ � § @ ! @ , f � ��� � � � - ƒ e I ; ■ � \ � . � � . � ) / f � i ■ £ � « a ) ) | ! � £ f \14 \ - • . � . . � , , 7 \ a a , - r - RQ 0 (rem* 3ommsr row wd wta ta* w,4W tmm Iks1 (a" ?"gram M uafto Do. 1q, "A) lttft 1Ne9y LMap OVdW 04 UMMO VO a UftbMd t*POU) 421.M valor eat vwu owwu Od bee 10 rain ad . Alas 30 "Us P4a ('Iter 13m 116 Is, 16, I? swaAdAI aesaat Aft Coatmow ) Lose Froviaw TeawsoU In . Pymmt %w Centrae4cv ► T*S68.94 B. S. �Polft� Coasal(,ie,R �ailneer Coaem vw Im OF J&.naiy 14o We, Nonarabla Joe u. jartesy ` -Mr Wmbers of the City Csamil Oantlrient 8atatitte! Gerevith is EST1'Un :20. 2 for work ,:4r- Ssrasid throaO Dosesikar 31e XVA by Maw, MlWina Coeg+cge OsntsWbW - MWWr Tack Me and Pips Liza Co mictico in tte snouat of $7%8.44. I Sind the oat!mte to be correct and reecm-md pay-wt. L. HJ&Ltva, rjty lj%j,,eer KIGHAI+U L. WOLFF CIYI. aNGINraR 1e06 SWRH Tow-- , all TTla�W.a..IN*11a eeOnb MAIM J64a larch 10, 1955 !Honorable Mayor and Cowmil Renton, MashinFton Gent lemenl 3000Ule U1e tank eontmItor, Hammond Iron Works, is am behind schedule moss than see axpseted at the time I proparrd the last proCreas sstimats for V&1"pim S Co. (January 7, 1955), and since no Ilene or claims have been filed against the espaid be lance, I suggest :hat the retained percent" be raid, if there era :o legal restrictions against sc; doing. The 15:5 retained on the value of work already ; rfared was $4,839.25. The balance of state a lee tax due was :1?2.11., making the ayaent due 'v4,971.39. The uncompleted Stem on Malaspinars contract is tre fence in the saoent of $350.00. Construction has heal requested wi„phell until the tank erection and ainting is eompleted. This may ta''a another three to four weeks. Zonis very tr:l , F,il'r tc Richard E. '011f Mwal eYa64T aaasa6 6rlwa Nlear[[Ort wwrw onewoaeae 0 M.& 01901 330D AVENUE 6QUTH TLLtPNDa[FR..LlN 6300 SE eTrLE 41,WA6HIN3TON G E N E R A L C O N T R AT C T O R 8 IN ACCOUNT WITH •rv.evr. waa[O aN.aaS.ew r.v sue uaawq :ity of Renton ATTN: Jim Righton Ltarch 26, 1955 City Sngla"r Renton lash. 54 Lin ?t. t.6.725 3303.15 Less: 2 Lin Ft. 6.725 J3.45 Labor 3�00 -IL.L6 $346.70 31 Tax 10.40 ;357.10 ns • File al NoUse, erce pl.aUm e: wblic works '.onUtict Sot I nsise Taos Divis<ica Catol ledlt swum T= Coded= Olympia/ -dl v4Wa Do ':oa Use plea Astdawd Tos `Cie e 1y ei Ra- :.•.,. «,....,-4... Data Asd.gnedt P. W. C. Datadt Data of Claims Gent]an�u u ':otioe is hoiotsy StM rclatinu to the ooapletisn of aaw.at or pro�wt lasarUnd belan :»se.-iptiat of Contzwt t Contraetorua '.&+ t r... r,.:las�*'_a •-A t:.._,P,�! Contraetor'r Address t zz x.: < ,:.. .,m $.w+':,., Sc..4ktt 44, Date �.ork Caaeenced 1 i. „c....�.• T;4 ,,ce Work iuot,!AAd t i3: Date 'dark Aow4Ao 1 P.. ,)t"ty or 'andL q roaparp . i ACanEua Addrosa contt7at A-A mft is S t, 5' r,mid, JiaWrsedl ! ., Additions Amount :Massa s 4 ,• Saloe Tax t Yq�, ,� ''ot+1 s - Total 1 ° 14" G.: Y :'.A CGFUS OF TIU: NUM AMT DI, uerLVM DS TNS.DISMA6lIRi WICM AND xAi.DID TO THE TAX CM4WICK AT Ctsr UO WAMMI I«.GMW= APTRt AD WW.'CE "TICr. WM DOME UUM TM O<!MUTTa n 325 Bev. 3-144 2W tint Notice or cattislstion of Public Works Contract. Tot Rmiso Tax Division Date Audit ZQation Tat Casdasiaa 01Y4plas WseDittgtm o ::ot Cope tlroat Assigned Tot T(,s, c;1j . Fa Datr Assignadt P. :;. C. Dated' Date of Claint :;cttle^tatt ` otice is hereby liven relrtirr t., ttv completion ,' emtract or project deerribed belovt Doscrigtion of Contract t Wa+a� ��•.�a Te.,� •,� C...,e.i,-� L',.a Contractor's Pane t 1"laka3Q; & ._3 C. Contractor's Address t* t901 23V.a Ava..,.a 5.J. , Saa���a 44, vlait„ Date Work CaylanoW t Navft .6t. It \7S4 Date Work Completed t May S 1) one, Ds-- +fork Aoerptod t J..wa 1 l7SS � ^urety or ^ofdin- Crntrarp� t uw; Lj �o<,'��a I,.s..ra..ee C. Agent's Address 1Tar�:-el 15eX 3409, 5se Aow 14, Contract Amount t ' 31,9Z-3.1O Amount Disbursal t ' 29,53z. 89 Addition. t G$1. 7 g Anount :+atained 1 4711 • 3 9 Sales Tax t $9 i. 5 9 Total - 3 3, 50 4. Z-1 Total t 33� 504, z-i 'Y City Clark TWO C41,I6S Q. T:;Is )MICE L'SI BE CQ*Ln. ED DT THE U-SMA4I11O CaPICHR AND '1AILM TO T'?$ TAX CC,197R81ON AT OTSVPLSs IRAITROM 110MIATPZT AFTER AOC.EYTAWR M THY "M DONE MXK THId CONTRACT. 7 -. s' P- 7s. T T:.T w!.,+a r�•r•- ►ai!5�f: ••4� . C I T Y 0 F Ft T 0 N xrxa a ixTY. wj,**t Q,,4ovm LORorN,A r.oc,atn.aw.a4r. MY1.w 110Y,L.. r.-..a.ct.4wt w:�,r c*oat,canu4 T\Vrr. MWO.F a\X!a4tY •nWliv ,4a4N-.+rnuY.wu. W. JO4N f .V,T[ 4VtN P M!w. M.�LM a r.ytw WYRu ,p.u..Yi\ ♦M ^YM1P a M14 1. MtX.t4 cWY w !N ME/Nlr.Vc. t V.YMMta vase 4 4.tb. nM CIrr4/ Ant..rLLrP Y4.�. MiNNb.Prr MpY fNNrtY4 .4Pyf a iv[Va eavrP v..v.w � 4. vtuaa..r O4M. M v.4A+4aApril �, �' u+r . aV4rn nm4 a .aa,.4an .uo.n ewvP.!.a. State of 1Mahiagtm Tax Cosmissiaa Lso1M Tax Uiviaim, Audit Section 'W%wisv "Ing%= Mention Mr. Jack d. (111bere, Auditor Dear Sirt Suhaitted teasrith is a report of partial completiec of wort performed by watt "alu)ins mad CearsaW, Confradtar, W44r 1fte" Toot Site and Connect.inc '.itw, "ity o: R men, (toner. Ttteta are two oenVacWy &AM work for the City 01 Rmtm on thin irwrovssret to the `tndaipal Vetter yyk*m end it we s!oced rrceaamrt to whhhel5 completion of time "al- aspdn Ccatraat to permit the other contractor to praroed. Thm value of the work uncompleted by Ymlmgdm is 6)5,).00 asd me audit as the work peadcaar eaplated 3r requested in order to release the retained poroa ade. re desire to iota* thin partial release to Avoid any claim an the City by ara`_aup5aa and CettpuW for dels) in completing cis contract. Toure truly, C1TI T RNYM JAW" L. ROUIRO y JLArdr rF d April 19e W55 Roaoaable Joe Re Sasbaty Mager 'Mmbre of the c`.q Cmwil Owtlanene Submitted herrniith is a yoaabw frog `i tt alaegiaa a7: apmw, Caetrartory Water Storage Tank 81te and Commute itu Lan�e++ la� the amount of $69971.39. This vwAab r aoaare the 15 satawad pUm the balmea at Was tax an the omtaaetgr far Work parfmraad to data. m itsw e. wrk is the bid anoint of SM.00 Mt aft beae ematrwted, ho wraay the City Cem ell lim wilway d the release of contraatar to the anent of the campl.otal writ. Janes L. Mithtan, c1tv MWInew ,-0 STATE OF WASHINGTON TAX COMMISSION OLYMPIA AN,il 19, 1955 Jams L. YSghton, City Naiinser City of Renton Renton, Washincton Rot Matt Malaspina Co. File No. 0178—?2692 Dear Sirs :reference is made to your letter of April 14, 1955. rerardinf a partially completed contract per''ormod by Matt Malaspina and C®pony. The contract was for a '.toter Stooge Tank and Connectia., Line. It is not the poli.:y c: the Coemmission to issue cert— ificates on contracts partially completed, rowever, If a _nw:n; of hardship can be made, it is possible for as to issue a limited certificate. The certificate is restricted to the portion of the contract on which our auditor can verify that ell taxes hove oeon paid, and is subject to further audit upon final completion. Vrere separate contracts are negotiated, one for t' completed portion of the work and one for the uncompleted portion, there is no difficulty in obtaintng clearance. May we hear from you further regardini. the necessity of a partial cicarancol Very truly yours, BXCIS6 TAX DIVISION AJDIT SWTIONN, /%;►fac lcart, Auditor JJGtdb �cP RICHARD E. WOLFF , --'a', L'r.--- 1 W SM�TOWER . SEATTLE/.wASH MAIN fEM June 1, 1955 Mr. Jeres Highton, City; Engineer Mentor., - Washington Dear Ant SvbjeetI Malaspina Contract Reference is made to my progress estimated, dated January 7, 1955, on the Malaspina L Co. contract in which. the worts =as repci,ted as complete except. for the fence It.em3 which vas post- poned. Also to my letter dated March 10, 1955, in wr.i,.h It was recommended that the retained 15% and the sales tax then due be paid to Malaspina 5 Co. The fence nuw being eompieted, as well `he adjustment of the altitude valve, I recommend that the contract he finally closed out and tlr remaining Item 20, Ccnerecf Fence ! $J50.0x he paid. The twlaoce dw is as followst Item 20, Fence Construction S3.ri''1.00 State Salrs Tax - 3-1f3% 11.67 P-,".eW 'h,> f366i.67 Ymtrs _., y, 1h R61it- consalttn� tjhpincer P�,u r0�—DliP1A:ASE aAYea FI-37. r. DISBURSING OMCM Reg. No. . Tax Commission of the State of Washington Contractor: wtt PR C Ni? 9816 1901 — 27Pd Avown swu sestue u, wa.et.gtft Certificate of Payment of Stale Excise Taxes on Pablic Works Contract We hereby ceri 'y that taxes, increases and penalties due from the above named con- tractor under Chapter 180, taws of 1935, as amended,have been paid in full or provided for with respect to the following public works contract: _"WA4 M Tank aid.OOatlaa` Line, city of Raatsm. This certificate is issued pursuant to the provisions of RCW 82.32.250 (Section 204-A, Chapter 180, Laws of 1935, as amended), for the sole purpose of informing the state, county, or municipal officer charged with the duty of disbursing or authorizing the payment of public finds to said contractor 'hat the Tax Commission hereby releases its lien on the retained per- cenlage which is provided by RCW 60.20.010 for Excise Taxes due from said contractor. This certificate does not release said contractor from liability for additional tax which may be later determined to be due with respect to the above mentioned contract. Dated at Olympia,Washington,Jww 30, 1955. TAx CommtsstO\ Oroyr THE STATE OF TE WAsnth':Ton �,• �i�,+ rrtlf�uu' �:� Dank J. 011bert, A iatw t y am JO... ....�, �. NMOTHeA� aW+.n,auMaw Mv4 ar «w_r111.A...aas wP.e «ar G.DMt ft . any-,ry ww.k w.ro�V., .rY a«41J W.t a� vuq««YOiba f L WVYF{i MKffn. YR ..i... � .lq YICWIMWIY .F MIAMWt wtr. Ark Nro«4 .u11 f 'fats Oaogacp lam. 23rd. F+rtiLVt laattU I� Yaetde{tan Dow 87ri Hoorwith ewslood please f4ai yvaa' check dated ot,ker 5$ 19C% JASW armvA of '''1040 *,IV,i you depxited an VIA" cad bmaifiestiws far the ~asar'Itae Una rer the City of AW<N. W t.`Wik you for Oatm:ttiaL, yew, 31d. 'lours tTaly, C.2lf � RFi.Yf7U .Uidr 'w. IlSibq�te �cilif�eS ENDI QF FIL FILE TITLE V- 37�1� Side j)ppfqAXil'dV