Loading...
HomeMy WebLinkAboutWTR2701017_2l v O'� 61 5tSZ- This AGREEMENT, made and entered into this day of , 19 , between the STATE OF WASHINGTON, Department of Transportation, acting by and through the Secretary of Transportation, by virtue of Title 47 RCW, hereinafter called the "STATE", and the CITY OF RENTON, 200 Mill Avenue South, Renton, WA 98055, hereinafter called the "CITY". WHEREAS, the STATE is planning the construction or improvement of State Route 405, and in connection therewith it is necessary to remove and/or relocate or construct certain CITY facilities as set forth in the attached plans, and WHEREAS, it is deemed to be in the best public interest for the STATE to include the necessary items of work for relocating and/or constructing the CITY's facilities in the STATE's construction contract, and WHEREAS, the STATE is obligated for the relocation of facilities where the CITY has a compensable interest in its facilities and right-of-way by virtue of being located on easements or CITY owned right-of-way, the CITY is obligated to reimburse the STATE for any relocation costs required for 1� facilities not on easements or CITY owned right-of-way. NOW THEREFORE, in consideration of the terms, conditions, I J covenants and performances contained herein, or attached and incorporated and made a part hereof, IT IS MUTUALLY AGREED AS J� FOLLOWS: I GENERAL i� Federal -Aid Highway Program Manual, Volume 6, Chapter 6, Section 3, Subsection 1 (FHPM 6-6-3-1), and amendments thereto, 1� determine and establish the definitions and applicable standards for this AGREEMENT and payment hereunder, and by this reference are incorporated hereby and made a part of this AGREEMENT for all intents and purposes as if fully set forth herein The STATE, as agent acting for and on beh'all' of--tFie STY, agrees to do the work in removing, relocating and/or constructing the UTILITY facilities, in accordance with and as described in the specifications marked Exhibit "A" and plans marked Exhibit "C" attached hereto, and by this reference made a part of this AGREEMENT. Page 1 UT 0341 Plans, specifications and cost estimates shall be prepared by the STATE in accordance with the current State of Washington Standard Specifications for Road, Bridge, and Municipal Construction, and adopted design standards, unless otherwise noted. The STATE will incorporate the plans and specifications into the STATE's project and thereafter advertise the resulting project for bid and, assuming bids are received and a contract is awarded, administer the contract. The CITY hereby approves t s 'ficatlons for the described work as shown on Exhibits "A" and licit. The CITY may, if it desires, furnish an inspector on the project.,--Apy costs .for such inspector,will__ae' borne 'solely by the CITY. All contact -between said inspector and the STATE's contactor shall -be through the STATE's representatives. The CITY agrees, upon satisfactory completion of the work involved, to deliver a letter of final acceptance which shall include a'\release and waiver of all future' claims or demands resulting' from tie, performance of the work under,this AGRF MENT. Final acceptance shall not constitute acceptance: of any unauthorized\ or defective work or materials, nor be a waiver of any manufacturer's or supplier's warranties. Upon c�6impletion--�of the worms outlined. herein, all future operati n and ai tenanoe�_of- the -TTY's facilities --shall be at the sol Cost ohe CITY and without expense to -the STATE.__ II PAYMENT An itemized estimate of cost for work to be performed by the STATE and the CITY marked Exhibit "Bit is attached hereto, and by this reference made a part of this AGREEMENT. The STATE, in consideration of the faithful performance of the work to be done by the CITY agrees to pay the CITY actual direct and related indirect costs associated with the CITY's performance of testing, reviews and technical and engineering assistance, as accumulated in accordance with a work order accounting procedure as prescribed and approved by the Division of Municipal Corporations of the State Auditor's office. Partial payments will be made upon request of the CITY to cover costs incurred, and no more frequently than one (1) per month. The STATE agrees to pay the CITY promptly upon receipt of properly documented invoices. The CITY shall submit a final billing to the STATE within 90 calendar days following completion of the work involved. Page 2 UT 0341 It is agreed that any partial payment will not constitute agreement as to the appropriateness of any item and that at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CITY, the CITY agrees to refund such overpayment to the STATE. During the progress of the construction and for a period not less than three years from the date of final payment to the the records and accounts pertaining to the construction!, 11 project and accounting therefore are to be kept available for inspection and audit by the STATE and/or Federal Government and copies of all records, account, documents or other data pertaining to the project will be furnished upon request. If any litigation, claim, or audit is commenced, the records and accounts along with supporting documentation shall be retained until all litigation, claim or audit finding has been resolved even though such litigation, claim, or audit continues past the three-year retention period. III CHANGES IN THE WORK In the event it is determined that any significant change from the description of work contained in this AGREEMENT is required, approval must be secured from the CITY prior to the beginning of such work. Where the change is substantial, written approval must be secured. Reimbursement for increased work and/or a substantial change in the description of work shall be limited to costs covered by a written modification, change order, or extra work order approved by the CITY. IV SALVAGE All materials removed by the STATE shad be reclaimed or disposed of by the STATE and shall become the property of the STATE. If the CITY desires to retain these materials, and the STATE concurs, the CITY shall reimburse the STATE an amount not less than that required by the FHPM 6-6-3-I. V BETTERMENTS There is no betterment included in this agreement work. VI ACCRUED DEPRECIATION No work, as described herein, constitutes a credit for accrued depreciation as defined in FHPM 6-6-3-1. Page 3 UT 0341 6ATi Jll VII COMPLIANCE -04M A4f - S 4�0 4t.43 errY. of tZhe CITY\agrees to comply with all applicable requirements STATE 'which shall be in accordance with the Utilities Accom�odation Policy, Chapter 468-34 WAC, and amen$m�nts thereto, and said policy and amendments are hereby incorporated in and made a' part of this AGREEMENT for all intents --and purposes as if fully set forth herein. VIII RIGHT OF ENTRY The CITY hereby grants and conveys to the STATE the right of entry upon all land on which the CITY has interest, within the right of way of the highway, for the purpose of improving and/or constructing said highway. IX FRANCHISE OR PERMITS Tie Citty- \shal,� appiy-�for and the State shall convey the necessary sat�i� permits`, or , anchiaes pursuantto Chapter 47,44 ROW 'requi d for installation of such facilities that rem, in on\'or cross the' --State highway right-of-way,.� X LEGAL RELATIONS The STATE, its successors or assigns, will protect, save and hold harmless the CITY, its authorized agents and employees, from all claims, actions, costs, damages or expenses or any nature whatsoever by reason of the acts or omission of the STATE, its assigns, agents, contractors, licensees, invitees, employees or any person whomsoever arising out of or in connection with any acts or activities authorized by this agreement. The STATE further agrees to defend the CITY, its agents or employees in any litigation, including payment of any costs or attorney's fees for any claims or action commenced, thereof arising out of or in connection with acts or activities authorized by this agreement. This obligation shall not include such claims, costs, damages or expenses which may be caused by the sole negligence of the CITY or its authorized agents or employees; Provided that if the claims or damages are caused by or result from the concurrent negligence of (a) the CITY, its agents or employees and (b) the STATE, its agents or employees, this indemnity provision shall be valid and enforceable only to the extent of the negligence of the STATE or STATE's agents or employees. Page 4 UT 0341 For work in the disconnection, reconnection and testing of watermains by CITY forces, the CITY shall hold the STATE harmless from any and all actions, claims, demands and obligations of other parties arising out of the CITY's work. No liability shall attach to the STATE or the CITY by reason of entering into this AGREEMENT except as expressly provided herein. IN WITNESS WHEREOF, the parties hereto have executed this agreement as of the day and year first above written. APPROVED AS TO FORM By:� Assistant At orney General Date : � c- C-- CITY OF RENTON Mayor Earl Clymer Date STATE OF WASHINGTON Department of Transportation By: Page 5 UT 0341 UT 0341 EXHIBIT "A" SPECIFICATIONS AND SPECIAL PROVISIONS The work proposed under this AGREEMENT includes relocation of / t r utilities at State expense to accomodate widening of bridge structures as described herein and as shown on Exhibit "C" of this agreement. WORK TO BE PERFORMED BY THE STATE: All fittings necessary to the facilities herein listed are incidental to and part of the project plans and estimates. Exhibit "C", Sheet 1 of 7, vicinity map Exhibit "C", Sheet 2 of 7; 1 EA Move Existing Hydrant 1 EA 8" Gate Valve 1 EA Gate Valve 6 Inch 210 LF DI Pipe for Water Main 8 Inch Diam Exhibit "C", Sheet 3 of 7, 2 EA Gate Valve 6 Inch 1 EA Move Existing Hydrant 250 LF DI Pipe for Water Main 8 Inch Diam Exhibit "C", Sheet 4 of 7, 2 EA Move Existing Hydrant 2 EA Gate Valve 6 Inch 1 EA 1211X 8" Tapping Sleeve 90 LF DI Pipe for Water Main 16 Inch Diam 790 LF DI Pipe for Water Main 8 Inch Diam Exhibit "C", Sheet 5 of 7, 1 EA Gate Valve 8 Inch 2 EA Move Existing Hydrant 2 EA Gate Valve 6 Inch 1 EA 1611X 8" Tapping Sleeve 935 LF DI Pipe for Water Main 8 Inch Diam Exhibit "C", Sheet 6 of 7, 2 EA 1411X 8" Tapping Sleeve 580 LF DI Pipe for Water Main 8 Inch Diam Exhibit "C", Sheet 7 of 7, 1 EA Move Existing Hydrant 1 EA Gate Valve 6 Inch 1 EA Install New Hydrant 550 LF DI Pipe for Water Main 8 Inch Diam Exhibit A Page 1 UT 0341 WORK TO BE PERFORMED BY CITY: The CITY, as owns �.A ties, will provide technical and engineering review and assistance to the STATE and/or its consulting engineers during the reconstruction of these facilities. The CITY will also disconnect water systems prior to removal by the STATE's contractor and make all water main connections following installation by the STATE's contractor. This work will be reimbursed by the STATE. ON -SITE COORDINATION The STATE shall give the CITY 7 calendar days preliminary notice of all construction activity which will require scheduling of CITY personnel. The STATE will confirm the scheduling of the construction activity not less than 48 hours prior to CITY performance of work. All contact between CITY personnel and the STATE's contractor shall be through the STATE'S representative. S add ew(,f� or- Aq ENGINEERING & REVIEW The STATE shall submit shop drawings, change orders, and any other proposed changes affecting _3M--faciiztiL-s for review prior to giving the State's contractor approval to perform the work. The STATE will forward to the CITY for review any guarantee or warranty furnished as a normal trade practice in connection with the pu�chase of any equi`pment, materials, or, items used in the construction of�-the project. The STATE shall submit as -built drawings to the CITY upon completion of the project. DELIVERY AND ACCEPTANCE OF COMPLETED LINES The STATE shall conduct a field review of each constructed facility with representatives of the CITY, and shall further require all punch list items to be corrected to the satisfaction of the CITY and the STATE prior to placing each facility in service. The STATE agrees, upon completion of the facilities, to deliver such facilities to the CITY by letter. Exhibit A Paae 2 UT 0341 RESOLUTION OF DISPUTES It is anticipated that the CITY and the STATE can reach agreement on outstanding issues regarding acceptance by Renton of the new utility facilities. However, in the event that correspondence and meetings do not lead to a mutually satisfactory agreement, either party may request that the issue be resolved by non- binding mediation. Failing resolution by non -binding mediation, the dispute may then be given to an independent arbitrator. The results of such arbitration shall be binding on both the CITY and the STATE. Exhibit A Page 3 UT 0341 AGREEMENT UTO341 EXHIBIT ESTIMATED CONTRACT COSTS FIRE PROTECTION RELOCATION Itenn I Unit Description I Unit I Quantity I Unit Price I cost 3846 Hydrant Assembly sx 1 $2.000.00 $2.000.00 3850 Moving Existing Hydrant EA r $800.00 $5.600.00 aaer 8moh o|Water Pipe LF 3315 $30.00 $98.450.00 3871 16|nch D|Water Pipe LF 90 $10000 $8.000.00 3843 Tapping 8|cove/a^Valve Aomb|y. EA n $o 1oO.Oo $10.500.00 3815 Bank Run G,awfor Trench Bm| CY 1473 $8.00 $11.78400 6155 Gate Valve om sa 8 $oOOOO $4.800.00 6160 Gate Valve om EA u *orn.00 *1.350.00 oeyo Permanent Signing L8 1 $1.140.00 $1,140.00_ SUBTOTAL ESTIMATED COSTS ESTIMATED CITY FORCES COSTS LABOR SUBTOTAL *145.624.00 $12,960.54 $158,584.54 --- U-n-it Descrietion ... ... Quan. Unit, Unit P - rice Unit Total Lead Worker ill4V HR $17o0 $816o0 Maintenance Worker 48HR $16.25 $780.00 Maintenance Worker ^o Hn $16.25 *reu.00 Maintenance Worker *a Hn $16.25 $780.00 Labor Subtotal *3.156.00 Overhead @ona% *1.691.62 Fringes @ 48.9% *1.543.28 Labor Estimated Total $6,390.90 I Unit Descrietion I Quan. I Unit I Unit Price I Unit Total - - Utility Truck 48 Hn $25 .00 *1,200.00 Pickup Truck 48 HR $5.00 $240.00 Equipment Subtotal $1/440o0 OTHER I Unit Descrietion Quan. Unit Unit Price Unit Total .. Purification Samples 12 EA $40.00 $480.00 Other Subtotal **80.00 SUMMARY 0FESTIMATED CONTRACT WORK SUBTOTAL DIRECT CONTRACT COSTS $158.584.5* SALES TAX @o.o% $13.003.83 SUBTOTAL $171.588.47 ENGINEERING @1om $171su.00 CONT|wGENC|ES@5m $8.579.42 TOTAL ESTIMATED CONTRACT COSTS $197.326.7* SUMMARY 0FCITY FORCES COSTS Labor Subtotal $6,390.90 Equipment Subtotal $1440.00 Other Subtotal $480.00 TOTAL ESTIMATED CITY FORCES COSTS $8.310.90 TOTAL ESTIMATED COSTS THIS AGREEMENT $205.637.64 EXHIBIT ^B^ eagE 1 63 62 61 60 59 58 57 56 55 54 53 52 51 50 49 48 47 46 45 44 43 42 41 40 39 38 37 36 35 34 33 32 31 30 29 T 1 28 27 26 25 24 23 22 21 20 19 18 17 16 15 14 13 12 11 10 9 8 7 6 5 4 3 2 1 H I P 3-cunwLis j� , OF 0 0,� x/ 'Po SR 405 MP 4.55,-,'�77 LN 315+25.88 LS 315+65.68 END OF PROJECT A0 61 %9 0 31" WAY N. C, ov % % kllv % --------- - Y, ILWAUKCE 7 "C" HAPLIE'-, ALLEY 0 ----------- - 9 c N rc 0 In 3r 0 Z% q------ ---- 7 C9 60 0 -L? 0 0 ?o v, qy 'SR 405 % MP 3.13 STA. L 228+8b%,%P,"0. C. .' BEGINNING 0,F' Pf OJECT X" 10 IWA NO. FED.AID PROJ.NO._I HIGHWAY DIVISION Washington State Deportment of Transportation SR 405 CS 1743 EXHIBIT'C" AGREEMENT UT 0341 4QUSIB=ION AGREEMENT ROCAT16NENGR. RIQAINADMSOIN tPATOR SHEET 1 of 7 V I (- / /� h 7,,' lq7 Iq P OF • .. _ T. 23N, R. 5E, W. M0 rl �J if �11 m�ma� I it O O I'1 j`--__`, I—_— - - T SR 545 ---- ---------- ---------- - - ----x ----- -- _ - _ • -------------------------- i r ------- -- i — — — — '+—III ----- , I10 1-------- M — — — — — — — ' ' , I I — ---- ---ti---- - - - - - - - - - ---- 111,77777777777 .— + },,� f— -- —'——_2740'— —'— —'— -- -------------- _ z __ to----------------- + — — — ,` / --------------------_.............. •`• ---...-.......... - -- - � \\ � •` i%! `Y=*! ------------ � 1 — -- - .. 1 --------------------------- -- J/ ----- ---------------------- ----------- I ` ', ____- _. F-��— _t_r,++K+-u■.. u-_•-_ -- •-_ ---_••--_--_•- ---------_--• ---__ _ -•_- ■ 1 \l \ ...�• �� \\ 1----1� 1 i ----•' r--� p1III1j�--.._�I1`11 1' / I �1'' ', ,� �n ',., �\ \\ 1 __-1 j+ :=I ; �' •.�♦ \ //yam \ I ' 1 Url,I ■ I r , \ \ ' ............ —._. \__•_"—'_.—._.—`1YL.ti _J�1_1._.St _.l1 _.St _r Ali_. _.. —._ �1�—V •�•_--•--- `I 1 +- , Ij � (�_ r CEDAR AVE. S. WEST LINE H_ H : TD- - D :E'�!'o- - — --- -- a - - - o .-. - - - - - - - - - --1-,y 1-�ai`�l__;��_ t_ _ ,Q,r: - ----- / .. ------- ------------- �, �i / �i SR 405 CS 1743 EXHIBIT "C" AGREEMENT UT 0341 CONSTRUCTION AGREEMENT R.D. AYE P.E. R.Q. ANDERSON P.E. LOCAT16N ENGR. DIST.1 ADMINISYRATOR SHEET2,D 7 0 50 100 SCALE IN FEET FED.AID PROJ.NO.l HIGHWAY DIVISION Washington State Department of Transportation VERTICAL CROSS X 6" REDUCER LS 253*20I42'LT.1 INSTALL HYDRANT ASS (TO BE PORTED EAST( LEGEND EXISTING WATER LINE —■ — — * — PROPOSED WATER LINE --.� EXISTING FIRE HYDRANT ci PROPOSED FIRE HYDRANT q 1 (DETAIL GNED BY R. BOYD 10 WASH .RED BY S. OLLING / M. WEED :KED BY G. WEBBER JOB NUMBER I. ENGR. J. JOHNSON 7 Anu R - A _ ANnp RCnN CONTRACT NO. Ior To23N,Ro5E,W.M -•-q---------- -\' L i I i I � ' r d � , 0 50 100 SCALE IN FEET REp0" STAT FED.AID PROJ.NO. HIGHWAY DIVISION IGNED BY R Y 10 WASH Washington State -RED BY S. OLLING M WEED Deportment of Transportat i ( ;KED BY Q, WEBBER JOB NUMBER 1. ENGR. J, JOHNSQN STA. LN263♦TS LT. RELOCATE HYDRANT AND CAP 9 L STA. LN263+95 RT. RELOCATE HYDRANT AND CAP SR 405 CS 1743 EXHIBIT'C' AGREEMENT UT 0341 CONSTRUCTION AGREEMENT R.D. AYE P.E. R.Q. ANDERSON P.E. LOCATON ENGR. DIST. 1 ADMINISYRATOR SHEET 3 of 7 I- T M I- 1 1 %/ r1 M A A I T Tl1 A AI P. . T-o23No9Ra5Eo9W.M.. 1010 'E�E D-- - 00 a 1 _ •_ ^sue__ _ _: _r= e_- - - - - - - - - o '\ ` ` \� _ _ I \ - - •� - i, w �,>^r%ram � - � � 11� \ `! � o -- _ LS 2Tl+2lt3S'LT.) VI INSTALL HYDRANT ASSEMBLY 11 / T , •\ \ '���+n �, VERTICAL CROSS ITO BE PORTED SOUTH) _ ------ SEE EI 8" VERTICAL CROSS SHEEiNO OF NALL DETAIL --- _ - - — ,•, •� \ \ \ I Y 1\ 8„ X G" REDUCER -------- _ - I--_ _ _ = _ �, \ _ I ..._ * S ____________________ ----- ----"-----------:=- --- ---- ------------------------------- ----Ls- -L I NE----------------- ---- INSTALL 16" X 8" TAPPING SLEEVE IMJ TAPPING N/FL OUTLET) & 8" TAPPING GATE VALVE (FL X NJ) VERIFY LOCATION IN FIELD 16" VERTICAL CROSS CUT EXISTING 16" O.I.W.P 8 CONNECT NEW 16 D.L.W.P TO EXISTING 16" O.I.N.P. STA. LN2T6+40 LT. RELOCATE HYDRANT AND ABANDON r f- N _ CUT EXISTING 16" 0.1.W.P a 1,1 INSTALL 16" O.L.W.P. ._--___'_______________________--_____ __��___-_____--__________'_____--_____________________________ _ -___ _ 1' ___ ____ I _ _' ----- - _ --- ----- N I LN 2T1+08(63"RT.) INSTALL HYDRANT ASSEMBLY �. 1 \+\� / �j / !INSTALL IT0 BE PORTED SOUTH) - - \+ \ 12" X 8" TAPPING SLEEVE ATOR DETAIL SHEET B" VERTICAL CROSS 0 50 100 SCALE 1N FEET r,�----•�, \ \ � , / I I J TAPPING N/FL OUTLET) 8. \ ,•�� \\ \\i , 8' TAPPING GATE VALVE (FL X MJ) r\ / I VLRILY I nrATInN IN rmi n I � - b i ?"]STATE FED.AID PROJ.NO. HIGHWAY DIVISION WasY ington State Deportment of Transportation 10 WASH GNED BY R. BOYD RED BY S. OLLING i M. WEED :KED BY G. WEBBER JOB NweER I. ENGR. J. JOHNSON STA. ELOCATETHYORANT-AND CAP SR 405 CS 1743 EXHIBIT'C" AGREEMENT UT 0341 GQNWAF G*" AGREEMENT R.D. AYE P.E. L`x'p-1 I-oi R.Q. ANDERSON P.E. LOCATON ENGR. DIST.1 ADMINIStRATOR SHEET 4 of 7 . l T f 1 A . 1 tX — —•— ex. I•-__.-_-_-----._.-._.-_-.__.___-- � •x- 1� III I II i �II-IjII I r -I �-•- � I jII s �i}i I i -------------- -i �I� 1--i -------- 0 Ij � r--------------- `: j l ' -'t 11� i yip �I�-•�� .. ASPHALT T- I ) IQ I If, �._ �; I O.I IC(`I j I :t I O ii 11 1Q I -J -}. 'tfl i ----J F- _y Q`,�__ _ _ _ �'/ j I I 1 IL \/��a d1 ♦_------���----- ---- �.�\�/j ( I I I j�./ lam•-- __dY.� -- Q•�_-,---------• -_-_- _•-__'-'=-_----__ _�_--- ... _ . rrrrt y�ros, isrr,-rrvr�irr IU _ - - - - J____a•-_- __-__-.- - - - _ L____.-._-___--_._-._... =-�- - - - �m�@� - •mma�a���ma -=__-.-_ _1L -�-� ____.r _ - _Si3 �•iL__T--1'y i_'-.�_J-•--_ y,e N T4 CUT IV D.I.W.P & INSTAL I ' -'r,.; - x' •- \\ Y� / 8Z' GATE VALYE(MFL%% MJ)8 8" X 6" REDUCER i s _ I /, �� / //A VERIFY AND LOCATE IN FIELD ` _ `� - - /" 8" VERTICAL CROSS------------- 1 i LN 281+T0(55'RT.) INSTALL HYDRANT ASSEMBLY i ITO BE PORTED WEST) HYDRANT MIN. 3' FROM BARRIER / SEE FIRE HYDRANT ASSEMBLY DETAfN SWEET / 1 INSTALL 16" X 8" TAPPING SLEEVE (MJ TAPPING W/FLOUTLET) A 8" TAPPING GATE VALVE (FL X MJ) VERIFY LOCATION IN FIELD STA. LN284-88 RT. RELOCATE HYDRANT AND CAP 0 50 100 SCALE IN FEET LS 2T0+T2(5O'LT.) INSTALL HYDRANT ASSEMBLY ,TO BE PORTED EAST) HYDRANT MIN. 3' FROM BARRIER SEE FIRE HYDRANT ASSEMBLY DETAIL _- - - - - -- ^' 1 r}__=ls_�1J� -- .. .................... p ( ASPHAL T SR 405 CS 1743 EXHIBIT "C" AGREEMENT UT 0341 CONSTRUCTION AGREEMENT R.D. AYE P.E. R.Q. ANDERSON P.E. LOCATON ENGR. DIST. 1 ADMINIS`TRATOR ICNED BY R 'ERED BY S NCR. / M Ll ow JOB NUMBER FED.AID PROJ.NO. HIGHWAY DIVISION Washington State Department of Transportation SHEET 5 of 7 a . ..� To23No 9Ro5Eo 9W.Ma ASPHALT \ ASPHALT — —L P G ASPHALT I W - PHALT O -- I - �Z�\`\ LT p INSTALL 14" X 8" TAPPING SLEEVE \\Y % I - — \\\ i� \\ `\�� •\ \� .�`)J 8" TAPPINGGCATELVALVEE/FLAX MJI \\\ - L__ VERIFY LOCATION IN FIELD \ ---0 STA. LN302+35 LT. RELOCATE HYDRANT AND CAp E%ISTING WATERLINE _ =J= �J=s=J� � _ _— —.--. �i_-ti _�.=. _L -alter-1 Cif �4_ \\\ \\ •�j\ `` �`�` __-_ _ { -• _______ a _ rT1-_^-=J--_________________________.-__-______-__-__ -z Lam..-r \•\ \ •�.\ \ `\ _ - - -_ �X� X - �•_____________ -_---- \ •\\ \ �'•�_.- Cf -i- i T_ i_ _-__-- _ —_---,��.rYL_��" "-- - -------------------- ------ - - - -- -=-=f - - - - ------------------ J uj 30 \- \ - --------- N INSTALL 14" X B" TAPPING SLEEVE '\'♦ •♦ `\•\ G. i BTAPPINGGATEVALVE(FL " G L OUTLET) � X MJI \� I J I \ VERIFY LOCATION IN FIELD W p 'N\ ,,•\\• •\ ,\ ' 0 50 100 SCALE IN FEET SR 405 CS 1743 EXHIBIT'C" AGREEMENT UT 0341 CONSTRUCTION AGREEMENT R.D. AYE P.E. R.O. ANDERSON P.E. LOCATIljN ENGR. DIST. 1 ADMINIS` FIATOR SHEET 6 of ERED BY CKED BY J. EN R. int FED.AID PROJ.NO. HIGHWAY DIVISION Washington State Department of Transportation a ,,T.n23Nc 9Ro5Eo 9WoMo LN 308*54(35'RT.) INSTALL HYDRANT ASSEMBLY ITO BE PORTED NORTH) SEE END OF MALL DETAIL SHEET 0 5 CG 100 SCALE IN FEET M.P. 4.77 LS 315+25.88 LN 315+65.68 SR 405 CS 1743 EXHIBIT 'C` AGREEMENT UT 0341 CONSTRUCTION AGREEMENT R.D. AYE P.E. R.O. ANDERSON P.E. LOCATICSN ENGR. DIST.1 ADMINISYRATOR SHEET 7 of 7 SIGNED BY R. BOYD TERED BY S. OLLING ECKED BY G. WEBBER 'OJ. ENGR. J. JOHNSO „o"STAT FED.AID PROJ.NO. HIGHWAY DIVISION 10 WASH Washington State Department of Transportation OF Agreement UT 0341 This AGREEMENT, made and entered into this day of , 19 , between the STATE OF WASHINGTON, Department of Transportation, acting by and through the Secretary of Transportation, by virtue of Title 47 RCW, hereinafter called the "STATE", and the CITY OF RENTON, 200 Mill Avenue South, Renton, WA 98055, hereinafter called -the "CITY". WHEREAS, the STATE is plannng the construction or improvement of State Route 405, and in 0qnn t' therewith it is necessary to remove and/or relocate or ruct certain CITY facilities as set forth in the attached plans, and WHEREAS, it is deemed to be in the best\pVblic interest for the STATE to include the necessary itemsro�f ry, for relocating and/or constructing the CITY's faciliti' in the STATE's construction contract, and WHEREAS, the STATE is obligated Nr Tthe relocation of facilities where the CITY has a comp*&qpainterest in its facilities and right-of-way by virtue qpZ located on easements or CITY owned right-of-way, tkie CITY is obligated to reimburse the STATE for any relocati84 costs required for facilities not on easements or CITY owned ght-of-way. NOW THEREFORE, in consideration of the terms, conditions, covenants and performances contained herein, or attached and incorporated and made a part hereof, IT IS MUTUALLY AGREED AS FOLLOWS: I GENERAL Federal -Aid Highway-, Program Mane Volume 6, Chapter 6, Section 3, Subsection 1 (FHPM 6-6-3-1), fid amendments thereto, determine and establish the definitions an c applicable standards for this AGRE,FMENT,_and payment he e der, and by this reference are incorporated herLOy and made a part f this AGREEMENT for all intents and,/purposes as�jf fully set fort herein The S ATE, as agent acting for and n behalf of the CITY, agrees to o the work in removing, relocating and/or constructing the UTILIT facilities, in accordance with and as described in the specifications marked Exhibit "A" and plans marked Exhibit "C" attache- hereto, and by thl reference made a part of this AGREEMENT. 0 2/14/ I1-6 2 SEAWC AG2EChEr( i Sind Page 1 UT 0341 - 376 9 Plans, specifications and cost estimates shall be prepared by the STATE in accordance with the current State of Washington Standard Specifications for Road, Bridge, and Municipal Construction, and adopted design standards, unless otherwise noted. The STATE will incorporate the plans and specifications into the STATE's project and thereafter advertise the resulting project for bid and, assuming bids are received and a contract is awarded, administer the contract. The CITY hereby approves the plans and specifications for the described work as shown on Exhibits "A" and "C". The CITY may, if it desires, furnish an inspector on the project. Any costs for such inspection will be borne solely by the CITY. All contact between said inspector and the STATE's contractor shall be through the STATE's representatives. The CITY agrees, upon satisfactory completion of the work involved, to deliver a letter of final acceptance which shall include a release and waiver of all future claims or demands resulting from the performance of the work under this AGREEMENT. Final acceptance shall not constitute acceptance of any unauthorized or defective work or materials, nor be a waiver of any manufacturer's or supplier's warranties. Upon completion of the work outlined herein, all future operation and maintenance of the CITY's facilities shall be at the sole cost of the CITY and without expense to the STATE. II PAYMENT An itemized estimate of cost for work to be performed by the STATE and the CITY marked Exhibit "B" is attached hereto, and by this reference made a part of this AGREEMENT. The STATE, in consideration of the faithful performance of the work to be done by the CITY agrees to pay the CITY actual direct and related indirect costs associated with the CITY's performance of testing, reviews and technical and engineering assistance, as accumulated in accordance with a work order accounting procedure as prescribed and approved by the Division of Municipal Corporations of the State Auditor's office. Partial payments will be made upon request of the CITY to cover costs incurred, and no more frequently than one (1) per month. The STATE agrees to pay the CITY promptly upon receipt of properly documented invoices. The CITY shall submit a final billing to the STATE within 90 calendar days following completion of the work involved. Page 2 UT 0341 It is agreed that any partial payment will not constitute agreement as to the appropriateness of any item and that at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CITY, the CITY agrees to refund such overpayment to the STATE. During the progress of the construction and for a period not less than three years from the date of final payment to the CITY, the records and accounts pertaining to the construction of the project and accounting therefore are to be kept available for inspection and audit by the STATE and/or Federal Government and copies of all records, account, documents or other data pertaining to the project will be furnished upon request. If any litigation, claim, or audit is commenced, the records and accounts along with supporting documentation shall be retained until all litigation, claim or audit finding has been resolved even though such litigation, claim, or audit continues past the three-year retention period. III CHANGES IN THE WORK In the event it is determined that any significant change from the description of work contained in this AGREEMENT is required, approval must be secured from the CITY prior to the beginning of such work. Where the change is substantial, written approval must be secured. Reimbursement for increased work and/or a substantial change in the description of work shall be limited to costs covered by a written modification, change order, or extra work order approved by the CITY. IV SALVAGE All materials removed by the STATE shall be reclaimed or disposed of by the STATE and shall become the property of the STATE. If the CITY desires to retain these materials, and the STATE concurs, the CITY shall reimburse the STATE an amount not less than that required by the FHPM 6-6-3-I. V BETTERMENTS There is no betterment included in this agreement work. VI ACCRUED DEPRECIATION No work, as described herein, constitutes a credit for accrued depreciation as defined in FHPM 6-6-3-1. Page 3 UT 0341 VII COMPLIANCE The CITY agrees to comply with all applicable requirements of the STATE which shall be in accordance with the Utilities Accommodation Policy, Chapter 468-34 WAC, and amendments thereto, and said policy and amendments are hereby incorporated in and made a part of this AGREEMENT for all intents and purposes as if fully set forth herein. VIII RIGHT OF ENTRY The CITY hereby grants and conveys to the STATE the right of entry upon all land on which the CITY has interest, within the right of way of the highway, for the purpose of improving and/or constructing said highway. I% FRANCHISE OR PERMITS The City shall apply for and the State shall convey the necessary statutory permits or franchises pursuant to Chapter 47.44 RCW required for installation of such facilities that remain on or cross the State highway right-of-way. LEGAL RELATIONS The STATE its successors or assigns, will g protect, save and hold harmless the CITY, its authorized agents and employees, from all claims, actions, costs, damages or expenses or any nature whatsoever by reason of the acts or omission of the STATE, its assigns, agents, contractors, licensees, invitees, employees or any person whomsoever arising out of or in connection with any acts or activities authorized by this agreement. The STATE further agrees to defend the CITY, its agents or employees in any litigation, including payment of any costs or attorney's fees for any claims or action commenced, thereof arising out of or in connection with acts or activities authorized by this agreement. This obligation shall not include such claims, costs, damages or expenses which may be caused by the sole negligence of the CITY or its authorized agents or employees; Provided that if the claims or damages are caused by or result from the concurrent negligence of (a) the CITY, its agents or employees and (b) the STATE, its agents or employees, this indemnity provision shall be valid and enforceable only to the extent of the negligence of the STATE or STATE's agents or employees. Page 4 UT 0341 For work in the disconnection, reconnection and testing of watermains by CITY forces, the CITY shall hold the STATE harmless from any and all actions, claims, demands and obligations of other parties arising out of the CITY's work. No liability shall attach to the STATE or the CITY by reason of entering into this AGREEMENT except as expressly provided herein. IN WITNESS WHEREOF, the parties hereto have executed this agreement as of the day and year first above written. CITY OF RENTON Mayor Earl Clymer Date APPROVED AS TO FORM By: Assistant At orney General Dater c C- STATE OF WASHINGTON Department of Transportation By: STATE DESIGN ENGINEER Page 5 UT 0341 UT 0341 EXHIBIT "A" SPECIFICATIONS AND SPECIAL PROVISIONS The work proposed under this AGREEMENT includes relocation of City water utilities at State expense to accomodate widening of bridge structures as described herein and as shown on Exhibit "C" of this agreement. WORK TO BE PERFORMED BY THE STATE: All fittings necessary to the facilities herein listed are incidental to and part of the project plans and estimates. Exhibit "C", Sheet 1 of 7, vicinity map Exhibit "C", Sheet 2 of 7; 1 EA Move Existing Hydrant 1 EA 8" Gate Valve 1 EA Gate Valve 6 Inch 210 LF DI Pipe for Water Main 8 Inch Diam Exhibit "C", Sheet 3 of 7, 2 EA Gate Valve 6 Inch 1 EA Move Existing Hydrant 250 LF DI Pipe for Water Main 8 Inch Diam Exhibit "C", Sheet 4 of 7, 2 EA Move Existing Hydrant 2 EA Gate Valve 6 Inch 1 EA 1211X 8" Tapping Sleeve 90 LF DI Pipe for Water Main 16 Inch Diam 790 LF DI Pipe for Water Main 8 Inch Diam Exhibit "C", Sheet 5 of 7, 1 EA Gate Valve 8 Inch 2 EA Move Existing Hydrant 2 EA Gate Valve 6 Inch 1 EA 1611X 8" Tapping Sleeve 935 LF DI Pipe for Water Main 8 Inch Diam Exhibit --Cl-, Sheet 6 of 7, 2 EA 1411X 8" Tapping Sleeve 580 LF DI Pipe for Water Main 8 Inch Diam Exhibit "C", Sheet 7 of 7, 1 EA Move Existing Hydrant 1 EA Gate Valve 6 Inch 1 EA Install New Hydrant 550 LF DI Pipe for Water Main 8 Inch Diam Exhibit A Page 1 UT 0341 WORK TO BE PERFORMED BY CITY: The CITY, as owners of said facilities, will provide technical and engineering review and assistance to the STATE and/or its consulting engineers during the reconstruction of these facilities. The CITY will also disconnect water systems prior to removal by the STATE's contractor and make all water main connections following installation by the STATE's contractor. This work will be reimbursed by the STATE. ON -SITE COORDINATION The STATE shall give the CITY i calendar days preliminary notice of all construction activity which will require scheduling of CITY personnel. The STATE will confirm the scheduling of the construction activity not less than 48 hours prior to CITY performance of work. All contact between CITY personnel and the STATE's contractor shall be through the STATE'S representative. ENGINEERING & REVIEW The STATE shall submit shop drawings, change orders, and any other proposed changes affecting CITY facilities for review prior to giving the State's contractor approval to perform the work. The STATE will forward to the CITY for review any guarantee or warranty furnished as a normal trade practice in connection with the purchase of any equipment, materials, or items used in the construction of the project. The STATE shall submit as -built drawings to the CITY upon completion of the project. DELIVERY AND ACCEPTANCE OF COMPLETED LINES The STATE shall conduct a field review of each constructed facility with representatives of the CITY, and shall further require all punch list items to be corrected to the satisfaction of the CITY and the STATE prior to placing each facility in service. The STATE agrees, upon completion of the facilities, to deliver such facilities to the CITY by letter. Exhibit A Paae 2 Urr n1d1 RESOLUTION OF DISPUTES It is anticipated that the CITY and the STATE can reach agreement on outstanding issues regarding acceptance by Renton of the new utility facilities. However, in the event that correspondence and meetings do not lead to a mutually satisfactory agreement, either party may request that the issue be resolved by non- binding mediation. Failing resolution by non -binding mediation, the dispute may then be given to an independent arbitrator. The results of such arbitration shall be binding on both the CITY and the STATE. Exhibit A Page 3 UT 0341 A AGREEMENT UT 0341 EXHIBIT B ESTIMATED CONTRACT COSTS FIRE PROTECTION RELOCATION Item Unit Description Unit Quantity T- unit Price cost 3846 Hydrant Assembly EA 1 $2,000.00 $2,000.00 3850 Moving Existing Hydrant EA 7 $800-00 $5,600.00 3867 8 Inch Di Water Pipe LF 3315 $30.00 $99,450.00 3871 16 Inch DI Water Pipe LF 90 $100.00 $9,000.00 3843 Tapping Sleeve/8" Valve Asmbly. EA 5 $2,100.00 $10,500-00 3815 Bank Run Grav for Trench Bkfl CY 1473 $8.00 $11,784.00 6155 Gate Valve 6 In EA 8 $600.00 $4,800.00 6160 Gate Valve 8 In EA 2 $675.00 $1,350-00 6890 Permanent Signing LS 1 $1,140.00 $1,140.00 Mobilization @ 8.9% SUBTOTAL ESTIMATED COSTS ESTIMATED CITY FORCES COSTS LABOR EQUIP SUBTOTAL. $145,624.00 $12,960.54 $158,584.54 Unit Descrietion Quan. Unit Unit Price Unit Total Lead Worker 111 48 HR $17.00 $816.00 Maintenance Worker 48 HR $16.25 $780.00 Maintenance Worker 48 HR $16.25 $780.00 Maintenance Worker 48 HR $16-25 $780.00 Labor Subtotal $3,156.00 Overhead @ 53.6% $1,691.62 Fringes g 48.9% $1,543.28 Labor Estimated Total $6,390.90 Unit Descrietion Quan. Unit Unit Price Unit Total Utility Truck 48 HR $25-00 $1,200,00 Pickup Truck 48 HR $5.00 $240.00 Equipment Subtotal $1,440.00 OTHER Unit Descrietion Quan. Unit Unit Price Unit Total Purification Samples 12 EA $40.00 $480.00 Other Subtotal $480.00 SUMMARY OF ESTIMATED CONTRACT WORK SUBTOTAL DIRECT CONTRACT COSTS $158,584.54 SALES TAX @8.2% $13,003.93 SUBTOTAL $171,588.47 ENGINEERING @ 10% $17,158.85 CONTINGENCIES @ 5% $8,579.42 TOTAL ESTIMATED CONTRACT COSTS $197,326.74 SUMMARY OF CITY FORCES COSTS Labor Subtotal $6.390.90 Equipment Subtotal $1,440.00 Other Subtotal $480.00 TOTAL ESTIMATED CITY FORCES COSTS $.8,310.90 - TOTAL ESTIMATED COSTS THIS AGREEMENT $205,637.64 EXHIBIT "B" PAGE 1 A s Washington State Department of Transportation District 1 15325 S.E. 30th Place Bellevue, Washington 98007-6538 (206) 562-4000 January 28, 1991— City of Renton Public Works Department 200 Mill Avenue South Renton, WA 98055 Attn: Mr. Ron Olson SUBJECT: SR405 S. Renton IC to Sunset Blvd HOV Lanes Fire Hydrant Relocations Service Agreement SUA-3769 Dear Mr. Olson: Duane Berentson Secretary of Transportation The attached two page letter is the Service Agreement which takes the place of Utility Agreement UT-0341. The Utility Agreement was deemed unnecessary as none of the facilities were the property of the City. Please have the second page signed on behalf of the City and return both pages to the State upon signing. The attached Service Agreement is to reimburse the City of Renton for the one time cost of connecting the hydrants to the City waterline. These are the costs which were supplied to the States Design Office by the City. This Service Agreement addresses those connection costs only. The issue of turnback of those facilities outside State owned right-of-way to the City will be addressed by the States Land Management division. If you have any questions or need further information please contact Curt Bronson at 562-4263. Sincerely, -4e GERALD R. MAHLUM Acting Utilities/Developer Services Engineer CB:cb attachment Amb► Washington State Department of Transportation District 1 15325 S.E. 30th Place Bellevue, Washington 98007-6538 (206) 562-4000 City of Renton 200 Mill Avenue South Renton, WA 98055 Attention: Ron Olsen Dear Mr. Olsen: Duane Berentson Secretary of Transportation January 23, 1992 SR 405 So. Renton to Sunset HOV Lanes (S-Curves) L-7974 Service Agreement SUA-3769 The Department is planning installation of nine fire hydrants for which a service agreement is necessary. Service Location Account No. of Fire Hydrant SUA 3769 271+08 (63 ft. Rt.) 275+50 271+21 (35 ft. Lt.) 306+41 (35 ft. Lt.) 308+54 (35 ft. Rt.) 281+70 (55 ft. Rt.) 270+72 (50 ft. Lt.) 253+20 (42 ft. Lt.) 257+39 (56 ft. Rt.) Estimated City Forces Costs LABOR Description 8" Hydrant connection 8" Hydrant connection 8" Hydrant connection 8" Hydrant connection 8" Hydrant connection 8" Hydrant connection 8" Hydrant connection 8" Hydrant connection 6" Hydrant connection Unit Description Ouan. Unit Unit Price Unit Total Lead Worker III 48 Hr $17.00 $816.00 Maintenance Worker 48 Hr $16.25 $780.00 Maintenance Worker 48 Hr $16.25 $780.00 Maintenance Worker 48 Hr $16.25 $780.00 Labor Subtotal $3,156.00 Overhead @ 53.6% $1,691.62 Fringes @ 48.9% $1,543.28 Labor Estimated Total $6,390.90 Mr. Ron Olsen Service Agreement SUA-3769 January 23, 1992 Page 2 Unit Description Quan. EQUIP Unit Unit Price Unit Total Utility Truck 48 Hr $25.00 $1,200.00 Pickup Truck 48 Hr $5.00 $240.00 Equipment Subtotal $1,440.00 OTHER Purification 12 EA $40.00 $480.00 Samples Other Subtotal $480.00 Summary Of City Forces Costs Labor Subtotal $6,390.90 Equipment Subtotal $1,440.00 Other Subtotal $480.00 Total Estimated City Forces Costs $8,310.90 Your office will be notified by our Project Engineer Terry Paananen when work affecting this service agreement begins. He may be contacted at 13222 S.E. 30th, Bellevue, WA 98005, and his telephone number is 649-4316. If you find the work estimated for city of Renton to be acceptable and will perform the work, please countersign in the space provided below and return one copy to this office. Please contact Mr. Ken Reindl at 562-4259 if additional information is needed. :sincerely, GERALD R. MAHLUM Acting Utilities/Developer Services Engineer CITY RENTOYL ; By: T i t e: c T/ .S�/ S TLrrr� ��i¢N,4 G c�TL KR:la Date: F'e7� /992 38/krsr405 ANI► Washington State VAf Department of Transportation Date: February 14, 1992 From: Gerald R. Mahlum, MS-113 Subject: To: Intra-Departmental Communication SR 405 So. Renton to Sunset HOV Lanes (S-Curves) L-7974 Service Agreement SUA 3769 One copy of this agreement, approved on February 14, 1992, is attached for your administration. This agreement provides for installation of nine fire hydrants. The service connection is located at various location (see plans) . The utility representative is Ron Olsen and he may be contacted at City of Renton, 200 Mill Avenue South, Renton, WA 98055. The service connection should be requested by calling Ron Olsen at 277-6207. Please notify the applicable maintenance office when the service is requested to let them know the construction project engineer's office is taking over responsibility for the service agreement billings. The utility requires 30 days notification prior to the service connection. All invoices shall be vouchered by the construction project engineer's office. The extra copy of the service agreement shall be transmitted to the applicable maintenance office at the completion of the highway project, and the serving utility notified of the new billing address. Plans copy will be transmitted to the applicable construction project engineer when the contract is awarded. Please contact Mr. Ken Reindl at 562-4259 if additional information is needed. KGR:em U24/3769 Attachment cc: FHWA, Olympia, FJ-51 Headquarters Plans Engineer, KF-01 �. Accounting, R. Diaz MS-127 Plans, Peterson MS-111 eorge We ber, 143 DOT 700-008 (x) Rev 10/89 AML Washington State Department of Transportation District 1 15325 S.E. 30th Place Bellevue, Washington 98007-6538 (206) 562-4000 February 14, 1992 City of Renton 200 Mill Avenue South Renton, WA 98055 ATTN: Ron Olsen SR 405 So. Renton to Sunset HOV Lanes (S-Curves) L-7974 Service Agr. SUA 3769 Dear Mr. Olsen: Duane Berentson Secretary c. 7raispor,aticn We accept your countersignature dated February 3, 1992. If at any time in the future the state requires relocation of these facilities, which are for the sole purpose of serving the state, the costs of relocation and/or removal will be the responsibility of the state. Your office will be notified by our Project Engineer, Mr. Bob Dyer when work affecting this service agreement begins. He may be contacted at 13222 S.E. 30th , MS-51, Bellevue, WA 98005, telephone 455-7134. Please direct all subsequent correspondence and/or billings, with a detailed breakdown of cost included, to Mr. Dyer until completion of the project. At that time you will be notified of the new billing address of the applicable maintenance office. Include the referenced agreement number on all billings. Please contact Mr. Ken information is needed. KR:em U16/3769 Reindl at 562-4259 if additional Sincerely, GERALD R. MAHLUM Acting Utilities/Developer Services Engineer � Washington State VI/ Department of Transportation District 1 15325 S.E. 30th Place Bellevue, Washington 98007-6538 (206)562-4000 January 28, 1991 City of Renton Public Works Department 200 Mill Avenue South Renton, WA 98055 Attn: Mr. Ron Olson SUBJECT: SR405 S. Renton IC to Sunset Blvd HOV Lanes Fire Hydrant Relocations Service Agreement SUA-3769 Dear Mr. Olson: Duane Berentson Secretary of Transportation Ct ;.— Engi!-,,ee; ing D::pt. The attached two page letter is the Service Agreement which takes the place of Utility Agreement UT-0341. The Utility Agreement was deemed unnecessary as none of the facilities were the property of the City. Please have the second page signed on behalf of the City and return both pages to the State upon signing. The attached Service Agreement is to reimburse the City of Renton for the one time cost of connecting the hydrants to the City waterline. These are the costs which were supplied to the States Design Office by the City. This Service Agreement addresses those connection costs only. The issue of turnback of those facilities outside State owned right-of-way to the City will be addressed by the States Land Management division. If you have any questions or need further information please contact Curt Bronson at 562-4263. Sincerely, AGERZffMAHLUM Acting Utilities/Developer Services Engineer CB:cb attachment AML Washington State Department of Transportation District 1 15325 S.E. 30th Place Bellevue, Washington 98007-6538 (206) 562-4000 City of Renton 200 Mill Avenue South Renton, WA 98055 Attention: Ron Olsen Dear Mr. Olsen: Duane Berentson Secretary of Transportation January 23, 1992 SR 405 So. Renton to Sunset HOV Lanes (S-Curves) L-7974 Service A^reement SUA-3769 The Department is planning installation of nine fire hydrants for which a service agreement is necessary. service Location Account No. of Fire Hydrant SUA 3769 271+08 (63 ft. Rt.) ptLA-I'f tjfl 271+21 (35 ft. Lt.) 306+41 (35 ft. Lt.) 308+54 (35 ft. Rt.) 281+70 (55 ft. Rt.) 7qo f77 (50 ft. Lt.) 253+20 (42 ft. Lt.) 257+39 (56 ft. Rt.) Estimated City Forces Costs LABOR Unit Description Quan. Lead Worker III 48 Hr Maintenance Worker 48 Hr Maintenance Worker 48 Hr Maintenance Worker 48 Hr Labor Subtotal Overhead @ 53.6% Fringes @ 48.9% Labor Estimated Total Description 8" Hydrant connection 8" Hydrant connection 811Hydrant connection 8" Hydrant connection 8" Hydrant connection 8" Hydrant connection 8" Hydrant connection 8" Hydrant connection 6" Hydrant connection Unit Unit Price Unit Total $17.00 $816.00 $16.25 $780.00 $16.25 $780.00 $16.25 $780.00 $3,156.00 $1,691.62 $1,543.28 $6,390.90 Mr. Ron Olsen Service Agreement SUA-3769 January 23, 1992 Page 2 Unit Description Ouan. Unit Unit Price Unit Total EQUIP Utility Truck 48 Hr $25.00 $1,200.00 Pickup Truck 48 Hr $5.00 $240.00 Equipment Subtotal $1,440.00 OTHER Purification 12 EA $40.00 $480.00 Samples Other Subtotal $480.00 Summary Of City Forces Costs Labor Subtotal $6,390.90 Equipment Subtotal $1,440.00 Other Subtotal $480.00 Total Estimated City Forces Costs $8,310.90 Your office will be notified by our Project Engineer Terry Paananen when work affecting this service agreement begins. He may be contacted at 13222 S.E. 30th, Bellevue, WA 98005, and his telephone number is 649-4316. If you find the work estimated for city of Renton to be acceptable and will perform the work, please countersign in the space provided below and return one copy to this office. Please contact Mr. Ken Reindl at 562-4259 if additional information is needed. sincerely, GERALD R. MAHLUM Acting Utilities/Developer Services Engineer CITYZPV2R�NTO By: Tit e: L / -r7 l T/ Sy s Ta-772 110AV 4-C 4yz KR:la Date: F� . 3 )992 38/krsr405 Date: February 0, 1992 FROM: S. Graff, MS: 7329 Utilities Engineer CS 1743 SR 405 SR 167 I/C to Sunset HOV Lanes City of Renton Service Agreement SUA-3769 TO: Gerry Mahlum MS: NB-82 Dist. 1, Utilities Attached, per your request dated January 23, 1992, is the approval from the FHWA for the above noted Service Agreement. SEG(UT) SUA3769D Attachments AIML � 1F�o-shingion State -{A Department of Ti r.—sportation Transportation Building KF-01 Olympia. Wasn;ngton 98504.5201 (206) 753-6005 January 31, 1992 Mr. Barry F. Morehead Division Administrator Federal Highway Administration 711 South Capitol Way, Suite 501 Olympia, Washington 98501-1284 Duane 6erent on Secretary of Transpor:a::en LGo) P77(7- ""I'!y F E B 7 1992 RE: SR 405 City of Renton Fire Hydrant Connection Service Agreement SUA-3769 F.A. I-IR-405-3(783) Dear Mr. Morehead: Enclosed is a copy of a proposed service agreement with the City of Renton and the WSDOT for your review and approval. This agreement is for the connection of state- owned fire hydrants to the City of Renton water system. This service agreement replaces Utility Agreement UT-0341, approved by the FHWA on December 26, 1991, which will be cancelled. It was discovered that all the utilities on the state's R/W were owned by the state. The only involvement with the City of Renton was for reimbursement to the city for the connection of these hydrants to the city water system. Sincerely, E. R. "SKIP" BURCH, P.E. State Design Engineer ERB.jcl/537 SEG (UT) Enclosures cc: Jim Leonard, Program Management Gloria Talvo, Accounting Curt Bronson, District 1 Utilities To23No_9Ro5Ea9WoM0 II li! /1 ii I i i L — a-.► _ — —— —— — ---�— —r -----1 ;'_ — — `'—�— — III_ _n--- T — — — — — SR 5-15 — — — — — — — MALN_AVE. S� - -- --- — — — - -' ----- ----- - c I_ •---_----------------------•_-•------ t_----_•l-T_-.___-_1__--_- ' �•f — — — --- ------ _ - - ----------- f5-7�:i7' Ems— ' __ ___ _ 14 cr L rn v, ---------------------- I— — -----------------' ;``�, '\•\ ��' �/ W---------------_'--___-_- � -------------- ----- --------------'--------___ '---------- ------------ — - ------ - - }; ---- - --------------------------- -----------------------•---- ----•�• --- - _ / I I _=1-i•_:. r_�la_rl- =Y ==J< �=J�-=3r_a-Xsz.vi-_:Y �.-u.____.W. rA-_-n1�=� 41fc d�5=a;_aa� :aa -en 1— o `\ �� ', ` `���� -- ,; -� � 't — n ------- - .. A ...... I^ ----- IT12 I� I "I V� - 1__—.— 1 _ I ;-A I 1 \ \ \ --------------- ------------------------------------ J�, r ' �Y,YcIv EDAR AVE. S. > -- —v— — — — — o------•---- •—•-------•—•— _ - ------ — - WEST � � �- � C •o----'J�� - =�'.,. ....... LINE H.H. TO D L.C. NO - — - - H. - - ------ LEGEND -------�---•------ ------------ -----•-------- 11�- - j' �P LEGEND EXISTING 8" D.I.W.P h I 8" TEE (10E (FL NGAT,�) IFY LOCATION IN FIELD 8" VERTICAL CROSS 8" X 6" REDUCER _S 253+20(42'LT.) INSTALL HYDRANT ASSEMBLY (TO BE PORTED EAST) HYDRANT MIN. 3' FROM BARRIER SEE FIRE HYDRANT ASSEMBLY DETAIL SHEET EXISTING WATER LINE -• — — — PROPOSED WATER LINE -+ EXISTING FIRE HYDRANT cI PROPOSED FIRE HYDRANT d 0 50 100 y(a SCALE IN FEET RE,0,01- STAT FED.AID PROJ.NO. HIGHWAY DIVISION 10 WASH Washington State Department of Transportation SIGNED BY R. BOYD rERED BY S. OLLING i M. WEED sNcer or ECKED BY G. WEBBER Joe MU�IBEa OJ. ENGR. J. JOHNSON F T R F N Y fl R O N T P I A CT .n., 0 n Aunrocnu CpITNI,C, NO. To23No9Ro5E.,w.m NOV. � _--�i--.---Yv----------i Y`l T •� r,.-• - 0 50 100 SCALE IN FEET 1 I I � ' I � i ♦T5 LT. YORANT ANO CAP ATER LINE [TA_ IN763�95 RT. y6l PROJ.NO.HIGHWAY DIVISIONWashington State Department of Transportation FSTATAID SIGNED BY R Y fERED BY N / H ECKED BY M R C T DC LIVnQnNIT DI ANI 0J. ENGR. HN i SHEET or To23Na9Ra5Eo9W.Mo ----- -.\. \•\ , \�\, �1}fit` ti(ij❑=�, \; '; \"�; '°%',� Ill \ _�,\`, � -•--- -__.\ •\ `)� Y� t ` � W�� a ill c /. � \•\ � N _.—._ ,\ N X— 111 r y • .+.e...•...' r \ate —�— a ] \ \ \ TSt- a ._._ •\ 1�-r .....»�-"""yam o�--= r__ _ _._._ .�•/�i1 \— '\ \\ \' \ - - .---•----- _ _ _ _ate_ `�� - _ - i, _ _�ii_ T � y-' ;� = _„ �� e C �>.-\ \ \ _i*- �� �"- _q- _._1 sue\ —\Y� �t \ 60 ---w vi - - - _ LS 2TI-21135'LT.I 1 i / /'•`• T \Y� \ \ .� INSTALL HYDRANT ASSEMBLY l6" VERTICAL CROSS ITO BE PORTED SOUTH) I SEE ENO OF WALL DETAIL I _ _ 8" VERTICAL CROSS SHEET _ -_ 8" X 6" REDUCER _ - -------------- ____ ________________________------L-S--LINE------- M fERED BY S. OLLING :CKED BY G. WEBBER )J. ENGR. J. JOHNSO - - - - - ---------------------------�� L♦ LN 2T1-08(63"RT.) / INSTALL HYDRANT ASSEMBLY (TO BE PORTED SOUTH) SEE ATTENUATOR DETAIL SHEET 7 _ 5_ ____ �______�._______3__ ____ ______________ Ln r CUT EXISTING 16" D. I.W.P & W INSTALL 16T O. I.W. P. 4 z STA. LNZT6-20 RT. INSTALL 16" X 8" TAPPING SLEEVE lNJ TAPPING W/FL OUTLET) 5 8" TAPPING GATE VALVE (FL X NJ) VERIFY LOCATION IN FIELD 16" VERTICAL CROSS CUT EXISTING I6" O.I.W.P 8 CONNECT NEW 16 D.I.W.P TO W, D.I.W.P. STA. LN2T6-4O LT. RELOCATE HYDRANT AND ABANDON --- - - 7: I --'-- -- RELOCAT HYDRANT AND CAP ------ 'ter C EXISTING WATER LINE ,.Ttl i 8" VERTICAL CROSS 0 50 100 SCALE IN FEET �,��� / •( 'INSTALL 12" X 8" TAPPING SLEEVE J TAPPING W/FL OUTLET) R \ \ ( 8• TAPPING GATE VALVE (FL X NJ) VERIFY I OCATION IN FIELD .1 � I I / / I 4/ b i / 1 1 � '0b10" STAT FED.AID PROJ.NO. HIGHWAY DIVISION Wost i ngton State IO WASH Deportment of Transportation ,JOB NUMBER / . i C T DC uvnD ANIT DI ANI 3� ING or To2JNo9Ko5E.gW,Mo -•- 9i -•- -•- -•- - 0 0 e 7 o e �lh fora. ;e— .---------_—_—___—_—---___—_-- ___ T ' I ' I� ----- -- I I I I I I I I I it i I 17 I I 1W II ii i ------ 0- L J n' 11 I I I I ASP . _ •) I I � I I 1 � � I I I ,a. ( F- � .. � HALT •� p I i- �.00 - �jj%�/ II II Ii III ) I I• '\ b-.~ __d=�+___Y -O0 -->•<� ^ateO1�._.___•_._._•_._.__------ --__-_•--._.----.`T _- _-- yyQY-------' r---- -• Cr J.{ - _ _ ---_J— ---- —� ---- _ �n7Tiyi�,uzr�.�¢rr•�.vrrn-rrir�rr»Yyrn-r�irrr�r�rrr ID ----- _-- ---__---_-_�_ __-" _---�----------------- - - - - 12�icrzra'Qry-irsrrri-JFiriri�r,7rminrr�im�i --- ---- J----t-- - --- - _ _ - -_ - -- Q' / `-��T•--_�- -J� CUT 12" D.I.W.P 5 INSTALL �� 14 X 8 TEE (MJ X FL) 6 8" X 6" REDUCER 2 +-q:� + _ + \ \ I 8 GATE VALVE (FL X MJ) ,r t.+a - _ a_ I I n\ / �A VERIFY AND LOCATE IN FIELD _ '�}-- _ \ / / 8" VERTICAL CROSS T i :)) X 6" LN 281+T0(55'RT.) INSTALL HYDRANT ASSEMBLY i� (TO BE PORTED WEST) HYDRANT MIN. 3' FROM BARRIER / SEE FIRE HYDRANT ASSEMBLY OETA N SHEET i r/ t Y,' / INSTALL 16" X 8" TAPPING SLEEVE ',MJ TAPPING M/FL OUTLET) A 8" TAPPING GATE VALVE (FL X MJ) VERIFY LOCATION IN FIELD TA. LN284-88 RT. ELOCATE HYDRANT AND CAP LS 2T0+T2(50'LT.) INSTALL HYDRANT ASSEMBLY (TO BE PORTED EAST) HYDRANT MIN. 3' FROM BARRIER SEE FIRE HYDRANT ASSEMBLY DETAIL SHEET - -----------L=—L=_L— i L--=1�._=yr_=1—_—•—_—,_�--=------ }_ ----------------------- C ASPHALT 0 50 100 SCALE IN FEET G K,`'ON STATE FED. AID PROJ.NO. HIGHWAY DIVISION Woshington State Department of Transportation , 10 WASH DESIGNED BY R. BOYD ENTERED BY S. OLLING / M. NEED SHEET or CHECKED BY C. NEBBER J06 MUMEER ('Rf1.l. FN(:R_ I. .II1lIN50 r T n r IIv n n A KIT 01 A KI To23No9Ro5Eo9W4,Mo ASPHALT \ J J \ _ _ ASPHA ` II _*� _ _ _ _ _—_—_ _-_._----4—=-- — — — —•— — — —•— - -•—:-- LT PARKING O' O .. •_T�.= _ ��-i \ �• \�• y' -- —• t' -------- v ASPHALT ` �.G ASPHALT I yr `so;\�\ �•�: j\ \ \\ PHALT 4� `\ . \�\\ \\C\` \ LT \ \ INSTALL 14" X 8" TAPPING SLEEVE \•�' '`? `v\�\ \~: \� (MJ TAPPING N/FL OUTLET) & �yJ 8" TAPPING GATE VALVE (FL X MJ) \\ I 11�� �Am \�\• , Tr \ ;\ • \ T� VERIFY LOCATION IN FIELD \ L_-_ - ��,_-` ,yo'�"'• \\ �� ,-O STA. LN}O2�}5 LT. \\ -- RELOCATE HYDRANT AND CAP - i n '�"'�'^'^�•�9,op"'O�os�"'" \\ ♦\♦\ \`` ♦ -y� --_-_ _ EXISTING WATERLINE Ln ------ .-r••�-==-_ _ _ - - - •ram J ------- ----- ----- ----------- - _ -------------- -- INSTALL 14'• X 8" TAPPING SLEEVE '\ \ \ \•\ \l:• , Z _ _ \ / / /•/ (HJ TAPPING W/FL OUTLET) & '\'\ \ `\•\ \�.�'•\ \ 8" TAPPING GATE VALVE (FL X MJI VERIFY LOCATION IN FIELD \ \ \ ♦\♦\ •\ ul / _ -----' fERE_0 BY S. OLLING / M :CY♦ED BY G. NEBBER 1J. ENGR. J. JOHNSON 3T. ADM. R.O. ANnFRSnN 0 50 100 SCALE IN FEET 0„10M STAT FED.AID PROJ.NO. HIGHWAY DIVISION 10 WASH Washington State Department of Transportation NI I F T RF NYnRANT PI AN or Ta23Na9Ro5Eo9W.Mo M.P. 4.77 LS 315+25.88 LN 315+65.68 END OF PROJE 5---, �Ata--� 8'" X 6" REDUCER 6" X 6" TEE (MJ X MJ) WITH 6" CAP "" ` `�-•-"' 6EE c� LS 306-4MVI.T.) INSTALL HYDRANT ASSEMBLY ' (TO BE PORTED NORTH) O SEE ATTENUATOR DETAIL SHEET ssss ------------------------------------ " - 2------ 310--------'-------- _ t,= 77 ------------- ---- -------------CJ -' ----- - 8" X 6"REDUCER 6" X 6" TEE (MJ X MJ) WITH 6" CA ------------- _-_-'-.-" ...... N e LN 308t54(35"RT.) INSTALL HYDRANT ASSEMBL (TO BE PORTED NORTH) SEE END OF MALL DETAIL SHEET 1 1 � 0 50 100 SCALE IN FEET REwOmm No. sraT FED.AID PROJ.NO. DIVISION Washington State Department Of Transportation SNEE T 10 WASH iESIGNEO BY R. BOYD NTERED BY S. / M. WEED .NECKED BY C G. . EBEER WEBBER JOB MONGER 'ROJ. ENGR. J. JOHNSON .. r r •.�.. ... .. ...". n.,r n.. CONTRACT NO. INCLUDE nIL STOPS t/ 'rrs �5 173 i 0 ap, — "To Provide Faster Service f. at Lower Cost" "- / - - - l FILE M ❑PLEASE NO REPLY REPLY BY: ❑ REQUIRED ±�- __ _ __ ____QVA►.i-�-1-z..t.�.S.-- oF_l..�c °%_�(�.I�-rh�tlL�E--�_-��LoCA�'JDI��__. h��-..p .... _T�IF_.5�_ _..21)/-&�SG/Z//C�T!11NS r,/ a✓A __S'PAQAT� _a_IVo'^/.�_VT -AS3.✓wiE(-Th�Fy�/Z/=-- - ---- - ------------- _Goat ►J T°--.i3 ��0_�3/!✓' �� ._ /nVTo -._._Ar�(;LEF-VryF-107, 7 . C N\jf- me P, c Ati-L,_ RejaL� ELSE_ E PHONE NO. DATE S-7 Z-`�1 i 0 RECORD OF TELEPHONE CONVERSATION DATE TIME So ooa No. L S NAME A.s� 1z, w=js� PHONE L OFF j 4 OUANT I TY TABULA'T:I'C.N - WATER DISTRIBUTION SYSTEM mom !!!!!!!!�I! lalilaaaaaalaa�aaii li llllrrllliiail ilaaaiaaaaaaa ©i�liti�%>i�Aii�mii�Q•���iliiiiiiiiiiiii !l��lllll !litlil�l�iiliiiiiiililalaalillllai ! • • iii��iaaaallllailllll - • lrl!'�lll! = a!lIE�Z�III�I�iialaiallaaalaal - va�lillil�alil�iii laillllillaai lalaai!"�wil!liiill iailaiaalaala !!lllll!!!!liilliaiiaaiaalalaalii !!!�!!!!!!!!!!���• all�i/alaaaal!!!liaaaa a!llllllllillillila l!ililaalll wls�!lol�:nli laalaillaa!!ilaaaaai llallllllll�iillliaaalaalaaallaa !!!!!!!!!! llaaaililalllalaalll illlllllli! lllilillaalalllallll llalllllll llllllllialaillallii laalaaal�llialaalal !!!®allalalaa !!lait�lliaalilllllal�alal!laaaall llallllliil�ililliliiallllllalaal lllaitialllllill lla illalili®illm !l!lllaaaliila�laa�llllailllaaai • � !!�li�aaalllaaaaaallaaalaliliaaaal lllllilllalllllll! li®ali®aaall! lllltillilliil®lillilaliillallli !!!lalaalalllalllal�llall�llalill !ll1011ill!!l®lalliililalilallala la!!lallli®!a®®®wl waw®w!!®wwlaa !llli�llllallllllal�ll®!®llalaila llll��lalli lllalalliilillllilaal llllllllla lllaalililllillllilli !!!!!!!!!! aaaala!laaaliialaiall llalllla lillililililllilallal llllall�� lllllillalallllllilallllllalalaal lilllillllllllilallil llllalillilllllliliiaiaillllilill aallaaaaal�aaalla!laai !!!!!!w! llllllllallllllala lll�allalalaa llllllllalllllllai�aal! llalalll !l!llllllaillalaaaaaaaal�llllaala lallaaaallllallaailaalalllallaala !lalllllaaillaaaii�aallllallllaa !allaaaalliaallaaalailalalallall! !�!laao��!laaaaa�a�lialaalalllaa! llalllilllllllllialliallllllillal !laaalaaalilllaaaallaailalaliaaa! !!lalllllaiaaallaailaliaalliilaal ilalllillalllllaal alilaliiiiaal llalalillaiallalal�llllallllllal aalaillall�aaaalliillaa!lala�al laa aala�aaaall ilia!!! iillllllllilllillll�lli��lilll! illi�illlilllliillli lllliiiillal lill laillillaiilililllliialll aaaalaaiaaiaalaaallaiaaa!lllla�a! laa!lllalaialaalaliliall!lllla l! ail! iaaaaillaialala�lll!laaa�a�! iill�illlliiAlall�iaaa!!laaalaa a�!l�aa�w! a�la iaa!llaaalall � � l���lllaaa :�iaiF�=����ai `�liR"'aaaaaalaallalllaaaaa! Yi]iliilialalailla! � O 1li�i� Y .I.KLU 6Y 5-20-92 1 DELETED CHECK VALVE )J. ENGR. AVDEV CHECK VALVE t ,T. ADM. 2-27- 92 15HORING ITEM DATE IDATE REVISIDI .AID PROJ.NO. 10 WASH p1 `Y097 I-IR-405(783) PROGRAM DEVELOPMENT EIVISION Washington State Department of Transportation Z GA2:E11 D004191 W097N.DCN:I CHECKED FOR COMPLIANCE TO CITY STANDARDS DATE DATE OAT E f SR 405 I WD- 1 SOUTH RENTON TO SUNSET BLVD.-HM' r LnEL' QUANTITY TABULATION ` 634 1 SXEEIS To-2A3N09R.EEo 9WoMo l — -- ( ------ ------------' ------- SIR 545 MAIN�VE. • -------------------------------------------- --- --------- --�--------------- '=— — � I 10 — — — �— — — — •— •— — — -- _ . tt \ I, T----- --- --� r y 4 "- - fTtE ,t,` t N__--_ aw`-- - -__-__ <. --,- _ _ r \�` — —-------------------------___„, -_ --- _____________________--__-__'-- _[_ 'fir-""----------_YNt — O - _ ----- _ --_-_ •-----=-- ----^--•---------__ -...__ �- �� - - - 1 _ _ - ', `,t /;- / j ' I --------- -- --- -------____ "- `- ---- ---`-=�>•,�--- ----- ----- ''t _ �-- - �`t �' it / i _--.•.0.�. _-rr--.r+---.—..—M=M+—+is__iiV ..—y.....�i .i�J'i i..� `�- �\� \ �\ \t ��� ` • f '.1 \ t f) o C r ----------- ------------------------------ --------------- Li 7i 1 I •`' \\ ILL ----- _--------------' `=--_a. o --- _ •--__---_-_• :{��[•r.�[— 1 1� I ........... ..O '--------- -- [ \ 1 .• \\`\\ \\\\\ I _ , I _ ' r---• X f— Z. r - .-aD..-..:q.. �....�:. _ }r CEDAR AVE. S. f4 WEST LINE H.H. TO - 7D.L C �NOI j�� - e - _ - - - - - - - - - - _ -�„�: -•a�R,.... -rc_ - .. .. _-. _.I. .. 4 ...._•__-N--------------------•_•_-_ ' -_- i d �l� / / �� "-_� �_,_ i CHECKED FOR COMPLIANCE TO CITY STANDARDS DAT E DAT E 0 50 100 SCALE IN FEET DATE �p ( SEE CONNNEE(�CCTTMIN DETAIL ON WD-9A) STING xD.I.W.P S INSTALL B•• X 8• TTEEEEy LLIMyJ X` FL) �µ1,�J VERIF 1'HCPiA IHLFI_ - VERTICAL BEND (11 V4- MJO' LS 263+25 (S LT.) 8 -46• BEND (MJ) . -VERTICAL BEND (II V4- MJI INSTALL HYDRANT ASSEMBLY (TO BE PORTED EAST) HYDRANT MIN. 3' FROM BARRIER SEE FIRE HYDRANT ASSEMBLY DETAIL SHEET 1W LEGEND EXISTING WATER LINE -• — — . — PROPOSED WATER LINE - EXISTING FIRE HYDRANT q PROPOSED FIRE HYDRANT d PROPOSED THRUST BLOCK Pi'l STAT FED.AID PROJ.NO. HIGHWAY DIVISION washTngton State Deportment of Tronsportat T on I SR 405 SOUTH RENTON TO SUNSET BLVD. HOV WD-� 10 WASH I-IR-405-3(783) - �NED BY R. BOYD RED BY S. OLLING i M. WEED <ED BY G. WEBBER 8-16-qz CI OF N NAAIG�S roe NUIELR 91W 097 ENGR. J. JOHNSON 3-Lo-q7- pELETEC C ECK VALVF--ACDf sNEar 177 -��..1 ADM. R.O. ANDERSON 2.-27- 92- ADDEP CHECK VALVE RL CONTRACT no. F T R LJ Y n R N T :� '�� r- — --. A I r% r- r' IA AA REGION TATE] FED.AID PROJ.NO. NO. 10 WASHI j I-IR-405-3(783) JOB NID0EN SIGNED BY Y JERED BY 5, ni I iNc ! v, w'= 8. 16 - I� of QEF1T01.; CHAA)G ES iECKED BY W : R 3-Zo-iZ ID6.Le a C(�EuL VAKVE-Add 91W097 I ?DJ. ENGR. H N 2-27-92' ADDE9 CHECK VALVE RL CONTRACT NO. 1 $T ADM R a ANDERSDN nATr neTF REVISION BY yoSd HIGHWAY DIVISION SR 405 Washington State SOUTH RENTON TO SUNSET BLVD. HOV WD-2 Department of Transportation SHEET 17j8 OF FIRE HYDRANT PLAN 1034 SHEETS .f'F Lln c"�i^• To23No9Ro5E9WoM0 A tcn� \ q�i1 S� \\\.ice � � `• `� � � �� ✓� ���! \ !� ----- •\ \ \ 1r\ � , ���w� � fir....,,,,,,, • 1j1 ��� \ . '\ \ \1 -\ i� \ • ' �' N Muv SER `NAY _ ____— _ _ .L �\ � "�";\ '� \ s Ra�'RTAJ AND MJ%FL) �c s. - - - - C�_ - _ _ - - - \ •t\\. / ` ,�Q 0 VE * IN' FIELD:,, �� _ --v _ N ti _ ._ . - - y - - - - _ , 5 275+90 (7�' LTA I p \ \ \ \ \/ _ �: 2Z V2' SEND X F L ' tC _ ---" _ -.- -.- " INST Cl 16 TE 1 4UST BLO (A D. / C \ .•"\s•C/ `4C ----J N y _ _ - - - LS 271+21 (75'LT.1 1E-VALVE ( J X ; \t �� '\ \ �� `� _ �. 'CON/E O EXISTWG 6 -1 _ _ - - y IHST ALL HYDRANT ASSEMBLY ( I / E \ /�' TO BE PORTED SOUTHI -- - - LS 275I901 (66+L EE M _---� B_X6' TEE MJX 5 WITH B PLUG SEE EHD OF WALL DETAIL 1 _ - _. - - - -• - - _ \ \ f V - - -.- - • --- •-_------- - - _•_ �•� S-- �- tj - I •- '1• - - ' \ 1f7 - ---------- -- - -- ren cRoss Tir»n 16' V E f �11 - -. STA. LN276-40 LT. 1 t ti'r RELOCATE HYDRANT AND ABANDON - WATER LINE t0 N________________________________________ -_____ _____ 7T0'-------- - - -------------------- = o J r- SR 169 1552+62 (56'LT) AA W LS275+90130'LT) `CUT EXI ST]NG'16" O.I.W.P & LIN t - -INSTALL 16'rD.1.W.P. �{ K Z DETAIL SHEET WD-9C ______t______________________________ ( - - - - - - - - - - - - - - - - - --1 Q - - - - _ - _ - - ; _-----_`__�-----_--__- _ I , '---- REL OCATE THYDRAN7 AND CAP \ _ _ _ cm*e=`.•_v_ Y I r LN 274+00(108' RT.) - Z EXISTING WATER LINE B•-45• BEND (MJ) LN 271+06(63"RT.)FI / \ -_--- .---__ - ,� ����, .r } 490168'LT.)•. "TOBE PORTED WESTNSTALL HYDRANT ASSEMBLY ,\q \. ! INSTALL 12 X ? �APp]NG SLEEVE ( SEE ATTENUATOR DETAIL VP-9, - (------ % �\ ( TAPPING W/FL OUTLET) & 6" TAPPING GATE VALVE (FL X MJ) ,VERIFY LOCATION IN FIELD \ \ NNES'VEfMCGTI A W X -99�A)) ON DETAIL ON ` / w LN271+09(93�PiL) /� -1.1150+41.20 _ 8 X 6 TEE (MJ X FL) S 23' 15 ON IN CASE ----- \\�•� L WITH S'PG w i� II /� /` 1• LN 274+461191 • 1 �'/ - __-�_-__� ♦ \ /, - rl 8 - 22 1/2• BEND (MJ) 1 t!- %�"may' r%ti�_t:'\`- �/ CHECKED FOR COMFL)ANCE -J CITY STANDARDS DATE- D AT E ------- 0 SO 100 DATE SCALE IN FEET aec1OM'STATO No. FED.AID PROJ.NO. HIGHWAY DIVISION Washington State Department of Transportation SR 405 SOUTH RENTON TO SUNSET BLVD. HOV r WD-2C 10 iwASH -IR-405-3(783) 3NED BY R. BOYD RED BY S. OLLING / M. WEED QED BY G. WEB8ER I Ib Z ICITy of RENTa A.) cA4N(.F-5 ZIM Joe MAGEll 91WO97 sr+Eer f59 SHEETS ENGR. J. JOHNSON -Z0-9Z IDEL.erE CHECK III, LjE- Ndel 4 ADM. R.O. ANDERSON 1-17- 52 ADDED CHECK VALVES RL CONTRACT NO. O d FIRL HYDRANT L A NOF DATE DATE REVISION BY of J. ENGR T. ADM. I OLJINO 91--�oJc0 9 vvolylo -1- 8''- -•- -•- -•- O- O . ' O yY�• o----------------- It • I I I j II_I' -_ ------------- I wII �I*41 (I�I I I I I i II ------- - I _ix I I Y' II I j i O I ____, '---� ----- I J' II I I I I i I j IIt I f I ------------------ ASPHALT �% I y+1 I I I w 1 ---d}f---------------- '°--- _= -'- n77�jy�rJ�+`ua•Q"_%._,ti:,,,q,.+_-a-�.r_ir.'.4+•�-r>+..:•_r f --- p - - IO . Y I - _- SUNSET BLVDL _ __--1------ __" -- L =� -----• -rli+h-'s='tt>?71Sl�sirrrb�f----- - - - - - - - - - - - ------ --_ �---------------- _J --' +-_-__ --- _ r _ _ '• - ----t------------. .J L='r _ - - ------ _--"-`"- tit-\ - •- - --s•�---r-_----- ;_AFL".. ✓_.= 7Cf i CP 17+1 LI 145 f�if �/ \� / - �'T •E I i Li_ ^'��� LS285+09 (90'LT1 / r LONNECT TO EXISTING. _ B d4TEVALVE 8*:VERTICALCROSS NJ q ��ry�~ DeTve�T�ic�R n�n9i8a�1.Sii /L / �g?BSrH 18 LT, B• VERTICAL CROSS (MJX FL) ---------------- fr- H 276+83.40 PC + CONC. MON.IN CASE LN 281+8007'RT) T INSTALL HYDRANT ASSEMBLY (TO BE PORTED NEST) / r HYDRANT MIN. 3' FROM BARRIER SEE FIRE HYDRANT ASSEMBLY DETAYV SHEET WD-4 r / �A �$ �LN260+71 (347'RT.) 8 45' BEND (MJ) LN 280+40_055 ;RT� • H 278+66 (48'RT.) INSTALL 16 X 8 APPING SLEEVE (MJ TAPPING M/FL OUTLET) h 8' TAPPING GATE VALVE IFL X NJ) VERIFY LCCATI ON IN FIELD, 4VAIL SHEET WD-9B FED.AID PROJ.NO. 4+88 RT. HYDRANT LS 290+T2(50'LT.) INSTALL HYDRANT ASSEMBLY ,TO BE PORTED EAST) HYDRANT MIN. 3' FROM BARRIER SEE FIRE HYDRANT ASSEMBLY DETAIL -----------------------'------_-_--_--_-_--_-_----"--- low low Mw memo mom H 84+18 POT • K 15+02-65 P.QT.. 0 50 100 SCALE IN FEET HEET .4 � ASPF{q�T CHECKED FOR COMPLIANCE TO CITY STANDARDS DATE DATE D -T C X FL) HIGH'TiAY DIVISION Washington State Department of Transportation SR 405 SOUTH RENTON TO SUNSET BLVD. HOV WD-2D) b 9Z Ciry of REuToNs C AIJGes S - 0-1IZ ! C4E Cc, VALVES - jOB NUMBER SHEET 140 OF 1-1T-91 REVISED HYDRANT LOCATION ' ADDED CHECK VALVES RL CONTRACT NO. 10 WASH 91wo97 I-IR-405-317837 T.23No 9RoH. 9WoM0 - ASPHAL T \ Jr y ' \*, ____--_—_ti' — — — — — — — — — — ASPHALT PARKING v\ / -3--------- — _J'r ------ �" co GP = ') — ca1 Y ASPHALT o G ASPHALT I W 0 _- -' to ^�• ``` � �.� tt� .'` • PHAIT GO 90009(6'LT. LT 7LTJY LS 301+40(50 UP "� ` �� 1S•OEND MJ INSTALL 14" X 8" TAPPING SLEEVE TAPPI8'�TAPPINGG GATEL VALVEE(FL` X UJ) VERIFY LOCATION 1N F1U4D DETAIL L - - - -- t "ST �. •� `. -'T DETASHEET WP \�\ �--� _�..�•iO'M�� \ �� \ �\ r� `� / RFADCATE HYDRANT AND CAP -,�_� ��d \\ `�` \ =Y____ EXISTING MXTERLINE -- --v sl...r...�`usn�_�.�, ��•� \\�1X\; \ •t ',----- - -rt--- -- --- ` --•— - -_. \ �.� \ 8'VERT•CAL CRO / NkW43"E 206' N15-W43'E O — -- --- _ + -�-- •—_ _—__ --- — _ _- _= _ -- - -----------" ---- to -------------------------------------------- _ o Y1 --\------ -- =---------------------- -------- ��- -__ ___-:-- _;; ---------------------;------------ - ------------ IGNED BY R. B =RED BY S. D :KED BY G. w J. ENGR. J. J ADM. R.O. ZO.SZ UrLETE C"G VAWE- 2-2T- 92 ADDED CHECK VAWEI Tc I nATC I acvTCTnu //. s _ __—._._ _ �•: ` 1 \\\ \\• `\ 8" VERTICAL CROSS -45• BEND M SR90D 31+67(.15' L'�1 •\•�'y's LN 303+00 (50 RT.) INSTALL 14" X 8" TAPPING SLEEVE\•\ MJ TAPPING W/FL OUTLET) & �.\•B(`\ \ \ \\ i -a•__ J�/ �� 1- / VERAIFYILOCAT GATE ON INLFIELDL X MJ) / •ii1ETA1L SHEET WD-98 IGIL ,Q — — CHECKED FOR COMPLIANCE TO CITY STANDARDS DAT E 0 50 300 DATE SCALE 1N FEET DATE EG1DNjSTATFa FZ-7D.AID PROJ.NO. HIGHWAY DIVISION SR 405 10 IWASH Washington State SOUTH RENTON TO SUNSET BLVD. HOV wD-2E I-IR-405-3(783) Department of Transportation JOB NVNBEx SHEET §IWo97 141 OF CONMACT HO. WA�� FIRE HYDRANT PLAN SWEETS To23N,R.H. q.W.Mo M.P. 4.77 LS 315+25.88 IGNED B =RED BY :KED BY J. ENGR T. ADM. T CONC. MOK IN CASE 0 50 100 SCALE IN FEET `clf-ISTATEI FED.AID PROJ.NO. I HIGHWAY DIVISION 10 WASHI I-IR-405-3(783) 3'lb tiL Icl-ry or- 91wO97 2-27-92 REVISED HYDRANT ORIENTATION RL Co"tn•tT no. i ' DATE REVISION IBY yOra CHECKED FOR COMPLIANCE TO CITY STANDARDS DATE DATE I DATE SR 405 Washington State WD-2F SOUTH RENTON TO SUNSET BLVD. HOV Department of Transportation S.EET 14Z OF FIRE HYDRANT PLAN c074 SN EETS ]' MIN. C0NC. BARRIER BANK RUN GRAVEL BACKFILL CONCRETE BLOCKING FIRE HYDRANT `—'7 CU. FT. MIN. WASHED 16-.8".4" MIN. GRAVEL PASSING 1 112- AND CONCRETE BLOCK RETAINED ON 1 /4" MESH FOR DRAIN FIRE HYDRANT ASSEMBLY DETAIL J• 6„ GATE VALVE (FLx MJ) 6" DUCTILE IRON PIPE, CLASS521 CEMENT LINED, LENGTH TO FIT. TWO STEEL RODS LENGTH TO FIT. 1 Bahr Sides (ryp.) V4 • Steel Plale or Cast Iran Cap Y<or Temporary B/ackiny Valve Section y A —A �6 A 2 "Min. Cover A TEMPORARV DATE VALVE BLOCK_ BLOCK DETAIL tb SQ. fi of Burring SurF c e ,3' rN Leml Each s,At For Nmnnum 3'-O" P T J � J _JI f/RE HYDRANT LourloAl l/✓ F1LL Table: 5Quare Feet Or Horizontal Thrust Block Bearing On Und,strubed Soil. pPe fd' O,am. Pressure PSI 11 ° 22 h ° 4,5 ° 90' Tees Valves 6 300 — 2.0 4.0 4.0 S.0 5.0 8a 300 2.0 3.0 6.0 11.0 8.0 a 11 " 250 4.0 7.0 /3.0 240 /7.0 J1.0 -225 5.0 9.0 18.0 32.0 23.0 24 200 411-0 Noi-e : This Table Is Based On The I Ater Pressure Indicated In The Table, An Allowable Soil Beano Pressure Or 2,000 PSr, And A Co"rie St�enyth Of 2200 PSI. Note : 1). All Blocks Shall Be Poured Aoainst Zindsturbed Soil. 2). JVo Blocks Are Needed 4J Toints With De{'ledions Under 4 `. 3). All Blocks Shall Be Concrete Class B. 4). All Pipe And Saints Shall Be Alrapoed With 4-Mil Polyethylene P/astic Wherever Blockriy Occurs. 5). All Yor,zoAM1 Blocking shall Be Formed On Tiro Sides And All Horizontal And Vertical Blocking Shall Be Con&rmed 'to APWA 9pecif4cation3. 6). Lse A M.himu,n Oi• 1/2 Cubic Vord Class B Concrete On Horizontal Bends OF 6' And B' Pipe . Lse A Minimum OF / Cubic Vard Class B Concrste On Horizontal Bends O< 121 ppe. 7). See Stardord Plan B-22 For Delai/s Of Blocking for Convex Vertrcal Bends. CHECKED FOR COMPLIANCE TO CITY STANDARDS GAT E DATE - DATE I 10 ISTATEI WASH FED. AID PROJ. NO. I-IR-405-3(783) HIGHWAY DIVISION ® Washington State � Department of Transportation SR 405 SOUTH RENTON TO SUNSET BLVD. HOV WD-q N /.N..;on.or KED : 6. i.leliber JOB NUMBER 91W097 ENGR. = Ionnsai , eLT� j ti� c01 ADM.. .T.,:xeiaon -I 2 4T EN OF Ri'o,J a, cu66S coNrRncrNo. +10�-� WATER D/STJP/BUT/ON DETAILS r. r.r Fr1RM "1.nii DATE REVISION IBY APP'p I ED _NGR. D M.. 2"CLOSE NIPPLE,, 2" 90° ELBOW �, 2" GALVANIZED IRON PIPE, 12" LONG PLAN N 01 DEAD MAN BLOCKING WITH SHACKLE ROD TO CAP WATER MAIN CAST IRON CAP OR PLUG WITH �2" IPS CAP SHALL BE A ROCKWELL 482 END CAP COUPLING 2" GALVANIZED IRON PIPE AS REQUIRED TWO PIECE CAST IRON VALVE 2" GATE VALVE, SCREWED BOX EQUAL TO RICH VALVE CO., STANDARD 8" TOP SECTION WITH REGULAR BASE SECTION, LENGTH TO FIT. 2" GALVANIZED IRON ` l.Jl" PIPE 12" LONG 2" CLOSE NIPPLE BETWEEN CAP OR PLUG B 2° 90' ELBOW \ g SET 2" OFFSET TAP AT BOTTO INSTALL 2-2"90" BEND, SCREWED 2" GALVANIZED IRON PIPE AS REQUIRED ELEVATION TEMPORARY 211 BLOW —OFF FOR 8" MAINS AND SMALLER. 10" MAINS AND LARGER WILL REQUIRE A FIRE HYDRANT FOR A BLOW -OFF NOT TO SCALE Z CIrY oc REAJTaJ C4VA►1 REVISED DIMENSIONS REVISION " STATEFED. AID PROJ. NO. 10 WASH I- IR-405- 3I 783 JOB NUMBER 91 W 097 ,ONTRACT NO. 905Z HIGHWAY DIVISION CHECKED FOR COMPLIANCE TC CITY STANDARDS DATE DATE 1 CAT E TOP OF WALL ELEVATION PLAN END OF WALL HYDRANT DETAIL 0 7 BAY G.R.E.A.T IMPACT ATTENUATOR UT-3. MIN. COVER (TYP.) ELEVATION 7 BAY G.R.E.A.T. IMPACT ATTENUATOR :::] PLAN ATTENUATOR HYDRANT DETAIL WALL IS FOOTING s Washington State lwle Department of Transportation SR 405 WD-9 SOUTH RENTON TO SUNSET BLVD. HOV 1�8 FIRE HYDRANT DETAIL (o34 1-1 ITI BEFORE EXISTING 8" WAT RMAI CUT -IN 1-8'x8" TEE (MJxFL) 1-8" GATE VALVE (FLxMJ) 1-8" SLEEVE (MJ) \ 1- THRUST BLOCK �1 2- 8° PLUG((MJ) WITH 2' TEMP TEMP. BLOCK AS REQUIRED I - 8" X 8" VERT. CROSS (MJ X FL 2-8" BLIND FLANGES (ONE WITH 2" TAP 8 2" PLUG 1- 8" X 6" TEE (MJ X I - HYDRANT ASSY. I - THRUST BLOCK AFTER ING 8" WA AFTER TESTING, REMOVE TEMP BLOCKING AND TEMP. B.O. ASSY. PLACE SOLID SLEEVE AS REQUIRED AND CONNECT TO VALVE I - 8" PLUG (M I -THRUST BI FIRE HYDRANT STA. LS 253+20 (42'LT) V M LABORN .ED G. WEBBER ENGR. J JOHNSON :DM.. R. ANDERSON DOT FORM 221-011 1 10 WASF JOB NUMBER ( -m V A= E S CONTRACT NO. REVISION BY APP'D BEFORE EXISTING 6" WATERMAIN _— � CUT IN 1-6"x6" TEE (MJxFL) 1-6" GATE VALVE (FL x MJ) 1 - 6" x 8" REDUCER (MJ x MJ) 1-6" SLEEVE (MJ) 1-THRUST BLOCK 2 - 8" PLUG (MJ) WITH 2" TEMP. B BLOCK AS REQUIRED 1 -8"x8" VERT. CROSS (MJxFL 2-8" BLIND FLANGES (ONE WITH 2' TAP a 2" PLUG) 1 - 8 "x 6" TEE (MJxFL) 1 -HYDRANT ASSY. I -THRUST BLOCK BEFORE 1 - 8" x 6" TEE ( M, 1-HYDRANT ASS I -THRUST BLOCK STING 12" WATERMAIN TAP IN 1 -12"x B" TAPPING (MJxFL) 1 -8" TAPPING GATE VALVE (FL x MJ) 1-THRUST BLOCK 2 -8" PLUG (MJ) WITH 2" TEMP BO. ASSY. BLOCK AS REQUIRED 1 -8"_x B" VERT. CROSS (MJxFL) 2-B"BLIND FLANGES ONE WITH 2'' TAP (3 2" PLUG Ire - AFTER AFTER — EXISTING 6" WATERMAIN LEGEND - EXISTING 12" WATERMAIN 8 - GATE VALVE --O TEMPORARY BLOW -OFF ASSY. AFTER TESTING, REMOVE TEMP AFTER TESTING, REMOVE TEMP. -0 REDUCER BLOCKING AND TEMP BO. ASSY. BLOCKING AND TEMP. B.O. ASSY. THRUST BLOCK AND PLACETO LID E6 x8 VE " REDUCER REQUIRED PLACE I I AND CONOLID NECTSTOEVE AS VALVE REQUIREDHYDRANT ASSY. WATERMAIN SLEEVE z Jam_ CAP OR PLUG I - 8" PLUG (MJ) FLANGE JOINT T1 -8" PLUG (MJ) I - THRUST BLOCK K MECHANICAL JOINT 1- THRUST BLOCK }I--O -}{ VERTICAL CROSS FIRE HYDRANT STA. LN 257+39 (56'RT) WATER CONNECTION DETAILS NOT TO SCALE FED. AID PROJ. NO. ` o`T :°- HIGHWAY DIVISION FIRE HYDRANT STA. LN 271+08 (63' RT) Washington State Department of Transportation CHECKED FOR COMPLIANCE TO CITY STANDARDS DATE DATE DATE -' SR 405 SOUTH RENTON TO SUNSET BLVD. S"EET Oi FIRE HYDRANT DETAILS Sw�FTS BEFORE TAP IN 1-16"x8" TAPPING (MJxFL) 1 - 8" TAPPING GATE VALVE (FL xMJ) 1 -THRUST BLOCK 2-8" PLUG (MJ) WITH 2" TEMP B O BLOCK AS REQUIRED 1 - 8" x 8" VERT. CROSS (MJ x FL) 2-8" BLIND FLANGES (ONE WITH 2" TAP & 2" PLUG) \ 7 1 - 8"x 6" TEE (M 1-HYDRANT ASSY. 1-THRUST BLOCK AFTER AFTER TESTING, REMOVE TEMP. BLOCKING AND TEMP. B.O. ASSY. PLACE SOLID SLEEVE AS REQUIRED AND CONNECT TO VALVE FIRE HYDRANT STATION L N 281+80 (57' RT.) IN M. LA KED G. WEBBER . ENGR. J JOHNSON ADM.. R. ANDERSON 1 -8" PLUG (MJ) 1-THRUST BLOCK EXISTING 12" 1':ATERMAIN rATEI FED. AID PROJ. NO. 10 WASF JOB NUMBER (_I} of RE.l Toy) CAA W G e G CONTRACTNO - REVISION IeY APP'D BEFORE AFTER 1 -8" x 6" TEE (M 1-HYDRANT ASSY. 1 -THRUST BLOCK AFTER TESTING, REMOVE TEMP. BLOCKING AND TEMP. B.O. ASSY. PLACE SOLID SLEEVE AS REQUIRED AND CONNECT TO VALVE FIRE- HYDRANT STATION L S 290+72 (50' LT) WATER CONNECTION DETAILS IJOT TO SC.;LE HIGHWAY DIVISION 1 - 8" PLUG (MJ) 1-THRUST BLOCK CHECKED FOR COMPLIANCE TO CITY STANDARDS DATE DATE DATE Y Washington State Ci© Department of Transportation BEFORE EXISTING 14" WATERMAIN TAP IN 1-14"x8" TAPPING (MJxFL) 1-8" TAPPING GATE VALVE (FLxMJ) 1- THRUST BLOCK 2-8" PLUG (MJ) WITH 2"TEMP S.O. BLOCK AS REQUIRED 1 - 8" x 8" VERT. CROSS (MJ x FL) 2- 8" BLIND FLANGES (ONE WITH 2" TAP & 2" PLUG) AFTER G 14" WATERMAIN AFTER TESTING, REMOVE TEMP. BLOCKING AND TEMP. B.O. ASSY. PLACE SOLID SLEEVE AS REQUIRED AND CONNECT TO VALVE 1 -e" PLUG (MJ) 1-THRUST BLOCK FIRE HYDRANT STATION LS 306+41 (35' LT) LN 308+54 (35'RT) SR 405 SOUTH RENTON I/C TO WD SUNSET BLVD - HOV 9 B FIRE HYDRANT DETAILS i BEFORE 2-16" PLUG (MJ) WITH 2" TEMP B.O. ASSY. TEMP BLOCK AS REQUIRED 1- 16" X 16" VERT. CROSS (MJ X FU 2-16" BLIND FLANGES ONE WITH 2 TAP & 2 PLUG 1- 16" 22 1/2' BEND (MJ) I -THRUST BLOCK 1- 16" X 8" TEE (MJ X FL) 1- 8 GATE VALVE (FL X MJ) I - B" 45' BEND (MA 2-THRUST BLOCKS I - 8 " X 6" TEE (MJ X FL) I -HYDRANT ASSY. I -THRUST BLOCK 1 - 16"x 16" VERT. CROSS (MJ 2 -16" BLIND FLANGES ONE WITH 2" TAP 8. 2" PLUG EXISTING 16"-90° BEND & EXISTING THRUST BLOCK CUT IN 1 - 16"x 16" TEE (MJ x MJ ) 1-THRUST BLOCK 1-16" SOLID SLEEVE (MJ) 1- 16"X 8" TEE (P 1- 8 GATE VALVE I - THRUST BLOCK 1-16" PLUG (MJ) WITH 2" TEMP. B.O. ASSY. TEMP. BLOCK AS REQUIRED EXISTING 16" WATERMAIN �41 INSTALL 16" SLEEVE (MJ) I - 8" PLUG (MJ) I - THRUST BLOCK FIRE HYDRANT STA. L 271+ 21 (35' LT) WATER CONNECTION DETAILS NOT TO SCALE Hr I r-m AFTER TESTING, REMOVE TEMP. BLOCKING AND TEMP. Ba ASSY PLACE SOLID SLEEVE AS REQUIRED AND CONNECT TO EXISTING WATERMAIN INSTALL 16" PLUG 1-THRUST BLOCK INSTALL CONCRETE PLUG ABANDON 16" WATERMAIN INSTALL CONCRETE PLUG AND ABANDON 16" WATERMAIN INSTALL 8" SLEEVE (MJ) 1 - 8"x 6" REDUCER (MJ xMJ) REMOVE EXISTING 900 BEND !NSTALL 16" SOLID SLEEVE (MJ) EXISTING 16" WATERMAIN ,\-INSTALL CONCRETE PLUG AND ABANDON 16" WATERMAIN CHECKED FOR CCMPLIANCE TO CITY STANDARDS DATE DATE DAT E r STATE FED. AID PROJ. NO. '"„��T TOT` HIGHWAY DIVISION S R 405 >I�ID_9C " 10 WASH ® Washington State SOUTH RENTON TO SUNSET BLVD. <ED JOB NUMBER ENGR. ``A Department of Transportation 1 ET I %.DM., 'I "9 CVr OF RFIJTb0 CAA.1GE$ 13 CONTRACT NO. - _r IDATFi REVISION BYIAPP'DI FIRE HYDRANT DETAILS 11 /1T FORU 771 J111 ' s 4 :ED ENGR. >DM..T rIME CzO EXISTING GROUND F q. .. 8 " D. I. W. P. IAJ 3O / L5285 • /8 (774T..). B"-ll' BE:IIID 8• IU %}" BEND "a O h �c OF R& r.1Te J C F1A u ED LOCATION REVISION 10 FINISH GRADE 590, FED. AID PROD. NO.`'ho� HIGHWAY DIVISION I-IR-405-3(783) 91W097Wj I I iL CONTRA NO. . RYIAPP'f1 LC..— APPROVED i ..:. I ........ ..... :::::: ... .... i1 i W ..:'I:::. ... V ... .. .. N : :0\ .. — — ------.. —-�---- �.--- -- _ - ._ V Q O. Opp a 2 JI, V v Aij :::: ........ ......... .... ::. I::::::::: ... .. .._. I: EXIST/MG GROUND aZ D N .. t 8" D.I. W. P. rneQ C W 7& Department of Transportation . ter a, HYDRANT PROFILE Ln 0