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